HomeMy Public PortalAbout07) 7F- Staff Report_LAS TUNAS REHAB PHASE 2 SULTANA TO BALDWIN 7-21-2020AGENDA
ITEM 7.F.
COMMUNITY DEVELOPMENT DEPARTMENT
MEMORANDUM
DATE: July 21, 2020
TO: The Honorable City Council
FROM: Bryan Cook, City Manager
By: Ali Cayir, PE, City Engineer
Okan Demirci, Project Manager
SUBJECT: APPROVAL OF PLANS AND AUTHORIZATION TO INVITE BIDS FOR
THE LAS TUNAS DRIVE PAVEMENT REHABILITATION PHASE 2
FROM SULTANA AVENUE TO EAST CITY LIMIT (WEST OF BALDWIN
AVENUE), CIP NO. P20-07
RECOMMENDATION:
The City Council is requested to approve plans (Attachment “A”) for the Las Tunas Drive
Pavement Rehabilitation Phase 2 from Sultana Avenue to Baldwin Avenue, and
authorize staff to advertise the project for bids.
BACKGROUND:
1. On April 2, 2019, City Council approved the City’s updated Pavement Management
Program (PMP). Las Tunas Drive from west city limit to from Sultana Avenue to
east city limit (west of Baldwin Avenue) is identified for pavement rehabilitation in
City’s updated PMP.
2. In May, 2020, Las Tunas Avenue rehabilitation Phase 1 from west city limit to
Sultana Avenue was completed.
ANALYSIS:
The rehabilitation work in Phase 2 will involve cold-milling of existing asphalt up to 3”,
and installing a new asphalt base course up to 1” and asphalt wearing course up to 2”
with localized dig-out at areas as necessary per field conditions. This rehabilitation
method is developed based on field reviews and engineering evaluations as the
structurally and economically optimum approach to improve the pavement conditions.
The estimated budget for the project is in the range of $2.3 million, which includes hard
construction costs and budget allocation for localized area reconstruction based on field
City Council
July 21, 2020
Page 2 of 2
conditions, industry standard 10% for construction contingency allowance, and 20% for
soft costs budget allowance (Attachment “B”).
The work will be performed at night-time to minimize impacts to adjacent businesses
and traffic flow along Las Tunas Drive. The estimated duration of night work is
approximately 5 weeks.
With the approval of the bid package and Notice Inviting Bid (NIB) distribution, staff will
advertise the project for bids. It is anticipated the bid advertisement will be
approximately 1 month. After the bids are opened, staff will conduct a bid analysis, and
recommend to City Council award of the contract to the lowest responsible bidder.
The proposed project is categorically exempt from the requirements of the California
Environmental Quality Act (CEQA) pursuant to 14 California Code of Regulations §
15301 as a Class 1 categorical exemption (Existing Facilities).
CITY STRATEGIC GOALS:
Approval of the bid package and NIB distribution will further City Strategic Goals of
Public Health and Safety, Quality of Life, and Sustainable Infrastructure.
FISCAL IMPACT:
Engineer’s project cost estimate for Phase 2 of the Las Tunas Dr Pavement
Rehabilitation is approximately $2.3 million. Project funding is included in the approved
FY 2020-2021 Capital Improvement Program, which appropriated a total of $4.6 million
for the project. At the bid award, staff will be seeking Council authorization for any
allocation of funds.
ATTACHMENTS:
A.Project Plan
B.Project Cost Estimate
Document Control: D:\Dropbox (Transtech Engineers)\JOBRECRD\2018\18328 TC ROSEMEAD BL RESURFACING\WIP\3 BID PACKAGE\0 FRONT SPECS, TC, ROSEMEAD BLVD RESURFACING.docx
CITY OF TEMPLE CITY, CALIFORNIA
BIDDING AND CONTRACT DOCUMENTS, PLANS AND SPECIFICATIONS
for
LAS TUNAS BLVD PAVEMENT REHABILITATION, PHASE 2
FROM SULTANA AVE TO EAST CITY LIMIT (West of Baldwin Ave)
CITY PROJECT ID: P-20-07
Date Issued: July xx, 2020
Bid Due Date:
August xx, 2020, 2:00 PM
Submit bids to:
Office of the City Clerk
City of TEMPLE CITY
9701 Las Tunas Drive, TEMPLE CITY, CA 91780
CC STAFF REPORT ATTACHMENT A - PLANS (DRAFT BID PACKAGE)
NOT AUTHORIZED FOR BID RELEASE
July 15, 2020
Document Control Page 1 of 63
ATTACHMENT A
TABLE OF CONTENTS
DESCRIPTION SECTION
NOTICE INVITING SEALED BIDS A
INSTRUCTIONS TO BIDDERS B
BIDDER’S PROPOSAL (Entire section C shall be submitted with the bid) C
GENERAL PROVISIONS D
SPECIAL PROVISIONS E
BIDDER SHALL COMPLETE AND SUBMIT ALL DOCUMENTS AND PAGES IN SECTION “C. BIDDER’S PROPOSAL”
APPENDICES:
APPENDIX A - SAMPLE CONTRACT TO BE EXECUTED
APPENDIX B - PROJECT PLANS
CC STAFF REPORT ATTACHMENT A - PLANS (DRAFT BID PACKAGE)
NOT AUTHORIZED FOR BID RELEASE
July 15, 2020
Document Control Page 2 of 63
Page: A.1
A.NOTICE INVITING FORMAL SEALED BIDS
LAS TUNAS BLVD PAVEMENT REHABILITATION, PHASE 2
FROM SULTANA AVE TO EAST CITY LIMIT (West of Baldwin Ave)
CITY PROJECT ID: P-20-07
City of Temple City
PUBLIC NOTICE IS HEREBY GIVEN that the City of Temple City invites sealed bids for the above stated
project and will receive such bids in the office of the City Clerk, City of Temple City, 9701 Las Tunas Drive,
Temple City, CA 91780, up to the hour of 2:00 PM on August xx, 2020. The bids received will be publicly
opened approximately 15 minutes after the bid submittal deadline in the City Hall.
This Notice Inviting Formal Sealed Bids will be advertised in a newspaper of general circulation, printed
and published in the jurisdiction of the City of Temple City at least fourteen (14) calendar days before the
bid opening date.
Pre-Bid Meeting:
There is no pre-bid meeting for this project.
Bidding and Contract Documents, Plans and Specifications Available:
Copies of the Bidding and Contract Documents, Plans and Specifications can be obtained as follows:
1.Please e-mail your request with your contact information to: okan.demirci@transtech.org. Upon
receipt of your e-mail, you will be registered as a plan holder, and a pdf file of the Bidding and
Contract Documents, Plans and Specifications will be e-mailed to you at no cost.
2.Hard copy of the Bidding and Contract Documents, Plans and Specifications can be picked up at a
non-refundable cost of $100 from City of Temple City, 9701 Las Tunas Drive, Temple City, CA
91780. Please first e-mail to okan.demirci@transtech.org and request a hard copy 2 days in
advance. Make check payable to “City of TEMPLE CITY”. Place a note on the check as follows:
Cost for Plan Set for CITY PROJECT ID: P20- xx.
3.Hard copies will not be mailed.
Pre-Bid Inquiries:
All questions regarding this bid shall be directed via email, no later than 7 calendar days prior to the
Bid due date and time, to Okan Demirci, PE, Project Manager at okan.demirci@transtech.org. Any
questions received after this deadline will not be answered. It is the responsibility of the bidder to
confirm transmission of correspondence.
Scope of Work:
The work consists of furnishing all materials, equipment, tools, labor, and incidentals as described in detail in
the Bidding and Contract Documents, Plans and Specifications to construct the project. Major work
components include coldmill and overlay of LAS TUNAS BLVD PAVEMENT REHABILITATION, PHASE 2, FROM
SULTANA AVE TO EAST CITY LIMIT (West of Baldwin Ave) and other improvements as shown in BIDDING
AND CONTRACT DOCUMENTS, PLANS AND SPECIFICATIONS.
Location of Work:
Locations of work is shown on Appendix B-Project Plan.
Estimated Cost of Work:
Estimated cost is $1.800,000.
CC STAFF REPORT ATTACHMENT A - PLANS (DRAFT BID PACKAGE)
NOT AUTHORIZED FOR BID RELEASE
July 15, 2020
Document Control Page 3 of 63
Page: A.2
Retention:
The City will deduct a State-mandated 5 percent retention from all progress payments.
Project Completion:
The project shall be completed per the schedule specified in Section “B. INSTRUCTIONS TO BIDDERS”,
Subsection “CONSTRUCTION SCHEDULE, PROGRESS OF WORK, LIQUIDATED DAMAGES”.
Bid Bond:
Bids must be accompanied by a bid bond, made payable to the City of TEMPLE CITY for an amount no
less than ten percent (10%) of the bid amount.
Required License Classification:
Required License Classification is State of California, A-General Engineering Contractor. No bid will be
accepted from a Contractor who has not been licensed in accordance with the provisions of the
Business and Professions Code.
SB 854 Requirements
This project is subject to the requirements of SB 854. No prime contractor or subcontractor may be
listed on a bid proposal for a public works project (submitted on or after March 1, 2015) unless
registered with the Department of Industrial Relations pursuant to Labor Code section 1725.5. No
prime contractor or subcontractor may be awarded a contract for public work on a public works
project (awarded on or after April 1, 2015) unless registered with the Department of Industrial
Relations pursuant to Labor Code section 1725.5. This project is subject to compliance monitoring
and enforcement by the Department of Industrial Relations. The bid proposal must include a print
out from the DIR registration website showing that the prime contractor and each subcontractor is
currently registered. No bid proposals will be accepted nor any contract entered into with a prime
contractor without proof of registration as required above. [Unless within the limited exceptions from
this requirement for bid proposals only under Labor Code Section 1771.1(a)]. The prime contractor
will be required to post job site notices regarding Labor Code compliance as described in 8 California
Code of Regulation section 16451(d).
Prevailing Wages Required:
Prevailing wages shall be paid to all workers in accordance with California Labor Code 1771. A copy
of the prevailing wages schedule is on file with the City.
Federal Funds:
There are no Federal Funds utilized for this project.
DBE:
There is no mandatory DBE Participation requirement. All bidders are required to comply with all
applicable competitive bidding and labor compliance laws including, but not limited to, active
solicitation of subcontract bids from minority-owned businesses, women-owned businesses, and
businesses owned by disabled veterans. The City hereby notifies all qualified bidders that it will
affirmatively insure that qualified minority business enterprises will be afforded full opportunity to
submit bids in response to this invitation and will not be discriminated against on the basis of race,
color, national origin, ancestry, sex, religion, or handicap in consideration for an award. Attention is
directed to the provisions of Section 1777.5 (Chapter 1411, Statutes of 1968) and 1777.5 of the Labor
CC STAFF REPORT ATTACHMENT A - PLANS (DRAFT BID PACKAGE)
NOT AUTHORIZED FOR BID RELEASE
July 15, 2020
Document Control Page 4 of 63
Page: A.3
Code concerning the employment of apprentices by the Contractor’s or any such subcontractors
under hire. The bidders and the selected Contractor shall not allow discrimination in employment
practices on the basis of race, color, national origin, ancestry, sex, religion, or handicap.
Bonds Required:
A labor and materials payment bond is required in accordance with California Civil Code 9550 in a
form approved by the City. Also a performance bonds and public improvement warranty are required.
See Sample Contract for the required bond forms.
Substitution of Securities for Retention:
The contractor may deposit securities in lieu of the 5% progress payment retentions in accordance
with California Public Contracts Code 22300.
Excavation Safety:
If the work involves an excavation or trench five feet or deeper, the bid must contain a separate bid
item for adequate sheeting, shoring, bracing and safety measures approved by the City.
City Business License:
The successful Contractor and his subcontractors will be required to possess business licenses from
the City.
In entering into a public works contract, or a subcontract, to supply goods, services, or materials pursuant
to a public works contract, the Contractor, or subcontractors, offers and agrees to assign to the awarding
body all rights, title and interest in, and to, all causes of action it may have under Section 4 of the Clayton
Act (15 U.S.C. Section 15) or under the Cartwright Act (Chapter 2 [commencing with Section 16700] of
Part 2 of Division 7 of the Business and Professions Code), arising from purchases of goods, services, or
materials pursuant to the public work’s contract or subcontract. This assignment shall be made and
become effective at the time the awarding body tenders final payment to the Contractor, without further
acknowledgment by the parties.
Bids must be prepared on the approved Proposal forms in conformance with the Instructions to Bidders
and submitted in a sealed envelope plainly marked on the outside. Bids must be accompanied by a bid
bond, made payable to the City of Temple City for an amount no less than 10 percent of the amount of
bid.
The City reserves the right to reject any or all bids, to waive any irregularity, and to take all bids under
advisement for a period of 60 calendar days.
Any contract entered into pursuant to this notice shall become effective or enforceable against the City
of TEMPLE CITY only when the formal written contract has been duly executed by the appropriate officers
of the City.
Submittal of your bid assumes that you have made a thorough and complete investigation of the project
site and that you have discovered no apparent discrepancies between the scope of work set forth in the
plans and specifications and the actual field conditions.
If there are any questions regarding this project, please contact in writing via e-mail:
Okan Demirci, PE
CC STAFF REPORT ATTACHMENT A - PLANS (DRAFT BID PACKAGE)
NOT AUTHORIZED FOR BID RELEASE
July 15, 2020
Document Control Page 5 of 63
Page: A.4
okan.demirci@transtech.org
All inquiries must be submitted in writing.
BY ORDER of the City of Temple City, California.
CC STAFF REPORT ATTACHMENT A - PLANS (DRAFT BID PACKAGE)
NOT AUTHORIZED FOR BID RELEASE
July 15, 2020
Document Control Page 6 of 63
Page: B.1
B.INSTRUCTIONS TO BIDDERS
LAS TUNAS BLVD PAVEMENT REHABILITATION, PHASE 2
FROM SULTANA AVE TO EAST CITY LIMIT (West of Baldwin Ave)
CITY PROJECT ID: P-20-07
City of Temple City
LOCATION OF WORK
The exact location of the project is outlined in the drawings, specifications and other Contract Documents on
file at the office of the City Clerk of the City of Temple City. See Appendix B for Project Plan.
PROPOSAL FORMS
Bids shall be submitted in writing on the Proposal forms provided by the City. All information requested
therein must be clearly and legibly set forth in the manner and form indicated. The City will not consider any
proposal not meeting these requirements.
PROPOSAL GUARANTEE
Proposals must be accompanied by a proposal guarantee consisting of a bid bond payable to the City of
Temple City in the amount not less than 10 percent of the total amount of bid. Any proposal not accompanied
by such a guarantee will not be considered. If a bidder to whom a contract is awarded fails or refuses to
execute the contract documents or furnish the required insurance policies and bonds as set forth in those
documents, the proposal guarantee shall be forfeited to the City. The proposal guarantees of all bidders will
be held until the successful bidder has properly executed all contract documents.
DELIVERY OF PROPOSAL
Proposals shall be enclosed in a sealed envelope plainly marked on the outside:
LAS TUNAS BLVD PAVEMENT REHABILITATION, PHASE 2
FROM SULTANA AVE TO EAST CITY LIMIT (West of Baldwin Ave)
CITY PROJECT ID: P20-XX
City of Temple City
DO NOT OPEN WITH REGULAR MAIL
Proposals may be mailed or delivered by messenger. However, it is the bidder’s responsibility alone to ensure
delivery of the proposal to the hands of the City’s designated official prior to the bid opening hour stipulated
in the Notice Inviting Bids. Late proposals will not be considered.
CONSTRUCTION SCHEDULE, PROGRESS OF WORK, LIQUIDATED DAMAGES
In accordance with the Standard Specifications, and/or as may be provided for within the herein Special
Provisions, after notification of award and prior to start of any work, the Contractor shall submit to the
Engineer for approval its proposed Construction Schedule. At a scheduled date prior to commencement of
work, the Contractor and all subcontractors shall attend a pre-construction conference at the City Hall.
CC STAFF REPORT ATTACHMENT A - PLANS (DRAFT BID PACKAGE)
NOT AUTHORIZED FOR BID RELEASE
July 15, 2020
Document Control Page 7 of 63
Page: B.2
The project shall be completed per the following schedule:
Task No Description Date
Step 1.City Task Contract award by the City Council. Date 1
(= September xx, 2020)
Step 2.City Task City will send out Contract to Contractor for signatures. Date 2 = Date 1 + 2 working days
(= September xx, 2020)
Step 3.Contractor
Task Contractor shall return signed Contract with required bonds and insurances to City. Date 3 = Date 2 + 5 working days
(= September xx, 2020)
Step 4. City Task City will counter sign the Contract and provide a fully executed Contract to Contractor. Date 4 = Date 3 + 2 working days
(= September xx, 2020)
Step 5. Joint Task
A Pre-construction meeting will be held.
Contractor shall submit its project schedule to the City at the Pre-construction meeting,
with project start date established based on Date 6 shown in Task 6.
Date 5 = Date 4 + 1 working day
(= September xx, 2020)
Step 6. City Task City will issue to the Contractor NTP (Notice to Proceed) to commence with the project
construction.
Date 6 = Effective Date of for the start of
construction
(= September xx, 2020)
Step 7. Contractor
Task
Contractor shall complete field construction within 30 working days (which includes 10
working night time-counted as work days- for coldmill and overlay; and 2 working night
time-counted as work days- for striping cat-tracking and 3 working night time-counted as
work days- for final striping.
Date 7A = Date 6 + specified duration.
Note: If and Contactor tasks and the work
described in this schedule are not
completed by the contractor within the
required durations, City will assess
$1,000 per calendar day as liquidated
damages.
All durations above related to Contractor tasks shall remain the same regardless of City’s completion of City tasks.
