HomeMy WebLinkAboutCIP SI256 - Specifications (FINALv2)1293492.1
DEPARTMENT OF PUBLIC WORKS
CITY OF DIAMOND BAR
CALIFORNIA
CONTRACT DOCUMENTS AND SPECIFICATIONS
FOR
DIAMOND BAR BOULEVARD COMPLETE STREET PROJECT
CITY PROJECT NO. SI256
All Questions Regarding This Project Are to Be Directed To:
Hal Ghafari, P.E.
HGhafari@DiamondBarCA.gov
Chia Yu Teng, Mayor
Steve Tye, Mayor Pro Tem
Andrew Chou, Council Member
Ruth M. Low, Council Member
Stan Liu, Council Member
Daniel Fox, City Manager
September 2025
1293492.1
CITY OF DIAMOND BAR
CONTRACT DOCUMENTS AND SPECIFICATIONS
DIAMOND BAR BOULEVARD COMPLETE STREET PROJECT
CITY PROJECT NO. SI256
By: ____________________________________
Michael Ip, R.C.E. 43671
Date Exp: 3/31/2027
PREPARED BY: MNS Engineers, Inc.
100 E. Thousand Oaks Boulevard, Suite 105
Thousand Oaks, CA 91360
TELEPHONE: (805) 648-4840
Bidders must attend a mandatory pre-bid meeting at 10:00 am on Thursday October 9, 2025. The
meeting will take place at the project site, meeting at Golden Springs Drive and Diamond Bar
Boulevard near the Mobil gas station (350 S Diamond Bar Blvd, Diamond Bar, CA 91765). REGISTERED P R O F ESSIONA
L
E
NGI
NEERS
T
ATE OF CA L IF O RNIAMichael Ip
No.43671
Exp. 3/31/27
CIVIL
1293492.1
TABLE OF CONTENTS
ITEMS PAGES
PART I - BIDDING AND CONTRACTUAL DOCUMENTS
NOTICE INVITING SEALED BIDS 1 - 3
INFORMATION FOR BIDDERS 4 - 11
PROPOSAL FORM 12 - 13
BID SCHEDULE 14 - 19
LIST OF SUBCONTRACTORS 20 – 21
DECLARATION OF ELIGIBILITY TO CONTRACT 22
BIDDER'S VIOLATION OF LAW/SAFETY QUESTIONNAIRE 23
CONTRACTOR INDUSTRIAL SAFETY RECORD 24
AFFIDAVIT FOR CO-PARTNERSHIP FIRM 25
AFFIDAVIT FOR CORPORATION BIDDER 26
AFFIDAVIT FOR INDIVIDUAL BIDDER 27
AFFIDAVIT FOR JOINT VENTURE 28
FAITHFUL PERFORMANCE BOND 29 - 30
LABOR AND MATERIAL BOND 31 - 32
BID BOND 33 - 34
CERTIFICATE OF NON-DISCRIMINATION
AND AFFIRMATIVE ACTION 35
CERTIFICATE WITH REGARD TO THE PERFORMANCE
OF PREVIOUS CONTRACTS AND SUBCONTRACTS 36
NON-COLLUSION AFFIDAVIT 37
CONTRACT AGREEMENT 38 - 44
1293492.1
TABLE OF CONTENTS
(Continued)
PART II - GENERAL PROVISIONS GP-1 – GP-16
PART III- SPECIAL PROVISIONS SP-1 – SP-9
PART IV - TECHNICAL PROVISIONS TP-1 – TP-173
PART V - APPENDICES
CITY OF DIAMOND BAR CONSTRUCTION AND DEMOLITION REQUIREMENTS Appendix A
TEMPORARY CONSTRUCTION EASEMENTS AND PERMITS TO ENTER AND
CONSTRUCT Appendix B
BUS STOP SHELTER PLAN Appendix C
GEOTECHNICAL STUDY Appendix D
SIGNAL POLE, DECORATIVE SIGN POLE, LIGHTING STANDARD DRAWINGS Appendix E
DIAMOND BAR BOULEVARD COMPLETE STREET PROJECT PLANS Appendix F
Mobilization and Demobilization .................................................................................................................... 3
Traffic Control ................................................................................................................................................ 7
Stormwater Pollution Prevention ................................................................................................................. 12
Clearing and Grubbing ................................................................................................................................ 15
Existing Improvements ................................................................................................................................ 17
Earthwork .................................................................................................................................................... 23
Subgrade Preparation and Placement of Base Material ............................................................................. 24
Asphalt Surfacing ........................................................................................................................................ 25
Concrete Surfacing and Flatwork ................................................................................................................ 30
Drainage ...................................................................................................................................................... 43
Traffic Striping and Signage ........................................................................................................................ 51
Traffic Signal ................................................................................................................................................ 55
Site Furnishings ........................................................................................................................................... 72
Landscape Irrigation .................................................................................................................................... 77
Landscape Planting ................................................................................................................................... 101
Landscape Maintenance ........................................................................................................................... 116
General Electrical Requirements............................................................................................................... 122
Low-Voltage Electrical Power Conductors and Cables ............................................................................. 132
Grounding and Bonding for Electrical Systems ......................................................................................... 138
Raceways and Boxes for Electrical Systems ............................................................................................ 142
Identification for Electrical Systems .......................................................................................................... 151
Panelboards .............................................................................................................................................. 156
LED Exterior Lighting ................................................................................................................................ 163
1
PART I
BIDDING AND CONTRACTUAL
DOCUMENTS
CITY OF DIAMOND BAR
NOTICE INVITING SEALED BIDS
FOR DIAMOND BAR BOULEVARD COMPLETE STREET PROJECT
CITY PROJECT NO. SI256
RECEIPT OF PROPOSALS: The City of Diamond Bar (CITY) will receive proposals until 2:00
PM Thursday, October 16, 2025, for the furnishing of all labor and materials and equipment
for the construction of the above project and other incidental and appurtenant work via the
CITY’s PlanetBidsTM vendor portal at vendors.planetbids.com/portal/39500/.
No proposal will be considered from a Contractor who is not licensed as a Class A or C12 -
General Engineering contractor at time of submission and thereafter in accordance with the
provisions of the Contractor’s License Law (California Business and Professions Code, Section
7000 et seq.) and rules and regulations adopted pursuant thereto or to whom a proposal form
has not been issued by the City of Diamond Bar. The CITY reserves the right to award the
contract to the contractor with another license class if the CITY determines that the license class
is proper for the proposed work.
The proposals will be publicly opened and read during an online webinar at 2:00 pm, October
16, 2025. Webinar details will be published on the City’s electronic bid management system
(PlanetBids) at https://www.planetbids.com/portal/portal.cfm?CompanyID=39500.
DESCRIPTION OF WORK: The work to be performed or executed under these plans and
specifications consists of and includes roadway rehabilitation of asphalt pavement;
reconstruction of curb and gutter and sidewalk; concrete bus pad installation, removal and
replacement of catch basins, traffic signal replacement; hardscape, landscape and irrigation and
lighting improvements; and other incidental and appurtenant work necessary for the proper
2
construction of the contemplated improvements, as indicated on the project plans for Diamond
Bar Boulevard Complete Street Project.
CONCURRENT WORK AND COORDINATION REQUIREMENTS: In addition to the work
described above, contractors are advised that the Walnut Valley Water District (WVWD) will be
performing installation and upgrades to their facilities concurrently with this project. The
Contractor shall coordinate directly with th e WVWD contractor and inspector to avoid conflicts
and ensure smooth execution of all overlapping work. Full cooperation is required to maintain
both schedules and access.
Contractors are also notified that the SR-57/SR-60 Interchange Improvement Project is currently
under construction and is anticipated to continue through June 2027. This ongoing project may
include periodic closures of on- and off-ramps, as well as other lane restrictions, which may
impact access and local traffic. The Contractor shall monitor traffic advisories and coordinate
with relevant agencies to plan construction activities accordingly and minimize disruptions.
Certain portions of clearing, grubbing, crosswalk paver installation, and landscaping elements
may be performed by the Local Community Conservation Corps (CCC). Refer to the Special
Provisions, Section – Concurrent Work and Coordination Requirements, for additional
details.
COMPLETION OF WORK: All work shall be completed within two hundred forty (240) working
days including the procurement of the long lead items after the Notice to Proceed is issued
by the City, not including maintenance periods. The Work shall start between 20 and 40 working
days from the issuance of the Notice to Proceed.
ENGINEER'S ESTIMATE: The Diamond Bar Boulevard Complete Street Project is estimated
to cost $7,000,000, all in accordance with the provisions of the Plans, Specifications, Notices
and Instructions to Bidders.
OBTAINING CONTRACT DOCUMENTS: Plans and Specifications and all contract documents
may be obtained at Planet Bids (https://www.diamondbarca.gov/712/RFP-RFQ-BID-
Opportunities).
PROPOSAL GUARANTEE: Each proposal must be accompanied by cash or by a cashier's or
certified check or by a bid bond in the amount of ten percent (10%) of the bid price payable to
the City of Diamond Bar as a guarantee that the bidder, if his proposal is accepted, will promp tly
execute the contract, secure payment of Workmen's Compensation Insurance, furnish a
satisfactory Faithful Performance Bond in the amount of one hundred percent (100%) of the total
bid price, and a Labor and Material Bond in an amount not less than one hundred percent (100%)
of the contract price. Said bonds to be secured from a surety company authorized to do business
in the State of California, and subject to the approval of the City Attorney.
MINIMUM QUALIFICATIONS OF BIDDERS: Prospective bidders should examine the
minimum qualifications found in number 15 of the “Information for Bidders” section, pages 4
through 8. Bidders who do not meet the minimum qualifications should not submit a bid, as the
bids will be considered non-responsive.
PREVAILING WAGE RATE: As required by the California Labor Code, Section 1770 et seq.
the City Council of the City of Diamond Bar incorporates herein by reference the general
3
prevailing rate of per diem wages as determined by the Director of Industrial Relations of the
State of California. Copies of the prevailing rate of per diem wages are on file in the office of the
City Clerk and will be made available to any interested pa rty upon request. In accordance with
the Labor Code, no workman employed upon work under this contract shall be paid less than
the above referenced prevailing wage rate. A copy of said rates shall be posted at each job site
during the course of construction.
CONTRACTOR shall forfeit, as penalty to CITY, not more than two hundred dollars ($200.00)
for each laborer, workman or mechanic employed for each calendar day or portion thereof, if
such laborer, workman or mechanic is paid less than the general prevailing rate of wages
hereinbefore stipulated for any work done under this AGREEMENT, by him or by any
subcontractor under him.
Any classification omitted herein shall be paid not less than the prevailing wage scale as
established for similar work in the particular area, and all overtime shall be paid at the prevailing
rates as established for the particular area. Sunday and holid ay time shall be paid at the wage
rates determined by the Director of Industrial Relations.
CONTRACTOR and any of its subcontractors must be registered with the Department of
Industrial Relations pursuant to Labor Code section 1725.5, which precludes the award of a
contract for a public work on any public works project awarded after April 1, 2015 . This Bid
Agreement is subject to compliance monitoring and enforcement by the Department of Industrial
Relations.
PAYMENT: Payment will be made to the Contractor in accordance with the Specifications.
CITY'S RIGHTS RESERVED: The City of Diamond Bar reserves the right to reject any and all
proposals or bids, should it deem this necessary for the public good, and also the bid of the
bidder who has been delinquent or unfaithful in any former contract with the City of Diamond
Bar. No bidder may withdraw his bid for a period of thirty (30) days after the date of the bid
opening.
PRE-BID MEETING: Bidders will attend a mandatory Pre-Bid Meeting at 10:00 a.m., Thursday,
October 9, 2025 at Golden Springs Drive and Diamond Bar Boulevard near the Mobil gas
station (350 S Diamond Bar Blvd, Diamond Bar, CA 91765). Where the City will discuss the
Bidding Documents, answer questions, accept comments, and conduct a Project site visit. The
City requires all Pre-Bid Conference attendees to arrive for the meeting on time and to sign an
attendance list which is used to determine if Bidders meet this requirement. Any Bidder not
attending the Pre-Bid Conference in its entirety will be deemed to have not complied with the
requirements of the Bidding Documents and its Bid will be rejected.
BID AWARD: Subject to the reservations noted above, the contract will be awarded to the
lowest responsible bidder.
CITY OF DIAMOND BAR, CALIFORNIA
DATE:
By: David G. Liu, Director of Public Works/City Engineer
RMRA Measure M R Local Return Gas Tax
eet Rehab.- Area 1a, 1b, 2 (Design)
n)
ntain Laurel)
anyon to Lemon)
to BCY)
82,779$ 82,779$
om Pathfinder to Mountain Laurel Way) (Const.)1,200,000$ 1,200,000$
eet Rehab - Area 1 (Const.)2,000,000$ 925,000$ 850,000$ 89,0 $
en Springs from Brea Canyon to Lemon Ave.) (Const.)900,000$ 500,000$
mp Project (Const.)177,855$
nt Projects 4,360,634$ 1,700,000$ 1,007,779$ 850,000$ 89,0 $
250-5510-46412)
Project Description Total FY Budget (109) Measure
M
(111)
Gas Tax
(112)
Prop A
(113)
Prop C
Sign and HSL Replacement (Design)50,000$ 50,000$
Sign and HSL Replacement (Construction)350,000$ 350,000$
al 11 Locations (Design and Construction)380,000$ 90,000$ 100,000$ 190,0 $
780,000$ 350,000$ 140,000$ 100,000$ 190,0 $
ments (250-5510-46413)
Project Description Total FY Budget (113)
Prop C
Foothill Transit
Grant
60,000$ 60,000$
SD/Calbourne 40,000$ 40,000$
nfrastructure Improvements 100,000$ 60,000$ 40,000$
0-5510-46420)
Project Description Total FY Budget (107) Measure W (108)RMRA (109) Measure M (113) Prop C
ovements-Phase 3 (Flapjack-Design)65,000$ 65,000$
09/23/2025
4
INFORMATION FOR BIDDERS
PREPARATION OF BID FORM: The City invites bids on the form attached to be submitted at
such time and place as is stated in the Notice Inviting Sealed Bids. All bids should be made in
accordance with the provisions of the Standard Specifications for Public Works Construction,
Latest Edition (with all supplements). All blanks on the bid form must be appropriately filled in.
All bids shall be submitted in sealed envelopes bearing on the outside the name of the bidder,
his address, and the name of the project for which the bid is submitted. It is the sole responsibility
of the bidder to see that the bid is received in the proper time. Any bid received after the
scheduled closing time for receipt of bids will be returned to the bidder unopened.
PROPOSAL GUARANTEE: Each proposal shall be accompanied by cash or by a cashier's or
certified check or by a bid bond in the amount of not less than ten percent (10%) of the amount
named in the proposal. Said check or bond shall be made payable to the City Clerk of the City
of Diamond Bar and shall be given as a guarantee that the bidder, if awarded the work, will enter
into a contract within ten (10) days after written notice of the award and will furnish the necessary
bonds as hereinafter provided. In ca se of refusal or failure to enter said contract, the check or
bond, as the case may be, shall be forfeited to the City. No bidder's bond will be accepted unless
it conforms substantially to the form furnished by the City, which is bound herein, and is properly
filled out and executed.
SIGNATURE: The bid must be signed in the name of the bidder and must bear the signature in
longhand of the person or persons duly authorized to sign the bid on behalf of the bidder.
MODIFICATIONS: Changes in or addition to the bid form, recapitulations of the work bid upon,
alternative proposals or any other modifications of the bid form which is not specifically called
for in the contract documents may result in the Owner's rejection of the bid as not being
responsive to the invitation to bid. No oral or telephonic modification of any bid submitted will
be considered. The bid submitted must not contain any erasures, interlineation, or other
corrections unless each such correction is suitably authenticated by affixing in the margin
immediately opposite the correction the surname or surnames of the person or persons signing
the bid.
DISCREPANCIES IN THE PROPOSALS: In case of discrepancy between words and figures,
the words shall prevail. If the amounts bid on individual items (if called for) do not in fact add to
the total amount shown by the bidder, the correctly added total of the individual items shall prevai l
over the total figure shown. The estimated quantities and amounts are for the purpose of
comparison of bids only. The City Council of the City of Diamond Bar reserves the right to reject
any or all bids and to waive any irregularity or informality in any bid to the extent permitted by
law.
BIDDER'S EXAMINATION OF SITE: Each bidder shall examine carefully the site of the
proposed work and the contract documents therefore. It will be assumed that the bidder has
investigated and is satisfied as to the conditions to be encountered as to the character, quality,
and quantity of materials to be furnished, and as to the requirements of the contract,
specifications and drawings. The name of the individual who examined the site of the work and
the date of such examination shall be stated in the prop osal.
5
By submitting a bid, the bidder will be held to have personally examined the site and the
drawings, to have carefully read the specifications, and to have satisfied himself as to his ability
to meet all the difficulties attending the execution of the proposed contract before the delivery of
his proposal, and agrees that if he is awarded the contract, he will make no claim against the
City of Diamond Bar based on ignorance or misunderstanding of the contract provisions.
WITHDRAWAL OF BIDS: Any bidder may withdraw his bid either personally, by written request,
or by telegraphic request confirmed in the manner specified above at any time prior to the
scheduled closing time for receipt of bids.
INSURANCE AND BONDS: The Contractor shall not commence work under this contract until
he has secured all insurance and bonds required under this section nor shall he allow any
subcontractor to commence work on this subcontract until all similar insurance issued in
compliance with this section shall be issued in the form, and be an insurer of the insurers,
satisfactory to and first approved by the City in writing. Certificates of Insurance in the amounts
required shall be furnished by the Contractor to the City prior to the commencement of work.
The Contractor shall maintain adequate Workmen's Compensation Insurance under the laws of
the State of California for all labor employed by him or by any subcontractor under him who may
come within the protection of such Workmen's Compensation Insurance la ws.
The Contractor shall maintain public liability insurance to protect said Contractor and the City
against loss from liability imposed by law, for damages on account of bodily injury, including
death resulting therefrom, suffered or alleged to have been suff ered by any person or persons,
other than employees, resulting directly or indirectly from the performance or execution of this
contract or any subcontract thereunder, and also to protect said Contractor and the City against
loss from liability imposed by law, for damage to any property. Damage insurance shall be
maintained by the Contractor in full force and effect during the entire period of performance
under this contract, in the amount of not less than $2,000,000 for one person injured in the
accident and in the amount of not less than $2,000,000 for more than one person injured in one
accident and in the amount of not less than $1,000,000 with respect to any property damage
aforesaid.
The Contractor shall secure with a responsible corporate surety, or corporate sureties,
satisfactory bonds conditioned upon faithful performance by the Contractor of all requirements
under the contract and upon the payment of claims of materials, men and l aborers thereunder.
The Faithful Performance Bond shall be in the sum of not less than one hundred percent (100%)
of the estimated aggregate amount of the payment to be made under the contract computed on
the basis of the prices stated in the proposal. The Labor and Material Bond shall be in the sum
of not less than one hundred percent (100%) of the estimated aggregate amount of the payments
to be made under the contract computed on the basis of the prices stated in the proposal.
INTERPRETATION OF PLANS AND DOCUMENTS: If any person contemplating submitting a
bid for proposed contract is in doubt as to the true meaning of any part of the drawings,
specifications, or other contract documents, or finds discrepancies in, or omissions from the
drawings and specifications, he may submit to the City a written request for an interpretation or
correction thereof. The person submitting the request will be responsible for its prompt delivery.
Any interpretation or correction of the contract documents will be made only by Addendum duly
issued and a copy of such addendum will be mailed or delivered to each person receiving a set
6
of the contract document. No person is authorized to make any oral interpretation of any
provision in the contract documents to any bidder, and no bidder is authorized to rely on any
such unauthorized oral interpretation.
DISQUALIFICATION OF BIDDERS: More than one proposal from an individual, firm
partnership, corporation, or association under the same or different names, will not be
considered. Reasonable grounds for believing that any bidder is interested in more than one
proposal for the work contemplated will cause the rejection of all proposals in which such bidder
is interested. If there is reason for believing that collusion exists among the bidders, all bids will
be rejected and none of the participants in such collusion will be considered in future proposals.
No award will be made to any bidder who cannot give satisfactory assurance as to his ability to
carry out the Contract, both from his financial rating and by reason of his previous experience
as a Contractor on work of the nature contemplated in the Contra ct. The bidder may be required
to submit his record of work of similar nature to that proposed under these specifications, and
unfamiliarity with the type of work may be sufficient cause for rejection of the bid.
INELIGIBLE SUBCONTRACTORS: The successful bidder shall be prohibited from performing
work on this project with a subcontractor who is ineligible to perform work on the project pursuant
to Section 1777.1 or 1777.7 of the Labor Code.
AWARD OF CONTRACT: No proposal will be considered from a Contractor who is not licensed
as a Class A or C-12 contractor at time of award in accordance with the provisions of the
Contractor’s License Law (California Business and Professions Code, Section 7000 et seq.) and
rules and regulations adopted pursuant thereto or to whom a proposal form has not been issued
by the City of Diamond Bar. The City may award the Contract to the lowest responsible bidder
on the total base bid. Bids will be compared on the basis of the lowest possible cost relative to
the alternate or alternates selected and the Contract, if awarded, will be awarded to a responsible
bidder whose proposal complies with the requirements of these specifications. The award, if
made, will be made within ninety (90) calendar days after the opening of the proposals; provided
that the award may be made after said period of the successful bidder shall not have given the
City written notice of the withdrawal of his bid.
A contractor or subcontractor shall not be qualified to bid on, be listed in a bid proposal, subject
to the requirements of Public Contract Code §4104, or engage in the performance of any contract
for public work, as defined in the Public Contract Code, unless currently registered and qualified
to perform public work pursuant to Section 1725.5. It is not a violation of Labor Code §1771.1
for an unregistered contractor to submit a bid that is authorized by Business and Professions
Code § 7029.1 or by Public Contract Code §§ 10164 and 20103.5, provided the contractor is
registered to perform public work pursuant to Labor Code § 1725.5 at the time the contract is
awarded.
This project is subject to compliance monitoring and enforcement by the Department of Industrial
Relations.
The prime contractor is required to post Equal Employment Opportunity (EEO), and Prevailing
Wage Decision Poster at the Job Site, as prescribed by regulation pursuant to Labor Code §
1771.4 and all contractors must secure the payment of compensation to its employees pursuant
to Labor Code § 1869.
7
ALTERNATES: If alternate bids are called for, the Contract may be awarded at the election of
the governing board to the lowest responsible bidder on the base bid, or on the base bid and
any specified alternate(s).
COMPETENCY OF BIDDERS: In selecting the lowest responsible bidder, consideration will be
given not only to the financial standing but also to the general competency of the bidder including
qualifications, references, proper licensing, adequate workforce and experience for the
performance of the work covered by the proposal.
QUALIFICATION OF BIDDERS: Each bidder shall be skilled and regularly engaged in the
general class or type of work called for under the contract. A statement setting forth his/her
experience shall be submitted by each bidder on the EXPERIENCE STATEMENT form
provided.
8
EXPERIENCE STATEMENT
To be responsive, the bidder must list below a minimum of three public agencies for which bidder
has performed similar work within the past five years. Only projects that are in excess of
$2,500,000 each qualify as similar for this project.
1. Project Title Contract Amount
Type of Work
Client
Agency Project Manager Phone
Date Completed % Subcontracted
2. Project Title Contract Amount
Type of Work
Client
Agency Project Manager Phone
Date Completed % Subcontracted
3. Project Title Contract Amount
Type of Work
Client
Agency Project Manager Phone
Date Completed % Subcontracted
NOTE: If requested by the City, the bidder shall furnish a certified financial statement,
references, and other information sufficiently comprehensive to permit an appraisal of his current
financial condition.
Bidder's Signature
9
Each bidder shall possess a valid Contractor's License issued by the Contractor's State License
Board at the time his/her bid is submitted. The class of license shall be applicable to the work
specified in the contract. Each bidder shall also have no less than five (5) years of experience in
the magnitude and character of the work bid.
Bidder Qualifications called for to be submitted at time of bid include, but are not necessarily
limited to:
The Contractor shall have been in business under the same name and California Contractors
License for a minimum of five (5) continuous years prior to the bid opening date for this Project.
The license used to satisfy this requirement shall be of same type required by the contract.
License classification shall be as required by the contract specifications.
The Contractor shall have five (5) years of experience in the construction of street improvements
The Contractor shall perform at least 51% of contract with its own forces.
LISTING SUBCONTRACTORS: Each bidder shall submit a list of the proposed subcontractors
on this project as required by the Subletting and Subcontracting Fair Practices Act (Government
Code Section 4100 and following). Forms for this purpose are furnished with the contract
documents. The name and location of business of any subcontractor who will perform work
exceeding 1/2 of 1% of the prime contractor's total bid or ten thousand dollars ($10,000.00),
whichever is greater, must be submitted with the bid. Any other information regarding the
foregoing subcontractors that is required by City to be submitted may be submitted with the bid,
or may be submitted to City up to 24 hours after the deadline established herein for receipt of
bids. The additional information must be submitted by the bidder to the same address and in
the same form applicable to the initial submission of bid.
WORKER'S COMPENSATION: In accordance with the provisions of Section 3700 of the Labor
Code, the Contractor shall secure the payment of compensation to his employees. The
Contractor shall sign and file with the City the following certificate prior to performing the work
under this contract: "I am aware of the provisions of Section 3700 of the Labor Code which
require compensation or to undertake self-insurance in accordance with the provisions of that
code, and I will comply with such provisions before commencing the performance of the work of
this contract." The form of such certificate is included as part of the contract documents.
BID DEPOSIT RETURN: Deposits of three or more low bidders, the number being at the
discretion of the City, will be held for ninety (90) days or until posting by the successful bidder of
the Bonds required and return of executed copies of the Agreement, whichever first occurs, at
which time the deposits will be returned after consideration of the bids.
EXECUTION OF CONTRACT: The bidder to whom award is made shall execute a written
contract with the City on the agreement form provided, and shall secure all insurance and bonds
as herein provided within ten (10) days from the date of written notice of the award. Failure or
refusal to enter into a contract as herein provided, or to conform to any of the stipulated
requirements in connection therewith shall be just cause for the annulment of the award and the
forfeiture of the proposal guarantee.
10
If the successful bidder refuses or fails to execute the Contract, the City may award the Contract
to the next lowest responsible bidder or re-advertise. On the failure or refusal of the lowest
responsible bidder or next lowest responsible bidder to execute the Contract, such bidder's
guarantees shall be likewise forfeited to the City.
"OR EQUAL": Pursuant to Division 5, Chapter 4, Article 4 (commencing at #4380) Government
Code, all specifications shall be deemed to include the words "or equal", provided however that
permissible exceptions hereto shall be specifically noted in the specifications.
EMPLOYMENT OF APPRENTICES: The Contractor, and all subcontractors, shall comply
with the provisions in Sections 1777.5, (Chapter 1411, Statutes of 1968), and 1777.6 of the
California Labor Code concerning the employment of apprentices. The Contractor and any
subcontractor under him shall comply with the requirements of said sections in the employment
of apprentices; however, the Contractor shall have full responsibility for compliance with said
Labor Code section, for all apprenticeable occupations, regar dless of any other contractual or
employment relationships alleged to exist. In addition to the above State Labor Code
Requirements regarding the employment of apprentices and trainees, the Contractor and all
subcontractors shall comply with Section 5 a. 3, Title 29 of the Code of Federal Regulations
(29CFR).
EVIDENCE OF RESPONSIBILITY: Upon the request of the City, a bidder whose bid is under
consideration for the award of the Contract shall submit promptly to the City satisfactory evidence
showing the bidder's financial resources, his construction experience, and his organization and
plant facilities available for the performance of the contract.
WAGE RATES: The Contractor and/or subcontractor shall pay wages as indicated in the "Notice
Inviting Sealed Bids" section of these specifications. The Contractor shall forfeit as penalty to
the City of Diamond Bar, two hundred dollars ($200.00) for laborers, workmen, or mechanics
employed for each calendar day, or portion thereof, if such laborer, workman or mechanic
employed is paid less than the general prevailing rate of wages herein referred to and stipulated
for any work done under the proposed contract, by him, or by any subcontractor under him, in
violation of the provisions of Labor Code, and in particular, Sections 1770 to 1781 inclusive.
Copies of all collective bargaining agreements relating to the work as set forth in the
aforementioned Labor Code are on file with the Department of Industrial Relations, Division of
Labor Statistics and Research.
PERMITS, FEES AND LICENSES: The Contractor shall possess a valid business license prior
to the issuance of the first payment made under this Contract. Any work required within Caltrans
right-of-way will require a separate permit to be obtained by the Contractor.
TIME OF COMPLETION AND LIQUIDATED DAMAGES: Bidder must agree to commence
work on or before the date of written "Notice to Proceed" of the City and to fully complete the
project within two hundred (240) working days thereafter. Bidder must agree also to pay as
liquidated damages, the sum of five thousand dollars ($5,000.00) for each calendar day
thereafter.
CLAIMS FILING AND PROCESSING: The City and Bidder agree to attempt to orally resolve
any disputes which may give rise to a claim (hereafter, "Claim") that falls within the definition of
Public Contract Code section 9204 (hereafter, "Section 9204"). If these efforts are unsuccessful,
11
the City and Bidder shall process the Claim in accordance with Section 9204. In summary, if the
Bidder decides to submit a Claim to the City, it shall be sent by registered or certified mail, return
receipt requested, together with reasonable documentation to support the Claim. A Claim may
include a Claim by a subcontractor or a lower tier subcontractor meeting the requirements of
Section 9204(d)(5). Within 45 days of receipt of the Claim, or any extension thereof agreed upon
by the City and the Bidder, the City will conduct a reasonable review of the Claim and provide
the Bidder with a written statement identifying what portion of the Claim is disputed and what
portion is undisputed. Payment of any undisputed portion of the Claim shall be made within 60
days after the City issues its written statement. If the City does not provide a written statement
within the time specified, the Claim shall be deemed rejected.
If the Bidder disputes the City's written statement or if the C laim is deemed rejected, the Bidder
may demand in writing by registered or certified mail to the City, return receipt requested, an
informal conference to meet and confer in an effort to settle the disputed portion of any Claim.
Within 30 days of receipt of such written demand, the City shall schedule a meet and confer
conference.
If any portion of the Claim remains in dispute after the conference, the City shall, within 10 City
business days of the conclusion of the conference, provide the Bidder with a written statement
identifying any portion that remains in dispute and any portion that is undisputed. Payment of
any undisputed portion shall be made within 60 days after the City issues its written statement.
Any remaining disputed portion shall be submitted to nonbinding mediation in accordance with
Section 9204(c)(2)(B), unless the Bidder and City waive the mediation upon mutual written
agreement.
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 award of administration of a contract supported by Federal funds if a conflict of
interest, real or apparent, would be involved.
12
BIDDER'S PROPOSAL
CITY OF DIAMOND BAR
DIAMOND BAR BOULEVARD COMPLETE STREET PROJECT
CITY PROJECT NO. SI256
Date , 20
To the City Council of the City of Diamond Bar:
The Undersigned hereby declares:
(a) That the only persons or parties interested in this proposal as principals are the following:
(If the bidder is a corporation, give the name of the corporation and the name of its president,
secretary, treasurer, and manager. If a co -partnership, give the name, under which the co -
partnership does business, and the names and addresses of all co -partners. If an individual,
state the name under which the contract is to be drawn.)
(b) That this proposal is made without collusion with any person, firm, or corporation.
(c) That he has carefully examined the location of the proposed work and has familiarized
himself with all of the physical and climatic conditions, and makes this bid solely upon his own
knowledge.
(d) That by submitting this Bidder's Proposal, he acknowledges receipt and knowledge of the
contents of those communications sent by the City of Diamond Bar to him at the address
furnished by him to the City of Diamond Bar when this proposal form was obtained.
(e) That he has carefully examined the specifications, both general and detail, and the
drawings attached hereto, and communications sent to him as aforesaid, and makes this
proposal in accordance therewith.
(f) That a representative of the undersigned attended the mandatory pre-bid meeting.
Name of representative Title
(g) That, if this bid is accepted, he will enter into a written contract for the performance of the
proposed work with the City of Diamond Bar.
(h) That he proposes to enter into such Contract and to accept in full payment for the work
actually done thereunder the prices shown in the attached schedule. It is understood and agreed
13
that the quantities set forth are estimates and that the unit prices will apply to the actual quantities
whatever they may be.
Accompanying this proposal is a certified or cashier's check or bidder's bond, payable to the
order of the City of Diamond Bar in the sum of
DOLLARS ($ ).
Said bidder's bond has been duly executed by the undersigned bidder and by a financially sound
surety company authorized to transact business in this state.
It is understood and agreed that should the bidder fail within ten (10) days after award of
contract to enter into the contract and furnish acceptable surety bonds, then the proceeds of
said check, or bidder's bond, shall become the property of the City o f Diamond Bar; but if this
Contract is entered into and said bonds are furnished, or if the bid is not accepted then said
check shall be returned to the undersigned, or the bidder will be released from the bidder's bond.
Address of Bidder Telephone of Bidder
City Zip Code Signature of Bidder
14
BID SCHEDULE
CITY OF DIAMOND BAR
CONTRACT DOCUMENTS AND SPECIFICATIONS
DIAMOND BAR BOULEVARD COMPLETE STREET PROJECT
CITY PROJECT NO. SI256
ITEM
NO.
DESCRIPTION
WRITTEN IN WORDS UNIT ESTIMATED
QUANTITY
UNIT
PRICE
AMOUNT
1 Mobilization and Demobilization LS 1
2 Traffic Control LS 1
3 Stormwater Pollution Control LS 1
4 Signing and Striping LS 1
5 Clearing and Grubbing LS 1
6 Replace Private Landscaping and
Irrigation LS 1
7 Remove Existing Tree EA 19
8 Monument Preservation LS 1
9 Remove Existing Asphalt
Concrete Pavement SF 62,270
10 Remove Existing Concrete
Facility SF 45,630
11 Remove Existing Stairs &
Handrail SF 90
12 Remove Existing Street Light and
Foundation EA 17
13 Remove Existing Catch Basin EA 2
14 Adjust to Grade Existing Storm
Drain Manhole EA 2
15 Adjust to Grade Existing Sewer
Manhole EA 6
15
16 Watertight Sewer Manhole Cover EA 1
17 Relocate Existing Bus Shelter EA 5
18 Relocate Existing Backflow
Prevention Assembly EA 10
19 Cold Mill (2" Thick) SF 68,130
20 Unclassified Excavation CY 790
22 Asphalt Concrete TN 1,340
22 Asphalt Rubber Hot Mix TN 1,240
23 Concrete Bus Pad SF 3,080
24 Curb and Gutter (Type A2) LF 2,930
25 Curb and Gutter (Type A3-6) LF 2,250
26 Curb (Type A1) LF 310
27 Concrete Flatwork (Pathway) SF 24,340
28 Concrete Flatwork (Colored;
Median) SF 860
29 Concrete Flatwork (Colored; Bus
Stops, Ramps, Curb Returns) SF 5,120
30 Jointed Plain Concrete Pavement
Driveway SF 1,230
31 Concrete Driveway Approach
(Uncolored) SF 4,000
32 Concrete Driveway Approach
(Colored) SF 5,940
33 Crosswalk (Colored Concrete
Band) LF 1,140
16
34 Crosswalk (Colored Concrete
Flatwork) SF 2,720
35 Crosswalk (Jointed Plain
Concrete Pavement Base) SF 6,820
36 Concrete Paver Pathway SF 11,570
37 Crosswalk (Concrete Pavers,
8cm) SF 150
38 Crosswalk (Concrete Pavers,
10cm) SF 6,820
39 Detectable Warning Surface SF 620
40 Tactile Directional Indicator LF 290
41 Curb Drain LF 550
42 Drop Inlet Catch Basin for Curb
Drain EA 5
43 Parkway Drain SF 308
44 Concrete Slough Wall LF 300
45 Wall Underdrain LF 90
46 Concrete Reinforced Stairs SF 90
47 Metal Handrailing LF 28
48 Catch Basin (W=7') EA 2
49 Reinforced Concrete Pipe (15") LF 10
50 Parkway Bioretention SF 2,760
51 Tree Grate and Frame EA 33
17
52 Lighted Bollard EA 177
53
Traffic Signal Improvements -
Diamond Bar Blvd. and Golden
Springs Dr.
LS 1
54
Traffic Signal Improvements -
Diamond Bar Blvd. and Palomino
Dr.
LS 1
55
Traffic Signal Improvements -
Diamond Bar Blvd. at Commercial
Driveways
LS 1
56 Relocate Existing Electrical
Controller and Meters LS 1
57 Street Light
(Single Mast Arm) EA 13
58 Street Light
(Dual Mast Arm) EA 2
59 Bollard Light Fixture EA 177
60 Hardscape Uplighting LS 1
61 Lighting Conduit, Wiring, and
Appurtenances (Street Lighting) LS 1
62
Lighting Conduit, Wiring, and
Appurtenances (Bollard,
Hardscape Lighting)
LS 1
63 Decorative Post and Rail SF 6,730
64 Decorative Post and Rail with
Steel Panel EA 9
65 Topsoil CY 450
66 Soil Preparation & Fine Grading SF 13,125
67 Irrigation System LS 1
68 Deeproot Barrier (24”x24”) EA 336
18
69 36" Box Tree EA 6
70 24" Box Tree EA 33
71 5 Gallon Shrub/Groundcover EA 453
72 1 Gallon Shrub/Groundcover EA 3,014
73 Mulch CY 45
74 Rock Cobble (3" to 8" Angular) SF 995
75 Rock Cobble (2" to 8" Round) SF 6,730
76 18" Dia. Boulder (1.5' x 1.5' x 2') EA 9
77 24" Dia. Boulder (2' x 2' x 3') EA 36
78 24" Dia. Boulder (3' x 2' x 2') EA 16
79 36" Dia. Boulder (4' x 3' x 3') EA 19
80 90 Day Landscape and Irrigation
Maintenance Period LS 1
MANDATORY BID SCHEDULE ITEMS:
TOTAL AMOUNT BID (IN FIGURES)
TOTAL AMOUNT BID, SCHEDULE (WRITTEN IN WORDS):
Bid Schedule Note: Bid Price indicated refers to all items illustrated on the plans and details,
and delineated within the specifications installed and completely in place with all applicable
portions of the construction documents and include all costs connected with such items
including, but to necessarily limited to, materials, transportation, taxes, insurance, labor,
overhead, and profit, for General Contractor and Subcontractors.
19
All work called for on the construction documents are to provide a completed project with all
systems operating properly and ready for use.
Award will be based on the items of Bid Schedule. Therefore, Contractor shall completely fill out
Bid Schedule.
Accompanying this proposal is
(Insert "$ cash", "cashier's check", "certified check", or "bidder's bond"
as the case may be) in the amount equal to at least ten percent (10%) of the total bid.
The undersigned further agrees that in case of default in executing the required contract, with
necessary bond, within ten (10) days, not including Sundays and legal holidays, after having
received notice that the Contract has been awarded and ready for si gnature, the proceeds of
the security accompanying his bid shall become the property of the City of Diamond Bar, and
this proposal and the acceptance thereof may be considered null and void.
NAME OF BIDDER (PRINT) SIGNATURE DATE
ADDRESS
CITY ZIP CODE TELEPHONE
STATE CONTRACTOR LICENSE NO. AND CLASSIFICATION
I declare under penalty of Perjury of the laws of the State of California that the representations
made herein are true and correct in accordance with the requirements of California Business
and Professional Code Section 7028.15.
CONTRACTOR SIGNATURE OR AUTHORIZED OFFICER
20
LIST OF SUBCONTRACTORS *
BID OPENING DATE
PROJECT DIAMOND BAR BOULEVARD COMPLETE STREET PROJECT
CITY PROJECT NO. SI256
LOCATION
CLIENT
CONTRACTOR
Name Under
Which
Subcontractor is
Licensed
License
No. &
DIR No.
Address of Office,
Mail, or Shop
Percent
of Total
Contract
Specific Description
Of Subcontract
* In compliance with the provisions of the Public Contract Code Section 4104, the
undersigned bidder herewith sets forth the name, location of the place of business, and California
21
contractor license of each Subcontractor – who will perform work or labor or render service to
the Prime Contractor, specially fabricates and installs a portion of the work or improvement
necessary to complete construction contained in the plans and specif ications, in an amount in
excess of one-half (1/2) of one percent (1%) of the General Contractor’s total base bid amount
or, in the case of bids or offers for the construction of streets or highways, including bridges in
excess of one-half of 1 percent (0.5%)of the Prime Contractor’s total base bid or ten thousand
($10,000.00), whichever is greater, and the portion of the work which will be done by each
Subcontractor.
22
DECLARATION OF ELIGIBILITY TO CONTRACT
[Labor Code Section 1777.1; Public Contract Code Section 6109]
The undersigned, a duly authorized representative of the contractor, certifies and declares that:
1. The contractor is aware of Sections 1777.1 and 1777.7 of the California Labor Code, which
prohibit a contractor or subcontractor who has been found by the Labor Commissioner or the
Director of Industrial Relations to be in violation of certain provisions of the Labor Code, from
bidding on, being awarded, or performing work as a subcontractor on a public works project for
specified periods of time.
2. The contractor is not ineligible to bid on, be awarded or perform work as a subcontractor on a
public works project by virtue of the foregoing provisions of Sections 1777.1 or 1777.7 of the
California Labor Code or another provision of law.
3. The contractor is aware of California Public Contract Code Section 6109, which states:
a. A public entity, as defined in Section 1100 [of the Public Contract Code], may not permit
a contractor or subcontractor who is ineligible to bid or work on, or be awarded, a public
works project pursuant to Section 1777.1 or 1777.7 of the Labor Code to bid on, be
awarded, or perform work as a subcontractor on, a public works project. Every public
works project shall contain a provision prohibiting a contractor from performing work on a
public works project with a subcontractor who is ineligible to perform work on the public
works project pursuant to Section 1777.1 or 1777.7 of the Labor Code.
b. Any contract on a public works project entered into between a contractor and a debarred
subcontractor is void as a matter of law. A debarred subcontractor may not receive any
public money for performing work as a subcontractor on a public works contract, and any
public money that may have been paid to a debarred subcontractor by a contractor on the
project shall be returned to the awarding body. The contractor shall be responsible for the
payment of wages to workers of a debarred subcontractor who has been allowed to work
on the project.
4. The contractor has investigated the eligibility of each and every subcontractor the contractor
intends to use on this public works project and determined that none of them is ineligible to
perform work as a subcontractor on a public works project by virtue of the foregoing provisions of
the Public Contract Code Sections 1777.1 or 1777.7 of the Labor Code, or any other provision of
law.
I declare under penalty of perjury under the laws of the State of California that the foregoing is true and
correct. Executed this day of ________________, 20__, at ___________________ (place of execution).
Signature
Name:
Title:
Name of Contractor:
23
BIDDER'S VIOLATION OF LAW/SAFETY QUESTIONNAIRE
In accordance with Government Code Section 14310.5 and in conformance with Public Contract
Code Section 10162, the Bidder shall complete, under penalty of perjury, the following
questionnaire:
QUESTIONNAIRE
Has the Bidder, any officer, principal or employee of the Bidder who has a proprietary interest in
the business of the Bidder, ever been disqualified, removed, or otherwise prevented from bidding
on or completing a federal, state or local government project because of violation of law or a
safety regulation?
YES NO
If the answer is yes, explain the circumstances in the following space:
STATEMENT
In conformance with Public Contract Code Section 10232, the Contractor, hereby states under
penalty of perjury, that no more than on final unappealable finding of contempt of court by a
federal court has been issued against the Contractor within the immediately preceding two -year
period because of the Contractor’s failure to comply with an order of a federal court which orders
the Contractor to comply with an order of the National Labor Relations Board.
NOTE: The above Statement and Questionnaire are part of the Proposal. Signing this
Proposal on the signature portion thereof shall also constitute signature of this
Statement and Questionnaire.
Bidders are cautioned that making a false certification may subject the certifier
to criminal prosecution.
24
CONTRACTOR'S INDUSTRIAL SAFETY RECORD
Project Identification
Bid Date
This information must include all construction work undertaken in the State of California by the
bidder and any partnership, joint venture or corporation that any principal of the bidder
participated in as a principal or owner for the last five calendar ye ars and the current calendar
year prior to the date of bid submittal. Separate information shall be submitted for each particular
partnership, joint venture, corporation or individual bidder. The bidder may attach any additional
information or explanation of data, which he would like, taken into consideration in evaluating
the safety record. An explanation must be attached of the circumstances surrounding any and
all fatalities.
ITEM 5 CALENDAR YEARS
PRIOR TO CURRENT YEAR
CURRENT
YEAR
2020 2021 2022 2023 2024 TOTAL 2025
No. of Contracts
Total dollar amount of
contracts (in 1,000’s)
No. of lost workday
cases
No. of lost work day
cases involving
permanent transfer to
another job or
termination of
employment
No. of lost workdays
*The information required for this item is the same as required for columns 3 to 6, Code 10,
Occupational Injuries, Summary - Occupational Injuries and Illnesses, OSHA No. 102.
The above information was compiled from the records that are available to me at this time and I
declare under penalty of perjury that the information is true and accurate within the limitations of
these records.
______________________________ ________________________________
Name of Bidder (Print Signature
______________________________ ________________________________
Address State Contractor’s Lic. No. & Class
______________________________ ________________________________
City Zip Code Telephone
25
AFFIDAVIT FOR CO-PARTNERSHIP FIRM
STATE OF CALIFORNIA )
)SS
COUNTY OF LOS ANGELES )
, being first duly sworn, deposes and says:
That he is a member of the co-partnership firm designated as:
which is the party making the foregoing proposal or bid; that such bid is genuine and not collusive
or sham; that said bidder has not colluded, conspired, connived or agreed, directly or indirectly,
with any other bidder or person to put in a sham bid or that such other person shall refrain from
bidding; and has not in any manner sought by collusion to secure any advantage against the
City of Diamond Bar or any person interested in the proposed contract, for himself or for any
other person.
That he has been and is duly vested with authority to make and sign instruments for the co -
partnership by
who constitute the other members of the co-partnership.
Signature
Subscribed and sworn
to before me this
day of , 20
Signature of Officer Administering Oath
(Notary Public)
26
AFFIDAVIT FOR CORPORATION BIDDER
STATE OF CALIFORNIA )
)SS
COUNTY OF LOS ANGELES )
, being first duly sworn, deposes and says:
That he is
of, ,
a corporation which is the party making the foregoing proposal or bid; that such bid is genuine
and not collusive or sham; that said bidder has not colluded, conspired, connived or agreed,
directly or indirectly, with any other bidder or person to put in a sham bid or that such oth er
person shall refrain from bidding; and has not in any manner sought by collusion to secure any
advantage against the City of Diamond Bar or any person interested in the proposed contract,
for himself or for any other person.
Signature
Subscribed and sworn
to before me this
day of , 20
Signature of Officer Administering Oath
(Notary Public)
27
AFFIDAVIT FOR INDIVIDUAL BIDDER
STATE OF CALIFORNIA )
)SS
COUNTY OF LOS ANGELES )
, being first duly sworn, deposes and says:
That he is the party making the foregoing proposal or bid; that such bid is genuine and
not collusive or sham; that said bidder has not colluded, conspired, connived or agreed, directly
or indirectly, with any other bidder or person to put in a sham bid or that such other person shall
refrain from bidding; and has not in any manner sought by collusion to secure any advantage
against the City of Diamond Bar or any person interested in the proposed contract, for himself
or for any other person.
Signature
Subscribed and sworn
to before me this
day of , 20
Signature of Officer Administering Oath
(Notary Public)
28
AFFIDAVIT FOR JOINT VENTURE
STATE OF CALIFORNIA )
)SS
COUNTY OF LOS ANGELES )
, being first duly sworn, deposes and says:
That he is
of, ,
one of the parties submitting the foregoing bid as a joint venture and that he has been and is
duly vested with the authority to make and sign instruments for and on behalf of the parties
making said bid who are:
;
that such bid is genuine and not collusive or sham; that said bidder has not colluded, conspired,
connived or agreed, directly or indirectly, with any other bidder or person to put in a sham bid or
that such other person shall refrain from bidding; and has not in any manner sought by collusion
to secure any advantage against the City of Diamond Bar or any person interested in the
proposed contract, for himself or for any other person.
Signature
Subscribed and sworn
to before me this
day of , 20
Signature of Officer Administering Oath
(Notary Public)
BOND No.________________
29
FAITHFUL PERFORMANCE BOND
KNOW ALL PERSONS BY THESE PRESENTS that, WHEREAS the City of Diamond Bar
("City"), has awarded to:
(Name and address of Contractor)
("Principal"), a contract (the "Contract") for the work described as follows:
WHEREAS, Principal is required under the terms of the Contract to furnish a bond for the faithful
performance of the Contract.
NOW, THEREFORE, we, the undersigned Principal, and:
(Name and address of Surety)
("Surety") a duly admitted surety insurer under the laws of the State of California, as Surety, are
held and firmly bound unto City in the
penal sum of
Dollars ($______________), this amount being not less than the total contract price, in lawful
money of the United States of America, for the payment of which sum well and truly to be made,
we bind ourselves, our heirs, executors, administrators, successors, and assigns, jointly and
severally, firmly by these presents.
THE CONDITION OF THIS OBLIGATION IS SUCH THAT, if the hereby bounded Principal, his,
her, or its, heirs, executors, administrators, successors or assigns, shall in all things stand to
and abide by, and covenants, conditions and agreements in the Contract a nd any alteration
thereof made as therein provided, on the Principal's part to be kept and performed, all within the
time and in the manner therein specified, and in all respects according to their true intent and
meaning, and shall indemnify and hold harm less City, its officers, agents, and others as therein
30
provided, then this obligation shall become null and void; otherwise, it shall be and remain in
full force and effect.
In case suit is brought upon this bond, Surety further agrees to pay all court costs and reasonable
attorneys' fees in an amount fixed by the court.
FURTHER, the Surety, for value received hereby stipulates and agrees that no change,
extension of time, alteration, addition or modification to the terms of the Contract, or of the work
to be performed thereunder, or the specifications for the same, shall in any way affect its
obligations under this bond, and it does hereby waive notice of any such change, extension of
time, alteration, addition, or modification to the terms of the Contract or to the work or to the
specifications thereunder. Surety hereby waives the provisions of California Civil Code §§ 2845
and 2849. The City is the principal beneficiary of this bond and has rights of a party hereto.
IN WITNESS WHEREOF, two (2) identical counterparts of this instrument, each of which shall
for all purposes be deemed an original hereof, have been duly executed by Principal and Surety,
on the date set forth below, the name of each corporate party being h ereto affixed and these
presents duly signed by its undersigned representative(s) pursuant to authority of its governing
body.
Dated:__________________
"Principal" "Surety"
______________________________ _______________________________
______________________________ _______________________________
By:___________________________ By:____________________________
Its Its
By:___________________________ By:____________________________
Its Its
Note: This bond must be dated, all signatures must be notarized, and evidence of the authority
of any person signing as attorney-in-fact must be attached.
(Seal) (Seal)
APPROVED AS TO SURETY AND
PRINCIPAL AMOUNT
By:___________________________
Insurance Administrator BOND No.________________
31
PAYMENT BOND
(LABOR AND MATERIAL)
KNOW ALL PERSONS BY THESE PRESENTS that, WHEREAS the City of Diamond Bar
("City"), has awarded to
(Name and address of Contractor)
("Principal"), a contract (the "Contract") for the work described as follows:
WHEREAS, Principal is required under the terms of the Contract and the California Civil Code
to secure the payment of claims of laborers, mechanics, materialmen, and other persons as
provided by law.
NOW, THEREFORE, we, the undersigned Principal, and
(Name and address of Surety)
("Surety") a duly admitted surety insurer under the laws of the State of California, as Surety, are
held and firmly bound unto City in the penal sum of
Dollars ($________________), this amount being not less
than one hundred (100%) of the total contract price, in lawful money of the United States of
America, for the payment of which sum well and truly to be made, we bind ourselves, our heirs,
executors, administrators, successors, and assigns, jointly and severally, firmly by these
presents.
THE CONDITIONS OF THIS OBLIGATION IS SUCH THAT, if the hereby bounded Principal,
his, her or its heirs, executors, administrators, successors, or assigns, or subcontractors shall
fail to pay any of the persons named in Section 3181 of the California Civil Code, or any amounts
due under the Unemployment Insurance Code with respect to work or labor performed under
the Contract, or for any amounts required to be deducted, withheld, and paid over to the
Employment Development Department from the wages of employees of the Principal and
subcontractors pursuant to Section 13020 of the Unemployment Insurance Code, with respect
to work or labor performed under the Contract, the Surety will pay for the same in an amount not
exceeding the penal sum specified in this bond; otherwise, this obligation shall become null and
void. This bond shall insure to the benefit of any of their persons named in Section 3181 of the
California Civil Code so as to give a right of action to such persons or their assigns in any suit
32
brought upon the bond. In case suit is brought upon this bond, Surety further agrees to pay all
court costs and reasonable attorneys' fees in an amount fixed by the court.
FURTHER, the Surety, for value received, hereby stipulates and agrees that no change,
extension of time, alteration, addition, or modification to the terms of the Contract or of the work
to be performed thereunder, or the specifications for the same, shall in any way affect its
obligations under this bond, and it does hereby waive notice of any such change, extension of
time, alteration, addition, or modification to the terms of the Contract or to the work or to the
specifications thereunder. Surety hereby waives the provisions of California Civil Code §§ 2845
and 2849.
IN WITNESS WHEREOF, two (2) identical counterparts of this instrument, each of which shall
for all purposes be deemed an original hereof, have been duly executed by Principal and Surety,
on the date set forth below, the name of each corporate party being h ereto affixed and these
presents duly signed by its undersigned representative(s) pursuant to authority of its governing
body.
Dated:__________________
"Principal" "Surety"
______________________________ _______________________________
______________________________ _______________________________
By:___________________________ By:____________________________
Its Its
By:___________________________ By:____________________________
Its Its
Notary
Note: This bond must be dated, all signatures must be notarized, and evidence of the authority
of any person signing as attorney-in-fact must be attached.
(Seal) (Seal)
APPROVED AS TO SURETY AND
PRINCIPAL AMOUNT
By:___________________________
Insurance Administrator BOND No.________________
33
BID BOND
KNOW ALL PERSONS BY THESE PRESENTS that,
WHEREAS the City of Diamond Bar (“City”), has issued an invitation for bids for the work
described as follows:
DIAMOND BAR BOULEVARD COMPLETE STREET PROJECT, CITY PROJECT NO. SI256
WHEREAS
(Name and address of Bidder)
("Principal"), desires to submit a bid to Public Agency for the work.
WHEREAS, bidders are required under the provisions of the California Public Contract Code to
furnish a form of bidder's security with their bid.
NOW, THEREFORE, we, the undersigned Principal, and
(Name and address of Surety)
("Surety") a duly admitted surety insurer under the laws of the State of California, as Surety, are
held and firmly bound unto Public Agency in the penal sum of
Dollars ($______________), being not less than ten percent (10%) of the total bid price, in lawful
money of the United States of America, for the payment of which sum well and truly to be made,
we bind ourselves, our heirs, executors, administrators, successors, and assigns, jointly and
severally, firmly by these presents.
THE CONDITION OF THIS OBLIGATION IS SUCH THAT, if the hereby bounded Principal is
awarded a contract for the work by City and within the time and in the manner required by the
bidding specifications, entered into the written form of contract included with bidding
specifications, furnishes the required bonds, one to guarantee faithful performance and the other
to guarantee payment for labor and materials, and furnishes the required insurance coverages,
then this obligation shall become null and void; otherwise, it shall be and remain in full force and
effect.
In case suit is brought upon this bond, Surety further agrees to pay all court costs incurred by
City in the suit and reasonable attorneys' fees in an amount fixed by the court. Surety hereby
waives the provisions of California Civil Code § 2845.
34
IN WITNESS WHEREOF, each of which shall for all purposes be deemed an original hereof,
have been duly executed by Principal and Surety, on the date set forth below, the name of each
corporate party being hereto affixed and these presents duly signed by its undersigned
representative(s) pursuant to authority of its governing body.
Dated:__________________
"Principal" "Surety"
______________________________ _______________________________
______________________________ _______________________________
By:___________________________ By:____________________________
Its Its
By:___________________________ By:____________________________
Its Its
Note: This bond must be dated, all signatures must be notarized, and evidence of the authority
of any person signing as attorney-in-fact must be attached.
35
CERTIFICATION OF NON-DISCRIMINATION AND AFFIRMATIVE
ACTION
As suppliers of goods or services to the City of Diamond Bar, the firm listed below certifies that
it does not discriminate in its employment with regards to race, religion, sex, or national origin;
that it is in compliance with all federal, state, and local directives and executive orders regarding
non-discrimination in employment; and that it will pursue an affirmative course of action as
required by the affirmative action guidelines.
We agree specifically:
1. To establish or observe employment policies which affirmatively promote opportunities
for minority persons at all job levels.
2. To communicate this policy to all persons concerned including all company employees,
outside recruiting services, especially those serving minority communities, and to the minority
communities at large.
3. To take affirmative steps to hire minority employees within the company.
FIRM
TITLE OF OFFICER SIGNING
SIGNATURE DATE
Please include any additional information available regarding equal opportunity employment
programs now in effect within your company:
36
CERTIFICATION WITH REGARD TO THE PERFORMANCE OF
PREVIOUS CONTRACTS OR SUBCONTRACTS SUBJECT TO THE
EQUAL OPPORTUNITY CLAUSE AND THE FILING OF REQUIRED
REPORTS
The bidder , proposed subcontractor , hereby certifies that he has , has not ,
participated in a previous contract or subcontract subject to the Equal Opportunity Clause, as
required by Executive Orders 10925, 11114, or 11246, and that he has , has not , filed
with the Joint Reporting Committee, the Director of the Office of Federal Contract Compliance,
a Federal Government contracting or administering agency, or the former President's Committee
on Equal Employment Opportunity, all reports due under the applicable filing requirements.
(COMPANY)
BY:
(TITLE)
DATE: , 20 .
NOTE: The above certification is required by the Equal Employment Opportunity Regulations
of the Secretary of Labor (41 CFR 60-1.7 (b) (1), and must be submitted by bidders and proposed
subcontractors only in connection with contracts and subcontracts which are subject to the Equal
Opportunity Clause. Contracts and subcontracts which are exempt from the Equal Opportunity
Clause are set forth in 41 CFR 60-1.5. (Generally only contracts or subcontracts of $10,000 or
under are exempt).
Currently, Standard Form 100 (EEO-1) is the only report required by the Executive Orders or
their implementing regulations.
Proposed prime contractors and subcontractors who have participated in a previous contract or
subcontract subject to the Executive Orders and have not filed the required reports should note
that 41 CFR 60-1.7 (b) (1) prevents the award of contracts and subcontracts unless such
contractor submits a report covering the delinquent period of such other period specified by the
Federal Highway Administration or by the Director, Office of Federal Contract Compliance, U.S.
Department of Labor.
37
NON-COLLUSION DECLARATION
STATE OF CALIFORNIA )
)SS
COUNTY OF LOS ANGELES )
, being first duly sworn, deposes and says:
That he is
of, ,
the party making the foregoing bid, that the bid is not made in the interest of or on behalf of, any
undisclosed person, partnership, company association, organization, or corporation; that the bid
is genuine and not collusive or sham; that the bidder has not directly or indirectly induced or
solicited another bidder to put in a false or sham bid, and has not directly or indirectly colluded,
conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or that
anyone shall refrain from bidding; that the bidder has not in any manner, directly or indirectly,
sought by agreement, communication, or conference with anyone to fix the bid price of the bidder
or any other bidder, or to fix any overhead, profit, or cost element of the bid price, or of that of
any other bidder, or to secure any advantage against the public body awarding the contact or
anyone interested in the proposed contract; that all statements contained in the bid are true; and
further, that the bidder has not, directly or indirectly, submitted his or her bid price or any
breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or
paid, and will not pay, any fee to any corporation, partnership, company association,
organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham
bid.
Signature of Bidder
STATE OF CALIFORNIA )
)SS
COUNTY OF LOS ANGELES )
Subscribed and sworn to before me this ______ day of ________________, 20____.
Notary Public in and for the County of
, State of California
38
Bidder Agrees to Execute Agreement
In Substantially This Form
AGREEMENT
The following agreement ("AGREEMENT") is made and entered into, in duplicate, as of
the date executed by the Mayor and attested to by the City Clerk, by and between
____________________ hereinafter referred to as the "CONTRACTOR" and the City of
Diamond Bar, California, hereinafter referred to as "CITY."
WHEREAS, pursuant to Notice Inviting Sealed Bids, bids were received, publicly opened,
and declared on the date specified in the notice; and
WHEREAS, CITY accepted the bid of CONTRACTOR __________________________
and;
WHEREAS, CITY has authorized the Mayor to execute a written contract with
CONTRACTOR for furnishing labor, equipment and material for the
___________________________ Project in the City of Diamond Bar.
NOW, THEREFORE, in consideration of the mutual covenants herein contained, it is
agreed:
1. GENERAL SCOPE OF WORK: CONTRACTOR shall furnish all necessary labor,
tools, materials, appliances, and equipment for and do the work for the
_________________________Project in the City of Diamond Bar. The work to be performed
in accordance with the plans and specifications, dated (The Plans and Specifications)
on file in the office of the City Clerk and in accordance with bid prices hereinafter mentioned and
in accordance with the instructions of the City Engineer.
2. INCORPORATED DOCUMENTS TO BE CONSIDERED COMPLEMENTARY:
The Plans and Specifications are incorporated herein by reference and made a part hereof with
like force and effect as if set forth in full herein. The Plans and Specifications, CONTRACTOR'S
Bid dated , together with this AGREEMENT, shall constitute the contract
between the parties. This AGREEMENT is intended to require a complete and finished piece of
work and anything necessary to complete the work properly and in accordance with the law and
lawful governmental regulations shall be performed by the CONTRACTOR whether set out
specifically in the contract or not. Should it be ascertained that any inconsistency exists between
the aforesaid documents and this AGREEMENT, the following order of precedence shall apply:
(1) This AGREEMENT; (2) The Plans and Specifications; and (3) Contractor's bid .
3. COMPENSATION: CONTRACTOR agrees to receive and accept the prices set
forth in its Bid Proposal as full compensation for furnishing all materials, performing all work, and
fulfilling all obligations hereunder. 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 and the whole thereof
in the manner and time specified in the aforesaid contract documents; and also including those
arising from 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
39
risks of any description connected with the work. Final payment to Contractor shall be withheld
for at least 30 days after the time in which Contractor has verified, to the City's satisfaction, that
it has submitted all information to the Department of Industrial Relations required by Labor Code
§1773.3.
4. TERM OF CONTRACT: CONTRACTOR agrees to complete the work within
______ (__) working days from the date of the notice to proceed.
CONTRACTOR agrees further to the assessment of liquidated damages in the
amount of ____________ dollars ($_____) for each calendar day the work remains incomplete
beyond the expiration of the completion date. CITY may deduct the amount thereof from any
monies due or that may become due the CONTRACTOR under this AGREEMENT. Progress
payments made after the scheduled date of completion shall not constitute a waiver of liquidated
damages.
5. INSURANCE: CONTRACTOR shall not commence work under this contract until
he has obtained all insurance required hereunder in a company or companies acceptable to
CITY nor shall the CONTRACTOR allow any subcontractor to commence work on his
subcontract until all insurance required of the subcontractor has been obtained. The
CONTRACTOR shall take out and maintain at all times during the life of this contract the
following policies of insurance:
a. Workers' Compensation Insurance: Before beginning work, the
CONTRACTOR shall furnish to the CITY a certificate of insurance as proof
that he has taken out full workers' compensation insurance for all persons
whom he may employ directly or through subcontractors in carrying out the
work specified herein, in accordance with the laws of the State of California.
Such insurance shall be maintained in full force and effect during the period
covered by this contract.
In accordance with the provisions of Section 3700 of the California Labor
Code, every CONTRACTOR shall secure the payment of compensation to
his employees. The CONTRACTOR, prior to commencing work, shall sign
and file with the CITY a certification as follows:
"I am aware of the provisions of Section 3700 of the Labor Code which
requires every employer to be insured against liability for workers'
compensation or to undertake self insurance in accordance with the
provisions of that Code, and I will comply with such provisions before
commencing the performance of work of this contract."
b. For all operations of the CONTRACTOR or any sub-contractor in performing
the work provided for herein, insurance with the following minimum limits
and coverage:
1) General Liability - $5,000,000 per occurrence for bodily injury,
personal injury and property damage. If Commercial General
Liability insurance or other form with a general aggregate limit is
used, either the general aggregate limit shall apply separately to this
AGREEMENT or the general aggregate limit shall be twice the
required occurrence limit.
40
2) Automobile - $5,000,000 per accident for bodily injury and property
damage.
3) Employer's Liability - $5,000,000 per accident for bodily injury or
disease.
c. Each such policy of insurance provided for in paragraph b. shall:
1) Be issued by an insurance company approved in writing by CITY,
which is authorized to do business in the State of California.
2) Name as additional insured the City of Diamond Bar, its officers,
agents and employees, and any other parties specified in the bid
documents to be so included;
3) Specify it acts as primary insurance and that no insurance held or
owned by the designated additional insured shall be called upon to
cover a loss under the policy;
4) Contain a clause substantially in the following words:
"It is hereby understood and agreed that this policy may not be
canceled nor the amount of the coverage thereof reduced until thirty
(30) days after receipt by CITY of a written notice of such cancellation
or reduction of coverage."
5) Otherwise be in form satisfactory to the CITY.
d. The policy of insurance provided for in subparagraph a. shall contain an
endorsement which:
1) Waives all right of subrogation against all persons and entities
specified in subparagraph 4.c.(2) hereof to be listed as additional
insured in the policy of insurance provided for in paragraph b. by
reason of any claim arising out of or connected with the operations
of CONTRACTOR or any subcontractor in performing the work
provided for herein;
2) Provides it shall not be canceled or altered without thirty (30) days'
written notice thereof given to CITY.
e. The CONTRACTOR shall, prior to performing any work under this
AGREEMENT, deliver to the City Manager or his designee the original
policies of insurance required in paragraphs a. and b. hereof, or deliver to
the City Manager or his designee a certifica te of the insurance company,
showing the issuance of such insurance, and the additional insured and
other provisions required herein.
f. Self Insured Retention/Deductibles. All policies required by this
AGREEMENT shall allow CITY, as additional insured, to satisfy the self-
insured retention (“SIR”) and/or deductible of the policy in lieu of the Owner
(as the named insured) should CONTRACTOR fail to pay the SIR or
deductible requirements. The amount of the SIR or deductible shall be
41
subject to the approval of the City Attorney and the Finance Director.
CONTRACTOR understands and agrees that satisfaction of this
requirement is an express condition precedent to the effectiveness of this
AGREEMENT. Failure by CONTRACTOR as primary insured to pay its SIR
or deductible constitutes a material breach of this AGREEMENT. Should
CITY pay the SIR or deductible on CONTRACTOR’s behalf upon the
CONTRACTOR’s failure or refusal to do so in order to secure defense and
indemnification as an additional insured under the policy, CITY may include
such amounts as damages in any action against CONTRACTOR for breach
of this AGREEMENT in addition to any other damages incurred by CITY
due to the breach.
6. PREVAILING WAGE: Notice is hereby given that in accordance with the
provisions of California Labor Code, Division 2, Part 7, Chapter 1, Articles 1 and 2, the
CONTRACTOR is required to pay not less than the general prevailing rate of per diem wages
for work of a similar character in the locality in which the public works is performed, and not less
than the general prevailing rate of per diem wages for holiday and overtime work. In that regard,
the Director of the Department of Industrial Relations of the State of California is required to and
has determined such general prevailing rates of per diem wages. Copies of such prevailing
rates of per diem wages are on file in the Office of the City Clerk of the City of Diamond Bar,
21825 Copley Drive, Diamond Bar, California, and are available to any interested party on
request. CITY also shall cause a copy of such determinations to be posted at the job site.
CONTRACTOR shall forfeit, as penalty to CITY, not more than two hundred dollars
($200.00) for each laborer, workman or mechanic employed for each calendar day or portion
thereof, if such laborer, workman or mechanic is paid less than the general prevailin g rate of
wages hereinbefore stipulated for any work done under this AGREEMENT, by him or by any
subcontractor under him.
CONTRACTOR and any of its subcontractors must be registered with the Department of
Industrial Relations pursuant to Labor Code section 1725.5, which precludes the award of a
contract for a public work on any public works project awarded after April 1, 201 5. This
Agreement is subject to compliance monitoring and enforcement by the Department of Industrial
Relations.
7. APPRENTICESHIP EMPLOYMENT: In accordance with the provisions of Section
1777.5 of the Labor Code, and in accordance with the regulations of the California
Apprenticeship Council, properly indentured apprentices may be employed in the performance
of the work.
CONTRACTOR is required to make contribution to funds established for the
administrative of apprenticeship programs if he employs registered apprentices or journeymen
in any apprenticeship trade on such contracts and if other CONTRACTOR'S on the public works
site are making such contributions.
CONTRACTOR and subcontractor under him shall comply with the requirements of
Sections 1777.5 and 1777.6 in the employment of apprentices.
Information relative to apprenticeship standards, wage schedules and other requirements
may be obtained from the Director of Industrial Relations, ex-officio the Administrator of
Apprenticeship, San Francisco, California, or from the Division of Apprenticeship Standards and
its branch offices.
42
8. LEGAL HOURS OF WORK: Eight (8) hours of labor shall constitute a legal day's
work for all workmen employed in the execution of this contract, and the CONTRACTOR and
any sub-contractor under him shall comply with and be governed by the laws of the State of
California having to do with working hours set forth in Division 2, Part 7, Chapter 1, Article 3 of
the Labor Code of the State of California as amended.
CONTRACTOR shall forfeit, as a penalty to City, twenty-five dollars ($25.00) for
each laborer, workman or mechanic employed in the execution of the contract, by him or any
sub- CONTRACTOR under him, upon any of the work hereinbefore mentioned, for each
calendar day during which the laborer, workman or mechanic is required or permitted to labor
more than eight (8) hours in violation of the Labor Code.
9. TRAVEL AND SUBSISTENCE PAY: CONTRACTOR agrees to pay travel and
subsistence pay to each workman needed to execute the work required by this contract as such
travel and subsistence payments are defined in the applicable collective bargaining agreements
filed in accordance with Labor Code Section 1773.8.
10. CONTRACTOR'S LIABILITY: The CITY and its officers, agents and employees
("Indemnitees") shall not be answerable or accountable in any manner for any loss or damage
that may happen to the work or any part thereof, or for any of the materials or other things used
or employed in performing the work; or for injury or damage to any person or persons, either
workers or employees of CONTRACTOR, of its subcontractors or the public, or for damage to
adjoining or other property from any cause whatsoever arisin g out of or in connection with the
performance of the work. CONTRACTOR shall be responsible for any damage or injury to any
person or property resulting from defects or obstructions or from any cause whatsoever.
CONTRACTOR will indemnify Indemnities against and will hold and save Indemnitees
harmless from any and all actions, claims, damages to persons or property, penalties,
obligations or liabilities that may be asserted or claimed by any person, firm, entity, c orporation,
political subdivision, or other organization arising out of or in connection with the work, operation,
or activities of CONTRACTOR, its agents, employees, subcontractors or invitees provided for
herein, whether or not there is concurrent passive negligence on the part of CITY. In connection
therewith:
a. CONTRACTOR will defend any action or actions filed in connection with
any such claims, damages, penalties, obligations or liabilities and will pay
all costs and expenses, including attorneys' fees, expert fees and costs
incurred in connection therewith.
b. CONTRACTOR will promptly pay any judgment rendered against
CONTRACTOR or Indemnitees covering such claims, damages, penalties,
obligations and liabilities arising out of or in connection with such work,
operations or activities of CONTRACTOR hereunder, and CONTRACTOR
agrees to save and hold the Indemnitees harmless therefrom.
c. In the event Indemnitees are made a party to any action or proceeding filed
or prosecuted against CONTRACTOR for damages or other claims arising
out of or in connection with the work, operation or activities hereunder,
CONTRACTOR agrees to pay to Indemnitees and any all costs and
expenses incurred by Indemnitees in such action or proceeding tog ether
with reasonable attorneys' fees.
Contractor's obligations under this section apply regardless of whether or not such claim,
charge, damage, demand, action, proceeding, loss, stop notice, cost, expense, judgment, civil
fine or penalty, or liability was caused in part or contributed to by an Indemnitee. However,
43
without affecting the rights of CITY under any provision of this AGREEMENT, Contractor shall
not be required to indemnify and hold harmless CITY for liability attributable to the active
negligence of CITY, provided such active negligence is determined by a greement between the
parties or by the findings of a court of competent jurisdiction. In instances where CITY is shown
to have been actively negligent and where CITY active negligence accounts for only a
percentage of the liability involved, the obligation of Contractor will be for that entire portion or
percentage of liability not attributable to the active negligence of CITY.
So much of the money due to CONTRACTOR under and by virtue of the contract as shall
be considered necessary by CITY may be retained by CITY until disposition has been made of
such actions or claims for damages as aforesaid.
It is expressly understood and agreed that the foregoing provisions are intended to be as
broad and inclusive as is permitted by the law of the State of California. This indemnity provision
shall survive the termination of the AGREEMENT and is in addition to any other rights or
remedies which Indemnitees may have under the law.
This indemnity is effective without reference to the existence or applicability of any
insurance coverage which may have been required under this AGREEMENT or any additional
insured endorsements which may extend to Indemnitees.
CONTRACTOR, on behalf of itself and all parties claiming under or through it, hereby
waives all rights of subrogation and contribution against the Indemnitees, while acting within the
scope of their duties, from all claims, losses and liabilities arising o ut of or incident to activities
or operations performed by or on behalf of the CONTRACTOR regardless of any prior,
concurrent, or subsequent passive negligence by the Indemnitees.
11. NON-DISCRIMINATION: Pursuant to Labor Code Section 1735, no discrimination
shall be made in the employment of persons in the work contemplated by this AGREEMENT
because of the race, color or religion of such person. A violation of this section exposes the
CONTRACTOR to the penalties provided for in Labor Code Section 1735.
12. PAYMENT FUND: A City Council resolution established a Project Payment Account,
encumbered money in the current budget, and assigned that money to the Project Payment
Account, which is the sole source of funds available for payment of the contract sum set forth in
Section 3 of this AGREEMENT. CONTRACTOR understands and agrees that CONTRACTOR
will be paid only from this special fund and if for any reason this fund is not sufficient to pay
CONTRACTOR, CONTRACTOR will not be entitled to payment. The availability of money in this
fund, and CITY's ability to draw from this fund, are conditions precedent to CITY's obligation to
make payments to CONTRACTOR.
13. PRESENTATION OF CLAIMS: Any claim, as that term is defined in Public
Contract Code §9204, shall be submitted in accordance with Section 9204 and shall contain a
sufficient description of the claim, the basis therefore and documentation in support of the claim.
The claim shall be processed as more fully set forth in the Plans and Specifications.
14. TERMINATION: This AGREEMENT may be terminated by the CITY, without cause, upon the giving of a
written "Notice of Termination" to CONTRACTOR at least thirty (30) days prior to the date of termination specified
in the notice. Upon receipt of such notice, Contractor shall immediately cease work, unless otherwise directed by
the Notice of Termination. In the event of such termination, Contractor shall be paid for services satisfactorily
rendered and expenses reasonably and necessarily incurred prior to the effective date of termination, unless the
Notice of Termination is issued for cause, in which event the City may withhold any disputed compensation.
Contractor shall not be entitled to any claim for lost profits.
State of California
44
"CONTRACTOR'S" License No. ________________________
CONTRACTOR'S Business Phone:
CONTRACTOR'S emergency phone which can be reached at any time:
IN WITNESS WHEREOF, the parties hereto have executed this AGREEMENT with all the formalities
required by law on the respective dates set forth opposite their signatures.
By: ______________________________________
Title: _________________________________
Date:
By:
Title:
Date:
CITY OF DIAMOND BAR, CALIFORNIA
By: _____________________________________
CHIA YU TENG, MAYOR
ATTEST:
By: _____________________________________
KRISTINA SANTANA, CITY CLERK
APPROVED AS TO FORM:
_____________________________________
OMAR SANDOVAL, CITY ATTORNEY
*NOTE: If Contractor is a corporation, the City requires the following signature(s):
-- The Chairman of the Board, the President or a Vice-President, AND (2) the Secretary, the Chief Financial Officer, the
Treasurer, an Assistant Secretary or an Assistant Treasurer. If only one corporate officer exists or one corporate officer
holds more than one corporate office, please so indicate. OR
-- The corporate officer named in a corporate resolution as authorized to enter into this Agreement. A copy of the corporate
resolution, certified by the Secretary close in time to the execution of the Agreement, must be provided to the City.
__________________________
Date
__________________________
Date
__________________________
Date
GP-1
PART II
GENERAL PROVISIONS
GP-2
GENERAL PROVISIONS
FOR SI256
All work shall be done in accordance with the Standard Specifications for Public Works
Construction (2021 Edition and all subsequent supplements), hereinafter referred to as
Standard Specifications; the State of California Department of Transportation Standard
Specifications (2021 Edition and all subsequent supplements), hereinafter referred to as
Caltrans Standard Specifications; Plans, Standard Construction Drawings; and these
Special Provisions.
MODIFICATIONS TO THE STANDARD SPECIFICATIONS
Section 1. General.
Section 1-7. Award and Execution of Contract
(a)
(b)
(c)
Examination of Plans, Specifications, Special Provisions, and Site of Work:
The bidder is required to examine carefully the site and the proposal, plans,
specifications and contract forms for the work contemplated, and it will be
assumed that the bidder has investigated and is satisfied as to the
conditions to be encountered, including all installations and utilities, whether
underground, surface or overhead, as to the character, quality and
quantities of work to be performed and materials to be furnished, and as to
the requirements of the specifications, the special provisions and the
Contract. It is mutually agreed that submission of a proposal shall be
considered prima facie evidence that the bidder has made such
examination.
Proposal Form: All proposals must be made upon blank forms to be obtained
from the City Clerk at City Hall, 21810 Copley Drive, Diamond Bar, California.
All proposals must give the prices proposed, both in writing and figures, and
must be signed by the bidder, and his address shown. If the proposal is
made by an individual, his name and post office address must be shown.
If made by a firm or partnership, the name and post office
address of each member of the firm or partnership must be shown. If made
by a corporation, the proposal must show the name of the state under the
laws of which the corporation was chartered and the names, titles, and
business addresses of the president, secretary, and treasurer.
Rejection of Proposals Containing Alterations, Erasures or Irregularities:
Proposals may be rejected if they show any alterations or form additions not
called for, conditional or alternative proposals, incomplete proposals,
erasures, or irregularities of any kind.
GP-3
(d)
(e)
Bidder's Guarantee: All proposals shall be presented under sealed cover and
shall be accompanied by cash, cashier's check or certified check payable
to, or bidder's bond in favor of the City of Diamond Bar in an amount of not
less than ten percent (10%) of the amount named in said proposal, and no
proposal shall be considered unless such cash, cashier's check, certified
check or bidder's bond is enclosed therewith.
Return of Bidder's Guarantees: Proposal guarantees will be held until the
Contract has been finally executed, after which they will be returned to the
respective bidders whose proposals they accompany.
The Notice to Bidders, Proposal, bonds, Instructions to bidders, General
Provisions and Detail Specifications, shall be deemed incorporated in the
Contract by reference. A Corporation to which an award is made will be required,
before the Contract is finally executed, to furnish evidence of its corporate
existence and evidence that the officer signing the Contract and bonds for the
corporation is duly authorized to do so.
Subsection 1-7.3. Plans and Specifications
An addendum to these specifications may be issued by the Engineer at any time
prior to the bid opening.
Section 2. Scope of the Work
Section 2-2. Permits
Add the following paragraph:
The Contractor and all subcontractors shall obtain and maintain a valid City
business license. The Contractor shall also obtain a no -fee Encroachment Permit
from the City’s Public Works Department. Both the permit and the license shall be
valid for the entire construction period and shall be kept at the job site at all times.
All provisions of the permit shall apply and shall have authority over any conditions
contained herein these Special Provisions. Any costs incurred due to compliance
with the permit or in obtaining a city business license or any other required permit
or license shall be included in the contract cost for the work item involved and no
additional payment will be made. Failure to comply with these specific licensing
and permit requirements will result in withholding of any progress payment(s) to the
Contractor.
Section 2-11. Marking Removal
GP-4
All markings placed by the Contractor, City, and Underground Service Alert (USA)
during construction shall be removed at the completion of the work. These markings
shall include, but not limited to, paint, stakes, and metal tags.
Section 3. Control of the Work
Section 3-5. Inspection
The Contractor shall notify the City Engineer a minimum of five working days in
advance when a final inspection of the work is desired. If the City Engineer agrees
that the work is complete and ready for inspection, he will, as soon thereafter as
possible, make the necessary examinations. No final acceptance of the work shall
be allowed until all check (punch) list items to be rectified have been corrected and
any subsequent final inspections have been performed.
Section 3-12. Work Site Maintenance
Subsection 3-12.4.1 General
All costs associated with the disposal of all excavated or demolition materials,
including any gate fees, shall be paid by the Contractor. These costs shall be
included in the bid price for the applicable bid items.
Prior to any excavated or demolition material being removed from the
construction site the Contractor shall notify the City as to the hauling route and
destination for disposal. If the location for disposal is other than a county landfill
then the Contractor shall provide the City with written permission and release of
liability for the City from the owner of the property where the material will be
deposited.
Subsection 3-12.4.2 Storage in Public Streets
Construction equipment shall not be stored at the construction site, any public
street or publicly owned facilities without approval of the City. Contractor shall
store equipment at a contractor’s rental yard.
All excavated material that is to be hauled to and disposed of at a County landfill
site by the Contractor is subject to a County gate fee based on tonnage.
Subsection 3-12.5.4
Any facilities, structures, water lines, landscaping, surfaces, signs, pavement
markings, painted curbs, house numbers, etc., which are damaged during
construction shall be restored to the satisfaction of the City. Damaged water lines
shall be repaired immediately at no additional cost to the city.
GP-5
Subsection 3-12.5.5 Access to Private Property
The Contractor shall be aware that business and residential access must be
maintained at all times. The Contractor shall schedule operations to minimize
interference with access to private property.
The main access way to any business or home shall not be completely blocked
for more than one four-hour period a day except blockage shall be limited to one
twenty-four (24) hour period when concrete is poured.
Temporary access ways shall be provided from the street to the main access
way of all businesses and homes by use of traffic rated steel plates or any other
method approved by the City Engineer.
Payment for this item shall be included in the applicable contract work item.
Section 3-12.7. NPDES Requirements
The contractor shall conform to the requirements of the National Pollutant
Discharge Elimination System (NPDES) Permit for Construction Activities,
Municipal NPDES Permit.
The Contractor shall protect by any means all construction related materials from
being discharged from the site by the forces of wind or water. Contractor and/or any
subcontractors shall implement erosion control measures, such as the placement
of gravel bags and fabric around all storm drain inlets and the job site, as directed
by the City Engineer, to protect polluted water from running into the storm drain
systems.
Full compensation for conforming to the requirements of this section shall be
considered as included in the prices paid for the various contract items of work
involved and no additional compensation will be allowed.
Section 3-12.8. Environmental Provisions
In the event the Contractor is required to dig any trench or excavation that extends
deeper than 4 feet below the surface in order to perform the work authorized under
this contract, Contractor agrees to promptly notify the City Engineer in writing and
before further disturbing the site, if any, of the conditions set forth below are
discovered:
1. Materials that the Contractor believes may be hazardous waste, as defined in
Section 25117 of the Health and Safety Code that is required to be removed to
GP-6
a Class I, Class II, or Class III disposal site in accordance with the provisions
of existing law.
2. Subsurface or latent physical conditions at the site differing from those
indicated.
3.
Unknown physical condition at the site of any unusual nature, different
materially from those ordinarily encountered and generally recognized as
inherent in the work of the character provided for in this Contract.
Section 4. Control of Materials
Section 4-1. General
The Contractor and all subcontractors, suppliers, and vendors, shall guarantee that
the entire work will meet all requirements of this contract as to the quality of
materials, equipment, and workmanship. The Contractor, at no cost to the City,
shall make any repairs or replacements made necessary by defects in materials,
equipment, or workmanship that become evident within 1 year after the date of
acceptance of work. Within this 1-year period, the Contractor shall also restore to
full compliance with requirements of this contract any portion of the work which is
found to not meet those requirements. The Contractor shall hold the City harmless
from claims of any kind arising from damages due to said defects or
noncompliance. The Contractor shall make all repairs, replacements, and
restorations within 30 days after the date of the City Engineer's written notice.
Section 4-4. Testing
Except as elsewhere specified, the City will bear the cost of materials testing and
independent acceptance testing. The cost of all other tests, including the retesting
of materials and independent acceptance testing that fails to pass the first test, shall
be borne by the Contractor.
Section 5. Legal Relations and Responsibilities
Section 5-8. Public Notification
Contractor shall comply with all applicable State, County and City requirements and
any additional public safety requirements which may arise in notifying the Police,
Fire, Traffic and Engineering Departments, Schools and Public Transit at least 48
hours in advance of any closures, partial closures or reopening, and detours.
GP-7
At least ten (10) calendar days prior to commencing work, the Contractor shall
submit a detailed schedule to the City Engineer for approval. Based on the
schedule, the Contractor will notify businesses, bus companies, trash and street
sweeping companies, and emergency services of the proposed work.
The Contractor shall prepare and distribute two (2) “Public Notices” to each
business and residence affected by the program. The first notice shall be distributed
to each business and residence ten (10) calendar days prior to the start of any work.
The second notice shall be distributed at least forty-eight (48) hours prior to the start
of work. Said notice shall be provided by the Contractor to the City Engineer for
review and approval prior to distribution by the Contractor.
Four (4) Portable Changeable Message Boards (PCMSs) shall be placed near the
project limits as directed by the City Engineer. The PCMSs shall be placed at least
ten (10) business days prior to the start of construction notifying motorists of the
upcoming construction.
The City may require the Contractor to conduct an information meeting with affected
businesses and residents to explain the phasing of construction and work hours.
All complaints received by the City associated with the construction alleging damage
to private property and vehicles shall be responded to by the Contractor within
twenty-four (24) hours of notification. Failure to comply with this provision may
result in a penalty of fifty dollars ($50.00) per occurrence.
The Contractor shall be responsible for maintain notification signage in a
serviceable manner. Signs shall indicate the date and hours of restriction.
Full compensation for conforming to the requirements of this section shall be
considered as included in the price paid for various items of work involved and no
additional compensation will be allowed.
Section 6. Prosecution and Progress of the Work
Section 6-1. Construction Schedule and Commencement of the Work
Subsection 6-1.3. Utilities
Subsection 6-1.3.1. Location
Utility Owner and Public Agency Identifications. Utility owners and Public
Agencies who may have facilities or interests, which may affect the work, are as
follows:
GP-8
Verizon Telephone
1400 E. Phillips Boulevard
Pomona, California 91766
(800) 227-2600 (DigAlert)
(909) 469-6354 (Office)
Waste Management
13940 East Live Oak Avenue
Baldwin Park, California 91706
(800) 266-7551
Valley Vista Services
16000 Temple Avenue
La Puente, California 91744
(800) 442-6454
Southern California Edison Co.
800 West Cienega Avenue
San Dimas, California 91773
(800) 227-2600 (DigAlert)
(800) 684-8123 (Office)
Southern California Gas Company
1919 South State College Boulevard
Anaheim, California 92803
(800) 227-2600 (DigAlert)
(800) 427-2200 (Office)
Walnut Valley Water District
271 South Brea Canyon Road
Walnut, California 91789
(909) 595-7554
Pomona Unified School District
800 South Garey Avenue
Pomona, California 91766
(909) 397-4800
Walnut Valley Unified School District
880 S. Lemon Ave.
Walnut, CA 91789
(909) 595-1261
Charter Communications (Spectrum)
3430 E Miraloma Avenue
GP-9
Anaheim, CA 92806
(844) 780-6054
Los Angeles County Department of Public Works
900 S. Fremont Ave.
Alhambra, CA 91803-1331
Operation Services
(626) 445-7630
Sewer Maintenance
(800) 675-4357
Los Angeles County Sheriff's Department
21695 E. Valley Blvd.
Walnut, California 91789
(909) 595-2264
Los Angeles County Fire Department
Station 119
20480 Pathfinder Road
Diamond Bar, California 91765
(909) 861-5995
Los Angeles County Fire Department
Station 121
346 Armitos Place
Diamond Bar, California 91765
(909) 396-0164
Metropolitan Water – La Verne
Substructures Team
P.O. Box 54153 Terminal Annex
Los Angeles, CA 90054
(213) 217-6679
Los Angeles County Fire Department
Station 120
1051 S Grand Ave
Diamond Bar, CA 91765
(323) 881-2411 (non-emergencies)
911 (emergencies)
The Contractor shall notify each of the above listed utility companies and
agencies in writing (copy to City) of the project. They shall be invited to a pre -
construction meeting and provided a work schedule.
