HomeMy Public PortalAbout09) 7H-1 Longden Ave Sewer Staff ReportCITY OF TEMPLE CITY
CONTRACT DOCUMENTS
PLANS AND SPECIFICATIONS
FOR
THE CONSTRUCTION OF
LONGDEN AVENUE SEWER
REPLACEMENT PROJECT
NOTICE INVITING BID
BID NO.: POS-07
IN THE CITY OF TEMPLE CITY
CITY OF TEMPLE CITY
9701 LAS TUNAS DRIVE
TEMPLE CITY, CALIFORNIA 91780
AUGUST 2013
ATTACHMENT A
August 27, 2013
TO PROSPECTIVE BIDDERS:
The City of Temple City wishes to take this opportunity to welcome you as a prospective
bidder on one of its Public projects. It is the City's intention to provide you with thorough
and complete information regarding this project and to present an accurate description of
the necessary work so that you may successfully bid and construct the project.
Submittal of your bid assumes that you have made a thorough and complete investigation
of the project site and that you have discovered no apparent discrepancies between the
scope of work set forth in the plans and specifications and the actual field condit ions.
If there are any questions regarding this project, please contact via e-mail:
Ali Cayir, P.E.
Ali.cayir@transtech .org
All inquiries must be submitted in writing.
Mark Persico, AICP
Director of Community Development
TABLE OF CONTENTS
DESCRIPTION SECTION
NOTICE INVITING SEALED B IDS A
INSTRUCTIONS TO BIDDERS B
BIDDER 'S PROPOSAL (Entire Section C shall be submitted with the bid) C
SAMPLE CONTRACT D
SPECIAL PROVISIONS E
APPENDIX A: TECHNICAL SPECIFICATIONS
APPENDIX B: EPA SPECIAL INFRATRUCTURE GRANT REQU IREMENTS
APPENDIX C: LONGDEN AVENUE SEWER IMPROVEMENTS PROJECT DESIGN
PLANS
SECTION A -NOTICE INVITING SEALED BIDS
BID NO.: P08-07
LONGDEN AVENUE SEWER REPLACEMENT PROJECT
IN THE CITY OF TEMPLE CITY
PUBLIC NOTICE IS HEREBY GIVEN that the City of Temple City invites sealed bids for
the above stated project and will receive such bids in the office of the City Clerk , City Of
Temple City, 9701 Las Tunas Drive, Temple City, CA 91780, up to the hour of (TBD).
The bids received will be publicly opened approximately 15 minutes after the bid submitta l
deadline in the City Council Chambers.
This Notice Inviting Formal Sealed Bids will be advertised in a newspaper of genera l
circulation, printed and published in the jurisdiction of the City of Temple City at least
fourteen (14) calendar days before the bid opening date .
Copies of the Plans, Specifications and contract documents can be obtained as follows:
1. To receive a pdf file send an e-mail request to : ali .cayir@transtech.org. A pdf file
will be e-mailed at no cost.
2. Hard copy can be picked up at a non-refundable cost of $50 from City Of Temple
City, 9701 Las Tunas Drive, Temple City, CA 91780. Make check payable to
"City of Temple City". Place a note on the check as follows: Cost for Plan Set fo r
Longden Avenue Sewer Replacement Project, Bid No.: P08-07
3. Hard copy can be mailed at a non-refundable cost of $100. To receive a hard copy
via mail , mail a check in the stated amount to City Of Temple City, 9701 Las
Tunas Drive, Temple City, CA 91780. Make check payable to "City of Temple
City". Place a note on the check as follows: Cost for Mailing Plan Set for Longden
Avenue Sewer Replacement Project, Bid No.: P08-07
The City hereby notifies all qua lified bidders that it will affirmatively insure that minority
business enterprises will be afforded full opportunity to submit bids in response to this
invitation and will not be discriminated against on the basis of race, color, national origin,
ancestry, sex, religion or handicap in any consideration for an award. Attention is directed
to the provisions of Section 1777.5 (Chapter 1411, Statutes of 1968) and 1777 .5 of the Labor
Code concerning the employment of apprentices by the contractor and that the contractor
shall not allow discrimination in employment practices on the basis of race , color, national
origin, ancestry , sex, religion or handicap.
The City will deduct a State-mandated 5 percent retention from all progress payments.
In entering into a public works contract, or a subcontract, to supply goods, services , or
materials pursuant to a public works contract, the Contractor, or subcontractors , offers and
agrees to assign to the awarding body all rights, title and interest in , and to , all causes of
action it may have under Section 4 of the Clayton Act (15 U.S.C. Section 15) or under the
Cartwright Act (Chapter 2 [commencing with Section 16700] of Part 2 of Division 7 of the
Business and Professions Code), arising from purchases of goods , services , or materials
A -1
pursuant to the public work's contract or subcontract. This assignment shall be made and
become effective at the time the awarding body tenders final payment to the Contractor,
without further acknowledgment by the parties .
Bids must be prepared on the approved Proposal forms in conformance with the Instructions
to Bidders and submitted in a sealed envelope plainly marked on the outside. Bids must be
accompanied by a bid bond , made payable to the City of Temple City for an amount no less
than 10 percent of the amount of bid.
No bid will be accepted from a Contractor who has not been licensed in accordance with the
provisions of the Business and Professions Code. The successful Contractor and his
subcontractors will be required to possess business licenses from the City. The City
reserves the right to reject any or all bids , to waive any irregularity, and to take all bids under
advisement for a period of thirty (30) calendar days.
Any contract entered into pursuant to this notice shall become effective or enforceable
against the City of Temple City only when the formal written contract has been duly executed
by the appropriate officers of the City.
Total construction duration is 40 work days. THE CONTRACTOR SHALL COMPLETE
THE WORK WITHIN 40 WORK DAYS OF THE EFFECTIVE DATE OF CITY'S NOTICE TO
PROCEED WITH CONSTRUCTION.
If there are any questions regarding this project, please contact i n writi ng via e-mail:
Ali Cayir, P .E.
ali.cayir@transtech.org
All inquiries must be submitted in writing.
BY ORDER of the City of Temple City, California.
A -2
SECTION B -INSTRUCTIONS TO BIDDERS
BID NO.: POS-07
LONGDEN AVENUE SEWER REPLACEMENT PROJECT
IN THE CITY OF TEMPLE CITY
LOCATION OF WORK
The exact location of the project is outlined in the drawings, specifications and other Contract
Documents on file at the office of the City Clerk of the City of Temple City.
PROPOSAL FORMS
Bids shall be submitted in writing on the Proposal forms provided by the City. All information
requested therein must be clearly and legibly set forth in the manner and form indicated.
The City will not consider any proposal not meeting these requirements.
PROPOSAL GUARANTEE
Proposals must be accompanied by a proposal guarantee consisting of a bid bond payable
to the City of Temple City in the amount not less than Ten (1 0) percent of the total amount
bid. Any proposal not accompanied by such a guarantee will not be considered. If a bidder
to whom a contract is awarded fails or refuses to execute the contract documents or furnish
the required insurance policies and bonds as set forth in those documents, the proposal
guarantee shall be forfeited to the City. The proposal guarantees of all bidders will be held
until the successful bidder has properly executed all contract documents.
DELIVERY OF PROPOSAL
Proposals shall be enclosed in a sealed envelope plainly marked on the outside , "BID NO.:
POB-07, LONGDEN AVENUE SEWER IMPROVEMENTS PROJECT-DO NOT OPEN
WITH REGULAR MAIL". Proposals may be mailed or delivered by messenger. However,
it is the bidder's responsibility alone to ensure delivery of the proposal to the hands of the
City's designated official prior to the bid opening hour stipulated in the Notice Inviting Bids.
Late proposals will not be considered.
CONSTRUCTION SCHEDULE, PROGRESS OF WORK, LIQUIDATED DAMAGES
In accordance with the provisions of Subsection 6-1 of the Standard Specifications, and/or
as may be provided for within the herein Special Provisions, after notification of award and
prior to start of any work, the Contractor shall submit to the Engineer for approval its
proposed Construction Schedule. At a scheduled date prior to commencement of work, the
Contractor and all subcontractors shall attend a pre-construction conference at the City Hall.
B -1
The selected Contractor shall complete the project per the schedule indicated in the Notice
of Inviting Bids section of the specifications .
The Contractor agrees that failure to complete work within the time allowed will result in
damages being sustained by the City. Contractor and City agree that failure to complete the
project will result in inconvenience to the citizens of Temple City. The parties also agree
that failure to complete the project on time will prevent the City from having the use of the
affected facilities. Therefore , the parties agree such damages among others are, and will
continue to be , impracticable and extremely difficult to determine, but that One Thousand
Dollars ($1 ,000) a calendar day is the minimum value of such costs to the City and is a
reasonable amount that the Contractor agrees to reimburse the City for each calendar day
of delay in finishing the work in excess of the time specified for completion , plus any
authorized time extensions.
Execution of the contract under these specifications shall constitute agreement by the
Contractor and the City that the above indicated liquidated damage amount per calendar
day is the minimum value of the costs and actual damage caused by failure of the Contractor
to complete the work within the allotted time, that such sum is liquidated damages and shall
not be construed as a penalty, and that such sum may be deducted from payments due the
Contractor if such delay occurs. Said amount may be reduced by the City if work is
sufficiently completed within the/an allotted time so that the damages are minimized.
All construction graffiti shall be removed prior to the release of retention payment
WITHDRAWAL OF PROPOSALS
A proposal may be withdrawn by a written request signed by the bidder. Such requests
must be delivered to the City's designated official prior to the bid opening hour stipulated in
the Notice Inviting Bids. Proposals may not be withdrawn after the bid opening hour
stipulated in the Notice Inviting Bids without forfeiture of the proposal guarantee. The
withdrawal of a proposal will not prejudice the right of the bidder to submit a new proposal ,
providing there is time to do so.
IRREGULAR PROPOSALS
Unauthorized conditions, limitations, or provisions attached to a proposal will render it
irregular and may cause its rejection . The completed proposal forms shall be without
interlineations alterations or erasures . Alternative grogosals will not be considered
unless specifically requested . No oral, telegraphic, or telephonic proposal, modification ,
or withdrawal will be considered.
TAXES
No mention shall be made in the proposal of Sales Tax, Use Tax, or any other tax, as all
amounts bid will be deemed and held to include any such taxes which may be applicable.
B-2
DISQUALIFICATION OF BIDDERS
In the event that any bidder acting as a prime contractor has an interest in more than one
proposal, all such proposals will be rejected, and the bidder will be disqualified . This
restriction does not apply to subcontractors or suppliers who may submit quotations to
more than one bidder, and while doing so, may also submit a formal proposal as a prime
contractor. No proposal will be accepted from a bidder who has not been licensed in
accordance with the provisions of the State Business and Professions Code.
DISCREPANCIES AND MISUNDERSTANDINGS
Before submitting a Proposal , Bidders must satisfy themselves by personal examination
of the work site , Plans, Specifications, and other contract documents, and by any other
means as they may believe necessary, as to the actual physical conditions, requirements
and difficulties under which the work must be performed , and shall include in the Proposal,
the cost of all items necessary in the construction of the project. The Bidder shall not be
allowed any extra compensation by reason of any matter or thing , concerning that which
such the Bidder might have fully informed himself prior to the bidding. No bidder shall at
any time after submission of a proposal make any claim or assertion that there was any
misunderstanding or lack of information regarding the nature or amount of work
necessary for the satisfactory completion of the job.
Any errors , omissions, or discrepancies found in the Plans, Specifications, or other
contract documents shall be called to the attention of the City. Should a Bidder find any
ambiguity, inconsistency or error in the plans and project manual, or be in doubt as to
their meaning , the Bidder shall notify the City, in writing via FAX as specified in the Notice
of Inviting Bids Section. Issues requiring clarification will be addressed in a written
addendum response , sent by facsimile to each Bidder, person or firm recorded by the
City as having received plans. Any addenda issued by the City during the time of bidding
are to be included in the proposal from the Bidder, and shall become a part of the Bid
documents. The Bidder shall acknowledge receipt of addenda on the proposal form in the
space provided.
By submitting a bid , the Bidder shall be held to have personally examined the site and the
drawings , to have carefully read the specifications, and to have satisfied itself as to its
ability to meet all the difficulties attending the execution of the proposed contract before
the delivery of this proposal, and agrees that if awarded the contract, will make no claim
-------against-tl'l e-City-based~or:dgnora!"lce--Or misu!"lderstar:td il"lg of tbe plansrSpedflcaticms,site, _____ _
conditions and/or contract provisions.
PERMITS AND LICENSES
The Contractor shall procure all permits and licenses, pay all charges and fees , and give
all notices necessary and incidental to the due and lawful prosecution of the work . Fees
B-3
(3) Comprehensive Automobile Liability Insurance in an amount not less than ONE
MILLION DOLLARS ($1 ,000 ,000);
(4) Contractual General Liability Insurance in an amount not less than ONE MILLION
DOLLARS ($1 ,000 ,000);
(5) or GENERAL AGGREGATE LIABILITY in an amount of not less than TWO
MILLION DOLLARS ($2 ,000,000).
* Automobile and lease vehicle insurance ; owned , not owned and hired . Insura n ce to
include bodily injury , sickness and death of any perso n and property damage owned and
un-owned per occurrence .
Bidders shall comply with the insurance requirement included in Article IX of the Sample
City of Temple City Contract included in part D of these Specifications
SOCIAL SECURITY ACT
The successful Bidder agrees to comply with and to require all of his subcontractors to
comply with all the provisions of the Act of Congress approved August 14, 1935, known
and cited as the Social Security Act and also the provisions of the act of the State
Legislature Approved , and known as the State Unemployment Compensa t ion Law and
all other laws and regulations pertaining to labor and workmen and all amendments to
such data, and the contractor further agrees to indemnify and hold harmless the City of
Temple City of and from any and all claims and demands made against it by virtue of the
failure of the contractor or any subcontractors to comply with the provisions of any or all
of said acts and amendments.
SALES AND USE TAX
The successful Bidder agrees to comply with and to require all of his subcontractors to
comply with all the provisions of applicable state sales excise tax law and compensation
use tax law and all amendments to same . The successful Bidder further agrees to
indemnify and hold harmless the Temple City Community Services Department of and
from any and all claims and demands made against virtue of the failure of the Contractor
or any Subcontractors to comply with the provisions of any or all said laws and
amendments.
WAIVER OF LIENS
The successful Bidder (General Contractor) is responsible for the payment of all bills for
labor and materials furnished by the subcontractors , the suppliers , and the General
Contractor on this project The General Contractor shall deliver to the City , unconditional
Lien Waivers and/or Releases from himself and from each of his subcontractors and
B-5
suppliers, and at such time he shall certify that he is submitting such lien wa ive rs for all
subcontractors and suppliers involved .
If any liens are filed against the City property, the City may, at its option , demand General
Contractor immediately provide a bond in accordance with state statutes.
LEGAL RESPONSIBILITIES
All proposals must be submitted, filed and executed in accordance with State and Federal
laws relating to bids for contracts of this nature whether the same or expressly referred
to herein or not. Any bidder submitting a proposal shall by such action thereby agree to
each and all of the terms , conditions , provisions , and requirements set forth ,
contemplated, and referred to in the Plans , Specifications , and other contract documents,
and to full compliance therewith.
AWARD OF CONTRACT
The award of contract, if made, will be to the lowest responsible bidder as determined
solely by the City. The City of Temple City reserves the right to reject any or all proposals ,
to waive any irregularity , and to take the bids under advisement for a period of sixty (60)
calendar days, as may be required to provide for the best interests of the City. In no event
will an award by made until all necessary investigations are made as to t he responsibility
and qualifications of the bidder to whom the award is contemplated.
The Contractor shall submit a signed contract, bonds, insurance and all necessary
documents to the City, within the required schedule.
EMPLOYMENT OF APPRENTICES
Attention is directed to the provisions in Section 1777.5 of the Californ ia Labor Code
concerning employment of apprentices by the contractor or any subcontractor under him.
The contractor and any subcontractor under him shall comply w ith the requirements of
said section in the employment of apprentices; however, the contractor shall have full
responsibility for compliance with said Labor Code section for all apprentic able
occupations, regardless of any other co ntractual or employment relatio nships alleged to
exist.
SUBCONTRACTS
Subcontracts shall comply with SECTION 2-SCOPE AND CONTROL OF THE WORK, of
the GREEN BOOK (Standard Specifications for Public Works Construction , latest edition).
Th e Contractor is required to perform , with its own organization , contract work amounting
to at least fifty-one percent (51%) of the Contract Price . Fa il ure to meet these
requirements will result in disqualifying of the bid or termination of the contract. This
8-6
prov1s1on supersedes any other provisions which specified a different subcontract
requirement
Proposed subcontractor names, a general description of the work to be performed by
each subcontractor and the dollar amount for each subcontractor shall be submitter with
the bid.
PROJECT CLOSE OUT DOCUMENTS
Within ten (1 0) working days of completion of the project, the Contractor shall submit
project close out documents , including: Drawings showing as built conditions with red
pencil; All warranties and guarantees ; All paperwork required for labor compliance ; All
final lien releases ; All other project related documents requested by the City .
PROPOSAL REQUIREMENTS AND CONDITIONS
The bidder's attention is directed to the applicable prov1s 1ons in the Standard
Specifications for Public Works Construction requirements and condi tions wh ich must be
observed in the preparation of the proposal form and the submission of the bid .
A Examination of Site , and Specifications : Bidders shall examine t he site of the work
and acquaint themselves with all conditions affecting the work. By subm itt ing a bid , the
Bidder shall be held to have personally examined the s ite, to have carefully read the
specifications, and to have satisfied itself as to its ability to meet all the difficulties
attending the execution of the proposed contract before the delivery of th is proposal , and
agrees that if awarded the contract, will make no claim against the City based on
ignorance or misunderstanding of the specifications, site conditions and/or contract
provisions.
The Contractor sha ll have included in the contract price a sufficient sum to cover all items,
including labor, materia ls, tools , equipment and incidentals , that are i mplied or required
for the comp lete improvements as co nte mplated by the contract documents.
B . Pre -Bid Inquiries must be submitted by 5 p .m . on Monday, Novembe r 8, 2010 .
Bidders with pre-bid inquiries should contact:
Ali Cay ir, P.E
ali.cayir@transtech .org
All inquiries must be submitted in writing .
B-7
SECTION C -BIDDER'S PROPOSAL
BID NO.: P08-07
LONGDEN AVENUE SEWER REPLACEMENT PROJECT
IN THE CITY OF TEMPLE CITY
BIDDER SHALL COMPLETE AND SUBMIT ALL DOCUMENTS AND PAGES IN SECTION
C-BIDDER'S PROPOSAL
SUBMITTED BY:
(Bidder Name)
In accordance with the City of Temple City's Notice Inviting Sealed Bids , the undersigned
BIDDER , hereby proposes to furnish all materials, equipment, tools , labor, and incidentals
required for the above stated project as set forth in the Plans, Specifications , and contract
documents therefore , and to perform all work in the manner and time prescribed t herein.
