Loading...
HomeMy WebLinkAboutArea 4 Street Rehabilitation Project - FULL Plans Specifications DEPARTMENT OF PUBLIC WORKS CITY OF DIAMOND BAR CALIFORNIA CONTRACT DOCUMENTS AND SPECIFICATIONS FOR AREA 4 RESIDENTIAL & COLLECTOR STREETS REHABILITATION AND ARTERIAL STREET REHABILITATION (BREA CAYON CUTOFF ROAD FROM 57 FREEWAY SOUTH OFF RAMP TO NORTH CITY LIMITS AND LEMON AVENUE FROM GOLDEN SPRINGS DRIVE TO NORTHERN CITY LIMITS) PROJECT NO. SI251 & SI254. All Questions Regarding This Project Are to Be Directed To: Mr. Christian Malpica Associate Engineer City of Diamond Bar (909) 839-7038 Chia Yu Teng, Mayor Steve Tye, Mayor Pro Tem Andrew Chou, Council Member Stan Liu, Council Member Ruth M. Lou, Council Member Daniel Fox, City Manager February 2025 CITY OF DIAMOND BAR CONTRACT DOCUMENTS AND SPECIFICATIONS AREA 4 RESIDENTIAL & COLLECTOR STREETS REHABILITATION AND ARTERIAL STREET REHABILITATION (BREA CAYON CUTOFF ROAD FROM 57 FREEWAY SOUTH OFF RAMP TO NORTH CITY LIMITS AND LEMON AVENUE FROM GOLDEN SPRINGS DRIVE TO NORTHERN CITY LIMITS) PROJECT NO. SI251 & SI254. By: 03/20/2025 Jim Bui, P.E. C 86467 Date Exp: 03/31/2027 PREPARED BY: Nichols Consulting Engineers, Chtd. (NCE) 2300 E. Katella Avenue, Suite 125 Anaheim, CA 92806 TELEPHONE: (657)275-3018 Proposals will be received online at https://www.planetbids.com/portal/portal.cfm?CompanyID=39500 until 4:00 PM on April 8, 2025 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 23 - 24 DECLARATION OF ELIGIBILITY TO CONTRACT 25 - 26 BIDDER'S VIOLATION OF LAW/SAFETY QUESTIONNAIRE 27 CONTRACTOR INDUSTRIAL SAFETY RECORD 28 AFFIDAVIT FOR CO-PARTNERSHIP FIRM 29 AFFIDAVIT FOR CORPORATION BIDDER 30 AFFIDAVIT FOR INDIVIDUAL BIDDER 31 AFFIDAVIT FOR JOINT VENTURE 32 FAITHFUL PERFORMANCE BOND 33 - 34 LABOR AND MATERIAL BOND 35 - 36 BID BOND 37 - 38 CERTIFICATE OF NON-DISCRIMINATION AND AFFIRMATIVE ACTION 39 CERTIFICATE WITH REGARD TO THE PERFORMANCE OF PREVIOUS CONTRACTS AND SUBCONTRACTS 40 NON-COLLUSION AFFIDAVIT 41 CONTRACT AGREEMENT 42-58 PART II - GENERAL PROVISIONS GP-1 – GP-16 ii TABLE OF CONTENTS (Continued) PART III- SPECIAL PROVISIONS SP-1 – SP-8 PART IV - TECHNICAL PROVISIONS TP-1 – TP-67 PART V – APPENDICES APPENDIX A – STREET SWEEPING SCHEDULE APPENDIX B – CONSTRUCTION & DEMOLITION REQUIREMENTS APPENDIX C – PLANS APPENDIX D – RAISED PAVEMENT MARKERS PRODUCT SHEETS APPENDIX E – PREFORMED THERMOPLASTIC PRODUCT SHEETS PART I BIDDING AND CONTRACTUAL DOCUMENTS 1 1293492.1 NOTICE INVITING SEALED BIDS FOR FOR AREA 4 RESIDENTIAL & COLLECTOR STREETS REHABILITATION AND ARTERIAL STREET REHABILITATION (BREA CAYON CUTOFF ROAD FROM 57 FREEWAY SOUTH OFF RAMP TO NORTH CITY LIMITS AND LEMON AVENUE FROM GOLDEN SPRINGS DRIVE TO NORTHERN CITY LIMITS) PROJECT NO. SI251 & SI254. RECEIPT OF PROPOSALS: Proposals will be received online at http://at/ https://www.planetbids.com/portal/portal.cfm?CompanyID=39500 until 4:00 PM on April 8, 2025 for the furnishing of all labor and materials and equipment for the AREA 4 RESIDENTIAL & COLLECTOR STREETS REHABILITATION AND ARTERIAL STREET REHABILITATION (BREA CAYON CUTOFF ROAD FROM 57 FREEWAY SOUTH OFF RAMP TO NORTH CITY LIMITS AND LEMON AVENUE FROM GOLDEN SPRINGS DRIVE TO NORTHERN CITY LIMITS) PROJECT NO. SI251 & SI254 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 4:00 PM on April 8, 2025. 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. 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. 2 1293492.1 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 Fifty (50) 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 approximately $1,500,000 for Bid Schedule A and $1,900,000 for Schedule B Items all in accordance with the provisions of the Plans, Specifications, Notices and Instructions to Bidders. OBTAINING CONTRACT DOCUMENTS: Plans and Specifications and all contract documents may be obtained at Planet Bids (https://www.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 3 1293492.1 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 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) Contractor’s License status at http://www.cslb.ca.gov, and 2) Status with the California Department of Industrial Relations at 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 4 1293492.1 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$ 3/21/2025 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 $2,500,000 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 seven hundred fifty 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 4 RESIDENTIAL & COLLECTOR STREETS REHABILITATION AND ARTERIAL STREET REHABILITATION (BREA CAYON CUTOFF ROAD FROM 57 FREEWAY SOUTH OFF RAMP TO NORTH CITY LIMITS AND LEMON AVENUE FROM GOLDEN SPRINGS DRIVE TO NORTHERN CITY LIMITS) PROJECT NO. SI251 & SI254 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 4 RESIDENTIAL & COLLECTOR STREETS REHABILITATION AND ARTERIAL STREET REHABILITATION (BREA CAYON CUTOFF ROAD FROM 57 FREEWAY SOUTH OFF RAMP TO NORTH CITY LIMITS AND LEMON AVENUE FROM GOLDEN SPRINGS DRIVE TO NORTHERN CITY LIMITS) PROJECT NO. SI251 & SI254 BASE BID “SCHEDULE A” – RESIDENTIAL & COLLECTOR STREETS, PROJECT NO. SI251 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 61 EA ADJUST WATER VALVE BOX AND COVER TO GRADE A-7 4 EA ADJUST STORM DRAIN MANHOLE FRAME AND COVER TO GRADE A-8 46 EA ADJUST SANITARY SEWER MANHOLE FRAME AND COVER TO GRADE A-9 1 EA COORDINATE SANITARY SEWER VAULT FRAME AND COVER ADJUSTMENT WITH OWNER A-10 2 EA COORDINATE ELECTRICAL MANHOLE FRAME AND COVER ADJUSTMENT WITH OWNER A-11 2 EA COORDINATE TELECOMM MANHOLE FRAME AND COVER ADJUSTMENT WITH OWNER 18 1293492.1 ITEM NO. EST. QUANT. UNIT DESCRIPTION WRITTEN IN WORDS UNIT PRICE AMOUNT A-12 16 EA REMOVE EXISTING IMPROVEMENTS AND INSTALL NEW ADA COMPLIANT CURB RAMP PER SPPWC STD. PLAN 111-5 A-13 50 LF REMOVE EXISTING CURB