HomeMy WebLinkAbout20240221084612895 Full Specifications - Area 3 Residential and Arterial Rehabilitation & Drainage Improvement Project
DEPARTMENT OF PUBLIC WORKS
CITY OF DIAMOND BAR
CALIFORNIA
CONTRACT DOCUMENTS AND SPECIFICATIONS
FOR
AREA 3 RESIDENTIAL & COLLECTOR STREETS REHABILITATION AND
ARTERIAL STREET REHABILITATION (GOLDEN SPRINGS DRIVE FROM GRAND
AVENUE TO AVENIDA RANCHEROS, GRAND AVENUE FROM DIAMOND BAR
BLVD TO EAST CITY LIMITS, GATEWAY CORPORATE CENTER) PROJECT NO.
SI24101 & SI24103; GRAND AVENUE AT DIAMOND BAR BOULEVARD DRAINAGE
IMPROVEMENTS (CIP NO. PW23402) and GROUNDWATER DRAINAGE
IMPROVEMENTS-PHASE 6 (COLD SPRING LN.) CIP NO. SI24101
All Questions Regarding This Project Are to Be Directed To:
Mr. Christian Malpica
Associate Engineer
City of Diamond Bar
(909) 839-7042
Stan Liu, Mayor
Chia Yu Teng, Mayor Pro Tem
Andrew Chou, Council Member
Ruth M. Low, Council Member
Steve Tye, Council Member
Daniel Fox, City Manager
February 2024
CITY OF DIAMOND BAR CONTRACT DOCUMENTS AND SPECIFICATIONS AREA 3 RESIDENTIAL & COLLECTOR STREETS REHABILITATION AND ARTERIAL STREET REHABILITATION (GOLDEN SPRINGS DRIVE FROM GRAND AVENUE TO AVENIDA RANCHEROS, GRAND AVENUE FROM DIAMOND BAR BLVD TO EAST CITY LIMITS, GATEWAY CORPORATE CENTER) PROJECT NO. SI24101 & SI24103; GRAND AVENUE AT DIAMOND BAR BOULEVARD DRAINAGE IMPROVEMENTS (CIP NO. PW23402) and GROUNDWATER DRAINAGE IMPROVEMENTS-PHASE 6 (COLD SPRING LN.) CIP NO. SI24101
By: 02/16/2024
Jim Bui, P.E. C 86467 Date
Exp: 03/31/2025
PREPARED BY: Nichols Consulting Engineers, Chtd. (NCE)
17050 Bushard Street, Suite 200
Fountain Valley, CA 92708
TELEPHONE: (714)848-8897
Proposals will be received online at
https://www.planetbids.com/portal/portal.cfm?CompanyID=39500 until 3:00 PM on March 19, 2024 for the performance of the above
described services.
i
TABLE OF CONTENTS
ITEMS PAGES PART I - BIDDING AND CONTRACTUAL DOCUMENTS
NOTICE INVITING SEALED BIDS 1 - 4
INFORMATION FOR BIDDERS 5 - 14
BIDDER’S PROPOSAL 15 - 16
BID SCHEDULE 17 - 25
LIST OF SUBCONTRACTORS 26 - 27
DECLARATION OF ELIGIBILITY TO CONTRACT 28 - 29
BIDDER'S VIOLATION OF LAW/SAFETY QUESTIONNAIRE 30
CONTRACTOR INDUSTRIAL SAFETY RECORD 31
AFFIDAVIT FOR CO-PARTNERSHIP FIRM 32
AFFIDAVIT FOR CORPORATION BIDDER 33
AFFIDAVIT FOR INDIVIDUAL BIDDER 34
AFFIDAVIT FOR JOINT VENTURE 35
FAITHFUL PERFORMANCE BOND 36 - 37
LABOR AND MATERIAL BOND 38 - 39
BID BOND 40 - 41
CERTIFICATE OF NON-DISCRIMINATION
AND AFFIRMATIVE ACTION 42
CERTIFICATE WITH REGARD TO THE PERFORMANCE
OF PREVIOUS CONTRACTS AND SUBCONTRACTS 43
NON-COLLUSION AFFIDAVIT 44
CONTRACT AGREEMENT 45-52
PART II - GENERAL PROVISIONS GP-1 – GP-16
ii
TABLE OF CONTENTS
(Continued)
PART III- SPECIAL PROVISIONS SP-1 – SP-9
PART IV - TECHNICAL PROVISIONS TP-1 – TP-66
PART V – APPENDICES
APPENDIX A – STREET SWEEPING SCHEDULE
APPENDIX B – CONSTRUCTION & DEMOLITION REQUIREMENTS
APPENDIX C – PLANS
APPENDIX D – TECHNICAL PROVISIONS FOR GRAND AVENUE AT DIAMOND
BAR BOULEVARD DRAINAGE IMPROVEMENTS (CIP PROJECT NO. PW23402)
APPENDIX E – TECHNICAL PROVISIONS FOR GROUNDWATER DRAINAGE
IMPROVEMENTS - PHASE 6 (COLD SPRING LANE) (CIP PROJECT NO.
SI24101)
APPENDIX F - RAISED PAVEMENT MARKERS PRODUCT SHEETS
APPENDIX G – PREFORMED THERMOPLASTIC PRODUCT SHEETS
PART I BIDDING AND CONTRACTUAL DOCUMENTS
1
1293492.1
NOTICE INVITING SEALED BIDS FOR
FOR
AREA 3 RESIDENTIAL & COLLECTOR STREETS REHABILITATION AND ARTERIAL STREET REHABILITATION (GOLDEN SPRINGS DRIVE FROM GRAND AVENUE TO AVENIDA RANCHEROS, GRAND AVENUE FROM DIAMOND BAR BLVD TO EAST CITY LIMITS, GATEWAY CORPORATE CENTER) PROJECT NO. SI24101 & SI24103; GRAND AVENUE AT DIAMOND BAR BOULEVARD DRAINAGE IMPROVEMENTS (CIP NO. PW23402) and GROUNDWATER DRAINAGE IMPROVEMENTS-PHASE 6 (COLD SPRING LN.) CIP NO. SI24101 RECEIPT OF PROPOSALS: Proposals will be received online at http://at/
https://www.planetbids.com/portal/portal.cfm?CompanyID=39500 until 3:00 PM on March 19, 2024 for the furnishing of all labor and
materials and equipment for the AREA 3 RESIDENTIAL & COLLECTOR STREETS REHABILITATION AND ARTERIAL STREET REHABILITATION (GOLDEN SPRINGS DRIVE FROM GRAND AVENUE TO AVENIDA RANCHEROS, GRAND AVENUE FROM DIAMOND BAR BLVD TO EAST CITY LIMITS, GATEWAY CORPORATE CENTER)and other incidental and appurtenant work. 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 3:00 PM on March 19th, 2024. 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 and slurry sealing of the existing pavement;
AC grind and overlay; utility adjustments, signing and striping;
traffic signal loop detector replacement, 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 improvements. The Bid Items for
this work is shown as Base Bid Schedule A and Base Bid Schedule B
under the Bid Schedule.
In addition, the Work includes the GRAND AVENUE AT DIAMOND BAR BOULEVARD DRAINAGE IMPROVEMENTS PROJECT (CIP PROJECT NO. PW 23402)
and other incidental and appurtenant work necessary for the proper
construction of the contemplated improvements. This work is included
in Appendix C “PLANS” and Appendix D “TECHNICAL PROVISIONS FOR GRAND
AVENUE AT DIAMOND BAR BOULEVARD DRAINAGE IMPROVEMENTS (CIP PROJECT
2
1293492.1
NO. PW23402)”. The Bid Items for this work is shown as Base Bid
Schedule C.
In addition, the Work includes the GROUNDWATER DRAINAGE IMPROVEMENTS - PHASE 6 (COLD SPRING LANE) (CIP PROJECT NO. SI24101) and other
incidental and appurtenant work necessary for the proper
construction of the contemplated improvements. This work is included
by in Appendix C “PLANS” and Appendix E “TECHNICAL PROVISIONS FOR
GROUNDWATER DRAINAGE IMPROVEMENTS - PHASE 6 (COLD SPRING LANE) (CIP
PROJECT NO. SI24101)”. The Bid Items for this work is shown as Base
Bid Schedule D.
START OF WORK: The City at its sole discretion will issue the
Notice to Proceed to the Contractor within thirty (30) calendar days of the Bid Opening date.
Work by the Contractor shall begin within seven (7) calendar days
from the date the Notice to Proceed is issued by the City, at
which time the calculation for Working Days shall commence.
The Contractor’s Bid and proposed work schedule shall reflect
these schedule commitments. No delays to the Notice to Proceed or
Start of Work will be granted by the City.
COMPLETION OF WORK: All work shall be completed within Ninety-Five (95) Working Days after the Notice to Proceed is issued by the City.
TIME EXTENSIONS: No time extensions for Working Days will be granted
by the City unless the delay is due solely to the direct actions of
the City and is immediately documented by the Contractor and
submitted to the Engineer as a time extension request. Time extension
requests not received from the Contractor within five (5) calendar days of the purported occurrence shall be considered forfeited by
the Contractor. The City at its sole discretion may approve a time
extension request as described herein and provide an increase to the
Working Days for the approved duration.
ENGINEER'S ESTIMATE: The Project is estimated to cost $3.46 Million for Bid Schedule A and $5.05 Million for Schedule B Items all in
accordance with the provisions of the Plans, Specifications, Notices
and Instructions to Bidders.
Bid Schedule C Items for Grand Avenue at Diamond Bar Boulevard
Drainage Improvements is estimated to cost $80,000.
Bid Schedule D Items for Groundwater Drainage Improvements - Phase
6 (Cold Spring Lane) is estimated to cost $82,000.
3
1293492.1
OBTAINING CONTRACT DOCUMENTS: Plans and Specifications and all
contract documents may be obtained at Planet Bids
(https://www.planetbids.com/portal/portal.cfm?CompanyID=39500). PROPOSAL GUARANTEE: Each proposal must be accompanied by cash or by
a cashier's or certified check or by a bid bond in the amount of ten
percent (10%) of the bid price payable to the City of Diamond Bar as
a guarantee that the bidder, if his proposal is accepted, will
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 5 through 9. 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.
The Contractor’s duty to pay State prevailing wages can be found
under Labor Code Section 1770 et seq. and Labor Code Sections 1775
and 1777.7 outline the penalties for failure to pay prevailing wages
and employ apprentices including forfeitures and debarment.
CONTRACTOR shall forfeit, as penalty to CITY, not more than two
hundred dollars ($200.00) for each laborer, workman or mechanic
employed for each calendar day or portion thereof, if such laborer,
workman or mechanic is paid less than the general prevailing rate of
wages hereinbefore stipulated for any work done under this AGREEMENT,
by him or by any subcontractor under him.
Any classification omitted herein shall be paid not less than the
prevailing wage scale as established for similar work in the
particular area, and all overtime shall be paid at the prevailing
4
1293492.1
rates as established for the particular area. Sunday and holiday
time shall be paid at the wage rates determined by the Director of
Industrial Relations.
CONTRACTOR and any of its subcontractors must be registered with the
Department of Industrial Relations pursuant to Labor Code section
1725.5, which precludes the award of a contract for a public work on
any public works project awarded after April 1, 2015. This Agreement
is subject to compliance monitoring and enforcement by the Department
of Industrial Relations.
PAYMENT: Payment will be made to the Contractor in accordance with
the Specifications.
CONTRACTOR ELIGIBILITY VERIFICATION
Prior to awarding a contract, the Contractor’s Eligibility will be
verified as follows:
1) Status with the California Department of Industrial Relations at
http://www.cslb.ca.gov, and
2) eligibility at http://www.dir.ca.gov/dlse/debar.html. RETENTION OF RECORDS RELEVANT TO AUDITS AND REVIEWS: The Contractor
and subcontractors working in the City of Diamond Bar must retain
records pertaining to said project for a minimum of five (5) years.
Records to be retained include but are not limited to documents
regarding payroll, change orders, field directives, as-built plans,
etc.
CITY'S RIGHTS RESERVED: The City of Diamond Bar reserves the right
to reject any and all proposals or bids, should it deem this
necessary for the public good, and also the bid of the bidder who
has been delinquent or unfaithful in any former contract with the
City of Diamond Bar. No bidder may withdraw their bid for a period
of thirty (30) calendar days after the date of the bid opening.
BID AWARD: Subject to the reservations noted above, the Contract
will be awarded to the lowest responsible bidder.
CITY OF DIAMOND BAR, CALIFORNIA
DATE:
By: David G. Liu, P.E
Public Works Director/City Engineer
RMRA Measure M R Local Return Gas Tax
eet Rehab.- Area 1a, 1b, 2 (Design)
n)
ntain Laurel)
anyon to Lemon)
to BCY)
82,779$ 82,779$
om Pathfinder to Mountain Laurel Way) (Const.)1,200,000$ 1,200,000$
eet Rehab - Area 1 (Const.)2,000,000$ 925,000$ 850,000$ 89,0 $
en Springs from Brea Canyon to Lemon Ave.) (Const.)900,000$ 500,000$
mp Project (Const.)177,855$
nt Projects 4,360,634$ 1,700,000$ 1,007,779$ 850,000$ 89,0 $
250-5510-46412)
Project Description Total FY Budget (109) Measure
M
(111)
Gas Tax
(112)
Prop A
(113)
Prop C
Sign and HSL Replacement (Design)50,000$ 50,000$
Sign and HSL Replacement (Construction)350,000$ 350,000$
al 11 Locations (Design and Construction)380,000$ 90,000$ 100,000$ 190,0 $
780,000$ 350,000$ 140,000$ 100,000$ 190,0 $
ments (250-5510-46413)
Project Description Total FY Budget (113)
Prop C
Foothill Transit
Grant
60,000$ 60,000$
SD/Calbourne 40,000$ 40,000$
nfrastructure Improvements 100,000$ 60,000$ 40,000$
0-5510-46420)
Project Description Total FY Budget (107) Measure
W
(108)
RMRA
(109)
Measure M
(113)
Prop C
ovements-Phase 3 (Flapjack-Design)65,000$ 65,000$
2/20/2024
5
1293492.1
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 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. PROPOSAL GUARANTEE: Each proposal shall be accompanied by cash
or by a cashier's or certified check or by a bid bond in the
amount of not less than ten percent (10%) of the amount named
in the proposal. Said check or bond shall be made payable to
the City Clerk of the City of Diamond Bar and shall be given as
a guarantee that the bidder, if awarded the work, will enter
into a contract within ten (10) days after written notice of
the award and will furnish the necessary bonds as hereinafter
provided. In 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. The bid submitted must not
contain any erasures, interlineation, or other corrections
unless each such correction is suitably authenticated by
affixing in the margin immediately opposite the correction the
surname or surnames of the person or persons signing the bid.
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
6
1293492.1
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.
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.
7
1293492.1
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. Any
interpretation or correction of the contract documents will be
made only by Addendum duly issued and a copy of such addendum
will be mailed or delivered to each person receiving a set of
the contract document. No person is authorized to make any
oral interpretation of any provision in the contract documents
to any bidder, and no bidder is authorized to rely on any such
unauthorized oral interpretation.
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
8
1293492.1
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 a Class A or Class C-12
contractor at time of award in accordance with the provisions
of the Contractor’s License Law (California Business and
Professions Code, Section 7000 et seq.) and rules and
regulations adopted pursuant thereto or to whom a proposal form
has not been issued by the City of Diamond Bar. The City may
award the Contract to the lowest responsible bidder on the total
base bid. Bids will be compared on the basis of the lowest
possible cost relative to the alternate or alternates selected
and the Contract, if awarded, will be awarded to a responsible
bidder whose proposal complies with the requirements of these
specifications. The award, if made, will be made within thirty (30) calendar days after the opening of the proposals; provided
that the award may be made after said period of the successful
bidder shall not have given the City written notice of the
withdrawal of his bid.
A contractor or subcontractor shall not be qualified to bid on,
be listed in a bid proposal, subject to the requirements of
Public Contract Code §4104, or engage in the performance of any
contract for public work, as defined in the Public Contract
Code, unless currently registered and qualified to perform
public work pursuant to Section 1725.5. It is not a violation
of Labor Code §1771.1 for an unregistered contractor to submit
a bid that is authorized by Business and Professions Code §
7029.1 or by Public Contract Code §§ 10164 and 20103.5, provided
9
1293492.1
the contractor is registered to perform public work pursuant to
Labor Code § 1725.5 at the time the contract is awarded.
This project is subject to compliance monitoring and
enforcement by the Department of Industrial Relations.
The prime contractor is required to post job site notices as
prescribed by regulation pursuant to Labor Code § 1771.4 and
all contractors must secure the payment of compensation to its
employees pursuant to Labor Code § 3700.
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, or on the base bid and any
specified alternate(s).
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.
10
1293492.1
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 three
years. Only projects in excess of $2,000,000 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
11
1293492.1
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 three (3) 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 construction of Polymer Modified Asphalt 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 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
12
1293492.1
compensation or to undertake self insurance in accordance with the provisions of that code, and I will comply with such provisions before commencing the performance of the work of this contract." The form of such certificate is included as
part of the contract documents.
18. BID DEPOSIT RETURN: Deposits of three or more low bidders, the
number being at the discretion of the City, will be held for
ninety (90) days or until posting by the successful bidder of
the Bonds required and return of executed copies of the
Agreement, whichever first occurs, at which time the deposits
will be returned after consideration of the bids.
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 next lowest
responsible bidder or re-advertise. On the failure or refusal
of the lowest responsible bidder or next lowest responsible
bidder to execute the Contract, such bidder's guarantees shall
be likewise forfeited to the City.
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: Attention is directed to
Sections 1777.5, 1777.6 and 1777.7 of the California Labor Code
and Title 8, California Administrative Code, Section 200 seq.
to ensure compliance and complete understanding of the law
regarding 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
13
1293492.1
all 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
construction experience, and his 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 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 business license prior to the issuance of the first
payment made under this Contract. Any work required within
Caltrans right-of-way will require a separate permit to be
obtained by the Contractor.
25. TIME OF COMPLETION AND LIQUIDATED DAMAGES: Bidder must agree
to commence work on or before the date of written "Notice to
Proceed" of the City and to fully complete the project
thereafter within the number of Working Days stated in the
Notice Inviting Sealed Bids. Bidder must agree also to pay as
liquidated damages, the sum of five hundred dollars ($750.00)
for each calendar day thereafter.
26. CLAIMS FILING AND PROCESSING: The City and Bidder agree to
attempt to orally resolve any disputes which may give rise to
a claim (hereafter, "Claim") that falls within the definition
of Public Contract Code section 9204 (hereafter, "Section
9204"). If these efforts are unsuccessful, the City and Bidder
shall process the Claim in accordance with Section 9204. In
summary, if the Bidder decides to submit a Claim to the City,
it shall be sent by registered or certified mail, return receipt
requested, together with reasonable documentation to support
14
1293492.1
the Claim. A Claim may include a Claim by a subcontractor or
a lower tier subcontractor meeting the requirements of Section
9204(d)(5). Within 45 days of receipt of the Claim, or any
extension thereof agreed upon by the City and the Bidder, the
City will conduct a reasonable review of the Claim and provide
the Bidder with a written statement identifying what portion of
the Claim is disputed and what portion is undisputed. Payment
of any undisputed portion of the Claim shall be made within 60
days after the City issues its written statement. If the City
does not provide a written statement within the time specified,
the Claim shall be deemed rejected.
If the Bidder disputes the City's written statement or if the
Claim is deemed rejected, the Bidder may demand in writing by
registered or certified mail to the City, return receipt
requested, an informal conference to meet and confer in an
effort to settle the disputed portion of any Claim. Within 30
days of receipt of such written demand, the City shall schedule
a meet and confer conference.
If any portion of the Claim remains in dispute after the
conference, the City shall, within 10 City business days of the
conclusion of the conference, provide the Bidder with a written
statement identifying any portion that remains in dispute and
any portion that is undisputed. Payment of any undisputed
portion shall be made within 60 days after the City issues its
written statement. Any remaining disputed portion shall be
submitted to nonbinding mediation in accordance with Section
9204(c)(2)(B), unless the Bidder and City waive the mediation
upon mutual written agreement.
27. CONFLICT OF INTEREST: In the procurement of supplies,
equipment, construction and services by sub-recipients, the
conflict of interest provision including, but not limited to,
2 CFR part 200, Subpart B, 200.112, 24 CFR Part 570.611 and 24
CFR part 85, Section 85.36 (b), respectively, shall apply. No
employee, officer or agent of the sub-recipient shall
participate in selection or in award of administration of a
contract supported by Federal funds if a conflict of interest,
real or apparent, would be involved.
15
1293492.1
BIDDER'S PROPOSAL FOR AREA 3 RESIDENTIAL & COLLECTOR STREETS REHABILITATION AND ARTERIAL STREET REHABILITATION (GOLDEN SPRINGS DRIVE FROM GRAND AVENUE TO AVENIDA RANCHEROS, GRAND AVENUE FROM DIAMOND BAR BLVD TO EAST CITY LIMITS, GATEWAY CORPORATE CENTER) PROJECT NO. SI24101 & SI24103; GRAND AVENUE AT DIAMOND BAR BOULEVARD DRAINAGE IMPROVEMENTS (CIP NO. PW23402) and GROUNDWATER DRAINAGE IMPROVEMENTS-PHASE 6 (COLD SPRING LN.) CIP NO. SI24101
Date , 20
To the City Council of the City of Diamond Bar:
The Undersigned hereby declares:
(a) That the only persons or parties interested in this proposal as
principals are the following:
(If the bidder is a corporation, give the name of the corporation
and the name of its president, secretary, treasurer, and manager.
If a co-partnership, give the name, under which the co-partnership
does business, and the names and addresses of all co-partners. If
an individual, state the name under which the contract is to be
drawn.)
(b) That this proposal is made without collusion with any person, firm
or corporation.
(c) That he has carefully examined the location of the proposed work
and has familiarized himself with all of the physical and climatic
conditions, and makes this bid solely upon his own knowledge.
(d) That by submitting this Bidder's Proposal, he acknowledges receipt
and knowledge of the contents of those communications sent by the
City of Diamond Bar to him at the address furnished by him to the
City of Diamond Bar when this proposal form was obtained.
(e) That he has carefully examined the specifications, both general
and detail, and the drawings attached hereto, and communications
sent to him as aforesaid, and makes this proposal in accordance
therewith.
16
1293492.1
(f) That, if this bid is accepted he will enter into a written contract
for the performance of the proposed work with the City of Diamond
Bar.
(g) That he proposes to enter into such Contract and to accept in full
payment for the work actually done thereunder the prices shown in
the attached schedule. It is understood and agreed 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
17
1293492.1
BID SCHEDULE FOR AREA 3 RESIDENTIAL & COLLECTOR STREETS REHABILITATION AND ARTERIAL STREET REHABILITATION (GOLDEN SPRINGS DRIVE FROM GRAND AVENUE TO AVENIDA RANCHEROS, GRAND AVENUE FROM DIAMOND BAR BLVD TO EAST CITY LIMITS, GATEWAY CORPORATE CENTER) PROJECT NO. SI24101 & SI24103; GRAND AVENUE AT DIAMOND BAR BOULEVARD DRAINAGE IMPROVEMENTS (CIP NO. PW23402) and GROUNDWATER DRAINAGE IMPROVEMENTS-PHASE 6 (COLD SPRING LN.) CIP NO. SI24101 BASE BID “SCHEDULE A” – RESIDENTIAL & COLLECTOR STREETS, PROJECT NO. SI24101
ITEM
NO.
EST.
QUANT.
UNIT DESCRIPTION
WRITTEN IN WORDS
UNIT
PRICE
AMOUNT
A-1 1 LS MOBILIZATION AND
DEMOBILIZATION
A-2 1 LS TRAFFIC CONTROL AND
PUBLIC SAFETY
A-3 1 LS WATER POLLUTION CONTROL
A-4 1 LS CONSTRUCTION STAKING AND
MONUMENT PRESERVATION
A-5 1 LS PUBLIC NOTIFICATION
A-6 1 EA ADJUST GAS VALVE FRAME
AND COVER TO GRADE
A-7 231 EA ADJUST WATER VALVE FRAME
AND COVER TO GRADE
A-8 52 EA
ADJUST STORM DRAIN
MANHOLE FRAME AND COVER
TO GRADE
A-9 199 EA
ADJUST SANITARY SEWER
MANHOLE FRAME AND COVER
TO GRADE
A-10 2 EA ADJUST ELECTRICAL MANHOLE
FRAME AND COVER TO GRADE
A-11 38 EA
REMOVE EXISTING
IMPROVEMENTS AND INSTALL
NEW ADA COMPLIANT CURB
18
1293492.1
ITEM
NO.
EST.
QUANT.
UNIT DESCRIPTION
WRITTEN IN WORDS
UNIT
PRICE
AMOUNT
RAMP PER SPPWC STD. PLAN
111-5
A-12 1 EA
REMOVE EXISTING
IMPROVEMENTS AND INSTALL
ADA COMPLIANT CURB RAMP
AT BRONCO LANE ENTRANCE
TO HERITAGE PARK
A-13 1,117 LF
REMOVE EXISTING CURB AND
GUTTER AND RECONSTRUCT
PER SPPWC STD. PLAN 120-3
(A2-6 or A2-8)
A-14 4,981 SF
REMOVE EXISTING CROSS
GUTTER AND RECONSTRUCT
PER SPPWC STD. PLAN 122-3
(8" DEPTH)
A-15 589 SF
REMOVE EXISTING DRIVEWAY
APRON AND RECONSTRUCT PER
SPPWC STD. PLAN 110-2
(TYPE A OR C)
A-16 158,607 SY APPLICATION OF TYPE II
SLURRY SEAL
A-17 139,154 SY APPLICATION OF CAPE SEAL
A-18 27,844 SY COLD MILL EXISTING AC
(1.5" DEPTH)
A-19 2,740 SY COLD MILL EXISTING AC
(2.0" DEPTH)
A-20 3,446 TON CONSTRUCT ARHM OVERLAY
(1.5" DEPTH)
A-21 339 TON CONSTRUCT ARHM OVERLAY
(2.0" DEPTH)
A-22 18,422 SF BASE REPAIR (6" DEPTH)
A-23 16 EA INSTALL TRAFFIC LOOP
DETECTOR (TYPE E)
A-24 5 EA INSTALL TRAFFIC LOOP
DETECTOR (TYPE F)
19
1293492.1
ITEM
NO.
EST.
QUANT.
UNIT DESCRIPTION
WRITTEN IN WORDS
UNIT
PRICE
AMOUNT
A-25 1 LS
REMOVE TRAFFIC STRIPING
AND MARKINGS (SLURRY SEAL
AND CHIP SEAL STREETS)
A-26 1 LS
THERMOPLASTIC TRAFFIC
STRIPING, PAVEMENT
MARKINGS, MARKERS, CURB
MARKINGS, AND SIGNPOSTS.
TOTAL AMOUNT BASE BID “SCHEDULE “A” ITEMS
(IN FIGURES)→
TOTAL AMOUNT BASE BID “SCHEDULE A” (WRITTEN IN WORDS):
_____________________________________________________________________
_____________________________________________________________________
_____________________________________________________________________
BASE BID “SCHEDULE B” – ARTERIAL STREETS (GOLDEN SPRINGS DRIVE FROM GRAND AVENUE TO AVENIDA RANCHEROS, GRAND AVENUE FROM DIAMOND BAR BLVD TO EAST CITY LIMITS, GATEWAY CORPORATE CENTER), PROJECT NO. SI24103
ITEM
NO.
EST.
QUANT.
UNI
T
DESCRIPTION
WRITTEN IN WORDS
UNIT
PRICE
AMOUNT
B-1 1 LS MOBILIZATION AND
DEMOBILIZATION
B-2 1 LS TRAFFIC CONTROL AND PUBLIC
SAFETY
B-3 1 LS WATER POLLUTION CONTROL
B-4 1 LS CONSTRUCTION STAKING AND
MONUMENT PRESERVATION
B-5 1 LS PUBLIC NOTIFICATION
B-6 1 EA ADJUST GAS VALVE FRAME AND
COVER TO GRADE
$
20
1293492.1
ITEM
NO.
EST.
QUANT.
UNI
T
DESCRIPTION
WRITTEN IN WORDS
UNIT
PRICE
AMOUNT
B-7 223 EA ADJUST WATER VALVE FRAME
AND COVER TO GRADE
B-8 25 EA ADJUST STORM DRAIN MANHOLE
FRAME AND COVER TO GRADE
B-9 77 EA
ADJUST SANITARY SEWER
MANHOLE FRAME AND COVER TO
GRADE
B-10 14 EA ADJUST ELECTRICAL MANHOLE
FRAME AND COVER TO GRADE
B-11 16 EA ADJUST TELECOM MANHOLE
FRAME AND COVER TO GRADE
B-12 28 EA
REMOVE EXISTING
IMPROVEMENTS AND INSTALL
NEW ADA COMPLIANT CURB
RAMP PER SPPWC STD. PLAN
111-5
B-13 761 LF
REMOVE EXISTING CURB AND
GUTTER AND RECONSTRUCT PER
SPPWC STD. PLAN 120-3 (A2-
8 or A2-10)
B-14 733 SF
REMOVE EXISTING CROSS
GUTTER AND RECONSTRUCT PER
SPPWC STD. PLAN 122-3 (8"
DEPTH)
B-15 589 SF
REMOVE EXISTING DRIVEWAY
APRON AND RECONSTRUCT PER
SPPWC STD. PLAN 110-2
(TYPE A OR C)
B-16 910 SF
INSTALL CONCRETE BUS PAD
PER SPPWC STD. PLAN 131-3
(8" DEPTH)
B-17 25,434 SY APPLICATION OF CAPE SEAL
B-18 30,151 SY COLD MILL EXISTING
PAVEMENT (2.0" DEPTH)
B-19 148,084 SY COLD MILL EXISTING
PAVEMENT (2.5" DEPTH)
B-20 3,731 TON CONSTRUCT ARHM OVERLAY
(2.0" DEPTH)
21
1293492.1
ITEM
NO.
