Loading...
HomeMy Public PortalAbout06) 7D Authorize Bid Advertisement for Citywide Overhead Street Sign Replacement ProjectAGENDA ITEM 7.0. COMMUNITY DEVELOPMENT DEPARTMENT MEMORANDUM DATE: April18, 2017 TO: The Honorable City Council FROM: Bryan Cook , City Manager By : Michael D. Forbes , Community Development Directo r~ SUBJECT: AUTHORIZE BID ADVERTISEMENT FOR CITYWIDE OVERHEAD STREET SIGN REPLACEMENT PROJECT (CIP NO. P12-04) RECOMMENDATION: The City Council is requested to : 1. Accept bidding and contract documents , plans , and specif icat ions (Attachment "A ") for the Citywide Overhead Street Sign Replacement Project (Capital Improvement Project (CIP) No . P12 -04 ); and 2 . Authorize the City Manager to advertise the project for bids . BACKGROUND: 1. In 2014 , Temple City completed construction of the Rosemead Boulevard enhancement project. The project included replacement of all street name signs along Rosemead Boulevard with new reflective signs , including overhead signs at signal ized intersections and corner signs at all intersections . The corner signs include the Temple City logo to help identify and brand the City . The intent at the time was that the aging illuminated and non-reflective street name signs C itywide would be replaced with new signs featuri ng the City logo to match Rosemead Boulevard . 2 . In June 2016 , the City Council approved the FY 2016-17 City Budget with a General Fund allocation of $200 ,000 for Citywide replacement of street signs (CIP No . P12 - 04 ). The funds were reappropriated from FY 2015-16 and prior fiscal years . The street sign replacement project was originally funded in the FY 2011-12 City Budget, and varying amounts have been allocated in each subsequent budget. City Council April18 , 2017 Page 2 of 4 3 . In 2015 , staff developed revised street name sign specifications featuring the Temple City logo for the overhead street signs (Figure 1) and corner s igns . The revised design for corner signs is now being used for new signs that are used to replace missing or damaged signs . 4 . In 2015 , the Los Angeles County Department of Public Works replaced the illuminated overhead signs at three signalized i ntersections with shared City/County jurisdiction with new reflective metal signs . The County required that all signs at each intersection follow County specifications , so the signs do not include the Temple C ity logo . 5 . On January 27, 2017 , the Facilities, Publ ic Works , and Infrastructure Ad Hoc Committee (now Standing Committee) discussed options for replacement of street name signs including overhead signs and corner signs . The committee recommended that the City pursue replacement of only the overhead signs at this time , and directed staff to bring the matter before the full City Council for discussion . Figure 1: Overhead Street Name Sign Design 3" ~~~ Rosemead Bl 18 " 12" 3" CITY ANALYSIS: Corner Street Name Signs Temple City's corner street name signs were installed at various times over the past few decades . At signalized intersections , the signs are mounted to t he traffic signal poles . At non-signalized intersections, the signs are typically mounted atop a freestanding post or on a streetlight pole . Many of the signs are showing their age with rust, fading , dents, and other wear and tear. The signs are not reflective , as is now required by the federal and state Manual on Uniform Traffic Control Devices (MUTCD ). The MUTCD requires City Council April18 , 2017 Page 3 of 4 cities to replace all non-reflective signs , but does not give a dead li ne or schedu le for doing so . It is up to each jurisd ictio n to determine how and when to replace signs based on available funds and project priorities . Temple City has about 870 intersections, of which 39 are signal ized . Each intersection typically has four signs total , with two signs mounted on opposite corners . The City Engineer estimated that the cost to replace the corner signs would range from about $800 to $1 ,330 per intersection including materials , labor, and cont i ngency. The cost varies depending on whether the signs are mounted on freestanding posts or street light poles , and whether the new signs could be mounted to an existing post or would requ ire a new post to be installed . Assuming that about two-th irds of the freestanding posts C itywide would require replacement, the total estimated cost for replacing corner signs wou ld be about $985 ,000 . If all posts needed replacement , the estimated cost would increase to about $1 .1 million . Given the high cost for replacing these signs Cityw ide, it is recommended that the City not proceed with replacing the corner signs at th is t ime . Staff will continue to replace m issing or damaged signs as needed . Overhead Street Name Signs Most signalized intersections in Temple City have overhead street name signs hanging from the signal mast arm i n addition to the pole -mounted corner signs . The signs are in ternally illumin ated, except for reflective signs that were insta ll ed by the County in 2015 at three shared jurisdiction intersections . Like the corner signs , many of the overhead signs are showi ng their age . Per the MUTCD , overhead s igns may be reflectiv e or illuminated . Staff recommends replacing the illuminated s igns with reflect ive signs because the replacement cost is substantially lower, ref lecti ve signs require li tt le to no maintenance unlike illuminated signs , and reflective signs do not require electricity resulting in energy and cost savings . Many cities have replaced i ll uminated overhead signs with reflective signs . Temple City has 39 signalized intersections , including eight intersections that are shared jurisdiction with the County or another city . Intersections with newer signal equipment and intersections of two arterial streets have four overhead street name signs. Other intersections typically have only two overhead signs facing the primary street. There are 82 overhead signs total that would be replaced . The City Engineer estimated that the cost to replace an overhead illum i nated sign with a reflective sign is about $1 ,860 including materials , labor, and contingency , for a total cost of abou t $152 ,500 . If the signs were replaced w ith new illuminated signs, the cost would be substantially h igher, at an estimated cost of about $7,000 per sign for a total cost of $574 ,000 . In February , the City Council approved the plans and bid specifications for the Temple City Boulevard Highway Safety Improvement Proj ect that will include in stallation of new traffic signal equipment and signs on Temp le City Bouleva rd . If the City Counc il dec ides to move forward with overhead sign replacement , staff will i nclude the rep lacemen t of the ,--------------- City Council April 18 , 2017 Page 4 of 4 30 signs along Temple City Boulevard as part of the scope of work for the Temple City Boulevard project so that the work can be completed in conjunction with that project by the same contractor. STRATEGIC GOALS: Replacing street name signs is consistent with the City Strategic Goals of Public Health and Safety , Quality of Life , and Sustainable Infrastructure. FISCAL IMPACT: The FY 2016 -17 City Budget allocated $200,000 from the General Fund for the street sign replacement project (CIP P12-04). These funds are adequate to cover the estimated cost of $152 ,500 to replace the overhead street name signs at signalized intersections , but would not be adequate to cover the cost of replacing the corner signs. ATTACHMENT: A. Draft Bid Package ATTACHMENT A Draft Bid Package CITY OF TEMPLE CITY, CALIFORNIA BIDDING AND CONTRACT DOCUMENTS, PLANS AND SPECIFICATIONS for CITY-WIDE SIGNAL OVERHEAD STREET SIGN REPLACEMENT CITY PROJECT ID: P12-04 Date Issued: [ENTER ISSUE DATE) (Draft, not authorized for bidding, for review only) Bid Due Date: at [ENTER BID DUE DATE) [ENTER BID DUE TIME) Submit b i ds to: Office of the City Clerk City of TEMPLE CITY 9701las Tu na s Drive, TEMPLE CITY, CA 91780 TABLE OF CONTENTS DESCRIPnON NOTICE INVITING SEALED BIDS INSTRUCTIONS TO BIDDERS BIDDER'S PROPOSAL (Entire section C shall b e subm itted with the b id) GENERAL PROVISIONS SPECIAL PROVISIONS APPENDICES: APPENDIX A -SAMPLE CONTRACT TO BE EXECUTED APPENDIX B-PROJECT LOCAnONS MAP SECTION A B c D A . NOTICE INVIT I NG FO RMAL SEALED BI DS CITY·WID£ SIGNAL OVERHEAD STREET SIGN REPLA CEMENT CITY PROJECT 10: Pl2-04 Ci ty ofTemple City PUBLIC NOTICE IS HEREBY GIVE N that t he City of TEMPLE CITY onvttes sea led btds f or the above stated proJect and will recetve such btds in t he Office of the Ctty Cle rk, City of Ctty of Temple Ctty, 9701 La s Tunas Drive, Temple City, CA 9 1780, up to the hour of on [ENTER BID DUE DATE) The bids received will be public ly opened approxi ma tely 15 minutes after the bid submittal at City Hall. Any bids received late will b e returned unopened. Th1s Not1ce lnv1t1ng For mal Sealed B1ds w11l be advert1sed 1n a newspape r of general circulatton, punted and publiShed tn the JUrt sdiCIIon of t he Ctty of Temple (tt y at least fourt een (14) cale ndar days before the bid open lns date. Pr e-Bid M eetlnc: There IS no pre·btd meetong for thiS prOJect . Bidding and Con tract Documents, Plans and Specifications Available: Cop1es of the Bidding and Contract Documents, Plans and Specificattons can be obta1ned as follows: 1. Please e·mail your request w ith your contact information to· okan.dem1rci@transtKh.org. Upon recetpt of your e-matl, you will be regtstered as a plan holder, and a pdf file of the Btddtng and Contract Documents, Plans and Spec1ficattans wtll be e--ma1led to you at no cosL Hard copy of the Btddtng and Con t ract Documents, Plans and SpectfiCatlons can be ptcked up at a non-refundable cost of$25 from CttyofTemple Ctty, 9701 Las Tunas Dnve, Temple Ctty, CA 91780. Please first e·matl to okan.demtret@t ranstech.O<g and request a hard copy 2 days on advaoce M ake check payable to "Ctty of TEMPLE CITY". Place a note on the check as follows : Cost for Plan Set for CITY PROJECT 10: P __ _ 3. Hard co ptes wtll not be matled. Scope of Work: The work consists of fu rnishing all materials, equipment, tools, labor, and i ncidentals as described tn deta1l1n the Bidding and Contract Documents, Plans and Specifications to construct the project. Major work components incl ude furnishing and Installing street name signs at various locations throughout the Ctty. Location of Work: Work IS at variOus street 1ntersect1on t hroughout the Ctty. Refer t o Appendtx B-Pro1ect Locatton Map for detatls. Estimated Cost of WO<k : Esttmated cost IS $140,000. Retention: The C1ty wtll deduct a State-mandated 5 percent retentton from all progress payments Project Completion: Paee: A.l The proJect shall be completed wtthin SO worktng days of t he effect1ve date of (tty's Notice to Proceed . Bid Bond: Btds must be accompamed by a btd bond, made payable to the Ctty of TEMPLE CITY f or an amount no less than ten percent (10%) of the bid amount. Required Licen se Classification: Requ i red License Classification is State of C.lifornta, A-General Engineeri ng Contractor. No bt d will be accepted from a Cont ractor who has not been licensed in accordance w ith the provisions of t he Business and Professions Code. SB 854 Requirements ThiS prOJect IS subject to the requtrements of SB 854. No pnme contractor or subcontractor may be list ed on a btd proposa l for a public works prOJect (submttted o n or after March 1, 2015) unless regiStered wtth the Department of lndustnal Relattons pursuant to Labor Code sectiOn 1725.5. No prime contractor or subcontractor may be awarded a contract for public work on a pubhc works prOJect (awarded on or after Apnl 1, 2015) unless registered wtth the Department of lndustnal Relations pursuant to labor Code sectJon 1725.5 . Thts project IS subjKt to comphance mon~tonng and enforcement by the Department of lndustnal Relat.ans . The b1d proposal must include a print out from the DIR reg1stra'hon webs ite showmg that the pnme contractor and each subcontractor as currently registered. No bid proposals will be accepted nor any contract entered mto w1th a prime contractor Wi t hout proof of registration as requ1red above. {Unless w1thm the hm1ted excepttons from t hiS reqwement for btd proposals only under Labor Code SectiOn 17711(a)} The pnme contractor wtll be requtred to post JOb Site nottces regardtng Labor Code compliaoce as descnbed '"8 Californta Code of RegulatiOn sectiOn 16451(d). Prevailing Wages Required : Preva11!ng wages shall be pa1d to all workers m accordance w1th Cahforn1a labor Code 1771. A copy of the preva tli ng wages sche dule IS o n file wtth the (tty. Federal Fu n ds: There are no Federa l Funds utilized for this project. DBE: There Is no mandat ory DBE Part icipation requirement. All btdders are reqwed to comply wit h all applicable compettttve btddtng and labor compliance laws tncluding, but not limtted to, acttve sohc1tat1on of subcontract b1ds from mmonty-owned bustnesses , women-owned bus1nesses, and buSinesses owned by diSabled veterans . The Ctty hereby nottfies all qualified btdders that 11 wtll aff~rmat1vely 1nsure that qualified minonty busmess enterpnses w11f be afforded full opportumty to submit b1ds m response to this mv1tat.an and will not be d1scnmmated aga1nst on the bas1s of race. color , natiOnal ong1n, ancestry, sex, rehgK>n , or handteap m cons1deratton for an award. Attentton 1s dtrect ed to the proVISIOns of SectiOn 1777.5 (Chapter 1411, Statutes of 1968) and 1777.5 of the Labor Code concern1ng the empk>yment of apprentiCes by the Contractor's or any such subcontractors under htre. The btdders and the selected Contractor shall not allow d1scnm1natton 1n employment practtces on the basts of race, cok>r. nat.anal ong1n. ancestry, sex, reltgtan, or hand1cap. Bonds Required: A labor and matenals payment bond 1s requ~red In accordance w1th Callforma Ctv.l Code 9550 tn a Paae: A.2 form approved by the (tty Also a performance bonds and public tmprovement warranty are reqUir~d. See Sample Contract for the requ1red bond forms Substitution of Securities for Retention: The contractor may depos1t se<unt1es 1n lieu of the S" prosress payment retentiOns 1n accordance w1th Cahforma Pubhc Contracts Code 22300. Excavation Safety: If the work involves an excavation or trench five f eet or deeper, the bid must contai n a separ ate bid item for adequate sheetmg. shoring, bracing and safety m easures approved by the City. Oty Business Ucense: The successful Contractor and hts subcontractors w1ll be reqUired to possess bust ness liCenses from the C1ty. In entenng tnto a public WOfks contract, or a subcontrac t, to suppty goods, sennces, or mateuals pursuant to a public works contract, the Contractor, or subcontractors, offers and agrees to asstgn to the awardtng body all rights, t1tle and m t erest m, and to, all causes of act1on 1t may have under Sect1on 4 of the Clayton Act (1S U.S.C. Sect1on 1S) or under the cartwright Act (Chapter 2 {c ommencmg with Section 16700] o f Part 2 of Dtvtston 7 of the Business and Profe ssions Code), aristng from p urchases of goods, serv1ces, o r materials pursuant to the public work~s contract or subcontract. Thts assignment sh all be made a nd become effective at the t1me the awarding body tenders final payment to the Contractor, without further acknowledgment by the part1es . Btds must be prepared on the approved Proposal forms tn conformance wtth the lnstructtons to Btdders and subm1tted 1n a sealed envelope plamly marked on the ouu1de B1ds must be accompan1ed by a b1d bond, made payable to the C1ty ofTemple C1ty for an amount no less than 10 percent of the amount of b1d The City reserves the nght to reJect any or all btds, to watve any trregulanty. and to take all btds under adv1sement for a periOd of 60 calendar days . Any contract entered into pursuant to this notice shall become e ffect ive or enforceable aga1nst the City ofTEMPLE Cln' only when the formal written contract has been duly executed by the appropnate officers of the City. Submtttal of your b1d assumes that you have made a thorough and