Loading...
HomeMy Public PortalAbout11) 7I Award of contract for a new public parking lot at 5800 Temple City BlvdDATE : TO: FROM: MANAGEMENT SERVICES DEPARTMENT MEMORANDUM February 7, 2017 The Honora ble City Council Bryan Cook, City Man ag er By: Brian Haworth , A ss istant to the City Manager Ali Cayir, City Engineer AGENDA ITEM 7.1. SUBJECT: AWARD OF CONTRACT FOR THE CONSTRUCTION OF A NEW PUBLIC PARKING LOT AT 5800 TEMPLE CITY BOULEVARD (CIP NO . P17-05) RECOMMENDATION: The City Council is requested to: 1. Award a co ntract to Gree n Gia nt Lands cape , Inc. for the constru ction of a new public parking lot at 5800 Temple City Boulevard ; 2 . Authorize the City Manage r to execute said con tract in an amount not to exceed $413,896.96; and 3 . Au thorize th e City Manager to approve change ord e rs in an amount not to exceed $4 1,389 .70 for unanti cipa ted project cos t s. BACKGROUND: 1. In A pril 2013 , the City purchased th e former mortuary site at 5800 Temp le City Bou levard for redevelopment purposes. 2. Between Jul y 2014 and April 2015, demolition activities resul ted in the rem oval of ha zardous material s and a razing of the site . 3 . Between Augu st 2014 and Decemb er 2015 , Coun ci l explored a number of redevelopment scenari os ; public parking was deemed most feasible. 4 . Betwee n January and July 20 16 , a Counci l ad ho c reviewed a number of parking lot de si gn options. 5 . On August 16 , 2016, Counci l approved a final parking lot desig n (Attachment "A"). City Council Februa ry 7 , 2017 Page 2 of 4 6 . On November 8, 2016, the Planning Commiss ion rev iewed the proposed design and granted the project a conditional use permit (Attachment "B"). 7 . On December 6, 2016, Council approved construction bid documents and authorized the City Manager to conduct a formal bid process (Atta chment "C"). 8. On December 7, 2016, staff published the bid notice in lo cal newspapers , with trade publications , and on the city website (Attachment "D"). 9. Betwee n January 5 and January 13, 2017, staff issued three bid addenda to address questions raised by potentia l bidders (Attachment "E"). 10 . On January 18 , 2017 , staff co nducted th e opening of 21 bid s, whic h ranged in cost between approximately $414 ,000 and $800 ,000. ANALYSIS : An analysis of rece ived bids ha s concluded Green Gia nt Landscape , Inc. (Green Giant) as the lowest responsible bidde r (Attachment "F"). Their proposed cost of $413 ,896 .96 is less than the City Eng ineer's project estimate of $500,000 (Attachment "G"). Bidd ing rules require Council to award a construction contract to the lowest respons ive and responsible bidder-or reject all bids . Staff has confirmed Green Giant's bid proposal as complete ; and background checks concluded positive references and the contractor's good standing with required li censing and registrat io ns . Green G iant's portfolio includes numerous landscape and paving projects throug hout Southern California , most notably the Veterans Memorial in Temple City Park . Upon award of co ntra ct , proje ct co nstruction is expected to begin later th is month- assuming no complications with the contract execu t io n process . The agreement provides Green Giant with 55 wo rking days to complete the project, weather permitting (Attachment "H"). Th e parking lot is expect ed to open for pub lic use in July 2017 . ENVIRONMENTAL REVIEW : Thi s project is ca t egorically exemp t un der the Califo rn ia En vironme ntal Qual ity Act , Sections 15303 (New Construction or Conversion of Smal l Structures) and 15304 (Minor Alte rations to Land). CITY STRATEGIC GOAL: Action s contained in th is report align with the City's strategic goals of economic City Council February 7, 2017 Page 3 of 4 development and sustainable infrastructure. FISCAL IMPACT: Th is project presents no fis cal impact to the adopt ed FY 2016-17 City Budg et. Fund i ng in the amount of $550 ,000 has been allocated for co nstru ct ion activ ities under Project 17-05 of the City's Capital Impro ve ment Program . With hard costs now kn own, th e City En gine er has d eve lo ped the following project budget. T otal co nstru cti on costs are estimated at roughly $455 ,000, conditioned upon Council 's recommended action to provide a 10 % project cost contingency. Construction: Project Bid $4 13,896.96 Construction: 10 % Conting ency $4 1,389.70 Const ru cti on : Subtotal $45 5,286 .66 Services: Proj ect Design $45,528 .67 Services: Project Management $45 ,528.67 S e rvic es : Subtota l $91 ,0 57 .33 PROJECT TOTAL $546 ,343.99 BUDGET ALLOCATION $550 ,000.00 Th e project budget also in cl udes so ft costs, i.e ., design and project management. These costs are esti mate d at app rox im ate ly $9 1,000, w ith se rvi ces to be provided by the City Engineer (u nde r an existing co ntract with T rans tech). Total project cos ts are estimated at roughly $546 ,000 , or about $4,000 less than the proje ct 's budgeted allocation of $550,000 . All project sav ing s , includ ing unspent co nting ency monies, will be returned to th e General Fund in FY 2017-18 . ATTACHM ENTS: A. Final Parking Lot Desig n B . Planning Comm issio n Resolution Authori zi ng Use C. Approve d Bid Pa ckage D. Publi shed Bid Noti ces E. Bid Addenda F. Bid Analysis G. Lowest Bid City Council February 7, 2017 Page 4 of 4 H. Construction Contract ATTACHMENT A Final Parking Lot Design Note: Due to its voluminous nature, the bid package has been excluded from this report. That document, approved by Council on Dec. 6, 2016, can be viewed or obtained in the City Clerk’s office. I I I \ \ ' ' ' ' ' ', .... ,_ Steel Trellis with Steel Columns on Brick Column Bases ------ I I I I W 0 R1 K ,' / __./ / I / / MAN (7) Platanus racemosa (Westem Sycamore) I (12} Geijera ""'n,;fl,-,,~ (Australian Willow) Parking Lot = 27 Standard Spaces Vehicle Entrance and Exit I \ \ \ A 'V E. ' ' ' ' ........... __ ------ I Existing Street Trees-Sycamores\ I ~ I / ' / / ' // // ............ _.,,."' ~/// '---------- Landscape Concept Plan SIGNATURE3DXO$1RWD11/30/16L O S T W E S TL A N D S C A P E A R C H I T E C T U R EGARDENS PARKS CITIESTEL: (323) 258-8214 OR (760) 434-57905208 Townsend Ave. Los Angeles, CA 90041PO BOX 4548 Carlsbad, CA 920183/$1'$7(3/277,1*+,6725<9HUVLRQ1610 Temple City Parking Lot5800 TEMPLE CITY BLVD. PARKINGLOT IMPROVEMENTSCITY PROJECT I.D.: P 17-05CITY OF TEMPLE CITYSIGNGNGGNGNNNNNGNGNNATURE11/30(/(&7521,&$//<$33529('%<0,&+$(/)25%(6&20081,7<'(9(/230(17',5(&725(/(&7521,&$//<&+(&.('%<$/,&$<,53(GENERAL NOTES UNLESS OTHERWISE NOTED. ALL WORK SHALL BE PERFORMED IN ACCORDANCE WITH THE "STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION CSSPWCl". "CALIFORNIA MANUAL ON UNIFORM TRAFFIC CONTROL DEVICES CCA MUTCDl, "CAL TRANS STANDARD PLANS", "STANDARD PLANS FOR PUBLIC WORK CONSTRUCTION" ALL LATEST EDITION WITH ALL CURRENT SUPPLEMENTS, THE GENERAL PROVISIONS AND SPECIAL PROVISIONS IN THE CONTRACT DOCUMENTS. 2. PRIOR TO BEGINNING OF ANY WORK. THE CONTRACTOR SHALL OBTAIN A PERMIT FROM THE CITY OF TEMPLE. 3. ALL WORK COVERED BY THIS PLAN SHALL BE INSPECTED BY THE CITY ENGINEER. REQUEST FOR INSPECTION SERVICE SHALL BE MADE 24-HOURS IN ADVANCE AT C626l 656-7315. 4. THE CONTRACTOR SHALL NOTIFY UNDERGROUND SERVICE ALERT CU.S.A.l 48 HOURS PRIOR TO THE START OF WORK. UPON EXPOSING ANY UTILITY'S UNDERGROUND FACILITY. THE CONTRACTOR SHALL NOTIFY UTILITY IMMEDIATELY. 5. IT SHALL BE THE RESPONSIBILITY OF THE CONTRACTOR TO LOCATE ALL UTILITIES OF EVERY NATURE, WHETHER SHOWN HEREON OR NOT, TO PROTECT THEM FROM DAMAGE WITHIN THE ALIGNMENT OF THE PROPOSED IMPROVEMENTS. THE CONTRACTOR SHALL BEAR THE TOTAL EXPENSE OF REPAIR OR REPLACEMENT OF UTILITIES DAMAGED BY OPERATIONS IN CONNECTION WITH THE PROSECUTION IF THE WORK. 6. THE CONTRACTOR SHALL NOT CONDUCT ANY OPERATIONS OR PERFORM ANY WORK PERTAINING TO THE PROJECT BETWEEN 500 P.M. AND 800 A.M. ON ANY DAY NOR ON SATURDAY. SUNDAY. HOLIDAY AT ANY TIME EXCEPT AS APPROVED BY THE ENGINEER. 7. THE CONTRACTOR SHALL PROTECT AND RESTORE EXISTING UTILITIES AND IMPROVEMENTS AS PER SECTION 5-1. 5-2-AND 7-9 OF THE STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION. 8. THE CONTRACTOR IS ADVISED THAT UNLESS NOTED OTHERWISE IN THE CONTRACT DOCUMENTS. ALL MATERIALS REMOVED UNDER CLEARING AND GRUBBING SHALL BECOME THE PROPERTY OF THE CONTRACTOR AND SHALL BE REMOVED DISPOSED FROM THE JOBSITE UNLESS INSTRUCTED BY THE ENGINEER TO DO OTHERWISE. 9. THE CONTRACTOR SHALL BE RESPONSIBLE TO PROVIDE FOR PUBLIC SAFETY AND CONVENIENCE AND SECURE THE PROJECT AS WELL AS ADJOINING PROPERTIES DURING THE DURATION OF PROJECT. 10. THE CONTRACTOR SHALL PROVIDE A TRAFFIC CONTROL PLAN FOR THE COMPLETION OF THE PROPOSED IMPROVEMENTS PER CA MANUAL ON UNIFORM TRAFFIC CONTROL DEVICES CMUTCDl TO THE SATISFACTION OF THE ENGINEER. A MINIMUM OF ONE LANE OF TRAFFIC SHALL BE MAINTAINED AT ALL TIME DURING WORKING HOURS ALONG TEMPLE CITY BLVD. AND WORKMAN AVE. AND SHALL BE RESTORED TO THE ORIGINAL TRAFFIC LANE AFTER WORK HOURS UNLESS APPROVED OTHERWISE BY THE ENGINEER. II. THE CONTRACTOR SHALL PROVIDE 72-HOUR NOTIFICATION TO THE AFFECTED PROPERTIES. POLICE DEPARTMENT AND FIRE DEPARTMENT IN THE EVENT OF A CHANGE IN STREET CLOSURE TO TRAFFIC AND/OR PUBLIC SAFETY VE'-ICLES, PARKING RESTRICTION, AND ON EACH MONDAY DURING THE CONSTRUCTION PERIOD. 12. ALL EXISTING PORTLAND CEMENT CONCRETE CP.C.C.l AND ASPHALT CONCRETE PAVEMENT SHALL BE SAWCUT. FULL DEPTH, TO A TRUE LINE WHERE NEW CONCRETE PAVEMENT IS TO JOIN. 13. ALONG ROADWAYS SHALL BE BACKFILLED AT THE END OF EACH WORKING DAY AND ROAD OPEN TO VEHICULAR TRAFFIC UNLESS APPROVED BY THE ENGINEER. 14. CONSTRUCTION SITES SHALL BE MAINTAINED IN SUCH A CONDITION THAT A STORM DOES NOT CARRY WASTES OR POLLUTANTS OFF THE SITE. DISCHARGES OTHER THAN STORMWATER CNON-STORMWATER DISCHARGES) ARE PROHIBITED EXCEPT AS AUTHORIZED BY AN INDIVIDUAL NPDES PERMIT OR THE STATEWIDE GENERAL CONSTRUCTION STORMWATER PERMIT. 15. IT SHALL BE THE CONTRACTOR RESPONSIBILITY TO NOTIFY AND COORDINATE WITH ALL AFFECTED UTILITY PURVEYOR OF THE WORK NEEDED TO ADJUST AND/OR RELOCATE UTILITY FACILITIES AS NOTED ON THE PLAN. 16. THE FOLLOWING IS A LIST OF THE UTILITY COMPANIES AND THEIR CONTACTS• JOHANNA MUNOZ SOUTHERN CALIFORNIA EDISON DUANE GREEN SOUTHERN CALIFORNIA GAS COMPANY ANNA LIMAS AT~T JESSE GONZALES CHARTER COMMUNICATION LA COUNTY SEWER MAINTENANCE DISTRICT WAYNE GOEHRING EAST PASADENA WATER COMPANY CGARABALDI AVE TO E. CAMINO REAL A VEl TROY SUNNY SLOPE WATER COMPANY CLIVE OAK AVE TO GARIBALDI AVE.l LOUIE ROMERO CALIFORNIA AMERICAN WATER CO (BLACKLEY ST TO LIVE OAK A VEl CELLIS LANE TO LOWER AZUSA RD.l BOB NILA GOLDEN STATE WATER CO LOWER AZUSA RD TO BLACKLEY ST (626) 303-84 73 (310) 687-2055 (626) 5 70-5314 (626) 430-3570 (626) 300-3399 (626) 793-6189 (626) 287-5238 (626) 614 2500 (626) 446 154 7 NO. REVISIONS PUBLIC WORKS AND ENGINEERING DEPARTMENT 5800 TEMPLE CITY BLVD. PARKING LOT IMPROVEMENTS CITY PROJECT I.D.: P17-05 ~ 2_ -~ s. ~ til ~PROJECT SITE I \JJNOT TO SCALE ~AREA MAP d~ NOT TO SCALE -u 1Cl ~ 0 ~ ~ til c REVISED BY APPROVED BY DATE -\ 11\ ~ ~ 0-'==i -< Ul ~ 0 I \ (i) 0 5 '! 1/'JO RUff p..\JE.. 2. oo 7'-~ t 0 ~ 1\ ~ 1\ Th s. til ~ 1Z ~ ~ ~ I'll I'll . . lUNAS Q\2. e. ~_p..s APPROVED: A CALIFORNIA CORPORATION @ CHECK BY: CllY ENGINEER TRAFFIC CONTROL GENERAL NOTES: ALL TRAFFIC CONTROL WORK FOR CONSTRUCTION SHALL CONFORM TO PART 6-TEMPORARY TRAFFIC CONTROL OF THE CA-MUTCD, ANY ADDENDUMS TO OR LA TEST EDITION AND ALL O.S.H.A. REQUIREMENTS. 2 THE CONTRACTOR SHALL HAVE ALL TRAFFIC CONTROL SIGNS, DELINEATORS, ETC., PROPERLY INSTALLED PRIOR TO COMMENCING CONSTRUCTION. 3 THE CONTRACTOR SHALL MAINTAIN ALL TRAFFIC CONTROL SIGNS, DELINEATORS, ETC., TO ENSURE PROPER FLOW AND SAFETY OF TRAFFIC WHILE WORKING IN THE STREET. 4 ADDITIONAL TRAFFIC CONTROL DEVICES MAY BE REQUIRED IN THE FIELD. THE CONTRACTOR SHALL BE RESPONSIBLE FOR ANY ADDITIONAL TRAFFIC CONTROL DEVICES REQUIRED BY THE CITY INSPECTOR/REPRESENTATIVES TO ASSURE PUBLIC SAFETY AT ALL TIMES. 5 THE CONTRACTOR SHALL UTILIZE A FLAGMAN DURING CONSTRUCTION WORK AS DEEMED NECESSARY BY THE AGENCY REPRESENTATIVE. 6 ARROW BOARDS SHALL BE USED ON ANY LANE CLOSURE ON ARTERIAL STREETS. 7 MAINTAIN ONE TRAFFIC LANE IN BOTH DIRECTIONS AT ALL TIMES. 8 ALL TRAFFIC LANES MUST BE OPEN ON WEEK ENDS AND HOLIDAYS. 9 ANY DEVIATION TO THE TRAFFIC LANE REQUIREMENTS SHALL REQUIRE THE CITY ENGINEER'S APPROVAL. A MINIMUM 24 HOURS ADVANCE NOTICE INS REQUIRED. INDEX TO PROJECT DRAWINGS SHEET NO. DWG.NO. Tl OFI IOFI8 CIOF4 2 OF 18 C20F4 3 OFI8 C3 OF4 4 OF 18 C4 OF 4 5 OFI8 Ll OF 5 6 OF 18 L2 OF 5 70FI8 L3 OF 5 8 OFI8 L4 OF 5 90F 18 L5 OF 5 IOOFI8 SO.I OF 8 IIOFI8 S0.2 OF 8 120FI8 S0.3 OF 8 130FI8 S0.5 OF 8 140F 18 SI.O OF 8 150F 18 SI.IOF8 160FI8 Sl.2 OF 8 17 OF 18 S2.1 OF 8 180F 18 Service AI ert Call: TOLL FREE 811 DATE DATE SHEET DESCRIPTION PROJECT TITLE SHEET CIVIL• GENERAL NOTES CIVIL• PRECISE GRADING~ PARKING LOT IMPROVEMENT PLAN CIVIL• SECTIONS ~ DETAILS CIVIL• EROSION CONTROL PLAN LANDSCAPE• LAY-OUT PLAN LANDSCAPE• IRRIGATION PLAN LANDSCAPE• PLANTING PLAN LANDSCAPE• TRELLIS ELEVATIONS LANDSCAPE• LANDSCAPE DETAILS STRUCTURAL• GENERAL NOTES STRUCTURAL• CONCRETE TYPICAL DETAILS STRUCTURAL• CONCRETE MASONRY TYPICAL DETAILS STRUCTURAL• ELEVATIONS STRUCTURAL• FOUNDATION PLAN STRUCTURAL• FLOOR PLAN STRUCTURAL• TRELLIS PLAN STRUCTURAL• TYPICAL DETAILS CITY OF TEMPLE CITY PUBLIC WORKS AND ENGINEERING DEPARTMENT PROJECT TITLE SHEET SHEET T 1 OF 01 SHEETS DWG. NO. 1 OF 18 13367 BENSON AVE.CHINO, CA. 91710(909) 595 85997(03/(&,7<%/9'3$5.,1*/27,03529(0(176&,7<352-(&7,'3CONSTRUCTION NOTES & MISCELLANEOUS NOTESCONSTRUCTION NOTESSPECIAL NOTATION'Z/E''EZ>ϭ͘'ƌĂĚŝŶŐĐŽŶƚƌĂĐƚŽƌƐŚĂůůĞdžĞƌĐŝƐĞĞdžƚƌĂĐĂƌĞƚŽŵŝŶŝŵŝnjĞƚŚĞĞĨĨĞĐƚƐĨƌŽŵ ĚŝƐƚƵƌďĞĚĞĂƌƚŚĂŶĚͬŽƌĚƵƐƚ͘ƵƐƚƐŚĂůůďĞĐŽŶƚƌŽůůĞĚŝŶĂĐĐŽƌĚĂŶĐĞǁŝƚŚƚŚĞƌĞƋƵŝƌĞŵĞŶƚƐŽĨƚŚĞ^ŽƵƚŚŽĂƐƚŝƌYƵĂůŝƚLJDĂŶĂŐĞŵĞŶƚŝƐƚƌŝĐƚĂŶĚĂƉƉůŝĐĂďůĞŽƵŶƚLJĂŶĚ^ƚĂƚĞůĂǁƐ͘ƚĂŵŝŶŝŵƵŵ͕ĐŽŶƚŝŶƵŽƵƐǁĞƚƚŝŶŐƐŚĂůůďĞƉĞƌĨŽƌŵĞĚǁŚŝůĞĂŶLJĞĂƌƚŚǁŽƌŬŝƐďĞŝŶŐƉĞƌĨŽƌŵĞĚ͘/ĨƚŚĞǁĂƚĞƌŝƐƚŽďĞŽďƚĂŝŶĞĚĨƌŽŵƚŚĞůŽĐĂůŵƵŶŝĐŝƉĂůǁĂƚĞƌƐƵƉƉůLJƐLJƐƚĞŵ͕ƚŚĞŐƌĂĚŝŶŐĐŽŶƚƌĂĐƚŽƌƐŚĂůůĨŝƌƐƚŽďƚĂŝŶĂƉƉƌŽǀĂůĨƌŽŵƚŚĞĂƉƉƌŽƉƌŝĂƚĞǁĂƚĞƌƉƌŽǀŝĚĞƌ͘Ϯ͘ ŶLJŵŽĚŝĨŝĐĂƚŝŽŶƐŽĨŽƌĐŚĂŶŐĞƐƚŽƚŚĞĂƉƉƌŽǀĞĚŐƌĂĚŝŶŐƉůĂŶƐƐŚĂůůďĞĂƉƉƌŽǀĞĚďLJƚŚĞŝƚLJŶŐŝŶĞĞƌ͘ϯ͘ dŚĞŽŶƚƌĂĐƚŽƌƐŚĂůůďĞƐŽůĞůLJƌĞƐƉŽŶƐŝďůĞĨŽƌƚŚĞƉƌĞǀĞŶƚŝŽŶŽĨĚĂŵĂŐĞƚŽĂĚũĂĐĞŶƚƉƌŽƉĞƌƚLJĂŶĚŶŽƉĞƌƐŽŶƐŚĂůůĞdžĐĂǀĂƚĞŽŶůĂŶĚƐƵĨĨŝĐŝĞŶƚůLJ ĐůŽƐĞƚŽƚŚĞƉƌŽƉĞƌƚLJůŝŶĞƚŽĞŶĚĂŶŐĞƌĂŶĂĚũŽŝŶŝŶŐƉƵďůŝĐƐƚƌĞĞƚ͕ƐŝĚĞǁĂůŬ͕ĂůůĞLJ͕ŽƌŽƚŚĞƌƉƵďůŝĐŽƌƉƌŝǀĂƚĞƉƌŽƉĞƌƚLJǁŝƚŚŽƵƚƐƵƉƉŽƌƚŝŶŐĂŶĚƉƌŽƚĞĐƚŝŶŐƐƵĐŚƉƌŽƉĞƌƚLJĨƌŽŵƐĞƚƚůŝŶŐ͕ĐƌĂĐŬŝŶŐŽƌŽƚŚĞƌĚĂŵĂŐĞǁŚŝĐŚĐŽƵůĚƌĞƐƵůƚ͘ϰ͘ dŚĞŽŶƚƌĂĐƚŽƌƐŚĂůůĐĂůůĨŽƌĂŶŝŶƐƉĞĐƚŝŽŶďLJƚŚĞŶŐŝŶĞĞƌĂƚƚŚĞĨŽůůŽǁŝŶŐǀĂƌŝŽƵƐƐƚĂŐĞƐŽĨǁŽƌŬĂŶĚƐŚĂůůŽďƚĂŝŶƚŚĞĂƉƉƌŽǀĂůŽĨƚŚĞďƵŝůĚŝŶŐŽĨĨŝĐŝĂůƉƌŝŽƌƚŽƉƌŽĐĞĞĚŝŶŐƚŽƚŚĞŶĞdžƚƐƚĂŐĞŽĨǁŽƌŬ͗Ă͘WƌĞͲŐƌĂĚĞ͘ĞĨŽƌĞĂŶLJĐŽŶƐƚƌƵĐƚŝŽŶŽƌŐƌĂĚŝŶŐĂĐƚŝǀŝƚŝĞƐŽĐĐƵƌĂƚƚŚĞƐŝƚĞ͘dŚĞŽŶƚƌĂĐƚŽƌƐŚĂůůƐĐŚĞĚƵůĞĂƉƌĞŐƌĂĚĞŝŶƐƉĞĐƚŝŽŶǁŝƚŚƚŚĞŶŐŝŶĞĞƌ͘ď͘/ŶŝƚŝĂů͘tŚĞŶƚŚĞƐŝƚĞŚĂƐďĞĞŶĐůĞĂƌĞĚŽĨǀĞŐĞƚĂƚŝŽŶĂŶĚƵŶĂƉƉƌŽǀĞĚĨŝůůĂŶĚŚĂƐďĞĞŶƐĐĂƌŝĨŝĞĚ͕ďĞŶĐŚĞĚŽƌŽƚŚĞƌǁŝƐĞƉƌĞƉĂƌĞĚĨŽƌĨŝůů͘EŽĨŝůůƐŚĂůůŚĂǀĞďĞĞŶƉůĂĐĞĚƉƌŝŽƌƚŽƚŚŝƐŝŶƐƉĞĐƚŝŽŶ͘Đ͘ZŽƵŐŚ͘tŚĞŶĂƉƉƌŽdžŝŵĂƚĞĨŝŶĂůĞůĞǀĂƚŝŽŶƐŚĂǀĞďĞĞŶĞƐƚĂďůŝƐŚĞĚ͕ĚƌĂŝŶĂŐĞƚĞƌƌĂĐĞƐ͕ƐǁĂůĞƐĂŶĚŽƚŚĞƌĚƌĂŝŶĂŐĞĚĞǀŝĐĞƐŶĞĐĞƐƐĂƌLJĨŽƌƚŚĞƉƌŽƚĞĐƚŝŽŶŽĨƚŚĞďƵŝůĚŝŶŐƐŝƚĞƐĨƌŽŵĨůŽŽĚŝŶŐŚĂǀĞďĞĞŶŝŶƐƚĂůůĞĚ͕ďĞƌŵƐŚĂǀĞďĞĞŶŝŶƐƚĂůůĞĚĂƚƚŚĞƚŽƉŽĨƚŚĞƐůŽƉĞƐ͘Ě͘&ŝŶĂů͘tŚĞŶŐƌĂĚŝŶŐŚĂƐďĞĞŶĐŽŵƉůĞƚĞĚ͖ĂůůĚƌĂŝŶĂŐĞĚĞǀŝĐĞƐŶĞĐĞƐƐĂƌLJƚŽĚƌĂŝŶƚŚĞďƵŝůĚŝŶŐƉĂĚŚĂǀĞďĞĞŶŝŶƐƚĂůůĞĚ͕ƐůŽƉĞƉůĂŶƚŝŶŐŚĂƐďĞĞŶĞƐƚĂďůŝƐŚĞĚ͕ŝƌƌŝŐĂƚŝŽŶƐLJƐƚĞŵƐŚĂǀĞďĞĞŶŝŶƐƚĂůůĞĚ͘dDWKZZzZd,E^dKZDtdZWZKdd/sD^hZ^ϭ͘ EW^ŽŵƉůŝĂŶĐĞ͘/ŶĐŽŵƉůŝĂŶĐĞǁŝƚŚƚŚĞŽƵŶƚLJŽĨ>ŽƐŶŐĞůĞƐEĂƚŝŽŶĂůWŽůůƵƚŝŽŶŝƐĐŚĂƌŐĞůŝŵŝŶĂƚŝŽŶ^LJƐƚĞŵ;EW^ͿͲŽŶƐƚƌƵĐƚŝŽŶ'ĞŶĞƌĂůWĞƌŵŝƚ͕dŝƚůĞϭϮ͘ϴϬͲŶǀŝƌŽŶŵĞŶƚĂůWƌŽƚĞĐƚŝŽŶŽĚĞ͕ĂŶĚƚŚĞ>ŽƐŶŐĞůĞƐŽƵŶƚLJƵŝůĚŝŶŐŽĚĞ͕ĂůůĐŽŶƐƚƌƵĐƚŝŽŶƐŝƚĞƐĂƌĞƌĞƋƵŝƌĞĚƚŽŝŵƉůĞŵĞŶƚĞƐƚDĂŶĂŐĞŵĞŶƚWƌĂĐƚŝĐĞƐ;DWƐͿƚŽĐŽŶƚƌŽůĞƌŽƐŝŽŶ͕ĚĞďƌŝƐ͕ĂŶĚĐŽŶƐƚƌƵĐƚŝŽŶͲƌĞůĂƚĞĚƉŽůůƵƚĂŶƚƐ͘Ϯ͘ >KDWZĞƋƵŝƌĞŵĞŶƚƐ͘dŚĞĨŽůůŽǁŝŶŐĞƐƚDĂŶĂŐĞŵĞŶƚWƌĂĐƚŝĐĞƐ;͞DWƐ͟ͿĂƉƉůLJƚŽĂůůƉĞƌŵŝƚƐĂŶĚƌĞƉƌĞƐĞŶƚƚŚĞ ŵŝŶŝŵƵŵƐƚĂŶĚĂƌĚƐŽĨ ŐŽŽĚŚŽƵƐĞŬĞĞƉŝŶŐƚŚĂƚŵƵƐƚďĞŝŵƉůĞŵĞŶƚĞĚŽŶĂůůĐŽŶƐƚƌƵĐƚŝŽŶƐŝƚĞƐƌĞŐĂƌĚůĞƐƐŽĨĂůůƐŝnjĞ͗Ă͘ƌŽĚĞĚƐĞĚŝŵĞŶƚƐĂŶĚŽƚŚĞƌƉŽůůƵƚĂŶƚƐŵƵƐƚďĞƌĞƚĂŝŶĞĚŽŶƐŝƚĞĂŶĚŵĂLJŶŽƚďĞƚƌĂŶƐƉŽƌƚĞĚĨƌŽŵƚŚĞƐŝƚĞǀŝĂƐŚĞĞƚĨůŽǁ͕ƐǁĂůĞƐ͕ĂƌĞĂĚƌĂŝŶƐ͕ŶĂƚƵƌĂůĚƌĂŝŶĂŐĞĐŽƵƌƐĞƐŽƌǁŝŶĚ͘ď͘^ƚŽĐŬƉŝůĞƐŽĨĞĂƌƚŚĂŶĚŽƚŚĞƌĐŽŶƐƚƌƵĐƚŝŽŶƌĞůĂƚĞĚŵĂƚĞƌŝĂůƐŵƵƐƚďĞƉƌŽƚĞĐƚĞĚĨƌŽŵďĞŝŶŐƚƌĂŶƐƉŽƌƚĞĚĨƌŽŵƚŚĞƐŝƚĞďLJƚŚĞĨŽƌĐĞƐŽĨǁŝŶĚŽƌǁĂƚĞƌ͘Đ͘&ƵĞůƐ͕ŽŝůƐ͕ƐŽůǀĞŶƚƐĂŶĚŽƚŚĞƌƚŽdžŝĐŵĂƚĞƌŝĂůƐŵƵƐƚďĞƐƚŽƌĞĚŝŶĂĐĐŽƌĚĂŶĐĞǁŝƚŚƚŚĞŝƌůŝƐƚŝŶŐĂŶĚĂƌĞ ŶŽƚƚŽĐŽŶƚĂŵŝŶĂƚĞƚŚĞƐŽŝůĂŶĚƐƵƌĨĂĐĞǁĂƚĞƌƐ͘ůůĂƉƉƌŽǀĞĚƐƚŽƌĂŐĞĐŽŶƚĂŝŶĞƌƐĂƌĞƚŽďĞƉƌŽƚĞĐƚĞĚ ĨƌŽŵƚŚĞǁĞĂƚŚĞƌ͘^ƉŝůůƐŵƵƐƚďĞĐůĞĂŶĞĚƵƉŝŵŵĞĚŝĂƚĞůLJĂŶĚĚŝƐƉŽƐĞĚ ŽĨŝŶĂƉƌŽƉĞƌŵĂŶŶĞƌ͘^ƉŝůůƐŵĂLJŶŽƚďĞǁĂƐŚĞĚŝŶƚŽƚŚĞĚƌĂŝŶĂŐĞƐLJƐƚĞŵ͘Ě͘EŽŶͲƐƚŽƌŵǁĂƚĞƌƌƵŶŽĨĨĨƌŽŵĞƋƵŝƉŵĞŶƚĂŶĚǀĞŚŝĐůĞǁĂƐŚŝŶŐĂŶĚĂŶLJŽƚŚĞƌĂĐƚŝǀŝƚLJƐŚĂůůďĞĐŽŶƚĂŝŶĞĚĂƚƚŚĞƉƌŽũĞĐƚƐŝƚĞ͘Ğ͘džĐĞƐƐŽƌǁĂƐƚĞĐŽŶĐƌĞƚĞŵĂLJŶŽƚďĞǁĂƐŚĞĚŝŶƚŽƚŚĞƉƵďůŝĐǁĂLJŽƌĂŶLJŽƚŚĞƌĚƌĂŝŶĂŐĞƐLJƐƚĞŵ͘WƌŽǀŝƐŝŽŶƐƐŚĂůůďĞŵĂĚĞƚŽƌĞƚĂŝŶĐŽŶĐƌĞƚĞǁĂƐƚĞƐŽŶƐŝƚĞƵŶƚŝůƚŚĞLJĐĂŶďĞĚŝƐƉŽƐĞĚŽĨĂƐƐŽůŝĚǁĂƐƚĞ͘Ĩ͘dƌĂƐŚĂŶĚĐŽŶƐƚƌƵĐƚŝŽŶƌĞůĂƚĞĚƐŽůŝĚǁĂƐƚĞƐŵƵƐƚďĞĚĞƉŽƐŝƚĞĚŝŶƚŽĂĐŽǀĞƌĞĚƌĞĐĞƉƚĂĐůĞƚŽƉƌĞǀĞŶƚĐŽŶƚĂŵŝŶĂƚŝŽŶŽĨƌĂŝŶǁĂƚĞƌĂŶĚĚŝƐƉĞƌƐĂůďLJǁŝŶĚ͘Ő͘^ĞĚŝŵĞŶƚƐĂŶĚŽƚŚĞƌŵĂƚĞƌŝĂůƐŵĂLJŶŽƚďĞƚƌĂĐŬĞĚĨƌŽŵƚŚĞƐŝƚĞďLJǀĞŚŝĐůĞƚƌĂĨĨŝĐ͘dŚĞĐŽŶƐƚƌƵĐƚŝŽŶĞŶƚƌĂŶĐĞƌŽĂĚǁĂLJƐŵƵƐƚďĞƐƚĂďŝůŝnjĞĚƐŽĂƐƚŽŝŶŚŝďŝƚƐĞĚŝŵĞŶƚƐĨƌŽŵďĞŝŶŐĚĞƉŽƐŝƚĞĚŝŶƚŽƚŚĞƉƵďůŝĐǁĂLJ͘ĐĐŝĚĞŶƚĂůĚĞƉŽƐŝƚŝŽŶƐŵƵƐƚďĞƐǁĞƉƚƵƉŝŵŵĞĚŝĂƚĞůLJĂŶĚŵĂLJŶŽƚďĞǁĂƐŚĞĚĚŽǁŶďLJƌĂŝŶŽƌŽƚŚĞƌŵĞĂŶƐ͘Ś͘ŶLJƐůŽƉĞƐǁŝƚŚĚŝƐƚƵƌďĞĚƐŽŝůƐŽƌĚĞŶƵĚĞĚŽĨǀĞŐĞƚĂƚŝŽŶŵƵƐƚďĞƐƚĂďŝůŝnjĞĚƐŽĂƐƚŽŝŶŚŝďŝƚĞƌŽƐŝŽŶďLJǁŝŶĚĂŶĚǁĂƚĞƌ͘ϯ͘ DĂŝŶƚĞŶĂŶĐĞŽĨWƌŽƚĞĐƚŝǀĞDĞĂƐƵƌĞƐ͘dŚĞŽŶƚƌĂĐƚŽƌƐŚĂůůŵĂŝŶƚĂŝŶŝŶŐŽŽĚĐŽŶĚŝƚŝŽŶĂŶĚƌĞƉĂŝƌĂůůĚƌĂŝŶĂŐĞƐƚƌƵĐƚƵƌĞƐĂŶĚƚĞŵƉŽƌĂƌLJĞĂƌƚŚ͕ƉŽůůƵƚĂŶƚĂŶĚƐƚŽƌŵǁĂƚĞƌƉƌŽƚĞĐƚŝǀĞŵĞĂƐƵƌĞƐŝŶĐůƵĚŝŶŐƌŽĚĞŶƚĐŽŶƚƌŽůĂƐƐŚŽǁŶŽŶƚŚĞĂƉƉƌŽǀĞĚŐƌĂĚŝŶŐƉůĂŶƐ͘ůůŵĞĂƐƵƌĞƐƐŚĂůůďĞŵĂŝŶƚĂŝŶĞĚƚŽƚŚĞƐĂƚŝƐĨĂĐƚŝŽŶŽĨƚŚĞŝƚLJƵŶƚŝůĨŝŶĂůŐƌĂĚŝŶŐĂƉƉƌŽǀĂůŚĂƐďĞĞŶŐƌĂŶƚĞĚďLJƚŚĞŝƚLJŶŐŝŶĞĞƌ ĂŶĚĂůů ƉĞƌŵĂŶĞŶƚĚƌĂŝŶĂŐĞĂŶĚĞƌŽƐŝŽŶĐŽŶƚƌŽůƐLJƐƚĞŵƐ͕ŝĨƌĞƋƵŝƌĞĚ͕ĂƌĞŝŶƉůĂĐĞ͘ůůƐƚƌƵĐƚƵƌĂůĞƐƚDĂŶĂŐĞŵĞŶƚWƌĂĐƚŝĐĞƐ;͞DWƐ͟ͿƐŚĂůůďĞĂĐĐĞƐƐŝďůĞĨŽƌŝŶƐƉĞĐƚŝŽŶĂŶĚŵĂŝŶƚĞŶĂŶĐĞϰ͘ /ŶƐƚĂůůĂƚŝŽŶ͘dŚĞŽŶƚƌĂĐƚŽƌƐŚĂůůƉƵƚŝŶƚŽĞĨĨĞĐƚĂŶĚŵĂŝŶƚĂŝŶĂůůƉƌĞĐĂƵƚŝŽŶĂƌLJŵĞĂƐƵƌĞƐŶĞĐĞƐƐĂƌLJ ƚŽƉƌŽƚĞĐƚĂĚũĂĐĞŶƚǁĂƚĞƌĐŽƵƌƐĞƐĂŶĚƉƵďůŝĐŽƌƉƌŝǀĂƚĞƉƌŽƉĞƌƚLJĨƌŽŵĚĂŵĂŐĞďLJĞƌŽƐŝŽŶ͕ĨůŽŽĚŝŶŐĂŶĚĚĞƉŽƐŝƚŝŽŶŽĨŵƵĚŽƌ ĚĞďƌŝƐŽƌŝŐŝŶĂƚŝŶŐĨƌŽŵƚŚĞƉƌĞŵŝƐĞƐĚĞƐĐƌŝďĞĚŽŶƚŚĞƐĞƉůĂŶƐƉƌŝŽƌƚŽƚŚĞƐƚĂƌƚŽĨĂŶLJŐƌĂĚŝŶŐŽƉĞƌĂƚŝŽŶƐ͘ϱ͘ WŚĂƐĞĚKƉĞƌĂƚŝŽŶƐ͘ƐŐƌĂĚŝŶŐŽƉĞƌĂƚŝŽŶƐƉƌŽŐƌĞƐƐ͕Ăůů ƉƌŽƚĞĐƚŝǀĞŵĞĂƐƵƌĞƐƐŚĂůůďĞƵƉĚĂƚĞĚĂƐŶĞĐĞƐƐĂƌLJƚŽƉƌĞǀĞŶƚĞƌŽƐŝŽŶĂŶĚƚŽĐŽŶƚƌŽůĐŽŶƐƚƌƵĐƚŝŽŶƌĞůĂƚĞĚƉŽůůƵƚĂŶƚƐĨƌŽŵĚŝƐĐŚĂƌŐŝŶŐĨƌŽŵƚŚĞƐŝƚĞ͘ůůďĞƐƚŵĂŶĂŐĞŵĞŶƚƉƌĂĐƚŝĐĞƐƐŚĂůůďĞŵĂŝŶƚĂŝŶĞĚŝŶŐŽŽĚǁŽƌŬŝŶŐŽƌĚĞƌƚŽƚŚĞƐĂƚŝƐĨĂĐƚŝŽŶŽĨƚŚĞďƵŝůĚŝŶŐŽĨĨŝĐŝĂů͘&ĂŝůƵƌĞƚŽĐŽŵƉůLJǁŝƚŚƚŚŝƐ͘^ĞĐƚŝŽŶŝƐƐƵďũĞĐƚƚŽΗEŽŶĐŽŵƉůŝĂŶĐĞWĞŶĂůƚŝĞƐΗƉƵƌƐƵĂŶƚƚŽ^ĞĐƚŝŽŶ:ϭϭϬ͘ϴ͘ϱ͘WĂLJŵĞŶƚŽĨĂƉĞŶĂůƚLJƐŚĂůůŶŽƚƌĞůŝĞǀĞĂŶLJƉĞƌƐŽŶƐĨƌŽŵĨƵůůLJĐŽŵƉůLJŝŶŐǁŝƚŚƚŚĞƌĞƋƵŝƌĞŵĞŶƚƐŽĨƚŚŝƐŽĚĞŝŶƚŚĞĞdžĞĐƵƚŝŽŶŽĨƚŚĞǁŽƌŬ͘>K^E'>^KhEdz^dKZDtdZWK>>hd/KEWZsEd/KE;͞^tWWW͟ͿEtdtd,ZZK^/KEKEdZK>W>E;͞ttW͟Ϳ'EZ>EKd^ϭ͘  ƐƚĂŶĚͲďLJĐƌĞǁĨŽƌĞŵĞƌŐĞŶĐLJǁŽƌŬƐŚĂůůďĞĂǀĂŝůĂďůĞĂƚĂůůƚŝŵĞƐĚƵƌŝŶŐƚŚĞƌĂŝŶLJ ƐĞĂƐŽŶ;EŽǀĞŵďĞƌϭƐƚƚŽƉƌŝůϭϱƚŚͿ͘EĞĐĞƐƐĂƌLJŵĂƚĞƌŝĂůƐƐŚĂůůďĞĂǀĂŝůĂďůĞŽŶͲƐŝƚĞĂŶĚƐƚŽĐŬƉŝůĞĚĂƚĐŽŶǀĞŶŝĞŶƚůŽĐĂƚŝŽŶƐƚŽĨĂĐŝůŝƚĂƚĞƌĂƉŝĚĐŽŶƐƚƌƵĐƚŝŽŶŽĨĞŵĞƌŐĞŶĐLJĚĞǀŝĐĞƐǁŚĞŶƌĂŝŶŝƐŝŵŵŝŶĞŶƚ͘Ϯ͘ ƌŽƐŝŽŶĐŽŶƚƌŽůĚĞǀŝĐĞƐƐŚŽǁŶŽŶƚŚŝƐƉůĂŶŵĂLJďĞ ƌĞŵŽǀĞĚǁŚĞŶĂƉƉƌŽǀĞĚďLJƚŚĞŶŐŝŶĞĞƌŝĨ ƚŚĞŐƌĂĚŝŶŐŽƉĞƌĂƚŝŽŶŚĂƐƉƌŽŐƌĞƐƐĞĚƚŽƚŚĞƉŽŝŶƚǁŚĞƌĞƚŚĞLJĂƌĞŶŽůŽŶŐĞƌƌĞƋƵŝƌĞĚ͘ϯ͘ 'ƌĂĚĞĚĂƌĞĂƐĂĚũĂĐĞŶƚƚŽĨŝůůƐůŽƉĞƐůŽĐĂƚĞĚĂƚƚŚĞƐŝƚĞƉĞƌŝŵĞƚĞƌŵƵƐƚĚƌĂŝŶĂǁĂLJĨƌŽŵƚŚĞƚŽƉŽĨƐůŽƉĞĂƚƚŚĞĐŽŶĐůƵƐŝŽŶŽĨĞĂĐŚǁŽƌŬŝŶŐĚĂLJ͘ůůůŽŽƐĞƐŽŝůƐĂŶĚĚĞďƌŝƐƚŚĂƚŵĂLJĐƌĞĂƚĞĂƉŽƚĞŶƚŝĂůŚĂnjĂƌĚƚŽŽĨĨͲƐŝƚĞƉƌŽƉĞƌƚLJƐŚĂůůďĞƐƚĂďŝůŝnjĞĚŽƌƌĞŵŽǀĞĚĨƌŽŵƚŚĞƐŝƚĞŽŶĂĚĂŝůLJďĂƐŝƐ͘ϰ͘ ůůƐŝůƚĂŶĚĚĞďƌŝƐƐŚĂůůďĞƌĞŵŽǀĞĚĨƌŽŵĂůůĚĞǀŝĐĞƐǁŝƚŚŝŶϮϰŚŽƵƌƐĂĨƚĞƌĞĂĐŚƌĂŝŶƐƚŽƌŵĂŶĚďĞĚŝƐƉŽƐĞĚŽĨƉƌŽƉĞƌůLJ͘ϱ͘ ŐƵĂƌĚƐŚĂůůďĞƉŽƐƚĞĚŽŶƚŚĞƐŝƚĞǁŚĞŶĞǀĞƌƚŚĞĚĞƉƚŚŽĨǁĂƚĞƌŝŶĂŶLJĚĞǀŝĐĞĞdžĐĞĞĚƐƚǁŽĨĞĞƚ͘dŚĞĚĞǀŝĐĞƐŚĂůůďĞĚƌĂŝŶĞĚŽƌƉƵŵƉĞĚĚƌLJǁŝƚŚŝŶϮϰŚŽƵƌƐĂĨƚĞƌĞĂĐŚƌĂŝŶƐƚŽƌŵ͘WƵŵƉŝŶŐĂŶĚĚƌĂŝŶŝŶŐŽĨĂůůďĂƐŝŶƐĂŶĚĚƌĂŝŶĂŐĞĚĞǀŝĐĞƐŵƵƐƚĐŽŵƉůLJŵƵƐƚĐŽŵƉůLJǁŝƚŚƚŚĞĂƉƉƌŽƉƌŝĂƚĞDWĨŽƌĚĞǁĂƚĞƌŝŶŐŽƉĞƌĂƚŝŽŶƐ͘ϲ͘ dŚĞƉůĂĐĞŵĞŶƚŽĨĂĚĚŝƚŝŽŶĂůĚĞǀŝĐĞƐ ƚŽƌĞĚƵĐĞĞƌŽƐŝŽŶ ĚĂŵĂŐĞĂŶĚĐŽŶƚĂŝŶƉŽůůƵƚĂŶƚƐǁŝƚŚŝŶƚŚĞƐŝƚĞŝƐůĞĨƚƚŽƚŚĞĚŝƐĐƌĞƚŝŽŶŽĨƚŚĞŶŐŝŶĞĞƌ͘ĚĚŝƚŝŽŶĂůĚĞǀŝĐĞƐĂƐŶĞĞĚĞĚƐŚĂůůďĞŝŶƐƚĂůůĞĚƚŽƌĞƚĂŝŶƐĞĚŝŵĞŶƚƐĂŶĚŽƚŚĞƌƉŽůůƵƚĂŶƚƐŽŶƐŝƚĞ͘ϳ͘ ĞƐŝůƚŝŶŐďĂƐŝŶƐŵĂLJŶŽƚďĞƌĞŵŽǀĞĚŽƌ ŵĂĚĞŝŶŽƉĞƌĂďůĞďĞƚǁĞĞŶEŽǀĞŵďĞƌϭƐƚĂŶĚƉƌŝůϭϱƚŚŽĨƚŚĞĨŽůůŽǁŝŶŐLJĞĂƌǁŝƚŚŽƵƚƚŚĞĂƉƉƌŽǀĂůŽĨƚŚĞŶŐŝŶĞĞƌ͘ϴ͘ ^ƚŽƌŵtĂƚĞƌWŽůůƵƚŝŽŶĂŶĚƌŽƐŝŽŶŽŶƚƌŽůĚĞǀŝĐĞƐĂƌĞƚŽďĞŵŽĚŝĨŝĞĚ͕ĂƐŶĞĞĚĞĚ͕ĂƐƚŚĞƉƌŽũĞĐƚƉƌŽŐƌĞƐƐĞƐ͕ƚŚĞĚĞƐŝŐŶĂŶĚƉůĂĐĞŵĞŶƚŽĨƚŚĞƐĞĚĞǀŝĐĞƐŝƐƚŚĞƌĞƐƉŽŶƐŝďŝůŝƚLJŽĨƚŚĞĨŝĞůĚĞŶŐŝŶĞĞƌ͘WůĂŶƐƌĞƉƌĞƐĞŶƚŝŶŐĐŚĂŶŐĞƐŵƵƐƚďĞƐƵďŵŝƚƚĞĚĨŽƌĂƉƉƌŽǀĂůŝĨƌĞƋƵĞƐƚĞĚďLJƚŚĞƵŝůĚŝŶŐKĨĨŝĐŝĂů͘ϵ͘ ǀĞƌLJĞĨĨŽƌƚƐŚŽƵůĚďĞŵĂĚĞƚŽĞůŝŵŝŶĂƚĞƚŚĞĚŝƐĐŚĂƌŐĞŽĨŶŽŶͲƐƚŽƌŵǁĂƚĞƌĨƌŽŵƚŚĞƉƌŽũĞĐƚƐŝƚĞƐĂƚĂůůƚŝŵĞƐ͘ϭϬ͘ ƌŽĚĞĚ ƐĞĚŝŵĞŶƚƐĂŶĚŽƚŚĞƌƉŽůůƵƚĂŶƚƐŵƵƐƚďĞƌĞƚĂŝŶĞĚŽŶͲƐŝƚĞĂŶĚŵĂLJŶŽƚďĞƚƌĂŶƐƉŽƌƚĞĚĨƌŽŵƚŚĞƐŝƚĞǀŝĂƐŚĞĞƚĨůŽǁ͕ƐǁĂůĞƐ͕ĂƌĞĂĚƌĂŝŶƐ͕ŶĂƚƵƌĂůĚƌĂŝŶĂŐĞĐŽƵƌƐĞƐ͕ŽƌǁŝŶĚ͘ϭϭ͘ ^ƚŽĐŬƉŝůĞƐŽĨĞĂƌƚŚĂŶĚŽƚŚĞƌĐŽŶƐƚƌƵĐƚŝŽŶͲƌĞůĂƚĞĚŵĂƚĞƌŝĂůƐŵƵƐƚďĞƉƌŽƚĞĐƚĞĚĨƌŽŵďĞŝŶŐƚƌĂŶƐƉŽƌƚĞĚĨƌŽŵƚŚĞƐŝƚĞďLJƚŚĞĨŽƌĐĞƐŽĨǁŝŶĚŽƌǁĂƚĞƌ͘ϭϮ͘ &ƵĞůƐ͕ŽŝůƐ͕ƐŽůǀĞŶƚƐ͕ĂŶĚŽƚŚĞƌƚŽdžŝĐ ŵĂƚĞƌŝĂůƐŵƵƐƚďĞ ƐƚŽƌĞĚŝŶĂĐĐŽƌĚĂŶĐĞǁŝƚŚƚŚĞŝƌůŝƐƚŝŶŐĂŶĚĂƌĞŶŽƚƚŽĐŽŶƚĂŵŝŶĂƚĞƚŚĞƐŽŝůƐĂŶĚƐƵƌĨĂĐĞǁĂƚĞƌƐ͘ůůĂƉƉƌŽǀĞĚƐƚŽƌĂŐĞĐŽŶƚĂŝŶĞƌƐĂƌĞƚŽďĞƉƌŽƚĞĐƚĞĚĨƌŽŵƚŚĞǁĞĂƚŚĞƌ͘^ƉŝůůƐŵƵƐƚďĞĐůĞĂŶĞĚƵƉŝŵŵĞĚŝĂƚĞůLJĂŶĚĚŝƐƉŽƐĞĚŽĨŝŶĂƉƌŽƉĞƌŵĂŶŶĞƌ͘^ƉŝůůƐŵĂLJŶŽƚďĞǁĂƐŚĞĚŝŶƚŽƚŚĞĚƌĂŝŶĂŐĞƐLJƐƚĞŵ͘ϭϯ͘ džĐĞƐƐŽƌǁĂƐƚĞĐŽŶĐƌĞƚĞŵĂLJ ŶŽƚďĞǁĂƐŚĞĚŝŶƚŽƚŚĞƉƵďůŝĐǁĂLJŽƌĂŶLJŽƚŚĞƌĚƌĂŝŶĂŐĞƐLJƐƚĞŵ͘WƌŽǀŝƐŝŽŶƐƐŚĂůůďĞŵĂĚĞƚŽƌĞƚĂŝŶĐŽŶĐƌĞƚĞǁĂƐƚĞƐŽŶͲƐŝƚĞƵŶƚŝůƚŚĞLJĐĂŶďĞĚŝƐƉŽƐĞĚŽĨĂƐƐŽůŝĚǁĂƐƚĞ͘ϭϰ͘ ŽŶƚƌĂĐƚŽƌŝƐƌĞƐƉŽŶƐŝďůĞƚŽŝŶƐƉĞĐƚĂůůƌŽƐŝŽŶŽŶƚƌŽůĞǀŝĐĞƐĂŶĚDWƐĂƌĞŝŶƐƚĂůůĞĚĂŶĚĨƵŶĐƚŝŽŶŝŶŐƉƌŽƉĞƌůLJŝĨƚŚĞƌĞŝƐĂϱϬйŽƌŐƌĞĂƚĞƌƉƌŽďĂďŝůŝƚLJ ŽĨƉƌĞĚŝĐƚĞĚƉƌĞĐŝƉŝƚĂƚŝŽŶ͕ĂŶĚĂĨƚĞƌĂĐƚƵĂůƉƌĞĐŝƉŝƚĂƚŝŽŶ͘ĐŽŶƐƚƌƵĐƚŝŽŶƐŝƚĞŝŶƐƉĞĐƚŝŽŶĐŚĞĐŬůŝƐƚĂŶĚŝŶƐƉĞĐƚŝŽŶůŽŐƐŚĂůůďĞŵĂŝŶƚĂŝŶĞĚĂƚƚŚĞƉƌŽũĞĐƚ ƐŝƚĞĂƚĂůůƚŝŵĞƐĂŶĚĂǀĂŝůĂďůĞĨŽƌ ƌĞǀŝĞǁďLJƚŚĞŶŐŝŶĞĞƌ;ĐŽƉŝĞƐŽĨƚŚĞƐĞůĨͲŝŶƐƉĞĐƚŝŽŶĐŚĞĐŬůŝƐƚĂŶĚŝŶƐƉĞĐƚŝŽŶůŽŐƐĂƌĞĂǀĂŝůĂďůĞƵƉŽŶƌĞƋƵĞƐƚͿ͘ƐĂŵƉůĞ>ŽŐĂŶĚŚĞĐŬůŝƐƚŝƐĂǀĂŝůĂďůĞĂƐƉĂƌƚŽĨƚŚĞ>ŽƐŶŐĞůĞƐŽƵŶƚLJ^tWWWĂŶĚttWZĞǀŝĞǁ^ŚĞĞƚĚĂƚĞĚϬϯͲϬϳͲϮϬϭϭĂƚ͗ŚƚƚƉ͗ͬͬĚƉǁ͘ůĂĐŽƵŶƚLJ͘ŐŽǀͬďƐĚͬƉƵďůŝĐĂƚŝŽŶƐͬŝŶĚĞdž͘ĐĨŵ͘ϭϱ͘ dƌĂƐŚĂŶĚĐŽŶƐƚƌƵĐƚŝŽŶͲƌĞůĂƚĞĚƐŽůŝĚǁĂƐƚĞƐŵƵƐƚďĞĚĞƉŽƐŝƚĞĚŝŶƚŽĂĐŽǀĞƌĞĚƌĞĐĞƉƚĂĐůĞƚŽƉƌĞǀĞŶƚĐŽŶƚĂŵŝŶĂƚŝŽŶŽĨƌĂŝŶǁĂƚĞƌĂŶĚĚŝƐƉĞƌƐĂůďLJǁŝŶĚ͘ϭϲ͘ ^ĞĚŝŵĞŶƚƐĂŶĚŽƚŚĞƌŵĂƚĞƌŝĂůƐŵĂLJŶŽƚďĞƚƌĂĐŬĞĚĨƌŽŵƚŚĞƐŝƚĞďLJǀĞŚŝĐůĞƚƌĂĨĨŝĐ͘dŚĞĐŽŶƐƚƌƵĐƚŝŽŶĞŶƚƌĂŶĐĞƌŽĂĚǁĂLJƐŵƵƐƚďĞƐƚĂďŝůŝnjĞĚƐŽĂƐƚŽŝŶŚŝďŝƚƐĞĚŝŵĞŶƚƐĨƌŽŵďĞŝŶŐĚĞƉŽƐŝƚĞĚŝŶƚŽƚŚĞƉƵďůŝĐǁĂLJ͘ĐĐŝĚĞŶƚĂůĚĞƉŽƐŝƚŝŽŶƐŵƵƐƚďĞƐǁĞƉƚƵƉŝŵŵĞĚŝĂƚĞůLJĂŶĚŵĂLJŶŽƚďĞǁĂƐŚĞĚĚŽǁŶďLJƌĂŝŶŽƌŽƚŚĞƌŵĞĂŶƐ͘ϭϳ͘ ŶLJƐůŽƉĞƐǁŝƚŚĚŝƐƚƵƌďĞĚƐŽŝůƐŽƌĚĞŶƵĚĞĚŽĨǀĞŐĞƚĂƚŝŽŶŵƵƐƚ ďĞƐƚĂďŝůŝnjĞĚƐŽĂƐƚŽŝŶŚŝďŝƚĞƌŽƐŝŽŶďLJǁŝŶĚĂŶĚǁĂƚĞƌ͘W>DEdK&&/>>DdZ/>ϭ͘ ĐĐĞƉƚĂďůĞDĂƚĞƌŝĂů͘&ŝůůŵĂƚĞƌŝĂůƐŚĂůůŶŽƚŝŶĐůƵĚĞŽƌŐĂŶŝĐ͕ĨƌŽnjĞŶŽƌŽƚŚĞƌĚĞůĞƚĞƌŝŽƵƐŵĂƚĞƌŝĂůƐ͘hŶůĞƐƐĂƉƉƌŽǀĞĚďLJƚŚĞŶŐŝŶĞĞƌ͕ŶŽ ƌŽĐŬŽƌƐŝŵŝůĂƌŝƌƌĞĚƵĐŝďůĞŵĂƚĞƌŝĂůŐƌĞĂƚĞƌ ƚŚĂŶϭϮŝŶĐŚĞƐŝŶĂŶLJĚŝŵĞŶƐŝŽŶƐŚĂůůďĞŝŶĐůƵĚĞĚŝŶĨŝůůƐ͘džĐĞƉƚŝŽŶ͗dŚĞŶŐŝŶĞĞƌŵĂLJƉĞƌŵŝƚƉůĂĐĞŵĞŶƚŽĨůĂƌŐĞƌƌŽĐŬǁŚĞŶƚŚĞŐĞŽƚĞĐŚŶŝĐĂůĞŶŐŝŶĞĞƌƉƌŽƉĞƌůLJĚĞǀŝƐĞƐĂŶĚƌĞĐŽŵŵĞŶĚƐĂŵĞƚŚŽĚŽĨƉůĂĐĞŵĞŶƚ͕ĂŶĚĐŽŶƚŝŶƵŽƵƐůLJŝŶƐƉĞĐƚƐƚŚĞƉůĂĐĞŵĞŶƚ ĂŶĚĂƉƉƌŽǀĞƐƚŚĞĨŝůůƐƚĂďŝůŝƚLJ͘dŚĞĨŽůůŽǁŝŶŐƌĞƋƵŝƌĞŵĞŶƚƐƐŚĂůůĂůƐŽĂƉƉůLJ͗Ă͘ WƌŝŽƌƚŽŝƐƐƵĂŶĐĞŽĨƚŚĞŐƌĂĚŝŶŐƉĞƌŵŝƚ͕ƉŽƚĞŶƚŝĂůƌŽĐŬĚŝƐƉŽƐĂůĂƌĞĂƐƐŚĂůůďĞĚĞůŝŶĞĂƚĞĚŽŶƚŚĞŐƌĂĚŝŶŐƉůĂŶ͘ď͘ZŽĐŬƐŝnjĞƐŐƌĞĂƚĞƌƚŚĂŶϭϮŝŶĐŚĞƐ;Ϭ͘ϯŵͿŝŶŵĂdžŝŵƵŵĚŝŵĞŶƐŝŽŶƐŚĂůůďĞϭϬĨĞĞƚŽƌŵŽƌĞďĞůŽǁŐƌĂĚĞ͕ŵĞĂƐƵƌĞĚǀĞƌƚŝĐĂůůLJ͘Đ͘ ZŽĐŬƐƐŚĂůůďĞƉůĂĐĞĚƐŽĂƐƚŽĂƐƐƵƌĞĨŝůůŝŶŐŽĨĂůůǀŽŝĚƐǁŝƚŚǁĞůůͲŐƌĂĚĞĚƐŽŝů͘Ě͘ dŚĞƌĞƉŽƌƚƐƐƵďŵŝƚƚĞĚďLJƚŚĞŐĞŽƚĞĐŚŶŝĐĂůĞŶŐŝŶĞĞƌƐŚĂůůĂĐŬŶŽǁůĞĚŐĞƚŚĞƉůĂĐĞŵĞŶƚŽĨƚŚĞŽǀĞƌƐŝnjĞĚŵĂƚĞƌŝĂůĂŶĚǁŚĞƚŚĞƌƚŚĞǁŽƌŬǁĂƐƉĞƌĨŽƌŵĞĚŝŶĂĐĐŽƌĚĂŶĐĞǁŝƚŚƚŚĞĞŶŐŝŶĞĞƌΖƐƌĞĐŽŵŵĞŶĚĂƚŝŽŶƐĂŶĚƚŚĞĂƉƉƌŽǀĞĚƉůĂŶƐ͘Ğ͘ dŚĞůŽĐĂƚŝŽŶŽĨŽǀĞƌƐŝnjĞĚƌŽĐŬĚŝƐƉĞƌƐĂůĂƌĞĂƐƐŚĂůůďĞƐŚŽǁŶŽŶƚŚĞĂƐͲďƵŝůƚƉůĂŶ͘Ϯ͘ ŽŵƉĂĐƚŝŽŶ͘ůůĨŝůůŵĂƚĞƌŝĂůƐŚĂůůďĞĐŽŵƉĂĐƚĞĚƚŽĂŵŝŶŝŵƵŵŽĨϵϬƉĞƌĐĞŶƚŽĨŵĂdžŝŵƵŵĚĞŶƐŝƚLJĂƐĚĞƚĞƌŵŝŶĞĚďLJ^dDϭϱϱϳ͕DŽĚŝĨŝĞĚWƌŽĐƚŽƌ͕ŝŶůŝĨƚƐŶŽƚĞdžĐĞĞĚŝŶŐϭϮŝŶĐŚĞƐŝŶĚĞƉƚŚǁŝƚŚŝŶϰϬĨĞĞƚďĞůŽǁĨŝŶŝƐŚĞĚŐƌĂĚĞĂŶĚϵϯƉĞƌĐĞŶƚŽĨŵĂdžŝŵƵŵĚƌLJĚĞŶƐŝƚLJĚĞĞƉĞƌƚŚĂŶϰϬĨĞĞƚďĞůŽǁĨŝŶŝƐŚĞĚŐƌĂĚĞ͕ƵŶůĞƐƐĂůŽǁĞƌƌĞůĂƚŝǀĞĐŽŵƉĂĐƚŝŽŶ;ŶŽƚůĞƐƐƚŚĂŶϵϬƉĞƌĐĞŶƚŽĨŵĂdžŝŵƵŵĚƌLJĚĞŶƐŝƚLJͿŝƐũƵƐƚŝĨŝĞĚďLJƚŚĞ'ĞŽƚĞĐŚŶŝĐĂůŶŐŝŶĞĞƌĂŶĚĂƉƉƌŽǀĞĚďLJƚŚĞďƵŝůĚŝŶŐŽĨĨŝĐŝĂů͘tŚĞƌĞ^dDϭϱϱϳ͕DŽĚŝĨŝĞĚWƌŽĐƚŽƌŝƐŶŽƚĂƉƉůŝĐĂďůĞ͕ĂƚĞƐƚĂĐĐĞƉƚĂďůĞƚŽƚŚĞďƵŝůĚŝŶŐŽĨĨŝĐŝĂůƐŚĂůůďĞƵƐĞĚ͘3$5.,1*/27/,*+7,1**(1(5$/127(6(/(&7521,&$//<$33529('%<0,&+$(/)25%(6&20081,7<'(9(/230(17',5(&725(/(&7521,&$//<&+(&.('%<$/,&$<,53( 13367 BENSON AVE.CHINO, CA. 91710(909) 595 85997(03/(&,7<%/9'3$5.,1*/27,03529(0(176&,7<352-(&7,'3CONSTRUCTION NOTESSPECIAL NOTATIONPRECISE GRADING & PARKING IMPROVEMENT PLAN(/(&7521,&$//<$33529('%<0,&+$(/)25%(6&20081,7<'(9(/230(17',5(&725(/(&7521,&$//<&+(&.('%<$/,&$<,53( 13367 BENSON AVE.CHINO, CA. 91710(909) 595 85997(03/(&,7<%/9'3$5.,1*/27,03529(0(176&,7<352-(&7,'3 A SECTION A-A / VEGETATED SWALE B SECTION B-B / LID GRAVEL BOTTOMLESS TRENCH C SECTION C-C / VEGETATED SWALE D SECTION D-D / LID GRAVEL BOTTOMLESS TRENCHCONSTRUCTION NOTESSPECIAL NOTATIONSECTIONS AND DETAILSBOLLARD LIGHT FOUNDATIONLIGHT STANDARD FOUNDATION____(/(&7521,&$//<$33529('%<0,&+$(/)25%(6&20081,7<'(9(/230(17',5(&725(/(&7521,&$//<&+(&.('%<$/,&$<,53( 13367 BENSON AVE.CHINO, CA. 91710(909) 595 85997(03/(&,7<%/9'3$5.,1*/27,03529(0(176&,7<352-(&7,'3/(*(1'EROSION CONTROL PLAN(/(&7521,&$//<$33529('%<0,&+$(/)25%(6&20081,7<'(9(/230(17',5(&725(/(&7521,&$//<&+(&.('%<$/,&$<,53(0 ~ <( > W:s1 ..J~ :1 0 []] >-I--(.J w ..J c.. ~I ~I 10 5 1"=1 0' \~ I I lr \l --.< . : .· ... .. '.' . . : ·.. . . .. ' ·:.· SILT FENCE(SC-1) -++---11---~~ ~ f--0 w~ _jl zu -I/) z~ <{z tt:D OF u ::<w tt:f-oo f--0< 1/)(]_ 0~~~~10 20 GRAPHIC SCALE ' ' ' ' ' ' ' ' ' ' ' ' / // // / // // .// ell ' II ' \\s ' .. . ; . ·-·. -:: , II ~\~~ oSP/GOT / . . . ,; [X/STING BUILDING /// .// // // /// // / / // / ' I ~!:i'5:7 ell~_ =il ~ II I / ,/' / / . sl // r ~t~ / / go / ~ / \)/\J /' / = Cj]'/ \~/ ~~~~~~~~~~~~~~~~~~~~ .. ·. ~ w ,.. "' w "' '"' ""' .·•. ·.·. :. •·. . Underground Service Alert Call: TOLL FREE 811 TWO WORKING DAYS BEFORE YOU DIG _:,.,. -·. :· ... . \···.·.·.·. ·j .. _ ... ·. · ... ·. -··· NO. REVISIOI\JS 11 +00 . __ ..... ,. · ... -. . . ' . · .... : ·· ... :· ... ·' .· :_ . . :: ·, __ ._· :· ... -.. : • ~ ]Y .1] \ ~C) . ' GRAVEL BAGS (SC-~ y~ , WORKMAN AVENUE REVISED BY APPROVED BY DATE PREPARED BY: JOSEPH SEDIMENT TRAP SC-3 ____ __j =========-= . ·.: ·, .. · ... , . -· . . __ ·, .... · .. · .... ·. · .. · ..... 12+00 J.N. 16565 11/27/2016 DATE -------SILT FENCE (SC-1) GRAVEL BAGS (SC-8) DIRECTION OF FLOW SEDIMENT TRAP (SC-3) STORM DRAIN INLET PROTECTION (SC-10) ()....._ >-I ,.._-+-~--l-lf..l----1-GRAVEL BAGS (SC-8) ..JI ..;.-----j---j----1-SILT FEN CE(SC-1) -----CITY OF TEMPLE CITY PUBLIC WORKS AND ENGINEERING DEPT. APPROVED: DATE CHECK BY: DWG. NO. CITY ENGINEER DATE SHEET C4 OF C4 SHEETS OF 18 SIGNATURE3DXO$1RWD11/30/16L O S T W E S TL A N D S C A P E A R C H I T E C T U R EGARDENS PARKS CITIESTEL: (323) 258-8214 OR (760) 434-57905208 Townsend Ave. Los Angeles, CA 90041PO BOX 4548 Carlsbad, CA 920183/$1'$7(3/277,1*+,6725<9HUVLRQ1610 Temple City Parking Lot5800 TEMPLE CITY BLVD. PARKINGLOT IMPROVEMENTSCITY PROJECT I.D.: P 17-05NATURE1111111111/////3///0/16(/(&7521,&$//<$33529('%<0,&+$(/)25%(6&20081,7<'(9(/230(17',5(&725(/(&7521,&$//<&+(&.('%<$/,&$<,53(ELECTRIC VEHICLE CHARGING STATION LOCATION FOR 2 CARS, SEE ENGINEERS PLAN FOR CONDUIT TYPE AND LOCATION V V BLUE INTERNATIONAL SYMB/OL Sf\'" " lr I 'I ~~~'I' WALL E'ix!ST!NG BUILDING / OF ACCESSIBILITY POLE AT REl -.J• ~· DEMO rETURN:\ 1 / I • 53.00. ~/ SIGNAGE. TYP 36.00. ~·A~,c:~1~'n"l·~'"~~~" ' '11u1' 0 WALL V / / <4-9' STALLS, TYPICALl 36.00' CORNER OF PROPERTY L___L_IN_E_A_T _R._O._W._L_INE_, ~..... 13.62' \ //J_v _ _;:G1.2Q:Or'/l'~~QQ:·A::_2:qi.0~0'"4~L/~~27~.0~02:,' -,---=::----::--4 <4 -9' STALLS, TYPICALl LID VEGETATED SWALE, ----... ' / / v <3 -9' STA~LSJ SEE ENG. PLANS ~ ~ / / / "-l ~ \ / t '37'45" F !75.00' & ~ ~f' ---~~~~o~mw•r~mm~m-~~~~@~$nm-~$nnmm0•~~~~~~--~~ommm~~--~--~+n~om~~--~--mmmmoom~--~!~ REMOVE PORTION OF Lii'-{----t---tt--_:~:--I=T---1 EX. APRON AND GUTTER ' w L__onrf!_j AND REPLACE WITH I~ 1"' + II NEW CURB AND GUTTER, ' II SEE ENGINEERS PLANS 8 !"-w II ~ N , , :: 8 6.00' 0 > _j n 3~ ~~'< " lr..IFS,TYf. / ~ 8 II r··· <i i i':l i .. • .... ··~ ~~~E~~~~~~T~T~~~i~t;~~~ OF rn >--f-u w _j Q_ :;; w f-b 0 ~ b 0 ~ b 0 ~ b 0 ~ -~H-T---=1===·····~·="·1====>~·,·~·~····~·/===lt<.,,./.iJJ.:=i·==··•••·~ ··········=··i~········=eJ.····· '••c=··•·;t -~~/ /i<~ /_L_ /_L___ /i<L__L'---L__L_~/"~~~4· WIDE BLUE LINES 8. II u...._ "'..... AT 36" SPACING -<f ""' ~...__NEW CONCRETE WALKWAY, '~ ~~ SEE ENGINEERS PLANS II ...__TYPICAL BOLLARD LIGHT <2 TOTALJ, ~~"II SEE ENGINEERS PLANS I~ \L _j <l ;: w _Q (f) -I 03 II II II II II II "' ()()' 8.50' 8.50' 36.00' <4 -9' ST ALLSJ [Jii'M r: ~ ~ F=====~~ [1~11~ ~~~~[111111~ ~~~~ I I I I I r:J!JJ S -'k-------1\\r \ ~'--'_4" WIDE Y'IHITE LINES, TYir. I b 0 00.. (1)1::: TYPICAL BENCH b 0 c:O _j •<( Oo 0--D.. <1)>-f-c::Aip 1 11-JG WAI I TO ~AII.Ir-. 1<:~· ' ICJ TYPICAL ARCHITECTURAL AREA : c.c:; '--LIGHT <5 TOT AU, SEE ENGINEERS PL.d.~ TYPICAL 6' X 6" X 5" CONC. WHEEL STOPS PINNED TO PAVEMENT SOUTH SIDE STALLS ONLY lll "oo/ RIVER ROCK GROUND 11f COVER, TYP., SEE DETAILS r ~ 4V 6 1)\ldVWJ WHITE "'"'I"'G'r-.11A A~;E---fl I ~·~ ~~ \ ~ a' i--' METER [Ll7] I ~[;;,_ l;L #,-.,..,__~e-._,\ f'-.._~-@"llll ~ NEW CONCRETE SIDEWALK~~ ~iillij\l SEE ENGINEERS PLANS '-'Y G )r---1' l) >--w _j _j <J: ~~-"' ·~ ' . < STANDARD SPACE DETAil 4L5.-D-IAG-QN-AL.>o('?~PACE DETAIL -~ . ~ ~0, l" f ACC£SS1Bl.TY ~ , llii\J SYo.IBa. • • 2.7 m 1.5 m) ACCfSS!B! f SPACE DETAil 60' QIAGONAI SPACE DETAil • LOADING >.REA SHALl BE 8' (2.-«l m) 'Mil£ ~~~ron TO VAA ACC!:SSlBLE P~RKING SI'•CEs -SEE PLANS. NOTES: 1. STRlPING SHAll 8E: 4" (100 mm) WIDE I'IHTE N0N-R£n.ECTOR12E0 PAINT. EXCEPT AS SHD'IIN. PA\oOIF;HT r.IAAI<INGS SHAll. Al..SO B( NON-RHUCTORIZED PA!NT. 2. SIGHS SHAll. CONFOI'Ir.l TO SECTION 56. SIGHS. Of THE STATr STAHDARD SPECI~CAnONS. Mill THE STATE SPECinCAnONS fOil IILUIIINUlol SINGLE SHEET PAAEL SjGNS. J. SEE LOCAL ZONINC CDOE FOR REOUIREr.lF;HTS FOR USAGE ~ COI.IPACT AAO ACCESSIBLE PARKING SPACES AND LOT L),YQUT. STANDARD PLANS FOR PUBLIC WORKS CONSTRUCTION PARKING LOT S'TRIPING & SIGNING . " -::':' !OJ -~-99 jSTAtiOAAO) PAAKWG 12"•18 (300 • 450 mm) OI!LY WHITE ON BLUE ..=7--.. =..-&: r--~-10013 MDOifiUI t'.Ak'"~ 16"X2t" (450 • 600 mm). ~;' WitTE ON BLUE. ~ I" (25 mm) LETTE:RING. MIN ~ :v.o.H ACCESSIBU" PlAlE 12"• 6" t--<::;FJI t300 x 150 mm) EII..ACK ON WliiTE_ 1l ONLY INSTALLED WHEN HATC!lffi LDADING AAEA AT U.O.ST 8" (2.4 m) WIDE IS l-. lr.lr.lEOI•TEt.Y TO THE RIGHT Of THE PAR!CFNG SPAct. ~I! "::i ' b' ,!, 1 f---2" x 2" (50 • .>0 rrm) G"LVANIZ<:O STEEL TUBE /Tc.' Of PAI/DoiFJIT ·r-~ a..ASS 500-C-2500 •• (295-C-17) . " (300 mm) l-t=±:':O.J ' ' DISABI ED ACCESSIAI E PARKING SIGNS Nolo: Not IO< otr<r<~t u"" STANDARD PLANS fOR PUBLIC WORKS CONSTRUCTION PARKING LOT STRIPING & SIGNING '---EXISTING WATER METER, SEE IRRIGATION PLAN ~=· '"" THIS EXISTING WALL 180 0 '--L.IInD BOTTOMLESS TRENCH IN THIS AREA, SEE ENG. PLANS NEW MASONRY SCREEN '---WALL, SEE STRUCTURAL PLANS, TYP. REMOVE PORTION OF EX. CURB, '--GUTTER AND ALLEY INTERSEVTION REMOVE PORTION OF EX. CURB, GUTTER AND RAMP AND REPLACE WITH NEW CURB RAMP, SEE ENGINEERS PLANS 10.42' 15.00' 15.00' )s_/'t--:t-AND REPLACE WITH NEW CURB RAMP, J.; I illr TREES TO REMAN SEE ENGINEERS PLANS PLAN NOTES-I. ALL MEASUREMENTS SI-<ALL BE VERIFIED BY TJ.<E CONTRACTOR IN TI-<E FIELD. 2. CONTRACTOR Si-<ALL VERIFY ITEMS TO BE DEMO'D WIT!-< CITY PRIOR TO STARTING JOB, SEE ENG. PLAN FOR DEMOLITION. 3. ALL PAVED AND PLANTING AREAS SI-<ALL CONFORM TO GRADES AS PER ENGINEER'S GRADING PLAN. 4. ALL ELECTRICAL FIXTURES, CONDUIT, METERING, CONTROLS, AND WIRING SI-<ALL BE AS SPECIFIED BY TI-<E ENGINEER. 5. ALL WORK SI-<ALL CONFORM TO TI-<E 'STANDARD PLANS FOR PUBLIC WORKS CONSTRUCTION', LATEST ADOPTED EDITION. AND ALL APPLICABLE STATE AND LOCAL CODES. 6. SEE SI-<EET L4 FOR TRELLIS ELEVATIONS, AND STRUCTURAL ENG. PLANS FOR DETAILS AND STRUCTURAL CALCULATIONS. 7. SEE CIVIL ENG. PLANS FOR 'BOTTOMLESS TI<ENCI-<' STORM WATER CAPTURE LID SYSTEM. 8. ALL DIMENSIONS ARE IN FEET. 9. FOR PARKING LOT SIGNING, MARKING AND STRIPING SI-<ALL BE PER STD. PLANS PER PUBLIC WORKS CONSTRUCTION, STD. PLAN 180-0. BENCH NOTE• VICTOR STANLEY MODEL RB-28 STEELSITES RB SERIES 6' ALL STEEL BENCI-<ES W/0 CENTER ARM, POWDER COAT COLOR -BRONZE FINIS!-< (2 TOT AU. BOLT TO CONCRETE PER MANUFACTURERS SPECIFICATIONS USING VANDAL -PROOF STAINLESS STEEL 1-<ARDWARE. NO. REV!S!ONS REVISED BY AVE. APPROVED BY DATE l ,J/j r-... 'L_/LID VEGETATED SWALE, [JJ' 1 't SEE ENGINEERS PLANS A CALIFORNIA CORPORATION ~s"S ·-+---------+----+-----t----1 r N0.29n ~ ® @ * EXP. 05-31-18 * fl). $. ~~o= \~ iD c PROTECT IN PLACE l ,J/ ~\J-r\[EJ:.'I'J CONCRETE SLAB FOR BENCHES, C_rJ~r---~·u -f._ SEE. ENGINEERS PLANS AND BENCH NOTE CITY OF TEMPLE CITY Underground Service Alert " = Call: TOLL FREE 811 PUBLIC WORKS AND ENGINEERING DEPARTMENT TWO WCRKING DAYS BEFORE YOU DIG APPROVED: DATE LAY-OUT PLAN CHECK BY: DWG. NO. 6 OF 18 DATE SHEET l 1 OF 05 SHEETS C!lY ENG!NEER SIGNATURE3DXO$1RWD11/30/16L O S T W E S TL A N D S C A P E A R C H I T E C T U R EGARDENS PARKS CITIESTEL: (323) 258-8214 OR (760) 434-57905208 Townsend Ave. Los Angeles, CA 90041PO BOX 4548 Carlsbad, CA 920183/$1'$7(3/277,1*+,6725<9HUVLRQ1610 Temple City Parking Lot5800 TEMPLE CITY BLVD. PARKINGLOT IMPROVEMENTSCITY PROJECT I.D.: P 17-05NATURE1111111//////3/////0/16(/(&7521,&$//<$33529('%<0,&+$(/)25%(6&20081,7<'(9(/230(17',5(&725(/(&7521,&$//<&+(&.('%<$/,&$<,53(0 > _j rn >-I-0 w _j o_ :2: w I-I DRIP I DRIP 3 I 11.5 \L _j <( :;:: w 0 Ul II II II ~II oSP!GOT ~~~ @ rl ~~~II ~75.00' -·@) "--...---(: vx:H" ~'-111-tt-ff---' I ~~~~~~~~~'ll~~l~l',l~---~lt;l~l----------------------~~ll;l~----------~~~·,l ____________ ~l~------------~1--------------, : VIr Ill Ill Ill II II 1_.--+----------..._ I I I '"' !'-'"' '"' I~= ~I • \ NO. REVISIONS REVISED BY APPROVED BY DATE A CALIFORNIA CORPORATION tf;#V":ES~ ~ ~ N0.2973 ~ * EXP. 05-31-18 * fl). $. ~~()' \~ ® @ ) J APPROVED: CHECK BY: CllY ENGINEER >-w _j _j <( LEGEND-SYM DESCRIPTION (QTY.) e P.O.C.' EXISTING WATER METER-VERIFY LOCATION IN FIELD W/ CITY BACKFLOW PREVENTER (I)-WILKINS 975-XL IN V.I.T. 'STRONG BOX' SBBC-30AL ALUMINUM BACKFLOW ENCLOSURE W/ (I) WILKINS MODEL 500YSBR PRESS. REG. f: (I) WILKINS BRONZE WYE STRAINER, ALL I"DIA., SEE DETAIL CONTROLLER (I) -1-<UNTER PRO-C 9 STATION EXTERIOR, INSTALL CONTROLLER IN V.I.T. 'STRONG BOX' 1-<EAVY DUTY PEDESTAL S.S. ENCL. SB-18SS W/ CD 1-<UNTER SOLAR-SYNC SENSOR MOUNTED TO SIDE OF ENCLOSURE IN FULL SUN PER MANUFAC. SPECS. AUTO. VALVES-DRIP CIRCUITS <6>• RAIN BIRD XCZ-100-PRF CONTROL ZONE KIT W/ PR FILTER. I" DIA., SEE DETAIL. BUBBLER CIRCUITS <2>• RAIN BIRD PGA SERIES I" DIA., SEE DETAIL. ~ BRONZE BALL VALVE <2>-WATTS. OR EQUAL. I"DIA. FULL PORT BALL VALVE. INSTALL IN STD. RECTANGULAR VALVE BOX f: MARK, "IRRIGATION SUPPLY" ON LID. QUICK COUPLING VALVE (2)-RAIN BIRD 33-DLRC W/ LOCKING RUBBER COVER, 3/4"DIA. INSTALL IN CARSON INDUSTRIES MODEL 910 10" RND. PLASTIC VALVE BOX W/ BOLT DOWN T-LID RAIN BIRD RWS-B-1401 ROOT WATERING SYSTEM W/ 0.25 GPM BUBBLER, SEE DETAIL ~ADAPT CLASS 200 PVC PIPE TO DRIP TUBING IN EACI-< PLANTER W/ NETAFIM TWO OUTLET 0Y BARBED FEMALE ADAPTER. INSTALL 112" POL YETI-<YLENE DRIP TUBING TO EA. PLANT AND INSTALL PUNCI-< IN DRIP EMITTERS PER TI-<E DETAIL, SECURE LOOSELY TO GRADE W/ 6" JUTE STAPLES AND COVER W/ MULCI-<. USE NET AFIM TECI-<LINE <0.6 GPI-< X 12" O.C. EMITTER SPACING> FOR NARROW PLANTERS f: AREAS OF FLATTED GROUND COVER IN EACI-< DRIP ZONE. SPACE LINES BETWEEN 12" f: 18" O.C. DEPENDING ON PLANTINGS. STAGGER EMITTERS IN TUBING LAY-OUT TO DUPLICATE TI-<E TRIANGULAR SPACING OF TI-<E GROUND COVER PLANTING -----"-LATERAL LINE -1/2" DIA. PVC CLASS 315 PIPE ........r:IJ:== ST A TIQ'\1 NL..MEII:::k' ~ GALLON PER MIN.JTE R..OW RATE OR DJ;ZP -~c--LATERAL LINE-3/4" DIA. PVC CLASS 200 PIPE -----"~ LATERAL LINE -I" DIA. PVC CLASS 200 PIPE ----IRRIGATION MAINLINE -SCI-<. 40 PVC., I" DIAMETER IRRIGATION NOTES -I. IRRIGATION PLAN IS DIAGRAMMATIC. CONFLICTS W/ PAVING AND PLANTING SI-<ALL BE RESOLVED BY THE CONTRACTOR IN THE FIELD. ROUTING OF PIPE. LOCATION OF VALVES AND LOCATION OF BACKFLOW PREVENTER SHALL BE APPROXIMATE AS SHOWN. DETERMINE EXACT LOCATIONS IN FIELD. 2. ALL PIPING UNDER PAVING AND WALLS SHALL BE INSTALLED IN PIPE SLEEVING PER DETAIL. COORDINATE SLEEVE INSTALLATION W/ THE GENERAL CONTRACTOR. 3. ELECTRICAL CONNECTION TO IRRIGATION CONTROLLER CABINET SHALL BE BY GENERAL CONTRACTOR. 4. CONTRACTOR SHALL INSTALL IRRIGATION SYSTEM AS SHOWN. SUBSTITUTION OF COMPONENTS SHALL BE SUBJECT TO TI-<E REVIEW f: APPROVAL OF TI-<E CITY. CONTRACTOR SI-<ALL BE RESPONSIBLE FOR OBTAINING ANY AND ALL PERMITS. IRRIGATION ZONES -VALVE 2 3 4 5 6 7 8 DESCRIPTION OF IRRIGATED AREA DRIP FOR GROUND COVER PLANTINGS ON EAST SIDE OF PARKING LOT INCLUDING FINGER PLANTERS AND FRONTAGE PLANTING AREA EAST OF PEDESTRIAN WALKWAY DRIP FOR TREE f: SHRUB PLANTINGS ON EAST SIDE OF PARKING LOT INCLUDING FINGER PLANTERS AND FRONT PLANTING EAST OF PEDESTRIAN WALKWAY FLOOD BUBBLERS FOR ALL NEW TREES DRIP FOR GROUND COVER PLANTINGS IN PARKWAY STRIP AREA BETWEEN BACK OF CURB AND SIDEWALK DRIP FOR SHRUB PLANTINGS IN PARKWAY STRIP AREA BETWEEN BACK OF CURB AND SIDEWALK FLOOD BUBBLERS FOR EXISTING SYCAMORE TREES DRIP FOR GROUND COVER PLANTINGS ON WEST SIDE OF PARKING LOT INCLUDING FINGER PLANTERS AND FRONTAGE PLANTING AREA WEST OF PEDESTRIAN WALKWAY DRIP FOR TREE f: SHRUB PLANTINGS ON WEST SIDE OF PARKING LOT INCLUDING FINGER PLANTERS AND FRONT AGE PLANTING AREA WEST OF PEDESTRIAN WALKWAY Underground Service Alert CITY OF TEMPLE CITY = Call: TOLL FREE 811 TWO WCRKING DAYS BEFORE YOU DIG DATE DATE PUBLIC WORKS AND ENGINEERING DEPARTMENT IRRIGATION PLAN SHEET l2 OF 05 SHEETS DWG. NO. 7 OF 18 SIGNATURE3DXO$1RWD11/30/16L O S T W E S TL A N D S C A P E A R C H I T E C T U R EGARDENS PARKS CITIESTEL: (323) 258-8214 OR (760) 434-57905208 Townsend Ave. Los Angeles, CA 90041PO BOX 4548 Carlsbad, CA 920183/$1'$7(3/277,1*+,6725<9HUVLRQ1610 Temple City Parking Lot5800 TEMPLE CITY BLVD. PARKINGLOT IMPROVEMENTSCITY PROJECT I.D.: P 17-05NATURE11/30/16(/(&7521,&$//<$33529('%<0,&+$(/)25%(6&20081,7<'(9(/230(17',5(&725(/(&7521,&$//<&+(&.('%<$/,&$<,53(T!NG BUILDING CJ 0 > II _j II < II rn C) ({) >->-~ ClQ w ' I-~ _j u, ~ _j 0 ~ <( w ~ _j C) c::'l o_ :2: w I-ORKMAN AVE. NO. REVISIONS REVISED BY APPROVED BY DATE APPROVED: A CALIFORNIA CORPORATION @ CHECK BY: CllY ENGINEER LEGEND-SYM BOTANICAL NAME TREES-COMMON NAME AUSTRALIAN WILLOW CRAPE MYRTLE CALIFORNIA SYCAMORE QTY. SIZE REMARKS GP GEIJERA PARVIFLORA 6 36' B. STANDARD LM LAGERSTROEMIA I. 'MUSKOGEE' 3 36' B. MULTI-TRUNK PR PLATANUS RACEMOSA 5 24' B. STANDARD SI-<RUBS, PERENNIALS E VINES -AA AGAVE A. 'BOUTIN BLUE' NCN 20 AF ALOE FEROX ALOE 4 BB BULBINELLA 'TINY TANGERINE' BULBINE 76 CD CEANOTI-<US 'DARK STAR' CALIFORNIA LILAC 6 CS CISTUS 'SUNSET ROCK-ROSE 44 CO COLEONEMA 'SUNSET GOLD' PINK BREA Tl-< OF 1-<EAVEN 43 CM COPROSMA R. 'MARBLE QUEEN' VARIEGATED MIRROR PLANT 21 DT DIANELLA T. 'VARIEGATA' NCN 37 DB DIETES BICOLOR FORTNIGI-<T LILY 56 GW GAURA L. 'WI-<IRLING BUTTERFLIES' NCN 53 GN GREVILLEA NOELLII NCN 17 1-<1-< 1-<EMEROCALLIS 'LA VENDER DEW' DAY-LILY 110 1-<P 1-<ESPERALOE PARVIFLORA RED YUCCA 35 LP LIMONIUM PEREZII ST ATICE 28 LL LOROPETALUM 'PURPLE PIXIE' NCN 3 PJ PANDOREA JASMINOIDES 'ALBA' WI-<ITE BOWER VINE 2 PT PARTI-<ENOCISSUS TRICUSPIDATA BOSTON IVY 5 PF PI-<LOMIS FRUTICOSA JERUSALEM SAGE 16 PI-< Pi-<ORMIUM 'BRONZE BABY' FLAX 22 PG PUNICA G. 'Ci-<ICO' DWF. POMEGRANATE 9 RU RI-<API-<IOLEPIS U. 'MINOR' DWF. YEDDO 28 SW SALVIA C. 'WINNIFRED GILMAN' CLEVELAND SAGE 40 TL TAGETES LEMMONII COPPER CYN. DAISY 12 5GAL. 15 GAL. I GAL. 5GAL. I GAL. 5GAL. 5GAL. 5GAL. 5GAL. I GAL. 5GAL. I GAL. 5GAL. I GAL. 5GAL. 15 GAL.STAKED TRAIN ON TRELL 5 GAL. STAKED, TRAIN ON WALL 5GAL. 5GAL. 5GAL. 5GAL. 5GAL. 5GAL. GROUND COVER-BOTANICAL NAME/COMMON NAME, SPACING E CONTAINER SIZE, CTOTAL SQ. FT.l ~ ~ ~ ~ ~ COTONEASTER DAMMERI 'LOWFAST/NCN, 3'-0' ON CENTER CO.C.l FROM I GAL., CI,228SF> DDDDD ~l CARISSA M. 'GREEN CARPET/PROSTRATE NATAL PLUM, 2'-0' O.C. FROM I GAL., C675SF> -LANTANA MONTEVIDENSIS-WI-<ITE/NCN, 2'-0' O.C. FROM I GAL., C638SF> -ROSMARINUS '1-<UNTINGTON CARPET/PROSTRATE ROSEMARY, 2'-0' O.C. FROM I GAL., C582SF> ~ROSA 'FLOWER CARPET RED'/GROUND COVER ROSE, 2'-0' O.C. FROM I GAL., C445SF> ~ ~ PLANT SYMBOL tL:L:L:L:J SENECIO SERPENS/NCN, 8" O.C. FROM FLATS, C710SF> BOULDERS -'NAVAJO' FROM SOUTI-<WEST BOULDER E STONE, SEE DETAIL C!JJ MEDIUM-SIZE BOULDERS, APPROX. 2' X 2' X 3' (14 TOT AU ® LARGE-SIZE BOULDERS, APPROX. 3' X 3' X 3' Cl2 TOTAL> RIVER ROCK GROUND COVER -C977SF>, SEE DETAIL ~ 'SIERRA COBBLE' FROM SOUTI-<WEST BOULDER E STONE, SEE DETAIL STONE SIZES• 50Z OF TI-<E 1-1/2"-3' SIZE 20% OF TI-<E 3' TO 5' SIZE 20% OF TI-<E 4" TO 8' SIZE IOZ OF TI-<E 12'-18' SIZE RIVER ROCK GROUND COVER NOTES I. CONTRACTOR Si-<ALL EXCAVATE AND PLACE THE BOULDERS PER THE PLAN AND DETAIL PRIOR TO INSTALLING RIVER ROCK GROUND COVER. 2. UPON INSTALLATION OF THE BOULDERS CONTRACTOR SHALL FINE GRADE THE RIVER ROCK AREAS TO CONFORM TO TI-<E GRADING PLAN, PER THE DETAIL. FOLLOWING FINE GRADING CONTRACTOR SHAUL INSTALL 'MIRASCAPE' NON-WOVEN LANDSCAPE FABRIC BY TENCATE MIRAFI OVER GRADE PER THE MANUFAC. SPECIFICATIONS, SECURING FABRIC WITH 6" JUTE STAPLES, CUTTING THE FABRIC TO FIT AROUND TI-<E BASE OF THE BOULDERS. 3. FOLLOWING FABRIC INSTALLATION, CONTRACTOR SHALL RANDOMLY PLACE THE 12' TO 18' SIZE COBBLES CIOZ OF TOTAL. SEE ABOVE> ONTO FABRIC WITH THE FLAT SIDE DOWN WHENEVER POSSIBLE. AFTERWARD CONTRACTOR SHALL BLEND THE OTHER 3 SIZES OF COBBLES AND SPREAD THE MIXTURE ONTO THE FABRIC TO A DEPTH THAT COMPLETELY HIDES FABRIC, SMOOTHING, SHAPING AND COMPACTING AS THE WORK PROGRESSES. PLANTING NOTES -I. CONTRACTOR SHALL EXERCISE CARE IN LOCATING UNDERGROUND PIPELINES E UTILITIES PRIOR TO DIGGING, RESOLVING ALL CONFLICTS IN FIELD. 2. CONTRACTOR SHALL TAKE SOIL SAMPLES FROM I PLACE ON THE SITE AND SEND TO AN AGRONOMIC SOILS TESTING LAB FOR ANALYSIS AND AMENDMENT GUIDELINES. CONTRACTOR SHALL THEN AMEND SOIL PER THOSE LAB GUIDELINES AND PROVIDE A COPY OF TI-<E REPORT TO TI-<E OWNER. 3. CONTRACTOR SHALL INSTALL PLANTINGS PER THE PLANS, DETAILS AND SPECIFICATIONS, AND ANY APPLICABLE MANUFACTURERS SPECIFICATIONS. 4. ALL PLANTING AREAS SHALL BE MULCI-<ED TO A MINIMUM DEPT!-< OF 2' WITH 'RECYCLED WOOD PRODUCTS' SHREDDED BARK MULCH, OR EQUAL. CONTRACTOR SHALL PROVIDE SAMPLE OF MULCH TO OWNER FOR APPROVAL PRIOR TO PURCHASE AND INSTAULATION. 5. PRIOR TO MULCHING, CONTRACTOR SHALL RAKE OUT ALL PLANTING AREAS AND ADJUST FINE GRADE AS NECESSARY TO CONFORM TO GRADING PLAN. 6. ALL TREES SHALL BE INSTALLED WITH DEEP ROOT, OR APPROVED EQUAL, ROOT CONTROL BARRIER, 24" DEEP PER THE DETAIL AND TI-<E MANUFACTURERS SPECIFICATIONS. TREES WITI-<IN 7' OF PAVING OR CURBS CSUCH AS THE PARKING LOT TREES> SHALL INSTEAD HAVE A LINEAR ROOT BARRIER INSTALLED AGAINST THE BACK OF CURB OR PAVING 8' LONG X 24' DEEP CENTERED ON THE TREE PLANTING PRIOR TO THE INSTALLATION OF TI-<E TREE. INSTALLATION OF THE ROOT BARRIER SHALL BE REVIEWED BY LANDSCAPE ARCHITECT AND CITY REPRESENTATIVE PRIOR TO TREE INSTAULATION. Service AI ert Call: TOLL FREE 811 DATE DATE CITY OF TEMPLE CITY PUBLIC WORKS AND ENGINEERING DEPARTMENT PLANTING PLAN SHEET l3 OF 05 SHEETS DWG. NO. 8 OF 18 DOWNTOWN&/&/SIGNATURE3DXO$1RWD11/30/16L O S T W E S TL A N D S C A P E A R C H I T E C T U R EGARDENS PARKS CITIESTEL: (323) 258-8214 OR (760) 434-57905208 Townsend Ave. Los Angeles, CA 90041PO BOX 4548 Carlsbad, CA 920183/$1'$7(3/277,1*+,6725<9HUVLRQ1610 Temple City Parking Lot5800 TEMPLE CITY BLVD. PARKINGLOT IMPROVEMENTSCITY PROJECT I.D.: P 17-05GNNNNATURE111111111111/30/(/(&7521,&$//<$33529('%<0,&+$(/)25%(6&20081,7<'(9(/230(17',5(&725(/(&7521,&$//<&+(&.('%<$/,&$<,53(NOTES-CMU BLOCK• ANGELUS BLOCK, SINGLE SCORE, WARM GREY, SI-IOT BLAST TEXTURE BRICK VENEER• PACIFIC CLAY. NORMAN SIZE. PEACI-I COLOR, RUFFLED TEXTURE, 1/2" DEEP RAKED I-IORIZONT AL JOINTS, TOOLED VERTICAL JOINTS TRELLIS PAINT• DUNN-EDWARDS UL TRASI-IIELD DTM SEMI-GLOSS PAINT, TWO COATS, OVER UL TRASI-IIELD DTM GRAY PRIMER. PER MANUFACTURERS SPECS. COLOR TO BE DETERMINED BY CITY WALL SIGNAGE• FABRICATED STANDARD C304 STAINLESS STEEL LETTERS WITI-I ~4 BRUSI-IED FINISI-I. FUTURA FONT. 7-7/8" I-IIGI-I, I" DEEP, STUD MOUNT DIRECTORY SIGNAGE• 40"1-1. X 30"W. X 1/2" TI-IICK TEMPERED FROSTED GLASS W/ ROUNDED SANDED EDGES W/ COLORED IMAGING AS DETERMINED BY CITY. SUSPEND FROM BOTTOM OF TRELLIS CROSS MEMBER W/2-STAINLESS STEEL SUPPORT RODS 4'-0" I I :r Ill TEMPLE CITY BLVD. ELEVATION SCALE• 1/4" • 1'-0" 2'-0" 14'-0" == 0.: >-f-:0 WORKMAN AVE. ELEVATION SCALE• 1/4" • 1'-0" 5'-4" FULL BRICK CAP-PACIFIC CLAY. NORMAN SIZE. PEACH. RUFFLED~ TEXTURE, TOOLED JOINTS ~rrlr-rn--,-m-rrrr-rm-rrrr-rm-,--,l-n------'k-~LY~LU~~LU~~~~y 4XI2 STEEL. SEE I 1 f= STRUCTURAL PLAN ......_ I I I ..... r--1 lr--FULL BRICK VENEER-PACIFIC CLAY, NORMAN SIZE, PEACH, RUFFLED -..... TEXTURE. 1/2" RAKED HORIZONTAL JOINT. TOOLED VERTICAL JOINT 8.8.16 PRECISION BLOCK-..... ~ 1 i ~ I I I i I j II I-f::: f= f::: f::: f::: SEE STRUCTURAL PLAN ......_ : I I ! ~L_~~--~---~~~~ ' I~ I f::: REINFORCING REBAR. SEE STRUCTURAL PLAN f= I I I I i I I : I j f::: ~ i I I : : f= 1-CONCRETE FOOTING, I : 1 I f= SEE STRUCTURAL PLAN~ FINISH GRADE~ ~ f= f= I j I ~ I I I : TYPICAL END COLUMN SECTION VIEW SCALE• 1/2" • I' -0" z <( _j o._ (.1) z 0 <( Dl (.1) w w CfJ ui w Dl <( > ~ NO. I" 0.: >-f-~ I 'o ,~ ~ ' a: b ' (<) :tttt:li / WALL SIGNAGE, SEE NOTES 2'-0" 5'-8" / 6'-0" _/ ALIGN TOP OF LETTER / WITH TOP OF BEAM I I I I I I I 1:0 t->1. . ' <'I "" WALL SIGNAGE, _ _, SEE NOTES 6'-0" f . y N -...__BOTTOM COURSE KNOCK-OUTS-USE HALF BLOCK AT 4-'0" O.C. INTERVALS, TYPICAL, SEE STRUCTURAL PLANS PRECISION CMU BLOCK, SEE NOTES "-----INTERMEDIATE COLUMNS• -...__END COLUMNS• BRICK OVER CMU BLOCK, SEE NOTES END ELEVATION SHOWING SIGNAGE SCALE• 1/4" • I' -0" BRICK OVER CMU BLOCK , SEE NOTES ~STEEL TRELLIS FRAMING, SEE NOTES 15'-0" o.c. 15'-0" o.c. / . 14'-0" 2'-0" / ,. 0.: >-f-:0 I N ~"-_INTERMEDIATE COLUMNS• BRICK OVER CMU BLOCK , SEE NOTES EXTENT OF CONC. FOOTING~ , SEE STRUCT. ENG. PLANS , L-------~---------J~ I I ~ I I -' o._ I I f-' I I 0 I I ::J I I Dl I I !;) I I w I I W CfJ L-------------------~ TYP. 4XI2 STEEL_./ TRELLIS FRAMING, SEE STRUCTURAL PLAN "' TYPICAL END COLUMN PLAN VIEW SCALE• 1/2" • I' -0" REVISIONS REVISED BY APPROVED BY DATE -r--_END COLUMNS• BRICK OVER CMU BLOCK, SEE NOTES AND SEE STRUCTURAL PLAN == C2J 4XI2 STEEL CROSS BEAMS, SEEj ~ STRUCTURAL PLAN C3J 4XI2 STEEL BEAMS. SEE STRUCTURA~~ PLAN "' " II I I I I C2J 6X8 STEEL POSTSj ~ SEE STRUCTURAL PLAN "' FULL BRICK CAP~ FULL BRICK VENEER-PACIFIC CLAY. NORMAN I' I I I I II II 16" SCREEN WALLS• SINGLE SCORE _r--PRECISION CMU BLOCK, SEE NOTES AND SEE STRUCTURAL PLAN 4'-0" -...__BOTTOM COURSE KNOCK-OUTS-USE HALF BLOCK AT 4-'0" O.C. INTERVALS, TYPICAL, SEE STRUCTURAL PLANS rEE STRUCT. PLANl ,-----------,--~'!< CfJ w Dl <( > I I C2J 6X8 STEEL POSTS. SEE i I STRUCTURAL PLAN : : , I ['tv I~ EXTENT OF I /\ I CONC. FOOTING, SEE~ : I STRUCTURAL PLAN "' : I I 0 ~ ([ SIZE, PEACH, RUFFLED TEXTURE, 1/2" RAKED ~~~Jtw~-----t HORIZ. JOINTS. TOOLED VERTICAL JOINTS ""-I I I I :0 I I <'1 r= 0 ::J Dl f-CJJ II 8.8.16 PRECISION BLOCK. SEE STRUCTURAL PLAN ----.._{::::l:IJ~~ :JWI;!;tj REBAR, SEE STRUCTURAL PLAN ----t~l~-f-1 1~ FINISH GRADE~ I! I : I I I TYPICAL INTERMEDIATE COLUMN SECTION VIEW SCALE• 1/2" • I' -0" APPROVED: CfJ w Dl <( > ~ . r I I I I I X I : : I I I I I I w w CfJ L _________ _j __ ~'i-TYPICAL INTERMEDIATE COLUMN PLAN VIEW SCALE• 1/2" • I' -0" Underground Service Alert CITY OF TEMPLE CITY = Call: TOLL FREE 811 TWO WCRKING DAYS BEFORE YOU DIG PUBLIC WORKS AND ENGINEERING DEPARTMENT tf;#V":ES~ ~ 1--+-------------+------+-----+-----1 ~ N0.2973 ~ * EXP. 05-31-18 * ~~ ~ A CALIFORNIA CORPORATION DATE TRELLIS ELEVATIONS & SECTIONS 1---~-------------------r--------+---------~--~ ~~~~~ ® @ CHECK BY: '\ r SHEET l4 OF 05 SHEETS DWG. NO. 9 OF 18 CllY ENGINEER DATE FLOWFLOWSIGNATURE3DXO$1RWD11/30/16L O S T W E S TL A N D S C A P E A R C H I T E C T U R EGARDENS PARKS CITIESTEL: (323) 258-8214 OR (760) 434-57905208 Townsend Ave. Los Angeles, CA 90041PO BOX 4548 Carlsbad, CA 920183/$1'$7(3/277,1*+,6725<9HUVLRQ1610 Temple City Parking Lot5800 TEMPLE CITY BLVD. PARKINGLOT IMPROVEMENTSCITY PROJECT I.D.: P 17-05NATURE1111111111/////3///0/16(/(&7521,&$//<$33529('%<0,&+$(/)25%(6&20081,7<'(9(/230(17',5(&725(/(&7521,&$//<&+(&.('%<$/,&$<,53(I. PAVING 2. CLEAN BACKFILL. 95$ MIN. COMPACTION 3. SCREENED NON-EXPANSIVE BACKFILL, 95$ MIN. COMPACTION 4. PVC SCHEDULE 40 PIPE SLEEVES• 3" DIA. MIN. WHEN ONLY I PIPE PASSING UNDER PAVING, 4"DIA. MIN. FOR MULTIPLE PIPE RUNS. MAINTAIN MIN. 40$ OF SLEEVE CAPACITY OPEN FOR FUTURE PIPING EXTEND ALL SLEEVES MIN. 6" BEYOND EDGE OF PAVING 5. SLEEVES OF 6" DIA. OR LESS UNDER ROADS SHALL HAVE 36" COVER, SLEEVES UNDER PAVING CNON-ROADSl LESS THAN 3" DIA. SHALL HAVE 18" COVER, 3" TO 5-1/2" DIA. SHALL HAVE 24" COVER. A TYPICAL PIPE SLEEVING NOT TO SCALE 0 • ~ )> X NDS PRO SERIES 13" X 24" RECTANGULAR POLYOLEFIN VALVE BOX, OR APPROVED EQUAL BRAND LID W/ "IRR. SHUT -OFF", SEE NOTES 2. FINISH GRADE OR TOP OF MULCH 3. WATTS. OR APPROVED EQUAL, BRONZE FULL-PORT BALL VALVE, SEE LEGEND 4. BRASS UNION, LINE SIZE 5. SUPPORT BRICK C4l, TYP. 6. 2" MIN. LAYER OF 3/4" CRUSHED ROCK 7. MAINLINE PIPE E FITTINGS TO AND FROM VALVE, SEE PLANE LEGEND B TYPICAL BALL SHUT -OFF VALVE NOT TO SCALE SCH. 80 PVC STREET EL. E TEE C QUICK COUPLING VALVE NOT TO SCALE SCH. 40 PVC SUPPLY LINE V.I.T. 'STRONG BOX' ALUMINUM BACKFLOW ENCLOSURE, /USE APPROPRIATE SIZE ENQ...OSU~ FOR ASSEtveL Y AND / MOLNT ON 2500 PSI CONC. PAD, PER MANUFAC. SPECS. ------------~ ~ // ([) ~"'. I \ I \ I I 6 5 .X Z<( ::;:;:::;:;: NQ (f) I. REDUCED PRESSI...RE BACKFLOW PREVENTER, SEE PLAN FOR TYPE e SIZE 2 PI<ESSI...I<E REDUCING VALVE, SEE PLAN FOR TYPE e SIZE 3. BRONZE WYE STRAI\EI2, SEE PLAN FOR TYPE e SIZE 4. B<ASS PPE e FITTNGS TO/FI<0\1 BFP LNIT, TYPICAL 5. TRANSITION TO SO-B:X...LE 40 PVC W/ BRASS COLFLNG MD PVC MALE ADAPTERS ONLY, TYPICAL. IN:..ET PI<ESSUr:2E FROM fv1ETEI< GREATER TI-IAN 120PSI SHALL I<EOUII<E SCI-ED 80 PVC PPE AND ATTINGS 6. BRASS BALL VALVE, LI\E SIZE 7. 2500PSI CONC. SLAB W/ ~. BROOM FINISH, SIZE PER ENCL. MAN....FAC. SPECS. D BACKFLOW PREVENTER NOT TO SCALE 5 7 I. SOLENOID 2. VALVE, SEE PLAN FOR TYPE E SIZE 3. STANDARD RECTANGULAR VALVE BOX, TYP. 4. PVC SCHED 40 PRESSURE PIPE AND FITTINGS FROM BFP UNIT 5. FINISH SURFACE OF ADJACENT PLANTER 6. PEA GRAVEL BELOW VALVE, TYPICAL 7. SCHEDULE 80 PVC UNION, TYPICAL. LINE SIZE 8. LATERAL LINE, SEE PLAN FOR TYPE AND SIZE 9 PRESSURE REGULATING FILTER, SEE LEGEND E AUTOMATIC DRIP VALVE CONTROL ZONE NOT TO SCALE PLOY\' ~> • .. ·'· .. ,.· .. ' ... . · .. · .... , ..• -:• ... ..,.. .... 6 8 I. STANDARD SOLENOID 2. AUTOMATIC VALVE, SEE PLAN FOR TYPE E SIZE 3. CARSON OR EQUAL VALVE BOX WITH LID MARKED "IRRIGATION" 4. PVC SCH. 40 PIPE AND FITTINGS FROM BFP UNIT 5. FINISH GRADE I" BELOW TOP OF VALVE BOX, TYPICAL 6. 2" LAYER 3/4" CRUSHED ROCK BELOW VALVE, TYPICAL 7. PVC UNION, TYPICAL, LINE SIZE 8. LATERAL LINE, SEE PLAN FOR TYPE AND SIZE F AUTOMATIC VALVE <BUBBLER CIRCUITS) NOT TO SCALE I -0 2 -~ (3) ' d ® """'" OOACe @ ,. " » NOTE• COMMON WIRE SHALL BE WHITE AND CONTROL WIRES RED IN COLOR. NO SPLICES SHALL BE MADE BETWEEN CONTROLLER AND VALVES LESS THAN 500' AWAY. CONTROL WIRING SEQUENCE CORRESPONDS TO OPERATING SEQUENCE OF VALVES AND TO VALVE NUMBERING ON PLANS. I. COLOR CODED MAP FOR VALVE LOCATION, PLACE IN DOOR, SEE SPECS 2. IRRIGATION CONTROLLER SHALL BE MOUNTED IN PEDESTAL ENCLOSURE, SEE LEGEND 3. ON/OFF SWITCH E IIOVAC OUTLET 4. ELECTRICAL CONDUIT TO SOURCE 5. I 1/4" SCHED 80 CONDUIT FOR CONTROLLER E COMMON WIRES 6. MOUNT PEDESTAL ENCLOSURE ON 2500 PSI o 28 DAY CONCRETE SLAB 4" THICK, W/ BROOM FINISH, ATIACH PEDESTAL PER MANUFAC. SPECS. G PEDESTAL MOUNTED CONTROLLER NOT TO SCALE s-2.JB e GROI..f\DCOVEIO? PLANTS• OLSON 1802 II2GPI-l ~A-cLEAN EMITTERS, 2 PER IG. PLANT, 3 PER 5G. PLANT. TI<EES WLL I3E RRIGA TED W/ 5GPI-I EMITTERS N 3'DIA. DRAIN PFE, SEE DETAL TEE. TYPICAL FIGl.RE 8 CLOSER AT Ef\D OF LOOP, TYP. I. O.SON RRIGATION VIBI<A·CLEAN DRP Ef\.11TTB<S. 01< EQUAL, LOCATE AT EDGE OF ROOT BALL 2 V2' POLY 1U3NG TO PLANTS, SECLRE TO SU<FACE OF B<OSION CONTROL MATTII\G W/ 6' JLITE STAPLES AS f\ECESSARY 3. TYPICAL PLANT 4. TYPICAL ROOT BALL 5. TYPICAL TLBING AN:1 EMTTEI< LA Y-Our AT TREE. IF APPLICABLE 6. TYPICAL TLBING AAC EIVIT'TER LAY -Our AT 5-II<L.B/GI<'OL..MCOVBC! Sl-li<LB 1 1 DRIP EMITTER PLACEMENT E SCHEDULE r-1 NOT TO SCALE TREE PLAN I. ROOT BALL OF TREE 2. BACKFIUL 3. REMOVABLE GRATE 4. RAN BIRD PCT-05 PRESSURE COMPENSATING MODULE ON 1/2" PVC RISER, 5GPH 5. 3" DIA. PERF. DRAIN PIPE, 3 PER TREE 6. LOOSE COMPOSTED OIRGANIC MATTER FILLNG PIPE 7. SWING ASSEMBLY 8. SCH. 40 LATERAL LIMO, SEE PLAN FOR SIZE 9. ROOT BARRIER AT EDGE OF PLANTER, SEE PLANTING NOTES 10. NATIVE SOIL TREE WELL BUBBLER NOT TO SCALE NO. REVISIONS REVISED BY APPROVED BY DATE TYPICAL LARGE BOULDER TYPICAL MEDIUM BOULDER ADJACENT GRADE ALL BOULDERS IN GROUND BY MIN. 1/2 OF THEIR MASS, TYP. COMPACT SUB-GRADE BENEATH BOULDERS TO PREVENT SETTLING OR SHIFTING J TYPICAL BOULDER PLACEMENT NOT TO SCALE FINISH GRADE, ADJACENT PLANTER, TYPICAL SHOVEL -CUT EDGE BORDERING PLANTED AREAS, SEE PLAN 'SANTA FE' COBBLE STONES, 1-1/2" TO 18" SIZE TO 6" MIN. DEPTH, SEE PLAN LANDSCAPE FABRIC ON SUB-GRADE SEE PLANTING PLAN E LEGEND SEE PLANS FOR ANY ADJACENT CURBS OR PAVING SUB-GRADE TYPICAL K RIVER ROCK GROUND COVER NOT TO SCALE Service AI ert I. CINCH TIE OR APPROVED EQUAL, 6/TREE 2. 3 -2" DIA. BY 10' TREATED LODGEPOLE STAKES, MIN. 12" BELOW HOLlE INST AUL IN TRIANGULAR SPACING AROUND TREE. 3. 'GRO.POWER', OR APPROVED EQUAL, FERT. T ABUET, 7 GRAM ~~~~~~~~~~ 4. 'DEEP ROOT CORP.', OR EQUAL. 24" DEEP ROOT CONTROL BARRER, INSTALL FOR ~ ALL TREES PER MANLFAC. SPECS, SEE NOTES 5. 3/4' BY NO. 4 CLEAN CRUSI-ED ROCK AROUND ROOT CONTROL BARRIER ~~~~~~~~~~(6 6. AMENDED SOIL BACKFILL, SEE SPECS. 7. LOOSEN AND RECOMPACT SOIL BELOW ROOT BALL TO MIN. 12' DEPTH 8. SET ROOT BALL I' ABOVE FINISH GRADE L TYPICAL STANDARD TREE PLANTING NOT TO SCALE L TYPICAL SHRUB OR GROUNDCOVER PLANT 2. SET ROOT BALL I" ABOVE FINISH GRADE 3. AMENDED BACKFILL MIX, SEE SPECFICA TIONS 4. EARTH BERM FOR II\ITIAL WATERING. RAKE SMOOTH PRIOR TO MULCHING 5. LOOSEN AND RECOMPACT SOL BELOW ROOT BAUL TO MIN. 3" DEPTH 6. GRO-POWER', OR EQUAL, FERT. TABLET, 7 GRAM USE PER MANUFAC. SPECS .. TYP. M TYPICAL PLANT PLANTING NOT TO SCALE 0 Q 0 I \ I \ 0 G---8 0 NOTE• 0 EDGE OF PA V1NG 01< LAWN ALL GROLNDCOVER SHALL BE PLANTED AT EQUAL TRIANGULAR SPACNG-SEE PLANTING LEGB\0 FOI< SPACING DISTANCES. SAME ON CENTER COC> SPACNG SI-IALL BE USED ~OM PLANT TO TI-E EDGES OF PAVNG AND LAWNS. N TYPICAL GROUND COVER SPACING NOT TO SCALE CITY OF TEMPLE CITY Call: TOLL FREE 811 PUBLIC WORKS AND ENGINEERING DEPARTMENT APPROVED: A CALIFORNIA CORPORATION @ DATE LANDSCAPE DETAILS CHECK BY: DATE SHEET l5 OF 05 SHEETS CllY ENGINEER DWG. NO. 10 OF 18 ;;;;;;;;*(1(5$/127(66,*1$785(Paul A. Nota[[[[/267:(67/$1'6&$3($5&+,7(&785(*$5'(16 3$5.6 &,7,(67(/  25  7RZQVHQG$YH/RV$QJHOHV&$32%2;&DUOVEDG&$PLAN DATE: 11/30/167HPSOH&LW\3DUNLQJ/RW700 S Flower St, Suite 2730Tel:(213) 623-3881Los Angeles, CA 900126,*1$785(Paul A. Nota[[[[/267:(67/$1'6&$3($5&+,7(&785(*$5'(16 3$5.6 &,7,(67(/  25  7RZQVHQG$YH/RV$QJHOHV&$32%2;&DUOVEDG&$7HPSOH&LW\3DUNLQJ/RW700 S Flower St, Suite 2730Tel:(213) 623-3881Los Angeles, CA 900121 90% PROGRESSJ.F.T.C. 11/23/162 PERMIT SUBMITTALJ.F.T.C. 12/02/167(03/(&,7<%/9'3$5.,1*/27,03529(0(176&,7<352-(&7,'366,*1******1***$785(6,*1*********$785([[[[[[ISSUED WITH ADDENDUM 3ELECTRONICALLY APPROVED BY:MICHAEL FORBES, COMMUNITY DEVELOPMENT DIRECTOR01/13/201701/13/2017ELECTRONICALLY CHECKED BY: ALI CAYIR, PE 6,*1$785(Paul A. Nota[[[[/267:(67/$1'6&$3($5&+,7(&785(*$5'(16 3$5.6 &,7,(67(/  25  7RZQVHQG$YH/RV$QJHOHV&$32%2;&DUOVEDG&$PLAN DATE: 11/30/167HPSOH&LW\3DUNLQJ/RW700 S Flower St, Suite 2730Tel:(213) 623-3881Los Angeles, CA 900126,*1$785(Paul A. Nota[[[[/267:(67/$1'6&$3($5&+,7(&785(*$5'(16 3$5.6 &,7,(67(/  25  7RZQVHQG$YH/RV$QJHOHV&$32%2;&DUOVEDG&$7HPSOH&LW\3DUNLQJ/RW700 S Flower St, Suite 2730Tel:(213) 623-3881Los Angeles, CA 900121 90% PROGRESSJ.F.T.C. 11/23/162 PERMIT SUBMITTALJ.F.T.C. 12/02/167(03/(&,7<%/9'3$5.,1*/27,03529(0(176&,7<352-(&7,'3&21&5(7(7<3,&$/'(7$,/666,*1*1*1*1*1*1*1*1*1*1*1**1$785(6,*1*1*1*1*1*1*1*1*1*1*1*1$785([[[[[[[[ISSUED WITH ADDENDUM 3ELECTRONICALLY APPROVED BY:MICHAEL FORBES, COMMUNITY DEVELOPMENT DIRECTOR01/13/201701/13/2017ELECTRONICALLY CHECKED BY: ALI CAYIR, PE 6,*1$785(Paul A. Nota[[[[/267:(67/$1'6&$3($5&+,7(&785(*$5'(16 3$5.6 &,7,(67(/  25  7RZQVHQG$YH/RV$QJHOHV&$32%2;&DUOVEDG&$PLAN DATE: 11/30/167HPSOH&LW\3DUNLQJ/RW700 S Flower St, Suite 2730Tel:(213) 623-3881Los Angeles, CA 900126,*1$785(Paul A. Nota[[[[/267:(67/$1'6&$3($5&+,7(&785(*$5'(16 3$5.6 &,7,(67(/  25  7RZQVHQG$YH/RV$QJHOHV&$32%2;&DUOVEDG&$7HPSOH&LW\3DUNLQJ/RW700 S Flower St, Suite 2730Tel:(213) 623-3881Los Angeles, CA 900121 90% PROGRESSJ.F.T.C. 11/23/162 PERMIT SUBMITTALJ.F.T.C. 12/02/167(03/(&,7<%/9'3$5.,1*/27,03529(0(176&,7<352-(&7,'3&21&5(7(0$6215<7<3,&$/'(7$,/666,*1*1*1*1*1*1*1*1*1*1*1**1$785(6,*1*1*1*1*1*1*1**1**1$785([[[[[[[[ISSUED WITH ADDENDUM 3ELECTRONICALLY APPROVED BY:MICHAEL FORBES, COMMUNITY DEVELOPMENT DIRECTOR01/13/201701/13/2017ELECTRONICALLY CHECKED BY: ALI CAYIR, PE 6,*1$785(Paul A. Nota[[[[/267:(67/$1'6&$3($5&+,7(&785(*$5'(16 3$5.6 &,7,(67(/  25  7RZQVHQG$YH/RV$QJHOHV&$32%2;&DUOVEDG&$PLAN DATE: 11/30/167HPSOH&LW\3DUNLQJ/RW700 S Flower St, Suite 2730Tel:(213) 623-3881Los Angeles, CA 900126,*1$785(Paul A. Nota[[[[/267:(67/$1'6&$3($5&+,7(&785(*$5'(16 3$5.6 &,7,(67(/  25  7RZQVHQG$YH/RV$QJHOHV&$32%2;&DUOVEDG&$7HPSOH&LW\3DUNLQJ/RW700 S Flower St, Suite 2730Tel:(213) 623-3881Los Angeles, CA 900121 90% PROGRESSJ.F.T.C. 11/23/162 PERMIT SUBMITTALJ.F.T.C. 12/02/167(03/(&,7<%/9'3$5.,1*/27,03529(0(176&,7<352-(&7,'3(/(9$7,21666,6,6,6,6,6,6,6,6,,6,,*1************$785(6,6,6,6,6,6,6,6,6,,6,,*1************$785([[[[[[ISSUED WITH ADDENDUM 3ELECTRONICALLY APPROVED BY:MICHAEL FORBES, COMMUNITY DEVELOPMENT DIRECTOR01/13/201701/13/2017ELECTRONICALLY CHECKED BY: ALI CAYIR, PE )281'$7,213/$16,*1$785(Paul A. Nota[[[[/267:(67/$1'6&$3($5&+,7(&785(*$5'(16 3$5.6 &,7,(67(/  25  7RZQVHQG$YH/RV$QJHOHV&$32%2;&DUOVEDG&$PLAN DATE: 11/30/167HPSOH&LW\3DUNLQJ/RW700 S Flower St, Suite 2730Tel:(213) 623-3881Los Angeles, CA 900126,*1$785(Paul A. Nota[[[[/267:(67/$1'6&$3($5&+,7(&785(*$5'(16 3$5.6 &,7,(67(/  25  7RZQVHQG$YH/RV$QJHOHV&$32%2;&DUOVEDG&$7HPSOH&LW\3DUNLQJ/RW700 S Flower St, Suite 2730Tel:(213) 623-3881Los Angeles, CA 900121 90% PROGRESSJ.F.T.C. 11/23/162 PERMIT SUBMITTALJ.F.T.C. 12/02/167(03/(&,7<%/9'3$5.,1*/27,03529(0(176&,7<352-(&7,'36*1$785(*1$785([[[[[[[[ISSUED WITH ADDENDUM 3ELECTRONICALLY APPROVED BY:MICHAEL FORBES, COMMUNITY DEVELOPMENT DIRECTOR01/13/201701/13/2017ELECTRONICALLY CHECKED BY: ALI CAYIR, PE )/2253/$16,*1$785(Paul A. Nota[[[[/267:(67/$1'6&$3($5&+,7(&785(*$5'(16 3$5.6 &,7,(67(/  25  7RZQVHQG$YH/RV$QJHOHV&$32%2;&DUOVEDG&$PLAN DATE: 11/30/167HPSOH&LW\3DUNLQJ/RW700 S Flower St, Suite 2730Tel:(213) 623-3881Los Angeles, CA 900126,*1$785(Paul A. Nota[[[[/267:(67/$1'6&$3($5&+,7(&785(*$5'(163$5.6 &,7,(67(/  25  7RZQVHQG$YH/RV$QJHOHV&$32%2;&DUOVEDG&$7HPSOH&LW\3DUNLQJ/RW700 S Flower St, Suite 2730Tel:(213) 623-3881Los Angeles, CA 900121 90% PROGRESSJ.F.T.C. 11/23/162 PERMIT SUBMITTALJ.F.T.C. 12/02/167(03/(&,7<%/9'3$5.,1*/27,03529(0(176&,7<352-(&7,'366,6,6,6,6,6,6,,6,6,*1*********$785(6,6,6,6,,6,,,6,,*1*********$785([[[[ISSUED WITH ADDENDUM 3ELECTRONICALLY APPROVED BY:MICHAEL FORBES, COMMUNITY DEVELOPMENT DIRECTOR01/13/201701/13/2017ELECTRONICALLY CHECKED BY: ALI CAYIR, PE 75(//,63/$16,*1$785(Paul A. Nota[[[[/267:(67/$1'6&$3($5&+,7(&785(*$5'(16 3$5.6 &,7,(67(/  25  7RZQVHQG$YH/RV$QJHOHV&$32%2;&DUOVEDG&$PLAN DATE: 11/30/167HPSOH&LW\3DUNLQJ/RW700 S Flower St, Suite 2730Tel:(213) 623-3881Los Angeles, CA 900126,*1$785(Paul A. Nota[[[[/267:(67/$1'6&$3($5&+,7(&785(*$5'(163$5.6 &,7,(67(/  25  7RZQVHQG$YH/RV$QJHOHV&$32%2;&DUOVEDG&$7HPSOH&LW\3DUNLQJ/RW700 S Flower St, Suite 2730Tel:(213) 623-3881Los Angeles, CA 900121 90% PROGRESSJ.F.T.C. 11/23/162 PERMIT SUBMITTALJ.F.T.C. 12/02/167(03/(&,7<%/9'3$5.,1*/27,03529(0(176&,7<352-(&7,'366,*1$785(6,*1$785([[[[[[ISSUED WITH ADDENDUM 3ELECTRONICALLY APPROVED BY:MICHAEL FORBES, COMMUNITY DEVELOPMENT DIRECTOR01/13/201701/13/2017ELECTRONICALLY CHECKED BY: ALI CAYIR, PE 6,*1$785(Paul A. Nota[[[[/267:(67/$1'6&$3($5&+,7(&785(*$5'(16 3$5.6 &,7,(67(/  25  7RZQVHQG$YH/RV$QJHOHV&$32%2;&DUOVEDG&$PLAN DATE: 11/30/167HPSOH&LW\3DUNLQJ/RW700 S Flower St, Suite 2730Tel:(213) 623-3881Los Angeles, CA 900126,*1$785(Paul A. Nota[[[[/267:(67/$1'6&$3($5&+,7(&785(*$5'(16 3$5.6 &,7,(67(/  25  7RZQVHQG$YH/RV$QJHOHV&$32%2;&DUOVEDG&$7HPSOH&LW\3DUNLQJ/RW700 S Flower St, Suite 2730Tel:(213) 623-3881Los Angeles, CA 900121 90% PROGRESSJ.F.T.C. 11/23/162 PERMIT SUBMITTALJ.F.T.C. 12/02/167(03/(&,7<%/9'3$5.,1*/27,03529(0(176&,7<352-(&7,'37<3,&$/'(7$,/666,,,,,,,,,,,*1*1*1*1*1*1*1*1*1*1*1**$785(6,,,,,,,,,,,*1*1**1*1*1*1*1*1**1**$785([[[[[[[[[ISSUED WITH ADDENDUM 3ELECTRONICALLY APPROVED BY:MICHAEL FORBES, COMMUNITY DEVELOPMENT DIRECTOR01/13/201701/13/2017ELECTRONICALLY CHECKED BY: ALI CAYIR, PE ATTACHMENT B Planning Commission Resolution Authorizing Use SIGNED COPY ON FILE WITH CITY CLERK'S OFFICE SIGNED COPY ON FILE WITH CITY CLERK'S OFFICE SIGNED COPY ON FILE WITH CITY CLERK'S OFFICE SIGNED COPY ON FILE WITH CITY CLERK'S OFFICE SIGNED COPY ON FILE WITH CITY CLERK'S OFFICE EXHIBIT A PLANNING DIVISION CONDITIONS OF APPROVAL Temple City/ Planning Division Conditions of Approval 5800 Temple City Boulevard Conditional Use Permit and Site Plan Review Conditions 1. The improvement shall . be in substantial compliance with the plans date stamped August 23, 2016, except as modified by these conditions of approval. 2. Permits shall not be finaled and/or Certificate of Occupancy issued until the project is fully completed to the satisfaction of the Community Development Department. 3. Substantial Compliance: The development sha,ll be in substantial compliance with the submitted approved site, elevation, landscape, and other applicable plans. 4 . No Les ser Elements: The project shall not be developed with lesser architectural elements . or components intended to complement the architectural style and design of the development than is proposed in the submitted approved plans . 5. Prior to the construction, a lighting plan shall be prepared for the review and approval of the Community Development Department Director. The lighting plan shall include, but not limited to, the locations of all lighting poles, the type the lighting fixtures, the height and make of the lighting fixtures, and a photometric analysis as may be determined by the Director. 6. If the parking lot is reserved for parking only by employees of area businesses, the parking lot shall be closed from 12 midnight to 6 a.m. daily. If the parking lot is open for general public parking or otherwise used for parking by anyone other than employees of area businesses, the parking lot shall be closed from 10 p.m. to 7 a.m. daily. Signs shall be posted in the parking lot stating the hours that the lot is closed. Signs shall include appropriate text and be posted in a manner that allows for citation of vehicles parked in the lot during closed hours. If vehicles parking in the lot during closed hours becomes a recurring problem/ the Community Development Director may require that the lot be secured and/or monitored during closed hours . File No. 16-438 5800 Temple City Boulevard 7. The three sycamore trees in the right-of-way on Workman Avenue shall be preserved. In preserving the trees, the following practice shall be followed: a. No heavy equipment shall be used under the dripline or within the 20 feet from the trunk of the tree during compacting, marking construction zone boundaries, and/or other similar activities; b. Without the inspection of the City, no root pruning is permitted; c. During construction, no change of grade or storage of the construction debris is allowed around the trunk of the trees; d. The trees shall be watered properly and periodically; and e. Prior to or during construction, protective fencing shall be installed and maintained under the dripline or within 20 feet of the truck. 8. During any demolition and/or construction, noise will be controlled by limiting work on the site to 7:00 a.m. through 6:00 p.m., Monday through Saturday, and by requiring all trucks and motorized equipment to have proper operating mufflers. No construction work shall occur on Sunday . 9. Certificate of Occupancy: Permits shall not be finaled and/or Certificate of Occupancy issued until the project is fully completed to the satisfaction of the Community Development Department. 10. Expiration: the Conditional Use Permit and the Site Plan Review approval shall become expired if the project is not exercised within 24 months from the date of approval. If the project is not commenced prior to the expiration date, the applicant may apply in writing for an extension of time at least forty (40) days before the expiration date. The granting body may in its discretion approve or deny the extension request. 11. Hardscape: The hardscape shown on the landscape plan and the architectural plans shall be consistent in size, location, and material. The applicant is responsible for submitting plans that are internally consistent. The Planning Division shall verify compliance with this condition prior to approving plans for building permit issuance. Proposed changes to the hardscape shall be reviewed and approved by the Planning Division prior to installation or construction. Changes to the proposed hardscape shall be show on both the architectural site plan and the landscape plan. 12. Water Efficient Landscaping : The landscaping of the site shall be implemented to fully comply with the criteria of the City's Water Efficient Page 2 of 9 File No. 16-438 5800 Temple City Boulevard Landscape Ordinance. Prio r to permits being approved, the applicant shall provide the · required Landscape Documentation Package or a demonstration that the Prescriptive Measures have been me t. The Landscape Documentation Package is required for the projects with an aggregate landscape area over 2,500 square feet. A project with an aggregate landscape area between 500 to 2,500 square feet shall com pl y with the Prescriptive Measures or submit a Landscape Do cumentation Package. The Landscape Architect shall certify conformance w ith the Ordinance on a form provided by the Planning Division. 13. Submittal of Soils Analysis Report: For sites that will be regraded and a Landscape Documentation Pac kage (LDP ) is req uired, a soils characteristic report will not be a required portion of the LDP. After the si t e is graded the property owner shall perform a soils test for agricultural suitability in cluding a soils analysis report and speci fic amendment reco mmendations. Soil testing shall be done following final grading and before planting, as th e surface soil in landscape areas may change due to gr.ading work. Any so il amendments listed in the specifications are for b idd ing purposes only. The contractor shall adjust actual amendments and backfill mixes to conform to the soil analysis report recommendations . Pri or to request ing a final in spect ion from the Planning Division the property owner or contractor sha ll provide evidence in the form of receipts for the soil amendment and in vo ices for services p rovided to the Planning Division. 14. Certification of Correct Landscape I nstallatio n: Prior t o requesting a fina l in spection from the Planning Division the applicant shal l provide t o the Planning Di v i sion a certifica tion (on a form provid ed by the Pla nning Division) from a landscape architect th at the landscape and irrigation in sta lled on the project site conform to the approved la ndscape plan and the applicable Water Efficient Land sca pe Ordinance. If modifications to the landscape plan are proposed, the applicant shall provide to the Planning Di visio n a revised plan prior to final in spection and the Planning Division shall review the plan to determine compliance with t he Residential Design Gu idelines as well as the Water Efficient Landscape Ordinance. This co nditi on shall be en force d to demonstrate compliance w ith Temple City Municipal Code Section Tab l e 9-1M-15 Table A, for applicants applying for a floor area ratio incenti ve related to landscape design. 15 . Grade and Drainage: At the time of submittal for building p lan check, the app li ca nt shall submit pl ans showin g: Page 3 of 9 File No. 16-438 5800 Temple City Boulevard • Existing grade of the subject and adjacent sites and; • Existing drainage patterns for the subject and adjacent sites and; • Consistency of Plans: At the time of submittal for building plan che.ck the applicant shall submit architectural, grading, and drainage plans that are consistent with one another and correctly demonstrate the proposed grading . 16. Cross Lot Drainage: Where existing drainage flows from adjacent sites, the subject site shall continue to accept cross lot drainage and shall not be designed in such a way as to drain toward adjacent sites . The subject site shall not create any barriers that prohibit existing drainage flows from adjacent sites .. The applicant shall submit plans for building plan check demonstrating compliance with this requirement and the Planning and Building Division shall verify compliance. In cases where compliance with this condition is deemed not feasible by the City, the Director shall approve modifications to encourage as much onsite infiltration and detention as feasible . 17. Grade Differences: If the proposed finished ·grade will not alter existing cross lot drainage patterns, the difference between the grade of the subject site and adjacent sites shall be within eight (8) inches . If the proposed finished grade . will alter existing cross lot drainage patterns, the applicant shall demonstrate how the subject property will address existing cross lot drainage patterns. General Conditions 18. Building permits shall be obtained for all construction activities of the project including tenant improvements. 19. Construction · plans or improvement plans shall include a sheet containing each page of these conditions of approval at the time of building plan check submittal. 20 . Disposal of Construction Waste : No construction activity waste or material of any kind , including plaster, cement, paint, mud, or any other type of debris or liquid shall be allowed to be disposed of in the street or gutter, storm drain, or sewer system. All construction debris spil.ls shall be removed daily and Page 4 of 9 File No. 16-438 5800 Temple City Boulevard shall use necessary dust control measures. Failure to comply with this condition will result in charges filed by the District Attorney. 21. This conditional use permit shall automatically terminate and be of no further force or effect in the event the use approved herein is discontinued or abandoned for a period of six consecutive months. 22. By carrying out the project approved herein or otherwise using or exercising this approval, the applicant acknowledges and accepts all of the conditions imposed. The applicant acknowledges that failure to comply with these conditions of approval may be cause for revocation of the approval. These conditions are binding upon the applicant, the current and future property owners, and any other party using or exercising this approval. Page 5 of 9 EXHIBIT B BUILDING DIVISION CONDITIONS OF APPROVAL City of Temple City 9701 LAS TUNAS DRIVE TEMPLE CITY CA 91780 JN16572/PLANNING FILE# 16-438 5800 TEMPLE CITY BUILDING DIVISION CONDITIONS Address/Location: 5800 TEMPLE CITY Applicant: CITY OF TEMPLE CITY Scope of Work: PUIBLIC PARKING LOT WITH 27 PARI<ING SPACES OFFICE USE ONLY: Conditions Required ------------------------------------------------------------------------------------------------------------ 1. The initial plan check fee will cover the initial plan check and one recheck only. Additional review required beyond the first recheck shall be paid for on an hourly basis in accordance with the current fee schedule . 2. The second sheet of building plans is to list all conditions of approval and to include a copy of the Planning Commission Decision letter. This information shall be incorporated into the plans prior to the first submittal for plan check. 3. In accordance with paragraph 5538(b) of the California Business and Professions Code, plans are to be prepared and stamped by a licensed architect. 4. Structural calculations prepared under the direction of an architect, civil engineer or structural engineer shall be provided. 5. A grading and drainage plan shall be approved prior to issuance of the building permit. The grading and drainage plan shall indicate how all storm drainage including contributory drainage from adjacent lots is ca r ried to the public way or drainage structure approved to receive storm water. 6. Projects shall comply with the requirements of the N PDES (NATIONAL POLLUTION DISCHARGE ELIMINATION SYSTEM) prior to is suance of a Grading & Building permit. These include requirements for sediment control, erosion control, and construction activities control to be implemented on the project site. 7. All State of California disability access regulations for accessibility and adaptability shall be complied with . V20150224 Page 1 of2 8. Separate plan review and permit is required for each detached structure, including but not limited to open trellis. 9. Projects shall comply with the City of Temple City Low Impact Development (LID) ordinace prior to issuance of a Grading & Building permit. These include the preparation of a LID plan and implementation of a LID system . Reviewed by: DT Date: 10/3 1/2016 V20150224 Page 2 of2 EXHIBIT C ENGINEERING & PUBLIC WORKS CONDITIONS City of Temple City 9701 LAS TUNAS DRIVE TEMPLE CITY CA 91780 JN16572/PLANNING FILE# 16-438 5800 TEMPLE CITY PUBLIC WORKS/ ENGINEERING CONDITIONS Address/Location: 5800 TEMPLE CITY Applicant: CITY OF TEMPLE CITY Scope of Work: PUIBLIC PARKING LOT WITH 27 PARI<ING SPACES OFFICE USE ONLY: Conditions Required Comments/Conditional Requirements: 1-The following are Public Works conditions and shall be incorporated into submittal plans, show the conditions on site plans and on grading plans (No handwritten notes, stickers etc. shall be accepted): 1. Close existing driveway apron, and install nece ssary improvements (parkway, landscape, sidewalk, curb and gutter, any others as applicable) to match required adjacent sections, and as directed by the City Engineer or his/her designee. 2 . Install new five-foot concrete sidewalk behind landscaped parkway along the length of the property frontage in accordance with SPPWC Standard Plan 113- 2, and as directed by the City Engineer and/or his/he r designee. 3 . Rehabilitate existing AC street pavement along the length of the property frontage to the centerline of the alley as indicated below, and as directed by the City Engineer or hi s/her designee: Grind existing pavement to a depth of2" and overlay new AC. 4. The new approach provided for the alley shall meet AASHTO, the Geometric Design of Highways and Streets minimum turning paths for a typical passenger car. A passenger car should be able to successfully turn into or out of the driveway without crossing into the opposite travel lane. Prior to final design, the plan shall be approved by the City Traffic Engineer for the proposed curb return radii. Reviewed by: VSLIDT/AJ Date: 10/3 1/16 V20160311 Page 1 of 1 EXHIBIT D L.A . COUNTY FIRE DEPARTMENT CONDITIONS OF APPROVAL COUNTY OF LOS ANGELES FIRE DEPARTMENT Land Development Unit 5823 Rickenbacker Road Commerce, California 90040 DATE: 10-13-2016 CITY: Temple City PLANNING SECTION ATTENTION: Hesty Liu SUBJECT: 16-438 LOCATION: 5800 Temple City Blvd. [8J The Fire Department has no requirements for this permit. [8J The Fire Department's Land Development Unit has no requirements for this permit. D Submit two complete sets of architectural drawings to the Fire Prevention Engineering Section Building Plan Check Unit. Contact (323)890-4125 for additional inf01mation and submittal location, Provide the following information on the site plan: • Fire Department access shall comply with Section 503 of the Los Angeles County Fire Code. • Cross-hatch any on-site Fire Department vehicular access. • Show any existing fire hydrants within 300 feet of the lot frontage. • Submit a fire flow availability form along with plans. • All fire hydrants shall measure 6" x 4" x 2 1/2", conforming to A WWA Standard C503-75 or approved equal. • Chapter 5, Section 507 and Table(s) Band C of the Los Angeles County Fire Code will be used to determine water requirements for fire fighting purposes. • Show type of constmction, occupancy classification, square footage of stmcture per floor and number of floors. • Indicate address of subject property. [8J Comments: THE FIRE DEPARTMENT HAS NO REQUIREMENTS FOR THIS PERMIT Fire Protection facilities ; including access, must be provided prior to and during construction. Should any questions arise regarding this matter, please feel fi·ee to call our office@ (323) 890-4243. Inspector: Claudia Soiza Land Development Unit-Fire Prevention Division-(323) 890-4243, Fax (323) 890-9783 11 /2006 ATTACHMENT 2 m DEVELOPMENT PLANS. I I I \ \ ' ' ' ' ' ', .... ,_ Steel Trellis with Steel Columns on Brick Column Bases ------ I I I I W 0 R1 K ,' / __./ / I / / MAN (7) Platanus racemosa (Westem Sycamore) I (12} Geijera ""'n,;fl,-,,~ (Australian Willow) Parking Lot = 27 Standard Spaces Vehicle Entrance and Exit I \ \ \ A 'V E. ' ' ' ' ........... __ ------ I Existing Street Trees-Sycamores\ I ~ I / ' / / ' // // ............ _.,,."' ~/// '---------- Landscape Concept Plan ATTACHMENT 3 m PHOTOGRAPHS OF THE SITE Ill ATTACHMENT C Approved Bid Package Note: Attached are the project’s conceptual designs. Due to their voluminous nature, project-related public works and engineering documents have been excluded from this report. Those documents can be viewed or obtained in the City Clerk’s office. Document Control: D:\Dropbox (Transtech Engineers)\JOBRECRD\2016\16565 TC 5800 TC BL PARKING LOT AND PARK\WIP\5AS ADVERTISED BID PACKAGE\0 SPECIFICATIONS.docx CITY OF TEMPLE CITY, CALIFORNIA BIDDING AND CONTRACT DOCUMENTS, PLANS AND SPECIFICATIONS for 5800 TEMPLE CITY BLVD. PARKING LOT IMPROVEMENTS CITY PROJECT ID: P17-05 December 6, 2016 Bid Due Date: January 11, 2017 at 2 PM Submit bids to: Office of the City Clerk City of TEMPLE CITY 9701 Las Tunas Drive, TEMPLE CITY, CA 91780 Date Issued: December 6, 2016 CITY OF TEMPLE CITY, CALIFORNIA BIDDING AND CONTRACT DOCUMENTS, PLANS AND SPECIFICATIONS 5800 TEMPLE CITY BLVD PARKING LOT IMPROVEMENTS, P17-05 Document Control Page 1 of 125 TABLE OF CONTENTS DESCRIPTION SECTION NOTICE INVITING SEALED BIDS A INSTRUCTIONS TO BIDDERS B BIDDER’S PROPOSAL (Entire section C shall be submitted with the bid) C SPECIFICATIONS D BIDDER SHALL COMPLETE AND SUBMIT ALL DOCUMENTS AND PAGES IN SECTION “C. BIDDER’S PROPOSAL” APPENDICES: APPENDIX A - CITY STANDARD PUBLIC WORKS CONTRACT TO BE EXECUTED APPENDIX B - PROJECT PLANS Date Issued: December 6, 2016 CITY OF TEMPLE CITY, CALIFORNIA BIDDING AND CONTRACT DOCUMENTS, PLANS AND SPECIFICATIONS 5800 TEMPLE CITY BLVD PARKING LOT IMPROVEMENTS, P17-05 Document Control Page 2 of 125 Page: A.1 A. NOTICE INVITING FORMAL SEALED BIDS 5800 TEMPLE CITY BLVD. PARKING LOT IMPROVEMENTS CITY PROJECT ID: P17-05 City of Temple City PUBLIC NOTICE IS HEREBY GIVEN that the City of Temple City invites sealed bids for the above stated project and will receive such bids in the office of the City Clerk, City of Temple City, 9701 Las Tunas Drive, Temple City, CA 91780, up to the hour of 2 PM, on January 11, 2017. The bids received will be publicly opened approximately 15 minutes after the bid submittal deadline in the City Hall. Copies of the Plans, Specifications and contract documents can be obtained as follows: 1. To receive a pdf file send an e-mail request to: okan.demirci@transtech.org. A pdf file will be e- mailed at no cost. 2. Hard copy can be picked up at a non-refundable cost of $50 from City of Temple City, 9701 Las Tunas Drive, Temple City, CA 91780. Please first e-mail to okan.demirci@transtech.org and request a hard copy 2 days in advance. Make check payable to “City of Temple City”. Place a note on the check as follows: Cost for Plan Set for CITY PROJECT ID: P17-05 3. Hard copies will not be mailed. The estimated construction budget for this project is approximately $450,000. Total construction duration is 55 working days. This is a City funded project. State Labor Standards Provisions, including prevailing wage requirements and Related Acts will be enforced. The CONTRACTOR’s duty to pay State prevailing wages can be found under Labor Code Section 1770 et seq. and Labor Code Sections 1775 and 1777.7 outline the penalties for failure to pay prevailing wages and employ apprentices including forfeitures and debarment. The City hereby notifies all qualified bidders that it will affirmatively insure that minority business enterprises will be afforded full opportunity to submit bids in response to this invitation and will not be discriminated against on the basis of race, color, national origin, ancestry, sex, religion or handicap in any consideration for an award. Attention is directed to the provisions of Section 1777.5 (Chapter 1411, Statutes of 1968) and 1777.5 of the Labor Code concerning the employment of apprentices by the contractor and that the contractor shall not allow discrimination in employment practices on the basis of race, color, national origin, ancestry, sex, religion or handicap. 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 subcontractors, 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. Section 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 work’s contract or 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. Bids must be prepared on the approved Proposal forms in conformance with the Instructions to Bidders and submitted in a sealed envelope plainly marked on the outside. Bids must be accompanied by a bid Date Issued: December 6, 2016 CITY OF TEMPLE CITY, CALIFORNIA BIDDING AND CONTRACT DOCUMENTS, PLANS AND SPECIFICATIONS 5800 TEMPLE CITY BLVD PARKING LOT IMPROVEMENTS, P17-05 Document Control Page 3 of 125 Page: A.2 bond, made payable to the City of Temple City for an amount no less than 10 percent of the amount of bid. The City will deduct a State-mandated 5% retention from all progress payments. Required State of California Contractors License Classification is Class A. This project is subject to compliance monitoring and enforcement by the Department of Industrial Relations. The bid proposal must include a print out from the DIR registration website showing that the prime contractor and each subcontractor is currently registered. No bid proposals may be accepted nor any contract entered into with a prime contractor without proof of registration as required above. The successful Contractor and his subcontractors will be required to possess business licenses from the City. The City reserves the right to reject any or all bids, to waive any irregularity, and to take all bids under advisement for a period of 60 calendar days. Any contract entered into pursuant to this notice shall become effective or enforceable against the City of Temple City only when the formal written contract has been duly executed by the appropriate officers of the City. If there are any questions regarding this project, please contact in writing via e-mail: Okan Demirci, Project Manager okan.demirci@transtech.org All inquiries must be submitted in writing. BY ORDER of the City of Temple City, California. Date Issued: December 6, 2016 CITY OF TEMPLE CITY, CALIFORNIA BIDDING AND CONTRACT DOCUMENTS, PLANS AND SPECIFICATIONS 5800 TEMPLE CITY BLVD PARKING LOT IMPROVEMENTS, P17-05 Document Control Page 4 of 125 Page: B.1 B. INSTRUCTIONS TO BIDDERS 5800 TEMPLE CITY BLVD. PARKING LOT IMPROVEMENTS CITY PROJECT ID: P17-05 City of Temple City LOCATION OF WORK The project is located on 5800 Temple City Boulevard, Temple City, CA 91780. PROPOSAL FORMS Bids shall be submitted in writing on the Proposal forms provided by the City. All information requested therein must be clearly and legibly set forth in the manner and form indicated. The City will not consider any proposal not meeting these requirements. PROPOSAL GUARANTEE Proposals must be accompanied by a proposal guarantee consisting of a bid bond payable to the City of Temple City in the amount not less than 10 percent of the total amount of bid. Any proposal not accompanied by such a guarantee will not be considered. If a bidder to whom a contract is awarded fails or refuses to execute the contract documents or furnish the required insurance policies and bonds as set forth in those documents, the proposal guarantee shall be forfeited to the City. The proposal guarantees of all bidders will be held until the successful bidder has properly executed all contract documents. DELIVERY OF PROPOSAL Proposals shall be enclosed in a sealed envelope plainly marked on the outside: 5800 TEMPLE CITY BLVD. PARKING LOT IMPROVEMENTS CITY PROJECT ID: P17-05 City of Temple City DO NOT OPEN WITH REGULAR MAIL Proposals may be mailed or delivered by messenger. However, it is the bidder’s responsibility alone to ensure delivery of the proposal to the hands of the City’s designated official prior to the bid opening hour stipulated in the Notice Inviting Bids. Late proposals will not be considered. CONSTRUCTION SCHEDULE, PROGRESS OF WORK, LIQUIDATED DAMAGES In accordance with the Standard Specifications, and/or as may be provided for within the herein Special Provisions, after notification of award and prior to start of any work, the Contractor shall submit to the Engineer for approval its proposed Construction Schedule. At a scheduled date prior to commencement of work, the Contractor and all subcontractors shall attend a pre-construction conference at the City Hall. The selected Contractor shall complete the project per the schedule indicated in the Notice of Inviting Bids section of the specifications. The Contractor agrees that failure to complete work within the time allowed will result in damages being Date Issued: December 6, 2016 CITY OF TEMPLE CITY, CALIFORNIA BIDDING AND CONTRACT DOCUMENTS, PLANS AND SPECIFICATIONS 5800 TEMPLE CITY BLVD PARKING LOT IMPROVEMENTS, P17-05 Document Control Page 5 of 125 Page: B.2 sustained by the City. Contractor and City agree that failure to complete the project will result in inconvenience to the citizens of Temple City. The parties also agree that failure to complete the project on time will prevent the City from having the use of the affected facilities. Therefore, the parties agree such damages among others are, and will continue to be, impracticable and extremely difficult to determine, but that One Thousand Dollars ($1,000) a calendar day is the minimum value of such costs to the City and is a reasonable amount that the Contractor agrees to reimburse the City for each calendar day of delay in finishing the work in excess of the time specified for completion, plus any authorized time extensions. Execution of the contract under these specifications shall constitute agreement by the Contractor and the City that the above indicated liquidated damage amount per calendar day is the minimum value of the costs and actual damage caused by failure of the Contractor to complete the work within the allotted time, that such sum is liquidated damages and shall not be construed as a penalty, and that such sum may be deducted from payments due the Contractor if such delay occurs. Said amount may be reduced by the City if work is sufficiently completed within the/an allotted time so that the damages are minimized. All construction graffiti shall be removed prior to the release of retention payment. WITHDRAWAL OF PROPOSALS A proposal may be withdrawn by a written request signed by the bidder. Such requests must be delivered to the City’s designated official prior to the bid opening hour stipulated in the Notice Inviting Bids. Proposals may not be withdrawn after the bid opening hour stipulated in the Notice Inviting Bids without forfeiture of the proposal guarantee. The withdrawal of a proposal will not prejudice the right of the bidder to submit a new proposal, providing there is time to do so. IRREGULAR PROPOSALS Unauthorized conditions, limitations, or provisions attached to a proposal will render it irregular and may cause its rejection. The completed proposal forms shall be without interlineations, alterations, or erasures. Alternative proposals will not be considered unless specifically requested. No oral, telegraphic, or telephonic proposal, modification, or withdrawal will be considered. TAXES No mention shall be made in the proposal of Sales Tax, Use Tax, or any other tax, as all amounts bid will be deemed and held to include any such taxes which may be applicable. DISQUALIFICATION OF BIDDERS In the event that any bidder acting as a prime contractor has an interest in more than one proposal, all such proposals will be rejected, and the bidder will be disqualified. This restriction does not apply to subcontractors or suppliers who may submit quotations to more than one bidder, and while doing so, may also submit a formal proposal as a prime contractor. No proposal will be accepted from a bidder who has not been licensed in accordance with the provisions of the State Business and Professions Code. DISCREPANCIES AND MISUNDERSTANDINGS Date Issued: December 6, 2016 CITY OF TEMPLE CITY, CALIFORNIA BIDDING AND CONTRACT DOCUMENTS, PLANS AND SPECIFICATIONS 5800 TEMPLE CITY BLVD PARKING LOT IMPROVEMENTS, P17-05 Document Control Page 6 of 125 Page: B.3 Before submitting a Proposal, Bidders must satisfy themselves by personal examination of the work site, Plans, Specifications, and other contract documents, and by any other means as they may believe necessary, as to the actual physical conditions, requirements and difficulties under which the work must be performed, and shall include in the Proposal, the cost of all items necessary in the construction of the project. The Bidder shall not be allowed any extra compensation by reason of any matter or thing, concerning that which such the Bidder might have fully info rmed himself prior to the bidding. No bidder shall at any time after submission of a proposal make any claim or assertion that there was any misunderstanding or lack of information regarding the nature or amount of work necessary for the satisfactory completion of the job. Any errors, omissions, or discrepancies found in the Plans, Specifications, or other contract documents shall be called to the attention of the City. Should a Bidder find any ambiguity, inconsistency or error in the plans and project manual, or be in doubt as to their meaning, the Bidder shall notify the City, in writing via e-mail as specified in the Notice of Inviting Bids Section. Issues requiring clarification will be addressed in a written addendum response, sent by facsimile to each Bidder, person or firm recorded by the City as having received plans. Any addenda issued by the City during the time of bidding are to be included in the proposal from the Bidder, and shall become a part of the Bid documents. The Bidder shall acknowle dge receipt of addenda on the proposal form in the space provided. By submitting a bid, the Bidder shall be held to have personally examined the site and the drawings, to have carefully read the specifications, and to have satisfied itself as to its ability to meet all the difficulties attending the execution of the proposed contract before the delivery of this proposal, and agrees that if awarded the contract, will make no claim against the City based on ignorance or misunderstanding of the plans, specifications, site conditions and/or contract provisions. PERMITS AND LICENSES The Contractor shall procure all permits and licenses, pay all charges and fees, and give all notices necessary and incidental to the due and lawful prosecution of the work. No fee is charged for the Permit issued by the City for a public works project. The Contractor shall pay for and obtain a City Business License. CONTRACTORS LICENSE LAW The successful Bidder shall comply with and require all subcontractors to comply with all Federal, State and City Contractor License Laws and be dully registered and licensed thereunder as required. The successful Bidder is required to provide and pay for a performance and a payment bond. These bonds shall cover the faithful performance (100%) of the Contract for Construction and the payment of all obligations (100%) arising thereunder, in such form as the City may prescribe and with such sureties as they may approve. The successful Bidder shall require the attorney in fact who executes the required bonds on behalf of the surety to affix thereto a certified and current copy of his Power of Attorney indicating the monetary limit of such power. The City reserves the right to reject any proposed bonding company without stating cause. In this event the successful Bidder shall provide an alternate bonding company selection acceptable to the City. Bonds shall conform to state statutes regarding performance bond and labor and material payment bond Date Issued: December 6, 2016 CITY OF TEMPLE CITY, CALIFORNIA BIDDING AND CONTRACT DOCUMENTS, PLANS AND SPECIFICATIONS 5800 TEMPLE CITY BLVD PARKING LOT IMPROVEMENTS, P17-05 Document Control Page 7 of 125 Page: B.4 with amount shown on each part equal to 100% of the total amount payable by terms of the Contract for Construction. The surety company shall be licensed to do business in state in which construction project is located and shall be acceptable to the City. Bond amount shall be increased to include any Change Order(s) added to the contract to 100% total value amount of each Change Order. Bonds will be recorded along with a copy of the construction contract in the County Recorder Records by the General Contractor with written proof submitted to the City. LIABILITY INSURANCE The liability insurance coverage values shall be: 1. Public Liability and Property Damage Insurance in an amount of not less than ONE MILLION DOLLARS ($1,000,000); 2. Products/Completed Operations Hazard Insurance in an amount of no less than ONE MILLION DOLLARS ($1,000,000); 3. Comprehensive Automobile Liability Insurance in an amount not less than ONE MILLION DOLLARS ($1,000,000); 4. Contractual General Liability Insurance in an amount not less than ONE MILLION DOLLARS ($1,000,000); 5. or GENERAL AGGREGATE LIABILITY in an amount of not less than TWO MILLION DOLLARS ($2,000,000). * Automobile and lease vehicle insurance; owned, not owned and hired. Insurance to include bodily injury, sickness and death of any person and property damage owned and un-owned per occurrence. SOCIAL SECURITY ACT The successful Bidder agrees to comply with and to require all of his subcontractors to comply with all the provisions of the Act of Congress approved August 14, 1935, known and cited as the Social Security Act and also the provisions of the act of the State Legislature Approved, and known as the State Unemployment Compensation Law and all other laws and regulations pertai ning to labor and workmen and all amendments to such data, and the contractor further agrees to indemnify and hold harmless the City of Temple City of and from any and all claims and demands made against it by virtue of the failure of the contractor or any subcontractors to comply with the provisions of any or all of said acts and amendments. SALES AND USE TAX The successful Bidder agrees to comply with and to require all of his subcontractors to comply with all the provisions of applicable state sales excise tax law and compensation use tax law and all amendments to same. The successful Bidder further agrees to indemnify and hold harmless the City of Temple City of and from any and all claims and demands made against virtue of the failure of the Contractor or any Subcontractors to comply with the provisions of any or all said laws and amendments. WAIVER OF LIENS The successful Bidder (General Contractor) is responsible for the payment of all bills for labor and materials furnished by the subcontractors, the suppliers, and the General Contractor on this project. The Date Issued: December 6, 2016 CITY OF TEMPLE CITY, CALIFORNIA BIDDING AND CONTRACT DOCUMENTS, PLANS AND SPECIFICATIONS 5800 TEMPLE CITY BLVD PARKING LOT IMPROVEMENTS, P17-05 Document Control Page 8 of 125 Page: B.5 General Contractor shall deliver to the City, unconditional Lien Waivers and/or Releases from himself and from each of his subcontractors and suppliers, and at such time he shall certify that he is submitting such lien waivers for all subcontractors and suppliers involved. If any liens are filed against the City property, the City may, at its option, demand General Contractor immediately provide a bond in accordance with state statutes. LEGAL RESPONSIBILITIES All proposals must be submitted, filed and executed in accordance with State and Federal laws relating to bids for contracts of this nature whether the same or expressly referred to herein or not. Any bidder submitting a proposal shall by such action thereby agree to each and all of the terms, conditions, provisions, and requirements set forth, contemplated, and referred to in the Plans, Specifications, and other contract documents, and to full compliance therewith. AWARD OF CONTRACT The award of contract, if made, will be to the lowest responsible bidder as determined solely by the City. The City of Temple City reserves the right to reject any or all proposals, to waive any irregularity, and to take the bids under advisement for a period of sixty (60) calendar days, as may be required to provide for the best interests of the City. In no event will an award be made until all necessary investigations are made as to the responsibility and qualifications of the bidder to whom the award is contemplated. The Contractor shall submit a signed contract, bonds, insurance and all necessary documents to the City, within the required schedule. EMPLOYMENT OF APPRENTICES Attention is directed to the provisions in Section 1777.5 of the California Labor Code concerning employment of apprentices by the contractor or any subcontractor under him. The contractor and any subcontractor under him shall comply with the requirements of said section in the employment of apprentices; however, the contractor shall have full responsibility for compliance with said Labor Code section for all apprenticable occupations, regardless of any other contractual or employment relationships alleged to exist. CONFLICT OF INTEREST In the procurement of supplies, equipment, construction, and services by sub-recipients, the conflict of interest provisions in (State LCA-24 CFR 85.36 and Non-Profit Organizations – 24 CFR 84.4), OMB Circular A-110, and 24 CFR 570.611, respectively, shall apply. No employee, officer or agent of the sub-recipient shall participate in selection, or in the award or administration of a contract supported by Federal funds if a conflict of interest, real or apparent, would be involved. SUBCONTRACTS Subcontracts shall comply with SECTION 2-SCOPE AND CONTROL OF THE WORK, of the Greenbook (Standard Specifications for Public Works Construction, latest edition). The Contractor is required to Date Issued: December 6, 2016 CITY OF TEMPLE CITY, CALIFORNIA BIDDING AND CONTRACT DOCUMENTS, PLANS AND SPECIFICATIONS 5800 TEMPLE CITY BLVD PARKING LOT IMPROVEMENTS, P17-05 Document Control Page 9 of 125 Page: B.6 perform, with its own organization, contract work amounting to at least 51 percent of the Contract Price. Failure to meet these requirements will result in disqualifying of the bid or termination of the contract. This provision supersedes any other provisions which specified a different subcontract requirement Proposed subcontractor names, a general description of the work to be performed by each subcontractor and the dollar amount for each subcontractor shall be submitted with the bid. PROJECT CLOSE OUT DOCUMENTS Within 10 calendar days of completion of the project, the Contractor shall submit project close out documents, including: Drawings showing as built conditions with red pencil; All warranties and guarantees; All paperwork required for labor compliance; All final lien releases; All other project related documents requested by the City. PROPOSAL REQUIREMENTS AND CONDITIONS The bidder’s attention is directed to the applicable provisions in the Standard Specifications for Public Works Construction requirements and conditions which must be observed in the preparation of the proposal form and the submission of the bid. 1. Examination of Site, and Specifications: Bidders shall examine the site of the work and acquaint themselves with all conditions affecting the work. By submitting a bid, the Bidder shall be hel d to have personally examined the site, to have carefully read the specifications, and to have satisfied itself as to its ability to meet all the difficulties attending the execution of the proposed contract before the delivery of this proposal, and agrees that if awarded the contract, will make no claim against the City based on ignorance or misunderstanding of the specifications, site conditions and/or contract provisions. 2. The Contractor shall have included in the contract price a sufficient sum to cover all items, including labor, materials, tools, equipment and incidentals, that are implied or required for the complete improvements as contemplated by the contract documents. OTHER CONTRACT PROVISIONS The bidder’s attention is directed to other contract provisions, as listed below, which must be observed in the preparation of the proposal form and the submission of the bid. Federal Labor Standards Provisions Current Federal DOL Wage Decision Federal EEO and Affirmative Action Requirements Contracting with Small & Minority Firms, Women’s Business Enterprise Compliance with Clean Air and Water Acts If there are any questions regarding this project, please contact via e-mail: Okan Demirci, Project Manager okan.demirci@transtech.org All inquiries must be submitted in writing. Date Issued: December 6, 2016 CITY OF TEMPLE CITY, CALIFORNIA BIDDING AND CONTRACT DOCUMENTS, PLANS AND SPECIFICATIONS 5800 TEMPLE CITY BLVD PARKING LOT IMPROVEMENTS, P17-05 Document Control Page 10 of 125 Page: C.1 BIDDER SHALL COMPLETE AND SUBMIT ALL DOCUMENTS AND PAGES IN SECTION “C. BIDDER’S PROPOSAL” C. BIDDER’S PROPOSAL 5800 TEMPLE CITY BLVD. PARKING LOT IMPROVEMENTS CITY PROJECT ID: P17-05 City of Temple City Bidder’s Name: In accordance with the City of Temple City’s Notice Inviting Sealed Bids, the undersigned BIDDER, hereby proposes to furnish all materials, equipment, tools, labor, and incidentals required for the above stated project as set forth in the Plans, Specifications, and contract documents therefore, and to perform all work in the manner and time prescribed therein. BIDDER declares that this proposal is based upon careful examination of the work site, Plans, Specifications, Instructions to Bidders, and all other contract documents. If this proposal is accepted for award, BIDDER understands that failure to enter into a contract in the manner and time prescribed will result in forfeiture to the City of Temple City of the guarantee accompanying this proposal. BIDDER understands that a bid is required for the entire work. The contract will be awarded on the prices shown on the bid schedule. It is agreed that the unit and/or lump sum prices bid include all appurtenant expenses, taxes, royalties and fees. In the case of discrepancies in the amounts of bid, unit prices shall govern over extended amount, and words shall govern over figures. If awarded the Contract, the undersigned further agrees that in the event of the BIDDER’S default in executing the required contract and filing the necessary bonds and insurance certificates within ten working days after the date of the City of Temple City’s notice of award of contract to the BIDDER, the proceeds of the security accompanying this bid shall become the property of the City of Temple City and this bid and the acceptance hereof may, at the City of Temple City’s option, be considered null and void. BID SCHEDULE To the Temple City’s City Council, herein called the “Council”. Pursuant to and in compliance with your Notice Inviting Bids and the other documents relating thereto, the undersigned bidder, having familiarized himself with the work as per the paragraph, Discrepancies and Misunderstandings, contained in the INSTRUCTIONS TO BIDDERS section, and with the terms of the contract, the local conditions affecting the performance of the contract, and the cost of the work at the place where the work is done, and with the drawings and specifications and other contract documents, hereby proposes and agrees to perform, within the time stipulated, the contract, including all of its component parts, and everything required to be performed, and to provide and furnish any and all of the labor, materials, tools, expendable equipment, and all applicable taxes, utility and transportation services necessary to perform the contract and complete in a workmanlike manner, all in strict conformity with the Contract Documents on file at the office of the City Clerk of said City, per the following bid schedule: (Bidder shall provide a bid amount for each bid item listed below. Failure to provide a bid for each bid item shall render the bid non-responsive) Date Issued: December 6, 2016 CITY OF TEMPLE CITY, CALIFORNIA BIDDING AND CONTRACT DOCUMENTS, PLANS AND SPECIFICATIONS 5800 TEMPLE CITY BLVD PARKING LOT IMPROVEMENTS, P17-05 Document Control Page 11 of 125 Page: C.2 BIDDER SHALL COMPLETE AND SUBMIT ALL DOCUMENTS AND PAGES IN SECTION “C. BIDDER’S PROPOSAL” BID SCHEDULE 5800 TEMPLE CITY BLVD. PARKING LOT IMPROVEMENTS CITY PROJECT ID: P17-05 City of Temple City Item Description Quantity Unit Unit Bid Amount Total Bid Amount 1 Remove existing block wall including footing 96 L.F. $___________ $___________ 2 Remove existing AC pavement section (4" AC on 6" Underlying Base Material) 7,602 S.F. $___________ $___________ 3 Remove existing PCC Driveway including PCC Apron, Curb & Gutter bounded by limit lines excluding 1' wide slot cut of AC Pavement 385 S.F. $___________ $___________ 4 Remove existing ramp including PCC Walk, Retaining Curb, Curb & Gutter bounded by limit lines excluding 1' wide slot cut of AC Pavement 378 S.F. $___________ $___________ 5 Slot Cut 1' wide strip x 8" deep of existing AC pavement section and to be filled back with full depth AC Pavement 1,273 L.F. $___________ $___________ 6 Remove portion of Alley Intersection bounded by limit lines excluding 1' wide slot cut of AC Pavement 187 S.F. $___________ $___________ 7 Construct Type B-PG 64-10 AC pavement 220 TON $___________ $___________ 8 Construct Crushed Aggregate Base 333 TON $___________ $___________ 9 Construct PCC Walk 1,555 S.F. $___________ $___________ 10 Construct A2-(8) Curb & Gutter, 2' gutter 50 L.F. $___________ $___________ 11 Construct 6" PCC Curb, A1-(6) 508 L.F. $___________ $___________ 12 Construct 4" x 6" PCC header 126 L.F. $___________ $___________ 13 Construct Curb Ramp Per SPPWC Std. Plan 111- 5, Type 4, Case A 1 EA $___________ $___________ 14 Reconstruct the removed portion of Alley Intersection as shown on the plan including ramp 1 EA $___________ $___________ Date Issued: December 6, 2016 CITY OF TEMPLE CITY, CALIFORNIA BIDDING AND CONTRACT DOCUMENTS, PLANS AND SPECIFICATIONS 5800 TEMPLE CITY BLVD PARKING LOT IMPROVEMENTS, P17-05 Document Control Page 12 of 125 Page: C.3 BIDDER SHALL COMPLETE AND SUBMIT ALL DOCUMENTS AND PAGES IN SECTION “C. BIDDER’S PROPOSAL” BID SCHEDULE 5800 TEMPLE CITY BLVD. PARKING LOT IMPROVEMENTS CITY PROJECT ID: P17-05 City of Temple City Item Description Quantity Unit Unit Bid Amount Total Bid Amount 15 Construct Low Impact Development Vegetated Swale including geotextile fabric 47 C.Y. $___________ $___________ 16 Construct Low Impact Development Gravel Bottomless Trench including geotextile fabric per detail 70 C.Y. $___________ $___________ 17 Remove Existing Chain link fence 140 L.F. $___________ $___________ 18 Install Pacific Utility Product Metered Pedestal, Type III-AF Service Equipment Enclosure 1 EA. $___________ $___________ 19 Install 1 1/2" PVC Conduit Schedule 80 with 3/8" nylon pull rope (Provision for future EV Charge Station) 62 L.F. $___________ $___________ 20 Install "SUB#CS-0034-16 Element-Series" parking lot light standard including foundation & fully operational 5 EA $___________ $___________ 21 Install "SUB#CS-0020-12 ELE-Bollard Lighting per detail and fully operational 2 EA $___________ $___________ 22 Install " Model 1057-GG-WF-30-C-MV-ND-HS (Standard)" inground Accent Floodlight complete with JB-300 Junction Box and fully operational 1 EA $___________ $___________ 23 Unclassified Excavation (Export Excess Material) 400 C.Y. $___________ $___________ 24 Unclassified Fill 130 C.Y. $___________ $___________ 25 Irrigation - Controllers (1) - Hunter (pdstl mnt, ext with encl) 1 EA $___________ $___________ 26 Irrigation - RP Backflow with Enclosure 1 EA $___________ $___________ 27 Irrigation - Valve Box Assemblies and Quick Couplers 1 LS $___________ $___________ 28 Irrigation - Drip and Bubbler Irrigation System 1 LS $___________ $___________ Date Issued: December 6, 2016 CITY OF TEMPLE CITY, CALIFORNIA BIDDING AND CONTRACT DOCUMENTS, PLANS AND SPECIFICATIONS 5800 TEMPLE CITY BLVD PARKING LOT IMPROVEMENTS, P17-05 Document Control Page 13 of 125 Page: C.4 BIDDER SHALL COMPLETE AND SUBMIT ALL DOCUMENTS AND PAGES IN SECTION “C. BIDDER’S PROPOSAL” BID SCHEDULE 5800 TEMPLE CITY BLVD. PARKING LOT IMPROVEMENTS CITY PROJECT ID: P17-05 City of Temple City Item Description Quantity Unit Unit Bid Amount Total Bid Amount 29 Planting - 36" Box Trees 9 EA $___________ $___________ 30 Planting - 24" Box Trees 5 EA $___________ $___________ 31 Planting - 15 Gallon Shrubs 6 EA $___________ $___________ 32 Planting - 5 Gallon Shrubs 370 EA $___________ $___________ 33 Planting - 1 Gallon Shrubs 1,036 EA $___________ $___________ 34 Planting - Groundcover Flats 30 EA $___________ $___________ 35 Planting - Soil Preparation 7,500 S.F. $___________ $___________ 36 Planting - 3" Depth Wood Mulch 7,500 S.F. $___________ $___________ 37 Planting - 6" Depth River Rock Mulch 550 S.F. $___________ $___________ 38 Planting - Boulders 10 TON $___________ $___________ 39 Planting - 90 Day Maintenance 3 Mont hly $___________ $___________ 40 Paving - Striping 800 L.F. $___________ $___________ 41 Trellis - Steel 1 EA $___________ $___________ 42 Trellis - Directory Sign 1 EA $___________ $___________ 43 Furniture - Furnish and Install Benches 2 EA $___________ $___________ 44 Walls - Structural CMU 740 S.F. $___________ $___________ 45 Walls - CMU Scored 580 S.F. $___________ $___________ Date Issued: December 6, 2016 CITY OF TEMPLE CITY, CALIFORNIA BIDDING AND CONTRACT DOCUMENTS, PLANS AND SPECIFICATIONS 5800 TEMPLE CITY BLVD PARKING LOT IMPROVEMENTS, P17-05 Document Control Page 14 of 125 Page: C.5 BIDDER SHALL COMPLETE AND SUBMIT ALL DOCUMENTS AND PAGES IN SECTION “C. BIDDER’S PROPOSAL” BID SCHEDULE 5800 TEMPLE CITY BLVD. PARKING LOT IMPROVEMENTS CITY PROJECT ID: P17-05 City of Temple City Item Description Quantity Unit Unit Bid Amount Total Bid Amount 46 Walls - Brick Veneer 1,080 S.F. $___________ $___________ 47 Walls - Signage - 'Downtown' 1 EA $___________ $___________ TOTAL BID AMOUNT $___________ The award of Contract shall be based on the TOTAL BID AMOUNT. In the case of discrepancies, total bid will be based on calculated amounts based on quantities and Unit Bid Amounts. Full compensation for the items listed to the right as Items A, B, C, D and E are considered as inclusive in each Bid Item listed above in the Base Bid Schedule and Additive Alternate Bid Schedule as applicable, and no additional and/or separate compensation will be allowed. A. Mobilization / Demobilization B. Traffic Control C. NPDES, WWECP, and Best Management Practices (BMPs), Public Convenience and Safety D. Construction Staking by Land Surveyor E. Clearing and Grubbing The bid prices shall include any and all costs, including labor, materials, appurtenant expenses, taxes, royalties and any and all other incidental costs to complete the project, in compliance with the Bid and Contract Documents and all applicable codes and standards. All other work items not specifically listed in the bid schedule, but necessary to complete the work per bid and contract documents and all applicable codes and standards are assumed to be included in the bid prices. The City reserves the right to add, delete, increase or decrease the amount of any quantity shown and to delete any item from the contract and pay the contractor at the bid unit prices so long as the total amount of change does not exceed 25% (plus or minus) of the total bid amount for the entire project. If the change exceeds 25%, a change order may be negotiated to adjust unit bid prices. A bid is required for the entire work, that the quantities set forth in the Bid Schedule are to calculate total bid amount, and that final compensation under the contract will be based upon the actual quantities of work satisfactorily completed. Date Issued: December 6, 2016 CITY OF TEMPLE CITY, CALIFORNIA BIDDING AND CONTRACT DOCUMENTS, PLANS AND SPECIFICATIONS 5800 TEMPLE CITY BLVD PARKING LOT IMPROVEMENTS, P17-05 Document Control Page 15 of 125 Page: C.6 BIDDER SHALL COMPLETE AND SUBMIT ALL DOCUMENTS AND PAGES IN SECTION “C. BIDDER’S PROPOSAL” DESIGNATION OF SUBCONTRACTORS BIDDER proposes to subcontract certain portions of the work which are in excess of one-half of one percent of the bid and to procure materials and equipment from suppliers and vendors as follows: Name, address, and phone number pf subcontractors, suppliers, and vendors Work to be Performed Contractor’s License # DIR # Dollar Amount $_____________ $_____________ $_____________ $_____________ $_____________ $_____________ $_____________ $_____________ $_____________ Total Subcontract Amount (shall not exceed 49% of Total Bid Amount) $___________ Date Issued: December 6, 2016 CITY OF TEMPLE CITY, CALIFORNIA BIDDING AND CONTRACT DOCUMENTS, PLANS AND SPECIFICATIONS 5800 TEMPLE CITY BLVD PARKING LOT IMPROVEMENTS, P17-05 Document Control Page 16 of 125 Page: C.7 BIDDER SHALL COMPLETE AND SUBMIT ALL DOCUMENTS AND PAGES IN SECTION “C. BIDDER’S PROPOSAL” REFERENCES The City of Temple City is interested in obtaining bids from the most qualified and capable contractors with a proven track record able to perform work desired by the Public Works Department. Any and all references required to be provided by the bid specifications must be for projects constructed by the bidding company; references for other projects performed by principals or other individuals of the bidding company may not be included. The following are the names, addresses, and telephone numbers for three public agencies for which BIDDER has performed similar work within the past three years. Reference Contact Information Reference Project Name Contract Value Date Completed Agency Name: $_________ Contact Name and Title: Contact Tel No: Agency Name: $_________ Contact Name and Title: Contact Tel No: Agency Name: $_________ Contact Name and Title: Contact Tel No: BONDS The following are the names, addresses, and telephone numbers for all brokers and sureties from whom Bidder intends to procure insurance bonds: ______________________________________________________________________________ SITE INSPECTION The Bidder declares that he/she has carefully read and examined the plans, specifications, bid documents, and he/she has made a personal examination of the site (indicate name of the person, representing the bidder, who inspected the site and date below) and that he/she understands the exact scope of the Project WITHOUT QUESTION. Name of Person who inspected the site: _____________________ Date of Inspection: _____________________ Date Issued: December 6, 2016 CITY OF TEMPLE CITY, CALIFORNIA BIDDING AND CONTRACT DOCUMENTS, PLANS AND SPECIFICATIONS 5800 TEMPLE CITY BLVD PARKING LOT IMPROVEMENTS, P17-05 Document Control Page 17 of 125 Page: C.8 BIDDER SHALL COMPLETE AND SUBMIT ALL DOCUMENTS AND PAGES IN SECTION “C. BIDDER’S PROPOSAL” ADDENDA ACKNOWLEDGMENT The Bidder acknowledges receipt of the following Addenda and has included their provisions in this Proposal: Addendum No.___________________ Dated________________ Addendum No.___________________ Dated________________ Addendum No.___________________ Dated________________ Addendum No.___________________ Dated________________ EQUAL EMPLOYMENT OPPORTUNITY COMPLIANCE BIDDER certifies that all previous contracts or subcontracts, all reports which may have been due under the requirements of any Agency, Site, or Federal equal employment opportunity orders have been satisfactorily filed, and that no such reports are currently outstanding. AFFIRMATIVE ACTION CERTIFICATION BIDDER certifies that affirmative action has been taken to seek out and consider minority business enterprises for those portions of work to be subcontracted, and that such affirmative actions have been fully documented, that said documentation is open to inspection, and that said affirmative action will remain in effect for the life of any contract awarded hereunder. Furthermore, BIDDER certifies that affirmative action will be taken to meet all equal employment opportunity requirements of the contract documents. NONCOLLUSION AFFIDAVIT BIDDER declares that the only persons or parties interested in this proposal as principals are those named herein: that no officer, agent, or employee of the City of Temple City is personally interested, directly or indirectly, in this proposal; that this proposal is made without connection to any other individual, firm, or corporation making a bid for the same work and that this proposal is in all respects fair and without collusion or fraud. Date Issued: December 6, 2016 CITY OF TEMPLE CITY, CALIFORNIA BIDDING AND CONTRACT DOCUMENTS, PLANS AND SPECIFICATIONS 5800 TEMPLE CITY BLVD PARKING LOT IMPROVEMENTS, P17-05 Document Control Page 18 of 125 Page: C.9 BIDDER SHALL COMPLETE AND SUBMIT ALL DOCUMENTS AND PAGES IN SECTION “C. BIDDER’S PROPOSAL” BIDDER INFORMATION Bidder’s Name: Address: Form of Legal Entity (i.e., individual, partnership, corporation, etc.) If a Corporation, State of Incorporation (i.e., Calif.) State Contractor’s License No. and Class State DIR No Contact Person Information: Name Title E-mail Tel The following are the names, titles, addresses, and phone numbers of all individuals, firm members, partners, joint venturers, and/or corporate officers having a principal interest in this proposal: _______________________________________________________________________________ ____________________________________________________________________________ ____________________________________________________________________________ The date(s) of any voluntary or involuntary bankruptcy judgements against any principal having an interest in this proposal are as follows: __________________________________________________________________________ _________________________________________________________________________ All current and prior DBA’S, alias, and/or fictitious business names for any principal having an interest in this proposal are as follows: __________________________________________________________________________ Previous contract performance history: Was any contract terminated previously:_______ If the answer to the above is “yes”, provide the following information: Contract/project name and number:___________________________________________ Date of termination:________________________________________________________ Reason for termination:_____________________________________________________ Owner’s name:___________________________________________________________ Owner contact person and tel. no.: _________________________________________ IN WITNESS WHEREOF, BIDDER executes and submits this proposal with the names, titles, hands, and seals of all aforementioned principals this ____ day of ___________, 201_. Date Issued: December 6, 2016 CITY OF TEMPLE CITY, CALIFORNIA BIDDING AND CONTRACT DOCUMENTS, PLANS AND SPECIFICATIONS 5800 TEMPLE CITY BLVD PARKING LOT IMPROVEMENTS, P17-05 Document Control Page 19 of 125 Page: C.10 BIDDER SHALL COMPLETE AND SUBMIT ALL DOCUMENTS AND PAGES IN SECTION “C. BIDDER’S PROPOSAL” BIDDER ______________________________________________________________ ______________________________________________________________ ______________________________________________________________ ______________________________________________________________ Subscribed and sworn to this _____ day of _______________, 201_. NOTARY PUBLIC _______________________________________________________________ Date Issued: December 6, 2016 CITY OF TEMPLE CITY, CALIFORNIA BIDDING AND CONTRACT DOCUMENTS, PLANS AND SPECIFICATIONS 5800 TEMPLE CITY BLVD PARKING LOT IMPROVEMENTS, P17-05 Document Control Page 20 of 125 Page: C.11 BIDDER SHALL COMPLETE AND SUBMIT ALL DOCUMENTS AND PAGES IN SECTION “C. BIDDER’S PROPOSAL” PROPOSAL GUARANTEE/BID BOND 5800 TEMPLE CITY BLVD. PARKING LOT IMPROVEMENTS CITY PROJECT ID: P17-05 City of Temple City KNOW ALL MEN BY THESE PRESENTS that __________________________________________, as BIDDER, and ____________________________________________________, as SURETY, are held and firmly bound unto the City of Temple City, in the penal sum of ___________________dollars ($_____________), which is 10 percent of the total amount bid by BIDDER to the City of Temple City for the above stated project, for the payment of which sum, BIDDER and SURETY agree to be bound, jointly and severally, firm by these presents. THE CONDITIONS OF THIS OBLIGATION ARE SUCH that, whereas BIDDER is about to submit a bid to the City of Temple City for the above stated project, if said bid is rejected, or if said bid is accepted and a contract is awarded and entered into by BIDDER in the manner and time specified, then this obligation shall be null and void, otherwise it shall remain in full force and effect in favor of the City of Temple City. IN WITNESS WHEREOF the parties hereto have set their names, titles, hands, and seals this ____ day of _______________, 201_. BIDDER* _____________________________________________________________ _____________________________________________________________ SURETY* _____________________________________________________________ _____________________________________________________________ *Provide BIDDER/SURETY name, address and telephone number and the name, title, address and telephone number for authorized representative. Subscribed and sworn to this _____ day of _______________, 201_. NOTARY PUBLIC:______________________________________________________ Date Issued: December 6, 2016 CITY OF TEMPLE CITY, CALIFORNIA BIDDING AND CONTRACT DOCUMENTS, PLANS AND SPECIFICATIONS 5800 TEMPLE CITY BLVD PARKING LOT IMPROVEMENTS, P17-05 Document Control Page 21 of 125 Page: D.1 D. SPECIFICATIONS 5800 TEMPLE CITY BLVD. PARKING LOT IMPROVEMENTS CITY PROJECT ID: P17-05 STANDARD SPECIFICATIONS GENERAL The Standard Specifications for this project is the Standard Specifications for Public Works Construction (Latest Edition), except as amended by the project plans, specifications and contract documents, supplementary conditions, and/or other applicable contract documents. In case of conflict the more stringent requirement shall apply, except when the City makes an exception. The City has the right to make such exception at its discretion, and the contractor shall provide reasonable cost discount if the City decides to implement the lesser stringent option. NOTIFICATION The Contractor shall notify the City of Temple City and the owners of all utilities and substructures not less than 48 hours prior to starting construction. The following list of names and telephone number s is intended for the convenience of the Contractor and is not guaranteed to be complete or correct: Agency Name and Title Tel City of Temple City Michael D. Forbes, Director of Community Development 626-285-2171 City of Temple City Ali Cayir, PE, City Engineer 714-883-8677 City of Temple City Bryan Ariizumi, Public Safety Officer 626-285-2171 City of Temple City, PD County Sheriff’s Station 626-285-7171 City of Temple City, Fire Fire Department 626-287-9521 Electric Southern California Edison 800-684-8123 Gas The Gas Company 800-427-2200 AT&T Business Customer Service 888-944-0447 SPRINT Customer Service 800-211-4727 MCI Customer Service 888-624-5622 Refuse Athens Disposal Company 626-336-3636 Cable Charter Communications 866-499-8080 Water California American Water Co. 888-422-5269 Water East Pasadena Water Co. 626-793-6189 Water San Gabriel County Water District 626-287-0341 Water So. California Water Co. 626-446-1372 Water Sunnyslope Water Co. 626-287-5238 Underground Service Alert (800) 422-4133 CITY HOLIDAYS City offices are closed on the following days: New Years Day; President’s Day; Memorial Day; Independence Day; Labor Day; Veteran’s Day; Thanksgiving (2 days) and Christmas Day. During these Date Issued: December 6, 2016 CITY OF TEMPLE CITY, CALIFORNIA BIDDING AND CONTRACT DOCUMENTS, PLANS AND SPECIFICATIONS 5800 TEMPLE CITY BLVD PARKING LOT IMPROVEMENTS, P17-05 Document Control Page 22 of 125 Page: D.2 holidays, inspections will not be available. EMERGENCY INFORMATION The names, addresses and telephone numbers of the Contractor and subcontractors, or their representatives, shall be filed with the Engineer and the City Police Department prior to beginning work. AS- BUILT DRAWINGS Provide and record a complete “As Built” records set of blue line prints showing changes from the original drawings and specifications and the exact “As Built” locations, sizes and types of equipment. Prints for this purpose may be obtained from the City. Keep this set of drawings on the site and use only as a record set. Use these drawings as work progress sheets. With red pencil, make neat and legible annotations thereon as the work proceeds, showing the work as actually completed. Keep these drawings available at all times for inspection. Before the date of the final inspection, provide the “As Built” prints to the City. Please note, that failure to submit an “As Built” set of drawings as noted above will result in the retention payment being delayed. SPECIAL PROVISIONS GENERAL 1. All work shall be performed in accordance with the "Standard Specifications for Public Works Construction", (“Greenbook” or “SSPWC”), Latest Edition, and all supplements; except where otherwise specified; the notes and details on the drawings; American Public Works Association Standard Plans; California Manual on Uniform Traffic Control Devices (CAMUTCD); Caltrans Standard Plans, Latest Edition; the General Provisions (Part 1); and these Special Provisions (Part 2). 2. SCOPE OF THE WORK COVERED BY CONTRACT DOCUMENTS The work to be done consists of furnishing all labor, materials, tools, equipment and incidental for the rehabilitation of various streets as shown in Appendix B –Project Plans. Work includes but not limited to the construction of slurry seal on AC pavement, AC cold milling, rubberized asphalt overlay, removal and reconstruction of asphalt pavement section and restoration of roadway marking and striping. 3. ADDITIONAL CONTRACTORS DUTIES Comply with codes, ordinances, rules, regulations, orders, and other legal requirements of public authorities which bear on performance of work. 4. CONTRACTS Construct entire work under one contract with the City. Date Issued: December 6, 2016 CITY OF TEMPLE CITY, CALIFORNIA BIDDING AND CONTRACT DOCUMENTS, PLANS AND SPECIFICATIONS 5800 TEMPLE CITY BLVD PARKING LOT IMPROVEMENTS, P17-05 Document Control Page 23 of 125 Page: D.3 5. The Specifications and Drawings are complementary, and what is called for in one shall be binding as if called for in both. 6. Subsection 2-5.2, "Precedence of Contract Documents", (SSPWC), revise the order of precedence and incorporate additional items as follows: 1) Permits issued by jurisdictional regulatory agencies 2) Change Orders and/or Supplemental Agreements; which occurs last 3) Contract/Agreement 4) Addenda 5) Bid/Proposal 6) Special Provisions 7) Plans 8) General Provisions 9) Standard Plans 10) Standard Specifications 11) Reference Specifications 7. DISCREPANCIES IN THE CONTRACT DOCUMENTS Any discrepancies, conflicts, errors or omissions found in the Contract Document shall be promptly reported in writing to the Director of Public Works and Development Services or his/her designee , who will issue a correction in writing. The Contractor shall not take advantage of any such discrepancies, conflicts, errors or omissions, but shall comply with any corrective measures regarding the same prescribed by the Director of Public Works and Development Services or his/her designee, and no additional payment or time shall be allowed therefor, except as provided in the Standard Specifications. If discrepancies are discovered between the drawings and the specifications, and no specific interpretation is issued prior to the bidding, the decision regarding this interpretation shall rest with the Director of Public Works and Development Services or his/her designee. The Contractor shall be compelled to act on the Director of Public Works and Development Services or his/her designee's decision as directed. In the event the installation is not in compliance with the direction of the Director of Public Works and Development Services or his/her designee, the installation shall be corrected by and at the expense of the Contractor at no additional cost to the City. In case of such discrepancies on the plan sheets, it is assumed that the bid included the cost for implementing/constructing the discrepancy that would have the highest dollar value. 8. ERRORS AND OMISSIONS If the Contractor, in the course of the work, becomes aware of any claimed errors or omissions in the contract documents or in the City's field work, it shall immediately inform the Director of Public Works and Development Services or his/her designee. City Engineer shall promptly review the matter, and if he/she finds an error or omission has been made, he/she shall determine the corrective actions and Date Issued: December 6, 2016 CITY OF TEMPLE CITY, CALIFORNIA BIDDING AND CONTRACT DOCUMENTS, PLANS AND SPECIFICATIONS 5800 TEMPLE CITY BLVD PARKING LOT IMPROVEMENTS, P17-05 Document Control Page 24 of 125 Page: D.4 advise the Contractor accordingly. If the corrective work associated with an error or o mission increases or decreases the amount of work called for in the Contract, the City shall issue an appropriate Change Order. After discovery of an error or omission by the Contractor, any related work performed by the Contractor shall be done at its risk unless authorized by the Director of Public Works and Development Services or his/her designee. 9. CHANGED CONDITIONS The plans for the work show conditions as they are believed by City Engineer to exist, but is not intended or to be inferred that the conditions as shown thereon constitute a representation by the City that such conditions are actually existent, nor shall the City be liable for any loss sustained by the Contractor as a result of any variance of the conditions as shown on the plans and the actual conditions revealed during the progress of the work or otherwise. The word "conditions" as used in this paragraph includes, but is not limited to, site conditions, both surface and subsurface. The Contractor shall examine the site, compare it with the drawings and specifications and shall satisfy itself as to the conditions under which the work is to be performed. The Contractor shall ascertain and check the location of all existing structures, utilities and equipment which may affect its work . The Contractor shall be responsible to re-examine the site, as necessary, for performance of change orders or other proposed changes which may affect its work. No allowance shall subsequently be made on the Contractor's behalf for any extra expense or loss of time which incurred due to failure or negligence on its part to make such examination. 10. PAYMENTS TO CONTRACTOR AND CLAIMS 1. Breakdown of Contract Prices. The Contractor shall, within ten (10) working days of receipt of a request from the City, submit a complete breakdown of lump sum bid prices showing the value assigned to each part of the work, including an allowance for profit and overhead. In submitting the breakdown, the Contractor certifies that it is not unbalanced and that the value assigned to each part of the work represents its estimate of the actual cost, including profit and overhead, of performing that part of the work. The breakdown shall be sufficiently detailed to permit its use by the Engineer as one of the bases for evaluating requests for payment. No extra costs shall be allowed for these breakdowns. 2. Payment for Labor and Materials. The Contractor shall pay and cause the subcontractors to pay any and all accounts for labor, including Worker's Compensation premiums, State Unemployment and Federal Social Security payments and all other wage and salary deductions required by law. The Contractor also shall pay and cause the subcontractors to pay any and all accounts for services, equipment and materials used by it and the subcontractors during the performance of work under this contract. All such accounts shall be paid as they become due and payable. If requested by the Engineer, the Contractor shall immediately furnish the City with proof of payment of such accounts. 3. Additional Work. Payment for additional work and all expenditures in excess of the bid amount must be authorized in writing by the Public Works Director or his/her designee. Such authorization shall be obtained by the Contractor prior to engaging in additional work. It shall be Date Issued: December 6, 2016 CITY OF TEMPLE CITY, CALIFORNIA BIDDING AND CONTRACT DOCUMENTS, PLANS AND SPECIFICATIONS 5800 TEMPLE CITY BLVD PARKING LOT IMPROVEMENTS, P17-05 Document Control Page 25 of 125 Page: D.5 the Contractor's sole responsibility to obtain written approval from City Engineer for any change(s) in material or in the work proposed by suppliers or subcontractors. No payment shall be made to the Contractor for additional work which has not been approved in writing, and the Contractor hereby agrees that it shall have no right to additional compensation for any work not so authorized. 4. Claims. The Contractor shall not be entitled to the payment of any additional compensation for any cause, including any act, or failure to act, by the City, or the happening of any event, thing or occurrence, unless he shall have given the City due written notice of potential claim as hereinafter specifications. The written notice of potential claim shall set forth the reasons for which the Contractor believes additional compensation will or may be due, the nature of the costs involved, and, insofar as possible, the amount of the potential claim. Said notice shall be submitted on a form approved by the City at least forty-eight (48) hours (two working days) in advance of performing said work, unless the work is of an emergency nature, in which case the Contractor shall notify and obtain approval from the Inspector prior to commencing the work. The Public Works Director or his/her designee. may require the Contractor to delay construction involving the claim, but no other work shall be delayed, and the Contractor shall not be allowed additional costs for any said delay but may be allowed on extension of time if the Public Works Director or his/her designee. agrees that the work delayed is a controlling element of the Construction Schedule. The Contractor shall be required to submit any supporting data (or a detailed written explanation justifying further delay) within five (5) Work Days of a request from the Public Works Director or his/her designee, and shall be responsible for any delays resulting from late and/or incomplete submittals. By submitting a Bid, the Contractor hereby agrees that this Section shall supersede Sections 6-6.3 and 6-6.4 of the Standard Specifications. The City shall be the sole authority to interpret all plans, specifications and contract documents, and no claim shall be accepted which is based on the Contractor's ignorance, misunderstanding or noncompliance with any provision or portion thereof. The above provisions shall supplement Section 3 of the Standard Specifications. The Contractor shall be responsible to provide all data and to obtain all approvals required by said Specifications, including submittal of Daily Extra Work Reports. No claims or extras shall be approved by the City unless all work was done under the direction of and subject to the approval of the Inspector. Disputed work claims shall comply with Section 3 of the Standard Specifications, as modified herein. It is the intention of this Subsection that differences between the parties arising under and by virtue of the Contract be brought to the attention of the Engineer at the earliest possible time in order that such matters may be settled, if possible, or other appropriate action promptly taken. The Contractor hereby agrees that it shall have no right to additional compensation for any claim that may be based on any such act, failure to act, event, thing or occurrence for which no written notice of potential claim as herein required was filed. 5. Noncompliance with Plans and Specifications. Failure of the Contractor to comply with any requirement of the Plans and Specifications, and/or to immediately remedy any such noncompliance upon notice from the Engineer, may result in suspension of Contract Progress Payments. Any Progress Payments so suspended shall remain in suspension until the Contractor's operations and/or submittals are brought into compliance to the satisfaction of the Engineer. No Date Issued: December 6, 2016 CITY OF TEMPLE CITY, CALIFORNIA BIDDING AND CONTRACT DOCUMENTS, PLANS AND SPECIFICATIONS 5800 TEMPLE CITY BLVD PARKING LOT IMPROVEMENTS, P17-05 Document Control Page 26 of 125 Page: D.6 additional compensation shall be allowed as a result of suspension of Progress Payments due to noncompliance with the plans or specifications. The Contractor shall not be permitted to stop work due to said suspension of Progress Payments. 6. Request for Payment. Contractor shall submit all requests for payment on the City provided form. The City shall provide the form for use after Contract is awarded. Prior to submittal of said form, all items for which payment is requested shall be checked and approved in writing by the City Engineer. No payments will be made unless all back-up data is submitted with the payment request and the Progress Payment Invoice is signed by both Contractor and City Engineer. There shall be no separate payment for any relocations, barriers or forms, grading or temporary construction required to construct the improvements herein. Payment for these items shall be absorbed in the Bid Prices for the applicable work to which they are appurtenant, and no extra costs shall be allowed. The payment of amounts due to the Contractor shall be contingent upon the Contractor and subcontractors furnishing the City with a release of all claims against the City arising by virtue of the Contract related to said amounts. 11. MARKUP For extra work and change orders the following percentages shall apply: a. LABOR COSTS 1. Labor markup for employer taxes standard federal/state rates, approximately: 10% 2. Labor markup for fringe benefits: 15% 3. Labor overhead markup (applied to total of 1 and 2): 10% 4. Profit markup (applied to 3): 10% b. MATERIAL, EQUIPMENT, SUBCONTRACTOR COSTS Only 5% markup by prime contractor will be allowed on materials, equipment and subcontractor costs. No other additional markups (overhead, profit, etc.) will be allowed. c. After the total amount is established by adding the above items, an additional 2% markup for INSURANCE AND BONDING COSTS will be allowed. The markups mentioned hereinafter shall include, but are not limited to, all costs for the services of superintendents, project managers, timekeepers and other personnel not working directly on the change order, and pickup or yard trucks used by the above personnel, and other vehicles and/or equipment present at the job site but not directly used in actual construction activities. Incidental movements of labor, materials, supplies or equipment shall not be considered as use in actual construction activities. These costs shall not be reported as labor or equipment elsewhere, except when actually performing work directly on the change order and then shall only be reported at the labor classification of the work performed Date Issued: December 6, 2016 CITY OF TEMPLE CITY, CALIFORNIA BIDDING AND CONTRACT DOCUMENTS, PLANS AND SPECIFICATIONS 5800 TEMPLE CITY BLVD PARKING LOT IMPROVEMENTS, P17-05 Document Control Page 27 of 125 Page: D.7 12. ALLOTTED WORKING SPACE The Contractor shall be responsible for storing his materials and equipment and to use as work yard as necessary. The City will not allow keeping equipment, materials, vehicles, removed items, debris, etc. within this project site with no liability to the City. It shall be the responsibility of the Contractor to provide adequate fencing, security of the yard and equipment, and to restore the assigned area to its original, pre-use condition, or better, to the satisfaction of the Engineer. 13. ACCEPTANCE OF SITE The Contractor shall accept the site and the character of the work as they exist on the first day of work under this contract. 14. PROTECTION AND RESTORATION OF EXISTING IMPROVEMENTS The Contractor shall be responsible for the protection of public and private property adjacent to the work and shall exercise due caution to avoid damage to such property per subsection 7.9 of the SSPWC. 15. SITE SECURITY AND SAFETY The Contractor shall secure the project as well as the adjoining properties du ring the duration of the project. 16. SURVEY AND LAYOUT Contractor shall report to the City Representative any discrepancies before proceeding with related work. Contractor shall perform all survey and precise layout work. Contractor shall establish fi nal grades and extents for the improvements and preserve such work on as-built plans. 17. LIMITS OF WORK Limits of work shall be the legal property boundaries of the project site unless modified by Contract limit lines indicated on the plans or as noted otherwise. Prior to commencing work on any particular area, the Contractor shall verify and coordinate th em with the Engineer to ascertain the actual limits of work. 18. The Contractor is reminded that he is responsible for the control of water through the construction area, at all times. Date Issued: December 6, 2016 CITY OF TEMPLE CITY, CALIFORNIA BIDDING AND CONTRACT DOCUMENTS, PLANS AND SPECIFICATIONS 5800 TEMPLE CITY BLVD PARKING LOT IMPROVEMENTS, P17-05 Document Control Page 28 of 125 Page: D.8 19. SOLID WASTE MANAGEMENT AND RECYCLING PLAN The contractor shall submit a Solid Waste Management and Recycling Plan to the City Manager’s Office for review and approval prior to issuance of a construction permit for the project. Said plan shall indicate that the permittee/contractor shall provide documentation such as receipts from landfills, salvage and recycling facilities upon completion of the demolition/construction. Said plan shall identify: A. Types of materials for recycling, reuse or sorting B. Estimated quantities C. Separation requirements D. On site storage E. Transportation methods F. Destinations G. Plan manager (contractor’s representative) Prior to issuance of a construction permit, the permittee/contractor shall contact the California Integrated Waste Management Board (recycling hotline 800-553-2962) to obtain an approved recycler (processor and/or receiver) for demolition and construction waste. At the minimum the contractor shall recycle each of the following demolition and construction waste materials:  Asphalt paving: 75%  Concrete and concrete masonry units: 75%  Non-lead based painted wood wastes (dimensional lumber and broken crates and pallets): 50%  Metals: 60%  Toilets: 75%  Appliances: 75%  Copper cable/wire: 50%  Transformers and ballasts: 100%  Fluorescent lamps: 100%  Glass: 50%  Unpainted gypsum board: 50% A minimum of 50% of the total weight of the waste (demolition and construction wastes) shall be diverted from landfill. 20. REFUSE ROUTE SCHEDULE The Contractor shall accommodate and coordinate with the City’s refuse pick-up service in the project area. The Contractor shall accommodate and coordinate with the City’s street sweeping service in the project area. 21. LEGAL ADDRESS OF CONTRACTOR Date Issued: December 6, 2016 CITY OF TEMPLE CITY, CALIFORNIA BIDDING AND CONTRACT DOCUMENTS, PLANS AND SPECIFICATIONS 5800 TEMPLE CITY BLVD PARKING LOT IMPROVEMENTS, P17-05 Document Control Page 29 of 125 Page: D.9 The address given in the Bidder's Proposal is hereby designated as the place to which all notices, letters, and other communications to the Contractor will be mailed or delivered, except such notices and communications as shall be given by the City's Inspectors to the Contractor's designated Superintendent in the field. The mailing or delivering to said address of any notice, letter, or other communication, or the hand-delivery to said Superintendent, shall be deemed sufficient service thereof upon the Contractor. The date of such service shall be the date of such mailing or delivery. Said address may be changed at any time by a written notice signed by the Contractor and delivered to the Engineer. B. GENERAL PROCEDURES 1. The Contractor shall obtain a no-fee Construction Permit before commencing construction from the City. 2. Scope of the Work covered by Contract Documents: Furnish all labor, materials and equipment for the City of Temple City, 5800 Temple City Blvd Parking Lot Improvements as shown on the plans. 3. The Contractor shall accept the site and the character of the work as they exist on the first day of work under this contract. 4. Limits of Work: Limits of work shall be the legal property boundaries of the project site unless modified by Contract limit lines indicated on the plans or as noted otherwise. Prior to commencing work on any area, the Contractor shall verify and coordinate them with the Engineer to ascertain the actual limits of work. 5. The Contractor shall take note that the final limits of PCC sidewalk, curb & gutter, driveway and AC pavement removal and reconstruction shall be coordinated and determined by the City Engineer during construction. 6. Project Schedule The Contractor shall submit a Construction Schedule to City Engineer prior to beginning construction. No work may be started until a Notice to Proceed is issued by the City. A Notice to Proceed shall not be issued until the Project Schedule has been approved in writing. The work shall be scheduled to assure that construction will be completed within the specified time. The Contractor shall be held responsible for coordination of all phases of the operation so that the time schedule can be met. The Contractor shall provide to the City all required contract bonds and evidences of insurance prior to the issuance of “Notice to Proceed” by the City. If the Contractor desires to make a major change in its method or operations after commencing Date Issued: December 6, 2016 CITY OF TEMPLE CITY, CALIFORNIA BIDDING AND CONTRACT DOCUMENTS, PLANS AND SPECIFICATIONS 5800 TEMPLE CITY BLVD PARKING LOT IMPROVEMENTS, P17-05 Document Control Page 30 of 125 Page: D.10 construction or if its Schedule fails to reflect the actual progress, the Contractor shall submit to City Engineer a revised Construction Schedule. Said Schedule shall be submitted in advance of beginning revised operations or within two (2) working days after notification by the City Engineer. City Engineer may suspend all progress payments if the Contractor fails to comply. 7. Notice to Proceed The Contractor shall not commence work until a Notice to Proceed has been issued by the City to the Contractor. Prior to the issuance of Notice to Proceed the Contractor shall provide the following: a. The Contractor shall provide all required contract bonds and evidences of insurance to the City; b. The Contractor shall submit a Construction Schedule to City Engineer; c. Obtain a no-fee Construction Permit from the City Notwithstanding any other provisions of the Contract, the Contractor shall not be obligated to perform any work and the City shall not be obligated to accept or pay for any work performed by the Contractor prior to delivery of a Notice to Proceed. The City's knowledge of work being performed prior to delivery of the Notice to Proceed shall not obligate the City to accept or pay for such work. The construction date shall begin within 10 days after “Notice to Proceed” is issued by the City to the Contractor. 8. Contract Time The date construction shall begin will be specified in a Notice to Proceed, by the date indicated in the construction schedule in INSTRUCTIONS TO BIDDERS SECTION of these specifications. Working hours are between 8:00 a.m. and 5:00 p.m. Monday through Friday, excluding legal holidays and weekends, unless approved otherwise by the Engineer. During periods when weather or other conditions are unfavorable for construction, the Contractor shall pursue only such portions of the work as shall not be damaged thereby. No portions of the work whose acceptable quality or efficiency will be affected by any unfavorable conditions shall be constructed while those conditions exist. It is expressly understood and agreed by and between the Contractor and the City that the Contract time for completion of the work described herein is a reasonable time taking into consideration the average climatic and economic conditions and other factors prevailing in the locality of the work. 9. Delay in Obtaining Materials: No extension of time will be granted for a delay caused by the inability to obtain materials unless the Contractor either obtains advance written approval from City Engineer or obtains from the supplier and furnishes to the Engineer documentary proof that such materials could not be obtained due to war, government regulations, labor disputes, strikes, fires, floods, adverse Date Issued: December 6, 2016 CITY OF TEMPLE CITY, CALIFORNIA BIDDING AND CONTRACT DOCUMENTS, PLANS AND SPECIFICATIONS 5800 TEMPLE CITY BLVD PARKING LOT IMPROVEMENTS, P17-05 Document Control Page 31 of 125 Page: D.11 weather conditions necessitating the cessation of work, or other similar action of the elements. The Contractor is required to order materials in a timely manner as specified in the "Instruction to Bidders". 10. Contract Documents The Contractor shall maintain at the job site one (1) set of Contract Documents to include Plans & Specifications, Standard Plans, and Standard Specifications for Public Woks Construction. At the end of each working day, the Contractor shall submit to the Inspector an accurate "as-built" drawing of any changes that occurred from the approved plans and drawings, including Change Order work, changed conditions in the field, and/or claimed extra work. The Contractor shall be responsible to obtain the Inspector's written approval of the accuracy of said drawing. No invoice will be accepted for processing until all work included therein is accurately shown on the record drawings. 11. It shall be the Contractor's responsibility to completely remove all "constru ction graffiti" (spray paint or other marking for utilities, survey points and construction limits) prior to acceptance of the work as completed. 12. The Contractor shall secure the project as well as the adjoining properties during the duration of the project. 13. All cost for complying with the requirements of this subsection shall be included in the various items of the bidding schedule unless specified otherwise. B. CONSTRUCTION STAKING: 1. The Contractor shall be responsible for construction staking. 2. Unless otherwise provided in the special provision, lines and grades for the construction shall be the responsibility of the contractor, with the following provisions: 3. All work under this contract shall be built in accordance with the lines and grades shown on the plans. Field survey for establishing these, and for the control of construction, shall be the responsibility of the Contractor. All such survey work including construction staking shall be done on all items ordinarily requiring grade and alignment, at intervals normally accepted by the agencies and trade involved. 4. The Contractor shall provide a copy of the office calculations and grade sheets to the City Engineer. The Contractor shall be responsible for any error in the finished work, and shall notify the Engineer, in writing, within 24 hours of any discrepancies, or design errors during the construction staking. 5. All the Survey Monuments and Bench Marks removed and/or altered during the construction shall be reset and certified "corner records" shall be submitted by the Land Surveyor, to the Engineer prior to the final acceptance of the construction. Date Issued: December 6, 2016 CITY OF TEMPLE CITY, CALIFORNIA BIDDING AND CONTRACT DOCUMENTS, PLANS AND SPECIFICATIONS 5800 TEMPLE CITY BLVD PARKING LOT IMPROVEMENTS, P17-05 Document Control Page 32 of 125 Page: D.12 6. Payment for surveying, construction staking, setting of the Survey Monuments and Bench Marks, preparing corner records, professional services, office and field calculations, furnishing all labor, materials, equipment, tools and incidentals, and for doing all the work involved, shall be considered as included in the items of work for which the surveying work is performed, and no additional compensation will be allowed. C. MATERIALS: 1. Material Specifications: Whenever any material is specified by name and number thereof, such specifications shall be deemed to be used for facilitating a description of the materials and establishing the quality of the materials to be used. All materials shall be new and the best of their class and kind. No substitution will be permitted which has not been approved in writing by the Engineer. 2. Material List: 3. A complete material list shall be submitted prior to performing any work. Catalog data and full descriptive literature and manufacturer's specifications and installation instructions shall be submitted whenever the use of items different than those specified is requested. 4. The material list shall be submitted using the following sample layout (double spaced between each item). Item No. Description Manufacturer Model Number 1. material ABC Corp. XXX 5. Approval of Substitutes: 6. Approval of any items, alternates or substitutes indicates only that the product(s) apparently meet the requirements of the drawings and specifications based on the information and/or samples submitted. 