Loading...
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