EST.
QUANT.
UNI
T
DESCRIPTION
WRITTEN IN WORDS
UNIT
PRICE
AMOUNT
B-21 18,325 TON CONSTRUCT ARHM OVERLAY
(2.5" DEPTH)
B-22 34,698 SF BASE REPAIR (8" DEPTH)
B-23 127 EA INSTALL TRAFFIC LOOP
DETECTOR (TYPE E)
B-24 59 EA INSTALL TRAFFIC LOOP
DETECTOR (TYPE F)
B-25 1 LS
THERMOPLASTIC TRAFFIC
STRIPING, PAVEMENT
MARKINGS, MARKERS, CURB
MARKINGS, AND SIGNPOSTS.
B-26 1 LS COORDINATE VIDEO DETECTION
ZONE ADJUSTMENTS
B-27 1 EA
RELOCATE PEDESTRIAN PUSH
BUTTON ON EXISTING TRAFFIC
SIGNAL POLE
B-28 200 SF
REMOVE EXISTING SIDEWALK
AND RECONSTRUCT PER SPPWC
STD. PLANS 112-2 AND 113-2
(4" DEPTH) [REVOCABLE BID
ITEM]
TOTAL AMOUNT BASE BID “SCHEDULE B” ITEMS
(IN FIGURES)→
TOTAL AMOUNT BASE BID “SCHEDULE B” (WRITTEN IN WORDS):
_____________________________________________________________________
_____________________________________________________________________
_____________________________________________________________________
$
22
1293492.1
BASE BID “SCHEDULE C” – GRAND AVENUE AT DIAMOND BAR BOULEVARD DRAINAGE IMPROVEMENTS, PW23402
ITEM
NO.
EST.
QUANT.
UNIT DESCRIPTION
WRITTEN IN WORDS
UNIT
PRICE
AMOUNT
C-1 1 LS CONSTRUCTION STAKING AND
MONUMENT PRESERVATION
C-2 1 LS MOBILIZATION
C-3 2 EA TEMPORARY PROJECT
IDENTIFICATION SIGNS
C-4 1 LS TRAFFIC CONTROL
C-5 40 LF
REMOVE EXISTING CURB AND
GUTTER AND RECONSTRUCT PER
SPPWC STD. PLAN 120-3 TYPE
A3-6
C-6 40 LF
REMOVE EXISTING CURB AND
GUTTER AND RECONSTRUCT PER
SPPWC STD. PLAN 120-3 TYPE
A2-6
C-7 3,300 SF
VARIABLE COLD MILL
EXISTING AC PAVEMENT (2”-
3”)
C-8 40 TN ASPHALT RUBBER HOT MIX
(ARHM) OVERLAY (2”-3”)
C-9 1 EA ADJUST PULLBOX TO FINISHED
SURFACE
C-10 1 EA ADJUST WATER VALVE TO
FINISHED SURFACE
C-11 35 SF REMOVE AND RECONSTRUCT
COLORED CONCRETE
C-12 1 LS SIGNING AND STRIPING
COMPLETE-IN-PLACE
TOTAL AMOUNT BASE BID “SCHEDULE C” ITEMS
(IN FIGURES)→
$
23
1293492.1
TOTAL AMOUNT BASE BID “SCHEDULE C” (WRITTEN IN WORDS):
_____________________________________________________________________
_____________________________________________________________________
_____________________________________________________________________
BASE BID “SCHEDULE D” – GROUNDWATER DRAINAGE IMPROVEMENTS - PHASE 6 (COLD SPRING LANE), SI24101
ITEM
NO.
EST.
QUANT.
UNIT DESCRIPTION
WRITTEN IN WORDS
UNIT
PRICE
AMOUNT
D-1 1 LS MOBILIZATION
D-2 1 LS TRAFFIC CONTROL & PUBLIC
SAFETY
D-3 236 LF INSTALL SUBDRAIN SYSTEM
D-4 12 LF INSTALL 4" SCH. 80 PVC
PIPE
D-5 2 EA
INSTALL A RADIAL PIPE TO
PIPE JUNCTION STRUCTURE,
CASE I
D-6 3,700 SF
REMOVE AND REPLACE
EXISTING 3.5" AC OVER 9.5"
AB
TOTAL AMOUNT BASE BID “SCHEDULE D” ITEMS
(IN FIGURES)→
TOTAL AMOUNT BASE BID “SCHEDULE D” (WRITTEN IN WORDS):
_____________________________________________________________________
_____________________________________________________________________
_____________________________________________________________________
$
24
1293492.1
TOTAL AMOUNT BASE BID “SCHEDULE A” + “SCHEDULE B” + “SCHEDULE C” + “SCHEDULE D”
ITEMS IN FIGURES)→
TOTAL AMOUNT BASE BID “SCHEDULE A” + “SCHEDULE B” + “SCHEDULE C” +
“SCHEDULE D” ITEMS (WRITTEN IN WORDS):
_____________________________________________________________________
_____________________________________________________________________
_____________________________________________________________________
Bid Schedule Note: Bid Price indicated refers to all items illustrated
on the plans and details, and delineated within the specifications
installed and completely in place with all applicable portions of the
construction documents and include all costs connected with such items
including, but to necessarily limited to, materials, transportation,
taxes, insurance, labor, overhead, and profit, for General Contractor
and Subcontractors.
All work called for on the construction documents are to provide a
completed project with all systems operating properly and ready for
use.
Award will be based on the items of Bid Schedule. Therefore, Contractor
shall completely fill out Bid Schedule.
Accompanying this proposal is
(Insert "$ cash",
"cashier's check", "certified check", or "bidder's bond" as
the case may be) in the amount equal to at least ten percent
(10%) of the total bid.
The undersigned further agrees that in case of default in
executing the required contract, with necessary bond, within
ten (10) days, not including Sundays and legal holidays, after
having received notice that the Contract has been awarded and
ready for 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.
$
25
1293492.1
NAME OF BIDDER (PRINT) SIGNATURE DATE
ADDRESS
CITY ZIP CODE TELEPHONE
STATE CONTRACTOR LICENSE NO. AND CLASSIFICATION
I declare under penalty of Perjury of the laws of the State of California
that the representations made herein are true and correct in accordance
with the requirements of California Business and Professional Code
Section 7028.15.
CONTRACTOR SIGNATURE OR AUTHORIZED OFFICER
26
1293492.1
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
* In compliance with the provisions of the Public Contract Code
Section 4104, the undersigned bidder herewith sets forth the name,
location of the place of business, and California contractor
27
1293492.1
license of each Subcontractor – who will perform work or labor or
render service to the Prime Contractor, specially fabricates and
installs a portion of the work or improvement necessary to complete
construction contained in the plans and specifications, in an
amount in excess of one-half (1/2) of one percent (1%) of the
General Contractor’s total base bid amount or, in the case of bids
or offers for the construction of streets or highways, including
bridges in excess of one-half of 1 percent (0.5%)of the Prime
Contractor’s total base bid or ten thousand ($10,000.00),
whichever is greater, and the portion of the work which will be
done by each Subcontractor.
28
1293492.1
DECLARATION OF ELIGIBILITY TO CONTRACT
[Labor Code Section 1777.1; Public Contract Code Section 6109]
The undersigned, a duly authorized representative of the contractor,
certifies and declares that:
1. The contractor is aware of Sections 1777.1 and 1777.7 of the
California Labor Code, which prohibit a contractor or
subcontractor who has been found by the Labor Commissioner or the
Director of Industrial Relations to be in violation of certain
provisions of the Labor Code, from bidding on, being awarded, or
performing work as a subcontractor on a public works project for
specified periods of time.
2. The contractor is not ineligible to bid on, be awarded or perform
work as a subcontractor on a public works project by virtue of the
foregoing provisions of Sections 1777.1 or 1777.7 of the California
Labor Code or another provision of law.
3. The contractor is aware of California Public Contract Code Section
6109, which states:
(a) A public entity, as defined in Section 1100 [of the
Public Contract Code], may not permit a contractor or
subcontractor who is ineligible to bid or work on, or be
awarded, a public works project pursuant to Section 1777.1 or
1777.7 of the Labor Code to bid on, be awarded, or perform
work as a subcontractor on, a public works project. Every
public works project shall contain a provision prohibiting a
contractor from performing work on a public works project
with a subcontractor who is ineligible to perform work on the
public works project pursuant to Section 1777.1 or 1777.7 of
the Labor Code.
(b) Any contract on a public works project entered into
between a contractor and a debarred subcontractor is void as
a matter of law. A debarred subcontractor may not receive
any public money for performing work as a subcontractor on a
public works contract, and any public money that may have
been paid to a debarred subcontractor by a contractor on the
project shall be returned to the awarding body. The
contractor shall be responsible for the payment of wages to
workers of a debarred subcontractor who has been allowed to
work on the project.
4. The contractor has investigated the eligibility of each and every
subcontractor the contractor intends to use on this public works
29
1293492.1
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 ________________, 202_, at ___________________ (place of execution).
Signature
Name:
Title:
Name of Contractor: _____________________________
30
1293492.1
BIDDER'S VIOLATION OF LAW/SAFETY QUESTIONNAIRE
In accordance with Government Code Section 14310.5 and in conformance
with Public Contract Code Section 10162, the Bidder shall complete,
under penalty of perjury, the following questionnaire:
QUESTIONNAIRE
Has the Bidder, any officer, principal or employee of the Bidder who
has a proprietary interest in the business of the Bidder, ever been
disqualified, removed, or otherwise prevented from bidding on or
completing a federal, state or local government project because of
violation of law or a safety regulation?
YES NO
If the answer is yes, explain the circumstances in the following space:
STATEMENT
In conformance with Public Contract Code Section 10232, the Contractor,
hereby states under penalty of perjury, that no more than on final
unappealable finding of contempt of court by a federal court has been
issued against the Contractor within the immediately preceding two-year
period because of the Contractor’s failure to comply with an order of
a federal court which orders the Contractor to comply with an order of
the National Labor Relations Board.
NOTE: The above Statement and Questionnaire are part of the Proposal. Signing this Proposal on the signature portion thereof shall also constitute signature of this Statement and Questionnaire. Bidders are cautioned that making a false certification may subject the certifier to criminal prosecution.
31
1293492.1
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 three 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 3 CALENDAR YEARS
PRIOR TO CURRENT YEAR
CURRENT
YEAR
2021 2022 2023 TOTAL 2024
No. of Contracts
Total dollar amount of
contracts (in 1,000’s)
No. of lost workday
cases
No. of lost work day
cases
involving permanent
transfer to
another job or
termination of
employment
No. of lost workdays
*The information required for this item is the same as required for
columns 3 to 6, Code 10, Occupational Injuries, Summary - Occupational
Injuries and Illnesses, OSHA No. 102.
The above information was compiled from the records that are available
to me at this time and I declare under penalty of perjury that the
information is true and accurate within the limitations of these
records.
______________________________ ________________________________
Name of Bidder (Print Signature
______________________________ ________________________________
Address State Contractor’s Lic. No. & Class
______________________________ ________________________________
City Zip Code Telephone
32
1293492.1
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)
33
1293492.1
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)
34
1293492.1
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)
35
1293492.1
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)
BOND No.________________
36
1293492.1
FAITHFUL PERFORMANCE BOND
KNOW ALL PERSONS BY THESE PRESENTS that, WHEREAS the City of Diamond
Bar ("City"), has awarded to (Name and address of Contractor)
("Principal"), a contract (the "Contract") for the work described as
follows: WHEREAS, Principal is required under the terms of the Contract to
furnish a bond for the faithful performance of the Contract.
NOW, THEREFORE, we, the undersigned Principal, and (Name and address of Surety)
("Surety") a duly admitted surety insurer under the laws of the State
of California, as Surety, are held and firmly bound unto City in the
penal sum of
Dollars ($______________), this amount being not less than the total
contract price, in lawful money of the United States of America, for
the payment of which sum well and truly to be made, we bind ourselves,
our heirs, executors, administrators, successors, and assigns, jointly
and severally, firmly by these presents.
THE CONDITION OF THIS OBLIGATION IS SUCH THAT, if the hereby bounded
Principal, his, her, or its, heirs, executors, administrators,
successors or assigns, shall in all things stand to and abide by, and
covenants, conditions and agreements in the Contract 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 City, 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.
37
1293492.1
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 dated, all signatures must be notarized, and
evidence of the authority of any person signing as attorney-in-
fact must be attached.
(Seal) (Seal)
APPROVED AS TO SURETY AND
PRINCIPAL AMOUNT
By:___________________________
Insurance Administrator
BOND No.________________
38
1293492.1
PAYMENT BOND (LABOR AND MATERIAL) KNOW ALL PERSONS BY THESE PRESENTS that, WHEREAS the City of Diamond Bar ("City"), has awarded to (Name and address of Contractor) ("Principal"), a contract (the "Contract") for the work described as
follows: WHEREAS, Principal is required under the terms of the Contract and the
California Civil Code to secure the payment of claims of laborers,
mechanics, materialmen, and other persons as provided by law.
NOW, THEREFORE, we, the undersigned Principal, and (Name and address of Surety)
("Surety") a duly admitted surety insurer under the laws of the State
of California, as Surety, are held and firmly bound unto City in the
penal sum of Dollars($________________),
this amount being not less than one hundred (100%) of the total contract
price, in lawful money of the United States of America, for the payment
of which sum well and truly to be made, we bind ourselves, our heirs,
executors, administrators, successors, and assigns, jointly and
severally, firmly by these presents.
THE CONDITIONS OF THIS OBLIGATION IS SUCH THAT, if the hereby bounded
Principal, his, her or its heirs, executors, administrators,
successors, or assigns, or subcontractors shall fail to pay any of the
persons named in Section 3181 of the California Civil Code, or any
amounts due under the Unemployment Insurance Code with respect to work
or labor performed under the Contract, or for any amounts required to
be deducted, withheld, and paid over to the Employment Development
Department from the wages of employees of the Principal and
subcontractors pursuant to Section 13020 of the Unemployment Insurance
Code, with respect to work or labor performed under the Contract, the
Surety will pay for the same in an amount not exceeding the penal sum
specified in this bond; otherwise, this obligation shall become null
and void. This bond shall insure to the benefit of any of their persons
named in Section 3181 of the California Civil Code so as to give a right
of action to such persons or their assigns in any suit brought upon the
bond. In case suit is brought upon this bond, Surety further agrees to
39
1293492.1
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 dated, all signatures must be notarized, and
evidence of the authority of any person signing as attorney-in-
fact must be attached.
(Seal) (Seal)
APPROVED AS TO SURETY AND
PRINCIPAL AMOUNT
By:___________________________
Insurance Administrator
BOND No._________________
40
1293492.1
BID BOND
KNOW ALL PERSONS BY THESE PRESENTS that,
WHEREAS the City of Diamond Bar (“City”), has issued an invitation
for bids for the work described as follows:
AREA 3 RESIDENTIAL & COLLECTOR STREETS REHABILITATION AND ARTERIAL
STREET REHABILITATION (GOLDEN SPRINGS DRIVE FROM GRAND AVENUE TO
AVENIDA RANCHEROS, GRAND AVENUE FROM DIAMOND BAR BLVD TO EAST CITY
LIMITS, GATEWAY CORPORATE CENTER) PROJECT NO. SI24101 & SI24103;
GRAND AVENUE AT DIAMOND BAR BOULEVARD DRAINAGE IMPROVEMENTS (CIP NO.
PW23402); AND GROUNDWATER DRAINAGE IMPROVEMENTS-PHASE 6 (COLD SPRING
LN.)
WHEREAS (Name and address of Bidder)
("Principal"), desires to submit a bid to Public Agency for the work.
WHEREAS, bidders are required under the provisions of the California
Public Contract Code to furnish a form of bidder's security with their
bid.
NOW, THEREFORE, we, the undersigned Principal, and (Name and address of Surety)
("Surety") a duly admitted surety insurer under the laws of the State
of California, as Surety, are held and firmly bound unto Public Agency
in the penal sum of Dollars($______________), being not less than ten percent (10%) of the
total bid price, in lawful money of the United States of America, for
the payment of which sum well and truly to be made, we bind ourselves,
our heirs, executors, administrators, successors, and assigns, jointly
and severally, firmly by these presents.
THE CONDITION OF THIS OBLIGATION IS SUCH THAT, if the hereby bounded
Principal is awarded a contract for the work by City and within the
time and in the manner required by the bidding specifications, entered
into the written form of contract included with bidding specifications,
furnishes the required bonds, one to guarantee faithful performance and
the other to guarantee payment for labor and materials, and furnishes
the required insurance coverages, then this obligation shall become
41
1293492.1
null and void; otherwise, it shall be and remain in full force and
effect.
In case suit is brought upon this bond, Surety further agrees to pay
all court costs incurred by City in the suit and reasonable attorneys'
fees in an amount fixed by the court. Surety hereby waives the
provisions of California Civil Code § 2845.
IN WITNESS WHEREOF, each of which shall for all purposes be deemed an
original hereof, have been duly executed by Principal and Surety, on
the date set forth below, the name of each corporate party being hereto
affixed and these presents duly signed by its undersigned
representative(s) pursuant to authority of its governing body.
Dated:
"Principal" "Surety"
______________________________ _______________________________
______________________________ _______________________________
By:___________________________ By:____________________________
Its Its
By:___________________________ By:____________________________
Its Its
Note: This bond must be dated, all signatures must be notarized, and
evidence of the authority of any person signing as attorney-in-
fact must be attached.
(Seal) (Seal)
42
1293492.1
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:
43
1293492.1
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.
44
1293492.1
NON-COLLUSION DECLARATION (TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID)
The undersigned declares:
I am the _____________________ of _________________, the party making
the foregoing bid.
The bid is not made in the interest of, or on behalf of, any undisclosed
person, partnership, company, association, organization, or
corporation. The bid is genuine and not collusive or sham. The bidder
has not directly or indirectly induced or solicited any other bidder to
put in a false or sham bid. The bidder has not directly or indirectly
colluded, conspired, connived, or agreed with any bidder or anyone else
to put in a sham bid, or to refrain from bidding. 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.
All statements contained in the bid are true. 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, to any corporation, partnership, company,
association, organization, bid depository, or to any member or agent
thereof, to effectuate a collusive or sham bid, and has not paid, and
will not pay, any person or entity for such purpose. Any person
executing this declaration on behalf of a bidder that is a corporation,
partnership, joint venture, limited liability company, limited
liability partnership, or any other entity, hereby represents that he
or she has full power to execute, and does execute, this declaration on
behalf of the bidder.
I declare under penalty of perjury under the laws of the State of
California that the foregoing is true and correct and that this
declaration is executed on __________________ [date], at
__________________ [city], ______ [state].
_____________________________ _________________________________
Business Name Signature of Bidder (must be notarized)
________________________________
Business Address
Attach Notary Acknowledgement Form to this form when submitting
45
1293492.1
Bidder Agrees to Execute Agreement In Substantially This Form
AGREEMENT
The following agreement ("AGREEMENT") is made and entered into, in duplicate, as of the date executed by the Mayor and attested to by the City Clerk, by and between ____________________ hereinafter referred to as the "CONTRACTOR" and the City of Diamond Bar, California, hereinafter referred to as "CITY."
WHEREAS, pursuant to Notice Inviting Sealed Bids, bids were received, publicly opened, and declared on the date specified in the notice; and
WHEREAS, CITY accepted the bid of CONTRACTOR __________________________ and;
WHEREAS, CITY has authorized the Mayor to execute a written contract with
CONTRACTOR for furnishing labor, equipment and material for the AREA 3 RESIDENTIAL &
COLLECTOR STREETS REHABILITATION AND ARTERIAL STREET REHABILITATION
(GOLDEN SPRINGS DRIVE FROM GRAND AVENUE TO AVENIDA RANCHEROS, GRAND
AVENUE FROM DIAMOND BAR BLVD TO EAST CITY LIMITS, GATEWAY CORPORATE
CENTER) PROJECT NO. SI24101 & SI24103; GRAND AVENUE AT DIAMOND BAR
BOULEVARD DRAINAGE IMPROVEMENTS (CIP NO. PW23402) and GROUNDWATER
DRAINAGE IMPROVEMENTS-PHASE 6 (COLD SPRING LN.) CIP NO. SI24101 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 AREA 3 RESIDENTIAL & COLLECTOR STREETS REHABILITATION AND ARTERIAL STREET REHABILITATION (GOLDEN SPRINGS DRIVE FROM GRAND AVENUE TO AVENIDA RANCHEROS, GRAND AVENUE FROM DIAMOND BAR BLVD TO EAST CITY LIMITS, GATEWAY CORPORATE CENTER) PROJECT NO. SI24101 & SI24103; GRAND AVENUE AT DIAMOND BAR BOULEVARD DRAINAGE IMPROVEMENTS (CIP NO. PW23402) and GROUNDWATER DRAINAGE IMPROVEMENTS-PHASE 6 (COLD SPRING LN.) CIP NO. SI24101 in the City of Diamond Bar. The work to be performed in accordance with the plans and specifications, dated February 2024 (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 Engineer.
2. INCORPORATED DOCUMENTS TO BE CONSIDERED COMPLEMENTARY: The Plans and Specifications are incorporated herein by reference and made a part hereof with like force and effect as if set forth in full herein. The Plans and Specifications, CONTRACTOR'S Bid dated , together with this AGREEMENT, shall constitute the contract between the parties. This AGREEMENT is intended to require a complete and finished piece of work and anything necessary to complete the work properly and in accordance with the law and lawful governmental regulations shall be performed by the CONTRACTOR whether set out specifically in the contract or not. Should it be ascertained that any inconsistency exists between the aforesaid documents and this AGREEMENT, the following order of precedence shall apply: (1) This AGREEMENT; (2) The Plans and Specifications; and (3) Contractor's bid.
46
1293492.1
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 _____________ 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 which Contractor has verified,
to the City's satisfaction, that it has submitted all information to the Department of Industrial
Relations required by Labor Code §1773.3.
4. TERM OF CONTRACT: CONTRACTOR agrees to complete the work within
Ninety-Five (95) 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 and fifty dollars ($750) for each calendar day the work remains
incomplete beyond the expiration of the completion date. CITY may deduct the amount thereof
from any monies due or that may become due the CONTRACTOR under this AGREEMENT.
Progress payments made after the scheduled date of completion shall not constitute a waiver of
liquidated damages.
5. INSURANCE: CONTRACTOR shall not commence work under this contract until
he has obtained all insurance required hereunder in a company or companies acceptable to
CITY nor shall the CONTRACTOR allow any subcontractor to commence work on his
subcontract until all insurance required of the subcontractor has been obtained. The
CONTRACTOR shall take out and maintain at all times during the life of this contract the
following policies of insurance:
a. Workers' Compensation Insurance: Before beginning work, the
CONTRACTOR shall furnish to the CITY a certificate of insurance as proof
that he has taken out full workers' compensation insurance for all persons
whom he may employ directly or through subcontractors in carrying out the
work specified herein, in accordance with the laws of the State of California.
Such insurance shall be maintained in full force and effect during the period
covered by this contract.
In accordance with the provisions of Section 3700 of the California Labor
Code, every CONTRACTOR shall secure the payment of compensation to
his employees. The CONTRACTOR, prior to commencing work, shall sign
and file with the CITY a certification as follows:
"I am aware of the provisions of Section 3700 of the Labor Code which
requires every employer to be insured against liability for workers'
compensation or to undertake self insurance in accordance with the
provisions of that Code, and I will comply with such provisions before
commencing the performance of work of this contract."
b. For all operations of the CONTRACTOR or any sub-contractor in performing
the work provided for herein, insurance with the following minimum limits
and coverage:
47
1293492.1
1) General Liability - $5,000,000 per occurrence for bodily injury, personal injury and property damage. If Commercial General Liability insurance or other form with a general aggregate limit is used, either the general aggregate limit shall apply separately to this AGREEMENT or the general aggregate limit shall be twice the required occurrence limit.
2) Automobile - $5,000,000 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:
1) Be issued by an insurance company approved in writing by CITY, which is authorized to do business in the State of California.
2) Name as additional insured the City of Diamond Bar, its officers, agents and employees, and any other parties specified in the bid documents to be so included;
3) Specify it acts as primary insurance and that no insurance held or owned by the designated additional insured shall be called upon to cover a loss under the policy;
4) Contain a clause substantially in the following words:
"It is hereby understood and agreed that this policy may not be canceled nor the amount of the coverage thereof reduced until thirty (30) days after receipt by CITY of a written notice of such cancellation or reduction of coverage."
5) Otherwise be in form satisfactory to the CITY. d. The policy of insurance provided for in subparagraph a. shall contain an endorsement which:
1) Waives all right of subrogation against all persons and entities specified in subparagraph 4.c.(2) hereof to be listed as additional insured in the policy of insurance provided for in paragraph b. by reason of any claim arising out of or connected with the operations of CONTRACTOR or any subcontractor in performing the work provided for herein;
2) Provides it shall not be canceled or altered without thirty (30) days' written notice thereof given to CITY.
e. The CONTRACTOR shall, prior to performing any work under this AGREEMENT, deliver to the City Manager or his designee the original policies of insurance required in paragraphs a. and b. hereof, or deliver to the City Manager or his designee a certificate of the insurance company,
48
1293492.1
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 this AGREEMENT in addition to any other damages incurred by CITY due to the breach.
6. PREVAILING WAGE: Notice is hereby given that in accordance with the provisions of California Labor Code, Division 2, Part 7, Chapter 1, Articles 1 and 2, the CONTRACTOR is required to pay not less than the general prevailing rate of per diem wages for work of a similar character in the locality in which the public works is performed, and not less than the general prevailing rate of per diem wages for holiday and overtime work. In that regard, the Director of the Department of Industrial Relations of the State of California is required to and has determined such general prevailing rates of per diem wages. Copies of such prevailing rates of per diem wages are on file in the Office of the City Clerk of the City of Diamond Bar, 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 subcontractor under him.
CONTRACTOR and any of its subcontractors must be registered with the Department of Industrial Relations pursuant to Labor Code section 1725.5, which precludes the award of a contract for a public work on any public works project awarded after April 1, 2015. This Agreement is subject to compliance monitoring and enforcement by the Department of Industrial Relations.
7. APPRENTICESHIP EMPLOYMENT: In accordance with the provisions of Section 1777.5 of the Labor Code, and in accordance with the regulations of the California Apprenticeship Council, properly indentured apprentices may be employed in the performance of the work. CONTRACTOR is required to make contribution to funds established for the administrative of apprenticeship programs if he employs registered apprentices or journeymen in any apprenticeship trade on such contracts and if other CONTRACTOR'S on the public works site are making such contributions.
CONTRACTOR and subcontractor under him shall comply with the requirements of Sections 1777.5 and 1777.6 in the employment of apprentices.
49
1293492.1
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 contract, and the CONTRACTOR and any sub-contractor under him shall comply with and be governed by the laws of the State of California having to do with working hours set forth in Division 2, Part 7, Chapter 1, Article 3 of the Labor Code of the State of California as amended.
CONTRACTOR shall forfeit, as a penalty to City, twenty-five dollars ($25.00) for each laborer, workman or mechanic employed in the execution of the contract, by him or any sub- CONTRACTOR under him, upon any of the work hereinbefore mentioned, for each calendar day during which the laborer, workman or mechanic is required or permitted to labor more than eight (8) hours in violation of the Labor Code. 9. TRAVEL AND SUBSISTENCE PAY: CONTRACTOR agrees to pay travel and subsistence pay to each workman needed to execute the work required by this contract as such travel and subsistence payments are defined in the applicable collective bargaining agreements filed in accordance with Labor Code Section 1773.8.
10. CONTRACTOR'S LIABILITY: The CITY and its officers, agents and employees ("Indemnitees") shall not be answerable or accountable in any manner for any loss or damage that may happen to the work or any part thereof, or for any of the materials or other things used or employed in performing the work; or for injury or damage to any person or persons, either workers or employees of CONTRACTOR, of its subcontractors or the public, or for damage to adjoining or other property from any cause whatsoever 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, subcontractors or invitees provided for herein, whether or not there is concurrent passive negligence on the part of CITY. In connection therewith: a. CONTRACTOR will defend any action or actions filed in connection with any such claims, damages, penalties, obligations or liabilities and will pay all costs and expenses, including attorneys' fees, expert fees and costs incurred in connection therewith. b. CONTRACTOR will promptly pay any judgment rendered against CONTRACTOR or Indemnitees covering such claims, damages, penalties, obligations and liabilities arising out of or in connection with such work, operations or activities of CONTRACTOR hereunder, and CONTRACTOR agrees to save and hold the Indemnitees harmless therefrom. c. In the event Indemnitees are made a party to any action or proceeding filed or prosecuted against CONTRACTOR for damages or other claims arising out of or in connection with the work, operation or activities hereunder, CONTRACTOR agrees to pay to Indemnitees and any all costs and
50
1293492.1
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 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. NON-DISCRIMINATION: Pursuant to Labor Code Section 1735, no discrimination shall be made in the employment of persons in the work contemplated by this AGREEMENT because of the race, color or religion of such person. A violation of this section exposes the CONTRACTOR to the penalties provided for in Labor Code Section 1735.