AND GUTTER AND RECONSTRUCT PER SPPWC STD. PLAN 120-3 (A2-6 or A2-8) A-14 6,133 SF REMOVE EXISTING CROSS GUTTER AND RECONSTRUCT PER SPPWC STD. PLAN 122-3 (8" DEPTH) A-15 13,334 SY APPLICATION OF TYPE II SLURRY SEAL AND CRACK SEAL A-16 30,074 SY APPLICATION OF CAPE SEAL AND CRACK SEAL A-17 6,266 SY COLD MILL EXISTING AC (1.5" DEPTH) A-18 6,870 SY COLD MILL EXISTING AC (2.0" DEPTH) A-19 582 TON CONSTRUCT HMA OVERLAY (1.5" DEPTH) A-20 850 TON CONSTRUCT HMA OVERLAY (2.0" DEPTH) A-21 10,382 SF BASE REPAIR (6" DEPTH) A-22 11,456 LF MICRO MILLING AC (1.0 DEPTH AND 4' WIDTH) A-23 1 LS REMOVE TRAFFIC STRIPING AND MARKINGS (SLURRY SEAL AND CAPE SEAL STREETS) A-24 1 LS THERMOPLASTIC TRAFFIC STRIPING, PAVEMENT MARKINGS, MARKERS, CURB MARKINGS, AND SIGNPOSTS. A-25 22 EA PAVEMENT CORING PROGRAM 19 1293492.1 TOTAL AMOUNT BASE BID “SCHEDULE “A” ITEMS (IN FIGURES)→ TOTAL AMOUNT BASE BID “SCHEDULE A” (WRITTEN IN WORDS): _____________________________________________________________________ _____________________________________________________________________ _____________________________________________________________________ BASE BID “SCHEDULE B” – ARTERIAL STREETS (), PROJECT NO. SI254 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 29 EA ADJUST WATER VALVE FRAME AND COVER TO GRADE B-7 11 EA ADJUST STORM DRAIN MANHOLE FRAME AND COVER TO GRADE B-8 13 EA ADJUST SANITARY SEWER MANHOLE FRAME AND COVER TO GRADE B-9 4 EA ELECTRICAL MANHOLE FRAME AND COVER COORDINATE ADJUST TO GRADE B-10 7 EA TELECOM MANHOLE FRAME AND COVER COORDINATE ADJUST TO GRADE B-11 1 EA REMOVE EXISTING IMPROVEMENTS AND INSTALL NEW ADA COMPLIANT CURB $ 20 1293492.1 ITEM NO. EST. QUANT. UNI T DESCRIPTION WRITTEN IN WORDS UNIT PRICE AMOUNT RAMP PER SPPWC STD. PLAN 111-5 B-12 130 LF REMOVE EXISTING CURB AND GUTTER AND RECONSTRUCT PER SPPWC STD. PLAN 120-3 (A2- 8 or A2-10) B-13 37,705 SY COLD MILL EXISTING PAVEMENT (2.5" DEPTH) B-14 5,832 TON CONSTRUCT ARHM OVERLAY (2.5" DEPTH) B-15 26,169 SF BASE REPAIR (8" DEPTH) B-16 63 EA INSTALL TRAFFIC LOOP DETECTOR (TYPE E OR TYPE F) B-17 1 LS THERMOPLASTIC TRAFFIC STRIPING, PAVEMENT MARKINGS, MARKERS, CURB MARKINGS, AND SIGNPOSTS B-18 1 LS COORDINATE VIDEO DETECTION ZONE ADJUSTMENTS B-19 8 EA PAVEMENT CORING PROGRAM B-20 150 SF REMOVE EXISTING SIDEWALK AND RECONSTRUCT PER SPPWC STD. PLANS 112-2 AND 113-2 (4" DEPTH) TOTAL AMOUNT BASE BID “SCHEDULE B” ITEMS (IN FIGURES)→ TOTAL AMOUNT BASE BID “SCHEDULE B” (WRITTEN IN WORDS): _____________________________________________________________________ _____________________________________________________________________ _____________________________________________________________________ $ 21 1293492.1 TOTAL AMOUNT BASE BID “SCHEDULE A” + “SCHEDULE B” ITEMS IN FIGURES)→ TOTAL AMOUNT BASE BID “SCHEDULE A” + “SCHEDULE B” 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. $ 22 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 23 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 24 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. 25 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 26 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: _____________________________ 27 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. 28 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 2022 2023 2024 TOTAL 2025 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 29 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) 30 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) 31 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) 32 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.________________ 33 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. 34 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.________________ 35 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 36 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._________________ 37 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 4 RESIDENTIAL & COLLECTOR STREETS REHABILITATION AND ARTERIAL STREET REHABILITATION (BREA CAYON CUTOFF ROAD FROM 57 FREEWAY SOUTH OFF RAMP TO NORTH CITY LIMITS AND LEMON AVENUE FROM GOLDEN SPRINGS DRIVE TO NORTHERN CITY LIMITS) PROJECT NO. SI251 & SI254. 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 null and void; otherwise, it shall be and remain in full force and effect. 38 1293492.1 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) 39 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: 40 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. 41 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 42 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 4 RESIDENTIAL & COLLECTOR STREETS REHABILITATION AND ARTERIAL STREET REHABILITATION (BREA CAYON CUTOFF ROAD FROM 57 FREEWAY SOUTH OFF RAMP TO NORTH CITY LIMITS AND LEMON AVENUE FROM GOLDEN SPRINGS DRIVE TO NORTHERN CITY LIMITS) PROJECT NO. SI251 & SI254 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 4 RESIDENTIAL & COLLECTOR STREETS REHABILITATION AND ARTERIAL STREET REHABILITATION (BREA CAYON CUTOFF ROAD FROM 57 FREEWAY SOUTH OFF RAMP TO NORTH CITY LIMITS AND LEMON AVENUE FROM GOLDEN SPRINGS DRIVE TO NORTHERN CITY LIMITS) PROJECT NO. SI251& SI254 in the City of Diamond Bar. The work to be performed in accordance with the plans and specifications, dated February 2025 (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. 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 43 1293492.1 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 Fifty (50) 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: 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. 44 1293492.1 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, 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 45 1293492.1 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. 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. 