HomeMy WebLinkAbout20230208171405351 SPECIFICATIONS AREA 2 SLURRY1
DEPARTMENT OF PUBLIC WORKS
CONTRACT DOCUMENTS AND SPECIFICATIONS
FOR
RESIDENTIAL & COLLECTOR STREETS REHABILITATION (AREA 2)
AND
ARTERIAL STREETS REHABILITATION
(GOLDEN SPRINGS DRIVE FROM BREA CANYON ROAD TO GRAND AVENUE)
FY 2022-2023 PROGRAM
PROJECT NO. SI23102 & SI23103
All Questions Regarding This Project
Are To Be Directed To:
Mr. Christian Malpica
Associate Engineer
City of Diamond Bar
(909) 839-7042
Andrew Chou, Mayor
Stan Liu, Mayor Pro Tem
Ruth Low, Council Member
Chia Yu Teng, Council Member
Steve Tye, Council Member
Daniel Fox, City Manager
January 2023
CITY OF DIAMOND BAR
CONTRACT DOCUMENTS AND SPECIFICATIONS
RESIDENTIAL & COLLECTOR STREETS REHABILITATION (AREA 2)
AND
ARTERIAL STREETS REHABILITATION
(GOLDEN SPRINGS DRIVE FROM BREA CANYON ROAD TO GRAND AVENUE)
FY 2022-2023 PROGRAM
PROJECT NO. SI23102 & SI23103
By:
Kurt Pedersen, R.C.E. 69745 Date
PREPARED BY: RKA CONSULTING GROUP
398 LEMON CREEK DRIVE, SUITE E
WALNUT, CALIFORNIA 91789
TELEPHONE: (909)594-9702
The City Clerk of the City of Diamond Bar, California will
receive online via PlanetBids, until, 2:00 P.M. on March 8,
2023 proposals for the performance of the above described
services.
1/31/23
TOC-1
TABLE OF CONTENTS
ITEMS PAGES
PART I - BIDDING AND CONTRACTUAL DOCUMENTS
NOTICE INVITING SEALED BIDS 1 - 3
INFORMATION FOR BIDDERS 4 - 12
PROPOSAL FORM 13 - 14
BID SCHEDULE 15 - 20
LIST OF SUBCONTRACTORS 21
DECLARATION OF ELIGIBILITY TO CONTRACT 22 - 23
BIDDER'S VIOLATION OF LAW/SAFETY QUESTIONNAIRE 24
CONTRACTOR’S INDUSTRIAL SAFETY RECORD 24 - 25
AFFIDAVIT FOR CO-PARTNERSHIP FIRM 26
AFFIDAVIT FOR CORPORATION BIDDER 27
AFFIDAVIT FOR INDIVIDUAL BIDDER 28
AFFIDAVIT FOR JOINT VENTURE 29
FAITHFUL PERFORMANCE BOND 30 - 31
LABOR AND MATERIAL BOND 32 - 33
BID BOND 34 - 35
CERTIFICATE OF NON-DISCRIMINATION
AND AFFIRMATIVE ACTION 36
CERTIFICATE WITH REGARD TO THE PERFORMANCE
OF PREVIOUS CONTRACTS OR SUBCONTRACTS 37
NON-COLLUSION AFFIDAVIT 38
CONTRACT AGREEMENT 39 - 47
TOC-2
TABLE OF CONTENTS
(Continued)
ITEMS PAGES
PART II - GENERAL PROVISIONS GP-1 - GP-17
PART III- SPECIAL PROVISIONS SP-1 - SP-19
PART IV - TECHNICAL PROVISIONS TP-1 – TP-55
PART V - APPENDICES
APPENDIX A – STREET SWEEPING SCHEDULE
APPENDIX B – CONSTRUCTION & DEMOLITION REQUIREMENTS
APPENDIX C – STANDARD PLANS
APPENDIX D – RAISED PAVEMENT MARKERS PRODUCT SHEETS
APPENDIX E – PREFORMED THERMOPLASTIC PRODUCT SHEETS
PART I
BIDDING AND CONTRACTUAL
DOCUMENTS
1
CITY OF DIAMOND BAR
NOTICE INVITING SEALED BIDS
RESIDENTIAL & COLLECTOR STREETS REHABILITATION (AREA 2)
AND
ARTERIAL STREETS REHABILITATION
(GOLDEN SPRINGS DRIVE FROM BREA CANYON ROAD TO GRAND AVENUE)
FY 2022-2023 PROGRAM
PROJECT NO. SI23102 & SI23103
RECEIPT OF PROPOSALS: Proposals will be received online via
PlanetBids™(https://www.diamondbarca.gov/712/RFP-RFQ-BID-
opportunities), until 2:00 P.M. on March 8, 2023 for the furnishing of
all labor and materials and equipment for the application of Type II
Slurry Seal, the application of Cape Seal, edge grind and overlay,
local AC removal and restoration, ADA Curb Ramp Improvements and other
incidental and appurtenant work. Bids shall be submitted online via
PlanetBids™ and titled "Bid for the RESIDENTIAL & COLLECTOR STREETS
REHAB (AREA 2) AND ARTERIAL STREETS REHABILITATION. DO NOT OPEN UNTIL
2:00 PM on March 8, 2023" No proposal will be considered from a
Contractor who is not licensed as either a Class A or C-12 Contractor
at time of award in accordance with the provisions of the Contractor’s
License Law (California Business and Professions Code, Section 7000 et
seq.) and rules and regulations adopted pursuant thereto or to whom a
proposal form has not been issued by the City of Diamond Bar. The
proposals will be publicly opened and read virtually via GoTo Meeting
at 2:00 P.M. on March 8, 2023. A link to the virtual bid opening will
provided on PlanetBids™ and on the City website
(https://www.diamondbarca.gov/712/RFP-RFQ-BID-Opportunities).
DESCRIPTION OF WORK: The work to be performed or executed under these
plans and specifications consists of and includes the application of
cape seal, slurry sealing of the existing pavement; AC edge grind and
overlay; signing and striping; removal and replacement of PCC; drainage
improvements; ADA Curb Ramp Improvements; and other incidental and
appurtenant work necessary for the proper construction of the
contemplated improvement, as indicated on the plans and contained
within the specifications.
START OF WORK: Work shall begin within 10 calendar days from the date
the Notice to Proceed is issued by the City. Work shall begin no later
than July
COMPLETION OF WORK: All work shall be completed within sixty (60)
working days from the date the Notice to Proceed is issued by the City.
ENGINEER'S ESTIMATE : The RESIDENTIAL & COLLECTOR STREETS
REHABILITATION (AREA 2) AND ARTERIAL STREETS REHABHILITATION (GOLDEN
2
SPRINGS DRIVE FROM BREA CANYON ROAD TO GRAND AVENUE) PROJECT Base Bid
is estimated to cost $3,200,000 all in accordance with the provisions
of the Plans, Specifications, Notices and Instructions to Bidders.
OBTAINING CONTRACT DOCUMENTS: Plans and Specifications and all
contract documents may be obtained at Planet Bids
(https://www.diamondbarca.gov/712/RFP-RFQ-BID-Opportunities).
BID BOND GUARANTEE: Each bid must be accompanied by cash or by a
cashier's or certified check or by a bid bond in the amount of ten
percent (10%) of the bid price payable to the City of Diamond Bar as
a guarantee that the bidder, if his proposal is accepted, will 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 price, and a
Labor and Material Bond in an amount not less than one hundred percent
(100%) of the contract price. Said bonds to be secured from a surety
company authorized to do business in the State of California, and
subject to the approval of the City Attorney.
MINIMUM QUALIFICATIONS OF BIDDERS: Prospective bidders should examine
the minimum qualifications found in number 15 of the “Information for
Bidders” section, pages 4 through 12. Bidders who do not meet the
minimum qualifications should not submit a bid, as the bids will be
considered nonresponsive.
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 shall
be paid less than the above referenced prevailing wage rate. A copy
of said rates shall be posted at each job site during the course of
construction.
4
INFORMATION FOR BIDDERS
1. PREPARATION OF BID FORM: The City invites bids on the form
attached to be submitted at such time and place as is stated in
the Notice Inviting Sealed Bids. All bids should be made in
accordance with the provisions of the Standard Specifications for
Public Works Construction, Latest Edition (with all supplements).
All blanks on the bid form must be appropriately filled in. All
bids shall be submitted either online via PlanetBids™ or in sealed
envelopes bearing on the outside the name of the bidder, his
address, and the name of the project for which the bid is
submitted. It is the sole responsibility of the bidder to see
that the bid is received in the proper time. Any bid received
after the scheduled closing time for receipt of bids will be
returned to the bidder unopened.
2. BID BOND GUARANTEE: Each proposal shall be accompanied by cash
or by a cashier's or certified check or by a bid bond in the
amount of not less than ten percent (10%) of the amount named in
the proposal. Said check or bond shall be made payable to the
City Clerk of the City of Diamond Bar and shall be given as a
guarantee that the bidder, if awarded the work, will enter into
a contract within ten (10) days after written notice of the award
and will furnish the necessary bonds as hereinafter provided. In
case of refusal or failure to enter said contract, the check or
bond, as the case may be, shall be forfeited to the City. No
bidder's bond will be accepted unless it conforms substantially
to the form furnished by the City, which is bound herein, and is
properly filled out and executed.
3. SIGNATURE: The bid must be signed in the name of the bidder and
must bear the signature in longhand of the person or persons duly
authorized to sign the bid on behalf of the bidder.
4. MODIFICATIONS: Changes in or addition to the bid form,
recapitulations of the work bid upon, alternative proposals or
any other modifications of the bid form which is not specifically
called for in the contract documents may result in the Owner's
rejection of the bid as not being responsive to the invitation to
bid. No oral or telephonic modification of any bid submitted
will be considered but a telegraphic modification of any bid
submitted will be considered and only if a postmark evidences
that a confirmation of the telegram duly signed by the bidder was
placed in the mail prior to the opening of bids. Modification of
the electronic bids on PlanetBids™ may also be considered if
modifications were completed prior to the opening of the bids.
The bid submitted must not contain any erasures, interlineation,
5
or other corrections unless each such correction is suitably
authenticated by affixing in the margin immediately opposite the
correction the surname or surnames of the person or persons
signing the bid.
5. DISCREPANCIES IN THE PROPOSALS: In case of discrepancy between
words and figures, the words shall prevail. If the amounts bid
on individual items (if called for) do not in fact add to the
total amount shown by the bidder, the correctly added total of
the individual items shall prevail over the total figure shown.
The estimated quantities and amounts are for the purpose of
comparison of bids only. The City Council of the City of Diamond
Bar reserves the right to reject any or all bids and to waive any
irregularity or informality in any bid to the extent permitted by
law.
6. BIDDER'S EXAMINATION OF SITE: Each bidder shall examine carefully
the site of the proposed work and the contract documents
therefore. It will be assumed that the bidder has investigated
and is satisfied as to the conditions to be encountered as to the
character, quality, and quantity of materials to be furnished,
and as to the requirements of the contract, specifications and
drawings. The name of the individual who examined the site of
the work and the date of such examination shall be stated in the
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 meet all the difficulties attending the execution of the
proposed contract before the delivery of his proposal, and agrees
that if he is awarded the contract, he will make no claim against
the City of Diamond Bar based on ignorance or misunderstanding of
the contract provisions.
7. WITHDRAWAL OF BIDS: Any bidder may withdraw his bid either
personally, by written request, or by telegraphic request
confirmed in the manner specified above at any time prior to the
scheduled closing time for receipt of bids.
8. INSURANCE AND BONDS: The Contractor shall not commence work under
this contract until he has secured all insurance and bonds
required under this section nor shall he allow any Subcontractor
to commence work on this subcontract until all similar insurance
issued in compliance with this section shall be issued in the
form, and be an insurer of the insurers, satisfactory to and first
approved by the City in writing. Certificates of Insurance in
the amounts required shall be furnished by the Contractor to the
City prior to the commencement of work.
6
The Contractor shall maintain adequate Workmen's Compensation
Insurance under the laws of the State of California for all labor
employed by him or by any subcontractor under him who may come
within the protection of such Workmen's Compensation Insurance
laws.
The Contractor shall maintain public liability insurance to
protect said Contractor and the City against loss from liability
imposed by law, for damages on account of bodily injury, including
death resulting therefrom, suffered or alleged to have been
suffered by any person or persons, other than employees, resulting
directly or indirectly from the performance or execution of this
contract or any subcontract thereunder, and also to protect said
Contractor and the City against loss from liability imposed by
law, for damage to any property. Damage insurance shall be
maintained by the Contractor in full force and effect during the
entire period of performance under this contract, in the amount
of not less than $2,000,000 for one person injured in the accident
and in the amount of not less than $2,000,000 for more than one
person injured in one accident and in the amount of not less than
$1,000,000 with respect to any property damage aforesaid.
The Contractor shall secure with a responsible corporate surety,
or corporate sureties, satisfactory bonds conditioned upon
faithful performance by the Contractor of all requirements under
the contract and upon the payment of claims of materials, men and
laborers thereunder. The Faithful Performance Bond shall be in
the sum of not less than one hundred percent (100%) of the
estimated aggregate amount of the payment to be made under the
contract computed on the basis of the prices stated in the
proposal. The Labor and Material Bond shall be in the sum of not
less than one hundred percent (100%) of the estimated aggregate
amount of the payments to be made under the contract computed on
the basis of the prices stated in the proposal.
9. INTERPRETATION OF PLANS AND DOCUMENTS: If any person
contemplating submitting a bid for proposed contract is in doubt
as to the true meaning of any part of the drawings,
specifications, or other contract documents, or finds
discrepancies in, or omissions from the drawings and
specifications, he may submit to the City a written request for
an interpretation or correction thereof. The person submitting
the request will be responsible for its prompt delivery no later
than three working days before bid opening. Any interpretation
or correction of the contract documents will be made only by
7
Addenda duly issued and a copy of such Addendum will be mailed or
delivered to each person receiving a set of the contract
documents. 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.
10. DISQUALIFICATION OF BIDDERS: More than one proposal from an
individual, firm partnership, corporation, or association under
the same or different names, will not be considered. Reasonable
grounds for believing that any bidder is interested in more than
one proposal for the work contemplated will cause the rejection
of all proposals in which such bidder is interested. If there is
reason for believing that collusion exists among the bidders, all
bids will be rejected and none of the participants in such
collusion will be considered in future proposals.
No award will be made to any bidder who cannot give satisfactory
assurance as to his ability to carry out the Contract, both from
his financial rating and by reason of his previous experience as
a Contractor on work of the nature contemplated in the Contract.
The bidder may be required to submit his record of work of similar
nature to that proposed under these specifications, and
unfamiliarity with the type of work may be sufficient cause for
rejection of the bid.
11. INELIGIBLE SUBCONTRACTORS: The successful bidder shall be
prohibited from performing work on this project with a
Subcontractor who is ineligible to perform work on the project
pursuant to Section 1777.1 or 1777.7 of the Labor Code.
12. AWARD OF CONTRACT: No proposal will be considered from a
Contractor who is not licensed as either Class A or C-12
Contractor at time of award in accordance with the provisions of
the Contractor’s License Law (California Business and Professions
Code, Section 7000 et seq.) and rules and regulations adopted
pursuant thereto or to whom a proposal form has not been issued
by the City of Diamond Bar. The City will award the Contract to
the lowest responsible bidder for the total base bid amount whose
bid complies with the requirements of the contract documents and
specifications. The award, if made, will be made within ninety
(90) calendar days after the opening of the proposals; provided
that the award may be made after said period if the successful
bidder has not given the City written notice of the withdrawal of
its bid.
8
13. ALTERNATES: If alternate bids are called for, the Contract may
be awarded at the election of the governing board to the lowest
responsible bidder on the base bid.
14. COMPETENCY OF BIDDERS: In selecting the lowest responsible
bidder, consideration will be given not only to the financial
standing but also to the general competency of the bidder
including qualifications, references, proper licensing, adequate
workforce and experience for the performance of the work covered
by the proposal.
15. QUALIFICATION OF BIDDERS: Each bidder shall be skilled and
regularly engaged in the general class or type of work called for
under the contract. A statement setting forth his/her experience
shall be submitted by each bidder on the EXPERIENCE STATEMENT
form provided.
9
EXPERIENCE STATEMENT
To be responsive, the bidder must list below a minimum of three public
agencies for which bidder has performed similar work within the past five
years. Only projects in excess of $1,000,000 each qualify as similar for this
project.
1. Project Title
Contract Amount
Type of Work
Client
Agency Project Manager Phone
Date Completed % Subcontracted
2. Project Title
Contract Amount
Type of Work
Client
Agency Project Manager Phone
Date Completed % Subcontracted
3. Project Title
Contract Amount
Type of Work
Client
Agency Project Manager Phone
Date Completed % Subcontracted
NOTE: If requested by the City, the bidder shall furnish a certified
financial statement, references, and other information sufficiently
comprehensive to permit an appraisal of his current financial condition.
Bidder's Signature
10
Each bidder shall possess a valid Contractor's License
issued by the Contractor's State License Board at the time
his/her bid is submitted. The class of license shall be
applicable to the work specified in the contract. Each bidder
shall also have no less than five (5) years of experience in
the magnitude and character of the work bid.
Bidder Qualifications called for to be submitted at time of
bid include, but are not necessarily limited to:
1. The Contractor shall have been in business under the same
name and California Contractors License for a minimum of
five (5) continuous years prior to the bid opening date for
this Project. The license used to satisfy this requirement
shall be of same type required by the contract.
2. License classification shall be as required by the
contract specifications.
3. The Contractor shall have five (5) years of experience in
the application of Polymer Modified Asphaltic Emulsion Chip
Seal.
4. The Contractor shall perform at least 50% of contract
with its own forces.
16. LISTING SUBCONTRACTORS: Each bidder shall submit a list of the
proposed Subcontractors on this project as required by the
Subletting and Subcontracting Fair Practices Act (Government Code
Section 4100 and following). Forms for this purpose are furnished
with the contract documents. The name and location of business
of any Subcontractor who will perform work exceeding 1/2 of 1% of
the Prime Contractor's total bid or ten thousand dollars
($10,000.00), whichever is greater, must be submitted with the
bid. Any other information regarding the foregoing
Subcontractors that is required by City to be submitted may be
submitted with the bid, or may be submitted to City up to twenty-
four (24) hours after the deadline established herein for receipt
of bids. The additional information must be submitted by the
bidder to the same address and in the same form applicable to the
initial submission of bid.
17. WORKER'S COMPENSATION: In accordance with the provisions of
Section 3700 of the Labor Code, the Contractor shall secure the
payment of compensation to his employees. The Contractor shall
sign and file with the City the following certificate prior to
performing the work under this contract: "I am aware of the
provisions of Section 3700 of the Labor Code which require
compensation or to undertake self-insurance in accordance with
11
the provisions of that code, and I will comply with such
provisions before commencing the performance of the work of this
contract." The form of such certificate is included as part of
the contract documents.
18. BID DEPOSIT RETURN: Deposits of three or more low bidders, the
number being at the discretion of the City, will be held for sixty
(60) days or until posting by the successful bidder of the Bonds
required and return of executed copies of the Agreement, whichever
first occurs, at which time the deposits will be returned after
consideration of the bids.
19. EXECUTION OF CONTRACT: The bidder to whom award is made shall
execute a written contract with the City on the Agreement Form
provided, and shall secure all insurance and bonds as herein
provided within ten (10) days from the date of written notice of
the award. Failure or refusal to enter into a contract as herein
provided, or to conform to any of the stipulated requirements in
connection therewith shall be just cause for the annulment of the
award and the forfeiture of the proposal guarantee.
If the successful bidder refuses or fails to execute the Contract,
the City may award the Contract to the second lowest responsible
bidder. If the second lowest 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 to execute the Contract, such
bidder's guarantees shall be likewise forfeited to the City. The
work may then be re-advertised.
20. "OR EQUAL": Pursuant to Division 5, Chapter 4, Article 4
(commencing at #4380) Government Code, all specifications shall
be deemed to include the words "or equal", provided however that
permissible exceptions hereto shall be specifically noted in the
specifications.
21. EMPLOYMENT OF APPRENTICES: The Contractor, and all
Subcontractors, shall comply with the provisions in Sections
1777.5, (Chapter 1411, Statutes of 1968), and 1777.6 of the
California Labor Code concerning the employment of apprentices.
The Contractor and any Subcontractor under him shall comply with
the requirements of said sections in the employment of
apprentices; however, the Contractor shall have full
responsibility for compliance with said Labor Code section, for
all apprenticeable occupations, regardless of any other
contractual or employment relationships alleged to exist. In
addition to the above State Labor Code Requirements regarding the
employment of apprentices and trainees, the Contractor and all
12
Subcontractors shall comply with Section 5 a. 3, Title 29 of the
Code of Federal Regulations (29CFR).
22. EVIDENCE OF RESPONSIBILITY: Upon the request of the City, a
bidder whose bid is under consideration for the award of the
Contract shall submit promptly to the City satisfactory evidence
showing the bidder's financial resources, his/her construction
experience, and his/her organization and plant facilities
available for the performance of the contract.
23. WAGE RATES: The Contractor and/or Subcontractor shall pay wages
as indicated in the "Notice Inviting Sealed Bids" section of these
specifications. The Contractor shall forfeit as penalty to the
City of Diamond Bar, two hundred dollars ($200.00) for laborers,
workmen, or mechanics employed for each calendar day, or portion
thereof, if such laborer, workman or mechanic employed is paid
less than the general prevailing rate of wages herein referred to
and stipulated for any work done under the proposed contract, by
him, or by any Subcontractor under him, in violation of the
provisions of the Labor Code, and in particular, Sections 1770 to
1781 inclusive. Copies of all collective bargaining agreements
relating to the work as set forth in the aforementioned Labor
Code are on file with the Department of Industrial Relations,
Division of Labor Statistics and Research.
24. PERMITS, FEES AND LICENSES: The Contractor shall possess a valid
City of Diamond Bar Business License prior to the issuance of the
first payment made under this Contract.
25. TIME OF COMPLETION AND LIQUIDATED DAMAGES: Bidder must agree to
commence work on the date of written "Notice to Proceed" of the
City and to fully complete the project within sixty (60) working
days thereafter. Bidder must agree also to pay as liquidated
damages, the sum of seven hundred fifty dollars ($750.00) for
each calendar day thereafter.
13
BIDDER'S PROPOSAL
FOR
RESIDENTIAL & COLLECTOR STREETS REHABILITATION (AREA 2)
AND
ARTERIAL STREETS REHABILITATION
(GOLDEN SPRINGS DRIVE FROM BREA CANYON ROAD TO GRAND AVENUE)
FY 2022-2023 PROGRAM
PROJECT NO. SI23102 & SI23103
Date , 20 .
To the City Council of the City of Diamond Bar:
The Undersigned hereby declares:
(a) That the only persons or parties interested in this proposal as
principals are the following:
(If the bidder is a corporation, give the name of the corporation
and the name of its president, secretary, treasurer, and manager.
If a co-partnership, give the name under which the co-partnership
does business, and the names and addresses of all co-partners.
If an individual, state the name under which the contract is to
be drawn.)
(b) That this proposal is made without collusion with any person,
firm or corporation.
(c) That he/she has carefully examined the location of the proposed
work and has familiarized himself/herself with all of the physical
and climatic conditions, and makes this bid solely upon his/her
own knowledge.
(d) That by submitting this Bidder's Proposal, he/she acknowledges
receipt and knowledge of the contents of those communications
sent by the City of Diamond Bar to him/her at the address
furnished by him/her to the City of Diamond Bar when this Proposal
Form was obtained.
(e) That he/she has carefully examined the specifications, both
general and detail, and the drawings attached hereto, and
14
communications sent to him/her as aforesaid, and makes this
proposal in accordance therewith.
(f) That, if this bid is accepted he/she will enter into a written
contract for the performance of the proposed work with the City
of Diamond Bar.
(g) That he/she proposes to enter into such Contract and to accept in
full payment for the work actually done thereunder the prices
shown in the attached schedule. It is understood and agreed that
the quantities set forth are estimates, and that the unit prices
will apply to the actual quantities whatever they may be.
Accompanying this Proposal is a Certified or Cashier's Check or
Bidder's Bond, payable to the order of the City of Diamond Bar in the
sum of DOLLARS $ .
Said Bidder's Bond has been duly executed by the undersigned bidder
and by a financially sound surety company authorized to transact
business in this state.
It is understood and agreed that should the Bidder fail within ten
(10) days after award of contract to enter into the contract and
furnish acceptable surety bonds, then the proceeds of said check, or
Bidder's Bond, shall become the property of the City 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 the
undersigned, or the Bidder will be released from the Bidder's Bond.
Address of Bidder Telephone of Bidder
City Zip Code Signature of Bidder
15
BID SCHEDULES
CITY OF DIAMOND BAR
CONTRACT DOCUMENTS AND SPECIFICATIONS
BID SCHEDULE: RESIDENTIAL & COLLECTOR STREETS REHABILITATION
(AREA 2)
AND
ARTERIAL STREETS REHABILITATION
(GOLDEN SPRINGS DRIVE FROM BREA CANYON ROAD TO GRAND AVENUE)
FY 2022-2023 PROGRAM
PROJECT NO. SI23102 & SI23103
Base Bid A – RESIDENTIAL & COLLECTOR STREETS REHABILITATION (AREA
2)Project No. SI23102
ITEM
NO.
APPROX.
QUANTITY
UNIT
DESCRIPTION
WRITTEN IN WORDS
UNIT
PRICE
AMOUNT
A-1 1 LS MOBILIZATION (NOT TO EXCEED 5%
OF TOTAL BID AMOUNT)
A-2 1 LS
TRAFFIC CONTROL AND PUBLIC
SAFETY. (NOT TO EXCEED 5% OF
TOTAL BID AMOUNT)
A-3 1 LS CONSTRUCITON STAKING AND
MONUMENT PRESERVATION
A-4 1 LS PUBLIC NOTIFICATION
A-5 1,400 ELT APPLICATION OF TYPE 2 SLURRY
SEAL WITH 2% LATEX
A-6 1 LS APPLICATION OF CRACK SEAL &
WEED KILL
A-7 145,000 SY APPLICATION OF CAPE SEAL
A-8 46 EA ADJUST VALVE CAN TO GRADE
A-9 66 EA ADJUST MANHOLE TO GRADE
A-10 250,000 SF
EDGE MILL ROAD 6’ WIDE (20’ AT
JOINS), 0”-1.5”
16
0BCONTINUED:
1BBASE BID A SCHEDULE: RESIDENTIAL & COLLECTOR STREETS REHABILITATION
(AREA 2) PROJECT NO. SI23102
ITEM
NO.
APPROX.
QUANTITY
UNIT
DESCRIPTION
WRITTEN IN WORDS
UNIT
PRICE
AMOUNT
A-11 3,700 TON CONSTRUCT 1.5” THICK AC (C2 PG
64-10) OVERLAY
A-12 875 SF
REMOVE AND RECONSTRUCT CROSS
GUTTER PER SPPWC STD PPLAN 122-
2
A-13 18 CY REMOVE EXISTING AND
CONSTRUCT 6” CLASS II BASE
A-14 1,650 SF 6” AC PAVEMENT (DIGOUTS)
A-15 375 SF
REMOVE EXISTING IMPROVEMENTS,
GRIND ROOTS, AND CONSTRUCT
SIDEWALK PER SPPWC STD. PLAN
112-3 AND 113-3
A-16 40 LF
REMOVE EXISTING IMPROVEMENTS
AND CONSTRUCT 8” CURB PER
SPPWC STD. PLAN 120-2, A1-6
A-17 1 LS
THERMOPLASTIC STRIPING,
MARKING, AND LEGENDS
(EXCLUDES SKID-RESISTANT
PREFORMED THERMOPLASTIC
CROSSWALKS)
A-18 6,800 SF
INSTALL SKID-RESISTANT
PREFORMED THERMOPLASTIC
CROSSWALKS
TOTAL AMOUNT BASE BID A SCHEDULE (IN FIGURES)→
TOTAL AMOUNT BASE BID SCHEDULE (WRITTEN IN
WORDS):
$
17
Base Bid B – ARTERIAL STREETS REHABILITATION (GOLDEN SPRINGS DR FROM
BREA CANYON RD TO GRAND AVENUE) PROJECT NO. SI23103
ITEM
NO.