complete investtgatton of the project s1te and that you have dtscovered no apparent dtscrepanetes between the scope of work set forth tn the plans and speclfocat1ons and the actual field cond1t10ns If there are any questiOns recardtng thts project, please contact m wrttmg vta e-matl: Okan Oem1rCI okan .demirct@transtech.org All inquirtes must be submttted 1n writing. BY ORDER of the C1ty of Temple City, Cahforn1a . Paee: A.3 B. INSTRUCTIONS TO BIDD ERS CITY-WIDE SIGNAL OVERHEAD STREET SIGN REPLA CEM ENT OTY PROJ ECT ID: Pl2-04 Oty ofTemple Oty LOCATION O F WORK The exact location of the project is outlined in the drawings, speciftcations and other Contract Documents on file at t he o ffice of the City Clerk of the City ofTemple City. See Appendix B for Project Plans and Locations. PROPOSAL FORMS 81ds shall be subm1tted 1n wnt1ng on the Proposal forms prov1ded by the C1ty All 1nformat10n requested theretn must be clearly and le&tbly set forth tn the manner and form mdtcated The C1ty wtll not constder any proposal not meettn& these requirements. PROPOSAL GUARANTEE Proposals must be accompamed by a proposal guarantee conSISting o f a b1d bond payable to the City of Temple City in t he amount not less than 10 percent of the total amount of bid. Any proposal not accompanied by such a guarantee will not be considere d. If a bidder to whom a contract is awa rded fails or refuses to execute the contract documents or furnish the reqUired msurance pohctes and bonds as set forth 1n those documents, the proposal guarantee shall be forfeited to the C1ty The proposal guarantees of all b1dders w 1ll be held until the successful btdder has properly executed all con tract documents. DELIVE RY OF PROPOSAL Proposals shall be enclosed 1n a sealed envelope pla~nly marked on the outs1de: CITY-WIDE SIGNAL OVERHEAD STREET SIGN REPLACEMENT CITY PROJECT ID: Pl2-04 Oty of Temple City DO NOT OPEN WITH REGU LAR MAIL Proposals may be mat led or delivered by messenger. However,lt IS the bidder's resp onstbthty alone to ensure delivery of the proposal to the hands of the C1ty's deSignated offiCial priOr to the b1d open~ng hour st1pula ted 1n the Notoce lnv1t1ng B1ds late proposals will not be conSidered CONSTRUCTION SCHEDULE, PROGRESS OF WORK, LIQU IDATED DAMAGES In accordance with the Standard Specifica t ions, and/or as may be provtded for w tthm the herem Special Provisions, after notificatton of award and prior to start of any work, t he Contractor shall submit to the Engineer for approval 1ts proposed Construction Schedule . At a scheduled date prior to commencement of work, the Contractor and all subcontractors shall attend a pre-constructton conference at the Ctty Hall. The follow~ng IS the proJeCt schedule. Poee: B. I Task No Description Date I CJtyTosk Contrut awud by the Crty Councrl Dlite 1 2 Crty Task Crty writ send out Contract to Contr~ctor for scnatures Da te 2 : Date 1 + S workrnc days ---- 3. Cont ractor Contractor sha ll return s•ned Contrict wrth requ1red Date 3 : Date 2 +. S workrnc days Ta sk bonds and insu~nces to City. 4, City Task City will counter sie;n the Contract and provide a fully Date 4 :;; Date 3 + S workin e days execut ed Contract to Contractor. A Pr•.-.construction meetinc wrll be held S Joint T1sk Contr~ctor shall submit its project schedule to the Crty DateS: Date 4 + S workrne days it th• Pre<onstructJOn meetrnc. wrt h project start d1te ~hshed b1sed on Date 6 shown rn Task 6 -'-- Crty wrll issue t·o the Con tractor NTP 1 (Not1ce to D1te 6 . D1te 5 . 10 work me days 6. Scheduled Proceed 1) to commence wrth the procurement of (Effecuve D1te of for the start of Tuk traff.c control devices, SJCnS and other matenals const ruction} All tasks below are include d w ithin SO Worki ng Day ProJect Completion From the project start date established based on Date 6 shown In Task 6, the contractor shall complete the project within 50 workin dav< as follows: Contractor shall commence procurement o f all traffic sienal heads, traffic control devices, siens, materials, parts, equipment; and submit cop.es o f Purchase 7 1 Contt11ctor Orders as a proof that the Contractor has placed all Dilt e 7 1 ::: Date 6 Task necessarv purchase orders. Purchase Orders shall show date order p~ced, date order w1 ll be delivered Cop•es of Purchase Orders shall be subm•tted to Crty w1thm 3 wo rkmc days of the date esUibhshed for t hrs task Date 7.2 :;; Dat e 7 1 • 30 workmc days 7 2 Cont~ctor Contractor sha ll complete procurement of 111 necessary Not~ If th~ work d~scntnd in th1s rosie is Task traffte control devices, maten•ls, part.s, equipment. not complet~d by th~ contractor within t hr requirrd duration, City wtll assess $150 p~r calendar day os liquidotrd dama9es. C1ty w ill usue to the Contractor NTP 2 (Not ice to Proceed 2} to commence with the field const ruct ion NPT 2 w ill be ISSued 10 workin1 days prior to 7 3 City Task comp~t10n o f procurement o f matenals as India ted In Date 7.3 = ~te 7.2 • 10 worklnc days NTP I The 10 workrnc day eartv Slart w 1ll aUow t he Contractor to mobrhze on the site and prepare the srte that will receive the new traffk: control devices, traffic ~cnal heads, rNter~ls and !!]U•~m~nt Da te 7 .4:;; Da te 7.3 + 30 w ork~ne days 7 .4 .Contractor Contractor shall complete field const ruct ron (This date No te: If rhr work described in this task is not completed by thr contractor withm the Task is a lso the completion of the project date). rrquirrd duration, City w ill a ssess $250 prr calendar day as liquidated domog~s. All duratiOns above related to Contractor tasks sh;~ll remarn the same re1ardless of City 's complettan o f C1ty tasks - Pace: 8.2 The selected Co ntractor shall complete the proJect per the schedule 1nd.cated 1n the No ttce of lnv1tmg B1ds sechon of the speclftcattans The Co ntractor aarees that fatlure to complete work w 1th1n the hme allowed w1 ll result 1n damages bemg sustamed by t he Ctty Contractor and C1ty agree that failure to complete the proJect wt ll r esult m 1nconvemence to the CitiZens of Temple (tty. The part1es also agree that fail ure to complete the project on time w ill prevent the C1ty from havmg the use of the affected facili t1e s. Therefore, the parties ag ree such damages among other s are, and will continue to be, impracticable and extremely difficult t o determine, but that $250 a ca lendar da y is the mmi mum value of such costs to the City and is a reasona ble amoun t that the Cont ractor agrees to retmburse the City for each calendar day o f delay in finishing the work in excess of the time specified for completion, plus any authorized time extensions . Execution of the con tract under these spec1ficauons shall const itute agreement by the Contract or and the City that the above tndecated hquedated damage amount per ca lendar day es the mm1mum val ue of the costs and actua l damage caused by fa1lure of the Contract or to complete the work wlthm t he allolled 11me, that such sum IS hqurdate:d da mages and shalt not be construed as a penalty, and that such sum may be deducted f rom payments due the Contractor 1f such delay occurs . Said amount may be reduced by the C1ty 1f work" suffi ciently completed w1thm the/an a Uo tted t ime so that the damages are mmtmtzed. All construction graffiti shall be removed prior to the release of retention payment. WITHDRAWAL OF PROPOSALS A proposal may be withdr awn by a wntten request s1gned by the b1dder. Such req uests must be delivered to the Ctty"s destgnated offtcaal p oor to the b1d opemng hour stipulat ed tn t he Nouce lnv tt mg Btds Proposal s may not be Withdrawn after the b1d opemng hour stipulated 1n the Not1ce lnvtt m& B1d s wtthout forfeiture of the proposal auarantee The w~hdrawal of a proposal w 1ll not preJUdiCe the nght of the b1dde1 to submit a new proposal, prov1d1n& there IS ttme to do so IRREGULAR PROPOSALS Unauthorized conditions, limitations, or p rov1 sio ns attached to a proposal w ill render 1t lfregular and may cause its rejection. The completed proposa l forms shall be wtthout interlineat1ons. alterations, or erasures. Alternative proposals will not be co nsidered unless spe Cifically requested No oral, teleg raphic, or telephonec p roposal, mod1ficat10n, or w tthdrawal Will be constdered. TAXES No mention shall be made tn the proposal of Sales Tax, Use Tax, or any other tax. as a ll amounts b1d w1ll be deemed and held to mclude any such t axes whiCh may be appliCabl e. DISQUAUFICATION OF BIDD ERS In the event that a ny b 1dder act ing as a prime contractor has an i nterest in more than one proposal, all suc h proposals will be reJected, and the bidder will be d1squalif1ed . ThiS restrict1on does n ot app ly to subcontractors or suppliers who may submit quotattans to more than one b1dder, and wh1l e domg so, may also subm1t a formal proposal as a p nme contractor No proposal w 1ll be accepted from a b1dder who has not bee n licensed 1n accordance w1th the provtstOns of t he State Busmess and Professions Code Pace: B.l DISCREPANCI ES AND MISUNDERSTANDI NGS Before submtttmg a Proposal, B1dders must sattsfy themselves by persona l exammat1on of the work s1te, Plans, Spec1ficat•ons, and other contract documents, and by any other means as they may believe necessary, as to the actual physical condrt oons, requrrement s and drffKultres under whrch the work must be performed, and shall include rn the Proposa l, the cost of allrtems necessary rn the constructron of the project. Th e Bidder sha ll not be allowed any extra compensation by reaso n of any matter or thing, concerning that which such the Bidder might have f ully informed himself prior t o t he bidding. No bidder shall at any time after submission of a proposal make any cla 1m or assertton that there was any m tsu nderstandtng or lack of tn formation regarding the nature or amount of work necessary for the sa t iSfactory compl etron of the JOb. Any errors, omiSSIOns, or dtscrepanc1es found m th e Plans , Spectficat10ns, or other contract documents shall be called to the attentron of the Crty Shoul d a Brdder find any ambrgurty, rnconslstency or error rn the plans and proJect manual, or be m doubt as to the1r meanmg. the Btdder shall not1fy the C1ty, 1n wntmg v1a e ·ma1l as specified m the Nottce of lnv1tang Btds Section. I ssues requuang clanftcat1on will be addressed 1n a wntten addendum response, sent by facs1m1le to each B1dder , person o r firm recorded by the C1ty as havrng recerved plans. Any addenda issued by the City durrng the trme of brddrne are to be rocluded rn the proposal from the Brdder, and shall become a pa rt of the Brd dcKuments. The Brdder shall acknowledge recerpt of addenda on the proposal form in the space provided. By subm1tt1ng a btd, the 81dder shall be held to have personally exam1ned the s1te and the draw1ngs, to have carefulty read the speclftcat1ons, and to have satisfied 1Uelf as to 1ts ab1hty to meet all the d1ff1cultees attendmg the execution of the proposed contract before the delivery of th1s proposal, and agrees that 1f awarded the contract, w1ll make no cla1m aga1nst the Ctty ba sed on tg norance or m1sunderstand1n& of the plans, speCifteatiOns, stte cond1t1ons and/or contract provas 1ons PERMITS AND LICENSES T he Contractor shall procure all permits and hcenses, pay all charges and fees, and g1ve all notices necessary and incidental to the due and lawful prosecution of the work. No fee is charged for the Perm it ISsued by the Crt y for a public works p roject. The Contractor shall pay for and obtain a Crty Business License. CONTRACTORS LI CENSE lAW The successful Brdder shall comply wrth and requrre all subcontractors to comply wrth all Federal, Stat e and Ctty Contractor License Laws and be dully reg1stered and licensed thereunder as reqUired. The successful Brdder IS requrred to provrde and pay for a performance and a payment bond. These bonds shall cover the farthful performance (100%) of the Contract for Constructron and the payment of all obligatiOns (100%) aris1ng thereunder, in such form as the Ctty may prescnbe and With such suret1es as they may approve. The successful Bidder sha ll requ~re the attorney tn fact who executes the requtred bonds on behalf o f the surety to affix thereto a cert1fied and current copy of h1s Power of Attorney endtcattng the monetary hm1t of such power. The C1ty reserves the nght to reject any proposed bond1ng company Without stat1ng cause. In th1s event Page : 8.4 the successful Brdder shall provrde an alt ernate bonding company selectron occept able to t he Crty. Bonds shall conform to state statutes regardrng performance bond and labor and materral payment bond w1th amount shown on each part equal to lOC>% of the total amount payable by terms or the Contract for Constructton. The surety company shall be licensed to do bus1ness 1n state 1n whiCh construcuon project IS located and shall be acceptable to t he City. Bond amount shall be rncreased to include any Change Order(s) added to the contract to 100% total value amount of each Change Order. Bonds will be r ecorded along with a copy of the construct ion contr act in the County Recorder Records by the General Contractor with written proof submitted to the City. LIABILITY INSURANCE Thelrabllrty rnsurance coverage values shall be: 1 . Publrc L1abrlrty and Property Damage Insurance rn an amount of not less than O NE MILLION DOLlARS ($1,000,000); 2 . Products/Completed Operatoons Hazard Insurance rn an amount o f no less than ONE M ILLION DOLlARS ($1,000,000), 3 . Comprehensrve Automobrle Lrabrlrty Insurance rn an amount not less than ONE MILLION DOLlARS ($1 ,000,000); 4 . Contractual General Lrabrlrty 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 lWO MIUION DOLlARS ($2,000,000). Automobile and lease vehiCle Insurance; owned, not owned and h1red. Insurance to 1nclude bochty tOJUry, SICkness and death of any person and property damage owned and un-owned per occurrence. SOCIAL SECURITY ACT T he successful B1dder agree s to co mply with and to requ1re all of h1s subcontractors to comply w1th all the provisions of the Act of Congress approved August 14, 1935, known and crted as the Socral Security Act and also the provisiO ns of the act of the State legislature Approved, a nd known as the State U nem ployment Compensation law and a ll other l aws and regulat1ons perta1mng to labor and workmen and all amendments to such data, and the contractor further agrees to rndemnify and h old harmless the Crty of Temple Crty of and from any and all claims and demands made aga•nst rt by vrrt ue of the failure of the contractor or any subcontractors to comply w1th the prOVISIOns of any or all of sa•d acts and amendments SALES AND U SE TAX The successful Brdder agrees to comply wrth and to requrre all of hrs subcontractors t o comply wrth all the prOVISIOns of apphcable state sales exc1se tax law and compensatiOn use tax law and all amendmenu to sa me. The successful Brdder further agrees to indemnrfy and hold harmless the Crty of Temple Crty of and from any and all cla1ms and demands made against VIrtue of the failure of the Contractor or any Subcontractors to comply With the provisions of any o r all sa1d laws and amendments. WAIVER OF LIENS Pare: 8 .5 The successful B1dder (General Contractor) IS responSible for the payment of all b1lls for labor and matenals fu rntshed by the subcontractors, the suppliers, and the General Contractor on thts prOJect . The General Contractor shall deliVer to the C1ty, unconditiOnal L1en Wa1vers and/or Releases from h1mself and from each of hiS subcontractors and suppliers, and at such t1m e he sha ll cert1fy that he IS subm1ttmg such hen watvers for all subco ntractors and suppliers mvotved . If any hens are filed against the City property, the City may, at 1ts option, demand General Contractor tmmedtately provide a bond in accordance with state statutes. LEGAL RESPONSIBILITIES All proposals must be submitted, flied and executed 1n accordance with State and Federal la ws relating to btds for contracts of thts nature whether the same or expressly referred to heretn or not. Any bidder submtttmg a proposal shall by such actton thereby agree to each and all of the terms, condtttOn