BIDDER declares that this proposal is based upon careful exam ination of the work site ,
Plans , Specifications, Instructions to Bidders, and all other cont ract documents. If this
proposal is accepted for award, BIDDER understands that failure to enter into a cont ract
in the manner and time prescribed will result in forfeiture to the City of Temple City of the
guarantee accompanying this proposal.
BIDDER understands that a bid is required for the entire work. THE CITY OF TEMPLE
CITY RESERVES THE RIGHT TO DELETE ANY ITEM FROM THE CONTRACT. The
contract will be awarded on the prices shown on the bid schedule. It is agreed that the
unit and/or lump sum prices bid include all appurtenant expenses , ta xes , royalties and
fees. In the case of discrepancies in the amounts bid , un it prices shall govern over
extended amount, and words shall govern over figures.
If awarded the Contract, the undersigned further agrees that in the event of the BIDDER'S
default in executing the required contract and filing the necessary bonds and insurance
certificates within ten (1 0) working days after the date of the City of Temple City 's no t ice
of award of contract to the BIDDER, the proceeds of the security accompanying this bid
shall become the groQ.§rty of the City of Temple Cit and this bid and the acceptance ____ _
hereof may, at the City of Temple City 's option , be considered null and void .
c -1
BID SCHEDULE
To the City of Temple City's City Council, herein called the "Council".
Pursuant to and in compliance with your Notice Inviting Bids and the other documents
relating thereto, the undersigned bidder, having familiarized himself with the work as per the
paragraph, Discrepancies and Misunderstandings, contained in the INSTRUCTIONS TO
BIDDERS section, and with the terms of the contract, the local conditions affecting the
performance of the contract, and the cost of the work at the place where the work is done,
and with the drawings and specifications and other contract documents, hereby proposes
and agrees to perform, within the time stipulated, the contract, including all of its component
parts, and everything required to be performed, and to provide and furnish any and all of the
labor, materials, tools, expendable equipment, and all applicable taxes, utility and
transportation services necessary to perform the contract and complete in a workmanlike
manner all of the work required in providing LONGDEN AVENUE SEWER REPLACEMENT
PROJECT, IN THE CITY OF TEMPLE CITY, all in strict conformity with the Contract
Documents on file at the office of the City Clerk of said City, for the following bid schedule.
(Bidder shall provide a bid arnount for each bid item. Failure to provide a bid for each bid
item shall render the bid non-responsive):
BASE BID
Our BID to furnish and construct all necessary improvements in conformance with the
plans, specifications and in compliance with all applicable codes and standards is as
follows.
c-2
BIDDING SCHEDULE
ITEM EST. UNIT DESCRIPTION UNIT TOTAL PRICE NO. QTY. PRICE
TASK 1 -CONSTRUCTION OF SEWER IMPROVEMENTS
1 1 LS Per Plan and Specifications furnish all
labor, material and equipment to mobilize,
demobilize, and provide cleanup of
construction site: provide all bonds,
insurances, and obtain all permits, (60%
due at mobilization, 40% due at
demobilization), complete for the Lump
Sum Price of:
$ $
(Words)
2 1 LS Per Plan and Specifications furnish all
labor, material, and equipment as required
to provide public convenience, safety and
traffic control, including warning signs, high
level warning devices, delineators,
regulatory signs, barricades, and trench
plate bridging, complete for the Lump Surn
Price of:
$ $
(Words)
3 1 LS Per Plan and Specifications furnish all
labor, material, and equipment as required
to provide excavation safety measures
including sheeting, shoring, and bracing, or
equivalent method for the protection of life
and limb in trenches and open excavation
in conformance with applicable safety
orders, complete for the Lump Sum Price
of:
$ $
(Words)
C-3
ITEM
NO.
4
5
EST.
QTY.
1967
11
UNIT DESCRIPTION
LF Per Plan and Specifications furnish all
labor, material and equipment necessary to
construct New 15-inch Diameter Extra
Strength Vitrified Clay Pipe (VCP) as
noted on the plans; Including: POTHOLING
EXISTING LOCATIONS WHERE PIPE
CROSSINGS OCCUR, excavation,
disposal of excess materials (including
existing sewer pipe), installation of pipes
and fittings, control of ground and surface
water, and/or bypass water, bedding,
backfill and compaction, removal,
abandonment or protection of interfering
portions of existing utilities or
improvements, temporary asphalt
pavement, temporary and permanent
support of utilities, and all other
appurtenances necessary, complete in
place for the Lineal Foot Price of:
(Words)
EA Per Plan and Specifications furnish all
labor, material and equipment necessary to
construct Sewer Manhole Lining with
SAN CON 100 Coating per manufacturer's
instructions as noted on the plans;
Including: excavation, disposal of excess
materials (including existing sewer manhole
and base), control of ground and surface
water, and/or bypass water, bedding,
backfill and compaction, adjust manhole to
finished grade, removal, abandonment or
protection of interfering portions of existing
utilities or improvements, temporary and
permanent support of utilities, and all other
appurtenances necessary, complete in
place for the Unit Price of:
(Words)
C-4
UNIT
PRICE TOTAL PRICE
$ $ __ _
$ $ __ _
ITEM
NO.
6
7
EST.
QTY.
11
28
UNIT DESCRIPTION
EA Per Plan and Specifications furnish all
labor, material and equipment necessary to
Re-Channel Existing Sewer Manhole as
noted on the plans; Including: excavation,
disposal of excess materials (including
existing sewer manhole and base), control
of ground and surface water, and/or bypass
water, bedding, backfill and compaction,
adjust manhole to finished grade, removal,
abandonment or protection of interfering
portions of existing utilities or
improvements, temporary and permanent
support of utilities, and all other
appurtenances necessary, complete in
place for the Unit Price of:
(Words)
EA Per Plan and Specifications furnish all
labor, material and equipment necessary to
construct Sewer House Connection
Lateral to the New Sewer Line per County
of Los Angeles STD. DWG. No. S-26, S-27
& No. S-28, and Plug Inactive Laterals
with Polycap Stopper (or approved equal)
as noted on the plans; Including:
POTHOLING EXISTING LOCATIONS
WHERE PIPE CROSSINGS OCCUR,
excavation, disposal of excess materials
(including existing sewer lateral),
installation of pipes and fittings, control of
ground and surface water, and/or bypass
water, bedding, backfill and compaction,
removal, abandonment or protection of
interfering portions of existing utilities or
improvements, temporary asphalt
pavement, temporary and permanent
support of existing utilities, and all other
appurtenances necessary, complete in
place for the Unit Price of:
c-5
UNIT
PRICE TOTAL PRICE
$ $ __ _
$ $
ITEM
NO.
8
9
10
11
EST.
QTY.
1
20
9834
75
UNIT DESCRIPTION
(Words)
LS Per Plan and Specifications furnish all
labor, material and equipment necessary to
Maintain Existing Sewer Flows in
Service during construction as noted on the
plans, and all other appurtenances
necessary complete in place for the Lump
Sum Price of:
(Words)
LF Per Plan and Specifications furnish all
labor, material and equipment necessary to
Remove and Replace Curb and Gutter as
noted on the plans; Including: demolition,
excavation, disposal of excess materials,
formwork, bedding, backfill and
compaction, removal, abandonment or
protection of interfering portions of utilities
or improvements, and all other
appurtenances necessary, complete in
place for the Lump Sum Price of:
(Words)
SF Per Plan and Specifications furnish all
labor, material and equipment necessary to
Reconstruct Asphalt Concrete
Pavement Over Trench , complete for the
Square Foot Price of:
(Words)
SF Per Plan and Specifications furnish all
labor, material and equipment necessary to
Remove and Replace Portland Concrete
Cement Sidewalk as noted on the plans;
Including: demolition, excavation, disposal
C-6
UNIT
PRICE TOTAL PRICE
$ $ __ _
$ $ ----
~ ~~====~~---
ITEM EST. UNIT DESCRIPTION UNIT TOTAL PRICE NO. QTY. PRICE
of excess materials, formwork, bedding ,
backfill and compaction, removal,
abandonment or protection of interfering
portions of utilities or improvements, and all
other appurtenances necessary, complete
in place for the Lump Sum Price of:
$ $
(Words)
12 1 EA Per Plan and Specifications furnish all
labor, material and equipment necessary to
Replace Handicap Ramp as noted on the
plans; Including: demolition, excavation ,
disposal of excess materials, formwork,
bedding , backfill and compaction, removal ,
abandonment or protection of interfering
portions of utilities or improvements, and all
other appurtenances necessary, complete
in place for the Lump Sum Price of:
$ $
(Words)
TOTAL BID ITEMS 1 THRU 12 FOR LONGDEN AVENUE
SEWER IMPROVEMENTS PROJECT $
Total Amount of Base Bid in Writing :
The foregoing quantities are approximate only, being given as a basis for the comparison
of bids , and the City does not expressly or by implication agree that the actual amount of
work will correspond therewith , but reserves the right to increase or decrease the amount
of any class or portion of the work or to omit portions of the work as may be deemed
necessary or advisable by the Engineer. All bids will be compared on the basis of the
Engineer's estimated quantities of work to be performed.
C-7
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 does not exceed
twenty-five percent (25%) plus or minus of the total bid amount equal to the total shown
for TOTAL bid items 1 thru 12. If the change exceeds twenty-five percent (25%) a change
order may be negotiated to adjust unit bid prices. It is agreed that the unit and/or lump
sum prices bid include all appurtenant expenses , taxes, royalties , and fees. In the case
of discrepancies in the amount bid, unit prices shall govern over extended amounts, and
words shall govern over figures.
The bid prices shall include any and all costs , including labor, materials , and all other
incidental costs to complete the project, in compliance with the Bid and Contract
Documents and applicable standards. All other work items not specifically listed in the
bid schedule , but necessary to complete the work per bid and contract documents and
applicable standards are assumed to be included in the bid prices. BIDDER understands
that a bid is required for the entire work, that the quantities set forth in the Bid Schedule
are to calculate total bid amount, and that final compensation under the contract will be
based upon the actual quantities of work satisfactorily completed.
COMPANY TELEPHONE
BIDDER'S SIGNATURE
c-8
DESIGNATION OF SUBCONTRACTORS
BIDDER proposes to subcontract certain portions of the work which are in excess of one-
half of one percent of the bid and to procure materials and equipment from suppliers and
vendors as follows:
NAME, ADDRESS, AND PHONE
NUMBER OF SUBCONTRACTORS,
SUPPLIERS, AND VENDORS
Name: ___________ _
Address: __________ _
Tel: --------------
Name: ___________ _
Address: __________ _
Tel: ____________ _
Name: ___________ _
Address: __________ _
Tel: --------------
Name: ____________ _
Address: __________ _
Tel: -------------
Name: ___________ __
Address: ___________ _
Tel: --------------
Name: ------------Address: __________ _
Tel : ---------------
PORTION OF WORK,
MATERIALS, OR EQUIPMENT
C-9
Dollar Value
$. ___ _
$. ___ _
$ ___ _
$ ___ _
$ __ _
$. ___ _
REFERENCES
The City of Temple City is interested in obtaining bids from the most qualified and capable
contractors with a proven track record able to perform work desired by the Public Works
Department. Any and all references required to be provided by the bid specifications
must be for projects constructed by the bidding company; references for other projects
performed by principals or other individuals of the bidding company may not be included.
The following are the names, addresses, and telephone numbers for three public
agencies for which BIDDER has performed similar work within the past three years.
1.
Name and address of the owner
Name and telephone number of person with the project
Contract amount Type of work Date Completed
2.
Name and address of the owner
Name and telephone number of person with the project
Contract amount Type of work Date Completed
3.
Name and address of the owner
Name and telephone number of person with the project
---------~C.rJOftntFtraet-atflet:lflt'-------;T-vyflpe-efw{)ffi-------HDate-G0fflf7leteel------
BONDS
The following are the names , addresses, and telephone numbers for all brokers and
sureties from whom Bidder intends to procure insurance bonds:
c -10
SITE INSPECTION
The Bidder declares that he/she has carefully read and examined the plans,
specifications, bid documents, and he/she has made a personal examination of the site
(indicate name of the person , representing the bidder, who inspected the site and date
below) and that he/she understands the exact scope of the Proj ect WITHOUT
QUESTION .
Name of Person who inspected the site: ________ _
Date of Inspection:
ADDENDA ACKNOWLEDGMENT
The Bidder acknowledges receipt of the following Addenda and has included their
provisions in this Proposal :
Addendum No. _________ Dated ______ _
Addendum No . _________ Dated ______ _
Addendum No . _________ Dated ______ _
EQUAL EMPLOYMENT OPPORTUNITY COMPLIANCE
BIDDER certifies that all previous contracts or subcontracts , all reports which may have
been due under the requirements of any Agency , Site, or Federal equal employment
opportunity orders have been satisfactorily filed, and that no such reports are currently
outstanding.
AFFIRMATIVE ACTION CERTIFICATION
BIDDER certifies that affirmative action has been taken to seek out and consider mino rity
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 t he life of any contract
awarded hereunder. Furthermore, BIDDER certifies that affirmative action will be taken
to meet all equal employment opportunity requirements of the contract documents.
NONCOLLUSION AFFIDAVIT
BIDDER declares that the only persons or parties interested in th is 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 ; tha t this proposal is made
without connection to any other individual , firm , or corporation making a b id for the same
work and that this proposal is in all respects fair and without collusion or fraud.
c -11
BIDDER'S INFORMATION
In submitting this proposal , the Bidder agrees:
1. To hold the Proposa l open until thirty (30) calenda r days after date for receipt of
bids.
2. Within ten (1 0) working days after the award of contract, bidder ag rees to enter
into and execute a contract for construction awarded on the basis of thi s proposa l
and to furnish guaranty bonds and insurance certificates in accordance with the
Bid Documents .
3. To accompl ish the work in accordance with the Bid Documen ts .
4 . To provide comp letion of the project, within ninety (90) calendar days fo ll owing the
date indicated in the Notice of Authorization to Proceed and understand that failure
to complete within this time will result in deduction of liquidated damages for the
amount of One Thousand Doll ars ($1 000) per calendar day in excess of the
specified contract period .
5. To provide all material , products, etc. as specified in the Bid Documents without
any deviation.
c -12
BIDDER certifies that the following information is true and correc t:
Bidder's Name
Form of Legal Entity (i.e ., individual, partnership , corporation , etc.)
If a Corporation , State of Incorporation (i.e ., Calif.) ________ _
Business Address-------------------------
Telephone
State Contractor's License No. and Class -----------------
Original Date Issued ____________ Expiration Da te _____ _
The following are the names , titles , addresses, and phone numbers of all individua ls, firm
members , partners , joint ventures , and/or corporate officers havi ng a pri ncipal interest in
this proposal :
The date(s) of any voluntary or involuntary bankruptcy judgments against any principal
having an inte rest in this proposal are as follo ws :
-------Ai l-current-and-prior--DBA' S, alias~nd/or fictitious-husiness names_fo.Lan¥ pri ncip_ . ..._._ _____ _
having an interest in this proposal are as follows :
Previous contract performance history:
c -13
Was any contract terminated previously: _____ _
If the answer to the above is "yes", provide the following information:
Contract/project name and
number: ______________________ _
Date of
termination: _____________________ _
Reason for
termination: ------------------------------
Owner's
name: ______________________________ __
Owner contact person
and Tel. No.: _____________________ _
IN WITNESS WHEREOF, BIDDER executes and submits this proposal with the names ,
titles , hands, and seals of all aforementioned principals this __ day of ________ _
20 __ _
BIDDER
Subscribed and sworn to this __ day of ________ , 20 __
NOTARY PUBLIC
c -14
BID BOND FOR
BID NO .: POB-07
LONGDEN AVENUE SEWER REPLACEMENT PROJECT
IN THE CITY OF TEMPLE CITY
KNOW ALL MEN BY THESE PRESENTS that ____________ _
________________ , as BIDDER, AND ----:--::------:---
----------------' as SURETY, are held and firmly bound
unto the City of Temple City, in the penal sum of dollars ($
), which is Ten (1 0) percent of the total amount bid by BIDDER to the City of Temple City
for the above stated project, for the payment of which sum, BIDDER and SURETY agree
to be bound, jointly and severally, firm by these presents.
THE CONDITIONS OF THIS OBLIGATION ARE SUCH tha t, whereas BIDDER is about
to submit a bid to the City of Temple City for the above stated project, if said bid is rejected ,
or if said bid is accepted and a contract is awarded and entered into by Bl DOER in the
manner and time specified , then this obligation shall be null and void , otherwise it shall
remain in full force and effect in favor of the City of Temple City .
IN WITNESS WHEREOF the parties hereto have set their names, titles , hands, and seals
this __ day of , 20 __
BIDDER* _________________________ __
SURETY*
*Provide BIDDER/SURETY name, address and telephone number and the name,
title , address and telephone number for authorized representative .
Subscribed and sworn to this __ day of _______ , 20 __
NOTARY PUBLIC--------------------
c -15
SECTION D -SAMPLE CONTRACT
[FORM PLEASE DUPLICA TEl
CITY OF TEMPLE CITY
PUBLIC WORKS CONTRACT
PROJECT ________________________________________ _
<-----------------' Contract No .
THIS AGREEMENT "Agreement" is made and entered into this __ day of
___________ , by and between the CITY OF TEMPLE CITY, a
Municipal Corporation located in the County of Los Angeles , State of California
hereinafter called CITY, and , [a
corporation/partnership/limited liability company corporation , located at
hereinafter called CONTRACTOR , collectively
referred to an the Parties.
RECITALS
CITY, by its Notice Inviting Bids , duly advertised for written bids to be subm itted on or
before , for the following :
in the City of Temple City , California , hereinafter called PROJECT.
At _______ on said date, in the Temple City Council Chambers , sa id bids
were duly opened.
At its regular meeting held on , the CITY Council duly
------~crccepted the bid of-CONTRACTOR-for said PROJECT-as being the lowest reasonable ------
bid received and directed that a written contract be entered into with CONTRACTOR .
NOW, THEREFORE, in consideration of the promises and of the mutual covenants and
agreements herein contained, said parties do hereby agree as follows:
CityAtty -fm D -1
LA #4814-2634-9072 v l
ARTICLE I
The CONTRACT DOCUMENTS for the PROJECT shall consist of the Notice Inviting
Bids , Instructions to Bidders , General Specifications , Standard Specifications , Special
Provisions, Plans, CONTRACTOR's Proposal, and all referenced specifications, details ,
standard drawings, and appendices , together with this contract and all required bonds ,
insurance certificates, permits, notices and affidavits, and also including any and all
addenda or supplemental agreements clarifying, amending, or exte nding the wo rk
contemplated as may be required to insure its completion in an acceptable manner.