7. Contractor's Responsibility: 8. Manufacturer's warranties shall not relieve the Contractor of liability under these Specifications. Such warranties only shall supplement the Contractor's responsibility. D. INSPECTION AND TESTING: All work covered by this Contract Documents shall be inspected by the City Engineer. Request for inspection service shall be made 24 hours in advance. All materials furnished and all work performed under the Contract shall be subject to review and approval by the City Engineer. Such review may include mill, plant, shop, nursery, or field inspection Date Issued: December 6, 2016 CITY OF TEMPLE CITY, CALIFORNIA BIDDING AND CONTRACT DOCUMENTS, PLANS AND SPECIFICATIONS 5800 TEMPLE CITY BLVD PARKING LOT IMPROVEMENTS, P17-05 Document Control Page 33 of 125 Page: D.13 as required. City Engineer shall be permitted access to all parts of the work, including plants where materials are manufactured or fabricated, and shall be furnished with such materials, information and assistance by the Contractor and its subcontractors and suppliers as is required to make a complete and detailed inspection. The City will provide standard progress building and public works inspection at no cost to the Contractor. Contractor shall arrange and pay for all other inspections required by ordinance or governing authorities, including tests in connection therewith, as may be assigned to it in other sections of the specifications. Where required by the Building Code, specialty inspectors shall be provided by the City at no cost to the contractor. The Contractor shall request specialty inspector at least forty-eight (48) hours in advance of an anticipated inspection. City shall perform compaction tests as required. It shall be the Contractor's responsibility to obtain Inspection in a timely manner prior to proceeding with any phase of construction. The Contractor shall neither allow nor cause any of its work to be covered or enclosed until it has been inspected, tested and approved by the Director of Public Works and Development Services or his/her designee. City Engineer will make, or have made, such inspections and tests as he deems necessary to see that the work is being accomplished in accordance with the requirements of the Contract. In the event, such inspections or tests reveal non-compliance with the requirements of the Contract, the Contractor shall bear the cost of such corrective measures deemed necessary by the Director of Public Works and Development Services or his/her designee, as well as the cost of the subsequent re- inspection and re-testing. It shall be understood and agreed that the inspection or making of tests shall not constitute an acceptance of any portion of the work nor relieve the Contractor from compliance with the terms of the Contract. Work done in the absence of prescribed inspection may be required to be removed and replaced under the proper inspection, and the entire cost of removal and replacement, including the cost of all materials which may be furnished by the City and used in the work thus removed, shall be borne by the Contractor, regardless of whether the work removed is found to be defective or not. Work covered without the authority of City Engineer shall, upon order of the City Engineer, be uncovered to the extent required, and the Contractor shall similarly bear the entire cost of performing all the work and furnishing all the materials necessary for the removal of the covering and its subsequent replacement. E. UTILITIES 1. Before starting work, the Contractor shall verify the locations and elevations of all existing utilities by contacting Underground Service Alert at 811, at least 48 hours in advance. Existing utilities have been carefully located and shown on Los Angeles Record office records plans provided by utility companies. The Contractor shall notify the utility companies and agencies listed below before beginning excavation and shall coordinate his work with them. Date Issued: December 6, 2016 CITY OF TEMPLE CITY, CALIFORNIA BIDDING AND CONTRACT DOCUMENTS, PLANS AND SPECIFICATIONS 5800 TEMPLE CITY BLVD PARKING LOT IMPROVEMENTS, P17-05 Document Control Page 34 of 125 Page: D.14 2. The Contractor shall provide coordination with all the utility companies involved and shall provide protection from damage to their facilities. The Contractor shall be responsible for repair or replacement to said facilities made necessary by its failure to provide required protection. The Contractor is required to include utility requirements in the Construction Schedule. 3. The Contractor shall notify all utility agencies and owners of all facilities within the area of construction a minimum of five (5) work days in advance of performing any work within said area. 4. The Contractor shall protect all utilities and other improvements which may be impaired during construction operations. It shall be the Contractor's responsibility to ascertain the actual location of all existing utilities, including service laterals, and other improvements indicated on the drawings that will be encountered in its construction operations, and to see that such utilities or other improvements are adequately protected from damage due to such operations. The Contractor shall take all possible precautions for the protection of unforeseen utility lines to provide for uninterrupted service and to provide such special protection as may be directed by the Engineer. The Contractor shall be solely responsible to check all utility record maps, books, and/or other data in the possession of the City, other agencies, and/or all utility companies, and no allowance shall be made for any failure to have done so. 5. The utility companies and their contacts having facilities within or near the construction are listed on Sheet 1 of the plans. 6. All cost for complying with the requirements of this subsection shall be included in the various items of the bidding schedule unless specified otherwise. F. TRAFFIC CONTROL REQUIREMENTS 1. The Contractor shall be responsible to furnish, install and maintain such devices which are necessary to provide safe and efficient passage for the traveling public through the work area, for the safety of personnel present in the work area, and to minimize inconvenience. 2. All work and materials to implement construction staging and traffic control shall comply with the California Manual of Uniform Traffic Controls Device (CA MUTCD). Signs, markings, striping, barricades, delineators and all materials shall conform to applicable Caltrans standards and specifications. 3. The use of flagmen may be required if deemed so by the City Engineer. Adequate flagmen, construction signs barricades, delineators, and arrow boards shall be used to the satisfaction of the City Engineer. Adequate traffic control shall be maintained at all times through the construction zone. 4. Traffic control through the project area shall conform to the requirements of Section 7-10, “Public Convenience and Safety,” (SSPWC). 5. The Contractor shall not allow traffic to travel on natural ground, subgrade, or aggregate base Date Issued: December 6, 2016 CITY OF TEMPLE CITY, CALIFORNIA BIDDING AND CONTRACT DOCUMENTS, PLANS AND SPECIFICATIONS 5800 TEMPLE CITY BLVD PARKING LOT IMPROVEMENTS, P17-05 Document Control Page 35 of 125 Page: D.15 material. Traffic must only be allowed on a firm asphalt surface. A temporary ac pavement may be used for this reason to allow traffic. 6. The Contractor shall maintain a minimum of 5 feet clearance from th e vertical edge of excavation. 7. The Contractor shall not be allowed to leave vertical edge over 1” within the street pavement when the pavement is open to traffic except along the edge of gutter. Otherwise, the Contractor shall construct temporary AC transition at edges including around the edges of utility structures. The transition at traverse edge to through traffic shall be 6:1 slope, at longitudinal edge shall be 4:1 slope and at driveways ramped at 6:1 slope. 8. Ingress and egress of vehicle to all driveways shall be maintained at all time except when arranged in advance by the Contractor with the respective residence. 9. The Contractor shall maintain one 10’ wide minimum traffic lane in each direction at all time. 10. The Contractor shall install, maintain, and remove all temporary delineators, barricades, lights, warning signs and other facilities necessary to control traffic as specified in the CA MUTCD. 11. All traffic lanes shall be open at the end of working hours of each day, unless approved by the City Engineer. 12. Payment for traffic control shall be included in various bid items of the Bid Schedule. G. CLEARING AND GRUBBING Clearing and grubbing shall conform to the requirements of Section 300-1 "Clearing and Grubbing", (SSPWC). The Contractor shall incorporate the following exceptions, additions, or deletions to the noted Section: 1. Subsection 300-1.1, “General”, (SSPWC), add the following: Limits: The Contractor shall meet with the Inspector prior to making removals to verify the actual limits of removals and locations of joins, to establish smooth joins and to assure proper drainage. The Contractor may make minor changes in the location of joins and limits of removal, provided a smooth join and proper drainage shall be achieved and it has obtained approval from the Engineer. 2. Subsection 300-1.3.1, “Removal and Disposal General”, (SSPWC), add the following: All material removed from the project shall become the property of the Contractor and shall be disposed offsite in a legal manner outside the property approve by the Engineer unless otherwise by the Engineer. CONTRACTOR shall remove and transport debris and rubbish in a manner that will prevent spillage Date Issued: December 6, 2016 CITY OF TEMPLE CITY, CALIFORNIA BIDDING AND CONTRACT DOCUMENTS, PLANS AND SPECIFICATIONS 5800 TEMPLE CITY BLVD PARKING LOT IMPROVEMENTS, P17-05 Document Control Page 36 of 125 Page: D.16 on streets or adjacent areas. Cleanup of spillage will be at CONTRACTOR’S expense. Contractor shall not start any removal work within the street right of way unless it is prepared to perform reconstruction work immediately without interruption from the time removals begun, unless otherwise approved by the Engineer. 3. Subsection 300-1.3.2.a), “Bituminous Pavement”, (SSPWC), add the following a.) The existing Street and parking lot AC pavement thickness is unknown and may vary. For it is considered base material. 4. Subsection 300-1.3.2.c), “Concrete Curb, Gutters, Cross Gutters, Driveways, and Alley Intersections”, (SSPWC), delete 1st sentence and replace by the following: a.) Curb ramp is included in this subsection. b.) Concrete shall be removed to a neatly sawed edge with saw cuts full depth. Removal 5. Subsection 300-1.4, “Payment”, (SSPWC), replace with the following: Payment for clearing and grubbing shall be considered included in various bid items except for other removal items as listed and described in the bid schedule. Payment for other removal of existing items and described in the bid schedule, such as AC pavement section, PCC Driveway, PCC Curb Ramp, Alley Intersection, block wall, and slot cut of AC pavement shall be paid for at the contract unit price as indicated in the Bid Schedule and shall be considered full compensation for complying with the applicable requirements of the contract documents and shall include furnishing of labor, materials, equipment, sawcutting, removal, excavation, hauling, disposing, protection of facilities, and incidentals for doing all the work involved complete and no additional compensation allowed. H. UNCLASSIFIED EXCAVATION Unclassified excavation shall conform to the requirements of Section 300-2, “Unclassified Excavation” (SSPWC). 1. Unclassified excavation shall conform to the requirements of Section 300-2, "Unclassified Excavation" (SSPWC). 2. Add the following to Subsection 300-2.1, "General", (SSPWC); a. Areas to receive fill shall be stripped of existing fill and any loose or soft earth materials until firm and unyielding native subgrade is exposed. Limit of this excavation shall be determined by the Engineer. b. Unless noted otherwise, unclassified excavation shall include the removal of soils to meet the proposed design grade and all removal of soil and subgrade soils to accommodate Date Issued: December 6, 2016 CITY OF TEMPLE CITY, CALIFORNIA BIDDING AND CONTRACT DOCUMENTS, PLANS AND SPECIFICATIONS 5800 TEMPLE CITY BLVD PARKING LOT IMPROVEMENTS, P17-05 Document Control Page 37 of 125 Page: D.17 construction of new pavement, PCC walk, curb and gutter, vegetated swale, gravel bottomless trench, river rock ground cover and placement of amended and planting soil. c. The onsite soil materials shall be used for engineered fill. But soil materials which are unsuitable for engineered fill shall become the property of the Contractor and shall be disposed of offsite in a legal manner approved by the City Engineer. 3. Excess and unsuitable classified excavation shall be exported, disposed of offsite in a legal manner approved by the Engineer. 4. Payment for Unclassified Excavation shall be paid per Cubic Yard (C.Y.) and shall be considered full compensation for complying with the applicable requirements of the contract documents and shall include furnishing of labor, materials, equipment, sawcutting, removal, excavation, exporting excess excavation, hauling, disposing, protection of facilities, and incidentals for doing all the work involved complete and no additional compensation allowed. I. UNCLASSIFIED FILL 1. Unclassified fill shall conform to the requirements of Section 300-4, “Unclassified Fill” (SSPWC). 2. Add the following to Subsection 300-4, "Unclassified Fill", (SSPWC); a. All areas to receive fill and backfill shall be 8” to 12” scarified and moisture-conditioned to the optimum moisture content and recompact to a minimum of 90 percent relative compaction. b. Placing of fill soil materials shall be in lifts of 6” inches to 8” inches. c. The scarification, benching and compaction of soil shall be considered included in the cost of placing fill. Scarifying d. Fill or backfill and compaction of soil shall be paid per cubic yard in the applicable bid item. 3. Payment for Unclassified Fill shall be paid for at the contract unit price per Cubic Yard (C.Y.) and shall be considered full compensation for complying with the applicable requirements of the contract documents and shall include furnishing of labor, materials, equipment, scarifying, compacting and incidentals for doing all the work involved complete and no additional compensation allowed. J. SUBGRADE PREPARATION AND PLACEMENT OF BASE MATERIAL 1. Preparation of the subgrade shall conform to the requirements of Section 301 -1, "Subgrade Preparation", (SSPWC). 2. Subsection 301-1.2 "Preparation of Subgrade", (SSPWC), add the following: Date Issued: December 6, 2016 CITY OF TEMPLE CITY, CALIFORNIA BIDDING AND CONTRACT DOCUMENTS, PLANS AND SPECIFICATIONS 5800 TEMPLE CITY BLVD PARKING LOT IMPROVEMENTS, P17-05 Document Control Page 38 of 125 Page: D.18 Prior to placement of new pavement section in the reconstruction areas, the exposed subgrade shall be scarified to a minimum depth of 6 inches, moisture conditioned, to the optimum moisture content and re-compacted to a minimum of 90 percent relative compaction. 3. Subsection 301-2.1, “Untreated Base - General”, (SSPWC), add the following: a. Base for AC Pavement Section shall be 6” Crushed Aggregate Base. b. Base for PCC sidewalk and curb and gutter shall be 6” scarified natural grade. c. The Contractor shall not be allowed to use slag nor reuse the existing roadway base in the new pavement section. 4. Payment for the preparation of subgrade for sidewalk, curb, curb ramp and AC pavement Crushed Aggregate Base shall be considered included in the cost of the item requiring subgrade preparation. K. ASPHALT CONCRETE PAVEMENT SECTION The Contractor shall incorporate the following exceptions, additions or deletions to Section 302-5, “Asphalt Concrete Pavement”, (SSPWC): 1. Subsection 302-5.1, “General”, (SSPWC), add the following: The new Parking Lot AC pavement section shall consist of 4 inches type B2-PG 64-10 over 6 inches of Crushed Aggregate Base. The exposed subgrade shall be scarified to a minimum depth of 6” and moisture conditioned re-compacted to 90 percent relative compaction. 2. Subsection 302-5.9, “Measurement and Payment”, (SSPWC), replace 1st paragraph of subsection with the following: a. Payment to Construct Type B-PG 64-10 AC pavement shall be paid for at the contract unit price per TON and shall be considered full compensation for complying with the applicable requirements of the contract documents and shall include furnishing of labor, materials, equipment and incidentals for doing all the work involved complete and no additional compensation allowed. b. Payment to Construct Crushed Aggregate Base shall be paid for at the contract unit price per TON and shall be considered full compensation for complying with the applicable requirements of the contract documents and shall include furnishing of labor, materials, equipment, scarifying, compacting and incidentals for doing all the work involved complete and no additional compensation allowed. I. CONCRETE SIDEWALK, CURB AND GUTTER, DRIVEWAY, CURB RAMPS AND ALLEY INTERSECTION 1. All concrete shall be Class 520-C-2500, in accordance with Section 201-1.1.2, "Concrete Specified by Class", (SSPWC) unless note otherwise on the plan. Date Issued: December 6, 2016 CITY OF TEMPLE CITY, CALIFORNIA BIDDING AND CONTRACT DOCUMENTS, PLANS AND SPECIFICATIONS 5800 TEMPLE CITY BLVD PARKING LOT IMPROVEMENTS, P17-05 Document Control Page 39 of 125 Page: D.19 2. All concrete sidewalk, curb and gutter, curb ramp and alley intersection construction shall be in accordance with Section 303-5, (SSPWC). 3. Payment for these items of work shall be at the contract unit price per square foot, lineal foot, lumpsum or unit item, as applicable, and shall include full compensation for furnishing all labor, material, tools and equipment, hauling and disposal, scarifying of subgrade and incidentals for doing all the work involved complete and no additional compensation allowed. J. PARKING LOT LIGHTING The Contractor shall furnish labor, equipment and materials to construct new street lights. 1. Location Approximate location of new lights is as shown on the plans and final location shall be determined by the Engineer during construction. 2. Conduit and Conductors 1. Conduit a. Rigid metal galvanized conduit shall conform to Underwriter's Laboratory, Inc., standards for rigid steel conduit. b. Materials shall be recognized by the Underwriter's Laboratories, Inc. as having suitable characteristics when property formed and treated, including rigid polyvinyl chloride (Schedule 40) for underground use, and rigid polyvinyl chloride (Schedule 80)-for use above ground and passing under roadways. PVC conduit shall be grey in color. c. Conduit or duct shall be placed at the following depths below grade: a All electrical conduits shall be constructed by open trench 24” below finished grade. b Conduit shall be 1-1/4" diameter schedule 80. c All conduit in the base of the poles shall lean toward the hand hole and the ends shall not extend more than 3/4" above the bottom of the hand hole nor be terminated more than 2' below ' the bottom of the hand hole. d Conduit shall be bent without crimping or flattening and shall have a radius of at least 6 times the diameter of the conduit. 2. Conductors a.) Shall be copper and installed in conduit. Date Issued: December 6, 2016 CITY OF TEMPLE CITY, CALIFORNIA BIDDING AND CONTRACT DOCUMENTS, PLANS AND SPECIFICATIONS 5800 TEMPLE CITY BLVD PARKING LOT IMPROVEMENTS, P17-05 Document Control Page 40 of 125 Page: D.20 b.) Shall be No. 8 AWG and No. 10 as shown on the plan c.) Splices shall be made only in pull boxes, pole bases or service panels, and shall be covered with acceptable insulating material equal in value to that of the conductors and painted with P and B paint or an approved equal. 3. BONDING AND GROUNDING a.) Lighting systems shall provide for electrical ground continuity. b.) Systems utilizing metallic conduit shall have all conduit, electroliers, and all metallic components of the system bonded to each other. c.) Systems utilizing nonmetallic conduit shall have a continuous conductor bonding together all street lights, and all metallic components of the system. d.) Bonding conductors shall be solid copper wire with a minimum cross-sectional area equal to No. 8 AWG, or larger. All connections shall utilize UL approved ground clamps and brass nuts and bolts. One bonding conductor in each concrete street light base shall be looped up to a point to 2 inches above the bottom of the hand hole opening. e.) Systems shall be bonded to a ground electrode at the service neutral, and at such additional locations as may be specified by the City Engineer. f.) Bonding at street lighting standards and service pedestals shall be by means of a bonding wire connecting the conduit (or conduit ground wire) to the anchor bolts or ground electrode as the case may be. g.) Grounding of metal conduit, service equipment, and the grounded conductor at service point shall be accomplished as required by the National Electrical Code and serving utility. h.) For bonding purposes in all non-metallic type conduit, a bare or green insulated No. 8 copper wire shall be run continuously. Insulation must be stripped back a minimum of 10 inches at termination. i.) Bonding of metallic conduit in concrete pull 1 boxes shall be by means of galvanized grounding bushings and bonding jumpers. 4. SERVICE AND FEED POINTS 1. Electrical service (Service Enclosure) shall be Pacific Utility Products Metered Pedestal, Type III-AF or approved equal and shall be constructed per Caltrans STD Plan ES-2D. 2. The service enclosure shall be located and installed per SCE coordination and instruction. It shall be the Contractor’s responsibility to notify and coordinate it with SCE. 5. INSPECTION AND TESTING Date Issued: December 6, 2016 CITY OF TEMPLE CITY, CALIFORNIA BIDDING AND CONTRACT DOCUMENTS, PLANS AND SPECIFICATIONS 5800 TEMPLE CITY BLVD PARKING LOT IMPROVEMENTS, P17-05 Document Control Page 41 of 125 Page: D.21 1. All street lighting systems shall be inspected by the Engineer. 2. Shall be tested for the following: 1.) Work shall be tested for continuity of each circuit and grounds in each circuit. 2.) A megger test at 500 volts DC shall be made on each circuit between the circuit and a ground. The insulation resistance shall be not less than 10 megohms on all circuits. 3.) A functional test in which it is demonstrated that each and every part of the system functions as specified or intended. 4.) All lighting equipment shall be energized under as near actual service conditions as possible for three successive nights. During the third night of the test, all circuits shall be patrolled at least once by the contractor, and any inoperative equipment replaced or repaired. 5.) Any fault in any material or in any part of the installation, which may be revealed by these tests shall be corrected by the contractor in a manner approved by the City Engineer and the same tests shall be related. 6. PULL BOXES Pull boxes, covers and extensions shall be pre-cast reinforced Portland Cement Concrete (PCC). Plastic pull boxes shall not be used. Pull box covers shall be marked "LIGHT". The marking shall be clearly defined and uniform in depth and may be placed parallel to either the long or short side of the cover. Covers shall be marked in accordance with Section 86-2.06B, "Cover Marking," of the Caltrans Standard Specifications. Covers shall be provided with at least one recessed lifting bolt or bar as shown in the Standard Plans. The lifting bolts or bars shall be designed so as not to provide a path for electrical current to follow through the lid. 7. LIGHTING a. Parking light standard shall be "SUB#CS-0034-16 Element-Series" parking lot light standard or approved equal and shall include concrete foundation as shown on the plan. b. Parking bollard light shall be "SUB#CS-0020-12 ELE-Bollard Lighting or approved equal and shall include concrete foundation as shown on the plan. c. Accent flood light shall be “Model 1057-GG-WF-30-C-MV-ND-HS (Standard)" inground Accent Floodlight complete with JB-300 Junction Box or approved equal. d. Lighting shall be installed per manufacturers specifications/ Date Issued: December 6, 2016 CITY OF TEMPLE CITY, CALIFORNIA BIDDING AND CONTRACT DOCUMENTS, PLANS AND SPECIFICATIONS 5800 TEMPLE CITY BLVD PARKING LOT IMPROVEMENTS, P17-05 Document Control Page 42 of 125 Page: D.22 8. PAYMENT a. Payment to Install Pacific Utility Product Metered Pedestal, Type III-AF Service Equipment Enclosure shall be paid for at the contract unit price per EACH (EA) and shall be considered full compensation for complying with the applicable requirements of the contract documents and shall include concrete foundation, conduits and conductors, notify and coordinate with SCE, materials, tools and equipment, hauling and disposal and incidentals for doing all the work complete and fully operational and no additional compensation will be allowed. b. Payment to Install "SUB#CS-0034-16 Element-Series" parking lot light standard including concrete foundation conduits, conductors, pull boxes, sweeps shall be paid for at the contract unit price per EACH (EA) and shall be considered full compensation for complying with the applicable requirements of the contract documents to include materials, tools, equipment, hauling and disposal and incidentals for doing all the work complete and fully operational and no additional compensation will be allowed. c. Payment to Install "SUB#CS-0020-12 ELE-Bollard” Lighting including concrete foundation, conduits, conductors, pull boxes, sweeps shall be paid for at the contract unit price per EACH (EA) and shall be considered full compensation for complying with the applicable requirements of the contract documents to shall include sweeps, materials, tools, equipment, hauling and disposal and incidentals for doing all the work complete and fully operational and no additional compensation will be allowed. d. Payment to Install Model 1057-GG-WF-30-C-MV-ND-HS (Standard)" Inground Accent Floodlight complete with JB-300 Junction Box including conduits, conductors, pull boxes, sweeps shall be paid for at the contract unit price per EACH (EA) and shall be considered full compensation for complying with the applicable requirements of the contract documents to shall include materials, tools, equipment, hauling and disposal and incidentals for doing all the work complete and fully operational and no additional compensation will be allowed. K. LANDSCAPE IRRIGATION PART 1 - GENERAL 1.1 SUMMARY A. The Contractor shall furnish all necessary labor, materials and equipment required to complete the work of installing a fully functioning landscape irrigation system in accordance with the Plans and these specifications. All materials and components used shall be new and without flaws or defects and of quality and performance as specified. Prior to installation of any irrigation work, the Contractor shall submit for approval by the City a list of all materials and components the Contractor proposes to use. Should the Contractor propose to use material(s) or components other than those shown on the Plans, the Contractor shall submit in writing, to the City a request to deviate from the Plans. Samples of the material(s) or components shall accompany the request in order to Date Issued: December 6, 2016 CITY OF TEMPLE CITY, CALIFORNIA BIDDING AND CONTRACT DOCUMENTS, PLANS AND SPECIFICATIONS 5800 TEMPLE CITY BLVD PARKING LOT IMPROVEMENTS, P17-05 Document Control Page 43 of 125 Page: D.23 assist City in the evaluation of the proposed substitution. The burden of proof shall be borne by the Contractor. B. The Plans are diagrammatic. All irrigation equipment shall be located in approximate areas shown. Conflicts with existing conditions or proposed plantings shall be resolved in the field. Contractor shall notify City of conflicts which the resolution of which, in the Contractor’s judgment, would cause a substantial deviation from the design intent, would pose a public threat or hazard, or would increase project cost. 1.2 QUALITY ASSURANCE A. Use adequate numbers of skilled workmen who are thoroughly trained and experienced in the necessary crafts and who are completely familiar with the specified requirements and the methods needed for proper performance of the work of this section. 1.3 GUARANTEE A. All work shall be guaranteed against all defects in workmanship, materials, and equipment for one (1) year from date of final inspection. All problems related to these defects and called to the attention of the Contractor by the City during this period, shall be corrected by Contractor within 14 days of notification at no charge to City. B. City shall have the right to make emergency repairs without relieving the Contractor of his guarantee obligation. If any site trips by Landscape Architect are required by City during guarantee period because of irrigation system problems, Landscape Architect shall be paid in advance by Contractor at a rate of $225.00/hour. This guarantee also covers sinking of trenching below adjacent grade, and breaking or settlement of paving and other structures and planting due to sinking of trenching. PART 2 - PRODUCTS 2.1 MATERIALS A. All materials and equipment shall be new and of domestic manufacture when practicable. 2.2 PIPE AND FITTINGS A. Rigid PVC pipe and fittings: 1. All pipe shall be NSF-IPS extruded 100% Polyvinyl Chloride, Type I, Grade II, Class 1120 material. It shall be marked with date of extrusion, manufacturer's name, size, PVC 1120, or pressure rating in P.S.I. and comply with ASTM D2411; solvent weld sockets. 2. All plastic fittings shall be molded, type I/II, Schedule 40, NSF approved and comply with ASTM D2466. All couplings shall be made from taper-reamed extruded stock. 3. All solvent shall be as recommended by manufacturer and comply with ASTM D2564 and SCAQMD Rule 1168/316a. B. Flexible PVC pipe and fittings Date Issued: December 6, 2016 CITY OF TEMPLE CITY, CALIFORNIA BIDDING AND CONTRACT DOCUMENTS, PLANS AND SPECIFICATIONS 5800 TEMPLE CITY BLVD PARKING LOT IMPROVEMENTS, P17-05 Document Control Page 44 of 125 Page: D.24 1. All pipe shall be extruded from flexible vinyl chloride conforming to ASTM D2287 and be algae-resistant type. 2. All plastic fittings shall be molded, Type I/II, Schedule 40, NSF approved and comply with ASTM D2466. 3. All solvent shall be "IPS Weld-on 2795" or approved equal, and comply with SCAQMD Rule 1168/316a. C. Polyethylene pipe and fittings 1. All pipe shall be extruded from 100% Union Carbide #7510 material and conforming to ASAE standard 5435. D. Copper pipe and fittings buried away from building: 1. All pipe shall be Type K, ASTM B88 annealed with wrought copper fittings, lead-free soldered joints, and/or compression joints. E. Copper pipe and fittings above grade: 1. All pipe shall be type L, ASTM B88 annealed with wrought copper fittings, lead-free soldered joints, and/or compression joints. F. Brass pipe and fittings: 1. All pipe shall be IPS standard weight 85% red brass con forming to ASTM B43. Fittings shall be with standard 125-pound cast bronze threaded fittings. 2. 3 SPRINKLER HEADS A. Sprinkler heads shall be of the type and size as shown on the Plans. 2.4 DRIP EMITTERS A. Drip emitters, either as separate components or inserted in polyethylene tubing during manufacture, shall be of the type and flow amount as shown on the Plans. 2.5 REMOTE CONTROL VALVES, PRESSURE REGULATING VALVES, BALL VALVES, AND QUICK COUPLING VALVES A. All valves shall be of the type and size as shown on the Plans. 2.6 BACKFLOW PREVENTION DEVICE A. Backflow Prevention device shall be of the type and size indicated on the Plans. Device shall meet standards set by state of California, California Administrative Code, Title 17 - ‘Regulations Relating to Cross Connections’. B. Backflow Prevention device shall be fitted with resilient seated test cocks, and with resilient seated shut-off valves capable of isolating the device from the rest of the irrigation system. C. All risers, unions, elbows and nipples shall be red brass, bronze or copper. Date Issued: December 6, 2016 CITY OF TEMPLE CITY, CALIFORNIA BIDDING AND CONTRACT DOCUMENTS, PLANS AND SPECIFICATIONS 5800 TEMPLE CITY BLVD PARKING LOT IMPROVEMENTS, P17-05 Document Control Page 45 of 125 Page: D.25 2.7 CONTROLS A. Each automatic controller shall be of the type and size as indicated on the Plans. B. Controller housing shall be of the type and size as shown on the Plans. C. Control wire: All wiring to be used for connecting the automatic controller to the automatic valves shall be Type UF-600V, 7-strand or solid copper, PVC insulation, single conductor, UL approved underground feeder cable. Each pilot or "hot" wire shall be black or color coded with the common wire being white. 2.8 VALVE BOXES A. All valve boxes shall be of the type and size as shown on the Plans. PART 3 - EXECUTION 3.1 SITE CONDITIONS A. Contractor shall examine the areas and conditions under which work of this section will be performed. Contractor shall correct conditions detrimental to timely and proper completion of the work. Contractor shall not proceed until unsatisfactory conditions are corrected. B. Point of connection: This is shown at its approximate location on the Plans. Exact location must be verified on site. C. If conditions are encountered during the course of work that are in conflict with the Plans, Landscape Architect shall be notified immediately before any work is done. If this procedure is not followed, Contractor shall assume full responsibility for any on-site adjustments necessary to make the system operate adequately at no additional cost to City or Landscape Architect. 3.2 GENERAL A. Piping layout indicated on the drawings is diagrammatic only. Route piping to avoid plants and structures. B. All pipe and equipment shall be installed in planted areas. If shown in paved areas on the drawing it is for clarity only unless noted otherwise on the Plan. Piping shown in paved areas shall be installed in sleeves according to detail on the Plans. C. Irrigation pipes and equipment shall be installed so as not to prevent or make difficult planting and construction shown on construction and planting plans. D. Actual location of automatic controller(s) shall be verified with Landscape Architect. E. Contractor shall provide record drawings to the City and Landscape Architect upon completion of the system. These drawings shall be done on a reproducible media and shall clearly show all locations of control valves, gate valves, quick coupler valves, check valves, Date Issued: December 6, 2016 CITY OF TEMPLE CITY, CALIFORNIA BIDDING AND CONTRACT DOCUMENTS, PLANS AND SPECIFICATIONS 5800 TEMPLE CITY BLVD PARKING LOT IMPROVEMENTS, P17-05 Document Control Page 46 of 125 Page: D.26 backflow preventers, and automatic controllers by triangulated dimensions from fixed objects such as walks and building corners. These drawings shall be approved by the Landscape Architect before final payment is issued to Contractor. F. An operating chart shall be provided to the Landscape Architect upon completion of the system. This chart shall clearly show each area that each station of the controller operates (in case of more than one controller, provide an operating chart for each controller). This chart shall be done in the following manner: 1. Reduce record drawings to a size that will fit on the inside of the controller door. 2. Color, with contrasting colors, the areas covered by each valve. Use colored pencils or ink markers. 3. Obtain Landscape Architect's approval of chart. 4. Laminate chart in 10 mil plastic. 3.3 ASSEMBLIES A. These shall be set forth on detail drawings. If details are absent for specific assemblies, these assemblies shall be done in accordance with Contractor's recommendations after these recommendations are discussed with the Landscape Architect. Teflon tape or dope shall be used on all male pipe threads of control valve, swing joints and backflow assemblies. 3.4 TRENCHING AND BACKFILLING A. Large specimen plants shall be planted prior to trenching. B. Contractor shall hand trench around roots to pipe grade when roots two inches in diameter or greater are encountered. Minimum width of any trench shall be four inches, or 1.5 times the diameter of pipe, whichever is greater. Backfill and re-compact over any excavation. If rock is encountered, excavate four inches deeper and backfill to pipe grade with well-graded sand. Keep trenches even and free of obstructions and debris that may damage pip e. Do not mix sub-soil with top-soil. C. Sand encasement for all irrigation pipe, direct burial control wire and electrical conduit shall be plaster or mortar sand per section 200 of the Standard Specifications, with a minimum sand equivalent of 50. 3.5 PIPING A. All pipes shall have a minimum of 6" clearance from each other and pipes from other trades. B. All pressure pipe 4” diameter and smaller shall have the correct sized concrete thrust block installed at every abrupt change of alignment; at ball valves, at tees, elbows and crosses, and at ends of pipe runs or wherever the field engineer deems one to be necessary. Thrust blocks are to be installed per standard drawings or APWA standards and sized accordingly for the size of pipe. C. Plastic pipe shall be cut square, externally chamfered with all burrs and fins removed. Date Issued: December 6, 2016 CITY OF TEMPLE CITY, CALIFORNIA BIDDING AND CONTRACT DOCUMENTS, PLANS AND SPECIFICATIONS 5800 TEMPLE CITY BLVD PARKING LOT IMPROVEMENTS, P17-05 Document Control Page 47 of 125 Page: D.27 D. Solvent welded joints shall be made in accordance with ASTM D2855. The solvent recommended by the manufacturer shall be used. E. No solvent shall be used from cans that have been opened overnight. F. Plastic pipe installation shall be in accordance with ASTM D2774 and the requirements herein. G. Care shall be exercised in assembling a pipeline with solvent welded joints so that stress on previously made joints is avoided. Handling of the pipe following jointing shall not occur prior to the set times specified in ASTM D2855. H. Solvent shall be applied to pipe ends in such a manner that no material is deposited on the interior surface of the pipe or extruded into the interior of the pipe during jointing. I. Threaded pipe joints shall be made using Teflon tape or Teflon dope. Solvent shall not be used with threaded joints. J. Plastic pipe that has been nicked, scarred or otherwise damaged shall be removed and replaced. Plastic pipe shall be snaked from side to side in the trench to allow for 1 foot of expansion and contraction per 100 feet of straight run. K. The pipeline shall not be exposed to water for 24 hours after the last solvent weld has been made. L. Where pipes of dissimilar metals are joined, connection shall be made with dielectric fitting. 3.6 FLUSHING A. Pressure and non-pressure lines shall be thoroughly flushed before installation of equipment and heads. 3.7 PRESSURE TESTING A. All pressure lines shall be tested under hydrostatic pressure of 125 psi and all non-pressure lines under existing static pressure for a minimum of 4 hours. B. If leaks develop, repair and repeat pressure test until system is water tight. 3.8 BACKFILLING A. Pressure lines and control wiring shall have a minimum cover of 21". B. Non-pressure lines shall have a minimum of 15" cover unless otherwise noted. C. Lateral piping shall have a minimum cover of 24" and pressure lines shall have a minimum cover of 30” under vehicle bearing paving. Date Issued: December 6, 2016 CITY OF TEMPLE CITY, CALIFORNIA BIDDING AND CONTRACT DOCUMENTS, PLANS AND SPECIFICATIONS 5800 TEMPLE CITY BLVD PARKING LOT IMPROVEMENTS, P17-05 Document Control Page 48 of 125 Page: D.28 D. All piping under asphalt or concrete paving shall be installed in sleeves. No hydraulic driving shall be permitted under paving. If contractor is unable to locate any sleeve, he shall notify Landscape Architect immediately. E. Initial backfill (first 6") shall be plaster or mortar sand per se ction 200 of the Standard Specifications, with a minimum sand equivalent of 50. F. Backfill shall be compacted in lifts of no more than 6" in height and to a density comparable to adjacent grade. G. Top of backfill shall conform to adjacent grades without sunken areas, humps or other irregularities. 3.9 ADJUSTMENTS A. All back drainage of heads shall be stopped with "Valcon ADV" check valves, or approved equal, in riser. Adjust to minimize pressure loss. B. Heads shall be flushed and adjusted to prevent over spray onto adjacent paving and/or structures as much as possible. 3.10 DRIP IRRIGATION A. Layout: Layout drip tubing after plants have been planted and in such a manner so that the tubing will pass each plant, as per detail on the Plans. If Netafim, or equal, product with pre- inserted emitters during manufacturing, has been specified contractor shall space the tubing per the on center dimensions stated on the Plans. B. Cutting: The drip tubing shall be cut so as to leave a smooth and even square end with no burrs. C. Compression & Barb Coupling joints: 1. Remove any burrs from both the inside and outside of the tubing and the fittings. 2. Remove dirt, grease and moisture from tubing and fitting. 3. Force tubing into or over fittings with a constant circular motion so that tubing is fully seated in or on fitting. D. Punching holes: 1. Holes, for installation of emitters, should be made with a punch of the correct size and as recommended by the manufacturer of the emitters specified on the Plans. 2. Holes should be made when the hose or tubing is cool; if necessary, cold water shall be run through the hose/tubing prior to punching. 3. Use a steady twisting motion when punching holes in hose/tubing and maintain a 90 degree angle to the hose/tubing with the punching tool. E. Stapling: Loosely fix drip tubing to grade with 6” steel jute staples so that tubing will lay flat and be covered entirely by mulching. Do not make the staples so tight that they crimp the tube. Use just enough staples to hold tubing in position or to maintain proper Date Issued: December 6, 2016 CITY OF TEMPLE CITY, CALIFORNIA BIDDING AND CONTRACT DOCUMENTS, PLANS AND SPECIFICATIONS 5800 TEMPLE CITY BLVD PARKING LOT IMPROVEMENTS, P17-05 Document Control Page 49 of 125 Page: D.29 spacing. 3.11 COMPLETION AND CLEAN-UP A. Upon completion of the drip and spray irrigation system, and prior to mulching, Contractor shall demonstrate the system for City Representative from the irrigation controller by turning on each station and pointing it out on the corresponding color coded chart required in Section 3.2 – F. Contractor shall leave the entire job area in a neat and acceptable condition such as to meet the approval of the City. L. LANDSCAPE PLANTING PART 1 - GENERAL 1.1 SUMMARY A. Provide trees, shrubs and groundcover as shown on the Plans, as specified herein and as needed for a complete and proper installation. The Plans are diagrammatic. All plant material locations shown are approximate. The Landscape Architect has prepared the plant legend on the Plans only as a convenience to the Contractor and assumes no responsibility for its accuracy. The Contractor is to verify all quantities and sizes. Contractor shall inform City immediately of any discrepancies between quantities and symbols shown. 1.2 QUALITY ASSURANCE A. Use adequate numbers of skilled workmen who are thoroughly trained and experienced in the necessary crafts and who are completely familiar with the specified requirements and the methods needed for proper performance of the work of this Section. B. Plant materials shall be certified by State or Federal Depts. of Agriculture, be free from hazardous insects or apparent disease, and be thoroughly rooted but not root-bound or overgrown in containers. C. Plant materials shall be furnished in the quantities and/or spacing specified and shall be of the genus, species and size indicated in the plant legend of the Plans. Substitution of any such indicated plant materials shall not be permitted unless specifically a pproved by the Landscape Architect. Landscape Architect shall select and tag all plant material in 20" box size or larger. 1. 3 MAINTENANCE AND GUARANTEE A. Maintenance shall begin at final inspection and acceptance of installation by City, and extend for a period of 90 days. Maintenance shall include keeping installation clean and free of weeds, trash and debris as well as maintaining plant material. B. All plant material shall be guaranteed for a period of six (6) months. All specimen material 20" box size and larger shall be guaranteed for a period of one (1) year. Date Issued: December 6, 2016 CITY OF TEMPLE CITY, CALIFORNIA BIDDING AND CONTRACT DOCUMENTS, PLANS AND SPECIFICATIONS 5800 TEMPLE CITY BLVD PARKING LOT IMPROVEMENTS, P17-05 Document Control Page 50 of 125 Page: D.30 C. Replacements: All plant material deteriorating or dying within the guarantee period shall be replaced as many times as necessary, and approved by City, with plant material the same size and species as specified or as directed by landscape architect, with a new warranty commencing on date of replacement, and at no cost to City. D. Inspection by City and Contractor shall be made at the end of the 90 day maintenance period and the guarantee periods. Contractor shall set-up a time with City for these inspections and shall make corrections to the installation resulting from these inspections promptly and at no expense to City. PART 2 - PRODUCTS 2.1 FERTILIZER A. Fertilizer shall be of type and quantity specified herein or as recommended by soil testing laboratory. 2.2 SOIL AMENDMENT A. Soil amendment shall be of type and quantity specified herein or as recommended by soil testing laboratory. 2.3 TOPSOIL A. Topsoil shall be Class A, as designated in the ‘Green Book’, and shall be deemed suitable for use by City. At least fifteen (15) days prior to use the proposed source of topsoil must be submitted to City for approval. Contractor shall submit a written request for approval which shall be accompanied by a written report of a testing agency registered by the State for agricultural soil evaluation which states that the proposed source complies with ‘Green Book’ specifications for topsoil designated Class A. 2.4 MULCH A. Mulch shall be of type specified herein. 2.5 TREE STAKES AND GUYS A. Tree stakes and guys shall be of types specified in Detail Drawings. 2.6 OTHER MATERIALS A. Provide other materials not specifically described but required for a complete and proper installation as selected by the Contractor subject to the approval of the City. PART 3 - EXECUTION 3.1 SITE CONDITIONS Date Issued: December 6, 2016 CITY OF TEMPLE CITY, CALIFORNIA BIDDING AND CONTRACT DOCUMENTS, PLANS AND SPECIFICATIONS 5800 TEMPLE CITY BLVD PARKING LOT IMPROVEMENTS, P17-05 Document Control Page 51 of 125 Page: D.31 A. Contractor shall examine the areas and conditions under which work of this section will be performed. Contractor shall correct conditions detrimental to timely and proper completion of the Work, not proceeding until unsatisfactory conditions are corrected. B. Prior to execution for planting, or placing of any stakes, Contractor shall locate all utilities, electrical cables, conduits, sprinkler lines, heads, valves and valve control wires so that proper precautions may be taken not to damage any such improvements. In the event of any conflict between plant locations and any such improvements, Contractor shall promptly notify Landscape Architect. If this procedure is not followed, Contractor shall assume full responsibility for any on-site adjustments necessary to make the installation perform adequately at no additional cost to City. 3.2 SOIL TESTING A. A soil test shall be performed prior to soil preparation. Contractor shall submit a soils analysis report with recommendations from a licensed laboratory to City prior to beginning work. Recommendations from soils lab shall be followed prior to any planting, if recommendations deviate from specifications herein. 3.3 SOIL PREPARATION A. Imported topsoil, fill dirt and amended soil, as per specifications for planted areas, shall be clean, free of weeds, rocks and debris, and must have a pH range of 5.6 to 7.6 and an ECE less than 4.0 MMHOS/CM, as determined by soil analysis, and shall be thoroughly incorporated into existing soil. B. Finish grade shall conform to overall drainage pattern and be 1.5" below surface of adjacent paving, and, in no event, be less than 6" below building ground floor slab elevation. C. Before and during preliminary and final grading, all weeds and grasses shall be sprayed with a non-selective herbicide, as per manufacturer’s specifications. Contractor shall obtain approval by the City prior to application of any herbicide, insecticide, fungicide or other chemicals to be used on site. At least ten (10) days after the herbicide is applied, or as per manufacturer’s specifications, planters shall be cleared and grubbed and the debris shall be disposed of off site at Contractors expense. D. All planting areas shall be tilled to a depth of 10" below grade. All rocks and debris more than 2" in diameter shall be removed from the site. E. Soil amendments shall be spread evenly over site as recommended in soils report and tilled into native soil as specified in D above. F. Finish grade shall be a smooth, even and uniform plane without abrupt change of surface, and shall conform to the Plans. Grading shall be done when soil is at optimum moisture content for working. 3.4 PLANTING Date Issued: December 6, 2016 CITY OF TEMPLE CITY, CALIFORNIA BIDDING AND CONTRACT DOCUMENTS, PLANS AND SPECIFICATIONS 5800 TEMPLE CITY BLVD PARKING LOT IMPROVEMENTS, P17-05 Document Control Page 52 of 125 Page: D.32 A. Plants shall not be permitted to dry-out before or during the planting process. Spot trees and shrubs as shown on the Plans. Trees planted within 5 feet of curbs or paving require root barriers as per the details on the Plans. B. Tree and shrub pits shall be 1.5 times as wide and as deep as the plant container. Tree pits shall be dug square with leveled bottoms. C. Fill planting hole with water and allow to drain. D. Backfill material shall be a thoroughly blended mixture of one (1) part Type 1 soil amendment and two (2) parts native soil. Gro-Power tablets, or approved equal, shall be planted with all container plants as per manufacturer's instructions and Detail Drawings. E. All plants shall be properly root-pruned, centered in pits, and set so that, when settled, they will be level with final surrounding grade. F. A 3" high berm shall be constructed around the perimeter of each plant pit. The pit shall be then filled with water, allowed to soak, and filled again. Prior to installation of drip irrigation tubing these berms shall be raked level with the surrounding grade. G. Following completion of planting and drip irrigation, a 3" minimum layer of Type 1 mulch, per the ‘Green Book’, shall be applied to all planter surfaces as shown on the Plans. Mulch shall be packaged in bales or bags unless City or Landscape Architect approves a bulk source in advance of delivery to the Site. 3.5 STAKING AND GUYING A. All trees shall be staked or guyed immediately after the tree is planted, as per detail, and taking care that the root ball of the tree is not injured. 3.6 CLEAN-UP B. Upon completion of the contracted work, Contractor shall remove all rubbish, trash and debris resulting from the operations, remove unused equipment and implements of service, and leave the entire area involved in a neat and acceptable condition such as to meet the approval of the City. M. CONCRETE FORMWORK (Section 03 10 00) PART 1 - GENERAL 1.1 DESCRIPTION A. Furnish and place formwork for horizontal and vertical cast-in-place structural concrete, "Standard Grade" complete. B. Related Work Specified Elsewhere: Date Issued: December 6, 2016 CITY OF TEMPLE CITY, CALIFORNIA BIDDING AND CONTRACT DOCUMENTS, PLANS AND SPECIFICATIONS 5800 TEMPLE CITY BLVD PARKING LOT IMPROVEMENTS, P17-05 Document Control Page 53 of 125 Page: D.33 1. Section 03 20 00 - Reinforcing Steel. 2. Section 03 30 00 - Cast-In-Place Concrete. 3. Embedded anchors, inserts, hangers, bolt and structural steel shapes shown or specified. 4. Built-in sleeves, flashings, reglets, door frames, anchors and related items. 1.2 REFERENCE STANDARDS A. Except as modified herein, and/or detailed on the Drawings, all work included in this Sect ion shall conform to the applicable provisions of the following codes and standards (latest edition) except where more stringent requirements are specified. B. ACI 301, Specifications for Structural Concrete for Buildings, Chapter 4. C. ACI 347, Recommended Practice for Concrete Formwork. D. ACI 117, Tolerances for Concrete Construction and Materials. E. ANSI A48.1, “Types and Sizes of Forms for One-Way Concrete Joist Construction. 1.3 ALLOWABLE TOLERANCES A. Variation from line and dimension for footings: 1. Plus 1/2 inch. 2. Minus 1/2 inch. B. Variation from levels or designated grades for slabs, soffits, footings, and conspicuous lines: In 10 feet: 1/4 inch. C. Variations from plumb in lines, and surfaces of walls, control joint grooves and other conspicuous lines: 1. In 10 feet: 1/4 inch. 2. In any story or 20 feet maximum: 3/8 inch. D. Variation of linear building lines from established position: 1. Plus 1/4 inch. 2. Minus 1/4 inch. E. Variation in thickness of slabs: 1. Minus 1/4 inch. 2. Plus 1/4 inch. F. Variation in surface tolerance: In 10 feet in any direction measured with a 10-foot straightedge: 1/4 inch. G. Cast-in-bolts: 1/2-inch in any direction. 1.4 FORMWORK CRITERIA A. Design, engineer and construct formwork, shoring and bracing to conform to Code requirements; resultant concrete to conform to required shape, line and dimensions. Date Issued: December 6, 2016 CITY OF TEMPLE CITY, CALIFORNIA BIDDING AND CONTRACT DOCUMENTS, PLANS AND SPECIFICATIONS 5800 TEMPLE CITY BLVD PARKING LOT IMPROVEMENTS, P17-05 Document Control Page 54 of 125 Page: D.34 B. Provide forms complete and of such strength and adequately braced so as to prevent any spreading, shifting or settling when concrete is placed to ensure finished concrete surfaces of the required tolerances. C. Forms shall be tight to prevent leakage or washing out of cement mortar from concrete. D. Bolts, rods, and other devices when used for internal ties and spreaders shall be of such construction that when the forms are removed, no metal shall be within 1 inch of the exterior concrete surfaces or within 1/2 inch of interior concrete surfaces. E. Form and shoring design shall be the sole responsibility of the Contractor. All forms and shoring shall be designed and detailed by a Civil Engineer licensed in the State of California. The design shall be in accordance with the recommendations of ACI 347. Ensure that the various members are not stressed more than allowed by the ACI for the material used. 1.5 SUBMITTALS A. Submit Shop Drawings to show location and layout of construction joints, s lab edges, form joints, locations of tie holes or plugs, location of embedded items and blockouts, and all related details affecting Architectural quality. B. Review of shop drawings is of a general nature only, and responsibility for conformance with intent of drawings shall remain with the Contractor. Review does not imply or state that fabricator has correctly interpreted the construction documents. C. Formwork details affecting Architectural finish quality shall be reviewed by the Architect. D. Integrity of the forming system shall be reviewed by the Contractor. PART 2 - PRODUCTS 2.1 MATERIALS A. Framing: At contractor option subject to meeting necessary strengths and surface tolerances. B. Forming Materials: 1. Smooth Form Finish: Forms may be any of the following at Contractor option except use only one type throughout. It is intended that forms shall impart a smooth uniform appearance to the concrete without mottles and color variations caused by non-uniform absorption of moisture. a. Metal. b. Fiberglass reinforced resin plastic. c. APA High-Density Overlay (HDO) Plyform, Class I or II as per strength requirements. d. Plastic surfaced birch plywood; "Finn Form". e. APA Plyform, Grade B-B, Class I or II as required, with factory applied plastic resin coating or with shop or field applied resin coating as specified herein. 2. Rough Form Finish: 5/8-inch 5-ply B-B plyform, Class 1, conforming to US Product Standards PS-1. 3. For exposed surfaces not otherwise specified use Special exterior Type Douglas Fir, Grade AB plywood, conforming to NBS PS-1, minimum 3/4 in. thick and constructed so that Date Issued: December 6, 2016 CITY OF TEMPLE CITY, CALIFORNIA BIDDING AND CONTRACT DOCUMENTS, PLANS AND SPECIFICATIONS 5800 TEMPLE CITY BLVD PARKING LOT IMPROVEMENTS, P17-05 Document Control Page 55 of 125 Page: D.35 finished concrete will be straight, smooth, dense, free from honeycombs, bulges, or depressions. Keep joints between plywood sections to a minimum and make tight and strongly backed so that adjoining edges remain flush and true. Unsightly joint marks will not be permitted. Cover joints on exposed surfaces with smooth-faced vinyl tape. 4. For concrete joists or waffle slabs, use metal or molded fiberglass reinforced plastic of required type and size, carefully fitted and aligned. For areas exposed to view, use new forms or specially selected forms. 5. For cylindrical columns and supports use metal, fiberglass-reinforced plastic. 6. Chamfer Strips: Clear Douglas fir or pine, selected straight, milled on all faces or extruded polyvinyl chloride specially produced for concrete work; Vinylex Corp., Preco Industries, Vulcan Metal Products. Material usage shall be consistent for each application. C. Form Sealer (Wood Forms): All form sealers shall be of a type which will not harmfully affect the appearance and/or utility of the concrete surface or the application of sealers, paint, vinyl fabric or any other finishes. In addition, form sealer shall prevent the development of bond or adhesion to concrete. 2.2 FORM HARDWARE A. All form ties shall be a type which does not leave an open hole through the concrete and which permits neat and solid patching at every hole. B. When forms are removed, all metal shall be not less than one inch from the surface. C. Do not use wire ties and wood spreaders. 2.3 FORM RELEASE AGENTS A. Form release agents shall not discolor or change texture of finished concrete surface or inhibit proper application of any surface finishes or bonding agents. PART 3 - EXECUTION 3.1 GENERAL A. Forms shall be constructed so as to form final concrete structure which conforms to shape, lines and dimensions of members required by drawings and specifications, and shall be substantial and sufficiently tight to prevent leakage of mortar. They shall be properly braced or tied together to maintain position and shape. Forms and their supports shall be designed so that previously placed structures will not be damaged. Forms shall be true to line within 1/250 of the span. 3.2 ERECTION A. Plywood shall be laid out with horizontal joints level, vertical joints plumb and with all joints tight. Back all joints by studs or solid blocking, and fill where necessary for smoothness. Reused plywood shall be thoroughly cleaned, damaged edges or surfaces repaired and both sides and edges oiled with colorless form oil. Nail plywood along edges, and to intermediate supports, with common wire nails spaced as necessary to maintain alignment and prevent warping. B. Openings For Cleaning: Provide temporary openings at all points in formwork deemed necessary by the District Inspector to facilitate cleaning and inspection. At base of walls and Date Issued: December 6, 2016 CITY OF TEMPLE CITY, CALIFORNIA BIDDING AND CONTRACT DOCUMENTS, PLANS AND SPECIFICATIONS 5800 TEMPLE CITY BLVD PARKING LOT IMPROVEMENTS, P17-05 Document Control Page 56 of 125 Page: D.36 wide piers, bottom form board on one face for entire length shall be omitted until form has been cleaned, inspected and approved. C. Provide 3/4-inch chamfers at all vertical edges unless shown otherwise. 3.3 Construction A. Tape all joints at forms for sandblasted finished concrete, including joints between plywood and trim strips. B. Provide 3/4-inch chamfers at all vertical edges unless shown or noted otherwise. C. Make all form panel joints, tight butt joints with all edges true and square. D. Do not install inside forms until reinforcing installation has been reviewed and approved. E. Coat contact surfaces of forms with an approved, nonresidual, form-coating compound before reinforcement is placed. Do not allow excess form coating material to accumulate in forms or to come into contact with in-place concrete surfaces against which fresh concrete will be placed. Apply in compliance with manufacturer’s written instructions and recommendations. F. Textures: Except as noted under Concrete Finishes, the forms will be smooth and impair no texture to surface of concrete. 3.4 Embedded Items A. Prior to placement of concrete securely attach all required steel frames, angles, plates, bolts, inserts, and other similar items to the forms. B. Notify Architect whenever conduits, pipes, inserts, structural or miscellaneous steel and iron work interfere with the placing of the reinforcing steel. C. Install concrete accessories in accordance with manufacturer's recommendations: straight, level, and plumb. D. No conduit shall be cast in concrete unless specifically indicated on the Structural Drawings. 3.5 Tolerances A. Forms shall be built true to the required lines and so maintained until concrete has hardened sufficiently to permit removal. B. Construct all bracing, supporting members, and centering of ample size and strength to safely carry, without excessive deflection, all dead and live loads to which they may be subjected. C. Forms may be designed to the tolerances as specified in ACI 347. D. Forms shall have sufficient rigidity so as to resist deflection more than 1/8-inch between supports after the concrete has been placed. E. Ensure that embedded items are placed and held, during placing of concrete, to tolerances consistent with other items that will be attached to them. 3.6 Form Release Agents A. Apply form release agent on framework in accordance with manufacturer's recommendations. Date Issued: December 6, 2016 CITY OF TEMPLE CITY, CALIFORNIA BIDDING AND CONTRACT DOCUMENTS, PLANS AND SPECIFICATIONS 5800 TEMPLE CITY BLVD PARKING LOT IMPROVEMENTS, P17-05 Document Control Page 57 of 125 Page: D.37 B. Apply prior to placing reinforcing steel, anchoring devices, and embedded items. 3.7 SHORES AND BRACES A. Install shoring, reshoring, and bracing as necessary to support construction loadings and as required to maintain specified tolerances. Comply with ACI 347. B. Shores shall be designed to withstand all construction loads including wind and seismic loads. C. The Contract Structural Drawings and Specifications represent the finished structure. They do not indicate method of construction, except where critical to the integrity of the finished structure. The Contractor shall provide all measures necessary to protect the structure during construction. Observation visits to the site by the Architect will not include review of such measures. 3.8 CLEANING A. All dirt, chips, sawdust, rubbish, water, etc., shall be completely removed from the forms before any concrete is deposited therein. B. Holes shall be provided in the forms at the bottom for cleaning purposes and shall be left open until just before the concrete is poured. C. Keep forms sufficiently wetted to prevent joints from opening up before the concrete is placed. D. When using earth forms remove loose dirt prior to placing concrete. 3.9 REMOVAL OF FORMS A. Forms shall not be removed until concrete has hardened sufficiently to maintain its integrity and not be damaged by form removal operations. Columns and walls shall not be stripped in less than 6 days, floor slabs in less than 7 days, beams and girders in less than 15 days. Ramp, landing, steps and floor slabs shall not be stripped in less than 7 days. Shoring shall not be removed until member has acquired sufficient strength to support its weight, load upon it, and added load of construction. B. Compressive strength of in-place concrete shall be determined by testing field-cured specimens representative of concrete location or members, as specified in Section 03300: Cast-In-Place Concrete. N. CONCRETE REINFORCEMENT (Section 03 20 00) PART 1 - GENERAL 1.1 SUMMARY A. Provisions of division 01 apply to this section. B. Section Includes: 1. Concrete steel reinforcement as indicated. C. Related Sections: 1. Section 01 42 00: Testing and Inspection. Date Issued: December 6, 2016 CITY OF TEMPLE CITY, CALIFORNIA BIDDING AND CONTRACT DOCUMENTS, PLANS AND SPECIFICATIONS 5800 TEMPLE CITY BLVD PARKING LOT IMPROVEMENTS, P17-05 Document Control Page 58 of 125 Page: D.38 2. Section 03 30 00: Cast-In-Place Concrete. 3. Section 04 82 00: Concrete Unit Masonry. 1.2 SYSTEM DESCRIPTION A. Regulatory Requirements: Fabrication and placement of reinforcing shall be in accordance with requirements of CBC, Chapter 19. 1.3 SUBMITTALS A. Shop Drawings: Submit steel reinforcement Shop Drawings in accordance with ACI 315. Include assembly diagrams, bending charts and slab plans. Indicate lengths and location of splices, size and lengths of reinforcing steel. B. Closeout Submittals: Record exact locations of reinforcing that vary from Shop Drawings. 1.4 QUALITY ASSURANCE A. Comply with the following as a minimum requirement: 1. Concrete Reinforcing Steel Institute (CRSI) Manual of Standard Practice. 2. American Welding Society (AWS). 3. American Concrete Institute (ACI). 4. CBC, Chapter 19, Concrete. B. Source Quality Control: Refer to Division 01 Sections for general requirements and to following paragraphs for specific procedures. Testing laboratory retained by the Owner shall perform following conformance testing, select test Samples of bars, ties, and stirrups from the material at the Project site or from the place of distribution, with each Sample consisting of not less than two 18 inch long pieces, and perform the following tests according to ASTM A 615. 1. Identified Bars: If Samples are obtained from bundles as delivered from the mill, identified as to heat number, accompanied by mill analyses and mill test reports, and properly tagged with the identification certificate so as to be readily identified, perform one tensile and one bend test for each 10 tons or fraction thereof of each size of bars. Submit mill reports when Samples are selected. 2. Unidentified Bars: When positive identification of reinforcing bars cannot be performed and when random Samples are obtained, perform tests for each 2.5 tons or fraction thereof, one tensile and one bend test from each size of bars. C. Certification of Welders: Shop and Project site welding shall be performed by certified welding operators. 1.5 DELIVERY, STORAGE AND HANDLING A. Avoid exposure to dirt, moisture or conditions harmful to reinforcing. B. Reinforcing steel bars, wire, and wire fabric shall be stored on the Project site to permit easy access for examination and identification of each shipment. Material of each shipment shall be separated for size and shape. PART 2 - PRODUCTS Date Issued: December 6, 2016 CITY OF TEMPLE CITY, CALIFORNIA BIDDING AND CONTRACT DOCUMENTS, PLANS AND SPECIFICATIONS 5800 TEMPLE CITY BLVD PARKING LOT IMPROVEMENTS, P17-05 Document Control Page 59 of 125 Page: D.39 2.1 GENERAL A. Provide reinforcing of sizes, gages and lengths indicated, bent to indicated shapes. 2.2 MATERIALS A. Steel Reinforcing Bars: ASTM A 615, or ASTM A 706 deformed grade 40 billet steel unless otherwise specified or indicated. B. Wire Fabric for Reinforcement: ASTM A 185. C. Tie Wire: ASTM A 82, fully annealed, copper-bearing steel wire, 16 gage minimum. D. Chairs, Spacers, Supports, and Other Accessories: Standard manufacture conforming to ACI-315 fabricated from steel wire of required types and sizes. For reinforcement supported from grade, provide properly sized dense precast blocks of concrete. 2.3 FABRICATION OF REINFORCING BARS: A. Comply with CRSI Manual of Standard Practice for Reinforced Concrete Construction for fabrication of reinforcing steel. B. Bending and Forming: Fabricate bars of the indicated sizes and bend and form to required shapes and lengths by methods not injurious to materials. Do not heat reinforcement for bending. Bend bars No. 6 size and larger in the shop only. Bars with unscheduled kinks or bends are not permitted. Provide only tested and permitted bar materials. C. Welding: Provide only ASTM A 706 steel where welding is indicated. Perform welding by the direct electric arc process in accordance with AWS D1.4 and specified low-hydrogen electrodes. Preheat 6 inches each side of joint. Protect joints from drafts during the cooling process; accelerated cooling is not permitted. Do not tack weld bars. Clean metal surfaces to be welded of loose scale and foreign material. Clean welds each time electrode is changed and chip burned edges before placing welds. When wire brushed, the completed welds must exhibit uniform section, smooth welded metal, feather edges without undercuts or overlays, freedom from porosity and clinkers, and good fusion and penetration into the base metal. Cut out welds or parts of welds deemed defective, using chisel, and replace with proper welding. Prequalification of welds shall be in accordance with CBC requirements. PART 3 - EXECUTION 3.1 INSTALLATION A. Bars shall be bent cold. Bars partially embedded in concrete shall not be field bent except as indicated on reviewed Shop Drawings. Before installation, clean reinforcing of loose scale, rust, oil, dirt and any coating that could reduce bond. B. Accurately position, install, and secure reinforcing to prevent displacement during the placement of concrete. C. Provide metal chairs to hold reinforcement the required distance above form bottoms. In beams and slab construction, provide chairs under top slab reinforcement as well as under bottom reinforcement. Space chairs so that reinforcement will not be displaced during installation. Provide metal spacers to secure proper spacing. Stirrups shall be accurately and Date Issued: December 6, 2016 CITY OF TEMPLE CITY, CALIFORNIA BIDDING AND CONTRACT DOCUMENTS, PLANS AND SPECIFICATIONS 5800 TEMPLE CITY BLVD PARKING LOT IMPROVEMENTS, P17-05 Document Control Page 60 of 125 Page: D.40 securely wired to bars at both top and bottom. At slabs, footings, and beams in contact with earth, provide concrete blocks to support reinforcement at required distance above grade. D. Install and secure reinforcement to maintain required clearance between parallel bars and between bars and forms. Lapped splices shall be installed wherever possible in a manner to provide required clearance between sets of bars. Stagger lapped splices. Dowels and bars extending through construction joints shall be secured in position against displacement before concrete is installed and subsequently cleaned of concrete encrustation’s while they are still soft. E. Do not install reinforcing in supported slabs and beams until walls and columns have been installed to underside of slabs and beams or until construction joints have been thoroughly cleaned. Reinforcing shall be inspected before placement of concrete and cleaned as required. F. Use deformed bars unless otherwise indicated, except for spiral reinforcement. G. Obstructions: Wherever conduits, piping, inserts, sleeves, etc., interfere with placing of reinforcing steel, obtain acceptance of method of procedure before any concrete is placed. Bending of bars around openings or sleeves not permitted. H. Tying: Reinforcing shall be rigidly and securely tied with steel tie wire at splices and at crossing points and intersections in the position shown. Tie wires, after cutting, shall be bent in such a manner that concrete placement will not force the wire ends to surface of exposed concrete. I. Spacing: Where Drawings do not show the spacing of the reinforcing, the minimum clear spacing shall conform to ACI 318. J. Splicing: Make splices only at those locations shown on the Drawings or as accepted by the Architect. Splice locations not shown on the Drawings shall be approved in shop drawings before fabrication. 3.2 CLEAN UP A. Remove rubbish, debris and waste materials and legally dispose of off the Project site. 3.3 PROTECTION A. Protect the Work of this section until Substantial Completion. O. CAST-IN-PLACE CONCRETE (Section 03 30 00) PART 1 - GENERAL 1.1 SUMMARY A. Provisions of Division 01 apply to this section. B. Related Sections: 1. Section 01 42 00: Testing and Inspection. 2. Section 03 10 00: Concrete Forms and Accessories. 3. Section 03 20 00: Concrete Reinforcement. Date Issued: December 6, 2016 CITY OF TEMPLE CITY, CALIFORNIA BIDDING AND CONTRACT DOCUMENTS, PLANS AND SPECIFICATIONS 5800 TEMPLE CITY BLVD PARKING LOT IMPROVEMENTS, P17-05 Document Control Page 61 of 125 Page: D.41 1.2 SUBMITTALS A. Shop Drawings: Submit Shop Drawings indicating locations of cast-in-place concrete Work and accessory items such as vapor barriers. Include details and locations of reinforcing, embedded items, and interfacing with other Work. B. Product Data 1. Mix Design: Submit a concrete mix design for each mix that will be provided for the Work. Include water/ cement ratio, size of coarse aggregate and amount of any admixture. Predict minimum compressive strength, maximum slump and air content percentage. 2. Manufacturer of ready-mixed concrete shall deliver to the Deputy Inspector a certificate with each mixer truck. Certificate shall bear the signature of representative of the testing laboratory, and shall state quantity of cement, water, fine and coarse aggregate and admixtures. C. Material Samples: Submit Samples illustrating concrete finishes, minimum 12 inches x 12 inches in size. D. Certificates: Submit a notarized certificate that each of following conforms to standards indicated: 1. Aggregates – ASTM Standards 2. Admixtures - ASTM Standards 3. Curing materials - ASTM Standards 4. Non-Shrink Grout E. Submit schedule of concrete placement operations before commencing Work, show on one or more plans and/or elevations, locations of construction, contraction and expansion of joints, slab edges, curbs, equipment pads, depressions, sleeves and openings. F. Transit-Mix Delivery Slips 1. Keep record at the Site showing time and place of each pour of concrete, together with transit mix delivery slip certifying contents of the pour. 2. Make the record available to the Architect for his review upon request. 3. Upon completion of this portion of the Work, deliver the record and the delivery slips to the Architect. G. Submit qualifications of concrete foremen, showing 5 years experience of concrete installation. H. Records: Keep a record and make available for inspection at the Site, showing the date and time of placing concrete in each portion of the structure. I. Test Reports: Testing Agency will report all results of tests to the Architect, who will approve or disapprove Contractor's work. J. Review of submittals is of a general nature only, and responsibility for conformance with intent of drawings shall remain with the Contractor. Review does not imply or state that fabricator has correctly interpreted the drawings. 1.3 QUALITY ASSURANCE Date Issued: December 6, 2016 CITY OF TEMPLE CITY, CALIFORNIA BIDDING AND CONTRACT DOCUMENTS, PLANS AND SPECIFICATIONS 5800 TEMPLE CITY BLVD PARKING LOT IMPROVEMENTS, P17-05 Document Control Page 62 of 125 Page: D.42 A. Comply with the following as a minimum requirement. B. American Concrete Institute (ACI) Publications: 1. ACI 117 – Standard Specifications of Tolerances for Concrete Construction. 2. ACI 211 - Recommended Practice for Selecting Proportions of Concrete. 3. ACI 304 - Recommended Practice for Measuring, Mixing, Transporting and Placing Concrete. 4. ACI 305 - Recommended Practice for Hot Weather Concreting. 5. ACI 306 - Recommended Practice for Cold Weather Concreting. 6. ACI 308 - Recommended Practice for Curing Concrete. 7. ACI 309 - Recommended Practice for Consolidation of Concrete. C. American Society for Testing and Materials (ASTM) Standards: 1. ASTM A 185 - Welded Steel Wire Fabric For Concrete Reinforcement. 2. ASTM C 31 - Making and Curing Concrete Test Specimens in the Field. 3. ASTM C 33 - Concrete Aggregates. 4. ASTM C 39 - Compressive Strength of Cylindrical Concrete Specimens. 5. ASTM C 88 - Soundness of Aggregates by use of Sulphate or Magnesium Sulphate. 6. ASTM C 94 - Ready-Mixed Concrete. 7. ASTM C 143 - Slump of Hydraulic Cement Concrete. 8. ASTM C 150 - Portland Cement. 9. ASTM C 171 - Sheet Materials for Curing Concrete. 10. ASTM C 172 - Sampling Freshly Mixed Concrete. 11. ASTM C 173 - Air Content of Freshly Mixed Concrete by the Volumetric Method. 12. ASTM C 227 - Potential Alkali Reactivity of Cement-Aggregate Combinations (Mortar-Bar Method). 13. ASTM C 231 - Air Content of Freshly Mixed Concrete by the Pressure Method. 14. ASTM C 260 - Air-Entraining Admixtures for Concrete. 15. ASTM C 289 - Potential Reactivity of Aggregates (Chemical Method). 16. ASTM D 1751 - Preformed Expansion Joint Fillers for Concrete Paving and Structural Construction (Non-extruding and Resilient Bituminous Types). D. Strength Test of Concrete: Refer to Section 014200: Testing and Inspection. 1.4 DELIVERY, STORAGE AND HANDLING A. Mixing and Placing Concrete: Refer to Section 014200: Testing and Inspection. B. Ready-mix concrete shall be mixed and delivered in accordance with ASTM C 94 and CBC Standard 19-3 and 19-4. Each batch of concrete delivered to the Project site shall be accompanied by a time slip bearing departure time and signature of batch plant supervisor. Concrete shall be placed within 90 minutes after start of mixing. C. Store cement and aggregate materials so as to prevent their deterioration or intrusion by foreign matter. Deteriorated or contaminated materials shall not be furnished. Date Issued: December 6, 2016 CITY OF TEMPLE CITY, CALIFORNIA BIDDING AND CONTRACT DOCUMENTS, PLANS AND SPECIFICATIONS 5800 TEMPLE CITY BLVD PARKING LOT IMPROVEMENTS, P17-05 Document Control Page 63 of 125 Page: D.43 1.5 JOB CONDITIONS A. Cold Weather Requirements 1. Adequate equipment shall be provided for heating concrete materials and protecting concrete during freezing or near-freezing weather. Surfaces, in which concrete is to come in contact with, shall be free from frost or ice. No frozen materials or materials containing ice shall be furnished. 