APPROX.
QUANTITY
UNIT
DESCRIPTION
WRITTEN IN WORDS
UNIT
PRICE
AMOUNT
B-1 1 LS MOBILIZATION (NOT TO EXCEED 5%
OF TOTAL BID AMOUNT)
B-2 1 LS
TRAFFIC CONTROL AND PUBLIC
SAFETY. (NOT TO EXCEED 5% OF
TOTAL BID AMOUNT)
B-3 1 LS CONSTRUCITON STAKING AND
MONUMENT PRESERVATION
B-4 1 LS PUBLIC NOTIFICATION
B-5 30 EA ADJUST VALVE CAN TO GRADE
B-6 39 EA ADJUST MANHOLE TO GRADE
B-7 2,450 SF
SAWCUT AND REMOVE
INTERDERING PORTION OF EX.
PAVEMENT CONSTRUCTION BUS
PAD, 8” P.C.C.
B-8 8 TON
CONSTRUCT 6” CLASS II BASE PER
SPPWC STD PLAN 131-2
B-9 2,450 SF
SAWCUT AND REMOVE EXISTING AC
PAVEMENT, BASE TO A DEPTH OF
14” BELOW PROPOSED SURFACE
B-10 1,350 SF
REMOVE EXISTING IMPROVEMENTS,
GRIND ROOTS, AND CONSTRUCT
SIDEWALK PER SPPWC STD. PLAN
112-3 AND 113-3
B-11 465,000 SF COLD MILL EXISTING AC TO A
DEPTH OF 2”
B-12 3,000 TON CONSTRUCT 2” DEPTH AC SURFACE
COURSE C2-PG 64-10 (OVERLAY)
B-13 4 EA
REMOVE EXISTING SIDEWALK AND
CONSTRUCT CAST IN PLACE
TRUNCATED DOMES
18
0BCONTINUED:BASE BID SCHEDULE:
BASE BID B SHCEDULE: ARTERIAL STREETS REHABILITATION (GOLDEN SPRINGS
DR FROM BREA CANYON RD TO GRAND AVENUE) PROJECT NO. SI23103
ITEM
NO.
APPROX.
QUANTITY
UNIT
DESCRIPTION
WRITTEN IN WORDS
UNIT
PRICE
AMOUNT
B-14 10 LF
REMOVE EXISTING IMPROVEMENTS
AND CONSTRUCT 8” CURB PER
SPPWC STD. PLAN 120-2, A1-6
B-15 1 EA
REMOVE EXISTING IMPROVEMENTS
& INSTALL NEW ADA COMPLIANT
CURB RAMP PER SPPWC STD. PLAN
NO. 111-5. CASE D TYPE 2 PER PLAN
DESIGNATION
B-16 1 LS THERMOPLASTIC STRIPING,
MARKING, AND LEGENDS
B-17 16 EA INSTALL TRAFFIC LOOPS
TOTAL AMOUNT BASE BID B SCHEDULE (IN FIGURES)→
TOTAL AMOUNT BASE BID SCHEDULE (WRITTEN IN
WORDS):
TOTAL AMOUNT BASE BID A + BID B SCHEDULE
(IN FIGURES)→
TOTAL AMOUNT BASE BID A + BID B SCHEDULE (WRITTEN IN WORDS):
The Contract will be awarded to the lowest responsible bidder based on
the sum of base bid “A” schedule and base bid “B” schedule.
$
$
19
DEDUCTIVE #1 BID SCHEDULE:
RESIDENTIAL & COLLECTOR STREETS REHABILITATION (AREA 2) PROJECT NO. X
ITEM
NO.
APPROX.
QUANTITY
UNIT
DESCRIPTION
WRITTEN IN WORDS
UNIT
PRICE
AMOUNT
C-1 6,800 SF
INSTALL SKID-RESISTANT
PREFORMED THERMOPLASTIC
CROSSWALKS
( )
DEDUCT
( )
DEDUCT
C-2 6,800 SF INSTALL STANDARD
THERMOPLASTIC CROSSWALKS
ADD
ADD
TOTAL AMOUNT DEDUCTIVE #1 BID SCHEDULE (IN FIGURES)→
TOTAL AMOUNT DEDUCTIVE #1 BID SCHEDULE
(WRITTEN IN WORDS):
$
20
Bid Schedule Note: Bid Price indicated refers to all items illustrated
on the plans and details, and delineated within the specifications
installed and completely in place with all applicable portions of the
construction documents and includes all costs connected with such items
including, but to necessarily limited to, materials, transportation,
taxes, insurance, labor, overhead, and profit, for General Contractor
and Subcontractors.
All work called for on the construction documents are to provide a
completed project with all systems operating properly and ready for
use.
Accompanying this proposal is
(Insert "$ cash",
"cashier's check", "certified check", or "Bidder's Bond" as
the case may be) in the amount equal to at least ten percent
(10%) of the total base 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 of the security
accompanying his bid shall become the property of the City
of Diamond Bar, and this proposal and the acceptance thereof
may be considered null and void.
NAME OF BIDDER (PRINT) SIGNATURE DATE
ADDRESS
CITY ZIP CODE TELEPHONE
STATE CONTRACTOR LICENSE NO. CLASSIFICATION EXPIRATION DATE
I declare under penalty of Perjury of the laws of the State of
California that the representation made herein are true and correct in
accordance with the requirements of California Business and
Professional Code Section 7028.15.
CONTRACTOR SIGNATURE OR AUTHORIZED OFFICER
21
LIST OF SUBCONTRACTORS *
BID OPENING DATE
PROJECT PROJECT NO.
LOCATION
CLIENT
CONTRACTOR
Name Under Which
Subcontractor is
Licensed
License
No.
Address
of
Office, Mail,
or
Shop
Percent
of
Total
Contract
Specific Description
of
Subcontract
* Any Subcontractor doing work in excess of one-half (1/2) of one
percent (1%) of the total bid or ten thousand ($10,000.00), whichever
is greater, shall be designated on this form.
22
DECLARATION OF ELIGIBILITY TO CONTRACT
[Labor Code Section 1777.1; Public Contract Code Section 6109]
The undersigned, a duly authorized representative of the contractor,
certifies and declares that:
1. The Contractor is aware of Sections 1777.1 and 1777.7 of the
California Labor Code, which prohibit a Contractor or
subcontractor who has been found by the Labor Commissioner or the
Director of Industrial Relations to be in violation of certain
provisions of the Labor Code, from bidding on, being awarded, or
performing work as a subcontractor on a public works project for
specified periods of time.
2. The Contractor is not ineligible to bid on, be awarded or perform
work as a Subcontractor on a public works project by virtue of the
foregoing provisions of Sections 1777.1 or 1777.7 of the California
Labor Code or any other provision of law.
3. The Contractor is aware of California Public Contract Code Section
6109, which states:
(a) A public entity, as defined in Section 1100 [of the
Public Contract Code], may not permit a Contractor or
Subcontractor who is ineligible to bid or work on, or be
awarded, a public works project pursuant to Section 1777.1 or
1777.7 of the Labor Code to bid on, be awarded, or perform
work as a subcontractor on, a public works project. Every
public works project shall contain a provision prohibiting a
Contractor from performing work on a public works project
with a subcontractor who is ineligible to perform work on the
public works project pursuant to Section 1777.1 or 1777.7 of
the Labor Code.
(b) Any contract on a public works project entered into
between a contractor and a debarred Subcontractor is void as
a matter of law. A debarred subcontractor may not receive
any public money for performing work as a subcontractor on a
public works contract, and any public money that may have
been paid to a debarred subcontractor by a contractor on the
project shall be returned to the awarding body. The
contractor shall be responsible for the payment of wages to
workers of a debarred subcontractor who has been allowed to
work on the project.
4. The Contractor has investigated the eligibility of each and every
subcontractor the contractor intends to use on this public works
23
project, and determined that none of them is ineligible to perform
work as a subcontractor on a public works project by virtue of the
foregoing provisions of the Public Contract Code Sections 1777.1
or 1777.7 of the Labor Code, or any other provision of law.
I declare under penalty of perjury under the laws of the State of
California that the foregoing is true and correct. Executed this day
of ________________, 20__ at ___________________ (place of execution).
__
Signature
Name:___________________________
Title:___________________________
Name of Company:
_________________________________
24
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 who
has a proprietary interest in the business of the Bidder, ever been
disqualified, removed, or otherwise prevented from bidding on or
completing a federal, state or local government project because of
violation of law or a safety regulation?
YES NO
If the answer is yes, explain the circumstances in the following space:
NOTE: This questionnaire constitutes a part of the Proposal and
signature on the signature portion of this Proposal shall
constitute signature of this questionnaire.
25
CONTRACTOR'S INDUSTRIAL SAFETY RECORD
Project Identification _____________________________________________
Bid Date __________________
This information must include all construction work undertaken in the
State of California by the bidder and any partnership, joint venture or
corporation that any principal of the bidder participated in as a
principal or owner for the last five calendar years and the current
calendar year prior to the date of bid submittal. Separate information
shall be submitted for each particular partnership, joint venture,
corporation or individual bidder. The bidder may attach any additional
information or explanation of data which he would like taken into
consideration in evaluating the safety record. An explanation must be
attached of the circumstances surrounding any and all fatalities.
ITEM 5 CALENDAR YEARS
PRIOR TO CURRENT YEAR
CURRENT
YEAR
2018 2019 2020 2021 2022 TOTAL 2023
No. of Contracts
Total dollar amount of
contracts (in 1,000’s)
No. of lost workday
cases
No. of lost work day
cases
involving permanent
transfer to
another job or
termination of
employment
No. of lost workdays
*The information required for this item is the same as required for
columns 3 to 6, Code 10, Occupational Injuries, Summary - Occupational
Injuries and Illnesses, OSEA No. 102.
The above information was compiled from the records that are available
to me at this time and I declare under penalty of perjury that the
information is true and accurate within the limitations of these
records.
_________________________________ ________________________________
Name of Bidder (Print) Signature
_________________________________ ________________________________
Address State Contractor Lic. No. & Class
_________________________________ ________________________________
City Zip Code Telephone
26
AFFIDAVIT FOR CO-PARTNERSHIP FIRM
STATE OF CALIFORNIA )
)SS
COUNTY OF LOS ANGELES )
, being first duly
sworn, deposes and says:
That he is a member of the co-partnership firm designated as
which is the party making the foregoing proposal or bid; that such bid
is genuine and not collusive or sham; that said bidder has not colluded,
conspired, connived or agreed, directly or indirectly, with any other
bidder or person to put in a sham bid or that such other person shall
refrain from bidding; and has not in any manner sought by collusion to
secure any advantage against the City of Diamond Bar or any person
interested in the proposed contract, for himself or for any other
person.
That he has been and is duly vested with authority to make and sign
instruments for the co-partnership by
who constitute the other members of the co-partnership.
Signature
Subscribed and sworn
to before me this
day of , 20
Signature of Officer Administering Oath
(Notary Public)
27
AFFIDAVIT FOR CORPORATION BIDDER
STATE OF CALIFORNIA )
)SS
COUNTY OF LOS ANGELES )
, being first
duly sworn, deposes and says:
That he is
of,
a corporation which is the party making the foregoing proposal or bid;
that such bid is genuine and not collusive or sham; that said bidder
has not colluded, conspired, connived or agreed, directly or indirectly,
with any other bidder or person to put in a sham bid or that such other
person shall refrain from bidding; and has not in any manner sought by
collusion to secure any advantage against the City of Diamond Bar or
any person interested in the proposed contract, for himself or for any
other person.
Signature
Subscribed and sworn
to before me this
day of , 20
Signature of Officer Administering Oath
(Notary Public)
28
AFFIDAVIT FOR INDIVIDUAL BIDDER
STATE OF CALIFORNIA )
)SS
COUNTY OF LOS ANGELES )
, being first
duly sworn, deposes and says:
That he is the party making the foregoing proposal or bid; that such
bid is genuine and not collusive or sham; that said bidder has not
colluded, conspired, connived or agreed, directly or indirectly, with
any other bidder or person to put in a sham bid or that such other
person shall refrain from bidding; and has not in any manner sought by
collusion to secure any advantage against the City of Diamond Bar or
any person interested in the proposed contract, for himself or for any
other person.
Signature
Subscribed and sworn
to before me this
day of , 20
Signature of Officer Administering Oath
(Notary Public)
29
AFFIDAVIT FOR JOINT VENTURE
STATE OF CALIFORNIA )
)SS
COUNTY OF LOS ANGELES )
, being first
duly sworn, deposes and says:
That he
of,
one of the parties submitting the foregoing bid as a joint venture and
that he has been and is duly vested with the authority to make and sign
instruments for and on behalf of the parties making said bid who are:
;
that such bid is genuine and not collusive or sham; that said bidder
has not colluded, conspired, connived or agreed, directly or indirectly,
with any other bidder or person to put in a sham bid or that such other
person shall refrain from bidding; and has not in any manner sought by
collusion to secure any advantage against the City of Diamond Bar or
any person interested in the proposed contract, for himself or for any
other person.
Signature
Subscribed and sworn
to before me this
day of , 20
Signature of Officer Administering Oath
(Notary Public)
30
BOND No.________________
FAITHFUL PERFORMANCE BOND
KNOW ALL PERSONS BY THESE PRESENTS that:
WHEREAS the ("Public Agency"),
has awarded to
(Name and address of Contractor)
("Principal"), a contract (the "Contract") for the work described as
follows:
WHEREAS, Principal is required under the terms of the Contract to
furnish a bond for the faithful performance of the Contract.
NOW, THEREFORE, we, the undersigned Principal, and
(Name and address of Surety)
("Surety") a duly admitted surety insurer under the laws of the State
of California, as Surety, are held and firmly bound unto the
Public Agency in the penal sum of
Dollars ($______________), this amount being not less than the total
contract price, in lawful money of the United States of America, for
the payment of which sum well and truly to be made, we bind ourselves,
our heirs, executors, administrators, successors, and assigns, jointly
and severally, firmly by these presents.
THE CONDITION OF THIS OBLIGATION IS SUCH THAT, if the hereby bounded
Principal, his, her, or its, heirs, executors, administrators,
successors or assigns, shall in all things stand to and abide by, any
covenants, conditions and agreements in the Contract and any alteration
thereof made as therein provided, on the Principal's part to be kept
and performed, all within the time and in the manner therein specified,
and in all respects according to their true intent and meaning, and
shall indemnify and hold harmless Public Agency, its officers, agents,
and others as therein provided, then this obligation shall become null
and void; otherwise, it shall be and remain in full force and effect.
31
In case suit is brought upon this bond, Surety further agrees to pay
all court costs and reasonable attorneys' fees in an amount fixed by
the court.
FURTHER, the Surety, for value received hereby stipulates and agrees
that no change, extension of time, alteration, addition or modification
to the terms of the Contract, or of the work to be performed thereunder,
or the specifications for the same, shall in any way affect its
obligations under this bond, and it does hereby waive notice of any
such change, extension of time, alteration, addition, or modification
to the terms of the Contract or to the work or to the specifications
thereunder. Surety hereby waives the provisions of California Civil
Code §§ 2845 and 2849. The City is the principal beneficiary of this
bond and has rights of a party hereto.
IN WITNESS WHEREOF, two (2) identical counterparts of this instrument,
each of which shall for all purposes be deemed an original hereof, have
been duly executed by Principal and Surety, on the date set forth below,
the name of each corporate party being hereto affixed and these presents
duly signed by its undersigned representative(s) pursuant to authority
of its governing body.
Dated:__________________
"Principal" "Surety"
______________________________ _______________________________
______________________________ _______________________________
By:___________________________ By:____________________________
Its Its
By:___________________________ By:____________________________
Its Its
Note: This bond must be executed and dated, all signatures must be
notarized, and evidence of the authority of any person signing
as attorney-in-fact must be attached.
(Seal) (Seal)
APPROVED AS TO SURETY AND
PRINCIPAL AMOUNT
By:___________________________
Insurance Administrator
32
BOND No.________________
PAYMENT BOND
(LABOR AND MATERIAL)
KNOW ALL PERSONS BY THESE PRESENTS that, WHEREAS the City of Diamond
Bar ("City"), has awarded to
(Name and address of Contractor)
("Principal"), a contract (the "Contract") for the work described as
follows:
WHEREAS, Principal is required under the terms of the Contract and
the California Civil Code to secure the payment of claims of
laborers, mechanics, materialmen, and other persons as provided by
law.
NOW, THEREFORE, we, the undersigned Principal, and
(Name and address of Surety)
("Surety") a duly admitted surety insurer under the laws of the State
of California, as Surety, are held and firmly bound unto City in the
penal sum of
___ Dollars ($________________),
this amount being not less than one hundred (100%) of the total contract
price, in lawful money of the United States of America, for the payment
of which sum well and truly to be made, we bind ourselves, our heirs,
executors, administrators, successors, and assigns, jointly and
severally, firmly by these presents.
THE CONDITIONS OF THIS OBLATION IS SUCH THAT, if the hereby bounded
Principal, his, her or its heirs, executors, administrators,
successors, or assigns, or subcontractors shall fail to pay any of the
persons named in Section 3181 of the California Civil Code, or any
amounts due under the Unemployment Insurance Code with respect to work
or labor performed under the Contract, or for any amounts required to
be deducted, withheld, and paid over to the Employment Development
Department from the wages of employees of the Principal and
subcontractors pursuant to Section 13020 of the Unemployment Insurance
Code, with respect to work or labor performed under the Contract, the
Surety will pay for the same in an amount not exceeding the penal sum
specified in this bond; otherwise, this obligation shall become null
and void.
33
This bond shall insure to the benefit of any of the persons named in
Section 3181 of the California Civil Code so as to give a right of
action to such persons or their assigns in any suit brought upon the
bond. In case suit is brought upon this bond, Surety further agrees to
pay all court costs and reasonable attorneys' fees in an amount fixed
by the court.
FURTHER, the Surety, for value received, hereby stipulates and agrees
that no change, extension of time, alteration, addition, or modification
to the terms of the Contract or of the work to be performed thereunder,
or the specifications for the same, shall in any way affect its
obligations under this bond, and it does hereby waive notice of any
such change, extension of time, alteration, addition, or modification
to the terms of the Contract or to the work or to the specifications
thereunder. Surety hereby waives the provisions of California Civil
Code §§ 2845 and 2849.
IN WITNESS WHEREOF, two (2) identical counterparts of this instrument,
each of which shall for all purposes be deemed an original hereof, have
been duly executed by Principal and Surety, on the date set forth below,
the name of each corporate party being hereto affixed and these presents
duly signed by its undersigned representative(s) pursuant to authority
of its governing body.
Dated
"Principal" "Surety"
______________________________ _______________________________
______________________________ _______________________________
By:___________________________ By:____________________________
Its Its
By:___________________________ By:____________________________
Its Its
Notary
Note: This bond must be executed and dated, all signatures must be
notarized, and evidence of the authority of any person signing
as attorney-in-fact must be attached.
(Seal) (Seal)
34
BOND No._________________
BID BOND
KNOW ALL PERSONS BY THESE PRESENTS that:
WHEREAS the ("Public Agency"),
has issued and invitation for bids for the work described as follows:
WHEREAS
(Name and address of Bidder)
("Principal"), desires to submit a bid to Public Agency for the work.
WHEREAS, bidders are required under the provisions of the California
Public Contract Code to furnish a form of bidder's security with their
bid.
NOW, THEREFORE, we, the undersigned Principal, and
(Name and address of Surety)
("Surety") a duly admitted surety insurer under the laws of the State
of California, as Surety, are held and firmly bound unto Public Agency
in the penal sum of
Dollars($______________), being not less than ten percent (10%) of the
total bid price, in lawful money of the United States of America, for
the payment of which sum well and truly to be made, we bind ourselves,
our heirs, executors, administrators, successors, and assigns, jointly
and severally, firmly by these presents.
THE CONDITION OF THIS OBLIGATION IS SUCH THAT, if the hereby bounded
Principal is awarded a contract for the work by Public Agency and within
the time and in the manner required by the bidding specifications,
entered into the written form of contract included with bidding
specifications, furnishes the required bonds, one to guarantee faithful
performance and the other to guarantee payment for labor and materials,
and furnishes the required insurance coverages, then this obligation
shall become null and void; otherwise, it shall be and remain in full
force and effect.
In case suit is brought upon this bond, Surety further agrees to pay
all court costs incurred by Public Agency in the suit and reasonable
35
attorneys' fees in an amount fixed by the court. Surety hereby waives
the provisions of California Civil Code § 2845.
IN WITNESS WHEREOF, two (2) identical counterparts of this instrument,
each of which shall for all purposes be deemed an original hereof, have
been duly executed by Principal and Surety, on the date set forth below,
the name of each corporate party being hereto affixed and these presents
duly signed by its undersigned representative(s) pursuant to authority
of its governing body.
Dated:
"Principal" "Surety"
______________________________ _______________________________
______________________________ _______________________________
By:___________________________ By:____________________________
Its Its
By:___________________________ By:____________________________
Its Its
Note: This bond must be executed and dated, all signatures must be
notarized, and evidence of the authority of any person signing
as attorney-in-fact must be attached.
(Seal) (Seal)
36
CERTIFICATION OF NON-DISCRIMINATION AND AFFIRMATIVE ACTION
As suppliers of goods or services to the City of Diamond Bar, the firm
listed below certifies that it does not discriminate in its employment
with regards to race, religion, sex, or national origin; that it is in
compliance with all federal, state, and local directives and executive
orders regarding non-discrimination in employment; and that it will
pursue an affirmative course of action as required by the affirmative
action guidelines.
We agree specifically:
1. To establish or observe employment policies which affirmatively
promote opportunities for minority persons at all job levels.
2. To communicate this policy to all persons concerned including all
company employees, outside recruiting services, especially those
serving minority communities, and to the minority communities at
large.
3. To take affirmative steps to hire minority employees within the
company.
FIRM
TITLE OF OFFICER SIGNING
SIGNATURE DATE
Please include any additional information available regarding equal
opportunity employment programs now in effect within your company:
37
CERTIFICATION WITH REGARD TO THE PERFORMANCE OF PREVIOUS CONTRACTS
OR SUBCONTRACTS SUBJECT TO THE EQUAL OPPORTUNITY CLAUSE AND THE
FILING OF REQUIRED REPORTS
The bidder , proposed subcontractor , hereby certifies that
he has , has not , participated in a previous contract or
subcontract subject to the Equal Opportunity Clause, as required by
Executive Orders 10925, 11114, or 11246, and that he has , has not
, filed with the Joint Reporting Committee, the Director of the Office
of Federal Contract Compliance, a Federal Government contracting or
administering agency, or the former President's Committee on Equal
Employment Opportunity, all reports due under the applicable filing
requirements.
(COMPANY)
BY:
(TITLE)
DATE: , 20 .
NOTE: The above certification is required by the Equal Employment
Opportunity Regulations of the Secretary of Labor (41 CFR 60-1.7 (b)
(1), and must be submitted by bidders and proposed subcontractors only
in connection with contracts and subcontracts which are subject to the
Equal Opportunity Clause. Contracts and subcontracts which are exempt
from the Equal Opportunity Clause are set forth in 41 CFR 60-1.5.
(Generally only contracts or subcontracts of $10,000 or under are
exempt).
Currently, Standard Form 100 (EEO-1) is the only report required by the
Executive Orders or their implementing regulations.
Proposed prime contractors and subcontractors who have participated in
a previous contract or subcontract subject to the Executive Orders and
have not filed the required reports should note that 41 CFR 60-1.7 (b)
(1) prevents the award of contracts and subcontracts unless such
contractor submits a report covering the delinquent period of such other
period specified by the Federal Highway Administration or by the
Director, Office of Federal Contract Compliance, U.S. Department of
Labor.
38
NON-COLLUSION AFFIDAVIT
TO: THE CITY OF DIAMOND BAR:
STATE OF CALIFORNIA )
) SS
COUNTY OF )
, being first duly
sworn, deposes and says that he or she is of
, the party making the
foregoing bid, that the bid is not made in the interest of or on behalf
of, any undisclosed person, partnership, company association,
organization, or corporation; that the bid is genuine and not collusive
or sham; that the bidder has not directly or indirectly induced or
solicited another bidder to put in a false or sham bid, and has not
directly or indirectly colluded, conspired, connived, or agreed with
any bidder or anyone else to put in a sham bid, or that anyone shall
refrain from bidding; that the bidder has not in any manner, directly
or indirectly, sought by agreement, communication, or conference with
anyone to fix the bid price of the bidder or any other bidder, or to
fix any overhead, profit, or cost element of the bid price, or of that
of any other bidder, or to secure any advantage against the public body
awarding the contact or anyone interested in the proposed contract;
that all statements contained in the bid are true; and further, that
the bidder has not, directly or indirectly, submitted his or her bid
price or any breakdown thereof, or the contents thereof, or divulged
information or data relative thereto, or paid, and will not pay, any
fee to any corporation, partnership, company association, organization,
bid depository, or to any member or agent thereof to effectuate a
collusive or sham bid.
Signature of Bidder
STATE OF CALIFORNIA )
)SS
COUNTY OF LOS ANGELES )
Subscribed and sworn to before me this day of ,20 .
Notary Public in and for the County of
, State of California
39
Bidder Agrees to Execute Agreement
In Substantially This Form
PUBLIC WORKS AGREEMENT
The following agreement ("Agreement") is made and entered into, in duplicate, as of the
date executed by the Mayor and attested to by the City Clerk, by and between
____________________ hereinafter referred to as the "Contractor" and the City of Diamond
Bar, California, hereinafter referred to as "City."
WHEREAS, pursuant to Notice Inviting Sealed Bids, bids were received, publicly opened,
and declared on the date specified in the notice; and
WHEREAS, City accepted the bid of Contractor __________________________ and;
WHEREAS, City has authorized the Mayor to execute a written contract with Contractor
for furnishing labor, equipment and material for the Residential & Collector Streets
Rehabilitation (Area 2) and Arterial Street Improvements and (Golden Springs Road from
Brea Canyon Road to Grand Avenue) Project in the City of Diamond Bar.
NOW, THEREFORE, in consideration of the mutual covenants herein contained, it is
agreed:
1. GENERAL SCOPE OF WORK: Contractor shall furnish all necessary labor, tools,
materials, appliances, and equipment for and do the work for the Residential & Collector
Streets Rehabilitation (Area 2) and Arterial Street Improvements (Golden Springs Road
from Brea Canyon Road to Grand Avenue) Project in the City of Diamond Bar. The work to
be performed in accordance with the plans and specifications, dated January 2023. (The Plans
and Specifications) on file in the office of the City Clerk and in accordance with bid prices
hereinafter mentioned and in accordance with the instructions of the City Engineer.
2. INCORPORATED DOCUMENTS TO BE CONSIDERED
COMPLEMENTARY/PRIORITY OF DOCUMENTS: The Plans and Specifications are
incorporated herein by reference and made a part hereof with like force and effect as if set forth
in full herein. The Plans and Specifications, Contractor's Bid dated [Insert Date], together with
this Agreement, shall constitute the entire agreement between the parties. This Agreement is
intended to require a complete and finished piece of work and anything necessary to complete
the work properly and in accordance with the law and lawful governmental regulations shall be
performed by the Contractor whether set out specifically in the contract or not. Should it be
ascertained that any inconsistency exists between the aforesaid documents and this Agreement,
the following order of precedence shall apply: (1) This Agreement; (2) The Plans and
Specifications; and (3) Contractor’s Bid.