All of the rights and obligations of the CITY and CONTRACTOR are fully set forth and
described in the CONTRACT DOCUMENTS.
All of the above-mentioned documents are intended to complement the other documents
so that any work called for in one, and not mentioned in the othe rs , or v ice versa , is to be
executed the same as if mentioned in all of said documents. The document comprising
the complete contract are hereinafter referred to as the CONTRACT DOCUMENTS and
are incorporated herein by this reference and made and part hereof as though they were
fully set forth herein.
ARTICLE II
For and in consideration of the payments and agreements be made and performed by
CITY, CONTRACTOR hereby agrees to furnish all materials and perform all work
required for the PROJECT and to fulfill all other obligations as set forth in the CONTRACT
DOCUMENTS.
ARTICLE Ill
CONTRACTOR hereby agrees to receive and accept the total amount [INSERT
CONTRACT AMOUNT] DOLLARS ($ ), based upon those certain un it
prices set forth in CONTRACTOR's Bid Schedule, a copy of which is attached hereto as
Exhibit "A" and by this reference incorporated herein and made a part hereof, as full
compensation for furnishing all materials, performing all work, and fulfilling all obligations
hereunder. Said compensation shall cover all expenses, losses, damages , and
consequences arising ou onhe nature of the worKaunng its progress or pri or to i s
acceptance including those for well and faithfully completing the work and the whole
thereof in the manner and time specified in the CONTRACT DOCUMENTS, and also
including those arising from actions of the elemen ts , unforeseen difficulties or
obstructions encountered in the prosecution of the work , suspension or discontinuance
of the work, and all other unknowns or risks of any description connected with the work.
CITY shall retain five percent (5 %) of said contract price until said time as the p rovisions
of Article XIV herein have been met.
C ityAtty -fm-D-2
LA #4814-2634-9072 v l
ARTICLE IV
CITY hereby promises and agrees to employ, and does hereby employ, CONTRACTOR
to provide the materials , do the work , and fulfill the obligations accord ing to the terms and
conditions herein contained and referred to, for the said amoun ts set forth in Article Ill
hereof, and hereby agrees to pay the same at the time , in the manner, and upon the
conditions set forth in the CONTRACT DOCUMENTS.
In addition , CONTRACTOR hereby promises and agrees to comply with all of the
provisions of both State and Federal law with respect to the employment of unauthorized
aliens .
Should CONTRACTOR so employ such unauthorized aliens for the performance of work
and/or services covered by this contract, and should the Federal Government impose
sanctions against the CITY for such use of unauthorized aliens , CONTRACTOR hereby
agrees to , and shall, reimburse CITY for the cost of all such sanctions imposed , together
with any and all costs, including attorney's fees, incurred by the CITY in connection
therewith.
Furthermore , CONTRACTOR hereby represents and warrants that it is not cu rrently, and
has not at any time within the past five (5) calendar years been , suspended, debarred, or
excluded from participating in , bidding on , contracting for , or completed any project
funded in whole or in part by any federally funded program , grant or loan , or any project
funded in whole or in part by a program , loan or grant from the State of California , and
that CONTRACTOR currently has and for the past five (5) calendar years has ma intained
in good standing, a valid California contractor's license. CONTRACTOR agrees to
complete and execute any statement or certificate to this effect as may be required by the
City or by any federal or State of California program, loan or gran t utilized on this project.
ARTICLE V
CONTRACTOR shall commence work on the date specified in the Notice to Proceed to
be issued to said CONTRACTOR by the Director of Public Works of CITY and shall
complete work on the PROJECT within one hundred twenty (120) working days after
commencement.
ARTICLE VI
CONTRACTOR shall not discriminate in its recruiting, hiring , promotion , demotion or
termination practices on the basis of race, religious creed, color, national origin, ancestry,
physical disability, mental disability, medical condition, marital status, sex, age, or sexual
orientation in the performance of this AGREEMENT and shall comply w ith the provisions
of the California Fair Employment and Housing Act as set forth in Part 2.8 of Di v ision 3,
Title 2 of the California Government Code ; the Federal Civi l Rights Act of 1964, as set
forth in Public Law 88-352 , and all amendments thereto; Executive Order 11246; and all
C ityA tty-fm-D-3
LA #4 8 14-2634-9072 v i
administrative rules and regulations issued pursuant to such acts and order.
CONTRACTOR hereby promises and agrees to comply with al l of the provisions of th e
Federal Immig ration and Nationality Act (8 USCA 1101 , et seq.), as amended ; and , in
connection therewith , shall not employ unauthorized aliens as defi ned therein . Should
CONTRACTOR so employ such unauthorized aliens for the performance of work and/or
services covered by this AGREEMENT, and should the Federal Government impose
sanctions against the CITY for such use of unauthorized aliens , CONTRACTOR hereby
agrees to , and shall , reimburse CITY for the cost of all such sanctions imposed , together
with any and all costs , including attorney's fees , incu rred by the CITY in connection
therewith .
ARTICLE VII
CONTRACTOR is aware of and agrees to abide by the prov isions of California Labor
Code Sections 1720, et seq ., as well as 1771 , 1773, 1773.1, 1773.6 , 1773 .7, 1775 and
1776 , pertaining to the obligation to pay prevailing wages with respect t o the performance
of work. Copies of the prevailing rate of per diem wages and the general prevailing rate
for holiday and overtime work for each craft are available upon request from the City . A
copy of the prevailing rate of per diem wages shall be posted at the job site. If such
posting is not possible, a copy shall be posted at the business of the CONTRACTOR.
ARTICLE VIII
A CONTRACTOR shall , without disturbing the condition , notify CITY in writing as
soon as CONTRACTOR, or any of CONTRACTOR 's subcontractors, agents or
employees have knowledge and reporting is possible , of the discovery of any of
the following conditions :
1. The presence of any material that the CONTRACTOR believes is
hazardous waste , as defined in Section 25 1 17 of the Heal th and Safety
Code ;
2. Subsurface or latent physical conditions at t he site differing from those
indicated in the specifications; or,
3. Unknown physical conaTI:Ions af the site of any unusual nature , different
materially from those ordinarily encountered and generally recognized as
inherent in work of this character provided for in th is Contract.
B. Pending a determination by CITY of appropriate action to be taken ,
CONTRACTOR shall provide security measures (e .g., fences) adequate to
prevent the hazardous waste or physical conditions from causing bodily injury to
any person.
Ci tyAtty-fm -D-4
LA #4814-263 4-9072 vl
C. CITY shall promptly investigate the reported conditions . If CITY, through its
Director of Public Works, or her designee, and in the exercise of its sole discretion,
determines that the conditions do materially differ, or do involve hazardous waste ,
and will cause a decrease or increase in the CONTRACTOR's cost of, or time
required for, performance of any part of the work, then CITY shall issue a change
order.
D. In the event of a dispute between CITY and CONTRACTOR as to whether the
conditions materially differ, or involve hazardous waste , or cause a decrease or
increase in the CONTRACTOR's cost of, or time required for, performance of any
part of the work, CONTRACTOR shall not be excused from any schedu led
completion date , and shall proceed with all work to be performed under the
Contract. CONTRACTOR shall retain any and all rights which pertain to the
resolution of disputes and protests between the parties.
ARTICLE IX
CONTRACTOR shall assume the defense of and indemnify and save harmless the CITY,
its elective and appointive boards , officers, agents and employees , from all claims , loss,
damage , injury and liability of every kind , nature and description , direct ly or indirectly
arising form the performance of the CONTRACTOR's work, regardless of responsibility
of negligence; and from any and all claims, loss , damage, injury and liab ility, howsoever
the same may be caused , resulting directly or indirectly from the nature of the work
covered by the contract, regardless of responsibility of negligence ; provided
(a) That CITY does not, and shall not, waive any rights aga inst
CONTRACTOR which it may have by reason for the aforesaid hold-
harmless AGREEMENT because of the acceptance by CITY or the
deposit with CITY by CONTRACTOR, of any of the insu rance
policies hereinafter described in this AGREEMENT.
(b) That the aforesaid hold-harmless AGREEMENT by CONTRACTOR
shall apply to all damages and claims for damages of every kind
suffered , or alleged to have been suffered , by reason of any of the
aforesaid operations of CONTRACTOR, or any subcontractor,
regardless of whether or not such insurance policies shall have been
determined to be applicable to any of such damages or claims fo r
damages.
ARTICLE X
CONTRACTOR, before commencing said PROJECT, shall furnish and file with CITY a
bond, or bonds, in a form satisfactory to the CITY, in the sum of one hundred percent
(1 00%) of the contract price thereof conditioned upon the faithful performance of this
contract and upon the payment of all labor and materials furnished in connection with this
contract.
CityAt ty-fm-D-5
LA #4814-2634-9072 vl
ARTICLE XI
CONTRACTOR shall not commence work under this contract until CONTRACTOR shall
have obtained all insurance required by the CONTRACT DOCUMENTS and such
insurance shall have been approved by CITY as to form, amount and carrier, nor shall
CONTRACTOR allow any subcontractor to commence work on any subcontract until all
similar insurance required of the subcontractor shall have been so obtained and
approved.
(a) COMPENSATION INSURANCE-CONTRACTOR shall take out and
maintain, during the life of this contract, Worker's Compensation
Insurance for all of CONTRACTOR 's employees employed at the site
of improvement; and , if any work is sublet, CONTRACTOR shall
require the subcontractor similarly to provide Worker's
Compensation Insurance for all of the latter's employees , unless
such employees are covered by the protection afforded by
CONTRACTOR. If any class of employees engaged in work und e r
this contract at the site of the PROJECT is not protected under any
Workers' Compensation law, CONTRACTOR shall provide and shall
cause each subcontractor to provide adequate insurance for the
protection of employees not otherwise protected. CONTRACTOR
shall indemnify CITY for any damage resulting to it f rom failure of
either CONTRACTOR or any subcontractor to take out or maintain
such insurance.
(b) COMPREHENSIVE GENERAL LIABILITY . PRODUCTS/
COMPLETED OPERATIONS HAZARD. COMPREHENSIVE
AUTOMOBILE LIABILITY AND CONTRACTUAL GENERAL
LIABILITY INSURANCE. CONTRACTOR shall take out and
maintain during the life of this contract such comprehens ive general
liability , products/completed operations hazard, co mprehensive
automobile liability and contractual general liability insurance as shall
protect CITY, its elective and appointive boards, officers, age nts and
employees, CONTRACTOR, and any subcontractor performing work
covered by this contract, from claims for damage for persona l injury,
including death, as well as from claims for prope r!yaamage which
may arise from CONTRACTOR's or any subcontractor's operations
under this contract, whether such operations be by CONTRACTOR
or by any subcontractor, or by anyone directly or indirectl y employed
by either CONTRACTOR or any subcontractor, and the amounts of
suc h insurance shall be as follows:
(1)
C ityAtty-fm-
LA #48 14-263 4-9072 vl
Public Liability In surance in an amount of not less than ONE
MILLION DOLLARS ($1 ,000 ,000);
D-6
(2) Products/Completed Operations Hazard Insurance in an
amount of not less than ONE MILLION DOLLARS
($1 ,000,000);
(3) Comprehensive Automobile Liability Insurance in an amount
of not less than ONE MILLION DOLLARS ($1 ,000,000);
(4) Contractual General Liability Insurance in an amount of not
less than ONE MILLION DOLLARS ($1 ,000,000).
A combined single limit policy with aggregate limits in an amount of
not less than TWO MILLION DOLLARS ($2 ,000 ,000) shall be
considered equivalent to the said req uired min i mum limi ts set forth
hereinabove .
(c) PROOF OF INSURANCE -The insurance required by this
AGREEMENT shall be with insurers which are Best A rated, and
California Admitted or better. The CITY of Temple City sha ll be
named as "add itional insured " on all policies required hereunder, and
CONTRACTOR shall furnish CITY , concurrently with the execution
hereof, with satisfactory proof of carriage of the insurance requi red,
and adequate legal assurance that each carrier will give CITY at least
thirty (30) days ' prior notice of the cancellation of any policy during
the effective period of the contract.
(d) NOTICE TO COMMENCE WORK -The CITY will not issue any
notice authorizing CONTRACTOR or any subcontractor to
commence work under this co ntact until CONTRACTOR has
provided to the CITY th e proof of insu rance as requ i red by
subparagraph (c) of this article.
ARTICLE XII
If any dispute shall arise concerning this AGREEMENT, the prevailing party shall be
entitled to attorney fees.
ARTICLE XIII
The parties agree that it wo uld be impractical and extremely diffi cult to fix the actual
damages to the CITY in the event the PROJECT is not commenced and /or completed on
or before the dates specified for commencement and completion of the PROJECT in th e
CONTRACT DOCUMENTS. The parties have considered the facts of a breach of this
contract and have agreed that the liquidated damages sum hereinafter set forth is
reasonable as liquidated damages in the event of a breach , and that sa id sum sha ll be
C ityAtty-fm-D-7
LA #4814-2634-9072 v l
presumed to be the amount of the damages sustained by the CITY in the event such work
is not begun and/or completed and accepted by the times so specified in the CONTRACT
DOCUMENTS , the sum of ONE THOUSAND HUNDRED DOLLARS ($1 ,000.00) shall be
presumed to be the amount of damages suffered by the CITY for each day's delay in the
starting and/or completion and acceptance of said PROJECT after the dates specified in
the CONTRACT DOCUMENTS for the start and/or completion there of, and
CONTRACTOR hereby agrees to pay said sum of ONE THOUSAND DOLLARS
($1 ,000 .00) as liquidated damages for each day of delay in the starting and /or completing
and acceptance of said PROJECT beyond the dates specified in the CONTRACT
DOCUMENTS. Any and all such liquidated damages assessed shall be do ne so in
accordance with that certain edition of the Standard Specificati on for Public Works
Construction currently in effect on the execution date of this Contract.
a California Corporation
by ____________________ __
President
by ____________________ __
Secretary
CITY OF TEMPLE CITY ,
a Municipal Corporation
by ____________________ __
Mayo r
by ____________________ _
City Clerk
ARTICLE XIV
Upon completion of PROJECT and acceptance of same by th e CITY Coun ci l, the CITY
Manager shall have cause to be recorded a Notice of Completion wi t h th e office of the
Los Angeles County Recorder; and , after thirty-five (35) days from the date said Notice
of Completion is record ed, the Dire ctor of Finance of CITY shall release th e funds retained
pursuant to Article Ill hereof; provided there have been no mechanics' li ens or stop no ti ces
filed against said work which have not been paid , withdrawn or eliminated as liens against
said work.
ARTICLE XV
This contract shall not be assignable, either in who le or in part, by the CONTRACTOR
without first obtaining th e written consent of the CITY theret o.
ARTICLE XVI
The provisions of this AGREEMENT are cumu lative and in addition to and not in
CityAtty-fm-D-8
LA #4 814-263 4-9072 vi
limitation of any rights or remedies available to CITY.
SIGNATURES ON FOLLOWING PAGE 8
CityAtty-fm-D-9
LA #4814-2634-9072 vl
IN WITNESS WHEREOF, the parties hereto have caused this contract to be executed on
the day of , 201_, by their respective officers duly
authorized in that behalf.
ATTEST:
City Clerk
APPROVED AS TO FORM
City Attorney
CityAtty-fm-
LA #4814-2634-9072 vi
CITY OF TEMPLE CITY, a Municipal
Corporation
by~--------------------
Mayor
CITY
a [state] [type of entity]
by ______ ~~~----------
President
by ______ ~--------------
Secretary
CONTRACOR
D -10
ATTACHMENT A
PUBLIC IMPROVEMENTS WARRANTY
On , 20_, the City of Temple City ("City:") accepted as complete
and meeting the standards of City, the following public improvement(s):
-----:--;-;-;---;------------;:::::---:--:--:::------' built and
constructed by or for __________ , ("Contractor")
Contractor hereby warrants and guarantees the aforementioned public improvements as to
the material used and workmanship performed for a period of one (1) year following the date
set forth above.
In the event of a defect, malfunction, or failure to conform the improvement specifications and
all applicable local standards, the Contractor shall repair or replace said improvements at
Contractor's own and sole expense within a reasonable time from notice of the defect from
City. Should Contractor fail to cure any defect within a reasonable period of time, Contractor
agrees to reimburse City for any and all costs of City's efforts to cure any defect once City
has provided notice to the Contractor of the defect and the City's intent to cure such defect.
Should litigation be necessary to enforce the provisions of this warranty, the prevailing party
shall be entitled to reimbursement for attorneys' fees and court and related costs.
Executed at:-:-:-==--==-----' California, on the day and year first written above.
[NOTARY REQUIRED] CONTRACTOR
By: ____ =-----:-------
Signature
By: ___ --=-...,....,,----,-----
(Typed Name)
Its:
-----~T~it~le _____ ___
By: ____ -=:-----:-------
Signature
By: ___ --:=--:-:-:---:-----
(Typed Name)
Its:
-----~T~it~le _____ ___
D -11
FAITHFUL PERFORMANCE BOND
BID NO.: POB -07
LONGDEN AVENUE SEWER REPLACEMENT PROJECT
IN THE CITY OF TEMPLE CITY
KNOW ALL MEN BY THESE PRESENTS that
-----------------------------------------------------------' as
CONTRACTOR and , as
SURETY, are held and firmly bound unto the City of Temple City, in the penal sum of
______________________ dollars($ ),
which is 100 percent of the total contract amount for the above stated project, for the
payment of which sum , CONTRACTOR and SURETY agree to be bound , jointly and
severally, firmly by these presents.
THE CONDITIONS OF THIS OBLIGATION ARE SUCH that, whereas CONTRACTOR has
been awarded and is about to enter into the annexed Contract with the City of Temple City
for the above stated project, if CONTRACTOR faithfully performs and fulfills all obligations
under the contract documents in the manner and time specified therein, then this obligation
shall be null and void, otherwise it shall remain in full force and effect in favor of the City of
Temple City; provided that any alternations in the obligations or time for completion made
pursuant to the terms of the contract documents shall not in any way release either
CONTRACTOR or SURETY, and notice of such alternations are hereby waived by
SURETY.
IN WITNESS WHEREOF the parties hereto have set their names, titles, hands, and seals
this __ day of , 20 __ .
CONTRACTOR*
SURETY*
* Provide CONTRACTOR/SURETY name, address and telephone number and the name,
title , address and telephone number for authorized representative.
Subscribed and sworn to this ____ day of _____________ , 20 __
NOTARY PUBLIC
D -12
MATERIAL AND LABOR BOND
BID NO.: POB-07
LONGDEN AVENUE SEWER REPLACEMENT PROJECT
IN THE CITY OF TEMPLE CITY
KNOW ALL MEN BY THESE PRESENTS that
, as CONTRACTOR and , as SURETY, are
held and firmly bound unto the City of Temple City, in the penal sum of
.,...,-----,-----,---..,.,..___,.,---,-,----,------dollars ($ ),which is One
Hundred percent (1 00%) of the total contract amount for the above stated project, for the
payment of which sum, CONTRACTOR and SURETY agree to be bound, jointly and
severally, firmly by these presents.
