HomeMy WebLinkAboutAs-Built Plans_1997 Street Improvement Project_SpecificationsPUBLIC WORKS DEPARTMENT
CITY OF DIAMOND BAR
CALIFORNIA
CONTRACT DOCUMENTS AND SPECIFICATIONS
FOR
DIAMOND BAR BOULEVARD
STREET REHABILITATION PROJECT
GRAND AVENUE TO PALOMINO DRIVE
PROJECT NO. STP1-5455 (001)
All Questions Regarding This Project
Are To Be Directed To:
Mr. David Liu, P.E.
Deputy Director of Public Works
City of Diamond Bar
909) 396-5672
Robert S. Huff, Mayor
Carol Herrera, Mayor Pro -Tem
Eileen R. Ansari, Council Member
Clair W. Harmony, Council Member
Gary H. Werner, Council Member
Terrence L. Belanger, City Manager
JANUARY 1997
CITY OF DIAMOND BAR
SPECIFICATIONS AND CONTRACT DOCUMENTS
FOR DIAMOND BAR BOULEVARD
STREET REHABILITATION PROJECT
GRAND AVENUE TO PALOMINO DRIVE
PREPARED BY: Dewan, Lundin & Associates
12377 Lewis Street, Suite 101
Garden Grove, California 92840
Telephone: (714)740-8840
The City Clerk of the City of Diamond Bar, California will
receive at her office in the City Hall, in said City, until
10:00 a.m. on March 27, 1997, sealed proposals for the
performance of the above described services.
TABLE OF CONTENTS
7TFMS.
PART I - BIDDING AND CONTRACTUAL DOCUMENTS
PAGES
NOTICE INVITING SEALED BIDS . . . . . . . . . •
1 - 2
3 - 7
CITY COUNCIL RESOLUTION . . . . . . . . . .
g - 13
INFORMATION FOR BIDDERS . . . . . . . . . . • .
14 - 15
PROPOSAL FORM '
16 - 18
BID SCHEDULE - '
CERTIFICATE OF PARTICIPATION BY MINORITY BUSINESS 19
ENTERPRISES IN SUBCONTRACTING . . . . . . . . .
20
BIDDER DBE INFORMATION . . . . . . . . • • • •
21
LIST OF SUBCONTRACTORS ,
BIDDER'S VIOLATION OF LAW/SAFETY QUESTIONNAIRE . .
22
CONTRACTOR INDUSTRIAL SAFETY RECORD . . . . . . .
23
BIDDER'S DEBARMENT AND SUSPENSION CERTIFICATION
24
AFFIDAVIT FOR CO -PARTNERSHIP FIRM
25
AFFIDAVIT FOR CORPORATION BIDDER . . . . . . . . .
26
AFFIDAVIT FOR INDIVIDUAL BIDDER
27
AFFIDAVIT FOR JOINT VENTURE
28
29
FAITHFUL PERFORMANCE BOND . . . . . . . . . .
30
LABOR AND MATERIAL BOND . . . . . . . . . . .
31
BIDDER'S BOND
CERTIFICATE OF NON-DISCRIMINATION 32
AND AFFIRMATIVE ACTION . . . . . . . . . . . . .
CERTIFICATE WITH REGARD TO THE PERFORMANCE 33
OF PREVIOUS CONTRACTS AND SUBCONTRACTS . . . . . .
34
NON -COLLUSION AFFIDAVIT . . . . . . . . . . . .
PART II - GENERAL PROVISIONS . . . . . . • •
35 - 40
PART III_ SPECIAL PROVISIONS . . . . . . . . . .
41 - 48
PART IV - TECHNICAL PROVISIONS . . . . . . . . .
49 - 70
PART V - APPENDICES
APPENDIX A - FEDERAL REQUIREMENTS
APPENDIX B GENERAL WAGES
GENERRALPDECISION GNUMBER CA 960033)
APPENDIX C - STANDARD DRAWINGS
APPENDIX D - DEFLECTION ANALYSIS REPORT
BIDDING AND CONTRACTUAL
DOCUMENTS
CITY OF DIAMOND BAR
NOTICE INVITING SEALED BIDS
FOR DIAMOND BAR BOULEVARD
STREET REHABILITATION PROJECT
RECEIPT OF PROPOSALS: Sealed proposals will be received at the
office of the City Clerk, City Hall, Diamond Bar, California, until
10:00 o'clock a.m. on March 27, 1997 for the furnishing of all
labor and materials and equipment for the overlay and pavement
reconstruction of approximately one and one-half (1.50) miles of
existing pavement and other incidental and appurtenant work. Bids
must be made on a form provided for the purpose, addressed to the
City of Diamond Bar, California, marked, "
Bid for the Diamond Bar
Boulevard Street Rehabilitation Project from Grand Avenue to
Palomino Drive" shall appear on the envelope of each sealed bid
and each sealed envelope shall be addressed to the City Clerk, City
Hall, Diamond Bar, California 91765. The proposals will be
publicly opened and read in the City Hall, Diamond Bar, California,
at 10:00 o'clock a.m. on March 27, 1997.
DESCRIPTION OF WORK: The work to be performed or executed under
these plans and specifications consists of and includes the overlay
and/or reconstruction of approximately one and one-half (1.56)
miles of existing pavement and other incidental and appurtenant
work necessary for the proper construction of the contemplated
improvement, as indicated on the project plans.
COMPLETION OF WORK: All work shall be completed within ninety (90)
calendar days after the Notice to Proceed is issued by the City.
ENGINEER'S ESTIMATE: The Diamond Bar Boulevard Street
Rehabilitation Project is estimated to cost $1.2 million, 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 the office of the City Clerk,
City Hall, Diamond Bar, California 91765, upon payment of a non-
refundable fee of $30.00. There is a charge of $40.00 for each set
of plans and specifications that are requested to be mailed.
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 (100) of the bid price payable to the City of Diamond
Bar as a guarantee that the bidder, if his proposal is accepted,
will promptly 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
1
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 dbus n ss innCthe
State of California, and subject to the approval ity
Attorney.
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 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 party upon request.
In accordance with
the Labor Code, no workman employed upon work under this contract
ed
shall bopasaideratesashall be posted
n the above r
atceach rjob lsite
duringrate.
ling wag
the
A copy
course of construction.
Any classification omitted herein shall be paid not less than theprevailingwagescaleasestablishedforsimilarworkinthe
particular area, and all overtime shall be paid at the prevailing
rates as established for the particular area. Sunday and holiday
time shall be paid at the wage rates determined by the Director 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 whohasbeendelinquentorunfaithfulinanyformercontractwiththe
City of Diamond Bar. No bidder may withdraw his bid for a period
of ninety (90) days after the date of the bid opening.
CITY OF' -- DIAMOND BAR, CALIFORNIA
DATE: 1 '] allcr'L -5799
B yi
yndn
1Fit i,9'a/
a Burgess, City Clerk
2
RESOLUTION NO. 97-
A RESOLUTION OF THE COUNCIL OF THE CITY OF
DIAMOND BAR APPROVING PLANS AND SPECIFICATIONS
FOR THE DIAMOND BAR BOULEVARD STREET
REHABILITATION PROJECT FROM GRAND AVENUE TO
PALOMINO DRIVE, IN SAID CITY AND AUTHORIZING
AND DIRECTING THE CITY CLERK TO ADVERTISE TO
RECEIVE BIDS.
WHEREAS, it is the intention of the City of Diamond Bar to
construct certain improvements in the City of Diamond Bar.
WHEREAS, the City of Diamond Bar has prepared plans and
specifications for the construction of certain improvements.
NOW, THEREFORE, BE IT RESOLVED that the plans and
specifications presented to the City of Diamond Bar be and are
hereby approved as the specifications for the Diamond Bar BoulevardStreetRehabilitationProjectfromGrandAvenuetoPalominoDrive.
BE IT FURTHER RESOLVED that the City Clerk is hereby
authorized and directed to advertise as required by law for the
receipt of sealed bids or proposals for doing of the work specified
in the aforesaid plans and specifications, which said advertisement
shall be substantially in the following words and figures, to wit:
NOTICE INVITING SEALED BIDS OR PROPOSALS"
Pursuant to a Resolution of the City Council of the City of
Diamond Bar, Los Angeles County, California, directing this notice, NOTICE IS HEREBY GIVEN that the said City of Diamond Bar willreceiveattheofficeoftheCityClerkintheCityHallofDiamond
Bar, on or before the hour of 10 o'clock a.m. on the 27th day of
March 1997, sealed bids or proposals for the Diamond Bar Boulevard
Street Rehabilitation Project from Grand Avenue to Palomino Drive.
Bids will be opened and
office of the City Clerk, Suite
Bar, California 91765-4177.
publicly read immediately in the
100, 21660 E. Copley Drive, Diamond
Bids must be made on a form provided for the purpose,
addressed to the City of Diamond Bar, California,
marked, "Bid for
the Diamond Bar Boulevard Street Rehabilitation Project from Grand
Avenue to Palomino Drive.
3
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 ofasimilarcharacterinthelocalityinwhichthepublicworkis
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 are on file in the office of the
City Clerk of the City of
Diamond Bar, Suite 100, 21660 E. Copley
Drive, Diamond Bar, California, and are available to any interested
party on request. The Contracting Agency also shall cause a copy
of such determinations to be posted at the job site.
The Contractor shall forfeit, as penalty to the City of
Diamond Bar, not more than twenty-five dollars ($25.00) for each
laborer, workman, or mechanic employed for each calendar day or
portion, thereof, if such laborer, workman, or mechanic is paid
re
less than the general prevailing rate of wages hereinbemoorstipulatedforanyworkdoneundertheattachedcontract, bybyanysubcontractorunderhim, in violation of the provisions of
said Labor Code.
In accordance with the provisions of Section 1777.5 of the
Labor Code as amended by Chapter 971, Statutes of 1939, and in
accordance with the regulations of the California prentediceship
Council, properly indentured apprentices may employ in the
prosecution of the work.
Attention is directed to the provisions in Sections 1777.5 weds
1777.6 of the Labor Code concerning the employment of app rent
by the Contractor or any subcontractor under him.
Section 1777.5, as amended,
requires the Contractor or
subcontractor employing tradesmen in any apprenticeable occupationtoapplytothejointapprenticeshipcommitteenearestthesiteofthepublicworksprojectandwhichadministerstheapprenticeship
program in that trade for a certificate
approval. The
o journeymen
certificate will also fix the ratio of apprentices
that will be used in the performance of the contract. The ratio of
apprentices to journeymen in such cases shall not be less than one
to five except:
A. When unemployment in the area of coverage by the joint
apprenticeship committee has exceeded ann averagee
of fiftest een
percent (15%) in the ninety (90) days prior to or
certificate, or
M
B. When the number of apprentices in training in the area exceeds
a ratio of one to five, or
C. When the trade can show thatitislreplacing t least 1/30uof
its membership through apprenticeship
basis statewide or locally, or
D. When the Contractor provides
evidence that he employs
registered apprentices on all of his contracts on an annualaverageofnotlessthanoneapprenticetoeightjourneymen.
The Contractor is required to make contributions to fundsestablishedfortheadministrationofapprenticeshipprogramsiffhe
employs registered apprentices or journeymen in any app rentitradeonsuchcontractsandifotherContractorsonthepublic
works site are making such contributions.
er l comply th
Thele
ntractor
ments of Secdtionsc1777.5tand
17or
d77.6
1
n the
l
employmentof
the requ
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.
Eight (8) hours of labor shall constitute a legal day's work
for all workmen employed in the execution of this Contract and theContractorandanysubcontractorunderhimshallemploywithandbegovernedbythelawsoftheStateofCaliforniPaahavingtodowith
working hours as set forth in Division 2, Article 3 of the Labor Code of the State of California as amended.
The Contractor shall forfeit, as a penalty to the City of
Diamond Bar, twenty-five dollars ($25.00) for each laborer,
workman, or mechanic employed in the execution of the contract, by
him or any subcontractor under him, upon any of the work
hereinbefore mentioned, for each calendar dayduringur
itgewhichlsaid
laborer, workman( or ishan
violatc
is ionlofdor
sa d
permitted
Code.
more than eight (8)
Contractor agrees to pay travel and subsistence pay to each
workman needed to execute the work requiredeuir
defined
nby
his Contrct as
the applicable
such travel and subsistence paymentscollectivebargainingagreementsfiled in accordance with Labor
Code Section 1773.8.
The bidder must submit with his proposal cash,
theashier'
s
check, certified check, or bidder'.s bond, payableaYle
5
Diamond Bar for an amount equal to at least ten percent (10%) of
the amount of said bid as a guarantee that the bidder will enterintotheproposedContractifthesameisawardedtohim, and intheeventoffailuretoenterintosuchContractsaidcash, cashier's check, certified check, or bond shall become the property
of the City of Diamond Bar.
If the City of Diamond Bar awards the contract to the nextlowestbidder, the amount of the lowest bidder's security shall beappliedbytheCityofDiamondBartothedifferencebetweenthe
low bid and the second lowest bid, and the surplus, if any, shall
be returned to the lowest bidder.
The amount of the bond to be given to secure a faithfulperformanceofthecontractforsaidworkshallbeonehundred
percent (1000) of the contract price thereof, and a labor and
material bond in an amount equal to one hundred per e tse100 )
tOf
the contract price for said work shall be givenpaymentofclaimsforanymaterialsorsuppliesfurnished for the
performance of the work contracted to be done by the Contractor, or
any work or labor of any kind done thereon, and the Contractor willalsoberequiredtofurnishacertificatethathecarriescompensationinsurancecoveringhisemployeesuponworktobedoneundercontractwhichmaybeenteredintobetweenhimandthesaid
City of Diamond Bar for the construction of said work.
No proposal will be considered from a Contractor who is notlicensedasacontractorattimeofawardinaccordancewiththeprovisionsoftheContractor's License Law(California Business and
Professions Code, Section 7000 et seq.) and
ruleadoptedpursuanttheretoortowhomaproposalformhasnotbeen
issued by the City of Diamond Bar.
The work is to be done in accordance with the profiles, plans, and specifications of the City of Diamond Bar on file in the office
of the City Clerk at the City Hall, Diamond Bar, California.
Copies of the plans and specifications
will be furnished
00, saidapplicationtotheCityofDiamondBarandpayment
30.00 is non-refundable.
Upon written request by the bidder, copies of the plans and
specifications will be mailed when said request is accompanied by
payment stipulated above,
together with an additional
nonreimbursable payment of $10.00 to cover the cost of mailing
charges and overhead.
The successful bidder will be required to enter into a
contract satisfactory to the City of Diamond Bar.
R
In accordance with the requirements of Section 903 of the
General Provisions, as set forth in the Plans and Specifications
regarding the work contracted to be done by the Contractor, the
Contractor may, upon the Contractor's request and at the
Contractor's sole cost and expense,
substitute authorized
securities in lieu of monies withheld (performance retention).
The City of Diamond Bar, California, reserves the right to
reject any and all bids.
By order of the City Council of the City of Diamond Bar,
California.
Dated this day of ,
1997.
PASSED, ADOPTED and APPROVED by
of Diamond Bar, California, this
ATTEST:
City Clerk
the City Council of the
1
City
day of
Mayor
I, Lynda Burgess, City Clerk of the City of Diamond Bar,
California, do hereby certify that the foregoing Resolution
the C
tywas
duly and regularly passed and adopted by the
Of
Diamond Bar, California, at 1ts
1997, by the
meeting d
thefollowingvote, to wit:
day of
AYES:
COUNCIL MEMBERS:
NOES:
COUNCIL MEMBERS:
ABSENT:
COUNCIL MEMBERS:
ABSTAINED:
COUNCIL MEMBERS:
7
INFORMATION FOR BIDDERS
1, PEEPARAmTON OF BTD FORM: The City invites ba s onisthe form
attached to be submitted at such time and pl
ated
in the Notice Inviting Sealed Bids. Al bods shhoeuldSbe made
in accordance with the provisions
drd
Specifications for Public Works Construction,
1994 Edition
with all supplements).
All blanks on the bid form must be
appropriately filled in. All bids shall be submitted in
sealed envelopes bearing
he name
ofoutside
the name of the
the project for which the
bidder, his address,
bid is submitted. It is the sole responsibility of the bidder
to see that the bid is received in the proper time. Any bid
lbe
rafter
the scheduled
eturned to the
bidderosingunopenede
for receipt of bids
will
2. ER92D3Ar GUAEAHM: 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 (lo) days after written
notice of the award and will furnish the necessary bonds as
hereinafter provided. In case of refusal or failure to entll er
said contract, the check or bond, as the case may be,
forfeited to the City. No bidder's bond will be accepted
unless it conform substantially to the ormfur ishedoby the
andlled
City, which is bound herein, and is properly
executed.
in the name of t a
g k7 NA_M: The bid must be signed person orandmustbearthesignatureinlonghandofthepbidonbehalfofthepersonsdulyauthorizedtosignthe
bidder.
nrtnn7FTrnmTONS:
Changes in or addition to the bid form,
recapitulations of the work bid upon, alternative prop sals oranyothermodificationsofthebidformwhichisnotspecificallycalledforinthecontractdocumentsmayresultintheOwner'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 but a telegraphicmodificationofanybidsubmittedwillbeconsideredandonlyifapostmarkevidencesthataconfirmationofthetelegramdulysignedbythebidderwasplacedinthemailpriortothe
openingof bids. The bid submitted must not contain any
or other corrections unless each
erasures,
interlineation,
such correction is suitablyopposite the
authenticated
correction the surnamefor
margin immediately p
surnames of the person or persons signing the bid.
8
nrSGREPANCT c rN THE PROPOSAIui: In case of discrepancy
5' ures the words shall prevail.
If the
between words and fignot in factdo
amounts bid on individual items (
called for)
the correctly
add to the total amount shown b the bidder,
added total of the individual items shall prevail over theestimatedquantitiesandamountsare
total figure shown. The
for the purpose of comparison of bids only. The City Council
of the City of Diamond Bar reserves the right to reject any orallbidsandtowaiveanyirregularityorinformalityinanybidtotheextendpermittedbylaw.
6, BTDDER'SMAKI r.TrON OF SITE: Each bidder shall examine
carefully the site of the proposed work and the contract
documents therefore. It will be as that the bidder has
tinvestigatedandissatisfiedas
ali
a conditions
quantity of
encountered as to the character, q Y. of the
materials to be furnishedand as tthespecifications, and drawings. The
requirements
nameof the
contract, individual who examined the site of the work and the date o
such examination shall be stated in the proposal.
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 Toeosedallcont
actdifficulties
the
attending the execution of the p pdeliveryofhisproposal, and agrees that if he is awarded theainsttheCityofDiamond
contract, he will make, no claim agBarbasedonignoranceormisunderstanding of the contract
provisions.
wTTHDRAWAL F BIDS: Any bidder may withdraw his bideither
by written' request, or by telegrap q st
personally, time prior to
ue
confirmed in the manner specified above at anythescheduledclosingtimeforreceiptofbids.
S. T..SrronnrrF AND BONDS_: The Contractor shall not commence work
under this contract until he has secured all insurance andbondsrequiredunderthissectionnorshallheallowanylall
subcontractor to commence work liance with this section
on this subcontract lshall
similar insurance issued in comp of
be issued in the form, and be o
insurer
Cityhinlwriting.
satisfactory to and first app Y
Certificates of Insurance in the amounts required shallalltbe
furnished by the Contractor to the City prior
commencement of work.
The Contractor shall maintain adequate Workmen's Compensation
Insurance under the laws of the tate of Californiactor under him who
for all
labor employed by him or by Y
may come within the protection of such Workmen's Compensation
Insurance laws.
9
9.
10
The Contractor shall maintain public liability insurance toprotectsaidContractorandtheCityagainstlossfrom
liability imposed by law, for damages on account of bodily
injury, including death resulting therefrom, or persons
suffered or
alleged to have been suffered by any person
than employees, resulting directly or indirectly from the
or
performance or execution of this
saidtract
ContractoryandbthetCity
thereunder, and also to P b law, for damage to anyagainstlossfromliabilityimposedY
property,
damage insurance shall be maintained by the
I force and effect during the entire periodContractorinful
of performance under this contract, in the amount of not less
than $1,000,000 for one person injured in the accident and in
the amount of not less than $1,000000 for more than one
person injured in one accident and i,theamount
damage afo
t less
than $1,000,000 with respect to any property
The Contractor shall secure with a responsible corporatesurety, or corporate sureties, satisfactory bonContraconditioned
upon faithful performance by of claims
all
requirements under the contract and upon the payment
of materials, men and laborers thereunder. The Faithful
Performance Bond shall be in the sum of not less
ate a
hantone
hundred percent (100%) of the estimated aggregateon the
the payment to be, 'made under the
cof
Yotosal'.
ractoo
he
ed
Labor and
basis of the prices stated in,the, p p
Material Bond shall be 'in the sum of not e
steless
than
amount
hundredone
percnt (100%) of the ,estimated ,agg q,
payments +to'be made under the contract computed on the basis
of the,prices stated in the proposal.
Tr.mFgpRETATTOh OF' PT ANS AND DOCi MEi$
op
If any, person
contemplating submitting a bid for proposed contract is in
doubt as to the true meaning of any 'part `of the,
oorawfinds
or other contract
documents,
specifications,
in, or omissions from the drawings and
discrepancies submit to the City a written request
specifications, he may
for an ;interpretation or
correction thereof. The person
submitting the request will be responsible for its prompt
delivery. Any interpretation or correction of the contractdocumentswillbemadeonlybyAddendumdulyissuedandacopyofsuchaddendumwillbemailedordeliveredtoeachperson
receiving a set 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.
Tr•n TTnN OF BTDDEES: 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
10
in more than one proposal for the work contemplated will causetherejectionofallproposalsinwhichsuchbidderis
interested. if there is reason for believing that collusion
exists among the bidders, all bids will be rejectedoftheparticipantsinsuchcollusionwillbeconsidered in
future proposals.
No award will be .made to any bidder who cannot givesatisfactoryassuranceastohisabilitytocarryoutthecialratingandbyreasonofhisContract, both from his finanpreviousexperienceasaContractor on work of the nature
contemplated in the Contract. The bidder may be required to
submit his record of work of similar nature to that proposedunderthesespecifications, and unfamiliarity with the type ofworkmaybesufficientcauseforrejectionofthebid.
11. &WARD OF CONTRACT: The City may award the Contract to the
lowest responsible bidder on the totalbase bid or
Bids
on anywilone
of the alternates indicated in the proposal. 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
complies
wresponsible
bi'dodfr these
proposal
With the requirements
d, if made, will be made
proposals; specifications. The awar
ninety (90) calendar days after the opening of the propprovidedthattheawardmaybemadeaftersaidperiod of thesuccessfulbiddershallnothavegiventheCitywrittennotice
of the withdrawal of his bid.
nLTERNATLa* If alternate bids are called for, the Contract
12. - overnin board to the
may be awarded at the election of the governinglowestresponsiblebidderonthebasebid, or n ,the base bid
and any alternate or combinationof alternates.
13. cOMFETE*Try OF BTDD R5: In selecting the'lowest responsible
bidder, consideration will be given not only to the financialstandingbutalsotothe.general competency of the bidder fortheperformanceoftheworkcoveredbytheproposal'.
14.
eTlnrntTTRS: Each bidder shall submit a list of
the proposed subcontractors on this project as required by theSublettingandSubcontractingFair
ForPractices
ms fortActhis (
Governpurposement
Code Section 4100 and following)
are
furnished with the contract documents.
15. "^A' EN'S GOMPENSATTON: In accordancethe
with the
Contractorshall
provisions
secure
Sectio 3700 of the Labor Code, The Contractor
the payment of compensation to his employees.
shall sign and file
the wo k
underythe
this contract:
following ertificate
I am aware
prior to performinggoftheprovisions of Section 3700 of the Labor Code whichrequirecompensationortoundertakeselfinsurancein
11
accordance with the provisions of that code, andI
and comthe
with such provisions before commencing the perf
work of this rt of ct.
the
it
contract
rm of
nsuch
certificate is
included as pa
16. BID DEPOSIT RETM: Deposits of three or more low bidders,
the number being at the discretion of the City, will be heldforsixtydaysoruntilpostingbythesuccessfulbidderoftheBondsrequiredandreturnofexecutedcopiesoftheAgreement, whichever first occurs, at which time the deposits
will be returned after consideration of the bids.
17. F"^^""T^"• •, rnTTTRACT: The bidder to whom award is made shall
execute a written contract with the City on the form agreement
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.
to execute the
If the successful
may
der refuses or
award the Contractatosthe second lowestContract, the City may
responsible bidder. If the secondlowest responsible bidder
refuses.or fails to.execute the, Contract, the City may award
the Contract to the third lowest responsible bidder. On the
failure or refusal of, such second or third ,lowest. bidder
e
execute the Contract, such .bidder's guarantees shall bebe
likewise forfeited to .the City' I The work may then be re-
advertised.
1g, "OR EOUAI"': Pursuant to Division 5, Chapter 4, Article 4
commencing at #4380), Government ,Code,' all specifications
shall ; be deemed to include the words ",or squall', provided
however' that permissible
exceptions hereto shall be
specifically noted in the specifications.
Fr v
m nF nPPRENTICES The Contractor, and all
19. r
ssubcontractor,
1777.5, (Chapter 1411, Statutes of 1968),
shall comply with the provisions ofthe
Sections
California Labor Code concerning the employment of
apprentices. The Contractor and any subcontractor under himshallcomplywiththerequirementsofsaidsectionsintheemploymentofapprentices; however, the Contractor shall havefullresponsibilityforcompliancewithsaidLaborCodesection, for all apprenticeable occupations, regardless of anyothercontractualoremploymentrelationshipsallegedto
exist. In addition to abovethe
apprentices and dtrainees, thets
regarding the employment of
Contractor
3, T
tshall
comply
le 29 of the Code of
FederalReguationsh(
29CFR)
n 5
aa. 3,
12
20. RVID wrnt OF RESPONSTBT M: Upon the request of the City, a
bidder whose bid
u it
consideration
the
o
City satisfactory
award of the
Contract shall submit promptly
evidence showing the bidder's
financial resources,
l nt
is
construction experience,
and his organization and p
erformance of the contract. facilities available for the p
ranr DATES: The Contractor and/or subcontractor shall pay
21. ——
wages as indicated in the "Notice Inviting Sealed Bids'
section of these specifications.
The Contractor
t f1shale dollarslforfeit
penalty to the City of Diamond
echanics employed for each
25.00) for laborers, workmen,
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 anywworkank
done under the proposed
contract, by him,
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 LaborCodeareonfileoftheDepartmentofIndustrialRelations,
Division of Labor Statistics and Research.
PF
rTCENSES: The Contractor shall possess a
22. valid business license prior to the issuance of the firs
payment made under this Contract.
AND LmirmATED DAMflSE: Bidder must agree
23. TIME
to commence work on or Dtforeo,fu ly
date of written "Notice to
Proceed" of the City and to fully complete the project within
ninety (90) calendar days thereafter. Bidder must agree also
to pay as liquidated damages, the sum of five hundred dollars
500.Oo) for each calendar;,day thereafter.
13
FOR THE DIAMOND
GRAND AVENUE TO
CALIFORNIA.
BIDDER'S PROPOSAL
BAR BOULEVARD
DRIVE,
IET
N
REHABILITATION
OOF DIAMOND BAR,
Date
1997
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 workand
and has familiarized- himself with all of the physical
n his own
climatic conditions, 'and makes this bid solely up
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 addresfurnishedbyhimtotheCityofDiamondBarwhenthisproposal
obtained.
both general
e) That he has carefulldrawingseattached hereto,
d the
and comm nications
and detail, and makes this proposal in accordancesenttohimasaforesaid,
therewith.
er into a tten
f) That, if this bid is
erformance ofdthe proposed
he will twork with theCity
contract for the p
of Diamond Bar.
g) That he proposes to enter into such Contract and to accept inworkactuallydonethereunderthepricesfullpaymentfortheed
shown in the attached t forth
schedule. It is understood
re estimates, ht the
agreed
that the quant i ies setothe actualaquantities whatever they may be. prices will apply
14
l is certified or
Accompanying this o
theaOrderaof the City of Diamond,Barhinkthe
or
bidder's bondbondr, to
sum of
DOLLARS ($
Said bidder's bond has been duly executed by the undersigned bidderbafinanciallysoundsuretycompanyauthorizedtotransactandy
business in this state.
It is understood and agreed that should the bidder fail withintendaysafterawardofcontracttoenterintothecontractandfurnishacceptablesuretybonds, then the proceeds of said check, orbidder's bond, shall become the property of the City of 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 theundersigned, or the bidder will be released from the bidder's bond.
Address of Bidder
ty zip Code
15
Telephone of Bidder
Signature of Bidder
BID SCHEDULE
FOR DIAMOND BAR BOULEVARD
STREET REHABILITATION PROJECT
GRAND AVENUE TO PALOMINO DRIVE
M
7 '7'7
ON
I Lump Sum LS provide traffic control per
section 1 of the Technical
Specifications
2 11,400 CY Remove existing pavement and
excavate for proposed
structural section per
section 2 of the Technical
Specifications
TON construct 3/4" leveling
3 2,190 course per section 3 of the
Technical specifications
4 8,100 TON construct 21' A.R.H.M. Overlay
per Section 4 of the
Technical Specifications
5 7,500 TON Construct asphalt Concrete
base course per Section 3 of
the Technical Specifications
6 10,700 TON Construct crushed aggregate
base per Section 5 of the
Technical Specifications
7 13,800 SY Cold plane existing A.C.
pavement, thickness Per Plan
variable) per Section 6 of
the Technical Specifications
21,800 SY cold plane existing A.C.
pavement, 2-3/4" thick, per
Section 6 of the Technical
Specifications
9 4,250 SF Remove and reconstruct P -C -C -
bus pads per Section 7 of the
Technical Specifications
16
10 50 EACH I Adjust existing water valves
to grade per Section 8 of the
Technical Specifications
li I 31 I EACH I Adjust existing manhole cover
to grade per Section 8 of the
Technical Specifications
2 EACH Reset survey monuments per
12 Section 9 of the Technical
Specifications
LS Install traffic striping andSum13LumpmarkingperSectionSOofthe
Technical Specifications
60 EACH Install 6 foot diameter round14trafficdetectorsignalloops
per Section it of the
Technical Specifications
LS ofb theZTechnical
Section 13jiaattji
15 Lump Sum
Specifications
16 Lump Sum LS Perform construction staking
per Section 14 of the
Technical Specifications
TOTAL AMOUNT WRITTEN IN WORDS:
17
TOTAL
Accompanying this proposal is
cash",
Insert"$ Insert"
certified
or "bidder's bond"
cashier's check",
certified check ,
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 signature, the proceeds ofthesecurityaccompanyhisbidshallbecomethepropertyof
the Citof
acceptance thereof
DiamondBar,
berconsidered null nand void.
posal the
18
CERTIFICATE OF PARTICIPATION BY
MINORITY BUSINESS ENTERPRISES IN SUBCONTRACTING
The Bidder certifies that:
I do not intend to subcontract any work on
A. the Project.
B.
I dQ intend to subcontract portions of the
work on this Project. In accordancewih
the provisions of Part III,"
Requirements
for Disadvantaged Business=
Enterprises"
found in Appendix A, ave taken
affirmative action to seek out and consider
minority
business enterprises for the
portions of the work which are intended to
be subcontracted and that such affirmativeactionsarefullydocumentedinmyrecords
and are available upon request. In
addition, I will take such affirmative
action on any future subcontracting for the
life of this Contract.
The above certifications
required by 23 CFR 230 as
published in the Federal Register,
Vol. 40, No. 211 -
Friday, October 31, 1975.
W
N
K
W
r-1
v
0
46
N N R
w z w
i+
AN OP
a' IA
0
0
N 4J to
a0, U V
U 0 N 0.wl
3-I Ul A
ww
a A
d
F U N b+
N.
n
w w N4
wA
0
aa
HO
AHWE -4
w0
W
E-1
S.
w
Q
W
H
Ma
a
T
M
fft
LIST OF SUBCONTRACTORS •
OPENING DATE
PROJECT NO.
PROJECT
LOCATION _.
CLIENT __
CONTRACTOR
Any subcontractor doing work in excess of one-half (1/2) of one
percent (1%) of the total bid shall be designated on this form.
21
BIDDER'S VIOLATION OF LAW/SAFETY QUESTIONNAIRE
In accordance with Government
Code Section 14310.5, the Bidder shall
complete, under penalty of perjury, the following questionnaire:
QUESTIONNAIRE
Has the Bidder, any officer, principal or employee of the Bidder whohasaproprietaryinterestinthebusinessoftheBidder, 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?
NO
YES
If the answer is yes,
explain the circumstances in the following
space:
22
CONTRACTOR'S INDUSTRIAL SAFETY RECORD
Project Identification
Bid Date
This information must include all constructionrtnership ujointventure
ndheertaken
State of California by the bidder and any pa artici ated in as a
corporation that any principal of the bidder ears and the current
principal or owner for the last five calendar Y Separate information
calendar year prior to the date of bid submittal. Sep
oint venture,
shall be submitted for each
particular partnership, j
The bidder may attach any additionalcorporationorindividualbidder. 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.
lc+ndai Years prior to current Year
1993 1994 1995 1996 TOTAL CURRENT YEAR
LIU. VL +.vo•-
permanent transfer to another job or
termination of employment
these items ithe same asrequiredTheinformationrequiredforoccupational
columns 3 to 6, Code 10, Occupational Injuries, Summary
Injuries and Illnesses, OSEA No. 102.
ble
The above information was complied
from the records thlareunderpenaltyofperjury
urat
eY th tathe
to me at this time and I de
information
j
information is true and accurate within the limitations of these
records.
Name of Bidder (Print)
Address
City Zip Code
Signature
State Contractors- Lic. No. & Class.
Telephone
23
BIDDER'S DEBARMENT AND SUSPENSION CERTIFICATION
In accordance with Title 49, coder f Federal
certifies
Regulations,
tart
as
29, the bidder under penalty ofperson associated therewith in the
noted below,
ner,partner,,
Y
director, officer, manager:
capacity of owner,
is not currently under suspension, debarment, voluntary
exclusion, or determination of ineligibility by any federal agency;
has not been suspended, debarred, voluntarily excluded,
or determined within the past three
ineligible by any federal agency
years;
does not have a proposed debarment pending; and
has not been indicted,
convicted, or had a civil
judgement renderedagainstitbyacourt of competent jurisdiction in any
matter involving past three years. fraud or official misconduct within the p
If there are any exceptions to this certification,
insert the
exceptions in the following space.
necessarily result in denial of award, butExceptionswillnot
will be considered in determining
bidders responsibility. FOliesy
exception noted above,
indicate below to whom it app
initialing agency, and dates of action.
information may result in criminal
Note: Providing false
prosecution or administrative sanctions.
The above certification is part of the Proposal. Signing
this Proposal on the signature portion thereof shall also
constitute signature of this Certification.
24
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 sucherhasnot
bid is genuine and not collusive
or sham; tdirdirsaiectly ordindirectly,
colluded,
conspired,
connived or agreed,
a sham bid or that suchwithanyotherbidderorpersontopotherpersonshallrefrainfrombidding; and has not in any mannersoughtbycollusiontosecureanyadvantageagainsttheCityofDiamondBaroranypersoninterestedintheproposedcontract,
for
himself or for any other person.
That he has been and is dulyyveted with authority to make and
sign instruments for the co -partnership
who constitute the other members of the co -partnership.
