Loading...
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