THE CONDITIONS OF THIS OBLIGATION ARE SUCH that, whereas CONTRACTOR has
been awarded and is about to enter into the annexed Contract with the City of Temple City
for the above stated project, if CONTRACTOR faithfully performs and fulfills all obligations
under the contract documents in the manner and time specified therein, then this obligation
shall be null and void, otherwise it shall remain in full force and effect in favor of the City of
Temple City; provided that any alternations in the obligations or time for completion made
pursuant to the terms of the contract documents shall not in any way release either
CONTRACTOR or SURETY, and notice of such alternations are hereby waived by
SURETY.
IN WITNESS WHEREOF the parties hereto have set their names, titles, hands, and seals
this __ day of , 20 __
CONTRACTOR*
SURETY*
* Provide CONTRACTOR/SURETY name, address and telephone number and the name,
title, address and telephone number for authorized representative.
Subscribed and sworn to this ___ day of _______ , 20 __ .
D -13
NOTARY PUBLIC
D-2
SECTION E -SPECIAL PROVISIONS
BID NO.: POB-07
LONGDEN AVENUE SEWER REPLACEMENT PROJECT
IN THE CITY OF TEMPLE CITY
E. SPECIAL PROVISIONS
E.1 . DESCRIPTION OF WORK AND GENERAL PROCEDURES
1. General
The standard specifications for this project shall be based on the Standard
Specifications for Public Works (The "GREEN BOOK"), Current Edition, except
as amended by these bid and contract documents.
Other standards may be applicable to certain type of work and details when
specified. In the event there is a conflict between other app licable standards, the
most stringent standard in the City's opinion shall be applied .
2. Emergency Information
The names, addresses and telephone numbers of the Contractor and
subcontractor, or their representatives, shall be filed with the City Project
Manager, City Fire Department, and City Police Department prior to beginning
work.
3. Scope of the Work covered by Contract Documents
The work to be done consists of furnishing all labor, materials , tools , equ i pment
and incidental for the construction , complete in place, of those items as shown in
the bid and contract documents.
4. Contractor's Duties
Comp ly with codes , ordinances, rul es, regulations, orders, and other legal
requirements of public authorities which bear on performance of work.
5. City License and Permit
The Contractor and subcontractors shall obtain a City Business License
(Contractor shall pay for the license) and a Construction Permit (C it y will issue at
no cost to Contractor) before commencing cons truct ion .
6. Allotted Working Space
The Contractor shall be responsible for storing his materials and equipment as
necessary. The City will not all ow keeping equipment , materials, vehicles , removed
items, debris, etc. within public right-of-way, other than at location specified.
7. On-site Field Office for City Personnel
Non Applicable
E -1
8. Maintenance of Existing Improvements
The Contractor shall protect and maintain all existing improvements to remain in
place. Contractor shall notify the City Designated Engineer or h is/her designee of
any damage to any existing improvements as soon as practical. Contractor shall
repair any damage caused by his operation to existing improvements at no cost or
extra burden to the City.
9. Survey and Layout
Contractor shall perform all survey and layout work.
10. Discrepancies in the Bid and Contract Documents
Any discrepancies, conflicts, errors or omissions found in the Bid and Contract
Document shall be promptly reported in writing to the City Des ignated Eng ineer or
his/her designee , who will issue a correctio n in writing. The Contractor's shall not
take advantage of any such discrepancies, conflicts , errors or omissions , but shall
comply with any corrective measures regarding the same prescribed by the City
Designated Engineer or his/her designee, and no add itiona l payment o r time shall
be allowed therefore , e xcept as provided in the Standard Specifications.
If discrepancies are discovered, and no specific interpretation is issued prior to the
bidding, the decision regarding this interpretation shall rest with the City
Designated Engineer or his/her designee. The Contractor shall be compelled to
act on the City Designated Engineer or his/her designee's decision as directed. In
the event th e installation is not in compliance with the direction of the City
Designated Engineer or his/her designee, the installation shall be corrected by and
at the expense of the Contractor at no additional cost to the City. In case of such
discrepancies, it is assumed that the bid included the cost for
implementi ng/constructing the discrepancy that would have the highest dollar
. value.
11. Errors and Omissions
If the Contractor, in the course of the work , becomes aware of any c la imed errors
or omissions in the contract documents or in the C ity 's field work , it shall
immediately inform the City Designated Engineer or his/her designee. The City
Designated Engineer or his/her designee shall promptly re v iew the matte r, and if
he/she finds an error or omission has been made , he /she shall determine the
corrective actions and advise the Contractor accordingly. If the correcti ve work
associated with an error or omission increases or decreases the amount of'_w_o_r-.-k _____ _
called for in the Contract, the City shall issue an appropriate Change Order. After
discovery of an error or omission by the Contractor, any related work performed
by the Contractor's shall be done at its risk unless authorized by the City
Designated Engineer or his/her designee.
12. Order of Precedence of Bid and Contract Documents
E-2
In resolving conflicts resulting from conflicts , errors, or discrepancies in any of the
Contract Documents, the order of precedence shall be as follows :
a. Contract
b. Specifications
c. Drawings
Within the Specifications the order of precedence is as follows :
a. Addenda/Change Orders
b. Special Specifications
c. Instructions to Bidders
d. Notice to Contractor's
e . Standard Drawings
f. Referenced Standard Specifications
With reference to the Drawings the order of precedence is as follows:
a . Figures govern over scaled dimensions
b. Detail drawings govern over general drawings
c. Addenda/Change Order drawings govern over Contract Documents
d. Contract Documents govern over standard drawings
e. Co ntract Drawings govern over shop drawings
13. Notice to Proceed
Notwithstanding any other provisions of the Contract, the Contractor shall not be
obligated to perform any work and the City shall not be obligated to accept or pay
for any work performed by the Contractor prior to delivery of a Notice to Proceed.
The City's knowledge of work being performed prior to delivery of the Notice to
Proceed shall not obligate the City to accept or pay for such work. The Contractor
shall provide all required contract bonds and evidences of insurance prior to
commencing work at the site.
14. Contract Time/Project Schedule
The Contractor shall submit a Construction Schedu le to the City prior to beginning
construct ion. No work may be started until the Schedule has been approved in
writing. The work shall be schedu led to assure that construction will be completed
within the specified time. The Contractor sha ll be held responsible for coordination
of all phases of the operation so that the time schedu le can be met. The date
construction shall begin will be specified in a Notice to Proceed , and shall be
completed by the date indicated in the construction schedu lein "SECTION B -------
INSTRUCTIONS TO BIDDERS " section of these bid and contract documents.
Except as otherwise provided in the Special Provisions , working hours for this
project is 7:00 AM and 4:00 PM Monday through Friday, excluding legal
holidays and weekends .
E-3
During periods when weather or other conditions are unfavorable for construction,
the Contractor's shall pursue only such portions of the work as shall not be
damaged thereby.
No portions of the work whose acceptable quality or efficiency will be affected by
any unfavorable conditions shall be constructed while those conditions exist. It is
expressly understood and agreed by and between the Contractor's and the City
that the Contract time for completion of the work described herein is a reasonable
time taking into consideration the average climatic and economic conditions and
other factors prevailing in the locality of the work.
15. Delay in Obtaining Materials
No extension of time will be granted for a delay caused by the inability to obtain
materials unless the Contractor either obtains advance written approval from the
City Designated Engineer or his/her designee or obtains from the supplier and
furnishes to the Engineer documentary proof that such materials could not be
obtained due to war, government regulations, labor disputes, strikes, fires, floods,
adverse weather conditions necessitating the cessation of work, or other similar
action of the elements. The Contractor is required to order materials in a timely
manner as specified in the "Instruction to Bidders".
16. Record Drawings
Contractor shall show, provide and record a complete "As Built" records set of blue
line prints showing changes from the original drawings and specifications and the
exact "as built" locations, sizes and types of equipment. Prints for this purpose may
be obtained from the City. Contractor shall keep this set of drawings on the site
available at all times for inspection. These drawings shall be kept up to date as the
work progresses and as necessary by Contractor. Before the date of the final
inspection, Contractor shall provide the "as built" prints to the City.
17. Inspection and Testing
The City Designated Engineer will make, or have made, such inspections and tests
as he deems necessary to see that the work is being accomplished in accordance
with the requirements of the Contract. In the event such inspections or tests reveal
noncompliance with the requirements of the Contract, the Contractor shall bear the
cost of such corrective measures deemed necessary by the City Designated
Engineer, as well as the cost of the subsequent re-inspection and retesting. It shall
be understood and agreed that the inspection or making of tests shall not constitute
an acceptance of any portion of the work nor relieve the Contractor from
compliance with the terms of the Contract.
It shall be the Contractor's responsibility to obtain Inspection in a timely manner
prior to proceeding with any phase of construction. The Contractor shall neither
allow nor cause any of its work to be covered or enclosed until it has been
inspected, tested and approved by the City Designated Engineer.
E-4
Standard inspections shall be requested by the Contractor at least twenty-four (24)
hours in advance of an anticipated inspection.
Work done in the absence of prescribed inspection may be required to be removed
and replaced under the proper inspection, and the entire cost of removal and
replacement, including the cost of all materials which may be furnished by the City
and used in the work thus removed, shall be borne by the Contractor, regardless
of whether the work removed is found to be defective or not.
18. Sanitary Conditions
The Engineer rnay from time to time prescribe rules and regulations for maintaining
sanitary conditions along the work and the Contractor shall enforce observance of
the same by its employees and the employees of the subcontractor's, and, if the
Contractor fails to enforce these rules and regulations, the Engineer shall have the
authority to enforce them.
19. Sound Control
The contractor shall comply with the City of Temple City Municipal Code and these
Special Provisions.
20. Air Pollution and Dust Control
The contractor shall comply with the City of Temple City Municipal Code and these
Special Provisions.
21. Water Pollution Control
The contractor shall comply with the City of Temple City Municipal Code and these
Special Provisions. The Contractor, without limitation, shall be responsible to
provide and implement Best Management Practices (BMPs) to comply with
National Pollution Discharge Elimination System (NPDES) standards and
practices. The Contractor shall be responsible, to the fullest extent possible, not
to permit any contaminants, including soil, to enter any drainage system.
Contractor shall be responsible to be prepared to provide hay bales or similar
devices to prevent erosion from being washed into the storm drain system.
Contractor shall be responsible to maintain equipment so that oil, grease, gasoline,
diesel fuel, et al., does not contaminate areas subject to run-off. The Contractor
and its Surety shall fully indemnify the City for any pollution damage and/or
cleaning costs. All construction on off-site or on-site improvements shall adhere
to NPDES (National Pollution Discharge Elimination System) Best Management
Practices to prevent deleterious materials or pollutants from entering the City or
County storm drain systems.
22. Public Convenience and Safety
Where applicable, the Contractor shall be responsible to furnish, install and
maintain such devices which are necessary to provide safe and efficient passage
for the public through the work area, for the safety of personnel present in the work
area, and to minimize inconvenience to adjacent properties.
E-5
23. Utility Companies Coordination
The Contractor shall provide coordination with all the utility companies involved
and shall provide protection from damage to their facilities. The Contractor shall
be responsible for repair or replacement to said facilities made necessary by its
failure to provide required protection.
The Contractor shall notify all utility agencies and owners of all facilities within the
area of construction a minimum of five (5) working work days in advance of per-
forming any work within said area.
The Contractor shall protect all utilities and other improvements which may be
impaired during construction operations. It shall be the Contractor's responsibility
to ascertain the actual location of all existing utilities, including service laterals, and
other improvements indicated on the drawings that will be encountered in its con-
struction operations, and to see that such utilities or other improvements are
adequately protected from damage due to such operations. The Contractor shall
take all possible precautions for the protection of unforeseen utility lines to provide
for uninterrupted service and to provide such special protection as may be directed
by the Engineer.
If in the course of construction the Contractor damages a sewer lateral or water
lateral, it shall be responsible to completely expose said lateral from the main line
to the point of connection at private property to verify integrity of all joints to the
satisfaction of the Inspector. This shall not be considered to be extra work and no
extra costs shall be allowed therefore.
24. Graffiti Removal
It shall be the Contractor's responsibility to completely remove all "construction
graffiti" (spray paint or other marking for utilities, survey points and construction
limits) prior to acceptance of the work as completed.
25. Materials
Material Specifications: Whenever any material is specified by name and number
thereof, such specifications shall be deemed to be used for the purpose of
facilitating a description of the materials and establishing the quality of the
materials to be used. All materials shall be new and the best of their class and
kind. No substitution will be permitted which has not been approved in writing by
the Public Works Director or his/her designee.
Material List: A complete material list shall be submitted prior to performing any
work. Catalog data and full descriptive literature and manufacturer's specifications
and installation instructions shall be submitted whenever the use of items different
than those specified is requested.
E-6
Approval of Substitutes: Approval of any items, alternates or substitutes indicates
only that the product(s) apparently meet the requirements of the drawings and
specifications on the basis of the information and/or samples submitted.
Contractor's Responsibility: Manufacturer's warranties shall not relieve the
Contractor of liability under these Specifications. Such warranties only shall
supplement the Contractor's responsibility. The Public Works Director or his/her
designee, may at his or her option, require a manufacturer's warranty on any
product offered for use.
26. Project Sign
Non Applicable
27. Solid Waste Management and Recycling Plan
The contractor shall submit a Solid Waste Management and Recycling Plan to the
City for review and approval prior to issuance of a demolition permit and/or grading
permit for the project. Said plan shall indicate that the permittee/contractor shall
provide documentation such as receipts from landfills, salvage and recycling
facilities upon completion of the demolition/construction. Said plan shall identify:
A. Types of materials for recycling, reuse or sorting
B. Estimated quantities
C. Separation requirements
D. On site storage
E. Transportation methods
F. Destinations
G. Plan manager (contractor's representative)
At the minimum the contractor shall recycle each of the following demolition and
construction waste materials:
Asphalt paving: 75%
Concrete and concrete masonry units: 75%
Non-lead based painted wood wastes (dimensional lumber and broken crates and
pallets): 50%
Metals: 60%
Toilets: 75%
Appliances: 75%
Copper cable/wire: 50%
Transformers and ballasts: 100%
Fluorescent lamps: 1 00%
Glass: 50%
Unpainted gypsum board: 50%
A minimum of 50% of the total weight of the waste (demolition and construction
wastes) shall be diverted from landfill.
E-7
E.2. CHANGES TO THE CONTRACT
1. CHANGES IN CONTRACT SCOPE OF WORK
A. Without invalidating the Contract and without notice to sureties or insurers,
the City may at any time, or from time to time order Extra Work, delete Work
or otherwise revise the Contract Scope of Work. In revising said Scope of
Work, the City shall have the right and the authority to make minor changes
in the Work which can be prosecuted by the Contractor without extra cost
so long as the Work is not inconsistent with the purpose and intent of the
Bid and Contract Documents. The City reserves the right to increase,
decrease, delete the amount of any item and quantity shown in the
Schedule of Values and to delete any item from the contract and pay the
contractor at the unit prices shown in the Schedule of Values so long as the
total amount of all changes does not exceed twenty-five percent (25%) plus
or minus of the Total Bid Amount shown in the Bid Schedule. If the change
exceeds this percentage, a change order may be negotiated to adjust unit
bid prices.
B. Extra Work, where performed, shall be governed by all applicable provisions
of the Contract Documents, as well as any additional requirements
specifically identified as part of the Extra Work.
C. Changes to the Contract Scope of Work will be authorized by Field
Directive, Contract Change Order, or similar written direction issued to the
Contractor by the City. Except for emergencies endangering life, limb, or
property, no Extra Work shall be performed unless such work has been
authorized in written by the City.
D. The Contractor shall prosecute the work associated with a Field Directive,
Contract Change Order, or similar written direction in a timely manner.
E. If the Contractor believes that a Field Directive causes an increase or
decrease to either the Contract Sum or the Contract Time, the Contractor
may submit a Change Order Request to the City.
F. If the City believes that a Field Directive has caused a decrease to either
the Contract Sum or the Contract Time, the City shall process a Contract
Change Order for said decrease in Contract Sum or Contract Time.
G. If the Contractor accepts a Contract Change Order that does not include a
time extension, the Contractor waives any claim for a time extension to the
Contract Completion Date for the work covered by that Contract Change
Order.
E-8
H. Extra Work performed by the Contractor without written authorization from
a Field Directive, Contract Change Order, or other similar written directive
will not entitle the Contractor to an increase in the Contract Sum or a time
extension to the Contract Completion Date.
2. CHANGES IN CONTRACT PRICE
A Whenever a revision to the Contract Scope of Work is ordered by the City
results in a change in Contract Sum, the cost of the work affected by such
change will be added to or deducted from the Contract Sum, by a fair and
reasonable valuation, which shall be determined by one or more of the
following:
1. By unit price accepted by the City as stated in the Contract
Documents.
2. By unit prices subsequently fixed by agreement between the
Contractor and the City. [See also 3(D) below.]
3. By an acceptable lump sum proposal from the Contractor. [See also
3(D) below.]
B. The Contractor's Change Order Request shall include any change in
Contract Time, and shall be signed by the Contractor.
C. The City will review the Contractor's Change Order Request and negotiate
with the Contractor an equitable change in Contract Sum or Contract Price
in accordance with Section 3, Negotiated Contract Change Orders below.
The change in Contract Sum agreed upon, and any change in Contract
Time agreed upon, shall be incorporated into the Contractor's final Change
Order Request.
D. All Contract Change Orders shall be signed by the Contractor and the City.
By signature on the Contract Change Order, the Contractor acknowledges
that the adjustments to the Contract Sum and the Contract Time contained
in the Contract Change Order are to the full satisfaction and accordance of
the Contractor, and that payment in full so waives any right to claim any
further cost and/or time impacts at any time during and after the completion
of the Contract for the changes encompassed by said Contract Change
Order.
E. After there is agreement, the City will prepare and process a Contract
Change Order. All Contract Change Orders must be approved by the City
in writing before the Contract Change Order can be executed and the work
can be authorized.
E-9
F. Should the Contractor fail to prepare and submit a Change Order Request
for a decrease in Contract Sum, a decrease in Contract Price, or both
associated with a decrease in the Contract Scope of Work within a timely
manner, but in no case more than twenty (20) working days after the
Contractor is directed by the City, or the Construction Manager acting on
behalf of the City, to delete said work, the City shall process a unilateral
Contract Change Order.