Subscribed and sworn
to before me this
Signature
day of
19
Signature of Officer Administering Oath
Notary Public)
25
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 saidbidderhasnotcolluded, conspired, connived or agreed, directly orindirectly, with any other bidder or person to put in a sham bid orthatsuchotherpersonshallrefrainfrombidding; and has not in
any manner sought by collusion toecuri any a
ed
dvaning
the
against
propthe
City of Diamond Bar or any person
contract, for himself or for any other person.
Subscribed and sworn
to before me this
Signature
day of
19
Signature of Officer Administering Oath
Notary Public)
26
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 orindirectly, with any other bidder or person to put in a sham bid orthatsuchotherpersonshallrefrainfrombidding; and has not in
any manner sought by collusion to secure any advantage against theCityofDiamondBaroranypersoninterestedintheproposed
contract, for himself or for any other person.
Subscribed and sworn
to before me this
Signature
day of
19
Signature of Officer Administering Oath
Notary Public)
27
AFFIDAVIT FOR JOINT VENTURE
STATE OF CALIFORNIA )
SS
COUNTY OF LOS ANGELES )
being
first duly sworn, deposes and says:
That he is
of, submitting the foregoing bid as a joint ventureoneofthepartiesandthathehasbeenandisdulyvestedwiththeauthoritytomake
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 orindirectly, 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 theCityofDiamondBaroranypersoninterestedintheproposed
contract, for himself or for any other person.
Subscribed and sworn
to before me this
Signature
day of
19
Signature of Officer Administering Oath
Notary Public)
0
FAITHFUL PERFORMANCE BOND
KNOW ALL MEN BY THESE PRESENTS, THAT WE
hereinafter referred to as "Contractor" as PRINCIPAL,
andas SURETY, are held and firmly bound unto the CITY OF DIAMOND BAR,
CALIFORNIA hereinafter referred to as the
D"Clars,(in the sum of )
lawful money of the United States of
America, for the payment of
which sum, will and truly to be made, we bind ourselves, jointly
and several firmly by these presents.
THE CONDITIONS OF THIS OBLIGATION ARE SUCH, that whereas, said
contract has been awarded and is about to enter into the annexedcontractwithsaidCityforconsiderationoftheworkunderthe
specification entitled
and is required by said City to give this bond in connection with
the execution of said contract.
NOW, THEREFORE, if said Contractor shall well and truly do and
perform all the covenants and obligations of said contract on hisparttobedoneandperformedatthetimeandinthemannerspecifiedherein; this obligation shall be null and void; otherwise
it shall be and in full force and effect;
PROVIDED, that any alterations in the work to be done, or the
materials to be' furnished, which may be made pursuant to the terms
of said Contract shall, not in any way release said Contractor ortheSuretythereundernorshallanyextensionofitemgrantedundertheprovisions ,of said Contract release either said Contractor orsaidSuretyandnoticeofsuchalterationsorextensionsofthe
Contract is hereby waived by such Surety.
In the event suit is brought upon this Bond by the obligee andjudgementisrecovered, said Surety shall pay all costs incurred bytheCity,in such suit, including a reasonable attorney's fees to be
fixed by the Court.
IN WITNESS WHEREOF, we have hereunto set our hands and seals this
day of ,
1997.
PRINCIPAL
SURETY
BY: (SEAL)
SEAL)
29
LABOR AND MATERIAL BOND
KNOW ALL MEN BY THESE PRESENTS, THAT WE
hereinafter referred to as "Contractor"
as PRINCIPAL, and
as SURETY, are held and firm red
bound unto the CITY OF DIAMOND BAR,
CALIFORNIA hereinafter referred to as the "City", ($
the sum of
DOLLARS ($
ica, for of
lawful money of the United States of rbind ourselves, Jointly
which sum, well and truly to be made,
and several firmly by these presents.
THE CONDITIONS OF THIS OBLIGATION ARE SUCH, that whereas, said
Contract has been awarded and is about to enter into the annexedContractwithsaidCityforconstructionoftheworkunderCity's
specification entitled and is required
tion of
by said City to give
said Contract;
bond in connecc-L., . ••
the exec-
ntract, or
NOW, THEREFORE, if said
pay
tor in said
any materials,
oprovi.sions,
subcontractor,
fails to p Y
provender or other supplies, or for the use of implements or
machinery, used in, upon, for or about the performance of the work
contracted to be done, or for any work or labor thereon of any
kind, or for amounts due under the Unemployment Insurance Act withor, said Surety will pay for the same inrespecttosuchworkorlabanamountnotexceedingthesumspecifiedabove, and also in casesuitisbroughtuponthisbond, a reasonable attorney's fee, to be
fined by the court. This bond shall immure to the benefit of any
and all persons entitled to file claims under Section 1192.1 of theCodeofCivilProcedureoftheStateofCalifornia.
PROVIDED, that any alterations in the work to be done, or the
material to be furnished,,which may be made pursuant to the terms
of said Contract, shall not in any way release either said
Contractor or said Surety thereunder nor shall any extensions ofer
time granted under the provisions offnsaid Contract
alterationselease
or
said Contractor or said Surety, extensions of the Contract is hereby waived by said Surety.
IN WITNESS WHEREOF, we have hereunto set our hands and seals this
day of
PRINCIPAL
BY:
SEAL)
30
SURETY
SEAL)
BIDDER'S BOND
KNOW ALL MEN BY THESE PRESENTS,
THAT WE
as Principal, and —
as Surety, are held and firmly
of Diamond Bar in the sum to ten per,
l0) of
bound unto the City to be aid
the total amount of the bid of the Principal
successorsandassigns;
to the said City or its certain attorney,
we bind ourselves,
our
for which payment will and truly to be made,
successors or assigns, jointly
heirs, executors and administrators, m these presents.
and severally, firmly Y
of the surety hereunder exceed the sumInnocaseshalltheliability
of $ pal
THE CONDITION OF THIS
OBLIGATION IS SUCH, that
City
oofaDiamonds
the rBarlfor
has submitted the above
mentioned bid to the City which
for
certain construction specifically
desc gibed
oars
follows, for which bids
are to be opened at niamond B- ect from Grand
the Diamond Bar Boulevard Street Rehabilitation ProjAvenuetoPalominoDriveintheCityofDiamondBar.
NOW, THEREFORE, if the aforesaid Principal
awarded
reunder
the specifications,
and within the time and mannerrrented to him for signature, enters
after the prescribed forms are p
into a written contract, in the prescribed form in accordance wioneth tto
bid, and files the two
with the s
and otherto guars
ty of
teed
payments for
guarantee faithful performancefired b law, then this obligation shall be
labor and materials,
is
riga' Y
judgementIn
null and void; otherwise it shallremain in full force and effect.
In
the event suit is brought ,upon this bond by the obligee and Cty in
is recovered, the Surety shall pay all costs incurred
such suit, 'including a reasonable attorney's fees to bee fixed by the
Court.,
our hand
IN WITNESS WHEREOF, we have
hereunto set hands seals on this
97
day of —
PRINCIPAL '
SIGNATURE AND TITLE
SURETY
SIGNATURE AND TITLE
SEAL)
SEAL)
executing for the Surety must be properly
NOTE: Signatures of those
acknowledged.
31
CERTIFICATION OF NON-DISCRIMINATION AND AFFIRMATIVE ACTION
As suppliers of goods or services to the City of Diamond Bar, the firmtoent
sex, or national origin; that it is inlistedbelowcertifiesthatitdoesnotdiscriminateinitsemployment
with regards to race,
religion,
and local directives and executive
compliance with all federal, state, and
orders regarding non
that is will
discrimination in employment;
f action as required by the affirmative
pursue
r affirmative course o
action guidelines.
We agree specifically:
1. To establish or observe employment policies which affirmativelypromoteopportunitiesforminoritypersonsatalljoblevels.
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.
ps to hire minority employees within the
3. To take affirmative ste
company.
FIRM
TITLE OF OFFICER SIGNING
DATE
SIGNATURE
Please include any
additrogrinformation
available regarding
qual
opportunity employment programs now in effect within your company:
32
CE OF
CERTIFICATION
I
WITH REGD TO THE
OR SUBCONTRACTS SUBJECT TO THE EQUAL OrPPRTUNITY
PREVIOUSCONTRACTS
AND HE
FILING OF REQUIRED REPORTS
proposed subcontractor _
The bidder
has not
hereby certifies that he has _____---- 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 Comm
cable filing
Employment Opportunity,
all reports due under the app
requirements.
COMPANY)
BY:
TITLE)
1997.
DATE:
NOTE: The above certification is required by the Equal Employment
Opportunity Regulations of the Secretary r Labor (41 CFR
osed subcontractors 7only
1), and must be submitted by bidders and p p
in connecortunity Clause. Contracts
s and cand subcontracts
ontracts which rwhich 7are exempt
Equal Opp Y
from the Equal opportunity Clause are set forth 1000 for Funder fare
Generally only contracts
or subcontracts of $10,
exempt).
0 (EEO -1) is the .only report required by
Currently, Standard Form.10
the
implementing regulations. he Executive Orders or the
contractors and subcontractors who have participated in
Proposed prime
haveand
not
previous confiled
thet
trequired
reportsor
subcontract shouldnotehthate41 CFR 60-1.7 (b)
unless
1) prevents the award
oontracts
r°covering the del nquent periodof suchcontractorsubmitsarepttheFederalHighwayAdministrationorbytheOtherperiodspecifiedbyU.S. Department of
Director, Office of Federal Contract Compliance,
Labor.
33
NON -COLLUSION AFFIDAVIT
TO: THE CITY OF DIAMOND BAR:
STATE OF CALIFORNIA SS
COUNTY OF
being first duly
of
sworn, deposes and says that he or she is
the party making the
foregoing bid that the bid is not made in the interestcompany
of or on behalf
association,
of, any
undisclosed person, partnership,
organization, or corporation;
that the bid is genuine and not
collusive or sham; that the bidder has not directly or indirectlyinducedorsolicitedandotherbiddertoputinafalseorshambid,
and has not directly or indirectlyelse to put in
conspired,
sham bid, or
agreed with any bidder or any, that the bidder has not in anyanyoneshallrefrainfrombidding; manner, directly or indirectly, sought by agreement, communication, or
conference with anyone to fix the bid price xofctheost element of
der or Netbid
her
bidder, or to fix any overhead, p
price, or of that of any other bidder, or to secure any advantage
against the public body awarding the contact of anyone interested in
the proposed contract; that all statements contained in the bid are
true; and, further, that the bidder has not, directly or indirectly,
he
submitted his or her bid price or any breakdown thereof, 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 oragentthereoftoeffectuate,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
1997.
Notary Public in and for the County of
34
State of California
PART II
GENERAL PROVISIONS
GENERAL PROVISIONS FOR DIAMOND BAR
TRAFFIC SIGNAL SYNCHROONNIIZATION ATOND
GD
BOULEVARD STREET REHABILITATION,
INTERSECTION MODIFICATION PROJECT
PALOMINO DRIVE
1. U . ERW rOND mTTONS
A ce with the Standard
All work shall be done in accor an
Specifications for Public Works
Construction 1994 Edition and
all subsequent supplements),
hereinafter referred to as Standard
Specifications, the State of California Department of
Transportation
Standard
Specifications (
1992 Edition),
CalTrans Standard Specifications, hereinafter referred to as
Contract Drawings, Standard Construction Drawings and these
Special Provisions.
fo>>ow na•
F t of Pia Spec
ovisions.
a)
a_ ;+e of Worker The bidder is required to examine
carefully the site and the proposal, plans,
specifications
and contract forms for the work contemplated, and it will beassumedthatthebidderhasinvestigatedandissatisfiedas
to the conditions to be encountered, including all
nd, surface or
installations and utilities, whether
eTandu
quant ties of
overhead, as to the character, quality d as
work to be performed and materials teoificbe furnished, the special
to the requirements of the pIt is agreed that
provisions and thentra shall beconsidered prima facie
submission of a proposal
evidence that the bidder has made such examination.
b) Pr000sai F or All proposals must be made upon blank forms
to be obtained from the City
Clerk at City Hall, 21660 E.
Copley Drive, Suite 100, 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
a firm or
and post office address must beosho n.
adif
mi
ofade
beach member
partnership, the name and p
of the firm or partnership must
be shown. If made by a
proposal must show the name of the state
corporation, the
under the laws of which the corporation was chartered andthenames, titles, and business addresses of the president,
secretary, and treasurer.
35
c)
TrrP_bi_ Proposals may be rejected if they show any
alterations of
or
form additions not calrodc erasures,onditionaor
alternative proposals,
incomplete proposals,
irregularities of any kind.
arantee• All proposals shall be presented under
d) be accompanied by cash,
cashier's
sealed cover and shall
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.
uPt,•rn of B ddPr' Guaranteed Proposal guarantees will be
e) 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 evidenceofitscorporateexistenceandevidencethattheofficersigningtheContractandbondsforthecorporationisduly
authorized to do so.
An addendum to these specif ications 'may be issued by cne "Y
Engineer at any time prior to the bid opening.
Trti;t;es. This section is modified by addition of
tt,e following subsections.
mE+r and Pub>>r Aaencv Ta ^}'f'}ions utillcy ownei=
Ut,i,ty O , + or interests which
and Public Agencies who Atay have ______
may affect the work are as follows:
36
General Telephone Company
1400 E- Phillips Blvd.
RC 3680 G
Pomona, California 91766
909) 469-6345
Waste Management
13940 East Live Oak
Baldwin Park, California 91706
909) 599-1274
Western Waste
13793 Redwood Avenue
Chino, California 91710
909) 591-1718 (recycle bins)
800) 858-8886 (trash)
Community Disposal
14048 Valley Boulevard
City of Industry, California 91744
818) 336-3636
800) 327-3607
Southern California Edison Co
800 West Cienega
San Dimas,
California 91773
909) 594-3791
Southern California,Ga§ Company
Distribution Department
1600 Corporate Center Dr'.,
Monterey Park, California
91754
Attn: ML8241
213) 881-8291
Walnut Valley Water District
271 South Brea Canyon Rd,
Walnut, California 91789
909) 595-7554
Pacific Bell
3939 Coronado
Anaheim, California
714) 666-5702
Pomona Unified School District
800 S. Garey Avenue
Pomona,
909)
397California
4800ext 30696
37
Diamond Point Elementary School
24150 Diamond Bar Boulevard
Diamond Bar, California
91765
909) 397-4587
Jones Intercable Walnut
20965 Lycoming Street
Walnut, California 91789
909) 594-2729
Department of Public Works
Los Angeles County
Operation Services
818) 458-1708
Los Angeles County
Sewer Maintenance
818) 458-7117
Department of Public Works
Walnut Valley Unified School District
880 South Lemon Avenue
Walnut, California 91789
909) 595-1261 ext 348
Los Angeles County Sheriff's Department
21695 E. Valley Blvd.
Walnut, California 91789
909) 595-2264
Los Angeles County Fire Department
Station 120
1051 S. Grand Avenue
Diamond Bar, California 91765
909) 861-5995
CALTRANS
District 7
120 South Spring Street
Los, Angel, ,' CA 90012'
213) 897-3667
ies shall be
Each of the above listed utility companiesthepro ect
en
They shall be
notified in writing (copy to City) and provide a work
invited ,to a pre -construction meeting
schedule.
5 protection,- The Contractor is hereby alerted' to
the existence of utility
lines. The Contractor shall carefully
ng the course of construction. protect all lines duri
38
shall be ade in
Labor Discrimination. No discrimination
works because
m
the the
employment of such persons upon public
color, or religion of such persons and every contractor forpublicworksviolatingthissectionissubjecttoallthepenaltiesimposedforaviolationofChapter11orPartVII, Division 2 of the Labor Code in accordance with the provisions of
Section 1735 thereof.
Reference is made to Section 6 - 8 of the Standard Speciticarion5
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
art
thereof and shall
by the
actionear
the risk of injury or damage to any p
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 abovecausesbeforefinalacceptanceandshallbeartheexpense
thereof, except such injuries or damages occasioned by acts of
the Federal Government or the public enemy.
The Contractor shall furnish all flagmen and guards and supply
and install all signs, lights, flares, barricade delineators, and
other facilities which arenecessary to expedite the passage ofounheworkortopreventaccidets
public traffic through or arublio on to give adeqauntered. The
te warningnto
or damage or injury to.the pthepublicofanydangerous conditions to be enco
CalTransn Manual of Traffic Controls" shall be used for all
traffic control on this project.
narraq=11
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 ofworkperformedundertheContractoranyalterationsthereof.
39
proaress The Contractor shall be entitled each month
to a monthly progress payment in an amount equal to ninety
percent (90%) of the estimated percentage of actual worktheproceedingcalendarmonth, based on
thatcompletedbytheendofpayments, provided in
the contract price less all previous
all events, the City shall withhold no less than ten percent
10%) of the contract price until final completion and acceptance
of the work.
This payment on account shall in no way be considered as anacceptanceofanypartoftheworkormaterialoftheContract,
nor shall it in any way govern the final estimate.
Fina payMgnts. 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 CityshallpaytotheContractoranamountwhich, when added to thepaymentspreviouslymadeanddeductionsallowabletothe
will equal ninety percent (90x) of the contract price.
Thereafter the balance of the contract price remaining unpaidshallbepaid35calendardaysaftertherecordingofaNoticeof
Completion by the City. The payment of the final amount due
under the Contract and the adjustment and payment for any workdoneinaccordancewithanyalterationsofthesameshallrelease
the City from
e Contract
and
orallanyclaims
the work performed
alterations thereof.
g1lrantee. The Contractor agrees for Completion,
period o
commencing with the Final Notice ywithoutadditionalchargetothecity, Ympdefects
performed, or in the materials furnished, by the
and/or manufacturer, jointly.
40
f one year,
to correct
in the work
Contractor
PART III
SPECIAL PROVISIONS
BOULEVARD
SPECIAL PROVISPROJECTRGDRIAMONDAND AVENUE TO
PALOMINOTDRIVEREHABILITATION
o.+c+QT FT C'ATT ONS
The work to be done shall be performed or executed in accordance withtheseSpecialProvisionsandthe "Standard Specifications for Public
Works Construction",
1994 Edition and all
subsequent
The standard
Standard
supplements,
hereinafter referred to
published
the
by Building
cificNswsationIncl 3055 Overland
Specifications are
eles,
California 90034 and are included by reference
Avenue, Los Ang
only.
Th y 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) clarifyingorcorrectingSpecialProvisions, Plans or Bid Proposal; provided thatanysuchaddendadoesnotchangetheoriginalscopeandintentofthe
project.
ersonal delivery, duringPurchasersofcontractdocumentswillbenotifiedandfurnishedcopies
of such addenda, either by certified mail or p
the period of advertising.
TIPTF LTr T "
T^ *T^mrt^F TO PR4 EEI2
All work shall be completed
within ninety (90) calendar days. The
counting of calendar days shall start on the date when the Notice to
Proceed is issued by the City. The Contractor shall ensure that all
materials required for the project will be available for the scheduledrdayswillbeallowedformaterialdelay
work. No additional calenda
once the Contractor commences
or
Ca
wk. The
daysprishallctr °
t
prior to thestartof
City Engineer at least seven ()
calendar.
work.
No in this section will
relieve the uiredac
elsewhere
obligations
these
relative to starting work as req
specifications.
ANG S TN THF WORK
ard Specifications is supplemented by theSubsection3-2.1 of the Stand
following:
Notwithstanding the limitation imposed by this
rSubsection,
the City Engineer may, without City Counciovall app
order
changes in the work which increase the coact cost by not
more than five thousand dollars ($5,000-00)'
41
CONTRrmmQT7 ' S TNDUSTRTIAL SAFETY RF'ORD
All bidders will be required to submit information as to theirindustrialsafetyrecordontheformprovidedintheBid
Proposal. A
ill be made prior to a determination ofreviewofthissafetyrecordw
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.
CONS muU(`TTON 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 (l0) calendar days prior to the start
work.
The schedule
shall list all necessary preparatory
work, and
construction schedule.
Such schedule shall be subject to the review
and approval by the City
Engineer. No work shall be done until the
ctor have agreed to the schedule to be
City Engineer and the Contra
followed by the Contractor.
mvvFrn (`ONTpnnm FTTNDS
Pursuant to Section 4590 of the Government Code, the Contractor at itsownexpensemaydepositsecuritiespledgedinfavoroftheAgencywithastateorfederallycharteredbankastheescrowagent..
The
acceptableosit.
securities are those listed in Section 16430 of theGovernmentCodeorbankorsavingsandloancertificatesofdep
The amount of securities',tobe deposited shall be, equivalent to themaximumamountpermittedtobewithheldasspecified,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- by
PUBLIC rphr<jFNTFIdCE AND SAFETY
e Standard
In addition to the
requirement of Subsection 7-10 ° then contractor
Specifications and the Standard
Special Provisions, this
shall maintain access to all
adjacent properties.
Furthermore,
subsection is amended and supplemented by the following paragraphs:
jZETQVB -
In no case shall
without
traffic
priorbe
y
approval
from ofhethe1SCity
traveled way'
Engineer.
traffic ring
mvaFF T FT OW - in order, to facilitate the flow Yeserves
theurightthe
to
contractual period, the Agency areas
extend the limits of the project to include anywheresigninganddelineatingisdeemednecessary by
the Engineer.
42
Full compensation for complying with the above requirements shall beconsideredasincludedinthevariousitemsofworkunlessotherwise
specified above.
Necessary sanitary facilities for the
shall be provided and maintained in
Contractor, properly secluded from
compliance with health ordinances and
strictly enforced by the Contractor.
use of workman on the job
an approved manner by the
public observation and in
laws, and their use shall be
It shall be the Contractor's responsibility to locate any storagesitesformaterialsandequipmentneededandsuchsiteseitherlocatedonpublicorprivatepropertymustbeapprovedinadvanceby
the City Engineer.
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.
TEAS i; COLLE TTON SCHEDULE
No streets will be closed or have work done on day of trash
collection.
Questions regarding trash collection can be directed to:
Waste Management
Western Waste
909) 599-1274 (
800) 858-8886
818) 960-7551
All overlay'.shail 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:
Community Disposal Company
Customer service
800) 327-3.807
R kT OF NLATERIUSMaterialswhichare to be disposed of including but not limited to:
43
d cold milled pavement shall not besaw -cut asphalt pavement an
stored at the site but shall
removed immediately. No overnight
storage of materials or debris will be allowed in the street area or
surrounding areas.
UND • ^
rmm rrmrLTTIES
The location and existence of substructures have been determined bytheirowners. No guarantee is
a search of records
maintained by complete or accurate.
made or implied that the
information wn salone to determine the
It shall be the Contractor's responsibilityotect themexactlocationofsubstructuresofeverynatureeand
expand
high risk
from damage. The Contractor shall pothole
underground facilities if necessary.
all
The Contractor shall notify the Agency and the owners h urs
utilities and substructures not less than forty-eig ( )
prior starting
nderground Service Alert (USA) not lessContractorshallcontactUrspriortodiggingandverifythe
than forty-eight (
48) hou
locations of all utilities.
utilities
The Contractor is responsible for the protection of anyandforanydamagetoanysuchutilityduringtheprosecution of
work. Any damage to utility shall be repaired to the satisfactionoftheorganizationowningthefacility.
COMPE
OF BTDDER
The bidder shall be licensed under the provisions of Chapter 9,
Division 3, of the Business
of Work
Prontempofessions codd
theContractthe
e of ean
of
shall be skilled and
regd
California to db ,the arl engaged in the general class or typeegulY
of work called for under
lContract. .,
Contractor' s License Class
A.is required•for this project..
EsTi z nyAN` 1L. uS
The quantities given iin the Proposal and Contractisonaof bids monlye
approximate; being given as a basis for imp comparison agree that the
and the city'does•not, expressly
or by
a but reserves the
actual amount of :work will
correspond therewith, portion of
right to increase or decrease the amount of any class or
the work, or to omit any portion
of. the work, as may
deemed
It
advisable or necessary by the City Engineerl Plans for the
is the contractor's
responsibility to obtain from the City, Traffic Signa
exact detector loop count.
44
1, AFFIRMATIVE ACTION PLAN FOR EQUAL EMPLOYMENT OPPORTUNITY
The following provisions pertaining
to equal employment
ated into Contractnityarenr
withIn
connection
performance of work under thissContract,• the Contractor
with
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 Contr
sc
or
will take affirmative action to ensure that app licanreemployed, and the employees are treated during employment,
without regard to race, color, sex, religion,
try or
national origin.
Such action shall include, but not be
limited to, the following:
employment, upgrading,
tment
demotion or transfer;
recruitment tes r
paycorlother
advertising;
layoff or termination;
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
will
Contractor
ntapplicants
shall state that all e
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 tohirequalifiedworkersfromallracesandethnicgroups.
d, The Contractor shall be responsible for the compilation of
records of the ethnic distribution
of entSaidire projectoct
work force on forms furnished by the Agenc Y• indicating the ethnic distribution of man hotrades, shall
urs
fi
of work
by
within the various crafts nc every thirty (30) days.
the Contractor with the Agency
r union or
e, The
representativerofsworkers
hall ewithnd twhich cit has oa collective
bargaining agreement or other contract or understanding, a notice, to be provided by the Agency, advising the saidlaborunionorworker's representative of the Contractor's
commitments under this section.
45
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 ofthevarioussubcontractorsontheprojectforthepurposeofinvestigationtoascertaincompliancewiththisEEO
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:
1) 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.
2) 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 an their
sresponsibilitieunder it..
3) 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.
4) 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 subcontractormay have that the Contractor or asubcontractormayhavecommittedaviolationoftheEEOsectionofthisContractoroftheCaliforniaFairEmploymentPracticeActorofanyapplicableFederallaw
concerning equal employment practices on this project, theAgencywillcausewrittennoticetobeservedontheContractororitsrepresentative, 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 theAgencyinordertodeterminethemeansofcorrectingthe
46
2.
violation and the time period within which the violation
shall be corrected. If, within ten (10 ) days, the
Contractor or subcontractor has
failednotifyrYefuse
Fair
to
remedy the violation,
the Agency may theremediesnwhchmaybe
availableany
other
under the law.
J. The Contractor shall include the provisions of theforegoingparagraphslathroughlhineveryfirsttiersubcontractandrequireeachsubcontractortobindeach
further subcontractor with whom it has a
rov sions will be upon
ract to such
provisoes, so that such p
each subcontractor who performs any of the work required
by the Contract.
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 bytheContractorwithoutregardtoorbecauseofrace,
color, sex, religion, ancestry or national origin and incompliancewithStateandFederalanti -discrimination
laws. The Contractor further
certifiesbiddersrees
and vendors
that it
will deal with its
subcontractors,
color, sex,
without regard to or because of race,
religion, ancestry or national origin.
The
re
Contractor
agrees to allow access to its employment
rds during
regular business hours to verify compliance with theforegoingprovisionswhensorequestedbytheCity.
b. The Contractor specifically recognizes and agrees that iftheCityfindsthatanyoftheforegoingprovisionshave
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 thattheanti -discrimination provisions of the Contract have
been violated, m additiont
racticesI
Commission
by the
or the
California Fair loyment opportunity Commission that theFederalEqualEmploymentOpp
Contractor has violated State or ' Federal anti-
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 orsuspendingtheContract, the City may impose damages foranyviolationoftheanti -discrimination provisions ofthissection, in the amount of two hundred ($200.00) for
each violation found and
determined. that the
aforesaida
d the
Contractor specifically agree
47
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.
48
PART IV
TECHNICAL PROVISIONS
219H-1 TR'ATi E1Q CONTROL
ic
Traffic control, construction
of Subsection
and a7f10
maintenance
the
pStandard
comply with the p
Specifications,
Subsection 56-2 of the CalTrans Standar
Specifications, and the current requirements set forth in the
Manual of Traffic Controls for Construction and Maintenance Work
Zones" published by the Department of
Transportation, State of
California, the traffic control plans and these Special Provisions.
r,.iDT TI. (.O£i jjT .PNCE
At least ten (10) calendar days prior to commencing work, the
Contractor shall submit a spreading schedule to the City for
approval. Based on the spreading schedule,
the Contractor will
notify schools, residents, and businesses of the proposed work and
post temporary "NO PARKING" signs at no cost to the City. Signs
shall be posted at all
intersections, and on each side of the
street a maximum of 200 feet between signs. Signs may
trees.
attached
poles, street light standards or parkway NO PRKING"
necessary the Contractor shall
furnish posts. The „
hoursrior
signs shall be in place not less than twenty-four 4) ho
s in the
to performing the work;
therefore a reque
schedule requiring additional posting shall be submitted by the
Contractor for approval by the Engineer at least forty-eight (48)
hours prior to overlaying the street.
ONCE A STREET HAS BEEN POSTED, FAILURE OF THE CONTRACTOR TO MEETANDCOMPLETETHEAPPROVEDDAILYSCHEDULEDUETOCONDITIONSUNDER
THE CONTRACTORS' CONTROLS WILL RESAND
WWILLNCOODAMAGES
E TO BE,
SUSTAINED BY
IMPRACTICAL
THE AGENCY. SUCH DAMAGES ARE, ANDTO
OOR
FAILURE
D EXTREMELY
TEEMELYTHE
SCHEDULELT
TO
POSTING,
DETERMINE.
THEFCONTRACTOR SHALL EPAY ATO
THE AGENCY, OR HAVE WITHHELD FROM MONIES DUE, THE SUM OF $500.00 AS
LIQUIDATED DAMAGES FOR EACH DAY OF ADDITIONAL POSTING REQUIRED TO
COMPLETE THE PROPOSED WORK.
REPOSTING AND NOTIFICATION WILL BE
REQUIRED FOR EACH MISSED DAY. SAID POSTING AND NOTIFICATION WILL
BE AT CONTRACTOR'S EXPENSE.
Due to the nature of this project involving some inconvenience to
residents, a good Public RelationsProgram is mandatory
w 11
and
evidence of satisfactory past performance
be
required.
The Agency will require the Contractor to distribute two (2)
Public Notice" to each business and resident affected by the
program. The first notice shall be distributed ten (10) calendar
notice shall be
days prior to the start of any wo48
hohe second
urs prior to the start of
distributed at least forty-eight ( )
work. A sample copy of the notice may be obtained from the City.
49
Said notice shall be attached to a red information hanger providedbytheContractorandhungonthefrontdoorknob.
All complaints received by the City
associatedwith the
property
andplication
of the overlay alleging damage to private
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) p er occurrence.
All trucks which the Contractor proposes to use that exceeding thelegalloadlimitwhenloadedwillberequiredtohaveoverweight
permits from the City.
The Contractor shall be responsible for adequate barricading of the
orsparea and
ecified incontrSubseolling off7tc10 of General
Proin
the vif the project
sions
PROTECTION of WOR" AND PUBL=
The Contractor shall take all necessary measures to protect work
andprevent accidents during any and all phases of the work. The
Contractor shall repair all damaged overlay as a resultt Of
vandalism(i.e. vehicle tracks, the
tContrarintsctorr
shall repair the
deemed necessary by the City, defective area in accordance with these special provisions.
COATS" RUCTION RTGNTNG
Construction signing shall consist of ,furnishing, installing,
maintaining and removing construction signs and barricades as
required by the "Manual of Traffic Controls for Construction and
Maintenance Work Zones". The traffic control system shall be
installed on a road prior to starting work for that road and shallnotberemoveduntilallworkhasbeencompletedonthatroad.
Existing speed limit signs shall be covered during the entire
construction period.
TRAFES MkTNTFNANCE I
The Contractor shall be responsible for handling vehicular andpedestriantrafficinaccordancewithSubsection7-10 of the
Standard Specifications and these Special Provisions.
traffic control plans
The Contractor shall prepare all necnal essaryThe traffic control plans
and submit to the City for appshallbepreparedbyalicensed Traffic Engineer and shall show:
1. Existing and temporary lane lines.
2. Dimensions of the work zone and street improvements.
3. Advance warning signs.
4. Delineators.
50
The plans shall be submitted to the City at least two (2) weeks
prior to commencing work and shall incorporate a complete andseparateplanforeachstageofconstructionproposedbythe
Contractor. This plan shall indicate the sequence of lanes or
portions of lanes being closed for each phase. The traffic control
plans shall indicate the travel plan for each phase of
construction.
The traffic control plans shall state:.
1. That the plan will conform to the "Manual of Traffic
Controls for Construction and Maintenance Work Zones".
2. Emergency contact person and phone number.
3. Minimum lane widths and minimum clearance to
obstructions.
The traffic control plan shall be approved by the Engineer prior to
implementation.
The Contractor shall cooperate with the Engineer relative to
handling traffic through all work areas and shall make his ownarrangementsrelativetokeepingtheworkingareaclearofparked
vehicles and maintaining clear access to driveways.
The Contractor shall furnish and install special construction
notification signs as shown on traffic control plans and as
specified by the city of Diamond Sar ten (10) days prior to the
beginning of construction. Exact locations of signs to be
determined by the City Engineer.
The Contractor shall provide for controlled pedestrian crossings
through the work. Crossings shall provide pedestrians a means of
passing over or through the work without tracking tack coat or hot
asphalt rubber or endangering pedestrian safety.
At intersections, if a cross road needs to be temporarily closed
when work is in progress through the intersection and the
anticipated traffic delay is more than five (5) minutes, a detour
sign shall be installed on the cross street and shall include theinstallationofadvancesigningdisplayingtheanticipateddelay
time. The signing of the detour route shall be approved by theEngineerpriortoinstallationofthedetourandclosureofthe
road.
The Contractor shall provide for one lane of travel in each
direction at all times unless approved by the Engineer. When two-
way traffic is restricted to one lane, and when applying an overlaypastintersectingroads, traffic shall be controlled as required by
the "Manual of Traffic Controls for Construction and Maintenance
Work Zones". A pilot car and driver will be required at various
locations if control by flaggers proves deficient in the opinion of
51
the Engineer. in no case shall'the Contractor provide less than
one (1) lane of travel through the construction zone.
Contractor's equipment and personal vehicles of the Contractor'semployeesshallnotbeparkedonthetravelledwayatanytime. Overnight parking of construction equipment in the work zone or on
adjacent roads is not permitted.
Parking of construction equipment
shall be confined to the approved storage site.
m_ Fr PnRAR' GUTDF' I+LT+RKERS
markers shall be portable CalTrans Standard
Temporary guide roved delineators. Only one type of temporary
Specifications appguidemarkershall be used on any road at any one time.
Temporary guide markers shall be placed adjacent to the edge of all
vertical lips or excavations which
exceed 1'h inches. If the
temporary guide markers are
damaged, or are not in an upright
position, from any cause,
said markers shall immediately be
replaced or restored to their
original locations, in an upright
position by the Contractor.
PORTT4T Ti' pELTNFATORS
portion of the portable delineators shall be brilliant
The vertical
orange predominantly orange in color. The posts shall be not
less than 2; inches in width or diameter or, if tapered, shall have
a cross-sectional area of not less than 100 square inches, measuredthrughtheftheelieatornormalto
Theo
minimumvh height
shallertical
axisobe
thirtynsevenl (
3 ) inches above
travelled way.
Two 4 -inch nominal width
reflective bands shall
stemounted
a
so that one
minimum of 1h inches apart and at a height on the preflectivebandwillbebetween ,2.5 feet and 3 feet above the
roadway surface.
bands shall be flexible vinyl
plastic, either white or
Reflective
yellow,
abands
have not less than the following dry reflective
vergence angle,
expressed in units of
values at a 0.2 degree di
candlepower per footcandle per
square foot, The f thedry
values shall not be less than ninety
percent (90%)
values.
o fip t;ve Value
L
Angie Q Incidence 235-0, 165 50
White
150 110 50
Yellow
All tests for reflective value shall be performed in accordance
with Test Method No. Calif. 642.