46 1293492.1 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 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, 47 1293492.1 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. 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 48 1293492.1 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: _____________________________________ CHIA YU TENG, MAYOR __________________________ Date ATTEST: By: _____________________________________ KRISTINA SANTANA, CITY CLERK __________________________ Date APPROVED AS TO FORM: _____________________________________ OMAR SANDOVAL, CITY ATTORNEY _____________________________ Date 49 1293492.1 *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 4 RESIDENTIAL & COLLECTOR STREETS REHABILITATION AND ARTERIAL STREET REHABILITATION (BREA CAYON CUTOFF ROAD FROM 57 FREEWAY SOUTH OFF RAMP TO NORTH CITY LIMITS AND LEMON AVENUE FROM GOLDEN SPRINGS DRIVE TO NORTHERN CITY LIMITS) CIP PROJECT NO. SI251 & SI254 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 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 GP - 2 1293492.1 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 grade) GP - 4 1293492.1 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 Records with the County Surveyor’s office for survey control GP - 5 1293492.1 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 year after the date of acceptance of work. Within this 1-year GP - 7 1293492.1 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 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. GP - 9 1293492.1 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: Walnut Elementary School and South Pointe Middle School. Walnut Elementary School’s summer break is between May 29, 2025 – August 11, 2025. The South Pointe Middle School’s summer break is between May 29, 2025 – August 11, 2025. 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. GP - 10 1293492.1 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). 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. GP - 11 1293492.1 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. 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 GP - 12 1293492.1 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. Pomona, CA 91766 (909) 469-6333 GP - 13 1293492.1 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) 655-4555 (Office) Southern California Edison – Transmission 7333 Bolsa Avenue Westminster, CA 92683 Richard Orozco (800) 684-8123 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 (800) 458-7117 GP - 14 1293492.1 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 (909) 861-5395 (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 public traffic through or around the work or to prevent accidents or damage or injury to the public or to give adequate warning to GP - 15 1293492.1 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 (coordinate deployment locations with city’s staff). 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 shall be responded to by the Contractor within twenty-four (24) GP - 16 1293492.1 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 4 RESIDENTIAL & COLLECTOR STREETS REHABILITATION AND ARTERIAL STREET REHABILITATION (BREA CAYON CUTOFF ROAD FROM 57 FREEWAY SOUTH OFF RAMP TO NORTH CITY LIMITS AND LEMON AVENUE FROM GOLDEN SPRINGS DRIVE TO NORTHERN CITY LIMITS) PROJECT NO. SI251 & SI254 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. Nothing in this section will relieve the Contractor of its obligations relative to starting work as required elsewhere in these specifications. SP - 2 1293492.1 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 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 (800) 266-7551 (800)442-6454 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: SP - 5 1293492.1 Valley Vista Services (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: 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; SP - 6 1293492.1 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 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 SP - 7 1293492.1 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. i. The Contractor shall include the provisions of the foregoing paragraphs 1a through 1h in every first tier subcontract and require each subcontractor to bind each further subcontractor with whom it has a contract to such provisions, so that such provisions will be binding upon each subcontractor who performs any of the work required by the Contract. SP - 8 1293492.1 2. ANTI-DISCRIMINATION a. The Contractor certifies and agrees that all persons employed by the Contractor, its affiliates, subsidiaries or holding companies are and will be treated equally by the Contractor without regard to or because of race, color, sex, religion, ancestry or national origin and in compliance with State and Federal anti-discrimination laws. The Contractor further certifies and agrees that it will deal with its subcontractors, bidders and vendors without regard to or because of race, color, sex, religion, ancestry or national origin. The Contractor agrees to allow access to its employment records during regular business hours to verify compliance with the foregoing provisions when so requested by the City. b. The Contractor specifically recognizes and agrees that if the City finds that any of the foregoing provisions have been violated, the same shall constitute a material breach of Contract upon which the City may determine to cancel, terminate or suspend the Contract. While the City reserves the right to determine individually that the anti- discrimination provisions of the Contract have been violated, in addition a determination by the California Fair Employment Practices Commission or the Federal Equal Employment Opportunity Commission that the Contractor