2. When placing concrete during freezing or near-freezing weather the mix shall have a temperature of at least 50 degrees F., but not more than 90 degrees F. when cement is added. Concrete shall be maintained at a temperature of at least 50 degrees F. for at least 72 hours after placing or until it has thoroughly hydrated. When necessary, concrete materials shall be heated before mixing. Special precautions shall be provided for protection of transit-mixed concrete. B. Hot Weather Requirements: During hot weather, proper attention shall be provided for ingredients, production methods, handling, placing, protection and curing, to prevent excessive concrete temperatures or water evaporation which could impair required strength or durability. PART 2 - PRODUCTS 2.1 GENERAL A. Ready-Mixed Concrete: Mix and deliver in accordance with requirements of CBC Chapter 1905. B. Strength of Concrete: Concrete, unless otherwise indicated or specified, shall be provided with minimum ultimate 28-day strength of 4,000 psi (f'c). For high-early-strength concrete, age for reaching the f'c shall be as indicated on Drawings. 2.2 MATERIALS A. Cement: ASTM C 150. Furnished cement shall be as selected and reviewed for concrete proportioning. One brand from the same source shall be used throughout the project. B. Aggregates: Aggregates shall conform to ASTM C 33 and C 227 except as modified herein. Any suitable individual grading of coarse aggregate may be furnished, provided Grading of Combined Aggregate indicated in following table is obtained. Refer to Section 014200: Testing and Inspection. GRADING OF COMBINED AGGREGATE Sieve Number or Size in Inches 1-1/2” Maximum 1” Maximum 3/4” Maximum Passing a 2" ------ ------ ------ Passing a 1-1/2" 95-100 ------ ------ Passing a 1" 70-90 90-100 ------ Passing a 3/4" 50-80 70-95 90-100 Passing a 3/8" 40-60 45-70 55-75 Date Issued: December 6, 2016 CITY OF TEMPLE CITY, CALIFORNIA BIDDING AND CONTRACT DOCUMENTS, PLANS AND SPECIFICATIONS 5800 TEMPLE CITY BLVD PARKING LOT IMPROVEMENTS, P17-05 Document Control Page 64 of 125 Page: D.44 Passing a No. 4 35-55 35-55 40-60 Passing a No. 8 25-40 27-45 30-46 Passing a No. 16 16-34 20-38 23-40 Passing a No. 30 12-25 12-27 13-28 Passing a No. 50 2-12 5-15 5-15 Passing a No. 100 0-3 0-5 0-5 C. Water: Water shall be potable and free from deleterious matter. D. Admixtures: CBC Chapter 19, Section 1903.6, Type A or D. 1. Admixtures: Only if accepted by the Owner's Representative in accordance with ACI 318 if they comply with requirements of ATM C494-92. Where more than one is used, admixtures shall be compatible. Accelerating admixtures are not permitted. Use of admixtures shall be consistent throughout Work, and shall be present in approved sample panel. 2. Water Reducing Admixtures (Plasticizing): ASTM C 494, Type A; Grace Construction Materials "WRDA with Hycol"; Master Builders "Pozzolith 220N"; Euclid Chemical “WR-75, WR-91 or EUCONMR” or equal. Admixtures shall not contain more than 0.1 percent chloride ions. 3. Water Reducing (Retarding): ASTM C494, Type D; Grace Construction Materials “Datatard-17,” Sika Corporation “Plastocrete 61R,” Euclid Chemical Co. “Eucon Retarder-75.” 4. High Range Water Reducing Admixtures (Superplasticizers): ASTM C494, Type F, Grace Construction Materials "WRDA 19 or Daracem 100”, Sika Chemical Corp. "Sikament 300," Euclid Chemical Co. “Eucon 37, 1037 or Plastol 5000.” 5. Air Entrainment Admixtures: ASTM C260, certified by manufacturer to be compatible with other admixtures. Darex AEA or Daravair by W.R. Grace. MB-VR or Micro Air by Master Builders, Air Mix by Euclid Chemical Co. 6. Non-Chloride, Non-Corrosive Accelerating Admixture: The admixture shall conform to ASTM C494, Type C or E, and not contain more chloride ions than are present in municipal drinking water. The admixture manufacturer shall have long-term non-corrosive test data from an independent testing laboratory (of at least a year’s duration) using an acceptable accelerated corrosion test method such as that using electrical potential measures. Provide “Accelguard 80” by The Euclid Chemical Co. 7. Prohibited Admixtures: Calcium chloride thiocyanates or admixtures containing more than 0.05 percent chloride ions are not permitted. 8. Certification: Written conformance to the above-mentioned requirements and the chloride ion content of admixtures will be required from the admixture manufacturer prior to mix design review by the Engineer. E. Expansion Joint Fillers: Preformed strips, non-extruding and resilient bituminous type, of thickness indicated, conforming to ASTM D 1751. F. Curing Paper and Liquid Curing Compounds Date Issued: December 6, 2016 CITY OF TEMPLE CITY, CALIFORNIA BIDDING AND CONTRACT DOCUMENTS, PLANS AND SPECIFICATIONS 5800 TEMPLE CITY BLVD PARKING LOT IMPROVEMENTS, P17-05 Document Control Page 65 of 125 Page: D.45 1. Curing Paper: A standard brand conforming to ASTM C 171, Type 1 - Regular, Kure-N-Seal. 2. Liquid Curing Compounds: A standard brand, clear liquid conforming to ASTM C 309, Master Builders, Grace, Antihydro. G. Abrasive Aggregate: Norton Alundum, Union Carbide Carborundum, or equal, graded #12 through #30 sizes, color as selected by Architect. H. Underlayment: Latex underlayment for filling low spots in concrete shall be Tile-Tex by Flintkote Co., Webtex #60 or Fixallatex by Dowman Products Co. or Flo-Top or Flo-Top 90 by The Euclid Company. I. Vapor Barrier 1. ASTM D 21O3, polyethylene sheeting, clear, 10 mils minimum thickness, impact strength greater than 70 grams per mil, 10 feet minimum width. Provide minimum 2-inch wide waterproof plastic self-adhering tape for sealing edges and ends of sheeting. 2. Moisture barrier is required where an interior area is scheduled to receive moisture sensitive floor finishes. J. Stair Strips and Nosing 1. Fabricated from 6063-T5 extruded aluminum, mill finish. Anti-slip filler shall contain at least 60 percent virgin grain aluminum oxide abrasive. Binder shall be fully cured resilient type epoxy, with binder-to-filler ratio of 13 percent. The epoxy-abrasive filler shall extend over the curved front edge of the nosing and shall be securely bonded to the extruded aluminum base. 2. Manufactured by Wooster Products Inc. American Safety Tread Co. Inc., or equal. 3. Nosing and strips for concrete casting shall be provided with Sure-Hold anchors, chevron shaped continuous full length of nosing or strip. 4. Nosings and anchors for attachment to hydrated concrete stairs and wood stairs shall be similar to those specified below, except they shall be provided with countersunk holes for screws and fasteners. 5. Colors: As selected by Architect to contrast with stair color. Colors shall extend uniformly through the filler. 6. Strip and Nosing Type: a. Nosings for sloped riser steel pan stairs: Type WP4J, 4-1/16 inches wide, 3/8 inch thick. b. Nosings for new concrete stairs: Type WP4C, 4-1/16 inches wide, 3/8 inch thick, nose projects down 1/4 inch. c. Nosings for square edged steel pan stairs: Type WP4SP, 4-1/16 inches wide, 3/8 inch thick nose. d. Strips for recessing into concrete stairs: Type WP1A, except 2-1/4 inches wide, 3/8 inch thick. American Safety Tread Co., Type 24, or equal. e. Strips for adhering to existing or hydrated concrete: Flex-Tred anti-safety strips, minimum 2-1/4 inches wide. Cut from rolls and round corners. f. Strips for anchoring into wood or stone: American Safety Tread Co., Type 24H, or equal, with holes for fasteners, 2-1/4 inches wide. Date Issued: December 6, 2016 CITY OF TEMPLE CITY, CALIFORNIA BIDDING AND CONTRACT DOCUMENTS, PLANS AND SPECIFICATIONS 5800 TEMPLE CITY BLVD PARKING LOT IMPROVEMENTS, P17-05 Document Control Page 66 of 125 Page: D.46 K. Non-Shrink Grout: Premixed compound consisting of non-metallic aggregate, cement, water reducing and plasticizing agents; free of gas producing or gas releasing agents, oxidizing catalysts, inorganic accelerators and chloride, "Five-Star Grout" manufactured by U.S. Grout Corp., Euclid Chemical Co.'s Euco NS, Master Builders' Co. Masterflow 713 Grout. Grout shall conform to ASTM C1107. L. High Flow Grout: Where high fluidity and/or increased placing time are required, use high flow grout. The factory pre-mixed grout shall conform to ASTM C1107, “Standard Specification for Packages Dry, Hydraulic-Cement Grout (Non-Shrink).” In addition, the grout manufacturer shall furnish test data from an independent laboratory indicating that the grout when placed at a fluid consistency shall achieve 95% bearing under a 18” x 36” base plate. Provide “Hi-Flow Grout” Euclid Chemical Co. or “Master flow 928” Master Builders. TEST TEST METHOD Hardened volume change 0.00% shrinkage 0.04% expansion after set CRD C621 Compressive strength minimum 5,000 psi at 7 days ASTM C109 M. Epoxy Grout: Grout to anchor reinforcing steel or threaded rods in concrete shall be “SET -XP” by Simpson, or “HY-150” by Hilti, or equal. N. Drypack Mortar for Form Holes at Non-Architectural Grade Surfaces: Composed of 1 part Portland cement and 2 parts of fine aggregate and water. Match color of adjacent surfaces. O. Sealer for Concrete Floors: Water-based acrylic resin compound containing not less than 25 percent solids, designed to seal, and dustproof concrete floors; Euclid Chemical Co. "Diamond Seal"; Nox-Crete, Inc. "Cure and Seal 1200E"; Sonneborn "Cure-N-Seal wb" or equal. P. Liquid Sealer/Densifier: The liquid densifier compound shall be a siliconate based sealer which penetrates concrete surfaces, increases abrasion resistance and provides a “low-sheen: surface that is easy to clean and eases the problem of tire mark removal. Provide “Euco Diamond Hard” by The Euclid Chemical Co. Q. Bonding grout: Approximately 1 part Portland cement to 1 part fine sand passing a No. 30 sieve, and a 50:50 mixture of SBR Latex and water mixed to a creamy consistency. R. Patching mortar shall be made of the same material and of approximately the same proportions as used for concrete, except that coarse aggregate shall be omitted and mortar shall consist of not more than 1 part Portland cement to 2-1/2 parts damp loose sand by volume. 1. Combine white and gray Portland cement as necessary to match color of surrounding concrete. Use no more mixing water than necessary for handling and placing. 2. Mix patching mortar in advance and allow to stand with frequent mixing with trowel without adding water until it has reached the stiffest consistency that will permit placing. 3. Remove honeycombed and other defective concrete down to sound concrete. 4. Dampen area to be patched and at least 6 inches surrounding the area. 5. After water has evaporated from surface, brush coat of bonding grout into surface. Date Issued: December 6, 2016 CITY OF TEMPLE CITY, CALIFORNIA BIDDING AND CONTRACT DOCUMENTS, PLANS AND SPECIFICATIONS 5800 TEMPLE CITY BLVD PARKING LOT IMPROVEMENTS, P17-05 Document Control Page 67 of 125 Page: D.47 6. When bonding grout begins to lose water sheen, apply patching mortar, thoroughly consolidate and strike off slightly higher than surrounding surface. 7. Patching mortar shall set undisturbed for at least 1 hour before final finishing. 8. Do not finish patches on exposed surfaces with metal tools. Damp cure patches for 7 days. 2.3 Concrete Mix design A. General: Review requirements relative to slump, seasonal variation of admixtures and anticipated conditions in the Work, before formulating the design mixes. Provide separate design mixes for each anticipated or actual change in the type or proportion of basic materials, including admixtures, as well as changes due to seasonality, slump limits and concrete flowability requirements. Provide multiple design mixes for pumped concrete depending upon the vertical or horizontal distances from the pump. Allow at least 6 weeks lead time for testing and verification of mix designs, and that mixes can be reviewed by the Architect prior to use in the Work. File the mix designs in the Contractor's field office after review by Architect and prior to pouring concrete. B. Mix Designs 1. Compressive Strength: Verify adequacy of design mix for average compressive strength in accordance with ACI 301 requirements for proportioning on the basis of trial mixtures or previous field experience. a. Trial Mixtures Method: The mix designs shall be prepared by the Contractor's Concrete Testing Laboratory. Make and test compression test cylinders to substantiate the average compressive strength. For concrete specified to have compressive strength up to 5000 psi, design the mixes to obtain a compressive strength 1200 psi greater than the specified strength. b. Previous Field Experience Method: Appropriate field test data for concrete made with the same ingredients may be used. 30 or more consecutive strength test results of mixes with the same materials and proportions used in similar construction and climatic conditions within the past year shall be used to indicate performance in accordance with the Specifications. c. All mix designs shall be submitted on the mix design submittal form included at the end of this Section. C. "Max Slump" may vary ± 1" per ASTM C143-90a. D. Concrete mixes shall comply with ASTM C 94 and ACI 318. Proportioning shall comply with Alternative 2 of ASTM C94; mixing and transporting shall comply with requirements for Truck- Mixed Concrete. E. Maximum water to cement ratio shall be 0.50. F. Submit copies of mix designs, trial batch test results of strength (ASTM C39) at 7 and 28 days. 2.4 Requirements for normal weight concrete A. Proportioning: Provide in accordance with ACI 211.1 requirements. Produce normal weight concrete of the type and strength indicated, subject to the following requirements and design mix review by the Architect. Date Issued: December 6, 2016 CITY OF TEMPLE CITY, CALIFORNIA BIDDING AND CONTRACT DOCUMENTS, PLANS AND SPECIFICATIONS 5800 TEMPLE CITY BLVD PARKING LOT IMPROVEMENTS, P17-05 Document Control Page 68 of 125 Page: D.48 1. Weight of Normal Weight Concrete: Not less than 145 PCF nor more than 150 PCF when dry. 2. Minimum Cement Content a. 4000 psi Mix: 540 lbs/cu yd. b. Exterior Exposed Concrete: 517-lbs/cu yd. 3. Maximum Water-Cement Ratio a. Exterior Exposed Concrete: 0.50, except as noted. b. Concrete Required to be Watertight: 0.45. c. All trowel finished interior slabs. Concrete in Parking Structures: 0.48. B. Admixtures for Normal Weight Concrete: Provide the following: 1. Air Entraining Admixture: All interior slabs subject to vehicular abrasion, shall have a maximum air content of 3%. 2. High Range Water Reducing Admixture (Superplasticizer): All pumped concrete, concrete to be watertight, and concrete with a water-cement ratio of 0.50 or less shall contain the specified high-range water-reducing admixture. 3. Fly Ash a. Concrete: Continuous pour, maximum 15% replacement of cement weight. b. Concrete Fill: On metal deck; no replacement permitted. C. Consistency of Normal Weight Concrete: Plastic and workable with cohesiveness sufficient to prevent segregation. 1. Slump, Without Superplasticizer: Maximum 3-1/2" slump at point of deposit. 2. Slump, With Superplasticizer: Maximum 8" slump unless otherwise approved by the Architect; maintain 2” to 3” slump, be verified, prior to addition of admixture to increase to the approved level. D. Normal Weight Concrete Fill: Same materials and proportioning as normal weight structural concrete, and in accordance with ASTM C94, to obtain the following minimum properties. 1. Compressive Strength: 3000 psi. 2. Slump: 6” at point of deposit. 2.5 REQUIREMENTS FOR PUMPED CONCRETE A. General: Provide pumped concrete using same materials and proportioning as non-pumped concrete, except as follows: Per ACI 304 and as specified. Use a different design mix per 100 ft. of pipeline. B. Aggregate 1. Maximum Size: One-third of pump or pipeline opening; whichever is smaller. 2. Grading: As close as possible to middle of ASTM C33 grading range. 3. Fine Aggregate a. Fineness Modulus: 2.40 to 3.00 with 15 to 30% passing no. 50 sieve; 5 to 10% passing no. 100 sieve. Date Issued: December 6, 2016 CITY OF TEMPLE CITY, CALIFORNIA BIDDING AND CONTRACT DOCUMENTS, PLANS AND SPECIFICATIONS 5800 TEMPLE CITY BLVD PARKING LOT IMPROVEMENTS, P17-05 Document Control Page 69 of 125 Page: D.49 b. Daily Variation: 0.20 from valued use in selecting proportions. 4. Lightweight Aggregate Moisture Content: Not less than 24-hour absorption percentage per ASTM C127. C. Cement Content: Do not increase. Use HRWR admixture to improve pump ability, maintain water/cement ratio in approved mix design. D. Admixtures 1. Non-Corrosive Accelerators: As required during cold weather to normalize set and early strength gain. 2. High-Range Water Reducing Admixture (Superplasticizer): Required to maintain water cement ratio and low water content. E. Consistency of Pumped Concrete: Plastic and workable with cohesiveness sufficient to prevent segregation. 1. Slump Without Superplasticizer: Maximum initial slump 3” for normal weight concrete and 4” for lightweight concrete. 2. Slump With Superplasticizer: Maximum 9" slump at pump and 8" slump at point of deposit. 3. Slump, Lightweight Concrete: Prior to Superplasticizer 4”: Maximum 8" slump at point of deposit. 2.6 CONCRETE USAGE A. Aggregate Sizes: 1. Coarse Aggregate a. General: Maximum size not to exceed 75% of clear spacing between reinforcement. b. Size No. 467: 1 1/2 in. to no. 4; pile caps/footings, foundations, walls not less than 8 in. thick, slabs on grade or fill, and steel reinforced slabs not less than 6 in. thick. c. Size No. 57: 1 in. to no. 4; other concrete. d. Size No. 7: 1/2 in. to no. 8; use in tight pours where clearance does not permit passage of size no. 57. 2. Fine Aggregate a. No. 100 Sieve: Minimum 3% passing. b. Fineness Modulus: 2.0 to 3.0. 3. Combined Aggregate graduation for slabs and other designated concrete shall be 8% -18% for large top size aggregates (1 ½ in) or 8% - 22% for smaller top size aggregates (1 in. or ¾ in.) retained on each sieve below the top size and above the No. 100. PART 3 - EXECUTION 3.1 GENERAL A. Time of Placing: Do not place concrete until reinforcement, conduits, outlet boxes, anchors, hangers, sleeves, bolts, and other embedded materials that shown on the Contract Document or approved by the Engineer of Record are securely fastened in place. Contact the IOR at least 24 hours before placing concrete; do not place concrete until inspected by the IOR. Date Issued: December 6, 2016 CITY OF TEMPLE CITY, CALIFORNIA BIDDING AND CONTRACT DOCUMENTS, PLANS AND SPECIFICATIONS 5800 TEMPLE CITY BLVD PARKING LOT IMPROVEMENTS, P17-05 Document Control Page 70 of 125 Page: D.50 B. Pouring Record: A record shall be kept on the Project site of time and date of placing concrete in each portion of structure. Such record shall be maintained on the Project site until Substantial Completion and shall be available for examination by the Architect. 3.2 preconstruction meeting A. At least one week prior to commencement of concrete work, meet at the Project site to review methods and sequence of concrete construction, standard of workmanship, material selection, testing and quality control requirements, detailed requirements of the proposed design mixes, placement procedures, off-site batching requirements, coordination of the work with other trades and other pertinent topics related to the Work. The meeting shall include the following: 1. Owner’s Representative 2. Architect/Engineer 3. Construction Manager/General Contractor 4. Concrete Subcontractor 5. Owner’s Testing Laboratory 6. Ready Mix Concrete Supplier 7. Any other subcontractor and/or material supplier or manufacturer required 3.3 PREPARATION A. Prior to placement of concrete, Contractor shall be responsible for examination of all conditions affecting installation of Work and shall not proceed until the following conditions have been met. 1. Completion of formwork in accordance with requirements of Section 033000. 2. Placement of reinforcement in accordance with requirements of Section 032000. 3. Placement of embedded items. Do not embed conduit in concrete except where specifically noted on structural drawings. 4. Completion of inspection of formwork, and reinforcing in accordance with the requirements of CBC Section 108 and 1701. 5. Notify the Architect at least 48 hours prior to placement of any concrete. B. Clean and roughen all construction joint surfaces by removing laitance and exposing sound aggregate. Thoroughly clean and moisten contact surfaces before placing fresh concrete. C. Cleaning and Wetting Forms: Remove foreign matter accumulated in forms, rigidly close ports and openings left in formwork immediately prior to starting concrete placing. Wet wood forms sufficiently to tighten up cracks. Wet other materials sufficiently to reduce suction and maintain workability of concrete mix. Thoroughly clean tools used in transporting, placing, and consolidating concrete immediately after each use. 3.4 PREPARATION OF EXISTING CONCRETE A. Chip keys and roughen existing concrete surfaces where new concrete abuts. Roughen surface by bushhammering, chipping or sandblasting to remove surface mortar and expose clean aggregate. Date Issued: December 6, 2016 CITY OF TEMPLE CITY, CALIFORNIA BIDDING AND CONTRACT DOCUMENTS, PLANS AND SPECIFICATIONS 5800 TEMPLE CITY BLVD PARKING LOT IMPROVEMENTS, P17-05 Document Control Page 71 of 125 Page: D.51 B. Drill and install dowels using epoxy grout in accordance with manufacturer's printed recommendations. C. Prime surface with 10-mil layer of epoxy adhesive using a stiff brush as required per structural drawings. Place concrete while the epoxy adhesive is still tacky. Re-prime if necessary. 3.5 PREPARATION A. Thoroughly dampen sub-grade to ensure that moisture will not be absorbed from fresh concrete except in areas to receive a moisture barrier. B. Moisture Barrier: Before placing of screeds and slab reinforcement, install a moisture barrier under slabs on grade. Place membrane in as large sheets as possible, lapped 12 inches at sides and ends, with top lap placed in the direction of the spreading of concrete. Extend membrane and lap at least 4 inches onto adjoining wall surfaces and seal with pressure-sensitive tape. 1. Place moisture barrier on minimum 2-inch bed of sand, unless otherwise indicated, over gravel base as indicated on the Drawings. 2. Patch punctures and tears in moisture barrier. C. Reglets and Rebates 1. Form reglets and rebates in concrete to receive flashing, frames and other equipment as detailed and required. Coordinate dimensions and locations required with other related Work. 2. If concrete slabs on grade adjoin a wall or other perpendicular concrete surface, form a reglet in wall to receive and carry horizontal concrete Work. Reglet shall be full thickness of the slab and shall be 3/4 inch wide, unless otherwise indicated. Requirement does not apply to exterior walks, unless specifically indicated. D. Screeds: Install screeds accurately and maintain at required grade or slab elevations after steel reinforcement has been placed, but before starting to place concrete. Install screeds adjacent to walls and in parallel rows not to exceed 8 feet on centers. 3.6 INSTALLATION A. Conveying and Placing 1. Concrete shall be placed only under direct observation of the IOR. Do not place concrete outside of regular working hours, unless the IOR has been notified at least 48 hours in advance. 2. Concrete shall be conveyed from mixer to place of final deposit by methods, which will prevent separation or loss of materials. 3. Concrete shall be deposited as nearly as practicable to its final position to avoid segregation due to re-handling or flowing. No concrete that has partially hydrated or has been contaminated by foreign materials shall be deposited, nor shall re-tempered concrete or concrete which has been remixed after initial set be installed. 4. In depositing concrete in columns, walls or thin sections, provide openings in forms, elephant trunks, tremies or other recognized devices, to prevent segregation and accumulation of partially hydrated concrete on forms or metal reinforcement above level of concrete being placed. Such devices shall be installed so that concrete will be dropped Date Issued: December 6, 2016 CITY OF TEMPLE CITY, CALIFORNIA BIDDING AND CONTRACT DOCUMENTS, PLANS AND SPECIFICATIONS 5800 TEMPLE CITY BLVD PARKING LOT IMPROVEMENTS, P17-05 Document Control Page 72 of 125 Page: D.52 vertically. Unconfined vertical drop of concrete from end of such devices to placement surface shall not exceed 6 feet. 5. Concrete shall be placed as a continuous operation until placing of panel or section is completed. Top surfaces of vertically formed lifts shall be level. 6. Concrete shall be thoroughly consolidated during placement, and shall be worked around reinforcement and embedded fixtures with mechanical vibrators. 7. Where conditions make consolidation difficult, or where reinforcement is congested, batches of mortar containing same proportions of cement, sand, and water as provided in the concrete, shall first be deposited in the forms to a depth of at least one inch. B. Compaction and Screeding 1. Tamp freshly placed concrete with a heavy tamper until at least 3/8 inch of mortar is brought to surface. Concrete shall then be tamped with a light tamper and screeded with a heavy straightedge until depressions and irregularities are eliminated, and surface is true to finish grades or elevations. Remove excess water and debris. 2. Where slabs are to receive separate cement finish or mortar setting bed, continued tamping to raise mortar to surface is not performed. Laitance shall be removed by brushing with a stiff brush or by light sandblasting to expose clean top surface of coarse aggregate. C. Floating and Troweling 1. When concrete has hydrated sufficiently, it shall be floated to a compact and smooth surface. After floating, wait until concrete has reached proper consistency before troweling. Top surfaces shall receive at least 2 troweling operations with steel hand trowel. Prior to and during final troweling, apply a fine mist of water frequently with an atomizing type fog sprayer. Omit troweling for slabs to receive a separate cement finish. 2. For interior finish slabs, final troweling shall provide a hard, impervious, and non-slip surfaces, free from defects and blemishes. Finished surface shall be within a tolerance of 1/8 inch in 10 feet. Avoid burnishing. Do not add cement or sand to absorb excess moisture. 3. Exterior Paving and Cement Walks: Finish as specified above, except surface shall be given a non-slip broom finish to match Sample reviewed by the Architect. 4. Vertical concrete surfaces shall be finished smooth and free from marks. D. Curing 1. Concrete shall be maintained above 50 degrees F. and in a moist condition for 7 days after placing, except that high early strength concrete shall be maintained in a moist condition for 3 days. 2. Forms containing concrete, top of concrete between forms, and exposed concrete surfaces after removal of forms shall be maintained in a thoroughly wet condition for at least 7 consecutive days after placing. 3. If weather is hot or surface has dried out, spray surface of concrete slabs and paving with fine mist of water, starting not later than 2 hours after final troweling and continuing until sunset. Surface of finish shall be kept continuously wet until curing medium has been installed. 4. Immediately after finishing, roof slabs and monolithic floor finish to receive resilient floor covering shall be uniformly and completely coated with liquid curing compound. Date Issued: December 6, 2016 CITY OF TEMPLE CITY, CALIFORNIA BIDDING AND CONTRACT DOCUMENTS, PLANS AND SPECIFICATIONS 5800 TEMPLE CITY BLVD PARKING LOT IMPROVEMENTS, P17-05 Document Control Page 73 of 125 Page: D.53 a. Install compound in a manner and quantity sufficient to produce a uniform continuous thin film of water-impervious membrane. Compound shall be installed in accordance with manufacturer's directions. b. Protect adjoining surfaces from damage during installation. If curing compound is not applied immediately, cover finished concrete with wet burlap or curing paper and keep concrete surface wet for a period not to exceed thirty hours following finishing of concrete. At end of that time, burlap or paper shall be removed and curing compound installed as specified above. 5. Immediately after finishing, monolithic floor slabs not scheduled to receive resilient floor covering shall be covered with curing paper. Paper shall be lapped 3 inches at joints and sealed with waterproof sealer. Edges shall be cemented to finish. Repair or replace paper damaged during construction operations. 6. Within 24 hours after finishing, exterior slabs and paving, and interior slabs to receive cement topping or mortar setting beds, shall be covered with sand to a depth of 2 inches and kept thoroughly wet for 7 days. 7. Instead of sand covering, exterior walks and paving where no other surface treatment is specified, may be cured with clear liquid curing compound immediately installed in accordance with manufacturer's directions. E. Filling, Leveling and Patching 1. Holes resulting from form ties or sleeve nuts shall be solidly packed, through exterior walls, by pressure grouting with cement grout, as specified. Grouted holes on exposed surfaces shall be screeded flush and finished to match adjoining surfaces. F. Cement Base: Cement base shall be of the height, thickness, and shape detailed. Base shall be reinforced with one-inch mesh, 18 gage, zinc-coated wire fabric. Base finish mixture shall be one part Portland cement, 2 parts of fine aggregate and one part pea gravel. Colored cement base shall include a chemically inert mineral oxide pigment in the mix. G. Flatwork Finish Tolerances 1. All flatwork surfaces shall be tested for flatness and levelness in accordance with ASTM E1155 “Standard Test Method for Determining Floor flatness and Levelness Using the F- Number System”. This testing shall be complete within 24 hours of slab installation. In areas of shored construction, measurements shall be taken prior to removal of shores. Reports of tests shall be submitted within 72 hours. All floors are random traffic floors. Floors shall conform to the following surface profile tolerances. 2. Troweled Finish Slabs Overall Floor Flatness Number FF 35 Minimum Local Floor Flatness Number FF 24 Overall Floor Levelness Number FL 25 Minimum Local Floor Levelness Number FL 17 3.7 FINISHING Date Issued: December 6, 2016 CITY OF TEMPLE CITY, CALIFORNIA BIDDING AND CONTRACT DOCUMENTS, PLANS AND SPECIFICATIONS 5800 TEMPLE CITY BLVD PARKING LOT IMPROVEMENTS, P17-05 Document Control Page 74 of 125 Page: D.54 A. Soda and Acid Wash: Concrete surfaces to receive plaster, paint or other finish, and which have been formed by oil coated forms, shall be scrubbed with a solution of 1-1/2 pounds of caustic soda to one gallon of water. Surfaces where smooth wood or waste molds have been furnished shall be scrubbed with a solution of 20 percent muriatic acid. Wash with clean water after scrubbing. B. Sacking: Exposed concrete curbs, walls, and other surfaces shall be sacked by an application of Portland cement grout, floated, and rubbed. Sacking shall not be performed until patching and filling of holes has been completed. Entire sacking operation for any continuous area shall be started and completed within the same day. 1. Mix one part Portland cement and 1-1/2 parts fine sand with sufficient water to produce a grout having consistency of thick paint. Wet surface of concrete sufficiently to prevent absorption of water from grout. Apply grout uniformly with a brush or spray gun, then immediately float surface with a cork or other suitable float, scouring wall vigorously. 2. While grout is still plastic, finish surface with a sponge-rubber float, removing excess grout. Allow surface to dry thoroughly, then rub vigorously with dry burlap to completely remove dried grout. No visible film or grout shall remain after rubbing with burlap. C. Abrasive: Concrete stair treads, landings, ramps and steps on interior and exterior of buildings, and interior exposed concrete floors in shop buildings shall receive an abrasive finish. Abrasive grains in amount of 30 pounds per 100 square feet shall be evenly installed by dust-on method and embedded into surface during first troweling operation. Additional abrasive grains, in amount of 30 pounds per 100 square feet, shall then be evenly installed and embedded into surface during final troweling operation. D. Cement Grout and Dry-Pack Concrete: Cement grout shall be mixed at the Project site and shall be composed of one volume of Portland cement and 2-1/2 volumes of fine aggregate. Materials shall be mixed dry with sufficient water added to make mixture flow under its own weight. When grout is used as a dry pack concrete, add sufficient water to provide a stiff mixture, which can be molded into a sphere. E. Broom Finish: Exterior stair treads and landings shall be provided with a non -slip broom finish in addition to abrasive finish specified. F. Abrasive Stair Nosing: Nosing shall be installed according to manufacturers written recommendations. 3.8 EXPANSION AND CONSTRUCTION JOINTS A. Construction Joints: Details and proposed location of construction joints shall be as indicated on the Drawings, located to least impair strength of structure, in accordance with the following: 1. Thoroughly clean contact surface by sand blasting entire surface not earlier than 5 days after initial placement . 2. A mix containing same proportion of sand and cement provided in concrete plus a maximum of 50 percent of coarse aggregate shall be placed to a depth of at least one inch on horizontal joints. Vertical joints shall be wetted and coated with a neat cement grout immediately before placing of new concrete. 3. Should contact surface become coated with earth, sawdust, or deleterious material of any kind after being cleaned, entire surface shall be re-cleaned before applying mix. Date Issued: December 6, 2016 CITY OF TEMPLE CITY, CALIFORNIA BIDDING AND CONTRACT DOCUMENTS, PLANS AND SPECIFICATIONS 5800 TEMPLE CITY BLVD PARKING LOT IMPROVEMENTS, P17-05 Document Control Page 75 of 125 Page: D.55 B. Expansion Joints: Provide expansion joints where indicated in walks and exterior slabs. Space approximately 20 feet apart, unless otherwise indicated. Joints shall extend entirely through slab with joint filler in one piece for width of walk or slab. Joint filler shall be 3/8 inch thick, unless otherwise indicated. C. Tooled Joints: Slabs, walks and paving shall be marked into areas as indicated with markings made with a V-grooving tool. Marks shall be round-edged, free from burrs or obstructions, with clean cut angles and shall be straight and true. Walks, if not indicated, shall be marked off into rectangles of not more than 12 square feet and shall have a center marking where more than 5 feet wide. 3.9 TESTING A. Molded Cylinder Tests: 1. Inspector will prepare cylinders. Each cylinder shall be dated, given a number, point in structure from which sample was obtained, mix design number, mix design strength and result of accompanying slump test noted. 2. Separate tests of molded concrete cylinders obtained at same place and time shall be made at age of 7 days and 28 days. A strength test shall be the average of the compressive strength of 2 cylinders, obtained from the same sample of concrete and tested at 28 days or at test age designated for determination of f'c. 3. There shall be not less than one test for each 50 cubic yards of each grade of structural concrete use for each day’s placement. 4. A test shall consist of five compressive strength specimens, two tested at 7 days and two tested at 28 days and one shall be a reserve specimen for testing at 56 days. 5. Test cylinders shall be prepared at the Project site and stored in testing laboratory in accordance with ASTM C 31, and tested in accordance with ASTM C 39. B. Core Test: At request of the Architect, cores of hardened concrete shall be cut from portions of hydrated structures for testing, in accordance with CBC and ASTM C 42. 1. Provide 4-inch diameter cores at representative places throughout the structure as designated by the Architect. 2. In general, provide sufficient cores to represent concrete placed with at least one core for each 4,000 square feet of building area, and at least 3 cores total for each Project. 3. Where cores have been removed, fill voids with drypack, and patch the finish to match the adjacent existing surfaces. C. Concrete Consistency: Measure consistency according to ASTM C 143. Test twice each day or partial day's run of the mixer. D. Adjustment of Mix: If the strength of any grade of concrete for any portion of Work, as indicated by molded test cylinders, fall below minimum 28 days compressive strength specified or indicated, adjust mix design for remaining portion of construction so that resulting concrete meets minimum strength requirements. E. Defective Concrete 1. Should strength of any grade of concrete, for any portion of Work indicated by tests of molded cylinders and core tests, fall below minimum 28 days strength specified or Date Issued: December 6, 2016 CITY OF TEMPLE CITY, CALIFORNIA BIDDING AND CONTRACT DOCUMENTS, PLANS AND SPECIFICATIONS 5800 TEMPLE CITY BLVD PARKING LOT IMPROVEMENTS, P17-05 Document Control Page 76 of 125 Page: D.56 indicated, concrete will be deemed defective Work and shall be replaced or adequately strengthened in a manner acceptable to the Architect. 2. Concrete Work that is not formed as indicated, is not true within 1/250 of span, not true to intended alignment, not plumb or level where so intended, not true to intended grades and levels, contains sawdust shavings, wood or embedded debris, or does not fully conform to Contract provisions, shall be deemed to be defective Work and shall be removed and replaced. 3. Repairing Formed Surfaces: Surface defects include color and texture irregularities, cracks, spalls, air bubbles, honeycombs, rock pockets, fins and other projections on the surface, and stains and other discolorations that cannot be removed by cleaning. a. Immediately after form removal, cut out honeycombs, rock pockets, and voids more than ½ in. in any dimension in solid concrete, but not less than 1 in. in depth. Make edges of cuts perpendicular to concrete surface. Clean, dampen with water, and brush- coat holes and voids with bonding agent. Fill and compact with patching mortar before bonding agent has dried. Fill form-tie voids with patching mortar or cone plugs secured in place with bonding agent. b. Repair defects on surfaces exposed to view by blending white portland cement and standard portland cement so that, when dry, patching mortar will match surrounding color. Patch a test area at inconspicuous locations to verify mixture and color match before proceeding with patching. Compact mortar in place and strike off slightly higher than surrounding surface. c. Repair defects on concealed formed surfaces that affect concrete's durability and structural performance as determined by Architect. 4. Repairing Unformed Surfaces: Test unformed surfaces, such as floors and slabs, for finish and verify surface tolerances specified for each surface. Correct low and high areas. Test surfaces sloped to drain for trueness of slope and smoothness; use a sloped template. a. Repair finished surfaces containing defects. Surface defects include spalls, popouts, honeycombs, rock pockets, crazing and cracks in excess of 0.01 in. wide or that penetrate to reinforcement or completely through unreinforced sections regardless of width, and other objectionable conditions. b. After concrete has cured at least 14 days, correct high areas by grinding. c. Correct localized low areas during or immediately after completing surface finishing operations by chipping or sand blasting out low areas and replacing with patching mortar. Finish repaired areas to blend into adjacent concrete. d. Correct other low areas scheduled to receive floor coverings with a repair underlayment. Prepare, mix, and apply repair underlayment and primer according to manufacturer's written instructions to produce a smooth, uniform, plane, and level surface. Feather edges to match adjacent floor elevations. e. Correct other low areas scheduled to remain exposed with a repair topping. Cut out low areas to ensure a minimum repair topping depth of ¼ in. to match adjacent floor elevations. Prepare, mix, and apply repair topping and primer according to manufacturer's written instructions to produce a smooth, uniform, plane, and level surface. Date Issued: December 6, 2016 CITY OF TEMPLE CITY, CALIFORNIA BIDDING AND CONTRACT DOCUMENTS, PLANS AND SPECIFICATIONS 5800 TEMPLE CITY BLVD PARKING LOT IMPROVEMENTS, P17-05 Document Control Page 77 of 125 Page: D.57 f. Repair defective areas, except random cracks and single holes 1 in. or less in diameter, by cutting out and replacing with fresh concrete. Remove defective areas with clean, square cuts and expose steel reinforcement with at least a ¾ in. clearance all around. Dampen concrete surfaces in contact with patching concrete and apply bonding agent. Mix patching concrete of same materials and mixture as original concrete except without coarse aggregate. Place, compact, and finish to blend with adjacent finished concrete. Cure in same manner as adjacent concrete. g. Repair random cracks and single holes 1 in. or less in diameter with patching mortar. Groove top of cracks and cut out holes to sound concrete and clean off dust, dirt, and loose particles. Dampen cleaned concrete surfaces and apply bonding agent. Place patching mortar before bonding agent has dried. Compact patching mortar and finish to match adjacent concrete. Keep patched area continuously moist for at least 72 hours. 3.10 Field quality control A. Additional Testing and Inspection: In addition to testing and inspection required by the Contractor’s quality control program, the Contractor is responsible for the expense of additional testing or inspection resulting as a consequence of the following. B. Testing of Work not evidencing compliance with the Specification and Work done without prior notice, without proper supervision, or contrary to standard construction practice. Such testing includes taking, curing and testing of concrete cores in accordance with ASTM C42 and ACI 318/318M. 1. Make a minimum of 3 concrete cores for each area indicated to be in non-compliance. 2. Impact hammer testing shall be limited to comparative analysis and shall not be acceptable as a basis for actual concrete strength determination. 3.11 CLEAN UP A. Remove rubbish, debris and waste materials and legally dispose of off the Project site. 3.12 PROTECTION A. Protect the Work of this Section until Substantial Completion. P. CONCRETE MASONRY UNIT (Section 04 82 00) PART 1 – GENERAL 1.1 SUMMARY A. Provisions of division 01 apply to this section. 1. Concrete masonry units. 2. Reinforcing steel. 3. Mortar, grout and grouting. 4. Bolts, anchors, hardware, metal frames, and other insert items. B. Related Sections 1. Section 014300: Testing and Inspection. Date Issued: December 6, 2016 CITY OF TEMPLE CITY, CALIFORNIA BIDDING AND CONTRACT DOCUMENTS, PLANS AND SPECIFICATIONS 5800 TEMPLE CITY BLVD PARKING LOT IMPROVEMENTS, P17-05 Document Control Page 78 of 125 Page: D.58 2. Section 033000: Cast-In-Place Concrete. 1.2 SUBMITTALS A. Mix Design: Submit grouting mix design. B. Product Data: Submit manufacturer's Product Data for assembly components, materials, and accessories. C. Samples: Submit Samples for each type of required masonry unit, including reinforcement and accessories. 1. Masonry prism results (five masonry prisms) shall be submitted prior to the star t of construction. Materials used for the construction of the prisms shall be taken from those specified to be used in the project, as defined in CBC Chapter 21. 2. Alternatively compressive strength verification by masonry prism test records shall be acceptable provided they meet the requirements of CBC Chapter 21. 1.3 QUALITY ASSURANCE A. Perform the Work in accordance with CBC, Chapter 21. Refer to Section 014200: Testing and Inspection. B. Comply with requirements of ACI 530.1. C. Concrete Masonry Units: Sample and test in accordance with ASTM C 140. 1. Notify the testing laboratory a minimum of 45 days in advance of installing concrete unit masonry, to allow for testing of the units for compression, shrinkage, and absorption. Absorption test requires 40 days. 2. The retained material testing laboratory shall receive five concrete masonry units per test from masonry unit manufacturer, as designed or specified by the Architect, and shall perform and send required test results to the Architect and IOR. D. Portland Cement: Obtain sample and test in accordance with ASTM C 150. E. Mortar: Obtain sample and test in accordance with ASTM C 780. F. Grout: Obtain sample and test in accordance with ASTM C 404. G. Compressive Tests: Obtain sample and test to verify compliance with the following minimum values: 1. Mortar: At least 900 psi at 7 days and 1,800 psi at 28 days. 2. Grout: At least 1,200 psi at 7 days and 2,000 psi at 28 days. 3. Do not test 28-day specimen when 7-day tests exceed 28-day requirements. H. Inspection during Installation: A special inspector will continuously observe the installation of reinforced masonry. The Inspector shall be responsible for monitoring the work of the special inspector and testing laboratories to ensure that the testing program is satisfactorily completed. I. If core testing is required by the Architect or Structural Engineer of Record, masonry removed by coring operations shall be replaced to match adjoining Work. Core testing shall conform to CBC, Chapter 21. J. Allowable Tolerances 1. Plumbing and Level: 1/4 inch in 8 feet non-cumulative. 2. Joint Width: Plus or minus 1/8 inch. 3. Offset Between Units: 3/32 inch. 1.4 DELIVERY, STORAGE AND HANDLING Date Issued: December 6, 2016 CITY OF TEMPLE CITY, CALIFORNIA BIDDING AND CONTRACT DOCUMENTS, PLANS AND SPECIFICATIONS 5800 TEMPLE CITY BLVD PARKING LOT IMPROVEMENTS, P17-05 Document Control Page 79 of 125 Page: D.59 A. Store units above grade on level platforms to allow air circulation under stacked units. B. Cover and protect against wetting before installation. C. Handle units on pallets or flat bed barrows. Free discharge from conveyor units or transportation in mortar trays is not permitted. D. Protect the installed work. PART 2 – PRODUCTS 2.1 MATERIALS A. Concrete Unit Masonry: Modular medium weight conforming to ASTM C 90, grade N-1, hollow load-bearing concrete unit masonry. 1. Provide open-end units at walls to be grouted. 2. Provide closed-end units at walls and at openings where ends will be exposed in finish Work; provide bond beam blocks where horizontal reinforcing is indicated. 3. Provide special shapes and accessory units at locations indicated on Drawings. 4. Except as otherwise specified, provide units in standard gray color. 5. Masonry unit shall have been cured for a minimum of 28 days. 6. Masonry unit shall have maximum liner shrinkage of 0.06 percent from saturated to oven dry B. Portland Cement: ASTM C 150, Type II, from one source. C. Mortar: ASTM C 270, Type S. No masonry cement shall be used in the mortar. D. Grout: ASTM C 476. E. Hydrated Lime: ASTM C 207, Type S. F. Aggregate for Masonry Mortar: ASTM C144, except for joints less than 1/4 inch use aggregate graded with 100% passing a No. 16 sieve. G. Water: Potable and fresh. H. Aggregate for Grout: ASTM C404, size 1 for sand and size 8 for coarse aggregate. I. Cleaning Materials: Shure Klean No. 600 detergent by ProSoCo. J. Miscellaneous Materials: As required to complete the Work. K. Sampling and Testing of Mortar: Refer to Section 01420: Testing and Inspection. L. Joint Reinforcement: Truss type, fabricated from 9 gauge cold drawn steel wire complying with ASTM A82, deformed side rods; out-to-out spacing of side rods 2 inches less than nominal wall dimension. PART 3 - EXECUTION 3.1 EXAMINATION A. Discard units with cracked faces, chipped surfaces, or other defects not complying with requirements of ASTM C 216. 3.2 MORTAR AND GROUT MIXING A. Mortar: Shall provide a minimum strength of 1800 psi unless noted otherwise. Dry, loose volumes. Mix proportions shall be verified by material testing laboratory. Date Issued: December 6, 2016 CITY OF TEMPLE CITY, CALIFORNIA BIDDING AND CONTRACT DOCUMENTS, PLANS AND SPECIFICATIONS 5800 TEMPLE CITY BLVD PARKING LOT IMPROVEMENTS, P17-05 Document Control Page 80 of 125 Page: D.60 B. Grout: Shall provide a minimum strength of 2000 psi unless noted otherwise. Grout strengths in excess of more than 2000 psi shall be verified by a material testing laboratory. C. Measurements: Proportion by accurate volume measurements. Measure in calibrated devices that can be checked at any time. 1. Add water for workable consistency. 2. Shovel measurements are not permitted. D. Mixing: Place sand, cement, and water in mixer in that order, while mixer is running; mix for 3 minutes, add lime, and admixture (for grout), and continue mixing until a uniform mass is provided, but in no case less than 10 minutes. 1. Batches of less than one sack of cement, and fractional sack batches are not permitted. 2. Grout shall be transit mixed and shall not be used if more than 1 1/2 hours have passed since water was added. E. Re-tempering Time Limit: Re-temper on mortar boards, for at least 3 minutes, but not more than 10 minutes when required, by adding water into a basin formed by mortar, and installing mortar into it. Dashing, or pouring of water over mortar is not permitted. 1. Do not re-temper mortar which has become hard or non-plastic. 2. Discard mortar, which has not been installed within one hour after original mixing. F. Ready-Mix Grout: Grout batched off the Project site and delivered by mixer truck shall be subject to same procedures and controls as prescribed by building code requirements. Refer to Section 014200: Testing and Inspection. 3.3 INSTALLATION OF MASONRY UNITS A. Workmanship: Install masonry plumb and true to line 1. Lay-out and incorporate embedded hardware items. 2. Assist other trades with built-in items, which require cutting and fitting of masonry. 3. Cut block units with a diamond saw or carborundum wheel. Trowel or chisel cutting is not permitted. 4. Keep cavities clear of droppings and debris. Remove promptly. B. Reinforcing Steel: Install as indicated on Drawings. Except as otherwise indicated, install reinforcement in accordance with standards of Concrete Reinforcing Steel Institute and to requirements specified in Section 03200: Concrete Reinforcement. Do not splice vertical reinforcing except where indicated on the Drawings. C. Shoring: Provide temporary shoring for lintels with sufficient strength to carry load without deflecting. Remove temporary shoring 28 days after masonry has been installed. D. Block Installation: Clean dirt and dust from surfaces before installation. Do not wet masonry units except in very dry weather. 1. Foundation Preparation: clean top of foundation to be free of debris, remove loosen aggregate by jack hammer if necessary, wash-off by high pressure water jet, and slurry coat surfaces with neat cement grout for bond to masonry. 2. Install masonry with mortar to required joint thickness. Install blocks with 3/8-inch mortar bed on entire horizontal surface. Fill head joints solid, install tightly to adjoining units. Provide 3/8-inch joint thickness. a. Hold racking to a minimum. b. No toothing is permitted. c. If it becomes necessary to move a unit after it has been installed, remove the unit, discard the mortar, and install the unit in fresh mortar. 3. Anchor Bolts: Provide one-inch minimum grout space around protruding bolts. Date Issued: December 6, 2016 CITY OF TEMPLE CITY, CALIFORNIA BIDDING AND CONTRACT DOCUMENTS, PLANS AND SPECIFICATIONS 5800 TEMPLE CITY BLVD PARKING LOT IMPROVEMENTS, P17-05 Document Control Page 81 of 125 Page: D.61 4. Bond: Unless otherwise indicated, install units in common running bond. 5. Finish Joint Treatment: Unless otherwise indicated, cut both interior and exterior joints flush, and tool slightly concave to a dense, uniform surface. 6. Grouting: Unless noted otherwise on Drawings, completely fill cells with grout. E. Steel Door Frames 1. Locate doorframes accurately, install plumb, "Ram-set" or "Rawlplug" to floor surface and brace in position before start of masonry installation. a. Frames are specified to be furnished with adjustable anchors. b. Fill interior of frames solid with mortar or grout as walls are constructed. 2. Provide temporary wood spreaders from jamb to jamb and from head to floor to ensure that jambs do not bow-in, distort from a straight line, or deflect from superimposed loads during construction. F. Reinforcing 1. When a foundation dowel does not line up with a vertical core it shall be sloped at not more than one horizontal to six vertical. Dowels shall be grouted into a core in vertical alignment even though it is in an adjacent cell to the vertical wall reinforcing. If foundation dowels are out of position by more than one inch contact the Owner’s Representative prior to proceeding. 2. Reinforcing bars shall be straight except for bends around corners and where bends or hooks are detailed on the plans. 3. Horizontal reinforcing shall be laid on the webs of bond beam units, lap 24 inches minimum and shall be solidly grouted in place. Reinforcing in channel units shall be spaced off the bottom of the unit 1/4-inch minimum. 4. The clear distance between the surface of a bar and any surface of a masonry unit shall be not less than 1/2 inch. All reinforcing bars shall have a minimum cover, including masonry unit, of 1-1/2 inches when exposed to weather and 2 inches when exposed to soil. 5. Bars of size #9 and larger shall be spliced by welding or approved mechanical connector. 6. Reinforcement shall be secured prior to grouting, with suitable devices not over 200 bar diameters. 7. Reinforcement placing tolerances shall be as specified in 2010 CBC, Chapter 21. 8. Wire tie horizontal to vertical reinforcing at all intersections. 9. Single curtain of reinforcing shall be placed in center of wall unless shown otherwise. Double curtain of reinforcing shall be placed in wall where shown on the Contract Documents. 10. Place joint reinforcement in horizontal mortar joints at 16 inches on center unless otherwise indicated. Make reinforcement continuous except at control joints and expansion joints. Lap reinforcement 6 inches at ends and use prefabricated “T” and “L” sections at corners and intersections to provide continuity. Provide reinforcement in first and second bed joints above lintels and below sills extending 2 feet beyond jamb openings. 11. Construct continuous control joints to provide unbroken vertical separation through entire thickness of walls, in manner indicated and at locations indicated. Where locations are not indicated, construct control joints throughout unbroken length of interior walls as follows: a. For low-pressure steam cured units: At approximately 30 feet on center. b. For autoclaved units: At approximately 50 feet on center. 3.4 LOW-LIFT GROUTING FOR HOLLOW MASONRY UNITS A. After mortar joints have set, cores are cleaned of mortar and debris, and reinforcing is installed and inspected, grout cells in 2 feet maximum lifts, providing specified pea gravel grout mix. Refer to Section 014200: Testing and Inspection. Date Issued: December 6, 2016 CITY OF TEMPLE CITY, CALIFORNIA BIDDING AND CONTRACT DOCUMENTS, PLANS AND SPECIFICATIONS 5800 TEMPLE CITY BLVD PARKING LOT IMPROVEMENTS, P17-05 Document Control Page 82 of 125 Page: D.62 B. Grouted walls shall be solid and without voids. C. Grout may be installed by pump, tremie or bucket, using hoppers to avoid spilling on exposed surfaces. D. Place an initial 2 feet high lift around, thoroughly compact, then place balance of each lift, compacting again through total lift, with hardwood spading sticks or pencil vibrators. E. Stop grout pours 1-1/2 inches below top of each lift. F. Remove and discard spilled grout from upper units before grout can harden. G. Bracing: Adequately brace walls against wind and other forces during and after construction. H. Re-puddle top of grout after initial set. 3.5 HIGH-LIFT GROUTING OPTION FOR HOLLOW MASONRY UNITS A. High-lift grouting method is permitted provided following qualifications and requirements are met. High-lift grouting shall apply only to cell sizes available with 8 inch and wider block units. B. Provide bond beam units, inverted for start course, and omit alternate blocks or cut openings in alternate face shell on bottom course for cleanouts. C. Remove projecting mortar fins. Wash out every cell thoroughly using a water jet, which has sufficient force to remove mortar from the interior of the cells, and from reinforcing steel. D. Plug each cleanout by setting a "soap" in mortar into opening and securely bracing it in place to prevent displacement. If masonry is not exposed in finish Work, cleanouts may be formed. E. Grouting 1. Grout masonry cells solid, free from voids. 2. Do not install grout until masonry has set a minimum of 3 days in warm weather (50 degrees to 85 degrees F.) or 5 days in cool, damp weather (35 degrees to 50 degrees F.). 3. Pump grout into grout cell space as rapidly as practical. Discard grout not in place within one hour after water was first added to batch. 4. Install grout with maximum slump without segregation. Place in a continuous pour, in maximum lifts of 4 feet, with approximately 20 minutes elapsed time between any 2 successive lifts. F. Consolidating 1. Consolidate and reconsolidate grout using 3/4-inch lightweight flexible cable vibrators. 2. First consolidation shall be performed to bottom of lift immediately after placement, and in case of subsequent lifts, through previously placed lift. 3. Top lift shall be reconsolidated no sooner than 30 minutes after grout has been installed. 4. Vibrating of reinforcing steel is not permitted. G. Bracing: Adequately brace walls against wind and other forces during and after construction. 3.6 CURING A. Remove efflorescence, stains, debris, excess grout, and foreign matter. B. During curing, or for any other purpose, do not saturate masonry with water. C. For low-humidity conditions, dampen the wall surface with a very light fog spray continuously for 3 days to cure mortar in joints. 3.7 FIELD QUALITY CONTROL A. Tests and Inspections: The following testing and inspection services shall be performed by an independent testing agency hired by the Owner. Date Issued: December 6, 2016 CITY OF TEMPLE CITY, CALIFORNIA BIDDING AND CONTRACT DOCUMENTS, PLANS AND SPECIFICATIONS 5800 TEMPLE CITY BLVD PARKING LOT IMPROVEMENTS, P17-05 Document Control Page 83 of 125 Page: D.63 B. Inspection as required of masonry construction shall be provided. Inspection shall be required during preparation, construction and taking of any required prisms or test specimens at the start of laying units, after the placement of reinforcement, inspection of grout space, immediately prior to closing of cleanouts and during all grouting operations. C. Mortar and Grout Tests 1. Take one test sample of three specimens each, of both mortar and grout, on three successive working days at the start of the masonry work and daily thereafter. Take additional samples whenever changes in materials or job conditions occur, or when requested. 2. Mortar specimens per CBC Standard No. 21-16. Test samples per CBC Standard 21-16. 3. Test grout specimens per CBC Standard No. 21-18. Remove masonry unit molds prior to testing. D. Unit Tests 1. Test the units that have been delivered to the job site prior to installation/construction to show compliance with the compressive strength requirements of the Specifications. 2. Sampling and testing shall comply with ASTM C140. E. Masonry Prism Tests 1. A set of three prisms shall be built and tested during construction for each 5000 square feet of wall area, but not less than one set of three masonry prisms for each building. 2. Prisms shall be constructed by the Contractor under the observation of the Owner's Testing Agency. 3. Prism testing shall be in accordance with CBC Standard No. 21-17. F. Masonry Core Tests: In the event of unsatisfactory prism test results during construction, the Contractor shall replace the unacceptable work or perform further core tests as described below, at no additional cost to the Owner. 1. Take two cores with a diameter of 6 inches. 2. Test one core in compression and the other one in shear. 3. Shear testing apparatus shall be as approved by the enforcement agency. 4. The testing laboratory shall inspect the coring of masonry walls. 5. The test report shall indicate: a. Location and number of cores cut. b. Conditions of all cores including whether joints were filled and whether cores failed during coring operation. 3.8 CLEANING A. At completion of masonry Work, remove misplaced mortar, grout or other foreign substances, and clean surfaces that will be exposed in finish Work with specified cleaner, or with clean water and stiff fiber brushes. B. Remove rubbish, debris, and waste materials and legally dispose of off the Project site. 3.9 PROTECTION A. Protect the Work of this section until Substantial Completion. Q. METAL FABRICATIONS (Section 05 50 00) PART 1 - GENERAL Date Issued: December 6, 2016 CITY OF TEMPLE CITY, CALIFORNIA BIDDING AND CONTRACT DOCUMENTS, PLANS AND SPECIFICATIONS 5800 TEMPLE CITY BLVD PARKING LOT IMPROVEMENTS, P17-05 Document Control Page 84 of 125 Page: D.64 1.1 SUMMARY A. Provisions of the General and Supplementary Conditions and Division 01 apply to this section. B. Section Includes: Metal fabrications as indicated or required, including items such as the following: 1. Steel pipe. 2. Square and rectangular steel tubing. 3. Pipe columns. 4. Miscellaneous fabrications, as indicated on the Drawings. C. Related Sections: 1. Section 01 42 00: Testing and Inspection. 1.2 SUBMITTALS A. Shop Drawings: Submit Shop Drawings indicating provided materials, dimensions, anchoring detail, and details of termination or connection to adjacent construction. Indicate items that are purchased from a manufacturer and items that are shop fabricated. Indicate component parts requiring Project site fabrication or assembly. B. Product Data: Submit Product Data for manufactured items. Submit Product Data for primers and finishes. C. Material Samples: Submit Samples of primers and finishes on fabricated items. D. Installation Instructions: Submit installation instructions for manufactured items. 1.3 QUALITY ASSURANCE A. Comply with the following as a minimum requirement: 1. Design, fabricate, and install miscellaneous metals in accordance with AISC - Design, Fabrication, and Erection of Structural Steel for Buildings. 2. AWS D-1.1 Code - Welding in Building Construction. 3. Inspection of Welding: Refer to Section 01 42 00: Testing and Inspection. 4. Welding: Refer to Section 01 42 00: Testing and Inspection. B. Coordinate installation of accessory items required for metal fabrications. 1.4 DELIVERY, STORAGE AND HANDLING A. Store miscellaneous metal items above grade on platforms, skids, or other required supports. B. Protect from corrosion or damage. PART 2 - PRODUCTS 2.1 MATERIALS A. Structural Steel Shapes: ASTM A 36. B. Steel Pipe: Date Issued: December 6, 2016 CITY OF TEMPLE CITY, CALIFORNIA BIDDING AND CONTRACT DOCUMENTS, PLANS AND SPECIFICATIONS 5800 TEMPLE CITY BLVD PARKING LOT IMPROVEMENTS, P17-05 Document Control Page 85 of 125 Page: D.65 1. Steel pipe for pipe columns, and other structural purposes shall conform to ASTM A 500 Grade B. 2. Steel pipe other than pipe furnished for structural purposes shall conform to ASTM A 500 Grade B. C. Square and Rectangular Steel Tubing: 1. Steel tubing for structural purposes shall be carbon steel conforming to ASTM A 500 Grade B. 2. Steel tubing other than tubing furnished for structural purposes shall be hot or cold rolled carbon steel electric welded tubing. D. Cast Steel: ASTM A 27, Grade 65-35. E. Steel Bolts: ASTM A 307, Grade A, with bolt head and nut dimensions conforming to ANSI B 18.2.1. F. Rolled Steel Plates and Shapes: 1. Shapes and plates shall conform to ASTM A 36, except for plates to be bent or cold-formed. 2. Plates to be bent or cold-formed shall conform to ASTM A 283, Grade C. G. Chain: Chain shall be 4/0 double loop pattern coil chain. H. Grout: Non-shrinking type; Five Star, or equal. 2.2 FABRICATION A. General: 1. For fabrication of Work exposed to view, provide only materials smooth and free of blemishes. Remove blemishes by grinding or by welding and grinding, before cleaning, treating, and installation of surface finishes including zinc coatings. 2. Form exposed Work true to line and level with accurate angles, surfaces, and straight sharp edges. 3. Ease exposed edges to a radius of approximately 1/32 inch, unless otherwise indicated or specified. 4. Form bent metal corners to the smallest radius possible without causing grain separation or otherwise damaging Work. 5. Form exposed connections with hairline joints, flush and smooth. Provide concealed fasteners wherever possible. 6. Remove loose rust, mill scale, cutting, and punching burrs. 7. Fabricate items in as large sections as practical to minimize assembly at the Project B. Miscellaneous Framing and Supports: 1. Fabricate miscellaneous units to sizes, shapes and profiles indicated or, if not indicated, of necessary dimensions to receive adjacent Work retained by framing. 2. Except as otherwise indicated, space anchors 2 feet on center, and provide minimum anchor units of 1-1/4 inch x 1/4 inch x 8 inch steel straps. 3. Shelf angles for exterior construction shall be galvanized steel of sizes indicated. Date Issued: December 6, 2016 CITY OF TEMPLE CITY, CALIFORNIA BIDDING AND CONTRACT DOCUMENTS, PLANS AND SPECIFICATIONS 5800 TEMPLE CITY BLVD PARKING LOT IMPROVEMENTS, P17-05 Document Control Page 86 of 125 Page: D.66 C. Welding: 1. Weld connections unless otherwise indicated. 2. Weld corners and seams continuously and in accordance with requirements of AWS Code. Welds shall be inspected as required in Section 05120: Structural Steel. 3. Grind exposed welds smooth and flush to match and blend with adjoining surfaces. D. Galvanizing: 1. ASTM A 123, ASTM A 153, or ASTM A 386, as applicable, hot dip with 2.0 ounces per square foot on actual surface and 1.8 ounces per square foot minimum on any specimen, and as specified herein. 2. Galvanizing Repair Material: All States Galvanizing Powder, Drygalv by American Solder and Flux, or equal. Hot applied repair material, or anodic zinc- rich galvanizing repair paint conforming to Mil Spec DOD-P-21035. 3. Items to be galvanized shall be hot-dip galvanized in sections as large as possible. E. Shop Finish: 1. Metal fabrications shall be provided with a coat of primer, except those indicated to be completed with exposed galvanized finish. 2. Primer: Lead-free red metal primer complying with Fed Spec TT-P-86G, Type I, II, or III; zinc molybdate complying with Fed Spec TT-P-645A. Minimum dry film thickness of primer shall be 2.0 mils. 3. Preparation for Primer Painting: Miscellaneous ferrous metal, except items specified galvanized, shall be thoroughly cleaned and prepared for painting, including removal of shipping oils or protective coatings, mill scale, grease, dirt and rust. Prepare in accordance with SSPC recommendations. Deliver to Project site primed or galvanized as indicated, and ready to receive Project site applied finishes. 4. Galvanized Metal Work to receive Paint: Clean oil, grease and other foreign materials from surfaces. Apply vinyl wash pretreatment coating. Follow manufacturer's instructions for drying time, and then prime with one coat of metal primer. PART 3 - EXECUTION 3.1 INSTALLATION A. General: 1. Install min ¼” thick end plate and/or cap plate at all exposed pipe/tube steel section with 3/16 continuous fillet weld all round. 3.2 ADJUSTING A. Touch Up Damaged Surfaces: 1. Shop Painted Finishes: Comply with SSPC-PA-1 for touch-up; apply with brush to produce a minimum 2.0 mil dry film thickness. 2. Galvanized Surfaces: Clean field welds, connections and damaged areas. Repair galvanized finishes in accord with ASTM A 780. 3.3 CLEAN UP Date Issued: December 6, 2016 CITY OF TEMPLE CITY, CALIFORNIA BIDDING AND CONTRACT DOCUMENTS, PLANS AND SPECIFICATIONS 5800 TEMPLE CITY BLVD PARKING LOT IMPROVEMENTS, P17-05 Document Control Page 87 of 125 Page: D.67 A. Remove rubbish, debris, and waste materials and legally dispose of off the Project site. 3.4 PROTECTION A. Protect the Work of this section until Substantial Completion. R. BRICK MASONRY (Section 04210) PART 1 - GENERAL 1.01 SUMMARY A. Provisions of the General and Supplementary Conditions and Division One apply to this section. B. Section Includes: 1. Brick masonry as indicated. 2. Reinforcing steel and dowels imbedded in concrete. 3. Setting of anchors, bearing plates and other work to be embedded into masonry. C. Related Sections: 1. Section 03100: Concrete Forms and Accessories. 2. Section 03200: Concrete Reinforcement. 3. Section 03300: Cast-In-Place Concrete. 4. Section 05500: Metal Fabrications. 1.02 SUBMITTALS A. Material Samples: 1. Submit samples of each type of brick. 1.03 QUALITY ASSURANCE A. Comply with the following as a minimum requirement: 1. ASTM C 5 - Quicklime for Structural Purposes. 2. ASTM C 62 - Building Brick. 3. ASTM C 67 - Sampling and Testing Brick. 4. ASTM C 144 - Aggregate for Masonry Mortar. Date Issued: December 6, 2016 CITY OF TEMPLE CITY, CALIFORNIA BIDDING AND CONTRACT DOCUMENTS, PLANS AND SPECIFICATIONS 5800 TEMPLE CITY BLVD PARKING LOT IMPROVEMENTS, P17-05 Document Control Page 88 of 125 Page: D.68 5. ASTM C 207 - Hydrated Lime for Masonry Purposes. 6. ASTM C 216 - Facing Brick. 1.04 DELIVERY, STORAGE AND HANDLING A. Store brick units above ground on level platform which will allow air circulation under stacked units. B. Cover and protect from wetting prior to use. C. Store cementitious ingredients in weather tight enclosures. PART 2 - PRODUCTS 2.01 MATERIALS A. Common Brick: ASTM C 62, Grade S.W. Type FBS. B. Face Brick: ASTM C 216, Grade S.W. Type FBS, size as indicated, color and texture as selected. C. Mortar and Grout Sand: Natural sand or sand manufactured by crushing stone or gravel, conforming to ASTM C 144, except that not less than 3 percent shall pass a No. 100 sieve. D. Cement: ASTM C 150, Portland Cement, Type I or II, low Alkali. E. Hydrated Lime: Standard brand conforming to ASTM C 207, type S. 1. Kel-Crete may be substituted for lime, when approved by the Architect. F. Mortar Color: Pure mineral pigment, lime-proof, non-fading, designed for use in mortar, color as selected by the Architect. G. Water: Clean and potable, free from deleterious amounts of acids, alkalis, salts or organic materials. H. Reinforcing: As specified in Section 03200: Concrete Reinforcement. PART 3 - EXECUTION 3.01 GENERAL A. Accurately and uniformly execute patterns and details, maintaining indicated face bond. Keep courses level and true to line, each tier plumb, with clean, straight and uniformly thick joints. Maintain vertical joints plumb from top to bottom in corresponding courses. Toothing prohibited; hold racking to a minimum. B. Set and build in anchors, bolts, sleeves and other items required by work of other trades and maintain position of work set by others. C. Brick shall be clean and free of dirt, dust and other deleterious substances before laying. Do not lay any units until approval of District Inspector has been received. Date Issued: December 6, 2016 CITY OF TEMPLE CITY, CALIFORNIA BIDDING AND CONTRACT DOCUMENTS, PLANS AND SPECIFICATIONS 5800 TEMPLE CITY BLVD PARKING LOT IMPROVEMENTS, P17-05 Document Control Page 89 of 125 Page: D.69 D. All brick shall be damp when laid. Allow surface water to drain off before using. When being laid, brick shall have sufficient absorption to hold mortar and to remove excess grout water, but shall be damp enough that mortar will remain plastic for leveling and plumbing without breaking mortar bond. E. All brick shall be whole except where otherwise detailed. Lay in a full bed of unfurrowed mortar. Solidly fill head joints with mortar and shove brick into place. If a brick must be moved or shifted after laying, remove all setting mortar, thoroughly clean the brick and relay with fresh mortar. F. Lay brick with uniform joints, thickness as indicated, perform joint finishing while mortar is still soft. Trowel all exposed exterior joints flush and tool with a round bar, or tool, to produce a dense slightly concave surface. Exposed interior joints shall be finished flush. Cut off unexposed joints flush with face of brick. Lay brick in bond pattern indicated on Drawings. Coping and wall cap courses shall be as detailed. G. Top surfaces of walls shall be kept free of mortar and grout droppings, and before continuing work previously stopped, thoroughly clean brick and joints and dampen top surfaces with water. 3.02 PREPARATION A. Lime Putty: Made from hydrated lime. Lime putty shall weigh no less than 83 pounds per cubic foot. B. Mortar: One part portland cement, not less than 1/4 part nor more than 1/2 part lime putty or dry hydrated lime and not more than 4 parts of sand based on dry loose volumes. Mortar shall attain a minimum strength of 1,800 psi. C. Reinforcement: Clean of mill scale, loose rust, oil and coatings which would reduce bond. Securely anchor in place. D. Measurement: Accurately measure materials in suitable calibrated devices. Shovel measurements are not acceptable. Allowance for bulking of sand when measured damp loose shall not exceed 20 percent. E. Mixing: Place sand, cement and water in mixer in that order for each batch of mortar or grout and mix as long as needed to secure a uniform mass, but in no case less than 10 minutes. Add lime for mortar after initial 2 minutes of mixing time. Use only paddle type mixers of at least one- sack capacity. Batches requiring fractional sacks will not be permitted unless cement is weighed for each such batch. Mortar and grout awaiting use shall be turned and remixed as required to maintain a workable mix. Retempering of grout will not be permitted. Retempering of mortar shall be done only by adding water into a basin made with mortar and mortar carefully worked into it. Retempering by dashing water over mortar will not be permitted. Any mortar or grout which is unused within one hour after initial mixing shall be removed from work. Mortar shall be mixed and maintained on boards to a slump of 2-3/4 inch, plus or minus 1/4 inch, using a truncated cone 4 inches to 2 inches, 6 inches high. 3.03 ERECTION A. Brick Veneer on Concrete Block: Date Issued: December 6, 2016 CITY OF TEMPLE CITY, CALIFORNIA BIDDING AND CONTRACT DOCUMENTS, PLANS AND SPECIFICATIONS 5800 TEMPLE CITY BLVD PARKING LOT IMPROVEMENTS, P17-05 Document Control Page 90 of 125 Page: D.70 1. Anchor brick veneer over concrete block walls by means of seismic veneer anchors spaced 32 inches on center each way, set into concrete block with ¼” x 1” Tapcon screw, 1” minimum embedment. Install continuous 9 gauge straight galvanized wires into anchors. 2. Lay brick veneer with a 1/2 inch minimum grout space between concrete block and back of brick. Fill grout spaces completely. 3.04 FINISHING A. Non completion, holes, cracks and all defects in mortar joints shall be neatly pointed with mortar and made weather tight. B. Keep brickwork continuously moist with a nozzle-regulated fog spray for at least 3 days after laying. Date Issued: December 6, 2016 CITY OF TEMPLE CITY, CALIFORNIA BIDDING AND CONTRACT DOCUMENTS, PLANS AND SPECIFICATIONS 5800 TEMPLE CITY BLVD PARKING LOT IMPROVEMENTS, P17-05 Document Control Page 91 of 125 Appendix A CITY STANDARD PUBLIC WORKS CONTRACT TO BE EXECUTED Date Issued: December 6, 2016 CITY OF TEMPLE CITY, CALIFORNIA BIDDING AND CONTRACT DOCUMENTS, PLANS AND SPECIFICATIONS 5800 TEMPLE CITY BLVD PARKING LOT IMPROVEMENTS, P17-05 Document Control Page 92 of 125 LA #4814-2634-9072 v3 REVISED 7/29/16 1 CITY OF TEMPLE CITY PUBLIC WORKS CONTRACT PROJECT ____________________________________________________ THIS AGREEMENT (“Agreement”) is made and entered into this ____ day of _________________________, by and between the CITY OF TEMPLE CITY, a Municipal Corporation located in the County of Los Angeles, State of California (“CITY”), and ____________________________, [a corporation/partnership/limited liability company corporation, located at _____________________________ (“CONTRACTOR”), collectively referred to as the Parties. RECITALS A. CITY, by its Notice Inviting Bids, duly advertised for written bids to be submitted on or before ______________________________, for the following: __________________________________ __________________________________ in the City of Temple City, California (“Project”). B. At ________________ on said date, in the Temple City Council Chambers, the bids submitted for the Project were opened. C. At its regular meeting held on ________________________, the City Council of CITY accepted the bid of CONTRACTOR for the Project as being the lowest responsive bid received and directed that a written contract be entered into with CONTRACTOR. OPERATIVE PROVISIONS NOW, THEREFORE, in consideration of the promises and of the mutual covenants and agreements herein contained, the parties do hereby agree as follows: 1. CONTRACT DOCUMENTS. This Agreement consists of the following documents (“Contract Documents”), all of which are made a part of this Agreement: (a) Notice Inviting Bids (b) Instructions to Bidders (c) Bid Form (d) Bid Proposal and/or Contract Proposal, as accepted, including the Certificate of Bidders’ Experience and Qualifications and the List of Subcontractors LA #4814-2634-9072 v3 REVISED 7/29/16 Date Issued: December 6, 2016 CITY OF TEMPLE CITY, CALIFORNIA BIDDING AND CONTRACT DOCUMENTS, PLANS AND SPECIFICATIONS 5800 TEMPLE CITY BLVD PARKING LOT IMPROVEMENTS, P17-05 Document Control Page 93 of 125 LA #4814-2634-9072 v3 REVISED 7/29/16 2 (e) Information Required by Bidder (f) Notice of Award (g) Notice to Proceed (h) This Agreement (i) Verification of California Contractor’s License (j) Contractor’s Certificate Regarding Workers’ Compensation (k) Security for payment (labor and materials) (l) Security for performance (m) Certificate(s) of Insurance (n) General Conditions/Specifications (o) Special Provisions (p) Plans and Standard Drawings (q) Prevailing Wage Scales (r) Standard Specifications for Public Works Construction, including subsequent addenda and supplements (s) Change orders issued by the City and signed by the Contractor pertaining to the Contract after the Contract is awarded to Contractor (t) All addenda issued by the City with respect to the foregoing prior to the opening of bids, including, Addenda Nos. _______. (u) Other documents (list here) ________________________________________ ________________________________________ ________________________________________ In the event there is a conflict between the terms of the Contract Documents, the more specific or stringent provision shall govern. Date Issued: December 6, 2016 CITY OF TEMPLE CITY, CALIFORNIA BIDDING AND CONTRACT DOCUMENTS, PLANS AND SPECIFICATIONS 5800 TEMPLE CITY BLVD PARKING LOT IMPROVEMENTS, P17-05 Document Control Page 94 of 125 LA #4814-2634-9072 v3 REVISED 7/29/16 3 2. SCOPE OF WORK. CONTRACTOR agrees to perform all work required for the Project and to fulfill all other obligations as set forth in the Contract Documents (“Work”). Except as specifically provided in the Contract Documents, CONTRACTOR must furnish all of the labor, materials, tools, equipment, services and transportation necessary to perform all of the Work. CONTRACTOR must perform all of the Work in strict accordance with the Contract Documents. 