52
The portable delineators shall be spaced as necessary for proper
delineation; however, in no case shall the spacing between portable
delineators exceed thirty (30) feet on tangents or twenty (20) feet
on curves.
pLUOFESCE"Tm munFFTC TONES
ll be new or reconditioned and of goodFluorescenttrafficconessha
commercial quality,
flexible material suitable for the purpose
intended. The outer section of the portion above the base of theconeshallbeahighlypigmentedfluorescentorangepolyvinylofteshallbe
compound.
overall height
shallhbecofesufficientaweighttandesize
eight ( ) inches
or shall be ancho
position.
in a anner such that the traffic cone will
remain in an upright
The fluorescent traffic cones
shall be spaced asnecessary
pacingbetween
proper delineation; however, in no case s 3U 1 the
feet son tangents or
fluorescent traffic cones exceed thirty ( )
twenty (20) feet on curves.
aTRTF M
Temporary striping and marking for traffic control shall conform to
Section 310-5.6.5 of the Standard
Specifications. Temporary
striping and marking which
allhas
no
sand
useder
in
use
sandblastingremoved
shall be
wet sandblasting, operation progresses.
removed without delay as the sandblasting op
erations so as to provide
The Contractor shall conduct all op erties and have no greater
reasonable access to the adjoining proplengthorquantityofworkunderconstruction that can be properlyprosecutedwith,a minimum of inconvenience to the public.
For each establishment i.e., gas stations, parking lots, and
school, the Contractor shall provide vehicular access to at least
one driveway.
The Contractor, shall construct temporary A.C. ramps to provide
safe and driveable access to residents and businesses.
The full width of the travelled way shall be open for use by publictrafficonSaturday, Sunday and any day designated by the Agency as
a legal holiday, after 3:00 p.m. on Friday, after 3:00 p.m. on the
day proceeding a
designated legal holiday, and when construction
operations are not actively in progress on working days .
to 4:000
Construction time will be limited to the hours of 8:00 a.m
p.m. and will be strictly enforced.
53
tract lump Sulu
Pant for traffic control will be madeaateti fornfurnishing all
price bid and shall be considered
andull
all
paymentntals necessary to
materials, labor, equipcompletetheworkinaccordance with the Standard Specifications
and these Special Provisions.
RFCm7ON 2
n,1QL,, cmunemUR_AL• SECTION
rnv
Removal and disposal of
unclassified excavation,
structural
excavation and removal
t shall conform
300-2oands300-3 ofnthe
tstandardnSpecifications.
to Section 300-1,
All existing asphalt concrete pavement that is to be joined by newconstructionshallbesawcutinastraightline. Contractor shall
exercise due caution to avoid any
damage to the existing
improvements to be protected in-place. Any damage done by tashe
Contractor and his equipment shall be repaired oationsaatdthe
called out in Section 7-9 of the Standard Sp
Contractor's expense.
Removal of existing pavement sections shall be to the depthrequiredforconstructionofthereplacementsectionsasshownon
the plans. It is the Contractor's responsibility to do whateversubsurfaceexplorationrequiredtosubmitacompletebidcovering
the cost of removal to the grades required.
Payment for this work shall be at'the unit bid price per cubic yardaompensationforexcavation,
removal an
and shall include full
cd
disposal all excavated ,material,
furnishing all labor;
nd incidentals for doing all work
materials, tools, equipment; a
involved.
9BUEBAL
of .
Asphalt con
nstforhPublicall
nWorksform tConstruction. Section 203-6
sshof
Standard
Sp a B2 -AR -4000 and
concrete to be used for base course shall b
ercent'binder content
for surface course shall be C2 -AR -4000. The p
for each mix shall be as
follows:
BINDER
MIX Base Course)
5.4%
3/4 -inch (B) A.C.
Replacement ( 5.8%
1/2 -inch (C-2) Surface Course
54
BINDER
3/8 -inch Leveling Course (D=2) and
6.8%
Miscellaneous A.C. Placement
52RU 'rUISN
All work shall conform to Section 302-5. The work shall further
consist of preparing the existing street surfaces prior to the
paving. Such work shall include controlling nuisance water,
sweeping, watering, and removing loose and broken asphalt concretepavementandforeignmaterialasspecifiedintheStandardSpecificationsandtheseSpecialProvisionsandasrequiredbythe
Engineer.
nrrm7DN ATQD SPRFADING
the
In addition to the requirements
as halt
concreteSubsection
shall be placed with
Standard Specifications,
with
p
spreading equipment equipped with fully automatic screen and gradesensingcontrolswhichshallcontrolthelongitudinalgradeofthe
screed. Automatic controls shall conform to and be operated in
accordance with the following provisions:
Should the automatic screed controls fail to operate properly
during any day's work, the Contractor may use manual controlofthespreadingequipmentfortheremainderofthatday, provided the quality of the work conforms to the requirements
of Subsection 302-5 of the Standard
Specifications. Should
the methods and equipment used for automatic control fail toresultinthequalityofworkrequiredbysaidSubsection302-
5, the paving operations will be temporarily discontinued andtheContractorshallmakethenecessarychangestothe
equipment,- or furnish other equipment conforming to the
requirements herein, before paving is resumed.
If it is determined by the Engineer that the existing gradeandcrossslopeistooirregularfortheautomaticcontrolstoprovidethequalityofworkrequired, the use of the automatic
controls shall be discontinued and the spreading equipment
adjusted by manual methods.
Use of the automatic equipment
shall be resumed when the Engineer has determined that it is
again practical and so orders.
ASPHA TACK COPT
Prior to placement of any asphaltic paving course over an existing
hard surfaced pavement, a uniform tack coat of SS-lh asphalticsquare
emulsion shall belacementlied at hofrate of o.10 gallons
asphaltic material onrnatural
Yard. Prior to thea placement weed killer to
ground or compacted fill the Contractor shall apply
the satisfaction of the Engineer.
55
The tack coat shall not be applied until the preparation of the
existing surface has been
completed, and then only so far in
advance of placing the asphalt concrete surface course as permitted
by the Engineer. No tack coat shall be left exposed overnight.
Immediately in advance of placing the asphalt concrete surfacecourseadditionaltackcoatshallbeapplied, has b
directed the
Engineer to areas where the tack coatotherwiserenderedineffective, and no addit ona
1
compensation will
a
be allowed for such work.
Existing concrete gutter and curb faces shall be protected against
disfigurement utter and curb faces by
umaterial shall
sandblasting totheextent
removed
ger
Engineer. required by
The tack coat shall be applied as specified in Subsection 302-5.4
of the Standard Specifications and these Special Provisionfdry or the
Engineer will determine if the pavement is sufficientlyapplied when
40° F in theapplicationofthetackcoat. Tack coat shall not be app
the temperature of the surface to be tacked is below
shade.
RQLL
In addition to the requirements of Subsection 302-5.6fof theuiredeach
Standard Specifications, the number
of rollers req
for density shall
paving operation shall be such that all rollingbecompletedbeforethetemperatureofasphalt concrete mixture
drops below 240° F.
the
concrete is
Breakdown rollinginha
lall,
cominerice when
be accomplished with the drive-
asphalt twheel forward
placed. Rolling asses in the 'same line.' and with the advance and,return,p
mem REPORTS AhD CERTTFTCA`i IOI3
At the time, of 'delivery of each shipment of 'asphalt,, the vendor
supplying the material will deliver to the purchaser certifiedevendor,
copies of the test report shall indicate the naointme fofhdelivery,
type and grade of asphalt delivered, date and point order
fd
number,
quantity delivered, delivery
ticket number, p nen b an
and results of the specified tests. The,tost
shallreport
certify thatthe
authorized representative of the venecifications for the type and
Product delivered conforms to the Specifications and the testing
grade indicated. The certified ttstsha be at no cost to the
required in connection with the rep
Agency.
reports and samples of the material haveUntilthecertifiedtest
been checked byirementshe lnthe
materialneer
to s
to which such report
prescribed requirements, and any work in which it may have been incorporated as an Integra
56
component, will be only tentatively
accepted by the City.
Final
acceptance will be dependent upon the determination by the Engineerthatthematerialinvolvedfulfillstheprescribedrequirements.
Payment for asphalt concrete
overlay,
asphalt concrete leveling
course and asphalt concrete base course, complete in place, will be
made at the contract
unit price bid per ton. No .separate
measurement and payment will be made for asphalt tack coat.
The
above contract price and payment shall include full compensationequipment,
for furnishing all labor,
materials,
tools,
transportation and incidentals, and for doing all the work
involved, complete as detailed and as specified in these Special
Provisions.
aFrm_QN4
ASPHALT R s D HOT MT% (ARHM>OV RLAV
Asphalt rubber hot mix shall.conloP
toSe tion 600 of the Standard
Specifications and these sp a s.
The viscosity grade of paving asphalt shall be AR -4000.
Asphalt rubber shall consist of asphalt and rubber and shall
conform to Type B -wet process.
TFnTALS
orts and a
comp nce for
tshall
submit test
he asphalt rubber andpmodif er to be used,
certificatecate of
PH
The asphalt used shall be AR -4000 conforming to Subsection 203-1. Any proposed change to the viscosity grade shall be submitted toby :the Contractor 48 hours prior to btheEngineer
eginning work.
modified with an asphalt modifier meeting theAsphaltshallb. requirements of Subsection 600-2.2.2.
Thea rubber shall be Type B and shall conform to the following
gradations and limitations.
n ar,t-nP Pass(na SieY
sieve Si.e loo
No. 8 100
No. 10
57
n Pntaae Pass na SiP 9_e
UY Si= 50-85
No. 16 5-30
No. 30 0-15
Na. 50 0-10
No. 100 0-1
No. 200
In addition,
the rubber shall contain 20 percent shallmexceedaa
rubber. No particles,
irrespective of diameter,
length of 1/4 -inch.
Percentaae Pass'na Sip'Y
iayg _; .e
100
No. 8 95-100
No. 10 0-10
No. 30 0-5
No. 50Isourcesis acceptable provided that
The use of rubber from multipletheoverallblendofrubbermeets the gradation requirements.
The individual
granulated rubber particles,
irrespective of
diameter, shall not be greater in length than 3/16 -inch (5mm).
have a specific gravity of 1.15
The granulated rubber
shall
0.05
and shall be free of
loose fabric, wire and other contaminants
except that up to 4% (by weight of
rubber)
calcium carbonate or
talc may be added to prevent rubber particles from stickingdrsoastobefree
problem when blended with the hottogether. The rubber shall be sufficiently Y
flowing and not produce a foaming p
asphalt cement.
The granulated reclaimed rubber shall be accepted
by certification from the rubber supplier.
halt and rubber materials shall be accomplished asMixingoftheasplrementsofSubsection600 -
specified herein and shall meet' th'e requ'
2.3.2 and,203-3.2.
600-2.3.2 TyDe B Asbha
Rubber
ro ortions of the two
materials, by weight, shall be 80 ± 2
Thep P ± percent rubber.
Blend the
percent asphalt and modifier by total weight, asphalt modifier. asphalt with the '2 to 6 p the Engineer
The exact amount 1 o be added will be
err s recommendations
determined by
based on the supp
The temperature of the blended asphalt and modifier shall bebleand'shall be mixed with the asphalt
added
3500 and 425OF when rubber
is added. The rubber shall e
added as rapidly as possithan
minutes after
modifier blend for a period of not less erature0of the combined
incorporation of all the rubber.
The temp
materials' shall be maintained between 3500 and 4250F during the
58
mixing period.
Agitation or recirculation shall be adequate to
provide good mixing and dispersion of the combined materials.
The asphalt rubber mixture may be applied to the roadway
immediately following mixing.
However, if the material is not to
be used within three hours of mixing, the mixture shall be allowed
to cool and be reheated to a temperature be
350 and 425oF at
r's viscosity
the time of placement and conform to manufacture
requirements.
600-2.3.2 TA +
sS
Asphalt rubber shall consist
of the following:
bber
Asphalt conforming to AR -4000 grade in Sect on
halt Oc-6.3-, rruu
to
conforming to Subsection
600-2.2.5, and asp
Subsection 600-2.2.1• the
After reacting the AR -4000, asphalt modifier and ruu br ments:
asphalt rubber binder shall conform to the following req
f• tion Limits
ma + Parameter
Field Viscosity*,
Haake at 3750F in centipoise 1150 t 3050*
ASTM D2669, No 3 Rotor, 20 RPMcontractorshallhaveavailable a Haake
Viscometer.
7
Penetration, cone at 77OF in 1/10 mm 25 t 70
ASTM D217
o percent rebound 15 MinimumResilience7Fin
ASTM D3407 point in degree F 145 1 20
Field Softening
ASTM D36
n i nmerit600-2.4 9....._----
ment utilized in preparing asphalt rubber shall includecableas
Equip halt tank (minimum capacity
of 15,000 gallons) p
insulated asp halt to the proper temperature for blending withofheatingtheaspnderforproperproportioningand
the rubber and a'
mechanica ha t and rubber. It shalterlinclude an
thorough mixing of the asp
asphalt totalizing meter (
gallons) and a flow rate me(
gallons
per minute).
The distributing
equipment
shall meet the requirements
of
Subsection 203-2.5 and be equipped with an internal heating elof
capable of evenly heating of the material up to a temperature bar
4250F. It shall be equipped with a iuin
circulating
material.
and a pumping system
capable of appy g p
specified
within t 0.5 gallons per
square yard tolerance of the urapplicationrateandmustgiveauniformcoveringofthesurface to
be treated. The distributor shall have an°Otheodistributor.
d on the rearearThe
the vehicle and a bootman shall accomp y
59
bootman shall ride in a position so that all spray bar tips are infullviewandreadilyaccessibleforunpluggingifapluggedtip
should occur. The distributor shall also include a tachometer,
pressure gauge, volume measuring device.and a thermometer.
600-2.5.1 aoneral
Asphalt rubber hot mix shall conform to the specifications of 203-
6, asphalt concrete, except as modified herein. Subsection 203-
6.2.1 does not apply.
Asphalt rubber hot mix will be designated by class and shall
conform to the requirements of this section.
600-2.5.3 Asphalt Rubber Binder
The binder to be mixed with the aggregate shall conform to Section
600-2.
Section 203-6.3.2 is modified as follows:
ASPHALT RUBBER
Sieve Size
HOT MIX (ARHM1
Min.
MIXTURES
Max.
3/4" 1100
1/2.. 90 100
3/8" 78 92
No. 4 28 42 -
No. 8 15 25
No.- 30 i.5. 15 '.
No. 200, 2 7
Asphalt Rubber
Binder M 7.5 8.7
VMA' - 18 min
Stability 25 min
Air voids M
12
5
600-3.5 proportioning
Subsections 203-6.5.1 and 203-6.5.2 of the Standard Specifications
shall be modified by adding the following paragraph:
Proportioning shall be performed using an automatic batching
system, and the proportioning device shall be automatic to the
extent that the only manual operation required for proportioning>
all materials shall be a single operation of a switch or starter.
on
600-3.6 MiX3n9
ARIM shall conform to the specifications for Subsection 302-5
except as modified herein.
Asphalt rubber hot mix shall consgraded
one or more
r bindercoursesofanasphaltrubbelacedupon as prepared
aggregate as specified in Subsectn.6 The courses shall be of
roadbed or base or over existing pavementthetypeofmixtureandthedimensions shown on the Plans or
Specifications.
600-3.7 .+ '' ' }"'*'
on and Soreadin4
At the time of delivery to the work site, the temperature of ARIiMshallnotbelowerthan300OForhigherthan3500F.
600-3.8 Bolam
wn
A vibratory roller shall be
shall
bed
e
completedinitial
bbeforeo
the asphalt
The initial breakdown rollingrubberhotmixtemperaturefalls below 2751F measured immediatelyeumaticrollersshallnotbeused.
in front of the roller.
Pn
600-3.9 r,
7 l „nousyo^,,;
rement
c Tml ng and T-gatlna
The Engineer shall have the right to obtain samples of all
s ecification
compliance.
The primarymaterialstobeusedintheworkandtotestsuchsamplesforthe
purpose of determining p laboratory will be at the project at
sampling point by the testing may be at
the paving machine ahead of all rollers. other testing the City
the job site, plant or in trucks as determined by
Engineer.
e replaced by the contractorMaterialsthatfailedthetestsshallbandretestingforspecificationscomplianceshallbeatthe
contractor's expense.
Subsection 203-6.8 of the Standard Specifications shall be modified
as follows: be at a temperature not less than 3750F
Asphalt rubber binder shall
or more than 4250F when added to the aggregate.
The temperature of
the aggregate shall not be less than 3250F at the time of adding
the asphalt rubber binder.
600-3.10 x +
plotter
s to traffic, a rock dust blotter shall be
roadwayPriortoopening r Subsection 200-1.2 shall be uniformly
applied. using a
Rock mst Percal spreader at a rate of approximately
three pounds per square yard.
The cost of this application and
sweeping will be borne by the Contractor.
61
600-3.11 oiect S to Maintenance
All Portland cement concrete surfaces to be crossed by trucks usedtohaulARHMthatarewithin500feetoftheworklimitsshallbe
covered with sand prior to applying tack coat.
All existing sidewalks and driveways shall be cleaned and swept at
least once each working day. Failure to comply with the Engineer's
cleanup orders may result in an order to suspend work until the
condition is corrected.
600-3.12 Measurement and PaYm=t
Payment will be made at the unit price per TON and shall include
full compensation all labor materials and equipment,
doing al work involved in asphalt rubber hot mix (ARHM), complete
in place.
OEMAL
Base Material shall be crushed aggregate base conforming to Section
200-2.2 of the Standard Specifications.
Existing base materials shall not be used for construction of
required pavement sections.
Payment for construction of base material,
complete in place shall
be made at the contract unit price bid per ton. The above contract
price shall include full compensation for furnishing all labor,
materials, tools, equipment,
transportation and incidentals for
doing all work involved, complete as detailed and as specified in
these Special,Provisions.
SFCTTON 6 COLDYLANE +SPHAIP CONCRETE PAVEMENT
Cold milling A.C. pavement shall conform to Subsection 302-5.2 of
the Standard Specifications, the detail on the plans, and these
Special Provisions.
The entire surface area of pavement in the locations designateu
shall be milled to the depths on the plans. Care shall be
exercised not to damage adjacent gutter,
water valves, etc.
Gutters damaged shall be replaced at the Contractor's expense. concrete gutter covered with A.C. shall be cold milled to concrete
surface.
62
Residue from grinding shall not be permitted to flow or travel into
gutters, onto adjacent street surfaces or
parkways. All residue
A and disposed of.
shall be completely remove
pAyment for this work shall be at the unit bid price per squarePayment
yard, and shall include
avementull
pandaresidues;rshapingaor grading?
of cold milled asphalt p and incidentals
furnishing all labor, materials,
tools, equipment,
for doing all work involved.
RE921P7
CONSTRUCTTOh OF P G G BUB PADH
OEXERAL
Concrete bus pads shall conform to the requirements of Section 303-
5 of the Standard
Specifications.
Subgrade preparation shall
conform to the requirements of Section 301-1 of the StandardRefertoSection201-1.1.2 for the class ofSpecifications
concrete to be used.
constructed per A.P.W.A. Standard PlanConcretebuspadsshallbe
131-0 and as indicated on plans.
Construction of P.C.C. bus pads including excavation, grading,
removals and preparation of subgrade shall be paid for at the
contract unit price per square foot.
aFCTTON 8 ADJUSThENT OF UTI UXI COVERS
Manholes
and covers to grade shall conform toAdjustmentofmanholeframeSubsections301-1.6 and 302-5.8 of the Standard Specifications.
It shall be the Contractor's responsibility to coordinate with
utility owners, if necessary for adjustment o rdlessmanholof type
es and vnand
covers. All manhole and valve applicationn of diesel fuel prior
ownership shall be treated with an aPP ermit easy removal of theto,applying the tack coat in order ,to p prevent spilling or
paving materials.
Caution' shall be 'taken to
iesel fuel onto existing asphalt. spilling or averspray of d
ti
The Contractor shall mark the
los
is constructed by cribing
andlcross
valve covers after the overlay
mark in the new pavement.
63
All manhole and valve covers shall be exposed and cleaned to the
satisfaction of the Engineer.
Walnut Valley Water District
WATER:271 South Brea Canyon Road
Walnut, California 91789
909) 595-7554
GAS:
Southern California Gas Company
Distribution Department
909) 592-1799
Pa for costs incurred in'protecting existing facilitiesincludingalltherequirementsenumeratedinthissection, shall beincludedinthepricesbidforotheritemsofworkandnoadditionalcompensationwillbeallowedtherefor.
be made
Payment for
the
raising manholes andeasured
asalve
erun iswill determnedtfrom
contract unit price per
each, manholes and valve
rice bid for raising cam ensation for
actual count.
The unit P be considered full transportation
covers to grade
shall
tools, equipment,
furnishing all, labor, materials,
and
fong
r doing all the work
involved in
placraie,
and incidentals,
complete in p
manholes and valve covers
ecialoProvisionsgrade,
P
specified in these Sp
64
General Telephone Company
TELEPHONE: 1400 E. Phillips Blvd.
RC 3680 GCalifornia 91766
Pomona,
909) 865-3327
California Edison Company
ELECTRIC:
Southern
800 West Cienega 91773
Sam Dimas,
California
909) 592-3724
Jones Intercable Walnut Valley
CABLE TV: 20965 Lycoming Street91789
Walnut, California
909) 594-2729
County Department of Public WorksLosAngeles
SEWER: Sewer Maintenance
81$) 458-7117
County Flood Control District
STORM DRAIN:
Los;Angeles
900 S. Fremont Avenue
Alhambra, CA 91803
909) 387-2800
Pa for costs incurred in'protecting existing facilitiesincludingalltherequirementsenumeratedinthissection, shall beincludedinthepricesbidforotheritemsofworkandnoadditionalcompensationwillbeallowedtherefor.
be made
Payment for
the
raising manholes andeasured
asalve
erun iswill determnedtfrom
contract unit price per
each, manholes and valve
rice bid for raising cam ensation for
actual count.
The unit P be considered full transportation
covers to grade
shall
tools, equipment,
furnishing all, labor, materials,
and
fong
r doing all the work
involved in
placraie,
and incidentals,
complete in p
manholes and valve covers
ecialoProvisionsgrade,
P
specified in these Sp
64
cFrmT ON9
RFa artuyFy MONUMENT&
the
Surveying shall be performed in accordance with Section2-9
of
all
Standard Specifications.
The Contractor
shall provide
surveying
to reset the
r ject
onument
Contractors
shall
necessary
tconstructionathe completion
of p re pared by a
ver to the City centerlineprepareand
delitie
notes p
licensed Surveyor.
MYMM de at
Payment for resetting of survey monuments shall beecompensation
the
willunit
be
price bid for each item and no additional comp
allowed.
aFrT TON1010
mRAF o oTvrhG AND r TRRTNG
Th contractor.shall
providOEHEBAL
e final traffic pavement delineation for
ro ect. This work shall include all pavement markings, reflective guide posts thend
the entire p 7 lans,
signs, poles, raised reflective markersto the striping p and these
all other appurtenances
conforming
ecifications,
applicable provisions of the Standard Sp
Special Provisions. a to become the
Accrued value, if any, for removals idered as reflected in theandsalvage
property of the Contractor shall be cons
price bid and no
changell be considered.
Tans and nQt
Final striping to be in accordance with the striping p
per the traffic signal plans.
pATnting for traffic striping, pavement markings, and curb markingsPai
shall be as follows:
A. Temporary detour striping shall conform to Section 7-10 of the
Standard Specifications.
B. Existing traffic stripes and markings that do not conform toPlansshallberemovedbywetsandblasting.
the final striping avement
es and markings
C. All details and dimensionsnsfor andard P1anS. and Maitea °n e
shall conform to the
Ment
65
D.
E.
For layout, alignment and spotting of all traffic striping andpavementmarkings, the Contractor shall furnish the necessary
control points and shall be responsible for the compneer.
and accuracy thereof to the satisfaction of the Eng'
Existing stripes, markine
gs, or markers shall be removed prior
to painting/installing new strips, markings,
and markers but
in no case shall any
section of street be left without
ours,or over
proper striping for more than twenty-four ( )
weekends or holidays.
with reflective
Paint for traffic striping shall be rapid dry
material dropped on during
application.
Paint for crosswalks,
ends an
limit lines, arrows, and other
pavement
legends
ref lectorized curb
markings shall be reflective p on
rapid dry with additional reflective material dropped
during application.
The kind of paint to be used (
solvent borne or water borne)
on the time Of
shall be determined by the Contractor basedpollution control
year the paint is applied and local air
regulations.
Thinning of paint will not be allowed.
Paint
Compliance in accordanceshallbetestedpriortouseorthemanufacturershallp
the Engineer with a Certificateof 6-1-07, "Certificate of
with the provisions ofecifications. Said
Compliance", of the
provisions,
CalTrans Standardpaint complies with the
certificate shall certify that thespecificationsandthatpaintmanufactured to the sameprocesshaspreviouslypassedStatetesting. paint meeting Stateformulationandp
thatortation
A list of
manufacturers
vailablee
produced
the Transp
specificationslsuppliedbymanufacturers other than
Laboratory. (Materiaroved paint will req uire
those that have manufactured app
complete testing.)
oats.•
Reflective material
Allshall be applied as specified in Section 8,4-3, of the CalTrans
Standard Specifications.
vn 7EMEN MARYE$S.
Pavement markers shall be installed as follows: avement with epoxy
Raised pavement markers shall be cementecifications, Section 95.
conforming to the CalTrans Standard SpMarkersshallnotbeplacedonnewasphalt concreublite
trafficgor
for
seal coat until, the road has been open to p
fourteen (14) days or more. All striping patterns shall includeansstandardPlans.
rmance lled
reflective markers in
ve pavement
w
markersTrshall
6be
inchesfrom
Two-way blue reflective p
adjacent to the fire hydrants.
Offset shall be six ( )
the nearest lane line.
M
SPECTAL CONSTEIICTION. SIGNING
City to specify dates of
construction (
begin and completion) and
wording to include recommended alternateerae routes -
springs Drive,
to
and
be
placed at beginning and end of project,
also at Diamond Bar Boulevard and
Palomino Drive. Total of seven
7) signs.
ffic Signing
e contract
PaPym nt foriceabid and shallabe
fullStripingnd
c opensat on forhforfurnishing
all labor, materials, tools, equipment
lump sum p 1 ment and incidentals necessary to
appurtenant to, the removal of
a
perform all work,
involved in, pp
pavement striping and pavement markings and the installation or
relocation of all traffic striping, and raised reflective pavuired
markers, complete in place, as shown on the plans and as req
by the Project Specifications.
All equipment, materials,, and componentsshallconform
traffic
the latest edition
and the installation thereof, Section
of the CalTrans Standard ", ns
dateddJulyn1992,
ard Sexceptcaslnoted in the
86, "Signals and Lighting", plans and
Special Provisions and er
the Plans. These
specifications are hereinafter referred to as State Standard Plans
and State Standard Specifications.
Copies of these documents are
south ringct7officeat20
available from
Angeles,, CA
900112he
CalTrans, sor1from CalTrans,
1
Street, Los Ang,
1900 RoyalOaks
Drive, Sacramento, CA 95,815 (916) 455-3520.
DFTFC'TORS
vehicle detectors shall be of the inductive loop type. Sensor
units shall .be of the two or four channel type as required by the
Type 170controller specifications.
Loop wire shall be Type I. Loop lead-in cable shall be Type A.
lot cutting operations shall notbeResidueresultingfroms
traffichoulders
or' lanes occupied
ermitteand sh 11
beto,
flowcross
removed from the pavement surface.
by public
Obtain approval for exact loop location prior to final placement.
Perform preliminary striping layout prior to loop
plans,
or
exceptut.
Loop detectors shall be per LACPWD as built
noted on the plans.
as
Center loops in the traveled to°
rtion of
crosswalktor
lane, and extend limit line loops three foot (3')
past limit line.
67
Loop slots shall b6 cut with circular pattern cutter and loops
shall be installed
to asphalt concree overlay. Y+ u2z
t
The Contractor shall test the detectors with a motor driven cycle,
as defined in the California Vehicle Code, that is licensed for
street use by the Department of Motor Vehic
ounds Theand
laden
engine
of the vehicle shall
not exceed 220 p
centimeters
special
displacement shall not exceed 100 finedcubicto activate the detector
or
features, components, provide an operator
will not be permitted.
The Contractor shall h the response or
who shall drive the motor driven cycle throuqthree 3 miles perdetectionareaofthedetec7tomilesatopereh°
urss
ban
The detector sensor
hour or more than seven wired output in response to this test.
unit shall provide the req
Detectors shall be tested after installation and after placement
of overlay.
MMM
per each item and shall include full compensationPaymentfortrafficdetectorloopsshallbemadeatthecontract
unit bid price p tools, equipment,
materials and
for furnishing all labor, incidentals necessary to provide and install traffic detector loops
as shown on the plans and specified herein.
TIONS 12
is. drawn to the
The Contractor's attent ro ect by LaBelle Mary nlnc
Deflection
andincluded
Report prepared for the p j
in the Appendix of the Specifications -
of the areas requiring
The report
indicatethat somes
reconstruction may be impacted by high subgrade moisture.
In the areas subjected to higher than noubgrade moisturesinac
where, the subgrade cannot
be prepared n accordance with the
requirements of ,Standard
Specifications,' the Contractor will be
instructed to substitute asphalt concrete for the planned aggrethegate
of t -inches at the
base, placing an initial liftbe blade laid or spread twith 'a skip
excavation.
The material may htl rolled to
loader. The surface thenaction level. No
be roughed in and orcompaction of
provide a reasonable comp halt concrete
this layer is recommended where be terminated
a asp
layer is observed, rolling
The "base" layer of asphalt concrete should be permitted to cool,
16)
o t additi°
The rema'
nderlooft
thelexcavation
shallraffc
for a minimum fththen
constructed with asphalt concrete, placed in lifts and compacted inaccordancewith'subsection 302-5.6 of the Standard Specifications.
W
PAYMENT
In the event the Contractor is directed by the Engineer to excavateforremovalofunsuitablematerialsbeyondthetotaldepthof
proposed structural section shown on plans, the removal and
disposal of the unsuitable material will be paid at the contract
unit price for unclassified excavation per Section 2 of these
Technical Provisions.
Full compensation for preparation of subgrade for conforming to therequirementsofthissectionshallbeincludedinthecontractbid
prices for various items of work. No separate payment will be
allowed.
Payment for placement of asphalt concrete in lieu of aggregate base
shall be paid at the contract unit price for asphalt concrete
pavement per Section 3 of these Technical Provisions.
SECTION 13 NOBI IZATTON
Mobilization shall consist of preparatory work and operations
including, but not limited to, those necessary for the movement of
personnel, equipment, materials, and incidentals to the project
site necessary for work on the project and for all other work andoperationswhichmustbeperformedorcostsincurredincluding
bonds, insurance, and financing prior to beginning work on the
various contract items on the project site.
Mobilization shall
also include the time, materials, and labor to move the necessary
construction equipment to and from the site, supervisory time on
the job by the Contractor's personnel to keep the construction site
in a safe condition, and all other related work as required at all
times and for all nonworking days during construction period. The
Contractor is responsible for securing an adequate storage site for
equipment and materials.
PAYMENT
Compensation for the preceding shall be included in the lump sum
for mobilization,. and shall be considered full compensation forobtainingallbusnesslicenses 'and permits, as required for entire
project, from all related agencies including, but not limited to,
utility companies, private and public agencies, and the City of
Diamond Bar; and complying with the requirements specified in those
licenses and permits; and incidentals necessary to' perform all
related items of work. Progress payments for mobilization bid item
shall be paid for in accordance with the completion percentage oftheprojecttotheContractorandshallincludethecostofsuch
mobilization and administration during the entire contract, period.
No additional compensation will be allowed.
9
mvTT(`TTON STAI NSz
vFrT_ IQ 14 accordance with
king shall be
performed in
tin that the
All construction theaStandard Specifications
exce
o complete the
Section 2'9 provide all necessary surveyingContractorshallp
construction.
EA M ng shall be paid at the contract lumpPaymentforconstruction.stakons payment for furnishing
sum price bid and shall b iequipment and
allidered
lincidentalsnecessary
all materials,
labor, N p
complete the work in accordance with the
StandardSpecifications
and these Special Provisions.
70
PART V
APPENDICES
APPENDIX A
FEDERAL REQUIREMENTS
TABLE OF CONTENTS
1. Required Contract Provisions Federal -Aid Construction
Contracts. (Form FHWA-1273) 3/10-94 issue
2. Buy America
3. Requirements for Disadvantaged Business Enterprises, 4-94
4. Lobbying: (a) Special Provisions, 12-19-90
b) Certification for Federal Aid Contracts,
6-4-90
5. Federal Requirement Training Special Provisions
Supplement to Form FHWA-1273
rovisions amplify or are in addition to those
The following P 1273:
found in Form FHWA-
pr( by convict labor
tor ala: Materials p ualified
onvc} or gusPd Ma roduced in a 5
Y--- 1991 may also be used if p 12 month
after July 1t and the amount produced during anyythe 12 month
prison facility
produced during
rohibited
July 1, 1987. Prison industriesaarect a a materialperioddoesnotexceedtheamoun
period ending bidding on this project but mayfromdirectly
supplier
LPI• 05.07
REENGINEERING. Attachment i. PS&F.
I %hmn A
REQUIRED CONTRACT PROVISIONS
FEDERAL -AID CONSTRUCTION CONTRACTS
1. These contract provisions shall apply to all work performed on
the contras: by the contractors own organization and with the
assistance of workers under the contractor's immediate superin-
tendence and to all work performed on the contract by piecework,
station work, or by subcontract.
2. Except as otherwise provided for in each section, the contrac-
tor shall insert in each subcontract all of the stipulations contained
in these Required Contract Provisions, and further require their
inclusion in any lower tier subcontract or purchase order that may
in turn be made. The Required Contract Provisions shall not be
incorporated by reference in any case. The prime contractor shall
be responsible for compliance by any subcontractor or lower tier
subcontractor with these Required Contract Provisions.
3. A breach of any of the stipulations contained in these
Required Contract Provisions shall be sufficient grounds far
termination of the contract.
4 A breach of the following clauses of the Required Contract
Provisions may also be grounds for debarment as provided in 29
CFR 5.12.
Section 1, paragraph 2:
Section IV, paragraphs 1, 2, 3, 4, and 7;
Section V, paragraphs 1 and 2a through 2g.
5. Disputes arising out of the labor standards provisions of
Section IV (except paragraph 5) and Section V of these Required
Contract Provisions shall not be subject to the general disputes
clause of this contract. Such disputes shall be resolved in accor-
dance with the procedures of the U.S. Department of Labor (DOL)
as set forth in 29 CFR 5, 6. and 7. Disputes within the meaning of
this clause include disputes between the contractor (or any of its
subcontractors) and the contracting agency, the DOL, or the
contractors employees or their representatives,
6. Selection of Labor: During the performance of this contract.
the contractor shall not:
discriminate against labor from any other State, posses -
son, or territory of the United States (except for employment
preference for Appaiacnian contracts, when applicable, as specified
in Attachment A), or
b. employ convict labor for any purpose within the limits of
the project unless n is labor performed by convicts who are on
parole, supervised release, or probation.
It. NONDISCRIMINATION
Applicable to all Federal -old construction contracts and to all
related subcontracts of $10.000 or more.) '
1. Equal Employment Opportunity: Equal employment
opportunity (EEO) requirements not to discriminate and to take
affirmative action to assure equal opportunity as set forth under
laws. executive orders, rules, regulations (28 CFR 35, 29 CFR 1630
and 41 CFR 60) and orders of the Secretary of Labor as modified
by the provisions prescribed herein, and imposed pursuant to 23
U.S.C. 140 shall constnute the EEO and specific affirmative action
standards for the contractor's project activities under this contract.