3. NEGOTIATED CONTRACT CHANGE ORDERS
A Whenever a revision to the Contract Scope of Work results in a potential
difference in Contract Sum, the Contractor shall submit in the form
prescribed by the City, an itemized breakdown of Contractor and
subcontractor direct costs, including labor, material, equipment, and
approved services, pertaining to such revised work with complete
supporting data for the quantities and prices quoted. Labor documentation
shall include, but not be limited to, time cards for all employees of the
Contractor and its Subcontractors performing all additional labor. This
information shall be submitted by the Contractor to the City as part of a
Change Order Request.
B. Where the Contractor's Change Order Request includes costs submitted
from any subcontractor, at any tier, for labor, material, equipment, and
approved services, the Contractor shall be solely responsible for verifying
the accuracy of said subcontractor costs in accordance with applicable law
and the Contract Documents prior to submitting the Change Order Request
to the Construction Manager.
C. The Contractor's direct costs shall be limited to the following:
1. Payroll costs for workers and foremen, including wages, fringe
benefits as established by negotiated labor agreements or Federal
or State prevailing wages, Workers' Compensation and Labor
Insurance, and labor taxes as established by Law. No other fixed
labor burdens will be considered, unless approved in writing by the
Construction Manager. The Contractor's direct costs shall not
include any costs associated with documenting employee labor
hours associated with any revision in Contract Scope of Work as all
such indirect costs form a part of the Contractor's overhead expense.
2. The cost of materials, including sales tax, if paid for by the Contractor
or its subcontractor, in such work as can be substantiated by
documentation considered acceptable to the Construction Manager.
3. The cost of equipment based on fair rental or ownership value as
accepted by the Construction Manager. The rates for rented or
E -10
contractor-owned equipment shall not exceed the rates as published
in the State of California, Business, Transportation, and Housing
Agency, Department ofTransportation, Construction Program, Labor
Surcharge & Equipment Rental Rates, latest Edition. For equipment,
rental or equivalent rental cost will be allowed for only those days or
hours during which the equipment is in actual use.
4. The cost of incidentals directly related to such work. The direct costs
shall not include any labor or office costs pertaining to the
Contractor's Managers or Superintendents, its office and
engineering staff, its office facilities, or anyone not directly employed
on such work, nor the cost of srnall tools as all such indirect costs
form a part of the Contractor's overhead expense.
4. UNIT PRICE ADJUSTMENTS DUE TO INCREASED OR DECREASED
QUANTITIES
A. The unit prices as stated in the Bid Proposal and as negotiated in any
Contract Change Order shall apply to one hundred percent (100%) of the
quantity indicated to be the estimated quantity for the Bid item, plus or minus
twenty-five percent (25%).
5. DIFFERING SITE CONDITIONS
A. Pursuant to Public Contract Code Section 7104, the Contractor shall
promptly, and before such conditions are disturbed, notify the City in writing,
if any of the following is encountered:
1. Material at the Project Site that the Contractor believes may be
hazardous waste, as defined in Section 25117 of the Health and
Safety Code, and that is required to be removed to a Class 1, Class
11, or Class Ill disposal site in accordance with provisions of existing
law.
2. Subsurface or latent physical conditions at the Project Site that
differs from those indicated in the Contract Documents.
3. Unknown physical conditions at the Project Site of any unusual
nature which differs materially from those ordinarily encountered,
and which is generally recognized as inherent in work of the
character provided for in the Contract Documents.
B. Upon notification the City shall promptly, investigate the conditions
observed by the Contractor. If the City finds that the conditions do materially
differ from the Bid and Contract Documents, or do involve hazardous waste,
and do cause a decrease or increase in the Contractors cost of, or the time
E -11
required for, prosecution of any part of the work, the City shall cause to be
issued a Contract Change Order under the procedures provided for
Contract Change Orders.
C. In the event that a dispute arises between the City and the Contractor
concerning whether the conditions materially differ, or involve hazardous
waste, or cause a decrease or increase in the Contractors cost of, or time
required for, prosecution of any part of the work, the Contractor shall not be
excused from any scheduled Contract Completion Date provided for by the
Contract, but shall proceed with all work to be performed under the
Contract. The Contractor shall retain any and all rights provided either by
Contract or by law which pertain to the resolution of disputes and protests
between the City and the Contractor and in accordance with Section
"Claims and Resolution of Claims". No claim of the Contractor under this
clause shall be allowed unless the Contractor has given the required notice.
E.3. CLAIMS AND RESOLUTION OF CLAIMS
1. CLAIMS
A. The City of Temple City will be responsible for settling all issues including
source evaluation, protests, disputes, and claims as per 40 CFR
31.36(b)(11).
B. The contractor is to exhaust all administrative remedies with the City of
Temple City before protesting to the EPA, which will only review protests
based on violation of Federal law or regulation or for failure of the City of
Temple City to review a protest under the City's protest procedures as per
40 CFR 31.36(b)(12).
C. If the Contractor disagrees with the City's decision, or in any case where
the Contractor deems additional compensation or a time extension to the
Contract period is due the Contractor for work or materials not covered in
the Contract or which the City has not recognized as extra work, the
Contractor shall notify the City, in writing, of its intention to make a claim.
D. Claims pertaining to decisions shall be submitted in writing to the City within
five (5) working days of the Contractor's notification of the City's decision.
E. All other claims notices for extra work shall be filed in writing to the
Construction Manager prior to the commencement of such work. Written
notice shall use the words "Notice of Potential Claim". Such Notice of
Potential Claim shall state the circumstances and the reasons for the claim,
and the estimated amount for the claim. No claim for additional
compensation or extension of time for a delay will be considered unless the
E -12
provisions of these Specifications for Delays and for Time Extensions are
complied with. No claim filed after the date of final payment will be
considered.
F. It is agreed that unless notice is properly given, the Contractor shall not
recover costs incurred by the Contractor as a result of the alleged extra
work, changed work or other situation which had proper notice been given
would have given rise to a right for additional compensation. The Contractor
should understand that timely notice of potential claim is of great importance
to the City, and is not merely a formality. Such notice allows the City to
consider preventative action, to monitor the Contractor's increased costs
resulting from the situation, to marshal facts, and to plan its affairs. Such
notice by the Contractor, and the fact that the City has kept account of the
cost as aforesaid, shall not in any way be construed as proving the validity
of the claim.
2. RECORDS OF DISPUTED WORK
A. In proceeding with a disputed portion of the Work, the Contractor shall keep
accurate records of its costs and shall submit to the City, a daily summary
of the hours and classification of equipment and labor utilized on the
disputed work, as well as a summary of any materials or any specialized
services which are used.
3. SUBMISSION OF CLAIM COSTS
A. Where the Contractor disagrees with any decision of the City, or where the
Contractor believes that it has not been properly compensated for a
Contract Change Order, or where the Contractor believes that
compensation is due for a Field Directive, the Contractor shall submit a
claim in accordance with the following schedule:
1. To dispute a decision made by the City, the Contractor shall submit
to the City a claim within five (5) working days of the disputed
decision.
2. The Contractor shall keep accurate records of its costs of disputed
work, and shall submit to the City daily summary of the hours and
classification of equipment and labor utilized on the disputed work,
as well as a summary of any materials or any specialized services
which are used. Such information shall be submitted to the City at
the end of the following working day of the day the disputed work is
performed by the Contractor. Receipt of such information by
Construction Manager shall not be construed as an authorization for
or acceptance of the disputed work. A total final claim amount shall
be submitted to the City within five (5) working days of completion of
E -13
the disputed work. The total final claim submittal shall include the
daily summaries previously submitted.
B. Claims shall include an itemized breakdown of the Contractor's and
subcontractor's direct costs, including labor, material, equipment, and
approved services, pertaining to such disputed work with complete
supporting data for the quantities and prices quoted. Labor documentation
shall include, but not be limited to, time cards for all employees of the
Contractor and its Subcontractors performing all additional labor. This
information shall be submitted by the Contractor to the City as part of a
Change Order Request.
C. In the event that the City determines that a claim is just, the City shall be
allowed to pay for the disputed work in accordance with Section "Changes
to the Contract".
4. CLAIMS MEETINGS
A. From time to time the City may call a special meeting to discuss outstanding
claims should the City deem this of possible help. The Contractor shall
cooperate and attend such meetings prepared to discuss its claims, making
available the personnel necessary for resolution, and all documents which
may reasonably be requested by the Construction Manager.
5. RESOLUTION OF CLAIMS
A. For all contracts awarded during the effective dates of Public Contract Code
Section 20104, where claims cannot be resolved between the parties,
claims for Three Hundred and Seventy-Five Thousand Dollars
($375,000) or less shall be resolved pursuant to the provisions of that code
section.
B. Unless this Contract provides otherwise, all claims, counterclaims, disputes,
and other matters in question between the City and the Contractor that are
not resolved between the City and the Contractor and are not governed by
Public Contract Code 20104 shall be decided by a court of competent
jurisdiction.
C. Arbitration shall not be used for resolution of these disputes. Should either
party to this Agreement bring legal action against the other, the case shall
be handled in the California County where the work is being performed.
E -14
PAGE
APPENDIX: A
TECHNICAL SPECIFICATIONS
BID NO.: POS-07
LONGDEN AVENUE SEWER REPLACEMENT PROJECT
IN THE CITY OF TEMPLE CITY
SECTION 1 THRU SECTION 7 ...................................................... NOT USED
SECTION 8 -EARTHWORK AND GRADING ........................................................... 1
8.01 GENERAL ....................................................................................................... 1
8.02 PRESERVATION OF PROPERTY ................................................................. 1
8.03 CLEARING AND GRUBBING. .. . ..................................... . ....................... 1
8.04 REMOVAL AND DISPOSAL OF MATERIAL.............................. . ............. 1
8.05 EXCAVATION ................................................................................................. 1
8.06 NOT USED ..................................................................................................... 2
8.07 SUBGRADE PREPARATION ................ ... ...... ................................ . ........ 2
8.08 PIPELINE BEDDING ....................................................................................... 3
8.09 BACKFILL AND COMPACTION ......... ....................................... . . ........... 3
8.10 WATERING ..................................................................................................... 4
8.11 SOIL TESTING ......................................................................................... 4
8.12 PAYMENT ....................................................................................................... 4
SECTION 9-ASPHALT CONCRETE PAVEMENT .................................................. 5
9.01 GENERAL ....................................................................................................... 5
9.02 PRIME AND SEAL COATS ............................................................................. 5
9.03 ASPHALT BINDER ................................................................................. 6
9.04 PAVEMENT TRAFFIC STRIPING AND MARKERS.............................. . . . 6
9.05 ASPHALT CONCRETE ................................................................................... 6
9.06 PLACING ASPHALT CONCRETE PAVEMENT........ . ................................ 7
9.07 ROLLING ........................................................................................................ 7
9.08 PREPARATION ................................................................................. 7
SECTION 10 -AGGREGATE BASE ....................................................................... 11
10.01 GENERAL ..................................................................................................... 11
10.02 SUBGRADE .................................................................................................. 11
10.03 UNTREATED BASE MATERIALS ............................................................. 11
10.04 PLACING UNTREATED BASE ..................................................................... 11
10.05 COMPACTING UNTREATED BASE ............................................................. 11
10.06 PAYMENT ..................................................................................................... 11
SECTION 11 CONCRETE CURBS, WALKS, GUTTERS, CROSS GUTTERS, ALLEY
INTERSECTIONS, ACCESS RAMPS AND DRIVEWAYS (REV: 6/14) .................. 12
11.01 GENERAL ..................................................................................................... 12
11.02 SUBGRADE .................................................................................................. 12
11.03 MATERIAL .................................................................................................... 12
11.04 MIXING, PLACING AND CURING............................ . ............................... 13
11.05 FORMS ......................................................................................................... 13
Table of Contents
Technical Specifications
Page-i
CITY OF TEMPLE CITY
LONGDEN AVENUE SEWER REPLACEMENT PROJECT
TECHNICAL SPECIFICATIONS
TABLE OF CONTENTS
11.06 JOINTS .................................................................................................... 14
11.07 FINISHING .................................................................................................... 14
11.08 CURING ........................................................................................................ 14
11.09 REMOVALS .................................................................................................. 14
11.10 REPAIRS AND REPLACEMENTS ................................................................ 14
11.11 PAYMENT................................................. ... .................................... . .. 15
SECTION 12 THRU SECTION 15 ................................................... NOT USED
SECTION 16-STORM WATER BEST MANAGEMENT PRACTICES ................... 16
16.01 GENERAL ..................................................................................................... 16
16.02 DISCHARGE OF WATER FROM EXCAVATION ..................................... 16
16.03 DECHLORINATION DURING FLUSHING OF MAINS .................................. 16
SECTION 17-NPDES REQUIREMENTS ............................................................... 17
17.01 WASTE DISCHARGE REQUIREMENTS FOR DISCHARGE OF STORM WATER
ASSOCIATED WITH CONSTRUCTION ACTIVITY ................................................. 17
SECTION 18-VCP EXTRA STRENGTH SEWER PIPE ........................................ 18
SECTION 19-MAINTAINING AND TEMPORARY HANDLING OF SEWER
FLOWS .................................................................................................................... 20
SECTION 20-RECONSTRUCT EXISTING SEWER PIPE AND
WATER LINE CROSSING NEAR NEW SEWER CONSTRUCTION ..................... 22
SECTION 21-SANITARY SEWER SYSTEM TESTING ....................................... 23
SECTION 22-PRECAST CONCRETE MANHOLES ............................................ 24
22.01 FRAME AND COVER .................. . ...................................... . .................. 24
22.02 TESTING ...................................................................................................... 24
SECTION 23 -MANHOLE AND STRUCTURE REHABILITATION .......................... 25
23.01 GENERAL ........................................................................................................ 25
23.02 ACTIVE INFILTRATION . . ....................................................................... 25
23.03 INSPECTION, TESTING AND REPAIR OF INSTALLED LINER SYSTEM .... 25
SECTION 24-TEMPORARY DRAINAGE MEASURES .......................................... 26
SECTION 25-CITY OF TEMPLE CITY MUNICIPAL CODE, SECTION 16.34.07027
Table of Contents
Technical Specifications
Page-ii
CITY OF TEMPLE CITY
LONGDEN AVENUE SEWER REPLACEMENT PROJECT
TECHNICAL SPECIFICATIONS
SECTION 1 THRU SECTION 7 -NOT USED.
SECTION 8-EARTHWORK AND GRADING.
8.01 GENERAL.
Contractor shall provide all tools, equipment, materials, labor, traffic control,
excavating, shoring, dewatering, subgrade preparation, backfilling, compacting,
grading and temporary resurfacing required for the construction of the work shown on
the Contract Drawings and/or required in the Specifications.
Earthwork shall include, without classification, the removal and disposal of all
materials of whatever nature encountered that interfere with the proper construction
and completion of the Work.
Where any permit requirements exceed the requirements of this Section, the permit
requirements shall govern.
8.02 PRESERVATION OF PROPERTY.
Existing improvements or facilities and trees and shrubs that are not to be removed,
shall be protected from injury or damage resulting from operations of the Contractor,
and the Contractor shall be responsible for such damage. Only trees and shrubs
specifically designated or marked for removal by the Engineer shall be removed.
The Contractor shall provide such dust control equipment and methods as may be
required to protect adjacent property from annoyance or damage from dust caused by
his operations. Failure to control such dust shall be cause for the Engineer to stop the
work until said dust is controlled, and the Contractor shall have no recourse to collect
from the City for any loss of time or expense sustained by him due to such suspension
of work.
8.03 CLEARING AND GRUBBING.
Except as otherwise specified, all trees, stumps, large roots, buried logs, decayed
vegetable matter, buried junk piles, heavy growth of grass and weeds and all other
objectionable material shall be removed from the site of the work. None of the above
materials shall be permitted to remain in or under embankment and fill areas.
8.04 REMOVAL AND DISPOSAL OF MATERIAL.
Material removed during clearing and grubbing, including any excess excavation, shall
be removed from the site of the work and disposed of at a location acceptable to the
Engineer. Burning of materials on the site will not be permitted.
8.05 EXCAVATION.
Excavation shall conform to the lines, grades and cross-sections shown on the
Drawings and no payment will be made for quantities in excess of those shown or
hereinafter specified. When solid rock, scale, hardpan or like materials are
Section 8-Earthwork and Grading.
Page-l
CITY OF TEMPLE CITY
LONGDEN AVENUE SEWER REPLACEMENT PROJECT
TECHNICAL SPECIFICATIONS
encountered in the excavation, it shall be excavated to not less than 6-inches below
subgrade and replaced with select material approved by the Engineer. Said select
material shall be compacted to not less than ninety percent (90%) maximum density.
Whenever reference is made to maximum density, it refers to the maximum density
as determined by ASTM.
All soft or unsuitable material that will not readily compact to the density specified shall
be removed to the depths shown on the Drawings or ordered by the Engineer and
disposed of as directed by the Engineer. Excavation in areas not shown on the
Drawings or authorized by the Engineer will not be paid for and the Contractor shall,
at his own expense, backfill and compact unauthorized excavation areas to the
original ground elevation and to the density specified.
All rocks or lumps larger than 2-1/2 inches in size in the upper 6-inches of the
subgrade which will not break up under the operation of grading equipment shall be
removed and the resulting space refilled and compacted with selected material
approved by the Engineer.
8.06 NOT USED.
8.07 SUBGRADE PREPARATION.
A. Subgrade/subbase depth shall extend to 12-inches below pipelines and
structures and shall be firm, unyielding, and free of rock(s) and debris.
Removal and replacement of any unsuitable subgrade/subbase
material, as determined by the Engineer, to a depth up to 12-inches
below pipelines and structures, shall be at the Contractor's expense.
Replaced subgrade/subbase material shall be compacted to a minimum
relative compaction of 90%, unless otherwise shown on the Contract
Drawings, in conformance with the State of California, Division of
Highways (Caltrans) Test Method No. 216. Compaction testing will be
at the Owner's expense.
Unless otherwise shown on the Contract Drawings, replacement
material shall be Select Subbase (course gradation).
B. Use of explosives will not be permitted on this project, unless specifically
authorized in writing, by the Engineer.
C. "AUTHORIZED" removal of unsuitable material that is more then 1-foot
below bottom of any pipeline or structure shall be as directed by the
Engineer and will be paid as Extra Work in accordance with SSPWC
Section 3-3, except that the Contractor's Markup, will be established at
15% plus the actual increased cost for the Contractor's bond premium
caused by the extra work.
D. All "UNAUTHORIZED" over excavation by the Contractor shall be
replaced and compacted to a minimum relative compaction of 90% in
conformance with the State of California, Division of Highways
Section 8-Earthwork and Grading.
Page-2
CITY OF TEMPLE CITY
LONGDEN AVENUE SEWER REPLACEMENT PROJECT
TECHNICAL SPECIFICATIONS
(Caltrans) Test Method No. 216. All cost associated with over
excavation, material replacement and testing shall be at the Contractor's
expense.