12. PAYMENT FUND: A City Council resolution established a Project Payment
Account, encumbered money in the current budget, and assigned that money to the Project
Payment Account, which is the sole source of funds available for payment of the contract sum
set forth in Section 3 of this AGREEMENT. CONTRACTOR understands and agrees that
CONTRACTOR will be paid only from this special fund and if for any reason this fund is not
sufficient to pay CONTRACTOR, CONTRACTOR will not be entitled to payment. The availability
of money in this fund, and CITY's ability to draw from this fund, are conditions precedent to
CITY's obligation to make payments to CONTRACTOR.
13. PRESENTATION OF CLAIMS: Any claim, as that term is defined in Public
Contract Code §9204, shall be submitted in accordance with Section 9204 and shall contain a
sufficient description of the claim, the basis therefore and documentation in support of the claim.
The claim shall be processed as more fully set forth in the Plans and Specifications.
51
1293492.1
14. TERMINATION: This AGREEMENT may be terminated by the CITY, without
cause, upon the giving of a written "Notice of Termination" to CONTRACTOR at least thirty (30)
days prior to the date of termination specified in the notice. Upon receipt of such notice,
Contractor shall immediately cease work, unless otherwise directed by the Notice of
Termination. In the event of such termination, Contractor shall be paid for services satisfactorily
rendered and expenses reasonably and necessarily incurred prior to the effective date of
termination, unless the Notice of Termination is issued for cause, in which event the City may
withhold any disputed compensation. Contractor shall not be entitled to any claim for lost profits.
State of California "CONTRACTOR'S" License No. ________________________ CONTRACTOR'S Business Phone:
CONTRACTOR'S emergency phone which can be reached at any time:
IN WITNESS WHEREOF, the parties hereto have executed this AGREEMENT with all the formalities required by law on the respective dates set forth opposite their signatures.
By: ______________________________________ Title: _________________________________ Date: By: Title: Date: CITY OF DIAMOND BAR, CALIFORNIA By: _____________________________________ Stan Liu, MAYOR __________________________ Date ATTEST: By: _____________________________________ KRISTINA SANTANA, CITY CLERK __________________________ Date
APPROVED AS TO FORM: _____________________________________ OMAR SANDOVAL, CITY ATTORNEY
52
1293492.1
_____________________________
Date
*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.
PART II GENERAL PROVISIONS
GP - 1
1293492.1
GENERAL PROVISIONS FOR
AREA 3 RESIDENTIAL & COLLECTOR STREETS REHABILITATION AND ARTERIAL
STREET REHABILITATION (GOLDEN SPRINGS DRIVE FROM GRAND AVENUE TO
AVENIDA RANCHEROS, GRAND AVENUE FROM DIAMOND BAR BLVD TO EAST CITY
LIMITS, GATEWAY CORPORATE CENTER) PROJECT NO. SI24101 & SI24103;
GRAND AVENUE AT DIAMOND BAR BOULEVARD DRAINAGE IMPROVEMENTS (CIP NO.
PW23402) and GROUNDWATER DRAINAGE IMPROVEMENTS-PHASE 6 (COLD SPRING
LN.) CIP NO. SI24101
601. GENERAL CONDITIONS
All work shall be done in accordance with the Standard
Specifications for Public Works Construction “Greenbook” (2021
Edition and all subsequent supplements), hereinafter referred
to as Standard Specifications; the State of California
Department of Transportation Standard Specifications (2022
Edition and all subsequent revisions), hereinafter referred to
as Caltrans Standard Specifications; Plans, Standard
Construction Drawings; and these Special Provisions.
2. MODIFICATIONS TO THE STANDARD SPECIFICATIONS
Section 1 – General.
1-7. Award and Execution of Contract.
Add the following:
(601) Examination of Plans, Specifications, Special
Provisions, and Site of Work: The bidder is required to
examine carefully the site and the proposal, plans,
specifications and contract forms for the work
contemplated, and it will be assumed that the bidder has
investigated and is satisfied as to the conditions to be
encountered, including all installations and utilities,
whether underground, surface or overhead, as to the
character, quality and quantities of work to be performed
and materials to be furnished, and as to the requirements
of the specifications, the special provisions and the
Contract. It is mutually agreed that submission of a
proposal shall be considered prima facie evidence that the
bidder has made such examination.
(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
GP - 2
1293492.1
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.
3-7. Contract Documents.
Add the following:
An addendum to these Specifications may be issued by the Engineer
at any time prior to the Bid Opening.
GP - 3
1293492.1
3-10. Surveying.
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
GP - 4
1293492.1
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.
3-10.3 Line and Grade.
Delete the entire Subsection and substitute the following:
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.
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
GP - 5
1293492.1
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.
3-12. Work Site Maintenance.
3-12.6.1 General
Add the following:
The contractor shall conform to the requirements of the National
Pollutant Discharge Elimination System (NPDES) Permit for
Construction Activities, NPDES No. CAS000002.
3-12.6.2 Best Management Practices (BMPs)
Add 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 inlets, and also place gravel bags around the job
site, as directed by the Engineer, to protect polluted water from
running into the storm drain systems.
3-13. Completion, Acceptance, and Warranty.
3-13.1 Final Cleanup and Closeout.
Add 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:
GP - 6
1293492.1
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.
601. Required written guarantees.
C. Complete list of subcontractors and principal vendors engaged
in the execution of the work, including addresses and
telephone numbers.
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.
3-13.2 Acceptance.
Add the following:
The Contractor shall notify the Engineer a minimum of five (5)
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. General.
Add the following:
The Contractor and all subcontractors, suppliers, and vendors,
shall guarantee that the entire work will meet all requirements
of this contract as to the quality of materials, equipment, and
workmanship. The Contractor, at no cost to the City, shall make
any repairs or replacements made necessary by defects in
materials, equipment, or workmanship that become evident within 1
GP - 7
1293492.1
year after the date of acceptance of work. Within this 1-year
period, the Contractor shall also restore to full compliance with
requirements of this contract any portion of the work which is
found to not meet those requirements. The Contractor shall hold
the City harmless from claims of any kind arising from damages
due to said defects or noncompliance. The Contractor shall make
all repairs, replacements, and restorations within 30 days after
the date of the Engineer's written notice.
4-4. Testing
Add the following:
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.
Add the following entire subsection:
4-9. Recycling of Material.
4-9.1 Recycling of Asphalt Concrete, Portland Cement Concrete.
4-9.1.2 Contractor’s Obligation.
The City is committed to a 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 D for further information.
Section 5 – Legal Relations and Responsibilities.
5-3. Labor.
Add 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.
GP - 8
1293492.1
5-4.1. Contractor’s Responsibility for Work.
Add 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.
5-7.7. Security and Protective Devices.
Add 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 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
GP - 9
1293492.1
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
City for emergency repairs will be deducted from the progress
payments and the final payment due to the Contractor. However,
if the City does not take such remedial measures, the Contractor
is not relieved of the full responsibility for public safety.
Section 6 – Prosecution and Progress of the Work
Add the following:
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.
6-1.4. Work Hours and Sound Control.
For work on residential and collector streets, daytime work hours
shall be 7:30 a.m. to 4:30 p.m. Monday – Friday. The Contractor
will be allowed to begin traffic control setup at 7:00 am, but no
physical work shall begin before 7:30 am.
For work on arterial streets, daytime work hours shall be 8:30
a.m. to 3:00 p.m. Monday – Friday, unless otherwise approved by
the Engineer.
The Contractor shall schedule their work to minimize impacts to all public schools at or near the project limits on residential and collector streets and shall schedule their work to be completed during the school’s off-session. The Contractor is
advised that the following schools reside within the project
limits: Diamond Bar High School, Evergreen Elementary School, and
Castle Rock Elementary School. Diamond Bar High School’s off-
session is between May 30th – August 12th 2024. The Evergreen and
GP - 10
1293492.1
Castle Rock elementary schools off-session is between May 30th – August 5th 2024.
Saturday work hours, if permitted at least one week (7 Calendar
Days) in advance by the Engineer, shall be 8:30 a.m. to 3:30 p.m.
Nighttime work hours shall be 10:00 p.m. to 5:00 a.m. Monday –
Friday. Nighttime work hours are not required, but will be
permitted 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 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.
7-3 Payment.
Add the following:
Payment for the various items of the Bid Schedule, as further
specified herein, shall include all compensation to be received
by the Contractor for furnishing all tools, equipment, supplies,
and manufactured articles, and for all labor, operations, and
incidentals appurtenant to the items of work being described, as
necessary to complete the various items of work, all in accordance
with the provisions for Measurement and Payment in the Standard
Specifications and these Special Provisions, and as shown on the
Drawings, Exhibits, and spreadsheets including all appurtenances
thereto, and including all costs of compliance with the
regulations of public agencies having jurisdiction, including the
Safety and Health Requirements of the California Division of
Industrial Safety and the Occupational Safety and Health
Administration of the U.S. Department of Labor (OSHA).
GP - 11
1293492.1
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
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;
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.
GP - 12
1293492.1
Final Payments. After the completion of the Contract, the 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.
Section 402 – Utilities.
402-1. Location.
Add 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:
Frontier Communications
1400 E. Phillips Blvd.
GP - 13
1293492.1
Pomona, CA 91766
(909) 469-6333 Waste Management
13940 East Live Oak Avenue
Baldwin Park, California 91706
(800) 266-7551 Valley Vista Services
16000 Temple Avenue
La Puente, California 91744
(800) 442-6454
Southern California Edison
800 West Cienega Avenue
San Dimas, California 91773
(800) 227-2600 (DigAlert)
(800) 684-8123 (Office)
Southern California Edison – Transmission
7333 Bolsa Avenue
Westminster, CA 92683
Richard Orozco
(909) 394-2814
richard.orozco@sce.com
Southern California Gas Company
1919 South State College Boulevard
Anaheim, California 92803
(800) 227-2600 (DigAlert)
(800) 427-2200 (Office)
Walnut Valley Water District
271 South Brea Canyon Road
Walnut, California 91789
(909) 595-7554 Walnut Valley Unified School District
880 S. Lemon Ave.
Walnut, CA 91789
(909) 595-1261
Los Angeles County Department of Public Works
900 S. Fremont Ave.
Alhambra, CA 91803-1331
Operation Services
(626) 458-1708
Sewer Maintenance
GP - 14
1293492.1
(800) 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
Diamond Bar, California 91765
(909) 861-5995 Los Angeles County Fire Department
Station 121
346 Armitos Place
Diamond Bar, California 91765
(909) 396-0164
Los Angeles County Fire Department
Station 120
1051 S Grand Ave
Diamond Bar, CA 91765
(323) 881-2411 (non-emergencies)
911 (emergencies) The Contractor shall notify each of the above listed utility
companies and agencies in writing (copy to City) of the project.
They shall be invited to a pre-construction meeting and provided
a work schedule.
402-2. Protection.
Add the following:
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.
600-1. General.
Add the following:
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
GP - 15
1293492.1
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.
At least ten (10) calendar days prior to commencing work, the
contractor shall include a minimum of six (6) message boards
strategically placed in the vicinity to notify the public about
the impending construction work. These message boards will serve
as essential communication tools to inform residents, commuters,
and pedestrians about the nature and duration of the construction
activities, as well as any associated road closures or detours.
By ensuring clear and timely communication, we aim to minimize
disruptions and inconvenience to the community while maximizing
safety and awareness.
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
GP - 16
1293492.1
shall be responded to by the Contractor within twenty-four (24)
hours of notification. Failure to comply with this provision may
result in a penalty of fifty dollars ($50.00) per occurrence.
The Contractor shall be responsible for maintain notification
signage in a serviceable manner. Signs shall indicate the date
and hours of restriction.
Full compensation for conforming to the requirements of this
section shall be considered as included in the price paid for
various items of work involved and no additional compensation will
be allowed.
Section 601 – Temporary Traffic Control for Construction and
Maintenance Work Zones.
601-1. General
Add 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 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.
PART III SPECIAL PROVISIONS
SP - 1
1293492.1
SPECIAL PROVISIONS FOR
AREA 3 RESIDENTIAL & COLLECTOR STREETS REHABILITATION AND ARTERIAL
STREET REHABILITATION (GOLDEN SPRINGS DRIVE FROM GRAND AVENUE TO
AVENIDA RANCHEROS, GRAND AVENUE FROM DIAMOND BAR BLVD TO EAST CITY
LIMITS, GATEWAY CORPORATE CENTER) PROJECT NO. SI24101 & SI24103;
GRAND AVENUE AT DIAMOND BAR BOULEVARD DRAINAGE IMPROVEMENTS (CIP NO.
PW23402) and GROUNDWATER DRAINAGE IMPROVEMENTS-PHASE 6 (COLD SPRING
LN.) CIP NO. SI24101
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. 990 Park Center
Drive, Suite E, Vista, CA 92081 and are included by reference only.
ADDENDA
The Engineer may issue addenda to the Contract Documents during the
period of advertising for bids for the purpose of: (a) revising
prevailing wage scales or (b) clarifying or correcting Special
Provisions, Plans or Bid Proposal; provided that any such addenda
does not change the original scope and intent of the project.
Purchasers of contract documents will be notified and furnished
copies of such addenda, either by certified mail or personal
delivery, during the period of advertising.
TIME LIMIT AND NOTICE TO PROCEED
All work shall be completed within the number of Working Days stated
in the Notice Inviting Sealed Bids. A move-in period of seven (7) calendar days will be allowed starting on the date of the Notice to
Proceed. The counting of Working Days shall commence on the date
the Contractor elects to start work or the last day of the move-in
period, whichever occurs first. The Contractor shall utilize the
move-in period to ensure that all materials required for the project
will be available for the scheduled work. No additional Working Days
will be allowed for material delay once the Contractor commences
work. The Contractor shall notify the Engineer at least seven (7)
calendar days prior to the start of work.
SP - 2
1293492.1
Nothing in this section will relieve the Contractor of its
obligations relative to starting work as required elsewhere in these
specifications.
CHANGES IN THE WORK
Subsection 2-7.1 of the Standard Specifications is supplemented by
the following:
Notwithstanding the limitation imposed by this Subsection, the
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 Subsection 6-1 of the Standard Specifications,
the Contractor shall submit a written proposed construction schedule
to the Engineer ten (10) calendar days prior to the start of work.
Such schedule shall be subject to the review and approval by the
Engineer. No work shall be done until the Engineer and the Contractor
have agreed to the schedule to be followed by the Contractor.
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 City
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
7-3.2 of the Standard Specifications. Formal acceptance of the
project by the City terminates the City’s interest in the securities.
SP - 3
1293492.1
PUBLIC CONVENIENCE AND SAFETY
In addition to the requirement of Subsection 5-7 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 Engineer.
TRAFFIC FLOW
In order to facilitate the flow of traffic during the contractual
period, the City 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.
CONSTRUCTION WATER
Construction water is available from the Walnut Valley Water District
(WVWD) by applying for a temporary meter, which will be installed
and chained to a hydrant by WVWD. Contact WVWD at telephone (909) 595-7554 to apply for construction water. Contractor to verify current charges.
SANITARY CONVENIENCE
Necessary sanitary facilities for the use of workman on the job shall
be provided and maintained in an approved manner by the Contractor,
properly secluded from public observation and in compliance with
health ordinances and laws, and their use shall be 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 Engineer.
No equipment or materials shall be stored in the public roadway
right-of-way without prior written approval from the Engineer.
SP - 4
1293492.1
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 - $100.00 per hour
Saturday, Sunday, Holidays - $1000.00 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 402-1 (Location) of the General Provisions must be in
writing with proof of letter given to the City.
Walnut Valley Unified School District
880 South Lemon Avenue
Walnut, California 91789
(909) 595-1261
Pomona Unified School District
800 S. Garey Ave
Pomona, CA 91766
(909) 397-4800
PRE-CONSTRUCTION MEETING
The City shall arrange a pre-construction meeting with the Contractor
and representatives from utility companies, which shall be held a
minimum of ten (10) calendar days prior to commencement of any work.
TRASH COLLECTION SCHEDULE
No streets will be closed or have work done on day of trash
collection.
Questions regarding trash collection can be directed to: Waste Management Valley Vista Services
(626) 856-1285 (800)442-6454
SP - 5
1293492.1
STREET SWEEPER ROUTE SCHEDULE
All overlays shall be applied at least twenty-four (24) hours prior
to sweeping of any street in the project area.
Questions regarding street sweeping can be directed to:
Valley Vista Sevices
(800) 442-6454
REMOVAL OF MATERIALS
Materials, which are to be disposed of, include, but are not limited
to:
saw-cut asphalt pavement and concrete removed for curb and gutter
shall not be stored at the site but shall be removed immediately.
No overnight storage of materials or debris will be allowed in
the street area or surrounding areas.
COMPETENCY OF BIDDER
The bidder shall be licensed under the provisions of Chapter 9,
Division 3, of the Business and Professions Code of the State of
California to do the type of work contemplated in the Contract and
shall be skilled and regularly engaged in the general class or type
of work called for under this Contract. Contractor's License Class
A, or C-12 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 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:
SP - 6
1293492.1
a. The Contractor will not discriminate against any employee
or applicant for employment because of race, color, sex,
religion, ancestry or national origin. The Contractor will
take affirmative action to ensure that applicants are
employed, and the employees are treated during employment,
without regard to race, color, sex, religion, ancestry or
national origin. Such action shall include, but not be
limited to, the following: employment, upgrading, demotion
or transfer; recruitment or recruitment advertising;
layoff or termination; rates of pay or other forms of
compensation; and selection for training, including
apprenticeship where applicable.
b. In all advertisements for labor or other personnel, or
requests for employment of any nature, the Contractor shall
state that all qualified applicants will receive
consideration for employment of any nature, the Contractor
shall state that all qualified applicants will receive
consideration for employment without regard to race, color,
sex, religion, ancestry or national origin.
c. In all hiring, the Contractor shall make every effort to
hire qualified workers from all races and ethnic groups.
d. The Contractor shall be responsible for the compilation of
records of the ethnic distribution of the entire project
work force on forms furnished by the City. 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 City 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 City, 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 City
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 City, the Contractor shall meet the following standards
SP - 7
1293492.1
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 City provides for a greater
time period:
(1) File with the City an Affirmative Action Plan
indicating the steps it will take to encourage and
assist qualified members of minority groups. Such
affirmative action will include statements regarding
recruitment, employment, compensation, promotion or
demotion, and selection for training.
(2) Provide evidence as required by the City 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 City 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 City in writing of any opposition to this
EEO section by individuals, firms, unions or
organizations.
h. If the City 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
City 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 City's request, the
Contractor shall meet with representatives of the City 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 City may notify the Fair Employment
Practices Commission and pursue any other remedies, which
may be available under the law.
SP - 8
1293492.1
i. The Contractor shall include the provisions of the
foregoing paragraphs 1a through 1h in every first tier
subcontract and require each subcontractor to bind each
further subcontractor with whom it has a contract to such
provisions, so that such provisions will be binding upon
each subcontractor who performs any of the work required
by the Contract.
2. ANTI-DISCRIMINATION
a. The Contractor certifies and agrees that all persons
employed by the Contractor, its affiliates, subsidiaries
or holding companies are and will be treated equally by
the Contractor without regard to or because of race, color,
sex, religion, ancestry or national origin and in
compliance with State and Federal anti-discrimination
laws. The Contractor further certifies and agrees that it
will deal with its subcontractors, bidders and vendors
without regard to or because of race, color, sex, religion,
ancestry or national origin. The Contractor agrees to
allow access to its employment records during regular
business hours to verify compliance with the foregoing
provisions when so requested by the City.
b. The Contractor specifically recognizes and agrees that if
the City finds that any of the foregoing provisions have
been violated, the same shall constitute a material breach
of Contract upon which the City may determine to cancel,
terminate or suspend the Contract. While the City reserves
the right to determine individually that the anti-
discrimination provisions of the Contract have been
violated, in addition a determination by the California
Fair Employment Practices Commission or the Federal Equal
Employment Opportunity Commission that the Contractor has
violated State or Federal anti-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
SP - 9
1293492.1
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.
Rev 02/16/2024 TP-1 Project # SI24101 & SI24103
PART IV TECHNICAL PROVISIONS
Rev 02/16/2024 TP-2 Project # SI24101 & SI24103
TECHNICAL PROVISIONS FOR
AREA 3 RESIDENTIAL & COLLECTOR STREETS REHABILITATION AND ARTERIAL STREET REHABILITATION (GOLDEN SPRINGS DRIVE FROM GRAND AVENUE TO AVENIDA RANCHEROS, GRAND AVENUE FROM DIAMOND BAR BLVD TO EAST CITY LIMITS, GATEWAY CORPORATE CENTER)
PROJECT NO. SI24101 & SI24103
TABLE OF CONTENTS
STANDARD SPECIFICATIONS ................................... TP-2
ABBREVIATIONS ............................................. TP-3
MEASUREMENT & PAYMENT SUMMARY ............................. TP-4
1. MOBILIZATION AND DEMOBILIZATION ....................... TP-14
2. TRAFFIC CONTROL ....................................... TP-19
3. PUBLIC NOTIFICATION ................................... TP-24
4. CONSTRUCTION STAKING AND MONUMENT PRESERVATION ........ TP-27
5. UTILITY VALVES AND MANHOLE FRAME AND COVER ADJUSTMENTS TP-29
6. PCC CURB RAMP, CROSS GUTTER, CURB & GUTTER, SIDEWALK, DRIVEWAY
APRON, and BUS PAD ....................................... TP-31
7. CRACK SEAL, SLURRY SEAL, CAPE SEAL .................... TP-36
8. ASPHALT CONCRETE PAVING, AGGREGATE BASE ............... TP-51
9. TRAFFIC STRIPING, MARKINGS, MARKERS, SIGNAGE, AND TRAFFIC
SIGNALS .................................................. TP-58
STANDARD SPECIFICATIONS
The Standard Specifications are defined as the American Public
Works Association (APWA) Standard Specifications for Public Works
Construction 2021 “Greenbook” and are included in whole by
reference. The following Technical Provisions modify and supersede
the Standard Specifications as described.
Rev 02/16/2024 TP-3 Project # SI24101 & SI24103
ABBREVIATIONS
SPPWC – APWA Standard Plans for Public Works Construction 2021,
including supplements.
SSPWC – APWA Standard Specifications for Public Works Construction
2021, including supplements (“Greenbook”).
CA MUTCD – State of California Manual on Uniform Traffic Control
Devices, 2014 rev 8 (January 2024)
CSS – 2022 Caltrans Standard Specifications, latest revision.
CSP – 2022 Caltrans Standard Plans, latest revision.
MEASUREMENT AND PAYMENT
Rev 02/16/2024 TP-4 Project # SI24101 & SI24103
MEASUREMENT & PAYMENT SUMMARY
As a convenience to the Contractor, all Measurement & Payment
clauses for the Contract Bid Items have been consolidated and
presented on the following pages. The Bid Items have been organized
in order of the Bid Schedule:
BASE BID “SCHEDULE A” AND “SCHEDULE B”
A-1 & B-1 Mobilization & Demobilization
Payment for Mobilization and Demobilization will be made per the
contract LUMP SUM (LS) price. The lump sum shall include full
compensation to complete the work including, but not limited to
obtaining all bonds, insurance, and financing obtaining all
business licenses and permits, complying with the LA County Flood
Control District Permit, establishment and maintenance of
temporary BMP’s moving onto the site of personnel and equipment,
and the furnishing and erecting of plants, temporary buildings,
providing sanitation facilities and securing an adequate storage
site for equipment and materials, and other construction
facilities. No additional compensation will be allowed therefor.
The Contractor shall bid items A-1 and B-1 at no more than five percent (5%) of the subtotal bid for Schedule A and Schedule B,
respectively.
A-2 & B-2 Traffic Control & Public Safety
Payment for Traffic Control & Public Safety will be made per the
contract Lump Sum (LS) price. Payment shall include full
compensation to complete the work including, but not limited to
preparation of a traffic control & management plan per the CA MUTCD
signed by a licensed Traffic Engineer in the State of California,
changeable message signs, establishment, and maintenance of
temporary traffic control systems. No additional compensation will
be allowed therefor.
A-3 & B-3 Water Pollution Control
Payment for Water Pollution Control will be made per the contract Lump Sum (LS) price. Payment shall include full compensation to
complete the work including, but not limited to installation and
maintenance of temporary Best Management Practices (BMP’s) in
accordance with relevant NPDES Permits, CASQA BMP Guidance, and
MEASUREMENT AND PAYMENT
Rev 02/16/2024 TP-5 Project # SI24101 & SI24103
LA County BMP Requirements. No additional compensation will be
allowed therefor.
A-4 & B-4 Construction Staking and Monument Preservation
Payment for Construction Staking and Monument Preservation will be
made per the contract Lump Sum (LS) price. Payment shall include
full compensation for completing the work including, but not
limited to setting necessary control points, construction staking,
setting lines and grades, filing pre-construction and post-
construction intersection tie records, and fully comply with all
Federal, State, and City regulations pertaining to the protection
and preservation of survey monumentation by a licensed Land
Surveyor in the State of California.
Construction staking and layout to establish ADA-compliant lines
and grades for curb ramps shall be in accordance with Section Six
and be paid for under related curb ramp Bid Items A-11, A-12, or
B-12.
No additional compensation will be allowed therefor.
A-5 & B-5 Public Notification
Payment for Public Notification will be made per the contract Lump Sum (LS) price. Payment shall include full compensation for
completing the work including, but not limited to 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 with
general information flyers or doorhangers prior to commencement of
work and also at least 48 hours in advance of any closures, partial
closures or reopening, and detours of any street, alley, or other
public thoroughfare. No additional compensation will be allowed
therefor.
A-6 B-6 Adjust Gas Valve Frame and Cover to Grade
Payment for Adjust Gas Valve Frame and Cover to Grade will be made
per the contract unit price paid by EACH (EA). Payment shall
include full compensation for completing the work including, but
not limited to utility owner notification and coordination for
adjustments, adjusting the frame and cover to grade per utility
owner requirements, removal of paving materials from the cover and
repainting, and protection during paving operations. No additional
compensation will be allowed therefor.
MEASUREMENT AND PAYMENT
Rev 02/16/2024 TP-6 Project # SI24101 & SI24103
A-7 & B-7 Adjust Water Valve Frame and Cover to Grade
Payment for Adjust Water Valve Frame and Cover to Grade will be
made per the contract unit price paid by EACH (EA). Payment shall
include full compensation for completing the work including, but
not limited to utility owner notification and coordination for
adjustments, adjusting the frame and cover to grade per utility
owner requirements, removal of paving materials from the cover and
repainting, and protection during paving operations. No additional
compensation will be allowed therefor.
A-8 & B-8 Adjust Storm Drain Manhole Frame and Cover to Grade
Payment for Adjust Storm Drain Manhole Frame and Cover to Grade
will be made per the contract unit price paid by EACH (EA). Payment
shall include full compensation for completing the work including,
but not limited to utility owner notification and coordination for
adjustments, adjusting the frame and cover to grade per utility
owner standards, removal of paving materials from the cover and
repainting as directed by the Engineer, and protection during
paving operations including lowering prior to paving, providing
temporary traffic rated lids, and raising with riser rings after
paving. No additional compensation will be allowed therefor.
A-9 & B-9 Adjust Sanitary Sewer Manhole Frame and Cover to Grade
Payment for Adjust Sanitary Sewer Manhole Frame and Cover to Grade
will be made per the contract unit price paid by EACH (EA). Payment
shall include full compensation for completing the work including,
but not limited to utility owner notification and coordination for
adjustments, adjusting the frame and cover to grade per utility
owner standards, removal of paving materials from the cover and
repainting as directed by the Engineer, and protection during
paving operations including lowering prior to paving, providing
temporary traffic rated lids, and raising with riser rings after
paving. No additional compensation will be allowed therefor.
A-10 & B-10 Adjust Electrical Manhole Frame and Cover to Grade
Payment for Adjust Electrical Manhole Frame and Cover to Grade
will be made per the contract unit price paid by EACH (EA). Payment
shall include full compensation for completing the work including,
but not limited to utility owner notification and coordination for
adjustments, adjusting the frame and cover to grade per utility
owner standards, removal of paving materials from the cover and
repainting as directed by the Engineer, and protection during
paving operations including lowering prior to paving, providing
MEASUREMENT AND PAYMENT
Rev 02/16/2024 TP-7 Project # SI24101 & SI24103
temporary traffic rated lids, and raising with riser rings after
paving. No additional compensation will be allowed therefor.
B-11 Adjust Telecom Manhole Frame and Cover to Grade
Payment for Adjust Electrical Manhole Frame and Cover to Grade
will be made per the contract unit price paid by EACH (EA). Payment
shall include full compensation for completing the work including,
but not limited to utility owner notification and coordination for
adjustments, adjusting the frame and cover to grade per utility
owner standards, removal of paving materials from the cover and
repainting as directed by the Engineer, and protection during
paving operations including lowering prior to paving, providing
temporary traffic rated lids, and raising with riser rings after
paving. No additional compensation will be allowed therefor.