The Equal Opportunity Construction Contract Specifications set
forth under 41 CFR 60.4.3 and the provisions of the American
Disabilities Act of 1990 (42 U.S.C. 12101 et In.) set forth under 28
CFR 35 and 29 CFR 1630 are incorporated by reference in this
contract. In the execution of this contract. the contractor agrees to
comply with the following minimum specific requirement activities
of EEO:
a. The contractor will work with the State highway agency
SHA) and the Federal Government in carrying out EEO obligations
and in their review of his/her activities under the contract.
b. The contractor will accept as his operating policy the
following statement:
Il is the policy of this Company to assure that applicants are
employed, and that employees are treated during employment,
without regard to their race, religion, sex, color, national origin,
age or disability. Sueti action shall include: employment.
upgrading, demotion, or transfer; recruitment or recruitment
advertising: layoff or termination: rates of pay or other forms
of compensation; and selection for training, including appren-
ticeship, pteapprentioeship, and/or on-the-job training"
2. EEO Officer: The contractor will designate and make known
to the SHA contracting officers an EEO Officer who will have the
responsibility for and must be capable of effectively administering
and promoting an active contractor program of EEO and who must
be assigned adequate authority and responsibility to do so.
3, Dissemination of Policy: All members of the contractor's
staff who are authorized to hire, superwse, promote, and discharge
employees, orwho recommend such action, orwho are substantial-
ly involved in such action, will be made fully cognizant of, and will
implement, the contractor's EEO policy and contractual responsib&
ties to provide EEO in each grade and classification of employment.
To ensure that the above agreement will be met, the following
actions will be taken as a minimum:
Form 1273 — March 10, 1994
Page
I. General ................................
1
I
II. Nondiscrimination .........................
111. Nonsegregated Facilities ... I ........
I ......
IV. Payment of Predetermined Minimum Wage ...... 3
V. Statements and Payrolls ....... . ............ 6
VI. Record of Materials, Supplies, and Labor ........ 6
VII. Subletting or Assigning the Contract ..........
Vlll. Safety: Accident Prevention .................
7
IX. False Statements Concerning Highway Projects ... 7
X. Implementation of Clean Air Act and Federal
Water Pollution Control Act .................. B
XL Certification Regarding Debarment, Suspens.on,
Ineligibility, and Voluntary Exclusion ........... 8
XII. Certification Regarding Use of Contract Funds for
Lobbying ................................
5
ATTACHMENTS
A. Emoloyment Preference for Appalachian Contracts
included in Appalachian contracts only)
I. GENERAL
1. These contract provisions shall apply to all work performed on
the contras: by the contractors own organization and with the
assistance of workers under the contractor's immediate superin-
tendence and to all work performed on the contract by piecework,
station work, or by subcontract.
2. Except as otherwise provided for in each section, the contrac-
tor shall insert in each subcontract all of the stipulations contained
in these Required Contract Provisions, and further require their
inclusion in any lower tier subcontract or purchase order that may
in turn be made. The Required Contract Provisions shall not be
incorporated by reference in any case. The prime contractor shall
be responsible for compliance by any subcontractor or lower tier
subcontractor with these Required Contract Provisions.
3. A breach of any of the stipulations contained in these
Required Contract Provisions shall be sufficient grounds far
termination of the contract.
4 A breach of the following clauses of the Required Contract
Provisions may also be grounds for debarment as provided in 29
CFR 5.12.
Section 1, paragraph 2:
Section IV, paragraphs 1, 2, 3, 4, and 7;
Section V, paragraphs 1 and 2a through 2g.
5. Disputes arising out of the labor standards provisions of
Section IV (except paragraph 5) and Section V of these Required
Contract Provisions shall not be subject to the general disputes
clause of this contract. Such disputes shall be resolved in accor-
dance with the procedures of the U.S. Department of Labor (DOL)
as set forth in 29 CFR 5, 6. and 7. Disputes within the meaning of
this clause include disputes between the contractor (or any of its
subcontractors) and the contracting agency, the DOL, or the
contractors employees or their representatives,
6. Selection of Labor: During the performance of this contract.
the contractor shall not:
discriminate against labor from any other State, posses -
son, or territory of the United States (except for employment
preference for Appaiacnian contracts, when applicable, as specified
in Attachment A), or
b. employ convict labor for any purpose within the limits of
the project unless n is labor performed by convicts who are on
parole, supervised release, or probation.
It. NONDISCRIMINATION
Applicable to all Federal -old construction contracts and to all
related subcontracts of $10.000 or more.) '
1. Equal Employment Opportunity: Equal employment
opportunity (EEO) requirements not to discriminate and to take
affirmative action to assure equal opportunity as set forth under
laws. executive orders, rules, regulations (28 CFR 35, 29 CFR 1630
and 41 CFR 60) and orders of the Secretary of Labor as modified
by the provisions prescribed herein, and imposed pursuant to 23
U.S.C. 140 shall constnute the EEO and specific affirmative action
standards for the contractor's project activities under this contract.
The Equal Opportunity Construction Contract Specifications set
forth under 41 CFR 60.4.3 and the provisions of the American
Disabilities Act of 1990 (42 U.S.C. 12101 et In.) set forth under 28
CFR 35 and 29 CFR 1630 are incorporated by reference in this
contract. In the execution of this contract. the contractor agrees to
comply with the following minimum specific requirement activities
of EEO:
a. The contractor will work with the State highway agency
SHA) and the Federal Government in carrying out EEO obligations
and in their review of his/her activities under the contract.
b. The contractor will accept as his operating policy the
following statement:
Il is the policy of this Company to assure that applicants are
employed, and that employees are treated during employment,
without regard to their race, religion, sex, color, national origin,
age or disability. Sueti action shall include: employment.
upgrading, demotion, or transfer; recruitment or recruitment
advertising: layoff or termination: rates of pay or other forms
of compensation; and selection for training, including appren-
ticeship, pteapprentioeship, and/or on-the-job training"
2. EEO Officer: The contractor will designate and make known
to the SHA contracting officers an EEO Officer who will have the
responsibility for and must be capable of effectively administering
and promoting an active contractor program of EEO and who must
be assigned adequate authority and responsibility to do so.
3, Dissemination of Policy: All members of the contractor's
staff who are authorized to hire, superwse, promote, and discharge
employees, orwho recommend such action, orwho are substantial-
ly involved in such action, will be made fully cognizant of, and will
implement, the contractor's EEO policy and contractual responsib&
ties to provide EEO in each grade and classification of employment.
To ensure that the above agreement will be met, the following
actions will be taken as a minimum:
Form 1273 — March 10, 1994
l.Pl• u"u-
REENGIXLI.RIXG. Attachmeni 7 PS&L•
a Periodic meetings of supervisory and personnel onyx
employees will be conaucied before the start of work and then not
less often than once every six months. at which time the contracl-
ors EEO policy and its implementation will be reviewed and
explained The meetings will be conducted by the EEO Officer.
b All new supervisory or personnel office employees will be
given a thorough Indoctrination by the EEO Officer, covering all
major aspects of the contractor's EEO obligations within thirty days
following their reporting for duty with the contractor.
C. All personnel who are engaged in direct recruitment for
the project will be Instructed by the EEO Officer In the contractor's
procedures for locating and hiring minority group employees...
d Notices and posters setting forth the contractor's EEO
policy will be placed inareas readily accessible to employees,
applicants for employment and potential employees.
e. The contractor's EEO policy and the procedures to
implement such policy will be brought to the attention of employees
by means of meetings, employee handbooks, of other appropriate
means.
4, Recruitment: When advertising for employees, the contrac-
tor will includein all advertisements for employees the notation:
An Equal Opportunity Employer." All such advertisements will be
placed In publications having a large circulation among minority
grouos in the area from which the project work force would
normally be derived.
a. The contractor will, unless precluded 'by a valid bargaining
agreement, conduct systematic and direct recruitment through
public and private employee referral sources likely to yield qualified
minority group applicants. To meet this requirement the contractor
will 'Identify sources of potential minority group employees, and
establish with such identified sources procedures whereby minority
group applicants may be referred to the contractor for employment
consideration.
b. In the event the contractor has a valid bargaining agree-
ment providing for exclusive hiring hall referrals, he is expected to
observe the provisions of that agreement to the extent that the
system permits the contractor's compliance with EEO contract
provisions. (The DOC has held that where Implementation of such
agreements have the effect of discriminating against minorities or
women, or obligates the contractor to do the same, such implemen-
tation violates Executive Order 11246, as amended.) -
c. The contractor will. encourage his present employees to
refer minority group applicants for employment. Information and
procedures with regard to referring minority group applicants will be
discussed with employees.
5 Personnel Actions: Wages, working conditions, and employ-
ee benefits shall be estabksned and administered, and personnel
actions of every type. Including hiring, upgrading, promolon,
transfer, demotion, layoff. and termination, shall be taken wdnout
regard to race, color, religion. sex, national origin. age or disability.
The following procedures shall be followed'.
a The contractor will conduct periodic Inspections of project
sites to Insure Ilia! working conditions and employee facilities do
no: Indicate discriminatory treatment of project she personnel.
b. The contractor will periodically evaluate the spread of
wages paid within each classification to determine any evidence of
discriminatory wage practices.
I Juin A
c The contractor will penodicaily review selected personnel
actions in depth to aetemnlne whether there ra evidence of dl6cmmi-
nation Where evidence is found, the contractor will promptly take
corrective action If the review indicates that the discrimination may
extend beyond the actions reviewed. such corrective action shall
Include all affected persons.
d The contractor will promptly Investigate all complaints of
alleged discrimination made to the contractor in connection with his
obligations under this contract, will attempt to resolve such com-
plaints, and will take appropriate corrective action within a reason-
able time. It the investigation Indicates that the discrimination may
affect persons other than the complainant, such cortective action
shall include such other persons. Upon completion of each
Investigation, the contractor will Inform every complainant of all of
his avenues of appeal.
6. Training and Promotion:
a. The contractor will assist in locating, qualifying, and
Increasing the skills of minority group and women employees. and
applicants for employment.
Q, Consistent with the contractol'S work force requirements
and as permissible under Federal. and State regulations, the
contractor shall make full use of training programs. i.e., appren-
ticeship, and on-the-job training programs forthe geographical area
of contract performance. Where feasible. 25 percent of apprentices
or trainees in each occupation shall be In their first year of appren-
ticeship or training, In the event a special provision for training a
provided under this contract. this subparagraph will be superseded
as indicated In the special provision.
c. The contractor will advise employees and applicants for
employment of available training programs and entrance require-
ments for each.
d. The contractor will periodically review the training and
promotion potential of minority group and women employees and
will encourage eligible employees to apply for such training and
promotion.
7. Unions: If the contractor relies in whole or In pan upon
unions as a source of employees, the contractor will use hisiher
best efforts to obtain the cooperation of such unions to. increase
opportunities for minority groups and women within the unions, and
to effect referrals by such unions of minority and female employees.
Actions by the contractor either directly or through a contractors
association acting as agent will include the procedures set forth
below:
a. The contractor will use best efforts to develop, in c000era-
tion with the unions, joint training programs aimed toward qualifying
more minority group members and women, for membership in the
unions and increasing ine skills of minority group employees and
women so that they may quality for higher paying employment.
b. The contractor will use best efforts to incorporate an EEO
clause into each union agreement to the end that. sucr union will be.
bound to refer applicants without regard to their race.
color, religion, sex. national origin, age or disability.
c. The contractor Is to obtain Information as to the referral
practices and policies of the labor union except that to the extent
such information Is whin the exclusive possession of the labor
union and such labor union refuses to furnish such Information to
the contractor the contractor shall so certdy to the SHA and small
set forth what efforts have been made to obtain such Information
o.v.
Pym 1273 -March -0 'n,4
LIT vN i
RECNGI\GI:RI G. Air; hmcnt -. PS&I.
d In the event the union a unable t0 provide the contractor
with a reasonable flow of minority and women mtenaa within the
time limn set forth in the collective bargaining agreement, the
contractor will through independent recruitment efforts, fill the
employment vacancies without regard to rax, color, religion, sex,
national origin, age or disability. making full efforts to obtain
qualified and/or qualifiable minority group persons and women.
The DOL has held that it shall be no excuse that the union with
which the contractor has a collective bargaining agreement oroi d-
ing for exclusive referral failed to refer minority employees.) In the
event the union referral practice prevents the contractor from
meeting the obligations pursuant to Executive Order 11246, as
amended, and these special provisions, such contractor shall
immediately notify the SHA.
B. Selection of Subcontractors, Produilment of Materials
and Leasing of Equipment: The contractor shall not discriminate
on the grounds of rax, color, religion, sex. national origin, age or
disability In the selection and retention of subcontractors, including
procurement of materials and bases of equipment '
a. The contractor shall notrly all potential subcontractors and
suppliers of his/her EEO obligations under this contract.
b. Disadvantaged business enterprises (DBE). as defined in
49 CFR 23. snag: have equal opportunity to compete for and
perform subcontracts which the contractor enters into pursuant to
this contract. The contractor will use his best efforts to solicit bids
from and to utilise OBE subcontractors or subcontractors with
meaningful minority group and female representation among their
emplovees. Contractors shall obtain lists of DBE construction firms
from SHA personnel.
c. The contractor will use his best efforts to ensure subcon-
tractor compliance with their EEO obligations.
9. Records and Reports: The contractor shall keep such
records as necessary to document comphance with the EEO
requirements. Such records shall be retained for a period of three
years following completion of the contract work and shall be
available at reasonable times and places for inspection by autho-
rized representatives of the SHA and the FFfWA.
a. The records kept by the contractor shall document the
following:
1) The number of minority and non-minonry group
members and women employed In each work classrfiwlion on the
protect;
2) The progress and efforts being made In cooperation
with unions, when applicable, to increase employment opportunities
for minorities and women;
3) The progress and efforts being made in locating,
hiring, training, quatiymg, and upgrading minority and female
employees; and
4) The progress and efforts being made in securing the
services of DBE subcontractors or subcontractors with meaningful
minority and female representation among their employees.
b.. The contractors will submit an annual report to the SHA
each July for the duration of the project, indicating the number of
minority, women, and non-minomy group employees, currently
engaged in each work classification required by the contract worst.
This information is to be reported on Form FHWA-1391. If on -the
L%hlhn A
Putt: i
job training a being required by special provision, the Contractor will
be required to Collect and report training data.
III. NONSEGREGATED FACILITIES
Applicable to all Federal -aid construction contracts and to all
related subcontracts of 510,000 or more.)'
a By submission of this bid, the executionofthis contract or
subcontract, orthe consummation of this material suppyagreement
or purchase order, as appropriate, the bidder. Federal -ad construc-
tion contractor, subcontractor, material supplier, or vendor, as
appropriate. certifies that the firm does not maintain or provide for
its employees anysegregaled facilities at any of its establishments,
and that the firth does not permit Its employees to perforin their
services at any location, under its control, -where segregated
facildles are maintained. The firm agrees that a breach of this
certification is a violation of the EEO provisions of this Contract.
The faro further certifies that no employee will be denied access to
adequate facilities on the basis of sex or disability.
It. As used in this xrtificalion. the tams "segregated facillhes'
means any waiting rooms, work areas, restrooms and washrooms.
restaurants and other eating areas, timeclocks, locker rooms, and
other storage or dressing areas, parking lots, drinking fountains.
recreation or entertainment areas, transportation, and housing
facilities provided for employees which arc segregated by explicit
directive, or are, in fact, segregated on the basis of race, color,
religion, national origin, age or disability, because of habit, local
custom. or otherwise. The only exception will be for the disabled
when rhe demands fat accessibility override (e.g. disabled parking).
c. The contractor agrees that it has obtained or will obtain
identical certification from proposed subcontractors or material
suppliers prior to award of subcontracts or consummation of
material supply agreements of 510.000 or more and that it will
retain such certifications in its files.
IV. PAYMENT OF PREDETERMINED MINIMUM WAGE
Applicable to all Federal -ad construction contracts exceeding
2.000 and to all related subcontracts, except for projects located
on roadways classified as local roads or rural minor collectors,
which are exempt.)
1. General:
a. All mechanics and laborers employed or working upon
the site of the wont will be paid unconditionally and not less often
than once a week and without subsequent deduction or rebate on
any account (except such payroll deductions as are perrnmed by
regulations (29 CFR 3) issued by the Secretary of Labor under the
Copeland Act (40 U.S.C. 276c)) the full amounts of wages and
bona fide hinge benefits for cash equivalents thereof) due at time
of payment. The payment shall be computed at wage rates not
less than those contained in .the wage determination of the
Secretary of Labor (hereinafter the wage determination-) which is
attached hereto and made a part hereof, regardless of any
contractual relationship which may be alleged to exist between the
contractor or its subcontractors and such laborers and mechanics.
Thewagedetermmation (including anyadddional classifications and
wage rates conformed under paragraph 2 of this Section IV and the
DOL poster (WH -1321) or Form FHWA-1495) shall be posted at all
times by the contractor and its subcontractors at the site of the
work in a prominent and accessible place where a can be easily
seen by rite workers. For the purpose of this Section. contributions
made or costs reasonably anticipated for bona fide fringe benefits
under Section 1(b)(2) of the Davis -Bacon Act 140 U.S.C. 276al on -
Pp 3
Form 1273 - March 10, 1994
LIT u4111 )+S E: r. r.DrCG. Attrchmcnt 7.
aid to
behalf of laborers or mechanics am G°espefed wages p
ch
provisions a onsof5enuN.
adorers Or ffec ants, subject
paragraph 3b. hereof Also, for the DUormoOSe
of this
han 11 weekly period
Contributions made or costs mCUnu^ae(
purist
funds.orD Oq ms,
but not less often than quarterly) enan are seemed t° m be
which cover the pamCulir weekly P nod. Such
constructively made or maurred during such weekly palaborersandmechanicsshallbepaidtheappropriate wage rate
ezCe
e} work
Of as
and fringe
or
Wactuallyuperfonnedwithoeg-
fd
won
the wage ithout fto tsKllt.
aclassification
of
work
in paragraphs 4 and 5 of this Section IV.
inf rming rk in more han One
b. Laborers or mechanics oal the ate specifiedtrof each
classification
mayspecified
that the
Classification for the time actually worked herein, provided. time spent memployerspayrollrecordsaccuratelysetforththe
each Classification in which work Is performed.
C. All rulings and interpretations of the Davis-Bacon
are fre
mct
and
rated
a
erence in this contract.
contained in 29 CIFIR l' 3.
rated by
2. Classification:
a. The SHA contacting otBcon
shall
a quirecont
that any class
iot
laborers Or mechanics employed under the comae• conch s notlistedinthewagedetermination, snail be Classified in conformance
with the wage determination.
b, The contracting ORicer shall approve an additionalclassification, wage rate and hinge benefits only when the following
criteria have been met:
1) the work to be I
ed by a
by the additional cl
classification in the Wage
cation requested is not performed by a
determination;
assification is utilized in the area by
2) the additional cl
the construction industry;
I:timhm A
Neer 4
efliCer. M the Wage and HOU,
Admmstrstor for °WII
mInstlon
Issua dere
Said
Adminstator' Ora n authorized
D'O?`
andntative
so aovse the contracting
halon wRAm 10officerOrWillnotRy the contracting officer within the 3042y period
that additional time is necessary
e. The wage rate (including frig 2b n 2tl of
Wheregebefits
SetanPN
ate) determined Pursuant to DaagaPshallbepardtoallworkersperformingworlt m the additionalclassificationfromthefestdayonwhichworksperformednthe
classification.
3, Payment o1 fringe Benefits:
a, Whenever the minimum wage rate prescribed In themechanics
066 * fringe
contract
which
class
pressed asflaborers on hourly rate, theucontractor o
benefit which s not exp rc rate,. snail either pay the benefit as
subcontractors
in the ge
app p another boa fide
stated in the wage determination or snail payfringebenefitoranhourlyUseequivalenttheaot
b. II the contractor or subcontractor, as appropriate• does notmakepaymentstoatrusteeorotherthirdperson, helshe mayconsiderasapanofthewagesofanytaborerormechanicthe
amount of any Costs reasonablyp ogr
anticipated
rm, Provided, ha9he Sefca`
fringe benefits under a plan o
I or Laborlh ble
sentlardsthe
written request
of he Days-Bacon Act have been
that the app of Labor may require the contactor to setmet. The Secretaryasideinaseparate account assets for the meeting of obligations
under the plan or program
4, Apprentices and Trainees (Programs of the U.S. DOL) and
Helpers:
3) the proposed wage rate, including any bona fidefringebenefits, bears a reasonable relationship to the wage rates
contained in the wage determination; and
4) with resbeel to helpers, when such a classification
prevails in the area in wnoh the work is performed,
C . If the contractor or subcontractors, as appropriate thelaborersandmechanics (if known) to be employed in the additionalclassificationortheirrepresentatives, and the contracting Officeragreeontheclassificationandwagerate (including ih amountdesignatedfortnngebenefitswhereappropriate), a report of theactiontakenShallbesentbythecontacting °hCe; tment Sun' Administrator of the Wage and Hour Division. Empoy a and
cards Administrator Washington;' D.C. 20210. The WagHourAdministratororanauthorizedrepresentable, will approve, mossy. or disapprove every additional classification action within 30ethecontra
r trtY
days of receipt and so advseriotl tha addd
oor
pal Ime
the contracting officer within the 30 -day p
is necessary.
d. In the event the contractor or subcontractors, as 3OPT(Ipriate, the laborers or mechanics to be employed in the additionalclassRicationorthenreDesentalives, and the contracting Officer doerate (including
not agree on the proposed classificationbetion awns
end
gappropna el the
the amount designated for tringe benefits, the views of
contracting OKoer snail refer he questions, including
all
enacting
o games an the recommendation of he contacting
a, Apprentices: -
1) Apprentices will be, permitted to
work at lethannthey
the
predetermined rate for the work they p ooe0 whe
are
employed pursuant to and individually registered in a bona fide
apprenticeship Pr°gram regste,
of
witApprenticeship
DOL, Employment
and Training, or
Training Administration. Bureau ncy recognized by the Bureau, orwithaStateapprenticeshipagencyprobationary
R a person is employed in hislher firs[ 90 tlenuceship Program-
of
employment as an apprentice in such an app
who is not individually registerein the and
Togram.
ba nag
orut
Who as State
s been
certified by the Bureau of Apprenticeship to be eligible for
apprenticeship agency (where appropriate)
probationary employment as an apprentice,
2) The allowable ratio of apprentices to journeyman -
level employees an
ny craft
n shall not
be greater than the rtatio permmed
he job Site in to hecontractsasttotheentire
der the registered program. Any employee listed onworkforceun
a payroll at an apprentice wage
rate, who
a
not
not less t
or
otherwise employed as stated above, shall De Paid not less thantheapplicablewageratelistedinthewagedetermmafi°nalorfenn• classi ication of work actually performed. In addition, any pP ed
lice performing work on the job site in
excess of
aidnoel rlessatio Permittee
for the workundertheregisteredprogramShallbepapplicablewagerateonthewagedetermination - actually performed. Where a contractor or subcontractor isanthatin
performing o ramoa
regsteetln
on a lehect nratios'lity other
and wagenates lex-
Whoh its P 9 man•level hourly rale)
pressed m percentages of the bloumey r ram
specified in the contractors or subcontractors registered D O9
shall be observed.
o w
Fri, 1273 - March 10. 1994
RELNGIKI:CRIXG. Attachment
31 Every apprentice must be pad at not less than theslevelOf
rate specified in the registered PrOgnageof
thehe
o{oumeaman-level
progress, expressed as a pe
hourly rate specified m the
applicable
melds inwaccordance with theApprenticesshallbePadfringeceshipprovisionsoftheapofenliceshrpPrOgfam. eth S
mustti
be pale%
program does not specify fringe benefits, app
the full amount of fringe
C ass cation
listed
the
Administratorgo
dfor the
i
Wage
for the app practice prevails for
and Hour Division determines that a
on.
tr,htheapplicableapprenticeclassrhwbon." hinges shall be pmtl m
accordance with that determination.
4) in the event the Bureau of Apprenhhesdhipp the
nd
Training, or a State apprenticeship agency ro ram, theBureau, withdraws approval of an apprenticeship P 9
contractor or subcontractor Will
Ihcoablelongerppredeterm ined drate for
10
thehe
apprentices at less than the app gular employees unlit an accept - comparable work performed by re
able program is approved.
xhihn 4
pa -C 5
rider approved
helper wage rale, who m not a helper Ublewa0erate on thewage
small M Paid not less than the aPPoeteoinabonfortheclassification of work actually Performed. n
5. Apprentices and Trainees (programs of the U.S. DOT):
Apprentices and trainees working under apprenticeship andskilltrainingprogramswhichhavebeencertifiedbytheSecretaryonnectionwith
of Transp o tl ucton programs are notsubject to the requirementshighwayofparagraph4ofthisSectionIVThestraghtlimehourlywag
rales for
d by theepamC lar programs. and trainees underThe ratio
Such
atio
ofprograms
apprentices
established by realer than permed by
and trainees Io journeymen shall not beg
the terms of the particular program.
b.' - Trainees•.
1) Except as provided in 29 CFR 5.16, trainees will not
be permitted to work at less thanthe
predetermined
oyed
pined
rate for
antl
file
work Performed unless they nreindividuallyregisteredinaprogram which has received PriorEmploy - approval evidenced by (oral certification bY'lhe DOL, Employ-
ment and Training Administration.
2) The ratio of trainees t° joumeyman-level employeesonthejobsiteshallnotbegreaterthanpermittedunderthePlanapprovedbytheEmploymentandTrainingAdministration. Anyemployeelistedonhepayrollatatraineeratewhoisnotregis- tered and participating m a taming plan approved by the Employ- ment and Training Administration snail be pa)d not less than the
applicable wage rale on the wage
determinationtrar the Perclasforming
lion of work actually performed. In addition, anyworkonthejobseeinexcessoftheratiopermmedewxgeregisteredprogramsmallbepaidnotlessthantheapplicableperformed.
rate on the wage determination for lite work actually
3) Every trainee must be paid at not less than the ratespecifiedintheapprovedprogramforhislherlevelofprogress, expressed as a percentage of the joumeyman-level hourly rate - specified in the applicable wage determination. Trainees shall betrainee
Paid range benefits in
programrorm does not mention
hngewith
thProvisions of e
benefits,
program. If he traineee p g9
trainees small be Pard the full amount is
tinge benefits
Wage and
on the
wage determination unless the
Administrator of the
t9 D o9
Hour
Division determines that there is an apprenticeshipwade rale on
associated with the conespontling journeythewagedeterminationwhichProvides for Was than lull Mngebenefitsforapprentices. in Which Use such trainees small receive
the same fringe benefits as apprentices.
4) In the event the Employment and Training Adminrs- tration withdraws approval of a training program, he contractor or. spbOOnlfael0r WIII no longer be permitted 10 utilize trainees at lessrminedratefortheworkPerformeduntil
than the applicable predete
an acceptable program isa0pr°veil.
c. Helpers:
Helpers will be permitted to Work on a project it the helper
tl and defined on the applicablewageissoecrre
determination or is ap Proved purse WQe/ to file
listed on
aanee
o
payroll at a
cure set forth in Section IV.2. Any
6. Withholding: „
The SHA shall upon its own action or upon written requestLwithhold, or
of an authorized„celohuaetor
orosuocof
the ntractor under this
uGonse tr ct
Withheld, or any other Federal contract with lite same prime contactor, or
any other Federally -assisted
contract
heldsubjb the Dsame Prime
prevailing wage requirements whiched menl or advances as may
contractor, as much of the acerulaborers an mechanica, including
be considered necessary to payaporentrces, trainees, and helpers, employed by the contactor or
any subcontractor the full amount at wages req it
mechanred
by he
contract. In the event of failure 10 pay Y'
c.
including any apprentice, trainee, of helper, employed or working
on the site of the work, all ooscer
mayof
eafterr writtenwagesrequiredotice to the
contract. the SHA contracting be necessary to cause thecontractor, take such action as may guarantee of Ipntls
suspension of any further payment. advance, or9
until such violations have ceased.
7, Overtime Reclufrements:
No contractor or subcontractor contracting for any part of
the contract work which may require or invocl
lvethe
d
emploappyment of
laborers. mechanics . watchmen. or gdstrainees, and helpers described In paragraphs 4 and 5 above) shallrequireorpermitanylaborer, mechanic, watchman. or guard m anyworkweekinwhichhelsheisemployedonsuchwork, to work in
excess
an -
watch
40 hours para°re
esecompensationSuch
at a°
ret
rate not less
thann One-
a0, Or g basic for all hours
workedinexcess of 40 hoursnd-one-malf limes iIn surch workweek.
pay
6, Violation: -
Liability tar Unpaid Wages: Liquidated Damages. above, evthe
ent
of any violation of the clause set
forth
s
etitparagraph
contactor and any subcontractor responsible
thereof be liable
to the affected employee for hrsrher,unpm0 wages. l^ addition, such contractor and subcontractor Shalt be liable to the United
Slates lin the case of work done
dune under
contract
r to
for the
terDiiotryct
f
Columbia or a lermory, _ liquidated oamages Such liquidated oamages shallvba1 hman, er
with respect to each individual laborer, mechanic, guard employed in violation of the clause set forth in Paragraph T. in the sum of $10 for each caiendar day on which such employee
wasof 40
tl or permmed to
inexcess
the overtime wages required
week of 40 hours without Payment
by he clause set forth in paragraph 7
Form 1273 - March 10. 1994
Vp t
LPI' 95-117
REENGINEERING.
9 Withholding for Unpaid Wages and Liquidated Damages:
The SHA shall upon its own action or upon written request of any
authorized representative of the DOL withhold. or cause to be
withhold from any monies payableon account of work performed
by the contractor of subcontractor under any such contract or anyotherFederalcontractwithmesameprimecontractor; or any other
Federally -assisted contract subject to the Contract Work Hours andSafetyStandardsACLwhichisheldbythesamefirmscontractor, such sums as may be determined to be necessaryto satisfy any
liabilities of such contractor or subcontractor lot unpaid wages and
liquidated damages as provided In the cause set forth in paragraph
0 above.
V. STATEMENTS AND PAYROLLS
Applicable to all Federal -aid construction contractsexceeding
S2.000 and to all related subcontracts, except for projects located
on roadways classified as local roads or rural collectors, which are
exempt.)
1. Compliance with Copeland Regulations (29 CFR 31:
The contractor shall comply with the Copeland Regulations of the
Secretary of Labor which are herein incorporated by relevance.
2. Payrolls and Payroll Records:
a. Payrolls and basic records totaling thereto shall be
maintained by the contractor antl earn subcontractor during the
course of the work and preserved for a pend of 3 years from the
date of completion of the contract for lland guards working
l laborers. at
apprentices. trainees, watchmen,
the she of the work.
b. The payroll records shall contain the name, social
security number, and address of each such employee; his or hercoredclassification; hourly rates of wages paid (including rates of
contributions or costs anticipated for bona ride fringe benefits or2)(S)ofcashequivalentthereofthetypesdescribedinSection1(b)(
the Davis Bacon Act); daily and weekly number of hours worked;
deductions made: and actual wages paid. In addition; for Appala-
chian contracts, the payroll records shall contain a notation indicat-
ing whether the employee does, or does not, normally reside in thelaborareaasdefinediiiAttachmentA, paragraph 1. Whenever theSecretaryofLabor, pursuant to Section IV, paragraph 3b, has
found that the wages of any laborer or mechanic Include the
amount of any costs reasonably anticipated in providing benefits'
under a plan or program described in Section 1(b)(2)(S) of the
Davis Bacon Act, the Contractor and each subcontractor shall
maintain records which show that the commmment to provide such
benefits is enforceable, that the plan or program rs financially
responsible, that the plan or program has been communicated in
taming to the laborers or mechanics affected, and show the cost
anticipated or the actual cost 'incurred in providing benefits.
Contractors or subcontractors employing apprentices or traineescooftheunderapproved. programs shall maintain written evtden
registration of'apprentices and trainees, and ratios and wage rates
prescribed in the applicable programs.
c. Each contractor and subcontractor shall furnish, each
week in which any contras work ts'performed, to the SHA resident
engineer,; payroll of wages paid each of its employees (includingapprentices, trainees, and helpers, described in Section IV, para.
graphs 4 and 5, and watchmen and guards engaged on work
during the preceding weekly payroll period). The payroll submitted
shall set out accurately and completely all of the Information
required to be maintained under paragraph 2b of the Section V.
Lxhihu A
Pare.b
That Information may be submitted in any toren desired. Optional
Form WH -347 at avaeable for this purpose and may be Purchased _ from the Superintendent of Documents (Federal stock number 029. 005-00/4.1). U.S. Government Printing Office. Washington. D.C.
20402. The prate contractor Is responsible for the submission of
copies of payrolls by all subcontractors. .
d. EachPayrollsubMdt0d shall be. accompanied by a
Statement of Compliance." signed, by the Contractor: Of subcbn-
hector or hislner agent who pays or supervises the payment of thepersonsemployedunderthecontractandshallCeniythefollowing:
1) that the payroll for the payroll period contains Ins
information required to be maintained under paragraph 2b of this
Section V and that such information is correct and Complete:
2) that such laborer or mechanic (including each helper.
apprentice, and trainee) employed- on the contract during the
payroll period has been paid the full weekly wages earned, without
rebate. either directly or Indirectly, and that no deductions have
been made either directly or indirectly from the full wages earned,
other than permissible deductions as set forth in the Regulations,
29 CFR 3;
3) that each laborer or mechanic has been paid not less
that the applicable wage rate and fringe benefits or cash equivalentfortheClassificationofworkedperformed. as specified in the
applicable wage determination incorporated into the contracL
e. The weekly submission of a property executed certification
set forth on the reverse side of Optional Form WH -347 shall satisfy
the requirement for submission of the -Statement of Compliance -
required by paragraph 2d of this Section V.
I. The falsification of any of the above cerffieations may
subject the contractor to civil or criminal prosecution under 16
U.S.C. 1001 and 31 U.S.C. 231.
g. The contractor or subcontractor shall make the recordsrequiredunderparagraph2bofthisSectorVavailableforinspec-
tion, copying, or transcription by authorized representatives of the
SHA, the FHWA, or the DOL, and shall permit such representatives
to interview employees during working hours on the job. If the
contractor or subcontractor fails to submit the required records or
to make them available, the SHA, the FHWA, the DOL; or may,
alter written notice to the contractor, sponsor, applicant. or owner'
take such actions as may be necessary to cause the suspension of
any further payment, advance. or guarantee of funds. Furthermore, failure to submit the requaed'fecords upon request or to make such
records available may be grounds for debarment action pursuant
to 29 CFR 5.12. -
Vl. RECORD OF MATERIALS, SUPPLIES, AND LABOR `
1. On all Federai-aid contracts on the National Highway System,
except those which provide solely for the installation of protective
devices at railroad grade crossings, those which constructed onn
a force account or direct labor basis, highway
contracts, and Contracts tot which the total final construction cost
for roadway and bridge is less than 21,000,000 (23 CFR 635) the
contractor shall:
a. Become familiar with the list of specific materials and
supplies contained In Form FHWA-47, *Statement of Materials and
Labor Used by Contractor Of Highway Construction Involving
Federal Funds; prior to the commencement of work under this
contras.
Paas Form 1273 - March 10, 1994
LPP 45'j-' REENGINr-ERING. Attachment 7 PS&E
b. Maintain a record of the total cost of sit materials sodsuppliesPurchasedforandincorporatedinthework, and also oftenetsandSupplies
the quantities
Form
FHWAs7f
those the ,nes
shc
ma
own on Forth FHWA•
417eaon,.
c. Furnish, upon the compel'
the cohe mWctiltl`olhe data
resident engineer on Form FHWA 9
les, a finalrequiredinparagraphlbrelativetomaterialsandsuPP
Labor
sumnt
indicatingofallcontractWork
the total hours wonted
and the total amount earned.