has violated State or Federal anti-discrimination laws shall constitute a finding by the City that the Contractor has violated the anti-discrimination provisions of the Contract. c. At its option, and in lieu of canceling, terminating or suspending the Contract, the City may impose damages for any violation of the anti-discrimination provisions of this section, in the amount of two hundred ($200.00) for each violation found and determined. The City and the Contractor specifically agree that the aforesaid amount shall be imposed as liquidated damages, and not as a forfeiture or penalty. It is further specifically agreed that the aforesaid amount is presumed to be the amount of damages sustained by reason of any such violation, because, from the circumstances and the nature of the violation, it is impracticable and extremely difficult to fix actual damages. TP-1 PART IV TECHNICAL PROVISIONS TP-2 TECHNICAL PROVISIONS FOR AREA 4 RESIDENTIAL & COLLECTOR STREETS REHABILITATION AND ARTERIAL STREET REHABILITATION (BREA CAYON CUTOFF ROAD FROM 57 FREEWAY SOUTH OFF RAMP TO NORTH CITY LIMITS AND LEMON AVENUE FROM GOLDEN SPRINGS DRIVE TO NORTHERN CITY LIMITS) PROJECT NO. SI251 & SI254 TABLE OF CONTENTS TECHNICAL PROVISIONS........................................... 2 TABLE OF CONTENTS ............................................ 2 STANDARD SPECIFICATIONS ...................................... 2 ABBREVIATIONS ................................................ 3 MEASUREMENT & PAYMENT SUMMARY ................................ 4 BASE BID “SCHEDULE A” AND “SCHEDULE B” ....................... 4 1. MOBILIZATION AND DEMOBILIZATION .......................... 13 2. TRAFFIC CONTROL .......................................... 18 3. PUBLIC NOTIFICATION ...................................... 23 4. CONSTRUCTION STAKING AND MONUMENT PRESERVATION ........... 26 5. UTILITY VALVES AND MANHOLE FRAME AND COVER ADJUSTMENTS ... 28 6. PCC CURB RAMP, CURB & GUTTER, CROSS GUTTER, AND SIDEWALK . 31 7. CRACK SEAL, SLURRY SEAL, CAPE SEAL ....................... 35 8. ASPHALT CONCRETE PAVING, AGGREGATE BASE .................. 50 9. TRAFFIC STRIPING, MARKINGS, MARKERS, SIGNAGE, AND TRAFFIC SIGNALS ..................................................... 59 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. TP-3 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. BASE BID “SCHEDULE A” AND “SCHEDULE B” TP-4 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 BASE BID “SCHEDULE A” AND “SCHEDULE B” TP-5 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 Water Valve Box and Cover to Grade Payment for Adjust Water Valve Box 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 box 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. BASE BID “SCHEDULE A” AND “SCHEDULE B” TP-6 A-7 & B-7 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-8 & B-8 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-9 Coordinate Sanitary Sewer Vault Frame and Cover Adjustment with Owner Payment for Coordinate Sanitary Sewer Vault Frame and Cover Adjustment with Owner 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 as-needed adjustments, staging other construction work to allow utility owner adjustment or protection, and protection during paving operations per utility owner requirements. No additional compensation will be allowed therefor. A-10 & B-9 Coordinate Electrical Manhole Frame and Cover Adjustment with Owner Payment for Coordinate Electrical Manhole Frame and Cover Adjustment with Owner 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, staging other construction work to allow utility owner adjustment or protection, and protection during paving operations per utility owner requirements. No additional compensation will be allowed therefor. BASE BID “SCHEDULE A” AND “SCHEDULE B” TP-7 A-11 & B-10 Coordinate Telecom Manhole Frame and Cover Adjustment with Owner Payment for Coordinate Telecom Manhole Frame and Cover Adjustment with Owner 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, staging other construction work to allow utility owner adjustment or protection, and protection during paving operations per utility owner requirements. No additional compensation will be allowed therefor. A-12 & B-11 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. 115-5, Case and Type noted on the plans, 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-13 Remove Existing Curb & Gutter and Reconstruct Per SPPWC Standard Plan 120-3 (Type A2-6 or A2-8) B-12 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, A2-8, or A2-10 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 BASE BID “SCHEDULE A” AND “SCHEDULE B” TP-8 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 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 preparation, constructing cross gutter and concrete spandrel, four foot (4’) wide full depth HMA plug, required tree root pruning, and required tree root barriers. No additional compensation will be allowed therefor. A-15 Application of Type II Slurry Seal and Crack 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-16 Application of Cape Seal and Crack 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 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 chip seal, applying, and spreading slurry seal, and curing. No additional compensation will be allowed therefor. BASE BID “SCHEDULE A” AND “SCHEDULE B” TP-9 A-17 Cold Mill Existing AC (1.5” DEPTH) A-18 Cold Mill Existing AC (2.0” DEPTH) B-13 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-19 Construct HMA Overlay (1.5” DEPTH) A-20 Construct HMA Overlay (2.0” DEPTH) Payment for Construct HMA OVERLAY (1.5” or 2.0” 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 including, surface preparation, tack coat of existing AC and PCC surfaces, street sweeping, removal and