The Contractor agrees that failure to complete work within the time allowed will result in damages being
sustained by the City. Contractor and City agree that failure to complete the project will result in
inconvenience to the citizens of the City. The parties also agree that failure to complete the project on
time will prevent the City from having the use of the affected facilities. Therefore, the parties agree such
damages among others are, and will continue to be, impracticable and extremely difficult to determine,
but that One Thousand Dollars ($1,000) a calendar day is the minimum value of such costs to the City and
is a reasonable amount that the Contractor agrees to reimburse the City for each calendar day of delay in
finishing the work in excess of the time specified for completion, plus any authorized time extensions.
Execution of the contract under these specifications shall constitute agreement by the Contractor and the
City that the above indicated liquidated damage amount per calendar day is the minimum value of the costs
and actual damage caused by failure of the Contractor to complete the work within the allotted time, that
such sum is liquidated damages and shall not be construed as a penalty, and that such sum may be deducted
from payments due the Contractor if such delay occurs. Said amount may be reduced by the City if work is
sufficiently completed within the/an allotted time so that the damages are minimized.
All construction graffiti shall be removed prior to the release of retention payment.
WITHDRAWAL OF PROPOSALS
A proposal may be withdrawn by a written request signed by the bidder. Such requests must be delivered to
the City’s designated official prior to the bid opening hour stipulated in the Notice Inviting Bids. Proposals
CC STAFF REPORT ATTACHMENT A - PLANS (DRAFT BID PACKAGE)
NOT AUTHORIZED FOR BID RELEASE
July 15, 2020
Document Control Page 8 of 63
Page: B.3
may not be withdrawn after the bid opening hour stipulated in the Notice Inviting Bids without forfeiture of
the proposal guarantee. The withdrawal of a proposal will not prejudice the right of the bidder to submit a
new proposal, providing there is time to do so.
IRREGULAR PROPOSALS
Unauthorized conditions, limitations, or provisions attached to a proposal will render it irregular and may
cause its rejection. The completed proposal forms shall be without interlineations, alterations, or
erasures. Alternative proposals will not be considered unless specifically requested. No oral, telegraphic,
or telephonic proposal, modification, or withdrawal will be considered.
TAXES
No mention shall be made in the proposal of Sales Tax, Use Tax, or any other tax, as all amounts bid will
be deemed and held to include any such taxes which may be applicable.
DISQUALIFICATION OF BIDDERS
In the event that any bidder acting as a prime contractor has an interest in more than one proposal, all
such proposals will be rejected, and the bidder will be disqualified. This restriction does not apply to
subcontractors or suppliers who may submit quotations to more than one bidder, and while doing so, may
also submit a formal proposal as a prime contractor. No proposal will be accepted from a bidder who has
not been licensed in accordance with the provisions of the State Business and Professions Code.
DISCREPANCIES AND MISUNDERSTANDINGS
Before submitting a Proposal, Bidders must satisfy themselves by personal examination of the work site,
Plans, Specifications, and other contract documents, and by any other means as they may believe
necessary, as to the actual physical conditions, requirements and difficulties under which the work must
be performed, and shall include in the Proposal, the cost of all items necessary in the construction of the
project. The Bidder shall not be allowed any extra compensation by reason of any matter or thing,
concerning that which such the Bidder might have fully informed himself prior to the bidding. No bidder
shall at any time after submission of a proposal make any claim or assertion that there was any
misunderstanding or lack of information regarding the nature or amount of work necessary for the
satisfactory completion of the job.
Any errors, omissions, or discrepancies found in the Plans, Specifications, or other contract documents
shall be called to the attention of the City. Should a Bidder find any ambiguity, inconsistency or error in
the plans and project manual, or be in doubt as to their meaning, the Bidder shall notify the City, in writing
via e-mail as specified in the Notice of Inviting Bids Section. Issues requiring clarification will be addressed
in a written addendum response, sent by facsimile to each Bidder, person or firm recorded by the City as
having received plans. Any addenda issued by the City during the time of bidding are to be included in
the proposal from the Bidder, and shall become a part of the Bid documents. The Bidder shall acknowledge
receipt of addenda on the proposal form in the space provided.
By submitting a bid, the Bidder shall be held to have personally examined the site and the drawings, to
have carefully read the specifications, and to have satisfied itself as to its ability to meet all the difficulties
attending the execution of the proposed contract before the delivery of this proposal, and agrees that if
CC STAFF REPORT ATTACHMENT A - PLANS (DRAFT BID PACKAGE)
NOT AUTHORIZED FOR BID RELEASE
July 15, 2020
Document Control Page 9 of 63
Page: B.4
awarded the contract, will make no claim against the City based on ignorance or misunderstanding of the
plans, specifications, site conditions and/or contract provisions.
PERMITS AND LICENSES
The Contractor shall procure all permits and licenses, pay all charges and fees, and give all notices
necessary and incidental to the due and lawful prosecution of the work. No fee is charged for the Permit
issued by the City for a public works project. The Contractor shall pay for and obtain a City Business
License.
CONTRACTORS LICENSE LAW
The successful Bidder shall comply with and require all subcontractors to comply with all Federal, State
and City Contractor License Laws and be dully registered and licensed thereunder as required.
The successful Bidder is required to provide and pay for a performance and a payment bond. These bonds
shall cover the faithful performance (100%) of the Contract for Construction and the payment of all
obligations (100%) arising thereunder, in such form as the City may prescribe and with such sureties as
they may approve. The successful Bidder shall require the attorney in fact who executes the required
bonds on behalf of the surety to affix thereto a certified and current copy of his Power of Attorney
indicating the monetary limit of such power.
The City reserves the right to reject any proposed bonding company without stating cause. In this event
the successful Bidder shall provide an alternate bonding company selection acceptable to the City.
Bonds shall conform to state statutes regarding performance bond and labor and material payment bond
with amount shown on each part equal to 100% of the total amount payable by terms of the Contract for
Construction. The surety company shall be licensed to do business in state in which construction project
is located and shall be acceptable to the City. Bond amount shall be increased to include any Change
Order(s) added to the contract to 100% total value amount of each Change Order. Bonds will be recorded
along with a copy of the construction contract in the County Recorder Records by the General Contractor
with written proof submitted to the City.
LIABILITY INSURANCE
The liability insurance coverage values shall be:
1.Public Liability and Property Damage Insurance in an amount of not less than ONE MILLION DOLLARS
($1,000,000);
2.Products/Completed Operations Hazard Insurance in an amount of no less than ONE MILLION
DOLLARS ($1,000,000);
3.Comprehensive Automobile Liability Insurance in an amount not less than ONE MILLION DOLLARS
($1,000,000);
4.Contractual General Liability Insurance in an amount not less than ONE MILLION DOLLARS
($1,000,000);
5.or GENERAL AGGREGATE LIABILITY in an amount of not less than TWO MILLION DOLLARS
($2,000,000).
*Automobile and lease vehicle insurance; owned, not owned and hired. Insurance to include bodily
CC STAFF REPORT ATTACHMENT A - PLANS (DRAFT BID PACKAGE)
NOT AUTHORIZED FOR BID RELEASE
July 15, 2020
Document Control Page 10 of 63
Page: B.5
injury, sickness and death of any person and property damage owned and un-owned per occurrence.
SOCIAL SECURITY ACT
The successful Bidder agrees to comply with and to require all of his subcontractors to comply with all the
provisions of the Act of Congress approved August 14, 1935, known and cited as the Social Security Act
and also the provisions of the act of the State Legislature Approved, and known as the State
Unemployment Compensation Law and all other laws and regulations pertaining to labor and workmen
and all amendments to such data, and the contractor further agrees to indemnify and hold harmless the
City of Temple City of and from any and all claims and demands made against it by virtue of the failure of
the contractor or any subcontractors to comply with the provisions of any or all of said acts and
amendments.
SALES AND USE TAX
The successful Bidder agrees to comply with and to require all of his subcontractors to comply with all the
provisions of applicable state sales excise tax law and compensation use tax law and all amendments to
same. The successful Bidder further agrees to indemnify and hold harmless the City of Temple City of and
from any and all claims and demands made against virtue of the failure of the Contractor or any
Subcontractors to comply with the provisions of any or all said laws and amendments.
WAIVER OF LIENS
The successful Bidder (General Contractor) is responsible for the payment of all bills for labor and
materials furnished by the subcontractors, the suppliers, and the General Contractor on this project. The
General Contractor shall deliver to the City, unconditional Lien Waivers and/or Releases from himself and
from each of his subcontractors and suppliers, and at such time he shall certify that he is submitting such
lien waivers for all subcontractors and suppliers involved.
If any liens are filed against the City property, the City may, at its option, demand General Contractor
immediately provide a bond in accordance with state statutes.
LEGAL RESPONSIBILITIES
All proposals must be submitted, filed and executed in accordance with State and Federal laws relating to
bids for contracts of this nature whether the same or expressly referred to herein or not. Any bidder
submitting a proposal shall by such action thereby agree to each and all of the terms, conditions,
provisions, and requirements set forth, contemplated, and referred to in the Plans, Specifications, and
other contract documents, and to full compliance therewith.
AWARD OF CONTRACT
The award of contract, if made, will be to the lowest responsible bidder as determined solely by the City.
The City of Temple City reserves the right to reject any or all proposals, to waive any irregularity, and to
take the bids under advisement for a period of sixty (60) calendar days, as may be required to provide for
the best interests of the City. In no event will an award be made until all necessary investigations are
made as to the responsibility and qualifications of the bidder to whom the award is contemplated.
CC STAFF REPORT ATTACHMENT A - PLANS (DRAFT BID PACKAGE)
NOT AUTHORIZED FOR BID RELEASE
July 15, 2020
Document Control Page 11 of 63
Page: B.6
The Contractor shall submit a signed contract, bonds, insurance and all necessary documents to the City,
within the required schedule.
EMPLOYMENT OF APPRENTICES
Attention is directed to the provisions in Section 1777.5 of the California Labor Code concerning
employment of apprentices by the contractor or any subcontractor under him. The contractor and any
subcontractor under him shall comply with the requirements of said section in the employment of
apprentices; however, the contractor shall have full responsibility for compliance with said Labor Code
section for all apprenticable occupations, regardless of any other contractual or employment relationships
alleged to exist.
CONFLICT OF INTEREST
In the procurement of supplies, equipment, construction, and services by sub-recipients, the conflict of
interest provisions in (State LCA-24 CFR 85.36 and Non-Profit Organizations – 24 CFR 84.4), OMB Circular
A-110, and 24 CFR 570.611, respectively, shall apply. No employee, officer or agent of the sub-recipient
shall participate in selection, or in the award or administration of a contract supported by Federal funds
if a conflict of interest, real or apparent, would be involved.
SUBCONTRACTS
Subcontracts shall comply with SECTION 2-SCOPE AND CONTROL OF THE WORK, of the Greenbook
(Standard Specifications for Public Works Construction, latest edition). The Contractor is required to
perform, with its own organization, contract work amounting to at least 51 percent of the Contract Price.
Failure to meet these requirements will result in disqualifying of the bid or termination of the contract.
This provision supersedes any other provisions which specified a different subcontract requirement
Proposed subcontractor names, a general description of the work to be performed by each subcontractor
and the dollar amount for each subcontractor shall be submitted with the bid.
PROJECT CLOSE OUT DOCUMENTS
Within 10 calendar days of completion of the project, the Contractor shall submit project close out
documents, including: Drawings showing as built conditions with red pencil; All warranties and
guarantees; All paperwork required for labor compliance; All final lien releases; All other project related
documents requested by the City.
PROPOSAL REQUIREMENTS AND CONDITIONS
The bidder’s attention is directed to the applicable provisions in the Standard Specifications for Public
Works Construction requirements and conditions which must be observed in the preparation of the
proposal form and the submission of the bid.
1.Examination of Site, and Specifications: Bidders shall examine the site of the work and acquaint
themselves with all conditions affecting the work. By submitting a bid, the Bidder shall be held to
have personally examined the site, to have carefully read the specifications, and to have satisfied itself
as to its ability to meet all the difficulties attending the execution of the proposed contract before the
CC STAFF REPORT ATTACHMENT A - PLANS (DRAFT BID PACKAGE)
NOT AUTHORIZED FOR BID RELEASE
July 15, 2020
Document Control Page 12 of 63
Page: B.7
delivery of this proposal, and agrees that if awarded the contract, will make no claim against the City
based on ignorance or misunderstanding of the specifications, site conditions and/or contract
provisions.
2.The Contractor shall have included in the contract price a sufficient sum to cover all items, including
labor, materials, tools, equipment and incidentals, that are implied or required for the complete
improvements as contemplated by the contract documents.
OTHER CONTRACT PROVISIONS
The bidder’s attention is directed to other contract provisions, as listed below, which must be observed
in the preparation of the proposal form and the submission of the bid:
•Federal Labor Standards Provisions
•Current Federal DOL Wage Decision
•Federal EEO and Affirmative Action Requirements
•Contracting with Small & Minority Firms, Women’s Business Enterprise
•Compliance with Clean Air and Water Acts
If there are any questions regarding this project, please contact via e-mail:
Okan Demirci, PE, Project Manager
okan.demirci@transtech.org
All inquiries must be submitted in writing.
CC STAFF REPORT ATTACHMENT A - PLANS (DRAFT BID PACKAGE)
NOT AUTHORIZED FOR BID RELEASE
July 15, 2020
Document Control Page 13 of 63
Page: C.1
BIDDER SHALL COMPLETE AND SUBMIT ALL DOCUMENTS AND PAGES IN SECTION “C. BIDDER’S PROPOSAL”
C.BIDDER’S PROPOSAL
LAS TUNAS BLVD PAVEMENT REHABILITATION, PHASE 2
FROM SULTANA AVE TO EAST CITY LIMIT (West of Baldwin Ave)
CITY PROJECT ID: P-20-05
City of Temple City
Bidder’s Name:
In accordance with the City of Temple City’s Notice Inviting Sealed Bids, the undersigned BIDDER, hereby
proposes to furnish all materials, equipment, tools, labor, and incidentals required for the above stated
project as set forth in the Plans, Specifications, and contract documents therefore, and to perform all work
in the manner and time prescribed therein.
BIDDER declares that this proposal is based upon careful examination of the work site, Plans,
Specifications, Instructions to Bidders, and all other contract documents. If this proposal is accepted for
award, BIDDER understands that failure to enter into a contract in the manner and time prescribed will
result in forfeiture to the City of Temple City of the guarantee accompanying this proposal.
BIDDER understands that a bid is required for the entire work. The contract will be awarded on the prices
shown on the bid schedule. It is agreed that the unit and/or lump sum prices bid include all appurtenant
expenses, taxes, royalties and fees. In the case of discrepancies in the amounts of bid, unit prices shall
govern over extended amount, and words shall govern over figures.
If awarded the Contract, the undersigned further agrees that in the event of the BIDDER’S default in
executing the required contract and filing the necessary bonds and insurance certificates within ten
working days after the date of the City of Temple City’s notice of award of contract to the BIDDER, the
proceeds of the security accompanying this bid shall become the property of the City of Temple City and
this bid and the acceptance hereof may, at the City of Temple City’s option, be considered null and void.
BID SCHEDULE
To the Temple City’s City Council, herein called the “Council”.
Pursuant to and in compliance with your Notice Inviting Bids and the other documents relating thereto, the
undersigned bidder, having familiarized himself with the work as per the paragraph, Discrepancies and
Misunderstandings, contained in the INSTRUCTIONS TO BIDDERS section, and with the terms of the contract,
the local conditions affecting the performance of the contract, and the cost of the work at the place where
the work is done, and with the drawings and specifications and other contract documents, hereby proposes
and agrees to perform, within the time stipulated, the contract, including all of its component parts, and
everything required to be performed, and to provide and furnish any and all of the labor, materials, tools,
expendable equipment, and all applicable taxes, utility and transportation services necessary to perform the
contract and complete in a workmanlike manner, all in strict conformity with the Contract Documents on file
at the office of the City Clerk of said City, per the following bid schedule:
(Bidder shall provide a bid amount for each bid item listed below. Failure to provide a bid for each bid item
shall render the bid non-responsive).
CC STAFF REPORT ATTACHMENT A - PLANS (DRAFT BID PACKAGE)
NOT AUTHORIZED FOR BID RELEASE
July 15, 2020
Document Control Page 14 of 63
Page: C.2
BIDDER SHALL COMPLETE AND SUBMIT ALL DOCUMENTS AND PAGES IN SECTION “C. BIDDER’S PROPOSAL”
BID SCHEDULE
LAS TUNAS BLVD PAVEMENT REHABILITATION, PHASE 2
FROM SULTANA AVE TO EAST CITY LIMIT (West of Baldwin Ave)
CITY PROJECT ID: P-20-07
City of Temple City
ITEM
NO. DESCRIPTION OF ITEM
QUANTITY
UNIT PRICE TOTAL PRICE NO.
UNITS
UNIT
MEAS.
1 3" COLD MILL ASPHALT PAVEMENT 400,000 SF $__________ $_______________
2 CONSTRUCT ASPHALT RUBBER HOT MIX-GAP
GRADE (ARHM-GG-C) 5,500 TONS $__________ $_______________
3 CONSTRUCT ASPHALT CONCRETE TYPE B-PG 64-10 2,750 TONS $__________ $_______________
4
SAWCUT AND REMOVE 10" THICK AC/BASE
PAVEMENT SECTION AND RECONSTRUCT 10" AC
PAVEMENT SECTION CONSISTING OF 2" AHRM ON
2" AC (TYPE B-PG 64-10) ON 6" CAB (AREA TO BE
DETERMINED BY THE ENGINEER DURING
CONSTRUCTION)
10,000 SF $__________ $_______________
5
REMOVE EXISTING MARKINGS AND STRIPING IN
EXISTING PCC CONCRETE SURFACES ON LAS
TUNAS (WEST ND EAST OF TEMPLE CITY), AND
REINSTALL NEW STRIPING MARKINGS. (ALL
STRIPING SHALL COMPLY WITH CURRENT
STANDARDS, AND SHALL HAVE RAISED MARKERS
AS SHOWN ON GOOGLE AERIALS.)