s, provtstons, and requtrements set forth, contemplated, and referred to rn the Plans, Spectf.cattons, and other contract documents, and to full compliance therew tth . AWARD OF CONTRACT The award of contract, rf made, w1ll be to the lowest responsible bidder as determined solely by the Crty. The Ctty of Temple City reserves the right to reject any or all proposals, to warve any rrregularrty, and to take the btds under advisement for a period of sixty (60) calendar days, as may be requrred to prov1de for the best rnterests of the C1ty . In no event Will an award be made until all necessary rnvesttgattons are made as to the responSibility and qualificatiOns of the bidder to whom the award IS contemplated. The Contractor shall subm1t a stgned contract, bonds, tnsurance and all necessary documents to the Ctty, w1th1n the requ1red schedule. EMPLOYMENT OF APPRENTICES Attention IS dtrected to the prov1sk>ns in Section ln7.5 of the Cahfornra labor Code concernrng employment of apprentices by the contractor or any subcontractor under him. The contra ctor and any subcontractor under him shall comply with the reqUirements of sa1d sect io n 1n the employment of apprentices, however, the contractor shall have full responSibility for co mpliance with sa1d Labor Code sect1on for allapprent1cable occupations, regardless of any other contractual or employment relationships alleaed to exrst CONFLICT OF INTEREST In the procurement of supplies, equrpment, construct.an, and serv1ces by sub~rK1p1ents, the conflict of mterest proVISIOns 1n (State LCA-24 CFR 8S.36 and Non-Profit Organ1zat10ns -24 CFR 84.4), OMB Ctrcular A -110, and 24 CFR S70.611, respectively, shall apply. No employee, officer or agent of the sub-recip1ent shall part1c1pate 1n selectton, or in the award or administration of a contract supported by Federal funds 1f a conflict of Interest, real or apparent, would be Involved. SU BCONTRACTS Pas e: 8 .6 ------------------------ Subcontracts shall comply w1th SECTION 2-SCOPE AND CONTROL OF THE WORK, of the Greenbook (Standard Spec1f1Cat1ons fO< Pubhc Works Construction, latest ed1t1on) The Con tractor IS reqUired to perform, w1th 1ts own organ1zatron, contract work amounting to at leas t 51 percent of the Cont ract Pnce . Fa1lure to meet these reqUirements will result 10 d1squaltfytng of the brd or termtnatton of the contract. Th1s provrsron supersedes any other provisiOns whtch spec1fied a drfferent subcontract reqUirement Proposed subcont ractor names, a general description of the work to be performed by each subcontractor and the dollar amount for each subcontractor shall be subm~ted w1th the bid. PROJECT CLOSE OUT DOCUMENTS Within 10 calendar days o f completion of the project, the Contractor shall submit pro ject close out documents, mclud1ng· Oraw1ngs showmg as bu11t cond1t1ons wrth red penc1l; All warrant1es and guarantees; All paperwork requ~red for labor compliance; All fina l hen releases ; All o ther project related documents requested by the C1ty PROPOSAL REQUIREMENTS AND CONDITIONS The bidder's attenhon 1.s d~rected to the apphcable provtstons tn the Standard Spec1ficauons for Pubhc Works ConstructiOn requirements and condrtions wh1ch must be observed 10 the preparatiOn of the proposal form and the submission of the bid. 1. Exammat1on of S1te, and SpecifiCations: Btdders shall exam1ne the Site of the work and acqua1nt themsellles w1th all cond1t1ons affectmg the work_ By subm1ttmg a b1d, the Bidder shall be held to have personally exam1ned the s1te, to have carefully read the spec1ficatJOns. and to have sat1sfied Itself as to 1t.s abiltty to meet all the difficultieS attending the execution o f the proposed contract before the delivery of thiS proposal, and agrees that 1f awarded the contract, w1ll make no cla1m aga1nst the C1ty based on rgnorance or misunderstanding of the spectficattons, stte cond1t1ons and/or contract prOVIS IOnS . 2. The Contractor shall have mcluded 1n the contract price a sufficient sum to cover all1tems, mclud1ng labor, matertals, tools, equipment and incidentals, that are tmphed or required for the complete Improvements as contemplated by the contract documents. OTHER CONTRACT PROVISIONS The bidder's attention IS directed to other contract proVISIOns , as liSted below, whiCh must be observed rn the preparat1on of the proposal form and the subm tss1on of the b1d Federal labor Standards Prov1s10ns Current Federal DOL Wage DeciSIOn Federal EEO and AffirmatiVe Actoon Requirements Contractrng w1th Small & Mtnority Firms, Women's Bus1ness Enterpnse Compliance w 1th Clean Atr and Water Acts If there are any questtons regardmg thts project, please contact VIa e-ma1l Okan Demirci okan.dem•rc1@transtech.org Paae: 8 .7 All Inquiries must be submttted in writing. Page: 8 .8 I Bidder's Na me: C. BIDD ER'S PROPOSAL CITY-WIDE SIGNAL OVER HEAD STREET SIGN REPLACEMENT OTY PROJECT ID: P1Hl4 Oty of Templ e City In accordance with the City of Temple City's Notice Inviting Sealed Bids. the undersigned BIDDER, hereby proposes to furn1sh all matenals, equipment, tools, la bor, and incidentals requ1red for the above stated project as set forth in the Plans, Specifica tions. and contract documents therefore, and to perform all work in the manner and time prescribed therein. BIDDER declares that this proposal is based upon ca reful exammat1on of the work s1te, Plans, Specifications, Instru ctions to Bidders, and all other contract documents. If t hiS proposal IS accepted for award, BIDDER understands that failure to enter into a contract in the manner and time prescribed wil l result in f orfeiture to the City of Temple City of the guarantee accompanying this proposal. BIDDER understands that a b1d is required for the entire work. The contract will be awarded on the prices shown on the bid schedul e. It i s agreed that the unit and/or lump sum prices bid inclu de all appurtenant expenses, taxes, royalties and fees. I n the case of discrepancies in the amounts of bid, unit prices shall govern over extended amount, and words shall govern over figures. If awarded the Cont ract, the underSigned further agrees that m the event of the BIDDER'S default m executmg the requ1red contract and fihng the necessary bonds and insurance certifiCat es within ten wor king days after the date of the C1ty o f Temple City's notice of award of con t rac t to the BIDDER, the p roceeds of the security accompanymg this b1d shall become the property o f the City of Temple C1ty and th1s bid and the acceptance hereof may, at the City of Temple C1ty's opt1on, be cons1dered null and void. BID SC HEDULE To the Temple City's City Co uncil, herei n called the "Council". Pursuant to and in compliance with your Notice Inviting Bids and the other documents relating thereto, the unders igned bidder, having familiarized himself with the wor k as per th e paragraph, Discrepancies and Misunderst andmgs, contained m the INSTRUCTIONS TO BIDDERS sect1on, and w1th the t erms of the contract, the local cond1t1o ns affectmg the performance of the contract, and t he cost of the work at the place where the work 1s done, and w1th t he drawings and speclf1cat1ons and other contract documents, hereby proposes and agrees to perform, wit hm the t ime Stipulated, the contract, mcludmg all of its component parts, and everything required to be performed, and to provide and f urnish any and all of the labor, materials, t ools, expendable equipment, and all applicable taxes, utility and transportation services necessary t o perform the contract and complete in a workman like manner, all in strict conformity with the Contract Documents on file at the office of the City Clerk of said City, per the following bid sc hedule: (Bidder sh all p rovide a bid amount for each bid item list ed below. Failure t o provide a bid for each bid item shall r ender the bid non-responsive) BIDDER SHAU COMPLET£ AND SUBMIT All DOCUMENTS AND PAGES IN SECTION •c BIOOl:R'S PROPOSAl" Paee: C.l r- BID SCH EDU LE CITY -WIDE SIGNAL OVERHEAD STREET SIGN REPLA CEMENT CITY PROJECT ID: Pl2-Q4 City of Temple City Item Description Quantity Unit Uni t Bid Amount Total Bid Amount REMOVE EXISTING SIGNAL OVERHEA D STREET NAME SIG N (S INGLE PLATE OR BOX FRAMED) INCLUDI NG SIGN, FRAME, BRACKETS AND All RELATED l APPURTENANCES AND INSTALL NEW 55 EA s s SIGNAL OVERHEAD DOUBLE SIDED BOX FRAMED STREIT NAME SIGN ON EXISTING MAST ARM. I TOTAL BID AMOUNT s In the case of discrepancies, total b1d w 1ll be based on calculated amounts based on quant1tae.s and Unit Bid Amounts A . Mobohzauon / Demobilozatoon oncluding const ruct,;;;;- Full compensatiOn for the ot ems hsted to the roght as fencons Items A, B, C, 0 and E are cons1 dered as tnclustve '" B Traffoc Cont rol each Bod It em l osted above on the Bod Schedule as C. NPDES, WWECP, and Be st Management PractJCes applicable, and no addtt1onal and/or se pa rate (BMPs), Public Convenoence and Safety compensatiOn w1ll be allowed. D. Constructoon Stakong by Land Surveyor E. Clearing and Grubbong Th e bod proces shall onclu de a ny and all costs, inclu ding labor, m aterials, appurtenant expenses, taxes, royalt ies and any and all other mcidental costs to complete the project, in compliance with the Bid and Contract ~umenu and all applicabl e codes and standards. Mobll•zatiOn/demobll•zat•on, traffic control and safety are assumed to be •ncluded m vanous b1d ttems as applicable. All other work otems not specifocally losted on the bod schedule, but necessary t o complete t he work per bod and co ntract documenU and all applocable codes and standards are assumed to be oncluded on the bod pnc es . l"-fhe Coty reserves the roght to add, delete, oncr ease or decrease the amount of any quantoty shown and to delet e any ttem from the contract and pay the contractor at t he b1d untt pnces so long as the total amount of cha nge does not exceed 25% (plus or monus) of the total bod amount for the en tore proJect. If t he change exceeds 25%, a change order may be negottated to adjust umt bfd pnces. A btd 1s requtred for the enttre work. that the quanttttes set forth 1n t he 81d Sc hedule are to cakulate total btd amount, and that final compensation under the co ntract w1ll be based upon the actual quanttttes of work satosfactoroly completed - BIDDER SHAll COMPLETE AND SUBMJT AU DOCUMENTS AND PAGES IN SECTION ·c BIDDER'S PROPOSAl• Paee : C.2 Btdder shall provtde a bed amount for each btd ttem hsted below. Fa 1lure to prov1de a btd for each btd ft em s render the bed non·respons rve BIDDER SHAll COMPlETE AND SUBMJT All DOCUMENTS AND PAGES IN SECTION •c BIDDER'S PROPOSAl• Paa:e: C.3 DESIGNATION OF SUBCONTRACTO RS BIOOER proposes to subcontract certain poruons of the work whtch are m excess of one·half of one percent of the b1d and to procure matenals and equ;pment from foUowmg subcontractors Name, address, and phone number pf Work t o be Performed Contractor's DIR# Dollar Amount subcontractors, L1cense # supplie rs, a nd vendors s s s s s s s s s Total Subcontract Amount (shall not exceed 49% of Total Bid Amount) s :!!.J.ij ·Ji :f·ii IC.IMQ! i 11.1. !.(iii:! t.ii«-11 IOI4i i6ii •.ty.m.Jq.frlJJPJ1j, ;r.pRi:!!.hjj·ij Q·J.IQ•tt-1 Pa1e; C.4 REFE RENCES The City of Temple C1ty ;s Interested m obta;ntng btds from the most qualified and capable contractors w1th a proven track record able to perform work des;red by the Public Works Department Any and all references requ;red to be prov1ded by the b1d spec•ficat1ons must be for proJectS constructed by the boddmg company; references for other projects performed by proncopals or other ondovoduals of the boddmg company may not be mcluded The following are the names, addresse s, and telephone numbers for three public agencies for which BIDDER has performed somilar work w i thin the past three years Reference Contact InformatiOn Reference Pro1ect Contract Date Name Value Completed Agency Name: Contact Name and Totle s ___ Contact Tel No. Agency Name: Con tact Name and Title: s ___ Contact Tel No· Agency Name· Contact Name and Tnle s ___ Contact Tel No BONDS The following are the names, addresses, and telephone numbers for all broker s and suret1es from whom B1dde r Intends to procure Insurance bond s: SITE INSPECTION The Bidder declares that he/she has carefulty read and exam1ned the plans. specifiCatiOns, b1d documents, and he/she has made a personal examination of the sote (ondO<:a te name of the person, representong the bidder, who inspected the site a nd dat e below) and that he/she understands the exact scope of the Project WITHOUT QUESTION. Name of Person who inspected the site: Date of lnspect1on : BIOOlR SHAll COMPL£TE AND SUBMIT AU DOCUMENTS AND PAGES IN SECTlON "'C BIOOlR'S PROPOSAl"' , ••• , c.s ADDENDA ACKNOWLEDGMENT The B1dder acknowledges receipt of the followi ng Addenda and has Included the1r proVIS ions m thiS Proposal Addendum No. ________ Dated ______ _ Adden dum No. ________ Dated ______ _ Add en dum No. ________ Dat ed ______ _ Addendum No. ________ Dat ed ______ _ 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, S1te, or Fe deral equal employment opportunity orders have been satesfactonly filed, and that no such reports are currently outstand~ng AFFIRMATIVE ACTION CERTIFICATION BIDDER cert1f.es tha t affirmative action has been ta ken to seek out and cons1der m1norrty busmess ent erpnses for those portiOns of work to be subcontracted, and that such affirmative actions have been fully documented, that sa1d documentattOn IS open to anspectlon, and that sa1d affirmat.IYe acttOn w1ll rema.n m effect for the hfe of any contract awarded hereunder Furthermore, BIDDER cert1fies that arfirmatiVe actton w1ll be taken to meet all equal employment opportumty requirements of the contract documents NONCOLLUSION AFFIDAVIT BIDDER declares tha t the only pers ons or parties in terested in this proposal as pnncipals are those na med here1n : that no offtter, agent, o r employee o f the Ctty of Temple Ctty ts personally intereste d, d trectly or md1rectly, in thts proposal; that this proposal is made w athout connectton to any other mdivtdual. fi rm, or corporatton makmg a btd for the same work and that th1s proposal ts m all respects fa tr and wtthout collusiOn or fraud. BIDDER SHALL COMPL£TE AND SUBMIT AU DOCUMENTS AND PAGES IN SECTION •c BIDD£R"S PROPOSAl• Po1e: C.6 BIDDER INFORMATION Bidder's Name. Address · Form of Legal Entity (I .e .• individual, partnership, corporation, etcT If a Corporation, St ate of Incorporation (i.e .• Calif.) Valid State Contractor's License No. and Class DIR RegiS t ration No .; (Also provide DIR No's for subcontract ors a ~parate attachment) Con tact Person InformatiOn: ---- 1---Name Tirte + £-mall J Tel - 1--- The follow1ng are t he names, t 1tles, addresses, and phone numbers of all 1nd1V1duals, firm members, panners. JOtnt venturers, and/or corporate offtcers havmg a pranctpal mterest an thts proposal: The date(s) of any voluntary or mvoluntary bankruptcy JUdgements aga1nst any pranctpal hav1ng an 1nterest m th1 s proposal are as follows. All current a nd prior DBA'S, alia s, and/or fictitaous bus1ne ss names for any pnnctpal havmg an 1nte rest i n this proposal a re as follows ; Prev1o us contract performance h1sto ry : Was any contract termanated previously: __ _ I/ the answer to the above i.s •yes"", provide the followmg m[ormot10n~ Contract/project name and number: _________________ _ Date of termmatton: _______________________ _ Reason for termanauon: ______________________ _ Owne~sname: ________________________________________________ __ Owner contact person and tel. no.:------------------ In the past ten years have you filed a clatm for money agatnst any pubhc enttty? If the on<wer 10 the obove tS "yes", proVIde the fol/owmg m!ormot10n .i!.].Ji ·l1:f.i!t3 .@ i g!jii.it!.Jii!:!.@ l·i!i.t.!ii@jjtlf!·M•IfNfiJj l~libi l mwi :li •]t]i·QAA ·t.J4•F!