Subsection 6-1.3.2. Protection
GP-10
The Contractor is hereby alerted to the existence of utility lines. The Contractor
shall carefully protect all lines during the course of construction.
Subsection 6-1.4. Work Hours and Sound Control
Daytime work hours shall be 8:30 a.m. to 4:30 p.m. Monday - Friday. Saturday
work hours, if permitted at least one week (7 Calendar Days) in advance by the City
Engineer, shall be 8:00 a.m. to 4:00 p.m.
Nighttime work hours shall be 10:00 p.m. to 5:00 a.m. Monday – Friday. Nighttime
work hours are not required but will be permitted at the request of the Contractor
with the City Engineer’s authorization. Contractor shall request nighttime work
hours at least 1 week (7 calendar days) prior to beginning the proposed nighttime
work operations.
The Contractor shall comply with all County and local sound control and noise level
rules, regulations, and ordinances which apply to any work performed pursuant to
the contract, and shall make every effort to control any undue noise resulting from
the construction operation.
Each internal combustion engine used for any purpose on the job or related to the
job shall be equipped with a muffler of a type recommended by the manufacturer.
No internal combustion engine shall be operated on the project without said muffler.
The City Engineer reserves the right to stop work if he determines that these
conditions are being violated.
Section 6-2. Prosecution of the Work
Subsection 6-2.1. Order of Work
The order of work, except where otherwise specifically required by the Plans and
Specifications, shall be determined by the Contractor who shall be solely
responsible for coordinating all subcontract and prime contract work to minimize
delays during construction.
The Contractor shall schedule his work in order to be as least disruptive as
possible to adjacent businesses and residents.
Subsection 6-2.2. Responsibilities of the Contractor in Conduct of His Work
Subsection 6-2.2.1. Labor is amended by the addition of the following:
GP-11
Labor Discrimination. No discrimination shall be made in the employment of
such persons upon public works because of the race, color, or religion of such
persons and every contractor for public works violating this section is subject to
all the penalties imposed for a violation of Chapter 11 or Part VII, Division 2 of
the Labor Code in accordance with the provisions of Section 1735 thereof.
Subsection 6-2.2.2. Contractor's Responsibility for Work
Reference is made to Section 6 - 8 of the Standard Specifications and these
General Provisions. Except as provided above, until the formal acceptance of
the work by the City Council, the Contractor shall have the charge and care
thereof and shall bear the risk of injury or damage to any part thereof by the
action of the elements or from any other case, whether arising from the execution
or from the non-execution of the work. The Contractor shall rebuild, repair,
restore, and make good all injuries or damages to any portion of the work
occasioned by any of the above causes before final acceptance and shall bear
the expense thereof, except such injuries or damages occasioned by acts of the
Federal Government or the public enemy.
Subsection 6-2.3. Public Convenience and Safety
Subsection 6-2.3.1. Traffic and Access
The Contractor shall furnish all flagmen and guards and supply and install all
signs, lights, flares, barricade delineators, and other facilities which are
necessary to expedite the passage of public traffic through or around the work
or to prevent accidents or damage or injury to the public or to give adequate
warning to the public of any dangerous conditions to be encountered. The
California Manual of Uniform Traffic Control Devices (MUTCD), latest edition and
Work Area Traffic Control Handbook (WATCH), latest edition shall be used for
all traffic control on this project.
Subsection 6-2.3.2. Street Closures Barricades, Detours
At a minimum the contractor shall maintain one (1) dedicated left turn and one
(1) thru/right turn lane at all times in all directions as deemed necessary.
The Contractor shall prepare any traffic control or detour plans as directed in Part
IV - Technical Provisions of these specifications.
Lane transitions shall conform to the California MUTCD, Part 6, “Temporary
Traffic Control.” Temporary traffic channelization shall be accomplished by the
use of temporary striping when channelization is required for more than 3 days.
The Contractor shall provide any plans that may be required for temporary
striping prepared and signed by a California licensed traffic engineer to the City
GP-12
Engineer for approval. In no event will temporary striping be allowed on newly
finished pavement surfaces which are to remain. Temporary traffic
channelization needed on a daily basis shall be accomplished with delineators.
The Contractor shall schedule an employee to police the temporary delineators
within the travel way during weekday, nonworking hours and over Saturdays,
Sundays, and holidays.
Subsection 6-2.3.3. Protection of the Public
It is part of the service required of the Contractor to make whatever provisions
are necessary to protect the public. The Contractor shall use foresight and shall
take such steps and precautions as his operations warrant to protect the public
from danger, loss of life or loss of property, which would result from interruption
or contamination of the public water supply, interruption of other public service,
or from the failure of partly completed work or partially removed facilities.
Unusual conditions may arise on the work which will require that immediate and
unusual provisions be made to protect the public from danger or loss, or damage
to life and property, due directly or indirectly to prosecution of work under this
contract.
Whenever, in the opinion of the City Engineer, an emergency exists against
which the Contractor has not taken sufficient precaution for the public safety,
protection of utilities and protection of adjacent structures or property which may
be damaged by the Contractor's operations in the opinion of the City Engineer,
immediate action shall be considered necessary in order to protect the public or
property due to the Contractor's operations under this contract, the City
Engineer will order the Contractor to provide a remedy for the unsafe condition.
If the Contractor fails to act on the situation within a reasonable time period, the
City Engineer may provide suitable protection to said interests by causing such
work to be done and material to be furnished as, in the opinion of the City
Engineer, may seem reasonable and necessary.
The cost and expense of said labor and material, together with the cost and
expense of such repairs as are deemed necessary, shall be borne by the
Contractor. All expenses incurred by the City for emergency repairs will be
deducted from the progress payments and the final payment due to the
Contractor. However, if the City does not take such remedial measures, the
Contractor is not relieved of the full responsibility for public safety.
Subsection 6-2.4. Recycling of Material
Subsection 6-2.4.1. Recycle of Asphalt Concrete, Portland Cement Concrete
The City is committed to recycling program. It is the obligation of the contractor,
under this contract, to recycle the waste material through an approved recycling
plant. Records and report of waste material will be submitted to the City of
Diamond Bar on a regular monthly basis. The construction and demolition
GP-13
requirements of the City has been provided as an appendix for further
information.
Section 6-9 Liquidated Damages
The amount of liquidated damages is hereby amended to $5,000 for each
consecutive calendar day.
Section 7. Measurement and Payment
Section 7-3. Payment
Subsection 7-3.1. General
Payment for the various items of the Bid Schedule, as further specified herein, shall
include all compensation to be received by the Contractor for furnishing all tools,
equipment, supplies, and manufactured articles, and for all labor, operations, and
incidentals appurtenant to the items of work being described, as necessary to
complete the various items of work, all in accordance with the provisions for
Measurement and Payment in the Standard Specifications and these Special
Provisions, and as shown on the Drawings, Exhibits, and spreadsheets including
all appurtenances thereto, and including all costs of compliance with the
regulations of public agencies having jurisdiction, including the Safety and Health
Requirements of the California Division of Industrial Safety and the Occupational
Safety and Health Administration of the U.S. Department of Labor (OSHA).
No separate payment will be made for any item that is not specifically set forth in
the Bid Schedule, and all costs therefore shall be included in the prices named in
the Bid Schedule for the various appurtenant items of work.
The Contractor agrees that the payment of the amount under the Contract, and the
adjustment and payment for any work done in accordance with any alterations of
the same, shall release the City of Diamond Bar, the City Council, the City Manager,
and the City Engineer of any and all claims or liability on account of work performed
under the Contract or any alterations thereof.
Guarantee. The Contractor agrees for a period of one year, commencing with the Final
Notice of Completion, to correct without additional charge to the City, any defects in the
work performed, or in the materials furnished, by the Contractor and/or manufacturer,
jointly.
Subsection 7-3.2. Partial and Final Payment
Progress Payments. The Contractor shall be entitled each month to a monthly progress
payment in an amount equal to ninety-five percent (95%) of the estimated percentage of
actual work completed by the end of the preceding calendar month, based on the contract
price less all previous payments. Subject to the provisions of Section 22300 of the Public
Contract Code, a five percent (5%) retention will be withheld from each payment. All
invoices and detailed pay requests shall be approved by the City Engineer before
GP- 14
submittal to the City for payment. All billings shall be directed to the City Engineer. In all
events, the City shall withhold no less than five percent (5%) of the contract price until
final completion and acceptance of the work.
This payment on account shall in no way be considered as an acceptance of any part of
the work or material of the Contract, nor shall it in any way govern the final estimate.
Acceptance of any progress payment accompanying any estimate without written protest
shall be an acknowledgment by the Contractor that the number of accumulated contract
days shown on the associated statement of working days is correct. Progress payments
made by the City to the Contractor after the completion date of the Contract shall not
constitute a waiver of liquidated damages.
The Contractor shall submit with its invoice the Contractor's conditional waiver of lien for
the entire amount covered by such invoice; valid unconditional waivers of lien from the
Contractor and all subcontractors and material-men for all work and materials included in
any prior invoices;
Waivers of lien shall be in the forms prescribed by California Civil Code Section 3262.
Prior to final payment by the City, the Contractor shall submit a final waiver of lien for the
Contractor's work, together with releases of lien from any subcontractor or material-men.
Final Payments. After the completion of the Contract, the City Engineer shall make a final
inspection of the work done thereunder, and if entirely satisfactory and complete, the City
shall pay to the Contractor an amount which, when added to the payments previously
made and deductions allowable to the City, will equal ninety-five percent (95%) of the
contract price. Thereafter the balance of the contract price remaining unpaid shall be
paid thirty-five (35) calendar days after the recording of a Notice of Completion by the
City. The payment of the final amount due under the Contract and the adjustment and
payment for any work done in accordance with any alterations of the same shall release
the City from any and all claims on account of the work performed under the Con tract or
any alterations thereof. Final payment to Contractor shall be withheld for at least 30 days
after the time in which Contractor has verified, to the City's satisfaction, that it has
submitted all information to the Department of Industrial Relations required by Labor Code
§1773.3.
Subsection 7-3.5. Contract Unit Prices
Subsection 7-3.5.1. General
All pay items will be paid for at the unit prices named in the Bid Schedule for the
respective items of work. The quantities of work or material stated as unit price
items on the Bid Schedule are stated only to give an indication of the general
scope of the work. The City does not expressly, nor by implication, agree that
the actual amount of work or material will correspond therewith, and reserves
the right after the award of Contract to increase or decrease the quantity of any
unit price item of work, and shall have the right to delete any Bid Item in its
entirety, or to add additional Bid Items.
GP- 15
Section 7-6. Final Cleanup and Closeout
Upon completion of the work, and before acceptance and final payment is made by the
City, the Contractor shall clean the project site and areas occupied by him in connection
with the work. All rubbish, excess materials, falsework, temporary structures, an d
equipment shall be removed; and all parts of the work shall be left in a neat and
presentable condition.
Prior to final closeout, the Contractor shall submit the following:
A. A complete set of as-built/record plans showing constructed conditions, materials,
revisions, finishes, etc. for the Project.
B. A complete file of operation and maintenance manuals for equipment and
materials used in the work. Such file shall be bound in hardcover, three -ring
binders and shall be labeled.
C. Required written guarantees.
D. Complete list of subcontractors and principal vendors engaged in the execution of
the work, including addresses and telephone numbers.
E. Complete and updated Storm Water Pollution Prevention Plan/Water Pollution
Control Plan and Contractor certification that construction activities were in
compliance with applicable National Pollutant Discharge Elimination System
regulations.
Full compensation for conforming to the requirements of this Section shall be considered
as included in the contract bid price paid for the various items of work and no additional
compensation will be allowed therefor. Failure to conform to these requireme nts may
result in the City withholding the full retention payment.
Section 7-7. Payment for Bid Items
See “Technical Provisions” section of these Specifications.
Section 303-5.5.5. Alley Intersections, Access Ramps, and Driveways
Add the following:
The Contractor shall verify, with a “smart level”, that maximum ramp and sidewalk grades
do not exceed maximum grades indicated on the project plans, when marking the
required saw cut removal limits and when setting the concrete forms, prior to pouring any
curb access ramp locations. It shall be the Contractor’s responsibility to supervise and
utilize the proper experienced personnel to ensure that the proper saw cut limits are
established for all access ramp locations and the City Engineer shall not be res ponsible
to direct the Contractor’s crews or otherwise serve in this management capacity. The
GP- 16
City Engineer shall be present to verify the concrete forms, prior to the Contractor pouring
any PCC construction improvements for the curb access ramp.
The Contractor shall be responsible to layout the proposed access ramp to comply with
the maximum grades indicated on the project plans. Limits of the new access ramp shall
be reviewed and approved by the City Engineer prior to saw cutting. Typical constru ction
tolerances to construct the new access ramp shall not apply and maximum grades
indicated on the project plans shall not be exceeded. The Contractor shall be responsible
for removing and reconstructing access ramps at his own cost if ramps are deemed non-
compliant with the project plans and these Specifications.
Where the type of access ramp includes a retaining curb at the back of access ramp to
make up for a difference in elevation between the existing grade and access ramp grade,
the construction of said retaining curb shall be considered as part of the access ramp
work.
The access ramp construction work shall include all related adjustments of pull boxes,
pull box covers, and protection of traffic signal poles and signs that fall within the proposed
access ramp construction limits.
Special Note To Contractor:
Prior to constructing a curb ramp where physical site constraints do not allow the access
ramp construction to fully meet the requirements/standard plans as indicated on the
project plans, the Contractor shall so notify the City Engineer for direction in a dvance of
construction.
SP-1
PART III
SPECIAL PROVISIONS
SP-2
SPECIAL PROVISIONS
FOR DIAMOND BAR BOULEVARD COMPLETE STREET PROJECT
CITY PROJECT NO. SI256
SPECIFICATIONS
The work to be done shall be performed or executed in accordance with these Special
Provisions and the "Standard Specifications for Public Works Construction", Latest Edition
and all subsequent supplements, hereinafter referred to as the Standard Specifications. The
Standard Specifications are published by Building News, Inc. 10801 National Boulevard,
Suite 100, Los Angeles, California 90034 and are included by reference only.
LOCATION OF WORK
The work to be done is located on Diamond Bar Boulevard from 100’ south of Golden Springs
Road to 100’ north of Palomino Drive.
ADDENDA
The City Engineer may, without City Council approval, issue addenda to the Contract
Documents during the period of advertising for bids for the purpose of: (a) revising prevailing
wage scales or (b) clarifying or correcting Special Provisions, Plans or Bid Proposal; provided
that any such addenda does not change the original scope and intent of the project.
Purchasers of contract documents will be notified and furnished copies of such addenda,
either by certified mail or personal delivery, during the period of advertising.
TIME LIMIT AND NOTICE TO PROCEED
All work shall be completed within two hundred forty (240) working days. A move-in period
of seven (7) calendar days will be allowed starting on the date in the Notice to Proceed. The
counting of working days shall start on the date the Contractor elects to start work or the last
day of the move-in period, whichever occurs first. The Contractor shall utilize the move-in
period to ensure that all materials required for the project will be available for the scheduled
work. No additional working days will be allowed for material delay once the Contractor
commences work. The contractor shall begin construction eight (8) calendar weeks from
the date of project award by City. The Notice to Proceed will be issued immediately after the
project award and working days will be counted starting on the first date of construction start.
Upon exhaustion of stipulated working days, liquidate d damages will be assessed per each
calendar day of delay.
Nothing in this section will relieve the Contractor of its obligations relative to starting work as
required elsewhere in these specifications.
CHANGES IN THE WORK
Subsection 2-7.1 of the Standard Specifications is supplemented by the following:
Notwithstanding the limitation imposed by this Subsection, the City Engineer may, with
City Council approval, order changes in the work which increase the contract cost by
not more than ten percent (10%) of the original contract amount.
SP-3
CONTRACTOR'S INDUSTRIAL SAFETY RECORD
All bidders will be required to submit information as to their industrial safety record on the
form provided in the Bid Proposal. A review of this safety record will be made prior to a
determination of the lowest responsible bidder, and any adverse finding as to the bidder's
safety record or any bid submitted which does not contain the Contractor's Industrial Safety
Record, filled out and signed by the Contractor, may be sufficient cause for rejection of the
bid.
CONSTRUCTION SCHEDULE
In accordance with Subsection 6-1 of the Standard Specifications, the Contractor shall submit
a written proposed construction schedule to the City Engineer ten (10) calendar days prior to
the start of work. Such schedule shall be subject to the review and approval by the City
Engineer. No work shall be done until the City Engineer and the Contractor have agreed to
the schedule to be followed by the Contractor.
ORDER OF WORK
As first order of work, the Contractor shall submit shop drawings for long lead items and order
said items promptly. Long lead items include traffic signal standard and appurtenances,
lighting, pavers, and hardscape elements.
WITHHELD CONTRACT FUNDS
Pursuant to Section 4590 of the Government Code, the Contractor at its own expense may
deposit securities pledged in favor of the Agency with a state or federally chartered bank as
the escrow agent.
The acceptable securities are those listed in Section 16430 of the Government Code or bank
or savings and loan certificates of deposit.
The amount of securities to be deposited shall be equivalent to the maximum amount
permitted to be withheld as specified in Subsection 9 -3.2 of the Standard Specifications.
Formal acceptance of the project by the Agency terminates the Agency's interest in the
securities.
PUBLIC CONVENIENCE AND SAFETY
In addition to the requirement of Subsection 7 -10 of the Standard Specifications and the
Standard Special Provisions, the Contractor shall maintain access to all adjacent properties.
Furthermore, this subsection is amended and supplemented by the followin g paragraphs:
DETOUR
In no case shall traffic be diverted from the existing traveled way without prior approval
of the City Engineer.
TRAFFIC FLOW
In order to facilitate the flow of traffic during the contractual period, the Agency
reserves the right to extend the limits of the project to include any areas where signing
and delineating is deemed necessary by the Engineer.
Sequencing Requirements
At no time shall more than two corners of intersections be inaccessible to pedestrians.
SP-4
Bus Stops
Contractor shall provide temporary bus stops where work impact. Contractor shall
coordinate temporary bus stop locations with Foothill Transit.
Private Property Coordination
Contractor shall comply with requirements set forth in temporary construction
easements (TCEs) and permits to enter and construct (PECs) for work on private
property. These documents are included in Appendix B..
Full compensation for complying with the above requirements shall be considered as
included in the various items of work unless otherwise specified above.
CONSTRUCTION WATER
Construction water is available from the Walnut Valley Water District (WVWD) by applying
for a temporary meter, which will be installed and chained to a hydrant by WVWD. Contact
WVWD at telephone (909) 595-7554 to apply for construction water. Contractor to verify
current charges.
SANITARY CONVENIENCE
Necessary sanitary facilities for the use of workman on the job shall be provided and
maintained in an approved manner by the Contractor, properly secluded from public
observation and in compliance with health ordinances and laws, and their use shall be st rictly
enforced by the Contractor.
STORAGE SITE
It shall be the Contractor's responsibility to locate any storage sites for materials and
equipment needed and such sites either located on public or private property must be
approved in advance by the City Engineer.
No equipment or materials shall be stored in the public roadway right -of-way without prior
written approval from the City Engineer.
UTILITY WORK BY OTHERS
The Walnut Valley Water District (WVWD) will be performing installation and upgrades to
their facilities concurrently with this project. The Contractor shall coordinate directly with the
WVWD contractor and inspector to avoid conflicts and ensure smooth ex ecution of
overlapping work. The Contractor shall allow WVWD reasonable access to perform their
work, and shall schedule operations to minimize interference.
ADJACENT PUBLIC WORKS PROJECTS
The SR-57/SR-60 Interchange Improvement Project is currently under construction and is
anticipated to continue through June 2027. This ongoing project may include periodic
closures of on- and off-ramps, as well as other lane restrictions, which may impact access
and local traffic. The Contractor shall monitor traffic advisories and coordinate with relevant
agencies to plan construction activities accordingly and minimize disruptions.
CALIFORNIA COMMUNITY CONSERVATION CORPS (CCC) PARTICIPATION
As part of the project’s funding requirements, certain work items may be performed by the
Local Community Conservation Corps (CCC). Potential CCC work may include, but is not
SP-5
limited to: clearing, grubbing, installation of crosswalk pavers, and landscaping elements
(including trees and other plantings). The City is in communication with the CCC regarding
their interest and availability to perform this work in 2026. The scope of CCC participation is
anticipated to be finalized prior to the project’s pre -construction meeting, expected in
November/December 2025. Any work performed by the CCC will be addressed through a
deductive Contract Change Order (CCO) with the Contractor.
SPECIAL INSPECTION FEES
If the Contractor elects to work under this contract more than 8 hours/day or more than 40
hours/week, Saturday, Sunday, or CITY holidays, the Contractor shall arrange with the
Engineer for the required inspection service and pay the Special Inspection Fees which will
be charged at the following rates:
Monday through Fridays - $159.00 per hour
Saturday - $1,512.00 per day (8 hours)
Sunday, Holidays - $2,008.00 per day (8 hours)
Fees may be deducted from payments due to the Contractor at the discretion of the Engineer.
PROJECT COORDINATION AND NOTIFICATION REQUIREMENTS
Notification to the agencies listed below and those agencies named in Subsection 5 -1 (Utility
Owner and Public Agency Identifications) of the General Provisions must be in writing with
proof of letter given to the City.
Pomona Unified School District
800 S. Garey Ave
Pomona, CA 91766
(909) 397-4800
Walnut Valley Unified School District
880 South Lemon Avenue
Walnut, California 91789
(909) 595-1261
Foothill Transit Agency
(626) 931-7225
PRE-CONSTRUCTION MEETING
The City shall arrange a pre-construction meeting with the Contractor and representatives
from utility companies, which shall be held a minimum of ten (10) calendar days prior to
commencement of any work.
TRASH COLLECTION SCHEDULE
No streets will be closed or have work done on day of trash collection.
Questions regarding trash collection can be directed to:
SP-6
Waste Management
(626) 856-1285
(818) 960-7551
Valley Vista Services
(800)442-6454
STREET SWEEPER ROUTE SCHEDULE
All overlays shall be applied at least twenty-four (24) hours prior to sweeping of any street in
the project area.
Questions regarding street sweeping can be directed to:
Valley Vista Services
(626) 855-5555
REMOVAL OF MATERIALS
Materials, which are to be disposed of, include, but are not limited to:
saw-cut asphalt pavement and concrete removed for curb and gutter shall not be
stored at the site but shall be removed immediately. No overnight storage of materials
or debris will be allowed in the street area or surrounding areas.
COMPETENCY OF BIDDER
The bidder shall be licensed under the provisions of Chapter 9, Division 3, of the Business
and Professions Code of the State of California to do the type of work contemplated in the
Contract and shall be skilled and regularly engaged in the general class or type of work called
for under this Contract. Contractor's License Class A, or C12 is required for this project.
BID QUANTITIES
The quantities given in the Proposal and Contract form are approximate, being given as a
basis for the comparison of bids only, and the city does not, expressly or by implication, agree
that the actual amount of work will correspond therewith, but reserves the right to increase
or decrease the amount of any class or portion of the work, or to omit any portion of the work,
as may be deemed advisable or necessary by the City Engineer.
CITY EQUAL EMPLOYMENT OPPORTUNITY (EEO) PROVISIONS
1. AFFIRMATIVE ACTION PLAN FOR EQUAL EMPLOYMENT OPPORTUNITY
The following provisions pertaining to equal employment opportunity are incorporated into
this Contract. In connection with performance of work under this Contract, the Contractor
agrees as follows:
a. The Contractor will not discriminate against any employee or applicant for
employment because of race, color, sex, religion, ancestry or national origin.
The Contractor will take affirmative action to ensure that applicants are
employed, and the employees are treated during employment, without regard
to race, color, sex, religion, ancestry or national origin. Such action shall
include, but not be limited to, the following: employment, upgrading, demotion
SP-7
or transfer; recruitment or recruitment advertising; layoff or termination; rates
of pay or other forms of compensation; and selection for training, including
apprenticeship where applicable.
b. In all advertisements for labor or other personnel, or requests for employment
of any nature, the Contractor shall state that all qualified applicants will receive
consideration for employment of any nature, the Contractor shall state that all
qualified applicants will receive consideration for employment without regard to
race, color, sex, religion, ancestry or national origin.
c. In all hiring, the Contractor shall make every effort to hire qualified workers from
all races and ethnic groups.
d. The Contractor shall be responsible for the compilation of records of the ethnic
distribution of the entire project work force on forms furnished by the Agency.
Said forms, indicating the ethnic distribution of man-hours of work within the
various crafts and trades, shall be filed by the Contractor with the Agency every
thirty (30) days.
e. The Contractor shall send to each labor union or representative of workers with
which it has a collective bargaining agreement or other contract or
understanding, a notice, to be provided by the Agency, advising the said labor
union or worker's representative of the Contractor's commitments under this
section.
f. The Contractor shall maintain and permit access by the Agency to records of
employment, employment advertisements, application forms and other
pertinent data and records of the Contractor's own work force and that of the
various subcontractors on the project for the purpose of investigation to
ascertain compliance with this EEO section.
g. Within ten (10) days after execution of the Contract by the Agency, the
Contractor shall meet the following standards for affirmative compliance and
shall ensure that each subcontractor on the project will meet these
requirements within ten (10) days after receiving a Notice to Proceed from the
Contractor, unless the Agency provides for a greater time period:
i. File with the Agency an Affirmative Action Plan indicating the steps it will
take to encourage and assist qualified members of minority groups.
Such affirmative action will include statements regarding recruitment,
employment, compensation, promotion or demotion, and selection for
training.
ii. Provide evidence as required by the Agency that it has notified in writing
all subcontractors, the Contractor's supervisors and other personnel
officers of the content of this EEO section and their responsibilities under
it.
SP-8
iii. Provide evidence, as required by the Agency that it has notified in writing
all sources of employee referrals (including, but not limited to, unions,
employment agencies and the State Department of Employment
Development) of the content of this EEO section.
iv. Notify the Agency in writing of any opposition to this EEO section by
individuals, firms, unions or organizations.
h. If the Agency has reason to believe that the Contractor or a subcontractor may
have committed a violation of the EEO section of this Contract or of the
California Fair Employment Practice Act or of any applicable Federal law
concerning equal employment practices on this project, the Agency will cause
written notice to be served on the Contractor or its representative, and to any
subcontractor involved in such violation. The notice shall set forth the nature
of the violation. Upon the Agency's request, the Contractor shall meet with
representatives of the Agency in order to determine the means of correcting
the violation and the time period within which the violation shall be corrected.
If, within ten (10) days, the Contractor or subcontractor has failed or refused to
remedy the violation, the Agency may notify the Fair Employment Practices
Commission and pursue any other remedies which may be available under the
law.
i. The Contractor shall include the provisions of the foregoing paragraphs 1a
through 1h in every first-tier subcontract and require each subcontractor to bind
each further subcontractor with whom it has a contract to such provisions, so
that such provisions will be binding upon each subcontractor who performs any
of the work required by the Contract.
2. ANTI-DISCRIMINATION
a. The Contractor certifies and agrees that all persons employed by the
Contractor, its affiliates, subsidiaries or holding companies are and will be
treated equally by the Contractor without regard to or because of race, color,
sex, religion, ancestry or national origin and in compliance with State and
Federal anti-discrimination laws. The Contractor further certifies and agrees
that it will deal with its subcontractors, bidders and vendors without regard to
or because of race, color, sex, religion, ancestry or national origin. The
Contractor agrees to allow access to its employment records during regular
business hours to verify compliance with the foregoing provisions when so
requested by the City.
b. The Contractor specifically recognizes and agrees that if the City finds that any
of the foregoing provisions have been violated, the same shall constitute a
material breach of Contract upon which the City may determine to cancel,
terminate or suspend the Contract. While the City reserves the right to
determine individually that the anti-discrimination provisions of the Contract
have been violated, in addition a determination by the California Fair
Employment Practices Commission or the Federal Equal Employment
Opportunity Commission that the Contractor has violated State or Federal anti -
SP-9
discrimination laws shall constitute a finding by the City that the Contractor has
violated the anti-discrimination provisions of the Contract.
c. At its option, and in lieu of canceling, terminating or suspending the Contract,
the City may impose damages for any violation of the anti -discrimination
provisions of this section, in the amount of two hundred ($200.00) for each
violation found and determined. The City and the Contractor specifically agree
that the aforesaid amount shall be imposed as liquidated damages, and not as
a forfeiture or penalty. It is further specifically agreed that the aforesaid amount
is presumed to be the amount of damages sustained by reason of any such
violation, because, from the circumstances and the nature of the violation, it is
impracticable and extremely difficult to fix actual damages.
1293492.1
PART IV
TECHNICAL PROVISIONS
TP-2
TECHNICAL PROVISIONS
FOR DIAMOND BAR BOULEVARD COMPLETE STREET PROJECT
CITY PROJECT NO. SI256
BID ITEMS
Each respective bid item as shown on the proposal form shall comply with the respective
section of the 2024 edition of Standard Specifications for Public Works Construction, its
supplements, and any other publication as specified or listed in the General Conditions.
If there is a conflict between these Technical Provisions and the Standard Specifications,
these Technical Provisions shall have precedence.
Incidental Work - All work and materials required by the plans and specifications, and not
specifically listed in the bid schedule items of work, shall be considered incidental and no
additional payment shall be made therefore.
TP-3
Mobilization and Demobilization
Bid Item No. 1
Part 1 General
1.01 DESCRIPTION
Work specified in this section consists of preparatory work and operations at the
start of the Contract Work and removal of those items at Contract completion.
1. Mobilization: Mobilization includes but is not limited to, operations
necessary for the movement of personnel, equipment, supplies, and
incidentals to the Worksite; for the establishment of all offices, buildings and
other facilities necessary for work on the project; and for all other work and
operations which must be performed or are incidental to beginning work on
the various contract items. Mobilization also includes preparation of the
applicable items included in Subsection 7 of the General Provisions under
“Measurement and Payment”.
2. Demobilization: Demobilization includes, but is not limited to, operations
necessary for the removal of personnel, equipment, supplies, and
incidentals from the Worksite, Contractor-owned structures, facilities,
materials, and debris; and for all other work and operations which must be
performed or are incidental to the completion of work of the various contract
items.
1.02 DELIVERY
Delivery to the Worksite of construction tools, equipment, materials, and supplies
shall be accomplished in conformance with local governing regulations.
Part 2 Products
2.01 MATERIALS
The Contractor shall provide construction tools, equipment, materials, and
supplies of the type and quantities, which will facilitate the timely execution of the
Work.
Part 3 Execution
3.01 INSTALLATION AND REMOVAL
The Contractor shall provide personnel, products, construction materials,
equipment, tools, and supplies at the Worksite at the time they are scheduled to
be installed or utilized.
TP-4
The Contractor shall locate plant or plants appropriately close to the portion of the
Work for which it will be used.
Upon completion of the Work, the Contractor shall remove construction tools,
apparatus, equipment, unused materials and supplies, plant, and personnel from
the jobsite.
3.02 CLEANUP
During progress of work, keep premises reasonably free of debris and waste
materials.
Upon completion of work, remove all debris, rubbish, leftover material, tools and
equipment from project site.
Part 4 Payment
Measurement for payment for Mobilization and Demobilization will be based
upon completion of such work as a lump sum, non -proratable pay item, and shall
require completion of all of the listed mobilization items during the first 25 days
following the Notice to Proceed.
Payment for Mobilization and Demobilization may be made, at the Contractor’s
option, in one payment or two payments (one for mobilization at the beginning of
the project and one for demobilization at the end of the project, the total of which
shall equal 100% of the mobilization and demobilization pay item), at the unit price
named in the Bid Schedule under Item No. 1, which total price shall constitute full
compensation for all such work, no part of which will be approved for payment
under the Contract until all mobilization items listed herein have been completed
as specified. The scope of the work included under Pay Item No. 1 shall include
obtaining of all bonds, insurance, and permits, moving onto the site of all plant and
equipment, and the furnishing and erecting of plants, temporary buildings, and
other construction facilities, all as may be required for the proper performance and
completion of the Work.
Payment for demobilization will be made as described above for Mobilization in
one full or partial payment at the unit price named in the Bid Schedule under Item
No. 1, which price shall constitute full compensation for removal and cleanup of
said facilities under Mobilization. Any whole or partial payment remaining for
demobilization will be made after cleanup is completed on all work within the
contract.
Mobilization shall include, but not be limited to, the following principal items:
1. Moving onto the site of all Contractors’ plant and equipment required for the
first month's operations.
2. Installing temporary construction power, wiring, and lighting facilities.
TP-5
3. Developing and installing construction water supply.
4. Providing field office trailers for the contractor, if needed.
5. Providing all on-site communication facilities.
6. Providing all on-site sanitary facilities and potable water facilities for workers.
7. Furnishing, installing, erecting, and maintaining all storage buildings or sheds
required for the temporary storage of any products, equipment, or
materials that have not yet been incorporated into the Work. All such
storage facilities shall meet or exceed the material manufacturer's
published storage requirements and these Special Provisions,
including any ambient temperature and humidity controls, if
recommended by the material manufacturer, and for all security and
safety on and about the site of the Work.
8. Arranging for, and erection of, the Contractor's construction and storage yard per
Section 7-10, "Public Convenience and Safety," of the Standard
Specifications.
9. Obtaining and paying for all required bonds, insurance, and permits.
10. Posting all OSHA-required notices, and establishment of OSHA-approved
safety programs.
11. Providing a full-time Contractor's superintendent.
12. Submitting of the required Construction Schedule, as specified in Section
6-1, "Construction Schedule and Commencement of Work," of the
Standard Specifications.
13. Submittal of Initial Construction Schedule, embodying all corrections
required by the Engineer, within 25 days of date of Notice to Proceed.
No payment for Mobilization can be made until this has been approved
and submitted.
14. Fencing of storage & laydown areas, which is to be removed and disposed
of upon project completion.
In addition to the requirements specified above, all submittals shall conform to the
applicable requirements of Section 2 -5.3, "Shop Drawings and Submittals" of the
Standard Specifications.
No payment for any of the listed initial mobilization work items will be made until
all of the listed items have been completed to the satisfaction of the Engineer.
TP-6
The aforementioned amount will be retained by the City as the agreed, estimated
value of completing all of the mobilization items listed. Any such retention of
money for failure to complete all such mobilization items as a lump-sum item shall
be in addition to the retention of any payment pursuant to the provisions of Public
Contract Code 22300.
TP-7
Traffic Control
Bid Item No. 3
Part 1 General
1.01 DESCRIPTION
The work specified in this section includes providing all materials, manpower,
equipment, and performing all operations to control traffic through the project site
during construction, as shown on the drawings, and as specified in these Technical
Provisions.
1.02 REFERENCE STANDARDS
The following specifications and standards listed in this paragraph form a part of
this specification to the extent required by the references thereto:
A. State of California, Department of Transportation (CALTRANS).
a. 2024 Standard Plans
b. 2024 Standard Specifications
c. 2014 California Manual on Uniform Traffic Control Devices (CA
MUTCD) Revision 8 (Effective 1/11/24)
B. American Public Works Association (APWA)
a. Work Area Traffic Control Handbook (W.A.T.C.H.)
Part 2 Products
Contractor shall provide and furnish all materials necessary for traffic control during
construction, and as directed by the Engineer.
Part 3 Execution
3.01 GENERAL
Traffic control equipment shall conform to City of Diamond Bar Requirements;
Section 12 of the CALTRANS Standard Specifications, CALTRANS Standard
Plans, CA MUTCD; APWA WATCH Manual; and as required by the Engineer.
Contractor shall furnish, construct, maintain, and remove detours, road closures,
lights, signs, pavement markings and striping, barricades, fences, flares,
miscellaneous traffic devices, flagmen, drainage facilities, paving, and such other
items and services as are necessary to adequately safeguard the public from
hazard and inconvenience. All such work shall comply with the ordinances,
TP-8
directives, and regulations of the local authorities with jurisdiction over the public
roads in which the construction takes place and over which detoured traffic is
routed by the Contractor.
Prior to the start of construction operations on any public street, Contractor shall
notify the City of Diamond Bar law enforcement, traffic enforcement, and fire
department, giving the expected starting date, completion date, and the name and
telephone number of a responsible person who may be contacted at any hour on
any day in the event of a condition requiring immediate correction.
3.02 CONSTRUCTION SIGNING
The Contractor shall maintain a 24-hour emergency service to remove, install,
relocate, and maintain warning devices and furnish to the Engineer names and
telephone numbers of three persons responsible for this emergency service. In
the event these persons do not promptly respond, or the local authorities or district
deem it necessary to call out other forces to accomplish emergency service, the
Contractor will be held responsible for the cost of any such emergency service.
Signs shall be illuminated or reflectorized when they are used during hours of
darkness. Cones, delineators or barricades used in the diversion of traffic shall be
equipped with flashers or other illumination if in place during hours of darkness.
3.03 VEHICULAR TRAFFIC CONTROL
General
Contractor shall be responsible for adequate barricading of the work area and
controlling of traffic in the vicinity of the project as specified in Subsection 5-7 of
the General Provisions.
Traffic control plans are the responsibility of the contractor. As a minimum,
the contractor shall use the Typical Application Diagrams included in the latest CA
MUTCD, or the latest APWA W.A.T.C.H. Manual. The Contractor shall submit his
plans for traffic control a minimum of 14 calendar days in advance of
implementation for approval by the Engineer. The Traffic Control shall be signed
and stamped by a registered engineer in the St ate of California.
If a difference in excess of 0.15 foot exists between the elevation of the existing
pavement and the elevation of an excavation within 5 feet of the left edge or within
8 feet of the right edge of the traveled way at the end of each working day, place
and compact material against the vertical cut adjacent to the traveled way. During
the excavation, you may use native material for this purpose except you must use
structural material once you start placing the structural section. Place the material
to the top of the existing pavement and taper at a slope of 10:1 (horizontal:vertical)
or flatter to the bottom of the excavation. Do not use treated base for the taper.
Contractor shall keep two lanes open in each direction on Diamond Bar Boulevard
at all times except during the construction of paver crosswalks.
TP-9
Paver Crosswalk Construction
The paver crosswalks shall be constructed on weekends and/or as night work.
Contractor shall install temporary facilities to protect unfinished crosswalk and
open roadway up to vehicle traffic during non-construction hours.
Driveway Construction
The Contractor can close driveways for up to 5 calendar days; the Contractor shall
provide detour signage for each driveway closure. Alternatively, the Contractor
may close half of the driveway width for one 5 -day duration and then close the
other half of the driveway width for another 5-day duration. Do not concurrently
close or restrict access to adjacent driveways that serve the same parcel or lot at
any one time. If a property owner permission or a temporary easement is required
to re-build a driveway, the contractor will obtain such permission or easement
directly from the individual private property owners.
3.04 DETOUR ROUTING
Detours shall be Contractor shall notify the Engineer at least 14 calendar days in
advance and provide complete coordination prior to detouring of traffic.
Contractor shall post detour routes to provide clear guidance to traffic.
3.05 PEDESTRIAN ACCESS
Pedestrian facilities shall be provided through construction areas within the right -
of-way as specified herein.
Contractor shall maintain and safely delineate a minimum of one four-foot-wide
pedestrian walkway along each public street at all times during construction.
Maintain access to bus stops at all times.
3.06 ACCESS TO ADJACENT PROPERTIES
Contractor shall maintain reasonable access from public streets to all adjacent
properties at all times during construction. Forty -eight hours prior to restricting
normal access from public streets to adjacent properties, Contractor shall notify
the Engineer, informing occupants of the nature of the access restriction, the
approximate duration of the restriction, and the best alternate access route for that
particular property.
3.07 PERMANENT TRAFFIC CONTROL DEVICES
Existing permanent traffic control signs, barricades, and devices shall remain in
effective operation unless a substitute operation is arranged for and accepted as
a portion of the vehicular traffic control as noted above.
TP-10
3.08 TEMPORARY STRIPING
Whenever the work causes obliteration of striping, temporary or permanent striping
shall be in place prior to opening the traveled way to public traffic. Where lane line
or centerline striping existed prior to the work, such striping shall be provided at all
times for traveled ways open to public traffic.
All work necessary, including any required lines or marks, to establish the
alignment of temporary striping shall be performed by the Contractor. Surfaces to
receive temporary striping shall be dry and free of dirt and loose material.
Temporary striping shall not be applied over existing pavement delineation or other
temporary striping. Temporary striping shall be maintained until superseded or
replaced with a new pattern of temporary striping or permanent striping.
Temporary pavement markers which are applied to the final layer of surfacing or
existing pavement to remain in place or which conflict with a subsequent or new
traffic pattern for the area shall be removed when no longer required for the
direction of public traffic, as determined by the Engineer.
Whenever lane lines or centerlines are obliterated and temporary striping to
replace the lines is not shown on the plans, the minimum lane line and centerline
delineation to be provided for that area shall be temporary reflective pavement
markers placed at longitudinal intervals of not more than 24 feet. The temporary
reflective pavement markers shall be the same color as the lane line or centerline
the pavement markers replace. Temporary reflective pavement markers shall be,
at the option of the Contractor, one of the temporary pavement markers listed for
short term day/night use (14 days or less) or long term day/night use (6 months or
less) in the CALTRANS list of "Prequalified and Tested Signing and Delineation
Materials."
Temporary reflective pavement markers shall be placed in accordance with the
manufacturer's instructions and shall be cemented to the surfacing with the
adhesive recommended by the manufacturer, except epoxy adhesive shall not be
used to place temporary pavement markers in areas where removal of the
pavement markers will be required.
Temporary striping consisting entirely of temporary reflective pavement markers
placed on longitudinal intervals of not more than 24 feet shall be used on lanes
opened to public traffic for a maximum of 14 calendar days. Prior to the end of the
14 days the permanent striping shall be placed. If the permanent striping is not
placed within the 14 days, the Contractor shall provide additional temporary
striping and the cost thereof shall be borne by the Contractor. The additional
temporary striping to be provided shall be equivalent to the pattern specified for
the permanent striping for the area, as determined by the Engineer.
TP-11
Part 4 Payment
Full compensation for preparing a temporary traffic control plan, furnishing,
placing, maintaining and removing the temporary reflective pavement markers,
used for temporary striping for those areas where temporary striping is not shown
on the plans and for providing equivalent patterns of permanent traffic lines for
those areas when required, shall be considered as included in the contract lump
sum price bid for Traffic Control and no separate payment will be made therefore.
TP-12
Stormwater Pollution Prevention
Bid Item No. 2
Part 1 General
1.01 DESCRIPTION
This section describes work necessary by the Contractor to allow the Owner to
comply with the California State Water Resources Control Board (SWRCB) Order
WQ 2022-0057-DWQ, National Pollutant Discharge Elimination System (NPDES)
General Permit for Stormwater Discharges Associated with Construction and Land
Disturbance Activities (General Permit). Specifically, this includes the
implementation of a Storm Water Pollution Prevention Plan (SWPPP). The work
shall reflect the Contractor's experience, resources, and capabilities in determining
and meeting the requirements of the General Permit.
The Contractor shall assume the responsibility from the City and implement the
SWPPP. This item shall consist of preventing, controlling, and abating discharges
of pollutants from the construction site as specified in the SWPPP as well as
preparing site inspection, monthly status and notice of discharge reports and rain
event action plans, monitoring, sampling, analyzing and reporting to State NPDES
Clearinghouse.
Stormwater pollution prevention of the project shall conform to the provisions of
Section 3-12.6 of the Standard Specifications and to the following Special
Provisions.
1.02 SUBMITTALS
The Contractor shall prepare and submit a Stormwater Pollution Prevention Plan
(SWPPP).
1. The project is anticipated to be a Risk Level 2.
2. Once the SWPPP is approved by the City, the City will issue the Notice of
Intent (NOI).
3. The Contractor shall prepare Annual Reports. Allow ten (10) working days
for review by the City. Submit a revised report within 5 days of receiving City
comments.
Part 2 Materials
Refer to the SWPPP and hazardous materials plan for materials to be used.
Sediment and erosion control materials shall conform to Caltrans Standard
Specifications Subsections 13-4 through 13-10.
TP-13
Part 3 Execution
3.01 GENERAL
The Contractor shall comply with the conditions identified in the General Permit
and the SWPPP that apply to the work under this contract.
Land disturbance activities shall not begin until the City authorizes the SWPPP
and a Waste Discharge Identification (WDID) number is issued.
The Contractor shall be responsible for the Construction Site Monitoring Program,
including visual inspections and water quality monitoring and reporting.
The Contractor shall retain a QSD. The Contractor’s QSD shall:
1. Revise and amend the SWPPP
2. Perform inspections as required by the General Permit
The Contractor shall retain a QSP. A QSD may perform the responsibilities of a
QSP. The Contractor’s QSD and the Contractor’s QSP may be the same person.
The Contractor’s QSP shall:
1. Perform inspections as required by the General Permit
2. Oversee implementation of BMPs as required by the General Permit
3. Oversee water quality monitoring and reporting
4. Train Contractor crews as required by the SWPPP
The City retains the right to assign a Qualified SWPPP Practitioner (QSP) to the
project. The City’s QSP is not a substitute for the Contractor retaining their own
QSP. The City’s QSP shall have the authority to:
1. Mobilize the Contractor’s crews to make immediate repairs to water
pollution control practices
2. Stop construction activities damaging water pollution control practices
3. Stop construction activities causing water pollution
4. Collect water quality samples independent of the Contractor’s Construction
Site Monitoring Plan. The City shall report its independent water quality
sample analytical results to the Contractor’s QSP.
TP-14
3.02 COMPLIANCE
If compliance with any of the General Permit and SWPPP requirements cannot be
certified, notify the City in writing immediately. The notification shall identify the
type of noncompliance, describe the actions necessary to achieve compliance, and
include a time schedule when compliance will be achieved. Submit each
noncompliance notification to the City within 15 days of identification of the event.
Nonadherence with the conditions specified in the General Permit may constitute
a violation of the Clean Water Act and the Porter -Cologne Water Quality Control
Act and may be grounds for enforcement action by the Regional Water Quality
Control Board.
Part 4 PAYMENT
Payment for Preparation Stormwater Pollution Prevention Plan Document shall be
included in the contract lump sum bid price for Stormwater Pollution Control and
shall be full compensation for all labor, materials, tools, equipment, and incidentals
to complete all work described above for a City-approved SWPPP document.
Payment for Stormwater Pollution Prevention Plan Implementation shall be
included in the contract lump sum bid price for Stormwater Pollution Control and
shall be full compensation for all labor, materials, tools, equipment, and incidentals
to complete all work described above.
TP-15
Clearing and Grubbing
Bid Item No. 5 Clearing and Grubbing
Bid Item No. 6 Replace Existing Private Landscaping and Irrigation
Bid Item No. 7 Remove Existing Tree
Part 1 General
Work specified in this section shall consist of furnishing all materials, equipment
and performing labor as required to execute this work as indicated in these
specifications, including, but not limited to this major item:
Clearing and grubbing of the project shall conform to the provisions of Section 300-
1 of the Standard Specifications and to the following Special Provisions.
In addition to the work outlined in Section 300-1 of the Standard Specifications,
work shall include the following items:
1. Furnishing, applying, and providing watering equipment for the entire
project where separate payment for water would otherwise be required.
2. Protection of all curb and gutter, chain link fences, concrete slabs, planters,
and other public and/or private improvements, as shown on the plans. The
Contractor shall replace these items if damaged or had to be removed as
needed for construction with new materials equal to or better than the
original, as required by the Engineer.
3. This item shall be interpreted to include the removal and disposal of any
additional items not specifically mentioned herein, or included in a specific
bid item, found within the work limits or as noted on the plans.
4. Saw-cutting (including shiner cuts) and removing existing Portland Cement
Concrete improvements as called for on the project plans and adjacent
asphalt along removal areas, and when required by the Engineer, including
but not limited to access ramps, sidewalk, curb and gutter, cross gutters,
valley gutters and alley returns/approaches.
5. Hand digging around existing manhole, poles, structures, walls, and other
improvements as necessary to protect existing improvements in place.
6. Any restriping not shown on plans that is removed or obliterated due to
construction activities, trenching or paving.
7. Clearing for and providing temporary graded driveway access as may be
required.
8. Root pruning and removing and disposing of any interfering tree roots and
branches.
TP-16
9. Replacement and reconstruction of any private landscaping or irrigation
damaged during construction, including those areas where concrete
improvements (curb, sidewalk, etc.) are constructed or reconstructed.
Replacement and reconstruction shall conform to Part 8 of the Standard
Specifications.
10. Street pavement shall be left clean and free of dirt, sand, debris, and trash
at the end of each day. Should the Engineer determine that a street
sweeper is necessary to properly clean the street the Contractor shall
provide such service at no additional cost.
11. Minor grading associated with new concrete or asphalt work.
Part 2 Payment
Payment for Clearing and Grubbing shall be at the contract lump sum bid price
and shall be full compensation for all labor, materials, tools, equipment, and
incidentals to complete all work described above. Progress payment for this item
shall be based on the percentage of completed work of project, at the time of billing.
Payment for Replace Private Landscaping and Irrigation shall be at the contract
lump sum bid price and shall be full compensation for all labor, materials, tools,
equipment, and incidentals to complete all work described above. Progress
payment for this item shall be based on the percentage of completed work o f
project, at the time of billing.
Measurement and Payment for Remove Existing Tree shall be at the contract
price per unit named in the Bid Schedule including removal of stump and all roots.
TP-17
Existing Improvements
Bid Item No. 8 Monument Preservation
Bid Item No. 9 Remove Existing Asphalt Concrete Pavement
Bid Item No. 10 Remove Existing Concrete Facility
Bid Item No. 11 Remove Existing Stairs & Handrail
Bid Item No. 12 Remove Existing Street Light and Foundation
Bid Item No. 13 Remove Existing Catch Basin
Bid Item No. 14 Adjust to Grade Existing Storm Drain Manhole
Bid Item No. 15 Adjust to Grade Existing Sewer Manhole
Bid Item No. 16 Water Tight Sewer Manhole Cover
Bid Item No. 17 Relocate Existing Bus Shelter
Bid Item No. 18 Relocate Existing Backflow Prevention Assembly
Bid Item No. 19 Cold Mill (2" Thick)
Part 1 General
Protection of, adjustment, and removal of existing improvements shall be done in
accordance with the provisions of Section 400 of the STANDARD
SPECIFICATIONS, except as amended or modified herein.
Part 2 Removal
2.01 SCOPE OF WORK
Removal items will become property of the Contractor and shall be transported to
an approved disposal site.
The Contractor shall obtain weight tickets from the disposal site or material plant
and submit all the tickets to the City with the monthly progress payment request.
The Contractor shall remove and replace only those improvements within the
designated removal sections. Any areas removed by the Contractor not approved
by the City shall be at the Contractor’s expense. Any damaged improvements,
utilities or landscape shall be replaced in kind at the contractor’s expense.
2.02 SAWCUT
The slurry created by sawcutting shall be removed by vacuum during the
sawcutting operation.
2.03 CONCRETE REMOVAL
Concrete shall be sawcut along all removal lines.
TP-18
Part 3 Adjust to Grade Existing Facilities
3.01 GENERAL
The Contractor shall raise or adjust down storm drain and sewer frames and
covers, utility meters and valves and utility vaults to finished grade by the use of
either grade rings, or in accordance with Section 302-5.8 and 301.1.6 of the
STANDARD SPECIFICATIONS.
The Contractor shall protect all metal covers within the asphalt street work areas
in order that the asphaltic materials will not adhere to the covers. The methods of
protection shall be approved in advance by the City’s Project Representative's
Field Representative. The Contractor shall take care not to allow the emulsion to
run onto the manhole frame and cover and into water valve stack covers. Diesel
fuel application to the manhole frames and covers will not be allowed. These
covers shall be cleaned no later than 24 hours or the following day after the asphalt
placement work is completed.
The Contractor shall inventory and tie down the location of all metal utility covers
within the streets that are to be resurfaced by placing a reference mark on a
location that will not be disturbed. The Contractor shall provide a detailed report
with the count of covers per street block and per utility. No payment for utility cover
adjustment will be made until this report is provided to the City’s Project
Representative.
Paving around covers shall be placed prior to each weekend. No open spaces
around covers shall be allowed during weekends.
The Contractor shall take all necessary precautions to protect all existing utility
facilities and shall be held responsible for any damage caused by its construction
operation. Any damage shall be repaired by the Contractor at the Contractor’s
expense.
3.02 WALNUT VALLEY WATER DISTRICT (WVWD) FACILITIES
The Contractor shall coordinate with WVWD for fire hydrant and water meter
relocations.
Do not operate equipment over water lines where excavation is less than 2 feet of
cover over existing water mains.
3.03 SOCALGAS FACILITIES
Notify the Engineer if proposed facilities encroach within a 2 foot horizontal and 1
foot vertical clearance envelope from gas mains.
TP-19
Part 4 Cold Milling
4.01 GENERAL
Cold milling asphalt concrete pavement shall conform to Section 404 of the
STANDARD SPECIFICATIONS, as modified below. Unless otherwise noted, all
modifications shall be in addition to the provisions of that subsection.
The following is hereby added to Section 404-1 General:
Straight edge grade along the edge of the cold plane area shall not deviate
more than 3/8-inch below nor 3/8-inch above the grade specified in the
Plans or Specifications. Removal of undulations in the existing paved
surface shall be included in this item of work.
Cold milling for streets to be overlaid shall not be performed more than two (2)
working days ahead of paving.
IN NO CASE SHALL COLD MILLED AREAS BE LEFT OPEN TO TRAFFIC OVER
A WEEKEND.
All cold milled streets must be accepted by the Engineer as clean after cold milling,
at least the day before paving. Sweepers used for cold milling shall not enter on
streets approved as clean after cold milling.
4.02 COLD MILLING EQUIPMENT
The following is hereby added to Section 302-1.2 Milling Machine:
The size of the asphalt concrete milling machine shall be of a size suitable
for milling the asphalt concrete without causing damage to the surrounding
structures. Concrete curbs, gutters or other structures should not be
chipped, broken or damaged. Damage including chipping of the concrete
curbs, gutters or surrounding structures shall be the responsibility of the
Contractor for repairs, replacement and/or stopping work until repairs or
corrections are completed.
Part 5 Watertight Sewer Manhole
Manhole frame and covers shall be watertight and conform to Subsection 403 of
the Standard Specifications.
It shall be the Contractor's responsibility to coordinate with utility owners, if
necessary for manhole frame and cover replacement.
TP-20
Part 6 Preserve Survey Monuments
Part 7 The Contractor shall protect existing survey monuments and ties within the
work limits during the entire project in accordance with Section 400-2 of the
Standard Specifications. Asphalt overlaying of existing survey monuments in the
roadway will not be permitted. In the event a surveyed monument lies within an
area to be cold milled, removed, or reconstructed, the Contractor shall tie out,
reset, and file corner records per the Los Angeles County Surveyor’s office
requirements for re-establishing survey monuments. The Contractor shall re-
establish survey monuments at the Contractors’ expenses.Relocate Existing Bus
Shelter
Relocate existing bus shelter to the locations shown on plan. Locations shall be
approved by the Engineer prior to beginning reinstallation.
Relocate bus shelter amenities, including benches and trash receptacles.
Replace all anchorage hardware. Contractor shall obtain hardware specifications
from Tolar Manufacturing, Patrick Merrick, 951-547-8209, pmerrick@tolarmfg.com
. Reference bus shelter procurement under Quote No. 21102PMR2.
Any damage to existing equipment shall be replaced at the Contractor’s expense.
Part 8 The Contractor’s attention is directed to the existing bus shelter cut sheets,
provided in Appendix C. .Relocate Water Appurtenances
Relocation of water appurtenances on the customer side of meters shall conform
to Section 209, 212, and 306 of the Standard Specifications, including backflow
prevention appurtenances.
Replace all backflow cages and hardware. Backflow cages shall be painted green.
Relocation of backflow prevention shall conform to Walnut Valley Water District
Standard Drawing 4, “Backflow Prevention Device Installation”.
The Contractor shall inventory existing backflow systems, including appurtenances
and sizes, and submit a relocation plan for approval by the Engineer.
Part 9 Expanded Polystyrene
Where specified on the plans, install expanded polystyrene over existing utilities.
Expanded polystyrene shall conform to the provisions of Section 201 -3.3 of the
Standard Specifications.
TP-21
Part 10 Payment
Payment for Remove Existing Concrete Facilities and Existing Asphalt
Concrete Pavement will be made at the contract unit price per square foot to the
various depths and thicknesses of the concrete or asphalt concrete . The contractor
unit price shall be considered full compensation for furnishing all labor, materials,
tools, equipment, transportation, and incidentals, including excavation, backfill,
disposal, removal of curb drains, removal of parkway drains, removal of
handrailing, removal of cobble, removal of abandoned water meters, and for doing
all the work involved in removal of these facilities, complete in place, as specified
in these Special Provisions.
Payment for Remove Existing Catch Basin will be made at the contract unit price
per each. The contractor unit price shall be considered full compensation for
furnishing all labor, materials, tools, equipment, transportation, and incidentals,
including excavation, any required shoring and bracing, any required protection of
existing utilities, removal of interfering pipe portions for planned work, backfill,
disposal, complete in place, as specified in these Special Provisions.
Payment for Remove Existing Street Light and Foundation will be made at the
contract unit price per each. The contractor unit price shall be considered full
compensation for furnishing all labor, materials, tools, equipment, transportation ,
and incidentals, including excavation, backfill, disposal, and for doing all the work
involved in removal of these facilities, complete in place, as specified in these
Special Provisions.
Payment for the various Adjust to Grade Existing Manhole items will be made
at the contract unit price per each, measured as units determined from actual
count. The unit price bid for raising manholes to grade shall be considered full
compensation for furnishing all labor, materials, tools, equipment, transportation ,
and incidentals, and for doing all the work involved in raising manholes to finished
grade, complete in place, as specified in these Special Provisions.
Payment for Cold Mill (2” Thick) shall be at the unit bid price per square foot and
shall include full compensation for removal and disposal of cold milled asphalt
pavement to the specified depth and residues including any pavement reinforcing
fabric encountered; shaping or grading; furnishing all labor, materials, tools,
equipment, and incidentals for doing all work involved.
Payment for Watertight Sewer Manhole Cover will be made at the contract unit
price per each, measured as units determined from actual count. The unit price
bid for replacing the manhole frame and cover shall be considered full
compensation for furnishing all labor, materials, tools, equipment, transportation,
and incidentals, and for doing all the work involved in replacing the manhole frame
and cover, complete in place, as specified in these Special Provisions.
TP-22
Payment for Monument Preservation shall be made at the contract lump sum
price and shall be considered full compensation for furnishing all labor, materials,
tools, equipment, transportation and incidentals, and for doing all the work with
preserving survey monuments, including researching, locating and tying out
existing monuments pre-construction and replacing monument and replacing
monuments, preparing corner records, paying plan check and filing fees, filing
records with the Los Angeles County Surveyor’s Office, complete in place, as
specified in these Special Provisions, and no additional compensation will be
allowed therefore.
Payment for Relocate Existing Bus Shelter shall be made at the contract unit
price per each, measured as units determined from actual count , and shall be
considered full compensation for furnishing all labor, materials, tools, equipment,
transportation and incidentals, and for doing all the work with relocating bus
shelters, including removal of foundation, excavation, backfill, construction of new
foundation, complete in place with equivalent functional capacity as its existing
condition, as specified in these Special Provisions, and no additional
compensation will be allowed therefore.
Payment for Relocate Existing Backflow Prevention Assembly will be made at
the contract unit price per each, measured as units determined from actual count.
The unit price bid for relocating existing backflow prevention assembly of the
various diameters shall be considered full compensation for furnishing all labor,
materials, tools, equipment, transportation, and incidentals, and for doing all the
work involved in relocating the backflow prevention assembly, including piping,
excavation, trenching, backfill, connection to relocated water meter, connection to
existing private water line, disinfection and commissioning testing, replacement of
existing pad and cage, complete in place, as specified in these Special Provisions.
TP-23
Earthwork
Bid Item No. 20 – Unclassified Excavation
Part 1 General
Earthwork shall be done as shown on the Plans, in accordance with the provisions
of Section 300 of the STANDARD SPECIFICATIONS, and in accordance with
Section 5 (Conclusions and Recommendations) of the project geotechnical report,
as provided in Appendix D. , except as amended or modified herein.
To the extent possible, unclassified excavation material suitable for the use in the
construction of fills shall be placed in the fill sections within the limits shown on the
plans or as directed by the engineer. The legal disposure of excess material shal l
be the Contractors responsibility.
Structural backfill is material that is to be placed adjacent to and around piping and
structures. Material shall be free from deleterious material and conform to Sections
217 and 300-3 of Standard Specifications. Excavated onsite material may be used
for structural backfill provided it conforms to the above specifications for structural
backfill material.
Part 2 Payment
Payment for excavating, removing, hauling, and disposing of existing aggregate
base, sub-base and/or subgrade materials shall be on a cubic yard basis for bid
item Unclassified Excavation. This payment item shall include full compensation
for all labor, material, tools, equipment, and incidentals for doing all the work in
preparing and compacting the subgrade or existing aggregate base.
TP-24
Subgrade Preparation and Placement of Base Material
Part 1 General
Subgrade Preparation shall be done as shown on the Plans, in accordance with
the provisions of Section 301-1 of the STANDARD SPECIFICATIONS, except as
amended or modified herein.
Crushed Miscellaneous Base shall be constructed as shown on the Plans, in
accordance with the provisions of Section 301 -2 of the STANDARD
SPECIFICATIONS, and as modified in these Special Provisions.
Part 2 Materials
2.01 AGGREGATE BASE
Aggregate base shall be 3/4-inch maximum Class 2 Aggregate Base as per
Section 26-1.02B of the State of California Standard Specifications.
No change from one gradation to another shall be made during the progress of the
work unless permitted in writing by the Engineer.
The Contractor shall test aggregate base for R-value, sand equivalent, and sieve
analysis at a minimum of every 500 yards or at least once every 1,000 tons at the
jobsite and not at the plant.
Aggregate base shall be delivered to the project as a uniform mixture. Segregation
shall be avoided, and the base shall be free from pockets of coarse or fine material.
The use of motor graders will be permitted during depositing, spreading and
compacting operations, except when self-propelled spreaders are specified.
Tailgate spreading of aggregate base from dump trucks will not be permitted,
except for spot dumping or in areas not readily accessible to approved spreading
devices as approved by the Engineer.
2.02 GEOTEXTILE
Geotextile shall be Nonwoven Geotextile Type 90 N (unless otherwise noted on
the plans) and conform to the provisions of Section 213 of the Standard
Specifications.
Part 3 Payment
Payment for aggregate base and geotextile shall be incidental to the bid prices for
other items of work and no additional compensation will be allowed therefore.
TP-25
Asphalt Surfacing
Bid Item No. 21 Asphalt Concrete
Bid Item No. 22 Asphalt Rubber Hot Mix
Part 1 General
1.01 DESCRIPTION
This work shall consist of all asphalt paving construction to be performed as shown
on the plans, and shall conform to the provisions of Sections 203, 301 -1, 301-2
and 302-5 of the STANDARD SPECIFICATIONS, except as amended or modified
herein.
1.02 PAVEMENT CLEANING
Diesel fuel shall not be used for cleaning purposes within any of the streets within
the project. Linseed oil shall be used.
Part 2 Asphalt Concrete
2.01 GENERAL
Asphalt concrete shall conform to the provisions of Sections 203 and 302 -5 of the
Standard Specifications.
Base surface course shall be Class B-PG 64-10. Driveway conform construction
shall be Class C2-PG 64-10. Leveling courses under 1 inch shall be Class D-PG
64-10.
2.02 DISTRIBUTION AND SPREADING
Unless approved otherwise, ski type devices, with a minimum length of 30 feet,
shall be used to provide a reference for the grade sensor. Skis shall be constructed
and installed in such a manner that a reference to the average elevation of the
existing pavement, along the length of ski, is maintained at the sensor point. When
placing surfacing adjacent to surfacing previously placed in conformance with
these provisions, a joint matching shoe, of adequate size and type to properly
sense the grade of the previously placed mat, may be used in lieu of the 30 -foot
ski.
2.03 TACK COAT
Tack coat shall be a SS-1 emulsified asphalt product applied at the approximate
rate of 0.10 gallons per square yard.
In any case where emulsified material is used, the tack coat shall be allowed to
completely break, that is turn completely black (not dark brown), prior to paving.
TP-26
Tack coat shall be High Performance Seal (No-Track).
2.04 ASPHALT RUBBERIZED HOT MIX
General
ARHM shall be Class GG-C. Asphalt rubber binder shall be PG 64-16 and shall be
modified with an asphalt modifier.
Aggregate and binder for Asphalt-Rubber Hot Mix (ARHM) shall be proportioned
by weight and volume by weighing and pulsing utilizing automatic batch mixing as
required by Section “Automatic Proportioning”, of the Caltrans Standard
Specifications.
Testing
Subsection 203-11.6, paragraph one, Mix Designs and Certifications, of the
STANDARD SPECIFICATIONS shall be deleted in its entirety and replaced with
the following:
The optimum binder content shall be determined by plant inspection. The
amount of each material in each batch shall be weighed by a State Certified
calibrated scale and the percentage of binder shall be determined
mathematically, verified, and documented at the plant before the material is
sent to the project site. If the material does not meet the requirements on
Table 203-11.3 of the STANDARD SPECIFICATIONS, the material will be
replaced at no cost to the City.
Compaction shall be in accordance with California Test Method 304 except for the
following:
Mixing Temperatures:
Asphalt-rubber = 340-360 degrees (F)
Aggregate = 290-310 degrees (F)
Compaction Temperature = 290-300 degrees (F)
Compaction testing shall be performed in a randomized pattern in the travel lane
and on longitudinal joints at a frequency to be determined by the Engineer.
Distribution And Spreading
Section 302-9.3 “Distribution and Spreading” of the STANDARD
SPECIFICATIONS be replaced with the following:
The temperature of the mixture directly behind the paving machine, before
the breakdown roller, shall not be lower than 270 degrees (F) or higher than
320 degrees (F), the lower limit to be approached in warm weather and the
higher in cold weather. The ARHM material must be used within 1.5 hours
of mixing. Loads travelling long distances or batched for night work shall be
covered with a tarp to preserve temperatures.
TP-27
Contractor shall provide surface temperature readings with an infrared heat
measurement device when requested by the Engineer.
The ARHM pavement shall be placed with spreading equipment equipped with
fully automatic screed and grade sensing controls which shall control the
longitudinal grade of the screed. Automatic controls shall conform to and be
operated in accordance with the following provisions.
Heat the paving machine, especially the hopper and pavement area which will be
paved immediately.
Unless approved otherwise, ski type devices, with a minimum length of 30 feet,
shall be used to provide a reference for the grade sensor. Skis shall be constructed
and installed in such a manner that a reference to the average elevation of the
existing pavement, along the length of ski, is maintained at the sensor point. When
placing surfacing adjacent to surfacing previously placed in conformance with
these provisions, a joint matching shoe, of adequate size and type to properly
sense the grade of the previously placed mat, may be used in lieu of the 30 -foot
ski.
The ski shall be mounted at a location that will provide an accurate reference for
the surfacing being placed. This may require the ski to be mounted ahead of, and
inside the outer limits of the screed. Automatic cross slope control may be
accomplished by use of a ski and grade sensor on each side of the paving
machine.
Automatic screed controls shall be installed in such a manner that the occasional
manual adjustments necessary to maintain the attitude of the screed parallel to the
underlying pavement are readily accomplished. Automatic screed controls shall be
installed so that with little or no delay, use of the automatic controls can be
discontinued and the screed controlled by manual methods.
Should the automatic screed controls fail to operate properly during and day's
work, the Contractor may use manual control of the spreading equipment for the
remainder of that day, provided the quality conforms to the requirements of the
STANDARD SPECIFICATIONS, latest edition. Should the methods and
equipment used for automatic control fail to result in the quality of work required
by STANDARD SPECIFICATIONS, the paving operation will be temporarily
discontinued and the Contractor shall make the necessary changes to the
equipment, or furnish other equipment conforming to the requirements herein,
before paving is resumed.
The Contractor shall provide smooth transition at the beginning and end of the new
overlay as shown on the plans.
Minor failures such as potholes, large cracks, etc., shall be repaired in advance of
the paving operation in accordance with these specifications.
TP-28
Joints
Longitudinal joints between parallel pavement runs shall occur within one foot of
lane lines or the center of the line. Longitudinal joints on wheel tracks will not be
permitted. The Engineer shall approve the placement of longitudinal joints prior to
resurfacing. One longitudinal joint shall be constructed on streets (down the center
of the street) where the pavement width is 40 feet or less.
Cold joints shall be saw-cut prior to the placement of new material. Pavement shall
be removed to clean, straight lines by saw-cutting in straight lines either parallel to
the curb or at right angles to the alignment of the sidewalk.
Compaction Testing
Nuclear gage compaction test shall be taken every 200 feet to ensure the 95%
compaction.
Core density/nuclear gauge shall be done per CTM 375, “Determining the In -Place
Density and Relative Compaction of Asphalt Concrete Pavement”.
If compaction fails by nuclear methods, then core density/nuclear gauge
correlation and/or core densities shall be used to establish compaction.
When core density is used to determine compaction, cores that meet or exceed
the minimum specified density of 95.0 percent shall be paid for by the City. Failing
cores shall be paid for by the Contractor. If the core density testing produces both
passing and failing cores, the cost will be prorated between the City and
Contractor.
Compaction failing to meet the above criteria shall be subject to the following
payment reduction and the payment shall apply to each 500-ton lot:
Compaction Range Payment Percentage
95.0% and above 100%
94.0% to 94.99% 95%
93.0% to 93.99% 90%
92.0% to 92.99% 85%
91.99% and below Remove and Replace
The Contractor shall have hand-compaction equipment immediately available for
compacting all areas inaccessible to rollers. Hand-compaction shall be performed
concurrently with breakdown rolling. If for any reason hand-compaction falls behind
breakdown rolling, further replacement of asphalt concrete shall be suspended
until hand-compaction is caught up. Hand-compaction includes vibraplates and
hand tampers. Hand torches shall be available for rework of areas which have
cooled.
TP-29
After compaction, the surface texture of all hand work areas shall match the
surface texture of the machine placed mat. Any course of segregated areas shall
be corrected immediately upon discovery. Failure to immediately address these
areas shall cause suspension of asphalt concrete placement until the areas are
satisfactory addressed, unless otherwise allowed by the Engineer.
The completed surfacing shall be thoroughly compacted, smooth, and free from
ruts, humps, depressions, or irregularities. Any ridges, indentations, or other
objectionable marks left in the surface of the asphalt concrete by blading or other
equipment shall be eliminated by rolling or other means. The use of any equipment
that leaves ridges, indentations, or other objectionable marks in the asphalt
concrete shall be discontinued, and acceptable equipment shall be furnished by
the Contractor.
Part 3 Payment
Payment for Asphalt Concrete shall be at the contract unit price per ton and shall
include full compensation for all labor, material, tools, equipment, and incidentals
necessary to complete all work. Final quantities shall be measured in the field and
based upon a legible copy of a Weighmaster's certificate showing gross, tare and
net weight of each truckload of asphalt concrete mixture. This payment shall also
be full compensation for furnishing and placing all liquid asphalt used for tack coat.
Payment is for asphalt concrete used for permanent trench resurfacing and for
asphalt concrete outside of the trench areas. Payment for asphalt concrete used
for temporary trench resurfacing shall be included in the bid items for catch basin
improvements.
Payment for liquid asphalt and asphalt emulsion will be included with asphalt
concrete and no separate payment shall be made.
Payment for Asphalt Rubber Hot Mix shall be at the contract unit price per ton
and shall include full compensation for all labor, material, tools, equipment, and
incidentals necessary to complete all work. Final quantities shall be measured in
the field and based upon a legible copy of a Weighmaster's certificate showing
gross, tare and net weight of each truckload of asphalt rubber hot mix mixture.
This payment shall also be full compensation for furnishing and placing all liquid
asphalt used for tack coat. Payment is for asphalt rubber hot mix used for
permanent trench resurfacing and for asphalt rubber hot mix outside of the trench
areas. Payment for asphalt rubber hot mix used for temporary trench resurfacing
shall be included in the bid items for storm drain improvement.
TP-30
Concrete Surfacing and Flatwork
Bid Item No. 23 Concrete Bus Pad
Bid Item No. 24 Curb and Gutter (Type A2)
Bid Item No. 25 Curb and Gutter (Type A3-6)
Bid Item No. 26 Curb (Type A1)
Bid Item No. 27 Concrete Flatwork (Pathway)
Bid Item No. 28 Concrete Flatwork (Colored; Median)
Bid Item No. 29 Concrete Flatwork (Colored; Bus Stops, Ramps, Curb Returns)
Bid Item No. 30 Jointed Plain Concrete Pavement Driveway Approach
Bid Item No. 31 Concrete Driveway Approach (Uncolored)
Bid Item No. 32 Concrete Driveway Approach (Colored)
Bid Item No. 33 Crosswalk (Colored Concrete Band)
Bid Item No. 34 Crosswalk (Colored Concrete Flatwork)
Bid Item No. 35 Crosswalk (Jointed Plain Concrete Pavement Base)
Bid Item No. 36 Concrete Paver Pathway
Bid Item No. 37 Crosswalk (Concrete Pavers, 8cm)
Bid Item No. 38 Crosswalk (Concrete Pavers, 10cm)
Bid Item No. 39 Detectable Warning Surface
Bid Item No. 40 Tactile Directional Indicator
Bid Item No. 41 Curb Drain
Bid Item No. 42 Drop Inlet Catch Basin for Curb Drain
Bid Item No. 43 Parkway Drain
Bid Item No. 44 Concrete Slough Wall
Bid Item No. 45 Wall Underdrain
Bid Item No. 46 Concrete Reinforced Stairs
Bid Item No. 47 Metal Handrailing
Part 1 General
1.01 DESCRIPTION
Work specified in this section shall consist of furnishing all materials, equipment
and performing labor as required to execute this work as indicated in these
specifications, including, but not limited to this major item:
This work shall consist of all concrete paving, surfacing, and slough walls to be
performed as shown on the plans, and shall conform to the provisions of Sections
203, 301, and 302-5 of the STANDARD SPECIFICATIONS, except as amended
or modified herein. Work shall be constructed in accordance with details shown on
the plans, the City’s 2016 Streetscape Design Guideline s, and these
specifications.
Remove and replace defective concrete work with new materials. Permission to
patch any defective areas shall not be a waiver of the Engineer's right to require
complete removal of defective work if patching does not restore quality and
appearance of work.
TP-31
No advertising impression, stamp, or mark of any description will be permitted on
the surface of any concrete or cement finish.
The Contractor shall be responsible to oversee the curing of all concrete
improvements to prevent graffiti damage or other unauthorized markings or
disturbances in new concrete surfaces. Any concrete surface deemed
unacceptable to the Engineer, shall be replaced by the Contractor at no cost to the
city.
The certified tickets accompanying each batch of ready -mix concrete delivered to
the job site shall clearly show the “class designation” of the specified concrete mix.
The Contractor shall ensure that the street is swept clean upon vacating the
stockpile site. No excavated or removed dirt or concrete shall be stockpiled. The
Contractor shall notify the fronting resident/business 24 hours prior to stockpiling
as approved.
The Contractor shall remove all debris and perform all cleanup work to the
satisfaction of the Engineer within 3 working days after forms have been removed
at any location.
1.02 COLORED CONCRETE
Colored concrete shall be Method B (Integral Color).
1.03 INSPECTIONS
The Contractor shall call for inspections during all form work prior to pouring.
The Contractor shall notify the Engineer one working day prior to pouring any
concrete.
Any work covered prior to inspection shall be opened to view by the Contractor at
his/her expense.
Part 2 Jointed Plain Concrete Pavement
2.01 CONCRETE COLLAR FOR MANHOLE OR VALVE
Concrete collar for manhole or valve shall be jointed plain concrete pavement.
Part 3 Minor Concrete
3.01 CONCRETE FLATWORK (PATHWAY)
Pathway shall be constructed in accordance with APWA Standard Plan No. 112 -
2, project plans, and these Special Provisions. Concrete shall be sawcut along all
removal lines.
TP-32
Concrete pathway shall be constructed of color, pattern, and material indicated on
the plans and these Specifications.
Construct weakened plane joints for pathway in accordance with Subsection 303-
5.4.3(b), "Control Joint", of the Standard Specifications, and as shown on the
Plans.
Construct scoring lines in accordance with Subsection 303-5.5.3. “Walk”, and as
shown on the Plans.
3.02 CURB RAMP
Curb and gutter adjacent to curb ramps shall not be constructed monolithically with
the ramp.
Maximum grade of ramp shall be 7.5% unless shown otherwise on the plans.
The Contractor shall verify with a “smart level” that the ADA required maximum
ramp and sidewalk grades are not exceeded both when marking the required
sawcut removal limits and when setting the concrete forms, prior to pouring any
curb ramp locations.
3.03 SIDEWALK CURB DRAIN
Sidewalk drainpipe shall be solid PVC solid pipe, Schedule 80 polyvinyl chloride
(PVC) conforming to the requirements of ASTM D1785. Fittings for drainpipe shall
be Schedule 80 Type II PVC solvent weld type conforming to ASTM D2467.
Outlet curb drains to bioretention where applicable.
3.04 PARKWAY DRAIN
Miscellaneous metals shall conform to the requirements of Section 206 of the
Standard Specifications.
3.05 UNDERDRAIN
Underdrain shall be slotted and solid PVC SDR 35 in conformance with Section
207-17 of the Standard Specifications. The slotted pipe shall have two to four rows
of slots cut perpendicular to the axis of the pipe or at right angles to the pitch of
corrugations. Slots shall be 0.04 to 0.1 inches wide with a length of 1 to 1.25
inches. Slots shall be longitudinally-spaced such that the pipe has a minimum of
one square inch opening per lineal foot and should face down.
Permeable material shall conform to the requirements of Section 217 of the
Standard Specifications.
TP-33
3.06 SLOUGH WALL
Concrete slough wall shall be per Los Angeles County Standard Plan 6203-1, and
as modified on the Plans.
Anti-Graffiti Coating
Install anti-graffiti coating on all exposed surfaces in conformance with Subsection
78-4.06 of the Caltrans Standard Specifications.
Stake Deterrent
Skate deterrent shall be The Park Catalog Item # 161-1074, “Skate Stopper For
Walls With 1/2" Radius Edge” or approved equal. The Contractor’s attention is
directed to the following link:
https://www.theparkcatalog.com/skate-stopper-for-walls-with-1-2-radius-
edge
Install skate deterrents on the edge of the top-of-wall/face-of-wall corner of slough
walls and retaining walls at 36 inches on -center. Place skate deterrents at 12
inches max from ends of walls.
Chamfer/radius wall edge uniformly to install skate deterrents.
Do not place skate deterrents on wall joints.
Install per manufacturer's directions.
3.07 HANDRAILING
Join handrailing to existing handrailing.
Finished handrailing shall be painted to match the color of the existing railing to
which is it being joined. Paint shall conform to Sections 210 and 310 of the
Standard Specifications.
3.08 DETECTABLE WARNING SURFACE
Install a cast-in-place (i.e. embedded) detectable warning surface on a curb ramp
under the manufacturer’s instructions. Detectable warning surface shall conform
to the provisions of Section 73-1.02B “Detectable Warning Surfaces”, 73-3.01C
“Submittals”, and 73-3.01D(2) “Warranties” of the State Standard Specifications.
The color of the detectable warning surface shall be black, Federal Color # 17038.
The Contractor shall provide a color and material sample for approval by the
Engineer prior to purchase and installation.
The finished surfaces of the detectable warning surface shall be free from
blemishes.
TP-34
The manufacturer shall provide a written 5 year warranty for prefabricated
detectable warning surfaces, guaranteeing replacement when there is defect in the
dome shape, color fastness, sound on cane acoustic quality, resilience, or
attachment. The warranty period shall begin upon acceptance of the contract.
3.09 TACTILE DIRECTIONAL INDICATOR
Tactile Directional Indicator shall be cast-in-place type 6-inch-wide tiles consisting
of two parallel bars in longitudinally succession. Color shall be black. Tactile
Directional Indicator must be compliant with ADAAG, PROWAG, and California
Title 24 requirements. “Cast-In-Place Replaceable Directional Bar Tile” by ADA
Solutions or approved equal.
Install per manufacturer’s directions.
To the maximum extent possible, the Directional Bar Tiles shall be oriented in a
straight, aligned row at locations indicated on the Plans.
The manufacturer shall provide a written 5-year warranty for tactile directional
indicators, guaranteeing replacement when there is defect in the bar shape, color
fastness, sound on cane acoustic quality, resilience, or attachment. The warranty
period shall begin upon acceptance of the contract.
Part 4 Concrete Pavers
4.01 GENERAL
Work shall be constructed in accordance with details shown on the plans, the City’s
2016 Streetscape Design Guidelines, and these specifications.
Pavers shall meet the minimum material and physical properties set forth in ASTM
C 936:
1. Measured length or width of test specimens shall not differ by more than +/-
0.063 in, while measured thickness shall not differ by more than +/- 0.125
in.
2. Average compressive strength of not less than 8,000 psi with no individual
unit under 7,200 psi when tested in accordance with ASTM C140.
3. Average absorption of 5% or less with no unit greater than 7% when tested
in accordance with ASTM C140.
4. Efflorescence shall not be a cause for rejection.
5. Pigment in Concrete Pavers shall conform to ASTM C979.
TP-35
Paver selection shall conform to the paver selection schedule as specified on the
Plans or approved equal.
Substitutions
To be considered as a substitute product, the bidder must submit to the City for
review, the products data sheets and ten (10) actual samples, including
dimensions, color and texture, two (2) weeks and/or ten (10) working days prior to
the bid opening. Failure to submit the product without data sheets and actual
samples will be rejected.
Extra Materials
Provide additional paver materials for use by owner for maintenance and repair.
Supply the owner with an additional 50 pavers of each type and color specified.
Pavers shall be from the same production run as installed materials.
4.02 QUALITY ASSURANCE
Furnish ten representative full-size samples of each paver type, thickness, color,
finish that indicate the range of color variation and texture expected in the finished
installation. Accepted samples become the standard of acceptance for the work.
Pavers shall meet the minimum material and physical properties set forth in ASTM
C 936:
1. Measured length or width of test specimens shall not differ by more than +/-
0.063 in, while measured thickness shall not differ by more than +/- 0.125
in.
2. Average compressive strength of not less than 8,000 psi with no individual
unit under 7,200 psi when tested in accordance with ASTM C140.
3. Average absorption of 5% or less with no unit greater than 7% when tested
in accordance with ASTM C140.
4. Efflorescence shall not be a cause for rejection.
5. Pigment in Concrete Pavers shall conform to ASTM C979.
The Contractor’s (or Subcontactor’s) site foreman shall hold a Certified Concrete
Paver Installer Designation from the Interlocking Concrete Pavement Institute
(ICPI). The site foreman shall be onsite for the entire installation.
Test Panel
Construct test panel for PAVER CROSSWALK in conformance with Section 51 -
1.01D(2)(c) of State Standard Specifications.
Construct one test panel for CONCRETE PAVER WALKWAY in conformance with
Section 51-1.01D(2)(c) of State Standard Specifications.
TP-36
Construct test panels at an authorized location, at least 10-foot by 10-foot area.
Subject to acceptance by the owner, mock-up may be retained as part of finished
work. If mock-up is not retained, remove and properly dispose of mock-up.
4.03 MATERIALS
Sands for Paver Installation
Sands for paver installation shall conform to the quality requirements of Sections
200-1.5.1 and 200-1.5.3 of the STANDARD SPECIFICATIONS.
Bedding sand shall conform to the gradation for “Sand for Portland Cement
Concrete” in Section 200-1.5.5 of the STANDARD SPECIFICATIONS.
Joint filling sand shall conform to the gradation for “Sand for Mortar” in Section
200-1.5.5 of the STANDARD SPECIFICATIONS.
Pea gravel shall be 3/8” crushed rock conforming to the provisions of Section 200-
1.2.1 of the STANDARD SPECIFICATIONS.
Sand-Asphalt Bedding
Sand-asphalt bedding shall be heated to 300°F, composed of 7% asphalt mixed
with 93% sand in batches 145 lbs asphalt to 1855 lbs sand. Exact proportions to
be determined by the contractor.
Neoprene modified asphalt adhesive shall be brush/squeegee grade containing
oxidizing asphalt combined with 2 percent neoprene, 10 percent long fibered
mineral fibers, and 88 percent asphalt, and that has a softening point of 155
degrees F.
An example of an approved neoprene modified asphalt adhesive is Karnak 237
2% neo-asphalt paving block adhesive.
Joint Stabilizing Sealer
Joint stabilizing sealer shall be water-based and formulated for use on interlocking
concrete pavers.
4.04 CONSTRUCTION
The Contractor’s site foreman shall hold a Certified Concrete Paver Installer
Designation from the Interlocking Concrete Pavement Institute (ICPI). The site
foreman shall be onsite for the entire installation.
Concrete base and transverse curb construction shall conform to the requirements
of Section 302-6 of the STANDARD SPECIFICATIONS. Concrete curing
compound shall comply with the requirements as set forth by section 201 -4 of the
STANDARD SPECIFICATIONS. Fill any crack under 3/16 inch wide with mortar.
Sweep the concrete base clean.
TP-37
For sand asphalt bedding:
The contractor shall inspect, accept, and certify in writing to the Engineer
that site conditions meet specifications for the following items prior to
installation of bedding sand and interlocking concrete pavers:
1. Verify that concrete base materials, thickness, surface tolerances
and elevations conform to specified requirements.
2. Verify location of weep holes at lowest elevations against curbs,
walls, or other permanent structures. Verify holes filled with washed
pea gravel. Provide temporary plugs for holes to prevent ingress of
sand-asphalt setting bed or neoprene adhesive during construction.
Remove plugs when paving adjacent to drain holes. Cover holes with
a 12-inch by 12-inch geotextile to prevent ingress of the sand-
bitumen layer.
3. Verify that concrete surfaces to receive the bitumen bedding material
are free of dust, oil, grease, paint, wax, curing compounds, primer,
sealers, form release agents, from cracks over 3/16 inch in width, or
any deleterious substances and debris which may prevent or reduce
bonding.
4. Conduct moisture tests to verify that concrete surfaces are cured,
free from hydrostatic pressure and having a moisture content of less
than 5%.
5. Verify location, type, and elevations of edge restraints, concrete
collars around utility structures, and drainage inlets.
6. Do not proceed with installation of bedding sand and interlocking
concrete pavers until base conditions are corrected.
Tack coat shall be applied to the concrete base per the requirements of
Section 302-5.4 of the STANDARD SPECIFICATIONS. Once applied, the
tack coat should not be distributed and should be allowed to cure before
covering with the setting bed material. This may take a few hours depending
on weather conditions.
Place sand-asphalt bedding in panels between 1-inch high screed rails
spaced approximately 12 feet. Rake and screed smooth with strike board.
Use screed rails to achieve a level setting bed conforming to elevations and
slope shown on the drawings. After one panel is complete, advance screed
rails to the next position in readiness for screeding adjacent panels with
strike board. Fill depressions left from removed screed rails and smooth to
height consistent with panel. Place an area in size that will remain at least
270°F during compaction. Compact the setting bed with a with a powered
roller compactor to an even, nominal thickness of 1 -inch after compaction.
Re-heat, fill, and compact low areas with setting bed materials to conform
TP-38
to slope and elevation shown on the drawings. Re-heat, remove, level, and
compact setting bed in high areas to conform to slope and elevation shown
on the drawings. Irregularities or evenness in the grade of the concrete base
surface may be corrected with setting bed materials only with approval by
the Engineer.
Apply neoprene modified asphalt adhesive to cold sand -asphalt setting bed
with a brush or squeegee at the rate of 1.5 to 2 gallons per 100 square feet
(0.6 to 0.8 liters per square meter) or as recommended by the manufacturer.
Do not exceed this application rate. Do not apply pavers to adhesive until
dry skin forms on surface of adhesive. This typically takes an hour.
Firmly place all edge units on adhesive. After pavers have been installed in
an area, sweep clean and seat then into the adhesive with a static hand -
operated water-filled drum roller. Make at least two passes, the second pass
perpendicular to the first. All pavers should be seated into the adhesive at
the end of each day and joints filled with sand.
Extend control and structural joints through full depth of paving units. Do not
extend joints through bituminous bedding materials from joints in concrete
base that control shrinkage cracking. Install joints at all building facades or
other vertical surfaces. Install pre-molded pavement joint filler as units are
set in bituminous bed. Maintain top of filler 3/8 inch below exposed faces of
paving units for insertion of sealant.
For mortar bedding:
Examination
Inspect areas and conditions under which work is to be performed and notify
the Engineer in writing of conditions detrimental to the proper and timely
completion of the work.
Verify that concrete base is sloped for drainage and is free of standing
water, dust, oil, grease, paint, wax, curing compounds, primer, sealers, form
release agents, or any deleterious substances and debris which may
prevent or reduce bonding.
Verify that jointing materials can be cleaned from pavers or provide coating
to pavers to facilitate removal of jointing materials.