8.08 PIPELINE BEDDING.
Pipeline bedding and subbase for structures shall conform to these specifications
unless otherwise shown on the Contract Drawings.
8.09 BACKFILL AND COMPACTION.
A. Trench backfill material shall be clean, free from organic material, trash,
debris, rubbish, broken portland cement concrete, asphalt concrete,
rocks over 3-inches in size or other objectionable material and shall have
a minimum sand equivalent of 30 as determined by the State of
California, Division of Highways (Caltrans) Test Method No. Calif. 217,
and not more than 20 percent of the backfill material will pass through a
200 rnesh sieve.
B. Structures backfill material shall be clean, free from organic material,
trash, debris, rubbish, broken portland cernent concrete, asphalt
concrete, rocks over 3-inches in size or other objectionable material and
shall have a minimum sand equivalent of 30 as determined by the State
of California, Division of Highways (Caltrans) Test Method No. Calif.
217, and not more than 20 percent of the backfill material will pass
through a 200 mesh sieve.
C. Place bedding and backfill materials true to the lines, grades, cross-
sections and compact in accord with the requirements shown on the
Contract Drawings.
D. Trench backfill shall not be placed over pipe until after the pipe has been
inspected by the Engineer.
E. Backfill shall not be placed against structures until the 28-day
compressive strength is obtained.
F. Trench backfill material shall be in vertical lifts and shall not exceed the
thickness specified for various types of equipment (SSPWC Section
306-1.3.2 (uncompacted lifts) horizontal lifts. The difference in
compacted backfill material on each side of pipe shall not exceed 4-
inches.
G. Impact, free falling, or "stomping" equipment shall not be used within 3-
feet of top of pipe of for structures backfill compaction.
H. Jetting (water densifying) methods for compaction shall not be permitted
for trench or structures backfill.
I. Trenching and backfill shall be per City of Tern pie City Standard Drawing
No. S-8. It is Contractor's option for using slurry backfill as stated
Section 8 -Earthwork and Grading.
Page-3
CITY OF TEMPLE CITY
LONGDEN AVENUE SEWER REPLACEMENT PROJECT
TECHNICAL SPECIFICATIONS
following: Inside the pipe zone, pipe bedding base shall meet 3/4 inch
crushed rock, pea gravel shall be 3/8 inch rock with 12-inch sand (SE
35 minimum) coverage on top, and the trench backfill shall be filled with
one (1) sack of sand-cement slurry to the top of one foot below the
finished grade of street pavement. All materials not suitable or not
needed for backfill shall become the property of the CONTRACTOR and
shall be disposed of off the project site, in accordance with the provisions
of Caltrans Standard Specification, Section 7-1.13. Payment for the
slurry backfill option shall be included in the contract price per lineal foot
of sewer pipe and storm drain reinforced concrete box and per each of
structures, and no additional compensation will be allowed.
8.10 WATERING.
All water used for compacting original ground, embankments, structure and trench
backfill, subgrade, base and for laying dust caused by grading or traffic, shall be
included in the price bid for such items and separate payment will not be allowed for
watering.
8.11 SOIL TESTING.
A. General:
All soils testing shall be done in accordance with SSPWC, Section
211, and by a testing laboratory of the City's choice at the Contractor's
expense.
B. Compaction Tests:
Where soil material is required to be compacted to a percentage of
maximum density, the maximum density shall be determined in
accordance with the requirements of SSPWC, Subsection 211-2. In
case the tests of the fill or backfill show non-compliance with the required
density, the Contractor shall accomplish such remedy as may be
required to insure compliance. Subsequent testing to show
compliance shall be by a testing laboratory selected by the City
and shall be at the Contractor's expense.
8.12 PAYMENT.
Earthwork and grading will be paid for at the unit or lump sum price listed in the
Proposal or, if no separate item is included, in the other items of work to which it
relates.
***END OF SECTION 8***
Section 8-Earthwork and Grading.
Page-4
CITY OF TEMPLE CITY
LONGDEN AVENUE SEWER REPLACEMENT PROJECT
TECHNICAL SPECIFICATIONS
SECTION 9-ASPHALT CONCRETE PAVEMENT.
9.01 GENERAL.
Conform to the requirements of SSPWC Sections 203-6, 302.5 and 306-1.5, the
Contract Drawings and as stated herein.
1. Pavement Thickness. Asphalt concrete shall be spread and compacted
in conformance with SSPWC Table 302-5.5 (A) and shall be the
thickness shown on the Contract Drawings or 1-inch thicker than the
existing paving, whichever is greater.
2. Pavement Width. Asphalt Concrete and Base Course width, for trench
repair, shall be a minimum of 18-inches (9-inches each side) wider than
the trench width at the existing grade or as shown on the Contract
Drawings, whichever is greater.
3. Trench Resurfacing shall be spread and compacted in conformance with
SSPWC Table 306-1.5.3.
4. Driveways and site areas paving shall be placed and compacted in
conformance with the requirements of SSPWC Section 302-5.
5. Immediately prior to placing permanent asphalt paving, all existing
pavement that is to remain Uoined) shall be saw cut to provide a clean
and vertical joint for the new asphalt paving. Any other means to provide
a clean and vertical joint shall not be acceptable.
Overlay operations shall not occur on the trash pickup and street sweeping days of
that street. Coordination with the City's trash hauler street sweeper shall be the
CONTRACTOR'S responsibility, and no additional compensation will be allowed.
9.02 PRIME AND SEAL COATS.
Prime Coat shall be required when shown on the Contract Drawings.
Application of prime coat shall comply with the applicable requirements of
SSPWC Sections 203-2 and 302-5.3. Prime coat shall be uniformly distributed
over completed subgrade and/or aggregate base course at the application rate
of 0.25-gallons per square yard, unless the Owner specifies a different
application rate at the time the work is performed.
Seal Coat shall be required when shown on the Contract Drawings.
Fog seal coat (Slow Setting Emulsified Asphalt), shall be required on all asphalt
concrete surfaces. Asphalt seal coat shall not be placed on new surfaces until the
asphalt has cured for a minimum of 14 days. Fog seal coats shall be applied at a rate
of 0.05 to 0.10 gallons-per-square-yard. Asphalt emulsion shall conform to SSPWC
Section 203-2.6
Section 9 -Asphalt Concrete Pavement.
Page-5
CITY OF TEMPLE CITY
LONGDEN AVENUE SEWER REPLACEMENT PROJECT
TECHNICAL SPECIFICATIONS
9.03 ASPHALT BINDER.
In conformance with the applicable requirements specified in SSPWC Sections 203-3
and 302-5A, tack coat shall be applied to all vertical surfaces of concrete gutters,
concrete and masonry walls, permanent headers, concrete slabs, pavement joints,
and similar faces against which asphalt concrete pavement is to be placed. Tack coat
shall be applied at a rate of 0.02 to 0.10 gallons-per-square-yard.
9.04 PAVEMENT TRAFFIC STRIPING AND MARKERS.
Following completion of all paving operations, the Contractor shall apply and/or
replace all pavement striping, markings and markers, as shown on the Contract
Drawings or that are disturbed, damaged or destroyed during construction. All
replaced striping, markings and markers are to match the original that were in place
at the start of construction. Striping, markings and markers shall conform to SSPWC
Sections 310-5.54 and 312.
Pavement Markers shall conform to the requirements of SSPWC Section 214.
9.05 ASPHALT CONCRETE.
1. Permanent Pavement. Asphalt Concrete (AC) shall conform to the
provisions of Subsections 203-6 and 302-5 of the Standard Specifications.
The surface course shall be Class C2-PG 64-10. AC not otherwise
specified shall be Class B-PG 64-10. AC used for leveling course shall be
Class D2-PG 64-10.
2. Temporary Pavement. Temporary AC Pavement shall conform to the
above requirements, except temporary AC will be Class D2-PG 64-10. All
trenches and travel lanes must be paved with temporary AC until
permanent pavement has been constructed.
3. Tack Coat. A tack coat shall be applied between base and finish courses
when the finish course is not placed immediately after the base course,
and the existing paved surfaces where new asphalt concrete overlaps
existing pavement or abuts existing pavement along cut trench edges or
curbs. Tack coat shall be as specified in section 302-5.3 of the Standard
Specifications.
4. Leveling Course. Leveling course shall be Type 111-D-PG 64-10 and shall
conform to the provisions of Section 400-4 of the Standard Specifications.
5. Payment. There shall be no payment for furnishing installation,
maintenance, removal or disposal of temporary AC pavement, and all costs
Section 9-Asphalt Concrete Pavement.
Page-6
CITY OF TEMPLE CITY
LONGDEN AVENUE SEWER REPLACEMENT PROJECT
TECHNICAL SPECIFICATIONS
thereof shall be absorbed in bid prices for work to which the temporary
pavement is necessary.
The asphalt binder shall be paving asphalt, viscosity grade AR4000 and shall conform
to the requirements of Section 203.6-Asphalt Concrete of the SSPWC. The
temperature of the paving asphalt and the mineral aggregate at the time of mixing
shall conform to Section 203-1-Paving Asphalt of the SSPWC. Refer to City of Temple
City Standard Drawing W-16 Typical Trench Detail for more details. Trench
resurfacing shall be placed in one lift.
9.06 PLACING ASPHALT CONCRETE PAVEMENT.
Prime coat or plant mixed surfacing shall be placed on the base course or subgrade
only after said base has been approved by the Engineer. All work shall conform to
Section 302-5-Asphalt Concrete Pavement of the SSPWC except as modified herein.
The application temperature of asphalt shall conform to Section 203-1.4 of the
SSPWC. Distribution and spreading shall conform to Section 302-5.4.
The Contractor shall furnish to the Engineer certified weight tickets for all asphalt
concrete incorporated in the work.
9.07 ROLLING.
Asphalt concrete shall be thoroughly compacted by rolling in accordance with Section
302-5.5 Distribution and Spreading of the SSPWC.
Manholes and other structures shall be adjusted to grade per Section 302-5. 7-Joints
of the SSPWC.
9.08 PREPARATION.
The following is herby added to Subsection 302-5.1 of the SSPWC
If asphalt concrete pavement is being constructed directly upon an existing hard-
surfaced pavement, the following shall occur:
1) All holes and cracks 1.5 inches or greater in width shall be filled with asphalt
concrete Class and Grade F-PG 64-10 compacted level with the top of the existing
pavement;
2) All cracks and joints greater than 1/8 inch in size shall be blown clear with high
pressure air, with the street swept immediately thereafter;
3) All joints and cracks greater than 1/4 inch and less than 1.5 inches in size shall be
filled with Crafco Polyflex Ill or approved equal. Filler shall be within 1/8 inch below
Section 9-Asphalt Concrete Pavement.
Page-7
CITY OF TEMPLE CITY
LONGDEN AVENUE SEWER REPLACEMENT PROJECT
TECHNICAL SPECIFICATIONS
and flush with existing pavement surface and squeegeed, as necessary, to attain this
result; and Cracks, joints, and holes to be filled shall be cleaned after cold milling.
The CONTRACTOR shall complete crack filling a minimum of 24 hours prior to paving,
unless otherwise directed by the Engineer.
Measurement and Payment [Add the following Section]:
Payment for crack filling is considered to be included in the cost to Construct Asphalt
Overlay, and no additional compensation will be allowed therefore.
Cold Milling Asphalt Concrete Pavement.
302-5.2.1 General. The following is hereby added to the first paragraph of Subsection
302-5.2.1 of the SSPWC:
Such straight edge grade along the edge of the cold plane area shall not deviate more
than 1/4-inch below nor 1/8-inch above the grade specified in the Contract
Documents.
General. [Add the following as the last paragraph]
All materials indicated to be removed shall be recycled per the requirements
highlighted in Section 7-15 of these Specifications.
Cold milling shall not be performed more than two (2) working days ahead of paving,
and shall not be left unpaved over a weekend. CONTRACTOR shall provide a smooth
transition for vehicles during construction at end of cold mill areas to the satisfaction
of the Engineer. Additionally, Best Management Practices will be required to protect
water quality, and prevent any debris or pollutants from entering the storm drain
system.
302-5.2.3 Removal and Disposal of Material. The following is hereby added to
Subsection 302-5.2.3:
Cold milled streets shall be accepted by Engineer at least 1 day prior to street
resurfacing.
Sweepers used for cold milling shall not enter on streets approved as clean after cold
milling. The CONTRACTOR shall provide a minimum of two vacuum-brush type
sweepers at all times during cold milling.
Removal of existing traffic stripes (including raised pavement markers) and pavement
markings, as noted in the Contract Plans, shall be removed in compliance with the
Section 84 of this Contract Document.
All materials indicated to be removed shall be recycled per the requirements
highlighted in Section 7-15 of these Specifications.
Tack Coat. [Add the following]:
Tack coat material for overlay shall be PG 64-10 applied at a rate of 0.06 gallons per
square yard applied at a minimum of 350 degrees Fahrenheit from a distributor truck
Section 9-Asphalt Concrete Pavement.
Page-8
CITY OF TEMPLE CITY
LONGDEN AVENUE SEWER REPLACEMENT PROJECT
TECHNICAL SPECIFICATIONS
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 (20%) of the tacked area.
Tack coat for joints on trenches and patches shall be uniformly applied at 0.20 gallons
per square yard PG 64-10.
The CONTRACTOR shall place the tack coat in a manner to prevent all vehicles from
driving through the tack coat. Therefore, the CONTRACTOR shall plan the work out
accordingly, particularly at the intersection locations to prevent vehicle or members of
the public from entering area where tack coat has been installed.
The CONTRACTOR shall remove all tracked Tack from adjacent streets within seven
(7) days following paving operations at no additional cost to the City. The method of
removal must be approved by the Engineer prior to implementation.
Measurement and Payment [Add the following to Subsection 302-5.4]
Payment for tack coat material is considered to be included in the cost of
CONSTRUCT AC OVERLAY placement depending on the work performed, and shall
be in accordance with these Specifications. Full compensation shall include all labor
and materials required to complete the process and no additional compensation will
be allowed therefore.
302-5.5 Distribution and Spreading. [Add the following to Subsection 302-5.5]
CONTRACTOR shall provide automatic screed control as directed by Engineer.
To avoid picking up loose rock in the overlay area, the tires of all trucks must be lightly
oiled with linseed oil or soybean oil or approved equal. Diesel fuel will not be allowed
on the project at all for oil down of any equipment.
Watering of street to prevent tracking of material will be allowed if no water enters the
storm drain system and the Contractor adheres to all local and state water quality
regulations, and these Contract Documents.
CONTRACTOR shall maintain a functioning infrared heat measurement device in
close proximity to each paving machine at all times. CONTRACTOR shall provide a
pavement temperature reading, with an infrared heat measurement instrument, when
requested by the Engineer. Inaccessibility of a heat measurement shall be cause for
termination of paving operations.
302-5.6 Rolling. [Add the following]
Rolling along a joint shall be such that the widest part of the roller is on the cold side
of the joint.
Rubber tire rollers 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.
Section 9-Asphalt Concrete Pavement.
Page-9
CITY OF TEMPLE CITY
LONGDEN AVENUE SEWER REPLACEMENT PROJECT
TECHNICAL SPECIFICATIONS
At a minimum, two complete passes with the breakdown roller shall be provided. Initial
breakdown rolling shall be performed close enough to the paving machine and at a
pavement temperature high enough such that the pavement temperature after two
passes exceeds 240 degrees Fahrenheit. Intermediate rolling shall be provided such
that a total of six passes are performed before pavement temperature drops below
200 degrees Fahrenheit. An additional intermediate roller may be required to achieve
this result. A finish roller shall be provided in addition to intermediate rolling.
To ensure optimum quality control, the use of more than one paver must be approved
in advance by the Engineer, and will generally require one foreman, one sweeper, and
a full complement of rollers per Subsection 302-5 of the SSPWC and this Subsection
600-2.6.3 for each paving machine.
An extra breakdown roller shall be on site at all times, free of defects.
Joints. [Add the following]
Joint 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.
Measurement and Payment [Add the following]
Payment for distribution and spreading, rolling, and joint lines is considered to be
included in the cost of the corresponding unit bid item and shall be in accordance with
these Specifications. Full compensation shall include all labor and materials required
to complete the process and no additional compensation will be allowed therefore. or
if no separate item is included, in the other items of work to which it relates.
***END OF SECTION 9***
Section 9 -Asphalt Concrete Pavement.
Page-10
CITY OF TEMPLE CITY
LONGDEN AVENUE SEWER REPLACEMENT PROJECT
TECHNICAL SPECIFICATIONS
SECTION 10-AGGREGATE BASE.
10.01 GENERAL.
The Contractor shall furnish all plant, labor, materials, tools, equipment, transportation
and all incidental work and services required to construct aggregate base in
accordance with these Specifications, applicable drawings and Section 200-Rock
Materials and 301-Treated Soil, Subgrade Preparation, and Placement of Base
Materials, as modified herein.
10.02 SUBGRADE.
The subgrade shall be prepared as specified in Section 301-1-Subgrade Preparation
of the SSPWC.
10.03 UNTREATED BASE MATERIALS.
The aggregate for untreated base shall conform to the requirements of Section 200-
2-Untreated Base Materials of the SSPWC.
10.04 PLACING UNTREATED BASE.
Untreated base material shall be spread on the prepared subgrade in uniform layers
in accordance with Section 301-2-Unitreated Base of the SSPWC.
10.05 COMPACTING UNTREATED BASE.
Untreated base shall be compacted in accordance with Section 301-2.3-Compacting
of the SSPWC. The finished base, where not controlled by adjacent structures, shall
be not more than 0.02 foot above, and not more than 0.02 foot below the theoretical
cross-section.
10.06 PAYMENT.
Aggregate base will be paid for at the unit or lump sum price listed in the Proposal.
***END OF SECTION 10***
Section 1 0 ~Aggregate Base.
Page-l!
CITY OF TEMPLE CITY
LONGDEN AVENUE SEWER REPLACEMENT PROJECT
TECHNICAL SPECIFICATIONS
SECTION 11 -CONCRETE CURBS, WALKS, GUTTERS, CROSS GUTTERS,
ALLEY INTERSECTIONS, ACCESS RAMPS AND DRIVEWAYS (REV: 6/04).
11.01 GENERAL.
Contractor shall provide all tools, equipment, materials, labor and services for
furnishing, placing, finishing and curing concrete to the grades and dimensions shown
on the Contract Drawings and as specified herein. Where any permit requirements
exceed the requirements of this Section, the permit requirements shall govern.
The Work of this Section shall include the construction of cast in place and precast
concrete for site improvements, specified herein, or shown on the Contract Drawings.
Contractor shall submit Certificates of Compliance, signed by the manufacture for
concrete mix design, including aggregate, cement, fly ash and reinforcing steel.
Contractor shall submit additional supporting data upon request of the Engineer.