3. COMPENSATION & PAYMENT. CONTRACTOR hereby agrees to receive and accept the total amount of ______________________ Dollars ($___________), based upon those certain unit prices set forth in CONTRACTOR’s Bid Schedule, a copy of which is attached hereto as Exhibit “A” and incorporated herein by this reference, as full compensation for the Work. Said compensation shall cover all expenses, losses, damages, and consequences arising out of the nature of the Work during its progress or prior to its acceptance, including those for well and faithfully completing the Work in the manner and time specified in the Contract Documents, and also including those arising form actions of the elements, unforeseen difficulties or obstructions encountered in the prosecution of the Work, suspension or discontinuance of the Work, and all other unknowns or risks of any description connected with the Work. CITY shall retain five percent (5%) of the compensation until the provisions of Section 14 herein have been met. CITY hereby agrees to pay CONTRACTOR at the time, in the manner, and upon the conditions set forth in the CONTRACT DOCUMENTS. 4. UNAUTHORIZED ALIENS. CONTRACTOR promises and agrees to comply with all of the provisions of State and Federal law with respect to the employment of unauthorized aliens, including without limitation the Federal Immigration and Nationality Act (8 USCA 1101, et seq.), as amended. Should CONTRACTOR employ one or more unauthorized aliens for the performance of the Work, and should the Federal Government impose sanctions against the CITY for such use of unauthorized aliens, CONTRACTOR hereby agrees to, and shall, reimburse CITY for the cost of all sanctions imposed, together with any and all costs, including attorney’s fees, incurred by the CITY in connection therewith. 5. REPRESENTATIONS AND WARRANTIES. CONTRACTOR hereby represents and warrants that: (a) It is not currently, and has not at any time within the past five (5) calendar years been, suspended, debarred, or excluded from participating in, bidding on, contracting for, or completing any project funded in whole or in part by program, grant or loan funded by the federal government or the State of California; and (b) CONTRACTOR currently has, and for the past five (5) calendar years has maintained in good standing, a valid California contractor’s license; and (c) CONTRACTOR is registered with the Department of Industrial Relations to perform services on public works projects as required by Labor Code section 1725.5. Date Issued: December 6, 2016 CITY OF TEMPLE CITY, CALIFORNIA BIDDING AND CONTRACT DOCUMENTS, PLANS AND SPECIFICATIONS 5800 TEMPLE CITY BLVD PARKING LOT IMPROVEMENTS, P17-05 Document Control Page 95 of 125 LA #4814-2634-9072 v3 REVISED 7/29/16 4 CONTRACTOR agrees to complete and execute any statement or certificate to this effect as may be required by the City or by any federal or State of California program, loan or grant utilized on this Project. 6. TIME TO PERFORM THE WORK. CONTRACTOR shall commence the Work on the date specified in the Notice to Proceed to be issued to CONTRACTOR by the Director of Public Works of CITY, and shall complete work on the Project within __________________ (___) days after commencement. 7. NONDISCRIMINATION. CONTRACTOR shall not discriminate in its recruiting, hiring, promotion, demotion or termination practices on the basis of race, religious creed, color, national origin, ancestry, physical disability, mental disability, medical condition, martial status, sex, age, or sexual orientation in the performance of this Agreement, and shall comply with the provisions of the California Fair Employment and Housing Act as set forth in Part 2.8 of Division 3, Title 2 of the California Government Code; the Federal Civil Rights Act of 1964, as set forth in Public Law 88-352, and all amendments thereto; Executive Order 11246; and all administrative rules and regulations issued pursuant to such acts and order. 8. LABOR CODE REQUIREMENTS. (a) CONTRACTOR is aware of and agrees to abide by the provisions of California Labor Code Sections 1720, et seq., as well as Sections 1771, 1773, 1773.1, 1773.6, 1773.7, 1774, 1775, 1776 and 1777, pertaining to the obligation to pay prevailing wages with respect to the performance of work (“Prevailing Wage Laws”). Copies of the prevailing rate of per diem wages and the general prevailing rate for holiday and overtime work for each craft are available upon request from the City. A copy of the prevailing rate of per diem wages shall be posted at the job site. If such posting is not possible, a copy shall be posted at the business of the CONTRACTOR. (b) CONTRACTOR acknowledges that under California Labor Code sections 1810 and following, eight hours of labor constitutes a legal day’s work. CONTRACTOR will forfeit as a penalty to City the sum of $25.00 for each worker employed in the execution of this Agreement by CONTRACTOR or any subcontractor for each calendar day during which such worker is required or permitted to work more than 8 hours in any one calendar day and 40 hours in any one calendar week in violation of the provisions of Labor Code section 1810. (Labor Code § 1813.) (c) CONTRACTOR must comply with Labor Code section 1771.1(a), which provides that CONTRACTOR is only eligible to perform the Work if CONTRACTOR is registered with the Department of Industrial Relations as required by Labor Code Section 1725.5, and that CONTRACTOR may award subcontracts for work that qualifies as a “public work” only to subcontractors which are at the time of award registered and qualified to perform public work pursuant to Labor Code Section 1725.5. CONTRACTOR must obtain proof of such registration from all such subcontractors. Date Issued: December 6, 2016 CITY OF TEMPLE CITY, CALIFORNIA BIDDING AND CONTRACT DOCUMENTS, PLANS AND SPECIFICATIONS 5800 TEMPLE CITY BLVD PARKING LOT IMPROVEMENTS, P17-05 Document Control Page 96 of 125 LA #4814-2634-9072 v3 REVISED 7/29/16 5 (d) CONTRACTOR, and any subcontractor engaged by CONTRACTOR, must pay not less than the specified prevailing rate of per diem wages to all workers employed in the execution of this Agreement. (Labor Code § 1774.) CONTRACTOR is responsible for compliance with Labor Code section 1776 relative to the retention and inspection of payroll records. (e) CONTRACTOR must comply with all provisions of Labor Code section 1775. Under Section 1775, Contractor may forfeit as a penalty to City up to $50.00 for each worker employed in the execution of the Agreement by CONTRACTOR or any subcontractor for each calendar day, or portion thereof, in which the worker is paid less than the prevailing rates. Contractor may also be liable to pay 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. (f) Nothing in this Agreement prevents CONTRACTOR or any subcontractor from employing properly registered apprentices in the execution of the Agreement. CONTRACTOR is responsible for compliance with Labor Code section 1777.5 for all apprenticeable occupations. This statute requires that contractors and subcontractors must submit contract award information to the applicable joint apprenticeship committee, must employ apprentices in apprenticeable occupations in a ratio of not less than one hour of apprentice’s work for every five hours of labor performed by a journeyman (unless an exception is granted under §1777.5), must contribute to the fund or funds in each craft or trade or a like amount to the California Apprenticeship Council, and that contractors and subcontractors must not discriminate among otherwise qualified employees as apprentices solely on the ground of sex, race, religion, creed, national origin, ancestry or color. Only apprentices defined in Labor Code section 3077, who are in training under apprenticeship standards and who have written apprentice contracts, may be employed on public works in apprenticeable occupations. (g) CONTRACTOR shall defend, indemnify and hold the CITY, its elected officials, officers, employees and agents free and harmless from any claim or liability arising out of any failure or alleged failure to comply with the Prevailing Wage Laws. 9. PROJECT SITE CONDITIONS. (a) CONTRACTOR shall, without disturbing the condition, notify CITY in writing as soon as CONTRACTOR, or any of CONTRACTOR’s subcontractors, agents or employees have knowledge and reporting is possible, of the discovery of any of the following conditions: (i) The presence of any material that the CONTRACTOR believes is hazardous waste, as defined in Section 25117 of the Health and Safety Code; (ii) Subsurface or latent physical conditions at the site differing from those indicated in the specifications; or, Date Issued: December 6, 2016 CITY OF TEMPLE CITY, CALIFORNIA BIDDING AND CONTRACT DOCUMENTS, PLANS AND SPECIFICATIONS 5800 TEMPLE CITY BLVD PARKING LOT IMPROVEMENTS, P17-05 Document Control Page 97 of 125 LA #4814-2634-9072 v3 REVISED 7/29/16 6 (iii) Unknown physical conditions at the site of any unusual nature, different materially from those ordinarily encountered and generally recognized as inherent in work of this character provided for in this Agreement. (b) Pending a determination by CITY of appropriate action to be taken, CONTRACTOR shall provide security measures (e.g., fences) adequate to prevent the hazardous waste or physical conditions from causing bodily injury to any person. (c) CITY shall promptly investigate the reported conditions. If CITY, through its Director of Public Works, or his or her designee, and in the exercise of its sole discretion, determines that the conditions do materially differ, or do involve hazardous waste, and will cause a decrease or increase in the CONTRACTOR’s cost of, or time required for, performance of any part of the Work, then CITY shall issue a change order. (d) In the event of a dispute between CITY and CONTRACTOR as to 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, CONTRACTOR shall not be excused from any scheduled completion date, and shall proceed with all work to be performed under the Agreement. CONTRACTOR shall retain any and all rights which pertain to the resolution of disputes and protests between the parties. 10. INDEMNITY. CONTRACTOR shall assume the defense of and indemnify and hold harmless the CITY, its elective and appointive boards, officers, agents and employees, from all claims, loss, damage, injury and liability of every kind, nature and description, directly or indirectly arising form the performance of the Work, regardless of responsibility of negligence; and from any and all claims, loss, damage, injury and liability, resulting directly or indirectly from the nature of the Work covered by this Agreement, regardless of responsibility of negligence. (a) CITY does not, and shall not, waive any rights against CONTRACTOR which it may have because of the acceptance by CITY or the deposit with CITY by CONTRACTOR, of any of the insurance policies hereinafter described in this Agreement. (b) The indemnity provided by CONTRACTOR shall apply to all damages and claims for damages of every kind suffered, or alleged to have been suffered, by reason of any of the Work by CONTRACTOR, or any subcontractor, regardless of whether insurance policies are applicable to any of the damages or claims for damages. (c) The provisions of this section do not apply to claims occurring as a result of the City’s sole negligence or willful acts or omissions. (d) The provisions of this section will survive the expiration or earlier termination of this Agreement. Date Issued: December 6, 2016 CITY OF TEMPLE CITY, CALIFORNIA BIDDING AND CONTRACT DOCUMENTS, PLANS AND SPECIFICATIONS 5800 TEMPLE CITY BLVD PARKING LOT IMPROVEMENTS, P17-05 Document Control Page 98 of 125 LA #4814-2634-9072 v3 REVISED 7/29/16 7 11. BONDS. CONTRACTOR, before commencing the Work, shall furnish and file with CITY a bond, or bonds, in a form satisfactory to the CITY, in the sum of one hundred percent (100%) of the compensation amount stated in Section 3 of this Agreement conditioned upon the faithful performance of this Agreement and a bond, or bonds, in a form satisfactory to the CITY, in the sum of one hundred percent (100%) of the compensation amount stated in Section 3 of this Agreement conditioned upon the payment of all labor and materials furnished in connection with this Agreement. 12. INSURANCE. CONTRACTOR shall not commence the Work until CONTRACTOR has obtained all insurance required by the Contract Documents and such insurance has been approved by CITY as to form, amount and carrier. CONTRACTOR shall not allow any subcontractor to commence work on any subcontract until all similar insurance required of the subcontractor have been obtained and approved. (a) Workers’ Compensation. CONTRACTOR shall take out and maintain, during the life of this Agreement, Worker’s Compensation Insurance for all of CONTRACTOR’s employees employed at the Project site; and, if any work is sublet, CONTRACTOR shall require the subcontractor similarly to provide Worker’s Compensation Insurance for all of the latter’s employees, unless such employees are covered by the protection afforded by CONTRACTOR. If any class of employees engaged in Work under this Agreement at the Project site is not protected under any Workers’ Compensation law, CONTRACTOR shall provide and shall cause each subcontractor to provide adequate insurance for the protection of employees not otherwise protected. CONTRACTOR shall indemnify CITY for any damage resulting from failure of either CONTRACTOR or any subcontractor to take out or maintain such insurance. (b) Comprehensive General Liability, Products/Completed Operations Hazard, Comprehensive Automobile Liability and Contractual General Liability Insurance. CONTRACTOR shall take out and maintain during the life of this Agreement such comprehensive general liability, products/completed operations hazard, comprehensive automobile liability and contractual general liability insurance as shall protect CITY, its elective and appointive boards, officers, agents and employees, CONTRACTOR, and any subcontractor performing work covered by this Agreement, from claims for damage for personal injury, including death, as well as from claims for property damage which may arise from CONTRACTOR’s or any subcontractor’s operations under this Agreement, whether such operations be by CONTRACTOR or by any subcontractor, or by anyone directly or indirectly employed by either CONTRACTOR or any subcontractor, and the amounts of such insurance shall be as follows: (i) Public Liability Insurance in an amount of not less than ONE MILLION DOLLARS ($1,000,000); (ii) Products/Completed Operations Hazard Insurance in an amount of not less than ONE MILLION DOLLARS ($1,000,000); Date Issued: December 6, 2016 CITY OF TEMPLE CITY, CALIFORNIA BIDDING AND CONTRACT DOCUMENTS, PLANS AND SPECIFICATIONS 5800 TEMPLE CITY BLVD PARKING LOT IMPROVEMENTS, P17-05 Document Control Page 99 of 125 LA #4814-2634-9072 v3 REVISED 7/29/16 8 (iii) Comprehensive Automobile Liability Insurance in an amount of not less than ONE MILLION DOLLARS ($1,000,000); (iv) Contractual General Liability Insurance in an amount of not less than ONE MILLION DOLLARS ($1,000,000). A combined single limit policy with aggregate limits in an amount of not less than TWO MILLION DOLLARS ($2,000,000) shall be considered equivalent to the required minimum limits set forth hereinabove. (c) Proof of Insurance. The insurance required by this Agreement shall be with insurers which are Best A rated, and California Admitted or better. CITY shall be named as “additional insured” on all policies required hereunder, and CONTRACTOR shall furnish CITY, concurrently with the execution hereof, with satisfactory proof of carriage of the insurance required, and adequate legal assurance that each carrier will give CITY at least thirty (30) days’ prior notice of the cancellation of any policy during the effective period of this Agreement. (d) Notice to Proceed. The CITY will not issue any notice authorizing CONTRACTOR or any subcontractor to commence the Work under this Agreement until CONTRACTOR has provided to the CITY the proof of insurance as required by this Section 12. 13. LIQUIDATED DAMAGES. The parties agree that it would be impractical and extremely difficult to fix the actual damages to the CITY in the event the Project is not commenced and/or completed on or before the dates specified for commencement and completion of the Project in the Contract Documents. The parties have considered the facts of a breach of this Agreement and have agreed that the liquidated damages sum hereinafter set forth is reasonable as liquidated damages in the event of a breach, and that said sum shall be presumed to be the amount of the damages sustained by the CITY in the event such work is not begun and/or completed and accepted by the times so specified in the Contract Documents. The sum of ONE THOUSAND DOLLARS ($1,000.00) shall be presumed to be the amount of damages suffered by the CITY for each day’s delay in the starting and/or completion and acceptance of the Project after the dates specified in the Contract Documents for the start and/or completion thereof, and CONTRACTOR hereby agrees to pay said sum of ONE THOUSAND DOLLARS ($1,000.00) as liquidated damages for each day of delay in the starting and/or completing and acceptance of said Project beyond the dates specified in the CONTRACT DOCUMENTS. Any and all such liquidated damages assessed shall be done in accordance with that certain edition of the Standard Specification for Public Works Construction currently in effect on the execution date of this Agreement. CONTRACTOR CITY OF TEMPLE CITY Date Issued: December 6, 2016 CITY OF TEMPLE CITY, CALIFORNIA BIDDING AND CONTRACT DOCUMENTS, PLANS AND SPECIFICATIONS 5800 TEMPLE CITY BLVD PARKING LOT IMPROVEMENTS, P17-05 Document Control Page 100 of 125 LA #4814-2634-9072 v3 REVISED 7/29/16 9 By ___________________________ By __________________________ Date: Date: 14. NOTICE OF COMPLETION. Upon completion of PROJECT and acceptance of same by the City Council of the CITY, the City Manager of the CITY shall cause to be recorded a Notice of Completion with the office of the Los Angeles County Recorder; and, after thirty-five (35) days from the date said Notice of Completion is recorded, the Director of Finance of CITY shall release the funds retained pursuant to Section 3 hereof; provided there have been no mechanics’ liens or stop notices filed against the Work which have not been paid, withdrawn or eliminated as liens against said work. 15. COMPLIANCE WITH LAWS. In performing the Work, CONTRACTOR must comply with all applicable statutes, laws and regulations, including, but not limited to, OSHA requirements and the Temple City Municipal Code. Contractor must, at Contractor’s sole expense, obtain all necessary permits and licenses required for the Work, and give all necessary notices and pay all fees and taxes required by law, including, without limitation, any business license tax imposed by City. 16. INDEPENDENT CONTRACTOR. CONTRACTOR is and will at all times remain as to CITY a wholly independent contractor. Neither the CITY nor any of its officers, employees, or agents will have control over the conduct of CONTRACTOR or any of CONTRACTOR’s officers, employees, agents or subcontractors, except as expressly set forth in the Contract Documents. CONTRACTOR may not at any time or in any manner represent that it or any of its officers, employees, agents, or subcontractors are in any manner officers, employees, agents or subcontractors of CITY. 17. GENERAL PROVISIONS. (a) Authority to Execute. Each Party represents and warrants that all necessary action has been taken by such Party to authorize the undersigned to execute this Agreement and to bind it to the performance of its obligations. (b) Assignment. CONTRACTOR may not assign this Agreement without the prior written consent of CITY, which consent may be withheld in the CITY’s sole discretion since the experience and qualifications of CONTRACTOR were material considerations for this Agreement. (c) Binding Effect. This Agreement is binding upon the heirs, executors, administrators, successors and permitted assigns of the Parties. (d) Integrated Agreement. This Agreement, including the Contract Documents, is the entire, complete, final and exclusive expression of the Parties with respect to the Work to be performed under this Agreement and supersedes all other agreements or understandings, whether oral or written, between CONTRACTOR and CITY prior to the execution of this Agreement. Date Issued: December 6, 2016 CITY OF TEMPLE CITY, CALIFORNIA BIDDING AND CONTRACT DOCUMENTS, PLANS AND SPECIFICATIONS 5800 TEMPLE CITY BLVD PARKING LOT IMPROVEMENTS, P17-05 Document Control Page 101 of 125 LA #4814-2634-9072 v3 REVISED 7/29/16 10 (e) Modification of Agreement. No amendment to or modification of this Agreement will be valid unless made in writing and approved by CONTRACTOR and by the City Council or City Manager of CITY, as applicable. The Parties agree that this requirement for written modifications cannot be waived and that any attempted waiver will be void. (f) Counterparts and Facsimile Signatures. This Agreement may be executed in several counterparts, each of which will be deemed an original, and all of which, when taken together, constitute one and the same instrument. Amendments to this Agreement will be considered executed when the signature of a party is delivered by facsimile transmission. Such facsimile signature will have the same effect as an original signature. (g) Waiver. Waiver by any Party of any term, condition, or covenant of this Agreement will not constitute a waiver of any other term, condition, or covenant. Waiver by any Party of any breach of the provisions of this Agreement will not constitute a waiver of any other provision, or a waiver of any subsequent breach or violation of any provision of this Agreement. Acceptance by City of any Work performed by CONTRACTOR will not constitute a waiver of any of the provisions of this Agreement. (h) Interpretation. This Agreement will be interpreted, construed and governed according to the laws of the State of California. Each party has had the opportunity to review this Agreement with legal counsel. The Agreement will be construed simply, as a whole, and in accordance with its fair meaning. It will not be interpreted strictly for or against either party. (i) Severability. If any term, condition or covenant of this Agreement is declared or determined by any court of competent jurisdiction to be invalid, void or unenforceable, the remaining provisions of this Agreement will not be affected and the Agreement will be read and construed without the invalid, void or unenforceable provision. (j) Attorneys’ Fees. The prevailing party in any action to resolve a dispute concerning this Agreement shall be entitled to have and recover from the losing party the reasonable attorneys’ fees and costs of such action. (k) Venue. In the event of litigation between the parties, venue in state trial courts will be in the County of Los Angeles. In the event of litigation in a U.S. District Court, venue will be in the Central District of California, in Los Angeles. (l) Notices. All written notices required or permitted to be given under this Agreement will be deemed made when received by the other Party at its respective address as follows: To CITY: City of Temple City 9701 Las Tunas Drive Temple City, California 91780 Attention: ____________ Date Issued: December 6, 2016 CITY OF TEMPLE CITY, CALIFORNIA BIDDING AND CONTRACT DOCUMENTS, PLANS AND SPECIFICATIONS 5800 TEMPLE CITY BLVD PARKING LOT IMPROVEMENTS, P17-05 Document Control Page 102 of 125 LA #4814-2634-9072 v3 REVISED 7/29/16 11 (Tel.) _______________ (Fax) _______________ To Contractor: ______________________ ______________________ ______________________ Attention: ______________ (Tel.) _____________ (Fax) _____________ Notice will be deemed effective on the date personally delivered or transmitted by facsimile. If the notice is mailed, notice will be deemed given three days after deposit of the same in the custody of the United States Postal Service, postage prepaid, for first class delivery, or upon delivery if using a major courier service with tracking capabilities. Any Party may change its notice information by giving notice to the other Party in compliance with this section. IN WITNESS WHEREOF, the parties hereto have caused this contract to be executed on the _____ day of _____________________, 20__, by their respective officers duly authorized in that behalf. CITY OF TEMPLE CITY, a municipal corporation ATTEST: By______________________________ ___________________, Mayor _______________________________ Peggy Kuo, City Clerk Date: APPROVED AS TO FORM: ___________________________________ Eric S. Vail, City Attorney _____________________, a [state type of entity] Date Issued: December 6, 2016 CITY OF TEMPLE CITY, CALIFORNIA BIDDING AND CONTRACT DOCUMENTS, PLANS AND SPECIFICATIONS 5800 TEMPLE CITY BLVD PARKING LOT IMPROVEMENTS, P17-05 Document Control Page 103 of 125 LA #4814-2634-9072 v3 REVISED 7/29/16 12 By______________________________ _____________________, ________ By______________________________ _____________________, ________ Date Issued: December 6, 2016 CITY OF TEMPLE CITY, CALIFORNIA BIDDING AND CONTRACT DOCUMENTS, PLANS AND SPECIFICATIONS 5800 TEMPLE CITY BLVD PARKING LOT IMPROVEMENTS, P17-05 Document Control Page 104 of 125 13 LA #4814-2634-9072 v3 DRAFT 7/29/16 Date Issued: December 6, 2016 CITY OF TEMPLE CITY, CALIFORNIA BIDDING AND CONTRACT DOCUMENTS, PLANS AND SPECIFICATIONS 5800 TEMPLE CITY BLVD PARKING LOT IMPROVEMENTS, P17-05 Document Control Page 105 of 125 14 LA #4814-2634-9072 v3 DRAFT 7/29/16 Date Issued: December 6, 2016 CITY OF TEMPLE CITY, CALIFORNIA BIDDING AND CONTRACT DOCUMENTS, PLANS AND SPECIFICATIONS 5800 TEMPLE CITY BLVD PARKING LOT IMPROVEMENTS, P17-05 Document Control Page 106 of 125 Appendix B PROJECT PLANS Date Issued: December 6, 2016 CITY OF TEMPLE CITY, CALIFORNIA BIDDING AND CONTRACT DOCUMENTS, PLANS AND SPECIFICATIONS 5800 TEMPLE CITY BLVD PARKING LOT IMPROVEMENTS, P17-05 Document Control Page 107 of 125 SIGNATURE3DXO$1RWD11/30/16L O S T W E S TL A N D S C A P E A R C H I T E C T U R EGARDENS PARKS CITIESTEL: (323) 258-8214 OR (760) 434-57905208 Townsend Ave. Los Angeles, CA 90041PO BOX 4548 Carlsbad, CA 920183/$1'$7(3/277,1*+,6725<9HUVLRQ1610 Temple City Parking Lot5800 TEMPLE CITY BLVD. PARKINGLOT IMPROVEMENTSCITY PROJECT I.D.: P 17-05CITY OF TEMPLE CITYSIGNGNGGNGNNNNNGNGNNATURE11/30(/(&7521,&$//<$33529('%<0,&+$(/)25%(6&20081,7<'(9(/230(17',5(&725(/(&7521,&$//<&+(&.('%<$/,&$<,53(Date Issued: December 6, 2016 CITY OF TEMPLE CITY, CALIFORNIA BIDDING AND CONTRACT DOCUMENTS, PLANS AND SPECIFICATIONS 5800 TEMPLE CITY BLVD PARKING LOT IMPROVEMENTS, P17-05 Document Control Page 108 of 125GENERAL NOTES UNLESS OTHERWISE NOTED. ALL WORK SHALL BE PERFORMED IN ACCORDANCE WITH THE "STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION CSSPWCl". "CALIFORNIA MANUAL ON UNIFORM TRAFFIC CONTROL DEVICES CCA MUTCDl, "CAL TRANS STANDARD PLANS", "STANDARD PLANS FOR PUBLIC WORK CONSTRUCTION" ALL LATEST EDITION WITH ALL CURRENT SUPPLEMENTS, THE GENERAL PROVISIONS AND SPECIAL PROVISIONS IN THE CONTRACT DOCUMENTS. 2. PRIOR TO BEGINNING OF ANY WORK. THE CONTRACTOR SHALL OBTAIN A PERMIT FROM THE CITY OF TEMPLE. 3. ALL WORK COVERED BY THIS PLAN SHALL BE INSPECTED BY THE CITY ENGINEER. REQUEST FOR INSPECTION SERVICE SHALL BE MADE 24-HOURS IN ADVANCE AT C626l 656-7315. 4. THE CONTRACTOR SHALL NOTIFY UNDERGROUND SERVICE ALERT CU.S.A.l 48 HOURS PRIOR TO THE START OF WORK. UPON EXPOSING ANY UTILITY'S UNDERGROUND FACILITY. THE CONTRACTOR SHALL NOTIFY UTILITY IMMEDIATELY. 5. IT SHALL BE THE RESPONSIBILITY OF THE CONTRACTOR TO LOCATE ALL UTILITIES OF EVERY NATURE, WHETHER SHOWN HEREON OR NOT, TO PROTECT THEM FROM DAMAGE WITHIN THE ALIGNMENT OF THE PROPOSED IMPROVEMENTS. THE CONTRACTOR SHALL BEAR THE TOTAL EXPENSE OF REPAIR OR REPLACEMENT OF UTILITIES DAMAGED BY OPERATIONS IN CONNECTION WITH THE PROSECUTION IF THE WORK. 6. THE CONTRACTOR SHALL NOT CONDUCT ANY OPERATIONS OR PERFORM ANY WORK PERTAINING TO THE PROJECT BETWEEN 500 P.M. AND 800 A.M. ON ANY DAY NOR ON SATURDAY. SUNDAY. HOLIDAY AT ANY TIME EXCEPT AS APPROVED BY THE ENGINEER. 7. THE CONTRACTOR SHALL PROTECT AND RESTORE EXISTING UTILITIES AND IMPROVEMENTS AS PER SECTION 5-1. 5-2-AND 7-9 OF THE STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION. 8. THE CONTRACTOR IS ADVISED THAT UNLESS NOTED OTHERWISE IN THE CONTRACT DOCUMENTS. ALL MATERIALS REMOVED UNDER CLEARING AND GRUBBING SHALL BECOME THE PROPERTY OF THE CONTRACTOR AND SHALL BE REMOVED DISPOSED FROM THE JOBSITE UNLESS INSTRUCTED BY THE ENGINEER TO DO OTHERWISE. 9. THE CONTRACTOR SHALL BE RESPONSIBLE TO PROVIDE FOR PUBLIC SAFETY AND CONVENIENCE AND SECURE THE PROJECT AS WELL AS ADJOINING PROPERTIES DURING THE DURATION OF PROJECT. 10. THE CONTRACTOR SHALL PROVIDE A TRAFFIC CONTROL PLAN FOR THE COMPLETION OF THE PROPOSED IMPROVEMENTS PER CA MANUAL ON UNIFORM TRAFFIC CONTROL DEVICES CMUTCDl TO THE SATISFACTION OF THE ENGINEER. A MINIMUM OF ONE LANE OF TRAFFIC SHALL BE MAINTAINED AT ALL TIME DURING WORKING HOURS ALONG TEMPLE CITY BLVD. AND WORKMAN AVE. AND SHALL BE RESTORED TO THE ORIGINAL TRAFFIC LANE AFTER WORK HOURS UNLESS APPROVED OTHERWISE BY THE ENGINEER. II. THE CONTRACTOR SHALL PROVIDE 72-HOUR NOTIFICATION TO THE AFFECTED PROPERTIES. POLICE DEPARTMENT AND FIRE DEPARTMENT IN THE EVENT OF A CHANGE IN STREET CLOSURE TO TRAFFIC AND/OR PUBLIC SAFETY VE'-ICLES, PARKING RESTRICTION, AND ON EACH MONDAY DURING THE CONSTRUCTION PERIOD. 12. ALL EXISTING PORTLAND CEMENT CONCRETE CP.C.C.l AND ASPHALT CONCRETE PAVEMENT SHALL BE SAWCUT. FULL DEPTH, TO A TRUE LINE WHERE NEW CONCRETE PAVEMENT IS TO JOIN. 13. ALONG ROADWAYS SHALL BE BACKFILLED AT THE END OF EACH WORKING DAY AND ROAD OPEN TO VEHICULAR TRAFFIC UNLESS APPROVED BY THE ENGINEER. 14. CONSTRUCTION SITES SHALL BE MAINTAINED IN SUCH A CONDITION THAT A STORM DOES NOT CARRY WASTES OR POLLUTANTS OFF THE SITE. DISCHARGES OTHER THAN STORMWATER CNON-STORMWATER DISCHARGES) ARE PROHIBITED EXCEPT AS AUTHORIZED BY AN INDIVIDUAL NPDES PERMIT OR THE STATEWIDE GENERAL CONSTRUCTION STORMWATER PERMIT. 15. IT SHALL BE THE CONTRACTOR RESPONSIBILITY TO NOTIFY AND COORDINATE WITH ALL AFFECTED UTILITY PURVEYOR OF THE WORK NEEDED TO ADJUST AND/OR RELOCATE UTILITY FACILITIES AS NOTED ON THE PLAN. 16. THE FOLLOWING IS A LIST OF THE UTILITY COMPANIES AND THEIR CONTACTS• JOHANNA MUNOZ SOUTHERN CALIFORNIA EDISON DUANE GREEN SOUTHERN CALIFORNIA GAS COMPANY ANNA LIMAS AT~T JESSE GONZALES CHARTER COMMUNICATION LA COUNTY SEWER MAINTENANCE DISTRICT WAYNE GOEHRING EAST PASADENA WATER COMPANY CGARABALDI AVE TO E. CAMINO REAL A VEl TROY SUNNY SLOPE WATER COMPANY CLIVE OAK AVE TO GARIBALDI AVE.l LOUIE ROMERO CALIFORNIA AMERICAN WATER CO (BLACKLEY ST TO LIVE OAK A VEl CELLIS LANE TO LOWER AZUSA RD.l BOB NILA GOLDEN STATE WATER CO LOWER AZUSA RD TO BLACKLEY ST (626) 303-84 73 (310) 687-2055 (626) 5 70-5314 (626) 430-3570 (626) 300-3399 (626) 793-6189 (626) 287-5238 (626) 614 2500 (626) 446 154 7 NO. REVISIONS PUBLIC WORKS AND ENGINEERING DEPARTMENT 5800 TEMPLE CITY BLVD. PARKING LOT IMPROVEMENTS CITY PROJECT I.D.: P17-05 ~ 2_ -~ s. ~ til ~PROJECT SITE I \JJNOT TO SCALE ~AREA MAP d~ NOT TO SCALE -u 1Cl ~ 0 ~ ~ til c REVISED BY APPROVED BY DATE -\ 11\ ~ ~ 0-'==i -< Ul ~ 0 I \ (i) 0 5 '! 1/'JO RUff p..\JE.. 2. oo 7'-~ t 0 ~ 1\ ~ 1\ Th s. til ~ 1Z ~ ~ ~ I'll I'll . . lUNAS Q\2. e. ~_p..s APPROVED: A CALIFORNIA CORPORATION @ CHECK BY: CllY ENGINEER TRAFFIC CONTROL GENERAL NOTES: ALL TRAFFIC CONTROL WORK FOR CONSTRUCTION SHALL CONFORM TO PART 6-TEMPORARY TRAFFIC CONTROL OF THE CA-MUTCD, ANY ADDENDUMS TO OR LA TEST EDITION AND ALL O.S.H.A. REQUIREMENTS. 2 THE CONTRACTOR SHALL HAVE ALL TRAFFIC CONTROL SIGNS, DELINEATORS, ETC., PROPERLY INSTALLED PRIOR TO COMMENCING CONSTRUCTION. 3 THE CONTRACTOR SHALL MAINTAIN ALL TRAFFIC CONTROL SIGNS, DELINEATORS, ETC., TO ENSURE PROPER FLOW AND SAFETY OF TRAFFIC WHILE WORKING IN THE STREET. 4 ADDITIONAL TRAFFIC CONTROL DEVICES MAY BE REQUIRED IN THE FIELD. THE CONTRACTOR SHALL BE RESPONSIBLE FOR ANY ADDITIONAL TRAFFIC CONTROL DEVICES REQUIRED BY THE CITY INSPECTOR/REPRESENTATIVES TO ASSURE PUBLIC SAFETY AT ALL TIMES. 5 THE CONTRACTOR SHALL UTILIZE A FLAGMAN DURING CONSTRUCTION WORK AS DEEMED NECESSARY BY THE AGENCY REPRESENTATIVE. 6 ARROW BOARDS SHALL BE USED ON ANY LANE CLOSURE ON ARTERIAL STREETS. 7 MAINTAIN ONE TRAFFIC LANE IN BOTH DIRECTIONS AT ALL TIMES. 8 ALL TRAFFIC LANES MUST BE OPEN ON WEEK ENDS AND HOLIDAYS. 9 ANY DEVIATION TO THE TRAFFIC LANE REQUIREMENTS SHALL REQUIRE THE CITY ENGINEER'S APPROVAL. A MINIMUM 24 HOURS ADVANCE NOTICE INS REQUIRED. INDEX TO PROJECT DRAWINGS SHEET NO. DWG.NO. Tl OFI IOFI8 CIOF4 2 OF 18 C20F4 3 OFI8 C3 OF4 4 OF 18 C4 OF 4 5 OFI8 Ll OF 5 6 OF 18 L2 OF 5 70FI8 L3 OF 5 8 OFI8 L4 OF 5 90F 18 L5 OF 5 IOOFI8 SO.I OF 8 IIOFI8 S0.2 OF 8 120FI8 S0.3 OF 8 130FI8 S0.5 OF 8 140F 18 SI.O OF 8 150F 18 SI.IOF8 160FI8 Sl.2 OF 8 17 OF 18 S2.1 OF 8 180F 18 Service AI ert Call: TOLL FREE 811 DATE DATE SHEET DESCRIPTION PROJECT TITLE SHEET CIVIL• GENERAL NOTES CIVIL• PRECISE GRADING~ PARKING LOT IMPROVEMENT PLAN CIVIL• SECTIONS ~ DETAILS CIVIL• EROSION CONTROL PLAN LANDSCAPE• LAY-OUT PLAN LANDSCAPE• IRRIGATION PLAN LANDSCAPE• PLANTING PLAN LANDSCAPE• TRELLIS ELEVATIONS LANDSCAPE• LANDSCAPE DETAILS STRUCTURAL• GENERAL NOTES STRUCTURAL• CONCRETE TYPICAL DETAILS STRUCTURAL• CONCRETE MASONRY TYPICAL DETAILS STRUCTURAL• ELEVATIONS STRUCTURAL• FOUNDATION PLAN STRUCTURAL• FLOOR PLAN STRUCTURAL• TRELLIS PLAN STRUCTURAL• TYPICAL DETAILS CITY OF TEMPLE CITY PUBLIC WORKS AND ENGINEERING DEPARTMENT PROJECT TITLE SHEET SHEET T 1 OF 01 SHEETS DWG. NO. 1 OF 18 13367 BENSON AVE.CHINO, CA. 91710(909) 595 85997(03/(&,7<%/9'3$5.,1*/27,03529(0(176&,7<352-(&7,'3CONSTRUCTION NOTES & MISCELLANEOUS NOTESCONSTRUCTION NOTESSPECIAL NOTATION'Z/E''EZ>ϭ͘'ƌĂĚŝŶŐĐŽŶƚƌĂĐƚŽƌƐŚĂůůĞdžĞƌĐŝƐĞĞdžƚƌĂĐĂƌĞƚŽŵŝŶŝŵŝnjĞƚŚĞĞĨĨĞĐƚƐĨƌŽŵ ĚŝƐƚƵƌďĞĚĞĂƌƚŚĂŶĚͬŽƌĚƵƐƚ͘ƵƐƚƐŚĂůůďĞĐŽŶƚƌŽůůĞĚŝŶĂĐĐŽƌĚĂŶĐĞǁŝƚŚƚŚĞƌĞƋƵŝƌĞŵĞŶƚƐŽĨƚŚĞ^ŽƵƚŚŽĂƐƚŝƌYƵĂůŝƚLJDĂŶĂŐĞŵĞŶƚŝƐƚƌŝĐƚĂŶĚĂƉƉůŝĐĂďůĞŽƵŶƚLJĂŶĚ^ƚĂƚĞůĂǁƐ͘ƚĂŵŝŶŝŵƵŵ͕ĐŽŶƚŝŶƵŽƵƐǁĞƚƚŝŶŐƐŚĂůůďĞƉĞƌĨŽƌŵĞĚǁŚŝůĞĂŶLJĞĂƌƚŚǁŽƌŬŝƐďĞŝŶŐƉĞƌĨŽƌŵĞĚ͘/ĨƚŚĞǁĂƚĞƌŝƐƚŽďĞŽďƚĂŝŶĞĚĨƌŽŵƚŚĞůŽĐĂůŵƵŶŝĐŝƉĂůǁĂƚĞƌƐƵƉƉůLJƐLJƐƚĞŵ͕ƚŚĞŐƌĂĚŝŶŐĐŽŶƚƌĂĐƚŽƌƐŚĂůůĨŝƌƐƚŽďƚĂŝŶĂƉƉƌŽǀĂůĨƌŽŵƚŚĞĂƉƉƌŽƉƌŝĂƚĞǁĂƚĞƌƉƌŽǀŝĚĞƌ͘Ϯ͘ ŶLJŵŽĚŝĨŝĐĂƚŝŽŶƐŽĨŽƌĐŚĂŶŐĞƐƚŽƚŚĞĂƉƉƌŽǀĞĚŐƌĂĚŝŶŐƉůĂŶƐƐŚĂůůďĞĂƉƉƌŽǀĞĚďLJƚŚĞŝƚLJŶŐŝŶĞĞƌ͘ϯ͘ dŚĞŽŶƚƌĂĐƚŽƌƐŚĂůůďĞƐŽůĞůLJƌĞƐƉŽŶƐŝďůĞĨŽƌƚŚĞƉƌĞǀĞŶƚŝŽŶŽĨĚĂŵĂŐĞƚŽĂĚũĂĐĞŶƚƉƌŽƉĞƌƚLJĂŶĚŶŽƉĞƌƐŽŶƐŚĂůůĞdžĐĂǀĂƚĞŽŶůĂŶĚƐƵĨĨŝĐŝĞŶƚůLJ ĐůŽƐĞƚŽƚŚĞƉƌŽƉĞƌƚLJůŝŶĞƚŽĞŶĚĂŶŐĞƌĂŶĂĚũŽŝŶŝŶŐƉƵďůŝĐƐƚƌĞĞƚ͕ƐŝĚĞǁĂůŬ͕ĂůůĞLJ͕ŽƌŽƚŚĞƌƉƵďůŝĐŽƌƉƌŝǀĂƚĞƉƌŽƉĞƌƚLJǁŝƚŚŽƵƚƐƵƉƉŽƌƚŝŶŐĂŶĚƉƌŽƚĞĐƚŝŶŐƐƵĐŚƉƌŽƉĞƌƚLJĨƌŽŵƐĞƚƚůŝŶŐ͕ĐƌĂĐŬŝŶŐŽƌŽƚŚĞƌĚĂŵĂŐĞǁŚŝĐŚĐŽƵůĚƌĞƐƵůƚ͘ϰ͘ dŚĞŽŶƚƌĂĐƚŽƌƐŚĂůůĐĂůůĨŽƌĂŶŝŶƐƉĞĐƚŝŽŶďLJƚŚĞŶŐŝŶĞĞƌĂƚƚŚĞĨŽůůŽǁŝŶŐǀĂƌŝŽƵƐƐƚĂŐĞƐŽĨǁŽƌŬĂŶĚƐŚĂůůŽďƚĂŝŶƚŚĞĂƉƉƌŽǀĂůŽĨƚŚĞďƵŝůĚŝŶŐŽĨĨŝĐŝĂůƉƌŝŽƌƚŽƉƌŽĐĞĞĚŝŶŐƚŽƚŚĞŶĞdžƚƐƚĂŐĞŽĨǁŽƌŬ͗Ă͘WƌĞͲŐƌĂĚĞ͘ĞĨŽƌĞĂŶLJĐŽŶƐƚƌƵĐƚŝŽŶŽƌŐƌĂĚŝŶŐĂĐƚŝǀŝƚŝĞƐŽĐĐƵƌĂƚƚŚĞƐŝƚĞ͘dŚĞŽŶƚƌĂĐƚŽƌƐŚĂůůƐĐŚĞĚƵůĞĂƉƌĞŐƌĂĚĞŝŶƐƉĞĐƚŝŽŶǁŝƚŚƚŚĞŶŐŝŶĞĞƌ͘ď͘/ŶŝƚŝĂů͘tŚĞŶƚŚĞƐŝƚĞŚĂƐďĞĞŶĐůĞĂƌĞĚŽĨǀĞŐĞƚĂƚŝŽŶĂŶĚƵŶĂƉƉƌŽǀĞĚĨŝůůĂŶĚŚĂƐďĞĞŶƐĐĂƌŝĨŝĞĚ͕ďĞŶĐŚĞĚŽƌŽƚŚĞƌǁŝƐĞƉƌĞƉĂƌĞĚĨŽƌĨŝůů͘EŽĨŝůůƐŚĂůůŚĂǀĞďĞĞŶƉůĂĐĞĚƉƌŝŽƌƚŽƚŚŝƐŝŶƐƉĞĐƚŝŽŶ͘Đ͘ZŽƵŐŚ͘tŚĞŶĂƉƉƌŽdžŝŵĂƚĞĨŝŶĂůĞůĞǀĂƚŝŽŶƐŚĂǀĞďĞĞŶĞƐƚĂďůŝƐŚĞĚ͕ĚƌĂŝŶĂŐĞƚĞƌƌĂĐĞƐ͕ƐǁĂůĞƐĂŶĚŽƚŚĞƌĚƌĂŝŶĂŐĞĚĞǀŝĐĞƐŶĞĐĞƐƐĂƌLJĨŽƌƚŚĞƉƌŽƚĞĐƚŝŽŶŽĨƚŚĞďƵŝůĚŝŶŐƐŝƚĞƐĨƌŽŵĨůŽŽĚŝŶŐŚĂǀĞďĞĞŶŝŶƐƚĂůůĞĚ͕ďĞƌŵƐŚĂǀĞďĞĞŶŝŶƐƚĂůůĞĚĂƚƚŚĞƚŽƉŽĨƚŚĞƐůŽƉĞƐ͘Ě͘&ŝŶĂů͘tŚĞŶŐƌĂĚŝŶŐŚĂƐďĞĞŶĐŽŵƉůĞƚĞĚ͖ĂůůĚƌĂŝŶĂŐĞĚĞǀŝĐĞƐŶĞĐĞƐƐĂƌLJƚŽĚƌĂŝŶƚŚĞďƵŝůĚŝŶŐƉĂĚŚĂǀĞďĞĞŶŝŶƐƚĂůůĞĚ͕ƐůŽƉĞƉůĂŶƚŝŶŐŚĂƐďĞĞŶĞƐƚĂďůŝƐŚĞĚ͕ŝƌƌŝŐĂƚŝŽŶƐLJƐƚĞŵƐŚĂǀĞďĞĞŶŝŶƐƚĂůůĞĚ͘dDWKZZzZd,E^dKZDtdZWZKdd/sD^hZ^ϭ͘ EW^ŽŵƉůŝĂŶĐĞ͘/ŶĐŽŵƉůŝĂŶĐĞǁŝƚŚƚŚĞŽƵŶƚLJŽĨ>ŽƐŶŐĞůĞƐEĂƚŝŽŶĂůWŽůůƵƚŝŽŶŝƐĐŚĂƌŐĞůŝŵŝŶĂƚŝŽŶ^LJƐƚĞŵ;EW^ͿͲŽŶƐƚƌƵĐƚŝŽŶ'ĞŶĞƌĂůWĞƌŵŝƚ͕dŝƚůĞϭϮ͘ϴϬͲŶǀŝƌŽŶŵĞŶƚĂůWƌŽƚĞĐƚŝŽŶŽĚĞ͕ĂŶĚƚŚĞ>ŽƐŶŐĞůĞƐŽƵŶƚLJƵŝůĚŝŶŐŽĚĞ͕ĂůůĐŽŶƐƚƌƵĐƚŝŽŶƐŝƚĞƐĂƌĞƌĞƋƵŝƌĞĚƚŽŝŵƉůĞŵĞŶƚĞƐƚDĂŶĂŐĞŵĞŶƚWƌĂĐƚŝĐĞƐ;DWƐͿƚŽĐŽŶƚƌŽůĞƌŽƐŝŽŶ͕ĚĞďƌŝƐ͕ĂŶĚĐŽŶƐƚƌƵĐƚŝŽŶͲƌĞůĂƚĞĚƉŽůůƵƚĂŶƚƐ͘Ϯ͘ >KDWZĞƋƵŝƌĞŵĞŶƚƐ͘dŚĞĨŽůůŽǁŝŶŐĞƐƚDĂŶĂŐĞŵĞŶƚWƌĂĐƚŝĐĞƐ;͞DWƐ͟ͿĂƉƉůLJƚŽĂůůƉĞƌŵŝƚƐĂŶĚƌĞƉƌĞƐĞŶƚƚŚĞ ŵŝŶŝŵƵŵƐƚĂŶĚĂƌĚƐŽĨ ŐŽŽĚŚŽƵƐĞŬĞĞƉŝŶŐƚŚĂƚŵƵƐƚďĞŝŵƉůĞŵĞŶƚĞĚŽŶĂůůĐŽŶƐƚƌƵĐƚŝŽŶƐŝƚĞƐƌĞŐĂƌĚůĞƐƐŽĨĂůůƐŝnjĞ͗Ă͘ƌŽĚĞĚƐĞĚŝŵĞŶƚƐĂŶĚŽƚŚĞƌƉŽůůƵƚĂŶƚƐŵƵƐƚďĞƌĞƚĂŝŶĞĚŽŶƐŝƚĞĂŶĚŵĂLJŶŽƚďĞƚƌĂŶƐƉŽƌƚĞĚĨƌŽŵƚŚĞƐŝƚĞǀŝĂƐŚĞĞƚĨůŽǁ͕ƐǁĂůĞƐ͕ĂƌĞĂĚƌĂŝŶƐ͕ŶĂƚƵƌĂůĚƌĂŝŶĂŐĞĐŽƵƌƐĞƐŽƌǁŝŶĚ͘ď͘^ƚŽĐŬƉŝůĞƐŽĨĞĂƌƚŚĂŶĚŽƚŚĞƌĐŽŶƐƚƌƵĐƚŝŽŶƌĞůĂƚĞĚŵĂƚĞƌŝĂůƐŵƵƐƚďĞƉƌŽƚĞĐƚĞĚĨƌŽŵďĞŝŶŐƚƌĂŶƐƉŽƌƚĞĚĨƌŽŵƚŚĞƐŝƚĞďLJƚŚĞĨŽƌĐĞƐŽĨǁŝŶĚŽƌǁĂƚĞƌ͘Đ͘&ƵĞůƐ͕ŽŝůƐ͕ƐŽůǀĞŶƚƐĂŶĚŽƚŚĞƌƚŽdžŝĐŵĂƚĞƌŝĂůƐŵƵƐƚďĞƐƚŽƌĞĚŝŶĂĐĐŽƌĚĂŶĐĞǁŝƚŚƚŚĞŝƌůŝƐƚŝŶŐĂŶĚĂƌĞ ŶŽƚƚŽĐŽŶƚĂŵŝŶĂƚĞƚŚĞƐŽŝůĂŶĚƐƵƌĨĂĐĞǁĂƚĞƌƐ͘ůůĂƉƉƌŽǀĞĚƐƚŽƌĂŐĞĐŽŶƚĂŝŶĞƌƐĂƌĞƚŽďĞƉƌŽƚĞĐƚĞĚ ĨƌŽŵƚŚĞǁĞĂƚŚĞƌ͘^ƉŝůůƐŵƵƐƚďĞĐůĞĂŶĞĚƵƉŝŵŵĞĚŝĂƚĞůLJĂŶĚĚŝƐƉŽƐĞĚ ŽĨŝŶĂƉƌŽƉĞƌŵĂŶŶĞƌ͘^ƉŝůůƐŵĂLJŶŽƚďĞǁĂƐŚĞĚŝŶƚŽƚŚĞĚƌĂŝŶĂŐĞƐLJƐƚĞŵ͘Ě͘EŽŶͲƐƚŽƌŵǁĂƚĞƌƌƵŶŽĨĨĨƌŽŵĞƋƵŝƉŵĞŶƚĂŶĚǀĞŚŝĐůĞǁĂƐŚŝŶŐĂŶĚĂŶLJŽƚŚĞƌĂĐƚŝǀŝƚLJƐŚĂůůďĞĐŽŶƚĂŝŶĞĚĂƚƚŚĞƉƌŽũĞĐƚƐŝƚĞ͘Ğ͘džĐĞƐƐŽƌǁĂƐƚĞĐŽŶĐƌĞƚĞŵĂLJŶŽƚďĞǁĂƐŚĞĚŝŶƚŽƚŚĞƉƵďůŝĐǁĂLJŽƌĂŶLJŽƚŚĞƌĚƌĂŝŶĂŐĞƐLJƐƚĞŵ͘WƌŽǀŝƐŝŽŶƐƐŚĂůůďĞŵĂĚĞƚŽƌĞƚĂŝŶĐŽŶĐƌĞƚĞǁĂƐƚĞƐŽŶƐŝƚĞƵŶƚŝůƚŚĞLJĐĂŶďĞĚŝƐƉŽƐĞĚŽĨĂƐƐŽůŝĚǁĂƐƚĞ͘Ĩ͘dƌĂƐŚĂŶĚĐŽŶƐƚƌƵĐƚŝŽŶƌĞůĂƚĞĚƐŽůŝĚǁĂƐƚĞƐŵƵƐƚďĞĚĞƉŽƐŝƚĞĚŝŶƚŽĂĐŽǀĞƌĞĚƌĞĐĞƉƚĂĐůĞƚŽƉƌĞǀĞŶƚĐŽŶƚĂŵŝŶĂƚŝŽŶŽĨƌĂŝŶǁĂƚĞƌĂŶĚĚŝƐƉĞƌƐĂůďLJǁŝŶĚ͘Ő͘^ĞĚŝŵĞŶƚƐĂŶĚŽƚŚĞƌŵĂƚĞƌŝĂůƐŵĂLJŶŽƚďĞƚƌĂĐŬĞĚĨƌŽŵƚŚĞƐŝƚĞďLJǀĞŚŝĐůĞƚƌĂĨĨŝĐ͘dŚĞĐŽŶƐƚƌƵĐƚŝŽŶĞŶƚƌĂŶĐĞƌŽĂĚǁĂLJƐŵƵƐƚďĞƐƚĂďŝůŝnjĞĚƐŽĂƐƚŽŝŶŚŝďŝƚƐĞĚŝŵĞŶƚƐĨƌŽŵďĞŝŶŐĚĞƉŽƐŝƚĞĚŝŶƚŽƚŚĞƉƵďůŝĐǁĂLJ͘ĐĐŝĚĞŶƚĂůĚĞƉŽƐŝƚŝŽŶƐŵƵƐƚďĞƐǁĞƉƚƵƉŝŵŵĞĚŝĂƚĞůLJĂŶĚŵĂLJŶŽƚďĞǁĂƐŚĞĚĚŽǁŶďLJƌĂŝŶŽƌŽƚŚĞƌŵĞĂŶƐ͘Ś͘ŶLJƐůŽƉĞƐǁŝƚŚĚŝƐƚƵƌďĞĚƐŽŝůƐŽƌĚĞŶƵĚĞĚŽĨǀĞŐĞƚĂƚŝŽŶŵƵƐƚďĞƐƚĂďŝůŝnjĞĚƐŽĂƐƚŽŝŶŚŝďŝƚĞƌŽƐŝŽŶďLJǁŝŶĚĂŶĚǁĂƚĞƌ͘ϯ͘ DĂŝŶƚĞŶĂŶĐĞŽĨWƌŽƚĞĐƚŝǀĞDĞĂƐƵƌĞƐ͘dŚĞŽŶƚƌĂĐƚŽƌƐŚĂůůŵĂŝŶƚĂŝŶŝŶŐŽŽĚĐŽŶĚŝƚŝŽŶĂŶĚƌĞƉĂŝƌĂůůĚƌĂŝŶĂŐĞƐƚƌƵĐƚƵƌĞƐĂŶĚƚĞŵƉŽƌĂƌLJĞĂƌƚŚ͕ƉŽůůƵƚĂŶƚĂŶĚƐƚŽƌŵǁĂƚĞƌƉƌŽƚĞĐƚŝǀĞŵĞĂƐƵƌĞƐŝŶĐůƵĚŝŶŐƌŽĚĞŶƚĐŽŶƚƌŽůĂƐƐŚŽǁŶŽŶƚŚĞĂƉƉƌŽǀĞĚŐƌĂĚŝŶŐƉůĂŶƐ͘ůůŵĞĂƐƵƌĞƐƐŚĂůůďĞŵĂŝŶƚĂŝŶĞĚƚŽƚŚĞƐĂƚŝƐĨĂĐƚŝŽŶŽĨƚŚĞŝƚLJƵŶƚŝůĨŝŶĂůŐƌĂĚŝŶŐĂƉƉƌŽǀĂůŚĂƐďĞĞŶŐƌĂŶƚĞĚďLJƚŚĞŝƚLJŶŐŝŶĞĞƌ ĂŶĚĂůů ƉĞƌŵĂŶĞŶƚĚƌĂŝŶĂŐĞĂŶĚĞƌŽƐŝŽŶĐŽŶƚƌŽůƐLJƐƚĞŵƐ͕ŝĨƌĞƋƵŝƌĞĚ͕ĂƌĞŝŶƉůĂĐĞ͘ůůƐƚƌƵĐƚƵƌĂůĞƐƚDĂŶĂŐĞŵĞŶƚWƌĂĐƚŝĐĞƐ;͞DWƐ͟ͿƐŚĂůůďĞĂĐĐĞƐƐŝďůĞĨŽƌŝŶƐƉĞĐƚŝŽŶĂŶĚŵĂŝŶƚĞŶĂŶĐĞϰ͘ /ŶƐƚĂůůĂƚŝŽŶ͘dŚĞŽŶƚƌĂĐƚŽƌƐŚĂůůƉƵƚŝŶƚŽĞĨĨĞĐƚĂŶĚŵĂŝŶƚĂŝŶĂůůƉƌĞĐĂƵƚŝŽŶĂƌLJŵĞĂƐƵƌĞƐŶĞĐĞƐƐĂƌLJ ƚŽƉƌŽƚĞĐƚĂĚũĂĐĞŶƚǁĂƚĞƌĐŽƵƌƐĞƐĂŶĚƉƵďůŝĐŽƌƉƌŝǀĂƚĞƉƌŽƉĞƌƚLJĨƌŽŵĚĂŵĂŐĞďLJĞƌŽƐŝŽŶ͕ĨůŽŽĚŝŶŐĂŶĚĚĞƉŽƐŝƚŝŽŶŽĨŵƵĚŽƌ ĚĞďƌŝƐŽƌŝŐŝŶĂƚŝŶŐĨƌŽŵƚŚĞƉƌĞŵŝƐĞƐĚĞƐĐƌŝďĞĚŽŶƚŚĞƐĞƉůĂŶƐƉƌŝŽƌƚŽƚŚĞƐƚĂƌƚŽĨĂŶLJŐƌĂĚŝŶŐŽƉĞƌĂƚŝŽŶƐ͘ϱ͘ WŚĂƐĞĚKƉĞƌĂƚŝŽŶƐ͘ƐŐƌĂĚŝŶŐŽƉĞƌĂƚŝŽŶƐƉƌŽŐƌĞƐƐ͕Ăůů ƉƌŽƚĞĐƚŝǀĞŵĞĂƐƵƌĞƐƐŚĂůůďĞƵƉĚĂƚĞĚĂƐŶĞĐĞƐƐĂƌLJƚŽƉƌĞǀĞŶƚĞƌŽƐŝŽŶĂŶĚƚŽĐŽŶƚƌŽůĐŽŶƐƚƌƵĐƚŝŽŶƌĞůĂƚĞĚƉŽůůƵƚĂŶƚƐĨƌŽŵĚŝƐĐŚĂƌŐŝŶŐĨƌŽŵƚŚĞƐŝƚĞ͘ůůďĞƐƚŵĂŶĂŐĞŵĞŶƚƉƌĂĐƚŝĐĞƐƐŚĂůůďĞŵĂŝŶƚĂŝŶĞĚŝŶŐŽŽĚǁŽƌŬŝŶŐŽƌĚĞƌƚŽƚŚĞƐĂƚŝƐĨĂĐƚŝŽŶŽĨƚŚĞďƵŝůĚŝŶŐŽĨĨŝĐŝĂů͘&ĂŝůƵƌĞƚŽĐŽŵƉůLJǁŝƚŚƚŚŝƐ͘^ĞĐƚŝŽŶŝƐƐƵďũĞĐƚƚŽΗEŽŶĐŽŵƉůŝĂŶĐĞWĞŶĂůƚŝĞƐΗƉƵƌƐƵĂŶƚƚŽ^ĞĐƚŝŽŶ:ϭϭϬ͘ϴ͘ϱ͘WĂLJŵĞŶƚŽĨĂƉĞŶĂůƚLJƐŚĂůůŶŽƚƌĞůŝĞǀĞĂŶLJƉĞƌƐŽŶƐĨƌŽŵĨƵůůLJĐŽŵƉůLJŝŶŐǁŝƚŚƚŚĞƌĞƋƵŝƌĞŵĞŶƚƐŽĨƚŚŝƐŽĚĞŝŶƚŚĞĞdžĞĐƵƚŝŽŶŽĨƚŚĞǁŽƌŬ͘>K^E'>^KhEdz^dKZDtdZWK>>hd/KEWZsEd/KE;͞^tWWW͟ͿEtdtd,ZZK^/KEKEdZK>W>E;͞ttW͟Ϳ'EZ>EKd^ϭ͘  ƐƚĂŶĚͲďLJĐƌĞǁĨŽƌĞŵĞƌŐĞŶĐLJǁŽƌŬƐŚĂůůďĞĂǀĂŝůĂďůĞĂƚĂůůƚŝŵĞƐĚƵƌŝŶŐƚŚĞƌĂŝŶLJ ƐĞĂƐŽŶ;EŽǀĞŵďĞƌϭƐƚƚŽƉƌŝůϭϱƚŚͿ͘EĞĐĞƐƐĂƌLJŵĂƚĞƌŝĂůƐƐŚĂůůďĞĂǀĂŝůĂďůĞŽŶͲƐŝƚĞĂŶĚƐƚŽĐŬƉŝůĞĚĂƚĐŽŶǀĞŶŝĞŶƚůŽĐĂƚŝŽŶƐƚŽĨĂĐŝůŝƚĂƚĞƌĂƉŝĚĐŽŶƐƚƌƵĐƚŝŽŶŽĨĞŵĞƌŐĞŶĐLJĚĞǀŝĐĞƐǁŚĞŶƌĂŝŶŝƐŝŵŵŝŶĞŶƚ͘Ϯ͘ ƌŽƐŝŽŶĐŽŶƚƌŽůĚĞǀŝĐĞƐƐŚŽǁŶŽŶƚŚŝƐƉůĂŶŵĂLJďĞ ƌĞŵŽǀĞĚǁŚĞŶĂƉƉƌŽǀĞĚďLJƚŚĞŶŐŝŶĞĞƌŝĨ ƚŚĞŐƌĂĚŝŶŐŽƉĞƌĂƚŝŽŶŚĂƐƉƌŽŐƌĞƐƐĞĚƚŽƚŚĞƉŽŝŶƚǁŚĞƌĞƚŚĞLJĂƌĞŶŽůŽŶŐĞƌƌĞƋƵŝƌĞĚ͘ϯ͘ 'ƌĂĚĞĚĂƌĞĂƐĂĚũĂĐĞŶƚƚŽĨŝůůƐůŽƉĞƐůŽĐĂƚĞĚĂƚƚŚĞƐŝƚĞƉĞƌŝŵĞƚĞƌŵƵƐƚĚƌĂŝŶĂǁĂLJĨƌŽŵƚŚĞƚŽƉŽĨƐůŽƉĞĂƚƚŚĞĐŽŶĐůƵƐŝŽŶŽĨĞĂĐŚǁŽƌŬŝŶŐĚĂLJ͘ůůůŽŽƐĞƐŽŝůƐĂŶĚĚĞďƌŝƐƚŚĂƚŵĂLJĐƌĞĂƚĞĂƉŽƚĞŶƚŝĂůŚĂnjĂƌĚƚŽŽĨĨͲƐŝƚĞƉƌŽƉĞƌƚLJƐŚĂůůďĞƐƚĂďŝůŝnjĞĚŽƌƌĞŵŽǀĞĚĨƌŽŵƚŚĞƐŝƚĞŽŶĂĚĂŝůLJďĂƐŝƐ͘ϰ͘ ůůƐŝůƚĂŶĚĚĞďƌŝƐƐŚĂůůďĞƌĞŵŽǀĞĚĨƌŽŵĂůůĚĞǀŝĐĞƐǁŝƚŚŝŶϮϰŚŽƵƌƐĂĨƚĞƌĞĂĐŚƌĂŝŶƐƚŽƌŵĂŶĚďĞĚŝƐƉŽƐĞĚŽĨƉƌŽƉĞƌůLJ͘ϱ͘ ŐƵĂƌĚƐŚĂůůďĞƉŽƐƚĞĚŽŶƚŚĞƐŝƚĞǁŚĞŶĞǀĞƌƚŚĞĚĞƉƚŚŽĨǁĂƚĞƌŝŶĂŶLJĚĞǀŝĐĞĞdžĐĞĞĚƐƚǁŽĨĞĞƚ͘dŚĞĚĞǀŝĐĞƐŚĂůůďĞĚƌĂŝŶĞĚŽƌƉƵŵƉĞĚĚƌLJǁŝƚŚŝŶϮϰŚŽƵƌƐĂĨƚĞƌĞĂĐŚƌĂŝŶƐƚŽƌŵ͘WƵŵƉŝŶŐĂŶĚĚƌĂŝŶŝŶŐŽĨĂůůďĂƐŝŶƐĂŶĚĚƌĂŝŶĂŐĞĚĞǀŝĐĞƐŵƵƐƚĐŽŵƉůLJŵƵƐƚĐŽŵƉůLJǁŝƚŚƚŚĞĂƉƉƌŽƉƌŝĂƚĞDWĨŽƌĚĞǁĂƚĞƌŝŶŐŽƉĞƌĂƚŝŽŶƐ͘ϲ͘ dŚĞƉůĂĐĞŵĞŶƚŽĨĂĚĚŝƚŝŽŶĂůĚĞǀŝĐĞƐ ƚŽƌĞĚƵĐĞĞƌŽƐŝŽŶ ĚĂŵĂŐĞĂŶĚĐŽŶƚĂŝŶƉŽůůƵƚĂŶƚƐǁŝƚŚŝŶƚŚĞƐŝƚĞŝƐůĞĨƚƚŽƚŚĞĚŝƐĐƌĞƚŝŽŶŽĨƚŚĞŶŐŝŶĞĞƌ͘ĚĚŝƚŝŽŶĂůĚĞǀŝĐĞƐĂƐŶĞĞĚĞĚƐŚĂůůďĞŝŶƐƚĂůůĞĚƚŽƌĞƚĂŝŶƐĞĚŝŵĞŶƚƐĂŶĚŽƚŚĞƌƉŽůůƵƚĂŶƚƐŽŶƐŝƚĞ͘ϳ͘ ĞƐŝůƚŝŶŐďĂƐŝŶƐŵĂLJŶŽƚďĞƌĞŵŽǀĞĚŽƌ ŵĂĚĞŝŶŽƉĞƌĂďůĞďĞƚǁĞĞŶEŽǀĞŵďĞƌϭƐƚĂŶĚƉƌŝůϭϱƚŚŽĨƚŚĞĨŽůůŽǁŝŶŐLJĞĂƌǁŝƚŚŽƵƚƚŚĞĂƉƉƌŽǀĂůŽĨƚŚĞŶŐŝŶĞĞƌ͘ϴ͘ ^ƚŽƌŵtĂƚĞƌWŽůůƵƚŝŽŶĂŶĚƌŽƐŝŽŶŽŶƚƌŽůĚĞǀŝĐĞƐĂƌĞƚŽďĞŵŽĚŝĨŝĞĚ͕ĂƐŶĞĞĚĞĚ͕ĂƐƚŚĞƉƌŽũĞĐƚƉƌŽŐƌĞƐƐĞƐ͕ƚŚĞĚĞƐŝŐŶĂŶĚƉůĂĐĞŵĞŶƚŽĨƚŚĞƐĞĚĞǀŝĐĞƐŝƐƚŚĞƌĞƐƉŽŶƐŝďŝůŝƚLJŽĨƚŚĞĨŝĞůĚĞŶŐŝŶĞĞƌ͘WůĂŶƐƌĞƉƌĞƐĞŶƚŝŶŐĐŚĂŶŐĞƐŵƵƐƚďĞƐƵďŵŝƚƚĞĚĨŽƌĂƉƉƌŽǀĂůŝĨƌĞƋƵĞƐƚĞĚďLJƚŚĞƵŝůĚŝŶŐKĨĨŝĐŝĂů͘ϵ͘ ǀĞƌLJĞĨĨŽƌƚƐŚŽƵůĚďĞŵĂĚĞƚŽĞůŝŵŝŶĂƚĞƚŚĞĚŝƐĐŚĂƌŐĞŽĨŶŽŶͲƐƚŽƌŵǁĂƚĞƌĨƌŽŵƚŚĞƉƌŽũĞĐƚƐŝƚĞƐĂƚĂůůƚŝŵĞƐ͘ϭϬ͘ ƌŽĚĞĚ ƐĞĚŝŵĞŶƚƐĂŶĚŽƚŚĞƌƉŽůůƵƚĂŶƚƐŵƵƐƚďĞƌĞƚĂŝŶĞĚŽŶͲƐŝƚĞĂŶĚŵĂLJŶŽƚďĞƚƌĂŶƐƉŽƌƚĞĚĨƌŽŵƚŚĞƐŝƚĞǀŝĂƐŚĞĞƚĨůŽǁ͕ƐǁĂůĞƐ͕ĂƌĞĂĚƌĂŝŶƐ͕ŶĂƚƵƌĂůĚƌĂŝŶĂŐĞĐŽƵƌƐĞƐ͕ŽƌǁŝŶĚ͘ϭϭ͘ ^ƚŽĐŬƉŝůĞƐŽĨĞĂƌƚŚĂŶĚŽƚŚĞƌĐŽŶƐƚƌƵĐƚŝŽŶͲƌĞůĂƚĞĚŵĂƚĞƌŝĂůƐŵƵƐƚďĞƉƌŽƚĞĐƚĞĚĨƌŽŵďĞŝŶŐƚƌĂŶƐƉŽƌƚĞĚĨƌŽŵƚŚĞƐŝƚĞďLJƚŚĞĨŽƌĐĞƐŽĨǁŝŶĚŽƌǁĂƚĞƌ͘ϭϮ͘ &ƵĞůƐ͕ŽŝůƐ͕ƐŽůǀĞŶƚƐ͕ĂŶĚŽƚŚĞƌƚŽdžŝĐ ŵĂƚĞƌŝĂůƐŵƵƐƚďĞ ƐƚŽƌĞĚŝŶĂĐĐŽƌĚĂŶĐĞǁŝƚŚƚŚĞŝƌůŝƐƚŝŶŐĂŶĚĂƌĞŶŽƚƚŽĐŽŶƚĂŵŝŶĂƚĞƚŚĞƐŽŝůƐĂŶĚƐƵƌĨĂĐĞǁĂƚĞƌƐ͘ůůĂƉƉƌŽǀĞĚƐƚŽƌĂŐĞĐŽŶƚĂŝŶĞƌƐĂƌĞƚŽďĞƉƌŽƚĞĐƚĞĚĨƌŽŵƚŚĞǁĞĂƚŚĞƌ͘^ƉŝůůƐŵƵƐƚďĞĐůĞĂŶĞĚƵƉŝŵŵĞĚŝĂƚĞůLJĂŶĚĚŝƐƉŽƐĞĚŽĨŝŶĂƉƌŽƉĞƌŵĂŶŶĞƌ͘^ƉŝůůƐŵĂLJŶŽƚďĞǁĂƐŚĞĚŝŶƚŽƚŚĞĚƌĂŝŶĂŐĞƐLJƐƚĞŵ͘ϭϯ͘ džĐĞƐƐŽƌǁĂƐƚĞĐŽŶĐƌĞƚĞŵĂLJ ŶŽƚďĞǁĂƐŚĞĚŝŶƚŽƚŚĞƉƵďůŝĐǁĂLJŽƌĂŶLJŽƚŚĞƌĚƌĂŝŶĂŐĞƐLJƐƚĞŵ͘WƌŽǀŝƐŝŽŶƐƐŚĂůůďĞŵĂĚĞƚŽƌĞƚĂŝŶĐŽŶĐƌĞƚĞǁĂƐƚĞƐŽŶͲƐŝƚĞƵŶƚŝůƚŚĞLJĐĂŶďĞĚŝƐƉŽƐĞĚŽĨĂƐƐŽůŝĚǁĂƐƚĞ͘ϭϰ͘ ŽŶƚƌĂĐƚŽƌŝƐƌĞƐƉŽŶƐŝďůĞƚŽŝŶƐƉĞĐƚĂůůƌŽƐŝŽŶŽŶƚƌŽůĞǀŝĐĞƐĂŶĚDWƐĂƌĞŝŶƐƚĂůůĞĚĂŶĚĨƵŶĐƚŝŽŶŝŶŐƉƌŽƉĞƌůLJŝĨƚŚĞƌĞŝƐĂϱϬйŽƌŐƌĞĂƚĞƌƉƌŽďĂďŝůŝƚLJ ŽĨƉƌĞĚŝĐƚĞĚƉƌĞĐŝƉŝƚĂƚŝŽŶ͕ĂŶĚĂĨƚĞƌĂĐƚƵĂůƉƌĞĐŝƉŝƚĂƚŝŽŶ͘ĐŽŶƐƚƌƵĐƚŝŽŶƐŝƚĞŝŶƐƉĞĐƚŝŽŶĐŚĞĐŬůŝƐƚĂŶĚŝŶƐƉĞĐƚŝŽŶůŽŐƐŚĂůůďĞŵĂŝŶƚĂŝŶĞĚĂƚƚŚĞƉƌŽũĞĐƚ ƐŝƚĞĂƚĂůůƚŝŵĞƐĂŶĚĂǀĂŝůĂďůĞĨŽƌ ƌĞǀŝĞǁďLJƚŚĞŶŐŝŶĞĞƌ;ĐŽƉŝĞƐŽĨƚŚĞƐĞůĨͲŝŶƐƉĞĐƚŝŽŶĐŚĞĐŬůŝƐƚĂŶĚŝŶƐƉĞĐƚŝŽŶůŽŐƐĂƌĞĂǀĂŝůĂďůĞƵƉŽŶƌĞƋƵĞƐƚͿ͘ƐĂŵƉůĞ>ŽŐĂŶĚŚĞĐŬůŝƐƚŝƐĂǀĂŝůĂďůĞĂƐƉĂƌƚŽĨƚŚĞ>ŽƐŶŐĞůĞƐŽƵŶƚLJ^tWWWĂŶĚttWZĞǀŝĞǁ^ŚĞĞƚĚĂƚĞĚϬϯͲϬϳͲϮϬϭϭĂƚ͗ŚƚƚƉ͗ͬͬĚƉǁ͘ůĂĐŽƵŶƚLJ͘ŐŽǀͬďƐĚͬƉƵďůŝĐĂƚŝŽŶƐͬŝŶĚĞdž͘ĐĨŵ͘ϭϱ͘ dƌĂƐŚĂŶĚĐŽŶƐƚƌƵĐƚŝŽŶͲƌĞůĂƚĞĚƐŽůŝĚǁĂƐƚĞƐŵƵƐƚďĞĚĞƉŽƐŝƚĞĚŝŶƚŽĂĐŽǀĞƌĞĚƌĞĐĞƉƚĂĐůĞƚŽƉƌĞǀĞŶƚĐŽŶƚĂŵŝŶĂƚŝŽŶŽĨƌĂŝŶǁĂƚĞƌĂŶĚĚŝƐƉĞƌƐĂůďLJǁŝŶĚ͘ϭϲ͘ ^ĞĚŝŵĞŶƚƐĂŶĚŽƚŚĞƌŵĂƚĞƌŝĂůƐŵĂLJŶŽƚďĞƚƌĂĐŬĞĚĨƌŽŵƚŚĞƐŝƚĞďLJǀĞŚŝĐůĞƚƌĂĨĨŝĐ͘dŚĞĐŽŶƐƚƌƵĐƚŝŽŶĞŶƚƌĂŶĐĞƌŽĂĚǁĂLJƐŵƵƐƚďĞƐƚĂďŝůŝnjĞĚƐŽĂƐƚŽŝŶŚŝďŝƚƐĞĚŝŵĞŶƚƐĨƌŽŵďĞŝŶŐĚĞƉŽƐŝƚĞĚŝŶƚŽƚŚĞƉƵďůŝĐǁĂLJ͘ĐĐŝĚĞŶƚĂůĚĞƉŽƐŝƚŝŽŶƐŵƵƐƚďĞƐǁĞƉƚƵƉŝŵŵĞĚŝĂƚĞůLJĂŶĚŵĂLJŶŽƚďĞǁĂƐŚĞĚĚŽǁŶďLJƌĂŝŶŽƌŽƚŚĞƌŵĞĂŶƐ͘ϭϳ͘ ŶLJƐůŽƉĞƐǁŝƚŚĚŝƐƚƵƌďĞĚƐŽŝůƐŽƌĚĞŶƵĚĞĚŽĨǀĞŐĞƚĂƚŝŽŶŵƵƐƚ ďĞƐƚĂďŝůŝnjĞĚƐŽĂƐƚŽŝŶŚŝďŝƚĞƌŽƐŝŽŶďLJǁŝŶĚĂŶĚǁĂƚĞƌ͘W>DEdK&&/>>DdZ/>ϭ͘ ĐĐĞƉƚĂďůĞDĂƚĞƌŝĂů͘&ŝůůŵĂƚĞƌŝĂůƐŚĂůůŶŽƚŝŶĐůƵĚĞŽƌŐĂŶŝĐ͕ĨƌŽnjĞŶŽƌŽƚŚĞƌĚĞůĞƚĞƌŝŽƵƐŵĂƚĞƌŝĂůƐ͘hŶůĞƐƐĂƉƉƌŽǀĞĚďLJƚŚĞŶŐŝŶĞĞƌ͕ŶŽ ƌŽĐŬŽƌƐŝŵŝůĂƌŝƌƌĞĚƵĐŝďůĞŵĂƚĞƌŝĂůŐƌĞĂƚĞƌ ƚŚĂŶϭϮŝŶĐŚĞƐŝŶĂŶLJĚŝŵĞŶƐŝŽŶƐŚĂůůďĞŝŶĐůƵĚĞĚŝŶĨŝůůƐ͘džĐĞƉƚŝŽŶ͗dŚĞŶŐŝŶĞĞƌŵĂLJƉĞƌŵŝƚƉůĂĐĞŵĞŶƚŽĨůĂƌŐĞƌƌŽĐŬǁŚĞŶƚŚĞŐĞŽƚĞĐŚŶŝĐĂůĞŶŐŝŶĞĞƌƉƌŽƉĞƌůLJĚĞǀŝƐĞƐĂŶĚƌĞĐŽŵŵĞŶĚƐĂŵĞƚŚŽĚŽĨƉůĂĐĞŵĞŶƚ͕ĂŶĚĐŽŶƚŝŶƵŽƵƐůLJŝŶƐƉĞĐƚƐƚŚĞƉůĂĐĞŵĞŶƚ ĂŶĚĂƉƉƌŽǀĞƐƚŚĞĨŝůůƐƚĂďŝůŝƚLJ͘dŚĞĨŽůůŽǁŝŶŐƌĞƋƵŝƌĞŵĞŶƚƐƐŚĂůůĂůƐŽĂƉƉůLJ͗Ă͘ WƌŝŽƌƚŽŝƐƐƵĂŶĐĞŽĨƚŚĞŐƌĂĚŝŶŐƉĞƌŵŝƚ͕ƉŽƚĞŶƚŝĂůƌŽĐŬĚŝƐƉŽƐĂůĂƌĞĂƐƐŚĂůůďĞĚĞůŝŶĞĂƚĞĚŽŶƚŚĞŐƌĂĚŝŶŐƉůĂŶ͘ď͘ZŽĐŬƐŝnjĞƐŐƌĞĂƚĞƌƚŚĂŶϭϮŝŶĐŚĞƐ;Ϭ͘ϯŵͿŝŶŵĂdžŝŵƵŵĚŝŵĞŶƐŝŽŶƐŚĂůůďĞϭϬĨĞĞƚŽƌŵŽƌĞďĞůŽǁŐƌĂĚĞ͕ŵĞĂƐƵƌĞĚǀĞƌƚŝĐĂůůLJ͘Đ͘ ZŽĐŬƐƐŚĂůůďĞƉůĂĐĞĚƐŽĂƐƚŽĂƐƐƵƌĞĨŝůůŝŶŐŽĨĂůůǀŽŝĚƐǁŝƚŚǁĞůůͲŐƌĂĚĞĚƐŽŝů͘Ě͘ dŚĞƌĞƉŽƌƚƐƐƵďŵŝƚƚĞĚďLJƚŚĞŐĞŽƚĞĐŚŶŝĐĂůĞŶŐŝŶĞĞƌƐŚĂůůĂĐŬŶŽǁůĞĚŐĞƚŚĞƉůĂĐĞŵĞŶƚŽĨƚŚĞŽǀĞƌƐŝnjĞĚŵĂƚĞƌŝĂůĂŶĚǁŚĞƚŚĞƌƚŚĞǁŽƌŬǁĂƐƉĞƌĨŽƌŵĞĚŝŶĂĐĐŽƌĚĂŶĐĞǁŝƚŚƚŚĞĞŶŐŝŶĞĞƌΖƐƌĞĐŽŵŵĞŶĚĂƚŝŽŶƐĂŶĚƚŚĞĂƉƉƌŽǀĞĚƉůĂŶƐ͘Ğ͘ dŚĞůŽĐĂƚŝŽŶŽĨŽǀĞƌƐŝnjĞĚƌŽĐŬĚŝƐƉĞƌƐĂůĂƌĞĂƐƐŚĂůůďĞƐŚŽǁŶŽŶƚŚĞĂƐͲďƵŝůƚƉůĂŶ͘Ϯ͘ ŽŵƉĂĐƚŝŽŶ͘ůůĨŝůůŵĂƚĞƌŝĂůƐŚĂůůďĞĐŽŵƉĂĐƚĞĚƚŽĂŵŝŶŝŵƵŵŽĨϵϬƉĞƌĐĞŶƚŽĨŵĂdžŝŵƵŵĚĞŶƐŝƚLJĂƐĚĞƚĞƌŵŝŶĞĚďLJ^dDϭϱϱϳ͕DŽĚŝĨŝĞĚWƌŽĐƚŽƌ͕ŝŶůŝĨƚƐŶŽƚĞdžĐĞĞĚŝŶŐϭϮŝŶĐŚĞƐŝŶĚĞƉƚŚǁŝƚŚŝŶϰϬĨĞĞƚďĞůŽǁĨŝŶŝƐŚĞĚŐƌĂĚĞĂŶĚϵϯƉĞƌĐĞŶƚŽĨŵĂdžŝŵƵŵĚƌLJĚĞŶƐŝƚLJĚĞĞƉĞƌƚŚĂŶϰϬĨĞĞƚďĞůŽǁĨŝŶŝƐŚĞĚŐƌĂĚĞ͕ƵŶůĞƐƐĂůŽǁĞƌƌĞůĂƚŝǀĞĐŽŵƉĂĐƚŝŽŶ;ŶŽƚůĞƐƐƚŚĂŶϵϬƉĞƌĐĞŶƚŽĨŵĂdžŝŵƵŵĚƌLJĚĞŶƐŝƚLJͿŝƐũƵƐƚŝĨŝĞĚďLJƚŚĞ'ĞŽƚĞĐŚŶŝĐĂůŶŐŝŶĞĞƌĂŶĚĂƉƉƌŽǀĞĚďLJƚŚĞďƵŝůĚŝŶŐŽĨĨŝĐŝĂů͘tŚĞƌĞ^dDϭϱϱϳ͕DŽĚŝĨŝĞĚWƌŽĐƚŽƌŝƐŶŽƚĂƉƉůŝĐĂďůĞ͕ĂƚĞƐƚĂĐĐĞƉƚĂďůĞƚŽƚŚĞďƵŝůĚŝŶŐŽĨĨŝĐŝĂůƐŚĂůůďĞƵƐĞĚ͘3$5.,1*/27/,*+7,1**(1(5$/127(6(/(&7521,&$//<$33529('%<0,&+$(/)25%(6&20081,7<'(9(/230(17',5(&725(/(&7521,&$//<&+(&.('%<$/,&$<,53(Date Issued: December 6, 2016 CITY OF TEMPLE CITY, CALIFORNIA BIDDING AND CONTRACT DOCUMENTS, PLANS AND SPECIFICATIONS 5800 TEMPLE CITY BLVD PARKING LOT IMPROVEMENTS, P17-05 Document Control Page 109 of 125 13367 BENSON AVE.CHINO, CA. 91710(909) 595 85997(03/(&,7<%/9'3$5.,1*/27,03529(0(176&,7<352-(&7,'3CONSTRUCTION NOTESSPECIAL NOTATIONPRECISE GRADING & PARKING IMPROVEMENT PLAN(/(&7521,&$//<$33529('%<0,&+$(/)25%(6&20081,7<'(9(/230(17',5(&725(/(&7521,&$//<&+(&.('%<$/,&$<,53(Date Issued: December 6, 2016 CITY OF TEMPLE CITY, CALIFORNIA BIDDING AND CONTRACT DOCUMENTS, PLANS AND SPECIFICATIONS 5800 TEMPLE CITY BLVD PARKING LOT IMPROVEMENTS, P17-05 Document Control Page 110 of 125 13367 BENSON AVE.CHINO, CA. 91710(909) 595 85997(03/(&,7<%/9'3$5.,1*/27,03529(0(176&,7<352-(&7,'3 A SECTION A-A / VEGETATED SWALE B SECTION B-B / LID GRAVEL BOTTOMLESS TRENCH C SECTION C-C / VEGETATED SWALE D SECTION D-D / LID GRAVEL BOTTOMLESS TRENCHCONSTRUCTION NOTESSPECIAL NOTATIONSECTIONS AND DETAILSBOLLARD LIGHT FOUNDATIONLIGHT STANDARD FOUNDATION____(/(&7521,&$//<$33529('%<0,&+$(/)25%(6&20081,7<'(9(/230(17',5(&725(/(&7521,&$//<&+(&.('%<$/,&$<,53(Date Issued: December 6, 2016 CITY OF TEMPLE CITY, CALIFORNIA BIDDING AND CONTRACT DOCUMENTS, PLANS AND SPECIFICATIONS 5800 TEMPLE CITY BLVD PARKING LOT IMPROVEMENTS, P17-05 Document Control Page 111 of 125 13367 BENSON AVE.CHINO, CA. 91710(909) 595 85997(03/(&,7<%/9'3$5.,1*/27,03529(0(176&,7<352-(&7,'3/(*(1'EROSION CONTROL PLAN(/(&7521,&$//<$33529('%<0,&+$(/)25%(6&20081,7<'(9(/230(17',5(&725(/(&7521,&$//<&+(&.('%<$/,&$<,53(Date Issued: December 6, 2016 CITY OF TEMPLE CITY, CALIFORNIA BIDDING AND CONTRACT DOCUMENTS, PLANS AND SPECIFICATIONS 5800 TEMPLE CITY BLVD PARKING LOT IMPROVEMENTS, P17-05 Document Control Page 112 of 1250 ~ <( > W:s1 ..J~ :1 0 []] >-I--(.J w ..J c.. ~I ~I 10 5 1"=1 0' \~ I I lr \l --.< . : .· ... .. '.' . . : ·.. . . .. ' ·:.· SILT FENCE(SC-1) -++---11---~~ ~ f--0 w~ _jl zu -I/) z~ <{z tt:D OF u ::<w tt:f-oo f--0< 1/)(]_ 0~~~~10 20 GRAPHIC SCALE ' ' ' ' ' ' ' ' ' ' ' ' / // // / // // .// ell ' II ' \\s ' .. . ; . ·-·. -:: , II ~\~~ oSP/GOT / . . . ,; [X/STING BUILDING /// .// // // /// // / / // / ' I ~!:i'5:7 ell~_ =il ~ II I / ,/' / / . sl // r ~t~ / / go / ~ / \)/\J /' / = Cj]'/ \~/ ~~~~~~~~~~~~~~~~~~~~ .. ·. ~ w ,.. "' w "' '"' ""' .·•. ·.·. :. •·. . Underground Service Alert Call: TOLL FREE 811 TWO WORKING DAYS BEFORE YOU DIG _:,.,. -·. :· ... . \···.·.·.·. ·j .. _ ... ·. · ... ·. -··· NO. REVISIOI\JS 11 +00 . __ ..... ,. · ... -. . . ' . · .... : ·· ... :· ... ·' .· :_ . . :: ·, __ ._· :· ... -.. : • ~ ]Y .1] \ ~C) . ' GRAVEL BAGS (SC-~ y~ , WORKMAN AVENUE REVISED BY APPROVED BY DATE PREPARED BY: JOSEPH SEDIMENT TRAP SC-3 ____ __j =========-= . ·.: ·, .. · ... , . -· . . __ ·, .... · .. · .... ·. · .. · ..... 12+00 J.N. 16565 11/27/2016 DATE -------SILT FENCE (SC-1) GRAVEL BAGS (SC-8) DIRECTION OF FLOW SEDIMENT TRAP (SC-3) STORM DRAIN INLET PROTECTION (SC-10) ()....._ >-I ,.._-+-~--l-lf..l----1-GRAVEL BAGS (SC-8) ..JI ..;.-----j---j----1-SILT FEN CE(SC-1) -----CITY OF TEMPLE CITY PUBLIC WORKS AND ENGINEERING DEPT. APPROVED: DATE CHECK BY: DWG. NO. CITY ENGINEER DATE SHEET C4 OF C4 SHEETS OF 18 SIGNATURE3DXO$1RWD11/30/16L O S T W E S TL A N D S C A P E A R C H I T E C T U R EGARDENS PARKS CITIESTEL: (323) 258-8214 OR (760) 434-57905208 Townsend Ave. Los Angeles, CA 90041PO BOX 4548 Carlsbad, CA 920183/$1'$7(3/277,1*+,6725<9HUVLRQ1610 Temple City Parking Lot5800 TEMPLE CITY BLVD. PARKINGLOT IMPROVEMENTSCITY PROJECT I.D.: P 17-05NATURE1111111111/////3///0/16(/(&7521,&$//<$33529('%<0,&+$(/)25%(6&20081,7<'(9(/230(17',5(&725(/(&7521,&$//<&+(&.('%<$/,&$<,53(Date Issued: December 6, 2016 CITY OF TEMPLE CITY, CALIFORNIA BIDDING AND CONTRACT DOCUMENTS, PLANS AND SPECIFICATIONS 5800 TEMPLE CITY BLVD PARKING LOT IMPROVEMENTS, P17-05 Document Control Page 113 of 125ELECTRIC VEHICLE CHARGING STATION LOCATION FOR 2 CARS, SEE ENGINEERS PLAN FOR CONDUIT TYPE AND LOCATION V V BLUE INTERNATIONAL SYMB/OL Sf\'" " lr I 'I ~~~'I' WALL E'ix!ST!NG BUILDING / OF ACCESSIBILITY POLE AT REl -.J• ~· DEMO rETURN:\ 1 / I • 53.00. ~/ SIGNAGE. TYP 36.00. ~·A~,c:~1~'n"l·~'"~~~" ' '11u1' 0 WALL V / / <4-9' STALLS, TYPICALl 36.00' CORNER OF PROPERTY L___L_IN_E_A_T _R._O._W._L_INE_, ~..... 13.62' \ //J_v _ _;:G1.2Q:Or'/l'~~QQ:·A::_2:qi.0~0'"4~L/~~27~.0~02:,' -,---=::----::--4 <4 -9' STALLS, TYPICALl LID VEGETATED SWALE, ----... ' / / v <3 -9' STA~LSJ SEE ENG. PLANS ~ ~ / / / "-l ~ \ / t '37'45" F !75.00' & ~ ~f' ---~~~~o~mw•r~mm~m-~~~~@~$nm-~$nnmm0•~~~~~~--~~ommm~~--~--~+n~om~~--~--mmmmoom~--~!~ REMOVE PORTION OF Lii'-{----t---tt--_:~:--I=T---1 EX. APRON AND GUTTER ' w L__onrf!_j AND REPLACE WITH I~ 1"' + II NEW CURB AND GUTTER, ' II SEE ENGINEERS PLANS 8 !"-w II ~ N , , :: 8 6.00' 0 > _j n 3~ ~~'< " lr..IFS,TYf. / ~ 8 II r··· <i i i':l i .. • .... ··~ ~~~E~~~~~~T~T~~~i~t;~~~ OF rn >--f-u w _j Q_ :;; w f-b 0 ~ b 0 ~ b 0 ~ b 0 ~ -~H-T---=1===·····~·="·1====>~·,·~·~····~·/===lt<.,,./.iJJ.:=i·==··•••·~ ··········=··i~········=eJ.····· '••c=··•·;t -~~/ /i<~ /_L_ /_L___ /i<L__L'---L__L_~/"~~~4· WIDE BLUE LINES 8. II u...._ "'..... AT 36" SPACING -<f ""' ~...__NEW CONCRETE WALKWAY, '~ ~~ SEE ENGINEERS PLANS II ...__TYPICAL BOLLARD LIGHT <2 TOTALJ, ~~"II SEE ENGINEERS PLANS I~ \L _j <l ;: w _Q (f) -I 03 II II II II II II "' ()()' 8.50' 8.50' 36.00' <4 -9' ST ALLSJ [Jii'M r: ~ ~ F=====~~ [1~11~ ~~~~[111111~ ~~~~ I I I I I r:J!JJ S -'k-------1\\r \ ~'--'_4" WIDE Y'IHITE LINES, TYir. I b 0 00.. (1)1::: TYPICAL BENCH b 0 c:O _j •<( Oo 0--D.. <1)>-f-c::Aip 1 11-JG WAI I TO ~AII.Ir-. 1<:~· ' ICJ TYPICAL ARCHITECTURAL AREA : c.c:; '--LIGHT <5 TOT AU, SEE ENGINEERS PL.d.~ TYPICAL 6' X 6" X 5" CONC. WHEEL STOPS PINNED TO PAVEMENT SOUTH SIDE STALLS ONLY lll "oo/ RIVER ROCK GROUND 11f COVER, TYP., SEE DETAILS r ~ 4V 6 1)\ldVWJ WHITE "'"'I"'G'r-.11A A~;E---fl I ~·~ ~~ \ ~ a' i--' METER [Ll7] I ~[;;,_ l;L #,-.,..,__~e-._,\ f'-.._~-@"llll ~ NEW CONCRETE SIDEWALK~~ ~iillij\l SEE ENGINEERS PLANS '-'Y G )r---1' l) >--w _j _j <J: ~~-"' ·~ ' . < STANDARD SPACE DETAil 4L5.-D-IAG-QN-AL.>o('?~PACE DETAIL -~ . ~ ~0, l" f ACC£SS1Bl.TY ~ , llii\J SYo.IBa. • • 2.7 m 1.5 m) ACCfSS!B! f SPACE DETAil 60' QIAGONAI SPACE DETAil • LOADING >.REA SHALl BE 8' (2.-«l m) 'Mil£ ~~~ron TO VAA ACC!:SSlBLE P~RKING SI'•CEs -SEE PLANS. NOTES: 1. STRlPING SHAll 8E: 4" (100 mm) WIDE I'IHTE N0N-R£n.ECTOR12E0 PAINT. EXCEPT AS SHD'IIN. PA\oOIF;HT r.IAAI<INGS SHAll. Al..SO B( NON-RHUCTORIZED PA!NT. 2. SIGHS SHAll. CONFOI'Ir.l TO SECTION 56. SIGHS. Of THE STATr STAHDARD SPECI~CAnONS. Mill THE STATE SPECinCAnONS fOil IILUIIINUlol SINGLE SHEET PAAEL SjGNS. J. SEE LOCAL ZONINC CDOE FOR REOUIREr.lF;HTS FOR USAGE ~ COI.IPACT AAO ACCESSIBLE PARKING SPACES AND LOT L),YQUT. STANDARD PLANS FOR PUBLIC WORKS CONSTRUCTION PARKING LOT S'TRIPING & SIGNING . " -::':' !OJ -~-99 jSTAtiOAAO) PAAKWG 12"•18 (300 • 450 mm) OI!LY WHITE ON BLUE ..=7--.. =..-&: r--~-10013 MDOifiUI t'.Ak'"~ 16"X2t" (450 • 600 mm). ~;' WitTE ON BLUE. ~ I" (25 mm) LETTE:RING. MIN ~ :v.o.H ACCESSIBU" PlAlE 12"• 6" t--<::;FJI t300 x 150 mm) EII..ACK ON WliiTE_ 1l ONLY INSTALLED WHEN HATC!lffi LDADING AAEA AT U.O.ST 8" (2.4 m) WIDE IS l-. lr.lr.lEOI•TEt.Y TO THE RIGHT Of THE PAR!CFNG SPAct. ~I! "::i ' b' ,!, 1 f---2" x 2" (50 • .>0 rrm) G"LVANIZ<:O STEEL TUBE /Tc.' Of PAI/DoiFJIT ·r-~ a..ASS 500-C-2500 •• (295-C-17) . " (300 mm) l-t=±:':O.J ' ' DISABI ED ACCESSIAI E PARKING SIGNS Nolo: Not IO< otr<r<~t u"" STANDARD PLANS fOR PUBLIC WORKS CONSTRUCTION PARKING LOT STRIPING & SIGNING '---EXISTING WATER METER, SEE IRRIGATION PLAN ~=· '"" THIS EXISTING WALL 180 0 '--L.IInD BOTTOMLESS TRENCH IN THIS AREA, SEE ENG. PLANS NEW MASONRY SCREEN '---WALL, SEE STRUCTURAL PLANS, TYP. REMOVE PORTION OF EX. CURB, '--GUTTER AND ALLEY INTERSEVTION REMOVE PORTION OF EX. CURB, GUTTER AND RAMP AND REPLACE WITH NEW CURB RAMP, SEE ENGINEERS PLANS 10.42' 15.00' 15.00' )s_/'t--:t-AND REPLACE WITH NEW CURB RAMP, J.; I illr TREES TO REMAN SEE ENGINEERS PLANS PLAN NOTES-I. ALL MEASUREMENTS SI-<ALL BE VERIFIED BY TJ.<E CONTRACTOR IN TI-<E FIELD. 2. CONTRACTOR Si-<ALL VERIFY ITEMS TO BE DEMO'D WIT!-< CITY PRIOR TO STARTING JOB, SEE ENG. PLAN FOR DEMOLITION. 3. ALL PAVED AND PLANTING AREAS SI-<ALL CONFORM TO GRADES AS PER ENGINEER'S GRADING PLAN. 4. ALL ELECTRICAL FIXTURES, CONDUIT, METERING, CONTROLS, AND WIRING SI-<ALL BE AS SPECIFIED BY TI-<E ENGINEER. 5. ALL WORK SI-<ALL CONFORM TO TI-<E 'STANDARD PLANS FOR PUBLIC WORKS CONSTRUCTION', LATEST ADOPTED EDITION. AND ALL APPLICABLE STATE AND LOCAL CODES. 6. SEE SI-<EET L4 FOR TRELLIS ELEVATIONS, AND STRUCTURAL ENG. PLANS FOR DETAILS AND STRUCTURAL CALCULATIONS. 7. SEE CIVIL ENG. PLANS FOR 'BOTTOMLESS TI<ENCI-<' STORM WATER CAPTURE LID SYSTEM. 8. ALL DIMENSIONS ARE IN FEET. 9. FOR PARKING LOT SIGNING, MARKING AND STRIPING SI-<ALL BE PER STD. PLANS PER PUBLIC WORKS CONSTRUCTION, STD. PLAN 180-0. BENCH NOTE• VICTOR STANLEY MODEL RB-28 STEELSITES RB SERIES 6' ALL STEEL BENCI-<ES W/0 CENTER ARM, POWDER COAT COLOR -BRONZE FINIS!-< (2 TOT AU. BOLT TO CONCRETE PER MANUFACTURERS SPECIFICATIONS USING VANDAL -PROOF STAINLESS STEEL 1-<ARDWARE. NO. REV!S!ONS REVISED BY AVE. APPROVED BY DATE l ,J/j r-... 'L_/LID VEGETATED SWALE, [JJ' 1 't SEE ENGINEERS PLANS A CALIFORNIA CORPORATION ~s"S ·-+---------+----+-----t----1 r N0.29n ~ ® @ * EXP. 05-31-18 * fl). $. ~~o= \~ iD c PROTECT IN PLACE l ,J/ ~\J-r\[EJ:.'I'J CONCRETE SLAB FOR BENCHES, C_rJ~r---~·u -f._ SEE. ENGINEERS PLANS AND BENCH NOTE CITY OF TEMPLE CITY Underground Service Alert " = Call: TOLL FREE 811 PUBLIC WORKS AND ENGINEERING DEPARTMENT TWO WCRKING DAYS BEFORE YOU DIG APPROVED: DATE LAY-OUT PLAN CHECK BY: DWG. NO. 6 OF 18 DATE SHEET l 1 OF 05 SHEETS C!lY ENG!NEER SIGNATURE3DXO$1RWD11/30/16L O S T W E S TL A N D S C A P E A R C H I T E C T U R EGARDENS PARKS CITIESTEL: (323) 258-8214 OR (760) 434-57905208 Townsend Ave. Los Angeles, CA 90041PO BOX 4548 Carlsbad, CA 920183/$1'$7(3/277,1*+,6725<9HUVLRQ1610 Temple City Parking Lot5800 TEMPLE CITY BLVD. PARKINGLOT IMPROVEMENTSCITY PROJECT I.D.: P 17-05NATURE1111111//////3/////0/16(/(&7521,&$//<$33529('%<0,&+$(/)25%(6&20081,7<'(9(/230(17',5(&725(/(&7521,&$//<&+(&.('%<$/,&$<,53(Date Issued: December 6, 2016 CITY OF TEMPLE CITY, CALIFORNIA BIDDING AND CONTRACT DOCUMENTS, PLANS AND SPECIFICATIONS 5800 TEMPLE CITY BLVD PARKING LOT IMPROVEMENTS, P17-05 Document Control Page 114 of 1250 > _j rn >-I-0 w _j o_ :2: w I-I DRIP I DRIP 3 I 11.5 \L _j <( :;:: w 0 Ul II II II ~II oSP!GOT ~~~ @ rl ~~~II ~75.00' -·@) "--...---(: vx:H" ~'-111-tt-ff---' I ~~~~~~~~~'ll~~l~l',l~---~lt;l~l----------------------~~ll;l~----------~~~·,l ____________ ~l~------------~1--------------, : VIr Ill Ill Ill II II 1_.--+----------..._ I I I '"' !'-'"' '"' I~= ~I • \ NO. REVISIONS REVISED BY APPROVED BY DATE A CALIFORNIA CORPORATION tf;#V":ES~ ~ ~ N0.2973 ~ * EXP. 05-31-18 * fl). $. ~~()' \~ ® @ ) J APPROVED: CHECK BY: CllY ENGINEER >-w _j _j <( LEGEND-SYM DESCRIPTION (QTY.) e P.O.C.' EXISTING WATER METER-VERIFY LOCATION IN FIELD W/ CITY BACKFLOW PREVENTER (I)-WILKINS 975-XL IN V.I.T. 'STRONG BOX' SBBC-30AL ALUMINUM BACKFLOW ENCLOSURE W/ (I) WILKINS MODEL 500YSBR PRESS. REG. f: (I) WILKINS BRONZE WYE STRAINER, ALL I"DIA., SEE DETAIL CONTROLLER (I) -1-<UNTER PRO-C 9 STATION EXTERIOR, INSTALL CONTROLLER IN V.I.T. 'STRONG BOX' 1-<EAVY DUTY PEDESTAL S.S. ENCL. SB-18SS W/ CD 1-<UNTER SOLAR-SYNC SENSOR MOUNTED TO SIDE OF ENCLOSURE IN FULL SUN PER MANUFAC. SPECS. AUTO. VALVES-DRIP CIRCUITS <6>• RAIN BIRD XCZ-100-PRF CONTROL ZONE KIT W/ PR FILTER. I" DIA., SEE DETAIL. BUBBLER CIRCUITS <2>• RAIN BIRD PGA SERIES I" DIA., SEE DETAIL. ~ BRONZE BALL VALVE <2>-WATTS. OR EQUAL. I"DIA. FULL PORT BALL VALVE. INSTALL IN STD. RECTANGULAR VALVE BOX f: MARK, "IRRIGATION SUPPLY" ON LID. QUICK COUPLING VALVE (2)-RAIN BIRD 33-DLRC W/ LOCKING RUBBER COVER, 3/4"DIA. INSTALL IN CARSON INDUSTRIES MODEL 910 10" RND. PLASTIC VALVE BOX W/ BOLT DOWN T-LID RAIN BIRD RWS-B-1401 ROOT WATERING SYSTEM W/ 0.25 GPM BUBBLER, SEE DETAIL ~ADAPT CLASS 200 PVC PIPE TO DRIP TUBING IN EACI-< PLANTER W/ NETAFIM TWO OUTLET 0Y BARBED FEMALE ADAPTER. INSTALL 112" POL YETI-<YLENE DRIP TUBING TO EA. PLANT AND INSTALL PUNCI-< IN DRIP EMITTERS PER TI-<E DETAIL, SECURE LOOSELY TO GRADE W/ 6" JUTE STAPLES AND COVER W/ MULCI-<. USE NET AFIM TECI-<LINE <0.6 GPI-< X 12" O.C. EMITTER SPACING> FOR NARROW PLANTERS f: AREAS OF FLATTED GROUND COVER IN EACI-< DRIP ZONE. SPACE LINES BETWEEN 12" f: 18" O.C. DEPENDING ON PLANTINGS. STAGGER EMITTERS IN TUBING LAY-OUT TO DUPLICATE TI-<E TRIANGULAR SPACING OF TI-<E GROUND COVER PLANTING -----"-LATERAL LINE -1/2" DIA. PVC CLASS 315 PIPE ........r:IJ:== ST A TIQ'\1 NL..MEII:::k' ~ GALLON PER MIN.JTE R..OW RATE OR DJ;ZP -~c--LATERAL LINE-3/4" DIA. PVC CLASS 200 PIPE -----"~ LATERAL LINE -I" DIA. PVC CLASS 200 PIPE ----IRRIGATION MAINLINE -SCI-<. 40 PVC., I" DIAMETER IRRIGATION NOTES -I. IRRIGATION PLAN IS DIAGRAMMATIC. CONFLICTS W/ PAVING AND PLANTING SI-<ALL BE RESOLVED BY THE CONTRACTOR IN THE FIELD. ROUTING OF PIPE. LOCATION OF VALVES AND LOCATION OF BACKFLOW PREVENTER SHALL BE APPROXIMATE AS SHOWN. DETERMINE EXACT LOCATIONS IN FIELD. 2. ALL PIPING UNDER PAVING AND WALLS SHALL BE INSTALLED IN PIPE SLEEVING PER DETAIL. COORDINATE SLEEVE INSTALLATION W/ THE GENERAL CONTRACTOR. 3. ELECTRICAL CONNECTION TO IRRIGATION CONTROLLER CABINET SHALL BE BY GENERAL CONTRACTOR. 4. CONTRACTOR SHALL INSTALL IRRIGATION SYSTEM AS SHOWN. SUBSTITUTION OF COMPONENTS SHALL BE SUBJECT TO TI-<E REVIEW f: APPROVAL OF TI-<E CITY. CONTRACTOR SI-<ALL BE RESPONSIBLE FOR OBTAINING ANY AND ALL PERMITS. IRRIGATION ZONES -VALVE 2 3 4 5 6 7 8 DESCRIPTION OF IRRIGATED AREA DRIP FOR GROUND COVER PLANTINGS ON EAST SIDE OF PARKING LOT INCLUDING FINGER PLANTERS AND FRONTAGE PLANTING AREA EAST OF PEDESTRIAN WALKWAY DRIP FOR TREE f: SHRUB PLANTINGS ON EAST SIDE OF PARKING LOT INCLUDING FINGER PLANTERS AND FRONT PLANTING EAST OF PEDESTRIAN WALKWAY FLOOD BUBBLERS FOR ALL NEW TREES DRIP FOR GROUND COVER PLANTINGS IN PARKWAY STRIP AREA BETWEEN BACK OF CURB AND SIDEWALK DRIP FOR SHRUB PLANTINGS IN PARKWAY STRIP AREA BETWEEN BACK OF CURB AND SIDEWALK FLOOD BUBBLERS FOR EXISTING SYCAMORE TREES DRIP FOR GROUND COVER PLANTINGS ON WEST SIDE OF PARKING LOT INCLUDING FINGER PLANTERS AND FRONTAGE PLANTING AREA WEST OF PEDESTRIAN WALKWAY DRIP FOR TREE f: SHRUB PLANTINGS ON WEST SIDE OF PARKING LOT INCLUDING FINGER PLANTERS AND FRONT AGE PLANTING AREA WEST OF PEDESTRIAN WALKWAY Underground Service Alert CITY OF TEMPLE CITY = Call: TOLL FREE 811 TWO WCRKING DAYS BEFORE YOU DIG DATE DATE PUBLIC WORKS AND ENGINEERING DEPARTMENT IRRIGATION PLAN SHEET l2 OF 05 SHEETS DWG. NO. 7 OF 18 SIGNATURE3DXO$1RWD11/30/16L O S T W E S TL A N D S C A P E A R C H I T E C T U R EGARDENS PARKS CITIESTEL: (323) 258-8214 OR (760) 434-57905208 Townsend Ave. Los Angeles, CA 90041PO BOX 4548 Carlsbad, CA 920183/$1'$7(3/277,1*+,6725<9HUVLRQ1610 Temple City Parking Lot5800 TEMPLE CITY BLVD. PARKINGLOT IMPROVEMENTSCITY PROJECT I.D.: P 17-05NATURE11/30/16(/(&7521,&$//<$33529('%<0,&+$(/)25%(6&20081,7<'(9(/230(17',5(&725(/(&7521,&$//<&+(&.('%<$/,&$<,53(Date Issued: December 6, 2016 CITY OF TEMPLE CITY, CALIFORNIA BIDDING AND CONTRACT DOCUMENTS, PLANS AND SPECIFICATIONS 5800 TEMPLE CITY BLVD PARKING LOT IMPROVEMENTS, P17-05 Document Control Page 115 of 125T!NG BUILDING CJ 0 > II _j II < II rn C) ({) >->-~ ClQ w ' I-~ _j u, ~ _j 0 ~ <( w ~ _j C) c::'l o_ :2: w I-ORKMAN AVE. NO. REVISIONS REVISED BY APPROVED BY DATE APPROVED: A CALIFORNIA CORPORATION @ CHECK BY: CllY ENGINEER LEGEND-SYM BOTANICAL NAME TREES-COMMON NAME AUSTRALIAN WILLOW CRAPE MYRTLE CALIFORNIA SYCAMORE QTY. SIZE REMARKS GP GEIJERA PARVIFLORA 6 36' B. STANDARD LM LAGERSTROEMIA I. 'MUSKOGEE' 3 36' B. MULTI-TRUNK PR PLATANUS RACEMOSA 5 24' B. STANDARD SI-<RUBS, PERENNIALS E VINES -AA AGAVE A. 'BOUTIN BLUE' NCN 20 AF ALOE FEROX ALOE 4 BB BULBINELLA 'TINY TANGERINE' BULBINE 76 CD CEANOTI-<US 'DARK STAR' CALIFORNIA LILAC 6 CS CISTUS 'SUNSET ROCK-ROSE 44 CO COLEONEMA 'SUNSET GOLD' PINK BREA Tl-< OF 1-<EAVEN 43 CM COPROSMA R. 'MARBLE QUEEN' VARIEGATED MIRROR PLANT 21 DT DIANELLA T. 'VARIEGATA' NCN 37 DB DIETES BICOLOR FORTNIGI-<T LILY 56 GW GAURA L. 'WI-<IRLING BUTTERFLIES' NCN 53 GN GREVILLEA NOELLII NCN 17 1-<1-< 1-<EMEROCALLIS 'LA VENDER DEW' DAY-LILY 110 1-<P 1-<ESPERALOE PARVIFLORA RED YUCCA 35 LP LIMONIUM PEREZII ST ATICE 28 LL LOROPETALUM 'PURPLE PIXIE' NCN 3 PJ PANDOREA JASMINOIDES 'ALBA' WI-<ITE BOWER VINE 2 PT PARTI-<ENOCISSUS TRICUSPIDATA BOSTON IVY 5 PF PI-<LOMIS FRUTICOSA JERUSALEM SAGE 16 PI-< Pi-<ORMIUM 'BRONZE BABY' FLAX 22 PG PUNICA G. 'Ci-<ICO' DWF. POMEGRANATE 9 RU RI-<API-<IOLEPIS U. 'MINOR' DWF. YEDDO 28 SW SALVIA C. 'WINNIFRED GILMAN' CLEVELAND SAGE 40 TL TAGETES LEMMONII COPPER CYN. DAISY 12 5GAL. 15 GAL. I GAL. 5GAL. I GAL. 5GAL. 5GAL. 5GAL. 5GAL. I GAL. 5GAL. I GAL. 5GAL. I GAL. 5GAL. 15 GAL.STAKED TRAIN ON TRELL 5 GAL. STAKED, TRAIN ON WALL 5GAL. 5GAL. 5GAL. 5GAL. 5GAL. 5GAL. GROUND COVER-BOTANICAL NAME/COMMON NAME, SPACING E CONTAINER SIZE, CTOTAL SQ. FT.l ~ ~ ~ ~ ~ COTONEASTER DAMMERI 'LOWFAST/NCN, 3'-0' ON CENTER CO.C.l FROM I GAL., CI,228SF> DDDDD ~l CARISSA M. 'GREEN CARPET/PROSTRATE NATAL PLUM, 2'-0' O.C. FROM I GAL., C675SF> -LANTANA MONTEVIDENSIS-WI-<ITE/NCN, 2'-0' O.C. FROM I GAL., C638SF> -ROSMARINUS '1-<UNTINGTON CARPET/PROSTRATE ROSEMARY, 2'-0' O.C. FROM I GAL., C582SF> ~ROSA 'FLOWER CARPET RED'/GROUND COVER ROSE, 2'-0' O.C. FROM I GAL., C445SF> ~ ~ PLANT SYMBOL tL:L:L:L:J SENECIO SERPENS/NCN, 8" O.C. FROM FLATS, C710SF> BOULDERS -'NAVAJO' FROM SOUTI-<WEST BOULDER E STONE, SEE DETAIL C!JJ MEDIUM-SIZE BOULDERS, APPROX. 2' X 2' X 3' (14 TOT AU ® LARGE-SIZE BOULDERS, APPROX. 3' X 3' X 3' Cl2 TOTAL> RIVER ROCK GROUND COVER -C977SF>, SEE DETAIL ~ 'SIERRA COBBLE' FROM SOUTI-<WEST BOULDER E STONE, SEE DETAIL STONE SIZES• 50Z OF TI-<E 1-1/2"-3' SIZE 20% OF TI-<E 3' TO 5' SIZE 20% OF TI-<E 4" TO 8' SIZE IOZ OF TI-<E 12'-18' SIZE RIVER ROCK GROUND COVER NOTES I. CONTRACTOR Si-<ALL EXCAVATE AND PLACE THE BOULDERS PER THE PLAN AND DETAIL PRIOR TO INSTALLING RIVER ROCK GROUND COVER. 2. UPON INSTALLATION OF THE BOULDERS CONTRACTOR SHALL FINE GRADE THE RIVER ROCK AREAS TO CONFORM TO TI-<E GRADING PLAN, PER THE DETAIL. FOLLOWING FINE GRADING CONTRACTOR SHAUL INSTALL 'MIRASCAPE' NON-WOVEN LANDSCAPE FABRIC BY TENCATE MIRAFI OVER GRADE PER THE MANUFAC. SPECIFICATIONS, SECURING FABRIC WITH 6" JUTE STAPLES, CUTTING THE FABRIC TO FIT AROUND TI-<E BASE OF THE BOULDERS. 3. FOLLOWING FABRIC INSTALLATION, CONTRACTOR SHALL RANDOMLY PLACE THE 12' TO 18' SIZE COBBLES CIOZ OF TOTAL. SEE ABOVE> ONTO FABRIC WITH THE FLAT SIDE DOWN WHENEVER POSSIBLE. AFTERWARD CONTRACTOR SHALL BLEND THE OTHER 3 SIZES OF COBBLES AND SPREAD THE MIXTURE ONTO THE FABRIC TO A DEPTH THAT COMPLETELY HIDES FABRIC, SMOOTHING, SHAPING AND COMPACTING AS THE WORK PROGRESSES. PLANTING NOTES -I. CONTRACTOR SHALL EXERCISE CARE IN LOCATING UNDERGROUND PIPELINES E UTILITIES PRIOR TO DIGGING, RESOLVING ALL CONFLICTS IN FIELD. 2. CONTRACTOR SHALL TAKE SOIL SAMPLES FROM I PLACE ON THE SITE AND SEND TO AN AGRONOMIC SOILS TESTING LAB FOR ANALYSIS AND AMENDMENT GUIDELINES. CONTRACTOR SHALL THEN AMEND SOIL PER THOSE LAB GUIDELINES AND PROVIDE A COPY OF TI-<E REPORT TO TI-<E OWNER. 3. CONTRACTOR SHALL INSTALL PLANTINGS PER THE PLANS, DETAILS AND SPECIFICATIONS, AND ANY APPLICABLE MANUFACTURERS SPECIFICATIONS. 4. ALL PLANTING AREAS SHALL BE MULCI-<ED TO A MINIMUM DEPT!-< OF 2' WITH 'RECYCLED WOOD PRODUCTS' SHREDDED BARK MULCH, OR EQUAL. CONTRACTOR SHALL PROVIDE SAMPLE OF MULCH TO OWNER FOR APPROVAL PRIOR TO PURCHASE AND INSTAULATION. 5. PRIOR TO MULCHING, CONTRACTOR SHALL RAKE OUT ALL PLANTING AREAS AND ADJUST FINE GRADE AS NECESSARY TO CONFORM TO GRADING PLAN. 6. ALL TREES SHALL BE INSTALLED WITH DEEP ROOT, OR APPROVED EQUAL, ROOT CONTROL BARRIER, 24" DEEP PER THE DETAIL AND TI-<E MANUFACTURERS SPECIFICATIONS. TREES WITI-<IN 7' OF PAVING OR CURBS CSUCH AS THE PARKING LOT TREES> SHALL INSTEAD HAVE A LINEAR ROOT BARRIER INSTALLED AGAINST THE BACK OF CURB OR PAVING 8' LONG X 24' DEEP CENTERED ON THE TREE PLANTING PRIOR TO THE INSTALLATION OF TI-<E TREE. INSTALLATION OF THE ROOT BARRIER SHALL BE REVIEWED BY LANDSCAPE ARCHITECT AND CITY REPRESENTATIVE PRIOR TO TREE INSTAULATION. Service AI ert Call: TOLL FREE 811 DATE DATE CITY OF TEMPLE CITY PUBLIC WORKS AND ENGINEERING DEPARTMENT PLANTING PLAN SHEET l3 OF 05 SHEETS DWG. NO. 8 OF 18 DOWNTOWN&/&/SIGNATURE3DXO$1RWD11/30/16L O S T W E S TL A N D S C A P E A R C H I T E C T U R EGARDENS PARKS CITIESTEL: (323) 258-8214 OR (760) 434-57905208 Townsend Ave. Los Angeles, CA 90041PO BOX 4548 Carlsbad, CA 920183/$1'$7(3/277,1*+,6725<9HUVLRQ1610 Temple City Parking Lot5800 TEMPLE CITY BLVD. PARKINGLOT IMPROVEMENTSCITY PROJECT I.D.: P 17-05GNNNNATURE111111111111/30/(/(&7521,&$//<$33529('%<0,&+$(/)25%(6&20081,7<'(9(/230(17',5(&725(/(&7521,&$//<&+(&.('%<$/,&$<,53(Date Issued: December 6, 2016 CITY OF TEMPLE CITY, CALIFORNIA BIDDING AND CONTRACT DOCUMENTS, PLANS AND SPECIFICATIONS 5800 TEMPLE CITY BLVD PARKING LOT IMPROVEMENTS, P17-05 Document Control Page 116 of 125NOTES-CMU BLOCK• ANGELUS BLOCK, SINGLE SCORE, WARM GREY, SI-IOT BLAST TEXTURE BRICK VENEER• PACIFIC CLAY. NORMAN SIZE. PEACI-I COLOR, RUFFLED TEXTURE, 1/2" DEEP RAKED I-IORIZONT AL JOINTS, TOOLED VERTICAL JOINTS TRELLIS PAINT• DUNN-EDWARDS UL TRASI-IIELD DTM SEMI-GLOSS PAINT, TWO COATS, OVER UL TRASI-IIELD DTM GRAY PRIMER. PER MANUFACTURERS SPECS. COLOR TO BE DETERMINED BY CITY WALL SIGNAGE• FABRICATED STANDARD C304 STAINLESS STEEL LETTERS WITI-I ~4 BRUSI-IED FINISI-I. FUTURA FONT. 7-7/8" I-IIGI-I, I" DEEP, STUD MOUNT DIRECTORY SIGNAGE• 40"1-1. X 30"W. X 1/2" TI-IICK TEMPERED FROSTED GLASS W/ ROUNDED SANDED EDGES W/ COLORED IMAGING AS DETERMINED BY CITY. SUSPEND FROM BOTTOM OF TRELLIS CROSS MEMBER W/2-STAINLESS STEEL SUPPORT RODS 4'-0" I I :r Ill TEMPLE CITY BLVD. ELEVATION SCALE• 1/4" • 1'-0" 2'-0" 14'-0" == 0.: >-f-:0 WORKMAN AVE. ELEVATION SCALE• 1/4" • 1'-0" 5'-4" FULL BRICK CAP-PACIFIC CLAY. NORMAN SIZE. PEACH. RUFFLED~ TEXTURE, TOOLED JOINTS ~rrlr-rn--,-m-rrrr-rm-rrrr-rm-,--,l-n------'k-~LY~LU~~LU~~~~y 4XI2 STEEL. SEE I 1 f= STRUCTURAL PLAN ......_ I I I ..... r--1 lr--FULL BRICK VENEER-PACIFIC CLAY, NORMAN SIZE, PEACH, RUFFLED -..... TEXTURE. 1/2" RAKED HORIZONTAL JOINT. TOOLED VERTICAL JOINT 8.8.16 PRECISION BLOCK-..... ~ 1 i ~ I I I i I j II I-f::: f= f::: f::: f::: SEE STRUCTURAL PLAN ......_ : I I ! ~L_~~--~---~~~~ ' I~ I f::: REINFORCING REBAR. SEE STRUCTURAL PLAN f= I I I I i I I : I j f::: ~ i I I : : f= 1-CONCRETE FOOTING, I : 1 I f= SEE STRUCTURAL PLAN~ FINISH GRADE~ ~ f= f= I j I ~ I I I : TYPICAL END COLUMN SECTION VIEW SCALE• 1/2" • I' -0" z <( _j o._ (.1) z 0 <( Dl (.1) w w CfJ ui w Dl <( > ~ NO. I" 0.: >-f-~ I 'o ,~ ~ ' a: b ' (<) :tttt:li / WALL SIGNAGE, SEE NOTES 2'-0" 5'-8" / 6'-0" _/ ALIGN TOP OF LETTER / WITH TOP OF BEAM I I I I I I I 1:0 t->1. . ' <'I "" WALL SIGNAGE, _ _, SEE NOTES 6'-0" f . y N -...__BOTTOM COURSE KNOCK-OUTS-USE HALF BLOCK AT 4-'0" O.C. INTERVALS, TYPICAL, SEE STRUCTURAL PLANS PRECISION CMU BLOCK, SEE NOTES "-----INTERMEDIATE COLUMNS• -...__END COLUMNS• BRICK OVER CMU BLOCK, SEE NOTES END ELEVATION SHOWING SIGNAGE SCALE• 1/4" • I' -0" BRICK OVER CMU BLOCK , SEE NOTES ~STEEL TRELLIS FRAMING, SEE NOTES 15'-0" o.c. 15'-0" o.c. / . 14'-0" 2'-0" / ,. 0.: >-f-:0 I N ~"-_INTERMEDIATE COLUMNS• BRICK OVER CMU BLOCK , SEE NOTES EXTENT OF CONC. FOOTING~ , SEE STRUCT. ENG. PLANS , L-------~---------J~ I I ~ I I -' o._ I I f-' I I 0 I I ::J I I Dl I I !;) I I w I I W CfJ L-------------------~ TYP. 4XI2 STEEL_./ TRELLIS FRAMING, SEE STRUCTURAL PLAN "' TYPICAL END COLUMN PLAN VIEW SCALE• 1/2" • I' -0" REVISIONS REVISED BY APPROVED BY DATE -r--_END COLUMNS• BRICK OVER CMU BLOCK, SEE NOTES AND SEE STRUCTURAL PLAN == C2J 4XI2 STEEL CROSS BEAMS, SEEj ~ STRUCTURAL PLAN C3J 4XI2 STEEL BEAMS. SEE STRUCTURA~~ PLAN "' " II I I I I C2J 6X8 STEEL POSTSj ~ SEE STRUCTURAL PLAN "' FULL BRICK CAP~ FULL BRICK VENEER-PACIFIC CLAY. NORMAN I' I I I I II II 16" SCREEN WALLS• SINGLE SCORE _r--PRECISION CMU BLOCK, SEE NOTES AND SEE STRUCTURAL PLAN 4'-0" -...__BOTTOM COURSE KNOCK-OUTS-USE HALF BLOCK AT 4-'0" O.C. INTERVALS, TYPICAL, SEE STRUCTURAL PLANS rEE STRUCT. PLANl ,-----------,--~'!< CfJ w Dl <( > I I C2J 6X8 STEEL POSTS. SEE i I STRUCTURAL PLAN : : , I ['tv I~ EXTENT OF I /\ I CONC. FOOTING, SEE~ : I STRUCTURAL PLAN "' : I I 0 ~ ([ SIZE, PEACH, RUFFLED TEXTURE, 1/2" RAKED ~~~Jtw~-----t HORIZ. JOINTS. TOOLED VERTICAL JOINTS ""-I I I I :0 I I <'1 r= 0 ::J Dl f-CJJ II 8.8.16 PRECISION BLOCK. SEE STRUCTURAL PLAN ----.._{::::l:IJ~~ :JWI;!;tj REBAR, SEE STRUCTURAL PLAN ----t~l~-f-1 1~ FINISH GRADE~ I! I : I I I TYPICAL INTERMEDIATE COLUMN SECTION VIEW SCALE• 1/2" • I' -0" APPROVED: CfJ w Dl <( > ~ . r I I I I I X I : : I I I I I I w w CfJ L _________ _j __ ~'i-TYPICAL INTERMEDIATE COLUMN PLAN VIEW SCALE• 1/2" • I' -0" Underground Service Alert CITY OF TEMPLE CITY = Call: TOLL FREE 811 TWO WCRKING DAYS BEFORE YOU DIG PUBLIC WORKS AND ENGINEERING DEPARTMENT tf;#V":ES~ ~ 1--+-------------+------+-----+-----1 ~ N0.2973 ~ * EXP. 05-31-18 * ~~ ~ A CALIFORNIA CORPORATION DATE TRELLIS ELEVATIONS & SECTIONS 1---~-------------------r--------+---------~--~ ~~~~~ ® @ CHECK BY: '\ r SHEET l4 OF 05 SHEETS DWG. NO. 9 OF 18 CllY ENGINEER DATE FLOWFLOWSIGNATURE3DXO$1RWD11/30/16L O S T W E S TL A N D S C A P E A R C H I T E C T U R EGARDENS PARKS CITIESTEL: (323) 258-8214 OR (760) 434-57905208 Townsend Ave. Los Angeles, CA 90041PO BOX 4548 Carlsbad, CA 920183/$1'$7(3/277,1*+,6725<9HUVLRQ1610 Temple City Parking Lot5800 TEMPLE CITY BLVD. PARKINGLOT IMPROVEMENTSCITY PROJECT I.D.: P 17-05NATURE1111111111/////3///0/16(/(&7521,&$//<$33529('%<0,&+$(/)25%(6&20081,7<'(9(/230(17',5(&725(/(&7521,&$//<&+(&.('%<$/,&$<,53(Date Issued: December 6, 2016 CITY OF TEMPLE CITY, CALIFORNIA BIDDING AND CONTRACT DOCUMENTS, PLANS AND SPECIFICATIONS 5800 TEMPLE CITY BLVD PARKING LOT IMPROVEMENTS, P17-05 Document Control Page 117 of 125I. PAVING 2. CLEAN BACKFILL. 95$ MIN. COMPACTION 3. SCREENED NON-EXPANSIVE BACKFILL, 95$ MIN. COMPACTION 4. PVC SCHEDULE 40 PIPE SLEEVES• 3" DIA. MIN. WHEN ONLY I PIPE PASSING UNDER PAVING, 4"DIA. MIN. FOR MULTIPLE PIPE RUNS. MAINTAIN MIN. 40$ OF SLEEVE CAPACITY OPEN FOR FUTURE PIPING EXTEND ALL SLEEVES MIN. 6" BEYOND EDGE OF PAVING 5. SLEEVES OF 6" DIA. OR LESS UNDER ROADS SHALL HAVE 36" COVER, SLEEVES UNDER PAVING CNON-ROADSl LESS THAN 3" DIA. SHALL HAVE 18" COVER, 3" TO 5-1/2" DIA. SHALL HAVE 24" COVER. A TYPICAL PIPE SLEEVING NOT TO SCALE 0 • ~ )> X NDS PRO SERIES 13" X 24" RECTANGULAR POLYOLEFIN VALVE BOX, OR APPROVED EQUAL BRAND LID W/ "IRR. SHUT -OFF", SEE NOTES 2. FINISH GRADE OR TOP OF MULCH 3. WATTS. OR APPROVED EQUAL, BRONZE FULL-PORT BALL VALVE, SEE LEGEND 4. BRASS UNION, LINE SIZE 5. SUPPORT BRICK C4l, TYP. 6. 2" MIN. LAYER OF 3/4" CRUSHED ROCK 7. MAINLINE PIPE E FITTINGS TO AND FROM VALVE, SEE PLANE LEGEND B TYPICAL BALL SHUT -OFF VALVE NOT TO SCALE SCH. 80 PVC STREET EL. E TEE C QUICK COUPLING VALVE NOT TO SCALE SCH. 40 PVC SUPPLY LINE V.I.T. 'STRONG BOX' ALUMINUM BACKFLOW ENCLOSURE, /USE APPROPRIATE SIZE ENQ...OSU~ FOR ASSEtveL Y AND / MOLNT ON 2500 PSI CONC. PAD, PER MANUFAC. SPECS. ------------~ ~ // ([) ~"'. I \ I \ I I 6 5 .X Z<( ::;:;:::;:;: NQ (f) I. REDUCED PRESSI...RE BACKFLOW PREVENTER, SEE PLAN FOR TYPE e SIZE 2 PI<ESSI...I<E REDUCING VALVE, SEE PLAN FOR TYPE e SIZE 3. BRONZE WYE STRAI\EI2, SEE PLAN FOR TYPE e SIZE 4. B<ASS PPE e FITTNGS TO/FI<0\1 BFP LNIT, TYPICAL 5. TRANSITION TO SO-B:X...LE 40 PVC W/ BRASS COLFLNG MD PVC MALE ADAPTERS ONLY, TYPICAL. IN:..ET PI<ESSUr:2E FROM fv1ETEI< GREATER TI-IAN 120PSI SHALL I<EOUII<E SCI-ED 80 PVC PPE AND ATTINGS 6. BRASS BALL VALVE, LI\E SIZE 7. 2500PSI CONC. SLAB W/ ~. BROOM FINISH, SIZE PER ENCL. MAN....FAC. SPECS. D BACKFLOW PREVENTER NOT TO SCALE 5 7 I. SOLENOID 2. VALVE, SEE PLAN FOR TYPE E SIZE 3. STANDARD RECTANGULAR VALVE BOX, TYP. 4. PVC SCHED 40 PRESSURE PIPE AND FITTINGS FROM BFP UNIT 5. FINISH SURFACE OF ADJACENT PLANTER 6. PEA GRAVEL BELOW VALVE, TYPICAL 7. SCHEDULE 80 PVC UNION, TYPICAL. LINE SIZE 8. LATERAL LINE, SEE PLAN FOR TYPE AND SIZE 9 PRESSURE REGULATING FILTER, SEE LEGEND E AUTOMATIC DRIP VALVE CONTROL ZONE NOT TO SCALE PLOY\' ~> • .. ·'· .. ,.· .. ' ... . · .. · .... , ..• -:• ... ..,.. .... 6 8 I. STANDARD SOLENOID 2. AUTOMATIC VALVE, SEE PLAN FOR TYPE E SIZE 3. CARSON OR EQUAL VALVE BOX WITH LID MARKED "IRRIGATION" 4. PVC SCH. 40 PIPE AND FITTINGS FROM BFP UNIT 5. FINISH GRADE I" BELOW TOP OF VALVE BOX, TYPICAL 6. 2" LAYER 3/4" CRUSHED ROCK BELOW VALVE, TYPICAL 7. PVC UNION, TYPICAL, LINE SIZE 8. LATERAL LINE, SEE PLAN FOR TYPE AND SIZE F AUTOMATIC VALVE <BUBBLER CIRCUITS) NOT TO SCALE I -0 2 -~ (3) ' d ® """'" OOACe @ ,. " » NOTE• COMMON WIRE SHALL BE WHITE AND CONTROL WIRES RED IN COLOR. NO SPLICES SHALL BE MADE BETWEEN CONTROLLER AND VALVES LESS THAN 500' AWAY. CONTROL WIRING SEQUENCE CORRESPONDS TO OPERATING SEQUENCE OF VALVES AND TO VALVE NUMBERING ON PLANS. I. COLOR CODED MAP FOR VALVE LOCATION, PLACE IN DOOR, SEE SPECS 2. IRRIGATION CONTROLLER SHALL BE MOUNTED IN PEDESTAL ENCLOSURE, SEE LEGEND 3. ON/OFF SWITCH E IIOVAC OUTLET 4. ELECTRICAL CONDUIT TO SOURCE 5. I 1/4" SCHED 80 CONDUIT FOR CONTROLLER E COMMON WIRES 6. MOUNT PEDESTAL ENCLOSURE ON 2500 PSI o 28 DAY CONCRETE SLAB 4" THICK, W/ BROOM FINISH, ATIACH PEDESTAL PER MANUFAC. SPECS. G PEDESTAL MOUNTED CONTROLLER NOT TO SCALE s-2.JB e GROI..f\DCOVEIO? PLANTS• OLSON 1802 II2GPI-l ~A-cLEAN EMITTERS, 2 PER IG. PLANT, 3 PER 5G. PLANT. TI<EES WLL I3E RRIGA TED W/ 5GPI-I EMITTERS N 3'DIA. DRAIN PFE, SEE DETAL TEE. TYPICAL FIGl.RE 8 CLOSER AT Ef\D OF LOOP, TYP. I. O.SON RRIGATION VIBI<A·CLEAN DRP Ef\.11TTB<S. 01< EQUAL, LOCATE AT EDGE OF ROOT BALL 2 V2' POLY 1U3NG TO PLANTS, SECLRE TO SU<FACE OF B<OSION CONTROL MATTII\G W/ 6' JLITE STAPLES AS f\ECESSARY 3. TYPICAL PLANT 4. TYPICAL ROOT BALL 5. TYPICAL TLBING AN:1 EMTTEI< LA Y-Our AT TREE. IF APPLICABLE 6. TYPICAL TLBING AAC EIVIT'TER LAY -Our AT 5-II<L.B/GI<'OL..MCOVBC! Sl-li<LB 1 1 DRIP EMITTER PLACEMENT E SCHEDULE r-1 NOT TO SCALE TREE PLAN I. ROOT BALL OF TREE 2. BACKFIUL 3. REMOVABLE GRATE 4. RAN BIRD PCT-05 PRESSURE COMPENSATING MODULE ON 1/2" PVC RISER, 5GPH 5. 3" DIA. PERF. DRAIN PIPE, 3 PER TREE 6. LOOSE COMPOSTED OIRGANIC MATTER FILLNG PIPE 7. SWING ASSEMBLY 8. SCH. 40 LATERAL LIMO, SEE PLAN FOR SIZE 9. ROOT BARRIER AT EDGE OF PLANTER, SEE PLANTING NOTES 10. NATIVE SOIL TREE WELL BUBBLER NOT TO SCALE NO. REVISIONS REVISED BY APPROVED BY DATE TYPICAL LARGE BOULDER TYPICAL MEDIUM BOULDER ADJACENT GRADE ALL BOULDERS IN GROUND BY MIN. 1/2 OF THEIR MASS, TYP. COMPACT SUB-GRADE BENEATH BOULDERS TO PREVENT SETTLING OR SHIFTING J TYPICAL BOULDER PLACEMENT NOT TO SCALE FINISH GRADE, ADJACENT PLANTER, TYPICAL SHOVEL -CUT EDGE BORDERING PLANTED AREAS, SEE PLAN 'SANTA FE' COBBLE STONES, 1-1/2" TO 18" SIZE TO 6" MIN. DEPTH, SEE PLAN LANDSCAPE FABRIC ON SUB-GRADE SEE PLANTING PLAN E LEGEND SEE PLANS FOR ANY ADJACENT CURBS OR PAVING SUB-GRADE TYPICAL K RIVER ROCK GROUND COVER NOT TO SCALE Service AI ert I. CINCH TIE OR APPROVED EQUAL, 6/TREE 2. 3 -2" DIA. BY 10' TREATED LODGEPOLE STAKES, MIN. 12" BELOW HOLlE INST AUL IN TRIANGULAR SPACING AROUND TREE. 3. 'GRO.POWER', OR APPROVED EQUAL, FERT. T ABUET, 7 GRAM ~~~~~~~~~~ 4. 'DEEP ROOT CORP.', OR EQUAL. 24" DEEP ROOT CONTROL BARRER, INSTALL FOR ~ ALL TREES PER MANLFAC. SPECS, SEE NOTES 5. 3/4' BY NO. 4 CLEAN CRUSI-ED ROCK AROUND ROOT CONTROL BARRIER ~~~~~~~~~~(6 6. AMENDED SOIL BACKFILL, SEE SPECS. 