Do not proceed with the work until unsatisfactory conditions have been
corrected by the General Contractor or designated subcontractor to the
satisfaction of the installer.
Preparation
Completely remove loose particles and debris from surface of concrete
base. This may require mechanical grinding and scarifying of the surface.
TP-39
Neutralize any trace of strong acid or alkali from the substrate prior to mortar
application.
If leveling of the concrete surface is necessary, apply latex Portland cement
mortar surface leveling materials to the surface of the substrate to bring the
surface to a true, even plane. Allow mortar-leveling materials to set prior to
installation.
Surface to receive mortar shall have a tolerance of ±1/4 in. (6 mm) over 10
ft (3 m) for normal mortar setting bed applications and ±1/8 in. (3 mm) over
10 ft (3 m) for thin set mortar setting bed applications.
Installation
Moisten concrete base and apply slurry bond coat to concrete base per
manufacturer’s directions.
Mix and apply mortar setting bed material in accordance with the
manufacturer's instructions. Spread mortar in quantities that will remain
plastic and workable during installation of pavers.
Note: Finishing the surface of a mortar bed or thin-set mortar typically
involves placing a skim coat with a flat trowel on one pass and
returning with a pass of the notched side of the trowel. Pavers are
placed with a slight twisting motion to help ensure adhesion of the
mortar to the bottom of the paver. Each paver is tapped with a rubber
mallet to further bed each into the mortar. An occasional paver
should be lifted after this process to be sure there is full coverage of
the mortar against the bottom of the paver. Larger pavers may
require buttering with a skim coat of mortar to help ensure complete
adhesion to the mortar bedding.
Moisten the bottoms of the pavers prior to placing on mortar or thin -set
materials.
Concrete pavers shall be free from dust, dirt, and stains. Do not use soiled,
cracked, or broken units. Place paving units firmly onto adhesive with joints not to
exceed 1/8 inch, or as recommended in manufacturer’s literature. Lay pavers in
patterns as shown on the plans. Maintain straight pattern lines, joint lines and
coursing per the drawings. Cut pavers to fit edges with a masonry saw. No cut
paver shall be smaller than 1/3 of a whole unit if exposed to vehicular traffic ,
otherwise no less than 1/4 of a whole unit.
Cover the laying face or any incomplete areas with plastic sheets overnight if not
closed with cut and compacted pavers with joint sand to prevent exposed bedding
sand from becoming saturated from rainfall.
TP-40
The final surface tolerance from grade elevations shall not deviate more than ±3/8
in. under a 10 ft straightedge. Lippage: No greater than 1/8 inch difference in height
between adjacent pavers. The surface elevation of pavers shall be 1/8 inch above
adjacent concrete.
Allow excess joint sand to remain on surface to protect pavers from damage from
other trades. Remove excess sand when directed by inspector. Surface shall be
broom clean after removal of excess joint sand. Remove excess sand from surface
when installation is complete.
Apply liquid joint sand stabilization materials between concrete pavers in
accordance with the manufacturer’s written recommendations.
Apply “Seal’n Lock Systems” sealer with natural luster or approved equal to paving
stone. Apply sealer at a rate and method specified by the manufacturer.
After work in this section is complete, the Contractor shall be responsible for
protecting work from damage due to subsequent construction activity on the site.
Do not allow construction-related foot traffic for at least 24 hours after completion
of the installation and general foot traffic for at least 72 hours after installation and
per the mortar and grout manufacturer’s recommendations.
Environmental Requirements
1. Minimum ambient temperature of 40°F and rising.
2. Do not install bitumen setting bed or pavers during heavy rain or snowfall.
3. Do not install bitumen setting bed and pavers over frozen base materials.
4. Do not install frozen bitumen setting bed materials.
5. Do not install concrete pavers on frozen bitumen setting bed materials.
Part 5 Payment
Payment for Crosswalk (Color Concrete Band) shall be at the contract unit price
per linear foot in crosswalk measured in place. Payment shall include full
compensation for all labor, material, equipment, tools and incidentals necessary to
complete the work.
Payment for Crosswalk (Color Concrete Flatwork) shall be at the contract unit
price per square foot. Payment includes the construction of concrete collars for
existing manhole and valve covers within crosswalk and shall include full
compensation for all labor, material, equipment, tools, and incidentals necessary
to complete the work.
Payment for Crosswalk (Jointed Plain Concrete Pavement Base) shall be at
the contract unit price per square foot. Payment includes geotextile installation and
TP-41
shall include full compensation for all labor, material, equipment, tools , and
incidentals necessary to complete the work.
Payment for Crosswalk (Concrete Pavers) of the size shown on the bid schedule
shall be at the contract unit price per square foot. Payment includes the setting
bed, sealant, and aggregate base, and shall include full compensation for all labor,
material, equipment, tools, and incidentals necessary to complete the work.
Payment for Concrete Paver Pathway shall be at the contract unit price per
square foot. Payment includes concrete base, mortar setting bed, and sealant, and
shall include full compensation for all labor, material, equipment, tools , and
incidentals necessary to complete the work.
Payment for the various Curb and Curb and Gutter items shall be at the contract
unit price per linear foot measured in place, including all curb height and depth
variations for driveway, curb ramp, retaining, and bioretention. Payment shall
include full compensation for all labor, material, equipment, tools , and incidentals
necessary to complete the work.
Payment for Concrete Flatwork (Colored; Bus Stops, Ramps, Curb Returns)
shall be at the contract unit price per each in place. Payment shall include full
compensation for all labor, material, equipment, tools and incidentals necessary to
complete all work including retaining curb as shown on plans. Payment also
includes coloring and detectable warning surface.
Payment for Concrete Flatwork (Pathway and Colored Median), Jointed Plain
Concrete Pavement Driveway, Concrete Driveway Approach (Uncolored and
Colored), Concrete Bus Pad, and Reinforced Concrete Stairs shall be at the
contract unit price per square foot measured in place. Payment includes coloring,
sealant and reinforcement and shall include full compensation for all labor,
material, equipment, tools and incidentals necessary to complete the work.
Payment for Concrete Slough Wall shall be at the contract unit price per linear
foot measured in place. Payment shall include full compensation for all labor,
material, equipment, tools and incidentals necessary to complete the work
including structure excavation, backfill, minor grading up to 3 feet behind face of
wall, anti-graffiti coating, and skate deterrents.
Payment of Metal Handrailing shall be at the contract unit price per linear foot
measured in place. Payment shall include full compensation for all labor, material,
equipment, tools and incidentals necessary to complete the work including
painting, and connection to existing handrailing, as shown on plans and these
specifications, and therefore no separate compensation will be allowed.
Payment for Curb Drain and Wall Underdrain shall be at the contract unit price
per linear feet installed. Payment shall include full compensation for all labor,
material, equipment, tools and incidentals necessary to complete the work
TP-42
including connection to existing curb drains, excavation, backfill, nonwoven
geotextile, and installation of drop inlets and grates.
Payment for Drop Inlet Catch Basin for Curb Drain shall be at the contract unit
price per each installed. Payment shall include full compensation for all labor,
material, equipment, tools and incidentals necessary to complete the work
including connection to existing and proposed curb drains.
Payment for Parkway Drain shall be at the contract unit price per square foot.
Payment shall include full compensation for all labor, material, equipment, tools
and incidentals necessary to complete the work.
Payment for Detectable Warning Surface shall be at the contract unit price per
square foot. Payment shall include full compensation for all labor, material,
equipment, tools and incidentals necessary to complete the work.
Payment for Tactile Directional Indicator shall be at the contract unit price per
linear foot. Payment shall include full compensation for all labor, material,
equipment, tools and incidentals necessary to complete the work.
Payment of above items includes subgrade preparation; therefore, no separate
compensation will be allowed.
Payment for test panel construction and disposal shall be incidental to the bid
prices for other items of work and no additional compensation will be allowed
therefore.
TP-43
Drainage
Bid Item No. 48 Catch Basin (W=7’)
Bid Item No. 49 Reinforced Concrete Pipe (15” RCP)
Bid Item No. 50 Parkway Bioretention
Part 1 General
1.01 DESCRIPTION
Work specified in this section shall consist of furnishing all materials, equipment
and performing labor as required to execute this work as indicated in these
specifications, including, but not limited to this major item.
Work shall conform to the following Subsections of the Standard Specifications:
a. 200-1 “Rock Products”
b. 201-1 “Portland Cement Concrete”
c. 201-2 “Reinforcement for Concrete”
d. 206 “Miscellaneous Metal Items,”
e. 207-2 “Reinforced Concrete Pipe (RCP)”
f. 213-5 “Geotextiles and Geogrids”
g. 300 “Earthwork,” 301 “Subgrade Preparation, Treated Materials and
Placement of Base Materials”
h. 303 “Concrete and Masonry Construction”
i. 304 “Metal Fabrication and Construction”
j. 306 “Open Trench Conduit Construction”
Work shall be constructed in accordance with details shown on the plans, these
specifications, and the Los Angeles County Flood Control District catch basin
relocation permit.
Pipe Bedding
Pipe bedding shall conform to the requirements of Los Angeles County
Department of Public Works Standard Plan 3080-2.
Shop Drawings
Detailed shop drawings for the ARS and CPS units shall be submitted to the
District. No ARS and/or CPS unit fabrication shall start until the shop drawings are
TP-44
approved by the District. The Shop Drawings must clearly describe the details and
mechanical operation of the ARS and CPS Units, and, at a minimum, must contain:
Drawings descriptions and details of the units
a. Materials used
b. Connection details
c. Assembly details
d. Mounting details
e. Dimensions of all parts
f. Any other information needed to manufacture, install, and use the units
g. Correct title of the City Project
h. Names of the City and Permit Number(s).
1.02 AUTOMATIC RETRACTABLE SCREEN
Automatic Retractable Screen shall be an approved product as listed on the Los
Angeles County Public Works Department’s “Automatic Retractable Catch Basin
Screens Accepted for Minimum Reduction in Catch Basin Hydraulic Capacity”. An
example of an acceptable product would be United Storm Water, Inc. Wing-Gate.
Install per manufacturer's directions.
The exposed ends of the CB protection bar, when removed, must be drilled out to
a minimum depth of 1/4 inch and refilled with neat "Sikadur 32, Hi-Mod" or Agency
approved equal. When CB protection bars are removed, each ARS unit shall be
fitted with a permanent, fixed horizontal, 3/4 inch diameter solid stainless steel bar
located at the same distance above the flow line as the existing protection bar. Butt
welding of the protection bar will not be allowed. The new protection bar shall
remain fixed when the ARS unit opens and shall not protrude beyond the projected
curb face. However, the protection bar replacement will be waived when both of
the following conditions are met:
1. The CB curb face height is 12 inches or less.
2. The CB curb opening between the flow line and the ARS unit in the fully
open position is such that a 4 inch diameter sphere cannot pass through.
Field Test
Each ARS unit shall be manually operated upon completion of the installation to
ensure that the screen and all moving parts move freely and the screen locks
TP-45
securely in the closed position. Units that are determined by the Engineer to be
malfunctioning shall be repaired or replaced at the sole expense of the Contractor.
All of the CBs in which ARS units were installed will be tested using water supplied
from a fire hydrant or water truck. The Contractor shall be responsible for providing
the source of water, including written approval from the water agency if a hydrant
is used. Sufficient water shall be provided to cause the ARS units to open with no
other assistance as follows:
Flowing Water Test
1. Sandbags shall be placed around the CB’s curb opening to allow the water
to pond in front of the CB to a depth of 3 inches, measured from the flow
line of the CB curb opening local depression. The sandbags shall be located
5 feet upstream and downstream of the end of the local depression.
Sandbags shall also be placed 7 feet from and parallel to the CB curb face .
2. An impermeable rigid membrane/barrier shall be placed covering the CB
curb opening to allow the water to pond in front of the CB. The
membrane/barrier shall be capable of sealing the CB curb opening without
leakage so that the water ponds to the depth required.
3. Once the water reaches the depth described herein, the impermeable
membrane shall be removed in one quick and continuous motion to allow
the ponded water to instantaneously enter the CB and cause the ARS unit
to open. A continuous flow of water shall be provided for at least two minutes
after the initial opening of the ARS unit in sufficient quantity to maintain the
device open. At the end of the two minutes, the flow of the water shall be
stopped and the device shall fully close automatically prior to or immediately
after the flow into the CB stops.
4. This process shall be successfully completed at least two consecutive times
without adjustments and/or calibration between trials.
5. Any ARS unit that do not open, close, and lock closed automatically under
the test conditions, described herein, shall be repaired or replaced at the
sole expense of the Contractor and retested. This process shall be repeated
until the failed device passes the test at the sole expense of the Contractor.
1.03 CONNECTOR PIPE SCREEN
General
Connector Pipe Screen (CPS) shall be an approved product as listed on the
California State Water Resource Control Board’s latest “Certified Full Capture
System Trash Treatment Control Devices”. The contractor’s attention is directed
to:
TP-46
https://www.waterboards.ca.gov/water_issues/programs/stormwater/docs/t
rash_implementation/certified_fcsdevicelist_16Feb2021.pdf
The CPS unit shall be designed to retain all trash larger than 5 mm (0.197 inch).
Materials
The CPS shall be sized, fabricated, and installed conforming to the configurations
shown in the CPS Sizing Table 1, Appendices A-1, A-2, A-3, and A-4 as shown in
Los Angeles County Department of Public Works’ Connector Pipe Screen
requirements. The Contractor’s attention is directed to:
https://pw.lacounty.gov/ldd/lib/forms/Guidelines/ARS%20&%20CPS%20R
equirements.pdf
The CPS shall not interfere with the operation of an existing or proposed ARS.
The CPS unit shall have a sufficient structural integrity to withstand a lateral force
of standing water (62.4 lb/ft3 ) within the CB area when the screen becomes 100%
clogged. CPS units shall be bolted to the CB walls.
CPS units shall be configured with deflector plates or screens preventing trash
from falling between the screen and connector pipe. The deflector plate shall be
designed to withstand a vertical load of 10 lbs per square foot.
The CPS frame shall be fabricated from S-304 stainless steel, or an Agency
approved equal stainless steel alloy. The Structural members shall have a
minimum thickness of 3/16 inches.
The CPS screen shall be fabricated from perforated metal of Type S-304 stainless
steel, or an Agency approved equal stainless steel alloy. The screen shall have a
minimum thickness of fourteen (14) gauge (0.0781 inch) The geometrical opening
shape shall have a diameter of 5 mm (0.197 inch).
The screen material used shall have at least 45% open area.
The assembly bolts, screws, nuts, and washers shall be fabricated entirely from S -
316 stainless steel. The concrete anchor bolts shall use a Red Head Multi-Set II
drop-in anchor, SSRM-38, with Type S-316 stainless steel threaded rods, nuts and
washers, or Agency approved equal.
Installation
Install CPS unit per manufacturer’s directions.
The gap at the bottom, sides, and joints of CPS units shall not exceed 5 mm (0.197
inch).
TP-47
The perimeter of CPS units shall include a structural frame for stiffness, a bolting
surface for fastening to the CB wall, and support for the opening referred to as the
"bypass (Hb)".
The CPS unit may encroach into the manhole opening no more than 4 inches.
Any edge of the CPS that is not flush with the wall or floor of the CB shall be smooth
with no prongs or jagged edges.
The Contractor shall make detailed measurements of each CB’s location,
dimension, configuration, and operational condition, including the size and location
of the connector pipe, for the proper fabrication of the devices. The Contractor shall
submit written records of this information to the District for review and approval
prior to fabrication of the CPS units. Improper fabrication of devices due to errors
in the measurements shall be corrected at the Contractor's expense.
The Contractor shall furnish all materials, equipment, tools and labor to cleanout
(i.e. remove and dispose of all debris from within and around) all CBs in which CPS
units will be installed under this Contract to the maintenance standards specified.
Cleanout shall also include the CB connector pipe openings and the first 6 feet
thereof. The CB shall be clean at the time of the CPS installation. Any trash and
debris that accumulates between the dates the CB is cleaned and the date the
device is installed shall be removed prior to installation of the device at the
Contractor's expense.
Painted Gauge
The Contractor shall paint a gauge such that it is visible from the CB curb opening
or manhole. Paint shall conform to Sections 210 and 310 of the Standard
Specifications.
1.04 DRAINAGE INLET MARKER
Drainage inlet marker shall be prefabricated thermoplastic per Caltrans Standard
Plan D71.
Drainage inlet marker shall read “No dumping, drains to ocean.”
Submit drainage inlet marker to City for approval.
Install drainage inlet marker on tops of all catch basins, and on parkway
bioretention cells as shown on plans.
1.05 PARKWAY BIORETENTION
ASTM No.4 Aggregate
Permeable aggregate shall be No.4 aggregate per ASTM D448 and must consist
of hard, durable, clean sand, gravel, or crushed stone and must be free from
organic material, clay balls, or other deleterious substances.
TP-48
Permeable aggregate shall conform to the following quality requirements:
a. Percentage wear (ASTM C131) shall be as follows:
a. 100 revolutions – 15% max
b. 500 revolutions – 45% max.
b. Soundness percentage (California Test Method 214) shall be 14% max.
c. Coefficient of uniformity of the D60 to D10 particle size ratio shall be greater
than 4.
Mulch
Mulch shall be Type 1 mulch and conform to Section 800-1.2 of the Standard
Specifications.
Sand
Sand shall be “Sand for Portland Cement Concrete” and conform to Section 200-
1.5.3 of the Standard Specifications.
Compost
The compost producer shall be fully permitted in accordance with requirements of
the California Integrated Waste Management Board (CIWMB), Local Enforcement
Agencies (LEA) and any other State and Local Agencies that regulate Solid Waste
Facilities. If exempt from State permitting requirements, the composting facility
shall certify that it follows all guidelines and procedures for production of compost
meeting the environmental health standards of Title 14, California Code of
Regulations, Division 7, Chapter 3.1, Article 7.
The compost producer shall be a participant in United States Composting Council’s
(“USCC”) Seal of Testing Assurance (“STA”) program. At Contractor's option,
compost shall be derived from any single, or mixture of the following feedstock
materials:
a. Green material consisting of chipped, shredded, or ground vegetation; or
clean processed recycled wood products.
b. Class A, exceptional quality biosolids composts.
c. Manure.
d. Mixed food waste.
Feedstock materials shall be composted to reduce weed seeds, pathogens, and
deleterious materials in conformance with Title 14, California Code of Regulations,
Division 7, Chapter 3.1, Article 7, Section 17868.3
TP-49
Compost shall not be derived from mixed municipal solid waste. Compost shall not
contain paint, petroleum products, herbicides, fungicides, or other chemical
residues harmful to animal life or plant growth. Compost shall possess no
objectionable odors.
Metal concentrations in compost shall not exceed the maximum metal
concentrations listed in Title 14, California Code of Regulations, Division 7,
Chapter 3.1, Section 17868.2.
Compost shall conform to the following:
Quality characteristic
Test
method
Requirement:
Fine
Requirement:
Medium/
Coarse
pH
TMECC
04.11-A 6-8.5 6-8.5
Soluble salts (dS/m)
TMECC
04.10-A 0-10 0-10
Moisture Content (% dry
weight)
TMECC
03.09-A 25-60 25-60
Organic matter content (%
dry weight)
TMECC
05.07-A 30-70 30-100
Maturity (seed emergence)
(% relative to positive
control)
TMECC
05.05-A 80 or above 80 or above
Maturity (seedling vigor) (%
relative to positive control)
TMECC
05.05-A 80 or above 80 or above
Stability (mg CO2-C/g OM
per day)
TMECC
05.08-B 5 or below 8 or below
Pathogen: Salmonella
(most probable number per
4 grams dry weight basis)
TMECC
07.01-B < 3 < 3
Pathogen: Fecal coliform
(most probable number per
gram dry weight basis)
TMECC
07.01-B < 1,000 < 1,000
Physical contaminants (%
dry weight) Plastic, glass,
and metal
TMECC
02.02-C
Combined
Total:< 0.5
Combined
Total:< 1.0
Film plastic (% dry weight)
TMECC
02.02-C
Combined
Total:< 0.1%
Combined
Total:< 0.1%
TMECC refers to Test Methods for the Examination of Composting and Compost,
published by the United States Department of Agriculture and the United States
Compost Council (USCC).
The particle size (test method TMECC 02.02-B) must comply with the
requirements shown in the following table:
TP-50
Percentage Passing Sieve
Sieve Size Coarse Medium Fine
3-inch 100 - -
2-inch - 100 -
1-inch - - 100
3/8-inch 25-35 40-55 95
Small-Rock Slope Protection
Small-rock slope protection (S-RSP) shall conform to the provisions of Section 72-
4 of the Caltrans Standard Specifications.
Impermeable Liner
Impermeable liner shall be new single-ply 30 mil polyethylene sheeting without
seems or overlapping joints. Liner shall be free of holes, punctures, tears, or other
defects.
Part 2 PAYMENT
Payment for Catch Basin of the size shown on the Bid Schedule shall be at the
contract unit price per each. Payment shall include full compensation for all labor,
material, equipment, tools, and incidentals necessary to complete the work
including excavation, any required shoring and bracing, any required protection of
existing utilities, subgrade preparation, backfill, monolithic catch basin connection,
automatic retractable screen, and connector pipe screen.
Payment for Reinforced Concrete Pipe shall be at the contract unit price per
linear foot. Payment shall include full compensation for all labor, material,
equipment, tools, and incidentals necessary to complete the work including any
required shoring and bracing, any required protection of existing utilities, subgrade
preparation, pipe bedding, excavation, backfill, concrete collar, and drainage inlet
marker.
Payment for Parkway Bioretention shall be at the contract unit price per square
foot. Payment shall include full compensation for all labor, material, equipment,
tools, and incidentals necessary to complete the work including subgrade
preparation, backfill, curb wall and brace wall / check dam, planting media,
geotextile, impermeable liner, grouted cobble, and drainage inlet marker.
TP-51
Traffic Striping and Signage
Bid Item No. 4
Part 1 GENERAL
1.01 DESCRIPTION
Work specified in this section shall consist of furnishing all materials, equipment
and performing labor as required to execute this work as indicated in these
specifications, including, but not limited to this major item:
Work specified in this section consists of providing and installing thermoplastic
pavement markings and striping, curb markings and signage for the roadway as
shown on the drawings and as specified in these Technical Provisions.
Pavement markings and striping on all roadways shall be thermoplastic. All striping
shall include raised pavement markers. Yellow raised pavement markers shall also
be installed around the medians per plans.
1.02 REFERENCE STANDARDS
The following specifications and standards listed in this paragraph form a part of
these Specifications to the extent required by the reference thereto.
A. State of California, Department of Transportation (CALTRANS)
a. 2024 Standard Specifications
b. 2024 Standard Plans
c. 2014 California MUTCD (Revision 8)
B. Standard Specifications for Public Works Construction, 2021 Edition,
referred to hereinafter as Standard Specifications.
1.03 SUBMITTALS
Prior to delivery of paint and thermoplastic material, the contractor shall deliver to
the Engineer certified copies of manufacturer’s test report conforming to Section
210-1.7 of the Standard Specifications.
Part 2 PRODUCTS
2.01 MATERIALS
Thermoplastic Material shall conform to Section 214-5 of the Standard
Specifications.
TP-52
Reflective material in Thermoplastic Paint shall conform to Section 21 4-6.4 of the
Standard Specifications.
Paint for striping and pavement markings shall be double coated and beaded,
conforming to the Standard Specifications and all subsequent supplements. Paint
type shall conform to Section 214-4 Rapid Dry Traffic Line Paint.
All stencils and templates shall be identical with those used by the City of Diamond
Bar.
Signage shall be constructed in accordance with Section 82, “Signs and Markers,”
of the State Standard Specifications.
Unless otherwise noted, sign posts shall be perforated steel square tube posts.
Decorative Sign Post
Decorative Sign Post shall be South Coast Lighting Catalog #BCNHQ1126-
600120144-4SF or approved equal. See Appendix E. Signal Pole, Decorative Sign
Pole, Lighting Standard Drawings.
All material shall be finished with a 2 part epoxy polyurethane, color shall be RAL#
7011, Smooth, EisenGrau Iron Grey. Paint shall be TNEMEC ENDURA SHIELD
SERIES 71 or equal. Prior to finish coat a primer shall be applied -2-4 mils DFT
shall be achieved. Finish coat shall be TNEMEC Epoxy polyurethane shall be
applied and achieve a 2-4 mils DFT.
2.02 EQUIPMENT
Striping, marking and marker equipment shall conform to Section 314-4 of the
Standard Specifications.
Preheaters with vertical mixers having 360-degree rotation shall be used to
preheat granular form material.
Part 3 EXECUTION
3.01 WEATHER CONDITIONS
Painting shall be performed when weather conditions comply with Section 314-4.3
of the Standard Specifications.
3.02 PREPARATION OF EXISTING SURFACES
Shall comply with Section 314-4 of the Standard Specifications.
All existing conflicting traffic markings and lines shall be removed as required.
TP-53
All striping limit lines left illegible by paving or operations must be temporarily
replaced on the same day of paving. The method of temporary striping must have
prior approval by the City Engineer.
New pavement and seal coats shall be allowed to cure at least 72 hours before
any paint is applied.
Surfaces of new Portland cement concrete pavement shall be thoroughly cleaned
to remove all laitance and curing compound.
The Contractor shall completely remove by sandblasting any existing striping that
could render new striping and pavement markings unclear or create conflicts.
Blackout by painting will not be allowed.
3.03 LAYOUT
All existing striping shall be documented and replaced by the Contractor, as part
of the contract.
Layout shall comply with Section 314-4.2 of the Standard Specifications.
Stencils shall be used when applying thermoplastic material for pavement
markings and for short radius curves in striping.
3.04 APPLICATION
Shall comply with Section 314-4.3.5 of the Standard Specifications.
A minimum of seven (7) days shall be provided between first and second work
coatings.
A primer, of the type recommended by the manufacturer of the thermoplastic
material shall be applied to all asphalt surfaces over 6 months old and to all
Portland cement concrete surfaces. The primer shall be applied immediately in
advance of, but concurrent with, the application of thermoplastic material. The
primer shall be applied at the application rate recommended by the manufacturer
and shall not be thinned.
The pavement surface to which thermoplastic material is applied shall be
completely coated by the material and the voids of the pavement surface shall be
filled.
Striping and pavement markings, other than those called for on the plans to be
painted, which are damaged or darkened as a result of cleaning and/or
construction, including wheel markings by public traffic and the construction
equipment, shall be repainted by the Contractor at his/her expense.
TP-54
3.05 SIGN INSTALLATION
Signage shall be installed in accordance with Section 82, “Signs and Markers,” of
the State Standard Specifications. Mast arm signs shall be located immediately to
the right of the outermost signal head using the strap and saddle method. Signs to
be relocated shall be installed on new posts.
Existing signs at locations shown on the plans to be removed shall be removed,
salvaged and delivered to the City of Diamond Bar yard. Existing signs shall not
be removed until replacement signs have been installed or until the existing signs
are no longer required for the direction of public traffic, unless otherwise directed
by the Engineer.
3.06 STREET LIGHT BANNERS
Relocate banners, include strap and saddle hardware from existing street lights to
new street lights. Banners shall be mounted at least 17’ above the finished grade.
Street light banners shall be inactive during relocation for no longer than 14 days.
Part 4 PAYMENT
Measurement and payment for Signing and Striping will be made on a lump sum
basis at the contract lump sum price for Signage and Striping. Such payment shall
include full compensation for furnishing all labor, tools, materials, equipment, and
all incidentals required to install signage, thermoplastic st riping and pavement
markings and pavement markers, and to relocate street light banners.
TP-55
Traffic Signal
Bid Item No. 53 Traffic Signal Improvements - Diamond Bar Blvd. and GoldenSprings
Dr.
Bid Item No. 54 Traffic Signal Improvements - Diamond Bar Blvd. and Palomino Dr.
Bid Item No. 55 Traffic Signal Improvements - Diamond Bar Blvd. at Driveways
Part 1 General
1.01 DESCRIPTION
Furnishing and installing traffic signal and lighting and payment therefor shall
conform to the provisions in Section 86, "Signals and Lighting," of the 2015
California Department of Transportation Standard Specifications (hereinafter
called State Standard Specifications) 2015 Standard Special Provisions (SSPs),
and updates for use with 2015 Standard Plans and these special provisions.
Traffic signal work is to be constructed at the following locations:
1. Diamond Bar Boulevard and Golden Springs Drive
a. Remove existing signal poles and equipment;
b. furnish and install new decorative signal poles, mast arm, signal
heads and back plates;
c. install and furnish pedestrian and push buttons housings and
mounting equipment to match with the decorative signal pole color,
and equipment; relocate and remount painted IISNS;
d. re-install signs to new poles;
e. relocate existing video detection system and install advance loop
detectors.
Traffic control plans will be required for said work. The plans shall follow the
requirements in the latest version of the CA MUTCD and WATCH manual.
2. Diamond Bar Boulevard and Diamond Bar Ranch Center/Commercial
Center
a. Remove existing signal poles and equipment;
b. furnish and install new decorative signal poles, mast arm, signal
heads and back plates;
c. install and furnish pedestrian and push buttons housings and
mounting equipment to match with the decorative signal pole color,
and equipment; relocate and remount painted IISNS;
d. re-install signs to new poles;
e. install video detection system and install advance loop detectors.
Traffic control plans will be required for said work. The plans shall follow the
requirements in the latest version of the CA MUTCD and WATCH manual.
3. Diamond Bar Boulevard and Gentle Springs Lane/Palomino Drive
TP-56
a. Remove existing signal poles and equipment;
b. furnish and install new decorative signal poles, mast arm, signal
heads and back plates;
c. install and furnish pedestrian and push buttons housings and
mounting equipment to match with the decorative signal pole color,
and equipment; relocate and remount painted IISNS;
d. re-install signs to new poles;
e. install video detection system and install advance loop detectors).
Traffic control plans will be required for said work. The plans shall follow the
requirements in the latest version of the CA MUTCD and WATCH manual.
1.02 TEMPORARY SIGNAL OPERATION
The Contractor shall notify the Engineer prior to any traffic signal shut down or
"flashing red" operation. The Contractor shall provide trained traffic control
personnel to direct traffic when required, as directed by the Engineer.
During shutdown, the Contractor shall adhere to the requirements of 86 -1.06 of the
Caltrans Standard Specifications, except that two stop signs, not one, shall be
required per approach. The traffic control plan(s) required in Section 8 -1.03 shall
include strategies for the safe movement of traffic through the shutdown
intersection.
1.03 REMOVING AND REPLACING IMPROVEMENTS
Removal and replacement of improvements shall conform to the provisions in
Section 86-2.02, "Removing and Replacing Improvements," of the State Standard
Specifications and these special provisions.
Verify field dimensions prior to ordering material.
See Civil Plans for striping, sidewalk, median and/or pavement improvements.
1.04 EQUIPMENT LIST
Prior to the commencement of work, and within 15 days following the signing of
the contract by the City and the Contractor, the Contractor shall submit 2 copies of
a complete list and all supporting submittal data for equipment and materials to be
furnished, including all substitutions proposed to the Engineer for approval, in
accordance with Section 86-1.03. Partial or incomplete submittals will not be
considered.
No substitutions will be considered thereafter. If the Contractor desires to make a
substitution, he/she shall submit complete product information to document the
equipment or material being offered as being equal to that specified. No
substitutions shall be allowed until requested and approved in writing. The
TP-57
Engineer reserves the right to require the originally specified equipment and/ or
materials.
Installation of an approved substitution shall be the Contractor's responsibility, and
any revisions necessary for the installation of approved substituted materials
and/or equipment shall be made without additional expense to the City.
Submit two complete sets of the equipment list and submittal data fully contained
in 3-ring binders to the City, along with an itemized and dated transmittal sheet.
The submittal data shall contain sufficient information and details to permit full
evaluation of each item for adherence to the requirements of the contract
documents. When appropriate, carefully address the functional and technical
interrelationships among the various items. Include appropriate catalog cut sheets
and specifications for all standard, off-the-shelf items. For custom-made items,
include shop drawings and other necessary data.
When reprinted literature such as catalog cut sheets are used to satisfy some or
all of the submittal data requirements, ensure that there are no statements on the
literature that conflict with the requirements of the contract documents. Cross off
and initial any conflicting statements. Provide written explanation of how the item
will be changed from the literature.
Following review, one complete set of submittal information and transmittal sheet,
with date-stamp, will be returned with comments and disposition of acceptance or
rejection.
Work may proceed with equipment marked "no exception taken". In order to
proceed with groups marked "exceptions as noted," it is necessary to provide
written concurrence to the Engineer that all noted exceptions are agreed to; in
which case; re-submittal of submittal data is not required. For items marked
"corrections required - resubmit"; make noted corrections or provide additional
information and resubmit for review. Identify or redesign items marked "rejected -
resubmit" and resubmit for review.
Submittals that, in the judgment of the Engineer, are insufficient to permit proper
evaluation will not be reviewed.
Following approval of submittals and the submittal package is in its complete and
final form; submit two more complete and final submittal packages.
Submit test procedures for review in the same manner described for submittal,
except that submittal need not occur within the first 15 days.
1.05 AS-BUILT INFORMATION:
The Contractor shall maintain a current record of "As -Built" information that shall
be submitted to the Engineer for review and approval upon request. The Contractor
is required to submit to the Engineer "As-built" prints prior to the City accepting the
TP-58
installations. The prints shall indicate in red all deviations from the contract plans,
such as: location of, pull boxes and runs; depths of conduit; number of conductors
and other appurtenant work. Failure to comply with this requirement may result in
the City not accepting the project as complete.
The Contractor shall furnish two maintenance and operations manuals for all new
controller units, auxiliary equipment, and vehicle detector sensor units, control
units, and amplifiers. The maintenance manual and operations manual may be
combined into one manual. One maintenance manual or combined maintenance
and operations manual shall be submitted to the laboratory prior to the time of the
controllers are delivered for testing or, if ordered by the Engineer, previous to
purchase.
The second maintenance and operations manual shall be delivered to the
Engineer at time of testing. Any changes required as the result of the testing or
other circumstance shall be supplied to the Engineer prior to acceptance of the
project. The maintenance manual shall include, but need not be limited to, the
following items.
(a) Specifications
(b) Design characteristics
(c) General operation theory
(d) Function of all controls
(e) Trouble shooting procedure (diagnostic routine)
(f) Block circuit diagram
(g) Geographical layout of components
(h) Schematic diagrams
(i) List of replaceable component parts with stock numbers
1.06 STANDARDS, STEEL PEDESTALS, AND POSTS
Standards, steel pedestals and posts shall conform to the provisions in 86-2.04,
"Standards, Poles, Steel Pedestals and Posts," of the Caltrans Standard
Specifications and these Special Provisions.
All signal pole assemblies shall be galvanized. The appearance of the poles shall
be per conceptual drawings provided in Appendix E. Signal Pole, Decorative Sign
Pole, Lighting Standard Drawings, provided by South Coast Lighting & Design. Per
Appendix E. Signal Pole, Decorative Sign Pole, Lighting Standard Drawings , signal
pole assemblies shall be provided by Valmont Structures, or approved equal.
TP-59
Pole Shaft shall be a fluted tapered one piece steel pole. Pole shall have 4 -sharp
evenly spaced flutes (per drawing & assembly) and have a light mounting height
of 29’6”. Pole shaft shall meet or exceed ASTM A595 GRADE A steel. Flutes shall
stop at 2” above base plate and continue the full length of the pole shaft. The pole
and base shall have the 4-sharp continuous flute that transitions seamlessly from
the base to the pole. Pole taper shall be .14” per foot. A reinforced handhole shall
be built into pole structure. Structural calculations signed by a California civil or
structural engineer shall accompany pole submittals. Calculations shall call out
wind area mentioned above. City will receive 2 wet stamped copies. Calculations
shall include handhole opening. Pole assemblies are to be finished per the paint
& finish specifications. Traffic poles and street light poles are to be manufactured
by the same manufacturer.
Base Plate shall be ASTM A36 steel and welded to steel pole shaft by certified
welders. Telescopic weld beads on top and bottom of base. The thickness of the
base plate is to be determined by the structural engineer. Anchor Bolts to be high
strength steel. Diameter and length shall be determined by structural engineer
each anchor bolt shall have 2 nuts and 2 washers. Bolts to be hot dipped
galvanized after fabrication. Sizes are per Caltrans 2015 for traffic poles.
Luminaire Arm is to be Valmont Industries Straight simplex clamp arm.
The arm shall be structurally designed to meet wind load requirements as set forth.
Arm is designed to accept pendant fixture. The arm will be per plans.
Decorative base for the signal pole shall be cast aluminum and shall be an exact
match of existing bases. Casting ingot shall be new and 1st run ASTM-A356
aluminum ingot. Minimum wall thickness is to be .200”, all welding shall be ground
smooth and no detail of base to be ground away, do not use circular grinders on
finished product. All casting voids and imperfections shall be filled by heli-arc weld
and ground smooth. Bondo or other plastic filler shall not be acceptable. The
base shall be South Coast Lighting Newhall style.
Access openings & 2 doors shall be cast into base; they shall be cast into such a
way where they will not be noticeable. Access doors shall be at same height and
opening as pole handhole. Base dimensions and sizes shall match existing.
Saw cutting of bases is not permitted. Access doors are to be interchangeable on
all new bases and existing. Top of base shall be designed to have a fit tolerance
of 1/8” maximum against pole. Base shall have a positive connection to secure
base to pole and prevent it from being lifted or moved.
The base shall have a 4-sharp flute that tapers into the pole in a seamless
transition.
The bases are to be finished per paint & finish specification. All hardware shall be
stainless and designed to be hidden from view. The City of Diamond Bar logo is
TP-60
2 tone and cast into each base half. Bases shall have part # listed on the inside
of the base.
Hardware shall be stainless steel on all pole components.
Luminaire shall be a pendant style and be manufactured by King Luminaire
Company. It shall have a flat lens and cast aluminum housing. LED is required.
Fixture shall have a cast aluminum structural housing and tool less features to
replace driver, photocells, and or lens. Fixture parts shall be interchangeable with
each other. Contractor shall supply same fixture for entire project. Wattage and
voltage shall be detailed in the plans. The fixture shall carry a UL label “SUITABLE
FOR WET LOCATION” and have an IP rating of IP66. The structural fitter shall be
designed for 100 mph wind and withstand vibration and seismic conditions. Fitter
shall be capable of installing a NEMA twistlock photocell. Finish shall be per paint
& coating specifications.
Signal Mounting Arms shall be to the length and size per plans. Mounting boot
shall be per Caltrans 2015. The arm shall be finished per product specifications.
Saw cut units are not permitted.
Steel pole assemblies and all components shall be hot dipped galvanized to ASTM
A123 after complete fabrication. The galvanizing coats all exterior and internal
parts and surfaces of steel poles and parts. Prior to painting the galvanized
surfaces are mechanically etched by brush blasting per SSPC SP7. Parts are
washed and heated cured prior to coating.
Aluminum components and castings shall be chemically etched and water
cleaned. Parts shall be forced heat dried prior to coating, parts to be finished within
2 hours after cleaning to prevent oxidation.
All material shall be finished with a 2 part epoxy polyurethane, color shall be RAL#
7011, Smooth, EisenGrau Iron Grey. Paint shall be TNEMEC ENDURA SHIELD
SERIES 71 or equal. Prior to finish coat a primer shall be applied -2-4 mils DFT
shall be achieved. Finish coat shall be TNEMEC Epoxy polyurethane shall be
applied and achieve a 2-4 mils DFT.
All finished components shall be wrapped for maximum protection during shipment
and installation. Touch up paint may be required with shipment; One gallon of
finish paint per 25 poles shall be shipped with order. Contractor shall furnish paint
formula and paint manufacturer to city.
Pole Assembly Details:
Catalog Number BCNHQ1126-1A-10, Equivalent to Type 1-A:
• 4 Sharp Fluted Tapered Aluminum Pole
• Custom Decorative Aluminum Clamshell Base
• Standard Foundation per Caltrans Std Plans for PPBs
TP-61
Catalog Number BCNHQ1126-FL4S-1A-10-FPGV, Equivalent to Type 1-A:
• 4 Sharp Fluted Tapered Steel Pole
• A – Tenon Mounted Traffic Signal Structure
• Custom Decorative Aluminum Clamshell Base
• Standard Foundation per Caltrans Std Plans for Type 1 -A Poles
Catalog Number BCNHQ1735-FL4S-15TSMOD-15-K828-150W-LED, Equivalent
to Type 15TS:
• 4 Sharp Fluted Tapered Steel Pole
• 12’ or 15’ Span Luminaire Arm
• Custom Decorative Aluminum Clamshell Base
• Standard Foundation per Caltrans Std Plans for Type 15 Poles
Catalog Number BCNHQ2240-17-3-100-15-15-K828-150W-LED, Equivalent to
Type 17:
• 8-sided Tapered Steel Pole
• 12’-0” Span Luminaire Arm
• Custom Decorative Aluminum Clamshell Base
• Custom Foundations by Manufacturer (for City Approval)
Catalog Number BCNHQ2640-29-5-100-50-15-K828-150W-LED, Equivalent to
Type 29:
• 8-sided Tapered Steel Pole
• 12’ or 15’ Span Luminaire Arm
• Custom Decorative Aluminum Clamshell Base
• Custom Foundations by Manufacturer (for City Approval)
All custom foundations for special signal pole assemblies will be submitted for
approval by the Engineer. Foundations shall conform to Section 50-3.01C(2),
"Foundations," of the State Standard Specifications.
Fly ash substitutes and/or admixtures shall not be permitted.
All cast-in-drilled-hole foundations for traffic signal standards excluding Type 1
pole foundations, a hole the same size as the pole foundation shall be drilled and
filled with one-sack slurry and re-drilled the following day for the actual pole
foundation.
Contractor shall be responsible for contacting Valmont Structures, or their local
supplier, for complete signal pole assembly information to be approved by the
Engineer prior to ordering signal pole equipment.
TP-62
In addition to identifying each pole shaft as detailed on ES-7M of the State
Standard Plans, the Contractor shall also identify each mast arm for all signals and
luminaires. The stamped metal identification tag shall be located on the mast arm
near the butt end and shall contain the same information required by Standard
Plan ES-7M. Pole tags shall include name of the manufacturer and shall be visible
from the road surface.
Standards, Steel Pedestals and Posts shall not be erected or installed until the
signal faces, loop detection, push buttons, signs, luminaires, and other materials
required to complete the installation in its entirety have been inspected, passed
inspection, and are in the Contractor's possession and available for immediate
installation. The service enclosures, controller cabinets, conduits, pull boxes (other
than the pull boxes connected to the new signal poles), wiring, and other
underground installation shall be protected in place. Contractor shall be
responsible for replacing any damage to the equipment.
The cost of installing, transportation and/or shipping of each standard, steel
pedestal and posts, and anchor bolts shall be included in the Lump Sum price paid
for the respective Traffic Signal Modification at the various intersections, and no
additional compensation shall be allowed, therefore.
1.07 CONDUIT
Conduit shall conform to the provisions in Section 86 -2.05, "Conduit," of the
Caltrans Standard Specifications and these Special Provisions.
Rigid metallic conduit shall be used at all locations, unless indicated otherwise on
the plans.
All conduits shall be 2" minimum, unless otherwise noted on the Plans.
Conduit installation shall conform to the provisions in Section 86 -2.05C,
"Installation," of the Caltrans Standard Specifications and these Special
Provisions.
Conduit shall be installed in conformance with the codes and regulations listed in
Section 86-1.02, “Regulations and Codes’’ and these Special Provisions.
After conductors have been installed, the ends of conduits terminating in pull boxes
and controller cabinets shall be sealed with a type of sealing compound approved
by the project Engineer.
1.08 PULL BOXES
Pull boxes shall conform to the provisions of Section 86.2.06, “Pull Boxes,” of the
Caltrans Standard Specifications as amended below and these Special Provisions.
Pull Boxes shall be placed with their tops flush with surrounding finish grade.
TP-63
The pull boxes shall be size #5, unless otherwise indicated on the Plans and the
amount shown on the plans are to be installed at a minimum. The Contractor may,
at his expense, install additional pull boxes to facilitate his work.
Grouting is required at the bottom of all pull boxes.
Any pullbox with (4) or more conduits terminate shall be #6.
In unimproved areas, install pull box markers and marker posts. Markers shall be
Type L.
Pull boxes, covers and extensions for installation in the ground or in sidewalk areas
shall be of the sizes and details shown on the Plans and shall be pre -cast of
reinforced Portland Cement Concrete (PCC). Plastic pull boxes shall not be used.
All pull boxes shall be Christy Concrete Products, Inc. with fiberlyte lid or approved
equal. Pull box lid shall be painted to match the sidewalk color.
Covers shall be secured with 3/8 inch bolts, cap screws, or studs, and nuts which
shall be of brass, stainless steel or other non-corroding material. Stainless steel
hold-down bolts; cap screws or studs, and nuts and washers shall have a
chromium content of not less than 18 percent and a nickel content of not less than
(8) percent.
Do not install pull boxes and handholes within concrete paver areas. Do not install
pull boxes and handholes within the bikeway.
All ferrous metal parts shall be galvanized in conformance with the provisions in
Section 75-1.05 of the Caltrans Standard Specifications.
Supplement and amend Subsection 86-2.06B, “Cover Marking,” as follows:
A. “TRAFFIC SIGNAL”: Where pull box contains traffic signal conductors with
or without street lighting conductors.
B. “STREET LIGHTING”: Where pull box contains street lighting conductors
only. “HIGH VOLTAGE” shall be added where street lighting voltage is
above 600 volts.
C. “SPRINKLER CONTROL”: For pull boxes where sprinkler control conduits
enter the pull box.
D. “TELEPHONE”: Where pull boxes contain telephone conductors.
E. “EDISON”: Where pull boxes contain Edison Company conductors. Pull
box lids shall be type lock down.
TP-64
F. “COMMUNICATIONS”: Where pull boxes contain traffic signal interconnect
fiber optic cable.
Pull box installation shall conform to the provisions in Section 86 -2.06C,
"Installation and Use", of the Caltrans Standard Specifications.
1.09 CONDUCTORS AND WIRING
Conductors and wiring shall conform to the provisions in Section 86 -2.08,
“Conductors and Cables,” and Section 86-2.09, “Wiring,” of the Caltrans Standard
Specifications and these Special Provisions.
Signal cable conductors shall also conform to the provisions in Section 86 -2.08D,
"Signal Cable", of the Caltrans Standard Specifications. Signal cable shall be
installed continuously without splicing from the controller cabinet to each traffic
signal pole.
The Contractor shall reuse existing conductors unless otherwise shown on the
Plans or provided for in these Special Provisions.
Conductors with THHN and THWN installation shall not be used. All other
conductors shall be THW type
Cable for interconnect shall be 12 pair #19 AWG with shield.
Conductors No. 8 AWG and larger shall be stranded. Plastic conduits containing
power circuit conductors shall have a bare No. 8 AWG solid grounding copper
conductor that shall terminate at each pull box at the ends of the conduit run.
1.10 SPLICE INSULATION
Splice insulation shall conform to the provision in Section 86 -2.09E, “Splice
Insulation,” of the Caltrans Standard Specifications and these Special Provisions.
No splicing shall be permitted except for signal and lighting commons. All
conductors shall extend from the cabinet to the terminal compartment in each pole.
Conductors No. 10 AWG or larger shall be spliced by the use of “C” shaped
compression connector, and soldered.
Loop splices shall be insulated per Method “B” or “Handcrafted Insulation”.
1.11 BONDING AND GROUNDING
Bonding and grounding shall conform to the provisions in Section 86 -2.10,
“Bonding and Grounding,” of the Standard Specifications and these Special
Provisions.
TP-65
Grounding jumper shall be attached by a 3/16-inch or larger brass bolt in the signal
standard or controller pedestal and shall be run to the conduit, ground rod or
bonding wire in adjacent pull box.
Grounding jumper shall be visible after cap has been poured on foundation.
1.12 TESTING
Testing shall conform to the provisions in Section 86-2.14, “Testing,” of the
Caltrans Standard Specifications and these Special Provisions.
The signal-monitoring unit shall be tested in the field before "turn-on".
Traffic signal must be operational within (10) calendar days after erection of
standards unless otherwise instructed or permitted by the City Engineer.
Turn-on of the traffic signal systems shall not be made on a Friday or the day
preceding a legal holiday. The traffic Engineer shall be notified (48) hours prior to
the intended “turn-on”. If turn-on is to be on a Monday, notification shall be made
no later than the Thursday prior to turn-on. Turn-on shall begin before noon of the
approved day.
Contractor shall arrange for a knowledgeable representative from the
manufacturer or distributor of the traffic signal controller equipment and
components, to be present for the first day of the functional test.
Following notification, Contractor must complete a satisfactory “turn-on” within four
hours or his representative shall determine what a reasonable time will be. When
a “Turn-on” is not completed, as specified above, it shall be canceled and
rescheduled with the Engineer.
The insulation resistance shall not be less than 100 megohms on all interconnect
and loop circuits and 50 megohms for power circuits when the megger tests are
performed. Testing shall not be conducted until all control and/or sensor units and
probes have been disconnected from the circuit.
The sixth paragraph in Section 86-1.14C, “Functional Testing,” of the Standard
Specifications is amended to read:
During the test period, the City will pay the cost of electrical energy for the
operation of the facilities that are undergoing testing. The cost of any maintenance
necessary, except electrical energy, shall be at the Contractor’s expense and will
be deducted from any monies due, or to become due to the Contractor.
1.13 VEHICLE SIGNAL FACES AND SIGNAL HEADS
Signal faces and signal heads and auxiliary equipment, as shown on the plans,
and the installation thereof, shall conform to the provisions in Section 86 -4.01,
TP-66
"Vehicle Signal Faces", 86-4.01D, "Light Emitting Diode Signal Module", 86-4.01E,
"Backplates", and 86-4.04, "Signal Mounting Assemblies", of the Caltrans
Standard Specifications, and these Special Provisions.
All optical vehicle signal indication units shall be of the light emitting diode (LED)
type. The LED module units provided shall be listed on the Caltrans Authorized
Materials List as of the date of the project bid opening.
All certifications and warranties required under the Caltrans specification for LED
signal units shall be provided.
Signal section housings and backplates shall be metal and be primed and painted
in the RAL# 7011 Smooth EisenGrau Iron Grey color as the decorative signal pole
as illustrated in Appendix E. Signal Pole, Decorative Sign Pole, Lighting Standard
Drawings. Visors shall be tunnel type and backplates shall be solid.
In addition to Section 86-4.04, “Signal Mounting Assemblies,” of the Standard
Specifications, these following Special Provisions shall apply whenever terminal
compartment is required:
The terminal block shall be mounted vertically and to the side of the cable inlet
guide. Sufficient lateral spacing shall be provided to allow pulling and connecting
of incoming conductors without removal of the terminal block mounting screws. A
minimum of one (1) inch clearance shall be provided between the terminal block
and all inside walls of the terminal compartment. With the door open, there shall
be a minimum of ten-by-four-inch (10” x 4”) access to the terminal compartment
for connection and inspection of the terminal block. The mounting bolt spacing
and cable guide location shall be as dimensioned on drawing ES -4D of the
Standard Plans.
1.14 PEDESTRIAN SIGNALS AND PUSH BUTTONS
Pedestrian signals shall conform to the provisions in Section 86-4.03, "Pedestrian
Signal Faces", 86-4.07, "Light Emitting Diode Pedestrian Signal Face 'Upraised
Hand' Module", and 86-4.04, "Signal Mounting Assemblies", of the Caltrans
Standard Specifications and these Special Provisions.
All pedestrian signal faces shall have a pedestrian interval “countdown” display,
conforming to Section 4E.07 Countdown Pedestrian Signals of the State of
California Manual on Uniform Traffic Control Devices (California MUTCD).
All optical pedestrian signal units shall be of the Light Emitting Diode (LED) type.
The LED module units provided shall be listed on the Caltrans Authorized Materials
List. All certifications and warranties required under the Caltrans specification for
LED signal units shall be provided.
All signal equipment shall be of metal type.
TP-67
Pedestrian signals shall be Type A.
Pedestrian signals shall be the International Symbol Type.
Walk man and hand symbols shall be of the combination LED type. The pedestrian
signal housing and mounting units shall be primed and painted to RAL# 7011
EisenGrau Iron Grey matching the decorative signal pole color
The visors described in Section 86-4.01C, "Visors," of the Standard Specifications
may be omitted with the egg-crate type screen.
Pedestrian push buttons shall conform to the provisions in Section 86 -5.02,
"Pedestrian Push Button Assemblies," of the Standard Specifications and these
Special Provisions.
Pedestrian push button assemblies shall be Type B, Polara Bulldog III, with Polara
Option C, diameter actuator to comply with current ADA requirements and
standards. Push button signs shall be porcelain enameled metal and shall have
the pedestrian symbol with the respective arrow direction. The signs shall attach
to and be securely supported by the framework. Fasteners will be stainless steel
tamper proof screws for instruction plates only. The housing shall be primed and
painted to RAL# 7011 EisenGrau Iron Grey matching the decorative signal pole
color.
1.15 VIDEO DETECTION
Video detection system shall consist of the following or City approved equal video
detection system to include Iteris Vantage Edge 2 Processor – Single camera
input, 24 VDC, Model Edge 2-1 Ch. It shall also include Iteris Edge 2 extension
module, Model No. “EDGE2EM2”, standard camera mounting brackets, Model No.
“CAMBRKT4”, and Iteris Turn- On support. The Iteris Vantage Camera
Assembly shall be Model RZ-4 Advanced Wide Dynamic Range (AWDR), 115-
230 VAC 50/60 Hz, the power cabling shall be 16 AW G three conductor cable with
a minimum outside diameter 0.325 inch and a maximum diameter of 0.490 inch.,
NTSC output, and Belden 8281 coaxial camera cable with EDCO Model
RMCXI.05- Video Detection coaxial suppression / BNC pig-tail cable. The
contractor shall also furnish and install a seventeen-inch flip-up LCD color video
Iteris Monitor mounted in a 1U high Iteris 19 - inch controller cabinet rack.
Contractor shall provide and install a five-foot riser pole when video detection
camera is to be installed on a signal mast arm.
The contractor shall furnish all coaxial cables, data cables and all other
appurtenances to provide a fully functional system that provides vehicle detection.
The system shall be compatible with the City’s SCOOT system software using
Model 2070 traffic signal controller and McCain Model 200/233/2033 local
software. The advance video detection zones shall be per plan. The video
detection camera assembly shall be mounted on the traffic signal Luminaire or
TP-68
signal mast-arm as shown on plan or as directed by the engineer in order to provide
appropriate detection zones.
The contractor shall configure and test all of the equipment necessary to
provide a fully functional video detection system. The video detection
manufacturer or an authorized representative shall be present at the time the
video detection systems are turned on to verify proper setup, integration and
operation.
1.16 DETECTOR LOOPS
Detectors shall conform to the provisions in Section 86-5, "Detectors", of the State
Standard Specifications and these Special Provisions.
Loop detector conductors shall be Type 2.
Loop detector lead-in cables shall be Type B.
Type D loops for bike detection at limit lines.
Detector loop locations shall be approved by Engineer in the field prior to
installation.
Modified Type E detector loops, shall be six (6) feet in diameter as shown in the
signal plan. The sides of the slot shall be vertical and the minimum radius of the
slot entering and leaving the circular part of the loop shall be 2 inches. Slot width
shall be a maximum of ¾ inch.
All cuts shall be sealed with a sealant in accordance with the State of California
Specification for Hot-Melt Rubberized Asphalt Sealant per Section 86-5.01A(4) of
the State Standard Specifications.
Loop wires in home runs, beginning at each loop, shall be tightly twisted together
with a minimum of five (5) turns per foot. Home runs shall be cut to a sufficient
width to accommodate the twisted wire.
All loops shall be connected in series. Splices shall use butt-splice connectors and
shall be soldered by the hot-iron. No open flame shall be used on soldered
connections.
Wires for each loop shall be marked with bands of colored tape to designate loop
number, starting at the crosswalk in the Number 1 lane and proceeding away from
the intersection, then to the crosswalk in the Number 2 lane, and so on.
In testing a vacant loop, any drift that exceeds an average of more than 1
Hertz/minute shall be cause of rejection.
TP-69
1.17 SLOT SEALANT
Slot sealant shall be Hot-Melt Rubberized Asphalt Sealant and conform to the
provisions in Section 86-5.01A(4). “Installation Details”, of the Caltrans Standard
Specifications and as directed by the Engineer in the field.
1.18 LED LUMINAIRES
Luminaires shall conform to the provisions in Section 86-6.01, "LED Luminaires,"
of the Caltrans Standard Specifications and these Special Provisions.
LED Luminaires shall provide an equivalency of 250W HPS Sodium lighting, as
approved by the Engineer. Contractor shall obtain equivalency information from
LED Luminaire Supplier to ensure 250W HPS equivalency, to be presented to the
City Engineer for approval.
Luminaires shall have a Type III medium light distribution.
1.19 INTERNALLY ILLUMINATED STREET NAME SIGNS
Internally Illuminated Street Name Signs shall be re-used and the frames shall be
primed and painted to RAL# 7011 Smooth EisenGrau Iron Grey matching the
decorative signal pole color. If needed to be replaced, internally illuminated street
name signs shall conform to the provisions in Section 86-6.09 "Internally
Illuminated Street Name Signs" of the Caltrans Standard Specifications and these
Special Provisions.
Internally illuminated street name signs shall be NU-ART Model NAIM-2-72-200-D
complete with lamps, 4’ SJT cable, and mounting hardware without photo electric
cell, or approved equal, subject to City Engineer’s approval. The frame and its
assembly shall be painted to match the decorative signal pole color.
Letter size, style, spacing, arrows, and figures shall conform to the current
standards established by the State of California, Department of Transportation and
the City of Diamond Bar’s standards. The City will not provide the logo decals to
the contractor. The contractor shall provide the logos and sign layout to the sign
manufacturer.
City Engineer shall approve shop drawings prior to placing order with sign
manufacturer.
1.20 PAYMENT FOR TRAFFIC SIGNAL
Payment for Traffic Signal Improvements at the location show in the bid
schedule shall be per the contract Lump Sum bid item price for each on the
Proposal Bid Sheets, and shall include full compensation for manufacturing,
testing, delivery, and installation of the traffic signal. Traffic Signal work shall
include full compensation for furnishing all labor, materials, tools, equipment and
TP-70
incidentals, and for doing all the work involved in furnishing and installing the
systems as shown on the plans, as specified in the specifications and these special
provisions, and as directed by the Engineer, including any necessary pull boxes;
excavation and backfill; concrete foundations; traffic signal signage; new or
restoring curb, gutter & sidewalk, pavement and appurtenances damaged or
destroyed during construction; salvaging and delivering existing materials; and
making all required tests.
Payment for Replace Traffic Signal Pullbox Lid at the location show in the bid
schedule shall be per the contract unit each bid item price on the Proposal Bid
Sheets. Replace Traffic Signal Pullbox Lid work shall include full compensation for
furnishing all labor, materials, tools, equipment and incidentals, and for doing all
the work involved in furnishing and installing the pullbox lid as shown on the plans,
as specified in the specifications and these special provisions, and as directed by
the Engineer, including disposal.
Full compensation for all additional material and labor, not shown on the plans or
specified, which are necessary to complete the installation/modification of the
traffic signals shall be considered as included in the price paid and no additional
compensation will be allowed therefor.
1.21 TRAFFIC SIGNS
Traffic signs shall conform to the California Manual on Uniform Traffic Control
Devices (California MUTCD), California Department of Transportation Traffic Sign
Specification, Maintenance Manual, and Standard Specifications.
1.22 ROADSIDE SIGNS
Roadside signs shall conform to the provisions in Section 56 -2, "Furnish Sign
Panels", of the State Standard Specifications, the California Manual on Uniform
Traffic Control Devices and these special provisions. Detail drawings of the
standard signs are available from the California Department of Transportation. All
sign layouts shall be the Contractor's responsibility and shall be subject to the
Engineer's approval.
All appurtenances and hardware necessary for sign installation shall be furnished
by the Contractor.
Sign panels on street light or traffic signal poles shall be installed using the strap
and saddle method. Sign panels on traffic signal mast arms shall be installed per
Standard Plan ES-6N, Detail U.
1.23 CONSTRUCTION SURVEY AND AS-BUILT PLANS
Payment for performing the construction survey and preparing neat as -built
redlines that clearly illustrate any and all deviations from the Plans and these
TP-71
Technical Provisions shall be included in the various bid items and no additional
compensation will be allowed therefor.
TP-72
Site Furnishings
Bid Item No. 51 Tree Grate and Frame
Bid Item No. 52 Lighted Bollard
Bid Item No. 63 Decorative Post and Rail
Bid Item No. 64 Decorative Post and Rail with Steel Panel
Bid Item No. 74 Rock Cobble (3" to 8" Angular)
Bid Item No. 75 Rock Cobble (2" to 8" Round)
Bid Item No. 76 18" Dia. Boulder (1.5' x 1.5' x 2')
Bid Item No. 77 24" Dia. Boulder (2' x 2' x 3')
Bid Item No. 78 24" Dia. Boulder (3' x 2' x 2')
Bid Item No. 79 36" Dia. Boulder (4' x 3' x 3')
Part 1 GENERAL
1.01 DESCRIPTION
Provide all labor, materials, tools, transportation, and incidentals to provide and
install Site Furnishings and Miscellaneous Materials as indicated on the Plans and
as herein specified.
The Standard Specifications for Public Works Construction , “Greenbook”, latest
edition, is referenced as if herein contained and the Contractor shall keep a copy
at the project site. These Specifications shall supersede conflicts with information
given in the “Greenbook”, unless otherwise determined by the City.
Work shall be constructed in accordance with details shown on the plans, the City’s
2016 Streetscape Design Guideline and these specifications.
1.02 QUALITY ASSURANCE
Shop Drawings
Provide shop drawings for each component and each item of site furniture. Shop
drawings shall indicate layouts, component locations, dimensions, set-backs,
details of assembly, anchors, footing details and all appurtenances required to
assemble components. Three (3) sets of shop drawings shall be submitted to the
City within twenty-one (21) calendar days after award of contract.
Product Data
Provide data on all site furniture, equipment, and materials, including accessories,
utility characteristics, connection requirements and product cut-sheets. Three (3)
sets of product data shall be submitted to the City within twenty-one (21) calendar
days after award of contract.
Manufacturer's Installation Instructions
Provide three (3) sets of the manufacturer's installation instructions to the City
within twenty (21) calendar days of award of the contract.
TP-73
All vendors, suppliers, and manufacturer’s representatives and the associated
addresses, phone and fax numbers on the Plans and in the Specifications are
listed for convenience only. They are subject to change and their inclusion in no
way constitutes an endorsement by the City.
1.03 DELIVERY, STORAGE AND HANDLING
Store and protect all site furnishings.
1.04 RELATED REQUIREMENTS
Obtain all permits (except permanent easements) and licenses and give notice and
pay for all fees necessary to complete work under this Section as delineated or
specified at no additional cost to City.
Manufacturer's directions, specifications and detailed drawings will be followed in
all cases where the articles used furnish directions and cover points not delineated
on the Plans or in the Specifications.
The Specifications only indicate the quality and workmanship to be performed
rather than a detailed description of the performance of the work. Install said site
furnishings, materials and equipment in such a manner that they will operate
efficiently and evenly.
In the event of any discrepancies between the Plans and the Specifications, the
final decision as to which will be followed shall be made by the Engineer, or his
designated representative. In the event the installation is contradictory to the
direction of the Engineer, the installation shall be rectified by the Contractor at no
additional cost to City.
1.05 SAMPLES AND SUBSTITUTIONS
All workmanship, equipment, materials, and articles incorporated shall be the best
available grade of their respective kind.
Provide a sample of each component specified. Accepted samples may be used
in the work.
Submit three (3) sets of a typewritten list of equipment and materials as specified
to the Engineer within twenty-one (21) days after award of contract. This list shall
give the name, model number, and manufacturer, and shall be accompanied by
cut sheets or reproductions of catalog pages for all of the equipment and material
to be installed.
Approval of substitutions will not relieve the Contractor from complying with the
requirements of the Contract Documents, Plans and Specifications. Pay at
Contractor’s sole expense for all changes caused by approved substitutions which
affect other items of work.
TP-74
1.06 EXTRA MATERIALS
Provide the owner with an additional 4 bollards of each type specified for future
maintenance and repair. Bollards shall be from the same production run as
installed materials.
Part 2 PRODUCTS
2.01 MATERIAL
Whenever a material or process is delineated or specified by patent, proprietary
name or process, or manufacturer’s name, such specifications are used for the
purpose of facilitating the description of material or process desired.
Information pertaining to the product as to the manufacturer, material, model, color,
finish, etc. is shown on the plan in the construction materials schedule.
The required warranty period for the rubberized surfacing material shall be five (5)
years from the date of the Notice of Completion.
2.02 COMPONENTS
A. Cobble Rocks
B. Accent Boulders
C. Precast Posts & Wood Rail
D. Precast Posts, Wood Rail & Steel Panels
E. Precast Design Components
F. 6”x6” Wood Rails and Connectors
G. Wood Sealer
H. Lighted Bollard
a. South Coast Lighting #BOL1301-NWNL See Appendix E. Signal
Pole, Decorative Sign Pole, Lighting Standard Drawings.
b. All material shall be finished with a 2 part epoxy polyurethane, color
shall be RAL# 7011, Smooth, EisenGrau Iron Grey. Paint shall be
TNEMEC ENDURA SHIELD SERIES 71 or equal. Prior to finish coat
a primer shall be applied-2-4 mils DFT shall be achieved. Finish coat
shall be TNEMEC Epoxy polyurethane shall be applied and achieve
a 2-4 mils DFT.
TP-75
Part 3 EXECUTION
3.01 EXAMINATION
Verify site conditions and surfaces are ready to receive work.
Verify that layout and site are compatible.
3.02 PREPARATION
Layout and stake locations of components for approval by Engineer prior to
installation.
Review layout requirements with other affected work.
3.03 CONCRETE FOUNDATIONS
Work for concrete foundations shall be performed in accordance with provisions of
Sections 201, 206, 303 and 304 of the Standard Specifications.
Subgrade preparation shall conform to the provisions of Section 301-1 of the
Standard Specifications. A relative compaction of 90% is required for subgrade
and 95% for aggregate base. Each location shall be inspected prior to placement
of the concrete.
3.04 INSTALLATION
Install in accordance with City standards and manufacturer’s instruction.
Provide concrete footings for site furnishings as detailed on the Plans or as herein
specified.
3.05 SITE CONDITIONS
Promptly repair damage to facilities caused by construction operations. Cost of
repair at Contractor’s sole expense.
Part 4 PAYMENT
Payment for Rock Cobble of the size shown will be made at the unit price per
square foot as set forth in the bid schedule.
Payment for Boulder of the size shown will be made at the unit price per each as
set forth in the bid schedule.
Payment for Decorative Post and Rail will be made at the unit price per each as
set forth in the bid schedule, and includes excavation, foundation, backfill, and
wood sealer.
TP-76
Payment for Decorative Post and Rail with Steel Panel will be made at the unit
price per each as set forth in the bid schedule and includes excavation, foundation,
backfill, and wood sealer.
Payment for Lighted Bollard will be made at the unit price per each as set forth
in the bid schedule and includes excavation, foundation, and backfill.
TP-77
Landscape Irrigation
Bid Item No. 70 Irrigation System
Part 1 GENERAL
1.01 SUMMARY
Work Included:
Provide all labor, materials, appliances, tools, equipment, facilities, transportation,
and services necessary for and incidental to performing all operations in
connection with furnishing, delivery, and installation of a fully functioning irrigation
system utilizing non-potable/reclaimed water, complete as shown on the Contract
Drawings and/or specified herein.
Related Work:
Section 32 90 00 - Landscape Planting
Section 32 97 00 - Landscape Maintenance
References:
American Society for Testing and Materials (ASTM International):
a. ASTM A53 Standard Specification for Pipe, Steel, Black and
Hot- Dipped, Zinc Coated, Welded and Seamless
b. ASTM 1784 Standard Specification for Rigid Poly (Vinyl
Chloride PVC) Compounds and Chlorinated Poly
(Vinyl Chloride) (CPVC) compounds.
c. ASTM 1785 Standard Test Method for Permeability of Granular
Soils (Constant Head)
d. ASTM D221 Standard Specification for Poly (Vinyl Chloride)
Insulation for Wire and Cable, 60 Degrees C
Operation.
e. ASTM D2220 Standard Specification for Poly (vinyl chloride)
Insulation for Wire and Cable 75 Degrees C
Operation.
f. ASTM D2241 Standard Specification for Poly (Vinyl Chloride)
(PVC) Pressure -Rated Pipe (SDR Service).
g. ASTM D2464 Standard Specification for Threaded Poly (Vinyl
Chloride) (PVC) Plastic Pipe Fittings, Schedule 80.
h. ASTM D2466 Standard Specification for Poly (Vinyl Chloride)
(PVC) Plastic Pipe Fittings, Schedule 40.
i. ASTM D2467 Standard Specification for Poly (Vinyl Chloride)
(PVC)Plastic Pipe Fittings, Schedule 80.
j. ASTM D2468 Standard Specification for Acrylonitrile-Butaoliene-
TP-78
Styrene (ABS) Plastic Pipe Fittings, Schedule 40.
k. ASTM D2609 Standard Specification for Plastic Insert Fittings for
Polyethylene (PE) Plastic Pipe.
l. ASTM D2774 Standard Practice for Underground Installation of
Thermoplastic Pressure Piping.
m. ASTM D2855 Standard Practice for Making Solvent-Cemented
Joints with poly (Vinyl Chloride) (PVC) Pipe
and Fittings.
n. Local Plumbing Code
o. Uniform Plumbing Code
p. National Sanitation Foundation (NSF)Manual
q. Underwriters Laboratories (UL): Electrical wiring, controls, motors,
and devices shall be U.L. listed, and so be labeled
QUALITY ASSURANCE
Work Force
Experience: The landscape irrigation installation firm shall have a full time
foreman assigned to the job for the duration of the contract. He shall have
a minimum of four (4) years’ experience in landscape establishment
supervision shall be thoroughly familiar with the type of materials being
installed and the manufacturer's recommended methods of installation and
who shall direct all work performed under this section.
Labor force: The landscape irrigation installation firm’s labor force shall be
thoroughly familiar and trained in the work to be accomplished and perform
the task in a competent, efficient manner acceptable to the Owner’s
Authorized Representative.
Supervision: The foreman shall directly employ and supervise the work force
at all times. Notify the Owner’s Authorized Representative of all changes in
supervision.
Identification: Provide proper identification at all times for landscape
establishments firm’s labor force. Be uniformly dressed in a manner
satisfactory to the Owner’s Authorized Representative.
Ordinances and Regulations: All local and state laws, rules and regulations
governing or relating to any portion of this work are hereby incorporated into and
made part of these Specifications. Nothing contained in these Specifications shall
be construed to conflict with any of the aforementioned rules, regulations, or
requirements. However, when these Specifications and Drawings call for or
describe materials, workmanship, or construction of a better quality, higher
standard, or larger size than is required by the above rules and regulations, then
these Specifications shall take precedence.
Explanation of Drawings: Due to the scale of the drawings, it is not possible to
indicate all offsets, fittings, and sleeves which may be required. The Contractor
TP-79
shall carefully investigate the structural and finished condition affecting the work
and install a complete irrigation system within the intent of the Drawings and
Specifications, furnishing such fittings and miscellaneous materials as may be
required. Drawings are diagrammatic and indicative of work and materials
required.
Discrepancies:
The Contractor shall not willfully install the irrigation system as shown on the
drawings when it is obvious upon field review that obstructions, grade
differences or discrepancies in dimensions exist that might not have been
considered in design. Differences shall be brought to the immediate
attention of the Owner’s Authorized Representative. In the event this
notification is not performed, the contractor shall assume full responsibility
for any revision necessary.
Verify scaled dimensions and quantities prior to start of work.
Permit and Fees: The Contractor shall obtain and pay for any and all permits and
all inspections required by permits.
SUBMITTALS
Make submittals no later than 30 calendar days prior to start of work to which they
apply.
Irrigation Material Submittal List and Descriptive Literature
Submit for review and distribution to Owner’s Authorized Representative.
Include manufacturer's name and model numbers for all materials required
under this Contract, together with two (2) copies of descriptive literature for
each of the items listed below. The Contractor shall commence no work prior
to receiving statement of acceptance of irrigation material submittal list and
descriptive literature from the Owner’s Authorized Representative. Submit
items as follows:
a. Backflow, Wye strainer, Gate valve and enclosure
b. Master valve
c. Flow meter/sensor
d. Gate valves
e. Quick coupling valves and key
f. Ball valve
g. Automatic remote control valves
h. Drip filter
i. Drip tubing and emitter
j. Drip Pressure regulator
k. Pressure regulator
l. Flush valve
m. Air release valve
n. Wire and connectors
o. Plastic pipe and pipe fittings
p. Plastic pipe primer and solvent cement
TP-80
q. Tracer/warning tape
r. Check valves
s. Valve boxes
t. Unions
u. Valve identification tag
v. Irrigation bubblers
w. Gravel
x. Welded Wire Mesh
Record Drawings
Provide and keep up-to-date Record Drawings, which shall be up-dated daily
to indicate the exact “as-built” locations of equipment. Prints for these
purposes may be obtained from the Owner’s Authorized Representative /
Project Engineer at cost. Record drawings shall be kept on the site at all
times.
The Contractor shall make neat and legible notations on the record drawing
progress sheets daily, showing the work as actually installed.
Record Drawings shall serve as work progress sheets and shall be the basis
for measurement and payment for work completed. Drawings shall be
available at all times for review and shall be kept in a location designated by
the Owner’s Authorized Representative / Project Engineer.
Should the record black digital bond print drawing progress sheets not be
available for review or not be up-to-date at the time of any review, it will be
assumed no work has been completed and the Contractor will be assessed
the cost of that site visit at the current billing rate of the Owner’s Authorized
Representative / Project Engineer. No other reviews shall take place prior
to payment of that assessment.
In addition to Record Drawing progress, dimension shall be taken prior to
backfilling of trenches and accurately from two (2) permanent points of
reference (building corners, sidewalk, or road intersections) showing the
location of the following items, the location of the following items:
a. Meter, Backflow and Gate valves
b. Routing of mainline (dimension) maximum 100’-0” along routing
c. Remote Control Valves
d. Routing of control wiring
e. Quick coupling valves
f. Controller
g. Sleeving
h. Other related equipment as directed by the Owner’s Authorized
Representative
6. Before the date of the final inspection, the Contractor shall transfer all
information, drafted by Contractor, from the “As-Built” to a CAD or PDF
file format. All drafted work including dimensions shall be neat, easy to
read, in ink and shall be approved by the Owner’s Authorized
Representative / Project Engineer prior to the making of the Controller
Chart.
Controller Charts
TP-81
a. Provide two (2) controller chart for controller supplied, showing the
area covered by the automatic controller. Chart size to be the
maximum size the controller door will allow, if possible.
b. The Chart is to be a reduced drawing of the actual “as-built”
system. However, in the event the controller sequence is not
legible when the drawing is reduced, it shall be enlarged to a size
that will be readable when reduced.
c. Chart shall be a blackline print with a different color used to show
area of coverage for each station.
d. When completed and approved, the chart shall be hermetically
sealed between two pieces of plastic, each piece being a
minimum 20 mils. thickness.
e. These charts must be completed and approved prior to final
inspection of the irrigation system.
Operation and Maintenance Manuals
a. Prepare and deliver to the Owner, prior to completion of
construction, all required and necessary descriptive material in
complete detail and sufficient quantity, properly prepared in two
individually bound copies of the operation and maintenance
manual (loose leaf binders are acceptable). The manual shall
describe the material installed and shall be in sufficient detail to
permit operation personnel to understand, operate and maintain
all equipment. Spare parts lists and related manufacturer
information shall be included for each equipment item installed.
Each complete, bound manual shall include the following
information:
1) Index sheet stating the Contractor's address and telephone
number. Duration of guarantee period.
2) List of equipment with names and addresses of local
manufacturer representatives.
3) Complete operating and maintenance instructions on all major
equipment.
Equipment to be furnished:
a. As part of this contract: upon completion of work for this section of
the contract the contractor shall supply the following items to the
Owner’s Authorized Representative:
1) 2 sets of special tools required for removing, disassembling,
and adjusting each type of Remote Control Valve supplied.
2) Two, 5-foot valve keys for operation of shut-off valve.
3) Key and Hose Swivel for Quick Coupler (QC): For 1 thru 5
QC installed provide one (1) Key and Hose Swivel, 6 thru 10
= 2, 11 thru 15 = 3, 16 thru 20 = 4 and so on.
4) Remote Control Valve (RCV): Minimum One (1) valve for
every size used. Total valve per size and provide One (1)
TP-82
valve for the first 10 installed of each size, 11 thru 15 = 2, 16
thru 20 = 3, 21 thru 25 = 4, and so on.
5) Bubblers: Equal to ten percent of amount installed for each
type and size indicated, but no fewer than ten units.
6) Drip tubing 1- 50’ (foot) roll of GPH drip distribution tubing as
seen on the irrigation equipment legend
PRODUCT DELIVERY, STORAGE, AND HANDLING:
Exercise care in handling, loading, uploading and storage of pipes and fittings.
Transport pipes in a vehicle allowing the length of pipe to lie flat so as not to subject
it to undue bending or concentrated external load at any point.
Any section of pipe that has been dented or damaged will be discarded and, if
installed, shall be replaced with new piping.
Permission to store materials on site shall be obtained from the Owner.
SUBSTITUTIONS
Substitution of any product, material, or equipment without prior written approval
of the Owner’s Authorized Representative will not be permitted.
Approval of any item as a substitution or alternate shall be based on the
following information, or, samples provided by the contractor:
a. Provide a statement indicating the reason for making the
substitution, using a separate sheet of paper for each item to be
substituted.
b. Provide descriptive catalog literature, performance charts, and
flow charts for each item to be substituted showing it is an “equal”
product.
c. Provide the amount of cost savings if the substituted item is
approved.
Be responsible for the total performance of such substitution to approved
equal or surpass the original design in every respect.
If the substitution proved to be unsatisfactory in the opinion of the Owner
Authorized Representative, remove such work and install originally specified
item.
MODIFICATION OF CONTRACT DRAWINGS
In each case where proposed substitute materials or equipment will require
changes to the design of the project as indicated on Drawings, proposed revision
drawings prepared by a licensed landscape architect, certified irrigation designer
or engineer shall be furnished by the Contractor for installation of the proposed
substitute materials or equipment and for construction by affected trades of the
proposed revisions.
TP-83
Cost of Drawings and of the proposed revised construction shall be borne by the
Contractor.
OBSERVATION
Notify the Owner’s Authorized Representative 48 hours prior to time of the
following required Observations:
Pressure supply line installation and testing.
Automatic controller and wire installation.
Lateral line and sprinkler installation.
Coverage test.
Notify the Owner’s Authorized Representative 7 days prior to the time of the punch
walk and final observation. Controller shall be fully operational before any
controller observation is scheduled.
EXISTING UTILITIES AND PLANT MATERIALS
Existing Infrastructure Utilities:
Exercise care in excavating and working near existing utilities.
Protect in place utilities not designated for removal or modification against
damage resulting from work of this Contract.
Contractor shall be responsible for damages to utilities which are caused
by Contractor’s operations or neglect. Check existing utilities drawings for
existing utility locations. Contractor to verify all existing utilities through Dig
Alert (800)-227-2600, two days before beginning construction.
Existing Irrigation Mainline and Associated Components:
The Contractor is responsible for all existing mainline piping and any
associate irrigation system components used by the project irrigation water
meter(s), to include but not limited to valves, wiring, heads, piping, drip
components that are to remain operational during and after construction.
The Contractor is responsible for irrigation systems that are located
adjacent to the project limits; these systems may not be connected to the
same controller as that intended for the project irrigation systems. The
Contractor is to verify all irrigation systems adjacent to the project are
functioning during and after construction.
The Contractor is responsible for all repairs or is to replace existing
irrigation not designated for removal, which are damaged or removed as a
result of Contractor’s operations. When a portion of a sprinkler system
must be removed, the remaining lines shall be capped. The remaining
existing system shall be functional and connected to an existing controller.
Repairs and replacements shall be at least equal to existing improvements
and shall match them in finish and dimension.
TP-84
Existing Landscape Planting:
Trees, lawns, and shrubbery that are not to be removed shall be protected
from damage or injury. If damaged or removed because of the Contractor's
operations, they shall be restored or replaced in as nearly the original
condition and location as is reasonably possible.
If a tree or trees are damaged due to irrigation construction operations a
licensed Arborist shall be contracted to assess the damage or issue and
report on findings and optional solutions.
Costs for protecting, removing, and restoring existing improvements shall be
included in Contractor’s Bid.
VERIFICATION OF DIMENSIONS AND QUANTITIES
Verify scaled dimensions and quantities prior to start of work.
Notify the Owner’s Authorized Representative of discrepancies between Drawings
and Specifications and actual job site conditions that would affect the execution of
the irrigation work. Do not work in areas where discrepancies occur until instructed
by the Owner’s Authorized Representative.
WATER AND POWER SERVICE
Electrical meter service for irrigation is existing.
2.5” water meter and service connection shall be by Walnut Valley Water District.
The Contractor shall coordinate accordingly.
INTENT OF DRAWINGS
Due to the scale of Drawings, it is not possible to indicate offsets, fittings, and
sleeves, which may be required. Contractor shall investigate the finished
conditions affecting the work and furnish fittings and other items, required to
provide a complete irrigation system. Drawings schematically show the work to be
installed
COORDINATION
Coordinate the irrigation installation with other sub-contractors including paving,
utilities, site backfilling, landscape grading and landscape work.
GUARANTEE AND REPAIRS
The manufacturer shall warrant materials against manufacturing defects for a
period of one year from date of Substantial Completion. The Contractor shall
guarantee workmanship for one year after the approval of the inspection to be held
at the completion of the specified maintenance period.
The Contractor shall be responsible for coordinating material warranty items with
manufacturer and distributor. The Contractor will be on call to replace or repair
TP-85
any faulty equipment or installation within 24 hours after notification by the
Contracting Officer during the maintenance period.
The Owner has the right to make temporary repairs as necessary to keep the
irrigation equipment in operating condition. The exercise of this right by Owner will
not relieve the Contractor of responsibilities under the terms of the guarantee.
Expenses due to vandalism during construction and the maintenance period shall
be the responsibility of the Contractor. Maintenance period is as specified in
Section 329700, Landscape Maintenance.
A copy of the guarantee shall be in the operations and maintenance manual.
The Contractor shall be responsible for one (1) year from the date of the substantial
completion for the following tasks:
Replacement or repair of any broken or malfunctioning parts installed under
this Contract, including heads and valves.
Settling of backfilled trenches, which may occur during guaranty period, shall
be repaired by Contractor at no expense to Contracting Officer, including
complete restoration of finish grade treatment.
Guarantee Statement: Contractor to type on Contractor’s letterhead the guarantee
statement as noted below. The General Conditions and Supplementary
Conditions of these Specifications shall be filed with the Owner prior to acceptance
of the irrigation system.
GUARANTEE FOR IRRIGATION SYSTEM
We hereby guarantee that the irrigation system we have furnished and installed
is free from defects in materials and workmanship, and the work has been
completed in accordance with the Drawings and Specifications. We agree to
repair or replace any defects in material or workmanship which may develop
during the period of one year from date of acceptance, ordinary wear and tear,
unusual abuse or neglect excepted, also to repair or replace any damage
resulting from the repairing or replacing of such defects at no additional costs to
the Owner. We shall make such repairs or replacements within a reasonable
time, as determined by the Owner, after receipt of written notice. In the event of
our failure to make such repairs or replacements within a reasonable time after
receipt of written notice from the Owner’s Authorized Representative, we
authorize the Owner to proceed to have said repairs or replacements made at
our expense and we will pay the costs and charges therefore upon demand.
PROJECT_________________________________
LOCATION: ______________________________
SIGNED: _________________________________
ADDRESSED:_____________________________
PHONE: __________________________________
DATE OF ACCEPTANCE: __________________
TP-86
CONFERENCE PRIOR TO COMMENCEMENT OF WORK
Immediately upon awarding of Contract and prior to commencing work, the
Contractor shall confer with the Owner’s Authorized Representative regarding the
general details of the Work involved in this Contract.
1.15 Recycled Water Facilities
All irrigation facilities shall be installed to recycled water specifications for future
recycled water connection. The Walnut Valley Water District 2.5” service
connection, as shown on the plans, will be a potable connection.
The following items are based on the Los Angeles County Department of Public
Health (LACDPH) Environmental Health Guidelines for Pipeline Construction and
Installation – for the Safe Use of Recycled / Reclaimed Wastewater.
Recycled / reclaimed wastewater systems shall be constructed in compliance with
applicable potable water system construction standards as well as those specified
in the “Purple Book”, California health laws related to recycled water, (California
Health and Safety Code, Water Code, Titles 22 and 17 of the California Code Of
Regulations) and the Los Angeles County Code (LACC), Title 28 - Plumbing,
Appendix J.
PRELIMINARY REQUIREMENTS (WHERE APPLICABLE)
Plans and specifications for recycled / reclaimed wastewater distribution systems,
as well as the use and operation of such systems shall be submitted to the
LACPDH for review and approval prior to construction or implementation.
Prior to commencing construction, the Contractor shall contact the LACPDH to
schedule an inspection of the proposed on-site recycled / reclaimed and potable
water work.
No piping for potable or recycled / reclaimed water in conjunction with a specified
project shall be installed prior to plan check approval and preliminary inspection.
Upon completion of construction, no excavation or open trench may be backfilled
without first securing the LACPDH approval.
Any areas backfilled without prior approval will be required to be exposed and
corrected as necessary.
TP-87
SEPARATION REQUIREMENTS
The maximum attainable separation of recycled / reclaimed wastewater lines and potable
water lines shall be enforced in order to minimize potential risks associated with
pipeline breaks resulting in infiltration of wastewater from leaking wastewater lines
into domestic water lines, or accidental cross-connections between recycled
wastewater and potable water systems.
Parallel Construction: A horizontal separation of at least ten feet (10') shall be
required between pressurized, buried, recycled / reclaimed and potable water
piping (all distance to be measured from pipeline outside diameter).
Cross-Over Construction: Buried potable water pipes crossing over pressurized
recycled / reclaimed water pipes shall be laid not less than twelve inches (12”)
above the reclaimed water pipes. Reclaimed water pipes laid in the same trench
or crossing-over building sewer or drainage piping shall be installed in compliance
with the LACC - Title 28, Plumbing, Sections 609.0 and 720.0.
Unused or Abandoned Potable Water Lines: These lines are to be severed as
close to water mains as practical, capped, and ten-foot (10') section of abandoned
line removed and cemented under direct supervision by the LACPDH.
Existing On-site Piping: Maximum separation of recycled / reclaimed wastewater
lines and potable water lines shall be maintained upon system additions or
modification.
Part 2 PRODUCTS
2.01 GENERAL IRRIGATION EQUIPMENT
Use new materials of the best grade, unless otherwise noted on the Contract
Drawings, for each respective item, and of the same manufacturer for all items of
one (1) type.
Calsense Controller is Existing.
1. Upgrade existing controller to 48 stations with five (5), eight (8) station
modules. Refer to legend for model number.
2.02 PIPES AND FITTINGS
Plastic pipe and fittings to be used with non-potable/recycled water source.
Upstream of remote control valves (main lines): For pipe sizes up to and
including 2" pipe use Schedule 40 PVC. For 2 1/2" pipe up to and including
4" pipe use Class 315 PVC pipe.
Downstream of remote control valves (lateral lines):
TP-88
a. For pipe sizes up to and including 1-1/2" pipe use Schedule 40
PVC pipe.
b. For 2" through 4” pipe size use Class 315 PVC pipe. Pipe sizes
larger than 4” shall be Class 200 PVC.
Extrude from 100% virgin normal impact unplasticized polyvinyl chloride
(PVC) Type I, Grade I resin.
Pipe homogeneous throughout, free from visible cracks, holes or foreign
materials. The pipe shall be free from blisters, dents, wrinkles or ripples, die
and heat marks.
Supplier shall be responsible to certify that manufactured pipe meets the
stated levels of quality. Continuously and permanently mark pipe with
manufacturer's name or trademark, kind and size (IPS) of pipe, material,
manufacturer's lot number, schedule or type, ASTM qualifying designation,
and NSF seal of approval.
Testing of pipe. The Contractor shall show written certification by supplier
that polyvinyl chloride pipe has successfully passed the following tests:
a. Acetone test. Immerse a sample of pipe in 99% pure anhydrous
acetone for 15 minutes; at the end of this time there should be no
evidence of flaking or delamination on the inner or outer walls of
the pipe. Evidence of softening and swelling shall not constitute
failure.
b. Flattening. Cut a test specimen two inches long from each end of
the pipe sample. Flatten each test specimen between parallel
plates of a press until the distance between the plates, in inches,
is equal to sixty (60) percent of the pipe O.D. and there shall be no
evidence of cracking, splitting or breaking.