-' Po1o: C.7 ----~~------------------------------------------------------------------------------------------------------------------------------------ Contract/prOJect nam~ and numbrr: _________________ __ Date of filons claom. _______________________ _ Reason for filmg cla1m ----------------------- Owner's name ·------------------------- Owner contact person and t el no .. ------------------ 3 . In the past ten years have you been a party to legal act1on by or agamst a public ent1ty anstng out of the performance of a pubhc works contract? If the answer to the above is ""yes .... , provide the following information: Contract/project name and number:. __________________ _ Date of commencement of litigatiOn : ___________________ _ Reason for llt1gat1on: ______________________ _ Owner's name ________________________ _ Owner conn.ct person and tel no .:------------------ IN WITNESS WHEREOF, BIDDER executes and submots thiS proposal woth the names, toties, hands. and seals of all aforementooned proncopals thos __ day of 201_. BIDDER _______________________ _ Subscrobed and sworn to thiS __ day of------~ 201_. NOTARY PUBLIC ________________________ __ :li•Hi -Ji:t.ntielft!Q!iit.p!.Jii!:l5t.t.nt.:.t(ili?l#'''·'·'·'f"'3"PlB·et·PR•:!!.J.jj.ijQ ·J.I4•bM Paee : C.a PROPOSAL GUARANTEE/BID BOND OTY-WIDE SIGNAL OVERHEAD STREET SIGN REPLAaMENT CITY PROJECT ID: Pl2-Q4 Oty of Temple Oty KNOW ALL MEN BY THESE PRESENTS that-----------,----::.,.---~ as BIDDER, and as SURETY, are held and firmly bound unto the City ofTemple City, in the penal sum of dollars($ ), which is 10 percent of the total amount bid by BIDDER to the City of Temple City for the above stated project, f or the payment of which sum, BIDDER and SURETY agree to be bound, jointly and severally, firm by these presents. THE CONDITIONS OF THIS OBLIGATIO N ARE SUCH that, whereas BIDDER IS about to submot a bod to the Coty of Temple Coty for the above sl3ted project, of saod bod IS rejected, or of saod bod IS accepted and a contract os awarded ond entered onto by BIDDER on the manner ond tome specofied, then thiS obl~&atoon sha ll be null and votd, otherw1se 1t sha ll remam 1n full force and effKt 1n favor of the (tty of Temple Crty IN WITNESS WHEREOF the partoes hereto have settheor names, toties, hands, and seals thos __ day of -----~ 201_. BIDDER ' SURETY" "Provode BIDDER/SURETY name, address and telephone number and the name.totle, add ress and telephone number for authorized representative . Subscribed and sworn to this __ day of ------~ 201_. NOTARY PUBLIC: ____________________ _ 81DDEA SHAlL COMPUTE AND SUBMrT AU DOCUMENTS AND PAGES IN SECTION •c BIDDER'S PROPOSAL • Paee: C.9 D. SPECIFICATIONS CITY-WI DE SIGNAL OVERHEAD STREET SIGN REPLACEMENT CITY PROJECT ID: Pl2-04 O ty of Temple Oty 1. GENERAL All work shall be performed in accordance with the "Standard Specifications for Public Works Construction" (SSPWC), Latest Edition. "California Manual on Uniform Traffic Control DeviCes• (CA MUTCD), "Caltrans Standard SpeetfiCations·. "Ca ltrans Standards", "Standard Plans for Public Work Construct•on .. ~ the General Prov1stans and these Spec..al Prov1stOns In case of confhct the more stnngent requ~rement shall apply, except when the Ctty makes an excepuon The Ctty has the n&ht to make such excepttOn at 1ts d1scret10n, and the contractor shall provfde reasonable cost d1scountlf the Ctty dec1des to •mplement the lesser strengent opt ton 2. Contractors Dulles: Comply with codes, ordinances, rules, regulations, orders, and o t her legal requirements of public authorities which bear on performance of work. 3. Contracts· Construct entire work under one contract w1th the C1ty Spectficat.ans and Orawmgs Complementary· The Specrfteatlons and Draw1ngs are complementary. and what rs called for 1n one shall be bmd1ng as if called for 1n both 5 . Order of Precedence of Contract Documents: Subsection 2 ·5.2, "Precedence of Contract Documents", (SSPWC), revise the order of precedence and Incorporate addrt10nalrtems as follows: a. b . c. d . e. f . g. h. J. k Permrts rssued by Jurrsdrctronal r~ulatory agencres Change Orders and/or Supplemental Agreements, whichever occurs last Contract/Agreement Addenda Bid/Proposa l Special ProviSions (Sect1on E) General Provisrons (Section D) Plans Standa rd Plans Standard Specifications Refereflte SpecifiCations Paae: 0 .1 W1th reference to the Draw1ngs the order of precedenc e I S as follows : Frgures govern over sc aled d1menstons b . Oetarl durwma:s govern over general drawrngs Addenda/Change Order drawrngs a:overn over Contract Documents d. Contract Documents a:overn over standard drawrngs e. Contract Orawmgs govern over shop drawmgs 6. Discrepancies in the Contract Documents: Any drscrepancres. confltcts, errors or omrssrons found rn the Contract Document shall be promptly reported 1n wntrna to the En1rnee r, who wrll rssue a correctron 1n wnung. The Contract or shall not take advantage of any such drscrepancres. conflrcts. errors or omrsstans. but shall comply wrth any corrective measures reeardrng the same prescnbed by the Eng1neer. and no add1tronal payment or trme shall be allowed therefor. except as prov1ded rn the Standard SpecrfKatrons If drscrepa ncres are discovered between the drawrna:s and the specrficatrons, and no specrfrc interpretation IS ISSued prior to the brdding, the dec 1sron regard1ng thrs interpretatron shall rest with the Engineer. The Contractor shall be compelled t o act on the Eng rneers decrsron as drrected. In the event the installation is not in comp liance with the direction of the Engineer, the installation sh all be corrected by a nd at the expense of the Contractor at no addittonal cost t o the City. In case of such drsc repanCies on the plan sheets, It IS assumed that the brd mcluded the cost for 1mplemenung/constructmg the diScrepancy that would have the h1ghest dollar value 7 Errors and Om1ssrons If the Contractor, 1n the course of the work, becomes aware of any cla1med errors or om1ssrons'" the contract documents or 1n the C1ty's field work, 1t shall1mmed1ately mform the Eng1neer. C1ty Engmeer sha ll promptly rev1ew the matter, and if he/she finds an error or om1ssron has been made. he/she shall determine the corrective actions and advise the Contractor accordingly. If the corrective work associated with an error or omissron increases or decreases the amount of work called for 1n the Contract, the City shall1ssue an appropriate Change Order After drscovery of an error or omrss10n by the Contractor, any related work performed by the Contractor shall be done a t 1ts mk unless authonzed by the Engmeer 8 . Changed Cond1t10ns The plans for the work show cond1t1ons as they are believed by City Engmeer to ex &st, but rs not intended or to be mferred that the cond1t10ns as shown thereon constitute a representa tion by the City that such cond1110ns are actually existent , nor sha ll the City bel ~ab le for any loss sustamed by the Contra ctor as a result of a ny v aria nce o f the conditions as shown on the plans and the actual condit ions reveal ed during the progress of the work or otherwise. The word "conditrons" as used in this paragraph includes, but IS not limited to, site condrt1ons, both surface and subsurface. The Contractor shall eKamrne the srte, compare 1t w1th the drawrngs and spec1frcatrons and shall satrsfy 1tself as to the cond1trons under whteh the work rs to be performed. The Con tractor shall ascertarn Paae: 0 .2 and check the kx:auon o f all extsttng structures, utthttes and equtpment whtch may affect tts work The Contractor sha ll be respons1ble t o re-examtne the s1te, as necessary, for performance of change orders or other proposed changes wh1ch may affect 1ts work. No allowance shall subsequently be made on the Contractor's behalf f or any extra expense or loss o f ttme whtch lnCI.Hred due to fatlure o r negligence on 1ts part to make such exammat .on 9 . MARKUP: For extra work and change orders the following percentages sha ll apply: a. lABOR COSTS 1 Labor markup for employer taxes standa rd federal/state rates, approxtmately: 10% 2. Labor markup for frmge benefits (1 f fnnge benefits are not mcluded 1n the labor cost 15% 3. Labor overhead markup: 10% Profit markup. 10% b MATERIAL. EQUIPMENT, SUBCONTRACTOR COSTS Only 5" markup by preme contractor wtll be allowed on matenals. equtpment and subcontractor costs . No other additiOnal markups (overhead, profit, etc.) Will be allowed. c. After the total amount 1s established by a ddtng the above Items, an additiOnal 2% markup for INSURANCE AND BONDING COSTS w1ll be allowed. The subcontractor costs shall be established u smg the same cost accounting pnncopalabove The markups menttoned heretnafter shall tnclude, but are not limtted to, all costs for the servtces of supenntendents, project managers, timekeepers and other personnel not worktng dtrectly on the change order, and ptckup or yard trucks used by the a bove personnel. and other vehteles and/or equtpment present at the JOb s1te but not directly used 10 actual constructton acttvlhes lnctdental movements of labor, matenals, supplies or equipment sh all not be considered as use m actual construction actiVIties . These costs shall not be reported as labor or equipment elsewhere, except when actually performing work directly o n the change order and then sha ll only be reported at the labor classification of the work performed. The Ctty shall not pay for the cost of fo remen or vehtcles used by foremen unless authonzed tn advance by the Eng1neer 10 SITE SECURITY AND SAFETY The Contractor shall secure the pro,ect as well as the adJOintng propert1es dunng the durattan of the prOJect 11. PAYMENTS TO CONTRACTOR AND ClAIMS Payment for Labor and Materoals. The Contractor shall pay and cause the subcontractors to pay any and all accounts for labor, mcludtng Worker's Compensation premtums, State Unemployment and Federal Soc1al Securoty payments and all other wage and salary deductions requ~red by law The Contractor al so shall pay and cause the subcontractors to pay any and all accounts for Pose: 0 .3 servtces, equ1pment and matertals used by 1t and the subcont ractors dunng the performance of work under thos contract. All such accounts shall be paod as they become due and payable If requested by the Engoneer, the Contractor shall ommedoately furnosh the Coty woth proof of payment of such accounts. b Add1t1onal Work. Payment for additional work and all expenditures on excess of the bod amount must be aut horozed in writing by the C1ty Eng1neer. Such aut honzatoon shall be obtained by the Contractor prior to engaging in addttional work. It shall be the Contractor's sole responsibility to obtain wntten approval from City Engineer for any change(s) in material or in the work proposed by suppliers or subcontractors. No payment shall be made to the Contractor for additional work wh1ch has not been approved in writing, and the Contractor hereby agrees that it shall have no nght to additiOnal compensation for any work not so authonzed c . Cla1ms The Contractor shall not be ent ttled to the payment of any addit ional compensatiOn for any cause, mcludtng any act, or fatlure to act, by the C1ty, or the happenmg of any event, thmg or occurrence, unless he shall have gtven the C1ty due wnnen not tee of potenttal clatm as hereinafter speetficat1ons. The wr1tten not1ce o f potenttal clatm shall set forth the reasons for whtch the Contractor bef1eves addtltonal compensattOn wtll o r may be due, the nature of the costs mvolved, and. tnsofar as possible, the amount of the potenttal cla1m Sa1d notice shall be submitted on a form approved by the C1ty at least forty-eight (48) hours (two workong days) 1n advance of performine sa1d work., unless the work is of an emergency nature, in whtc:h case the Contractor shall nottfy and obtam approval from the Inspector prtor to commenc1ng the work.. The Ctty Engtneer. may require the Co ntractor to delay construction tnvolvtnc the cia 1m, but no other work shall be delayed, and the Contractor shall not be allowed add1t10nal costs for any sa1d delay but may be allowed on extension of ttme tf the C1ty Engmeer agrees that the work delayed 1s a controlhn& element of the Construction Schedule The Contractor shall be requ~red to submit any supporting data (or a detailed wrrtten explanation JUStifying funher delay) w1thon five (5) Work Days of a request from the City Engmeer, and shall be responSible for any delays result1ng f rom lat e and/or mcomplete su bm1ttals. By submtttmg a B1d, the Contract o r hereby agrees that thts Sect1on shall supersede Sectoons 6-6.3 and 6-6.4 of the Standard Specoficatlons. The City shall be the sole authority to interpret all plans, spectficat1ons and contract documents, and no cia 1m shall be accepted wh1ch is based on the Co ntract or's ignorance, misunderstanding or noncompliance with any provision or porttan thereof. The above proviSions shall supplement Sectoon 3 of the Standard Sp ecoficatoons. The Contractor shall be responSible to proVIde all data and to obtam all approvals requ~red by saod Spec1focat1ons, mclud1ng subm1ttal of Da1ly Extra Work Reports No cla1ms or extras shall be approved by the C1ty unless all work was done under the d~rect10n of and subject to the approval of the Inspector. Dosputed work cla1ms shall comply woth Sectoon 3 of the Standard Spec1ficat1ons, as modified herem. It 1s the mtention of this Subsection that d1fferences between the part1es aresmg under and by vtrtue of the Contract be brought to the attention of the Eng1ne:er at the earhest posstble time in order that such maners may be settled, 1f poss1ble, or other appropnate acttan promptty taken . The Con t ractor hereby agrees that It shall have no nght t o add1Uonal compensatiOn for any clatm that may be based on any such act, fat lure to act. event, thmg or occurrence f·or wh1ch no wntten not1ce of potential cla1m as herem requ~red was filed Paee: 0 .4 d. Noncompliance w1th Plans and Spec1ficat1ons. Fa1lure of the Contractor to compty w1th any requirement of the P~ns and Spec1fiuttons, and/or to 1mmed~tety remedy any such noncompliance upon nohce from the Enemeer, may result tn suspens1on of Contract Proaress Payments Any Pr01ress Payments so suspended shall rema1n 10 suspenston unt1l the Contractor's operatiOns and/or submittals are brought 1nto compliance to the satosfact1on of the En111neer No additiOnal compensatton shall be allowed as a result of suspension of Progress Payments due to noncompliance wtth the plans or specifications. The Contractor sh all not be permitted to stop work due to satd suspension of Progress Payments . e. Request for Payment. Contractor sh all submit all requests for payment on the C1ty prov1ded form. The C1ty shall prov1de the form for use after Contract IS awarded. PriOr to subm1ttal of sa1d form, all 1tems for wh1ch payment os requested shall be checked and approved 1n wnt1ng by the C1ty Ene•neer . No payments Will be made unless all back·up data ts submtned w1th the payment request and the Progress Payment lnvo1ce 1s stgned by both Contractor and (tty Eng1neer There shall be no sepa rate payment for any relocations, barners or forms, grad1ng or temporary construction requ~r ed to construct the improvements herem. Payment for these 1tems shall be absorbed in the Bid Prices for the applicable work to which they are appurtenant, and no extra costs shall be allowed . The payment of amounts due to the Contractor shall be contm11ent upon the Contractor and subcontractors furn1 sh1ng the C1ty w1th a release of all cla1ms aga•nst the C•tv ansmg by v1rtue of the Contract related to sa1d amounts 12 LEGAL ADDRESS OF CONTRACTOR The address g•ven m the Btdder 's Proposal IS hereby designated as the place to whiCh all not1ces, letters, and other commun1ca tions to the Contractor wtll be ma1led or delivered, except such nottces and communicattons as shall be given by the City's Inspectors to the Contractor's designated Superintendent in the field. The madmg or delivenng to sa1d address of any notice, letter, or other communication, or the hand·delivery to satd Supenntendent, shall be deemed sufficient serv1ce thereof upon the Contractor. The date of such serviCe shall be the date of such ma1llng or delivery. S~11d address may be changed at any t1me by a wnnen notiCe stgned by the Contractor and delivered to the Engmeer 13 . NOTIFICATION The Contractor shall notrfy the C1ty ofT em pie Crty and the owners of all ut1lrt1es and substructures