2. At the prime contractor's option, enhef a single report
covering
towering subcontract
work
shall be submitted.
for the contractor and
Vil. SUBLETTING OR ASSIGNING THE CONTRACT
Exhihtt A
Pace 7
a8 safeguards. safety devices and protective equipment and takeorastheSHAcontracl-
any other needed !me. a bereasonably
determines' necessaryary a Protect
ing officer may - -is job and the Safety of theMelifeandhearthofemployeesoonIfnectlonweltMePerfoncepublicandtoProjectPropertyInract.
of Me worst covered by
2. It, a condition othis tA a conttaao sin ars
intol
be ePufsuant to
of each subcontract, E any subcontractor shall nothiscontradLthatthecontractoranperinaanyemDayee. in penorimance of the contract. to work asurroundingsorunderconditionswinchareunsanitary. hazardous
or dangerous to hrsmer health or safety, as' determines ungdaetrconstructionsafetyandhealthStandards(29CFR 926)D rOmuledbytheSecretaryofLabor, in accordance with Section 107 of theConradWorkHoursandSafetyStandardsAct (40 U.S.C. 333).-
3. Pursuant to 29 CFR 1926.3, it is a condition of this contract
t. The contractor shall perform welt its own organization contract. that the St of Labor or authorized representative thereof, shall have right of entry to anY sae of contract pertom)ance toworkamountingtonotfessthan70percentloragreaterPercent-
age lt specified elsewhere in the contrlfty
act)
f the
total lo
original
lthe inspect orinvestigate the matter of compliancewitlhte
cOna
oL
contract price. excluding any sp dorm safety and health standards and to carry out
State. Specialty items may be performed by
subcontract and the Secretary under Section 107 of iris Contract Work Hours an
Safety Standards Act (40 U.S.C. 333). amount of any such speccalry nems performed may be deducts
horn the fatal original ertorm ab
thece
fore
cont acto(
en
wihe
2
n
organiiamoun`
of work required
original al
0 IX. FALSE STATEMENTS CONCERNING HIGHWAY PROJECTS
hon (23 CFR 635). and durable construction inInordertoassurehighqualityconformitywithapprovedplansandspecificationsandahigha. Sts own organization" shalt be construed to include onlyde bydegreeofreliabilityonstatementsanErewcreksersraonFederal-aWworkersemployedandpaiddirectlybytheDame
contactor and
contractors, suppliers, equipment owned or rented by the prime contractor, with or without
engineers. highway Projects. a is essential that all persons concerned wish theoperators. Such term ones not include employees co
equipment of
project perform their functions as carefully, thoroughly, and honestyasubcontractor, assignee, or agent of the game contractor. aspossible. Willful talsificabon, distomon, ormisre dation of Fe
with
b, "Specialty Items" shall be construed to be IImIm to work respect to any facts related to the project d'n I
Me seriousness
of conlracteg
organizationsequipt
law. To prevent any misunderstanding regardingthatrequireshighlyspecializedknowledge, abilltles, or equipment
not ordinarily available in the typeof these and similar acts, the following notice shall
bde posted
o
n
each Federal -aa highway project (23 CFR 635) qualified and expected to bid On the contract nt
a whole and ill
Places Where a is readily available to all persons concerned withgeneralaretobelimitedtominorcomponentsoftheoverall
contract,
1 1. the project:
2. The contract amount upon which the
requirements set forth NOTICE TO ALL PERSONNEL ENGAGED ON FEDERAL -AID
in paragraph 1 of Section VII is computed includes the cost Of HIGHWAY PROJECTS
material and manufactured products which are to be purchased or
Produced by the contractor under the contract provisions.
ent
3. The contractor shall furnish (a) a Comp
tmest superintenfill'
aumond
a
or supervisor who is employed by the fir. ty
direct performance of the work in accordance with the contractrequirements. and is in charge of all construction Operationsregardlessofwhoperformsthework) and (b) such other of as own
organizational resources (supervision, management, and engineer-
ing services) as the SHA contracting Officer determines a neces-
sary to assure the performance of the contract.
4. No portion of the contract shall be sublet, assigned orotherwisedisposedofexceptwiththewrittenconsentoftheSHA
contracting officer, of authorized representative, and such consentwhengivenshallnotbeconstruedtorelieveMecontractorofanyresponsibilityforthetudalmenlofthecontract. Written consent willbegivenonlyaftertheSHAhasassuredtrialeachsubcontractisevidencedinwritingandthatitcontainsallpemnentprovisionsand
requdements of the prime contract.
Vill. SAFETY: ACCIDENT PREVENTION
1. in the performance of this contract the contractor shall comply
with all applicable Fetleral. State, and he contract or shall
safety.
health, antl sanitation (23 CFR 6351
18 U.S.C. 1020 reads as follows:
Whoever, being an officer, agent. Or employee of ins United
States. or of any State or Temtory. or whoever,
range
els
assoclalan, firm, or corporetton, knowingly makes
statement false representation, or false report as to the character, ally. quantity, or cost of the material used or to be used or thequantityofQualityoftheworkPerformedortobeperformed. or MQcostflemof-m connection withthe submissmn_of plans. mapsY
or related
s. contracts. ubmtted for approvalconstructiono the Secretary., oforrelatedprop
Transportation; or
Whoever knowingly makes any false statement, false. mpresen•
touch, false report or false GMclaimwithrespectto e character
Quality. quantity. or cost Of any work Performed ora be performed, nnection with the
or materials furnished r to ora
related
propshed.
In el approved by tris
construction of any highway
Secretary of Transportation: or
whoever knowingly makes any false Statement or false repre'
Senlehbn as to material fact In any statement cerrdicale, or reportedeml-&Id Roads Act
submitted
my I. 1gl6
f391SteO5of the
355), asFamended end Suppe-
ePPrdvod July 1.
Form 1273 -- March 10, 1994
P f
LPP vt-07
REENGI;vEERING. Attachment 7. PSBE
mented.
Shelf be fined not more that 310.000 or imprisoned not more
than 5 years or both.'
X. IMPLEMENTATION OF CLEAN AIR ACT AND FEDERAL
WATER POLLUTION CONTROL ACT
Applicable to all Federal -aid construction contracts and to all
related subcontracts of S1oo,000 or more.)
By submission of this bid or the execution ,of this contract. or
subcontract, as appropriate, the .biddbidder. Fedbill e deemedtohave
rat -aid construction
contractor; or subcontractor. as appropriate,
stipulated as follows:
1. That any facility that is or will be utilized in. the performance of
this contract unless such contract is exempt under the Clean. Air
Act, as amended (42 U.S.C. 1857 at Mg.. as amenoed by Pub.L..
91-804), and under. the. Federal Water Pollution Control Act,. as
amended (33 U.S.C. 1251 at Mg.. as amended by Pub.L. 92.500),
Executive Order 11738, and regulations In implementation thereof
40 CFR 15) is not listed, on the date of contract award, on the
U.S. Environmental Protection Agency (EPA) List of Violating
Facilities pursuant to 40 CFR 15.20.
2. That the firm agrees to comply and remain in compliance with
all the requirements of Section 114 of the Clean Air Act and Section
308 of the Federal Water Pollution Control Act and all regulations
and guidelines listed thereunder.
3. That the firm shall promptly notify the SHA of the receipt of any
communication from the Director, Office of Federal Activities, EPA,
indicating that a facility that is or will be utilized for the contract isunderconsiderationtobelistedontheEPAListofViolating
Facilities.
4. That the rim agrees to include or cause to be included the
requirements of paragraph 1 through 4 of this Section X in every
nonexempt subcontract, and further agrees to take Such action as
the government may direct as a means of enforcing such require-
ments.
XI. CERTIFICATION REGARDING DEBARMENT, SUSPENSION,
INELIGIBILITY AND VOLUNTARY EXCLUSION
1. Instructions for Certification - Primary Covered Transac.
tions:
Applicable to all Federal -aid contracts - 49 CFR 29)
a. By signing and submitting this proposal, the prospective
pnmary participant is providing the certification set out below,
b. The inability of a person to provide the certification set out
below will not necessarily result in denial of participation in this
covered transaction. The prospective participant shall submit an
explanation of, why it cannot provide the certification set out below.
The certification or explanation will be considered in connection
with the department or agency's determination whether to enter into
this transaction However, failure of the prospective primary
participant to furnish a certification or an explanation shall disqualify
such a person from participation in this transaction.
C. The certfication in this clause is a material representation
of fact upon which reliance was placed when the department or
agency determined to enter into this transaction. If it is later
determined that the prospective primary participant knowingly
Exlnhrl A
Pare 8
rendered an erroneous certification, in addition to. other remedies
available to the Federal Government. the tlepartment or agency
may terminate this transaction for cause of default.
d. The prospecWe primary participant shall provide anmedi-
ale written notice to the department or agency to whOmthis
proposal a submitted 8 any time the prospective primary participant
learns that as mrtificabon was erroneous when submmed.or has
become erroneous by reason of changedcircumstances.
e. The terms *covered transaction.- 'debaff6d;"suspended ;
ineligible.- -lower tier covered transaction,* 'participant." "Person;
primary covered transaction; "principal.' 'proposal,' and 7rolun-
larily excluded," as used in this clause. have the meanings set out
in the Definitions and Coverage sections of rules., implementing
Executive Order 12549. You may contact the department or
agency towhich thisproposal is supmmed-.for assistance in
obtaining a copy of those regulations..
I. The prospective primary participant agrees by submitting
this proposal that, should the proposed covered transaction be
entered into, it shall not knowingly enter into any lower tier covered
transaction with a person who is debarred, suspended, declared
ineligible, or voluntarily excluded from participationin this covered
transaction, unless authorized by the department or agency
entering into this transaction.
g. The prospective primary participant furtheragreesbysubmittingthisproposalthatitwillincludetheclause: titledd'Celt&
cation Regarding Debarment. Suspension, Ineligibility andVoluntary
Exclusion -Lower Tier Covered Transaction." providedby the
department or agency entering into this covered transaction, without
modification, in all lower tier covered transactions and in all
solicitations for lower tier covered transactions.
h. A participant in a covered transaction. mayrely upon a.
certification of a prospective participant in a lower tier covered
transaction that is not debarred, suspended. ineligible. or voluntarily
excluded from the covered transaction, unless it knows that the
certification is erroneous. Aparticipant may decide the method and
frequency by which it determines theeligibility of its principals.
Each participant may, but is not required to, check the nonproture-
menl portion of the "Lists of Parties Excluded From Federal
Procurement or Nonprocurement Programs" (Nonprocurement List)
which is compiled by the General Services Administration.
i. Nothing contained in the foregoing shall be construed to
require establishment of a system of records in order to fen at in
good faith the certification required by this clause. The knowledge
and information of participant is not required to exceed that which
is normally possessed by a prudent person in the ordinary course
of business dealings.
j. Except for transactions authorized under paragraph f of
these instructions, A a participant in a covered transaction knowing-
ly enters into a lower tier covered transaction with a person who issuspended, debarred, ineligible, or voluntarily excluded from
participation in this transaction, in addition to other remedies
available to the Federal Government, the department or agency
may terminate this transaction for cause or default.
Form 1273 — March 10. 1994
P" s
LPP V$di'• REEtiGI,TERING. Attachment 7. PSti
Certification Regarding Debarment. Suspension, IneligibilityandVoluntaryExclusiornpnmarycoveredTransactions
1. The prospective primary partiopant certifies to the best of its
knowledge and belief, that It and its princmals:
a. Are not presently debarred, suspended, proposed for
debarment. declared Federal department forly xcluoedfrom covered
transactions by Y
b. Have not within a 3•year period preceding this Proposal
of had a
ed against
forCommissionorf fraud or
civil judgement
cm
maloffensednr
con
ectionthemCommissionwith
obtaining, attempting to obtain, or performing a public (Federal. State or local) transaction or contract under a public lrpnsaction, Solation of Federal or Stale antitrust statutes or commission of
statements,
of
e!
theft. forgery.
cinion or
records, makingfalse s attemen sor receiving stolenProperty;
lly Of
p, Are not presently3
endicted
tity
r(
Fede als State of local)
Civilly
Commission
by a governmentalwithcommissionofanyoftheoffenses enumerated in paragraph
lb of this certficationl and
d. Have not within a 3 -year period preceding this applica- ton/proposal had one or more public transactions (Federal. Stale
or local) terminated for cause or default.
2. Where the prospective primary Participant is unable to certifytoanyofthestatementsinthiscertification, such prospectiveparticipantshallattachanexplanationtohisIJrOPO521.
2, instructions for Certification -
Lower Tier Covered
Transactions:
cts, purchase orders and other lowerApplicabletoallsubcontra
tier transactions of 525,000 or more - 49 CFR 29)
a. By signing and submitting this 1)(0130531, file prospectivelowertierisprovidingthecertificationsetoutbelow.
Lxhihit A
O•u r g
e. The Prospective borerlProProposed
covnt eed
trarees
nsaction be
this proposal that, should the D P
ttansaetonMIO.
wRhnl
not knowingly a'
alperson who is debarred, suspended.
o any lower let ecared
ion in this CO
ineligible.
overed
r voluntarily excluded tram department Or agency with..
transaction, unless authomed. by-
Which this transaction originated...
r agrees by
I. The pros Qe
proposal
lower
itewitpla
include thisthiscause titled
submitting this P p ity and
Certification Regarding Debarment. Suspension.
n,
anon." without
Voluntary Exctn s; i -I e°
f
liar cove
CoveredTransaction." nand n all
modification.
solicitations for lower tier covered transactions.
g. Apartcipant in a coveted transaction may rely upon acertificationofaprospectiveparticipantInalowertiercovered
transaction that is not debarred. suspended, melidible, or voluntanlylessitknowsthatthe
certification
from the covered
Atransaction,
2n GP2nt maydecide the method andeertlfiblhpphierroneous. AP
frequency by which it determine the to. check
of its principals.
procure
Each participant may, but is not egnred l0, check the Nonprocure-
ment List
h. Nothing contained in the foregoing shall be construed todsin
requie
goodr
rfaith
theder
to render in
rtcertiflwlosilment fn required
1irebyrthisrclause rThe knowledge
to exceed which
and informationpossessedaPamby a
t is not
prudentrpersondin the orrd narytcourse
is normally possessed ¢y P
of business dealings.
i
authorized under paragraph a of
Except for transactionstheseinstructions, if a partiefpant m a covered transaction knowing-
ly enters into a lower tier
covered traons ctiontarn with
excludefrom
is
suspended, debarred, ineligible. participation in this transaction. In addition t0 Other remediesagency
available to the Federal Government, the department oravailable
Igin ted may
Withremedies. in u dingansaction 0suspensionrandlaorr debarment. rernedies.
b. The certification in this clause is a material representation
Of fact
hen s transaction
entered into
on
Was
If'
ch
il is alter determined that the pro1spective lower t er
entered into knowingly rendered an erroneous certdcabon, in
addition to other remedeWit^ wh cit this
transactiGovernment.
on originated may
department, or agency
pursue available remedies, including suspension andlordebarment
prove
C, The prospective lowertier participantwhen thsnproposanisimmediatewrittennoticetotheperson10
submitted A at any time the prospective lower tier partcioant earnsthatAscertificationwaserroneousbyreasonofchangedcircum-
stances.
d. The terms "covered transaction' "debarred,""suspended." Ineligible," "Primary covered transaction" "participant" "Peron, principal" "proposal.- and -voluntarily excluded" as usec in thisclause, have the meanings set out in the Definitions and CoverageenlingExecutiveOrder12549Youmayactionsofrulesimpem
contact the person to whin
this
er
egu aeons
oposal Is ubmhed for assn•
lance in obtanng a copy
Certification Regarding
Exclusion—
lowerent.
Suspension,
Tier Covered '
transactionity
s:
and Voluntary
1. The prospective lower tier participant certifies.
yisub issioy
of this Proposal, that neither it nor its principalsdebarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation in this transaction by any
Federal department or agency.
2. Where the prospectivelower tier participant is unable to
is
cation, such
Certify to any of the statements inshallattachanexplanation to his Proposal
rospectrve
part
x11. CERTIFICATION REGARDING USE OF CONTRACT FUNDS
FOR LOBBYING
acts
related
sSubcontractsble
to all Federal -aid
exceedconstruction
S100.000 e 49rCFR 20)
to all
1. The prospective Participant certifies. by signing and submittingthisbidorproposal, to the best of his or her knowledge and belief.
that'.
Pp 9
Ford+ 1273 — March 10, 1994
f.,how A
pa_e IU
REENGI\EERING. Attachment .. I
a No Federal approphated funds
have been paid
for
r willbe
paid. by or on behalf of the undersigned, to any person Federal
ng or attempph9 to Influence an officer r employee of anynoffor
agentgresil, or an employee of anMembe ol Co grressein Connection With
the awarding of any Federal contracloan ,
h
the
making
entengof
any Feedear Y
grant. the making of any Federal on *continution. agreement- and the extemll
amoendment. or modifiwt on of any Federral
contract. grant(eloan, or
cooperative agreement.
ve
b. It any funds other thananyperson for nfuenc ng or attemptingbeenpaidOrwibepaidtoanyofanyFederalagency, a
to influence ann officer or employeeMemberofCongress, an officer or employee of Congress. or an
employee of a Member of
orm
operaliva agreement.
on whie undersignedDisclosurecontract, grant, loan, o
shall complete and submit Standard Form -LLL. ' to Report Lobbying; in accordance with its instrtictions.
2. This certification is a material representation of fact uponwasmadeor
which reliance ;was placed when this transactionenteredinto. Submission of this certification is a prerequisite formakingorenteringintothistransactionimposedby31U.SC. 1352. Any person wno tails to 61e the required certification shall besubjecttoacivilpenaltyofnotlessthan510,000 and not more
than 5100,000 for each such failure.
3. The prospective participant also agrees by submitting his orherbidorproposalthatheorsheshallrequirethatthelanguageofthiscertificationbeincludedinalllowertiersubcontracts. whichexceed5100,000 and that all such recipients shall certify and
disclose accordingly.
p.p. 10
Form 1273 — March 10, 1994
LP? 95411
Hlmouu..,..
ATTACHMENT A- EMPLOYMENT PREFERENCE FOR
APPALACHIAN CONTRACTS
Applicable to Appalachian Contracts only.)
1. Outing the performance of his Contract, the contractor
undertaking to do work which is. or reasonably
roma
be. done
Parsons aoll
on-site work. shall give preference
regularly esde in the labor area as
designated by the
ion, or the
whereinedithe
Counties of
k is situa
Satetwhemn
mthe contractwon' is
App
situated. except'
a. To the extent that qualified persons regularly residing in
the area are not available.
b. For the reasonable needs of the contractor to employsupervisoryorspecialtyexperiencedpersonnelnecessarytoassure
an efficient execution of the contract work.
C. For the obligation of the contractor to offer employment
to Present or former employees thehe
numberlt of a )
ofA
nonresidentent
llective
bargaining contract. provided thatpersonsemployedunderthissubparagraph 1t' shall not exceed 20percentofthetotalnumberofemployeesemployedbythecontractoronthecontractwork, except as provided in subpara-
graph 4 below.
2. The contractor shall place a job order with the State Employ- shall
of the laborers,
ment Service indicating (a) the cmechanicsandotheremployeesrequiredtoperformthecontract
work, (b) he number of employees required in each classification,
Eshihn A
Pact: i l
c) the date on which he estimates such employees will berequired. and (d) any other pertinent information requiredequirdpThe job
by Ulef
Employment Service to complete the loorder
order may be placed with he Stale Employment Service in writing
or by telephone. 0 during the course of he contract oo or
work. the
information Submitted by the contractor i nth o Slate Employsubstantiallymodified, he shall promptly dY
men) Sam".
3. The contractor shall give NII consideration to all qualified lobapplicantsreferredtohimbytheStateEmploymentService. The
contractor isnot required to grant employment to any job applicantswho, in his opinion, are not qualified to perform the classification of
work required.
4 If, within 1 week following the placing of a job order by thecontractorwiththeStateEmploymentService. the State Employ- ment Service is unable to refer any qualified lob applicants to thecontractor, or less than the number requested. the Stale Employ-
ment Service will forward a certificate to the contractor indicatingtheunavailabilityofapplicants. Such CertKate shall be made apartoftheronlfactofspermanentprojectrecods. Uponarsonswho doOpti
0.1
this certificate, the contractor may employ p
normally reside in the labor area 0 fill positions
sucovered
by tic
certificate. notwithstanding the provisions of
above.
5. The contractor shall include the provisions of Sections 1through4ofthisAttachmentAineverysubcontractforworkwhich
is, or reasonably may be, done as on-site work.
Pp1'.
Form 1273 — March 10. 1994
BUY AMERICA REQUIREMENTS
c2.3-1.00 Buy AMERICA REQUIREMENTS; Attention is directed to the "Buy
America requirements of 23 CFR 635.410, Surface Transportation Assistance Act of 1982 (Section165) and the Intermodal Surface Transportation Efficiency Act of 1991 (ISTEA) Sections 1041 (a) and 1048 (a), and the regulations adopted pursuant thereto. In accordance with said law andregulations, all manufacturing processes for steel and 'iron materials furnished for incorporation into
the work on this project shall occur in the United States. The application of coatings, such as epoxy
coating, galvanizing, painting and any other coatings that protects or subject
nces
tohe
value "
Buy
such sal
or iron materials shall be considered a manufacturing p
requirements.
A Certificate of Compliance, conforming to the provisions in Section 6-1.07, "Certificates ofCompliance", of the Standard Specifications, shall be furnished for steel and 'iron materials. The
certificates in addition to certifying that the materials comply with the specifications, shall also certify
that all manufacturing processes for the materials occurred in the United States.
The requirements imposed by said law and regulations do not prevent a minimum use of
foreign steel and iron materials if the total combined cost of such materials used does not exceed one-
tenth of one percent (0.1%) of the total contract cost or $2,500, whichever is greater. The Contractor
shall furnish the Engineer acceptable documentation of the quantity and value of any foreign steel and
iron prior to incorporating such materials into their work.
Gen_1 (DBE) --
This project is
BUSINESS ENTERPRISES (
Regulations?
part 23, Code of Federal usiness
Particip
Minority portionssubjecttoTitle49, It ation by "
49CFR23),
entitled, ortation Programs.
Federal
Enterprise in Department
of Transp
of theseects, of the regulations are set forth in Section 1 , The Regulations in their entirety areRequirementsforFederal -Aid Construction Pro?
special provisions- this reference.'
incorporated he by
Department of
POLICY, It is the policy
of the Dep rises as defined in
1)
business enterp
Transportation that minority opportunity tcipart with
Part 23 shall have
the maximum PP whole or
49 CFR, contracts financed inconsequently the DBE
in the
o£
reement.
conseq
reement."
under this ag to this agreement," Federals funds 49 CFR, Part 23 apply Tees
requirements
o£
The recipient or
its °Od-finedring49
2) DBE
OBLIGATION. (
1)business enterprises as ate in the
the maximum oPPortunitY
to particip
to ensure that minority
CFR, Part 23 have agreement
In this
performance of contracts and
idedcundercthislagnced
in whole or in
take all necessary and
part with Federal
funds P
CFR, Part
all
to ensure
regard all recipients
or contractors
shall
opportunity
reasonable steps in
accordance with 49
and their
that minority
business enterprises
have the maximum
perform contracts.
Recipientscolor,
to compete for and p the basis Of of DOT
or sex in the award and performcontractors.:.
hall not discriminate o
national orgn,
assisted contractors-" ecting the requirements of
fully informed Cit ' County's or Authority's), Bidders shall bear well as the ( Y s, " developed
the Regulations (
DBE) PROGRAM
S ENTParticular attention is directed toDISADVANTAGEDBUSINESSENTERPRISES
pursuant to the Regulations.
the following Matters:
a) A DBE must be a small business small
eBusinessrnas fActdand
Ig; tedtoSection3ofU.S.
ted thereto;
relevant regulations promu nture with a
b) A DBE bidder, not bidding
non -DBE, will be required
subcontracting or materia
effort to do so;
Rev. 4/94
as a joint vetomeettheDBE goal through
1 purchases or
make good faith
t
2-
c) A DBE may participate
venture partner with a
vendor of materials or
as a subcontractor, joint
prime or subcontractor, or
supplies;
d) A DBE joint venture partner must be responsible
for specific contract items of work, or portions
thereof, in addition to satisfying requirements
for ownership and control. Responsibility means
actually performing, managing and supervising the
work with its own forces. The DBE joint venturer
must submit the joint venture agreement, and either
Schedule B of the Regulations or California Department
of Transportation office of Civil Rights form entitled
Minority/Disadvantaged/Women Business Enterprise Joint
Venture." This information must be submitted with the
DBE Information form required in "DBE Information"
elsewhere in these special provisions.
e) A DBE must perform a commercially useful function,
i.e., must be responsible for the execution of a
distinct element of the work and must carry out its
responsibility by actually performing, managing and
supervising the work;
f) Credit for a DBE vendor of materials or supplies is
limited to 60 percent of the amount to be paid to, the
vendor for the material unless the vendor manufactures
or substantially alters the goods;
g) Credit for trucking by DBEs will be as follows:
1) The amount to be paid when a DBE trucker will
perform the trucking with his/her own trucks, tractors
and employees.
2) one hundred percent of trucking costs will be
allowed for all trucking acquired through certified DBE
trucking brokers.
h) DBE's and DBE Joint Venture partners must be
certified by the State of California,
Department of
Transportation (Caltrans), on the date of bid opening
before credit may be allowed toward the DBE goal.
Listings of DBEs certified by Caltrans are available
from the following sources:
Revised 4/94
3-
1) The Department's DB/WBE Directory, which ispublishedquarterly, may be obtained from theDepartmentofTransportation, Material Operations
Branch, Publication Distribution
Unit, 1900 Royal Oaks
Drive, Sacramento, California
95815, Telephone (916)
445-3520.
2) The Department's Electronic Information Bulletin
Board service (DB/WBE/BBS), Which is accessible by
modem and is updated weekly.
The DB/WBE/BBS may be
Di
accessed by first contacting the Dep654m3496ent'sandvision
of Civil Rights at Telephone (916) 54-349d;
obtaining a user identification and p asswor
3) The organizations listed in "DBEGoals for this
1 elsewhere in these special prProject
responsibility to verify that
It is the Contractors
DBEs.are certified.
i) Noncompliance by the contractor with the requirementsoftheRegulationsconstitutesabreachofthis
contract and mayresult in terminad
for such
n of the contract
or other appropriate
j) Bidders are encouraged to utilize services offered
by banks owned and controlled by minorities or women.
DBE GOAL FOR THIS PROJECT
The Agency has established the following goal for Disadvantaged
Business Enterprises (DBE) participation for this project:
DBE GOALJJ% (
PERCENT)
it is the bidder's responsibility to make a sufficient pofor ion oftheworkavailabletosubcontractorsandsuppliersthosepotionsoftheworkormaterialneedsconsistentwiththe
available DBE subcontractors and suppliers,
so as to sure
meeting the goals for DBE participation.
The following organization can assist the bidder in securing
DBE's as subcontractors and material suppliers:
Revised 4/94
4-
TRIAXLE MANAGEMENT SERVICES, INC. -LOS ANGELES
2594 Industry Way, Suite 101-A
Lynwood, California 90262
Telephone (310) 537-6677
FAX No. (310) 637-0128
Bidders may utilize the services of this organization to contact
interested DBE's. Contact with this organization should be at
least ten days in advance of the bid opening date. When
contacting this organization, identify the project by its
Federal -Aid Project Number as shown on the title sheet of the
plans and indicate your subcontracting and/or material supplier
opportunity needs.
SUBMISSION OF DHE INFORMATION AND AWARD OF CONTRACT
GENERAL. --The bidder's attention is directed to these Special
Provisions for the requirements and conditions concerning
submittal of DBE information and award of contract.
It is the bidder's responsibility to meet the goal for DBE
participation or to provide information to establish that, prior
to bidding, the bidder made good faith efforts to do so, as
outlined elsewhere in these special provisions.
DBE INFORMATION. --The required DBE information shall be submitted
on the "Bidder DBE Information" form included in the Proposal.
The form shall be completed by the Contractor and submitted with
the bid.
Failure to submit the required DBE information by the time
specified will be grounds for finding the bid or proposal
nonresponsive.
The information shall establish that the DBE goal will be met or
that a good faith effort to meet the ooals has been made. If the
apparent successful bidder, (low -bidder), the second low bidder
and the third low bidder do not include the necessary information
with the bid to establish that a good faith effort was made, the
information regarding the good faith effort must reach the Agency
no later than close of business on the 4th day not including
Saturday, Sunday and Legal Holidays following bid opening. Other
bidders need not submit good faith effort information unless
requested to do so by the Agency. When such request is made, the
good faith effort information shall be submitted within 3
business days unless a later time is authorized by the Agency.
Revised 4/94
5 -
Bidders are cautioned that even though their submittal indicates
they will meet the stated DBE goal, their submittal should alsoincludetheirgoodfaitheffortsinformationalongwiththeir. DBE
goal information to protect their eligibility for award of the
contract in the event the Agency, in its review, finds that the
goal has not been met.
The information to show that the DBE goal will be met shall
include the names of DBEs to be used, with a complete description
of work or supplies to be provided by each and the dollar value
of each such DBE transaction. When 100 percent of a contract
item of work is not to be performed or furnished by a DBE, a
description of the exact portion of said work to be performed or
furnished by that DBE shall be included in the DBE information,
including the planned location of said work.
The information necessary to establish the bidder's good faith
effort to meet the DBE goal shall include:
1) The names and dates of advertisement for each
newspaper, trade paper, and minority-focus.paper in
which a request for DBE participation for this project
was placed by the bidder;
2) The names and dates of notifications to all certified
DBE's solicited by direct mail for this project and the
dates and methods used for following up initial
solicitations to determine with certainty whether the
DBE's were interested;
3) The items of work for which the bidder requested
subbids or materials to be supplied, by DBEs, the
information furnished to interested DBEs in the way
of plans, specifications and requirements for the work,
and any break down of items of work into economically
feasible units to facilitate DBE participation. Where
there are DBEs available for doing portions of the work
normally performed by the bidder with his own forces,
the bidder will be expected to make portions of such
work available for DBEs to bid on;
4) The names of DBEs who submitted bids for any of the
work indicated in (3) above but were not accepted and
a summary of the bidder's discussion and/or
Revised 4/94
ME
negotiations with them. The name of the subcontractor
or the supplier that was selected for that portion of
work and the reasons for the bidder's choice. If the
reason for rejecting a DBE bid was price, furnish the
price bid by the rejected DBE and the price bid by the
selected subcontractor or supplier. Since the
5) Any assistance that
DBEs identified in
in their subbid.
6) The names and dates
use of one or more
special provisions
names and dates of
the bidder has extended to rejected
4) above to remedy the deficiency
of the DBEs contacted through the
of the organizations listed in the
to provide these services. The
the organizations contacted.
AWARD OF CONTRACT. --The award of contract, if it be awarded, will
be to the lowest responsible bidder whose proposal complies with
all the requirements prescribed and who has met the goal for DBE
participation or has demonstrated, to the satisfaction of the
Agency, a good faith effort to do so. Meeting the goal for DBE
participation or demonstrating, to the satisfaction of the
Agency, a good faith effort to do so is a condition for being
eligible for award of contract.
SUBCONTRACTING AND DHE RECORDS
l
SUBCONTRACTING. --Attention is directed to the provisions in
Section 2-3 "Subcontracts" of the "Standard Specifications for
Public Works Construction" and the Bid Proposal.
The DBE information furnished under the Section "Submission of
DBE Information and Award of Contract" of these Special
Provisions is in addition to the subcontracting information
required to be furnished under said Section "Subcontracts" and
the Bid Proposal.
In accordance with the Federal DBE Regulations Title 49 CFR
Part 23, Section 23.45(f)(2):
1) No substitution of
at any time without
and
Revised 4/94
a DBE subcontractor shall be made
the written consent of the Agency,
7-
2) If a DBE subcontractor is unable to perform
successfully and is to be replaced, the contractor
will be required to make good faith efforts to replace
the original DHE subcontractor with another DBE
subcontractor.
Authorization to utilize other forces or sources of materials may
be requested for the following reasons:
1) The listed DBE, after having had a reasonable
opportunity to do so, fails or refuses to execute
a written contract, when such written contract, based
upon the general terms, conditions, plans and
specifications for the project, or on the terms of such
subcontractor's or supplier's written bid, is presented
by the contractor.
2) The listed DBE becomes bankrupt or insolvent.
3) The listed DBE fails or refuses to perform this
subcontract or furnish the listed materials.
4) The Contractor stipulated that a bond was a condition
of executing a subcontract and the listed DBE
subcontractor fails or refuses to meet the bond
requirements of the Contractor.
5) The work performed by the listed subcontractor is
substantially unsatisfactory and is not in substantial
accordance with the plans and specifications, or the
subcontractor is substantially delaying or disrupting
the progress of the work.
6) It would be in the best interest of the Local Agency.
The requirements of these special provision that DBEs must be
certified on the date bids are opened does not apply to DBE
substitutions after award of the contract.
The contractor shall not be entitled to any payment for such work
or materials unless it is performed or supplied by the listed
DBE. Use of other forces (including those of the prime
contractor) must have prior written authorization of the agency.
Revised 4/94
CEO
The Public Contract Code, Division 2, Part 1 Chapter 4 Sections
4100-4113, inclusive, "Subletting and Subcontracting" requires
subcontractors who will perform work for the bidder in an amount
in excess of 0.5% of the total bid or $10,000, whichever is
greater, to be listed in the bidder's proposal; prohibits the
substitution of subcontractors, except as therein authorized; and
provides for penalties for violations of the Act. Bidders are
cautioned that this listing requirement is in addition to the
requirements to provide a list of DBE subcontractors.
A sheet for listing the subcontractors, as required by the
Subcontracts" is included in the Bid Proposal.
DHE RECORDS. --The contractor shall maintain records of all. -
subcontracts entered into with certified DBE subcontractors and
records of materials purchased' from certified DBE suppliers.
Such records shall identify the name and business address of each
DBE subcontractor or vendor and the total dollar amount actually
paid each DBE subcontractor or vendor with supporting
documentation.
Upon completion of the contract, Form HC (LSSR)-43 rev. 9-88
shall be prepared and certified correct by the contractor or his
authorized representative and submitted to the Agency. The
Agency shall certify it complete and correct before releasing the
retention.
HP OfficeJet
Personal Printer/Fax/Copier/Scanner
Last Fax
Date Time Type Identification
Fax History Report for
City of Diamond Bar
909-861-3117
Apr -29-99 2:22pm
Duration Pages Result
Apr 29 2:17pm Sent 17146640596 5:30 it OK
SPECIAL PROVISIONS
G ,ESTp,ICTIONS.