3. COMPENSATION: Contractor agrees to receive and accept the prices set forth in
its Bid Proposal as full compensation for furnishing all materials, performing all work, and fulfilling
all obligations hereunder. Said compensation in the amount of [Insert total compensation
amount] shall cover all expenses, losses, damages, and consequences arising out of the nature
of the work during its progress or prior to its acceptance including those for well and faithfully
completing the work and the whole thereof in the manner and time specified in the aforesaid
contract documents; and also including those arising from actions of the elements, unforeseen
difficulties or obstructions encountered in the prosecution of the work, suspension or
discontinuance of the work, and all other unknowns or risks of any description connected with
the work. Final payment to Contractor shall be withheld for at least 30 days after the time in
40
which Contractor has verified, to the City’s satisfaction, that it has submitted all information to
the Department of Industrial Relations required by Labor Code § 1773.3.
4. TERM OF AGREEMENT/LIQUIDATED DAMAGES: Contractor agrees to
complete the work within sixty (60) working days from the date of the notice to proceed.
Contractor agrees further to the assessment of liquidated damages in the amount of
Seven Hundred Fifty ($750) dollars for each calendar day the work remains incomplete beyond
the expiration of the completion date. City may deduct the amount thereof from any monies due
or that may become due the Contractor under this Agreement. Progress payments made after
the scheduled date of completion shall not constitute a waiver of liquidated damages.
5. INSURANCE: Contractor shall not commence work under this Agreement until it
has obtained all insurance required hereunder in a company or companies acceptable to City
nor shall the Contractor allow any sub-contractor to commence work on his sub-contract until all
insurance required of the sub-contractor has been obtained. The Contractor shall take out and
maintain at all times during the life of this contract the following policies of insurance:
a. Workers' Compensation Insurance: Before beginning work, the Contractor
shall furnish to the City a certificate of insurance as proof that he has taken
out full workers' compensation insurance for all persons whom he may
employ directly or through sub-contractors in carrying out the work specified
herein, in accordance with the laws of the State of California. Such
insurance shall be maintained in full force and effect during the period
covered by this contract.
In accordance with the provisions of § 3700 of the California Labor Code,
every Contractor shall secure the payment of compensation to his
employees. The Contractor, prior to commencing work, shall sign and file
with the City a certification as follows:
"I am aware of the provisions of § 3700 of the Labor Code which
requires every employer to be insured against liability for workers'
compensation or to undertake self-insurance in accordance with the
provisions of that Code, and I will comply with such provisions before
commencing the performance of work of this contract."
b. For all operations of the Contractor or any sub-contractor in performing the
work provided for herein, insurance with the following minimum limits and
coverage:
1) General Liability - $2,000,000 per occurrence for bodily injury,
personal injury and property damage. If Commercial General
Liability insurance or other form with a general aggregate limit shall
apply separately to this Agreement or the general aggregate limit
shall be twice the required occurrence limit.
2) Automobile - $1,000,000 per accident for bodily injury and property
damage.
3) Employer’s Liability - $1,000,000 per accident for bodily injury or
disease.
c. Each such policy of insurance provided for in paragraph b. shall:
41
1) Be issued by an insurance company approved in writing by City,
which is authorized to do business in the State of California.
2) Name as additional insured the City of Diamond Bar, its officers,
agents and employees, and any other parties specified in the bid
documents to be so included;
3) Specify it acts as primary insurance and that no insurance held or
owned by the designated additional insured shall be called upon to
cover a loss under the policy;
4) Contain a clause substantially in the following words:
"It is hereby understood and agreed that this policy may not be
canceled nor the amount of the coverage thereof reduced until thirty
(30) days after receipt by City of a written notice of such cancellation
or reduction of coverage."
5) Otherwise be in form satisfactory to the City.
d. The policy of insurance provided for in subparagraph a. shall contain an
endorsement which:
1) Waives all right of subrogation against all persons and entities
specified in subparagraph 4.c.(2) hereof to be listed as additional
insured in the policy of insurance provided for in paragraph b. by
reason of any claim arising out of or connected with the operations
of Contractor or any sub-contractor in performing the work provided
for herein;
2) Provides it shall not be canceled or altered without thirty (30) days'
written notice thereof given to City.
e. The Contractor shall, prior to performing any work under this Agreement,
deliver to the City Manager or his designee the original policies of insurance
required in paragraphs a. and b. hereof, or deliver to the City Manager or
his designee a certificate of the insurance company, showing the issuance
of such insurance, and the additional insured and other provisions required
herein.
f. Self Insured Retention/Deductibles. All policies required by this Agreement
shall allow City, as additional insured, to satisfy the self-insured retention
(“SIR”) and/or deductible of the policy in lieu of the Owner (as the named
insured) should Contractor fail to pay the SIR or deductible requirements.
The amount of the SIR or deductible shall be subject to the approval of the
City Attorney and the Finance Director. Contractor understands and agrees
that satisfaction of this requirement is an express condition precedent to the
effectiveness of this Agreement. Failure by Contractor as primary insured
to pay its SIR or deductible constitutes a material breach of this Agreement.
Should City pay the SIR or deductible on Contractor’s behalf upon the
Contractor’s failure or refusal to do so in order to secure defense and
indemnification as an additional insured under the policy, City may include
such amounts as damages in any action against Contractor for breach of
42
this Agreement in addition to any other damages incurred by City due to the
breach.
6. PREVAILING WAGE: Since this is a Federally assisted construction project,
Davis-Bacon will be enforced. If Federal and State wage rates are applicable, then the higher
of the two will prevail. The Federal Labor Standards Provisions (Form HUD-4010) and the
Federal Wage Determination are attached and made part of this Agreement, and compliance
will be enforced.
Notice is hereby given that in accordance with the provisions of California Labor Code,
Division 2, Part 7, Chapter 1, Articles 1 and 2, the Contractor is required to pay not less than the
general prevailing rate of per diem wages for work of a similar character in the locality in which
the public works is performed, and not less than the general prevailing rate of per diem wages
for holiday and overtime work. In that regard, the Director of the Department of Industrial
Relations of the State of California is required to and has determined such general prevailing
rates of per diem wages. Copies of such prevailing rates of per diem wages are on file in the
Office of the City Clerk of the City of Diamond Bar, 21810 Copley Drive, Diamond Bar, California,
and are available to any interested party on request. City also shall cause a copy of such
determinations to be posted at the job site.
Contractor shall forfeit, as penalty to City, not more than two hundred dollars ($200.00)
for each laborer, workman or mechanic employed for each calendar day or portion thereof, if
such laborer, workman or mechanic is paid less than the general prevailing rate of wages
hereinbefore stipulated for any work done under this Agreement, by him or by any sub-contractor
under him.
Contractor and any of its sub-contractors must be registered with the Department of
Industrial Relations pursuant to Labor Code § 1725.5, which precludes the award of a contract
for a public work on any public works project awarded after April 1, 2015 to a person not
registered. This Agreement is subject to compliance monitoring and enforcement by the
Department of Industrial Relations.
7. APPRENTICESHIP EMPLOYMENT: In accordance with the provisions of §
1777.5 of the Labor Code, and in accordance with the regulations of the California
Apprenticeship Council, properly indentured apprentices may be employed in the performance
of the work.
Contractor is required to make contribution to funds established for the administrative of
apprenticeship programs if he employs registered apprentices or journeymen in any
apprenticeship trade on such contracts and if other Contractors on the public works site are
making such contributions.
Contractor and sub-contractor under him shall comply with the requirements of §§ 1777.5
and 1777.6 in the employment of apprentices.
Information relative to apprenticeship standards, wage schedules and other requirements
may be obtained from the Director of Industrial Relations, ex-officio the Administrator of
Apprenticeship, San Francisco, California, or from the Division of Apprenticeship Standards and
its branch offices.
8. LEGAL HOURS OF WORK: Eight (8) hours of labor shall constitute a legal day's
work for all workmen employed in the execution of this Agreement, and the Contractor and any
sub-contractor under him shall comply with and be governed by the laws of the State of California
43
having to do with working hours set forth in Division 2, Part 7, Chapter 1, Article 3 of the Labor
Code of the State of California as amended.
Contractor shall forfeit, as a penalty to City, twenty-five dollars ($25.00) for each laborer,
workman or mechanic employed in the execution of the contract, by him or any sub-contractor
under him, upon any of the work hereinbefore mentioned, for each calendar day during which
the laborer, workman or mechanic is required or permitted to labor more than eight (8) hours in
violation of the Labor Code.
9. TRAVEL AND SUBSISTENCE PAY: Contractor agrees to pay travel and
subsistence pay to each workman needed to execute the work required by this contract as such
travel and subsistence payments are defined in the applicable collective bargaining agreements
filed in accordance with Labor Code § 1773.8.
10. CONTRACTOR'S LIABILITY: The City and its officers, agents and employees
("Indemnitees") shall not be answerable or accountable in any manner for any loss or damage
that may happen to the work or any part thereof, or for any of the materials or other things used
or employed in performing the work; or for injury or damage to any person or persons, either
workers or employees of Contractor, of its sub-contractors or the public, or for damage to
adjoining or other property from any cause whatsoever arising out of or in connection with the
performance of the work. Contractor shall be responsible for any damage or injury to any person
or property resulting from defects or obstructions or from any cause whatsoever.
Contractor will indemnify Indemnities against and will hold and save Indemnitees
harmless from any and all actions, claims, damages to persons or property, penalties,
obligations or liabilities that may be asserted or claimed by any person, firm, entity, corporation,
political subdivision, or other organization arising out of or in connection with the work, operation,
or activities of Contractor, its agents, employees, sub-contractors or invitees provided for herein,
whether or not there is concurrent passive negligence on the part of City. In connection
therewith:
a. Contractor will defend any action or actions filed in connection with any such
claims, damages, penalties, obligations or liabilities and will pay all costs
and expenses, including attorneys' fees, expert fees and costs incurred in
connection therewith.
b. Contractor will promptly pay any judgment rendered against Contractor or
Indemnitees covering such claims, damages, penalties, obligations and
liabilities arising out of or in connection with such work, operations or
activities of Contractor hereunder, and Contractor agrees to save and hold
the Indemnitees harmless therefrom.
c. In the event Indemnitees are made a party to any action or proceeding filed
or prosecuted against Contractor for damages or other claims arising out of
or in connection with the work, operation or activities hereunder, Contractor
agrees to pay to Indemnitees and any all costs and expenses incurred by
Indemnitees in such action or proceeding together with reasonable
attorneys' fees.
Contractor's obligations under this section apply regardless of whether or not such claim,
charge, damage, demand, action, proceeding, loss, stop notice, cost, expense, judgment, civil
fine or penalty, or liability was caused in part or contributed to by an Indemnitee. However,
without affecting the rights of City under any provision of this Agreement, Contractor shall not be
required to indemnify and hold harmless City for liability attributable to the active negligence of
City, provided such active negligence is determined by agreement between the parties or by the
44
findings of a court of competent jurisdiction. In instances where City is shown to have been
actively negligent and where City active negligence accounts for only a percentage of the liability
involved, the obligation of Contractor will be for that entire portion or percentage of liability not
attributable to the active negligence of City.
So much of the money due to Contractor under and by virtue of the contract as shall be
considered necessary by City may be retained by City until disposition has been made of such
actions or claims for damages as aforesaid.
It is expressly understood and agreed that the foregoing provisions are intended to be as
broad and inclusive as is permitted by the law of the State of California. This indemnity provision
shall survive the termination of the Agreement and is in addition to any other rights or remedies
which Indemnitees may have under the law.
This indemnity is effective without reference to the existence or applicability of any
insurance coverage which may have been required under this Agreement or any additional
insured endorsements which may extend to Indemnitees.
Contractor, on behalf of itself and all parties claiming under or through it, hereby waives
all rights of subrogation and contribution against the Indemnitees, while acting within the scope
of their duties, from all claims, losses and liabilities arising out of or incident to activities or
operations performed by or on behalf of the Contractor regardless of any prior, concurrent, or
subsequent passive negligence by the Indemnitees.
11. CONTRACTOR’S WARRANTY OF COMPLIANCE WITH COUNTY'S
DEFAULTED PROPERTY TAX REDUCTION PROGRAM:
A. Contractor acknowledges that the County has established a goal of ensuring that
all individuals and businesses that benefit financially from the County through contract are
current in paying their personal and real property tax obligations (secured and unsecured roll) in
order to mitigate the economic burden otherwise imposed upon the County and its
taxpayers. Unless the Contractor qualifies for an exemption or exclusion, the Contractor
warrants and certifies that to the best of its knowledge it is now in compliance, and during the
term of this Contract will maintain compliance, with the County's Defaulted Tax Program, found
at Los Angeles County Ordinance No. 2009-0026 and codified at Los Angeles County Code,
Chapter 2.206.
B. Failure of the Contractor to maintain compliance with the requirements set forth in
the “COUNTY's DEFAULTED PROPERTY TAX REDUCTION PROGRAM" shall constitute
default under this Contract. Without limiting the rights and remedies available to the City under
any other provision of this Contract, failure of the Contractor to cure such default within 10 days
of notice shall be grounds upon which the City may suspend or terminate this contract pursuant
to the County's Defaulted Property Tax Reduction Program found at Los Angeles County
Ordinance No. 2009-0026 and codified at Los Angeles County Code, Chapter 2.206.
12. NON-DISCRIMINATION: Pursuant to Labor Code § 1735, no discrimination shall
be made in the employment of persons in the work contemplated by this Agreement because of
the race, color, sex. mental disability, physical disability, religion or other reason set forth in
Government Code § 12940 of such person. Contractor agrees to post in conspicuous places
available to employees and applications, a notice setting forth provisions of this non-
discrimination clause. of such person. A violation of this section exposes the Contractor to the
penalties provided for in Labor Code § 1735.
45
13. PAYMENT FUND: A City Council resolution established a Project Payment
Account, encumbered money in the current budget, and assigned that money to the Project
Payment Account, which is the sole source of funds available for payment of the contract sum
set forth in Section 3 of this Agreement. Contractor understands and agrees that Contractor will
be paid only from this special fund and if for any reason this fund is not sufficient to pay
Contractor, Contractor will not be entitled to payment. The availability of money in this fund, and
City's ability to draw from this fund, are conditions precedent to City's obligation to make
payments to Contractor.
14. PRESENTATION OF CLAIMS: Any claim, as that term is defined in Public
Contract Code § 9204 shall be submitted in accordance with § 9204 and shall contain a sufficient
description of the claim, the basis therefore and documentation in support of the claim. The
claim shall be processed as more fully set forth in the Plans and Specifications.
15. TERMINATION: This Agreement may be terminated by the City, for any reason,
upon the giving of a written "Notice of Termination" to Contractor at least thirty (30) days prior to
the date of termination specified in the notice. Upon receipt of such notice, Contractor shall
immediately cease work, unless otherwise directed by the Notice of Termination. In the event
of such termination, Contractor shall be paid for services satisfactorily rendered and expenses
reasonably and necessarily incurred prior to the effective date of termination, unless the Notice
of Termination is issued for cause, in which event the City may withhold any disputed
compensation. Contractor shall not be entitled to any claim for lost profits.
Notwithstanding any other provision of this Agreement, any failure to comply with this
paragraph by the Contractor shall permit the LCA or the CDC to recover as damages against
the Contractor any loss, expense or cost (including without limitation attorney’s fees) incurred by
the LCA or the CDC resulting from any such failure (including without limitation any impairment
or loss of funding, whether in whole or in part, from the CDC is a third-party beneficiary and
neither this paragraph (nor any other provision of this Agreement necessary to give this
paragraph force or effect) shall be amended or waived without the prior written consent of the
CDC.
46
State of California
Contractor’s License No. ________________________
Contractor’s Business Phone:
Contractor’s emergency phone which can be reached at any time:
IN WITNESS WHEREOF, the parties hereto have executed this Agreement with all the
formalities required by law on the respective dates set forth opposite their signatures.
[Full Name of Contractor]
By: ______________________________________
Title: _________________________________
Date:
By:
Title:
Date:
CITY OF DIAMOND BAR, CALIFORNIA
By: _____________________________________
ANDREW CHOU, MAYOR
_______________________
Date
ATTEST:
By: _____________________________________
KRISTINA SANTANA, CITY CLERK
_______________________
Date
APPROVED AS TO FORM:
_____________________________
OMAR SANDOVAL, CITY ATTORNEY
_____________________________
Date
47
*NOTE: If Contractor is a corporation, the City requires the following
signature(s):
-- The Chairman of the Board, the President or a Vice-President, AND (2) the
Secretary, the Chief Financial Officer, the Treasurer, an Assistant Secretary or an
Assistant Treasurer. If only one corporate officer exists or one corporate officer
holds more than one corporate office, please so indicate. OR
-- The corporate officer named in a corporate resolution as authorized to enter into
this Agreement. A copy of the corporate resolution, certified by the Secretary close
in time to the execution of the Agreement, must be provided to the City.
48
PART II
GENERAL PROVISIONS
GP-1
GENERAL PROVISIONS
FOR
RESIDENTIAL & COLLECTOR STREETS REHABILITATION (AREA 2)
AND
ARTERIAL STREET IMPROVEMENTS (GOLDEN SPRINGS ROAD FROM BREA CANYON
ROAD TO GRAND AVENUE) PROJECT
PROJECT NO. SI23102 & SI23103
1. GENERAL CONDITIONS
All work shall be done in accordance with the Standard
Specifications for Public Works Construction (Latest Edition and
all subsequent supplements), hereinafter referred to as Standard
Specifications; the State of California Department of
Transportation Standard Specifications (Latest Edition and all
subsequent supplements), hereinafter referred to as Caltrans
Standard Specifications Latest Edition; Plans, Sketches and
Spreadsheets herein, Standard Construction Drawings; and these
Special Provisions.
2. MODIFICATIONS TO THE STANDARD SPECIFICATIONS
Section 1. General.
Subsection 1-6.1. General is amended by the addition of the
following:
An addendum to these specifications may be issued by the City
Engineer at any time prior to the bid opening. Such an addendum
shall be incorporated as part of the bid documents. Failure of the
bidder to submit a bid proposal with acknowledgement of
addendum/addenda issued will be grounds to find the proposal non-
responsive.
Section 1-7. Award and Execution of Contract is amended by the
following:
(a) Examination of Plans, Specifications, Special Provisions, and
Site of Work: The bidder is required to examine carefully
the site and the proposal, plans, specifications and contract
forms for the work contemplated, and it will be assumed that
the bidder has investigated and is satisfied as to the
conditions to be encountered, including all installations and
utilities, whether underground, surface or overhead, as to
the character, quality and quantities of work to be performed
and materials to be furnished, and as to the requirements of
GP-2
the specifications, the Special Provisions and the Contract.
It is mutually agreed that submission of a proposal shall be
considered prima facie evidence that the bidder has made such
examination.
(b) Proposal Form: All proposals must be made upon blank forms
to be obtained from the City Clerk at City Hall, 21810 Copley
Drive, Diamond Bar, California. All proposals must give the
prices proposed, both in writing and figures, and must be
signed by the bidder, and his address shown. If the proposal
is made by an individual, his name and post office address
must be shown. If made by a firm or partnership, the name
and post office address of each member of the firm or
partnership must be shown. If made by a corporation, the
proposal must show the name of the state under the laws of
which the corporation was chartered and the names, titles,
and business addresses of the president, secretary, and
treasurer.
(c) Rejection of Proposals Containing Alterations, Erasures or
Irregularities: Proposals may be rejected if they show any
alterations or form additions not called for, conditional or
alternative proposals, incomplete proposals, erasures, or
irregularities of any kind.
(d) Bidder's Guarantee: All proposals shall be presented under
sealed cover and shall be accompanied by cash, cashier's check
or certified check payable to, or bidder's bond in favor of
the City of Diamond Bar in an amount of not less than ten
percent (10%) of the amount named in said proposal, and no
proposal shall be considered unless such cash, cashier's
check, certified check or Bidder's Bond is enclosed
therewith.
(e) Return of Bidder's Guarantees: Proposal guarantees will be
held until the Contract has been finally executed, after which
they will be returned to the respective bidders whose
proposals they accompany.
The Notice to Bidders, Proposal, bonds, Instructions to Bidders,
General Provisions and Detail Specifications, shall be deemed
incorporated in the Contract by reference. A Corporation to which
an award is made will be required, before the Contract is finally
executed, to furnish evidence of its corporate existence and
evidence that the officer signing the Contract and bonds for the
corporation is duly authorized to do so.
Section 3 - CONTROL OF THE WORK
GP-3
Section 3-10. Surveying
Subsection 3-10.1. General. Replace the entire subsection and
substitute the following:
The Contractor shall provide surveying and construction staking
required for the construction of this project. The Contractor shall
submit to the City for approval, the qualifications of the Licensed
Land Surveyor, prior to commencing the construction staking.
All survey monuments, centerline ties and survey reference points
shall be protected in place or reestablished where disturbed, in
accordance with Section 8771 of the Professional Land Surveyor’s Act
(Business & Professions Code Section 8700 et seq.), prior to Project
acceptance. This work will be the responsibility of the Contractor
and shall be at the Contractor’s sole cost and expense.
All construction control surveying, including verification of the
existing surfaces required to establish control of line and grade
for the finish surface, shall be performed under the supervision of
a Registered Civil Engineer or Licensed Land Surveyor at the expense
of the Contractor.
Survey stakes shall be set and stationed by the Contractor’s surveyor
as follows:
1) Drains 50' intervals and change of alignment or grade
2) Water 40' intervals and change of alignment or grade
3) Sewer 40’ intervals and change of alignment or grade
4) Structures 4 corners with reference elevations
5) Rough Grade As required to achieve cut or fill to finished
grade (or flow line) as indicated on a
grade sheet (maximum interval of: 50'
intervals, 50’ grid pattern, and change of
alignment or grade)
6) Finish Grade As required to achieve cut or fill to finished
grade (or flow line) as indicated on a
grade sheet (maximum interval of: 25'
intervals, 25’ grid pattern, and change of
alignment or grade; as well as 15’
intervals and 15’ grid pattern for
intersections and curb return areas)
Offsets and locations shall be as agreed upon. The Contractor shall
transfer grade hubs for construction as he may require. The Engineer
shall have the right to verify the Contractor’s survey extensions,
and if found deficient, the Contractor shall pay the costs thereof.
Subsection 3-10.3 Line and Grade. Delete the entire subsection and
substitute the following:
GP-4
All work, including finished surfaces, shall during its progress and
upon completion conform to the lines, grades, cross-sections,
elevations and dimensions shown on the Plans. All distances and
measurements are given thereon and will be made in a horizontal
plane. Three consecutive points shown on the same rate of slope
must be used in common in order to detect any variation from a
straight line. In the event any discrepancy exists, it must be
reported to the City’s Representative. Failure to make this report
shall make the Contractor responsible for any error in the finished
work. Minor deviations from approved plans, whenever required by
the exigencies of construction, shall be determined in all cases by
the City’s Representative and authorized in writing.
Subsection 3-10.3 Permanent Survey Markers. Add the following entire
subsection:
The Land Surveyors Act, Section 8771 of the Business and Professional
Code, and Sections 732.5, 1492-5, and 1810-5 of the Streets and
Highways Code require that survey monuments shall be protected and
perpetuated.
The Contractor shall be responsible prior to the start of
construction for locating, referencing, and filing of Corner Records
with the County Surveyor’s office for survey control points/
monuments that exist as shown on recorded Tract Maps, Parcel Maps,
Records of Surveys and Highway Maps which are going to be affected
or disturbed by the proposed construction.
After the proposed completion of the proposed construction, said
monuments and/or control survey points shall be reset to the new
surface in accordance with current professional land surveying
practices. Corner Records shall be filed with the County Surveyor,
with a copy provided to the City, for all new monuments set.
Section 3-12. Work Site Maintenance.
Subsection 3-12.6.1 General is amended by the addition of the
following:
The contractor shall conform to the requirements of the National
Pollutant Discharge Elimination System (NPDES) Permit for
Construction Activities, NPDES No. CAS000002.
Subsection 3-12.6.2 Best Management Practices (BMPs) is amended by
the addition of the following:
The Contractor shall protect by any means all construction related
materials from being discharged from the site by the forces of wind
or water. At a minimum the contractor and/or any subcontractors are
required to place gravel bags and fabric around all storm drain
GP-5
inlets, and also place gravel bags around the job site, as directed
by the City Engineer, to protect polluted water from running into
the storm drain systems.
Subsection 3-12.7 Environmental Provisions is hereby added to the
Standard Specifications.
In the event Contractor is required to dig any trench or excavation
that extends deeper than 4 feet below the surface in order to perform
the work authorized under this contract, Contractor agrees to
promptly notify Agency in writing and before further disturbing the
site, if any, of the conditions set forth below are discovered:
1. Materials that the Contractor believes may be hazardous waste,
as defined in Section 25117 of the Health and Safety Code that
is required to be removed to a Class I, Class II, or Class III
disposal site in accordance with the provisions of existing law.
2. Subsurface or latent physical conditions at the site differing
from those indicated.
3. Unknown physical condition at the site of any unusual nature,
different materially from those ordinarily encountered and
generally recognized as inherent in the work of the character
provided for in this Contract.
Section 3-13. Completion, Acceptance, and Warranty.
Subsection 3-13.1 Final Cleanup and Closeout is amended by the
addition of the following:
Upon completion of the work, and before acceptance and final payment
is made by the City, the Contractor shall clean the project site and
areas occupied by him in connection with the work. All rubbish,
excess materials, falsework, temporary structures, and equipment
shall be removed; and all parts of the work shall be left in a neat
and presentable condition.
Prior to final closeout, the Contractor shall submit the following:
A. A complete file of operation and maintenance manuals for equipment and
materials used in the work. Such file shall be bound in hardcover, three-
ring binders and shall be labeled.
B. Required written guarantees.
C. Complete list of subcontractors and principal vendors engaged
in the execution of the work, including addresses and telephone
numbers.
GP-6
D. Complete and updated Storm Water Pollution Prevention Plan/Water
Pollution Control Plan and Contractor certification that
construction activities were in compliance with applicable
National Pollutant Discharge Elimination System regulations.
Full compensation for conforming to the requirements of this Section
shall be considered as included in the contract bid price paid for
the various items of work and no additional compensation will be
allowed therefor.
Subsection 3-13.2 Acceptance is amended by the addition of the
following:
The Contractor shall notify the Engineer a minimum of five working
days in advance when a final inspection of the work is desired. If
the Engineer agrees that the work is complete and ready for
inspection, he will, as soon thereafter as possible, make the
necessary examinations. No final acceptance of the work shall be
allowed until all check (punch) list items to be rectified have been
corrected and any subsequent final inspections have been performed.
Section 4 - CONTROL OF MATERIALS
4-1 MATERIALS AND WORKMANSHIP
4-1.1 General. The Contractor and all subcontractors, suppliers,
and vendors, shall guarantee that the entire work will meet all
requirements of this contract as to the quality of materials,
equipment, and workmanship. The Contractor, at no cost to the
AGENCY, shall make any repairs or replacements made necessary by
defects in materials, equipment, or workmanship that become evident
within 1 year after the date of acceptance of work. Within this 1-
year period, the Contractor shall also restore to full compliance
with requirements of this contract any portion of the work which is
found to not meet those requirements. The Contractor shall hold the
AGENCY harmless from claims of any kind arising from damages due to
said defects or noncompliance. The Contractor shall make all
repairs, replacements, and restorations within 30 days after the
date of the Engineer's written notice.
Section 4-3. Inspection:
[Add the following text]
The Work is subject to inspection and approval by the Engineer. The
Contractor shall notify the Engineer a minimum of 48 hours in advance
of the required inspection.