not less than 48 hours prtor to startmg construction . The following hst of names and telephone numbers is intended for the convenience of the Contractor and ts not guaranteed to be complete or correct : Poce: 0 .5 -~gency Name and Title Tel C1ty of Temple C1ty MIChael D. Forbes, Director of Commumty 626-28S-217 ~ Development --J l4-883-8677 -C1ty of Temple C1ty Ah Cay1r, PE, C1ty Ensmeer C1ty ofTemple C1ty Bryan Aruzum1, Publtt Safety Offrcer 626-28S-21:~ C1ty of Temple C1ty, PO County Shenffs Stat1on 626-28S -7171 C1ty ofTemple C1ty, F~re F1re Department 626-287-9521 Electric Southern California EdiSon 626-303-8473 Gas The Gas Company 310-687-2020 AT&T Business Customer Service 626-570-S314 SPRINT Customer Servtce 800-211-4727 ----888-624-56~i---= MCI Customer Serv1ce ~e Athens DISposal Company 626-336-3636 ~ble Ch arter Communtcat1ons 626-430-3570- Water Caltforn1a Amencan Water Co 626-614-2534 Water East Pasadena Water Co 626-793-6!89 Water Golden State Water Company 626-287-S238 -Water San Gabnel County Water Otstnct 626-287-0341 Water So. California Water Co. 626-446-1372 Water Sunny Slope Water Co. 626-287-5238 Underground Service Alert 811 14. CITY HOLIDAYS C1ty offrces are closed on the follow1ng days. New Years Day; Presrdent's Day, Memonal Day; Independence Day; Labor Day; Veteran's Day, Thank'IIIV1n& (2 days) and ChriStmas Day Durm11 these holidays, 1nSpect10ns Will not be ava1lable 15. EMERGENCY INFORMATION The names, addresses and telephone numbers of the Contractor and subcontractors, or their representatives, shall be filed with the Eng1neer and the City Police Department prior to beginning work. 16. Fina l Acceptance Fmal acceptance by CITY w1ll be made when Contractor has prov1ded 'as-bu11t' drawmgs and sattsfactonty completed all work and tmprovements as called form the Contract Documents 1ncludmg reconcdtauon of matenals. The CITY shall not1fy Con tractor 1n wntmg of final acceptance of the work. Failure or neglect on the part of CllY to reJect mfertor work durtng the constructton penod shall not be construed to impty acceptance of such w ork nor to preclude tts right to reject it. Contractor shall be required to correct all defects w hich become evident at any time prior to final acceptance of Contractor's work by CITY. The cost of all such repairs, material, labor, and overheads shall be borne by Contractor. Ownership, custody, and con trol of the work and facilities shall pass to CITY only upon Anal Acceptance . ,.,., 0 .6 17 . Warranty The Contractor expressty represents and warrants that all work performed and all matenals used are free from defects of workmanship and conform to the Contractor's Contract obllgatoons Thos warranty shall commence upon Fonal Acceptance and end one year from that date. The Contractor shall pay the actual cost to CITY for any breach of thiS warranty corrected by CITY (oncludong labor, materoal and overheads). II CITY os unable to collect for the work after 30 days from completoon, the actual cost may be deducted from the Contractor's refundable monies on depostt with CITY. CITY may re cover such cost by claim against the surety on the performance or maintenance bond furnished by the Contractor. 18 AS· BUILT DRAWINGS Provtde and record a complete "As Sutlr-' records set of blue ltne pnnts showtn& changes from the ongtnal drawangs and spectficat.ans and the exact •As Butlt* locatJOns. stzes and types or equepment. Pnnts for thts purpose may be obtamed from the Caty Keep thas set of drawangs on the sete and use only as a record set. Use these drawongs as work progress sheets. Woth red pencol, make neat and legible annotatoons thereon os the work proceeds, showong the work as actually completed Keep these drawings available at all tomes for inspect oon . Before the date of the finalonspectoon, provode the "As BUilt"" pnnts to the C1ty. Please note, that faalure to submit an "As Built"' set of drawangs as noted above w ill result in the retent ion payment being delayed. 19. PAYMENT All cost for comptyma w1th the requirements or th1s secuon shall be mcluded m the vanous Items of the boddong schedule unless specofied otherwose P010: 0 .7 A. GENERAL E. SPECIAL PROVISIONS OTV-WIDE SIGNAL OVER HEAD STREET SIGN REPlACEMENT OTV PROJECT 10: Pl2-04 1. Scope of the Work covered by Contract Documents: Removal of existing street name sign and installation of new street name sign at various kx:ations throughout the Coty. The work to be done consosts of furnishing all labor, materoals, tools, equtpment and InCidental for the construct.on, complete tn place, of those items as shown on the bod set of drawongs (or amended drawongs) as oncluded on these Specoal Technical Provosoons. 2. Allotted Workm11 Space The contractor shall be responsoble for storong hos materoals and equopment and to use as wor k yard as necessary The City will not a llow keep1ng equ1pment, matenals. vehecles, removed 1tems, debris, etc. wothin thos space wrth no li ability to the Coty. It sha ll be the responsobollty of the Contractor to prov1de adequate fencing, secunty of the yard and equipment to the Engmeer's satisfaction , and to restore the assigned area to its original, pre-use condition, or better, to the satisfaction of the City. 3. Acceptance or Sote. The Contract or shall accept the sote and the character or the work as they exost on the first day of work under th1s contract. 4 . Mamtenance or EXISting Plantmgs, Improvements and Facilities: The Contractor sha ll protect and maintam all ex1sting trees and shrubs (plantmgs) to remain from the first day of work under this contract to acceptance. In similar fas hion, Contractor shall prot ect and maintain all improvements and facili ties 1n place to rema1n from the first day of work under this contract to acceptance. Contractor shall notofy Coty Engoneer of any damage to any existing plantings , Improvements or fac11ities as soon as passable . Contractor shall replant or repatr any damage to the sat1sfact1on of City Engmeer at no cost or extra burden to the Ctty 5. Public Convenoence and Safety Add the followong to Sectoon 7-10. "Public Convenoence and Safety" of the SSPWC: a. b At the end of the Work Day the job sole sh all be left on a neat and orderly manner. Roadway and parking shall be made ava ilable wherever possible to the satisfaction of the Catv Engineer . Ounng tonstructeon the Contractor shall provede adequate access to each restdence or bus mess affected by thos project to t he satosfactton of the Engoneer c . Sh o uld any change tn these requirements be necessitated by extraordinary occurre nces or requirements dunng the executiOn of the work, the Contractor shall obta1n prior wntten approval of the Engineer. 6. Work S1te Mainte nance Add the following t o Section 7-8, "Work Si te Mamtenance" of the SSPWC : a. b . Sanitary Conditions. The Engineer may fro m time to t ime prescri be rules and regula tions for ma intaining sanitary conditions along the work and th e Contractor sha ll enforce observance of the same by its employees and t he employees o f the subcontractor, a nd, if the Contractor fails to enforce these rules and regulations, the Engineer shall have the authority to enforce them. Water PollutiOn Control. The Contractor shall adhere stnct ly t o Subsectoon 7 -8.6 of the Standard Specoficatoons through the entore project and ad d the following : 1.) The Contractor, without limitation, shall be respons1ble to provtde and im plement Best Managem ent Practices to comply with National Pollution Disc ha rge Eliminatton System (NPDES ) standards and practices. The Contractor shall be responsible, to the fullest extent possi ble , not to permit any contamina nts, incl uding soil, to enter any drainage system. Contractor shall be res ponsible to be prepared to provide hay bales or sim1lar devices to prevent erosion from being washed into the storm dra in system. Contractor shall be responsible to maintain equipment so that oil, grease, gasoline. d1esel fuel , et al., does not contamtnate areas subject to run-o ff. The Contractor and ots Surety shall fully mdemnify the City for any pollution damage and/or clea n ing costs. All construction on o ff ·site o r on·site Imp rovements sha ll adhere to NPDE S (Nat1 o nal Pollution Discharge Eli minat ion System) Best Management Practtces to prevent delet eriou s mate ri a ls or pollutants from entering the City or County storm dratn systems. 2 .) The following are the areas to be addressed: a .) Handle, store and dispose o f materials properly. b.) Avoiding excavation and grading act1v1t1es dunng wet weather. c.) Construct d1vers1on d1kes and dra1nage swales around worktng sates . d.) Cover stockpales and excava ted so1l with secured tarps or plast•c sheet1ng. e .) Develop and Implement erosion control plans. f.) Check and repair leaking equipment away from construction site. g.} Designate a location away from storm drains for refueling. h .) Cover and seal catch basins whenever working in their vicinity. i.) Use vacuum with all concrete sawing operations. j.} Never wa sh excess material from aggregate, concrete or e quipment onto a street k.) 1.) m .) Catch drtps from paver w1th dnp pans or absorbent matenal. Clean up all spo ils usong dry methods. Sweep all gutters at the end o f each working day. Gutters shall be kept Pas e: E.2 n .) o .) clean after leaving construction site. Call911 in case of a hazardous spoil. Keep a ru nmng log of all act1vi taes in connectton w1th the Storm Water Pollutoon Preventoon Plan (SWPPP) p .) Name a person, on site, responsible for complymg wtth S.W.P.P.P. 3 .) CO NTRACTOR TO COMPLY WITH THESE REQUIR EME NTS AND CITY ENGINEER'S DIRECTIO NS DURING THE CO URSE OF CO NSTRUCTION. 7. Solid W aste Management a nd Recycling Plan. The contractor shall submot a Solid Waste Management and Recyclong Plan to the Coty Manager's OffiCe for review and approval prior to issu ance o f a demolit1on permit and/or g rading permit fo r t he project. Sa1 d plan shall 1ndicate that the permittee/contractor shall prov1de documentatton such as rece1pts from landfills, salvage and recycling faciliti es upon completion of the demolition/construction. Sa1d plan s hall tdent1fy · a . Types of matenals for recycling. reuse or sorting b. Estimated quantities c. Separation require ments d. On site storage e . Transportation methods f. Des tinations g . Plan manager (contractor's representative} Pnor to ISSuance of a demolition and/or gradtng permit, the permittee/contractor shall contact the Cahf ornoa Int egrated Waste Management Board (recycling hotline 800-S53 -2962) to obtain an approved recycler (processor and/or rece1ver) fo r d emoltt1 on and construction waste. At the min imum the contractor shall recycle each of the following demolition and construction waste matertals: Asphalt pa ving: 75% Concrete and concrete masonry units: 75% Non-lead based painted wood wastes (d imensional lumber and broken crat es and pallets): 50% Metals: 60% Toilets: 75% Appliances : 75% Copper cable/wire: SO% Transformers and ballasts: 100% Fluorescen t lamps: 100% Glass: SO% Unpa inted gyp sum board: SO% A minimum of 50% of the total weight of the wa ste (demolitoon and construction wastes) shall be diverted f rom landfill. Pa ae: E.3 ----·------------·-·----·--------------------------...., 8 . Refuse Route Schedule. The Contractor shall accommodate and coordonate woth t he Coty's refuse pock-up servoce on the prOJKt area The Contractor shall accommodate and coordinate w1th the C1ty's street sweep1ng serv1ce 10 the proJect area. 9. Survey a nd Layout: Contractor shall venfy all dimensions on the drawings and shall report to the City Representative any descrepanc 1es before proceedeng wtth related work. Contractor shall perform all survey and prectse layout work to the satesfactton of the C1ty Eng1neer . Contractor shall establish final grades and extents for the emprovements and preserve such work on as·bullt plans 10. Lomots of Work Lomots of work shall be the legal property boundaroes of the sote unless modofied by Contract lomot lines indteated on t he plans or as noted otherw1se. 11. Notice t o Proceed: The Contractor shall not commence work unt1l a Not1ce to Proceed has been 1ssued by the C1ty to the Contractor Pnor to the ISSuance of Nottee to Proceed the Contr~ttor shall provtde the followme. a . The Contractor shall prov1de all requ1red contract bonds and evtdences of Insurance to the Coty, b. The Contractor shall submit a Constructoon Schedule t o Coty Engoneer; c. The Contractor shall obtaon a Coty o f Temple Coty Busi ness LKense; d . Obtain a no-fee Constructoon Permit from the City Notw1thstand1ng any other provisions o f the Contract, the Contractor shall not be obligated to perform any work and the Coty shall not be obligated to accept or pay for any work performed by the Contractor proor to dehvery of a NotKe to Proceed The Coty's knowled&e of work beon& performed proor to delivery of the Notoce to Proceed shall not obligate the Coty to accept or pay for such work 12. Project Schedule . The Contractor shall subm1t a Constructton Schedule to the Engineer prior to Notice To Proceed is issued . No work may be started unto I the Schedule has been approved in writing. The work shall be scheduled to assure that construction w11t be completed within the spectfied ttme. The Contractor shall be held responsible for coordonatoon of all phases of the operatoon so that the t1me schedule can be met If the Contractor deseres to make a ma,or change en ets method or operattons after commencme construction or 1f 1ts Schedule fa1ls to reflect the actual progress, the Contractor shall submit to the Engoneer a revosed Constructoon Schedule. Saod Schedule shall be submotted on advance of the begonnong of the revosed operations or wothon two (2) workong days after notoficallon by the Eneeneer The Engeneer may suspend all progress paymenu •f the Contractor fa1ls to comply 13. Contract nme. The Contractor shall submit evidence to the Coty that all materials have been purchased by the date indicated in the constru ction schedule on INSTRUCTIONS TO BIDDERS SECTION of these specifiCations. The date construction shall begin will be specified in a Notice to Proceed, by the date ondocated on the construction schedule on INSTRUCTIONS TO BIDDERS SECTION of these speclfteattans Except as otherw1se provtded 10 the Spe:etal PrOVISIOns, work1ng hours 10 traffic lanes wtll be restrKted to between the hours of 8 :30 a m . and 3 00 p .m ., and, except as otherwose stated on the Speceal Prov1stans or approved by the C1ty Enemeer, worktnc hours for a reas not affect1ne traffiC are between 7.00 a m . and 4 :00 p.m . Monday through froday, excludon& legal hohdays and weekends. Dunng penods when weathe r or other condtt1ons are unfa vorable for const ructton, the Contractor shall pursue only such portions of the work as shall not be d amaged thereby. No portoons of the work whose acceptable qualoty or efficoency woll be affected by any unfavorable conditiOns shall be constructed while those cond1ttans ex est. It is expressly understood and agreed by and between the Contractor an d the Coty that the Contract tome for completoon of the work descnbed heretn ts a reasonable t1me tak10g1nto constderat1on the average cl1mattc and economtc cond1t10ns and other factors preva1hng an the &oc.ahty of the work. 14. Delay on Obtaonon& Materoals : No extension of tome woll be granted for a delay caused by the onaboloty to obtaon materoals unless the Contractor either obtains a dvance written approval from City Engmeer or obtams from the supplier and furnishes to the Engineer documentary proof that such matenals could not be obtained due to war, government regulatto ns, labor dtsputes, strikes, fires , Ooods, adverse weather cond1t1ons necessitating the cessatiOn of work, or other sim1lar actiOn of the elements. The Contractor IS reqUired to order matenals 10 a t1me ly manner as specified 1n the "InstructiOn to Bidders" 15. Record Drawongs: The Contractor shall maont;un at the JOb sote a copy of all requored permits, one (1) set of plans, standard plans and specofocatoons and contract documents. At the end of each workong day, the Contractor shall subm1t to the Inspector a n accu rate .. as-bu1lt,. draw1ng of any changes that occurred f rom the approved plans and drawings, including Change Order work, changed conditions in the field, and/or claimed extra work. The Cont ractor sha ll be responsible to obtain the Inspector's wntten approval of the accuracy of sa1d d rawing. No mvo1ce w1ll be accepted for processmg unt1lall work mcluded there1n 1s accurately shown on the record drawmes 16. Materials Pa1e: E.S Matenal Sp~1fecauons Whenever any matertal IS specified by name and number thereof, such speCifecattons shall be deemed to be used for the purpose of fa colotatm& a descroptoon of the materoals and estabhsh on g the quahty of the mater~<~ Is to be used . All materoals shall be new and t he best o f theor cla ss a nd k1nd . No substitution will be permitted wh1ch has not been approved in writing by the Eng1neer. Material list : A complete materoallost sha ll be submitted prior t o per formmg any work. Ca talog data and full descnptlve literature and manufacturer's sp~1f1ca t.ons and insta llation mstructtons sha ll be su bmrtted whenever the use of 1tems dtfferent t han those spec1fied IS requested. The materoal lost shall be submotted usmg the followons sample layout (double spaced between each otem) Item No. Oescn pt10n Manufacturer Model Number l . material ABC Corp. XXX Approval of Substotut es: Approval of any otems , alternates or substitutes ondocates only that the product(s) apparently meet t he requ1remenu of the draw1ngs and speCJficateons on the basrs of the 1nformatten and/or samples submotted Contractor's Responsobohty Manufacturer's warran ties shall not relieve the Cont ract or of liability under these Spec1ficateons. Such warranties only sh all supplement the Contractor's responsibility. 