Section 1352, Tide
tier
United entof
FEDERAL- LOBBYING
lower der
e a
e
de
2-1.015 expended by the recipient or anypersonforinfluencingorattempting to influence aFederal-aidCodeProhibitsFederal
funds from being P
into of any cooperative agreement.
a Federal -aid contract
to pay for any P or the entering
contract, the nim°g of any Federal grant or loan,
If any funds other
than Federal funds have been Paid for the same
purposes in
1cf°ieq d submit a
Federal -aid contract, theerurecipient
tas P
shall submit
1d oeunts.
ted certi$cation and,
FederalcompleteddisclosureCongressoraFe
a ent of funds to lobby Activities," with
A certification for
iti the
l-ai ocontractstandard Forrnp LLL, "Disclosure of Lobbying the
agency is included in the Propinstructionsforcompletion of the Standard Form is also in°luded in the Proposal. Signing
Proposal shalt constitute
signature of the Certification.
activities shall be included in not
lower -tier contracts
discloexceedsure f $100,000. All disclosure forms,
The above -referenced
certification and disclosure of lobbying
the Engineer.
subcontract and anycertifications, shall be forwarded from tier to tier until received y e a
e form at the end
Contractor, subcontractors and any lower -tier contra, hat
requirshall
ffies aselosureeor that materially
The Co disclosure form previously Sled by the
of each calendar
quartet in `inch there
occurs anYmy
affects the accuracy of the°
atlowecion o-
tierned
contractors.
An event that materially affects the
Contractor, subcontractors and any
accuracy of the
information reported includes:
in the amount
paaid
for
A cumulative
increase of $25,000 or more
id or expected to be p
1. or attempting to influence a covered Federal action; ort
influencing tin to influence a covered
2. A change in the person(s) or individual(s) influencing or attempting
Federal action; or contacted to influence or attempt to
3 A change in the offrcer(s), employee(s), or Member(s)
influence a covered federal
action.
iobbymg C n 01•04-W
USE IN ALL FBDF%RAL AID PROJECTS
Certification for Federal Aid Contracts
ng this bid or proposal, to the best of his or herTheprospectiveparticipantcertifies, by signing and submitti
knowledge and belief, that funds have been paid or will be paid, by or on behalf of the undersigned, to anytoeeofanyFederalagency, a Memberi) No Federal appropriatedess in connection
person for influencing or attempting o
influence as employee of a Member of Congress Federal loan.
of Congress, an officer or
employee of Congress,,
theFederal
grant, the making
of any Federal contract, the making
of any amendment, or
with the awarding coo move agreement, and the extension, continuation, renewal, the entering into of any Pe loan or cooperative agreement.
modification of any Federal contract, gran person for
2) if any funds other than
Federal appropriated funds have been paid or will
r
paid
c , a
to influence
is
officer or employee
paid
any Federal agency, a Member. of
ee of Congress, or an employee of a Member of Congress in connectoninfluencingorattemptingcompleteandsubmit
Congress, an officer or employeeloan or cooperative agreement, the undersigned shall compwiththisFederalcontract, g"Disclosure of Lobbying Activities
which
in accordance with its instructions.
Standard Form -LLL, as laced when this transaction was
prerequisite for making or entering into this transactionThiscertificationisamaterialrepresentationfi
of fact upon which reliance w
person who fails to rile the required certification shall bemadeorenteredinto. Submission of this certification is a pimposedbySection1352, Tide 31, U.S. Code. Any psubjecttoacivilpenaltyofnotlessthanS10,Oo0 and not more than S100,000 for each such faz tire• The prospective participant also agrees by submitting his or her bid or proposal dial he or she shall require thatthelanguageofthiscertificationbeincludedinalllowertiersubcontracts, which exceed 5100,000 and that all such
subrecipients shall certify and disclose accordingly.
DISCLOSURE OF LOBBYING ACTIVITIES
Complete this Corm to disclose lobbying activities pursuant to 31 U.S.C. 1352
2. Status of Federal Action: 3. Report Type:
1. Type of Federal Action: a ;ru3al
a. mnvact
a. bidroller/application p, mennd d+an0a
n. grant
b. initial award For Material Change only:
C. cooperative agreement c. post -award
yem
quanw
d. loan
e. loan guaranlae
eau of Isar report
t. loan msurance
4. Name and Adrass of Reporting Entity:
5. it
sold Addretsa
oIn
NPr'
mea
Subawardee. Enter
j Prime
Subawardee
Tier __ , it known
it known:
6. Federal Department/Agency:
8. Federal Action Number, if known:
ity10. a. Name
ivduAddress
dart name, first name, Ml):
Continuation
11. Amount of Payment (check all that apply): tanned0actual0p
12. Form of Payment (check all that apply):
a. cash
b, in-kind; specify: nature
value
14.
if known:
7. Federal Program Name/Description:
CFDA Number, if applica6
9. Award Amount, if known:
S
b. Individuals Performing Services (including address if
different from No. 10a)
last name, fist name, MI):
sells) d necessary,
13. Type of Payment (check all that apply)
a. retainer
b. one-time tee
c. commission
d. contingent fee
e. deferred
1. other, specify:
em
Brief Description of Servicescontacted, rfOrfor Payment Indicatedeann Item jj:of Service, Including officer(s),
P Y ( 1
15. Continuation
attached: Yes
Sheet(s) if
No
16. Fdormdn r.wsrd tt.*"h Mle lam is edmnsed W Thw 31 U.S.C. Sedan 1353. This d1waaso of lobbrine .dweso to a vetM .Deus wMnor ...notin.1 Net won conic Md.". w Wes plaid byWebvredncowmoosorancrodImo. TH. d"OrOMO Is raadndpureWnlto31U.S.C. 1332 Tide Imorm.dn Ma be rspaud la en Corgnee
ss,m.en owly and will be evdltlN for pblle'mm*Cdon. Any porn who
left, i fliu n and not mon tha'
hi'"
31rp,o0a tau
Oe Of nor
wchl es+
iwthn
Federal Use
2)
Signature:
Print Name: _
Title:
Telephone No.:
Date'
Stndaro Form • LLL
S1aMen Form LLL F
INSTRUCTIONS FOR COMPLETION OF SF -LLL,
DISCLOSURE OF LOBBYING ACTIVITIES
recipient,
entity, whether subawardee or primdral` title 31
This disclosure form shall be completed by the reporting Y, previous filing pursuant
agreement to make payment to lobbying
at the initiation or receipt of covered Federal action or a material
change top
a Member of Congress an
Lo influence an officer or employee of any agency,. U.S.C. section 1352. The filing of a form is required for such payment or erg ered Federal
entity for influencing or attemptingofficeroremployeeofCongressor an employee of a Member of Congresseon the forst is inadequate.
with a
CComplete all
action. Attach a continuation sheet for additional information if the sploinsthatapplyforboththeinitialfilingandmaterialchangereport. Refer to the implementing guidance published
by the Office of
Management and Budget for additional information.
activity is and/or has been secured to
I. Identify the type of covered Federal action for which lobbyinginfluence, the outcome of a covered Federal action.
rt caused by a material change
2. Identify the status of the covered
Federal action.
If this is a followup repo
3. Identify the appropriate classification of this report -car and quarter in which the change occurred. Ener the
to the information previously
reported, enter they end[ for this covered Federal action.
previously submitted report by this reporting Y mDistrict
dace of the last, P cit state and zip code of the reporting entity. Include Congressionalclassificationofthereportingentitythat
designates if i[ is or expecss
e4. Enter the full name, address, Y.
it known. Check the appropriateif
a prime or
Check the prent Identify the tier of the subawardee, e.g.,dre first subawardee of the prime
is the first tier.
Subawarec
include but are not limited to subcontracts, subgmnss and contract awards under
grants. the report in Item 4 checks "subawardee" then enter the full name, address, city, if known.
5. If the organization filing Poat least one
state and zip code of the prime Federal
recipient Inthce av azd or lotanacmtrmunenc Include tion United
6. Enter the name of the
Federal agency making
n commim n Transportation'
organization level below agency name, if known. For example,
States Coast Guard.
If known, enter the
name or description for the covered Fede s cooperative agreements, loans and7. Enter the Federal program A number for granfullCatalogofFederalDomesticAssistance (CFDA)
loan commitments. number available for the Federal action identification in item
number, Invitation
etionforBid (IFB) number, grant announcementFederalg, Enter the most appropriate FedeP) -rat idetldfying
control number assigned by
t number,
1 (e.g., Request for Proposal (RFlication/proPo
the contract grant or loan award
Rumba, the app
the Federal agency, enteragency). Include prefixes, e.g.. ,RFP -DE -90-00I." commitments for the prime entity identifed in item 4 or 5. 9, For a covered Federal action where
there has leen an award or loan commitment Y
the reporting
the Federal amount of the award/loan10. (a) Enter the full name, address, city, state and zip code of the lobbying entity engaged by
rr
d Fog services and include full address if different from 10entityidentifiedinitem4toinfluencedthecoveredFederalaction.
b) Ener the full names it
the individual(s)
le Initial the reporting entity (item 4) toa). Enter Last Name, First Nameon paid orreasonably expected to be Paid by Po
11. Enter the amount
entity
compensation whether the payment has been made (actual) will be made
the lobbying entity (item 10). planned). Check all boxes than. auplY• If this is a material change report. enter the cumulative amount
in-kind
payment made or planned to be made. 1 If a mens is made throng
12. Check the appropriate box(es). Check all boxes that apply.
P Y
contribution, specify the nature and value of the in-kind payment
13. Check the appropriate box(es). Check all boxes that apply. If other, specify performed or will be expected
14. Provide a specific and detailed
description of the services that
all preparatoryrearatsotry a d relatedactivity CLjujust thetoperformandthedate(s) of any services rendered. includetheFederal officer(s) or employee(s)
spent in actual contact with Federal officials. Id nt were contacted.
officers) employee(s) or Member(s) of Congress that
Tint his/her name title and telephone number. 15. Check whether or not a continuation sheet(s) is attached.
16. The certifying official shall sign and date the form, p
per response,
burden Cor this collection of information is estimated to average 30 minutes p
Po
data sources, gathering and in
the data needed.
Fandcompleurigicreporting
g
existing the burden estimate or anytimeforrevrewininstruction, searching estions for reducing this burden, to the Office ofandreviewingrhecollectionof
information. Send comments regardingpectofthiscollectionofinformation, including Sugg
sF u1 iuwcnmtAtPanerworkReducdonProiect (0348-00461• Washineton. D.C. 20503.
nr. 9
3)
n
u
El
C1
FEDERAL REQUIREMENT TRAINING SPECIAL PROVISIONS
FEDERAL REQUIREMENT THAININU
SPECIAL PROVISION. --As part of the Contractor's
equal employment opportunity affirmative action program,
training shall be provided as follows: '
The Contractor shall provide on-the-job training to
develop full journeymen in the types of trades or job
classification involved.
The goal for the number of trainees or
apprentices to be trained under the requirements of
this special provision will be
In the event the Contractor subcontracts a
portion of the contract work, he shall determine how
many, if any, of the trainees or apprentices are to be
trained by the subcontractor, provided however, that
the Contractor shall retain the primary responsibility
for meeting the training requirements imposed by this
special provision. The Contractor shall also insure
that this Training Special Provision is made applicable
to such subcontract. Where feasible, 25 percent of
trainees or apprentices in each occupation shall be in
their first year of apprenticeship or training.
The number of trainees or apprentices shall be
distributed among the work classifications on the
basis of the Contractor's needs and the availability of
journeymen in the various classifications within a
reasonable area of recruitment. Prior to commencing
work, the Contractor shall submit to the Department
for approval the number of trainees or apprentices to
be trained in each selected classification and training
program to be used. Furthermore, the Contractor
shall specify the starting time for training in each of
the classifications. The Contractor will be credited for
each trainee or apprentice employed by him on the
contract work who is currently enrolled or becomes
enrolled in an approved program and will be
reimbursed for such trainees or apprentices as
provided hereinafter.
Training and upgrading of minorities and women
toward journeymen status is a primary objective of
this Training Special Provision. Accordingly, the
Contractor shall make every effort to enroll minority
and women trainees or apprentices (e.g., by
conducting systematic and direct recruitment through
public and private sources likely to yield minority and
women trainees or apprentices) to the extent such
persons are available within a reasonable area of
demonstrating the steps that he has taken in
pursuance thereof, prior to a determination as to
whether the Contractor is in compliance with this
Training Special Provision. This training commitment
is not intended, and shall not be used, to discriminate
against any applicant for training, whether a member
of a minority group or not.
No employee shall be employed as a trainee or
apprentice In any classification in which he has
successfully completed a training course leading to
journeyman status or in which he has been employed
as a journeyman. The Contractor should satisfy this
requirement by including appropriate questions in the
employee application or by other suitable means.
Regardless of the method used the Contractor's
records should document the findings In each case.
The minimum length and type of training for each
classification will be as established in the training
program selected by the Contractor and approved by
both the Department and the Federal Highway
Administration. The Department and the Federal
Highway Administration will approve a program it it is
reasonably calculated to most the equal employment
opportunity obligations of the Contractor and to
qualify the average trainee or apprentice for
journeyman status in the classification concerned by
the and of the training period. Furthermore,
apprenticeship programs registered with the U.S.
Department of Labor. Bureau of Apprenticeship
and Training, or with the Stale of California,.
Department of Industrial Relations, Division of
Apprenticeship Standards recognized by the Bureau
and training programs approved but not necessarily
sponsored by the U.S. Department of Labor,
Manpower Administration, Bureau of Apprenticeship
and Training shall also be considered acceptable
provided it is being administered in a manner•
consistent with the equal employment obligations of
Federal -aid highway construction contracts.
Approval or acceptance of a training program shall be
obtained from the State prior to commencing work on
the classification covered by the program. It is the
intention of these provisions that training is to be
provided in the construction crafts rather than clark-
typists or secretarial -type positions. Training is
permissible in lower level management positions such
12.1.99
FR -17
as office engineers, estimators, timekeepers, etc.,
where the training is oriented toward construction
applications. Training in the laborer classification
may 'be permitted provided that significant and
meaningful training Is provided and approved by the
division office. Some offshe training Is permissible as
long as the training is an Integral part of an approved
training program and does not comprise a significant
part of the overall training.
Except as otherwise noted below, the Contractor
will be reimbursed 80 cents per hour of training given
an employee on this contract in accordance with an
approved training program. As approved by the
Engineer, reimbursement will be made for training of
persons In excess of the number specified herein.
This reimbursement will be made even though the
Contractor receives additional training program funds
from other sources, provided such other source does
not specifically prohibit the Contractor from receiving
other reimbursement. Reimbursement for offsile
training Indicated above may only be made to the
Contractor where he does one or more of the following
and the trainees or apprentices are concurrently
employed on a Federal -aid project; contributes to the
cost of the training, provides the instruction to the
trainee or apprentice or pays the trainee's or
apprentice's wages during the offsfte training period.
No payment shall be made to the Contractor, if
either the failure to provide the required training, or
the failure to hire the trainee or apprentice as a
journeyman, is caused by the Contractor and
evidences a lack of good faith on the part of the
Nwimd 8.1-68
Contractor in meeting the requirements of this
Training Special Provision. It is normally expected
that a trainee or apprentice will begin his training on
the project as soon as feasible after start of work
utilizing the skill involved and remain on the project as
long as training opportunities exist In his work
classification or until he has completed his training
program. It is not required that all trainees or
apprentices be on board for the entire length of the
contract. A Contractor will have fulfilled his
responsibilities under this Training Special Provision if
he has provided acceptable training to the number of
trainees or apprentices specified. The number trained
shall be determined on the basis of the total number
enrolled on the contract for a significant period.
Only trainees or apprentices registered in a
program approved by the Slate of California's State
Administrator of Apprenticeship may be employed on
the project and said trainees or apprentices shall be
paid the standard wage specified under the
regulations of the craft or trade at which they are
employed.
The Contractor shall furnish the trainee or
apprentice a copy of the program he will follow in
providing the training. The Contractor shall provide
each trainee or apprentice with a certification showing
the type and length of training satisfactorily
completed.
The Contractor will provide for the maintenance of
records and furnish periodic reports documenting his
performance under this Training Special Provision.
APPENDIX B
GENERAL PREVAILING WAGES
GENERAL PREVAILING WAGES
The City of Diamond Bar hereby notifies all bidders that it will affirmatively insure that in any contractenteredintopursuanttothisadvertisement, disadvantaged business enterprises will be afforded fullopportunitytosubmitbidsinresponsetothisinvitationandwillnotbediscriminatedagainstonthegroundsofrace, color or national origin consideration for an award.
In accordance with the provisions of Division 2, Part 7, Chapter 1 of the California Labor Code, theCaliforniaDepartmentofIndustrialRelationshasestablishedthegeneralprevailingratesofperdiemwagesforeachcraft, classification and type of work needed to execute contracts for public works andimprovements. The per diem wages published at the date the contract is advertised for bids shall be
applicable. Copies of the prevailing rate of per diem wages areon
upone
in the
request.(
ocalFutuagency a
e wage
and such copies will be made available to any interested party prateswhichhavebeenpredeterminedareonfilewiththeDepartment of Industrial Relations, arereferencedbutnotprintedinsaidpublication. The new wage rates shall become effective on the dayfollowingtheexpirationdateandapplytothiscontractinthesamemannerasiftheyhadbeen
included or referenced in this contract.
Furthermore, the current Federal General Wage Determinations for this project as predetermined bytheSecretaryofLaboraresetforthinthesespecialprovisions. If there is a difference in the FederalminimumwageratesandtheCaliforniaDepartmentofIndustrialRelationsforsimilarclassificationsoflabor, the contractor and their subcontractors shall pay not less than the higher wage rate.
The wage rate for any classification not listed by the Federal Department of Labor or the CaliforniaDepartmentofIndustrialRelations, but which may be required to execute the proposed contract, shallbeinaccordwithspecifiedratesforsimilarorcomparableclassificationsorforthoseperforming
similar or comparable duties, within the agencies
determinations.
General Decision Number CA960033
Superseded General. Decision No. CA950033
State: California
Construction Type:
BUILDING
HEAVY
HIGHWAY
County(ies):
LOS ANGELES
BUILDING CONSTRUCTION PROJECTS; HEAVY CONSTRUCTION PROJECTS (does
not include water well drilling); HIGHWAY CONSTRUCTION PROJECTS;
DREDGING PROJECTS (does not include hopper dredge work)
Modification Number
0
1
Publication Date
03/15/1996
04/12/1996
CII/Io
APR 121996
Dl
LABOR ht -AHONS
CA960033 - 1 04/12/1996
COUNTY(ies):
LOS ANGELES
ASBE0208B 09/20/1995
INSULATOR/ASBESTOS WORKER
Rates Fringes
Includes the application of all
insulating materials, protective
coverings, coatings, and finishings
to all types of mechanical systems 27.21 7.53
ASBESTOS REMOVAL WORKER/
HAZARDOUS MATERIAL HANDLER
Includes preparation, wetting,
stripping, removal, scrapping,
vacuuming, bagging and disposing
of all insulation materials from
mechanical systems, whether they
contain asbestos or not 20.00 4.47
BOIL0092A 04/01/1996
Rates Fringes
BOILERMAKER 28.31 8.76
BRCA0004C 06/01/1994
TILE SETTER
BRCA0004H 05/01/1992
MARBLE SETTER
BRCA0004P 06/01/1994
TERRAZZO WORKER
TERRAZZO FINISHER
BRCA0004U 05/01/1995
BRICKLAYER
CARP0002A 07/01/1995
CARPENTERS:
Carpenter (including drywall
Rates Fringes
22.09 3.80
Rates Fringes
25.32 6.05
Rates Fringes
24.99 6.60
19.28 3.90
Rates Fringes
25.32 6.35
Rates Fringes
CA960033 - 2 04/12/1996
lathing), cabinet installer,
3% + 9.44
Electrician
29.42
floor worker and acoustical 23.80 5.10
installer
Electrician:
Includes work on the building
Insulation installer:
and the grounding/bonding system
wood frame non-residential
systems and intelligent vehicle
or concrete block or
highway systems, including
tilt -up, Types III, IV and
17.00 4.81
V construction 23.80 5.10
All other work 23.93 5.10
Shingler 23.88 5.10
Saw filer23
Table power saw operator
90 5.10
Pneumatic nailer or power 24.05 5.10
stapler2151
Commercial fence builder
5.10'
Roof loader of shingles (Com-
16.75 5.10
mercial) 24.30 5.10
Millwright
Pile driver; Derrick barge;
Bridge or dock carpenter;
Cable splicer; Heavy framer; 23.93 5.10
Rock slinger 24.03 5.10
Head rock slinger 23.83 5.10
Rock barge or scow
CARP0002B 07/01/1993 Rates Fringes
DIVERS: 52.86 5.10
Diver, wet 26.43 5.10
Diver, stand-by 25.43 5.10
Diver tender
ELEC0011A 01/01/1995 Rates Fringes
ELECTRICIANS:
Tunnel work: 28.82 3% + 9.44
Electrician
29.42 3% + 9.44
Cable splicer
All other work:
Electrician:
Includes work on the building
and the grounding/bonding system
for intelligent transportation
systems and intelligent vehicle
highway systems, including
distribution panels, racks,
switching systems, general
lighting, convenience outlets
for transformers of voltage, 26.20 3% + 9.44
and device supply voltage
Traffic signal installer:
Includes all other electrical
CA960033 - 3 04/12/1996
work on intelligent
transportation systems and
CCTV highway systems 26.20
Cable splicer 26.80
ELEC0011B 12/01/1994
Rates
LINE CONSTRUCTION:
Line technician 26.20
Cable splicer; Line tech./welder 26.80
Ground person 15.72
ELECO011H 12/01/1992
Rates
COMMUNICATIONS AND SYSTEMS WORK:
does not include any work on
intelligent transportation systems
or CCTV highway systems):
COMMUNICATIONS & SYSTEMS:
Installer 16.15
Technician 17.90
Sound technician 18.90
3% + 9.44
3% + 9.44
Fringes
3% + 9.44
3% + 9.44
3% + 9.44
Fringes
3% + 3.40
3% + 3.40
3% + 3.40
SCOPE OF WORK:
Installation, testing, service and maintenance of systems
utilizing the transmission and/or transference of voice, sound,
vision and digital for commercial, educational, security and
entertainment purposes for the following: TV monitoring and
surveillance, background -foreground music, intercom and telephone
interconnect, inventory control systems, microwave transmission,
multi -media, multiplex, nurse call systems, radio page, school
intercom and sound, burglar alarms, fire alarm (see last
paragraph below) and low voltage master clock systems in
commercial buildings.
Communication Systems that transmit or receive information
and/or control systems that are intrinsic to the above listed
systems; inclusion or exclusion of terminations and testings of
conductors determined by their function; excluding all,other data
systems or multiple systems which include control function or
power supply; excluding installation of raceway systems, conduit
systems, line voltage work, and energy management systems.
ELEC1245A 06/01/1995
Rates Fringes
OUTSIDE UTILITY TRANSMISSION WORK:
Line worker; Cable splicer 26.87 4.5% +6.50
Powder worker 25.53 4.5% +6.50
CA960033 - 4 04/12/1996
Ground person
17.47 4.5% +6.50
Line worker, welding
28.21 4.5% +6.50
SCOPE OF WORK:
All outside work on electrical transmission lines, switchyards
and substations, and outside work in electrical utility
distribution systems owned, maintained and operated by
electrical utility companies, municipalities,
or governmental
agencies.
ELEV0018A 09/15/1995
ELEVATOR MECHANIC
Rates
28.53
Fringes
6.12
FOOTNOTE:
Vacation Pay: 8% with 5 or more years of service, 6$ for 6
months to 5 years service. Paid Holidays: New Years Day,
Memorial Day, Independence Day, Labor Day, Thanksgiving -Day and
Friday after, and Christmas Day.
ENGI0012F 01/01/1996
Rates Fringes
POWER EQUIPMENT OPERATORS:
23.55 8.99
GROUP 1
24.33 8.99
GROUP 2
24.62 8.99
GROUP 3
24.76 8.99
GROUP 4
2 8.99
GROUP 5
98244'98 8.99
GROUP 6
25.09 8.99
GROUP 7
2.19 8.99
GROUP 8
255.21 8.99
GROUP 9
2.31 8.99
GROUP 10
255.38 8.99
GROUP 11
25 8.99
GROUP 12
25..5151 8.99
GROUP 13
25.59 8.99
GROUP 14
25.71 8.99
GROUP 15
25.88 8.99
GROUP 16
2 8.99
GROUP 17
266..0909 8.99
GROUP 18
26 8.99
GROUP 19
26.3838 8.99
GROUP 20
26.48 8.99
GROUP 21
26.59 8.99
GROUP 22
26.71 8.99
GROUP 23
26.88 8.99
GROUP 24
CRANES, PILEDRIVING & HOISTING EQUIPMENT:
CA960033 - 5 04/12/1996
GROUP 1 23.55 8.99
GROUP 2 24.33 8.99
GROUP 3 24.62 8.99
GROUP 4 24.76 8.99
GROUP 5 24.98 8.99
GROUP 6 25.09 8.99
GROUP 7 25.21 8.99
GROUP 8 25.38 8.99
GROUP 9 25.55 8.99
GROUP 10 26.55 8.99
GROUP 11 27.55 8.99
GROUP 12 28.55 8.99
GROUP 13 29.55 8.99
TUNNEL GROUP:
GROUP 1 24.83 8.99
GROUP 2 25.12 8.99
GROUP 3 25.26 8.99
GROUP 4 25.48 8.99
GROUP 5 25.59 8.99
GROUP 6 25.71 8.99
GROUP 7 26.01 8.99
DREDGING:
Hydraulic suction dredges:
Lever operator 25.90 8.99
Deckmate; Watch engineer 25.32 8.99
Winch (stern winch on dredge) 24.77 8.99
Bargehand; Deckhand; Fire fighter;
Oiler; Leveehand 24.23 8.99
Dozer 25.43 8.99
Clamshell dredges:
Lever operator 25.90 8.99
Watch engineer; Deckmate 25.32 8.99
Barge mate 24.84 8.99
Bargehand; Deckhand; Fire fighter;
Oiler 24.23 8.99
POWER EQUIPMENT OPERATOR CLASSIFICATIONS
GROUP 1: Barge, brake, compressor operator, Ditch Witch, with
seat or similar type equipment, elevator operator - inside,
engineer oiler, generator operator,generator, pump or compressor
plant operator, pump operator, signal, switch
GROUP 2: Concrete mixer operator - skip type, conveyor
operator, fixe person, hydrostatic pump operat>r, oiler crusher
asphalt or concrete plant), skiploader (when 'rheel type up to
3/4 yd. without attachment), soils field technician, tar pot
CA960033 - 6 04/12/199G
fire person, temporary heating plant operator, trenching machine
operator
GROUP 3: Equipment greaser (rack), Ford Ferguson (with dragtype
attachments), helicopter radio (ground), power concrete curing
machine operator, power concrete saw operator, power - driver
jumbo form setter operator, stationary pipe wrapping and cleaning
machine operator
GROUP 4: Asphalt plant fire person, backhoe operator (mini -max
or similar type), boring machine operator, box or mixer (asphalt
or concrete), chip spreading machine operator, concrete pump
operator (small portable), drilling machine operator, small auger
types (Texoma super economatic or similar types.- Hughes 100 or
200 or similar types - drilling depth of 301 maximum), equipment
greaser (grease truck), guard rail post driver operator, highline
cableway signal, hydra -hammer -aero stomper, power sweeper
operator, roller operator (compacting), screed operator (asphalt
or concrete), trenching machine operator (up to 6 ft.)
GROUP 5: Equipment greaser (grease truck/multi-shift)
GROUP 6: Asphalt plant engineer, batch plant operator, bit
sharpener, concrete joint machine operator (canal and similar
type), concrete planer operator, deck engine operator, derrick
oilfield type), drilling machine operator, bucket or auger types
Caldwell 100 bucket or similar types - Watson 1000 auger or
similar types - Texoma 330, 500 or 600 auger or similar types -
drilling depth of 45' maximum), drilling machine operator,
hydrographic seeder machine operator (straw, pump or seed),
Jackson track maintainer, or similar type, Kalamazoo switch
tamper, or similar type, machine tool operator, Maginnis internal
full slab vibrator, mechanical berm, curb or gutter (concrete or
asphalt), mechanical finisher operator (concrete, Clary -Johnson -
Bidwell or similar type), pavement breaker operator (truck
mounted), road oil mixing machine operator, roller operator
asphalt or finish), rubber -tired earth moving equipment (single
engine, up to and including 25 yds. struck), self-propelled tar
pipelining machine operator, skiploader operator (crawler and
wheel type, over 3/4 yd. and up to and including 1-1/2 yds.),
slip form pump operator (power driven hydraulic lifting device
for concrete forms), tractor operator - bulldozer, tamper -scraper
single engine, up to 100 h.p. flywheel and similar types, up to
and including D-5 and similar types), tugger hoist operator
GROUP 7: Asphalt or concrete spreading operator (tamping or
finishing), asphalt paving machine operator (Barber Greene or
similar type), backhoe operator (up to and including 3/4 yd.),
small Ford, Case or similar, cast -in-place pipe laying machine
operator, combination mixer and compressor operator (gunite
work), compactor operator (self-propelled), concrete mixer
operator (paving), crushing plant operator, drill doctor,
drilling machine operator, bucket or auger types (Caldwell 150'
bucket or similar types - Watson 1500, 2000 2500 auger or similar
CA960033 - 7 04/12/1996
types - Texoma 700, 800 auger or similar types - drilling depth
of 60' maximum), elevating grader operator, grade checker,
gradall operator, grouting machine operator, heavy-duty repair
person, Kalamazoo ballast regulator or similar type, Kolman belt
loader and similar type, Le Tourneau blob compactor or.similar:
type, loader operator (Athey, Euclid, Sierra and similar types),
pneumatic concrete placing machine operator (Rackley-Presswell or
similar type), pumperete operator, rotary drill operator
excluding caisson type), rubber -tired earth -moving equipment
operator (single engine, Caterpillar, Euclid, Athey Wagon and
similar types with any and all attachments over 25 yds. up to and
including 50 cu. yds. struck), rubber -tired earth -moving
equipment operator (multiple engine up to and including 25 yds.
struck), rubber -tired scraper operator (self -loading paddle wheel
type - John Deere, 1040 and similar single unit), self-propelled
curb and gutter machine operator, skipload operator (crawler and
wheel type over 1-1/2 yds. up to and including 6-1/2 yds.),
surface heater and planer operator, tractor compressor drill
combination operator, tractor operator (any type larger than D-5
100 flywheel h.p. and over, or similar - bulldozer, tamper,
scraper and push tractor single engine), tractor operator (boom
attachments), traveling pipe wrapping, cleaning and bending
machine operator, trenching machine operator
GROUP 8: Heavy-duty repair person (multi -shift)
GROUP 9: Drilling machine operator, bucket or auger types
Caldwell 200 B bucket or similar types - Watson 3000 or 5000
auger or similar types - Texoma 900 auger or similar types -
drilling depth of 105' maximum), dual drum mixer, heavy-duty
repair -welder combination, monorail locomotive operator (diesel,
gas or electric), motor patrol - blade operator (single engine),
multiple engine tractor operator (Euclid and similar type -
except Quad 9 cat.), rubber -tired earth -moving equipment operator
single engine, over 50 yds. struck), rubber -tired earth -moving
equipment operator (multiple engine, Euclid, Caterpillar and
similar over 25 yds. and up to 50 yds.), tower crane repair
person, tractor loader operator (crawler and wheel type over 6-
1/2 yds.), Woods mixer operator (and similar pugmill equipment)
GROUP 10: Heavy-duty repair -welder combination (multi -shift)
GROUP 11: Auto grader operator, automatic slip form operator,
drilling machine operator, bucket or auger types (Caldwell, auger
200 CA or similar types - Watson auger 6000 or similar types -
drilling depth of 175' maximum), hoe ram or similar with
compressor, mass excavator operator, mechanical finishing machine
operator, mobile form traveler operator, motor patrol operator
multi -.engine), pipe mobile machine operator, rubber -tired earth-
moving equipment operator (multiple engine,Euclid, Caterpillar
and similar type, over 50 cu. yds. struck), rubber -tired self -
loading scraper operator (paddle -wheel -auger type self -loading -
two (2) or more units)
CA960033 - 8 04/12/1996
GROUP 12: Rubber -tired earth -moving equipment operator
operating equipment with push-pull system (single engine, up to
and including 25 yds. struck)
GROUP 13: Canal liner operator, canal trimmer operator, remote -
control earth -moving equipment operator, wheel excavator operator
GROUP 14: Rubber -tired earth -moving equipment operator,
operating equipment with push-pull system (single engine, Caterpillar, Euclid, Athey Wagon and similar types with any and
all attachments over 25 yds. and up to and including 50 yds.
struck), rubber -tired earth -moving equipment operator, operating
equipment with push-pull system (multiple engine - up to and
including 25 yds. struck)
GROUP 15: Rubber -tired earth -moving equipment operator,
operating equipment with push-pull system (singleengine, over 50
yds. struck), rubber -tired earth -moving equipoperator,
operating equipment with push-pull system (multiple engin0,yds.