A-11 & B-12 Remove Existing Improvements & Install New ADA Compliant Curb Ramp Per SPPWC Std. Plan No. 111-5
Payment for Remove Existing Improvements & Install New ADA
Compliant Curb Ramp Per SPPWC Std. Plan No. 115. Case B Type 1 and
Case D Type 2 will be made per the contract unit price paid by EACH (EA). Payment shall include full compensation for completing
the work as shown on the Plans including, but not limited to saw
cutting, concrete removals, required disposals, unclassified
excavation, grading, subgrade preparation, constructing ADA
compliant curb ramp, retaining curbs, detectable warning surface,
curb and gutters, concrete spandrels, minor concrete, curing and
finishing, two to four foot (2’-4’) wide full depth HMA plug,
required utility box and manhole adjustments, required minor
landscaping/hardscaping and irrigation work, and relocation of
traffic signs per the CA MUTCD.
The Contractor shall provide all necessary construction surveying,
layout, and staking for the establishment of ADA-compliant lines
and grades.
Limits of work include at a minimum BCR to ECR or longer if required
to achieve ADA compliant slopes, and removal and replacement of a
minimum 4’ long, full-width sidewalk transition panel on each side
of the curb ramp.
No additional compensation will be allowed therefor.
A-12 Remove Existing Improvements & Install New ADA Compliant Curb Ramp at Bronco Lane Entrance to Heritage Park
Payment for Remove Existing Improvements & Install New ADA
Compliant Curb Ramp at Bronco Lane Entrance to Heritage Park will
be made per the contract unit price paid by EACH (EA). Payment
MEASUREMENT AND PAYMENT
Rev 02/16/2024 TP-8 Project # SI24101 & SI24103
shall include full compensation for completing the work as shown
on the Plans including, but not limited to saw cutting, concrete
removals, required disposals, unclassified excavation, grading,
subgrade preparation, constructing ADA compliant curb ramp,
retaining curbs, detectable warning surface, curb and gutters,
concrete spandrels, minor concrete, required adjustments to
adjacent block walls and footings, curing and finishing, two foot
(2’) wide full depth HMA plug, required utility box and manhole
adjustments, required minor landscaping/hardscaping and irrigation
work, and relocation of traffic signs per the CA MUTCD.
The Contractor shall provide all necessary construction surveying,
layout, and staking for the establishment of ADA-compliant lines
and grades.
Limits of work include shall include removal and replacement of a
minimum 4’ long, full-width sidewalk transition panel on each side
of the curb ramp.
No additional compensation will be allowed therefor.
A-13 Remove Existing Curb & Gutter and Reconstruct Per SPPWC Standard Plan 120-3 (Type A2-6 or A2-8)
B-13 Remove Existing Curb & Gutter and Reconstruct Per SPPWC Standard Plan 120-3 (Type A2-8 or A2-10)
Payment for Remove Existing Curb & Gutter and Reconstruct Per SPPWC
Standard Plan 120-3, Type A2-6 or A2-8 will be made per the
contract unit price paid by LINEAR FOOT (LF). Payment shall include
full compensation for completing the work as shown on the Plans
including, but not limited to saw cutting, concrete removals,
required disposals, unclassified excavation, grading, subgrade
preparation, constructing curb and gutter to match existing
height, curing and finishing, two foot (2’) wide full depth HMA
plug, required minor irrigation and landscaping/hardscaping work,
required tree root pruning, and required tree root barriers. No
additional compensation will be allowed therefor.
A-14 & B-14 Remove Existing Cross Gutter and Reconstruct Per SPPWC Standard Plan 122-3 (8” Depth)
Payment for Remove Existing Cross Gutter and Reconstruct Per SPPWC
Standard Plan 122-3 (8” Depth in Residential and Arterial)(Match
Existing Flowline & Curb Face) will be made per the contract unit
price paid by SQUARE FOOT (SF). Payment shall include full
compensation for completing the work as shown on the Plans
including, but not limited to saw cutting, concrete removals,
required disposals, unclassified excavation, grading, subgrade
MEASUREMENT AND PAYMENT
Rev 02/16/2024 TP-9 Project # SI24101 & SI24103
preparation, constructing cross gutter and concrete spandrel, two
foot (2’) wide full depth HMA plug, required tree root pruning,
and required tree root barriers. No additional compensation will
be allowed therefor.
A-15 & B-15 Remove Existing Driveway Apron and Reconstruct per SPPWC Standard Plan 110-2 (Type A or C)
Payment for Remove Existing Driveway Apron and Reconstruct per
SPPWC Standard Plan 110-2 Type A and C will be made per the contract
unit price paid by SQUARE FOOT (SF). Payment shall include full
compensation for completing the work as shown on the Plans
including, but not limited to saw cutting, concrete removals,
required disposals, unclassified excavation, grading, subgrade
preparation, constructing driveway apron, two foot (2’) wide full
depth HMA plug, required minor irrigation and
landscaping/hardscaping work, required tree root pruning, and
required tree root barriers. No additional compensation will be
allowed therefor.
B-16 Install Concrete Bus Pad Per SPPWC Standard Plan 131-3
Payment for Install Concrete Bus Pad Per SPPWS Standard Plan 131-
3 will be made per the contract unit price paid by SQUARE FOOT (SF). Payment shall include full compensation for completing the
work as shown on the Plans to construct a concrete bus pad
including, but not limited to saw cutting, pavement removals,
concrete removals, road base removals, required disposals,
required tree root pruning, required tree root barriers, subgrade
preparation, crushed miscellaneous base, concrete pavement, curb
and gutter, formwork, jointing, finishing, and curing, two foot
(2’) wide full depth HMA plug, and protection from traffic. No
additional compensation will be allowed therefor.
A-16 Application of Type II Slurry Seal
Payment for Application of Type II Slurry Seal and Crack Seal will
be made per the contract unit price paid by SQUARE YARD (SY).
Payment shall include full compensation for completing the work as
shown on the Plans including, but not limited to surface
preparation including cleaning cracks, weed abatement, applying
crack sealant on cracks, removal of excess paving materials from
gutter pans, applying and spreading slurry seal, and curing. No
additional compensation will be allowed therefor.
A-17 & B-17 Application of Cape Seal
Payment for the Application of Cape Seal will be made per the
contract unit price paid by SQUARE YARD (SY). Payment shall include
full compensation for completing the work as shown on the Plans
MEASUREMENT AND PAYMENT
Rev 02/16/2024 TP-10 Project # SI24101 & SI24103
including, but not limited to surface preparation including
cleaning cracks, weed abatement, removal of excess paving
materials from gutter pans, applying and spreading chip seal,
applying, and spreading slurry seal, and curing. No additional
compensation will be allowed therefor.
A-18 Cold Mill Existing AC (1.5” DEPTH)
A-19 & B-18 Cold Mill Existing AC (2.0” DEPTH)
B-19 Cold Mill Existing AC (2.5” DEPTH)
Payment for Remove and Cold Mill Existing AC (1.5”, 2.0”, or 2.5”
DEPTH) will be made per the contract unit price paid by SQUARE YARD (SY). Payment shall include full compensation for completing
the work as shown on the Plans including, but not limited to cold
milling, removing, and disposing of full width asphalt concrete
pavement to the depths specified, removal of paving fabric where
encountered, removal of conflicting traffic paint and markers,
street sweeping, and removal of excess paving materials from gutter
pans. No additional compensation will be allowed therefor.
A-20 Construct ARHM Overlay (1.5” DEPTH)
A-21 & B-20 Construct ARHM Overlay (2.0” DEPTH)
B-21 Construct ARHM Overlay (2.5” DEPTH)
Payment for Construct ARHM OVERLAY (1.5”, 2.0”, or 2.5” DEPTH)
will be made per the contract unit price paid by the TON (TON).
Payment shall include full compensation for completing the work as
shown on the Plans and Section Eight of these Specifications
including, surface preparation, tack coat of existing AC and PCC
surfaces, street sweeping, rock dust blotter, spreading, placing,
and compacting ARHM to the depths specified, compaction testing,
quality control, and removal of excess paving materials from gutter
pans.
Measurement will be made according to certified weighmasters
certificates furnished by the Contractor of materials placed in
the field and accepted by the Engineer. No additional compensation
will be allowed therefor.
A-22 Base Repair (6” Depth)
B-22 Base Repairs (8” Depth)
Payment for Base Repairs (6” Depth for Residentials and 8” Depth
or thickness of AC for Arterials) will be made per the contract
unit price paid per SQUARE FOOT (SF). Payment shall include full
compensation for completing the work as shown on the Plans and
Section Eight of these Specifications including, removal of
asphalt, base or subgrade, subgrade preparation, tack coat of
MEASUREMENT AND PAYMENT
Rev 02/16/2024 TP-11 Project # SI24101 & SI24103
existing AC and PCC surfaces, street sweeping, spreading HMA,
placing HMA to the depths specified in lifts not to exceed four
(4) inches, compacting HMA, and compaction testing, and quality
control.
Where unsuitable subgrade is encountered, the Contractor shall
remove and replace unsuitable subgrade with an additional six (6)
inch depth of crushed miscellaneous base or hot mix asphalt. No
price adjustments will be allowed for Contractor’s use of hot mix
asphalt versus crushed miscellaneous base. No additional
compensation will be allowed therefor.
A-23 & B-23 Install Traffic Loop Detector Type E
A-24 & B-24 Install Traffic Loop Detector Type F
Payment for Install Traffic Loop Detector (Type E or Type F) will
be made per the contract unit price paid by EACH (EA). Payment
shall include full compensation for completing the work as shown
on the Plans including, saw cutting, installing loop detectors and
lead in cables, required electrical work, sealant, and testing,
and adjusting existing traffic signal systems for proper
detection. No additional compensation will be allowed therefor.
A-25 Remove Traffic Striping and Markings (Slurry Seal and Chip Seal Streets)
Payment for Remove Traffic Striping Markings will be made per the
contract LUMP SUM (LS) price. Payment shall include full
compensation for completing the work as shown on the Plans
including, grinding and removal of existing painted or
thermoplastic pavement traffic striping, markings, and reflective
markers on surfaces to receive slurry seal or chip seal, grinding
and removal of conflicting striping and markings, and street
sweeping. No additional compensation will be allowed therefor.
A-26 & B-25 Thermoplastic Traffic Striping, Pavement Markings, and Curb Markings
Payment for Thermoplastic Traffic Striping, Pavement Markings, and
Curb Markings will be made per the contract LUMP SUM (LS) price.
Payment shall include full compensation for completing the work as
shown on the Plans including, surface preparation, layout for CA
MUTCD compliant striping and markings, cat-tracking, temporary
traffic, and markings, applying thermoplastic traffic striping and
markings in two coats, applying painted lanelines, applying skid-
resistant pre-formed thermoplastic crosswalks, pavement
channelizers, reflective markers, non-reflective markers (Botts’
Dots), and curb paint.
MEASUREMENT AND PAYMENT
Rev 02/16/2024 TP-12 Project # SI24101 & SI24103
For roadways without striping plans, the Contractor shall develop
CA MUTCD compliant striping and marking plans prepared by a
licensed Civil Engineer or Traffic Engineer based on a combination
of publicly available aerial imagery, field verification, and
adjustments to accommodate proposed improvements including revised
curb ramps. The Contractor shall submit their striping and markings
plans to the Engineer for review and approval at least two (2)
weeks prior to paving operations. No additional compensation will
be allowed therefor.
B-26 Coordinate Video Detection Zone Adjustment
Payment for Coordinate Video Detection Zone Adjustment will made
per the contract LUMP SUM (LS) price. Payment shall include full
compensation for notification and coordination with the City
Traffic Department for City adjustment of video detection zones at
the intersections shown on the arterial striping plans.
The Contractor shall provide notification at least two weeks prior
to installation of temporary crosswalks, notification two weeks
prior to installation of permanent crosswalks, and coordination
with the City Traffic Department for City adjustment of video
detection zones. The Contractor shall be responsible for
maintaining adequate temporary traffic control services during the
coordination period with the City Traffic Department to ensure
proper operation of the traffic signals during video detection
zone adjustment and prior to opening the intersection to normal
traffic.
No additional compensation will be allowed therefor.
B-27 Relocate Pedestrian Push Button on Existing Traffic Signal Pole
Payment for Relocate Pedestrian Push Button on Existing Traffic
Signal Pole will be made per the contract unit price paid by EACH (EA). Payment shall include full compensation for completing the
work as shown on the Plans including, furnishing all required
electrical materials for relocating the pedestrian push button on
the same traffic signal pole to face the curb ramp in accordance
with City Standards, Caltrans Standard Specifications, Caltrans
Standard Plans, and ADA Standards. The work shall also include
required cover plates and mounting hardware to cover the old
mounting hole. No additional compensation will be allowed
therefor.
MEASUREMENT AND PAYMENT
Rev 02/16/2024 TP-13 Project # SI24101 & SI24103
B-28 Remove Existing Sidewalk and Reconstruct per SPPWC Standard Plans 112-2 and 113-2 (4” Depth) [Revocable Bid Item]
Payment for Remove Existing Sidewalk and Reconstruct per SPPWC
Standard Plans 112-2 and 113-2 [Revocable Bid Item] will be made
per the contract unit price paid by SQUARE FOOT (SF). Payment shall
include full compensation for completing the work as shown on the
Plans including, but not limited to saw cutting, concrete removals,
required disposals, unclassified excavation, grading, subgrade
preparation, crushed miscellaneous base, constructing sidewalk,
curing and finishing, required minor irrigation and
landscaping/hardscaping work. No additional compensation will be
allowed therefor.
The Engineer shall make the final determination if Revocable Bid Item quantities are to be included in the Work by the Contractor in whole, in part, or completely omitted. The Contractor’s unit prices and lump sum bids for the other Bid Items shall not be impacted by the adjustment of Revocable Bid Item quantities.
“BASE BID SCHEDULE C”
For “Base Bid Schedule C” measurement and payment information,
refer to Appendix D “TECHNICAL PROVISIONS FOR GRAND AVENUE AT
DIAMOND BAR BOULEVARD DRAINAGE IMPROVEMENTS (CIP PROJECT NO.
PW23402)”.
“BASE BID SCHEDULE D”
For “Base Bid Schedule D” measurement and payment information,
refer to Appendix E “TECHNICAL PROVISIONS FOR GRAND AVENUE AT
DIAMOND BAR BOULEVARD DRAINAGE IMPROVEMENTS PROJECT (CIP PROJECT
NO. SI 24101)”.
END OF MEASUREMENT & PAYMENT SUMMARY
MOBILIZATION AND DEMOBILIZATION
Rev 02/16/2024 TP-14 Project # SI24101 & SI24103
SECTION ONE MOBILIZATION AND DEMOBILIZATION
PART 1 GENERAL
1.1 REFERENCE BID ITEMS
A-1, B-1, A-3, and B-3
1.2 DESCRIPTION OF WORK
A. GENERAL
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 including Mobilization,
Demobilization, and Water Pollution Control.
B. 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 for providing sanitation facilities
and securing an adequate storage site for equipment and
materials 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.
C. 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.
D. PRINCIPAL MOBILIZATION WORK 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.
3. Developing and installing construction water supply.
MOBILIZATION AND DEMOBILIZATION
Rev 02/16/2024 TP-15 Project # SI24101 & SI24103
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 SSPWC Subsection 3-12,
“Work Site Maintenance”.
9. Obtaining and paying for all required bonds, insurance,
and financing, and obtaining all business licenses 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 SSPWC Subsection 6-1, “Construction Schedule
and Commencement of Work”.
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.
15. In addition to the requirements specified above, all
submittals shall conform to the applicable requirements
of SSPWC Subsection 3-8.3 “Shop Drawings”.
MOBILIZATION AND DEMOBILIZATION
Rev 02/16/2024 TP-16 Project # SI24101 & SI24103
16. Delivery to the Worksite of construction tools,
equipment, materials, and supplies shall be accomplished
in conformance with local governing regulations.
1.3 SUBMITTALS
Prior to final closeout, the Contractor shall submit the
following:
1. 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.
2. Required written guarantees.
3. Complete list of subcontractors and principal vendors
engaged in the execution of the Work, including addresses
and telephone numbers.
4. 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.
PART 2 PRODUCTS
2.1 MATERIALS
The Contractor shall provide construction tools, equipment,
materials, and supplies of the type and quantities which will
facilitate the timely execution of the Work.
PART 3 EXECUTION
3.1 INSTALLATION AND REMOVAL
The Contractor shall provide personnel, products,
construction materials, equipment, tools, and supplies at the
Worksite at the time they are scheduled to be installed or
utilized.
The Contractor shall locate plant or plants appropriately
close to the portion of the Work for which it will be used.
Upon completion of the Work, the Contractor shall remove
construction tools, apparatus, equipment, unused materials
and supplies, plant, and personnel from the jobsite.
MOBILIZATION AND DEMOBILIZATION
Rev 02/16/2024 TP-17 Project # SI24101 & SI24103
3.2 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 them 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.
3.3 FINAL INSPECTION AND ACCEPTANCE
The Contractor shall notify the Engineer a minimum of five (5) 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, the Engineer, as soon
thereafter as possible, will 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.
3.4 WATER POLLUTION CONTROL
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 provide temporary erosion control, Best
Management Practices (BMP), erosion damage cleanup and
removal of debris from the project site in accordance with
the California Stormwater Quality Association (CASQA) 2023
Construction BMP Handbook, available for purchase online at:
https://www.casqa.org/resources/bmp-handbooks and relevant
Los Angeles County BMP Requirements.
The Contractor shall protect by all means necessary
construction-related materials from being discharged from the
site by the forces of wind or water. At a minimum, the
Contractor is 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 Engineer, to protect polluted
water from running into the storm drain systems.
The Contractor is responsible for maintaining BMP measures in
functioning condition for the duration of the project.
Damaged or non-functioning BMP measures shall be immediately
repaired at the Contractor’s cost. Once the project is
completed, the Contractor shall remove temporary BMP measures
from the project site.
MOBILIZATION AND DEMOBILIZATION
Rev 02/16/2024 TP-18 Project # SI24101 & SI24103
END OF SECTION
TRAFFIC CONTROL
Rev 02/16/2024 TP-19 Project # SI24101 & SI24103
SECTION TWO TRAFFIC CONTROL
PART 1 GENERAL
1.1 REFERENCE BID ITEMS
A-2 & B-2
1.2 DESCRIPTION OF WORK
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.
1.3 ADDITIONAL REFERENCES
CA MUTCD
2019 Work Area Traffic Control Handbook (WATCH Manual)
City of Diamond Bar Standards
CSS Section 12 “Temporary Traffic Control”
PART 2 PRODUCTS
2.1 GENERAL
Contractor shall provide and furnish all materials necessary
for temporary traffic control during construction, and as
directed by the Engineer.
The Contractor shall prepare Temporary Traffic Control &
Management Plans for all arterial roadways (Grand Avenue and
Golden Springs Drive). Traffic control & management plans
shall be approved by the Engineer.
PART 3 EXECUTION
3.1 GENERAL
A. 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
TRAFFIC CONTROL
Rev 02/16/2024 TP-20 Project # SI24101 & SI24103
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 all arterial roadways. Traffic control plans shall
be signed and stamped by a Registered Engineer or
Registered Traffic Engineer. Permanent lane closures
will be permitted by the Engineer for the construction
of the roadway improvements along arterial roadways.
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.
3.2 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 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.
C. A minimum of six (6) Changeable Message Board (CMB) signs
shall be posted and continuously operated for the
TRAFFIC CONTROL
Rev 02/16/2024 TP-21 Project # SI24101 & SI24103
duration of the work at locations indicated by the
Engineer.
3.3 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 CA MUTCD and WATCH 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.
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.
3.4 PEDSTRIAN ACCESS
A. Pedestrian facilities shall be provided through
construction areas within the right-of-way as specified
herein.
TRAFFIC CONTROL
Rev 02/16/2024 TP-22 Project # SI24101 & SI24103
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.
3.5 ACCESS TO AJACENT 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.
3.6 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.
3.7 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.
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.
TRAFFIC CONTROL
Rev 02/16/2024 TP-23 Project # SI24101 & SI24103
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 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
PUBLIC NOTIFICATION
Rev 02/16/2024 TP-24 Project # SI24101 & SI24103
SECTION THREE PUBLIC NOTIFICATION
PART 1 GENERAL
1.1 REFERENCE BID ITEMS
A-5 & B-5
1.2 DESCRIPTION OF WORK
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.
1.3 REFERENCE STANDARDS
City of Diamond Bar sample copies of various “Public Notices.”
PART 2 PRODUCTS
2.1 MATERIALS
A. Paper and Fasteners: Submit draft notice for Engineer
approval.
B. Posts: Submit for Engineer approval.
PART 3 EXECUTION
3.1 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, 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)
PUBLIC NOTIFICATION
Rev 02/16/2024 TP-25 Project # SI24101 & SI24103
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 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
PUBLIC NOTIFICATION
Rev 02/16/2024 TP-26 Project # SI24101 & SI24103
notices are 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.
G. Changeable Message Boards (CMB’s) shall be placed near
the project limits as directed by the Engineer. The CMB’s
shall be placed at least 10 business days prior to the
start of construction activities notifying motorists of
the upcoming construction.
3.2 CLEANUP
A. Upon completion of work, remove all signage.
END OF SECTION
CONSTRUCTION STAKING AND MONUMENT PRESERVATION
Rev 02/16/2024 TP-27 Project # SI24101 & SI24103
SECTION FOUR CONSTRUCTION STAKING AND MONUMENT PRESERVATION
PART 1 GENERAL
1.1 REFERENCE BID ITEMS
A-4 and B-4
1.2 DESCRIPTION OF WORK
Work specified in this Section consists of construction
staking and setting of lines and grades for the execution of
other work as well as monument preservation by a licensed
Land Surveyor in the State of California.
The Contractor shall be responsible for construction staking
per Subsection 3-10 “Surveying” of the General Provisions and
monumentation services per Section 400-2 “Permanent Survey
Markers” of the Standard Specifications
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 2 PRODUCTS
PART 3 NOT USED.
PART 4 EXECUTION
4.1 GENERAL
1. The Contractor shall protect and perpetuate all existing
monumentation.
2. The Contractor shall be required to submit all required
documentation for the pre-construction monumentation
survey prior to roadway paving and milling activities.
3. Intersection pre-construction tie records shall be filed
with Los Angeles County by a licensed Land Surveyor in
the State of California.
4. Roadway demolition work will not be authorized prior to
the submittal of the pre-construction corner records or
record of survey.
CONSTRUCTION STAKING AND MONUMENT PRESERVATION
Rev 02/16/2024 TP-28 Project # SI24101 & SI24103
5. Final payment will not be authorized prior to the
submittal of the signed post construction documentation
including filing a post-construction tie record with Los
Angeles County by a licensed Land Surveyor.
6. The Contractor shall perform all required construction
surveying and staking to establish the lines and grades
as required to perform the work.
END OF SECTION
UTILITY VALVES AND MANHOLE FRAME AND COVER ADJUSTMENTS
Rev 02/16/2024 TP-29 Project # SI24101 & SI24103
SECTION FIVE UTILITY VALVES AND MANHOLE FRAME AND COVER ADJUSTMENTS
PART 1 GENERAL
1.1 REFERENCE BID ITEMS
A-6 through A-10 and B-6 through B-11
1.2 DESCRIPTION OF WORK
A. Adjust Manhole Frame and Cover To Grade. Manhole frames
and covers shall be adjusted to grade in accordance with
SSPWC Section 403, “Manhole Adjustment and
Reconstruction” and City Standards. This item shall
include Sewer, Storm Drain, Electrical, and Telecom
Manholes in slurry, cape and overlay streets.
B. 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.
C. 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.
D. Frame Adjustments shall conform to SSPWC Section 400
“Protection and Restoration”. Sewer, storm drain,
electrical, and telecom 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
UTILITY VALVES AND MANHOLE FRAME AND COVER ADJUSTMENTS
Rev 02/16/2024 TP-30 Project # SI24101 & SI24103
to a level that will conform to the smoothness
requirement as specified in Subsection 302-5.6.2 of
the Standard Specifications prior to improving the
streets. 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 prior
to work and present the locations to the engineer.
END OF SECTION
PCC CURB RAMP, CROSS GUTTER, CURB & GUTTER, SIDEWALK
DRIVEWAY APRON, AND BUS PAD
Rev 02/16/2024 TP-31 Project # SI24101 & SI24103
SECTION SIX PCC CURB RAMP, CROSS GUTTER, CURB & GUTTER, SIDEWALK DRIVEWAY APRON, AND BUS PAD
PART 1 GENERAL
1.1 REFERENCE BID ITEMS
A-11 through A-15 and B-12 through B-16
1.2 DESCRIPTION OF WORK
This Section includes the description of work related to the
removal and replacement of ADA compliant curb ramps, PCC cross
gutters and spandrels, PCC curb and gutters, sidewalk, PCC
driveway aprons, PCC Bus Pad, and related minor concrete work.
1.3 STANDARD PLANS AND SPECFICATIONS
Concrete Curb Ramps, Cross Gutter, Curb & Gutter, Sidewalk
and Driveway aprons shall be per SSPWC Subsection 303-5
“Concrete Curbs, Walks, Gutters, Cross Gutters, Alley
Intersections, Access Ramps, and Driveways” and SPPWC
Standard Plans 110-2 and 111-5, Case and Type per Plans.
Concrete Bus Pad shall be per SPPWC Standard Plans 131-3,
Section C-C for new curb and gutter, and Section F-F for new
AC Pavement.
1.4 SUBMITTALS
1. PCC Mix Design
2. PCC Aggregate Source, Gradation & Durability
3. Detectable Warning Surface material and color
1.5 PERMITS
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
2.1 CONCRETE
Shall be Class 520-C-2500 in accordance with Subsection 201-
1.1.2 “Concrete Specific by Class and Alternate Class”. The
Contractor shall include lamp black, or other integral
colorant approved by the Engineer in the mix to match existing
sidewalk color.
PCC CURB RAMP, CROSS GUTTER, CURB & GUTTER, SIDEWALK
DRIVEWAY APRON, AND BUS PAD
Rev 02/16/2024 TP-32 Project # SI24101 & SI24103
2.2 HMA PLUGS
Shall be C2-PG 64-10 and shall conform to SSPWC Subsections
203 “Bituminous Materials”, 300 “Earthwork” and 302 “Roadway
Surfacing”.
2.3 DETECTABLE WARNING SURFACE (DWS)
Detectable warning surfaces (DWS) shall be ADA compliant and
in conformance with Std Plan No 111-5. DWS for new curb ramp
construction shall be prefabricated cast-in-place by Armor-
Tile, or approved equal made of vitrified polymer composite
(VPC) with an ultraviolet stabilized coating employing
aluminum oxide particles in the truncated domes.
The color of the DWS for arterial streets shall be Black,
Federal Color # 17038. For non-arterial streets the color
shall be Charcoal Grey, Federal Color # 36118. The Contractor
shall provide a color and material sample for approval by the
Engineer prior to purchase and installation.
The manufacturer shall also provide a written 5-year
warranty, 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.
PART 3 EXECUTION
3.1 GENERAL
Concrete curb ramps, cross gutters, curb & gutter, sidewalks,
bus pads, and driveway aprons shall be constructed to the
line, grades and designs shown on the Plans and Standard
Plans, 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.
The existing flow line shall be maintained, ensuring that
ponding does not occur. The Contractor shall provide adequate
control at each location to ensure and verify that the
existing flow line has been maintained.
The Contractor shall protect existing irrigation systems,
landscaping, and hardscaping. All damaged irrigation lines
systems, landscaping, and hardscaping shall be replaced in
kind prior to acceptance of the work.
PCC CURB RAMP, CROSS GUTTER, CURB & GUTTER, SIDEWALK
DRIVEWAY APRON, AND BUS PAD
Rev 02/16/2024 TP-33 Project # SI24101 & SI24103
All existing utility, traffic signal and other surface
mounted appurtenances shall be protected in place.
3.2 CURB RAMPS
The final limits and geometry of the required curb ramp shall
be verified and installed in the field by the Contractor in
order to ensure the grades and clearances are ADA compliant
and in conformance with the Plans and these Technical
Provisions. The Contractor is responsible for performing all
necessary construction surveying and staking to establish
ADA-compliant lines and grades. The Engineer 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.
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.
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. Curb ramp flares need not “chase the grade” and may
be limited to fifteen feet (15’) max, unless otherwise shown
on the Plans.
Curb ramp installation shall include the required removal and
replacement of adjacent curb and gutter, cross gutter
spandrel, sidewalk. It shall also include a two feet (2’)
wide minimum full depth HMA plug, or width and depth as shown
on the Plans if greater. Additionally, all curb ramp
installations shall include a minimum four feet (4’) long,
full-width removal and replacement of sidewalk on both sides
of a curb ramp to serve as a sidewalk transition panel between
the curb ramp limits and existing sidewalk.
The City will NOT allow curb cuts with horizontal machines.
Complete removal of curb and gutter is required to construct
new curb ramps.
Upon completion of each curb ramp, the flow line shall be
water tested for ponding prior to acceptance of the curb ramp.