Plastic pipe fittings and connections
a. Rigid polyvinyl chloride (PVC) virgin Type I, Schedule 80 with
working pressure no lower than that of pipe. Sockets to be
tapered conforming to the outside diameter of the pipe, as
recommended by ASTM standards. All fittings are to withstand the
15-minute acetone test, as for pipe, and shall be approved.
b. Molded fittings shall be marked with manufacturer's name or
trademark, type PVC, size, ASTM qualifying designation and NSF
seal of approval. Extruded couplings to be produced from NSF
rated raw materials and meet ASTM Standards. Supplier shall be
responsible to certify that extruded fittings and connections meet
the stated levels of quality.
Plastic pipe primer and solvent cement as recommended by pipe
manufacturer. No clear primer and solvent cement may be used.
a. "Detectable" type tracer/warning see N.4.
2.03 MAIN IRRIGATION EQUIPMENT
Backflow, Wye Strainer and Gate valve as shown on Contract Drawings.
TP-89
Flow Meter/Sensor as shown on Contract Drawings or approved equal.
2.04 VALVES AND VALVE BOXES
Master Valve as shown on Contract Drawings or approved equal.
Air Relief and Flush Valve as shown on Contract Drawings or approved equal.
Gate Valves as shown on Contract Drawings or approved equal.
Gate valves shall be the same size as the pipelines in which they are
installed and shall open "left." All valves shall be packed with an approved
brand of graphite braided stem packing.
Refer to the Contract Drawings for manufacturer's name and model number.
a. For sizes 2" and smaller shall have:
1) 150-pound saturated steam rated.
2) Bronze body. ASTM B-62.
3) Screwed joints.
4) Non-rising stem.
5) Screwed bonnet.
6) Solid disc.
7) Equipped with hand wheel.
b. For sizes 2-1/2" and larger.
1) 200-pound O.W.G.
2) Iron body. ASTM A-126, Class B.
3) Flanged joints.
4) Non-rising stem.
5) Bolted bonnet.
6) Double disc.
7) Equipped with operating nut.
Quick-Coupling Valves, Couplers and Hose Swivels
Valves shall be of brass or bronze construction with built in flow control and
self-closing.
Valves shall be:
a. Locking lid
b. Two piece body
Couplers shall be brass or bronze construction.
Quick coupling valves for potable water systems shall be constructed of
brass with a yellow rubber or vinyl cover.
TP-90
Automatic Remote Control Valves
Refer to the Contract Drawings for approved manufacturer's name, model
number and size.
Valves shall be normally closed.
All valves shall be diaphragm actuated, equipped with flow control
adjustment and relief pet cocks, so valve may be manually operated. One
piece diaphragms only; no "O" rings allowed.
All valves shall be of the same manufacturer.
Valves shall be completely serviceable from the top without removing the
valve body from the mainline system.
Concrete Valve Boxes
Rectangular Valve Boxes: shall be 12 inches wide by 17 inches long,
constructed of Concrete. Manufactured by Carson Brooks or approved
equal.
Round Valve Boxes: shall be 10 inches in diameter constructed of Concrete.
Manufactured Carson Brooks or approved equal. Carson Brooks
Valve Box Covers: shall be full construction of Cast Iron.
a. Full Cast Iron Valve box covers shall be locking covers, all shall
be painted purple with paint that will adhere to Iron.
Valve cover shall be sintered with valve identification information.
a. Sintered identification letters or numbers shall be 2-inches high
and shall be accomplished the DMLS process When possible
sinter in English and Spanish, as well as the international “DO
NOT DRINK” symbol with reclaimed water warning statement.
Valve Identification shall be as indicated below or on the detail
drawings,
1) Remote Control valve box shall be rectangular. Sinter lid with
the letters “RCV” and the appropriate program and station
number
2) Quick Coupler valve box shall be round. Sinter lid with the
letters “QCV”
3) Master Valve, box shall be rectangular, Sinter lid with the
letters “MV”
4) Gate valve box shall be round. Sinter lid with the letters “GV”
5) Pressure Regulator and drip filter. Sinter lid with the letters
“PR+DF”.
6) Air Relief and Flush valve box shall be round. Sinter lid with
“FV+ARf”
7) Flow Sensor box shall be rectangular. Sinter lid with letters
“FS”
TP-91
8) Wires Splice boxes shall be rectangular. Sinter lid with letters
“SB”.
9) Mainline Wire and Stub Out Boxes shall be rectangular. Sinter
lid with letters “ISO”.
Plastic Valve Boxes
Rectangular Valve Boxes: shall be 15 inches wide by 21.5 inches long by 12
inches high constructed of rigid HDPE (high-density polyethylene) resin,
chemically inert plastic with valve box extensions where required with a bolt
down lid. Valve boxes shall be Green color Manufactured by Carson Brooks,
NDS Proplus or approved equal. If using Carson Brooks, 1200 Jumbo Series
is needed.
Round Valve Boxes: shall be 10 inches in diameter constructed of rigid
polyethylene, chemically inert plastic with valve box extension where
required. Valve boxes and cover shall be Green. Manufactured by Carson
Brooks, NDS Proplus or approved equal. If using Carson Brooks, #910-10
with T-Cover #910-4B and Bolt-Down option is needed.
Valve Box Covers: shall be purple in color.
Valve box covers shall have appropriate reclaimed water warnings
embossed onto the top of the cover in English and Spanish, as well as the
international “DO NOT DRINK” symbol. Heat Branding shall be
accomplished using branding irons specifically designed for this purpose.
a. Heat branding shall not weaken or in any way puncture the valve
box cover. Identification letters or numbers shall be 2-inches high.
Identification shall be as indicated below or on the detail drawings:
1) Remote Control valve box shall be rectangular. Heat brand
box lid with the appropriate program and station number.
Heat branded with the letters “RCV.”
2) Quick Coupler valve box shall be round. Heat branded with
the letters “QCV”
3) Master Valve, box shall be rectangular, Heat branded with the
letters “MV”
4) Gate valve box shall be round. Heat branded with the letters
“GV”
5) Pressure Regulator and Drip Filter box shall be rectangular.
Heat branded valve box lid with “PR+DF”
6) Air Relief Valve box shall be round. Heat branded valve box
lid with “ARV”
7) Flush Valve box shall be round. Valve box lid to be heat
branded with “FV”
8) Wire Splices box shall be rectangular. Heat brand with the
letters “SB”
TP-92
9) Flow Sensor box shall be rectangular. Heat Brand lid with
letters “FS”
10) Wires Splice boxes shall be rectangular. Sinter lid with letters
“SB”.
11) Mainline and Wire Stub out box shall be round. Heat Brand lid
with letters “ISO”
2.05 RECYCLED WATER MATERIALS
All buried, recycled, wastewater systems (pressure / non-pressure) shall utilize
purple pipe with black uppercase lettering “CAUTION: RECYCLED WATER - DO
NOT DRINK” printed on opposite sides of the pipe.
a. For limited application, the use of continuous lettering on three inch (3”)
minimum width purple tape with one inch black or white contrasting
uppercase lettering “CAUTION RECYCLED WATER - DO NOT DRINK”
permanently affixed at intervals not to exceed five feet, atop all horizontal
piping, laterals and mains. Identification tape shall extend to all valve boxes
and / or vaults, exposed piping, hydrants, and quick couplers.
All valves, except fixture supply control valves shall be equipped with a locking
feature. All mechanical equipment that is appurtenant to the recycled / reclaimed
water system shall be painted purple.
Quick couplers shall be ACME threaded, or approved equal.
2.06 ACCESSORIES
Identification Tags
Identification tags for electrical remote control valves shall be manufactured
from polyurethane Behr Desopan. Use Christy’s (or approved equal)
standard tag hot stamped Bilingual, with black letters on a purple
background, size 3”x4” The tags shall be numbered to match programming
as indicated on the Contract Drawings. Provide one (1) tag for each electric
remote control valve. Provide one (1) tag for each quick coupler.
Waterproof wire connectors
Controller warranty will be voided if waterproof connectors are not compliant
with manufacturers’ recommendations.
Control Wires
U.L. approved direct burial type U.F., No. 12 AWG solid copper. Color per
District Approval.
Detectable Underground Warning Tape:
Consists of a minimum “Blue” 4.5 mil (.0045”) overall thickness by 3” wide
with a solid aluminum foil core. The imprinted warning message is “Caution
TP-93
Buried Irrigation Line Below” to prevent ink rub-off, and is impervious to
acids, alkalis and other destructive elements found in the soil. The imprint
is as such that it allows for total reflectivity. A tape must be visibly seen before
it can be read. APWA Color coded.
Gravel and Welded Wire Mesh
Gravel shall used in valve boxes per Contract drawing detail and shall be
washed crushed gravel of approximately ¾ inch size. No pea gravel shall
be used.
Welded Wire Mesh size and type per Contract drawing detail.
2.07 EXISTING CONTROLLER
Calsense Controller is existing.
2.08 BUBBLER EQUIPMENT
Bubbler heads, and spray nozzles shall be of the types and sizes shown on Drawings,
with plastic nozzles unless otherwise indicated.
Nozzles: Provide equipment of one type and flow characteristic from the same
manufacturer and bearing the manufacturer's name and identification code in a
position where they can be identified in the installed position.
Provide fixed head sprinklers with a one-piece housing and with provisions for
interior parts replacement. Pop-up sprinklers to rise 12 inches in shrub areas, 6
inches in turf areas. Sprinklers on fixed riser to be at least 12 inches above grade
and 2 inch for fixed bubblers.
Inline anti drain check valve shall be used to prevent low head drainage. Toro PCV-
5000 series anti drain valve or approved equal.
2.09 DRIP/LOW FLOW WATERING SYSTEM
Low flow watering system shall be type and size as specified on Contract drawings
or approved equal.
PART 2 - EXECUTION
GENERAL INSTALLATION
Perform minor adjustment in location or alignment of new work, to avoid existing
utilities, signs, trees and etc. as directed without additional cost.
Irrigation system layouts shown on Contract Drawings shall be considered
schematic or diagrammatic. Piping on Contract Drawings shown in paved areas
running parallel or adjacent to planted areas, are intended for design clarification
only and shall be installed in the planted area whenever possible. With the Owner’s
Authorized Representative’s approval, make adjustments where necessary to
conform to actual field conditions unless otherwise noted.
TP-94
Prior to installation, stake out pressure supply line routing and locations of spray
heads, tree bubblers, Low flow irrigation system lines.
Plant trees (24-inch box or larger) before installing the irrigation system; reroute
irrigation lines conflicting with specimen plant locations to clear the root ball.
Perform work on the irrigation system, including hydrostatic and coverage tests,
preliminary operational test of the automatic control system, and the backfill and
densification of trenches and other excavations after topsoil work and before
planting.
Make the irrigation system operational with uniform coverage of the areas to be
irrigated, prior to planting.
Notify Owner’s Authorized Representative in writing at least 48 hours before
testing will be conducted Conduct tested in presence of the Owner’s Authorized
Representative.
TRENCH EXCAVATION AND BACKFILLING
Excavate trenches for pipe and conduit. Schedule work so excavations shall be
open and exposed for a minimum period of time.
After piping and conduit are laid in place, tested and approved backfill as soon as
possible with excavated material or approved imported soil.
IRRIGATION PIPE INSTALLATION
Pipe sizes shall be as shown on the Contract Drawings. Pipe size from main line
to control valves to be as noted on the Contract Drawings or shall be the same
size as the largest line downstream of the control valve.
When two (2) pipes are placed in the same trench provide a minimum of 6" space
between pipes. Parallel lines shall not be installed directly over one another.
Plastic pipe
Main lines (upstream of RCV). Install 18" below grade (minimum 24" under
roadways), as measured from top of pipe.
Lateral lines (downstream of RCV). Install 12" below grade (minimum 18"
under roadways), as measured from top of pipe.
The bottom of the trench shall be free of rocks, clods and other sharp-edged
objects. Backfill to be sand 4” depth below and above mainline pipe.
Place No. 12 gauge copper identification wire at bottom of trench for all
mainline PVC pipe. This is to provide a continuous electrical conductor
between gate valves. Wrap each end around the valve body and bring up
inside the valve box to the ground surface and loop back with 2'-0 of wire
free. Place “Detectable” tracer/warning tape in trench 12” above the pipe
while backfilling to show location of buried mainline PVC pipe.
TP-95
Plastic pipe assembles
a. Join pipe using solvent weld. Use a non-synthetic bristle brush to
spread filler cement applied from cans no larger than pint size.
Clean and refill container each day. Primer and solvent cement
used shall be as recommended by pipe manufacturer.
b. Cut pipe square. All burrs shall be removed inside of pipe end.
Chamfer outside end of pipe 10 degrees to 15 degrees.
c. Clean and dry pipe and fitting socket. Check dry fit of pipe and
fitting. Pipe should enter fitting socket about 1/3 to 3/4 depth.
d. Dissolve inside socket surface by brushing with primer. Use a
scrubbing motion to assure penetration.
e. Dissolve surface of male end of pipe to be inserted into socket to
depth of fitting socket by brushing liberal coat of primer. Be sure
entire surface is well dissolved.
f. Brush inside socket surface with primer. Then, without delay apply
solvent cement liberally to male end of pipe.
g. Apply solvent cement lightly to inside of socket, using straight
outward strokes to keep excess filler solvent out of socket. Time is
important at this stage. Apply a second coat of cement to the pipe
end. The solvent cement should be applied deliberately but
without delay.
h. While both the inside socket surface and the outside surface of
the male end of the pipe are soft and wet with solvent cement,
forcefully bottom the male end of the pipe in the socket, giving the
male end a 1/4 turn if possible. The pipe must go to the bottom of
the socket. Hold the joint together until both soft surfaces are
firmly gripped for at least 30 seconds.
i. After assembly, wipe excess cement from the pipe at the end of
the fitting socket. A properly made joint will normally show a bead
around its entire perimeter. Any gaps at this point may indicate a
defective assembly job due to insufficient cement or use of light
bodied cement on large diameter where heavy bodied cement
should have been used.
j. Do not disturb joint for 30 minutes until initial setup of the cement
occurs.
k. Provide a firm, uniform bearing for the entire length of each
pipeline, to prevent uneven settlement.
l. Snake pipe from side to side of trench bottom to allow for
expansion and contraction. One (1) additional foot per 100'-0 of
pipe is the minimum allowance for snaking. Never lay PVC pipe
when there is water in trench or when temperature is 32 degrees
Fahrenheit or below.
m. Center load pipe with small amount of backfill to prevent arching
and whipping under pressure. Leave joints exposed, for
inspection during pressure test. No water will be permitted in the
TP-96
pipe until the above has been accomplished and a period of at
least 24 hours has elapsed for solvent weld setting and curing.
Plastic Pipe Fittings and Connections
a. Use Schedule 40 female adaptor with Schedule 80 threaded
nipple one end in connecting solvent weld pipe to threaded joints.
b. Use 45-degree fittings at all changes in depth of pipe. Couplings
to be of same material and wall thickness as pipe used.
c. Use Teflon tape on all threaded joints. Screw hand tight and 1/2
turn by wrench. On PVC to steel connections, work the steel
connections first.
d. Minimum length of PVC nipple shall be 4".
INSTALLATION OF VALVE BOXES, VALVES AND SPECIAL EQUIPMENT
Valve Boxes
Install valve boxes per Contract Drawing Details.
Locate valve boxes near paved walk/surfaces where possible. Edge of valve
boxes shall be set square and 12” from edge of pavement, walk or concrete
curb.
Set valve boxes to finish grade on a minimum 12 inch deep layer of gravel
and set valves at depth to provide clearance between the cover and valve
handle or key when the valve is in the fully open position. Do not cover valve
with gravel.
Gate Valves
Install shutoff valves as indicated on the Contract Drawings.
Install valves and equipment in accordance with the details in a normal
upright position, unless otherwise recommended by the manufacturer, and
make readily accessible for operation, maintenance, and replacement.
Install valves of the same size as the pipeline in which they are installed,
unless otherwise indicated on Drawings.
Install shut-off valves and sectional automatic control valves using brass or
bronze unions with copper or brass seats, below ground.
Install a line sized shut-off valve on the pressure side of all sectional remote
control valve.
Install a line size shut–off valve in a 10 inch diameter valve box on the up-
stream side of main lines crossing streets.
Quick-Coupling Valves
Install 1" quick-coupling valves as detailed and where shown on the Contract
Drawings.
TP-97
Install quick-coupler valves and hose bibs projecting above grade 1 foot from
curbs, pavement, and walks when possible.
Within 10'-0 of where a quick-coupling valve is installed, Contractor shall
paint a 3" diameter "yellow-spot" as approved on paving, curb.
Backflow, Wye Basket Strainer, Master Valve and Flow Sensor Installation:
Install as shown on Contract Drawings.
Automatic Remote Control Valves
Install valves as per detail and where shown on the Contract Drawings.
Provide a valve box for each automatic control valve.
Wiring methods
a. Wiring installed in concrete, masonry or where exposed to
moisture, weather or damage, shall be installed in a rigid steel
conduit.
b. Materials. Shall be new and shall be listed by or bear the U.L.
label, where subject to such approval.
c. Polyvinyl chloride (PVC) conduit shall be Schedule 40 and shall
have a round, smooth bore, and couplings, bends, elbows,
adapters and other fittings and materials, including jointing
cement, shall be the project of, or as approved by conduit
manufacturer.
d. All conduits shall be 1-1/4” in diameter unless otherwise noted.
e. Grounding and bonding: Connect to existing grounding system or
furnish and install a complete grounding and bonding installation
as required by California Electrical Code and as otherwise shown.
Grounding for equipment shall be connected to two driven ground
rods installed not less than 6'-0 apart. Rods shall be 5/8" diameter
minimum and driven a minimum of 8'-0 below grade. Location as
determined by the Owner’s Authorized Representative. Rod shall
be copper clad steel.
Tree Bubbler Assembly
Refer to the Contract Drawings for manufacturer's name and model number
required.
Bubbler heads must be a current production model, in production for at least
one year.
Bubbler heads shall be pressure compensating non-adjustable flow rate.
Bubbler head assembly shall be pre-assembled root watering system or
approved equal.
SYSTEM INSTALLATION AND ADJUSTMENT
TP-98
Flush and pressure test mains and laterals, and risers before installing drip/low
flow irrigation system and tree bubblers and before performing water coverage test
to the complete satisfaction of the Owner’s Authorized Representative.
Location, Elevation and Spacing:
Install the spray heads in accordance with Contract Drawings.
Spacing of spray heads shall be installed for head to head coverage. In no
case shall the spacing exceed the maximum recommended by the
manufacturer.
Install irrigation heads adjacent to curbs, walks, paving, and similar
improvements on pop-up spray bodies with tops set flush to finished grade.
Tree Bubblers
Bubbler assembly in shrubs/groundcover areas.
Top of the assembly grate shall be installed one (1) inch above adjacent
finished grade.
Install each tree bubbler assembly as shown on detail
At no time shall the irrigation system to spray water on pavement and
structures.
Drip/Low Flow Irrigation System Installation
All emitters shall be set perpendicular to the finish grade per manufacturer’s
recommendations.
Low flow irrigation lateral lines shall be buried 8 inches below grade.
Flush Valve and Air Relief Valve to be installed per Contract Drawings.
Emitter tube in planter areas to remain 2 inches above finish surface.
Contractor shall flush out all lines prior to backfill and adjust valves for
optimum coverage.
All trenches to be backfilled, leveled, and compacted to the same relative
compaction as the natural soil. No settling of trenches will be acceptable
CONTROLLER SYSTEM INSTALLATION
Locate existing automatic irrigation controller(s) per Owner’s Authorized
Representative directive.
Install service wiring at a minimum depth specified, in galvanized steel
electrical conduit from the service point to the controller. The minimum
service wire shall be No. 12 AWG copper 600-volt type THW/THWN
insulation, or as required by the controller manufacturer. Locate splices only
in specified pull boxes and make splices with a waterproof packaged kit
approved for underground use. Set top of pull boxes flush to finish grade on
a 12-inch deep layer of ¾ inch gravel.
TP-99
House control wiring in a conduit between the controller and an electrical pull
box at the base of the controller. House control wire under paved areas in a
Schedule 40 PVC pipe sleeve. Other wiring issuing from the electrical pull
box shall be direct burial, installed in the main or lateral waterline trenches
wherever practicable.
Color code common wire white with control wire any color except white.
Make splices in control wire with approved waterproof connectors in
accordance with the requirements for service wire. Leave at least 2 feet of
coiled slack at each splice and point of connection inside the valve boxes.
Leave the control system in operating condition with an operational chart
mounted within the controller cabinet upon completion of the work.
FLUSHING AND TESTING
Flushing: After completion, and prior to the installation of terminal fittings, flush the
entire pipeline system through strainer until there is no longer any evidence of
debris. After flushing, conduct the following tests in the sequence listed below.
Provide equipment, materials, and labor necessary to perform the tests. Conduct
tests in the presence of the Owner’s Authorized Representative.
Pipeline Pressure Test: Perform a water pressure test on pressure mains before
couplings, fittings, valves, and the likes are concealed. Cap open ends after the
water is turned on to the line so that the air will be expelled. Test pressure mains
with control valves to lateral lines closed. The constant test pressure and the
duration of the test are as follows:
Pressure line (Mainline): 4 hours at 150 psi.
Spray Coverage Test: Perform the coverage test in the presence of a Owner’s
Authorized Representative after sprinkler heads have been installed and before
groundcover has been planted, to demonstrate that each section or unit in the
irrigation system is complete and balanced to provide uniform and adequate
coverage of the areas serviced. Correct deficiencies in the system.
Operational Test: Evaluate the performance of components of the automatic
control system for manual and automatic operation. During the maintenance
period, and at least 15 days prior to final inspection, set the controller on automatic
operation so that the system will operate during such period. Make repairs,
replacements, and adjustments until equipment, electrical work, controls, and
instrumentation are functioning as specified
FINAL INSPECTION PRIOR TO ACCEPTANCE
Inspections to be performed in the presence of the Owner’s Authorized
Representative:
Marker locations for placement of all irrigation heads prior to installation.
Inspections during installation.
Leakage test before backfilling.
TP-100
Inspections to be performed in the presence of the Owner’s Authorized
Representative.
a. Coverage test: At completion of irrigation installation, and prior to
the start of any landscaping. Necessary adjustments and
additional work will be completed prior to the start of landscape
work. New valves shall be connected to existing controller and be
operational and ready for automatic cycling.
Contractor shall not schedule inspection until the entire irrigation system has
been flushed clean and all heads and other irrigation equipment have been
adjusted for proper operation.
a. Final Inspection: Adjustment and cleaning of all heads at end of
Maintenance and Plant Establishment period. Top of lawn heads
shall be lowered to a point flush with finish grade.
b. Before acceptance of irrigation system, controller must operate on
automatic operation. System must operate on complete automatic
cycles prior to the start of the maintenance period.
Upon completion of the Work, remove excess material, rubbish, debris, etc., and
construction and installation equipment from the site.
Contractor to turn over to Owner’s Authorized Representative all irrigation
materials and equipment as noted herein and on the Contract Drawings prior to
final acceptance.
Part 3 PAYMENT
3.01 IRRIGATION SYSTEM
Payment for a functioning irrigation system complete in -place will be made at the
LUMP SUM contract price as set forth in the bid schedule.
3.02 TRENCHING AND BACKFILL
Payment for trenching, backfilling, repair and/or replacement of damaged AC
paving, PCC paving and Curb and Gutter shall be considered as included in the
LUMP SUM contract price for “Irrigation System” and no additional compensation
will be made therefor.
TP-101
Landscape Planting
SECTION 32 90 00
Bid Item No. 65 Top Soil
Bid Item No. 66 Soil Preparation and Fine Grading
Bid Item No. 68 Deeproot Barrier
Bid Item No. 6975 36" Box Tree
Bid Item No. 70 24" Box Tree
Bid Item No. 71 5 Gallon Shrub/Groundcover
Bid Item No. 72 1 Gallon Shrub/Groundcover
Bid Item No. 73 Mulch
Part 1 GENERAL
1.01 SUMMARY
A. Work Included
1. Work included: Furnish all labor, material, equipment and services
necessary to provide all landscape planting, complete in place, as shown
and specified herein, including soil preparation, planting, staking, plant
establishment, and clean-up.
B. Related Work
1. Section 32 90 00 - Landscape Irrigation
2. Section 32 97 00 - Landscape Maintenance
C. References
1. American Society for Testing and Materials (ASTM International):
ASTM A36 Standard Specification for Carbon Structural Steel
ASTM A53 Standard Specification for Pipe, Steel, Black and
Hot- Dipped, Zinc Coated, Welded and Seamless
ASTM D422 Standard Test Method for Particle-Size Analysis of
Soils
ASTM D2434 Standard Test Method for Permeability of Granular
Soils (Constant Head)
2. Council of Tree and Landscape Appraisers:
a. Manual for Plant Appraisers Handbook, Guide for Establishing
Values of Trees and Other Plants
3. State of California Agricultural Code
4. Sunset Western Garden Book
a. Sunset Publishing Corporation, 2012 Edition
TP-102
5. U.S.A. Standards for Nursery Stocks
a. American Nursery & Landscape Association, ANSI Z60.1-2014
1.01 QUALITY ASSURANCE
A. Work Force
1. The landscape contractor shall have a valid California C27 license and a
minimum of six (6) years of experience in landscape installation,
establishment and supervision, with experience or training in tree
maintenance, entomology, pest control, soils, fertilizers, and plant
identification. The landscape installation company shall provide at least
one full time employee that speaks English fluently assigned to the job
site for the duration of the contract.
2. The landscape contractor’s job foreman shall have a minimum of four (4)
years of experience in landscape installation, establishment and
supervision and shall directly supervise the work force at all times. Notify
the Owner’s Authorized Representative of all changes in supervision.
3. The landscape contractor’s labor force shall be thoroughly familiar and
trained in the work to accomplish and perform the task in a competent,
efficient manner acceptable to the Owner’s Authorized Representative.
4. Herbicide Applicator: Applied by an approved licensed pest control
advisor and applicator.
5. Nursery Qualifications: A nursery specializing in growing and cultivating
the plants with three years documented experience.
6. Tree Pruner Qualifications: A tree pruning company specializing in
pruning trees with proof of Arborist Certification.
7. Tree Pruning: NAA - Pruning Standards for Shade Trees
8. Maintenance Services: Performed by installation contractor.
9. Identification: Provide proper identification at all times for the landscape
contractor’s labor force. Be uniformly dressed in a manner satisfactory to
the Owner’s Authorized Representative.
B. Site Soil Quality
1. After grading the Contractor shall provide agronomic soil test report and
amendment recommendations from site soil samples to determine
agronomic suitability of existing soil.
2. Take ten (10) representative soil samples from five (5) locations identified
on the Contract Drawings. Submit with a site map showing locations and
contract drawing plant list to Wallace Laboratories, Attn: Garn Wallace,
365 Coral Circle, El Segundo, CA 90245 @ (310) 615-0116 or an
approved laboratory that will provide all of the soils testing required
below:
a. Refer to Wallace Laboratories Website (www.bettersoils.com) for
soil collection procedures. Soil samples shall be tested for pH,
TP-103
alkalinity, total soluble salts, porosity, extractable sodium content,
magnesium, boron, chloride, SAR, nitrate, phosphorus,
potassium, organic matter, soil preparation, backfill mixtures, and
fertilization recommendations.
1.02 SUBMITTALS
A. Submit qualification data for the landscape contractor to the Owner during
bidding.
B. Product Data
1. Planting Materials
a. Submit documentation to the Owner’s Authorized Representative
within 20 calendar days after date of award of Contract that all
plant material is available. The Contractor shall be responsible for
all material listed on plant list.
b. Any and all substitutions due to availability shall be requested in
writing prior to confirmation of ordering.
c. All materials shall be subject to observation by the Owner’s
Authorized Representative at any time after confirmation of
ordering.
d. Submit Photos: Within 45 days after Contract award, provide 4 in.
x 6 in. color photo of each representative tree, shrub and
groundcover. Include the nursery source for all Contractor-
furnished materials. For all trees, provide container size, height,
width, trunk caliper size with person and measuring instrument in
the picture.
e. All plant material shall be approved by the Owner’s Authorized
Representative either at the nursery or on site prior to installation.
See this section, Observation and Approval for more information
on requirements.
1) Submit written request for observation of plant material at
the Nursery/ Grove to the Owner’s Authorized
Representative.
a) Written request shall state the name of the
Nursery/Grower and actual nursery yard /grove
address and quantity of plants to be observed.
b) Provide a “total trees available to select from to review
and tag” for each tree and nursery being submitted for
review and approval. The Owner’s Authorized
Representative reserves the right to refuse observation
at this time if, in his judgment, a sufficient quantity of
trees are not available for review.
c) Tagging of plant material at the nursery by the Owner’s
Authorized Representative is for design intent only and
does not constitute the Owner’s Authorized
Representative's approval of the plant materials in
regards to their health and vigor. The health and vigor
TP-104
of the plant materials is the sole responsibility of the
Contractor.
2) Materials that have not been approved may be rejected,
removed, and replaced at Contractor’s expense.
2. Class A Top Soil and Soil Amendments
a. Provide source information, analysis and soil report from Wallace
Labs or approved equal for import and back fill soil for review and
approval. Wallace Laboratory, Attn: Garn Wallace 365 Coral
Circle, El Segundo, CA 90245, (310) 615-0116
b. Supply the Owner’s Authorized Representative with a sample of
all supplied materials within fourteen (14) days after award of
contract, accompanied by analytical data from an approved
laboratory source or bearing the manufacturer's guaranteed
analysis. Amendments may be modified based on analysis
provided.
c. Submit manufacturers or vendors certified analysis for all
herbicides, fertilizers, and soil amendments.
3. Wood Mulch, Inerts and All Other Materials
a. Provide manufacturers or vendors certified analysis information
and a sample for Wood Mulch.
b. Provide Manufacturer information, cut sheets and picture for Rock
Cobble and Boulders.
c. Provide Manufacturer information and cut sheets for Root
Barriers, Tree Brace and Staking products.
d. Provide Manufacturer information and cut sheets for Organic Pre-
Emergent and Post Emergent Herbicides to be used.
1.03 OBSERVATION AND APPROVAL
A. All planting is to be observed and reviewed by the Owner’s Authorized
Representative. Notify the Owners Authorized Representative a minimum of
seven (7) working days for all requests for attendance at nursery visits and forty-
eight (48) hour notice for on-site observations.
1. With observation request, Landscape Contractor shall provide complete
addresses to all observation location or locations.
2. Landscape Contractor/ main job foreman shall be present at all
requested observations.
3. During tree or plant tagging visits at Nurseries, if more than one nursery is
visited during the Observation, the nurseries or nursery yards shall be
within 35 miles of each other. If the distance between nurseries/nursery
yards is more than 35 miles or more than one Nursery Observation is
needed due to but not limited to the rejection of materials reviewed, the
Landscape Contractor shall make a formal request in writing with a noted
agreement to pay the Owner’s Authorized Representative their
contractual hourly rate to attend.
TP-105
B. The Owner’s Authorized Representative shall have the right to make periodic
observations prior to final inspection. Should plant materials, installation
procedures, or other conditions be observed that are not in accordance with the
contract drawings or specifications, the Owner’s Authorized Representative shall
direct the Contractor to correct by repair and /or replacement as appropriate. The
Owner’s Authorized Representative shall be the sole judge of the conditions of
quality and acceptability and will direct all corrections to the Contractor. All
rejected materials shall be immediately removed from the site and replaced with
specified materials at no additional cost to the Owner.
1.04 PROJECT CONDITIONS
A. Field Measurements: Verify actual locations of walls and other construction.
Verify scaled dimensions and quantities prior to start of work.
B. Perform actual planting only when weather and soil conditions are suitable and
will not be detrimental to the plant material.
C. Notify the Owner’s Authorized Representative of discrepancies between
Drawings and Specifications and actual job site conditions which would affect the
execution of the landscaping work. Do not work in areas where discrepancies
occur until instructed by the Owner’s Authorized Representative.
1.05 EXISTING UTILITIES
A. Exercise care in excavating and working near existing utilities. Contractor shall
be responsible for damages to utilities which are caused by Contractor’s
operations or neglect. Check existing utility drawings for existing utility locations.
Contractor to verify all existing utilities through Dig Alert, at (800) 227-2600 a
minimum of 2 days prior to construction.
B. Protect existing utilities that are not to be removed from damage or injury. If
damaged or removed because of the Contractor's operations, they shall be
restored or replaced in, as nearly the original condition and location as is
reasonably possible.
C. Protect existing improvements which are not designated for removal but are
damaged or removed as a result of Contractor’s operations. Repairs and
replacements shall be equal to existing improvements and shall match them in
finish and dimension. When a portion of a sprinkler system must be removed,
cap the remaining lines and confirm remaining irrigation system is still
operational.
1.06 GUARANTEE
A. 24” and larger box size trees shall be guaranteed, to “live and grow” in an
“acceptable, upright position” for a period of one (1) year after completion of the
specified maintenance period or final acceptance.
1. Definition of “live and grow” and “acceptable and upright position” shall
mean that the tree must, during the guarantee period, sustain a healthy,
TP-106
vigorous appearance. It shall not defoliate more than 30% nor shall 30%
of the foliage be dried and unhealthy in appearance. If the tree, during the
guarantee period does not sustain this specified appearance, it shall be
removed and replaced without cost to the Owner.
B. All 5 gallon and 1 gallon plants shall be guaranteed to “live and grow” for 6
months from date of final acceptance.
1. Definition of “live and grow” shall mean that the plant must, during the
guarantee period, sustain a healthy, vigorous appearance. It shall not
defoliate more than 30% nor shall 30% of the foliage be dried and
unhealthy in appearance. If planting during the guarantee period does not
sustain this specified appearance, it shall be removed and replaced
without cost to the Owner.
C. The Contractor, in protecting his own interests, is obligated to periodically check
work areas during his guarantee period to insure proper maintenance procedures
are being implemented.
D. In case of negligent or improper maintenance, the contractor shall state in writing
to the Owner Representative his observations and recommendation. Any claims
not in writing will not be considered.
E. Should soil deficiencies affecting plant health develop within the specified
guarantee periods, or planting materials replaced more than once in an area, the
contractor shall take a soil sample of each affected area and send to the
approved soil lab for soil analysis. Contractor shall correct such deficiencies per
soils report to the satisfaction of the Owner’s Authorized Representative at no
additional cost to the Owner.
1.07 COORDINATION
A. Coordinate planting installation with other trades. Install trees before irrigation
lateral pipes.
1.08 DELIVERY, STORAGE AND HANDLING
C. Delivery
1. Deliver fertilizer to site in original unopened containers bearing
manufacturer's guaranteed chemical analysis, name, trademark, and
compliance with all applicable laws.
2. Deliver all plants with legible identification labels.
3. State correct plant name and size indicated on plant list.
4. Use durable waterproof labels with water-resistant ink, which will remain
legible for at least 60 calendar days.
5. Protect plant materials during delivery to prevent damage.
TP-107
6. The Contractor shall notify the Owner’s Authorized Representative 4
calendar days in advance of delivery of all plant materials and shall
submit an itemized list of the plants in each delivery.
D. Storage
1. Store plant material in the shade and protect plants from weather
damage.
2. Contractor shall review and maintain all trees and plants stored on site
daily to maintain and protect plant material in healthy, vigorous condition.
3. While plants are on the project site waiting for planting operations to
begin contractor is to keep all materials sufficiently watered as seasonal
weather and individual plants require.
E. Handling
The Contractor shall exercise care in handling, loading, unloading, and storing of
plant materials. Plant materials that have been damaged in any way shall
be discarded and if installed, shall be replaced with undamaged materials
at the Contractor's expense.
Part 2 PRODUCTS
2.01 TOP SOIL AND FERTILIZERS
A. Class A Imported Top Soil shall conform to amendment recommendations
provided in the agronomic soil report by Wallace Laboratories.
1. The Owner’s Authorized Representative will determine the suitability of
import soil prior to use based upon analysis provided by the Contractor.
Transport import soil from the source to its final position unless stockpiling
is called for.
a. At least 30 days before scheduled use, submit the proposed
source of topsoil to the Owner’s Authorized Representative for
approval. Submit a written request for approval, accompanied by
a written report from Wallace Laboratories, Attn: Garn Wallace
365 Coral Circle, El Segundo, CA 90245, (310) 615-0116, or an
approved equal soil laboratory which states that the proposed
source complies with the Specifications and that the soil is
agriculturally suitable. Contractor shall comply with
recommendation of the soils testing laboratory and add additional
soil amendments, necessary to achieve nutrient levels to support
healthy plant growth, at no additional cost to the Owner.
B. The following Class A Top Soil / Planter backfill is for bid pricing only. Top soil/
backfill shall be determined ultimately by the agronomic soil report
recommendations:
1. Imported Top Soil: Silt plus clay content of the Import soil shall not
exceed 20% by weight with a minimum 95% passing the 2.0 millimeter
TP-108
sieve. The sodium absorption ratio (SAR) shall not exceed 6 and the
electrical conductivity (ECe) of the saturation extract of this soil shall not
exceed 3.0 millimhos per centimeter at 25 degrees centigrade. The boron
content shall be not greater than 1 part per million as measured on the
saturation extract. In order to ensure compliance with these
specifications, samples of the import soil shall be submitted to an
approved laboratory for analysis prior to, and following, backfilling.
2. Class A Imported Soil/ planter backfill shall be of a uniform composition
and structure, fertile and friable sandy loam garden soil character suitable
for sustaining and promoting the growth of the plants; and be free of
roots, clods, and stones, larger than 1-inch in greatest dimension, pockets
of coarse sand, noxious weeds, sticks, brush and other litter and not be
infested with nematodes or other undesirable insects and plant disease
organisms.
C. All soil and fertilizer materials shall be of standard approved and first-grade
quality and shall be in prime condition when installed and accepted. Any
commercially processed or packaged material shall be delivered to the site in the
original unopened container bearing the manufacturer's guaranteed analysis.
D. Soil amendments and fertilizers shall be determined ultimately by the agronomic
soils report recommendations. Specific amendments and fertilizer specifications
will be made after rough grading operations are complete and soil samples are
tested by the Contractor. Refer to Planting Plan for location of soil samples.
Soil amendments for all planting areas shall be in accordance with
recommendations from the soil test report by Wallace Laboratories. The following
soil amendments and fertilizers are to be used for bid pricing only.
1. Soil Sulfur: Agricultural grade sulfur containing a minimum of 99% sulfur
(expressed as elemental). Iron Sulfate: 20% Iron (expressed as metallic
iron), derived from ferric and ferrous sulfate, 10% sulfur (expressed as
elemental).
2. Calcium Carbonate Lime: 95% lime as derived from oyster shells.
3. Gypsum: Agricultural grade product containing 98% minimum calcium
sulfate.
4. Dolomite Lime:
a. 21% calcium
b. 11% magnesium
E. Pre- Emergent and Post Emergent Herbicides:
1. Contractor shall use organic pre-emergent and post emergent herbicides.
No herbicide products containing Glyphosate or N-glycine may be used.
Contractor shall use organic products recommended by an approved
licensed pest control advisor that are proven effective on various weed
types. Contractor shall submit alternate products for approved use such
as Suppress EC for perennial weeds.
TP-109
2. Contractor is to check pre- emergent and post emergent herbicides
manufacturer’s precaution plant list to determine toxicity of unintended
contact with all ornamental plants and grass material used on this project.
F. Commercial Fertilizer
1. Granular product having a chemical analysis of 12-12-12 Nitrogen,
Phosphoric acid, and Potash, unless otherwise specified on Contract
Drawing and recommended approved agronomic report; free-flowing
material mixed by supplier, delivered in unopened sacks. Do not use
material which becomes caked or otherwise damaged. The following
fertilizer is for bid pricing only, all Fertilizer shall be determined ultimately
by the agronomic soils report recommendations:
a. Planting Fertilizer: Pelleted or granular form shall consist of the
following percent by weight and shall be mixed by commercial
fertilizer supplier:
1) 6% nitrogen
2) 20% phosphoric acid
3) 20% potash
b. Nitroform: 38-0-0 slow release organic nitrogen.
c. Single Super Phosphate, or approved equal: Commercial product
containing 18- 20% available Phosphoric Pentoxide
1) DAP (Di-Ammonium Phosphate): 18-46-0
2. Planting Tablets
a. Tablets shall be slow-released type, (crushed) with potential
acidity of not more than 5% by weight containing the following
percentages of nutrients by weight:
1) 20.0% nitrogen
2) 10.0% phosphoric acid
3) 5.0% potash
4) 2.6% combined calcium
5) 1.6% combined sulfur
6) .35% iron (elemental) from ferrous sulfate
b. Shall be 21-gram tablets as manufactured by Agriform or
approved equal, applied per manufacturer's instructions.
2.02 PLANT MATERIAL
A. Trees and Shrubs
1. Refer to landscape Planting Plan for plant list and quantities.
Discrepancies in quantities shall be immediately brought to the attention
of the Owner’s Authorized Representative. Contractor will be responsible
for providing the quantity of plant materials as noted on Contract drawing
TP-110
legends. Contactor is responsible for all plants shown or implied on
Contract Drawing.
a. Size - per Contract Drawing plant list.
b. Condition - Per American Nursery Standards.
c. Quality - Healthy, shapely, well rooted, disease and insect free,
not deformed or root bound. Grown in nurseries inspected by
State County of Agriculture. Free of abrasions, knots, injuries, or
disfigurations. Label or tag one of each variety of plant with proper
botanical name identifying genus, species and (if applicable)
variety.
d. Plants shall be grown under climatic conditions similar to those in
the locality of the project.
2. The City will retain a biological consultant to perform a survey of bird
nesting on the proposed trees to be removed. Contractor shall comply
with the consultant’s recommendations regarding tree removal timing and
methods.
B. Ground Cover
1. Refer to landscape Planting Plan for plant list and quantities.
Discrepancies in quantities shall be immediately brought to the attention
of the Owner’s Authorized Representative. Contractor will be responsible
for providing the quantity of plant materials as noted on Contract drawing
legends. Contactor is responsible for all plants shown or implied on
Contract Drawing.
a. Size - per Contract Drawing plant list.
b. Condition - Per American Nursery Standards.
c. Quality - Healthy, shapely, well rooted, disease and insect free,
not deformed or root bound. Grown in nurseries inspected by
State County of Agriculture. Free of abrasions, knots, injuries or
disfigurations. Label or tag one of each variety of plant with proper
botanical name identifying genus, species and (if applicable)
variety.
d. Plants shall be grown under climatic conditions similar to those in
the locality of the project.
2.03 GENERAL MATERIALS
A. Tree Support
1. Tree Stake shall to be installed per Contract drawings.
a. Wood tree stakes, 2 inches in diameter by 10 feet long, lodge pole
grade, treated with copper naphthenate wood preservative in strict
accordance with Federal Spec.TT-W-572 Type 1 Composition B
capable of standing in the ground at least 2 years. No split stakes.
2. Tree Ties/brace shall to be installed per Contract drawings.
TP-111
a. VIT Twist Brace Tree Supports or approved equal, Two (2) per
tree
TB24 Twist Brace for 15 gal.- 24” box.
Available from: VIT Products 1(800)729-1314
B. Root Barriers
1. Install surround type root barrier for all trees that are located 6’-0” and
less from curbs paving, or other hardscape materials, per manufacturer’s
recommendations.
a. Root Barrier to be model #UB 24-2 or approved equal.
Available from: DeepRoot 1(415)781-9700/1(800)458-7668,
www.deeproot.com .
C. Wood Mulch
1. 3” minimum layer of shredded wood mulch is to be used under all existing
and new trees and in all shrub and groundcover areas where users may
have contact.
2. Submit sample to the Owner’s Authorized Representative for approval
prior to installation.
Type: “Forest Floor Mulch, size- ½”-1½” The mulch shall consist of moist,
fibrous, composted tree trimmings and bark of varied particle size such
that physical properties are: Particle Size 1/2” – 1-1/2”. No trash, paper
or other non- tree products will be accepted as a part of the mulch mix.
3. Available from: Aguinaga Sales and Research Division or approved
equal.
16355 Construction Circle West, Irvine, CA 92606,
www.aguinagagreen.com
D. Tree Grate and Frame
1. Locations per Constructions Drawings or approved equal.
2. Color and Manufacturer information per Contract Drawings.
Part 3 EXECUTION
3.01 INSTALLATION
Irrigation shall be installed after trees and before all other planting and inert
materials are installed.
3.02 SOIL PREPARATION
After rough grading is complete contractor shall begin agronomic soil testing. All
Agronomic Soils Report findings shall be submitted for review to the Owner’s
Authorized Representative.
TP-112
Compacted soil in planter areas shall not exceed 75% compaction.
After approximate finished grades have been established, the surface soil in all
landscape areas shall be tilled to a minimum of twelve (12) inch depth. Soil should
be slightly damp, but not muddy during tilling. Planting areas too small for power
equipment shall be hand dug and tilled to a depth of 12” below grade. and the soil
shall be conditioned and fertilized as recommended by the agronomic soils report.
All tilling shall be completed before the installation of irrigation mainlines and lateral
lines, and soil conditioners and fertilizers.
At the time of tilling clear existing materials in planter areas by removing rocks and
foreign matter larger than ½” in diameter in the upper 12” of soil. Remove roots
with a diameter of 1” or more from the top 12” of soil.
At time of planting, the top two inches of all soil designated to be planting areas
shall be free of stones, stumps, earth clods, or other deleterious matter 1" in
diameter or larger, and shall be free from all plastic, wire, plaster, obvious foreign
matter or similar objects that would be a hindrance to planting or maintenance.
3.03 PRE- EMERGENT AND POST EMERGENT HERBICIDES
The irrigation system soil preparation operations, and finish grade shall be
approved by the Owner’s Authorized Representative prior to weed abatement
operations.
If live perennial weeds exist on site at beginning of work, remove as much of the
weeds by hand or with manual tools as possible. After removing weeds by hand
spray remaining weeds with a nonselective translocative herbicide as
recommended by an approved licensed pest control advisor and applicator. Leave
sprayed plants intact for at least 15 days. Clean and remove these existing weeds
by mowing or grubbing off all plant parts at least ¼ inch below the surface of the
soil. Do not apply in weather conditions (wind or heavy rain) that can translocate
herbicide to new or protected plants.
Upon completion of soil preparation, begin weed abatement program by applying
400 pounds of a commercial fertilizer 12 -12-12 per acre, per manufacturer’s
instructions.
Water all areas four (4) times daily for twenty one (21) consecutive days or until
weed seeds have germinated. Cease watering for three (3) days. Spray a
nonselective translocated herbicide to eradicate the germinated weeds.
Translocation shall be 7-10 days or an approved alternate time period.
Allow herbicide to kill all weeds. Rake or hoe off all dead weeds to a minimum
depth of ¼ inch below the surface of the soil. If perennial weeds or grasses still
exist, re-water four (4) times daily for fourteen (14) consecutive days, until new
growth appears. Reapply herbicide. Remove weeds after herbicide has had
sufficient time to kill.
TP-113
3.04 TREE, SHRUB AND GROUND COVER PLANTING
All plants are to be furnished and planted by the Contractor.
Contractor shall locate all trees, shrubs, and ground cover as shown on the
contract drawings. Prior to excavating plant are to be laid out at locations shown
on the contract drawing, slight spacing adjustment can be made to shrub and
ground cover location to keep spacing even.
Plant pits: In instances where a mechanical digging device is used to excavate
plant pits - rough "Score" vertical sides and bottom of plant pit to loosen soil to
eliminate "Glazed" sides and bottom.
Prior to planting any trees, fill planting pit with water to see if water drains in a
reasonable time (approximately 4 hours). If drainage does not occur within 4 hours
contact Owner’s Authorized Representative for direction on drainage in the pits.
Soil backfill: Prepare backfill mix as specified within this landscape planting
section. Backfill bottom of pit and foot tamp so that plant rootball will be 1” higher
than the adjacent grade after settlement. The top of the root flare of tree shall be
visible. No soil shall be placed on top of the rootball.
Place all tree stakes, tree ties, and root barriers per contract drawings details and
manufacturer specifications.
1. Tree Stakes and ties shall be located and placed per contract drawings
detail.
Stakes shall be set perpendicular to prevailing winds, unless otherwise
specified. Staking shall be uniform throughout entire Project.
Tree ties shall be installed per manufacturer recommendations and
Manufacturers recommendations.
2. Root barriers shall be installed per contract drawings detail.
Contractor shall place all root barriers flat against hardscape edge
eliminating any voids that may occur between the hardscape edge
and the root barrier panel.
Root barriers shall not be sit above wood mulch or adjacent hardscape
surface.
Plants shall not be allowed to dry out before or while being planted. Keep exposed
tree roots moist by means of wet sawdust, peat moss or burlap at all times during
planting operations, do not expose to the air except while being placed in the
ground. Wilted plants, whether in place or not, will not be accepted and shall be
replaced at the Contractor's expense.
Rock Cobble and boulders shall be installed per landscape drawing plan and
details.
TP-114
Mulch around and under all trees, shrubs and groundcovers shall have a 3” layer
of Forest Floor Wood Mulch.
1. Keep a mulch ring 6 inches clear around all tree trunks and 3 inches clear
around the main stem of each shrub.
Weeds
1. Do not apply any post-emergent herbicides for at least 30 days after
planting. Refer to the manufacturer recommendations for use on the
product.
Watering
1. Immediately after planting, apply water to each tree and shrub by means
of a hose. Apply water in a moderate stream in the planting hole until the
material about the roots is completely saturated from the bottom of the
planting pit to finish grade.
2. Apply water in sufficient quantities, and as often as seasonal conditions
require, to keep the plants healthy at all times. Exercise care to prevent
over-watering, flooding or excessive runoff.
3. During the plant establishment period, which can last up to 60 days
preceding planting, when planting is acclimating to the project sites
climate water, all plantings that cannot be watered efficiently with the
water system, or the new Irrigation system controller is not on-line and
fully functioning at the time planting operations begin or complete the
Contractor shall provide sufficient water to all tree and plants to maintain
the health and vigor during the plant establishment period by means of a
hose or other potable water source.
3.05 CLEAN UP
After planting operations have been completed; remove all trash, excess soil,
empty plant containers and rubbish from the property. All scars, ruts or other
marks in the ground caused by this work shall be repaired and the project site left
in a neat and orderly condition throughout the site. Pick up all trash resulting from
this work no less frequently than each Friday before leaving the site or the last
working day of each week. All trash shall be removed completely from the site.
Part 4 PAYMENT
4.01 AGRONOMIC SOILS TESTING
Payment for agronomic soils testing will be considered as included in other items
of work and no additional compensation will be made therefor.
4.02 SOIL PREPARATION AND FINE GRADING
Payment will be made at the contract unit price per SQUARE FOOT as set forth in
the bid schedule.
TP-115
4.03 WEED ABATEMENT
Payment for weed abatement will be considered as included in other items of work
and no additional compensation will be made therefor.
4.04 TOP SOIL
Payment will be made at the contract unit price per cubic yard as set forth in the
bid schedule.
4.05 TREES, SHRUBS AND GROUND COVER
Payment for all boxed and container plants will be made at the contract unit price
per each as set forth in the bid schedule and includes excavation and backfill.
4.06 DEEPROOT BARRIER (24”X24”)
Payment for deeproot barrier (24”x24”) will be made at the contract unit price per
each as set forth in the bid schedule.
4.07 MULCH
Payment will be made at the contract unit price per cubic yard as set forth in the
bid schedule.
TP-116
Landscape Maintenance
SECTION 32 97 00
Bid Item No. 80 90 Day Landscape/Irrigation Maintenance
Part 1 GENERAL
1.01 SUMMARY
A. Work Included
1. Work included during 90 Day Plant Maintenance Period: Furnish all labor,
materials, equipment and incidentals to perform work as specified herein,
including to but limited to; litter removal, hardscape sweeping, adequate
watering of plant materials, drain cleaning, fertilizing, replacing unsuitable
plant material and controlling weeds, rodents and other pests.
B. Related Work:
1. Section 32 84 00 - Landscape Irrigation
2. Section 32 90 00 - Landscape Planting
C. References:
1. American Society for Testing and Materials (ASTM International):
2. ASTM D422 Standard Test Method for Particle-Size Analysis of
Soils
3. ASTM D2434 Standard Test Method for Permeability of Granular
Soils (Constant Head)
D. Council of Tree and Landscape Appraisers:
E. Manual for Plant Appraisers Handbook, Guide for Establishing Values of Trees
and Other Plants
F. State of California Agricultural Code
G. Sunset Western Garden Book
Sunset Publishing Corporation, 2012 Edition
H. U.S.A. Standards for Nursery Stocks
American Nursery & Landscape Association, ANSI Z60.1-2014
TP-117
1.02 QUALITY ASSURANCE
A. Work Force:
1. Experience: The landscape maintenance contractor shall have a
minimum of four (4) years of experience in landscape maintenance and
establishment supervision, with experience or training in tree
maintenance, entomology, pest control, soils, fertilizers, and plant
identification. The landscape maintenance contractor shall provide at
least one English-speaking person full time assigned to the job for the
duration of the contract.
2. Supervision: The landscape maintenance contractor’s job foreman shall
directly supervise the work force at all times. Notify the Owner’s
Authorized Representative of all changes in supervision.
3. Labor Force: The landscape maintenance contractor’s labor force shall
be thoroughly familiar and trained in the work to accomplish and perform
the task in a competent, efficient manner acceptable to the Owner’s
Authorized Representative.
4. Nursery Qualifications: A nursery specializing in growing and cultivating
the plants with three years documented experience.
5. Tree Pruner Qualifications: A tree pruning company specializing in
pruning trees with proof of Arborist Certification.
6. Tree Pruning: NAA - Pruning Standards for Shade Trees
7. Identification: Provide proper identification at all times for landscape
maintenance contractor’s labor force. Be uniformly dressed in a manner
satisfactory to the Owner’s Authorized Representative.
1.03 SITE OBSERVATION DURING MAINTENANCE PERIOD
A. A minimum of forty-eight (48) hours’ notice shall be given to request the Owner’s
Authorized Representative to meet on the project site during the maintenance
period.
B. The Owner’s Authorized Representative shall have the right to make periodic
observations prior to the final walk. Should plant materials, installation
procedures, or other conditions be observed that are not in accordance with the
contract drawings or specifications, the Owner’s Authorized Representative shall
direct the Contractor to correct by repair and /or replacement as appropriate. The
Owner’s Authorized Representative shall be the sole judge of the conditions of
quality and acceptability and will direct all corrections by the Contractor. All
rejected materials shall be immediately removed from the site and replaced with
specified materials at no additional cost to the Owner.
1.04 SCHEDULE
The 90-day Maintenance period shall follow a required 30-day plant establishment
period.
TP-118
Part 2 PART 2 - PRODUCTS
2.01 FERTILIZER
A. All Fertilizers to be applied during the 90-day maintenance period per agronomic
soil report recommendations. The following fertilizers are to be used for bid
pricing only.
1. Commercial shall be a granular product having a chemical analysis of 12-
12-12 Nitrogen, Phosphoric acid, and Potash, free-flowing material mixed
by supplier, delivered in unopened sacks. Do not use material which
becomes caked or otherwise damaged.
2. Planting Fertilizer: Pelleted or granular form shall consist of the following
percent by weight and shall be mixed by commercial fertilizer supplier:
6% nitrogen
20% phosphoric acid
20% potash
3. Nitroform: 38-0-0 slow release organic nitrogen.
4. Single Super Phosphate, or approved equal: Commercial product
containing 18- 20% available Phosphoric Pentoxide
5. DAP (Di-Ammonium Phosphate): 18-46-0
2.02 POST EMERGENT HERBICIDES
Contractor is to use the same herbicides approved per Submittals and Products
in Section 32 90 00.
Part 3 EXECUTION
3.01 IRRIGATION ACTIVITIES DURING 90-DAY MAINTENANCE PERIOD
A. Maintenance Period shall commence after the completion of all planting and
irrigation installation and the Owner’s Authorized Representative has confirmed
completion of all Punch List items. Maintenance shall continue for a period of no
fewer than ninety (90) calendar days or as specified below.
B. Maintain automated irrigation system during 90-Day Maintenance Period.
1. Every two weeks throughout the maintenance period, the contractor is to
test and flush irrigation heads and check each irrigation station and valve
system for overspray, clogged heads and pressure issues.
2. Adjust as required to maintain irrigation water coverage. To avoid plant
damage or plant die back, replace all broken or damaged irrigation
equipment upon discovery of damaged equipment.
TP-119
3.02 PLANTING AND LANDSCAPE ACTIVITIES DURING 90-DAY MAINTENANCE
PERIOD
A. Planting
1. Maintain all plantings in a thriving condition, to the satisfaction of the
Owner’s Authorized Representative, for 90 calendar days after all
foregoing work is completed and approved
2. The Contractor, in protecting his own interests, is obligated to periodically
check work areas during his guarantee period to insure proper
maintenance procedures are being implemented.
3. In case of negligent or improper maintenance, the Contractor shall state
in writing to the Owner Representative his observations and
recommendation. Any claims not in writing will not be considered.
4. As expected during the landscape planting period, throughout the
maintenance period trees, shrubs and ground cover shall not be
defoliated more than 30% nor shall 30% of the foliage be dried and
unhealthy in appearance. During the guarantee periods established in the
Landscape Planting Section 32 90 00, if a tree, shrub or ground cover
does not sustain this specified appearance, it shall be removed and
replaced without cost to the Owner. Replacement of declining plant
material shall take place within one week of observation by landscape
maintenance staff or Owners Authorized Representative. All replacement
of plant material shall be at the expense of the Contractor.
5. Avoid frequent soil cultivation that destroys shallow roots.
6. Should soil deficiencies affecting plant health develop within the specified
guarantee periods, a soil sample shall be taken and sent to Wallace Labs
or approved equal lab for each planting area/areas at no expense to the
Owner. The contractor shall correct such deficiencies per agronomic soils
report recommendations and to the satisfaction of the Owner’s Authorized
Representative at no additional cost to the Owner.
B. Existing planting to be protected in place:
1. Any adjacent or protected planting harmed by landscape planting or
maintenance operations shall be replaced in-kind with same type, variety
and size planting.
2. All replacement of plant material shall be at the expense of the
Contractor.
C. Tree stakes and ties are to be inspected to prevent girdling of trunks or branches
and to prevent rubbing that causes bark wounds.
1. Replace all broken stakes with specified materials.
2. Remove stakes as soon as they are no longer needed.
TP-120
3. Tree ties shall be adjusted as needed to keep tree growing in a straight
and upright position.
D. Watering: Maintain a large enough water basin around plants so that enough
water can be applied to establish moisture through the major root zone, and only
as frequently as necessary to maintain healthy growth. Do not over or under
water.
E. The Contractor is to follow soils report recommendations for fertilization
requirements during the plant establishment.
F. During the Maintenance Period, all plants and planted areas shall be kept weed
free and pest free at all times.
1. Weed types include but not limited to Dallis Grass, Johnson Grass, Sow
Thistle, Thistle, Dandelion, Palm Tree Seedlings, Seedling Trees,
Fountain Grass, Bermuda Grass, Spurge, Nutsedge, Plantains, and
Clover.
2. Use mulches to help prevent weed seed germination.
3. Apply herbicides per manufacturer’s recommendations. Applicator shall
be by an approved licensed pest control advisor and applicator.
4. Control all harmful insects and fungi using appropriate insecticides and
fungicides
5. Exterminate gophers and moles and repair damage, request approval
from the Owner’s Authorized Representative 48 hours prior to work.
Provide information on method of extermination in request.
6. If live perennial weeds exist or emerge on site during the maintenance
period, Contractor is to confirm prescribed emergent herbicide is
compatible and will do no harm to newly installed plants or existing plants
directly adjacent to the project site, in particular, ornamental grasses.
Contractor shall take measures to insure planting will not be affected by
the application of any form or type of herbicide. If needed weeds shall be
removed by hand to insure planting is safe from herbicides leaching into
the soil or carried by seen and unforeseen weather conditions.
7. Herbicides, insecticides, bait and other chemicals shall be used in strict
accordance with manufacturer‘s recommendations and regulatory
agencies.
G. Replace Wood Mulch and straighten up any Rock Cobble that has been
displaced
H. The Contractor shall be responsible for maintaining adequate protection of the
area. Damaged areas shall be repaired at the Contractor expense.
1. Damage to planting areas shall be replaced and repaired immediately.
TP-121
2. Depressions caused by erosion, vehicles, bicycles or foot traffic to be
filled with topsoil and leveled.
3.03 CLEAN-UP
A. All areas shall be kept free of debris and all planted areas shall be weeded and
cultivated at intervals of not more than ten (10) calendar days. Watering,
trimming, fertilization, spraying and pest control, as may be required, shall be
included within the debris/siltation removal program. All area drains and drain
pipes are to remain free of silt and debris.
3.04 FINAL ACCEPTANCE
A. The Contractor will be relieved of maintenance work when the final 90 calendar
day Maintenance work has been satisfactorily completed. If maintenance is
unsatisfactory, Contractor shall maintain work beyond the 90 calendar day period
until all planting is in a healthy thriving condition as determined by the Owner’s
Authorized Representative. Final acceptance of landscape work will relieve
Contractor from maintaining all planting.
Part 4 PAYMENT
4.01 90 DAY MAINTENANCE PERIOD
Payment will be made at the lump sum contract price as set forth in the bid
schedule and includes a required mobilization and demobilization.
TP-122
General Electrical Requirements
SECTION 260000
Part 1 GENERAL
1.01 RELATED DOCUMENTS
Drawings and general provisions of the Contract, including General and
Supplementary Conditions and Division 01 Specification Sections, apply to this
Section.
1.02 SCOPE
Basic electrical requirements specifically applicable to Division 26 Sections.
Work includes but is not necessarily limited to the following:
1. Labor, materials, services, equipment, and appliances required for
completion of tasks as indicated on drawing or in specification or as
inherently necessary to provide complete and operational electrical systems
including:
a. All temporary construction power including test power, temporary
heat and lighting;
b. Incidental items not indicated on the drawings nor mentioned in the
Specifications that belong to the work described, or are required to
provide complete and operable systems, as though called out here
in every detail;
c. Cleaning, cutting, patching, repairing and painting;
d. Testing and commissioning;
e. The Contractor shall coordinate this Section with all other Sections
of the Specification.
1.03 DRAWINGS AND SPECIFICATIONS
Drawings accompanying these Specifications show intent of Work to be done.
Specifications shall identify quality and grade of installation and where equipment
and hardware is not particularly specified, Contractor shall provide submittals for
all products and install them per manufacturers’ recommendations, and in a
workmanlike manner.
Examine Drawings and Specifications for elements in connection with this Work;
determine existing and new general construction conditions and be familiar with all
limitations caused by such conditions.
TP-123
In the event of a conflict or inconsistency between items indicated on the plans
and/or specifications or with code requirements, the note, specification or code
which prescribes and establishes the more complete job or the higher standard
prevail.
Plans are intended to show general arrangement and extent of Work
contemplated. Exact location and arrangement of parts shall be determined after
the Owner has reviewed equipment, as Work progresses, to conform in best
possible manner with surroundings, and as directed by the Owner’s
Representative.
For purposes of clearness and legibility, the electrical drawings are essentially
diagrammatic. The size and location of equipment is shown to scale where
possible. The contractor shall verify all conditions, data information as indicated on
the drawings and in the specification sections where electrical work interfaces with
other trades.
Contract Documents are intended to show the scope and general arrangement of
the Work under this Contract. Drawings are not intended to be scaled for roughing
in measurements or to serve as shop drawings. Where job conditions require minor
changes or adjustments in the indicated locations or arrangement of the Work,
such changes shall be made without change in the Contract amount.
The contractor shall maintain as built drawings to reflect all changes made during
construction and any deviations from the electrical drawings. This includes
deviations from circuit numbers and any addition, deletion or relocation of
fixtures/outlets shown on working drawings.
1.04 UTILITIES
Location and sizes of electrical, mechanical and plumbing service facilities are
shown in accordance with data secured from existing record drawings and site
observations. Data shown are offered as an estimating guide without guarantee of
accuracy. Check and verify all data given. Verify exact location of all utility services
pertaining to Work prior to excavation or performing Work.
1.05 APPLICABLE REFERENCE STANDARDS, CODES AND REGULATIONS
Meet requirements of all state codes having jurisdiction.
State of California Code of Regulations:
1. Title 8, Chapter 4. Division of Industrial Safety, Subchapter 5. Electrical
Safety Orders (Cal/OSHA):
a. Low-Voltage Electrical Safety Orders (Sections 2299 - 2599)
b. High-Voltage Electrical Safety Orders (Sections 2700 - 2989)
TP-124
2. Title 19, State Fire Marshal Regulations
3. Current California Building Code (CBC), Title 24, Part 2
4. Current California Electrical Code, Title 24, Part 3
5. Current California Mechanical Code, Title 24, Part 4
6. Current California Plumbing Code, Title 24, Part 5
7. Current California Energy Code, Title 24, Part 6
8. Current California Fire Code, Title 24, Part 9
9. Current California Standards Code, Title 24, Part 12
Additional Referenced Standards:
ANSI American National Standards Institute
IEEE Institute of Electrical and Electronic Engineers
NEMA National Electrical Manufacturer’s Association
NFPA National Fire Protection Association Standards
UL Underwriters Laboratories
Codes and ordinances having jurisdiction over Work are minimum requirements;
but, if Contract Documents indicate requirements, which are in excess of those
minimum requirements, then requirements of the Contract Documents shall be
followed. Nothing in these drawings and specifications shall be construed to permit
work not conforming to governing codes or regulations. Should there be any
conflicts between Contract Documents or codes or any ordinances having
jurisdiction, report these to the Owner’s Representative.
Obtain permits, and request inspections from authority having jurisdiction.
1.06 PROJECT AND SITE CONDITIONS
The arrangement of and connection to equipment shown on the Drawings is based
upon information available and is not intended to show exact dimensions peculiar
to a specific manufacturer. The Drawings are, in part, diagrammatic and some
features of the illustrated equipment installations may require revision to meet
actual equipment installation requirements. Structural supports, housekeeping
pads, piping connections and adjacent equipment may have to be altered to
accommodate the equipment provided. No additional payment will be made for
such revisions or alterations.
TP-125
Examine all Drawings and Specifications to be fully cognizant of all work required
under this Division.
Examine site related work and surfaces before starting work of any Section.
Install Work in locations shown on approved Drawings, unless prevented by
Project conditions.
Prepare drawings showing proposed rearrangement of Work to meet Project
conditions, including changes to Work specified in other Sections. Obtain
permission from the Owner’s Representative before proceeding.
1.07 COOPERATION WITH WORK UNDER OTHER DIVISIONS
Cooperate with other trades to facilitate general progress of Work. Allow all other
trades every reasonable opportunity for installation of their work.
Work under this Division shall follow general building construction closely. Set pipe
sleeves and inserts and verify that openings for chases and pipes are provided.
Work with other trades in determining exact location of outlets, conduits, pipes,
and pieces of equipment to avoid interference with lines required to maintain
proper installation of Work.
Make such progress in the Work to not delay work of other trades.
1.08 DISCREPANCIES
The contractor shall check all drawings furnished to him immediately upon their
receipt and shall promptly notify the owner of any discrepancies. Figures marked
on drawings shall in general be followed in preference to scale measurements.
Large scale drawings in general govern small scale drawings. The contractor shall
compare all drawings and verify the figures before laying out the work and will be
responsible for any errors which might have been avoided thereby. Where no
figures or notations are given, the plans shall be followed.
Omissions from the Drawings or Specifications or the erroneous description of
details of work which are manifestly necessary to carry out the intent of the
Drawings and Specifications, or which are customarily performed, shall not relieve
the Contractor from performing such omitted or erroneously described details of
the work but they shall be performed as if fully and correctly set forth and described
in the drawings and specifications.
If any part of the Specifications or Drawings appears unclear or contradictory,
apply to Owner’s Representative for interpretation and decision as early as
possible, including during bidding period. Do not proceed with such work without
Owner Representatives decision. Beginning work of any Section constitutes
acceptance of conditions.
TP-126
1.09 CHANGES
The Contractor shall be responsible to make and obtain approval from the Owner’s
Representative for all necessary adjustments in piping and equipment layouts as
required to accommodate the relocations of equipment and/or devices, which are
affected by any approved authorized changes or Product substitutions. All changes
shall be clearly indicated on the "Record" drawings.
1.10 SUBMITTALS
Refer to Division 01 for additional requirements.
The manufacturer, contractor or supplier shall include a written statement that the
submitted equipment, hardware or accessory complies with the requirement of that
particular specification section.
The manufacturer shall resubmit the specification section showing compliance with
each respective paragraphs and specified items and features in that particular
specification section.
All exceptions shall be clearly identified by referencing respective paragraph and
other requirements along with proposed alternative.
Note that prior to acceptance of submittals for review, a submittal schedule shall
be submitted to the Owner’s Representative.
Submit all Division 26 shop drawings and product data grouped and referenced by
the specification technical section number in one complete submittal package.
Shop Drawings
Include installation details of equipment indicating proposed location, layout and
arrangement, accessories, piping, and other items that must be shown to assure
a coordinated installation.
Indicate adequate clearance for operation, maintenance, and replacement of
operating equipment devices.
If equipment is rejected, revise drawings to show acceptable equipment and
resubmit.
Whenever more than one (1) manufacturer’s product is specified, the first named
product is the basis of design used in the Drawings and the use of alternate-named
manufacturer’s products or substitutes may require modifications to the design.
The Contractor shall be responsible for all equipment ordered and/or installed prior
to receipt of shop drawings returned from the Owner’s Representative bearing the
Owner's Representative stamp of "Reviewed". All corrections or modifications to
the equipment as noted on the shop drawings shall be performed and equipment
TP-127
removed from the job site at the request of the Owner’s Representative without
additional compensation.
Manufacturer's Data: For each manufactured item, provide current manufacturer's
descriptive literature of cataloged products, certified equipment drawings,
diagrams, performance and characteristic curves if applicable, and catalog cuts.
Standard Compliance: When materials or equipment provided by the Contractor
must conform to the standards of organizations such as American National
Standards Institute (ANSI) or UL, submit proof of such conformance to the Owner
Representative for approval. If an organization uses a label or listing to indicate
compliance with a particular standard, the label or listing will be acceptable
evidence, unless otherwise specified. In lieu of the label or listing, submit a
certificate from an independent testing organization, which is competent to perform
acceptance testing and is approved by the Owner Representative. The certificate
shall state that the item has been tested in accordance with the specified
organization's test methods and that the item conforms to the specified
organization's standard.
Certified Test Reports: Before delivery of materials and equipment, certified
copies of all test reports specified in individual sections shall be submitted for
approval.
Certificates of Compliance or Conformance: Submit manufacturer's certifications
as required on products, materials, finish, and equipment indicated in the technical
sections. Certifications shall be documents prepared specifically for this Contract.
Pre-printed certifications and copies of previously submitted documents will not be
acceptable. The manufacturer's certifications shall name the appropriate products,
equipment, or materials and the publication specified as controlling the quality of
that item. Certification shall not contain statements to imply that the item does not
meet requirements specified, such as "as good as"; or "achieve the same end use
and results as materials formulated in accordance with the referenced
publications"; or "equal or exceed the service and performance of the specified
material." Certifications shall simply state that the item conforms to the
requirements specified. Certificates shall be printed on the manufacturer's
letterhead and shall be signed by the manufacturer's official authorized to sign
certificates of compliance or conformance.
Passcodes
The Contractor shall submit all passcodes and passwords for any hardware and
software required for the operations and troubleshooting in all systems and
components no less than fourteen (14) calendar days prior to Final Completion.
1.11 PROJECT RECORD DOCUMENTS
Refer to Division 01 for additional requirements.
TP-128
All changes, deviations and information recorded on the “Project Record Drawings”
set during Construction shall be redrafted using the latest version of AutoCAD or
Revit, where applicable.
Submit completed shop drawings to the Owner prior to completion in digital format.
Contractor hand-marked or drafted redlined “Project Record Drawings” will not be
accepted.
1.12 PRODUCT ALTERNATIVES OR SUBSTITUTIONS
Refer to General Conditions and Division 01 for additional requirements.
1.13 OPERATING INSTRUCTIONS
Furnish approved operating instructions for systems and equipment indicated in
the technical sections for use by operation and maintenance personnel.
1.14 MANUFACTURER'S RECOMMENDATIONS
Where installation procedures or any part thereof are required to be in accordance
with manufacturer's recommendations, furnish printed copies of the
recommendations prior to installation. Installation of the item shall not proceed
until recommendations are received. Failure to furnish recommendations shall be
cause for rejection of the equipment or material.
1.15 DELIVERY AND STORAGE
Refer to Division 01 for additional requirements.
Handle, store, and protect equipment and materials in accordance with the
manufacturer's recommendations and with the requirements of NFPA 70B P,
Appendix I, titled "Equipment Storage and Maintenance During Construction."
Replace damaged or defective items with new items.
1.16 GUARANTEE
Except as may be specified under other sections in the Specifications, guarantee
all equipment furnished under the Specifications for a period of one year from date
of project acceptance against defective workmanship and material and improper
installation. Upon notification of failure, correct deficiency immediately and without
cost to the Owner.
Standard warranty of manufacturer shall apply for replacement of parts after
expiration of the above period. Manufacturer shall furnish replacement parts to the
Owner for their service agency as directed.
TP-129
Part 2 PRODUCTS
2.01 COMPETITIVE PRODUCTS
Unless otherwise noted, any reference in the Specification to any article, device,
product, material, fixture, form, or type of construction by name, make, or catalog
number shall be interpreted as establishing a standard of quality and shall not be
construed as limiting competition. The Contractor may at his option propose
substitutions and obtain City approval for such material in accordance with the
substitution procedure outlined in the Contract Documents.
Equipment specified in the following SECTIONS shall all be provided by the same
manufacturer.
• 262300 Low-Voltage Switchgear
2.02 MATERIALS
Provide all new materials and equipment, free from any defects, in first -class
condition, and suitable for the space provided. Provide materials and equipment
approved by UL authority having jurisdiction approved testing agency, wherever
standards have been established by that agency.
Where two or more units of the same class of material or equipment are required,
provide products of a single manufacturer. Component parts of units or equipment
need not be products of the same manufacturer.
Unless otherwise indicated, provide materials and equipment which are the
standard products of manufacturers regularly engaged in the production of such
materials and equipment. Provide the manufacturers' latest standard design that
conforms to these Specifications.
Provide materials and equipment with manufacturers' standard finish system,
except where otherwise specified. Provide manufacturers' standard finish color,
except where specific color is indicated. If manufacturer has no standard color,
finish equipment with ANSI Number 61, light gray color.
Environmental and Seismic Conditions: Material and Equipment shall be designed
to insure satisfactory operation and operational life in the environmental and
seismic conditions which will prevail where they are being installed. Electrical
equipment and enclosures shall be designed, constructed and certified to
withstand external loading conditions as prescribed by the California Building Code
for the locations of the equipment. Supplied equipment shall either be shake table
tested and certified or comprehensive seismic calculations shall be provided. All
seismic calculations and structural drawings shall bear the seal of a Structural
Professional Engineer currently licensed in the State of California. Earthquake
design shall be based on the equivalent lateral force analysis procedure (ASCE 7-
05 Section 12.8) with the following factors:
TP-130
1. Location: 34.020347 LAT, -117.809779 LONG
Site Class E
SS = 1.592 g, S1 = 0.600 g,
SMS = 1.433 g, SM1 = 1.440 g,
SDS = 0.955 g, SD1 = 0.960 g
2. R = 2 (Enclosure Attachment)
R = 1.5 (Transformer Attachment)
3. CS = 0.51
4. SDC = D
5. V = 52 k (Enclosure and Electrical Equipment)
Part 3 EXECUTION
3.01 GENERAL
Obtain and pay for all permits and inspections, including any independent testing
required to verify standard compliance, and deliver certificates for same to the
Owner’s Representative.
3.02 WORK RESPONSIBILITIES
The drawings indicate diagrammatically the desired locations or arrangement of
piping, equipment, etc., and are to be followed as closely as possible. Proper
judgment must be exercised in executing the work to secure the best possible
installation in the available space and to overcome local difficulties due to space
limitations or interference with structural conditions.
The Contractor is responsible for the correct placing of Work and the proper
location and connection of Work in relation to the work of other trades. Advise
appropriate trade as to locations of access panels.
In the event changes in the indicated locations or arrangements are necessary,
due to developed conditions in the construction or rearrangement of furnishings or
equipment, such changes shall be made without extra cost, providing the change
is ordered before the conduit runs, etc. and work directly connected to same is
installed and no extra materials are required.
Where equipment is furnished by others, verify dimensions and the correct
locations of this equipment before proceeding with the roughing-in of connections.
All scaled and figured dimensions are approximate of typical equipment of the
class indicated. Before proceeding with any work, carefully check and verify all
dimensions, sizes, etc. with the drawings to see that the equipment will fit into the
spaces provided without violation of applicable codes.
Should any changes to the Work indicated on the Drawings or described in the
Specifications be necessary in order to comply with the above requirements, notify
the Owner immediately and cease work on all parts of the contract, which are
TP-131
affected until approval for any required modifications to the construction has been
obtained from the Owner.
Be responsible for any cooperative work, which must be altered due to lack of
proper supervision or failure to make proper provisions in time. Such changes
shall be under direction of the Owner and shall be made to his satisfaction.
Perform all Work with competent and skilled personnel.
The electrical drawings do not indicate all fittings, hardware, or appurtenances
required for a complete operating installation.
Wiring diagrams are not intended to indicate the exact course of raceways.
One-line and riser diagrams are only schematics and do not show physical
arrangements of equipment.
All workmanship, including aesthetic as well as electrical aspects of the Work, shall
be of the highest quality consistent with the best practices of the trade.
Replace or repair, without additional compensation, any Work, which, in the
opinion of the Owner, does not comply with these requirements.
3.03 CLEANING & PAINTING OF EQUIPMENT
Refer to Division 09 for additional requirements.
Factory Applied:
1. Electrical equipment shall have factory-applied painting systems, which
shall, as a minimum, meet the requirements of NEMA ICS 6 corrosion -
resistance test, except equipment specified to meet requirements of ANSI
C37.20 shall have a finish as specified in ANSI C37.20.
2. Refer to individual sections of this Division for more stringent requirements.
Field Applied: Paint electrical equipment as required to touch up, to match finish
on other equipment in adjacent spaces, or to meet safety criteria.
After installation, all metal finishes shall be polished and cleaned of all dirt, rust,
cement, plaster, grease, and paint.
END OF SECTION 260000
TP-132
Low-Voltage Electrical Power Conductors and Cables
SECTION 260519
Part 1 GENERAL
1.01 RELATED DOCUMENTS
Drawings and general provisions of the Contract, including General and
Supplementary Conditions and Division 01 Specification Sections, apply to this
Section.
1.02 SUMMARY
Section Includes:
1. Building wires and cables rated 600 V and less.
2. Connectors, splices, and terminations rated 600 V and less.
Related Requirements:
a. Section 260533 “Raceways and Boxes for Electrical Systems"
b. Section 260553 "Identification for Electrical Systems."
1.03 DEFINITIONS
ASTM: American Society of Testing Materials.
ICEA: Insulated Cable Engineers Association.
IEEE: Institute of Electrical & Electronics Engineers.
NEMA: National Electrical Manufacturers Association.
NETA ATS: InterNational Electrical Testing Association - Acceptance Testing
Specification.
VFD: Variable frequency drive.
1.04 ACTION SUBMITTALS
Product Data: Submit manufacturer’s technical data for each type of product,
indicating conductor/cable construction, insulation material, thickness of insulation,
jacket, cable stranding, and voltage rating of each type of conductor/cable
specified, splices and terminations. Indicate date and place of manufacture for
each conductor/cable, cable, splice and termination.
Manufacturer’s ISO certification.
TP-133
Product Cable Schedule: Indicate type, use, location, and termination locations.
1.05 INFORMATIONAL SUBMITTALS
Qualification Data: For Independent Testing Agency.
Field quality-control reports. Perform field testing of cables per para 3.8. Submit
six (6) copies of field test reports to owner’s representative within two (2) weeks of
completion of test.
1.06 QUALITY ASSURANCE
General Requirements: The low voltage power conductors and cable shall be
copper, minimum 600V rated unless otherwise indicated. Aluminum conductors
and cables shall not be accepted unless otherwise indicated.
Materials and installation shall meet or exceed requirements in the following
referenced standards and shall be listed and labelled by UL.
1. ICEA S-95-658/ NEMA WC 70.
2. UL 1072.
3. IEEE.
4. ASTM.
5. NEMA.
Conductors and cables shall be of the same manufacturer and shipped to the job
site in original unbroken reels.
Conductors and cables shall be manufactured with in twelve (12) months of
installation. Date of manufacture shall be clearly marked on conductors or
conductor reels.
Manufacturer shall have minimum ten (10) years of experience in the manufacturer
of conductors and cables similar to those specified on this project.
Manufacturer shall have ISO 9001 and ISO 9002 certification.
All conductors and cables shall be new and supplied by a local distributor.
If alternate manufacturer of products other than what are specified in this section
are submitted, all necessary documents not limited to cut sheets, technical
information, test reports from recognized testing labs and factory test reports shall
be submitted to the satisfaction of the owner/engineer to ensure quality and
conformance to the specifications. Additional testing shall be undertaken if it is
concluded by the owner/engineer that the submitted test reports are either
TP-134
insufficient or do not include all tests necessary for product acceptance. The tests
shall be conducted by a recognized lab acceptable to the owner/engineer and all
tests shall be witnessed by owner’s/engineer’s personnel. All testing procedures
and test results shall be satisfactory to the owner/engineer. Contractor shall be
responsible for arranging the tests, for transportation, food and lodging for
minimum of one owner’s/engineer’s representative to witness the test at the testing
lab. Include all costs for the above in the bid.
Part 2 PRODUCTS
2.01 CONDUCTORS AND CABLES
Manufacturers: Subject to compliance with requirements, provide products by one
of the following manufacturers:
1. General Cable Technologies Corporation.
2. Southwire Incorporated
3. Alpha Wire.
4. Belden Inc.
5. Encore Wire Corporation..
Conductor Material: Electrical grade, soft drawn annealed copper, 98 percent
conductivity, and fabricated in accordance with ASTM and ICEA standards.
Minimum size is number 12 for branch circuits, number 14 stranded for control
wiring. Aluminum conductors are not permitted. Copper Conductors: Comply with
NEMA WC 70/ICEA S-95-658.
Conductor Insulation: Comply with NEMA WC 70/ICEA S-95-658 for Type THHN-
2, THWN-2, & Type XHHW-2.
Provide separate neutral with each branch circuit serving outlets. When dedicated
neutrals are provided, use color spiral to match associated phase.
2.02 CONNECTORS AND SPLICES
Manufacturers: Subject to compliance with requirements, provide products by one
of the following manufacturers:
1. Ideal Industries, Inc.
2. Ilsco
3. NSi Industries LLC.
4. O-Z/Gedney; a brand of Emerson Industrial Automation.
TP-135
5. 3M; Electrical Markets Division.
6. TE Connectivity - Raychem.
Description: Factory-fabricated connectors and splices of size, ampacity rating,
material, type, and class for application and service indicated.
Copper conductors shall be terminated in copper or bronze mechanical connectors
or lugs or tool applied compression connections made of copper for all connections
except those on wiring devices.
Splices in wires No. 10 and smaller shall be made with twist-on splicing connector
in accordance with UL486-C. Connections in wires No. 8 and larger shall be made
with compression type connectors in accordance with UL486 -A and wrapped with
insulated tape in accordance with UL501. Insulating tape shall be applied in a
minimum of two layers of half wrap or built to match the overall insulation of the
wire.
Splices in underground pull boxes shall be made submersible type and made using
“3M” Scotch-cast epoxy kits.
Pressure type connectors are not permitted.
2.03 SYSTEM DESCRIPTION
Electrical Components, Devices, and Accessories: UL Listed and labeled as
defined in NFPA 70, by a qualified testing agency, and marked for intended
location and application.
Comply with NFPA 70.
Part 3 EXECUTION
3.01 CONDUCTOR MATERIAL APPLICATIONS
Feeders: Copper. Solid for No. 10 AWG and smaller; stranded for No. 8 AWG
and larger.
Branch Circuits: Copper. Solid for No. 10 AWG and smaller; stranded for No. 8
AWG and larger.
3.02 CONDUCTOR INSULATION AND WIRING METHODS
Service Entrance: Type THHN-2-THWN-2, single conductors in raceway
Exposed Feeders: Type THHN-2-THWN-2, single conductors in raceway
Feeders Concealed in Concrete, below Slabs-on-Grade, and Underground:
Type THHN-2-THWN-2, single conductors in raceway
TP-136
Feeders Installed below Raised Flooring: Type THHN-2-THWN-2, single
conductors in raceway
Branch Circuits Concealed in Ceilings, Walls, and Partitions: Type THHN-2-
THWN-2, single conductors in raceway
Branch Circuits Concealed in Concrete, below Slabs-on-Grade, and Underground:
Type THHN-2-THWN-2, single conductors in raceway
3.03 INSTALLATION OF CONDUCTORS AND CABLES
All conductors and cables shall be installed in a raceway.
Before installing conductors and cables in existing conduits, verify the continuity of
each conduit; each surface conduit is properly supported per code and clear of any
debris.
Complete raceway installation between conductor and cable termination points
according to Section 260533 "Raceways and Boxes for Electrical Systems" prior
to pulling conductors and cables.
Use manufacturer-approved pulling compound or lubricant where necessary;
compound used must not deteriorate conductor or insulation. Do not exceed
manufacturer's recommended maximum pulling tensions and sidewall pressure
values.
Use pulling means, including fish tape, cable, rope, and basket-weave wire/cable
grips, that will not damage cables or raceway.
3.04 CONNECTIONS
Tighten electrical connectors and terminals according to manufacturer's published
torque-tightening values. If manufacturer's torque values are not indicated, use
those specified in UL 486A-486B.
Make splices, terminations, and taps that are compatible with conductor
material and that possess equivalent or better mechanical strength and insulation
ratings than unspliced conductors].
3.05 IDENTIFICATION
Each conductor shall be factory color coded by conductor manufacturer. Identify
and color-code conductors and cables according to Section 260553 "Identification
for Electrical Systems."
Identify each spare conductor at each end with identity number and location of
other end of conductor and identify as spare conductor.
TP-137
3.06 FIELD QUALITY CONTROL
Perform the following tests and inspections:
1. After installing conductors and cables and before electrical circuitry has
been energized, test conductors for compliance with requirements.
2. Perform each visual and mechanical inspection and electrical tests stated
in latest NETA Acceptance Testing Specification section 7.3.2 (Inspection
and Test Procedures-Cables, Low Voltage-600V Maximum). Certify
compliance with test parameters per NETA tables.
Test and Inspection Reports: Prepare a written report to record the following:
1. Procedures used.
2. Results that comply with requirements.
3. Results that do not comply with requirements and corrective action taken to
achieve compliance with requirements.
Cables will be considered defective if they do not pass tests and inspections.
END OF SECTION 260519
TP-138
Grounding and Bonding for Electrical Systems
SECTION 260526
Part 1 GENERAL
1.01 RELATED DOCUMENTS
A. Drawings and general provisions of the Contract, including General and Supplementary
Conditions and Division 01 Specification Sections, apply to this Section.
1.02 SUMMARY
B. Section Includes: Grounding systems and equipment.
1.03 DEFINITIONS:
C. NETA ATS: InterNational Electrical Testing Association - Acceptance Testing
Specification.
D. NETA MTS: InterNational Electrical Testing Association - Maintenance Testing
Specification.
E. NFPA: National Fire Protection Association.
F. IEEE: Institute of Electrical and Electronics Engineers
1.04 ACTION SUBMITTALS
G. Product Data: Submit manufacturer’s technical catalog cuts for each type of product
indicated.
H. Shop Drawings: Site drawings to scale including details showing location and size of
each field connection of grounding system.
1. Wiring Diagrams: Differentiate between manufacturer installed and field installed
wiring.
1.05 INFORMATIONAL SUBMITTALS
I. Informational Submittals: Plans drawn to scale (1/4” = 1’-0”) showing dimensioned
locations of grounding features specified in "Field Quality Control" Article, including the
following:
1. Ground rods.
2. Grounding conductors, connectors.
J. Field quality-control reports. Submit written test reports including the following:
1. Test procedures used.
2. Test results that comply with requirements.
3. Results of failed tests and corrective action taken to achieve test results that
comply with requirements.
TP-139
1.06 QUALITY ASSURANCE
K. Electrical Components, Devices, and Accessories: Listed and labeled as defined in
NFPA 70, by a qualified testing agency, and marked for intended location and
application.
L. Comply with UL 467 for grounding and bonding materials and equipment.
Part 2 PRODUCTS
2.01 GROUNDING ELECTRODES, CONDUCTORS, CONNECTOR, BUS:
A. Manufacturers: Subject to compliance with requirements, provide products by one of the
following, or equal:
1. Grounding Connectors, Bars and Rods:
a. Erico - Pentair Electrical Fastening Solutions
b. Burndy – A Hubbell Company.
c. Ideal Industries, Inc.
d. O-Z/Gedney Co. - A brand of Emerson Industrial Automation.
e. Thomas & Betts - A Member of the ABB Group.
