Loading...
HomeMy Public PortalAbout09) 7G Acceptance of Plans, Specifications, and Estimates for State-Funded CIP Improvement of School SitesAGENDA ITEM ?.G. COMMUNITY DEVELOPMENT DEPARTMENT MEMORANDUM DATE: May 6, 2014 TO: The Honorable City Council FROM: Donald E. Penman, Interim City Manager Via: Robert Sahagun, Public Safety and Services Manager By: Yunus Rahi, P.E., Deputy City Engineer SUBJECT: ACCEPTANCE OF PLANS, SPECIFICATIONS, AND ESTIMATES FOR STATE-FUNDED CAPITAL IMPROVEMENT PROGRAM (CIP) PROJECT FOR CONSTRUCTION OF 45 SEPARATE IMPROVEMENTS AROUND 9 SCHOOL SITES RECOMMENDATION: The City Council is requested to: a) Accept Plans, Specifications, and Estimates (PS&E) for Capital Improvement Program (CIP) Project (P13-13) for construction of 45 separate improvements around 9 school sites (Attachment "A"); and b) Authorize the Interim City Manager to release plans and specifications for bid advertisement. BACKGROUND: 1. In March, 2012, the City submitted an application to the California Department of Transportation (Caltrans) for funding of the City's Safe Routes to School Project from State-Legislated Safe Routes to School (SR2S) Program Cycle 10. 2. In June, 2012, Caltrans released its SR2S Cycle 10 Award list that included an award of $431,900 for the City's SR2S project. This amount represents 88.34% of total project costs of $488,900, estimated for specific improvements around the City's nine school sites. These schools are: Longden Elementary, Oak Avenue Intermediate, Temple City High, Emperor Elementary, First Lutheran Christian School, La Rosa Elementary, Cloverly Elementary, Cleminson Elementary, and Longley Way Elementary. Although some of th e school locations are not within the jurisdiction of Temple City, Temple City students City Counci l May 6, 2014 Page 2 of 3 attend those schools, and the improvements proposed are for the benefit of Temple City residents. ~ · 3. In December, 2012, City directed its engineering consultant Transtech to prepare an application package requesting Caltrans to allocate necessary funds so the City could proceed with preparation of the PS&E package and advertise the project for bids. Approval of this fund allocation was necessary for the City's reimbursement of project costs accrued by Caltrans. 4. On January 8, 2013, Caltrans notified the City that necessary funds have been allocated and any work done on the project after this date would be eligible for reimbursement (Attachment "B"). 5. On February 5, 2013, Caltrans sent the City the Administering Agency-State Master Agreement and the Program Supplement Agreement. These agreements were signed by authorized City staff and returned to Caltrans within 90 days of this date. Upon receipt and ratification of these signed agreements, Caltrans returned a fully executed copy of the agreements to the City. Caltrans would not process any invoice from the City for reimbursement until the agreements were fully executed. 6. In April 2013, the City fully executed the Administering Agency-State Master ""-. Agreement and the Progra m Supplement Agreement that authorized the City to invoice Caltrans for all reimbursable expenses for design, construction and construction management related to the Safe Routes to School Project. 7. In July 2013, the City hired a qualified design consultant, Elie Farah, Inc., through a competitive bidding process for preparation of the PS&E package for advertisement for construction bids. 8. In January 2014, the design consultant submitted to the City the preliminary PS&E for the SR2S project for administrative review. 9. In February 2014, the 100% PS&E package for the SR2S project was finalized and is being submitted for City Council acceptance (Attachment "C" and Attachment "D"). ANALYSIS: Since 2010, City staff has worked with Temple City Unified School District (TCUSD) staff to identify needed pedestrian safety improvements around school sites within .Temple . City. Improvements have also been identified in the City's Traffic Calming Master Plan. In 2012, the City took an important step towards implementing these City Council May 6, 2014 Page 3 of 3 necessary improvements by applying for, and receiving an award from Caltrans to fund the City's Safe Routes to School (SR2S) project. The project includes: • Construction of sidewalks and curb ramps; • Installation of solar powered pedestrian activated lighted crosswalks; • Speed feedback signs; • Flashing stop beacons; and • Various signs and striping. The City's design consultant for the project, Elie Farah, Inc., has prepared the PS&E package for th e project. City Council is requested to accept the PS&E package so that it can subsequently be advertised for construction bids. The SR2S project is a significant step forward in improving pedestrian safety and in implementing important portions of the Traffic Calming Master Plan. City Council acceptance of the PS&E package for this project will ensure that the needed improvements can be implemented. FISCAL IMPACT: The City appropriated a total of $488,900 (SR2S $431 ,900+ General Fund $57,000) in the Fiscal Year (FY) 2012-13 budget, of which $483,000 (SR2S $431 ,900+ General Fund $52,000) was carried over into the FY 2013-14 budget. A total of $5,000 from General Fund was spent in FY 2012-13 for pre-construction activities, approximately 90% of which is reimbursable from State SR2S funds. The City has a total of $448,900 budgeted this fisca l year for the construction of this project of which a maximum of $395,900 will be obtained from the State's SR2S funds and the remaining $53,000 will be matched by the City's General Fund. An additional $20,000 has been set aside for construction management and related education/outreach expenses, of which a maximum of $18,000 will be obtained from the State's SR2S funds and the remaining $2,000, will be matched by City's General Fund. In addition, there are three additive alternates for in-pavement lighting and additional access ramps that total $76,500 (Attachment "E"). Depending on the actual construction bid and the available FY 2013-14 budget, any or all of the alternates could be added to the construction contract. Currently, the project's estimated construction cost totals $439,350. ATTACHMENTS: A. Proposed SR2S Improvements B. Caltrans SR2S Funds Authorization Letter C. SR2S Project Construction Plans D. SR2S Project Bid Documents and Specifications E. SR2S Project Construction Cost Estimates No. CITY OF TEMPLE CITY Engineer's Preliminary Cost Estimat1 Safe Route to School Cycle 10 Various School Location Prepared By· Transtech Engineers Inc , Item Description Longden Elementry School 1 SCHOOL SPEED LIMIT 2S MPH (ASSEMBLY C) WITH FLASHING BEACON ON LONGDEN AVE FOR EB AND WB TRAFFIC ZEBRA STRIPING WITH HIGHLY REFLECTIVE YELLOW PAINT AT 2 EXISTING CROSSWALKS AT PRIMROSE/LONGDEN, OAK/LONGDEN, TEMPLE CITY BLVD/LONGDEN AND 3 SCHOOL ADVANCE WARNING SIGNS (ASSEMBLY D) ON LONGDEN FOR EB AND WB TRAFFIC 4 SCHOOL ADVANCE WARNING SIGNS (ASSEMBLY A) ON PRIMROSE APPROACHING WEN DON FROM SB AND NB DIRECTIONS 5 YELLOW ZEBRA STRIPED XWALK ON WENDON AT PRIMROSE FOR WEST LEG (WL) ONLY (existing 2-way stop controlled) 6 INSTALL ADA RAMPS WITH TRUNCATED DOMES ON NWC AND SWC FOR CROSSWALK WL OF WEN DON AND PRIMROSE INSTALL 5' SIDEWALK ON PRIMROSE BETWEEN WENDON AND 7 FLAHERTY ON WEST SIDE 8 INSTALL 5' SIDEWALK ON PRIMROSE BETWEEN FLAHERTY AND GARIBALDI ON EAST SIDE No. Item Description Oak Avenue Intermediat e School INSTALL POST MOUNTED SOLAR PED ACTUATED LIGHTS AND XWALK AT EXISTING MIDBLOCK UNPROTECTED CROSSSWALK ON OAK AVE 1 AT CAMINO REAL. (LED LIT ASSEMBLY B WITH DOWNWARD FACING ARROW AND PEDESTRIAN PUSH BUTTONS-R62E(CA) FOR NB AND SB DIRECTIONS)-Met warrants for installati per Chapter 4N.02 OF THE CAMUTCD. (Verified with in field ped count) 2 INSTALL ADA RAMPS AT XWALK AT OAK AND CAMINO REAL EAST AND WEST SIDES 3 STRIPE SLOW SCHOOL XING IN ADVANCE OF UNPROTECTED XWALK ON OAK APPROACHING CAMINO REAL (NB AND SB DIRECTIONS) 4 PROVIDE ADVANCE SCHOOL SIGNAGE (ASSEMBLY A) FOR XWALK AT OAK AND CAMINO REAL (NB AND SB DIRECTIONS) PROVIDE 1 (R1-6) IN STREET SCHOOL CHILDREN CROSSING SIGN TO 5 REPLACE NON-STANDARD EXISTING SIGN IN CROSSWALK AT OAK AND EMPEROR EAST (NORTH LEG) 6 YELLOW ZEBRA STRIPE XWALK AT OAK AND EMPEROR AT EAST AND WEST LEG AND NORTH LEGS, OAK AND LEMON Page 1 of 4 Qty Unit 2 EA 2900 SF 2 EA 2 EA 290 SF 2 EA 280 LF 340 LF Total of Sectior Qty Unit 2 EA 2 EA 160 SF 2 EA 1 SF 774 SF Total of Sectior ATTACHMENT A Date Job No. Unit Price $9,000.00 $4.25 $250.00 $250.00 $4.25 $2,900.00 $41.00 $41.00 Unit Price $10,000.00 $2,900.00 $3.20 $250.00 $500.00 $4.25 3/23/2012 12017 Total Amount $18,000 $12,325 $500 $500 $1,233 $5,800 $11,480 $13,940 $63,778 Total Amount $20,000 $5,800 $512 $500 $500 $3,290 $30,602 No. Item Description Qty Unit Unit Price Total Amount Temple City High School INSTALL POST MOUNTED SOLAR PED ACTUATED LIGHTS AND XWALK AT EXISTING MIDBLOCK UNPROTECTED CROSSSWALK ON LEMON 1 AVENUE AT TRELAWNEY AVENUE. (LED LIT ASSEMBLY B WITH 2 EA $10,000.00 $20,000 DOWNWARD FACING ARROW AND PEDESTRIAN PUSH BUTIONS - R62E(CA) FOR EB AND WB DIRECTIONS) -Met warrants for installation per Chapter 4N.02 OF THE CAMUTCD. (Verified with in field ped count) INSTALL ADA RAMPS WITH TRUNCATED DOMES AT XWALK AT 2 LEMON AND TRELAWNEY AVE NORTH AND SOUTH SIDES 3 EA $2,900.00 $8,700 3 INSTALL ASSEMBLY C (SCHOOL SPEED LIMIT SIGNS) ON LEMON 2 EA $250.00 $500 APPROACHING SCHOOL FOR EB AND WB TRAFFIC INSTALL ASSEMBLY C (SCHOOL SPEED LIMIT SIGNS) ON TEMPLE CITY 4 BOULEVARD BETWEEN EL CAMINO REAL AND LEMON AVENUE FOR 2 EA $250.00 $500 NB AND SB TRAFFIC YELLOW ZEBRA STRIPE XWALK AT LEMON AND TEMPLE CITY BLVD, EL 5 CAMINO REAL AND TEMPLE CITY BLVD AND SL OF LEMON AND 1560 SF $4.25 $6,630 TRELAWNEY Total of Sectior $36,330 No. Item Descrijltion Qty Unit Unit Price Total Amount Emperor Elementary School 1 YELLOW ZEBRA STRIPE XWALKS AT EMPEROR AND ROSEMEAD BLVD 1635 SF $4.25 $6,949 2 PROVIDE 1 (R1-6) IN STREET SCHOOL CHILDREN CROSSING SIGN TO 1 EA $500.00 $500 REPLACE NON-STANDARD EXISTING SIGN INSTALL 5' SIDEWALK ON EMPEROR 150' FROM ROSEMEAD BLVD ON 3 THE SOUTH SIDE AND FOR APPROXIMATELY 100' SOUTH OF 1360 LF $41.00 $55,760 ROSEMEAD BLVD ON THE WEST SIDE Total of Secion $63,209 No. Item Description Qty Unit Unit Price Total Amount First Lutheran School 1 YELLOW ZEBRA STRIPE XWALKS AT NOEL AND BROADWAY (NORTH 640 SF $4.25 $2,720 LEG AND EAST LEG) 2 ADA COMPLIANT RAMPS WITH TRUNCATED DOMES FOR EXISTING CROSSWALK AT NOEL AND BROADWAY EAST LEG 2 EA $2,900.00 $5,800 INSTALL SOLAR LED FLASHING SCHOOL XING SIGNS (ASSEMBLY B) 3 WITH DOWNWARD FACING ARROW AT UNPROTECTED CROSSWALK 1 EA $12,500.00 $12,500 AT NOEL AND BROADWAY WITH HIGHLY REFLECTIVE RAISED RPMS ALONG CROSSWALK Total of Sectior $21,020 Page 2 of 4 No. Item Description Qty Unit Unit Price Total Amount La Rosa Elementary School YELLOW ZEBRA STRIPE XWALKS AT ALESANDRO AND LA ROSA (NL 1 AND SL), ALESANDRO AT PENTLAND (NL AND WL), FRATUS AND LA 1980 SF $4.25 $8,415 ROSA (EL). FRATUS AND KENNERLY (EL) AND PENTLAND AND FRATUS (SL) ADA COMPLIANT RAMPS WITH TRUNCATED DOMES FOR EXISTING 2 CROSSWALKS AT ALESANDRO AT PENTLAND (NWC), AT FRATUS AND 5 EA $2,900.00 $14,500 KENNERLY (NEC AND SEC) AND FRATUS AND PENTLAND (SWC ANS SEC) INSTALL SCHOOL CROSSING SIG NS (ASSEMBLY B WITH DOWNWARD 3 FACING ARROW) AT UNPROTECTED CROSSWALK AT LA ROSA AND 2 EA $400.00 $800 ALESANDRO (WL) WITH HIGHLY REFLECTIVE RAISED YELLOW RPMS ALONG EXISTING CROSSWALK PROVIDE 1 (Rl-6) IN STREET SCHOOL CHILDREN CROSSING SIGN TO 4 REPLACE NON-STANDARD EXISTING SIGN IN CROSSWALK AT LA ROSA 1 EA $500.00 $500 AND ALESANDRO (NORTH LEG) INSTALL ASSEMBLY C (SCHOOL SPEED LIMIT SIGNS) ON LA ROSA 5 APPROACHING SCHOOL FOR EB AND WB TRAFFIC AND ON PENTLAND 4 EA $250.00 $1,000 ST BETWEEN ALESANDRO AND FRATUS INSTALL 5' SIDEWALK ON PENTLAND ON SS BETWEEN SCHOOL AND 6 ENCINITA AVE, ON FRATUS ON EAST SIDE FROM LA ROSA TO 445 LF $41.00 $18,245 PENTLAND Total of Sectior $43,460 No. Item Description Qty Unit Unit Price Total Amount Cloverly Elementary School YELLOW ZEBRA STRIPE XWALKS AT CLOVERLY AND BROADWAY, 1 CLOVERLY AT DAINES (WL) AND CLOVERLY AT OLIVE AND NL OF 2780 SF $4.25 $11,815 BLACKLEY AND CLOVERLY INSTALL SOLAR LED SCHOOL SIGNS WITH 25 MPH SPEED FEEDBACK 2 SIGNS ALONG BROADWAY APPROACHING SCHOOL FOR EB AND WB 2 EA $11,000.00 $22,000 DIRECTIONS 3 STRIPE EXISTING UNPROTECTED CROSSWALK AT CLOVERLY AND BLACKLEY YELLOW ZEBRA 270 SF $4.25 $1,148 4 INSTALL SCHOOL CROSSING (ASSEMBLY B) WITH DOWNWARD 2 EA $500.00 $1,000 FACING ARROW AT CLOVERLY AND BLACKELY 5 INSTALL SCHOOL SPEED LIMIT SIGNS (ASSEMBLY C) ON CLOVERLY 1 EA $400.00 $400 FOR NB DIR WITH SLOW SCHOOL LEGENDS INSTALL 5' SIDEWALK ON CLOVERLY BETWEEN OLIVE AND BLACKLEY 470 $41.00 $19,270 6 ON EASTSIDE LF 7 ADD ADA RAMP WITH TRUNCATED DOMES AT NEC OF CLOVERLY AND BLACKLEY 1 EA $2,900.00 $2,900 Total of Sectior $58,533 Page 3 of 4 No. Item Description Qty Unit Unit Price Total Amount Cleminson Elementary School 1 YELLOW ZEBRA STRIPE XWALKS AT DALEVIEW AND FREER (WL AND 1160 SF $4.25 $4,930 SL), DALEVIEW AND ARROWOOD (WL), DALEVIEW AND GRAND (NL) 2 INSTALL SCHOOL AHEAD (ASSEMBLY D) ON DALEVIEW FOR NB 3 EA $250.00 $750 DIRECTION AND ON FREER ST FOR EB AND WB DIRECTIONS INSTALL STOP AND STOP BAR FOR WL AT DALEVIEW AND 3 ARROWOOD 42 SF $3.00 $126 4 INSTALL SCHOOL SPEED LI MIT 25 (ASSEMBLY C) ON DALEVIEW FOR 2 EA $250.00 $500 BOTH NB AND SB DIRECTIONS INSTALL 5' SIDEWALK ON EAST SIDE OF DALEVIEW BETWEEN GRAND 5 AND FREER, ON THE WEST SIDE OF DALEVIEW BETWEEN SCHOOL 940 LF $41.00 $38,540 AND ARROWOOD AND ARROWOOD TO GRAND AVENUE. Total of Sectior $44,846 No. Item Description Qty Unit Unit Price Total Amount Longley Way Elementary School INSTALL POST MOUNTED SOLAR PED ACTUATED LIGHTS AND XWALK AT EXISTING MIDBLOCK UNPROTECTED CROSSSWALK ON LIVE OAK 1 AND WARREN (LED LIT ASSEMBLY B WITH DOWNWARD FACING 2 EA $10,000.00 $20,000 ARROW AND PEDESTRIAN PUSH BUTIONS -R62E(CA) FOR EB AND WB DIRECTIONS)-Met warrants for installati• per Chapter 4L02 OF THE CAMUTCD. (Verified with in field ped count) 2 INSTALL ADA RAMPS WITH TRUNCATED DOMES FOR SOUTHERN 1 EA $2,900.00 $2,900 EDGE OF CROSSWALK AT LIVE OAK AND WARREN Total of Sectior $22,900 Pemits, Bonds, Licenses & Insurance $8,000 Public Convenience & Safety $5,000 Sub-total of Construction $397,676 10 Percent Contigency $39,768 Total Construction $437,444 TOTAL $437,444 Page 4 of 4 Temple City Cycle 10 Safe Routes to School Project Non-Infrastructure Workplan Workplan Delivcrables, Costs, and Schedule STATE OF CALIFORNIA . BUSINESS, TRANSPORTATION AND HOUSING AGENCY DEPARTMENT OF TRANSPORTATION Division of Local Assistance 1120 N STREET P.O. BOX 942874, MS# 1 Sacramento, CA 94274-0001 TTY711 (916) 654-3151 Fax(916)653-7621 January 8, 2012 Mr. Jose Bulido City Manager City of Temple City 9701 Las Tunas Dr. Temple City, CA 91780 Attn: Mr. Jose Bulido Dear Mr. Bulido: RECEIVED TEMPLE CITY CITY MANAGER'S OFFICE A1TACHMENT B EDMUND G. BROWN Jr. Governor File : 07-LA-0-TMPC SR2SL-5365(008) Longden/Oak;Camino Reai/Oak;Temple City/Lemon; Muscatei/Emperor;Broadway/Noei;L ~--~ , .. ~·· /'t ... Your letter dated December 13, 2013 requested an allocation of State funds from the Safe 'Route;to 'School Program (SR2S) for City of Temple City Safe Route to School project. The State hereby makes the allocation in the amount of $431,900.00 of State funds for all phases of this project effective January 08, 2013. You may now proceed with the project. Any work done after this date will be eligible for reimbursement. This Office will soon send you a Program Supplement Agreement for execution, along with a Master Agreement if one has not been executed. Please do not submit invoices for this project until the agreements are fully executed by both you and the State. The project award information should be submitted to the District Local Assistance Engineer (DLAE) immediately after award of the construction contract. An Award Information sheet needs to be included with your first invoice for reimbursement. if you have any questions, please contact your District Local Assistance Engineer. Sin~rely,P#I~ ,. l'WINTON EMMETT (ACTING), Chief Office of Project Implementation -South Division of Local Assistance c: DLA AE Project Files (07) DLAE -David Sosa Local Program Accounting Dawn Foster \ OEF'A M NTOFTRANSPORTIITI N OIVJSI N OF AC NTING L F' A RANCH ~. AQency Prelimln..y Englneettng ConlraCIIIM's Tolela: FINANCE LETTER ITATS ·1 I ! ..... -..... toO., -~ w.o<lj -Sm.ooo.oo -~---$1~---~ ! -.-: ......,.;,· -..,,:-oc!·-·m.ooo.ooi -'--· ---~ --_.J This Fonanc:o Leaer wu crut..s based on specillc !Nndlllnf0111141ion ~by lhe ·--lOcal agency. ne 1o11ow1ng oncunbrance hislory i$ prepared by I.Dcal Aulstance Aa:conting Olllc:e and il provldod here for locel agency'$ lnformallon and action. ~ ;1a~~4'-- Tll!e; HQ Sr. Atea Engkleer ~ Fl is ptepared based on dy'• FL dated on 12113112 Pdntod Name · Nahed Abdn Tolopllone No; 91~53·7ll28 ACCOUNTING INFORMATION • SR2Sl§365!008l Adv. F'roj. 10 Approp. Unit SUole Pros. Fed/State Encumbrance Amount AppropYur Expenditure Arnourl Ecvmbtanu Balance Page I 01 I Rovet'$1on Date Gt:NtRAL SIO...,INQ .\NO STRI'IHC NOTES .,__,,._ ....... ,. .... -..oo.60ot•·-· .. -.... --.t.. .... ~ .... _.. ....................... -('t ... -(00•~--..:-~oo..,,_...,,.._, .. 'ti(JOo._(I(Jor'o('tt•(Jn_....,.tO-.... .. -.,.,,,_lo ........ -~,-· ...... ·-ett·-·"6o. ·-·-·~--»•-ot:-400UII"-..Oo•·--l "~-·--·II$·--IOOI .... 'Uft4-f'--""-'IC'.N,.,._ ____ ~-(II!--- ::·CO.~to••JI<OfiU'It.1 .. ~ .. ""'-'··-·--~-l'U ____ ""'"'U0 ____ ...... &H,.tft __ _ ,,.,nrnc..._ .. __ ::oo-.-.... -..-... -...----.. -•••-,....,...,....-.. __ ,.,,__ -·--· -·--~"')oe---·--... ....... -...-.... -""C'r--·-~----··"""'0'_'"_'_ -........ ,.,. ... -~HIKO'CICie"lletOOo"'I#'W'_._.,, ·<u.--·---.... ""l••d ___ _._ ........ ~ (M._-~··""00'10 ....... ~--.. -~-0111-"' _____ _ ~·~=~-:.=---• .._., ___ ..,., __ • .._. __ ,,_,oo'"'"o.-•ou.o_, ---d-·-·--~-,_-...... ---.. -~~~~~~~~s1~-' -··-(11!--..------.... -~--- ________ ... .._,...,. __ _ ---·-·----.. -..,---------· .......,.,...,.._,~~--.... -·---·"-~ l-~-...... ~ ........ ... ~~-~~--------..,_. ___ .. ___ C...O'O"M< .......... ---- ~~~~'Cl!.,_,..,oo,,.,.., .. ...,.. ... _._.oo1.._. __ ~-·~--..,...~lfl__,...; •\!on-OO.ft•(;bol;oorto-u.-..'A/111-..o-~ICI,o(l..ll~l'f -.t""4 .... __ , __ ,.,.,. ... __ .,.1'(,o .. - lll ___ , • .., .. .a.,.._,...._...,,C'IO, __ _._ -·· .... 011-llr-.. -· .. .._(rl......,..._, .. , ___ ••· .. •---oo --HI"CII-IID...OU-~t~Of'--lft-.. .... ,,_,_ ... """'"',..,._, __ ._._ --~r.o-.... , .............. .,_,. (ti'HQOI , ... -'"" ..... ~.:s-..ortlloU(,. (Jn,._.IU~fl/11'd /lfllfiii(IIIDCI""'IIIM (.SIJII$-t Cotf_,..,...C ~-~#Q.t (.dfo.-,-('l:;IM« I •••••••••••••••••••••••••/.tojii(0..'.0"••-.o.t.Oo>IIOUC:•"'li""'C-•J•'OC 1111111 •••••••·~••••••••••"-,...o.-r'IO ... •"t\\..ooo..,c""<'""(-•t•'oc CD1(]1V,&, HQit$ I :::~===:.::.~.::,_ ._ ____ .,.. __ .. __ --·---~""""'­.. -..... -.. -..... ..- ·=-..:~===-...... -··-----...---.. -.._._._ __ _ . :=:.::::.:...------- AU.STIIJf'lllliCI .tJfO I.A.O£JoiM IMAU. U llti~TlC.JC'fllVUOM MA'f.JIIM.IU Crrt PI~ICAfiCN'I -C001liiC'IOII:-...-.ctr:.1'110Q.-... "-"CL-..:a~ rr=~J.:-~.=..=-0'--:::~ --1 .... ~.....,..O(Ooo( .. ~-acr.......,Y't'trtMecsmt e•c _.., f'M!I"lQt """" rM!OOI .o ~ KIIOO...,. _,. ..OI'!IOooMooo.'l» .. loC.o>ii~''O(CONT'tt~N~~ (Will'tl)IVIIC-'•.,.IIIIO M~~~"OIIICAIIU • ~~JO .. M lWCIIIINII ___ ._..,..I!JitC....,""'OI VIIII[Otf()O({Jl I lf-..a M I'll._,..,. OJ l'CC0'$11101COOIII'eiJKA."t--"tC'I-~~,.,~-,..-kl:ll'(fii._.,.<OIIQII4~ -...-BC-(IMIOJIU"-000 ~-01~'-~..,....;o .. -~-OII!OIOJM-Al-I.CC0.--011"-Ic­-·~--.... .. {oooo()o,_~t!ll--"<,.-.c-... -CU.cn.n&-• .110 -a.-..t:O ~~~m,~:z~~·~~:tr.o~ 'I>C~-.~.-...... .-...ocan.o~~t_.,,_nc~~ ~~~~~;::::c:::..<~¥..:::::f,p ~owo01100o~IO""$o'.,.!IC:I'Ooo~H<m~ t.:-=.:v...r~~~~~~·-::t:~ .. "~~...o~"'.cm-..oco.~,"·~ .. ~~l()ll~"ffio«I'<J•~oO.II'~.......,.,..~ ,.~ ............. ---.-.~~.,JIIPII,Ir(l;~ ...... '"'"""""""'~.,~ .... t....o. .... ~~ ........ ~""""lll' ,.,......,.,.....,.~._, ....... """ '"~'~·OICJII._..,~ ~«!101~"'7: :.=~n.: ~,:.o., .. .....,._ ..,......., ,.. • .tU.~--.-OI:M......_.II(IIV•AWflli()!IIGJII-.-""1...,._....,_ ~:"'~~-~"'!,.~~....::::.."!....,...,~""" ... M. .,.-CI'~ """~ooc.-··.....,"'U-~-...-~­~1/C,I' ..... . , ~~= ~~~~~=r:::;::--o.t'i~llfoo v.w 1t OOIOO!«<I..""'-4MI>ti!S!"PPC--o.tLC.O'~.,.....,._~<-'M11<01 t• ~~,.:;--:r~:M~:"'~~-DD'IOII!IIOIOJl"-!ft..J~Jt 1t. ~v$ooo~""""ICIOOO .. -..c.~ltf~"""....Ctf~ ... ~':r"""-~!Q.f_...o~~(lf~~ ..,_.(, r-~~~.co-~·..o~.oorau.10'11-­__, IIC~-..,.OIIJtliQ.~.OOOoCilb-<~N"'<~-.I"t· ~~."""O".....CG•~-~~~-o-tOO~NM(f u ~~""""'~""'"'"'~n-..o-ftcv..-11'1•­,...IOiftrc:r.oii.IIIQ•l•\lw;QIIllol(_.-a I>C~ ....... ,.~......u'-toe~OOOY'C~~-1~~ •~v_,.-. ...o nCICOCJ!IOOIS_IO_oo!OC-=-. 19 &1 110""'$-..,...'nGII OOI:i(JottiiJC~OCC!tU-'»~~ -IO!!U-UIII/IIIC_.,.MO_,__O'"C1~~~ ~~~~~~~~~ ,, ~"""-'.o(JW"o~~-~..,.,... ... ,....,..IIO'OJI' ... ~~­!ICO!'"~ .... IO~OI(JftOI ... " " REVISIONS DAlE VIEW CLEMENSON ELBA R E F E R E N C E S 0111.'11101(t'"-..u. .... 1.1'U .... ,ti'CIC-.1'�110l:-uo. <D ::="~:!.~~~~~" {!) <:00"'-'C''~~POI..,.._,mi'\.NI<oO.I!t�" l'ft " ed:4 0 """'"" "*~~S~Oleoto.f..........,..IIO�~,_,...;o,.!f-.,,...'lt!IIOI(~Wo.C'ICII.(IIIt ... l~IOGIIo� Q) =~.:.-e,;;'~~..:.~~I.'IU" !..UU � --...-I'Ntu< � 116t/M!IIItM'IIJMOIIl#u oqtFI!UI11pt NO'!D mrttQ 0 ~,.0U.,....,."f1CIIIe!l1.olo-..ltll. m to$1 .... V0Cl0'"""~"""'""'" '"'~~~1� m .. ,l,...,. " ..,..,l.f'CIDCI.,_ GJ 1(1101(~,~ ... -(II:MCa..Q- " " REVISIONS R E F E R E N C E S 0 ~ ................. "'..,��~I"CC:-.I'CC1101. ....... f#IIOh.-o" � ... !IOCOfto~l ... fiiiOIOSI'l)__,..,, Q) ~~-��!MOo"((---... ., lOOt-� .... ,., .. @ (10oo1,11l!(f o(Q" ....... flU -t" I'I.N!..e IU�" f'lllt .. us ... ~ .....,.,..,'llllo(IP.k,W1U,.~UIU~lOOIWJJ ~.cl"''"'""v " v tniCmi.<II~~IO�....,..o,.ovo 0 -~��" " ""'' .. ou.-.ROil.�-o..-..o~.l8-... ................. ~ ........... <O.Ntl"""" .... .,~ ----�-- CXIMTJilJC'l'QC tpJEIIJ!I!!Q CiJM'IIi.l. .. " ---lo$fiOIC.O..."' fJl Ml~l..llliDP!Il'U~toU-lM.AOit'tCfll rn ... , .... .._lht.lo,lt.,.,d~ m~~ ... ,"""""'.,_. __ (!} l"''l~wa~ .... v.IIOLICLMP#fi!Cu a .. "'"''I<O> .. 'f'I:"Of'l'" ~ m ... , ..... "" ....... ~ .. " " 0 =~~~o-,:;:s=--.:c:~~ (!) _,._.,,._""...,<U~.-"""'-'" 'u�\ <!) (Orda.tf#ICCtU ...... I'OI l#'w..tiD"""IoO m.o f'M o,C..W " 0 ~" " flii..CV.W.c-~.,o"*'~M....OC ~ ~...Ot'O$t....,_9.CIOII.W..C101..0'1~~�1'001WJC (!) =~..&'o":!.:':.~~~~~:ws..s!ICIDO � ((lo1:111uc:l.oCCltllll_flllll _l.IO"'-""IoO otl" '"""'""." tOCM'f!UC:'I'KtNO'TDI'l"ffl!tC) m~IUICW--IOO'Sf..S-..,IlD [!) M11UUCICIJltrti,I:OIICft--flltiiiOlt.I&.AOIMlW2. I!J .. $lou," 'O(ootool\�bbAS ...... [!)llboO'olo:t~~rUCIICt_IT_CII_a.G (!) "''"""' ... .,fiO(,t.I(J) 0 ~.::.~~~..c::.~~~O.O.uot " " "0.1 MoO 'WoO .. ~ miiiOIO\I(too.,_f'OSI.,.,OCLNJI'IOOil'0oiiO l!i foS'IIUI.Joo:ICDl'"U~W'tol.vtm!Ol'-IOo.UI f VISIO N S R E F E R E N C E S D'HG.HO. SR5 a.f'EAOR B..El.ENT AAY N(J Ffi9'T UJTl�RAH SIOtWAI..f< & STRIPING 1MJ:>ROV&ME;NTS EIAI'EROII AVf. HID IMP BAQAOWAY & NO(l CITY OF TEMPLE CITY "'\ ' :;,.----·-------·-· ·-------·-----_-\ \ \~l··~---·-··l··~·' .. \. REVIS I ONS R E F E R E N C E S LA ROSA ELEMENTARY 0 :.:h-~tlllf.:;:.:~.:.ai'O:...:;!t,;,. <!) ~r•'~~«~o~~CC..-.·......:.c.rn"ll!_•._"'•t @ ftM-..cto«:::•---ca-..a•u-or-•Coo.llll .. 0 ....... !I(JIWl"l(li.~OI("'-OIC'olktfi\,UJIOII .. OII(( ID ,_.....,--"'...._ .... .-.nto.,~l'lllc:.IUJU.I-»CIIIM:II' ® ftOII((Ifii'V(l 0 ~~..:.~~~"'!..":"'.<0.1.1'1~-=~UOUo.liiUCD 8 ..,-14U"-""PM!o<•UOMOIOOIIJ<I...,•-\r O(:rCtt!\!CJ'!CI!I'Jl"M!7T'!WI«) m "''""'""".,.NoO<uf...s~u. l})flfl<u.~StUCI'ICm'o-l'IJII(I(I .... •C:WO..utt 0 -..uu "'""""'-"'uaoe.u-[!] 0111~ co-vc'M ,_...,.~Oil~~ ffi•uu,.....,.•,~u rn ~.~.u:~':":'..o:~~ .... ~~"''.l.((t ·•OON -~· ... (!JIIIiooQII( .......... ftOI,...OO(lro(a1001••• G:JIOioo« ...... ,tf. ... _ II!JMtlrUt.III'ICitlllf'IUOII:Ift•.tV •·!M~"'ttlot"t-.10"_.1 1 SAFE ROUTE TO SCHOOL O'Joi(J. HO. s•otw"'-" P~~Wovt:MENTS SR6 ---... ---· FRATUS OR POflUNO ST lA ROSA OR ORO OR CITY OF TEMPLE CITY -.. .. --·-· ·-' . I S I 0 N S R E F E R E N C E S (!)IM!.OUoC•~..UOIIIOJi a~lll(lo(.oi(O [D .. ff-\,IIXCPSI'!I.C~!Oott .... •Oo~t rniO!llou••...,.II.UID0•1- (!)Ibt'oCCOOII'\ICMitl,__ ... ....,..~-(!] to$IOU. ..uo fUMo(Jo t(Jo. ,. "(U. tkMI u.-u • t-'U• hCoo u VOI:OI'lto!Oo' f!]...,tllll~~r_•..,•l.oe,&ltll I!J~---N'lf-onne•~ea•••-1!) .....oe:.,. .. ....._ SAFE fDJTE TO SCttOOt.. DWG NO. SIOCWALK i.~.l'M~~OVltMENT$ SR7 PR!t.IROS£ f"ROt.l CIRABAUll TO LONCOCN 0 LONCOCN CITY OF TEMPLE CITY QiNm&'\'J! !Qifi'"'"P rn ..,,~~.~,v«<UU,,I\.C~I'(IIO(' ........ "(l' t= =r"~~~~~J~~~.~~ 8 ,_ _ _,~ '"" l•&IICLL ~ ~":.1,::r~-~:~~11'.4-1Peclo(llo01f .. ""'OI't'oo @ ~OI,(I$,(~""'IICOO~•-~t-•"'«1~"'~!101o 8 ~-...,.,..,. -~tai'O,I.M_.,.. mtmiiC'Dfrtm'T'IIm«!tAA• 0 =~~~~=.s::.=n~ts (D COO$IIIIX1<"MOCIIICC'IIOC'Ilouo..IOIOTSIIIP..,.,.tl011f•l (!) ~"""111011U __ fiOVI,__l~ ....... .oo:)llloO ,_o,tASA. 0 ::-.':t=.~~!.'"'!..o'"=""~~~g,'-'"'l:t.Ut«CU @cc:-t-..cloC'CHSII._I'(JII_tll ....... .oo:)m•l f""':t.(Atl:.o, OAK INTERMEDIATE S'!'!IIT!Il!";'!'Q''I1I'l"'ffl'f'lllllf() GJ OIJIOU II(• ,..,. ""0 I'OSJ 14 IIOCIIJO 0 -sr-voC(Ipl tnu QIIOft_.. fl(ll oc:r..., • 0o ~~ l 0 -'il-·~~~ ll~.-$ ,...,_ 8 --~~·--·,-01-....,-.... rn--·- 1!!1 ~~""t..~-~~~~ ... 1107 G!J--1'1111-J'!I"tt·lllf'QL a1 ~~~~~-~,.;;r~~~_, ........ -o..-• ..,.(11,. [!] ,_...,...ut-JC1'11•!ICJioOOot•AI'CUfOCUCIJCfCU'ClO.to:a B ~-... !Jti,I-(IIOU.IIQ,tAf,- ~ MIAU. .,.f!!NUT"_W:_ [!!! ,_,_.......o.ot•....,n """""'•""C<JooOIIC'III;VO B,.._.,._rwr Jlltt __ ' .. I "I T-··· --REVISIONS IT l-----~ .. 1 .. _1 _1 .. Jl .. l .. lll _ _L _ _l __ _L ~ ~~~~~------------~~~~==~~~====~---------------------------------------4~5 ------=--= = -=. ~i . ,.-. ... . ............... -.... ----~---= ~~ .:-Mlmn--lm..-A[Oi:~ ~r;--··----~---~~M:~~~~~------------··--··--·-----~ i~ i OCJrC!IIJC'I'!CNO'!EICENEMJ 0 ....,.0111NWOOI.OIII'.I'ICC...._,_JICC'II-,IICC""-..., -"""' _ .......... •c:rM-..cl lie. ~--ool"W(lllrl 0 -·-·· ._........, _ _,.._,~..,_~ ............... . <D ~-.ctoOIXM._IOIQI_,.~..,IOO I•t••hlllf.p.'CA-0 II_.,.DWillt.WOOCIOI. .. (!IalJIW.80o Jtca.oot ® ~-~!OUfiOilllo("IIOl.C.OlllllOl.CIIC ..... OIW.«<tiO(IIJIOf ® I'Oiallct•-vo.. 0 ~~~;;'~~~~~UOUUIIUID {I) tmlll.l. ICW .... NO""~ NJI!Oto'ICO 0 .nl""'-....oiiC'Iift""-~""'-'""''0>1~'~ m -n--.•01t(llo0oto,JaJOn- 8-~-·,......,...,...0II ........... .IftoC G)M'tf.or.l. ..... llll> ,Qii'O(,\Q rn~-...... "'ff .... (ll),lo(ll100ft•- m~,.,. •• ~ .. s --- j SR9 CITY OF TEMPLE CITY STATE OF CALIFORNIA CONTRACT DOCUMENTS SPECIFICATIONS AND CONSTRUCTION PLANS FOR SAFE ROUTE TO SCHOOL FEDERALLY FUNDED PROJECT PROJECT FUNDING ID NO: SR2SL-5365(008) IN THE CITY OF TEMPLE CITY The City Clerk for the City of Tem~le Ci , California wiJI receive at her office on the City Hall, in said City, until 0:00a.m. on ~ sealed proposals for the performance of the above described services. CITY OF TEMPLE CITY Carl Blum , Mayor Tom Chavez, Mayor Pro Tern Cynthia Sternquist, Councilmember Fernando Vizcarra, Councilmember Vincent Yu, Councilmember Attachment D -SR2S Project Bid Documents, and Specifications CITY OF TEMPLE CITY STATE OF CALIFORNIA CONTRACT DOCUMENTS SPECIFICATIONS AND CONSTRUCTION PLANS FOR SAFE ROUTE TO SCHOOL FEDERALLY FUNDED PROJECT PROJECT FUNDING ID NO: SR2SL-5365(008) IN THE CITY OF TEMPLE CITY Prepared By: EFI Civil & Traffic Engineering Land Surveying & Construction Management 1593 Liberty Dr Corona, CA 92881 Under the supervision of Elie Farah, PE. RCE 42080 For City of Temple City 9701 Las Tunas Drive Temple City, California 91789 (626) 285-2171 Attachment D -SR2S Project Bid Documents, and Specifications TABLE OF CONTENTS NOTICE INVITING SEALED BrDS ............................................................................................. 1-3 INFORMATION FORBIDDERS ................................................................................................. .4-8 BIDDER'S PROPOSAL ................................................................................................................. 9-10 CONTRACT .................................................................................................................................... Il-12 SC HEDULE OF PRICES ................................................................................................................ 13-29 REFERENCES ................................................................................................................................ 30 SU BCONTRACTOR LIST ............................................................................................................. 3 I CONTRACTORS INDUSTRIAL SA FETY RECORD .................................................................. 32 AFFIDAVIT FOR CO-PARTNERSHIP FIRM .............................................................................. 33 AFFIDAVIT FOR CORPORATION BIDDER .............................................................................. 34 AFFIDAVIT FOR INDIVIDUAL BIDDER ................................................................................... 35 AFFIDAAVIT FOR JOINT VENTVR£ ......................................................................................... 36 FA ITHFUL PERFORMANCE BOND ........................................................................................... 37 LABOR AND MATER.IALS BOND .............................................................................................. 38 BIDDER'S BOND .......................................................................................................................... 39-40 CE RTIFICATION OF NON-DISCRIMINATION ........................................................................ .41 CERTIFICATION WITH REGARD TO THE PERFOR.LMANCE OF PREVIOUS CONTRACTS AND SUBCONTRACTS ....................................................................................... 42 NON-COLLUSION AFFIDAVIT .................................................................................................. .43 GENERAL SPECIFICATIONS ...................................................................................................... GS-1-2 SPECIAL PROVISIONS PART I -GENERAL ............................................................................ SP-1-20 SPECIAL PROVISIONS PART 2 -CONSTRUCTIO MATERIALS ........................................ SP-21-23 SPECIAL PROVISIONS PART 3-CONSTRUCTION METI-IODS ............................................ SP-23-4 1 SPECIAL PROVISIONS PART 4 -SIGNING, STRIPING, & PAVEMENT MARKERS .......... SP-4 1-43 TECHNICAL SPECIFICATIONS .................................................................................................. TS-1-19 APPENDIX: I. FEDERAL FU OED PROJECT REQUIREMENTS II. FEDERAL WAGE DETERMINATION JJI. STANDARD PLANS Attachment D -SR2S Project Bid Documents, and Specifications CITY OF TEMPLE CITY NOTICE OF INVITING EALED BID AFE ROUTE TO SCHOOL FEDERALLY FUNDED PROJECT PROJECT FUNDING ID NO: SR2SL-5365(008) RECIEPT OF PROPOSAL : Sealed proposals w ill be received at the office of the City C lerk, City Hall, Temple City, California, until I 0:00 a.m. on ~ for the furnishing of all labor and materials and equipment for the afe Route to School and other incidental and appurtenant work. T he words "Bid: City of Temple City afe Route to chool, City ofTemple City to be opened at 10:00 a.m. on ~ shall appear on the envelope of each sealed bid and each sealed envelope shall be addressed to the City Clerk, City Hall, Temple City California 9 1780. The proposals will be publicly opened and read in the Council Chambers, City Hall Temple City, California, at 10:00 a.m. on ~ DESCRIPTION OF WORK: The work to be performed or executed under these specifications consists of and included the reconstructi on of various sidewalk and access ramps, installation of in-pavement lighting, conduits, speed feedback signs, alteration of landscaping and irrigation systems, Signing & triping within the City of Temple City, and appurtenant work necessary for the proper construction of the contemplated improvement, as indicated on the accompanying plans. MANDATORY PRE-BID MEETING: Attendance at a pre-bid meeting is mandator) and \\ill be held on XXX at XX AM at City II all. 970 I Las Tunas Drive. Temple City. California 91789. All Prime Contractors are required to have a representative attend and sign-in at the pre-bid meeting. Failure to comply with this attendance and sign-in requirements \viii result in ~idder"s proposal being found non-responsi\'e to the reguired roccdures.) COMPLETION OF WORK: All work sha ll be completed witl1in Forty Fi ve (45) after the otice To Proceed is issued by the City. ENGINEER'S ESTIMATE: The Safe Route to chool base bi d is estimated to cost $439,500 and Grand Total bid is estimated at $5 16,000 all in accordance with the provisions of the Plans, pecifications, otices and Instructions to Bidders. OBTAINING CONTRACT DOCUMENTS: Plans and Specifications and a ll contract documents may be obtained by first notifying the City Clerk. A non-refundable fee o required to obtain each set ofPians and pecifications. PROPOSAL GUARANTY: each proposal must be accompanied by cash or by a cashier's or certified check or by a bid bond in the amount of ten (I 0%) of the bid price payable to the City of Temple City as a guarantee that the bidder, if his proposal is accepted, will promptly execute the contract, secure payment of Workmen's Compensation Insurance, fu rnish a satisfactory Faithful Performance Bond in a amount not less than one hw1dred percent (I 00%) of the total bid price, and a Labor and Material Bind in a amount not less than one hundred percent (100%) of the total bid price. Said bonds to be secured from a surety company authori zed to do business in at the State of California, and subject to the approval of the C ity Attomey. PREVAILING WAGE RATES: As required by the California Labor Code, Section1773 et seq. The City Council of the City of Temple City incorporated herein by reference the general prevailing rate of per diem wages as determined by the Director of industrial Relation on the state of Ca lifornia. Copies of the prevaili ng rate of per di em wages are on fi le in the office of the City Clerk and will be made available to any interested party upon request. In accordance with the Labor Code, no workman employed upon work under this contract shall be paid less than the above referenced prevailing wage rate. A copy of said rates sha ll be posted at each job site during the course of construction. Any classification omitted herein shall be paid not less than the prevailing wage scale as established fo r similar work in the particular area, and a ll overtime shall be paid at the prevaili ng rates as established for the particular area. Sunday and holiday time shall be paid at the wage rates determined by the Di rector of Industrial Relations. All bidders are required to comply with all applicable Cali fornia competitive bidding and labor compli ance laws including, but not limited to, active solicitation of subcontract bids f rom minority-owned businesses, women-owned businesses, and businesses owned by disabled veteran 's. Compliance with California prevailing wage rates and apprenticeships employment standards established by the State Director of Industrial Relations is required. The project is to comply with a ll applicable Federal and State labor regulati ons. Bidders are advised that, as required by Federa l law, the State has establi shed a statewide overall DBE goal. City of Temple City Federal-aid contract is considered to be a part of the statewide overall DBE goal. The City of Temple City is required to report to Cal trans on DBE participation for all Federal-aid contracts each year so that attainment efforts may be evaluated. Any contract entered into pursuant to th is notice will incorporate the provisions of the State Labor Code. Compliance with the prevailing rates of wages and apprenticeships employment standards established by the State Director of Industrial Relations and the Federal government will be required. This is a Federally funded project and Davis- Bacon will be enforced, a nd where the State and Federal wage rates a re applicable, the higher of the two will be used. The City hereby notifies all qualified bidders that it will affirmati vely insure that qualified minority business enterpri ses 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 Secti on 1777.5 (Chapter 14 11 , Statutes of 1968) and 1777.5 of the Labor Code concerning the employment of apprentices by the Contractor or any such subcontractor under hire. The bidders and the selected contractor shall not allow discrimination in employment practices on the basis of race, color, 2 ---------------------------------------------------------------------------------------- national origin, ancestry, sex, religion, or handicap. The City of Temple City has a AADPL of 9.5% for this project pursuant to Federal DBE requirements. PAYMENT: payment will be made to the Contractor in accordance with the standard specifi cations and the Special Provisions section of thjs document. CITY'S RIGHTS RESERVED: The City of Temple City reserves the right to rej ect any and all proposals or bids, should it deem this necessary for the public good, and also the bid of the bidder who has been delinquent or unfaithful in any f01m er contract with the City of Temple C ity. No bidder may withdraw his bid for a period of thirty (30) days after the date of the bid operung. CITY OF TEMPLE CITY, CALIFORNIA DATED:~ By: Peggy Kuo, City Clerk 3 INFORMATION FOR BIDDERS 1. PREPARATION OF BID FORM: The City invites bids on the form attached to be submitted at such time and place as is stated in the Notice Inviting Sealed Bids. All bids should be made in accordance with the provisions of the Standard Specifications for Public Works Construction, 2009 Edition (with all supplements) And Caltrans Standard specifications, latest Edition. All blanks on the bids form must be appropriately filled in. All bids shall be submitted in sealed envelopes bearing on the outside the mane of the bidder, bidder's address, and the name of the project for which the bid is submitted, according to the format specified in the section titled Receipt of Proposals. It is the sole responsibility of the bidder to see that the bid is received in a proper time. Any bid received after the schedule closing time for receipt of bids will be returned to the bidder unopened. 2. PREPARATION GUARANTEE: Each proposal shall be accompanied be cash or by a cashier's or certified check or be a bid bond by an "admitted surety insurer" in the amount of not less than ten percent (1 0%) of the amount nam ed in the proposal. Said check or bond shall be made payable to the C ity Clerk of the City of Temple City and shall be given as a guaranty that the bidder, if awarded the work, will enter into a contract as hereinafter provided. In case of refusal or failure to enter said contract, the check or bond. As the case may be, shall be forfeited to the City. No bidder's bond will be accepted unless it confmm s substantially to the forn1 furnished by the City, which is bound herein, and is properly filled out and executed. 3. SIGNATURE: The bid must be signed in the name of the bidder and must bear the signature in longhand of the person or persons duly authorized to sign the bid on behalf of the bidder. 4. MODIFICATIONS: Changes in or addition to the bid form, recapitulations of the work bid upon, alternative proposals or any other modifications of the bid form which is not specifically called for in the contract documents may result in the owner's rejection of the bid as not being responsive to the invitation to bid. No oral or telephonic modification of any bid submitted will be considered but a telegraphic modification may be considered and only if a postmark evidences that a confirmation of the telegram duly signed by the bidder was placed in the mail prior to the opening of bids. The bid submitted must not contained any erasures, interlineations, or other correcti on unless each such correction is suitably authenticated by affixing in the margin immediately opposite the correction the surname or surnames of the person or persons signing the bid. 5. DISCREPENCIES IN PROPOSAL: In case of discrepancies between words and fi gures, the words shall prevail. If the amounts bid on individual items (if called for) do not in fact add to the total amount shown by the bidder, the correctly added total of the individual items shall prevail over the total figure shown. The estimated quantities and amounts are for the purpose of comparison of bids only. The City Council of the City of Temple City reserved the right to reject any and all bids and to waive any inegularity or informality in any bid to the extent permitted by law. 4 ------- 6. BIDDDER'S EXAMINATION OF SITE: Each bidder shall examine carefully the site of the proposed work and the contract documents therefore. It will be assumed that the bidder has investigated and is satisfied as to the conditions to be encountered as to the character, quality, and quantity of materials to be furnished, and as to the requirements of the contract, specifications and drawings. The name of the individual who examined the site of the work and the date of such examination shall be stated on the proposal. By submitting a bid, the bidder will be held to have personally examined the site and the drawings, to have carefull y read the specifications, and to have satisfied himself as to his ability to meet all the difficulties attending the execution of the proposed contract before the deliver of his proposal, and agrees that if he is awarded the contract, he will make no claim against the City of Temple City based on ignorance or misunderstanding of the contract provisions. 7. WITHDRAWAL OF BIDS: Any bidder may withdraw his bid wither personally, by written request, or by telegraphic request confirmed in the manner specified above at any time prior to the scheduled c losing time for receipt of bids. 8. INSURANCE AND BINDS: The contractor shall not commence work under this contract until he has secured all insurance and bonds required under this section nor shall he allow any subcontractor to commence work on any subcontract until all similar insurance and bonds requi red of the subcontractor have been obtained. A ll insurance issued in compliance with this section shall be issued in the form, and is an insurer of insurers, satisfactory to and first approved by the City in writing. Certificates of insurance in the amounts requires shall be fumished by the contractor to the City prior to the commencement of work. The contractor shall maintain adequate Worker's Compensation Insurance under the laws of the state of California for all labor employed by him or by any subcontractor under him who may come within the protection of such Worker's Compensation Insurance laws. The contractor shall maintain public liability insurance to protect said contractor and the City against loss from liability imposed by law, for damages in account of bodily inj ury, including death resulting therefrom, suffered or alleged to have been suffered by any person or persons, other than employees, resulting directly or indirectly from the performance or execution of thi s contract or any subcontract thereunder, and also to protect said contractor and the City against loss from liability imposed by law, for damage to any property, damage insurance shall be maintained by the contractor in full force and effect during the entire period of performance under this contract, in the amount of not less than $1 ,000,000 for one person injured in the accident and in the amount of not less than $1,000,000 for more than one person injured in one accident and in the amount of not less than $1,000,000 with respect to any propetty damage aforesaid. The contractor shall secure with a responsible corporate surety, or corporate sureties, sati sfactory bonds conditioned upon faithful performance by the contractor of all requirements under the contract and upon the payment of claims of materials, men and laborers thereunder. The Faithful Performance Bond shall be in the sum of not less than 5 One hundred percent (1 00%) of the estimated aggregate amount of the payments to be made under the contract computed on the basis of the prices stated in the proposal. The Labor and Material Bond shall be in the sum of not less than one hundred percent (100%) of the estimated aggregate amount of the payments to be made under the contract computed on the basis of the prices stated in the proposal. 9. INTERPRETATION OF PLANS AND DOCUMENTS: If any person contemplating submitting a bid for the proposed contract is in doubt as to the true meaning of any part of the drawings, specificati on, of the contract documents, or finds discrepancies in, or omissions from the drawings and specifications, he may submit to the City a written request for an interpretation or correction thereof. The person submitting the request will be responsible for its prompt deli very. Any interpretation or correction of the contract documents will only be made by an Addendum duly issued and a copy of such addendum will be mailed or delivered to each person receiving a set of the contract documents. No person is authorized to make any oral interpretation of any provision to the contract documents to any bidder, and no bidder is authorized to rely on any such unauthorized oral interpretation. 10. DISQUALIFICATION OF BIDDERS: More than one proposal from an individual, firm partnership, corporation, or association under the same or different names, will not be considered, Reasonable grounds for believing that any bidder is interested in more than one proposal for the work contemplated will cause the rejection of all proposals on which such bidder in interested. If there is reason for believing that collusion exists among the bidders, all bids will be rejected and none of the participants in such coll usion will be considered in future proposals. No award will be made to any bidder who cannot give satisfactory assurance as to his ability to carry out the contract, both from his financial rating and by reason of hi s previous experience as a Contractor on work of the nature contemplated in the contract. The bidder may be requires to submit his record of work of similar nature to that proposed under these specifications, and unfamiliarity with the type of work may be sufficient cause for rejection of that bid. 11. AWARD OF CONTRACT: The City may award the contract to the lowest responsible bidder on the total base bid or on any one of the alternates indicated in the proposal. Bids will be compared on the basis of the lowest possible cost relative to the alternate or alternates selected and the contract, if awarded will be awarded to a responsible bidder whose proposal complies with the requirements of these specifications. The award if made, will be made within forty fi ve (45) calendar days after the opening of the proposals; provided that the award may be made after said period of the successful bidder shall not have given the City written notice of the withdrawal of hi s bid. 12. ALTERNATIVES: If alternate bids are called for, the contract may be awarded at the election of the governing board to the lowest responsible bidder on the base bid or on the base bid and any alternate or combination of alternates. 6 L__ ______ ------ 13. COMPETENCY OF BIDDERS: In selecting the lowest bidder, consideration will be given not only to the financial standing but also to the general competency of the bidder for the performance of the work covered by the proposal. 14. LISTING SUBCONTRACTORS: Each bidder shall submit a list of the proposed subcontractors on this project as required by the Subletting and Subcontracting Fair Practices Act (Gov. Code Sec. 4100 and following). Forms for this purpose are furnished with the contract doc uments (page 16). 15. WORKER'S COMPENSATION: In accordance with the provisions of Section 3700 of the Labor Code, the Contractor shall secure the paym ent of the compensation to his employees. The Contractor shall sign and fi le with the City the following certificate prior or performing the work under this contract: "I am aware of the provisions of Section 3700 of the Labor Code which require compensation or to unde1take self-insurance in accordance with the provisions of that code, and I will comply with such provisions before commencing the perf01mance of the work of this contract." 16. BID DEPOSIT RETURN: Deposits of tlu·ee or more low bidders, the number being at the discretion of the City, will be held for sixty days or until posting by the successful bidder of the Binds required and return of executed copies of the Agreement, whichever first occurs, at which time the deposits will be returned after consideration of the bids. 17. EXECUTION OF CONTRACT: The bidder to whom award is made shall execute a written contract with the City on the form agreement provided, and shall secure all insurance and bonds as herein provided within ten (1 0) days from the date of written notice of the award. Failure or refusal to enter into a contract as herein provided, or to conform to any of the stipulated requirements in connection therewith shall be just cause for the annulment of the award and the forfeiture ofthe proposal guaranty. If the successful bidder refu ses of fails to execute the contract, the City may award the contact to the second lowest responsible bidder. If the second lowest responsible bidder refuses or fails to execute the contract, the City may award the contract to the third lowest responsible bidder. On the failure or refu sal of such second or third lowest bidder to execute the contract, such bidder's guarantees shall be likewise forfeited to the City. The work may then be re-advertised. 18. "OR EQUAL": Pursuant to Division 5, Chapter 4, Article 4 (commencing at #4380) Government Code, all specifications shall be deemed to include the words "or Equal, provided however that permissible exceptions hereto shall be specifically noted in the specifications. 19. EMPLOYMENT OF APPRENTICES: The contractor, and all subcontractors, shall comply w ith the provisions in sections 1777.5, (Chapter 1411, Statutes of 1968), and 1777.6 if the California Labor Code concernjng the employment of apprentices. The contractor and any subcontractor under him shall comply with the requirements of said 7 sections in the employment of apprentices; however, the contractor shall have full responsibility for compliance with said Labor Code section, for all apprenticeable occupations, regardless of any other contractual or employm ent relationships all eged to exist. In addition to the above State Labor Code Requirements regarding the employm ent of apprenti ces and trainees the contractor and all subcontractors shall comply with section 5 a. 3 Title 29 of the Code of Federal Regulations (29CFR). 20. EVIDENCE OF RESPONSIBILITY: Upon the request of the City, a bidder whose bid is under consideration for the award of the contract shall submit promptly to the City satisfactory evidence showing the bidder's financial resources, his construction experience, and his organizati on and plant facilities available fo r the performance of the contract. 21. WAGE PERMITS: The contractor and/or subcontractor shall pay wages as indicated in the "Notice Inviting Sealed Bids" section of these specifications. The contractor shall forfeit as penalty to the City of Temple City, not more than fifty dollars ($50) for laborers, workmen or mechanics employed for each calendar day, or portion thereof, if such laborer, workman or mechanic employed is paid less than the general prevailing rate of wages herein referred to and stipulated for any work done under the proposed contract, by him or by any subcontractor under him, in violation of the provisions of the Labor Code, and in particular, Sections 1770 to 1781 inclusive. Copies of all collective bargaining agreements re lating to the work as set forth in the aforementioned Labor Code are on file and available for inspection in the Office of the Department of Industrial Relations, Divis ion of Labor Stati stics and Research. 22. PERMITS, FEES AND LICENSES: The Contractor shall possess a valid City of Temple City business license prior to the issuance of the first payment made under this contract. 23. TIME OF COMPLETION AND LIQUIDATED DAMAGES: Bidder must agree to commence work on or before the date of the written "Noti ce to Proceed" of the City and to fully complete the project within working days thereafter. Bidder must agree also to pay as liquidated damages, the swn of six hundred ($600.00) for each calendar day thereafter as provided in the General Provisions. 24. DBE PARTICIPATION The City of Temple City has a for this project pursuant to Federal requirements. SUBMIT SECTION E IN ITS ENTIRETY WITH THE BID DOCUMENTS. 