Euclid, Caterpillar and similar, over 25 y ds. and up tostruck)
GROUP 16: Rubber -tired earth -moving equipment operator,
operating equipment with push-pull system (multiple engine,
Euclid, Caterpillar and similar, over 50 cu. yds. struck), tandem
tractor operator (operating crawler type tractors in tandem -
Quad 9 and similar type)
GROUP 17: Rubber -tired earth -moving equipment operator,
operating in tandem (scrapers, belly dumps and similar types in
any combination, excluding
compaction units - single engine, up
to and including 25 yds. struck)
GROUP 18: Concrete pump operator, truck -mounted, rubber -tired
earth -moving equipment operator, operating in tandem (scrapers,
belly dumps and similar types in any combination, excluding
compaction units - single engine, Caterpillar, Euclid, Athey
Wagon and similar types with any and all attachments over 25 yds.
and up to and including 50 cu. yds. struck), rubber -tired earth-
moving equipment operator, operating in tandem (scrapers, belly
dumps and similar types in any combination, excluding compaction
units - multiple engine, up to and including 25 yds. struck)
GROUP 19: Rubber -tired earth -moving equipment operator,
operating in tandem (scrapers, belly dumps and similar types in
any combination, excluding compaction units -
single engine, over
50 yds. struck)
GROUP 20: Rubber -tired earth -moving equipment operator,
operating in tandem (scrapers, belly dumps and similar types in
any combination, excluding compaction units - multiple engine,
Euclid, Caterpillar and similar type, over 50 cu. yds. struck)
GROUP 21: Rubber -tired earth -moving equipment operator,
CA960033 - 9 04/12/1996
operating equipment with the tandem push-pull system (single
engine, up to and including 25 yds. struck)
GROUP 22: Rubber -tired earth -moving equipment operator,
operating equipment with the.tandem push-pull system (single
engine, Caterpillar, Euclid, Athey Wagon and similar types with
any and all attachments over 25 yds. and up to and including 50
yds. struck), rubber -tired earth -moving equipment operator,
operating with the tandem push-pull system (multiple engine, up
to and including 25 yds. struck)
GROUP 23: Rubber -tired earth -moving equipment operator,
operating equipment with the tandem push-pull system (single
engine, over 50 yds. struck), rubber -tired earth -moving equipment
operator, operating equipment with the tandem push-pull system
multiple engine, Euclid, Caterpillar and similar, over 25 yds.
and up to 50 yds. struck)
GROUP 24: Rubber -tired earth -moving equipment operator,
operating equipment with the tandem push-pull system (multiple
engine, Euclid, Caterpillar and similar type, over 50 cu. yds.
struck)
CRANES, PILEDRIVING AND HOISTING EQUIPMENT CLASSIFICATIONS
GROUP 1: Engineer oiler; Fork lift operator (under 5 tons
capacity)
GROUP 2: Truck crane oiler
GROUP 3: A -frame or winch truck operator; Ross carrier operator
jobsite)
GROUP 4: Bridge -type unloader and turntable operator;
Helicopter hoist operator
GROUP 5: Stinger crane (Austin -Western or similar type); Tugger
hoist operator (1 drum)
GROUP 6: Bridge crane operator; Cretor crane operator; Fork
lift operator (over 5 tons); Hoist operator (Chicago boom and
similar type); Lift mobile operator; Lift slab machine operator
Vagtborg and similar types); Material hoist operator; Shovel,
backhoe, dragline, clamshell operator (over 3/4 yd. and up to 5
cu. yds. mrc); Tugger hoist operator
GROUP 7: Pedestal crane operator; Shovel, backhoe, dragline,
clamshell operator (over 5 cu. yds. mrc); Tower crane repair;
Tugger hoist operator (3 drum)
GROUP 8: Crane operator (up to and including 25 ton capacity);
Crawler transporter operator; Derrick barge operator (up to and
CA960033 - 10 04/12/1996
st
including 25 ton
r type toland
includingstiff
tonecapacity);
derrick or similar typ ( P
Shovel, backhoe, dragline, clamshell operator (
over 7 cu. yds.
c) mr
GROUP 9: Crane operator (over 25 tons and up to and including
50 tons mrc);
Derrick barge operator (
over 25 tons up to and
including 50 tons mrc); Highline cableway operator;o ois25 tons
operator, stiff legs_, Guy derrick or similar type
up to and including 50 tons mrc); K-crane operator; Polar crane
operator; Tower crane op
GROUP 10: Crane operator (over 50 tons and up to and including
ge operator (over 50 tons up to and
100 tons mrc); Derrick baroist operator, stiff legs, Guy derrick
including 10o tons mrc); H
or similar type (over 50 tons up to and including 100 tons mrc)
GROUP 11: Crane operator (over 100 tons and up to and including
200 tons mrc);
Derrick barge operator (over 100 tons up to and
including 200 tons mrc);
Hoist operator, stiff legs, Guy derrick
or similar type (over 100 tons up to and including 200 tons mrc);
Mobile tower crane operator (
over 100 tons up to and including
200 tons mrc)
GROUP 12: Crane operator (over 200 tons up to and including 300
tons mrc); Derrick barge operator (over 200 tons up to
uanderrick
including 300 tons mrc);
Hoist operatortoo
andstiff
including,300 tons
or similar type (over 200 tons, p u to and
mrc); Mobile tower crane operator (
over 200 tons, p
including 300 tons mrc)
GROUP 13: Crane operator (over 300 tons); Derrick barge
operator (over 300 tons);
Helicopter pilo
00 Hois);
operator, stiffstisti
legs, Guy derrick or similar type
crane operator (over 300 tons)
TUNNEL CLASSIFICATIONS
GROUP 1: Skiploader (wheel type up to 3/4 yd. without
attachment)
GROUP 2: Power -driven jumbo form setter operator
GROUP 3: Dinkey locomotive or
motorperson (up to and including
10 tons)
GROUP 4: Bit sharpener;
Equipment greaser (grease truck); Slip
form pump operator (power -driven hydraulic lifting device for
concrete forms); Tugger hoist operator (1 drum); Tunnel
locomotive operator (over 10 and up to and including 30 tons)
GROUP 5: Backhoe operator (up to and including 3/4 yd.); Small
CA960033 - 11 04/12/1996
Ford, Case or similar; Drill doctor; Grouting machine operator;
Heading shield operator; Heavy-duty repairperson; Loader operator
Athey, Euclid, Sierra and similar types); Mucking machine
operator (1/4 yd., rubber -tired, rail or track type); Pneumatic
concrete placing machine operator (Rackley-Presswell or similar
type); Pneumatic heading shield (tunnel); Pumperete gun operator;
Tractor compressor drill combination operator; Tugger hoist
operator (2 drum); Tunnel locomotive operator (over 30 tons)
GROUP 6: Heavy-duty repair/welder combination
GROUP 7: Tunnel mole boring machine operator
IRONOOOIF 01/01/1996
Rates Fringes
IRONWORKERS:
Ornamental, reinforcing and
structural 24.69 9.31
Fence erector 23.80 9.31
LABOOOO1B 07/01/1995
Rates Fringes
BRICK TENDER 17.21 8.61
LABO0002H 07/01/1995
Rates Fringes
LABORERS:
GROUP 1 16.96 8.61
GROUP 2 17.36 8.61
GROUP 3 17.56 8.61
GROUP 4 18.61 8.61
GROUP 5 18.81 8.61
TUNNEL LABORERS:
GROUP 1 19.87 8.61
GROUP 2 19.99 8.61
GROUP 3 20.15 8.61
GROUP 4 20.43 8.61
GUNITE LABORERS:
GROUP 1 19.86 10.21
GROUP 2 18.91 10.21
GROUP 3 16.40 10.21
HOUSEMOVERS (ONLY WHERE HOUSEMOVING IS INCIDENTAL TO A
CONSTRUCTION CONTRACT):
Housemover 15.37 8.19
Yard maintenance person 15.12 8.19
LABORER CLASSIFICATIONS
CA960033 - 12 04/12/1996
GROUP 1: Cleaning and handling of panels,
forms; Concrete
screeding for rough strike -off;
Concrete, water curing;
Demolition laborer, the cleaning of brick and lumber; Dry packing
of concrete, plugging, filling of sheetbolt holes; Fire watcher,
limber, brush loaders, pilers.and debris handlers; Flag person;
Gas, oil and/or water pipeline laborer; Laborer, asphalt -rubber
material loader; Laborer, general or construction; Laborer,
general clean-up; Laborer, landscaping; Laborer, jetting,
temporary water and air lines; Material hose operator (walls,
slabs, floors and decks); Railroad maintenance, repair track
person and road beds; Rigging and signaling; Scaler; Slip form
raiser; On highways, slurry seal crew, (mixer operator,
applicator operator, squeegee operator, shuttle, top person),
filling of cracks by any method on any surface; Streetcar and
railroad construction track laborers; Striper, concrete or other
paved road surfaces; Tar and mortar; Tool crib or tool houselaborer; Traffic control by any method; Traffic delineating
device applicator; Window cleaner; wire mesh, pulling all
concrete pouring operations
GROUP 2: Asphalt shoveler; Cement dumper (on 1 yd. or larger
mixer and handling bulk cement); Cesspool digger and installer;
Chucktender; Chute handler, pouring concrete, the handling of the
chute from readymix trucks such as walls, slabs, decks, floors;
foundations, footings, curb, gutters and sidewalks; Concrete
curer, impervious membrane and form oiler; Cutting torch operator
demolition); Fine grader, highways and street paving, airport,
runways and similar type heavy construction; Gas, oil and/or
water pipeline wrapper; Pot tender and form person; Guineand
chaser; Headerboard, asphalt; Laborer, packing osteel
pans; Membrane vapor barrier installer; Power broom sweeper
small); Riprap stonepaver, placing stone or wet sacked concrete;
Roto scraper and tiller; Sandblaster (pot tender); Septic tank
digger and installer (lead); Tank scaler and cleaner; Tree
climber, faller, chain saw operator,
Pittsburgh chipper and
similar type brush shredder; Underground laborer, including
caisson bellower
GROUP 3: Buggymobile; Concrete cutting torch; Concrete pile
cutter; Driller, jackhammer, 2-1/2 ft. drill steel or longer;
Dri-pak-it machine; Gas, oil and/or water pipeline wrapper, 6 -in.
pipe and over, by any method, inside and out; Hydro seeder and
similar type; Impact wrench multi -plate; Kettle, pot and asphalt
applier, lay-kold, creosote, lime caustic and similar type
materials ("applying" means applying, dipping, brushing or
handling of .such materials for pipe wrapping and waterproofing); Operator of pneumatic, gas, electric tools; Vibrating machine,
pavement breaker, air blasting, come-alongs, and similar
mechanical tools not separately classified herein; Pipelayer's
backup, coating, grouting, making of joints, sealing, caulking,
diapering and including rubber gasket
joints, pointing and any
and all other services; Rock slinger; Rotary scarifier or
multiple head concrete chipping scarifier; Steel headerboard and
CA960033 - 13 04/12/1996
guideline setter; Tamper, Barko, Wacker and similar type;
Trenching machine, hand -propelled
GROUP 4: Asphalt raker, lute person, ironer and asphalt
spreader boxes (all types); Concrete core cutter (walls, floors
or ceilings), grinder or sander; Concrete saw person, cutting
walls or flat work, scoring old or new concrete; Cribber, shorer,
lagging, sheeting and trench bracing, hand -guided lagging hammer;
Head rock slinger; Laborer, asphalt -rubber distributor
bootperson; Laser beam in connection with laborers' work;
No -joint pipe and stripping of same; over -size concrete vibrator
operator, 70 lbs. and over; Pipelayer, including water, sewage,
solid,- gas or air; Porta shot -blast; Prefabricated manhole
installer; Sandblaster (nozzle, water blasting); Welding in
connection with laborers' work;
GROUP 5: Blaster powder, all work of loading holes, placing and
blasting of all powder and explosives of whatever type,
regardless of method used for such loading and placing; Driller:
All power drills, excluding jackhammer, whether core, diamond,
wagon; track, multiple unit, and any and all types of mechanical
drills; Toxic waste removal
TUNNEL LABORER CLASSIFICATIONS
GROUP 1: Batch plant laborer; Bull gang mucker, track;
Concrete crew, including rodder and spreader; Changehouse;
Dump; Dump (outside); Swamper (brake and switch on tunnel work)
Tunnel materials handling
GROUP 2: Cable tender; Chuck tender; Nipper; Vibrator operator,
jackhammer, pneumatic tools (except driller); Loading and
unloading agitator cars; Pot tender, using mastic or other
materials
GROUP 3: Blaster, driller, powder; Chemical grout jet; Cherry
picker; Grout gun; Grout mixer; Grout pump; Jackleg miner; Jumbo;
Kemper and other pneumatic concrete placer operator; Miner,
tunnel (hand or machine); Powder (primer house); Primer;
Shotcrete; Steel form raiser and setter; Timber; Retimber (wood
or steel); Tunnel concrete finisher; Nozzle; operating troweling
and/or grouting machine; Sandblaster
GROUP 4: Shaft, raise miner; Diamond driller
GUNITE LABORERS CLASSIFICATIONS
GROUP l: Nozzle and rod
GROUP 2: Gun
GROUP 3: Rebound
CA960033 - 14 04/12/1996
LABO0067D 02/01/1993
Rates Fringes
ASBESTOS REMOVAL LABORER 10.00 3.83
SCOPE OF WORK:
Includes site mobilization, initial site clean-up, site
preparation, removal of asbestos -containing material and
toxic waste (including lead abatement and any other toxic
materials), encapsulation, enclosure and disposal of asbestos -
containing materials and toxic waste (including lead abatement
and any other toxic materials) by hand or with equipment or
machinery; scaffolding, fabrication of temporary wooden
barriers and assembly of decontamination stations.
LAB00300A 06/28/1995
Rates Fringes
PLASTERER TENDER 20.05 8.38
PAIN0036A 01/01/1996
Rates Fringes
DRYWALL FINISHER 23.16 4.69
PAINTERS:
Work on service stations and car
washes; small new commercial
work (construction up to and
including 3 stories in
height, such as small
shopping centers, small
stores, small office
buildings and small food
establishments); small new
industrial work (light metal
buildings, small warehouses,
small storage facilities and
tilt -up buildings); and
tenant improvement work
tenant improvement work not
included in conjunction with
the construction of the
building; including repaint
work) (not applicable to any
phase of the aerospace
industry or to hotels which
operate commercial establish-
ments as part of the hotel
service) 20.65 4.53
All other work 23.82 4.53
CA960033 - 15 04/12/1996
PAIN0636B 12/01/1995
Rates Fringes
GLAZIER 22.60 7.34
PAIN1176B 04/01/1993
Rates Fringes
PARKING LOT STRIPING WORK AND/OR
HIGHWAY MARKERS:
GROUP 1 19.93 5.67
GROUP 2 18.93 5.67
GROUP 3 16.94 5.67
GROUP 4 19.93 5.67
GROUP 5 16.94 5.67
Service person (maintenance
and repair of equipment)
on jobsite only) 11.96 5.25
Slurry seal work:
Sealer/mixer 14.89 3.66
Applicator operator,
shuttle person and
squeegee person 13.18 3.66
Traffic surface
protective coating
applicator 15.51 3.66
PARKING LOT STRIPING AND/OR HIGHWAY MARKING CLASSIFICATIONS
GROUP 1: STRIPER: Layout and application of painted traffic
stripes and marking; hot thermo plastic; tape traffic stripes and
marking
GROUP 2: TRAFFIC DELINEATING DEVICE APPLICATOR: Layout and
application of pavement markers, delineating signs, rumble and
traffic bars, adhesives, guide markers; other traffic delineating
devices; includes all related surface preparation (sandblasting,
waterblasting, grinding) as part of the application process
GROUP 3: TRAFFIC SURFACE ABRASIVES BLASTER: Removal of traffic
lines and markings; preparation of surface for coatings and
traffic control devices
GROUP 4: TRAFFIC PROTECTIVE DELINEATING SYSTEMS INSTALLER:
Removes; relocates; installs; permanently affixed roadside and
parking delineating barricades, fencing, guard rail, cable
anchor, retaining walls, reference signs, monument markers
GROUP 5: TRAFFIC CONTROL PERSON: Sole function is to control
and direct traffic through both conventional and moving lane
CA960033 - 16 04/12/1996
closures
PAIN1247B 08/01/1992
SOFT FLOOR LAYER
PLAS0002B
PLASTERER
PLAS0052B
08/02/1995
07/01/1994
Rates
23.30
Rates
24.91
CEMENT MASONS:
Work on projects where the total
permit value of the general
contract and all subcontracts
upon that jobsite is $7.5 million
or less:
utterCementmason; Curb and g
machine; Clary and similar
type of screed operator
cement only); Grinder;
Jackson vibratory, Texas
screed and similar type
screed operator; Scoring
machine operator
Cement mason (magnesite -
epoxy)
Cement mason, floating and
troweling machine operator
All other work:
Cement mason, including but not
restricted to the following:
cellular cement mason,
chipping; patching, grinding;
setting all concrete forms
and perimeter forms,
including catch basin
structures and drain inlets,
setting curb form and plank,
setting of lines, stakes and
grades; setting screeds,
which includes screed pins;
cutting scoring and sawing
new concrete, plugging,
filling Shee-bolt holes; dry
packing concrete and EMBECO;
tending material hose on
slabs, floors and decks;
tending mixer -truck chute on
slabs, floors and decks;
Rates
18.30
18.42
18.55
Fringes
6.49
Fringes
5.36
Fringes
8.25
8.25
8.25
CA960033 - 17 04/12/1996
bush hammering; patching and
sacking, rodding, tamping,
bidwell and similar type
rodding machines, bull
floating; Curb and gutter
machine operator; Clary and
similar type of screed
operator (cement only);
Grinding machine (all types);
Jackson Vibratory, Texas
Screed and similar type
screed operator; Scoring
machine operator 20.26 10.25
Cement mason (magnesite,
magnesite - terrazzo and
mastic composition, epoxy,
urethanes and exotic
coatings, Dex-O-Tex) 20.38 10.25
Cement mason floating and
troweling machine operator 20.51 10.25
PLUM0016G 07/01/1995
Rates Fringes
PLUMBER; STEAMFITTER 28.31 7.54
LANDSCAPE & IRRIGATION WORK 22.23 6.80
PLUM0250B 09/01/1993
Rates Fringes
REFRIGERATION & AIR CONDITIONING 27.15 7.40
ROOF0036B 01/01/1994
Rates Fringes
ROOFERS:
Roofer 20.27 6.635
Preparer (duties limited to the
following: tear -off and/or
remove any type of roofing or
roofing material or spudding,
or sweeping and/or clean-up,
and/or preloading, or in
preparing the roof for
application of roofing, damp
and/or waterproofing material) 15.55 1.00
SFCA0709B 01/01/1995
Rates Fringes
SPRINKLER FITTER 28.12 9.84
CA960033 - 18 04/12/1996
SHEE0102C 01/01/1995 Rates Fringes
INDUSTRIAL SPECIALTIES SHEET METAL WORKER:
Work on all air pollution control
systems, noise abatement panels,
blow pipe, air-veyor systems,
dust collecting, baghouses,
heating, air conditioning, and
ventilating (
other than creature
comfort) and all other industrial
work, including metal insulated 24.46 11.22
ceilings-----------------------
SHEE0102E 01/01/1995 Rates Fringes
SOUTH OF IMPERIAL HWY. TO THE CITY LIMITSSOF LONG
AND
BEACH,
POMONA, AND THE
INCLUDING THE CITIES OF LONG BEACH,
ISLAND OF CATALINA:
COMMERCIAL SHEET METAL WORKER:
Work on all commercial HVAC for
creature comfort and computers
clean rooms,
architectural metals,
metal roofing and lagging, over 25.25 8.11
insulation
SHEE0108B 08/01/1992 Rates
Fringes
SOUTH OF A STRAIGHT LINE DRAWN BETWEEN GORMAN AND BIG PINES, CALIFORNIA; EXCLUDING LOS ANGELES COUNTY SOUTH OF IMPERIAL HWY. TO THE CITY LIMITS OF LONG BEACH, EXCLUDING THE CITIES OF LONGBEACH, CLAREMONT AND POMONA, AND THE ISLAND OF CATALINA:
COMMERCIAL SHEET METAL WORKER -------- -
8.41
SHEE0108E 07/01/1995 Rates Fringes
NORTH OF A STRAIGHT LINE DRAWN BETWEEN GORMAN AND BIG PINES,
CALIFORNIA:
COMMERCIAL SHEET METAL WORKER:
Light commercial work 17.67 8.24
10,000 sq. ft. or less)
22.09 8.24
All other work ------------
TEAM0011E 07/01/1994
Rates Fringes
CA960033 - 19 04/12/1996
TRUCK DRIVERS:
GROUP 1 18.79 11.54
GROUP 2 18.94 11.54
GROUP 3 19.07 11.54.
GROUP 4 19.12 11.54
GROUP 5 19.20 11.54
GROUP 6 19.32 11.54
GROUP 7 19.57 11.54
GROUP 8 20.02 11.54
GROUP 9 20.32 11.54
GROUP 10 20.82 11.54
TRUCK DRIVER CLASSIFICATIONS
GROUP 1: Teamster
GROUP 2: Driver of vehicle or combination of vehicles of 2
axles (including all vehicles less than 6 tons); Traffic
control pilot car, excluding moving heavy equipment permit
load
GROUP 3: Truck -mounted power broom
GROUP 4: Driver of vehicles or combination of vehicles of 3
axles
GROUP 5: Boot person; Cement distributor; Erosion control
driver; Fuel truck; Water truck, 2 -axle
GROUP 6: Dump, less than 16 yds.
GROUP 7: Transit mix, under 3 yds.; Dumperete, less than 6-
1/2 yds.
GROUP 8: Water truck, 3 or more axles
GROUP 9: PB and similar type truck when performing within
the Teamsters' jurisdiction; Pipeline and utility working
truck including winch, but limited to truck applicable to
pipeline and utility work, where a composite crew is used;
Slurry driver; Truck greaser and tire worker (50 cents per
hour additional for tire)
GROUP 10: Water pull twin engine; Water pull twin engine with
attachments
FOOTNOTE:
Winch truck driver - $1.25 additional when operating winch or
similar special attachments.
WELDERS - Receive rate prescribed for craft performing operation
CA960033 - 20 04/12/1996
to which welding is incidental.
Unlisted classifications needed for work not included within
the scope of the classifications listed may be added after
award only as provided in the labor standards contract clauses
29 CFR 5.5(a)(1)(v)).
In the listing above, the "SU" designation means that rates
listed under that identifier do not reflect collectively
bargained wage and fringe benefit rates. Other designations
indicate unions whose rates have been determined to be
prevailing.
END OF GENERAL DECISION
CA960033 - 21 04/12/1996
APPENDIX C
STANDARD DRAWINGS
CURB AND GUTTER m
A
CURB FACE
EDGE OF GUTTER
SEE NOTE 3 3 PCC ON CMB
0
SEE NOTE 3'
Fa
F Aw
AC PVMT
L W/2
W/2
TYPICAL BUS PAD
SEE NOTE 2 W J SEE NOTE 3
PCC-I
4q G 4t
r
ti AC PVMT
r
m /
SIDEWALK \
CMB
CURBANDGUTTER
SECTION A-A
SEE NOTE 11
PCC
EX. SIDEWALK
FPcc
l SEE NOTE 4
M m
I CURB •o .
ANDGUTTER
m
3/4'
EX. CURB
AND GUTTER
CMB
CMB
SEE NOTE 5
SECTION B-B SECTION C-C
AMERICAN PUBLIC WORKS ASSOCIATION - SOUTHERN CALIFORNIA CHAPTER
STANDARD PIAN
PRO
JOINT COMMITTEE CONCRETE BUS PAD 131-0
1993SHEET 1 OF 2
USE WITH STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION
EX. GUTTER
4 I WIDTH OR 2'
W, r0 F
u axwwo
EX. CURB
SEE NOTE 4
SECTION D -D
P
CMB
SEE NOTE 6
PCC
S
CMB
W 12'
PAVEMENT
AR-4000)
J
EX.AC
PVMT )))
SECTION E -E
SEE NOTE 14
o,
AC PVMT
I'h TO 12
BATTER
TION F -F
NOTES,
I. DIMENSIONS: (UNLESS OTHERWISE SHOWN)
L= 85' T- 8'
W= 10' B- 6'
2. USE SECTION B -B FOR EXISTING CURB AND GUTTER THAT IS TO REMAIN
USE SECTION C -C FOR NEW CURB AND GUTTER
USE SECTION D -D FOR EXISTING CURB THAT IS TO REMAIN
3, USE SECTION E -E FOR EXISTING AC PAVEMENT
USE SECTION F -F FOR NEW AC PAVEMENT
4. AT LOCATIONS WHERE PCC PAVEMENT WILL BE ABUTTING AGAINST EXISTING CONCRETE. AN EPDXY. APPROVED
BY THE ENGINEER. SHALL BE APPLIED TO THE EXISTING CONCRETE SURFACES PRIOR TO CONCRETE PLACEMENT.
5. IF B + T IS EQUAL TO OR GREATER THAN 12', CMB SHALL EXTEND UNDER NEW CURB AND GUTTER.
6. CONSTRUCT LONGITUDINAL WEAKENED -PLANE JOINT TO MATCH ADJOINING EXISTING GUTTER WIDTH, OR 2'
IF NO ADJOINING GUTTER EXISTS.
7. USE 2'X4• HEADER TO FORM 3-1/2 INCH STEP. TOP OF HEADER SHALL BE SET TO LINE AND GRADE,
8. ALL EXPOSED PCC CORNERS TO BE ROUNDED WITH AI/2' RADIUS.
9. SURFACE OF CONCRETE SHALL HAVE A ROUGH TRANSVERSE BROOM FINISH.
t0. WHERE DESIGNATED BY THE ENGINEER, UNDESIRABLE SUBGRADE MATERIAL SHALL BE REMOVED AND
REPLACED WITH CMB.
11. WHERE NEW CURB AND GUTTER IS CONSTRUCTED ADJACENT TO EXISTING SIDEWALK. SIDEWALK SHALL
BE REMOVED AND REPLACED TO NEAREST SCORELINE.
12. CONSTRUCT TRANSVERSE WEAKENED -PLANE JOINTS IN BUS PAD PAVEMENT AT APPROXIMATELY 10' INTERVALS.
13. CONSTRUCT TRANSVERSE WEAKENED -PLANE JOINTS IN BUS PAD PAVEMENT AT ALL EXISTING CURB/CURB
8 GUTTER CONSTRUCTION JOINTS AND OR WEAKENED -PLANE JOINTS.
14, AT THE OPTION OF THE ENGINEER, THE EXISTING PAVEMENT MAY BE NEATLY SAWCUT AROUND THEDIMENSIONSOFTHEBUSPADANDCONCRETEISPOUREDDIRECTLYUSINGTHEEXISTINGPAVEMENT AS A FORM,
THE CONCRETE EDGES SHALL BE ROUNDED WITH A 1/2' RADIUS.
AMERICAN PUBLIC WORKS ASSOCIATION - SOUTHERN CALIFORNIA CHAPTER STANDARD PLAN
131-0
SHEET 2 OF 2CONCRETEBUSPAD
a 101 Cgob
DEFLECTION ANALYSIS REPORT
DI&MOndl B&T
Project No. 23235
Bouilltvudl
Grand Avenue to State Route 60
Current traffic patterns includes concentrated bus use at the northerly end
between Golden Springs Road and State Route 60. A minimum of three
separate bus lines frequent this portion of, the roadway, with related
pavement stress, wear and tear, measured weakness and ultimately failure
S,-1 near
of the roadway. A concemrauUII
State Route 60 at the north end of the project relates to the higher traffic
volumes between Golden Springs Road and State Route 60.
Existing Pavement Section
The existing roadway section includes a combination of asphalt concrete
pavement replacement and thin overlays
within the travel lanes. Previous
roadway resurfacing has been in apparent response to continued distress,
possibly combined with more extensive utility repair or replacement.
Certain previous pavement replacement has included removal of the
asphalt concrete layer, along with a portion of the underlying aggregate
base. The resulting pavement section then includes a thickened asphalt
concrete pavement with minimal or ineffective aggregate base thickness.
Combining the existing thin pavement sections with heavy traffic volumes,
failure, spalling and severe deterioration of the pavement is evident.
i.i>tiiclic • ItbrAn
Project No. 23235
Existing Asphalt Concrete 5 1/2" to 9 1/2"
Existing Aggregate Base 1 1/2" to 13 1/2"
Subgrade Description Medium Brown Clayey Sand; Medium Brown
Silty Sand; Yellow Brown Clayey Sand;
Medium Brown Gravelly Sand; Dark Brown
Clayey Silt
Subgrade Moisture
Equilibrium R -Value
Equilibrium Moisture
Conclusions
7.2% to 19.2%
26 to 43
12 1/2% to 16 1/2%
Improvements along Diamond Bar Boulevard include a raised median with
a 'shed' type gutter throughout the length of the project. The median
presents a vertical grade constraint along the center of the roadway and
will limit placement of thick overlays for reinforcement along the roadway.
The 'shed' type gutter has been covered by previous overlays south of
Grand Avenue.
Specific grade limitations and ultimately the maximum practical overlay
thickness which may be constructed along Diamond Bar Boulevard will be
a function of the topography determined by the design team. A maximum
overlay of 3" has been utilized for purposes of this report for the number
one and two lanes, with a maximum 2" overlay considered in the number
three lane, adjacent to the curb and gutter.
iAnitcllc • Astr%ft
Project No. 23235
The magnitude of overlay required between Clear Creek Canyon Drive and
Gold Rush Drive, thereby requiring extensive reconstruction of the
roadway, is due to the very limited pavement section encountered in this
area combined with the grade restrictions presented by the raised median.
Reconstruction of the median to a higher grade in this area, combined with
thick asphalt concrete overlays may be a cost effective alternative method
of rehabilitation.
Where such an approach is considered, asphalt concrete
overlays of 7" +/- may be required.
Re coin mendations
Rehabilitation of the roadway will require use of reflection crack resistant
materials such as pavement reinforcement fabric, asphalt rubber hot mix,
asphalt rubber aggregate membrane or some combination thereof.
Alternative rehabilitation recommendations have been prepared based on
these various methods of resurfacing, combined with reasonable
assumptions relative to the design traffic use. The actual design traffic
index, including future growth projections should be determined prior to
final design.
flIiCIIC • Xbr%ft
Project No. 23235
Pavement Reinforcine Fabric
The northbound number two lane should be reconstructed from Grand
Avenue to Gold Rush Drive. The northbound number three lane should be
reconstructed from Golden Springs Drive to State Route 60. Reconstruction
in the southbound direction should include the number one and two lanes
from Gold Rush Drive to Clear Creek Canyon Drive and the number three
lane from State Route 60 to 1300' southerly.
Cold planing or grinding should be performed along the roadway edges
throughout the length of the project. Grinding should taper from 2" deep
at the gutter to 0" deep, 5' from the gutter to provide a suitable transition
for the required overlay to join along the sides of the roadway.
Reconstruction of the edges of the roadway should be used in areas of bus
stops versus use of grinding.
A nominal 3/4" thick asphalt concrete leveling course should be placed as
required along the roadway to fill existing cracking and areas of
depression or rutting within the wheel paths.
Particular attention during
placement of the leveling course is required to fill the crack and elevation
differentials at the median gutter.
Pavement reinforcing fabric should be installed throughout the length of
the project. Where the asphalt concrete leveling course is placed
i,nitcllc • \\s rri
Project No. 23235
throughout the length of the project, the pavement reinforcing fabric may
be placed using 0.20 gallons per square yard AR4000 asphalt cement. The
application rate of AR4000 asphalt cement should be increased to 0.25
gallons per square yard where the asphalt concrete leveling course is not
utilized. The pavement reinforcing fabric should extend across the join
between the 'shed' gutter at the median, extending as close as practical to
the median curb face. A minimum 2" thick asphalt concrete overlay
should be placed to complete resurfacing, again extending across the 'shed'
gutter, terminating at the median curb face.
Asl2halt Rubber Hot Mix
The northbound number three lane should be reconstructed from Golden
Springs Drive to State Route 60. Reconstruction in the southbound
direction should include the number two lane from Gold Rush Drive to
Clear Creek Canyon Drive and the number three lane from State Route 60
to 1300' southerly.
Cold planing or grinding should be performed along the roadway edges
throughout the length of the project. Grinding should taper from 2" deep
at the gutter to 0" deep, 5' from the gutter to provide a suitable transition
for the required overlay to join along the sides of the roadway.
Reconstruction of the edges of the roadway should be used in areas of bus
stops versus use of grinding.
l.nitcllc 9 Marvin
Project No. 23235
A nominal 3/4" thick asphalt concrete leveling course should be placed as
required along the roadway to fill existing cracking and areas of
depression or rutting within the wheel paths. Particular attention during
placement of the leveling course is required to fill the crack and elevation
differentials at the median gutter.
A minimum 2" thick asphalt rubber hot mix, overlay should be placed to
complete resurfacing, extending across the 'shed' gutter, terminating at the
median curb face.
Replacement/Widening Section Alternatives
Widening and reconstruction of substantial portions of Diamond Bar
Boulevard will be required. Pavement core and subgrade sampling
performed during this investigation have been combined with estimates of
future traffic use, Traffic Indices, yielding the replacement sections
provided herein.
Subgrade moistures encountered during the coring and boring operation
were excessive in a large percentage of locations. High subgrade moistures
were particularly prevalent in areas delineated for reconstruction.
Significant efforts and time during construction should be planned to
provide a firm and unyielding subgrade for construction of the
replacement sections. Given the current relatively dry weather cycle,
LaBelle 0 1113IM11
Project No. 23235
control of landscape irrigation within the median area should be
considered prior to reconstruction and resurfacing.
Replacement section alternatives were prepared based on the prevailing
subgrade R -Value and the design traffic index provided. Section designs
have been prepared in accordance with the Flexible Pavement Structural
Section Design Guide for California Cities and Counties, Third Edition, and
the Caltrans Highway Design Manual, Fourth and Fifth Editions.
The subgrade soils along Diamond Bar Boulevard include a variety of
saturated clayey and silty sands. The soils readily lose strength when wet,
and will require use of substantially increased pavement sections where
permanent drying of the subgrade is not accomplished. The equilibrium R -
Values along Diamond Bar Boulevard range from 26 to 43. Based on in-
situ moisture conditions, R -Values range from less than 18 to less than 29.
An R -Value of 26 has been selected for design purposes.
Design Traffic Index 9.0
Design R -Value 26
Alt. 1 Alt. 2 Alt. 3 Alt. 4
Asphalt Concrete 5 1/2" 6" 9 1/2" -
Portland Cement Concrete - - - 8 1/2"
Class 2 Aggregate Base 14" 13" - 4"
Subgrade Compaction 90% Min. 90% Min. 95% Min. 95% Min.
Upper 6")
I'dallCliC 0 Aflnft
Project No. 23235
Design Traffic Index
Alt. 5 Alt. 6 Alt. 7 , Alt. 8
135mm 150mm 300mm -
Asphalt Concrete
Alt. 1 Alt. 2 Alt. 3 Alt. 4
205mm
Portland Cement Concrete
7" 12 1/2"
Class 2 Aggregate Base 360mm 330mm 100mm
90% Min. 90% Min. 95% Min. 95% Min.
Subgrade Compaction
9"
Portland Cement Concrete
Upper 6")
Class 2 Aggregate Base
Design Traffic Index 9.5
Design R -Value 26
Alt. 1 Alt. 2 Alt. 3 Alt. 4
6-1 7" 12 1/2"
Asphalt Concrete
9"
Portland Cement Concrete
Class 2 Aggregate Base
1511 13 1/2" 4"
90% Min. 90% Min. 95% Min. 95% Min.
Subgrade Compaction
Upper 6")
Alt. 5 Alt._ 6 Alt. 7 Alt. 8
Asphalt Concrete 150mm 180mm 315mm
225mm
Portland Cement Concrete
Class 2 Aggregate Base 390mm 330mm IOOmm
90% Min. 90% Min. 95% Min. 95% Min.
Subgrade Compaction
Upper 6")
J/i1JiCJJ1; 0 1113IM11
roject No. 23235
Design Traffic Index 10.0
Design R -Value 26
Alt. 1 Alt. 2 Alt. 3 Alt. 4
Asphalt Concrete 6 1/2" 7" 13"
9'•
Portland Cement Concrete
Class 2 Aggregate Base 15 1/2" 14 1/2" 4„
Subgrade Compaction 90% Min. 90% Min. 95% Min. 95% Min.
Upper 6")
Alt. 5 Alt. 6 Alt. 7 Alt. 8
Asphalt Concrete 165mm 180mm 330mm
225mm
Portland Cement Concrete
Class 2 Aggregate Base 390mm 360mm 100mm
Subgrade Compaction 90% Min. 90% Min. 95% Min. 95% Min.
Upper 6")
1d111ell ! 0 AtIn&
Project No. 23235
IDImum®Mdl IBEX
Strip Map Key
Pavement Reinforcing Fabric
Place nominal 3/4" thick Asphalt Concrete
Leveling Course - InstallPavement
Reinforcing Fabric using 0.20 gallons per
square yard AR4000 Asphalt Cement - Place
minimum 2" thick Asphalt Concrete Overlay
Grind Along Pavement Edge
Reconstruct
lAdlelics • Atlnft
lAlgdle • Allill"Iil
PROFESSIONAL PAVEMENT ENGINEERING .
0+00 State Route 60
0.00 ,
0.00' 0.00: I
0.00'
SRO -
98 on off Ramp
0.00' r O:tltl'
2+50 I 0.00' r,
Q.00'
Palomino Drive --
0.21'
0.27'
0.32' 0.10'
0.15'
10+00100+00
0.20'
r
0.00 0.00'
0.00' 0.01'
0.00' 0.02'
16+70
20+00
30+00
r
0.18'
0.24'
0.30'
Dr.