PCC CURB RAMP, CROSS GUTTER, CURB & GUTTER, SIDEWALK
DRIVEWAY APRON, AND BUS PAD
Rev 02/16/2024 TP-34 Project # SI24101 & SI24103
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 and ADA Standards.
3.3 BUS PADS
Concrete bus pads shall in installed in accordance with
Subsection 302-6 “Portland Cement Concrete Pavement”,
Standard Plan 131-3 “Concrete Bus Pad”, and the Plans.
The concrete bus pad shall be installed with a minimum 2’
wide full-depth asphalt concrete plug to accommodate wooden
formwork. The full-depth asphalt concrete plug shall be
comprised of C2 PG 64-10 (dense medium) for up to the top six
(6) inches of asphalt concrete. If required, asphalt concrete
below the top six (6) inches shall be B-PG 64-10 (dense medium
coarse). Asphalt concrete plugs shall be compacted to 95%
relative compaction in lifts not to exceed three (3) inches.
Tack coat shall be placed between lifts of asphalt concrete.
The dimensions shall be as shown on the Plans, with a minimum
length “L” of 85’ and width “W” of 10’. The thickness “T” of
PCC shall be 8” minimum, and thickness of base material “B”
shall be 6” minimum. Section “C-C” of the Standard Plans shall
be used for new curb and gutter and Section “F-F” of the
Standard Plans shall be used for new AC Pavement.
The Contractor shall sawcut and remove all conflicting curb
and gutter, minor concrete, and asphalt concrete pavement
including base material for the construction of the PCC Bus
Pad with new curb and gutter. The Contractor shall coordinate
and mark the limits of bus pad work for the approval of the
Engineer at least two (2) days prior to demolition. Failure
to coordinate with the Engineer prior to commencing
demolition may result in the Contractor restoring incorrectly
demolished work at the Contractor’s sole expense.
The Contractor shall prepare the subgrade in accordance with
Section 301 “Subgrade Preparation, Treated Materials and
Placement of Base Materials”. Where proposed bus stops are
adjacent to existing tree wells, the Contractor shall
coordinate with the Engineer and City’s Urban Forester to
coordinate necessary tree root pruning and tree root
barriers. A minimum 6” thick layer of CMB shall be placed
below the concrete bus pad and extend below the curb and
gutter. CMB shall be compacted to 95% relative compaction and
be compacted in lifts not to exceed six (6) inches. The
PCC CURB RAMP, CROSS GUTTER, CURB & GUTTER, SIDEWALK
DRIVEWAY APRON, AND BUS PAD
Rev 02/16/2024 TP-35 Project # SI24101 & SI24103
Contractor shall install the concrete pavement above the
prepared road base including all required jointing,
finishing, curing, and protection from traffic.
The Contractor shall barricade and protect the bus pad a
minimum of seven (7) days in accordance with Subsection 302-
6.7 “Traffic and Use Provisions”. In addition, the Contractor
shall protect the pavement surface from abrasion,
discoloration, debris, and sediments. The Contractor shall
clean and repair pavement that has been otherwise damaged,
soiled, discolored, or contaminated.
If the Contractor desires early opening in accordance with
Subsection 302-6.7 the Contractor shall note this during the
submittal of their mix design for the approval of the
Engineer. The Contractor shall also prepare concrete pavement
cores for testing in accordance with California Test Method
(CTM) 539 “Method of Test for Sampling Freshly Mixed Concrete”
and test in accordance with CTM 524 “Method of Test for
Flexural Strength of Rapid Strength Concrete”. The Contractor
shall submit the test results to the Engineer for approval
prior to early-opening of traffic, and the pavement must have
a modulus of rupture of at least 350 psi.
END OF SECTION
CRACK SEAL, SLURRY SEAL, CAPE SEAL
Rev 02/16/2024 TP-36 Project # SI24101 & SI24103
SECTION SEVEN CRACK SEAL, SLURRY SEAL, CAPE SEAL
PART 1 GENERAL
1.1 REFERENCE BID ITEMS
A-16, A-17, and B-17
1.2 DESCRIPTION OF WORK
This Section includes work related to the pavement surface
preparation and paving of Slurry Seal with 2% Latex and Cape
Seal. A Cape Seal is defined as the application of a Chip
Seal, followed by the application of a Slurry Seal with 2%
Latex in accordance with these Technical Provisions.
1.3 SUBMITTALS
1. General
The Contractor shall submit all paving related items for
review and approval by the Engineer. The Contractor shall be
responsible for providing ample time for review and approval
by the Engineer, at least two (2) weeks minimum.
The Contractor shall be solely responsible for project delays
incurred due to rejected items and shall not receive project
schedule extensions.
2. Mix Design
Submit Slurry Seal with 2% Latex and Cape Seal mix designs
for approval by the Engineer prior to placing of the
bituminous mixture. The design shall be prepared by the
Contractor’s laboratory and shall conform to the requirements
of these Technical Provisions. The design shall include test
results of the aggregates and proposed batch plant weights
and shall be within the specified limits.
3. Crack Sealant
The Contractor shall submit for approval the material they
intend to use for crack sealant a minimum two (2) weeks prior
to its incorporation into the work.
CRACK SEAL, SLURRY SEAL, CAPE SEAL
Rev 02/16/2024 TP-37 Project # SI24101 & SI24103
4. Herbicide
The Contractor shall submit for approval the material they
intend to use for herbicide a minimum two (2) weeks prior to
its incorporation into the work.
5. PERMITS
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.
6. PAVING SCHEDULE
The Contractor shall submit a master paving schedule to the
City within five (5) working days after being awarded the
Contract and shall keep the schedule current on a weekly-
basis throughout the life of the project, or as requested by
the Engineer. The paving 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 Engineer.
The Contractor shall take into account the work of other
contractors who may be within the work area when preparing
and maintaining the progress schedule.
1.4 PAVING HOURS
Asphalt paving hours shall be limited to between 8:00 am and
1:00 pm during weekdays. However, exceptions may be granted
at the discretion of the Engineer.
1.5 PAVING SUPERVISER
The 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 slurry seal and chip seal
installation. 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.
PART 2 PRODUCTS
2.1 CHIP SEAL
Materials for Chip Seal used as part of a cape seal shall
conform to SSPWC Subsection 200-1.2.2 “Screenings” and 302-2
CRACK SEAL, SLURRY SEAL, CAPE SEAL
Rev 02/16/2024 TP-38 Project # SI24101 & SI24103
“Chip Seal”. The Emulsified Asphalt for Chip Seal shall be
“polymer modified, cationic rapid-set” PMCRS-2 conforming to
the CSS Section 94-1.02F “Rapid-Setting Polymer-Modified
Asphaltic Emulsions”.
The screenings used for Chip Seal shall be “Medium Fine” 5/16
x No. 8 in conformance with SSPWC 200-1.2.2.2 “Screenings for
Polymer Modified Emulsified Asphalt Chip Seal Applications”.
Screenings shall also conform to the following quality
requirements:
Test California Test Method Requirements
Los Angeles Rattler
Loss at 500 rev.
(max.)
211 40%
Percentage of Crushed
Particles 205 100%
Sand Equivalent
(min.) 217 55
Moisture Content by
weight (max.) 4.0%
2.2 SLURRY SEAL WITH 2% LATEX
Slurry Seal with 2% Latex shall be Emulsion Aggregate Slurry
(EAS) in conformance with SSPWC Subsection 302-4.3 “Emulsion-
Aggregate Slurry (EAS)” with the addition of a 2% latex
polymer.
Aggregate shall be Type II in conformance with SSPWC
Subsection 200-1.7.2 “Grading”. Aggregate shall also conform
to the following quality requirements:
Test California Test Method Requirements
Sand Equivalent
(min.) 217 55
Moisture Content by
weight (max.) 4.0%
CRACK SEAL, SLURRY SEAL, CAPE SEAL
Rev 02/16/2024 TP-39 Project # SI24101 & SI24103
Emulsified asphalt shall be “cationic quick set” CQS-1h in
conformance with SSPWC Subsection 203-3.4.3 “Cationic
Emulsified Asphalt”, and 203-1.3 “Test Reports and
Certification”.
The Polymer shall be UltraPave 65K by TRCC, or an approved
equivalent cationic SBR latex polymer in conformance with the
following specifications:
Product UP-65K
% Solids Content,(+/- 1.0) 65
pH, (+/- 0.5) 5
Viscosity, Brookfield 900
Monomer
Ratio,(Styrene/Butadiene) 24/76
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 CQS-1H, add 2.0 to 2.5 gallons of UltraPave 65K.
The Contractor’s mix including additives, asphalt modifier,
retardants, and accelerants shall be approved by the
Engineer. The mix shall ensure the slurry seal can support
vehicular traffic within sixty (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.
2.3 WATER
Water for 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. Dilution shall be 20 gallons maximum (15 gallons preferred) of water per 100 gallons of seal coat.
CRACK SEAL, SLURRY SEAL, CAPE SEAL
Rev 02/16/2024 TP-40 Project # SI24101 & SI24103
2.4 CRACK SEALANT
Crack sealant shall be Crafco Asphalt Rubber 233, or approved
equal hot applied type “D” joint sealant in conformance with
SSPWC Subsection 201-3.7.
2.5 HERBICIDE
Herbicide shall be Dow Agro Spike 80 DF, or approved equal.
All herbicides shall be certified for use in the State of
California for the specific use intended.
PART 3 EXECUTION
3.1 SURFACE PREPARATION
1. General
Prior to paving, 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 Part 3.2 “Crack
Sealing”.
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.
2. Utility Protection
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 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.
CRACK SEAL, SLURRY SEAL, CAPE SEAL
Rev 02/16/2024 TP-41 Project # SI24101 & SI24103
3. Surface Cleaning
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. Flushing with
water may be required in some areas, if determined by the
Engineer.
4. Striping and Markings Removal
Prior to paving, the Contractor shall remove all existing
thermoplastic striping, thermoplastic legends and raised
pavement markers within the paving limits. When removing the
raised pavement markers the Contractor shall remove excessive
adhesive left on pavement caused by the removal of raised
pavement markers. Removal shall be done to the satisfaction
of the Engineer.
Any damage (potholes) caused by removing raised pavement
markers shall be filled with bituminous materials as approved
by the Engineer.
5. Temporary Striping and Markings
If required by the Engineer, the Contractor shall install
temporary raised pavement markers and ensure their presence
until the paving is cured and the roadway surface is ready
for permanent raised pavement markers. If the pavement is to
receive two coats of paving, the Contractor shall install
temporary raised pavement markers with two removable plastic
coatings/wraps.
3.2 CRACK SEALING
1. Traffic Control
Residential streets shall be posted with "Road Work" signs
and "Fresh Oil" signs.
2. Cleaning
Cracks shall be cleaned of all dirt, sand, debris, and
moisture using compressed air from an oil-free compressor
rated for 100 psi or greater to ensure cleanliness of
asphalt walls to a proper depth (1:1 ratio).
CRACK SEAL, SLURRY SEAL, CAPE SEAL
Rev 02/16/2024 TP-42 Project # SI24101 & SI24103
3. Vegetation
All vegetation shall be removed by mechanical means using
a 1/4” wide rotating blade to ensure proper vegetation
removal in narrow cracks.
Prior to, or after removal, herbicide shall be applied to
cracks. The herbicide should be applied at least ten (10)
days prior using a paddle agitator spray rig.
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.
The Contractor shall provide all necessary protection to
prevent injury to animals or adjacent plant life and
property occasioned by the application of the herbicide.
The Contractor will be held responsible for all personal
injury or property damage caused by the application or
storage of herbicide.
4. Water/Moisture
Moisture shall be carefully 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.
5. Application
Crack sealing shall comply with SSPWC 303-1.8.7
“Application of Joint Sealants”. Cracks in excess of 1-
inch in width shall be filled with asphalt concrete or
approved asphalt mastic. 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 recommendations shall be furnished to the
Engineer prior to construction.
CRACK SEAL, SLURRY SEAL, CAPE SEAL
Rev 02/16/2024 TP-43 Project # SI24101 & SI24103
All filled cracks shall be made flush with the surrounding
pavement surface. All freshly applied sealant shall
immediately be covered with sand or rock dust to prevent
tracking by vehicle tires when opened to traffic.
The Contractor is cautioned to make their own estimate of
the linear footage of cracks to be filled.
All debris generated by the pavement crack cleaning and
sealing shall be removed from the area before the end of
the day on which the cleaning or sealing occurs.
6. 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 flush with
the surface. 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.
3.3 CHIP SEALING
1. Spreading
Chip sealing shall be conducted by the initial application of
emulsified asphalt followed by an application of aggregate or
rock chip screenings.
The Contractor shall apply emulsified asphalt per SSPWC 302-
2.6 “Application and Spreading” 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 device and a thermometer for measuring the
emulsion temperature in the tank.
Emulsified asphalt shall be applied at a rate of 0.25 to 0.35 gallons per square yard. The emulsified asphalt shall be
applied at a temperature between 110 - 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 and avoid “bleed through” during
rolling.
CRACK SEAL, SLURRY SEAL, CAPE SEAL
Rev 02/16/2024 TP-44 Project # SI24101 & SI24103
The self-propelled aggregate spreader shall have a front
discharge that evenly distributes aggregate from 18 to 25 lbs. per square yard, and the spreader shall be equipped with
computerized rate controller operated from the cab.
All chip spreading shall be kept approximately 6 inches off
of all existing PCC improvements (gutters & cross Gutters) in
order to provide a transition to the existing improvements.
Slurry sealing within the 6-inch swath shall still be
required.
The contractor shall wait a minimum of one (1) day after the
chip seal application before applying other surface
treatments, as specified.
2. Rolling:
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 coverages. The rolling shall be patterned
so that coverages 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.
3. Cleanup and Dust Control
The chip seal shall be maintained and kept free of loose cover
material for a minimum of three (3) days and a maximum of ten
(10) 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
CRACK SEAL, SLURRY SEAL, CAPE SEAL
Rev 02/16/2024 TP-45 Project # SI24101 & SI24103
shall be done and all loose material shall be removed prior
to acceptance.
Throughout the period of construction, the Contractor shall
keep the site free and clean from all rubbish and debris and
any unnecessary obstructions. During all phases of the
construction work, the Contractor shall take precautions to
abate dust nuisance by cleaning up, sweeping, or sprinkling
with water.
The Contractor shall have two mechanically powered pick-
brooms, equipped with vacuum type suction for sweeping up
excess aggregate, for daily sweeping after application of
chip seal. During the sweeping process, the Contractor shall
use a backup blower to clear driveways, gutter, and sidewalks
of excess aggregate.
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.
When so directed by the Engineer, the Contractor shall furnish
and operate a self-loading motor sweeper for cleaning the
site. Failure on the part of the Contractor to comply with
the orders of the Engineer regarding cleanup may result in a
written directive from the Engineer 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.
4. Quality Control
The pavement surface when completed shall be smooth, dense,
well bonded and of uniform texture and appearance.
The Contractor shall remove and replace 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.
CRACK SEAL, SLURRY SEAL, CAPE SEAL
Rev 02/16/2024 TP-46 Project # SI24101 & SI24103
3.4 SLURRY SEALING
1. Mixing:
Conforming to Standard Specifications, Subsection 302-4.2
“Mix Design(s)”, mixing shall be performed by continuous-flow
mixer. All Aggregate particles shall be uniformly saturated
and coated with asphalt. Mixing shall be sufficient to
eliminate all balling or clumping of aggregate.
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 Engineer to measure the quantity of emulsified
asphalt used in each load of slurry.
Transit mix trucks shall not be used.
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 City at least forty-eight
(48) hours prior to commencing work.
2. Application:
Conforming to SSPWC 302-4.5 “Continuous-Flow Mixers”, the
work shall consist of mixing asphalt emulsion, aggregate,
additive and water, and spreading the mixture on the pavement
where shown on the Plans. The Contractor shall apply Slurry
seal two (2) weeks after crack sealant application.
Contractor shall schedule their work to allow enough time
between crack sealing and slurry seal application.
The Contractor shall inform themself of the City trash pickup
days schedule for the project area. There shall be at least
a four (4) calendar day period prior to trash pickup day for
each street receiving slurry seal.
Type II slurry shall be applied at the rate of 12 to 15 pounds per square yard for slurry-seal-only streets and at the rate
of 16 to 20 lbs. per square yard for streets with a 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
CRACK SEAL, SLURRY SEAL, CAPE SEAL
Rev 02/16/2024 TP-47 Project # SI24101 & SI24103
inch and shall not vary more than 1/16 inch or as directed by
the Engineer. Quantities and application shall be approved by
the Engineer.
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.
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.
Hand squeegees and other hand equipment shall be provided to
remove spillage and spread slurry in areas inaccessible to
the spread box.
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.
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. The 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 1/4 inch for Type
II. If the minimum thickness 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.
3. Spreading:
Conforming to Standard Specifications, Subsection 302-4.5.2
“Hydraulic Continuous-Flow Mixers”.
Slurry should be placed only when the temperature is at least
10 °C (50 °F) and rising. Slurry seal operations shall not be
scheduled when there is a chance of rain within twenty-four
CRACK SEAL, SLURRY SEAL, CAPE SEAL
Rev 02/16/2024 TP-48 Project # SI24101 & SI24103
(24) hours of planned paving as determined by
weather forecasts on the National Weather Service website
(www.weather.gov) for the zip code of the paving site. The
Contractor is responsible for scheduling slurry seal
operations when there is sufficient sunlight and proper
humidity and surface temperatures to ensure complete curing
prior to opening.
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 Engineer
determines the mixture has achieved sufficient set to be
opened to traffic.
The Contractor shall thoroughly sweep or clean the surface,
to the satisfaction of the Engineer. The streets shall be
swept of all loose aggregates for a 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.
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 Engineer.
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.
Slurry shall be applied in such a manner that no ridges shall
remain. Slurry seals shall not be permitted on PCC gutter
pans. Excess slurry seal on PCC gutter pans shall be removed
by the Contractor.
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
CRACK SEAL, SLURRY SEAL, CAPE SEAL
Rev 02/16/2024 TP-49 Project # SI24101 & SI24103
protect said covers with heavy plastic or other suitable
material.
At the direction of the 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 City.
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 Engineer.
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.
4. Curing:
Completed slurry seal shall be protected from traffic while
curing to prevent damage to the slurry seal and tracking of
asphalt materials to non-paved areas.
The Contractor shall be responsible for adequate barricading
of the work area and controlling of traffic in the vicinity
of the project.
When it is necessary to provide vehicular or pedestrian
crossings over the fresh slurry, the 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.
5. Test Reports and Certification:
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 City.
SECTION EIGHT
Rev 02/16/2024 TP-50 Project # SI24101 & SI24103
Until the certified test reports and samples of the material
have been checked by the 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 Engineer that the
material involved fulfills the prescribed requirements.
END OF SECTION
ASPHALT CONCRETE PAVING, AGGREGATE BASE
Rev 02/16/2024 TP-51 Project # SI24101 & SI24103
SECTION EIGHT ASPHALT CONCRETE PAVING, AGGREGATE BASE
PART 1 GENERAL
1.1 REFERENCE BID ITEMS
A-18 through A-22 and B-18 through B-22
1.2 DESCRIPTION OF WORK
This Section includes work related to cold milling existing
asphalt concrete and overlaying asphalt rubber hot mix (ARHM)
as well as the repairing localized damage to existing asphalt
concrete by base repairs with hot mix asphalt (HMA) and
aggregate base.
1.3 SUBMITTALS
1. General
The Contractor shall submit all paving related items (crack
seal, tack coat, HMA, ARHM) for review and approval by the
Engineer. The Contractor shall be responsible for providing
ample time for review and approval by the Engineer, at least
two (2) weeks minimum.
The Contractor shall be solely responsible for project delays
incurred due to rejected items and shall not receive project
schedule extensions.
Submit paving mix designs prior to paving. The design shall
be prepared by the Contractor’s laboratory and shall conform
to the requirements of these Technical Provisions. The design
shall include test results of the aggregates and proposed
batch plant weights and shall be within the specified limit.
2. Herbicide
The Contractor shall submit for approval the material they
intend to use for herbicide a minimum of two (2) weeks prior
to its incorporation into the work.
3. PERMITS
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.
ASPHALT CONCRETE PAVING, AGGREGATE BASE
Rev 02/16/2024 TP-52 Project # SI24101 & SI24103
4. PAVING SCHEDULE
The Contractor shall submit a master paving schedule to the
City within five (5) working days after being awarded the
Contract and shall keep the schedule current on a weekly-
basis throughout the life of the project, or as requested by
the Engineer. The paving 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 of the City. The Contractor shall
take into account the work of other contractors who may be
within the work area in preparing and maintaining his progress
schedule.
1.4 CITY COORDINATION
For arterial roadways, the Contractor is responsible for
notifying and coordinating with the Engineer and City
Maintenance Staff for the temporary cessation of landscaped
median and landscaped parkway irrigation during the
Contractor’s scheduled cold milling and paving operations.
The Contractor shall notify the Engineer and City Maintenance
staff at least one (1) week prior to scheduled milling and
paving operations.
The Contractor shall also notify the Engineer and City
maintenance staff within forty-eight (48) hours of completion
of milling and paving operations to restart normally
scheduled landscape irrigation.
PART 2 PRODUCTS
2.1 TACK COAT
Tack coat shall be a track-resistant tack coat product and
shall be eTac by Ergon Asphalt & Emulsions, or equivalent
approved by the Engineer.
2.2 PRIME COAT
Prime coat will not be required on this project.
2.3 HOT MIX ASPHALT (HMA)
Hot mix asphalt shall be in conformance with SSPWC Subsection
203-6 “Asphalt Concrete”.
HMA used for HMA plugs and surface courses shall be C2-PG 64-
10 (dense medium).
ASPHALT CONCRETE PAVING, AGGREGATE BASE
Rev 02/16/2024 TP-53 Project # SI24101 & SI24103
HMA for base repairs and base courses shall be B-PG 64-10
(dense medium coarse).
2.4 ASPHALT RUBBER HOT MIX (ARHM)
Asphalt rubber hot mix (ARHM) shall be ARHM-GG-C in
conformance with SSPWC Subsection 203-11 “Asphalt Rubber Hot
Mix (ARHM)”.
PART 3 EXECUTION
3.1 COLD MILL EXISTING AC
The Contractor shall perform full width cold milling to
prepare existing asphalt concrete pavement overlays. Cold
Milling shall be per the depths indicated on the Plans and
performed in conformance with SSPWC Subsection 404-3 “Cold
Milling to Specified Elevations”. HMA and ARHM paving
operations shall be conducted no more than one (1) week after
the milling operation.
Existing speed cushions shall be completely milled and
reconstructed in HMA and paid for as HMA or ARHM by ton.
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 shall 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 existing thermoplastic markings, legends and raised
pavement markers shall be removed prior to any AC paving
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 asphalt concrete 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
ASPHALT CONCRETE PAVING, AGGREGATE BASE
Rev 02/16/2024 TP-54 Project # SI24101 & SI24103
wheelchair ramps and shall be removed prior to placement of
surface course pavement.
Pavement fabric may be encountered during cold milling.
Fabric must be completely removed leaving a fully milled
surface for tack coat and overlay. No fabric fragments or
partially bonded fabric pieces may remain. Alterations to the
specified milling depths may need to be made following
approval by the Engineer.
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.
3.2 TACK COAT
Tack coat shall be placed on existing pavement to be overlaid,
between overlay lifts, and against all PCC surfaces to be in
contact with overlays. The surface to be covered shall be
thoroughly cleaned of all dirt and loose materials prior to
application of the asphalt binder. Tack coat (Part 2.1) shall
be applied per SSPWC Subsection 302-5.4 “Tack Coat” and shall
be applied at the approximate rate of 0.05 to 0.10 gallons per square yard.
3.3 SURFACE PREPARATION FOR PAVING
Prior to paving, all existing slurry or excess pavement
buildup on the lip of gutter shall be removed as part of the
paving bid item.
Prior to paving, all cracks greater than or equal to ¼ inch
in width shall be sprayed with herbicide 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.
3.4 SUBGRADE PREPARATION FOR PAVING
SSPWC Subsection 301-1.3 “Relative Compaction” is replaced
with the following: Prior to constructing asphalt concrete
base courses, the contractor shall recompact 12” of the
existing subgrade to a relative compaction of 90%.
ASPHALT CONCRETE PAVING, AGGREGATE BASE
Rev 02/16/2024 TP-55 Project # SI24101 & SI24103
3.5 GENERAL PAVING
Distribution and spreading of asphalt concrete shall be in
accordance with SSPWC Subsection 302-5.5, “Distribution and
Spreading” and 302-9.3 “Distribution and Spreading” for HMA
and ARHM, respectively.
HMA or ARHM shall be placed with spreading equipment equipped
with fully automated screed and grade sensing controls, which
shall control the longitudinal grade of the screed. The top
layer of each lane, once commenced, shall be placed without
interruption.
Unless approved by the Engineer, the Contractor will not be
allowed to deposit the HMA or ARHM 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 HMA or ARHM material from
delivery trucks directly into the paving machine hopper.
Joints for asphalt concrete shall be in accordance with SSPWC
Subsection 302-5.7, “Joints” 302-9.5 “Joints” for HMA and
ARHM, respectively. Joint lines between successive runs shall
be on lane lines.
The Contractor shall compact 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 SSPWC Subsection 302-5.6.2
“Density and Smoothness”.
The Contractor shall join all gutter lips such that the
finished AC surface is three-eighths (3/8”) inches above the
gutter lip after paving.
No lift of HMA paving shall exceed 3.0”.
3.6 ARHM PAVING
The Contractor shall perform ARHM paving in conformance with
SSPWC Subsection 302-9 “Asphalt Rubber Hot Mix (ARHM)” for
the areas shown on the Plans to the depths indicated.
No lift of ARHM shall exceed 2.5”.
3.7 BASE REPAIRS
Base repairs include the repair of localized asphalt concrete
failure by cold milling, sawcutting, and excavating the
ASPHALT CONCRETE PAVING, AGGREGATE BASE
Rev 02/16/2024 TP-56 Project # SI24101 & SI24103
existing asphalt concrete pavement, base, and subgrade, to
the required depth and a width as shown in the plans, tree
root pruning as required, and installing hot mix asphalt
(HMA).
Construction methods shall be in accordance with SSPWC
Subsections 300-2 “Unclassified Excavation” and 302-5
“Asphalt Concrete Pavement”.
For all base repairs, the Contractor shall complete paving
the same day as cold milling or excavation. No open trenches
will be allowed at the close of the working day.
Base repairs for residential roads shall be a minimum six (6) inch depth and base repairs for arterial roads shall be a
minimum eight (8) inch depth. It is anticipated that base
repairs may encounter base or subgrade. Excavated subgrade
shall be moisture conditioned and recompacted to 90% relative
compaction, minimum. Excavated aggregate base shall be
moisture conditioned and recompacted to 95% relative
compaction, minimum.
If unsuitable subgrade is encountered during compaction of
subgrade, the Contractor shall over-excavate an additional six (6) inches of subgrade and backfill with crushed
miscellaneous base (CMB) and compact to 90% relative
compaction, minimum.
All full depth base repairs shall be sawcut prior to
excavation.
Root Pruning:
Following the removal of full depth base repairs areas noted
to require root pruning, once the tree roots are exposed, on
all locations with roots exceeding 2” in diameter, the City-
provided certified arborist (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.
SECTION NINE
Rev 02/16/2024 TP-57 Project # SI24101 & SI24103
Root pruning and/or planting shall only be conducted in the
presence of the Arborist. The Contractor shall notify the
Engineer 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 Arborist determines that destructive impact is likely,
the Contractor is required to modify their operations to
reduce the likelihood of damage to the fullest extent
feasible. The Contractor shall be responsible for scheduling
their operations in a manner that will permit the Arborist to
view areas after removals and prior to construction, as
necessary.
The Arborist will provide written and signed approval of each
root pruning location to the Contractor and Engineer.
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.
END OF SECTION
TRAFFIC STRIPING, MARKINGS, MARKERS, SIGNAGE,
AND TRAFFIC SIGNALS
Rev 02/16/2024 TP-58 Project # SI24101 & SI24103
SECTION NINE TRAFFIC STRIPING, MARKINGS, MARKERS, SIGNAGE, AND TRAFFIC SIGNALS
PART 1 GENERAL
1.1 REFERENCE BID ITEMS
A-23 through A-26 and B-23 through B-28
1.2 DESCRIPTION OF WORK
Work specified in this Section consists of providing painted
or thermoplastic pavement markings and striping, pavement
markers, pavement delineators, curb paint and markings,
inductive detector loops, video detection, pedestrian push
button relocation, and signage for the roadway as shown on
the Plans and as specified in these Technical Provisions.
Pavement painted markings and striping shall be replaced with
thermoplastic except for crosswalks where skid-resistant
preformed thermoplastic crosswalks are to be installed.
Arterial lanelines shall be replaced with paint and Botts’
Dots.
1.3 ADDITIONAL REFERENCES
CA MUTCD
CSS – Section 81-3 “Pavement Markers”
CSP – Standard Plans A20A through A24H and ES-5A through ES-
5D
1.4 SUBMITTALS
A. Striping Inventory for Residential and Collector Streets
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 for streets without provided
striping plans. The striping inventory shall be marked
on the provided Plans and shall note the location,
legend/striping detail type, material type
(paint/thermoplastic), and lane widths.