8 BIDDER'S PROPOSAL SAFE ROUTE TO SCHOOL FEDERALLY FUNDED PROJECT PROJECT FUNDING ID NO: SR2SL-5365(008) To the City Council of the City of Temple City: The undersigned hereby declares: Date ________ 20 ___ _ (a) That the only persons or parties in this proposal as principals are the following: (If the bidder is a corporation, give the name of the corporation and the name of it's president, secretary, treasurer, and manager. If a co-partnership, give the name under which the co-partnership does business, and the names and addresses of all co-partners. If an individual, state the name under which the contract is to be drawn.) (b) That this proposal is made without collusion with any person, firm or Corporation. (c) That he has carefully examined the location of the proposed work and has familiarized himself with all of the physical and climatic conditions, and makes this bid solely upon his own knowledge. (d) T hat by submitting this Bidder's Proposal, he acknowledges receipt and knowledge of the contents of those communications sent by the City of Temple City to him at the address furnished by him to the City of Temple City when thjs proposal fom1 was obtained. (e) That he has carefully examined the specifications, both general and detail, and the drawing attached hereto, and communications sent to him as aforesaid, and makes this proposal in accordance therewith. (f) That, if the bid is accepted he will enter into a written contract for the performance of the proposed work with the City of Temple City. (g) That he proposes to enter into such contract and to accept in full payment for the work actually done thereunder the prices shown in the attached 9 --------------------- schedule. It is understood and agreed that the quantities set forth are but estimates, and that the unit prices will apply to the actual quantities whatever they may be. Accompanying this proposal is a certified or cashier's check or bidder's bond, payable to the order of the City ofTemple City in the sum of __________________________ DOLLARS ($ ______________ ~ Said bidder's bond has been duly executed by the undersigned bidder and by a financially sound surety company authorized to transact business in this state. It is understood and agreed that should the bidder fail within ten days after award of contract to enter into the contract and furnish acceptable surety bonds, then the proceeds of said check, or bidder's bond, shall become the property to the City of Temple City, but if this contract is entered into and said bonds are furnished, or in the bid is not accepted then said check shall be returned to the undersigned, or the bidder will be released from the bidder's bond. Address of Bidder Telephone ofBidder City Zip Code Signature of Bidder 10 CONTRACT FOR THE SAFE ROUTE TO SCHOOL FEDERALLY FUNDED PROJECT PROJECT FUNDING ID NO: SR2SL-5365(008) TI-llS AGREEMENT, made and concluded, in duplicate, this day of ______ , 20 , between the city of Temple City, Party of the First pari , and ___________ Contractor, Party of the Second Part. ARTICLE I -Witnesseth, that for and in consideration of the payment and agreements hereinafter mentioned, to be made and performed by the said Pruiy of the First Pru·t, and under the conditions expressed in the two bonds, bearing even date with these presents, and hereunto annexed, the said Party of the Second Pari agrees with the said Party of the First Part, at hi s own proper cost and expense, to do all the work and furnish all the material, except such as ru·e mentioned in the specifications and special provisions to be f urnished by said Party of the First Part, necessary to construct and complete in a good workmanlike, and substantial manner the Safe Route to School Improvements, in the City of Temple City, in accordance with the plans and special provisions therefore, ru1d also in accordance with Standard Specifications for the Public Works Construction, 2009 Edition (with all supplements) and Caltrans Standard Specifications 2010 Ed ition (with all supplements), ARTICLE II -And the said Contractor agrees to receive a d accept as full compensation for furni shing all materials and for do ing al.l work contemplated and embraced in this agreement; also for all loss and damage arising out of the nature of the work aforesaid, or from the action of the elements, or from any unforeseen difficulties or obstructions which may arise or be encountered in the prosecution of the work ll11til its acceptance by the City of Temple City, and for all risks of every description c01mected with the work; also for all expenses incurred by or in consequence of the suspension or discontinuance of work and for well and faithfu ll y completing the work, and the whole thereof, in the ma1111er, and according to the plans, specifications, and special provisions and the requirements of the Engineer under them, the prices set out in his bid to the City of Temple City, as copy of which is attached hereto and made a part hereof. Said bid being identified as PROPOSAL FORM/UNIT PRICE SCHEDULE. ARTICLE III -The said Party of the First Part hereby promises and agrees with the said Conh·actor to employ, and does hereby employ the said Contractor to provide the material and to do the work according to the terms and conditions herein contained and referred to for the prices aforesaid, and hereby contracts to pay the same at the time, in the manner, and upon the conditions above set forth; and the said patt ies for themselves, the heirs, executors, administrators and assigns, do hereby agree to the full performance of the covenants herein contained. ARTICLE IV -The Contractor shall assume the defense of and indemnity and save harmless the City and City's officers, agent and employees from all claims, liabi lity, loss, damage and injury of every kind, nature and description, directly or indirectly resulting from the nature of the work, the performance of this contract, the ownership, maintenance 11 or use of motor vehicles in connection therewith, or the act, omission, or conduct of the Contractor or subcontractor is merely a condition, rather than a cause, of the claim li ability, loss, damage, or injury. ARTICLE V -By my signature hereunder, as contractor, I certify that I am aware of the provisions of section 3700 of the Labor Code which require every employer to be insured against liable for workmen's compensation or to undertake self-insurance in accordance with the provisions of that Code, and I will comply with such provisions before commencing the performance of the work of this contract. ARTICLE VI -It is further expressly agreed by and between the parties hereto that should there be any conflict between the terms of this instrument and the bid or proposal of said Contractor, then this instrument shall control and nothing herein shall be considered as an acceptance of the said tetms of said proposal conflicting herewith. IN WITNESS WHEREOF, the parties to these presents have hereunto set there hands the year and date flrst above written. CITY OF TEMPLE CITY BY: ______________________________ __ Mayor of the city ofTemple City ATTEST: City Clerk, City of Temple City CONTRACTOR: 12 BID SCHE DULE OF PRICES FOR THE FOR THE SAFE ROUTE TO SCHOOL FEDERALLY FUNDED PROJECT PROJECT FUNDING ID NO: SR2SL-5365(008) ln accordance with specifications therefore approved by the City Council of the City of Temple City the undersigned bidder is herewith submitting the following bid prices for the performance of the entire work as described in these specifications and attached drawings subject to tllis funlishing all materials. BID SCHEDULE FOR CITY OF TEMPLE CITY SR2S Item # Description Quantity unit Unit Price Total GENERAL -ALL LOCATIONS 1 Mobilization & Demobilization 1 LS 2 Traffic Control 1 LS Remove PCC sidewalk/Ramp,lawn, shrubs, PCC ribbon, 3 brick, & dirt. Trim bushes along fenceline. Prune Roots of existing trees and grade to allow for the installation of new sidewalk and access ramps 1 LS 4 Construct new PCC Curb Ramp Per APWA Std 111-4 Case A, Type 4 Per plans 25 EA 5 Construct new PCC Curb Ramp Per APWA Std 111-4 Case A, Type 1 Per plans 3 EA 6 Install Raised Truncated Dome on existing Ramp & Grind Gutter lip at bottom of ramp 3 EA 7 Construct 4" PCC sidewalk 24900 SF 13 BID SCHEDULE FOR CITY OF TEMPLE CITY SR2S Item# Description Quantity unit Unit Price Total 8 Adjust water meter, gas meter, or cable box frame & cover to grade 41 EA 9 Furnish & Install new box & cover for water meter, gas meter, or cable/tel pull box 7 EA Grade around new sidewalks and ramps to match existing, 10 Restore lawn/plants in Kind. Install new sprinkler heads, pvc pipe, irrigation lines to replace damaged/altered as needed. 1 LS 11 Furnish & Install new sign and post 25 EA 12 Furnish & Install new sign 2 EA 13 Remove Sign & deliver to City yard 4 EA 14 Remove sign and post 2 EA Identify, tie out and reset survey monuments and file corner 15 record for ties destroyed due to the construction of access ramps 8 EA SAFE ROUTE TO SCHOOL IMPROVEMENTS ON DALEVIEW AVE NEAR CLEMENSON ELEMENTARY 16 Remove tree and rootball 2 EA Furnish & Install thermoplastic ladder style X walk striping 17 (Extrusion Type) on Arrowood at Daleview, Daleview at Grand, Daleview at Freer West leg and South leg 4 EA 14 BID SCHEDULE FOR CITY OF TEMPLE CITY SR2S Item# Description Quantitv unit Unit Price I Total 18 Grind and for sandblast existing striping & legends. 1 LS 19 Sandblast and/or Grind pavement legend and install new thermoplastic Pavement Legend 2 EA SAFE ROUTE TO SCHOOL IMPROVEMENTS ON CLOVERLY Furnish & Install thermoplastic ladder style X walk striping 20 (Extrusion Type) on Danes at Cloverly, Cloverly at Blackley, Blackey at Cloverly West leg 3 EA Furnish & Install thermoplastic ladder style Xwalk striping (Extrusion Type) on four legs for the following 21 intersections: 1.Cioverly and Olive 2. Cloverly at Broadway 2 EA 22 Grind and for sandblast existing striping & legends. 1 LS 23 Sandblast and/or Grind pavement legend and install new thermoplastic Pavement Legend 3 EA 24 Furnish and install speed feedback sign by 3M or approved equal, 1-A Pole and foundation 2 EA 25 Furnish and install solar panel for solar power and battery backup system for speed feedback signs 2 EA SAFE ROUTE TO SCHOOL IMPROVEMENTS ON ROSEMEAD AT EMPEROR 15 BID SCHEDULE FOR CITY OF TEMPLE CITY SR2S Item# Descriotion Quantitv unit Unit Price I Total Furnish & Install thermoplastic ladder style X walk striping 26 (Extrusion Type) on four legs for the following intersections: 1.Rosemead and Emperor 1 EA SAFE ROUTE TO SCHOOL IMPROVEMENTS ON BROADWAY AT NOEL 27 Furnish & Install thermoplastic ladder style Xwalk striping (Extrusion Type) on Noel at Broadway 1 EA Furnish & Install thermoplastic ladder style X walk striping 28 (Extrusion Type) with RPM per detail Bon Sht 2 on Broadway east leg at Noel 1 EA 29 Furnish & Install Solar LED flashing Assembly B to include solar pannels & battery backup 2 EA SAFE ROUTE TO SCHOOL IMPROVEMENTS AT LA ROSA ELEMENTARY 30 Provide sign & base for middle of Xwalk 2 EA Furnish & Install thermoplastic ladder style Xwalk striping (Extrusion Type) at the following locations: 1.Frautus at 31 Pentland 2.west leg Pentland at Allessandro 3.AIIessando at Pentland 4.La Rosa at Fratus S.AIIessandro south at La Rosa 6.AIIessandro north at La Rosa ?.Fratus at Kennerly B. Fratus at La Rosa 7 EA 16 BID SCHEDULE FOR CITY OF TEMPLE CITY SR2S Item# Description Quantity unit Unit Price I Total Furnish & Install thermoplastic ladder style Xwalk striping 32 (Extrusion Type) with RPM per detail Bon Sht 2 on La Rosa West of Allessandro 1 EA 33 Grind and /or sandblast existing striping & legends. 1 LS 34 Sandblast and/or Grind pavement legend and install new thermoplastic Pavement Legend 6 EA SAFEROUTETOSCHOOLIMPROV EMENTSFORLONGDENELEMENTARY 35 Furnish & Install thermoplastic ladder style Xwalk striping (Extrusion Type) At 4 separate locations 4 EA Furnish & Install thermoplastic ladder style Xwalk striping 36 (Extrusion Type) on four legs for the following intersections: 1.Longden and Temple City Blvd 2. Longden and Oak Ave 2 EA 37 Grind and lor sandblast existing striping & legends. 1 LS 38 Sandblast and/or Grind pavement legend and install new thermoplastic Pavement Legend 3 EA 39 Furnish & Install new sign 1 EA 40 Furnish and install speed feedback sign by 3M or approved equal, 1-A Pole and foundation 2 EA 41 Furnish and install solar panel for solar power and battery backup system for speed feedback signs 2 EA 17 BID SCHEDULE FOR CITY OF TEMPLE CITY SR2S Item# Description Quantity unit Unit Price I Total SAFE ROUTE TO SCHOOL !IMPROVEMENTS ON OAK AVE NEAR OAK INTERMEDIATE 42 Provide sign & base for middle of Xwalk 2 EA Furnish & Install thermoplastic ladder style X walk striping 43 (Extrusion Type} at the following locations: 1.Camino Real at Oak 2.0ak at Camino Real (South} 3.0ak at Emperor (North} 4.Emperor at Oak (North} S.Emperor at Oak (South} 5 EA 44 Grind and /or sandblast existing striping & legends. 1 LS 45 Sandblast and/or Grind pavement legend and install new thermoplastic Pavement Legend 6 EA SAFE ROUTE TO SCHOOL IMPROVEMENTS ON LEMON AVE AND TEMPLE CITY BLVD NEAR TEMPLE CITY HIGH SCHOOL 46 Furnish & install 2" conduit 20 LF 47 Furnish & install new #5 pull box 2 EA 48 Furnish & install in roadway lighting on Lemon Ave, 10 Units complete including controller wiring and all incidentals-(5 year component Warranty required see technical specs) 1 EA Furnish & install solar panel for solar power and battery 49 backup system including Two-1A poles for in roadway lighting on Lemon. 1 EA 50 Furnish & install activation button on 1-A pole. 2 EA 18 ---, BID SCHEDULE FOR CITY OF TEMPLE CITY SR2S Item # Description Quantity unit Unit Price I Total 51 Furnish & install signs with S1-1 LED including wiring 2 EA 52 Provide sign & base for middle of Xwalk 2 EA Furnish & Install thermoplastic ladder style Xwalk striping 53 (Extrusion Type) at the following locations: 1.Trelawney at Lemon Ave 2.Lemon Ave at Trelawney (South) 2 EA Furnish & Install thermoplastic ladder style X walk striping (Extrusion Type) on four legs for the following 54 intersections: 1.Lemon and Oak 2.Camino Real and Temple City Blvd 3.Lemon Ave and Temple City Blvd 3 EA 55 Grind and lor sandblast existing stri[ping & legends. 1 LS 56 Sandblast and/or Grind pavement legend and install new thermoplastic Pavement Legend 1 EA TOTAL PROJECT COST Additive Alternate 1-ln Pavement Lighting SAFE ROUTE TO SCHOOL IMPROVEMENTS AT LONGLEY WAY ELEMENTARY-LIVE OAK & WARREN 57 Furnish & Install thermoplastic ladder style Xwalk striping (Extrusion Type) on Live Oak at Warren (east leg) 1 EA 58 Furnish & install 2" conduit 20 LF 59 Furnish & install new #5 pullbox 2 EA 19 BID SCHEDULE FOR CITY OF TEMPLE CITY SR2S Item# Description Quantity unit Unit Price I Total Furn1sh & install in roadway hghtmg on Live Oak St . 10 I 60 Units complete mcludmg controller wmng and all 1nc1dentals- -(5 year component Warranty required see technical specs) 1 EA Furn1sh & mstall solar panel for solar power and battery I 61 backup system includ1ng Two-1A poles for in roadway lighting on Live Oak. ___!_ rSA 62 Furn1sh & Install activation button on 1-A pole. 2~ 63 Furn1sh & 1nstall s1gns with 51-1 LEO including w1ring 2 EA Subtotal Additive Alternate 1 Additive Alternate 2-ln Pavement Lighting SAFE ROUTE TO SCHOOL IMPROVEMENTS ON OAK AVE NEAR OAK INTERMEDIATE f--64 Furnish & install 2" conduit 20 LF ~ _£urnish & Install new #5 pullbox .£. l-EA_ Furnish & mstall in roadway lighting on Oak St., 10 Units 66 complete including controller wiring and all incidentals-(5 year component Warranty required see technical specs) 1 EA Furnish & install solar panel for solar power and battery 67 backup system includmg Two-1A poles for in roadway hghtmg on Oak 1 EA 68 Furnish & install activation button on 1-A pole. 2 EA 69 Furn1sh & mstall signs w1th 51-1 LEO 1ncluding wmng 2 EA Subtotal Additive Alternate 2 Additive Alternate 3-Additional Access Ramps Replacements SAFE ROUTE TO SCHOOL IMPROVEMENTS ALL NINE LOCATIONS 20 BID SCHEDULE FOR CITY OF TEMPLE CITY SR2S Item# Description Quantity unit Unit Price I Total Remove PCC Sidewalk/Ramp, lawn, shrubs, PCC ribbon, bnck. & dirt Trim bushes. Prune Roots of existing trees and grade. Construct new PCC Curb Ramp Per APWA Std 111- 70 4 Case A. Type 3 or type 4 to include any incidental sidewalk, repair landscaping & irngation system and all other incidentals for a complete installation at various locations in the vicmity of the schools as directed by the City inspector 1 EA Subtotal Additive Alternate 3 TOTAL PROJECT COST OF ADDITIVE ALTERNATIVE 1 2 & 3 GRAND TOTAL BID AMOUNT INCLUDING ADDITIVE ALTERNATIVE 1, 2, & 3 IN NUMBERS GRAND TOTAL BID AMOUNT INCLUDING ADDITIVE ALTERNATIVE 1, 2, & 3 IN WORDS SCHEDULE OF PRJCES (coni d) 21 The award of the contract, if it be awarded. will be to the lowest responsible bidder. T he contract may be awarded at the election of the governing board to the lowest responsible bidder on the base bid. or on the base bid and any alternate or combination of alternates; and whose proposal complies with all the requirements prescribed and who has met the goal for DBE participation or has demonstrated, to the satisfaction of the City/County. adequate good faith efforts to do so. Meeting the goal for DBE participation or demonstrating to the satisfaction of the City, adequate good faith efforts to do so is a condition for being eligible for award of contract. The bidder hereby gives assurance pursuant to the requirements of Title 49. C.R.F. Part 23. that bidder has made a reasonable attempt to meet the goal for tvlinority Business Enterprise participation specified for the contract for which this proposal is submitted. Bidder further gives assurance that bidder will submit the documentation required by said regulations and the specifications for the listing of a Minority Business Enterprises with which the bidder will subcontract if the contract is awarded to bidder, and if bidder is unable to obtain MBE participation. of the steps bidder has taken to obtain MBE participation. The undersigned further agrees that in case of default in executing the required contract. with necessary bonds. within ten (I 0) days. not including Sundays and legal holidays, aOcr having received notice that the contract has been awarded and is ready for signature. accompanying his bid shall become the property of the City of Temple City, and this proposal and acceptance thereof may be considered null and void. BIDDER understands that n bid is required for the entire work, that the quantities set forth in the Bid Schedule are to calculate total bid amount, and that fin al compensation under the contract will be based upon the actual quantities of work satisfactorily completed. The BIDDER agrees that the Agency reserves the right to 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 docs not exceed 25% (plus or minus) of tbe grand total bid amount. If the change exceeds 25%, a change orde•· may be negotiated to adjust unit bid prices. Each bid item shall include all necessary costs to pc1·form it completely. It is agreed that the unit and/or lump sum prices bid include all appurtenant expenses, taxes, royalties, and fees. All other work items not specifically li.sted above, but shown on the plans, and arc necessary to complete the wo•·k pe•· tbe plans, speeifientions nnd npplicnble stnndnrds nrc nssumed to be included in tbe nbove vnrious bid items. In the case of discrepancies in tbe amount bid, unit prices shall govern over extended amounts, and words shall govern over figures. The award of the contract. if it be awarded, will be to the lowest responsible who submitted the lowest responsive bid amount for Bid Schedule. and whose proposal complies with all the requirements prescribed and who has met the goal for DBE participation or has demonstrated. to the satisfaction of the City/County. adequate good faith efforts to do so. Meeting the goal for DBE participation or demonstrating to the satisfaction of the City, adequate good faith efforts to do so is a condition for being eligible for award of contract AME OF BIDDER (PRJ T) SIG ATURE DATE BUSINESS ADDRESS 22 CITY ZiP CODE TELEPHONE STATE CONTRACTOR LICENSE NO. AND CLASSIFICATION 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: BIDDER'S LIST OF SUBCONTRACTORS (DBE and NON-DBE)-PART I The bidder shall list all subcontractors (both DBE and non-lOBE) in accordance with Section 2-1.054 of the Standard Specifications and per Title 49, Section 26.11 of the Code of Federal Regulations. This listing is required in addition to listing DBE Subcontractors elsewhere in the proposal. Photocopy this form for additional firms. Fi1·m Name/ Phone/ Annual Address/ Fax Gross Description of Portion of Work to be Performed Certified DBE? City, State, ZIP Receipts Name Phone 0<$1 million DYES O <S5 million []NO Address 0 < SIO million If l'F.S list DB£ II. Fax U <SIS million Cuy State ZIP 0 >SIS million Age of Finn (Yrs.J Name Phon~ O <SI million . L JYES 0 <SS million []NO Address O<SIOmillion If YES list DB£ II: Ftcr U <SIS million CaySitlleZ/f' O >S15rnillion Age ofl'inn (Yrs.) Name Phone O <SI million DYES U<S5million LJNO Address O <SIOmillion If YES list DB£,;· 23 Far U <SISmillion City State ZIP O >SI5millio'l Age of Finri{Yf..) Name Phone D <$1 million []YES 0 <$5 million []NO Address U <$10million If YES list DB£ o: ra.'C 0 <$15million Crty State ZIP U > $15 million Age of Finn (Yrs.) 24 BIDDER'S LIST OF SUBCONTRACTORS tDBE and NON-DBEJ-PART II The bidder shall list all subcontractors who provided a quote or bid but were not selected to participate as a subcontractor on this project. This is required for compliance with Title 49, Section 2 6 f C d f F d I R I . PI I . f< f< M . I fi o the o eo ·e era egu at10ns. lOIOCOPY I US orm or a t!Iona mns. Firm Name/ Phone/ Annual Address/ Fax Gross Description of Portion of Work to be Performed Certified DOE? City-' State, ZIP Receipts Name Phont' O <Simillion DYES 0 <$5 million DNO Addr~•-• U < $10 million If YES list DB£#: Fax D <SIS million City State ZIP D > $15 million Age of Finn (Yrs.} Nnm~ Phone O <SI million D YES 0 <SS million 0~ -- Address U <SIOnullion If !"£S fist DB£#. Fax O <SISmillion Cil)• Stott ZIP U >$15million Age of Finn (Yrs.} Name Phon~ D <SI million DYES U < SS million l jNO Address O <SIOmilloon lfY/tS list DBE II· --Fax U <SI5million City Sum ZIP O>SISmillion Age of Firm (Yrs.) Name Phone 0 <$1 million DYES 0 <$5 million 0NO Address U <SIOmillion If YES list DBE li. Fa.T U <$15 million City State ZIP 0 >$15 million Age of Firm (Yrs.) 25 (FHE BIDDER'S EXECUTION ON THE SIGNATURE PORTION OF THIS PROPOSAL SHALL ALSO CONSTITUTE AN ENDORSEMENT AND EXECUTION OF THOSE CERTIFICATIONS WHICH ARE A PART OF THIS PROPOSAL) 26 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 eq ual employment opportunity orders have been satisfactorily fil ed, and that no such reports are currently outstanding. AFFI RMATI VE ACTrON CERTIFICATION Bl DDER certifies that aflirmat ive 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 cert ifies that affirmative action will be taken to meet all equal employment opportunity requirements of the contract documents. LABOR NONDISCRIMINATION Attention is directed to the following Notice that is required by Chapter 5 of Division 4 of Title 2, Cali fornia Code of Regulations. NOTICE OF REQUIREMENT FOR NONDI CRIM INATION PROG RAM ((GOV. CODE, SECTION 12990) Your attention is called to the "Nondiscrimination Clause", set forth in Section 7-I.OIA(4), "Labor Nondiscrimination," of the Standard Specifications, which is applicable to all nonexempt state contracts and subcontracts, and to the "Standard Cali forn ia Nond iscrimination Construction Contract Specifications" set forth therein. The Specifi cations are applicable to all nonexempt state construction contracts and subcontTacts of$5,000 or more. 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 wi thout 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. BUY AMERICA REQUIREMENTS Attention is directed to the "Buy America" requirements of the Surface Transportation Assistance Act of 1982 (Section I 65) and the Intermodal Surface Transportation Efficiency Act of 199 1 (I STEA) Sections I 041 (a) and l 048 (a), and the regulations adopted pursuant thereto. In accordance with said law and regulations, all manufacturing processes for steel and iron materials furni shed for incorporation into the work on this project shall occur in the United States; with the exception that pig iron and processed, palletized and reduced iron ore manufactured outside of United States may be used in the domestic manufacturing process for such steel and iron materials. The application of coatings, such as epoxy coating, galvanizing, painting, and any other coating that protects or enhances the value of such steel or iron materials shall be considered a manufacturing process subject to the "Buy America" requirements. A Certificates of Compliance, conforming to the provisions in Section 6-1.07, "Certificate of Compliance" of the Standard Specifications, shall be furnished for steel and iron materials. The certificates, in addition to certifying that the materials comply with the specifications, shall also specifically certify that all manufacturing processes for the materials occurred in the United States, except for the exceptions allowed herein. 27 --------~~~~~~~~~~~~- The requirements imposed by said law and regulations do not prevent a minimal use offoreign steel and iron materials if the total combined cost of such materials used does not exceed one-tenth of one percent (0.1 %) of the total contract cost or $2,500, whichever is greater. The Contractor shall furnish the Engineer acceptable documentation of the quantity and value of any foreign steel and iron prior to incorporating such materials into the work. TITLE 49. CODE OF FEDERAL REGULATIONS, PART 29 DEBARMENT AND SUSPENSION CERTIFICATION The bidder under penalty of perjury, certifies that except as noted below, he/she or any person associated therewith in the capacity of owner, partner, d irector, officer, manager: X Is not currently under suspension, deba1111ent, voluntary exclusion, or determination of ineligibility by any federal agency; X Has not been suspended, debarred, voluntarily excluded, or determined ineligible by any federal agency within the past three (3) years; X Does not have a proposed debarment pending; and X Has not been indicted, convicted, or had a civil judgment rendered against it by a court of competent jurisdiction in any matter involving fraud or official misconduct within the past three (3) years. If the re are any exceptions to this certification, insert the exceptions in the following space: NONLOBBYI NG CERTIFICATION FOR FEDERAL-AID CONTRACTS The prospective participant certifies, by signing and submitting this bid or proposal, to the best of his or her knowledge and belief, that: (I) No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influenc ing or attempting to influence an officer or employee of any Federal agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement. (2) If any funds other than Federal appropriated funds have been paid or wi II be paid to any person for influencing or attempting to influence an officer or employee of any Federal agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form-LLL, "Disclosure of Lobbying Activities," in conformance with its instructions. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by Section 1352, Title 3 1, U.S. Code. Any person who fails to fi le the required 28 certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. The prospective participant also agrees by submitting his or her bid or proposal that he or she shall req uire that the language of this certification be included in all lower tier subcontracts, which exceed $100,000 and that all such subrec ipients shall certify and disclose accordingly. 29 REFERANCES The following are the names, addresses, and telephone numbers for three public agencies for whi ch BIDDER has performed similar work within the past two years. ]. ____________________________________________________________ __ Name and Address of Owner Name and Telephone Number of Person Familiar With Project Contract Amount Type of Work Date Completed 2·------------~----~----------------------------------------Name and Address of Owner Name and Telephone N umber of Person Familiar with Proj ect Contract Amount Type of Work Date Completed 3. __________________________________________________________ __ Name and Address of Owner Name and Telephone Number of Person Familiar with Project Contract Amount Type of Work Date Completed The following are the manes, addresses, and telephone numbers for all brokers and sureties from whom BIDDER intends to procme insurance bonds: 30 SUBCONTRACTOR LIST In compliance with the provisions of the Government Code Section 41 02, the undersigned bidder herewith sets forth the name and location of the place of business of each subcontractor who will perform the work or labor or render service to the general contractor in or about the construction of the work or improvement in an amount in excess of one-half (1/2) of one percent (I%) of the general contractor's total bid, and the portion of the work which will be done by each subcontractor. PORTION OF THE WORK SUBCONTRACTOR ADD RES If the bidder fails to specify a subcontractor for any portion of the work, the bidder agrees to perf01m the work with his own crews. (Alternative subcontractors for the same work are prohibited by provisions of the California Government Code.) Dated Bidder Signature Title FEDERAL REQUIREMENT TRAINING SPECIAL PROVISION.--As part of the Contractor's equal employment opportunity affinnative acti on program , training shall be provided as follows: The Contractor shall provide on-the-job training to develo p fu ll journeymen in the types of trades or job classification involved. The goal for the number of trainees or apprentices to be trained under the requirements of this special provision will be _6_. 31 CONTRACTOR'S INDUSTRIAL SAFETY RECORD Proj ect Identification ---B id Date ------- This information must include all construction work undertaken in the State of California by the bidder and partnership, joint venture or corporation tbat any principal of the bidder part icipated in as a principal or owner for the last five calendar years and the current calendar year prior to the date of the bid submittal. Separate information shall be submitted for each parti cular partnership, j oint venture, corporate or individua l bidder. The bidder may attach any additiona l information or explanation of data, which he would like taken into consideration in evaluating the safety record. An explanation must be attached of the circumstances surroundi ng any and a ll fatalities. 4 Calendar Years Prio r to Current Year 2009 2010 2011 2012TOTAL CURRENT YEAR I. No. of contracts 2. Total dollar amount of contracts (in thousand s of $) 3. No. offatalities 4. No. of lost workday cases 5. No. of lost work day cases involving perma nent Transfer to another job termination of employment 6. * No. of lost workdays *The information required for these items is the same as required for columns 3 to 6, code I 0, Occupationa l inj uries and ill nesses, OSEA No. 102. The above information was compiled from the recorded that are available to me at this time and I declare under penalty of perjury that the informati on is true and accurate withi n the limitations of these records. Name of B idder (print) Address City Zip Code Signature 32 State Contractor's License No. & Classifi cation Telephone AFFIDAVIT FOR CO-PARTNERSHIP FIRM STATE OF CALIFORNIA ) ) ss COUNTY OF LOS ANGELES ) , being ----------------------------------------------------------first dul y sworn, deposes and says: That he is a member of the co-partnership firm designated as which is the party making the foregoing proposal or bid; that such bid is genuine and not collusive or sham; that said bidder has not colluded, conspired, connived or agreed, directly or indirectly, with any other bidder or person to put in a sham bid or that such other person shall refrain form bidding' and has not in any manner sought by collusion to secure any advantage against the City of Temple City or any person interested in the proposed contract, for himself or for any other person. That he has been and is duly vested with authority to make and sign instruments for the co-partnership by who constitute the other members of the co-partnership Subscribed and sworn To before me this Signature _________________ dayof _________________________________ 20 ______ _ Signature of Officer Administering Oath (NOTARY PUBLIC) 33 AFFIDAVIT FOR CORPORATION BIDDER STATE OF CALIFORNIA ) ) ss COUNTY OF LOS ANGELES ) ___________________________________________________________ ,being first duly swom, deposes and says: That he is of, ------------------------------------------------- a corporation which is the pariy making the forgoing proposal or bid; that such bid is genuine and not collusive of sham; that said bidder has not colluded, conspired, connived or agreed, directly or indirectly, with any other bidder or person to put in a sham bid or that such other person sha11 refrain form bidding; and has not in any manner sought any collusion to secure any advantage against the City of Temple City or any person interested in the proposed contract, fo r ar1y other person. Subscribed and sworn To before me this Signature ______________________ dayof ____________________________ 20 34 Signature of Officer Administering Oath (NOTARY PUBLIC) AFFJDA VJT FOR INDIVIDUAL BIDDER STATE OF CALIFORNIA ) ) ss COUNTY OF LOS ANGELES ) __________________________________________________________ ,being first duly sworn, deposes and says: That he in the party making the foregoing proposal or bid; that such bid is genuine and not collusive or sham; that said bidder has not colluded, conspired, connived or agreed, directly or indirectl y, with any other bidder or person to put in a sham bid or that such other person sha ll refrain from bidding; and has not in any manner sought by collusion to secure any advantage against the City of Temple City or any person interested in the proposed contract, fo r himself or fo r any other person. Subscribed and sworn To before me this Signature _____________________ dayof _____________________________ 20 ____ __ 35 Signature of Officer Administering Oath (NOTARY PUBLIC) AFFIDAVIT FOR JOINT VENTURE STATE OF CALIFORNIA ) ) ss COUNTY OF LOS ANGELES ) ___________________________________________________________ ,being first duly sworn, deposes and says: That he is of, ------------------------------------------------- one of the parties submitting the foregoing bid as a joint venture and that he has been and is duly vested with the authority to make and sign instruments for and on behalf of the parties making said bid who are: that such bid is genuine and not collusive of sham; that said bidder has not colluded, conspired, connived or agreed, directly or indirectly, with any other bidder or person to put in a sham bid or that such other person shall refrain from bidding; and has not in any manner sought by collusion to secure any advantage against the City of Temple City or any person interested in the proposed contract, for himself or for any other person. Subscribed and sworn To before me this Signature ________________________ dayof _______________________ 20 ______ _ Signature of Officer Administering Oath (NOTARY PUBLIC) 36 FAITHFUL PERFORMANCE BOND KNOW ALL MEN BY THESE PRESENTS, THAT WE _________ _ hereinafter referred to as "Contractor" as PRINCIPAL, and -------------------------------------------------------------as SURETY, are held and CALIFORNIA hereinafter firmly bound unto the CITY OF TEMPLE CITY, referred to as the "City", m the sum of _____________________ Dollars, ( $ ) lawful money of the United States of America, for the payment of which sum, will and truly to be made, we bind ourselves, jointly and several firmly by these presents. THE CONDITIONS OF THIS OBLlGATIO ARE SUCH, that whereas, said contract has been awarded and is about to enter into the annexed contract with said City for consideration of the work under the specification entitled ____________________ _ and is required by said City to give this bond in connection with the executi on of said contract. NOW, THEREFORE, if said Contractor shall well and truly do and perform all the covenants and obligations of said contract on hjs part to be done and performed at the time and in the manner specified herein; thi s obligation shall be null and void; otherwise it shall be in full force and effect; PROVIDED, that any alterations on the work to be done, or the materials to be furnished, which may be made pursuant to the terms of said contract shall not in any way release said Contractor or the Surety therunder nor shall any extension of item granted under the provisions of said Contractor or said Surety and notice of such alterations or extensions of the contract is hereby waived by such Surety. IN THE WITNESS WHEREOF, we have hereunto set out hands and seals this ______ _ _________________ dayof ,20 ____ _ PRJNCIPAL SURETY BY: -------------BY: __________ _ (SEAL) (SEAL) 37 LABOR AND MATERIAL BOND KNOW ALL MEN BY THESE PRESENTS, THAT WE ________ _ hereinafter refeJTed to as "Contractor" as PRINCIPAL, AND ---------------------as SURETY, are held and firmly bound unto the CITY OF TEMPLE CITY, CALIFORNIA hereinafter referred to as the " CITY", m the sum of ________________ DOLLARS ($ _______ ~ LAWFUL MINEY OF THE United States of America, for the payment or which sum, well and truly to be made, we bind ourselves, jointly and several firmly by these presents. THE CONDITIONS OF THIS OBLIGATION ARE SUCH, that whereas, said Contract has been awarded and is about to enter into the annexed contract with said City fo r construction of the work under the City's specification entitled -------------------___________________________________________ and is required by said City to give this bind in connection with the execution of said contract; NOW THEREFORE, if said Contractor in said contract, or subcontractor, fails to pay for any materials, provisions, provender or other supplies, or for the use of implements or machinery, used in, upon, for or about the performance of the work contracted to be done, or for any work or labor there on of any kind, or for amounts due under the Unemployment Insurance Act with respect to such work or labor, said Surety wi ll pay for the same in amount not exceeding the sum specified above, and also in case suet is brought upon this bond, a reasonable attorney's fee, to be fined by the court. This bond shall immure to the benefit of any and all persons entitled to file claims under Section 11 92.1 of the code of Civil Procedure of the State of California. PROVIDED, that any alterations in the work to be done, or the material to be furnished, whjch may by made pursuant to the terms of said contract, shall not in any way release either said Contractor of said Surety thereunder nor shall any extensions of time granted under the provision s of said contract release wither said Contractor or said Surety, and notice of such alterations or extensions of the contract is hereby waived by said Surety. IN WITNESS WHEROF, we have hereunto set our hands and seals this -----------___________ dayof ,20 _______ _ PRINCIPAL SURETY BY: __________________________ __ BY: ------------- (SEAL) (SEAL) 38 BIDDER'S BOND KNOW ALL MEN BY THESE PRESENTS, THAT WE, ________ _ -----------------------------------------------------as principal and ----------------------------------------------------------as surety, are held and firmly bound unto the City of Temple City in the sum of ten percent (1 0%) of the total amount of the bid of the principal, to be paid to the said City of its certain attorney, its successors and assigns; for which payments will and truly to be made, we bind ourselves, om heirs executors and administrators, successors or assigns, j ointly and severally, firmly by these presents. In no case shall the liability of the surety hereunder exceed the sum of $ ______________________________ __ THE CONDITION OF THI OBLIGATION IS SUCH, That whereas the principal has submitted the above mentioned bid to the City of Temple C ity for certain construction specifically described as fo llows, for which bids are to be opened at Temple City, City Hall on for the Rosemead Blvd Safety Enhancement And Beautification in the City of Temple City. NOW THEREFORE, if the aforesaid principal is awarded the contract, and within the time and manner required under the specifications, after the prescribed forms are presented to him for signature, enters into a wrjtten contract, in the prescribed form in accordance with the bid, and files the two bonds wish the City of Temple City, one to guarantee faithful performance and other to guarantee payments for labor and materials, as required by law, then this obligation shall be null and void; otherwise it shall remain in ful l force and effect. In the event suit is brought upon this bond by the obligee and judgment is recovered, the surety shall pay all costs incurred by the obligee in such suit including a reasonable attorney's fee to be fi xed by the court. 39 IN WITNESS WHEREOF, we have hereunto set our hands and seals on this day of A.D., 20 __ ______________ (seal) NOTE: __________ (seal) __________ (seal) __________ (seal) PRINCIPAL __________ (seal) __________ (seal) SURETY __________ (seal) ADDRESS Signatures of those executing for the surety must be properly acknowledged. 40 CERTIFICATION OF NON-DISCRIMINATION As supplies of goods or services to the City of Temple City, the fi rm listed below certifies that it does not discri minate in its employment with regards to race, religion, sex or national origin; that it is in compliance with all Federal, State, and local directi ves and executive orders regard ing non-discriminati on in employment; and that it will pursue an affirmative course of action as required by the affirmative action guidelines. We agree specifically: I. To establish or observe emp loyment policies which affirmatively promote opportunities for minority persons at a ll j ob levels. 2. To communicate thi s policy to all persons concerned including all company employees, outside recruiting services, especiall y those serving minority communities, and to the minority communities at large. 3. To take affirmati ve steps to hire minority employees within the company. FIRM __________________________________________________ ___ TITLE OF OFFICER SIG ING _______________ _ SIGNATURE ___________________ DATE ____________________ ___ Please include any additional information available regarding equal opportunity employment programs now in effect within your company : 41 CERTIFICATION WITH REGARD TO THE PERFORMACE OF PREVIOUS CONTRACTS OR SUBCONTRACTS SUBJECT TO THE EQUAL OPPORTUNITY CLAUSE AND THE FILING OF REQUIRED REPORTS The bidder ,proposed Subcontractor ------ hereby certifies that he has , has not , participated in a previous contract or subcontract subject to the Equal Opportunity Clause, as required by executive Orders 10925, 11114, or 11 246, and that he has , has not , fi led with the Joint Reporting Committee, The Director of the offi ce or Federal Contract Compliance, a Federal Government contracting or administering agency, or the former President's Committee on Equal Employment Opportunity, all reports due under the applicable filing requirements. (COMPANY) BY: --------- (TITLE) DATE: ______________ ,20 __ _ NOTE: The above certification is required by the Equal Employment Opportunity Regulations of the Secretary of Labor 41 CFR 60-1.7 (b) (1 ), and must be submitted by bidders and proposed subcontractors only in connection with contracts and subcontracts which are except form the Equal Opportunity C lause are set forth in 41 CFR 60-1.5. (Generall y only contracts or subcontractors of $10,000 or under are exempt.) Cunently, Standard Form 100 (EE0-1) is the only report required by the Executive Orders or their implementing regulations. Proposed prime contractors and subcontractors who have participated in a previous contract or subcontract subj ect to the Executive Orders and have not filed the required reports should note that 41 CFR 60-1.7 (b) (1) prevents the award of contracts and subcontracts unless such contractor submits a report covering the delinquent period or such other period specified by the Federal Highway Administration or by the Director, Office of Federal Contract Compliance, U.S. Department of Labor. 42 NON-COLLUSION AFFIDAVIT The undersigned is submitting a bid for performing the following work by contract, being duly sworn, deposed and says: That he has not either directly or indirectly, entered into any agreement, participated in any collusion, or otherwise taken any acti on in restraint of free competiti ve bidding in connection with such contract. (Fill in description of contract) Signature of bidder Business Address Place of Residence Subscribed and sworn to before me this ____ day of _______ ,20 __ _ Notary Public in and doe the County of ---------------------'State of California My commission expires _____________ _ 20 43 GENERAL SPECIFICATIONS SCOPE OF WORK The work to be done consists of furnishing all materials, equipment, tools, labor, and incidentals as required by the Plans, Specifications, and contract documents. LOCATION OF WORK The general locations and limits of the work are as follows: Safe Route to school Improvement in the Vicinity of Nine Schools within the City limits TIME FOR COMPLETION The Contractor shall notify 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: CITY OF TEMPLE CITY Attention: Robert Sahagun ATT Attention: Andrea Moore THE GAS COMPANY Attention: Peggy Lee SOUTHERN CALIFORNIA EDISON COMPANY Attention: ELIAS BERMUDEZ SOUTHERN CALIFORNIA WATER COMPANY Attention: Mr. Dean Robinson SAN GABRIEL VALLEY WATER COMPANY Attention: Mr. Luis Montenegro CHARTER COMMICA TIONS Attention: Mr. Ernest Flores LOS ANGELES COUNTY DEPARTMENT OF PUBLIC WORKS Attention: Mr. Ali Zadeh LOS ANGELES COUNTY SANITATION DISTRICT Attention: Mr. John Redner GS-1 (626) 285-217 1 626-570-7417 818-701-4594 626-303-8418 T ( 626) 446-13 72 (626) 448-6183 (626) 537-6648 (626) 458-3118 (562) 699-741 1 UNDERGROUND SERVICE ALERT (800) 422-4133 EMERGE CY INFORM A T lO The names addresses, and telephone numbers of the Contractor and Subcontractors, or their representatives, shall be filed with the Engineer and the County Sheriffs Department or the City Police Department prior to beginning work. STANDARD SPECIFICATIONS The Standard Specifications of the AGENCY are contained in the 2006 Edition of the "Greenbook," Standard Specifications for Public Works Construction, including all supplements, as written and promulgated by the joint Cooperative Committee of the Southern Cal ifornia District of the Associated General Contractors of California. Copies of these Standard Specifications are available from the publisher, Building News, Incorporated, 161 2 South Clementine Street, Anaheim, California 92802, telephone (714) 517-0970. and the Caltrans Standard specifi cations 2006 Edition The Standard Specifications set forth above will control the general prov1s1ons, construction materials, and construction methods for this contract, except as amended by the Plans, Special Provisions, or other contract documents. The following Special Provisions are supplementary and in addition to the provisions of the Standard Specifications unless otherwise noted and the sections numbers of the Special Provisions coincide with those of the said Standard Specifications. Only those sections requiring elaborations, amendments, specify ing of options, or additions are called out. GS-2 SPECIAL PROVISIONS-GENERAL PARTl 1. TERMS, DEFINITIONS, ABBREVIATIONS AND SYMBOLS 1-2 DEFINITIONS AGENCY: CITY OF TEMPLE CITY Board: City Council of the City of Temple City Cal trans: State of California, Department of Transportation County: County of Los Angeles Engineer: The city Engineer of the City of Temple City or his authorized representative. Federal: United States of America 2. SCOPE AND CONTROL OF THE WORK 2-1 AWARD AND EXECUTION OF CONTRACT Within 1 0-working days after the date of the AGENCY'S notice of award, the Contractor shall execute and return the following contract documents to the AGENCY: Contract Agreement Faithful Performance Bond Material and Labor Bond Public Liability and Property Damage Insurance Certificate Worker's Compensation Insurance Cet1ificate Failure to comply with the above will result in annulment of the award and forfeiture of the Proposal Guarantee. The Contract Agreement shall not by considered binding upon the AGENCY until executed by the authorized AGENCY officials. A corporation to which an award is made may be required, before the Contract Agreement is executed by the AGENCY, to furni sh evidence of its corporate existence, of its right to enter into contracts on the State of California, and that the officers signing the contract and bonds of the corporation have the authority to do so. 2-2 SUBCONTRACTS SP-1 2-3.1 General. The seventh paragraph of subsection 2-3.1 pfthe Standard Specifications is hereby deleted and replaced with the following: The Contractor shall perform of provide, with its own organization, contract labor, materials, and equipment amounting to at least 50 percent of the Contract Price. The contract labor perf01med or provided by the Contractor shall amount to at least 25 percent of the total contract labor for designated "Specialty Items" may be performed or provided by the Contractor with its own organization. Where an entire item is subcontracted, the value of contract, labor, materials, and equipment subcontracted will be based on the Contract Unit or Lump-Sum Price. When a portion of an item is subcontracted, the value of contract labor, materials, and equipment subcontracted, will be based on the estimated percentage of the Contract a Unit of Lump-Sum Price, determined fo rm information submitted by the Contractor, subject to approval by the Engineer. Prior to award of the contract, the otherwise qualifying low bidder shall submit a list of all subcontractors intended to pe1form work on the project. This li st shall include the name and location of the place of business of each subcontractor who wi II perform work or labor or render service to the prime contractor on or about the construction of the work or improvement, or a subcontractor licensed by the State of California who, under subcontract to the prime contractor, specially fabricated and install s a portion of the work or improvement according to detailed drawings contained in the plans and specifications, in an amount in excess of one-half on one percent of the prime contractors total bid. The contractor shall provide a description by bid item number or otherwise fully designate the portion of work to be perfo rmed by each contractor. 2-4 CO TRACT BONDS The Faithful Performance Bond shall remain in force for a period of 1 year after the date of record ation of the Notice of Completion. The material and Labor Bond shall remain in force until 35 days after the date of recordation of the Notice of completion. The Contractor shall provi de the fo llowing supplemental inf01mation fo r each bond as required herein: a. Surety company or agency mane providing bond. b. Name of the agent. c. The business telephone number of the surety company and/or agency and agent. 2-5 PLANS AND SPECIFICATIONS 2-5.1 General. The contractor shall maintain a control set of Plans and Specifications on the project site at all times. All final locations determined in the fi eld, and any deviations from the Plans and Specifications, shall be marked in red on this control set to show the as- built conditions. Upon completion of all work, the Contractor shall return the control set to the Engineer. Final payment will not be made until this requirement is met. SP-2 Section 2 is amended by adding thereto the following new Subsection 2-5.4 Examination of Contract Documents. 2-5.4 Examination of Contract Documents. The bidder shall examine carefully the entire site of work, including but not restricted to the conditions and encumbrances related thereto, the Plans and Specifications, and the proposal and contract form s therefore. The submissions of a bid shall be conclusive evid ence that hate bidder has investigated and is satisfied as to the conditions to be encountered, as to the character, quality, and scope of the work to be performed, the quantities of material to be furnished and as to the requirements of the proposal, Plans, Specifications, and the contract. 2-9 SURVEYING 2-9.3 Survey Service. Subsection 2-9.4, Survey Service is amended by adding thereto the following: The line and grades for construction will be parallel to and offset from the position of the work. Form the established lines and graded, the Contractor shall extend the necessary lines and graded for construction of the work and shall be responsible for the correctness of same. 3. CHANGES IN WORK 3-3.2 Payment. 3-3.2.1 General. When the price for extra work cannot be agreed upon, payment for extra work by cost plus a differential for labor, materials and equipment provided shall be subj ect to the approval of the Engineer and compensation will be determined as provided herein. 3-3.2.2. Basis of Establishing Costs Subsection 3-3.2.2(a) is hereby deleted and replaced with the following: 3-3.2.2.(a) Labor The Contractor will be paid the cost of labor for the workmen (including foremen when authorized by the Engineer), used in the actual and direct performance of the work. The cost of labor, whether the employer is the Contractor, Subcontractor or other forces will be the sum of the fo llowing: 3-33.2.2.(a)l Actual Wages. The actual wages paid shall include any employer payments to or on behalf of the workmen for health and welfare, pension, Vacation and similar purposes. 3-3.2.2(a).2 Labor Surcharge. To the actual wages, as defined in section 3-3.2.2(a). l ,will be added a labor surcharge set forth in the Department of Transportation publication entitled "Labor Surcharge and Equipment Rental Rates," which is in effect on the date upon which the work is accomplished and which is part of the SP-3 contract. Said labor surcharge shall constitute full compensation for all payments imposed by State and Federal laws and for all other payments made to, or on behalf or, the workmen other than actual wages as defined in Section 3-3.2.2.(a).l and subsistence and travel all owance as specified in Section 3-3.2.2 .(a).3. 3-3.2.2.(a).3 Subsistence and Travel Allowance. The actual subsistence and Travel Allowance paid to such workmen. Subsection 3-3.2.2(c) is hereby deleted and replaced with the following: 3-3.2.2(c) Equipment Rental The Contractor wi ll be paid for the use of equipment at the rental rates listed for each equipment in the Department of Transportation Publicati on entitled "Labor Surcharge and Equipment Rental Rates," which is in effect on the date upon which the work is accomplished and which is a part of the contract regardless of ownership and any rental or other agreement, if such may exist, for the use of such equipment entered into by then Contractor. If it is deemed necessary by the Engineer to use equipment not listed in the said publication a suitable rental rate for such equipment will be established by the Engineer. The Contractor may furnish any cost data which might assist the Engineer in the establishment of such rental rate. The rental rates paid as provided above shall include the cost of fuel, oil, lubrication, supplies, small tools, necessary attachments, repairs and maintenance of any kind, depreciation, storage, insurance, and all incidentals. Operators of rented equipment will be paid for as provided in Section 3-3.2.2(a), "Labor." All equipment shall, in opinion of the Engineer, be in good working condition and suitable for the purpose for which the equipment is to be used. Unless otherwise specified, manufacturer's ratings and manufacturer approved modifications shall be used to classify equipment for the determination of applicable rental rates. Equipment which has no direct power unit shall be powered by a unit of at least the minimum rating recommended by the manufacturer. Individual pieces of equipment or tools not listed in said publication and having a replacement value of $200 or less, whether or not consumed by use, shall be considered to be small tools and no payment will be made therefore. Rental time will not be allowed when equipment is inoperative due to breakdowns. 3-3.2.2(c).l Equipment on the Work. The rental time to be paid for equipment on the work shall be the time the equipment is on operation on the extra work being performed, and in addition, shall include the time required to move the equipment to the location of the extra work and return to move the equipment to the original location for to another location requiring no more time than that required to return it to its original location, except that moving time will not be paid for if the SP-4 equipment is used at the site of the trans porting costs will be allowed, on lieu of moving time, when the equipment is moved by means other than its own powers, except that no payment will be made if the equipment is used at the site of the extra work on other than such extra work. The following shall be used on computing the rental time of equipment on the work: 1. When homly rates are listed, less than 30 minutes of operation shall be consi.dered to be 12 hom of operation. 2. When daily rated are listed, less than 4 hours of operation shall be considered to be 12 day of operation. 3-3.2.2(c).2 Equipment not on the Work. For the use of equipment moved in on the work and used exclusively for extra work paid for on a force account basis, the Contractor will be paid the rental rated li sted in the Department of Transportation publication entitled "Labor Surcharge and Equipment Rental Rates," which is in effect on the date upon which the work is accomplished and which is a part of the contract, or determined as provided in Section 3-3.2.2(c) and for the cost of transporting the equipment to the original location, all in accordance with the following provisions: 1. The original location of the equipment to be hauled to the location of the work shall be agreed to by the Engineer in advance. 2. The Agency will pay the costs of loading and unloading such equipment. 3. The cost of transporting equipment in low-bed trailers shall not exceed the hourly rates charged by established haulers. 4. The cost of transporting equipment shall not exceed the applicable minimum established rates of the Public Utilities Commission. 5. The rental period shall begin at the time the equipment is unloaded at the site of the extra work, shall include each day that the equipment is at the site of the extra work, excluding Saturdays, Sundays, and legal holidays unless the equipment is used to perform the extra work on such days, and shall terminate at the end of the day on which the Engineer directs the Contractor to discontinue the use of such equipment. The rental time to be paid per day will be in accordance with the following: Hours Equipment is in operation 0 0.5 1 2 2.5 SP-5 Hours to be paid 4 4.25 4.5 5 5.25 3 3.5 4 4.5 5 5.5 6 6.5 7 7.5 8 Over 8 Hours in Operation 5.5 5.75 6 6.25 6.5 6.75 7 7.25 7.5 7.75 8 The homs to be paid for equipment which is operated less than 8 hours due to breakdowns shall not exceed 8 less the number of hours the equipment is inoperative due to breakdowns. When hourl y rates are listed, less than 30 minutes of operation shall be considered to be Y:z hour of operation. When dail y rates are listed, payment for Y:z day will be made if the equipment is not used. If the equipment is used, payment will be made for 1 day. The minimum rental time to be paid for the entire rental period on an hourly basis shall not be less than hours or if on a daily basis shall not be less than 1 day. 6. Should the Contractor desire the return on the equipment to other than its origina l location, the Agency will pay the cost of transportation in accordance with the above provisions, provided such payment shall not exceed the cost of moving the equipment to the work. 7. Payment for transporting, loading and unloading equipment, as provided above, will not be made if the equipment is used on the work in any other way than upon extra work paid for on a force-account basis. When extra work, other than work specifically designate as extra work in the plans and specificati ons, is to be paid for on a force-account basis and the Engineer determines that such extra work requires the Contractor to move onto the work equipment which could not reasonably have been expected to be needed on the performance of the contract, the Engineer may authorize payment for the use of such equipment at equipment rental rates in excess of those listed as applicable for the use of such equipment subject to the following additional conditions: 1. The Engineer shall specifically approve the necessity for use of particular equipment on such work. SP-6 2. The Contractor shall establish, to the satisfaction of the Engineer, that such equipment cannot be obtained from his normal equipment source or sources and those of his subcontractors. 