1 LS $__________ $_______________
6
RESTORE ALL MARKINGS AND STRIPING (ALL
STRIPING SHALL COMPLY WITH CURRENT
STANDARDS, AND SHALL HAVE RAISED MARKERS
AS SHOWN ON GOOGLE AERIALS.)
1 LS $__________ $_______________
7 REMOVE AND RESTORE TRAFFIC LOOP DETECTOR
(WITH VARYING, SHAPE & SIZES) 85 EA $__________ $_______________
8 ADJUST STORM DRAIN/SEWER MANHOLE FRAME
AND COVER TO GRADE 16 EA $__________ $_______________
9
ADJUST VALVE COVER TO GRADE . THIS ITEM WILL
ONLY PAY IF THE WORK IS PERFORMED BY THE
CONTRACTOR. IF THE WORK IS PERFORMED BY
THE OWNER OF A VALVE (UTILITY OWNER) NO
PAYMENT WILL MADE TO THE CONTRACTOR.
70 EA $__________ $_______________
10 TRAFFIC CONTROL 1 LS $__________ $_______________
11
THIS IS A CITY ESTABLISHED ALLOWANCE FOR
MISC. PCC SIDEWALK REPAIRS IF SUCH WORK IS
APPROVED BY THE CITY. THIS AMOUNT MAY ONLY
BE USED AT CITY'S DISCRETION.
1 LS $__________ $_______________
TOTAL BID AMOUNT (Total of all Bid Items above) $_______________
In the case of discrepancies, total bid will be based on calculated amounts based on quantities and Unit Bid Amounts.
The bid prices shall include any and all costs, including labor, materials, appurtenant expenses, taxes, royalties and any and all other
incidental costs to complete the project, in compliance with the Bid and Contract Documents and all applicable codes and standards.
CC STAFF REPORT ATTACHMENT A - PLANS (DRAFT BID PACKAGE)
NOT AUTHORIZED FOR BID RELEASE
July 15, 2020
Document Control Page 15 of 63
Page: C.3
BIDDER SHALL COMPLETE AND SUBMIT ALL DOCUMENTS AND PAGES IN SECTION “C. BIDDER’S PROPOSAL”
All other work items not specifically listed in the bid schedule, but necessary to complete the work per bid and contract documents and
all applicable codes and standards are assumed to be included in various bid items and costs as applicable and as necessary.
Note: Mobilization and demobilization is assumed to be part of various bid items.
The City reserves the right to add, delete, increase or decrease the amount of any quantity shown and to delete any item from the
contract and pay the contractor at the bid unit prices so long as the total amount of change does not exceed 25% (plus or minus) of the
total bid amount for the entire project. If the change exceeds 25%, a change order may be negotiated to adjust unit bid prices.
A bid is required for the entire work, that the quantities set forth in the Bid Schedule are to calculate total bid amount, and that final
compensation under the contract will be based upon the actual quantities of work satisfactorily completed.
Bidder shall provide a bid amount for each bid item listed below. Failure to provide a bid for each bid item shall render the bid no
responsive
CC STAFF REPORT ATTACHMENT A - PLANS (DRAFT BID PACKAGE)
NOT AUTHORIZED FOR BID RELEASE
July 15, 2020
Document Control Page 16 of 63
Page: C.4
BIDDER SHALL COMPLETE AND SUBMIT ALL DOCUMENTS AND PAGES IN SECTION “C. BIDDER’S PROPOSAL”
DESIGNATION OF SUBCONTRACTORS
BIDDER proposes to subcontract certain portions of the work which are in excess of one-half of one
percent of the bid and to procure materials and equipment from suppliers and vendors as follows:
Name, address, and
phone number pf
subcontractors,
suppliers, and vendors
Work to be Performed Contractor’s
License # DIR # Dollar Amount
$_____________
$_____________
$_____________
$_____________
$_____________
$_____________
$_____________
$_____________
$_____________
Total Subcontract Amount (shall not exceed 49% of Total Bid Amount) $___________
CC STAFF REPORT ATTACHMENT A - PLANS (DRAFT BID PACKAGE)
NOT AUTHORIZED FOR BID RELEASE
July 15, 2020
Document Control Page 17 of 63
Page: C.5
BIDDER SHALL COMPLETE AND SUBMIT ALL DOCUMENTS AND PAGES IN SECTION “C. BIDDER’S PROPOSAL”
REFERENCES
The City of Temple City is interested in obtaining bids from the most qualified and capable contractors
with a proven track record able to perform work desired by the Public Works Department. Any and all
references required to be provided by the bid specifications must be for projects constructed by the
bidding company; references for other projects performed by principals or other individuals of the bidding
company may not be included.
The following are the names, addresses, and telephone numbers for three public agencies for which
BIDDER has performed similar work within the past three years.
Reference Contact Information Reference Project
Name
Contract
Value
Date
Completed
Agency Name:
$_________ Contact Name and Title:
Contact Tel No:
Agency Name:
$_________ Contact Name and Title:
Contact Tel No:
Agency Name:
$_________ Contact Name and Title:
Contact Tel No:
BONDS
The following are the names, addresses, and telephone numbers for all brokers and sureties from whom
Bidder intends to procure insurance bonds:
______________________________________________________________________________
SITE INSPECTION
The Bidder declares that he/she has carefully read and examined the plans, specifications, bid documents,
and he/she has made a personal examination of the site (indicate name of the person, representing the
bidder, who inspected the site and date below) and that he/she understands the exact scope of the Project
WITHOUT QUESTION.
Name of Person who inspected the site: _____________________
Date of Inspection: _____________________
CC STAFF REPORT ATTACHMENT A - PLANS (DRAFT BID PACKAGE)
NOT AUTHORIZED FOR BID RELEASE
July 15, 2020
Document Control Page 18 of 63
Page: C.6
BIDDER SHALL COMPLETE AND SUBMIT ALL DOCUMENTS AND PAGES IN SECTION “C. BIDDER’S PROPOSAL”
ADDENDA ACKNOWLEDGMENT
The Bidder acknowledges receipt of the following Addenda and has included their provisions in this
Proposal:
Addendum No.___________________ Dated________________
Addendum No.___________________ Dated________________
Addendum No.___________________ Dated________________
Addendum No.___________________ Dated________________
EQUAL EMPLOYMENT OPPORTUNITY COMPLIANCE
BIDDER certifies that all previous contracts or subcontracts, all reports which may have been due under
the requirements of any Agency, Site, or Federal equal employment opportunity orders have been
satisfactorily filed, and that no such reports are currently outstanding.
AFFIRMATIVE ACTION CERTIFICATION
BIDDER certifies that affirmative action has been taken to seek out and consider minority business
enterprises for those portions of work to be subcontracted, and that such affirmative actions have been
fully documented, that said documentation is open to inspection, and that said affirmative action will
remain in effect for the life of any contract awarded hereunder. Furthermore, BIDDER certifies that
affirmative action will be taken to meet all equal employment opportunity requirements of the contract
documents.
NONCOLLUSION AFFIDAVIT
BIDDER declares that the only persons or parties interested in this proposal as principals are those named
herein: that no officer, agent, or employee of the City of Temple City is personally interested, directly or
indirectly, in this proposal; that this proposal is made without connection to any other individual, firm, or
corporation making a bid for the same work and that this proposal is in all respects fair and without
collusion or fraud.
CC STAFF REPORT ATTACHMENT A - PLANS (DRAFT BID PACKAGE)
NOT AUTHORIZED FOR BID RELEASE
July 15, 2020
Document Control Page 19 of 63
Page: C.7
BIDDER SHALL COMPLETE AND SUBMIT ALL DOCUMENTS AND PAGES IN SECTION “C. BIDDER’S PROPOSAL”
BIDDER INFORMATION
Bidder’s Name:
Address:
Form of Legal Entity (i.e., individual, partnership, corporation, etc.)
If a Corporation, State of Incorporation (i.e., Calif.)
State Contractor’s License No. and Class
DIR Registration No.: (Also provide DIR No’s for subcontractors as
separate attachment)
Contact Person Information:
Name Title E-mail Tel
The following are the names, titles, addresses, and phone numbers of all individuals, firm members,
partners, joint venturers, and/or corporate officers having a principal interest in this proposal:
_______________________________________________________________________________
____________________________________________________________________________
____________________________________________________________________________
The date(s) of any voluntary or involuntary bankruptcy judgements against any principal having an interest
in this proposal are as follows:
__________________________________________________________________________
_________________________________________________________________________
All current and prior DBA’S, alias, and/or fictitious business names for any principal having an interest in
this proposal are as follows:
__________________________________________________________________________
Previous contract performance history:
1.Was any contract terminated previously:_______
If the answer to the above is “yes”, provide the following information:
Contract/project name and number:___________________________________________
Date of termination:________________________________________________________
Reason for termination:_____________________________________________________
Owner’s name:___________________________________________________________
Owner contact person and tel. no.: _________________________________________
2.In the past ten years have you filed a claim for money against any public entity?
If the answer to the above is “yes”, provide the following information:
CC STAFF REPORT ATTACHMENT A - PLANS (DRAFT BID PACKAGE)
NOT AUTHORIZED FOR BID RELEASE
July 15, 2020
Document Control Page 20 of 63
Page: C.8
BIDDER SHALL COMPLETE AND SUBMIT ALL DOCUMENTS AND PAGES IN SECTION “C. BIDDER’S PROPOSAL”
Contract/project name and number:___________________________________________
Date of filing claim:________________________________________________________
Reason for filing claim:_____________________________________________________
Owner’s name:___________________________________________________________
Owner contact person and tel. no.: _________________________________________
3.In the past ten years have you been a party to legal action by or against a public entity arising out of
the performance of a public works contract?
If the answer to the above is “yes”, provide the following information:
Contract/project name and number:___________________________________________
Date of commencement of litigation:______________________________________________
Reason for litigation:_____________________________________________________
Owner’s name:___________________________________________________________
Owner contact person and tel. no.: _________________________________________
IN WITNESS WHEREOF, BIDDER executes and submits this proposal with the names, titles, hands, and
seals of all aforementioned principals this ____ day of ___________, 201_.
BIDDER ______________________________________________________________
______________________________________________________________
______________________________________________________________
______________________________________________________________
Subscribed and sworn to this _____ day of _______________, 201_.
NOTARY PUBLIC _______________________________________________________________
CC STAFF REPORT ATTACHMENT A - PLANS (DRAFT BID PACKAGE)
NOT AUTHORIZED FOR BID RELEASE
July 15, 2020
Document Control Page 21 of 63
Page: C.9
BIDDER SHALL COMPLETE AND SUBMIT ALL DOCUMENTS AND PAGES IN SECTION “C. BIDDER’S PROPOSAL”
Department of Industrial Relations (DIR)
Contractor Registration Number
Beginning July 1, 2014, contractors must register with the Department of Industrial Relations (DIR) before
bidding on public works contracts in California. For more information, please refer to this section of the
Department of Industrial Relations Website: http://www.dir.ca.gov/Public-Works/PublicWorks.html.
Per this requirement, provide the following information:
______________________________________________________________________
Contractor Name
Contractor Department of Industrial Relations Registration Number:
______________________________________________________________________
Expiration Date of Registration Number
*(THIS FORM MUST BE SUBMITTED WITH THE SEALED BID)*
CC STAFF REPORT ATTACHMENT A - PLANS (DRAFT BID PACKAGE)
NOT AUTHORIZED FOR BID RELEASE
July 15, 2020
Document Control Page 22 of 63
Page: C.10
BIDDER SHALL COMPLETE AND SUBMIT ALL DOCUMENTS AND PAGES IN SECTION “C. BIDDER’S PROPOSAL”
PROPOSAL GUARANTEE/BID BOND
LAS TUNAS BLVD PAVEMENT REHABILITATION, PHASE 2
FROM SULTANA AVE TO EAST CITY LIMIT (West of Baldwin Ave)
CITY PROJECT ID: P-20-07
City of Temple City
KNOW ALL MEN BY THESE PRESENTS that __________________________________________, as BIDDER,
and ____________________________________________________, as SURETY, are held and firmly
bound unto the City of Temple City, in the penal sum of ___________________dollars ($_____________),
which is 10 percent of the total amount bid by BIDDER to the City of Temple City for the above stated
project, for the payment of which sum, BIDDER and SURETY agree to be bound, jointly and severally, firm
by these presents.
THE CONDITIONS OF THIS OBLIGATION ARE SUCH that, whereas BIDDER is about to submit a bid to the
City of Temple City for the above stated project, if said bid is rejected, or if said bid is accepted and a
contract is awarded and entered into by BIDDER in the manner and time specified, then this obligation
shall be null and void, otherwise it shall remain in full force and effect in favor of the City of Temple City.
IN WITNESS WHEREOF the parties hereto have set their names, titles, hands, and seals this ____ day of
_______________, 201_.
BIDDER* _____________________________________________________________
_____________________________________________________________
SURETY* _____________________________________________________________
_____________________________________________________________
*Provide BIDDER/SURETY name, address and telephone number and the name, title, address and
telephone number for authorized representative.
Subscribed and sworn to this _____ day of _______________, 201_.
NOTARY PUBLIC:______________________________________________________
CC STAFF REPORT ATTACHMENT A - PLANS (DRAFT BID PACKAGE)
NOT AUTHORIZED FOR BID RELEASE
July 15, 2020
Document Control Page 23 of 63
Page: D.1
D.GENERAL PROVISIONS
LAS TUNAS BLVD PAVEMENT REHABILITATION, PHASE 2
FROM SULTANA AVE TO EAST CITY LIMIT (West of Baldwin Ave)
CITY PROJECT ID: P-20-07
City of Temple City
1.GENERAL
All work shall be performed in accordance with the "Standard Specifications for Public Works
Construction" (SSPWC), Latest Edition, “California Manual on Uniform Traffic Control Devices” (CA
MUTCD), “Caltrans Standard Specifications”, “Caltrans Standards”, “Standard Plans for Public Work
Construction”, the General Provisions and these Special Provisions.
In case of conflict the more stringent requirement shall apply, except when the City makes an
exception. The City has the right to make such exception at its discretion, and the contractor shall
provide reasonable cost discount if the City decides to implement the lesser stringent option.
2.CONTRACTORS DUTIES:
Comply with codes, ordinances, rules, regulations, orders, and other legal requirements of public
authorities which bear on performance of work.
3. CONTRACTS:
Construct entire work under one contract with the City.
4.SPECIFICATIONS AND DRAWINGS COMPLEMENTARY:
The Specifications and Drawings are complementary, and what is called for in one shall be binding as
if called for in both.
5.ORDER OF PRECEDENCE OF CONTRACT DOCUMENTS:
Subsection 2-5.2, "Precedence of Contract Documents", (SSPWC), revise the order of precedence and
incorporate additional items as follows:
a.Permits issued by jurisdictional regulatory agencies.
b.Change Orders and/or Supplemental Agreements; whichever occurs last
c. Contract/Agreement
d. Addenda
e.Bid/Proposal
f.Special Provisions (Section E)
g.Plans
h.General Provisions (Section D)
i.Standard Plans
j.Standard Specifications
k.Reference Specifications
CC STAFF REPORT ATTACHMENT A - PLANS (DRAFT BID PACKAGE)
NOT AUTHORIZED FOR BID RELEASE
July 15, 2020
Document Control Page 24 of 63
Page: D.2
With reference to the Drawings the order of precedence is as follows:
a.Figures govern over scaled dimensions
b.Detail drawings govern over general drawings
c.Addenda/Change Order drawings govern over Contract Documents
d.Contract Documents govern over standard drawings
e.Contract Drawings govern over shop drawings
6.DISCREPANCIES IN THE CONTRACT DOCUMENTS:
Any discrepancies, conflicts, errors or omissions found in the Contract Document shall be promptly
reported in writing to the Engineer, who will issue a correction in writing. The Contractor shall not
take advantage of any such discrepancies, conflicts, errors or omissions, but shall comply with any
corrective measures regarding the same prescribed by the Engineer, and no additional payment or
time shall be allowed therefor, except as provided in the Standard Specifications.
If discrepancies are discovered between the drawings and the specifications, and no specific
interpretation is issued prior to the bidding, the decision regarding this interpretation shall rest with
the Engineer. The Contractor shall be compelled to act on the Engineer’s decision as directed. In the
event the installation is not in compliance with the direction of the Engineer, the installation shall be
corrected by and at the expense of the Contractor at no additional cost to the City.
In case of such discrepancies on the plan sheets, it is assumed that the bid included the cost for
implementing/constructing the discrepancy that would have the highest dollar value.
7.ERRORS AND OMISSIONS:
If the Contractor, in the course of the work, becomes aware of any claimed errors or omissions in the
contract documents or in the City's field work, it shall immediately inform the Engineer. City Engineer
shall promptly review the matter, and if he/she finds an error or omission has been made, he/she
shall determine the corrective actions and advise the Contractor accordingly. If the corrective work
associated with an error or omission increases or decreases the amount of work called for in the
Contract, the City shall issue an appropriate Change Order. After discovery of an error or omission by
the Contractor, any related work performed by the Contractor shall be done at its risk unless
authorized by the Engineer.