B. A minimum of two (2) weeks prior to delivery of paint,
thermoplastic, stencils, raised plastic markers,
delineators, signage and all other traffic control
TRAFFIC STRIPING, MARKINGS, MARKERS, SIGNAGE,
AND TRAFFIC SIGNALS
Rev 02/16/2024 TP-59 Project # SI24101 & SI24103
materials, the Contractor shall submit to the Engineer
for approval certified copies of manufacturer’s test
reports conforming to SSPWC Subsection 214-2 “Test
Reports and Certificates of Compliance”.
PART 2 PRODUCTS
2.1 STRIPING AND MARKINGS
A. Pavement striping and markings, excluding lanelines for
arterial streets, shall be thermoplastic material in
conformance with SSPWC Subsection 214-5 “Thermoplastic
Material For Traffic Striping And Markings”.
B. Lanelines for arterial streets shall be comprised of
paint in conformance with SSPWC Subsection 214-4 “Paint
for Striping and Markings” and non-reflective raised
pavement markers (Botts’ Dots) in conformance with Part
2.2 “Pavement Markers”.
C. Skid-Resistant Preformed Thermoplastic Crosswalks shall
be Optatrac Preformed Thermoplastic Crosswalks
manufactured by Geveko Markings, Gainesville, GA or
approved equal.
D. Glass beads for thermoplastic paint shall conform with
SSPWC Subsection 214-3 “Glass Beads”.
E. All stencils and templates shall be in conformance with
the CA MUTCD and CSP or City of Diamond Bar Standards.
2.2 PAVEMENT MARKERS
A. Retroreflective pavement markers shall be of the
prismatic reflector type as specified in CSS Section 81-
3.02C “Retroreflective Pavement Markers”.
B. Nonreflective, ceramic, pavement markers (“Botts’ Dots”)
shall conform to 2015 Caltrans Standard Specifications
Section 81-3.02B(3) “Ceramic Nonreflective Pavement
Markers”. Bott’s Dots shall be 4” in diameter in white
or yellow color to match the related paint stripe.
C. Adhesive shall be hot melt flexible bituminous adhesive
conforming to CSS Section 81-3.02D “Hot Melt Bituminous
Adhesive”.
D. Pavement makers shall be WCT products Pathfinder TD10500
Model, Marina del Rey,CA or approve equal
TRAFFIC STRIPING, MARKINGS, MARKERS, SIGNAGE,
AND TRAFFIC SIGNALS
Rev 02/16/2024 TP-60 Project # SI24101 & SI24103
2.3 INDUCTIVE LOOP DETECTORS
A. Inductive traffic loop detectors shall be Type E and F
per CSP ES-5B “Electrical Systems (Detectors)”, unless
otherwise shown on the Plans. Type F loop detectors shall
be used adjacent to crosswalks.
B. Modified loop detectors shall be used in bicycle lanes
when required for presence detection at signalized
intersections, as directed by the Engineer.
2.4 TRAFFIC SIGNS
A. Signposts shall be galvanized, square, breakaway sign
posts per City Standards.
B. All signpost hardware shall be galvanized materials per
City Standards.
C. Sheeting for traffic sign panels shall be 3M Brand
Diamond Grade retroreflective panel conforming to ASTM
D4956 Type XI, or approved equal.
D. Sign panels shall be protected by transparent, UV-
protective, graffiti-resistant 3M Brand Overlay Film
model 1160, or approved equal.
2.5 CHANNELIZERS
A. Channelizers shall be “City Post: With Embedded Anchor
Cup” by Pexco, or approved equal. For product
information the Contractor may view the product online
at www.CADdetails.com/info and enter reference number
644-062.
B. Round channelizer dimensions shall be 36” in height and
3.25” in diameter.
C. Post shall be white in color or as shown on the Plans.
D. Solid sheeting shall be applied at the top 12” of the
channelizer. Sheeting shall be 3M Brand Flexible High
Intensity Prismatic (HIP), or approved equal. The Color
of the sheeting shall be as shown on the Plans.
E. Anchor Cup shall be 4” length aluminum embedded anchor
cup with 2” outer diameter model #800BASE213, or
approved equal.
TRAFFIC STRIPING, MARKINGS, MARKERS, SIGNAGE,
AND TRAFFIC SIGNALS
Rev 02/16/2024 TP-61 Project # SI24101 & SI24103
2.6 STRIPING AND MARKING EQUIPMENT
A. Equipment shall conform to SSPWC Subsection 314-4.3.4
“Application Equipment”.
PART 3 EXECUTION
3.1 WEATHER CONDITIONS
A. Painting shall be performed when weather conditions
comply with SSPWC Subsection 310-1.1 “Weather
Conditions”.
3.2 SURFACE PREPARATION FOR STRIPING AND MARKING
A. General
Surace preparation shall comply with SSPWC Subsection
314-4.3.2 “Surface Preparation”. All existing
conflicting traffic striping and markings shall be
removed as necessary via wet sandblasting or grinding.
All thermoplastic pavement striping and markings shall
be removed as part of this bid item prior to applying a
slurry seal, chip seal, or asphalt overlay.
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
Engineer.
New pavement and seal coats shall be allowed to cure at
least 72 hours before any paint is applied.
Surfaces of new Portland cement concrete pavement shall
be thoroughly cleaned to remove all laitance and curing
compound.
Blacking out of old striping and markings by painting
will not be allowed.
B. Corrections
Blacking out of inaccurate striping, spills, tracking,
and smudging will not be allowed and shall be repaired
by application of slurry from gutter to gutter and at
least 25’ beyond the damage in each direction along the
roadway, or other repair method approved by the
Engineer.
TRAFFIC STRIPING, MARKINGS, MARKERS, SIGNAGE,
AND TRAFFIC SIGNALS
Rev 02/16/2024 TP-62 Project # SI24101 & SI24103
C. 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 removed prior to applying the new coat.
D. At the option of the Engineer, paint markings without
buildup may remain in place and receive a single
additional coat of paint & RPMs per the applicable
details.
E. Preformed Thermoplastic Crosswalks shall be prepared per
manufacturer’s specifications.
3.3 STRIPING AND MARKING LAYOUT
A. General
If specific striping plans are not included, all
existing striping shall be documented and replaced by
the Contractor in like-kind. Layouts shall comply with
SSPWC Subsection 314-4.2 “Control of Alignment and
Layout”.
Existing limit lines and crosswalks at intersections
with curb ramp improvements shall be modified in
accordance with CA MUTCD for proper layout relative to
the newly installed curb ramps. The Contractor shall
submit the proposed limit line and crosswalk striping
modifications by providing control markings and cat-
tracking for approval by the Engineer prior to final
striping.
Documentation of the existing striping shall include the
submitted striping inventory, 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.
Stencils shall be used when applying thermoplastic
material for pavement markings and for short radius
curves in striping.
3.4 STRIPING AND MARKING APPLICATION
A. General
Paint application for arterial striping Details 12, 22,
29, 32, 37B, and 38 shall comply with SSPWC Subsection
TRAFFIC STRIPING, MARKINGS, MARKERS, SIGNAGE,
AND TRAFFIC SIGNALS
Rev 02/16/2024 TP-63 Project # SI24101 & SI24103
314-4.3.5 “Application” with non-reflective pavement
markers (Botts’ Dots) on the end of solid portion of the
painted traffic stripe, or at a spacing of every 4’ if
the solid portion of the stripe is longer than 4’.
Standard lane widths for all residential striping and
arterial striping Details 12, 22, 28, and 29 shall be 4”
wide.
Thermoplastic application for other arterial striping,
all non-arterial striping, and all markings shall
comply with SSPWC Subsection 314-4.3.4 “Application”.
Botts’ Dots shall not be used where thermoplastic
striping is used.
Utility covers including manhole covers shall not be
striped, unless approved by the Engineer.
B. 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.
C. 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.
D. 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.
3.5 SURFACE PREPARATION FOR PAVEMENT MARKERS
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
TRAFFIC STRIPING, MARKINGS, MARKERS, SIGNAGE,
AND TRAFFIC SIGNALS
Rev 02/16/2024 TP-64 Project # SI24101 & SI24103
shall be done by blast cleaning on all surfaces
regardless of age or type.
3.6 PAVEMENT MARKER APPLICATION
A. After all pavement striping and marking work has been
completed, the Contractor shall place reflective markers
as shown on the Striping Plans and replace in like-kind
where striping plans are not provided.
B. Pavement marker application shall be in conformance with
CSS Section 81-3 “Pavement Markers”.
C. 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.
4. On new asphalt concrete or slurry surfacing until the
surfacing has been opened to public traffic for a
period of not less than two (2) weeks, unless directed
by the Engineer for earlier application.
D. 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 in accordance with the CA MUTCD.
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.
3.7 INDUCTIVE DETECTOR LOOPS INSTALLATION
A. Installation of inductive detector loops shall only be
performed by qualified contractors experienced with
traffic signal installation and operation.
B. Detector loops shall be installed per CSP ES-5B
“Electrical Systems (Detectors)” or modified as needed
for bike lane detection and as directed by the Engineer.
TRAFFIC STRIPING, MARKINGS, MARKERS, SIGNAGE,
AND TRAFFIC SIGNALS
Rev 02/16/2024 TP-65 Project # SI24101 & SI24103
C. Installation of detector loops shall include all
necessary work to connect to the existing traffic signal
system including curb and shoulder termination per CSP
ES-5D “Electrical Systems (Curb and Shoulder
Termination, Trench, and Handhole Details)”.
D. The Contractor shall be responsible for coordinating the
removal of detector loops prior to pavement milling
operations with the City’s Traffic Department.
E. Detector loops shall be installed and fully functional
within five (5) calendar days of installing final
pavement course.
F. The Contractor shall test installed detector loops for
proper detection and functionality and seek approval by
the City’s Traffic Department prior to opening to
traffic. The Contractor shall make all necessary
modifications to signal timing and detection as directed
by the City’s Traffic Department for proper operation.
G. The Contractor shall notify the City’s Traffic
Department a minimum of two (2) working days prior to
required inspections.
3.8 CHANNELIZER INSTALLATION
A. The channelizer layout shall match existing layout or as
shown on the Plans.
B. The Contractor shall install the channelizer in the
finished pavement surface after installation of the
final striping and markings.
C. The Contractor shall follow the manufacturer’s
recommendations for proper installation.
3.9 TRAFFIC SIGN INSTALLATION
A. Permanent traffic signs and posts shall be installed at
locations identified on the Striping Plans in accordance
with the CA MUTCD. Minimum sign mounting height shall be
7’ from the bottom of the sign panel to top of the
finished surface and in accordance with CA MUTCD and ADA
Standards.
B. The installation of traffic signs and posts shall be in
accordance with manufacturer's recommendations and City
Standards.
TRAFFIC STRIPING, MARKINGS, MARKERS, SIGNAGE,
AND TRAFFIC SIGNALS
Rev 02/16/2024 TP-66 Project # SI24101 & SI24103
3.10 VIDEO DETECTION ZONE ADJUSTMENT COORDINATION
A. The City shall be responsible for adjustment and
modification to video detection zones at signalized
intersections as shown on the arterial striping plans.
B. The Contractor shall be responsible for a minimum two (2) working days prior notification to the City’s
Traffic Department whenever the Contractor’s work is
anticipated to impact the video detection zones
including before pavement milling, during installation
of temporary traffic control devices, and after final
pavement surfacing is installed.
3.11 RELOCATION OF PEDESTRIAN PUSH BUTTONS ON THE SAME POST AT
SIGNALIZED INTERSECTIONS
A. The Contractor shall be responsible for relocation of
pedestrian push buttons on the same traffic signal pole
to align with the installed curb ramp when shown for
relocation on the arterial street improvement plans.
B. Furnishing and installing a new pedestrian push button
post is not included in the work.
C. The Contractor shall be responsible for furnishing and
installing all required materials to complete the push
button relocation in accordance with City Standards, the
Caltrans Standard Plans, Caltrans Standard
Specifications, and ADA Standards including cover plates
and hardware to cover the old push button location.
END OF SECTION
293492.1
PART V APPENDICES
293492.1
APPENDIX A
STREET SWEEPING SCHEDULE
20242024Diamond BarDiamond Bar
City of Diamond Bar City of Diamond Bar II www.DiamondBarCA.gov www.DiamondBarCA.gov II (909) 839-7060 (909) 839-7060 II publicworks@diamondbarca.gov publicworks@diamondbarca.gov
H = Holiday H = Holiday Sweeping Day
Street Sweeping ScheduleStreet Sweeping Schedule
Regular street Regular street
sweeping keeps sweeping keeps
city streets clean, city streets clean,
safe, and attractive, and safe, and attractive, and
reduces the amount of reduces the amount of
pollutants that enter the storm pollutants that enter the storm
drain system and make their drain system and make their
way into local streams and way into local streams and
rivers. Please do your part rivers. Please do your part
by moving your vehicle on by moving your vehicle on
the street sweeping day and the street sweeping day and
time posted on the sign on time posted on the sign on
your block. your block.
MARCH
S M T W T F S
1 2
3 4 5 6 7 8 9
10 11 12 13 14 15 16
17 18 19 20 21 22 23
24 25 26 27 28 29 30
31
MAY
S M T W T F S
1 2 3 4
5 6 7 8 9 10 11
12 13 14 15 16 17 18
19 20 21 22 23 24 25
26 27 28 29 30 31
AUGUST
S M T W T F S
1 2 3
4 5 6 7 8 9 10
11 12 13 14 15 16 17
18 19 20 21 22 23 24
25 26 27 28 29 30 31
JUNE
S M T W T F S
1
2 3 4 5 6 7 8
9 10 11 12 13 14 15
16 17 18 19 20 21 22
23 24 25 26 27 28 29
30
SEPTEMBER
S M T W T F S
1 2 3 4 5 6 7
8 9 10 11 12 13 14
15 16 17 18 19 20 21
22 23 24 25 26 27 28
29 30
OCTOBER
S M T W T F S
1 2 3 4 5
6 7 8 9 10 11 12
13 14 15 16 17 18 19
20 21 22 23 24 25 26
27 28 29 30 31
DECEMBER
S M T W T F S
1 2 3 4 5 6 7
8 9 10 11 12 13 14
15 16 17 18 19 20 21
22 23 24 H 26 27 28
29 30 31
NOVEMBER
S M T W T F S
1 2
3 4 5 6 7 8 9
10 11 12 13 14 15 16
17 18 19 20 21 22 23
24 25 26 27 28 29 30
FEBRUARY
S M T W T F S
1 2 3
4 5 6 7 8 9 10
11 12 13 14 15 16 17
18 19 20 21 22 23 24
25 26 27 28 29
APRIL
S M T W T F S
1 2 3 4 5 6
7 8 9 10 11 12 13
14 15 16 17 18 19 20
21 22 23 24 25 26 27
28 29 30
JULY
S M T W T F S
1 2 3 H 5 6
7 8 9 10 11 12 13
14 15 16 17 18 19 20
21 22 23 24 25 26 27
28 29 30 31
If sweeping day falls on a holiday, sweeping will take place one day later for the rest of the week.If sweeping day falls on a holiday, sweeping will take place one day later for the rest of the week.
JANUARY
S M T W T F S
H 2 3 4 5 6
7 8 9 10 11 12 13
14 H 16 17 18 19 20
21 22 23 24 25 26 27
28 29 30 31
293492.1
APPENDIX B
CONSTRUCTION & DEMOLITION REQUIREMENTS
APPENDIX B
CONSTRUCTION AND DEMOLITION REQUIREMENTS
APPENDIX B
CONSTRUCTION AND DEMOLITION REQUIREMENTS
APPENDIX B
CONSTRUCTION AND DEMOLITION REQUIREMENTS
APPENDIX B
CONSTRUCTION AND DEMOLITION REQUIREMENTS
293492.1
APPENDIX C
PLANS
60
57
60
57
10
57
60
71
60
57
142
17050 Bushard St., Suite 200
Fountain Valley, Ca. 92708
(714) 848-8897
DATE:
ISSUED
FOR BIDS
02/02/202
4
PROJECT
AREA
PROJECT
AREA
PROJECT
AREA
PROJECT
LOCATION
RMRA Measure M R Local Return Gas Tax
eet Rehab.- Area 1a, 1b, 2 (Design)
n)
ntain Laurel)
anyon to Lemon)
to BCY)
82,779$ 82,779$
om Pathfinder to Mountain Laurel Way) (Const.)1,200,000$ 1,200,000$
eet Rehab - Area 1 (Const.)2,000,000$ 925,000$ 850,000$ 89,0 $
en Springs from Brea Canyon to Lemon Ave.) (Const.)900,000$ 500,000$
mp Project (Const.)177,855$
nt Projects 4,360,634$ 1,700,000$ 1,007,779$ 850,000$ 89,0 $
250-5510-46412)
Project Description Total FY Budget (109) Measure M (111)Gas Tax (112) Prop A (113) Prop C
Sign and HSL Replacement (Design)50,000$ 50,000$
Sign and HSL Replacement (Construction)350,000$ 350,000$
al 11 Locations (Design and Construction)380,000$ 90,000$ 100,000$ 190,0 $
780,000$ 350,000$ 140,000$ 100,000$ 190,0 $
ments (250-5510-46413)
Project Description Total FY Budget (113)
Prop C
Foothill Transit
Grant
60,000$ 60,000$
SD/Calbourne 40,000$ 40,000$
nfrastructure Improvements 100,000$ 60,000$ 40,000$
0-5510-46420)
Project Description Total FY Budget (107) Measure
W
(108)
RMRA
(109)
Measure M
(113)
Prop C
ovements-Phase 3 (Flapjack-Design)65,000$ 65,000$ 2/20/2024
17050 Bushard St., Suite 200
Fountain Valley, Ca. 92708
(714) 848-8897
DATE:
ISSUED
FOR BIDS
02/02/202
4
60
57
60
57
17050 Bushard St., Suite 200
Fountain Valley, Ca. 92708
(714) 848-8897
DATE:
ISSUED
FOR BIDS
02/02/202
4
QUAIL RUN DRIVE
HIGH COUNTRY DRIVE
AUTUMN LANEMEADOW LANEPEBBLE LANE
PATHFINDER
R
O
A
D
PEACEFUL HILLS ROAD17050 Bushard St., Suite 200
Fountain Valley, Ca. 92708
(714) 848-8897
DATE:
ISSUED
FOR BIDS
02/02/202
4
RIM LANERIM LANEROCKY POINT LANECREST LANECLIFFSIDE LANEBOULDER LANEPEAC
E
F
U
L
H
I
L
L
S
R
O
A
D PATHFINDER
ROADMILL LANECANYON RIDGE ROADQUARRY LANE
CREST LANE
QUAIL RUN DRIVEHIGH COUNTRY DRIVE17050 Bushard St., Suite 200
Fountain Valley, Ca. 92708
(714) 848-8897
DATE:
ISSUED
FOR BIDS
02/02/202
4
CAN
Y
O
N
R
I
D
G
E
R
O
A
DPATHFINDER ROADWOODVIEW COURTTIMB
E
R
L
I
N
E
L
A
N
E EAGLECREST PLACEROCKRIDGE LANERAVENWOOD COURTAS
P
E
N
W
O
O
D
C
O
U
R
T
GEOR
G
E
L
A
N
E
17050 Bushard St., Suite 200
Fountain Valley, Ca. 92708
(714) 848-8897
DATE:
ISSUED
FOR BIDS
02/02/202
4
FALLOW FIELD DRIVE TRIGGER LANESILVER CLOUD DRIVEBRE
A
C
A
N
Y
O
N
C
U
T-
O
F
F
R
O
A
D
OAK CRES
T
D
R
I
V
E
RIEGO DIRVEGE
O
R
G
E
L
A
N
E
MALAD COURTPASCO COURTSUTTERS MIL
L
D
R
I
V
E
OHAN COURT
17050 Bushard St., Suite 200
Fountain Valley, Ca. 92708
(714) 848-8897
DATE:
ISSUED
FOR BIDS
02/02/202
4
BREA CANYON
C
U
T
-
O
F
F
R
O
A
D
RIDGE P
O
I
N
T
D
R
I
V
E
OA
K
C
R
E
S
T
D
R
I
V
E
CRE
S
TLI
N
E
D
RI
V
E
DIAM
O
N
D
C
A
N
Y
O
N
R
O
A
D
ACADEMY
KINGDOM SEED
17050 Bushard St., Suite 200
Fountain Valley, Ca. 92708
(714) 848-8897
DATE:
ISSUED
FOR BIDS
02/02/202
4
CASTLE ROCK ROAD
BREA CANYON ROAD
TRIGGER LANECOLD SPRING LANECOLD SPRINGS DRIVEBANDANA DRIVECASTLE ROCK ELEMENTARY SCHOOL
HERITAGE PARK
DRIVECOSTILLABRONCO LANEDI
A
M
O
N
D
B
A
R
B
O
U
L
E
V
A
R
DDRIVECHERRYDALE DRIVECHOCKTAWDRIVEMAPACHECROOKED CREEK DRIVE
RISING STAR DRIVE
17050 Bushard St., Suite 200
Fountain Valley, Ca. 92708
(714) 848-8897
DATE:
ISSUED
FOR BIDS
02/02/202
4
COLD SPRING LANESUNBRIG
H
T
D
R
I
V
E
SILVER CLOUD DRIVEHIDDEN PINES DRIVEHIDEOUT DRIVELASSO DRIVEHIPASS DRIVECASTLE ROCK ROAD FOUNTAIN SPRINGS ROADBREA
C
A
N
Y
O
N
R
D
FOUNTAIN SPRINGS ROADDIAMOND BAR BOULEVARD
SUGARPINE PLACE17050 Bushard St., Suite 200
Fountain Valley, Ca. 92708
(714) 848-8897
DATE:
ISSUED
FOR BIDS
02/02/202
4
HARM
O
N
Y
H
I
L
L
D
R
I
V
E
FOUNTAIN SPRINGS ROADPATHFINDER ROADCASTLE ROCK ROAD
CASTLE R
O
C
K
R
O
A
D SPRINGS DRIVEEVERGREENDIAMOND B
A
R
B
O
U
L
E
V
A
R
D BIRCH HILL DRIVELOST RIVER DRIVESU
N
B
R
I
G
H
T
D
R
I
V
E
C
R
O
O
K
E
D
C
R
E
E
K
D
R
I
V
E
DIAMOND BAR HIGH SCHOOL
EVERGREEN ELEMENTARY SCHOOL
RISING STAR
D
R
I
V
E
DRIVEROUND ROCKHIDDEN PINES DRIVEFOUNTAIN SPRINGS ROADBREA
C
A
N
Y
O
N
R
D
17050 Bushard St., Suite 200
Fountain Valley, Ca. 92708
(714) 848-8897
DATE:
ISSUED
FOR BIDS
02/02/202
4
CASTLE ROCK ROAD
BREA CANYON ROAD
GOLD RUN DRIVESILVER BULLET DRIVECROOKED CREEK DRIVE
RUNNING B
R
A
N
C
H
R
O
A
D COPPER CANYON DRIVEBR
E
A
C
A
N
Y
O
N
R
O
A
D
DRIVE
CROOKED CREE
K
FLAPJACK DRIVEPAS
A
D
O
D
R
I
V
EAMBUSHERS STREET17050 Bushard St., Suite 200
Fountain Valley, Ca. 92708
(714) 848-8897
DATE:
ISSUED
FOR BIDS
02/02/202
4
WOODHILL CIRCLEHAWKWOOD ROADCOLD
S
P
RI
N
G
L
A
N
E
DRIVECROO
K
E
D
C
R
E
E
K
F
LAP
JACK
DR
IVE
B
AR
B
I
L
AN
EHONEYBROOK LANEPASADO DRIVE
AM
BU
SH
ER
S
S
TR
E
E
TAMBUSHERS S
TREE
T