11.02 SUBGRADE.
Subgrade shall be prepared in accordance with Section 301.1-Subgrade Preparation
of the SSPWC. The completed subgrade shall be tested for grade and cross-section
by means of a template extending the full depth of the section and supported between
the side forrns. The subgrade and forms shall be thoroughly watered in advance of
placing concrete.
11.03 MATERIAL.
Conform to the applicable portions of Section 201 of the SSPWC except as modified
herein: Certificates of compliance, signed by the manufacture, shall be furnished for
all cement and fly ash. Supporting data shall be furnished upon request of the
Engineer.
A. Unless otherwise shown on the Contract Drawings, mix design shall be
520-C-3250
B. Portland Cement shall be Type II low alkali Portland cement conforming
to ASTM C 150.
C. Type F fly ash shall conform to SSPWC 201-1.2.5 (b) and shall not
exceed 20 %, by weight, of the total cementitious material. Type C fly
ash shall not be allowed.
D. Water-cementitious ratio shall not exceed 0.45.
E. Maxim urn slurnp shall not exceed 4-inches for formed concrete and 5-
inches for flat work.
F. Membrane curing compound shall be Type 1-D -Clear or translucent
with fugitive dye.
Section 11 -Concrete Curbs, Walks, Gutters, Cross Gutters, etc.
Page-12
CITY OF TEMPLE CITY
LONGDEN AVENUE SEWER REPLACEMENT PROJECT
TECHNICAL SPECIFICATIONS
G. Calcium Chloride shall not be allowed.
11.04 MIXING, PLACING AND CURING
The mixing, placing and curing of concrete shall comply with Section 303-5-Concrete
Curbs, Walks, Gutters, Cross Gutters, Alley Intersections, Access Ramps, and
Driveways of the SSPWC.
TRANSIT MIXED CONCRETE CERTIFICATION
A. The manufacture of the concrete shall furnish to the purchaser with each batch
of concrete before unloading at the job-site, a delivery ticket on which is printed,
stamped or written information concerning the concrete mix as follows:
1. Name of ready-mix batch plant.
2. Serial number of delivery ticket.
3. Date and truck number.
4. Name of Contractor.
5. Work site name and location.
6. Mix design or designation.
7. Quantity of grout.
8. Time and date of batching (time of first mixing of cement and
aggregates).
9. Type and brand of cement.
10. Type, brand and weight of admixtures.
11. Amount of cement (weight in pounds per cubic yard).
12. Quantity of water (gallons) including moisture in aggregates.
13. Space for water added at job-site (gallons) and name/initials of
person authorizing the added water.
B. Not furnishing the above information shall be grounds for rejecting.
11.05 FORMS.
Shall conform to applicable portions of Sections 303 and 303 of the SSPWC and the
Local Agency standards except as modified herein:
A. All reinforced concrete structures shall have both inside and outside forms
and shall conform to Section 303-1.3.
Section 11 -Concrete Curbs, Walks, Gutters, Cross Gutters, etc.
Page-13
CITY OF TEMPLE CITY
LONGDEN AVENUE SEWER REPLACEMENT PROJECT
TECHNICAL SPECIFICATIONS
B. Curbs Walks, Gutters, Cross Gutters, Alley Intersections, Access Ramps
and Driveways shall conform to Section 303-5.2 and the Local Agency
Standards. In cases of conflict the Local Agency Standards shall prevail.
11.06 JOINTS.
Transverse expansion joints in curbs, gutters and sidewalks shall be installed at all
returns and shall be spaced at intervals not to exceed 60 feet between joints. An effort
shall be made to space all joints in such a manner so as to create an appearance of
uniformity. Expansion joints shall be filled with joint filler strips %-inch thick and shall
extend the full width and depth of curb, gutter and sidewalk.
The joint filler strips shall be in one piece, pre-cut to true cross-section and installed
true to line and grade and at true angles to the curb and gutter line. Edges of
expansion joints shall be rounded with an approved edging tool having a radius not to
exceed 1/4-inch and all excess concrete shall be removed from around the joint.
When sidewalk is adjacent to curb the joint spacing pattern shall be identical and
continuous.
Weakened plane joints shall be installed at regular intervals not exceeding 10 feet for
walks and 20 feet for curb and gutters. Weakened plane joints shall be constructed in
accordance with Section 303-5.4. 3-Finishing Plane Joints of the SSPWC.
11.07 FINISHING.
Finishing of concrete curbs, walks, gutters, cross gutters, alley intersections, access
ramps and driveways shall conform to Section 303-5.5-Finishing of the SSPWC. In
case of conflicts Local Agency Standards shall prevail.
11.08 CURING.
Exposed concrete surfaces shall be cured in accordance with Section 303-5.6 of the
SSPWC. Concrete curing compound shall be Type 2 and shall be applied at the rate
of one gallon per 150 square feet.
11.09 REMOVALS.
When plans provide for reconstruction of existing sidewalks, curbs and driveways
limits of the removal are to be saw cut to a depth of 1 %-inches. Limits are to fall on
the nearest full section of walk or curb at the next weakened plane or expansion joint.
11.10 REPAIRS AND REPLACEMENTS.
Any new work found to be defective or damaged prior to its acceptance shall be
repaired or replaced by the Contractor at no expense to the City in accordance with
Section 300-1.3-Removal and Disposal of Materials of the SSPWC. The Contractor
Section 11 -Concrete Curbs, Walks, Gutters, Cross Gutters, etc.
Page-14
CITY OF TEMPLE CITY
LONGDEN AVENUE SEWER REPLACEMENT PROJECT
TECHNICAL SPECIFICATIONS
shall use epoxy to bond new construction to existing improvements which shall be
applied at the rate of one gallon per 25 square feet.
11.11 PAYMENT
Payment for concrete curbs, walks, gutters, cross gutters, alley intersections, access
ramps and driveways will be made at the unit or lump sum price listed in the Proposal
or, if no separate item is included, in the other items of work to which is relates.
***END OF SECTION 11***
Section 11 -Concrete Curbs, Walks, Gutters, Cross Gutters, etc.
Page-15
CITY OF TEMPLE CITY
LONGDEN AVENUE SEWER REPLACEMENT PROJECT
TECHNICAL SPECIFICATIONS
SECTION 12 THUR SECTION 15-NOT USED.
SECTION 16 ·STORM WATER BEST MANAGEMENT PRACTICES.
16.01 GENERAL.
In the Los Angeles area, more than 100 million gallons of polluted urban runoff water
enter our rivers and ocean, each day. This runoff water can also carry a huge load of
sediment. Sediment can clog storm drains and silt up harbors and bays, costing
millions of dollars each year in maintenance and dredging costs.
In compliance with the Los Angeles County NPDES (National Pollutant Discharge
Elimination System) Permit, the City of Temple City is committing its best effort to help
save our oceans and keep our drinking water safe for future generations. While
completing your City of Temple City Utilities Department contract work, you are
responsible for implementing the general Storm Water Best Management Practice for
Water Line Construction, Repair and Cleaning Work, outlined per the permit by the
American Water Works Association, to comply with NPDES mandated requirements
and protect our waterways.
16.02 DISCHARGE OF WATER FROM EXCAVATION.
If, at any time during your work, water must be pumped from an excavation, the pump
discharge hose end must be covered with a burlap bag or other effective screening
material, to collect dirt and debris and prevent it from entering the street gutters and/or
the storm drains. In addition, it may be necessary to use sandbags to divert sediment
laden waters away from storm drain and to create settlement areas, preventing
significant amounts of sediment and debris from entering the storm drains. Dispose
of this sediment in a way appropriate to its composition: if it is clean silt, it may be
used as backfill in the excavation. However, if it is contaminated with substances
containing chemicals which could harm the environment, it must be treated as a
hazardous material and disposed of in an appropriately safe manner.
16.03 DECHLORINATION DURING FLUSHING OF MAINS.
Flushed waters that have been super chlorinated to disinfect water mains, following
construction, repair or physical cleaning, shall be adequately dechlorinated, prior to
discharge into the street gutter and/or storm drain system or may be discharged
directly into the sanitary sewer (with proper authorization) or into a tank truck.
***END OF SECTION 16***
Section 16 -Storm Water Best Management Practices
Page-16
CITY OF TEMPLE CITY
LONGDEN AVENUE SEWER REPLACEMENT PROJECT
TECHNICAL SPECIFICATIONS
SECTION 17-NPDES REQUIREMENTS.
17.01 WASTE DISCHARGE REQUIREMENTS FOR DISCHARGE OF STORM WATER
ASSOCIATED WITH CONSTRUCTION ACTIVITY.
A. The Contractor is required to adhere to the provisions of the Federal Clean Water
Act as regulated by the U.S. Environmental Protection Agency in Code 40, Code of
Federal Regulations (CFR) Parts 122, 123, 124, the Porter-Cologne Act (California
Water Code), the Waste Discharge Requirements for Municipal Storm Water
Discharges within the County of Los Angeles and the City of Temple City Municipal
Code, Section 16.34.070 as stated in SECTION 25 herein this Specifications.
Copies of suitable Best Management Practices (BMPs) from the California Storrn
Water Best Management Practice Handbook ( CSWBMP) for Construction Activities
are appended at the end of these Technical Specifications for easy reference.
B. Saw Cutting:
Shovel or vacuum saw-cut slurry and remove frorn site. Downstream catch basins,
storm drains and sewer manholes are to be barricaded or covered to contain slurry
during saw cutting operations. Refer to BMP CA2 in the CSWBMP Handbook or
the appended material in these Technical Specifications for more information.
C. Concrete Truck Washout:
Washout of concrete trucks will not be allowed in the gutters, paved street or catch
basins. Washout on the subgrade will be allowed only if the runoff from such a
discharge can be contained and not be allowed to enter any catch basin, storm
drain or sewer rnanhole. Refer to BMP CA23 in the CSWBMP Handbook or the
appended material in these Technical Specifications for more information.
***END OF SECTION 17***
Section 17-NPDES Requirements
Pagc-17
CITY OF TEMPLE CITY
LONGDEN AVENUE SEWER REPLACEMENT PROJECT
TECHNICAL SPECIFICATIONS
SECTION 18-VCP EXTRA STRENGTH SEWER PIPE
VCP extra strength pipe and joints shall conform to the provisions of Section 207-8 and
208-2 of the latest edition of Standard Specifications for Public Works Construction
(GREEN BOOK) with the following modifications.
VCP extra strength pipe shall conform to ASTM designation C700.
VCP extra strength pipe shall be laid to the line and grade shown on the plans and per
Section 306.1.2 of "GREEN BOOK," with a maximum allowable tolerance of 0.125 inch at
the invert. The CONTRACTOR shall continuously check the grade of the pipe being
installed through the use of laser line. Bedding shall be of 3/4-inch crushed rock.
CONTRACTOR shall pothole existing utilities and storm drains along the proposed
alignment of the sewer as the first order of work. The CONTRACTOR shall submit
a copy of the plan to the Engineer with the actual field elevations of the utilities
shown on the sewer profile prior to starting project construction. The first progress
pay will be withheld until the potholing is complete for the entire project and the
plan is submitted to, and approved by, the Engineer. Payment for potholing existing
utilities shall be included in the contract price per lineal foot of sewer pipe and no additional
compensation will be allowed.
It is the CONTRACTOR's responsibility to perform Closed Circuit Television inspection
(CCTV) for VCP alignment, grade and damaged or defective pipe in place; after the pipe
has been installed, backfilled and compacted to grade, tested for leakage, manholes
raised to grade, but prior to final resurfacing, from manhole to manhole. CCTV inspection
shall be recorded on DVD, and recording procedures shall conform to the requirements of
SSPWC, Section 500-1.1.5, Television Inspection, except that the maximum speed shall
be 15 feet per minute. The recording shall continuously display the following on-screen
data; contract number, project name, date, time, distance (in feet) from the insertion
manhole, and manhole identification codes.
Two copies of the recording shall be submitted to and approved by the Engineer prior to
final acceptance of the project. CCTV recording shall be performed immediately following
clean water flowing in the pipe to clearly indicate vertical misalignments, sags or other
defects. Should CCTV inspection indicate any faulty installation of the pipe, repairs or
replacement shall be made at the CONTRACTOR's expense by a method approved by
the Engineer. Repaired and or replaced pipe and/or segments shall be retested and
reinspected through CCTV at no additional cost to the CITY, until final acceptance is
granted. Any sag greater than one (1) of 0.25 inch in 100 feet of pipe reach shall be
considered excessive, and the pipe shall be removed and reinstalled to proper grade.
Payment for VCP extra strength sewer pipe shall be made at the contract price per linear
foot for VCP Extra Strength Sewer Line. Any removed or damaged street surface, curb,
and gutter shall be reconstructed in the contract price. All driveways and sidewalks shall
Section 18-VCP Extra Strength Sewer Pipe
Page-18
CITY OF TEMPLE CITY
LONGDEN AVENUE SEWER REPLACEMENT PROJECT
TECHNICAL SPECIFICATIONS
be protected in place; otherwise, directed by the City Engineer. Any curb and gutter,
driveway or sidewalk disturbed, damaged or destroyed by incident, which is not related to
the normal construction operations shall be restored in kind by the CONTRACTOR at his
own expense, free of all charges to the City.
Said payment shall include all labor, materials, tools, equipment, including potholing all
existing utilities along the proposed alignment, excavation and removals, subgrade
preparation, removing interfering portions of abandoned utilities, and laying of pipes at
grade, bedding, aggregate base, asphalt concrete, concrete street curb and gutter,
maintenance and protecting in place of all utilities and storm drain facilities, disposal of
excavated materials and excess materials, backfill, compaction, CCTV inspection,
documenting the inspection on DVD and in written reports, submitting two copies of the
recording to the CITY, and all other labor, equipment, and materials required for the
construction of VCP extra strength sewer pipe complete-in-place, and no additional
compensation will be allowed.
***END OF SECTION 18***
Section 18-VCP Extra Strength Sewer Pipe
Page-19
CITY OF TEMPLE CITY
LONGDEN AVENUE SEWER REPLACEMENT PROJECT
TECHNICAL SPECIFICATIONS
SECTION 19-MAINTAINING AND TEMPORARY HANDLING OF SEWER FLOWS
The CONTRACTOR is required to maintain sewer flows during the construction of the
sewer lines. All the CONTRACTOR's work shall be done in compliance with the CITY OF
TEMPLE CITY NPDES Storm Water Permit Local Implementation Plan. CONTRACTOR
shall submit the following items for each phase or operation within fifteen (15) working
days after receiving the Notice to Proceed:
• Sewage bypass pipe material and fittings.
• Plans showing details of proposed method of temporary handling of sewage flow,
routing and protection of bypass lines, containment areas, equipment location,
schematic of pump set-up and discharge, and proposed sequencing.
• Pump characteristic curves, electrical, controls, and instrumentation.
• Spill Prevention, Control, and Countermeasure plan
The CONTRACTOR shall prepare and submit a spill prevention, control and
countermeasure plan that is consistent with and meets the objectives of the Local
Implementation Plan and the CITY's EMERGENCY OVERFLOW RESPONSE PLAN and
incorporates the following, for each phase of the work:
Specifics shall include as applicable, but are not limited to:
1) Pipe patch kits
2) Sand bags
3) Rubber matting
4) Bypass pipes, pumps, and other relevant equipment
5) Extra pumps
6) Secondary containment in trench or other surrounding land relief
The spill prevention, control and countermeasure plan shall be approved by the Engineer
before excavation for the sewer construction will be permitted to start. The CONTRACTOR
is responsible implementation of said plan.
In the event the CONTRACTOR elects to use engine driven pumps, the engines shall be
muffled in such a manner that the maximum noise level will not exceed 80 dBA at a
distance of five feet from the engine. Standby pumping equipment shall be onsite
continuously during pumping to provide 1 00 percent standby pumping capacity. The
CONTRACTOR shall provide manpower to continuously monitor the pumping equipment
on a 24-hour basis while in operation and activate standby equipment, if necessary.
Temporary plugs shall be a heavy-duty inflatable type with a steel rod through plug
centerline, a retaining plate and an eye-lift on both ends. Plugs shall be new, made
of natural rubber and shall show no cracks or signs of damage. The plugs shall
Section 19-Maintaining and Temporary Handling of Sewer Flows
Page-20
CITY OF TEMPLE CITY
LONGDEN AVENUE SEWER REPLACEMENT PROJECT
TECHNICAL SPECIFICATIONS
have a flexible sealing design to compensate for any irregular interior surface of the
pipe.
Under no circumstances shall sewage be deposited onto the ground surface, streets, or
into gutters, ditches, catch basins or storm drains or natural drainage ways. Sewage shall
be handled in accordance with the approved Spill Prevention, Control and
Countermeasure Plan and in a manner so as not to create a public nuisance, health
hazard, or odor complaint
The CONTRACTOR shall be responsible for continuity of sanitary sewer service to
each facility connected to the sewers during the execution of the work to be
performed under this Contract. In the event that sewage backup or odors occur and
enters dwellings, other structures, or affect the public, the CONTRACTOR shall be
responsible for cleanup, repair, property damage costs, fines imposed by
jurisdictional authorities, and all claims arising therefore. All spills shall be
contained and cleaned up in accordance with the approved Spill Prevention, Control
and Countermeasure Plan, and the Emergency Overflow Response Plan.
Full compensation for maintaining sewer flows and for complying with all requirements of
this Section shall be included in the lump sum price bid for Maintaining and Temporary
Handling of Sewer Flows and shall include full compensation for furnishing all labor,
tools, equipment, materials, incidentals, and doing all work involved and no additional
compensation will be allowed.
***END OF SECTION 19***
Section 19-Maintaining and Temporary Handling of Sewer Flows
Page-21
CITY OF TEMPLE CITY
LONGDEN AVENUE SEWER REPLACEMENT PROJECT
TECHNICAL SPECIFICATIONS
SECTION 20 -RECONSTRUCT EXISTING SEWER PIPE AND WATER LINE
CROSSING NEAR NEW SEWER CONSTRUCTION
The CONTRACTOR shall reconstruct all existing sewers and asbestos cement water
mains crossing the new sewer lines with the same inside diameter PVC C900, Class 200
pipe. Any required reconstruction of sewer mains and sewer laterals as well as the
waterlines shall be in accordance with the City of Temple City Standard Drawing Number
S-19, except the new pipe length may exceed 20 feet depending upon the location of joints
on the existing pipe. No work shall be done within in the limits as specified in "ZONE P-
PROHIBITED CONSTRUCTION ZONE". Any construction within the limits of "ZONE A"
shall be permitted with the approval from the City Engineer and the State of California
Health Department. The CONTRACTOR is required to protect in place all the existing
non-ACP water mains and laterals across the new sewer line.
PVC pipe shall conform to the provisions of Section 207-17 of the "GREEN BOOK" with
the following modifications:
PVC pipe shall conform to ASTM designations: C76-83.
PVC Pipe shall be laid to the original line and grade and per section 306.1.2 of
"GREEN BOOK".