3. The Contractor shall establish to the satisfaction of the Engineer that the proposed equipment rental rate for such equipment from his proposed source is reasonable and appropriate for the expected period of use. 4. The Engineer shall approve the equipment rental rate to be paid by the Agency before the Contractor begins work involving the use of said equipment. 3-3.2.2(c).3 Owner-Operated Equipment. When owner-operated equipment is used to perform extra work to be paid for on a force account basis, the Contractor will be paid for he equipment and operator, as follows: Payment for the equipment will be made in accordance with the provisions m Section 3-3.2.2(c), "Equipment Rental." Payment for the cost of labor and subsistence or travel allowance will be made at the rates paid be the Contractor to other workmen operating similar equipment already on the project or, on the absence of such other workmen, at the rates for such labor established by collecti ve bargaining agreements for the type of workman and location of the work, whether or not the owner-operator is actually covered by such an agreement. A labor surcharge will be added to the cost of labor described herein, on accordance with the provisions in Section 3-3.2.2(a), "Labor." To direct cost of equipment rental and labor, computed as provided herein, will e added the markups for the eq uipment rental and labor provided in Section 3-3.2.3, "Mark-up." 3-3.2.3 Mark-up. The text of Subsection 3-3.2.3 is hereby deleted and replaced with the following: (a) Work by the Contractor. The following percentages shall be added to the Contractor's costs and shall constitute the mark-up for all overhead and profits, which shall be deemed to include all items of not specifically designated as cost or equipment rental in 3.2.2(a) and 3-3.2.2(b), "Materials," and 3-3.2.2(c), Labor Materials Equipment Rental Other Items and Expenditures 20 15 15 15 expense Sections 3- "Equipment Rental." To the sum of the costs and mark-ups provided for in this subsection, 1 percent shall be added as compensation for bonding. SP-7 .--------------- (b) Work by Subcontractor. When all or any part ofthe extra work is performed by a subcontractor, the mark-up established in Subsection 3-3.2.3(a) shall be applied to the subcontractor's actual work, to subcontracted wh ich a mark-up of 10 percent on the first $2,000 of the portion of the extra work and a mark-up of 5 percent $2,000 of the subcontracted portion of the extra Contractor. on the work added in excess of work may be added by the 3-4 DISPUTED WORK 3-5.1 Claims and Disputes During Performance: The following procedures and requirements shall apply and be full y complied with any claim or dispute to be considered for payment as extra work: Procedure: A. The Contractor and the City shall make good-faith attempts to resolve any and all claims and disputes that may from time to time arise during the performance of the work of the contract. If the Contractor considers any work required of them to be outside the requirements of the contract, or if they consider any instruction, meaning, requirement, ruling or decision of the City of its representative to be unauthorized, they shall, within seven (7) calendar days after such demand is made, or instruction is given, file a written protest (dispute) with the City stating clearly and in detail the ir objection and reason therefore. The Contractor shall promptly comply with the work required of them even though a written protest has been fil ed. If a written protest is not issued within seven (7) calendar days, the Contractor shall waive their right to further claim on the specific issue. B. The City will review the Contractor's written protest and provide a decision, of the contractor sti ll considers the Work required of the to be outside of the requirements of the Contract, the shall so notify the City, in writing, within seven (7) calendar days after receiving the decision that a formal cl aim will be issued. Within thirty (30) calendar days of receiving the decision, the Contractor shall submit their claim and all arguments, justification, cost or estimate, schedule analysis, and detailed documentation supporting their position. Failure to furnish notification within seven (7) calendar days wi ll result in the Contractor waiving their right to the subject claim. C. Upon receipt of the Contractor's formal claim, including all arguments, justification, cost or estimates, schedule analysis, and documentation supporting their positions as previously stipulated, the City or its representative will review the issue and within thirty (30) calendar days from receipt of the Contractor's claim render a final determination. Certification A. The Contractor shall submit with the claim their and Subcontractor's certifications under penalty of perjury that: SP-8 1. The claim is made in good faith. 2. Supporting data are accurate and complete to the best of the Contractor's knowledge and belief. 3. The amount requested accmately refl ects the Contract adjustment for which the Contractor believes the City is liable. 4. If the Contractor is an individual, the cettification shall be executed by that individual. 5. If the Contractor is mot an individual, the certification shall be executed by an offi cer of general pattner of the Contractor having overa ll responsibility for the conduct of the Contractor's affairs. 6. If a false claim is submitted, it will be considered fraud and the Contractor may be subject to criminal prosecution. B. In regard to any claim or po1tion of a claim for Subcontractor work, the Contractor shall fully review said claim and certify said claim, under penalty and perjury., to have been made in good faith. C. Failure to furnish certification as required hereinbefore will result in the ContTactor waiving their right to the subject claim. Claim Format A. The Contractor shall submit the claim justification in the following format: 1. Summary of the claim merit and quantum plus clause under which the claim is made. 2. List of documents relating to claim: a. Specifications b. Drawings c. Clarifications/Requests for information d. Scheduled e. Other 3. Chronology of events and correspondence. 4. Analysis of claim merit. 5. Analysis of claim cost. 3-6 NOTICE TO SURETIES SP-9 Section 3, Changes in Work , is amended by adding thereto the following new Subsection 3-6: The Contractor shall notify his sureties and the carriers of the insurance furnished and maintained by him or any changes affecting the genera l scope of the work or change in the contract price or time, or a combination thereof, and the amount of the applicable bonds and the coverage of the insurance shall be adjusted accordingly. T he Contractor shall furnish proof of such adjustments to the owner. 4. CONTROL OF MATERIALS 4-1 MATERJALS AND WORKMANSHIP 4-1.1 General. The Contractor and a ll subcontractors, suppliers, and vendors, shall guarantee that the entire work will meet all requirements of this contract as to the quality of materials, equipment, and workmanship. The Contractor, at no cost to the AGENCY, shall make any repairs or replacements made necessary by defects in material, equipment, or workmanship that become evident within I year after that date of recordati on of the Notice of Completion. Within this 1-year period, the contractor shall also restore to full compliance with requirements of this contract any portion of the work, which is found to not meet those requirements. The Contractor shall hold the AGENCY hann less from claims of any kind arising from damages due to said defects for noncompliance. The Contractor shall make all repairs, replacements, and restorati ons within 30 days after the date of the Engineer's written notice. 4-1.4 Test of Materials. Except as elsewhere specified, the AGENCY will bear the cost of testing material and/or workmanship which meet or exceed the requirements indicated in the Standard Specifications and the Special Provisions. The cost of all other tests, including the retesting of material or workmanshi p that fails to pass the first test, shall be borne by the Contractor. 4-1.5 Ce11ification. A Certificate of Compliance shall be furnished prior to the use of any materials for which these specifications or the special provisions require that such a certificate be furnished. In addition, when so authori zed in these specifications or in the special provisions, the Engineer may permit the use of certain materials or assemblies prior to sampling and testing if accompanied by a cer1ificate of compliance. The certificate shall be signed by the manufacturer of the material or the manufacturer of assembled materials and shal l state that the materials involved comply in all respects with the requirement of the specifications. A Certificate of Compliance shall be furni shed with each lot of material deli vered to the work and the lot so cer1ified shall be clearly identified in the ce11ificate. All materials used on the basis of a Certificate of Compliance may be sampled and tested at any time . The fact that material is used on the basis of a Certificate of Compliance shall not relieve the Contractor of responsibi lity for incorporating material in the work which conforms to the requirements of the Plans and Specificatio ns, and any such material not conforming or such requirements will be subject to rejection whether in place or not. The Agency reserves the ri ght to refuse to permit the use of m aterial on the basis of a Certificate of Compliance. SP-1 0 The f01m of the Certificate of Compliance and its disposition shall be as directed by the Engineer. 4-1 .6 Trade Named or Equals. Approval of equipment and materials offered as equivalents to those specified must be obtained prior to the opening of bids as set forth in the INSTRUCTIONS TO BIDDERS. 5. UTILITIES 5-l LOCATION The location and existence of any underground utility or substructure was obtained form a search of available records. No guarantee is made or implied that the infmmation is complete or accurate. It shall be that Contractor's responsibility alone to determine the exact location of underground utilities or substructures of every nature and to protect them from damage. The Contractor shall excavate and expose all high risk underground facilities. The Contractor shall notify the owners of a ll utilities and substructures as set forth in the GENERAL SPECIFICATIONS. 5-4 RELOCATION The second sentence of the last paragraph of Subsection 5-4 of the Standard Specifications is hereby deleted and replaced with the following: When not otherwise required by the Plans and Specifications and when directed by the Engineer, the Contractors shall arrange for the relocatio ns of service connections, as necessary, between the meter and property li ne, or between the meter and limits of construction. 5-5 DELAYS The second paragraph of Subsection 5-5 is hereby deleted and replaced with the fo llowing two paragraphs: The contractor will not be entitled to damages or additional payment for delays attributable to utility relocations or alterations if correctly located, noted and compl eted in accordance with subsection 5-l. The Contractor shall ascettain further detailed information to coordinate his work to this effect. All notification of utility companies shall be by the engineer based on the Contractor's request as submitted to the Engineer at least 24 hours in advance of the needed work. Any costs for delay of the Contractor of utility companies in this regard shall be assigned to the Contractor, if these costs are a result of the Contractor's request being ultimately in any respect, except fo r the utility company not responding at their agreed time before 24-hour period elapses. Compensation for idle time due to delays shall be in conformance with Subsection 8-1 .09 of the State Standard Specifications wherein reference to Section 4-1.030 shall mean Subsection 3-3.1 of the Standard Specifications. 6. PROSECUTION, PROGRESS, AND ACCEPTANCE OF THE WORK SP-11 CO STRUCTION SCHEDULE AND COMME CEMENT OF WORK The Contractor's proposed construction schedule shall be submitted to the Engineer within I 0- working days after the date of the AGE CY'S execution of the Contract Agreement. The schedule shall be supported by written statements from each supplier of materials or equipment ind icating that all orders have been placed and acknowledged, and setting forth the dates that each item will be deli ve red. Prior to issuing the Notice to Proceed width the work, the Engineer will sched ule a pre- construction meeting with the Contractor to review the proposed construction sched ule and delivery dates, arrange utility coordinati on, di scuss constructi on methods, and clarify inspection procedures. The Contractor shall subm it progress reports to the Engineer by the I oth day of each month. The report shall include an updated Construction Schedule. Any deviations from the original schedule shall be explained. Progress payments will be withheld pending receipt of any outstanding reports. 6-1 PROSECUTIO OF WORK The following is hereby added to Section 6-2: I. The Contractor mu st place concrete within 3 working days after th e removal of existing concrete. 2. AC replacement at driveways shall be installed within 3 days of pouring concrete, unless AC cold mix is installed, in which case AC replacement shall be installed within I 0 days. 3. The Contractor shall clean up all rubble/debri s dai ly. 4. Cold milling shall not be performed more than 3 days ahead of 5. Permanent striping shall be performed within 72 hours of paving on a II streets. 6. Manhole frames and cover shall be raised and patched with ARHM within 8 calendar days of ARHM overlay paving over the facility. pavmg. FA ILURE OF THE CO TRACTOR TO COMPLY WITH THE AFOREMENTIONED WORK SCHEDULING REQU IREMENTS, (1)-(7), DUE TO CONDITIONS UNDER HIS CONTROL WILL RESULT IN DAMAGES BEING SUSTAINED BY THE AGE CY. SUCH DAMAGES ARE, A D WILL CONTINUE TO BE, IMPRACTICAL AND EXTREMELY DI FFICULT TO DETERMINE. FOR EACH DAY TH E CONTRACTOR FAILS TO CO FORM TO THES E REQU IREME TS, THE CO TACTOR SHALL PAY TO THE AGE CY, OR HAVE WITHELD MONIES DUE TO HlM THE SUM OF SIX HUNDRED DOLLARS ($600) AS LIQ UIDATED DAMAGES FOR EACH CA LEN DAR DAY. 6-6 DELAYS AND EXTENSIONS OF TIME SP-12 6-6.1 General If the Contractor desires payment for a delay as specified in Subsection 6-6.3 of the Standard Specifications, it shall notify the Engineer in writing with in 3 days of beginning of delay. If the Contractor desires and extension of t ime as specified on Subsection 6-6.2 of the Standard Specifications, it shall notify the Engineer in writing within 3 days of the beg inning of the delay. Such notice shall specify the nature ofthe delay and the conditions whi ch set the beginning time fo r the delay. Utility delays subject to the provisions of Subsection 5-5 of the Standard Specifications shall only be granted time extensions or payment for delay based on strict conformance w ith Subsections 6-6.2, 6-6.3, and 6-6.4 in the Standard Specifications and those subsections are modified in the Genera l Conditions. 6-6.3 Payment fo r Delays to Contractor Compensation for idle tim e due to delays shall be in conformance with Subsection 8- 1.09 of the State Standard Specifi cations wherein reference to Section 4-1.03D sha ll mean Subsection 3-3.1, or the Standard Specifications. 6-6.4 Written Notice and Report. The first sentence of subsection 6-6.4 is hereby deleted and replace with th e following: If the Contractor desires payment for a delay as specified in Subsection 6-6.3 of the Standard Specifications, it shall notify the Engineer in writing within 3 days of beginning of the delay. If the Contractor desires and extension of time as specified in Subsection 6-6.2 of the Standard Specifications, it shall notify the Engineer in writing within 3 days of the beginning of the delay. If the Contractor desires an extension of time as specified on Subsecti on 6-6.2 of the Standard Specifications, it shall notify the E ngineer in writing within 3 days of the beginning of the delay. Such notice shall specify the nature of the de lay, cause, and the conditions which set the beginning time for the delay. 6-7 T IME OF COMPLETION 6-7.1 General. The time for completion shall be as noted 111 the General Specifi cations. 6-7.2.1.1 Working Day. The Contractor's actiVIties shall be confined to the hours between 7:00 a.m. and 3:30 p.m., Monday through Friday, excluding holidays. Deviation from that's hours will not be permitted without the prior consent of the Engineer, except in emergencies involving immediate hazard to person or property. In the event of either a requested or emergency deviation, inspection service fees will be charged against the Contractor. The service fees will be calcul ated at overtime rates, including benefits, overhead, and travel time. The service fees will be deducted from any amounts due the Contractor. 6-9 LIQUIDATION DAMAGES The liquidation damages value is hereby amended to be six hundred dollars ($600.00) per day. SP-13 7. RESPONSIBILITIES OF THE CONTRACTOR 7-1 CONTRACTOR"S EQUI PM ENT AND FACILITI ES A noise level limit of 86 dbA at a distance of 15 meters (50 feet) shall apply to all construction equipment on or related to the job whether owned by the Contractor or not. The use of excessively loud warning signals shall be avoided, except in those cases required for the protection of personnel. 7-2 LABOR 7-2.2 Laws. The Contractor, and all subcontractors, supplies and vendors, shall comply with all AGENCY, tate and Federal orders regarding affi rmative action to ensure equal employment opportunities and fair empl oyment practices. Failure to file any report due under said orders wi ll result in suspension of periodic progress payments. The Contractor shall ensure unlimited access to the job site for all equal employment opportunity compliance officers. 7-3 LIABILITY l SURANCE The first four paragraphs of Section 7-3 are amended to read as follows: The Contractor shall furnish the AGENCY a policy or certificate of li ability insurance in which the AGENCY and all of its officers, consultants and agents, including City of Temple City, are named insured or are named as an additional insured with the Con tractor. Nor withstanding any inconsistent statements in the pol icy or any subsequent endorsement attached thereto, the AGENCY and all of its officers, consultants and agents, including City of Temple City, shall be the insured or named as an additional insured coverin g the work, whether liability is attributable to the Contractor or the AGENCY or its officers, consultants or agents, including City of Temple City. The policy shall insure AGENCY and all of its officers, consultants and agents including EKA Civil Engineers, Inc., while acting within the scope of their duties of the Work, against all claims arising out of or in connections with the Work, except as provided for in Subsection 6-10. The Contractor may fi le insurance acceptable to the AGENCY covering more than one project. The coverage shall provide the fo ll owing minimum limits: Insurance Coverage Requirements Comprehensive General Liability Product/Completed Operations Hazard Comprehensive Automobi le Liability Contractual General Liability Limit Requirements $1,000,000 $1,000,000 $1,000,000 $1,000,000 A combined single-limi t policy with aggregate limits 111 the amount of $2,000,000 will be considered equivalent to the required minimum limits. The issuer shall be an "admitted surety insurer" duly authorized to transact business under the law of the State of California. SP-14 Acceptance insurance coverage shall be placed with carriers admitted to write insurance tn California, or carriers with a rating of, or equivalent to, A:VIII by A.M. Best & Co. Any deviation from this rule shall require specific approval in writing from the City. Except as provided for in Subsection 6-l 0, the Contractor shall save, keep, and hold harmless the AGENCY a nd all of its officer, consultants, and agents, includ ing City of Tem ple City, from all damages, costs or expenses in law or equi ty that may at any time ari se or be set up because of damages to property, or of personal inj ury received by reason of or in the course of performing work, which may be caused by any will ful or negligent act or omission by the Contractor, any of the Contractor's employees, or and Subcontractor. The AGENCY and all of its officers, consultants, and agents, including City of Temple City, wil l not be liable for any accident, loss, or damage to the Work prior to the completion or acceptance, except as provided for in Subsection 6.1 0. A copy of the endorsement, showing policy limits, shall be provided to her Coty on or before signing this contract. 7-5 PERMITS The text of Subsection 7-5 ofthe Standard Specifi cations is hereby deleted and replaced with the following: Prior to the start of any work, the Contractor shall tale out the applicable AGENCY permits and m ake arrangements for AGENCY inspections. The AGENCY will issue the permits at no charge to the Contractor. The Contractor and all Subcontractors shall obtain an AGENCY business license and shall be licensed in accordance with State Business and Professiona l Code. The Contractor shall a lso obtain any and all other pe rmits, licenses, inspections, certificates, or authorizations required by any governing body or entity. The Contractor Shall pay a ll cost incurred by the permit and license requirements. 7-8 PROJECT MAJNTANANCE 7-8.1 Clean up and Dust Control. Subsection 7-8.1 is hereby deleted and replaced with the foll owing: The Contractor shall protect and care for all work until final acceptance. Throughout the period of construction, the Contractor shall keep the site free and clean from all rubbish and debris and any unnecessary obstructions and sha ll promptly clean up all or any portion of the site when notified to do so by the AGENCY representative. When so directed by the AGEN CY representative, the contractor shall furnish and operate a self-loading motor sweeper with spray nozzles for cleaning the site. Care shall be taken to prevent spillage on streets over which hauling is done and any such spillage or debris deposited on the streets due to the Contractor's operations shall immediate ly be cleaned up. The Contractor shall promptly remove from any parts of the working area all unused materials and acceptable conditions at the earliest time fo llowing completion of the work in any reasonab le reach. Failure on the p art of the Contractor to comply with the orders of the AGENCY regarding cleanup may result in a written directive from the AGENCY to cease progress on any or all parts or the work under contract until the unsatisfactory condition is corrected. No additional compensation or time extension will be allowed as a result of such suspension. During all phases of the SP-15 construction work, the Contractor shall take precautions to abate dust nuisance by cleaning up, sweeping, sprinkling with water, or other means as necessary to accomplish results sati sfactory to her AGENCY representative. 7-9 PROTECTIO AND RESTORA TJO OF EX ISTING IMPROVEMENTS The second paragraph of Subsection 7-9 of the Standard Specifications is hereby deleted and replaced with the following: The Co ntractor shall relocate, repair, replace, or reestablish all existing improvements within the projects limits which are not designated for remova l (e.g., curbs, sidewa lks, driveways, fences, walls, sprinkler systems, signs, utility insta llations, pavements, structures, etc.) which are damaged or removed as a result of his operations or as required by the Plans and Specifications. Where existing traffic striping, pavement markings, and curb markings are da maged or their reflectivity reduced by the Contractor's operations, such striping or markings shall also be considered as existing improvements and the Contractor shall repaint or replace such improvements. Relocations, repairs, replacements, or re-establishments shall be at least equal to the existing improvements and shall match such improvements in finish and dimensions unless otherwise specified. All curb termination stub-outs for traffic signal detectors are considered existing improvements. Existing curb termination stub-outs damaged as a result of work required by the Plans and Specifications shall be replaced by the Contt·actor at no cost to the AGENCY. The last paragraph of ubsection 7-9 of the Standard Specifications is hereby deleted and replaced width the following: All costs to the Contractor for protecting, removing, restoring, relocatin g, repairing, replacing, or re-establishing existing improvements shall be included in the bid. 7-10 PUBLIC CO VEN IENCE AND SAFETY 7-10 Traffic and Access. Subsecti on 7-10.1 of the Standard Specifi cati ons 1s amended by adding thereto the fo llowing: The Contractor shall notify the occupants of all affected properties at least 48 hours prior to any temporary obstruction of access. Vehicular access to prope11y line shall be maintained, except as req uired for construction for a reasonable period of time. No overnight closure of any driveway will be allowed, except as permitted by the Engineer. At least one 3.60 meters ( 12 feet) wide traffic Jane sha11 be provided for each di rection of travel on all streets at all times, except as permitted by the Engineer. The traffic lanes sha11 be maintained on pavement, and shall remain unobstructed. Detouring signage around closed segments will be required and sha11 be included in bid item prices for ARHM and ARAM , as applicable. SP-16 Clearances from traffic lanes shall be 1.5 (5 feet) to the edge of any excavation and 0.60 meters (2 feet) to the face of the curb, pole, barricade, delineator, or other vertical obstruction. One 1.2 meters (4 feet) wide paved pedestrian walkway shall be maintained in the parkway area on each side of a ll streets. The clearance from the pedestrian walkway to any traffic lane shall be 1.5 meters (5 feet). 7-10.3 Street Closures, Detours, Barricades. Subsection 7-10.3 of the Standard Specifications is amended by adding thereto the following: Street disclosures will not be allowed except as specifically permitted by the Engineer. The Contractor shall prepare any traffi c control or detour plans that may be required by the Engineer. Lane transitions shall conform to the Caltrans Traffic Manual, Section 5-08.4, "Transition Area." Temporary traffic channelization shall be accomplished with barricades or delineators. Temporary striping will not be allowed unless specifically permitted by the Engineer. The Contractor shall prepare any plans that may be required for temporary striping to the satisfaction of the Engineer. In no event will temporary striping be allowed on finished pavement surfaces which are to remain. The contractor shall schedule an employee to police the temporary delineators and barricades within the travel way during weekday, nonworking hours and over Saturdays, Sundays, and holidays. Any corrective work required to be done by Agency forces shall be back charged to he Contractor based on the actual costs, plus Agency overhead and withheld from the final payment. 7-10.5 Protection of the Public. Subsection 7-10.5 is hereby added to Section 7 ofthe Standard Specifications as foll ows: lt is part of the service required of the Contractor to make whatever provisions are necessary to protect the public. The Contractor shall use fore sight and shall take such steps and precautions as his operations warrant to protect the public from danger, loss of life or loss of property, which would result fi·om interruption or contamination of public water supply, interruption of other public service, or from the failure of partly complete work or partially removed facilities. Unusual conditions may arise on the work which will require that immediate a nd unusual provisions be made to protect the public from danger or loss, or damage to lie a nd property, due directl y or indirectly to prosecution of work under this contract. Whenever, on the opinion of the Engineer, an emergency exists against which the Contractor has not taken sufficient precaution for the pub I ic safety, protection of utilities and protection of adjacent structures or property, whic h may be damaged by the Contractor's operations and w hen, in the opinion of the Engineer, immediate action shall be considered necessary in order to protect the public or popery due to the Contractor's operations under this contract, the E ngineer wi ll order the Contractor to provide a remedy for the unsafe condition. lfthe Contractor fails to act on the situation SP-17 ----.-~---------------------------------- within a reasonable time period, the Engineer may provide suitable protection to said interests by causing such work to be done and materi al to be furnished as, in the opinion of the Engineer, may seem reasonable and necessary. The cost and expense of said labor and material, together with the cost and expense of such repairs as are deemed necessary, shall be borne by the Contractor. All expenses incurred by the AGENCY for emergency repairs will be deducted from the progress payments and the fina l payment due to the Contractor. However, if the AGENCY does not take such remed ial measures, the Contractor is not relieved of the full responsibility for public safety. 7-15 RECYCLING OF MATERIALS Subsection 7-1 5 is hereby added to the Standard Specifications. 7-15.1 Contractor's Obligation. Recycling of Asphalt Concrete, Portland Cement Concrete, Aggregate Base, and Green Waste (trees and shrubs) are required. All recycled materi als shall be weighed on a certified weigh scale with weigh tickets showing proj ect name. RECORDS OF DISPOSAL, INCLUDING WE IGHT OF MATERIALS, SHALL BE SUBMITTED TO THE AGENCY ON A M ONTHLY BASIS. The Contractor is obligated, under this contract, to recycle the waste material through an approved recycling plant. Payment for recycling of materials shall be included in the unit price for other items of work. No additiona l payment will be made of recycling of materials. 8. FACILITIES FOR AGENCY PERSONNEL No fie ld offi ces for AGENCY personnel shall be required, however, the AGENCY personnel shall have the right to enters upon the p roject at all times and shall be admitted to the offices of the Contractor is so provide by eh Contractor for his own personnel. 9. MEASUREMENT AND PAYMENT 9-3.1 PAYMENT 9-3.2 Partial and Final Payment. The text of Subsection 9-3.2 of the Standard Specification is hereby deleted and replaced with the following: The c losure date for the purpose of making partia l progress payments will be the last day of each month. The Contractor shall prepare the approximate measurement of the work performed through the closure date a nd submit it to the AGENCY for approval by the 1oth day of the following month. When the work is complete, the Engineer with determine the fina l quantities of the work performed and prepare the fi nal progress payment report. Payme nts are commonly authorized and made within 30 days following the 1Oth day of the month submitted. However, payments w ill be withheld pending receipt of any outstanding SP-1 8 reports required by the contract documents. In addition, the final progress payment will not be released unti 1 the Contractor returns the control set of Plans and Specifications showing the as- built conditions. A full I 0-percent retention will be deducted from all progress payments. The fina l retention will be authorized for final payment 35 days after the date or recordation of the Notice of Completion. The Contractor, however, may receive interest on the retained amount, or receive the retained amount itself so long as the securities equivalent to the retained amounts ate substituted with escrow holder approved by the AGENCY. At the request and expense of the Contractor, retained amounts or securities equivalent to the retained amounts may be deposited with the State Treasurer or a State or Federally chartered bank approved by the Agency as the escrow agent, who shall return such moni es or securities to the Contractor upon satisfactory completion of the Contract. Securities eligible for investment shall include those listed in Section 16430 of the State Government Code or bank or having and loan certificated of deposit, interest beari ng demand deposit accounts, and standby letters of credit. Any escrow agreement entered into shall contain the following provJsJOns and shall be substantially similar to the form "Escrow Agreement for Security Deposits" in lieu of retention as contained in Section 4590 of Chapter 13 of Division 5 Title I of the Government Code. 9-3.2.1 Claims. Procedures for final payment are hereby supplemented by Caltrans Standard Specifications, Subsection 9-1.07B, Final Payment and Claims, and Subsections 9-1.03C, 9-1.04, and 9-1 .09 where they are referenced from as they pertain to Subsection 9-l.07B. References originating in Subsection 9-1.07B to Subsections 4- 1.03, 8-1.06, 8-1.07, 9-l.03A, and 8-J.IO shal l refer to Subsections 3-4, 6-7, 6-6,3-3, and 5-5 respectively of the Standard Specifications. Where Director, Deputy Director, District or State ore referenced, it shall mean Agency. 9-3.2.2 Alternative Dispute Resolution. After submittal of the proposed fina l estimate to the Contractor, a meeting shall be held promptl y between Contractor and Agency, attended by the individuals with decision-making authori ty regarding the dispute, to attempt in good faith to negotiate a resolution of claims ari sing under or related to performance of th e contract. If, withi n 30 days after such meeting, the parties have not succeeded in negotiating a resolution of the claims, they will jointly appoint a mutually acceptable neutral person not affiliated with either of the parties (the "neutral"). If they have been unable to agree upon such appointment within 40 days from the initial meeting, the parties shall seek assistance in find ing a mutually acceptable neutral. If the parties are unable to agree on a neutral, either party may request that the presiding judge of the Superior Court which would have jurisdiction of the matter if a suit were filed, to appoint the neutral. The fees of the neutral shall be shared equall y by the parties. ln consultation with the neutral, the parties wi ll select or devise an alternative dispute resolution procedure ("ADR") by which they wil l attempt to resolve the dispute, and, if the pa1ties are unable to agree on such matters within 20 days after the initial SP-19 consultation with neutral, the procedure , time, and place for the ADR to be held will be decided by the neutral. Unless circumstances require otherwise, the ADR shall be held not later than 60 days after selection of the neutral. The patties agree to participate in good fa ith in the ADR to its conclusion as designated by the neutral. If the patties are not successful in resolving the di spute through the ADR, then the parti es may agree to submit the matter bindi ng arbitration, or a private adjudicator, or either party may seek an adjudicated resolution through the appropriate court. 9-3.3 Deli vered Materials. Materials and equipment deli vered but not incorporated into work will not be included in the estimate for progress parti al payment. The fo ll owing subsection is hereby ad ded to ection 9 of the Standard Specifications: 9-3.5 Fi na l Pay Quantities. When the estimated quantiti es for a specific portion of the work are designed in th e bid schedule by the letter (F) as fina l payment quantiti es, said estimated quantities shall be the final quantities for which payment for such specific portion of the work will be made unless the dimensions of said portions of the work shown on the plans are revised by the Engineer. Tf such dimensions are revised and such revisions result in an increase or decrease in the quantities of such work, the fina l quantities for payment wi ll be rev ised in the amount represented by the changes in the dimensions. The estimated quantities for such specified portion of th e work shall be considered as approximately only, and no guarantee is made that the quantities whi ch can be determined by computations is made based on the detai Is and dimensions shown on the plans will equal the estimated quantities. No allowance do not equal the estimated quantities. SP-20 SECTION 200 200-1 200-2 SPECIAL PROVISIONS PART2 CONSTRUCTION MATERIALS ROCK MATERIALS ROCK PRODUCTS 200-1 .3 Gravel. Pea gravel fo r irrigation valve box drainage shall have l 00 percent passing the 9.5mm (3/8-inch) sieve and less than 5 percent passing the 2.36mm (No.8) sieve. UNTREATED BASE MATERIALS 200-2. J General. Untreated base sha ll be crushed aggregate base. 200-2.2 Crushed Aggregate Base. Quali ty Requirements. The minimum R-value requirement will not be waived. SECTJON 201 201-l 201-1.1 CONCRETE, MORTAR, AND RELATED MATERIALS PORTLAND CEMENT CONCRETE Requirements 201-1.1 .1 General. The same brand type, source of cement, and aggregate shall be used for all Portland Cement Concrete. 201-1.1.2 Concrete Specifi ed by Class. Concrete for stamped Concrete shall be Class 330-C-23P (560-C-3250P) w ith I OOmm (4-inch) maximum slump, pump mix. Concrete for irrigation Controller Cabinet, Electric Meter Pedestal, Backflow Preventer, and Mowstrip shall be C lass 330-c-23 (560-C-3250) with a I OOmm (4") maximum slump. Fly ash shall not be used. SP-21 20 1-1.2.1 Materials 201-1.2.4 Adm ixtures Color Hardener. Color hardener for stamped concrete sha ll be equal to Lithochrome dry shake colored hardener by L.M. Scofield Company, Bomanite Corporation or equal. Color shall match existing stamped concrete color found within the project limits Refer to Section 201-4.1 .I color Curing Compound, in these Special Provisions. Prior to start of stamped concrete work, Co ntractor shall submit three color samples to the Engineer for approval, together with three copies of the manufacturer's printed instructions, bulletins, and specifications. 20 1-2 STEEL REINFORCEME T FO R CONCRETE 20 1-2.2.1 Reinforcing Steel. Ad d the following paragraph immediately after the first paragraph: A II steel, except longitudinal steel, for design pipe, box conduit, Transition Structures Nos. I, 2, 4, 5, 6, and 7, and special structures shall be Grade 60 billet steel conforming to ASTM A- 6 15. 201-3 EXPANSION JOINT FILLER AND JOINT SEALANTS 20 1-3.1 General. Contractor shall submit materials to Engi neer for approval. 201-4 CO CRETE CURl G MATERIALS 201-4.1.1 General. Concrete curing compound shall be type 1-0. Color curing compound fo r stamped concrete shall be the same color and manufacturer as the color hardener. 201-5 CEMENT MORTAR SECTION 202 SECTION 203 201-5 .1 General Add the following Paragraph to the end ofthc Subsecti on. Grout for general use shall be composed of Class "A" mortar. MASONARY MATERIALS 202-2.1.4 Precast Items. Precast items to be incorporated in the work must be approved by the Engineer prior to ordering. Contractor shall submit five (5) copies of manufacturer's shop drawings proposed for incorporation on the work. Review of this submittal is preliminary to receipt of sample. BITUMONOUS MATERIALS SP-22 203-3 EMULSIFIED ASPHALT 203-3.1 General. Asphalt concrete materi al used for asphalt concrete (AC) pavement within the roadway and AC area behind driveways shall be Class and Grade C2-AR-4000. SPECIAL PROVISIONS PART3 CONSTRUCTION METHODS SECTION 300-EARTHWORK 300-1 CLEARING AND GRUBBING 300-1.1 Genera l. Add the followin g: Tree removal shall include grinding stumps to the diameter of the trunk at existing grade or the diameter of the root contro l barrier, whichever is greater, and to 36 inches depth below existing grade. Grind ings shall be removed from this 36-inch hole and a pruning compound designated to prohi bit re-growth shall be applied liberally to all exposed root surfaces. The hole shall then be filled with dirt and compacted to 90-percent relative compaction. 300-1 .3 Removal and Disposal of Materials. 300-1.2.3 Requirements. Subsection 300-1.3.2(a), (b), and (c) of the Standard Specifications are hereby deleted. 300-1.4 Payment. Payment for tree re moval shall be made at the contract unit price. Tree d iameter shall be measured I foot above from existing ground surface. 300-2 UNCLASSIFIED EXCAVATION 300-2.1 General. Unclassified excavation shall consist of all excavation, including roadways, bituminous pavement, and concrete pavement, curb, walk, gutters, driveways, access ramps, and alley intersections. 300-2.1.1 Requirements. Subsections 300-2.1.1 is hereby added to Section 300 of the Standard Specifications as fol lows: (a) Bituminous Pavement. Bituminous pavement shall be removed to neatl y sawed edges. Saw cuts shall be to a minimum depth of 3 inches (76mm). Where only the surface of existing bituminous pavement is to be removed, the method of removal shall be approved by the Engineer, and a minimum laying depth of I inch (25mm) of new pavement material shall be provided at the join line. Where bituminous pavement adjoins a trench, the edges adjacent to the trench shall be saw cut to neat straight lines before resurfacing to ensure that all area to be resurfaced are accessible to the rollers used to compact the subgrade or paving materials. SP-23 300-4 Bituminous pavement on curb and gutter, sidewalk or drive approaches shall be removed by heating with a torch to soften the pavement without creating smoke. Softening shall be perfo rmed until the bituminous material can be easily scraped away down to the underlying PCC surface. The blade used for scraping shall be maintained straight along its edge and clean. Bituminous material shall be scraped in thi s manner until it is completely removed. (b) Concrete Curb, Walk, Gutter, Cross Gutters, Driveways, and Access Ramps. Concrete shall be removed to neatly sawed edges with saw cuts made to a minimum depth of I Y2 inches (38mm). Concrete sidewalk, access ramp, or dri veway to be removed shall be neatly saws in straight lines wither parallel to the curb or a right angles to the alignment of he sidewa lk. No secti on to be repl aced shall be smaller than 30 inches (750mm) of a construction joint, expansion joint, or edge, the concrete shall be removed to the joint or edge, except that where the saw cut would fall within 12 inches (300mm) of a score mark. Curb and gutter shall be sawed to a depth of I Y2 inches (38mm) on a neat line at right angles to the curb face. Excavation and stock piling of selected materials shall be in accordance with these specifi cations. 300-2.7 Selected Material. The text of Subsection 300-2.7 of the Standard Specifications is hereby deleted and replaced with the fo llowing: Selected materials encountered in the excavations within the project limits that meet the specifications for topsoil, or other specified materials shall be used as shown on the Plans, in the Specifications, or as directed by the Engineer. Topsoil excavated may be considered only for the purpose of backfi lling areas to be planted. 300-2.9 Payment. The tex t of Subsection 300-2.9 of the Standard Specifi cations is hereby deleted and rep laced with the foll owing: Payment for all unclassified excavation, including excavation and stock piling of selected materials (if necessary), shall be included in the bid price fo r Unclassified Excavation. UNCLASS IFIED FILL 300-4.1 General. Add the following: The site shall be graded to the limit lines and elevations shown on the drawings with such allowances as may be required for the construction of walks, play areas, and other site improvements. Tolerance for rough grading is 1/1 o th of a foot (30mm), plus or minus, at drainage swa les, building pads, and paved areas. At other areas, appearance shall be the governing factor. Finish grades shall slope to drain without water pockets or irregul arities and shall conform to the intent of all plans and sections. After thorough settlement, and compaction of the soil. Finished grades shall meet all existing or established controls or sidewalks, curbs, and walls and shall be of uni form slope and grade between points of fi xed elevations or elevation controls from such point to established grades. Tolerance for finish grading is ~ inch (6mm), plus or minus. SP-24 300-4.9 Measurement and Payment The first section of Subsection 300-4.9 of the Standard Specification is hereby deleted and replaced with the following: Full compensation for furnishing all labor, materials, tool and equipment, and doing all work involved in unclassified fu ll construction shall be considered as included in the price paid for other items of work and shall include fu ll compensation for the cost of all grading, shaping, compactin g or consolidating, placing selected site materials. Or other work that is required under thi s subsection. No additional payment will be made for unclassified fill. SECTION 301 -TREATED SOILS, SUBGRADE PREPARATION, AND PLACEMENT OF BASE MATERIALS 301-1 SUBGRADE PREPARATION 301-1.6 Adjustment of Manhole Frame and Cover Sets to Grade. Class CorD Asphalt Pavement shall be used to patch around all frame and cover sets. Subsections 301-1.6.1 and 301-1.6.2 are hereby added to Section 30 1 of the Standard Specifications as fo llows: 301-1 .6.1 Adjustment of Los Angeles County Flood Control District Manhole Frame and Cover Sets to Grade. Adjustments to grade of Los Angeles County Flood Control District Manhole Frame and Cover sets do not require a District permit. However, the Contractor shall notify the In spection Department at (626) 458-3 129, 24 hours in advance of any work in the area of the manhole. 301-1.6.2 Adjustment of Los Angeles County Sanitation D istrict Manhole Frame and Cover Sets to Grade. Los Angeles County Sanitation District manhole frames and covers shall be bet to fi nish grade as follows. I. Contractor shall notify the District's Superintendent of Maintenance, (3 1 0) 658-J 161 or (31 0) 774-7272, 48 hours commencement of any work in the area of the 2. If grade over manhole is to be lowered : prior to manhole. a. Contractor shall furn ish and deliver a temporary steel cover plate of thickness and size approved by the District for said M anhole. b. Contractor shall excavate the existing manholes to a depth and distance outside of the manhole as required by the District for said Manhole. c. District shall remove the existing manhole frame and cover, and any interfering portion of the manhole shaft, and shall place the steel cover plate over the manhole. SP-25 d. Contractor shall store and protect frame and cover for later installation by the District and shall fi ll and/or pave over the steel plate to final grade. e. Contractor shall remove paving and/or fill as necessary to permit the District to raise manhole to final grade. (Removal of paving and /or fi ll shall be to a minimize of 2-inches outside of the manhole if the steel plate is less than 6-inches below final grade.) f. Di strict personnel shall raise manhole and set fram e and cover to grade. g. Contractor shall place and compact the backfill and pavement as necessary to complete the wo rk. 3. If grade over manhole is to raised: a. Contractor shall fill and /or pave directly over frame and cover to final grade. b. Steps (e) th rough (g) of 2 above shall be followed, except that if grade is to raised more than 2 feet, the Contractor shall excavate around the manhole shaft under step (2) to a depth and diameter, as necessary, for the District to remove and reconstruct manhole shaft with required taper and as specified by the District. Payment for adjusting manhole frame and cover to grade shall be made at the contract unit price bid. 301-1.7 Payment. The fo llowing paragraphs are hereby Added to Subsection 301-1.7 of the Standard Specifications: Payment for adjusting survey monument fra me and cover to grade shall be made at the contract unit price bid. Adjustment of water va lve and gas va lve slip can be type frame covers to grade shall be the responsibili ty of the Contractor. Uti lity companies will be responsible for checking and ensuring that such frame and covers slip properly, such that the Contractor can slip them to grade at time of paving. Payment for slipping to grade shall be included in the prices bid for other items of work. The exact number of such frames and covers may va ry from the number shown on the plan, but it is the responsibi li ty of the Contractor to survey the project and include the cost of all such adjustments in the bid. Contractors shall notify the Engineers at the earliest possible time after discovery if a frame and cover does not slip. SECTION 302 -ROADWAY SURFACING 302-5 ASPHALT CONCRETE PAVEMENT 302-5.1 General AC Pavement repairs and PCC pavement repairs shall be placed the same say as removals are performed. SP-26 Leveling course material shall be E-AR4000 placed at 3/.a inch maxi mum thickness in areas of average grade. The last sentence of Subsection 302-5.1 of the Standard Specifi cations is hereby deleted and replaced with the following: 302-5.2 302-5.1.1 Preparation. If asphalt concrete pavement is being constructed di rectly upon an existing hard-surfaces pavement: I) Contractor shall spray all weeds in cracks with Monsanto brand Roundup, a minimum of 4 weeks prior to paving. All weeds shall be re- s prayed if rain occurs within 48 hours after application; 2) all ho les and cracks 1.5 inches or greater in width shall be fi lled with asphalt concrete Class and Grade F-AR4000 compacted level with the top of the existing pavement; 3) cracks in PCC greater than Y2 in width shall be routed of ~ inch; 4) all cracks and joints greater than l/8 inch in size shall be blown clear with high pressure air, with the street swept immediately thereafter; and 5) all joints and cracks greater than Y4 inch and less than 1.5 inches in size shall be filled with Crafco Polyflex III or equal. Filler shall be within 118 inch below and flush with existing pavement surface and squeegeed, as necessary, to attain this result. Cracks, joints, and holes to be filled shall be cleaned after cold milling. Payment for crackfilling and rout cracks is considered to be included in the cost of CONSTRUCT AC Pavement, and shall be in accordance with these Specifications. Full compensation shall incl ude all labor and materials required to complete the process and no additional compensation will be allowed therefore. Cold M illing Asphalt Concrete Pavement. 302-5.2.1 General. The following is hereby added to the first paragraph of Subsection 302- 5.2.1 : Such straight edge grade a long the edge of the cold plane area sha ll not deviate more than Y4 inch below nor I /8 inch above the grade specified in the P lans and Specifications. Cold Milling s hall not be performed more than 3 days ahead of paving, and shall not commence until a clear 5-day weather forecast is provided by National Weather Service. 302.5.2.3 Removal and Disposal of Material. Cold milled streets shall be accepted by Engineer at least I day prior to street resurfacing, as completed for cold milling. Contractor shall provide a complete and thorough motorized sweeping of cold milled areas the day after cold milling, the day before paving, a nd every third day in between. Sweepers used for cold milling shall not enter on streets approved as clean after cold mi lling. 302-5.4 Tack Coat. Tack coat material for overlay shall be AR4000 applied at a rate of 0.05 gallons per square yard applied at a minimum of350 degrees Fahrenheit from a distributor truck with a functioning heating element capable of raising the temperature by 3 degrees Fahrenheit per hour. Tack coat shall not be placed so far ahead of paving that the tack coat is tracked away by trucks from more than 20 percent of the tracked area. SP-27 Tack coat for joints on trenches and remove and replace repairs shall be uniformly applied at .20 gallons per sq uare yard AR4000 or two coats SSlh appli ed uniformly at .20 gallons per square yard each coat. 302-5.5 Distribution and Spreading. Contractor shall provide automatic screed control as directed by Engineer. 302.5-6 Rol ling. Rol li ng along a joint shall be such that the widest part of the roller is on the hot side of the joint. Rubber tire roll ers shall be used on any leveling course. Three rollers shall be provided for installation of AC greater than 200 tons per hour, regardless of thickness. 302-5.7 Join lines between successive runs shall be within 6 inches of lane lines or a minimum of 12 feet outside of the outer most lane line. 302-5.8 Manholes (and other Structures). ARHM surfaced roadways shall have manholes patched with ARHM Class "C'" or "D." 302-5-9 Measurement and Payment. All costs of preparation shall be included in the Contract Unit Price per ton, except crackfilling and routing. SECTION 303 -CONCRETE AND MASONRY CONSTRUCTION 303-1 CO CRETE STRUCTURES 303-1.1 General. Once any excavation for the construction of structures is commenced, the Contractor must di I igently pursue the completion of the structure, including structure back:fi II, compaction, and restoration of surface improvements and of temporary fin ish paving. Open excavations shall be properly barricaded or covered with steel traffic plates to prevent the entrances of pedestrian or vehicular traffic at the end of the workday. 303-1.1 1.1 303-1.11 .1 Variation of Depth of Catch Basin and Connector Pipe. Subsection is hereby added to the Standard Specifi cation as foll ows: C-5.1 Ca tch Basins. In order to assist in avoiding utilities, or for other reasons deemed necessary by the Engineer, the Agency reserves the right by direction of the Engineer to increase or decrease the depth of any catch basin from that shown on the drawings. lf the "Y" depth is increased or decreased by J foot or less, no adj ustment or price bid will be made. Jf the "Y" depth of a catch basi n is increased or decreased by greater than I foot, by order of the Engineer, then an adjustment (greater or less than the price bid) for the increase wi II be made and the amount thereof will be based upon the method stipulated hereinafter; furthermore, any increase or decrease in the cost of constructing the con nector pipe resulting from the "V ' change, or the catch basin due to thi ckening of the concrete section or addition of steel reinforcement shall be included in said stipulated amounts. Detennination of these stipulated amounts involves the exclusion of all metal work and reinforcing steel not necessary to the increase or decrease of the catch basin "Y" depth. Such exclusion is accomplished by the factors. 80, 0.48, and 0.55 used in the stipulated formu la below. If the adj ustment SP-28 303-4 Group 1 is an increase in the total amount of money due to the Contractor, then the Contractor will be paid for s uch increase, in the same manner as Extra Work, as provided for in Section 9-3. If the adjustment is just a decrease in the total amount of money due to the Contractor, then the District will be entitles to and shall receive a monetary credit from the money due the Contractor. For the purpose of these Specifications, catch basins are separated into three groups; namely, Group 1, side opening catch basins without grates and with the deepest and shall owest points of the catch basin not varying in depth by more than 6 inches; Group 2, side opening catch basins without grates and with the deepest and the shallowest points of the catch basin varying by more than 6 inches in depth; and Group 3, grating type catch basins. For the purpose of these Specifications, the average depth will be the mean of the "V" depth of all the catch basin s under one particular item of work. In addition to the work listed in the schedule of Prices, the Contractor agrees that, if directed by the Engineer, he will either increase or decrease the "V" depth of any given catch basin and that the amount to be paid to the Contractor or credit to the District therefore shall be based on the following stipulated method: (Bid Price) (0.80) Adjustment per foot change in average depth as ordered by the Engineer Average Depth on which Bid was Based Group 2 (Bid Price) (0.48) Average Depth on which B id was Based Group 3 (Bid Price (0.48) Average Depth on which Bid was Based Adj ustment per foot change in average depth as ordered by the Engineer Adjustment per foot change in average depth as ordered by the Engineer Payment for PCC collars shall be made at the bid price for PCC collar and shall be fu ll payment for furn ishing a ll labor, materials, a nd all other work necessary to construct PCC collar. MASONRY CONSTRUCTION 303-4.2 Brick Masonry 3-3-4.2.4 Measurement and Payment for brick and mortar sealed bulkhead shall be made at the bid price for bulkhead and shall be fu ll payment for furnishing all labor, materials, and all other work necessary to construct bulkhead. SP-29 ----------------------------------------------------------------------------------------- 303-5 CO CRETE CURBS, WALKS, GUTTERS, CROSSGUTTERS, ALLEY INTERSECTIONS, ACCESS RAMPS, AND DRIVEWAYS 303-5.1 Requirements. 