GP-7
The Engineer will make, or have made, such inspections and tests as he
deems necessary to see that the Work is in conformance with the Contract
Documents. In the event such inspections or tests reveal noncompliance
with the Contract Documents, the Contractor shall bear the cost of such
corrective measures as deemed necessary by the Engineer, as well as the
cost of subsequent re-inspection and re-testing.
Work done in the absence of inspection by the Engineer may be required
to be removed and replaced under the inspection of the Engineer, and
the entire cost of removal and replacement, including the cost of all
materials which may be furnished by the CITY and used in the work thus
removed, shall be borne by the Contractor, regardless of whether the
work removed is found to be defective or not. Work covered without the
approval of the Engineer shall, if so directed by the Engineer, be
uncovered to the extent required by the Engineer, and the Contractor
shall similarly bear the entire cost of performing all the work and
furnishing all the materials necessary for the removal of the covering
and its subsequent replacement, including all costs for additional
inspection.
The Engineer and any authorized representatives shall at all times have
access to the Work during its construction at shops and yards as well
as the Work site. The Contractor shall provide every reasonable facility
for ascertaining that the materials and workmanship are in accordance
with the Contract Documents.
Inspection of the Work shall not relieve the Contractor of the
obligation to fulfill all conditions of the Contract.
Add the following subsections:
4-3.4 Special Inspection Fees
If the Contractor elects to work under this Contract more than 8
hours/day or more than 40 hours/week, Saturday, Sunday, or CITY
holidays, the Contractor shall arrange with the Engineer for the
required inspection service and pay the Special Inspection Fees
unless waived by the engineer. The special inspection will be
charged at the following rates:
Mondays through Fridays - $100.00 per hour
Saturdays, Sundays, Holidays - $1,000.00 per day
Fees may be deducted from payments due to the Contractor at the
discretion of the Engineer.
4-4 Testing. Except as elsewhere specified, the City will bear the
cost of materials testing and independent acceptance testing. The
cost of all other tests, including the retesting of materials and
independent acceptance testing that fails to pass the first test,
shall be borne by the Contractor.
GP-8
Section 4-9. Recycling of Material is hereby added to the Standard
Specifications.
4-9.1 Recycling of Asphalt Concrete, Portland Cement Concrete.
4-9.2 Contractor’s Obligation. The Agency is committed to recycling
program. It is the obligation of the contractor, under this
contract, to recycle the waste material through an approved recycling
plant. Records and report of waste material will be submitted to
the City of Diamond Bar on a regular monthly basis. The construction
and demolition requirements of the City of Diamond Bar has been
provided in Appendix B for further information.
Section 5. Legal Relations and Responsibilities
Subsection 5-3. Labor is amended by the addition of the following:
Labor Discrimination. No discrimination shall be made in the
employment of such persons upon public works because of the race,
color, or religion of such persons and every Contractor for public
works violating this section is subject to all the penalties imposed
for a violation of Chapter 11 or Part VII, Division 2 of the Labor
Code in accordance with the provisions of Section 1735 thereof.
Subsection 5-4.1. Contractor's Responsibility for Work, is amended
by the following:
Reference is made to Section 3-13 of the Standard Specifications and
these General Provisions. Except as provided above, until the formal
acceptance of the work by the City Council, the Contractor shall
have the charge and care thereof and shall bear the risk of injury
or damage to any part thereof by the action of the elements or from
any other case, whether arising from the execution or from the non-
execution of the work. The Contractor shall rebuild, repair,
restore, and make good all injuries or damages to any portion of the
work occasioned by any of the above causes before final acceptance
and shall bear the expense thereof, except such injuries or damages
occasioned by acts of the Federal Government or the public enemy.
5-7 Safety.
Subsection 5-7.7. Security and Protective Devices, is amended by
the addition of the following:
It is part of the service required of the Contractor to make whatever
provisions are necessary to protect the public. The Contractor shall
use foresight and shall take such steps and precautions as his
GP-9
operations warrant to protect the public from danger, loss of life
or loss of property, which would result from interruption or
contamination of the public water supply, interruption of other
public service, or from the failure of partly completed work or
partially removed facilities. Unusual conditions may arise on the
work which will require that immediate and unusual provisions be
made to protect the public from danger or loss, or damage to life
and property, due directly or indirectly to prosecution of work under
this contract.
Whenever, in the opinion of the Engineer, an emergency exists against
which the Contractor has not taken sufficient precaution for the
public safety, protection of utilities and protection of adjacent
structures or property which may be damaged by the Contractor's
operations in the opinion of the Engineer, immediate action shall
be considered necessary in order to protect the public or property
due to the Contractor's operations under this contract, the Engineer
will order the Contractor to provide a remedy for the unsafe
condition. If the Contractor fails to act on the situation within
a reasonable time period, the Engineer may provide suitable
protection to said interests by causing such work to be done and
material to be furnished as, in the opinion of the Engineer, may
seem reasonable and necessary.
The cost and expense of said labor and material, together with the
cost and expense of such repairs as are deemed necessary, shall be
borne by the Contractor. All expenses incurred by the AGENCY for
emergency repairs will be deducted from the progress payments and
the final payment due to the Contractor. However, if the AGENCY
does not take such remedial measures, the Contractor is not relieved
of the full responsibility for public safety.
Section 6. Prosecution and Progress of the Work. This section is
modified by addition of the following subsections.
Subsection 6-1.3. Order of Work
The order of work, except where otherwise specifically required by
the Plans and Specifications, shall be determined by the Contractor
who shall be solely responsible for coordinating all subcontract and
prime contract work to minimize delays during construction.
The Contractor shall schedule his work in order to be as least
disruptive as possible to adjacent businesses and residents.
Subsection 6-1.4. Work Hours and Sound Control.
GP-10
Daytime work hours shall be 7:30 a.m. to 4:30 p.m. Monday - Friday.
Saturday work hours, if permitted at least one week (7 Calendar
Days) in advance by the City Engineer, shall be 8:00 a.m. to 4:00
p.m.
Work and traffic control on eastbound Golden Springs Rd shall not
continue past 3:00 p.m.
Work and traffic control on westbound Golden Springs Rd shall not
begin before 8:30 a.m.
Nighttime work hours shall be 10:00 p.m. to 5:00 a.m. Monday –
Friday. Nighttime work hours are not required but will be permitted
on arterial streets at the request of the contractor with the City
Engineer’s authorization. Contractor shall request nighttime work
hours at least 1 week (7 calendar days) prior to beginning the
proposed nighttime work operations.
The work at or near Chaparral Middle School and Maple Hill Elementary
School shall be prioritized due to the high traffic loading when
school is in session.
The Contractor shall comply with all County and local sound control
and noise level rules, regulations, and ordinances which apply to
any work performed pursuant to the contract, and shall make every
effort to control any undue noise resulting from the construction
operation.
Each internal combustion engine used for any purpose on the job or
related to the job shall be equipped with a muffler of a type
recommended by the manufacturer. No internal combustion engine shall
be operated on the project without said muffler.
The Engineer reserves the right to stop work if he determines that
these conditions are being violated.
Section 7. Measurement and Payment. This section is modified by
the addition of the following sections:
Subsection 7-3, Payment is modified by the addition of the following
paragraphs:
Payment for the various items of the Bid Schedule, as further
specified herein, shall include all compensation to be received by
the Contractor for furnishing all tools, equipment, supplies, and
manufactured articles, and for all labor, operations, and
incidentals appurtenant to the items of work being described, as
necessary to complete the various items of work, all in accordance
with the provisions for Measurement and Payment in the Standard
Specifications and these Special Provisions, and as shown on the
GP-11
Drawings, Exhibits, and spreadsheets including all appurtenances
thereto, and including all costs of compliance with the regulations
of public agencies having jurisdiction, including the Safety and
Health Requirements of the California Division of Industrial Safety
and the Occupational Safety and Health Administration of the U.S.
Department of Labor (OSHA).
No separate payment will be made for any item that is not
specifically set forth in the Bid Schedule, and all costs therefore
shall be included in the prices named in the Bid Schedule for the
various appurtenant items of work.
The Contractor agrees that the payment of the amount under the
Contract, and the adjustment and payment for any work done in
accordance with any alterations of the same, shall release the City
of Diamond Bar, the City Council, the City Manager, and the City
Engineer of any and all claims or liability on account of work
performed under the Contract or any alterations thereof.
Progress Payments. The Contractor shall be entitled each month to a
monthly progress payment in an amount equal to ninety-five percent
(95%) of the estimated percentage of actual work completed by the
end of the preceding calendar month, based on the contract price
less all previous payments. Subject to the provisions of Section
22300 of the Public Contract Code, a five percent (5%) retention
will be withheld from each payment. All invoices and detailed pay
requests shall be approved by the Engineer before submittal to the
City for payment. All billings shall be directed to the Engineer.
In all events, the City shall withhold no less than five percent
(5%) of the contract price until final completion and acceptance of
the work.
This payment on account shall in no way be considered as an
acceptance of any part of the work or material of the Contract, nor
shall it in any way govern the final estimate.
Acceptance of any progress payment accompanying any estimate without
written protest shall be an acknowledgment by the Contractor that
the number of accumulated contract days shown on the associated
statement of working days is correct. Progress payments made by the
City to the Contractor after the completion date of the Contract
shall not constitute a waiver of liquidated damages.
The Contractor shall submit with its invoice the Contractor's
conditional waiver of lien for the entire amount covered by such
invoice; valid unconditional waivers of lien from the Contractor and
all subcontractors and material-men for all work and materials
included in any prior invoices;
GP-12
Waivers of lien shall be in the forms prescribed by California Civil
Code Section 3262. Prior to final payment by the City, the
Contractor shall submit a final waiver of lien for the Contractor's
work, together with releases of lien from any subcontractor or
material-men.
Final Payments. After the completion of the Contract, the City
Engineer shall make a final inspection of the work done thereunder,
and if entirely satisfactory and complete, the City shall pay to the
Contractor an amount which, when added to the payments previously
made and deductions allowable to the City, will equal ninety-five
percent (95%) of the contract price. Thereafter the balance of the
contract price remaining unpaid shall be paid thirty-five (35)
calendar days after the recording of a Notice of Completion by the
City. The payment of the final amount due under the Contract and
the adjustment and payment for any work done in accordance with any
alterations of the same shall release the City from any and all
claims on account of the work performed under the Contract or any
alterations thereof. Final payment to Contractor shall be withheld
for at least 30 days after the time in which Contractor has verified,
to the City's satisfaction, that it has submitted all information
to the Department of Industrial Relations required by Labor Code
§1773.3.
Guarantee. The Contractor agrees for a period of one year, commencing
with the Final Notice of Completion, to correct without additional
charge to the City, any defects in the work performed, or in the
materials furnished, by the Contractor and/or manufacturer, jointly.
Quantities and Unit Prices. All pay items will be paid for at the
unit prices named in the Bid Schedule for the respective items of
work. The quantities of work or material stated as unit price items
on the Bid Schedule are stated only to give an indication of the
general scope of the work. The City does not expressly, nor by
implication, agree that the actual amount of work or material will
correspond therewith, and reserves the right after the award of
Contract to increase or decrease the quantity of any unit price item
of work, and shall have the right to delete any Bid Item in its
entirety, or to add additional Bid Items.
7-4.3 Markup.
[Delete Subsection in total and replace with the following]:
(a) Work by Contractor. The following percentages shall be
added to the Contractor’s costs and shall constitute
the markup for all overhead and profits:
GP-13
1) Labor 20
2) Materials 15
3) Equipment Rental 15*
4) Other Items and Expenditures 15
* Equipment Rental rates shall be based on the latest
applicable Caltrans Equipment Rental Rates.
To the sum of the costs and markups provided for in
the subsection, 1 percent shall be added as
compensation for bonding.
(b) Work by Subcontractor. When all or any part of the extra
work is performed by a Subcontractor, the markup
established in 7-4.3.1 shall be applied to the
Subcontractor’s actual cost of such work. A markup of
10 percent on the first $5,000 of the subcontracted
portion of the extra work and a markup of 5 percent on
work added in excess of $5,000 of the subcontracted
portion of the extra work may be added by the
Contractor.
Section 402. Utilities. This section is modified by addition of
the following subsections.
Subsection 402-1. General. This section is amended by the
addition of the following:
Utility Owner and Public Agency Identifications. Utility owners
and Public Agencies who may have facilities or interests which may
affect the work are as follows:
Waste Management
13940 East Live Oak Avenue
Baldwin Park, California 91706
(800) 266-7551
Valley Vista Services
17445 E Railroad St.
City of Industry, CA 91748
Jullian Reiff
(626) 855-5513
GP-14
Clear Channel Outdoor
19320 Harborgate Way
Los Angeles, CA 90501
Kevin Kocic
(213) 305-0045
kevinkocic@clearchannel.com
Los Angeles County Department
of Public Works
900 S Fremont Ave
Alhambra, CA 91803
Marissa Morelos
(626) 300-3365
mmorelos@dpw.lacounty.com
Kinder Morgan Energy
1100 Town and Country Rd
Orange, CA 92868
Karly Payne
(714)560-4604
Charter Communications
4781 Irwindale Avenue
Irwindale, CA 91706
Jesse Gonzalez
(626) 430-3335
Level
1025 El Dorado Blvd. Bldg. 33A-
552
Broomfield, CA 80021
John Trujillo
(720)888-4465
Frontier
1400 E Phillips Blvd
Pomona, CA 91766
Jim Bollier
(714) 375-6760
Maple Hill Elementary School
1350 Maple Hill
Diamond Bar, CA 91765
(909) 861-6224
Chaparral Middle School
1405 Spruce Tree Drive
Diamond Bar, CA 91765
(909) 861-6227
Southern California Edison
800 West Cinega Avenue
San Dimas, CA 91773
David Soto
(909) 592-3718
County Sanitation District
PO Box 4998
Whittier, CA 90601
Jeff Magllanes
(562) 908-4288
AT&T Distribution
600 E. Green St. RM 300
Pasadena, CA 91101
(510) 650-2929
Verizon - Pomona
Attn: Engineering
1400 E. Phillips
Pomona, CA 91766
Ariel Fatalla
(909)469-6333
GP-15
Walnut Valley Water District
271 S. Brea Canyon Rd.
Walnut, CA 91789
Sherry Shaw
(909) 348-8234
Metropolitan Water District
P O Box 54153 Terminal Annex
Los Angeles, CA 90054
Francisco Flores
(213)217-6679
Los Angeles County Department of
Public Works
900 South Fremont Avenue
Alhambra, California 91803
Operation Services
(626) 458-1708
Sewer Maintenance
(626) 458-7117
Los Angeles County Sheriff's
Department
21695 E. Valley Blvd.
Walnut, California 91789
(909) 595-2264
Los Angeles County Fire
Department
Station 119
20480 Pathfinder Road
Walnut, California 91789
(909) 598-4290
Los Angeles County Fire
Department
Station 120
1051 South Grand Avenue
Diamond Bar, California 91765
(909) 861-5995
Los Angeles County Fire
Department
Station 121
346 Armitos Place
Diamond Bar, California 91765
(909) 396-0164
SC Gas
1919 S. State College Blvd
Anaheim, CA 92806
Ryan Lopez
(714)364-5067
The Contractor shall notify each of the above listed utility
companies and agencies in writing (copy to City) of the project.
They shall be invited to a pre-construction meeting and provided a
work schedule.
Subsection 402-2. Protection. The Contractor is hereby alerted to
the existence of utility lines. The Contractor shall carefully
protect all lines during the course of construction.
Section 600-Access.
Section 601 – Temporary Traffic Control for Construction and
Maintenance Work Zones is amended by the addition of the following:
GP-16
The Contractor shall furnish all flagmen and guards and supply and
install all signs, lights, flares, barricade delineators, and other
facilities which are necessary to expedite the passage of public
traffic through or around the work or to prevent accidents or damage
or injury to the public or to give adequate warning to the public
of any dangerous conditions to be encountered. The Caltrans "Manual
of Traffic Controls" shall be used for all traffic control on this
project.
Section 600-4. Public Notification is hereby added to the Standard
Specifications
Contractor shall comply with all applicable State, County and City
requirements and any additional public safety requirements which may
arise in notifying the Police, Fire, Traffic and Engineering
Departments, Schools and Public Transit at least 48 hours in advance
of any closures, partial closures or reopening, and detours.
At least ten (10) calendar days prior to commencing work, the
Contractor shall submit a detailed schedule to the City for approval.
Based on the schedule, the Contractor will notify businesses, bus
companies, trash and street sweeping companies, and emergency
services of the proposed work.
Due to the nature of this project involving some inconvenience to
businesses and residents, a good Public Relations Program is
mandatory and evidence of satisfactory past performance in this area
will be required.
The City will require the Contractor to distribute one (1) “Public
Notice” to each business and residence affected by the program. The
notice shall be distributed to each business and residence ten (10)
calendar days prior to the start of any work. Said notice shall be
provided by the Contractor. Prior to distribution, all notices shall
be reviewed and approved by the City.
All complaints received by the City associated with the construction
alleging damage to private property and vehicles shall be responded
to by the Contractor within twenty-four (24) hours of notification.
Failure to comply with this provision may result in a penalty of
fifty dollars ($50.00) per occurrence.
The Contractor shall be responsible for maintain notification
signage in a serviceable manner. Signs shall indicate the date and
hours of restriction.
Full compensation for conforming to the requirements of this section
shall be considered as included in the price paid for various items
of work involved and no additional compensation will be allowed.
GP-17
Section 601. Temporary Traffic Control for Construction and
Maintenance Work Zones.
Section 601-1. General is amended by the addition of the following:
At a minimum the contractor shall maintain one (1) dedicated left
turn and one (1)thru/right turn lane at all times in all directions
as deemed necessary on multi-lane streets.
The Contractor shall prepare any traffic control or detour plans
when directed in the technical provisions under Traffic Control.
Lane transitions shall conform to the California MUTCD, Part 6,
“Temporary Traffic Control.”
Temporary traffic channelization shall be accomplished by the use
of temporary striping when channelization is required for more than
3 days. The Contractor shall provide any plans that may be required
for temporary striping prepared by a registered civil or traffic
engineer to the satisfaction of the City Engineer. In no event will
temporary striping be allowed on newly finished pavement surfaces
which are to remain. Temporary traffic channelization needed on a
daily basis shall be accomplished with delineators.
The Contractor shall schedule an employee to police the temporary
delineators within the travel way during weekday, nonworking hours
and over Saturdays, Sundays, and holidays.
Clearances from traffic lanes shall be 5-feet to the edge of any
excavation and 2-feet to the face of any curb, pole, barricade,
delineator, or other vertical obstruction.
One 4-foot wide paved pedestrian walkway shall be maintained in the
parkway area on each side of all streets.
No lanes shall be closed outside of the allowed working hours. At
the close of each working day, all lanes shall be open to traffic.
The Contractor shall furnish all flagmen and guards and supply and
install all signs, lights, flares, barricade delineators, and other
facilities which are necessary to expedite the passage of public
traffic through or around the work or to prevent accidents or damage
or injury to the public or to give adequate warning to the public
of any dangerous conditions to be encountered. The California MUTCD
Latest Edition shall be used for all traffic control on this project.
SP-1
PART III
SPECIAL PROVISIONS
SPECIAL PROVISIONS
FOR
RESIDENTIAL & COLLECTOR STREETS REHABILITATION (AREA 2)
AND
ARTERIAL STREET IMPROVEMENTS (GOLDEN SPRINGS ROAD FROM BREA CANYON
ROAD TO GRAND AVENUE) PROJECT
PROJECT NO SI23102 & SI23103
SPECIFICATIONS
The work to be done shall be performed or executed in accordance with
these Special Provisions and the "Standard Specifications for Public
Works Construction", Latest Edition and all subsequent supplements,
hereinafter referred to as the Standard Specifications. The Standard
Specifications are published by Building News, Inc. 10801 National
Boulevard, Suite 100, Los Angeles, California 90034 and are included
by reference only.
ADDENDA
The City Engineer may, without City Council approval, issue addenda
to the Contract Documents during the period of advertising for bids
for the purpose of: (a) revising prevailing wage scales or (b)
clarifying or correcting Special Provisions, Plans or Bid Proposal;
provided that any such addenda does not change the original scope
and intent of the project.
Purchasers of contract documents will be notified and furnished
copies of such addenda, either by electronic mail, PlanetBidsTM or
personal delivery, during the period of advertising.
TIME LIMIT AND NOTICE TO PROCEED
All work shall be completed within sixty (60) working days. A move-
in period of seven (7) calendar days will be allowed starting on the
date in the Notice to Proceed. The counting of working days shall
start on the date as shown on the Notice to Proceed. The Contractor
shall utilize the move-in period to ensure that all materials
required for the project will be available for the scheduled work.
No additional working days will be allowed for material delay once
the Contractor commences work. The Contractor shall notify the City
SP-2
Engineer in writing at least seven (7) calendar days prior to the
start of work.
Nothing in this section will relieve the Contractor of its
obligations relative to starting work as required elsewhere in these
specifications.
CHANGES IN THE WORK
Section 2-7.1 of the SSPWC is supplemented by the following:
Notwithstanding the limitation imposed by this Subsection, the
City Engineer may, with City Council approval, order changes
in the work which increase the contract cost by not more than
ten percent (10%) of the original contract amount.
CONTRACTOR'S INDUSTRIAL SAFETY RECORD
All bidders will be required to submit information as to their
industrial safety record on the form provided in the Bid Proposal.
A review of this safety record will be made prior to a determination
of the lowest responsible bidder, and any adverse finding as to the
bidder's safety record or any bid submitted which does not contain
the Contractor's Industrial Safety Record, filled out and signed by
the Contractor, may be sufficient cause for rejection of the bid.
CONSTRUCTION SCHEDULE
In accordance with Section 6-1 of the SSPWC, the Contractor shall
submit a written proposed construction schedule to the City Engineer
ten (10) calendar days prior to the start of work. The schedule
shall list all necessary preparatory work, vegetation removal, street
cleaning, and construction schedule for pavement repair and
replacement, crack sealing, sidewalk, curb ramps, curb and gutter,
and driveway approach replacement, and slurry operations for each
street. Such schedule shall be subject to review and approval by
the City Engineer. No work shall be done until the City Engineer
and the Contractor have agreed to the schedule to be followed by the
Contractor. The Contractor shall also submit a map showing the
specific dates by which the streets will be repaired ten (10) calendar
days prior to the start of work. The submitted map will be subject
to the City’s approval which will take into consideration traffic and
community impacts.
TRAFFIC CONTROL AND PHASING PLANS
In accordance with the Construction Schedule, the Contractor shall
provide the City with Traffic Control Plans and Phasing Plans ahead
SP-3
at least ten (10) calendar days prior to the start of construction
work in the street being improved. Failure to comply with this
requirement shall result in loss of time. In the event that there
are liquidated damages resulting from loss of time resulting from
failure to comply with submittal of Traffic Control and Phasing Plans
shall be recommended for liquidated damages.
WITHHELD CONTRACT FUNDS
Pursuant to Section 4590 of the Government Code, the Contractor at
its own expense may deposit securities pledged in favor of the Agency
with a state or federally chartered bank as the escrow agent.
The acceptable securities are those listed in Section 16430 of the
Government Code or bank or savings and loan certificates of deposit.
The amount of securities to be deposited shall be equivalent to the
maximum amount permitted to be withheld as specified in Subsection
9-3.2 of the Standard Specifications. Formal acceptance of the
project by the Agency terminates the Agency's interest in the
securities.
PUBLIC CONVENIENCE AND SAFETY
In addition to the requirement of Subsection 7-10 of the Standard
Specifications and the Standard Special Provisions, the Contractor
shall maintain access to all adjacent properties. Furthermore, this
subsection is amended and supplemented by the following paragraphs:
DETOUR
In no case shall traffic be diverted from the existing traveled
way without prior approval of the City Engineer.
TRAFFIC FLOW
In order to facilitate the flow of traffic during the contractual
period, the Agency reserves the right to extend the limits of the
project to include any areas where signing and delineating is deemed
necessary by the Engineer.
Full compensation for complying with the above requirements shall be
considered as included in the various items of work unless otherwise
specified above.
PROJECT CONSTRUCTION SITE
It shall be the Contractor’s responsibility to locate a construction
and staging site, and such sites either located on public or private
property must be approved in advance by the City Engineer.
SP-4
CONSTRUCTION WATER
Construction water is available from the Walnut Valley Water District
(WVWD) by applying for a temporary meter which will be installed and
chained to a hydrant by WVWD.
Contact WVWD at telephone (909) 595-7554 to apply for construction
water. Contractor shall verify current charges.
SANITARY CONVENIENCE
Necessary sanitary facilities for the use of workman on the job shall
be provided and maintained in an approved manner by the Contractor,
properly secluded from public observation and in compliance with
health ordinances and laws, and their use shall be strictly enforced
by the Contractor.
STORAGE SITE
It shall be the Contractor's responsibility to locate any storage
sites for materials and equipment needed and such sites either
located on public or private property must be approved in advance by
the City Engineer.
No equipment or materials shall be stored in the public roadway
right-of-way without prior written approval from the City Engineer.
SPECIAL INSPECTION FEES
If the Contractor elects to work under this contract more than 8
hours/day or more than 40 hours/week, Saturday, Sunday, or CITY
holidays, the Contractor shall arrange with the Engineer for the
required inspection service and pay the Special Inspection Fees which
will be charged at the following rates:
Monday through Fridays - $120.00 per hour
Saturday, Sunday, Holidays - $1,200.00 per day
Fees may be deducted from payments due to the Contractor at the
discretion of the Engineer.
PROJECT COORDINATION AND NOTIFICATION REQUIREMENTS
Notification to the agencies listed below and those agencies named
in Subsection 5-1 (Utility Owner and Public Agency Identifications)
of the General Provisions must be in writing with proof of letter
given to the City.
SP-5
Walnut Valley Unified School
District
Metropolitan Transit Agency
880 South Lemon Ave. (909) 620-1871
Walnut, CA 91789
(909) 595-1261
Pomona Unified School District
800 S. Garey Ave
Pomona, CA 91766
(909) 397-4800
Armstrong and Quail Summit Elementary Schools are within the
RESIDENTIAL/COLLECTOR AREA 1 project limits. In the vicinity the
school, Contractor shall schedule major paving and slurry sealing
operations requiring relocated parking to coincide, to the maximum
extent possible, with school vacations and breaks in order to
minimize traffic disruption when school is in session. Contractor
can expect minimum staff to be on-site at each school during vacations
and breaks. Careful coordination with each school by Contractor is
required.
PRE-CONSTRUCTION MEETING
The City shall arrange a pre-construction meeting with the Contractor
and representatives from utility companies which shall be held a
minimum of ten (10) calendar days prior to commencement of any work.
TRASH COLLECTION SCHEDULE
No streets will be closed or have work done on day of trash
collection. Trash Pick Up is on Wednesday, Thursday and Fridays for
Area 7.
Questions regarding trash collection can be directed to:
Waste Management Valley Vista Services
(626) 856-1285 (800) 442-6454
(818) 960-7551
STREET SWEEPER ROUTE SCHEDULE
No streets will be closed or have work done on day of street sweeping.
Street sweeping schedule is found in Appendix A and on the signage
posted on each street.
SP-6
Questions regarding street sweeping can be directed to:
R.F. Dickinson Co. Inc.,
(800) 573-3222
REMOVAL OF MATERIALS
Materials which are to be disposed of include, but are not limited
to:
Saw-cut asphalt pavement and base shall not be stored at the site
but shall be removed immediately. No overnight storage of
materials or debris will be allowed in the street area or
surrounding areas.
COMPETENCY OF BIDDER
The bidder shall be licensed under the provisions of Chapter 9,
Division 3, of the Business and Professions Code of the State of
California to do the type of work contemplated in the Contract and
shall be skilled and regularly engaged in the general class or type
of work called for under this Contract. Contractor's License Class
A, C12 or C32, is required for this project.