8.CHANGED CONDITIONS:
The plans for the work show conditions as they are believed by City Engineer to exist, but is not
intended or to be inferred that the conditions as shown thereon constitute a representation by the
City that such conditions are actually existent, nor shall the City be liable for any loss sustained by the
Contractor as a result of any variance of the conditions as shown on the plans and the actual
conditions revealed during the progress of the work or otherwise. The word "conditions" as used in
this paragraph includes, but is not limited to, site conditions, both surface and subsurface.
The Contractor shall examine the site, compare it with the drawings and specifications and shall satisfy
itself as to the conditions under which the work is to be performed. The Contractor shall ascertain
and check the location of all existing structures, utilities and equipment which may affect its work.
CC STAFF REPORT ATTACHMENT A - PLANS (DRAFT BID PACKAGE)
NOT AUTHORIZED FOR BID RELEASE
July 15, 2020
Document Control Page 25 of 63
Page: D.3
The Contractor shall be responsible to re-examine the site, as necessary, for performance of change
orders or other proposed changes which may affect its work. No allowance shall subsequently be
made on the Contractor's behalf for any extra expense or loss of time which incurred due to failure or
negligence on its part to make such examination.
9.MARKUP:
For extra work and change orders the following percentages shall apply:
a.LABOR COSTS
1.Labor markup for employer taxes standard federal/state rates, approximately: 10%
2.Labor markup for fringe benefits (if fringe benefits are not included in the labor cost: 15%
3.Labor overhead markup: 10%
4.Profit markup: 10%
b.MATERIAL, EQUIPMENT, SUBCONTRACTOR COSTS
Only 5% markup by prime contractor will be allowed on materials, equipment and subcontractor
costs. No other additional markups (overhead, profit, etc.) will be allowed.
c.After the total amount is established by adding the above items, an additional 2% markup for
INSURANCE AND BONDING COSTS will be allowed.
The subcontractor costs shall be established using the same cost accounting principal above.
The markups mentioned hereinafter shall include, but are not limited to, all costs for the services of
superintendents, project managers, timekeepers and other personnel not working directly on the
change order, and pickup or yard trucks used by the above personnel, and other vehicles and/or
equipment present at the job site but not directly used in actual construction activities. Incidental
movements of labor, materials, supplies or equipment shall not be considered as use in actual
construction activities. These costs shall not be reported as labor or equipment elsewhere, except
when actually performing work directly on the change order and then shall only be reported at the
labor classification of the work performed.
The City shall not pay for the cost of foremen or vehicles used by foremen unless authorized in
advance by the Engineer.
10.SITE SECURITY AND SAFETY
The Contractor shall secure the project as well as the adjoining properties during the duration of the
project.
11.PAYMENTS TO CONTRACTOR AND CLAIMS
a.Payment for Labor and Materials. The Contractor shall pay and cause the subcontractors to pay
any and all accounts for labor, including Worker's Compensation premiums, State Unemployment
and Federal Social Security payments and all other wage and salary deductions required by law.
The Contractor also shall pay and cause the subcontractors to pay any and all accounts for
services, equipment and materials used by it and the subcontractors during the performance of
CC STAFF REPORT ATTACHMENT A - PLANS (DRAFT BID PACKAGE)
NOT AUTHORIZED FOR BID RELEASE
July 15, 2020
Document Control Page 26 of 63
Page: D.4
work under this contract. All such accounts shall be paid as they become due and payable. If
requested by the Engineer, the Contractor shall immediately furnish the City with proof of
payment of such accounts.
b.Additional Work. Payment for additional work and all expenditures in excess of the bid amount
must be authorized in writing by the City Engineer. Such authorization shall be obtained by the
Contractor prior to engaging in additional work. It shall be the Contractor's sole responsibility to
obtain written approval from City Engineer for any change(s) in material or in the work proposed
by suppliers or subcontractors. No payment shall be made to the Contractor for additional work
which has not been approved in writing, and the Contractor hereby agrees that it shall have no
right to additional compensation for any work not so authorized.
c.Claims. The Contractor shall not be entitled to the payment of any additional compensation for
any cause, including any act, or failure to act, by the City, or the happening of any event, thing or
occurrence, unless he shall have given the City due written notice of potential claim as hereinafter
specifications. The written notice of potential claim shall set forth the reasons for which the
Contractor believes additional compensation will or may be due, the nature of the costs involved,
and, insofar as possible, the amount of the potential claim. Said notice shall be submitted on a
form approved by the City at least forty-eight (48) hours (two working days) in advance of
performing said work, unless the work is of an emergency nature, in which case the Contractor
shall notify and obtain approval from the Inspector prior to commencing the work. The City
Engineer. may require the Contractor to delay construction involving the claim, but no other work
shall be delayed, and the Contractor shall not be allowed additional costs for any said delay but
may be allowed on extension of time if the City Engineer. agrees that the work delayed is a
controlling element of the Construction Schedule. The Contractor shall be required to submit any
supporting data (or a detailed written explanation justifying further delay) within five (5) Work
Days of a request from the City Engineer, and shall be responsible for any delays resulting from
late and/or incomplete submittals. By submitting a Bid, the Contractor hereby agrees that this
Section shall supersede Sections 6-6.3 and 6-6.4 of the Standard Specifications.
The City shall be the sole authority to interpret all plans, specifications and contract documents,
and no claim shall be accepted which is based on the Contractor's ignorance, misunderstanding
or noncompliance with any provision or portion thereof.
The above provisions shall supplement Section 3 of the Standard Specifications. The Contractor
shall be responsible to provide all data and to obtain all approvals required by said Specifications,
including submittal of Daily Extra Work Reports. No claims or extras shall be approved by the City
unless all work was done under the direction of and subject to the approval of the Inspector.
Disputed work claims shall comply with Section 3 of the Standard Specifications, as modified
herein.
It is the intention of this Subsection that differences between the parties arising under and by
virtue of the Contract be brought to the attention of the Engineer at the earliest possible time in
order that such matters may be settled, if possible, or other appropriate action promptly taken.
The Contractor hereby agrees that it shall have no right to additional compensation for any claim
that may be based on any such act, failure to act, event, thing or occurrence for which no written
notice of potential claim as herein required was filed.
CC STAFF REPORT ATTACHMENT A - PLANS (DRAFT BID PACKAGE)
NOT AUTHORIZED FOR BID RELEASE
July 15, 2020
Document Control Page 27 of 63
Page: D.5
d.Noncompliance with Plans and Specifications. Failure of the Contractor to comply with any
requirement of the Plans and Specifications, and/or to immediately remedy any such
noncompliance upon notice from the Engineer, may result in suspension of Contract Progress
Payments. Any Progress Payments so suspended shall remain in suspension until the Contractor's
operations and/or submittals are brought into compliance to the satisfaction of the Engineer. No
additional compensation shall be allowed as a result of suspension of Progress Payments due to
noncompliance with the plans or specifications. The Contractor shall not be permitted to stop
work due to said suspension of Progress Payments.
e.Request for Payment. Contractor shall submit all requests for payment on the City provided form.
The City shall provide the form for use after Contract is awarded.
Prior to submittal of said form, all items for which payment is requested shall be checked and
approved in writing by the City Engineer. No payments will be made unless all back-up data is
submitted with the payment request and the Progress Payment Invoice is signed by both Contractor
and City Engineer.
There shall be no separate payment for any relocations, barriers or forms, grading or temporary
construction required to construct the improvements herein. Payment for these items shall be
absorbed in the Bid Prices for the applicable work to which they are appurtenant, and no extra costs
shall be allowed.
The payment of amounts due to the Contractor shall be contingent upon the Contractor and
subcontractors furnishing the City with a release of all claims against the City arising by virtue of the
Contract related to said amounts.
12.LEGAL ADDRESS OF CONTRACTOR
The address given in the Bidder's Proposal is hereby designated as the place to which all notices,
letters, and other communications to the Contractor will be mailed or delivered, except such notices
and communications as shall be given by the City's Inspectors to the Contractor's designated
Superintendent in the field. The mailing or delivering to said address of any notice, letter, or other
communication, or the hand-delivery to said Superintendent, shall be deemed sufficient service
thereof upon the Contractor. The date of such service shall be the date of such mailing or delivery.
Said address may be changed at any time by a written notice signed by the Contractor and delivered
to the Engineer.
13. NOTIFICATION
The Contractor shall notify the City of Temple City and the owners of all utilities and substructures not
less than 48 hours prior to starting construction. The following list of names and telephone numbers
is intended for the convenience of the Contractor and is not guaranteed to be complete or correct:
Agency Name and Title Tel
City of Temple City Director of Community Development 626-285-2171
City of Temple City Ali Cayir, PE, City Engineer 714-883-8677
City of Temple City Bryan Ariizumi, Public Safety Officer 626-285-2171
City of Temple City, PD County Sheriff’s Station 626-285-7171
CC STAFF REPORT ATTACHMENT A - PLANS (DRAFT BID PACKAGE)
NOT AUTHORIZED FOR BID RELEASE
July 15, 2020
Document Control Page 28 of 63
Page: D.6
City of Temple City, Fire Fire Department 626-287-9521
Electric Southern California Edison 626-303-8473
Gas The Gas Company 310-687-2020
AT&T Business Customer Service 626-570-5314
SPRINT Customer Service 800-211-4727
MCI Customer Service 888-624-5622
Refuse Athens Disposal Company 626-336-3636
Cable Charter Communications 626-430-3570
Water California American Water Co. 626-614-2534
Water East Pasadena Water Co. 626-793-6189
Water Golden State Water Company 626-287-5238
Water San Gabriel County Water District 626-287-0341
Water So. California Water Co. 626-446-1372
Water Sunny Slope Water Co. 626-287-5238
Underground Service Alert 811
14.CITY HOLIDAYS
City offices are closed on the following days: New Years Day; President’s Day; Memorial Day;
Independence Day; Labor Day; Veteran’s Day; Thanksgiving (2 days) and Christmas Day. During these
holidays, inspections will not be available.
15.EMERGENCY INFORMATION
The names, addresses and telephone numbers of the Contractor and subcontractors, or their
representatives, shall be filed with the Engineer and the City Police Department prior to beginning
work.
16.FINAL ACCEPTANCE
Final acceptance by CITY will be made when Contractor has provided 'as-built' drawings and
satisfactorily completed all work and improvements as called for in the Contract Documents including
reconciliation of materials. The CITY shall notify Contractor in writing of final acceptance of the work.
Failure or neglect on the part of CITY to reject inferior work during the construction period shall not
be construed to imply acceptance of such work nor to preclude its right to reject it. Contractor shall
be required to correct all defects which become evident at any time prior to final acceptance of
Contractor's work by CITY. The cost of all such repairs, material, labor, and overheads shall be borne
by Contractor. Ownership, custody, and control of the work and facilities shall pass to CITY only
upon Final Acceptance.
17. WARRANTY
The Contractor expressly represents and warrants that all work performed and all materials used are
free from defects of workmanship and conform to the Contractor's Contract obligations. This
warranty shall commence upon Final Acceptance and end one year from that date. The Contractor
shall pay the actual cost to CITY for any breach of this warranty corrected by CITY (including labor,
material and overheads). If CITY is unable to collect for the work after 30 days from completion, the
CC STAFF REPORT ATTACHMENT A - PLANS (DRAFT BID PACKAGE)
NOT AUTHORIZED FOR BID RELEASE
July 15, 2020
Document Control Page 29 of 63
Page: D.7
actual cost may be deducted from the Contractor's refundable monies on deposit with CITY. CITY may
recover such cost by claim against the surety on the performance or maintenance bond furnished by
the Contractor.
18. AS- BUILT DRAWINGS
Provide and record a complete “As Built” records set of blue line prints showing changes from the
original drawings and specifications and the exact “As Built” locations, sizes and types of equipment.
Prints for this purpose may be obtained from the City. Keep this set of drawings on the site and use
only as a record set. Use these drawings as work progress sheets. With red pencil, make neat and
legible annotations thereon as the work proceeds, showing the work as actually completed. Keep
these drawings available at all times for inspection. Before the date of the final inspection, provide
the “As Built” prints to the City. Please note, that failure to submit an “As Built” set of drawings as
noted above will result in the retention payment being delayed.
19.PAYMENT
Payment will be made under applicable bid items in the bid schedule. If no specific bid item is
provided for a work item, it is assumed all work is included in various bid items as necessary. The bid
prices shall include any and all costs, including labor, materials, appurtenant expenses, taxes, royalties
and any and all other incidental costs to complete the project, in compliance with the Bid and Contract
Documents and all applicable codes and standards.
CC STAFF REPORT ATTACHMENT A - PLANS (DRAFT BID PACKAGE)
NOT AUTHORIZED FOR BID RELEASE
July 15, 2020
Document Control Page 30 of 63
Page: E.1
E. SPECIAL PROVISIONS
LAS TUNAS BLVD PAVEMENT REHABILITATION, PHASE 2
FROM SULTANA AVE TO EAST CITY LIMIT (West of Baldwin Ave)
CITY PROJECT ID: P-20-07
City of Temple City
1.SCOPE OF THE WORK COVERED BY CONTRACT DOCUMENTS
The work consists of furnishing all materials, equipment, tools, labor, and incidentals as described in
detail in the Bidding and Contract Documents, Plans and Specifications to construct the project. Major
work components include coldmill and overlay of Las Tunas Boulevard from West City Limit at
Muscatel Avenue to Sultana Avenue, Temple City High School Traffic Improvements and other
improvements as shown in BIDDING AND CONTRACT DOCUMENTS, PLANS AND SPECIFICATIONS.
2.ALLOTTED WORKING SPACE
The contractor shall be responsible for storing his materials and equipment and to use as work yard
as necessary. The City will not allow keeping equipment, materials, vehicles, removed items, debris,
etc. within this space with no liability to the City. It shall be the responsibility of the Contractor to
provide adequate fencing, security of the yard and equipment to the Engineer’s satisfaction, and to
restore the assigned area to its original, pre-use condition, or better, to the satisfaction of the City.
3.ACCEPTANCE OF SITE
The Contractor shall accept the site and the character of the work as they exist on the first day of work
under this contract.
4.MAINTENANCE OF EXISTING PLANTINGS, IMPROVEMENTS AND FACILITIES
The Contractor shall protect and maintain all existing trees and shrubs (plantings) to remain from the
first day of work under this contract to acceptance. In similar fashion, Contractor shall protect and
maintain all improvements and facilities in place to remain from the first day of work under this
contract to acceptance. Contractor shall notify City Engineer of any damage to any existing plantings,
improvements or facilities as soon as possible. Contractor shall replant or repair any damage to the
satisfaction of City Engineer at no cost or extra burden to the City.
5.PUBLIC CONVENIENCE AND SAFETY
Add the following to Section 7-10. “Public Convenience and Safety” of the SSPWC:
•At the end of the Work Day the job site shall be left in a neat and orderly manner. Roadway and
parking shall be made available wherever possible to the satisfaction of the City Engineer.
•During construction the Contractor shall provide adequate access to each residence or business
affected by this project to the satisfaction of the Engineer.
•Should any change in these requirements be necessitated by extraordinary occurrences or
requirements during the execution of the work, the Contractor shall obtain prior written approval
of the Engineer.
CC STAFF REPORT ATTACHMENT A - PLANS (DRAFT BID PACKAGE)
NOT AUTHORIZED FOR BID RELEASE
July 15, 2020
Document Control Page 31 of 63
Page: E.2
6.WORK SITE MAINTENANCE
Add the following to Section 7-8, “Work Site Maintenance” of the SSPWC:
•Sanitary Conditions. The Engineer may from time to time prescribe rules and regulations for
maintaining sanitary conditions along the work and the Contractor shall enforce observance of
the same by its employees and the employees of the subcontractor, and, if the Contractor fails to
enforce these rules and regulations, the Engineer shall have the authority to enforce them.
•Water Pollution Control. The Contractor shall adhere strictly to Subsection 7-8.6 of the Standard
Specifications through the entire project and add the following:
o The Contractor, without limitation, shall be responsible to provide and implement Best
Management Practices to comply with National Pollution Discharge Elimination System
(NPDES) standards and practices. The Contractor shall be responsible, to the fullest extent
possible, not to permit any contaminants, including soil, to enter any drainage system.
Contractor shall be responsible to be prepared to provide hay bales or similar devices to
prevent erosion from being washed into the storm drain system. Contractor shall be
responsible to maintain equipment so that oil, grease, gasoline, diesel fuel, et al., does not
contaminate areas subject to run-off. The Contractor and its Surety shall fully indemnify the
City for any pollution damage and/or cleaning costs.
o All construction on off-site or on-site improvements shall adhere to NPDES (National Pollution
Discharge Elimination System) Best Management Practices to prevent deleterious materials
or pollutants from entering the City or County storm drain systems. The following are the
areas to be addressed:
Handle, store and dispose of materials properly.
Avoiding excavation and grading activities during wet weather.
Construct diversion dikes and drainage swales around working sites.
Cover stockpiles and excavated soil with secured tarps or plastic sheeting.
Develop and implement erosion control plans.
Check and repair leaking equipment away from construction site.
Designate a location away from storm drains for refueling.
Cover and seal catch basins whenever working in their vicinity.
Use vacuum with all concrete sawing operations.
Never wash excess material from aggregate, concrete or equipment onto a street
Catch drips from paver with drip pans or absorbent material.
Clean up all spills using dry methods.
Sweep all gutters at the end of each working day. Gutters shall be kept clean after
leaving construction site.
Call 911 in case of a hazardous spill.
Keep a running log of all activities in connection with the Storm Water Pollution
Prevention Plan (SWPPP)
Name a person, on site, responsible for complying with S.W.P.P.P.
CONTRACTOR TO COMPLY WITH THESE REQUIREMENTS AND CITY ENGINEER'S DIRECTIONS DURING
THE COURSE OF CONSTRUCTION.