303-5.1 .1 General. Concrete area behind sidewalks and driveways shall be considered as walks. 303-5.9 Measurement and Payment. ubsecti on 303-5.9 of the Standard Specification is hereby deleted and replaced with the fo ll owing: Payment for concrete curbs, removal and construction of sidewalk, curb and gutter, and driveways shall be made at the unit price bid as call ed out in the Bid Schedule. Payment for Wheelchair ramps shall include removal an construction and shall be made at unit price per EACH, including monolithic retaining curb 8 inches (200mm) maximum and shall be measured on top area curb and gutter not included. Pavement for removing RC box and cleanout shall be made at the bid price and shall be full payment for furnishing all labor, materials, and all appurtenant work. SECTION 306-UNDERGROUND CONDUCT CONSTRUCTION 306-1 OPEN TRENCH OPERA T lONS 306.1.1 Trench Excavation. 306-.1.1.1 General. The third paragraph of Subsection 306-1.1.1 of the Standard Specifications is hereby deleted and replaced with the following: Excavation shall include the removal of all excess excavated materia ls and a ll water and materials of any nature, w hich interfere with the construction work. When the actual elevation of portion of any existing pipe, conduit, or other underground apptutenances cannot be determined w ithout excavation, the Contractor shall excavate and expose the existing improvement (pothole) at the location as marked on the ground and any other locations deemed necessary by the Engineer. Pothole shall be considered as part of the excavation necessary for the work, and no additional compensation will be made therefore. The Eng ineer shall be given the opportunity to inspect the existing improveme nt when it is exposed. Any adjustments in line or grade which may be necessary to accomplish the intent on the Plans shall be made. 306-1.1.2 Maximum Length of Open Trench. The first sentence of the first paragraph of Subsection 306-1.1 .2 of the Standard Specifications is hereby deleted and replaced with the following: SP-30 Except by permtsston of the Engineer, the maximum length of open trench where prefabricated pipe is used shall be the d istance necessary to accommodate the amount of pipe install ed in a single day. A ll trenches shall be backfilled or covered with steel traffic plates at the end of each working day. 306-1.1.3 Maximum and Minimum Width of Trench. The last two paragraphs of Subsection 306-1. J .2 of the Standard Specifications are here by deleted. 306-1.2 Insta llation ofPipe. 306-J .2.1 Bedding. The la st two paragraphs of Subsection 306-1.2. J are hereby deleted and substituted with the fo llowing: The trench bottom shall be graded to provide a smooth, straight, fi rm, and stable foundation for the pipe bedding at every point throughout the length of the pipe. The recess shall be large enough to prevent fo reign material from enteri ng the pipe. Jf any trench, through the neglect of the Contractor, be excavated below the grade required by the Plans and these Special Provisions, it shall be refilled to grade with additional bedding. This excess excavation and the additional bedding shall be at the Contractor's expense. Additional bedding shall be crushed aggregate abase or processed miscellaneous base in accordance w ith Section 200-2 of the Standard Specifications and these Special Provisions. 306-1.2.2 Pipe Laying. The last sentence of the second paragraph, and the 9th , I oth, and last paragraph of Subsection 306-1.2.2 of the Standard Specifications are hereby deleted and replaced with the following: Any adjustment in line of grade, which will be necessary to accomplish the intent of the Plans shall be made. In the event obstructi ons are encountered durin g the progress of the work which will require alterations to the Plans, the Engineer shall have the authority to change the Plans a nd order the necessary deviation from the specified line of grade w ithout approval by the Engineer. Pipe sections shall not be deflected at a ny join t, w ither vertically or horizontally, beyond the li mits specified by the manufacturer. Pipe shall not be dropped into the trench. All surface of ground water shall be prevented from entering the pipe and shall be removed from the trench in an approved manner. 306-1.3 Backfill and Densification. 306-1.3.1 General. The seventh and eighth paragraphs of Subsection 306-1.3.1 of the Standard Specifications are hereby deleted and replaced with the following: Rocks greater than 4 inches in any dimension will not be permitted in backfill placed between I foot above the top of any p ipe or cast-in-place structure box and I foot below pavement subgrade. SP-31 306-1 .3.2 All backfi ll above the bedding area sha ll be mechanically compacted per the requirements ofthis section. 306-1.3.3 Water Densified Backfill. Only "B" can be water densified backfill. 306-1.3.4 Compaction Requirements. The tex t of Subsection 306-1.3.4 of the Standard Specifications is hereby deleted and replaced with the fo llowing: Minimum bedding requ irements shall be as indicated on LA CDPW Standard Plan No. 3080- 0, and backfill above Bedd ing B shal l be compacted to 90 percent, and the top 6 inches of subgrade material 95 percent relative compaction. 306-1 .5 Trench Resurfacing. 306-1.5.1 Temporary Resurfacing. The second, fourth, and fifth paragraphs of Subsection 306-1.5.1 of the Sta ndard Specifications are hereby deleted and replaced with the following: Payment for all materials used by the Contractor or ordered to be placed by the Engineer, including that used to maintain the temporary resurfacing until the permanent resurfacing is placed, wi ll be considered to be included in other items of work. 306-1.5.2 Permanent Resurfacing. Except as specified otherwise, permanent resurfacing sha ll be in compliance with the requirements per plan. Tack coat shall be applied with full coverage of all joining AC surfaces, and sha ll be SS-1 H applied uniformly at a rate of .4 gallons per square ya rd applied in two coats or .2 gallons per square ya rd AR-4000 in one coat. Al l permanent resurfacing shall be completed within I 0-working days after pipe is installed, backfilled, and compacted. 306.1.6 Basis of payment fo r Open Trench Installations. The text is Subsection 306-1.6 of the Standard Specifica ti ons is hereby deleted and replaced with the fo llowing: Pipe and conduit shall be measured along the longitudinal axis between the ends as laid and sha ll include the actual pipe in place and shall not include the inside dimensions of structures. Catch basin to the inside face of conduit or structure to wh ich connection is being made. The price per li near foot fo r pipe and conduit in place sha ll be considered ful l compensation for all monoli thic catch basin connections shown on the Plans; the excavations of the trench (including excavating bi tuminous pavement; the control of ground and surface waters; the preparation of subgrade; potholi ng placing and joining pipe; bedding and backfil l, compaction; the excavation and reconstruction of interfering surface improvements; temporary and, permanent resurfacing for interfering surface of areas not req uiring street improvement on the Plans; relocation of street signs, clean up; and all other work necessary to install the pipe or conduit, complete in place. When it is necessary to lower the invert elevation of a pipe by I foot or less or raise the invert elevati on any amount, no increase or decrease in the un it price bid for such pipe wil l be made. SECTION 308 -LANDSCAPE AND IRRIGATION INSTALLATION SP-32 308-1 GENERAL All existing lawn and landscape areas d istributed by the Contractor as part of or as a result ofthe work shall be prepared and reseeded and/or replanted in kind, except as otherwise designated in the plans. Existing irrigation systems shall be repaired and restored to operating condition to the sati sfaction of the Engineer. 308-2 EARTHWORK AND TOPSOIL PLACEMENT 308-2.3.1 General. Add the following: After topsoil has been placed a nd prior to amendment, the topsoil wil l be sampled and tested by the Agency to assure compliance w ith the Specifications and the approved source testing. Supplemental tests may be made to assure compliance with amendment and fett ilization specifications. 308-2.3.2 Fertilization and Conditioning Procedures. Add the following: Incorporate into the top 150mm (6") of the soil, using a mechanical tiller, tilling in two separate directions the followin g materials in all area to be planted Material Rate oer 100m2 _(_1 076 sQuare feet) Type l Amendment 2.5 m 3 Commercial Fertilizer 5 Kg (1 0 pounds) A ricultural G sum Soil Conditioner The topsoil shall be amended as recommended by the testi ng laboratory. Should the amendment recommendations furnished by the laboratory exceed those required by th e bidding documents, the laboratory recommendations shall be applied at no additional cost to the Agency. 308-3 HEADER lNSTALLATrON Add new Section 308-3.2 MOISTURE BARRIER AND ROOT CONTROL BARRIER rNSTALLATJON 308-3.2.1 Moisture Barrier Installation. Moisture barrier membrane shall be install ed in all median islands, comp letely surrounding the areas to be irrigated a nd planted. Membrane shall extend a minimum of 30-inches (760mm) below top of curb. Attach membrane securely and continuously to the back of curb with a mastic adhesive. Lengths of sheeting shall be joined by folded and cemented lap seams, completely waterproof. Furnish two samples of a completed seam to the E ngineer for approval SP-33 prior to start of thi s work. Seams shall be a minimum 4-inches (lOOmm) wide by width of sheet. 308-4 PLA TING 308-4.1 General. Add the fo llowing: 308-4. I. I Trees (Reference: Section 212-1.4.2). The Contractor shall make all arrangements for deli very of trees to the site. The Contractor shall notify the Agency at least 3 weeks in advance of scheduled planting date, and the supplier at least 5- working days in adva nce of desired de livery date. The Contractor is responsible to schedule tree deli very of trees to the site. Daily deliveries shall not exceed the Contractors capabi lity to place deli vered trees on site unless the Contractor has provided adequate off-site storage space. All charges for extra handling shall be borne by the Contractor. The Contractor shall provide off-loading and placing equipment of adequate capacity to safely handle the furn ished trees. 308-4.3 Layout and Plant Location. Delete the first paragraph and replace with the fol lowing: "The Contractor will layout all planting area and stake locations of trees for the Engineer's approval prior to planting." 308-4.5 Tree and shrub planting. Delete the fo urth paragraph of Subsection 308-4.5 of the Standard Specifications and replace it with the fo ll owing: Materials Rate Qer cubic yard Rate Qer m3 Topsoil I.O CY I m3 Soil Amendment 0.25 CY 0.25 m3 Iron Sulfate 2 lbs. I Kg Commercial I lb 0.5 Kg Fertili zer Soil Conditioner 15 lbs. 6 Kg Insert planting tablets on the manner of the number specifi ed by the manufacturer in its printed instructions. 308-4.5.1 Palm Tree Planting a. Digging. Dig trees as close to date of planting as practical. Hand dig palm and wrap root ball in burlap. Keep moist and tie securely. b. Pruning and Typing. Prune off old frond to balance root pruning. Tie fronds together with organic twine to protect heart. c. Planting. Planting holes shall be at least one-third larger than the root ball. Determine the water percolation rate for each hole by filling the hole with water, allowing it to drain completely within a 24-hour period, then excavate to break through the SP-34 impermeable layer to provide a thicker layer of sand under the root ball. The slower the percolation rate, the deeper the sand layer must be beneath the root ball. Backfi II shall be J 00 percent clean concrete sand. Do not use organic amendment. Add moist fi ll to the bottom of the ho le, blending one to two cups of bl ood meal into the soil. Thoroughly compact soil to depth required to set tree soil line at finish grade. After insettion of the tree, add moist backfill and thoroughly compact to assure stability. d. Maintenance. Each irrigation should be deep enough to assure wetting of the entire root ball. During hot months, ma intain a watering basin, apply water every day for the first week, and every other or third day thereafter for the next 4-6 weeks. Sample soil for moisture content before watering to avoid over saturation at the root ball. Soi I sampling shall be done with a soil probe. Do not allow water to stand at base of tree. Remove frond ties at 60 days after planting during hot months, and after 90 days during the winter months. Do not trim palms for 30 days after untying them. 308-4.6 Planting, Staking, a nd Guying. Tree staking shall be as shown on the drawings. 308-4.8 Lawn Planting. 308-4.8.3 Sod Add the fol lowing: Grade smooth all surfaces to be sodded. Soil surface should be 31.!-inch below adjacent walks after settling. Roll lightly and ti ll in all soi l depressions. Soil shall be level, smooth, and moist before sodding. 308-4.10 Mulch. 308-5 308-10.1 Install ation. Following acceptance of plant material installation, apply even layer of mulch, 2-inches (50mm) thick, over all areas shown as planting areas on the p lans, except lawn and hydro seed areas (if any). The mulch blanket inside watering basins shall be 3 inches (75mm) thick. Taper thickness of mulch to meet pavement 15mm (1/2") minimum below the fini shed surface of pavement. lFFlGATION SYSTEM INSTALLATION 308-5.1 General. (a) Record Drawings. Show dimensioned location of all buried pipe and valves, and control pi lot wires to valves and controllers. Take dimensions prior to backfilling trenches. All corrections on record drawings shall be done in red ink. Dimensions must be taken from above ground, permanent, architectural objects. Do not dimensions from plants or trees or spr inkler heads. Record drawings shall be reviewed prior to all progress payment approvals. (b) Charts. On the inside sutface of the cover of the automatic controlle r, the Contractor shall prepare and mount a chart showing the valves and sprinkler heads services by that particular contro ller. All valves shall be numbered to match the operation schedule and the drawings. SP-35 Only those areas controlled by that controller shall be shown. This chart shall be an entire sprinkler plot plan including bu ilding, walks, roads and walls. A photostatic print of this plan, reduced as necessary and legible in all details, shall be made to a size that will fit into the control ler cover. This print shall be approved by the Engineer and shall be hermetically sealed in plastic. This shall then be secured to the inside of the cover in a ma nner approved by the Engineer. (c) Mi scellaneous Items to be furnished by the Contractor. Provide the following tools as a part of this contract: Two sets of keys fo r each automatic controller ca binet. Two sets of keys fo r lock on controller enclosures. One coupler for every six quick coupl er va lves; each coupler shall be equipped with 20mm (3 /4'.) diameter 300mm ( 12") tall bronze hose bib, bent-nose type, with handwheel. Two loose keys for each three quick coupler valves installed under thi s contrac t. Two special wrenches suitable for operating assembly or adj ustment of each type eq uipment used in the in sta llation requiring such specia l tools. One valve box key for every six loc k-lid valve boxes used in this installation. Two sets of operating instructi ons and a parts list printed by each manufacturer of each type of equipment included in this contract; refer to "Materials" section of the specifications and legend on drawings. One specified padlock for each controller enclosure, as approved by the City. Guarantees. A letter guarantee from each manufacturer shall be submitted to the Agency to the Agency guaranteeing materials for a period of I year against material defects and workmanship. In cases where longer guarantees are required by these specifications, such guarantees are separate and distinct from the Contractor's general guarantee. (d) Water Meter Installation. Contractor shall arrange with the serving Water Utility to have meter location marked in field. Co ntractor shall cut, excavate, and backfill all trenches; furnish and install meter box; and install meter. Water meter box shal l conform to Water Utility standards. (e) Water Connection. Contractor shall arrange water service with the serving utility. (f) Electri c Connection. Contractor shall arrange electric service with the serving uti lity. (g) The Agency shall prepare all applications for services, pay any req uired application and/or service fees, and shall pay for the water, electricity, and telephone services required for irrigation and landscape only, as shown on the drawings. SP-36 (h) Contractor shall noti fy the Engineer 14 calendar days minimum prior to the anticipated date of service connection. 308-5.2 Irrigation Pipeline Installation. 308-5.2.6 Trench Backfill in Roadways and Parking Areas. Section 308-5.2.6 is hereby added to section 308 of the Standard Speci ft cations as follows: 1. All trenches for pipeline and electrical conduit under roadways shal l be backfilled w ith Pottland cement concrete treated slurry conforming to subsecti on 201-1.1.2. Class Use Table for Trench Backfill Slurry. Sand bedding material sha ll extend at least 6 inches (150mm) above the pipe or conduit. 2. Paving for trench cover shall meet the pavement requirements for this project and shall be at least the thickness of adjacent undisturbed paving plus l-inch (25mm), thoroughly compacted in place, and fin ished to a neat continuous surface. 308-5.3 Installation of Valves, Valve Boxes, and Special Equipment. Add the following: Pullboxes for control wires that are set in pavement shall be flu sh with the fi nish surface. 308-5.5 Automatic Irrigation Controller Assembly shall include the following: • Automatic Irrigation Controller • Enclosure, pad, as shown in the drawings 308-5.6 Flushing and Testing. 308-5.6.1 General. The text of Subsection 308-5.6.1 of the Standard Specifications is hereby deleted and replaced with the following: Flush Main Lines. Flushing of the lines will be done before quick coupling valves and remote control vales are in place. All open ends shall be piped (temporaril y) to exhaust flushing water up and out of the trenched. No Water will be permitted to fa ll into the trench. Flushing procedure will be to first open the ports nearest the source, then recap and move progressively toward the end of the line with only one open port flushing at any one time. 308-5.6.2 Pipeline Pressure Tests. The text of Subsection 308-5.6.2 of the Standard Specification is hereby deleted and replaced with the following: 1. Main Lines: Pressure tests on main lines sha ll be made after lines have been flu shed and after control valves and quick coupling valves are set in place. Close all contro l valves by hand. Pipes shall be center loaded leaving all fitting exposed. Contractors shall furnish force pump and pressure gauges necessary to complete pressure tests. 2. Pipe: All metal main lines in the system shall be capped and pressure tested at 125 psi (860 Kpa) for a period of 1 hour w ith no drop in pressure. All leaks found shall be corrected by turning the pipe in the fittings as no caulking or epoxy fi llers will be permitted. SP-37 308-6 3. Plastic Pipe: All plastic main lines in the system shall be capped and pressure tested at 125 psi (860 Kpa) for a period of I hour with no drop in pressure. All leaks found shall be corrected by removing the leaking pipe or fittings and install ing new material in place thereof had retesting. 4. Closing in Uninspected Work: The Contractor shall not allow nor cause any of this work to be covered or enclosed until it has been inspected, tested and approved by the Engineer. Should any of this work be enclosed or covered before such inspection and test. The Co ntractor shal l uncover the work at hi s own expense and after it has been inspected, tested and approved, shall make all repairs with like materials necessary to restore all his work and that of the other contractors to its original cond ition. 308-5.6.5 Approval. Subsection 308-5.6.5 is hereby added to Section 308 of the Standard Specifications as follows: Written approval and acceptance of the irri gation system must be obta ined before formal payment is considered. MA INTENANCE A D PLANT ESTAB LISHMENT (Refer to Section 308-4.5.1 (d) for palm tree maintenance.) 308-6.1 General. The entire project shall be sati sfactory mai ntained, commencing from the time that all items of work have been completed as specifi ed in the foregoing atticles of these Special Provisions and to the sati sfaction of the Engin eer, and continuing through the plant establishment period and the landscape maintena nce period until final acceptance of the project. Project maintenance work shall consist of: Description of wor k items: Applying irrigation water Sweeping pavement Removing weeds Removing litter and debris Caring for p lants Preventing and repairing damage Mowing and edging Repairing landscap_e sy_stems Project maintenance work shall consist of applying water (except initial watering of plants), weeding, caring for plants, mowing, edging, sweeping walks, litter pickup, and performing all general project maintenance. 308-6.2 Plant Establishment Period. The plant establishment period shall be 30-calendar days, commencing upon written approval of the installation, and shall be part of the contract time (not the maintenance period) for the project. SP-38 The plant establishment period shall end upon written authorization of the Engineer. Lawn area shall be satisfactorily germinated over at least 90 percent of seeded areas, and shall have received at least two mowings. (See Section 308-6.4 for requirements.) 308-6.3 Landscape Maintenance Period. The landscape maintenance period shall be a minimum of90 calendar days, commencing upon written authorization from the Engineer. This peri od shall not start unti l a ll construction work is complete, including the plant establishment period. 308-6.4 P lant Establishment and Landscape Maintenance Requirements. 308-6.4.1 General. Jn order to carry out the work, the Contractor shal l maintain a sufficient number of men and adequate equipment to perform the work herein specified fTom the time any planting is done until the final approval. If at any time the contractor is not performing p lant establishment or maintenance work in the opinion of the Engineer, the establishment or maintenance period shall be suspended and not restarted until all defi ciencies have been corrected to the satisfaction of the Engineer. No payments will be made for work required during the suspended peri od and the period shall be extended by the length oftime of the suspension. All plants and planted areas shall be kept well watered and kept well weed-free at all at times. Weeds shall be removed and disposed ofoff the site. The Contractor shall be responsible for detecting diseases and pests as soon as their presence is manifested. He shall take immediate action to identify the disease and /or pest and app ly such remedies as are necessary to control the infestation. He shall remove all rodents, taking control measures immediately upon discovery. Apply commercial ferti lizer on all planted areas as required to sustain growth. The E ngineer shall be notified at least 2 days before starting this operation. Damage to planting areas sha ll be repaired immediately. 308-6.4.2 Lawns. The lawn area shall be kept moist, but not glistening wet, until time for the fi rst cutting of grass. Water lawn to maintain a thrivin g condition. Any area where the lawns fa il to establish satisfactorily shall be immediately replanted. The Engineer m ust approve the lawn areas prior to the first mowing. Workmen shall not be allowed to walk on the grass unnecessarily before, during, or after planted operations. Grass areas that have been damaged or compacted shall be recultivated and sodded at the Contractor's expense. The lawns shall be edged whenever necessary. The grass shall be mowed with a sharp mower before it exceeds 3 inches (75mm) in he ight. The grass will be cut to not less than 2 inches (50mm) and, during the period of maintenance, the grass will not be allowed to exceed 3 inches (75mm) in height. SP-39 immediately after the fi rst cutting of grass, where trees occur in grass areas, the grass shall be turned under and neatly edged 12 inches (9300mm) away from the plants. The lawn shall be maintained in a neat condition until acceptance of the work. 308-6.4.3 Trees, Sh rubs, and Ground Covers. No pruning shall be perform ed by the Contractor unless directed in writing by the Engineer. The Agency's Certified Arborist must be present for any attempted pruning operations. 72 hours prior notice to the Agency is required before commencing pruning operations. ANY TREE PRUNED WTHOUT PERMISS ION OR IN A FASHION UNACCEPTABLE TO THE AGENCY SHALL BE REPLACED BY THE CONTRACTOR AT NO ADDlTJONAL COST TO THE AGENCY. If pruning is permitted by the Engineer. All trees and shrubs shall be pruned to maintain natural structure. Clipping in to forma l shapes such as boxes and balls will not be allowed un less such is specified in the design. Young trees shall be pruned to select and develop permanent scaffold branches: to remove overlapping and rubbing limbs: to eliminate marrow crotches: and to maintain growth within space limitations. All cuts shall be made to lateral branches, or buds, or flush with branch bark co ll ar Side pruning of young trees, stubbing or heading back will not be permitted. Evergreen trees shall not be pruned, except under the direction of the Engineer. The objective of shrub pruning are the same as for trees. Ground covers shall be edged and trimmed to keep in bounds and to achieve and overall even appearance. Keep ground cover 12-inches (300mm) clea r of the base of shrubs, and clear of low branches. Replacement of plants. All plants that show signs of fai lure to grow any time during the li fe of the contract of those plants so injured or damaged fo rm any cause, including vandalism, as to render then unsuitable for the purpose intended shall be immediately replaced in ki nd and size at the expense of the Contractor. 308-6.4.4 Inspections. A written notice requesting an inspection should be submitted to the Engineer at least 48 hours prior to the anticipated date. Prior to inspection, the site must be thoroughly cleaned up and all excess material and debris removed. Prior to start of and at the end on the plant establishment and landscape maintenance periods, the Contractor will be required to have a complete inspection and approval of all landscape construction items. SP-40 308-7 An inspection shall be scheduled at 30-day intervals during the landscape maintenance period. GUARANTEE (a) Close Out. The irrigati on system shall be ready for complete automatic operation to the satisfaction of the Engineer. Contractor shall provide all appurtenances, devices, record documents, and manufacturers literature necessary to operate and maintain the system, and guarantees, in writing. SPECIAL PROVISIONS PART4 SIGNING, STRIPING, AND PAVEMENT MARKERS All equipment, materia ls, and components for signing and striping, and the install ation thereof, shall conform to the Caltrans Standard Pl ans and Standard Specifications, Section 56, "Signs" and Section 84, "Traffic Stripes and Pavement Markings," dated July 1995, except as noted in the Special Provisions and on the Plans. These plans and specifications are hereinafter referred to as State Standard Plans and State Standard Specifications. Copies of these documents are available from the Caltrans, District 7 office at 120 South Spring Street, Los Angeles, California 900 12 or from Caltrans, 6002 Folsom Boulevard, Sacramento, California 95819, and (916) 445-3520. All materials required for the completion of work shown on the plans shall be provided by the Contractor. SECTION 56 -SIGNS 56-2 ROADSIDE SIGNS 56-2.03 Construction. Relocated signs sha ll be installed using existing posts at new locations and shall be set at a minimum 762 mm (30inch) depth and at a minimum 304.8 mm (12 inch) square PCC. The post depth of the concrete footing shall be sufficient to extend at least 152.4 mm (6 inches) below the bottom of the posts. 6.34 mm (W' inch) expansion paper shall be placed between the sign foundation and sidewalk. New signs shall be installed using metal posts set at a minimum of 762 mm (30 inch) depth in a m inimwn 304.8 (12 inch) square PCC, except as specified otherwise, the metal post shall be Schedule 40, galvanized steel pipe with a 73.0 mm (2.875 inch) out side diameter and a 62.7 mm (2.469 inch) inside diameter. The length of the metal post shall be sufficient to extend from the top of the sign to 762 (30 inches) below the top of the concrete footing and provide a 02.1 m (7 foot) clearance between the finished grade and the bottom of the sign. The depth of the concrete footings shall be sufficient to extend at least 152.4 mm (6 inches) below the bottom of the posts. 6.35 mm (1/4" inch) expansion paper shall be placed between the sign foundation and sidewalk. Maker and deli neators shall conform to the provision in Section 82, "Markers and Delineators." 56-2.06 Payment. Payment for signing shall be included in the lump-sum bid price for signing and striping, and no additional compensation will be all owed therefore. SP-41 SECTJON 84 -TRAFFIC STRIPES AND PAVEMENT MARKERS 84-1 GE ERAL 84-1.0 I Description. Traffic stripes, pavement markings, and curb markings shall be painted unless otherwise shown on the pl ans. Contractor shall repaint any curb markings removed by construction under this contract. 84-1.02 Control of Ali gnment and Layout. The Contractor shall furnish the necessary co ntrol points for all striping and markings, and shall be responsible for the completeness and accuracy thereof to the satisfaction of the Engineer. The Contractor shall establish all traffic stri ping between these points by stringline or other method to provide striping that will vary less than 12.7 mm (50 feet) from the specified ali gnment. When no previously applied figures, markings, or traffic stri ping are available to serve as a guide, suitable layouts shall be spotted in advance of the permanent paint application. Traffic lines may be spotted by using a rope as a guide for mark ing spots every 1.5 m (5 feet), by using a marking wheel mounted on a vehicle, or by any other means satisfactory to the Engineer. The Contractor shall mark or otherwise delineate the traffic lanes in the new roadway or portion of the roadway, or detour before opening it to traffic. The Contractor shall provide an experienced technician to supervise the location, alignment, layout, dim ensions, and application of the paint. Spotting shall be completed prior to the removal of any existing stripes. Ex isting stripes and markings shall be removed prior to painting new striped and markings, but in no case shall any section of street be left without the proper striping for more than 24 hours, or over weekends and holidays. Pavement legends shal l conform to the Agency·s stencils. Existing Traffic stripes (including raised pavement markers), pavement legends, and markings that do not conform to the pl ans shall be removed by wet sandblasting per Section 15-202C, ·'Pavement Markers," of the State Standard Specifications. 83-3 PAINTED TRAFFIC STRJPES AN D PAV EMENT MARKINGS 84-3.02 Materials. Paint for traffic striping, shall be rapid dry. Paint for crosswalks, stop bars, arrows other pavement legends and curb markings shall be ready-mix rapid dry type. Ready mixed paints shall be suitable for use on wither asphalt concrete or Portland cement concrete. 84-3.05 Application. Paint shall be applied in three (3) coats. Each coat shall be applied no less than 24 hours from application of each previous coat. Install ation of traffic stripes includes placement of raised pavement markers when called for on the pla ns. Raised pavement markers shall co nform to Section 85 "Pavement Markers." SP-42 Adhesive for raised pavement markers shall be per Section 85-1.06, "Placement." 84.3.07. Payment. Payment for traffic striping, pavement markings, pavement markers, curb markings, and house numbers shall be included in the lump-sum price bid for signing and striping, and no additional compensations will be allowed. SP-43 TECHNICAL SPECIFICATIONS SPECIFICATIONS The work to be done shall be performed or executed on accordance with these Special Provisions and the "Standard Specifications for Public Works Construction", 2000 Edition (with all supplements), hereinafter referred to as the Standard Specifications. The Standard Specifications are published by Building News, Inc., 3055 Overland Avenue, Los Angeles, California 90034 and are included by reference only. ADDENDA The Engineer may, without City Council approval, issue addenda to the contract doc uments du ri ng the period of advertising for bids for the purpose of: (a) revisin g prevailing wage scales or (b) clarifying or correcti ng Special Provisions, Plans or Bid Proposal; provided that any such addenda do not change the original scope and intent of the project. Purchasers of contract documents will be notified an d furnished copies of such addenda, wither by certified mail or personal deli very, during the period of advertising. TIME LIMIT AND NOTICE TO PROCEED All work shall be completed within Forty Five (45) working days . A move-in period of 15 ca lendar days will be allowed starting on the date in the Notice to Proceed. The counting of working days shall start on the date the Contractor elects to start work or the last day of the move-in period, whichever occurs first. The Contractor shall utilize the move-in period to ensure that all materi als required for the project will be available fo r the scheduled work. o add itional working days will be all owed for material delay once the Contractor commences work. The contractor shall notify the Engineer at least 6 working days prior to the start of work. Nothing in this section will relieve the Co ntractor of its obligations relati ve to starting work as required elsewhere in these specifica tions. CHANGES IN THE WORK Subsecti on 3-2 .1 of the Sta ndard Specifications is supplemented by the fo ll owing: Notwithstanding the limitations imposed by this Subsection, the Engineer may, without City Council approval, order changes in the work which increase the contract cost by not more than $5,000.00. TS-1 CONTRACTOR'S INDUSTRIAL SAFETY RECORD All bidders wi ll be requ ired to submit info rmation as to their industrial safety record on the form provid ed in the Bid Proposal. A review of thi s safety record wi ll be made prior to a determination of the lowest responsible bidder, and an adverse finding as to the bidder's safety record or any bid submitted which does not contain the Contractor's Tndustrial Safety Record, fill ed out and signed by the Contractor, may be sufficient cause for rejection of the bid. CONSTRUCTION SCHEDULE In accordance with subsection 6-1 of the Standard Specifications, the Contractor shall submit a written proposed construction schedule to the Engineer prior to the start of any work. ESTIMATED QUANTITIES The estimated quantities of work and materials to be performed, constructed or furnished by the Contractor under these specifications are listed in the bid schedu le on 13 thru 27: WITHHELD CONTRACT FUNDS Pursuant to section 4590 of the Government Code, the Contractor at its own expense may deposit securities pledged in favor of the Agency with a state or federally chartered bank as the escrow agent. The acceptable securities are those I is ted in Section 16430 of the Government Code or bank or savings and loan certificates of deposit. The amount of securities to be deposi ted shall be equivalent to the maximum amount permitted to be withheld as specified in Subsection 9-3.2 of the Standard Specifications. Forma l acceptance of the project by the Agency terminates the Agency's interest in the securities. PUBLIC CONVENIENCE AND SAFETY ln addition to the requ irements of Subsection 7-10 of the Standard Specifications and the Standard Special Prov isions the Contractor shall maintain access to all adjacent properties. Furthermore this Subsection is amended and supplemented by the fo llowing paragraphs: DETOUR Jn no case shall traffic be diverted from the existing traveled way without prior approval of the Engineer. TRAFFIC FLOW Ln order to fac ilitate the fl ow of traffic during the contractual period, the Agency reserves the right to extend the limits of the project to include any areas where signing and delineating is deemed necessary by the Engineer. Full compensation for compl ying with the above requirements shall be considered as included m the various items of work unl ess otherwise specified above. TS-2 N.P.S.E.S. COMPLIANCE All catch basins, storm drains and natural waterways must be kept clean of any and all construction debris. Construction debri s includes, but is not I imited to: asphalt, slurry, concrete, concrete wash water, trash, vegitation, diet, and any other substance other than storm water. The Contractor shall use BMPs identified in the Best Management Practice Handbook, California Stormwater Quality Tack Force, Sacramento, California 1993 to protect these water courses. The Contractor shall keep the construction site c lean as to not promote the transportati on of debris form the site to the satisfaction of the City representative. PROJECT COORDINATION AND NOTJFJCATJON REQIREMENTS Notification of this project to these agencies must be in w riting with proof of letter given to the City and they shall be invited by the Contracto•· to a pre-construction meeting and provided a work schedule: Temple City Unified School District 9516 Longden Avenue Temple City, California 91780 (626) 285-2111 Los Angeles County Sheriffs Department, Temple Station 8838 E. Las Tunas Drive Temple City, California 91 780 (626) 285-7171 Los Angeles County Fire Department, Station 47 5946 N. Kauffman Avenue Temple City, California 91 780 (626) 287-9521 Coordination with the City's existing services shall be as follows: REFUSE ROUTE SCHEDULE The Contractor shall accommodate and coordinate w ith the City's refuse pick-up service on Mondays, Tuesdays, Wednesdays, Thursdays, and Fridays in the project area. ATHENS SERVICES STREET SWEEPER ROUTE SCHEDULE The Contractor shall accommodate and coordinate with the City's street sweeping service on Mondays, Tuesdays, Wednesdays, Thursdays, and Fridays in the project area. ATHENS SERVICES UTILITIES Section 5 of the Standard Specifications is supplemented and amended by the following provisions: TS-3 The first paragraph of Subsection 5-l is revised to read: Kn own underground utilities are identified in the Special Provisions or on the Plans and will be marked on the project site prior to construction in accordance with the requirements of Section 4215 of the Government Code. The Contractor will not be assessed liquidated damages for delay in completion of the project, when such delay is caused by failure of the Agency of the owner of a utility to provide for removal or relocation of existing utility fac ilities. Notwithstanding the provisions in Subsection 5-5 and 6-6.3 of the Standard Specifications relative to payment to the Contractor for actual loss due to utility delay; the Contractor will be entitled to an extension of time as provided in Subsection 6-6 but will not be entitled to any other compensation for such delay. LOCATION AND PROTECTION OF UNDERGROUND HAZERDOUS UTILITIES The Contractor is hereby notified that, as called out in these Special Provisions, th ere are underground utilities within the construction area, which may be potentially hazardous if damaged. A hazardous substance shall be defin ed as one having the potential for an immediate disaster, such as, but not lim ited to gasoline, electricity, fuel oil, butane, propane natural gas, chlorine, or other chemi cals. Abandoned or inoperative utilities designed to carry hazardous substances and unidentified or unknown utilities shall be considered hazardous until determined otherwise. Whenever the Contractor is directed by the Engineer in this work and payment therefore will be made under "Extra Work". During all excavation and trenching operations, the Contractor will be required to exercise extreme precaution and protect these utilities from damage. At least 48 hours prior to any excavation in the proximity of these lines, the Contractor shall request the owners of these utilities, at the owner's cost, to accurately determine the locations and depth of their potentially hazardous lines as foll ows: 1. The Contractor shall not trench or excavate within the area where a utility known to carry a hazardous substance exists until its owner is present and its locations has been determined by the potholing of other proven methods acceptable to the Engineer. The intervals between potholes of location points shall be suffi cient to determine the exact location of the line and shall not exceed the distance set fo rth as fo llows: a. Excavation for highway or street construction. The util ity shall be located at intervals not greater than 25' for lines up to 8" in diameter, 50' for lines of 8" to 24' in diameter and I 00' for lines greater than 24" in diameter. b. Trench excavation. (1) Longitudinal utilities All Longitudalutilities All Longitudal utilities in the street shall be located at intervals not greater than 500'. If determined to be within 6' of any excavation, it shall be located at intervals not greater than TS-4 100'. If less located at intervals not greater than 100'. If less than 3' from any excavation, the uti lity shall be located at interva ls not greater than 25' for lines up to a 8' in a diameter, 50' for li nes of 8" to 24" in diameter and I 00 for lines greater than 24" in diameter. (2) Traverse utilities If the location of the utility is above the contract facility being installed, it shal l be carefu ll y exposed by its owner and protected by the Contractor in a manner satisfactory to the owner prior to trenching or other excavation. If the clearance exceeds the minimum speci fted below, it need only be located. c. Clearance If it is determined that the horizontal or vertical clearance between the utility known to carry hazardous substances and the construction limit is less than 12" (18" if scarifying) the Co ntractor shall confer with its owner. Unless the owner elects to relocate the li ne or take it out of service, the Contractor shall not excavate unti l the line has been completely exposed by its owner within the limits of construction. 2. Once the physical location of the utility known to carry hazardous substances has been determined, the Contractor, in cooperation with and with the concurrence of the utility owner, shall determine how to protect and/or support the utility from damage before proceeding with this work. The owner of the utility has the right, however, to support and/or protect it's uti I ity at the sole expense of the Contractor. 3. The Contractor shall notify the contracting agency, the public agency maintaining records for that jurisdiction and the owner, if known, whenever previously un identified or unknown underground util ities are encountered so that the location can be accurately established and made a part of th e permanent substructure records. Full compensation for complying with th e above requirements shall be considered as inc luded in the applica ble bid item (s) of work except as otherwise specified above. CITY EQUAL EMPLOYMENT OPPORTUNITY (EEO) PROVISIONS I. PLA FOR EQUA L EMPLOYMENT OPPORTUNITY The following provisions pertaining to equal employment opportunity are incorporated into this contract. In connection with performance of work under thi s contract, the Contractor agrees as follows: a. The Contractor will not discriminate against any employee or applicant for employment because of race, color, sex, religion, ancestry, or national ori gin. The Contractor will take affirmative action to ensure that appl icants are employed, and the employees are treated during employment, without regard to race, color, sex, religion, ancestry, or nati onal origin. Such action shall include, but not be limited to, the following: employment, upgrading, advertising; and selection for trai ning, including apprenticeship where applicable. TS-5 b. Tn all advertisements for labor or other personnel, or requests for employment of any nature, the Contractor sha ll state that all qualified applicants will receive consideration for employment without regard to race, color sex, rel igion, ancestry, or national origin. c. In all hiring, the Contractor shall make every effort to hire qualified workers form all races and ethnic groups. d . The contractor shall be responsible for the compilation of records of the ethnic distribution of the entire project work force on forms furnished by the Agency. Said forms, indicating the ethnic distribution of man-hours of work within the various crafts and trades, shall be fi led by the Contractor with the Agency every 30 days. e. The Contractor sha ll send to each la bor union or representative of workers with which it has a collective bargaining agreement or other contract or understanding, a notice, to be provided by the Agency, advising the said labor union or worker's representative of the Contractor's commitments under this section. f. The contractor shall main tain and permit access by the Agency to records of employment, employment advertisements, application forms and other pertinent data and records of the Contractor's own work force and that of the various subcontractors on the project for the purpose of investigation to ascertain com pliance with this EEO section. g. Within I 0 days after the execution of the contract by the Agency, the affirmative compliance a nd shall ensure that each subcontractor on the project will meet these requirements within (I 0) days after receiving a notice to proceed from the Contractor, unless the Agency provides for a greater time period: (I) File with the Agency a plan indicating the steps it will take to encourage qua lified members of minority groups. Such action will (2) include statements regarding recruitment, employment, compensation, promotion, or demotion, and section for training. (3) Provide evidence as required by the Agency, that it has notified in writing all subcontractors, the Contractor's supervisors and other personnel officers of the content of the EEO section and their responsibilities under it. (4) Provide evidence, as required by the Agency, that it has notified in writing all sources of employee referrals (including, but not li mited to, unions, employment agencies and the State Department of Employment Development) of the Content of this EEO section. (5) Notify the Agency in writing in any opposition to this EEO section by individuals, firms, unions or organization. h. Tf the Agency has reason to beli eve that the Contractor or Subcontractor may have committed a violation of the EEO section of this contract or if the California Fair Employment Practice Actor of any applicable Federal Jaw concerning equal employment practices on this project, the Agency will cause written notice to be served on the TS-6 Contractor or its representative, and to any subcontractor invo lved in such violation. The notice shall set forth the nature of the violation. Upon the Agency's request, the Contractor shall meet with representatives of the Agency in ord er to determine the means of correcting th e violation and the time period within which the violation shall be corrected. If, within 10 days, the Agency may notify the Fair Empl oyment Practices Comm issions and pursue any other remedies, which may be available under the law. 1. The Contractor shall include the provisions of the foregoing paragraphs I a. Through 1 h. in every first tier subcontract and require each subcontractor to bind each further subcontractor with whom it has a contract to such provisions, so th at such provisions will be binding upon each subcontractor who performs any of the work required by the contract. 2. ANTJ-DJSCRJMINATION a. The Contractor certifies and agrees that all persons employed by the Contractor its affi liates, subsidiaries or holding companies are and wi ll be treated equally by the Contractor without regard to or because of race, color, sex, religion, ancestry, or national origin and in compliance with State and Federal anti-discrimination laws. The Contractor further certifies and agrees that it will deal with its subcontractors, bidders and vendors without regard to or because of race, color, sex, religion, ancestry or nationa l origin. The Contractor agrees to a llow access to its employment records during regular business hours to verify compliance with the foregoing prov isions when so requested by the City. b. The Co ntractor specifically recognizes and agrees that if the City finds that any of the foregoing provisions have been violated, the same shall constitute a material breach of contract upon whi ch the City may determine to cancel, terminate or suspend the contract. Whil e the City reserves the right to determine individually that the anti-discrimination provisions of the contract have been violated, in addition a determination by the California Fair Emp loyment Practices Commission or the Federal Equal Employment Opportunity Commission that the Contractor has violated State or Federal anti-discrimination laws shall constitute a finding by the City that the Contractor has violated the anti-discrimination provisions of the contract. c. At its option, and in lieu of canceling, terminating or suspending the contract, the City may impose damages for any violation of the anti-discrim ination provisions of this section, on th e amount of $200.00 for each violation found and determined. The City and the Co ntractor specifi cally agree that the aforesaid amount shall be imposed as liquidated damages, and not as a forfeiture or penalty. lt is further specifically agreed that the aforesaid amount is presumed to be the amount of damages sustained by reason of any such violation, because, from the circumstances and the nature of the vi olation, it is impracticable and extremely difficult to fi x actual damages. SCOPE OF WORK Construction Details The wo rk to be done includes constructi on of concrete sidewalk, curb ramps, repair of landscaping and irrigation, conduits, signing & striping, in pavement lighting system, speed feedback signs in the vicinity of 9 schools in the City of Temple City as shown on the TS-7 plans. Limits of all concrete construction, removal and replacement will be marked at the work location by Agency forces. All labor, material, equipment, supplies, serv ices, traffic control signs. Barricades, delineators, and flagmen and appurtenant work necessary for the satisfactory completion of the proposed street improvements are considered to be included in the unit prices of Bid Items. Excavated materials, including concrete, asphalt, excess d i1t , vegetation and roots shall be removed and disposed of offsite at the end of each workday. A ll tree roots within fo ur (4) inches below the exposed subgrade shall be removed before concrete is placed. Material for the improvements shall be IL1 conformance with Section 201 -1.1.2 of the Standard Specifications. P.C.C. Sidewalk Work under this bid item shall include saw cuts and removal of existing sidewalk, clearing, grubbing, disposal of removed materials, compaction of subgrade, form work, construction of new 4 inch thick sidewalk on 4 inch thick C.A.B. materials and restoration of any irrigation and drain systems affected by the work. The locations and dimensions of the P.C.C. sidewalk construction are inc luded in the attached List of Work Locations. P.C.C. Sidewalk shall be constructed in accordance with Section 303-5 of the Standard Specifications and A.P.W.A. Standard Plan No. 11 2-1. Measurement of P.C.C Sidewalk for payment purposes shall be made by the finished area, on square feet. Payment for a ll work under this item, including labor, equipment and materials, shall be made per init price under the item P.C.C. Sidewalk in the Schedule of Prices. P.C.C. Curb and Gutter Work under bid items P.C.C. Curb and Gutter 6" C.F. and P.C.C. Curb and Gutter 8" C.F. shall include saw cuts and removal of existing imp rovement, disposal of removed materials, compaction of subgrade, form work, construction of new curb and gutter, and restoration of any irrigation system, curb drain s and asphalt pavement affected by the work. The locations and lengths of curb and gutter construction are included in the attached List of Work Locations. Existing curb and gutter shall be saw cut along score lines before removal, unless otherwise instructed by the Engineer. A 12" wide strip of the asphalt pavement adjacent to the gutter shall also be removed at the same time. Removal shall conform to Section 300-1.3 of the Standard Specifications and replacement pavement shall be class C 1-AR-4000 asphaltic concrete. Curb and gutter shall be per A.P.W.A. Standard Plan No. 11 2-1 and No. 120-1, or shall match existing improvement, in accordance with Section 303-5 ofthe Standard Specifi cations. TS-8 The removed portion of asphalt pavement shall be reconstructed per Section 302-5 of the Standard Specifications. Measurement of P.C.C. Curb and Gutter for payment purposes shall be made by the length, in linear feet, of curb and gutter installed. Payment for all work under this section, including labor, equipment and materials, and the restoration of asphalt pavement, shall be made per unit price under the item P.C.C. Curb and Gutter in the Schedule of prices. P.C.C. Driveway Approach Work under this bid item shall include removal of existing driveway approach, clearing, grubbing, di sposal of removed materials, compaction of subgrade, form work, construction of new 4" inch thick residential and 6" inch comm ercial driveway approach on 4' inch thick C.A.B. material and restoration of any curb and gutter and asphalt pavement aiTected by the work. The locations and dimensions of the driveway approach construction are included in the attached List of Work Locati ons. P.C.C. Driveway Approach shall be constructed in accordance with Section 303-5 of the Standard Specifications and A.P. W.A. Standard Plan No. I I 0-1 and replacement pavement shall be class A 1-AR-4000 asphaltic concrete, 4" inches thick, minimum . Measurement of P.C.C. Driveway Approach for payment purposes shall be made by the finished area, in square feet. Payment for all work under this item, including labor, equipment and materi als, shall be per unit price under the item P.C.C. Driveway Approach in the Schedule of Prices. P.C.C Curb Ramp Work under this bid item shall include the removal of existing sidewalk, curb and gutter, clearing, grubbing, grading and compaction of subgrade, form work di sposa l of removed materials, construction of curb ramp and restoration of asphalt pavement. The locations of 4" inch thick P.C.C. on 4" inch thi ck C.A.B. material curb ramp construction are included in the attached List of Work Locations. Removal shall comply with Section 300-1.3 of the Standard Specifications. Constructi on of P.C.C. Curb Ramp shall comply with A.P.W.A. Standard Plan No. I I 1-3, and Section 303-5 of the Standard Specifications and replacement pavement shall be class C 1-AR-4000 asphaltic concrete, 4" inches thick minimum. Payment for all work under this item for each curb ramp, including labor, equipment, materials, and the restoration of asphalt pavement shal l be made per unit price under the item P.C.C. Curb Ramp in the schedule of pri ces. TRAFFIC STRIPING, MARKINGS, LEGENDS, AND REFLECTORS Al l striping and pavement markings work shall be in accordance with the latest edition of the State of Cali fornia Department of Transportation Traffic Manual unless noted otherwise on the plans or contained in these specifications. All thermoplastic paint shall conform to sections 21 0-16, 21 0-1.6.1 , and 210-1.6.2 of the Standard Specifications for Public Works Construction 2000 Edition (with all supplements). TS-9 All reflective and non-reflective pavement markers sha ll be replaced or reset using adhesives specified in Sections 95-2.05, "Standard Set Epoxy Adhesive for Pavement Markers," and 95-2.04, "Bituminous Adhesive for Pavement Markers" contained in the State of California Department of Transp01tation Standard Specifi cations, January 1997 Ed ition. All existing fire hydrants including "pop off' and recycled-water hydrants are considered to have an identifying blue refl ectorized marker in the proper location in the street, and said marker wi ll be placed or reset by the Contractor. There shall be no separate payment for this work. D. SIGNALS, LIGHTING AND ELECTRICAL SYSTEMS Specifications A ll technical work for furnishing, installing, modifying or removing signals, lighting and electrical systems shall conform to the 2003 Edition of California Department of Transportation Standard Specifications, Section 86, and to the 2002 Edition of California Department of Transportation Standard Plans, except as noted in these bid and contract documents and on the plans. The Caltrans Standard Plans and Specifications are hereinafter referred to as State Standard Plans and State Standard Specifications. Wherein Section 86 reference is made to other sections of the State Standard Specifications, these sections are hereby included unless otherwise specified. Wherein Section 86 reference is made to Section 4, it shall mean Section 3 of the Standard Specificati ons for Public Works Construction and its sup pl ements, and these bid and contract documents. The following special provisions are supplementa ry and in addition to the provisions of the State Standard Specifications, and are only called out if elaboratio ns, amendments, specifying of options, or additions required. Traffic Signals -General 1.1 Scope of the Work. The Contractor shall furnish all equipment, material, labor and supervision necessary to complete the work shown on the plans and described in these Specifications and plans. The work includes, but is not limited to installing installation of new loops, new conduit, wiring, electrical connection, and all other items necessary for the proper and complete operation of the traffic signal. 