2. Grounding Conductors and cables:
a. Southwire
b. American Insulated Wire
c. Okonite
2.02 CONDUCTORS
A. Insulated Conductors: Copper wire or cable insulated for 600 V unless otherwise
required by applicable Code or authorities having jurisdiction.
B. Bare Copper Conductors:
1. Solid Conductors: ASTM B 3.
2. Stranded Conductors: ASTM B 8.
2.03 CONNECTORS
C. Listed and labeled by UL for applications in which used and for specific types, sizes, and
combinations of conductors and other items connected.
D. Bolted Connectors for Conductors, Rods and Pipes: Copper or copper alloy, pressure
type with at least two bolts.
E. Welded Connectors: Exothermic-welding kits of types recommended by kit
manufacturer for materials being joined and installation conditions.
F. Bus-bar Connectors: Mechanical type, cast silicon bronze, solderless exothermic-type
wire terminals, and long-barrel, two-bolt connection to ground bus bar.
TP-140
2.04 GROUNDING ELECTRODES
G. Ground Rods: Copper- steel; 3/4 inch by 10 feet (19 mm by 3 m) in diameter.
Part 3 EXECUTION
3.01 APPLICATIONS
A. Conductors: Install solid conductor for No. 8 AWG and smaller, and stranded
conductors for No. 6 AWG and larger unless otherwise indicated.
B. Underground Grounding Conductors: Install bare copper conductor, No. 2/0 AWG
minimum.
1. Bury at least 24 inches (600 mm) below grade.
C. Conductor Terminations and Connections:
1. Pipe and Equipment Grounding Conductor Terminations: Bolted connectors.
2. Connections to Ground Rods: Bolted connectors.
D. Drive ground rods until tops are 12 inches (300 mm) below finished grade in undisturbed
earth.
E. Ground-Rod Connections: Install bolted connectors for underground connections and
connections to rods.
3.02 EQUIPMENT GROUNDING
B. Install insulated equipment grounding conductors with all feeders and branch circuits in
the same conduit containing phase and neutral conductors. Comply with NFPA 70,
Article 250, for types, sizes, and quantities of equipment grounding conductors, unless
specific types, larger sizes, or more conductors than required by NFPA 70 are indicated.
F. Install insulated equipment grounding conductors with the following items, in addition to
those required by NFPA 70:
1. Feeders and branch circuits.
2. Lighting circuits.
3. Receptacle circuits.
G. Metal Poles Supporting Outdoor Lighting Fixtures: Install grounding electrode next to
the pole and a separate insulated equipment grounding conductor in addition to
grounding conductor installed with branch-circuit conductors. Provide a handhole for the
grounding electrode at each pole.
3.03 INSTALLATION
H. Grounding Conductors: Route along shortest and straightest paths possible unless
otherwise indicated or required by Code. Avoid obstructing access or placing conductors
where they may be subjected to strain, impact, or damage.
I. Ground Rods: Drive rods until tops are 12 inches (50 mm) below finished floor or final
grade unless otherwise indicated.
TP-141
1. For grounding electrode system, install ground rods at least [three] <Insert
number> rods (unless otherwise indicated on the drawings), spaced at least one-
rod length from each other and located at least the same distance from other
grounding electrodes, and connect to the service grounding electrode conductor.
3.04 LABELING
J. Comply with requirements in Section 260553 "Identification for Electrical Systems" for
instruction signs. The label or its text shall be green.
3.05 FIELD QUALITY CONTROL
K. Perform tests and inspections.
L. Tests and Inspections:
1. After installing grounding system but before permanent electrical circuits have
been energized, test for compliance with requirements.
2. Inspect physical and mechanical condition. Verify tightness of accessible, bolted,
electrical connections with a calibrated torque wrench according to manufacturer's
written instructions.
3. Prepare dimensioned Drawings locating each test well, ground rod and ground-
rod assembly, and other grounding electrodes. Identify each by letter in
alphabetical order, and key to the record of tests and observations. Include the
number of rods driven and their depth at each location and include observations
of weather and other phenomena that may affect test results. Describe measures
taken to improve test results.
M. Grounding system will be considered defective if it does not pass tests and inspections.
N. Prepare test and inspection reports.
O. Report measured ground resistances that exceed the following values:
1. Power and Lighting Equipment or System with Capacity of 500 kVA and Less: 10
ohms.
2. Power and Lighting Equipment or System with Capacity of 500 to 1000 kVA: 5
ohms.
3. Power and Lighting Equipment or System with Capacity More Than 1000 kVA: 3
ohms.
4. Power Distribution Units or Panelboards Serving Electronic Equipment: 3 ohm(s).
5. Manhole Grounds: 10 ohms.
P. Excessive Ground Resistance: If resistance to ground exceeds specified values, notify
Architect promptly and include recommendations to reduce ground resistance.
END OF SECTION 260526
TP-142
Raceways and Boxes for Electrical Systems
SECTION 260533
Part 1 GENERAL
1.01 RELATED DOCUMENTS
A. Drawings and general provisions of the Contract, including General and Supplementary
Conditions and Division 01 Specification Sections, apply to this Section.
1.02 SUMMARY
B. Section Includes:
1. Metal conduits, tubing, and fittings.
2. Nonmetal conduits, tubing, and fittings.
3. Metal wireways and auxiliary gutters.
4. Nonmetal wireways and auxiliary gutters.
5. Surface raceways.
6. Boxes, enclosures, and cabinets.
7. Handholes and boxes for exterior underground cabling.
1.03 DEFINITIONS
C. ARC: Aluminum rigid conduit.
D. EMT: Electrical metal tubing
E. ENT: Electrical non-metallic tubing
F. GRC: Galvanized rigid steel conduit.
G. HDPE: High density polyethylene pipe
H. IMC: Intermediate metal conduit.
I. LFMC: Liquidtite flexible metal conduit
J. LFNC: Liquitite flexible non-metallic conduit.
K. RNC: Rigid non-metallic conduit
L. RTRC: Reinforced thermosetting resin conduit
1.04 QUALITY ASSURANCE:
M. Each conduit shall bear manufacturer’s trademark and UL label.
N. Each type of conduit and fittings shall be of a single manufacturer. Multiple
manufacturers of the same material are not acceptable.
O. Comply with California Electric Code (CEC)
TP-143
1.05 ACTION SUBMITTALS
P. Product Data: For surface raceways, wireways and fittings, floor boxes, hinged-cover
enclosures, and cabinets.
Q. Shop Drawings: For custom enclosures and cabinets. Include plans, elevations,
sections, and attachment details.
Part 2 PRODUCTS
2.01 METAL CONDUITS, TUBING, AND FITTINGS
A. Manufacturers: Subject to compliance with requirements, provide products by one of
the following:
1. Allied Tube & Conduit; a Tyco International Ltd. Co.
2. Electri-Flex Company.
3. O-Z/Gedney; a brand of EGS Electrical Group.
4. Republic Conduit.
5. Robroy Industries.
6. Thomas & Betts Corporation.
7. Western Tube and Conduit Corporation.
8. Wheatland Tube Company; a division of John Maneely Company.
B. Listing and Labeling: Metal conduits, tubing, and fittings shall be UL listed and labeled
as defined in NFPA 70 and marked for intended location and application.
C. GRC: Comply with ANSI C80.1 and UL 6.
D. ARC: Comply with ANSI C80.5 and UL 6A.
E. IMC: Comply with ANSI C80.6 and UL 1242.
F. PVC-Coated Steel Conduit: PVC-coated rigid steel conduit -
1. Comply with ANSI C80.1 ETL PVC-001,NEMA RN 1 and UL 6.
2. Coating Thickness: 0.040 inch, minimum.
3. A PVC Coated Sealing Locknut shall be used on all exposed male threads
transitioning into female NPT threads which do not have sealing sleeves, including
transitions from PVC couplings/female adapters to PVC coated GRC elbows in
direct burial applications. PVC Coated Sealing Locknuts are not to be used in place
of a conduit hub.
G. EMT: Comply with ANSI C80.3 and UL 797.
H. FMC: Comply with UL 1; zinc-coated steel.
I. LFMC: Flexible steel conduit with PVC jacket and complying with UL 360.
J. Fittings for Metal Conduit: Comply with NEMA FB 1 and UL 514B.
1. Fittings for EMT:
a. Material: Steel
TP-144
b. Type: compression.
2. Expansion Fittings: PVC or steel to match conduit type, complying with UL 651,
rated for environmental conditions were installed, and including flexible external
bonding jumper.
3. Coating for Fittings for PVC-Coated Conduit: Minimum thickness of 0.040 inch,
with overlapping sleeves protecting threaded joints.
K. PVC-Coated Fittings:
1. Fittings shall be Form 8 with a V-Seal tongue-in-groove gasket and supplied with
plastic encapsulated stainless steel cover screws. Form 8 fittings shall be UL Type
4X listed and IEC IP69 certified. Fittings shall be from the same manufacturer as
the conduit in order to maintain system continuity and warranty. PVC Coated
fittings for hazardous locations must be UL 1203 listed.
2.
L. Joint Compound for IMC, GRC, or ARC: Approved, as defined in NFPA 70, by
authorities having jurisdiction for use in conduit assemblies, and compounded for use to
lubricate and protect threaded conduit joints from corrosion and to enhance their
conductivity.
2.02 NONMETALLIC CONDUITS, TUBING, AND FITTINGS
M. Manufacturers: Subject to compliance with requirements, provide products by one of
the following:
1. CANTEX Inc.
2. Condux International, Inc.
3. Electri-Flex Company.
4. Lamson & Sessions; Carlon Electrical Products.
5. RACO; a Hubbell company.
6. Thomas & Betts Corporation.
N. Listing and Labeling: Nonmetallic conduits, tubing, and fittings shall be listed and labeled
as defined in NFPA 70, by a qualified testing agency, and marked for intended location
and application.
O. RNC: Type EPC-40-PVC, complying with NEMA TC 2 and UL 651 unless otherwise
indicated.
P. Fittings for RNC: Comply with NEMA TC 3; match to conduit or tubing type and material.
Q. Solvent cements and adhesive primers shall have a VOC content of 510 and 550 g/L or
less, respectively, when calculated according to 40 CFR 59, Subpart D (EPA
Method 24).
R. Solvent cements and adhesive primers shall comply with the testing and product
requirements of the California Department of Health Services' "Standard Practice for the
Testing of Volatile Organic Emissions from Various Sources Using Small-Scale
Environmental Chambers."
TP-145
2.03 BOXES, ENCLOSURES, AND CABINETS
S. Manufacturers: Subject to compliance with requirements, provide products by one of
the following
1. Cooper Technologies Company; Cooper Crouse-Hinds.
2. EGS/Appleton Electric.
3. Hoffman; a Pentair company.
4. Hubbell Incorporated; Killark Division.
5. O-Z/Gedney; a brand of EGS Electrical Group.
6. RACO; a Hubbell Company.
7. Robroy Industries.
8. Thomas & Betts Corporation.
9. Wiremold / Legrand.
T. General Requirements for Boxes, Enclosures, and Cabinets: Boxes, enclosures, and
cabinets installed in wet locations shall be listed for use in wet locations.
U. Sheet Metal Outlet and Device Boxes: Comply with NEMA OS 1 and UL 514A.
V. Cast-Metal Outlet and Device Boxes: Comply with NEMA FB 1, [ferrous alloy]
[aluminum], Type FD, with gasketed cover.
W. Nonmetallic Outlet and Device Boxes: Comply with NEMA OS 2 and UL 514C.
X. Small Sheet Metal Pull and Junction Boxes: NEMA OS 1.
Y. Cast-Metal Access, Pull, and Junction Boxes: Comply with NEMA FB 1 and UL 1773,
cast aluminum with gasketed cover.
Z. Device Box Dimensions: 4 inches square by 2-1/8 inches deep
AA. Gangable boxes are prohibited.
BB. Hinged-Cover Enclosures: Comply with UL 50 and NEMA 250, Type 4X with
continuous-hinge cover with flush latch unless otherwise indicated.
1. Metal Enclosures: Steel, finished inside and out with manufacturer's standard
enamel.
2. Nonmetallic Enclosures: Fiberglass.
3. Interior Panels: Steel; all sides finished with manufacturer's standard enamel.
CC. Cabinets:
1. NEMA 250, Type 4X galvanized-steel box with removable interior panel and
removable front, finished inside and out with manufacturer's standard enamel.
2. Hinged door in front cover with flush latch and concealed hinge.
3. Key latch to match panelboards.
4. Metal barriers to separate wiring of different systems and voltage.
5. Accessory feet where required for freestanding equipment.
6. Nonmetallic cabinets shall be listed and labeled as defined in NFPA 70, by a
qualified testing agency, and marked for intended location and application.
TP-146
2.04 HANDHOLES AND BOXES FOR EXTERIOR UNDERGROUND WIRING
DD. General Requirements for Handholes and Boxes:
1. Boxes and handholes for use in underground systems shall be designed and
identified as defined in NFPA 70, for intended location and application.
2. Boxes installed in wet areas shall be listed and labeled as defined in NFPA 70, by
a qualified testing agency, and marked for intended location and application.
EE. Polymer-Concrete Handholes and Boxes with Polymer-Concrete Cover: Molded of sand
and aggregate, bound together with polymer resin, and reinforced with steel, fiberglass,
or a combination of the two.
1. Manufacturers: Subject to compliance with requirements, provide products by
one of the following
a. Jensen Precast Inc.
b. CDR Systems Corporation; Hubbell Power Systems.
c. Oldcastle Precast, Inc.; Christy Concrete Products.
d. Synertech Moulded Products; a division of Oldcastle Precast, Inc.
2. Standard: Comply with SCTE 77.
3. Configuration: Designed for flush burial with open bottom unless otherwise
indicated.
4. Cover: Weatherproof, secured by tamper-resistant locking devices and having
structural load rating consistent with enclosure and handhole location.
5. Cover Finish: Nonskid finish shall have a minimum coefficient of friction of 0.50.
6. Cover Legend: Molded lettering, "ELECTRIC.". Boxes containing conductors and
cables over 600V, the cover shall include permanently engraved name of the utility
company (e.g SCE), type of utility (e.g. ELECTRIC), DANGER-HIGH VOLTAGE-
KEEP OUT” in minimum 1/2" inch size, block letters.
7. Conduit Entrance Provisions: Conduit-terminating fittings shall mate with entering
ducts for secure, fixed installation in enclosure wall.
8. Handholes 12 Inches Wide by 24 Inches Long and Larger: Have inserts for cable
racks and pulling-in irons installed before concrete is poured.
FF. Fiberglass Handholes and Boxes: Molded of fiberglass-reinforced polyester resin, with
frame and covers of polymer concrete or reinforced concrete.
1. Manufacturers: Subject to compliance with requirements, provide products by
one of the following
a. CDR Systems Corporation; Hubbell Power Systems.
b. NewBasis.
c. Nordic Fiberglass, Inc.
d. Oldcastle Precast, Inc.; Christy Concrete Products.
e. Synertech Moulded Products; a division of Oldcastle Precast, Inc.
2. Standard: Comply with SCTE 77.
3. Color of Frame and Cover: Gray.
4. Configuration: Designed for flush burial with open bottom unless otherwise
indicated.
TP-147
5. Cover: Weatherproof, secured by tamper-resistant locking devices and having
structural load rating consistent with enclosure and handhole location.
6. Cover Finish: Nonskid finish shall have a minimum coefficient of friction of 0.50.
7. Cover Legend: Molded lettering, "ELECTRIC.". Boxes containing conductors and
cables over 600V, the cover shall include permanently engraved name of the utility
company (e.g SCE), type of utility (e.g. ELECTRIC), DANGER-HIGH VOLTAGE-
KEEP OUT” in minimum 1/2" inch size, block letters.
8. Handholes 12 Inches Wide by 24 Inches Long and Larger: Have inserts for cable
racks and pulling-in irons installed before concrete is poured.
2.05 SOURCE QUALITY CONTROL FOR UNDERGROUND ENCLOSURES
GG. Handhole and Pull-Box Prototype Test: Test prototypes of handholes and boxes for
compliance with SCTE 77. Strength tests shall be for specified tier ratings of products
supplied.
1. Tests of materials shall be performed by an independent testing agency.
2. Strength tests of complete boxes and covers shall be by either an independent
testing agency or manufacturer. A qualified registered professional engineer shall
certify tests by manufacturer.
3. Testing machine pressure gages shall have current calibration certification
complying with ISO 9000 and ISO 10012 and traceable to NIST standards.
Part 3 EXECUTION
3.01 RACEWAY APPLICATION
A. Outdoors: Apply raceway products as specified below unless otherwise indicated:
1. Exposed Conduit: GRC
2. Concealed Conduit, Aboveground EMT. Use EPC-40PVC inside concrete walls
and columns only.
3. Underground Conduit: Type EPC-40-PVC, direct buried or concrete encased.
4. Connection to Vibrating Equipment (Including Transformers and Hydraulic,
Pneumatic, Electric Solenoid, or Motor-Driven Equipment): LFMC.
5. Boxes and Enclosures, Aboveground: NEMA 250, Type 4X
B. Minimum Raceway Size: 3/4-inch trade size.
C. Raceway Fittings: Compatible with raceways and suitable for use and location.
1. Rigid and Intermediate Steel Conduit: Use threaded rigid steel conduit fittings
unless otherwise indicated. Comply with NEMA FB 2.10.
2. PVC Externally Coated, Rigid Steel Conduits: Use only fittings listed for use with
this type of conduit. Patch and seal all joints, nicks, and scrapes in PVC coating
after installing conduits and fittings. Use sealant recommended by fitting
manufacturer and apply in thickness and number of coats recommended by
manufacturer.
3. Flexible Conduit: Use only fittings listed for use with flexible conduit. Comply with
NEMA FB 2.20.
D. Do not install aluminum conduits, boxes, or fittings in contact with concrete or earth.
TP-148
E. Do not install nonmetallic conduit where ambient temperature exceeds 120 deg F
3.02 INSTALLATION
F. Comply with NECA 1 and NECA 101 for installation requirements except where
requirements on Drawings or in this article are stricter. Comply with NECA 102 for
aluminum conduits.
G. Keep raceways at least 6 inches away from parallel runs of flues and steam or hot-water
pipes. Install horizontal raceway runs above water and steam piping.
H. Complete raceway installation before starting conductor installation.
I. Arrange stub-ups so curved portions of bends are not visible above finished slab.
J. Install no more than the equivalent of three 90-degree bends in any conduit. Support
within 12 inches of changes in direction.
K. Support conduit within 12 inches of enclosures to which attached.
L. Raceways Embedded in Slabs:
1. Run conduit larger than 1-inch trade size, parallel or at right angles to main
reinforcement. Where at right angles to reinforcement, place conduit close to slab
support. Secure raceways to reinforcement at maximum 10-footintervals.
2. Arrange raceways to cross expansion joints at right angles with expansion fittings.
3. Arrange raceways to keep a minimum of 2 inches of concrete cover in all
directions.
4. Do not embed threadless fittings in concrete unless specifically approved by City
for each specific location.
M. Threaded Conduit Joints, Exposed to Wet, Damp, Corrosive, or Outdoor Conditions:
Apply listed compound to threads of raceway and fittings before making up joints. Follow
compound manufacturer's written instructions.
N. PVC Externally Coated, Rigid Steel Conduits: Use only fittings listed for use with this
type of conduit. Patch and seal all joints, nicks, and scrapes with PVC touch-up
compound after installing conduits and fittings. Use sealant recommended by fitting
manufacturer and apply in thickness and number of coats recommended by
manufacturer. Coat field-cut threads on PVC-coated raceway with a corrosion-
preventing conductive compound prior to assembly. All installers shall be certified by the
manufacturer and be able to present a valid unexpired installer certification card prior to
installation beginning.
O. Raceway Terminations at Locations Subject to Moisture or Vibration: Use insulating
bushings to protect conductors including conductors smaller than No. 4 AWG.
P. Terminate threaded conduits into threaded hubs or with locknuts on inside and outside
of boxes or cabinets. Install bushings on conduits up to 1-1/4-inch trade size and
insulated throat metal bushings on 1-1/2-inch trade size and larger conduits terminated
with locknuts. Install insulated throat metal grounding bushings on service conduits.
TP-149
Q. Install raceways square to the enclosure and terminate at enclosures with locknuts.
Install locknuts hand tight plus 1/4 turn more.
R. Do not rely on locknuts to penetrate nonconductive coatings on enclosures. Remove
coatings in the locknut area prior to assembling conduit to enclosure to assure a
continuous ground path.
S. Cut conduit perpendicular to the length. For conduits 2-inch trade size and larger, use
roll cutter or a guide to make cut straight and perpendicular to the length.
T. Install pull wires in empty raceways. Use polypropylene or monofilament plastic line with
not less than 250lbs (113 kgs) tensile strength. Leave at least 12 inches of slack at each
end of pull wire. Provide acrylic identification tags (2”X4”) at each end indicating the
source. Cap underground raceways designated as spare above grade alongside
raceways in use.
U. Install raceway sealing fittings at accessible locations according to NFPA 70 and fill them
with listed sealing compound. For concealed raceways, install each fitting in a flush steel
box with a blank cover plate having a finish similar to that of adjacent plates or surfaces.
Install raceway sealing fittings according to NFPA 70.
V. Install devices to seal raceway interiors at accessible locations. Locate seals so no
fittings or boxes are between the seal and the following changes of environments. Seal
the interior of all raceways at the following points:
1. Where otherwise required by NFPA 70.
W. Comply with manufacturer's written instructions for solvent welding RNC and fittings.
X. Expansion-Joint Fittings:
1. Install in each run of aboveground RNC that is located where environmental
temperature change may exceed 30 deg F and that has straight-run length that
exceeds 25 feet. Install in each run of aboveground RMC conduit that is located
where environmental temperature change may exceed 100 deg F and that has
straight-run length that exceeds 100 feet.
2. Install type and quantity of fittings that accommodate temperature change listed
for each of the following locations:
a. Outdoor Locations Not Exposed to Direct Sunlight: 125 deg F change.
b. Outdoor Locations Exposed to Direct Sunlight: 155 deg F
3. Install fitting(s) that provide expansion and contraction for at least 0.00041 inch per
foot of length of straight run per deg F of temperature change for PVC conduits.
Install fitting(s) that provide expansion and contraction for at least 0.000078 inch
per foot of length of straight run per deg F of temperature change for metal
conduits.
4. Install expansion fittings at all locations where conduits cross building or structure
expansion joints.
5. Install each expansion-joint fitting with position, mounting, and piston setting
selected according to manufacturer's written instructions for conditions at specific
TP-150
location at time of installation. Install conduit supports to allow for expansion
movement.
Y. Flexible Conduit Connections: Comply with NEMA RV 3. Use a maximum of 72 inches
of flexible conduit for equipment subject to vibration, noise transmission, or movement;
and for transformers and motors.
1. Use LFMC in damp or wet locations
Z. Mount boxes at heights indicated on Drawings. If mounting heights of boxes are not
individually indicated, give priority to ADA requirements. Install boxes with height
measured to bottom of box unless otherwise indicated.
AA. Install pull boxes and handholes at location approved by the Engineer. Do not install pull
boxes and handholes within concrete paver areas. Do not install pull boxes and
handholes within the bikeway.
3.03 PROTECTION
BB. Protect coatings, finishes, and cabinets from damage and deterioration.
1. Repair damage to galvanized finishes with zinc-rich paint recommended by
manufacturer.
2. Repair damage to PVC coatings or paint finishes with matching touchup coating
recommended by manufacturer.
END OF SECTION 260533
TP-151
Identification for Electrical Systems
SECTION 260553
Part 1 GENERAL
1.01 RELATED DOCUMENTS
Drawings and general provisions of the Contract, including General and
Supplementary Conditions and Division 01 Specification Sections, apply to this
Section.
1.02 SUMMARY
Section Includes:
1. Color and legend requirements for raceways, conductors, and warning labels and
signs.
2. Labels.
3. Bands and tubes.
4. Tapes and stencils.
5. Tags.
6. Signs.
7. Cable ties.
8. Paint for identification.
9. Fasteners for labels and signs.
1.03 ACTION SUBMITTALS
Product Data
For each type of product, include construction details, material descriptions,
dimensions of individual components and profiles, and finishes for electrical
identification products.
Identification Schedule
For each piece of electrical equipment and electrical system components to be an
index of nomenclature for electrical equipment and system components used in
identification signs and labels. Use same designations indicated on Drawings.
Part 2 PRODUCTS
2.01 PERFORMANCE REQUIREMENTS
Comply with NFPA 70.
TP-152
Comply with ANSI Z535.4 for safety signs and labels.
Adhesive-attached labeling materials, including label stocks, laminating
adhesives, and inks used by label printers, shall comply with UL 969.
Thermal Movements: Allow for thermal movements from ambient and surface
temperature changes.
Temperature Change: 120 deg F, ambient; 180 deg F, material surfaces.
2.02 COLOR AND LEGEND REQUIREMENTS
B. Color-Coding for Phase- and Voltage-Level Identification, 600 V or Less: Use colors
listed below for ungrounded service’ feeder and branch-circuit conductors.
1. Color shall be factory applied.
2. Colors for 208/120-V Circuits:
a. Phase A: Black.
b. Phase B: Red.
c. Phase C: Blue.
3. Color for Neutral: White.
4. Color for Equipment Grounds: Green.
5. Colors for Isolated Grounds: Green with white stripe.
C. Warning Label Colors:
1. Identify system voltage with black letters on an orange background.
D. Warning labels and signs shall include, but are not limited to, the following legends:
1. Multiple Power Source Warning: "DANGER - ELECTRICAL SHOCK HAZARD -
EQUIPMENT HAS MULTIPLE POWER SOURCES."
2. Workspace Clearance Warning: "WARNING - OSHA REGULATION - AREA IN
FRONT OF ELECTRICAL EQUIPMENT MUST BE KEPT CLEAR FOR 36
INCHES."
E. Equipment Identification Labels:
1. Black letters on a white field for equipment connected to normal power and Red
letters on a white field for equipment connected to emergency/standby power
unless otherwise indicated
TP-153
2.03 LABELS
F. Self-Adhesive Labels: Vinyl, thermal, transfer-printed, 3-mil-thick, multicolor, weather-
and UV-resistant, pressure-sensitive adhesive labels, configured for intended use and
location.
1. Manufacturers: Subject to compliance with requirements, provide products by one
of the following:
a. Brady Corporation.
b. Grafoplast Wire Markers.
c. HellermannTyton.
d. Ideal Industries, Inc.
e. Marking Services, Inc.
f. Panduit Corp.
g. Seton Identification Products.
2. Minimum Nominal Size:
a. 1-1/2 by 6 inches for raceway and conductors.
b. 3-1/2 by 5 inches for equipment.
c. As required by authorities having jurisdiction.
2.04 BANDS AND TUBES
G. Heat-Shrink Preprinted Tubes: Flame-retardant polyolefin tubes with machine-printed
identification labels, sized to suit diameter and shrunk to fit firmly. Full shrink recovery
occurs at a maximum of 200 deg F. Comply with UL 224.
1. Manufacturers: Subject to compliance with requirements, provide products by one
of the following:
a. Brady Corporation.
b. Panduit Corp.
2.05 CABLE TIES
H. Manufacturers: Subject to compliance with requirements, provide products by one of the
following:
1. HellermannTyton.
2. Ideal Industries, Inc.
3. Marking Services, Inc.
4. Panduit Corp.
I. UV-Stabilized Cable Ties: Fungus inert, designed for continuous exposure to exterior
sunlight, self-extinguishing, one piece, self-locking, and Type 6/6 nylon.
1. Minimum Width: 3/16 inch.
TP-154
2. Tensile Strength at 73 Deg F according to ASTM D 638: 12,000 psi.
3. Temperature Range: Minus 40 to plus 185 deg F.
4. Color: Black.
2.06 MISCELLANEOUS IDENTIFICATION PRODUCTS
J. Paint: Comply with requirements in painting Sections for paint materials and application
requirements. Retain paint system applicable for surface material and location (exterior
or interior).
K. Fasteners for Labels and Signs: Self-tapping, stainless-steel screws or stainless-steel
machine screws with nuts and flat and lock washers.
Part 3 EXECUTION
3.01 PREPARATION
A. Self-Adhesive Identification Products: Before applying electrical identification products,
clean substrates of substances that could impair bond, using materials and methods
recommended by manufacturer of identification product.
3.02 INSTALLATION
B. Verify and coordinate identification names, abbreviations, colors, and other features with
requirements in other Sections requiring identification applications, Drawings, Shop
Drawings, manufacturer's wiring diagrams, and operation and maintenance manual. Use
consistent designations throughout Project.
C. Verify identity of each item before installing identification products.
D. Coordinate identification with Project Drawings, manufacturer's wiring diagrams, and
operation and maintenance manual.
E. Apply identification devices to surfaces that require finish after completing finish work.
F. Install signs with approved legend to facilitate proper identification, operation, and
maintenance of electrical systems and connected items.
G. Heat-Shrink, Preprinted Tubes: Secure tight to surface at a location with high visibility
and accessibility.
H. Self-Adhesive Vinyl Tape: Secure tight to surface at a location with high visibility and
accessibility.
1. Field-Applied, Color-Coding Conductor Tape: Apply in half-lapped turns for a
minimum distance of 6 inches where splices or taps are made. Apply last two turns
of tape with no tension to prevent possible unwinding.
I. Underground Line Warning Tape:
1. During backfilling of trenches, install continuous underground-line warning tape
directly above cable or raceway at 12 inches below finished grade. Use multiple
TP-155
tapes where width of multiple lines installed in a common trench or concrete
envelope exceeds 16 inches overall.
J. Baked-Enamel Signs:
1. Attach signs that are not self-adhesive type with mechanical fasteners appropriate
to the location and substrate.
2. Unless otherwise indicated, provide a single line of text with 1/2-inch-high letters
on minimum 1-1/2-inch-high sign; where two lines of text are required, use signs
minimum 2 inches high.
K. Cable Ties: General purpose, for attaching tags, except as listed below:
1. Outdoors: UV-stabilized nylon.
3.03 IDENTIFICATION SCHEDULE
L. Identify conductors, cables, and terminals in enclosures and at junctions, terminals, pull
points, and locations of high visibility. Identify by system and circuit designation.
M. Conductors to Be Extended in the Future: Attach write-on tags to conductors and list
source.
N. Locations of Underground Lines: Underground-line warning tape for power, lighting,
communication, and control wiring and optical-fiber cable.
O. Equipment Identification Labels:
1. Outdoor Equipment: Laminated acrylic or melamine sign. Stenciled legend 4
inches high shall also be provided when requested by Architect.
2. Equipment to Be Labeled:
a. Panelboards: Typewritten directory of circuits in the location provided by
panelboard manufacturer. Panelboard identification shall be in the form of a
engraved, laminated acrylic or melamine label.
b. Enclosures and electrical cabinets.
END OF SECTION 260553
TP-156
Panelboards
SECTION 262416
Part 1 GENERAL
1.01 RELATED DOCUMENTS
A. Drawings and general provisions of the Contract, including General and Supplementary
Conditions and Division 01 Specification Sections, apply to this Section.
1.02 SUMMARY
B. Section Includes:
1. Distribution panelboards.
2. Lighting and appliance branch-circuit panelboards.
C. Related Sections include the following:
1. Section 260553 “Identification for Electrical Systems”.
1.03 DEFINITIONS
D. EMI: Electromagnetic interference.
E. GFCI: Ground-fault circuit interrupter.
F. RMS: Root mean square.
G. SPDT: Single pole, double throw
H. SPD: Surge Protective Device
1.04 ACTION SUBMITTALS
I. Product Data: For each type of panelboard, switching and overcurrent protective device,
transient voltage suppression device, accessory, and component indicated. Include
dimensions and manufacturers' technical data on features, performance, electrical
characteristics, ratings, and finishes.
J. Shop Drawings: For each panelboard and related equipment.
1. Include dimensioned plans, elevations, sections, and details. Show tabulations of
installed devices, equipment features, and ratings.
2. Detail enclosure types and details for types other than NEMA 250, Type 1.
3. Detail bus configuration, current, and voltage ratings.
4. Short-circuit current rating of panelboards and overcurrent protective devices.
5. Detail features, characteristics, ratings, and factory settings of individual
overcurrent protective devices and auxiliary components.
6. Include wiring diagrams for power, signal, and control wiring.
1.05 INFORMATIONAL SUBMITTALS
K. Field Quality-Control Reports:
TP-157
1. Test procedures used.
2. Test results that comply with requirements.
3. Results of failed tests and corrective action taken to achieve test results that
comply with requirements.
4. Submit within two (2) weeks of completion of tests.
1.06 CLOSEOUT SUBMITTALS
L. Operation and Maintenance Data: For panelboards and components to include in
emergency, operation, and maintenance manuals.
1.07 MAINTENANCE MATERIAL SUBMITTALS
M. Furnish extra materials that match products installed and that are packaged with
protective covering for storage and identified with labels describing contents.
1. Keys: Two spares for each type of panelboard cabinet lock.
2. Circuit Breakers Including GFCI and Ground Fault Equipment Protection (GFEP)
Types: Two spares for each panelboard.
1.08 QUALITY ASSURANCE
N. If alternate manufacturer of products other than what are specified in this section are
submitted, all necessary documents not limited to cut sheets, technical information, test
reports from recognized testing labs and factory test reports shall be submitted to the
satisfaction of the owner/engineer to ensure quality and conformance to the
specifications. Additional testing shall be undertaken if it is concluded by the
owner/engineer that the submitted test reports are either insufficient or do not include all
tests necessary for product acceptance. The tests shall be conducted by a recognized
lab acceptable to the owner/engineer and all tests shall be witnessed by
owner’s/engineer’s personnel. All testing procedures and test results shall be
satisfactory to the owner/engineer. Contractor shall be responsible for arranging the
tests, for transportation, food and lodging for minimum of one owner’s/engineer’s
representative to witness the test at the testing lab. Include all costs for the above in the
bid.
O. Contractor shall ensure that the manufacturer has a minimum of 15 years experience in
the production of Panelboards similar to the type and size specified in this project.
P. Manufacturer shall have ISO 9001 or 9002 Certification.
Q. Manufacturer shall have ability to readily provide replacement parts for a minimum period
of ten (10) years, from the date of completion of the project. Furnish a letter from the
manufacturer confirming the availability.
R. Panelboards shall be assembled at the manufacturer’s own manufacturing facility using
its own major devices (e.g., circuit breakers) for the assembly. These devices shall be
normally carried by the manufacturer as standard catalog items.
S. Panelboard shall comply with seismic zone applicable to the project. Unless otherwise
indicated, verify requirements with Architect or Structural Engineer of Record (SEOR).
Provide certified test reports of shake table test done by manufacturer on similar units
as applicable.
TP-158
T. Materials and equipment shall be new, modern in design and shall not have been in prior
service except as required by factory tests. Major components (e.g. Circuit breakers)
shall be manufactured within six months of installation.
U. Source Limitations: Obtain panelboards, overcurrent protective devices and accessories
through one source from a single manufacturer through a local distributor unless
otherwise indicated. All power distribution equipment shall be of the same manufacturer
as the substation.
V. Comply with NFPA 70.
W. Comply with NEMA PB 1.
X. Comply with UL 891.
Y. Installer Qualifications: An employer of workers qualified as defined in NEMA PB 2.1
and trained in electrical safety as required by NFPA 70E.
Z. Product Options: Drawings indicate size, profiles, and dimensional requirements of
panelboards and are based on the specific system indicated. Refer to Part 2 "Product
Requirements."
AA. Electrical Components, Devices, and Accessories: UL Listed and labeled as defined in
NFPA 70, Article 100 and marked for intended location and application.
BB. Testing Agency Qualifications: Member of NETA;
1. Testing agency shall be an independent company; shall have been a member of
NETA for a minimum of ten (10) years and has permanent in-house testing
engineers and technicians involved with testing of switchboards, panelboards and
OCPDs similar to those specified on this project.
2. Testing company shall be located with 50 miles radius of the project.
3. Testing Agency's Field Supervisor: Certified by NETA to supervise on-site testing
to supervise on-site testing specified in Part 3.
4. Field Testing technician and supervisor shall have minimum ten (10) years
experience in field testing of switchboards similar to the type and rating specified
on this project.
1.09 DELIVERY, STORAGE, AND HANDLING
CC. Remove loose packing and flammable materials from inside panelboards; install
temporary electric heating (250 W per panelboard) to prevent condensation.
DD. Handle and prepare panelboards for installation according to NECA 407.
1.10 PROJECT CONDITIONS
EE. Environmental Limitations:
1. Rate equipment for continuous operation under the following conditions unless
otherwise indicated:
TP-159
a. Ambient Temperature: Not exceeding 23 deg F (minus 5 deg C) to plus 104
deg F (plus 40 deg C).
b. Altitude: Not exceeding 6600 feet (2000 m).
FF. Interruption of Existing Electric Service: Do not interrupt electric service unless permitted
under the following conditions and then only after arranging to provide temporary electric
service according to requirements indicated:
1. Notify Owner no fewer than two days in advance of proposed interruption of
electric service.
2. Do not proceed with interruption of electric service without Owner's written
permission.
3. Comply with NFPA 70E.
1.11 COORDINATION
GG. Coordinate sizes and locations of concrete bases with actual equipment provided. Cast
anchor-bolt inserts into bases. Concrete, reinforcement, and formwork requirements are
specified with concrete.
Part 2 PRODUCTS
2.01 GENERAL REQUIREMENTS FOR PANELBOARDS
1. Rated for environmental conditions at installed location.
a. Outdoor Locations: NEMA 250, Type 3R
2. Hinged Front Cover: Entire front trim hinged to box and with standard door within
hinged trim cover.
3. Finishes:
a. Panels and Trim: galvanized steel, factory finished immediately after
cleaning and pretreating with manufacturer's standard two-coat, baked-on
finish consisting of prime coat and thermosetting topcoat or Powder coated
4. Directory Card: Inside panelboard door, mounted in metal frame with
transparent protective cover.
A. Incoming Mains Location: Bottom.
B. Phase, Neutral, and Ground Buses:
1. Material: Tin-plated aluminum.
2. Equipment Ground Bus: Adequate for feeder and branch-circuit equipment
grounding conductors; bonded to box.
C. Conductor Connectors: Suitable for use with conductor material and sizes.
1. Material: Tin-plated aluminum.
2. Main and Neutral Lugs: Mechanical type.
TP-160
3. Ground Lugs and Bus-Configured Terminators: Mechanical type.
D. Service Equipment Label: UL labeled for use as service equipment for panelboards or
load centers with one or more main service disconnecting and overcurrent protective
devices.
E. Future Devices: Mounting brackets, bus connections, filler plates, and necessary
appurtenances required for future installation of devices.
F. Panelboard Short-Circuit Current Rating: Fully rated to interrupt symmetrical short-
circuit current available at terminals.
2.02 DISCONNECTING AND OVERCURRENT PROTECTIVE DEVICES
G. Manufacturers: Subject to compliance with requirements, provide products by one of
the following manufacturers
1. Square D; a brand of Schneider Electric
2. Eaton Electrical Inc.; Cutler-Hammer Business Unit.
3. General Electric Company; GE Consumer & Industrial - Electrical Distribution.
4. Siemens Energy & Automation, Inc..
H. Molded-Case Circuit Breaker (MCCB): Comply with UL 489, with interrupting capacity
to meet available fault currents.
1. Thermal-Magnetic Circuit Breakers (below 400A frame): Inverse time-current
element for low-level overloads, and instantaneous magnetic trip element for short
circuits.
2. Circuit breakers shall have a minimum interrupting rating of 10,000 amperes RMS
symmetrical at 240 volts, and 14,000 amperes RMS symmetrical at 480 volts,
unless otherwise noted on the drawings. Verify maximum available fault levels
from the Utility. Minimum interrupting rating (AIC) shall be 110% of the available
fault level.
3. GFCI Circuit Breakers: Single- and two-pole configurations with Class A ground-
fault protection (6-mA trip).
4. Ground-Fault Equipment Protection (GFEP) Circuit Breakers: Class B ground-
fault protection (30-mA trip).
5. Molded-Case Circuit-Breaker (MCCB) Features and Accessories:
a. Standard frame sizes, trip ratings, and number of poles.
b. Lugs: Mechanical style, suitable for number, size, trip ratings, and conductor
materials.
c. Application Listing: Appropriate for application; Type SWD for switching
lighting loads.
d. Ground-Fault Protection: Integrally mounted relay and trip unit with
adjustable pickup and time-delay settings, push-to-test feature, and ground-
fault indicator.
TP-161
Part 3 EXECUTION
3.01 EXAMINATION
I. Receive, inspect, handle, and store panelboards according to NECA 407.
J. Examine panelboards before installation. Reject panelboards that are damaged or
rusted or have been subjected to water saturation.
K. Examine elements and surfaces to receive panelboards for compliance with installation
tolerances and other conditions affecting performance of the Work.
L. Proceed with installation only after unsatisfactory conditions have been corrected.
3.02 INSTALLATION
M. Install panelboards and accessories according to NECA 407.
N. Equipment Mounting: Install panelboards on concrete bases, 4-inch nominal thickness.
Comply with requirements for concrete base specified in Section 033053 "Miscellaneous
Cast-in-Place Concrete."
1. Place and secure anchorage devices. Use setting drawings, templates, diagrams,
instructions, and directions furnished with items to be embedded.
2. Install anchor bolts to elevations required for proper attachment to panelboards.
O. Temporary Lifting Provisions: Remove temporary lifting eyes, channels, and brackets
and temporary blocking of moving parts from panelboards.
P. Mount panelboard cabinet plumb and rigid without distortion of box.
Q. Install overcurrent protective devices and controllers not already factory installed.
R. Install filler plates in unused spaces.
S. Stub four 1-inch (27-GRC) empty conduits from panelboard into nearest handhole for
future.
T. Comply with NECA 1.
3.03 IDENTIFICATION
U. Identify field-installed conductors, interconnecting wiring, and components; provide
warning signs complying with Section 260553 "Identification for Electrical Systems."
V. Create a directory to indicate installed circuit loads. Obtain approval before installing.
Use a computer or typewriter to create directory; handwritten directories are not
acceptable.
W. Panelboard Nameplates: Label each panelboard with a nameplate complying with
requirements for identification specified in Section 260553 "Identification for Electrical
Systems."
TP-162
X. Device Nameplates: Label each branch circuit device in panelboards with a nameplate
complying with requirements for identification specified in Section 260553 "Identification
for Electrical Systems."
3.04 FIELD QUALITY CONTROL
Y. Perform tests and inspections.
Z. Acceptance Testing Preparation:
1. Test insulation resistance for each panelboard bus, component, connecting
supply, feeder, and control circuit.
2. Test continuity of each circuit.
AA. Tests and Inspections:
1. Perform each visual and mechanical inspection and electrical test stated in NETA
Acceptance Testing Specification. Certify compliance with test parameters.
2. Correct malfunctioning units on-site, where possible, and retest to demonstrate
compliance; otherwise, replace with new units and retest.
BB. Panelboards will be considered defective if they do not pass tests and inspections.
3.05 ADJUSTING
CC. Adjust moving parts and operable component to function smoothly and lubricate as
recommended by manufacturer.
END OF SECTION 262416
TP-163
LED Exterior Lighting
SECTION 265619
Bid Item No. 56 Relocate Existing Controller and Meter
Bid Item No. 57 Street Lighting Standards (Single Mast Arm)
Bid Item No. 58 Street Lighting Standards (Dual Mast Arm)
Bid Item No. 59 Bollard Light
Bid Item No. 60 Hardscape Uplighting
Bid Item No. 61 Lighting Conduit, Wiring, and Appurtenances (Street Lighting)
Bid Item No. 62 Lighting Conduit, Wiring, and Appurtenances (Bollard, Hardscape
Lighting)
Part 4 GENERAL
4.01 RELATED DOCUMENTS
A. Drawings and general provisions of the Contract, including General and Supplementary
Conditions and Division 01 Specification Sections, apply to this Section.
4.02 SUMMARY
B. Section Includes:
1. Exterior solid-state luminaires that are designed for and exclusively use LED lamp
technology.
2. Luminaire supports.
3. Luminaire-mounted photoelectric relays.
4.03 DEFINITIONS
C. CCT: Correlated color temperature.
D. CRI: Color rendering index.
E. Fixture: See "Luminaire."
F. IP: International Protection or Ingress Protection Rating.
G. Lumen: Measured output of lamp and luminaire, or both.
H. Luminaire: Complete lighting unit, including lamp, reflector, and housing.
4.04 ACTION SUBMITTALS
I. Product Data: For each type of luminaire.
1. Arrange in order of luminaire designation.
2. Include data on features, accessories, and finishes.
3. Include physical description and dimensions of luminaire.
4. Lamps, include life, output (lumens, CCT, and CRI), and energy-efficiency data.
5. Photometric data and adjustment factors based on laboratory tests, complying with
IES Lighting Measurements Testing and Calculation Guides, of each luminaire
type. The adjustment factors shall be for lamps and accessories identical to those
TP-164
indicated for the luminaire as applied in this Project and testing procedures and
criteria required by IES LM-79 and LM-80.
a. Manufacturer's Certified Data: Photometric data certified by manufacturer's
laboratory with a current accreditation under the NVLAP for Energy Efficient
Lighting Products.
b. Testing Agency Certified Data: For indicated luminaires, photometric data
certified by a qualified independent testing agency. Photometric data for
remaining luminaires shall be certified by manufacturer.
6. Wiring diagrams for power, control, and signal wiring.
7. Photoelectric relays.
8. Means of attaching luminaires to supports and indication that the attachment is
suitable for components involved.
J. Shop Drawings: For nonstandard or custom luminaires.
1. Include plans, elevations, sections, and mounting and attachment details.
2. Include details of luminaire assemblies. Indicate dimensions, weights, loads,
required clearances, method of field assembly, components, and location and size
of each field connection.
3. Include diagrams for power, signal, and control wiring.
Part 5 PRODUCT DATA
5.01 GENERAL
A. Samples: For each luminaire and for each color and texture indicated with factory-
applied finish.
B. Product Schedule: For luminaires and lamps. Use same designations indicated on
Drawings.
C. Delegated-Design Submittal: For luminaire supports.
1. Include design calculations for luminaire supports and pole bases.
5.02 INFORMATIONAL SUBMITTALS
D. Coordination Drawings: Plans, drawn to scale, on which the following items are shown
and coordinated with each other, using input from installers of the items involved:
1. Luminaires.
2. Underground utilities and structures.
3. Existing underground utilities and structures.
4. Above-grade utilities and structures.
5. Existing above-grade utilities and structures.
6. Vertical and horizontal information.
E. Qualification Data: For testing laboratory providing photometric data for luminaires.
F. Product Certificates: For each type of the following:
TP-165
1. Luminaire.
2. Photoelectric relay.
G. Test reports complying with LM-79 (IES approved method for electrical and photometric
measurements of Solid-State Lighting) providing total luminous flux, luminous intensity
distribution, electrical power characteristics, luminous efficacy and color characteristics
(CRI, CCT) shall be submitted.Test reports complying with LM-80 (IES approved
standard for measuring lumen maintenance of LED light sources) providing lumen
maintenance of LED light sources shall be submitted.
H. ISTMT (IN SITU TEMPERATATURE MEASUREMENT TEST) – It is the measure of the
LED source case temperature within the LED system (luminaire or lamp or it is the
temperature of the LED within the luminaire. This measurement should be performed
according to the temperature measurement point (TMP) indicated by the particular LED
package manufacturer. The temperature measured within the luminaire shall be within
the temperature of the LM-80-08 LED source report.
I. All LED lifetime projections shall be made per TM-21-11 (approved method for taking
LM-80 data and making useful LED lifetime projections).
J. Product Test Reports: For each luminaire, for tests performed by manufacturer and
witnessed by a qualified testing agency as follows:
1. Test reports complying with LM-79 (IES approved method for electrical and
photometric measurements of Solid-State Lighting) providing total luminous flux,
luminous intensity distribution, electrical power characteristics, luminous efficacy
and color characteristics (CRI, CCT) shall be submitted.
2. Test reports complying with LM-80 (IES approved standard for measuring lumen
maintenance of LED light sources) providing lumen maintenance of LED light
sources shall be submitted.
3. ISTMT (IN SITU TEMPERATATURE MEASUREMENT TEST) – It is the measure
of the LED source case temperature within the LED system (luminaire or lamp or
it is the temperature of the LED within the luminaire. This measurement should be
performed according to the temperature measurement point (TMP) indicated by
the particular LED package manufacturer. The temperature measured within the
luminaire shall be within the temperature of the LM-80-08 LED source report.
4. All LED lifetime projections shall be made per TM-21-11 (approved method for
taking LM-80 data and making useful LED lifetime projections).
K. Source quality-control reports.
L. Sample warranty.
5.03 CLOSEOUT SUBMITTALS
M. Operation and Maintenance Data: For luminaires and photoelectric relays to include in
operation and maintenance manuals.
1. Provide a list of all lamp types used on Project. Use ANSI and manufacturers'
codes.
2. Provide a list of all photoelectric relay types used on Project; use manufacturers'
codes.
TP-166
5.04 MAINTENANCE MATERIAL SUBMITTALS
N. Furnish extra materials that match products installed and that are packaged with
protective covering for storage and identified with labels describing contents.
1. Glass, Acrylic, and Plastic Lenses, Covers, and Other Optical Parts: of each type
and rating installed. Furnish at least one of each type.
2. Diffusers and Lenses: of each type and rating installed. Furnish at least one of
each type.
3. Globes and Guards: One for every 20 of each type and rating installed. Furnish at
least one of each type.
5.05 QUALITY ASSURANCE
O. Luminaire Photometric Data Testing Laboratory Qualifications: Luminaire manufacturers'
laboratory that is accredited under the NVLAP for Energy Efficient Lighting Products.
P. Luminaire Photometric Data Testing Laboratory Qualifications: Provided by an
independent agency, with the experience and capability to conduct the testing indicated,
that is an NRTL as defined by OSHA in 29 CFR 1910.7, accredited under the NVLAP for
Energy Efficient Lighting Products and complying with applicable IES testing standards.
Q. Provide luminaires from a single manufacturer for each luminaire type.
R. Installer Qualifications: An authorized representative who is trained and approved by
manufacturer.
S. Mockups: For exterior luminaires, complete with power and control connections.
1. Obtain City's approval of luminaires in mockups before starting installations.
2. Maintain mockups during construction in an undisturbed condition as a standard
for judging the completed work.
3. Approval of mockups does not constitute approval of deviations from the Contract
Documents contained in mockups unless City specifically approves such
deviations in writing.
4. Subject to compliance with requirements, approved mockups may become part of
the completed Work if undisturbed at time of Substantial Completion.
5.06 DELIVERY, STORAGE, AND HANDLING
T. Protect finishes of exposed surfaces by applying a strippable, temporary protective
covering prior to shipping.
5.07 FIELD CONDITIONS
U. Verify existing and proposed utility structures prior to the start of work associated with
luminaire installation.
V. Mark locations of exterior luminaires for approval by City prior to the start of luminaire
installation.
TP-167
5.08 WARRANTY
W. Warranty: Manufacturer and Installer agree to repair or replace components of
luminaires that fail in materials or workmanship within specified warranty period.
1. Failures include, but are not limited to, the following:
a. Structural failures, including luminaire support components.
b. Faulty operation of luminaires and accessories.
c. Deterioration of metals, metal finishes, and other materials beyond normal
weathering.
2. Warranty Period: 5-years from date of Substantial Completion.
Part 6 PRODUCTS
6.01 PERFORMANCE REQUIREMENTS
A. Seismic Performance: Luminaires and lamps shall be labeled vibration and shock
resistant.
6.02 LUMINAIRE REQUIREMENTS
B. Electrical Components, Devices, and Accessories: Listed and labeled as defined in
NFPA 70, by a qualified testing agency, and marked for intended location and
application.
C. NRTL Compliance: Luminaires shall be listed and labeled for indicated class and division
of hazard by an NRTL.
D. UL Compliance: Comply with UL 1598 and listed for wet location.
E. CRI of minimum 80. CCT of 3000 K.
F. L70 lamp life of 50,000 hours.
G. Internal driver.
H. Nominal Operating Voltage: 120 V ac.
I. Source Limitations: Obtain luminaires from single source from a single manufacturer.
J. Source Limitations: For luminaires, obtain each color, grade, finish, type, and variety of
luminaire from single source with resources to provide products of consistent quality in
appearance and physical properties.
6.03 LUMINAIRE TYPES
Area and Roadway:
Fixture type “E1” as shown on plans. Provide South Coast Lighting & Design,
model #BCNHQ1735-FL4S-15MOD-6-K828-100W-LED or equal, shown in
Appendix E. Signal Pole, Decorative Sign Pole, Lighting Standard Drawings.
TP-168
Fixture type “E2” as shown on the plans. Provide South Coast Lighting &
Design, model #BCNHQ1735-FL4S-15DMOD-12-K828-100W-LED, or
equal, shown in Appendix E. Signal Pole, Decorative Sign Pole, Lighting
Standard Drawings.
1. Mounting: See plans.
2. Luminaire-Mounting Height: Approximately 30 feet. Verify in field.
3. Distribution: IES type V.
4. Diffusers and Globes: See plans.
5. Housings: All material shall be finished with a 2 part epoxy polyurethane, color
shall be RAL# 7011, Smooth, EisenGrau Iron Grey. Paint shall be TNEMEC
ENDURA SHIELD SERIES 71 or equal. Prior to finish coat a primer shall be
applied-2-4 mils DFT shall be achieved. Finish coat shall be TNEMEC Epoxy
polyurethane shall be applied and achieve a 2-4 mils DFT.
Bollard: fixture type “B1” as shown on plans. Provide South Coast Lighting & Design,
model #BOL1301-NWNL, as shown in Appendix E. Signal Pole, Decorative Sign Pole,
Lighting Standard Drawings, or equal.
1. Shape: Hexagonal
2. Height Above Finished Grade: 51 inches.
3. Overall Height: 51 inches.
4. Diameter: 10.75 inches.
5. Mounting: See plans.
6. Distribution: IES type V.
7. Diffusers and Globes: white frosted lens.
8. Housings: All material shall be finished with a 2 part epoxy polyurethane, color
shall be RAL# 7011, Smooth, EisenGrau Iron Grey. Paint shall be TNEMEC
ENDURA SHIELD SERIES 71 or equal. Prior to finish coat a primer shall be
applied-2-4 mils DFT shall be achieved. Finish coat shall be TNEMEC Epoxy
polyurethane shall be applied and achieve a 2-4 mils DFT.
Post & Wood Beam Element Uplight: fixture type “D2” as shown on plans. Provide
SloanLED Slimliner Low-Profile Outdoor Strip Light (2ft) #701956-3WL461 or equal.
1. LED Strip
2. Dimensions: 24” length.
3. 3500 K color temperature
6.04 MOUNTING: ADHESIVE RATED FOR OUTDOOR USE AND COMPATIBLE
WITH METAL AND PLASTICS MATERIALS
A. Metal Parts: Free of burrs and sharp corners and edges.
B. Sheet Metal Components: Epoxy-coated steel. Form and support to prevent warping
and sagging.
C. Doors, Frames, and Other Internal Access: Smooth operating, free of light leakage under
operating conditions. Designed to prevent doors, frames, lenses, diffusers, and other
components from falling accidentally during cleaning and when secured in operating
position. Doors shall be removable for cleaning or replacing lenses.
D. Diffusers and Globes:
TP-169
1. Acrylic Diffusers: 100 percent virgin acrylic plastic, with high resistance to yellowing
and other changes due to aging, exposure to heat, and UV radiation.
2. Glass: Annealed crystal glass unless otherwise indicated.
3. Lens Thickness: At least 0.125 inch minimum unless otherwise indicated.
E. Lens and Refractor Gaskets: Use heat- and aging-resistant resilient gaskets to seal and
cushion lenses and refractors in luminaire doors.
F. Reflecting surfaces shall have minimum reflectance as follows unless otherwise
indicated:
1. White Surfaces: 85 percent.
2. Specular Surfaces: 83 percent.
3. Diffusing Specular Surfaces: 75 percent.
G. Housings:
1. Rigidly formed, weather- and light-tight enclosure that will not warp, sag, or deform
in use.
2. Provide filter/breather for enclosed luminaires.
H. Factory-Applied Labels: Comply with UL 1598. Include recommended lamps. Labels
shall be located where they will be readily visible to service personnel, but not seen from
normal viewing angles when lamps are in place.
1. Label shall include the following lamp characteristics:
a. "USE ONLY" and include specific lamp type.
b. CCT and CRI for all luminaires.
3.5 FINISHES
A. Variations in Finishes: Noticeable variations in same piece are unacceptable. Variations
in appearance of adjoining components are acceptable if they are within the range of
approved Samples and are assembled or installed to minimize contrast.
B. Luminaire Finish: Manufacturer's standard paint applied to factory-assembled and -
tested luminaire before shipping. Where indicated, match finish process and color of pole
or support materials.
C. Factory-Applied Finish for Aluminum Luminaires: Comply with NAAMM's "Metal Finishes
Manual for Architectural and Metal Products" for recommendations for applying and
designating finishes.
1. Finish designations prefixed by AA comply with the system established by the
Aluminum Association for designating aluminum finishes.
TP-170
2. Natural Satin Finish: Provide fine, directional, medium satin polish (AA-M32); buff
complying with AA-M20 requirements; and seal aluminum surfaces with clear,
hard-coat wax.
D. Factory-Applied Finish for Steel Luminaires: Comply with NAAMM's "Metal Finishes
Manual for Architectural and Metal Products" for recommendations for applying and
designating finishes.
1. Surface Preparation: Clean surfaces to comply with SSPC-SP 1, to remove dirt,
oil, grease, and other contaminants that could impair paint bond. Grind welds and
polish surfaces to a smooth, even finish. Remove mill scale and rust, if present,
from uncoated steel, complying with SSPC-SP 5/NACE No. 1 or SSPC-SP 8.
2. Exterior Surfaces: Manufacturer's standard finish consisting of one or more coats
of primer and two finish coats of high-gloss, high-build polyurethane enamel.
a. Color: See plans, or as selected by City.
Part 7 EXECUTION
7.01 EXAMINATION
A. Examine substrates, areas, and conditions, with Installer present, for compliance with
requirements for installation tolerances and other conditions affecting performance of the
Work.
B. Examine roughing-in for luminaire electrical conduit to verify actual locations of conduit
connections before luminaire installation.
C. Proceed with installation only after unsatisfactory conditions have been corrected.
7.02 TEMPORARY LIGHTING
A. If approved by the City, use selected permanent luminaires for temporary lighting. When
construction is substantially complete, clean luminaires used for temporary lighting and
install new lamps.
7.03 GENERAL INSTALLATION REQUIREMENTS
A. Comply with NECA 1.
B. Concrete foundations:
1. Sized and rated for luminaire height and weight.
2. Concrete shall be class 560-C-3250 and conform to Section 201-1 “Portland
Cement Concrete” and Section 701-8 “Foundations, Foundation Caps and Slabs”
of the Standard Specifications.
C. Supports:
1. Sized and rated for luminaire weight.
2. Able to maintain luminaire position after cleaning and relamping.
3. Support luminaires without causing deflection of finished surface.
TP-171
4. Luminaire-mounting devices shall be capable of supporting a horizontal force of
100 percent of luminaire weight and a vertical force of 400 percent of luminaire
weight.
D. Wiring Method: Install cables in raceways. Conceal raceways and cables.
E. Install luminaires level, plumb, and square with finished grade unless otherwise
indicated. Install luminaires at height and aiming angle as indicated on Drawings.
F. Coordinate layout and installation of luminaires with other construction.
G. Adjust luminaires that require field adjustment or aiming. Include adjustment of
photoelectric device to prevent false operation of relay by artificial light sources, favoring
a north orientation.
H. Comply with requirements in Section 260519 "Low-Voltage Electrical Power Conductors
and Cables" and Section 260533 "Raceways and Boxes for Electrical Systems" for wiring
connections and wiring methods.
7.04 STREET LIGHT POLE AND LUMINAIRE INSTALLATION:
A. Contractor shall carefully remove and reinstall existing street lights and poles as
indicated on drawings.
B. Align units for optimum directional alignment of light distribution.
1. Install on concrete. Cast conduit into base, and shape base to match existing
sidewalk and curb elevation. Finish by troweling and rubbing smooth. Concrete
materials, installation, and finishing are specified in Section 701-8 “Foundations,
Foundation Caps and Slabs” of the Standard Specifications.
7.05 BOLLARD LUMINAIRE INSTALLATION:
A. Align units for optimum directional alignment of light distribution.
1. Install on concrete. Cast conduit into base, and shape base to match shape of
bollard base. Finish by troweling and rubbing smooth. Concrete materials,
installation, and finishing are specified in Section 701-8 of the Standard
Specifications.
7.06 INSTALLATION OF INDIVIDUAL GROUND-MOUNTED LUMINAIRES
A. Aim at object as indicated on Drawings.
1. Install on concrete. Cast conduit into base, and finish by troweling and rubbing
smooth. Concrete materials, installation, and finishing are specified in Section 701-
8 of the Standard Specifications.
7.07 INSTALLATION OF POST TOP PEDESTRIAN LUMINAIRES
A. Aim as indicated on Drawings.
1. Install on concrete. Cast conduit into base, and finish by troweling and rubbing
smooth. Concrete materials, installation, and finishing are specified in
Section 701-8 of the Standard Specifications.
TP-172
7.08 CORROSION PREVENTION
A. Aluminum: Do not use in contact with earth or concrete. When in direct contact with a
dissimilar metal, protect aluminum by insulating fittings or treatment.
B. Steel Conduits: Comply with Section 260533 "Raceways and Boxes for Electrical
Systems." In concrete foundations, wrap conduit with 0.010-inch thick, pipe-wrapping
plastic tape applied with a 50 percent overlap.
7.09 IDENTIFICATION
A. Identify system components, wiring, cabling, and terminals. Comply with requirements
for identification specified in Section 260553 "Identification for Electrical Systems."
7.10 FIELD QUALITY CONTROL
A. Inspect each installed luminaire for damage. Replace damaged luminaires and
components.
B. Perform the following tests and inspections:
1. Operational Test: After installing luminaires, switches, and accessories, and after
electrical circuitry has been energized, test units to confirm proper operation.
2. Verify operation of photoelectric controls.
C. Illumination Tests:
1. Measure light intensities at night. Use photometers with calibration referenced to
NIST standards. Comply with the following IES testing guide(s):
a. IES LM-5.
b. IES LM-50.
c. IES LM-52.
d. IES LM-64.
e. IES LM-72.
2. Operational Test: After installing luminaires, switches, and accessories, and after
electrical circuitry has been energized, test units to confirm proper operation.
D. Luminaire will be considered defective if it does not pass tests and inspections.
E. Prepare a written report of tests, inspections, observations, and verifications indicating
and interpreting results. If adjustments are made to lighting system, retest to
demonstrate compliance with standards.
7.11 ADJUSTING
A. Adjustments: When requested within 12 months of date of Substantial Completion,
provide on-site assistance in adjusting the direction of aim of luminaires to suit City
requirements. Make up to two visits to Project during other-than-normal hours for this
purpose. Some of this work may be required during hours of darkness.
TP-173
1. During adjustment visits, inspect all luminaires. Replace luminaires that are
defective.
2. Parts and supplies shall be manufacturer's authorized replacement parts and
supplies.
3. Adjust the aim of luminaires in the presence of the City.
Part 8 PAYMENT
Payment for Relocate Existing Controller and Meter shall be made at the lump sum
price shown in the bid schedule and shall be full compensation for all labor, materials,
tools, equipment and incidentals necessary to remove existing controller and meter and
foundation, excavation, backfill, construction of new foundation, SCE coordination, and
reconnection of existing conduit and wiring complete in place for a functionally operating
controller and meter as shown on the plans and specified hereon.
Payment for Street Lighting Standards shall be made at the contract unit price shown
in the bid schedule and shall be full compensation for all labor, materials, tools, equipment
and incidentals necessary to construct new foundation and install street lighting complete
in place including wiring and accessories as shown on the plans and specified hereon.
Payment for Bollard Lights, and Hardscape Lighting shall be made at the contract unit
price per each installation site as shown in the bid schedule and shall be full compensation
for all labor, materials, tools, equipment and incidentals necessary to provide complete
and operating lighting including bulbs, wiring and accessories as shown on the plans and
specified hereon.
Payment for Lighting Conduit, Wiring and Appurtenances shall be made at the
contract lump sum prices shown on the bid schedule and shall be full compensation for
all labor, materials, tools, equipment and incidentals necessary to provide a complete and
functionally operating lighting system including foundations, pullboxes, conductors,
conduits, and wiring.