7.SOLID WASTE MANAGEMENT AND RECYCLING PLAN
The contractor shall submit a Solid Waste Management and Recycling Plan to the City Manager’s
CC STAFF REPORT ATTACHMENT A - PLANS (DRAFT BID PACKAGE)
NOT AUTHORIZED FOR BID RELEASE
July 15, 2020
Document Control Page 32 of 63
Page: E.3
Office for review and approval prior to issuance of a demolition permit and/or grading permit for the
project. Said plan shall indicate that the permittee/contractor shall provide documentation such as
receipts from landfills, salvage and recycling facilities upon completion of the
demolition/construction. Said plan shall identify:
•Types of materials for recycling, reuse or sorting
•Estimated quantities
•Separation requirements
•On site storage
•Transportation methods
•Destinations
•Plan manager (contractor’s representative)
Prior to issuance of a demolition and/or grading permit, the permittee/contractor shall contact the
California Integrated Waste Management Board (recycling hotline 800-553-2962) to obtain an
approved recycler (processor and/or receiver) for demolition and construction waste. At the
minimum the contractor shall recycle each of the following demolition and construction waste
materials:
•Asphalt paving: 75%
•Concrete and concrete masonry units: 75%
•Non-lead based painted wood wastes (dimensional lumber and broken crates and pallets):
50%
•Metals: 60%
•Toilets: 75%
•Appliances: 75%
•Copper cable/wire: 50%
•Transformers and ballasts: 100%
•Fluorescent lamps: 100%
•Glass: 50%
•Unpainted gypsum board: 50%
A minimum of 50% of the total weight of the waste (demolition and construction wastes) shall be
diverted from landfill.
8.REFUSE ROUTE SCHEDULE
The Contractor shall accommodate and coordinate with the City’s refuse pick-up service in the project
area. The Contractor shall accommodate and coordinate with the City’s street sweeping service in
the project area.
9.SURVEY AND LAYOUT
Contractor shall verify all dimensions on the drawings and shall report to the City Representative any
discrepancies before proceeding with related work. Contractor shall perform all survey and precise
layout work to the satisfaction of the City Engineer. Contractor shall establish final grades and extents
for the improvements and preserve such work on as-built plans.
10.LIMITS OF WORK
CC STAFF REPORT ATTACHMENT A - PLANS (DRAFT BID PACKAGE)
NOT AUTHORIZED FOR BID RELEASE
July 15, 2020
Document Control Page 33 of 63
Page: E.4
Limits of work shall be the legal property boundaries of the site unless modified by Contract limit lines
indicated on the plans or as noted otherwise.
11.NOTICE TO PROCEED
The Contractor shall not commence work until a Notice to Proceed has been issued by the City to the
Contractor. Prior to the issuance of Notice to Proceed the Contractor shall provide the following:
•The Contractor shall provide all required contract bonds and evidences of insurance to the City;
•The Contractor shall submit a Construction Schedule to City Engineer;
•The Contractor shall obtain a City of Temple City Business License;
•Obtain a no-fee Construction Permit from the City
Notwithstanding any other provisions of the Contract, the Contractor shall not be obligated to
perform any work and the City shall not be obligated to accept or pay for any work performed by the
Contractor prior to delivery of a Notice to Proceed. The City's knowledge of work being performed
prior to delivery of the Notice to Proceed shall not obligate the City to accept or pay for such work.
12.PROJECT SCHEDULE
The Contractor shall submit a Construction Schedule to the Engineer prior to Notice To Proceed is
issued. No work may be started until the Schedule has been approved in writing. The work shall be
scheduled to assure that construction will be completed within the specified time in Section “B.
INSTRUCTIONS TO BIDDERS”, Subsection “CONSTRUCTION SCHEDULE, PROGRESS OF WORK,
LIQUIDATED DAMAGES”. The Contractor shall be held responsible for coordination of all phases of
the operation so that the time schedule can be met.
If the Contractor desires to make a major change in its method or operations after commencing
construction or if its Schedule fails to reflect the actual progress, the Contractor shall submit to the
Engineer a revised Construction Schedule. Said Schedule shall be submitted in advance of the
beginning of the revised operations or within two (2) working days after notification by the Engineer.
The Engineer may suspend all progress payments if the Contractor fails to comply.
13.CONTRACT TIME
The Contractor shall submit evidence to the City that all materials have been purchased by the date
indicated in the construction schedule in INSTRUCTIONS TO BIDDERS SECTION of these specifications.
The date construction shall begin will be specified in a Notice to Proceed, by the date indicated in the
construction schedule in INSTRUCTIONS TO BIDDERS SECTION of these specifications.
Except as otherwise specified, working hours in traffic lanes will be restricted to between the hours
of 8:30 a.m. and 3:00 p.m., and, except as otherwise stated in the Special Provisions or approved by
the City Engineer, working hours for areas not affecting traffic are between 7:00 a.m. and 4:00 p.m.
Monday through Friday, excluding legal holidays and weekends.
During periods when weather or other conditions are unfavorable for construction, the Contractor
shall pursue only such portions of the work as shall not be damaged thereby. No portions of the work
whose acceptable quality or efficiency will be affected by any unfavorable conditions shall be
CC STAFF REPORT ATTACHMENT A - PLANS (DRAFT BID PACKAGE)
NOT AUTHORIZED FOR BID RELEASE
July 15, 2020
Document Control Page 34 of 63
Page: E.5
constructed while those conditions exist. It is expressly understood and agreed by and between the
Contractor and the City that the Contract time for completion of the work described herein is a
reasonable time taking into consideration the average climatic and economic conditions and other
factors prevailing in the locality of the work.
14.DELAY IN OBTAINING MATERIALS
No extension of time will be granted for a delay caused by the inability to obtain materials unless the
Contractor either obtains advance written approval from City Engineer or obtains from the supplier
and furnishes to the Engineer documentary proof that such materials could not be obtained due to
war, government regulations, labor disputes, strikes, fires, floods, adverse weather conditions
necessitating the cessation of work, or other similar action of the elements. The Contractor is required
to order materials in a timely manner as specified in the "Instruction to Bidders".
15.RECORD DRAWINGS
The Contractor shall maintain at the job site a copy of all required permits, one (1) set of plans,
standard plans and specifications and contract documents. At the end of each working day, the
Contractor shall submit to the Inspector an accurate "as-built" drawing of any changes that occurred
from the approved plans and drawings, including Change Order work, changed conditions in the field,
and/or claimed extra work. The Contractor shall be responsible to obtain the Inspector's written
approval of the accuracy of said drawing. No invoice will be accepted for processing until all work
included therein is accurately shown on the record drawings.
16. MATERIALS
Material Specifications: Whenever any material is specified by name and number thereof, such
specifications shall be deemed to be used for the purpose of facilitating a description of the materials
and establishing the quality of the materials to be used. All materials shall be new and the best of
their class and kind. No substitution will be permitted which has not been approved in writing by the
Engineer.
Material List: A complete material list shall be submitted prior to performing any work. Catalog data
and full descriptive literature and manufacturer's specifications and installation instructions shall be
submitted whenever the use of items different than those specified is requested. The material list
shall be submitted using the following sample layout (double spaced between each item).
Item No. Description Manufacturer Model Number
1.material ABC Corp. XXX
Approval of Substitutes: Approval of any items, alternates or substitutes indicates only that the
product(s) apparently meet the requirements of the drawings and specifications on the basis of the
information and/or samples submitted.
Contractor's Responsibility: Manufacturer's warranties shall not relieve the Contractor of liability
under these Specifications. Such warranties only shall supplement the Contractor's responsibility.
CC STAFF REPORT ATTACHMENT A - PLANS (DRAFT BID PACKAGE)
NOT AUTHORIZED FOR BID RELEASE
July 15, 2020
Document Control Page 35 of 63
Page: E.6
17.INSPECTION AND TESTING
All materials furnished and all work performed under the Contract shall be subject to review and
inspection by the Engineer. Such review may include mill, plant, shop, nursery, or field inspection as
required. City Engineer shall be permitted access to all parts of the work, including plants where
materials are manufactured or fabricated, and shall be furnished with such materials, information and
assistance by the Contractor and its subcontractors and suppliers as is required to make a complete
and detailed inspection.
The Contractor shall request inspection 24 hours in advance by calling the City Engineer or his
designee.
Submittal shall be provided by the Contractor per Subsection 2-5.3 Submittals of the Standard
Specifications for Public Work Construction (SSPWC).
The City will provide standard progress building and public works inspection at no cost to the
Contractor. Contractor shall arrange and pay for all other inspections required by ordinance or
governing authorities, including tests in connection therewith, as may be assigned to it in other
sections of the specifications.
It shall be the Contractor's responsibility to obtain Inspection in a timely manner prior to proceeding
with any phase of construction. The Contractor shall neither allow nor cause any of its work to be
covered or enclosed until it has been inspected, tested and approved by the Engineer.
City Engineer will make, or have made, such inspections and tests as he deems necessary to see that
the work is being accomplished in accordance with the requirements of the Contract. In the event
such inspections or tests reveal non-compliance with the requirements of the Contract, the
Contractor shall bear the cost of such corrective measures deemed necessary by the City Engineer, as
well as the cost of the subsequent re-inspection and re-testing. It shall be understood and agreed
that the inspection or making of tests shall not constitute an acceptance of any portion of the work
nor relieve the Contractor from compliance with the terms of the Contract.
Public works inspections shall be requested by the Contractor at least twenty-four (24) hours in
advance of an anticipated inspection.
Work done in the absence of prescribed inspection may be required to be removed and replaced
under the proper inspection, and the entire cost of removal and replacement, including the cost of all
materials which may be furnished by the City and used in the work thus removed, shall be borne by
the Contractor, regardless of whether the work removed is found to be defective or not. Work
covered without the authority of City Engineer shall, upon order of the City Engineer, be uncovered
to the extent required, and the Contractor shall similarly bear the entire cost of performing all the
work and furnishing all the materials necessary for the removal of the covering and its subsequent
replacement.
18.CONSTRUCTION STAKING
Locations of new sign posts, signage, pavement marking, lines and striping as shown on the plans are
approximate and the exact locations shall be established by the Contractor with approval by Engineer
CC STAFF REPORT ATTACHMENT A - PLANS (DRAFT BID PACKAGE)
NOT AUTHORIZED FOR BID RELEASE
July 15, 2020
Document Control Page 36 of 63
Page: E.7
in the field.
The Contractor shall be responsible for construction staking.
Unless otherwise provided in the special provision, lines and grades for the construction shall be the
responsibility of the contractor, with the following provisions: Unless directed otherwise during
construction by the City Engineer, all work under this contract shall be built in accordance with the
existing street lines and grades. Field survey for establishing these, and for the control of construction,
shall be the responsibility of the Contractor. All such survey work including construction staking shall
be done on all items ordinarily requiring grade and alignment, at intervals normally accepted by the
agencies and trade involved.
All Survey Monuments such as centerline monuments and Bench Marks removed and/or altered
during the construction shall be reset and certified "corner records" shall be submitted by the Land
Surveyor, to the Engineer prior to the final acceptance of the construction.
19. UTILITIES
The Contractor shall provide coordination with all the utility companies involved and shall provide
protection from damage to their facilities. The Contractor shall be responsible for repair or
replacement to said facilities made necessary by its failure to provide required protection. The
Contractor is required to include utility requirements in the Construction Schedule.
The Contractor shall notify all utility agencies and owners of all facilities within the area of
construction a minimum of five (5) work days in advance of performing any work within said area.
The Contractor shall protect all utilities and other improvements which may be impaired during
construction operations. It shall be the Contractor's responsibility to ascertain the actual location of
all existing utilities, including service laterals, and other improvements indicated on the drawings that
will be encountered in its construction operations, and to see that such utilities or other
improvements are adequately protected from damage due to such operations. The Contractor shall
take all possible precautions for the protection of unforeseen utility lines to provide for uninterrupted
service and to provide such special protection as may be directed by the Engineer.
The Contractor shall be solely responsible to check all utility record maps, books, and/or other data
in the possession of the City, other agencies, and/or all utility companies, and no allowance shall be
made for any failure to have done so.
It shall be the Contractor's responsibility to completely remove all "construction graffiti" (spray paint
or other marking for utilities, survey points and construction limits) prior to acceptance of the work
as completed.
48 hours prior to any excavation, the Contractor shall call "Underground Service Alert-Southern
California" for utility locating in all public right-of-ways by calling 811.
List of Utility Owners are listed in the Section D General Provisions of these contract documents and
sheet 1 of the plans.
CC STAFF REPORT ATTACHMENT A - PLANS (DRAFT BID PACKAGE)
NOT AUTHORIZED FOR BID RELEASE
July 15, 2020
Document Control Page 37 of 63
Page: E.8
All utility structures, whether shown or not, within the street pavement rehabilitation shall be adjust
to grade as follows:
•Storm Drain and Sewer manhole frames and covers shall be adjusted to grade by the Contractor;
•Water valves shall be adjusted to grade by the Contractor in coordination with the respective
water company. The respective water company may provide new water valve covers otherwise
the contractor will adjust the existing water cover;
•SCE, Gas and Communication structures shall be adjusted by the respective purveyor. It shall be
the Contractor responsibility to coordinate and notify the purveyors for the needs of their
adjustment work.
20.TRAFFIC CONTROL REQUIREMENTS
The Contractor shall provide a Traffic Control Plan prepared and signed by a licensed Engineer.
The Contractor shall be responsible to furnish, install and maintain such devices which are necessary
to provide safe and efficient passage for the traveling public through the work area, for the safety of
personnel present in the work area, and to minimize inconvenience to adjacent properties.
The Contractor shall be responsible to furnish, install and maintain such devices which are necessary
to provide safe and efficient passage for the traveling public through the work area, for the safety of
personnel present in the work area, and to minimize inconvenience to adjacent properties.
All work and materials to implement construction staging and traffic control shall comply with the
California Manual of Uniform Traffic Controls Device (CAMUTCD). Signs, markings, striping,
barricades, delineators and all materials shall conform to applicable Caltrans standards and
specifications. Arrow boards and other devises must comply with the City of Temple City requirements
for nighttime noise standards at adjacent private property lines.
The use of flagmen may be required if deemed so by the Engineer. Adequate flagmen, construction
sign barricades, delineators, and arrow boards shall be used to the satisfaction of the Engineer.
Adequate traffic control shall be maintained at all times through the construction zone, in compliance
with the California Manual on Uniform Traffic Control Devices.
It shall be the Contractor’s responsibility to notify affected businesses and residences within the
project in writing within 10 days prior to the start of construction.
Traffic control through the project area shall conform to the requirements of Section 7-10, “Public
Convenience and Safety,” (SSPWC).
Minimum Requirements for Maintaining Traffic Flow are:
•The Contractor shall maintain one (1) minimum ten-foot-wide lanes in each direction at all times,
and left turn pockets at all signalized intersections.
•Driveways - The Contractor shall maintain access to each driveway at all times unless other
arrangements have been made with each property owner, subject to approval by the Engineer.
•The Contractor shall not allow traffic to travel on natural ground, subgrade, or aggregate base
material. Traffic must only be allowed on a firm asphalt surface. A temporary ac pavement may
be used for this reason to allow traffic.
CC STAFF REPORT ATTACHMENT A - PLANS (DRAFT BID PACKAGE)
NOT AUTHORIZED FOR BID RELEASE
July 15, 2020
Document Control Page 38 of 63
Page: E.9
•The Contractor shall not be allowed to leave vertical edge over 1.50” within the street pavement
when the pavement is open to traffic except along the edge of gutter. Otherwise, the Contractor
shall construct temporary AC transition at edges including around the edges of utility structures.
•The transition at traverse edge to through traffic shall be 6:1 slope, at longitudinal edge shall be
4:1 slope and at driveways ramped at 6:1 slope.
•The Contractor shall maintain a minimum of 5 feet clearance from the vertical edge of excavation.
•All original traffic lanes shall be restored at the end of working hours each day.
•If permanent pavement markings cannot be restored by the end of the work shift in which they
were obliterated, temporary markings shall be provided by the Contractor prior to leaving the job
site on all streets except any street closed to through traffic. These temporary markings shall be
as follows:
o Temporary lane lines and/or centerlines shall consist of day/night reflectorized raised
pavement markers, approved by the City of Temple City, spaced approximately 24” apart.
o Right edge lines shall not be simulated with dashes or pavement markers; however, portable
delineators, guide markers, etc., may be used by the Contractor where it is considered
desirable to enhance the edge of traveled way due to curvilinear alignment, narrowing
pavement, etc., and shall be used when directed by the Engineer. The Contractor shall be
responsible to periodically review the construction area at night to insure all lights are
properly placed and operable.
o Locations where no-passing zone centerline delineation has been obliterated shall be posted
by the Contractor with a sign package consisting of a C18 (23) "ROAD CONSTRUCTION (WORK)
AHEAD" and R63 "DO NOT PASS".
o See other traffic requirements under other work sections.
o Any deviation with these traffic requirements may be afforded only with the prior written
approval of the Engineer.
o See other traffic requirements under other work sections
Holiday Period: No reduction in the number of lanes or in lane widths on any street shall be permitted
during the holiday period which begins on the Monday prior to Thanksgiving and ends on the Friday
following New Year's Day.
Temporary No Parking Signs: The Contractor is responsible to post "Temporary No Parking" signs at
least 5 working days in advance of the first date of enforcement. The City shall be informed before
posting of signs. Parking will be restricted only for the minimum time necessary to complete on-going
work.
21. CLEARING AND GRUBBING
The following paragraphs shall be added to Subsection 300-1.3, Removal and Disposal of Materials of
the SSPWC:
•CONTRACTOR shall remove and transport debris and rubbish in a manner that will prevent spillage
on streets or adjacent areas. Cleanup of spillage will be at CONTRACTOR’S expense.