17 . Inspection and Testing: All materoals furnoshed a nd a ll work performed under the Contract shall be subJect to revoew and mspect10n by the Engmeer Such rev1ew may mclude m•ll. plant, shop, nursery, or field mspectten as requ1red City Enemeer shall be permitted access to all paru of the work, •ncludme plants where materoals are manufactured or fabrocated, and shall be furnished woth such materoals, rnformatton and a ss1stance by the Contractor and 1ts subcon tractors and suppliers as IS requ1red to make a complete and detaoled onspectoon. The Cont ractor shall request inspection 24 hours 1n advance by calling the C1 ty Engrneer or h1s designee. Submottal shall be provoded by the Contractor per Subsectoon 2-5.3 Submottal s o f the Standard Sp ecofocatoons for Publoc Work Constructoon (SSPWC). The Coty woll provode standard progress buoldong and pubhc works onspectoon at no cost to the P•&•: E.6 Con t ractor Contractor shall arrange and pay for all other 1nspect10ns reqUired by ordmance or govermna authont 1es, mcludmg tests en connect eon therewtth, as may be a ss11ne d to 1t'" other secttons of the specl f1ca t 1ons. I t shall be the Con tractor's respons1b1hty to obta1n Inspection 1n a timely manner preor to proceeding With any phase of constructiOn. The Contractor shall ne1ther allow nor cause any o f 1ts work t o be covered or enclosed until it has been mspected, tested and approved by the Engineer. City Engineer w ill make. o r have made, such inspections and tests as he deems n~ess ary to see t hat the work rs be1ng accomplished 1n accordance w1th the requirements of the Contract. In the event such mspect1ons or tests reveal non-compliance w1th the requirements of the Con t ract, the Contractor shall bear the cost of such correctiVe measures deemed necessa ry by the C1ty Enemeer, as well as the cost of the subsequent re--mspectten and re-testmg. It shall be understood and ag reed that t he 1nspect1on or mak1ng of tests shall not const1 tute an acceptance of any port eon of t he work nor relieve the Cont"'ctor from compliance w1th the terms o f the Contract Sta ndard progre55 bolhng and publoc works onspectoons shall be requested by the Cont ractor a t least twenty-four (24) hours in advanc e o f an ant1c1pated 1nspection. Work done in the absenc e of pr esc r ibed inspection may be requ ired to be removed a nd replaced under the p roper mspect1on, and the enttre cost of removal and re placement, includ in g the cos t of all materoals whoch may be furnoshed by t he Coty and used on the work t hus removed, shall be borne by the Contract or, regardless of whether the work removed os found to be defectove or not. Work covered wothout the authorotv of Coty Engoneer shall, upon order of the Coty Eneoneer, be uncovered to the extent reqUired, and the Contract or shall stm1larty bear the entire cost of perfomuna all the work and furmshme all the matenals necessary for the removal of the covenng and Its subsequent replacement. 18. ConstructiOn Staking: locations of new sign posts, signage, pavement markmg, lines and striping as shown on the pla ns are apprmdma t e and the exact locations sh all be established by the Contractor w1th approval by En gineer In the field. 19. Ut1hty Compantes Coordmat1on a. The Contractor shall provode coordonatoon with all the utohty companoes onvolved and shall prov1de protKtton from damage to the1r faC1ht1es The Contractor shall be respons1ble for repalf or replacement to sa1 d fac1httes made necessa ry by 1ts fa1lure to p rov1de requtred protection. The Contractor i s reqUired to Include ut1 hty requi rements 1n the Construction Schedule. b . The Cont ractor shall notify all utility agencoes and owners of all faci lities within t he area of construct iOn a m1mmum of five (S) work days 10 advance of performing any w ork w1th1n said area P•l<: E.7 c. The Contractor shall prot ect all utih t1 es and oth er improvements which may be impaired during constructto n operattons . tt shall be the Contractor's r espons1b thty to asce rtam t h e actual location of all exinmg utilities, 1nclud1ng serv1ce laterals, and oth er im provements indicated on the drawtngs that will be encountered in 1ts constructton o pera tions, and to see that such uttl lties o r o ther improvements are adequately protected f rom damage due t o su ch opera tions. The Contractor shall take all possible precautio ns for the protection of unforeseen utility hnes t o prov1de for uninterr upted service and to provtde such special protection as may be directed by the Engineer. The Contractor shall be solely responsible to check all utility record maps, books, and/or o ther data in the possesston of the C1ty, other agencies, and/or all utility compani es, and no allowan ce shall b e made for any failure t o have done so. d . It shall be the Contractor's responsibtlity to com plet ely remove all "constructton graffiti" (spray pa 1nt or other marking for ut1hties, survey points and construct1on llm1ts) p nor to acceptance o f the work a s completed . e. 48 hours prior to any excavation, t he Contractor shall call "Underground Service Alert- Southern Ca lifornia" for ut ility loca t i ng i n all public righ t -of-ways by calling 811. L List o f Utility Owners are listed i n t he Section D General Provisions of these contract documents. g . All cost for com plytng w it h the requirements of this subsect ion shall be included tn t he various 1tems of the btdd 1ng schedule unless specified oth erw1se . B. TRAFFI C RE QUIREMENTS 1. The Contractor shall be responsible t o f urn1sh, insta ll and maintain such devices wh1c h are necessary t o prov1de safe and effiCie nt passage for the traveling public through the work ar ea , for the safety of personnel present in the work area, and to mmimize inconvenience to adja cent properties. 2 . The use o f flagmen may be required if deemed so by the Eng1neer. Adequate flagm en , co nst ruction s1gn barricades, delineators, a nd arrow boards shall be used to the sat1sfa ct1on o f the Engineer. Ad eq uat e traffic control shall be maintai ned at all t imes through t he constructiOn zo ne, m compliance w tth the Ca lifo r nia Manual on Untform Tra ffic Control Devices. 3 . Mtmmum ReqUirements for Maintaining Traffic Flow. a. The Co ntracto r shall ma1ntain one (1) minimum ten-f oot-wide lanes in each d~rec:tton at all times. b. Driveways -The Contractor shall maintain access to each driveway at all t imes unless other arrangements have been made with each pro perty owner, subjec t t o approval by the Engineer. c. A ll on gmal traffic lanes shall be restored at t he end of worktng hours each day. Page: E.8 d . Tr affic signs, flaggers, warning device s, sa fety traffic deveces and electron1c arrow board for d1vertmg and d ir ecting traffic sha ll be furniSh ed, i nstalled and mainta1ned by the Cont ractor through the project. Arrow boards an d other deviSes must comply w1th the City of Temple Ci ty r equirements for n1ght1 1me noise standard s at adjacent priva t e p roperty lines. e. If permanent pavem ent marki ng s cannot be r estored by t he end of the work shift in which they w ere obliterated, temporary markings sh all be provided b y the Contract or pr ior t o lea ving the jo b sit e on all streets except any st reet closed to t hroug h traffic_ These temporary markin gs sha ll be a s follows: f . Temporary lane l ines and/or centerlines shall consist of day/night r eflectonzed ra ised p avement markers, approved by the City o f Temple City, spaced approximately 24' a pa rt. g. R1ght edge lines shall not be s1mulated w tth d ashes or pavement markers; however, portable del ineators, guide markers, et c., may be used by the Con tractor where 1t is conside red desirable to enhance the edge of traveled way due to curvilinear alignment, narrowmg pavement, et c., and shall be u sed when d1rected by t he Engmeer. The Co ntractor sh all be res ponsi ble t o periodically review the construction area at nig ht t o insure all lights are properly placed and operable. h . Location s where no-passing zone cent erline delineation has been obliterated shall be posted b y the Contract o r with a Sign package consistin g o f a Cl8 (23) "ROAD CONSTRUCTION (WORK) AHEAD" and R63 "DO NOT PASS ". See other traffic reQu irem ents under o ther work sect1o ns J. Any devia tion w1 th these traffic requtrements may be aff orded only w1th the pnor wntten approval of the Engineer. 4 . Holiday Period. No reduct ion 1n the number of lanes or 1n lane widths on any street shall be permitted durmg the holiday pen od which begi ns o n the M o nday prio r to Thank sgiving and ends on the Friday following New Yea r 's Day. S. Temporary No Pa rk ing S1gns. The Contractor IS responsible to post "Temporary No Parkmg" signs at least 5 wor ki ng days 1n advance o f the first date of enf orcement. The City shall be Informed befor e post ing o f signs . Parking will be r estricted only for t he minimum time necessary to complete on-going work. 6 . All cos t s f or co mplyi ng with these traffic p rovisions shall considered included in vario us bid item. C. ClEARING A ND GR UBBING 1. The following paragraphs shall be added to Subsection 300-1.3, Removal and Disposal of Materials of the SSPWC: CONTRACTOR shall remove and transport debris and rubbish m a manner that wrll prevent spillage on streets or adJacent areas. Cleanup of sprllage will be at CONTRACTOR'S expense. Unless noted otherwise elsewhere on the contract documents, all matenals indicated to be removed shall be recycled rmmed iately at the CONTRACTOR's expense at a srte approved by the Engineer, per the requirements h ighlighted in Subsection E.7 above. No demolished materials shall be stored in the Work Area or Staging Area at any time, but instead shall be removed and recycled immediately. Contractor shall not start any removal work unless it is prepared to perform reconstructton work emmediately without interruption from the time removals begun, unless otherwise approved by the Engrneer. 2. Add the following to subsection 300-1.3.2, Requrrements of the SSPWC: a .) Mescellaneous Removals and Relocations. This item shall include all removals not specifically li sted in the Bidder's Proposal or otherwise covered by these Specifications such as all necessary reloc-ations and restora t ions of signs and other items, whether shown on the Plans or not, and as necessary to complete the improvements. Cont ractor shall be responsible to review the project site prior to bidding and to include all such work, whether or not shown on the plan, in its bid prices for this item. b .) limits. The Contractor shall meet with the Inspector pnor to makeng removals to verify the hm1ts of removals. 3. All cost for comptymg w1th the above requirements shall be cons1dered included in all various bid it em and/or included on the applicable b1d item. D. STREET NAME SIGNS Full compensation for the furnishing and construction of the Street Name Signs shall be paid per each (unit) complete, including removal and disposal of existing street name signs (single plate or box framed) includmg sign, frame, brac kets and all related appurtenances and installatio n of new street name sign tncluding s1gn, fram e, brac kets and all related appurtenances. No additional compensation wtll b e allowed. Below IS the specification for the street name signs. Page: E.lO • !n l> c I} <.fl1-'! 7f1' 2 " I or ,. ,. ,-~'....'-: ~! Rosemead Bl ,,. u · ,-CITY SPECIACAUONS· I Srgn l aces 12) •hall be 0 063" lhrck sheet alummum. allov 5052 2 S1gn shall be double ·Sidad, wRh each s1gn face nve1ed to alummum bOlt frame Alumrnum Box frame shall cons1st of 1" x I " x 1/8" alumtnum square tub1ng lor, ch annel). alloy 6063 Stgn faces shall be nveted to bOJl. fra me usmg 3116" dtameter nvets. placed»" from edge of s1gn face, and spaced at s· tntervals around enure peumet er of both stgn f aces 3 Retroreflecuve sheeting on stgn panel shall be JM Otamond Grade Cubed lor. ATSM Type XI accepta ble equol) • Stgn colors shaii.!1.Q1 be st lk·screened ; Electronic Cuttable film may be used for green background, Crty IOQO may be dtgttaUy-pnnted . Both Sides of sign panel shall be laminated wtth 3M 1160 Premium Overlay film lor, acceptab le equal) Srgn AS5embly shall be affixed to mast arm swing 5ign brac ket5 ITAPCO model no. M IOJ -OC8250flSAC and MIOJ-OCS250AlSAC. or acceptable equal•) Mast arm swtno brackets shall be atftxed ro traffic stgnal mast arm ustng .030" -th1ck stainless s-teel strappmg , 314· wtdth, wtth stamless steel buckles OVERSIZED STREET NAME SIGN Double· Sided Hanging Box Frame Type 02/2017 NOT TO SCALE Page: E.ll ----------------------------------------------------------------------------------------------------------·------------------------------------------ Appendix A CITY STANDARD PUBLIC WORKS CONTRACT TO BE EXECUTED CITY OF TEMPLE CITY PUBLIC WORKS CONTRACT PR OJECT ________________________________________ __ TH IS AGREEMENT ("Agreement") is made and entered into this ___ day of :-:----:--:---,----::------::----:-------:---:' by and between the CITY OF TEMP LE CITY, a Municipal Corporation located in the County of Los Angeles, State of California ("C ITY'), and [a corporation/partnership/limited habihty company corporation , located at ("CONTRACTOR"), collectively referred to as the Part1es RECITA LS A. CITY , by 1ts Not ice Inviting Bids. duly advertised for written b1ds to be submitted on or before . for the following . in the City of Temple C1ty , California ("Proj ect") B At on sai d date, m the Temple C1ty Council Chambe rs. the b1ds submitted for the Project were opened C At its regular meet1ng held on . the C1ty Counc1l of CITY accepted the b1d of CONTRACTOR fo r the Project as be1ng the lowest respons1ve bid received and directed that a written contract be entered 1nto w1th CONTRACTOR . OPERATIVE PROVISIO NS NOW. THEREFORE, m consideration of the prom1ses and of the mutual covenants and agreements here1n con ta ined . the part1es do hereby agree as follows 1. CONTRACT DOCUMENTS. Th1s Agreement cons1sts of the folloWing documents ("Contract Documents"). all of wh1ch are made a part of th1s Agreement (a) Notice InVIting Bids (b) Instructions to Bidders (c) Bid Form (d) B1d Proposal and/or Contract Proposal , as accepted , 1nclud1ng the Certificate of B1dders' Expenence and Qua hficahons and the L1st of Subcontractors r--------------------------------------------------------------------------------------------------------------------------------------- (e) Information Reqwed by B1dder (f) Not1ce of Award (g) Not1ce to Proceed (h) Th1s Agreement (i) Verification of California Contractor's License U> Contracto r's Cert1ficate Regarding Workers' Compensation (k) Secunty for payment (labor and matenals) (I) Secunty for performance (m) Cert1ficate(s) of Insurance (n) General Cond1t1ons/Spec1ficat1ons (o) Special Provisions (p) Plans and Standard Drawings (q) Preva1l ing Wage Scales (r) Standard Specifications for Public Works Construction. 