END OF SECTION 265619
APPENDIX B
CONSTRUCTION AND DEMOLITION REQUIREMENTS
APPENDIX B
CONSTRUCTION AND DEMOLITION REQUIREMENTS
APPENDIX B
CONSTRUCTION AND DEMOLITION REQUIREMENTS
APPENDIX B
CONSTRUCTION AND DEMOLITION REQUIREMENTS
Appendix F. DIAMOND BAR BOULEVARD COMPLETE
STREET PROJECT PLANS
DM-2C-2CH-2SS-2E-2L-2L-10LORBEERMIDDLESCHOOLDIAMOND BAR BOULEVARDSHEETSDM-1C-1CH-1SS-1E-2L-1L-9SHEETSDM-3C-3CH-3SS-3E-2L-3L-11SHEETSGOLDEN SPRINGSDRIVEPALOMINODRIVE GENTLE SPRINGSLANE6057PROJECTKnow what'sbelow.Callbefore you dig.DIAMOND BAR BOULEVARDCOMPLETE STREET PROJECTC:\Box\Projects\cidib Diamond Bar\cidib.170131 Diamond Bar Blvd Streetscape\2 Engineering\_CAD\2 Sheets\CoverSheet.dwgFri 10.Jan.25 02:24:48 PM
PREPARED BY:SUBMITTEDREVIEWEDAPPROVEDR E G ISTERED
PROFESSIONAL ENGINEERSTATE OF CALIFORNIA Michael IpNo.43671Exp. 3/31/27CIVILDEPARTMENT OF PUBLIC WORKSC I T Y O F D I A M O N D B A RSTATE OF CALIFORNIADAVID G. LIU, P.E.RCE 44053DATEDIRECTOR OF PUBLIC WORKS / CITY ENGINEERCall: Toll Free811 OR 1-800-227-2600TWO WORKING DAYS BEFORE YOU DIGDATE: 03/29/2024 47100 E. Thousand Oaks Blvd., Suite 105Thousand Oaks, CA 91360805-692-6921 | www.mnsengineers.comSHEET__ OF__SIGNED:05/06/2024PN SI256 UTILITY CONTACT INFORMATIONOWNERCONTACTEMAIL-PHONEADDRESSAT&T DISTRIBUTIONCHAR HINZOATTSUBSTRUCTUREOCR@ATT.COM858-886-12887337 TRADE STREET, ROOM 5685SAN DIEGO, CA 92121LOS ANGELES COUNTYDEPARTMENT OF PUBLIC WORKSJEFFREY BOUSEJBOUSE@DPW.LACOUNTY.GOV626-458-3109900 S FREMONT AVEALHAMBRA, CA 90501CROWN CASTLE - NEXTGLAVENMICHAEL MOATSFIBERDIGTEAM@CROWNCASTLE.COM724-416-21932000 CORPORATE DRCANONSBURG, PA 15317SOUTHERN CALIFORNIA GASCOMPANYRYAN LOPEZRLOPEZ2@SEMPRAUTILITIES.COM714-634-50671919 S STATE COLLEGE BLVDANAHEIM, CA 92806CHARTER COMMUNICATIONSPATRICK DAVIDSONPATRICK.DAVIDSON@CHARTER.COM626-419-54001041 EAST ROUTE 66GLENDORA, CA 91740SOUTHERN CALIFORNIA EDISONAL MACIAS909-394-2809FRONTIER COMMUNICATIONS-CDGATEWAY@FTR.COM909-469-63631400 E PHILLIPS BLVDPOMONA, CA 91766WALNUT VALLEY WATER DISTRICTSHERRY SHAWSSHAW@WVWD.COM909-348-8234271 S BREA CANYON RDWALNUT, CA 9178960 FREEWAYFREEWAY6057 FREEWAY57 FREEWAY 71 FREEWAYGRAND AVEDIAMOND BAR BLVDGOLDENSPRINGS DRPATHFINDERRDCHINOHILLSPKWY AVERANCHEROSBREACANYONCUTOFFRDLEMONAVEVALLEY BLVDBREA CANYON RDPROJECT SITECITY LIMITSVICINITY MAPNO SCALEKEY MAPSCALE: 1" = 250'COVER SHEETG-11 DIAMOND BAR BOULEVARDCOMPLETE STREET PROJECTDEPARTMENT OF PUBLIC WORKSSHEET INDEXSHEET NO.SHEET IDDESCRIPTION1G-1COVER SHEET2G-2GENERAL NOTES3DM-1DEMOLITION AND UTILITY DISPOSITION PLAN - STA244+50 TO 250+504DM-2DEMOLITION AND UTILITY DISPOSITION PLAN - STA250+50 TO 256+505DM-3DEMOLITION AND UTILITY DISPOSITION PLAN - STA256+50 TO 261+506X-1TYPICAL SECTIONS7C-1STREET IMPROVEMENT PLAN AND PROFILE - STA 244+50TO 250+508C-2STREET IMPROVEMENT PLAN AND PROFILE - STA 250+50TO 256+509C-3STREET IMPROVEMENT PLAN AND PROFILE - STA 256+50TO 262+5010CD-1CONSTRUCTION DETAILS - CURB RAMP, DRIVEWAY, ANDPAVEMENT ELEVATION DETAILS11CD-2CONSTRUCTION DETAILS - CURB RAMP, DRIVEWAY, ANDPAVEMENT ELEVATION DETAILS12CD-3CONSTRUCTION DETAILS - CURB RAMP, DRIVEWAY, ANDPAVEMENT ELEVATION DETAILS13CD-4CONSTRUCTION DETAILS - CURB RAMP, DRIVEWAY, ANDPAVEMENT ELEVATION DETAILS14CD-5CONSTRUCTION DETAILS - PAVEMENT AND CURBELEVATION DETAILS15CD-6HARDSCAPE DETAILS - PATHWAY DETAILS16CD-7HARDSCAPE DETAILS - CROSSWALK ANDMISCELLANEOUS CONCRETE DETAILS17CD-8CONSTRUCTION DETAILS - STORMWATER DETAILS18CD-9CONSTRUCTION DETAILS - PRECAST POST DETAILS19CH-1HARDSCAPE PLAN - STA 244+60 TO 250+5020CH-2HARDSCAPE PLAN - STA 250+50 TO 256+5021CH-3HARDSCAPE PLAN - STA 256+50 TO 260+5022D-1STORM DRAIN MODIFICATION PLAN AND PROFILE23SS-1SIGNING AND STRIPING PLAN - STA 244+30 TO 250+5024SS-2SIGNING AND STRIPING PLAN - STA 250+50 TO 256+5025SS-3SIGNING AND STRIPING PLAN - STA 256+50 TO 259+65.7026T-1TRAFFIC SIGNAL PLAN - DIAMOND BAR BOULEVARD ANDGOLDEN SPRINGS DRIVE27T-2TRAFFIC SIGNAL PLAN - DIAMOND BAR BOULEVARD ANDDIAMOND BAR RANCH CENTER/COMMERCIAL CENTER28T-3TRAFFIC SIGNAL PLAN - DIAMOND BAR BOULEVARD ANDGENTLE SPRINGS LANE/PALOMINO DRIVE29E-1ELECTRICAL GENERAL NOTES, LEGEND, ABBREVATIONS,FIXTURE SCHEDULE, AND SINGLE LINE DIAGRAM30E-2ELECTRICAL SITE PLAN31E-3ELECTRICAL ENLARGED PLANS32E-4ELECTRICAL ENLARGED PLANS33E-5ELECTRICAL DETAILS34E-6ELECTRICAL DETAILS35E-7ELECTRICAL DETAILS36L-1IRRIGATION EQUIPMENT LEGEND37L-2IRRIGATION PLAN38L-3IRRIGATION PLAN39L-4IRRIGATION PLAN40L-5IRRIGATION DETAILS41L-6IRRIGATION DETAILS42L-7IRRIGATION DETAILS AND NOTES43L-8PLANTING LEGEND AND NOTES44L-9PLANTING PLAN45L-10PLANTING PLAN46L-11PLANTING PLAN47L-12PLANTING DETAILSPROJECT NO. SI256RMRAMeasure MR Local ReturnGas Tax eet Rehab.- Area 1a, 1b, 2 (Design)n)ntain Laurel) anyon to Lemon) to BCY)82,779$
82,779$ om Pathfinder to Mountain Laure
l Way) (Const.)1,200,000$ 1,200,000$ eet Rehab - Area 1 (Const.)2,000,000$ 925,000$ 850,000$ 89,0 $ en Springs from Brea Canyon to Lemon Ave.) (Const.)900,000$ 500,000$ mp Project (Const.)177,855$ nt Projects4,360,634$ 1,700,000$ 1,007,779$ 850,000$ 89,0 $ 250-5510-46412)Project Description
Total FY Budget(109) Measure M(111)Gas Tax (112) Prop A(113) Prop C Sign and HSL Replacement (Design)50,000$
50,000$ Sign and HSL Replacement (Construction)350,000$ 350,000$ al 11 Locations (Design and Construction)380,000$ 90,000$ 100,000$ 190,0 $ 780,000$ 350,000$ 140,000$ 100,000$ 190,0 $ ments (250-5510-46413) Project Description
Total FY Budget(113) Prop CFoothill Transit Grant60,000$
60,000$ SD/Calbourne 40,000$
40,000$ nfrastructure Improvements100,000$ 60,000$ 40,000$ 0-5510-46420) Project Description
Total FY Budget(107) Measure W(108)RMRA(109) Measure M (113) Prop Covements-Phase 3 (Flapjack-Design)65,000$
65,000$ 09/23/2025
SURVEY CONTROL POINTS AND FOUNDMONUMENTSPOINTNUMBER12345671099201202203204205206207208210NORTHING1829530.111829180.931829473.141829927.141830170.931830552.161830759.131829716.991829659.831830566.291830360.961830266.231830460.641830459.971829381.811829217.521829351.401830513.39EASTING6619983.846619388.216619674.136619428.336619108.936619013.416618758.466619519.656620126.826618963.136618980.756619043.756618974.366618974.816619621.576619494.066619699.026618882.14ELEVATION775.22764.99762.87746.46732.82727.38724.53751.96784.01726.28728.43729.81727.58727.61765.16765.93767.57726.57DESCRIPTIONAT 1 MAG ACAT 2 MAG ACAT 3 MAG ACAT 4 MAG ACAT 5 MAG ACAT 6 MAG NAIL ACAT 7 MAG ACCP SCBD X SWKCP MAG NAIL ACMONF N/T LACO ENGBM 4197 N&T LACOMONF N/T RE 13737MONF PK+WSHR LS5411MONF PK+WSHR LS5411BM 2128 N&T LACOMONF SPK CLMONF 2.5I BC WELLMONF N/T LACO ENGKnow what'sbelow.Callbefore you dig.DIAMOND BAR BOULEVARDCOMPLETE STREET PROJECTC:\Box\Projects\cidib Diamond Bar\cidib.170131 Diamond Bar Blvd Streetscape\2 Engineering\_CAD\2 Sheets\GeneralNotes.dwgThu 09.Jan.25 09:08:59 AM
PREPARED BY:SUBMITTEDREVIEWEDAPPROVEDR E G ISTERED
PROFESSIONAL ENGINEERSTATE OF CALIFORNIA Michael IpNo.43671Exp. 3/31/27CIVILDEPARTMENT OF PUBLIC WORKSC I T Y O F D I A M O N D B A RSTATE OF CALIFORNIADAVID G. LIU, P.E.RCE 44053DATEDIRECTOR OF PUBLIC WORKS / CITY ENGINEERCall: Toll Free811 OR 1-800-227-2600TWO WORKING DAYS BEFORE YOU DIGDATE: 03/29/2024 47100 E. Thousand Oaks Blvd., Suite 105Thousand Oaks, CA 91360805-692-6921 | www.mnsengineers.comSHEET__ OF__SIGNED:05/06/2024PN SI256 ABBREVIATIONSABAGGREGATE BASEABANDABANDONEDAPPROXAPPROXIMATEAPNASSESSOR PARCEL NUMBERACASPHALT CONCRETEACPASPHALT CONCRETE PIPEARHMASPHALT RUBBER HOT MIXARVAIR RELEASE VALVEBCBEGIN HORIZONTAL CURVEBCRBEGIN CURB RETURNBEGBEGINBFABACKFLOW PREVENTION ASSEMBLYBLVDBOULEVARDCLCENTER LINECCONDUITCABCABINETCBCATCH BASINCCPCONCRETE CYLINDER PIPECFSCUBIC FEET PER SECONDCOCLEAN OUTCOMCOMMUNICATIONSCONSTCONSTRUCTIONCTRLCONTROLLERC&GCURB AND GUTTERDDELTA"DBB"DIAMOND BAR BOULEVARDDIADIAMETERDIPDUCTILE IRON PIPEDWGDRAWINGDWYDRIVEWAYEEASTEBEASTBOUNDECEND HORIZONTAL CURVEECPELECTRICAL CONTROL PANELECREND CURB RETURNEGEXISTING GRADEELELECTRIC, ELECTRICALELEVELEVATIONEMTELECTRIC METERENCSENCASEMENTETC.ET CETERAEXEXISTINGFTRFRONTIER COMMUNICATIONSFGFINISHED GRADEFHFIRE HYDRANTFLFLOW LINEFOFIBER OPTICFPNFEDERAL PROJECT NUMBERFSFINISHED SURFACEGBGRADE BREAKGVGAS VALVEHHEIGHTHORIZHORIZONTALHPHIGH PRESSUREICINTERCONNECTICVIRRIGATION CONTROL VALVEINTINTERSECTIONINVINVERTIRRIRRIGATIONJSJUNCTION STRUCTURELACDPWSPLOS ANGELES COUNTYDEPARTMENT OF PUBLIC WORKSSTANDARD PLANLACFCDLOS ANGELES COUNTY FLOOD CONTROLDISTRICTLLENGTHLFLINEAL FEETLTLEFTLBSPOUNDSMAXMAXIMUMMHMANHOLE, MAINTENANCE HOLEMINMINIMUMMODMODIFIEDMONMONUMENTNNORTHNBNORTHBOUNDNO.NUMBERNTSNOT TO SCALEO/CON CENTERODOUTSIDE DIAMETEROGORIGINAL GROUNDO/SOFFSETPBPULL BOXPCCPORTLAND CEMENT CONCRETEPCCPOINT OF COMPOUND CURVATUREPGPROFILE GRADEPNPROJECT NUMBERPOCPOINT ON HORIZONTAL CURVE,POINT OF CONNECTIONPPPOWER POLEPPBPEDESTRIAN PUSH BUTTONPRCPOINT OF REVERSE CURVEPVCPOLYVINYL CHLORIDERRADIUSRCBREINFORCED CONCRETE BOXCULVERTRCPREINFORCED CONCRETE PIPERDROADRSPREVISED STANDARD PLANRTRIGHTR/WRIGHT OF WAYSSOUTH, SLOPESBSOUTHBOUNDSCESOUTHERN CALIFORNIA EDISONSCGSOUTHERN CALIFORNIA GAS COMPANYSDSTORM DRAINSLSTREET LIGHTSMLCSTEEL MORTAR LINED & COATED PIPESNSSTREET NAME SIGNSRSTATE ROUTESPPWCSTANDARD PLANS FOR PUBLIC WORKS CONSTRUCTIONSSSANITARY SEWERSSPSTATE STANDARD PLANSTASTATIONSTDSTANDARDTCTOP OF CURBTCETEMPORARY CONSTRUCTION EASEMENTTDITACTILE DIRECTIONAL INDICATORTFTOP OF FOOTINGTSTRAFFIC SIGNALTSPTRAFFIC SIGNAL POLETYPTYPICALTWTOP OF WALLUNKUNKNOWNVARVARIESVCPVITRIFIED CLAY PIPEVERTVERTICALWWIDTH, WESTWMWATER METERWTWEIGHTWVWATER VALVEWVWDWALNUT VALLEY WATER DISTRICTWWMWELDED WIRE MESHGENERAL NOTES1.ALL WORK SHALL BE PERFORMED IN ACCORDANCE WITH THE STANDARD PLANS FOR PUBLIC WORKS CONSTRUCTION(SPPWC) LATEST EDITION AND SUPPLEMENTS, THE CITY OF DIAMOND BAR 2016 STREETSCAPE DESIGN GUIDELINES,THE LOS ANGELES COUNTY PUBLIC WORKS STANDARD PLANS LATEST EDITION, THE STATE OF CALIFORNIADEPARTMENT OF TRANSPORTATION (CALTRANS) 2018 STANDARD PLANS UNLESS SPECIFIED OTHERWISE, AND INACCORDANCE WITH THE PROJECT SPECIFICATIONS, WITH THE MOST STRINGENT GOVERNING.2.UTILITIES HAVE BEEN LOCATED TO THE BEST OF THE ENGINEER'S ABILITY AND FROM DATA AND RECORDSFURNISHED BY THE REPRESENTATIVES OF THE VARIOUS UTILITIES. IT SHALL BE THE SOLE DUTY AND RESPONSIBILITYOF THE CONTRACTOR TO ASCERTAIN THE TRUE LOCATION AND IDENTIFY OF ANY/ALL UNDERGROUND UTILITIES ANDVERIFY ALL CONDITIONS ON THE JOB SITE. CONTRACTOR SHALL POTHOLE TO VERIFY THE LOCATION OF EACH ANDCOORDINATE WITH RESPECTIVE OWNERS FOR RELOCATION IF NECESSARY. HAND DIG EXCAVATIONS UNTIL CLEAR OFOBSTRUCTIONS.3.CONTRACTOR SHALL MAKE EXPLORATION EXCAVATIONS AND LOCATE EXISTING UNDERGROUND FACILITIESSUFFICIENTLY AHEAD OF CONSTRUCTION PERMIT REVISIONS TO PLANS IF REVISIONS ARE NECESSARY BECAUSE OFACTUAL LOCATION OF EXISTING FACILITIES.4.CONTRACTOR SHALL BE RESPONSIBLE FOR DAMAGE TO ANY PUBLIC OR PRIVATE UTILITIES AND/OR STRUCTURESSHOWN OR NOT SHOWN ON THESE PLANS. THE CONTRACTOR IS REQUIRED TO TAKE DUE PRECAUTIONARYMEASURES TO PROTECT THE UTILITIES OR STRUCTURES FOUND AT THE SITE. IT SHALL BE THE CONTRACTOR'SRESPONSIBILITY TO NOTIFY THE OWNERS OF THE UTILITIES OR STRUCTURES BEFORE STARTING WORK (TWO (2)WORKING DAYS NOTICE REQUIRED).5.CONTRACTOR SHALL COMPLY WITH ALL APPLICABLE DIVISION OF INDUSTRIAL RELATIONS (CAL/OSHA OR DOSH)SAFETY STANDARDS, IN ACCORDANCE WITH SECTION 5-3 OF THE SSPWC. CONTRACTOR SHALL PROVIDE PROOF OF APERMIT FROM CAL/OSHA IF REQUESTED BY THE INSPECTOR.6.CONTRACTOR SHALL NOTIFY UNDERGROUND SERVICE ALERT (USA) AT 811 AT LEAST TWO (2) WORKING DAYS PRIORTO THE COMMENCEMENT OF CONSTRUCTION TO ALLOW UTILITY OWNERS TO MARK THE LOCATION OF THEIRRESPECTIVE UNDERGROUND FACILITIES/UTILITIES, PUBLIC OR PRIVATE, SHOWN OR NOT SHOWN ON THESE PLANS.7.THE ENGINEER PREPARING THESE PLANS WILL NOT BE RESPONSIBLE FOR, OR LIABLE FOR, UNAUTHORIZED CHANGESTO OR USES OF THESE PLANS. ALL CHANGES TO THE PLANS MUST BE APPROVED BY THE ENGINEER.8.ALL PERMITS NECESSARY PRIOR TO BEGINNING CONSTRUCTION SHALL BE ISSUED BY THE CITY AT NO COST TO THECONTRACTOR.9.A PERMIT SHALL BE OBTAINED FROM THE PUBLIC WORKS DEPARTMENT FOR ALL IMPROVEMENT WORK WITHIN THEPUBLIC RIGHT OF WAY AND ALL GRADING OPERATIONS ON PRIVATE PROPERTY.10.ACRONYMS AND ABBREVIATIONS ARE PER STANDARD SPECIFICATION AND PLANS AND SUPPLEMENTED BY CALTRANSSTANDARD PLANS A3A, A3B, A3C, AND THIS SHEET.11.WORK IN PUBLIC STREETS, ONCE BEGUN, SHALL BE PERFORMED TO COMPLETION WITHOUT DELAY SO AS TOPROVIDE MINIMUM INCONVENIENCE TO ADJACENT PROPERTY OWNERS AND TO THE TRAVELING PUBLIC.12.CONTRACTOR SHALL TAKE ALL NECESSARY AND PROPER PRECAUTION TO PROTECT ADJACENT PROPERTIES FROMALL DAMAGE THAT MAY OCCUR FROM STORM WATER RUNOFF AND/OR DEPOSITION OF DEBRIS RESULTING FROM ANYAND ALL WORK IN CONNECTION WITH CONSTRUCTION.13.CONTRACTOR SHALL FIELD VERIFY ALL CONTROLLING DIMENSIONS PRIOR TO ORDERING MATERIALS ANDCOMMENCING WORK.14.THE CONTRACTOR SHALL DESIGN, CONSTRUCT, AND MAINTAIN ALL SAFETY DEVICES, INCLUDING SHORING, ANDSHALL BE SOLELY RESPONSIBLE FOR CONFORMING TO ALL LOCAL, STATE, AND FEDERAL SAFETY AND HEALTHSTANDARDS, LAWS, AND REGULATIONS.15.ALL TRENCH REPAIR, BACKFILL, AND COMPACTION SHALL BE INSPECTED BY THE PUBLIC WORKS DEPARTMENT.16.THROUGHOUT ALL PHASES OF CONSTRUCTION, INCLUDING SUSPENSION OF WORK, UNTIL FINAL ACCEPTANCE OFTHE PROJECT, THE CONTRACTOR SHALL KEEP THE WORK SITE CLEAN AND FREE FROM RUBBISH AND DEBRIS. THECONTRACTOR SHALL ALSO ABATE DUST NUISANCE BY CLEANING, SWEEPING, AND SPRINKLING WITH WATER ANDUSING DUST FENCES OR OTHER METHODS AS DIRECTED BY THE CITY THROUGHOUT THE CONSTRUCTIONOPERATION.17.ALL DAMAGE CAUSED TO PUBLIC STREETS, INCLUDING HAUL ROUTES, ALLEYS, SIDEWALKS, CURBS, STREETFURNISHINGS, OR TO PRIVATE PROPERTY SHALL BE REPAIRED AT THE SOLE EXPENSE OF THE CONTRACTOR TO THEENGINEER'S SATISFACTION.18.SAWCUTTING OF EXISTING PAVEMENT SHALL BE TO A CLEAN STRAIGHT EDGE AS DIRECTED BY THE CITY INSPECTOR.19.ALL SUBSURFACE WORK SHALL BE PERFORMED IN ACCORDANCE WITH THE REQUIREMENTS ANDRECOMMENDATIONS CONTAINED IN THE GEOTECHNICAL REPORT PERFORMED BY OAKRIDGE GEOSCIENCE, INC.DATED NOVEMBER 20, 2017 AND IN ACCORDANCE WITH THE PROJECT SPECIFICATIONS.STORMWATER POLLUTION PREVENTION NOTES1.THE CONTRACTOR SHALL COMPLY WITH THE GENERAL PERMIT FOR DISCHARGES OF STORM WATER ASSOCIATED WITHCONSTRUCTION ACTIVITY CONSTRUCTION GENERAL PERMIT ORDER 2022-0057-DWQ BY PREPARING AND IMPLEMENTINGA STORM WATER POLLUTION PREVENTION PLAN (SWPPP). THE CONTRACTOR HAS A NUMBER OF RESPONSIBILITIES ASDELINEATED IN THE GENERAL PERMIT, INCLUDING, BUT NOT LIMITED TO, THE PROVISION OF EROSION CONTROL ANDPOLLUTION CONTROL MEASURES AND MANAGEMENT, LOG-KEEPING, TRAINING CERTIFICATES, AND AMENDING ANDUPDATING THE SWPPP AS CALLED FOR DUE TO SITE CONDITIONS WHICH CAN VARY SEASONALLY.SURVEY MAPPING NOTES INFORMATIONCONDUCTED BY MNS ENGINEERS, INC. ON 2017 JULY 26BASIS OF BEARINGS AND MEASUREMENTSALL DISTANCES, BEARINGS, AND COORDINATES ARE BASED ON ZONE 5 OF THE CALIFORNIA COORDINATE SYSTEM (CCS),NAD83 (2011), EPOCH 2010.00. THE HORIZONTAL ADJUSTMENT WAS PERFORMED BY UTILIZING 3 CONTINUOUSLY OPERATINGREFERENCE STATIONS (CORS) TO ESTABLISH HORIZONTAL COORDINATE VALUES. THE MEASURED DISTANCES FOR THEPROJECT ARE GROUND DISTANCES. GROUND DISTANCES WERE OBTAINED BY DIVIDING THE GRID DISTANCES USING THECOMBINED FACTOR OF 0.9999724245 CALCULATED AT CONTROL POINT 4 (N1829927.14, E6619428.33)BASIS OF ELEVATIONSELEVATIONS ARE BASED ON TWO PUBLISHED BENCHMARKS PROVIDED BY THE COUNTY OF LOS ANGELES DEPARTMENT OFPUBLIC WORKS ON THE NAVD88 VERTICAL DATUM.BM NO. G 2128, ELEV. = 765.163' (CONTROL POINT 206), DESC. = RDBM NAIL AND TAG IN WEST CATCH BASIN OF DIAMOND BARBOULEVARD 2' NORTH OF BCR AT NORTHWEST CORNER OF GOLDEN SPRINGS DRIVE.BM NO. G 4197, ELEV. = 728.435' (CONTROL POINT 202), DESC. = RDBM NAIL AND TAG IN WEST CATCH BASIN OF DIAMOND BARBOULEVARD 30' SOUTH OF BCR AT SOUTHWEST CORNER OF GENTLE SPRINGS LANE.CONTRACTOR SHALL LOCATE, PROTECT, AND SAVE ANY AND ALL SURVEY MONUMENTS THAT WILL BE OR MAY BE DAMAGEDOR DESTROYED BY THEIR OPERATIONS. ONCE FOUND, THE CONTRACTOR SHALL THEN NOTIFY THE CITY ENGINEER. THECITY SHALL RESET ALL SAID MONUMENTS. EXISTING SURVEY MONUMENTS THAT WILL BE IMPACTED SHOULD BE IDENTIFIED,ESTABLISH TIES PRIOR TO CONSTRUCTION AND AFTER CONSTRUCTION.LEGENDEX ELECTRICAL - SCEEX ELECTRICAL - TRAFFIC SIGNALEX STORM DRAIN - LA COUNTYEX STORM DRAIN (DIA 24" OR LARGER) - LA COUNTYEX SANITARY SEWER - LA COUNTYEX GAS LINE - SOCALGASEX WATER LINE - WVWDEX WATER LINE (DIA 24" OR LARGER) - WVWDEX FIBER OPTIC - FRONTIER / SUNESYSEX COMMUNICATIONS - CHARTER / AT&TRIGHT-OF-WAY LINEPROPERTY LINESAWCUTCOLD MILL AND OVERLAY LIMITSGENERAL NOTESG-22 CUT LINEFILL LINETRAFFIC SIGNAL POLESTREET LIGHTBOLLARDFIRE HYDRANTDECORATIVE SIGN POLE
SS245246247248249250APN 8717-008-186379 S DBBAPN 8717-009-901501 DBBLORBEER MIDDLE SCHOOLAPN 8717-008-185325 S DBBAPN 8717-008-028315 S DBBAPN 8281-010-054350 S DBBAPN 8281-010-062334 S DBBAPN 8281-010-061324 S DBBAPN 8701-001-004405 CHARMINGDALE RDDIAMOND BAR BOULEVARDa1a2a3a4b1b2b3b4c1c2c3c4c5c6c7c8d1d2d3d4e1e3e4e5e6e8e9e11e12e10e7e2f1f5f8f10f12f11f9f7f6f4f3f221111091212EEL PBSA*WMA*WVA*WVESL PBPSS MHA*WMA*WMESL PBA*WMR*ARVA*WVA*WVS4PSS MH4RLBFAPTREEPTREEPSD MHPWMPICVA*FTR MHPSS COLICVR*ARVLICVESLESLESLESLR*FHR*FHPFHR*FHESLESLESLA*WVTTS PBTTSPTTS PBPARVPEL METERTTS PBTTS PBTTSPTTSPTTSPASD MHASS MHPSLTTS PBTTS PBTTSPTTSPA*WVTTS PBTTS PBTTS PBTTSPTTSPTTS PBESL PBESL PBPICVVA*WVA*WVA*FTR PBRLBFA135A*WV4S48" RCP SD18" CCP16" ACP 6" GASCAUTION:8" HP GASCHARTER 12" ACP16" CCP12" ACP SCE18" RCP FTR/CCI12" DIP4" GAS18" ACP24" CCP12" ACPFTRSCE8" ACPFTRSCE15" VCP54" RCPAT&TFTR/SCE/SUNESYSCAUTION:8" HP GAS18" RCP15" RCPPGVA*EL METERRLBFASSSSCSCSCSC2WSC12R2R2R2R2B2B2C2C2W52D2D2D2SMMMMTTS PBTTS CABM2D2C2C24" CCPSCE2W2C2W2CSC15" VCPSCE15" RCP44CUTFILLFILL (10:1 MAX)PTREEPTREESC8" VCP
44ASS MH44FILLEX R/WEX R/WEX R/WEX R/WSCSCSC2M2M2M2MMMSCL2.5" WM/POC2SCOBBLESTONE11SCSC11111PWALLSCEATS PB13ATS PBLBFAVERIZON
SAWCUT POINT DATAIDa1a2a3a4b1b2b3b4c1c2c3c4c5c6c7STATION-OFFSET244+80.35 44.00' LT244+95.35 44.00' LT244+95.35 44.21' RT244+80.95 44.21' RT245+19.51 82.10' LT245+19.39 68.00' LT245+75.36 68.00' LT245+75.29 82.36' LT245+13.35 45.00' LT245+57.35 45.00' LT245+57.35 6.00' LT245+80.35 6.00' LT245+80.35 21.00' RT245+61.35 48.00' RT245+23.96 48.00' RTSAWCUT POINT DATAIDc8d1d2d3d4e1e2e3e4e5e6e7e8e9e10STATION-OFFSET245+13.35 38.42' RT245+19.25 84.45' RT245+19.23 66.00' RT245+75.25 66.00' RT245+75.33 82.67' RT245+98.35 36.00' LT245+98.35 1.00' LT246+36.33 36.00' LT246+36.33 26.00' LT247+45.81 26.00' LT247+51.96 36.00' LT248+04.85 1.00' LT248+04.85 36.00' LT248+31.26 35.29' LT248+89.05 12.00' LTSAWCUT POINT DATAIDe11e12f1f2f3f4f5f6f7f8f9f10f11f12STATION-OFFSET248+97.69 31.73' LT249+24.85 31.00' LT245+98.35 15.00' RT245+98.35 36.00' RT247+34.09 36.00' RT247+34.09 30.00' RT248+56.41 15.00' RT248+57.53 30.00' RT248+61.21 35.98' RT248+81.70 14.32' RT248+82.83 35.29' RT249+24.98 12.00' RT249+49.25 31.73' RT249+76.41 31.00' RTDISPOSITION NOTESPROTECT IN PLACEADJUST TO GRADERELOCATESAWCUT LINECOLD MILL (2" THICK)DISPOSITION OF EXISTING SIGN PERSS-SHEETSDISPOSITION PER E-SHEETSDISPOSITION PER L-SHEETSDISPOSITION PER T-SHEETSPRESERVE AND RESET EXISTING MONUMENTADJUST TO GRADE BY OTHERSRELOCATE BY OTHERSREMOVE EXISTING AC PAVEMENTREMOVE EXISTING CONCRETE BUS PADREMOVE EXISTING CURB AND/OR GUTTERREMOVE EXISTING DRIVEWAYREMOVE EXISTING MEDIANREMOVE EXISTING CURB RAMPREMOVE EXISTING STAIRSREMOVE EXISTING SIDEWALK/WALKWAYREMOVE EXISTING TREERELOCATE EXISTING BUS SHELTERINSTALL WATERTIGHT MANHOLE COVERREPLACE PULLBOX LIDPARLSCMSELTVA*R*12B2C2D2M2R2S2W451213LEGENDREMOVE CONCRETE FACILITYREMOVE AC PAVEMENTCOLD MILL AND OVERLAY LIMITSPOTHOLE - SEE LOCATION DATAON SHEET DM-3GOLDENSPRINGS DRIVEKnow what'sbelow.Callbefore you dig.DIAMOND BAR BOULEVARDCOMPLETE STREET PROJECTC:\Box\Projects\cidib Diamond Bar\cidib.170131 Diamond Bar Blvd Streetscape\2 Engineering\_CAD\2 Sheets\Demo.dwgWed 20.Aug.25 09:17:31 AM
PREPARED BY:SUBMITTEDREVIEWEDAPPROVEDR E G ISTERED
PROFESSIONAL ENGINEERSTATE OF CALIFORNIA Michael IpNo.43671Exp. 3/31/27CIVILDEPARTMENT OF PUBLIC WORKSC I T Y O F D I A M O N D B A RSTATE OF CALIFORNIADAVID G. LIU, P.E.RCE 44053DATEDIRECTOR OF PUBLIC WORKS / CITY ENGINEERCall: Toll Free811 OR 1-800-227-2600TWO WORKING DAYS BEFORE YOU DIGDATE: 03/29/2024 47100 E. Thousand Oaks Blvd., Suite 105Thousand Oaks, CA 91360805-692-6921 | www.mnsengineers.comSHEET__ OF__SIGNED:05/06/2024PN SI256
MATCH LINE - STA 250+50
SEE SHEET DM-2
0'20'20'10'10'1 inch = 20 ft.0'PSS MHDEMOLITION AND UTILITY DISPOSITION PLANSTA 244+50 TO 250+50DM-13
251252253254255256APN 8717-008-028315 S DBBAPN 8717-008-028315 S DBBAPN 8717-008-028301 S DBBAPN 8717-008-903CARLTON J PETERSON DIAMOND BARBOULEVARD PUMP PLANT (WVWD)APN 8717-008-020235 S DBBAPN 8281-010-051240 S DBBAPN 8281-010-060DIAMOND BAR BOULEVARDe13e14e15e16f13f14f17f18f16f15h1h2h3h4h6h5i1i2i3i4j1j2j3g1g2k1k2141387A*WMPFHESL4444A*FTR PB4TTSPTTS PBTTSPTTS PBASS MHTTS PBPTREEPSD MHTTSP4A*FTR MH4LICVSLICVS5RLBFAPE MHA*WVPTREETTS PBTTS PBSESL PBLICVPTREETTSPESL PBA*FTR MHSPTREEPTREEPICVA*WVPTREE4LICVLICVLICVTTSPA*PBTTS CABTTS PBLICVTTSP4ESLTTS PBESLRLBFAR*EL METERTTS PBA*EL PBEEL PEDESTALTTS PBSESLA*WMA*WMPFHPFHPFHESLESLESLSCPEL PBPICVPTREEPSLA*WMPARVRLBFA18" ACPFTRCAUTION:8" HP GAS18" SMLCSCE54" RCPPTREE18" RCP24" DIP12" ACPFTRSCE24" CCPSCE24" CCP
18" SMLC
27" CCP
A*EL VAULT15" VCP2" GASSCE24" DIPSCEFTR27" CCPSCEFTR15" VCP12" RCPSSS2B2C2B52W2W2W2C2D2D2D2D3MMMASS MHTTS PBTTSPSCSCLIRR CTRLSA*WM8" ACP6" ACPA*WVVV2CM2W2C2W2CSC60" RCPM2C2W2C2C2C2C1CAUTION:8" HP GASCUTCUTSCA*WMRLBFAA*WMTTS PBPBFATSICA*WV2C2C2C2CEX R/WEX R/WEX R/WEX R/W2M2M2M2MSCSCSCSCSC11SCSC11SCSC11SCSC11SCSC111PCURBSAWCUT POINT DATAIDe13e14e15e16f13f14f15f16f17f18g1g2h1h2h3STATION-OFFSET252+45.42 31.00' LT252+49.09 25.00' LT253+39.71 25.00' LT253+39.71 12.00' LT251+57.29 12.00' RT251+75.91 6.00' RT252+45.42 31.00' RT252+49.09 25.00' RT253+39.71 6.00' RT253+39.71 25.00' RT253+71.81 82.49' LT253+71.54 76.01' LT253+57.71 31.00' LT254+03.53 31.00' LT254+03.53 6.00' LTSAWCUT POINT DATAIDh4h5h6i1i2i3i4j1j2j3k1k2STATION-OFFSET254+36.30 6.00' LT254+36.30 31.00' RT253+57.71 31.00' RT254+54.30 31.00' LT254+54.30 6.00' LT255+80.69 6.00' LT255+98.55 12.00' LT254+54.30 12.00' RT254+54.30 31.00' RT256+41.43 12.00' RT254+29.03 71.50' RT254+28.95 72.94' RTLEGENDREMOVE CONCRETE FACILITYREMOVE AC PAVEMENTCOLD MILL AND OVERLAY LIMITSPOTHOLE - SEE LOCATION DATAON SHEET DM-3DISPOSITION NOTESPROTECT IN PLACEADJUST TO GRADERELOCATESAWCUT LINECOLD MILL (2" THICK)DISPOSITION OF EXISTING SIGN PERSS-SHEETSDISPOSITION PER E-SHEETSDISPOSITION PER L-SHEETSDISPOSITION PER T-SHEETSPRESERVE AND RESET EXISTING MONUMENTADJUST TO GRADE BY OTHERSRELOCATE BY OTHERSREMOVE EXISTING AC PAVEMENTREMOVE EXISTING CONCRETE BUS PADREMOVE EXISTING CURB AND/OR GUTTERREMOVE EXISTING DRIVEWAYREMOVE EXISTING MEDIANREMOVE EXISTING SIDEWALK/WALKWAYREMOVE EXISTING CURB DRAINREMOVE EXISTING TREERELOCATE EXISTING BUS SHELTERINSTALL WATERTIGHT MANHOLE COVERPARLSCMSELTVA*R*12B2C2D2M2W34512Know what'sbelow.Callbefore you dig.DIAMOND BAR BOULEVARDCOMPLETE STREET PROJECTC:\Box\Projects\cidib Diamond Bar\cidib.170131 Diamond Bar Blvd Streetscape\2 Engineering\_CAD\2 Sheets\Demo.dwgWed 20.Aug.25 09:17:31 AM
PREPARED BY:SUBMITTEDREVIEWEDAPPROVEDR E G ISTERED
PROFESSIONAL ENGINEERSTATE OF CALIFORNIA Michael IpNo.43671Exp. 3/31/27CIVILDEPARTMENT OF PUBLIC WORKSC I T Y O F D I A M O N D B A RSTATE OF CALIFORNIADAVID G. LIU, P.E.RCE 44053DATEDIRECTOR OF PUBLIC WORKS / CITY ENGINEERCall: Toll Free811 OR 1-800-227-2600TWO WORKING DAYS BEFORE YOU DIGDATE: 03/29/2024 47100 E. Thousand Oaks Blvd., Suite 105Thousand Oaks, CA 91360805-692-6921 | www.mnsengineers.comSHEET__ OF__SIGNED:05/06/2024PN SI256
MATCH LINE - STA 256+50
SEE SHEET DM-3
MATCH LINE - STA 250+50SEE SHEET DM-1
0'20'20'10'10'1 inch = 20 ft.0'DEMOLITION AND UTILITY DISPOSITION PLANSTA 250+50 TO 256+50DM-24
257258259260261APN 8717-008-005205 S DBBAPN 8717-008-003141 S DBBAPN 8717-008-010APN 8717-008-001121 S DBBAPN 8281-024-052150 S DBBAPN 8281-101-049206 S DBBAPN 8281-010-050218 S DBBNORTH DIAMOND BAR PUMP PLANT (WVWD)i5i6j4j5j6l1l2l3l4m1m2m3m4m5m6m7m8n1n2n3n4o1o2o3o4DIAMOND BAR BOULEVARD1516175346EX CITY R/W
EX CALTRANS R/W A*FTR PB4TTS PBTTS PBR*EMTTTS PBTTS CABSTTS PBPSLA*EL PBTTS PBTTSPASS MHTTSP2EA*WMPFHA*FTR VAULTTTS PBA*EL PBTTS PBPICVTTS PBTTSPASD MHTTS PBA*EL PBPCURBASS MHSESLESLTTSPESL66A*GVTTS PBSTTS PBCAUTION:12" HP GAS66" RCP60" RCPSCEFTR15" VCP24" DIPSCE27" CCPFTR6" ACP24" DIPSCEFTR27" CCP18" VCPFTR12" VCP
SCE12" VCP
24" RCP
SCE
3" GAS
12" ACP
SCE
12" ACP
8" ACP
FTRPICVSSS
SSSSA*WVA*WVSCTTS PB2R32R2R2R2P2P32D2D2D2D2D2C2DTTS PB2D2WTTSPTTSPSCMSCMMMMCAUTION:8" HP GAS12" HP GAS IN16" CASINGUNDER INTERSECTIONVVVVSCSCSCMFTR 2C12C2W2C1SC2W2C2C11TSICTS ICA*WMEX R/WEX R/WEX R/WEX R/W2M2MSCSCSC1SC11SC1A*WV11SCPCURBPCURBPCURB2CPCURBPCURBPOTHOLE LOCATION DATANO.12A2345678910A10111213A13141516A1617UTILITY /FACILITYCOMM / 4" PVCCITY TRAFFIC / 2.5" CSCG / 8" STEELWVWD / 6" ACPFTR / 2' X 1' ENCSSCG / 3" STEELSCG / 12" STEELSCG / 8" STEELFTR / (4X2) 4" PVCSCG / 8" STEELUNK / 2" CWVWD / 12" ACPCOMM / (2) 4" CFTR / (4X2) 4" PVCCITY TRAFFIC / 2" PVCWVWD / 12" ACPFTR / 4" PVCFTR / (4X2) 4" PVCCITY TRAFFIC / 2.5" CFTR / 4" FOWVWD / 6" ACPDEPTH(EXISTINGGRADE TO TOPOF FACILITY)3.2'1.4'2.4'4.8'0.0'2.2'4.6'2.8'6.4'2.9'2.2'3.1'2.9'3.6'2.8'3.2'2.7'3.7'2.9'2.8'4.2'EXISTINGGRADEELEV766.35765.76765.76727.17726.96727.44727.16736.80736.04760.98758.31758.31758.39749.76745.09745.09745.35729.36728.98728.98728.94STATION-OFFSET245+96 68' LT245+92 66' RT245+92 66' RT258+41 53' LT258+46 57' LT258+33 47' LT258+38 50' RT254+48 51' RT254+47 46' RT247+23 51' RT247+87 52' LT247+87 52' LT247+86 57' LT249+97 44' RT251+64 53' LT251+64 53' LT251+56 56' LT256+92 44' RT257+56 57' LT257+56 57' LT257+56 53' LTNORTHING182935518294251829425183040518304071830402183045918301341830130182952618295241829524182952018297521829839182983918298301830334183033218303321830334EASTING661961666197296619729661894766189416618957661903566192496619245661964666195256619525661952166194906619317661931766193196619110661899066189906618993SAWCUT POINT DATAIDi5i6j4j5j6l1l2l3l4m1m2m3m4m5m6STATION-OFFSET258+33.53 31.00' LT258+33.53 12.00' LT256+61.30 6.00' RT258+33.53 6.00' RT258+33.53 31.00' RT258+55.53 83.84' LT258+55.53 61.85' LT258+86.45 65.19' LT258+85.54 81.93' LT258+51.53 43.31' LT258+63.07 44.56' LT258+63.07 31.50' LT258+92.32 31.50' LT258+92.32 49.00' RT258+58.93 49.00' RTSAWCUT POINT DATAIDm7m8n1n2n3n4o1o2o3o4STATION-OFFSET258+58.93 6.00' RT258+51.53 6.00' RT258+56.32 82.03' RT258+56.32 67.00' RT258+88.32 67.00' RT258+88.32 79.07' RT259+26.53 37.00' LT259+11.32 37.00' LT259+11.32 44.00' RT259+66.51 44.00' RTLEGENDREMOVE CONCRETE FACILITYREMOVE AC PAVEMENTCOLD MILL AND OVERLAY LIMITSPOTHOLE - SEE LOCATION DATAON SHEET DM-3DISPOSITION NOTESPROTECT IN PLACEADJUST TO GRADERELOCATESAWCUT LINECOLD MILL (2" THICK)DISPOSITION OF EXISTING SIGN PERSS-SHEETSDISPOSITION PER E-SHEETSDISPOSITION PER L-SHEETSDISPOSITION PER T-SHEETSPRESERVE AND RESET EXISTING MONUMENTADJUST TO GRADE BY OTHERSRELOCATE BY OTHERSREMOVE EXISTING AC PAVEMENTREMOVE EXISTING CURB AND/OR GUTTERREMOVE EXISTING DRIVEWAYREMOVE EXISTING ABANDONED WATER METERREMOVE EXISTING PARKWAY DRAINREMOVE EXISTING MEDIANREMOVE EXISTING CURB RAMPREMOVE EXISTING SIDEWALK/WALKWAYREMOVE EXISTING CURB DRAINREMOVE EXISTING TREEREMOVE EXISTING CATCH BASIN -SEE SHEET D-1INSTALL WATERTIGHT MANHOLE COVERPARLSCMSELTVA*R*12C2D2E2P2M2R2W34612PALOMINO
DRIVE
GENTLE SPRINGS
LANEKnow what'sbelow.Callbefore you dig.DIAMOND BAR BOULEVARDCOMPLETE STREET PROJECTC:\Box\Projects\cidib Diamond Bar\cidib.170131 Diamond Bar Blvd Streetscape\2 Engineering\_CAD\2 Sheets\Demo.dwgWed 20.Aug.25 09:17:31 AM
PREPARED BY:SUBMITTEDREVIEWEDAPPROVEDR E G ISTERED
PROFESSIONAL ENGINEERSTATE OF CALIFORNIA Michael IpNo.43671Exp. 3/31/27CIVILDEPARTMENT OF PUBLIC WORKSC I T Y O F D I A M O N D B A RSTATE OF CALIFORNIADAVID G. LIU, P.E.RCE 44053DATEDIRECTOR OF PUBLIC WORKS / CITY ENGINEERCall: Toll Free811 OR 1-800-227-2600TWO WORKING DAYS BEFORE YOU DIGDATE: 03/29/2024 47100 E. Thousand Oaks Blvd., Suite 105Thousand Oaks, CA 91360805-692-6921 | www.mnsengineers.comSHEET__ OF__SIGNED:05/06/2024PN SI256
MATCH LINE - STA 256+50SEE SHEET DM-2
0'20'20'10'10'1 inch = 20 ft.0'DEMOLITION AND UTILITY DISPOSITION PLANSTA 256+50 TO STA 261+50DM-35
38' & VAREX "DBB"CLEX R/WWEST
EX R/W
EAST22' & VAR6'& VAR6', 11',& VAR(8')(48')5'& VAR5'29' & VAR(12')(8')3', 5',& VAR(48')32' & VAR5', 8',& VAR14', 17', & VAR0', 3',5', 8',& VAR32' & VAR5', 11'& VAR29' & VAR14' , 17', & VAR60'60'120'(12')38', 43', & VAR17', 22', & VAR(40')(40')-1.3%-1.3%TYPICAL SECTION - DIAMOND BAR BLVDNOT TO SCALESTA 249+04.85 TO 250+91.72STA 255+60.80 TO 256+77.03TC PGTC PGTC PGTC PGEXISTING GRADE2W4A2CL1A5A15B35A11BL1B15A35B15A2W4A2CL1A2C2C77MGEX "DBB"CLEX R/WWEST
EX R/W
EAST-1.3%(5')(48')(12')(3')(48')(40')(48')38'4'5'5', 11',& VAR29'9', 15',& VAR32'0', 5',8', &VAR14', 17', 22', & VAR0', 5',8', &VAR38'5', 11', & VAR39'60'60'120'38'22'22'(12')2'14', 17', 22', & VARTYPICAL SECTION - DIAMOND BAR BLVDNORTHBOUND TURN POCKETNOT TO SCALESTA 250+91.71 TO 253+37.71STA 256+77.03 TO 258+31.53-1.3%TC PGTC PGTC PGTC PGEXISTING GRADE2W4A2CL1A5A15B35A11B1B15A35B15A2W4A2CL1A2C2C4M77EX "DBB"
CL
EX "DBB"
WEST
EX R/W
EAST-1.3%-1.3%(6')(48')(12')(6')(48')(48')(36')38' OR 43'4' OR 9'9'5', 15',& VAR39' OR 49'3' OR 5'38' OR 43'0', 3', 5'5.67',8', &VAR11.33', 12', 14',17', & VAR0', 3', 5'5.67',8',& VAR32'5' OR 11'29'60'60'120'38' OR 43'17' OR 22'17' OR 22'(12')2'11.33', 14',17', & VARTYPICAL SECTION - DIAMOND BAR BLVDSOUTHBOUND TURN POCKETNOT TO SCALESTA 246+00.35 TO 248+04.85STA 254+56.30 TO 255+60.80TC PGTC PGTC PGTC PGEXISTING GRADE2W4A2CL1A5A15B35A11B4M1B15A35B15A2W4A2CL1A2C2C77EX R/WEXISTING GRADE4:1 MAX2' AT -5%BACK OF WALK PG PERDETAIL 7 ON SHEET CD-2TYPICAL GRADING SECTIONNOT TO SCALESTA 249+11 TO 249+740.25'
MAX 2'20:1 MAX20:1MAXMEDIAN GRADING DETAILNOT TO SCALE0.17'
MAXKnow what'sbelow.Callbefore you dig.DIAMOND BAR BOULEVARDCOMPLETE STREET PROJECTC:\Box\Projects\cidib Diamond Bar\cidib.170131 Diamond Bar Blvd Streetscape\2 Engineering\_CAD\2 Sheets\Typicals.dwgMon 22.Apr.24 05:49:26 PM
PREPARED BY:SUBMITTEDREVIEWEDAPPROVEDR E G ISTERED
PROFESSIONAL ENGINEERSTATE OF CALIFORNIA Michael IpNo.43671Exp. 3/31/27CIVILDEPARTMENT OF PUBLIC WORKSC I T Y O F D I A M O N D B A RSTATE OF CALIFORNIADAVID G. LIU, P.E.RCE 44053DATEDIRECTOR OF PUBLIC WORKS / CITY ENGINEERCall: Toll Free811 OR 1-800-227-2600TWO WORKING DAYS BEFORE YOU DIGDATE: 03/29/2024 47100 E. Thousand Oaks Blvd., Suite 105Thousand Oaks, CA 91360805-692-6921 | www.mnsengineers.comSHEET__ OF__SIGNED:05/06/2024PN SI256 CONSTRUCTION NOTESSAWCUT AND REMOVE EXISTING AC PAVEMENT (2" ARHM OVER 6.5" AC OVER 9"CAB PER 1997 PAVEMENT REHAB RECORD DRAWING)REMOVE EXISTING PCC CURB AND GUTTERREMOVE EXISTING PCC SIDEWALKCOLD MILL EXISTING AC PAVEMENT (2" THICK)CONSTRUCT CURB AND GUTTER (TYPE A2-8, W=24") PER SPPWC 120-3CONSTRUCT CURB AND GUTTER (TYPE A3-6, W=12") PER SPPWC 120-3CONSTRUCT PATHWAY PER DETAILS ON SHEETS CH-1, CH-3, AND CD-7. 1.0% MIN,2.0% MAX CROSS SLOPECONSTRUCT DRIVEWAY APPROACH PER DETAILS ON SHEETS CD-2 THROUGHCD-6CONSTRUCT COLORED CONCRETE (MEDIAN, PCC 4" THICK)CONSTRUCT ARHM (TYPE GG-C, 2" THICK) OVER AC (TYPE B-PG 64-10, 6.5" THICK)CONSTRUCT ARHM OVERLAY (TYPE GG-C, 2" THICK) OVER VARIABLE AC LEVELINGCOURSECONSTRUCT BIORETENTION AREA PER DETAILS ON SHEET CD-8SEE MEDIAN GRADING DETAIL HEREONSEE L-SHEETS FOR LANDSCAPING IMPROVEMENTS12C2W31A1B4A4D4M5A5B7MGLTYPICAL SECTIONSX-16
SS245246247248249250DIAMOND BAR BOULEVARDGOLDENSPRINGSDRIVE 60'60'17'43'43'17'9'
2'
6'
32'
32'37'
3'5'EX R/WEX R/WEX R/WEX R/W3'
5'4'2'2'2'8'
2'
5'B4D4D4R4R6B4R4R2B1B4D4DSCSC4A1AL4A1A2C5B6A2CEEEEE5A5A5A5ATTTT1C10 LF5BSCUFHUFHUFHUFHLLLLL4M+37.84 60.00' LTEND WALL+92.90 60.00' LTBEG WALL+43.80 60.00' LTBEG WALL6A+96.79 60.00' LTEND WALL+80.3548.00' LTBCR+15.34 82.20' LTECR+79.34 72.84' LTBCR+79.29 82.38' LTBEG C&GBEG PATH+79.33 82.65' RTBEG C&GBEG PATH+79.28 73.15' RTBCR+80.9247.96' RTBCR+15.4982.94' RTECR+15.5084.44' RT+09.34 43.00' LTECR+00.35 9.00' RTBC+00.35 11.00' RTEC+09.28 43.00' RTECR+04.859.00' RTBC+46.315.06' RTEC+83.392.06' LTBC+24.856.00' LTEC+31.716.00' RTBCEX "DBB" CLN33°09'23"W244+80.95N 1829295.81E 6619735.34MM5ASC5BM5ASC5BMEC1C2C3C4 C5
C6C7C8C10C11C12C13C14CL +37.54W=34.3'CL +58.96W=36.7'+56.4143.00' RTBC+83.2042.28' RTEC+49.6338.72' RTBC+76.4138.00' RTEC5BM5BM5ASC7L7245+47.35CL INTLL+81.4910.33' RTEC6'+04.8543.00' LTBC+31.6442.28' LTEC+24.8538.00' LTEC+98.0638.72' LTBC+47.916.76' RTBC+76.416.00' RTECL11'9'2.67'6.33'+56.4111.00' RTBC6'2'HTYPHTYPCL +65.82W=26.7'CL +32.28W=29.8'5ASC5ASCSEE CURB AT MANHOLE DETAIL ON SHEET CD-511'
9'
5'CROWN2BAPN 8717-008-186379 S DBBAPN 8717-008-185325 S DBBAPN 8717-008-028315 S DBBAPN 8281-010-054350 S DBBAPN 8281-010-062334 S DBBAPN 8281-010-061324 S DBBAPN 8701-001-004405 CHARMINGDALE RD
APN 8281-010-06025'2'2'4X3A3AFILLCUTCUT4X[C]FILL5'3ABLL4A4AFILL1C15 LFTT1C99 LFLE81'5ASC1C18 LF1C34 LFLIRR WM/POCLIRR BFATURELOCATED BFA'SSEE BACK OF SIDEWALKGRADE DETAIL ONSHEET CD-2758756754752750748752750748752750752750748245+00245+50246+00246+50257+00247+50248+00248+50249+00249+50250+00250+50768766764762766764762764762760758IDENTICALPOINTSTC PG 11' RT OF "DBB"TC PG 43' RT OF "DBB"TC PG 43' LT OF "DBB"TC PG 9' RT OF "DBB"TC PG 6' RT OF "DBB"TC PG 6' LT OF "DBB"-1.80%-4.71%+82.35766.97+96.35766.71 772770768766764IDENTICALPOINTSIDENTICALPOINTSIDENTICALPOINTSFS AT CROWNSEE SHEET CD-1,DETAIL 1 FORCURB RETURNELEVATIONSOG AT "DBB" CL-3.91%-4.06%-4.14%+09.28765.66
+90.00
762.32
+76.41
758.95 -4.94%-3.72%-3.96%+09.34765.71+33.74764.51+58.13763.60
+46.80
760.09
-3.14%-3.46%-4.02%-4.12%-3.70%-3.70%-3.99%-4.14%+04.85
757.69
+31.64
756.70
+84.84
758.52
-4.03%-3.73%-3.33%-3.81%+56.41
755.70
+83.20
754.62
+49.63
752.09
+76.41
751.09
+00.00
750.30 SEE SHEET CD-1, DETAIL 1 FORCURB RETURN ELEVATIONS+97.35770.57+12.35770.30 +47.35768.63
TC PG 38' RT OF "DBB"TC PG 38' LT OF "DBB"OG AT "DBB" CLOG AT "DBB" CLEC
EC, END VAR O/S
BC
BC, BEG VAR O/S -4.50%-4.44%-3.95%-3.88%+00.35767.04+50.00764.81+75.00763.70
+00.00
762.71
+79.17
759.64
-4.13%-4.33%-3.88%-4.51%-3.72%-3.47%-2.85%+04.85
758.58
+46.31
756.78
+83.39
755.34
+24.85
753.47
+76.41
751.55
+10.00
750.39
+50.00
749.24-9.65%-4.14%-4.44%-4.17%-3.97%-3.93%-3.70%-3.31%-2.91%-4.14%-4.14%+00.35767.00+50.00764.73+75.00763.62
+00.00
762.58
+04.85
758.41
+56.41
756.28
+81.49
755.24
+47.91
752.63
+76.41
751.58
+31.71
749.75
BC, BEG VAR O/S
EC
BC, BEG VAR O/S
BC
EC, END VAR O/S
BC, BEG
VAR O/S
EC
EC, END VAR O/S
BC
EC, END
VAR O/S
EC
BC, BEG VAR O/S
BC
+98.06
754.24
+24.85
753.17
+50.00
752.16
+00.00
750.43
LEGENDCONSTRUCT AC PAVEMENT SECTION -SEE CONSTRUCTION NOTECOLD MILL AND OVERLAY LIMITS5A5BCURVE TABLECURVE #C1C2C3C4C5C6C7LENGTH54.1754.5346.9747.283.1426.8041.71RADIUS35.0035.0030.0030.001.00500.00220.00DELTA88°41'02"89°15'46"89°41'55"90°17'19"180°00'00"3°04'16"10°51'49"CURVE TABLECURVE #C8C10C11C12C13C14LENGTH25.0926.8041.7128.5226.8021.87RADIUS468.00500.00220.00532.00500.0085.00DELTA3°04'16"3°04'16"10°51'49"3°04'16"3°04'16"14°44'19"CONSTRUCTION NOTESCONSTRUCT CURB AND GUTTER (TYPEA2-8) PER SPPWC 120-3CONSTRUCT CURB AND GUTTER (TYPEA3-6, W=12") PER SPPWC 120-3CONSTRUCT CURB (TYPE A1-8) PER SPPWC120-3CONSTRUCT CONCRETE BUS PAD PERSPPWC 131-2 AND DETAIL ON SHEET CD-5CONSTRUCT DECORATIVE CROSSWALKPER DETAILS ON SHEETS, CH-1, CH-3, ANDCD-7CONSTRUCT CURB DRAIN PER SPPWC150-3 (N=1 UNLESS OTHERWISE SHOWN)[D]=CONSTRUCT DROP INLET CATCH BASINPER CASE II AND N=2CONSTRUCT PATHWAY PER DETAILS ONSHEET CH-1 THROUGH CH-3 AND CD-7CONSTRUCT DRIVEWAY APPROACH PERDETAILS ON SHEETS CD-2 THROUGH CD-6CONSTRUCT COLORED CONCRETE(MEDIAN, PCC 4" THICK) PER DETAILS ONSHEETS CH-1, CH-3, AND CD-7CONSTRUCT CURB RAMP PER SPPWC111-5, SHEETS CD-1 THROUGH CD-4, ANDSHEETS CH-1 THROUGH CH-3EXISTING PATHWAY CONFORM.CONSTRUCT SIDEWALK (PCC, 4" THICK) TONEAREST SCORE LINE.[C]=CONFORM AT RIGHT-OF-WAYCONSTRUCT ARHM (TYPE GG-C, 2" THICK)OVER AC (TYPE B-PG 64-10, 6.5" THICK)CONSTRUCT ARHM OVERLAY (TYPE GG-C,2" THICK) OVER VARIABLE AC LEVELINGCOURSECONSTRUCT CONCRETE SLOUGH WALLPER DETAIL ON SHEET CD-6CONSTRUCT REINFORCED CONCRETESTAIRWAY PER SPPWC 640-4 WITH METALHANDRAILING PER SPPWC 606-4CONSTRUCT BIORETENTION AREA PERDETAILS ON SHEET CD-8INSTALL BUS STOP FACILITIES BY OTHERSELECTRICAL AND STREET LIGHTINGIMPROVEMENTS - SEE E-SHEETSSEE CH-SHEETS FOR HARDSCAPEIMPROVEMENTSSAWCUT LINE -SEE DM-SHEETS FOR LIMITSSEE L-SHEETS FOR LANDSCAPINGIMPROVEMENTSCOLD MILL AND ARHM OVERLAY LIMITSTRAFFIC SIGNAL IMPROVEMENTS -SEE T-SHEETSUTILITY FACILITY -SEE DM-SHEETS FOR DISPOSITION1A1B1C2B2C3A4A4D4M4R4X5A5B6A6B7BEHSCLMTUKnow what'sbelow.Callbefore you dig.DIAMOND BAR BOULEVARDCOMPLETE STREET PROJECTC:\Box\Projects\cidib Diamond Bar\cidib.170131 Diamond Bar Blvd Streetscape\2 Engineering\_CAD\2 Sheets\PlanProfile.dwgFri 22.Aug.25 01:08:45 PM
PREPARED BY:SUBMITTEDREVIEWEDAPPROVEDR E G ISTERED
PROFESSIONAL ENGINEERSTATE OF CALIFORNIA Michael IpNo.43671Exp. 3/31/27CIVILDEPARTMENT OF PUBLIC WORKSC I T Y O F D I A M O N D B A RSTATE OF CALIFORNIADAVID G. LIU, P.E.RCE 44053DATEDIRECTOR OF PUBLIC WORKS / CITY ENGINEERCall: Toll Free811 OR 1-800-227-2600TWO WORKING DAYS BEFORE YOU DIGDATE: 03/29/2024 47100 E. Thousand Oaks Blvd., Suite 105Thousand Oaks, CA 91360805-692-6921 | www.mnsengineers.comSHEET__ OF__SIGNED:05/06/2024PN SI256
MATCH LINE - STA 250+50
SEE SHEET C-2
0'20'20'10'10'1 inch = 20 ft.0'STREET IMPROVEMENT PLAN AND PROFILESTA 244+60 TO STA 250+50C-17
251252253254255256DIAMOND BAR BOULEVARD38'38'22'22'60'60'3'6'
4'
2'
32'38'
6'6'32'EX R/WEX R/WEX R/WEX R/W7'9'
5'2'1B4R4R4R4RB3A4D4D1B2BB4D4D74ASC1A74A1A74A1A74A1A2C5B2CEEEESC5ASCTTSCMMMM1C39 LF3A[D]5'17'UFHUFHUFHUFHESCSCLHTYPLLLLLLLL1C5 LF5A6A6A+30.3060.00' LTBEG WALL+74.45 60.00' LTBEG WALL+36.90 60.00' LTEND WALL+37.716.00' LTBC+53.343.20' RTEC+70.091.20' LTBC+62.58 83.02' LT+37.714.00' LTEC+56.304.00' RTBC+56.306.00' RTEC+38.653.20' RTPRC+20.806.00' LTEC+60.804.00' RTBC+17.036.00' RTBCEX "DBB" CLN33°09'23"W+91.724.00' LTEC+99.173.20' LTBC+82.421.20' RTECLLLC15C16C17
C18C19C205B5ASC5BLL5BM5BLHTYPLL5'
5'CL +33.66W=28.9'CL +84.39W=43.2'CL +09.31W=42.8'CL +96.04W=30.0'LCROWN3A[D]6A+56.48 60.00' LTEND WALL4X1C8 LF4X[M]2BAPN 8717-008-028315 S DBBAPN 8717-008-028315 S DBBAPN 8717-008-028301 S DBBAPN 8717-008-020235 S DBBAPN 8281-010-051240 S DBBAPN 8281-010-060APN 8281-010-050218 S DBBAPN 8717-008-028315 S DBB APN 8717-008-903CARLTON J PETERSON DIAMOND BARBOULEVARD PUMP PLANT (WVWD)3A[D]HTYP4XCUT4X4'HTYP2'7L7LL4A4A2'42'9'6'1C23 LF5'E4M4M32'5'SC5A5A5ASC5ASC5ASC5ASC5ATTTT1C20 LF1C24 LFTSCERELOCATED EMTLEMT FOR IRRLIRR CONTROLLERURELOCATED BFAERELOCATED EMTELIGHTING PBLLIGHTING METER, CONTROLLERT250+50251+00251+50252+00252+50253+00253+50254+00254+50255+00255+50256+00256+50740738736734732730734732730734732734732730750748746744748746744748746744746744742740IDENTICAL POINTSIDENTICAL POINTSTC PG 38' RT OF "DBB"TC PG 4' RT OF "DBB"TC PG 38' LT OF "DBB"TC PG 6' LT OF "DBB"TC PG 6' RT OF "DBB"TC PG 4' RT OF "DBB"OG AT "DBB"PG AT CROWNOG AT "DBB" CL-3.60%-1.73%-3.43%-2.92%-2.36%+55.71
739.92
-2.99%-1.73%-2.63%-3.52%-2.42%+55.71
739.71
+38.30
737.25
+52.30
737.01
+46.00
733.70
+00.00
732.28 -3.14%-1.82%-2.97%+00.00747.29
+35.71
740.29
-1.82%-3.05%-3.04%-3.05%+19.03743.63
+00.00
741.17
+35.71
740.08
TC 38' RT OF "DBB"+38.30
736.95
+56.30
736.64
+00.00
735.14
+95.00
732.36
+38.90
731.32-1.82%-3.38%-1.73%+55.71
740.03
+38.30
737.24
+56.30
736.93 -3.08%-2.99%-3.14%-2.76%+50.00749.24+91.71747.96+70.00745.62+00.00744.68
+37.71
740.88-2.83%-2.58%-2.93%-2.93%+53.34749.12+70.09748.64+91.71748.08+80.00745.49
+37.71
740.88
-3.47%-2.92%-3.26%-2.45%-2.32%+56.30
737.44
+60.80
733.82
+82.42
733.19
+99.17
732.64
+20.80
732.11-3.50%-2.90%-1.60%-1.77%+56.30
737.44
+60.80
733.79
+17.03
732.16
+38.65
731.81
BC, BEG VAR O/S
BC
EC, END VAR O/S
EC
BC, BEG VAR O/S
EC TC PG 6' LT OF "DBB"TC 38' LT OF "DBB"BCECEC, END VAR O/SOG AT "DBB" CLCURVE TABLECURVE #C15C16C17C18C19LENGTH21.873.143.1421.8721.87RADIUS85.001.001.0085.0085.00DELTA14°44'19"180°00'00"180°00'00"14°44'19"14°44'19"CURVE TABLECURVE #C20LENGTH21.87RADIUS85.00DELTA14°44'19"LEGENDCONSTRUCT AC PAVEMENT SECTION -SEE CONSTRUCTION NOTECOLD MILL AND OVERLAY LIMITS5A5BCONSTRUCTION NOTESCONSTRUCT CURB AND GUTTER (TYPEA2-8) PER SPPWC 120-3CONSTRUCT CURB AND GUTTER (TYPEA3-6, W=12") PER SPPWC 120-3CONSTRUCT CURB (TYPE A1-8) PERSPPWC 120-3CONSTRUCT CONCRETE BUS PAD PERSPPWC 131-2 AND DETAIL ON SHEETCD-5CONSTRUCT DECORATIVE CROSSWALKPER DETAILS ON SHEETS, CH-1, CH-3,AND CD-7CONSTRUCT CURB DRAIN PER SPPWC150-3 (N=1 UNLESS OTHERWISE SHOWN)[D]=CONSTRUCT DROP INLET CATCHBASIN PER CASE II AND N=2CONSTRUCT PATHWAY PER DETAILS ONSHEET CH-1 THROUGH CH-3 AND CD-7CONSTRUCT DRIVEWAY APPROACH PERDETAILS ON SHEETS CD-2 THROUGHCD-6CONSTRUCT COLORED CONCRETE(MEDIAN, PCC 4" THICK) PER DETAILS ONSHEETS CH-1, CH-3, AND CD-7CONSTRUCT CURB RAMP PER SPPWC111-5, SHEETS CD-1 THROUGH CD-4,AND SHEETS CH-1 THROUGH CH-3EXISTING PATHWAY CONFORM.CONSTRUCT SIDEWALK (PCC, 4" THICK)TO NEAREST SCORE LINE.[C]=CONFORM AT RIGHT-OF-WAYCONSTRUCT ARHM (TYPE GG-C, 2"THICK) OVER AC (TYPE B-PG 64-10, 6.5"THICK)CONSTRUCT ARHM OVERLAY (TYPEGG-C, 2" THICK) OVER VARIABLE ACLEVELING COURSECONSTRUCT CONCRETE SLOUGH WALLPER DETAIL ON SHEET CD-6CONSTRUCT BIORETENTION AREA PERDETAILS ON SHEET CD-8INSTALL BUS STOP FACILITIES BYOTHERSELECTRICAL AND STREET LIGHTINGIMPROVEMENTS - SEE E-SHEETSSEE CH-SHEETS FOR HARDSCAPEIMPROVEMENTSSAWCUT LINE -SEE DM-SHEETS FOR LIMITSSEE L-SHEETS FOR LANDSCAPINGIMPROVEMENTSCOLD MILL AND ARHM OVERLAY LIMITSTRAFFIC SIGNAL IMPROVEMENTS -SEE T-SHEETSUTILITY FACILITY -SEE DM-SHEETS FOR DISPOSITION1A1B1C2B2C3A4A4D4M4R4X5A5B6A7BEHSCLMTUKnow what'sbelow.Callbefore you dig.DIAMOND BAR BOULEVARDCOMPLETE STREET PROJECTC:\Box\Projects\cidib Diamond Bar\cidib.170131 Diamond Bar Blvd Streetscape\2 Engineering\_CAD\2 Sheets\PlanProfile.dwgFri 22.Aug.25 01:08:45 PM
PREPARED BY:SUBMITTEDREVIEWEDAPPROVEDR E G ISTERED
PROFESSIONAL ENGINEERSTATE OF CALIFORNIA Michael IpNo.43671Exp. 3/31/27CIVILDEPARTMENT OF PUBLIC WORKSC I T Y O F D I A M O N D B A RSTATE OF CALIFORNIADAVID G. LIU, P.E.RCE 44053DATEDIRECTOR OF PUBLIC WORKS / CITY ENGINEERCall: Toll Free811 OR 1-800-227-2600TWO WORKING DAYS BEFORE YOU DIGDATE: 03/29/2024 47100 E. Thousand Oaks Blvd., Suite 105Thousand Oaks, CA 91360805-692-6921 | www.mnsengineers.comSHEET__ OF__SIGNED:05/06/2024PN SI256
MATCH LINE - STA 256+50
SEE SHEET C-3
MATCH LINE - STA 250+50SEE SHEET C-1
0'20'20'10'10'1 inch = 20 ft.0'STREET IMPROVEMENT PLAN AND PROFILESTA 250+50 TO STA 256+50C-28
257258259260261262DIAMOND BAR BOULEVARDPALOMINODRIVE GENTLESPRINGSLANE60'60'5'8'38'38'22'2'32'
STATE
ROUTE 60
EASTBOUND
OFF-RAMPSTATEROUTE 60EASTBOUNDON-RAMP60'
6'EX R/WEX R/WEX R/WEX R/W2'2'
2'DD3AN=44R4R4R4R4D4D1B4D4D4D4D4D3A[D]74A1A74ASC1AL4A1A1A2CM5B5B3BS=x"3AN=25B2CE258+71.53
CL INT
258+72.32
CL INT
5A5ATTTTTTTSCSCSCMMEEEELLL+31.536.00' LTBC+21.5338.00' LTBCR+50.30 59.50' LTEND PATH+51.53 82.60' LTEND C&G+51.53 68.00' LTECR+31.534.00' LTEC+22.3238.00' RTBCR+52.32 82.03' RTEND C&GEND PATH+52.32 68.00' RTECR+92.32 79.07' RT(BCR)+92.32 78.00' RTBEG C&GBEG PATH+22.3248.00' RTECR+91.53 82.25' LTBEG C&GBEG PATH+17.07 48.00' LTECR+66.5148.00' RTEND C&GEND SWKMATCH+65.6960.00' LTEND SWKMATCH259+66.97
BCEX "DBB" CLN33°09'23"WΔ=034°20'23"L=1000.00',R=1668.50'259+66.97N 1830539.88E 6618922.59L+77.034.00' LTEC+55.281.20' LTBC+92.11 71.64' LTBCR5'C21C22C23 C24
C25C
2
6
M5BM5BML5BL5ASC5A5'42'CL +56.10W=32.8'CL +59.03W=24.2'CL +04.07W=18.1'CL +35.06W=38.0'CL +06.52W=29.9'CL +47.49W=30.0'CL +04.76W=27.4'20'20'5'3BS=2.0%3AAPN 8717-008-005205 S DBBAPN 8717-008-003141 S DBBAPN 8717-008-010APN 8717-008-001121 S DBBAPN 8281-024-052150 S DBBAPN 8281-101-049206 S DBBAPN 8281-010-050218 S DBBAPN 8717-008-020235 S DBBEX CITY R/W
EX CALTRANS R/W +26.53 48.00' LTEND C&G, MATCHL2'2'LLL4A4A1C9 LFSC5A5ASC5A5ASC4MSC5'(20.04')(19.74')60'CROWNTHTYP740738736734732730734732730734732732730728732730728726732730728732730728732730728726256+50257+00257+50258+00258+50259+00259+50260+00260+50TC PG AT 38' RT OF "DBB"TC PG 38' LT OF "DBB"TC PG 4' LT OF "DBB"TC PG 6' LT OF "DBB"OG AT "DBB" CL-1.63%-2.68%-1.23%-1.11%+95.01729.82+21.13729.40+91.05728.54+21.53728.20-1.87%-1.76%-1.31%-1.08%+80.53730.34+08.05729.82+62.08728.87+81.60728.62+22.32728.18 -1.27%-1.22%-0.93%-1.42%+48.67727.98
+95.32
727.36
+09.32
727.23
+72.32727.64 -1.62%-0.96%+77.03730.81+70.00729.30+31.53728.71-2.45%-1.93%-1.23%-1.25%+55.41731.52+77.03730.99+30.00729.96+00.00729.10+31.53728.71 BCEC, END VAR O/SPG AT CROWNCURVE TABLECURVE #C21C22C23C24C25C26LENGTH21.993.1447.1247.1237.9147.12RADIUS85.011.0030.0030.0025.0030.00DELTA14°49'19"180°00'00"90°00'00"90°00'00"86°53'00"90°00'00"LEGENDCONSTRUCT AC PAVEMENT SECTION -SEE CONSTRUCTION NOTECOLD MILL AND OVERLAY LIMITS5A5BCONSTRUCTION NOTESCONSTRUCT CURB AND GUTTER (TYPEA2-8) PER SPPWC 120-3CONSTRUCT CURB AND GUTTER (TYPEA3-6, W=12") PER SPPWC 120-3CONSTRUCT CURB (TYPE A1-8) PER SPPWC120-3CONSTRUCT CONCRETE BUS PAD PERSPPWC 131-2 AND DETAIL ON SHEET CD-5CONSTRUCT DECORATIVE CROSSWALKPER DETAILS ON SHEETS, CH-1, CH-3, ANDCD-7CONSTRUCT CURB DRAIN PER SPPWC150-3 (N=1 UNLESS OTHERWISE SHOWN)[D]=CONSTRUCT DROP INLET CATCH BASINPER CASE II AND N=2CONSTRUCT PARKWAY DRAIN (S PERPLAN) PER SPPWC 151-2CONSTRUCT PATHWAY PER DETAILS ONSHEET CH-1 THROUGH CH-3 AND CD-7CONSTRUCT DRIVEWAY APPROACH PERDETAILS ON SHEETS CD-2 THROUGH CD-6CONSTRUCT COLORED CONCRETE(MEDIAN, PCC 4" THICK) PER DETAILS ONCH-SHEETSCONSTRUCT CURB RAMP PER SPPWC111-5, SHEETS CD-1 THROUGH CD-4, ANDSHEETS CH-1 THROUGH CH-3CONSTRUCT ARHM (TYPE GG-C, 2" THICK)OVER AC (TYPE B-PG 64-10, 6.5" THICK)CONSTRUCT ARHM OVERLAY (TYPE GG-C,2" THICK) OVER VARIABLE AC LEVELINGCOURSECONSTRUCT BIORETENTION AREA PERDETAILS ON SHEET CD-8DRAINAGE IMPROVEMENTS -SEE D-SHEETSELECTRICAL AND STREET LIGHTINGIMPROVEMENTS - SEE E-SHEETSSEE CH-SHEETS FOR HARDSCAPEIMPROVEMENTSSAWCUT LINE -SEE DM-SHEETS FOR LIMITSSEE L-SHEETS FOR LANDSCAPINGIMPROVEMENTSCOLD MILL AND ARHM OVERLAY LIMITSTRAFFIC SIGNAL IMPROVEMENTS -SEE T-SHEETSUTILITY FACILITY -SEE DM-SHEETS FOR DISPOSITION1A1B1C2B2C3A3B4A4D4M4R5A5B7DEHSCLMTUKnow what'sbelow.Callbefore you dig.DIAMOND BAR BOULEVARDCOMPLETE STREET PROJECTC:\Box\Projects\cidib Diamond Bar\cidib.170131 Diamond Bar Blvd Streetscape\2 Engineering\_CAD\2 Sheets\PlanProfile.dwgFri 22.Aug.25 01:08:45 PM
PREPARED BY:SUBMITTEDREVIEWEDAPPROVEDR E G ISTERED
PROFESSIONAL ENGINEERSTATE OF CALIFORNIA Michael IpNo.43671Exp. 3/31/27CIVILDEPARTMENT OF PUBLIC WORKSC I T Y O F D I A M O N D B A RSTATE OF CALIFORNIADAVID G. LIU, P.E.RCE 44053DATEDIRECTOR OF PUBLIC WORKS / CITY ENGINEERCall: Toll Free811 OR 1-800-227-2600TWO WORKING DAYS BEFORE YOU DIGDATE: 03/29/2024 47100 E. Thousand Oaks Blvd., Suite 105Thousand Oaks, CA 91360805-692-6921 | www.mnsengineers.comSHEET__ OF__SIGNED:05/06/2024PN SI256 0'20'20'10'10'1 inch = 20 ft.0'STREET IMPROVEMENT PLAN AND PROFILESTA 256+50 TO STA 262+50C-39 MATCH LINE - STA 256+50SEE SHEET C-2
TC 770.21FL 769.54 +89.2249.14' LTTC (770.59)FL (769.96) +80.3548.00' LTMATCHBCRTC/FL 768.91 +02.0255.52' LTTC 769.26FL 768.76 +10.5565.02' RTTC/FL 768.92 +06.9660.05' RTTC/FL 769.00 +03.4256.52' RTTC (770.53)FL (769.85) +80.9247.96' RTMATCHBCRTC (768.47)FL (767.82) +15.5084.44' RTMATCHTC 768.53FL 768.03 +15.4982.94' RTECRTC/FL 765.95 +80.5064.56' RTTC 766.42FL 765.75 +79.2873.15' RTBCRTC (766.40)FL (765.70) +79.3382.65' RTMATCHTC 765.66FL 764.99 +09.2843.00' RTECRTC 766.35FL 765.85 +97.0945.62' LTTC 765.71FL 765.04 +09.3443.00' LTECRTC/FL 766.12 +80.8463.62' LTTC (766.59)FL (766.06) +79.2982.38' LTMATCHTC 766.57FL 766.07 +79.3472.84' LTBCR7TTSPTTSPUPB1A1AA2-67TTSPPFENCEPCURBSCTTSPTTSP72APWALL1ATTSP7TTSPPBACK CURBUFHDIAMOND BAR BOULEVARDGOLDEN SPRINGS DRIVE"DBB" LINETC 770.13FL 769.46 +90.3649.38' RTTC (767.79)FL (767.66) +15.3482.20' LTMATCHECRTC/FL 768.83 +05.7258.89' LTTC 769.14FL 768.47 +09.8064.08' LT1AA2-61AR35'R3
0
'TTSPR35'1AA2-6TC 766.17FL 765.67 +97.4145.42' RTTC 765.45FL 764.78 +14.3143.00' RTFS (770.74) +80.3553.50' LTMATCH-1.5%-7.5%-8.8%-4.6%-1.4%-1.5%-0.8%-6.5%-6.
5
%
-1.0
%-1.0%-4.9%-1.5%-7.5%-5.2%-1.5%-0.4%-7.5%-7.5%-7.5%-5.4%-1.5%-1.5%FS 766.28 +88.6566.95' RTFS 766.00 +00.8053.24' RTFS 766.44 +80.7873.14' RTTC/FS 765.91 +00.4248.03' RTFS (768.78) +08.0784.41' RTMATCHFS 768.86 +07.6382.49' RTFS 768.89 +07.0581.11' RTFS (770.90) +80.7560.00' RTMATCHFS 770.77 +82.3560.00' RTTC/FS 769.40 +02.7469.69' RTTC 769.84FS 769.34 +00.2166.80' RTTC/FS 770.18 +87.9060.11' RTTC 769.92FS 769.42 +96.3063.65' RTFS 766.13 +00.5653.37' LTFS 766.40 +88.9166.28' LTFS 766.58 +80.8472.85' LTFS 766.03 +02.3548.00' LTFS (766.93) +86.7882.42' LTMATCHR30'FS (770.88) +84.8360.37' LTMATCHFS (768.13) +08.0882.75' LTMATCHFS 768.35 +07.6279.46' LTTC 768.87FS 768.37 +06.7579.29' LTTC 769.82FS 769.32 +98.7366.55' LTTC 769.90FS 769.40 +94.7163.54' LTTC 769.57FS 769.07 +01.4969.42' LTTC/FS 770.47 +84.8353.84' LTTC 770.79FS 770.29 +87.8354.45' LTTTSPTTSPTTSPPCURBFS 765.85 +03.3548.67' RTTC/FS 766.05 +00.9047.88' LTTC/FS 765.10 +19.6048.67' RTFS (766.63) +87.4083.35' RTMATCH245+00246+00TC 765.93FL 765.26 +03.5543.55' RTTC 766.04FL 765.37 +03.4343.59' LTFS (765.25) +19.6060.00' RTMATCH88881a71a81a61g41g51g61e61e51e41c61c71c81a41a51g31g21g11g71e71e11e21e31c51c41c11c91a91a11b11b21b31b41b51b61b71b81a31a21i11i21i31i61i71i81d11d21d31d41d51d61d71d81c21c31f51f61f81f71f41f11f21f31h11h21h31h41h51h61h71h81i191i201i171i181i151i161i131i141i111i121i101i91i5HBOLLARD, TYPHTYPR5
.
6
7
'APN 8717-009-901501 DBBLORBEER MIDDLE SCHOOLAPN 8701-001-004405 CHARMINGDALE RDAPN 8717-008-186379 S DBBAPN 8281-010-054350 S DBB1i4-1.8%-1.8%-7.8%-6.7%-6.2%-8.2%-1.6%1.7%-4.1%-1.5%-1
.
5%
-1
.
2%
-
1
.
1%TC/FS 766.18 +92.5968.89' RT-1.2%-1.5%-1.4%-1.5%TC/FS 765.87 +04.8760.62' RT-1.5%1i21-1.5%HCROSSWALK, TYP1AA2-6FS 766.08 +98.5248.81' LTFS 766.35 +84.1664.72' LTFS 769.25 +01.9962.97' LTFS 769.32 +98.3059.61' LTFS 765.52 +14.3160.00' LTFS 766.68 +89.7275.85' LT4RFS 769.34 +00.2459.70' RTFS 769.26 +03.7763.23' RTFS 766.21 +83.8565.55' RTFS 765.93 +98.8348.65' RT4RRET CURB H VAR, MATCH TC TO EG4R4R4RRET CURB^4661CTYPICAL GUTTER PANTRANSITION DETAILPAVER CROSSWALKNOT TO SCALE3' MINTRANSITIONTYPICAL TYPE A2GUTTER PANDETECTABLE WARNING SURFACEPAVER CROSSWALKTRANSVERSE CURBTYPICAL TYPE A2GUTTER PAN3' MINTRANSITIONCURBPAVEMENTTRANSVERSE CURB5% MAXFOR 2' MINFS ELEVATION DATAID1a11a21a31a41a51a61a71a81a91b11b21b31b41b51b61b71b81c11c21c31c4STATION-OFFSET244+97.35 50.14' LT245+03.37 54.04' LT245+07.07 57.41' LT245+11.48 63.00' LT245+17.35 63.00' LT245+17.35 49.00' LT245+11.35 49.00' LT245+11.35 43.00' LT244+97.35 43.00' LT245+12.96 57.89' LT245+14.85 56.00' LT245+12.96 54.11' LT245+11.08 56.00' LT245+04.35 49.27' LT245+06.24 47.39' LT245+04.35 45.50' LT245+02.46 47.39' LT244+97.35 50.02' RT245+04.84 55.10' RT245+08.37 58.64' RT245+12.27 64.00' RTELEVATION769.29'768.94'768.85'768.63'768.49'768.70'769.14'769.44'769.65'768.65'768.66'768.76'768.75'769.21'769.28'769.41'769.34'769.38'769.06'768.99'768.75'FS ELEVATION DATAID1c51c61c71c81c91d11d21d31d41d51d61d71d81e11e21e31e41e51e61e71f1STATION-OFFSET245+18.35 64.00' RT245+18.35 50.00' RT245+11.35 50.00' RT245+11.35 44.00' RT244+97.35 44.00' RT245+04.35 46.50' RT245+02.46 48.39' RT245+04.35 50.27' RT245+06.24 48.39' RT245+13.96 55.11' RT245+12.08 57.00' RT245+13.96 58.89' RT245+15.85 57.00' RT245+96.35 43.73' RT245+78.58 64.00' RT245+70.35 64.00' RT245+70.35 50.00' RT245+82.35 50.00' RT245+82.35 37.00' RT245+96.35 37.00' RT245+89.35 39.50' RTELEVATION768.79'769.00'769.21'769.38'769.63'769.41'769.36'769.26'769.31'768.99'768.97'768.89'768.92'765.74'766.02'766.63'766.84'765.94'766.19'765.94'766.01'FS ELEVATION DATAID1f21f31f41f51f61f71f81g11g21g31g41g51g61g71h11h21h31h41h51h61h7STATION-OFFSET245+91.24 41.39' RT245+89.35 43.27' RT245+87.46 41.39' RT245+74.74 55.11' RT245+76.62 57.00' RT245+74.74 58.89' RT245+72.85 57.00' RT245+96.35 43.75' LT245+78.94 63.00' LT245+71.35 63.00' LT245+71.35 49.00' LT245+82.35 49.00' LT245+82.35 37.00' LT245+96.35 37.00' LT245+75.74 57.89' LT245+73.85 56.00' LT245+75.74 54.11' LT245+77.62 56.00' LT245+89.35 43.27' LT245+87.46 41.39' LT245+89.35 39.50' LTELEVATION765.93'765.93'766.01'766.46'766.29'766.40'766.56'765.92'766.19'766.76'766.97'766.25'766.32'766.06'766.53'766.69'766.60'766.43'766.09'766.16'766.15'FS ELEVATION DATAID1h81i11i21i31i41i51i61i71i81i91i101i111i121i131i141i151i161i171i181i191i20STATION-OFFSET245+91.24 41.39' LT244+97.35 38.00' LT245+11.35 38.00' LT244+97.35 11.00' LT245+11.35 11.00' LT244+97.35 1.00' LT245+11.35 1.00' LT244+97.35 31.00' RT245+11.35 31.00' RT245+29.35 50.00' RT245+29.35 64.00' RT245+49.35 50.00' RT245+49.35 64.00' RT245+82.35 12.00' RT245+96.35 12.00' RT245+82.35 8.00' RT245+96.35 8.00' RT245+82.35 21.00' LT245+96.35 21.00' LT245+63.35 63.00' LT245+63.35 49.00' LTELEVATION766.07'769.90'769.69'770.54'770.15'770.58'770.33'770.19'769.94'769.08'768.87'768.41'768.20'766.93'766.67'766.97'766.71'766.65'766.40'767.21'767.42'FS ELEVATION DATAID1i21STATION-OFFSET245+47.35 0.00'ELEVATION768.63'CONSTRUCTION NOTESPROTECT IN PLACECONSTRUCT CURB AND GUTTER (TYPEA2-8 UNLESS OTHERWISE NOTED) PERSPPWC 120-3CONSTRUCT CURB (TYPE A1, RETAINING)PER SPPWC 120-3CONSTRUCT CURB RAMP PER SPPWC111-5, SHEETS CD-1 THROUGH CD-4, ANDSHEETS CH-1 THROUGH CH-3CONSTRUCT GUTTER PAN TRANSITION PERDETAIL ON SHEET CD-1INSTALL DETECTABLE WARNING SURFACE(W=3')SEE CH-SHEETS FOR HARDSCAPEIMPROVEMENTSSEE T-SHEETS FOR TRAFFIC SIGNALIMPROVEMENTSUTILITY FACILITY - SEE DM-SHEETS FORDISPOSITIONP1A1C4R78HTUKnow what'sbelow.Callbefore you dig.DIAMOND BAR BOULEVARDCOMPLETE STREET PROJECTC:\Box\Projects\cidib Diamond Bar\cidib.170131 Diamond Bar Blvd Streetscape\2 Engineering\_CAD\2 Sheets\CD_Ramp-Dwy.dwgMon 06.May.24 08:05:39 PM
PREPARED BY:SUBMITTEDREVIEWEDAPPROVEDR E G ISTERED
PROFESSIONAL ENGINEERSTATE OF CALIFORNIA Michael IpNo.43671Exp. 3/31/27CIVILDEPARTMENT OF PUBLIC WORKSC I T Y O F D I A M O N D B A RSTATE OF CALIFORNIADAVID G. LIU, P.E.RCE 44053DATEDIRECTOR OF PUBLIC WORKS / CITY ENGINEERCall: Toll Free811 OR 1-800-227-2600TWO WORKING DAYS BEFORE YOU DIGDATE: 03/29/2024 47100 E. Thousand Oaks Blvd., Suite 105Thousand Oaks, CA 91360805-692-6921 | www.mnsengineers.comSHEET__ OF__SIGNED:05/06/2024PN SI256 0'0'10'10'5'5'SCALE: 1" = 10'CURB RAMP DETAILS1C-1CD-110 CONSTRUCTION DETAILSCURB RAMP, DRIVEWAY, AND PAVEMENT ELEVATION DETAILS
CL DWY 247+52.42TC 760.82FL 760.15 +28.4343.00' RTTC 758.95FL 758.28 +76.4143.00' RT4DTC/FS 760.67 +34.0948.67' RTTC/FS 759.15 +70.7548.67' RTFS (760.82) +34.0960.00' RTMATCHFS (759.29) +70.7560.00' RTMATCH-11.5%R5.67'R5.67'5.67'11.33'HTYPAPN 8281-010-054350 S DBBAPN 8281-010-062334 S DBBPCURBPCURB-9.9%2D CL DWY 251+96.04TC 745.03FL 744.36 +73.0538.00' RTTC 743.63FL 742.96 +19.0338.00' RTUSD MH4DTC/FS 744.81 +81.0546.00' RTTC/FS 743.86 +11.0346.00' RTFS (744.99) +81.0559.97' RTMATCHFS (744.04) +11.0360.00' RTMATCH-1.3%
-1.3%R8
'R8'8'14'APN 8281-010-060PCURBPCURB-7.6%
-7.1%2DHTYP CL DWY 251+33.66TC 746.96FL 746.29 +11.2038.00' LTTC 745.62FL 744.95 +56.1338.00' LT4DTC/FS 746.55 +19.2046.00' LTTC/FS 745.59 +48.1346.00' LTFS (746.72) +19.2059.50' LTMATCHFS (745.76) +48.1459.50' LTMATCH-1.3%
-1.3%PCURBR8'R8
'
8'13.5'APN 8717-008-028315 S DBBAPN 8717-008-028301 S DBB-3.9%
-5.2%2DHTYP CL DWY 250+32.28TC 750.14FL 749.47 +09.3638.00' LTTC 748.70FL 748.03 +55.2138.00' LTUWVPCURBPCURB4DTC/FS 749.63 +17.3646.00' LTTC/FS 748.62 +47.2146.00' LTFS (748.80) +47.2160.00' LTMATCHFS (749.81) +17.3660.00' LTMATCHR8'R8
'
-1.3%
-1.3%
8'14'APN 8717-008-028315 S DBB-3.1%
-4.1%2DHTYP CL DWY 247+65.82TC 760.09FL 759.42 +46.8143.00' LTTC 758.52FL 757.85 +84.8443.00' LT4DTC/FS 759.70 +52.4748.67' LTFS (759.85) +52.4760.00' LTMATCHFS (758.74) +79.1760.00' LTMATCHTC/FS 758.60 +79.1748.67' LTPCURBPCURBR5.7'R5.67'5.67'11.36'HBOLLARD, TYPAPN 8717-008-185325 S DBBAPN 8717-008-186379 S DBB-7.6%-7.6%2D CL DWY 246+36.74TC 763.58FL 762.91 +59.5443.00' RTUFH4DTC 765.45FL 764.78 +14.3143.00' RT-1.3%-1.3%PCURBPCURBTC/FS 765.10 +19.6048.67' RTTC/FS 763.72 +53.8848.61' RTFS (765.25) +19.6060.00' RTMATCHFS (763.87) +53.8860.00' RTMATCH5.67'11.33'R5.67'R5.67'APN 8281-010-054350 S DBB-8.6%-7.9%2DHTYPCONSTRUCTION NOTESPROTECT IN PLACESAWCUT, REMOVE AND REPLACE AC (2'WIDE, 4" THICK, TYPE C2-PG 64-10)CONSTRUCT DRIVEWAY APPROACH PERSPPWC 110-2 AND DETAIL ON SHEETS CD-2THROUGH CD-4 (W PER PLAN)SEE CH-SHEETS FOR HARDSCAPEIMPROVEMENTSUTILITY FACILITY - SEE DM-SHEETS FORDISPOSITIONP2D4DHUAPN 8717-008-185325 S DBBFS 756.65 248+37.8360.00' LTFS (758.74) +79.1760.00' LTMATCHFS 756.48 248+43.8060.00' LTFS 754.28 249+00.0960.00' LTFS 753.81 249+12.0960.00' LTFS 751.91 249+61.6060.00' LTFS 750.60 249+93.8760.00' LTAPN 8717-008-028315 S DBBFS 757.77 248+06.0460.00' LTWALL H=24"FS 757.49 248+14.0460.00' LTWALL H=24"248+06.0465.50' LTWALL H=30"D=15"248+14.0465.50' LTWALL H=30"D=15"Know what'sbelow.Callbefore you dig.DIAMOND BAR BOULEVARDCOMPLETE STREET PROJECTC:\Box\Projects\cidib Diamond Bar\cidib.170131 Diamond Bar Blvd Streetscape\2 Engineering\_CAD\2 Sheets\CD_Ramp-Dwy.dwgMon 06.May.24 08:05:39 PM
PREPARED BY:SUBMITTEDREVIEWEDAPPROVEDR E G ISTERED
PROFESSIONAL ENGINEERSTATE OF CALIFORNIA Michael IpNo.43671Exp. 3/31/27CIVILDEPARTMENT OF PUBLIC WORKSC I T Y O F D I A M O N D B A RSTATE OF CALIFORNIADAVID G. LIU, P.E.RCE 44053DATEDIRECTOR OF PUBLIC WORKS / CITY ENGINEERCall: Toll Free811 OR 1-800-227-2600TWO WORKING DAYS BEFORE YOU DIGDATE: 03/29/2024 47100 E. Thousand Oaks Blvd., Suite 105Thousand Oaks, CA 91360805-692-6921 | www.mnsengineers.comSHEET__ OF__SIGNED:05/06/2024PN SI256 0'0'10'10'5'5'SCALE: 1" = 10'DRIVEWAY DETAIL5C-1DRIVEWAY DETAIL1C-1DRIVEWAY DETAIL2C-1/2DRIVEWAY DETAIL3C-2DRIVEWAY DETAIL6C-2CD-211 DRIVEWAY DETAIL4C-1CONSTRUCTION DETAILSCURB RAMP, DRIVEWAY, AND PAVEMENT ELEVATION DETAILSBACK OF SIDEWALK GRADE DETAILSTA 247+79 TO 249+947C-1
CL DWY 254+09.31 CL DWY 253+84.39TC/FL 739.44 +45.7138.00' LTTC 736.78FL 736.11 +48.3038.00' LTTC 740.29FL 739.62 +35.7138.00' LTTC 737.08FL 736.41 +48.3038.00' RTTC 739.79FL 739.12 +51.7138.00' RTTC 739.37FL 738.70 +67.3038.00' RT66TTSPTTSP1CTTSPTTSP1A1A1A7TTSPTTSPTTSP66USD MHDIAMOND BAR BOULEVARD4D4D"DBB" LINER15'R20'TC 737.18FL 736.51 +42.3038.00' RTTC/FS 737.01 +48.3046.00' RTTC/FS 737.11 +42.3046.00' RTTC 738.15FS 737.65 +30.7060.00' RTTC/FS 737.32 +42.4060.00' RTTC/FS 737.54 +31.1652.13' RTTC/FS 737.41 +32.8746.00' RTTC (738.54)FL (738.04) +29.9573.00' RTMATCHFS (739.61) +90.0873.00' RTMATCHTC/FS 738.80 +83.2946.00' RTTC 738.81FS 738.31 +87.0254.70' RTTC 739.35FS 738.85 +87.9160.00' RTTC/FS 739.05 +80.6960.00' RTFS 739.92 +51.7160.00' RTTC/FL 739.23 +45.7138.00' RTTC 740.08FL 739.41 +35.7138.00' RT1AFS 739.79 +51.7151.00' RTFS 739.83 +45.7146.00' RTTC/FS 739.72 +51.7146.00' RT7TC 736.88FL 736.21 +42.3038.00' LTR15'R20'TC 739.83FL 739.33 +51.7138.00' LTR30'FS (740.37) +58.0982.94' LTMATCHTC 740.60FS 740.10 +62.7467.00' LTFS 739.88 +54.8860.00' LTFS 739.70 +53.2146.00' LTTC/FS 739.37 +61.1446.00' LTTC/FS 739.50 +62.8060.00' LTTC 739.40FS 738.90 +62.8753.15' LTFS 739.98 +48.9460.00' LTFS 740.28 +48.9467.34' LTFS 740.25 +51.7568.55' LTFS 739.84 +45.7146.00' LTTC/FS 739.73 +51.7146.00' LTTC/FS 736.81 +42.3046.00' LTTC/FS 736.71 +48.3046.01' LTTC/FS 737.84 +09.9746.00' LTTC 738.68FS 738.18 +05.9860.00' LTTC/FS 738.15 +05.9758.08' LTTC (738.76)FL (738.31) +06.0371.76' LTMATCHTC 737.91FS 737.41 +30.3060.00' LTTC 737.09FS 736.59 +56.3060.00' LTTC 736.84FS 736.34 +64.4859.93' LTTC 736.68FS 736.18 +69.4459.96' LTFS 736.89 +64.5466.34' LTFS 736.53 +69.4666.29' LTFS 736.89 +42.3051.00' LTFS 737.27 +30.3051.00' LTTC 737.39FL 736.89 +25.9738.00' LTTTSP-8.3%-5.0%-8.5%-4.8%-4.2%-1.8%-3.2%-3.2%FS 736.93 +62.4363.00' LTFS 736.47 +71.4563.00' LT-7.5%-1.7%-0.9%-1.1%-7.5%-1.8%-2.8%-2.8%-2.8%-8.5%FS (739.52) +86.5867.65' RTMATCH-2.8%-7.5%-1.7%-2.6%-3.3%FS 737.08 +48.3051.00' RTFS 737.13 +48.3054.00' RTTC 737.53FS 737.03 +42.3060.00' LTFS (740.32) +62.5883.02' LTMATCHTTSPTTSP-3.6%254+00888888888'14'14'8'2a12a42a32a22b12b42b32b22c12c22c42c32d32d22d12d42e12e22e32e42f32f42f12f22g12g22g32g42h12h22h32h42i12i22i32i4HTYPHTYPHTYPHTYPHTYP77APN 8717-008-020235 S DBBAPN 8281-010-060APN 8281-010-051240 S DBBFS 739.90 +45.7151.00' RTFS 740.21 +35.2049.38' RT(-3.9%)TC 738.67FS 738.17 +05.9963.00' LTTC 738.67FS 738.17 +06.0065.00' LTTC 738.67FS 738.17 +08.0064.99' LTTC 738.67FS 738.17 +07.9962.99' LT10-1.8%-1.7%FS 740.06253+30.2127.00' LTFS 739.77253+35.7136.00' LTFS 740.03253+30.2127.00' RTFS 739.56253+35.7136.00' RTFS 740.03 +45.7160.00' RTFS 737.22 +48.3060.00' RTTTSP-2.8%TC/FS 736.76 +48.3051.01' LTFS 737.19 +42.3051.00' RT994R4R4R4R10HCROSSWALK, TYPPBACK CURB-6.6%-6.4%-1.3%-1.3%-1.5%-1.5%-0.7%-0.7%(-1.4%)FS ELEVATION DATAID2a12a22a32a42b12b22b32b42c12c22c32c42d12d22d32d42e12e22e32e4STATION-OFFSET253+41.71 36.00' LT253+55.71 36.00' LT253+55.71 25.75' LT253+41.71 25.75' LT253+48.71 32.02' LT253+50.60 30.14' LT253+48.71 28.25' LT253+46.83 30.14' LT253+41.71 36.00' RT253+55.71 36.00' RT253+55.71 25.75' RT253+41.71 25.75' RT253+48.71 32.02' RT253+50.60 30.14' RT253+48.71 28.25' RT253+46.83 30.14' RT254+38.30 36.00' RT254+52.30 36.00' RT254+52.30 25.75' RT254+38.30 25.75' RTELEVATION739.58'739.32'739.60'739.86'739.56'739.58'739.66'739.64'739.37'739.11'739.42'739.67'739.36'739.38'739.47'739.45'736.64'736.40'736.65'736.89'FS ELEVATION DATAID2f12f22f32f42g12g22g32g42h12h22h32h42i12i22i32i4STATION-OFFSET254+45.30 32.02' RT254+47.18 30.14' RT254+45.30 28.25' RT254+43.41 30.14' RT254+38.30 36.00' LT254+52.30 36.00' LT254+52.30 25.75' LT254+38.30 25.75' LT254+45.30 32.02' LT254+47.18 30.14' LT254+45.30 28.25' LT254+43.41 30.14' LT253+41.71 3.00' LT253+55.71 3.00' LT254+38.30 3.00' RT254+52.30 3.00' RTELEVATION736.62'736.63'736.71'736.70'736.34'736.10'736.40'736.64'736.34'736.36'736.45'736.43'740.29'740.03'737.24'737.00' CL DWY 256+59.03TC 731.32FL 730.65 +38.9038.00' LTTC 730.04FL 729.37 +87.0138.00' LTTC 729.40FL 728.73 +21.1338.00' LTTC 730.25FL 729.58 +79.1538.00' LT4D4D CL DWY 257+04.07TC/FS 731.04 +46.9046.00' LTTC/FS 730.41 +71.1546.00' LTFS (731.22) +46.9060.00' LTMATCHFS (730.59) +71.1560.00' LTMATCHTC/FS 729.76 +95.0146.00' LTTC/FS 729.43 +13.1346.00' LTFS (729.95) +95.0160.00' LTMATCHFS (729.61) +13.1360.00' LTMATCH-1.3%
-1.3%
-1.3%
-1.3%
-1.3%PCURBPCURBPCURBPCURBR8'R8
'R8'R8
'8W=2'8W=2'8'
8'14'
14'APN 8717-008-005205 S DBBAPN 8717-008-020235 S DBB2D-6.7%
-6.4%
-6.1%
-6.2%HTYPCONSTRUCTION NOTESPROTECT IN PLACECONSTRUCT CURB AND GUTTER (TYPEA2-8 UNLESS OTHERWISE NOTED) PERSPPWC 120-3CONSTRUCT CURB (TYPE A1, RETAINING)PER SPPWC 120-3SAWCUT, REMOVE AND REPLACE AC (2'WIDE, 4" THICK, TYPE C2-PG 64-10)CONSTRUCT DRIVEWAY APPROACH PERSPPWC 110-2 AND DETAIL ON SHEETS CD-2THROUGH CD-4 (W PER PLAN)CONSTRUCT CURB RAMP PER SPPWC111-5, SHEETS CD-1 THROUGH CD-4, ANDSHEETS CH-1 THROUGH CH-3CONSTRUCT RETAINING CURB (TYPE A1-6)PER SPPWC 120-3CONSTRUCT GUTTER PAN TRANSITION PERDETAIL ON SHEET CD-1INSTALL DETECTABLE WARNING SURFACE(W=3')SAWCUT, REMOVE AND REPLACE JPCP (6"THICK) DRIVEWAY APPROACH PERCALTRANS STD PLAN P1CONSTRUCT CURB DRAIN PER SPPWC150-3SEE CH-SHEETS FOR HARDSCAPEIMPROVEMENTSSEE T-SHEETS FOR TRAFFIC SIGNALIMPROVEMENTSUTILITY FACILITY - SEE DM-SHEETS FORDISPOSITIONP1A1C2D4D4R678910HTUKnow what'sbelow.Callbefore you dig.DIAMOND BAR BOULEVARDCOMPLETE STREET PROJECTC:\Box\Projects\cidib Diamond Bar\cidib.170131 Diamond Bar Blvd Streetscape\2 Engineering\_CAD\2 Sheets\CD_Ramp-Dwy.dwgMon 06.May.24 08:05:39 PM
PREPARED BY:SUBMITTEDREVIEWEDAPPROVEDR E G ISTERED
PROFESSIONAL ENGINEERSTATE OF CALIFORNIA Michael IpNo.43671Exp. 3/31/27CIVILDEPARTMENT OF PUBLIC WORKSC I T Y O F D I A M O N D B A RSTATE OF CALIFORNIADAVID G. LIU, P.E.RCE 44053DATEDIRECTOR OF PUBLIC WORKS / CITY ENGINEERCall: Toll Free811 OR 1-800-227-2600TWO WORKING DAYS BEFORE YOU DIGDATE: 03/29/2024 47100 E. Thousand Oaks Blvd., Suite 105Thousand Oaks, CA 91360805-692-6921 | www.mnsengineers.comSHEET__ OF__SIGNED:05/06/2024PN SI256 0'0'10'10'5'5'SCALE: 1" = 10'DRIVEWAY DETAIL8C-2/3CURB RAMP ANDDRIVEWAY DETAIL7C-2CD-312 CONSTRUCTION DETAILSCURB RAMP, DRIVEWAY, AND PAVEMENT ELEVATION DETAILS
FS ELEVATION DATAID3a13a23a33a43a53a63a73b13b23b33b43b53b63b73b83c13c23c33c43c53c6STATION-OFFSET258+35.53 39.23' LT258+52.38 59.50' LT258+59.63 60.28' LT258+61.13 46.36' LT258+49.53 45.11' LT258+49.53 33.00' LT258+35.53 33.00' LT258+55.82 54.73' LT258+57.90 53.06' LT258+56.22 50.98' LT258+54.15 52.65' LT258+42.53 39.27' LT258+44.42 37.39' LT258+42.53 35.50' LT258+40.64 37.39' LT258+35.53 38.85' RT258+54.18 65.00' RT258+63.32 65.00' RT258+63.32 51.00' RT258+54.05 51.00' RT258+49.53 44.43' RTELEVATION727.21'726.92'726.74'726.88'727.15'727.31'727.52'726.90'726.86'726.93'726.92'727.25'727.29'727.35'727.31'727.38'727.03'727.02'727.16'727.27'727.33'FS ELEVATION DATAID3c73c83d13d23d33d43d53d63d73d83e13e23e33e43e53e63e73e83e93f13f2STATION-OFFSET258+49.53 33.00' RT258+35.53 33.00' RT258+42.53 35.50' RT258+40.64 37.39' RT258+42.53 39.27' RT258+44.42 37.39' RT258+58.93 56.11' RT258+57.05 58.00' RT258+58.93 59.89' RT258+60.82 58.00' RT259+08.32 49.23' RT259+01.32 53.85' RT258+97.34 58.00' RT258+93.08 65.00' RT258+86.32 65.00' RT258+86.32 51.00' RT258+94.32 51.00' RT258+94.32 43.00' RT259+08.32 43.00' RT259+01.32 45.50' RT259+03.21 47.39' RTELEVATION727.43'727.64'727.48'727.44'727.39'727.43'727.12'727.10'727.07'727.09'726.18'726.22'726.25'726.29'726.63'726.77'726.37'726.64'726.43'726.46'726.38'FS ELEVATION DATAID3f33f43f53f63f73f83g13g23g33g43g53g63g73g83g93h13h23h33h43h53h6STATION-OFFSET259+01.32 49.27' RT258+99.43 47.39' RT258+90.71 56.11' RT258+92.59 58.00' RT258+90.71 59.89' RT258+88.82 58.00' RT259+08.32 47.46' LT259+00.40 51.76' LT258+96.77 55.20' LT258+91.71 63.75' LT258+84.49 62.97' LT258+85.99 49.05' LT258+94.32 49.95' LT258+94.32 41.00' LT259+08.32 41.00' LT258+89.39 58.36' LT258+87.72 56.28' LT258+89.80 54.61' LT258+91.47 56.68' LT259+01.32 47.27' LT258+99.43 45.39' LTELEVATION726.35'726.44'726.54'726.44'726.50'726.59'725.78'725.75'725.73'725.69'725.96'726.10'725.98'726.31'726.10'725.86'725.95'725.93'725.84'725.92'726.05'FS ELEVATION DATAID3h73h83i13i23i33i43i53i63i73i83i93i103i113i123i133i143i153i163i173i18STATION-OFFSET259+01.32 43.50' LT259+03.21 45.39' LT258+35.53 7.00' LT258+49.53 7.00' LT258+35.53 3.00' LT258+49.53 3.00' LT258+35.53 16.00' RT258+49.53 16.00' RT258+94.32 25.75' RT259+08.32 25.75' RT258+94.32 8.00' RT259+08.32 8.00' RT258+94.32 2.00' RT259+08.32 2.00' RT258+94.32 8.50' LT259+08.32 8.50' LT258+94.32 20.50' LT259+08.32 20.50' LT258+73.05 47.65' LT258+71.55 61.57' LTELEVATION726.10'725.97'728.06'727.85'728.06'727.86'727.96'727.75'727.16'726.95'727.46'727.25'727.47'727.26'727.38'727.17'727.08'726.87'726.60'726.46' CL DWY 258+05.96 CL DWY 259+47.49 CL DWY 258+04.76TC 726.66FL 725.99 +28.4848.00' RTTC 726.72FL 726.05 +22.3248.00' RTECRTC (726.21)FL (725.64) +66.5148.00' RTMATCHTC (726.29)FL (725.79) +92.3279.07' RTMATCHTC (727.10)FL (726.55) +52.3282.03' RTMATCHTC 727.19FL 726.69 +52.3278.00' RTFL 728.49 +93.6038.00' RTTC 728.06FL 727.39 +26.4838.41' LTUWMTTSPTTSP77771ATTSPTTSPTTSPTTSPUSD MHUPBPCURBSC2AU PBDIAMOND BAR BOULEVARDGENTLE SPRINGS LANEPALOMINO DRIVE4D
4D4D"DBB" LINEFS 728.35 +91.0546.00' LTTC 727.82FL 727.32 +18.4746.00' LTR30'R7.6
'TC 727.81FL 727.14 +35.1541.27' LTTC 727.54FL 726.87 +50.3059.49' LTECRTC/FS 727.70 +26.3446.00' LTTC/FS 727.37 +39.6359.50' LTTC 727.11FL 726.61 +51.5267.99' LTTC (726.68)FL (726.21) +51.5383.84' LTMATCHFL 727.62 +21.5338.00' LTBCRFS (728.53) +91.0560.00' LTMATCHFS (728.01) +18.4860.00' LTMATCHR25'TC (726.12)FL (725.55) +91.5382.25' LTMATCHTC 726.22FL 725.55 +92.1071.63' LTBCRTC 726.29FL 725.62 +93.5964.44' LTTC/FL 725.66 +98.1556.64' LTTC/FL 725.68 +01.7953.22' LTTC 726.38FL 725.71 +08.9749.35' LTTC 726.42FL 725.75 +17.0748.00' LTECRTC 726.45FL 725.78 +26.5348.00' LTTC/FS 726.45 +03.0369.50' LTTC/FS 726.57 +15.0359.50' LTTC 726.58FS 726.08 +04.8663.74' LTTC 726.61FS 726.11 +08.6860.50' LTFS 726.53 +26.5354.00' LTTTSPTC 728.10FL 727.43 +27.2938.41' RTFL 727.59 +22.3238.00' RTBCRTC 727.40FL 726.90 +52.3268.00' RTECRTC 727.46FL 726.96 +52.1965.19' RTTC/FL 727.05 +51.1159.56' RTTC 727.97FL 727.30 +35.2640.93' RTTC 727.90FL 727.80 +18.3246.00' RTFS 728.32 +93.6046.00' RTFS 727.50 +41.5162.37' RTTC 728.46FS 727.96 +21.4860.07' RTFS (727.44) +39.8282.03' RTMATCHR3
0
'R7'R7.7'FS 728.39 +92.8851.00' RTFS 728.44 +92.4554.00' RTFS 728.42 +91.5542.17' RTTTSPFL 725.76 +62.5148.00' RTTTSPFL 726.04 +32.4848.04' RTFS 726.78 +32.4855.50' RTFS 726.48 +62.5155.50' RTFS (726.84) +32.4860.00' RTMATCHFS (726.55) +62.5160.00' RTMATCHFS (726.52) +66.5160.00' RTMATCHFS 726.82 +28.4860.00' RTTC 726.78FL 726.11 +09.2051.02' RTTC/FL 726.16 +02.5655.43' RTTC/FL 726.18 +99.0959.03' RTTC 726.89FL 726.22 +94.9165.82' RTFS (727.14) +02.7880.21' RTMATCHTC/FS 727.02 +05.9171.15' RTTC/FS 727.02 +17.5161.46' RTTC 727.35FS 726.85 +08.3467.97' RTTC 727.33FS 726.83 +12.0464.59' RTFS 726.77 +04.7364.48' RTFS 726.75 +08.2160.89' RTR30'R
7
'1ATC 726.79FL 726.29 +92.3278.00' RTBCRFL 728.54 +91.0538.00' LTTC/FS 727.79 +26.6446.00' RT-3.