•Unless noted otherwise elsewhere on the contract documents, all materials indicated to be removed
shall be recycled immediately at the CONTRACTOR’s expense at a site approved by the Engineer, per
the requirements highlighted in Subsection E.7 above. No demolished materials shall be stored in
the Work Area or Staging Area at any time, but instead shall be removed and recycled immediately.
•Contractor shall not start any removal work unless it is prepared to perform reconstruction work
CC STAFF REPORT ATTACHMENT A - PLANS (DRAFT BID PACKAGE)
NOT AUTHORIZED FOR BID RELEASE
July 15, 2020
Document Control Page 39 of 63
Page: E.10
immediately without interruption from the time removals begun, unless otherwise approved by
the Engineer.
•Prior to the removal of traffic loop, the Contractor shall contact the City Engineer to enable them
to adjust the associated traffic signal timing.
Subsection 300-1.3.2, “Bituminous Pavement”, (SSPWC), add the following
•The existing AC pavement thicknesses are described in the Geotechnical/Pavement Engineering
Report for TEMPLE CITY FY 19-20 PAVEMENT REHABILITATION prepared by Geo-Advantec, Inc
dated November 1, 2019. In this report, it also indicates that there are reinforcing fabric
interlayers along some segments of Las Tunas Dr. The fabric depths are approximately 2.0 to 3.5
inches below the pavement surface.
•Miscellaneous Removals and Relocations. This item shall include all removals not specifically
listed in the Bidder's Proposal or otherwise covered by these Specifications
•such as all necessary relocations and restorations of water valves, manhole adjustment to grade
and other items, whether shown on the Plans or not, and as necessary to complete the
improvements. Contractor shall be responsible to review the project site prior to bidding and to
include all such work, whether or not shown on the plan, in its bid prices for this item.
•Limits. The Contractor shall meet with the Inspector prior to making removals to verify the limits
of removals and the locations of joins, to establish smooth joins and to assure proper drainage.
The Contractor may make minor changes in the location of joins and the limits of removals,
provided a smooth join and proper drainage shall be achieved and it has obtained prior written
approval from the City Engineer.
22. COLD MILLING AC PAVEMENT (3” DEEP)
Cold mill shall conform to the provisions of Section 302.1 of the Standard Specifications. The
Contractor shall cold mill existing AC pavement as specified on the plans.
The Contractor shall take note of the existence of fabric in the AC pavement as indicated on the
Geotechnical Report prepared by Geo-Advantec for Temple City Pavement Rehabilitation dated
November 1, 2019.
Cold milling shall remove 3” depth of AC to provide for placement of new AC paving overlay. The
surface of pavement after cold milling shall be uniformly rough grooved or ridged as directed by the
City Engineer. The grade shall not deviate from a suitable straight edge by more than 1/8” at any
point.
During the cold milling operation, the Contractor shall sweep the street with mechanical equipment
and remove all loosened material from milled areas. The Contractor shall abate dust nuisance by
cleaning, sweeping, and sprinkling with water (recycled water, if available) or other means as
necessary.
All Asphalt Concrete material covering existing concrete improvement shall be removed as directed
by the City Engineer at no additional cost to the City.
All materials to be removed as indicated on the plans shall be disposed of at a legal site as specified
in subsection 300-1.3.1 of the Standard Specifications for Public Works Construction and Section E.7
of these Contract Documents.
CC STAFF REPORT ATTACHMENT A - PLANS (DRAFT BID PACKAGE)
NOT AUTHORIZED FOR BID RELEASE
July 15, 2020
Document Control Page 40 of 63
Page: E.11
After grinding and removing the specified thickness of the existing asphalt concrete layer and before
adding the new asphalt concrete overlays, all damaged areas and cracks shall be repaired, sealed and
patched properly. Cracks wider than ¼” should be sealed, loose pavement removed and patch, spalls
repaired, and broken slabs or punch outs replaced. If any localized deep failure area is observed after
grinding, the existing pavement section within such area should be completely removed and replaced
with new asphalt concrete and base section.
Payment for Cold Mill Existing AC Pavement (3” Deep) shall be made on a Square Foot (SF) Unit Price
basis, and shall be considered full compensation for complying with the above requirements including
the removal of reinforcement fabric embedded in the AC pavement, removal of all existing striping,
legend, pavement marking, raised pavement markers, prepare area for asphalt application including
chip seal application, crack sealing, remaining AC pavement section repair and solid waste
management.
23.ASPHALT CONCRETE PAVEMENT
All work shall conform to Section 302-5 and 400-4 of the “Standard Specifications for Public Works
Construction” and these Special Provisions.
Asphalt Concrete overlay along Las Tunas Dr. shall be 3” AC overlay consisting of 2” Asphalt
Rubberized Hot Mix-Gap Graded wearing course on 1” thick leveling course, Type B-PG -10.
A tack coat shall be applied to all surfaces when the wearing surface is not placed immediately
following the leveling course and to all areas of joining existing pavement.
Tack coat shall be Grade SS-1H, per Section 302-5.4 and shall be applied to the perimeter of all AC
removal and replacement locations. (All tack coat overspray on gutter lip shall be removed.)
Payment for AC Pavement overlay shall be per Ton (TON) Unit Price basis for AHRM and Asphalt
Concrete as indicated in the Bid Schedule and shall be considered full compensation for complying
with the above requirements.
24.ASPHALT CONCRETE PAVEMENT REMOVAL AND RECONSTRUCTION
During construction at the direction of the Engineer, there will be some areas within the limit of the
project that existing AC pavement section shall be removed and reconstructed.
In general, the removal of AC pavement section shall be 10” deep consisting of the full depth of AC
pavement portion of the pavement section plus varying depth of base.
Per Geotech report, there are areas of the existing pavement section within the project limits that the
AC pavement portion are more than 10” deep. In this case, remove full depth of the AC portion. Also,
the Contractor shall take note that the existing AC pavement may have embedded fabric as reported
in the Geotech report.
The new AC pavement section shall consist of 2” ARHM wearing course on 2” AC leveling course, type
B-PG 64-10 on 6” Crushed Aggregate Base. The thickness of the base may be increased due to the
CC STAFF REPORT ATTACHMENT A - PLANS (DRAFT BID PACKAGE)
NOT AUTHORIZED FOR BID RELEASE
July 15, 2020
Document Control Page 41 of 63
Page: E.12
thickness of the existing Asphalt to be removed.
Prior to placement of new pavement section, the exposed base shall be compacted to 90% relative
compaction. The new aggregate base shall be compacted to 95% relative compaction prior to the
placement of asphalt.
Payment to remove and to reconstruct AC pavement section shall be paid per Square Feet of the area
to be done and shall be considered full compensation for complying with the above requirements.
25.PAVEMENT STRIPING AND MARKERS
All work shall conform to the latest edition of Caltrans Standard Plans, Standard Specifications, and
California Manual on Uniform Traffic Control Devices (CAMUTCD).
Traffic striping, raised pavement markers, reflective materials, the application of thermoplastic
striping and pavement markings, and the installation of raised pavement markers shall conform to
the provisions in the Caltrans Standard Specifications, Sections 84, “Traffic Stripes and Pavement
Markings” and Section 85, “Pavement Markers”.
Striping details, pavement legends and symbols shall conform to those in Caltrans Standard Plans.
Pavement legends and symbols shall be white, unless noted otherwise.
Lane line and/or centerline pavement delineation, where existing or called for on the Plans, shall be
provided at all time for traveled ways open to public traffic. Whenever the Work causes obliteration
of pavement delineation, temporary pavement delineation or permanent traffic stripes of the
appropriate color and detail shall be in place. In the locations shown on the Plans, prior to opening
the travelled way to public traffic.
Striping shall be cat tracked and approved by the City Inspector prior to final installation.
All conflicting existing striping, painted symbols and raised pavement markers shall be removed. The
removal of painted markings and raised pavement markers shall conform to the provisions of the
Caltrans Standard Specifications.
Thermoplastic pavement marking materials and installation shall conform to Caltrans Standard
Specifications Section 84-2. Materials shall consist of extruded Alkyd Binder Thermoplastic in
conformance with State Specification 8010-19A. Application shall be by ribbon or extruded methods
only (no spraying).
All lane lines at intersection approaches and departures shall begin and end with 50-feet of 4-inch
solid white line.
CC STAFF REPORT ATTACHMENT A - PLANS (DRAFT BID PACKAGE)
NOT AUTHORIZED FOR BID RELEASE
July 15, 2020
Document Control Page 42 of 63
Appendix A
CITY STANDARD PUBLIC WORKS CONTRACT
TO BE EXECUTED
CC STAFF REPORT ATTACHMENT A - PLANS (DRAFT BID PACKAGE)
NOT AUTHORIZED FOR BID RELEASE
July 15, 2020
Document Control Page 43 of 63
1
CITY OF TEMPLE CITY
PUBLIC WORKS CONTRACT
PROJECT ____________________________________________________
THIS AGREEMENT (“Agreement”) is made and entered into this ____ day of
_________________________, by and between the CITY OF TEMPLE CITY, a
Municipal Corporation located in the County of Los Angeles, State of California (“CITY”),
and ____________________________, [a corporation/partnership/limited liability
company corporation, located at _____________________________
(“CONTRACTOR”), collectively referred to as the Parties.
RECITALS
A.CITY, by its Notice Inviting Bids, duly advertised for written bids to be submitted
on or before ______________________________, for the following:
__________________________________
__________________________________
in the City of Temple City, California (“Project”).
B.At ________________ on said date, in the Temple City Council Chambers, the
bids submitted for the Project were opened.
C.At its regular meeting held on ________________________, the City Council of
CITY accepted the bid of CONTRACTOR for the Project as being the lowest
responsive bid received and directed that a written contract be entered into with
CONTRACTOR.
OPERATIVE PROVISIONS
NOW, THEREFORE, in consideration of the promises and of the mutual
covenants and agreements herein contained, the parties do hereby agree as follows:
1.CONTRACT DOCUMENTS. This Agreement consists of the following
documents (“Contract Documents”), all of which are made a part of this Agreement:
(a)Notice Inviting Bids
(b)Instructions to Bidders
(c)Bid Form
(d)Bid Proposal and/or Contract Proposal, as accepted, including the
Certificate of Bidders’ Experience and Qualifications and the List of Subcontractors
CC STAFF REPORT ATTACHMENT A - PLANS (DRAFT BID PACKAGE)
NOT AUTHORIZED FOR BID RELEASE
July 15, 2020
Document Control Page 44 of 63
2
(e)Information Required by Bidder
(f)Notice of Award
(g)Notice to Proceed
(h)This Agreement
(i)Verification of California Contractor’s License
(j)Contractor’s Certificate Regarding Workers’ Compensation
(k)Security for payment (labor and materials)
(l)Security for performance
(m)Certificate(s) of Insurance
(n)General Conditions/Specifications
(o)Special Provisions
(p)Plans and Standard Drawings
(q)Prevailing Wage Scales
(r)Standard Specifications for Public Works Construction, including
subsequent addenda and supplements
(s)Change orders issued by the City and signed by the Contractor pertaining
to the Contract after the Contract is awarded to Contractor
(t)All addenda issued by the City with respect to the foregoing prior to the
opening of bids, including, Addenda Nos. _______.
(u)Other documents (list here or delete)
________________________________________
________________________________________
________________________________________
In the event there is a conflict between the terms of the Contract Documents, the more
specific or stringent provision shall govern.
CC STAFF REPORT ATTACHMENT A - PLANS (DRAFT BID PACKAGE)
NOT AUTHORIZED FOR BID RELEASE
July 15, 2020
Document Control Page 45 of 63
3
2.SCOPE OF WORK. CONTRACTOR agrees to perform all work required for the
Project and to fulfill all other obligations as set forth in the Contract Documents (“Work”).
Except as specifically provided in the Contract Documents, CONTRACTOR must
furnish all of the labor, materials, tools, equipment, services and transportation
necessary to perform all of the Work. CONTRACTOR must perform all of the Work in
strict accordance with the Contract Documents.
3.COMPENSATION & PAYMENT. CONTRACTOR hereby agrees to receive and
accept the total amount of ______________________ Dollars ($___________), based
upon those certain unit prices set forth in CONTRACTOR’s Bid Schedule, a copy of
which is attached hereto as Exhibit “A” and incorporated herein by this reference, as full
compensation for the Work. Said compensation 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 in the
manner and time specified in the Contract Documents, and also including those arising
form 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. CITY shall retain five
percent (5%) of the compensation until the provisions of Section 14 herein have been
met. CITY hereby agrees to pay CONTRACTOR at the time, in the manner, and upon
the conditions set forth in the CONTRACT DOCUMENTS.
4.UNAUTHORIZED ALIENS. CONTRACTOR promises and agrees to comply
with all of the provisions of State and Federal law with respect to the employment of
unauthorized aliens, including without limitation the Federal Immigration and Nationality
Act (8 USCA 1101, et seq.), as amended. Should CONTRACTOR employ one or more
unauthorized aliens for the performance of the Work, and should the Federal
Government impose sanctions against the CITY for such use of unauthorized aliens,
CONTRACTOR hereby agrees to, and shall, reimburse CITY for the cost of all
sanctions imposed, together with any and all costs, including attorney’s fees, incurred
by the CITY in connection therewith.
5.REPRESENTATIONS AND WARRANTIES. CONTRACTOR hereby represents
and warrants that:
(a)It is not currently, and has not at any time within the past five (5) calendar
years been, suspended, debarred, or excluded from participating in, bidding on,
contracting for, or completing any project funded in whole or in part by program, grant or
loan funded by the federal government or the State of California; and
(b)CONTRACTOR currently has, and for the past five (5) calendar years has
maintained in good standing, a valid California contractor’s license; and
(c)CONTRACTOR is registered with the Department of Industrial Relations
to perform services on public works projects as required by Labor Code section 1725.5.
CC STAFF REPORT ATTACHMENT A - PLANS (DRAFT BID PACKAGE)
NOT AUTHORIZED FOR BID RELEASE
July 15, 2020
Document Control Page 46 of 63
4
CONTRACTOR agrees to complete and execute any statement or certificate to this
effect as may be required by the City or by any federal or State of California program,
loan or grant utilized on this Project.
6.TIME TO PERFORM THE WORK. CONTRACTOR shall commence the Work
on the date specified in the Notice to Proceed to be issued to CONTRACTOR by the
Director of Public Works of CITY, and shall complete work on the Project within
__________________ (___) days after commencement.
7.NONDISCRIMINATION. CONTRACTOR shall not discriminate in its recruiting,
hiring, promotion, demotion or termination practices on the basis of race, religious
creed, color, national origin, ancestry, physical disability, mental disability, medical
condition, martial status, sex, age, or sexual orientation in the performance of this
Agreement, and shall comply with the provisions of the California Fair Employment and
Housing Act as set forth in Part 2.8 of Division 3, Title 2 of the California Government
Code; the Federal Civil Rights Act of 1964, as set forth in Public Law 88-352, and all
amendments thereto; Executive Order 11246; and all administrative rules and
regulations issued pursuant to such acts and order.
8.LABOR CODE REQUIREMENTS.
(a)CONTRACTOR is aware of and agrees to abide by the provisions of
California Labor Code Sections 1720, et seq., as well as Sections 1771, 1773, 1773.1,
1773.6, 1773.7, 1774, 1775, 1776 and 1777, pertaining to the obligation to pay
prevailing wages with respect to the performance of work (“Prevailing Wage Laws”).
Copies of the prevailing rate of per diem wages and the general prevailing rate for
holiday and overtime work for each craft are available upon request from the City. A
copy of the prevailing rate of per diem wages shall be posted at the job site. If such
posting is not possible, a copy shall be posted at the business of the CONTRACTOR.
(b)CONTRACTOR acknowledges that under California Labor Code sections
1810 and following, eight hours of labor constitutes a legal day’s work. CONTRACTOR
will forfeit as a penalty to City the sum of $25.00 for each worker employed in the
execution of this Agreement by CONTRACTOR or any subcontractor for each calendar
day during which such worker is required or permitted to work more than 8 hours in any
one calendar day and 40 hours in any one calendar week in violation of the provisions
of Labor Code section 1810. (Labor Code § 1813.)
(c)CONTRACTOR must comply with Labor Code section 1771.1(a), which
provides that CONTRACTOR is only eligible to perform the Work if CONTRACTOR is
registered with the Department of Industrial Relations as required by Labor Code
Section 1725.5, and that CONTRACTOR may award subcontracts for work that
qualifies as a “public work” only to subcontractors which are at the time of award
registered and qualified to perform public work pursuant to Labor Code Section 1725.5.
CONTRACTOR must obtain proof of such registration from all such subcontractors.
CC STAFF REPORT ATTACHMENT A - PLANS (DRAFT BID PACKAGE)
NOT AUTHORIZED FOR BID RELEASE
July 15, 2020
Document Control Page 47 of 63
5
(d)CONTRACTOR, and any subcontractor engaged by CONTRACTOR,
must pay not less than the specified prevailing rate of per diem wages to all workers
employed in the execution of this Agreement. (Labor Code § 1774.) CONTRACTOR is
responsible for compliance with Labor Code section 1776 relative to the retention and
inspection of payroll records.
(e)CONTRACTOR must comply with all provisions of Labor Code section
1775. Under Section 1775, Contractor may forfeit as a penalty to City up to $50.00 for
each worker employed in the execution of the Agreement by CONTRACTOR or any
subcontractor for each calendar day, or portion thereof, in which the worker is paid less
than the prevailing rates. Contractor may also be liable to pay the difference between
the prevailing wage rates and the amount paid to each worker for each calendar day, or
portion thereof, for which each worker was paid less than the prevailing wage rate.
(f)Nothing in this Agreement prevents CONTRACTOR or any subcontractor
from employing properly registered apprentices in the execution of the Agreement.