1.2 Payment. Payment shall be per the bid unit price shown in the bid schedule and shall conforn1 to the provisions in Section 86, "Signals and Lighting," of the Standard Specifications and these Special Provisions. 1.3 Equipment List and Drawings. Equipment list and drawings of electronic equipment and material shall conform to the provisions in Section 86-1.03, "Equipment List and Drawings," of the Standard Specifications and these Special Provisions. TS-10 2.3 Conduit. Conduit shall conform to the provisions in Section 86-2.05, "Conduit," of the Standard Specifications and these pecial Provisions. Traffic signal conduit shall be 3" nominal size unless otherwise specifi ed. on-metallic type conduit and fittings shall not be used unless specifically noted on the construction plans. 2.4 Trenching Method for Conduit (Where applicable). Conduit shal l be placed under existing pavement in a trench approximately 2 inches wider than the outside diameter of the conduit to be installed. Trench shall not exceed 6 inches in w idth. Conduit depth shal l not exceed 21 inches or conduit trade diameter plus 17 inche , which ever is greater, except that at pull boxes the trench may be hand dug to required depth. The top of the installed conduit shall be a minimum of 18 inches below finish grade. After pul l ropes have been installed, the ends of conduits termination in pull boxes shall be sealed with an approved type of sealing compound. ection 86-2.05A, "Material," of the Standard Specifications is amended to read: Conduit and fittings shall be the rigid metal type manufactured of mild steel and conforming to UL Publication 6 for Rigid Metal Conduit, or the intermediate metal type manufactured of mild steel conforming to UL Publication 1242 for Intermediate Metallic Conduit. 2.4 Trenching Method for Conduit (Where Applicable). Conduit shall be placed under existing pavement in a trench approximately 2 inches wider than the outside diameter of the conduit to be installed. Trench shall not exceed 6 inches in w idth. Conduit depth shall not exceed 12 inches or conduit trade diameter plus I 0 inches, which ever is greater, except that at pull boxes the trench may be hand dug to required depth. The top of the installed conduit shall be a minimum of9 inches below finish grade. The outl ine of all areas of pavement to be removed shall be cut to a minimum depth of 3 inches with a rock cutting excavator specifically designed for this purpose. Cuts shall be neat and true with no shatter outside the removal area. The conduit shall be placed in the bottom of the trench and the trench shall be backfilled with commercial quality class 1 00-E-1 00 concrete slurry to one inch (1 ") below either existing pavement thickness to remain or to proposed pavement thickness if applicable. Permanent resurfacing shall match plan plus one inch (1 ")unless o therw ise approved. All excavated areas in the pavement shall be backfilled to existing grade or plated at the end of each work period. After conductors have been installed, the ends of conduits terminating in pull boxes and controller cabinets shall be sealed with an approved type of sealing compound. TS-11 2.6 Pull Boxes. Pull boxes shall conform to the provisions in Section 86-2.06, "Pull Boxes," of the Standard Specifications and these Special Provisions. Plastic pull boxes shall not be used. Grout in the bottom of pull boxes will not be required. The pull boxes shown on the plans are to be installed as a minimum. The Contractor may, at his own expense, install additional or large pull boxes to facilitate his work with the approval of the Engineer. Pull boxes shall not be installed in a ny part of a driveway, wheelchair access ramp or other travel way. Conductors and Wiring. Conductors and Wiring. Conductors and wiring shall conform to the provisions in Section 86-2.08, "Conductors," and Section 86-2.09, "Wiring," of the Standard Specifications and these Special Provisions. All individual conductors shall beTHW The Contractor shall provide all new conductors as shown on the plans or provided for in these Special Provisions. Splices shall be insul ated by "Method B". All new material required No refurbished material shall be used. Maintaining existing and temporary electrical systems Contractor shall provide al l temporary traffic equipment in order to keep the signalized intersections operational at all times, no additional cost shall be paid by the City for any of this equipment. IN PAVEMENT LIGHTING DESCRIPTION The system consists of the materials for the installation of a solar In-Roadway Hluminated Marker System that may be used for the pedestrian crossing system at three locations to alert motorists that they are approaching an active pedestrian crossing occupied or about to be occupied by one or more pedestrians. The contractor's responsibiUties would consist of installing the In-Roadway Illuminated Marker System and auxiliary components and the construction of facilities to support the System, as outlined in these specifications. For the latest installation manual please contact Janna McKhann at NexTech Systems, (714)931-7631. TS-12 WARRANTY System components shall have a limited warranty of 5 (FIVE) years. T ECHNICAL SPECIFICATION High Performance LED In-Roadway Marker Units Swa rco LaneLight MLK150. I MPORTANT: System shall be Swarco MLK150 or approved equal. If the contractor wishes to submit for an approved equal, specifications of the proposed alternate that conform to the following specifications shall be submitted to the Engineer having j urisdiction at least five (5) working days prior to the bid opening date as determined in the bid solici tation notice. No proposed "equal" product proposed after the five day advance will be accepted, and it is therefore assumed the successful bidder on this project will install the specified product if no approval has been issued by the Engineer Having Jurisdiction. f. Mechanical Characteristics-Upper Housing Nominal Dimensions -diameter = 150mm; height = 30.5mm, Assembly Material -Heat treated, M8x20 DIN912 cast A4 stainless stee l or equal, Lens -prismatic-Borofloat hardened glass, 2 per marker; uni-directional or bi-directional, NO PLA TIC LE S OR BODY COMPONENTS SHALL BE EXPOSED TO TRAFFIC. All electrical tem1inations shall occur within the marker housing; under no circumstances shall any electrical connection be made in the pavement outside the marker housing. Tested-Water ingress to IP68. LED Module attached to the base with two stainless steel security screws; Removal/replacement in approximately fi ve minutes or less. 2. Mechanical Characteristics -Lower Housing Nominal Dimensions -diameter = 7 inches (178.5mm); housing height = 1.375 inches (35mm). Material -Corrosion-resistant aluminum alloy or equal, Tested -Minimum of 5,000 kg compressive strength, Install depth w/wiring sub base-2.75 inches (65mm) 3. Optical Characteristics Bulbs -I 0 (ten total) proprietary Swarco Futurit ultra bright design, Colormetrics: Amber, white, green, red: to comply with MUTCD specifications Daytime vi sibility -range: to exceed I 000 feet regardless of ambient light conditions. 4. Electrical Characteristics Supply Voltage: 15 to 48VDC, Power consumption /marker: 2.5W daytime amber/ 2W daytime TS-13 white, Feedback Voltage: 24VDC, PWM Amplitude: 24VDC at 500Hz, Ambient temperature range: -30C to 65C 5. Installation into Roadway One 3/8" slot to be cut, 2 1/2" depth; and 7" diameter round holes, 2 314" depth round cores cut, centered over the slot where markers are to be placed. To avoid risk of stress fractures being produced by ingress into the road surface, ONLY ROUND CORE HOLES ARE TO BE MADE IN THE PAVEMENT FOR INSTALLATION OF THE ROAD MARKERS, WITHOUT EXCEPTION. 6. Mounting and Beddingj ITEM approved resilient-setting Epoxv Resin Bondo 606V; Durant/ITEM Stat-A-Flex· or approved equal. Controller Process Control Unit (PCU) Supply Voltage 15 to 48VDC (typically 24V DC or 48V DC) OR 110 to 240 volts AC. Input rejection protection -pi filter, Transient/Inrush current limiting -internal on all outputs, Overload -internal, auto-reset circuit breakers on outputs, Power Factor Correction -provided, Power Output limiting -120%, Shor1 Circuit - Continuous protection, intermittent cycle pennitted, Day/ ni ght mode control -automatic photocell activated, Night Brightness Adjust 5%- 100%, ON Time Selector 10-60 seconds, Chase Line Sequencing Mode Selector, Regular on/off flash or pulsed flash selectable, Logic inputs for connecting sequential pedestrian detectors to determine direction of pedestrian travel, Flash rate: When the components, installed in accordance with applicable electrical codes, are activated in-road LED units shall operate in a synchronized mode, and shall flash at 0.8 to 1 .0 Hz, with option of "pulsed" flash rate. Auxiliary contacts to provide control to external devices. Controller: NEMA certified Serial outputs (RS485) Serial port network connector Windows-based Graphjc User Interface for remote programming/monitoring GPRS modem port RS232 port for network connection Remote firmware upgrade capable Enclosure TS-14 L __ Rating -Nema 3R or Equivalent, Material -Plastic, Aluminum, Fiberglass, or Stainless Steel, Finish -Grey, Mounting -Stand alone or Pole Mount, Access -Front Swing Door, Lock System -Draw catch I lock option. Push-to-Walk Assemblies Standard Push Button -Polara Bulldog BDLM2 (momentary LED), Frame and 5x7 sign: "Push button for crosswalk warning device; cross with caution" optional embedded LEDs to flash synchronous wi th system direct connecting to the system control cable, mounting-(2) bolt surface or to pole; pole top mount kit (available option) Enhanced pushbutton system -Polara Model X various confi gurations, "cross with caution, vehicles may not stop" audible message with dynamic volume control adjusted to ambient noise level, use with Polara Model X controller. In-Road Wiring System LaneLight Crosswalk (and LED sign) control cable -18/3, conductor insulator color code Red, Black, Green; .32" o.d. (nominal), with dry water block system; 19 strand tinned copper conductors; outer jacket labeled "LANELIGHT XW". LaneLight Pushbutton (and pushbutton LED enhanced sign or externally powered LED) control cable -18/3 conductor insulator color code Blue, Yellow, Green; .32" o.d. (nominal), with dry water block system; 19 strand tinned copper conductors; outer j acket labeled "LANELIGHT PPB". Sub-Base Encapsulation -3M Scotchcast 8882, or equal. Waterproof connectors: Dryconn Aqua/Orange silicon fi lled w/cap; no substitutions. FIXED-MOUNTED DRIVER FEEDBACK SIG S with 15" High Display Characters CONTENTS: 1.0 General 2.0 Mechanical 3.0 Display 4.0 Radar 5.0 Power Options TS-1 5 6.0 Data Collection Option 7.0 Sign Communication and Programming 8.0 Warranty 1.0 General 1.1 Radar speed feed back displays are typically used in neighborhoods, school zones, major arterial, highways, and other areas where there is a particularly high degree of concern for pedestrian safety or other hazard which excessive vehicle speed would make considerably Jess safe. 1.2 Radar speed feed back di splays show the vehicle speeds on large 15" (38.1 em) high numerals. It is intended that by making the inattentive driver aware of their speed they wi ll be induced to slow down and focus more of their attention on the driving task. 1.3 Displays shall meet the FHW A MUTCD requirements. 1.4 Displays shall be FCC approved with no operating license requirements. 1.5 Manufacturer's name, model number, serial number and FCC approval will be labeled on the back of the sign. 2.0 Mechanical 2.1 The' YOUR SPEED" sign background sw-face shall be 3M™ Diamond Grade or equivalent (with options for fluorescent yellow-green, yell ow, and white colors). 2.2 Operating temperatw-e range -40°C to + 75°C. 2.3 The display shall be 90MPH (143km/h) Wind load rated when installed to manufacturer's specification. 2.4 Sign size shall be a minimum of 30" (76.2cm) wide by 42" (1 06.7cm) hi gh with 15" (38.1cm) di splay digits. 2.5 Sign shall weigh no more than 42lbs. (14.1 kg.) with mounting brackets. 2.6 The sign letters, "YOUR SPEED" shall be printed in two lines using approximately 6" (15.2cm) hjgh letters. 2.7 Sign material and enclosure shall be .09" (.2286cm) aluminum. 2.8 Constructed with all brass and/or stainless steel mounting hardware. TS-16 2.9 Outer surfaces of enclosure shall be coasted with white UV resistant coating to minimize solar heat absorption. 2.10 Display window shall be made of 1/4" (6.35mm) minimum thickness shatter-resistant po 1 ycarbonate. 2.11 Housing shall be provided with tan1per proof (vandal resistant) fasteners that are compatible with existing tools and fasteners currentl y in use by the customer. 2.12 Housing shall be of non-sealed, ventilated type ofNEMA 3R design. 2.13 Internal electronic display and speed detection components must be highly resistant to damage that may be inflicted by thrown or launched projectiles. 2.14 Radar device shall meet specifications for an FCC part 15 Low Power Device -24.1 50 GHz (k-band) and be capable of approach-onl y vehicle detection. 2.1 5 Display shall read from 5MPH to 99MPH. 3.0 DISPLAY 3.1 Display housing shall be 26.5" wide by 20" high by 6" deep (67x51x15cm). 3.2 Display shall be capable of displaying the numeric read-out value within one second and then return to standby mode, with a blank display when no vehicles are present. 3.3 The permanently affixed words "YOUR SPEED" and the detected vehicle's speed displayed on the LED shall be clearly visible to a person with normal vision at a minimwn distance of 400ft. 3.4 Speed display shall consist of2 seven segment solid-state numeric characters of 15" height. 3.5 Numeric speed display portion of sign shall be designed to avoid distracting the attention of motorists away from the road, by the prevention of viewing from acute angles outside the motorist's normal forward viewing range. To accomplish this, the display shall be substantially viewable onl y wi thin an area of maximum included angle of30° from the roadside. 3.6 Each display segment shall consist of 16 discrete LEDs of approximately 15° to 17° viewing angles. LEDs shall be individually aimed to within ± 2° of each other to concentrate light distribution within the drivers viewing area and to provide consistent cut-off of the display at the edge of the viewing cone. 3.7 Light intensity shall adjust automaticall y to provide optimum visibility under all ambient light conditions. LEDs will automatically dim during nighttime operation. 3.8 LEDs shall be AllnGap II technology or equivalent; rated for 100,000 hours or more continuous operation. LED shall have a wavelength from 590 to 595nM and the light intensity of LED shall be a minimum of 4000mcd. TS-1 7 3.9 Display design shall have very high contrast between LEDs and their immediate background, to maximize visibil ity. 3.10 The display shall have a "violation alert" capable of flashing while displaying a speed which is in excess of a preset limit to assist in getting the attention of the speeding driver. 4.0 RADAR 4.1 Radar device shall meet specifications for an FCC part 15 Low Power Device -24.150GHz (k- band) approach-only. 4.2 The radar shall have a reporting accuracy of± I MPH. 5.0 POWER 5.1 AC Power 5.1.1 AC powered signs shall be capable of operation from 100-240 volt 47-63Hz power. 5.1.2 Fluctuations in line voltage shall have no visible effect on luminous intensity of the di splay. 5.2 Solar or DC Power 5.2.1 Solar powered signs shall be capable of fully autonomous operation 24 hours per day, 365 days per year. 5.2.2 Solar Panels shall be 12-volt industry standard items. 5.2.3 Battery(s) shall be solar industry standard 12-volt deep cycle solar rated. 5.2.4 Charging control system shall be a solar industry standard item with temperature compensating charging voltage. 5.2.5 Signs must operate at voltages as low as 10.75 volts DC. 6.0 DATA COLLECTION AND SCHEDULER 6.1 All displays shall have the capability of an add-on data collection and/or scheduler option, which will capture and control of the fo llowing: 6.1.1 Date and time of day for each target detected, storing over 200,000 targets. 6.1.2 User-selectable alphanumeri c identification code to all ow unique identification of each sign location. 6.1.3 Final vehicle speed as target passes the sign. 6.1 .4 Capability of capturing vehi cle speed data without displaying the vehicle speed externally (display off). 6.2 Data must be downloadable via wire less Bluetooth or a Windows-compatible notebook computer. 6.3 Data shall be in a format that can be read by other analysis tools such as Microsoft Excel. 6.4 Software shall be provided to perform tabular and graphical analysis of data using a personal computer running the Microsoft Windows operating system. TS-18 6.5 Scheduling function will be provided which will: 6.5 .1 Allow daily schedule selection of display and data collection On/Off functions. 6.5.2 Allow separate dai ly schedules to be defined. 7.0 SIGN COMMUNICATION AND PROGRAMMING 7.1 Sign shall be programmable locall y through RS-232 cable or Bluetooth. The fo llowing fu nctions shall be controllable from these devices: 7.1.1 Display Set-up: • Date/time and ID • Speed limit and display options • Speed display options • Speed display On/Off • M inimum display speed • Violation alert (VA) flashing threshold • High-speed cutoff (maximum speed displayed) 7 .1.2 Display testing • The Run Test Sequence button initiates a display digit roll-up test (displaying in succession the numbers 0 1, 12, 23, 34, 45, etc., up to 89) to test the operation and correct position and connection of both digits on the display. 7.1.3 Timer setup, setting times of day for On and Off control. 7.1.4 Data collection setup • Data collection On/Off independent of display • Download data 7 .1.5 ew program code installation 7 .1.6 Advanced functions control other options • Tri ggering of external devices upon speed threshold 8.0 WARRANTY 8.1 The manufacturer's warranty fo r the display board shall be at least two years from the time of purchase. 8.2 The manufacturer's wananty on the LEOs comprising the display segments shall be at least five years from the time of purchase. 8.3 All sign components shall be easily replaceable in the field and shall not require special tools outside those normally found in the industry. 8.4 The manufacturer at no charge sha ll provide replacement components for in-warranty repairs when provided in exchange for the part being replaced. The manufacturer shall pay outbound shipping costs for warranty replacement parts. TS-19 Local Assistance Procedures Manual Exhibit 15-H DBE I nformation-Good Faith Effort FEDERAL FUNDED PROJECT REQUIREMENTS OB 12-04 Page 15-20 June 29,2012 L ______________________________________________ __ Local Assistance Procedures Manual Ex hibit 15-H DBE Information-Good Faith Effort EXHIBIT 15-G LOCAL AGENCY BIDDER DBE COMMITM ENT (CONSTR CTION CONTRACTS) NOTE: PLEASE REFER TO INSTRUCTIONS ON TH E REVERSE SIDE OF THIS FORM LOCAL AGENCY: LOCATION: PROJECl. DESCRIPTION: TOTAL CONTRACT AMOUNT:$ BID DATE: BIDDER'S NAME: CONTRACr DBE GOAL: !cONTRACT ITEM OF WORK AND DESCRIPTION pBECEIHNO. ~AME OF EACH DBE DOLLAR AMOUNT ITEM NO. OR SERVICES TO BE lAND EXPIRATION (Must be certified on the date bids loBE SUBCONTRACTED OR MATERIAL DATE ~rc opened -include DBE address TO BE PROVIDED (or contracted if the and phone number) bidder is a DBE) - 1-- For Local Agency to Complete: Total Claimed DBE $ Local Agency Contract Number: Participation Federal-aid Project Number: % Federal Share: Contract A ward Date: - Local Agency certifies that all DBE certifications have been verified and Signature of Bidder infom1ation is complete and accurate. Date (Area Code) Tel. No. Print Name Signature Date Local Agency Representative "-----.. _ ~--·--· l f'lt----~-·----,-,._:_., (Area Code) Telephone Number: Local Agency Bidder DBE Commitment (Construction Contracts) (Rev 6/26/09) Distribution: (I) Copy-Fax or scan a copy to the Cal trans District Local Assistance Engineer (DLAE) within 30 days of contract execution. Failure to send a copy to the DLAE within 30 days of contract execution may result in de-obligation of funds for this project. (2) Copy-Include in award package to Cal trans District Local Assistance (3) Original -Local agency files INSTRUCTIONS -LOCAL AGENCY BIDDE R 08 12-04 Page 15-21 June 29,2012 Local Assistance Procedures Manual Ex hibit 15-H DBE Information -Good Faith Effort DBE COMMITMENT (CONSTRUCTION CONTRACTS) ALL BIDDERS: PLEASE NOTE: This information may be submitted with your bid. If it is not, and you are the apparent low bidder or the second or third low bidder, it must submitted and received as specified in the Special Provisions. Failure to submit the required DBE commitment will be grounds for finding the bid nonresponsive The form requires specific information regarding the construction contract: Local Agency, Location, Project Description, Total Contract Amount, Bid Date, B idder's Name, and Contract DBE Goal. The form has a column for the Contract Item umber and Item of Work and Description or Services to be Subcontracted or Materials to be provided by DBEs. Prime contractors shall indicate all work to be performed by DBEs including, if the prime is a DBE, work performed by its own forces, if a DBE. T he DBE shall provide a certification number to the Contractor and expiration date. Enter the DBE prime's and subcontractors' certification numbers.The form has a column for the ames of DBE contractors to perform the work (who must be certified on the date bids are opened and include the DBE address and phone number). IMPORTANT: Identify all DBE firms participating in the project regardless of tier. Names of the First-Tier DBE Subcontractors and their respective item(s) of work listed should be consistent, where applicable, with the names and items of work in the "List of Subcontractors" submitted with your bid. There is a colu mn for the DBE participation dollar amount. Enter the Total Claimed DBE Participation dollars and percentage amount of items of work submitted with your bid pursuant to the Special Provisions. (If I 00% of item is not to be performed or furnished by the DBE, describe exact portion of time to be performed or furnished by the DBE.) See Section "Disadvantaged Business Enterpri se (DBE)," of the Special Provisions (construction contracts), to determine how to count the participation of DBE firms. Exhibit 15-G must be signed and dated by the person bidding. Also list a phone number in the space provided and print the name of the person to contact. Local agencies should complete the Local Agency Contract Award, Federal-aid Project Number, Federal Share, Contract Award Date fields and verify that all information is complete and accurate before signing and filing. OB 12-04 Page 15-22 J une 29,2012 Local Assistance Procedures Manual Exhibit IS-H DBE Information-Good Faith Effort EXHIBIT 15-H DBE INFORM ATION -GOOD FAITH EFFORTS DBE INFORMATION-GOOD FAITH EFFORTS Federal-aid Project No. _____________ Bid Opening Date ________ _ The (City/County of) established a Disadvantaged Business Enterprise (DBE) goal of __ % fo r this project. The information provided herein shows that a good faith effort was made. Lowest, second lowest and third lowest bidders shall submit the following information to document adequate good faith efforts. Bidders should submit the following information even if the "Local Agency Bidder DBE Commitment" form indicates that the bidder has met the DBE goal. This wi ll protect the bidder's eligibility for award of the contract ifthe administering agency determines that the bidder failed to meet the goal for various reasons, e.g., a DBE firm was not certified at bid opening, or the bidder made a mathematical error. Submittal of only the "Local Agency Bidder DBE Commitment" form may not provide sufficient documentation to demonstrate that adequate good faith efforts were made. The following items are li sted in the Section entitled "Submission ofDBE Commitment" of the Special Provi sions: A. The names and dates of each publication in which a request for DBE participation for this project was placed by the bidder (please attach copies of advertisements or proofs of publication): Publications Dates of Adverti sement B. The names and dates of written notices sent to certified DBEs soliciting bids for this proj ect and the dates and methods used for following up initial solicitations to determine with certainty whether the DBEs were interested (please attach copies of solicitations, telephone records, fax confirmations, etc.): Names ofDBEs Solicited OB 12-04 Date oflnitial Solicitation Follow Up Methods and Dates Page 15-23 June 29,2012 L ~ Local Assistance Procedures Manual Exhibit 15-H DBE lnformation-Good Faith Effort C. The items of work which the bidder made available to DBE fim1s including, where appropriate, any breaking down of the contract work items (including those items normally performed by the bidder with its own forces) into economically feasible units to facilitate DBE participation. It is the bidder's responsibility to demonstrate that sufficient work to facilitate DBE participation was made available to DBE firms. Items of Work Bidder Normally Breakdown of Performs Item Items (YIN) Amount ($) Percentage Of Contract D. The names, addresses and phone numbers of rejected DBE firms, the reasons for the bidder's rejection of the DBEs, the fi rms selected for that work (please attach copies of quotes from the firms involved), and the price difference for each DBE if the selected firm is not a DBE: Names, addresses and phone numbers of rejected DBEs and the reasons for the bidder's rejection of the DBEs: Names, addresses and phone numbers of firms selected for the work above: E. Efforts made to assist interested DBEs in obtaining bonding, lines of credit or insurance, and any technical assistance or information related to the plans, specifications and requirements for the work which was provided to DBEs: OB 12-04 Page 15-24 June 29, 2012 Exhibit 12-G F. Efforts made to assist interested DBEs in obtaining necessary equipment, supplies, materials or related assistance or services, excluding supplies and equipment the DBE subcontractor purchases or leases from the prime contractor or its affiliate: G. The names of agencies, organizations or groups contacted to provide assistance in contacting, recruiting and using DBE firms (please attach copies of requests to agencies and any responses received, i.e., lists, Internet page download, etc.): Name of Agency/Organization Method/Date of Contact Resul ts H. Any additional data to support a demonstration of good faith efforts (use additional sheets if necessary): NOTE: USE ADDITIONAL SHEETS OF PAPER IF NECESSARY. A ugust 12,2013 (FHE BIDDER'S EXECUTION ON THE SIGNATURE PORTION OF THIS PROPOSAL SHALL ALSO CONSTITUTE AN ENDORSEMENT AND EXECUTION OF THOSE CERTIFICATIONS WHICH ARE A PART OF THIS PROPOSAL) EQUAL EMPLOYMENT OPPORTUNITY CERTIFICATION Exhibit 12-G The bidder ____________________________ , proposed subcontractor , hereby certifies that he has __ ,has not_, participated in a previous contract or subcontract subject to the equal opportunity clauses, as required by Executive Orders 1 0925, 1111 4, or 11246, and that, where required, he has filed with the Joint Reporting Committee, the Director of the Office of Federal Contract Compliance, a Federal Government contracting or administering agency, or the former President's Committee on Equal Employment Opportunity, all reports due under the applicable filling requirements. Note: The above certification is required by the Equal Employment Opportunity Regulations of the Secretary of Labor ( 41 CFR 60-1 . 7(b) (I )), and must be submitted by bidders and proposed subcontractors only in connection with contracts and subcontracts, which are subject to the equal opportunity clause. Contracts and subcontracts which are exempt from the equal opportunity clause are set forth in 41 CFR 60-1.5. (Generally only contracts or subcontracts of$10,000 or under are exempt.) Currently, Standard Form 100 (EE0-1 ) is the only report required by the Executive Orders or their implementing regulations. Proposed prime contractors and subcontractors who have participated in a previous contract or subcontract subject to the Executi ve Orders and have not fil ed the required reports should note that 41 CFR 60-1.7(b) (1) prevents the award of contracts and subcontracts unless such contractor submits a report covering the delinquent period or such other peri od specified by the Federal Highway Administration or by the Director, Office of Federal Contract Compliance, U.S. Department of Labor. August 12, 2013 Noncollusion Affidavit (Title 23 United States Code Section 11 2 and Public Contract Code Section 71 06) To the CITY I COUNTY of _______________ _ DEPARTMENT OF PUBLIC WORKS. Exhibit 12-G In accordance with Title 23 U nited States Code Section 112 and Public Contract Code 7 106 the bidder declares that the bid is not made in the interest of, or on behalf of, any undisclosed person, pa1t nership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that the bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directl y or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or that anyone shall refrain from bidding; that the bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fi x the bid price of the bidder or any other bidder, or to fix any overhead, profit, or cost element of the bid price, or ofthat of any other bidder, or to secure any advantage against the public body awarding the contract of anyone interested in the proposed contract; that all statements contained in the bid are true; and, further, that the bidder has not, directly or indirectly, submitted hi s or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and wi ll not pay, any fee to any corporation, partnership, company association, organization, bid depository, or to any member or agent thereof to effectuate a coll usive or sham bid. Note: The above Noncollusion Affidavit is part of the Proposal. Signing this Proposal on the signature po1tion thereof shall also constitute signature of this Noncollusion Affidavit. Bidders are cautioned that making a false certification may subject the ce1tifier to criminal prosecution. August 12,2013 Exhibit 12-G DEBARMENT AND SUSPENSION CERTIFICATION TITLE 49, CODE OF FEDERAL REGULATIONS, PART 29 The bidder, under penalty of perjury, certifies that, except as noted below, he/she or any other person associated therewith in the capacity of owner, partner, director, officer, and manager: • Is not currently under suspension, debarment, voluntary excl usion, or determination of ineligibility by any federal agency; • Has not been suspended, debruTed, voluntarily excluded or determined ineligible by any federal agency within the past 3 years; • Does not have a proposed debarment pending; and • Has not been indicted, convicted, or had a civil judgment rendered against it by a court of competent jurisdiction in any matter involving fraud or official misconduct within the past 3 years. Ifthere are any exceptions to this certification, insert the exceptions in the following space. Exceptions will not necessarily result in denial of award, but will be considered in determining bidder responsibility. For any exception noted above, indicate below to whom it applies, initiating agency, and dates of action. Notes: Providing false information may result in criminal prosecution or administrative sanctions.The above certification is part of the Proposal. Signing this Proposal on the signature portion thereof shall also constitute signature of this Certi fication. August 12, 2013 NONLOBBYING CERTIFICATION FOR FEDERAL-AID CONTRACTS Exhibit 12-G The prospective participant certifies, by signing and submitting this bid or proposal, to the best of his or her knowledge and belief, that: (I) No federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of any federal agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any federal contract, the making of any federal grant, the making of any federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any federal contract, grant, loan, or cooperative agreement. (2) If any fu nds other than federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any federal agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this federal contract, grant, Joan, or cooperative agreement, the undersigned shall complete and submit Standard Form-LLL, "Disclosure of Lobbying Activities," in accordance wi th its instructions. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by Section 1352, Title 31, U.S. Code. Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. The prospective participant also agrees by submitting his or her bid or proposal that he or she shall require that the language of this certification be included in all lower tier subcontracts, which exceed $100,000 and that all such subrecipients shall certify and disclose accordingly. DISCLOSURE OF LOBBYING ACTIVITIES COMPLETE TillS FORM TO DISCLOSE LOBBYING ACTIVITIES PURSUANT TO 31 U.S.C. 1352 1. Type of Federal Action: 2. Status of Federal 3. Report Type: Action: D a. contract D a. bid/offer/application O a. initial b. grant b. initial award c. cooperative agreement c. post-award d. loan e. loan guarantee f. loan insurance 4. Name and Address of Reporting Entity D Prime 0 Subawardee Tier , if known Congressional District, if known b. material change For Material C hange Only: year _ quarter __ _ date of last report ___ _ 5. If Reporting Entity in No.4 is Subawardcc, Enter Name and Address of Prime: Congressional District, if known August 12, 2013 Exhibit 12-G 6. Federal Department/Agency: 7. Federal Program Name/Description: CFDA umber, if applicable -------- 8. Federal Action umber, if known: 10. a. Name and Address of Lobby Entity (If individual, last name, first name, Ml) 9. Award Amount, if kn011 n: b. Individuals Performing ervices (including address if different from o. lOa) (last name, first name, Ml) (attach Continuation hcct(s) if necessary) II. Amount of Pay ment (check all that apply) 13. Type of Payment (check all that apply) $ D actual planned 12. Form of Payment (check all that apply): D a. cash D b. in-kind: specify: nature _____ _ r--a. retainer r-b. one-time fee r-c. commission r-d. contingent fee r-..... e deferred value ____ _ -f. other. specify 14. Brief De cription of erviccs Performed or to be performed and Date(s) of Service, including officer(s), employee(s), or member(s) contacted, for Payment Indicated in Item II: (attach Continuation Sheet(s) if necessary) IS. Continuation S hect(s) attached: Yes D No D 16. lnfonnation requested through U1is form is authorized by Title 31 U.S.C. Section 1352. This disclosure of lobbying reliance was placed by the tier above when his transaction was made or entered into. This disclosure is required pursuant to 31 U.S.C. 1352. This information 11 ill be reponed to Congress semiannually and\\ ill be available for public inspection. Any person \\ho fails to file U1e required disclosure shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. Signature: _______________ _ Federal Use Only: Print arne:--------------- Title:----------------- Telephone o.: ________ Date: ___ _ Authorized for Local Reproduction Standard Form -LLL INSTRUCTIONS FOR COMPLETION OF SF-LLL, DISCLOSURE OF LOBBYING ACTIVITIES This disclosure form shall be completed by the reporting entity, whether subawardee or prime federal recipient, at the initiation or receipt of covered federal action or a material change to previous filing pursuant to title 31 U.S.C. Section 1352. The filing of a form is required fo r such payment or agreement to make payment to lobbying entity for influencing or attempting to influence an officer or employee of any agency, a Member of Congress an officer or employee of Congress or an employee of a Member of Congress in connection with a covered federal action. Attach a continuation sheet for additional information ifthe space on the form is inadequate. Complete all items that apply for both the initial filing and material change report. Refer to the implementing guidance published by the Office of Management and Budget for additional information. 1. Identify the type of covered federal action for which lobbying activity is and/or has been secured to influence, the outcome of a covered federal acti on. 2. Identify the status ofthe covered federal action. August 12,2013 Exhibit 12-G 3. Identify the appropriate classification of this report. If this is a follow-up report caused by a material change to the information previously reported, enter the year and quatter in which the change occurred. Enter the date of the last, previously submitted report by this reporting entity for this covered federal action. 4. Enter the fu ll name, address, city, State and zip code of the reporting entity. Include Congressional District if known. Check the appropriate classification of the reporting entity that designates if it is or expects to be a prime or subaward recipient. Identify the tier of the subawardee, e.g., the first subawardee of the prime is the first tier. Subawards include but are not limited to subcontracts, subgrants and contract awards under grants. 5. If the organization fi ling the report in Item 4 checks "Subawardee" then enter the full name, address, city, State and zip code of the prime federal recipient. Include Congressional District, if known. 6. Enter the name of the federal agency making the award or loan commitment. Include at least one organization level below agency name, if known. For example, Department of Transportation, United States Coast Guard. 7. Enter the federal program name or description for the covered federal action (item 1 ). If known, enter the fu ll Catalog of Federal Domesti c Assistance (CFDA) number for grants, cooperative agreements, loans and loan commitments. 8. Enter the most appropriate federal identifying number available for the federal action identification in item I (e.g., Request for Proposal (RFP) number, Invitation for Bid (IFB) number, grant announcement number, the contract grant. or loan award number, the application/proposal control number assigned by the federal agency). Include prefixes, e.g., "RFP-DE-90-001." 9. For a covered federal action where there has been an award or loan commitment by the Federal agency, enter the federal amount of the award/loan commitments for the prime entity identified in item 4 or 5. 10. (a) Enter the full name, address, city, State and zip code ofthe lobbying entity engaged by the reporting entity identified in item 4 to influenced the covered federal action. (b) Enter the fu ll names of the individual(s) performing services and include full address if different from 10 (a). Enter Last Name, First Name and Middle Initial (MI). 11. Enter the an1otmt of compensation paid or reasonably expected to be pa id by the reporting entity (item 4) to the lobbying entity (item 10). Indicate whether the payment has been made (actual) or will be made (planned). Check all boxes that apply. If this is a material change report, enter the cumulative amount of payment made or planned to be made. 12. Check the appropriate box(es). Check all boxes that apply. If payment is made through an in- kind contribution, specify the natme and value of the in-kind payment. 13. Check the appropriate box(es). Check all boxes that apply. If other, specify nature. 14. Provide a specific and detailed description of the services that the lobbyist has petformed or wi ll be expected to perform and the date(s) of an y services rendered. Include all preparatory and related activity not just time spent in actual contact with federal officials. Identify the federal officer(s) or employee(s) contacted or the officer(s) employee(s) or Member(s) of Congress that were contacted. 15. Check whether or not a continuation sheet(s) is attached. 16. The certifying official shall sign and date the form, print his/her name title and telephone number. Public reporting burden for this collection of information is estimated to average 30 minutes per response, including time for reviewing instruction, searching existing data somces, gathering and August 12,2013 Exhibit 12-G maintaining the data needed, and completing and reviewing the collection of information. Send comments regarding the burden estimate or any other aspect of this collection of information, including suggestions for reducing this burden, to the Office of Management and Budget, Paperwork Reduction Proj ect (0348-0046), Washington, D.C. 20503. SF-LLL-Instructions Rev. 06-04-90«ENDIF>> SECTION 2. PROPOSAL REQUIREMENTS AND CONDITIONS 2-1.01 GENERAL The bidder's attention is directed to the prov1s1ons in Section 2, "Proposal Requirements and Conditions," of the Standard Specifications and these special provisions for the requirements and conditions which the bidder must observe in the preparation of and the submission of the bid. The bidder's bond shall conform to the bond form in the Bid book for the project and shall be properly filled out and executed. The bidder's bond form included in that book may be used. In conformance with Public Contract Code Section 7106, a Noncollusion Affidavit is included in the Bid book. Signing the Bid book shall also constitute signature of the Noncollusion Affidavit. The contractor, sub recipient or subcontractor shall not discriminate on the basis of race, color, national origin, or sex in the performance of this contract. The contractor shall carry out applicable requirements of Title 49 CFR (Code of Federal Regulations) part 26 in the award and administration of US DOT assisted contracts. Failure by the contractor to cany out these requirements is a material breach of this contract, which may result in the termination of this contract or such other remedy, as the recipient deems appropriate. Each subcontract signed by the bidder must include this assurance. Failure of the bidder to fulfill the requirements of the Special Provisions for submittals required to be furnished after bid opening, including but not limited to escrowed bid documents, where applicable, may subject the bidder to a determination of the bidder's responsibility in the event it is the apparent low bidder on a future public works contracts. 2-1.015--FEDERAL LOBBYING RESTRICTIONS.--Section 1352, Title 31, United States Code prohibits Federal funds from being expended by the recipient or any lower tier sub recipient of a Federal-aid contract to pay for any person for influencing or attempting to influence a Federal agency or Congress in connection with the awarding of any Federal-aid contract, the making of any Federal grant or loan, or the entering into of any cooperative agreement. If any funds other than Federal funds have been paid for the same purposes in connection with this Federal-aid contract, the recipient shall submit an executed certification and, if required, submit a completed disclosure form as part of the bid documents. A certification for Federal-aid contracts regarding payment of funds to lobby Congress or a Federal agency is included in the Bid book. Standard Form -LLL, "Disclosure of Lobbying Activities," with instructions for completion of the Standard Form is also included in the Bid book. Signing the Bid book shall constitute signature of the Certification. The above referenced certification and disclosure of lobbying activities shall be included in each subcontract and any lower-tier contracts exceeding $100,000. All disclosure fo rms, but not certifications, shall be forwarded from tier to tier until received by the Engineer. The Contractor, subcontractors and any lower-tier contractors shall file a disclosure form at the end of each calendar quarter in which there occurs any event that requires disclosure or that materially affects the accuracy of tl1e infom1ation contained in any disclosure form previously fi led by the Contractor, subcontractors and any lower-tier contractors. An event that materially affects the accuracy of the information reported includes: August 12,2013 Exhibit 12-G (1) A cumulative increase if $25,000 or more in the amount paid or expected to be paid for influencing or attempting to influence a covered Federal action; or (2) A change in the person(s) or individual(s) influencing or attempting to influence a covered Federal action; or (3) A change in the officer(s), employees(s), or Member(s) contacted to influence or attempt to influence a covered Federal Action. SECTION 3. AWARD AND EXECUTION OF CONTRACT The bidder's attention is directed to the provisions in Section 3, "Award and Execution of Contract," of the Standard Specifications and these special provisions for the requirements and conditions concerning award and execution of contract. Bid protests are to be delivered to the following address: City of Temple City 9701 Las Tunas Drive, Temple City, California 91789 The award of the contract, if it be awarded, will be to the lowest responsible bidder whose bid compli es with all the requirements prescribed. The contract shall be executed by the successful bidder and shall be returned, together with the contract bonds, to the Agency so that it is received within 10 days, not including Saturdays, Sundays and legal holidays, after the bidder has received the contract for execution. Fail ure to do so shall be just cause for forfeiture of the proposal guaranty. The executed contract documents shall be delivered to the following address: City of Temple City City of Temple City 9701 Las Tunas Drive T emple City, California 91789 A "Local Agency Bidder-DBE Information (Construction Contracts), Exhibit 15-0(2)" form is included in the Bid book to be executed by the successfu l bidder. The purpose of the fonn is to collect data required under 49 CFR 26. Even if no DBE participation will be reported, the successful bidder must execute and return the form. The successful bidder's "Local Agency Bidder-Information (Construction Contracts), Exhibit 15-0(2)" form should include the names, addresses and phone numbers ofDBE firms that will pruticipate, with a complete description of work or supplies to be provided by each, and the doll ru· value of each DBE transaction. When 100 percent of a contract item of work is not to be performed or furnished by a DBE, a description of the exact portion of that work to be performed or furnished by that DBE should be included in the DBE information, including the planned location of that work. A successful bidder certified as a DBE should describe the work it has committed to perf01ming with its own forces as well as any other work that it has committed to be performed by DBE subcontractors, suppliers and trucking compames. The successful bidder is encouraged to provide written confirmation from each DBE that the DBE is pruticipating in the contract. A copy of a DBE's quote will serve as written confirmation that the DBE is participating in the contract. If a DBE is participating as a joint venture partner, the successful bidder is encouraged to submit a copy of the joint venture agreement. The "Local Agency Bidder-DBE Information (Construction Contracts), Exhibit 15-0(2)" form shall be completed and returned to the Agency by the successful bidder with the executed contract and contract bonds. August 12,2013 Ex hibit 1 2-G SECTION 4. BEGINNING OF WORK, TIME OF COMPLETION AND LIQUIDATED DAMAGES Attention is directed to the provisions in Section 8-1.03, "Beginning of Work " in Section 8-1.06, "Time of Completion," and in Section 8-1.07, "Liquidated Damages," ofthe Standard Specifications and these special provisions. The Contractor shall begin work within 30 calendar days after the contract has been approved by the City of Temple City. This work shall be diligently prosecuted to completion before the expiration of_&. WORKING DAYS beginning on the 30 calendar day after approval of the contract. The Contractor shall pay to the City of Temple C ity the sum of $ 600.00 per day, for each and every calendar day's delay in finishing the work in excess of the number of working days prescribed above .. 5-1.4 SUBCONTRACTING o subcontract releases the Contractor from the contract or relieves the Contractor of their responsibility for a subcontractor's work. If the Contractor violates Pub Cont Code§ 4100 et seq., the City Of Temple C ity may exercise the remedies provided under Pub Cont Code§ 411 0. The City OfTemple Ci ty may refer the violation to the Contractors State License Board as provided under Pub Cont Code § 411 1. The Contractor shall perform work equaling at least 30 percent of the value of the original total bid with the Contractor's own employees and equipment, owned or rented, with or without operators. Each subcontract must comply with the contract. Each subcontractor must have an active and alid tate contractor's license with a classification appropriate for the work to be performed (Bus & Prof Code,§ 7000 et seq.). ubmit copies of subcontracts upon request by the Engineer. Before subcontracted work starts, submit a Subcontracting Request form. Do not use a debaned contractor; a current list of debarred contractors is available at the Department of Industrial Relations' Web site. Upon request by the Engineer, immediately remove and not again use a subcontractor who fails to prosecute the work satisfactorily. Each subcontract and any lower tier subcontract that may in tum be made shall include the "Required Contract Provisions Federal-Aid Construction Contracts" in Section 14 ofthese special provisions. Noncompliance shall be corrected. Payment for subcontracted work involved will be withheld from progress payments due, or to become due, until correction is made. Failure to comply may result in termination of the contract. 5-1.5 PROMPT PAYMENT Prompt Progress Payment to Subcontractors The local agency shall require contractors and subcontractors to be timely paid as set forth in Section 7108.5 of the California Business and Professions Code concerning prompt payment to subcontractors. The I 0-days is applicable unless a longer period is agreed to in writing. Any delay or postponement of payment over 30 days may take place only for good cause and with the agency's prior written approval. Any violation of Section 7108.5 shall subj ect the violating contractor or subcontractor to the penalties, sanctions, and other remedies of that Section. This requirement shall not be construed to August 12, 2013 Exhibit 12-G limit or impair any contractual, administrative, or judicial remedies, otherwise available to the contractor or subcontractor in the event of a dispute involving late payment or nonpayment by the contractor, deficient subcontractor perform ance, and/or noncompli ance by a subcontractor. This clause applies to both DBE and non-DBE subcontractors. Pr·ompt Payment of Withheld Funds to Subcontractor s The local agency shall ensure prompt and full payment of retainage from the prime contractor to the subcontractor within thirty (30) days after the subcontractor's work is satisfactorily completed and accepted. This shall be accompanjed by including either (1), (2), or (3) of the fol lowing provisions [local agency equivalent will need Caltrans approval] in their federal-aid contracts to ensure prompt and full payment of retainage [withheld fu nds] to subcontractors in compliance with 49 CFR 26.29. 1. No retainage wi ll be held by the agency from progress payments due to the prime contractor. Prime contractors and subcontractors are prohibited from holdi ng reta inage from subcontractors. Any delay or postponement of payment may take place only for good ca use and with the agency's prior written approval. Any violation of these provisions shall subject the violating contractor or subcontractor to the penalties, sanctions, and other remedies specified in Section 7108.5 of the Ca lifo rn ia Business and Professions Code. This requirement shall not be construed to limit or impair any contractual, ad ministrative, or judicial remedies, otherwise avajlable to the contractor or subcontractor in the event of a dispute invo lving late payment or nonpayment by the contractor, deficient subcontractor perfonnance, and/or noncompliance by a subcontractor. This clause applies to both DB E and non-DBE subcontractors. 2. No retainage wi ll be held by the agency from progress payments due the prime contractor. Any retainage kept by the prime contractor or by a subcontractor must be paid in full to the earning subcontractor in 30 days after the subcontractor's work is satisfactorily completed. Any delay or postponement of payment may take place only for good ca use and with the agency's prior written approval. Any violation of these provisions shall subject the violating contracto r or subcontractor to the penalties, sanctions, and remedies specified in Section 7 108.5 of the Cal ifo rnia Business and Profess ions Code. This req uirement shall not be construed to limit or impair any contractual, administrative, or judicial remedies, otherwise available to the contractor or subcontractor in the event of a di spute involving late payment or nonpayment by the contractor, deficient subcontractor performance, and/or noncompliance by a subcontractor. This clause applies to both DBE and non- DBE subcontractors. 5-1.7_ BUY AMERICA REQUIREMENTS. --Attention is directed to the "Buy America" requirements of the Surface Transportation Assistance Act of 1982 (Section 165) and the Intermodal Surface Transportation Efficiency Act of 1991 (ISTEA) Sections 1041 (a) and 1 048(a), and the regulations adopted pursuant thereto. In conformance with the law and regulations, all manufacturing processes for steel and iron materials furnished for incorporation into the work on this project shall occur in the United States; with the exception that pig iron and processed, pelletized and reduced iron ore manufactured outside of the United States may be used in the domestic manufacturing process for such steel and iron materials. The application of coatings, such as epoxy coating, galvanizing, painting, and other coating that protects or enhances the value of steel or iron materials shall be considered a manufacturing process subject to the "Buy America" requirements. A Ce1iificate of Compliance, conforming to the provisions in Section 6-1.07, "Certificates of Compliance," of the Standard Specifi cations, shall be furnished for steel and iron materials. The certificates, in addition to certifying that the materials comply with the specifications, shall specifically certify that all manufacturing processes for the materials occwTed in the United States, except for the above exceptions. The requirements imposed by the law and regulations do not prevent a minimal use of foreign steel and iron materials if the total combined cost of the materials used does not exceed one-tenth of one percent (0.1 percent) of the total contract cost or $2,500, whichever is greater. The Contractor shall furnish the August 12, 2013 ~------------------------------------- Exhibit 12-G Engineer acceptable documentation of the quantity and value of the foreign steel and iron prior to incorporating the materials into the work. 1. DISADVANTAGED BUSINESS ENTERPRISES (DBE) Under 49 CFR 26.13(b): The contractor, subrecipient or subcontractor shall not discriminate on the basis of race, color, national origin, or sex in the performance of this contract. The contractor shall carry out applicable requirements of 49 CFR part 26 in the award and administration of DOT-assisted contracts. Failure by the contractor to carry out these requirements is a material breach of this contract, which may result in the termination ofthis contract or such other remedy as the recipient deems appropriate. Take necessary and reasonable steps to ensure that DBEs have oppmtunity to participate in the contract ( 49 CFR 26). To ensure equal participation ofDBEs provided in 49 CFR 26.5, the Agency shows a goal for DBEs. Make work available to DBEs and select work parts consistent with available DBE subcontractors and suppliers. Meet the DBE goal shown elsewhere in these special provisions or demonstrate that you made adequate good faith efforts to meet this goal. It is your responsibility to verify that the DBE firm is certified as DBE at date of bid opening. For a list ofDBEs certified by the California Unified Certification Program, go to: http://www.dot.ca.gov/hg/bep/find certified.htm. All DBE participation will count toward the California Department of Transportation's federally mandated statewide overall DBE goal. Credit for materials or supplies you purchase fi·om DBEs counts towards the goal in the following manner: • 100 percent counts if the materials or supplies are obtained from a DBE manufacturer. • 60 percent counts if the materials or supplies are obtained from a DBE regular dealer. • Only fees, commissions, and charges for assistance in the procurement and delivery of materials or supplies count if obtained fi·om a DBE that is neither a manufacturer nor regular dealer. 