8
%-4.5%-4.5%-4.5%-7.0%-7.5%-1.5%-8.
7
%
-7
.8%
-
0
.
4%
-
7
.
5%-0.6%-8.5%-6.7%-5.3%-5.4%-4.7%-4.7%-1.3%
-1.3%
-1.3%
-9.8%
-9.7%
-1.9%
-2.8%
-1.3%
-1.3%FS (728.53) +91.5960.00' RTMATCH258+00259+00888814'8'
4.5'7.5'
8'14'3a13a23a33a43a53a63a73b13b23b33b43b53b63b73b83c13c23c33c43c53c63c73c83d13d23d33d43d53d63d73d83e13e23e33e43e53e63e73e83e93f13f23f33f43f53f63f73f83g13g23g33g43g53g63g73g83g93h13h23h33h43h53h63h73h83i13i23i33i43i53i63i73i83i93i103i113i123i133i153i163i143i17HTYPHBOLLARD, TYP3i18APN 8717-008-003141 S DBBAPN 8281-024-052150 S DBBAPN 8281-101-049206 S DBBAPN 8717-008-005205 S DBB-2.2%
-5.0%
-3.2%
-5.1%1AA2-61AA2-61AA2-61AA2-64R4R4R4R10* SEE NOTE* SEE NOTE* SEE NOTEFS 726.00 +01.2959.96' LTFS (726.44) +03.5382.25' LTMATCHFS 726.02 +04.9256.53' LT-
1
.
5%HCROSSWALK, TYPDD2D CL DWY 257+35.06TC 729.82FL 729.15 +08.0538.00' RTTC 728.88FL 728.21 +62.0838.00' RT4DTC/FS 729.49 +16.0546.00' RTTC/FS 728.78 +54.0846.00' RTFS (729.67) +16.0560.00' RTMATCHFS (728.96) +54.0860.00' RTMATCHR8'-1.3%-1.3%R8'14'8'APN 8281-101-049206 S DBB-4.9%-4.3% CL DWY 256+56.10TC 731.52FL 730.85 +31.6838.00' RTTC 730.34FL 729.67 +80.5238.00' RT4DTC/FS 731.21 +39.6846.00' RTTC/FS 730.34 +72.5346.00' RTFS (731.39) +39.6860.00' RTMATCHFS (730.52) +72.5360.00' RTMATCH-1.3%-1.3%PCURBPCURBR8'R8'8'14'APN 8281-010-050218 S DBB2D-4.9%-5.8%CONSTRUCTION NOTESPROTECT IN PLACECONSTRUCT CURB AND GUTTER (TYPEA2-8 UNLESS OTHERWISE NOTED) PERSPPWC 120-3SAWCUT, REMOVE AND REPLACE AC (2'WIDE, 4" THICK, TYPE C2-PG 64-10)CONSTRUCT DRIVEWAY APPROACH PERSPPWC 110-2 AND DETAIL ON SHEETS CD-2THROUGH CD-4 (W PER PLAN)CONSTRUCT CURB RAMP PER SPPWC111-5, SHEETS CD-1 THROUGH CD-4, ANDSHEETS CH-1 THROUGH CH-3CONSTRUCT GUTTER PAN TRANSITION PERDETAIL ON SHEET CD-1INSTALL DETECTABLE WARNING SURFACE(W=3')CONSTRUCT CURB DRAIN PER SPPWC150-3DRAINAGE IMPROVEMENTS PER D-SHEETSEE CH-SHEETS FOR HARDSCAPEIMPROVEMENTSSEE T-SHEETS FOR TRAFFIC SIGNALIMPROVEMENTSUTILITY FACILITY - SEE DM-SHEETS FORDISPOSITIONP1A2D4D4R7810DHTUKnow what'sbelow.Callbefore you dig.DIAMOND BAR BOULEVARDCOMPLETE STREET PROJECTC:\Box\Projects\cidib Diamond Bar\cidib.170131 Diamond Bar Blvd Streetscape\2 Engineering\_CAD\2 Sheets\CD_Ramp-Dwy.dwgMon 06.May.24 08:05:39 PM
PREPARED BY:SUBMITTEDREVIEWEDAPPROVEDR E G ISTERED
PROFESSIONAL ENGINEERSTATE OF CALIFORNIA Michael IpNo.43671Exp. 3/31/27CIVILDEPARTMENT OF PUBLIC WORKSC I T Y O F D I A M O N D B A RSTATE OF CALIFORNIADAVID G. LIU, P.E.RCE 44053DATEDIRECTOR OF PUBLIC WORKS / CITY ENGINEERCall: Toll Free811 OR 1-800-227-2600TWO WORKING DAYS BEFORE YOU DIGDATE: 03/29/2024 47100 E. Thousand Oaks Blvd., Suite 105Thousand Oaks, CA 91360805-692-6921 | www.mnsengineers.comSHEET__ OF__SIGNED:05/06/2024PN SI256 0'0'10'10'5'5'SCALE: 1" = 10'CURB RAMP ANDDRIVEWAY DETAIL11C-3DRIVEWAY DETAIL10C-3CD-413 DRIVEWAY DETAIL9C-2/3CONSTRUCTION DETAILSCURB RAMP, DRIVEWAY, AND PAVEMENT ELEVATION DETAILSNOTES:1.* RETAINING CURB (H VAR, MATCH TC TO EXISTING GRADE)
APN 8717-008-186379 S DBBFS 763.05246+58.9741.00' LTFS 763.11246+64.4732.00' LTFS 759.92247+44.4732.00' LTFS 759.44247+50.0041.00' LT-7.6%APN 8281-010-062334 S DBBFS 758.71247+76.4132.00' RTFS 758.65247+70.9141.00' RTFS 755.41248+56.4132.00' RTFS 754.96248+61.9340.97' RT-8.3%APN 8717-008-028315 S DBBAPN 8717-008-020235 S DBBFS 742.42252+50.2127.00' LTFS 742.48252+44.7136.00' LTFS 740.06253+30.2127.00' LTFS 739.77253+35.7136.00' LT-8.5%APN 8281-010-060FS 742.45252+50.2127.00' RTFS 742.33252+44.7136.00' RTFS 740.03253+30.2127.00' RTFS 739.56253+35.7136.00' RTEXISTING MANHOLER2'R10'R10'248+71.3342.78' RT248+78.9542.49' RTGRADE FL TO DRAINKnow what'sbelow.Callbefore you dig.DIAMOND BAR BOULEVARDCOMPLETE STREET PROJECTC:\Box\Projects\cidib Diamond Bar\cidib.170131 Diamond Bar Blvd Streetscape\2 Engineering\_CAD\2 Sheets\CD_Ramp-Dwy.dwgMon 06.May.24 08:05:39 PM
PREPARED BY:SUBMITTEDREVIEWEDAPPROVEDR E G ISTERED
PROFESSIONAL ENGINEERSTATE OF CALIFORNIA Michael IpNo.43671Exp. 3/31/27CIVILDEPARTMENT OF PUBLIC WORKSC I T Y O F D I A M O N D B A RSTATE OF CALIFORNIADAVID G. LIU, P.E.RCE 44053DATEDIRECTOR OF PUBLIC WORKS / CITY ENGINEERCall: Toll Free811 OR 1-800-227-2600TWO WORKING DAYS BEFORE YOU DIGDATE: 03/29/2024 47100 E. Thousand Oaks Blvd., Suite 105Thousand Oaks, CA 91360805-692-6921 | www.mnsengineers.comSHEET__ OF__SIGNED:05/06/2024PN SI256 0'0'10'10'5'5'SCALE: 1" = 10'BUS PAD DETAIL3C-2CD-514 BUS PAD DETAIL1C-1BUS PAD DETAIL2C-1BUS PAD DETAIL4C-2CURB AT MANHOLE DETAIL5C-1CONSTRUCTION DETAILSPAVEMENT AND CURB ELEVATION DETAILS
MODIFIED COMMERCIAL DRIVEWAY DETAILNOT TO SCALEMODIFIED SPPWC 110-2 SECTION A-A. SEE SPPWC 110-2 FORDETAILS NOT SHOWNPPER PLANYPER PLANMATCH EXISTING-1.3%COLORED CONCRETEPER SHEET CD-7UNCOLOREDCONCRETERIGHT-OF-WAYCONCRETE SLOUGH WALL DETAILPROFILENOT TO SCALEBEGIN WALLSTA PER PLANEND WALLSTA PER PLANH=6" AT FREE END
OR MATCH STAIRS /
RETAINING CURB
TYP EACH END4'TYPEACHENDH=24"PG BACK OF WALKTOP OF WALLINSTALL SKATE DETERRENT (TYP, 3' O/C)1.0' MAXTYP EACH ENDD=12"BOTTTOM OF WALLWALL UNDERDRAIN DETAILPLANNOT TO SCALECURB DRAIN OUTLET PER SPPWC 150-3L=7' (TYP) 4" SLOTTED PVC, WRAPPED IN4" MIN PERMEABLE BACKFILL ANDNONWOVEN GEOTEXTILE (TYPE 90 N, 12"MIN OVERLAP) ALL SIDES OF PIPENOTES:1.SEE LACDPWSP 6203-1 FOR DETAILS NOT SHOWN. MODIFY AS FOLLOWS1.1.10" TOP WIDTH1.2.SEE UNDERDRAIN DETAIL HEREON FOR WEEP HOLES2.CHAMFER OR RADIUS WALL EDGE UNIFORMLY TO INSTALL SKATE DETERRENTS.3.DO NOT PLACE SKATE DETERRENTS ON WALL JOINTS.CURB AND GUTTERSIDEWALKCONCRETE SLOUGH WALLWALL UNDERDRAIN PER DETAIL HEREONCURB ANDGUTTERFINISHEDGRADEBACK OF CURB
BACK OF WALK8"2"MAXVARCONCRETEFLATWORKEX R/W
DO NOT CONSTRUCT PATHWAYBEYOND THE EXISTING R/WUNLESS APPROVED BY THE CITYENGINEER1/2" RMATCH ELEVATIONCONCRETE FLATWORK DETAILNOT TO SCALE1.THE SLOPE OF CONCRETE FLATWORK SHALL NOT EXCEED A 2% CROSS SLOPE INPEDESTRIAN PATHS.2.CONSTRUCT EXPANSION JOINTS AT LOCATIONS PER SPPWC 112-2 AND OTHERS APPROVEDBY THE ENGINEER.3.CONSTRUCT "HAND-TOOLED" WEAKENED PLANE JOINTS SHOWN ON PLANS OR ATLOCATIONS APPROVED BY THE ENGINEER. WEAKENED PLANE JOINTS SHALL BECONSTRUCTED AT A DEPTH EQUAL TO 25% OF THE THICKNESS OF CONCRETE.4.SEE SHEETS CH-1 THROUGH CH-3 FOR LOCATIONS OF COLORED CONCRETE FLATWORK.WIDTH PER PLAN8"1.5% (TYP)5"90% COMPACTSUBGRADEEXPANSION JOINT DETAILNOT TO SCALESELF-LEVELING CONTROL JOINTSEALER/ADHESIVE. COLOR TO BEAPPROVED BY LANDSCAPE ARCHITECT.CONTRACTOR TO SPRINKLE SAND TOTHE WET SURFACE OF THE SEALER TOACHIEVE 100% COVERAGECONCRETEFLATWORKPOLYFELT EXPANSION JOINT MATERIAL.REMOVE TOP 1/2" OF MATERIAL PRIORTO APPLYING THE SELF-LEVELINGJOINT SEALERCONCRETE PAVER PATHWAY DETAILNOT TO SCALE8"FINISHEDGRADEVARCURB ANDGUTTERSET PAVERS 1/4"ABOVE TOP OF CURBDO NOT CONSTRUCT PATHWAYBEYOND THE EXISTING R/W UNLESSAPPROVED BY THE CITY ENGINEERWIDTH PER PLAN1.5% TYP3/4" MORTAR BEDCONCRETE PAVERS (5 CM) MORTAR SET.USE PALAZZO "T" SPACER1-1/2" DRAIN GAPFILL WITH PEA GRAVELCONCRETEPAVERPATHWAYCONCRETEFLATWORK#4 DOWEL 24" LONGTIES AT 16" O/CCENTERED IN SLABSTYPICAL PAVER PATHWAY ATCONCRETE FLATWORK DETAILNOT TO SCALE2" MAX EX R/W
BACK OF WALK
BACK OF CURB3" THICK (MIN)CONCRETE BASE90% COMPACTSUBGRADECONSTRUCTTHICKENEDEDGE WHENADJACENT TOPLANTEREXPANDED POLYSTYRENE. EXTEND 1'PAST FOUNDATION IN EACH DIRECTION.PLACE PRIOR TO PLACING FOUNDATION.MODIFIED FOUNDATION DETAIL FOR BOLLARD ORSIGN POST OVER SHALLOW UTILITYNOT TO SCALENOTES:1.FOR ANCHOR BOLT APPLICATIONS, ENSURE 6" CLEAR BETWEENBOTTOM OF ANCHOR BOLT AND BOTTOM OF FOUNDATION.1" MIN1" MIN
3' TO 4.5'
DEPTH TO TOP OF UTILITY
2.5' EMBEDMENT24" DIAMETERBOLLARD OR SIGN POSTFINISHED SURFACEEXISTING UTILTY6" MINIRON TREE GRATE 'B' PLANSCALE: 1" = 1'2-PIECE INSTALLATION1.TREE GRATE OPENING SLOTS SHALL BE NO GREATER THAN 1/2-INCH WITH SLOTSPERPENDICULAR IN THE GENERAL DIRECTION OF TRAVEL AND HAVE A COEFFIECENTLOSE AT LEAST 0.6 ON FLAT SURFACES.2.STEEL ANGLE FRAMES SHALL BE JIG WELDED WITH NELSON STUD ANCHORS.3.THE CONTRACTOR SHALL MAKE ADJUSTMENTS TO THE GRATE TO PREVENT ROCKING.ANY ADJUSTMENTS MADE TO ENSURE THAT EACH GRATE FITS LEVEL IN THE FRAMESHALL BE DONE IN A MANNER RECOMMENDED BY THE MANUFACTURER. THE TREEGRATE OPENING TO BE 16" DIAMETER WHEN INSTALLED. FUTURE MODIFICATIONS TOTHE TREE GRATE WILL ALLOW FOR A 19" & 22" DIAMETER OPENING.R8"48"36"36"72"TREE GRATE FRAME INSTALLATION DETAILSCALE: 1" = 1'MATCH ELEVATIONCONCRETEEDGE OUTLINESTEEL ANGLE FRAME, JIG WELDEDWITH NELSON STUD ANCHORS BYMANUFACTURER. INSTALL ASSPECIFIED BY MANUFACTURER.12"10"(3) #4 REBAR CONTINUOUSWITH #3 TIES AT 24" O/CCONCRETE EDGE4" CLEAR
6"
CL PARKWAY TREETOP OF ROOTBALLFINISHED GRADETREE GRATE OPENINGROOT BARRIER(24" DEEP)3/4" CRUSHED ROCK4"CONCRETE PAVER FLATWORKSHOWN FOR REFERENCEKnow what'sbelow.Callbefore you dig.DIAMOND BAR BOULEVARDCOMPLETE STREET PROJECTC:\Box\Projects\cidib Diamond Bar\cidib.170131 Diamond Bar Blvd Streetscape\2 Engineering\_CAD\2 Sheets\CD_Hardscape.dwgMon 04.Aug.25 05:30:39 PM
PREPARED BY:SUBMITTEDREVIEWEDAPPROVEDR E G ISTERED
PROFESSIONAL ENGINEERSTATE OF CALIFORNIA Michael IpNo.43671Exp. 3/31/27CIVILDEPARTMENT OF PUBLIC WORKSC I T Y O F D I A M O N D B A RSTATE OF CALIFORNIADAVID G. LIU, P.E.RCE 44053DATEDIRECTOR OF PUBLIC WORKS / CITY ENGINEERCall: Toll Free811 OR 1-800-227-2600TWO WORKING DAYS BEFORE YOU DIGDATE: 03/29/2024 47100 E. Thousand Oaks Blvd., Suite 105Thousand Oaks, CA 91360805-692-6921 | www.mnsengineers.comSHEET__ OF__SIGNED:05/06/2024PN SI256HARDSCAPE DETAILSPATHWAY AND MODIFIED FOUNDATION DETAILSCD-615
CONCRETE PAVERS (CROSSWALK)SIZE:6" X 12"THICKNESS:10 CMCOLOR:DESERT BLEND (FM)FINISH:GRIND FINISHPATTERN:HERRINGBONESIZE:6" X 12"THICKNESS:10 CMCOLOR:CATINA BLEND (FM)FINISH:STANDARDPATTERN:HERRINGBONESIZE:6" X 12"THICKNESS:10 CMCOLOR:CHARCOAL BROWN BUFF (FM)FINISH:GRIND FINISHPATTERN:HERRINGBONETYPE:PROPHYRYSIZE:4" X 4"THICKNESS:8 CMCOLOR:OLIVE GREEN CHARCOAL (FM)CONCRETE PAVERS (PATHWAY)1c1d1.0' WIDE COLOREDCONCRETE BANDCROSSWALK STRIPEPER SS-SHEETSEXPANSION JOINTAT PAVER LIMITS32" SQUARE DIAMOND PATTERN (TYP)SEE SHEETS CD-5 THROUGH #### FOR LOCATIONSTYPICAL CROSSWALK DETAILNOT TO SCALELENGTH OF CROSSWALK VARIESL/2L/21dTYPICAL CROSSWALK DETAILNOT TO SCALE1b14'1.0'COLOREDCONCRETEBAND(TYP)PCC PAVEMENT1" THICK SAND-ASPHALT BEDDINGCONCRETE PAVERS (10 CM)CROSSWALK STRIPEPER SS-SHEETSMIN 90% COMPACT SUBGRADE#4 REBAR AT24" O/C (TYP)1.5' (TYP)(4) #6 REBARCONTINUOUS (TYP)PAVEMENT PERSHEETS C-1THROUGH C-3(TYP)MATCHELEVATION(TYP)MATCHELEVATION(TYP)8" THICK COLORED CONCRETE PAVING#5 REBAR AT 12" O/CBOTH WAYS (TYP)12"TYPICAL CROSSWALK PAVEMENT SECTIONNOT TO SCALE1c12"CROSSWALK PAVEMENT - DIAMOND PAVER TRANSITIONNOT TO SCALE1dCROSSWALK PAVEMENT - CROSSWALK PAVER TRANSITIONNOT TO SCALE1e#5 REBAR AT 12" O/CBOTH WAYS (TYP)CONCRETEPAVERSGEOTEXTILE UNDERCOMPACTED AGGREGATE14" THICK CLASS 2 AB(CALTRANS)COMPACTED MIN 96%1" THICK BEDDING SANDCONCRETE PAVERS(8 CM)MIN 90% COMPACT SUBGRADE18"
18"MATCH ELEVATIONMATCHELEVATION#5 REBAR AT 12" O/CBOTH WAYS (TYP)#4 REBAR AT 24" O/C(4) #6 REBARCONTINUOUS (TYP)VAR3.8' MIN6' MAX2.5'EXPANSIONJOINTALTERNATING WEAKENEDPLANE JOINTS ANDEXPANSIONS JOINTSAT 8' O/C (TYP)COLORED CONCRETE (CROSSWALK, DRIVEWAYS)MANUFACTURER:SOLOMON COLORSINTEGRAL COLOR:RUSTIQUE #467, 4% LOADINGFINISH:HAND-SEED ROCK SALTWITH LIGHT BROOM FINISHCOLORED CONCRETE(CURB RETURNS, CURB RAMPS, BUS STOPS)MANUFACTURER:SOLOMON COLORSINTEGRAL COLOR:COLOR-FLO, DESERT TAN #750, 1% LOADINGFINISH:RETARDER, GRACE TOP-CAST,05 POWDER BLUE (SANDBLAST)COLORED CONCRETE (MEDIAN ISLAND)MANUFACTURER:SOLOMON COLORSINTEGRAL COLOR:COLOR-FLO, CINNAMON #306, 4% LOADINGFINISH:RETARDER, GRACE TOP-CAST,05 POWDER BLUE (SANDBLAST)CROSSWALK CONSTRUCTION NOTES1. WEAKENED PLANE & EXPANSION JOINTS: SAWN-CUT WEAKENEDPLANE JOINTS (8' O/C) AND EXPANSION JOINTS (16' O/C) LOCATIONSOF JOINTS SHALL BE REVIEWED AND APPROVED BY THE ENGINEERPRIOR TO FORMING. LOCATION OF EXPANSION JOINTS SHALL BEREVIEWED AND APPROVED BY THE ENGINEER MIN 48 HOURS BEFORECONCRETE IS SCHEDULED FOR INSTALLATION.2. THE CONTRACTOR SHALL CONSTRUCT AN (8'x8') SIZE CONCRETEPAVER PANEL TO DEMONSTRATE COLOR AND FINISH. THIS SAMPLESHALL BE REVIEWED AND APPROVED BY THE CITY PRIOR TOINSTALLATION. THE APPROVED CONCRETE SAMPLE SHALL BEPROTECTED AND ACCESSIBLE THROUGHOUT CONSTRUCTION. THELOCATION OF THE CONCRETE SAMPLE SHALL SELECTED BY THECITY.SEALER CONSTRUCTION NOTES1. APPLY SEAL'N LOCK SYSTEM'S SEALER OR APPROVED EQUAL WITHNATURAL LUSTER TO CONCRETE PAVERS. APPLY AT A RATE ANDMETHOD SPECIFIED BY THE MANUFACTURER.2. APPLY PS 101 SILICONATE MULTI-SURFACE (SMOOTH) WBPENETRATING SEALER BY CONCRETESEALERS USA OR APPROVEDEQUAL TO COLORED CONCRETE FLATWORK. APPLY SEALER AT ARATE AND METHOD SPECIFIED BY THE MANUFACTURER.MANUFACTURER:PALAZZOSIZE:12" X 24"THICKNESS:5 CMCOLOR:CHAMPAGNEFINISH:CONTEMPOMANUFACTURER:PALAZZOSIZE:12" X 24"THICKNESS:5 CMCOLOR:ESPRESSOFINISH:CONTEMPOMIN 90% COMPACT SUBGRADE#4 REBAR AT 18" O/CBOTH WAYS (TYP)PLACE TACK COAT ON CONCRETE BASE2" DIA DRAIN HOLES.LOCATE PER DETAIL HEREON.FILL WITH PEA GRAVEL1e1bPAVING STONES, RANDOM COLOR PATTERN, HERRINGBONE INTERIOR LAYOUTSTRING COURSE LAYOUT ALONG EDGE RESTRAINTVALVE COLLAR DETAILNOT TO SCALEBEDDINGSAND (TYP)GEOTEXTILE (12"WIDE MIN WIDE)TURN UP AGAINSTCOLLAR (TYP)#6 REBARCONTINUOUS (TYP)COLORED CONCRETE COLLAR(MIN 8" WIDE, 12" DEEP)SET 1/4" BELOW ADJACENTPAVER ELEVATION (TYP)EXISTING VALVE BOXREBARVALVE COVERCONCRETEPAVERS (TYP)AB (TYP)VVSECTION V-VNOT TO SCALESTRING COURSE OF PAVERSAROUND COLLARREBARMANHOLE COLLAR DETAILNOT TO SCALEMMMANHOLE COVERSECTION M-MNOT TO SCALEEXISTINGMANHOLESTRUCTUREADJUST GRADE RAISING MECHANISMPER SPPWC 205-2CONCRETEPAVERS (TYP)COLORED CONCRETE COLLAR(MIN 12" WIDE, 12" DEEP)SET 1/4" BELOW ADJACENTPAVER ELEVATION (TYP)GEOTEXTILE (12" WIDEMIN WIDE). TURN UPAGAINST COLLAR (TYP)AB (TYP)BEDDINGSAND (TYP)#6 REBARCONTINUOUS (TYP)1" WEEP HOLE (ONE PER SIDE)TYPICAL PAVER CROSSWALKDRAIN HOLE LOCATION DETAILNOT TO SCALEGUTTERCURBPAVER CROSSWALK BANDDETECTABLE WARNING SURFACEPAVEMENTLONGITUDINAL GRADEROADWAY
CROSS SLOPE
10' O/C
(TYP)PAVER CROSSWALKTYPICAL DRAIN HOLE.INSTALL (3) ALONG GUTTERKnow what'sbelow.Callbefore you dig.DIAMOND BAR BOULEVARDCOMPLETE STREET PROJECTC:\Box\Projects\cidib Diamond Bar\cidib.170131 Diamond Bar Blvd Streetscape\2 Engineering\_CAD\2 Sheets\CD_Hardscape.dwgMon 04.Aug.25 05:30:39 PM
PREPARED BY:SUBMITTEDREVIEWEDAPPROVEDR E G ISTERED
PROFESSIONAL ENGINEERSTATE OF CALIFORNIA Michael IpNo.43671Exp. 3/31/27CIVILDEPARTMENT OF PUBLIC WORKSC I T Y O F D I A M O N D B A RSTATE OF CALIFORNIADAVID G. LIU, P.E.RCE 44053DATEDIRECTOR OF PUBLIC WORKS / CITY ENGINEERCall: Toll Free811 OR 1-800-227-2600TWO WORKING DAYS BEFORE YOU DIGDATE: 03/29/2024 47100 E. Thousand Oaks Blvd., Suite 105Thousand Oaks, CA 91360805-692-6921 | www.mnsengineers.comSHEET__ OF__SIGNED:05/06/2024PN SI256HARDSCAPE DETAILSCROSSWALK AND MISCELLANEOUS CONCRETE DETAILSCD-716
W1.5'TC-0.58'2'TC GRADELOCALDEPRESSIONTC GRADETC GRADETC GRADEMODIFIED CURBAND GUTTERMODIFIED CURBAND GUTTERTC-0.83'TC-0.83'CHECK DAM (BRACEWALL) MONOLITHIC WITHCURB WALL AND CURBAND GUTTERCURB WALLSECTION A-ANOT TO SCALESECTION C-CNOT TO SCALESECTION B-BNOT TO SCALETYPICAL BIORETENTION SECTIONSECTION D-DNOT TO SCALESIDEWALKSIDEWALKSIDEWALKSIDEWALKWWMODIFIED PARKWAYDRAINNONWOVEN GEOTEXTILE(TYPE 90 N)PLANTING MEDIAASTM NO. 4 AGGREGATEIMPERMEABLE LINER(TYP)NONWOVEN GEOTEXTILE(TYPE 90 N)ASTM NO. 4 AGGREGATEPLANTING MEDIAASTM NO. 4 AGGREGATEPLANTING MEDIAASTM NO. 4 AGGREGATEMODIFIED PARKWAYDRAINGROUTED COBBLES2'1.5'2'1.83'2'1.5'2.75'TYPICAL PARKWAY BIORETENTION AREA DETAILNOT TO SCALE6" WIDE SLOT OPENINGS AT 4' O/C (TYP)0.5' THICK CHECK DAM(BRACE WALL) (TYP)OUTLETSTATION LOCATION PER SCHEDULE HEREONMODIFIED PARKWAY DRAIN PER SPPWC 151-3(W=36", 0% SLOPE)1' TRANS FROM 0"CF TO 6"CF(TYP, EACH SIDE)CURB WALL PER DETAIL HEREONCURB AND GUTTERPARKWAYLANDSCAPINGINLET TYPE 2STATION LOCATION PER SCHEDULE HEREONMODIFIED PARKWAY DRAIN PER SPPWC 151-3(W=36", -5% SLOPE, 0" FL LIP)2" LOCAL DEPRESSION PER SPPWC 313-4FLOW DIRECTIONAABBAADDSTREETIMPERMEABLE LINER (TYP)NO DUMPINGDRAINS TO OCEANNO DUMPINGDRAINS TO OCEANDRAINAGE INLET MARKER(PREFABRICATED THERMOPLASTIC) PERCALTRANS STANDARD PLAN D71 (TYP, 2).CATCH BASINLOCAL DEPRESSIONCATCH BASINSIDEWALKBEGIN MODIFIEDCURB AND GUTTEREND MODIFIEDCURB AND GUTTERPARKWAY BIORETENTION AREA GENERAL NOTES1.GROUTED COBBLES SHALL BE 7" THICK SMALL-ROCK SLOPE PROTECTION PER CALTRANS STANDARDSPECIFICATION 72-4. GROUT SHALL BE 1" MIN, 2" MAX THICK. TOP OF COBBLES SHALL BE FLUSH WITHOR BELOW THE INVERT OF PARKWAY DRAIN.2.CURB AND GUTTER, CURB WALLS, AND BRACE WALLS SHALL BE POURED MONOLITHICALLY. JOINTSBETWEEN WALLS SHALL BE SEALED PER SSPWC 201-3 AND 303-1.8.7.3.CURB WALLS AND BRACE WALLS SHALL BE PCC TYPE 520-C-2500, REINFORCED WITH MIN WWM 4X4,CENTERED. TOP CORNERS SHALL BE ROUNDED WITH A 3/4" RADIUS.4.PLANTING MEDIA SHALL CONSIST OF 0.25' THICK MULCH OVER 30% NATIVE TOPSOIL / 30% SAND / 40%COMPOST.5.SEE LP-SHEETS AND LI-SHEETS FOR PLANTING AND IRRIGATION.INLET TYPE 1STATION LOCATION PER SCHEDULE HEREONMODIFIED PARKWAY DRAIN PER SPPWC 151-3(W=36", -5% SLOPE, 0" FL LIP)CCW
GROUTED COBBLES(TYP)2'
TYP5'CHECK DAMUPSTREAM STATION PERSCHEDULE HEREONTC-0.92'CURB WALLCURB WALLNONWOVEN GEOTEXTILE(TYPE 90 N)IMPERMEABLE LINER(TYP)NONWOVEN GEOTEXTILE(TYPE 90 N)IMPERMEABLE LINER(TYP)IMPERMEABLE LINER(TYP)4'
MAX4' MAX4' MAXGROUTED COBBLES1.5'UTILITY CONFLICT DETAILNOT TO SCALEW
WU0.75'MIN0.75'MINGROUTEDCOBBLESBBUTILITYCHECK DAMSTA-OFFSET SIDE248+67.77 LT248+81.25 LT249+19.33 RT249+31.85 LT249+32.81 RT249+45.35 LT249+61.27 RT249+76.36 LT249+89.86 LT250+64.21 LTCHECK DAMSTA-OFFSET SIDE250+77.71 LT251+24.00 RT251+34.50 RT251+65.13 LT251+78.63 LT252+06.13 LT254+67.80 LT254+73.00 RT254+81.30 LT254+86.50 RTINLET TYPE 1STA-OFFSET SIDE248+61.25 LT249+12.81 RT249+25.35 LT249+69.86 LT250+57.71 LT251+17.50 RT251+58.63 LT254+61.30 LT254+66.50 RT255+92.18 RT255+99.40 LT256+83.03 RT257+23.63 LT257+64.58 RTOUTLETSTA-OFFSET SIDE248+94.57 LT249+48.35 LT249+78.91 RT250+03.86 LT251+05.70 LT251+41.50 RT252+20.13 LT255+22.80 LT255+28.00 RT256+26.18 RTINLET TYPE 2STA-OFFSET SIDE249+44.77 RT250+91.71 LT251+92.63 LT254+95.30 LT255+00.50 RT257+57.63 LTCHECK DAMSTA-OFFSET SIDE255+11.80 LT255+17.00 RT255+98.68 RT256+05.90 LT256+12.18 RT256+19.40 LT256+89.53 RT256+98.03 RT257+30.13 LT257+43.63 LTOUTLETSTA-OFFSET SIDE256+33.40 LT257+02.55 RT257+74.05 LT257+77.10 RTCURB AND GUTTER (TYPEA2-8 MOD SW) DETAILNOT TO SCALE6"6"6"SEE SPPWC 120-3 FORDETAILS NOT SHOWN6"CF
CURB WALL DETAILNOT TO SCALE6"4"26"CF SEE SPPWC 121-3 FORDETAILS NOT SHOWN6" WIDE SLOT OPENINGSAT 4' O/C. SLOPE AT 1:164"Know what'sbelow.Callbefore you dig.DIAMOND BAR BOULEVARDCOMPLETE STREET PROJECTC:\Box\Projects\cidib Diamond Bar\cidib.170131 Diamond Bar Blvd Streetscape\2 Engineering\_CAD\2 Sheets\CD_Stormwater.dwgThu 10.Jul.25 04:18:21 PM
PREPARED BY:SUBMITTEDREVIEWEDAPPROVEDR E G ISTERED
PROFESSIONAL ENGINEERSTATE OF CALIFORNIA Michael IpNo.43671Exp. 3/31/27CIVILDEPARTMENT OF PUBLIC WORKSC I T Y O F D I A M O N D B A RSTATE OF CALIFORNIADAVID G. LIU, P.E.RCE 44053DATEDIRECTOR OF PUBLIC WORKS / CITY ENGINEERCall: Toll Free811 OR 1-800-227-2600TWO WORKING DAYS BEFORE YOU DIGDATE: 03/29/2024 47100 E. Thousand Oaks Blvd., Suite 105Thousand Oaks, CA 91360805-692-6921 | www.mnsengineers.comSHEET__ OF__SIGNED:05/06/2024PN SI256CD-817 CONSTRUCTION DETAILSSTORMWATER DETAILS
5"8-1/2"2"2"4"21
2"6"
13
4"21
2"212"212"PRECAST POSTWOODRAILMAKE VERTICAL CUT TO RAIL (BOTH ENDS)TO RECEIVE KNIFE PLATE CONNECTOR.THE GAP BETWEEN THE CONNECTOR ANDRAIL SHALL NOT EXCEED 1/16"5/8" x 6" GALVANIZED HEX MACHINE BOLT,WASHER AND HEX NUT, COUNTERSINKBOTH SIDES (2 BOLTS PER CONNECTOR)WOOD RAIL CONNECTOR DETAIL1-1/2" = 1'-0"4" X 8-1/2" X 3/8" STEEL BACK PLATEPRECAST POST1/2" DIA X 12" STEEL ROD, WELDEDTO BLACK PLATE (2 PLACES)3/4" DIA HOLE (2 PLACES)3/8" THICK STEEL PLATE1.WELDS SHALL BE CONTINUOUS AND GRINDED SMOOTH2.FINISH SHALL BE TEXTURED POWER-COATED FLAT BLACK3.THE CONTRACTOR IS RESPONSIBLE TO FABRICATE CONNECTORS AND TO SUPPLYTHE PRECAST MANUFACTURER WITH THE CONNECTORS TO BE CAST IN PLACESIDEFRONTPLANPRECAST POST AND WOODEN RAILELEVATION 1/2" = 1'-0"SEE PRECAST POST AND WOODEN RAIL WITH DECORATIVE STEEL PANELS DETAIL FOR DETAILS NOTSHOWN AND GENERAL NOTESPRECAST POST -SEE DETAIL HEREON(2 PER INSTALLATION)SET LEVELAND PLUMBL PER PLANFINISHED GRADEPRECAST POST AND WOODEN RAIL WITH DECORATIVE STEEL PANELSELEVATION 1/2" = 1'-0"WOOD RAIL SEALER: APPLY (2) TWO COATS OF RAINCOAT CLEAR OIL-BASED WATER REPELLENT SEALER BY WOLMANTO ALL SIDES PRIOR TO INSTALLATION. SEALER APPLICATION METHOD TO BE ROLLED-ON.PRECAST POST: TOP OF POST ELEVATION OF EACH PRECAST POST SHALL BE EQUAL TO EACH OTHERPRECAST POST - SEE DETAIL HEREON(4 PER INSTALLATION)SET LEVELAND PLUMBDECORATIVE STEEL PANEL (POST) - SEE DETAIL HEREON(2 PER INSTALLATION)FINISHED GRADESEE MONUMENTLIGHTING DETAILON SHEET E-7(TYP)6" X 6" X 120" RESAWN DOUGLAS FIRWITH 3/4" 45° CHAMFER ONTOP AND BOTTOM EDGESDECORATIVE STEEL PANEL (POST)NOT TO SCALE26"31"
37"R=5'-5"R=3"115°3/8" THICK CORTENSTEEL PLATELASER OR WATERJET CUT IMAGESTEEL PANELCONNECTORS1.CUSTOM 3/8" THICK CORTEN PANEL WITH LASER OR WATER JET CUT OUTS. AVAILABLE THROUGHBRAVO SIGN & DESIGN (CONTACT FRANK FIORE AT 714-284-0500)2.THE ENGINEER SHALL PROVIDE ARTWORK.3.CONTRACTOR SHALL SUBMIT SHOP DRAWINGS PRIOR TO FABRICATION.4.2" X 4-1/2" LONG x 1/4" THICK STAINLESS STEEL FLAT BAR TAB. ATTACH PANEL TO PRECAST POSTWITH TAMPER PROOF STAINLESS STEEL BOLTS. ATTACHMENT TABS TO BE PROVIDED BY PANELFABRICATOR. (4 CONNECTORS PER PANEL)SEE LIGHT CHANNEL DETAIL HEREONPRECAST POST DETAIL3/4" = 1'-0"SEE ELECTRICAL DETAILS FOR PANEL LIGHTING, JUNCTION BOX,AND CONDUIT48"8"41"
11"
17"
5"24"10"14"10"CONCRETEFOOTINGOUTLINE8"8"8"TOP OFCURB8"10"3"GROUTCAPSSOILDPRECAST POSTMODEL NUMBER:CUSTOMCOLOR:ADOBE TAUPE (C11)FINISH / TEXTURE:MEDIUM SAND BLAST (T4-MSB)SEALER:MATTE SEALER (MT)MANUFACTURER:QUICKCRETE PRODUCTS CORP.(800) 230-1377CONTRACTOR SHALL SUBMIT SHOP DRAWINGS FOR REVIEWAND APPROVAL BY THE ENGINEERSIDEFRONTPLANWOOD RAIL CLDECORATIVEMETAL PANEL1", 45°CHAMFER(TYP)FINISHED GRADE2" BELOW TCGRADE90% COMPACT SUBGRADESTEEL ANCHOR PINSPER MANUFACTURER28" X 42" CONCRETEFOOTINGWOOD RAIL CONNECTOR -SEE DETAIL HEREONWOOD RAIL CONNECTOR -SEE DETAIL HEREON26"24"WIRING IN FLEXCONDUIT PERELECTRICALDETAILS1/8" CORTEN CHANNELWELDED TO BOTTOM OF PANEL1" WIDE LED STRIPS PERELECTRICAL DETAILS3/8" CORTEN PANEL(8) 5"x1/8"DRAINAGESLOTSLIGHT CHANNELNOT TO SCALEPLAN1 1/2"2"2"4"3/8" CORTEN PANELLED STRIP (TYP)1/8" CORTEN CHANNELWELDED TO BOTTOMOF PANEL1/8" WIDE SLOTTED DRAINSLIGHT CHANNELNOT TO SCALESECTIONKnow what'sbelow.Callbefore you dig.DIAMOND BAR BOULEVARDCOMPLETE STREET PROJECTC:\Box\Projects\cidib Diamond Bar\cidib.170131 Diamond Bar Blvd Streetscape\2 Engineering\_CAD\2 Sheets\CD_Hardscape.dwgMon 04.Aug.25 05:30:39 PM
PREPARED BY:SUBMITTEDREVIEWEDAPPROVEDR E G ISTERED
PROFESSIONAL ENGINEERSTATE OF CALIFORNIA Michael IpNo.43671Exp. 3/31/27CIVILDEPARTMENT OF PUBLIC WORKSC I T Y O F D I A M O N D B A RSTATE OF CALIFORNIADAVID G. LIU, P.E.RCE 44053DATEDIRECTOR OF PUBLIC WORKS / CITY ENGINEERCall: Toll Free811 OR 1-800-227-2600TWO WORKING DAYS BEFORE YOU DIGDATE: 03/29/2024 47100 E. Thousand Oaks Blvd., Suite 105Thousand Oaks, CA 91360805-692-6921 | www.mnsengineers.comSHEET__ OF__SIGNED:05/06/2024PN SI256CONSTRUCTION DETAILSPRECAST POST DETAILSCD-918
245246247248249250DIAMOND BAR BOULEVARDGOLDENSPRINGS DRIVE
4M4R4R4R4R4PTYP4PTYP4PTYP2V2M2211L=9'R30'R35'R30'10TYP8Tw1b1w3w2b2b3w5w44DR35'R30'R35'R30'R30'R200'R495'R0.5'R0.5'R35'R30'R30'R35'R30'R0.5'R30'R35'R30'R0.5'R30'R35'R200'R495'w7w8w9b5b6b7w10w11w12b9b10b11b12b13b14b15b41b42b43b44b45b46b48b49b50b51w80w81w77w78w79w82w83w85w86w84w87w88w89w90w91w92w93g01ag01cg09ag09cg10ag10cg11ag11cg28ag28cg31ag31cg32ag32cg29ag29cg30ag30cc01dc01ac01cc01bc02dc02ac02bc02cc03dc03ac03bc03cc04dc04ac04bc04cc05dc05ac05bc05cc06dc06ac06bc06cc07dc07ac07bc07cc21ac21bc22ac22dc22cc22bc23bc23ac23dc23cc24dc24cc24bc24ac25dc25cc25bc25ac26dc26cc26bc26ac27ac27dc27cc27bc28ac28dc28cc28bc29ac29d8T8T8T8T11L=8'8T8T8TFUTURE MONUMENT SIGN BY OTHERS+34.48
124R11L=8'11L=8'11L=8'4D4D4R4R2213TYP13TYP13TYP13TYP8T510TYP55EJWPJ (TYP)EJEJEJLEGEND24M4P4R2CONSTRUCTION NOTESDECORATIVE CROSSWALK PER DETAILS ON SHEET CD-7. SEE SHEETCD-5 FOR SITE CONTROL DATACONSTRUCT COLORED CONCRETE COLLAR AROUND MANHOLECOVER PER DETAIL ON SHEET CD-7CONSTRUCT COLORED CONCRETE COLLAR AROUND WATER VALVECOVER PER DETAIL ON SHEET CD-7COLORED CONCRETE DRIVEWAY APRON PER DETAIL ON SHEET CD-6COLORED CONCRETE IN MEDIAN PER COLORED CONCRETE NOTESON SHEET CD-7CONCRETE PAVER PATHWAY PER DETAIL ON SHEET CD-6COLORED CONCRETE CURB RETURN / CURB RAMP / BUS STOP AREAPER CONCRETE FLATWORK DETAIL ON SHEET CD-6 AND COLOREDCONCRETE NOTES ON SHEET CD-7RELOCATED BUS SHELTERINSTALL TACTILE DIRECTIONAL INDICATORTREE GRATE AND FRAME PER DETAILS ON SHEET CD-6 ANDUPLIGHTING PER SHEET E-3PRECAST POST AND WOODEN RAIL PER DETAILS ON SHEET CD-9PRECAST POST AND WOODEN RAIL WITH DECORATIVE STEEL PANELSPER DETAILS ON SHEET CD-9 AND UPLIGHTING PER SHEET E-3INSTALL DECORATIVE BOLLARD BOLLARD (SOUTH COAST LIGHTING#BOL1301-NWNL OR EQUAL). SEE E-SHEETS FOR LIGHTING ANDHEREON FOR SITE CONTROL DATA22M2V4D4M4P4R58T101112134DOREXPANSION JOINT (EJ)PER SPPWC 112-2WEAKENED PLANEJOINT (CONTROLJOINT METHOD) PERSPPWC 112-2SCORING LINE (1/4"DEEP)MODIFIEDFOUNDATION OVERSHALLOW UTILITY PERDETAIL ON SHEETCD-6SITE CONTROL DATAHARDSCAPEIDb1b2b3b5b6b7b9b10b11b12b13b14b15b41b42b43b44b45b46b48b49b50b51c01ac01bc01cc01dc02ac02bc02cc02dc03ac03bc03cc03dc04ac04bc04cc04dc05ac05bc05cc05dc06aSTATION-OFFSET246+16.80 48.00' LT246+24.18 47.08' LT246+32.80 46.00' LT247+87.17 48.67' LT247+95.68 47.44' LT248+05.60 46.00' LT248+50.30 46.00' LT248+61.02 45.71' LT248+98.33 43.71' LT249+24.85 43.00' LT249+89.84 43.00' LT250+00.35 44.62' LT250+09.36 46.00' LT246+61.88 48.67' RT246+70.38 47.44' RT246+80.30 46.00' RT247+07.67 46.00' RT247+17.59 47.44' RT247+26.09 48.67' RT249+01.87 46.00' RT249+12.58 45.71' RT249+49.89 43.71' RT249+76.41 43.00' RT248+25.84 51.00' LT248+37.84 51.00' LT248+37.84 60.00' LT248+25.84 60.00' LT248+50.59 53.67' LT248+62.59 53.58' LT248+62.66 60.00' LT248+50.66 60.00' LT248+75.34 52.96' LT248+87.34 52.31' LT248+87.35 60.00' LT248+75.38 60.00' LT249+00.09 51.63' LT249+12.08 51.17' LT249+12.10 60.00' LT249+00.10 60.00' LT249+24.85 48.00' LT249+36.85 48.00' LT249+36.85 60.00' LT249+24.85 60.00' LT249+50.60 48.00' LTSITE CONTROL DATAHARDSCAPEIDc06bc06cc06dc07ac07bc07cc07dc21ac21bc22ac22bc22cc22dc23ac23bc23cc23dc24ac24bc24cc24dc25ac25bc25cc25dc26ac26bc26cc26dc27ac27bc27cc27dc28ac28bc28cc28dc29ac29dw1w2w3w4w5STATION-OFFSET249+62.60 48.00' LT249+62.60 60.00' LT249+50.60 60.00' LT249+76.35 48.00' LT249+88.35 48.00' LT249+88.35 60.00' LT249+76.35 60.00' LT246+87.99 60.00' RT246+99.99 60.00' RT248+73.36 51.00' RT248+85.36 51.00' RT248+85.36 60.00' RT248+73.36 60.00' RT248+97.36 51.00' RT249+09.36 51.00' RT249+09.36 60.00' RT248+97.36 60.00' RT249+21.33 53.25' RT249+33.33 52.61' RT249+33.33 60.00' RT249+21.33 60.00' RT249+45.29 51.97' RT249+57.29 51.38' RT249+57.29 60.00' RT249+45.29 60.00' RT249+69.29 51.05' RT249+81.29 51.00' RT249+81.29 60.00' RT249+69.29 60.00' RT249+93.29 48.00' RT250+05.29 48.00' RT250+05.29 60.00' RT249+93.29 60.00' RT250+17.29 51.00' RT250+29.29 51.00' RT250+29.29 60.00' RT250+17.29 60.00' RT250+41.29 51.00' RT250+41.29 60.00' RT246+23.02 53.67' LT246+22.86 52.69' LT246+32.80 51.00' LT246+39.85 51.00' LT246+39.85 53.67' LTSITE CONTROL DATAHARDSCAPEIDw7w8w9w10w11w12w77w78w79w80w81w82w83w84w85w86w87w88w89w90w91w92w93STATION-OFFSET247+26.04 51.00' LT247+34.55 52.23' LT247+44.47 53.67' LT247+95.82 53.67' LT247+95.66 52.69' LT248+05.60 51.00' LT246+70.53 53.67' RT246+87.99 53.67' RT246+87.99 51.08' RT246+80.30 51.00' RT246+70.36 52.69' RT246+99.99 53.67' RT247+17.44 53.67' RT247+17.61 52.69' RT247+07.67 51.00' RT246+99.99 51.00' RT247+76.41 53.67' RT247+86.34 52.23' RT247+94.84 51.00' RT248+56.41 54.00' RT248+68.41 54.00' RT248+68.41 51.00' RT248+56.41 51.00' RTSITE CONTROL DATATREE GRATEIDg01ag01cg09ag09cg10ag10cg11ag11cg28ag28cg29ag29cg30ag30cg31ag31cg32ag32cSTATION-OFFSET246+53.47 51.00' LT246+59.47 55.00' LT249+27.85 48.00' LT249+33.85 52.00' LT249+53.60 48.00' LT249+59.60 52.00' LT249+79.35 48.00' LT249+85.35 52.00' LT246+90.99 51.00' RT246+96.99 55.00' RT247+97.41 51.00' RT248+03.41 55.00' RT248+18.41 51.00' RT248+24.41 55.00' RT248+76.36 51.00' RT248+82.36 55.00' RT249+00.36 51.00' RT249+06.36 55.00' RTSITE CONTROL DATABOLLARDSTATION-OFFSET245+80.78 73.14' RT245+81.31 67.55' RT245+82.92 62.16' RT245+85.56 57.20' RT245+89.13 52.85' RT245+93.47 49.29' RT246+18.10 54.11' RT246+55.38 54.11' RT246+80.30 52.33' RT247+07.67 52.33' RT247+32.59 54.11' RT247+72.25 54.11' RT247+78.41 44.50' RT247+88.41 44.50' RT247+98.41 44.50' RT248+08.41 44.50' RT248+18.41 44.50' RT248+28.41 44.50' RT248+38.41 44.50' RT248+48.41 44.50' RT248+65.41 52.50' RT249+15.35 52.57' RT249+39.32 50.79' RT249+63.29 49.68' RT249+87.29 49.50' RT250+11.29 49.50' RT250+35.29 49.50' RTSITE CONTROL DATABOLLARDSTATION-OFFSET245+80.84 72.85' LT245+81.41 67.34' LT245+83.03 62.04' LT245+85.65 57.16' LT245+89.16 52.87' LT245+93.44 49.35' LT246+06.80 53.45' LT246+26.78 52.70' LT246+48.77 52.33' LT246+72.47 44.50' LT246+72.47 52.00' LT246+82.47 44.50' LT246+92.47 44.50' LT246+92.47 52.00' LT247+02.47 44.50' LT247+12.47 44.50' LT247+12.47 52.00' LT247+22.47 44.50' LT247+32.47 44.50' LT247+32.47 52.72' LT247+42.47 44.50' LT247+50.97 54.11' LT247+80.67 54.11' LT248+00.61 52.59' LT248+20.10 52.33' LT248+45.30 52.33' LT248+69.29 51.78' LT248+91.36 53.00' RTSITE CONTROL DATABOLLARDSTATION-OFFSET248+93.26 50.49' LT249+18.48 50.00' LT249+43.73 50.00' LT249+69.48 50.00' LT249+92.16 49.59' LT250+03.88 52.09' LT250+15.86 52.50' LT250+48.71 52.50' LTSITE CONTROL DATADECORATIVE SIGN POLESTATION-OFFSET246+63.63 52.33' LT246+71.52 53.05' RT247+46.97 47.67' LT247+74.91 48.07' RT248+56.89 44.50' RT248+56.89 52.50' RT250+11.36 52.51' LTKnow what'sbelow.Callbefore you dig.DIAMOND BAR BOULEVARDCOMPLETE STREET PROJECTC:\Box\Projects\cidib Diamond Bar\cidib.170131 Diamond Bar Blvd Streetscape\2 Engineering\_CAD\2 Sheets\Hardscape.dwgMon 04.Aug.25 06:26:01 PM
PREPARED BY:SUBMITTEDREVIEWEDAPPROVEDR E G ISTERED
PROFESSIONAL ENGINEERSTATE OF CALIFORNIA Michael IpNo.43671Exp. 3/31/27CIVILDEPARTMENT OF PUBLIC WORKSC I T Y O F D I A M O N D B A RSTATE OF CALIFORNIADAVID G. LIU, P.E.RCE 44053DATEDIRECTOR OF PUBLIC WORKS / CITY ENGINEERCall: Toll Free811 OR 1-800-227-2600TWO WORKING DAYS BEFORE YOU DIGDATE: 03/29/2024 47100 E. Thousand Oaks Blvd., Suite 105Thousand Oaks, CA 91360805-692-6921 | www.mnsengineers.comSHEET__ OF__SIGNED:05/06/2024PN SI256
MATCH LINE - STA 250+50
SEE SHEET CH-2
0'20'20'10'10'1 inch = 20 ft.0'CH-119 HARDSCAPE PLANSTA 244+60 TO STA 250+50
251252253254255256DIAMOND BARBOULEVARD4PTYP4PTYP224PTYP4PTYP4M+73.33
4M4R4R4PTYP11L=8'R35'R35'R30'R35'R35'R35'R35'R30'R35'R30'R35'R35'R30'R30'R30'R30'R30'R30'R35'R30'R30'R35'10TYPb17b18b19b20b21b22b24b25b26w43w44w45b28b29b30b31b32b33b53b54b55b57b58b59b60b61b62b64b65b66w107w108w109w117g12ag12cg13ag13cg14ag14cg15ag15cg16ag16cg17ag17cg19ag19cg20ag20cg21ag21cg22ag22cg23ag23cg24ag24cg47ag47cg48ag48cg49ag49dg50ag50cg51ag51cg52ag52cg53ag53cc08ac08bc08cc08dc09dc09ac09bc09cc10dc10ac10bc10cc11ac11bc11cc11dc13ac13bc13cc13dc14ac14bc14cc14dc15ac15bc15cc15dc16dc16ac16bc16cc17dc17ac17bc17cc18dc18ac18bc18cc19dc19ac19bc19cc12ac12bc12cc12dc29bc29cc30ac30dc30cc30bc31ac31dc31cc31bc32ac32dc32cc32bc33ac33dc33cc33bc34ac34dc34cc34bc35ac35dc35cc35bc36ac36dc36cc36bc37ac37dc37cc37bc38ac38dc38cc38bc39ac39dc39cc39bc40ac40dc40cc40b11L=8'11L=8'11L=8'8T8T8T8T8T8T8T11L=10'8TFUTURE MONUMENT SIGN BY OTHERS4D4D4D4D4D4DEX "DBB" CL+79.18 121211L=8'4R4R4R4R13TYP13TYP13TYP13TYP8T11L=8'WPJ (TYP)WPJ (TYP)SITE CONTROL DATAHARDSCAPEIDb17b18b19b20b21b22b24b25b26b28b29b30b31b32b33b53b54b55b57b58b59b60b61b62b64b65b66c08ac08bc08cc08dc09ac09bc09cc09dc10ac10bc10cc10dc11ac11bc11cc11dc12aSTATION-OFFSET250+55.21 46.00' LT250+64.22 44.62' LT250+74.73 43.00' LT250+91.68 43.00' LT251+02.19 44.62' LT251+11.20 46.00' LT251+56.13 46.00' LT251+65.14 44.62' LT251+75.65 43.00' LT254+56.30 46.00' LT254+65.31 44.62' LT254+75.82 43.00' LT256+19.38 43.00' LT256+29.89 44.62' LT256+38.90 46.00' LT251+53.53 43.00' RT251+64.04 44.62' RT251+73.05 46.00' RT252+19.03 46.00' RT252+28.04 44.62' RT252+38.55 43.00' RT254+56.30 46.00' RT254+65.31 44.62' RT254+75.82 43.00' RT256+12.16 43.00' RT256+22.67 44.62' RT256+31.68 46.00' RT250+77.20 48.00' LT250+89.20 48.00' LT250+89.20 60.00' LT250+77.20 60.00' LT251+78.68 48.00' LT251+90.68 48.00' LT251+90.68 60.00' LT251+78.68 60.00' LT251+98.68 48.00' LT252+10.68 48.00' LT252+10.68 60.00' LT251+98.68 60.00' LT252+18.68 48.00' LT252+30.68 48.00' LT252+30.68 60.00' LT252+18.68 60.00' LT254+30.30 51.00' LTSITE CONTROL DATAHARDSCAPEIDc12bc12cc12dc13ac13bc13cc13dc14ac14bc14cc14dc15ac15bc15cc15dc16ac16bc16cc16dc17ac17bc17cc17dc18ac18bc18cc18dc19ac19bc19cc19dc29bc29cc30ac30bc30cc30dc31ac31bc31cc31dc32ac32bc32cSTATION-OFFSET254+42.30 51.00' LT254+42.30 60.00' LT254+30.36 60.00' LT254+78.60 48.00' LT254+90.60 48.00' LT254+90.60 60.00' LT254+78.60 60.00' LT254+99.60 48.00' LT255+11.60 48.00' LT255+11.60 60.00' LT254+99.60 60.00' LT255+20.60 48.00' LT255+32.60 48.00' LT255+32.60 60.00' LT255+20.60 60.00' LT255+41.60 48.00' LT255+53.60 48.00' LT255+53.60 60.00' LT255+41.60 60.00' LT255+62.60 48.00' LT255+74.60 48.00' LT255+74.60 60.00' LT255+62.60 60.00' LT255+83.60 51.00' LT255+95.60 51.00' LT255+95.60 60.00' LT255+83.60 60.00' LT256+04.60 51.00' LT256+16.60 51.00' LT256+16.60 60.00' LT256+04.60 60.00' LT250+53.29 51.00' RT250+53.29 60.00' RT250+65.29 48.00' RT250+77.29 48.00' RT250+77.29 60.00' RT250+65.29 60.00' RT250+89.29 51.00' RT251+01.29 51.00' RT251+01.29 60.00' RT250+89.29 60.00' RT251+13.29 51.00' RT251+25.29 51.00' RT251+25.29 60.00' RTSITE CONTROL DATAHARDSCAPEIDc32dc33ac33bc33cc33dc34ac34bc34cc34dc35ac35bc35cc35dc36ac36bc36cc36dc37ac37bc37cc37dc38ac38bc38cc38dc39ac39bc39cc39dc40ac40bc40cc40dw43w44w45w107w108w109w117STATION-OFFSET251+13.29 60.00' RT251+37.29 48.00' RT251+49.29 48.00' RT251+49.29 60.00' RT251+37.29 60.00' RT253+51.71 51.00' RT253+63.71 51.00' RT253+63.71 60.00' RT253+51.71 60.00' RT254+79.30 48.00' RT254+91.30 48.00' RT254+91.30 60.00' RT254+79.30 60.00' RT255+03.30 48.00' RT255+15.30 48.00' RT255+15.30 60.00' RT255+03.30 60.00' RT255+27.30 48.00' RT255+39.30 48.00' RT255+39.30 60.00' RT255+27.30 60.00' RT255+51.30 48.00' RT255+63.30 48.00' RT255+63.30 60.00' RT255+51.30 60.00' RT255+75.30 48.00' RT255+87.30 48.00' RT255+87.30 60.00' RT255+75.30 60.00' RT255+99.30 48.00' RT256+11.30 48.00' RT256+11.30 60.00' RT255+99.30 60.00' RT253+26.19 48.00' LT253+35.20 49.38' LT253+45.71 51.00' LT253+26.19 48.00' RT253+35.20 49.38' RT253+45.71 51.00' RT254+48.30 51.00' RTSITE CONTROL DATATREE GRATEIDg12ag12cg13ag13cg14ag14cg15ag15cg16ag16cg17ag17cg19ag19cg20ag20cg21ag21cg22ag22cg23ag23cg24ag24cg47ag47cg48ag48cSTATION-OFFSET250+80.20 48.00' LT250+86.20 52.00' LT251+81.68 48.00' LT251+87.68 52.00' LT252+01.68 48.00' LT252+07.68 52.00' LT252+21.68 48.00' LT252+27.68 52.00' LT252+82.21 48.00' LT252+88.21 52.00' LT253+02.21 48.00' LT253+08.21 52.00' LT254+33.30 51.00' LT254+39.30 55.00' LT254+81.60 48.00' LT254+87.60 52.00' LT255+02.59 47.99' LT255+08.60 52.00' LT255+23.60 48.00' LT255+29.60 52.00' LT255+44.60 48.00' LT255+50.60 52.00' LT255+65.59 47.99' LT255+71.60 52.00' LT253+54.71 51.00' RT253+60.71 55.00' RT254+82.30 48.00' RT254+88.30 52.00' RTSITE CONTROL DATATREE GRATEIDg49ag49dg50ag50cg51ag51cg52ag52cg53ag53cSTATION-OFFSET255+06.30 48.00' RT255+12.30 52.00' RT255+30.30 48.00' RT255+36.30 52.00' RT255+54.30 48.00' RT255+60.30 52.00' RT255+78.30 48.00' RT255+84.30 52.00' RT256+02.30 48.00' RT256+08.30 52.00' RTSITE CONTROL DATABOLLARDSTATION-OFFSET250+59.29 49.50' RT250+83.29 49.50' RT251+07.29 49.50' RT251+31.29 49.50' RT251+55.85 49.59' RT251+67.57 52.09' RT251+79.55 52.50' RT252+12.53 52.50' RT252+24.51 52.09' RT252+36.23 49.59' RT252+51.71 39.50' RT252+51.71 49.00' RT252+61.71 39.50' RT252+71.71 39.50' RT252+71.71 49.00' RT252+91.71 39.50' RT252+91.71 49.00' RT253+01.71 39.50' RT253+11.71 39.50' RT253+11.71 49.00' RT253+21.71 39.50' RT253+31.71 39.50' RT253+31.71 49.00' RT253+41.71 39.50' RT253+52.62 53.00' RT253+68.62 51.50' RT253+84.62 51.50' RT253+85.63 55.50' RTSITE CONTROL DATABOLLARDSTATION-OFFSET254+32.47 55.50' RT254+32.72 51.50' RT254+41.35 51.45' RT254+49.80 52.50' RT254+61.78 52.09' RT254+73.49 49.59' RT254+97.30 50.00' RT255+21.30 50.00' RT255+45.30 50.00' RT255+69.30 50.00' RT255+93.30 50.00' RT256+14.48 49.59' RT256+26.20 52.09' RT256+38.18 52.50' RTSITE CONTROL DATABOLLARDSTATION-OFFSET250+60.69 52.09' LT250+72.40 49.59' LT250+94.00 49.59' LT251+05.72 52.09' LT251+17.70 52.50' LT251+49.63 52.50' LT251+61.12 52.16' LT251+72.33 49.69' LT251+94.68 50.00' LT252+14.68 50.00' LT252+32.13 50.00' LT252+58.21 39.50' LT252+68.21 39.50' LT252+78.21 39.50' LT252+88.21 39.50' LT252+98.21 39.50' LT253+08.21 39.50' LT253+18.21 39.50' LT253+28.21 39.50' LT253+38.21 39.50' LT253+61.29 51.50' LT253+61.35 55.50' LT254+07.64 55.50' LT254+08.65 51.50' LT254+23.65 51.50' LT254+40.30 53.00' LT254+52.30 52.50' LT254+61.78 52.09' LTSITE CONTROL DATABOLLARDSTATION-OFFSET254+73.49 49.59' LT254+95.10 50.00' LT255+16.10 50.00' LT255+37.10 50.00' LT255+58.10 50.00' LT255+79.10 50.00' LT256+00.10 49.50' LT256+33.42 52.09' LT256+45.40 52.50' LTSITE CONTROL DATADECORATIVE SIGN POLESTATION-OFFSET251+13.20 52.50' LT252+17.03 52.50' RT252+44.21 49.50' LT252+44.71 49.01' RT252+49.73 39.50' LT253+35.93 40.00' RT254+48.78 52.50' LT254+54.30 52.50' RT256+40.90 52.50' LTLEGEND24M4P4R2CONSTRUCTION NOTESDECORATIVE CROSSWALK PER DETAILS ON SHEET CD-7. SEE SHEETCD-5 FOR SITE CONTROL DATACONSTRUCT COLORED CONCRETE COLLAR AROUND MANHOLECOVER PER DETAIL ON SHEET CD-7CONSTRUCT COLORED CONCRETE COLLAR AROUND WATER VALVECOVER PER DETAIL ON SHEET CD-7COLORED CONCRETE DRIVEWAY APRON PER DETAIL ON SHEET CD-6COLORED CONCRETE IN MEDIAN PER COLORED CONCRETE NOTESON SHEET CD-7CONCRETE PAVER PATHWAY PER DETAIL ON SHEET CD-6COLORED CONCRETE CURB RETURN / CURB RAMP / BUS STOP AREAPER CONCRETE FLATWORK DETAIL ON SHEET CD-6 AND COLOREDCONCRETE NOTES ON SHEET CD-7RELOCATED BUS SHELTERINSTALL TACTILE DIRECTIONAL INDICATORTREE GRATE AND FRAME PER DETAILS ON SHEET CD-6 ANDUPLIGHTING PER SHEET E-3PRECAST POST AND WOODEN RAIL PER DETAILS ON SHEET CD-9PRECAST POST AND WOODEN RAIL WITH DECORATIVE STEEL PANELSPER DETAILS ON SHEET CD-9 AND UPLIGHTING PER SHEET E-3INSTALL DECORATIVE BOLLARD BOLLARD (SOUTH COAST LIGHTING#BOL1301-NWNL OR EQUAL). SEE E-SHEETS FOR LIGHTING ANDHEREON FOR SITE CONTROL DATA22M2V4D4M4P4R58T101112134DOREXPANSION JOINT (EJ)PER SPPWC 112-2WEAKENED PLANEJOINT (CONTROLJOINT METHOD) PERSPPWC 112-2SCORING LINE (1/4"DEEP)MODIFIEDFOUNDATION OVERSHALLOW UTILITY PERDETAIL ON SHEETCD-6Know what'sbelow.Callbefore you dig.DIAMOND BAR BOULEVARDCOMPLETE STREET PROJECTC:\Box\Projects\cidib Diamond Bar\cidib.170131 Diamond Bar Blvd Streetscape\2 Engineering\_CAD\2 Sheets\Hardscape.dwgMon 04.Aug.25 06:26:01 PM
PREPARED BY:SUBMITTEDREVIEWEDAPPROVEDR E G ISTERED
PROFESSIONAL ENGINEERSTATE OF CALIFORNIA Michael IpNo.43671Exp. 3/31/27CIVILDEPARTMENT OF PUBLIC WORKSC I T Y O F D I A M O N D B A RSTATE OF CALIFORNIADAVID G. LIU, P.E.RCE 44053DATEDIRECTOR OF PUBLIC WORKS / CITY ENGINEERCall: Toll Free811 OR 1-800-227-2600TWO WORKING DAYS BEFORE YOU DIGDATE: 03/29/2024 47100 E. Thousand Oaks Blvd., Suite 105Thousand Oaks, CA 91360805-692-6921 | www.mnsengineers.comSHEET__ OF__SIGNED:05/06/2024PN SI256
MATCH LINE - STA 256+50
SEE SHEET CH-3
MATCH LINE - STA 250+50SEE SHEET CH-1
CH-220 HARDSCAPE PLANSTA 250+50 TO STA 256+50
257258259260DIAMOND BAR BOULEVARDPALOMINO
DRIVE
GENTLE
SPRINGS
LANE22
224PTYP4PTYP2V4R4R4R2M11L=8'11L=8'4RFUTURE CITY GATEWAYMONUMENT BY OTHERSw69w68w67b40b39b38c20bc20ac20dc20cg27cg27aR35'R30'10TYPR30'R35'b35b36b37w70w71w72w73w127w132w135w140g54ag54cg55ag55cc41ac41bc42ac42b8T8TR25'R38'+58.654M 4D4D4D4D4D4D13TYP13TYPEJWPJ (TYP)WPJ (TYP)EJEJEJEJEJEJSITE CONTROL DATAHARDSCAPEIDb35b36b37b38b39b40c20ac20bc20cc20dc41ac41bc42ac42bw67w68w69w70w71w72STATION-OFFSET257+21.13 46.00' LT257+30.13 44.62' LT257+40.65 43.00' LT257+63.53 43.00' LT257+74.04 44.62' LT257+83.04 46.00' LT257+46.09 48.00' LT257+58.09 48.00' LT257+58.09 60.00' LT257+46.09 60.00' LT256+88.29 60.00' RT257+00.29 60.00' RT257+67.36 60.00' RT257+79.36 60.00' RT257+83.05 54.00' LT257+74.54 53.04' LT257+68.82 52.40' LT257+65.22 52.42' LT257+65.22 50.22' LT257+62.28 50.16' LTSITE CONTROL DATAHARDSCAPEIDw73w127w132w135w140STATION-OFFSET257+62.28 48.00' LT256+88.29 51.00' RT257+00.29 51.00' RT257+67.36 51.00' RT257+79.36 51.00' RTSITE CONTROL DATATREE GRATEIDg27ag27cg54ag54cg55ag55cSTATION-OFFSET257+49.09 48.00' LT257+55.09 52.00' LT256+91.29 51.00' RT256+97.29 55.00' RT257+70.36 51.00' RT257+76.36 55.00' RTSITE CONTROL DATABOLLARDSTATION-OFFSET256+72.65 52.50' LT256+83.08 52.50' LT256+93.51 52.50' LT257+14.63 52.50' LT257+26.61 52.09' LT257+38.32 49.59' LT257+66.30 49.63' LT257+77.57 52.09' LT257+89.55 52.50' LT258+19.97 52.50' LT258+30.97 52.50' LT258+39.27 45.69' LT258+43.32 49.63' LT258+46.52 54.30' LTSITE CONTROL DATABOLLARDSTATION-OFFSET256+74.03 52.50' RT256+87.53 52.50' RT257+01.04 52.50' RT257+14.55 52.50' RT257+55.58 52.50' RT257+67.44 52.50' RT257+79.29 52.50' RT257+91.15 52.50' RT258+21.32 52.50' RT258+39.25 45.07' RT258+43.21 48.62' RT258+46.45 52.84' RT258+48.85 57.59' RT258+50.32 62.70' RT258+50.82 68.00' RTSITE CONTROL DATADECORATIVE SIGN POLESTATION-OFFSET256+78.53 52.50' RT257+85.05 52.50' LTLEGEND24M4P4R2CONSTRUCTION NOTESDECORATIVE CROSSWALK PER DETAILS ON SHEET CD-7. SEE SHEETCD-5 FOR SITE CONTROL DATACONSTRUCT COLORED CONCRETE COLLAR AROUND MANHOLECOVER PER DETAIL ON SHEET CD-7CONSTRUCT COLORED CONCRETE COLLAR AROUND WATER VALVECOVER PER DETAIL ON SHEET CD-7COLORED CONCRETE DRIVEWAY APRON PER DETAIL ON SHEET CD-6COLORED CONCRETE IN MEDIAN PER COLORED CONCRETE NOTESON SHEET CD-7CONCRETE PAVER PATHWAY PER DETAIL ON SHEET CD-6COLORED CONCRETE CURB RETURN / CURB RAMP / BUS STOP AREAPER CONCRETE FLATWORK DETAIL ON SHEET CD-6 AND COLOREDCONCRETE NOTES ON SHEET CD-7RELOCATED BUS SHELTERINSTALL TACTILE DIRECTIONAL INDICATORTREE GRATE AND FRAME PER DETAILS ON SHEET CD-6 ANDUPLIGHTING PER SHEET E-3PRECAST POST AND WOODEN RAIL PER DETAILS ON SHEET CD-9PRECAST POST AND WOODEN RAIL WITH DECORATIVE STEEL PANELSPER DETAILS ON SHEET CD-9 AND UPLIGHTING PER SHEET E-3INSTALL DECORATIVE BOLLARD BOLLARD (SOUTH COAST LIGHTING#BOL1301-NWNL OR EQUAL). SEE E-SHEETS FOR LIGHTING ANDHEREON FOR SITE CONTROL DATA22M2V4D4M4P4R58T101112134DOREXPANSION JOINT (EJ)PER SPPWC 112-2WEAKENED PLANEJOINT (CONTROLJOINT METHOD) PERSPPWC 112-2SCORING LINE (1/4"DEEP)MODIFIEDFOUNDATION OVERSHALLOW UTILITY PERDETAIL ON SHEETCD-6Know what'sbelow.Callbefore you dig.DIAMOND BAR BOULEVARDCOMPLETE STREET PROJECTC:\Box\Projects\cidib Diamond Bar\cidib.170131 Diamond Bar Blvd Streetscape\2 Engineering\_CAD\2 Sheets\Hardscape.dwgMon 04.Aug.25 06:26:01 PM
PREPARED BY:SUBMITTEDREVIEWEDAPPROVEDR E G ISTERED
PROFESSIONAL ENGINEERSTATE OF CALIFORNIA Michael IpNo.43671Exp. 3/31/27CIVILDEPARTMENT OF PUBLIC WORKSC I T Y O F D I A M O N D B A RSTATE OF CALIFORNIADAVID G. LIU, P.E.RCE 44053DATEDIRECTOR OF PUBLIC WORKS / CITY ENGINEERCall: Toll Free811 OR 1-800-227-2600TWO WORKING DAYS BEFORE YOU DIGDATE: 03/29/2024 47100 E. Thousand Oaks Blvd., Suite 105Thousand Oaks, CA 91360805-692-6921 | www.mnsengineers.comSHEET__ OF__SIGNED:05/06/2024PN SI256 0'20'20'10'10'1 inch = 20 ft.0'MATCH LINE - STA 256+50SEE SHEET CH-2
CH-321 HARDSCAPE PLANSTA 256+50 TO STA 260+50
EXISTING LACFCD 15" RCPPD 1340 LINE "C-1"PER RECORD DRAWING PF520299DIAMOND BAR BOULEVARD
PALOMINO DRIVEGENTLE SPRINGS LANEEXISTING LACFCD 60" RCPPD 0160 LINE "A"PER RECORD DRAWING PF5202990
+
0
00+501+002
+
0
04(W=7', V=3.25')22REMOVE EXISTING LACFCD 15" RCPPD 0160 LINE "C-2"PER RECORD DRAWING PF5202994(W=8', V=4.5')1LINE "C-2"258CATCH BASIN #2 (W=10')"C-2" 2+23.24= "DBB" 257+87.13 42.17' RTCATCH BASIN #1 (W=7')"C-1" 1+06.73= "DBB" 257+82.73 38.00' LT3EXISTING 27" WATER (WVWD)"DBB" LINE2XEX R/W
EX R/W9+00710720730710720730-0+100+001+001+507107207307107207301+602+002+402+00.00INV CALC (719.28)(RECORD DWG INV 716.98)2+14.20INV (723.70)(RECORD DWG INV 721.42)EXISTING GRADE2+02.42INV CALC (721.15)(RECORD DWG INV 718.85)EXISTING 15" RCP (D-1500)CATCH BASIN #1"C-1" 1+06.73TC 728.64V=3.9'FINISHED GRADEEXISTING 24" DI WATER (WVWD)EXISTING 15" VCP SEWERLA COUNTYLINE "C-1"LINE "C-2"EXISTING 15" VCP SEWERLA COUNTYREMOVE EXISTING 15" RCP (D-1500)EXISTING GRADEFINISHED GRADE2+23.24INV 724.22±21' LF2EXISTING SCE3REMOVE ±10 LF OFEXISTING 15" RCPCATCH BASIN #2"C-2" 2+27.41TC 728.56V=4.3'1+06.73INV (724.73)221EXISTING 8" GAS (SCG)CAUTION: HIGH PRESSUREEXISTING FO (FRONTIER)EXISTING 8" GAS (SCG)CAUTION: HIGH PRESSUREEXISTING COM DUCT BANK (FRONTIER)EXISTING 6" ACWATER (WVWD)EXISTING 27" WATER (WVWD)0+00.00INV CALC (718.99)(RECORD DWG INV 716.70)0+02.42INV CALC (720.87)(RECORD DWG INV 718.57)42MEXISTING SCE2X4S=-0.216S=-0.147EXISTING 60" RCP LINE "A"EXISTING 60" RCP LINE "A"1+16.46INV CALC (725.09)(RECORD DWG INV 722.71)S=-0.037MAINTAINED BY LACFCDMAINTAINED BY LACFCDDRAINAGE CONSTRUCTION NOTESINSTALL 15" RCP (D-1500)CONSTRUCT MODIFIED CURB OPENING CATCH BASIN PER SPPWC 300-3 (WPER PLAN, V PER PROFILE). CONSTRUCT LOCAL DEPRESSION PER SPPWC313-3 (CASE E, H=2") AND DETAIL HEREON. INSTALL LACFCD-APPROVEDAUTOMATIC RETRACTABLE SCREEN AND CONNECTOR PIPE SCREENCONSTRUCT CATCH BASIN MODIFICATION (CASE 2) TO AVOID EXISTINGUTILITY PER SPPWC 314-3CONSTRUCT MONOLITHIC CATCH BASIN CONNECTION TO EXISTING PIPEPER SPPWC 308-2. REMOVE INTERFERING PORTIONSCONSTRUCT PIPE CONNECTION TO EXISTING STORM DRAIN PER SPPWC335-2REMOVE EXISTING LACFCD CATCH BASIN. EXISTING W AND V PER RECORDDRAWING SHOWN ON PLAN122M2X34FS 728.02"DBB" 257+89.1036.00' RTTC 728.54FL 727.71H=8"+2""DBB" 257+89.1038.00' RTTC 728.72FL 728.05H=8""DBB" 257+74.1038.00' RTTC 727.90FL 727.81H=1" (DWY)"DBB" 257+94.1038.00' RTFS 728.14"DBB" 257+79.1036.00' RTFS 728.20"DBB" 257+74.1036.00' RTFS 727.97"DBB" 257+94.1036.00' RTTC 728.65FL 727.82H=8"+2""DBB" 257+79.1038.00' RTFS 728.09"DBB" 257+86.0536.00' LTTC 728.02FL 727.93H=8"+2" (DWY)"DBB" 257+86.0538.00' LTTC 728.75FL 728.08H=8""DBB" 257+74.0538.00' LTTC 727.96FL 727.87H=1" (DWY)"DBB" 257+91.0538.00' LTFS 728.17"DBB" 257+79.0536.00' LTFS 728.23"DBB" 257+74.0536.00' LTFS 728.03"DBB" 257+91.0536.00' LTTC 728.69FL 727.86H=8"+2""DBB" 257+79.0538.00' LTCONNECTOR PIPE SCREENOVERFLOW ELEVATIONCATCH BASIN FLOOR40% DEPTH TOOVERFLOW ELEVATIONCONNECTOR PIPE SCREENOUTLET PIPECATCH BASIN INTERIORCATCH BASIN PAINTED GAUGE FORCONNECTOR PIPE SCREEN DETAILNOT TO SCALENOTES:1.PAINT SHALL CONFORM TO SSPWC SECTIONS 210 AND 3102.PAINTED GAUGE MARKINGS SHALL BE VISIBLE FROM THE MANHOLELID WHEN OPEN, OR FROM THE CURB OPENING WHEN AUTOMATICRETRACTABLE SCREEN IS NOT USED100%100%40%40%2" HIGH RED PAINTED LETTERING (TYP)36"x5" WHITE PAINTED BACKGROUND (TYP)18"x1" RED PAINTED STRIPE (TYP)3" MIN0'0'10'10'HORIZ: 1"=10'VERT: 1"=2'Know what'sbelow.Callbefore you dig.DIAMOND BAR BOULEVARDCOMPLETE STREET PROJECTC:\Box\Projects\cidib Diamond Bar\cidib.170131 Diamond Bar Blvd Streetscape\2 Engineering\_CAD\2 Sheets\SD PlanProfile.dwgMon 04.Aug.25 06:27:57 PM
PREPARED BY:SUBMITTEDREVIEWEDAPPROVEDR E G ISTERED
PROFESSIONAL ENGINEERSTATE OF CALIFORNIA Michael IpNo.43671Exp. 3/31/27CIVILDEPARTMENT OF PUBLIC WORKSC I T Y O F D I A M O N D B A RSTATE OF CALIFORNIADAVID G. LIU, P.E.RCE 44053DATEDIRECTOR OF PUBLIC WORKS / CITY ENGINEERCall: Toll Free811 OR 1-800-227-2600TWO WORKING DAYS BEFORE YOU DIGDATE: 03/29/2024 47100 E. Thousand Oaks Blvd., Suite 105Thousand Oaks, CA 91360805-692-6921 | www.mnsengineers.comSHEET__ OF__SIGNED:05/06/2024PN SI256 LOCAL DEPRESSION DETAILCATCH BASIN #1CASE E, H=2"SCALE 1" = 5'LOCAL DEPRESSION DETAILCATCH BASIN #2CASE E, H=2"SCALE 1" = 5'STORM DRAIN MODIFICATION PLAN AND PROFILED-122 CONCRETE REMOVAL NOTESWHERE REINFORCED IS REQUIRED TO EXTEND THROUGH THE NEW JOINT, CONCRETESHALL BE REMOVED IN THE FOLLOWING SEQUENCE:1.A SAWCUT SHALL BE MADE ONE AND ONE-HALF INCHES DEEP AT THE REMOVALLIMITS. CARE SHALL BE EXERCISED IN SAWING AT THE REMOVAL LIMITS SO AS NOTTO CUT THE REINFORCING STEEL IN THE REMAINING SLAB. THE EXISTINGREINFORCING STEEL SHALL BE RETAINED AND EXTENDED INTO THE NEWCONSTRUCTION AS INDICATED ON THE PLANS.2.USING HANDHELD EQUIPMENT, THE CONCRETE SHALL BE CAREFULLY REMOVEDFOR THE FULL DEPTH OF THE WALL OR SLAB AND FOR A MINIMUM DISTANCE FORMTHE SAWCUT EQUAL TO THE LONGEST EXTENSION OF THE EXISTING BARS TO BEEXTENDED INTO THE NEW CONSTRUCTION. THIS EXTENSION SHALL BE 30 BARDIAMETERS, UNLESS OTHERWISE SHOWN.3.EXISTING REINFORCEMENT SHALL BE CUT TO THE REQUIRED BAR EXTENSION.4.THE REMAINING CONCRETE MAY BE REMOVED BY ANY SUITABLE METHOD UPONAPPROVAL OF THE ENGINEER, WHO SHALL BE THE SOLE JUDGE OF THE USE OFANY CONCRETE REMOVAL EQUIPMENT. EXPLOSIVES, WRECKING BALL, OR OTHERSIMILAR DEVICES, WHICH ARE LIKELY TO DAMAGE THE CONCRETE TO BE LEFT INPLACE, SHALL NOT BE USED.NOTE:1.ALL CATCH BASINS WILL BE CONSTRUCTED PER LOS ANGELES COUNTY-APPROVED SHOP DRAWINGS
DIAMOND BAR BOULEVARDEX R/WEX R/WEX R/WEX R/W"DBB" LINEEX R/WEX R/WPEX R3-17EX R28(S) (CA)RMEX R4-7EX R6-2EX N-1 (CA)RLEX "BUS" SIGNRPEX R26(S) (CA)RPEX R3-7RM"BUSES EXCEPTED" SIGNPEX "CUSTOMER" SIGNEX "ADA" SIGNRLEX "CUSTOMER" SIGNEX "ADA" SIGNEX "TOWING" SIGNRPEX R2-1 (35)FDRPEX R28(S) (CA)RMR81 (CA)RLEX MOD R13A (CA)FDR9-7 (BIKE/PED)FDR9-7 (BIKE/PED)FDR9-7 (BIKE/PED)RMEX R6-2EX K-1 (CA)YYYYYY3850'2258'39A44'950'958'3958'2258'958'3958'3850'950'39A50'LLLLLLFDR9-6FDR9-7 (BIKE/PED)YC10'12'10'10'10'10'10'12'
10'12'10'10'10'12'10'150'155'90'8'8'8'LLREMOVE EX STRIPE8'3850'850'850'39A42'850'3950'3950'12" WHITE DIAGONALSAT 20' O/C38200'838200'38200'837B40408812'6'13'10'10.6'11.5'11'11'6'2'11'11'5'11'11'5'40GW=5'GW=5'10'11'11'5'11'11'5'245246247248249250FDR9-6SSR81 (CA)M-6a (RT)SSR3-7RLEX "BUS" SIGNRPEX R28(S) (CA)RMR81 (CA)FR28(S) (CA)RPR81 (CA)LL2CPXXXXSSR10-15PATHWAY BICYCLE MARKING DETAILSCALE: 1" = 2'16.72"29.2"4.5"R18"18"20.25"2.41"2"2"DETAIL 39A (TYP)GREEN PREFORMEDTHERMOPLASTIC BETWEENDASHES (TYP)DETAIL 39A GREEN INFILL STRIPING DETAILSCALE: 1" = 10'W PER PLANBICYCLE YIELD MARKING DETAILSCALE: 1" = 2'1.5'TYP 1'TYP0.5'TYPWHITE SERIESOF ISOCELESTRIANGLESSIGNAGE DISPOSITION NOTESPROTECT IN PLACE EXISTING SIGN AND POSTFURNISH AND INSTALL SIGN AND PSST POSTFURNISH AND INSTALL DECORATIVE SIGN POST(SOUTH COAST LIGHTING#BCNHQ1126-600120144-4SF OR EQUAL)FURNISH AND INSTALL SIGN ON STREET LIGHTOR TRAFFIC SIGNAL STANDARD (STRAP ANDSADDLE BRACKET METHOD)REMOVE EXISTING SIGN AND POSTRELOCATE EXISTING SIGN PANEL TO NEW PSSTPOSTRESET EXISTING SIGN ON STREET LIGHT POLEPFFDSSRMRLRPLEGENDSTRIPING DETAIL NUMBER PER SSP A20A THROUGH A20DLIMIT LINE (STOP LINE) PER SSP A24G. 2CP = 2-COAT PAINTCONTINENTAL CROSSWALK MARKINGS DETAIL ON SHEET SS-2GREEN INFILL STRIPING PER DETAIL ON SHEET SS-112" WHITE BASIC CROSSWALK STRIPE PER SSP A24F12" YELLOW BASIC CROSSWALK STRIPE PER SSP A24FPAINT (2-COAT, YELLOW) CURB NOSE AND INSTALL 1 TUBULARMARKER (YELLOW, H=28")TYPE II ARROW PER SSP A24B. DIRECTION SHOWN ON PLANTYPE IV ARROW PER SSP A24A. DIRECTION SHOWN ON PLANBIKE LANE SYMBOL WITH PERSON AND BIKE LANE ARROWPAVEMENT MARKINGS PER SSP A24A AND A24CROADSIDE SIGN PER SSP RS1, RS2, AND RS42-COAT PAINT (WHITE) PATHWAY BICYCLE MARKING PERDETAIL ON SHEET SS-12-COAT PAINT (WHITE) BICYCLE YIELD MARKING PER DETAILON SHEET SS-1XXLLCXGWYYCKnow what'sbelow.Callbefore you dig.DIAMOND BAR BOULEVARDCOMPLETE STREET PROJECTC:\Box\Projects\cidib Diamond Bar\cidib.170131 Diamond Bar Blvd Streetscape\2 Engineering\_CAD\2 Sheets\SignStripe.dwgMon 04.Aug.25 06:29:06 PM
PREPARED BY:SUBMITTEDREVIEWEDAPPROVEDR E G ISTERED
PROFESSIONAL ENGINEERSTATE OF CALIFORNIA Michael IpNo.43671Exp. 3/31/27CIVILDEPARTMENT OF PUBLIC WORKSC I T Y O F D I A M O N D B A RSTATE OF CALIFORNIADAVID G. LIU, P.E.RCE 44053DATEDIRECTOR OF PUBLIC WORKS / CITY ENGINEERCall: Toll Free811 OR 1-800-227-2600TWO WORKING DAYS BEFORE YOU DIGDATE: 03/29/2024 47100 E. Thousand Oaks Blvd., Suite 105Thousand Oaks, CA 91360805-692-6921 | www.mnsengineers.comSHEET__ OF__SIGNED:05/06/2024PN SI256
MATCH LINE - STA 250+50
SEE SHEET SS-2
0'20'20'10'10'1 inch = 20 ft.0'GOLDENSPRINGS DRIVE
SIGNING AND STRIPING PLANSTA 244+30 TO STA 250+50SS-123 SIGNING AND STRIPING GENERAL NOTES1.ALL ROADSIDE SIGNING, MARKINGS, AND MARKERS SHALL BE IN CONFORMANCE WITH THE LATEST EDITION OFTHE CALTRANS STANDARD PLANS AND SPECIFICATIONS, AND THE LATEST EDITION OF THE CALIFORNIA MUTCD.2.ALL NEW STRIPING SHALL BE THERMOPLASTIC, UNLESS OTHERWISE NOTED.3.THE CONTRACTOR SHALL REMOVE ALL CONFLICTING STRIPING USING WET SANDBLAST.4.DASHED LANE LINES (EXCEPT DETAIL 39A) SHALL HAVE 50' MIN SOLID LANE LINE BEFORE AND AFTERINTERSECTIONS.5.NEW SIGN POSTS SHALL BE PERFORATED SQUARE STEEL TUBE PER CALTRANS STANDARD PLANS RS5 ANDRS6, UNLESS OTHERWISE NOTED.6.REMOVE POSTS WITHOUT ANY SIGNS.7.PLACE BLUE RETROREFLECTIVE PAVEMENT MARKERS AT ALL FIRE HYDRANT LOCATIONS PER SPPWC 170-0.8.SEE TS-SHEETS FOR ADDITIONAL SIGN INSTALLATIONS ON TRAFFIC SIGNAL STANDARDS.
