Loading...
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