49 CFR 26.55 defines "manufacturer" and "regular dealer." You receive credit towards the goal if you employ a DBE trucking company that performs a commercially useful function as defined in 49 CFR 26.55(d)(l) through (4) and (6). a. DBE Commitment Submittal Submit the Exhibit 15-G Local Agency Bidder DEE Commitment (Construction Contracts) form, included in the Bid book. If the form is not submitted with the bid, remove the form from the Bid book before submitting your bid. If the DBE Commitment form is not submitted with the bid, the apparent low bidder, the 2nd low bidder, and the 3rd low bidder must complete and submit the DBE Commitment form to the Agency. DBE Commitment form must be received by the Agency no later than 4:00p.m. on the 4th business day after bid opening. August 12,2013 Exhibit 12-G Other bidders do not need to submit the DBE Commitment form unless the Agency requests it. If the Agency requests you to submit a DBE Commitment form, submit the completed form within 4 business days of the request. Submit written confirmation from each DBE stating that it is participating in th e contract. Include confirmation with the DBE Commitment form. A copy of a DBE's quote will serve as written confirmation that the DBE is participating in the contract. If you do not submit the DBE Commitment form within the specified time, the Agency will find your bid nonresponsive. b. Good Faith Efforts S ubmittal If you have not met the DBE goal, compl ete and submit the DBE Information-Good Faith Efforts, Exhibit 15-H, form with the bid showing that yo u made adequate good faith efforts to meet the goal. Only good faith efforts directed towards obtaining participation by DBEs will be considered. If good faith efforts documentation is not submitted with the bid, it must be received by the Agency no later than 4:00 p.m. on the 4th business day after bid opening. If your DBE Commitment form shows that you have met the DBE goal or if you are required to submit the DBE Commitment form, you must also submit good faith efforts documentation within the specified time to protect your eligibility for award of the contract in the event the Agency finds that the DBE goal has not been met. Good fai th efforts documentation must include the following information and supporting documents, as necessary: 1. Items of work you have made available to DBE finns. Identify those items of work you might otherwise perform with your own forces and those items that have been broken down into economi cally feasible un its to facilitate DBE participation. For each item listed, show the dollar value and percentage of the total contract. It is your responsibility to demonstrate that sufficient work to meet the goal was made available to DBE firms. 2. Names of certified DBEs and dates on which they were solicited to bid on the project. Include the items of work offered. Describe the methods used for following up initial solicitations to determine with certainty if the DBEs were interested, and the dates of the follow-up. Attach supporting documents such as copies of letters, memos, facsimiles sent, telephone logs, telephone billing statements, and other evidence of solicitation. You are reminded to solicit certified DBEs through all reasonable and avai lable means and provide sufficient ti me to allow DBEs to respond. 3. Name of selected firm and its status as a DBE for each item of work made available. Include name, address, and telephone number of each DBE that provided a quote and their price quote. If the finn selected for the item is not a DBE, provide the reasons for the selecti on. 4. Name and date of each publication in which you requested DBE participation for the project. Attach copies of the pub! ished advertisements. 5. Names of agencies and dates on which they were contacted to provide assistance in contacting, recruiting, and using DBE firms. If the agencies were contacted in writing, provide copies of supp01ting documents. 6. List of efforts made to provide interested DBEs with adequate inf01m ati on about the plans, specifications, and requirements of the contract to assist them in responding to a solicitation. If you have provided information, identify the name of the DBE August 12,2013 Exhibit 12-G assisted, the nature of the information provided, and date of contact. Provide copies of supporting documents, as appropriate. 7. List of efforts made to assist interested DBEs in obtaining bonding, lines of credit, insurance, necessary equipment, supplies, and materials, excluding supplies and equipment that the DBE subcontractor purchases or leases from the prime contractor or its affi liate. If such assistance is provided by you, identify the name of the DBE assisted, nature of the assistance offered, and date assistance was provided. Provide copies of supporting documents, as appropriate. 8. Any additional data to support demonstration of good faith efforts. The Agency may consider DBE commitments of the 2nd and 3rd bidders when determining whether the low bidder made good faith efforts to meet the DBE goal. c. Exhibit 15-G-Local Agency Bidder DBE Information (Construction Contracts) Complete and sign Exhibit 15-G Local Agency Bidder DBE Commitment (Construction Contracts) included in the contract documents regardless of whether DBE participation is reported. Provide written confirmation from each DBE that the DBE is participating in the Contract. A copy of a DBE's quote serves as written confirmation. If a DBE is participating as a joint venture partner, the Agency encourages you to submit a copy of the joint ventLU'e agreement.) d. Subcontractor and Disadvantaged Business Enterprise Records Use each DBE subcontractor as listed on Exhibit 12-B Bidder's List of Subcontractors (DBE and Non-DBE) and Exhibit 15-G Local Agency Bidder DBE Commitment (Construction Contracts) form unless you receive authorizati on for a substitution. The Agency requests the Contractor to: I. Notify the Engineer of any changes to its anticipated DBE pa11icipation 2. Provide this notification before starting the affected work 3. Maintain records including: • Nan1e and business address of each I st_tier subcontractor • Name and business address of each DBE subcontractor, DBE vendor, and DBE trucking company, regardless of tier • Date of payment and total an1ount paid to each business If you are a DBE contractor, include the date of work performed by your own forces and the corresponding value of the work. Before the 15th of each month, submit a Monthly DBE Trucking Verification form. If a DBE is decertified before completing its work, the DBE must notify you in writing of the decertification date. If a business becomes a certified DBE before completing its work, the business must notify you in writing of the cer1ifi cation date. Submit the notifications. On work completion, complete a Disadvantaged Business Enterprises (DBE) Certificati on Status Change, Exhibit 17-0, form. Submit the form within 30 days of contract acceptance. Upon work completion, complete Exhibit 17-F Final Report -Utilization of Disadvantaged Business Enterprises (DBE), First-Tier Subcontractors. Submit it within 90 days of contract acceptance. The Agency will withhold $10,000 until the form is submitted. The Agency releases the withhold upon submission of the completed form. Au gust 12, 2013 Exhibit 12-G e. Performance of Disadvantaged Business Enterprises DBEs must perform work or supply materials as listed in the Exhibit 15-G Local Agency Bidder DBE Commitment (Construction Contracts) form, included in the Bid. Do not terminate or substitute a listed DBE for convenience and perform the work with your own forces or obtain materials from other sources without authorization from the Agency. The Agency authorizes a request to use other forces or sources of materials if it shows any of the following justifications: 1. Listed DBE fails or refuses to execute a written contract based on plans and specifications for the project. 2. You stipulated that a bond is a condition of executing the subcontract and the listed DBE fails to meet your bond requirements. 3. Work requires a contractor's license and listed DBE does not have a vali d license under Contractors License Law. 4. Listed DBE fails or refuses to perform the work or furnish the listed materials. 5. Listed DBE's work is unsatisfactory and not in compliance with the contract. 6. Listed DBE is ineligible to work on the project because of suspension or debarment. 7. Listed DBE becomes bankrupt or insolvent. 8. Listed DBE voluntarily withdraws with written notice from the Contract 9. Listed DBE is ineligible to receive credit for the type of work required. 10. Listed DBE owner dies or becomes disabled resulting in the inability to perform the work on the Contract. 1l. Agency determines other documented good cause. Notify the original DBE of your intent to use other forces or material sources and provide the reasons. Provide the DBE with 5 days to respond to your notice and advise you and the Agency of the reasons why the use of other forces or sources of materials should not occur. Your request to use other forces or material sources must include: 1. One or more ofthe reasons listed in the preceding paragraph 2. Notices from you to the DBE regarding the request 3. Notices from the DBEs to you regarding the request If a listed DBE is tern1inated or substituted, you must make good faith efforts to find another DBE to substitute for the original DBE. The substitute DBE must perform at least the same amount of work as the original DBE under the contract to the extent needed to meet the DBE goal. The substitute DBE must be certified as a DBE at the time of request for substitution. Unless the Agency authorizes (1) a request to use other forces or sources of materials or (2) a good faith effort for a substitution of a terminated DBE, the Agency does not pay for work listed on the Exhibit 15-G Local Agency Bidder DBE Commitment (Construction Contracts) form unless it is perforn1ed or supplied by the listed DBE or an authorized substitute. 2. BID OPENING The Agency publicly opens and reads bids at the time and place shown on the Notice to Bidders. August 12, 2013 Exhibit 12-G 3. BID RIGGING The U.S. Department of Transportation (DOT) provides a toll-free hotline to report bid rigging activities. Use the hotline to report bid rigging, bidder collusion, and other fraudulent activities. The hotline number is (800) 424-9071. The service is available 24 hours 7 days a week and is confidential and anonymous .. The hotline is part of the DOT's effort to identify and investigate highway construction contract fraud and abuse and is operated under the direction of the DOT Inspector General. 4. CONTRACTAWARD If the Agency awards the contract, the award is made to the lowest responsible bidder. 5. CONTRACTOR LICENSE The Contractor must be properly licensed as a contractor from contract award through Contract acceptance (Public Contract Code§ I 0 164). 6. DIFFERING SITE CONDITIONS a. Contractor's Notification Promptly notify the Agency's Engineer if you find either of the fol lowing conditions: 1. Physical conditions differing materially from either of the following: • Contract documents • Job site examination 2. Physical conditions of an unusual nature, differing materially from those ordinari ly encountered a nd generally recognized as inherent in the work provided for in the Contract Include detail s explaining the informati on you relied on and the material differences you di scovered. If you fail to promptly notify the Engineer, you waive the differing site condition claim for the period between your discovery of the di ffering site condition and your notification to the Engineer. If you disturb the site after discovery and before the Engineer's in vesti gation, you waive the differing site condition claim. b. Engineer's Investigation and Decision Upon your notification, the Engin eer investi gates job site conditions and: I. otifies you whether to resume affected work 2. Decides whether the condition differs materially and is cause for an adjustment of time, payment, o r both 7. BEGINNING OF WORK, TIME OF COMPLETION AND LIQUIDATED DAMAGES The Contractor shall begin work within 15 calendar days after the contract has been approved by the attorney appointed and authorized to represent the City/County of ____ _ This work shall be diligently prosecuted to completion before the expiration of_ 45 _WORKING DAYS beginning on the fifteenth calendar day after approval of the contract. (Insert amount of Liquidated Damages) Augu t 12,2013 Exhibit 12-G The Contractor shall pay to the City/County of _Temple City the sum of $ 600 per day, for each and every calendar day's delay in fi nishing the work in excess of the number of working days prescribed above. 8. BUY AMERICA Furnish steel and iron materials to be incorporated into the work with certificates of compliance. Steel and iron materials must be produced in the U.S. except: 1. Foreign pig iron and processed, pell etized, and reduced iron ore may be used in the domestic production ofthe steel and iron materials [60 Fed Reg 15478 (03/24/1995)]; 2. If the total combined cost ofthe materials does not exceed the greater ofO.l percent of the total bid or $2,500, materials produced outside the U.S. may be used. Production includes: 1. Processing steel and iron materi als, including smelting or other processes that alter the physical form or shape (such as rolling, exh·uding, machining, bending, grinding, and drilling) or chemical composition; 2. Coating application, including epoxy coating, galvanizing, and painti ng, that protects or enhances the value of steel and iron materials. 9. QUA LITY ASSURAN CE The Agency uses a Quality Assurance Program (QAP) to ensure a material is produced to comply with the Contract. You may examine the records and reports of tests the Agency perfo rms if they are available at the job site. Schedule work to allow time for QAP. 10. PROMPT PAYMENT OF FUNDS WITHHELD TO S UBCONTRACTORS (The local agency must include one of the fo llowing three provisions to ensure prompt and full payment of any retainage from the prime contractor, or subcontractor, to a subcontractor. Remove or strike out the methods not used.) (EITHER) No retainage will be withheld by the agency from progress payments due the prime contractor. Retainage by the prime contractor or subcontractors is prohi bited and no retainage will be held by the prime contractor from progress due subcontractors. Any violation of this provision shall subject the violating prime contractor or subcontractor to the penalties, sanctions and other remedies specified in Section 7108.5 of the Califomia Business and Professions Code. This requirement shall not be construed to limit or impair any contractual, administrative, or judicial remedies otherwise available to the prime Contractor or subcontractor in the event of a dispute involv ing late payment or nonpayment by the prime contractor or deficient subcontract performance, or noncompliance by a subcontractor. (OR) No retainage will be held by the agency from progress payments due the prime contractor. Any retainage held by the prime conh·actors or subcontractors from progress payments due subcontractors shall be promptly paid in full to subcontractors within 30 days after the subcontractor's work is satisfactorily completed. Federal law ( 49CFR26.29) requires that any delay or postponement of payment over the 30 days may take place only for good cause and with the agency's prior written August 12,2013 Exhibit 12-G approval. Any violation of this provision shall subj ect the violating prime contractor or subcontractor to the penalties, sanctions and other remedies specifi ed in Section 7108.5 of the Business and Professions Code. These requirements shall not be construed to limit or impair any contractual, administrative, or judicial remedies otherwise available to the prime Contractor or subcontractor in the event of a di spute involving late payment or nonpayment by the prime contractor, deficient subcontract performance, or noncompliance by a subcontractor. (OR) The agency shall hold retainage from the prime contractor and shall make prompt and regular incremental acceptances of portions, as determined by the agency, of the contract work, and pay retainage to the prime contractor based on these acceptances. The prime contractor, or subcontractor, shaJJ return all monies wi thheld in retention from a subcontractor within 30 days after receiving payment for work satisfactorily completed and accepted including incremental acceptances of portions of the contract work by the agency. Federal law ( 49CFR26.29) requires that any delay or postponement of payment over 30 days may take place only for good cause and with the agency's prior written approval. Any violation of this provision shall subject the violating prime contractor or subcontractor to the penalties, sanctions and other remedies specified in Section 7108.5 of the Business and Professions Code. These requirements shall not be construed to limit or impair any contractual, administrative, or judicial remedies otherwise available to the prime contractor or subcontractor in the event of a dispute involving late payment or nonpayment by the prime contractor, deficient subcontract performance, or noncompliance by a subcontractor. 11. FORM FHWA-1273 REQUIRED CONTRACT PROVISIONS FEDERAL-AID CONTRACTS (Excluding ATTACHMENT A-EMPLOYMENT AND MATERIALS PREFERENCE FOR APPALACHIAN DEVELOPMENT HIGH WAY SYSTEM OR APPALACHIAN LOCAL ACCESS ROAD CONTRACTS) August 12, 2013 Exhibit 12-G FHWA-1273-Revised May 1, 2012 REQUIRED CONTRACT PROVISIONS FEDERAL-AID CONSTRUCTION CONTRACTS I. General II. Nondiscrimination Ill. Nonsegregated Facilities IV. Davis-Bacon and Related Act Provisions V. Contract Work Hours and Safety Standards Act Provisions VI. Subletting or Assigning the Contract VII. Safety: Accident Prevention VIII. False Statements Concerning Highway Projects IX. Implementation of Clean Air Act and Federal Water Pollution Control Act X. Compliance with Govemmentwide Suspension and Debarment Requirements XI. Certification Regarding Use of Contract Funds for Lobbying ATTACHMENTS A. Employment and Materials Preference for Appalachian Development Highway System or Appalachian Local Access Road Contracts (included in Appalachian contracts only) I. GENERAL 1. Form FHWA-1273 must be physically incorporated in each construction contract funded under Title 23 (excluding emergency contracts solely intended for debris removal). The contractor (or subcontractor) must insert this form in each subcontract and further require its inclusion in all lower tier subcontracts (excluding purchase orders, rental agreements and other agreements for supplies or services). The applicable requirements of Form FHWA-1273 are incorporated by reference for work done under any purchase order. rental agreement or agreement for other services. The prime contractor shall be responsible for compliance by any subcontractor, lower-tier subcontractor or service provider. Form FHWA-1273 must be included in all Federal-aid design-build contracts, in all subcontracts and in lower tier subcontracts (excluding subcontracts for design services. purchase orders, rental agreements and other agreements for supplies or services). The design-builder shall be responsible for compliance by any subcontractor, lower-tier subcontractor or service provider. Contracting agencies may reference Form FHWA-1273 in bid proposal or request for proposal documents, however. the Form FHWA-1273 must be physically incorporated (not referenced) in all contracts, subcontracts and lower-tier subcontracts (excluding purchase orders, rental agreements and other agreements for supplies or services related to a construction contract). 2. Subject to the applicability criteria noted in the following sections, these contract provisions shall apply to all work performed on the contract by the contractor's own organization and with the assistance of workers under the contractor's immediate superintendence and to all work performed on the contract by piecework. station work. or by subcontract. 3. A breach of any of the stipulations contained in these Required Contract Provisions may be sufficient grounds for withholding of progress payments, withholding of final payment. termination of the contract. suspension I debarment or any other action determined to be appropriate by the contracting agency and FHWA. 4. Selection of Labor: During the performance of this contract, the contractor shall not use convict labor for any purpose within the limits of a construction project on a Federal-aid highway unless it is labor performed by convicts who are on parole, supervised release, or probation. The term Federal-aid highway does not include roadways functionally classified as local roads or rural minor collectors. II. NONDISCRIMINATION The provisions of this section related to 23 CFR Part 230 are applicable to all Federal-aid construction contracts and to all related construction subcontracts of $10,000 or more. The provisions of 23 CFR Part 230 are not applicable to material supply, engineering, or architectural service contracts. In addition, the contractor and all subcontractors must comply with the following policies: Executive Order 11246,41 CFR 60, 29 CFR 1625- 1627, Title 23 USC Section 140, the Rehabilitation Act of 1973, as amended (29 USC 794), Title VI of the Civil Rights Act of 1964, as amended, and related regulations including 49 CFR Parts 21 , 26 and 27; and 23 CFR Parts 200, 230, and 633. The contractor and all subcontractors must comply with: the requirements of the Equal Opportunity Clause in 41 CFR 60-1.4(b) and. for all construction contracts exceeding $10,000, the Standard Federal Equal Employment Opportunity Construction Contract Specifications in 41 CFR 60-4.3. Note: The U.S. Department of Labor has exclusive authority to determine compliance with Executive Order 11246 and the policies of the Secretary of Labor including 41 CFR 60, and 29 CFR 1625-1627. The contracting agency and the FHWA have the authority and the responsibility to ensure compliance with Title 23 USC Section 140, the Rehabilitation Act of 1973, as amended (29 USC 794}, and Title VI of the Civil Rights Act of 1964, as amended, and related regulations including 49 CFR Parts 21, 26 and 27; and 23 CFR Parts 200, 230, and 633. The following provision is adopted from 23 CFR 230, Appendix A. with appropriate revisions to conform to the U.S. Department of Labor (US DOL) and FHWA requirements. 1. Equal Employment Opportunity: Equal employment opportunity (EEO) requirements not to discriminate and to take affirmative action to assure equal opportunity as set forth under laws, executive orders, rules, regulations (28 CFR 35, 29 CFR 1630, 29 CFR 1625-1627, 41 CFR 60 and 49 CFR 27) and orders of the Secretary of Labor as modified by the provisions prescribed herein, and imposed pursuant to 23 U.S.C. 140 shall constitute the EEO and specific affirmative action standards for the contractor's project activities under this contract. The provisions of the Americans with Disabilities Act of 1990 (42 U.S. C. 12101 et seq.) set forth under 28 CFR 35 and 29 CFR 1630 are incorporated by reference in this contract. In the execution of this contract, the contractor agrees to comply with the following minimum specific requirement activities of EEO: a. The contractor will work with the contracting agency and the Federal Government to ensure that it has made every good faith effort to provide equal opportunity with respect to all of its terms and conditions of employment and in their review of activities under the contract. b. The contractor will accept as its operating policy the following statement: "It is the policy of this Company to assure that applicants are employed, and that employees are treated during employment. without regard to their race, religion. sex. color. national origin, age or disability. Such action shall include: employment, upgrading, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship, pre-apprenticeship, and/or on- the-job training." 2. EEO Officer: The contractor will designate and make known to the contracting officers an EEO Officer who will have the responsibility for and must be capable of effectively administering and promoting an act.ive EEO program and who must be assigned adequate authority and responsibility to do so August 12,2013 Local Assistance Procedures Manual 3. Dissemination of Policy: All members of the contractor's staff who are authorized to hire, supervise, promote, and discharge employees, or who recommend such action, or who are substantially involved in such action, will be made fully cognizant of, and will implement, the contractor's EEO policy and contractual responsibilities to provide EEO in each grade and classification of employment. To ensure that the above agreement will be met, the following actions will be taken as a minimum: a. Periodic meetings of supervisory and personnel office employees will be conducted before the start of work and then not less often than once every six months, at which time the contractor's EEO policy and its implementation will be reviewed and explained. The meetings will be conducted by the EEO Officer. b. All new supervisory or personnel office employees will be given a thorough indoctrination by the EEO Officer, covering all major aspects of the contractor's EEO obligations within thirty days following their reporting for duty with the contractor. c. All personnel who are engaged in direct recruitment for the project will be instructed by the EEO Officer in the contractor's procedures for locating and hiring minorities and women. d. Notices and posters setting forth the contractor's EEO policy will be placed in areas readily accessible to employees, applicants for employment and potential employees. e. The contractor's EEO policy and the procedures to implement such policy will be brought to the attention of employees by means of meetings, employee handbooks, or other appropriate means. 4. Recruitment: When advertising for employees, the contractor will include in all advertisements for employees the notation: "An Equal Opportunity Employer." All such advertisements will be placed in publications having a large circulation among minorities and women in the area from which the project work force would normally be derived. a. The contractor will, unless precluded by a valid bargaining agreement, conduct systematic and direct recruitment through public and private employee referral sources likely to yield qualified minorities and women. To meet this requirement. the contractor will identify sources of potential minority group employees, and establish with such identified sources procedures whereby minority and women applicants may be referred to the contractor for employment consideration. b. In the event the contractor has a valid bargaining agreement providing for exclusive hiring hall referrals, the contractor is expected to observe the provisions of that agreement to the eKtent that the system meets the contractor's compliance with EEO contract provisions. Where implementation of such an agreement has the effect of discriminating against minorities or women, or obligates the contractor to do the same, such implementation violates Federal nondiscrimination provisions. c. The contractor will encourage its present employees to refer minorities and women as applicants for employment. Information and procedures with regard to referring such applicants will be discussed with employees. 5. Personnel Actions: Wages, working conditions, and employee benefits shall be established and administered, and personnel actions of every type, including hiring, upgrading, promotion, transfer, demotion, layoff, and termination, shall be taken without regard to race, color, religion, sex, national origin, age or disability. The following procedures shall be followed: a. The contractor will conduct periodic inspections of project sites to insure that working conditions and employee facilities do not indicate discriminatory treatment of project site personnel. DLA-08 13-06 Exhibit 12-G Req ui red Federal-aid Contract La nguage b. The contractor will periodically evaluate the spread of wages paid within each classification to determine any evidence of discriminatory wage practices. c. The contractor will periodically review selected personnel actions in depth to determine whether there is evidence of discrimination. Where evidence is found, the contractor will promptly take corrective action. If the review indicates that the discrimination may extend beyond the actions reviewed, such corrective action shall include all affected persons. d. The contractor will promptly investigate all complaints of alleged discrimination made to the contractor in connection with its obligations under this contract, will attempt to resolve such complaints, and will take appropriate corrective action within a reasonable time. If the investigation indicates that the discrimination may affect persons other than the complainant, such corrective action shall include such other persons. Upon completion of each investigation, the contractor will inform every complainant of all of their avenues of appeal. 6. Training and Promotion: a. The contractor will assist in locating, qualifying, and increasing the skills of minorities and women who are applicants for employment or current employees. Such efforts should be aimed at developing full journey level status employees in the type of trade or job classification involved. b. Consistent with the contractor's work force requirements and as permissible under Federal and State regulations, the contractor shall make full use of training programs, i.e., apprenticeship, and on- the-job training programs for the geographical area of contract performance. In the event a special provision for training is provided under this contract, this subparagraph will be superseded as indicated in the special provision. The contracting agency may reserve training positions for persons who receive welfare assistance in accordance with 23 U.S.C. 140(a). c. The contractor will advise employees and applicants for employment of available training programs and entrance requirements for each. d. The contractor will periodically review the training and promotion potential of employees who are minorities and women and will encourage eligible employees to apply for such training and promotion. 7. Unions: If the contractor relies in whole or in part upon unions as a source of employees, the contractor will use good faith efforts to obtain the cooperation of such unions to increase opportunities for minorities and women. Actions by the contractor, either directly or through a contractor's association acting as agent, will include the procedures set forth below: a. The contractor will use good faith efforts to develop, in cooperation with the unions, joint training programs aimed toward qualifying more minorities and women for membership in the unions and increasing the skills of minorities and women so that they may qualify for higher paying employment. b. The contractor will use good faith efforts to incorporate an EEO clause into each union agreement to the end that such union will be contractually bound to refer applicants without regard to their race, color, religion, sex, national origin, age or disability. c. The contractor is to obtain information as to the referral practices and policies of the labor union except that to the extent such information is within the exclusive possession of the labor union and such labor union refuses to furnish such information to the contractor, the contractor shall so certify to the contracting agency Page 9 of22 August 12, 2013 Local Assistance P rocedures Ma nual and shall set forth what efforts have been made to obtain such information. d. In the event the union is unable to provide the contractor with a reasonable flow of referrals within the time limit set forth in the collective bargaining agreement, the contractor will, through independent recruitment efforts, fill the employment vacancies without regard to race, color, religion, sex, national origin, age or disability; making full efforts to obtain qualified and/or qualifiable minorities and women. The failure of a union to provide sufficient referrals (even though it is obligated to provide exclusive referrals under the terms of a collective bargaining agreement) does not relieve the contractor from the requirements of this paragraph. In the event the union referral practice prevents the contractor from meeting the obligations pursuant to Executive Order 11246, as amended, and these special provisions, such contractor shall immediately notify the contracting agency. 8. Reasonable Accommodation for Applicants I Employees with Disabilities: The contractor must be familiar with the requirements for and comply with the Americans with Disabilities Act and all rules and regulations established there under. Employers must provide reasonable accommodation in all employment activities unless to do so would cause an undue hardship. 9. Selection of Subcontractors, Procurement of Materials and Leasing of Equipment: The contractor shall not discriminate on the grounds of race, color, religion, sex, national origin, age or disability in the selection and retention of subcontractors, including procurement of materials and leases of equipment. The contractor shall take all necessary and reasonable steps to ensure nondiscrimination in the administration of this contract. a. The contractor shall notify all potential subcontractors and suppliers and lessors of their EEO obligations under this contract. b. The contractor will use good faith efforts to ensure subcontractor compliance with their EEO obligations. 10. Assurance Required by 49 CFR 26.13(b): a. The requirements of 49 CFR Part 26 and the State DOT's U.S. DOT-approved DBE program are incorporated by reference. b. The contractor or subcontractor shall not discriminate on the basis of race, color, national origin, or sex in the performance of this contract. The contractor shall carry out applicable requirements of 49 CFR Part 26 in the award and administration of DOT-assisted contracts. Failure by the contractor to carry out these requirements is a material breach of this contract, which may result in the termination of this contract or such other remedy as the contracting agency deems appropriate. 11. Records and Reports: The contractor shall keep such records as necessary to document compliance with the EEO requirements. Such records shall be retained for a period of three years following the date of the final payment to the contractor for all contract work and shall be available at reasonable times and places for inspection by authorized representatives of the contracting agency and the FHWA. a. The records kept by the contractor shall document the following: (1) The number and work hours of minority and non-minority group members and women employed in each work classification on the project; (2) The progress and efforts being made in cooperation with unions, when applicable, to increase employment opportunities for minorities and women; and DLA-OB 13-06 Exhibit 12-G Required Federal-a id Contract Language (3) The progress and efforts being made in locating, hiring, training, qualifying, and upgrading minorities and women; b. The contractors and subcontractors will submit an annual report to the contracting agency each July for the duration of the project, indicating the number of minority, women, and non-minority group employees currently engaged in each work classification required by the contract work. This information is to be reported on Form FHWA-1391. The staffing data should represent the project work force on board in all or any part of the last payroll period preceding the end of July. If on-the-job training is being required by special provision, the contractor will be required to collect and report training data. The employment data should reflect the work force on board during all or any part of the last payroll period preceding the end of July. Ill. NONSEGREGATED FACILITIES This provision is applicable to all Federal-aid construction contracts and to all related construction subcontracts of $10,000 or more. The contractor must ensure that facilities provided for employees are provided in such a manner that segregation on the basis of race, color, religion, sex, or national origin cannot result. The contractor may neither require such segregated use by written or oral policies nor tolerate such use by employee custom. The contractor's obligation extends further to ensure that its employees are not assigned to perform their services at any location, under the contractor's control, where the facilities are segregated. The term "facilities" includes waiting rooms, work areas, restaurants and other eating areas, time clocks, restrooms, washrooms, locker rooms, and other storage or dressing areas, parking Jots, drinking fountains, recreation or entertainment areas, transportation, and housing provided for employees. The contractor shall provide separate or single-user restrooms and necessary dressing or sleeping areas to assure privacy between sexes. IV. DAVIS-BACON AND RELATED ACT PROVISIONS This section is applicable to all Federal-aid construction projects exceeding $2,000 and to all related subcontracts and lower-tier subcontracts (regardless of subcontract size). The requirements apply to all projects located within the right-of-way of a roadway that is functionally classified as Federal-aid highway. This excludes roadways functionally classified as local roads or rural minor collectors, which are exempt. Contracting agencies may elect to apply these requirements to other projects. The following provisions are from the U.S. Department of Labor regulations in 29 CFR 5.5 "Contract provisions and related matters" with minor revisions to conform to the FHWA-1273 format and FHWA program requirements. 1. Minimum wages a. All laborers and mechanics employed or working upon the site of the work, will be paid unconditionally and not less often than once a week, and without subsequent deduction or rebate on any account (except such payroll deductions as are permitted by regulations issued by the Secretary of Labor under the Copeland Act (29 CFR part 3)), the full amount of wages and bona fide fringe benefits (or cash equivalents thereof) due at time of payment computed at rates not less than those contained in the wage determination of the Secretary of Labor which is attached hereto and made a part hereof, regardless of any contractual relationship which may be alleged to exist between the contractor and such laborers and mechanics. Contributions made or costs reasonably anticipated for bona fide fringe benefits under section 1 (b)(2) of the Davis-Bacon Act on Page 10 of 22 August 12,2013 Local Assistance Procedures Manual behalf of laborers or mechanics are considered wages paid to such laborers or mechanics, subject to the provisions of paragraph 1 .d. of this section; also, regular contributions made or costs incurred for more than a weekly period (but not less often than quarterly) under plans, funds, or programs which cover the particular weekly period, are deemed to be constructively made or incurred during such weekly period. Such laborers and mechanics shall be paid the appropriate wage rate and fringe benefits on the wage determination for the classification of work actually performed, without regard to skill, except as provided in 29 CFR 5.5(a)(4). Laborers or mechanics performing work in more than one classification may be compensated at the rate specified for each classification for the time actually worked therein: Provided, That the employer's payroll records accurately set forth the time spent in each classification in which work is performed. The wage determination (including any additional classification and wage rates conformed under paragraph 1.b. of this section) and the Davis-Bacon poster (WH-1321) shall be posted at all times by the contractor and its subcontractors at the site of the work in a prominent and accessible place where it can be easily seen by the workers. b. (1) The contracting officer shall require that any class of laborers or mechanics, including helpers, which is not listed in the wage determination and which is to be employed under the contract shall be classified in conformance with the wage determination. The contracting officer shall approve an additional classification and wage rate and fringe benefits therefore only when the following criteria have been met: (i) The work to be performed by the classification requested is not performed by a classification in the wage determination; and (ii) The classification is utilized in the area by the construction industry; and (iii) The proposed wage rate, including any bona fide fringe benefits, bears a reasonable relationship to the wage rates contained in the wage determination. (2) If the contractor and the laborers and mechanics to be employed in the classification (if known), or their representatives, and the contracting officer agree on the classification and wage rate (including the amount designated for fringe benefits where appropriate), a report of the action taken shall be sent by the contracting officer to the Administrator of the Wage and Hour Division, Employment Standards Administration, U.S. Department of Labor, Washington, DC 20210. The Administrator, or an authorized representative, will approve, modify, or disapprove every additional classification action within 30 days of receipt and so advise the contracting officer or will notify the contracting officer within the 30-day period that additional time is necessary. (3) In the event the contractor, the laborers or mechanics to be employed in the classification or their representatives, and the contracting officer do not agree on the proposed classification and wage rate (including the amount designated for fringe benefits, where appropriate), the contracting officer shall refer the questions, including the views of all interested parties and the recommendation of the contracting officer, to the Wage and Hour Administrator for determination. The Wage and Hour Administrator, or an authorized representative, will issue a determination within 30 days of receipt and so advise the contracting officer or will notify the contracting officer within the 30- day period that additional time is necessary. (4) The wage rate (including fringe benefits where appropriate) determined pursuant to paragraphs 1.b.(2) or 1.b.(3) of this section, shall be paid to all workers performing work in the classification under this contract from the first day on which work is performed in the classification. DLA-OB 13-06 Exhibit 12-G Required Federal-aid Contract Language c. Whenever the minimum wage rate prescribed in the contract for a class of laborers or mechanics includes a fringe benefit which is not expressed as an hourly rate, the contractor shall either pay the benefit as stated in the wage determination or shall pay another bona fide fringe benefit or an hourly cash equivalent thereof. d. If the contractor does not make payments to a trustee or other third person, the contractor may consider as part of the wages of any laborer or mechanic the amount of any costs reasonably anticipated in providing bona fide fringe benefits under a plan or program, Provided, That the Secretary of Labor has found, upon the written request of the contractor, that the applicable standards of the Davis-Bacon Act have been met. The Secretary of Labor may require the contractor to set aside in a separate account assets for the meeting of obligations under the plan or program. 2. Withholding The contracting agency shall upon its own action or upon written request of an authorized representative of the Department of Labor, withhold or cause to be withheld from the contractor under this contract, or any other Federal contract with the same prime contractor, or any other federally-assisted contract subject to Davis- Bacon prevailing wage requirements, which is held by the same prime contractor, so much of the accrued payments or advances as may be considered necessary to pay laborers and mechanics, including apprentices, trainees, and helpers, employed by the contractor or any subcontractor the full amount of wages required by the contract. In the event of failure to pay any laborer or mechanic, including any apprentice, trainee, or helper, employed or working on the site of the work, all or part of the wages required by the contract, the contracting agency may, after written notice to the contractor, take such action as may be necessary to cause the suspension of any further payment, advance, or guarantee of funds until such violations have ceased. 3. Payrolls and basic records a. Payrolls and basic records relating thereto shall be maintained by the contractor during the course of the work and preserved for a period of three years thereafter for all laborers and mechanics working at the site of the work. Such records shall contain the name, address, and social security number of each such worker, his or her correct classification, hourly rates of wages paid (including rates of contributions or costs anticipated for bona fide fringe benefits or cash equivalents thereof of the types described in section 1 (b)(2)(B) of the Davis-Bacon Act), daily and weekly number of hours worked, deductions made and actual wages paid. Whenever the Secretary of Labor has found under 29 CFR 5.5(a)(1)(iv) that the wages of any laborer or mechanic include the amount of any costs reasonably anticipated in providing benefits under a plan or program described in section 1 (b)(2)(B) of the Davis-Bacon Act, the contractor shall maintain records which show that the commitment to provide such benefits is enforceable, that the plan or program is financially responsible, and that the plan or program has been communicated in writing to the laborers or mechanics affected, and records which show the costs anticipated or the actual cost incurred in providing such benefits. Contractors employing apprentices or trainees under approved programs shall maintain written evidence of the registration of apprenticeship programs and certification of trainee programs, the registration of the apprentices and trainees, and the ratios and wage rates prescribed in the applicable programs. b. (1) The contractor shall submit weekly for each week in which any contract work is performed a copy of all payrolls to the contracting agency. The payrolls submitted shall set out accurately and completely all of the information required to be maintained under 29 CFR 5.5(a)(3)(i), except that full social security numbers and home addresses shall not be included on weekly transmittals. Instead the payrolls shall only need to include an individually identifying number for each employee (e.g. , the last four digits of Page JJ of22 August 12, 2013 Local Assistance Procedures Manual the employee's social security number). The required weekly payroll information may be submitted in any form desired. Optional Form WH-347 is available for this purpose from the Wage and Hour Division Web site at http://www.dol.gov/esa/whd/forms/wh347instr.htm or its successor site. The prime contractor is responsible for the submission of copies of payrolls by all subcontractors. Contractors and subcontractors shall maintain the full social security number and current address of each covered worker, and shall provide them upon request to the contracting agency for transmission to the State DOT, the FHWA or the Wage and Hour Division of the Department of Labor for purposes of an investigation or audit of compliance with prevailing wage requirements. It is not a violation of this section for a prime contractor to require a subcontractor to provide addresses and social security numbers to the prime contractor for its own records, without weekly submission to the contracting agency .. (2) Each payroll submitted shall be accompanied by a "Statement of Compliance," signed by the contractor or subcontractor or his or her agent who pays or supervises the payment of the persons employed under the contract and shall certify the following: (i) That the payroll for the payroll period contains the information required to be provided under §5.5 (a)(3)(ii) of Regulations, 29 CFR part 5, the appropriate information is being maintained under §5.5 (a)(3)(i) of Regulations, 29 CFR part 5, and that such information is correct and complete; (ii) That each laborer or mechanic (including each helper, apprentice, and trainee) employed on the contract during the payroll period has been paid the full weekly wages earned, without rebate, either directly or indirectly, and that no deductions have been made either directly or indirectly from the full wages earned, other than permissible deductions as set forth in Regulations, 29 CFR part 3; (iii) That each laborer or mechanic has been paid not less than the applicable wage rates and fringe benefits or cash equivalents for the classification of work performed, as specified in the applicable wage determination incorporated into the contract. (3) The weekly submission of a properly executed certification set forth on the reverse side of Optional Form WH-347 shall satisfy the requirement for submission of the "Statement of Compliance" required by paragraph 3.b.(2) of this section. (4) The falsification of any of the above certifications may subject the contractor or subcontractor to civil or criminal prosecution under section 1001 of title 18 and section 231 of title 31 of the United States Code. c. The contractor or subcontractor shall make the records required under paragraph 3.a. of this section available for inspection, copying, or transcription by authorized representatives of the contracting agency, the State DOT, the FHWA, or the Department of Labor, and shall permit such representatives to interview employees during working hours on the job. If the contractor or subcontractor fails to submit the required records or to make them available, the FHWA may, after written notice to the contractor, the contracting agency or the State DOT, take such action as may be necessary to cause the suspension of any further payment, advance, or guarantee of funds. Furthermore, failure to submit the required records upon request or to make such records available may be grounds for debarment action pursuant to 29 CFR 5.12. 4. Apprentices and trainees a. Apprentices (programs of the USDOL). DLA-08 13-06 Exhibit 12-G Required Federal-aid Contract Language Apprentices will be permitted to work at less than the predetermined rate for the work they performed when they are employed pursuant to and individually registered in a bona fide apprenticeship program registered with the U.S. Department of Labor, Employment and Training Administration, Office of Apprenticeship Training, Employer and Labor Services, or with a State Apprenticeship Agency recognized by the Office, or if a person is employed in his or her first 90 days of probationary employment as an apprentice in such an apprenticeship program, who is not individually registered in the program, but who has been certified by the Office of Apprenticeship Training, Employer and Labor Services or a State Apprenticeship Agency (where appropriate) to be eligible for probationary employment as an apprentice. The allowable ratio of apprentices to journeymen on the job site in any craft classification shall not be greater than the ratio permitted to the contractor as to the entire work force under the registered program. Any worker listed on a payroll at an apprentice wage rate, who is not registered or otherwise employed as stated above, shall be paid not less than the applicable wage rate on the wage determination for the classification of work actually performed. In addition, any apprentice performing work on the job site in excess of the ratio permitted under the registered program shall be paid not less than the applicable wage rate on the wage determination for the work actually performed. Where a contractor is performing construction on a project in a locality other than that in which its program is registered, the ratios and wage rates (expressed in percentages of the journeyman's hourly rate) specified in the contractor's or subcontractor's registered program shall be observed. Every apprentice must be paid at not less than the rate specified in the registered program for the apprentice's level of progress, expressed as a percentage of the journeymen hourly rate specified in the applicable wage determination. Apprentices shall be paid fringe benefits in accordance with the provisions of the apprenticeship program. If the apprenticeship program does not specify fringe benefits, apprentices must be paid the full amount of fringe benefits listed on the wage determination for the applicable classification. If the Administrator determines that a different practice prevails for the applicable apprentice classification, fringes shall be paid in accordance with that determination. In the event the Office of Apprenticeship Training, Employer and Labor Services, or a State Apprenticeship Agency recognized by the Office, withdraws approval of an apprenticeship program, the contractor will no longer be permitted to utilize apprentices at less than the applicable predetermined rate for the work performed until an acceptable program is approved. b. Trainees (programs of the US DOL). Except as provided in 29 CFR 5.16, trainees will not be permitted to work at less than the predetermined rate for the work performed unless they are employed pursuant to and individually registered in a program which has received prior approval, evidenced by formal certification by the U.S. Department of Labor, Employment and Training Administration. The ratio of trainees to journeymen on the job site shall not be greater than permitted under the plan approved by the Employment and Training Administration. Every trainee must be paid at not less than the rate specified in the approved program for the trainee's level of progress, expressed as a percentage of the journeyman hourly rate specified in the applicable wage determination. Trainees shall be paid fringe benefits in accordance with the provisions of the trainee program. If the trainee program does not mention fringe benefits, trainees shall be paid the full amount of fringe benefits listed on the wage determination unless the Administrator of the Wage and Hour Division determines Page 12 of22 August 12,2013 Local Assistance Procedures Manual that there is an apprenticeship program associated with the corresponding journeyman wage rate on the wage determination which provides for less than full fringe benefits for apprentices. Any employee listed on the payroll at a trainee rate who is not registered and participating in a training plan approved by the Employment and Training Administration shall be paid not less than the applicable wage rate on the wage determination for the classification of work actually performed. In addition, any trainee performing work on the job site in excess of the ratio permitted under the registered program shall be paid not less than the applicable wage rate on the wage determination for the work actually performed. In the event the Employment and Training Administration withdraws approval of a training program, the contractor will no longer be permitted to utilize trainees at less than the applicable predetermined rate for the work performed until an acceptable program is approved. c. Equal employment opportunity. The utilization of apprentices, trainees and journeymen under this part shall be in conformity with the equal employment opportunity requirements of Executive Order 11246, as amended, and 29 CFR part 30. d. Apprentices and Trainees (programs of the U.S. DOT). Apprentices and trainees working under apprenticeship and skill training programs which have been certified by the Secretary of Transportation as promoting EEO in connection with Federal-aid highway construction programs are not subject to the requirements of paragraph 4 of this Section IV. The straight time hourly wage rates for apprentices and trainees under such programs will be established by the particular programs. The ratio of apprentices and trainees to journeymen shall not be greater than permitted by the terms of the particular program. 