reconstruction of speed cushions, removal of paving fabric where encountered, spreading, placing, and compacting HMA 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-21 Cold Mill Existing AC (2.0” DEPTH) B-13 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. BASE BID “SCHEDULE A” AND “SCHEDULE B” TP-10 B-14 Construct ARHM Overlay (2.5” DEPTH) Payment for Construct ARHM OVERLAY 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 including, surface preparation, tack coat of existing AC and PCC surfaces, street sweeping, removal of paving fabric where encountered, 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 Micro-Milling Payment for Micro-milling 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 micro-milling, removing, and disposing of a variable depth of asphalt concrete pavement to a depth of 1.0” and 4 feet wide, 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-23 Base Repair (6” Depth) B-15 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 including, removal of asphalt, base or subgrade, subgrade preparation, tack coat of existing AC and PCC surfaces, street sweeping, removal of paving fabric where encountered, 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. BASE BID “SCHEDULE A” AND “SCHEDULE B” TP-11 A-24 Micro Milling AC (1.0” Depth and 4’ Width) Payment for Mirco Mill existing AC (1.0” Depth and 4’ Width) 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 micro milling, removing, and disposing of asphalt concrete pavement to the depths specified and removal of excess paving materials from gutter pans. No additional compensation will be allowed therefor. B-16 Install Traffic Loop Detector Type (Type E or 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 Cape 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 cape seal, grinding and removal of conflicting striping and markings, and street sweeping. No additional compensation will be allowed therefor. A-26 & B-17 Thermoplastic Traffic Striping, Pavement Markings, Curb Markings, and Signposts. 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. 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 BASE BID “SCHEDULE A” AND “SCHEDULE B” TP-12 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-18 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-20 Remove Existing Sidewalk and Reconstruct per SPPWC Standard Plans 112-2 and 113-2 (4” Depth) Payment for Remove Existing Sidewalk and Reconstruct per SPPWC Standard Plans 112-2 and 113-2 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. END OF MEASUREMENT & PAYMENT SUMMARY MOBILIZATION AND DEMOBILIZATION TP-13 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 TP-14 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 TP-15 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 TP-16 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 TP-17 END OF SECTION TRAFFIC CONTROL TP-18 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 2024 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 TP-19 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 TP-20 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 TP-21 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 TP-22 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 TP-23 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 TP-24 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 TP-25 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 TP-26 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 TP-27 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 TP-28 SECTION FIVE UTILITY VALVES AND MANHOLE FRAME AND COVER ADJUSTMENTS PART 1 GENERAL 1.1 REFERENCE BID ITEMS A-6 through A-11 and B-6 through B-10 1.2 DESCRIPTION OF WORK A. The Contractor shall be responsible to contact DigAlert a minimum 48 hours prior to excavation or paving and sealing work. B. It shall be the Contractor’s responsibility to protect all existing utilities shown on the Plans, unless otherwise called out for adjustment or relocation. C. Where a conflict with the Contractor’s work exists with existing utilities whether shown on the Plans or not, the Contractor shall immediately notify the Engineer in writing for clarification. D. 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. E. Where the Plans call for coordination of the adjustment for utility manholes, vaults, or other boxes, the Contractor shall be responsible for coordinating the utility’s owner for the adjustment. The Contractor shall contact the utility owner a minimum of two (2) weeks prior to the need for adjustment. The Contractor shall stage and perform their work to allow the utility owner the ability to access their utility and perform necessary adjustments or protection. At all times, the Contractor shall be responsible for protecting these utilities the Contractor’s seal and paving operations. F. 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. UTILITY VALVES AND MANHOLE FRAME AND COVER ADJUSTMENTS TP-29 G. 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. H. 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 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. UTILITY VALVES AND MANHOLE FRAME AND COVER ADJUSTMENTS TP-30 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, or 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, CURB & GUTTER, CROSS GUTTER, AND SIDEWALK TP-31 SECTION SIX PCC CURB RAMP, CURB & GUTTER, CROSS GUTTER, AND SIDEWALK PART 1 GENERAL 1.1 REFERENCE BID ITEMS A-12 through A-14 and B-11 through B-12, and B-20 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, Curb & Gutter, Cross Gutter, and Sidewalk shall be per SSPWC Subsection 303-5 “Concrete Curbs, Walks, Gutters, Cross Gutters, Alley Intersections, Access Ramps, and Driveways” and SPPWC Standard Plans 111-5, 112-2, 113-2, 120-3, & 122-3, Case and Type per Plans. 