DIAMOND BAR BOULEVARDEX R/WEX R/W"DBB" LINEEX R/WEX R/W38242'RLEX SR4-1 (CA)RPEX W3-3EX R26(S) (CA)RMEX R3-17RMEX R9-3EX R9-3aEX R9-3bPRPEX S1-1EX W16-9PRPEX R2-1 (35)EX R28(S) (CA)RMEX R3-17PEX "TOWING" SIGNRPEX R28(S) (CA)RMEX R9-3EX R9-3aEX R9-3bPRPEX R28(S) (CA)FDR9-7 (BIKE/PED)FDR9-7 (BIKE/PED)FDR9-7 (BIKE/PED)R9-6FDR9-7 (BIKE/PED)RMEX R6-2RMEX R6-2EX K-1 (CA)RMEX R6-2EX K-1 (CA)W3810'2138'3832'2115'LLWLL888RLEX BUS STOPYCYCCXCX10'12'10'10'10'12'10'
10'12'10'10'10'12'10'
10'12'10'10'12'10'8'8'LLLL2'38100'LL2CPLL2CP8882'
6'
6'LL251252253254255256FDRLFDEX BUS STOPFDR9-6FDR9-6FDR9-7 (BIKE/PED)SSR9-6SSW73A (CA)837BRLEX R3-7RCONTINENTAL STRIPING AT COMMERCIALDRIVEWAY DETAILNOT TO SCALE8'14'CURB AND GUTTERDRIVEWAY APPROACH APRONDRIVEWAY APPROACHPEDESTRIAN PATHDRIVEWAY APPROACHBICYCLE PATH0.5'5'9'2'TYPWHITE THERMOPLASTICCONTINENTAL STRIPE (TYP)WHITE THERMOPLASTICCONTINENTAL STRIPEGREEN THERMOPLASTICCONTINENTAL STRIPE (TYP)SIGNAGE DISPOSITION NOTESPROTECT IN PLACE EXISTING SIGN AND POSTFURNISH AND INSTALL SIGN AND PSST POSTFURNISH AND INSTALL DECORATIVE SIGN POST(SOUTH COAST LIGHTING#BCNHQ1126-600120144-4SF OR EQUAL)FURNISH AND INSTALL SIGN ON STREET LIGHTOR TRAFFIC SIGNAL STANDARD (STRAP ANDSADDLE BRACKET METHOD)REMOVE EXISTING SIGN AND POSTRELOCATE EXISTING SIGN PANEL TO NEW PSSTPOSTRESET EXISTING SIGN ON STREET LIGHT POLEPFFDSSRMRLRPLEGENDSTRIPING DETAIL NUMBER PER SSP A20A THROUGH A20DLIMIT LINE (STOP LINE) PER SSP A24G. 2CP = 2-COAT PAINTCONTINENTAL CROSSWALK MARKINGS DETAIL ON SHEET SS-2GREEN INFILL STRIPING PER DETAIL ON SHEET SS-112" WHITE BASIC CROSSWALK STRIPE PER SSP A24F12" YELLOW BASIC CROSSWALK STRIPE PER SSP A24FPAINT (2-COAT, YELLOW) CURB NOSE AND INSTALL 1 TUBULARMARKER (YELLOW, H=28")TYPE II ARROW PER SSP A24B. DIRECTION SHOWN ON PLANTYPE IV ARROW PER SSP A24A. DIRECTION SHOWN ON PLANBIKE LANE SYMBOL WITH PERSON AND BIKE LANE ARROWPAVEMENT MARKINGS PER SSP A24A AND A24CROADSIDE SIGN PER SSP RS1, RS2, AND RS42-COAT PAINT (WHITE) PATHWAY BICYCLE MARKING PERDETAIL ON SHEET SS-12-COAT PAINT (WHITE) BICYCLE YIELD MARKING PER DETAILON SHEET SS-1XXLLCXGWYYCKnow what'sbelow.Callbefore you dig.DIAMOND BAR BOULEVARDCOMPLETE STREET PROJECTC:\Box\Projects\cidib Diamond Bar\cidib.170131 Diamond Bar Blvd Streetscape\2 Engineering\_CAD\2 Sheets\SignStripe.dwgMon 04.Aug.25 06:29:06 PM
PREPARED BY:SUBMITTEDREVIEWEDAPPROVEDR E G ISTERED
PROFESSIONAL ENGINEERSTATE OF CALIFORNIA Michael IpNo.43671Exp. 3/31/27CIVILDEPARTMENT OF PUBLIC WORKSC I T Y O F D I A M O N D B A RSTATE OF CALIFORNIADAVID G. LIU, P.E.RCE 44053DATEDIRECTOR OF PUBLIC WORKS / CITY ENGINEERCall: Toll Free811 OR 1-800-227-2600TWO WORKING DAYS BEFORE YOU DIGDATE: 03/29/2024 47100 E. Thousand Oaks Blvd., Suite 105Thousand Oaks, CA 91360805-692-6921 | www.mnsengineers.comSHEET__ OF__SIGNED:05/06/2024PN SI256
MATCH LINE - STA 256+50
SEE SHEET SS-3
MATCH LINE - STA 250+50SEE SHEET SS-1
0'20'20'10'10'1 inch = 20 ft.0'SIGNING AND STRIPING PLANSTA 250+50 TO STA 256+50SS-224
DIAMOND BAR BOULEVARDPALOMINO
DRIVE
GENTLE
SPRINGS LANEEX R/WEX R/W"DBB" LINEEX R/WEX R/WEX CITY R/W
EX CALTRANS R/W38150'PEX "ADA" SIGNPEX "TOWING" SIGNPEX W14-2PEX R3-17EX R28(S) (CA)RPEX R5-2PEX "ADA" SIGNPEX R6-2EX K-1 (CA)PEX "ADA" SIGNPEX "ADA" SIGNPEX "NO EXIT" SIGNPEX "TOWING" SIGNRPEX R28(S) (CA)PEX R1-1EX R3-5EX "ADA" SIGNPEX "TOWING" SIGNFDR9-7 (BIKE/PED)FDR9-7 (BIKE/PED)RMEX R6-2RMEX R4-7EX R6-2EX N-1 (CA)WWWWW3950'850'2250'2257'3950'850'223850'LL88LLWYC10'12'10'10'12'10'10'
13'11.5'
11.5'
6'10.5'11'12'8'8'LLLL11.5'402'88850'LL2CP850'404040GW=4'GW=4'6'
5.4' MINLL257258
259260261262SSR81 (CA)M6-2a (RT)FR81 (CA)RMEX R81 (CA)EX R81B (CA)FR4-11W73A (CA)5'4'FR28(S) (CA)SIGNAGE DISPOSITION NOTESPROTECT IN PLACE EXISTING SIGN AND POSTFURNISH AND INSTALL SIGN AND PSST POSTFURNISH AND INSTALL DECORATIVE SIGN POST(SOUTH COAST LIGHTING#BCNHQ1126-600120144-4SF OR EQUAL)FURNISH AND INSTALL SIGN ON STREET LIGHTOR TRAFFIC SIGNAL STANDARD (STRAP ANDSADDLE BRACKET METHOD)REMOVE EXISTING SIGN AND POSTRELOCATE EXISTING SIGN PANEL TO NEW PSSTPOSTRESET EXISTING SIGN ON STREET LIGHT POLEPFFDSSRMRLRPLEGENDSTRIPING DETAIL NUMBER PER SSP A20A THROUGH A20DLIMIT LINE (STOP LINE) PER SSP A24G. 2CP = 2-COAT PAINTCONTINENTAL CROSSWALK MARKINGS DETAIL ON SHEET SS-2GREEN INFILL STRIPING PER DETAIL ON SHEET SS-112" WHITE BASIC CROSSWALK STRIPE PER SSP A24F12" YELLOW BASIC CROSSWALK STRIPE PER SSP A24FPAINT (2-COAT, YELLOW) CURB NOSE AND INSTALL 1 TUBULARMARKER (YELLOW, H=28")TYPE II ARROW PER SSP A24B. DIRECTION SHOWN ON PLANTYPE IV ARROW PER SSP A24A. DIRECTION SHOWN ON PLANBIKE LANE SYMBOL WITH PERSON AND BIKE LANE ARROWPAVEMENT MARKINGS PER SSP A24A AND A24CROADSIDE SIGN PER SSP RS1, RS2, AND RS42-COAT PAINT (WHITE) PATHWAY BICYCLE MARKING PERDETAIL ON SHEET SS-12-COAT PAINT (WHITE) BICYCLE YIELD MARKING PER DETAILON SHEET SS-1XXLLCXGWYYCKnow what'sbelow.Callbefore you dig.DIAMOND BAR BOULEVARDCOMPLETE STREET PROJECTC:\Box\Projects\cidib Diamond Bar\cidib.170131 Diamond Bar Blvd Streetscape\2 Engineering\_CAD\2 Sheets\SignStripe.dwgMon 04.Aug.25 06:29:06 PM
PREPARED BY:SUBMITTEDREVIEWEDAPPROVEDR E G ISTERED
PROFESSIONAL ENGINEERSTATE OF CALIFORNIA Michael IpNo.43671Exp. 3/31/27CIVILDEPARTMENT OF PUBLIC WORKSC I T Y O F D I A M O N D B A RSTATE OF CALIFORNIADAVID G. LIU, P.E.RCE 44053DATEDIRECTOR OF PUBLIC WORKS / CITY ENGINEERCall: Toll Free811 OR 1-800-227-2600TWO WORKING DAYS BEFORE YOU DIGDATE: 03/29/2024 47100 E. Thousand Oaks Blvd., Suite 105Thousand Oaks, CA 91360805-692-6921 | www.mnsengineers.comSHEET__ OF__SIGNED:05/06/2024PN SI256
MATCH LINE - STA 256+50SEE SHEET SS-2
0'20'20'10'10'1 inch = 20 ft.0'SIGNING AND STRIPING PLANSTA 256+50 TO STA 259+65.7SS-325
Diamond BarDiamond BarDiamond BarDiamond Bar
XXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXDiamond BarDiamond BarDiamond BarDiamond BarDiamond BarDiamond BarDiamond BarDiamond Bar24424524624712" ACP
18" CCP
16" ACP 18" ACP48" RCPSCE
W12" DIPSCESCE15" VCP18" RCP1
8
"
RC
PKnow what'sbelow.before you dig.CallRTJW ENGINEERING, INC.Traffic Engineering &Transportation Planning Consultants6 Venture, Suite 225, Irvine, CA 92618t: (949) 878-3509 f: (949) 878-3593www.tjwengineering.comR
SS ETIREG
ERNNo. 69467ILExp. 6/30/24TAVICNAI
ESOFESPRDE
OINLAEINGJSAMOHT
WHEATOSEPHFFCALIORTEONAI
PN SI256
Diamond BarDiamond BarDiamond BarDiamond BarDiamond BarDiamond BarDiamond BarDiamond BarDiamond BarDiamond BarDiamond BarDiamond Bar
Diamond BarDiamond BarDiamond BarDiamond BarDiamond BarDiamond Bar
Diamond BarDiamond Bar
Diamond BarDiamond Bar
Diamond BarDiamond BarDiamond BarDiamond BarDiamond BarDiamond BarDiamond BarDiamond BarDiamond BarDiamond BarDiamond BarDiamond BarDiamond BarDiamond BarDiamond BarDiamond Bar253254255Diamond Bar
Diamond BarDiamond Bar252TJW ENGINEERING, INC.Traffic Engineering &Transportation Planning Consultants6 Venture, Suite 225, Irvine, CA 92618t: (949) 878-3509 f: (949) 878-3593www.tjwengineering.comKnow what'sbelow.before you dig.CallRR
SS ETIREG
ERNNo. 69467ILExp. 6/30/24TAVICNAI
ESOFESPRDE
OINLAEINGJSAMOHT
WHEATOSEPHFFCALIORTEONAI
PN SI256
261Diamond BarDiamond Bar
Diamond BarDiamond BarDiamond BarDiamond Bar257258259260
Diamond BarDiamond BarDiamond BarDiamond Bar
256Know what'sbelow.before you dig.CallRTJW ENGINEERING, INC.Traffic Engineering &Transportation Planning Consultants6 Venture, Suite 225, Irvine, CA 92618t: (949) 878-3509 f: (949) 878-3593www.tjwengineering.comR
SS ETIREG
ERNNo. 69467ILExp. 6/30/24TAVICNAI
ESOFESPRDE
OINLAEINGJSAMOHT
WHEATOSEPHFFCALIORTEONAI
PN SI256
Know what'sbelow.Callbefore you dig.DIAMOND BAR BOULEVARDCOMPLETE STREET PROJECTR:\J8893\Electrical\J8893_E-1.dwgFri 22.Aug.25 05:12:01 PM
PREPARED BY:SUBMITTEDREVIEWEDAPPROVEDDEPARTMENT OF PUBLIC WORKSC I T Y O F D I A M O N D B A RSTATE OF CALIFORNIADAVID G. LIU, P.E.RCE 44053DATEDIRECTOR OF PUBLIC WORKS / CITY ENGINEERDATE: 08/15/2025PROJECT NO. PW17400SIGNED:08/15/2025SHEET __ OF __47EFORPDE
R
ETSIGER
REENIGNELANOISSCALI
FORN
I
ASTATEOF No. E17508M
A
RCO CABIBBOELECTRICALEXPIRE BY: 06/30/2027SHEET INDEXGENERAL NOTESSHEETDESCRIPTIONE-1ELECTRICAL GENERAL NOTES, LEGEND, ABBREVIATIONS, FIXTURE SCHEDULE, AND SINGLE LINE DIAGRAME-2ELECTRICAL SITE PLANE-3ELECTRICAL ENLARGED PLANSE-4ELECTRICAL ENLARGED PLANSE-5ELECTRICAL ENLARGED PLANSE-6ELECTRICAL DETAILSE-7ELECTRICAL DETAILSABBREVIATIONSABBREVIATIONDESCRIPTION1/CSINGLE CONDUCTOR&AND@ATA OR AMPAMPERESAFAMPERE FUSE RATINGAFCAVAILABLE FAULT CURRENTAFFABOVE FINISHED FLOORAFGABOVE FINISH GRADEAICAMPERE INTERRUPTING CAPACITYALALUMINUMAPPROX.APPROXIMATEARCH.ARCHITECT; ARCHITECTURALAWGAMERICAN WIRE GAUGECCONDUITCKTCIRCUITC.O.CONDUIT ONLY WITH PULL WIRECUCOPPERDMDIGITAL METERDMMDIGITAL METER MODULEDWGDRAWINGEAEACHEMTELECTRICAL METALLIC TUBINGEREXISTING TO BE REMOVEDERREXISTING TO BE RELOCATED AND -RECONNECTEDFLAFULL LOAD AMPSFTFEETGFIGROUND FAULT INTERRUPTERGNDGROUNDHPHORSEPOWERJ, JB, J-BOXJUNCTION BOXKCMILTHOUSAND CIRCULAR MILSKVKILOVOLTKVAKILOVOLT-AMPERESKWKILOWATTLFLINEAR FEETLTGLIGHTINGLVLOW VOLTAGEMAXMAXIMUMMINMINIMUMMOCPMAXIMUM OVERCURRENT PROTECTIONNNORTHNECNATIONAL ELECTRICAL CODEPPOLEPFPOWER FACTORPH OR ØPHASEPNLPANELPVCPOLY-VINYL CHLORIDESCESOUTHERN CALIFORNIA EDISONSFSQUARE FEETSPECSSPECIFICATIONSSTSTREETTYPTYPICALVVOLTSVAVOLT-AMPERESWWATTSWPWEATHERPROOFZIMPEDANCEIN THE EVENT ABBREVIATIONS NOT MENTIONED HEREINARE USED, REFERENCE WILL BE MADE TO ANSI Y1.1,MILITARY STANDARD ABBREVIATIONS, AND OTHERSTANDARD INDUSTRY CONVENTIONS.SYMBOLDESCRIPTIONNOTE CALLOUTDETAIL CALLOUT- NUMBER ON TOP DENOTES DETAIL NUMBER- NUMBER ON BOTTOM DENOTES SHEET DETAILIS SHOWNMECHANICAL EQUIPMENT CALLOUT, SEEMECHANICAL PLANS FOR EXACT LOCATION ANDREQUIREMENTSSECTION CALLOUTFEEDER CALLOUTEXISTING FEEDER CALLOUTNEW LINEWORKEXISTING LINEWORKDEMOLISHED LINEWORKCONDUIT CONCEALED IN WALL OR ABOVECEILINGCONDUIT EXPOSEDCONDUIT CONCEALED UNDERGROUND ORBELOW FLOORCONDUIT TURNED UPCONDUIT CAPPEDBRANCH CIRCUIT HOMERUN TO PANELBOARDAND CIRCUITS AS INDICATED1" CONDUIT, TICK MARKS INDICATE QUANTITY OF#8 AWG WIRES (UNLESS NOTED OTHERWISE, NOMARKS INDICATES 1"C - 2#8 & 1#10 GND WIRES)- SMALL MARK DENOTES HOT WIRE- LARGE MARK DENOTES NEUTRAL WIRE- DIAGONAL DENOTES GROUND WIRESWITCHCIRCUIT BREAKERGROUND CONNECTIONMETERJUNCTION BOX---------A-1MJSCOPE OF WORKTHE SCOPE OF THIS PROJECT IS TO RENOVATE POWER AND LIGHTING ON DIAMOND BAR BLVD FROM PALOMINO DRIVE TO GOLDEN SPRINGSDRIVE INCLUDING THE FOLLOWING:1.REPLACE EXISTING METER PEDESTAL WITH NEW METER PEDESTAL2.PROVIDE NEW LIGHTING FOR MONUMENTS, TREES, DRIVEWAYS, AND BUS STOPS.3.RELOCATE EXISTING POLE MOUNTED LIGHT FIXTURES TO NEW LOCATION.LIGHT FIXTURE SCHEDULETYPESYMBOLDESCRIPTIONTOTALV-ALAMPTYPEVOLTAGEMTGCIRCUITMANUFACTURER/REMARKSE1SINGLE HEAD STREET LIGHT POLE WITH KING LUMINAIREPENDANT MOUNT FIXTURE AND 30FT CAL TRANS TYPE 15POLE WITH 6FT ARM.POLE #BCNHQ1735-FL4S-15MOD-6-K828-100W-LED-FPGVFIXTURE #K828-P4SA-III-100(SSL)-8084-420V-KPL21-PR7100LED120POEXISTINGSEE DETAIL 4 ON SHEET E-7 FOR POLE BASE DETAIL.SEE SPECIFICATIONS FOR SOUTH COAST LIGHTING& DESIGN LIGHTING DRAWING #K-042324-2S FORADDITIONAL INFORMATION ON POLE, ARM, ANDLIGHT FIXTURE.E2DOUBLE HEAD STREET LIGHT POLE WITH KING LUMINAIRESPENDANT MOUNT FIXTURE AND 30FT CAL TRANS TYPE 15DPOLE WITH 6FT ARMS.POLE #BCNHQ1735-FL4S-15DMOD-12-K828-100W-LEDFIXTURE #K828-P4SA-III-100(SSL)-8084-420V-KPL21-PR7200LED120POEXISTINGSEE DETAIL 4 ON SHEET E-7 FOR POLE BASE DETAIL.SEE SPECIFICATIONS FOR SOUTH COAST LIGHTING& DESIGN LIGHTING DRAWING #K-042324-1S FORADDITIONAL INFORMATION ON POLE, ARMS, ANDLIGHT FIXTURES.E3SINGLE HEAD STREET LIGHT POLE WITH KING LUMINAIREPENDANT MOUNT FIXTURE AND 30FT CAL TRANS TYPE 15POLE WITH 15FT ARM.POLE#BCNHQ1735-FL4S-15MOD-15LMA-K828-100W-LED-FPGVFIXTURE #K828-P4SA-III-100(SSL)-8084-420V-KPL21-PR7100LED120POEXISTINGSEE DETAIL 4 ON SHEET E-7 FOR POLE BASE DETAIL.SEE SPECIFICATIONS FOR SOUTH COAST LIGHTING& DESIGN LIGHTING DRAWING #K-112524-1S FORADDITIONAL INFORMATION ON POLE, ARM, ANDLIGHT FIXTURE.B1aBOLLARD LUMINAIRE (30")#BOL1301-NWNL12LED120BGSP-3SOUTH COAST LIGHTING & DESIGN, NOTE 1SEE DETAIL 5 ON SHEET E-7 FOR BOLLARD DETAIL.B2aBOLLARD LUMINAIRE (30")#BOL1301-NWNL12LED120BGSP-3SOUTH COAST LIGHTING & DESIGN, NOTE 1SEE DETAIL 5 ON SHEET E-7 FOR BOLLARD DETAIL.B1bBOLLARD LUMINAIRE (30")#BOL1301-NWNL12LED120BGSP-5SOUTH COAST LIGHTING & DESIGN, NOTE 1SEE DETAIL 5 ON SHEET E-7 FOR BOLLARD DETAIL.B2bBOLLARD LUMINAIRE (30")#BOL1301-NWNL12LED120BGSP-5SOUTH COAST LIGHTING & DESIGN, NOTE 1SEE DETAIL 5 ON SHEET E-7 FOR BOLLARD DETAIL.D1SLIMLINER LOW PROFILE OUTDOOR STRIP LIGHT (2FT)#701956-3WL4614.5LED120SGSP-1SLOANLED, NOTE 2, 3SEE DETAIL 2 ON SHEET E-7 FOR MOUNTING.GENERAL NOTES:ABBREVIATIONS:-CONNECTIONS TO FIXTURES SHALL BE WATER TIGHT.S = SURFACE-PROVIDE FIXTURES WITH STAINLESS STEEL TAMPER PROOF HARDWAREPO = POLE-PROVIDE ALL NECESSARY MOUNTING AND INSTALLATION HARDWARE FOR ACOMPLETE OPERATING SYSTEM.B = BOLLARDG = IN GRADENOTES:1.ARCHITECT TO DETERMINE FINISH COLOR.2.AIM FOR BEST COVERAGE AFTER INSTALLATION PER CITY REQUIREMENTS.3.PROVIDE 60W, 12V POWER SUPPLY TO POWER TWO FIXTURES 4.5W FIXTURES.(E)PANELMSYSTEMGROUND(E)(E)(E) 100A BUS(E) METER PEDESTAL120/240V, 1PH, 3WLEGENDDEMOLITION - SINGLE LINE DIAGRAMNO SCALE1PANEL SCHEDULE - 'GSP' & WORST CASE VOLTAGE DROP CALCNO SCALE3NOTESDISCONNECT AND REMOVE METER PEDESTAL ANDRETURN EQUIPMENT TO CITY. SYSTEM GROUND SHALLREMAIN IN PLACE FOR NEW METER PEDESTAL.PROVIDE METER PEDESTAL PER DETAIL 1/E-6. PROVIDELIGHTING CONTROL RELAY PANEL AND TIME CLOCK INEXTERIOR NEMA 3R ENCLOSURE MOUNTED IN AUXILIARYSECTION OF PEDESTAL TO OPERATE EXTERIOR LIGHTING.PROVIDE PHOTOCELL IN METER PEDESTAL AT FACTORYPROVIDED PHOTOCELL WINDOW; POSITION PERMANUFACTURER PER DETAIL 5/E-6. SEE LIGHTINGCONTROL RELAY SCHEDULE ON DETAIL 3/E-7.12PANEL'GSP'MSYSTEMGROUND(E)(E)100A BUSMETER PEDESTAL120/240V, 1PH, 3WSINGLE LINE DIAGRAMNO SCALE2EXISTING UTILITYEXISTING UTILITY211.ALL WORK SHALL COMPLY WITH THE LATEST EDITION OF THE CALIFORNIA ELECTRICAL CODE AND ALL OTHER APPLICABLE FEDERAL AND STATE. WHERE THE CONSTRUCTION DOCUMENTS INDICATEMORE RESTRICTIVE REQUIREMENTS, THE CONSTRUCTION DOCUMENTS SHALL GOVERN BUT THE CONSTRUCTION DOCUMENTS SHALL NOT BE INTERPRETED AS AUTHORITY TO VIOLATE ANY CODE ORREGULATION.2.LIGHT LINE WEIGHT INDICATES EXISTING CONDITIONS, DARK LINE WEIGHT INDICATES NEW WORK.3.UNDERGROUND CONDUITS CROSSING STREETS AND DRIVEWAYS SHALL BE ENCASED IN A REINFORCED CONCRETE ENVELOPE (U.O.N). REBAR CAGE SHALL EXTEND FIVE (5) FEET MINIMUM BEYOND THEPAVEMENT (INTO THE LANDSCAPED AREA).4.AT LEAST THREE WEEKS PRIOR TO STARTING EXCAVATION OR TRENCHING, THE CONTRACTOR SHALL PERFORM AN UNDERGROUND SITE SURVEY UTILIZING AN INDEPENDENT ELECTRONIC LOCATORSERVICE COMPANY TO VERIFY THE EXACT LOCATION OF ALL EXISTING UNDERGROUND UTILITY PIPING AND CONDUITS. THE CONTRACTOR SHALL SUBMIT FOR APPROVAL A SITE SURVEY REPORT TO THECITY'S REPRESENTATIVE WITHIN FIVE (5) WORKING DAYS AFTER THE SURVEY IS PERFORMED. THE SITE SURVEY REPORT SHALL SHOW THE LOCATION FOR EXISTING UTILITIES AND IDENTIFY ANY POSSIBLECONFLICTS BETWEEN THE NEW WORK AND EXISTING UTILITIES. CONTRACTOR SHALL POT HOLE USING VACUUM POT HOLING EQUIPMENT TO LOCATE EXACT LOCATION AND DEPTH OF EXISTING UTILITIES.5.THE CONTRACTOR SHALL PROVIDE ALL REQUIRED TRAFFIC CONTROL PER THE LATEST 2018 CALTRANS STANDARDS INCLUDING SIGNAGE, BARRIERS, ETC. AND MINIMIZE TRAFFIC INTERRUPTIONS INACCORDANCE WITH THE REQUIREMENTS OF THE CITY'S REPRESENTATIVE.6.MINIMUM TWO WEEKS PRIOR TO SCHEDULING AN ELECTRICAL OUTAGE, THE CONTRACTOR SHALL DISPLAY TO THE CITY'S REPRESENTATIVE AN ON SITE INVENTORY OF MATERIALS AND EQUIPMENTNECESSARY TO PERFORM THE WORK DURING THE OUTAGE. SUBMIT WRITTEN REQUEST INDICATING AREAS AFFECTED BY THE SHUT DOWN. PROVIDE BACKUP POWER TO MAINTAIN POWER TO AREASAFFECTED.7.THE CONTRACTOR IS RESPONSIBLE FOR THE PRESERVATION OF ALL EXISTING UNDERGROUND UTILITIES, PIPELINES, CONDUITS (INCLUDING SITE LIGHTING), IRRIGATION PIPING (INCLUDING SPRINKLERHEADS) OR OTHER STRUCTURES. THE CONTRACTOR SHALL TRACE AND IDENTIFY ANY EXISTING BRANCH CIRCUIT PRIOR TO DEMOLITION.8.DRAWINGS SHOW APPROXIMATE LOCATION OF SOME EXISTING UTILITIES AS SHOWN ON THE "AS-BUILT" RECORDS OF THE CITY AND FIELD INVESTIGATION DURING DESIGN.9.THE CONTRACTOR SHALL UNCOVER AND EXPOSE ALL EXISTING UNDERGROUND UTILITIES PRIOR TO COMMENCING MACHINE EXCAVATION. ANY CHANGES IN DUCT BANK GRADE OR ALIGNMENTREQUIRED BECAUSE OF EXISTING UNDERGROUND UTILITIES SHALL BE MADE ONLY UPON WRITTEN APPROVAL OF THE CITY'S REPRESENTATIVE.10.THE CONTRACTOR SHALL REMOVE AND REPLACE THE ENTIRE CONCRETE PANEL FOR PORTIONS OF ANY CONCRETE WALK DISTURBED BY THE ELECTRICAL DUCT BANK INSTALLATION. THE NEWCONCRETE PANELS SHALL MATCH THE EXISTING ADJACENT PANELS (INCLUDING COLOR).11.PROTECTION OF EXISTING TREES, SHRUBS AND LAWN (GRASS):A.ALL EXISTING TREES AND SHRUBS SHALL BE PROTECTED FROM DAMAGE DURING CONSTRUCTION.B.TREES AND SHRUBS DAMAGED DURING CONSTRUCTION SHALL BE REPLACED IN LIKE KIND AS PART OF THE BASE BID.C.REPLACEMENT TREES AND SHRUBS SHALL BE GUARANTEED IN ACCORDANCE WITH SECTION 01700 OF PROJECT GENERAL CONDITIONS.D.ANY LAWN (GRASS) DAMAGE DURING CONSTRUCTION SHALL BE REPAIRED. PROVIDE HYDROSEED IN ACCORDANCE WITH CITY'S REQUIREMENTS. INCLUDE 2 MONTH MAINTENANCE PERIOD.E.LOCATE AND CAP ANY EXISTING IRRIGATION TO PREVENT POSSIBLE WATER RUNOFF ONTO CONSTRUCTION AREA, WHILE MINIMIZING DAMAGE TO ADJACENT UNDISTURBED PLANTED ANDIRRIGATED AREAS.12.THE CONTRACTOR SHALL BE RESPONSIBLE FOR THE INSPECTION AND MODIFICATION OF THE EROSION CONTROL DEVICES, AS NECESSARY, DURING CONSTRUCTION. THE CONTRACTOR SHALL BERESPONSIBLE FOR THE CONTINUAL MAINTENANCE OF EROSION CONTROL DEVICES DURING CONSTRUCTION.13.ALL LOOSE SOIL AND DEBRIS SHALL BE REMOVED FROM ROAD AREAS UPON STARTING OPERATIONS AND PERIODICALLY THEREAFTER AS DIRECTED BY THE CITY'S REPRESENTATIVE.14.ALL UTILITY TRENCHES SHALL BE BACKFILLED WITHIN 24 HOURS AND MUST BE BACKFILLED BEFORE THE END OF THE WORK DAY IF A 2O PERCENT CHANCE OF RAIN IS PREDICTED.15.CONTRACTOR SHALL TAKE ALL PRECAUTIONS TO PREVENT EROSION DURING CONSTRUCTION. GRAVEL BAGS SHALL BE USED WHENEVER RAIN IS IMMINENT. IF GRAVEL BAGS ARE NOT USED EACH DAY,ALL RISK WILL BE ASSUMED BY THE CONTRACTOR.16.GRAVEL BAGS AND NECESSARY MATERIALS SHALL BE AVAILABLE ON SITE AND STOCKPILED AT CONVENIENT LOCATIONS TO FACILITATE RAPID CONSTRUCTION OF TEMPORARY DEVICES OR TO REPAIRANY DAMAGED EROSION CONTROL MEASURES WHEN RAIN IS IMMINENT.17.ANY PROPOSED ALTERNATE CONTROL MEASURES SHALL BE APPROVED BY THE CITY'S REPRESENTATIVE PRIOR TO INSTALLATION.18.PAVED ROADWAYS, SIDEWALKS, AND OTHER IMPROVEMENTS SHALL BE MAINTAINED IN A NEAT AND CLEAN CONDITION, FREE OF LOOSE SOIL, CONSTRUCTION DEBRIS, AND TRASH. ROADWAY SWEEPINGOR OTHER EQUALLY EFFECTIVE MEANS SHALL BE USED ON A REGULAR BASIS TO REMOVE DEPOSITED MATERIALS. WATER SHALL NOT BE USED TO CLEAN ROADWAY EXCEPT OF FINE MATERIAL NOTOTHERWISE REMOVED BY SWEEPING OR OTHER MECHANICAL MEANS.19.THE CONTRACTOR SHALL INSTALL ADDITIONAL EROSION CONTROL MEASURES AS MAY BE REQUIRED BY THE CITY'S REPRESENTATIVE DUE TO UNCOMPLETED GRADING OPERATIONS OR UNFORESEENCIRCUMSTANCES WHICH MAY ARISE.20.AFTER TRENCHING, BACKFILL AND COMPACTION THE CONTRACTOR SHALL REPLACE, IN KIND ALL DAMAGED OR REMOVED TREES OR SHRUBS AND PROVIDE GROUND COVER TO MATCH THESURROUNDING AREA.21.THE CONTRACTOR'S WORK IN STREET SHALL NOT DISRUPT TRAFFIC. ALL STREETS AND PARKING AREAS SHALL REMAIN ACCESSIBLE DURING CONSTRUCTION. ALL WORK SHALL BE DONE IN COMPLIANCEWITH SPECIFICATIONS.22.OPEN TRENCHES SHALL NOT REMAIN UNCOVERED OVERNIGHT. STEEL PLATES SHALL BE PROVIDED TO COVER OPEN TRENCHES OVERNIGHT AND DURING PERIODS WHEN ACCESS TO TRENCH IS NOTREQUIRED. PROVIDE ASPHALT PATCH AT EACH EDGE OF STEEL PLATE SO THAT VEHICLE TIRES ARE NOT DAMAGED WHEN DRIVING OVER STEEL PLATES. PROVIDE BARRICADES WITH FLASHERS FORSAFETY OF PEDESTRIAN AND VEHICULAR TRAFFIC.23.STREET LIGHT OPERATION SHALL BE MAINTAINED DURING CONSTRUCTION. ANY INTERRUPTION CAUSED BY CONSTRUCTION ACTIVITIES SHALL BE IMMEDIATELY REPAIRED AND RETURNED TO SERVICE,ALL AT CONTRACTOR'S EXPENSE.24.POLE LIGHT FIXTURES DISPLACED BY EXCAVATION SHALL BE REINSTALLED. EXISTING BASES SHALL NOT BE REUSED. CONTRACTOR SHALL PROVIDE NEW POLE BASES. SUBMIT POLE BASE DESIGNSTAMPED AND SIGNED BY LICENSED STRUCTURAL ENGINEERING IN THE STATE OF CALIFORNIA.25.CONTRACTOR SHALL PROVIDE AS-BUILT DRAWINGS OF THE EXISTING AND NEW INSTALLATION CLEARLY IDENTIFYING DIMENSIONS, DEPTH, LOCATIONS OF CONDUIT, CABLES, AND EQUIPMENT ASAPPLICABLE AND ALL PROVIDED AS PART OF THE PROJECT.E-129
Diamond BarDiamond BarDiamond BarDiamond Bar
Diamond BarDiamond BarDiamond BarDiamond BarDiamond BarDiamond Bar
Diamond BarDiamond BarDiamond BarDiamond BarDiamond BarDiamond Bar
Diamond BarDiamond Bar
Diamond BarDiamond Bar
Diamond BarDiamond BarDiamond BarDiamond BarDiamond BarDiamond Bar
Diamond BarDiamond Bar
Diamond BarDiamond Bar
Diamond BarDiamond Bar
SSSSSS SSSSSSSS
SSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSS
SSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSDSDSD SD SDSDSDSDSDSDSDSD
SDSDSDSDSDSDSDSDSDSDSDSDSDSDSDSDSDSDSDSDSDSDSDSDSDSDSDSDSDSDSDSDSDSDSDSDSDSDSDSDGGGGGGGG
GGGGGGGGGGGGGGGGGGGGGGGWWWWWWWWWWWWWWW
WWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWW SCE SCECOMMCOMMCOMMCOMMCOMMCOMMCOMMCOMM
COMMCOMMCOMMCOMMCOMMCOMMCOMMCOMMCOMMCOMMCOMMCOMMCOMMCOMMCOMMCOMMCOMMCOMMCOMMCOMMCOMMCOMMCOMMCOMMCOMMCOMMCOMMCOMMCOMMCOMMCOMMCOMMCOMMCOMMCOMMCOMMCOMMCOMMCOMMCOMMCOMMCOMMCOMMCOMMCOMMCOMMCOMMCOMMCOMMCOMMCOMMCOMMCOMMCOMMCOMMCOMMCOMMCOMMCOMM COMM COMM COMM COMM COMM COMM COMM COMM COMM
C
O
M
M
C
O
M
M
C
O
M
M
COMM COMM COMM
COMM
COMM
COMM
COMMCOMMCOMMCOMM COMM COMMCOMMCOMMCOMMCOMMCOMMCOMMCOMMCOMMCOMMCOMMCOMM
COMMCOMMCOMMCOMMCOMMCOMMCOMMCOMMCOMMCOMMCOMMCOMMCOMMCOMMCOMMCOMMCOMMCOMMCOMMCOMMCOMMCOMMCOMMCOMMCOMMCOMMCOMMCOMMCOMMCOMMCOMM
COMMCOMMCOMMCOMMCOMMCOMMCOMMCOMMCOMMCOMMCOMMCOMMCOMMCOMMCOMMCOMMCOMMCOMMCOMMCOMMCOMMCOMMCOMMW W W W W W W W WWWWWWWWW W WWWWWWWWWWW
WWWWWW W W
WWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWW WWWWWWWWWWWWWWWWWWW
WWWWWWWWWWWWWWW
W TSTS TS TSTSTSTSTSTS TSTSSCESCESCESCESCESCESCESCESCESCESCESCESCESCESCESCESCESCESCESCESCESCESCESCESCESCESCESCESCESCESCESCESCESCESCESCESCESCESCESCESCESCESCESCESCESCESCESCESCESCESCESCESCESCESCESCESCESCESCESCESCESCESCESCESCESCESCESCESCESCESCESCESCESCESCESCE SCE SCESCE
SCE
SCE
SCESCESCESCESCESCESCESCESCESCESCESCESCESCESCESCE SCE SCESCESCESCESCECOMMCOMMCOMMCOMMWWWWCOMMCOMMCOMMCOMM
G G G G G G G
G GGGGGG G G G G GGGGGGGGGG
GSDSDSD TSTSTSTSTSTSTSTSTSTSTSTSTSTSTSTSTSTSTSTSTSTS
TSTSTSTSTSTSTSTSTSTSTSTSTSTSTSTSTSTSTSTS TS TS
TSTSTSTSTSTSTS
TS
TS
TSTSTSWSSW
TSTSTSTSTSTSTSTSTSTSTSTSTSTSTSTSTSTSTSTSDIAMOND BAR BOULEVARDGOLDEN SPRINGS DR.GOLDEN SPRINGS DR.
DRIVEWAY
DRIVEWAY 1E-4453533454B1bB1bB1bB1bB1bB1bE1B1bB1bB1bB1bB1bB1bB1bB1bB1aB1aB1aB1aB1aB1aB1aB1aB1aB1aB1aB1aB1aB1aB1aB1aB1aB1aB1aB1aB1aB1aB1bB1bB1bB1bB1bB1bB1bB1bB1bB1bB1bB1bB1bE1E1E2E3E1E1E1(ER) E1(ER) E1(ER) E1(ER)E1(ER) E1(ER) E1(ER) E1(ER) E1(ER) E1(ER)E1(ER) E1621E-6METERPEDESTAL"GSP"IRRIGATION CONTROLLER "A"PULLBOX3E-4TYP1E-32E-342E-42E-51E-51"C - 6#8 & 2#10 GND1"C - 2#8 & 1#10 GND& 1"C SPARE (WITH PULLSTRING)B1bB1bB1bB1bB1bB1bB1bB1bB1bB1bB1bB1aB2bB2bB1bB2bB2bB2bB2bB2bB2bB2bB2bB2bB2bB2bB2bB2bB2bB2aB2aB2aB2aB2aB2aB2aB2aB2aB1aB2aB2aB2aB2aB2bB2bB2bB2bB2bB2bB2bB2bB2bB2bB2bB2bB2bB2bB2bB2bB2bB2bB2bB2bB2bB2bB2bB1a51"C - 2#8 & 1#10 GND& (2) 1"C SPARES (WITH PULLSTRING)1"C - 2#8 & 1#10 GND& 1"C SPARE (WITH PULLSTRING)3E-6TYPPULLBOXPULLBOXPULLBOXPULLBOXPULLBOXE2(E) METERPEDESTAL1Diamond BarDiamond BarDiamond BarDiamond Bar
Diamond BarDiamond BarDiamond BarDiamond BarDiamond BarDiamond BarDiamond BarDiamond BarDiamond BarDiamond BarDiamond BarDiamond BarDiamond BarDiamond BarDiamond BarDiamond BarDiamond BarDiamond BarDiamond BarDiamond BarDiamond BarDiamond BarDiamond BarDiamond BarDiamond BarDiamond Bar
SS
SS SS SS SS SS SS SS SS
SS
SSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSDSDSDSDSDSDSDSDSDSDSDSDSDSDSDSDSDSD SDSDSDGGGGGGGGGGGGGGGGGGGGGGGGGGWWWWWWWWWWWWWWWWWWWWW
W
W
W
WWWWWWWWWWWWWWWWWWWWWWWWWWWSDW W W W W W W W W WCOMMCOMMCOMMCOMMCOMMCOMMCOMMCOMMCOMMCOMMCOMMCOMMCOMMCOMMCOMMCOMMCOMMCOMM
COMMCOMMCOMMCOMMCOMMCOMMCOMMCOMMCOMMCOMMCOMMCOMMCOMMCOMMCOMMCOMMCOMMCOMMCOMMCOMMCOMMCOMMCOMMCOMMCOMMCOMMCOMMCOMMCOMMCOMMCOMMCOMMCOMMCOMM COMM COMMCOMMCOMMCOMM COMM COMM COMM
COMMCOMMCOMM
COMMCOMMCOMMCOMMCOMM
COMM
COMM
COMMCOMM COMMCOMMCOMMCOMMCOMMCOMMCOMMCOMMCOMMCOMMCOMMCOMMCOMMCOMMCOMM
COMMCOMMCOMMCOMMCOMMCOMMCOMMCOMMCOMMCOMMCOMMCOMMCOMMCOMMCOMMCOMMCOMMCOMMCOMMCOMMCOMMCOMMCOMMCOMMCOMMCOMMCOMMCOMMCOMMWWWWWWW
W W WTS
TS
TS
TS
TSTSTSTSSCESCESCESCESCESCESCE SCE SCE SCESCESCESCESCESCESCESCESCESCESCESCESCESCESCESCESCESCESCESCESCESCESCESCESCESCESCESCESCESCESCESCESCESCE
SCESCESCESCESCESCESCESCESCESCESCEW WWWWWWWWWWWG GG G G G GG
G
TS
TS
TS
TS
TSCOMM COMM
C
O
MM
T
S
COMM COMM
C
OMM TSTSTSTSTSTSTSTSSD
SD
SD
SD TSTSW
WTSTSTSTSTSTSTSTSTSTSTSTSTSDIAMOND BAR BOULEVARDGENTLE SPRINGS LN.
GENTLE SPRINGS LN.
DRIVEWAYDRIVEWAY4
43334B1aB1aB1aB1aB1aB1aB1aB1aB1aB1aB1aB1aB1aB1aB1aB1aB1aB1aB1aE3E3E3E1E1E1(ER) E1(ER) E1(ER) E1(ER) E1(ER) E1(ER) E13E-3B1aB1aB1aB1aB2aB2aB2aB2aB2aB2aB2aB2aB2aB2aB2aB2aB2aB1aB2aB2aB2aB2aB2aB1aB2aB2aB2aB2aB2aB2aB2aB2aB2aB2aB2aB2aB2aB2aB2aB2aB2aB2a1"C - 2#8 & 1#10 GND&(2) 1"C SPARES (WITH PULLSTRING)1"C SPARE (WITH PULLSTRING)1"C SPARE (WITH PULLSTRING)PULLBOXKnow what'sbelow.Callbefore you dig.DIAMOND BAR BOULEVARDCOMPLETE STREET PROJECTR:\J8893\Electrical\J8893_E-2.dwgFri 22.Aug.25 05:15:57 PM
PREPARED BY:SUBMITTEDREVIEWEDAPPROVEDDEPARTMENT OF PUBLIC WORKSC I T Y O F D I A M O N D B A RSTATE OF CALIFORNIADAVID G. LIU, P.E.RCE 44053DATEDIRECTOR OF PUBLIC WORKS / CITY ENGINEERDATE: 08/15/2025PROJECT NO. PW17400SIGNED:08/15/2025SHEET __ OF __47EFORPDE
R
ETSIGER
REENIGNELANOISSCALI
FORN
I
ASTATEOF No. E17508M
A
RCO CABIBBOELECTRICALEXPIRE BY: 06/30/20270NORTH30SCALE: 1" = 30'SEE BELOW FOR CONTINUATIONNOTESREMOVE EXISTING METER PEDESTAL AND RETURN TOUTILITY COMPANY. UTILITY COMPANY TO EXTEND TO NEWLOCATION OF METER PEDESTAL.SEE LANDSCAPE PLANS FOR MORE INFORMATION.DISCONNECT AND REMOVE EXISTING LIGHT FIXTURE,LIGHT POLE, AND POLE BASE, RECONNECT EXISTINGCIRCUIT TO NEW LED FIXTURE ON NEW POLE E1 OR E3.INTERCEPT EXISTING CONDUIT AND CONDUCTORS TOFEED LIGHT POLE FIXTURE E1 AT NEW LOCATION. SUBMITPOLE BASE DESIGN STAMPED AND SIGNED BY ALICENSED STRUCTURAL ENGINEER IN THE STATE OFCALIFORNIA. REFER TO DETAIL 2/E-4 FOR TYPICAL LIGHTPOLE LAYOUT WITH PULLBOX.DISCONNECT AND REMOVE EXISTING LIGHT FIXTURE,LIGHT POLE, AND POLE BASE, RECONNECT EXISTINGCIRCUIT TO NEW LED FIXTURE ON NEW POLE E1 OR E3.INTERCEPT EXISTING CONDUIT AND CONDUCTORS TOFEED LIGHT POLE FIXTURE E1 AT NEW LOCATION. SUBMITPOLE BASE DESIGN STAMPED AND SIGNED BY ALICENSED STRUCTURAL ENGINEER IN THE STATE OFCALIFORNIA. REFER TO DETAIL 1/E-4 FOR TYPICAL LIGHTPOLE LAYOUT WITHOUT PULLBOX.DISCONNECT AND REMOVE EXISTING LIGHT FIXTURE,LIGHT POLE, AND POLE BASE, RECONNECT EXISTINGCIRCUIT TO NEW LED FIXTURE ON NEW DOUBLE HEADPOLE E2 IN THE MEDIAN. INTERCEPT EXISTING CONDUITAND CONDUCTORS TO FEED LIGHT POLE FIXTURE E1 ATNEW LOCATION. SUBMIT POLE BASE DESIGN STAMPEDAND SIGNED BY A LICENSED STRUCTURAL ENGINEER INTHE STATE OF CALIFORNIA. REFER TO DETAIL 1/E-5 FORTYPICAL LIGHT POLE LAYOUT WITH PULLBOX.PROVIDE STAINLESS STEEL METER PEDESTAL WITH BASE.SEE DETAIL 1 ON SHEET E-6. PROTECT EXISTING LOADS INPLACE.1112223334445666GENERAL NOTES1.SEE LIGHT FIXTURE SCHEDULE ON SHEET E-1 FORADDITIONAL INFORMATION, INCLUDING CIRCUITING FOREACH FIXTURE TYPE.2.EXISTING CONDUIT LOCATIONS SHOWN ON DRAWINGSARE APPROXIMATE. CONTRACTOR IS RESPONSIBLE FORVERIFYING ACTUAL LOCATION IN FIELD.3.SEE ENLARGED PLANS ON SHEETS E-3, E-4, AND E-5 FORCIRCUITING AND SEE SHEET E-1 FOR PANEL SCHEDULE.4.COORDINATE WITH CITY FOR REMOVAL AND/ORDEMOLITION OF POLES AND POLE BASES THAT ARE NOLONGER NEEDED FOR RE-USE.SEE ABOVE FOR CONTINUATIONE-230
PULLBOX3E-6TYPSEE SHEET E-2 FORCONTINUATION2E-6TYP1"C - 2#8 & 1#10 GND& 1"C SPARE (WITH PULLSTRING)2E-7TYPD1D1J1"C SPARE (WITH PULLSTRING)122D1D1J122PULLBOXTYP3E-62E-6TYP1"C - 2#8 & 1#10 GND& 1"C SPARE (WITH PULLSTRING)1"C SPARE (WITH PULLSTRING)2E-7TYPD1D1J122D1D1J122(2) 1"C - 2#8 & 1#10 GNDPULLBOX3E-6TYP2E-6TYP2E-7TYPD1D1J122D1D1J122(2) 1"C - 2#8 & 1#10 GNDPOST & WOOD BEAM ELEMENT 3 & FUTURE STUB1/4" = 1'-0"3POST & WOOD BEAM ELEMENT 1 & FUTURE STUB1/4" = 1'-0"1GENERAL NOTES1.SEE LIGHT FIXTURE SCHEDULE ON SHEET E-1 FORADDITIONAL INFORMATION, INCLUDING CIRCUITING FOREACH FIXTURE TYPE.2.EXISTING CONDUIT LOCATIONS SHOWN ON DRAWINGSARE APPROXIMATE. CONTRACTOR IS RESPONSIBLE FORVERIFYING ACTUAL LOCATION IN FIELD.3.SEE PANEL SCHEDULE ON SHEET E-1 FOR ADDITIONALCIRCUITING INFORMATION.4.TYPICAL DETAILS SHOWN ON THIS SHEET MAY NOTCOMPLETELY REPRESENT EACH STREET LIGHT INSTANCE.REFER TO SHEET E-2, LANDSCAPE DRAWINGS, AND CIVILDRAWINGS.0NORTH4SCALE: 1/4" = 1'-0"0NORTH4SCALE: 1/4" = 1'-0"POST & WOOD BEAM ELEMENT 21/4" = 1'-0"20NORTH4SCALE: 1/4" = 1'-0"SEE SHEET E-2 FOR CONTINUATIONSEE SHEET E-2 FOR CONTINUATION
SEE SHEET E-2 FOR CONTINUATION
SEE SHEET E-2 FOR CONTINUATIONSEE SHEET E-2 FOR CONTINUATIONSEE SHEET E-2 FOR CONTINUATIONNOTESPROVIDE 6"X6" JUNCTION BOX WITH LOCKABLE WEATHERTIGHT SS COVER TO HOUSE POWER SUPPLY. PROVIDEPOWER SUPPLY PER LIGHT FIXTURE SCHEDULE INENCLOSURE FOR LIGHT FIXTURES ON BOTH SIDES OFMONUMENT.PROVIDE LOW VOLTAGE WIRES WITHIN 1/4" CONDUITEMBEDDED WITHIN MONUMENT FROM POWER SUPPLY TOLIGHT FIXTURE. PROVIDE 1/4" METAL FLEX CONDUIT FOREXPOSED PORTION OF LOW VOLTAGE RUN TO LIGHTFIXTURE.12E-3Know what'sbelow.Callbefore you dig.DIAMOND BAR BOULEVARDCOMPLETE STREET PROJECTR:\J8893\Electrical\J8893_E-3.dwgFri 15.Aug.25 02:40:57 PM
PREPARED BY:SUBMITTEDREVIEWEDAPPROVEDDEPARTMENT OF PUBLIC WORKSC I T Y O F D I A M O N D B A RSTATE OF CALIFORNIADAVID G. LIU, P.E.RCE 44053DATEDIRECTOR OF PUBLIC WORKS / CITY ENGINEERDATE: 08/15/2025PROJECT NO. PW17400SIGNED:08/15/2025SHEET __ OF __47EFORPD
E
R
ETSIGER
REENIGNELANOISSCALI
FOR
NIASTATEOF No. E17508M
A
R
CO CABIBBOELECTRICALEXPIRE BY: 06/30/202731
Diamond Bar
COMMCOMMCOMMCOMMCOMMCOMMCOMMCOMMCOMMCOMMCOMMCOMMCOMMCOMMCOMMCOMMCOMMCOMMCOMMCOMMCOMMCOMMCOMMCOMMCOMMCOMMCOMMCOMMCOMMCOMMCOMMCOMMCOMMCOMMCOMMCOMMCOMMCOMMCOMMCOMMCOMMCOMMCOMMCOMMCOMMCOMMCOMMCOMMCOMMCOMMWWWWWWWWWWWWWWWWWWWWWWWWWW
W W W WTSTSTSTSTS
TSTSTSTSTSTSTSTSTSTSTSTSTSTSTSTSTSTSTSTSTSTSTSTSE11SCESCESCESCESCESCESCESCESCESCESCESCESCESCESCESCESCESCESCESCESCESCESCESCESCESCESCESCEB1bB1bB1bB1bB1bB1bB1bB1b(E) SCE UNDERGROUND CONDUITTO FUTURE BUSSHELTER (GSP-7)PULLBOX3E-6TYP5E-7TYP322E-6TYP2E-64E-7(ER) E14B2bB2bB2bB2b5E-7TYPDiamond BarDiamond Bar
Diamond BarDiamond Bar COMMCOMMCOMMCOMMCOMMCOMMCOMMCOMMCOMMCOMMCOMMCOMMCOMMCOMMCOMMCOMMCOMMCOMMCOMMCOMMCOMMCOMMCOMMCOMMCOMMCOMMCOMMCOMMCOMMCOMMCOMMCOMMCOMMCOMMCOMMCOMMCOMMCOMMCOMMCOMMCOMMCOMMCOMMCOMMCOMMCOMMCOMMCOMMCOMMCOMMCOMMCOMMCOMMCOMMSCESCESCESCESCESCESCESCESCESCESCESCESCESCESC
E
S
C
E
SCESCESCESCESCESCESCESCESCESCETSTSTSTSTSTSTSTSTSTSTSTSTSTSTSTSTSTSTSTSTSTSTS
TSTSTSTSTSTSTSTSTSTSTSTSWWWWB1aB1aB1aB1aB1aB1aB1aB1a5E-7TYP2E-6TYPPULLBOX3E-6TYPTO FUTURE BUSSHELTER (GSP-7)B1aSSSSSSSSSSSDSDSDSDSDGGGGGCOMMCOMMCOMMCOMMCOMMCOMMCOMMCOMMCOMMCOMMCOMMCOMM TSTSTSTSTSTSTS(E) SCE UNDERGROUND CONDUITPULLBOX(ER) E1SCESCEE15SCESCESCE2E-63E-6244E-7GENERAL NOTES1.SEE LIGHT FIXTURE SCHEDULE ON SHEET E-1 FORADDITIONAL INFORMATION, INCLUDING CIRCUITING FOREACH FIXTURE TYPE.2.EXISTING CONDUIT LOCATIONS SHOWN ON DRAWINGSARE APPROXIMATE. CONTRACTOR IS RESPONSIBLE FORVERIFYING ACTUAL LOCATION IN FIELD.3.SEE PANEL SCHEDULE ON SHEET E-1 FOR ADDITIONALCIRCUITING INFORMATION.4.TYPICAL DETAILS SHOWN ON THIS SHEET MAY NOTCOMPLETELY REPRESENT EACH STREET LIGHT INSTANCE.REFER TO SHEET E-2, LANDSCAPE DRAWINGS, AND CIVILDRAWINGS.Know what'sbelow.Callbefore you dig.DIAMOND BAR BOULEVARDCOMPLETE STREET PROJECTR:\J8893\Electrical\J8893_E-4.dwgFri 15.Aug.25 02:40:44 PM
PREPARED BY:SUBMITTEDREVIEWEDAPPROVEDDEPARTMENT OF PUBLIC WORKSC I T Y O F D I A M O N D B A RSTATE OF CALIFORNIADAVID G. LIU, P.E.RCE 44053DATEDIRECTOR OF PUBLIC WORKS / CITY ENGINEERDATE: 08/15/2025PROJECT NO. PW17400SIGNED:08/15/2025SHEET __ OF __47EFORPD
E
R
ETSIGER
REENIGNELANOISSCALI
FORN
I
ASTATEOF No. E17508M
A
R
CO CABIBBOELECTRICALEXPIRE BY: 06/30/2027NOTESINTERCEPT EXISTING CONDUIT AND CONDUCTORS ANDEXTEND TO NEW POLE BASE LOCATION. VERIFY CONDUITLOCATION IN FIELD.PROVIDE UNDERGROUND CONDUIT, SPLICECONDUCTORS AND EXTEND TO NEW POLE BASE.DISCONNECT AND REMOVE EXISTING LIGHT FIXTURE,LIGHT POLE, AND POLE BASE, RECONNECT EXISTINGCIRCUIT TO NEW LED FIXTURE ON NEW POLE E1.INTERCEPT EXISTING CONDUIT AND CONDUCTORS TOFEED LIGHT POLE FIXTURE E1 AT NEW LOCATION. SUBMITPOLE BASE DESIGN STAMPED AND SIGNED BY ALICENSED STRUCTURAL ENGINEER IN THE STATE OFCALIFORNIA.EXTEND AND CONNECT EXISTING CIRCUIT TO NEWFIXTURE.INTERCEPT EXISTING CONDUIT WITH IN-GRADE PULLBOX.VERIFY CONDUIT LOCATION IN FIELD.12345TYPICAL STREET POLE LAYOUT (WITHOUT PULLBOX) & BUS STOP BOLLARD LAYOUT1/4" = 1'-0"10NORTH4SCALE: 1/4" = 1'-0"BUS STOP BOLLARD LAYOUT1/4" = 1'-0"20NORTH4SCALE: 1/4" = 1'-0"TYPICAL STREET POLE LAYOUT (WITH PULLBOX)1/4" = 1'-0"30NORTH4SCALE: 1/4" = 1'-0"SEE SHEET E-2 FOR CONTINUATION
SEE SHEET E-2 FOR CONTINUATIONSEE SHEET E-2 FOR CONTINUATIONSEE SHEET E-2 FOR CONTINUATION SEE SHEET E-2 FOR CONTINUATION
SEE SHEET E-2 FOR CONTINUATION
E-432
Diamond BarDiamond BarDiamond BarDiamond Bar SSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSDSDSDSDSDSDSDSDSDSDSDSDSDSDSDSDSDSDSDSDSDSDSDGGGGGGGGGGGGGGGGGGGGGGGCOMMCOMMCOMMCOMMCOMMCOMMCOMMCOMMCOMMCOMMCOMMCOMMCOMMCOMMCOMMCOMMCOMMCOMMCOMMCOMMCOMMCOMMCOMMCOMMCOMMCOMMCOMMCOMMCOMMCOMMCOMMCOMMCOMMCOMMCOMMCOMMCOMMCOMMCOMMCOMMCOMMCOMMCOMMCOMMCOMMCOMMCOMMCOMMTSTSTSTSTSTSTSTSTSTSW W W W W W W
TSTSTSTSTSTSTSTSTSTSTSTSTSB1bB1bB1bB1bB1bB1bB1bB1b2E-62PULLBOX(ER) E14E-644E-7SCESCESCESCESCESCESCESCESCESCESCESCE
SCESCESCESCESCESCESCESCESCESCESCESCESCE2E-6TYP(E) SCE UNDERGROUND CONDUIT5E-7TYPTO FUTURE BUSSHELTER (GSP-7)PULLBOX14E-6SSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSDSDSDSDSDSDSDSDSDSDGGGGGGGGGGGGGGGGGGGGGGGGGGGGCOMMCOMMCOMMCOMMCOMMCOMMCOMMCOMMCOMMCOMMCOMMCOMMCOMMCOMMCOMMCOMMCOMMCOMMCOMMCOMMCOMMCOMMCOMMCOMMCOMMCOMMCOMMCOMMCOMMCOMMCOMMCOMMCOMMCOMMCOMMCOMMCOMMCOMMCOMMCOMMCOMMCOMMCOMMCOMMCOMMCOMMCOMMCOMMCOMMCOMMCOMMCOMMCOMMCOMMCOMMCOMMCOMMTSTSTSTSTSTSTSTSTSTSTSTSTSTSTSTSTSTSTSTSTSTSTSTSTSTSTSTSB2aB1aB1aB1aB1aB2aB2aB1aB1aB2aB2aB1aB1aB1aE1(ER) E14SCESCE(E) SCE UNDERGROUND CONDUITPULLBOX1SCESCESCESCESCESCESCESCESCE2E-64E-62PULLBOX4E-6TO FUTURE BUSSHELTER (GSP-7)35E-7TYP5E-7TYPGENERAL NOTES1.SEE LIGHT FIXTURE SCHEDULE ON SHEET E-1 FORADDITIONAL INFORMATION, INCLUDING CIRCUITING FOREACH FIXTURE TYPE.2.EXISTING CONDUIT LOCATIONS SHOWN ON DRAWINGSARE APPROXIMATE. CONTRACTOR IS RESPONSIBLE FORVERIFYING ACTUAL LOCATION IN FIELD.3.SEE PANEL SCHEDULE ON SHEET E-1 FOR ADDITIONALCIRCUITING INFORMATION.4.TYPICAL DETAILS SHOWN ON THIS SHEET MAY NOTCOMPLETELY REPRESENT EACH STREET LIGHT INSTANCE.REFER TO SHEET E-2, LANDSCAPE DRAWINGS, AND CIVILDRAWINGS.Know what'sbelow.Callbefore you dig.DIAMOND BAR BOULEVARDCOMPLETE STREET PROJECTR:\J8893\Electrical\J8893_E-5.dwgFri 15.Aug.25 02:40:37 PM
PREPARED BY:SUBMITTEDREVIEWEDAPPROVEDDEPARTMENT OF PUBLIC WORKSC I T Y O F D I A M O N D B A RSTATE OF CALIFORNIADAVID G. LIU, P.E.RCE 44053DATEDIRECTOR OF PUBLIC WORKS / CITY ENGINEERDATE: 08/15/2025PROJECT NO. PW17400SIGNED:08/15/2025SHEET __ OF __47EFORPDE
R
ETSIGER
REENIGNELANOISSCALI
FORN
I
ASTATEOF No. E17508M
A
RCO CABIBBOELECTRICALEXPIRE BY: 06/30/2027NOTESINTERCEPT EXISTING CONDUIT WITH IN-GRADE PULLBOX.VERIFY CONDUIT LOCATION IN FIELD.PROVIDE UNDERGROUND CONDUIT, SPLICECONDUCTORS AND EXTEND TO NEW POLE BASE.DISCONNECT AND REMOVE EXISTING LIGHT FIXTURE,LIGHT POLE, AND POLE BASE, RECONNECT EXISTINGCIRCUIT TO NEW LED FIXTURE ON NEW POLE E1.INTERCEPT EXISTING CONDUIT AND CONDUCTORS TOFEED LIGHT POLE FIXTURE E1 AT NEW LOCATION. SUBMITPOLE BASE DESIGN STAMPED AND SIGNED BY ALICENSED STRUCTURAL ENGINEER IN THE STATE OFCALIFORNIA.EXTEND AND CONNECT EXISTING CIRCUIT TO NEWFIXTURE.1234TYPICAL STREET POLE LAYOUT (RELOCATION TO MEDIAN) & BUS STOP BOLLARD LAYOUT1/4" = 1'-0"10NORTH4SCALE: 1/4" = 1'-0"TYPICAL STREET POLE LAYOUT (WITH PULLBOX) & BUS STOP BOLLARD LAYOUT1/4" = 1'-0"20NORTH4SCALE: 1/4" = 1'-0"SEE SHEET E-2 FOR CONTINUATION
SEE SHEET E-2 FOR CONTINUATION SEE SHEET E-2 FOR CONTINUATION
SEE SHEET E-2 FOR CONTINUATION
E-533
Know what'sbelow.Callbefore you dig.DIAMOND BAR BOULEVARDCOMPLETE STREET PROJECTR:\J8893\Electrical\J8893_E-6.dwgFri 15.Aug.25 02:40:24 PM
PREPARED BY:SUBMITTEDREVIEWEDAPPROVEDDEPARTMENT OF PUBLIC WORKSC I T Y O F D I A M O N D B A RSTATE OF CALIFORNIADAVID G. LIU, P.E.RCE 44053DATEDIRECTOR OF PUBLIC WORKS / CITY ENGINEERDATE: 08/15/2025PROJECT NO. PW17400SIGNED:08/15/2025SHEET __ OF __47EFORPDE
R
ETSIGER
REENIGNELANOISSCALI
FORNI
ASTATEOF No. E17508M
A
R
CO CABIBBOELECTRICALEXPIRE BY: 06/30/2027TYPICAL TRENCH DETAILNO SCALE224" OF COVERMIN.2"FINISHEDGRADECONDUIT (TYP)METER PEDESTAL ELEVATIONNO SCALE1BACKFILL NATIVE SOILWITH 95% COMPACTIONSANDNOTESRESTORE SURFACE TO ORIGINAL CONDITIONS.11TYPICAL PULLBOX DETAILNO SCALE3SECTION A-AAA4"18"4"4"4"4"12"NOTESPULL BOX BASE. SET ON PEA GRAVEL BASE BENEATH PULLBOX. (PROVIDE EXTENSIONS AS REQ'D. IN FIELD) MIN. OF (1)EXTENSION.POUR 4" CONCRETE OR AC PATCH PAD AROUND EACH PULLBOX TO PREVENT SINKING BELOW GRADE, AND SLURRY COATAROUND. SEE SECTION A-A.PROVIDE 6'-0", #6 GROUND BOND JUMPER TO COVER FROMSERVICE GROUND CONDUCTOR WITH NECESSARY APPROVEDHARDWARE.PROVIDE DUCT SEAL PUTTY IN ALL CONDUITS.1234GENERAL NOTES1.LABEL EACH COVER: A) LIGHTING PULLBOX2.DO NOT MIX POWER & L.V. COMM. CONDUITS.36" MIN.CONDUIT,SEE PLANSASPHALTAC PATCHTOP OF NEW12" X 18" X 12" PULLBOXSLURRY12" PULLBOXEXTENSION118" MIN.12"
GRAVEL
BASE
DIRT124LIGHT
INGPULLBOX
3NOTESLANDING LUG.MTR SKT 100A.MAIN CB 100A, 2P, 120/240VACINTERIOR 100A, 240V, 1PHPHOTOCELL SOCKET, TWISTLOCK, PROVIDE PHOTOCELLIN METER PEDESTAL AT FACTORY PROVIDED PHOTOCELLWINDOW; POSITION PER MANUFACTURER AND CONNECTTO RELAY PANEL.BYPASS/ TEST SWITCH, H.O.A.INSULATED NEUTRALGROUNDNLIGHT RELAY PANEL. SEE DETAIL 1/E-7 FOR WIRINGDIAGRAM AND DRAWINGS FOR ADDITIONALINFORMATION.EZ TOUCH FOR DMX CONTROL.PROVIDE METER PEDESTAL. (120LBS MAX) (MEYERSMEUG46-M100).CONTRACTOR SHALL PROVIDE NEW PEDESTAL FOOTING.SUBMIT FOOTING DESIGN STAMPED AND SIGNED BYLICENSED STRUCTURAL ENGINEER IN THE STATE OFCALIFORNIA. REFER TO MANUFACTURER ANCHORAGEREQUIREMENTS.12345678910111212341096578111218"6"TYP1/2" SS OR 5/8"WEDGE ANCHORTYPICAL OF 61/2" SS OR 5/8"WEDGE ANCHORTYPICAL OF 63000 PSI CONCRETE3000 PSI CONCRETEE-634
Know what'sbelow.Callbefore you dig.DIAMOND BAR BOULEVARDCOMPLETE STREET PROJECTR:\J8893\Electrical\J8893_E-7.dwgFri 15.Aug.25 02:41:13 PM
PREPARED BY:SUBMITTEDREVIEWEDAPPROVEDDEPARTMENT OF PUBLIC WORKSC I T Y O F D I A M O N D B A RSTATE OF CALIFORNIADAVID G. LIU, P.E.RCE 44053DATEDIRECTOR OF PUBLIC WORKS / CITY ENGINEERDATE: 08/15/2025PROJECT NO. PW17400SIGNED:08/15/2025SHEET __ OF __47EFORPDE
R
ETSIGER
REENIGNELANOISSCALI
FORNI
ASTATEOF No. E17508M
A
R
CO CABIBBOELECTRICALEXPIRE BY: 06/30/2027ARP RELAY PANELNO SCALE1MONUMENT LIGHTING DETAILNO SCALE2POLE BASE DETAILNO SCALE4GENERAL NOTES1.DETAIL PROVIDED FOR REFERENCE ONLY. CONTRACTORSHALL OBTAIN THE SERVICES OF A LICENSEDSTRUCTURAL ENGINEERING IN THE STATE OF CALIFORNIAFOR FINAL POLE BASE DESIGN.TIME SWITCH AND PHOTOCELL SCHEMATIC DIAGRAMNO SCALE3LIGHTING CONTROL RELAY SCHEDULE 'LCP-SL'RELAY NOPANEL ANDCIRCUITLOAD DESCRIPTIONMANUALON/OFFMOTIONSENSORDIMMINGTIMECLOCKPHOTOCELLREMARKSR1PANEL 'GSP' - 1MONUMENT LIGHTINGYESNOYESYESYES-R2PANEL 'GSP' - 3BOLLARD LIGHTING - NORTHYESNOYESYESYES-R3PANEL 'GSP' - 5BOLLARD LIGHTING - SOUTHYESNOYESYESYES-R4-SPARE - RESERVED FOR FUTURELIGHTING CIRCUIT.------GENERAL NOTES1. THE AUTOMATIC SCHEDULING CONTROLS SHALL BE CAPABLE OF REDUCING OUTDOOR LIGHTING POWER BY 50-90% DURING PRE-PROGRAMMED UNOCCUPIED PERIODS.2. THE AUTOMATIC SCHEDULING CONTROLS SHALL ALLOW A MINIMUM OF 2 NIGHT TIME PERIODS WITH INDEPENDENTLY PROGRAMMED LIGHTING LEVELS.3. THE AUTOMATIC SCHEDULING CONTROLS MAY INCLUDE AN OVERRIDE FUNCTION FOR A MAXIMUM OF 2 HOURS WHEN IT IS IN A SCHEDULED 'DIM' OR 'OFF' STATE.LOW VOLTAGE WIRING TO LED FIXTURES6”x6” JBOX W/ LOCKABLEWEATHER TIGHT SS COVER TOHOUSE POWER SUPPLYPOWER SUPPLYCONDUIT PER PLANS1/4" FLEX METAL CONDUITFINISHED GRADE(2" BELOW TOP OF CURB)TOP OF CURB1”x 24” x 1/2” LED LIGHT STRIPSBOLLARD DETAILNO SCALE5INTERNALSUPPORT PIPE16" DIA. X 36" DEEP BASECHAMFER EDGE (1")24"24" DIA.CONDUITPER PLANSFINISHEDGRADEGROUTAROUND BASE4#6 VERTICAL WITH#3 @ TIES 6" O.C.3/4" DIA. X 24" ANCHORBOLTS WITH TECH. STDSWITH 2#3 @ TIES TOP& BOTTOMREINFORCEDCONCRETE BASEGENERAL NOTES1.REFERENCE LIGHT FIXTURE SCHEDULE ON SHEET E-1FOR MODEL NUMBER AND REFER TO MANUFACTURERCUTSHEETS FOR EXACT MOUNTING REQUIREMENTS.nLIGHT:(#ARP-INTENC8-NLT-4SPR-MVOLT-HLK-SM)REFER TO RELAY SCHEDULES, THIS SHEET.LINE / LOW VOLTAGE CONNECTIONS & INTERNAL WIRING SCHEMATICON
LOADLINERELAY 1
277VNEUT120V
DUAL VOLTAGE INPUT
TRANSFORMERON
LOADLINERELAY 2
ON
LOADLINERELAY 3
ON
LOADLINERELAY 4
LOADLINELOADLINELOADLINELOADLINERELAY CONTROL CARD24VGND1234COM#1#2#3#4COM#5#6#7#8HIGH VOLTAGE SIDELOW VOLTAGE SIDEADDRESS/ERASEADDRESS/ERASEONLINEONLINECONTACT CLOSURE INPUTSTERMINATOR
BREAKER PANELNEUTRAL BUS BARCIRCUIT BREAKERSTO LOADSJUMPERS FOR FIELD-CONFIGURABLE RELAYSLOW/HIGHVOLTAGEBARRIERANALOG INPUTS0-10V DIMMINGOUTPUTS #1-40-10V DIMMINGOUTPUTS #5-8GROUND LUG0-10VWIRESGENERAL NOTES1.REFER TO CIVIL PLANS FOR EXACT MONUMENTDIMENSIONS AND DESIGN.E-735
Know what'sbelow.Callbefore you dig.DIAMOND BAR BOULEVARDCOMPLETE STREET PROJECTI:\MNS Engineers\Diamond Bar Blvd Streetscape\LCI Plan\L-1.dwgThu 18.Apr.24 01:45:57 PM
PREPARED BY:SUBMITTEDREVIEWEDAPPROVEDDEPARTMENT OF PUBLIC WORKSC I T Y O F D I A M O N D B A RSTATE OF CALIFORNIADAVID G. LIU, P.E.RCE 44053DATEDIRECTOR OF PUBLIC WORKS / CITY ENGINEERCall: Toll Free811 OR 1-800-227-2600TWO WORKING DAYS BEFORE YOU DIGSHEET __ OF __DATE: 03/29/2024PROJECT NO. PW17400SIGNED:03/29/2024 47IRRIGATION EQUIPMENT LEGENDL-1 36
245246247248249250SSDiamond BarDiamond BarDiamond BarDiamond Bar Diamond BarDiamond Bar
Diamond BarDiamond Bar
Diamond BarDiamond Bar
Diamond BarDiamond Bar
Diamond BarDiamond BarDiamond BarDiamond BarDiamond BarDiamond BarKnow what'sbelow.Callbefore you dig.DIAMOND BAR BOULEVARDCOMPLETE STREET PROJECTI:\MNS Engineers\Diamond Bar Blvd Streetscape\LCI Plan\L-2.dwgFri 22.Aug.25 10:49:01 AM
PREPARED BY:SUBMITTEDREVIEWEDAPPROVEDDEPARTMENT OF PUBLIC WORKSC I T Y O F D I A M O N D B A RSTATE OF CALIFORNIADAVID G. LIU, P.E.RCE 44053DATEDIRECTOR OF PUBLIC WORKS / CITY ENGINEERCall: Toll Free811 OR 1-800-227-2600TWO WORKING DAYS BEFORE YOU DIGSHEET __ OF __DATE: 03/29/2024PROJECT NO. PW17400SIGNED:03/29/2024 47MATCH LINE - STA 250+50
SEE SHEET L-3
0'20'20'10'10'1 inch = 20 ft.0'GOLDENSPRINGS DR.DIAMOND BAR BOULEVARDIRRIGATION PLANL-2 37
251252253254255256Diamond BarDiamond Bar
Diamond BarDiamond Bar
Diamond BarDiamond Bar
Diamond BarDiamond Bar
Diamond BarDiamond BarDiamond BarDiamond BarDiamond BarDiamond BarDiamond BarDiamond BarDiamond BarDiamond Bar
Diamond BarDiamond Bar
Diamond BarDiamond Bar
Diamond BarDiamond BarDiamond BarDiamond BarDiamond BarDiamond BarDiamond BarDiamond BarDiamond BarDiamond BarDiamond BarDiamond BarDiamond BarDiamond Bar
Diamond BarDiamond BarKnow what'sbelow.Callbefore you dig.DIAMOND BAR BOULEVARDCOMPLETE STREET PROJECTI:\MNS Engineers\Diamond Bar Blvd Streetscape\LCI Plan\L-3.dwgFri 22.Aug.25 10:50:04 AM
PREPARED BY:SUBMITTEDREVIEWEDAPPROVEDDEPARTMENT OF PUBLIC WORKSC I T Y O F D I A M O N D B A RSTATE OF CALIFORNIADAVID G. LIU, P.E.RCE 44053DATEDIRECTOR OF PUBLIC WORKS / CITY ENGINEERCall: Toll Free811 OR 1-800-227-2600TWO WORKING DAYS BEFORE YOU DIGSHEET __ OF __DATE: 03/29/2024PROJECT NO. PW17400SIGNED:03/29/2024 470'20'20'10'10'1 inch = 20 ft.0'MATCH LINE - STA 256+50
SEE SHEET L-4
MATCH LINE - STA 250+50SEE SHEET L-2
DIAMOND BAR BOULEVARDDRIVEWAY
DRIVEWAY
IRRIGATION PLANL-3 38
257258259260261262Diamond BarDiamond BarDiamond BarDiamond BarDiamond BarDiamond BarKnow what'sbelow.Callbefore you dig.DIAMOND BAR BOULEVARDCOMPLETE STREET PROJECTI:\MNS Engineers\Diamond Bar Blvd Streetscape\LCI Plan\L-4.dwgFri 22.Aug.25 10:52:01 AM
PREPARED BY:SUBMITTEDREVIEWEDAPPROVEDDEPARTMENT OF PUBLIC WORKSC I T Y O F D I A M O N D B A RSTATE OF CALIFORNIADAVID G. LIU, P.E.RCE 44053DATEDIRECTOR OF PUBLIC WORKS / CITY ENGINEERCall: Toll Free811 OR 1-800-227-2600TWO WORKING DAYS BEFORE YOU DIGSHEET __ OF __DATE: 03/29/2024PROJECT NO. PW17400SIGNED:03/29/2024 470'20'20'10'10'1 inch = 20 ft.0'MATCH LINE - STA 256+50SEE SHEET L-3
SR-60 EBON-RAMPDIAMOND BAR BOULEVARDPALOMINO
DR.
GENTLE
SPRINGS LN.IRRIGATION PLANL-4 39
Know what'sbelow.Callbefore you dig.DIAMOND BAR BOULEVARDCOMPLETE STREET PROJECTI:\MNS Engineers\Diamond Bar Blvd Streetscape\LCI Plan\L-5.dwgMon 25.Mar.24 10:28:11 AM
PREPARED BY:SUBMITTEDREVIEWEDAPPROVEDDEPARTMENT OF PUBLIC WORKSC I T Y O F D I A M O N D B A RSTATE OF CALIFORNIADAVID G. LIU, P.E.RCE 44053DATEDIRECTOR OF PUBLIC WORKS / CITY ENGINEERCall: Toll Free811 OR 1-800-227-2600TWO WORKING DAYS BEFORE YOU DIGSHEET __ OF __DATE: 03/29/2024PROJECT NO. PW17400SIGNED:03/29/2024 474"MIN.4"
MIN
WIDTH AS REQUIRED
LENGTH AS REQUIRED2"
6"
12" MIN.FLOWFLOW12" MIN.FLOWFLOWIRRIGATION DETAILSL-5 40
Know what'sbelow.Callbefore you dig.DIAMOND BAR BOULEVARDCOMPLETE STREET PROJECTI:\MNS Engineers\Diamond Bar Blvd Streetscape\LCI Plan\L-6.dwgMon 25.Mar.24 10:27:17 AM
PREPARED BY:SUBMITTEDREVIEWEDAPPROVEDDEPARTMENT OF PUBLIC WORKSC I T Y O F D I A M O N D B A RSTATE OF CALIFORNIADAVID G. LIU, P.E.RCE 44053DATEDIRECTOR OF PUBLIC WORKS / CITY ENGINEERCall: Toll Free811 OR 1-800-227-2600TWO WORKING DAYS BEFORE YOU DIGSHEET __ OF __DATE: 03/29/2024PROJECT NO. PW17400SIGNED:03/29/2024 47IRRIGATION DETAILSL-6 41
Know what'sbelow.Callbefore you dig.DIAMOND BAR BOULEVARDCOMPLETE STREET PROJECTI:\MNS Engineers\Diamond Bar Blvd Streetscape\LCI Plan\L-7.dwgMon 25.Mar.24 10:26:52 AM
PREPARED BY:SUBMITTEDREVIEWEDAPPROVEDDEPARTMENT OF PUBLIC WORKSC I T Y O F D I A M O N D B A RSTATE OF CALIFORNIADAVID G. LIU, P.E.RCE 44053DATEDIRECTOR OF PUBLIC WORKS / CITY ENGINEERCall: Toll Free811 OR 1-800-227-2600TWO WORKING DAYS BEFORE YOU DIGSHEET __ OF __DATE: 03/29/2024PROJECT NO. PW17400SIGNED:03/29/2024 47SLEEVE UNDER CONCRETE/ACTRENCHINGIRRIGATION DETAILS AND NOTESL-7 42
Know what'sbelow.Callbefore you dig.DIAMOND BAR BOULEVARDCOMPLETE STREET PROJECTI:\MNS Engineers\Diamond Bar Blvd Streetscape\LCI Plan\L-8.dwgMon 25.Mar.24 10:25:57 AM
PREPARED BY:SUBMITTEDREVIEWEDAPPROVEDDEPARTMENT OF PUBLIC WORKSC I T Y O F D I A M O N D B A RSTATE OF CALIFORNIADAVID G. LIU, P.E.RCE 44053DATEDIRECTOR OF PUBLIC WORKS / CITY ENGINEERCall: Toll Free811 OR 1-800-227-2600TWO WORKING DAYS BEFORE YOU DIGSHEET __ OF __DATE: 03/29/2024PROJECT NO. PW17400SIGNED:03/29/2024 47PLANTING LEGEND AND NOTESL-8 43
245246247248249250SSDiamond BarDiamond BarDiamond BarDiamond Bar Diamond BarDiamond Bar
Diamond BarDiamond Bar
Diamond BarDiamond Bar
Diamond BarDiamond Bar
Diamond BarDiamond BarDiamond BarDiamond BarDiamond BarDiamond BarKnow what'sbelow.Callbefore you dig.DIAMOND BAR BOULEVARDCOMPLETE STREET PROJECTI:\MNS Engineers\Diamond Bar Blvd Streetscape\LCI Plan\L-9.dwgFri 22.Aug.25 11:03:27 AM
PREPARED BY:SUBMITTEDREVIEWEDAPPROVEDDEPARTMENT OF PUBLIC WORKSC I T Y O F D I A M O N D B A RSTATE OF CALIFORNIADAVID G. LIU, P.E.RCE 44053DATEDIRECTOR OF PUBLIC WORKS / CITY ENGINEERCall: Toll Free811 OR 1-800-227-2600TWO WORKING DAYS BEFORE YOU DIGSHEET __ OF __DATE: 03/29/2024PROJECT NO. PW17400SIGNED:03/29/2024 47MATCH LINE - STA 250+50
SEE SHEET L-10
0'20'20'10'10'1 inch = 20 ft.0'GOLDENSPRINGS DR.DIAMOND BAR BOULEVARDPLANTING PLANL-9 44
251252253254255256Diamond BarDiamond Bar
Diamond BarDiamond Bar
Diamond BarDiamond Bar
Diamond BarDiamond Bar
Diamond BarDiamond BarDiamond BarDiamond BarDiamond BarDiamond BarDiamond BarDiamond BarDiamond BarDiamond Bar
Diamond BarDiamond Bar
Diamond BarDiamond Bar
Diamond BarDiamond BarDiamond BarDiamond BarDiamond BarDiamond BarDiamond BarDiamond BarDiamond BarDiamond BarDiamond BarDiamond BarDiamond BarDiamond Bar
Diamond BarDiamond BarKnow what'sbelow.Callbefore you dig.DIAMOND BAR BOULEVARDCOMPLETE STREET PROJECTI:\MNS Engineers\Diamond Bar Blvd Streetscape\LCI Plan\L-10.dwgFri 22.Aug.25 10:26:22 AM
PREPARED BY:SUBMITTEDREVIEWEDAPPROVEDDEPARTMENT OF PUBLIC WORKSC I T Y O F D I A M O N D B A RSTATE OF CALIFORNIADAVID G. LIU, P.E.RCE 44053DATEDIRECTOR OF PUBLIC WORKS / CITY ENGINEERCall: Toll Free811 OR 1-800-227-2600TWO WORKING DAYS BEFORE YOU DIGSHEET __ OF __DATE: 03/29/2024PROJECT NO. PW17400SIGNED:03/29/2024 470'20'20'10'10'1 inch = 20 ft.0'MATCH LINE - STA 256+50
SEE SHEET L-11
MATCH LINE - STA 250+50SEE SHEET L-9
DRIVEWAY
DRIVEWAYDIAMOND BAR BOULEVARDPLANTING PLANL-10 45
257258259260261262Diamond BarDiamond BarDiamond BarDiamond BarDiamond BarDiamond BarKnow what'sbelow.Callbefore you dig.DIAMOND BAR BOULEVARDCOMPLETE STREET PROJECTI:\MNS Engineers\Diamond Bar Blvd Streetscape\LCI Plan\L-11.dwgFri 22.Aug.25 10:28:21 AM
PREPARED BY:SUBMITTEDREVIEWEDAPPROVEDDEPARTMENT OF PUBLIC WORKSC I T Y O F D I A M O N D B A RSTATE OF CALIFORNIADAVID G. LIU, P.E.RCE 44053DATEDIRECTOR OF PUBLIC WORKS / CITY ENGINEERCall: Toll Free811 OR 1-800-227-2600TWO WORKING DAYS BEFORE YOU DIGSHEET __ OF __DATE: 03/29/2024PROJECT NO. PW17400SIGNED:03/29/2024 470'20'20'10'10'1 inch = 20 ft.0'MATCH LINE - STA 256+50SEE SHEET L-10
PALOMINO
DR.
GENTLE
SPRINGS LN.SR-60 EBON-RAMPDIAMOND BAR BOULEVARDPLANTING PLANL-11 46
Know what'sbelow.Callbefore you dig.DIAMOND BAR BOULEVARDCOMPLETE STREET PROJECTI:\MNS Engineers\Diamond Bar Blvd Streetscape\LCI Plan\L-12.dwgMon 25.Mar.24 10:22:35 AM
PREPARED BY:SUBMITTEDREVIEWEDAPPROVEDDEPARTMENT OF PUBLIC WORKSC I T Y O F D I A M O N D B A RSTATE OF CALIFORNIADAVID G. LIU, P.E.RCE 44053DATEDIRECTOR OF PUBLIC WORKS / CITY ENGINEERCall: Toll Free811 OR 1-800-227-2600TWO WORKING DAYS BEFORE YOU DIGSHEET __ OF __DATE: 03/29/2024PROJECT NO. PW17400SIGNED:03/29/2024 47ROCK:CANYON CLAY (ANGULAR)SIZE:3" to 8"SOURCE:DECORATIVE STONE SOLUTIONPHONE:800.699.1878TYPE 'B' @ MEDIANROCK:SPANISH BUFF (ANGULAR)SIZE:3" to 8"SOURCE:DECORATIVE STONE SOLUTIONPHONE:800.699.1878TYPE 'B' - ALTERNATIVE 1ROCK:WILDFLOWER (ANGULAR)SIZE:3" to 8"SOURCE:DECORATIVE STONE SOLUTIONPHONE:800.699.1878TYPE 'B' - ALTERNATIVE 2ROCK:DOS RIO COBBLE (ROUND)SIZE:4" to 8"SOURCE:SOUTHWEST BOULDERS & STONEPHONE:760.342.5523TYPE 'A' @ BIOSWALEROCK:ARIZONA RIVER ROCK (ROUND)SIZE:3" to 8"SOURCE:KRC ROCKPHONE:800.572.7625TYPE 'A' - ALTERNATIVE 1ROCK:SANTA FE (ROUND)SIZE:4" to 8"SOURCE:SOUTHWEST STONE & BOULDERPHONE:760.342.5523TYPE 'A' - ALTERNATIVE 2ACCENT BOULDER. FINAL PLACEMENT ANDALIGNMENT SHALL BE COORDINATED WITH THELANDSCAPE ARCHITECTSET TOP OF BOULDER MAX. 18INCHES, MIN. 12" ABOVE TOP OFCURB. VARY THE BOULDERHEIGHTTOP OFEXISTING CURBEXCAVATE MIN. 6" BELOWBOULDER. FILL WITH MASONRYSAND OR APPROVED SUBBASEMATERIAL5BLOCK-OUT MORTAR BASE AROUND BASE OFBOULDER (12"). FILL BLOCK-OUTS WITH LOOSE ROCKCOBBLE OVER 3" LAYER OF DECOMPOSED GRANITE.90% COMPACTSUBGRADEACCENT BOULDERS---APPROX. SIZE:1.5' x 1.5' x 2'(width x depth x height)DAKOTA2' x 2' x 3'4' x 3' x 3'TYPE OFSTONEQUANTITY3' x 2' x 2'SOURCE:COUGAR STONEPHONE:714.933.7360(PERINERT MATERIALLEGEND,SHEET L-8PLANTING DETAILSL-12 47