7. LOOSEN AND RECOMPACT SOIL BELOW ROOT BALL TO MIN. 12' DEPTH 8. SET ROOT BALL I' ABOVE FINISH GRADE L TYPICAL STANDARD TREE PLANTING NOT TO SCALE L TYPICAL SHRUB OR GROUNDCOVER PLANT 2. SET ROOT BALL I" ABOVE FINISH GRADE 3. AMENDED BACKFILL MIX, SEE SPECFICA TIONS 4. EARTH BERM FOR II\ITIAL WATERING. RAKE SMOOTH PRIOR TO MULCHING 5. LOOSEN AND RECOMPACT SOL BELOW ROOT BAUL TO MIN. 3" DEPTH 6. GRO-POWER', OR EQUAL, FERT. TABLET, 7 GRAM USE PER MANUFAC. SPECS .. TYP. M TYPICAL PLANT PLANTING NOT TO SCALE 0 Q 0 I \ I \ 0 G---8 0 NOTE• 0 EDGE OF PA V1NG 01< LAWN ALL GROLNDCOVER SHALL BE PLANTED AT EQUAL TRIANGULAR SPACNG-SEE PLANTING LEGB\0 FOI< SPACING DISTANCES. SAME ON CENTER COC> SPACNG SI-IALL BE USED ~OM PLANT TO TI-E EDGES OF PAVNG AND LAWNS. N TYPICAL GROUND COVER SPACING NOT TO SCALE CITY OF TEMPLE CITY Call: TOLL FREE 811 PUBLIC WORKS AND ENGINEERING DEPARTMENT APPROVED: A CALIFORNIA CORPORATION @ DATE LANDSCAPE DETAILS CHECK BY: DATE SHEET l5 OF 05 SHEETS CllY ENGINEER DWG. NO. 10 OF 18 127---X---------X------X---XX---X------X---X---345689123GENERAL NOTESSIGNATURE3DXO$1RWDxx/xx/16L O S T W E S TL A N D S C A P E A R C H I T E C T U R EGARDENS PARKS CITIESTEL: (323) 258-8214 OR (760) 434-57905208 Townsend Ave. Los Angeles, CA 90041PO BOX 4548 Carlsbad, CA 920183/$1'$7(1610 Temple City Parking Lot6)ORZHU6W6XLWH7HO  /RV$QJHOHV&$SIGNATURE3DXO$1RWDxx/xx/16L O S T W E S TL A N D S C A P E A R C H I T E C T U R EGARDENS PARKS CITIESTEL: (323) 258-8214 OR (760) 434-57905208 Townsend Ave. Los Angeles, CA 90041PO BOX 4548 Carlsbad, CA 920181610 Temple City Parking Lot6)ORZHU6W6XLWH7HO  /RV$QJHOHV&$ 352*5(66-)7&  3(50,768%0,77$/-)7& 5800 TEMPLE CITY BLVD. PARKINGLOT IMPROVEMENTSCITY PROJECT I.D.: P 17-05S0.1EIGNATUREIGNATURExx/xx/xx/xx(/(&7521,&$//<$33529('%<0,&+$(/)25%(6&20081,7<'(9(/230(17',5(&725(/(&7521,&$//<&+(&.('%<$/,&$<,53(Date Issued: December 6, 2016 CITY OF TEMPLE CITY, CALIFORNIA BIDDING AND CONTRACT DOCUMENTS, PLANS AND SPECIFICATIONS 5800 TEMPLE CITY BLVD PARKING LOT IMPROVEMENTS, P17-05 Document Control Page 118 of 125 SIGNATURE3DXO$1RWDxx/xx/16L O S T W E S TL A N D S C A P E A R C H I T E C T U R EGARDENSPARKS CITIESTEL: (323) 258-8214 OR (760) 434-57905208 Townsend Ave. Los Angeles, CA 90041PO BOX 4548 Carlsbad, CA 920183/$1'$7(1610 Temple City Parking Lot6)ORZHU6W6XLWH7HO  /RV$QJHOHV&$SIGNATURE3DXO$1RWDxx/xx/16L O S T W E S TL A N D S C A P E A R C H I T E C T U R EGARDENS PARKS CITIESTEL: (323) 258-8214 OR (760) 434-57905208 Townsend Ave. Los Angeles, CA 90041PO BOX 4548 Carlsbad, CA 920181610 Temple City Parking Lot6)ORZHU6W6XLWH7HO  /RV$QJHOHV&$ 352*5(66-)7&  3(50,768%0,77$/-)7& 5800 TEMPLE CITY BLVD. PARKINGLOT IMPROVEMENTSCITY PROJECT I.D.: P 17-05CONCRETE TYPICAL DETAILSS0.2GNATUREGNATURExx/xx/1xx/xx/1(/(&7521,&$//<$33529('%<0,&+$(/)25%(6&20081,7<'(9(/230(17',5(&725(/(&7521,&$//<&+(&.('%<$/,&$<,53(Date Issued: December 6, 2016 CITY OF TEMPLE CITY, CALIFORNIA BIDDING AND CONTRACT DOCUMENTS, PLANS AND SPECIFICATIONS 5800 TEMPLE CITY BLVD PARKING LOT IMPROVEMENTS, P17-05 Document Control Page 119 of 125BAR SIZE #3 #4 #5 #6 #B #9 #10 #11 TENSION LAP SPLICE (LTS) CLASS B SCHEDULE (INCHES) F' c= 3000 psi F'c= 4000 psi CONDITION 1 CONDITION 2 CONDITION 3 CONDITION 1 CONDITION 2 CONDITION 3 TOP OTHER TOP OTHER TOP OTHER TOP OTHER TOP OTHER TOP OTHER BARS BARS BARS BARS BARS BARS BARS BARS BARS BARS BARS BARS 28 21 28 21 42 32 26 18 26 18 36 28 38 28 38 28 56 44 32 24 32 25 48 38 48 36 48 36 70 54 42 30 42 30 60 46 58 58 44 84 64 50 36 50 36 72 56 62 48 82 62 122 94 54 40 70 54 106 82 70 54 94 72 14D 108 60 46 80 62 120 92 80 60 104 80 156 120 68 52 90 70 136 104 88 68 116 90 174 134 76 58 100 76 156 116 98 76 132 102 196 15D 86 66 112 86 170 130 LAP SPLICE SHOP OFFSET LAP SLOPE U MAX. FOR COLUMNS & 1 '12 MAX. FOR BEAMS NOTES' LAP SPLICE j 0::::::::::::::~---NON-CONTACT LAP FOR CONCRETE LAP SPLICE ~---WIRE CONTACT LAP 1. TOP BARS ARE HORIZONTAL WITH MORE THAN 12" CONCRETE CAST IN THE MEMBER BELOW THE 2. THESE BAR DEVELOPMENT LENGTHS APPLY TO REGULAR WEIGHT CONCRETE. MULTIPLY THE ABOVE Ld BY 1.3 FOR CONCRETE. IT 3. ALL DETAILING OF REINFORCEMENT SHALL COMPLY WITH THE SCHEDULE UNLESS SPECI~CALLY DETAILED OTHERWISE DRAWINGS. 4. Db INDICATES DIAMETER OF THE 5. DEFINITIONS OF CONDITION 1 THROUGH 3 AS FOICONDITION 1' ANY REINFORCEMENT WHERE BAR COVER NOT LESS THAN 2 db AND BAR SPACING NOT LESS THAN WITHOUT ANYCON~NEMENT. CONDITION 2' DOES NOT SATISFY CONDITION 1, BUT EITHER ONE OF THE FOLLOWING IS SA A. I BAR DEVELOPED INSIDE OF BEAM STIRRUPS OR COLUMN TIES PER CLEAR BAR SPACING NOT LESS THAN CLEAR BAR COVER NOT LESS THAN COLUMN TIES OR BEAM STIRRUPS THROUGHOUT LTS NOT LESS THAN THE CODE Mil-OR-B. BARS DEVELOPED NOT ENCASED IN BEAM STIRRUPS OR COLUMN TIES PER CLEAR BAR SPACING NOT LESS THAN CLEAR BAR COVER NOT LESS THAN CONDITION 3, USED WHERE CONDITION 1 AND 2 ARE NOT 6. A. USE CLASS "B" SPLICES U.N.O. AT CLASS "A" SPLICES ONE HALF OR LESS OF THE TOTAL WITHIN THE REQUIRED LAP B. USE CLASS "A" SPLICES WHERE SPECIFICALLY NOTED ON 7. FOR CLASS "A" SPLICES USE SAME VALUES AS B. SMALLER BAR LAP LENGTH SHALL BE USED WHEN SPLICING DlffiRENT SIZE 9. AT CONCRETE WAllS SPLICES IN HORIZONTAL REINFORCEMENT SHALL BE 10.AT CONCRETE WAllS SPLICES IN TWO CURTAINS, WHERE USED, SHAll NOT OCCUR IN THE SAME LOCATION. SPLICES AT LEAST 2' -0" 11 ALL FOOTING DOWELS SHAll HAVE CLASS "B" LAP SPLICE AT VERTICAL WALL/COLUMN BARS. (STAGGER DOWEL HEIGHTS). 0 ~~,~~~-TENSION LAP SPLICE DETAIL & SCHEDULE Al RSE ASSOCIATES Inc. NO. REVISIONS NOTES' BAR SIZE #4 #5 #6 #7 #B #9 #10 #11 TENSION DEVELOPMENT LENGTH (Ld) SCHEDULE (INCHES) F' c = 3000 psi F'c = 4000 psi CONDITION 1 CONDITION 2 CONDITION 3 CONDITION 1 CONDITION 2 CONDITION 3 TOP OTHER TOP OTHER TOP OTHER TOP OTHER TOP OTHER TOP OTHER BARS BARS BARS BARS BARS BARS BARS BARS BARS BARS BARS BARS 22 16 22 16 32 26 20 14 20 14 28 22 30 22 30 22 44 34 26 19 26 20 38 28 36 28 36 28 54 42 32 24 32 24 46 36 34 34 64 50 38 28 38 28 56 43 50 38 62 48 94 72 46 32 54 42 82 62 56 42 72 55 107 82 48 38 62 47 92 72 62 48 80 62 120 92 54 42 70 54 104 80 70 54 90 70 134 104 60 46 78 60 118 90 76 58 102 78 150 116 66 50 86 66 130 100 1. TOP BARS ARE HORIZONTAL WITH MORE THAN 12" CONCRETE CAST IN THE MEMBER BELOW THE REINFORCEMENT. 2. THESE BAR DEVELOPMENT LENGTHS APPLY TO REGULAR WEIGHT CONCRETE. MULTIPLY THE ABOVE Ld BY 1.3 FOR LIGHT WEIGHT CONCRETE. 3. ALL DETAILING OF REINFORCEMENT SHALL COMPLY WITH THE SCHEDULE UNLESS SPECIFICALLY DETAILED OTHERWISE ON THE DRAWINGS. 4. Db INDICATES DIAMETER OF THE BAR. 5. DmNITIONS OF CONDITION 1 THROUGH 3 AS FOLLOWS' CONDITION 1' ANY REINFORCEMENT WHERE BAR COVER NOT LESS THAN 2Db AND BAR SPACING NOT LESS THAN 4Db WITHOUT ANY CONFINEMENT CONDITION 2' DOES NOT SATISFY CONDITION 1, BUT EITHER ONE OF THE FOLLOWING IS SATIS~ED' A. BAR DEVELOPED INSIDE OF BEAM STIRRUPS OR COLUMN TIES PER CODE' CLEAR BAR SPACING NOT LESS THAN db. CLEAR BAR COVER NOT LESS THAN db COLUMN TIES OR BEAM STIRRUPS THROUGHOUT Ld NOT LESS THAN THE CODE MINIMUM -OR-B. BARS DEVELOPED NOT ENCASED IN BEAM STIRRUPS OR COLUMN TIES PER CODE CLEAR BAR SPACING NOT LESS THAN 2db CLEAR BAR COVER NOT LESS THAN db CONDITION 3, USED WHERE CONDITION 1 AND 2 ARE NOT SATIS~ED. 6. A STANDARD HOOK SHALL BE PRO~DED WHERE Ld IS UNATIAINABLE DUE TO SPACE RESTRICTIONS (REFER TO SCHEDULE FOR Ldh). 0 ~~~N~~NSION DEVELOP LENGTH (Ld) COMPRESSION DEVELOPMENT LENGTH(Ldb) SCHEDULE(INCHES) AND COMPRESSION LAP SPLICE (Ldc) SCHEDULE (INCHES) F' c=3000 psi F' c=4000 psi BAR SIZE Ldb Ldc Ldb Ldc B 12 B 12 #4 12 16 9 16 #5 14 20 12 20 #6 16 24 14 24 #7 20 26 18 26 #B 22 30 20 30 #9 26 34 22 34 #10 28 38 24 38 #11 32 42 28 42 #14 37 51 32 57 0 ~~~N?.?MPRESSION DEVELOP LENGTH (Ldb) REVISED BY APPROVED BY DATE A CALIFORNIA CORPORATION • • CROSS TIE t DETAILING DIMENSION D D CLASS'B' SPL.ICE U.N.O D = 6d FOR #3 THRU #8 BARS D = &:1 FOR #91HRU #11 BARS D = 10d FOR 14 AND#18BARS STANDARD HOOK DETAILS ,----ALT.CROSS TIE END IN All CASES d l D d ~--tt--WJRE TOGETHER EACH END TIE LAP DETAIL CONCRETE COVER TO REINFORCEMENT SCHEDULE LDCATION IN STRUCTURE OONCRETE FILL ON METAL DECK WALLS FOOTlNGS, GRADE BEAMS, SLABS ON GRADE SUSPENDED SLABS NOTES' INlERIOR FACES EXPOSED TO EARTH OR WEATHER TOP BARS BCJTTOM & ~DE BARS EXPOSED TO EARTH 1. All REINFORCEMENT INCLUDING W.W.F. SHALl BE CHAIRED UP. ClEAR COVER 1' FROMTOP 3/4' 11n• (#5 OR SMAllER) ~ (#6 OR LARGER) 3' 1' FROMTOP 11/4' J 4d 1-112' MIN l6d "4" MIN BEAM ~ D d BEAM&JOIST STIRRUP 0 ~~NN~~ETE COVER TO REINFORCEMENT APPROVED: CHECK BY: CITY ENGINEER Service Alert Call: TOLL FREE 811 TWO WORKING DA'1S BERRE YOU DIG DATE DATE CITY OF TEMPLE CITY PUBUC WORKS AND ENGINEERING DEPARTMENT 12 of 18 SIGNATURE3DXO$1RWDxx/xx/16L O S T W E S TL A N D S C A P E A R C H I T E C T U R EGARDENSPARKS CITIESTEL: (323) 258-8214 OR (760) 434-57905208 Townsend Ave. Los Angeles, CA 90041PO BOX 4548 Carlsbad, CA 920183/$1'$7(1610 Temple City Parking Lot6)ORZHU6W6XLWH7HO  /RV$QJHOHV&$SIGNATURE3DXO$1RWDxx/xx/16L O S T W E S TL A N D S C A P E A R C H I T E C T U R EGARDENS PARKS CITIESTEL: (323) 258-8214 OR (760) 434-57905208 Townsend Ave. Los Angeles, CA 90041PO BOX 4548 Carlsbad, CA 920181610 Temple City Parking Lot6)ORZHU6W6XLWH7HO  /RV$QJHOHV&$ 352*5(66-)7&  3(50,768%0,77$/-)7& 5800 TEMPLE CITY BLVD. PARKINGLOT IMPROVEMENTSCITY PROJECT I.D.: P 17-05CONCRETE MASONRYTYPICAL DETAILSS0.3GNNNNNNNNNNNATAAAATATAAAAAAAUREGNNNNNNNNNATAAATAAAAURExxxxxxxxxxxx/xx/1xxxxxxxxxxxx/xx/1(/(&7521,&$//<$33529('%<0,&+$(/)25%(6&20081,7<'(9(/230(17',5(&725(/(&7521,&$//<&+(&.('%<$/,&$<,53(Date Issued: December 6, 2016 CITY OF TEMPLE CITY, CALIFORNIA BIDDING AND CONTRACT DOCUMENTS, PLANS AND SPECIFICATIONS 5800 TEMPLE CITY BLVD PARKING LOT IMPROVEMENTS, P17-05 Document Control Page 120 of 125""'"'" -+,-h.,-1;-TYP. WALl REINF. ;.~ PER SCHED. U.N.Sc. ----,... .. •.. #5 C 8" O.C,.. ---14---f .· UNTEL REINF. PER SCHE~ ... .. . .· .• . •. ~ [ . .. ... •. • •. . .· .• .. VERT. BARS AT ENDS OF WALL PER SCHED. U.N.B. WALL REINF. PER SCHED. U.N.O. • ... • .. .. • •· ... • 13 0 16" D.C. (ALTERNATE) VERT. BARS AT ENDS OF WALL PER SCHED. U .•• . .. v .• • •. .. . . . . • . • . . 180" HOOK t t • • I I . ' • • E9 JAMB OR END OF WALL 0 SECTIONS AT LINTEL,DOOR JAMB,AND END OF WALL 5~~----------------­SCALE: N.T.S. "'.~--3/8" WIDE (U.N.O.) I STACKED CONTROL JOINT FROM TOP OF PROVIDE OPEN END BLOCKS AT BOTH SIDES FOOTING TO TOP OF WALL OF JOINT. FILL WITH SEALANT EA. SIDE , SEE NOTE. I KEY COLD JOINT FULL HEIGHT WITH 24 GA. GALV. FORMED DIVISION STRIP NOTES: .. .. . •. • • t--~tf--(2)-#5 CONT. AT LAYER OF REINF. LAP SPLICE PER SCHEDULE 1.) PROVIDE JOINTS AT INTERVALS NOT TO EXCEED 50 FT. REFER TO ARCHITECTURAL DRAWINGS FOR EXACT LOCATIONS. 2.) HORIZ. REINF. AT FLOOR & ROOF LINES, AND TYPICAL WALL REINFORCING SHALL BE CONTINUOUS THROUGH CONTROL JOINT OR SPILED AS SHOWN. 3.) SINGLE LAYER OF REINFORCEMENT SHOWN, DOUBLE LAYER OF REINFORCEMENT IS SIMILAR. 4.) FOR CONTROL JOINTS IN HEAD SECTION OVER OPENINGS, INSTALL DIVISION STRIPS IN 8" SECTIONS WITH ALTERNATING KEY EACH SIDE OF JOINT. 5.) USE POLYSULPHIDE SEALANT U.N.O. BY ARCHITECTURAL DWGS. 0 MASONRY WALL CONTROL JOINT 6~~--~~~--------­SCALE: N.T.S. NO. REVISIONS Al RSE ASSOCIATES Inc. NOTES 1. SEE 1 /S003 FOR TYPICAL BAR BENDING DETAIL. 2. DEVELOPMENT BAR SIZE LAP SPLICE LENGTH 'Ld' 3 25" 25" 4 33" 33" 5 41" 41" 6 49" 49" 7 57" 57" 8 SEE NOTE #4 SEE NOTE #4 9 SEE NOTE #4 SEE NOTE #4 3. PROVIDE LAP SPLICE FOR ALL VERTICAL BARS INCLUDING WALL ENDS, CORNERS, OPENINGS, AND FOOTING DOWELS . 4. PROVIDE FULL WELDED DIRECT BUTT SPLICE PER DETAIL 9/S1-11 OR MECHANICAL COUPLER THAT DEVELOPS AT LEAST 125% THE BAR YIELD STRENGTH. STAGGER ADJACENT BAR SPLIECES AT LEAST BY 30 INCHES. 5. WHEN ADJACENT LAP SPLICES ARE SEPERATED BY 3 INCHES OR LESS, LAP SPLICE LENGTH SHALL BE INCREASED BY 1.3 TIMES; OR STAGGER SPLICES AT LEAST 24 BAR DIAMETERS WITH NO INCREASE IN LAP LENGTH. 6. BARS SPLICED BY NONCONTACT LAP SPLICES SHALL BE SPACED TRANSVERSELY NOT FARTHER APART THAN ONE FIFTH THE REQUIRED LENGTH OF LAP NOR MORE THAN 8 INCHES. 0 MASONRY REINFORCING NOTES AND SPLICE SCHEDULE 3~~----------­SCALE: N.T.S. LINTEL REINF. SEE SCHEDULE WHEN REQUim:u' FLOOR LEVEL 48 db (2'-0" MIN.) EXTEND JAMB BARS FL. TO FL. OR FL. TO ROOF WHEN WIDTH OF OPENING IS MORE THAN 4' -0" FLOOR LEVEL STANDARD HOOK WHERE EMBEDMENT IS IMPOSSIBLE ELEVATION 48 x BAR DIA. (2'-0" MIN.), WHERE EXTENSION IS IMPOSSIBLE, EXTEND BARS AS FAR AS POSSIBLE AND HOOKED, TYP. LINTEL REINF. SEE SCHED. LAP SPLICE DOWELS TO MATCH JAMB BARS -TYP. 48 db (2'-0" MIN.) LINTEL REINFORCEMENT WIDE OF OPENING BAR SIZE LESS THAN 5' -0" (2)-#5 5' -0" TO 7' -0" (2)-#6 >7'-0" TO 10'-0" (2)-#7 0 MASONRY WALL MINIMUM REINFORCING AT OPENING (U.N.O) 4~~------~~--­SCALE: N.T.S. REVISED BY APPROVED BY DATE A CALIFORNIA CORPORATION • • MINIMUM WALL REINFORCING WALL THK . VERT. HORIZ. VERT. BARS @END 0 (NOMINAL) REIN F . REIN F. ALL CORNER, OR IN 8" #4 @16" o.c. #4 @16" D.C. (2)-#5 CONT. 12" #5 @16" D.C. #5 @16" D.C. (4)-#6 CONT. EACH FACE EACH FACE 16" #5 @16" D.C. #5 @16" D.C. (4)-#6 CONT. EACH FACE EACH FACE NOTES: 1. PROVIDE MINIMUM (2)-#5 AT EACH SIDE AND TOP OF ALL OPENINGS, U.N.O . PER 3/S007 2. WALL HORIZONTAL REINFORCING SHALL BE PLACED IN THE INNER LAYERS AND VERTICAL REINFORCING IN THE OUTER LAYER, U.N.O .. FOR 8" WALLS, VERTICAL REINFORCING SHALL BE PLACED AT THE CENTER LINE OF THE WALL. CD MINIMUM CMU WALL REINF (UNLESS NOTED OTHERWISE) 1 ~;-::-------------­SCALE: N.T.S. X • 0 oo I .... -~ ·• /I---BLOCK WALL, GROUT ALL CELLS. ;~ SEE PLAN FOR SIZE & LOCATION. 90' HOOK IN CORNER CE ~-ALT. BEND 48 x BAR DIA. (2'-0" MIN.) TYP. tt.J • . ·• BREAK SHELL SEE NOTE TYR VERT. BARS AT ENDS OF WALL PER SCHED. U.Niof. b-. ---1"-;H·L INTERSECTION NOTES: WALL REINF. PER SCHEDULE U.N.O. '---OPEN END BLOCif----_/ BLOCK LAYOUT SHOWN IS DIAGRAMMATIC. ACTUAL CONDITION WILL VARY PER RUNNING BOND PATTERN, USE APPROPRIATE UNITS OR BREAK CMU SHELL AS REQUIRED FOR REINFORCING PLACEMENT AND FLOW OF GROUT. CORNER 0 TYP MINIMUM REINF AT 8" CMU WALL INTERSECTION 2 ~:-:;------------­SCALE: N.T.S. APPROVED: CHECK BY: CITY ENGINEER Service Alert Call: TOLL FREE 811 TWO WORKING DA'1S BERRE YOU DIG DATE DATE CITY OF TEMPLE CITY PUBUC WORKS AND ENGINEERING DEPARTMENT 13 of 18 (/(9$7,21(/(9$7,21SIGNATURE3DXO$1RWDNO. 2973EXP. 05-31-18xx/xx/16L O S T W E S TA C A L I F O R N I A C O R P O R A T I O NL A N D S C A P E A R C H I T E C T U R EGARDENS PARKS CITIESTEL: (323) 258-8214 OR (760) 434-57905208 Townsend Ave. Los Angeles, CA 90041PO BOX 4548 Carlsbad, CA 920183/$1'$7(1610 Temple City Parking Lot6)ORZHU6W6XLWH7HO  /RV$QJHOHV&$SIGNATURE3DXO$1RWDNO. 2973EXP. 05-31-18xx/xx/16L O S T W E S TA C A L I F O R N I A C O R P O R A T I O NL A N D S C A P E A R C H I T E C T U R EGARDENS PARKS CITIESTEL: (323) 258-8214 OR (760) 434-57905208 Townsend Ave. Los Angeles, CA 90041PO BOX 4548 Carlsbad, CA 920181610 Temple City Parking Lot6)ORZHU6W6XLWH7HO  /RV$QJHOHV&$ 352*5(66-)7&  3(50,768%0,77$/-)7& 5800 TEMPLE CITY BLVD. PARKINGLOT IMPROVEMENTSCITY PROJECT I.D.: P 17-05ELEVATIONSS0.514 of 18NATATATATATATATATATATATATATURUUUUUUUUUUUENATATATATATATATATATAATURUUUUUUUUUExxxxxxxxxxxxxxxxxxxxxxxxx/x////////////x/16xxxxxxxxxxxxxxxxxxxxxx/xx/16(/(&7521,&$//<$33529('%<0,&+$(/)25%(6&20081,7<'(9(/230(17',5(&725(/(&7521,&$//<&+(&.('%<$/,&$<,53(Date Issued: December 6, 2016 CITY OF TEMPLE CITY, CALIFORNIA BIDDING AND CONTRACT DOCUMENTS, PLANS AND SPECIFICATIONS 5800 TEMPLE CITY BLVD PARKING LOT IMPROVEMENTS, P17-05 Document Control Page 121 of 1256" LJ LJ SCALE: N.T.S. 6" SCALE: N.T.S. NO. REVISIONS REVISED BY APPROVED BY OATE 4l RSE ASSOCIATES Inc. rr= ----==]1 I I I I I I I I I I • • APPROVED: CHECK BY: CITY ENGINEER Call: TOLL FREE 811 DATE DATE CITY OF TEMPLE CITY PUBLIC WORKS AND ENGINEERING DEPARTMENT FOUNDATION PLANSIGNATURE3DXO$1RWDxx/xx/16L O S T W E S TL A N D S C A P E A R C H I T E C T U R EGARDENS PARKS CITIESTEL: (323) 258-8214 OR (760) 434-57905208 Townsend Ave. Los Angeles, CA 90041PO BOX 4548 Carlsbad, CA 920183/$1'$7(1610 Temple City Parking Lot6)ORZHU6W6XLWH7HO  /RV$QJHOHV&$SIGNATURE3DXO$1RWDxx/xx/16L O S T W E S TL A N D S C A P E A R C H I T E C T U R EGARDENS PARKS CITIESTEL: (323) 258-8214 OR (760) 434-57905208 Townsend Ave. Los Angeles, CA 90041PO BOX 4548 Carlsbad, CA 920181610 Temple City Parking Lot6)ORZHU6W6XLWH7HO  /RV$QJHOHV&$ 352*5(66-)7&  3(50,768%0,77$/-)7& 5800 TEMPLE CITY BLVD. PARKINGLOT IMPROVEMENTSCITY PROJECT I.D.: P 17-05S1.0NATTTTTTTTTTURUUENATTTTTTTTURUUExxxxxxxx/x////////////x/16xxxxxxxx/x////x/16(/(&7521,&$//<$33529('%<0,&+$(/)25%(6&20081,7<'(9(/230(17',5(&725(/(&7521,&$//<&+(&.('%<$/,&$<,53(Date Issued: December 6, 2016 CITY OF TEMPLE CITY, CALIFORNIA BIDDING AND CONTRACT DOCUMENTS, PLANS AND SPECIFICATIONS 5800 TEMPLE CITY BLVD PARKING LOT IMPROVEMENTS, P17-05 Document Control Page 122 of 1254l RSE ASSOCIATES Inc. rm ~I I ~I I F1r_lLl Ll IJ ~I I I !i' I I F2~~ ~r ~I I !i'l F2~~ ~~ I I ~I I I I F2~~ 9F ~I I ~I I F1r~J~Lgzl_~WF-~1 ?'11 L __ ___rll NQIES; ~~ I L I I F1~_j I. ALL SPECIFIED FOUNDATION MEMBERS AND HARDWARE ARE NEW UNLESS NOTED AS "EXIsnNG" OR (E). 2. BOTTOMS OF ALL NEW FOOTINGS SHALL BE MINIMUM OF 24" INTO COMPETENT SOIL MEASURED FROM THE LOWEST ADJACENT GRADE. BOTTOM OF FOOTINGS SHALL BE FREE OF ALL LOOSE SOILS. 3. SEE ARCHIITCTIURAL DRAWINGS FOR FLOOR ELEVATIONS, DIMENSIONS & OPENINGS NOT SHOWN ON snRUCTIURAL PLANS. WF-1 ----~ CD FOUNDATION PLAN 1~~-----------------------------------SCALE: N.T.S. NO. REVISIONS REVISED BY APPROVED BY DATE A CALIFORNIA CORPORATION • • " "" lo'i APPROVED: CHECK BY: CITY ENGINEER Call: TOLL FREE 811 l'MJ 'IIIQRKING DAYS BEFORE YOU DIG DATE DATE CITY OF TEMPLE CITY PUBLIC WORKS AND ENGINEERING DEPARTMENT 15 of 18 FLOOR PLANSIGNATURE3DXO$1RWDxx/xx/16L O S T W E S TL A N D S C A P E A R C H I T E C T U R EGARDENS PARKS CITIESTEL: (323) 258-8214 OR (760) 434-57905208 Townsend Ave. Los Angeles, CA 90041PO BOX 4548 Carlsbad, CA 920183/$1'$7(1610 Temple City Parking Lot6)ORZHU6W6XLWH7HO  /RV$QJHOHV&$SIGNATURE3DXO$1RWDxx/xx/16L O S T W E S TL A N D S C A P E A R C H I T E C T U R EGARDENS PARKS CITIESTEL: (323) 258-8214 OR (760) 434-57905208 Townsend Ave. Los Angeles, CA 90041PO BOX 4548 Carlsbad, CA 920181610 Temple City Parking Lot6)ORZHU6W6XLWH7HO  /RV$QJHOHV&$ 352*5(66-)7&  3(50,768%0,77$/-)7& 5800 TEMPLE CITY BLVD. PARKINGLOT IMPROVEMENTSCITY PROJECT I.D.: P 17-05S1.1EGNNNNNNNNATATATATATATATATATATAAAUREGNNNATATATTATATATTAAURExxxxxxxxxxxxxxxxxx/xx/1xxxxxxxxxxxxx/xx/1(/(&7521,&$//<$33529('%<0,&+$(/)25%(6&20081,7<'(9(/230(17',5(&725(/(&7521,&$//<&+(&.('%<$/,&$<,53(Date Issued: December 6, 2016 CITY OF TEMPLE CITY, CALIFORNIA BIDDING AND CONTRACT DOCUMENTS, PLANS AND SPECIFICATIONS 5800 TEMPLE CITY BLVD PARKING LOT IMPROVEMENTS, P17-05 Document Control Page 123 of 125T.O.W. S.A.D. T.O.W. S.A.D. T.O.W. S.A.D. HSS8x6~ POST, lYP. T.O.W. S.A.D. FLOOR PLAN SCALE: N.T.S. Service Alert CITY OF TEMPLE CITY Call: TOLL FREE PUBLIC WORKS AND ENGINEERING DEPARTMENT 811 TWO WORKING DAYS BmH: YOO DIG NO. REVISIONS REVISED BY APPROVED BY DATE APPROVED: ~l RSE ASSOCIATES Inc. A CALIFORNIA CORPORATION DATE • • CHECK BY: CITY ENGINEER DATE 16 of 18 75(//,63/$1TRELLIS PLANSIGNATURE3DXO$1RWDNO. 2973EXP. 05-31-18xx/xx/16L O S T W E S TA C A L I F O R N I A C O R P O R A T I O NL A N D S C A P E A R C H I T E C T U R EGARDENS PARKS CITIESTEL: (323) 258-8214 OR (760) 434-57905208 Townsend Ave. Los Angeles, CA 90041PO BOX 4548 Carlsbad, CA 920183/$1'$7(1610 Temple City Parking Lot6)ORZHU6W6XLWH7HO  /RV$QJHOHV&$SIGNATURE3DXO$1RWDNO. 2973EXP. 05-31-18xx/xx/16L O S T W E S TA C A L I F O R N I A C O R P O R A T I O NL A N D S C A P E A R C H I T E C T U R EGARDENS PARKS CITIESTEL: (323) 258-8214 OR (760) 434-57905208 Townsend Ave. Los Angeles, CA 90041PO BOX 4548 Carlsbad, CA 920181610 Temple City Parking Lot6)ORZHU6W6XLWH7HO  /RV$QJHOHV&$ 352*5(66-)7&  3(50,768%0,77$/-)7& 5800 TEMPLE CITY BLVD. PARKINGLOT IMPROVEMENTSCITY PROJECT I.D.: P 17-05S1.217 of 18GNNNNNNNNNNNATATATATATATATATATATATAAUREGNNNNNNNNNNNATATATATATATATATATTATAAURExxxxxxxxxxxxxxxxxxxxxxxx/xx/1xxxxxxxxxxxxxxxxxxxxx/xx/1(/(&7521,&$//<$33529('%<0,&+$(/)25%(6&20081,7<'(9(/230(17',5(&725(/(&7521,&$//<&+(&.('%<$/,&$<,53(Date Issued: December 6, 2016 CITY OF TEMPLE CITY, CALIFORNIA BIDDING AND CONTRACT DOCUMENTS, PLANS AND SPECIFICATIONS 5800 TEMPLE CITY BLVD PARKING LOT IMPROVEMENTS, P17-05 Document Control Page 124 of 125 )'(7$,/)'(7$,/7<3,&$/(/(9$7,217<3,&$/%5,&.9(1((5,167$//$7,216(&7,2175(//,67239,(:'(7$,/'(7$,/:)'(7$,/7<3,&$/3,(56(&7,21$/7/$<(5$73,(56(&7,21+66[&211(&7,21'(7$,/67(3)227,1*'(7$,/SIGNATURE3DXO$1RWDNO. 2973EXP. 05-31-18xx/xx/16L O S T W E S TA C A L I F O R N I A C O R P O R A T I O NL A N D S C A P E A R C H I T E C T U R EGARDENS PARKS CITIESTEL: (323) 258-8214 OR (760) 434-57905208 Townsend Ave. Los Angeles, CA 90041PO BOX 4548 Carlsbad, CA 920183/$1'$7(1610 Temple City Parking Lot6)ORZHU6W6XLWH7HO  /RV$QJHOHV&$SIGNATURE3DXO$1RWDNO. 2973EXP. 05-31-18xx/xx/16L O S T W E S TA C A L I F O R N I A C O R P O R A T I O NL A N D S C A P E A R C H I T E C T U R EGARDENS PARKS CITIESTEL: (323) 258-8214 OR (760) 434-57905208 Townsend Ave. Los Angeles, CA 90041PO BOX 4548 Carlsbad, CA 920181610 Temple City Parking Lot6)ORZHU6W6XLWH7HO  /RV$QJHOHV&$ 352*5(66-)7&  3(50,768%0,77$/-)7& 5800 TEMPLE CITY BLVD. PARKINGLOT IMPROVEMENTSCITY PROJECT I.D.: P 17-05TYPICAL DETAILSS2.118 of 18GNNNNNNNNNNATATATATATATATATATATATAAUREGNNNNNNNNNNATATATAATATATATATTATURExxxxxxxxxxxxxxxxxxxxx/xx/1xxxxxxxxxxxxxxxxxx/xx/1(/(&7521,&$//<$33529('%<0,&+$(/)25%(6&20081,7<'(9(/230(17',5(&725(/(&7521,&$//<&+(&.('%<$/,&$<,53(Date Issued: December 6, 2016 CITY OF TEMPLE CITY, CALIFORNIA BIDDING AND CONTRACT DOCUMENTS, PLANS AND SPECIFICATIONS 5800 TEMPLE CITY BLVD PARKING LOT IMPROVEMENTS, P17-05 Document Control Page 125 of 125 ATTACHMENT D Published Bid Notice Note: Due to its voluminous nature, the bid package has been excluded from this report. That document, approved by Council on Dec. 6, 2016, can be viewed or obtained in the City Clerk’s office. A. NOTICE INVITING FORMAL SEALED BIDS 5800 TEMPLE CITY BLVD. PARKING LOT IMPROVEMENTS CITY PROJECT ID: P17-05 City of Temple City PUBLIC NOTICE IS HEREBY GIVEN that the City of Temple City invites sealed bids for the above stated project and will receive such bids in the office of the City Clerk, City of Temple City, 9701 Las Tunas Drive, Temple City, CA 91780, up to the hour of 2 PM, on January 11, 2017. The bids received will be publicly opened approximately 15 minutes after the bid submittal deadline in the City Hall. Copies of the Plans, Specifications and contract documents can be obtained as follows: 1. To receive a pdf file send an e-mail request to: okan.demirci@transtech.org. A pdf file will be e-mailed at no cost. 2. Hard copy can be picked up at a non-refundable cost of $50 from City of Temple City, 9701 Las Tunas Drive, Temple City, CA 91780. Make check payable to “City of Temple City”. Place a note on the check as follows: Cost for Plan Set for CITY PROJECT ID: P17-05 The estimated construction budget for this project is approximately $450,000. Total construction duration is 55 working days. This is a City funded project. State Labor Standards Provisions, including prevailing wage requirements and Related Acts will be enforced. The CONTRACTOR’s duty to pay State prevailing wages can be found under Labor Code Section 1770 et seq. and Labor Code Sections 1775 and 1777.7 outline the penalties for failure to pay prevailing wages and employ apprentices including forfeitures and debarment. The City hereby notifies all qualified bidders that it will affirmatively insure that minority business enterprises will be afforded full opportunity to submit bids in response to this invitation and will not be discriminated against on the basis of race, color, national origin, ancestry, sex, religion or handicap in any consideration for an award. Attention is directed to the provisions of Section 1777.5 (Chapter 1411, Statutes of 1968) and 1777.5 of the Labor Code concerning the employment of apprentices by the contractor and that the contractor shall not allow discrimination in employment practices on the basis of race, color, national origin, ancestry, sex, religion or handicap. 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 subcontractors, 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. Section 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 work’s contract or 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. Bids must be prepared on the approved Proposal forms in conformance with the Instructions to Bidders and submitted in a sealed envelope plainly marked on the outside. Bids must be accompanied by a bid bond, made payable to the City of Temple City for an amount no less than 10 percent of the amount of bid. The City will deduct a State-mandated 5% retention from all progress payments. Required State of California Contractors License Classification is Class A. This project is subject to compliance monitoring and enforcement by the Department of Industrial Relations. The bid proposal must include a print out from the DIR registration website showing that the prime contractor and each subcontractor is currently registered. No bid proposals may be accepted nor any contract entered into with a prime contractor without proof of registration as required above. The successful Contractor and his subcontractors will be required to possess business licenses from the City. The City reserves the right to reject any or all bids, to waive any irregularity, and to take all bids under advisement for a period of 60 calendar days. Any contract entered into pursuant to this notice shall become effective or enforceable against the City of Temple City only when the formal written contract has been duly executed by the appropriate officers of the City. If there are any questions regarding this project, please contact in writing via e-mail: Okan Demirci, Project Manager okan.demirci@transtech.org All inquiries must be submitted in writing. BY ORDER of the City of Temple City, California PLAN HOLDERS LIST, CITY OF TEMPLE CITY, 5800 TEMPLE CITY BLVD. PARKING LOT IMPROVEMENTS, CITY PROJECT ID: P17-05 List Updated: 01/13/17 This plan holders list only contains persons/organizations that have contacted the City and acquired a Bid Package via e-mail or hardcopy. There could be other persons/organizations that may have downloaded the Bid Package from Electronic Plan Room web-site, and not registered with the City. Bid Due Date/Time: 2:00 PM, PST, JANUARY 11, 2017. Revised per Addendum 2: 2:00 PM, PST, JANUARY 18, 2017. D:\DROPBOX (TRANSTECH ENGINEERS)\JOBRECRD\2016\16565 TC 5800 TC BL PARKING LOT AND PARK\WIP\6BID ADVERTISEMENT\PLAN HOLDERS LIST, TEMPLE CITY, 5800 TC BLVD PARKING LOT (P17-05)-V011317.DOCX 1 No Company Name Contact Name E-Mail BID PACKAGE ADDENDUM 1 ADDENDUM 2 ADDENDUM 3 Attended Pre-Bid Meeting (N/A) Comments E-mailed Receipt Confirmed E-mailed Receipt Confirmed E-mailed Receipt Confirmed E-mailed Receipt Confirmed 1. City of Temple City City 2. Transtech Engineers, Inc. Project Manager 3. iSqFt® Planroom Renae Dawson 800-364-2059 x8238 Greg Murray 800-364-2059 x7077 Michael Huston 513-645-8004 rdawson@ISQFT.com; isqftmr@gmail.com; 12/14/16 12/14/16 01/06/17 01/06/17 01/10/17 01/10/17 01/13/17 01/13/17 N/A Electronic Plan Room 4. Bid Clerk Electronic Bid Room General Email update@bidclerk.com; projects@bidclerk.com; phermanson@bidclerk.com; 12/14/16 12/14/16 01/06/17 01/06/17 01/10/17 01/10/17 01/13/17 01/13/17 N/A Electronic Plan Room 5. Construction Market Data Group (CMD) formerly Reed Construction Data Maria “Mary” Delfino 323-602-5079, Ext. 75310 Maria.Delfino@cmdgroup.com; 12/14/16 12/14/16 01/06/17 01/06/17 01/10/17 01/10/17 01/13/17 01/13/17 N/A Electronic Plan Room 6. McGraw Hill Construction Donetta Brooks General Email Elizabeth Franco donetta.brooks@mhfi.com; dodge_reocwe@mcgraw-hill.com; donetta.brooks@mhfi.com; dodge_document_we@mhfi.com; elizabeth.franco@construction.co m; 12/14/16 12/14/16 01/06/17 01/06/17 01/10/17 01/10/17 01/13/17 01/13/17 N/A Electronic Plan Room PLAN HOLDERS LIST, CITY OF TEMPLE CITY, 5800 TEMPLE CITY BLVD. PARKING LOT IMPROVEMENTS, CITY PROJECT ID: P17-05 List Updated: 01/13/17 This plan holders list only contains persons/organizations that have contacted the City and acquired a Bid Package via e-mail or hardcopy. There could be other persons/organizations that may have downloaded the Bid Package from Electronic Plan Room web-site, and not registered with the City. Bid Due Date/Time: 2:00 PM, PST, JANUARY 11, 2017. Revised per Addendum 2: 2:00 PM, PST, JANUARY 18, 2017. D:\DROPBOX (TRANSTECH ENGINEERS)\JOBRECRD\2016\16565 TC 5800 TC BL PARKING LOT AND PARK\WIP\6BID ADVERTISEMENT\PLAN HOLDERS LIST, TEMPLE CITY, 5800 TC BLVD PARKING LOT (P17-05)-V011317.DOCX 2 No Company Name Contact Name E-Mail BID PACKAGE ADDENDUM 1 ADDENDUM 2 ADDENDUM 3 Attended Pre-Bid Meeting (N/A) Comments E-mailed Receipt Confirmed E-mailed Receipt Confirmed E-mailed Receipt Confirmed E-mailed Receipt Confirmed 7. The Blue Book Building & Constr Network Electronic Bid Room Jim Downey 800-431-2584 x3177 tdowney@thebluebook.com; 12/14/16 12/14/16 01/06/17 01/06/17 01/10/17 01/10/17 01/13/17 01/13/17 N/A Electronic Plan Room 8. Bid America Tracy Kirby 951-813-2084 planroom@bidamerica.com; 12/14/16 12/14/16 01/06/17 01/06/17 01/10/17 01/10/17 01/13/17 01/13/17 N/A Electronic Plan Room 9. Dodge Data & Analytics Sue Schoen Khalisa Loveless Dodge.bidding@construction.com ; 12/14/16 12/14/16 01/06/17 01/06/17 01/10/17 01/10/17 01/13/17 01/13/17 N/A Electronic Plan Room 10. ABC Resources, Inc. Shawn Weber shawn@abcresources.biz; 01/03/17 01/03/17 01/06/17 01/06/17 01/10/17 01/10/17 01/13/17 01/13/17 N/A Contractor 11. ABNY General Engineering Sam Wahba 626-586-2020 samwahba@abnyinc.com; 01/05/17 01/05/17 01/06/17 01/06/17 01/10/17 01/10/17 01/13/17 01/13/17 N/A Contractor 12. Access Pacific, Inc. Jessica Picon 626-792-0616 jessica@accesspacificinc.com; 01/10/17 01/10/17 01/10/17 01/10/17 01/10/17 01/10/17 01/13/17 01/13/17 N/A Contractor 13. ARC Construction, Inc Racquel Sobrino racquel@arcconstructioncorp.com ; 01/03/17 01/03/17 01/06/17 01/06/17 01/10/17 01/10/17 01/13/17 01/13/17 N/A Contractor PLAN HOLDERS LIST, CITY OF TEMPLE CITY, 5800 TEMPLE CITY BLVD. PARKING LOT IMPROVEMENTS, CITY PROJECT ID: P17-05 List Updated: 01/13/17 This plan holders list only contains persons/organizations that have contacted the City and acquired a Bid Package via e-mail or hardcopy. There could be other persons/organizations that may have downloaded the Bid Package from Electronic Plan Room web-site, and not registered with the City. Bid Due Date/Time: 2:00 PM, PST, JANUARY 11, 2017. Revised per Addendum 2: 2:00 PM, PST, JANUARY 18, 2017. D:\DROPBOX (TRANSTECH ENGINEERS)\JOBRECRD\2016\16565 TC 5800 TC BL PARKING LOT AND PARK\WIP\6BID ADVERTISEMENT\PLAN HOLDERS LIST, TEMPLE CITY, 5800 TC BLVD PARKING LOT (P17-05)-V011317.DOCX 3 No Company Name Contact Name E-Mail BID PACKAGE ADDENDUM 1 ADDENDUM 2 ADDENDUM 3 Attended Pre-Bid Meeting (N/A) Comments E-mailed Receipt Confirmed E-mailed Receipt Confirmed E-mailed Receipt Confirmed E-mailed Receipt Confirmed 14. Aghapy Group Michael Michael 562-900-2936 mmichael@agc7.com; 12/19/16 12/19/16 01/06/17 01/06/17 01/10/17 01/10/17 01/13/17 01/13/17 N/A Contractor 15. All American Asphalt Gordon Kline 951-736-7600 constructionsales@allamericanasp halt.com; publicworks@allamericanasphalt.c om; gkline@allamericanasphalt.com; Eowen@allamericanasphalt.com; trobinson@allamericanasphalt.co m; 12/14/16 12/14/16 01/06/17 01/06/17 01/10/17 01/10/17 01/13/17 01/13/17 N/A Contractor 16. American Asphalt South, Inc. Jeri M. Grant 909-427-8276 jeriG@americanasphaltsouth.com 12/14/16 12/14/16 01/06/17 01/06/17 01/10/17 01/10/17 01/13/17 01/13/17 N/A Contractor 17. Ampco Contracting, Inc. Debbie Carrillo dcarrillo@ampcocontracting.com; 12/14/16 12/14/16 01/09/17 01/09/17 01/10/17 01/10/17 01/13/17 01/13/17 N/A Contractor 18. Arc Construction Razmik Hatoomian 818-482-1003 info@arcconstructioncorp.com; 12/27/16 12/27/16 01/06/17 01/06/17 01/10/17 01/10/17 01/13/17 01/13/17 N/A Contractor 19. Astra Builders, Inc. Dragos Gavrilescu 714-404-7057 dlgel2004@yahoo.com; 12/21/16 12/21/16 01/06/17 01/06/17 01/10/17 01/10/17 01/13/17 01/13/17 N/A Contractor 20. Ben’s Asphalt, Inc. Jake Straub 714-540-1700 Jake.Straub@bensasphalt.com; jeremy.taylor@bensasphalt.com; 12/14/16 12/14/16 01/06/17 01/06/17 01/10/17 01/10/17 01/13/17 01/13/17 N/A Contractor PLAN HOLDERS LIST, CITY OF TEMPLE CITY, 5800 TEMPLE CITY BLVD. PARKING LOT IMPROVEMENTS, CITY PROJECT ID: P17-05 List Updated: 01/13/17 This plan holders list only contains persons/organizations that have contacted the City and acquired a Bid Package via e-mail or hardcopy. There could be other persons/organizations that may have downloaded the Bid Package from Electronic Plan Room web-site, and not registered with the City. Bid Due Date/Time: 2:00 PM, PST, JANUARY 11, 2017. Revised per Addendum 2: 2:00 PM, PST, JANUARY 18, 2017. D:\DROPBOX (TRANSTECH ENGINEERS)\JOBRECRD\2016\16565 TC 5800 TC BL PARKING LOT AND PARK\WIP\6BID ADVERTISEMENT\PLAN HOLDERS LIST, TEMPLE CITY, 5800 TC BLVD PARKING LOT (P17-05)-V011317.DOCX 4 No Company Name Contact Name E-Mail BID PACKAGE ADDENDUM 1 ADDENDUM 2 ADDENDUM 3 Attended Pre-Bid Meeting (N/A) Comments E-mailed Receipt Confirmed E-mailed Receipt Confirmed E-mailed Receipt Confirmed E-mailed Receipt Confirmed 21. California Landscape & Design Inc. Greg Ramos 909-949-1601 greg@californiaskateparks.com; 12/16/16 12/16/16 01/06/17 01/06/17 01/10/17 01/10/17 01/13/17 01/13/17 N/A Contractor 22. California Professional Engineering, Inc. Diem Chu Alicia Nguyen diem@cpengineeringinc.com; alicia@cpengineeringinc.com; 12/14/16 12/14/16 01/06/17 01/06/17 01/10/17 01/10/17 01/13/17 01/13/17 N/A Contractor 23. Cornerstone Renovation Inc Sam William sam@csrinc1.com; 12/15/16 12/15/16 01/06/17 01/06/17 01/10/17 01/10/17 01/13/17 01/13/17 N/A Contractor 24. CS Legacy Ana Carlos 909-590-2626, Ext 4 ana@cslegacy.net; 12/15/16 12/15/16 01/10/17 01/10/17 01/10/17 01/10/17 01/13/17 01/13/17 N/A Contractor 25. Doug Martin Contracting Company Dixie Martin 714-441-0513 dixie@dougmartincontracting.co m; 12/14/16 12/14/16 01/06/17 01/06/17 01/10/17 01/10/17 01/13/17 01/13/17 N/A Contractor 26. EC Construction John Walters 626-444-9596 jkw@ecconst.com; 12/14/16 12/14/16 01/06/17 01/06/17 01/10/17 01/10/17 01/13/17 01/13/17 N/A Contractor 27. El Camino Asphalt Paving Corp. Andrew Silva 714-997-9357 andrew@elcaminoasphalt.com; 01/11/17 01/11/17 01/11/17 01/11/17 01/11/17 01/11/17 01/13/17 01/13/17 N/A Contractor PLAN HOLDERS LIST, CITY OF TEMPLE CITY, 5800 TEMPLE CITY BLVD. PARKING LOT IMPROVEMENTS, CITY PROJECT ID: P17-05 List Updated: 01/13/17 This plan holders list only contains persons/organizations that have contacted the City and acquired a Bid Package via e-mail or hardcopy. There could be other persons/organizations that may have downloaded the Bid Package from Electronic Plan Room web-site, and not registered with the City. Bid Due Date/Time: 2:00 PM, PST, JANUARY 11, 2017. Revised per Addendum 2: 2:00 PM, PST, JANUARY 18, 2017. D:\DROPBOX (TRANSTECH ENGINEERS)\JOBRECRD\2016\16565 TC 5800 TC BL PARKING LOT AND PARK\WIP\6BID ADVERTISEMENT\PLAN HOLDERS LIST, TEMPLE CITY, 5800 TC BLVD PARKING LOT (P17-05)-V011317.DOCX 5 No Company Name Contact Name E-Mail BID PACKAGE ADDENDUM 1 ADDENDUM 2 ADDENDUM 3 Attended Pre-Bid Meeting (N/A) Comments E-mailed Receipt Confirmed E-mailed Receipt Confirmed E-mailed Receipt Confirmed E-mailed Receipt Confirmed 28. Excel Paving Company Karla Reveles 562-599-5841 Crissa Phillips 562-843-0531 kreveles@excelpaving.net; cgraham@excelpaving.net; estimating@excelpaving.net; 12/14/16 12/14/16 01/06/17 01/06/17 01/10/17 01/10/17 01/13/17 01/13/17 N/A Contractor 29. FS Contractors Angel Fierros Ying Kwan fsconstruction@verizon.net; ying@fscontractorsinc.com; Martha@fscontractorsinc.com; Angel@fscontractorsinc.com; 12/14/16 12/14/16 01/06/17 01/06/17 01/10/17 01/10/17 01/13/17 01/13/17 N/A Contractor 30. Gentry Brothers Rod Gentry 626 357-9631 Rod@gentrybrothers.net; FOURBRO@aol.com; 12/14/16 12/14/16 01/06/17 01/06/17 01/10/17 01/10/17 01/13/17 01/13/17 N/A Contractor 31. Green Giant Landscape Christine Prothero 562-690-6208 greengiantoffice@aol.com; 01/03/17 01/03/17 01/06/17 01/06/17 01/10/17 01/10/17 01/13/17 01/13/17 N/A Contractor 32. Hardy & Harper, Inc Steve Kirshner 714-444-1851 Tina Pham skirschner@hardyandharper.com; tpham@hardyandharper.com; 12/14/16 12/14/16 01/06/17 01/06/17 01/10/17 01/10/17 01/13/17 01/13/17 N/A Contractor 33. Horizons Construction Company Michael Ortega 626-388-3951 mike@horizonscci.com; 01/04/17 01/04/17 01/06/17 01/06/17 01/10/17 01/10/17 01/13/17 01/13/17 N/A Contractor 34. Kasa Construction Hector Zavala 909-457-8260 hectorz@kasaconstruction.com; 12/19/16 12/19/16 01/06/17 01/06/17 01/10/17 01/10/17 01/13/17 01/13/17 N/A Contractor PLAN HOLDERS LIST, CITY OF TEMPLE CITY, 5800 TEMPLE CITY BLVD. PARKING LOT IMPROVEMENTS, CITY PROJECT ID: P17-05 List Updated: 01/13/17 This plan holders list only contains persons/organizations that have contacted the City and acquired a Bid Package via e-mail or hardcopy. There could be other persons/organizations that may have downloaded the Bid Package from Electronic Plan Room web-site, and not registered with the City. Bid Due Date/Time: 2:00 PM, PST, JANUARY 11, 2017. Revised per Addendum 2: 2:00 PM, PST, JANUARY 18, 2017. D:\DROPBOX (TRANSTECH ENGINEERS)\JOBRECRD\2016\16565 TC 5800 TC BL PARKING LOT AND PARK\WIP\6BID ADVERTISEMENT\PLAN HOLDERS LIST, TEMPLE CITY, 5800 TC BLVD PARKING LOT (P17-05)-V011317.DOCX 6 No Company Name Contact Name E-Mail BID PACKAGE ADDENDUM 1 ADDENDUM 2 ADDENDUM 3 Attended Pre-Bid Meeting (N/A) Comments E-mailed Receipt Confirmed E-mailed Receipt Confirmed E-mailed Receipt Confirmed E-mailed Receipt Confirmed 35. LA Engineering Aaron O'Brien 626-869-1411 Mitch Ward Joseph Haygood aaron@laeng.net; mward@laeng.net; joseph@laeng.net; 12/14/16 12/14/16 01/06/17 01/06/17 01/10/17 01/10/17 01/13/17 01/13/17 N/A Contractor 36. LA Signal Construction Jose Escobar 909-599-2201 jescobar@lasignal.com; 12/14/16 12/14/16 01/06/17 01/06/17 01/10/17 01/10/17 01/13/17 01/13/17 N/A Contractor 37. MacKenzie Electric, Inc. Becky Brockham 909-862-9906 info@mei93.net; 01/06/17 01/06/17 01/06/17 01/06/17 01/10/17 01/10/17 01/13/17 01/13/17 N/A Contractor 38. MK Construction Jesse Reyes 714-292-9115 Jbventura2@gmail.com; 01/05/17 01/05/17 01/06/17 01/06/17 01/10/17 01/10/17 01/13/17 01/13/17 N/A Contractor 39. MMJ Contracting, Inc. Mike Miller 310-892-0351 mike.miller@mmj-cinc.com; mmiller@odgmail.com; 01/02/17 01/02/17 01/06/17 01/06/17 01/10/17 01/10/17 01/13/17 01/13/17 N/A Contractor 40. Morillo Construction Miki Viduya-Capati 626-796-3800 mikic@morilloconstruction.com; 12/14/16 12/14/16 01/06/17 01/06/17 01/10/17 01/10/17 01/13/17 01/13/17 N/A Contractor 41. NPG Asphalt Mimi Stone 951-940-0200 CStone@npgasphalt.com; 12/27/16 12/27/16 01/06/17 01/06/17 01/10/17 01/10/17 01/13/17 01/13/17 N/A Contractor PLAN HOLDERS LIST, CITY OF TEMPLE CITY, 5800 TEMPLE CITY BLVD. PARKING LOT IMPROVEMENTS, CITY PROJECT ID: P17-05 List Updated: 01/13/17 This plan holders list only contains persons/organizations that have contacted the City and acquired a Bid Package via e-mail or hardcopy. There could be other persons/organizations that may have downloaded the Bid Package from Electronic Plan Room web-site, and not registered with the City. Bid Due Date/Time: 2:00 PM, PST, JANUARY 11, 2017. Revised per Addendum 2: 2:00 PM, PST, JANUARY 18, 2017. D:\DROPBOX (TRANSTECH ENGINEERS)\JOBRECRD\2016\16565 TC 5800 TC BL PARKING LOT AND PARK\WIP\6BID ADVERTISEMENT\PLAN HOLDERS LIST, TEMPLE CITY, 5800 TC BLVD PARKING LOT (P17-05)-V011317.DOCX 7 No Company Name Contact Name E-Mail BID PACKAGE ADDENDUM 1 ADDENDUM 2 ADDENDUM 3 Attended Pre-Bid Meeting (N/A) Comments E-mailed Receipt Confirmed E-mailed Receipt Confirmed E-mailed Receipt Confirmed E-mailed Receipt Confirmed 42. Parsam Construction, Inc. Aren Hovanessian 818-371-7445 aren@parsamcorp.com; 12/14/16 12/14/16 01/06/17 01/06/17 01/10/17 01/10/17 01/13/17 01/13/17 N/A Contractor 43. Pavement Recycling John Karagas JKaragas@pavementrecycling.com ; AFox@pavementrecycling.com; 12/14/16 12/14/16 01/06/17 01/06/17 01/10/17 01/10/17 01/13/17 01/13/17 N/A Contractor 44. PCI Garrett Jacob 562-218-0504 gjacob@lineuppci.com; 01/05/17 01/05/17 01/06/17 01/06/17 01/10/17 01/10/17 01/13/17 01/13/17 N/A Contractor 45. Phoenix Company Dustin Ramey 714-572-1410 dustin@phoenixlandscapeinc.com ; 01/03/17 01/03/17 01/06/17 01/06/17 01/10/17 01/10/17 01/13/17 01/13/17 N/A Contractor 46. Principles Contracting, Inc. Bud R. Glover 760-265-4578 bud@principlescontracting.com; 12/22/17 12/22/16 01/06/17 01/06/17 01/10/17 01/10/17 01/13/17 01/13/17 N/A Contractor 47. Rose Paving Scott Shaw 909-525-2670 sshaw@rosepaving.com; 12/14/16 12/14/16 01/06/17 01/06/17 01/10/17 01/10/17 01/13/17 01/13/17 N/A Contractor 48. Roy Allan Slurry Seal, Inc. Lawrence Allan 562-864-3363 lawrence@raslurry.com; 12/14/16 12/14/16 01/06/17 01/06/17 01/10/17 01/10/17 01/13/17 01/13/17 N/A Contractor PLAN HOLDERS LIST, CITY OF TEMPLE CITY, 5800 TEMPLE CITY BLVD. PARKING LOT IMPROVEMENTS, CITY PROJECT ID: P17-05 List Updated: 01/13/17 This plan holders list only contains persons/organizations that have contacted the City and acquired a Bid Package via e-mail or hardcopy. There could be other persons/organizations that may have downloaded the Bid Package from Electronic Plan Room web-site, and not registered with the City. Bid Due Date/Time: 2:00 PM, PST, JANUARY 11, 2017. Revised per Addendum 2: 2:00 PM, PST, JANUARY 18, 2017. D:\DROPBOX (TRANSTECH ENGINEERS)\JOBRECRD\2016\16565 TC 5800 TC BL PARKING LOT AND PARK\WIP\6BID ADVERTISEMENT\PLAN HOLDERS LIST, TEMPLE CITY, 5800 TC BLVD PARKING LOT (P17-05)-V011317.DOCX 8 No Company Name Contact Name E-Mail BID PACKAGE ADDENDUM 1 ADDENDUM 2 ADDENDUM 3 Attended Pre-Bid Meeting (N/A) Comments E-mailed Receipt Confirmed E-mailed Receipt Confirmed E-mailed Receipt Confirmed E-mailed Receipt Confirmed 49. Ruiz Concrete & Paving dba Ruiz Engineering Co. Miguel Ruiz 562-439-3070 ruizcpi@gmail.com; 01/10/17 01/10/17 01/10/17 01/10/17 01/10/17 01/10/17 01/13/17 01/13/17 N/A Contractor 50. Salix Development Brandon Yoo 818-488-1575 brandon@salixdevelopment.com; 12/15/16 12/15/16 01/06/17 01/06/17 01/10/17 01/10/17 01/13/17 01/13/17 N/A Contractor 51. Sequel Contractors Justin Pack 714-721-9979 justin@sequelcontractors.com; 12/14/16 12/14/16 01/06/17 01/06/17 01/10/17 01/10/17 01/13/17 01/13/17 N/A Contractor 52. Shawnan Construction Shawn Smith 562-760-0349 pavingcontractor@aol.com; estimating@shawnan.com; 12/14/16 12/14/16 01/06/17 01/06/17 01/10/17 01/10/17 01/13/17 01/13/17 N/A Contractor 53. Sierra Landscape Development Vito Clarizio 626-315-6400 Vito@sierralandscapedev.com; 01/11/17 01/11/17 01/11/17 01/11/17 01/11/17 01/11/17 01/13/17 01/13/17 N/A Contractor 54. Simgel Company Emmanuel Sasoon 310-430-2681 simgelcompany@yahoo.com; 01/03/17 01/03/17 01/06/17 01/06/17 01/10/17 01/10/17 01/13/17 01/13/17 N/A Contractor 55. Southern California Grading Jonathan Rathmann jrathmann@socalgrading.com; Estimating@socalgrading.com; 01/03/17 01/03/17 01/06/17 01/06/17 01/10/17 01/10/17 01/13/17 01/13/17 N/A Contractor PLAN HOLDERS LIST, CITY OF TEMPLE CITY, 5800 TEMPLE CITY BLVD. PARKING LOT IMPROVEMENTS, CITY PROJECT ID: P17-05 List Updated: 01/13/17 This plan holders list only contains persons/organizations that have contacted the City and acquired a Bid Package via e-mail or hardcopy. There could be other persons/organizations that may have downloaded the Bid Package from Electronic Plan Room web-site, and not registered with the City. Bid Due Date/Time: 2:00 PM, PST, JANUARY 11, 2017. Revised per Addendum 2: 2:00 PM, PST, JANUARY 18, 2017. D:\DROPBOX (TRANSTECH ENGINEERS)\JOBRECRD\2016\16565 TC 5800 TC BL PARKING LOT AND PARK\WIP\6BID ADVERTISEMENT\PLAN HOLDERS LIST, TEMPLE CITY, 5800 TC BLVD PARKING LOT (P17-05)-V011317.DOCX 9 No Company Name Contact Name E-Mail BID PACKAGE ADDENDUM 1 ADDENDUM 2 ADDENDUM 3 Attended Pre-Bid Meeting (N/A) Comments E-mailed Receipt Confirmed E-mailed Receipt Confirmed E-mailed Receipt Confirmed E-mailed Receipt Confirmed 56. Sully Miller Contracting Company Steve Marquez 714-720-7404 Jamie Sykes info@sully-miller.com; estimating@sully-miller.com; Jsykes@sully-miller.com; Jamie.Sykes@Sully-Miller.com; smarquez@sully-miller.com; maria.ruiz@sully-miller.com; 12/14/16 12/14/16 01/06/17 01/06/17 01/10/17 01/10/17 01/13/17 01/13/17 N/A Contractor 57. Sterndahl Enterprises, Inc. Clara Vasquez Clara@Sterndahl.com; 01/10/17 01/10/17 01/10/17 01/10/17 01/10/17 01/10/17 01/13/17 01/13/17 N/A Contractor 58. Terra Pave, Inc. Victor Ramirez victor@terrapave.com; estimating@terrapave.com; 12/14/16 12/14/16 01/06/17 01/06/17 01/10/17 01/10/17 01/13/17 01/13/17 N/A Contractor 59. Tom’s Construction Thomas Yan 626-378-7981 bpostar7@gmail.com; 01/09/17 01/09/17 01/09/17 01/09/17 01/10/17 01/10/17 01/13/17 01/13/17 N/A Contractor 60. United Paving Company John Goedtel 714-904-7690 John@united-paving.com; 12/14/16 12/14/16 01/06/17 01/06/17 01/10/17 01/10/17 01/13/17 01/13/17 N/A Contractor 61. VT Electric Tam Tran 909-985-1755 tam@vtelectric.net; 12/20/16 12/20/16 01/06/17 01/06/17 01/10/17 01/10/17 01/13/17 01/13/17 N/A Contractor 62. Western Emulsions Kevin Donnely 805-886-0900 kevin.donnelly@westernemulsion s.com; 12/14/16 12/14/16 01/06/17 01/06/17 01/10/17 01/10/17 01/13/17 01/13/17 N/A Contractor PLAN HOLDERS LIST, CITY OF TEMPLE CITY, 5800 TEMPLE CITY BLVD. PARKING LOT IMPROVEMENTS, CITY PROJECT ID: P17-05 List Updated: 01/13/17 This plan holders list only contains persons/organizations that have contacted the City and acquired a Bid Package via e-mail or hardcopy. There could be other persons/organizations that may have downloaded the Bid Package from Electronic Plan Room web-site, and not registered with the City. Bid Due Date/Time: 2:00 PM, PST, JANUARY 11, 2017. Revised per Addendum 2: 2:00 PM, PST, JANUARY 18, 2017. D:\DROPBOX (TRANSTECH ENGINEERS)\JOBRECRD\2016\16565 TC 5800 TC BL PARKING LOT AND PARK\WIP\6BID ADVERTISEMENT\PLAN HOLDERS LIST, TEMPLE CITY, 5800 TC BLVD PARKING LOT (P17-05)-V011317.DOCX 10 No Company Name Contact Name E-Mail BID PACKAGE ADDENDUM 1 ADDENDUM 2 ADDENDUM 3 Attended Pre-Bid Meeting (N/A) Comments E-mailed Receipt Confirmed E-mailed Receipt Confirmed E-mailed Receipt Confirmed E-mailed Receipt Confirmed 63. WS Pave Inc Marty Elliot (626) 840-1688 marty@wspave.net; 12/14/16 12/14/16 01/06/17 01/06/17 01/10/17 01/10/17 01/13/17 01/13/17 N/A Contractor ATTACHMENT E Bid Addenda ADDENDUM #1 BIDDING AND CONTRACT DOCUMENTS, PLANS AND SPECIFICATIONS for 5800 TEMPLE CITY BLVD. PARKING LOT IMPROVEMENTS CITY PROJECT ID: P17-05 Date Issued: January 5, 2017 D:\DROPBOX (TRANSTECH ENGINEERS)\JOBRECRD\2016\16565 TC 5800 TC BL PARKING LOT AND PARK\WIP\6BID ADVERTISEMENT\ADDENDUM 1\1.1FRONT SECTION, ADDENDUM 1, CITY OF TEMPLE CITY, 5800 TC BLVD PARKING LOT,P17-05.DOCX ADDENDUM 1, BIDDING AND CONTRACT DOCUMENTS, PLANS AND SPECIFICATIONS 5800 TEMPLE CITY BLVD. PARKING LOT IMPROVEMENTS (CITY PROJECT ID: P17-05) Document Control Page 1 of 8 Page 2 Addendum for: 5800 TEMPLE CITY BLVD. PARKING LOT IMPROVEMENTS CITY PROJECT ID: P17-05 Addendum No.: 1 Addendum Date: JANUARY 5, 2017 Issued by: City of Temple City Ali Cayir, PE, City Engineer Reminder 1: Please sign Addenda Acknowledgement on page C-8 of Bid Package Section Titled “C. BIDDER’S PROPOSAL”. Entire Section C shall be submitted as Bidder’s Proposal Reminder 2: Bid due date is not changed. Bid due date is 2:00 pm, on January 11, 2017. 1. CLARIFICATION TO SPECIFICATIONS: Specification Section “B. INSTRUCTIONS TO BIDDERS”, Page B.6, Paragraph titled: OTHER CONTRACT PROVISIONS The bidder’s attention is directed to other contract provisions, as listed below, which must be observed in the preparation of the proposal form and the submission of the bid. Federal Labor Standards Provisions (Clarification: Most current State Wage Rates is applicable to this project) Current Federal DOL Wage Decision (Clarification: Most current State Wage Rates is applicable to this project) Federal EEO and Affirmative Action Requirements (Clarification: There is no mandatory DBE, WBE, Minority Business participation for this project. No submittal is required with the bid.) Contracting with Small & Minority Firms, Women’s Business Enterprise (Clarification: There is no mandatory DBE, WBE, Minority Business participation for this project. No submittal is required with the bid.) Compliance with Clean Air and Water Acts (Clarification: Standard requirement as applicable. No submittal is required with the bid.) Please note the following statements included in Notice inviting bids for further clarifications: This is a City funded project. State Labor Standards Provisions, including prevailing wage requirements and Related Acts will be enforced. The CONTRACTOR’s duty to pay State prevailing wages can be found under Labor Code Section 1770 et seq. and Labor Code Sections 1775 and 1777.7 outline the penalties for failure to pay prevailing wages and employ apprentices including forfeitures and debarment. ADDENDUM 1, BIDDING AND CONTRACT DOCUMENTS, PLANS AND SPECIFICATIONS 5800 TEMPLE CITY BLVD. PARKING LOT IMPROVEMENTS (CITY PROJECT ID: P17-05) Document Control Page 2 of 8 Page 3 The City hereby notifies all qualified bidders that it will affirmatively insure that minority business enterprises will be afforded full opportunity to submit bids in response to this invitation and will not be discriminated against on the basis of race, color, national origin, ancestry, sex, religion or handicap in any consideration for an award. Attention is directed to the provisions of Section 1777.5 (Chapter 1411, Statutes of 1968) and 1777.5 of the Labor Code concerning the employment of apprentices by the contractor and that the contractor shall not allow discrimination in employment practices on the basis of race, color, national origin, ancestry, sex, religion or handicap. 2. REVISED BID SCHEDULE Addendum 1 replaces “Bid Schedule” on Section C Titled “C. BIDDER’S PROPOSAL”, Pages C.2 to C.5 to its entirety with the “Revised Bid Schedule per Addendum 1”. All other parts of Section C remain unchanged. Addendum 1 revises Bid Item 40 from the Bid Schedule. Entire Section C from the Bid Package and “Revised Bid Schedule per Addendum 1” shall be submitted as Bidder’s Proposal. (See Attachment 1: Revised Bid Schedule per Addendum 1.) All other parts of BIDDING AND CONTRACT DOCUMENTS, PLANS AND SPECIFICATIONS, dated December 6, 2016 not impacted by Addendum 1 remain unchanged. ATTACHMENTS: Attachment 1: Revised Bid Schedule per Addendum 1. ADDENDUM 1, BIDDING AND CONTRACT DOCUMENTS, PLANS AND SPECIFICATIONS 5800 TEMPLE CITY BLVD. PARKING LOT IMPROVEMENTS (CITY PROJECT ID: P17-05) Document Control Page 3 of 8 Attachment 1 - Revised Bid Schedule per Addendum 1 Addendum 1 replaces “Bid Schedule” on Section C Titled “C. BIDDER’S PROPOSAL”, Pages C.2 to C.5 to its entirety with the “Revised Bid Schedule per Addendum 1”. All other parts of Section C remain unchanged. Entire Section C from the Bid Package and “Revised Bid Schedule per Addendum 1” shall be submitted as Bidder’s Proposal. ADDENDUM 1, BIDDING AND CONTRACT DOCUMENTS, PLANS AND SPECIFICATIONS 5800 TEMPLE CITY BLVD. PARKING LOT IMPROVEMENTS (CITY PROJECT ID: P17-05) Document Control Page 4 of 8 Addendum 1, Attachment 1, Page: 1 BIDDER SHALL COMPLETE AND SUBMIT ALL DOCUMENTS AND PAGES IN SECTION “C. BIDDER’S PROPOSAL” FROM THE BID PACKAGE AND “REVISED BID SCHEDULE PER ADDENDUM 1” REVISED BID SCHEDULE 5800 TEMPLE CITY BLVD. PARKING LOT IMPROVEMENTS CITY PROJECT ID: P17-05 City of Temple City Item Description Quantity Unit Unit Bid Amount Total Bid Amount 1 Remove existing block wall including footing 96 L.F. $___________ $___________ 2 Remove existing AC pavement section (4" AC on 6" Underlying Base Material) 7,602 S.F. $___________ $___________ 3 Remove existing PCC Driveway including PCC Apron, Curb & Gutter bounded by limit lines excluding 1' wide slot cut of AC Pavement 385 S.F. $___________ $___________ 4 Remove existing ramp including PCC Walk, Retaining Curb, Curb & Gutter bounded by limit lines excluding 1' wide slot cut of AC Pavement 378 S.F. $___________ $___________ 5 Slot Cut 1' wide strip x 8" deep of existing AC pavement section and to be filled back with full depth AC Pavement 1,273 L.F. $___________ $___________ 6 Remove portion of Alley Intersection bounded by limit lines excluding 1' wide slot cut of AC Pavement 187 S.F. $___________ $___________ 7 Construct Type B-PG 64-10 AC pavement 220 TON $___________ $___________ 8 Construct Crushed Aggregate Base 333 TON $___________ $___________ 9 Construct PCC Walk 1,555 S.F. $___________ $___________ 10 Construct A2-(8) Curb & Gutter, 2' gutter 50 L.F. $___________ $___________ 11 Construct 6" PCC Curb, A1-(6) 508 L.F. $___________ $___________ 12 Construct 4" x 6" PCC header 126 L.F. $___________ $___________ 13 Construct Curb Ramp Per SPPWC Std. Plan 111- 5, Type 4, Case A 1 EA $___________ $___________ 14 Reconstruct the removed portion of Alley Intersection as shown on the plan including ramp 1 EA $___________ $___________ ADDENDUM 1, BIDDING AND CONTRACT DOCUMENTS, PLANS AND SPECIFICATIONS 5800 TEMPLE CITY BLVD. PARKING LOT IMPROVEMENTS (CITY PROJECT ID: P17-05) Document Control Page 5 of 8 Addendum 1, Attachment 1, Page: 2 BIDDER SHALL COMPLETE AND SUBMIT ALL DOCUMENTS AND PAGES IN SECTION “C. BIDDER’S PROPOSAL” FROM THE BID PACKAGE AND “REVISED BID SCHEDULE PER ADDENDUM 1” REVISED BID SCHEDULE 5800 TEMPLE CITY BLVD. PARKING LOT IMPROVEMENTS CITY PROJECT ID: P17-05 City of Temple City Item Description Quantity Unit Unit Bid Amount Total Bid Amount 15 Construct Low Impact Development Vegetated Swale including geotextile fabric 47 C.Y. $___________ $___________ 16 Construct Low Impact Development Gravel Bottomless Trench including geotextile fabric per detail 70 C.Y. $___________ $___________ 17 Remove Existing Chain link fence 140 L.F. $___________ $___________ 18 Install Pacific Utility Product Metered Pedestal, Type III-AF Service Equipment Enclosure 1 EA. $___________ $___________ 19 Install 1 1/2" PVC Conduit Schedule 80 with 3/8" nylon pull rope (Provision for future EV Charge Station) 62 L.F. $___________ $___________ 20 Install "SUB#CS-0034-16 Element-Series" parking lot light standard including foundation & fully operational 5 EA $___________ $___________ 21 Install "SUB#CS-0020-12 ELE-Bollard Lighting per detail and fully operational 2 EA $___________ $___________ 22 Install " Model 1057-GG-WF-30-C-MV-ND-HS (Standard)" inground Accent Floodlight complete with JB-300 Junction Box and fully operational 1 EA $___________ $___________ 23 Unclassified Excavation (Export Excess Material) 400 C.Y. $___________ $___________ 24 Unclassified Fill 130 C.Y. $___________ $___________ 25 Irrigation - Controllers (1) - Hunter (pdstl mnt, ext with encl) 1 EA $___________ $___________ 26 Irrigation - RP Backflow with Enclosure 1 EA $___________ $___________ 27 Irrigation - Valve Box Assemblies and Quick Couplers 1 LS $___________ $___________ 28 Irrigation - Drip and Bubbler Irrigation System 1 LS $___________ $___________ ADDENDUM 1, BIDDING AND CONTRACT DOCUMENTS, PLANS AND SPECIFICATIONS 5800 TEMPLE CITY BLVD. PARKING LOT IMPROVEMENTS (CITY PROJECT ID: P17-05) Document Control Page 6 of 8 Addendum 1, Attachment 1, Page: 3 BIDDER SHALL COMPLETE AND SUBMIT ALL DOCUMENTS AND PAGES IN SECTION “C. BIDDER’S PROPOSAL” FROM THE BID PACKAGE AND “REVISED BID SCHEDULE PER ADDENDUM 1” REVISED BID SCHEDULE 5800 TEMPLE CITY BLVD. PARKING LOT IMPROVEMENTS CITY PROJECT ID: P17-05 City of Temple City Item Description Quantity Unit Unit Bid Amount Total Bid Amount 29 Planting - 36" Box Trees 9 EA $___________ $___________ 30 Planting - 24" Box Trees 5 EA $___________ $___________ 31 Planting - 15 Gallon Shrubs 6 EA $___________ $___________ 32 Planting - 5 Gallon Shrubs 370 EA $___________ $___________ 33 Planting - 1 Gallon Shrubs 1,036 EA $___________ $___________ 34 Planting - Groundcover Flats 30 EA $___________ $___________ 35 Planting - Soil Preparation 7,500 S.F. $___________ $___________ 36 Planting - 3" Depth Wood Mulch 7,500 S.F. $___________ $___________ 37 Planting - 6" Depth River Rock Mulch 550 S.F. $___________ $___________ 38 Planting - Boulders 10 TON $___________ $___________ 39 Planting - 90 Day Maintenance 3 Mont hly $___________ $___________ 40 Paving, Striping and Marking including concrete wheel stops, and accessibility pole signage per Plan 1 LS $___________ $___________ 41 Trellis - Steel 1 EA $___________ $___________ 42 Trellis - Directory Sign 1 EA $___________ $___________ 43 Furniture - Furnish and Install Benches 2 EA $___________ $___________ 44 Walls - Structural CMU 740 S.F. $___________ $___________ ADDENDUM 1, BIDDING AND CONTRACT DOCUMENTS, PLANS AND SPECIFICATIONS 5800 TEMPLE CITY BLVD. PARKING LOT IMPROVEMENTS (CITY PROJECT ID: P17-05) Document Control Page 7 of 8 Addendum 1, Attachment 1, Page: 4 BIDDER SHALL COMPLETE AND SUBMIT ALL DOCUMENTS AND PAGES IN SECTION “C. BIDDER’S PROPOSAL” FROM THE BID PACKAGE AND “REVISED BID SCHEDULE PER ADDENDUM 1” REVISED BID SCHEDULE 5800 TEMPLE CITY BLVD. PARKING LOT IMPROVEMENTS CITY PROJECT ID: P17-05 City of Temple City Item Description Quantity Unit Unit Bid Amount Total Bid Amount 45 Walls - CMU Scored 580 S.F. $___________ $___________ 46 Walls - Brick Veneer 1,080 S.F. $___________ $___________ 47 Walls - Signage - 'Downtown' 1 EA $___________ $___________ TOTAL BID AMOUNT $___________ The award of Contract shall be based on the TOTAL BID AMOUNT. In the case of discrepancies, total bid will be based on calculated amounts based on quantities and Unit Bid Amounts. Full compensation for the items listed to the right as Items A, B, C, D and E are considered as inclusive in each Bid Item listed above in the Base Bid Schedule and Additive Alternate Bid Schedule as applicable, and no additional and/or separate compensation will be allowed. A. Mobilization / Demobilization B. Traffic Control C. NPDES, WWECP, and Best Management Practices (BMPs), Public Convenience and Safety D. Construction Staking by Land Surveyor E. Clearing and Grubbing The bid prices shall include any and all costs, including labor, materials, appurtenant expenses, taxes, royalties and any and all other incidental costs to complete the project, in compliance with the Bid and Contract Documents and all applicable codes and standards. All other work items not specifically listed in the bid schedule, but necessary to complete the work per bid and contract documents and all applicable codes and standards are assumed to be included in the bid prices. The City reserves the right to add, delete, increase or decrease the amount of any quantity shown and to delete any item from the contract and pay the contractor at the bid unit prices so long as the total amount of change does not exceed 25% (plus or minus) of the total bid amount for the entire project. If the change exceeds 25%, a change order may be negotiated to adjust unit bid prices. A bid is required for the entire work, that the quantities set forth in the Bid Schedule are to calculate total bid amount, and that final compensation under the contract will be based upon the actual quantities of work satisfactorily completed. ADDENDUM 1, BIDDING AND CONTRACT DOCUMENTS, PLANS AND SPECIFICATIONS 5800 TEMPLE CITY BLVD. PARKING LOT IMPROVEMENTS (CITY PROJECT ID: P17-05) Document Control Page 8 of 8 ADDENDUM #2 BIDDING AND CONTRACT DOCUMENTS, PLANS AND SPECIFICATIONS for 5800 TEMPLE CITY BLVD. PARKING LOT IMPROVEMENTS CITY PROJECT ID: P17-05 Date Issued: January 10, 2017 D:\DROPBOX (TRANSTECH ENGINEERS)\JOBRECRD\2016\16565 TC 5800 TC BL PARKING LOT AND PARK\WIP\6BID ADVERTISEMENT\ADDENDUM 2\ADDENDUM 2, CITY OF TEMPLE CITY, 5800 TC BLVD PARKING LOT,P17-05.DOCX Page 2 Addendum for: 5800 TEMPLE CITY BLVD. PARKING LOT IMPROVEMENTS CITY PROJECT ID: P17-05 Addendum No.: 2 Addendum Date: JANUARY 10, 2017 Issued by: City of Temple City Ali Cayir, PE, City Engineer Reminder 1: Please sign Addenda Acknowledgement on page C-8 of Bid Package Section Titled “C. BIDDER’S PROPOSAL”. Entire Section C shall be submitted as Bidder’s Proposal This Addendum 2 revises bid opening date up to the hour of 2 PM, on January 18, 2017 (Wednesday). Another addendum will be issued by January 13, 2017 to respond to last minute questions received. All questions regarding to this bid shall be directed via email to Okan Demirci (Project Manager) at okan.demirci@transtech.org, no later than 5 PM, January 12, 2017. Any questions received after this deadline will not be answered. If a bid is submitted on the original bid date of January 11, 2017, it will be returned unopened, and the bidder can submit its bid on the revised bid date of January 18, 2017, 2 PM. ADDENDUM #3 BIDDING AND CONTRACT DOCUMENTS, PLANS AND SPECIFICATIONS for 5800 TEMPLE CITY BLVD. PARKING LOT IMPROVEMENTS CITY PROJECT ID: P17-05 Date Issued: January 13, 2017 D:\DROPBOX (TRANSTECH ENGINEERS)\JOBRECRD\2016\16565 TC 5800 TC BL PARKING LOT AND PARK\WIP\6BID ADVERTISEMENT\ADDENDUM 3\1.1FRONT SECTION, ADDENDUM 3, CITY OF TEMPLE CITY, 5800 TC BLVD PARKING LOT,P17-05.DOCX ADDENDUM 3, BIDDING AND CONTRACT DOCUMENTS, PLANS AND SPECIFICATIONS 5800 TEMPLE CITY BVLD. PARKING LOT IMPROVEMENTS (CITY PROJECT ID: P17-05) Document Control Page 1 of 25 Page 2 Addendum for: 5800 TEMPLE CITY BLVD. PARKING LOT IMPROVEMENTS CITY PROJECT ID: P17-05 Addendum No.: 3 Addendum Date: JANUARY 13, 2017 Issued by: City of Temple City Ali Cayir, PE, City Engineer Reminder 1: Please sign Addenda Acknowledgement on page C-8 of Bid Package Section Titled “C. BIDDER’S PROPOSAL”. Entire Section C shall be submitted as Bidder’s Proposal Reminder 2: Bid due date is 2:00 pm, on January 18, 2017, per Addendum 2. This Addendum 3 responses all questions received until January 12, 2017, 5 PM. Any questions received after this Addendum 3 will not be answered. Addendum 3 replaces “Revised Bid Schedule per Addendum 1” that was issued with Addendum 1 with “Revised Bid Schedule per Addendum 3”. Entire Section C from the Original Bid Package and “Revised Bid Schedule per Addendum 3” that is issued with this Addendum 3 shall be submitted as Bidder’s Proposal. (See Attachment 1: Revised Bid Schedule per Addendum 3.) Addendum 3 provides sample Faithful Performance Bond and Material and Labor Bond for referencing purposes. City has accepted these forms previously. Contractors are not required to submit Faithful Performance Bond and Material and Labor Bond during bidding process. (See Attachment 2: Sample Faithful Performance Bond and Sample Material and Labor Bond.) Addendum 3 also revises and reissues Original Bid Package, Appendix B – Project Plans, Structural Sheets, Sheets 11 of 18 thru Sheets 18 of 18. Original Bid Package, Appendix B – Project Plans, Sheets 1 of 18 thru Sheets 10 of 18 remain unchanged. (See Attachment 3: Revised Project Plans, Structural Sheets, Sheets 11 of 18 thru Sheets 18 of 18 per Addendum 3.) Below are the questions and responses provided: Q.01 Can you send me the standard Temple City details as called out in the legend highlighted in yellow: SSPWC? A.01 Per Special Provisions, Section D, Page D.2, General: 1. All work shall be performed in accordance with the "Standard Specifications for Public Works Construction", (“Greenbook” or “SSPWC”), Latest Edition, and all supplements; except where otherwise specified; the notes and details on the drawings; American Public Works Association Standard Plans; California Manual on Uniform Traffic Control Devices (CAMUTCD); Caltrans Standard Plans, Latest Edition; the General Provisions (Part 1); and these Special Provisions (Part ADDENDUM 3, BIDDING AND CONTRACT DOCUMENTS, PLANS AND SPECIFICATIONS 5800 TEMPLE CITY BVLD. PARKING LOT IMPROVEMENTS (CITY PROJECT ID: P17-05) Document Control Page 2 of 25 Page 3 2). The highlighted notes and details on the Plans refer to Standard Plans for Public Works Construction (SPPWC) (Latest Edition) and other Standard plans as listed above where applicable. There is no City Standard Plans applicable to this project. Q.02 Please confirm that Bid Item 5 is 1,273 LF of slot cut as this is not indicative of what is represented on the plans. A.02 Bid Item 5 quantity is revised on “Revised Bid Schedule per Addendum 3” to be 200 L.F. See Attachment 1: Revised Bid Schedule per Addendum 3. Q.03 Please confirm that the City wishes to demo and replace curb ramp at Temple City and Workman Ave as shown on the Plans. A.03 No change, bid per the Plans. Q.04 Per Bid Item 20 - install metered pedestal, there is no location indicated on the Plans as to where to hook-up and run power for the metered pedestal. Please confirm location of power or that SCE will run power to meter. A.04 SCE will run power to the meter. Q.05 Please confirm that the brick veneer is desired around all four (4) side of the end columns. A.05 Yes, brick veneer shall be on all (4) sides, and top of every column, or column base. Q.06 Please confirm the style and design desired for the caps for the precision single score CMU block wall. A.06 Yes, all caps are precision, but no score. All exposed sides shall be 'Shot Blast', warm grey color. Q.07 Please confirm that the veneer brick veneer is to be whole brick around 12” x 4” trellis and cut at the bottom or top (means and method) of the column. A.07 Yes, all brick shall be whole brick, and field cut around any steel trellis elements (top, bottom, and/or sides). Q.08 Please confirm that the side horizontal metal beams can have butt joint and welded (3/16 weld) and grinded smooth in field. A.08 Confirmed. ADDENDUM 3, BIDDING AND CONTRACT DOCUMENTS, PLANS AND SPECIFICATIONS 5800 TEMPLE CITY BVLD. PARKING LOT IMPROVEMENTS (CITY PROJECT ID: P17-05) Document Control Page 3 of 25 Page 4 Q.09 Please confirm that base under existing pavement can’t be reused for new AC pavement, Specification say no “roadway base” is allowed for reuse. Please confirm that base is not allowed to be reused. A.09 Existing base shall not be used. Q.10 Please confirm that curb is supposed to be 4” x 8” deep, bid item 12 reads 4” x 6” deep. Please confirm what is the correct depth. A.10 Bid Item 12 is revised on “Revised Bid Schedule per Addendum 3” with “Construct 4” x 8” PCC header”. See Attachment 1: Revised Bid Schedule per Addendum 3. Q.11 Can you clarify “Paving” on Bid Item 40: Paving ,Striping and Marking Including concrete wheel stops and accessibility pole signage per plan. A.11 Bid Item 40 is revised on “Revised Bid Schedule per Addendum 3” with “Striping and Marking Including concrete wheel stops and accessibility pole signage per plan”. Paving work is shown as part of other bid items as applicable. See Attachment 1: Revised Bid Schedule per Addendum 3. Q.12 In reviewing the plans and quantities, Bid Item #17, Remove Existing Chain Link Fence for 140 LF, does not have a call out on the Plans, nor is there a reference within the Specifications. Please clarify where the existing Chain Link Fence is located. The only existing Chain Link Fence I can spot is Chain Link Panel Fence. It looks like there was about 400 LF. A.12 Bid Item 17 is deleted to its entirety. See Attachment 1: Revised Bid Schedule per Addendum 3. Contractor is responsible to provide temporary construction fencing during construction. City will remove existing fence around the property before the start of the construction. Full compensation of temporary construction fence to be provided by the Contractor during construction is considered as inclusive in each Bid Item listed in the “Revised Bid Schedule Per Addendum 3” as applicable, and no additional and/or separate compensation will be allowed. Q.13 My trellis subcontractor wanted to know what kind of surface do you want for the steel trellis: powder coat, galvanized, epoxy paint? A.13 Trellis finish shall be per Notes, Sheet L4 (9 of 18) – “Dunn-Edwards Ultrashield DTM Semi-Gloss Paint, two coats, over Ultrashield DTM Gray Primer, per manufacturers specs. Color to be determined by City. Q.14 As we prepare our Bid Bond for the project, we would like to know where we can access the other bond forms (performance and payment) for review. ADDENDUM 3, BIDDING AND CONTRACT DOCUMENTS, PLANS AND SPECIFICATIONS 5800 TEMPLE CITY BVLD. PARKING LOT IMPROVEMENTS (CITY PROJECT ID: P17-05) Document Control Page 4 of 25 Page 5 A.14 Sample of Faithful Performance Bond and Material and Labor Bond forms is provided with this Addendum 3 for referencing purposes. City has accepted these forms previously. Contractors are not required to submit Faithful Performance Bond and Material and Labor Bond during bidding process. See Attachment 2: Sample Faithful Performance Bond and Sample Material and Labor Bond. See below provision from the Sample Contract, as part of the Bid Package, Appendix A, City Standard Public Works Contact To Be Executed, Page 7: 11. BONDS. CONTRACTOR, before commencing the Work, shall furnish and file with CITY a bond, or bonds, in a form satisfactory to the CITY, in the sum of one hundred percent (100%) of the compensation amount stated in Section 3 of this Agreement conditioned upon the faithful performance of this Agreement and a bond, or bonds, in a form satisfactory to the CITY, in the sum of one hundred percent (100%) of the compensation amount stated in Section 3 of this Agreement conditioned upon the payment of all labor and materials furnished in connection with this Agreement. Bids must be accompanied by a bid bond, made payable to the City of Temple City for an amount no less than 10 percent of the amount of bid. Q.15 Plan Sheet S3.0 appears to be missing from the Plan Sheets Plan Sheets S1.0 & S1.1, Foundation Plan and Floor Plan respectively, has call-outs that reference details on Sheet S3.0. Please advise on the availability of Plan Sheet S3.0. The Project Index does not indicate that there is a Plan Sheet S3.0. A.15 Addendum 3 revises and reissues Original Bid Package, Appendix B – Project Plans, Structural Sheets, Sheets 11 of 18 thru Sheets 18 of 18. Original Bid Package, Appendix B – Project Plans, Sheets 1 of 18 thru Sheets 10 of 18 remain unchanged. See Attachment 3: Revised Project Plans, Structural Sheets, Sheets 11 of 18 thru Sheets 18 of 18 per Addendum 3. All other parts of BIDDING AND CONTRACT DOCUMENTS, PLANS AND SPECIFICATIONS, dated December 6, 2016, AND, Addendum 1, dated January 5, 2017, AND, Addendum 2, dated January 10, 2017 not impacted by Addendum 3 remain unchanged. ATTACHMENTS: Attachment 1: Revised Bid Schedule per Addendum 3 Attachment 2: Sample Faithful Performance Bond and Sample Material and Labor Bond Attachment 3: Revised Project Plans, Structural Sheets, Sheets 11 of 18 thru Sheets 18 of 18 per Addendum 3 ADDENDUM 3, BIDDING AND CONTRACT DOCUMENTS, PLANS AND SPECIFICATIONS 5800 TEMPLE CITY BVLD. PARKING LOT IMPROVEMENTS (CITY PROJECT ID: P17-05) Document Control Page 5 of 25 Attachment 1 - Revised Bid Schedule per Addendum 3 Addendum 3 replaces “Revised Bid Schedule per Addendum 1” that was issued with Addendum 1 with “Revised Bid Schedule per Addendum 3”. Entire Section C from the Original Bid Package and “Revised Bid Schedule per Addendum 3” that is issued with this Addendum 3 shall be submitted as Bidder’s Proposal. ADDENDUM 3, BIDDING AND CONTRACT DOCUMENTS, PLANS AND SPECIFICATIONS 5800 TEMPLE CITY BVLD. PARKING LOT IMPROVEMENTS (CITY PROJECT ID: P17-05) Document Control Page 6 of 25 Addendum 3, Attachment 1, Page: 1 BIDDER SHALL COMPLETE AND SUBMIT ALL DOCUMENTS AND PAGES IN SECTION “C. BIDDER’S PROPOSAL” FROM THE BID PACKAGE AND “REVISED BID SCHEDULE PER ADDENDUM 3” REVISED BID SCHEDULE PER ADDENDUM 3 5800 TEMPLE CITY BLVD. PARKING LOT IMPROVEMENTS CITY PROJECT ID: P17-05 City of Temple City Item Description Quantity Unit Unit Bid Amount Total Bid Amount 1 Remove existing block wall including footing 96 L.F. $___________ $___________ 2 Remove existing AC pavement section (4" AC on 6" Underlying Base Material) 7,602 S.F. $___________ $___________ 3 Remove existing PCC Driveway including PCC Apron, Curb & Gutter bounded by limit lines excluding 1' wide slot cut of AC Pavement 385 S.F. $___________ $___________ 4 Remove existing ramp including PCC Walk, Retaining Curb, Curb & Gutter bounded by limit lines excluding 1' wide slot cut of AC Pavement 378 S.F. $___________ $___________ 5 Slot Cut 1' wide strip x 8" deep of existing AC pavement section and to be filled back with full depth AC Pavement 200 L.F. $___________ $___________ 6 Remove portion of Alley Intersection bounded by limit lines excluding 1' wide slot cut of AC Pavement 187 S.F. $___________ $___________ 7 Construct Type B-PG 64-10 AC pavement 220 TON $___________ $___________ 8 Construct Crushed Aggregate Base 333 TON $___________ $___________ 9 Construct PCC Walk 1,555 S.F. $___________ $___________ 10 Construct A2-(8) Curb & Gutter, 2' gutter 50 L.F. $___________ $___________ 11 Construct 6" PCC Curb, A1-(6) 508 L.F. $___________ $___________ 12 Construct 4" x 8" PCC header 126 L.F. $___________ $___________ 13 Construct Curb Ramp Per SPPWC Std. Plan 111- 5, Type 4, Case A 1 EA $___________ $___________ 14 Reconstruct the removed portion of Alley Intersection as shown on the plan including ramp 1 EA $___________ $___________ ADDENDUM 3, BIDDING AND CONTRACT DOCUMENTS, PLANS AND SPECIFICATIONS 5800 TEMPLE CITY BVLD. PARKING LOT IMPROVEMENTS (CITY PROJECT ID: P17-05) Document Control Page 7 of 25 Addendum 3, Attachment 1, Page: 2 BIDDER SHALL COMPLETE AND SUBMIT ALL DOCUMENTS AND PAGES IN SECTION “C. BIDDER’S PROPOSAL” FROM THE BID PACKAGE AND “REVISED BID SCHEDULE PER ADDENDUM 3” REVISED BID SCHEDULE PER ADDENDUM 3 5800 TEMPLE CITY BLVD. PARKING LOT IMPROVEMENTS CITY PROJECT ID: P17-05 City of Temple City Item Description Quantity Unit Unit Bid Amount Total Bid Amount 15 Construct Low Impact Development Vegetated Swale including geotextile fabric 47 C.Y. $___________ $___________ 16 Construct Low Impact Development Gravel Bottomless Trench including geotextile fabric per detail 70 C.Y. $___________ $___________ 17 Remove Existing Chain link fence 0 L.F. 18 Install Pacific Utility Product Metered Pedestal, Type III-AF Service Equipment Enclosure 1 EA. $___________ $___________ 19 Install 1 1/2" PVC Conduit Schedule 80 with 3/8" nylon pull rope (Provision for future EV Charge Station) 62 L.F. $___________ $___________ 20 Install "SUB#CS-0034-16 Element-Series" parking lot light standard including foundation & fully operational 5 EA $___________ $___________ 21 Install "SUB#CS-0020-12 ELE-Bollard Lighting per detail and fully operational 2 EA $___________ $___________ 22 Install " Model 1057-GG-WF-30-C-MV-ND-HS (Standard)" inground Accent Floodlight complete with JB-300 Junction Box and fully operational 1 EA $___________ $___________ 23 Unclassified Excavation (Export Excess Material) 400 C.Y. $___________ $___________ 24 Unclassified Fill 130 C.Y. $___________ $___________ 25 Irrigation - Controllers (1) - Hunter (pdstl mnt, ext with encl) 1 EA $___________ $___________ 26 Irrigation - RP Backflow with Enclosure 1 EA $___________ $___________ 27 Irrigation - Valve Box Assemblies and Quick Couplers 1 LS $___________ $___________ 28 Irrigation - Drip and Bubbler Irrigation System 1 LS $___________ $___________ Bid Item 17 is removed per Addendum 3. ADDENDUM 3, BIDDING AND CONTRACT DOCUMENTS, PLANS AND SPECIFICATIONS 5800 TEMPLE CITY BVLD. PARKING LOT IMPROVEMENTS (CITY PROJECT ID: P17-05) Document Control Page 8 of 25 Addendum 3, Attachment 1, Page: 3 BIDDER SHALL COMPLETE AND SUBMIT ALL DOCUMENTS AND PAGES IN SECTION “C. BIDDER’S PROPOSAL” FROM THE BID PACKAGE AND “REVISED BID SCHEDULE PER ADDENDUM 3” REVISED BID SCHEDULE PER ADDENDUM 3 5800 TEMPLE CITY BLVD. PARKING LOT IMPROVEMENTS CITY PROJECT ID: P17-05 City of Temple City Item Description Quantity Unit Unit Bid Amount Total Bid Amount 29 Planting - 36" Box Trees 9 EA $___________ $___________ 30 Planting - 24" Box Trees 5 EA $___________ $___________ 31 Planting - 15 Gallon Shrubs 6 EA $___________ $___________ 32 Planting - 5 Gallon Shrubs 370 EA $___________ $___________ 33 Planting - 1 Gallon Shrubs 1,036 EA $___________ $___________ 34 Planting - Groundcover Flats 30 EA $___________ $___________ 35 Planting - Soil Preparation 7,500 S.F. $___________ $___________ 36 Planting - 3" Depth Wood Mulch 7,500 S.F. $___________ $___________ 37 Planting - 6" Depth River Rock Mulch 550 S.F. $___________ $___________ 38 Planting - Boulders 10 TON $___________ $___________ 39 Planting - 90 Day Maintenance 3 Mont hly $___________ $___________ 40 Striping and Marking including concrete wheel stops, and accessibility pole signage per Plan 1 LS $___________ $___________ 41 Trellis - Steel 1 EA $___________ $___________ 42 Trellis - Directory Sign 1 EA $___________ $___________ 43 Furniture - Furnish and Install Benches 2 EA $___________ $___________ 44 Walls - Structural CMU 740 S.F. $___________ $___________ 45 Walls - CMU Scored 580 S.F. $___________ $___________ ADDENDUM 3, BIDDING AND CONTRACT DOCUMENTS, PLANS AND SPECIFICATIONS 5800 TEMPLE CITY BVLD. PARKING LOT IMPROVEMENTS (CITY PROJECT ID: P17-05) Document Control Page 9 of 25 Addendum 3, Attachment 1, Page: 4 BIDDER SHALL COMPLETE AND SUBMIT ALL DOCUMENTS AND PAGES IN SECTION “C. BIDDER’S PROPOSAL” FROM THE BID PACKAGE AND “REVISED BID SCHEDULE PER ADDENDUM 3” REVISED BID SCHEDULE PER ADDENDUM 3 5800 TEMPLE CITY BLVD. PARKING LOT IMPROVEMENTS CITY PROJECT ID: P17-05 City of Temple City Item Description Quantity Unit Unit Bid Amount Total Bid Amount 46 Walls - Brick Veneer 1,080 S.F. $___________ $___________ 47 Walls - Signage - 'Downtown' 1 EA $___________ $___________ TOTAL BID AMOUNT $___________ The award of Contract shall be based on the TOTAL BID AMOUNT. In the case of discrepancies, total bid will be based on calculated amounts based on quantities and Unit Bid Amounts. Full compensation for the items listed to the right as Items A, B, C, D, E and F are considered as inclusive in each Bid Item listed above in the Revised Bid Schedule Per Addendum 3 as applicable, and no additional and/or separate compensation will be allowed. A. Mobilization / Demobilization B. Traffic Control C. NPDES, WWECP, and Best Management Practices (BMPs), Public Convenience and Safety D. Construction Staking by Land Surveyor E. Clearing and Grubbing F. Contractor is responsible to provide temporary construction fencing during construction. City will remove existing fence around the property before the start of the construction. The bid prices shall include any and all costs, including labor, materials, appurtenant expenses, taxes, royalties and any and all other incidental costs to complete the project, in compliance with the Bid and Contract Documents and all applicable codes and standards. All other work items not specifically listed in the bid schedule, but necessary to complete the work per bid and contract documents and all applicable codes and standards are assumed to be included in the bid prices. The City reserves the right to add, delete, increase or decrease the amount of any quantity shown and to delete any item from the contract and pay the contractor at the bid unit prices so long as the total amount of change does not exceed 25% (plus or minus) of the total bid amount for the entire project. If the change exceeds 25%, a change order may be negotiated to adjust unit bid prices. A bid is required for the entire work, that the quantities set forth in the Bid Schedule are to calculate total bid amount, and that final compensation under the contract will be based upon the actual quantities of work satisfactorily completed. ADDENDUM 3, BIDDING AND CONTRACT DOCUMENTS, PLANS AND SPECIFICATIONS 5800 TEMPLE CITY BVLD. PARKING LOT IMPROVEMENTS (CITY PROJECT ID: P17-05) Document Control Page 10 of 25 Attachment 2 - Sample Faithful Performance Bond and Sample Material and Labor Bond Addendum 3 provides sample Faithful Performance Bond and Material and Labor Bond for referencing purposes. City has accepted these forms previously. Contractors are not required to submit Faithful Performance Bond and Material and Labor Bond during bidding process. ADDENDUM 3, BIDDING AND CONTRACT DOCUMENTS, PLANS AND SPECIFICATIONS 5800 TEMPLE CITY BVLD. PARKING LOT IMPROVEMENTS (CITY PROJECT ID: P17-05) Document Control Page 11 of 25 ADDENDUM 3, BIDDING AND CONTRACT DOCUMENTS, PLANS AND SPECIFICATIONS 5800 TEMPLE CITY BVLD. PARKING LOT IMPROVEMENTS (CITY PROJECT ID: P17-05) Document Control Page 12 of 25 ADDENDUM 3, BIDDING AND CONTRACT DOCUMENTS, PLANS AND SPECIFICATIONS 5800 TEMPLE CITY BVLD. PARKING LOT IMPROVEMENTS (CITY PROJECT ID: P17-05) Document Control Page 13 of 25 ADDENDUM 3, BIDDING AND CONTRACT DOCUMENTS, PLANS AND SPECIFICATIONS 5800 TEMPLE CITY BVLD. PARKING LOT IMPROVEMENTS (CITY PROJECT ID: P17-05) Document Control Page 14 of 25 ADDENDUM 3, BIDDING AND CONTRACT DOCUMENTS, PLANS AND SPECIFICATIONS 5800 TEMPLE CITY BVLD. PARKING LOT IMPROVEMENTS (CITY PROJECT ID: P17-05) Document Control Page 15 of 25 ADDENDUM 3, BIDDING AND CONTRACT DOCUMENTS, PLANS AND SPECIFICATIONS 5800 TEMPLE CITY BVLD. PARKING LOT IMPROVEMENTS (CITY PROJECT ID: P17-05) Document Control Page 16 of 25 Attachment 3 - Revised Project Plans, Structural Sheets, Sheets 11 of 18 thru Sheets 18 of 18 per Addendum 3 Addendum 3 revises and reissues Original Bid Package, Appendix B – Project Plans, Structural Sheets, Sheets 11 of 18 thru Sheets 18 of 18. Original Bid Package, Appendix B – Project Plans, Sheets 1 of 18 thru Sheets 10 of 18 remain unchanged. ADDENDUM 3, BIDDING AND CONTRACT DOCUMENTS, PLANS AND SPECIFICATIONS 5800 TEMPLE CITY BVLD. PARKING LOT IMPROVEMENTS (CITY PROJECT ID: P17-05) Document Control Page 17 of 25 ;;;;;;;;*(1(5$/127(66,*1$785(Paul A. Nota[[[[/267:(67/$1'6&$3($5&+,7(&785(*$5'(16 3$5.6 &,7,(67(/  25  7RZQVHQG$YH/RV$QJHOHV&$32%2;&DUOVEDG&$PLAN DATE: 11/30/167HPSOH&LW\3DUNLQJ/RW700 S Flower St, Suite 2730Tel:(213) 623-3881Los Angeles, CA 900126,*1$785(Paul A. Nota[[[[/267:(67/$1'6&$3($5&+,7(&785(*$5'(16 3$5.6 &,7,(67(/  25  7RZQVHQG$YH/RV$QJHOHV&$32%2;&DUOVEDG&$7HPSOH&LW\3DUNLQJ/RW700 S Flower St, Suite 2730Tel:(213) 623-3881Los Angeles, CA 900121 90% PROGRESSJ.F.T.C. 11/23/162 PERMIT SUBMITTALJ.F.T.C. 12/02/167(03/(&,7<%/9'3$5.,1*/27,03529(0(176&,7<352-(&7,'366,*1******1***$785(6,*1*********$785([[[[[[ISSUED WITH ADDENDUM 3ELECTRONICALLY APPROVED BY:MICHAEL FORBES, COMMUNITY DEVELOPMENT DIRECTOR01/13/201701/13/2017ELECTRONICALLY CHECKED BY: ALI CAYIR, PEADDENDUM 3, BIDDING AND CONTRACT DOCUMENTS, PLANS AND SPECIFICATIONS 5800 TEMPLE CITY BVLD. PARKING LOT IMPROVEMENTS (CITY PROJECT ID: P17-05) Document Control Page 18 of 25 6,*1$785(Paul A. Nota[[[[/267:(67/$1'6&$3($5&+,7(&785(*$5'(16 3$5.6 &,7,(67(/  25  7RZQVHQG$YH/RV$QJHOHV&$32%2;&DUOVEDG&$PLAN DATE: 11/30/167HPSOH&LW\3DUNLQJ/RW700 S Flower St, Suite 2730Tel:(213) 623-3881Los Angeles, CA 900126,*1$785(Paul A. Nota[[[[/267:(67/$1'6&$3($5&+,7(&785(*$5'(16 3$5.6 &,7,(67(/  25  7RZQVHQG$YH/RV$QJHOHV&$32%2;&DUOVEDG&$7HPSOH&LW\3DUNLQJ/RW700 S Flower St, Suite 2730Tel:(213) 623-3881Los Angeles, CA 900121 90% PROGRESSJ.F.T.C. 11/23/162 PERMIT SUBMITTALJ.F.T.C. 12/02/167(03/(&,7<%/9'3$5.,1*/27,03529(0(176&,7<352-(&7,'3&21&5(7(7<3,&$/'(7$,/666,*1*1*1*1*1*1*1*1*1*1*1**1$785(6,*1*1*1*1*1*1*1*1*1*1*1*1$785([[[[[[[[ISSUED WITH ADDENDUM 3ELECTRONICALLY APPROVED BY:MICHAEL FORBES, COMMUNITY DEVELOPMENT DIRECTOR01/13/201701/13/2017ELECTRONICALLY CHECKED BY: ALI CAYIR, PEADDENDUM 3, BIDDING AND CONTRACT DOCUMENTS, PLANS AND SPECIFICATIONS 5800 TEMPLE CITY BVLD. PARKING LOT IMPROVEMENTS (CITY PROJECT ID: P17-05) Document Control Page 19 of 25 6,*1$785(Paul A. Nota[[[[/267:(67/$1'6&$3($5&+,7(&785(*$5'(16 3$5.6 &,7,(67(/  25  7RZQVHQG$YH/RV$QJHOHV&$32%2;&DUOVEDG&$PLAN DATE: 11/30/167HPSOH&LW\3DUNLQJ/RW700 S Flower St, Suite 2730Tel:(213) 623-3881Los Angeles, CA 900126,*1$785(Paul A. Nota[[[[/267:(67/$1'6&$3($5&+,7(&785(*$5'(16 3$5.6 &,7,(67(/  25  7RZQVHQG$YH/RV$QJHOHV&$32%2;&DUOVEDG&$7HPSOH&LW\3DUNLQJ/RW700 S Flower St, Suite 2730Tel:(213) 623-3881Los Angeles, CA 900121 90% PROGRESSJ.F.T.C. 11/23/162 PERMIT SUBMITTALJ.F.T.C. 12/02/167(03/(&,7<%/9'3$5.,1*/27,03529(0(176&,7<352-(&7,'3&21&5(7(0$6215<7<3,&$/'(7$,/666,*1*1*1*1*1*1*1*1*1*1*1**1$785(6,*1*1*1*1*1*1*1**1**1$785([[[[[[[[ISSUED WITH ADDENDUM 3ELECTRONICALLY APPROVED BY:MICHAEL FORBES, COMMUNITY DEVELOPMENT DIRECTOR01/13/201701/13/2017ELECTRONICALLY CHECKED BY: ALI CAYIR, PEADDENDUM 3, BIDDING AND CONTRACT DOCUMENTS, PLANS AND SPECIFICATIONS 5800 TEMPLE CITY BVLD. PARKING LOT IMPROVEMENTS (CITY PROJECT ID: P17-05) Document Control Page 20 of 25 6,*1$785(Paul A. Nota[[[[/267:(67/$1'6&$3($5&+,7(&785(*$5'(16 3$5.6 &,7,(67(/  25  7RZQVHQG$YH/RV$QJHOHV&$32%2;&DUOVEDG&$PLAN DATE: 11/30/167HPSOH&LW\3DUNLQJ/RW700 S Flower St, Suite 2730Tel:(213) 623-3881Los Angeles, CA 900126,*1$785(Paul A. Nota[[[[/267:(67/$1'6&$3($5&+,7(&785(*$5'(16 3$5.6 &,7,(67(/  25  7RZQVHQG$YH/RV$QJHOHV&$32%2;&DUOVEDG&$7HPSOH&LW\3DUNLQJ/RW700 S Flower St, Suite 2730Tel:(213) 623-3881Los Angeles, CA 900121 90% PROGRESSJ.F.T.C. 11/23/162 PERMIT SUBMITTALJ.F.T.C. 12/02/167(03/(&,7<%/9'3$5.,1*/27,03529(0(176&,7<352-(&7,'3(/(9$7,21666,6,6,6,6,6,6,6,6,,6,,*1************$785(6,6,6,6,6,6,6,6,6,,6,,*1************$785([[[[[[ISSUED WITH ADDENDUM 3ELECTRONICALLY APPROVED BY:MICHAEL FORBES, COMMUNITY DEVELOPMENT DIRECTOR01/13/201701/13/2017ELECTRONICALLY CHECKED BY: ALI CAYIR, PEADDENDUM 3, BIDDING AND CONTRACT DOCUMENTS, PLANS AND SPECIFICATIONS 5800 TEMPLE CITY BVLD. PARKING LOT IMPROVEMENTS (CITY PROJECT ID: P17-05) Document Control Page 21 of 25 )281'$7,213/$16,*1$785(Paul A. Nota[[[[/267:(67/$1'6&$3($5&+,7(&785(*$5'(16 3$5.6 &,7,(67(/  25  7RZQVHQG$YH/RV$QJHOHV&$32%2;&DUOVEDG&$PLAN DATE: 11/30/167HPSOH&LW\3DUNLQJ/RW700 S Flower St, Suite 2730Tel:(213) 623-3881Los Angeles, CA 900126,*1$785(Paul A. Nota[[[[/267:(67/$1'6&$3($5&+,7(&785(*$5'(16 3$5.6 &,7,(67(/  25  7RZQVHQG$YH/RV$QJHOHV&$32%2;&DUOVEDG&$7HPSOH&LW\3DUNLQJ/RW700 S Flower St, Suite 2730Tel:(213) 623-3881Los Angeles, CA 900121 90% PROGRESSJ.F.T.C. 11/23/162 PERMIT SUBMITTALJ.F.T.C. 12/02/167(03/(&,7<%/9'3$5.,1*/27,03529(0(176&,7<352-(&7,'36*1$785(*1$785([[[[[[[[ISSUED WITH ADDENDUM 3ELECTRONICALLY APPROVED BY:MICHAEL FORBES, COMMUNITY DEVELOPMENT DIRECTOR01/13/201701/13/2017ELECTRONICALLY CHECKED BY: ALI CAYIR, PEADDENDUM 3, BIDDING AND CONTRACT DOCUMENTS, PLANS AND SPECIFICATIONS 5800 TEMPLE CITY BVLD. PARKING LOT IMPROVEMENTS (CITY PROJECT ID: P17-05) Document Control Page 22 of 25 )/2253/$16,*1$785(Paul A. Nota[[[[/267:(67/$1'6&$3($5&+,7(&785(*$5'(16 3$5.6 &,7,(67(/  25  7RZQVHQG$YH/RV$QJHOHV&$32%2;&DUOVEDG&$PLAN DATE: 11/30/167HPSOH&LW\3DUNLQJ/RW700 S Flower St, Suite 2730Tel:(213) 623-3881Los Angeles, CA 900126,*1$785(Paul A. Nota[[[[/267:(67/$1'6&$3($5&+,7(&785(*$5'(163$5.6 &,7,(67(/  25  7RZQVHQG$YH/RV$QJHOHV&$32%2;&DUOVEDG&$7HPSOH&LW\3DUNLQJ/RW700 S Flower St, Suite 2730Tel:(213) 623-3881Los Angeles, CA 900121 90% PROGRESSJ.F.T.C. 11/23/162 PERMIT SUBMITTALJ.F.T.C. 12/02/167(03/(&,7<%/9'3$5.,1*/27,03529(0(176&,7<352-(&7,'366,6,6,6,6,6,6,,6,6,*1*********$785(6,6,6,6,,6,,,6,,*1*********$785([[[[ISSUED WITH ADDENDUM 3ELECTRONICALLY APPROVED BY:MICHAEL FORBES, COMMUNITY DEVELOPMENT DIRECTOR01/13/201701/13/2017ELECTRONICALLY CHECKED BY: ALI CAYIR, PEADDENDUM 3, BIDDING AND CONTRACT DOCUMENTS, PLANS AND SPECIFICATIONS 5800 TEMPLE CITY BVLD. PARKING LOT IMPROVEMENTS (CITY PROJECT ID: P17-05) Document Control Page 23 of 25 75(//,63/$16,*1$785(Paul A. Nota[[[[/267:(67/$1'6&$3($5&+,7(&785(*$5'(16 3$5.6 &,7,(67(/  25  7RZQVHQG$YH/RV$QJHOHV&$32%2;&DUOVEDG&$PLAN DATE: 11/30/167HPSOH&LW\3DUNLQJ/RW700 S Flower St, Suite 2730Tel:(213) 623-3881Los Angeles, CA 900126,*1$785(Paul A. Nota[[[[/267:(67/$1'6&$3($5&+,7(&785(*$5'(163$5.6 &,7,(67(/  25  7RZQVHQG$YH/RV$QJHOHV&$32%2;&DUOVEDG&$7HPSOH&LW\3DUNLQJ/RW700 S Flower St, Suite 2730Tel:(213) 623-3881Los Angeles, CA 900121 90% PROGRESSJ.F.T.C. 11/23/162 PERMIT SUBMITTALJ.F.T.C. 12/02/167(03/(&,7<%/9'3$5.,1*/27,03529(0(176&,7<352-(&7,'366,*1$785(6,*1$785([[[[[[ISSUED WITH ADDENDUM 3ELECTRONICALLY APPROVED BY:MICHAEL FORBES, COMMUNITY DEVELOPMENT DIRECTOR01/13/201701/13/2017ELECTRONICALLY CHECKED BY: ALI CAYIR, PEADDENDUM 3, BIDDING AND CONTRACT DOCUMENTS, PLANS AND SPECIFICATIONS 5800 TEMPLE CITY BVLD. PARKING LOT IMPROVEMENTS (CITY PROJECT ID: P17-05) Document Control Page 24 of 25 6,*1$785(Paul A. Nota[[[[/267:(67/$1'6&$3($5&+,7(&785(*$5'(16 3$5.6 &,7,(67(/  25  7RZQVHQG$YH/RV$QJHOHV&$32%2;&DUOVEDG&$PLAN DATE: 11/30/167HPSOH&LW\3DUNLQJ/RW700 S Flower St, Suite 2730Tel:(213) 623-3881Los Angeles, CA 900126,*1$785(Paul A. Nota[[[[/267:(67/$1'6&$3($5&+,7(&785(*$5'(16 3$5.6 &,7,(67(/  25  7RZQVHQG$YH/RV$QJHOHV&$32%2;&DUOVEDG&$7HPSOH&LW\3DUNLQJ/RW700 S Flower St, Suite 2730Tel:(213) 623-3881Los Angeles, CA 900121 90% PROGRESSJ.F.T.C. 11/23/162 PERMIT SUBMITTALJ.F.T.C. 12/02/167(03/(&,7<%/9'3$5.,1*/27,03529(0(176&,7<352-(&7,'37<3,&$/'(7$,/666,,,,,,,,,,,*1*1*1*1*1*1*1*1*1*1*1**$785(6,,,,,,,,,,,*1*1**1*1*1*1*1*1**1**$785([[[[[[[[[ISSUED WITH ADDENDUM 3ELECTRONICALLY APPROVED BY:MICHAEL FORBES, COMMUNITY DEVELOPMENT DIRECTOR01/13/201701/13/2017ELECTRONICALLY CHECKED BY: ALI CAYIR, PEADDENDUM 3, BIDDING AND CONTRACT DOCUMENTS, PLANS AND SPECIFICATIONS 5800 TEMPLE CITY BVLD. PARKING LOT IMPROVEMENTS (CITY PROJECT ID: P17-05) Document Control Page 25 of 25 ATTACHMENT F Bid Analysis Qty Unit Unit Price Total Price Unit Price Total Price Unit Price Total Price Unit Price Total Price Unit Price Total Price Unit Price Total Price 1 Remove existing block wall including footing 96 L.F.