17050 Bushard St., Suite 200
Fountain Valley, Ca. 92708
(714) 848-8897
DATE:
ISSUED
FOR BIDS
02/02/202
4
CHIRPING SPARROW ROAD
RUNNI
N
G
B
R
A
N
C
H
R
O
A
D
COTTER RIM LANEHAWKWOOD ROADGREYFIELD LANELANECALMBROOKRUNNING BRANCH ROADCHI
R
P
I
N
G
S
P
A
R
R
O
W
R
O
A
D
17050 Bushard St., Suite 200
Fountain Valley, Ca. 92708
(714) 848-8897
DATE:
ISSUED
FOR BIDS
02/02/202
4
HAWKWOOD ROAD
AM
B
U
S
H
E
R
S
S
T
R
E
E
T
BA
R
B
I
L
A
N
E
RU
N
N
I
N
G
B
R
A
N
C
H
R
O
A
D
CHIRPI
N
G
S
P
A
R
R
O
W
R
O
A
D
FAL
C
O
N
RI
D
G
E
R
O
A
D
F
A
I
R
W
I
N
D
L
A
N
E HIGHB
LU
F
F
ROAD
B
A
N
B
R
O
O
K
L
A
N
E
GLE
N
P
E
A
K
C
O
V
E
HAWK
W
O
O
D
R
O
A
D
FALC
O
N
RI
D
G
E
R
O
A
D
17050 Bushard St., Suite 200
Fountain Valley, Ca. 92708
(714) 848-8897
DATE:
ISSUED
FOR BIDS
02/02/202
4
AMBUSHERS STREETBARBI LANEFALCON
R
I
D
G
E
R
O
A
D BANBROOK LANEGLEN PEAK
COVE
HA
W
K
W
O
O
D
R
O
A
D
BENT T
W
I
G
L
A
N
E
COLD SPRING LA
N
E
DIAMOND BAR BOULEVARD
ROADDIAMOND RIDGECOLD SPRING LANE
FALC
O
N
RI
D
G
E
R
O
A
D
F
A
LCON
R
IDG
E
RO
ADAMBUSHERS STREET
17050 Bushard St., Suite 200
Fountain Valley, Ca. 92708
(714) 848-8897
DATE:
ISSUED
FOR BIDS
02/02/202
4
DRIVEGATEWAY CENTERCOPLEY
D
RIVE
GATE
W
A
Y
C
E
N
T
E
R
D
RI
V
E
GOLD
E
N
S
P
RI
N
G
S
D
RI
V
E
57
60
17050 Bushard St., Suite 200
Fountain Valley, Ca. 92708
(714) 848-8897
DATE:
ISSUED
FOR BIDS
02/02/202
4
BRIDGEGATE DRIVEVALLEY VISTA DRIVED
R
I
V
EGATEWAY CENTER17050 Bushard St., Suite 200
Fountain Valley, Ca. 92708
(714) 848-8897
DATE:
ISSUED
FOR BIDS
02/02/202
4
GOLDEN SPRINGS DRIVEGRAND AVENUEGOLDEN SPRINGS DRIVE
RACQUEL CLUB DRIVE17050 Bushard St., Suite 200
Fountain Valley, Ca. 92708
(714) 848-8897
DATE:
ISSUED
FOR BIDS
02/02/202
4 MATCHLINE "GS" 18+50 SEE BELOWMATCHLINE "GS" 28+50 SEE SHEET 20MATCHLINE "GS" 18+50 SEE ABOVE
GOLDEN SPRINGS DRIVE
SYCAMORE CANYON PARKGOLDEN SPRINGS DRIVEGOLDEN PRADOS DRIVE17050 Bushard St., Suite 200
Fountain Valley, Ca. 92708
(714) 848-8897
DATE:
ISSUED
FOR BIDS
02/02/202
4 MATCHLINE "GS" 38+50 SEE BELOWMATCHLINE "GS" 28+50 SEE SHEET 20MATCHLINE "GS" 38+50 SEE ABOVEMATCHLINE "GS" 48+50 SEE SHEET 21
GOLDEN SPRINGS DRIVE SABANA DRIVEGOLDEN SPRINGS D
R
I
V
EPROSPECTORS ROADLORBEER MIDDLE SCHOOL
17050 Bushard St., Suite 200
Fountain Valley, Ca. 92708
(714) 848-8897
DATE:
ISSUED
FOR BIDS
02/02/202
4 MATCHLINE "GS" 68+50 SEE SHEET 22MATCHLINE "GS" 58+50 SEE BELOWMATCHLINE "GS" 58+50 SEE ABOVEMATCHLINE "GS" 48+50 SEE SHEET 20
GOLDEN SPRINGS D
R
I
V
E
GOLDEN SPR
I
N
G
S
D
R
I
V
E RANCHERIA ROADPLATINA DRIVEGOLDEN
S
P
R
I
N
G
S
D
R
I
V
E
DIAMOND BAR BOULEVARDTORITO
LANE
GOLD
E
N
S
P
RI
N
G
S
D
RI
V
E
GOLDEN SPRINGS DRIVE DIAMOND BAR BOULEVARDLORBEER MIDDLE SCHOOL
17050 Bushard St., Suite 200
Fountain Valley, Ca. 92708
(714) 848-8897
DATE:
ISSUED
FOR BIDS
02/02/202
4 MATCHLINE "GS" 88+50 SEE SHEET 23MATCHLINE
"GS
"
78+50
SEE
BELOWMATCHLINE "GS" 68+50 SEE SHEET 21MATCHLINE "GS" 78+50 SEE ABOVE
GOLDEN
S
P
R
I
N
G
S
D
R
I
V
EPLATINA DRIVEGOLDEN
S
P
R
I
N
G
S
D
R
I
V
E
GOLDEN SPRINGS DRIVE
SAN LEANDRO DRIVEEL ENCINO DRIVEGOLDEN SPRINGS DRIVE
GOLDEN SPRINGS DRIVE
GOLDEN SPRINGS DRIVE BALLENA DRIVEGOLDEN SPRINGS DRIVE
BALLENA DRIVEELEMENTARY SCHOOL
GOLDEN SPRINGS
17050 Bushard St., Suite 200
Fountain Valley, Ca. 92708
(714) 848-8897
DATE:
ISSUED
FOR BIDS
02/02/202
4 MATCHLINE "GS" 98+50 SEE BELOWMATCHLINE "GS" 108+50 SEE SHEET 24MATCHLINE "GS" 99+50 SEE ABOVEMATCHLINE "GS" 88+50 SEE SHEET 22
GOLDEN SPRINGS DRIV
E CARPIO
DR
IVE
GOLDEN SPRINGS DRIVE
60
60
17050 Bushard St., Suite 200
Fountain Valley, Ca. 92708
(714) 848-8897
DATE:
ISSUED
FOR BIDS
02/02/202
4 MATCHLINE
"GS"
118+50
SEE
BELOWMATCHLINE "GS" 128+50 SEE SHEET 25MATCHLINE "GS" 118+50 SEE ABOVEMATCHLINE "GS" 108+50 SEE SHEET 23
SYLVAN GLEN ROADGOLDEN SPRI
N
G
S
D
R
I
V
E WILLOW CREEK ROADGOLDEN SPRINGS
D
R
I
V
E SUNSET CROSSING ROADELEMENTARY SCHOOL
DIAMOND POINT
17050 Bushard St., Suite 200
Fountain Valley, Ca. 92708
(714) 848-8897
DATE:
ISSUED
FOR BIDS
02/02/202
4 MATCHLINE "GS" 138+50 SEE BELOWMATCHLINE "GS" 148+50 SEE SHEET 26MATCHLINE
"GS
"
138+50
SEE
ABOVEMATCHLINE "GS" 128+50 SEE SHEET 24
GOLDEN SPRINGS DRIVEHIGH KNOB ROADHIGH KNOB ROADGOLDEN SPRINGS DRIVE
GOLDEN SPRINGS DRIVE TEMPLE AVENUEAVENIDA RANCHEROS17050 Bushard St., Suite 200
Fountain Valley, Ca. 92708
(714) 848-8897
DATE:
ISSUED
FOR BIDS
02/02/202
4 MATCHLINE "GS" 158+50 SEE BELOWMATCHLINE "GS" 158+50 SEE ABOVEMATCHLINE "GS" 148+50 SEE SHEET 25
GRAND AVENUEDIAMOND BAR BOULEVARDCLEGHORN DRIVEGRAND AVENUE
ROLLING KNOB ROAD17050 Bushard St., Suite 200
Fountain Valley, Ca. 92708
(714) 848-8897
DATE:
ISSUED
FOR BIDS
02/02/202
4 MATCHLINE "G" 18+50 SEE BELOWMATCHLINE "G" 18+50 SEE ABOVEMATCHLINE "G" 28+50 SEE SHEET 28
GRAND AVENUE
GRAND AVENUE
COUNTRY VIEW DRIVES
H
O
T
G
U
N
L
A
N
E
17050 Bushard St., Suite 200
Fountain Valley, Ca. 92708
(714) 848-8897
DATE:
ISSUED
FOR BIDS
02/02/202
4 MATCHLINE
"G"
38+50
SEE
BELOWMATCHLINE "G" 38+50 SEE ABOVEMATCHLINE "G" 48+50 SEE SHEET 29MATCHLINE "G" 28+50 SEE SHEET 27
GRAND AVENUE
SHOTGUN LANESUMMITRIDGE DRIVEDIAMOND BAR CENTERSUMMITRIDGE PARK
GRAND AVENUE
17050 Bushard St., Suite 200
Fountain Valley, Ca. 92708
(714) 848-8897
DATE:
ISSUED
FOR BIDS
02/02/202
4 MATCHLINE "G" 58+50 SEE BELOWMATCHLINE "G" 58+50 SEE ABOVEMATCHLINE "G" 68+50 SEE SHEET 30MATCHLINE "G" 48+50 SEE SHEET 28
GRAND AVENUE
LONGVIEW DRIVE17050 Bushard St., Suite 200
Fountain Valley, Ca. 92708
(714) 848-8897
DATE:
ISSUED
FOR BIDS
02/02/202
4MATCHLINE "G" 68+50 SEE SHEET 29
17050 Bushard St., Suite 200
Fountain Valley, Ca. 92708
(714) 848-8897
DATE:
ISSUED
FOR BIDS
02/02/202
4
GOLDEN SPRINGS DRIVEGRAND AVENUEGOLDEN SPRINGS DRIVE
RACQUET CLUB DRIVEGOLDEN SPRINGS DRIVE
17050 Bushard St., Suite 200
Fountain Valley, Ca. 92708
(714) 848-8897
DATE:
ISSUED
FOR BIDS
02/02/202
4 MATCHLINE "GS" 18+50 SEE BELOWMATCHLINE "GS" 28+50 SEE SHEET 33MATCHLINE "GS" 18+50 SEE ABOVE
GOLDEN SPRINGS DRIVE
SYCAMORE CANYON PARKGOLDEN
S
P
R
I
N
G
S
D
R
I
V
E
GOLDEN SPRINGS
D
R
I
V
EGOLDEN PRADOS DRIVE17050 Bushard St., Suite 200
Fountain Valley, Ca. 92708
(714) 848-8897
DATE:
ISSUED
FOR BIDS
02/02/202
4 MATCHLINE "GS" 48+50 SEE SHEET 34MATCHLINE "GS" 38+50 SEE BELOWMATCHLINE "GS" 28+50 SEE SHEET 32MATCHLINE "GS" 38+50 SEE ABOVE
GOLDEN SPRINGS DRIVE SABANA DRIVEGOLDEN SP
R
I
N
G
S
D
R
I
V
EPROSPECTORS ROAD17050 Bushard St., Suite 200
Fountain Valley, Ca. 92708
(714) 848-8897
DATE:
ISSUED
FOR BIDS
02/02/202
4 MATCHLINE "GS" 68+50 SEE SHEET 35MATCHLINE "GS" 58+50 SEE BELOWMATCHLINE "GS" 48+50 SEE SHEET 33MATCHLINE "GS" 58+50 SEE ABOVE
G
O
L
D
E
N
S
P
R
I
N
G
S
D
R
I
V
E
GOLDEN
S
P
R
I
N
G
S
D
R
I
V
E
RANCHERIA ROADPLATINA DRIVEGOLDE
N
S
P
RI
N
G
S
D
RI
V
EDIAMOND BAR BOULEVARDTORITO
LANE
GOLDEN SPRINGS DRIVE
DIAMOND BAR BOULEVARDLORBEER MIDDLE SCHOOL
17050 Bushard St., Suite 200
Fountain Valley, Ca. 92708
(714) 848-8897
DATE:
ISSUED
FOR BIDS
02/02/202
4 MATCHLINE "GS" 89+50 SEE SHEET 36MATCHLINE
"GS
"
78+50
SEE
BELOWMATCHLINE "GS" 68+50 SEE SHEET 34MATCHLINE "GS" 78+50 SEE ABOVE
GOLDEN
S
P
R
I
N
G
S
D
R
I
V
E
GOLDEN SPRINGS DRIVE
GOLDEN SPRINGS DRIVE
SAN LEANDRO DRIVEEL ENCINO DRIVEGOLDEN
S
P
R
I
N
G
S
D
R
I
V
E
GOLDEN SPRINGS DRIVE
GOLDEN SPRINGS DRIVE BALLENA DRIVEGOLDEN SPRINGS DRIVE
ELEMENTARY SCHOOL
GOLDEN SPRINGS
17050 Bushard St., Suite 200
Fountain Valley, Ca. 92708
(714) 848-8897
DATE:
ISSUED
FOR BIDS
02/02/202
4 MATCHLINE "GS" 98+50 SEE BELOWMATCHLINE "GS" 108+50 SEE SHEET 37MATCHLINE "GS" 99+50 SEE ABOVEMATCHLINE "GS" 89+50 SEE SHEET 35
GOLDEN SPRINGS DRIVE CARPIO
DR
IVE
GOLDEN SPRIN
G
S
D
R
I
V
E
60
60
17050 Bushard St., Suite 200
Fountain Valley, Ca. 92708
(714) 848-8897
DATE:
ISSUED
FOR BIDS
02/02/202
4 MATCHLINE
"GS"
119+00
SEE
BELOWMATCHLINE "GS" 128+50 SEE SHEET 38MATCHLINE "GS" 119+00 SEE ABOVEMATCHLINE "GS" 108+50 SEE SHEET 36
SYLVAN GLEN ROADGOLDEN SPRIN
G
S
D
R
I
V
E WILLOW CREEK ROADCROSSING ROADSUNSETGOLDE
N
S
P
RI
N
G
S
D
RI
V
E
ELEMENTARY SCHOOL
DIAMOND POINT
17050 Bushard St., Suite 200
Fountain Valley, Ca. 92708
(714) 848-8897
DATE:
ISSUED
FOR BIDS
02/02/202
4 MATCHLINE "GS" 138+50 SEE BELOWMATCHLINE "GS" 148+50 SEE SHEET 39MATCHLINE
"GS
"
138+50
SEE
ABOVEMATCHLINE "GS" 128+50 SEE SHEET 37
GOLDEN SPRINGS DRIVEHIGH KNOB ROADGOLDEN SPRINGS DRIVE
GOLDEN SPRINGS DRIVE TEMPLE AVENUEAVENIDA RANCHEROSRANCHO NAVATO DRIVE
17050 Bushard St., Suite 200
Fountain Valley, Ca. 92708
(714) 848-8897
DATE:
ISSUED
FOR BIDS
02/02/202
4 MATCHLINE "GS" 158+50 SEE BELOWMATCHLINE "GS" 158+50 SEE ABOVEMATCHLINE "GS" 148+50 SEE SHEET 38
GRAND AVENUEDIAMOND BAR BOULEVARDCLEGHORN DRIVEGRAND AVENUE
ROLLING KNOB ROAD17050 Bushard St., Suite 200
Fountain Valley, Ca. 92708
(714) 848-8897
DATE:
ISSUED
FOR BIDS
02/02/202
4 MATCHLINE "G" 18+50 SEE BELOWMATCHLINE "G" 18+50 SEE ABOVEMATCHLINE "G" 28+50 SEE DRAWING 41
GRAND AVENUE
GRAND AVENUE
COUNTRY VIEW DRIVES
H
O
T
G
U
N
L
A
N
E
17050 Bushard St., Suite 200
Fountain Valley, Ca. 92708
(714) 848-8897
DATE:
ISSUED
FOR BIDS
02/02/202
4 MATCHLINE
"G"
38+50
SEE
BELOWMATCHLINE "G" 38+50 SEE ABOVEMATCHLINE "G" 48+50 SEE DRAWING 42MATCHLINE "G" 28+50 SEE SHEET 40
GRAND AVENUE
SHOTGUN LANESUMMITRIDGE DRIVEDIAMOND BAR CENTERSUMMITRIDGE PARK
GRAND AVENUE
17050 Bushard St., Suite 200
Fountain Valley, Ca. 92708
(714) 848-8897
DATE:
ISSUED
FOR BIDS
02/02/202
4 MATCHLINE "G" 58+50 SEE BELOWMATCHLINE "G" 58+50 SEE ABOVEMATCHLINE "G" 68+50 SEE DRAWING 43MATCHLINE "G" 48+50 SEE SHEET 41
GRAND AVENUE
LONGVIEW DRIVE17050 Bushard St., Suite 200
Fountain Valley, Ca. 92708
(714) 848-8897
DATE:
ISSUED
FOR BIDS
02/02/202
4MATCHLINE "G" 68+50 SEE SHEET 42
STATE OF CALI
FOR
NIA
R EGISTER
E
D
PROFESSIONAL ENGINEER NO. 64701ST
E
VE R. LORISOCIVILKnow what'sbelow.before you dig.CallRSHEET INDEXPROJECTSITEPRIVATE ENGINEER'S NOTICE TO CONTRACTORSNOTESUNAUTHORIZED CHANGES AND USESNOTICE TO CONTRACTORSURVEY NOTEGENERAL NOTES:BENCHMARK:BASIS OF BEARING:GENERAL STRIPING NOTES" TELEPHONEGASOWNERCABLE TELEVISIONELECTRICITYWATER WASTEUTILITY AGENCIESWASTE MANAGEMENT &CONTROL BMPSNON-STORMWATERTEMPORARY TRACKING CONTROLTEMPORARY SEDIMENT CONTROLEROSION CONTROL BMPSNPDES NOTESBMPSBMPSMANAGEMENT BMPSMATERIALS POLLUTIONPUBLIC WORKSLEGENDSEWEROILRMRAMeasure MR Local ReturnGas Tax eet Rehab.- Area 1a, 1b, 2 (Design)n)ntain Laurel) anyon to Lemon) to BCY)82,779$ 82,779$ om Pathfinder to Mountain Laurel Way) (Const.)1,200,000$ 1,200,000$ eet Rehab - Area 1 (Const.)2,000,000$ 925,000$ 850,000$ 89,0 $ en Springs from Brea Canyon to Lemon Ave.) (Const.)900,000$ 500,000$ mp Project (Const.)177,855$ nt Projects4,360,634$ 1,700,000$ 1,007,779$ 850,000$ 89,0 $ 250-5510-46412)Project DescriptionTotal FY Budget(109) Measure M(111)Gas Tax (112) Prop A(113) Prop C Sign and HSL Replacement (Design)50,000$ 50,000$ Sign and HSL Replacement (Construction)350,000$ 350,000$ al 11 Locations (Design and Construction)380,000$ 90,000$ 100,000$ 190,0 $ 780,000$ 350,000$ 140,000$ 100,000$ 190,0 $ ments (250-5510-46413) Project DescriptionTotal FY Budget(113) Prop CFoothill Transit Grant60,000$ 60,000$ SD/Calbourne 40,000$ 40,000$ nfrastructure Improvements100,000$ 60,000$ 40,000$ 0-5510-46420) Project DescriptionTotal FY Budget(107) Measure W(108)RMRA(109) Measure M (113) Prop Covements-Phase 3 (Flapjack-Design)65,000$ 65,000$ 2/20/2024
27'' RCP SD 27'' RCP SD8'' VCP S8'' VCP S8'' VCP S8'' VCP S18'' VCP S 18'' VCP S 18'' VCP S 18'' VCP S 18'' VCP S
30'' RCP SD30'' RCP SD6'' G6'' G6'' G6'' G6'' GEEEEEEEEEEEEEE10'' W10'' W12'' W12'' W1'' G1'' G1'' G1'' G 1'' GCROWN CASTLECROWN CASTLECROWN CASTLECROWN CASTLECROWN CASTLECROWN CASTLECROWN CASTLECROWN CASTLECROWN CASTLE
CHARTERCHARTERCHARTERCHARTERCHARTERCHARTERAT&T AT&T AT&T AT&T AT&TAT&T10'' W 10'' WGGGSDSDSDSDSD
SDSDWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWWW W EEEEEEEEEEEEEEEEEFOFOFOFOFOFOFOE E E E E E E E E E E E E E E E E
11+00
50+0051+0050+0051+0011+00
50+0051+0050+0051+00STATE OF CALI
FOR
NIA
R EGISTER
E
D
PROFESSIONAL ENGINEER NO. 64701ST
E
VE R. LORISOCIVILKnow what'sbelow.before you dig.CallR
11+00 50+0051+0050+0051+0011+00 50+0051+0050+0051+00STATE OF CALI
FOR
NIA
R EGISTER
E
D
PROFESSIONAL ENGINEER NO. 64701ST
E
VE R. LORISOCIVILKnow what'sbelow.before you dig.CallR
6" GAS6" GASINSTALL INFILTRATION
TRENCH - SEE DETAIL 1
DIAMOND BAR BLVD
GRAND AVEDRAINAGE IMPROVEMENT
AT MEDIAN NOSE
SHEET 1 OF 2
GRAND AVE AT DIAMOND BAR BLVD
PREPARED BY: FPA
DEPARTMENT OF
PUBLIC WORKS
LOCATION OF
PONDING ISSUE
6" GAS LINE
DEPTH UNKNOWN
BANK OF
AMERICA
CALIFORNIA
BANK & TRUST
3'-6"3'-6"
6'-0"8'-0"TYPE ÎÏ (L) ARROW
3'-6"EDGEOF PAVEMENTTYPE ÏÎ ARROWDIRECTION OFVIEW5'-6"8'-6"9'-0"
7'-3"9'-0"TYPE Ï ARROW10'-0"18'-0"15'-0"13'-0"17'-6"24'-0"24'-0"18'-0"TYPE ÏÎÎ (L) ARROW2'-0"BIKE LANE ARROW5'-0"1'-9"
2'-0"
6"
1'-0" GRID
1'-0" GRID
1'-0" GRID
1'-0" GRID
1'-0" GRID
1'-0" GRID
1'-0" GRID
1'-0"
1'-0"
1'-0"
1'-0"
1'-0"
1'-0"
1'-0"
1'-0"
20^
6" GRID
TYPE Î 18'-0" ARROW
TYPE ÏÎÎÎ ARROW
TYPE Î 24'-0" ARROW
TYPE Î 10'-0" ARROW
For left lane, use mirror image.
Right lane drop arrow.
may be accepted by the Engineer.
Minor variations in dimensions
DEPARTMENT OF TRANSPORTATION
STATE OF CALIFORNIA
ARROWS
PAVEMENT MARKINGS
NOTE:
For Type ÎÏ (R) arrow, use mirror image.
For Type ÏÎÎ (R) arrow, use mirror image.
A=25 ftÄ
A=31 ftÄ
A=15 ftÄ
A=36 ftÄ
A=27 ftÄ
A=14 ftÄ
A=42 ftÄ
A=33 ftÄ
PLANS APPROVAL DATE
REGISTERED CIVIL ENGINEER
Dist COUNTY ROUTE POST MILES
TOTAL PROJECT
SHEET
No.
TOTAL
SHEETS
THE STATE OF CALIFORNIA OR ITS OFFICERS
OR AGENTS SHALL NOT BE RESPONSIBLE FOR
THE ACCURACY OR COMPLETENESS OF SCANNED
COPIES OF THIS PLAN SHEET.
A=3.5 ftÄ19 No.
Exp.REGISTEREDPROFESSI
O
NAL
E
N
G
I
NEERST
A
T
EOF CALIFORNIACIVIL
2022STANDARDPLAN A24AA24A
NO SCALE
August 1, 2022 Lee J. Haber
C49132
9-30-22
6-24-22
Return to Table of Contents
6" YELLOW
6" WHITE
DETAIL 30 DELETED
DETAIL 33 DELETED
3?"-4?"
3?"-4?"
12'-0"
12'-0"
12'-0"
12'-0"
12'-0"
12'-0"
12'-0"
12'-0"
18'-0"
18'-0"
18'-0"
18'-0"
18'-0"
18'-0"
24'-0"
24'-0"
24'-0"
24'-0"
24'-0"
24'-0"
24'-0"
24'-0"
24'-0"
24'-0"
36'-0"
36'-0"
17'-0"
7'-0"
17'-0"
8'-6"
100'-0" Min
100'-0" Min
100'-0" Min
100'-0" Min
100'-0" Min
100'-0" Min
100'-0" Min
100'-0" Min
RIGHT EDGE LINES
INTERSECTIONS
36'-0"
12'-0"
12'-0"
36'-0"
18'-0"
12'-0"
36'-0"
12'-0"
36'-0"
12'-0"
18'-0"
LOL
LOL
LOL
LOL
LOL
LOL
LOL
LOL
LOL
LOL
LOL
LOL
1½"1½"
24'-0"
24'-0"
24'-0"
24'-0"
24'-0"
24'-0"
96'-0"
96'-0"1½"1½" TYPICAL12'-0" TYPICAL12'-0"DETAIL 28
DETAIL 29
DETAIL 27C
DETAIL 24
DETAIL 25
DETAIL 25A
DETAIL 27B
2" MEDIAN ISLANDS
DETAIL 30
MARKERS
DETAIL 31
3"3" 2" 2" 3" 3" DETAIL 32
DETAIL 33 2" 2" 2" 2" 3" 3" 3" 3" 3" 3"3" 3" MARKER DETAILS
DETAIL 34
DETAIL 34A
DETAIL 35
DETAIL 35A
INTERSECTION
TREATMENTS
2" 2" 2" 2" 2" 2" 3"3"3"3"
48'-0"
24'-0"
24'-0"
24'-0"
24'-0" MINIMUM2'-0"7'-0"
7'-0"
7'-0"
8'-6"
12'-0" 12'-0"
12'-0"3'-0"
3'-0"
3'-0"2" MINIMUM2'-0"8'-6"
8'-6"
8'-6"
8'-6"?"-¾"1?"-4?"?"-¾"1?"-4?"DETAIL 27A
EDGE OF TRAVELED WAY
EDGE OF TRAVELED WAY
EDGE OF TRAVELED WAY
CENTERLINEINTERSECTINGSTREETDETAIL 27A DELETED
EDGE OF TRAVELED WAY
(DIVIDED HIGHWAYS)
RETROREFLECTIVE FACE
LINESLEGEND
RETROREFLECTIVE
YELLOW
TYPE H ONE-WAY
RETROREFLECTIVE
YELLOW
TYPE D TWO-WAY
1½" 1½" 1½" 1½" 1½" 1½" 1½" 1½" RETROREFLECTIVE
TYPE RY RED-YELLOW
AND TYPE D
TYPE RY TYPE H
TWO-WAY LEFT TURN LANES
NO SCALE
DEPARTMENT OF TRANSPORTATION
STATE OF CALIFORNIA
TYPICAL DETAILS
PAVEMENT MARKERS AND TRAFFIC LINES
DETAIL 25B 2" DETAIL 26A
2"
48'-0"
EDGE OF TRAVELED WAY
DETAIL 26
2"
48'-0"
EDGE OF TRAVELED WAY
DETAIL 26B
DETAIL 27
See Note
A20B
PLANS APPROVAL DATE
REGISTERED CIVIL ENGINEER
Dist COUNTY ROUTE POST MILES
TOTAL PROJECT
SHEET
No.
TOTAL
SHEETS
THE STATE OF CALIFORNIA OR ITS OFFICERS
OR AGENTS SHALL NOT BE RESPONSIBLE FOR
THE ACCURACY OR COMPLETENESS OF SCANNED
COPIES OF THIS PLAN SHEET.
No.
Exp.REGISTEREDPROFESSIONAL
E
N
G
I
NEERST
A
T
EOF CALIFORNIACIVIL
132022STANDARDPLAN A20BLEFT EDGE LINES
RIGHT EDGE LINE EXTENSION THROUGH
On freeways use traffic stripe details with Type RY markers.
LEFT EDGE LINES NOTE:2" 2" 3"
48'-0"
EDGE OF TRAVELED WAY
2" 2" 3"
48'-0"
EDGE OF TRAVELED WAY 2"
48'-0"
EDGE OF TRAVELED WAY
August 1, 2022 Lee J. Haber
C49132
9-30-22
6-24-22
Return to Table of Contents
156" WHITE LINE
6" YELLOW LINE
6" WHITE LINE
DETAIL 38C DELETED
DETAIL 40A DELETED
DETAIL 41A DELETED
3?"-4?" 1?"-4?"6" YELLOW LINE
TYPE G ONE-WAY CLEAR RETROREFLECTIVE
2"2"2"LANE LINE EXTENSIONS
THROUGH INTERSECTIONS
INTERSECTION LINE
TYPE G
MARKER DETAILS
MARKERS
THROUGH INTERSECTIONS
CENTER LINE EXTENSIONS
DETAIL 38
DETAIL 38A
DETAIL 38B
DETAIL 38C
CHANNELIZING LINE
DETAIL 39
DETAIL 39A
BIKE LANE LINE
BIKE LANE
DETAIL 40
DETAIL 41
DETAIL 40A
DETAIL 41A
24'-0"
24'-0"
24'-0"
24'-0"
200'-0"
8'-0"4'-0"
1'-0"
6'-0"
6'-0"1'-0"2"-2½"2"-2½"?"-?"?"-?"?"-¾"
4?"-4?"
4?"-4?"
THROUGH TRAFFIC
8" WHITE LINE
8" WHITE LINE
8" WHITE LINE
INTERSECTION
6" WHITE LINE
RETROREFLECTIVE FACE
RETROREFLECTIVE FACE
LEGEND
?"-¾"1?"-4?"
3?"-4?"
TYPE C
TYPE C RED-CLEAR RETROREFLECTIVE
PLANS APPROVAL DATE
REGISTERED CIVIL ENGINEER
Dist COUNTY ROUTE POST MILES
TOTAL PROJECT
SHEET
No.
TOTAL
SHEETS
THE STATE OF CALIFORNIA OR ITS OFFICERS
OR AGENTS SHALL NOT BE RESPONSIBLE FOR
THE ACCURACY OR COMPLETENESS OF SCANNED
COPIES OF THIS PLAN SHEET.
No.
Exp.REGISTEREDPROFESSIONAL
E
N
G
I
NEERST
A
T
EOF CALIFORNIACIVIL
Min
1'-0"
Min
2'-0"
Min
2'-0"
END OF RECESS
MARKER AT DOWNSTREAM
RETROREFLECTIVE PAVEMENT
Min
1'-0"
Min
2'-0"
A
5?"±?"VarA
See Notes 1 and 2
0 TO ?", SEE NOTE 3
B Var5?"±?"BB
0 TO ?", SEE NOTE 3
.
.
.
.
.
.
.
.
.
.
.
.
.
.
.
.
.
.
.
.
.
.
.
.
.
.
.
.
.
.
.
.
.
.
.
.
.
.
.
.
.
.
.
.
.
.
.
.
.
.
.
.
.
.
.
.
.
.
.
.
.
.
.
.
.
B.
A.
ROADWAY SURFACE
FINISHED ROADWAY SURFACE
FINISHED
6" TO 8"
See Notes A and B
See Note 4
STRIPING MATERIAL
RECESS DETAIL FOR
RETROREFLECTIVE PAVEMENT MARKER
RETROREFLECTIVE PAVEMENT MARKER
FOR RECESSED INSTALLATION
PLAN
SECTION B-B SECTION A-A
PLAN
TYPE 2TYPE 1
END OF RECESS
MARKER AT DOWNSTREAM
RETROREFLECTIVE PAVEMENT
NO SCALE
STATE OF CALIFORNIA
DEPARTMENT OF TRANSPORTATION
TYPICAL DETAILS
PAVEMENT MARKERS AND TRAFFIC LINES 2022STANDARDPLAN A20DAND TYPE D
TYPE C, TYPE RY,
AND TYPE H
TYPE G, TYPE R,
TRAFFIC STRIPE
DETAIL FOR RECESSED
depth and recess striping material thickness.
See standard specifications for recess
pavement marking patterns.
See typical traffic line details for
RECESSED NOTES:2"DETAIL 38D
24'-0"
24'-0"
8" WHITE LINE(EXIT RAMPS ONLY)
CENTER OF RECESS
PAVEMENT MARKER AT
RETROREFLECTIVE
CENTER OF RECESS
PAVEMENT MARKER AT
RETROREFLECTIVE
A20D
4.
3.
2.
1.
RECESSED MARKER NOTES:
retroreflective face.
with two-way
pavement markers
Use Type 2 recess for
retroreflective face.
with one-way
pavement markers
Use Type 1 recess for
pavement surface.
shall be 0 to ?" below the
markers installed in recesses
The top of pavement
non-recessed installations.
are not to be used for
for recessed installations
pavement markers shown
The retroreflective
pavement markers.
to be used with recessed
details for marker patterns
See typical traffic line
August 1, 2022 Lee J. Haber
C49132
9-30-22
6-24-22
Return to Table of Contents
25A24G 2022STANDARDPLAN A24GDEPARTMENT OF TRANSPORTATION
STATE OF CALIFORNIA
AND WRONG WAY DETAILS
YIELD LINES, LIMIT LINES,
PAVEMENT MARKINGS9'-0"17'-6"24'-0"2'-0"
1'-0"
1'-0"
A=33 ftÄ
MARKERS
?"-¾"1?"-4?"
3?"-4?"9'-0"2'-0"
1'-0"
1'-0"
A=33 ftÄ
MARKERS
?"-¾"1?"-4?"
3?"-4?"9'-0"2'-0"
1'-0"
A=33 ftÄ
MARKERS
?"-¾"1?"-4?"
3?"-4?"
TYPE R ONE-WAY RED RETROREFLECTIVE
TYPE Ï ARROW AT EXIT RAMP
MARKER DETAILS
TYPE R2"2"2"2"
LIMIT LINE (STOP LINE)
YIELD LINE
TRIANGLES
OF ISOSCELES
WHITE SERIES
1'-0" WHITE LINE
3'-0"1'-0"2'-0"12'-0"Typ4'-0"O/CPLANS APPROVAL DATE
REGISTERED CIVIL ENGINEER
Dist COUNTY ROUTE POST MILES
TOTAL PROJECT
SHEET
No.
TOTAL
SHEETS
THE STATE OF CALIFORNIA OR ITS OFFICERS
OR AGENTS SHALL NOT BE RESPONSIBLE FOR
THE ACCURACY OR COMPLETENESS OF SCANNED
COPIES OF THIS PLAN SHEET.