1nclud1ng subsequent addenda and supplements (s) Change orders 1ssued by the City and s1gned by the Contractor pertammg to the Contract after the Contract is awarded to Contractor (t) All addenda issued by the C1ty with respect to the foregoing prior to the opening of b1ds , Including, Addenda Nos. ___ . (u) Other documents (list here or delete) In the event there is a conflict between the terms of the Contract Documents, the more specific or stringent provision sha ll gove rn . 2 2. SCOPE OF W ORK . CONTRACTOR agrees to perform all work reqUired for the Project and to fulfill all other obligations as set forth 1n the Contract Documents ("Work") Except as speafically provided 1n the Contract Documents. CONTRACTOR m ust furnish all of the labor, matenals, tools, equ1pment , services and transportation necessary to perform all of the Work CONTRACTOR must perform a ll of the Work 1n strict accordance With the Contract Documents. 3. COMPENSATION & PAYMENT. CONTRACTOR he reby agrees to rece1ve and a cce pt the total amount of Dolla rs ($ , based upon those certain unit prices set forth in CONTRACTOR's Bid Schedule, a copy of which is attached hereto as Exhibit "A " and Incorporated herein by this reference, as full compensation for the Work. Said compensation shall cover all expenses, losses, damages, and consequences ansing out of the nature of the Work dunng 1ts progress or pnor to 1ts acceptance. mclud1ng those for well and faithfully completmg the Work 1n the manner and t1me specified 1n the Contract Documents. and also 1ncludmg those a nsmg form act1ons of the elements, unforeseen d1fficu lt1es or obstructions encountered 1n the prosecut1on of the Work, suspens1on or d1scont1nuance of the Work, and all other unknowns or risks of any description connected with the Work. CITY shall retain five percent (5%) of the compensation until the provisions of Section 14 herein have been met. CITY hereby agrees to pay CONTRACTOR at the time. in the manner, and upon the conditions set forth in the CONTRACT DOCUMENTS. 4 . UNAUTHORIZED ALIENS. CONTRACTOR prom1ses and agrees to comply With all of the proVIsions of State and Federal law Wit h respect to the employme nt of unauthonzed a liens, mclud1ng Without llm1tat1on the Federal lmm1grat1on and Nat1onallty Act (8 USCA 1101 , et seq). as amended Should CONTRACTOR employ one or more unauthonzed a liens for the performance of the Work, and should the Federal Government impose sanctions against the CITY for such use of unauthorized aliens. CONTRACTOR hereby a g rees to, and shall, reim burse CITY for t he cost of all sanctions imposed, togethe r with a ny and all costs. including attorney's fees , incurred by the CITY in connection therewith . 5 . RE P RESENTATIONS AND WAR RANTIES. CONTRACTOR hereby represents and warrants that (a) It IS not currently, and has not at any t1me W1th1n the past five (5) calendar years been, suspended , debarred, or excluded from part1apatmg in. b1dd1ng on. contractmg for. or complet1ng any project funded 1n whole or in part by program , grant or loan fu nded by the federal government or the State of California; and (b) CONTRACTOR currently has. and for the past five (5) calendar yea rs has maintained in good standing, a valid Califorma contractor's license; and (c) CONTRACTOR IS reg1stered w1th the Department of lndustnal Relat1ons to perform seiVIceS on public works prOJects as reqwed by Labor Code sect1on 1725 5 3 CONTRACTOR agrees to complete and execute any statement or certtficate to th1s effect as may be requtred by the Ctty or by any federal or State of Califomta program , loan or grant utthzed on th1s ProJect 6. TIME TO PERFORM THE WORK . CO NTRACTOR shall commence the Work on the date speofied 1n the Notice to Proceed to be issued to CONTRACTOR by the Director of Public Works of CITY, and shall complete work on the Project with in --------L_j days after commencement. 7. NONDISCRIMINATION. CON T RACTOR shall not discnminate 1n its recrUiting, h1nng , promotion , demot1on or termi nation practices on the basts of race, religtous creed, color, national ongtn , ancestry , phystcal d tsabtlity , mental dtsabtlity , medical condttton, marttal status, sex , age , or sexual onentat1on 1n the performance of thts Agreement, and shall comply w1th the provisions of the Califomta Fa1r Employment and Hous~ng Act as set forth in Part 2.8 of Diviston 3, Title 2 of the Califomta Government Code, the Federal Ctvil Rtghts Act of 1964 , as set forth in Public Law 88 -352 , and all amendments thereto; Executive Order 11246; and all admtntstrattve rules and regulattons 1ssued pursuant to such acts and order. 8. LABOR CODE REQUIREMENTS. (a) CONTRACTOR 1s aware of and agrees to abtde by the provtstons of Califomta Labor Code SectiOns 1720, et seq , as well as Sections 1771 , 1773, 1773 1, 1773 6, 1773 7, 1774 , 1775, 1776 and 1777, pertatmng to the obligation to pay prevatling wages With respect to the performance of work ("Prevatling Wage Laws") Cop1es of th e prevailing rate of per dtem wages and the general prevatling rate for holiday and overtime work for each craft are avai lable 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 CONTRAC TOR. (b) CONTRACTOR acknowledges that under California Labor Code sections 1810 and folloWing , eight hours of labor constitutes a legal day's work CONTRACTOR Will forf611 as a penalty to City the sum of $25 00 for each worker employed 1n the execut1on of thts Agreement by CONTRACTOR or any subcontractor for each calendar day dunng whtch such worker IS reqwed or permitted to work more than 8 hours 1n any one calendar day and 40 hours 1n any one calendar week 1n vtolatlon of the proV1s1ons oflaborCodesectton 1810 (labor Code§ 1813) (c) CONTRACTOR must comply With Lab or Code section 1771 1(a). which provtdes that CONTRACTOR is on ly elig ible to perform the Work tf CONTRACTOR IS reg1stered with the Department of Industrial Relations as required by Labor Code Sect1on 1725 5, and that CO NTRACTOR may award subcontracts for work that qualifies as a "public work" only to subcontractors whtch are at the time of award regtstered and qualified to perform public work pursuant to Labor Code Section 1725 5 CONTRACTOR must obtain proof of such reg istratiOn from all such subcontractors 4 (d) CONTRACTOR, and any subcontractor engaged by CONTRACTOR , must pay not less than the specified preva iling rate of per dtem wages to all workers employed 1n the exeoullon of th1s Agreement (labor Code § 177 4 ) CO NTRACTOR is responstble for compliance with Labor Code section 1776 rela ttve to the retent1on and 1nspect1on of payroll records . (e) CONTRACTOR must comply With all provtstons of Labor Code sect1on 1775. Under Section 1775, Contractor may forfeit as a penalty to Ci ty up to $50.00 for each worker employed in the execution of the Agreement by CONTRACTOR or any subcontractor for each calendar day, or portion thereof, in which the worker is paid less than the prevailing rates. Contractor may also be liable to pay the difference between the prevatling wage rates and the amount patd to each worker fo r each calenda r day, or port1on thereof, for which each worker was paid less than the prevatling wage rate (f) Nothtng 1n th ts Agreement prevents CO NTRACTOR or any subcontractor from employtng properly reg istered apprent1ces 1n the executton of the Agreement. CONTRACTOR IS responstble for compliance With Labor Code section 1777 5 for all apprentlceable occupations. This statute requtres that contractors and subcontractors must submit contract award information to the applicable JOint apprenticeship committee , must employ apprentices in apprenticeable ocoupallons 1n a rat1o of not less than one hour of apprentice's work for every five hours of labor performed by a JOurneyman (unless an except ion is granted under §1777 .5), must contribute to the fund or funds 1n each craft or trade or a like amount to the Californta Apprenticeship Counol, and that contractors and subcontractors must not d1scrim1nate among otherwise qualified employees as apprentices solely on the ground of sex, race , religton , creed , national ongin , ancestry or color Only apprentices defined 1n Labor Code sect1on 3077 , who are 1n tratmng under apprent1cesh1p standards and who have wntten apprentice contracts , may be employed on public works 1n apprenttceable occupattons. (g) CONTRACTOR shall defend. tndemnify and hold the CITY , its elected offictals , officers, employees and agents free and harmless from any claim or liability arising out of any failu re or alleged failure to comply with the Prevailing Wage Laws. 9. PROJECT SITE CONDITIONS. (a) CONTRACTOR shall , w ithout dtsturbing the condition , notify CITY in wnt1ng as soon as CONTRACTOR , or any of CONTRACTOR 's subcontractors, agents or employees have knowledge and report1ng 1s posstble , of the dtscovery of any of the followtng cond1t1ons (i) The presence of any material that the CONTRACTOR believes is hazardous waste, as defined in Section 25117 of the Health and Safety Code, (ii ) Subsurface or latent phystcal condttlons at the s1te dtffering from those 1nd1cated 1n the speoficattons , or, (111) Unknown physical cond it1ons at the Site of any unusual nature , d1fferent matenally from those ord1nanly encountered and generally recogmzed as 1nherent 1n work of this character prov1ded for 1n th1s Agreement. (b) Pend1ng a determmation by CITY of appropnate act1on to be taken , CONTRACTOR shall proVIde security measures (e g • fences) adequate to prevent the hazardous waste or phys1cal conditions from causing bodily Injury to any person . (c) CITY shall promptly investigate the reported conditions. If CITY. through its Director of Public Works . or his or her designee . and in the exercise of its sole discretion, determines that the conditions do materially differ, or do 1nvolve hazardous waste , and INill cause a decrease or increase in the CO NTRA CTOR 's cost of, or time requ1red for. performance of any part of the Work, then CITY shall 1ssue a change order (d) In the event of a dispute between CITY and CONTRACTOR as to whether the cond111ons matenally d1ffer. or 1nvolve hazardous waste . or cause a decrease or mcrease m the CONTRACTOR 's cost of. or lime requ1red for. performance of any part of the Work, CONTRACTOR shall not be excused from any scheduled completion date , and shall proceed INith all work to be performed under the Agreement CONTRACTOR shall retain any and all rights which pertain to the resolution of disputes and protests between the part1es. 10. INDEMN ITY. CONTRACTOR shall assume the defense of and 1ndemn1fy and hold harmless the CITY , 1ts elect1ve and appo1nt1ve boards. officers . agents and employees , from all cla1ms . loss. damage. injury and liability of every k1nd , nature and descnp!IOn , d1rectly or 1nd1rect1y arising form the performance of the Work, regardless of responsibility of negligence ; and from any and all cla1ms. loss. damage , Injury and liability, resulting directly or indirectly from the nature of th e Work covered by th is Agreement. regardless of responsibility of negligence . (a) CITY does not. and shall not, waive any nghts agamst CO NTRACTOR which it may have because of the acceptance by CITY or the deposit with CITY by CONTRACTOR , of any of the insurance pohc1es heremafter descnbed 1n this Agreement (b) The mdemnity provided by CONTRACTOR shall apply to all damages and cla1ms for damages of every kmd suffered , or alleged to have been suffered . by reason of any of the Work by CONTRACTOR . or any subcontractor . regardless of whether msurance pohaes are applicable to any of the damages or cla1ms for damages (c) The provisions of this section do not apply to claims occurnng as a result of the C1ty 's sole negligence or INillful acts or omiss1ons (d) The prov1s1ons of this section Will surv1ve the exp1rat1on or earl1er term1nahon of th1s Agreement 6 1 1. BONDS . CONTRACTOR. before commenc1ng the Work, shall furn1sh and file With CITY a bond , or bonds, 1n a form sat1sfactory to the CITY, 1n the sum of one hundred percent (100%) of the compensation amount stated 1n Section 3 of thiS Agreement cond1t1oned upon the faithful performance of th1 s Agreement and a bond, or bonds, 1n a form satisfactory to the CITY, in the sum of one hundred percent (100%) of the compensation amount stated in Section 3 of th1s Agreement cond1t1oned upon the payment of all labor and materials furnished 1n connection INith this Agreement. 12. INSURANCE. CONTRACTOR shall not commence the Work until CONTRACTOR has obtained all insurance requi red by the Contract Documents and such insurance has been approved by CITY as to form , amount and carrier. CONTRACTOR shall not allow any subcontractor to commence work on any subcontract unt1l all similar insurance requ1red of the subcontractor have been obtained and approved (a) Workers' Compensation CONTRACTOR shall take out and mamta1n . dunng the life of th1s Agreement, Worker's Compensation Insurance (Statutory L 1mits) INith Employers liability Insurance (with lim1ts of at least S1 ,000,000) for all of CO NTRAC TOR 's employees employed at the Project s1te ; and, 1f 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 protect1on afforded by CONTRACTOR If any class of employees engaged 1n Work under this Agreement at the Project site 1s not protected under any Workers' Compensation law. CONTRACTOR shall prOVIde and shall cause each subcontractor to proVIde adequate 1nsurance for the protect1on of employees not oth erw1se protected CO NTRACTOR shall 1ndemmfy CITY for any damage resultmg from fa1lure of e1ther CONTRACTOR or any subcontractor to take out or ma1ntam such 1nsurance CONTRACTOR shall subm1t to Agency, along INith the certificate of Insurance , a Waiver of Subrogation endorsement in favor of the Agency, its officers, agents , employees and volunteers. (b) Comprehensive General liability Products/Completed Operations Hazard and Contractual General liability Insurance CONTRACTOR shall take out and maintam during the hfe of this Agreement such comprehensive general liability, products/completed operations hazard, comprehensive automobile liability and contractual general liability msurance as shall protect CITY, 1ts elect1ve and appo1nt1ve boards. officers. agents and employees, CONTRACTOR . and any subcontractor performing work covered by this Agreement, from cla1ms for damage for personalmjury, mclud1ng death , as well as from cla1ms for property damage wh1ch may anse from CO NTRACTOR 's or any subcontractor's operations under th1s Agreement, whether such operations be by CONTRACTOR or by any subcontractor. or by anyone directly or md1rectly employed by either CONTRACTOR or any subcontractor, and the amounts of such msurance shall be as follows: 7 (1) General Liability Insurance 1n an amount of not less than ONE MILLION DOLLARS ($1 ,000,000) per occurrence. (11) Products/Completed Ooerat1ons Hazard Insurance 10 an amount of not less than ONE MILLION DOLLARS ($1.000,000) per occurrence; and (iii) Contractual General Liability Insurance in an amount o f not less than ONE MILLION DOL LARS ($1,000,000) per occurrence. General aggregate limits in an amount of not less than TWO MILLION DOLLARS ($2 ,000,000) shall be considered equivalent to the required mimmum lim1ts set forth hereinabove (c) Comprehensive Automobile Liability. CONTRACTOR shall take out and mamtam dunng the life of th1s Agreement, comprehensive automobile liability msurance as shall protect CITY, 