CONTRACTOR is responsible for compliance with Labor Code section 1777.5 for all
apprenticeable occupations. This statute requires that contractors and subcontractors
must submit contract award information to the applicable joint apprenticeship
committee, must employ apprentices in apprenticeable occupations in a ratio of not less
than one hour of apprentice’s work for every five hours of labor performed by a
journeyman (unless an exception is granted under §1777.5), must contribute to the fund
or funds in each craft or trade or a like amount to the California Apprenticeship Council,
and that contractors and subcontractors must not discriminate among otherwise
qualified employees as apprentices solely on the ground of sex, race, religion, creed,
national origin, ancestry or color. Only apprentices defined in Labor Code section 3077,
who are in training under apprenticeship standards and who have written apprentice
contracts, may be employed on public works in apprenticeable occupations.
(g)CONTRACTOR shall defend, indemnify and hold the CITY, its elected
officials, officers, employees and agents free and harmless from any claim or liability
arising out of any failure or alleged failure to comply with the Prevailing Wage Laws.
9.PROJECT SITE CONDITIONS.
(a)CONTRACTOR shall, without disturbing the condition, notify CITY in
writing as soon as CONTRACTOR, or any of CONTRACTOR’s subcontractors, agents
or employees have knowledge and reporting is possible, of the discovery of any of the
following conditions:
(i)The presence of any material that the CONTRACTOR
believes is hazardous waste, as defined in Section 25117 of the Health and
Safety Code;
(ii)Subsurface or latent physical conditions at the site differing
from those indicated in the specifications; or,
CC STAFF REPORT ATTACHMENT A - PLANS (DRAFT BID PACKAGE)
NOT AUTHORIZED FOR BID RELEASE
July 15, 2020
Document Control Page 48 of 63
6
(iii)Unknown physical conditions at the site of any unusual
nature, different materially from those ordinarily encountered and generally
recognized as inherent in work of this character provided for in this Agreement.
(b)Pending a determination by CITY of appropriate action to be taken,
CONTRACTOR shall provide security measures (e.g., fences) adequate to prevent the
hazardous waste or physical conditions from causing bodily injury to any person.
(c)CITY shall promptly investigate the reported conditions. If CITY, through
its Director of Public Works, or his or her designee, and in the exercise of its sole
discretion, determines that the conditions do materially differ, or do involve hazardous
waste, and will cause a decrease or increase in the CONTRACTOR’s cost of, or time
required for, performance of any part of the Work, then CITY shall issue a change order.
(d)In the event of a dispute between CITY and CONTRACTOR as to whether
the conditions materially differ, or involve hazardous waste, or cause a decrease or
increase in the CONTRACTOR’s cost of, or time required for, performance of any part
of the Work, CONTRACTOR shall not be excused from any scheduled completion date,
and shall proceed with all work to be performed under the Agreement. CONTRACTOR
shall retain any and all rights which pertain to the resolution of disputes and protests
between the parties.
10.INDEMNITY. CONTRACTOR shall assume the defense of and indemnify and
hold harmless the CITY, its elective and appointive boards, officers, agents and
employees, from all claims, loss, damage, injury and liability of every kind, nature and
description, directly or indirectly arising form the performance of the Work, regardless of
responsibility of negligence; and from any and all claims, loss, damage, injury and
liability, resulting directly or indirectly from the nature of the Work covered by this
Agreement, regardless of responsibility of negligence.
(a)CITY does not, and shall not, waive any rights against CONTRACTOR
which it may have because of the acceptance by CITY or the deposit with CITY by
CONTRACTOR, of any of the insurance policies hereinafter described in this
Agreement.
(b)The indemnity provided by CONTRACTOR shall apply to all damages and
claims for damages of every kind suffered, or alleged to have been suffered, by reason
of any of the Work by CONTRACTOR, or any subcontractor, regardless of whether
insurance policies are applicable to any of the damages or claims for damages.
(c)The provisions of this section do not apply to claims occurring as a result
of the City’s sole negligence or willful acts or omissions.
(d)The provisions of this section will survive the expiration or earlier
termination of this Agreement.
CC STAFF REPORT ATTACHMENT A - PLANS (DRAFT BID PACKAGE)
NOT AUTHORIZED FOR BID RELEASE
July 15, 2020
Document Control Page 49 of 63
7
11.BONDS. CONTRACTOR, before commencing the Work, shall furnish and file
with CITY a bond, or bonds, in a form satisfactory to the CITY, in the sum of one
hundred percent (100%) of the compensation amount stated in Section 3 of this
Agreement conditioned upon the faithful performance of this Agreement and a bond, or
bonds, in a form satisfactory to the CITY, in the sum of one hundred percent (100%) of
the compensation amount stated in Section 3 of this Agreement conditioned upon the
payment of all labor and materials furnished in connection with this Agreement.
12.INSURANCE. CONTRACTOR shall not commence the Work until
CONTRACTOR has obtained all insurance required by the Contract Documents and
such insurance has been approved by CITY as to form, amount and carrier.
CONTRACTOR shall not allow any subcontractor to commence work on any
subcontract until all similar insurance required of the subcontractor have been obtained
and approved.
(a)Workers’ Compensation. CONTRACTOR shall take out and maintain,
during the life of this Agreement, Worker’s Compensation Insurance (Statutory Limits)
with Employers Liability Insurance (with limits of at least $1,000,000) for all of
CONTRACTOR’s employees employed at the Project site; and, if any work is sublet,
CONTRACTOR shall require the subcontractor similarly to provide Worker’s
Compensation Insurance for all of the latter’s employees, unless such employees are
covered by the protection afforded by CONTRACTOR. If any class of employees
engaged in Work under this Agreement at the Project site is not protected under any
Workers’ Compensation law, CONTRACTOR shall provide and shall cause each
subcontractor to provide adequate insurance for the protection of employees not
otherwise protected. CONTRACTOR shall indemnify CITY for any damage resulting
from failure of either CONTRACTOR or any subcontractor to take out or maintain such
insurance. CONTRACTOR shall submit to Agency, along with the certificate of
Insurance, a Waiver of Subrogation endorsement in favor of the Agency, its officers,
agents, employees and volunteers.
(b)Comprehensive General Liability, Products/Completed Operations Hazard,
and Contractual General Liability Insurance. CONTRACTOR shall take out and
maintain during the life of this Agreement such comprehensive general liability,
products/completed operations hazard, comprehensive automobile liability and
contractual general liability insurance as shall protect CITY, its elective and appointive
boards, officers, agents and employees, CONTRACTOR, and any subcontractor
performing work covered by this Agreement, from claims for damage for personal injury,
including death, as well as from claims for property damage which may arise from
CONTRACTOR’s or any subcontractor’s operations under this Agreement, whether
such operations be by CONTRACTOR or by any subcontractor, or by anyone directly or
indirectly employed by either CONTRACTOR or any subcontractor, and the amounts of
such insurance shall be as follows:
CC STAFF REPORT ATTACHMENT A - PLANS (DRAFT BID PACKAGE)
NOT AUTHORIZED FOR BID RELEASE
July 15, 2020
Document Control Page 50 of 63
8
(i)General Liability Insurance in an amount of not less than
ONE MILLION DOLLARS ($1,000,000) per occurrence;
(ii)Products/Completed Operations Hazard Insurance in an
amount of not less than ONE MILLION DOLLARS ($1,000,000) per occurrence;
and
(iii)Contractual General Liability Insurance in an amount of not
less than ONE MILLION DOLLARS ($1,000,000) per occurrence.
General aggregate limits in an amount of not less than TWO MILLION DOLLARS
($2,000,000) shall be considered equivalent to the required minimum limits set forth
hereinabove.
(c)Comprehensive Automobile Liability. CONTRACTOR shall take out and
maintain during the life of this Agreement, comprehensive automobile liability insurance
as shall protect CITY, its elective and appointive boards, officers, agents and
employees, CONTRACTOR, and any subcontractor performing work covered by this
Agreement, from claims for damage for personal injury, including death, as well as from
claims for property damage which may arise from CONTRACTOR’s or any
subcontractor’s operations under this Agreement, whether such operations be by
CONTRACTOR or by any subcontractor, or by anyone directly or indirectly employed by
either CONTRACTOR or any subcontractor, and the amounts of such insurance shall
be as follows:
(i)Comprehensive Automobile Liability Insurance in an amount of not
less than ONE MILLION DOLLARS ($1,000,000) combined single limit per accident.
(d)Proof of Insurance. The insurance required by this Agreement shall be
with insurers which are California Admitted and Best A rated or better. CITY shall be
named as “additional insured” on the general liability and automobile liability required
hereunder, and CONTRACTOR shall furnish CITY, concurrently with the execution
hereof, with satisfactory proof of carriage of the insurance required, and adequate legal
assurance that each carrier will give CITY at least thirty (30) days’ prior notice of the
cancellation of any policy during the effective period of this Agreement.
(e)Umbrella or excess liability insurance. [Optional depending on limits
required]. Contractor shall obtain and maintain an umbrella or excess liability insurance
policy with limits that will provide bodily injury, personal injury and property damage
liability coverage at least as broad as the primary coverages set forth above, including
commercial general liability and employer’s liability. Such policy or policies shall include
the following terms and conditions:
•A drop down feature requiring the policy to respond if any primary insurance
that would otherwise have applied proves to be uncollectible in whole or in
part for any reason;
•Pay on behalf of wording as opposed to reimbursement;
CC STAFF REPORT ATTACHMENT A - PLANS (DRAFT BID PACKAGE)
NOT AUTHORIZED FOR BID RELEASE
July 15, 2020
Document Control Page 51 of 63
9
•Concurrency of effective dates with primary policies; and
•Policies shall “follow form” to the underlying primary policies.
•Insureds under primary policies shall also be insureds under the umbrella or
excess policies.
(f)Requirements not limiting. Requirements of specific coverage features or
limits contained in this Section are not intended as a limitation on coverage, limits or
other requirements, or a waiver of any coverage normally provided by any insurance.
Specific reference to a given coverage feature is for purposes of clarification only as it
pertains to a given issue and is not intended by any party or insured to be all inclusive,
or to the exclusion of other coverage, or a waiver of any type. If the CONTRACTOR
maintains higher limits than the minimums shown above, the Agency requires and shall
be entitled to coverage for the higher limits maintained by the CONTRACTOR. Any
available insurance proceeds in excess of the specified minimum limits of insurance and
coverage shall be available to the Agency.
(g)Primary/contributing. Coverage provided by the CONTRACTOR shall be
primary and any insurance or self-insurance or maintained by Agency shall not be
required to contribute to it. The limits of insurance required herein may be satisfied by a
combination of primary and umbrella or excess insurance. Any umbrella or excess
insurance shall contain or be endorsed to contain a provision that such coverage shall
also apply on a primary and non-contributory basis for the benefit of Agency before the
Agency’s own insurance or self-insurance shall be called upon to protect is as a named
insured.
(h)Notice to Proceed. The CITY will not issue any notice authorizing
CONTRACTOR or any subcontractor to commence the Work under this Agreement
until CONTRACTOR has provided to the CITY the proof of insurance as required by
this Section 12.
13.LIQUIDATED DAMAGES. The parties agree that it would be impractical and
extremely difficult to fix the actual damages to the CITY in the event the Project is not
commenced and/or completed on or before the dates specified for commencement and
completion of the Project in the Contract Documents. The parties have considered the
facts of a breach of this Agreement and have agreed that the liquidated damages sum
hereinafter set forth is reasonable as liquidated damages in the event of a breach, and
that said sum shall be presumed to be the amount of the damages sustained by the
CITY in the event such work is not begun and/or completed and accepted by the times
so specified in the Contract Documents. The sum of ONE THOUSAND DOLLARS
($1,000.00) shall be presumed to be the amount of damages suffered by the CITY for
each day’s delay in the starting and/or completion and acceptance of the Project after
the dates specified in the Contract Documents for the start and/or completion thereof,
and CONTRACTOR hereby agrees to pay said sum of ONE THOUSAND DOLLARS
($1,000.00) as liquidated damages for each day of delay in the starting and/or
completing and acceptance of said Project beyond the dates specified in the
CC STAFF REPORT ATTACHMENT A - PLANS (DRAFT BID PACKAGE)
NOT AUTHORIZED FOR BID RELEASE
July 15, 2020
Document Control Page 52 of 63
10
CONTRACT DOCUMENTS. Any and all such liquidated damages assessed shall be
done in accordance with that certain edition of the Standard Specification for Public
Works Construction currently in effect on the execution date of this Agreement.
CONTRACTOR CITY OF TEMPLE CITY
By ___________________________ By __________________________
Date: Date:
14.NOTICE OF COMPLETION. Upon completion of PROJECT and acceptance of
same by the City Council of the CITY, the City Manager of the CITY shall cause to be
recorded a Notice of Completion with the office of the Los Angeles County Recorder;
and, after thirty-five (35) days from the date said Notice of Completion is recorded, the
Director of Finance of CITY shall release the funds retained pursuant to Section 3
hereof; provided there have been no mechanics’ liens or stop notices filed against the
Work which have not been paid, withdrawn or eliminated as liens against said work.
15.COMPLIANCE WITH LAWS. In performing the Work, CONTRACTOR must
comply with all applicable statutes, laws and regulations, including, but not limited to,
OSHA requirements and the Temple City Municipal Code. Contractor must, at
Contractor’s sole expense, obtain all necessary permits and licenses required for the
Work, and give all necessary notices and pay all fees and taxes required by law,
including, without limitation, any business license tax imposed by City.
16.INDEPENDENT CONTRACTOR. CONTRACTOR is and will at all times remain
as to CITY a wholly independent contractor. Neither the CITY nor any of its officers,
employees, or agents will have control over the conduct of CONTRACTOR or any of
CONTRACTOR’s officers, employees, agents or subcontractors, except as expressly
set forth in the Contract Documents. CONTRACTOR may not at any time or in any
manner represent that it or any of its officers, employees, agents, or subcontractors are
in any manner officers, employees, agents or subcontractors of CITY.
17.GENERAL PROVISIONS.
(a)Authority to Execute. Each Party represents and warrants that all
necessary action has been taken by such Party to authorize the undersigned to execute
this Agreement and to bind it to the performance of its obligations.
(b)Assignment. CONTRACTOR may not assign this Agreement without the
prior written consent of CITY, which consent may be withheld in the CITY’s sole
discretion since the experience and qualifications of CONTRACTOR were material
considerations for this Agreement.
CC STAFF REPORT ATTACHMENT A - PLANS (DRAFT BID PACKAGE)
NOT AUTHORIZED FOR BID RELEASE
July 15, 2020
Document Control Page 53 of 63
11
(c)Binding Effect. This Agreement is binding upon the heirs, executors,
administrators, successors and permitted assigns of the Parties.
(d) Integrated Agreement. This Agreement, including the Contract
Documents, is the entire, complete, final and exclusive expression of the Parties with
respect to the Work to be performed under this Agreement and supersedes all other
agreements or understandings, whether oral or written, between CONTRACTOR and
CITY prior to the execution of this Agreement.
(e)Modification of Agreement. No amendment to or modification of this
Agreement will be valid unless made in writing and approved by CONTRACTOR and by
the City Council or City Manager of CITY, as applicable. The Parties agree that this
requirement for written modifications cannot be waived and that any attempted waiver
will be void.
(f)Counterparts and Facsimile Signatures. This Agreement may be
executed in several counterparts, each of which will be deemed an original, and all of
which, when taken together, constitute one and the same instrument. Amendments to
this Agreement will be considered executed when the signature of a party is delivered
by facsimile transmission. Such facsimile signature will have the same effect as an
original signature.
(g)Waiver. Waiver by any Party of any term, condition, or covenant of this
Agreement will not constitute a waiver of any other term, condition, or covenant. Waiver
by any Party of any breach of the provisions of this Agreement will not constitute a
waiver of any other provision, or a waiver of any subsequent breach or violation of any
provision of this Agreement. Acceptance by City of any Work performed by
CONTRACTOR will not constitute a waiver of any of the provisions of this Agreement.
(h)Interpretation. This Agreement will be interpreted, construed and governed
according to the laws of the State of California. Each party has had the opportunity to
review this Agreement with legal counsel. The Agreement will be construed simply, as
a whole, and in accordance with its fair meaning. It will not be interpreted strictly for or
against either party.
(i)Severability. If any term, condition or covenant of this Agreement is
declared or determined by any court of competent jurisdiction to be invalid, void or
unenforceable, the remaining provisions of this Agreement will not be affected and the
Agreement will be read and construed without the invalid, void or unenforceable
provision.
(j)Attorneys’ Fees. The prevailing party in any action to resolve a dispute
concerning this Agreement shall be entitled to have and recover from the losing party
the reasonable attorneys’ fees and costs of such action.
(k)Venue. In the event of litigation between the parties, venue in state trial
courts will be in the County of Los Angeles. In the event of litigation in a U.S. District
Court, venue will be in the Central District of California, in Los Angeles.
CC STAFF REPORT ATTACHMENT A - PLANS (DRAFT BID PACKAGE)
NOT AUTHORIZED FOR BID RELEASE
July 15, 2020
Document Control Page 54 of 63
12
(l)Notices. All written notices required or permitted to be given under this
Agreement will be deemed made when received by the other Party at its respective
address as follows:
To CITY: City of Temple City
9701 Las Tunas Drive
Temple City, California 91780
Attention: ____________
(Tel.) _______________
(Fax) _______________
To Contractor: ______________________
______________________
______________________
Attention: ______________
(Tel.) _____________
(Fax) _____________
Notice will be deemed effective on the date personally delivered or
transmitted by facsimile. If the notice is mailed, notice will be deemed
given three days after deposit of the same in the custody of the United
States Postal Service, postage prepaid, for first class delivery, or upon
delivery if using a major courier service with tracking capabilities.