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. 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”. PCC CURB RAMP, CURB & GUTTER, CROSS GUTTER, AND SIDEWALK TP-32 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. All existing utility, traffic signal and other surface mounted appurtenances shall be protected in place. PCC CURB RAMP, CURB & GUTTER, CROSS GUTTER, AND SIDEWALK TP-33 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. It shall be the Contractor’s responsibility to perform all aspects of the curb ramp layout, including verification of the Case and Type. 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 two to four foot (2’-4’) wide 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. Curb ramp installation shall match the existing gutter width. The City will NOT allow curb cuts with horizontal machines. Complete removal of curb and gutter is required to construct new curb ramps. PCC CURB RAMP, CURB & GUTTER, CROSS GUTTER, AND SIDEWALK TP-34 Upon completion of each curb ramp, the flow line shall be water tested for ponding prior to acceptance of the curb ramp. 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. CRACK SEAL, SLURRY SEAL, CAPE SEAL TP-35 SECTION SEVEN CRACK SEAL, SLURRY SEAL, CAPE SEAL PART 1 GENERAL 1.1 REFERENCE BID ITEMS A-15 & A-16 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. Prior to application of crack seal, slurry seal, or cape seal the Contractor shall also perform micro-milling and pavement coring Per Section Eight “Asphalt Concrete Paving, Aggregate Base” and Pavement Coring per Section Eight. The Contractor shall perform micro-milling to remove edge of pavement material build-up as shown on the Plans. The Contractor shall perform a pavement coring program on each street segment to validate the required base repair thickness for each street segment. 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 CRACK SEAL, SLURRY SEAL, CAPE SEAL TP-36 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. 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 CRACK SEAL, SLURRY SEAL, CAPE SEAL TP-37 respond to directives from the Engineer, during all periods of this work. PART 2 PRODUCTS 2.1 CAPE 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 “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% Materials for slurry seal used as part of a Cape Seal shall conform to Section 2.2 “Slurry Seal with 2% Latex”. 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. CRACK SEAL, SLURRY SEAL, CAPE SEAL TP-38 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% 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, CRACK SEAL, SLURRY SEAL, CAPE SEAL TP-39 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. 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 shall be cleaned and sealed as described herein under Part 3.4 “Crack Sealing”. 2. 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. When removing the raised pavement markers the Contractor shall remove excessive adhesive left on pavement caused by CRACK SEAL, SLURRY SEAL, CAPE SEAL TP-40 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. 3. 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. 4. 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. 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 CRACK SEAL, SLURRY SEAL, CAPE SEAL TP-41 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). 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 CRACK SEAL, SLURRY SEAL, CAPE SEAL TP-42 recommended equipment. Manufacturer’s specifications and equipment recommendations shall be furnished to the Engineer prior to construction. 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 CAPE SEALING 1. General The Contractor shall first complete all required Surface preparation and cracking sealing to prepare the surface to receive cape sealing. 2. Spreading Chip sealing related to cape 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 CRACK SEAL, SLURRY SEAL, CAPE SEAL TP-43 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. 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. 3. 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. CRACK SEAL, SLURRY SEAL, CAPE SEAL TP-44 4. 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 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. 5. Quality Control CRACK SEAL, SLURRY SEAL, CAPE SEAL TP-45 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. 6. Slurry Seal Application Following application and completion of the chip seal operation, the cape seal operation shall be finalized with the application of Slurry Seal in accordance with Section 3.6 “Slurry Sealing”. 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 CRACK SEAL, SLURRY SEAL, CAPE SEAL TP-46 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 as part of a cape seal. The slurry shall be applied at a uniform rate on all various surfaces to result in a finished average thickness of 1/4 inch and shall not vary more 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 CRACK SEAL, SLURRY SEAL, CAPE SEAL TP-47 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 (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. CRACK SEAL, SLURRY SEAL, CAPE SEAL TP-48 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 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. SECTION EIGHT TP-49 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. 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 TP-50 SECTION EIGHT ASPHALT CONCRETE PAVING, AGGREGATE BASE PART 1 GENERAL 1.1 REFERENCE BID ITEMS A-19 through A-22 & A-25 and B-13 through B-15 & B-19 1.2 DESCRIPTION OF WORK This Section includes work related to micro-milling or 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. Micro-milling may also be required prior to the application of crack seal, slurry seal, and cape seal per Section Seven “Crack Seal, Slurry Seal, Cape Seal”. Prior to milling, overlay, or base repair operations, the Contractor shall conduct a pavement coring program to validate the required depth of pavement base repairs. 