1ts elective and appointive boards, officers. agents and employees, CONTRACTOR, and any subcontractor performmg work covered by th1s Agreement. from Claims for damage for personal inj ury, including death, as well as from claims for property damage which may arise from CONTRACTOR's or any subcontractor's operat1ons under this Agreement, whether such operations be by CONTRACTOR or by any subcontractor, or by anyone d1rectly or 1nd1rectly employed by either CONTRACTOR or any subcontractor, and the amounts of such 1nsurance shall be as follows. (1) Comprehensive Automobile L1ab11ity Insurance 1n an amount of not less than ONE MILLION DOLLARS ($1,000,000) combined single lim1t per acc1dent (d) Proof of Insurance The insurance required by this Agreement shall be with insurers which are California Admitted and Best A rated or better CITY shall be named as 'additional 1nsured' on the general liability and automobile liability required hereunder, and CONTRACTOR shall furnish CITY, concurrently with the execution hereof. With satiSfactory proof of carriage of the insurance required, and adequate legal assurance that each carrier Will give CITY at least thirty (30) days' prior notice of the cancellation of any policy during the effective period of th1s Agreement (e) Umbrella or excess liab1hty insurance. (Optional dependmg on ltmtls reqwred] Contractor shall obta1n and ma1ntain an umbrella or excess liab11ity 1nsurance policy With lim1ts that Will prov1de bod1ly injury, personal injury and property damage hab1lity coverage at least as broad as the primary coverages set forth above , mcluding commerc1al general liability and employer's liability Such policy or polic1es shall 1nclude the follOWing terms and cond1t1ons: • A drop down feature requ1ring the policy to respond 1f any pnmary Insurance that would otherwise have applied proves to be uncollectible 1n whole or 10 part for any reason . • Pay on behalf of word1ng as opposed to reimbursement , 8 • Concurrency of effectJve dates with pnmary policies, and • Polic1es shall'follow form ' to the underlying primary polic1es • Insureds under pnmary policies shall also be 1nsureds under the umbrella or excess policies (f) Requirements not limiting. Requirements of specific coverage features or limits contained in this Section are not intended as a limitation on coverage, limits or other requirements , or a waiver of any coverage normally provided by any Insurance. Specific reference to a given coverage feature is for purposes of clarification only as it pertains to a given issue and is not intended by any party or insured to be all inclus1ve, or to the exclusion of other coverage, or a waiver of any type . If the CONTRACTOR ma1nta1ns higher lim1ts than the m1nimums shown above, the Agency reqwres and shall be ent1tled to coverage for the h1gher hm1ts mamta1ned by the CONTRACTOR Any ava1lable 1nsurance proceeds in excess of the spec1fied m1n1mum lim1ts of 1nsurance and coverage shall be available to the Agency (g) Pnmary/contnbut1ng . Coverage proVIded by the CONTRACTOR shall be pnmary and any 1nsurance or self-in surance or ma1nta1ned by Agency shall not be reqwred to contnbute to it. The limits of insurance reqUired herem may be satisfied by a combination of primary a nd umbrella or e xcess in surance. Any umbrella or excess Insurance shall contain or be endorsed to contain a proVIsion that such coverage shall also apply on a pnmary and non-contributory basis for the benefit of Agency before the Agency's own insurance or self-insurance shall be called upon to protect 1s as a named msured (h) Not1ce to Proceed. The CITY w1ll not 1ssue any notice authonz1ng CONTRACTOR or any subcontractor to commence the Work under thiS Agreement unt1l CONTRACTOR has provided to the CITY the proof of 1nsurance as required by this Section 12 13. LIQUIDATED DAMAGES. The parties agree that it would be impractical and extremely difficult to fix the actual damages to the CITY in the event the Protect is not commenced and/or completed on or before the dates specified for commencement and completion of the Project in the Contract Documents The part1es have cons1dered the facts of a breach of this Agreement and have agreed that the liqu1dated damages sum hereinafter set forth 1s reasonable as liqu1dated damages 1n the event of a breach, and that sa1d sum shall be presumed to be the amount of the damages susta1ned by the CITY 1n the event such work is not begun and/or completed and accepted by the times so spec~fied in the Contract Documents. The sum of ONE THOUSAND DOLLARS ($1 ,000.00) shall be presumed to be the amount of damages suffered by the CITY for each day's delay in the starting and/or complet1on and acceptance of the Project after the dates spec1fied in the Contract Documents for the start and/or complet1on thereof, and CONTRACTOR hereby agrees to pay said sum of ONE THOUSAND DOLLARS ($1 ,000 00) as liqu1dated damages for each day of delay 1n the starting and/or completing and acceptance of sa1d Project beyond the dates SPecified 1n the 9 CONTRACT DOCUMENTS Any and all such liquidated damages assessed shall be done 1n accordance With that certa1n edition of the Sta ndard Spectficalton for Publtc Works Constru e/ton currently 1n effect on the execution date of th 1s Agreement CONTRACTOR CITY OF TEMPLE CITY By Dat_e_: ____________________ __ By __________________ __ Da te: __________________ __ 14. NOTI CE OF COMPLETION . Upon completion of PROJECT and acceptance of same by the C•ty Council of the CITY, the City Ma nager of the CITY shall cause to be recorded a Not1ce of Completion With the office of the Los Angeles County Recorder: and , after th1rty -five (35) days from the date said Not1ce of Completion 1s recorded , the Director of Fmance of CITY shall release the funds retamed pursuant to Sect1on 3 hereof. prov1ded there have been no mechamcs' liens or stop not1ces filed against the Work which have not been pa1d , withdrawn or eliminated as hens against sa1d work 15 . COMPLIANCE WITH LAWS. In performing the Work, CONTRACTOR must comply With all app licable statutes, laws and regulations. indud1n g, but not limited to, OSHA requirements and the Temple C1ty Mumcipal Code Contractor must, at Contractor's sole expense. obtain all necessary perm1ts and licenses reqwed for the Work . and g1ve all necessary notices and pay all fees and taxes reqUired by law. 1nclud1ng, w1thout hm•tat1on , any bus•ness license tax 1mposed by C1ty 16. INDEPENDENT CONTRACTOR . CONTRACTOR IS and Will at all t1mes rema1n as to CITY a wholly independent contractor. Ne1th er the CITY nor any of its officers , employees. or agents Will have control over the conduct of CONTRACT OR or any of CONTRACTOR 's officers , employees . agen ts or subcontractors. except as expressly set forth in the Contract Documents. CONTRACTOR may not at any time or in any manner represent that it or any of its officers. employees . agents, or su bcontractors are 1n any manner officers, employees, agents or subcontractors of CITY. 17. GENERAL PROVISIONS . (a) Authonty to Execute . Each Party represents and warrants that all necessary act1on has been taken by such Party to authonze the unders1gned to execute th1s Agreement and to b1nd 11 to the performance of 1ls obhgat1ons (b) Assignment. CONTRACTOR may not ass1gn th1s Agreement Without the pnor wntten consent of CITY, wh1ch consent may be Withheld 1n the CITY's sole d1scret1on s1nce the expenence and qualifications of CONTRACTOR were matenal cons1derat•ons for th1s Agreement 10 (c) B1nd1ng Effect This Agreement IS b1nd1ng upon the he1rs, executors . adm1mstrators. successors and perm1tted ass1gns of the Part1es (d) Integrated Agreement Th1s Agreement, •nclud1ng the Contract Documents. IS the ent1re. complete. final and exclus1ve express1on of th e Part1es with respect to the Work to be performed under this Agreement and supersedes all other agreements or understandings , whether oral or written. between CO NTRACTOR and CITY prior to the execution of this Ag reement. (e) Modification of Agreement . No amendment to or modification of th is Agreement will be valid unless made in writ ing and approved b y CO NTRACTOR and by the City Council or City Manager of CITY , as applicable. The Part1es agree that th is requirement for wr1tten modifications cannot be waived and that any attempted wa 1ver Will be VOid (f) Counterparts and Facsimile Signatures Th 1s Agreement may be executed 1n several counterparts. each of wh1ch Will be deemed an ong1nal , and all of wh1ch, when taken together, constitute one and the same mstru ment Amendments to this Agreement Will be considered executed when the signature of a party is delivered by facs1m1le transmiss1on. Such facsimile s1gnature Will have the same effect as an onginal signature (g) Wa1ver. Waiver by any Party of any term , cond1t1on , or covenant of this Agreement Will not constit ute a wa1ver of any other term . condition. or covenant Wa1ver by any Party of any breach of the prov•s•ons of th1s Agreement Will not const1tute a wa1ver of any oth er prO\IlSIOn , or a wa1ver of any subsequent breach or \llOiation of any proviSIOn of th•s Agreement Acceptance by C1ty of any Work performed by CONTRACTOR will not constitute a waiver of any of the pro\llslons of this Agreement (h) Interpretation . This Agreement will be interpreted , construed and governed accord ing to the laws of the State of California . Each party has had the opportunity to review this Ag reemen t wi th legal counsel. The Agreement will be construed simply, as a whole, and in accordance with its fair meaning It will not be Interpreted stnctly for or aga1nst e1ther party (1) Severability. If any term , condition or covenant of th1s Agreement is declared or determmed by any court of competent JUrisdiCtion to be 1nvahd , voi d or unenforceable, the rema1nmg provis1ons of th1s Agreement Will not be affected and the Agreement Will be read and construed without the 1nvahd , vo1d or unenforceable provis1on Ol Attorneys' Fees. The prevailing party in any action to resolve a dispute concern1ng th1s Agreement shall be entitled to have and recover from the losing party the reasonable attorneys' fees and costs of such action II (k) Venue. In the event of llt1gation between the pa rt ies, venue in state trial courts will be in the County of Los Angeles. In the event of litigation in a U .S District Court, venue will be in the Central District of California , in Los Angeles. (I) Notices. All written notices re qu ired or permitted to be given under th is Agreement wi ll be deemed made when received by the other Party at its respective address as follows : To CITY: To Contra ctor: City of Temple C ity 9 701 Las Tu nas Drive Temple City, California 91780 Attention : _____ _ (Tel.) (Fax) Attention : ______ _ (Tel.) (Fax) Notice will be deemed effective on the date personally delivered or transmitted by facsimile . If the notice is mailed, notice will be deemed g iven three days after deposit of the same in the custody of the United States Postal Serv1ce, postage prepaid , for fi rst class delivery, or upon delivery if using a major courier service with track1ng capabilities . Any Party may change its notice infor mation b y giving notice to the other Party in compliance with this section. 12 IN WITNESS WHEREOF, the parties hereto have caused this contract to be executed on the __ day o f , 20_, by their respective officers duly authorized in that behalf. ATTEST: Peggy Kuo. Ci ty Clerk Da te . APPR OVED AS TO FORM : Eric S. Vail , City Attorney 13 CITY OF TEMPLE CITY, a municipal corpo ration By ____________________ ___ ---------·a [state type of entity] By ___________________ ___ By ___________________ ___ CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT I I I ' I I I I I I I'' I I I'' I I I' I II',, I I I I I'"' I I I I I I I I I I II' I II I I I Il l' I I I I ' I' I .... '""'''"'' I''' I''' .- A notary pubiK or other offoc~ compll!ting this rertilicate Vf!nf~ only thf! ~ntity of thf! individual who Slgnf!.d thf! dO<Ument , to whiCh this c:ertifiGite IS anacned, and not thl! U\lthfulnf!SS, accuracy, or validity of that docum~t. L___ State of Ca llforma } County of Los Angeles On ___________ beforeme, -------------------- /1,_. No-of N--, ,_ • .w r..-J personally apPf!ared ____________________________ _ who proved to m e on the bam of satiSfiKt.ory evidenre to be the person(s) whose name(s) IS/are subscribed to the wrth" mstrumem and aclcnowlf!dged to me that 111!/w/they exKUted the same in his/hf!r/their authorized Glpacity(~). and that by his/hf!r/thetr signanxe(s) on the lf\SU\Iment the person(s). or the entity upon behalf of whiCh the person(s) acted, executed the 1nsuument. I certify under PENALTY OF PERJURY under the laws of the State of Callfom~a t hat the foregoine paraeraph is t rue and correct. WITN ESS my hand and otfoc1al seal . Signature --------------- --------------OPTIONAL-------------- Tho<Jgh d.. inform~CKNI is not required by law, it m~y prov" valuab/., ro ~ r @/ying on tn.. docvm«>t iind muld pr<!VM< hucfuiM< r..moval ~ rNruch'"""r of rhis form ro iltnorit.r docurn..nr. Description of Atnched Document l ode of Type of Document:---------------------------- Document D;oto : ------------------Nu~of PaqH : _______ _ S ognff(s ) Other Than Ham~ Above :------------------------- C.p Kity(ies) Cl~imed by Sig~s) ~(sN~'------------ 0 lndivldwl 0 Corpo~te Offiar-lde(s):, ______ _ 0 P~rtner 0 limited 0 ~D 0 Attorney on F~a 0 T nJstM 0 GuanloM! Of' ConsenrKor 0 ~er. _________ _ Sogner os Representong: ----- S~ners Na me : ____________ _ 0 indMdual 0 CorpoBte Officer -Totle(s): ------- 0 ~ 0 L.onuted D Gene,.. D 0 Attorney on Foa 0 TnJs<ee 0 Guardoa n or Conserv.iotD< 0 ()d-.-------- Signer IS Represent ong : ----- CALIFORN IA ALL-PURPOSE ACKNOWLEDGMENT !II!III!IIIIIIIIIIIJIIIIIIIIIIII I III t lllllll llll lllllllllllll l lll !lll 111111111111 Ill Ill Ill A notary public or other offocer completing this certificate venf~ only the identity of the indiVIdual who scllf!d the document, to whiCh this certlfiGite IS anachf!d, and not the truthfulness, accuracy, or validity of that docum~t . State of Ca llfom~a } County of Los An~:el es On _____________ before me,--------------------- (1"-T Nomo ofN«<>rti'IIOk o.W r.o.j personally appj!ared --------------------------- who proved to m e on the basis of satist.lctory evidence to be the person(s) whose name(s) os/are su bSOlbed to thl! wrthlfl inst:rument and aclcnowlf!dged to me that 111!/shf!/they executed thf! same in his/hf!r/the.ir authorized Glpacity(~). and that by h os/hf!r/the.ir signature(s) on thf! lf\SU\Im~t the person(s), or the entity upon behalf of which the Pf!rson{S) acted, executed the instrument. I rertify under PENAlTY OF PERJURY under the laws of the State of Callfom~a that the foregoing paraeraph is true and correct. WITNESS my hand and offiCial seal. Signature ______________ _ -------------------------OPTIONAL ------------------------- Though d.. onformation I$ not ""jUire<J by Ja w, it may prove va/uabJe 1"0 ~ reying on tn.. dOCUITI@nt and mu/d prev.nt hucful""t r..movaJ ~ ,..,..ttad>fTJ@flt of dvs form ro iltnOdter dorumenr. Description of Atnched Docume nt lotle of Type of Document:------------------------------ Docu~tD~te: __________________________________ ___ Number of PaqH: -------- Sognff(s) Other Than Homed Above:--------------------------- C.p~Koty (""') Cl ~omed by Sig~s) Sogne(s N~'------------------------- 0 IndiVIdual 0 CorpoBte Officer-lde(s): _____ _ 0 P~nner 0 L.omoted 0 ~D 0 Attorn~ on F~ 0 TnJs<ee 0 GuardoM! or ConSe<VKor 0 ~er. ______________ ___ Sogner os Representong : ----- Sognefs N~nne: ________________________ __ 0 indMdual 0 Corporate Officer -Totle (s ): ------- ~ =~ o~F•~moted D Gene,.. D 0 Trustee 0 Guardo ~n or Conserv.o tx>r 0 ~--------------------- Slgner os Represenwog : ----- Y:l:tiUliJllJJJ~IIIIIIIIIIII lW:IUlJIIIII II Ullmtttttttttt.ttt Appendix a PROJECT LOCATIONS MAP ~· \ C:-\ I ~~ i--__. \, .* \ -\\\ =I I , -I ' I r.: I -\ ;·-:---: ~I I I --i --\ _j -I I \i I j '\ ; \ I -I-I ' ' ... L1 ~~~~~· 1---*~~P<""'\ I -~\ .A. i 1 i \ -w -~ -*-1' l -· 1 I I . --· - -r .... ~