Any Party may change its notice information by giving notice to the other
Party in compliance with this section.
CC STAFF REPORT ATTACHMENT A - PLANS (DRAFT BID PACKAGE)
NOT AUTHORIZED FOR BID RELEASE
July 15, 2020
Document Control Page 55 of 63
13
IN WITNESS WHEREOF, the parties hereto have caused this contract to be
executed on the _____ day of _____________________, 20__, by their respective
officers duly authorized in that behalf.
CITY OF TEMPLE CITY, a municipal
corporation
ATTEST:
By______________________________
___________________
_______________________________
Peggy Kuo, City Clerk
Date:
APPROVED AS TO FORM:
___________________________________
Eric S. Vail, City Attorney
_____________________, a [state type
of entity]
By______________________________
_____________________, ________
By______________________________
_____________________, ________
CC STAFF REPORT ATTACHMENT A - PLANS (DRAFT BID PACKAGE)
NOT AUTHORIZED FOR BID RELEASE
July 15, 2020
Document Control Page 56 of 63
14
LA #4847-5837-1653 v1
DRAFT 3/23/17
CC STAFF REPORT ATTACHMENT A - PLANS (DRAFT BID PACKAGE)
NOT AUTHORIZED FOR BID RELEASE
July 15, 2020
Document Control Page 57 of 63
15
LA #4847-5837-1653 v1
DRAFT 3/23/17
CC STAFF REPORT ATTACHMENT A - PLANS (DRAFT BID PACKAGE)
NOT AUTHORIZED FOR BID RELEASE
July 15, 2020
Document Control Page 58 of 63
Appendix B
PROJECT PLANS
CC STAFF REPORT ATTACHMENT A - PLANS (DRAFT BID PACKAGE)
NOT AUTHORIZED FOR BID RELEASE
July 15, 2020
Document Control Page 59 of 63
CITY OF TEMPLE CITY
PUBLIC WORKS AND ENGINEERING DEPARTMENT
LOCATION MAP
INDEX TO PROJECT DRAWINGS
VICINITY MAP
1.UNLESS OTHERWISE NOTED, ALL WORK SHALL BE DONE IN ACCORDANCE WITH THE "STANDARD SPECIFICATIONS
FOR PUBLIC WORKS CONSTRUCTION", LATEST EDITION WITH ALL CURRENT SUPPLEMENTS, AND ALL APPLICABLE
STANDARDS AND SPECIFICATIONS TO THE SATISFACTION OF THE ENGINEER.
2. PRIOR TO BEGINNING OF ANY WORK, THE CONTRACTOR SHALL OBTAIN A PERMIT FROM THE CITY OF TEMPLE
CITY.
3. ALL WORK COVERED BY THIS PLAN SHALL BE INSPECTED BY THE CITY ENGINEER.
4. THE CONTRACTOR SHALL NOTIFY UNDERGROUND SERVICE ALERT (U.S.A.) 48 HOURS PRIOR TO THE START OF
WORK. UPON EXPOSING ANY UTILITY'S UNDERGROUND FACILITY, THE CONTRACTOR SHALL NOTIFY UTILITY
IMMEDIATELY.
5. IT SHALL BE THE RESPONSIBILITY OF THE CONTRACTOR TO LOCATE ALL UTILITIES OF EVERY NATURE, WHETHER
SHOWN HEREON OR NOT, TO PROTECT THEM FROM DAMAGE WITHIN THE ALIGNMENT OF THE PROPOSED
IMPROVEMENTS. THE CONTRACTOR SHALL BEAR THE TOTAL EXPENSE OF REPAIR OR REPLACEMENT OF UTILITIES
DAMAGED BY OPERATIONS IN CONNECTION WITH THE PROSECUTION IF THE WORK.
6. THE CONTRACTOR SHALL NOT CONDUCT ANY OPERATIONS OR PERFORM ANY WORK PERTAINING TO THE
PROJECT BETWEEN 5:00 P.M. AND 7:30 A.M. ON ANY DAY NOR ON SATURDAY, SUNDAY, HOLIDAY AT ANY TIME
EXCEPT AS APPROVED BY THE ENGINEER.
7. THE CONTRACTOR SHALL PROTECT AND RESTORE EXISTING UTILITIES AND IMPROVEMENTS AS PER SECTION 5-1,
5-2- AND 7-9 OF THE STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION.
8. THE CONTRACTOR IS ADVISED THAT UNLESS NOTED OTHERWISE IN THE CONTRACT DOCUMENTS, ALL MATERIALS
REMOVED UNDER CLEARING AND GRUBBING SHALL BECOME THE PROPERTY OF THE CONTRACTOR AND SHALL
BE REMOVED DISPOSED FROM THE JOBSITE UNLESS INSTRUCTED BY THE ENGINEER TO DO OTHERWISE.
9. THE CONTRACTOR SHALL BE RESPONSIBLE TO PROVIDE FOR PUBLIC SAFETY AND CONVENIENCE AND SECURE
THE PROJECT AS WELL AS ADJOINING PROPERTIES DURING THE DURATION OF PROJECT.
10. THE CONTRACTOR SHALL ADJUST MANHOLE FRAME AND COVER AND WATER VALVE CANS TO FINISH GRADE
UNLESS NOTED OTHERWISE ON THE PLAN.
11. THE CONTRACTOR SHALL PROVIDE A TRAFFIC CONTROL PLAN FOR THE COMPLETION OF THE PROPOSED
IMPROVEMENTS PER CA MANUAL ON UNIFORM TRAFFIC CONTROL DEVICES (MUTCD) TO THE SATISFACTION OF
THE ENGINEER. A MINIMUM OF ONE LANE OF TRAFFIC SHALL BE MAINTAINED AT ALL TIMES DURING WORKING
HOURS. ALL LANES SHALL BE RESTORED AFTER WORK HOURS UNLESS APPROVED OTHERWISE BY THE ENGINEER.
12. THE CONTRACTOR SHALL PROVIDE 72-HOUR NOTIFICATION TO THE AFFECTED PROPERTIES, POLICE DEPARTMENT
AND FIRE DEPARTMENT IN THE EVENT OF A CHANGE IN STREET CLOSURE TO TRAFFIC AND/OR PUBLIC SAFETY
VEHICLES, PARKING RESTRICTION, AND ON EACH MONDAY DURING THE CONSTRUCTION PERIOD.
13. AS REQUIRED BY THE ENGINEER, THE CONTRACTOR SHALL FURNISH AND OPERATE A SELF-LOADING MOTOR
SWEEPER WITH SPRAY NOZZLES AT LEAST TWICE EACH WORKING DAY TO KEEP PAVED AREAS ACCEPTABLY
CLEAN WHEREVER CONSTRUCTION, INCLUDING RESTORATION THAT IS INCOMPLETE.
14. ALL EXISTING PORTLAND CEMENT CONCRETE (P.C.C.) AND ASPHALT CONCRETE PAVEMENT SHALL BE SAWCUT,
FULL DEPTH, TO A TRUE LINE WHERE NEW CONCRETE PAVEMENT IS TO JOIN.
15. ALL EXCAVATION SHALL BE BACKFILLED AT THE END OF EACH WORKING DAY AND ROAD OPEN TO VEHICULAR
TRAFFIC UNLESS APPROVED BY THE ENGINEER.
16. IT SHALL BE THE CONTRACTOR'S RESPONSIBILITY TO NOTIFY AND COORDINATE WITH ALL AFFECTED UTILITY
PURVEYORS OF THE WORK REQUIRED TO ADJUST AND/OR RELOCATE UTILITY FACILITIES.
17. THE FOLLOWING IS A LIST OF THE UTILITY COMPANIES AND CONTACTS:
JOHANNA MUNOZ (626) 303-8473
SOUTHERN CALIFORNIA EDISON
CARLOS SANCHEZ (626) 397-4970
SOUTHERN CALIFORNIA GAS COMPANY
ANNA LIMAS (626) 570-5314
AT&T
JESSE GONZALES (626) 430-3570
CHARTER COMMUNICATION
LA COUNTY SEWER MAINTENANCE DISTRICT (626) 300-3399
WAYNE GOEHRING (626) 793-6189
EAST PASADENA WATER COMPANY
(GARABALDI AVE TO E. CAMINO REAL AVE)
TROY (626) 287-5238
SUNNY SLOPE WATER COMPANY
(LIVE OAK AVE TO GARIBALDI AVE.)
LOUIE ROMERO (626) 614-2534
CALIFORNIA AMERICAN WATER CO
(BLACKLEY ST TO LIVE OAK AVE)
(ELLIS LANE TO LOWER AZUSA RD.)
BOB NILA (626) 446 1547
GOLDEN STATE WATER CO
LOWER AZUSA RD TO BLACKLEY ST
GENERAL NOTES
FOUR PROJECT SITE
1.
2.
ALL TRAFFIC CONTROL WORK FOR CONSTRUCTION SHALL CONFORM TO PART 6- TEMPORARY TRAFFIC CONTROL
OF THE CA-MUTCD, ADDENDUMS, LATEST EDITIONS, AND ALL O.S.H.A. REQUIREMENTS.
3.
THE CONTRACTOR SHALL HAVE ALL TRAFFIC CONTROL SIGNS, DELINEATORS, ETC., PROPERLY INSTALLED PRIOR
TO COMMENCING CONSTRUCTION.
4.
THE CONTRACTOR SHALL MAINTAIN ALL TRAFFIC CONTROL SIGNS, DELINEATORS, ETC., TO ENSURE PROPER FLOW
AND SAFETY OF TRAFFIC WHILE WORKING IN THE STREET.
5.
ADDITIONAL TRAFFIC CONTROL DEVICES MAY BE REQUIRED IN THE FIELD. THE CONTRACTOR SHALL BE RESPONSIBLE
FOR ANY ADDITIONAL TRAFFIC CONTROL DEVICES REQUIRED BY THE CITY INSPECTOR/REPRESENTATIVES TO ASSURE
PUBLIC SAFETY AT ALL TIMES. NO ADDITIONAL COMPENSATION WILL BE ALLOWED.
6.
THE CONTRACTOR SHALL UTILIZE A FLAGMAN DURING CONSTRUCTION WORK AS DEEMED NECESSARY BY THE
AGENCY REPRESENTATIVE.
ARROW BOARDS SHALL BE USED ON ANY LANE CLOSURE ON ARTERIAL STREETS.
STRIPING SHALL BE CAT TRACKED AND APPROVED BY THE AGENCY REPRESENTATIVE PRIOR TO FINAL INSTALLATION.7.
MAINTAIN TWO TRAFFIC LANES ON BOTH DIRECTIONS AT ALL TIMES.8.
ALL TRAFFIC LANES MUST BE OPEN ON WEEKENDS AND HOLIDAYS.9.
ANY DEVIATION TO THE TRAFFIC LANE REQUIREMENTS SHALL REQUIRE THE CITY ENGINEER'S APPROVAL. A MINIMUM 2410.
HOURS ADVANCE NOTICE IS REQUIRED.
PAVEMENT MANAGEMENT PROGRAM PROJECT PHASE 2
CITY PROJECT ID: P 20-07
GENERAL SIGNING, STRIPING AND MARKING NOTES:TEMPLE CITY BLVD13367 BENSON AVE.
CHINO, CA. 91710
(909) 595 8599
PAVEMENT MANAGEMENT PROGRAM
CITY PROJECT ID: P 20-07
STREET RESURFACING PROJECT PHASE 2
1 4
TITLE SHEET
LAS TUNAS
D
R
TRAFFIC CONSTRUCTION NOTES
PARKING TEE DETAIL
STREET IMPROVEMENT CONSTRUCTION NOTES
–SULTANA AVEROWLAND AVECC STAFF REPORT ATTACHMENT A - PLANS (DRAFT BID PACKAGE)
NOT AUTHORIZED FOR BID RELEASE
July 15, 2020
Document Control Page 60 of 63
STOPLAS TUNAS DR
LAS TUNAS DR
13367 BENSON AVE.
CHINO, CA. 91710
(909) 595 8599
PAVEMENT MANAGEMENT PROGRAM
CITY PROJECT ID: P20-07
STREET RESURFACING PROJECT PHASE 2
150'
80'
–
TRAFFIC CONSTRUCTION NOTES
2 4
ROADWAY IMPROVEMENT PLANSLIMIT OF WORKLI
M
I
T
LIMIT
LIMIT
LIMIT
STREET IMPROVEMENT CONSTRUCTION NOTES
LIMIT
LIMIT
LIMIT
LIMIT
LIMIT
CC STAFF REPORT ATTACHMENT A - PLANS (DRAFT BID PACKAGE)
NOT AUTHORIZED FOR BID RELEASE
July 15, 2020
Document Control Page 61 of 63
LAS TUNAS DR
LAS TUNAS DR
13367 BENSON AVE.
CHINO, CA. 91710
(909) 595 8599
PAVEMENT MANAGEMENT PROGRAM
CITY PROJECT ID: P20-07
STREET RESURFACING PROJECT PHASE 2
STREET IMPROVEMENT CONSTRUCTION NOTES
3 4
ROADWAY IMPROVEMENT PLANS
50'
TRAFFIC CONSTRUCTION NOTES
–
LIMIT
LIMIT
LIMIT
LIMIT
LIMIT
LIMIT
LIMIT
LIMIT
LIMIT
CC STAFF REPORT ATTACHMENT A - PLANS (DRAFT BID PACKAGE)
NOT AUTHORIZED FOR BID RELEASE
July 15, 2020
Document Control Page 62 of 63
STOPSTOP
LAS TUNAS DR
STOPSTOP
LAS TUNAS DR
13367 BENSON AVE.
CHINO, CA. 91710
(909) 595 8599
PAVEMENT MANAGEMENT PROGRAM
CITY PROJECT ID: P20-07
STREET RESURFACING PROJECT PHASE 2
4 4
ROADWAY IMPROVEMENT PLANS
LIMIT
LIMIT
LIMIT
LIMIT
LIMIT
LIMIT
TRAFFIC CONSTRUCTION NOTES
–
STREET IMPROVEMENT CONSTRUCTION NOTES
LIMIT
LIMIT
CC STAFF REPORT ATTACHMENT A - PLANS (DRAFT BID PACKAGE)
NOT AUTHORIZED FOR BID RELEASE
July 15, 2020
Document Control Page 63 of 63
QUANTITY
NO. UNITS UNIT
MEAS.
1 3" COLD MILL ASPHALT PAVEMENT 360,000 SF $1.00 $360,000.00
2 CONSTRUCT ASPHALT RUBBER HOT MIX-GAP GRADE (ARHM-GG-C)4,700 TONS $120.00 $564,000.00
3 CONSTRUCT ASPHALT CONCRETE TYPE B-PG 64-10 2,700 TONS $110.00 $297,000.00
4
SAWCUT AND REMOVE 10" THICK AC/BASE PAVEMENT SECTION AND
RECONSTRUCT 10" AC PAVEMENT SECTION CONSISTING OF 2" AHRM ON 2"
AC (TYPE B-PG 64-10) ON 6" CAB (AREA TO BE DETERMINED BY THE
ENGINEER DURING CONSTRUCTION)
10,000 SF $10.00 $100,000.00
5
REMOVE EXISTING MARKINGS AND STRIPING IN EXISTING PCC CONCRETE
SURFACES ON LAS TUNAS (WEST ND EAST OF TEMPLE CITY), AND
REINSTALL NEW STRIPING MARKINGS. (ALL STRIPING SHALL COMPLY WITH
CURRENT STANDARDS, AND SHALL HAVE RAISED MARKERS AS SHOWN ON
GOOGLE AERIALS.)
1 LS $4,500.00 $4,500.00
6
RESTORE ALL MARKINGS AND STRIPING (ALL STRIPING SHALL COMPLY
WITH CURRENT STANDARDS, AND SHALL HAVE RAISED MARKERS AS
SHOWN ON GOOGLE AERIALS.)
1 LS $150,000.00 $150,000.00
7 REMOVE AND RESTORE TRAFFIC LOOP DETECTOR (WITH VARYING, SHAPE
& SIZES)85 EA $800.00 $68,000.00
8 ADJUST STORM DRAIN/SEWER MANHOLE FRAME AND COVER TO GRADE 16 EA $700.00 $11,200.00
9
ADJUST VALVE COVER TO GRADE . THIS ITEM WILL ONLY PAY IF THE WORK
IS PERFORMED BY THE CONTRACTOR. IF THE WORK IS PERFORMED BY
THE OWNER OF A VALVE (UTILITY OWNER) NO PAYMENT WILL MADE TO THE
CONTRACTOR.
70 EA $100.00 $7,000.00
10 TRAFFIC CONTROL 1 LS $150,000.00 $150,000.00
11
THIS IS A CITY ESTABLISHED ALLOWANCE FOR MISC. PCC SIDEWALK
REPAIRS IF SUCH WORK IS APPROVED BY THE CITY. THIS AMOUNT MAY
ONLY BE USED AT CITY'S DISCRETION.
1 LS $50,000.00 $50,000.00
$1,761,700.00
10%$176,170.00
$1,937,870.00
20%$387,574.00
$2,325,444.00Total
CC STAFF REPORT ATTACHMENT B - PROJECT COST ESTIMATE
ITEM
NO.UNIT PRICE TOTAL PRICE
LAS TUNAS BLVD PAVEMENT REHABILITATION, PHASE 2
FROM SULTANA AVE TO EAST CITY LIMIT (West of Baldwin Ave)
CITY PROJECT ID: P-20-07
City of Temple City
DESCRIPTION OF ITEM
Sub Total
Industry Standard Contingency Allocation
Total
Industry Standard Soft Cost Allocation
CC STAFF REPORT ATTACHMENT B -PROJECT COST ESTIMATE PAGE 1 OF 1
ATTACHMENT B