$192.00 $18,432.00 $54.00 $5,184.00 $20.00 $1,920.00 $38.00 $3,648.00 $20.00 $1,920.00 2 Remove existing AC pavement section (4"AC on 6" Underlying Base Material)7,602 S.F.$3.20 $24,326.40 $3.50 $26,607.00 $2.00 $15,204.00 $5.00 $38,010.00 $1.00 $7,602.00 3 Remove existing PCC Driveway including PCC Apron,Curb &Gutter bounded by limit lines excluding 1' wide slot cut of AC Pavement 385 S.F.$6.40 $2,464.00 $4.80 $1,848.00 $12.00 $4,620.00 $5.00 $1,925.00 $5.00 $1,925.00 4 Remove existing ramp including PCC Walk, Retaining Curb,Curb &Gutter bounded by limit lines excluding 1'wide slot cut of AC Pavement 378 S.F.$5.12 $1,935.36 $5.40 $2,041.20 $10.00 $3,780.00 $6.00 $2,268.00 $5.00 $1,890.00 5 Slot Cut 1'wide strip x 8"deep of existing AC pavement section and to be filled back with full depth AC Pavement 200 L.F.$12.80 $2,560.00 $7.20 $1,440.00 $5.00 $1,000.00 $18.00 $3,600.00 $8.00 $1,600.00 6 Remove portion of Alley Intersection bounded by limit lines excluding 1'wide slot cut of AC Pavement 187 S.F.$12.80 $2,393.60 $4.80 $897.60 $5.00 $935.00 $15.00 $2,805.00 $5.00 $935.00 7 Construct Type B-PG 64-10 AC pavement 220 TON $96.00 $21,120.00 $95.00 $20,900.00 $115.00 $25,300.00 $175.00 $38,500.00 $110.00 $24,200.00 8 Construct Crushed Aggregate Base 333 TON $51.20 $17,049.60 $42.00 $13,986.00 $35.00 $11,655.00 $39.00 $12,987.00 $25.00 $8,325.00 9 Construct PCC Walk 1,555 S.F.$6.40 $9,952.00 $8.40 $13,062.00 $10.00 $15,550.00 $9.00 $13,995.00 $6.00 $9,330.00 10 Construct A2-(8) Curb & Gutter, 2' gutter 50 L.F.$32.00 $1,600.00 $42.00 $2,100.00 $35.00 $1,750.00 $30.00 $1,500.00 $40.00 $2,000.00 11 Construct 6" PCC Curb, A1-(6)508 L.F.$28.80 $14,630.40 $24.00 $12,192.00 $35.00 $17,780.00 $21.00 $10,668.00 $35.00 $17,780.00 12 Construct 4" x 8" PCC header 126 L.F.$19.20 $2,419.20 $18.00 $2,268.00 $30.00 $3,780.00 $20.00 $2,520.00 $25.00 $3,150.00 13 Construct Curb Ramp Per SPPWC Std.Plan 111- 5, Type 4, Case A 1 EA $1,920.00 $1,920.00 $3,720.00 $3,720.00 $2,500.00 $2,500.00 $4,000.00 $4,000.00 $4,000.00 $4,000.00 14 Reconstruct the removed portion of Alley Intersection as shown on the plan including ramp 1 EA $5,120.00 $5,120.00 $3,400.00 $3,400.00 $100.00 $100.00 $3,200.00 $3,200.00 $4,000.00 $4,000.00 15 Construct Low Impact Development Vegetated Swale including geotextile fabric 47 C.Y.$128.00 $6,016.00 $144.00 $6,768.00 $130.00 $6,110.00 $60.00 $2,820.00 $180.00 $8,460.00 16 Construct Low Impact Development Gravel Bottomless Trench including geotextile fabric per detail 70 C.Y.$44.80 $3,136.00 $180.00 $12,600.00 $150.00 $10,500.00 $62.00 $4,340.00 $180.00 $12,600.00 17 Remove Existing Chain link fence - L.F. 18 Install Pacific Utility Product Metered Pedestal,Type III-AF Service Equipment Enclosure 1 EA.$9,600.00 $9,600.00 $2,000.00 $2,000.00 $7,000.00 $7,000.00 $7,500.00 $7,500.00 $6,000.00 $6,000.00 19 Install 1 1/2"PVC Conduit Schedule 80 with 3/8"nylon pull rope (Provision for future EV Charge Station) 62 L.F.$25.60 $1,587.20 $20.00 $1,240.00 $50.00 $3,100.00 $35.00 $2,170.00 $38.00 $2,356.00 20 Install "SUB#CS-0034-16 Element-Series" parking lot light standard including foundation & fully operational 5 EA $6,400.00 $32,000.00 $9,500.00 $47,500.00 $5,000.00 $25,000.00 $8,000.00 $40,000.00 $8,600.00 $43,000.00 21 Install "SUB#CS-0020-12 ELE-Bollard Lighting per detail and fully operational 2 EA $4,160.00 $8,320.00 $3,000.00 $6,000.00 $3,000.00 $6,000.00 $4,500.00 $9,000.00 $3,800.00 $7,600.00 22 Install "Model 1057-GG-WF-30-C-MV-ND-HS (Standard)"inground Accent Floodlight complete with JB-300 Junction Box and fully operational 1 EA $3,200.00 $3,200.00 $2,500.00 $2,500.00 $3,000.00 $3,000.00 $400.00 $400.00 $2,100.00 $2,100.00 23 Unclassified Excavation (Export Excess Material)400 C.Y.$64.00 $25,600.00 $60.00 $24,000.00 $40.00 $16,000.00 $44.00 $17,600.00 $150.00 $60,000.00 24 Unclassified Fill 130 C.Y.$6.40 $832.00 $54.00 $7,020.00 $30.00 $3,900.00 $40.00 $5,200.00 $20.00 $2,600.00 25 Irrigation -Controllers (1)-Hunter (pdstl mnt, ext with encl)1 EA $3,520.00 $3,520.00 $3,000.00 $3,000.00 $5,000.00 $5,000.00 $4,800.00 $4,800.00 $5,500.00 $5,500.00 26 Irrigation - RP Backflow with Enclosure 1 EA $3,200.00 $3,200.00 $2,500.00 $2,500.00 $4,000.00 $4,000.00 $2,900.00 $2,900.00 $4,500.00 $4,500.00 27 Irrigation -Valve Box Assemblies and Quick Couplers 1 LS $16,000.00 $16,000.00 $3,800.00 $3,800.00 $1,200.00 $1,200.00 $17,000.00 $17,000.00 $8,000.00 $8,000.00 28 Irrigation - Drip and Bubbler Irrigation System 1 LS $25,600.00 $25,600.00 $20,500.00 $20,500.00 $40,000.00 $40,000.00 $20,000.00 $20,000.00 $24,000.00 $24,000.00 29 Planting - 36" Box Trees 9 EA $640.00 $5,760.00 $800.00 $7,200.00 $1,000.00 $9,000.00 $300.00 $2,700.00 $1,000.00 $9,000.00 30 Planting - 24" Box Trees 5 EA $256.00 $1,280.00 $700.00 $3,500.00 $600.00 $3,000.00 $300.00 $1,500.00 $500.00 $2,500.00 31 Planting - 15 Gallon Shrubs 6 EA $128.00 $768.00 $250.00 $1,500.00 $200.00 $1,200.00 $100.00 $600.00 $130.00 $780.00 32 Planting - 5 Gallon Shrubs 370 EA $19.20 $7,104.00 $25.00 $9,250.00 $30.00 $11,100.00 $18.00 $6,660.00 $35.00 $12,950.00 33 Planting - 1 Gallon Shrubs 1,036 EA $9.60 $9,945.60 $12.00 $12,432.00 $11.00 $11,396.00 $10.00 $10,360.00 $12.00 $12,432.00 34 Planting - Groundcover Flats 30 EA $51.20 $1,536.00 $20.00 $600.00 $45.00 $1,350.00 $30.00 $900.00 $55.00 $1,650.00 35 Planting - Soil Preparation 7,500 S.F.$0.64 $4,800.00 $0.60 $4,500.00 $0.50 $3,750.00 $0.30 $2,250.00 $0.55 $4,125.00 36 Planting - 3" Depth Wood Mulch 7,500 S.F.$0.64 $4,800.00 $0.90 $6,750.00 $1.00 $7,500.00 $0.40 $3,000.00 $0.55 $4,125.00 37 Planting - 6" Depth River Rock Mulch 550 S.F.$12.80 $7,040.00 $20.00 $11,000.00 $12.00 $6,600.00 $16.00 $8,800.00 $6.50 $3,575.00 38 Planting - Boulders 10 TON $96.00 $960.00 $300.00 $3,000.00 $600.00 $6,000.00 $300.00 $3,000.00 $400.00 $4,000.00 39 Planting - 90 Day Maintenance 3 Monthly $64.00 $192.00 $1,500.00 $4,500.00 $800.00 $2,400.00 $200.00 $600.00 $1,100.00 $3,300.00 40 Striping and Marking including concrete wheel stops, and accessibility pole signage per Plan 1 LS $6,400.00 $6,400.00 $6,000.00 $6,000.00 $3,000.00 $3,000.00 $3,900.00 $3,900.00 $5,200.00 $5,200.00 41 Trellis - Steel 1 EA $3,200.00 $3,200.00 $52,000.00 $52,000.00 $50,000.00 $50,000.00 $48,500.00 $48,500.00 $45,000.00 $45,000.00 42 Trellis - Directory Sign 1 EA $4,800.00 $4,800.00 $4,000.00 $4,000.00 $2,000.00 $2,000.00 $3,000.00 $3,000.00 $5,000.00 $5,000.00 43 Furniture - Furnish and Install Benches 2 EA $1,088.00 $2,176.00 $2,000.00 $4,000.00 $2,000.00 $4,000.00 $2,500.00 $5,000.00 $2,200.00 $4,400.00 44 Walls - Structural CMU 740 S.F.$51.20 $37,888.00 $30.00 $22,200.00 $50.00 $37,000.00 $62.00 $45,880.00 $35.00 $25,900.00 45 Walls - CMU Scored 580 S.F.$51.20 $29,696.00 $38.00 $22,040.00 $50.00 $29,000.00 $67.00 $38,860.00 $30.00 $17,400.00 46 Walls - Brick Veneer 1,080 S.F.$14.72 $15,897.60 $20.00 $21,600.00 $20.00 $21,600.00 $18.00 $19,440.00 $50.00 $54,000.00 47 Walls - Signage - 'Downtown'1 EA $5,120.00 $5,120.00 $3,000.00 $3,000.00 $2,000.00 $2,000.00 $1,800.00 $1,800.00 $5,000.00 $5,000.00 $450,000.00 $413,896.96 $448,145.80 $448,580.00 $480,106.00 $495,710.00 Apparent Low Bidder 1 Apparent Low Bidder 2 Apparent Low Bidder 3 Apparent Low Bidder 4 Apparent Low Bidder 5 $413,896.96 $448,145.80 $448,580.00 $480,106.00 $495,710.00 $413,896.96 $448,146.00 $453,945.00 $480,106.00 $495,710.00 $0.00 -$0.20 -$5,365.00 $0.00 $0.00 9.66%$40,000.00 24.55%$110,000.00 MAX SUB % IS 49.00% Stewart Electric $40,000.00 YNS Electric $50,000.00 N/A GCL Eng Inc $60,000.00 TOTAL $40,000.00 TOTAL $110,000.00 BID ITEM 17 IS REMOVED PER ADDENDUM 3. BID ITEM 17 IS REMOVED PER ADDENDUM 3. BID ITEM 17 IS REMOVED PER ADDENDUM 3. BID ITEM 17 IS REMOVED PER ADDENDUM 3. BID ITEM 17 IS REMOVED PER ADDENDUM 3. SUBCONTRACTORS SUBCONTRACTOR % AND AMOUNT SHOWN IN THE BID DID THE BIDDER MEET MAX 49% SUB CONTRACTOR (MIN 51% WORK BY PRIME CONTRACTOR) REQUIREMENT 1. BID TABULATION Yes Yes PROJECT NAME: CITY OF TEMPLE CITY, 5800 TEMPLE CITY BLVD PARKING LOT IMPROVEMENTS, CITY PROJECT ID: P17-05 IS THE BIDDER QUALIFIED BASED ON REFERENCE PROJECTS CALCULATION CORRECTIONS TO BID AMOUNT SUBMITTED BY CONTRACTOR BASED ON CALCULATED BID AMOUNT Bid Item and Description TOTAL BID RANKING TOTAL BID AMOUNT CALCULATED BASED ON UNIT PRICES TOTAL BID AMOUNT INDICATED BY BIDDER BID TABULATION Eng Estimate Green Giant Landscape, Inc Salix Development Apparent Low Bidder 3 Access Pacific, Inc. Apparent Low Bidder 5 Gentry Brothers, Inc. Detailed analysis is not being conducted with this bidder at this time. Detailed analysis is not being conducted with this bidder at this time. Detailed analysis is not being conducted with this bidder at this time. YES Aghapy Group, Inc. Apparent Low Bidder 4Apparent Low Bidder 1 Apparent Low Bidder 2 D:\Dropbox (Transtech Engineers)\JOBRECRD\2016\16565 TC 5800 TC BL PARKING LOT AND PARK\WIP\8BID ANALYSIS\0 BID ANALYSISBID TABULATION 1 of 7 Qty Unit 1 Remove existing block wall including footing 96 L.F. 2 Remove existing AC pavement section (4"AC on 6" Underlying Base Material)7,602 S.F. 3 Remove existing PCC Driveway including PCC Apron,Curb &Gutter bounded by limit lines excluding 1' wide slot cut of AC Pavement 385 S.F. 4 Remove existing ramp including PCC Walk, Retaining Curb,Curb &Gutter bounded by limit lines excluding 1'wide slot cut of AC Pavement 378 S.F. 5 Slot Cut 1'wide strip x 8"deep of existing AC pavement section and to be filled back with full depth AC Pavement 200 L.F. 6 Remove portion of Alley Intersection bounded by limit lines excluding 1'wide slot cut of AC Pavement 187 S.F. 7 Construct Type B-PG 64-10 AC pavement 220 TON 8 Construct Crushed Aggregate Base 333 TON 9 Construct PCC Walk 1,555 S.F. 10 Construct A2-(8) Curb & Gutter, 2' gutter 50 L.F. 11 Construct 6" PCC Curb, A1-(6)508 L.F. 12 Construct 4" x 8" PCC header 126 L.F. 13 Construct Curb Ramp Per SPPWC Std.Plan 111- 5, Type 4, Case A 1 EA 14 Reconstruct the removed portion of Alley Intersection as shown on the plan including ramp 1 EA 15 Construct Low Impact Development Vegetated Swale including geotextile fabric 47 C.Y. 16 Construct Low Impact Development Gravel Bottomless Trench including geotextile fabric per detail 70 C.Y. 17 Remove Existing Chain link fence - L.F. 18 Install Pacific Utility Product Metered Pedestal,Type III-AF Service Equipment Enclosure 1 EA. 19 Install 1 1/2"PVC Conduit Schedule 80 with 3/8"nylon pull rope (Provision for future EV Charge Station) 62 L.F. 20 Install "SUB#CS-0034-16 Element-Series" parking lot light standard including foundation & fully operational 5 EA 21 Install "SUB#CS-0020-12 ELE-Bollard Lighting per detail and fully operational 2 EA 22 Install "Model 1057-GG-WF-30-C-MV-ND-HS (Standard)"inground Accent Floodlight complete with JB-300 Junction Box and fully operational 1 EA 23 Unclassified Excavation (Export Excess Material)400 C.Y. 24 Unclassified Fill 130 C.Y. 25 Irrigation -Controllers (1)-Hunter (pdstl mnt, ext with encl)1 EA 26 Irrigation - RP Backflow with Enclosure 1 EA 27 Irrigation -Valve Box Assemblies and Quick Couplers 1 LS 28 Irrigation - Drip and Bubbler Irrigation System 1 LS 29 Planting - 36" Box Trees 9 EA 30 Planting - 24" Box Trees 5 EA 31 Planting - 15 Gallon Shrubs 6 EA 32 Planting - 5 Gallon Shrubs 370 EA 33 Planting - 1 Gallon Shrubs 1,036 EA 34 Planting - Groundcover Flats 30 EA 35 Planting - Soil Preparation 7,500 S.F. 36 Planting - 3" Depth Wood Mulch 7,500 S.F. 37 Planting - 6" Depth River Rock Mulch 550 S.F. 38 Planting - Boulders 10 TON 39 Planting - 90 Day Maintenance 3 Monthly 40 Striping and Marking including concrete wheel stops, and accessibility pole signage per Plan 1 LS 41 Trellis - Steel 1 EA 42 Trellis - Directory Sign 1 EA 43 Furniture - Furnish and Install Benches 2 EA 44 Walls - Structural CMU 740 S.F. 45 Walls - CMU Scored 580 S.F. 46 Walls - Brick Veneer 1,080 S.F. 47 Walls - Signage - 'Downtown'1 EA SUBCONTRACTORS SUBCONTRACTOR % AND AMOUNT SHOWN IN THE BID DID THE BIDDER MEET MAX 49% SUB CONTRACTOR (MIN 51% WORK BY PRIME CONTRACTOR) REQUIREMENT 1. BID TABULATION PROJECT NAME: CITY OF TEMPLE CITY, 5800 TEMPLE CITY BLVD PARKING LOT IMPROVEMENTS, CITY PROJECT ID: P17-05 IS THE BIDDER QUALIFIED BASED ON REFERENCE PROJECTS CALCULATION CORRECTIONS TO BID AMOUNT SUBMITTED BY CONTRACTOR BASED ON CALCULATED BID AMOUNT Bid Item and Description TOTAL BID RANKING TOTAL BID AMOUNT CALCULATED BASED ON UNIT PRICES TOTAL BID AMOUNT INDICATED BY BIDDER BID TABULATION Unit Price Total Price Unit Price Total Price Unit Price Total Price Unit Price Total Price Unit Price Total Price Unit Price Total Price $65.00 $6,240.00 $17.00 $1,632.00 $35.00 $3,360.00 $55.00 $5,280.00 $55.00 $5,280.00 $90.00 $8,640.00 $3.25 $24,706.50 $3.40 $25,846.80 $3.50 $26,607.00 $3.50 $26,607.00 $2.20 $16,724.40 $4.00 $30,408.00 $5.00 $1,925.00 $2.00 $770.00 $9.00 $3,465.00 $3.00 $1,155.00 $3.50 $1,347.50 $7.00 $2,695.00 $5.00 $1,890.00 $2.00 $756.00 $8.50 $3,213.00 $3.00 $1,134.00 $3.00 $1,134.00 $7.00 $2,646.00 $5.00 $1,000.00 $2.75 $550.00 $10.00 $2,000.00 $2.00 $400.00 $10.00 $2,000.00 $5.45 $1,090.00 $32.00 $5,984.00 $4.00 $748.00 $12.00 $2,244.00 $3.00 $561.00 $3.20 $598.40 $6.00 $1,122.00 $105.00 $23,100.00 $370.00 $81,400.00 $105.00 $23,100.00 $110.00 $24,200.00 $105.00 $23,100.00 $159.00 $34,980.00 $10.00 $3,330.00 $63.00 $20,979.00 $70.00 $23,310.00 $40.00 $13,320.00 $38.00 $12,654.00 $61.00 $20,313.00 $11.00 $17,105.00 $7.35 $11,429.25 $7.50 $11,662.50 $6.00 $9,330.00 $7.00 $10,885.00 $5.00 $7,775.00 $35.00 $1,750.00 $78.00 $3,900.00 $35.00 $1,750.00 $25.00 $1,250.00 $45.00 $2,250.00 $49.00 $2,450.00 $25.00 $12,700.00 $34.00 $17,272.00 $28.00 $14,224.00 $20.00 $10,160.00 $41.00 $20,828.00 $29.00 $14,732.00 $18.00 $2,268.00 $6.80 $856.80 $17.00 $2,142.00 $18.00 $2,268.00 $20.00 $2,520.00 $20.00 $2,520.00 $3,000.00 $3,000.00 $2,300.00 $2,300.00 $2,300.00 $2,300.00 $2,500.00 $2,500.00 $3,200.00 $3,200.00 $2,876.00 $2,876.00 $3,000.00 $3,000.00 $2,300.00 $2,300.00 $4,000.00 $4,000.00 $3,500.00 $3,500.00 $4,500.00 $4,500.00 $4,683.00 $4,683.00 $115.00 $5,405.00 $100.00 $4,700.00 $400.00 $18,800.00 $165.00 $7,755.00 $170.00 $7,990.00 $146.00 $6,862.00 $135.00 $9,450.00 $110.00 $7,700.00 $350.00 $24,500.00 $155.00 $10,850.00 $215.00 $15,050.00 $251.00 $17,570.00 $15,000.00 $15,000.00 $8,200.00 $8,200.00 $5,400.00 $5,400.00 $6,000.00 $6,000.00 $6,300.00 $6,300.00 $6,881.00 $6,881.00 $15.00 $930.00 $55.00 $3,410.00 $34.00 $2,108.00 $37.00 $2,294.00 $38.00 $2,356.00 $44.00 $2,728.00 $9,000.00 $45,000.00 $8,820.00 $44,100.00 $8,300.00 $41,500.00 $9,200.00 $46,000.00 $8,600.00 $43,000.00 $10,551.00 $52,755.00 $4,000.00 $8,000.00 $7,200.00 $14,400.00 $3,700.00 $7,400.00 $4,000.00 $8,000.00 $4,000.00 $8,000.00 $4,588.00 $9,176.00 $5,000.00 $5,000.00 $3,500.00 $3,500.00 $2,040.00 $2,040.00 $2,200.00 $2,200.00 $2,500.00 $2,500.00 $2,564.00 $2,564.00 $130.00 $52,000.00 $50.00 $20,000.00 $53.00 $21,200.00 $45.00 $18,000.00 $45.00 $18,000.00 $61.10 $24,440.00 $30.00 $3,900.00 $50.00 $6,500.00 $28.00 $3,640.00 $28.00 $3,640.00 $50.00 $6,500.00 $68.00 $8,840.00 $4,500.00 $4,500.00 $4,000.00 $4,000.00 $3,500.00 $3,500.00 $6,300.00 $6,300.00 $4,000.00 $4,000.00 $4,891.00 $4,891.00 $1,500.00 $1,500.00 $3,000.00 $3,000.00 $4,000.00 $4,000.00 $5,200.00 $5,200.00 $3,500.00 $3,500.00 $5,772.00 $5,772.00 $3,000.00 $3,000.00 $1,200.00 $1,200.00 $5,500.00 $5,500.00 $1,200.00 $1,200.00 $3,500.00 $3,500.00 $3,622.00 $3,622.00 $25,056.50 $25,056.50 $31,500.00 $31,500.00 $31,000.00 $31,000.00 $39,000.00 $39,000.00 $35,000.00 $35,000.00 $17,677.00 $17,677.00 $650.00 $5,850.00 $850.00 $7,650.00 $660.00 $5,940.00 $1,400.00 $12,600.00 $850.00 $7,650.00 $787.00 $7,083.00 $250.00 $1,250.00 $500.00 $2,500.00 $380.00 $1,900.00 $460.00 $2,300.00 $485.00 $2,425.00 $381.00 $1,905.00 $100.00 $600.00 $120.00 $720.00 $125.00 $750.00 $104.00 $624.00 $110.00 $660.00 $158.00 $948.00 $30.00 $11,100.00 $26.00 $9,620.00 $20.00 $7,400.00 $33.00 $12,210.00 $35.00 $12,950.00 $25.00 $9,250.00 $10.00 $10,360.00 $10.00 $10,360.00 $8.50 $8,806.00 $14.00 $14,504.00 $10.00 $10,360.00 $17.00 $17,612.00 $30.00 $900.00 $40.00 $1,200.00 $85.00 $2,550.00 $45.00 $1,350.00 $50.00 $1,500.00 $56.00 $1,680.00 $0.25 $1,875.00 $0.40 $3,000.00 $1.40 $10,500.00 $0.45 $3,375.00 $0.60 $4,500.00 $0.39 $2,925.00 $0.75 $5,625.00 $0.75 $5,625.00 $1.00 $7,500.00 $0.65 $4,875.00 $0.75 $5,625.00 $0.58 $4,350.00 $8.00 $4,400.00 $10.00 $5,500.00 $15.00 $8,250.00 $11.75 $6,462.50 $10.00 $5,500.00 $7.54 $4,147.00 $100.00 $1,000.00 $550.00 $5,500.00 $450.00 $4,500.00 $650.00 $6,500.00 $540.00 $5,400.00 $393.00 $3,930.00 $500.00 $1,500.00 $750.00 $2,250.00 $750.00 $2,250.00 $1,660.50 $4,981.50 $2,000.00 $6,000.00 $1,937.00 $5,811.00 $3,500.00 $3,500.00 $5,000.00 $5,000.00 $3,100.00 $3,100.00 $2,500.00 $2,500.00 $5,500.00 $5,500.00 $6,589.00 $6,589.00 $89,000.00 $89,000.00 $63,500.00 $63,500.00 $61,500.00 $61,500.00 $49,000.00 $49,000.00 $95,000.00 $95,000.00 $74,597.00 $74,597.00 $4,000.00 $4,000.00 $2,000.00 $2,000.00 $2,100.00 $2,100.00 $5,700.00 $5,700.00 $4,000.00 $4,000.00 $5,188.00 $5,188.00 $2,250.00 $4,500.00 $1,250.00 $2,500.00 $2,000.00 $4,000.00 $1,200.00 $2,400.00 $2,500.00 $5,000.00 $2,104.00 $4,208.00 $27.00 $19,980.00 $26.00 $19,240.00 $29.00 $21,460.00 $41.00 $30,340.00 $22.00 $16,280.00 $43.00 $31,820.00 $27.00 $15,660.00 $17.00 $9,860.00 $38.00 $22,040.00 $32.00 $18,560.00 $40.00 $23,200.00 $44.00 $25,520.00 $27.00 $29,160.00 $18.00 $19,440.00 $29.00 $31,320.00 $68.00 $73,440.00 $32.00 $34,560.00 $24.40 $26,352.00 $1,000.00 $1,000.00 $2,500.00 $2,500.00 $3,000.00 $3,000.00 $1,800.00 $1,800.00 $5,500.00 $5,500.00 $3,277.00 $3,277.00 $498,000.00 $500,914.85 $502,831.50 $511,626.00 $514,327.30 $537,900.00 Apparent Low Bidder 6 Apparent Low Bidder 7 Apparent Low Bidder 8 Apparent Low Bidder 9 Apparent Low Bidder 10 Apparent Low Bidder 11 $498,000.00 $500,914.85 $502,831.50 $511,626.00 $514,327.30 $537,900.00 $498,000.00 $500,914.85 $502,831.50 $511,638.33 $509,127.30 $537,900.00 $0.00 $0.00 $0.00 -$12.33 $5,200.00 $0.00 BID ITEM 17 IS REMOVED PER ADDENDUM 3. BID ITEM 17 IS REMOVED PER ADDENDUM 3. BID ITEM 17 IS REMOVED PER ADDENDUM 3. BID ITEM 17 IS REMOVED PER ADDENDUM 3. BID ITEM 17 IS REMOVED PER ADDENDUM 3. BID ITEM 17 IS REMOVED PER ADDENDUM 3. Detailed analysis is not being conducted with this bidder at this time. CS Legacy Construction Apparent Low Bidder 11Apparent Low Bidder 9 Horizons Construction Detailed analysis is not being conducted with this bidder at this time. Apparent Low Bidder 7Apparent Low Bidder 6 Principles Contracting Apparent Low Bidder 8 Detailed analysis is not being conducted with this bidder at this time. Detailed analysis is not being conducted with this bidder at this time. California Landscape & Design ABNY General Engineering Detailed analysis is not being conducted with this bidder at this time. Detailed analysis is not being conducted with this bidder at this time. Apparent Low Bidder 10 FS Contractors, Inc. D:\Dropbox (Transtech Engineers)\JOBRECRD\2016\16565 TC 5800 TC BL PARKING LOT AND PARK\WIP\8BID ANALYSIS\0 BID ANALYSISBID TABULATION 2 of 7 Qty Unit 1 Remove existing block wall including footing 96 L.F. 2 Remove existing AC pavement section (4"AC on 6" Underlying Base Material)7,602 S.F. 3 Remove existing PCC Driveway including PCC Apron,Curb &Gutter bounded by limit lines excluding 1' wide slot cut of AC Pavement 385 S.F. 4 Remove existing ramp including PCC Walk, Retaining Curb,Curb &Gutter bounded by limit lines excluding 1'wide slot cut of AC Pavement 378 S.F. 5 Slot Cut 1'wide strip x 8"deep of existing AC pavement section and to be filled back with full depth AC Pavement 200 L.F. 6 Remove portion of Alley Intersection bounded by limit lines excluding 1'wide slot cut of AC Pavement 187 S.F. 7 Construct Type B-PG 64-10 AC pavement 220 TON 8 Construct Crushed Aggregate Base 333 TON 9 Construct PCC Walk 1,555 S.F. 10 Construct A2-(8) Curb & Gutter, 2' gutter 50 L.F. 11 Construct 6" PCC Curb, A1-(6)508 L.F. 12 Construct 4" x 8" PCC header 126 L.F. 13 Construct Curb Ramp Per SPPWC Std.Plan 111- 5, Type 4, Case A 1 EA 14 Reconstruct the removed portion of Alley Intersection as shown on the plan including ramp 1 EA 15 Construct Low Impact Development Vegetated Swale including geotextile fabric 47 C.Y. 16 Construct Low Impact Development Gravel Bottomless Trench including geotextile fabric per detail 70 C.Y. 17 Remove Existing Chain link fence - L.F. 18 Install Pacific Utility Product Metered Pedestal,Type III-AF Service Equipment Enclosure 1 EA. 19 Install 1 1/2"PVC Conduit Schedule 80 with 3/8"nylon pull rope (Provision for future EV Charge Station) 62 L.F. 20 Install "SUB#CS-0034-16 Element-Series" parking lot light standard including foundation & fully operational 5 EA 21 Install "SUB#CS-0020-12 ELE-Bollard Lighting per detail and fully operational 2 EA 22 Install "Model 1057-GG-WF-30-C-MV-ND-HS (Standard)"inground Accent Floodlight complete with JB-300 Junction Box and fully operational 1 EA 23 Unclassified Excavation (Export Excess Material)400 C.Y. 24 Unclassified Fill 130 C.Y. 25 Irrigation -Controllers (1)-Hunter (pdstl mnt, ext with encl)1 EA 26 Irrigation - RP Backflow with Enclosure 1 EA 27 Irrigation -Valve Box Assemblies and Quick Couplers 1 LS 28 Irrigation - Drip and Bubbler Irrigation System 1 LS 29 Planting - 36" Box Trees 9 EA 30 Planting - 24" Box Trees 5 EA 31 Planting - 15 Gallon Shrubs 6 EA 32 Planting - 5 Gallon Shrubs 370 EA 33 Planting - 1 Gallon Shrubs 1,036 EA 34 Planting - Groundcover Flats 30 EA 35 Planting - Soil Preparation 7,500 S.F. 36 Planting - 3" Depth Wood Mulch 7,500 S.F. 37 Planting - 6" Depth River Rock Mulch 550 S.F. 38 Planting - Boulders 10 TON 39 Planting - 90 Day Maintenance 3 Monthly 40 Striping and Marking including concrete wheel stops, and accessibility pole signage per Plan 1 LS 41 Trellis - Steel 1 EA 42 Trellis - Directory Sign 1 EA 43 Furniture - Furnish and Install Benches 2 EA 44 Walls - Structural CMU 740 S.F. 45 Walls - CMU Scored 580 S.F. 46 Walls - Brick Veneer 1,080 S.F. 47 Walls - Signage - 'Downtown'1 EA SUBCONTRACTORS SUBCONTRACTOR % AND AMOUNT SHOWN IN THE BID DID THE BIDDER MEET MAX 49% SUB CONTRACTOR (MIN 51% WORK BY PRIME CONTRACTOR) REQUIREMENT 1. BID TABULATION PROJECT NAME: CITY OF TEMPLE CITY, 5800 TEMPLE CITY BLVD PARKING LOT IMPROVEMENTS, CITY PROJECT ID: P17-05 IS THE BIDDER QUALIFIED BASED ON REFERENCE PROJECTS CALCULATION CORRECTIONS TO BID AMOUNT SUBMITTED BY CONTRACTOR BASED ON CALCULATED BID AMOUNT Bid Item and Description TOTAL BID RANKING TOTAL BID AMOUNT CALCULATED BASED ON UNIT PRICES TOTAL BID AMOUNT INDICATED BY BIDDER BID TABULATION Unit Price Total Price Unit Price Total Price Unit Price Total Price Unit Price Total Price Unit Price Total Price Unit Price Total Price $86.00 $8,256.00 $13.00 $1,248.00 $55.00 $5,280.00 $30.00 $2,880.00 $50.00 $4,800.00 $23.20 $2,227.20 $1.77 $13,455.54 $4.00 $30,408.00 $3.00 $22,806.00 $2.20 $16,724.40 $2.00 $15,204.00 $3.70 $28,127.40 $8.35 $3,214.75 $10.00 $3,850.00 $11.00 $4,235.00 $4.00 $1,540.00 $5.00 $1,925.00 $2.45 $943.25 $1.50 $567.00 $10.00 $3,780.00 $7.00 $2,646.00 $4.50 $1,701.00 $5.00 $1,890.00 $1.55 $585.90 $39.15 $7,830.00 $22.00 $4,400.00 $10.00 $2,000.00 $12.00 $2,400.00 $5.00 $1,000.00 $25.05 $5,010.00 $7.00 $1,309.00 $4.00 $748.00 $12.00 $2,244.00 $8.67 $1,621.29 $10.00 $1,870.00 $2.51 $469.37 $130.86 $28,789.20 $133.00 $29,260.00 $108.00 $23,760.00 $146.33 $32,192.60 $100.00 $22,000.00 $93.90 $20,658.00 $70.43 $23,453.19 $56.00 $18,648.00 $45.00 $14,985.00 $57.00 $18,981.00 $50.00 $16,650.00 $56.40 $18,781.20 $9.96 $15,487.80 $6.00 $9,330.00 $9.00 $13,995.00 $7.36 $11,444.80 $10.00 $15,550.00 $7.30 $11,351.50 $56.20 $2,810.00 $67.00 $3,350.00 $38.00 $1,900.00 $52.00 $2,600.00 $75.00 $3,750.00 $75.00 $3,750.00 $20.00 $10,160.00 $20.00 $10,160.00 $20.00 $10,160.00 $24.00 $12,192.00 $20.00 $10,160.00 $40.00 $20,320.00 $15.60 $1,965.60 $20.00 $2,520.00 $10.00 $1,260.00 $19.00 $2,394.00 $30.00 $3,780.00 $50.00 $6,300.00 $3,000.00 $3,000.00 $3,965.00 $3,965.00 $5,000.00 $5,000.00 $3,600.00 $3,600.00 $5,000.00 $5,000.00 $3,500.00 $3,500.00 $3,750.00 $3,750.00 $3,965.00 $3,965.00 $3,800.00 $3,800.00 $6,500.00 $6,500.00 $3,000.00 $3,000.00 $4,000.00 $4,000.00 $133.00 $6,251.00 $166.00 $7,802.00 $117.00 $5,499.00 $145.00 $6,815.00 $200.00 $9,400.00 $325.00 $15,275.00 $140.00 $9,800.00 $199.00 $13,930.00 $110.00 $7,700.00 $160.00 $11,200.00 $175.00 $12,250.00 $346.00 $24,220.00 $7,475.00 $7,475.00 $8,591.00 $8,591.00 $6,000.00 $6,000.00 $18,500.00 $18,500.00 $7,000.00 $7,000.00 $5,545.00 $5,545.00 $16.00 $992.00 $18.00 $1,116.00 $38.00 $2,356.00 $70.40 $4,364.80 $100.00 $6,200.00 $34.85 $2,160.70 $10,884.00 $54,420.00 $10,078.00 $50,390.00 $9,300.00 $46,500.00 $8,030.00 $40,150.00 $5,000.00 $25,000.00 $8,494.00 $42,470.00 $4,717.00 $9,434.00 $5,419.00 $10,838.00 $4,000.00 $8,000.00 $6,600.00 $13,200.00 $1,500.00 $3,000.00 $3,695.00 $7,390.00 $2,500.00 $2,500.00 $2,710.00 $2,710.00 $2,200.00 $2,200.00 $3,300.00 $3,300.00 $2,000.00 $2,000.00 $2,065.00 $2,065.00 $64.30 $25,720.00 $19.00 $7,600.00 $52.00 $20,800.00 $118.55 $47,420.00 $30.00 $12,000.00 $65.00 $26,000.00 $89.12 $11,585.60 $34.00 $4,420.00 $92.00 $11,960.00 $123.00 $15,990.00 $50.00 $6,500.00 $6.00 $780.00 $3,250.00 $3,250.00 $7,666.00 $7,666.00 $5,400.00 $5,400.00 $7,100.00 $7,100.00 $3,000.00 $3,000.00 $3,155.00 $3,155.00 $3,600.00 $3,600.00 $3,833.00 $3,833.00 $4,200.00 $4,200.00 $4,800.00 $4,800.00 $3,500.00 $3,500.00 $3,480.00 $3,480.00 $4,732.00 $4,732.00 $18,503.00 $18,503.00 $1,000.00 $1,000.00 $1,800.00 $1,800.00 $19,000.00 $19,000.00 $4,590.00 $4,590.00 $17,000.00 $17,000.00 $31,719.00 $31,719.00 $18,000.00 $18,000.00 $40,700.00 $40,700.00 $23,000.00 $23,000.00 $16,365.00 $16,365.00 $1,008.00 $9,072.00 $661.00 $5,949.00 $1,200.00 $10,800.00 $935.00 $8,415.00 $1,000.00 $9,000.00 $980.00 $8,820.00 $532.00 $2,660.00 $371.00 $1,855.00 $625.00 $3,125.00 $650.00 $3,250.00 $500.00 $2,500.00 $2,585.00 $12,925.00 $112.00 $672.00 $133.00 $798.00 $150.00 $900.00 $650.00 $3,900.00 $300.00 $1,800.00 $110.00 $660.00 $37.00 $13,690.00 $27.00 $9,990.00 $25.00 $9,250.00 $28.60 $10,582.00 $30.00 $11,100.00 $30.00 $11,100.00 $12.50 $12,950.00 $14.00 $14,504.00 $12.00 $12,432.00 $9.50 $9,842.00 $10.00 $10,360.00 $9.80 $10,152.80 $51.00 $1,530.00 $27.00 $810.00 $45.00 $1,350.00 $41.00 $1,230.00 $100.00 $3,000.00 $49.00 $1,470.00 $0.74 $5,550.00 $1.00 $7,500.00 $0.90 $6,750.00 $0.50 $3,750.00 $2.00 $15,000.00 $0.40 $3,000.00 $0.95 $7,125.00 $1.00 $7,500.00 $0.75 $5,625.00 $0.80 $6,000.00 $2.00 $15,000.00 $0.60 $4,500.00 $9.00 $4,950.00 $16.00 $8,800.00 $6.50 $3,575.00 $11.00 $6,050.00 $15.00 $8,250.00 $4.35 $2,392.50 $513.00 $5,130.00 $397.00 $3,970.00 $235.00 $2,350.00 $600.00 $6,000.00 $500.00 $5,000.00 $497.00 $4,970.00 $1,100.00 $3,300.00 $2,644.00 $7,932.00 $1,200.00 $3,600.00 $825.00 $2,475.00 $2,000.00 $6,000.00 $1,035.00 $3,105.00 $4,000.00 $4,000.00 $3,304.00 $3,304.00 $5,100.00 $5,100.00 $9,500.00 $9,500.00 $10,000.00 $10,000.00 $1,230.00 $1,230.00 $121,205.00 $121,205.00 $50,349.00 $50,349.00 $72,600.00 $72,600.00 $53,800.00 $53,800.00 $50,000.00 $50,000.00 $87,900.00 $87,900.00 $1,500.00 $1,500.00 $2,644.00 $2,644.00 $4,500.00 $4,500.00 $14,000.00 $14,000.00 $7,000.00 $7,000.00 $8,110.00 $8,110.00 $1,500.00 $3,000.00 $4,626.00 $9,252.00 $2,300.00 $4,600.00 $1,650.00 $3,300.00 $3,500.00 $7,000.00 $2,200.00 $4,400.00 $28.00 $20,720.00 $47.00 $34,780.00 $52.00 $38,480.00 $33.00 $24,420.00 $100.00 $74,000.00 $58.00 $42,920.00 $32.00 $18,560.00 $47.00 $27,260.00 $74.00 $42,920.00 $35.20 $20,416.00 $100.00 $58,000.00 $49.00 $28,420.00 $26.00 $28,080.00 $48.00 $51,840.00 $65.00 $70,200.00 $38.50 $41,580.00 $30.00 $32,400.00 $45.65 $49,302.00 $2,000.00 $2,000.00 $4,970.00 $4,970.00 $2,900.00 $2,900.00 $2,750.00 $2,750.00 $5,500.00 $5,500.00 $4,485.00 $4,485.00 $546,501.68 $548,757.00 $554,743.00 $563,370.89 $569,339.00 $569,381.82 Apparent Low Bidder 12 Apparent Low Bidder 13 Apparent Low Bidder 14 Apparent Low Bidder 15 Apparent Low Bidder 16 Apparent Low Bidder 17 $546,501.68 $548,757.00 $554,743.00 $563,370.89 $569,339.00 $569,381.82 $546,501.68 $548,757.00 $554,743.00 $563,370.89 $569,339.00 $543,781.82 $0.00 $0.00 $0.00 $0.00 $0.00 $25,600.00 BID ITEM 17 IS REMOVED PER ADDENDUM 3. BID ITEM 17 IS REMOVED PER ADDENDUM 3. BID ITEM 17 IS REMOVED PER ADDENDUM 3. BID ITEM 17 IS REMOVED PER ADDENDUM 3. Detailed analysis is not being conducted with this bidder at this time. Detailed analysis is not being conducted with this bidder at this time. BID ITEM 17 IS REMOVED PER ADDENDUM 3. BID ITEM 17 IS REMOVED PER ADDENDUM 3. Detailed analysis is not being conducted with this bidder at this time. Detailed analysis is not being conducted with this bidder at this time. Detailed analysis is not being conducted with this bidder at this time. Detailed analysis is not being conducted with this bidder at this time. Apparent Low Bidder 15 Apparent Low Bidder 16 EC Construction CoAMPCO Contracting, Inc.ARC Construction, Inc.Sully Miller Contracting Company Ruiz Concrete & Paving, Inc.Minco Construction Apparent Low Bidder 17Apparent Low Bidder 12 Apparent Low Bidder 13 Apparent Low Bidder 14 D:\Dropbox (Transtech Engineers)\JOBRECRD\2016\16565 TC 5800 TC BL PARKING LOT AND PARK\WIP\8BID ANALYSIS\0 BID ANALYSISBID TABULATION 3 of 7 Qty Unit 1 Remove existing block wall including footing 96 L.F. 2 Remove existing AC pavement section (4"AC on 6" Underlying Base Material)7,602 S.F. 3 Remove existing PCC Driveway including PCC Apron,Curb &Gutter bounded by limit lines excluding 1' wide slot cut of AC Pavement 385 S.F. 4 Remove existing ramp including PCC Walk, Retaining Curb,Curb &Gutter bounded by limit lines excluding 1'wide slot cut of AC Pavement 378 S.F. 5 Slot Cut 1'wide strip x 8"deep of existing AC pavement section and to be filled back with full depth AC Pavement 200 L.F. 6 Remove portion of Alley Intersection bounded by limit lines excluding 1'wide slot cut of AC Pavement 187 S.F. 7 Construct Type B-PG 64-10 AC pavement 220 TON 8 Construct Crushed Aggregate Base 333 TON 9 Construct PCC Walk 1,555 S.F. 10 Construct A2-(8) Curb & Gutter, 2' gutter 50 L.F. 11 Construct 6" PCC Curb, A1-(6)508 L.F. 12 Construct 4" x 8" PCC header 126 L.F. 13 Construct Curb Ramp Per SPPWC Std.Plan 111- 5, Type 4, Case A 1 EA 14 Reconstruct the removed portion of Alley Intersection as shown on the plan including ramp 1 EA 15 Construct Low Impact Development Vegetated Swale including geotextile fabric 47 C.Y. 16 Construct Low Impact Development Gravel Bottomless Trench including geotextile fabric per detail 70 C.Y. 17 Remove Existing Chain link fence - L.F. 18 Install Pacific Utility Product Metered Pedestal,Type III-AF Service Equipment Enclosure 1 EA. 19 Install 1 1/2"PVC Conduit Schedule 80 with 3/8"nylon pull rope (Provision for future EV Charge Station) 62 L.F. 20 Install "SUB#CS-0034-16 Element-Series" parking lot light standard including foundation & fully operational 5 EA 21 Install "SUB#CS-0020-12 ELE-Bollard Lighting per detail and fully operational 2 EA 22 Install "Model 1057-GG-WF-30-C-MV-ND-HS (Standard)"inground Accent Floodlight complete with JB-300 Junction Box and fully operational 1 EA 23 Unclassified Excavation (Export Excess Material)400 C.Y. 24 Unclassified Fill 130 C.Y. 25 Irrigation -Controllers (1)-Hunter (pdstl mnt, ext with encl)1 EA 26 Irrigation - RP Backflow with Enclosure 1 EA 27 Irrigation -Valve Box Assemblies and Quick Couplers 1 LS 28 Irrigation - Drip and Bubbler Irrigation System 1 LS 29 Planting - 36" Box Trees 9 EA 30 Planting - 24" Box Trees 5 EA 31 Planting - 15 Gallon Shrubs 6 EA 32 Planting - 5 Gallon Shrubs 370 EA 33 Planting - 1 Gallon Shrubs 1,036 EA 34 Planting - Groundcover Flats 30 EA 35 Planting - Soil Preparation 7,500 S.F. 36 Planting - 3" Depth Wood Mulch 7,500 S.F. 37 Planting - 6" Depth River Rock Mulch 550 S.F. 38 Planting - Boulders 10 TON 39 Planting - 90 Day Maintenance 3 Monthly 40 Striping and Marking including concrete wheel stops, and accessibility pole signage per Plan 1 LS 41 Trellis - Steel 1 EA 42 Trellis - Directory Sign 1 EA 43 Furniture - Furnish and Install Benches 2 EA 44 Walls - Structural CMU 740 S.F. 45 Walls - CMU Scored 580 S.F. 46 Walls - Brick Veneer 1,080 S.F. 47 Walls - Signage - 'Downtown'1 EA SUBCONTRACTORS SUBCONTRACTOR % AND AMOUNT SHOWN IN THE BID DID THE BIDDER MEET MAX 49% SUB CONTRACTOR (MIN 51% WORK BY PRIME CONTRACTOR) REQUIREMENT 1. BID TABULATION PROJECT NAME: CITY OF TEMPLE CITY, 5800 TEMPLE CITY BLVD PARKING LOT IMPROVEMENTS, CITY PROJECT ID: P17-05 IS THE BIDDER QUALIFIED BASED ON REFERENCE PROJECTS CALCULATION CORRECTIONS TO BID AMOUNT SUBMITTED BY CONTRACTOR BASED ON CALCULATED BID AMOUNT Bid Item and Description TOTAL BID RANKING TOTAL BID AMOUNT CALCULATED BASED ON UNIT PRICES TOTAL BID AMOUNT INDICATED BY BIDDER BID TABULATION Unit Price Total Price Unit Price Total Price Unit Price Total Price Unit Price Total Price $30.00 $2,880.00 $149.08 $14,311.68 $82.00 $7,872.00 $13.00 $192.00 $2.00 $15,204.00 $2.39 $18,168.78 $2.50 $19,005.00 $1.00 $5.00 $3.00 $1,155.00 $13.77 $5,301.45 $8.00 $3,080.00 $2.00 $13.77 $3.00 $1,134.00 $13.83 $5,227.74 $8.00 $3,024.00 $1.50 $13.83 $23.00 $4,600.00 $122.90 $24,580.00 $30.00 $6,000.00 $2.00 $122.90 $6.00 $1,122.00 $20.33 $3,801.71 $7.00 $1,309.00 $2.51 $32.00 $160.00 $35,200.00 $115.59 $25,429.80 $105.00 $23,100.00 $93.90 $370.00 $60.00 $19,980.00 $54.37 $18,105.21 $63.00 $20,979.00 $10.00 $70.43 $7.00 $10,885.00 $10.08 $15,674.40 $9.00 $13,995.00 $5.00 $11.00 $43.00 $2,150.00 $117.90 $5,895.00 $59.00 $2,950.00 $25.00 $117.90 $23.00 $11,684.00 $56.86 $28,884.88 $37.00 $18,796.00 $20.00 $56.86 $20.00 $2,520.00 $53.26 $6,710.76 $32.00 $4,032.00 $6.80 $53.26 $2,800.00 $2,800.00 $4,226.40 $4,226.40 $4,900.00 $4,900.00 $1,920.00 $5,000.00 $2,500.00 $2,500.00 $4,720.80 $4,720.80 $3,300.00 $3,300.00 $100.00 $6,500.00 $275.00 $12,925.00 $397.60 $18,687.20 $148.00 $6,956.00 $60.00 $400.00 $215.00 $15,050.00 $487.68 $34,137.60 $180.00 $12,600.00 $44.80 $487.68 $6,300.00 $6,300.00 $7,657.82 $7,657.82 $6,500.00 $6,500.00 $2,000.00 $18,500.00 $14.00 $868.00 $57.88 $3,588.56 $41.00 $2,542.00 $14.00 $100.00 $12,000.00 $60,000.00 $10,455.48 $52,277.40 $12,000.00 $60,000.00 $5,000.00 $12,000.00 $4,200.00 $8,400.00 $5,064.91 $10,129.82 $4,400.00 $8,800.00 $1,500.00 $7,200.00 $1,200.00 $1,200.00 $3,504.86 $3,504.86 $2,500.00 $2,500.00 $400.00 $5,000.00 $50.00 $20,000.00 $64.95 $25,980.00 $50.00 $20,000.00 $19.00 $150.00 $17.00 $2,210.00 $102.39 $13,310.70 $75.00 $9,750.00 $6.00 $123.00 $10,400.00 $10,400.00 $4,775.90 $4,775.90 $5,000.00 $5,000.00 $3,000.00 $10,400.00 $6,250.00 $6,250.00 $3,955.20 $3,955.20 $4,000.00 $4,000.00 $1,500.00 $6,250.00 $3,280.00 $3,280.00 $13,812.30 $13,812.30 $1,300.00 $1,300.00 $1,000.00 $19,000.00 $14,330.00 $14,330.00 $18,787.20 $18,787.20 $60,000.00 $60,000.00 $14,330.00 $60,000.00 $1,100.00 $9,900.00 $1,946.70 $17,520.30 $1,100.00 $9,900.00 $300.00 $1,946.70 $680.00 $3,400.00 $679.80 $3,399.00 $625.00 $3,125.00 $250.00 $2,585.00 $200.00 $1,200.00 $166.86 $1,001.16 $135.00 $810.00 $100.00 $650.00 $26.00 $9,620.00 $46.04 $17,034.80 $33.00 $12,210.00 $18.00 $46.04 $13.00 $13,468.00 $16.06 $16,638.16 $12.00 $12,432.00 $8.50 $17.00 $50.00 $1,500.00 $39.55 $1,186.50 $51.00 $1,530.00 $20.00 $100.00 $0.75 $5,625.00 $0.69 $5,175.00 $0.50 $3,750.00 $0.25 $2.00 $0.60 $4,500.00 $0.85 $6,375.00 $1.00 $7,500.00 $0.40 $2.00 $10.00 $5,500.00 $5.21 $2,865.50 $13.00 $7,150.00 $4.35 $20.00 $830.00 $8,300.00 $788.07 $7,880.70 $700.00 $7,000.00 $96.00 $830.00 $2,500.00 $7,500.00 $587.10 $1,761.30 $900.00 $2,700.00 $64.00 $2,644.00 $6,000.00 $6,000.00 $8,126.70 $8,126.70 $4,000.00 $4,000.00 $1,230.00 $10,000.00 $90,000.00 $90,000.00 $63,298.03 $63,298.03 $200,000.00 $200,000.00 $3,200.00 $200,000.00 $5,000.00 $5,000.00 $6,491.80 $6,491.80 $3,000.00 $3,000.00 $1,500.00 $14,000.00 $2,350.00 $4,700.00 $2,146.80 $4,293.60 $3,000.00 $6,000.00 $1,088.00 $4,626.00 $61.00 $45,140.00 $73.46 $54,360.40 $58.00 $42,920.00 $22.00 $100.00 $88.00 $51,040.00 $100.71 $58,411.80 $85.00 $49,300.00 $17.00 $100.71 $76.00 $82,080.00 $111.85 $120,798.00 $74.00 $79,920.00 $14.72 $111.85 $3,500.00 $3,500.00 $5,500.00 $5,500.00 $14,000.00 $14,000.00 $1,000.00 $14,000.00 $633,000.00 $793,760.92 $799,537.00 Apparent Low Bidder 18 Apparent Low Bidder 19 Apparent Low Bidder 20 $633,000.00 $793,760.92 $799,537.00 $633,000.00 $794,078.66 $799,537.00 $0.00 -$317.74 $0.00 NOT ACCEPTED; REVISED BID SCHEDULE PER ADDENDUM 3 WAS NOT SUBMITTED AS PART OF BIDDER'S PROPOSAL, THEREFORE BID IS NOT ACCEPTED. NON RESPONSIVE BID Simgel Co., Inc. Detailed analysis is not being conducted with this bidder at this time. Detailed analysis is not being conducted with this bidder at this time. Apparent Low Bidder 20 Excel Paving Company Detailed analysis is not being conducted with this bidder at this time. BID ITEM 17 IS REMOVED PER ADDENDUM 3. BID ITEM 17 IS REMOVED PER ADDENDUM 3. BID ITEM 17 IS REMOVED PER ADDENDUM 3. Apparent Low Bidder 18 Apparent Low Bidder 19 Los Angeles Engineering, Inc.Astra Builders, Inc.HIGHEST UNIT BID PRICE LOWEST UNIT BID PRICE D:\Dropbox (Transtech Engineers)\JOBRECRD\2016\16565 TC 5800 TC BL PARKING LOT AND PARK\WIP\8BID ANALYSIS\0 BID ANALYSISBID TABULATION 4 of 7 APPARENT LOW BID AMOUNT:$413,896.96 REVIEW RESULT CHECKED BY DATE YES CITY CLERK 1/18/17 YES OD 1/18/17 YES OD 1/18/17 YES OD 1/18/17 $40,000.00 OD 1/18/17 51.00%OD 1/18/17 90.34%OD 1/18/17 YES OD 1/18/17 49.00%OD 1/18/17 9.66%OD 1/18/17 YES OD 1/18/17 PRIME CONTRACTOR LICENSE STATUS: Green Giant Landscape, Inc 670478 OD 1/18/17 SUB CONTRACTOR LICENSE STATUS: Stewart Electric 406096 OD 1/18/17 PRIME CONTRACTOR DIR REGISTRATION STATUS: Green Giant Landscape, Inc 1000014238 OD 1/18/17 SUB CONTRACTOR DIR REGISTRATION STATUS: Stewart Electric 1000020377 OD 1/18/17 PRIME CONTRACTOR DEBARMENT STATUS FROM STATE CONTRACTS:Green Giant Landscape, Inc NOT FOUND IN ACTIVE DEBARRED LIST OD 1/18/17 SUB CONTRACTOR DEBARMENT STATUS FROM STATE CONTRACTS:Stewart Electric NOT FOUND IN ACTIVE DEBARRED LIST OD 1/18/17 PRIME CONTRACTOR DEBARMENT STATUS FROM FEDERAL CONTRACTS: Green Giant Landscape, Inc NOT FOUND IN ACTIVE DEBARRED LIST OD 1/18/17 SUB CONTRACTOR DEBARMENT STATUS FROM FEDERAL CONTRACTS: Stewart Electric NOT FOUND IN ACTIVE DEBARRED LIST OD 1/18/17 YES OD 1/19/17REFERENCE CHECK ACCEPTABLE: Print-out from DIR Web Page attached (https://efiling.dir.ca.gov/PWCR/Search) SUB CONTRACTOR % CALCULATED PER BID SUBMITTAL (THIS % MUST BE EQUAL OR LESS THAN ABOVE %): BIDDER COMPLIES WITH MAX. SUB CONTRACTOR % REQUIREMENT: Print-out from CLSB Web Page attached (http://www.cslb.ca.gov/) Print-out from SAM Web Page attached (https://www.sam.gov/portal/SAM/#1) Print-out from CLSB Web Page attached (http://www.cslb.ca.gov/) Print-out from DIR Web Page attached (https://efiling.dir.ca.gov/PWCR/Search) Print-out from DIR Web Page attached (http://www.dir.ca.gov/dlse/debar.html) Print-out from SAM Web Page attached (https://www.sam.gov/portal/SAM/#1) BIDDER COMPLIES WITH MIN PRIME CONTRACTOR % REQUIREMENT: MAX SUBCONTRACTOR PERCENT PER BID: ADDENDA ACKNOWLEDGEMENT: TOTAL BID PRICES CALCULATED CORRECTLY: SUBCONTRACTOR AMOUNT: MIN PRIME CONTRACTOR % REQUIREMENT FOR WORK PER SPECIFICATIONS: PRIME CONTRACTOR % CALCULATED PER BID SUBMITTAL (THIS % MUST BE EQUAL OR MORE THAN ABOVE %): REMARKS 2. REVIEW OF APPARENT LOW BID Green Giant Landscape, Inc Print-out from DIR Web Page attached (http://www.dir.ca.gov/dlse/debar.html) APPARENT LOW BID SUBMITTED BY: ITEM REVIEWED/CHECKED All 3 Addenda is acknowledged by apparent low bidder. BID STAMPED AS RECEIVED PRIOR BID TIME: BID BOND IN PROPER AMOUNT: D:\Dropbox (Transtech Engineers)\JOBRECRD\2016\16565 TC 5800 TC BL PARKING LOT AND PARK\WIP\8BID ANALYSIS\0 BID ANALYSISREVIEW OF APPARENT LOW BID 5 of 7 REFERENCE PROJECT OWNER AND REFERENCE NAME TELAMOUNTDATE COMPLETEDDID THE CONTRACTOR DO QUALITY WORKDID THE CONTRACTOR STAY ON SCHEDULEDID THE CONTRACTOR ASK FOR UNNECESSARY CHANGE ORDERSDID THE CONTRACTOR FILE CLAIMS AGAINST YOUWILL YOU HIRE THE CONTRACTOR AGAINREMARKS Zapopan Park Improvements Park Renovation, irrigation, landscape, site amenities, fencing City of Rosemead - Rafael Fajardo 626-569-2150 $1,230,000.00 2016 Yes Yes No No Yes "City is very happy with the performance of this contractor, they provided all the work and we are very pleased and satisfied with their performance." OD 1/18/2017 Safe Routes to Schools Project - Electrical, concrete, irrigation City of Pico Rivera - Jose Loera 562-801-4350 $1,174,561.00 2016 Yes Yes No No Yes "Contractor did great work, City requested addiitonal work with this Contractor, which they satisfactorilly provided. I would hire this contractor again." OD 1/18/2017 Veteran's Memorial - Concrete work, landscaping, electrical City of Temple City - Cathy Burroughs 626-285-2171 $187,500.00 2016 Yes Yes No No Yes "Great contractor, they provided the work on time and satisfactorily completed the project."OD 1/18/2017 3. REFERENCE CHECK OF APPARENT LOW BIDDER REFERENCE CHECK FOR APPARENT LOW BIDDER CHECKED BYDATEAnswer "YES" if satisfied or "NO" if not satisfied REFERENCE DATA FOR APPARENT LOW BIDDER Green Giant Landscape, Inc D:\Dropbox (Transtech Engineers)\JOBRECRD\2016\16565 TC 5800 TC BL PARKING LOT AND PARK\WIP\8BID ANALYSIS\0 BID ANALYSISREF CHECK 6 of 7 Green Giant Landscape, Inc $413,896.96 4. LOWEST RESPONSIBLE BID LOWEST RESPONSIBLE BID SUBMITTED BY: IN THE AMOUNT OF: D:\Dropbox (Transtech Engineers)\JOBRECRD\2016\16565 TC 5800 TC BL PARKING LOT AND PARK\WIP\8BID ANALYSIS\0 BID ANALYSISLOWEST RESPONSIBLE BID 7 of 7 Data current as of 1/18/2017 8:59:16 PM Contractor's License Detail for License # 670478 DISCLAIMER: A license status check provi des information taken from  the CS LB l icense database. Before relying on this inform ation, you should be aware of the foll owi ng l im itations. CSLB co mp la in t disclo sure is restricted by law (B&P 7 124.6) If this entity is su bject to pu b lic complaint d isclosu re , a link for complaint d isclosu re  will a p pear below. Click on th e link o r butto n to ob tain co mplaint an d /o r legal action in fo rma tion. Per B&P 7 0 71.17 , on ly construction rela te d civil judg ments re p orte d  to th e CS LB are d isclosed. Arb itratio n s are n ot listed unless th e  contra ctor fails to co mp ly with th e te rms of the  a rbitra tion . Due to  wo rklo ad, the re may b e  relevant informatio n tha t has n o t ye t bee n e nte re d o nto the  Bo a rd 's lice n se da tab a se. Busi ness Informati on GREEN GIANT LANDSCAPE INC 941­A MACY STREET LA HABRA, CA 90631­3400 Business Phone Number:(562) 690­6208    Entity Corporation Issue Date 05/03/1993 Reissue Date 05/02/1996 Expire Date 05/31/2018 Li cense S tatus This license is current and active. All information below should be reviewed. Cl assificati ons A ­ GENERAL ENGINEERING CONTRAC TOR C27 ­ LANDSCAPING Bonding Informati on Contractor's Bond This license filed a Contracto r's Bond with WESTERN SURETY COMPANY. Bond Number: 69649036 Bond Amount: $15,000 Effective Da te: 01/01/2016 Contractor's Bond History Bond of Qualifying Individual The qualifyin g individual DONALD LOUIS HENDERSON ce rtifi ed that he/she owns 10 percent or more of the voting stock/membership interest of this company; therefore, the Bond of Qualifying Indi vidual is not required. Effective Da te: 05/02/1996 Workers' Compensation This license has workers compensation insurance with the OAK RI VER INSURANCE COMPANY Policy Number:GRWC704914  Effective Da te: 04/01/2016 Expire Date: 04/01/2017 Workers' Compensation History M iscell aneous Informati on 05/02/1996 ­ LICENSE REISSUED TO ANOTHER ENTITY Other Personnel listed on this license (current or disassociated) are listed on other licenses. Legal NameRegistration NumberCountyCityRegistration DateExpiration DateGREEN GIANT LANDSCAPE, INC.1000014238ORANGELA HABRA06/30/201606/30/2017 Data current as of 1/18/2017 9:00:37 PM Contractor's License Detail for License # 406096 DISCLAIMER: A license status check provi des information taken from  the CS LB l icense database. Before relying on this inform ation, you should be aware of the foll owi ng l im itations. CSLB co mp la in t disclo sure is restricted by law (B&P 7 124.6) If this entity is su bject to pu b lic complaint d isclosu re , a link for complaint d isclosu re  will a p pear below. Click on th e link o r butto n to ob tain co mplaint an d /o r legal action in fo rma tion. Per B&P 7 0 71.17 , on ly construction rela te d civil judg ments re p orte d  to th e CS LB are d isclosed. Arb itratio n s are n ot listed unless th e  contra ctor fails to co mp ly with th e te rms of the  a rbitra tion . Due to  wo rklo ad, the re may b e  relevant informatio n tha t has n o t ye t bee n e nte re d o nto the  Bo a rd 's lice n se da tab a se. Busi ness Informati on STEWART ELECTRIC  21400 ORANGE AVE  PERRIS, CA 92570  Business Phone Number:(909) 732­9871    Entity Sole Ownership Issue Date 06/01/1981 Expire Date 06/30/2017 Li cense S tatus This license is current and active. All information below should be reviewed. Cl assificati ons C10 ­ ELECTRICAL Bonding Informati on Contractor's Bond This license filed a Contracto r's Bond with AMERICAN SAFETY CASUALTY INSURANCE COMPANY. Bond Number: 413441 Bond Amount: $15,000 Effective Da te: 01/01/2016 Contractor's Bond History Workers' Compensation This license is exempt from h avi ng workers compensation insurance; they certified that they have no employees at this time. Effective Da te: 05/11/2015  Expire Date: None Workers' Compensation History Legal NameRegistration NumberCountyCityRegistration DateExpiration DateSTEWART ELECTRIC1000020377RIVERSIDEPERRIS06/30/201606/30/2017 1/18/2017 Public Works http://www.dir.ca.gov/dlse/debar.htm l 1/6   Labor Commissioner's Office   DLSE Debarments DLSE Debarments The following contractors are currently barred from bidding on, accepting, or performing any public works contracts, either as a contractor or subcontractor, for the period set forth below: As part of your due diligence, we suggest that you also check: Contractor status at the Contractors State License Board (CSLB) The Federal debarment list at the Excluded Parties List System For a list of past DLSE debarments of public works contractors, please contact: Susan Nakagama Special Assistant to the Labor Commissioner 1515 Clay Street Suite 401 Oakland, CA 94612 SNakagama@dir.ca.gov Name of contractor Period of debarment Del Norte Construction, And Trinidad Manuel Canales, an Individual  PO Box 5101 Oxnard, CA 93030  5020 Wooley Rd.  Oxnard, CA 93030  CSLB Number: #945723 6/01/16 through 5/31/17  Decision LB 5533 Diversified Building & Electric Company, Inc.  409 Tennant Station  Morgan Hill, CA 95037 Denis Andrew Maris, Individually and Doing Business as Diversified Electric Company CSLB Number: #765312 2/15/16 through 8/15/17  Decision SC 5714 Fast Demolition, Inc. 601­C East Palomar Street #123 Chula Vista, CA 91911  CSLB Number: #792729 Rogelio Medina Vazquez., an individual and in his capacity as Responsible Managing Officer of FAST DEMOLITION, INC.  4/1/44 through 3/31/47  Decision LB5742 4/1/41 through 3/31/44  Decision LB5665 4/1/36 through 3/31/39  Decision LB5740 4/1/33 through 3/31/37  Decision LB5651 4/1/33 through 3/31/37  Decision LB5739 4/1/24 through 3/31/27  Decision LB5741 4/1/30 through 3/31/33  Decision LB5743 4/1/27 through 3/31/30  Decision LB5666 4/1/21 through 3/31/24  Decision LB5667 4/1/18 through 3/31/21  Decision LB5668 4/01/15 through 3/31/18  Decision LB5345 1/18/2017 Public Works http://www.dir.ca.gov/dlse/debar.htm l 2/6 Amerivet Plumbing, Inc.; Walter Edward Jacob Kuhlmann III, Individually And dba Amerivet Plumbing Services  CSLB Number: #969048 and #919761 8/6/15 through 8/5/18  Decision Ultimate Inc., And, Enrique Vera, an Individual  PO Box 571117  Tarzana, CA 91356­1117  CSLB Number: #949229 12/1/15 through 11/30/18  Decision Travioli Construction, Inc.  PO Box 231 Visalia, CA 93274  CSLB Number: #936832 9/11/15 through 3/10/17  Decision Integrity Sheet Metal, Inc. 319 McArthur Way  Upland, CA 91786 CSLB #726770 William Ben Hicks, an individual;  Margaret Mary Hicks, an individual 2/01/15 through 1/31/18  Decision L A Builders, Inc., a California Corporation 15635 Saticoy Street, #H Van Nuys, CA 91406  CSLB #748591 Alon Gamliel, an individual 2/01/15 through 1/31/18  Decision USA Wall Systems, Inc.  8309 Sunshine Lane Riverside, CA 92508 CSLB #929610 Edward Eugene Brammer, an individual and in his capacity as President/CEO/RMO 4/01/15 through 3/31/18  Decision Daughter Construction formerly dba Hy Carpentry Construction 15407 Thornlake Avenue  Norwalk, CA 90650 CSLB #979297 Sharon Jin Yoo, an individual;  Dae Hyun Yoo, an individual  and in his capacity as manager/supervisor for Sharon Jin Yoo and in his capacity as General Partner for HY Construction, a General Partnership. 4/01/15 through 3/31/18  Decision RDA Construction, Inc. 1692 W. Bullard Ave.,   Fresno, CA 93711  CSLB# 383306 12/15/14 through 12/14/16  Decision Titan Electrical Construction, Inc.  Lucas Oliver Stickney, an individual  Jamie Noel Furr, an individual  630 Natoma Street San Francisco, CA 94103 CSLB# 919516 11/3/14 through 11/2/17  Decision Ramos Painting Carlos Ray Ramos, an individual P.O. Box 3871  11/3/14 through 11/2/15  Decision 1/18/2017 Public Works http://www.dir.ca.gov/dlse/debar.htm l 3/6 Paso Robles, CA 93447 CSLB# 753575 Dick Emard Electric. dba Emard Electric Luke Richard Emard, an individual and RMO 5930 Key Court, Suite A Loomis, CA 95650 CSLB# 794007 11/3/14 thorough 11/2/17  Decision Nixon Electric Gordon Fulton Nixon, an individual 5624 Faust Ave.  Woodland Hills, CA 91367  CSLB# 796802 8/1/14 through 7/31/17  Decision Neris General Contractors, a California Corporation Efren Neri, an individual Servando Neri, an individual Rebeca Neri, an individual Luis Abelardo Castro, an individual 6087 California Ave.  Long Beach, CA 90805 CSLB# 797967 2/28/14 through 2/27/17  Decision Southland Construction Reza Mohammedi, an individual 3943 Irvine Blvd., #405, Irvine, CA 92602 CSLB# 663784 (expired) 10/14/14 through 10/13/17  Decision National Drywall Corporation, A Dissolved California Corporation 603 S. Milliken Avenue, Suite F  Ontario, CA 91761 CSLB #834335 Miguel Contreras, an Individual and  Responsible Managing Officer/CEO/President Dora Maria Contreras, an Individual and Agent/Officer of the Corporation 8/4/14 through 8/3/17  Decision Tadros & Youssef Construction, Inc.  Kamel Shaker Tadros & Makram Youssef Youssef, Individually  1221 E 8th Street, Unit A, Upland, CA 91786 CSLB# 698182 (expired) 5/10/14 through 5/9/17  Decision Serenity Fire Protection 417 S. Associated Road, Brea, CA 92821 CSLB# 902927 5/1/14 through 4/30/17  Decision Don Kelly Construction , Inc. Don Kelly, Individual and Lisa Kelly, Individual  171 Northview Ridge Lane, P.O. Box 10760, Bozeman, MT 59719 3/25/14 through 3/24/17  Decision Aldan, Inc. P.O. Box 9428, Brea, CA 92822 CSLB #949229 2/28/14 through 2/27/17  Decision Russell/Thompson, Inc. James Jean Russell & Valery Alena Thompson, Individually  4684 Oak Glen Dr., Redding, CA 96001 10/31/13 through 10/31/16  Decision 1/18/2017 Public Works http://www.dir.ca.gov/dlse/debar.htm l 4/6 CSLB# 915036 (revoked) Ayodejia A. Ogundare, Individual  Dba Pacific Engineering Company 6310 Stewart Way, Bakersfield, CA 93308 CLSB#710322 5/15/2013 through 5/15/2014  Decision Wallcrete Industries, Inc.; Garit David  Wallace and Amber Anderson, Individuals   400 Kansas, Redlands, CA 92373 CSLB#834220  7/29/12 through 7/28/15  Decision FEI Enterprises, Inc Gabriel Fedida, Individual 5749 Venice Blvd., Los Angeles,  CA 90019 CSLB#659252  6/14/12 through 6/13/15  Decision Jeffrey Alan Mott and Michelle Mott, individuals  Dda Integrity Landscape  3756 Independence Avenue  Sanger, CA 93637  CSLB#774222  3/29/12 through 3/28/15   Decision Jensen Drywall & Stucco  Jeffrey E. Jensen  3714 Lynda Place  National City, CA 91950­8121  CSB # 664168 Exp. 2/18/11 (expired)   3/31/11 through 3/30/13  Decision All West Construction, Inc.   Donald Kent Russell  495 N. Marks Ave.  Fresno, CA 93706 CSB # 592321 Exp. 4/3/12 (suspended) 3/31/11 through 3/30/13   Decision Country Builders, Inc. Weldon Offill, individually   5915 Graham Ct. Livermore, CA 94550 CSB # 699574 Exp. 11/30/12 (active)  3/1/11 through 2/28/14   Decision   Addendum Sutter Foam & Coating, Inc.  909 A. George Washington   Yuba City, CA 95993  CSB # 732014 Exp. 1/31/09 (inactive)  David Alvin Trexler, an individual  909 A. George Washington  Yuba City, CA 95993  Kenneth A. Trexler, an individual  2603 Lago Lane Marysville, CA 95901 7/1/10 through 6/30/13   Decision Soo Dong Kim, an individual,  dba Soo Kim Electric Company 16224 Ridgeview Lane  La Mirada, CA 90638  CSB # 568103 Exp. 8/1/09 (inactive)  Hyo Nam Jung, an individual, dba Lucid Electric 18621 Well Street  4/19/10 through 4/18/13   Decision 1/18/2017 Public Works http://www.dir.ca.gov/dlse/debar.htm l 5/6 Rowland Heights, CA 91748 CSB # 914692 Exp. 4/3/10 Southwest Grading, dba Southwest Grading Services, Inc.,  22031 Waite Street   Wildomar, CA  92595   David Walter Cholewinski, an individual  22031 Waite Street   Wildomar, A 92595  29970 Technology Drive, Ste. 205   Murrieta, CA  92563   CSB #840416  Exp. 6/30/10 3/18/10 through 3/17/13  Decision S.J. Cimino Electric, Inc., a California corporation, 3267 Dutton Ave.  Santa Rosa, CA 95404 Salvatore Joseph Cimino, RMO, CEO and President of S.J. Cimino Electric, Inc. and sole owner of S.J. Cimino  Electric, an individual 5825 Heights Rd. Santa Rosa, CA 95401 CSB #343802 Exp. 2/28/10 CSB #294141 Exp. 9/30/13 (inactive) 10/15/09 through 10/14/12  Decision Cedar Development Corporation Serghon Gabriel Afram, individually 12477 Feather Dr Mira Loma, CA 91752 CSB # 839898 Exp. 6/30/10 (suspended) 8/5/09 through 8/4/12  Decision All Floors Commercial and Residential Flooring, Inc. Salvador Elias Perea, individually 750 E. McGlincy Lane, #103 Campbell, CA 95008 CSB #430969 Exp. 7/31/09 5/14/09 through 5/13/12   Decision 1­AMD Construction, Inc. Alberto Mordoki, individually Mirella Mordoki, individually 5300 Beach Blvd., Suite 110­416  Buena Park, CA 90621 CSB #787533, revoked 3/16/09 through 3/15/12  Decision> October 2016 File a Claim Wage claims Bureau of Field Enforcement Public works complaints Claims for retaliation or discrimination More Services Public records requests Translations Verify a license or registration Find a wage order Online payments Haga un pago en línea 1/18/2017 Public Works http://www.dir.ca.gov/dlse/debar.htm l 6/6 Labor Commissioner's Office Quick Links Bureau of Field Enforcement Wage Claim Adjudication Retaliation (RCI) Permits, Licenses, Certifications, and Registrations Public Works Electrician Certification Unit Frequently asked questions Legislative reports Labor Commissioner's Databases Private Attorney General Act (PAGA) Resources Frequently asked questions Labor Commissioner's Databases Legislative reports Publications Forms About DLSE About Us Locations and Contacts Jobs at DIR   You can pay your bill online. Need to make a payment? ( Haga un pago en línea. ) About DIR Who we are DIR Divisions, Boards & Commissions Contact DIR Work with Us Jobs at DIR Licensing, registrations, certifications & permits Required Notifications Learn More Acceso al idioma Frequently Asked Questions Site Map Learn more about DLSE Frequently asked questions Archives DLSE site map Workplace postings Legislative reports 1/18/2017 Advanced Sear ch ­ Exclusions | System  for Award Managem ent https://www.sam.gov/portal/SAM/?navigationalstate=JBPNS_rO0ABXdcACJqYXZheC5mYWNlcy5wb3J0bGV0YnJpZGdlLlNUQVRFX0lEAAAAAQApdmlldzpi…1/1 SAM | System for Award Management 1.0 Note to all Users: This is a Federal Government computer system. Use of this system consti tutes consent to monitoring at all times. IBM v1.P.60.20161222­1237 WWW4     Advanced Search ­ Exclusion Single Search Multiple Names All          Name   GREEN GIANT LANDSCAPE All          Name   STEWART ELECTRIC All          Name    All          Name    All          Name    All          Name    Exclusion Status      Active   Selecting "Al l" displays both Active and Inactive Excl usions.             You may onl y perf orm a search with the criteria contained in one accordion. SSN/TIN Search USER NAME  PASSWORD   Forgot Username?Forgot Password? Create an Account 1/18/2017 Advanced Search Results | System for Awar d Management https://www.sam.gov/portal/SAM/?navigationalstate=JBPNS_rO0ABXdcACJqYXZheC5mYWNlcy5wb3J0bGV0YnJpZGdlLlNUQVRFX0lEAAAAAQApdmlldzp…1/1 SAM | System for Award Management 1.0 Note to all Users: This is a Federal Government computer system. Use of this system consti tutes consent to monitoring at all times. IBM v1.P.60.20161222­1237 WWW4     Notice : This printed document represents onl y the first page of your SAM search results. More results may be available. To print your complete search results, you can download the PDF and print it.  No records found for current search. Search Results Advanced Search Results USER NAME  PASSWORD   Forgot Username?Forgot Password? Create an Account Glossary Search Results Entity Exclusion ATTACHMENT G Lowest Bid Note: Attached are the project’s conceptual designs. Due to their voluminous nature, project-related public works and engineering documents have been excluded from this report. Those documents can be viewed or obtained in the City Clerk’s office. Date lss t!ad : December 6, 201 6 CITY OF TEMPLE CITY , CALIFORN IA BIDDING AN D CONTRA CT DOCUMENTS , PLANS AN D SPEC IFICATIO NS 5800 TE MPLE CITY BLVD PARKING LOT IMPROVEMENTS, P17-05 D t C tr I P e 11 of 125 . BIDDER SHALL COMPLETE AND SUBMIT ALL DOCUMENTS AND PAGES IN SECTION "C. BIDDER 'S PROPOSAL" Bidder's Name: C. BIDDER'S PROPOSAL 5800 TEMPLE CITY BLVD. PARKING LOT IMPROVEMENTS CITY PROJECT ID : P17-0S City of Temple City Gr een Giant Landscape, Inc. In accordance with t he City of Temple City's Notice In viting Sealed Bids , the undersigned BIDDER, he r eby proposes to furnish all materials, equipment, tools, labor, and incidentals required for the above state d project as set forth in t he Plans, Specifications, and contract documen ts th erefore, and to perform a ll wo rk in the manner and time prescribed therein. BIDDER declares that this proposal is based upon careful examination of the wor k site, Plans , Specificatio ns, Instructions to Bidders, and all other contract documents . If t h is proposal is accepted for award, BIDDER understands that failure to enter into a contract in t he manner and time prescribed w i ll result in forfeiture to the City of Temple City of the guarantee accompanying this proposal. BIDDER understands that a bid is r equired f or the entire work. The contract will be awarded on the p rices shown on the bid sc hedule. It is agreed that the unit and/or lu mp sum prices bid i nclude all appurtenant expenses, taxes, royalties and fees. In the case of discrepancies in the amounts of bid , unit prices shall govern ove r extended amount, and words shall govern over figures . If awa rded the Contract, th e undersigned further agrees that in the event of t he BID DER 'S default i n executing t he required contract and filing the necessary bonds and insurance certi fi cates within ten working days after the dat e of the City of Te mple City's notice of award of contr act to the BID DER, the proceeds of the security accompany ing this bid sha l l become the prope rty of the City of Temple City and this bid and the acceptance hereof may, at the City of Temple City 's option, be cons i dered nu ll and vo id. BID SCHEDULE To the Temple City's City Council, herein called the "Cou ncil". Pursuant to and in comp li ance with your Notice Inviting Bids and the other documents re lating thereto, the undersigned bidder, having fam ili arized himse lf with t he work as pe r the pa r agraph, Discrep anc ies and Misunderstandings, contained in the I NSTRUCTIONS TO BIDDERS sect ion, and w ith the t erms of the contract , the local conditions affecting the performance of the contract, and the cost of the w ork at the place where the work is done, and with the drawings and specifications and other contrac t documents, hereby proposes and agrees to perform, with in the time stipulated, the contract, includ i ng all of its component part s, and everything requ ired to be performed, and to prov ide and fu rni sh any and al l of the labor, materials, tools, expendable equipment, and all applicab le taxes, utility and transportat ion serv ice s necessary to perform the contract and complete in a workmanlike ma nner, all in stric t conformity wit h the Contract Docu ments on file at the office of the City Clerk of said City, per the following bid schedule: (Bidde r sha ll provide a bid amount for each bid item listed be low. Fa il ure to pr ovide a bid f or eac h b id item shall render the bid non-responsive) Page: C.l ADDENDUM 3, BIDDING AND CONTRACT DOCUMENTS, PLANS AND SPEC IFICATIONS 580 0 TEM PLE CITY BVLD . PARKING LOT IMPROVEMENTS (CITY PROJECT ID: P17-Q5) Docu ment Control Pag e 7 of 25 BIDDER SHALL COMPLETE AND SUBMIT ALL DOCUMENTS AND PAGES IN SECTION "C. BIDDER'S PROPOSAL" FROM THE BID PACKAGE AND "REVISED BID SCHEDULE PER ADDENDUM 3 " REVISED BID SCHEDULE PER ADDENDUM 3 5800 TEMPLE CITY BLVD. PARKING LOT IMPROVEMENTS CITY PROJECT ID: P17-05 City of Temple City Item Description Quantity Unit Unit Bid Total Bid Amount Amount ;q:;-/' s l~,43cr"' 1--- 1 Remove existing block wall including footing 96 L.F. $ 2 Remove existing AC pavement section (4" AC 7,602 S.F. $ 3.:JO $ J'i 3d-&, It ~ on 6" Underlying Base Material) Remove existing PCC Driveway including PCC tJ. .1/0 $ ¢411'1 -3 Apron, Curb & Gutter bounded by limit lines 385 S.F . $ excluding 1' wide slot cut of AC Pavement Remove existing ramp including PCC Walk, 5 ./tf s I tf35, 3~ 4 Retaining Curb, Curb & Gutter bounded by limit 378 S.F. $ lines excluding 1' wide slot cut of AC Pavement Slot Cut 1' wide strip x 8" deep of existing AC f 'J -~0 $ J.5fl0-5 pavement section and to be filled back with full 200 L.F. $ depth AC Pavement Remove portion of Alley Intersec tion bounded i J.. 8CJ s 73 '13 ./J (D 6 by limit lines excluding 1' wide slot cut of AC 187 S.F. $ Pavement 7 Construct Type B-PG 64-10 AC pavement 220 TON $ qtp $ al,lW 8 Con struct Crushed Aggregate Base 333 TON $ 5)· ;;o $ 111JL(tj-{; ~ 9 Construct PCC Walk 1,555 S.F. $ u -'IO $ C/4 5()- 10 Construct A2 -(8) Curb & Gutter, 2' gutter so L.F. $ :;;;;--$ lu.eo- 11 Construct 6" PCC Curb, A1-(6) 508 L.F . $ ;J ~-~0 $ l'-1 /; :;o. 4 ~ 12 Con struct 4 " x 8" PCC header 126 L.F. $ Lq-Jo $ i lJ11. X) 13 Construct Curb Ramp Per SPPWC Std . Plan 111-1 EA $ L1Jo-$ [tl?l) -t- 5, Type 4, Case A Reconstruct the removed portion of Alley '517JO -:51 'X)-14 Intersection as shown on the plan including 1 EA $ $ 1- ramp Addendum 3, Attachment 1, Page: 1 ADDENDUM 3, BIDDING AND CONTRACT DOCUMENTS, PLANS AND SPECIFICATIONS 5800 TEMP LE CITY BVLD. PARKING LOT IMPROVEMENTS (CITY PROJECT ID: P17..()5 ) Documen t Control Page 8 of 25 BIDDER SHALL COMPLETE AND SUBMIT All DOCUMENTS AND PAGES IN SECTION "C. BIDDER'S PROPOSAL " FROM THE BID PACKAGE AND "REVISED BID SCHEDULE PER ADDENDUM 3" Item 15 16 18 19 20 21 22 23 24 25 26 27 28 REVISED BID SCHEDULE PER ADDENDUM 3 5800 TEMPLE CITY BlVD. PARKING lOT IMPROVEMENTS CITY PROJECT ID: P17-0S City of Temple City Description Construct low Impact Development Vegetated Swale including geotextile fabric Con struct low Impact Development Gravel Bottomless Trench including geotextile fabric per detail Install Pacific Utility Product Metered Pedestal, Type 111-AF Service Equipment Enclosu re Insta ll 1 1/2" PVC Conduit Schedule 80 with 3/8" nylon pull rope (Provision for future EV Charge Station) In stall "SUB#CS -0034-16 Element-Series" parking lot li ght sta ndard including foundation & fully operational Install "SUB#CS-0020 -12 ELE-Bollard Lighting per detail and fully operational Install " Model 1057-GG -WF-30-C-M V-ND -HS (Standard)" inground Accent Floodlight complete with JB-300 Junction Bo x and fully operational Unclassified Excavation (Export Excess Material) Unclassified Fill Irrigation -Controllers (1) -Hunter (pdstl mnt, ext with end) Irrigation -RP Backflow w ith Enclo sure Irrigation -Valve Box Assemblies and Quick Couplers Irrigation -Drip and Bubbler Irrigation System Quantity 47 70 1 62 5 2 1 400 130 1 1 1 1 Addendum 3, Attachment 1, Page: 2 Unit C.Y. C.Y . Unit Bid Amount $ /Jg-- $ ljL(. ~0 Total Bid Amount s tRO/tt $ ?J/1& -- ) i ! I~ t' I 1 l i r ~ 11 (' ' ' ~~ ~ ,. ~ i _j L' ~~ .l 1 J m :; EA. $ q, flO() -$ q, /;1)1) L.F . $ /).. 5. {J 0 $ {5 31, EA $ U L1 00 ,. $ OdfXJO EA $ 4/IJO-$ ~?JdtJ .-- EA s 1fJOO -s ?JJ-0 0 - c.v . s t;L/-s J5uoo C.Y . $ (;,l/Q EA s 35 JO -s 3 5 70 - EA $ 13-00 .-$ ?;}{)0 - LS s Ill 000-s I (p OOu LS s J 5utJO s ,}J&OO I J ADD ENDUM 3, BIDD ING AND CONTRACT DOC UMENTS, PLANS AND SPECIA CATIO NS 5800 TEMPLE CITY BVLD. PARKING LOT IMPROV EMENTS (CITY PR OJECT ID: P17-05) Docu ment Control Page 9 of 25 BIDDER SHALL COMPLETE AND SUBMIT ALL DOCUMENTS AND PAGES IN SECTION "C. BIDDER 'S PROPOSA L" FROM THE BID PACI<AGE AND "REVISED BID SCHEDULE PER ADDENDUM 3" REVISED BID SCHEDULE PER ADDENDUM 3 5800 TEMPLE CITY BLVD. PARKING LOT IMPROVEMENTS CITY PROJECT ID: P17-0S City of Temple City Item Descr iption Quantity Unit Unit Bid Total Bid Amount Amount 29 Planting-36" Bo x Trees 9 EA $ fJLfD $ 5'1 {pQ - 30 Planting -24" Bo x Trees 5 EA $ ()9;; $ lJ ~0- 31 Planting-15 Gallon Shrub s 6 EA $ l ;} ~ $ i/(;~ / 32 Planting -5 Ga llon Shrubs 370 EA $ ltf -dO $ 'II OL{ -- 33 Planting-1 Gall o n Sh r ubs 1,036 EA $ q .[IQ s 0CJI15. {o l 34 Pl ant in g -Groundcove r Fla ts 30 EA $ 6/. ()0 $ t53to- 35 Pl anting -Soi l Pr e paration 7,500 S.F. $ • wL/ G , $ Lt ~00- 36 Pl anti ng -3" Depth W o od Mulch 7,500 S.F. $ Q u Lf{ $ I{ ~tJL)- 37 Plan t ing -6" Depth Riv er Ro ck Mulch 550 S.F . s L?-~(J $ 10L/O - 38 Pl anting-Boulde r s 10 TON $ q~·-$ q&o ~ 39 Planting -90 Da y M aintenance 3 M ont $ (Jtj-$ (tf;)--- hly 40 Striping and Marking including concret e wheel 1 LS s Lt LfOQ -s ~Ltao- stops, and accessibi li ty pole signage pe r Plan 41 Tr ellis -Steel 1 EA $ ?;-;}()() -$ 'j;?{) (} - 42 Trellis -Di r ecto ry Sign 1 EA $ L/1/J(J-$ '1~00- 43 Furniture-Furnish and Install Benche s 2 EA $ /0~~-$ a-11& - 4 4 W all s-Structur al CM U 74 0 S.F. $ S /. "JO $ 3~~~~ -f- 45 Walls-CM U Scored 580 S.F. $ 5i .oo $ (}Pf ,l.tfi& 1- Addendum 3, Attachment 1, Page: 3 ADDENDUM 3, BIDDING AND CONTRACT DOCUMENTS, PIJ\NS AND SPECIFI CATIONS 5800 TEMPLE CITY BVLD. PARKING LOT IMPROVEMENTS (C ITY PROJECT ID: P17-05) Document Control Page 10 of 25 BIDDER SHALL COMPLETE AND SUBMIT ALL DOCUMENTS AND PAGES IN SECTION "C. BIDDER'S PROPOSAL" FROM THE BID PACKAGE AND "REVISED BID SCHEDULE PER ADDENDUM 3 " REVISED BID SCHEDULE PER ADDENDUM 3 5800 TEMPLE CITY BlVD. PARKING lOT IMPROVEMENTS CITY PROJECT ID: P17-05 City of Temple City Item Description Quantity Unit Unit Bid Amount 46 Walls -Brick Veneer 1,080 S.F. $ {L{.Ttr $ 47 Wall s -Signage-'Downtown' 1 EA $ 5 100 /" I $ Total Bid Amount IS~tiJ j .