BID QUANTITIES
The quantities given in the Proposal and Contract form are
approximate, being given as a basis for the comparison of bids only,
and the city does not, expressly or by implication, agree that the
actual amount of work will correspond therewith, but reserves the
right to increase or decrease the amount of any class or portion of
the work, or to omit any portion of the work, as may be deemed
advisable or necessary by the City Engineer.
CITY EQUAL EMPLOYMENT OPPORTUNITY (EEO) PROVISIONS
1. AFFIRMATIVE ACTION PLAN FOR EQUAL EMPLOYMENT OPPORTUNITY
The following provisions pertaining to equal employment
opportunity are incorporated into this Contract. In connection
with performance of work under this Contract, the Contractor
agrees as follows:
a. The Contractor will not discriminate against any employee or
applicant for employment because of race, color, sex,
religion, ancestry or national origin. The Contractor will
take affirmative action to ensure that applicants are
employed, and the employees are treated during employment,
without regard to race, color, sex, religion, ancestry or
SP-7
national origin. Such action shall include, but not be
limited to, the following: 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
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, without regard to race,
color, sex, religion, ancestry or national origin.
c. In all hiring, the Contractor shall make every effort to hire
qualified workers from all races and ethnic groups.
d. The Contractor shall be responsible for the compilation of records
of the ethnic distribution of the entire project work force
on forms furnished by the Agency. Said forms, indicating
the ethnic distribution of man-hours of work within the
various crafts and trades, shall be filed by the Contractor
with the Agency every thirty (30) days.
e. The Contractor shall send to each labor union or representative
of workers with which it has a collective bargaining
agreement or other contract or understanding, a notice, to
be provided by the Agency, advising the said labor union
or worker's representative of the Contractor's commitments
under this section.
f. The Contractor shall maintain and permit access by the Agency to
records of employment, employment advertisements,
application forms and other pertinent data and records of
the Contractor's own work force and that of the various
subcontractors on the project for the purpose of
investigation to ascertain compliance with this EEO
section.
g. Within ten (10) days after execution of the Contract by the Agency,
the Contractor shall meet the following standards for
affirmative compliance and shall ensure that each
subcontractor on the project will meet these requirements
within ten (10) days after receiving a Notice to Proceed
from the Contractor, unless the Agency provides for a
greater time period:
(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
SP-8
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 and their
responsibilities under 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
subcontractor may have committed a violation of the EEO
section of this Contract or of the California Fair
Employment Practice Act or of any applicable Federal law
concerning equal employment practices on this project, the
Agency will cause written notice to be served on the
Contractor or its representative, and to any subcontractor
involved in such violation. The notice shall set forth
the nature of the violation. Upon the Agency's request,
the Contractor shall meet with representatives of the
Agency in order to determine the means of correcting the
violation and the time period within which the violation
shall be corrected. If, within ten (10) days, the
Contractor or subcontractor has failed or refused to remedy
the violation, the Agency may notify the Fair Employment
Practices Commission and pursue any other remedies which
may be available under the law.
i. The Contractor shall include the provisions of the foregoing
paragraphs 1a through 1h in every first tier subcontract
and require each subcontractor to bind each further
subcontractor with whom it has a contract to such
provisions, so that such provisions will be binding upon
each subcontractor who performs any of the work required
by the Contract.
SP-9
2. ANTI-DISCRIMINATION
a. The Contractor certifies and agrees that all persons employed by
the Contractor, its affiliates, subsidiaries or holding
companies are and will be treated equally by the Contractor
without regard to or because of race, color, sex, religion,
ancestry or national origin and in compliance with State
and Federal anti-discrimination laws. The Contractor
further certifies and agrees that it will deal with its
subcontractors, bidders and vendors without regard to or
because of race, color, sex, religion, ancestry or national
origin. The Contractor agrees to allow access to its
employment records during regular business hours to verify
compliance with the foregoing provisions when so requested
by the City.
b. The Contractor specifically recognizes and agrees that if the City
finds that any of the foregoing provisions have been
violated, the same shall constitute a material breach of
Contract upon which the City may determine to cancel,
terminate or suspend the Contract. While the City reserves
the right to determine individually that the anti-
discrimination provisions of the Contract have been
violated, in addition a determination by the California
Fair Employment Practices Commission or the Federal Equal
Employment Opportunity Commission that the Contractor has
violated State or Federal anti-discrimination laws shall
constitute a finding by the City that the Contractor has
violated the anti-discrimination provisions of the
Contract.
c. At its option, and in lieu of canceling, terminating or suspending
the Contract, the City may impose damages for any violation
of the anti-discrimination provisions of this section, in
the amount of two hundred ($200.00) for each violation
found and determined. The City and the Contractor
specifically agree that the aforesaid amount shall be
imposed as liquidated damages, and not as a forfeiture or
penalty. It is further specifically agreed that the
aforesaid amount is presumed to be the amount of damages
sustained by reason of any such violation, because, from
the circumstances and the nature of the violation, it is
impracticable and extremely difficult to fix actual
damages.
PART IV
TECHNICAL PROVISIONS
MEASUREMENT AND PAYMENT
TP - 1
TECHNICAL PROVISIONS
FOR
RESIDENTIAL & COLLECTOR STREETS REHABILITATION (AREA 2)
ARTERIAL STREET IMPROVEMENTS (GOLDEN SPRINGS ROAD FROM BREA CANYON
ROAD TO GRAND AVENUE) PROJECT
PROJECT NO. SI23102 & SI23103
MEASUREMENT & PAYMENT SUMMARY:
As a convenience to the Contractor, all measurement & payment clauses
for the contract bid items have been consolodated and presented on
the following pages. The bid items have been organized in order of
the bid schedule:
A-1 & B-1 Project Mobilization & Demobilization - Measurement
and payment for mobilization and demobilization will be based
upon a Lump Sum (LS), non-proratable price, and shall require
completion of all of the listed mobilization items during the
first 25 days following the Notice to Proceed. The Contractor
shall not exceed 5% of the entire Bid for Project Mobilization
& Demobilization.
Payment for mobilization and demobilization will be made per
the named lump sum price named in the Bid Schedule, which price
shall constitute full compensation for all such work. Payment
for mobilization and demobilization will be made in the form of
a lump-sum, non-proratable payment, no part of which will be
approved for payment under the Contract until all mobilization
items listed herein have been completed as specified. The scope
of the work included under Pay Item No. 1 shall include the
obtaining of all bonds, insurance, and permits, complying the
LA County Flood Control District Permit, moving onto the site
of all plant and equipment, and the furnishing and erecting of
plants, temporary buildings, and other construction facilities,
all as required for the proper performance and completion of
the Work.
Mobilization shall include, but not be limited to, the following
principal items:
1. Moving onto the site of all Contractor's plant and
equipment required for the first month's operations.
2. Installing temporary construction power, wiring, and
lighting facilities.
MEASUREMENT AND PAYMENT
TP - 2
3. Developing and installing construction water supply.
4. Providing field office trailers for the Contractor, if
needed.
5. Providing all on-site communication facilities.
6. Providing all on-site sanitary facilities and potable water
facilities for workers.
7. Furnishing, installing, erecting, and maintaining all
storage buildings or sheds required for the temporary
storage of any products, equipment, or materials that have
not yet been incorporated into the Work. All such storage
facilities shall meet or exceed the material manufacturer's
published storage requirements and these Special
Provisions, including any ambient temperature and humidity
controls, if recommended by the material manufacturer, and
for all security and safety on and about the site of the
Work.
8. Arranging for, and erection of, the Contractor's
construction and storage yard per Section 3-12, "Work Site
Maintenance," of the Standard Specifications.
9. Obtaining and paying for all required bonds, insurance,
and permits.
10. Posting all OSHA-required notices, and establishment of
OSHA-approved safety programs.
11. Providing a full-time Contractor's superintendent.
12. Submitting of the required Construction Schedule, as
specified in Section 6-1, "Construction Schedule and
Commencement of Work," of the Standard Specifications.
13. Submittal of Initial Construction Schedule, embodying all
corrections required by the Engineer, within 25 days of
date of Notice to Proceed. No payment for Mobilization
can be made until this has been approved and submitted.
14. Fencing of storage & laydown areas which are to be removed
and disposed of upon project completion.
MEASUREMENT AND PAYMENT
TP - 3
Demobilization includes removal and cleanup of said facilities
under Mobilization.
In addition to the requirements specified above, all submittals
shall conform to the applicable requirements of Section 2-5.3,
"Shop Drawings and Submittals" of the Standard Specifications.
No payment for any of the listed initial mobilization work items
will be made until all of the listed items have been completed
to the satisfaction of the Engineer.
The aforementioned amount will be retained by the City as the
agreed, estimated value of completing all of the mobilization
items listed. Any such retention of money for failure to
complete all such mobilization items as a lump-sum item shall
be in addition to the retention of any payment pursuant to the
provisions of Public Contract Code 22300.
A-2 & B-2 Traffic Control & Public Safety - Measurement for
traffic control & public safety will be based upon a Lump Sum
(LS) price. Payment for Traffic Control & Public Safety shall
include preparation of a traffic control & management plan for
arterial (Diamond Bar Boulevard) roadway work per MUTCD and
WATCH manuals.
Payment for traffic control & public safety will be made at the
lump sum price named in the Bid Schedule, which price shall
constitute full compensation for the completion of all planning,
design, engineering, furnishing, and construction of all traffic
control including all materials, manpower, equipment,
changeable message boards, performing all operations, and the
removal and disposal of all such traffic control & safety
devices.
A-3 & B-3 Construction Staking and Monument Preservation -
Measurement for Monument Preservation will be based upon a Lump
Sum (LS) price. Payment for Construction Staking and Monument
Preservation shall be per the Lump-Sum (LS) price bid and shall
include all work necessary to provide construction staking and
fully comply with all Federal, State and Local regulations
pertaining to the protection and replacement of survey
monumentation.
A-4 & B-4 Public Notification - Measurement and payment for
Public Notification will be based upon a Lump Sum (LS) price.
MEASUREMENT AND PAYMENT
TP - 4
Payment for public notification will be made at the lump sum
price named in the Bid Schedule, which price shall constitute
full compensation for complying with all applicable State,
County and City requirements and any additional public safety
requirements which may arise in notifying the Police, Fire,
Traffic, and Engineering Departments, and Public (including
businesses) within 1,000 feet of the work area at least 48 hours
in advance of any closures, partial closures or reopening, and
detours of any street, alley, or other public thoroughfare.
A-6 Application of Crack Seal & Weed Kill - Measurement and
payment for application of crack seal will be based upon a Lump
Sum (LS) price. Payment for application of crack seal will be
made at the unit price named in the Bid, which price shall
constitute full compensation for all crack seal application,
complete, furnishing all material, labor, plant, and equipment
as set in these specifications and directed by the Engineer.
A-7 Application of Cape Seal - Measurement and payment for the
application of a cape seal consisting the application of a 5/16”
chip seal and Type II slurry seal with 2% latex will be based
upon the contract unit price per Square Yards (SY) of material
actually placed. Certified weight slips for all component
materials shall also be delivered to the Engineer for
verification before the materials are applied. The cost of
materials placed in the absence of the Engineer of materials
rejected due to improper placing, improper proportions of
materials or material found to be defective, shall be borne by
the Contractor. The price shall include full compensation for
furnishing pavement preparation, tack coat, chip seal,
emulsified asphalt, cover aggregate, sand, and all tools,
equipment and incidentals, and for doing all the work involved
as shown on the Plans and Specifications.
A-8 & B-5 Adjust Water Valve Frame and Cover to Grade -
Measurement and payment for this item will be at the contract
unit price per Each Item (EA) as measured in the field based
upon the number of each such water valve frame and cover set to
grade, as shown on the drawings, marked in the field and as
specified. The pavement around the water valve shall be cracked
sealed as deemed necessary by the Engineer. Payment this item
shall constitute full compensation to adjust the water valve
frame and cover to grade, complete, including protection after
construction, and furnishing all material, labor, and equipment.
A-9 & B-6 Adjust Manhole Frame and Cover to Grade - Measurement
and payment for this item will be at the contract unit price
MEASUREMENT AND PAYMENT
TP - 5
per Each Item (EA) as measured in the field based upon the
number of each such manhole frame and cover set to grade, as
shown on the drawings, marked in the field and as specified.
Both sewer manholes and storm drain manholes are included in
this bid item. The pavement around the manholes shall be cracked
sealed as deemed necessary by the Engineer. Payment this item
shall constitute full compensation to adjust the manhole frame
and cover to grade, complete, including protection after
construction, and furnishing all material, labor, and equipment.
B-7 SAWCUT AND REMOVE INTERDERING PORTION OF EX. PAVEMENT
CONSTRUCTION BUS PAD, 8” P.C.C. - Measurement & Payment for
these items will be made at the contract unit price per SQUARE
FOOT (SF) of Asphalt material actually installed on site and
includes, but is not limited to, furnishing all labor, equipment
and materials required to complete the full scope of work. This
bid item shall include all labor and materials required to
remove and dispose of existing A.C. pavement, and construct 8”
P.C.C. Bus Pad. All materials and work shall conform to the
referenced SPPWC standard plans and applicable sections of the
SSPWC.
A-13 & B-8 Construct 6” Class II Base Per SPPWC Std. Plan 131-
2 - Measurement & Payment for these items will be made at the
contract unit price per TON (TON). Payment for Class II Base
shall include all labor materials and equipment required for
the construction of variable depth Class II base as needed to
facilitate the construction of AC pavement to match existing
line and grade of the roadway receiving repairs. This work
shall include all grading, compaction and other related work
associated with the construction of variable depth Class II base
material in various locations. The Contractor shall be
responsible to prepare the surface to allow for the construction
of the specified AC section. All materials and work shall
conform to the referenced SPPWC standard plans and applicable
sections of the SSPWC.
A-14 6” AC PAVEMENT (DIGOUTS) - Measurement & Payment for these
items will be made at the contract unit price per SQUARE FOOT
(SF). This bid item shall include all labor and materials
required to remove and dispose of existing A.C. pavement, base,
and subgrade material to a depth of 6” from finish surface and
construct A.C. Pavement.
All asphalt concrete pavement shall conform to Subsection 203-
6, “Asphalt Concrete” of the Standard Specifications and all
asphalt concrete pavement shall be constructed in accordance
MEASUREMENT AND PAYMENT
TP - 6
with Subsection 302-5, “Asphalt Concrete Pavement” of the
Standard Specifications as modified herein, and to the lines
and grades indicated in the project plans.
Subsection 301-1.3 of the Standard Specifications is amended by
the following: Prior to constructing A.C. Pavement Base Course,
the contractor shall recompact 12” of the existing Subgrade to
a relative compaction of 90%.
The Contractor shall compact both lifts by steel wheel, rollers,
vibratory plates, or rammers. The minimum final compaction
shall be 95 percent of the density obtained in accordance with
the methods specified in section 302-5.6.2 of the Standard
Specifications.
The CONTRACTOR shall furnish to the City reports from the
supplier certifying that the asphalt pavement materials and
proportions comply with the designated classifications for
asphalt concrete pavement as required herein, or as directed by
the Engineer.
Prime Coat will not be required on this project. Tack Coat
shall be required and uniformly applied to existing hard-
surfaced pavement including the vertical portions of all A.C.
and P.C.C. surfaces to be joined.
Three-inch and greater thickness pavement shall be laid in two
courses. The asphalt concrete pavement shall conform to the
following specifications:
Subsection 302-5.4, “Tack Coat”:
4” Base Course: B-PG 64-10
2” A.C. Cap C2-PG 64-10
Subsection 302-5.4, “Tack Coat”:
Tack coat material shall be Grade SS-1h emulsified asphalt.
Tack coat shall be applied at a rate of 0.05 gallons per square
yard.
Subsection 302-5.6, “Rolling”: The following is hereby added to
the first paragraph:
Rolling along a joint shall be such that the widest part of the
roller is on the hot side of the joint.
MEASUREMENT AND PAYMENT
TP - 7
Subsection 302-5.7, “Joints”: The following is hereby added to
the first paragraph:
Joint lines between successive runs shall be on lane lines.
Subsection 302-5.5, “Distribution and Spreading”, of the
Standard Specifications is supplemented and amended by the
following:
Unless approved by the City Engineer, the CONTRACTOR will not
be allowed to deposit the A.C. material from bottom dump trucks
into a windrow then pick up said material and convey it into
the paving machine by an elevating device. All areas shall be
paved by depositing the A.C. material from delivery trucks
directly into the paving machine hopper.
In addition to the requirements in Subsection 302-5.5 of the
Standard Specifications, asphalt concrete shall be placed with
spreading equipment equipped with fully automated screed and
grade sensing controls, which shall control the longitudinal
grade of the screed.
B-9 Sawcut and Remove Existing AC Pavement and Base to a Depth
of 14” Below Proposed Surface - Measurement & Payment for these
items will be made at the contract unit price per Square Foot
(SF) of Asphalt material actually installed on site and
includes, but is not limited to, furnishing all labor, equipment
and materials required to complete the full scope of work. Scope
of work for the replacement of pavement and Base of 14” below
proposed surface includes, but is not limited to, furnishing
all labor, equipment and materials required to complete the full
scope of work which includes, cleaning the existing asphalt
concrete pavement, sawcutting/cold milling, excavation, haul
off, subgrade preparation, applying a tack coat, compacting all
underlying subgrade and base material to 95% (as applies),
placing and rolling of asphalt concrete, and application of
sealant tack coat at the edge of the patches, including
furnishing all material, labor, plant, equipment, all
transportation, hauling, spreading, rolling, protection, all
pavement preparation, cleanup and shall include the cost of all
permits, inspections, and all appurtenant work.
B-15 Remove Existing & Install New ADA Compliant Curb Ramp Per
SPPWC Std. Plan No. 115. Case D Type 2 Per Plan Designation -
Measurement & Payment for this item shall be at the contract
unit bid price per Each Item (EA) and shall be considered full
compensation for furnishing labor, materials, equipment, and
disposal to complete the construction as indicated, including
MEASUREMENT AND PAYMENT
TP - 8
saw cutting, excavation, grading, removal of existing sidewalk,
curb, curb and gutter, curb and portion of concrete spandrel,
planting material, irrigation system, and soil, and required
adjacent pavement, haul-away and preparation of sub-grade and
installation of new curb ramps inclusive of installation of the
detectable warning surface, curb and gutter and infill of the
one-three (1-3) foot wide full-depth AC pavement adjacent to
the proposed concrete improvement, and protection of newly
installed improvements against vandalism, and no additional
compensation will be allowed therefore. Removal limits include
BCR to ECR and all existing curb ramps even when the ramp is
located up to 10’ beyond the BCR/ECR.
A-12 Remove Existing Cross Gutter and Reconstruct Per SPPWC
Standard Plan 122-2 (Match Existing Flowline & Curb Face) -
Measurement & Payment for this item shall be at the contract
unit bid price per Square Foot (SF) and shall be considered full
compensation for furnishing labor, materials, equipment, and
disposal to complete the construction as indicated, including
saw cutting, excavation, grading, removal of existing cross
gutter, and required adjacent pavement, haul-away and
preparation of sub-grade and installation of new cross gutter
and infill of the one (1) foot wide full-depth AC pavement
adjacent to the proposed concrete improvement, and protection
of newly installed improvements against vandalism, and no
additional compensation will be allowed therefore. Removal
limits are shown on the plans.
B-13 Remove Existing Sidewalk and Construct Cast In Place
Truncated Domes - Measurement & Payment for this item shall be
at the contract unit bid price per Each Item (EA) and shall be
considered full compensation for furnishing labor, materials,
and equipment to complete the construction as indicated and as
measured in the field based upon the number of each such
detectable warning surface, as shown on the drawings, marked in
the field and as specified. Detectable warning surface for all
new ramp construction shall be cast-in-place. The color of the
detectable warning surface shall be Charcoal Grey, Federal
Color# 36118.
A-16 & B-14 Remove Existing 8” Curb & Gutter and Reconstruct Per
SPPWC Standard Plan 120-2, Type A2-8 (Match Existing Flowline &
Curb Face) - Measurement & Payment for this item shall be at
the contract unit bid price per Linear Foot (LF) and shall be
considered full compensation for furnishing labor, materials,
equipment, and disposal to complete the construction as
indicated, including saw cutting, excavation, grading, removal
of existing curb and gutter, and required adjacent pavement,
MEASUREMENT AND PAYMENT
TP - 9
haul-away and preparation of sub-grade and installation of new
curb and gutter and infill of the one (1) foot wide full-depth
AC pavement adjacent to the proposed concrete improvement, and
protection of newly installed improvements against vandalism,
and no additional compensation will be allowed therefore.
Removal limits are shown on the plans.
A-15 & B-10 Remove Existing Improvements, Grind Roots and,
Construct Sidewalk (4” Thick) Per SPPWC Standard Plan 112-2 &
113-2 and Per Details Shown on the Plans - Measurement & Payment
for this item shall be at the contract unit bid price per Square
Foot (SF) and shall be considered full compensation for
furnishing labor, materials, equipment, and disposal to complete
the construction as indicated, including saw cutting,
excavation, grading, removal of existing sidewalk, planting
material, irrigation system, and soil, and required adjacent
pavement, haul-away and preparation of sub-grade and
installation of new sidewalk, and protection of newly installed
improvements against vandalism, and no additional compensation
will be allowed therefore. Removal limits are shown on the
plans.
A-5 Application of Type II Slurry Seal with 2% LATEX -
Measurement and Payment for this item will be based upon the
contract unit price per Extra Long Ton (ELT) of such material
actually placed, as shown on the drawings and as specified. The
Contractor shall supply the City with Licensed Weighmaster's
certificates of weight for all aggregates delivered to the job
during the course of each day. Aggregate so certified as being
delivered to the project shall be used only in the slurry
mixture. The Contractor shall also present weighmaster
certificates for the amount of such aggregate remaining at the
completion of the project at no cost to the City. Payment shall
be determined by deducting the amount of aggregate remaining on
the project from the amount delivered to the project, all as
shown on licensed weighmaster's certificates.
Payment for this item shall constitute full compensation for
all slurry seal construction, complete, furnishing all material,
labor, plant, and equipment, furnishing all transportation,
hauling, spreading, and protection, and shall include the
obtaining of all permits.
A-10 Edge Mill Road 6’ Wide (20’ At Joins), 0”-1.5” – Measurement
& Payment for this item will be made at the contract unit price
per Square Foot (SF) as measurement in the field by the inspector
and includes, but is not limited to, furnishing all labor,
MEASUREMENT AND PAYMENT
TP - 10
equipment and materials required to complete the full scope of
work. Payment is for the 6-feet variable depth and no additional
compensation will be made due to equipment lengths.
B-11 Remove and Cold Mill Existing AC To a Depth of 2” –
Measurement & Payment for this item will be made at the contract
unit price per Square Foot (SF) as measurement in the field by
the inspector and includes, but is not limited to, furnishing
all labor, equipment and materials required to complete the full
scope of work. Payment is for the 6-feet variable depth and no
additional compensation will be made due to equipment lengths.
A-11 Construct 1.5” AC Overlay (C2-PG-64-10) - Measurement &
Payment for This item will be made at the contract unit price
per TON, as measured by the actual used material delivered to
the site, and includes, but is not limited to, furnishing all
labor, equipment and materials required to complete the scope
of work.
B-12 Construct 2” AC Overlay (C2-PG-64-10) - Measurement &
Payment for This item will be made at the contract unit price
per TON, as measured by the actual used material delivered to
the site, and includes, but is not limited to, furnishing all
labor, equipment and materials required to complete the scope
of work.
A-17 Thermoplastic Striping, Marking, and Legends (Excludes
Skid-Resistant Preformed Thermoplastic Crosswalks), B-16
Thermoplastic Striping, Marking, and Legends - Measurement and
payment for this item will be at the Lump Sum (LS) contract unit
price, which price shall constitute full compensation for taking
and submitting an inventory two weeks prior to pavement
treatment, grinding/removal of existing striping and markings
prior to slurry seal or chip seal, preparing the surface for
painting, painting, furnishing and placing reflective media,
including the tex dots, protection of the painted surface,
traffic control, and all other appurtenant work to replace
existing striping and markings including special striping on
speed cushions. All the crosswalks, legends, and bike lane lines
along arterials shall be in Thermoplastic. On residential
streets, the Contractor shall replace with thermoplastic.
Payment for striping includes the application of two coats of
paint.
Skid-Resistant Preformed Thermoplastic Crosswalks where
identified on the plans are excluded from this bid item and are
paid for separately.
MEASUREMENT AND PAYMENT
TP - 11
A-18 Install Skid-Resistant Preformed Thermoplastic Crosswalks
- Measurement and payment for this item will be at the Square
Foot (SF) contract unit price, which price shall constitute full
compensation for taking and submitting an inventory two weeks
prior to pavement treatment, grinding/removal of existing
striping and markings prior to slurry seal or chip seal,
preparing the surface for furnishing and placing reflective
media, protection of the surface, traffic control, and all other
appurtenant work to install skid-resistant preformed
thermoplastic crosswalks.
B-17 Install Traffic Loops - Measurement and payment for this
item shall be at the contract unit price bid per Each (EA) and
shall include full compensation to install the loop detectors
including protection after construction, and furnishing all
material, labor and equipment necessary to complete
construction.
9-4.26 Final Cleanup and Closeout. Upon completion of the work,
and before acceptance and final payment is made by the City,
the Contractor shall clean the project site and areas occupied
by him in connection with the work. All rubbish, excess
materials, falsework, temporary structures, and equipment shall
be removed; and all parts of the work shall be left in a neat
and presentable condition.
Prior to final closeout, the Contractor shall submit the
following:
B. A complete file of operation and maintenance manuals for
equipment and materials used in the work. Such file shall be
bound in hardcover, three-ring binders and shall be labeled.
B. Required written guarantees.
E. Complete list of subcontractors and principal vendors engaged
in the execution of the work, including addresses and
telephone numbers.
F. Complete and updated Storm Water Pollution Prevention
Plan/Water Pollution Control Plan and Contractor
certification that construction activities were in compliance
with applicable National Pollutant Discharge Elimination
System regulations.
Full compensation for conforming to the requirements of this
Section shall be considered as included in the contract bid
MEASUREMENT AND PAYMENT
TP - 12
price paid for the various items of work and no additional
compensation will be allowed therefor.
9-4.27 NPDES Requirements.
The contractor shall conform to the requirements of the National
Pollutant Discharge Elimination System (NPDES) Permit for
Construction Activities, NPDES No. CAS000002.
The Contractor shall protect by any means all construction related
materials from being discharged from the site by the forces of
wind or water. Contractor and/or any subcontractors are required
to place gravel bags and fabric around all storm drain inlets,
and also place gravel bags around the job site, as directed by
the city Engineer, to protect polluted water from running into
the storm drain systems.
Full compensation for conforming to the requirements of this
section shall be considered as included in the prices paid for
the various contract items of work involved and no additional
compensation will be allowed.
9-4.28 Final Inspection and Acceptance. The Contractor shall
notify the Engineer a minimum of five working days in advance
when a final inspection of the work is desired. If the Engineer
agrees that the work is complete and ready for inspection, he
will, as soon thereafter as possible, make the necessary
examinations. No final acceptance of the work shall be allowed
until all check (punch) list items to be rectified have been
corrected and any subsequent final inspections have been
performed.
9-4.29 Environmental Provisions
In the event Contractor is required to dig any trench or
excavation that extends deeper than 4 feet below the surface in
order to perform the work authorized under this contract,
Contractor agrees to promptly notify Agency in writing and
before further disturbing the site, if any, of the conditions
set forth below are discovered:
1. Materials that the Contractor believes may be hazardous
waste, as defined in Section 25117 of the Health and Safety
Code that is required to be removed to a Class I, Class II,
MEASUREMENT AND PAYMENT
TP - 13
or Class III disposal site in accordance with the provisions
of existing law.
2. Subsurface or latent physical conditions at the site
differing from those indicated.