5. Compliance with Copeland Act requirements. The contractor shall comply with the requirements of 29 CFR part 3, which are incorporated by reference in this contract. 6. Subcontracts. The contractor or subcontractor shall insert Form FHWA-1273 in any subcontracts and also require the subcontractors to include Form FHWA-1273 in any lower tier subcontracts. The prime contractor shall be responsible for the compliance by any subcontractor or lower tier subcontractor with all the contract clauses in 29 CFR 5.5. 7. Contract termination: debarment. A breach of the contract clauses in 29 CFR 5.5 may be grounds for termination of the contract, and for debarment as a contractor and a subcontractor as provided in 29 CFR 5.12. 8. Compliance with Davis-Bacon and Related Act requirements. All rulings and interpretations of the Davis-Bacon and Related Acts contained in 29 CFR parts 1, 3, and 5 are herein incorporated by reference in this contract. 9. Disputes concerning labor standards. Disputes arising out of the labor standards provisions of this contract shall not be subject to the general disputes clause of this contract. Such disputes shall be resolved in accordance with the procedures of the Department of Labor set forth in 29 CFR parts 5, 6, and 7. Disputes within the meaning of this clause include disputes between the contractor (or any of its subcontractors) and the contracting agency, the U.S. Department of Labor, or the employees or their representatives. 10. Certification of eligibility. a. By entering into this contract, the contractor certifies that neither it (nor he or she) nor any person or firm who has an interest in the contractor's firm is a person or firm ineligible to be awarded DLA-OB 13-06 Exhibit J2-G Required Federal-aid Contract Language Government contracts by virtue of section 3(a) of the Davis-Bacon Act or 29 CFR 5.12(a)(1). b. No part of this contract shall be subcontracted to any person or firm ineligible for award of a Government contract by virtue of section 3(a) of the Davis-Bacon Act or 29 CFR 5.12(a)(1 ). c. The penalty for making false statements is prescribed in the U.S. Criminal Code, 18 U.S.C. 1001. V. CONTRACT WORK HOURS AND SAFETY STANDARDS ACT The following clauses apply to any Federal-aid construction contract in an amount in excess of $100,000 and subject to the overtime provisions of the Contract Work Hours and Safety Standards Act. These clauses shall be inserted in addition to the clauses required by 29 CFR 5.5(a) or 29 CFR 4.6. As used in this paragraph, the terms laborers and mechanics include watchmen and guards. 1. Overtime requirements. No contractor or subcontractor contracting for any part of the contract work which may require or involve the employment of laborers or mechanics shall require or permit any such laborer or mechanic in any workweek in which he or she is employed on such work to work in excess of forty hours in such workweek unless such laborer or mechanic receives compensation at a rate not less than one and one-half times the basic rate of pay for all hours worked in excess of forty hours in such workweek. 2. Violation; liability for unpaid wages; liquidated damages. In the event of any violation of the clause set forth in paragraph (1.) of this section, the contractor and any subcontractor responsible therefor shall be liable for the unpaid wages. In addition, such contractor and subcontractor shall be liable to the United States (in the case of work done under contract for the District of Columbia or a territory, to such District or to such territory), for liquidated damages. Such liquidated damages shall be computed with respect to each individual laborer or mechanic, including watchmen and guards, employed in violation of the clause set forth in paragraph (1 .) of this section, in the sum of $10 for each calendar day on which such individual was required or permitted to work in excess of the standard workweek of forty hours without payment of the overtime wages required by the clause set forth in paragraph (1.) of this section. 3. Withholding for unpaid wages and liquidated damages. The FHWA or the contacting agency shall upon its own action or upon written request of an authorized representative of the Department of Labor withhold or cause to be withheld, from any moneys payable on account of work performed by the contractor or subcontractor under any such contract or any other Federal contract with the same prime contractor, or any other federally-assisted contract subject to the Contract Work Hours and Safety Standards Act, which is held by the same prime contractor, such sums as may be determined to be necessary to satisfy any liabilities of such contractor or subcontractor for unpaid wages and liquidated damages as provided in the clause set forth in paragraph (2.) of this section. 4. Subcontracts. The contractor or subcontractor shall insert in any subcontracts the clauses set forth in paragraph (1.) through (4.) of this section and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts. The prime contractor shall be responsible for compliance by any subcontractor or lower tier subcontractor with the clauses set forth in paragraphs (1.) through (4.) of this section. Page 13 of22 August 12,2013 Local Assista nce Procedures Manual VI. SUBLETIING OR ASSIGNING THE CONTRACT This provision is applicable to all Federal-aid construction contracts on the National Highway System. 1. The contractor shall perform with its own organization contract work amounting to not less than 30 percent (or a greater percentage if specified elsewhere in the contract) of the total original contract price, excluding any specialty items designated by the contracting agency. Specialty items may be performed by subcontract and the amount of any such specialty items performed may be deducted from the total original contract price before computing the amount of work required to be performed by the contractor's own organization (23 CFR 635.116). a. The term "perform work with its own organization• refers to workers employed or leased by the prime contractor, and equipment owned or rented by the prime contractor, with or without operators. Such term does not include employees or equipment of a subcontractor or lower tier subcontractor, agents of the prime contractor, or any other assignees. The term may include payments for the costs of hiring leased employees from an employee leasing firm meeting all relevant Federal and State regulatory requirements. Leased employees may only be included in this term if the prime contractor meets all of the following conditions: (1) the prime contractor maintains control over the supervision of the day-to-day activities of the leased employees; (2) the prime contractor remains responsible for the quality of the work of the leased employees; (3) the prime contractor retains all power to accept or exclude individual employees from work on the project; and (4) the prime contractor remains ultimately responsible for the payment of predetermined minimum wages, the submission of payrolls, statements of compliance and all other Federal regulatory requirements. b. "Specialty Items" shall be construed to be limited to work that requires highly specialized knowledge, abilities, or equipment not ordinarily available in the type of contracting organizations qualified and expected to bid or propose on the contract as a whole and in general are to be limited to minor components of the overall contract. 2. The contract amount upon which the requirements set forth in paragraph (1) of Section VI is computed includes the cost of material and manufactured products which are to be purchased or produced by the contractor under the contract provisions. 3. The contractor shall furnish (a) a competent superintendent or supervisor who is employed by the firm, has full authority to direct performance of the work in accordance with the contract requirements, and is in charge of all construction operations (regardless of who performs the work) and (b) such other of its own organizational resources (supervision, management, and engineering services) as the contracting officer determines is necessary to assure the performance of the contract. 4. No portion of the contract shall be sublet, assigned or otherwise disposed of except with the written consent of the contracting officer, or authorized representative, and such consent when given shall not be construed to relieve the contractor of any responsibility for the fulfillment of the contract. Written consent will be given only after the contracting agency has assured that each subcontract is evidenced in writing and that it contains all pertinent provisions and requirements of the prime contract. 5. The 30% self-performance requirement of paragraph (1) is not applicable to design-build contracts; however, contracting agencies may establish their own self-performance requirements. DLA-OB 13-06 Exhibit 12-G Required Federal-aid Contract La nguage VII. SAFETY: ACCIDENT PREVENTION This provision is applicable to all Federal-aid construction contracts and to all related subcontracts. 1. In the performance of this contract the contractor shall comply with all applicable Federal, State, and local laws governing safety, health, and sanitation (23 CFR 635). The contractor shall provide all safeguards, safety devices and protective equipment and take any other needed actions as it determines, or as the contracting officer may determine, to be reasonably necessary to protect the life and health of employees on the job and the safety of the public and to protect property in connection with the performance of the work covered by the contract. 2. It is a condition of this contract, and shall be made a condition of each subcontract, which the contractor enters into pursuant to this contract, that the contractor and any subcontractor shall not permit any employee, in performance of the contract, to work in surroundings or under conditions which are unsanitary, hazardous or dangerous to his/her health or safety, as determined under construction safety and health standards (29 CFR 1926) promulgated by the Secretary of Labor, in accordance with Section 107 of the Contract Work Hours and Safety Standards Act (40 U.S.C. 3704). 3. Pursuant to 29 CFR 1926.3, it is a condition of this contract that the Secretary of Labor or authorized representative thereof, shall have right of entry to any site of contract performance to inspect or investigate the matter of compliance with the construction safety and health standards and to carry out the duties of the Secretary under Section 107 of the Contract Work Hours and Safety Standards Act (40 U.S.C.3704). VIII. FALSE STATEMENTS CONCERNING HIGHWAY PROJECTS This provision is applicable to all Federal-aid construction contracts and to all related subcontracts. In order to assure high quality and durable construction in conformity with approved plans and specifications and a high degree of reliability on statements and representations made by engineers, contractors, suppliers, and workers on Federal-aid highway projects, it is essential that all persons concerned with the project perform their functions as carefully, thoroughly, and honestly as possible. Willful falsification, distortion, or misrepresentation with respect to any facts related to the project is a violation of Federal law. To prevent any misunderstanding regarding the seriousness of these and similar acts, Form FHWA-1022 shall be posted on each Federal-aid highway project (23 CFR 635) in one or more places where it is readily available to all persons concerned with the project: 18 U.S.C. 1020 reads as follows: 'Whoever, being an officer, agent, or employee of the United States, or of any State or Territory, or whoever, whether a person, association, firm, or corporation, knowingly makes any false statement, false representation, or false report as to the character, quality, quantity, or cost of the material used or to be used, or the quantity or quality of the work performed or to be performed, or the cost thereof in connection with the submission of plans, maps, specifications, contracts, or costs of construction on any highway or related project submitted for approval to the Secretary of Transportation; or Whoever knowingly makes any false statement, false representation, false report or false claim with respect to the character, quality, quantity, or cost of any work performed or to be Page 14 of22 August 12, 2013 Local Assi tance Procedures Manual performed, or materials furnished or to be furnished, in connection with the construction of any highway or related project approved by the Secretary of Transportation; or Whoever knowingly makes any false statement or false representation as to material fact in any statement, certificate, or report submitted pursuant to provisions of the Federal-aid Roads Act approved July 1, 1916, (39 Stat. 355), as amended and supplemented; Shall be fined under this title or imprisoned not more than 5 years or both." IX. IMPLEMENTATION OF CLEAN AIR ACT AND FEDERAL WATER POLLUTION CONTROL ACT This provision is applicable to all Federal-aid construction contracts and to all related subcontracts. By submission of this bid/proposal or the execution of this contract, or subcontract, as appropriate, the bidder, proposer, Federal-aid construction contractor, or subcontractor, as appropriate, will be deemed to have stipulated as follows: 1. That any person who is or will be utilized in the performance of this contract is not prohibited from receiving an award due to a violation of Section 508 of the Clean Water Act or Section 306 of the Clean Air Act. 2. That the contractor agrees to include or cause to be included the requirements of paragraph (1) of this Section X in every subcontract, and further agrees to take such action as the contracting agency may direct as a means of enforcing such requirements. X. CERTIFICATION REGARDING DEBARMENT, SUSPENSION, INELIGIBILITY AND VOLUNTARY EXCLUSION This provision is applicable to all Federal-aid construction contracts, design-build contracts, subcontracts, lower-tier subcontracts, purchase orders, lease agreements, consultant contracts or any other covered transaction requiring FHWA approval or that is estimated to cost $25,000 or more -as defined in 2 CFR Parts 180 and 1200. 1. Instructions for Certification -First Tier Participants: a. By signing and submitting this proposal, the prospective first tier participant is providing the certification set out below. b. The inability of a person to provide the certification set out below will not necessarily result in denial of participation in this covered transaction. The prospective first tier participant shall submit an explanation of why it cannot provide the certification set out below. The certification or explanation will be considered in connection with the department or agency's determination whether to enter into this transaction. However, failure of the prospective first tier participant to furnish a certification or an explanation shall disqualify such a person from participation in this transaction. c. The certification in this clause is a material representation of fact upon which reliance was placed when the contracting agency determined to enter into this transaction. If it is later determined that the prospective participant knowingly rendered an erroneous certification, in addition to other remedies available to the Federal Government, the contracting agency may terminate this transaction for cause of default. d. The prospective first tier participant shall provide immediate written notice to the contracting agency to whom this proposal is DLA-08 13-06 Ex hibit 12-G Req uired Federal-aid Contract Language submitted if any time the prospective first tier participant learns that its certification was erroneous when submitted or has become erroneous by reason of changed circumstances. e. The terms "covered transaction," "debarred." "suspended," "ineligible," "participant." "person," "principal," and "voluntarily excluded," as used in this clause, are defined in 2 CFR Parts 180 and 1200. "First Tier Covered Transactions" refers to any covered transaction between a grantee or subgrantee of Federal funds and a participant (such as the prime or general contract). "Lower Tier Covered Transactions" refers to any covered transaction under a First Tier Covered Transaction (such as subcontracts). "First Tier Participant" refers to the participant who has entered into a covered transaction with a grantee or subgrantee of Federal funds (such as the prime or general contractor). "Lower Tier Participant" refers any participant who has entered into a covered transaction with a First Tier Participant or other Lower Tier Participants (such as subcontractors and suppliers). f. The prospective first tier participant agrees by submitting this proposal that, should the proposed covered transaction be entered into, it shall not knowingly enter into any lower tier covered transaction with a person who is debarred, suspended, declared Ineligible, or voluntarily excluded from participation in this covered transaction, unless authorized by the department or agency entering into this transaction. g. The prospective first tier participant further agrees by submitting this proposal that it will include the clause titled "Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion-Lower Tier Covered Transactions," provided by the department or contracting agency, entering into this covered transaction, without modification, in all lower tier covered transactions and in all solicitations for lower tier covered transactions exceeding the $25,000 threshold. h. A participant in a covered transaction may rely upon a certification of a prospective participant in a lower tier covered transaction that is not debarred, suspended, ineligible, or voluntarily excluded from the covered transaction, unless it knows that the certification is erroneous. A participant is responsible for ensuring that its principals are not suspended, debarred, or otherwise ineligible to participate in covered transactions. To verify the eligibility of its principals, as well as the eligibility of any lower tier prospective participants, each participant may, but is not required to, check the Excluded Parties List System website (https;//"""·epls.govD. which is compiled by the General Services Administration. i. Nothing contained in the foregoing shall be construed to require the establishment of a system of records in order to render in good faith the certification required by this clause. The knowledge and information of the prospective participant is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings. j. Except for transactions authorized under paragraph (f) of these instructions. if a participant in a covered transaction knowingly enters into a lower tier covered transaction with a person who is suspended, debarred, ineligible, or voluntarily excluded from participation in this transaction, in addition to other remedies available to the Federal Government, the department or agency may terminate this transaction for cause or default. 2. Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion -First Tier Participants: a. The prospective first tier participant certifies to the best of its knowledge and belief, that it and its principals: Page IS of 22 August 12,2013 Local Assistance Procedures Manual (1) Are not presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participating in covered transactions by any Federal department or agency; (2) Have not within a three-year period preceding this proposal been convicted of or had a civil judgment rendered against them for commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (Federal, State or local) transaction or contract under a public transaction; violation of Federal or State antitrust statutes or commission of embez.zlement, theft, forgery, bribery, falsification or destruction of records, making false statements, or receiving stolen property; (3) Are not presently indicted for or otherwise criminally or civilly charged by a governmental entity (Federal, State or local) with commission of any of the offenses enumerated in paragraph (a)(2) of this certification; and (4) Have not within a three-year period preceding this application/proposal had one or more public transactions (Federal, State or local) terminated for cause or default. b. Where the prospective participant is unable to certify to any of the statements in this certification, such prospective participant shall attach an explanation to this proposal. 2. Instructions for Certification -Lower Tier Participants: (Applicable to all subcontracts, purchase orders and other lower tier transactions requiring prior FHWA approval or estimated to cost $25,000 or more -2 CFR Parts 180 and 1200) a. By signing and submitting this proposal, the prospective lower tier is providing the certification set out below. b. The certification in this clause is a material representation of fact upon which reliance was placed when this transaction was entered into. If it is later determined that the prospective lower tier participant knowingly rendered an erroneous certification, in addition to other remedies available to the Federal Government, the department, or agency with which this transaction originated may pursue available remedies, including suspension and/or debarment. c. The prospective lower tier participant shall provide immediate written notice to the person to which this proposal is submitted if at any time the prospective lower tier participant learns that its certification was erroneous by reason of changed circumstances. d. The terms "covered transaction," "debarred," "suspended," "ineligible," "participant," "person," "principal," and "voluntarily excluded," as used in this clause, are defined in 2 CFR Parts 180 and 1200. You may contact the person to which this proposal is submitted for assistance in obtaining a copy of those regulations. "First Tier Covered Transactions" refers to any covered transaction between a grantee or subgrantee of Federal funds and a participant (such as the prime or general contract). "Lower Tier Covered Transactions" refers to any covered transaction under a First Tier Covered Transaction (such as subcontracts). "First Tier Participant" refers to the participant who has entered into a covered transaction with a grantee or subgrantee of Federal funds (such as the prime or general contractor). "Lower Tier Participant" refers any participant who has entered into a covered transaction with a First Tier Participant or other Lower Tier Participants (such as subcontractors and suppliers). e. The prospective lower tier participant agrees by submitting this proposal that, should the proposed covered transaction be entered into, it shall not knowingly enter into any lower tier covered transaction with a person who is debarred, suspended, declared ineligible, or voluntarily excluded from participation in this covered DLA-OB 13-06 Exhibit 12-G Required Federal-aid Contract Language transaction, unless authorized by the department or agency with which this transaction originated. f. The prospective lower tier participant further agrees by submitting this proposal that it will include this clause titled "Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion-Lower Tier Covered Transaction," without modification, in all lower tier covered transactions and in all solicitations for lower tier covered transactions exceeding the $25,000 threshold. g. A participant in a covered transaction may rely upon a certification of a prospective participant in a lower tier covered transaction that is not debarred, suspended, ineligible, or voluntarily excluded from the covered transaction, unless it knows that the certification is erroneous. A participant is responsible for ensuring that its principals are not suspended, debarred, or otherwise ineligible to participate in covered transactions. To verify the eligibility of its principals, as well as the eligibility of any lower tier prospective participants, each participant may, but is not required to, check the Excluded Parties List System website (https:/1\\ ww cpls.govD, which is compiled by the General Services Administration. h. Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to render in good faith the certification required by this clause. The knowledge and information of participant is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings. i. Except for transactions authorized under paragraph e of these instructions, if a participant in a covered transaction knowingly enters into a lower tier covered transaction with a person who is suspended, debarred, ineligible, or voluntarily excluded from participation in this transaction, in addition to other remedies available to the Federal Government, the department or agency with which this transaction originated may pursue available remedies, including suspension and/or debarment. Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion-Lower Tier Participants: 1. The prospective lower tier participant certifies, by submission of this proposal, that neither it nor its principals is presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participating in covered transactions by any Federal department or agency. 2. Where the prospective lower tier participant is unable to certify to any of the statements in this certification, such prospective participant shall attach an explanation to this proposal. XI. CERTIFICATION REGARDING USE OF CONTRACT FUNDS FOR LOBBYING This provision is applicable to all Federal-aid construction contracts and to all related subcontracts which exceed $100,000 (49 CFR 20). 1. The prospective participant certifies, by signing and submitting this bid or proposal, to the best of his or her knowledge and belief, that: a. No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of any Federal agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the Page 16 of22 August 12, 2013 Local Assistance Procedures Manual awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement. b. If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any Federal agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form-LLL, "Disclosure Form to Report Lobbying," in accordance with its instructions. 12. FEMALE AND MIONORITY GOALS Ex hibit 12-G Required Federal-aid Contract Language 2. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by 31 U.S.C. 1352. Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. 3 The prospective participant also agrees by submitting its bid or proposal that the participant shall require that the language of this certification be included in all lower tier subcontracts, which exceed $100,000 and that all such recipients shall certify and disclose accordingly. To comply with Section JI, " ondiscrimination," of "Required Contract Provisions Federal-Aid Construction Contracts," the following are goals for female and minority utilization goals for Federal-aid construction contracts and subcontracts that exceed $10,000: The nationwide goal for female utilization is 6.9 percent. The goals for minority util ization [45 Fed Reg 65984 (10/3/1980)] are as foll ows: DLA-08 13-06 Page 17 of22 August 12,2013 174 175 176 177 178 179 180 181 DLA-OB 13-06 M INORITY UTILIZATION GOALS Economic Area ReddingCA: on-SMSA (Standard Metropolitan Statistical Area) Counties: CA Lassen: CA Modoc: CA Plumas: CA Shasta: CA Siskiyou: CA Tehama Eureka CA Non-SM A Counties: CA Del Norte; CA Humboldt; CA Trinity San Francisco-Oakland-San Jose, CA: SMSA Counties: 7 120 Salinas-Seaside-Monterey. CA CA Monterey 7360 San Francisco-Oakland CA Alameda: CA Contra Costa; CA Marin; CA San Francisco; CA San Mateo 7400 San Jose. CA CA Santa Clara CA 7485 Santa Cruz, CA CA anta Cmz 7500 anta Rosa CA Sonoma 8720 Vallejo-Fairfield-Napa, CA CA Napa: CA olano Non-SMSA Counties: CA Lake: CA Mendocino; CA San Benito Sacramento, CA: SMSA Counties: 6920 Sacramento, CA CA Placer; CA Sacramento; CA Yolo Non-SMSA Counties CA Butte: CA Colusa: CA El Dorado; CA Glenn; CA Nevada; CA Sierra: CA Sutter; CA Yuba Stockton-Modesto. CA: SMSA Counties: 5 170 Modesto, CA CA Stanislaus 8120 Stockton. CA CA an Joaquin Non-SMSA Counties CA Alpine: CA Amador; CA Calaveras: CA Mariposa; CA Merced: CA Tuolumne Fresno-Bakersfield, CA SM A Counties: 0680 Bakersfield. CA CA Kern 2840 Fresno, CA CA Fresno Non-SMSA Counties: CA Kings; CA Madera; CA Tulare Los Angeles, CA: SMSA Counties: 0360 Anaheim-Santa Ana-Garden Grove, CA CA Orange 4480 Los Angeles-Long Beach, CA CA Los Angeles 6000 Oxnard-Simi Valley-Ventura, CA CA Ventura 6780 Riverside-San Bernardino-Ontario. CA CA Riverside; CA San Bernardino 7480 Santa Barbara-Santa Maria-Lompoc, CA CA anta Barbara Non-SM A Counties CA lnyo: CA Mono: CA San Luis Obispo San Diego, CA: SM A Counties 7320 San Diego, CA CA an Diego Non-SMSA Counties r a ,....,,..,.~;~, Goal (Percent) 6.8 6.6 28.9 25.6 19.6 14.9 9.1 17.1 23.2 16.1 14.3 12.3 24.3 19.8 19.1 26.1 23.6 11.9 28.3 21.5 19.0 19.7 24.6 16.9 18.2 Page 18 on: August 12, 2013 For each July during which work is performed under the contract, you and each non material-supplier subcontractor with a subcontract of $10,000 or more must complete Form FHWA PR-1391 (Appendix C to 23 CFR 230). Submit the forms by August 15. 13. FEDERAL TRAINEE PROGRAM For the Federal training program, the number of trainees or apprentices is ---- This section applies if a number oftrainees or apprentices is specified in the special provisions. As part of your equal opportunity affirmative action program, provide on-the-job training to develop full j ourneymen in the types of trades or job classifi cations involved. You have primary responsibility for meeting thi s training requirement. If you subcontract a contract part, determine how many trainees or apprentices are to be trained by the subcontractor. Include these training requirements in yow· subcontract. Where feasible, 25 p ercent of apprentices or trainees in each occupati on must be in their 1st year of apprenticeship or training. Distribute the number of apprentices or trainees among the work classifications on the basis of your needs and the availability of journeymen in the various classifications within a reasonable recruitment area. Before starting work, submit to the City/County of ___ _ 1. Number of apprentices or trainees to be trained for each classificat ion 2. Training progran1 to be used 3. Training stru1ing date for each classification Obtain the City/County's of approval for thi s submitted information before you start work. The City/County of credits you for each apprentice or trainee you employ on the work who is currently enrolled or becomes enrolled in an approved program . The primary obj ective of this section is to train and upgrade minorities and women toward j ourneymen status. Make every effort to emoll minority and women apprentices or trainees, such as conducting systematic and direct recruitment through public and private sources likely to yield minority and women apprentices or trainees, to the extent they are available within a reasonable recruitment area. Show that you have made the efforts. In making these efforts, do not discriminate against any applicant for training. Do not employ as an apprentice or trainee an employee: 1. In any classification in which the employee has successfully completed a training course leading to journeyman status or in which the employee has been employed as a Journeyman 2. Who is not registered in a program approved by the US Department of Labor, Bureau of Apprenticeship and Training Page 19 of22 DLA-OB 13-06 August 12,2013 Ask the employee if the employee has successfully completed a training course leading to journeyman status or has been employed as a journeyman. Your records must show the employee's answers to the questions. ln your training program. establish the minimum length and training type for each classification. The City/County of and FHWA approves a program if one of the following is met: 1. It is calculated to: • Meet the your equal employment opportunity responsibilities • Qualify the average apprentice or trainee for journeyman status in the classification involved by the end ofthe training peri od 2. It is registered with the U .. Department of Labor, Bureau of Apprenticeship and Training, and it is administered in a way consistent with the equal employment responsibi lities of Federal-aid highway construction contracts Obtain the State's approval for your training program before you start work involving the classification covered by the program. Provide training in the construction crafts, not in clerk-typist or secretarial-type positions. Training is allowed in lower level management positions such as office engineers, estimators. and timekeepers if the training is oriented toward construction applications. Training is allowed in the laborer classification if significant and meaningful training is provided and approved by the di vision office. Off-site training is allowed if the training is an integral part of an approved training program and does not make up a significant part of the overall training. The City/County of reimburses you 80 cents per hour of training given an employee on this contract under an approved training program: I. For on-site training 2. For off-site training if the apprentice or trainee is currently employed on a Federal-aid project and you do at least one of the following: • Contribute to the cost of the training • Provide the instruction to the apprentice or trainee • Pay the apprentice's or trainee's wages during the off-site training period 3. If you comply this section. Each apprentice or trainee must: 1. Begin training on the project as soon as feasible after the start of work involving the apprentice's or trainee's skill 2. Remain on the project as long as training opportunities exist in the apprentice's or trainee's work c lassification or until the apprentice or trainee has completed the training program Furnish the apprentice or trainee: 1. Copy of the program you w ill comply with in providing the training 2. Certification showing the type and length of training satisfactorily completed 14. TITLE VI ASSURANCES Page 20 of22 DLA-08 13-06 August 12,2013 During the performance of this Agreement, the contractor, for itself, its assignees and successors in interest (hereinafter coll ectively referred to as CONTRACTOR) agrees as follows: (I) Compliance with Regulations: CONTRACTOR shall comply with the regulations relative to nondiscrimination in federall y assisted programs of the Department of Transp01tation, Title 49, Code of Federal Regulations, Part 21, as they may be amended from time to time, (hereinafter referred to as the REGULATIO S), which are herein incorporated by reference and made a part of this agreement. (2) Nondiscrimination: CONTRACTOR, with regard to the work performed by it during the AGREEMENT, shall not discrim inate on the grounds of race, color, sex, national origin, religion, age, or disability in the selection and retention of sub-applicants, including procurements of materials and leases of equipment. CONTRACTOR shall not partic.ipate either directly or indirectly in the discrimination prohibited by Section 21.5 of the Regulations, including employment practices when the agreement covers a program set forth in Appendix B of the Regulations. (3) Solicitations for Sub-agreements, Including Procurements of Materials and Equipment: In all solicitations either by competitive bidding or negotiation made by CONTRACTOR for work to be performed under a Sub-agreement, including procurements of materials or leases of equipment, each potential sub-applicant or supplier shall be notified by CONTRACTOR of the CO TRACTOR'S obligations under this Agreement and the Regulati ons relative to nondiscrimination on the grounds of race, color, or national origin. (4) Information and Reports: CONTRACTOR shall provide all information and reports required by the Regulations, or directives issued pursuant thereto, and shall permit access to its books, records, accounts, other sources of information, and its facilities as may be determined by the California Department of Transportation or FHW A to be pertinent to ascertain compliance with such Regulations or directives. Where any information required of CO TRACTOR is in the exclusive possession of another who fails or refuses to furnish this information, CONTRACTOR shall so certify to the California Depart ment of Transp01tation or the FHW A as appropriate, and shall set forth what efforts CONTRACTOR has made to obtain the information. (5) Sanctions for Noncompliance: In the event of CONTRACTOR 's noncompliance with the nondiscrimination provisions of this agreement, the California Department of Transportation shall impose such agreement sanctions as it or the FHWA may determine to be appropriate, including, but not limited to: (a) withholding of payments to CONTRACTOR under the Agreement within a reasonable period of time, not to exceed 90 days; and/or (b) cancellation, tern1ination or suspension of the Agreement, in whole or in pa1t. (6) Incorporation of Provisions: CONTRACTOR shall include the provisions of paragraphs (1) through (6) in every sub-agreement, including procurements of materials and leases of equipment, unless exempt by the Regulations, or directives issued pursuant thereto. Page 21 of22 DLA-08 13-06 August 12,2013 CONTRACTOR shall take such action with respect to any sub-agreement or procurement as the California Department of Transportation or FHWA may direct as a means of enforcing such provisions including sanctions for noncompliance. provided, however, that, in the event CONTRACTOR becomes involved in, or is threatened with, litigation with a sub-applicant or supplier as a result of such direction, CONTRACTOR may request the California Department of Transportation enter into such litigation to protect the interests of the State, and, in addition, CONTRACTOR may request the United tates to enter into such litigation to protect the interests of the United States. Page 22 of 22 OLA-OB 13-06 August 12,2013 Local Assistance Procedures Manual EXHIBIT 17-F Final Rcport-Utiliz:otion of OisndvanlnJ::cd Ousincss Enterprises (OBE), First-Tier ubcontractors STATE OF CALIFORNIA DEPARTMENT OF TRANSPORTATION FINAL REPORT-UTILIZATION OF DISADVANTAGED BUSINESS ENTERPRISES ADA Notice (DBE), FIRST-TIER SUBCONTRACTORS or ~• wf'l ..-.ory OJ.IOt.lton hi dOCu'Mnl 11 availalble., -'t'"'*e fon'N:.s Fer~ caf'l t0)~10U"T00('11GI00.~Y--,...corvta'IOFOfl'l'3~ 11LUNl:loltMt MS-89 faa-CAt5814 COI.Z402F I REV 02120011 CONTRACT NUMBER I COUNTY I ROUTE I POSTMilES FEOERAl AID PROJECT NO I ADMINISTERING AGENCY I CONTRACT COMPlETION DATE PRIME CONTRACTOR BUSINESS ADDRESS I ~STIMATEDCONTRACT AMOUNT DESCRIPTION OF I CONTRACT PAYMENTS I ITE WORK PERFORMED COMPANY NAME AND DBECERT DATE OF FINAL PAYMENT M AND MATERIAl BUSINESS ADDRESS NUMBER NON·DBE DBE DATE WORK NO PROVIDED COMPlETE $ $ $ $ $ $ s s s s s $ s $ s s s s s s s s s s ORIGINAl COMMITMENT s TOTAL s s DBE list 1ft Fltsi·Tlft $ubcool11ctOII,Illtlcl<lnltlft<l Butlntll Entorprittt (OBEt) "'iJirdleu of tilt, wfledler or no< tht ftnnt wort orlgln11Jy Nttt<l for 11011 etldot. W tctutl DeE utilittbOft (0< ~em of wor1t) wu difftftnt thin ll'lat iPPtOVtd at time of twltd, provtde convntntl on badt of form. Ust actual amount paid to e:IC;h en(jty I CERTIFY THAT THE ABOVE INFORMATION IS COMPLETE AND CORRECT CONTRACTOR REPRESENTATM'S I BUSINESS PHONE NUMBER I DATE SIGNATURE TO THE BEST OF MY INFORMATION AND BEUEF, THE ABOVE INFORMATION IS COMPLETE AND CORRECT RESIDENT ENGINEER'S SIGNATURE ("~()r,t,.._.,...(_ellraat(dllf'l('l' ('op't' l>dcnhul.ot~-Local ~~· OLA-00 13-06 (,....al ()l'f"nCI(·~ Oric~*•l·l)t~t..oe&J A-s~Lr!IJT'«''' ............................ olf<pm!- I BUSINESS PHONE NUMBER <:..,.... ~ (IC"cqii'IIC""--" c.,.. E>•nn t..aea~At•tw~« ~ c-..,.c-,Ktar c.,.. lMal ~) lik AIIJ::IISI 12,2013 I DATE t>u gc 23 of 22 EXHI BIT 17-F Procedures Manual Local Assistance Final Report-Utilization of Disadvantaged Busines Enterprises (DBE), Fir t-Tier Subcontractors f-INAL REPORT-UTILIZATIO OF DISADVA TAGED BUSINESS E TERPRJSES (DBE). FIR T-TIER SUBCO TRACTORS CEM 2402(F) (Rev. 02/2008) The form requires specific information regarding the construction project: Contract Number, County, Route, Post Mi les, Federal-aid Proj ect No., the Administering Agency, the Contract Completion Date and the Estimated Contract Amount. It requires the prime contractor name and business address. The focus of the form is to describe who did what by contract item number and descriptions, asking for specific dollar values of item work completed broken down by subcontractors who perfom1ed the work both DBE and non-DBE work forces. DBE prime contractors are required to show the date of work performed by their own forces along with the corresponding dollar value of work. The form has a column to enter the Contract Item o. (or Item o's) and description of work performed or materials provided, as well as a column for the subcontractor name and business address. For those firms who are DBE, there is a column to enter their DBE Certification Number. The DBE should provide their certi fication number to the contractor and notify the contractor in writing with the date of the decertification if their status should change during the course of the project. The form has six columns for the dollar value to be entered for the item work performed by the subcontractor. The Non-DBE column is used to enter the dollar value of work performed for firms who are not certified DBE . The decision of which column to be used for entering the DBE dollar value is based on what program(s) status the firm is certified. This program status is determined by the California Unified Certification Program by ethnicity, gender, ownership, and control issues at time of certification. To confirm the certification status and program status, access the Department of Transportati on Civil Rights web site at: http://www.dot.ca.gov/hq/bep or by calling (916) 324-1700 or the toll free number at (888) 810-6346. Based on this DBE Program status, the following table depicts which column to be used: Column to be used ram status shows DBE onl with no other DBE Page 24 of22 DLA-OB 13-06 August 12,2013 If a contractor perf01ming work as a DBE on the project becomes decertified and still performs work after their decertification date, enter the total dollar value performed by thi s contractor under the appropriate DBE identification column. If a contractor performing work as a non-DBE on the project becomes certified as a DBE, enter the dollar value of all work performed after certification as a DBE under the appropriate identification column. Enter the total of each of the six colunms in Form CEM-2402(F). Any changes to DBE certification must also be submitted on Form-CEM 2403(F). Enter the Date Work Completed as well as the Date of Final Payment (the date when the prime contractor made the "final payment" to the subcontractor for the portion of work listed as being completed). The contractor and the resident engineer sign and date the form indicating that the information provided is complete and correct. Page 17-22 July 1, 2012 DLA-OB 13-06 Page 25 of22 LPP 09-0 August 12,2013 Local Assistance Procedures Manual EXHIBIT 17·0 Disadvantaged Husincss Enterprises (DHE) Certification Status Change EXHIBIT 17-0 DISADVANTAGED B USINESS ENTERPRISES (DBE) CERTIFICATION STATUS CHANGE STATE OF CALIFORNIA-DEPARTMENT OF TRA.\ISPORTATION Cr·CEM·2403(1') (New. I 0199) CONTRACT NUMBER I COUNTY I ROUTE POST MILES I ADMINISTERINGAGGI'/CY CONTRACTCOMI'l.HTION DATE PRL'v1E CONTRACTOR BUSINESS ADDRESS ESTIMATED CONTRACT AMOUNT Prime Cotrtntctor: List all DBEs with changes 111 <'frtijication stutus (<·ertiji~cVdecutijil!fJ) w/ule m your employ, wltelht!r or not firms were original/)' ftJ'Ietlfor /{ood crefllt. Allue:lt DB£ cerlifiClllion/Decertijicution ft~ller in tu:cortlance with the Special Pro viriOn$ CONTRACT SUBCONTRACT NAME AND BUSINESS CURTIFICATION NUMBEK AMOUNT I' AID WI IILI': ITEM NO. BUSINESS ADDRESS I'll ONE cmnrrmn s s s s s $ s s s Comments: I CERT!l'YTIIATTIIE A BOVE INFORMATION IS CO.\IPLET£/\:\0 CORRECT CONTRACTOR REPRESENT A TIVESIGNATURE I TITLE I BUSINESS PHONE NUMBER TO TilE BEST OF ~IY KNOWLEI>GF..THE AllOVt: INFORMAT ION IS CO~II'LIITE AND CORRECT RESIDENT ENGINEER I BUSINESS I'IIONE NUMUER Oisrribulion Original copv -DLA,E -Copy ·I) Uusmcs. Enterpnsc Progmm 2) Pro me Contoctor 3) Local Agency 4) R<'SJdent Engmccr DLA-06 13-06 August 12,2013 CERTIFICATION/ DECERTIFICATION DATE Lcucr auachcd DATE DATE Page 26 of22 EX HI BIT 17-0 Procedures Manual Disadvantaged Business Enterpri e (DBE) Certification Status C hange Form CP-CEM 2403(F) (New I 0/99) Local Assi tance DISADVA TAGED BU I E E TERPRI E (DBE) CHA GE I CERTIFICATIO STATU REPORT The top of the form requires speci lie information regarding the construction project: Contract Number, County, Route, Post Miles, the Administering Agency, the Contract Completion Date, and the Estimated Contract Amount. It requires the Prime Contractor·s name and Busine Addres . The focus of the form i to substantiate and erify the actual DBE dollar amount paid to contractor on federally funded projects that had a changed in Certification status during the course of the completion of the contract. The two situations that are bein g addressed by C P- CEM 2403(F) are, if a firm certified as a DBE and doing work on the contract during the course ofthe project becomes Decertified, and if a non-DBE firm doing work on the contract during the course of the project becomes Certified as a DBE. The form has a column to enter the Contract Item o (or Item Nos.) as well as a column for the Subcontractor's arne. Business Address, Business Phone, and contractor's Certification umber. The column entitled Amount Paid Whi le Certified will be used to enter the actual dollar value of the work performed by those contractors who meet the conditions as out I ined above during the time period they are Certified as a DBE. This column on the C P-CEM-2403(F) should only reflect the dollar value of work perfonned while the finn was Certified as a DBE. The column called Certification/Decertification Date (Letter attached) will reflect either the date of the Decertification Letter sent out by the Civil Rights Program o r the date of the Certification Certificate mailed out by the Ci il Rights Program. There is a box to check that support documentation is attached to the CP-CEM-2403 (F) form. There is a Comments section for any additional information that may need to be provided regarding any of the above transactions. The CEM-2403(F) has an area at the bottom where the Contractor and the Resident Engineer sign and date that the information provided is complete and correct. There is a Comments section for any additional information that may need to be provided regarding any of the above transactions. The CEM-2403(F) has an area at the bottom where the Contractor and the Resident Engineer sign and date that the information provided is complete and correct. General Decision Number: CA130033 11/15/2013 CA33 Superseded General Decision Number: CA20120033 State : California Construction Types : Building, Heavy (Heavy and Dredging) and Highway County : Los Angeles County in California. BUILDING CONSTRUCTION PROJECTS; DREDGING PROJECTS (does not include hopper dredge work); HEAVY CONSTRUCTION PROJECTS (does not include water well drilling); HIGHWAY CONSTRUCTION PROJECTS Modification Number Publication Date 0 01/04/2013 1 01/11/2013 2 03/01/2013 3 03/08/2013 4 03/22/2013 5 04/12/2013 6 05/10/2013 7 05/31/2013 8 07/05/2013 9 07/19/2013 10 08/09/2013 11 08/23/2013 12 08/30/2013 13 09/06/2013 14 09/13/2013 15 09/20/2013 16 09/27/2013 17 10/04/2013 18 11/15/2013 ASBE0005-002 07/01/2013 Rates Asbestos Workers/Insulator (Includes t h e application of all insulating materials, protective coverings, coatings, and finishes to all types of mechanical systems) ..... $ 34 .51 Fire Stop Technician (Application of Firestopping Materials for wall openings and penetrations in walls, floors, ceilings and curtain walls) ........................... $ 24 .34 ASBE0005-004 06/24/2013 Rates L__ _____________ ---- Fringes 18 .55 16 .09 Fringes Asbestos Removal worker/hazardous material handler (Includes preparation, wetting, stripping, removal, scrapping, vacuuming, bagging and disposing of all insulation materials from mechanical systems, whether they contain asbestos or not) .... $ 16.95 BOIL0092-003 10/01/2012 Rates BOILERMAKER ...................... $ 41.17 ~ BRCA0004-007 05/01/2013 Rates BRICKLAYER; MARBLE SETTER ........ $ 37 .16 10 .23 Fringes 28 .27 Fringes 12 .85 *The wage scale for prevailing wage projects performed in Blythe, China lake, Death Valley, Fort Irwin, Twenty-Nine Palms, Needles and 1-15 corridor (Barstow to the Nevada State Line) will be Three Dollars ($3 .00) above the standard San Bernardino/Riverside County hourly wage rate BRCA0018-004 06/01/2012 Rates MARBLE FINISHER .................. $ 27 .04 TILE FINISHER .................... $ 22 .37 TILE LAYER ....................... $ 33.55 BRCA0018-010 09/01/2011 Rates TERRAZZO FINISHER ................ $ 26 .59 TERRAZZO WORKER/SETTER ........... $ 33 .63 CARP0409-001 07/01/2010 CARPENTER (1) Carpenter, Cabinet Installer, Insulation Installer, Hardwood Floor Worker and acoustical Rates installer ................... $ 37 .35 (2) Millwright .............. $ 37 .85 (3) Piledrivermen/Derrick Fringes 10.66 9 .19 13.55 Fringes 9 .62 10 . 4 6 Fringes 11 .08 11 .08 Bargeman, Bridge or Dock Carpenter, Heavy Framer, Rock Bargeman or Scowman, Rockslinger, Shingler (Commercial) ................ $ (4) Pneumatic Nailer, Power Stapler ............... $ (5) Sawfiler ............... $ (6) Scaffold Builder ....... $ (7) Table Power Saw Operator .................... $ 37 .48 11.08 37 .60 11.08 37 .44 11.08 28 .55 11.08 37 .45 11.08 FOOTNOTE : Work of forming in the construction of open cut sewers or storm drains , on operations in which horizontal lagging is used in conjunction with steel H-Beams driven or placed in pre-drilled holes, for that portion of a lagged trench against which concrete is poured, namely , as a substitute for back forms (which work is performed by piledrivers): $0 .13 per hour additional . CARP0409-002 07/01/2008 Rates Diver (1) Wet ..................... $ 663.68 (2) Standby ................. $ 331 .84 (3) Tender .................. $ 323.84 (4) Assistant Tender ........ $ 299.84 Amounts in "Rates' column are per day CARP0409-005 07/01/2010 Rates Drywall DRYWALL INSTALLER/LATHER .... $ 37 .35 STOCKER/SCRAPPER ............ $ 10 .00 CARP0409-008 08/01/2010 Rates Modular Furnitur e Installer ...... $ 17 .00 ELEC0011-004 07/29/2013 ELECTRICIAN (INSIDE ELECTRICAL WORK) Rates Journeyman Electrician ...... $ 38 .60 ELECTRICIAN (INTELLIGENT TRANSPORTATION SYSTEMS Street Lighting, Traffic Signals , CCTV ,and Underground Systems) Fringes 9 .82 9 .82 9 .82 9 .82 Fringes 11.08 6 .67 Fringes 7 .41 Fringes 24 .73 Journeyman Transportation Electrician ................. $ 38 .35 Technician .................. $ 28 .76 FOOT NOTE : 24 .97 24 .68 CABLE SPLICER & INSTRUMENT PERSON : Recieve 5% additional per hour above Jour neyman Electrician basic hourly rate. TUNNEL WORK: 10% additional per hour. SCOPE OF WORK -TRANSPORTATION SYSTEMS ELECTRICIAN: Installation of street lights and traffic signals,including electrical circuitry, programmable controllers, pedestal-mounted electrical meter enclosures and laying of pre-assembled multi-conductor cable in ducts, layout of electrical systems and communication installation, including proper position of trench depths and radius at duct banks, location for man holes, pull boxes, street lights and traffic signals. Installation of underground ducts for electrical,telephone, cable television and communication systems . Pulling,termination and splicing of traffic signal and street lighting conductors and electrical systems including interconnect,detector loop, fiber optic cable and video/cable. TECHNICIAN : Distribution of material at job site, manual excavation and backfill, installation of system conduits and raceways for electrical, telephone, cable television and communication systems. Pulling , terminating and splicing of traffic signal and street lighting conductors and electrical systems including interconnect, detector loop, fiber optic cable and video/data . * ELEC0011-005 11/26/2012 COMMUNICATIONS & SYSTEMS WORK (excludes any work on Intelligent Transportation Systems or CCTV highway systems) Rates Communications System Installer ................... $ 27 .25 Technician .................. $ 29 .05 Fringes 12 .25 12 .30 SCOPE OF WORK The work covered shall include the installation, testing, service and maintenance, of the following systems that utilize the transmission and/or transference of voice, sound, vision and digital for commercial, education, security and entertainment purposes for TV monitoring and surveillance, background foreground music, intercom and telephone interconnect , inventory control systems, microwave transmission, multi-media , multiplex, nurse call system, radio page , school intercom and sound, burglar alarms and low voltage master clock systems. A. Communication systems that transmit or receive information and/or control systems that are intrinsic to the above listed systems SCADA (Supervisory control/data acquisition PCM (Pulse code modulation) Inventory control systems Digital data systems Broadband & baseband and carriers Point of sale systems VSAT data systems Data communication systems RF and remote control systems Fiber optic data systems B. Sound and Voice Transmission/Transference Systems Background-Foreground Music Intercom and Telephone Interconnect Systems Sound and Musical Entertainment Systems Nurse Call Systems Radio Page Systems School Intercom and Sound Systems Burglar Alarm Systems Low-Voltage Master Clock Systems Multi-Media/Multiplex Systems Telephone Systems RF Systems and Antennas and Wave Guide C. *Fire Alarm Systems-installation, wire pulling and testing . D. Television and Video Systems Television Monitoring and Surveillance Systems Video Security Systems Video Entertainment Systems Video Educational Systems CATV and CCTV E . Security Systems, Perimeter Security Systems , Vibration Sensor Systems Sonar/Infrared Monitoring Equipment , Access Control Systems, Card Access Systems *Fire Alarm Systems 1 . Fire Alarms-In Raceways: Wire and cable pulling in raceways performed at the current electrician wage rate and fringe benefits. 2 . Fire Alarms-Open Wire Systems: installed b y the Technician . * ELEC1245-001 06/01/2013 Rates LINE CONSTRUCTION (1) Lineman; Cable splicer .. $ 50 .30 (2) Equipment specialist (operat es crawler tractors, commercial motor vehicles, b ackhoes, trenchers, cranes (50 tons and below), overhead & underground distribution line equipment) ........... $ 40 .17 (3) Groundman ............... $ 30 .73 (4) Powderman ............... $ 44 .91 Fringes 15 .00 14 .56 13 .48 13 .48 HOLIDAYS : New Year 's Day, M.L . King Day, Memorial Day, Independence Day, Labor Day, Veterans Day, Thanksgiving Day and day after Thanksgiving, Christmas Day ELEV0018-001 01/01/2013 Rates Fringes ELEVATOR MECHANIC ................ $ 48 .23 25.185 FOOTNOTE : PAID VACATION : Employer contributes 8% of r egular hourly rate as vacation pay credit for employees with more than 5 years of service, and 6% for 6 months to 5 years of service . PAID HOLIDAYS : New Years Day, Memorial Day, Independence Day, Labor Day, Veterans Day, Thanksgiving Day, Friday after Thanksgiving, and Christmas Day . ENGI0012-003 08/26/2013 OPERATOR: (All Other GROUP GROUP GROUP GROUP GROUP GROUP GROUP GROUP GROUP GROUP GROUP GROUP GROUP GROUP GROUP GROUP GROUP GROUP GROUP GROUP GROUP GROUP GROUP GROUP Power Equipment Work) 1 .................... $ 2 .................... $ 3 .................... $ 4 .................... $ 5 .................... $ 6 .................... $ 8 .................... $ 9 .................... $ 10 .................... $ 11 .................... $ 12 .................... $ 13 .................... $ 14 .................... $ 15 .................... $ 16 .................... $ 17 .................... $ 18 .................... $ 19 .................... $ 20 .................... $ 21 .................... $ 22 .................... $ 23 .................... $ 24 .................... $ 25 .................... $ OPERATOR : Power Equipment (Cr anes, Piledriving & Hoisting) GROUP GROUP GROUP GROUP GROUP 1 .................... $ 2 .................... $ 3 .................... $ 4 .................... $ 5 .................... $ Rates 38 .20 38 .98 39 .27 40 .76 41.86 40 .98 41.09 42 .19 41.21 42 .31 41 .38 41.48 41.51 41.59 41.71 41.88 41 .98 42 .09 42 .21 42 .38 42 . 