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. Mix design submittals shall adhere to Caltrans submittal form templates, form number DOT CEM-3512, titled “Contractor Hot Mix Asphalt Design Data. 2. Herbicide ASPHALT CONCRETE PAVING, AGGREGATE BASE TP-51 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. 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. ASPHALT CONCRETE PAVING, AGGREGATE BASE TP-52 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). 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 CORING PROGRAM The Contractor shall conduct full depth pavement coring to determine the depth of existing asphalt concrete and validate base repairs thicknesses with the engineer two (2) weeks prior to the paving operation. At a minimum the Contractor shall perform at least one pavement core for each street segment. For longer street segments, the Contractor shall perform at least one pavement core for every 1,500 centerline-feet on undivided highways, and 1,500-centerline feet for each direction of travel on divided highways (arterials). The Contractor shall be responsible for determining suitable locations for pavement coring and submitting to the Engineer for approval. Once approved, the Contractor shall obtain DigAlert clearance for the required excavations. The coring submittal shall be provided in an MS Excel spreadsheet and must include the following details for each coring location: · Street Name: Specify the name of the street where the coring was conducted. ASPHALT CONCRETE PAVING, AGGREGATE BASE TP-53 · Core Location: Provide precise location details, such as GPS coordinates or a specific address, to ensure accurate identification. · Existing Asphalt Concrete (AC) Thickness: Record the measured thickness of the asphalt core to within 1/8”. · Fabric Presence: Indicate whether any paving fabric is present within the core sample and provide relevant observations. · Photo of the Core location: Contractor shall take a representative picture of the locations showing the core hole and the surrounding pavement. · Core Sample Photo: The contractor shall include a clear photograph of each core sample for documentation and verification purposes. The spreadsheet should be well-organized, ensuring clarity, accuracy, and ease of review. 3.2 MICRO-MILLING Micro milling shall be performed in conformance with SSPWC Subsection 405 “Micro-Milling”. The Contractor shall conduct micro-milling on street segments identified on the plans along the edge of pavement to reduce the prevalence of asphalt or paving seal build-up. Micro milling operations shall be conducted at a width of 4 feet to properly prepare the existing asphalt concrete surface for the application of a Cape Seal or Slurry Seal. Milling depth shall maximum at the gutter lip or edge of pavement vary in depth along the length of the gutter lip or edge of pavement. The Contractor shall mill up to a maximum of 1” depth to create a milled surface flush with the adjacent gutter pan or edge of pavement. Milling depth shall taper to zero depth at 4 feet perpendicular edge of pavement. Micro milling operations shall be completed prior to beginning cape seal or slurry seal application. Cape Seal and Slurry Seal paving operations shall be conducted no more than one (1) week after the micro milling operation. ASPHALT CONCRETE PAVING, AGGREGATE BASE TP-54 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 micro milling operations. All pavement transitions and temporary striping/markings shall be in place prior to the opening of a lane for traffic. The Contractor is to notify the Engineer at least two (2) working days prior to and immediately after the micro mill operations so that observations and measurements may be made of areas before the placement of permanent asphalt or seal application. 3.3 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. ASPHALT CONCRETE PAVING, AGGREGATE BASE TP-55 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 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. 3.4 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. 3.5 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 ASPHALT CONCRETE PAVING, AGGREGATE BASE TP-56 filler. The pavement surface should be warm, dry, and free of any dust, dirt, and deleterious material before applying the crack sealant. 3.6 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%. 3.7 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”. ASPHALT CONCRETE PAVING, AGGREGATE BASE TP-57 3.8 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”. Immediately prior to placement of ARHM materials, the Contractor shall perform a temperature test of the ARHM materials and provide to the Engineer. If the temperature of the ARHM is not within specifications, the Engineer may reject the materials for placement. 3.9 BASE REPAIRS Base repairs include the repair of localized asphalt concrete failure by cold milling, sawcutting, and excavating the 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. SECTION NINE TP-58 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. 