3. Unknown physical condition at the site of any unusual nature,
different materially from those ordinarily encountered and
generally recognized as inherent in the work of the character
provided for in this Contract.
9-4.30 Public Notification
Contractor shall comply with all applicable State, County and City
requirements and any additional public safety requirements which
may arise in notifying the Police, Fire, Traffic and Engineering
Departments, Schools and Public Transit at least 48 hours in
advance of any closures, partial closures or reopening, and
detours.
At least ten (10) calendar days prior to commencing work, the
Contractor shall submit a detailed schedule to the City for
approval. Based on the schedule, the Contractor will notify
businesses, bus companies, trash and street sweeping companies,
and emergency services of the proposed work.
Due to the nature of this project involving some inconvenience to
residents and businesses, a good Public Relations Program is
mandatory and evidence of satisfactory past performance in this
area will be required.
The City will require the Contractor to distribute two (2) “Public
Notices” to each business and residence affected by the program.
The first notice shall be distributed to each business and
residence ten (10) calendar days prior to the start of any work.
The second notice shall be distributed at least forty-eight (48)
hours prior to the start of work. Said notice shall be provided
by the Contractor.
Four (4) Changeable Message Boards (CMB’s) shall be placed near
the project limits as directed by the City Engineer. The CMB’s
shall be placed at least 10 business days prior to the start of
construction notifying motorists of the upcoming construction.
All complaints received by the City associated with the
construction alleging damage to private property and vehicles
shall be responded to by the Contractor within twenty-four (24)
MEASUREMENT AND PAYMENT
TP - 14
hours of notification. Failure to comply with this provision may
result in a penalty of fifty dollars ($50.00) per occurrence.
The Contractor shall be responsible for maintain notification
signage in a serviceable manner. Signs shall indicate the date
and hours of restriction.
Full compensation for conforming to the requirements of this
section shall be considered as included in the price paid for
various items of work involved and no additional compensation will
be allowed.
MOBILIZATION AND DEMOBILIZATION
TP - 1
SECTION ONE
MOBILIZATION AND DEMOBILIZATION
PART 1 GENERAL
1.01 DESCRIPTION
A. Reference: Bid Item No. A-1 & B-1
B. Work specified in this section consists of preparatory work
and operations at the start of the Contract Work and
removal of those items at Contract completion.
1. Mobilization: Mobilization includes but is not
limited to, operations necessary for the movement of
personnel, equipment, supplies, and incidentals to
the Worksite; for the establishment of all offices,
buildings and other facilities necessary for work on
the project; and for all other work and operations
which must be performed or are incidental to beginning
work on the various contract items. Mobilization also
includes preparation of the applicable items included
in Subsection 9-4.1 of the General Provisions under
“Measurement and Payment”.
2. Demobilization: Demobilization includes, but is not
limited to, operations necessary for the removal of
personnel, equipment, supplies, and incidentals from
the Worksite, Contractor-owned structures,
facilities, materials, and debris; and for all other
work and operations which must be performed or are
incidental to the completion of work of the various
contract items.
C. The Contractor shall bid items A-1 and B-1 at no more than
5% (five percent) of the total bid to Schedule A, Schedule
B, & Schedule C respectively.
1.02 DELIVERY
A. Delivery to the Worksite of construction tools, equipment,
materials, and supplies shall be accomplished in
conformance with local governing regulations.
PART 2 PRODUCTS
MOBILIZATION AND DEMOBILIZATION
TP - 2
2.01 MATERIALS
A. The Contractor shall provide construction tools,
equipment, materials, and supplies of the type and
quantities which will facilitate the timely execution of
the Work.
PART 3 EXECUTION
3.01 INSTALLATION AND REMOVAL
A. The Contractor shall provide personnel, products,
construction materials, equipment, tools, and supplies at
the Worksite at the time they are scheduled to be installed
or utilized.
B. The Contractor shall locate plant or plants appropriately
close to the portion of the Work for which it will be used.
C. Upon completion of the Work, the Contractor shall remove
construction tools, apparatus, equipment, unused materials
and supplies, plant, and personnel from the jobsite.
3.02 CLEANUP
A. During progress of work, keep premises reasonably free of
debris and waste materials.
B. During progress of work on cul-de-sac streets, the Contractor
shall continuously sweep the bulb areas.
B. Upon completion of work, remove all debris, rubbish,
leftover material, tools and equipment from project site.
END OF SECTION
MONUMENT PRESERVATION
TP-3
SECTION TWO
CONSTRUCTION STAKING AND MONUMENT PRESERVATION
PART 1 GENERAL
1.01 DESCRIPTION
A. Reference: Bid Item No. A-3 & B-3
1.1. REFERENCE STANDARDS
A. Standard Specifications for Public Works Construction,
Latest Edition, referred to hereinafter as Standard
Specifications.
The following are modifications to the standard specifications:
The Contractor shall be responsible for construction staking
per Section 3-10 of the General Provisions and monumentation
services per Section 400-2 “Permanent Survey Markers” of the
Standard Specifications and section 3-10 of the Special
Provisions.
The Contractor shall be responsible for researching,
identifying, tying out and re-setting all existing monumentation
which will be covered or demolished during the course of this
project. This work item shall include all professional services
and work necessary to fully comply with the provisions of the
PROFESSIONAL LAND SURVEYORS’ ACT (Business and Professions Code
§§ 8700 – 8805) Section 8771.(b).
PART 3 EXECUTION
3.01 CONSTRUCTION
A. The contractor will be required to submit all required
documentation for the monumentation survey prior to the
initiation of roadway patching activities.
B. As part of this work item, the Contractor shall research
and submit the
C. Roadway demolition work will not be authorized prior to the
submittal of the pre-construction corner records or record
of survey.
D. Final payment will not be authorized prior to the submittal
of the signed post construction documentation.
E. Existing monuments may be protected in place on Slurry Seal
and Chip Seal Streets.
MONUMENT PRESERVATION
TP-4
END OF SECTION
PCC CURB RAMP REPLACEMENT
TP-5
SECTION THREE
PCC CURB RAMP, PCC BUS PAD, CROSS GUTTER, CURB & GUTTER, AND
SIDEWALK REPLACEMENTS
PART 1 GENERAL
1.01 DESCRIPTION
A. Reference: Bid Item No. A-12, A-15, A-16, B-7, B-10, B-
13, B-14, B-15
1.2. REFERENCE STANDARDS
A. Standard Specifications for Public Works Construction,
Latest Edition, referred to hereinafter as Standard
Specifications.
B. Concrete Curb Ramps, Cross Gutter, Curb & Gutter, and
Sidewalks shall be per section 303-5 of the Standard
Specifications and 2012 SPPWC Standard Plan 111-5, case
and type per plan.
1.03 SUBMITTALS
A. PCC Mix Design
B. PCC Aggregate Source, Gradation & Durability
C. Detectable Warning Surface material and color
1.04 PERMITS
A. All trucks which the Contractor proposes to use that exceed
the legal load limit when loaded will be required to have
overweight permits from the City.
PART 2 PRODUCTS
2.01 MATERIALS
A. Concrete shall be Class 520-C-2500.
PART 3 EXECUTION
3.01 CONSTRUCTION
The final limits and geometry of the required curb ramp shall be
verified and installed in the field by the contractor in order to
PCC CURB RAMP REPLACEMENT
TP-6
ensure the required grades and clearances are obtained. The City
Engineer or his designated representative shall have final say
regarding the case and type of each curb ramp to be installed and
shall retain the right to revise the ramp designation at any point
prior to construction.
Due to the hilly terrain, under some conditions, ADA compliance may
not be practically achievable. The limits of each ramp shall extend
as far as needed to achieve full ADA compliance at each curb ramp
location unless directed by the engineer. Upon demolishing the
existing curb return, the Contractor shall assess the existing grades
and notify the engineer if it is judged that ADA Compliance cannot
be met without excessive reconstruction.
Curb and Gutter shall be included in the limits of the Curb Ramp and
curb, gutter, cross gutter spandrel, and sidewalk replacement which
includes the sawcutting and full AC reconstruction of a 1’-3’ wide
portion of AC pavement adjacent to the curb and gutter.
All curb ramps within the curb returns and within 10’ of the curb
returns shall be removed and replaced with new ramps or curb, gutter
and sidewalk as part of the curb ramp construction.
Asphalt concrete for the slot paves shall be C2-PG 64-10 and shall
conform to Sections 203, 300 and 302 of the Standard Specifications
for Public Works Construction (SSPWC).
All removals, including curb, curb and gutter, sidewalk, driveways,
cross gutter spandrel, existing ramp, planting material, planting
soil, and required adjacent pavement slot pave to construct new curb
ramps is included under this bid item.
The City will NOT allow curb cuts with horizontal machines. Complete
removal of curb and gutter is required to construct new curb ramps
per standard plans and specifications for Public Works Construction.
Contractor shall protect existing irrigation systems in place. All
damaged irrigation lines, or heads shall be replaced in kind prior
to acceptance of the curb ramp.
Concrete Curb Ramps, Cross Gutter, Curb & Gutter, and Sidewalks shall
be constructed to the line, grades and designs shown in the standard
details or as directed by the Engineer. Existing surfaces to be
joined shall be sawcut on a neat, straight line at the join location.
If the sawcut falls within 2’ of an existing construction or cold
joint location, the sawcut shall be adjusted to match the said joint.
PCC CURB RAMP REPLACEMENT
TP-7
Said field adjustments are included in the unit price for each curb
ramp and no additional compensation will be allowed.
The existing flow line at each curb return shall be maintained,
ensuring that ponding does not occur in the existing cross gutter.
Contractor shall provide adequate control at each location to ensure
and verify that the existing flow line has been maintained. Upon
completion of each ramp, the flow line shall be water tested prior
to acceptance of the curb ramp.
PCC Retaining curbs will be required at the back of each curb ramp
in order to achieve the required grades. The contract unit price
for this bid item includes all necessary retaining curbs and
adjustments at the back of the ramps as may be deemed necessary based
on the observed field conditions and the City’s instruction.
All existing utility, traffic signal and other surface mounted
appurtenances shall be protected in place.
The Contractor shall remove and replace any new concrete work with
graffiti markings and blemishes at no additional cost to the City.
Detectable Warning Surface:
All curb ramps shall have a detectable warning surface that extends
the full width of the ramp and 3 feet minimum depth, per standard
plan. Detectable warning surface for all new ramp construction shall
be cast-in-place. The color of the detectable warning surface shall
be Charcoal Grey, Federal Color# 36118. The contractor shall provide
a color and material sample for City approval prior to installation
of truncated warning surface. The finished surfaces of the
detectable warning surface shall be free from blemishes.
Prefabricated detectable warning surface shall be in conformance with
the requirements established by the Department of General Services,
Division of State Architect, SPPWC Std. Plan No. 111-5 and in
conformance with the manufacturer's recommendations. The detectable
warning surface shall be a Vitrified Polymer Composite (VPC) Cast In
Place Detectable/Tactile Warning Surface and shall be an epoxy
polymer composition with an ultra violet stabilized coating employing
aluminum oxide particles in the truncated domes. The tile shall
incorporate an in-line pattern of truncated domes measuring nominal
0.2” height, 0.9” base diameter, and 0.45” top diameter, spaced
center-to-center 2.35” to 2.40 as measured “In Line”. For wheelchair
safety the field area shall consist of a non-slip surface with a
minimum of 40 - 90° raised points 0.045” high, per square inch.
PCC CURB RAMP REPLACEMENT
TP-8
The manufacturer shall also provide a written 5-year warranty for
prefabricated detectable warning surfaces, guaranteeing replacement
when there is defect in the dome shape, color fastness, sound-on-
cane acoustic quality, resilience, or attachment. The warranty period
shall begin upon acceptance of the contract.
END OF SECTION
CRACK SEAL, SLURRY SEAL, & CONVENTIONAL CAPE/CHIP SEAL
TP-9
SECTION FOUR
CRACK SEAL, SLURRY SEAL, CONVENTIONAL CHIP/CAPE SEAL
PART 1 GENERAL
1.01 DESCRIPTION
A. Reference: Bid Item No. A-5, A-6, & A-7
B. Work specified in this section shall consist of furnishing
all materials, equipment and performing labor as required
to execute this work as indicated in these specifications,
including, but not limited to these major items:
1. Crack sealing (Bid Item No. A-6)
2. Slurry Sealing (Bid Item No. A-5)
3. Cape Sealing (Bid Item No. A-7)
1.02 REFERENCE STANDARDS
A. Standard Specifications for Public Works Construction,
Latest Edition, referred to hereinafter as Standard
Specifications.
1.03 SUBMITTALS
A. The Contractor shall allow ample time for checking and
processing and shall assume all responsibility for delays
incurred due to rejected items. No installation of the
material concerned shall be made until written approval
has been obtained from the Engineer.
B. Mix Design: Submit slurry seal mix design prior to placing
of the bituminous mixture. The design shall be prepared
by the Contractor’s laboratory and shall conform to the
requirements of the Standard Specifications. The design
shall include test results of the aggregates and proposed
batch plant weights and shall be within the specified
limit.
1.04 PERMITS
A. All trucks which the Contractor proposes to use that exceed
the legal load limit when loaded will be required to have
overweight permits from the City.
CRACK SEAL, SLURRY SEAL, & CONVENTIONAL CAPE/CHIP SEAL
TP-10
PART 2 PRODUCTS (Not all items are applicable to this project)
2.01 MATERIALS
A. Chip Seal: Conforming to Standard Specifications Section
200-1.2.1 and 302-2. The Emulsified Asphalt for Chip Seal
shall be PMCRS2 conforming to the State of California
Standard Specifications, Section 94 and Table 3 of same
section (Requirements for Polymer Modified Asphaltic
Emulsion).
B. Slurry Seal Type II with 2% Latex: Conforming to Standard
Specifications Section 203-3, 203-5, and 302-4. Water shall
be compatible with the other ingredients of the slurry.
Aggregate shall be rock dust or other mineral aggregates
approved by the City and shall conform to the requirements
of Section 200. The aggregate shall have a minimum sand
equivalent of 45 (Test Method No. Calif. 217) and shall
not have a moisture content in excess of 4% by weight.
C. Liquid Asphalt: Conforming to Standard Specifications
Section 203-2, Grade SC-250.
D. Asphalt Concrete: Conforming to Standard Specifications
Section 400-4, Type III C2-PG 64-10 for asphalt pavement
remove and replace of existing AC pavement & applicable
crack sealing locations.
E. Crack Sealant: The crack sealant shall be a type “D” joint
sealant per section 201-3.7 of the standard specifications
and shall be Crafco 201 by Crafco or approved equal. The
contractor shall submit for approval the material he
intends to use for crack sealant two (2) weeks prior to
its incorporation into the work.
F. Emulsified Asphalt for Type II Slurry: Quick set type
conforming to the requirements of cationic CQS-1h of
Standard Specifications Subsection 203-3, 203-5 and 203-
1.3, Test Reports and Certification and the following
modifications:
40 75
Particle charge test Positive
CRACK SEAL, SLURRY SEAL, & CONVENTIONAL CAPE/CHIP SEAL
TP-11
G. The accelerator or retardant for quick setting emulsion
shall be a type approved by the City Engineer. The amount
of accelerator or retardant to be included in the slurry
shall be that amount necessary to ensure the applied slurry
can support vehicular traffic within sixty (60) minutes
after the last application.
H. Water: Water for the slurry seal mixture shall be potable
and free from harmful soluble salts. Water for slurry Seal
shall be of such quality that the Slurry will not separate
from the mix before the material is in place. Soft, potable
water is preferred for Slurry. 20 gallons of water per
100 gallons of seal coat is maximum dilution; 15 gallons
of water per 100 gallons of seal coat is preferred.
I. Aggregate: Aggregate for the slurry seal shall be rock
dust or other mineral aggregate conforming to Standard
Specifications Section 200-1 having a minimum sand
equivalent of 45 (Calif. Test 217) and shall not have a
moisture content in excess of four percent (4%) by weight.
J. Slurry Seal Gradation: Type II, conforming to Standard
Specifications Section 203-5.3. The grading of the
combined aggregate and the percentage of emulsified asphalt
shall be such as to conform to the requirements indicated
in the following tabulations:
CRACK SEAL, SLURRY SEAL, & CONVENTIONAL CAPE/CHIP SEAL
TP-12
Sieve Size
Type II
% Passing
3/8
No. 4
No. 8
No. 16
No. 30
No. 50
No. 100
No. 200
Emulsified Asphalt % of Aggregate Weight
(Must meet residual asphalt requirement
Residual Asphalt % of Aggregate Weight
100
90-100
65-90
45-70
30-50
18-36
10-24
5-15
14-18
7.5 min.
K. Polymer and additives: The Polymer shall be Latex UltraPave
65K or an approved equivalent for cationic. The Polymer
shall be added to the emulsion by the manufacturer after
weighing the asphalt and before the addition of mixing
water. If necessary for workability, a set-control agent
that will not adversely affect the slurry seal may be used.
Latex Additive Shall be mixed with the emulsion at the
plant in accordance with the following:
Per 100 gallons of Quick-Set Emulsion (CQS-1H), add (2.0
to 2.5) gallons of Ultrapave 65K (for cationic) or
equivalent.
The additive and asphalt modifier for quick setting
emulsion shall be a type approved by the City. The amount
of additive and asphalt modifier to be included in the
slurry shall be that amount necessary to insure the applied
slurry can support vehicular traffic within 60 minutes
after the last application. Ammonium sulfate, when used as
a retardant, shall be in liquid form when added to the
slurry mix in the mixing chamber of the continuous mixer.
PART 3 EXECUTION
3.01 CONSTRUCTION
A. Crack sealing:
1. Traffic Control: Residential streets shall be posted
with "Road Work" signs and "Fresh Oil" signs.
CRACK SEAL, SLURRY SEAL, & CONVENTIONAL CAPE/CHIP SEAL
TP-13
2. Cleaning: Cracks shall be cleaned of all dirt, sand,
and debris using no less than a 175 cfm compressor at
100 psi to insure cleanliness of asphalt walls to a
proper depth (1:1 ratio).
3. Crack sealing shall comply with 303-1.8.7 of Standard
specifications. Cracks larger than 1/4-inch and up to
and including 3/8” shall be routed to a width of 1/2”
and a depth of 3/4” and shall be filled. Cracks greater
than 3/8” shall be filled but need not be routed.
Cracks in excess of 1-inch in width shall be filled
with asphalt. The Contractor is cautioned to make
his/her own estimate of the linear footage of cracks
to be filled. All filled cracks shall be made flush
with surround pavement surface. All freshly applied
sealant shall be immediately be covered with sand or
rock dust to prevent tracking by vehicle tires when
opened to traffic. All debris generated by the
pavement crack cleaning shall be removed from the area
before the end of the day on which the cleaning
occurs.
4. Vegetation: All vegetation shall be removed by
mechanical means using a 1/4” wide rotating blade to
insure proper vegetation removal in narrow cracks.
Prior to, or after removal, herbicide approved by the
Engineer shall be applied to cracks. The approved
herbicide should be applied at least ten (10) days
prior to the placing of the slurry.
5. Water/Moisture: Moisture shall be removed using a
hot air lance accompanied by no less than a 175 cfm
compressor producing an air stream velocity of 3,000
ft/sec and heated air temperature of 295°F with no
direct flame.
6. Sealant Application: Sealant shall be applied in
prepared cracks by inserting a nozzle into the crack
and filling it from the bottom up with the approved
sealant material.
Sealant shall be applied according to manufacturer’s
specifications, using manufacturer’s recommended
equipment. Manufacturer’s specifications and equipment
CRACK SEAL, SLURRY SEAL, & CONVENTIONAL CAPE/CHIP SEAL
TP-14
recommendations shall be furnished to the Engineer
prior to construction.
7. Squeegeeing: After filling the cracks with sealant,
a "U" shaped squeegee shall be used to strike off
excess material and to provide a band-aid effect with
the sealant. Any excess sealant material shall be
removed from asphalt surfaces. After the sealant has
cooled, there should be a depression between 1/8 and
1/4“ in depth.
6. Measurement and Payment: Measurement and payment for
Crack Sealing shall be per Subsection 9-4 of the
General Provisions.
B. Slurry Sealing:
1. Surface Preparation:
a. Prior to application of slurry seal, the existing
pavement surface shall be cleaned, accumulation
of water removed, and unsatisfactory areas
repaired. Failed pavement, base, or subgrade
material shall be removed and replaced with new
materials. Cracks in the surface not due to
structural deficiencies shall be cleaned and
sealed as described herein under Crack Sealing.
b. Removal of contamination, traffic paint,
thermoplastic and vegetation: All dust, dirt,
oil, grease, fuel, loose or flaky paint,
thermoplastic, raised pavement markers,
vegetation, and other objectionable material
shall be removed. Grease and oil contaminated
areas which cannot be cleaned shall be removed
and replaced with new bituminous pavement. All
vegetation shall be removed completely, and
those areas treated with herbicide.
c. Any vegetation in the area of the slurry seal
shall be removed with an approved herbicide
applied at least ten (10) days prior to the
placing of the slurry.
2. Mixing: Conforming to Standard Specifications,
Section 302-4.2, mixing shall be performed by
CRACK SEAL, SLURRY SEAL, & CONVENTIONAL CAPE/CHIP SEAL
TP-15
continuous-flow mixer. All aggregate particles shall
be uniformly saturated and coated with asphalt.
a. The slurry mixer shall be a multi-blade or spiral
continuous-flow unit in good working condition
capable of accurately delivering a pre-
determined proportion of aggregate, water,
emulsion, and accelerator or retardant to the
mixer and of discharging the thoroughly mixed
slurry on a continuous basis. Each mixer shall
have a metering device to measure the quantity
of water in gallons used in each load of slurry
and a separate metering device or equivalent
which meets the approval of the City Engineer to
measure the quantity of emulsified asphalt used
in each load of slurry.
b. Transit mix trucks shall not be used.
c. The Contractor shall have two (2) fully
operational mixers for use at the project site
at all times. These mixers shall be available
for inspection by the Agency at least forty-eight
(48) hours prior to commencing work.
3. Application: Conforming to Standard Specifications,
Section 302-4.3.1, the work shall consist of mixing
asphalt emulsion, aggregate, additive and water, and
spreading the mixture on the pavement where shown on
the drawings. The Contractor shall apply Slurry seal
two (2) weeks after crack sealant application.
Contractor shall schedule his work to allow enough
time between crack sealing and slurry seal
application.
The Contractor shall inform himself of the city trash
pick up days schedule for the project area. There
shall be at least four (4) calendar day period prior
to trash pick up day for each street receiving slurry.
a. Type II slurry shall be applied at the rate of
1,500 (minimum) and 1,200 (maximum) square feet
per extra long ton for slurry-seal-only streets
and at the rate of 900 square feet per long ton
on streets treated with chip seal. The slurry
shall be applied at a uniform rate on all various
surfaces to result in a finished average
thickness of 1/4 inch and shall not vary more
CRACK SEAL, SLURRY SEAL, & CONVENTIONAL CAPE/CHIP SEAL
TP-16
than 1/16 inch or as directed by the City
Engineer. An extra long ton is made up of
2,000lbs of dry aggregate plus emulsified
asphalt, accelerator or retardant, and water.
Quantities and application shall be approved by
the City Engineer.
b. All concrete surfaces to be joined by the slurry
seal, with the exception of parallel curb and
gutter, shall be covered with tar paper or any
approved material.
c. The sites for stockpiling and batching materials
shall be clean and free from objectionable
material. Arrangement for these sites shall be
the responsibility of the Contractor.
d. Hand squeegees and other hand equipment shall be
provided to remove spillage and spread slurry in
areas inaccessible to the spread box.
e. The spreader box shall be equipped with flexible
material in contact with the pavement and shall
be maintained so as to prevent loss of slurry.
It shall be adjustable to ensure a uniform
controlled spread and be equipped with a
mechanical or hydraulic type of horizontal
shifting device. The spreader box shall be
equipped with a burlap drag or approved
equivalent.
f. The slurry mixture shall be fed into the spreader
box such that a uniform and complete coverage of
the pavement is obtained. The slurry seal
machine shall be operated at such a speed that
the amount of slurry in the spreader box shall
remain essentially constant. Thickness of the
slurry when measured over the average pavement
surface shall be approximately the maximum size
of the aggregate being used. However, the slurry
shall be applied in such a manner that the
minimum thickness will not be less than 1/4inch
for Type II. If the minimum thicknesses cannot
be met with one application due to pavement
surface irregularities, multiple applications
shall be made. Where multiple applications are
required, each application shall be thoroughly
cured before another application is placed.
CRACK SEAL, SLURRY SEAL, & CONVENTIONAL CAPE/CHIP SEAL
TP-17
4. Spreading: Conforming to Standard Specifications,
Section 302-4.3.2.
a. Slurry should be placed only when the
temperature is at least 10 C (50 F) and rising,
and when no rain is expected.
b. The application of slurry shall not
commence until after 7:30 a.m. and the slurry
shall be sufficiently cured to be opened to
traffic by 4:30 p.m. The streets to be sealed
shall be closed from the time the application
begins until the City Engineer determines the
mixture has achieved sufficient set to be opened
to traffic.
c. The Contractor shall thoroughly sweep or
clean the surface, to the satisfaction of the
City Engineer. The streets shall be swept of all
loose aggregates for period of two (2) weeks
after the application of slurry seal. Additional
sweeping may be needed on streets that exhibit
raveling of aggregate. The frequency and
location of additional sweeping will be on an as
needed basis as determined by the Engineer at no
additional cost to the City.
d. Prior to applying slurry, the surface to be
sealed shall be cleaned by the Contractor unless
otherwise specified. Immediately ahead of the
mixer the pavement shall be pre-wetted by a
pressure water distributed system equipped with
a fog type spray bar which will completely fog
the surface of the pavement. The need for
application and the rate of application shall be
determined by the City Engineer.
e. Evidence of solidification of the slurry,
balling or lumping of the aggregates or the
presence of uncoated aggregates shall be cause
for rejection of the slurry.
f. Slurry shall be applied in such a manner
that no ridges shall remain.
g. Slurry shall be applied with a maximum
overlap of the concrete gutter of two (2) inches.
CRACK SEAL, SLURRY SEAL, & CONVENTIONAL CAPE/CHIP SEAL
TP-18
Any slurry material exceeding two (2) inches
shall be removed by the Contractor prior to the
completion of the project.
h. The Contractor will be required to work
around all existing utility facilities and seal
up to said facilities. During sealing
operations, the Contractor shall cooperate with
the owners of any utility covers and shall cover
and completely protect said covers with heavy
plastic or other suitable material.
i. At the direction of the City Engineer, the
Contractor shall repair and reseal all areas of
the streets which have not been sealed properly
or completely at no cost to the Agency.
j. Where the completed slurry is not uniform
in color, the street shall be treated to
eliminate the color variation at the
Contractor's expense. The method of treatment
shall be approved by the City Engineer.
k. Each slurry crew shall be composed of a
coordinator at the project site at all times, a
competent quick set mixing operator, a competent
driver and sufficient laborers for any handwork,
cleanup and barricading.
5. Curing: Completed slurry seal shall be protected from
traffic per Standard Specifications Section 3024.4.
a. The Contractor shall be responsible for
adequate barricading of the work area and
controlling of traffic in the vicinity of the
project as specified in Subsection 7-10 of the
General Provisions.
b. When it is necessary to provide vehicular
or pedestrian crossings over the fresh slurry,
the City Engineer may direct the Contractor to
spread sufficient sand or rock dust, or request
that access be provided to the affected area to
eliminate tracking or damage to the slurry.
Sand, rock dust, or other measures used for this
purpose shall be at the Contractor's expense.