No.
Exp.REGISTEREDPROFESSIONAL
E
N
G
I
NEERST
A
T
EOF CALIFORNIACIVIL
1'-0" WHITE LINE
Typ2"4'-0"
YIELD LINE AT EXIT RAMP
TRIANGLES
OF ISOSCELES
WHITE SERIES
Typ
1'-0"2"3'-0"2'-0"
BLANK
RED REFLECTIVE
BLANK
LIMIT LINE (STOP LINE) AT EXIT RAMP
1.
NOTE:
up the ramp with the red reflective side facing the intersection.
markers in front of the first line for wrong way vehicle that travels
If there is crosswalk at the end of the exit ramp, place Type R
45^45^45^45^LEGEND:
NO SCALE
RED REFLECTIVE1'-0"
Typ
RETROREFLECTIVE FACE ON BACKSIDE
August 1, 2022 Lee J. Haber
C49132
9-30-22
6-24-22
Return to Table of Contents
CITY OF DIAMOND BAR
DEPARTMENT OF PUBLIC WORKS
PHASE 6 GROUNDWATER DIVERSION PROJECT
1
TITLE SHEET
1-800-422-4133
IMPORTANT NOTICE
UNDERGROUND SERVICE ALERT
2
COLD SPRING LANE
PHASE 6 GROUNDWATER
DIVERSION PROJECT
701 N. Parkcenter Drive
Santa Ana, CA 92705
p: 714/560/8200 f: 714/560/8211
www.tait.com
Since 1964
Los Angeles
Ontario
Sacramento
San Diego
San Francisco
Boise
Dallas
Denver
Phoenix
Portland
701 N. Parkcenter Drive
Santa Ana, CA 92705
p: 714/560/8200 f: 714/560/8211
www.tait.com
Since 1964
Los Angeles
Ontario
Sacramento
San Diego
San Francisco
Boise
Dallas
Denver
Phoenix
PortlandCST
A
TEOF
F
Exp.12/31/2025
C
ESSION
A
L
ENGINEERIVI L
A L I F O R NIAO
REGISTERED P R
RMRA Measure M R Local Return Gas Tax
eet Rehab.- Area 1a, 1b, 2 (Design)
n)
ntain Laurel)
anyon to Lemon)
to BCY)
82,779$ 82,779$
om Pathfinder to Mountain Laurel Way) (Const.)1,200,000$ 1,200,000$
eet Rehab - Area 1 (Const.)2,000,000$ 925,000$ 850,000$ 89,0 $
en Springs from Brea Canyon to Lemon Ave.) (Const.)900,000$ 500,000$
mp Project (Const.)177,855$
nt Projects 4,360,634$ 1,700,000$ 1,007,779$ 850,000$ 89,0 $
250-5510-46412)
Project Description Total FY Budget (109) Measure
M
(111)
Gas Tax
(112)
Prop A
(113)
Prop C
Sign and HSL Replacement (Design)50,000$ 50,000$
Sign and HSL Replacement (Construction)350,000$ 350,000$
al 11 Locations (Design and Construction)380,000$ 90,000$ 100,000$ 190,0 $
780,000$ 350,000$ 140,000$ 100,000$ 190,0 $
ments (250-5510-46413)
Project Description Total FY Budget (113)
Prop C
Foothill Transit
Grant
60,000$ 60,000$
SD/Calbourne 40,000$ 40,000$
nfrastructure Improvements 100,000$ 60,000$ 40,000$
0-5510-46420)
Project Description Total FY Budget (107) Measure
W
(108)
RMRA
(109)
Measure M
(113)
Prop C
ovements-Phase 3 (Flapjack-Design)65,000$ 65,000$
2/20/2024
SECTION @ STA. 17+98SCALE: 1"=5'SECTION @ STA. 14+67SCALE: 1"=5'SECTION @ STA. 17+12SCALE: 1"=5'SECTION @ STA. 15+44SCALE: 1"=5'NPHASE 6 GROUNDWATERDIVERSION PROJECT701 N. Parkcenter DriveSanta Ana, CA 92705p: 714/560/8200 f: 714/560/8211www.tait.comSince 1964Los AngelesOntarioSacramentoSan DiegoSan FranciscoBoiseDallasDenverPhoenixPortland701 N. Parkcenter DriveSanta Ana, CA 92705p: 714/560/8200 f: 714/560/8211www.tait.comSince 1964Los AngelesOntarioSacramentoSan DiegoSan FranciscoBoiseDallasDenverPhoenixPortlandCSTATEOFFExp.12/31/2025CESSIONALENGINEERIVILALIFORN
IA OREGISTER
E
D
PRDRAINAGE PLANCOLD SPRING LANEPLAN VIEWSTA. 14+67 TO 15+44COLD SPRING LANEPLAN VIEWSTA. 17+12 TO 17+98
293492.1
APPENDIX D
TECHNICAL PROVISIONS FOR GRAND
AVENUE AT DIAMOND BAR BOULVARD
DRAINAGE IMPROVEMENTS
(CIP PROJECT NO. PW23402)
TP-1
1293492.1
SECTION ONE
CLEARING, GRUBBING, AND MISCELLANEOUS REMOVALS AND DISPOSALS
(NOT A BID ITEM)
GENERAL
This work shall conform to the provisions of Sections 300-1, 300-2,
and 400 of the Standard Specifications with the following
modifications:
Clearing, grubbing, and miscellaneous removals, disposals and
recycling shall include all native materials, P.C.C., rubble,
aggregates, rock, trash, debris, and other unsuitable materials and
all the work involved in disposing and preparing that volume of
materials where existing sub-grade is to be compacted and new curb
and gutter, medians, and other improvements are to be constructed.
The sale of materials and/or improvements on the project are
prohibited. Except where specifically called out for removal, the
Contractor shall protect existing curb, gutter, meter boxes, fences
and other improvements throughout the project limits.
All existing fences, block wall, stucco adjoining the work shall be
protected in place. The Contractor shall repair any damage caused
by his operations.
Payment for this item shall be included in the cost of other items
of work and no additional compensation shall be allowed.
END OF SECTION
TP-2
1293492.1
CONSTRUCTION STAKING AND MOMUMENT PRESERVATION
(BASE BID ITEM NO. 1)
GENERAL
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.
Full compensation for surveying and construction staking and monument
preservation shall be on a lump sum basis and no additional
compensation will be allowed. Payment shall be made on a percentage
basis based on the completion of work.
END OF SECTION
TP-3
1293492.1
SECTION TWO
MOBILIZATION
(BASE BID ITEM NO. 2)
GENERAL
Mobilization shall conform to the provisions of Sections 7-3.4 of
the Standard Specifications.
Mobilization and demobilization shall consist of preparatory work
and operations including, but not limited to, those necessary for
the movement of personnel, equipment, materials, and incidentals to
the project site necessary for work on the project and for all other
work and operations which must be performed or costs incurred
including bonds, insurance, and financing prior to beginning work on
the various contract items on the project site. Mobilization shall
also include time, materials, and labor to move the necessary
construction equipment to and from the site, supervisory time on the
job by the Contractor’s personnel to keep the construction site in a
safe condition, and all other related work as required at all times
and for all non-working days during the construction period. The
Contractor is responsible for securing an adequate storage site for
equipment and materials.
No additional amounts shall be paid for erosion control, Best
Management Practices (BMP), erosion damage cleanup, and removal of
debris from the project site, NPDES requirements, or removal of soil
deposited on public streets by construction traffic.
Best Management Practices (BMP) shall be defined as any program,
technology, process, citing criteria, operating method, measure, or
devise, which controls, prevents, removes, or reduces pollution. The
Contractor shall obtain and refer to the California Storm Water Best
Management Practice Handbook, Volume 3 Construction BMP Handbook and
the Los Angeles County Department of Public Works Management
Practices Handbook for Construction Activities.
Los Angeles County Department of Public Works
Cashier’s Office
900 South Fremont Avenue
Alhambra, CA 91803
Telephone: 626-458-6959
TP-4
1293492.1
The Contractor shall have a minimum of two readily accessible copies
of each publication on the Contract site at all times plus any copies
of applicable environmental mitigation plans.
The Contractor shall protect by any means all construction related
materials from being discharged from the site by the forces of wind
and 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.
Additional BMPs may be required as a result of a change in actual
field conditions, contractor activities, or construction operation.
When more than one BMP is listed under each specific BMP category,
the Contractor shall select the appropriate and necessary number of
BMPs within each category in order to achieve the BMP objective.
BMPs for Contractor activities shall be continuously implemented
throughout the year and project time period. BMPs for erosion control
and sedimentation shall be implemented during the period from October
15 to April 15, and whenever the National Weather Service Predicts
rain within 24 hours. BMPs for erosion control and sedimentation
shall also be implemented prior to the commencement of any Contractor
activity or construction operation, which may produce runoff, and
whenever runoff from other sources may occur.
Full compensation for the implementation of BMPs, including the
construction, removal, and the furnishing of all necessary labor,
equipment and materials shall be considered as included in the
Mobilization price.
The Agency (City), as a permittee, is subject to enforcement actions
by the State Water Resources Control Board, Environmental Protection
Agency, and private citizens. The Agency will assess the Contractor
a penalty of $1,000 for each calendar day the the Contractor has not
fully implemented the BMPs specified for the Contract and/or is
otherwise in noncompliance with these provisions. In addition, the
Agency will deduct from the final payment due the Contractor the
total amount of any fines levied on the Agency, plus legal and staff
costs, as a result of the Contractor’s lack of compliance with these
TP-5
1293492.1
provisions and/or less than complete implementation of the specified
BMPS.
PUBLIC CONVENIENCE
At the pre-construction meeting, the Contractor shall submit a
construction schedule to the City for approval. Based on the
construction schedule, the Contractor will post temporary “NO
PARKING” signs in the vicinity of the work area if required and as
determined by the City’s Inspector at no cost to the City. Signs
shall be of the format approved by the City and be posted along the
curb. Signs may be attached to existing poles, street light standards
or Type-1 barricades. The “NO PARKING” signs, if deemed necessary,
shall be in place not less than forty-eight (48) hours prior to
performing the work.
The Agency will require the Contractor to distribute one (1) “Public
Notice” to each residence located adjacent to or across from the
work. The Notice shall be distributed seven (7) days prior to the
start of any work. A sample copy of the Notice must be approved by
the City.
All complaints received by the City associated with the work alleging
damage to private property and/or 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 per day.
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.
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.
Payment for Mobilization shall be on a lumpsum basis and there shall
be no additional compensation for this item of work and shall include
full compensation for mobilization, demobilization, obtaining all
business licenses and permits as required for the entire project from
TP-6
1293492.1
all related agencies including, but not limited to, utility
companies, private and public agencies and the City of Diamond Bar;
and complying with the requirements specified in those licenses and
permits; coordination, implementation of Best Management Practices,
and incidentals necessary to perform all related items of work.
Progress payments for mobilization bid item shall be paid for in
accordance with the completion percentage of the project to the
Contractor and shall include the cost of such mobilization and
administration during the entire contract period. Mobilization shall
be paid 1/3 at start of construction, 1/3 at 50% completion of the
work and 1/3 at 100% completion of the work. Mobilization shall also
include all other costs required by the contract.
END OF SECTION
TP-7
1293492.1
SECTION THREE
TEMPORARY PROJECT IDENTIFICATION SIGNS
(BASE BID ITEM NO. 3)
General
The Contractor shall furnish and install two (2) Temporary Project
Identification Signs (4' X 8'). The signs shall be installed on
Grand Avenue at locations to be determined by the Engineer, within
or near the project limits, in accordance with the relevant
requirements of Section 56-2 of Caltrans Standard Specifications and
the appropriate details of Caltrans Standard Plans Section RS –
Roadside Signs, Standard Plan Numbers RS1 through RS4 for two post
installation of signs, and as directed by the Engineer.
A reference exhibit displaying the text and colors of the sign will
be provided to awarding contractor after award of the contract. The
Contractor shall submit a copy of the final sign design for approval
by the resident Engineer prior to fabrication.
The Contractor shall submit to the Engineer the final sign design in
the form of an editable picture file in .eps format - Encapsulated
PostScript file.
The full compensation to furnish and install Temporary Project
Identification Signs shall include full compensation for furnishing
all labor, materials, tools, equipment, incidentals and for doing
all the work including sign installation, transportation,
maintenance, removal, delivery, excavation and backfill as specified
in the Standard Specification and these Special Provisions and no
additional compensation will be allowed therefor.
END OF SECTION
TP-8
1293492.1
SECTION FOUR
TRAFFIC CONTROL
(BASE BID ITEM NO. 4)
GENERAL
Traffic control, construction signing and traffic flow maintenance
shall comply with provisions of Section 600 of the Standard
Specifications and the current requirements set forth in the
“California Manual of Uniform Traffic Control Devices” published by
the Department of Transportation, State of California, the traffic
control plans and these Special Provisions.
TRAFFIC CONTROL PLANS
The Contractor shall be responsible for the preparation of any
revisions to the Traffic Control Plan, as necessary, for specific
items of work. The Traffic Control Plan and any revised Traffic
Control Plan shall be approved by the Engineer before it is
implemented.
The Traffic Control Plans shall be consistent with the California
MUTCD and shall be as signed and stamped by a California Registered
Professional Traffic/Civil Engineer.
PROTECTION OF WORK AND PUBLIC
The Contractor shall take all necessary measures to protect work and
prevent accidents during any and all phases of the work. The
Contractor shall repair all damaged finished work as a result of
vandalism (i.e., vehicle tracks, footprints, writing, etc.) and
defective work until the work has been accepted by the City Council.
CONSTRUCTION SIGNING
Construction signing shall consist of furnishing, installing,
maintaining, and removing construction signs and barricades as
required by the “California Manual of Uniform Traffic Control
Devices.” The traffic control system shall be installed prior to
starting work and shall not be removed until all work has been
completed.
TP-9
1293492.1
TRAFFIC MAINTENANCE
The Contractor shall be responsible for handling vehicular and
pedestrian traffic in accordance with Section 600 of the Standard
Specifications and these Special Provisions.
Payment for Traffic Control shall be included in this bid item and
shall include full compensation for the completion of all planning,
design, engineering, furnishing, and construction of all traffic
control including all materials, manpower, equipment, performing all
operations, and the removal and disposal of all such traffic control
& safety devices.
END OF SECTION
TP-10
1293492.1
SECTION FIVE
REMOVE EXISTING MEDIAN AND CONSTRUCT NEW MEDIAN CURB
REMOVE AND RECONSTRUCT COLOR CONCRETE
(BASE BID ITEM NO. 5,6 AND 11)
GENERAL
Contractor shall remove existing concrete, concrete curb, concrete
curb and gutter, irrigation system and required adjacent pavement to
construct a new median along with concrete curb and gutter per
standard specifications for Public Works Standards. Limits and
details referred to are in Appendix B of these specifications.
The City will NOT allow curb cuts with horizontal machines. Complete
removal of curb and gutter is required per standard plans and
specifications for Public Works Construction.
Payment for removal of existing curb, curb and gutter, retaining
curb, planting material, irrigation system, and soil includes
providing all labor, materials, tools, equipment for saw cutting,
excavation, grading, removal, haul-away and preparation of sub-grade
and installation of curb and gutter and adjacent pavement as
required, and protection of newly installed improvements against
vandalism, shall be paid at the contract unit price per linear foot
and there shall be no further compensation for this item of work.
Bituminous material for AC slot patch replacement shall be Type B-PG
64-10 and shall conform to Sections 203, 300 and 302 of the Standard
Specifications for Public Works Construction (SSPWC).
Payment for this item of work shall include cost of removal and
replacement of asphalt concrete pavement (2’ wide per plan, leave 2”
low and cover with ARHM) and to the depth of existing pavement plus
one inch over compacted (to 95% relative compaction) base or sub-
base along curb and gutter.
ASPHALT CONCRETE PAVEMENT REMOVAL
The existing asphalt concrete removed shall be disposed of at a
recycling plant. The Contractor shall provide the City with the
weight certification of recycling in tons of asphalt concrete and
the required monthly Solid Waste Disposal and Recycling Reports.
TP-11
1293492.1
Asphalt concrete removal associated with curb and gutter replacement
work will be considered as miscellaneous removals and payment will
be considered as included in the bid price paid for Remove Existing
and Construct New Median Curb.
PCC CURB AND GUTTER
GENERAL
Bid items shall consist of construction of Portland Cement Concrete
items as indicated on the plans. All work shall conform to Subsection
303-5, “Concrete Curb, Walk, Gutters, Driveways, and Alley
Intersection,” of the Standard Specifications and to the following
SPPWC Standard Drawings:
SPPWC TYPE
6-inch Curb, with 1-foot Gutter 120-3 A2-6
6-inch Curb, with 1-foot Gutter 120-3 A3-6
Concrete Class, alternate class, and max slump shall be obtained from
Table 201-1.1.2 “Curb, Integral Curb and Pavement, Gutter, Walk,
Alley Aprons”.
Payment for construction of P.C.C. curb and gutter, including
removing of any existing curb and gutter, sawcutting, excavation,
grading and preparation of subgrade shall be paid for at the contract
unit price per linear foot and no additional compensation will be
allowed. Payment for P.C.C. curb and gutter shall include cost of
removal and replacement of asphalt concrete pavement (strip 2’ wide
per plan) and to the depth of existing pavement plus one inch over
compacted (to 95% relative compaction) base or sub-base along curb
and gutter.
COLOR CONCRETE
Color concrete is to be installed in the median as identified in the
plans. The type of concrete used will be as follows (or approved
equal):
Color Concrete
TP-12
1293492.1
Manufacturer: Solomon Colors
Integral Color: Rustique #467, 4% Loading
Finish: Hand-Seed Rocksalt w/ Light Broom Finish
Payment for construction of Color Concrete including removing of any
existing color concrete, excavation, grading and preparation of the
subgrade shall be paid for at the contract unit price per square foot
and no additional compensation will be allowed.
END OF SECTION
TP-13
1293492.1
SECTION SIX
VARIABLE COLD MILL EXISTING AC PAVEMENT (2”-3”)
(BASE BID ITEM NO. 7)
COLD PLANE ASPHALT CONCRETE PAVEMENT
The Contractor shall cold plane the asphalt concrete pavement to a
depth as shown on the approved plans or as directed by the Engineer.
During the removal operation, no vertical drops are permitted between
lanes during non-working hours. Transitions between lifts shall not
exceed 2% or as approved by Engineer during non-working hours.
The cold plane machine shall have a cutter head at least 72 inches
wide and shall be operated so as not to produce fumes or smoke.
The depth, width and shape of the cut shall be as indicated on the
plans. The outside lines of the planed area shall be neat and uniform.
The road surfacing to remain in place shall not be damaged in any
way.
The material planed from the roadway surface, including material
deposited in existing gutters or on the adjacent traveled way shall
become the property of the Contractor and shall be immediately
removed from the site of the work and disposed of as provided in
Section 404-8, "Disposal of Millings", of the Standard
Specifications. The removal crew shall follow within 50 feet of the
planer, unless otherwise directed by the Engineer.
Partial Depth Removal by Cold Milling
For the areas of existing asphalt pavement to be removed by cold
milling, the cold milling work shall be in accordance with Section
404, "Cold Milling," of the Standard Specifications and these Special
Provisions.
Add to Subsection 404-2.1, “General” of the Standard Specifications
the following:
At least two full time flag persons shall be assigned to the
milling machine for traffic control when working on streets that are
open to traffic.
Revise Subsection 404-12, “Payment” of the Standard Specifications
to read as follows:
TP-14
1293492.1
Payment for cold-milling of existing asphalt concrete pavement shall
be include in the price paid for the work for which the cold milling
is required and shall be full compensation for, but not limited to,
furnishing all labor, materials, tools, equipment, grinding, loading,
hauling, recycling, providing recycling weight certification,
reports, and incidentals, for doing all work involved in asphalt
concrete removal and recycling, and no separate or additional
compensation will be allowed therefor
END OF SECTION
TP-15
1293492.1
SECTION SEVEN
ASPHALT RUBBER HOT MIX OVERLAY (2”)
(BASE BID ITEM NO. 8)
ASPHALT RUBBER HOT MIX (ARHM)
The asphalt concrete mixes to be used will be as follows:
ARHM-GG-C PG 70-16 conforming to Section 400-4 of the Standard
Specifications and these Special Provisions.
Asphalt rubberized concrete conforming to the requirement of
Section 302-9, “Asphalt Rubber Hot Mix (ARHM),” of the Standard
specifications.
The work shall consist of installing asphalt concrete conforming to
the requirement of Section 203-11, “Asphalt Rubber Hot Mix (ARHM),”
asphalt used for pavement overlays shall be as shown on the plans.
All work shall be constructed in accordance with Section 302-9,
“Asphalt Rubber Hot Mix (ARHM),” of the Standard Specifications.
Rock dust blotter shall be used at the discretion of the Engineer
and shall conform to Subsection 302-9.7, “Rock Dust Blotter” of the
Standard Specifications.
The contract unit bid price paid per ton for placement of Asphalt
Rubber Hot Mix shall include full compensation for furnishing all
labor, materials, tools, equipment, and incidentals, and for doing
all work involved in placing Asphalt Rubber Hot Mix, including
hauling, placement and compaction, and as directed by the Engineer
and no additional compensation will be allowed therefor.
END OF SECTION
TP-16
1293492.1
SECTION EIGHT
ADJUST PULLBOX AND VALVE TO FINISHED SURFACE
(BASE BID ITEM NO. 9 AND 10)
Measurement & Payment for Adjust Existing Pull Box and Valve slip
can to Finished Grade shall be on an Each Item (EA) basis and shall
include furnishing all labor, equipment, tools and materials,
concrete collar, necessary for the adjustment of existing utilities
to grade, as shown on the plans, and as directed by the Engineer.
All pull boxes shall be adjusted to the finished grade of the new
median curb and shall be paid for under this bid item.
All water valve slip cans shall also be adjusted to the finished
grade and shall be paid for under this bid item.
The contract price paid per each for Adjust Pull Box and Water
Valve shall be considered as full compensation for all labor,
materials, equipment and all things necessary to complete the work
on a per item basis (EA), in place and no additional compensation
will be made therefor.
END OF SECTION
TP-17
1293492.1
SECTION NINE
SIGNING AND STRIPING COMPLETE-IN-PLACE
(BASE BID ITEM NO. 12)
All equipment, materials, and components for signing and striping,
and the installation thereof, shall conform to the 2022 Caltrans
Standard Plans, and 2022 Standard Specifications, Section 81,
“Miscellaneous Traffic Control Devices”, Section 82, "Signs and
Markers," and Section 84, "Markings," for paint and thermoplastic
unless otherwise noted in these Special Provisions and on the Plans.
These Plans and Specifications are hereinafter referred to as State
Standard Plans and State Standard Specifications. Copies of these
documents are available from Caltrans, District 7 office at 100 South
Main Street, Los Angeles, California 90012 or from Caltrans, 6002
Folsom Boulevard, Sacramento, California 95819, (916) 445-3520.
When grinding or other authorized methods are used to remove yellow
thermoplastic and yellow painted traffic stripe and pavement marking
that produces a hazardous waste residue:
1. Immediately contain and collect the residue, including dust
2. Use a HEPA filter-equipped vacuum attachment operated concurrently
with the removal operations or other equivalent approved method for
collection of the residue
All existing fire hydrants including “pop-off” and recycled-water
hydrants are considered to have an identifying blue reflectorized
marker in the proper location in the street, and said marker will be
replaced or reset by the Contractor. There shall be no separate
payment for this work.
All striping shall be “cat-tracked” by the Contractor and approved
by the Engineer prior to placement of permanent striping.
All striping legends and markings shall be replaced-in-kind.
All reflective and non-reflective pavement markers shall conform to
the provisions of Section 214-6.4, “Retroreflective Pavement Markers”
and be placed in accordance with Section 314-5, “Pavement Markers”
of the Standard Specifications.
All Thermoplastic striping shall comply to the provisions of Section
214-5 “Thermoplastic Material for Traffic Striping and Markings”.
All reflective and non-reflective pavement markers shall be replaced
or reset using adhesives specified in Sections 95-1.02F, “Standard
Set Epoxy Adhesive for Pavement Markers,” and 95-1.02E, “Rapid Set
TP-18
1293492.1
Epoxy Adhesive for Pavement Markers” contained in the 2022 State of
California Department of Transportation Standard Specifications.
Permanent striping shall be performed within two weeks of overlay
installation on all streets, but not sooner than allowed per
technical provisions.
Payment for removal of existing striping, markings and legends;
layout and installing thermoplastic striping, markings and legends
as specified herein shall be made at the lump sum price indicated in
the Bid Proposal and progress payments shall be made upon judgment
of the Engineer as percent complete.
This work shall consist of removal, relocation and/or installation
of traffic signs and posts, striping, pavement markings, limit lines,
and reflective and non-reflective markers per plan and in accordance
with the California Manual Of Uniform Traffic Control Devices
(CAMUTCD), State Standard Plans and State Standard Specifications.
Contractor shall replace traffic striping, pavement markings, signs
and curb markings removed or damaged by the work in-kind and as shown
on the Signing, Striping and Marking Plans or as otherwise described
by these Special Provisions. It shall be the responsibility of the
Contractor to document existing striping and pavement markings where
no Signing, Striping or Marking plan is included.
Payment for signing shall be included in the bid price for traffic
striping and markings, and no separate or additional compensation
will be allowed therefor.
END OF SECTION
293492.1
APPENDIX E
TECHNICAL PROVISIONS FOR
GROUNDWATER DRAINAGE IMPROVEMENTS-
PHASE 6
(COLD SPRINGS LANE)
CIP PROJECT NO. SI24101
TP - 1
TECHNICAL PROVISIONS FOR GROUNDWATER DRAINAGE IMPROVEMENTS-PHASE 6 (COLD SPRING LN.) PROJECT NO. SI24101 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:
1) MOBILIZATION - Measurement and payment for mobilization 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 7 days following the Notice to Proceed.
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. The scope
of the work included under Pay Item No. 1 shall include the
obtaining of all insurance, and permits, moving onto the site
of all equipment, and the furnishing 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 equipment required
for operations.
2. Developing and installing construction water supply.
3. Providing all on-site sanitary facilities and potable water
facilities for workers.
4. Obtaining and paying for all required insurance, and
permits.
5. Posting all OSHA-required notices, and establishment of
OSHA-approved safety programs.
6. Providing a full-time Contractor's superintendent.
TP - 2
7. Submitting of the required Construction Schedule, as
specified in Section 6-1, "Construction Schedule and
Commencement of Work," of the Standard Specifications.
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.
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 be in
accordance with the WATCH Manual.
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.
3) INSTALL SUBDRAIN SYSTEM. - 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 on the plans, including trenching,
excavation, installation of new pipe fittings, crushed rock,
filter fabric, seepage cutoff, backfill, and compaction. No
additional compensation will be allowed, therefore.
4) INSTALL 4" SCH. 80 PVC PIPE - 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
TP - 3
labor, materials, equipment, and disposal to complete the
construction as indicated, including saw cutting, excavation,
installation of new pipe, backfill, and compaction. No
additional compensation will be allowed, therefore.
5) INSTALL PIPE TO PIPE JUNCTION STRUCTURE, CASE 1 - Measurement
& Payment for this item shall be at the contract unit bid price
per Each (EA) and shall be considered full compensation for
furnishing labor, materials, equipment, and disposal to complete
the construction as indicated, including removal and hauling
existing improvements, and installation of junction structure,
coordination with LACFCD inspector, backfill and compaction. No
additional compensation will be allowed, therefore.
6) REMOVE AND REPLACE EXISTING 3.5” AC OVER 9.5” AB - 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 sawcut,
removal and hauling existing improvements, compaction of native
material, and installation/replacement. No additional
compensation will be allowed, therefore.
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.
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.
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
TP - 4
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, 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
TP - 5
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.
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.
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.
TP - 6
SECTION ONE MOBILIZATION AND DEMOBILIZATION PART 1 GENERAL
1.01 DESCRIPTION
A. Reference: Bid Item No. 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 item1 at no more than 10% (ten
percent) of the total Base Bid.
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
2.01 MATERIALS
TP - 7
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
TP - 8
SECTION TWO TRAFFIC CONTROL
PART 1 GENERAL
1.01 DESCRIPTION
A. Reference: Bid Item No. 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 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:
B. American Public Works Association APWA
1. 2019 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.
PART 3 EXECUTION
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
TP - 9
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.
A. 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.
B. 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
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.
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.
TP - 10
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.
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.
END OF SECTION
TP - 11
SECTION THREE MATERIALS, PART 1 GENERAL
1.01 DESCRIPTION
A. Reference: Bid Item No. 3-12
1.1. REFERENCE STANDARDS
A. Standard Specifications for Public Works Construction,
Latest Edition, referred to hereinafter as Standard
Specifications.
B. Standard Plans for Public Works Construction.
1.03 SUBMITTALS
A. PVC pipe, and Fittings.
B. Crushed rock and Sand for Sand Filter
C. Filter Fabric
D. Conventional Asphalt
E. Portland Cement Concrete
F. Class C Mortar
G. Modular Wetlands or Approved equal
H. Junction Box END OF SECTION
293492.1
APPENDIX F
RAISED PAVEMENT 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
293492.1
APPENDIX G
PREFORMED THERMOPLASTIC PRODUCT
SHEETS