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 TP-59 SECTION NINE TRAFFIC STRIPING, MARKINGS, MARKERS, SIGNAGE, AND TRAFFIC SIGNALS PART 1 GENERAL 1.1 REFERENCE BID ITEMS A-23 through A-24 and B-16 through B-18 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 TP-60 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. Crosswalks shall be comprised of skid-resistant preformed thermoplastic 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”. TRAFFIC STRIPING, MARKINGS, MARKERS, SIGNAGE, AND TRAFFIC SIGNALS TP-61 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 TP-62 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 TP-63 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 TP-64 314-4.3.5 “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 TP-65 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 TP-66 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 TP-67 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. END OF SECTION 293492.1 PART V APPENDICES 293492.1 APPENDIX A STREET SWEEPING SCHEDULE 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 57 60 60 57 10 57 60 71 60 57 142 57 60 71 60 57 142 2300 E. Katella Ave, Suite 125 Anaheim, CA 92806 (657) 275-3018 DATE: ISSUED FOR BIDS 02/26/202 5 CITY OF DIAMOND BAR CITY LIMITS PROJECT AREA PROJECT AREA 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$ 3/19/2025 2300 E. Katella Ave, Suite 125 Anaheim, CA 92806 (657) 275-3018 DATE: ISSUED FOR BIDS 02/26/202 5 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$ 3/19/2025 57 60 60 57 2300 E. Katella Ave, Suite 125 Anaheim, CA 92806 (657) 275-3018 DATE: ISSUED FOR BIDS 02/26/202 5 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$ 3/19/2025 LYCOMING STREET DRYANDER DRIVEBREA CANYON ROADLYONWOOD AVENUESUMMERWOOD AVENUEWASHINGTON AVENUE RAINWOOD DRIVE SILVER FIR ROADSUNWOOD DRIVE LINCOLN AVENUEFIBRE COURTWINDWOOD DRIVEVIA SORELLACHURCH GATEWAY FRIENDS BREA CANYON ROADCAPEN AVENUEADEL AVENUEFAREL AVENUEDAVAN STREETGLENTHORPE DRIVE GLENBR O O K D R I V E 2300 E. Katella Ave, Suite 125 Anaheim, CA 92806 (657) 275-3018 DATE: ISSUED FOR BIDS 02/26/202 5 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$ 3/19/2025 BREA CANYON ROAD LYCOMING STREET NORTHHAMPTON STREET EARLGATE S T R E E T GLENWICK AVENUEADAMSGROVE AVENUEMOONL A K E S T R E E T PINEFALLS AVENUEPENARTH AVENUEDARIUS AVENUECAMBON AVENUE2300 E. Katella Ave, Suite 125 Anaheim, CA 92806 (657) 275-3018 DATE: ISSUED FOR BIDS 02/26/202 5 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$ 3/19/2025 GOLD E N S P RI N G S D RI V E BANNING WAYRAPIDV IEW DR IVE HERN DRMAHOGANY COURTBLENARM DR IVE RA N G E T O N D R I V E KELFIELD DRIVE RA P I D V I E W D R I V E DRIV ERAPI D VI E W CLIM B E R D RI V E HOLL O W PI N E D RI V E GREENSIDE D R I V E COURTALDAL E M O N A V E N U E KELFIELD DRIVE RAPI D VI E W WILLOW BUD DRIVEGOLD CANYON DRIVEBLACKHAWK DRIVELEMON AVENUETR U S S C O U R T LARK S T O N E D R I V E MIDDLE SCHOOL SOUTH POINTE DAB COURTLARKSTONE PARK CAND L E R C O U R T COURTALDAL E M O N A V E N U E 2300 E. Katella Ave, Suite 125 Anaheim, CA 92806 (657) 275-3018 DATE: ISSUED FOR BIDS 02/26/202 5 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$ 3/19/2025 WALN U T D RI V E S O U T H CALBOURNE DR IVE DAMIETTA D R I V E C L O R I N D A D R I V E B E L B U R Y D R I V E ARKLEY DRIVEFLINTGAT E D R I V E GOL D E N S P RI N G S D RI V EARKLEY DR IVE CAL P ET D RI V E FLINTGAT E D R I V E PATHFINDER R O A D LAKE CANYON ROAD STARSHINE ROADMISSIONARY RIDGE STREE T SHADED WOOD ROAD2300 E. Katella Ave, Suite 125 Anaheim, CA 92806 (657) 275-3018 DATE: ISSUED FOR BIDS 02/26/202 5 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$ 3/19/2025 WALNUT DRIVELYCOMING STREETLEMON AVENUE EARLGATE STREETLEMON AVENUE 2300 E. Katella Ave, Suite 125 Anaheim, CA 92806 (657) 275-3018 DATE: ISSUED FOR BIDS 02/26/202 5 MATCHLINE "L" STA 18+50 SEE BELOWMATCHLINE "L" STA 18+50 SEE ABOVEMATCHLINE "L" 24+50 SEE DRAWING 9RMRA 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$ 3/19/2025 GOLDEN SPRINGS DRIVEFREEWAY ON-RAMPFREEWAY ON-RAMPFREEWAY OFF-RAMP60 LEMON AVENUE 2300 E. Katella Ave, Suite 125 Anaheim, CA 92806 (657) 275-3018 DATE: ISSUED FOR BIDS 02/26/202 5MATCHLINE "L" 24+50 SEE SHEET 8RMRA 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$ 3/19/2025 BREA CANYON CUTOFF ROAD OAK CREST DRIVEBREA CANYON CUTOFF R O A D 2300 E. Katella Ave, Suite 125 Anaheim, CA 92806 (657) 275-3018 DATE: ISSUED FOR BIDS 02/26/202 5 MATCHLINE "B" STA 18+50 SEE BELOWMATCHLINE "B" 28+50 SEE DRAWING 11MATCHLINE "B" STA 18+50 SEE ABOVERMRA 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$ 3/19/2025 FALLOW FIELD DRIVEBRE A C A N Y O N C U T O F F R O A D S DIAMOND C A N Y O N R O A D 2300 E. Katella Ave, Suite 125 Anaheim, CA 92806 (657) 275-3018 DATE: ISSUED FOR BIDS 02/26/202 5MATCHLINE "B" 28+50 SEE SHEET 10RMRA 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$ 3/19/2025 WALNUT DRIVELEMON AVENUELYCOMING STREETLEMON AVENUE EARLGATE STREET2300 E. Katella Ave, Suite 125 Anaheim, CA 92806 (657) 275-3018 DATE: ISSUED FOR BIDS 02/26/202 5 MATCHLINE "L" STA 18+50 SEE BELOWMATCHLINE "L" STA 18+50 SEE ABOVEMATCHLINE "L" 24+50 SEE DRAWING 13RMRA 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$ 3/19/2025 LEMON AVENUE GOLDEN SPRINGS DRIVE60FREEWAY ON-RAMPFREEWAY ON-RAMPFREEWAY OFF-RAMP2300 E. Katella Ave, Suite 125 Anaheim, CA 92806 (657) 275-3018 DATE: ISSUED FOR BIDS 02/26/202 5MATCHLINE "L" 24+50 SEE SHEET 12RMRA 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$ 3/19/2025 BREA CANYON CUTOFF ROAD BREA CANYON C U T - O F F R O A D OAK CREST DRIVE2300 E. Katella Ave, Suite 125 Anaheim, CA 92806 (657) 275-3018 DATE: ISSUED FOR BIDS 02/26/202 5 MATCHLINE "B" STA 18+50 SEE BELOWMATCHLINE "B" STA 18+50 SEE ABOVEMATCHLINE "B" 28+50 SEE DRAWING 15RMRA 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$ 3/19/2025 BR E A C A N Y O N C U T O F F R O A D FALLOW FIELD DRIVES DIAMOND C A N Y O N R O A D 2300 E. Katella Ave, Suite 125 Anaheim, CA 92806 (657) 275-3018 DATE: ISSUED FOR BIDS 02/26/202 5MATCHLINE "B" 28+50 SEE SHEET 14RMRA 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$ 3/19/2025 293492.1 APPENDIX D RAISED PAEMENT 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 E PREFORMED THERMOPLASTIC PRODUCT SHEETS