CRACK SEAL, SLURRY SEAL, & CONVENTIONAL CAPE/CHIP SEAL
TP-19
6. Measurement and Payment: Measurement and payment for
Type II Slurry (Cationic) shall be per Subsection 9-4 of
the General Provisions and the following specifications.
a. All weighmaster's certificates required by the
Standard Specifications or these Technical
Provisions shall be furnished by the Contractor
at no cost to the Agency.
b. Prior to the beginning of slurry operations, the
Contractor shall furnish current licensed
weighmaster's certificates indicating the net
weight capacity of the aggregate bin of each
slurry mixer. Except for partial loads to
complete a day's schedule, or for patching, each
mixer shall be filled to its rated capacity and
the City Engineer and the Contractor shall each
keep a daily count of the number of loads and/or
partial loads applied to the streets by each
slurry mixer. Each aggregate bin shall have
permanent calibration marks in maximum
increments of two (2) tons.
c. The Contractor shall supply the City Engineer
with licensed weighmaster's certificates of
weight for all aggregates delivered to the job
during the course of each day. Aggregate so
certified as being delivered for use in the
Contract shall be used only in the slurry
mixture, or when approved by the City Engineer,
may at no cost to the City, be spread over
freshly applied slurry to prevent tracking or
damage to the slurry as required in the Standard
Specifications. The Contractor shall also
present weighmaster's certificates for the
amount of such aggregate remaining unused at the
completion of the Contract. Payment shall be
determined by deducting the amount of unused
aggregate from the total of aggregate delivered,
all as shown on the licensed weighmaster's
certificates and shall be confirmed by
multiplying the number of loads spread by each
slurry mixer times the net weight capacity of
each mixer as determined by the weighmaster's
certificates. Adjustments shall be made in the
calculations for partial loads and the quantity
of aggregate used to prevent tracking shall be
deducted when determining the two quantities. If
CRACK SEAL, SLURRY SEAL, & CONVENTIONAL CAPE/CHIP SEAL
TP-20
there is an unaccountable difference between the
two quantities, final payment will be determined
by the method showing the lesser amount of
aggregate used.
d. The contract unit price paid per extra long ton
shall include full compensation for furnishing
emulsion, aggregate, accelerator or retardant,
water (including water for dampening the
pavement), all labor, tools, equipment and
incidentals and for doing all the work involved
(including street sweeping) in constructing the
slurry seal - QUICK SET EMULSION AGGREGATE
SLURRY, TYPE II (CATIONIC) complete in place as
shown on the plans and in these specifications.
7. Test Reports and Certification:
a. At the time of delivery of each shipment,
the vendor supplying the material will deliver
to the purchaser certified copies of the test
reports which shall indicate the name of the
vendor, type and grade of asphalt delivered, date
and point of delivery, quantity delivered,
delivery ticket number, purchase order number,
and results of the specified tests. The test
report, signed by an authorized representative
of the vendor, shall certify that the product
delivered conforms to the specifications for the
type and grade indicated. The certified test
reports and the testing required in connection
with the reports shall be at no cost to the
Agency.
b. Until the certified test reports and samples of
the material have been checked by the City
Engineer to determine their conformity with the
prescribed requirements, the material to which
such report relates and any work in which it may
have been incorporated as an integral component,
will be only tentatively accepted by the City.
Final acceptance will be dependent upon the
determination by the City Engineer that the
material involved fulfills the prescribed
requirements.
8. Protection of Work and Public: The Contractor shall take
all necessary measures to protect work and prevent
CRACK SEAL, SLURRY SEAL, & CONVENTIONAL CAPE/CHIP SEAL
TP-21
accidents during any and all phases of the work. The
Contractor shall repair all damaged slurry as a result
of vandalism (i.e., vehicle tracks, footprints, writing,
etc.). If deemed necessary by the City, the Contractor
shall repair the defective area in accordance with these
Technical Provisions, as directed by the City Engineer,
at no cost to the City.
C. Chip/Cape Sealing:
1. Scope Of Work:
a. Work To Be Done:
The work to be performed or executed under these
specifications consists of and includes the installation
of a chip seal, preparatory street cleaning, and other
incidental and appurtenant work necessary for the proper
construction of the contemplated improvement as shown or
indicated on the accompanying plans.
The work to be done shall include placing chip seal on the
full roadway width, excluding concrete installations of
any kind, such as concrete gutters, curbs, cross gutters
and concrete intersection on all streets.
All Chip spreading shall be kept approximately 6 inches
off of all existing PCC improvements (Gutter & Cross
Gutters) in order to provide a transition to the existing
improvements. Slurry sealing within the 6 inch swath shall
still be required.
All chip sealed areas as shown on the plans shall be sealed
with a slurry course. Before placing the slurry course,
the pavement surface shall be cleaned by sweeping, flushing
or other means necessary to remove all loose particles of
paving, all dirt, loose chips, and all other extraneous
material.
b. Progress Of Work:
The Contractor shall submit a master progress schedule to
the City within five (5) working days after being awarded
the contract and shall keep the schedule current through
the progress of the work. The progress schedule shall
reflect the treatment phases indicated on the plan. The
work shall be performed in an order of their priorities
and as directed by the City or authorized representative
CRACK SEAL, SLURRY SEAL, & CONVENTIONAL CAPE/CHIP SEAL
TP-22
of the City, The Contractor shall take in account the work
of other contractors who may be within the work area in
preparing and maintaining his progress schedule. All of
the streets on the attached list will be slurry sealed
after the Chip seal application has cured.
c. Protection Of Work:
Cleanup and Dust Control. The Contractor shall protect and
care for all work until final acceptance. Throughout the
period of construction, the Contractor shall keep the site
free and clean from all rubbish and debris and any
unnecessary obstructions and shall promptly clean up all
or any portion of the site when notified to do so by the
City representative. When so directed by the City
representative, the Contractor shall furnish and operate a
self-loading motor sweeper for cleaning the site. All
sweeping shall be done from curb to curb on all streets
over within and adjacent to the project area. Care shall
be taken to prevent spillage on streets over which hauling
is done and any such spillage or debris deposited on the
streets due to the Contractor's operations shall
immediately be cleaned up. The Contractor shall promptly
remove from any parts of the working area all unused
materials and debris, to the end that construction areas
are returned to a clean, neat and acceptable condition at
the earliest time following completion of the work in any
reasonable reach. Failure on the part of the Contractor to
comply with the orders of the City regarding cleanup may
result in a written directive from the City to cease
progress on any or all parts of the work under contract
until the unsatisfactory condition is corrected. No
additional compensation or time extension will be allowed
as a result of such suspension. During all phases of the
construction work, the Contractor shall take precautions
to abate dust nuisance by cleaning up, sweeping, sprinkling
with water, or other means as necessary to accomplish
results to the City representative.
CRACK SEAL, SLURRY SEAL, & CONVENTIONAL CAPE/CHIP SEAL
TP-23
2. SPECIFICATIONS FOR CHIP SEAL AND METHOD OF APPLICATION
This section shall conform to section 302 of the Standard
Specifications for Public Works Construction (Greenbook)
Latest Edition, except the following:
a. Application of Oil:
The application of oil to the roadway shall be scheduled
to commence after 8:00 a.m. and shall be completed prior
to 1:00 p.m.
b. Chip seal Supervision:
The prime Contractor or subcontractor whichever performs
the above-described work shall employ and provide to the
project a qualified supervisor, highly experienced and
fully knowledgeable in all aspects of Chip seal
construction. This supervisor shall be in direct control
of all above-described work, and shall be available at the
project site on a continuous basis for consultation and to
respond to directives from the Engineer, during all periods
of this work.
If the Contractor fails to comply within a two-hour period
with the directives of the Engineer related to the above-
described work, all costs incurred by the agency to perform
the work covered by such directives will be deducted from
the contract payment. Difficulty of the Engineer in
coordinating work under such a directive, due to adequate
reason for the Agency to perform the work of the directive.
The time to comply with directives delivered verbally and
outside of a working day will be extended to 4 hours.
The Contractor shall remove and replace all existing raised
pavement markers and centerline striping within the work
limits by means approved by the City. The "means" shall be
approved by the City prior to the commencement of any work.
The Contractor shall install temporary reflective
centerline tape to maintain traffic safety at all times
after laying of any sealing operation. Any replacement
markers are to meet and be installed to the State of
California Standards only after applied slurry seal has
cured. All existing centerline and lane line striping is
CRACK SEAL, SLURRY SEAL, & CONVENTIONAL CAPE/CHIP SEAL
TP-24
to be replaced by the Contractor with raised pavement
markers.
c. Application Of Cover Aggregate:
Three pneumatic-tired rollers, each carrying a minimum of
5,000 pounds, on each wheel, and a minimum air pressure
of 100 pounds per square inch in each tire. If two
pneumatic rollers in one pass provide complete coverage,
the two pneumatic rollers are sufficient.
The amount of pneumatic-tire rolling shall be sufficient
to adequately seat the aggregate and in no case receive
less than three complete coverage's. The rolling shall be
patterned so that coverage's are approximately equal
throughout the project. The speed of all the rollers shall
be limited to five (5) miles per hour maximum. The quantity
of cover aggregate applied shall not be greater than the
three rollers can accommodate at the specified speed.
Additional rollers may be added to increase the quantity
of mixture applied.
A minimum of three power brooms shall be used to remove
loose material without dislodging aggregate set in the
asphalt-rubber.
The chip seal shall be maintained and kept free of loose
cover material for a minimum of three (3) days and a maximum
of fifteen (15) days at the discretion of the engineer.
During this period, the surface shall be swept as necessary
to remove any loose cover material. If high temperatures,
or other conditions cause dislodgement of cover material,
sweeping shall be discontinued until sufficient time is
allowed for satisfactory retention of cover material. Final
sweeping shall be done and all loose material shall be
removed prior to acceptance.
d. CLEANING:
During progress of work, keep premises reasonably free of
debris and waste materials.
Upon completion of work, remove all debris, rubbish, left
over materials, tools and equipment from site.
After the work is complete, excess material shall be
removed and stockpile areas shall be cleaned of aggregate
CRACK SEAL, SLURRY SEAL, & CONVENTIONAL CAPE/CHIP SEAL
TP-25
with vacuum assisted power brooms and left in a condition
acceptable to the Engineer.
3. MATERIAL
AGGREGATES OR CHIPS (Use Grading B for this project)
1. The combined gradation shall be within the following
tolerances:
2BGrading
3BA 4BB 5BC 6BD
1/4” X # 10
7B5/16” X #8
8B3/8” X #6
9B1/2” X #4
¾ inch (19.0 mm) -- -- -- 100
½ inch (12.5 mm) -- -- 100 95 - 100
3/8 inch (9.5
mm) 100 100 90 - 100 50 - 80
#4 (4.75
mm) 60 - 80 30 - 60 5 - 20 0 - 15
#8 (2.36
mm) 0 - 25 0 - 15 0 - 7 0 – 5
#16 (1.18 mm) 0 – 5 0 - 5 0 - 5 --
#30 (600 um) 0 - 3 0 - 3 -- --
#200 (75 um) 0 - 2 0 - 2 0 - 2 0 - 2
2. Aggregates shall also conform to the following quality
requirements:
Test 10BCalifornia Test Requirements
Los Angeles Rattler
Loss at 500 rev.
(max)
211 35%
CRACK SEAL, SLURRY SEAL, & CONVENTIONAL CAPE/CHIP SEAL
TP-26
Cleanness Value
(min.) 227 87
Percentage of Crushed
Particles 205 100%
4. EXECUTION
PREPARATION FOR CHIP SEALING
Prior to starting chip sealing, all debris vegetation and other
organic matter shall be removed from the surfaces to receive chip
sealing.
A. The herbicide shall be applied at least 10 days prior to the
chip seal operation or as directed by the manufacturer of the
approved herbicide. Dow Agro Spike 80 DF are pre approved
herbicides. All other herbicides shall be submitted by the
contractor for approval and shall be certified for use in the
State of California for the specific use intended. The
application of the herbicide shall be performed in accordance
with all applicable regulations. Any and all fines or clean-
up costs for unlawful misuse or discarding of herbicides shall
be the sole responsibility of the contractor. Mixtures and
spread rates for the herbicides shall be determined by the
manufacturer’s specifications. Wash down of equipment or
discarding of herbicides shall not enter the catch basins or
positive drainage facilities.
B. Prior to the Chip Seal operation, the Contractor shall remove
all existing thermoplastic striping, thermoplastic legends and
raised pavement markers within the chip seal limits. When
removing the raised pavement markers the Contractor shall remove
excessive adhesive left on pavement caused from the removal of
raised pavement markers. Removal shall be done to the
satisfaction of the Engineer. If any pavement damage (potholes)
caused by removing raised pavement markers shall be filled with
bituminous adhesive per Section 15-2.02C of the Standard
Specifications of the State of California Department of
Transportation.
C. Prior to the Chip Seal operation, all manhole covers, drain
inlet covers, monument covers and all other utility covers shall
be protected from the contractor’s chip seal operations by
CRACK SEAL, SLURRY SEAL, & CONVENTIONAL CAPE/CHIP SEAL
TP-27
applying a sheet of plastic, cut to fit or placing a plastic
bag over the exposed facilities or other methods approved by
the Engineer. All traces of plastic, residual emulsion and
chips shall be removed from all manhole covers, drain inlet
covers, monument covers and all other utility covers as quickly
as possible, after the application of the chip seal and/or prior
to final acceptance of the project.
D. Immediately prior to the chip sealing operations, the Contractor
shall sweep the entire surface with vacuum assisted power
brooms. The Contractor may be permitted to kick sweep/broom
when approved by the Engineer.
E. The Contractor shall apply soil sterilant, if weed or vegetation
growth is identified on the existing pavement to be chip sealed.
Soil Sterilant shall be "Dow Agro Spike 80DF” herbicide, or
approved equal, applied in solution of one (1) pound of chemical
to one (1) gallon of water at least 10 days prior to placing of
the overlay. The sterilant shall be applied to cracks larger
than one-fourth (1/4) inch with a paddle agitator spray rig.
The Contractor shall provide all necessary protection to prevent
injury to animals or adjacent plant life and property occasioned
by the application of the soil sterilant. The Contractor will
be held responsible for all personal injury or property damage
caused by the application or storage of soil sterilant.
F. Immediately prior to the chip seal, the Contractor shall sweep
the entire pavement surface with vacuum assisted power brooms.
Flushing with water may be required in some areas, if determined
by the Engineer.
G. Power sweeping shall be done before the end of the day after
chip seal operation to pick up any loose rocks. During the
sweeping process the contractor shall use a backup blower to
clear driveways, gutter and sidewalks of excess aggregate at
the end of each day until the road is chip sealed.
H. If required by the Engineer, the Contractor shall install
temporary raised pavement markers and ensure their presence
until the chip seal is cured and the roadway surface is ready
for permanent raised pavement markers. If the pavement is to
receive two coats of chip seal, the Contractor shall install
temporary raised pavement markers with two removable plastic
coatings/wraps.
CHIP SEALING
CRACK SEAL, SLURRY SEAL, & CONVENTIONAL CAPE/CHIP SEAL
TP-28
A. The Contractor shall be responsible for furnishing an area for
the stockpiling of the material for chip seal. The contractor
shall be responsible for maintaining this area clean and free
of objectionable materials.
B. The Contractor shall have two mechanically powered pick-brooms,
equipped with vacuum type suction for sweeping up excess
aggregate, at the site prior to the commencement of the Chip
Seal work. Also, the Contractor shall have a back blower for
the removal of excess aggregate from driveway, gutter and
sidewalk during the sweeping operations.
C. The Contractor shall apply emulsified asphalt per Standard
Specification Section 302-2.4 using an asphalt distributor that
has a full circulation spray bar. The spray bar shall be
adjustable to at least 16 feet wide in 2 feet increments and
capable of heating and circulating the emulsion simultaneously.
The distributor shall have a computerized control to adjust and
control the rate of asphalt application from the cab in 0.01
gallon per square yard increments/decrements. The distributor
shall be equipped with a volume measuring devise and a
thermometer for measuring the emulsion temperature in the tank.
D. The self propelled aggregate spreader shall have a front
discharge that evenly distributes aggregate from 18 to 36 lbs.
per square yard, and the spreader shall be equipped with
computerized rate controller operated from the cab.
E. The application of emulsified asphalt shall be within a range
of 0.25 to 0.35 gallons per square yard, and the emulsified
asphalt shall be at a minimum temperature of 110 degrees
Fahrenheit when applied but not to exceed 160 degrees Fahrenheit.
The emulsion application rate shall be adjusted up or down, at
the Engineer’s discretion, depending on the ability to fill
cracks in the pavement.
F. The Contractor shall apply emulsion at an actual rate that shall
be determined by Standard Specification, the manufacturer’s
recommendations, and the Engineer.
G. The aggregate spreading rate shall be adjusted up or down, at
the Engineers discretion, so that no “bleed through” occurs during
rolling.
H. The Contractor shall power sweep the areas chip sealed before
the end of the day to remove any excess loose aggregate. During
CRACK SEAL, SLURRY SEAL, & CONVENTIONAL CAPE/CHIP SEAL
TP-29
the sweeping process the Contractor shall use a backpack blower
to clear driveways, gutters and sidewalks of excess aggregate
at the end of each day until the street receives slurry seal.
The contractor shall wait a minimum of one day after the chip
seal application before applying other surface treatments, as
specified.
I. The Contractor shall exercise care to prevent oil from being
deposited on concrete surfaces. Each day the contractor shall
remove oil from the surfaces not designated to chip seal. No
additional streets shall be chip sealed until this clean up has
been performed. The Engineer shall approve the method of the
oil removal.
J. During the Chip Sealing of the pavement, the Contractor shall
complete all incidental work such as surfacing of driveway aprons
and returns. The joint between the edge of the pavement and the
concrete gutter shall be sealed, and the overlap up to the
concrete gutter edge shall not be shy by more than 1 to 2 inches,
approximately. The edges of the limits of the chip seal
applications shall be maintained in a neat and uniform line.
K. The Contractor shall refrain from using diesel fuel, gasoline
or solvents of any kind for cleaning tools and equipment in such
manner as to permit spillage on new or existing pavement, curbs
and gutters, or any place on City property.
L. The Contractor shall exercise care to prevent Chip Seal from
being deposited on the concrete driveways or any other concrete
surfaces. The Contractor shall be responsible for removing oil
from the surfaces not designated to be Chip Sealed at the end
of each day. No additional pavement shall be Chip sealed until
the removal and cleanup is complete of the prior day’s work.
M. The Contractor shall remove and replace the improperly placed
chip seal that includes, but is not limited to, striation of
surface, “balling” of material due to quick-set and tracks caused
by the contractor’s vehicles, equipment, or personnel.
N. The pavement surface when completed shall be smooth, dense, well
bonded and of uniform texture and appearance. All area shall
drain.
PROTECTION
CRACK SEAL, SLURRY SEAL, & CONVENTIONAL CAPE/CHIP SEAL
TP-30
A. Unnecessary traffic shall be kept off prepared surfaces.
Equipment used for transporting materials over prepared surfaces
shall be equipped with pneumatic tires.
B. When, in the opinion of the Engineer, the weather will not allow
satisfactory results to be obtained, operations shall be
suspended until the weather is favorable.
C. The Contractor shall exercise care in the rolling operations not
to damage any concrete, or other work in place. In case of any
damage, the contractor will be held liable for damage caused by
him.
END OF SECTION
ASPHALT CONCRETE PAVING
TP-31
SECTION FIVE
ASPHALT CONCRETE PAVING, AGGREGATE BASE
PART 1 GENERAL
1.3. DESCRIPTION
A. Reference: Bid Item No A-10, A-11, A-13, A-14, B-8, B-
9, B-11, B-12,
B. Work specified in this section shall consist of furnishing
all materials, equipment and performing labor as required
to execute this work as indicated in these specifications,
including, but not limited to these major items:
1. Edge Mill Road 6’ Wide (20’ Joins) (Bid Item No. A-10)
2. Construct 1.5” AC Overlay (C2-PG-64-10) (Bid Item No.
A-11)
3. Remove Existing and Construct 6” Class II Base (Bid
Item No. A-13)
4. 6” AC Pavement (Digouts) (Bid Item A-14)
5. Construct 6” Class II Base Per SPPC Std. Plan 131-2
(Bid Item No. B-8)
6. Sawcut and Remove Existing AC Pavement, Base to a
Depth of 14” Below Proposed Surface Remove (Bid Item
No. B-9)
7. Sawcut and Cold Mill Existing Ac to a Depth of 2” (Bid
Item No. B-11)
8. Construct 2.0” Depth AC Surface Course C2-PG-64-10
(Overlay) (Bid Item No. B-12)
1.4. REFERENCE STANDARDS
A. Standard Specifications for Public Works Construction,
Latest Edition, referred to hereinafter as Standard
Specifications.
ASPHALT CONCRETE PAVING
TP-32
PART 2 PRODUCTS
2.01 MATERIALS
A. Tack Coat
A Tack coat shall be applied to all concrete or gutter
surfaces that will be in contact with the asphalt
surfacing. The tack coat between overlays or between
overlay and existing pavement shall be High Performance
Seal (HPS) No Track tack. HPS No Track Tack coat shall be
applied per Section 302-5.4 of the Green Book and shall
be applied at the approximate rate of 0.10 gallons per
square yard and shall conform to the provisions of
Section 203-3 of the Standard Specifications. A tack
coat shall also be applied to all vertical surfaces of
existing pavement and curbs and gutters against which
additional materials are to be placed.
The surface to be covered shall be thoroughly cleaned of
all dirt and loose materials prior to application of the
asphalt binder.
Payment for tack coat shall be included in the price paid
per ton of asphalt concrete and no further compensation
will be allowed therefore.
B. Asphalt Concrete
Asphalt concrete shall be the product of mixing mineral
and/or crushed slag aggregate with asphalt binder at a
central mixing plant.
Asphalt concrete shall conform Sections 203, 302-5 & 400-
4 of the SSPWC except as modified herein. The application
temperature of asphalt shall conform to Section 203-1.4 of
the SSPWC. Distribution and spreading shall conform to
Section 302-5.5.
The asphalt concrete within the 1.5” and 2.0”, mill &
overlay areas shall be C2-PG 64-10.
The asphalt concrete within the concrete slot patches shall
be C2-PG 64-10.
The asphalt concrete within 6.0” and 8.0” AC Base shall be
B-PG 64-10.
ASPHALT CONCRETE PAVING
TP-33
PART 3 EXECUTION
3.01 CONSTRUCTION
A. Roadway Patching– Bid Items
Work under these item shall include the work necessary to
cold mill or sawcut & excavate the existing asphalt
concrete pavement, based and subgrade to the required depth
and a width as shown in the plans, prune roots as required,
and install localized AC or Full Depth patching.
Construction methods shall conform to section 300-2, 302-
1 & 302-5 of the Standard Specifications.
For all AC & full depth patching locations, the Contractor
shall mill/remove and re-pave the pavement section on the
same day. No open trenches will be allowed at the close
of the working day.
It is anticipated that the 6" AC patching within the
residential zones and 8” AC patching within the arterial
streets may expose existing base/subgrade. For all
patching locations, the Contractor shall be required to
compact the existing subgrade (as applies) prior to
installing the asphalt concrete pavement.
All grinding for patching shall also comply with the
specifications provided below for AC Grinding.
All full depth reconstruction patches shall be sawcut prior
to excavation.
Root Pruning:
Following the removal of full depth excavation areas noted
to require root pruning, once the tree roots are exposed,
on all locations with roots exceeding 2” in diameter, the
City provided arborist shall review and approve the root
cutting. The contractor is to follow the procedures for
root cutting as prescribed by the arborist. The contractor
shall not remove more than is prescribed by the Arborist.
The maximum extent of the root pruning under this work item
shall be within the excavation/removal limits and to the
required depth of the prescribed excavation/removals in
order to accommodate the necessary improvements.
ASPHALT CONCRETE PAVING
TP-34
Root pruning and/or planting shall only be conducted in
the presence of the Certified Arborist. The Director of
Public Works, or his/her authorized agent, shall be
notified of any and all root pruning and/or planting
activities 48 hours in advance prior to the commencement
of this type of work.
If the Certified Arborist determines that destructive
impact is likely, Contractor is required to modify its
operations to reduce the likelihood of damage to the
fullest extent feasible. Contractor shall be responsible
to schedule its operations in a manner that will permit
the Certified Arborist to view areas after removals and
prior to construction, as necessary.
The City Arborist shall provide written and signed approval
of each root pruning location to the Inspector.
Root pruning equipment shall be specifically designed for
this purpose, sharpened adequately to sever roots in a
clean manner, and equipped with padded tracks or rubber
tires to prevent scraping or marking of the roadway or
curbs.
Root pruning shall be measured in a location by location
basis. All root pruning in one removal area shall
constitute one unit of root pruning.
B. AC Cold Milling –
Work under this item shall include the work necessary to
edge mill the existing asphalt concrete pavement to a depth
and a width as shown and prescribed in the plans.
Construction methods shall conform to section 302-1 & 302-
5 of the Standard Specifications.
For Variable 0” to 1.5” and uniform 2.0” AC Cold Mill, AC
paving shall be conducted no more than 1 week after the
milling operation.
The variable depth cold mill shall be 6’ wide at the gutter,
and 20’ long at all join locations. A 20’ long grind
transition shall also be installed on both sides of speed
cushions located throughout the project limits.
ASPHALT CONCRETE PAVING
TP-35
The existing speed cushions shall be protected in place
and slurry sealed after the completion of the AC paving
operations. The slurry seal applied to the speed cushions
shall be paid for as part of the slurry seal bid item and
no additional compensation will be allowed.
Residue from grinding shall not be permitted to flow or
travel into gutters, onto adjacent street surfaces or
parkways. All residues shall be completely removed by a
vacuum sweeper and properly disposed. Sweeping is to take
place immediately after the grinding has been completed
and as directed by the Engineer. No washing of any residue
into gutters and/or drainage structures shall be allowed.
The Contractor shall cover and protect all storm drain
inlets prior to the start of cold milling operations.
All pavement transitions and temporary striping/markings
shall be in place prior to the opening of a lane for
traffic. Any pavement grade differential between adjacent
lanes that will, with the permission of the Engineer,
remain during non-working hours shall be indicated with
the appropriate warning signage.
Cold mix A.C. shall be placed and maintained at the
interface between milled and non-milled areas to eliminate
the hazard caused by sudden elevation differences,
especially in pedestrian path of travel areas adjacent to
wheelchair ramps, and shall be removed prior to placement
of surface course pavement.
The Contractor shall provide access and detours at all
times for pedestrian facilities and bike lanes when cold
milling.
The Contractor is to notify the Engineer at least two (2)
working days prior to and immediately after the cold mill
operations so that observations and measurements may be
made of areas before the placement of permanent asphalt.
C. Construct AC Overlay –
Work under this item shall include the work necessary to
install the necessary Asphalt Concrete Overlay in the
locations noted in the treatment guides and/or listed in
the quantity tables per street.
Prior to placing the asphalt, all cracks greater than or
equal to ¼ inch in width shall be sprayed with soil
ASPHALT CONCRETE PAVING
TP-36
sterilant and filled with crack filler. The pavement
surface should be warm, dry and free of any dust, dirt and
deleterious material before applying the crack sealant.
Prior to placing the asphalt, all existing slurry buildup
on the lip of gutter shall be removed as part of this bid
item.
The Contractor shall join all gutter lips such that the
finished AC surface is three-eighths (3/8”) inches above
the gutter lip.
All existing thermoplastic markings, legends and raised
pavement markers shall be removed prior to any AC paving
operations.
Initial or breakdown compaction shall consist of a minimum
of three coverages of a layer of asphalt mixture. A pass
shall be a movement of a roller in both directions over
the same path. A coverage shall be as many passes as are
necessary to cover the entire width being paved. Overlap
between passes during any coverage made to insure
compaction without displacement of material in accordance
with good rolling practice shall be considered a part of
the coverage being made and not a part of a subsequent
coverage. Each coverage shall be completed before
subsequent coverages are started. Pneumatic rollers shall
not be used without prior approval of the Engineer. The
top layer of each lane, once commenced, shall be placed
without interruption.