Payment for conforming to the provisions for reconstructing existing sewer and water lines
with PVC C900, Class 200 Pipe with stainless steel coupling shall be made at the contract
price per each of the bid item for Remove and Reconstruct Class 200 AWWA C900 PVC
Piping. Said payment shall include all labor, materials, tools, equipment, and including
excavation and removals, subgrade preparation, removing interfering portions of utilities,
PVC pipe, laying of pipes at grade, stainless steel clamps, 3/8-inch pea gravel bedding,
aggregate base, asphalt concrete, maintenance and protecting in place of all utilities and
storm drain, disposal of excavated materials and excess materials, backfill, compaction,
and all other labor, equipment, and materials required for the reconstruction of existing
sewer line complete-in-place, and no additional compensation will be allowed.
***END OF SECTION 20***
Section 20-Reconstruct Existing Sewer Pipe and Water Line Crossing
Page-22
CITY OF TEMPLE CITY
LONGDEN AVENUE SEWER REPLACEMENT PROJECT
TECHNICAL SPECIFICATIONS
SECTION 21-SANITARY SEWER SYSTEM TESTING
All gravity sewer pipes and service laterals shall be tested for exfiltration and/or infiltration
and deflection. All leakage tests shall be in conformance with Standard Specifications for
Public Works Construction (SSPWC), "GREENBOOK" Section 306-1.4.1. Water
exfiltration test shall be in conformance with SSPWC Section 306-1-4.2. Air pressure test
shall be in conformance with SSPWC 306-1.4.4. All testing shall be performed in the
presence of the CITY Inspector.
The CONTRACTOR's attention is directed to Section 18-VCP Extra Strength Sewer
Pipe regarding the requirement for checking the grade of the pipe continuously as it is
installed and the final grade of the pipe; as well as CCTV inspection requirements.
Full compensation for conforming to the requirements of this Section is included in the
price bid per linear foot of VCP Extra Strength Sewer Pipe, and no additional
compensation will be allowed.
***END OF SECTION 21***
Section 21 -Sanitary Sewer System Testing
Page-23
CITY OF TEMPLE CITY
LONGDEN AVENUE SEWER REPLACEMENT PROJECT
TECHNICAL SPECIFICATIONS
SECTION 22-PRECAST CONCRETE MANHOLES
22.01 FRAME AND COVER: Manhole frame and cover sets shall have an inner pan and
shall be of the types and size indicated on the Plans. Frame and covers shall be in
accordance with the SPPWC standard plans, and shall have the words "City of Temple
City Sewer" cast on the cover. All casting shall comply with ASTM. A48 Class 35B cast
iron. Castings for frame and cover sets shall be designed for H-20 loadings. Before
leaving the foundry, all castings shall be thoroughly cleaned and subjected to a hammer
inspection, after which they shall be painted with commercial quality asphalt paint. Each
cover shall be ground or otherwise finished so that it will fit in its frame without rocking.
Frames and covers shall be match-marked in sets before shipping to site.
22.02 TESTING: Manholes shall be watertight. All leaks shall be repaired as determined
by the Engineer. Manhole Watertightness Testing shall be required by the Inspector for
all manholes.
The manhole shall be filled with water to an elevation one foot below the start of the cone
section, but to a maximum depth of 20 feet. The water shall stand in the manhole for a
minimum of one hour to allow the concrete to reach maximum absorption. After one hour,
the Contractor shall refill the manhole to the original depth and the drop in water surface
shall be recorded after a period of two minutes for each foot of water depth. The maximum
allowable drop in water surface for the period of testing shall be % inches for each 15
minutes of testing. Repairs shall be made as directed by the engineer whenever leakage
exceeds the limits as indicated above.
***END OF SECTION 22***
Section 22-Precast Concrete Manholes
Page-24
CITY OF TEMPLE CITY
LONGDEN AVENUE SEWER REPLACEMENT PROJECT
TECHNICAL SPECIFICATIONS
SECTION 23-MANHOLE AND STRUCTURE REHABILITATION
Manhole and structure rehabilitation shall conform to the provisions of Section 500-2 of
the "GREENBOOK" with the following modifications:
23.01 GENERAL. ADD the following: Any flow control or bypass pumping necessary to perform
manhole rehabilitation will be the responsibility of the Contractor. The finished inside diameter of the
maintenance hole shall be not less than 1 inch of the original inside diameter of the manhole to
preserve the maximum working area for maintenance equipment and worker safety. The Contractor
shall remove and dispose of all debris collected from the cleaning operation.
23.02 ACTIVE INFILTRATION. ADD to this section: "The sealing materials shall be a chemical
grout and catalyst system. The chemical grout used shall have a documented service of
satisfactory performance in similar usage. A minimum of five (5) references for work similar to that
shown on the Drawings shall be submitted by the Contractor for review and approval by the
Engineer.
Upon completion of the injection, the excess grouting material removed from the join/repair by the
grouting equipment shall be flushed or pushed forward to the next downstream manhole, removed
from the sewer system and disposed of by the Contractor. In no case shall excess grout material
from succeeding sections be allowed to accumulate and be flushed down the sewer. A disposal
plan shall be submitted by the Contractor for the Engineer to review.
Upon completion of the chemical grouting services, the Contractor shall submit a report to the City
showing the exact locations of all repairs which have been made."
23.03 INSPECTION, TESTING AND REPAIR OF INSTALLED LINER SYSTEM. ADD the following:
Manhole Rehabilitation shall be completed using the polyurethane protective lining process. Material
to be used shall be San con 100 Coating -2 mils epoxy coat and 125 mils polyurethane or approved
equal. Contractor shall submit to the City the proposed type of material to be used for approval prior
to construction. All submittals shall be provided at the Contractor's expense and shall be in
accordance with Section 2-5.3.
***END OF SECTION 23***
Section 23 -Manhole and Structure Rehabilitation
Page-25
CITY OF TEMPLE CITY
LONGDEN AVENUE SEWER REPLACEMENT PROJECT
TECHNICAL SPECIFICATIONS
SECTION 24-TEMPORARY DRAINAGE MEASURES
The Contractor shall provide temporary drainage measures and erosion control for the
duration of construction. The City may require that the Contractor's plans for the temporary
drainage measures and erosion control be reviewed by a licensed civil engineer and also
take into consideration any necessary mitigation measures for inclement weather and
seasonal changes. Plans for temporary drainage measures shall be submitted to the City
Engineer for approval at the pre-construction conference. Full compensation for meeting
any of the requirements of this section and construction of any needed temporary
drainage measures shall be considered as included in the prices for the various contract
items of work and no additional compensation will be allowed therefore.
***END OF SECTION 24***
Section 24-Temporary Drainage Measures
Pagc-26
CITY OF TEMPLE CITY
LONGDEN AVENUE SEWER REPLACEMENT PROJECT
TECHNICAL SPECIFICATIONS
SECTION 25-CITY OF TEMPLE CITY MUNICIPAL CODE, TITLE 8 STORMWATER
POLLUTANT ELIMINATION
25.01 CONSTRUCTION ACTIVITY STORM WATER MEASURES
(A) Each person applying to the city for a grading or building permit for projects for which
compliance with regulations governing State Construction Activity Storm Water
Permits ("'GCASPs") is required, must submit satisfactory proof to the city (1) that a
Notice of Intent (NO I) to comply with the GCASP has been filed, and (2) that a Storm
Water Pollution Prevention Plan has been prepared, before the city shall issue any
grading or building permit on the construction project A copy of the NOI and the
SWPPP shall be maintained on-site during grading and construction and shall be
made available for inspection, review and copying upon the request of any city
inspector.
(B) It shall be a violation of this chapter for any person or entity required under federal
or state law to comply with the requirements for a State Construction Activity Storm
Water Permit (GCASP) for construction activity in the city to conduct, authorize or
permit construction activities in the city at any facility which discharges to the city's
MS4 without complying with all applicable requirements for a GCASP.
(C) Each person applying for a grading or building permit for any project for which
compliance with regulations governing State Construction Activity Storm Water
Permits is not required, shall submit to the city for information, and shall implement
a grading and construction activity runoff control program adequate to accomplish
all of the following:
(1) Retain on-site the sediments generated on or brought to the project site, using
treatment control or structural BMPs;
(2) Retain construction-related materials and wastes, spills and residues at the
project site and prevent discharges to streets, drainage facilities, the MS4,
receiving waters or adjacent properties;
(3) Contain non-storm water runoff from equipment and vehicle washing at the
project site; and
(4) Control erosion from slopes and channels through use of effective BMPs, such
as limitation of grading during the wet season, inspection of graded areas
during rain events; planting and maintenance of vegetation on slopes, if any,
and covering any slopes susceptible to erosion.
(D) No person generating or producing pavement sawcutting wastes in any street, curb
or sidewalk in the city shall fail to recover and properly dispose of such sawcutting
Section 25-City of Temple City Municipal Code, Title 8
Page-27
CITY OF TEMPLE CITY
LONGDEN AVENUE SEWER REPLACEMENT PROJECT
TECHNICAL SPECIFICATIONS
wastes, and in no case shall such wastes be permitted or suffered to enter any part
of the MS4, including, but not limited to any storm drain.
(E) No person performing street and road maintenance in any street in the city shall fail
to manage street and road maintenance materials in a manner which prevents such
materials from being discharged to the MS4.
(F) No person shall wash any concrete truck or any part of any concrete truck, including,
but not limited to any chute, pump or tools, in any place in the city except an area
designated for that purpose by the city, if the city has designated such a place. No
person shall permit or suffer any concrete rinseate or washwater from any truck,
pump, tool or equipment to enter any drain, open ditch, street or road or any catch
basin or any other part of the MS4.
***END OF SECTION 25***
Section 25-City of Temple City Municipal Code, Title 8
Page-28
APPENDIX: B
EPA SPECIAL INFRASTRUCTURE GRANT REQUIREMENTS
BID NO.: P08-07
LONGDEN AVENUE SEWER REPLACEMENT PROJECT
I. GRANT CONDITION REQUIREMENTS
A The contract is part of the scope of the Longden Avenue Sewer Replacement
Project as per the grant award agreement for Grant Number OOT60601 awarded
on 07/19/2011.
B. The environmental review requirements of NEPA have been completed for this
project with the issuance of a Categorical Exclusion.
C. Subrecipients who request or receive from the grant recipient a subgrant, contract,
or subcontract exceeding $100,000, at any time under a Federal grant, shall comply
with the Anti-Lobbying Act, Section 319 of Public Law 101-121, and file an Anti-
Lobbying Certification form, and the Disclosure of Lobbying Activities form, if
required, to the next tier above (see form on the next page).
D. The prospective participants must certify by submittal of EPA Form 5700-49,
Certification Regarding Debarment, Suspension and Other Responsibility Matters,
that to the best of its knowledge and belief it and its principals are not presently
debarred, suspended, proposed for debarment, declared ineligible or voluntarily
excluded from covered transactions by any Federal department or agency (see
form on the next page).
E. The following are the MBE/WBE fair share goals negotiated with EPA by the
California State Water Resources Control Board:
MBE WBE
Construction 24% 6%
Equipment 22% 26%
Services 30% 31%
Supplies 29% 20%
F. The Contractor is required to comply with the six affirmative steps listed in 40 CFR
31.36(e) as follows:
1. Placing qualified small and minority businesses and women's business
enterprises on solicitation lists;
Page-l
2. Assuring that small and minority businesses, and women's business
enterprises are solicited whenever they are potential sources;
3. Dividing total requirements, when economically feasible, into smaller tasks
or quantities to permit maximum participation by small and minority
business, and women's business enterprises;
4. Establishing delivery schedules, where the requirement permits, which
encourage participation by small and minority business, and women's
business enterprises;
5. Using the services and assistance of the Small Business Administration, and
the Minority Business Development Agency of the Department of
Commerce; and
6. Requiring the prime contractor, if subcontracts are to be let, to take the
affirmative steps listed in paragraphs (e)(2)(i) through (v) of this section.
7. The City of Temple City will make prompt payment to contractors retaining only
justifiable amounts.
II PROCUREMENT STANDARDS
A. Contract awards will be made to responsible contractors possessing the ability to
perform successfully considering integrity, compliance with public policy, record of
past performance, and financial and technical resources as per 40 CFR
31.36(b)(11).
B. Time and material contracts will not be used unless no other kind of contract is
suitable and the proposed contract includes a ceiling price as per 40 CFR
31.36(b)(10).
C. The City of Temple City will be responsible for settling all issues including source
evaluation, protests, disputes, and claims as per 40 CFR 31.36(b)(11).
D. The contractor is to exhaust all administrative remedies with the City of Temple City
before protesting to the EPA, which will only review protests based on violation of
Federal law or regulation or for failure of the City of Temple City to review a protest
under the City's protest procedures as per 40 CFR 31.36(b)(12).
Ill COMPETITION
A. Full and open competition should not be restricted by placing unreasonable
requirements on firms to qualify to do business or by requiring unnecessary
experience and excessive bonding as per 40 CFR 31.36(c)(1)(i) & (ii).
Pagc-4
B. Full and open competition should not be restricted by specifying only a brand
name instead of allowing "an equal" product as per 40 CFR 31.36(c)(1)(vi).
C. The use of statutorily or administratively imposed in-State or local geographical
preferences is prohibited except where applicable Federal statutes expressly
mandate or encourage geographic preference as per 40 CFR 31.36(c)(2).
D. Included in Appendix A: Technical Specifications is a clear and accurate
description of the technical requirements for materials, products, and services to
be provided. Minimum essential characteristics and standards have been used.
Detailed requirements which unduly limit competition have not been used as per
40 CFR 31.36(c)(3).
IV. CONTRACT PROVISIONS
A. Administrative, contractual or legal remedies shall be provided for when
contractors violate or breach contract terms, with sanctions and penalties as
appropriate as per 40 CFR 31.36(i)(1).
B. Provisions to terminate for cause and for convenience shall be provided including
the manner it will be effected and the basis for settlement as per 40 CFR
31.36(i)(2).
C. Compliance with Executive Order 11246 (Equal Employment Opportunity) shall
be required as per 40CFR 31.36(i)(3). Inclusion of these seven clauses (excerpt
from Executive Order No. 11246, Section 202 as amended by Executive Order
11375 and 12086) is required in all CWSRF and DWSRF project related contracts
and subcontracts over $10,000:
During the performance of this contract, the contractor agrees as follows:
(1) The contractor will not discriminate against any employee or applicant for
employment because of race, color, religion, sex or national origin. The
contractor will take affirmative action to ensure that applicants are employed,
and that employees are treated during employment, without regard to their
race, color, religion, sex, or national origin. Such action shall include, but not
be limited to the following: employment, upgrading, demotion, or transfer;
recruitment or recruitment advertising; layoff or termination; rates of pay or
other forms of compensation; and selection for training, including
apprenticeship. The contractor agrees to post in conspicuous places,
available to employees and applicants for employment, notices to be
provided by the contracting officer setting forth the provisions of this
nondiscrimination clause.
Page-5
(2) The contractor will, in all solicitations or advertisements for employees
placed by or on behalf of the contractor, state that all qualified applicants will
receive consideration for employment without regard to race, color, religion,
sex, or national origin.
(3) The contractor will send to each labor union or representative of workers
with which he has a collective bargaining agreement or other contract or
understanding, a notice, to be provided by the agency contracting officer,
advising the labor union or worker's representative of the contractor's
commitments under Section 202 of Executive Order No. 11246 of
September 24, 1965, and shall post copies of the notice in conspicuous
places available to employees and applicants for employment.
(4) The contractor will comply with all provisions of Executive Order No. 11246
of Sept. 24, 1965, and all of the rules, regulations, and relevant orders of the
Secretary of Labor.
(5) The contractor will furnish all information and reports required by Executive
Order No. 11246 of Sept. 24, 1965, and by the rules, regulations and orders
of the Secretary of Labor, or pursuant thereto, and will permit access to his
books, records, and accounts by the contracting agency and the Secretary
of Labor for purposes of investigation to ascertain compliance with such
rules, regulations, and orders.
(6) In the event of the contractor's noncompliance with the nondiscrimination
clauses of this contract or with any of such rules, regulations, or orders, this
contract may be cancelled, terminated or suspended in whole or in part and
the contractor may be declared ineligible for further Government contracts
in accordance with procedures authorized in Executive Order No. 11246 of
Sept. 24, 1965, and such other sanctions may be imposed and remedies
invoked as provided in Executive Order No. 11246 of Sept. 24, 1965, or by
rule, regulation, or order of the Secretary of Labor, or as otherwise provided
by law.
(7) The contractor will include the provisions of paragraphs (1) through (7) in
every subcontract or purchase order unless exempted by rules, regulations,
or orders of the Secretary of Labor issued pursuant to Section 204 of
Executive Order No. 11246 of Sept. 24, 1965, so that such provisions will be
binding upon each subcontractor or vendor. The contractor will take such
action with respect to any subcontract or purchase order as may be directed
by the Secretary of Labor as a means of enforcing such provisions including
sanctions for noncompliance: Provided, however, that in the event the
contractor becomes involved in, or is threatened with, litigation with a
subcontractor or vendor as a result of such direction, the contractor may
request the United States to enter into such litigation to protect the interests
of the United States.
Page-6
D. Contractor will comply with Sections 103 &1 07 of the Contract Work Hours and
Safety Standards Act as directed in Department of Labor regulations at 29 CFR
Part 5.
E. Access to pertinent contract records is provided to the grantee, EPA, US
Comptroller General, or any duly authorized representatives for the purpose of
making audit, examination, excerpts, and transcriptions as per 40 CFR
31.36(i)(10).
F. Contractor is required to retain contract records for 3 years after final payment is
made and all other pending matters are closed as per 40CFR 31.36(i)(11 ).
G. Contractor will comply with Clean Air Act Section 306, Clean Air Water Act
Section 508, Executive Order 11738, and EPA regulations at 40 CFR 15, which
prohibits dealing with entities in noncompliance with the cited acts as per 40 CFR
31.36(i)(12).
H. Contractor will comply with the energy efficiency requirements in the state energy
conservation plan issued as required by the Energy Policy and Conservation Act
(PL 94-163) as per 40 CFR 31 ,36(i)(13).
I. EPA and authorized representatives will be provided access to construction site
as per 40 CFR 31.40(e).
J. If historical or archeological artifacts are uncovered during construction, the
Contractor shall cease construction activities within fifty yards of the find and shall
contact the Engineer and ground disturbing work in the area must be suspended
until a qualified person can evaluate the nature and significance of the find.
Should human remains be found, all work shall be stopped, and the coroner be
notified. Work will be allowed to resume only after the approval of the Coroner.
Page-7
APPENDIX: C
LONGDEN AVENUE SEWER IMPROVEMENTS PROJECT DESIGN PLANS
BID NO.: P08-07
LONGDEN AVENUE SEWER REPLACEMENT PROJECT
Page-l