0.00' 0.01'
0.00' 0.02'
0.00' 0.05'
r r
PAVEMENT REINFORCING FABRIC
as+70
r
0.00'
0.00'
0.00'
0.23'
0.29'
0.34"
0+00
70+00
0.04' /
0.07' /
0.12' 0.01'/
0.02' /
r 0. 011 60+00
r /
53+20
Gold Rush Drive
50+00
40+00
0.19'
G
30.25' '
0.31' A!19
43 -
PROJECT NO. - 23235
STREET- DIAMOND BAR BOULEVARD
BETWEEN- Grand Avenue to State Route 60
DATE- January 1996
Page
1A11dW • 1 11'1`111
PROFFS.%IONA1. PAVEMENT ENOINEERINO
Project No. 23235
DAwM®Mdl I341Ir
Strip Map Key
Asphalt Rubber Hot Mix
Place nominal 3/4" thick Asphalt Concrete
Leveling Course - Place minimum 2" thick
Asphalt Rubber Hot Mix Overlay
Grind Along Pavement Edge
Reconstruct
Laltclle 0 Ann4il
s
50+0
0.01;
0.021
0.051
ASPHALT RUBBER HOT MIX
F40+00
70+00 0.001
0.001 /
0.00'
Clear Creek eyn'Dr. 10+00
80+00-/ 0141 0:001 /
0,201 0.011 /
0.261 0.041 /
Gri Avenue 0+00
98+
70JSTHIErET= DIAMOND HAR HOtILEVARD
PROJECT NO. 23235
I§p-tWjtjEN° Grancl Avenue to State RoUte 60 BATE' aandary 1§96
Page 1 of
al it • /ill`'11
PROFESSIONAL PAVEMENT ENGINEERING
Tin Drive
0.601 0.191
30+000.641 0.25+
0.681 0.311
0:051
0.10
0.141
Steep Canyon Rd.(R) 0.30+ /
0351
II 0..401 /
4 20+00
70+00 0.001
0.001 /
0.00'
Clear Creek eyn'Dr. 10+00
80+00-/ 0141 0:001 /
0,201 0.011 /
0.261 0.041 /
Gri Avenue 0+00
98+
70JSTHIErET= DIAMOND HAR HOtILEVARD
PROJECT NO. 23235
I§p-tWjtjEN° Grancl Avenue to State RoUte 60 BATE' aandary 1§96
Page 1 of
al it • /ill`'11
PROFESSIONAL PAVEMENT ENGINEERING
04-00
2+5b
0.21'
0.27'
0.32'
10+00
State Route 60
0.00' t
0.00' 0:00p0
0.00+
SRO
on off Ramp
0.00' * I
0:00'
0.00'
QQ-
Palomino Drive
000'
0..01'
0.02'
f
o:is+
0:30'
0.10'
0.15'
0.20'
t
0.00'
0.00'
0.001
Springs Dr.
Gold Rush Drive
ASPHALT RUBBER HOT MIX
0.00'
0.00'
0.00'
70
023'
0..29'
0.34'
0.041 /
0.07 1
0.12' 0.011/
0.02' /
0.09' /
0:19+
0.25' }
0:31'
sT. bjAMOWn BAA BOULEVARD
bEtwkEtN : Gsuae Avenue to state Route 60
DO* • 1%bv311'%'11
@ "Awv"FNT FNAINEERINO
3+50
L 53+20
PROJECT NO. - 23235
DATE- January 1996
0.00'
0:00'
0.00+
16+70
20+00
I
I
30+00
State Route 60
0.00' t
0.00' 0:00p0
0.00+
SRO
on off Ramp
0.00' * I
0:00'
0.00'
QQ-
Palomino Drive
000'
0..01'
0.02'
f
o:is+
0:30'
0.10'
0.15'
0.20'
t
0.00'
0.00'
0.001
Springs Dr.
Gold Rush Drive
ASPHALT RUBBER HOT MIX
0.00'
0.00'
0.00'
70
023'
0..29'
0.34'
0.041 /
0.07 1
0.12' 0.011/
0.02' /
0.09' /
0:19+
0.25' }
0:31'
sT. bjAMOWn BAA BOULEVARD
bEtwkEtN : Gsuae Avenue to state Route 60
DO* • 1%bv311'%'11
@ "Awv"FNT FNAINEERINO
3+50
L 53+20
PROJECT NO. - 23235
DATE- January 1996
T A B L E O N E
ML ASIIR®
AfIAWAB[
N
RmUctiDN
RHZiGI¢lED ID NSL
ASO
EURDE" 'T' DaJB R>3QtmtID
STREEr AND LmM R.R. T.D. T.I. (f t.) R.R. T.D. (°%a) (f t.) (ft.) (yrs)
DIAMOND BAR BOULEVARD :
Grand Avenue to State Route 60
Northbound - Lane No. 1
0+00 to 23+00 68 12.8 99.0 .50 -
SO
71 13.5 0 0.00 .00 10+
10.0 .50 68 12.6 2 0.00 .00 9
23+00 to 42+00 90 18.1 99:0 .50 71 13.5 20 0.18 .
76 14.5 2 0.10010 2
10.0 .50 68 12.6 30 0.25 .14 1
42+00 to 82+90 79 15.3 9.0 .50 71 13.5 12 0.03 .02 5
10.0 .50 68 12.6 18 0.09 .05 3
82+90 to 88+40 23 2.0 9.0 .50 71 13.5 0 0.00 .00 10+
10.0 .50 68 12.6 0 0.00 .00 10+
DIAMOND BAR BOULEVARD Grand Avenue to State Route 60
Northbound - Lane No. 2
0+00 to 47+00 126 26.7 9.0 .50 76 14.5 46 0.57 .30 0
9.5 .50 71 13.5 49 0.65 .35 0
10.0 .50 68 12.6 53 0.72 .40 0
97+00 to 83+50 BS 17.4 9.0 .50 71
14.5 17 0
13.5 22 0.13 .07 2
10.0 .50 68 12.6 28 0.21 .12 1
83+50 to 88+70 18 0.7
9.5 .50 71 13.5 0 0.00 .00 10+
10.0 .50 68 12.6 0 0.00 .00 10+
DIAMOND BAR BOULEVARD Grand Avenue to State Route 60
Northbound - Lane No. 3
53+20 to 67+00 80 15.5 9.0 •50 71 13.5 13 0.04 .02 4
10.0 .50 68 12.6 19 0.09 .05 3
67+00 to 83+50 115 23.9 9.0 .50 71 13.5 44 0.53 .29 0
10.0 .50 68 12.6 47 0.61 .34 0
10 year Design Period DEWAN-LUNDIN & ASSOCIATES
No Growth Factor Project No. 23235
La Belle Marvin, Inc.
T A B L E O N E
I,4RASURID.. _
AU.DWAHLb ,An--'
T'
R.R.
R (FWD
DQIg "
rc R.R. T.D. T.I. (f t.)
DIAMOND BAR BOULEVARD State Route 60 to Grand Avenue
Southbound - Lane No. 1
0+00 to 3+70 19 0.9 9:5 50
50 76
71
14.5
13.5
0
0
10.0 50 68 12.6 0
3+70 to 13+00 98 19.9 9:5 50
76
71
14.5
13.5
27
32
10.0 50 68 12.6 37
13+00 to 37+70 67 12.5 9:5 50 76
71
14.5
13.5
0
0
10.0 50 68 12.6 0
31+70 to 76+40 110 22.8
9. 50
71 13.5 419.5
10.0
50
50 68 12.6 45
76+40 to 87+80 77 14'8 9:5
50
71 13.5 9
10.0
50
50 68 12.6 15
DIAMOND BAR BOULEVARD :
State Route 60 to Grand Avenue
Southbound - Lane No. 2
0+00 to 5+00 25 2.3 9:5 71 13.5 0
10.0
50
50 66 12.6 0
5+00 to 30+00 75 14.4 9:5 71 13.5 6
10.0
50
50 68 12.6 12
30+00 to 49+50 109 22.6 9:5 50 76
71
14.5
13.5
36
40
10.0 50 68 12.6 44
94+50 to 76+00 232 52.1 9. 50
76
71
14.5
13.5
72
74
9.55
10.0 50 68 12.6 76
76+00 to 87+80 103 21.2 9:5 50 76
1
14.5
13.5
32
36
10.0 50 68 12.6 41
0.00
0.00
0.00
0.20
0.27
0,36
0.00
0.00
0.00
0.36
0.46
0.55
0.01
0.03
0.07
0.00
0.00
0.00
0.00
0.02
0,04
0.34
0.45
0.54
1.14
1.18
1.22
0.26
0.36
0.46
c.
mm NSL
00 10+
00 10+
00 10+
10 1
15 1
20 1
00 10+
00 10+
00 10
19 1
25 0
31 0
00 9
01 6
04 4
00 10+
00 10+
00 10+
00 10+
01 7
02 4
18 1
24 0
30 0
60 0
64 0
68 0
14 1
20 1
26 0
10 year Design Period DEWAN-LUNDIN & ASSOCIATES
No Growth Factor
Project No. 23235
La Belle Marvin, Inc.
T A B L E
IvIPAsuttm '
TDERBc.'"
R. T.D. T.I. (ft
O N E
MWABI.E RMW
DaIB=N RWA
R.R. T.D. (%
DIAMOND BAR BOULEVARD I State Route 60 to Grand Avenue
Southbound - Lane No. 3
2+50 to 13+00 112 23.4 9.5 50
76
71
14.5
13.5
38
42
10.0 50 68 12.6 46
13+00 to 16+70 63 11.6 9.5 50
76
71
14.5
13.5
0
0
10.0 50 68 12.6 0
G.E.
0.40
0.50
0.58
0.00
0.00
0.00
NSL
21 1
27 0
32 0
00 10+
00 10+
00 10+
10 year Design Period DEWAN-LUNDIN & ASSOCIATES
No Growth Factor
Project No. 23235
La Belle Marvin, Inc.
STREET:
LIMITS:
DIRECTION:
LANE:
DIAMOND BAR BOULEVARD
Grand Avenue to State Route 60
Northbound
1
re 1
PROTECT NO, 23235
FEffr
X100 RRI RR2 RR3 Rano RRI ON
0+00 Centerline of Grand Avenue
December 21, 1995
0+50 Begin Raised Median2+00 61 47 33 77 67 11.0
4+00 67 50 34 .75 74 12.4
4+10 Begin Left Turn Pocket
5+00 End Left TurnPocket6ocke76+
00 51 39 2 56 8.6
8+00 67 54 39 .81 75 12.4
8+95 Begin Left Turn Pocket
10+20 Centerline ofClearCanyon Drive
11+00 22 19 1 6 23 1.6
12+00 53 39 28 .74 54 9.1
14+00 83 66 46 .80 95 16.3
16+00 60 45 34 .75 60 10.8
18+00 48 39 32 .81 48 7.9
20+00 50 39 28 .78 54 8.3
22+00 55 46 40 .84 53 9.6
23+00 Centerline of Steep Canyon Road (Rt.)
24+00 74 55 38 .14 80 14.1
26+0082 64 56 .78 73 16.1
28+00 97 69 49 .71 97 19.7
30+00 62 45 32 .73 63 11.2
31+90 Begin Left Turn Pocket
32+00 63 49 37 .78 65 11.5
33+45 Centerlin46eof Drive
39+00 58 .76 74 10.3 Longitudinal Cracks
36+00 83 68 50 .82 92 16.3 SlighttRavelliLongitudinal Cracks
ng
38+00 90 70 51 .78 96 18.0
40+00 74 55 40 .74 76 14.1 Slight Longitudinal Cracks
Slight Raveling
42+00 99 78 53 .79 115 20.2 Slight Raveling
99+00 71 56 39 .79 80 13.4 Slight Raveling
45+00 NOTE: CONSTRUCTION IN LANE 2
46+00 75 55 34 .73 89 14.4
48+00 69 53 38 .77 74 12.9
48+90 Begin Right Turn Pocket
50+00 77 54 36 .70 81 14.9
52+00 52 34 21 .65 55 8.8
56+00 66 55 433 .83 70 12.22
57+85 Begin Left Turn Pocket
58+00 46 35 24 .76 51 7.4
60+00 66 47 31 .71 71 12.2
62+00
64+00 70 9 57 40 .72 81 15.3
Station Not Included in Sum.
La Belle • Marvin, Inc
STREET: DIAMOND BAR BOULEVARD PRoIECTNo. 23235
LIMITS: Grand Avenue to State Route 60
DIRECTION: Northbound
LANE: 1
66+00 43 33 25 77 44 6.7
67+20 Begin Left Turn Pocket
58 9.3
68+00
69+70
54 43
Centerline
32
of Golden
80
Springs Drive
12.7
70+50 68 48 32
40
71 72
72+00 68 53
59 74 85 15.6
74+00 80
68 53 38 78 74 12.7
76+00
76+70 Begin Left Turn Pocket
78+10 K -Mart Entrance
0 70 90 17.0
79+00 86 60
64 41 68 100 19.0
80+00
81+25
94
Begin Left Turn Pocket
80 14.1
82+00
82+90
74 55
Centerline
38 .74
of Palomino Drive
83+30 Lateral Trench
24 1.8
84+00
85+90
23 20
Centerline
17 .87
R 609n/Off RampofSR7 0.6
86+75 18 19 1
of State Route
16
60
88+40 Centerline
Station Not Included in Sum
La Belle • Marvin, Inc.
STREET: DIAMOND BAR BOULEVARD PROJECT NO. 23235
LIMITS: Grand Avenue to State Route 60
DIRECTION: Northbound
LANE: 2
Paco TD
Fwr
X100 RRI RR2 RR3 Rn no RRt ON Coy rrs
0+00 Centerline of Grand Avenue
December 21, 1995
2+00 84 55 33 .65 92 16.5 Slight Longitudinal Cracks
3+00 101 69 42 .68 113 20.6
5+00 108 64 34 .59 120 22.3 Slight Alligator Cracks
7+00 86 57 35 .66 93 17.0
9+00 136 90 54 .66 150 29.1
11+00 23 19 16 .83 23 1.8
13+00 55 40 28 •73 57 9.6
15+00 92 67 43 .73 104 18.5
17+00 48 34 23 .71 50 7.9.
19+00 44 32 20 .73 51 6.9
21+00 43 27 14 .63 52 6.7
23+00 130 82 48 .63 140 27.6
25+00 79 55 35 .70 86 15.3
27+00 100 68 42 .68 110 20.4
29+00 79 52 34 .66 80 15.3 Alligator Cracks
31+00 80 53 24 .66 117 15.6 Alligator Cracks
33+00 81 61 44 .75 85 15.8 Longitudinal Cracks
35+00 71 50 33 .70 76 13.4 Alligator cks
LongitudinalCracks
37+00 142 94 51 .66 173 30.5 Longitudinal Cracks
39+00 129 99 66 .77 144 27.4
liator cks
41+00 114 76 44 .67 131 23.8
LongitudinalaCracks
43+00 112 77 48 .69 124 23.3 Alligator Cracks
Longitudinal Cracks
45+00 181 114 58 .63 224 39.9
47+00 143 99 58 .69 169 30.8 Slight Alligator Cracks
49+00 66 46 30 .70 71 12.2
51+00 Lateral Trench
51+15 53 39 27 .74 56 9.1
63 78 13.9 Longitudinal Cracks
53+00 73 96 27
55+00 92 63 38 .68 104 18.5 Longitudinal Cracks
57+00 52 38 27 .73 53 8.8 Longitudinal Cracks
59+00 46 33 22 .72 50 7.4 Longitudinal Cracks
59+65 Lateral Trench
61+00 45 32 20 .71 51 7.1
63+00 82 65 47 .79 90 16.1 Longitudinal Cracks
65+00 82 57 38 .70 85 16.1
67+50 71 59 45 .83 77 13.4
72+00 72 47 29 .65 76 13.7
74+00 72 50 34 .69 74 13.7
75+95 Lateral Trench
76+00 97 67 42 .69 107 19.7
77+50 93 68 46 .73 101 18.7
80+00 87 58 38 .67 89 17.3
LaBelle • Marvin, Inc.
STREEr: DIAMOND BAR BOULEVARD
LIMITS: Grand Avenue to State Route 60
DIRECTION: Northbound
LANE: 2
PROI 'rll
PROJECT NO. 23235
Ftp
x100 RRI RR2 RR3 RATIO RRI ON l
82+00 89 60 40 67 90 17.7
83+50 Lateral Trench
16 0.6
84+00 18 15
12
14
11
83
86 13 0.3
86+50
88+70
14
Centerline of State Route 60
La Belle Marvin, Inc.
STREET:
LIMITS:
DIRECTION:
LANE:
DIAMOND BAR BOULEVARD
Grand Avenue to State Route 60
Northbound
3
1!t•
PROIECT NO. 23235
FW. FRRI
XIDO RRI RR2 RR3 RA770 RRI ON
December 21, 1995
0+00 Centerline of Grand Avenue Longitudinal Trench Begins
53+20 BEGIN LANE 3 Northside of Gold Rush Driv
54+00 65 50 35 .77 71 12.0
55+00 56 45 31 .80 65 9.8
56+00 82 68 43 .83 10B 16.1
57+00 79 57 38 .72 85 15.3
58+00 58 41 25 .71 67 10.3
59+00 53 41 28 .77 60 9.1
60+00 61 45 28 .74 72 11.0,
61+00 54 39 27 .72 56 9.3
62+00 65 46 31 .71 68 12.0
63+00 87 60 43 .69 84 17.3
64+00 94 68 48 .72 96 19.0
66+00 57 45 33 .79 61 10.0
67+00 74 57 41 .77 79 14.1
71+00 125 88 59 .70 131 26.4
72+00 97 67 43 .69 104 19.7
73+00 110 73 46 .66 116 22.8
79+00 90 68 47 .76 98 18.0
75+00 106 74 49 .70 112 21.8
75+90 Lateral Trench
76+00 123 86 56 .70 132 25.9
77+00 77
79+00 93 60 38 .65 95 18.7
80+00 116 77 46 .66 129 24.3
81+00 78 57 39 .73 83 15.1
82+00 93 68 47 .73 98 18.7
Begin Right Turn Pocket
83+50 End Lane 3 Northbound
LaBelle • Marvin, Inc
STREEr: DIAMOND BAR BOULEVARD PROJECrNo. 23235
LIMITS: State Route 60 to Grand Avenue
DIRECTION: Southbound
LANE: t
PROI TD
Fi>T CONNRM
x100 RRl --12 RR3 Rn no RRl ON
t Route 60 December 21, 1995
0+00 Centerline of Sta e
Centerline of SR 60 on/Off Ramp2+30
2+90 Begin Raised Median
16 0.9
3+00 19 15 14 79
3+70 Begin Left Turn Pocket
5+20 Centerline of Palomino Drive
104 18.7
5+75 93 63 38
39
68
102 20.4
7+00 100 63 63
8+45 Begin Left Turn Pocket
84 15.1
9+00 78 58 40 74
10+15 K -mart Entrance
68 98 19.9
11+00 96 65
56
c3
36 67 87 16.5
13+00 84
61 44 29 72 67 11.0
15+00
17+00 38 28 18 74 44 5.5
18+00 46 31 21
of Golden
67 46 7.4
Springs Drive
18+50
26+00
Centerline
57 37 23 65 60 10.0
28+00 82 59 41 72 85 16.1
9.8
32+00 56 43 33 77 56
12.4
53 39 27 74 56 9.1
35+00
36+00 Begin Left Turn Pocket
49 8.1
37+00 49 32 21 65
37+25
37+70
Lateral Trench
Centerline of Gold Rush Drive
39+00 83 63 47 76 84
66
16.3
11.7
41+00 64 48
62
35
45
75
76 85 16.1
43+00
95+00
82
125 88 56 70 138 26.4
97+00 71 51 34 72 77
91
13.4
16.5
49+00 84
78
61
60
41
46
73
77 78 15.1
51+00
53+00 55 39 25 71 61 9.6
54+80 Centerline of Tin Drive
55+00 58 37 24 64 57
122
10.3
21.6
57+00 105 78 50
48
74
127 25.7
59+00 122
93
78
69 46
64
74 103 18.7
61+00
63+00 60 47 34 78 65 10.8
63+55 Begin Left Turn Pocket
109 19.4
65+00
65+20
96
Centerline
67
e
41 .70
of4Steep6C8anyo14Drive 2t
67+00 129 8 S
69+00 87 57 32 66 102 17.3
CONSTRUCTION IN LANE 2
Raveling
Lateral Cracks
Longitudinal Cracks
Raveling
La Belle • Marvin, Inc.
La Belle • Marvin, Inc.
DIAMOND BAR BOULEVARD PROJECT No. 23235STREET:
LIMITS: State Route 60 to Grand Avenue
DIRECTION: Southbound
LANE: 1
FST PHa TD
x100 RRI RR2 RR3 RAMO RRI ON Cam ms
71+00 105 67 37 64 121 21.6 Longitudinal Cracks
Raveling
73+00 109 72 46 66 113 22.6 Raveling
75+00 119 78 46 66 132 25.0
76+40 Begin Left Turn Pocket
77+00 36 29 24 81 35 5.0
77+85 Centerline of Clear Creek Canyon Drive
79+00 69 47 29 68 76 12.9
81+00 51 42 28 82 63 8.6
81+50 Begin Left Turn Pocket
83+00 62 46 32 74 66 11.2
85+00 94 68 43 72 108 19.0 Begin Left Turn Pocket
87+00 47 38 29 81 50 7.6
87+80 Centerline of Grand Avenue
La Belle • Marvin, Inc.
STREET: DIAMOND BAR BOULEVARD PROJECT NO. 23235
LIMITS: State Route 60 to Grand Avenue
DIRECTION: Southbound
LANE: 2
FEffr
PROJ TD
X100 RRI RR2 RR3 Rano RR1 ON CDMN MS
0+00 Centerline of State Route 60 December 21, 1995
1+00 15 12 11 .80 13 -0.1
4+00 24 20 18 .83 22 2.1
5+00 Lateral Trench
6+00 95 63 40 .66 99 19.2
8+00 85 58 37 .68 91 16.8
9+00 55 40 28 .73 57 9.6
12+00 80 54 35 .68 83 15.6
14+00 61 45 31 .74 65 11.0
16+00 53 35 23 .66 53 9.1.
18+00 38 26 18 .68 38 5.5
19+30 46 32 21 .70 49 7.4
23+00 55 42 31 .76 57 9.6
24+00 45 33 23 .73 47 7.1
26+50 61 42 28 .69 63 11.0
27+30 Lateral Trench
28+00 69 46 31 .67 68 12.9
30+00 38 27 17 .71 43 5.5
NORTHBOUNDSFROM GOLDEN
TRUCTION IN 3PRI2
N
TO STATION 30+0
32+00 96 60 36 .62 100 19.4
34+00 94 57 31 .61 105 19.0 Longitudinal Cracks
34+60 Lateral Trench
36+00 104 54 26 .52 112 21.4
37+25 Lateral Trench
37+70 Centerline of Gold Rush Drive
38+00 71 44 27 .62 72 13.4
39+05 Begin Patch
40+20 94 58 33 .62 102 19.0
42+00 51 39 30 .76 51 8.6
44+00 120 77 49 .64 121 25.2
44+50 End Patch
46+00 171 115 73 .67 181 37.5
46+25 Begin Patch
47+05 End Patch
48+20 110 64 33 .58 124 22.8
50+00 127 76 43 .60 134 26.9
52+00 208 127 78 .61 207 46.4
54+00 180 107 63 .59 182 39.7
54+85 Centerline of Tin Drive
56+00 120 81 50 .68 131 25.2
58+00 100 65 39 .65 108 20.4
60+00 156 99 59 .63 166 33.9
62+00 205 132 75 .64 232 45.7 Alligator Cracks
64+00 203 131 68 .65 252 45.2 Alligator Cracks
66+00 158 94 50 .59 177 34.4
La Belle • Marvin, Inc.
STREEr: DIAMOND BAR BOULEVARD PROJECT NO. 23235
LIMITS: State Route 60 to Grand Avenue
DIRECTION: Southbound
LANE: 2
La Belle • Marvin, Inc.
PROFWr
X100 RR1 RR2 RR3 RATIO RRi ON 1 C nmurrrs
68+00 169 93 46 55 188 37.0 Alligator Cracks
70+00 285 207 112 73 383
426
65.0
79.7 Alligator Cracks
72+00 346 226 120
45
65
205 35.3 Alligator Cracks
74+00
76+00
162
153
96
94 50
59
61 177 33.2
78+00 105 77 53 73 112 21.6
80+00 84 55 32 65 95 16.5
82+00 69 49 30 71 80 12.9
83+80 Lateral Trench
84+00 94 67 46 71 98 19.0
85+30 Begin Right Turn Pocket
86+00 103 69 46 67 103 21.1
87+80 Centerline of Grand Avenue
La Belle • Marvin, Inc.
La Belle • Marvin, Inc.
DIAMOND BAR BOULEVARD PROJECT No. 23235
STREET:
LIMITS: State Route 60 to Grand Avenue
DIRECTION: Southbound
LANE: 3
FlEr
PROI TD
x100 RRI RR2 RR3 RA770 RRI ON I Oly"Ms
0+00 Centerline of State Route 60 Decembgin
er
21, 1995
Trench
2+50 BEGIN LANE 3
18 14 13 15 0.6
4+00
4+60 31 22 17
78
71 28 3.6
4+95 Lateral Trench
6+00 85 52 33 61 82 16.8
7+50 103 61 37 59 101 21.1
8+00 95 61 39 64 95 19.2
8+90 Lateral Trench
9+00 101 66 43 65 101 20.6
10+00 114 74 46 65 119 23.8
10+95 Lateral Trench
11+00 99 66 48 67 91 20.2
12+00 90 48 26 53 89 18.0
13+00 111 70 43 63 114 23.1
13+20 Lateral Trench
14+00 52 35 23 67 53 8.8
14+70 Lateral Trench
15+00 28 17 11 61 26 3.0
16+00 Lateral Trench
16+10 64 44 29 69 67 11.7
16+70 End Lane 3 Southbound
La Belle • Marvin, Inc.
Project No. 23235
con Log
Cores obtained on December 29, 1995
January 2, 1996
Diamond Bar, California
C®>ee Il2-64
Lane
Diamond Bar BoulevGrandardq NAven e nC enterline
1
590' North of
36' West of Curb Face
Asphalt Concrete: 7 112"
Aggregate Base: 4"
SandMediumBrownClayey
Moisture Content: 14.8%
Core Il2-65
Diamond Bar Boulevard, Northbound, Lane 2
1770' North of Grand Avenue Centerline
13' West of Curb Face
Asphalt Concrete: 8 112
Aggregate Base: 5 314"
Medium Brown Silty Sand
Moisture Content: 17.1%
12-66
Diamond Bar Boulevard, Northbound) Lane
line
2960' North of Grand
34' West of Curb Face
Asphalt Concrete: 8"
Aggregate Base: 3"
Medium Brown Gravelly Silty Sand
Moisture Content: 8.9%
I,111jeh e • xUrvin
Project No. 23235
Cove 12;-67
Diamond Bar Boulevard, Northbound, Lane 2
4170' North of Grand Avenue Centerline
13' West of Curb Face
Asphalt Concrete: 8"
Aggregate Base: 3 112"
Medium Brown Clayey Sand
Moisture Content: 16.6%
Cora 12-68
Diamond Bar Boulevard, Northbound, Lane 3
5460' North of Grand Avenue Centerline
6' West of Curb Face
Asphalt Concrete: 6"
Aggregate Base: 4 112"
Yellow Brown Clayey Sand
Moisture Content: 12.7%
Diamond Bar Boulevard, Northbound, Lane 1
6500' North of Grand Avenue Centerline
24' West of Curb Face
Asphalt Concrete: 8"
Aggregate Base: 9 112"
Yellow Brown Gravelly Sand
Moisture Content: 14.0%
Coins 12-70
Diamond Bar Boulevard, Northbound, Lane 2
7620' North of Grand Avenue Centerline
25' West of Curb Face
Asphalt Concrete: 6"
Aggregate Base: 12 112"
Medium Brown Gravelly Clayey Sand
Moisture Content: 9.7%
Project No. 23235
COTO a-,
Diamond Bar Boulevard, Southbound, Lane 2
5250' South of State Route 60
13' East of Curb Face
Asphalt Concrete: 6"
Aggregate Base: 2 112"
Medium Brown Gravelly Silty Sand
Moisture Content: 9.7%
COTO 1-2
Diamond Bar Boulevard, Southbound, Lane 1
6640' South of State Route 60
26' East of Curb Face
Asphalt Concrete: 5 112"
Aggregate Base: 1 112"
Dark Brown Clayey Silt
Moisture Content: 19.2%
COTO 1-3
Diamond Bar Boulevard,
Southbound, Lane 2
7635' South of State Route 60
11' East of Curb Face
Asphalt Concrete: 0 112"
Aggregate Base: 1 112"
Medium Brown Gravelly Sand
Moisture Content: 7.2%
Ii
I.nlicllc • s r i
R -VALUE GRAPHICAL PRESENTATION
1.0 2.0 3.0
COVER THICKNESS BY EXPANSION, FT.
11
m 350
J 300
LOU
9G
z
80 N
70
w
60 0
50
40
30
20
10 0U
0
4.0
11.0 in. 0 13.0
is MOISTURE AT FABRICATION
ILO U-0 13-0
MOISTURE
R—VALUE vs. EXUD. PEES. T by EXUDATION
EXUD. T vs. EXPAN. T A A A T by EXPANSION
REMARKS
lildil,l' N; • llkwllw%vlll
PROFESSIONAL PAVEMENT ENGINEERING
4.0
3.0
W
1.0
C
1' 1
1
11 1/ .11 11 11 11 11 11
I
all
ml fog
aim OWN
Nil
KIM
css
1P.6-1
s
ar
i6g9i 3rai
g u2,2
ci CSi ja St", mpr.g
11aaem H i„6dii
L'11 IN
d131 0G5 9.r
MEMO
Him al
1.0 2.0 3.0
COVER THICKNESS BY EXPANSION, FT.
11
m 350
J 300
LOU
9G
z
80 N
70
w
60 0
50
40
30
20
10 0U
0
4.0
11.0 in. 0 13.0
is MOISTURE AT FABRICATION
ILO U-0 13-0
MOISTURE
R—VALUE vs. EXUD. PEES. T by EXUDATION
EXUD. T vs. EXPAN. T A A A T by EXPANSION
REMARKS
lildil,l' N; • llkwllw%vlll
PROFESSIONAL PAVEMENT ENGINEERING
4.0
3.0
W
1.0
C
R -VALUE GRAPHICAL PRESENTATION
Ctrl:T
400
PROJECT NO. 350
010
300BORINGNO.
u7mm
DATE 11101% v) 200
U-1
t:l
c
q a- 100-0TRAFFICINDEXAcrI)M!:d occ)
u 0R -VALUE BY EXUDATION CDC)
99
R -VALUE By EXPANSION
C)
Ctrl:T
am=
WE
t:l
11.0 0,0 13.0
ro MOISTURE AT FABRICATION
4.0
3.0
2.0
1.0
El
am=
WE
99
oil
sm am.
owl
RrAl
ow go
raIlli
4.0
3.0
2.0
1.0
El
R -VALUE GRAPHICAL PRESENTATION
PROJECT N0.
IAmon
BORING NO.
DATE II5/%
TRAFFIC INDEX Qcct/MCLd-Y,0
R -VALUE BY EXUDATION db
R -VALUE BY EXPANSION
Ann 700 600 500 400 300 200 100
1.0 2.0 3.0
COVER THICKNESS BY EXPANSION, FT.
m 350
J 300
wo:
200
w
100
C) 0f-
d 0
ac) 0U
LOU
9G rl
z
80
C
70
w
60 0
H N
50 p1
40 w
01Vl
30
H
20 ri
a
10 0
8
0
4.0
5.0 6.0 I L. o
b MOISTURE AT FABRICATION
1-5.0 iLo -ZO
MOISTURE
R -VALUE vs. EXUD. PRES. 14
T by EXUDATION
EXUD. T vs. EXPAN. T A A n_ T by EXPANSION
REMARKS G =
lallkIks, • X1111-Tiu
pROFESSIONAL PAVEMENT ENOINEERINO
4.0
3.0
2,0
1.0
Project No. 23235
APPENDIX "A"
I.nitcllc • All:irrill
Project No. 23235
the Projected Road Rater value calculated. Comparison of the Projected
RR1 and the Measured RRl provides information relative to subgrade
response and asphalt concrete stiffness.
TD ON 1 - The measured Road Rater sensor number one under load
converted to an equivalent Traveling Deflectometer unit. The basis of
conversion is: T.D. = (R.R. x 0.01 x 24.1) - 3.7
EXPLANATION OF LISTINGS ON TABLE ONE
Table One is a statistical accumulation of measured deflection values
obtained during field testing. Individual deflection test data was reviewed
and grouped according to data trends and engineering judgment.
Contained within the Table One is the limits of evaluation, the 80th
percentile measured deflection, the allowable deflection, overlay
requirements and the Nominal Service Life. The following is a more
detailed explanation of the various information contained in Table One.
STREET AND LIMITS - The roadway studied is separated by lane,
direction of travel and stationing. The station limits selected represent
areas of like deflection determined during the engineering review of data
and field conditions.
Lidicallc • Alsi vin
Project No. 23235
MEASURED DEFLECTION
R.R. - The 80th percentile deflection value, representing the strength
under loading of the section being evaluated, reported in inches times 10-
5
T.D. - The 80th percentile deflection value in Traveling Deflectometer
units, 10-3 inches.
T.I. - The Traffic Index used for evaluation of the specific test loading.
The Traffic Index represents the anticipated accumulation of equivalent
axle loads within the design period.
T' - The thickness of existing surfacing material provided.
ALLOWABLE DEFLECTION - The maximum permissible deflection value
where no reinforcement is necessary. The calculated maximum value is
based upon asphalt concrete thickness and traffic index as determined per
Caltrans Test Method 356. The allowable deflection is reported in both
Road Rater (R.R.) and Traveling Deflectometer (T.D.) units.
LaBelle 9 At1nIn
Project No. 23235
RED. REQ'D (%) - The percent reduction in measured deflection to match
tolerable or allowable deflection levels, based upon Traveling
Deflectometer conversions.
G.E. REQ'D (FT.) - The equivalent thickness, in feet, of rock base required
to effect the specified deflection reduction.
A.C. REQ'D (FT.) - The equivalent asphalt concrete thickness required to
effect the specified deflection reduction.
NSL (YRS.) - The nominal service life is a computation of the time it would
take to generate the number of equivalent axle loads permissible based
upon measured strengths. The NSL should be considered as an ordering
tool due to variations in growth rates and actual axle loading within
specific times of the design period.
9
Project No. 23235
TECHNICAL DETAILS ON ROAD RATER & DEFLECTION ANALYSIS
TEST EQUIPMENT
The Road Rater is a non-destructive hydraulic test apparatus which
measures the stiffness of a pavement by applying a dynamic load. It is
equipped with electronic instrumentation which measures and displays the
deflection at the point where the force is applied and one or more other
nearby points. Additional details will be provided if desired. Following
are specific operation data for this study.
TEST FREQUENCY = 25 Hertz
FORCE AMPLITUDE = 58 Mils
AIR PRESSURE -Transfer Pods = 35 psig
AIR PRESSURE -Support Pods = 47 psig
STATIC LOADING = 5333 Newtons
OSCILLATING LOADING = 2534 Newtons
DEFLECTION ANALYSIS BIBLIOGRAPHY
I. The State of California, Department of Public Works, Division of
Highways, Materials Manual -Volume I, Test Method CAL 356
Lnitcllc • AlstrAn
Project No. 23235
2. The Asphalt Institute Publication, "Asphalt Overlays and Pavement
Rehabilitation" MS -17
3. Flexible Pavement, Structural Section Design Guide for California Cities
and Counties
4. International Conference on the Structural Design of Asphalt,
Proceedings 1962, 1967, 1972 and 1982 - Various Papers
5. A Guide to the Structural Design of Flexible and Rigid Pavements in
Canada; Canadian Good Roads Association, September 1975 and
Australia Method, 1982
6. Various Technical Memorandums and Reports presented by:
a) American Society of Civil Engineers, Soils Mechanics Division and
Transportation Division
b) Highway Research Board Records and Special Reports on
Pavement Performance
c) FHWA, FAA and miscellaneous Federal and State Reports relative
to Deflection Analysis
LaBelle • Aftardn