END OF SECTION
APPLICATION OF THERMOPLASTIC TRAFFIC STRIPING,
PAVEMENT MARKINGS, CURB MARKINGS, AND LOOP DETECTORS
TP-37
SECTION SIX
APPLICATION OF THERMOPLASTIC TRAFFIC STRIPING,
PAVEMENT MARKINGS, CURB MARKINGS, AND LOOP DETECTORS
PART 1 GENERAL
1.01 Reference: Bid Item No. A-17, A-18, B-16, & B-17
1.02 DESCRIPTION
Work specified in this section consists of providing painted or
thermoplastic pavement markings and striping, and curb markings
for the roadway as shown on the drawings and as specified in
these Technical Provisions.
Pavement markings and striping on residential roadways shall be
replaced with thermoplastic except for crosswalks where skid-
resistant preformed thermoplastic crosswalks are to be
installed. Blacking out of inaccurate striping, spills,
tracking, and smudging will not be allowed and shall be repaired
to the satisfaction of the City Engineer.
1.03 REFERENCE STANDARDS
The following specifications and standards listed in this
paragraph form a part of these Specifications to the extent
required by the references thereto.
A. State of California, Department of Transportation
(CALTRANS)
1. 2018 Standard Specifications
2. 2018 Standard Plans
3. 2014 California MUTCD, Latest Edition
B. Standard Specifications for Public Works Construction,
Latest Edition, referred to hereinafter as Standard
Specifications.
1.04 SUBMITTALS
A. Prior to all paving and sealing operations, the Contractor
shall submit a striping inventory to the Engineer for review
and approval within twenty (20) days of award of contract. The
striping inventory shall be marked on the provided plans and
APPLICATION OF THERMOPLASTIC TRAFFIC STRIPING,
PAVEMENT MARKINGS, CURB MARKINGS, AND LOOP DETECTORS
TP-38
shall note the location, legend/striping detail type, material
type (paint/thermo), and lane widths.
B. Prior to delivery of paint and thermoplastic material, the
Contractor shall deliver to the Engineer certified copies
of manufacturer’s test report conforming to Section 214-2
of the Standard Specifications.
PART 2 PRODUCTS
2.01 MATERIALS
A. Thermoplastic Material shall conform to Section 214-5.1 of
the Standard Specifications.
B. Reflective material in Thermoplastic Paint shall conform
to Section 214-3 of the Standard Specifications.
C. Paint for striping and pavement markings shall be double
coated and beaded, conforming to the Standard
Specifications and all subsequent supplements. Paint type
shall conform to Section 214-4.2 Rapid Dry Traffic Line
Paint. Location of legends shall conform to the as-built
plans available with the City.
C. All stencils and templates shall be identical with those
used by the City of Diamond Bar.
D. All traffic loops shall conform to Caltrans Standard Plan
ES-5B.
E. Skid-Resistant Preformed Thermoplastic Crosswalks shall be
Optatrac Preformed Thermoplastic Crosswalks manufactured
by Geveko Markings, Gainesville, GA or approved equal.
2.02 EQUIPMENT
A. Shall conform to Section 314-4.3.4.2 of the Standard
Specifications.
B. Preheaters with vertical mixers having 360 degree rotation
shall be used to preheat granular form material.
PART 3 EXECUTION
3.01 WEATHER CONDITIONS
APPLICATION OF THERMOPLASTIC TRAFFIC STRIPING,
PAVEMENT MARKINGS, CURB MARKINGS, AND LOOP DETECTORS
TP-39
A. Painting shall be performed when weather conditions comply
with Section 310-1.1 of the Standard Specifications.
3.02 PREPARATION OF EXISTING SURFACES
A. Shall comply with Section 314-4.3.2 of the Standard
Specifications.
B. All existing conflicting traffic markings and lines shall
be removed as required and for all areas which receive
slurry seal or chip seal.
C. All thermoplastic striping and stencils shall be removed as
part of this bid item prior to applying a slurry seal, chip
seal, asphalt overlay. In addition, existing striping with
D. Stencils and striping in paint with multiple coats of
buildup shall also be removed as part of this bid item prior
to applying a slurry seal, chip seal or asphalt overlay.
E. All striping limit lines left illegible by paving or slurry
seal operations must be temporarily replaced on the same
day of paving or slurry sealing. The method of temporary
striping must have prior approval by the City Engineer.
F. New pavement and seal coats shall be allowed to cure at
least 72 hours before any paint is applied.
G. Surfaces of new Portland cement concrete pavement shall be
thoroughly cleaned to remove all laitance and curing
compound.
H. Blackout by painting will not be allowed.
I. Blacking out of inaccurate striping, spills, tracking, and
smudging will not be allowed and shall be repaired to the
satisfaction of the City Engineer and if required, by
application of slurry from gutter to gutter and at least 25’
beyond the damage in each direction along the roadway.
J. Manhole covers shall not be striped.
K. This bid item also includes the removal and replacement of
all existing striping on adjacent PCC surfaces such as cross
gutters and bus pads found within the roadway limits.
Thermoplastic or paint buildup shall be ground off and
APPLICATION OF THERMOPLASTIC TRAFFIC STRIPING,
PAVEMENT MARKINGS, CURB MARKINGS, AND LOOP DETECTORS
TP-40
removed prior to applying the new coat. Paint markings
without buildup may remain in place and receive a single
additional cost of paint & RPMs per the applicable details.
L. Preformed Thermoplastic Crosswalks shall be installed per
manufacturer’s specifications.
3.03 LAYOUT
A. All existing striping shall be documented and replaced by
the Contractor as part of the contract. Documentation of
the existing striping shall include the submitted striping
inventory for the residential and arterial roadways, the
tabbing of existing lane lines at control points only, and
pavement legends throughout the project, and documenting
the existing striping as well as the as-built conditions.
B. Layout shall comply with Section 314-4.2.1 of the Standard
Specifications.
C. Stencils shall be used when applying thermoplastic material
for pavement markings and for short radius curves in
striping.
3.04 APPLICATION
A. Shall comply with Section 314-4.3.5 of the Standard
Specifications.
B. A minimum of seven (7) days shall be provided between first
and second striping coats.
C. A primer, of the type recommended by the manufacturer of
the thermoplastic material shall be applied to all asphalt
surfaces over 6 months old and to all Portland cement
concrete surfaces. The primer shall be applied immediately
in advance of, but concurrent with, the application of
thermoplastic material. The primer shall be applied at
the application rate recommended by the manufacturer and
shall not be thinned.
D. The pavement surface to which thermoplastic material is
applied shall be completely coated by the material and the
voids of the pavement surface shall be filled.
APPLICATION OF THERMOPLASTIC TRAFFIC STRIPING,
PAVEMENT MARKINGS, CURB MARKINGS, AND LOOP DETECTORS
TP-41
E. Striping and pavement markings which are damaged or darkened
as a result of cleaning and/or construction, including wheel
markings by public traffic and the construction equipment,
shall be repainted by the Contractor at his expense.
END OF SECTION
RAISED PAVEMENT MARKERS
TP-42
SECTION SEVEN
RAISED PAVEMENT MARKERS
PART 1 GENERAL
1.01 DESCRIPTION
A. Reference: Bid Item No. A-17 & B-16
B. Work specified in this section shall consist of removing
existing and furnishing and placing pavement markers at
the locations or where directed by the Engineer.
1.02 REFERENCE STANDARDS
The following specifications and standards listed in this
paragraph form a part of these specifications to the extent
required by the references thereto.
A. State of California, Department of Transportation
(CALTRANS)
1. 2018 Standard Specifications
2. 2018 Standard Plans
3. 2014 California MUTCD, Latest Edition
4. 2015 Standard Specifications for Non-reflective
pavement markers (ceramic)
1.03 SUBMITTALS
Pavement markers shall be of type and color to match existing
conditions & the current Caltrans standards.
A. Manufacturer’s catalog data on reflective markers.
B. Sampling, tolerances and packaging complying with Section
81-3 of CALTRANS.
PART 2 PRODUCTS
2.01 MATERIALS
RAISED PAVEMENT MARKERS
TP-43
A. Reflective pavement markers shall be of the prismatic
reflector type as specified in Section 81-3.02C, 2018
CALTRANS.
B. Non-reflective pavement markers (ceramic) shall be
conforming to Section 81-3.02B(C), 2015 CALTRANS.
C. Oversized (Texas Dots) Non-reflective pavement markers
(ceramic) shall be conforming to Section 81-3.02B(3), 2015
CALTRANS. Texas dots shall be 8” in diameter.
c. Adhesive shall be Hot Melt FLEXIBLE Bituminous Adhesive
conforming to Section 81-3.02D, 2018 CALTRANS.
PART 3 EXECUTION
3.01 SURFACE PREPARATION
A. Remove all existing reflective and non-reflective pavement
markers prior to any paving or slurry seal operations.
B. That portion of the street surface to which the marker is
to be bonded by the adhesive shall be free of dirt, curing
compound, grease, oil, moisture, loose or unsound layers,
paint and any other material which would adversely affect
the bond of the adhesive. Cleaning shall be done by blast
cleaning on all surfaces regardless of age or type.
3.02 INSTALLATION
A. After all paint-applied pavement striping and marking work
has been completed, the Contractor shall place reflective
markers where shown on the drawings and in conformance with
Section 85-1.06, CALTRANS.
B. Pavement markers shall not be placed under the following
conditions:
1. When either the pavement or the air temperature is
32ºF (0ºC) or less.
2. If the relative humidity of the air is greater than
80 percent.
3. If the pavement is not dry.
RAISED PAVEMENT MARKERS
TP-44
4. On new asphalt concrete or slurry surfacing until the
surfacing has been opened to public traffic for a
period of not less than 14 days.
C. Reflectorized Pavement Marker Locations:
1. Two-way blue reflective pavement markers shall be
installed adjacent to all fire hydrants. Offset shall
be six (6) inches from the street centerline or
nearest lane line.
2. Wharfhead risers at the bulb end of cul-de-sacs are
not fire hydrants and do not require blue or red
pavement markers. Wharfhead risers may be identified
by their blue color.
D. Payment for installing Raised Pavement Marker shall be
included in the lump sum price bid for traffic striping,
marking and legends per existing and no additional
compensation will be allowed
END OF SECTION
PUBLIC NOTIFICATION
TP-45
SECTION EIGHT
PUBLIC NOTIFICATION
PART 1 GENERAL
1.01 DESCRIPTION
A. Reference: Bid Item No. A-4 & B-4
B. Work specified in this section consists of producing and
furnishing signage to notify the public at large and
"Public Notices" to notify local residents and business
owners of impending road work which may result in road
closures, limited access to their driveways, and/or
detours.
1.02 REFERENCE STANDARDS
City of Diamond Bar sample copies of various "Public Notices."
PART 2 PRODUCTS
2.01 MATERIALS
A. Paper and Fasteners: Submit draft notice for Engineer
approval.
B. Posts: Submit for Engineer approval.
PART 3 EXECUTION
3.01 IMPLEMENTATION
A. At least ten (10) calendar days prior to commencing work,
the Contractor shall submit a detailed schedule to the City
for approval. This schedule shall allow residents on the
streets to be sealed or paved, ample “on street” parking
within a reasonable distance from their homes. Based on
the spreading schedule, the Contractor will notify
residents, businesses, school districts, bus companies,
trash and street sweeping companies, and emergency services
of the proposed work and post temporary “NO PARKING” signs
at no cost to the City. Signs shall be posted at all
intersections, at the end of cul-de-sac streets, and on
each side of the street a maximum of two hundred (200) feet
between signs. Signs may be attached to existing poles,
PUBLIC NOTIFICATION
TP-46
street light standards or parkway trees. When necessary
the Contractor shall furnish posts. The Contractor shall
furnish and provide a ten (10) day and forty-eight (48)
hour signs notice. The “NO PARKING” signs shall be in place
not less than ten (10) days prior to performing the work;
therefore a request for changes in the schedule requiring
additional posting shall be submitted by the Contractor
for approval by the City Engineer at least forty-eight (48)
hours prior to posting of any said signs. The Contractor
shall create one ten day notification for each pavement
treatment, i.e. Slurry Seal, Chip Seal, Edge Grind Overlay,
and AC Grind and Overlay. Each street shall receive a ten
(10) day Notification. Upon forty-eight (48) hours of work
to be performed on the street, the ten (10) day sign shall
be removed and replaced with a forty-eight (48) hour notice
and implemented for chip seal and slurry seal operations.
The Contractor shall also create Notifications for manhole
adjustments forty-eight (48) hours prior to the work to be
performed. Upon start of pavement construction, the
Contractor shall notify the residents in person for closure
and obstruction of their street.
B. ONCE A STREET HAS BEEN POSTED, FAILURE OF THE CONTRACTOR
TO MEET AND COMPLETE THE APPROVED DAILY SCHEDULE DUE TO
CONDITIONS UNDER THE CONTRACTOR’S CONTROL WILL RESULT IN
DAMAGES BEING SUSTAINED BY THE CONTRACTOR. FOR FAILURE TO
MEET AND COMPLETE THE SCHEDULE AFTER POSTING, THE
CONTRACTOR SHALL PAY TO THE CITY, OR HAVE WITHHELD FROM
MONIES DUE, THE SUM OF SEVEN HUNDRED FIFTY DOLLARS
($750.00) AS LIQUIDATED DAMAGES FOR EACH DAY OF ADDITIONAL
POSTING REQUIRED TO COMPLETE THE PROPOSED WORK. RE-POSTING
AND NOTIFICATION WILL BE REQUIRED FOR EACH MISSED DAY.
SAID POSTING AND NOTIFICATION WILL BE AT CONTRACTOR’S
EXPENSE. THIS IS IN ADDITION TO ANY LIQUIDATED DAMAGES
WHICH MAY BE SUSTAINED BY THE CONTRACTOR AS STIPULATED IN
SECTION 6-1 OF THE SPECIAL PROVISIONS.
C. Due to the nature of this project involving some
inconvenience to residents, a good Public Relations Program
is mandatory and evidence of satisfactory past performance
in this area will be required.
D. The City will require the Contractor to distribute two (2)
“Public Notices” to each residence affected by the program.
The City shall notify the Contractor regarding notification
requirements; it is anticipated that two notices are
PUBLIC NOTIFICATION
TP-47
required. The first notice shall be distributed to each
residence ten (10) calendar days prior to the start of any
work. The second notice shall be distributed at least
forty-eight (48) hours prior to the start of work. Said
notice shall be attached to a red information hanger
provided by the Contractor and hung on the front door knob.
E. All complaints received by the City associated with the
construction alleging damage to private property and
vehicles shall be responded to by the Contractor within
twenty-four (24) hours of notification. Failure to comply
with this provision may result in a penalty of fifty
dollars ($50.00) per occurrence.
F. The Contractor shall be responsible for maintaining
notification signage in a serviceable manner. Signs shall
indicate the date and hours of restriction.
3.02 CLEANUP
A. Upon completion of work, remove all signage.
END OF SECTION
UTILITY VALVES, AND MANHOLE FRAME AND COVER ADJUSTMENTS
TP-48
SECTION NINE
UTILITY VALVES, MANHOLE FRAME AND COVER, AND PULL BOX ADJUSTMENTS
PART 1 GENERAL
1.1. DESCRIPTION
A. Reference: Bid Item No. A-8, A-9, B-5, B-6
B. Adjust Manhole Frame and Cover To Grade. Manhole frames
and covers shall be adjusted to grade in accordance with
Section 302-5.8, “Manhole”, of the Standard Specifications
and City Standard. This item shall include Sewer & Storm
Drain Manholes in slurry, cape and overlay streets.
C. Payment shall be made at the unit bid price for Each Item.
Payment for all removals, excavation, materials, equipment
and labor required to adjust the manhole frame and cover
to grade shall be included in the unit bid price.
D. For all overlay streets, if the Contractor elects to adjust
manhole frames down during paving, and then back up to
finish grade (double adjust) shall be included in the price
per Manhole. NO additional compensation will be allowed.
E. Frame Adjustments shall conform to Section 302-5.8 of the
Standard Specifications. Sewer and storm drain manhole
frames and covers, and miscellaneous covers such as
monitoring wells and survey monuments are included in these
items.
1. The additional thickness of pavement is expected to be
approximately 3/8-inch when slurry seal only is
applied.
2. The pavement around the manholes shall be crack
sealed as set forth in these specifications
3. All manhole covers shall be locked to the ring using a
rubberized adhesive or similar material to prevent the
cover from rattling during paving operations.
4. All pavement irregularities on the ring of the manhole
shall be ground or raised to a leveled flat surface to
a level that will conform to the smoothness requirement
as specified in Section 302-5.6.2 of the Standard
Specifications prior to improving the streets.
UTILITY VALVES, AND MANHOLE FRAME AND COVER ADJUSTMENTS
TP-49
Pavement irregularities include the removal of
existing humps in the roadway as well as the removal
of the entire existing ring. Should a bump or dip
occur in the ring of the manhole, the ring shall be
leveled with Portland Concrete Cement or asphaltic
concrete depending on the existing material.
5. Pavement irregularities include the existing humps in
the roadway around the manhole which may require
removal of the entire existing ring. After removal of
the existing ring, the manhole frame shall be set to
be backfilled to within 1-1/2 inches of the surface
with Portland cement concrete conforming to 302-6.1 by
the Contractor. The Contractor shall fill the
remaining 1-1/2 inches with an asphalt concrete wearing
surface mixture to match the project surface course.
6. All manholes are to be adjusted to grade that have a
1” or greater drop from the pavement surface. This
includes streets that are designated to be slurry
sealed, cape sealed, and overlaid. Contractor and
inspector to quantify all locations in the field pri
7. or to work and present the locations to the engineer.
F. Adjust Pullbox To Grade. Pull boxes in conflict or located
within the limits of the curb ramp or sidewalk shall be
relocated or adjusted to finish grade in accordance with
Section 701-11, “Pull Boxes” of the Standard Specifications
and 405-1 of the Standard Plans. Pull boxes shall be
adjusted to grade after the construction of sidewalk. The
necessary portions of asphalt concrete, base and sub grade
shall be neatly removed and the structure built up in
accordance with City or utility company standards,
including pedestrian slip resistant lids on all utility
structures.
END OF SECTION
UTILITY VALVES, AND MANHOLE FRAME AND COVER ADJUSTMENTS
TP-50
SECTION TEN
TRAFFIC CONTROL
PART 1 GENERAL
1.01 DESCRIPTION
A. Reference: Bid Item No. A-2 & B-2
B. The work specified in this section includes providing all
materials, manpower, equipment, and performing all
operations to control traffic through the project site
during construction, as shown on the drawings, and as
specified in these Technical Provisions.
1.02 REFERENCE STANDARDS
The following specifications and standards listed in this
paragraph form a part of this specification to the extent
required by the references thereto:
A. State of California, Department of Transportation
(CALTRANS).
1. 2018 Standard Plans
2. 2018 Standard Specifications
3. 2014 California MUTCD, Latest Edition
B. American Public Works Association APWA
1. 2012 Work Area Traffic Control Handbook (W.A.T.C.H.)
PART 2 PRODUCTS
2.01 GENERAL
Contractor shall provide and furnish all materials necessary
for traffic control during construction, and as directed by the
Engineer.
The Contractor shall prepare traffic control & management plans
for Diamond Bar Boulevard and Golden Springs Drive. Traffic
control & management plans shall be approved by the City
Engineer.
PART 3 EXECUTION
UTILITY VALVES, AND MANHOLE FRAME AND COVER ADJUSTMENTS
TP-51
3.01 GENERAL
A. Traffic control equipment shall conform to City of Diamond
Bar Requirements; Subsection 56-2 of the CALTRANS Standard
Specifications, CALTRANS Standard Plans, California MUTCD;
APWA WATCH Manual; and as required by the Engineer.
B. Contractor shall furnish, construct, maintain, and remove
detours, road closures, lights, signs, pavement markings
and striping, barricades, fences, flares, miscellaneous
traffic devices, flag crew, drainage facilities, paving,
and such other items and services as are necessary to
adequately safeguard the public from hazard and
inconvenience. All such work shall comply with the
ordinances, directives, and regulations of the local
authorities with jurisdiction over the public roads in
which the construction takes place and over which detoured
traffic is routed by the Contractor.
B. Prior to the start of construction operations on any public
street, Contractor shall notify the City of Diamond Bar
law enforcement, traffic enforcement, and fire department,
giving the expected starting date, completion date, and
the name and telephone number of a responsible person who
may be contacted at any hour on any day in the event of a
condition requiring immediate correction.
C. Traffic Control and Management Plans shall be prepared for
Diamond Bar Boulevard and Golden Springs Drive. Traffic
control plans shall be signed and stamped by a Registered
Engineer or Registered Traffic Engineer. Permanent lane
closures will be permitted by the City Engineer for the
construction of the roadway improvements along Diamond Bar
Boulevard and Golden Springs Drive. Permanent lane
closures shall take place on weekends only.
D. All steel plates placed shall be set flush with the
surrounding asphalt by grinding a notch just large enough
to fit the steel plates.
3.02 CONSTRUCTION SIGNING
A. The Contractor shall maintain a 24-hour emergency service
to remove, install, relocate, and maintain warning devices
and furnish to the Engineer names and telephone numbers of
three persons responsible for this emergency service. In
UTILITY VALVES, AND MANHOLE FRAME AND COVER ADJUSTMENTS
TP-52
the event these persons do not promptly respond or the
local authorities or district deem it necessary to call
out other forces to accomplish emergency service, the
Contractor will be held responsible for the cost of any
such emergency service.
B. Signs shall be illuminated or reflectorized when they are
used during hours of darkness. Cones, delineators or
barricades used in the diversion of traffic shall be
equipped with flashers or other illumination if in place
during hours of darkness.
F. A minimum of five (5) Changeable Message Board (CMB) signs
shall be posted for the duration of the project for work
on Diamond Bar Boulevard. A minimum of five (5) Changeable
Message Board (CMB) signs shall be posted for the duration
of the project for work on Golden Springs Drive.
3.03 VEHICULAR TRAFFIC CONTROL
A. General
1. Contractor shall be responsible for adequate
barricading of the work area and controlling of
traffic in the vicinity of the project as specified
in Subsection 601 of the General Provisions.
2. Traffic control plans for the arterial streets are
the responsibility of the Contractor. As a minimum,
the Contractor shall use the Typical Application
Diagrams included in the 2014 California MUTCD, and
the Latest APWA W.A.T.C.H. Manual and apply them to a
signed and stamped Traffic Control Plan. The
Contractor shall submit his/her plans for traffic
control a minimum of fourteen (14) calendar days in
advance of implementation for approval by the
Engineer.
3. Traffic control plans shall not be required for
residential streets, but traffic control intent and
methodology shall be submitted to the Engineer a
minimum of fourteen (14) calendar days in advance of
implementation for approval.
4. One lane of traffic in each direction shall remain
open at all times on all Arterial Roadways.
UTILITY VALVES, AND MANHOLE FRAME AND COVER ADJUSTMENTS
TP-53
B. Detour Routing
1. Contractor shall notify the Engineer at least fourteen
(14) calendar days in advance and provide complete
coordination prior to detouring of traffic.
2. Contractor shall post detour routes to provide clear
guidance to traffic.
3. Detours shall not be allowed on Arterial Roadways.
3.04 PEDESTRIAN ACCESS
A. Pedestrian facilities shall be provided through
construction areas within the right-of-way as specified
herein.
B. Contractor shall maintain and safely delineate a minimum
of one four foot-wide pedestrian walkway along each public
street at all times during construction.
3.05 ACCESS TO ADJACENT PROPERTIES
A. Contractor shall maintain reasonable access from public streets to
all adjacent properties at all times during construction. Forty-
eight hours prior to restricting normal access from public streets
to adjacent properties, Contractor shall notify the Engineer,
informing him/her of the nature of the access restriction, the
approximate duration of the restriction, and the best alternate
access route for that particular property.
3.06 PERMANENT TRAFFIC CONTROL DEVICES
Existing permanent traffic control signs, barricades, and
devices shall remain in effective operation unless a substitute
operation is arranged for and accepted as a portion of the
vehicular traffic control as noted above.
3.07 TEMPORARY STRIPING
A. Whenever the work causes obliteration of striping,
temporary or permanent striping shall be in place prior to
opening the traveled way to public traffic. Where lane
line or centerline striping existed prior to the work, such
striping shall be provided at all times for traveled ways
open to public traffic.
UTILITY VALVES, AND MANHOLE FRAME AND COVER ADJUSTMENTS
TP-54
B. All work necessary, including any required lines or marks,
to establish the alignment of temporary striping shall be
performed by the Contractor. Surfaces to receive temporary
striping shall be dry and free of dirt and loose material.
Temporary striping shall not be applied over existing
pavement delineation or other temporary striping.
Temporary striping shall be maintained until superseded or
replaced with a new pattern of temporary striping or
permanent striping.
C. Temporary pavement markers which are applied to the final
layer of surfacing or existing pavement to remain in place
or which conflict with a subsequent or new traffic pattern
for the area shall be removed when no longer required for
the direction of public traffic, as determined by the
Engineer.
D. Whenever lane lines or centerlines are obliterated and
temporary striping to replace the lines is not shown on
the plans, the minimum lane line and centerline delineation
to be provided for that area shall be temporary reflective
pavement markers placed at longitudinal intervals of not
more than 24 feet. The temporary reflective pavement
markers shall be the same color as the lane line or
centerline the pavement markers replace. Temporary
reflective pavement markers shall be, at the option of the
Contractor, one of the temporary pavement markers listed
for short term day/night use (14 days or less) or long term
day/night use (6 months or less) in the CALTRANS list of
"Prequalified and Tested Signing and Delineation
Materials."
E. Temporary reflective pavement markers shall be placed in
accordance with the manufacturer's instructions and shall
be cemented to the surfacing with the adhesive recommended
by the manufacturer, except epoxy adhesive shall not be
used to place pavement markers in areas where removal of
the pavement markers will be required.
F. Temporary striping consisting entirely of temporary
reflective pavement markers placed on longitudinal
intervals of not more than 24 feet, shall be used on lanes
opened to public traffic for a maximum of fourteen (14)
days. Prior to the end of the fourteen (14) days the
permanent striping shall be placed. If the permanent
striping is not placed within the fourteen (14) days, the
Contractor shall provide additional temporary striping and
the cost thereof shall be borne by the Contractor. The
UTILITY VALVES, AND MANHOLE FRAME AND COVER ADJUSTMENTS
TP-55
additional temporary striping to be provided shall be
equivalent to the pattern specified for the permanent
striping for the area, as determined by the Engineer.
G. Full compensation for furnishing, placing, maintaining and
removing the temporary reflective pavement markers, used
for temporary striping for those areas where temporary
striping is not shown on the plans and for providing
equivalent patterns of permanent traffic lines for those
areas when required, shall be considered as included in
the contract prices paid for Traffic Control and no
separate payment will be made therefore.
END OF SECTION
APPENDICES
PART V
APPENDICES
APPENDIX A
STREET SWEEPING SCHEDULE
APPENDIX B
CONSTRUCTION AND DEMOLITION
REQUIREMENTS
APPENDIX C
STANDARD PLANS
APPENDIX D
RAISED PAVEMEMNT MARKERS PRODUCT
SHEETS
APPENDIX B
CONSTRUCTION AND DEMOLITION REQUIREMENTS
APPENDIX B
CONSTRUCTION AND DEMOLITION REQUIREMENTS
APPENDIX B
CONSTRUCTION AND DEMOLITION REQUIREMENTS
APPENDIX B
CONSTRUCTION AND DEMOLITION REQUIREMENTS
APPENDIX E
PREFORMED THERMOPLASTIC PRODUCT
SHEETS