48 42 .59 42 .71 42 .88 39.55 40 .33 40 .62 40.76 40.98 Fringes 21.10 21.10 21 .10 21 .10 21.10 21.10 21.10 21.10 21.10 21 .10 21.10 21 .10 21 .10 21 .10 21 .10 21 .10 21 .10 21.10 21.10 21 .10 21.10 21 .10 21 .10 21.10 21.10 21.10 21 .10 21 .10 21 .10 GROUP GROUP GROUP GROUP GROUP GROUP GROUP GROUP 6 .................... $ 7 .................... $ 8 .................... $ 9 .................... $ 10 .................... $ 11 .................... $ 12 .................... $ 13 .................... $ OPERATOR : Power Equipment (Tunnel Work) 41.09 41.21 41 .38 41 .55 42 .55 43.55 44 .55 45.55 GROUP 1 .................... $ 40 .05 GROUP 2 .................... $ 40 .83 GROUP 3 .................... $ 41.12 GROUP 4 .................... $ 41 . 2 6 GROUP 5 .................... $ 41 . 4 8 GROUP 6 .................... $ 41.59 GROUP 7 .................... $ 41 . 71 PREMIUM PAY : 21.10 21.10 21 .10 21.10 21 .10 21 .10 21.10 21 .10 21.10 21 .10 21 .10 21 .10 21 .10 21 .10 21 .10 $3 .75 per hour shall be paid on all Power Equipment Operator work on the followng Military Bases : China Lake Naval Reserve, Vandenberg AFB , Point Arguello, Seely Naval Base, Fort Irwin, Nebo Annex Marine Base, Marine Corp Logistics Base Yermo, Edwards AFB , 29 Palms Marine Base and Camp Pendleton Workers requir ed to suit up and work in a hazardous material environment : $2 .00 per hour additional . Combi nation mixer and compressor operator on gunite work shall be classified as a concrete mobile mixer operator . SEE ZONE DEFINITIONS AFTER CLASSIFICATIONS POWER EQUIPMENT OPERATORS CLASSIFICATIONS GROUP 1 : Bargeman; Brakeman; Compressor operator; Ditch Witch, with seat or similar type equipment; Elevator operator-inside ; Engineer Oiler; Forklift ope r ator (includes loed, lull or similar types under 5 tons; Generator operator; Generator, pump or compressor plant operator; Pump operator; Signalman; Switchman GROUP 2 : Asphalt-rubber plant operator (nurse tank operator); Concrete mixer operator-skip type; Conveyor operator; Fireman; Forklift operator (includes loed, l ull or similar types over 5 tons; Hydrostatic pump operator; oiler crusher (asphalt or concrete plant); Petromat laydown machine ; PJU side dum jack; Screening and conveyor machine operator (or similar types); Skiploader (wheel type up to 3/4 yd. without attachment); Tar pot fireman; Temporary heating plant operator; Trenching machine oiler GROUP 3 : Asphalt-rubber blend operator; Bobcat or similar type (Skid steer); Equipment greaser (rack); Ford Ferguson (with dragtype attachments); Helicopter radioman (ground); Stationary pipe wrapping and cleaning machine operator GROUP 4 : Asphalt plant fireman; Backhoe operator (mini-max or similar type); Boring machi ne operator; Boxman or mixerman (asphalt or concrete); Chip spreading machine operator; Concrete cleaning decontamination machine operator; Concrete Pump Operator (small portable); Drilling machine operator, small auger types (Texoma super economatic or similar types -Hughes 100 or 200 or similar types - drilling depth of 30 ' maximum); Equipment greaser (grease truck); Guard rail post driver operator; Highline cableway signalman; Hydra-hammer-aero stomper; Micro Tunneling (above ground tunnel); Power concrete curing machine operator; Power concrete saw operator; Power-driven jumbo form setter operator; Power sweeper operator; Rock Wheel Saw/Trencher; Roller operator (compacting); Screed operator (asphalt or concrete); Trenching machine operator (up to 6 ft .); Vacuum or much truck GROUP 5 : Equipment Greaser (Grease Truck/Multi Shift). GROUP 6 : Articulating material hauler; Asphalt plant engineer; Batch plant operator; Bit sharpener; Concrete joint machine operator (canal and similar type); Concrete planer operator; Dandy digger; Deck engine operator; Derrickman (oilfield type); Drilling machine operator, bucket or auger types (Calweld 100 bucket or similar types -Watson 1000 auger or similar types -Texoma 330, 500 or 600 auger or s i milar types -drilling depth of 45 ' maximum); Drilling machine operator; Hydrographic seeder machine operat or (straw, pulp or seed), Jackson track maintainer, or similar type; Kalamazoo Switch tamper, or similar type; Machine tool operator; Maginnis internal full slab vibrator, Mechanical berm, curb or gutter(concrete or asphalt); Mechanical finisher operator (concrete, Clary-Johnson-Bidwell or s i mil ar); Micro tunnel system (below ground); Pavement breaker operator (truck mounted); Road oil mixing machine operator; Roller operator (asphalt or finish), rubber-tired earth moving equipment (single engine, up to and including 25 yds . struck); Self-propelled tar pipelining machine operator; Skiploader operator (crawler and wheel type, over 3/4 yd. and up to and including 1-1/2 yds .); Slip form pump operator (power driven hydraulic lifting device for concrete forms); Tractor operator-bulldozer, tamper-scraper (single engine, up to 100 h .p . flywheel and similar types, up to and including D-5 and similar types); Tugger hoist operator (1 drum); Ultra high pressure waterjet cutting tool system operator; Vacuum blasting machine operator GROUP 8 : Asphalt or concrete spreading operator (tamping or finishing); Asphalt paving machine operator (Barber Greene or similar type); Asphalt-rubber distribution operator; Backhoe operator (up to and including 3/4 yd.), small ford, Case or similar; Cast-in-place pipe laying machine operator; Combination mixer and compressor operator (gunite work); Compactor operator (self-propelled); Concrete mixer operator (paving); Crushing plant operator; Drill Doctor; Drilling machine operator, Bucket or auger types (Calweld 150 bucket or similar types -Watson 1500, 2000 2500 auger or similar types -Texoma 700, 800 auger or similar types - drilling depth of 60' maximum); Elevating grader operator; Grade checker; Gradall operator; Grouting machine operator; Heavy-duty repairman; Heavy equipment robotics operator; Kalamazoo balliste regulator or similar type; Kolman belt loader and similar type ; Le Tourneau blob compactor or similar type; Loader operator (Athey, Euclid, Sierra and similar types); Mobark Chipper or similar; Ozzie padder or similar types; P .C. slot saw; Pneumatic concrete placing machine operator (Hackley-Presswell or similar type); Pumpcrete gun operator; Rock Drill or similar types; Rotary drill operator (excluding caisson type); Rubber-tired earth-moving equipment operator (single engine, caterpillar , Euclid, Athey Wagon and similar types with any and all attachments over 25 yds . up to and including 50 cu . yds . struck); Rubber-tired earth-moving equipment operator (multiple engine up to and including 25 yds . struck); Rubber-tired scraper operator (self-loading paddle wheel type-John Deere, 1040 and similar single unit); Self- propelled curb and gutter machine operator; Shuttle buggy; Skiploader operator (crawler and wheel type over 1-1/2 yds . up to and including 6-1/2 yds .); Soil remediation plant operator; Surface heaters and planer operator; Tractor compressor drill combination operator; Tractor operator (any type larger than D-5 -100 flywheel h .p . and over, or similar-bulldozer, tamper, scraper and push tractor single engine); Tractor operator (boom attachments), Traveling pipe wrapping, cleaning and bendng machine operator; Trenching machine operator (over 6 ft . depth capacity, manufacturer 's rating); trenching Machine with Road Miner attachment (over 6 ft depth capacity): Ultra high pressure waterjet cutting tool system mechanic; Water pull (compaction) operator GROUP 9 : Heavy Duty Repairman GROUP 10: Drilling machine operator, Bucket or auger types (Calweld 200 B bucket or similar types-Watson 3000 or 5000 auger or similar types-Texoma 900 auger or similar types-drilling depth of 105 ' maximum); Dual drum mixer, dynamic compactor LDC350 (or similar types); Monorail locomotive operator (diesel, gas or electric); Motor patrol-blade operator (single engine); Multiple engine tractor operator (Euclid and similar type-except Quad 9 cat .); Rubber-tired earth-moving equipment operator (single engine, over 50 yds . struck); Pneumatic pipe ramming tool and similar types ; Prestressed wrapping machine operator; Rubber-tired earth-moving equipment operator (single engine, over 50 yds . struck); Rubber tired earth moving equipment operat or (multiple engine, Euclid, caterpillar and similar over 25 yds . and up to 50 yds . struck), Tower crane repairman ; Tractor loader operator (crawler and wheel type over 6-1/2 yds .); Woods mixer operator (and similar Pugmill equipment) GROUP 11 : Heavy Duty Repairman -Welder Combination, Welder - Certified . GROUP 12 : Auto grader operator; Automatic slip form operator; Drilling machine operator, bucket or auger types (Calweld, auger 200 CA or similar types -Watson, auger 6000 or similar types -Hughes Super Duty, auger 200 or similar types-drilling depth of 175 ' maximum); Hoe ram or similar with compressor; Mass excavator operator less tha 750 cu. yards; Mechanical finishing machine operator; Mobile form traveler operator; Motor patrol operator (multi-engine); Pipe mobile machine operator; Rubber-tired earth-moving equipment operator (multiple engine, Euclid, Caterpillar and similar type, over 50 cu. yds . struck); Rubber-tired self-loading scraper operator (paddle-wheel-auger type self-loading -two (2) or more units) GROUP 13 : Rubber-tired earth-moving equipment operator operating equipment with push-pull system (single engine, up to and including 25 yds . struck) GROUP 14 : Canal liner operator; Canal trimmer operator; Remote-control earth-moving equipment operator (operating a second piece of equipment : $1 .00 per hour additional); Wheel excavator operator (over 750 cu. yds .) GROUP 15: Rubber-tired earth-moving equipment operator, operating equipment with push-pull system (single engine, Caterpillar, Euclid, Athey Wagon and similar types with any and all attachments over 25 yds . and up to and including 50 yds . struck); Rubber-tired earth-moving equipment operator, operating equipment with push-pull system (multiple engine-up to and including 25 yds . struck) GROUP 16: Rubber-tired earth-moving equipment operator, operating equipment with push-pull system (single engine, over 50 yds . struck); Rubber-tired earth-moving equipment operator, operating equipment with push-pull system (multiple engine, Euclid, Caterpillar and similar, over 25 yds . and up to 50 yds . struck) GROUP 17 : Rubber-tired earth-moving equipment operator, operating equipment with push-pull system (multiple engine, Euclid, Caterpillar and simi:ar, over 50 cu . yds . struck); Tandem tractor operator (operating crawler type tractors in tandem -Quad 9 and similar type) GROUP 18 : Rubber-tired earth-moving equipment operator, operating in tandem (scrapers, belly dumps and similar types in any combination, excluding compaction units - single engine, up to and including 25 yds . struck) GROUP 19: Rotex concrete belt operator (or similar types); Rubber-tired earth-moving equipment operator, operating in tandem (scrapers, belly dumps and similar types in any combination, excluding compaction units -single engine, Caterpillar, Euclid, Athey Wagon and similar types with any and all attachments over 25 yds .and up to and including 50 cu . yds . struck); Rubber-tired earth-moving equipment operator, operating in tandem (scrapers, belly dumps and similar types in any combination, excluding compaction units -multiple engine, up to and including 25 yds . struck) --------· -- GROUP 20 : Rubber-tired earth-moving equipment operator, operating in tandem (scrapers, belly dumps a nd similar types in any combination, excluding compaction units - single engine, over 50 yds . struck); Rubber-tired earth-moving equipment operator, operating in tandem (scrapers, belly dumps, and similar types in any combination, excluding compaction units -multiple engine, Euclid, Caterpillar and similar, over 25 yds . and up to 50 yds . struck) GROUP 21 : Rubber-tired earth-moving equipment operator, operating in tandem (scrapers , belly dumps and similar types in any combination, excluding compaction units - multiple engine , Euclid, Caterpillar and similar type, over 50 cu . yds . struck) GROUP 22 : Rubber-tired earth-moving equipment operator, operating equipment with the tandem push-pull system (single engine, up to and including 25 yds . struck) GROUP 23 : Rubber-tired earth-moving equipment operator, operating equipment with the tandem push-pull system (single engine, Caterpillar, Euclid, Athey Wagon and similar types with any and all attachments over 25 yds . and up to and including 50 yds . struck); Rubber-tired earth-moving equipment operator, operating with the tandem push-pull system (multiple e ngine, up to and including 25 yds . struck) GROUP 24 : Rubber-tired earth-moving equipment operator, operating equipment with the tandem push-pull system (single engine, over 50 yds . struck); Rubber-tired earth-moving equipment operator, operating equipment with the tandem push-pull system (multiple engine, Euclid, Caterpillar and similar, over 25 yds. and up to 50 yds . struck) GROUP 25 : Concrete pump operator-truck mounted; Rubber-tired earth-moving equipment operator, operating equipment with the tandem push-pull system (multiple engine, Euclid, Caterpillar and similar type, over 50 cu . yds . struck) CRANES , PILEDRIVING AND HOISTING EQUIPMENT CLASSIFICATIONS GROUP 1 : Engineer oiler; Fork lift operator (includes loed, lull or similar types) GROUP 2 : Truck crane oiler GROUP 3 : A-frame or winch truck operator; Ross carrier operator (jobsite) GROUP 4 : Bridge-type unloader and turntable operator; Helicopter hoist operator GROUP 5 : Hydraulic boom truck; Stinger crane (Austin-Western or similar type); Tugger hoist operator (1 drum) GROUP 6 : Bridge crane operator; Cretor crane operator; Hoist operator (Chicago boom and similar type); Lift mobile operator; Lift slab machine operator (Vagtborg and similar types); Materi a l hoist and/or manlift operator; Polar gantry crane op erator; Self Cl imbing scaffol d (or similar type); Shovel, backhoe, dragline, clamshell operator (over 3/4 yd. and up to 5 cu . yds . mrc); Tugger hoist operator GROUP 7 : Pedestal crane operator; Shovel, backhoe, dragline, clamshell operator (over 5 c~. yds . mrc); Tower crane repair; Tugger hoist operator (3 drum) GROUP 8 : Crane operator (up to and including 25 ton capacity); Crawler transporter operator; Derrick barge operator (up to and including 25 ton capacity); Hoist operator, stiff legs, Guy derrick or similar type (up to and including 25 ton capacity); Shovel, backhoe, dragline, clamshell operator (over 7 cu . yds ., M.R.C .) GROUP 9 : Crane operator (over 25 tons and up to and including 50 tons mrc); Derrick barge operator (over 25 tons up to and including 50 tons mrc); Highline cableway operator; Hoist operator, stiff legs, Guy derrick or similar type (over 25 tons up to and including 50 tons mrc); K-crane operator; Polar crane operator; Self erecting tower crane operator maximum lifting capacity ten tons GROUP 10 : Crane operator (over 50 tons and up to and including 100 tons mrc); Derrick barge operator (over 50 tons up to and including 100 tons mrc); Hoist operator, stiff legs, Guy derrick or similar type (over 50 tons up to and including 100 tons mrc), Mobile tower crane operator (over 50 tons, up to and including 100 tons M.R.C.); Tower crane operator and tower gantry GROUP 11 : Crane operator (over 100 tons and up to and i ncluding 200 tons mrc); Derrick barge operator (over 100 tons up to and including 200 tons mrc); Hoist operator, stiff legs, Guy derrick or similar type (over 100 tons up to and including 200 tons mrc); Mobile tower crane operator (over 100 tons up to and including 200 tons mrc) GROUP 12 : Crane operator (over 200 tons up to and including 300 tons mrc); Derrick barge operator (over 200 tons up to and including 300 tons mrc); Hoist operator, stiff legs , Guy derrick or similar type (over 200 tons, up to and including 300 tons mrc); Mobile tower crane operator (over 200 tons, up to and including 300 tons mrc) GROUP 13 : Crane operator (over 300 tons); Derrick barge operator (over 300 tons); Helicopter pilot; Hoist operator, stiff legs, Guy derrick or similar type (over 300 tons); Mobile tower crane operator (over 300 tons) TUNNEL CLASSIFICATIONS GROUP 1 : Skiploader (wheel type up to 3/4 yd. without attachment) GROUP 2 : Power-driven jumbo form setter operator GROUP 3 : Dinkey locomotive cr motorperson (up to and including 10 tons) GROUP 4 : Bit sharpener; Equipment greaser (grease truck); Slip form pump operator (power-driven hydraulic lifting device for concrete forms); Tugger hoist operator (1 drum); Tunnel locomotive operator (over 10 and up to and including 30 tons) GROUP 5 : Backhoe operator (ep to and including 3/4 yd .); Small Ford, Case or similar; Drill doctor; Grouting machine operator; Heading shield operator; Heavy-duty repairperson; Loader operator (Athey, Euclid, Sierra and similar types); Mucking machine operator (1/4 yd ., rubber-tired, rail or track type); Pneumatic concrete placing machine operator (Hackley-Presswell or similar type); Pneumatic heading shield (tunnel); Pumpcrete gun operator; Tractor compressor drill combination operator; Tugger hoist operator (2 drum); Tunnel locomotive operator (over 30 tons) GROUP 6 : Heavy Duty Repairman GROUP 7 : Tunnel mole boring machine operator ENGINEERS ZONES $1 .00 additional per hour for all of IMPERIAL County and the portions of KERN , RIVERSIDE & SAN BERNARDINO Counties as defined below: That area within the following Boundary: Begin in San Bernardino County, approximately 3 miles NE of the intersection of I-15 and the California State line at that point which is the NW corner of Section 1, Tl7N,m R14E, San Bernardino Meridian . Continue W in a straight line to that point which is the SW corner of the northwest quarter of Section 6, T27S, R42E , Mt . Diablo Meridian. Continue North to the intersection with the Inyo County Boundary at that point which is the NE corner of the western half of the northern quarter of Section 6 , T25S , R42E, MOM . Continue W along the Inyo and San Bernardino County boundary until the intersection with Kern County, as that point which is the SE corner of Section 34 , T24S , R40E, MOM . Continue W along the Inyo and Kern County boundary until the intersection with Tulare County, at that point which is t he SW corner of the SE quarter of Section 32, T24S, R37E, MOM . Continue W along the Kern and Tulare County boundary, until that point which is the NW corner of T25S , R32E, MOM . Continue S following R32E lines to the NW corner of T31S, R32E, MOM . Continue W to the NW corner of T31S, R31E, MOM . Continue S to the SW corner of T32S, R31E, MOM . Continue W to SW corner of SE quarter of Section 34 , T32S, R30E, MOM . Continue S to SW corner of T11N , R17W, SBM . Continue E along south boundary of T11N, SBM to SW corner of T11N, R7W , SBM . Continue S to SW corner of T9N , R7W, SBM . Continue E along south boundary of T9N, SBM to SW corner of T9N, RlE, SBM . Continue S along west boundary of RlE, SMB to Riverside County line at the SW corner of TlS, RlE, SSM . Continue E along south boundary of Tls , SBM (Riverside County Line) to SW corner of TlS, RlOE, SBM . Continue S along west boundary of RlOE, SSM to Imperial County line at the SW corner of T8S, RlOE, SBM . Continue W along Imperial and Riverside county line to NW corner of T9S, R9E, SSM. Continue S along the boundary between Imperial and San Diego Counties, along the west edge of R9E, SBM to the south boundary of Imperial County/California state line . Follow t he California state line west to Arizona state l ine, then north to Nevada stat e line, then continuing NW back to start at the point which is the NW corner of Section 1 , Tl7N, Rl4E, SBM $1 .00 additional p er hour for portions of SAN LUIS OBISPO, KERN , SANTA BARBARA & VENTURA as defined below : That area within the following Boundary: Begin approximately 5 miles north of the community of Cholame, on the Monterey County and San Luis Obispo County boundary at the NW corner of T25S , Rl6E, Mt . Diabl o Meridian . Continue south along the west side o f Rl6E to the SW corner of T30S, Rl6E, MOM . Continue E to SW corner of T30S, Rl7E, MOM . Continue S to SW corner of T31S, Rl7E, MOM . Continue E to SW corner of T31S, Rl8E, MOM . Continue S along West side of Rl8E, MOM as it crosses into San Bernardino Meridian numbering area and becomes R30W . Follow the west side of R30W, SBM to t he SW corner of T9N , R30W, SBM . Continue E along the south edge of T9N, SBM to the Santa Barbara County and Ventura County boundary at that point whch is the SW corner of Section 34 .T9N , R24W, SBM , continueS along the Ventura County line to t hat point which is the SW corner of t he SE quarter of Section 32 , T7N , R24W, SBM . Contin ue E along the south edge of T7N , SBM to the SE corner to T7N, R21W, SBM . Continue N along East side of R21W, SBM to Ventura County and Kern County boundary at the NE corner of T8N, R21W . Continue W along the Ventura County and Kern County boundary to the SE corner of T9N , R21W . Continue North along the East edge of R21W , SBM to the NE corner of Tl2N, R21W , SSM . Continue West along the north edge of Tl2N, SBM to the SE corner of T32S, R21E, MOM . [Tl2N SBM is a think strip between TllN SBM and T32S MOM) . Continue North along the East side of R21E , MOM to the Kings County and Kern County border at the NE corner of T25S, R21E, MOM, continue West along the Kings County and Kern County Boundary until the intersection of San Luis Obispo County . Continue west along the Kings County and San Luis Obispo County boundary until the intersection with Monterey Coun ty. Continue West along the Monterey County and San Luis Obispo County boundary to the beginning point at the NW corner of T25S, Rl6E, MOM . $2 .00 additional per hour for I NYO and MONO Counties and the Northern portion of SAN BERNARDI NO County as defined below: That area within the following Boundary: Begin at the intersection of the northern boundary of Mono County and the California state line at the point which is the center of Section 17, T10N, R22E, Mt . Diablo Meridian . Continue S then SE along the entire western boundary of Mono County, until it reaches Inyo County at the point which is the NE corner of the Western half of the NW quarter of Section 2 , T8S, R29E, MDM . Continue SSE along the entire western boundary of Inyo County, until the intersection with Kern County at the point which is the SW corner of the SE 1/4 of Section 32, T24S, R37E, MDM . Continue E along the Inyo and Kern County boundary until the intersection with San Bernardino County at that point which is the SE corner of section 34 , T24S, R40E, MDM . Continue E along the Inyo and San Bernardino County boundary until the point which is the NE corner of the Western half of the NW quarter of Section 6 , T25S, R42E, MDM . Continue S to that point which is the SW corner of the NW quarter of Section 6, T27S, R42E, MDM . Continue E in a straight line to the California and Nevada state border at the point which is the NW corner of Section 1 , T17N, R14E, San Bernardino Meridian . Then continue NW along the state line to the starting point, which is the center of Section 18, T10N, R22E, MDM . REMAINING AREA NOT DEFINED ABOVE RECIEVES BASE RATE ENGI0012-004 08/01/2012 OPERATOR : Power Equipment (DREDGING) Rates ( 1) Leverman ................ $ 4 5 . 4 0 (2) Dredge dozer ............ $ 40 .93 (3) Deckmate ................ $ 40 .82 (4) Winch operator (stern winch on dredge) ............ $ 40 .27 (5) Fireman-Oiler, Deckhand, Bargeman, Leveehand ................... $ 39 .73 (6) Barge Mate .............. $ 40 .34 IRON0377-002 07/01/2013 Rates Ironworkers : Fence Erector ............... $ 26 .58 Ornamental, Reinforcing and Structural .............. $ 33 .00 PREMIUM PAY : Fringes 20 .00 20 .00 20 .00 20 .00 20 .00 20 .00 Fringes 17 .74 26.30 $6.00 additional per hour at the following locations: China Lake Naval Test Station, Chocolate Mountains Naval Reserve-Niland, Edwards AFB, Fort Irwin Military Station, Fort Irwin Training Center-Goldstone, San Clemente Island, San Nicholas Island, Susanville Federal Prison, 29 Palms -Marine Corps , U.S . Marine Base -Barstow, U.S . Naval Air Facility -Sealey, Vandenberg AFB $4 .00 additional per hour at the following locations: Army Defense Language Institute -Monterey, Fallon Air Base, Naval Post Graduate School -Monterey, Yermo Marine Corps Logistics Center $2 .00 additional per hour at the following locations : Port Hueneme, Port Mugu, U.S . Coast Guard Station -Two Rock LAB0030 0-001 07/01/2013 Rates Brick Tender ..................... $ 28 .37 LAB00300-003 07/01/2013 Rates LABORER (TUNNEL) GROUP 1. .................... $ 34 . 84 GROUP 2 ..................... $ 35 . 16 GROUP 3 ..................... $ 35. 62 GROUP 4 ..................... $ 36.31 LABORER GROUP 1. .................... $ 28 . 99 GROUP 2 ..................... $ 29 .54 GROUP 3 ..................... $ 30.09 GROUP 4 ..................... $ 31 .64 GROUP 5 ..................... $ 31. 99 LABORER CLASSIFICATIONS Fringes 15 .78 Fringes 16 .02 16 .02 16 .02 16 .02 16 .02 16 .02 16 .02 16.02 16.02 GROUP 1 : Cleaning and handling of panel forms ; Concrete screeding for rough strike-off; Concrete, water curing; Demolition laborer, the cleaning of brick if performed by a worker performing any other phase of demolition work, and the cleaning of lumber; Fire watcher, limber, brush loader, piler and debris handler; Flag person; Gas , oil and/or water pipeline laborer; Laborer, asphalt-rubber material loader; Laborer, general or construction; Laborer, general clean-up; Laborer, landscaping; Laborer, jetting; Laborer, temporary water and air lines; Material hose operator (walls, slabs, floors and d ecks ); Plugging, filling of shee bolt holes; Dry packing of concrete; Railroad maintenance, repair track person and road beds; Streetcar and railroad construction track laborers; Rigging and signal ing; Scal er; Slip form raiser; Tar and mortar; Tool crib or tool house laborer; Traffic control by any method; Window cleaner; Wire mesh pulling -all concrete pouring operations GROUP 2 : Asphalt shoveler; Cement dumper (on 1 yd. or larger mixer and handling bulk cement); Cesspool digger and installer; Chucktender; Chute handler, pouring concrete, the handling of the chute from readymix trucks, such as walls, slabs, decks, floors, f oundation, footings , curbs, gutters and sidewalks; Concrete curer, impervious membrane and form oiler; Cutting torch operator (demolition); Fine grader, highways and street paving, airport, runways and similar type heavy construction; Gas, oil and/or water pipeline wrapper -pot tender and form person; Guinea chaser; Headerboard person -asphalt; Laborer, packing rod steel and pans; Membrane vapor barrier installer; Power broom sweeper (small); Riprap stonepaver, placing stone or wet sacked concrete; Roto scraper and tiller; Sandblaster (pot tender); Septic tank digger and installer(lead); Tank scaler and cleaner; Tree climber, faller, chain saw operator, Pittsburgh chipper and similar type brush shredder; Underground laborer, including caisson bellower GROUP 3 : Buggymobile person; Concrete cutting torch; Concrete pile cutter; Driller, jackhammer, 2-l/2 ft . drill steel or longer; Dri-pak-it machine; Gas, oil and/or water pipeline wrapper, 6-in. pipe and over, by any method, inside and out; High scaler (including drilling of same); Hydro seeder and similar type; Impact wrench multi-plate; Kettle person, pot person and workers applying asphalt, l a y-kold, creosote, lime caustic and similar type materials ("applying" means applying, dipping, brushing or handling of such materials for pipe wrapping and waterproofing); Operator of pneumatic, gas , electric tools, vibrating machine , pavement breaker, air blasting, come-alongs, and similar mechanical tools not separately classified herein; Pipelayer's backup person, coatin g , grouting, making of joints, sealing, caulking, diapering and including rubber gasket joints, pointing and any and all other services; Rock slinger; Rotary scarifier or multiple head concrete chipping scarifier; Steel headerboard and guideline setter; Tamper, Barko, Wacker and similar type; Trenching machine, hand-propelled GROUP 4 : Asphalt raker, lute person, ironer, asphalt dump person, and asphalt spreader boxes (all types); Concrete core cutter (walls, floors or ceilings), grinder or sander; Concrete saw person, cutting walls or flat work, scoring old or new concrete; Cribber, shorer, lagging, sheeting and trench bracing, hand-guided lagging hammer; Head rock slinger; Laborer, asphalt-rubber distributor boot person; Laser beam in connection with laborers ' work; Oversize concrete vibrator operator, 70 lbs . and over; Pipelayer performing all services in the laying and installation of pipe from the point of receiving pipe in the ditch until completion of operation, including any and all forms of tubular material, whether pipe, metallic or non-metallic, conduit and any other stationary type of tubular device used for the conveying of any substance or element, whether water, sewage, solid gas, air, or other product whatsoever and without regard to the nature of material from which the tubular material is fabricated; No-joint pipe and stripping of same; Prefabricated manhole installer; Sandblaster (nozzle person), water blasting, Porta Shot-Blast GROUP 5 : Blaster powder, all work of loading holes, placing and blasting of all powder and explosives of whatever type, regardless of method used for such loading and placing; Driller : All power drills, excluding jackhammer, whether core, diamond, wagon, track, mu ltiple unit, and any and all other types of mechanical drills without regard to the form of motive power; Toxic waste removal TUNNEL LABORER CLASSIFICATIONS GROUP 1 : Batch plant laborer; Bull gang mucker, track person; Changehouse person; Concrete crew, including rodder and spreader; Dump person; Dump person (outside); Swamper (brake person and switch person on tunnel work); Tunnel materials handling person GROUP 2 : Chucktender, cabletender; Loading and unloading agitator cars; Nipper; Pot tender, using mastic or other materials (for example, but not by way of limitation, shotcrete, etc .); Vibrator person, jack hammer, pneumatic tools (except driller) GROUP 3 : Blaster, driller, powder person; Chemical grout jet person; Cherry picker person; Grout gun person; Grout mixer person; Grout pump person; Jackleg miner; Jumbo person; Kemper and other pneumatic concrete placer operator; Miner, t unnel (hand or machine); Nozzle person; Operating of troweling and/or grouting machines; Powder person (primer house); Primer person; Sandblaster; Shotcrete person; Steel form raiser and setter; Timber person, retimber person, wood or steel; Tunnel Concrete finisher GROUP 4 : Diamond driller; Sandblaster; Shaft and raise work LAB00300-005 01/01/2013 Rates Fringes Asbestos Removal Laborer ......... $ 27 .35 14 .95 SCOPE OF WORK : Includes site mobilization, initial site cleanup, site preparation, removal of asbestos-containing material and toxic waste, encapsulation, enclosure and disposal of asbestos-containing materials and toxic waste by hand or with equipment or machinery; scaffolding, fabrication of temporary wooden barriers and assembly of decontamination stations. LAB00345-001 07/01/2013 Rates LABORER (GUNITE) GROUP 1. .................... $ 33 .04 GROUP 2 ..................... $ 32 .09 Fringes 17 .86 17 .86 GROUP 3 ..................... $ 28 .55 17 .86 FOOTNOTE : GUNITE PREMIUM PAY : Workers working from a Bosn'n 's Chair or suspended from a rope or cable shall receive 40 cents per hour above the foregoing applicable classification rates . Workers doing gunite and/or shotcrete work in a tunnel shall receive 35 cents per hour above the foregoing applicable classification rates, paid on a portal-to-portal basis . Any work performed on, in or above any smoke stack, silo, storage elevator or similar type of structure, when such structure is in excess of 75 '-0 " above base level and which work must be performed in whole or in part more than 75 '-0" above base level, that work performed above the 75'-0" level shall be compensated for at 35 cents per hour above the applicable classification wage rate . GUNITE LABORER CLASSIFICATIONS GROUP 1 : Rodmen, Nozzlemen GROUP 2 : Gunmen GROUP 3 : Reboundmen LAB01184-001 07/01/2013 Rates Laborers : (HORIZONTAL DIRECTIONAL DRILLING) (1) Drilling Crew Laborer ... $ 30 .11 (2) Vehicle Operator/Hauler .$ 30 .28 (3) Horizontal Directional Drill Operator .............. $ 32 .13 (4) Electronic Tracking Locator ..................... $ 34 .13 Laborers : (STRIPING/ SLURRY SEAL) GROUP 1 ..................... $ 31 .06 GROUP 2 ..................... $ 32 . 36 GROUP 3 ..................... $ 34 . 37 GROUP 4 ..................... $ 36. 11 LABORERS -STRIPING CLASSIFICATIONS Fringes 11.83 11 .83 11 .83 11 .83 14 .53 14 .53 14 .53 14 .53 GROUP 1 : Protective coating, pavement sealing, including repair and filling of cracks by any method on any surface in parking lots, game courts and playgrounds; carstops; operation of all related machinery and equipment; equipment repair technician GROUP 2 : Traffic surface abrasive blaster; pot tender - removal of all traffic lines and markings by any method (sandblasting, waterblasting, grinding, etc .) and preparation of surface for coatings . Traffic control person: controlling and directing traffic through both conventional a nd moving lane closures; operation of all related machinery and equipment GROUP 3 : Traffic delineating device applicator : Layout and application of pavement markers, delineating signs, rumble and traffic bars, adhesives, guide markers, other traffic delineating devices including traffic control . This category includes all traffic related surface preparation (sandblasting, waterblasting, grinding) as part of the application process . Traffic protective delineating system installer: removes , relocates, installs, permanently affixed roadside and parking delineation barricades, fencing, cable anchor, guard rail, reference signs , monument markers ; operation of all related machinery and equipment; power broom sweeper GROUP 4 : Striper: layout and application of traffic stripes and markings; hot thermo plastic; tape traffic stripes and markings, including traffic control; operation of all related machinery and equipment LAB01414-001 08/07/2013 Rates LABORER PLASTER CLEAN-UP LABORER .... $ 27 .45 PLASTER TENDER .............. $ 30 .00 Fringes 16.36 16.36 Work on a swing stage scaffold: $1 .00 per hour additional . PAIN0036-001 07 /01/2013 Painters : (Including Lead Abatement) (1) Repaint (excludes San Rates Diego County) ............... $ 26.49 (2) All Other Work .......... $ 29.82 Fringes 11 .73 11 .73 REPAINT of any previously painted structure. Exceptions : work involving the aerospace industry, breweries, commercial recreational facilities, hotels which operate commercial establishments as part of hotel service, and sports facilities . PAIN0036-006 01/01/2013 DRYWALL FINISHER/TAPER Antelope Valley North of the following Boundary: Kern County Line to Hwy . #5, South of Hwy . #5 to Rates Fringes Hwy . N2 , East on N2 to Palmdale Blvd., to Hsy. #14 , South to Hwy . #18, East to Hwy . #395 ........... $ 29 .19 Remainder of Los Angeles County ...................... $ 33 . 22 PAIN0036-015 06/01/2012 Rates GLAZIER .......................... $ 38 .95 14 .81 14 .81 Fringes 19.83 FOOTNOTE : Additional $1 .25 per hour for work in a condor, from the third (3rd) floor and up Additional $1 .25 per hour for work on the outside of the building from a swing stage or any suspended contrivance, from the ground up PAIN1247-002 09/01/2013 Rates SOFT FLOOR LAYER ................. $ 30 .85 PLAS0200-009 08/07/2013 Rates PLASTERER ........................ $ 36 .11 PLAS0500-002 07/01/2013 Rates CEMENT MASON/CONCRETE FINISHER ... $ 30 .85 PLUM0016-001 07/01/2013 PLUMBER/PIPEFITTER Plumber and Pipefitter All other work except work on new additions and remodeling of bars, restaurant, stores and commercial buildings not to exceed 5 ,000 sq. ft . of floor space and work on strip malls, light commercial, tenant improvemen t and remodel Rates work ....................... $ 43 .60 Work ONLY on new additions and remodeling of bars, restaurant, stores and commercial buildings not Fringes 10 .49 Fringes 13.13 Fringes 21 .00 Fringes 20 .16 to exceed 5 ,000 sq. ft . of floor space ................. $ 42 .26 Work ONLY on strip malls, light commercial, tenant improvement and remodel work ........................ $ 34 . 11 PLUM0345-001 07/01/2013 Rates PLUMBER Landscape/Irrigation Fitter.$ 27 .85 Sewer & Storm Drain Work .... $ 32 .50 ROOF0036-002 08/01/2012 Rates ROOFER ........................... $ 34 . 65 19 .18 17 .51 Fringes 18 .81 16.93 Fringes 11 .38 FOOTNOTE : Pitch premium : Work on which employees are exposed to pitch fumes or required to handle pitch, pitch base or pitch impregnated products, or any material containing coal tar pitch, the entire roofing crew shall receive $1.75 per hour "pitch premium" pay. SFCA0669-013 07/01/2013 DOES NOT INCLUDE THE CITY OF POMONA, CATALINA ISLAND, AND THAT PART OF LOS ANGELES COUNTY WITHIN 25 MILES OF THE CITY LIMITS OF LOS ANGELES : Rates Fringes SPRINKLER FITTER ................. $ 34 .19 19.37 SFCA0709-005 01/01/2013 THE CITY OF POMOMA, CATALINA ISLAND, AND THAT PART OF LOS ANGELES COUNTY WITHIN 25 MILES OF THE CITY LIMITS OF LOS ANGELES : Rates Fringes SPRINKLER FITTER (Fire) .......... $ 40.41 23.77 SHEE0105-002 07/01/2013 LOS ANGELES (South of a straight line between gorman and Big Pines including Catalina Island) Rates Fringes SHEET METAL WORKER (1) Light Commercial: Work on general sheet metal and heating and AC up to 4000 sq ft ....................... $ 24 . 4 4 (2) Moderni zation : Excluding New Construction -Under 5000 sq . ft . Does not include modification, upgrades, energy management, or conservation improvements of central heating and AC equpment .................... $ 40 .74 SHEE0105-003 07/01/2013 8 .15 22 .23 LOS ANGELES (South of a straight line drawn between Gorman and Big Pines)and Catalina Island, INYO, KERN (Northeast part, East of Hwy 395), MONO ORANGE , RIVERSIDE, AND SAN BERNARDINO COUNTIES SHEET METAL WORKER (1) Commercial -New Construction and Remodel Rates work ........................ $ 40 .74 (2) Industrial work including air pollution control systems, noise abatement, hand rails, guard rails, excluding aritechtural sheet metal work, excluding A-C , heating, ventilating systems for human comfort ... $ 40 .74 SHEE0105-004 07/01/2013 Fringes 22.23 22.23 KERN (Excluding portion East of Hwy 395) & LOS ANGELES (North of a straight line drawn between Gorman and Big Pines including Cities of Lancaster and Palmdale) COUNTIES Rates Fringes SHEET METAL WORKER ............... $ 31 .38 21 .44 TEAM0011-002 07/01/2013 Rates Fringes TRUCK DRIVER GROUP 1 .................... $ 27 .59 22 .69 GROUP 2 .................... $ 27 .74 22 .69 GROUP 3 .................... $ 27 .87 22 .69 GROUP 4 .................... $ 28 .06 22 .69 GROUP 5 . ....... • • 0 0 0 ... .$ 28 .09 22 .69 GROUP 6 .. • 0 . 0 ... ...... $ 28 .12 22 .69 GROUP 7 .. .... 0 0 • • • • 0 •• . . . . .$ 28 .37 22 .69 GROUP 8 ...... 0 0 0 0. . .. .$ 28 .62 22 .69 GROUP 9 .... • 0 . 0 . 0 .... . . . . $ 28 .82 22 .69 GROUP 10 ...... .. • 0 0 0 • . . ..... $ 29 .12 22 .69 GROUP 11. ... • 0 0. . ... . . . .$ 29 .62 22 .69 GROUP 12 .. • 0. 0 •• • 0 0 • . . .$ 30 .05 22 .69 WORK ON ALL MILITARY BASES : PREMIUM PAY : $3 .00 per hour a dditional . [29 palms Marine Base, Camp Roberts , China Lake, Edwards AFB , El Centro Naval Facility, Fort Irwin, Marine Corps Logistics Base at Nebo & Yermo, Mountain Warfare Training Center, Bridgeport, Point Arguello, Point Conception, Vandenberg AFB] TRUCK DRIVERS CLASSIFICATIONS GROUP 1 : Truck driver GROUP 2 : Driver of vehicle or combination of vehicles -2 axles ; Traffic control pilot car excluding moving heavy equipment permit load; Truck mounted broom GROUP 3 : Driver of vehicle or combination of vehicles -3 axles; Boot person; Cement mason distribution truck; Fuel truck driver; Water truck -2 a xle; Dump truck, less than 16 yds . water level; Erosion control driver GROUP 4 : Driver of transit mix truck, under 3 yds .; Dumpcrete truck, less than 6-1/2 yds . water level GROUP 5 : Water truck, 3 or more axles; Truck greaser and tire person ($0 .50 additional for lire person); Pipeline and utility working truck driver, including winch truck and plastic fusion, limited to pipeline and utility work; Slurry truck driver GROUP 6 : Transit mix truck, 3 yds . or more; Dumpcrete truck, 6-1/2 yds . water level and ov er; Vehicle or combination of vehicles - 4 or more axles ; Oil spreader truck; Dump truck, 16 yds . to 25 yds . water level GROUP 7 : A Frame, Swedish crane or similar; Forklift driver; Ross carrier driver GROUP 8 : Dump truck, 25 yds . to 49 yds . water level; Truck repair person; Water pull -single engine; Welder GROUP 9 : Truck repair person/welder; Low bed driver, 9 axles or over GROUP 10 : Dump truck -50 yds . or more water level; Water pull -single engine with attachment GROUP 11 : Water pull -twin engine ; Water pull -twin engin e with attachments; Winch truck driver -$1 .25 additional when operating winch or similar special attachments GROUP 12: Boom Truck 17K and above WELDERS -Receive rate prescribed for craft per forming operation to which welding is incidental . ================================================================ Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as p r ovided in the labor standards contract clauses (29CFR 5 .5 (a) (1) (ii)). The body of each wage determination lists the classification and wage rates t hat have been found to be prevailing for the cited type(s) o f construction in the area covered by the wage determination . The classifications are listed i n alphabetical order of "i de nt i fiers '' that i ndicate whether the particular rate is union or non-union. Union Identifiers An identifier e nclosed in dotted lines beginning with characters other than "SU " denotes that the union classification and rate have found to be prevailing for that classification. Example : PLUM0198 -005 07/01/2011 . The first four letters , PLUM, indicate the international union and the four-digit number, 0198, that follows indicates the local union number or district council number where applicable , i .e ., Plumbers Local 0198 . The next number, 005 in the example, is an internal number used in processing the wage determination . The date, 07/01/2011 , following these characters is the effective date of t he most cu rrent negotiated rate/collective bargaining agreement which would be July 1 , 2011 in the above example . Union prevailing wage rates will be updated to reflect any changes in the collective bargaining agreements governing the rates . 0000/9999 : weighted union wage rates will be published annually each January. Non-Union Identi fiers Classifications listed under an "SU " identifier were derived from survey data by computing average rates and are not union rates; however, the data used in computing these rates may include both union and non-uni on data. Example : SULA2004 -007 5/13/2010. SU indicates the rates are not union majority rates, LA indicates the State of Loui s i ana ; 2004 is the year of the survey; and 007 is an interna~ number used in producing the wage determination . A 1993 or later date, 5/13/2010, indicates the classifications and rates under that identifier were issued as a General Wage Determination on that date . Survey wage rates will remain in effect and will not change until a new survey is conducted . WAGE DETERMINATION APPEALS PROCESS 1 .) Has there been an initial decision in the matter? This can be : * * * * an existing published wage determination a survey underlying a wage det ermination a Wage and Hour Division letter setting forth a position on a wage determination matter a conformance (additional classification and rate) ruling On survey related matters, initial contact, including requests for summaries of surveys, should be with the Wage and Hour Regional Office for the area in which the survey was conducted because those Regional Offices have responsibility for the Davis-Bacon survey program . If the response from this initial contact is not satisfactory, then the process described in 2 .) and 3 .) should be followed . With regard to any other matter not yet ripe for the formal process described here, initial contact should be with the Branch of Construction Wage Determinations . Write to: Branch of Construction Wage Determinations Wage and Hour Division U.S . Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 2 .) If the answer to the question in 1 .) is yes, then an interested party (those affected by the action) can request review and reconsideration from t he Wage and Hour Administrator (See 29 CFR Part 1 .8 and 29 CFR Part 7). Write to: Wage and Hour Administrator U.S . Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 Th e request should be accompanied by a full statement of the interested party 's position and by any information (wage payment data, project description, area practice material , etc.) that the requestor considers relevant to the issue . 3 .) If the decision of the Administrator is not favorable , an interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board). Write to: Administrative Review Board U.S . Department of Labor 200 Constitution Avenue, N.W. Wash ington, DC 20210 4 .) All decisions by the Administrative Review Board are final . END OF GENERAL DECISION ATTACHMENT E PREPARED BY: EFI PREPARED FOR: CITY OF TEMPLE CITY PROJECT NAME: SR2S-Various Locations VERSION 3 DATE 1/1312014 PRELI MINARY ENGINEER'S ESTIMATE FOR CITY OF TEMPLE CITY SR2S Item # Description Quantity unit Unit Price Total GENERAL -ALL LOCATIONS 1 Mobilization & Demobilization 1 LS __i_20 000.00 $20 000.00 2 Traffic Control 1 LS $20 000.00 $20 000.00 1 Kemove I"'LA; s1aewaiKJKamp,1awn, snruos, PCC ribbon, brick, & dirt. Trim bushes along 3 fenceline. Prune Roots of existing trees and grade to allow for the installtion of new sidewalk 1 LS __i_20 000.00 $20 000.00 4 Construct new PCC Curb Ramp Per APWA Sid 111-4 Case A, Type 4 Per plans 25 EA $3 000.00 $75 000.00 5 Construct new PCC Curb Ramp Per APWA Sid 111-4 Case A, Type 1 Per plans 3 EA _i3 000.00 $9 000.00 6 Install Raised Truncated Dome on existing Ramp & Grind Gutter lip at bottom of ramp 3 EA $800.00 $2 400.00 7 Construct 4" PCC sidewalk 24900 SF $3.75 $93 375.00 8 Adjust water meter, gas meter, or cable box frame & cover to grade 41 EA $75.00 $3 075.00 9 Furnish & Install new box & cover for water meter, gas meter, or cable/tel pull box 7 EA $150.00 $1 050.00 Grade around new sidewalks and ramps to 10 match existing, Restore lawn/plants in Kind. Install new sprinkler heads,pvc pipe, irrigation lines to replace damaged/altered as needed. 1 LS $10 000.00 $10 000.00 11 Furnish & Install new sign and post 43 EA $150.00 $6 450.00 12 Furnish & Install new sign 10 EA $75.00 $750.00 13 Remove Sign & deliver to City yard 4 EA $50.00 $200.00 14 Remove sign and post 2 EA $150.00 $300.00 Identify, tie out and reset survey monuments 15 and file corner record for ties destroyed due to the construction of access ramps 8 EA _M50.00 $3 600.00 SAFE ROUTE TO SCHOOL IMPROVEMENTS ON DALEVIEW AVE NEAR CLEMENSON ELEMENTARY 16 Remove tree and rootball 21 EA I $1,000.ool $2,000.00 1of6 Engineers Cost Estimate V3, 1-13-14 3/31/2014 PRELIMINARY ENGINEER'S ESTIMATE FOR CITY OF TEMPLE CITY SR2S Item# Description Quantity unit Unit Price Total Furnish & Install thermoplastic ladder style 17 Xwalk striping (Extrusion Type) on Arrowood at Daleview, Daleview at Grand, Daleview at Freer West leg and South leg 4 EA $1 500.00 $6 000.00 18 Grind and /or sandblast existing striping & legends. 1 LS _i1 000.00 $1 000.00 19 Sandblast and/or Grind pavement legend and install new thermoplastic Pavement Legend 2 EA $300.00 $600.00 SAFE ROUTE TO SCHOOL IMPROVEMENTS ON CLOVERLY Furnish & Install thermoplastic ladder style 20 Xwalk striping (Extrusion Type) on Danes at Cloverly, Cloverly at Blackley, Blacley at Cloverly West leg 3 EA $1 500.00 $4 500.00 Furnish & Install thermoplastic ladder style Xwalk striping (Extrusion Type) on four legs for 21 the following intersections: 1.Cioverly and Olive 2. Cloverly at Broadway 2 EA $5 000.00 $10 000.00 22 Grind and /or sandblast existing striping & legends. 1 LS $1 000.00 $1 000.00 23 Sandblast and/or Grind pavement legend and install new thermoplastic Pavement Legend 3 EA $300.00 $900.00 24 Furnish and install speed feedback sign by 3M or approved equal, 1-A Pole and foundation 2 EA $6 500.00 $13 000.00 Furnish and install solar panel for solar power 25 and battery backup system for speed feedback signs 2 EA $1 500.00 $3 000.00 SAFE ROUTE TO SCHOOL IMPROVEMENTS ON ROSEMEAD AT EMPEROR Furnish & Install thermoplastic ladder style 26 Xwalk striping (Extrusion Type) on four legs for the following intersections: 1. Rosemead and Emperor 1 EA $5 000.00 $5 000.00 SAFE ROUTE TO SCHOOL IMPROVEMENTS ON BROADWAY AT NOEL Furnish & Install thermoplastic ladder style 27 Xwalk striping (Extrusion Type) on Noel at Broadway 1 EA $1 500.00 $1 500.00 Furnish & Install thermoplastic ladder style 28 Xwalk striping (Extrusion Type) with RPM per detail B on Sht 2 on Broadway east leg at Noel 1 EA $3 500.00 $3 500.00 29 Furnish & Install Solar LED flashing Assembly B to include solar pannels & battery backup 2 EA $2.500.00 $5 000.00 2of6 Engineers Cost Estimate V3, 1-13-14 3/31/2014 PRELIMINARY ENGINEER'S ESTIMATE FOR CITY OF TEMPLE CITY SR2S Item # Description Quantity I unit Unit Price Total SAFE ROUTE TO SCHOOL IMPROVEMENTS AT LA ROSA ELEMENTARY 30 Provide sign & base for middle of X walk 2 EA $200.00 $400.00 Furnish & Install thermoplastic ladder style Xwalk striping (Extrusion Type) at the following locations: 1.Frautus at Pentland 2.west leg 31 Pentland at Allessandro 3.AIIessando at Pentland 4.La Rosa at Fratus 5.AIIessandro south at LaRosa 6.AIIessandro north at LaRosa ?.Fratus at Kennerly 8.Fratus at La Rosa 7 EA $1 500.00 $10 500.00 Furnish & Install thermoplastic ladder style 32 Xwalk striping (Extrusion Type) with RPM per detail B on Sht 2 on La Rosa West of Allessandro 1 EA __l3 500.00 $3 500.00 33 Grind and /or sandblast existing striping & legends. 1 LS $1 000.00 $1 000.00 34 Sandblast and/or Grind pavement legend and install new thermoplastic Pavement Legend 6 EA $300.00 $1 800.00 SAFE ROUTE TO SCHOOL IMPROVEMENTS FOR LONGDEN ELEMENTARY Furnish & Install thermoplastic ladder style 35 Xwalk striping (Extrusion Type) At 4 separate locations 4 EA __l1 500.00 $6 000.00 Furnish & Install thermoplastic ladder style Xwalk striping (Extrusion Type) on four legs for 36 the following intersections: 1.Longden and Temple City Blvd 2. Longden and Oak Ave 2 EA $5 000.00 $10 000.00 37 Grind and /or sandblast existing striping & legends. 1 LS __i1 000.00 $1 000.00 38 Sandblast and/or Grind pavement legend and install new thermoplastic Pavement Legend 3 EA $300.00 $900.00 39 Furnish & Install new sign 1 EA $150.00 $150.00 40 Furnish and install speed feedback sign by 3M or approved equal, 1-A Pole and foundation 2 EA $6 500.00 $13 000.00 Furnish and install solar panel for solar power 41 and battery backup system for speed feedback signs 2 EA $1 500.00 $3 000.00 SAFE ROUTE TO SCHOOL IMPROVEMENTS ON OAK AVE NEAR OAK INTERMEDIATE 42 Provide sign & base for middle of X walk I 21 EA I $200.ool $400.00 3of6 Engineers Cost Estimate V3, 1-13-14 3/31/2014 PRELIMINARY ENGINEER'S ESTIMATE FOR CITY OF TEMPLE CITY SR2S Item # Description Quantity unit Unit Price Total Furnish & Install thermoplastic ladder style Xwalk striping (Extrusion Type) at the following 43 locations: 1.Camino Real at Oak 2.0ak at Camino Real (South) 3.0ak at Emperor (North) 4.Emperor at Oak (North) 5.Emperor at Oak (South} 5 EA $1 500.00 $7 500.00 44 Grind and /or sandblast existing striping & legends. 1 LS $1 000.00 $1 000.00 45 Sandblast and/or Grind pavement legend and install new thermoplastic Pavement Legend 6 EA $300.00 $1 800.00 SAFE ROUTE TO SCHOOL IMPROVEMENTS ON LEMON AVE AND TEMPLE CITY BLVD NEAR TEMPLE CITY HIGH SCHOOL 46 Furnish & install 2" conduit 20 LF $55.00 $1 100.00 47 Furnish & install new #5 pullbox 2 EA $650.00 $1 300.00 Furnish & install in roadway lighting on Lemon 48 Ave, 10 Units complete including controller wiring and all incidentals--(5 year component Warrantv reauired see technical soecs) 1 EA _i22 000.00 _i22 000.00 Furnish & install solar panel for solar power and 49 battery backup system including Two-1A poles for in roadway lighting on Lemon. 1 EA $7 500.00 $7 500.00 50 Furnish & install activation button on 1-A pole. 2 EA $500.00 $1 000.00 51 Furnish & install signs with S1-1 LED including $2 600.00 wirina 2 EA $1 300.00 52 Provide sign & base for middle of Xwalk 2 EA $200.00 $400.00 Furnish & Install thermoplastic ladder style 53 Xwalk striping (Extrusion Type) at the following locations: 1.Trelawney at Lemon Ave 2.Lemon Ave at Trelawney (South} 2 EA _1_1 500.00 $3 000.00 Furnish & Install thermoplastic ladder style X walk striping (Extrusion Type) on four legs for 54 the following intersections: 1.Lemon and Oak 2.Camino Real and Temple City Blvd 3.Lemon Ave and Temple City Blvd 3 EA $5 000.00 $15 000.00 55 Grind and /or sandblast existing striping & legends. 1 LS _1_1 000.00 $1 000.00 56 Sandblast and/or Grind pavement legend and install new thermoplastic Pavement Legend 1 EA $300.00 $300.00 TOTAL PROJECT COST I $439,350.00 Additive Alternate 1-ln Pavement Lighting 4of6 Engineers Cost Estimate V3, 1-13-14 3/31/2014 PRELIMINARY ENGINEER'S ESTIMATE FOR CITY OF TEMPLE CITY SR2S Item # Description Quantity unit Unit Price Total SAFE ROUTE TO SCHOOL IMPROVEMENTS AT LONGLEY WAY ELEMENTARY- Furnish & Install thermoplastic ladder style 57 Xwalk striping (Extrusion Type) on Live Oak at Warren (east leo) 1 EA $1 500.00 $1 500.00 58 Furnish & install 2" conduit 20 LF $55.00 $1100.00 59 Furnish & install new #5 oullbox 2 EA $650.00 $1 300.00 Furnish & install in roadway lighting on Live Oak 60 St., 10 Units complete including controller wiring and all incidentals-{5 year component Warranty required see technical specs) 1 EA $22 000.00 $22 000.00 Furnish & install solar panel for solar power and 61 battery backup system including Two-1A poles for in roadwav_liohtino on Live Oak. 1 EA $7 500.00 $7 500.00 62 Furnish & install activation button on 1-A pole. 2 EA $500.00 $1 000.00 63 Furnish & install signs with S1-1 LED including wirinq 2 EA $1 300.00 $2 600.00 Subtotal Additive Alternate 1 $37 000.00 Additive Alternate 2-ln Pavement Lighting SAFE ROUTE TO SCHOOL IMPROVEMENTS ON OAK AVE NEAR OAK 64 Furnish & install 2" conduit 20 LF $55.00 $1 100.00 65 Furnish & install new #5 oullbox 2 EA $650.00 $1 300.00 Furnish & install in roadway lighting on Oak St., 66 10 Units complete including controller wiring and all incidentals--{5 year component Warranty required see technical specs) 1 EA $22 000.00 $22 000.00 Furnish & install solar panel for solar power and 67 battery backup system including Two-1A poles I for in roadwaY liohtino on Oak. 1 EA $7 500.00 $7 500.00 68 Furnish & install activation button on 1-A pole. 2 EA $500.00 $1 000.00 69 Furnish & install signs with S1-1 LED including wirina 2 EA $1 300.00 $2 600.00 Subtotal Additive Alternate 2 $35 500.00 Additive Alternate 3-Additional Access Ramps Replacements SAFE ROUTE TO SCHOOL IMPROVEMENTS ALL NINE LOCATIONS ll"\tmtuv~:: r'l.-1.-SlaewaiKJKamp, 1awn, snruos, PCC ribbon, brick, & dirt. Trim bushes. Prune Roots of existing trees and grade. Construct new PCC Curb Ramp Per APWA Std 111-4 70 Case A, Type 3 or type 4 to include any incidental sidewalk, repair landscaping & irrigation system and all other incidentals for a complete installation at various locations in the vicinity of the schools as directed by the City 1 EA $4,000.00 $4,000.00 5of6 Engineers Cost Estimate V3, 1-13-14 3/31/2014 PRELIMINARY ENGINEER'S ESTIMATE FOR CITY OF TEMPLE CITY SR2S Item# Description Quantity unit Unit Price Subtotal Additive Alternate 3 ITOTAL PROJECT COST INCLUDING ADDITIVE ALTERNATIVE 1, 2, & 3 6of6 Engineers Cost Estimate V3, 1-13-14 Total $4 000.00 $515,850.00 I 3/31/2014