&C 51 d{)-- TOTAL BID AMOUNT $111 ?> '6tfLJ/~ The award of Contract shall be based on the TOTAL BID AMOUNT. In the case of discrepancies, total bid will be based on calculated amounts based on quantities and Unit Bid Amounts. A. Mobilization I Demobilization B. Traffic Control Full compensat ion for the items listed to the right as C. NPDES, WWECP, and Best Management Practices Items A, B, C, D, E and F are considered as inclu sive (BMPs), Public Convenience and Safety in eac h Bid Item listed above in the Revis e d Bid D. Construction Staking by Land Surveyor Schedule Per Addendum 3 as app lic able, and no E. Clearing and Grubbing additional and/or separate compensation will be F. Contractor is responsible to provide temporary allowed. construction fencing during con struction . City will remove existing fence around the property before the start of the constru ction. The bid prices shall include any and all co sts, includi ng labor, materials, appurtenant expenses, ta xes, royalties and any and all other incidental cost s to complete the project, in compliance with the Bid and Contract Documents and all applicable codes and sta ndards. All other work items not specifically listed in the bid sched ul e, but neces sary to complete the work per bid and contract documents and all applicable codes and standards are assumed to be included in the bid prices. The City reserves the right to add, delete, increase or decrease the amount of any quantity shown and to delete any item from the contract and pay the contractor at the bid unit prices so long as the total amount of change does not exceed 25 % (plus or minus) of the total bid amount for the entire project. If the change exceeds 25%, a change order may be negotiated to adjust unit bid prices. A bid is required for the entire work, that the quantities set forth in the Bid Schedule are to calculate total bid amount, and that final compen sa tion under the contract will be ba se d upon the actual quantities of work satisfactorily completed. Addendum 3, Attachment 1, Page: 4 Date lssUlld: December 6, 2016 CIT Y OF TEMPLE CITY, CALIFORN IA BIDDIN G AN D CONTRACT DOCUME NTS , PLANS AND SPE CIFICATION S 5800 TEMPLE CIT Y BLVD PAR KIN G LO T IMPROVEMENTS, P17-05 Document Control P e 16 of 125 .. BIDDER SHALL COMPLETE AND SUBMIT ALL DOCUMENTS AND PAGES IN SECTION "C. BIDDER'S PROPOSAL" DESIGNATION OF SUBCONTRACTORS BIDDER proposes to subcontract certain portions of the work which are i n excess of one-half of one percent of the bid and to procure materials and equipment from suppliers and ve ndors as follows: Name, address, and phone number pf Wo r k to be Performed Contractor's DIR# Dollar Amount subcontractors, License# suppliers, and vendors SkwtWI-f1t.dvl"u de c,t-y-, 'ccc( Yo&otl& ~11.100 Or~~~ 1 ooooao?/1 •1 s <{O 000 -P-WVI";) cw 11<;"7() 1 $ $ $ $ $ $ $ $ Total Subcontract Amount (shall not exceed 49% $ of Total Bid Amount) Page: C.6 Date Issue d: Dece mber 6, 2016 CITY OF TEMPLE CITY, CALIF ORNIA BIDD ING AND CONTRACT DOCUMENTS, PLANS AND SP EC IFICATIONS 5800 TEMPL E CITY BLVD PARKING LOT IMPR OVEMENTS, P17-05 D IC troiP e 17of1 25 .. BIDDER SHALL COMPLETE AND SUBMIT ALL DOCUMENTS AND PAGES IN SECTION "C. BIDDER'S PROPOSAL" REFERENCES The Ci t y of Temple City is interested in obtain ing bids f rom the most qualified and capable contractors with a proven track record able to perform work desired by the Public Works Department. Any and all references required to be provided by the bid specifications must be for projects constructed by the bidding company; references for other projects performed by principals or other individuals of the bidding company may not be i nc luded . The fo ll owing are the names, addresses, and telephone numbers for three public agencies for w hich BIDDER has performed similar work within the past three years. Reference Contact Informat ion Reference Project Contract Date Name Value ComQieted Agency Name: (}'~ o0 fUJ~~ ~¥tJ(JC.V10 Pav't.-Jarv . C~1ntact Name and l'ltle: ~ ( my1Ytrwnttd'S s t,130/JO:J-'P()t1 AftAt( f.?Ljt\fr"'o .6 €V\~1Yiet>v ':-1 v Contact Tel No :(JU -5& q _ ,1.(5! Agency Name : 6'cft 0 f.-P1 {./) Rt · ~~ ~rt /UtJ-U ocf-· Contact Name and t{tle: ~ 6t~Mnl5 $ /1 171{, $II I -Jo~ UJf'JfiJ._., cfl.chn eev ' -;)..() ( ~ v ContactTel No: 5lt).-got .... 435o Agency Name : 6~ of 1tJ1lf}ft:.U~ lflj,.u/~ n' 5 c~ntact Name and Tit le: ?;. ve c.J-gy df-H~'Yia.l $ {~1 ,50() /Xc-~11t..{ 0uVVUU7\?\5 ~s i the,. -?() { ~ v . v Conta ct Tel No:(;').{;-}<(,<;"-:?-I '1 f BO NDS The following are the na m es, addresse s, and telephone numbers for all brokers and sureties from whom Bidder intends to procu re insurance bonds: SITE I NSPE CTION The Bidde r declares that he/she has carefully read and examined t h e plans, specifications, bid doc uments, and he/she has made a personal exa mination of the site (i ndi ca te name of the perso n, representin g the bidder, who inspected the site and date belo w ) and that he /s he understands the exact scope of t he Project W IT HOUT QUEST ION. Name of Person who i nspected the site: Date of Inspection : tlfl vf5 h)t" pwT11tviJ 1f 5 /t 1 Page : C.7 Date Issued : December 6, 20 18 CITY OF TEMP LE CITY, CA LIF ORNIA BIDDING AND CONTRACT DOCUM ENTS, PLANS AND SPECIFIC ATIONS 58 00 TEMPLE CITY BLVD PARKING LOT IMPROVEMENTS, P17-0S D t C trIP e18of125 . BIDDER SHALL COMPLETE AND SUBMIT All DOCUMENTS AND PAGES IN SECTION "C. BIDDER'S PROPOSAL" ADDENDA ACKNOWLEDGMENT The Bidder acknowledges receip t of the following Addenda and has incl uded their p rovi sions in t his Proposal : Addendum No. Dated J-5 -1 1 Ad dendum No. J.. • Dated /-!O-J] Addendum No. 3 Dated j -/3 --/7 Addendum No. Da ted EQUAL EMPLOYMENT OPPORTUNITY COMPLIANCE BIDDER certifies that all previo u s con tracts o r su bco ntracts, all reports which may have been due under the re quirements of any Agency, Site, o r Fede ral equal employment opportunity orders have been sa ti sfactoril y f iled, and t ha t no such re ports are currently outstanding. AFFIRMATIVE ACTION CERTIF ICATION BIDDER certifies th at affirmat ive action ha s been taken to seek out and consider mino r ity busi ne ss enter prise s for those portions of w ork t o be sub cont rac t ed, and that suc h affir mative act ions hav e been fully documented, that said documentation is open to in spectio n, and that sa i d affi rmati ve action will rema i n in effect for the life of any contract awarded hereunde r. Furt hermore, BID DER certifies tha t affi rm ative action will be taken to meet all equal emp loyment opportunity requirements of the contr act documents. NONCOLLUSION AFFIDAVIT BIDDER d ecla res that th e only persons o r parties i nterested in this proposa l as pri ncipals are those named herein : that no officer, age nt, or employee of the City of Te mp le City is pe rso na lly inter es t ed, directly or in di r ec t ly, in t hi s proposa l; that th is proposa l is made witho ut connect io n to any other individua l, fi rm, or corporatio n making a bid for t he same work and that this proposal is in all r espects fa ir and wi thout collu sio n or frau d. Pa ge: C.S Date Issued: December 6, 2016 CITY OF TEMPLE CITY, CALIFORNIA BIDDING AND CONTRAC T DOCUME NTS, PLANS AN D SPECIF ICATIONS 5800 TEMPLE CITY BLVD PARKI NG LO T IMPROVEMENTS , P17-05 D I C troiP e 19of 125 .. BIDDER SHAll COMPLETE AND SUBMIT All DOCUMENTS AND PAGES IN SECTION "C. BIDDER'S PROPOSAL" BIDDER INFORMATION Bidder's Na me : Gre en Giant Landscape, Inc. Add ress: tflf/-j} !YIA0f Sf Ltt +fa h YZ{, CA-qo&3/ Fo rm of Le ga l Entity (i.e., i ndividual, partnership, corporat ion , etc.) ~vptJVCuhm If a Corporation, State of In corporation (i.e ., Ca lif.) (}a/tff)Yfi-IA- State Contractor's Lic e nse No. and Class /;70tf7g A C-1J7 State DIR No Jo ooo/42..3~ Contact Person Information : Name Title E-mail Tel Dmi! ld 1-Jt rrJ tv' X/)? PVtJ5t .dl /'l. f-t:tree11 Pit 4K-tCJP-ft .~@. :5 f.R'J-~tpq 0 ~ IP ;JO ~ v v t:M (.Cvn-t. The following are the names , t itles , addresses , and phone numbers o f all i ndividua ls , firm mem bers, partners, joint venturers, and/or co rporate officers having a principal interest in t hi s p roposa l : l>vv\t{_ loL L , f#nd.l v'StJYI -PVflSf dtt~V+ tft) I-f4 f}1a1f I g /frr!#~ C/fX;3 ( Th e date(s) of any voluntary or involuntary ban kruptcy judge men ts agai ns t any pri nci pal having an in t erest in this proposal are as follows: • r· All current and prior DBA'S, alia s, and/or fictitious business names for any pr incipal havi ng an i nt erest i n th is proposal are as fol lows: tJ / ff j Pr evious contract performance history: Was any cont ract terminated previou sly: U 0 If the answer to the above is "yes ", provide the following information : Contract/project name and numbe r: ________ .-________ _ Date of termination : __________ -1-J}-+--+-f -11-,4-=T------------ Rea son for termination: ________ ___,~.~-=-.....:..../_(\ _________ _ Owner's name : ----------------------------- Owner contact person an d tel. no.:------------------------------ IN WITNESS WHEREOF, BIDDER executes and submits th is proposal w ith the names, t itles, hands, and seals of all aforem entioned principals this _iL day of J et Yl IU.t.V'~ , 201 1. Page : C.9 Date Issued : December 6, 2016 CITY OF TEMPLE CITY, CALIFORNIA BIDDING AND CONTRACT DOCUMENTS, PLANS AND SPECIFICATIONS 5800 TEMPLE CITY BLVD PARKING LOT IMPROVEMENTS , P17-0 5 D t C trol P e 20 of 125 .. BIDDER SHALL COMPLETE AND SUBMIT All DOCUMENTS AND PAGES IN SECTION "C. BIDDER'S PROPOSAL" BIDDER _____ G_re_e_n_G_i_a_nt_L_a_n_d_s_ca_p_e_, I_n_c_. ____ _ Subscribed and sw orn to this Page: C.lO ~ \ J .( -····4 ... · ~~·,, >·:-~lJ r: ::.·;:·.'· '.\ .. , ·, ·:: ...... _ ·---: ......... ....___ .[ .. \,· ·-c,'•.J\,.• ........ .... .. t .1 . ' ~.~~:-.. ; ···r. DaiB•I ssued : December 6, 2016 V11 I \,It' U .. lf1r t..a.. V I I 1 1 Vl"''4oft V'I\.I'U,.., BIDDING AND CONTRACT DOCUMENTS, PLANS AND SPECIFICATIONS 5800 TEMPLE CITY BLVD PARKING LOT IMPROVEMENTS, P17~5 Document eon trot Pp• 21 ot 12s ;)j,],]j;Jji¢1!ii(el$14!!f@I•J11J :]bJiV!ialei31J{,Ijii{j·UI •I 4·lijfjl~lii,f[e]:ii:J !ai•lJ;JiQ;{•lije}j·!1 l PROPOSAL GUARANTEE/BID BONO 5800 TEMPLE CITY BLVD. PARKING LOT IMPROVEMENTS CITY PROJECT ID: P17-05 City ofTemple City KNOW All MEN BY THESE PRESEN TS that Green Giant Landscape , Inc . as BIDD ER, and Ph il adelp hia Indemn ity Insurance Co mpany as SURETY ta~fvft @Aiv.s, ~~ ,...·,u. cJ-~!> bound unto the City ofTemple City, in the penal sum of ~ol ti-f1.1&uS4•10 f1'V"UI~ffa rs . -Cl "l ), which Is 10 percent of the total amount bid by BIDDER to the City of Templ e City for the above stated project, for the payment of which sum, BIDDER and SURETY agree to be bound, jointly and severally, firm by these p rese nts. THE COND ITIONS OF THIS OBLIGATION ARE SUCH that , whereas BIDDER is about t o submit a bid t o the City of Temple City for the above stated project, if said bid is rejected, or if said bid is accepted and a contract Is awarded and entered in t o by BIDDER in the manner and time specified, then this obligation shall be null and void, otherwise it shall remain in full force and effect in f avo r of the City ofTemple City. IN WITNESS WHEREOF the parti es hereto have set their names, titles, hands, and seals this ~ day of January 201Z, BID ~an t landscapei 1-A Macy St., La Habra, CA 90631 -(562)690-6208 ~d~~~ Philadelphia Indemnity Insuran ce Company· 251 S. Lake Avenue, Suile 360, Pasad ena, CA 91101 • (626)639-1325 •Provide BIDDER/SURETY name, address and t elephone number and the name, title, address and telephone numbe r for authorized re pre sentative. Subscribed and sworn to this __ day of -------' 201_. .~ NOTARY PUBLIC: ____________________ _ Page : C.11 -· ___ ... -·-. .-~ .. ''·.. ; ,_ ........ ~ .. " --~-..:..-··· \ CALIFORNIA ALL-PURPOSE ACKNOWLEDGME NT CIVIL CODE§ 1189 A notary publ ic or other officer comp leting th is certificate verifies on ly the iden ti ty of the individual who signed the document to which th is certificate is attached, and not the truthfu lness, accu racy, or valid ity of that docume nt. State of California County of Orange On JAN 0 9 2011 before me, ___ S_u_m_m_e_r_L_. R_e..:.y_es...:.,_N_o_ta..:.ry_P_u_b_lic _________ _ Date Here Insert Name and Title of the Officer personall y appeared _____ M_a_tt_h_ew_J._C_o_a_ts ___________________ _ Name(s) of Signer(s) who proved to me on the basi s of sa tisfactory evidence to be the person(s) whose name(s) is/are subscribed to the wi th in instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their s ignatu re(s) on the in strument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of th e State of Ca lifornia that t he foregoing paragraph is true and correct. WIT NESS my hand and officia l seal. Signature ___ [_,.,/ _ __:__ ~..L..:::::...._--;;~p.A./.::._.ll_ {) _____ _ /--:;-1')._~ .I /"\/"' Signature f Notary Public Place Notary Seal Above ---------------OPTIONAL-------------- Though this section is optional, completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Docum ent T it le or T ype of Document: Document Date: -------- Number of Pages: S igner(s) Ot h er Than Named Above: ------------- Capacity(ies) Cl aimed by Signe r(s) Signer's Name: ------------- 0 Corporat e Officer -Title(s): ______ _ 0 Partner -0 Limited 0 General 0 Individual 0 Att orney in Fact 0 Trustee 0 Guardian or Conservator 0 Other:-------------- S igner Is Representi ng : ---------- Signer's Name:------------- 0 Corporate Officer -Title(s): ______ _ 0 Partner -0 Limited 0 General 0 Individual 0 Attorney in Fact 0 Trustee 0 Guardian or Conservator 0 Other: -------------- Signer Is Representing: ---------- ©2014 National Notary Associat ion· www.Nationa iNo tary.org • 1-800-US NOTARY (1-800 -876 -68 27) Item #5907 '',' ~· JA ._i·~ .. "-. ~\ ["l ; r l 'i fi:J t\J 7J !_I j ..; .\ ~· . PHI LA DELI'IIIA I DEMN IT Y INSU RA NCE COMPANY 23 I St. Asaph 's Rd .. Suite I 00 BaJa Cynwy d, PA I 9004 -0950 Power of Attorney 374 2 KNOW ALL PERSO NS BY THESE PR ESEN TS: That PHILA DE LPHIA I DEMN IT Y I 'SU RA NCE C O ~II'ANY (the Company), a corporat ion organ ized and ex ist ing unde r the Jaws of th e Commonwealth of Pen nsy lvani a, does hereby const itu te and appoint Linda D. Coats a nd Matth ew J. Coats of Coa ts S urety In surance Se r vices, In c., its tru e and law ful Att orn ey -in-fact with full a uthori ty to execute on its behalf bonds , unde rt akings , recog nizances and oth er con trac ts of in de mni ty and writ ings obli gatory in th e na ture th ereof. iss ued in th e co urse of its bu sin ess an d to bi nd the Co mpany thereby, in an amo un t not to exceed 525 .000.000 .00 . Thi s Power of Att orney is gran ted and is signed and scaled by facsim il e under and by the authority of the follow in g Re so lut ion adopted by the Board of Direc tors of PH ILADELPH IA INDEM NIT Y INSURA NCE COMPANY at a meet ing dul y ca ll ed the I" day of Jul y. 201 1. RESO LVE D: FU RTH ER RES OLVE D: That th e Board of Di rec tors he reby autho ri zes th e President or an y Vice Pre s ident of the Company to: (I) Appoin t Attorney(s) in Fact and a uthorize the Anorney(s) in Fac t to execute on bchal f of th e Co mpany bo nds and un dertaki ngs. co nt racts of indem nity and other wr itin gs obli gatory in the natu re th ereof and to attach the seal of the Co mpany thereto: and (2) to remove, at any tim e, any s uc h Atto rn ey -in-Fact and revoke th e a uthori ty give n. And. be it That the s ignatures of such officers and the sea l of the Co mp:my may be affixed to any s uch Powe r of Atto rn ey or ce rti fi cate relatin g th ereto by fac s imi le. an d any s uch Powe r of Attorney so exec uted and cert ified by fac sim il e s ignatu res and fac sim il e seal s hall be valid and bin din g upon th e Co mpany in the fu ture with the res pec t to any bon d or un de rt ak in g to wh ic h it is att ac hed. IN TEST IMONY WHE REOF. PHILADELPHIA INDEMNITY INSU RANCE COM PANY HAS CAUSED THIS INS TR UMEN T TO BE S IGNED AND ITS CORPORATE SEAL TO BE AFF IXED BY ITS AUT HORIZED OFF ICE THIS I om DAY OF JUNE 2013 . (Seal ) Robe rt D. O 'Leary Jr.. Pres iden t & CEO Philadelp hia Inde mni ty Insura nce Comp any On thi s JO'h da y of Jun e 20 13, before me came the individua l wh o executed the preced in g instnnn cn t, to me pe rsona ll y known, and be in g by me d uly s worn said th at he is th e there in descr ibed and auth orized officer of the PHILADE LPHI A INDEMN ITY INSU RA NCE COMPANY : th at th e seal affi xed to sa id in stru ment is the Co rporate sea l of sa id Company; that th e sai d Co rporate Seal and his s ignatu re we re dul y affixed. Notary Pub lic: res idin g at: BaJa Cvnwyd. PA (No tary Seal) My com mi ss ion expires: Decem ber 18 2016 I, Edward Sayago, Corporate Secretary of PHI LADEL PHI A INDEMN ITY INSURANCE CO MPANY , do herb y ce rt ify that th e forego ing resoluti on of the Boa rd of Directors and this Powe r of Attorney iss ued purs uant the reto on thi s I OTH day of Ju ne 2013 tme and correct and are st ill in fu ll force and effect. I do fu rthe r ce rti fy th at Robert D. o·Leary Jr., who exec uted the Powe r of Attorn ey as President, was on the date of exec uti on of th e attached Powe r of Atto mey th e duly e lec ted President of PHI LADEL PHIA INDEMN ITY INSURANCE COMPANY, c;.;t - In Tes ti mony Whereof I hav e subscr ibed my name and affi xed th e fac sim il e sea l of eac h Com pany thi s --t~ ___ day of j(AvtV&Jt '20 I r Edward Sayago. Corp orate Secretary PI-IILAD E LPHI A INDEM NITY INSU RA NCE COMPAN Y .·-.~··· ~ ' .. ... .:... .. .. CALIFORNIA ALL-PURPOSE CERTIFICATE OF ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California } County of _O_rt_a_n..n-~-=& ___ _ } on Jan . ( ~~ :J-011 I before me, 1<o9e To It'd o H-end evsoYl (Here lnsen name arid titl e of ihe olliC8r) personally appeared ___ 1)ryi __ Ct_(d _ __,~~· __,_l-\e...;.;....:..Yl_;:;d--'-· C"'-· ~_,30Yl:;.....;..._ ____ _ who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed t o the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature{s) on the instrument the person{s), or the entity upon behalf of which the person{s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing pa ragraph is true and correct. (Notary Public Seal) INSTRUCTIONS FOR COMPLETING TillS FORM ADDITIONAL OPTIONAL INFORMATION rhisfomz complies with current california sta1u1es regarding notary wording and. DESCRIPTION OF THE A TI ACHED DOCU MENT if needed, shou ld be completed and attached to the docwnent. Acknowledgments fi-om other states may be completed for documents being sen/to thai slate so long as the wording does not require the California notary to violate California notary law. (Trtl e Of desaiption of attaclled document) (Title Of desaiption of attaclled document cootinued) Number of Pages __ Document Date'----- CAPACITY CLAIMED BY THE SIGNER 0 Individual (s) 0 Corporate Officer (T itle) 0 Partner(s) 0 Attorney-in -Fact o Trustee(s) 0 Other _________ _ 2015 Version www.NotaryCiasses.com 800-873-9865 • State and County informati on must be the State and County where the document signer(s) personally appeared before the notary public for acknowledgment. • Date of notarization must be the date that the signer(s) personally appeared which must also be the same date the acknowledgment is com pleted. • The notary public must print hi s or her name as it appears within hi s or her comm ission followed by a comma and then your title (notary publi c). • Pri nt the name(s) of document signer(s) who persona lly appear at the time of notarization. • Indicate the correct singular or plural forms by crossing off incorrect forms (i.e. Relsheltfley, is /are ) or c ircl ing the correct forms. Failure to correctly ind icate this information may lead to rejection of document recording. • Th e notary seal impression must be clear and photographically reproducible. Impression must not cover text or lines. If seal impression smudges, re-seal if a sufficient area permi ts, otherwise complete a different acknowledgmen t fo rm . • Signature of the notary public must match the signature on fil e with the office of the county cleric . -t• Add iti onal information is not required but could help to ensure this acknowledgment is not mi sused or attached to a different document. •:• Indicate title or type of attached document, number of pages and date. -t• Indicate the capacity claimed by the signer. If th e claimed capacity is a corporate officer, indicate th e titl e (i .e. CEO, CFO, Secretary). • Securely attac h th is docum ent to the signed document with a staple. Date lss t!ad : December 6, 201 6 CITY OF TEMPLE CITY , CALIFORN IA BIDDING AN D CONTRA CT DOCUMENTS , PLANS AN D SPEC IFICATIO NS 5800 TE MPLE CITY BLVD PARKING LOT IMPROVEMENTS, P17-05 D t C tr I P e 11 of 125 . BIDDER SHALL COMPLETE AND SUBMIT ALL DOCUMENTS AND PAGES IN SECTION "C. BIDDER 'S PROPOSAL" Bidder's Name: C. BIDDER'S PROPOSAL 5800 TEMPLE CITY BLVD. PARKING LOT IMPROVEMENTS CITY PROJECT ID : P17-0S City of Temple City Gr een Giant Landscape, Inc. In accordance with t he City of Temple City's Notice In viting Sealed Bids , the undersigned BIDDER, he r eby proposes to furnish all materials, equipment, tools, labor, and incidentals required for the above state d project as set forth in t he Plans, Specifications, and contract documen ts th erefore, and to perform a ll wo rk in the manner and time prescribed therein. BIDDER declares that this proposal is based upon careful examination of the wor k site, Plans , Specificatio ns, Instructions to Bidders, and all other contract documents . If t h is proposal is accepted for award, BIDDER understands that failure to enter into a contract in t he manner and time prescribed w i ll result in forfeiture to the City of Temple City of the guarantee accompanying this proposal. BIDDER understands that a bid is r equired f or the entire work. The contract will be awarded on the p rices shown on the bid sc hedule. It is agreed that the unit and/or lu mp sum prices bid i nclude all appurtenant expenses, taxes, royalties and fees. In the case of discrepancies in the amounts of bid , unit prices shall govern ove r extended amount, and words shall govern over figures . If awa rded the Contract, th e undersigned further agrees that in the event of t he BID DER 'S default i n executing t he required contract and filing the necessary bonds and insurance certi fi cates within ten working days after the dat e of the City of Te mple City's notice of award of contr act to the BID DER, the proceeds of the security accompany ing this bid sha l l become the prope rty of the City of Temple City and this bid and the acceptance hereof may, at the City of Temple City 's option, be cons i dered nu ll and vo id. BID SCHEDULE To the Temple City's City Council, herein called the "Cou ncil". Pursuant to and in comp li ance with your Notice Inviting Bids and the other documents re lating thereto, the undersigned bidder, having fam ili arized himse lf with t he work as pe r the pa r agraph, Discrep anc ies and Misunderstandings, contained in the I NSTRUCTIONS TO BIDDERS sect ion, and w ith the t erms of the contract , the local conditions affecting the performance of the contract, and the cost of the w ork at the place where the work is done, and with the drawings and specifications and other contrac t documents, hereby proposes and agrees to perform, with in the time stipulated, the contract, includ i ng all of its component part s, and everything requ ired to be performed, and to prov ide and fu rni sh any and al l of the labor, materials, tools, expendable equipment, and all applicab le taxes, utility and transportat ion serv ice s necessary to perform the contract and complete in a workmanlike ma nner, all in stric t conformity wit h the Contract Docu ments on file at the office of the City Clerk of said City, per the following bid schedule: (Bidde r sha ll provide a bid amount for each bid item listed be low. Fa il ure to pr ovide a bid f or eac h b id item shall render the bid non-responsive) Page: C.l ADDENDUM 3, BIDDING AND CONTRACT DOCUMENTS, PLANS AND SPEC IFICATIONS 580 0 TEM PLE CITY BVLD . PARKING LOT IMPROVEMENTS (CITY PROJECT ID: P17-Q5) Docu ment Control Pag e 7 of 25 BIDDER SHALL COMPLETE AND SUBMIT ALL DOCUMENTS AND PAGES IN SECTION "C. BIDDER'S PROPOSAL" FROM THE BID PACKAGE AND "REVISED BID SCHEDULE PER ADDENDUM 3 " REVISED BID SCHEDULE PER ADDENDUM 3 5800 TEMPLE CITY BLVD. PARKING LOT IMPROVEMENTS CITY PROJECT ID: P17-05 City of Temple City Item Description Quantity Unit Unit Bid Total Bid Amount Amount ;q:;-/' s l~,43cr"' 1--- 1 Remove existing block wall including footing 96 L.F. $ 2 Remove existing AC pavement section (4" AC 7,602 S.F. $ 3.:JO $ J'i 3d-&, It ~ on 6" Underlying Base Material) Remove existing PCC Driveway including PCC tJ. .1/0 $ ¢411'1 -3 Apron, Curb & Gutter bounded by limit lines 385 S.F . $ excluding 1' wide slot cut of AC Pavement Remove existing ramp including PCC Walk, 5 ./tf s I tf35, 3~ 4 Retaining Curb, Curb & Gutter bounded by limit 378 S.F. $ lines excluding 1' wide slot cut of AC Pavement Slot Cut 1' wide strip x 8" deep of existing AC f 'J -~0 $ J.5fl0-5 pavement section and to be filled back with full 200 L.F. $ depth AC Pavement Remove portion of Alley Intersec tion bounded i J.. 8CJ s 73 '13 ./J (D 6 by limit lines excluding 1' wide slot cut of AC 187 S.F. $ Pavement 7 Construct Type B-PG 64-10 AC pavement 220 TON $ qtp $ al,lW 8 Con struct Crushed Aggregate Base 333 TON $ 5)· ;;o $ 111JL(tj-{; ~ 9 Construct PCC Walk 1,555 S.F. $ u -'IO $ C/4 5()- 10 Construct A2 -(8) Curb & Gutter, 2' gutter so L.F. $ :;;;;--$ lu.eo- 11 Construct 6" PCC Curb, A1-(6) 508 L.F . $ ;J ~-~0 $ l'-1 /; :;o. 4 ~ 12 Con struct 4 " x 8" PCC header 126 L.F. $ Lq-Jo $ i lJ11. X) 13 Construct Curb Ramp Per SPPWC Std . Plan 111-1 EA $ L1Jo-$ [tl?l) -t- 5, Type 4, Case A Reconstruct the removed portion of Alley '517JO -:51 'X)-14 Intersection as shown on the plan including 1 EA $ $ 1- ramp Addendum 3, Attachment 1, Page: 1 ADDENDUM 3, BIDDING AND CONTRACT DOCUMENTS, PLANS AND SPECIFICATIONS 5800 TEMP LE CITY BVLD. PARKING LOT IMPROVEMENTS (CITY PROJECT ID: P17..()5 ) Documen t Control Page 8 of 25 BIDDER SHALL COMPLETE AND SUBMIT All DOCUMENTS AND PAGES IN SECTION "C. BIDDER'S PROPOSAL " FROM THE BID PACKAGE AND "REVISED BID SCHEDULE PER ADDENDUM 3" Item 15 16 18 19 20 21 22 23 24 25 26 27 28 REVISED BID SCHEDULE PER ADDENDUM 3 5800 TEMPLE CITY BlVD. PARKING lOT IMPROVEMENTS CITY PROJECT ID: P17-0S City of Temple City Description Construct low Impact Development Vegetated Swale including geotextile fabric Con struct low Impact Development Gravel Bottomless Trench including geotextile fabric per detail Install Pacific Utility Product Metered Pedestal, Type 111-AF Service Equipment Enclosu re Insta ll 1 1/2" PVC Conduit Schedule 80 with 3/8" nylon pull rope (Provision for future EV Charge Station) In stall "SUB#CS -0034-16 Element-Series" parking lot li ght sta ndard including foundation & fully operational Install "SUB#CS-0020 -12 ELE-Bollard Lighting per detail and fully operational Install " Model 1057-GG -WF-30-C-M V-ND -HS (Standard)" inground Accent Floodlight complete with JB-300 Junction Bo x and fully operational Unclassified Excavation (Export Excess Material) Unclassified Fill Irrigation -Controllers (1) -Hunter (pdstl mnt, ext with end) Irrigation -RP Backflow w ith Enclo sure Irrigation -Valve Box Assemblies and Quick Couplers Irrigation -Drip and Bubbler Irrigation System Quantity 47 70 1 62 5 2 1 400 130 1 1 1 1 Addendum 3, Attachment 1, Page: 2 Unit C.Y. C.Y . Unit Bid Amount $ /Jg-- $ ljL(. ~0 Total Bid Amount s tRO/tt $ ?J/1& -- ) i ! I~ t' I 1 l i r ~ 11 (' ' ' ~~ ~ ,. ~ i _j L' ~~ .l 1 J m :; EA. $ q, flO() -$ q, /;1)1) L.F . $ /).. 5. {J 0 $ {5 31, EA $ U L1 00 ,. $ OdfXJO EA $ 4/IJO-$ ~?JdtJ .-- EA s 1fJOO -s ?JJ-0 0 - c.v . s t;L/-s J5uoo C.Y . $ (;,l/Q EA s 35 JO -s 3 5 70 - EA $ 13-00 .-$ ?;}{)0 - LS s Ill 000-s I (p OOu LS s J 5utJO s ,}J&OO I J ADD ENDUM 3, BIDD ING AND CONTRACT DOC UMENTS, PLANS AND SPECIA CATIO NS 5800 TEMPLE CITY BVLD. PARKING LOT IMPROV EMENTS (CITY PR OJECT ID: P17-05) Docu ment Control Page 9 of 25 BIDDER SHALL COMPLETE AND SUBMIT ALL DOCUMENTS AND PAGES IN SECTION "C. BIDDER 'S PROPOSA L" FROM THE BID PACI<AGE AND "REVISED BID SCHEDULE PER ADDENDUM 3" REVISED BID SCHEDULE PER ADDENDUM 3 5800 TEMPLE CITY BLVD. PARKING LOT IMPROVEMENTS CITY PROJECT ID: P17-0S City of Temple City Item Descr iption Quantity Unit Unit Bid Total Bid Amount Amount 29 Planting-36" Bo x Trees 9 EA $ fJLfD $ 5'1 {pQ - 30 Planting -24" Bo x Trees 5 EA $ ()9;; $ lJ ~0- 31 Planting-15 Gallon Shrub s 6 EA $ l ;} ~ $ i/(;~ / 32 Planting -5 Ga llon Shrubs 370 EA $ ltf -dO $ 'II OL{ -- 33 Planting-1 Gall o n Sh r ubs 1,036 EA $ q .[IQ s 0CJI15. {o l 34 Pl ant in g -Groundcove r Fla ts 30 EA $ 6/. ()0 $ t53to- 35 Pl anting -Soi l Pr e paration 7,500 S.F. $ • wL/ G , $ Lt ~00- 36 Pl anti ng -3" Depth W o od Mulch 7,500 S.F. $ Q u Lf{ $ I{ ~tJL)- 37 Plan t ing -6" Depth Riv er Ro ck Mulch 550 S.F . s L?-~(J $ 10L/O - 38 Pl anting-Boulde r s 10 TON $ q~·-$ q&o ~ 39 Planting -90 Da y M aintenance 3 M ont $ (Jtj-$ (tf;)--- hly 40 Striping and Marking including concret e wheel 1 LS s Lt LfOQ -s ~Ltao- stops, and accessibi li ty pole signage pe r Plan 41 Tr ellis -Steel 1 EA $ ?;-;}()() -$ 'j;?{) (} - 42 Trellis -Di r ecto ry Sign 1 EA $ L/1/J(J-$ '1~00- 43 Furniture-Furnish and Install Benche s 2 EA $ /0~~-$ a-11& - 4 4 W all s-Structur al CM U 74 0 S.F. $ S /. "JO $ 3~~~~ -f- 45 Walls-CM U Scored 580 S.F. $ 5i .oo $ (}Pf ,l.tfi& 1- Addendum 3, Attachment 1, Page: 3 ADDENDUM 3, BIDDING AND CONTRACT DOCUMENTS, PIJ\NS AND SPECIFI CATIONS 5800 TEMPLE CITY BVLD. PARKING LOT IMPROVEMENTS (C ITY PROJECT ID: P17-05) Document Control Page 10 of 25 BIDDER SHALL COMPLETE AND SUBMIT ALL DOCUMENTS AND PAGES IN SECTION "C. BIDDER'S PROPOSAL" FROM THE BID PACKAGE AND "REVISED BID SCHEDULE PER ADDENDUM 3 " REVISED BID SCHEDULE PER ADDENDUM 3 5800 TEMPLE CITY BlVD. PARKING lOT IMPROVEMENTS CITY PROJECT ID: P17-05 City of Temple City Item Description Quantity Unit Unit Bid Amount 46 Walls -Brick Veneer 1,080 S.F. $ {L{.Ttr $ 47 Wall s -Signage-'Downtown' 1 EA $ 5 100 /" I $ Total Bid Amount IS~tiJ j .&C 51 d{)-- TOTAL BID AMOUNT $111 ?> '6tfLJ/~ The award of Contract shall be based on the TOTAL BID AMOUNT. In the case of discrepancies, total bid will be based on calculated amounts based on quantities and Unit Bid Amounts. A. Mobilization I Demobilization B. Traffic Control Full compensat ion for the items listed to the right as C. NPDES, WWECP, and Best Management Practices Items A, B, C, D, E and F are considered as inclu sive (BMPs), Public Convenience and Safety in eac h Bid Item listed above in the Revis e d Bid D. Construction Staking by Land Surveyor Schedule Per Addendum 3 as app lic able, and no E. Clearing and Grubbing additional and/or separate compensation will be F. Contractor is responsible to provide temporary allowed. construction fencing during con struction . City will remove existing fence around the property before the start of the constru ction. The bid prices shall include any and all co sts, includi ng labor, materials, appurtenant expenses, ta xes, royalties and any and all other incidental cost s to complete the project, in compliance with the Bid and Contract Documents and all applicable codes and sta ndards. All other work items not specifically listed in the bid sched ul e, but neces sary to complete the work per bid and contract documents and all applicable codes and standards are assumed to be included in the bid prices. The City reserves the right to add, delete, increase or decrease the amount of any quantity shown and to delete any item from the contract and pay the contractor at the bid unit prices so long as the total amount of change does not exceed 25 % (plus or minus) of the total bid amount for the entire project. If the change exceeds 25%, a change order may be negotiated to adjust unit bid prices. A bid is required for the entire work, that the quantities set forth in the Bid Schedule are to calculate total bid amount, and that final compen sa tion under the contract will be ba se d upon the actual quantities of work satisfactorily completed. Addendum 3, Attachment 1, Page: 4 Date lssUlld: December 6, 2016 CIT Y OF TEMPLE CITY, CALIFORN IA BIDDIN G AN D CONTRACT DOCUME NTS , PLANS AND SPE CIFICATION S 5800 TEMPLE CIT Y BLVD PAR KIN G LO T IMPROVEMENTS, P17-05 Document Control P e 16 of 125 .. BIDDER SHALL COMPLETE AND SUBMIT ALL DOCUMENTS AND PAGES IN SECTION "C. BIDDER'S PROPOSAL" DESIGNATION OF SUBCONTRACTORS BIDDER proposes to subcontract certain portions of the work which are i n excess of one-half of one percent of the bid and to procure materials and equipment from suppliers and ve ndors as follows: Name, address, and phone number pf Wo r k to be Performed Contractor's DIR# Dollar Amount subcontractors, License# suppliers, and vendors SkwtWI-f1t.dvl"u de c,t-y-, 'ccc( Yo&otl& ~11.100 Or~~~ 1 ooooao?/1 •1 s <{O 000 -P-WVI";) cw 11<;"7() 1 $ $ $ $ $ $ $ $ Total Subcontract Amount (shall not exceed 49% $ of Total Bid Amount) Page: C.6 Date Issue d: Dece mber 6, 2016 CITY OF TEMPLE CITY, CALIF ORNIA BIDD ING AND CONTRACT DOCUMENTS, PLANS AND SP EC IFICATIONS 5800 TEMPL E CITY BLVD PARKING LOT IMPR OVEMENTS, P17-05 D IC troiP e 17of1 25 .. BIDDER SHALL COMPLETE AND SUBMIT ALL DOCUMENTS AND PAGES IN SECTION "C. BIDDER'S PROPOSAL" REFERENCES The Ci t y of Temple City is interested in obtain ing bids f rom the most qualified and capable contractors with a proven track record able to perform work desired by the Public Works Department. Any and all references required to be provided by the bid specifications must be for projects constructed by the bidding company; references for other projects performed by principals or other individuals of the bidding company may not be i nc luded . The fo ll owing are the names, addresses, and telephone numbers for three public agencies for w hich BIDDER has performed similar work within the past three years. Reference Contact Informat ion Reference Project Contract Date Name Value ComQieted Agency Name: (}'~ o0 fUJ~~ ~¥tJ(JC.V10 Pav't.-Jarv . C~1ntact Name and l'ltle: ~ ( my1Ytrwnttd'S s t,130/JO:J-'P()t1 AftAt( f.?Ljt\fr"'o .6 €V\~1Yiet>v ':-1 v Contact Tel No :(JU -5& q _ ,1.(5! Agency Name : 6'cft 0 f.-P1 {./) Rt · ~~ ~rt /UtJ-U ocf-· Contact Name and t{tle: ~ 6t~Mnl5 $ /1 171{, $II I -Jo~ UJf'JfiJ._., cfl.chn eev ' -;)..() ( ~ v ContactTel No: 5lt).-got .... 435o Agency Name : 6~ of 1tJ1lf}ft:.U~ lflj,.u/~ n' 5 c~ntact Name and Tit le: ?;. ve c.J-gy df-H~'Yia.l $ {~1 ,50() /Xc-~11t..{ 0uVVUU7\?\5 ~s i the,. -?() { ~ v . v Conta ct Tel No:(;').{;-}<(,<;"-:?-I '1 f BO NDS The following are the na m es, addresse s, and telephone numbers for all brokers and sureties from whom Bidder intends to procu re insurance bonds: SITE I NSPE CTION The Bidde r declares that he/she has carefully read and examined t h e plans, specifications, bid doc uments, and he/she has made a personal exa mination of the site (i ndi ca te name of the perso n, representin g the bidder, who inspected the site and date belo w ) and that he /s he understands the exact scope of t he Project W IT HOUT QUEST ION. Name of Person who i nspected the site: Date of Inspection : tlfl vf5 h)t" pwT11tviJ 1f 5 /t 1 Page : C.7 Date Issued : December 6, 20 18 CITY OF TEMP LE CITY, CA LIF ORNIA BIDDING AND CONTRACT DOCUM ENTS, PLANS AND SPECIFIC ATIONS 58 00 TEMPLE CITY BLVD PARKING LOT IMPROVEMENTS, P17-0S D t C trIP e18of125 . BIDDER SHALL COMPLETE AND SUBMIT All DOCUMENTS AND PAGES IN SECTION "C. BIDDER'S PROPOSAL" ADDENDA ACKNOWLEDGMENT The Bidder acknowledges receip t of the following Addenda and has incl uded their p rovi sions in t his Proposal : Addendum No. Dated J-5 -1 1 Ad dendum No. J.. • Dated /-!O-J] Addendum No. 3 Dated j -/3 --/7 Addendum No. Da ted EQUAL EMPLOYMENT OPPORTUNITY COMPLIANCE BIDDER certifies that all previo u s con tracts o r su bco ntracts, all reports which may have been due under the re quirements of any Agency, Site, o r Fede ral equal employment opportunity orders have been sa ti sfactoril y f iled, and t ha t no such re ports are currently outstanding. AFFIRMATIVE ACTION CERTIF ICATION BIDDER certifies th at affirmat ive action ha s been taken to seek out and consider mino r ity busi ne ss enter prise s for those portions of w ork t o be sub cont rac t ed, and that suc h affir mative act ions hav e been fully documented, that said documentation is open to in spectio n, and that sa i d affi rmati ve action will rema i n in effect for the life of any contract awarded hereunde r. Furt hermore, BID DER certifies tha t affi rm ative action will be taken to meet all equal emp loyment opportunity requirements of the contr act documents. NONCOLLUSION AFFIDAVIT BIDDER d ecla res that th e only persons o r parties i nterested in this proposa l as pri ncipals are those named herein : that no officer, age nt, or employee of the City of Te mp le City is pe rso na lly inter es t ed, directly or in di r ec t ly, in t hi s proposa l; that th is proposa l is made witho ut connect io n to any other individua l, fi rm, or corporatio n making a bid for t he same work and that this proposal is in all r espects fa ir and wi thout collu sio n or frau d. Pa ge: C.S Date Issued: December 6, 2016 CITY OF TEMPLE CITY, CALIFORNIA BIDDING AND CONTRAC T DOCUME NTS, PLANS AN D SPECIF ICATIONS 5800 TEMPLE CITY BLVD PARKI NG LO T IMPROVEMENTS , P17-05 D I C troiP e 19of 125 .. BIDDER SHAll COMPLETE AND SUBMIT All DOCUMENTS AND PAGES IN SECTION "C. BIDDER'S PROPOSAL" BIDDER INFORMATION Bidder's Na me : Gre en Giant Landscape, Inc. Add ress: tflf/-j} !YIA0f Sf Ltt +fa h YZ{, CA-qo&3/ Fo rm of Le ga l Entity (i.e., i ndividual, partnership, corporat ion , etc.) ~vptJVCuhm If a Corporation, State of In corporation (i.e ., Ca lif.) (}a/tff)Yfi-IA- State Contractor's Lic e nse No. and Class /;70tf7g A C-1J7 State DIR No Jo ooo/42..3~ Contact Person Information : Name Title E-mail Tel Dmi! ld 1-Jt rrJ tv' X/)? PVtJ5t .dl /'l. f-t:tree11 Pit 4K-tCJP-ft .~@. :5 f.R'J-~tpq 0 ~ IP ;JO ~ v v t:M (.Cvn-t. The following are the names , t itles , addresses , and phone numbers o f all i ndividua ls , firm mem bers, partners, joint venturers, and/or co rporate officers having a principal interest in t hi s p roposa l : l>vv\t{_ loL L , f#nd.l v'StJYI -PVflSf dtt~V+ tft) I-f4 f}1a1f I g /frr!#~ C/fX;3 ( Th e date(s) of any voluntary or involuntary ban kruptcy judge men ts agai ns t any pri nci pal having an in t erest in this proposal are as follows: • r· All current and prior DBA'S, alia s, and/or fictitious business names for any pr incipal havi ng an i nt erest i n th is proposal are as fol lows: tJ / ff j Pr evious contract performance history: Was any cont ract terminated previou sly: U 0 If the answer to the above is "yes ", provide the following information : Contract/project name and numbe r: ________ .-________ _ Date of termination : __________ -1-J}-+--+-f -11-,4-=T------------ Rea son for termination: ________ ___,~.~-=-.....:..../_(\ _________ _ Owner's name : ----------------------------- Owner contact person an d tel. no.:------------------------------ IN WITNESS WHEREOF, BIDDER executes and submits th is proposal w ith the names, t itles, hands, and seals of all aforem entioned principals this _iL day of J et Yl IU.t.V'~ , 201 1. Page : C.9 Date Issued : December 6, 2016 CITY OF TEMPLE CITY, CALIFORNIA BIDDING AND CONTRACT DOCUMENTS, PLANS AND SPECIFICATIONS 5800 TEMPLE CITY BLVD PARKING LOT IMPROVEMENTS , P17-0 5 D t C trol P e 20 of 125 .. BIDDER SHALL COMPLETE AND SUBMIT All DOCUMENTS AND PAGES IN SECTION "C. BIDDER'S PROPOSAL" BIDDER _____ G_re_e_n_G_i_a_nt_L_a_n_d_s_ca_p_e_, I_n_c_. ____ _ Subscribed and sw orn to this Page: C.lO ~ \ J .( -····4 ... · ~~·,, >·:-~lJ r: ::.·;:·.'· '.\ .. , ·, ·:: ...... _ ·---: ......... ....___ .[ .. \,· ·-c,'•.J\,.• ........ .... .. t .1 . ' ~.~~:-.. ; ···r. DaiB•I ssued : December 6, 2016 V11 I \,It' U .. lf1r t..a.. V I I 1 1 Vl"''4oft V'I\.I'U,.., BIDDING AND CONTRACT DOCUMENTS, PLANS AND SPECIFICATIONS 5800 TEMPLE CITY BLVD PARKING LOT IMPROVEMENTS, P17~5 Document eon trot Pp• 21 ot 12s ;)j,],]j;Jji¢1!ii(el$14!!f@I•J11J :]bJiV!ialei31J{,Ijii{j·UI •I 4·lijfjl~lii,f[e]:ii:J !ai•lJ;JiQ;{•lije}j·!1 l PROPOSAL GUARANTEE/BID BONO 5800 TEMPLE CITY BLVD. PARKING LOT IMPROVEMENTS CITY PROJECT ID: P17-05 City ofTemple City KNOW All MEN BY THESE PRESEN TS that Green Giant Landscape , Inc . as BIDD ER, and Ph il adelp hia Indemn ity Insurance Co mpany as SURETY ta~fvft @Aiv.s, ~~ ,...·,u. cJ-~!> bound unto the City ofTemple City, in the penal sum of ~ol ti-f1.1&uS4•10 f1'V"UI~ffa rs . -Cl "l ), which Is 10 percent of the total amount bid by BIDDER to the City of Templ e City for the above stated project, for the payment of which sum, BIDDER and SURETY agree to be bound, jointly and severally, firm by these p rese nts. THE COND ITIONS OF THIS OBLIGATION ARE SUCH that , whereas BIDDER is about t o submit a bid t o the City of Temple City for the above stated project, if said bid is rejected, or if said bid is accepted and a contract Is awarded and entered in t o by BIDDER in the manner and time specified, then this obligation shall be null and void, otherwise it shall remain in full force and effect in f avo r of the City ofTemple City. IN WITNESS WHEREOF the parti es hereto have set their names, titles, hands, and seals this ~ day of January 201Z, BID ~an t landscapei 1-A Macy St., La Habra, CA 90631 -(562)690-6208 ~d~~~ Philadelphia Indemnity Insuran ce Company· 251 S. Lake Avenue, Suile 360, Pasad ena, CA 91101 • (626)639-1325 •Provide BIDDER/SURETY name, address and t elephone number and the name, title, address and telephone numbe r for authorized re pre sentative. Subscribed and sworn to this __ day of -------' 201_. .~ NOTARY PUBLIC: ____________________ _ Page : C.11 -· ___ ... -·-. .-~ .. ''·.. ; ,_ ........ ~ .. " --~-..:..-··· \ CALIFORNIA ALL-PURPOSE ACKNOWLEDGME NT CIVIL CODE§ 1189 A notary publ ic or other officer comp leting th is certificate verifies on ly the iden ti ty of the individual who signed the document to which th is certificate is attached, and not the truthfu lness, accu racy, or valid ity of that docume nt. State of California County of Orange On JAN 0 9 2011 before me, ___ S_u_m_m_e_r_L_. R_e..:.y_es...:.,_N_o_ta..:.ry_P_u_b_lic _________ _ Date Here Insert Name and Title of the Officer personall y appeared _____ M_a_tt_h_ew_J._C_o_a_ts ___________________ _ Name(s) of Signer(s) who proved to me on the basi s of sa tisfactory evidence to be the person(s) whose name(s) is/are subscribed to the wi th in instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their s ignatu re(s) on the in strument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of th e State of Ca lifornia that t he foregoing paragraph is true and correct. WIT NESS my hand and officia l seal. Signature ___ [_,.,/ _ __:__ ~..L..:::::...._--;;~p.A./.::._.ll_ {) _____ _ /--:;-1')._~ .I /"\/"' Signature f Notary Public Place Notary Seal Above ---------------OPTIONAL-------------- Though this section is optional, completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Docum ent T it le or T ype of Document: Document Date: -------- Number of Pages: S igner(s) Ot h er Than Named Above: ------------- Capacity(ies) Cl aimed by Signe r(s) Signer's Name: ------------- 0 Corporat e Officer -Title(s): ______ _ 0 Partner -0 Limited 0 General 0 Individual 0 Att orney in Fact 0 Trustee 0 Guardian or Conservator 0 Other:-------------- S igner Is Representi ng : ---------- Signer's Name:------------- 0 Corporate Officer -Title(s): ______ _ 0 Partner -0 Limited 0 General 0 Individual 0 Attorney in Fact 0 Trustee 0 Guardian or Conservator 0 Other: -------------- Signer Is Representing: ---------- ©2014 National Notary Associat ion· www.Nationa iNo tary.org • 1-800-US NOTARY (1-800 -876 -68 27) Item #5907 '',' ~· JA ._i·~ .. "-. ~\ ["l ; r l 'i fi:J t\J 7J !_I j ..; .\ ~· . PHI LA DELI'IIIA I DEMN IT Y INSU RA NCE COMPANY 23 I St. Asaph 's Rd .. Suite I 00 BaJa Cynwy d, PA I 9004 -0950 Power of Attorney 374 2 KNOW ALL PERSO NS BY THESE PR ESEN TS: That PHILA DE LPHIA I DEMN IT Y I 'SU RA NCE C O ~II'ANY (the Company), a corporat ion organ ized and ex ist ing unde r the Jaws of th e Commonwealth of Pen nsy lvani a, does hereby const itu te and appoint Linda D. Coats a nd Matth ew J. Coats of Coa ts S urety In surance Se r vices, In c., its tru e and law ful Att orn ey -in-fact with full a uthori ty to execute on its behalf bonds , unde rt akings , recog nizances and oth er con trac ts of in de mni ty and writ ings obli gatory in th e na ture th ereof. iss ued in th e co urse of its bu sin ess an d to bi nd the Co mpany thereby, in an amo un t not to exceed 525 .000.000 .00 . Thi s Power of Att orney is gran ted and is signed and scaled by facsim il e under and by the authority of the follow in g Re so lut ion adopted by the Board of Direc tors of PH ILADELPH IA INDEM NIT Y INSURA NCE COMPANY at a meet ing dul y ca ll ed the I" day of Jul y. 201 1. RESO LVE D: FU RTH ER RES OLVE D: That th e Board of Di rec tors he reby autho ri zes th e President or an y Vice Pre s ident of the Company to: (I) Appoin t Attorney(s) in Fact and a uthorize the Anorney(s) in Fac t to execute on bchal f of th e Co mpany bo nds and un dertaki ngs. co nt racts of indem nity and other wr itin gs obli gatory in the natu re th ereof and to attach the seal of the Co mpany thereto: and (2) to remove, at any tim e, any s uc h Atto rn ey -in-Fact and revoke th e a uthori ty give n. And. be it That the s ignatures of such officers and the sea l of the Co mp:my may be affixed to any s uch Powe r of Atto rn ey or ce rti fi cate relatin g th ereto by fac s imi le. an d any s uch Powe r of Attorney so exec uted and cert ified by fac sim il e s ignatu res and fac sim il e seal s hall be valid and bin din g upon th e Co mpany in the fu ture with the res pec t to any bon d or un de rt ak in g to wh ic h it is att ac hed. IN TEST IMONY WHE REOF. PHILADELPHIA INDEMNITY INSU RANCE COM PANY HAS CAUSED THIS INS TR UMEN T TO BE S IGNED AND ITS CORPORATE SEAL TO BE AFF IXED BY ITS AUT HORIZED OFF ICE THIS I om DAY OF JUNE 2013 . (Seal ) Robe rt D. O 'Leary Jr.. Pres iden t & CEO Philadelp hia Inde mni ty Insura nce Comp any On thi s JO'h da y of Jun e 20 13, before me came the individua l wh o executed the preced in g instnnn cn t, to me pe rsona ll y known, and be in g by me d uly s worn said th at he is th e there in descr ibed and auth orized officer of the PHILADE LPHI A INDEMN ITY INSU RA NCE COMPANY : th at th e seal affi xed to sa id in stru ment is the Co rporate sea l of sa id Company; that th e sai d Co rporate Seal and his s ignatu re we re dul y affixed. Notary Pub lic: res idin g at: BaJa Cvnwyd. PA (No tary Seal) My com mi ss ion expires: Decem ber 18 2016 I, Edward Sayago, Corporate Secretary of PHI LADEL PHI A INDEMN ITY INSURANCE CO MPANY , do herb y ce rt ify that th e forego ing resoluti on of the Boa rd of Directors and this Powe r of Attorney iss ued purs uant the reto on thi s I OTH day of Ju ne 2013 tme and correct and are st ill in fu ll force and effect. I do fu rthe r ce rti fy th at Robert D. o·Leary Jr., who exec uted the Powe r of Attorn ey as President, was on the date of exec uti on of th e attached Powe r of Atto mey th e duly e lec ted President of PHI LADEL PHIA INDEMN ITY INSURANCE COMPANY, c;.;t - In Tes ti mony Whereof I hav e subscr ibed my name and affi xed th e fac sim il e sea l of eac h Com pany thi s --t~ ___ day of j(AvtV&Jt '20 I r Edward Sayago. Corp orate Secretary PI-IILAD E LPHI A INDEM NITY INSU RA NCE COMPAN Y .·-.~··· ~ ' .. ... .:... .. .. CALIFORNIA ALL-PURPOSE CERTIFICATE OF ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California } County of _O_rt_a_n..n-~-=& ___ _ } on Jan . ( ~~ :J-011 I before me, 1<o9e To It'd o H-end evsoYl (Here lnsen name arid titl e of ihe olliC8r) personally appeared ___ 1)ryi __ Ct_(d _ __,~~· __,_l-\e...;.;....:..Yl_;:;d--'-· C"'-· ~_,30Yl:;.....;..._ ____ _ who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed t o the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature{s) on the instrument the person{s), or the entity upon behalf of which the person{s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing pa ragraph is true and correct. (Notary Public Seal) INSTRUCTIONS FOR COMPLETING TillS FORM ADDITIONAL OPTIONAL INFORMATION rhisfomz complies with current california sta1u1es regarding notary wording and. DESCRIPTION OF THE A TI ACHED DOCU MENT if needed, shou ld be completed and attached to the docwnent. Acknowledgments fi-om other states may be completed for documents being sen/to thai slate so long as the wording does not require the California notary to violate California notary law. (Trtl e Of desaiption of attaclled document) (Title Of desaiption of attaclled document cootinued) Number of Pages __ Document Date'----- CAPACITY CLAIMED BY THE SIGNER 0 Individual (s) 0 Corporate Officer (T itle) 0 Partner(s) 0 Attorney-in -Fact o Trustee(s) 0 Other _________ _ 2015 Version www.NotaryCiasses.com 800-873-9865 • State and County informati on must be the State and County where the document signer(s) personally appeared before the notary public for acknowledgment. • Date of notarization must be the date that the signer(s) personally appeared which must also be the same date the acknowledgment is com pleted. • The notary public must print hi s or her name as it appears within hi s or her comm ission followed by a comma and then your title (notary publi c). • Pri nt the name(s) of document signer(s) who persona lly appear at the time of notarization. • Indicate the correct singular or plural forms by crossing off incorrect forms (i.e. Relsheltfley, is /are ) or c ircl ing the correct forms. Failure to correctly ind icate this information may lead to rejection of document recording. • Th e notary seal impression must be clear and photographically reproducible. Impression must not cover text or lines. If seal impression smudges, re-seal if a sufficient area permi ts, otherwise complete a different acknowledgmen t fo rm . • Signature of the notary public must match the signature on fil e with the office of the county cleric . -t• Add iti onal information is not required but could help to ensure this acknowledgment is not mi sused or attached to a different document. •:• Indicate title or type of attached document, number of pages and date. -t• Indicate the capacity claimed by the signer. If th e claimed capacity is a corporate officer, indicate th e titl e (i .e. CEO, CFO, Secretary). • Securely attac h th is docum ent to the signed document with a staple. ATTACHMENT H Construction Contract Note: Due to its voluminous nature, the bid package has been excluded from this report. That document, approved by Council on Dec. 6, 2016, can be viewed or obtained in the City Clerk’s office. LA #4814-2634-9072 v3 REVISED 7/29/16 1 CITY OF TEMPLE CITY PUBLIC WORKS CONTRACT 5800 TEMPLE CITY BLVD. PARKING LOT IMPROVEMENTS CITY PROJECT ID: P17-05 THIS AGREEMENT (“Agreement”) is made and entered into this ____ day of _________________________, by and between the CITY OF TEMPLE CITY, a Municipal Corporation located in the County of Los Angeles, State of California (“CITY”), and Green Giant Landscape, Inc., [a California corporation], located at 941-A Macy St. La Habra, CA 90631 (“CONTRACTOR”), collectively referred to as the Parties. RECITALS A. CITY, by its Notice Inviting Bids, duly advertised for written bids to be submitted on or before January 18, 2017, for the following: 5800 TEMPLE CITY BLVD. PARKING LOT IMPROVEMENTS CITY PROJECT ID: P17-05 in the City of Temple City, California (“Project”). B. At 2 PM on said date, in the Temple City Council Chambers, the bids submitted for the Project were opened. C. At its regular meeting held on ________________________, the City Council of CITY accepted the bid of CONTRACTOR for the Project as being the lowest responsive bid received and directed that a written contract be entered into with CONTRACTOR. OPERATIVE PROVISIONS NOW, THEREFORE, in consideration of the promises and of the mutual covenants and agreements herein contained, the parties do hereby agree as follows: 1. CONTRACT DOCUMENTS. This Agreement consists of the following documents (“Contract Documents”), all of which are made a part of this Agreement: (a) Notice Inviting Bids (b) Instructions to Bidders (c) Bid Form (d) Bid Proposal and/or Contract Proposal, as accepted, including the Certificate of Bidders’ Experience and Qualifications and the List of Subcontractors LA #4814-2634-9072 v3 REVISED 7/29/16 LA #4814-2634-9072 v3 REVISED 7/29/16 2 (e) Information Required by Bidder (f) Notice of Award (g) Notice to Proceed (h) This Agreement (i) Verification of California Contractor’s License (j) Contractor’s Certificate Regarding Workers’ Compensation (k) Security for payment (labor and materials) (l) Security for performance (m) Certificate(s) of Insurance (n) General Conditions/Specifications (o) Special Provisions (p) Plans and Standard Drawings (q) Prevailing Wage Scales (r) Standard Specifications for Public Works Construction, including subsequent addenda and supplements (s) Change orders issued by the City and signed by the Contractor pertaining to the Contract after the Contract is awarded to Contractor (t) All addenda issued by the City with respect to the foregoing prior to the opening of bids, including, Addenda Nos. 1, 2 and 3. (u) Other documents (list here) ________________________________________ ________________________________________ ________________________________________ In the event there is a conflict between the terms of the Contract Documents, the more specific or stringent provision shall govern. LA #4814-2634-9072 v3 REVISED 7/29/16 3 2. SCOPE OF WORK. CONTRACTOR agrees to perform all work required for the Project and to fulfill all other obligations as set forth in the Contract Documents (“Work”). Except as specifically provided in the Contract Documents, CONTRACTOR must furnish all of the labor, materials, tools, equipment, services and transportation necessary to perform all of the Work. CONTRACTOR must perform all of the Work in strict accordance with the Contract Documents. 3. COMPENSATION & PAYMENT. CONTRACTOR hereby agrees to receive and accept the total amount of FOUR HUNDRED THIRTEEN THOUSAND EIGHT HUNDRED NINETY SIX DOLLARS AND NINETY SIX CENTS ($413,896.96), based upon those certain unit prices set forth in CONTRACTOR’s Bid Schedule, a copy of which is attached hereto as Exhibit “A” and incorporated herein by this reference, as full compensation for the Work. Said compensation shall cover all expenses, losses, damages, and consequences arising out of the nature of the Work during its progress or prior to its acceptance, including those for well and faithfully completing the Work in the manner and time specified in the Contract Documents, and also including those arising form actions of the elements, unforeseen difficulties or obstructions encountered in the prosecution of the Work, suspension or discontinuance of the Work, and all other unknowns or risks of any description connected with the Work. CITY shall retain five percent (5%) of the compensation until the provisions of Section 14 herein have been met. CITY hereby agrees to pay CONTRACTOR at the time, in the manner, and upon the conditions set forth in the CONTRACT DOCUMENTS. 4. UNAUTHORIZED ALIENS. CONTRACTOR promises and agrees to comply with all of the provisions of State and Federal law with respect to the employment of unauthorized aliens, including without limitation the Federal Immigration and Nationality Act (8 USCA 1101, et seq.), as amended. Should CONTRACTOR employ one or more unauthorized aliens for the performance of the Work, and should the Federal Government impose sanctions against the CITY for such use of unauthorized aliens, CONTRACTOR hereby agrees to, and shall, reimburse CITY for the cost of all sanctions imposed, together with any and all costs, including attorney’s fees, incurred by the CITY in connection therewith. 5. REPRESENTATIONS AND WARRANTIES. CONTRACTOR hereby represents and warrants that: (a) It is not currently, and has not at any time within the past five (5) calendar years been, suspended, debarred, or excluded from participating in, bidding on, contracting for, or completing any project funded in whole or in part by program, grant or loan funded by the federal government or the State of California; and (b) CONTRACTOR currently has, and for the past five (5) calendar years has maintained in good standing, a valid California contractor’s license; and LA #4814-2634-9072 v3 REVISED 7/29/16 4 (c) CONTRACTOR is registered with the Department of Industrial Relations to perform services on public works projects as required by Labor Code section 1725.5. CONTRACTOR agrees to complete and execute any statement or certificate to this effect as may be required by the City or by any federal or State of California program, loan or grant utilized on this Project. 6. TIME TO PERFORM THE WORK. CONTRACTOR shall commence the Work on the date specified in the Notice to Proceed to be issued to CONTRACTOR by the Director of Public Works of CITY, and shall complete work on the Project within FIFTY FIVE (55) working days after commencement. 7. NONDISCRIMINATION. CONTRACTOR shall not discriminate in its recruiting, hiring, promotion, demotion or termination practices on the basis of race, religious creed, color, national origin, ancestry, physical disability, mental disability, medical condition, martial status, sex, age, or sexual orientation in the performance of this Agreement, and shall comply with the provisions of the California Fair Employment and Housing Act as set forth in Part 2.8 of Division 3, Title 2 of the California Government Code; the Federal Civil Rights Act of 1964, as set forth in Public Law 88-352, and all amendments thereto; Executive Order 11246; and all administrative rules and regulations issued pursuant to such acts and order. 8. LABOR CODE REQUIREMENTS. (a) CONTRACTOR is aware of and agrees to abide by the provisions of California Labor Code Sections 1720, et seq., as well as Sections 1771, 1773, 1773.1, 1773.6, 1773.7, 1774, 1775, 1776 and 1777, pertaining to the obligation to pay prevailing wages with respect to the performance of work (“Prevailing Wage Laws”). Copies of the prevailing rate of per diem wages and the general prevailing rate for holiday and overtime work for each craft are available upon request from the City. A copy of the prevailing rate of per diem wages shall be posted at the job site. If such posting is not possible, a copy shall be posted at the business of the CONTRACTOR. (b) CONTRACTOR acknowledges that under California Labor Code sections 1810 and following, eight hours of labor constitutes a legal day’s work. CONTRACTOR will forfeit as a penalty to City the sum of $25.00 for each worker employed in the execution of this Agreement by CONTRACTOR or any subcontractor for each calendar day during which such worker is required or permitted to work more than 8 hours in any one calendar day and 40 hours in any one calendar week in violation of the provisions of Labor Code section 1810. (Labor Code § 1813.) (c) CONTRACTOR must comply with Labor Code section 1771.1(a), which provides that CONTRACTOR is only eligible to perform the Work if CONTRACTOR is registered with the Department of Industrial Relations as required by Labor Code Section 1725.5, and that CONTRACTOR may award subcontracts for work that LA #4814-2634-9072 v3 REVISED 7/29/16 5 qualifies as a “public work” only to subcontractors which are at the time of award registered and qualified to perform public work pursuant to Labor Code Section 1725.5. CONTRACTOR must obtain proof of such registration from all such subcontractors. (d) CONTRACTOR, and any subcontractor engaged by CONTRACTOR, must pay not less than the specified prevailing rate of per diem wages to all workers employed in the execution of this Agreement. (Labor Code § 1774.) CONTRACTOR is responsible for compliance with Labor Code section 1776 relative to the retention and inspection of payroll records. (e) CONTRACTOR must comply with all provisions of Labor Code section 1775. Under Section 1775, Contractor may forfeit as a penalty to City up to $50.00 for each worker employed in the execution of the Agreement by CONTRACTOR or any subcontractor for each calendar day, or portion thereof, in which the worker is paid less than the prevailing rates. Contractor may also be liable to pay 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. (f) Nothing in this Agreement prevents CONTRACTOR or any subcontractor from employing properly registered apprentices in the execution of the Agreement. CONTRACTOR is responsible for compliance with Labor Code section 1777.5 for all apprenticeable occupations. This statute requires that contractors and subcontractors must submit contract award information to the applicable joint apprenticeship committee, must employ apprentices in apprenticeable occupations in a ratio of not less than one hour of apprentice’s work for every five hours of labor performed by a journeyman (unless an exception is granted under §1777.5), must contribute to the fund or funds in each craft or trade or a like amount to the California Apprenticeship Council, and that contractors and subcontractors must not discriminate among otherwise qualified employees as apprentices solely on the ground of sex, race, religion, creed, national origin, ancestry or color. Only apprentices defined in Labor Code section 3077, who are in training under apprenticeship standards and who have written apprentice contracts, may be employed on public works in apprenticeable occupations. (g) CONTRACTOR shall defend, indemnify and hold the CITY, its elected officials, officers, employees and agents free and harmless from any claim or liability arising out of any failure or alleged failure to comply with the Prevailing Wage Laws. 9. PROJECT SITE CONDITIONS. (a) CONTRACTOR shall, without disturbing the condition, notify CITY in writing as soon as CONTRACTOR, or any of CONTRACTOR’s subcontractors, agents or employees have knowledge and reporting is possible, of the discovery of any of the following conditions: (i) The presence of any material that the CONTRACTOR believes is hazardous waste, as defined in Section 25117 of the Health and Safety Code; LA #4814-2634-9072 v3 REVISED 7/29/16 6 (ii) Subsurface or latent physical conditions at the site differing from those indicated in the specifications; or, (iii) Unknown physical conditions at the site of any unusual nature, different materially from those ordinarily encountered and generally recognized as inherent in work of this character provided for in this Agreement. (b) Pending a determination by CITY of appropriate action to be taken, CONTRACTOR shall provide security measures (e.g., fences) adequate to prevent the hazardous waste or physical conditions from causing bodily injury to any person. (c) CITY shall promptly investigate the reported conditions. If CITY, through its Director of Public Works, or his or her designee, and in the exercise of its sole discretion, determines that the conditions do materially differ, or do involve hazardous waste, and will cause a decrease or increase in the CONTRACTOR’s cost of, or time required for, performance of any part of the Work, then CITY shall issue a change order. (d) In the event of a dispute between CITY and CONTRACTOR as to 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, CONTRACTOR shall not be excused from any scheduled completion date, and shall proceed with all work to be performed under the Agreement. CONTRACTOR shall retain any and all rights which pertain to the resolution of disputes and protests between the parties. 10. INDEMNITY. CONTRACTOR shall assume the defense of and indemnify and hold harmless the CITY, its elective and appointive boards, officers, agents and employees, from all claims, loss, damage, injury and liability of every kind, nature and description, directly or indirectly arising form the performance of the Work, regardless of responsibility of negligence; and from any and all claims, loss, damage, injury and liability, resulting directly or indirectly from the nature of the Work covered by this Agreement, regardless of responsibility of negligence. (a) CITY does not, and shall not, waive any rights against CONTRACTOR which it may have because of the acceptance by CITY or the deposit with CITY by CONTRACTOR, of any of the insurance policies hereinafter described in this Agreement. (b) The indemnity provided by CONTRACTOR shall apply to all damages and claims for damages of every kind suffered, or alleged to have been suffered, by reason of any of the Work by CONTRACTOR, or any subcontractor, regardless of whether insurance policies are applicable to any of the damages or claims for damages. (c) The provisions of this section do not apply to claims occurring as a result of the City’s sole negligence or willful acts or omissions. LA #4814-2634-9072 v3 REVISED 7/29/16 7 (d) The provisions of this section will survive the expiration or earlier termination of this Agreement. 11. BONDS. CONTRACTOR, before commencing the Work, shall furnish and file with CITY a bond, or bonds, in a form satisfactory to the CITY, in the sum of one hundred percent (100%) of the compensation amount stated in Section 3 of this Agreement conditioned upon the faithful performance of this Agreement and a bond, or bonds, in a form satisfactory to the CITY, in the sum of one hundred percent (100%) of the compensation amount stated in Section 3 of this Agreement conditioned upon the payment of all labor and materials furnished in connection with this Agreement. 12. INSURANCE. CONTRACTOR shall not commence the Work until CONTRACTOR has obtained all insurance required by the Contract Documents and such insurance has been approved by CITY as to form, amount and carrier. CONTRACTOR shall not allow any subcontractor to commence work on any subcontract until all similar insurance required of the subcontractor have been obtained and approved. (a) Workers’ Compensation. CONTRACTOR shall take out and maintain, during the life of this Agreement, Worker’s Compensation Insurance for all of CONTRACTOR’s employees employed at the Project site; and, if any work is sublet, CONTRACTOR shall require the subcontractor similarly to provide Worker’s Compensation Insurance for all of the latter’s employees, unless such employees are covered by the protection afforded by CONTRACTOR. If any class of employees engaged in Work under this Agreement at the Project site is not protected under any Workers’ Compensation law, CONTRACTOR shall provide and shall cause each subcontractor to provide adequate insurance for the protection of employees not otherwise protected. CONTRACTOR shall indemnify CITY for any damage resulting from failure of either CONTRACTOR or any subcontractor to take out or maintain such insurance. (b) Comprehensive General Liability, Products/Completed Operations Hazard, Comprehensive Automobile Liability and Contractual General Liability Insurance. CONTRACTOR shall take out and maintain during the life of this Agreement such comprehensive general liability, products/completed operations hazard, comprehensive automobile liability and contractual general liability insurance as shall protect CITY, its elective and appointive boards, officers, agents and employees, CONTRACTOR, and any subcontractor performing work covered by this Agreement, from claims for damage for personal injury, including death, as well as from claims for property damage which may arise from CONTRACTOR’s or any subcontractor’s operations under this Agreement, whether such operations be by CONTRACTOR or by any subcontractor, or by anyone directly or indirectly employed by either CONTRACTOR or any subcontractor, and the amounts of such insurance shall be as follows: LA #4814-2634-9072 v3 REVISED 7/29/16 8 (i) Public Liability Insurance in an amount of not less than ONE MILLION DOLLARS ($1,000,000); (ii) Products/Completed Operations Hazard Insurance in an amount of not less than ONE MILLION DOLLARS ($1,000,000); (iii) Comprehensive Automobile Liability Insurance in an amount of not less than ONE MILLION DOLLARS ($1,000,000); (iv) Contractual General Liability Insurance in an amount of not less than ONE MILLION DOLLARS ($1,000,000). A combined single limit policy with aggregate limits in an amount of not less than TWO MILLION DOLLARS ($2,000,000) shall be considered equivalent to the required minimum limits set forth hereinabove. (c) Proof of Insurance. The insurance required by this Agreement shall be with insurers which are Best A rated, and California Admitted or better. CITY shall be named as “additional insured” on all policies required hereunder, and CONTRACTOR shall furnish CITY, concurrently with the execution hereof, with satisfactory proof of carriage of the insurance required, and adequate legal assurance that each carrier will give CITY at least thirty (30) days’ prior notice of the cancellation of any policy during the effective period of this Agreement. (d) Notice to Proceed. The CITY will not issue any notice authorizing CONTRACTOR or any subcontractor to commence the Work under this Agreement until CONTRACTOR has provided to the CITY the proof of insurance as required by this Section 12. 13. LIQUIDATED DAMAGES. The parties agree that it would be impractical and extremely difficult to fix the actual damages to the CITY in the event the Project is not commenced and/or completed on or before the dates specified for commencement and completion of the Project in the Contract Documents. The parties have considered the facts of a breach of this Agreement and have agreed that the liquidated damages sum hereinafter set forth is reasonable as liquidated damages in the event of a breach, and that said sum shall be presumed to be the amount of the damages sustained by the CITY in the event such work is not begun and/or completed and accepted by the times so specified in the Contract Documents. The sum of ONE THOUSAND DOLLARS ($1,000.00) shall be presumed to be the amount of damages suffered by the CITY for each day’s delay in the starting and/or completion and acceptance of the Project after the dates specified in the Contract Documents for the start and/or completion thereof, and CONTRACTOR hereby agrees to pay said sum of ONE THOUSAND DOLLARS ($1,000.00) as liquidated damages for each day of delay in the starting and/or completing and acceptance of said Project beyond the dates specified in the CONTRACT DOCUMENTS. Any and all such liquidated damages assessed shall be LA #4814-2634-9072 v3 REVISED 7/29/16 9 done in accordance with that certain edition of the Standard Specification for Public Works Construction currently in effect on the execution date of this Agreement. CONTRACTOR CITY OF TEMPLE CITY Green Giant Landscape, Inc. By Donald Henderson, President By __________________________ Date: Date: 14. NOTICE OF COMPLETION. Upon completion of PROJECT and acceptance of same by the City Council of the CITY, the City Manager of the CITY shall cause to be recorded a Notice of Completion with the office of the Los Angeles County Recorder; and, after thirty-five (35) days from the date said Notice of Completion is recorded, the Director of Finance of CITY shall release the funds retained pursuant to Section 3 hereof; provided there have been no mechanics’ liens or stop notices filed against the Work which have not been paid, withdrawn or eliminated as liens against said work. 15. COMPLIANCE WITH LAWS. In performing the Work, CONTRACTOR must comply with all applicable statutes, laws and regulations, including, but not limited to, OSHA requirements and the Temple City Municipal Code. Contractor must, at Contractor’s sole expense, obtain all necessary permits and licenses required for the Work, and give all necessary notices and pay all fees and taxes required by law, including, without limitation, any business license tax imposed by City. 16. INDEPENDENT CONTRACTOR. CONTRACTOR is and will at all times remain as to CITY a wholly independent contractor. Neither the CITY nor any of its officers, employees, or agents will have control over the conduct of CONTRACTOR or any of CONTRACTOR’s officers, employees, agents or subcontractors, except as expressly set forth in the Contract Documents. CONTRACTOR may not at any time or in any manner represent that it or any of its officers, employees, agents, or subcontractors are in any manner officers, employees, agents or subcontractors of CITY. 17. GENERAL PROVISIONS. (a) Authority to Execute. Each Party represents and warrants that all necessary action has been taken by such Party to authorize the undersigned to execute this Agreement and to bind it to the performance of its obligations. (b) Assignment. CONTRACTOR may not assign this Agreement without the prior written consent of CITY, which consent may be withheld in the CITY’s sole discretion since the experience and qualifications of CONTRACTOR were material considerations for this Agreement. (c) Binding Effect. This Agreement is binding upon the heirs, executors, administrators, successors and permitted assigns of the Parties. LA #4814-2634-9072 v3 REVISED 7/29/16 10 (d) Integrated Agreement. This Agreement, including the Contract Documents, is the entire, complete, final and exclusive expression of the Parties with respect to the Work to be performed under this Agreement and supersedes all other agreements or understandings, whether oral or written, between CONTRACTOR and CITY prior to the execution of this Agreement. (e) Modification of Agreement. No amendment to or modification of this Agreement will be valid unless made in writing and approved by CONTRACTOR and by the City Council or City Manager of CITY, as applicable. The Parties agree that this requirement for written modifications cannot be waived and that any attempted waiver will be void. (f) Counterparts and Facsimile Signatures. This Agreement may be executed in several counterparts, each of which will be deemed an original, and all of which, when taken together, constitute one and the same instrument. Amendments to this Agreement will be considered executed when the signature of a party is delivered by facsimile transmission. Such facsimile signature will have the same effect as an original signature. (g) Waiver. Waiver by any Party of any term, condition, or covenant of this Agreement will not constitute a waiver of any other term, condition, or covenant. Waiver by any Party of any breach of the provisions of this Agreement will not constitute a waiver of any other provision, or a waiver of any subsequent breach or violation of any provision of this Agreement. Acceptance by City of any Work performed by CONTRACTOR will not constitute a waiver of any of the provisions of this Agreement. (h) Interpretation. This Agreement will be interpreted, construed and governed according to the laws of the State of California. Each party has had the opportunity to review this Agreement with legal counsel. The Agreement will be construed simply, as a whole, and in accordance with its fair meaning. It will not be interpreted strictly for or against either party. (i) Severability. If any term, condition or covenant of this Agreement is declared or determined by any court of competent jurisdiction to be invalid, void or unenforceable, the remaining provisions of this Agreement will not be affected and the Agreement will be read and construed without the invalid, void or unenforceable provision. (j) Attorneys’ Fees. The prevailing party in any action to resolve a dispute concerning this Agreement shall be entitled to have and recover from the losing party the reasonable attorneys’ fees and costs of such action. (k) Venue. In the event of litigation between the parties, venue in state trial courts will be in the County of Los Angeles. In the event of litigation in a U.S. District Court, venue will be in the Central District of California, in Los Angeles. LA #4814-2634-9072 v3 REVISED 7/29/16 11 (l) Notices. All written notices required or permitted to be given under this Agreement will be deemed made when received by the other Party at its respective address as follows: To CITY: City of Temple City 9701 Las Tunas Drive Temple City, California 91780 Attention: ____________ (Tel.) _______________ (Fax) _______________ To Contractor: Green Giant Landscape, Inc. 941-A Macy St. La Habra, California 90631 Attention: Donald Henderson, President (Tel.) 562-690-6208 (Fax) 562-690-5029 Notice will be deemed effective on the date personally delivered or transmitted by facsimile. If the notice is mailed, notice will be deemed given three days after deposit of the same in the custody of the United States Postal Service, postage prepaid, for first class delivery, or upon delivery if using a major courier service with tracking capabilities. Any Party may change its notice information by giving notice to the other Party in compliance with this section. IN WITNESS WHEREOF, the parties hereto have caused this contract to be executed on the _____ day of _____________________, 20__, by their respective officers duly authorized in that behalf. CITY OF TEMPLE CITY, a municipal corporation ATTEST: By______________________________ ___________________, Mayor _______________________________ Peggy Kuo, City Clerk Date: APPROVED AS TO FORM: ___________________________________ LA #4814-2634-9072 v3 REVISED 7/29/16 12 Eric S. Vail, City Attorney _____________________, a [state type of entity] By______________________________ _____________________, ________ By______________________________ _____________________, ________ 13 LA #4814-2634-9072 v3 DRAFT 7/29/16 14 LA #4814-2634-9072 v3 DRAFT 7/29/16