Loading...
HomeMy Public PortalAbout09) 7E Bid advertisement for Street Resurfacing per Pavement Management Program ProjectAGENDA ITEM 7 .E. COMMUNITY DEVELOPMENT DEPARTMENT MEMORANDUM DATE: May 2 , 201 7 TO : T he Hon o rable City Co unci l FROM: Brya n Coo k, City Man age r By: Mi cha el D. Forbes , Commun ity Development Director SUBJECT: AUTHORIZE BID ADVERTISEMENT FOR STREET RESURFACING PER PAVEMENT MANAGEMENT PROGRAM PROJECT PHASE 4 (CIP NO. P18-03) RECOMMENDATION : Th e City Council is requ ested to : 1. Accept bi ddi ng and contract docum ents , plans , an d spec if icat ions (Attachment "A ") f or th e Street Res urfa cing per Pavement Mana ge ment Program Project, Phase 4 (Capital Improvem e nt Proj ect (C IP) No . P18-03 ); 2 . Find the project categorically exe mpt from review under the California Environmental Quality A ct (C EQA) pursuant to Sect io n 15301 of t he CEQA Guide lines perta i ni ng to minor alteration s for existing pu bli c f ac ilities ; and 3. Authorize t he Ci ty Manager to advertise the project for bids . BACKGROUND: 1. In 2013 , Ha rris a nd Associates p re pared the Temp le C ity Pavement Management Program (PMP ) re port. 2 . In 2014 , Ro sem ead Bou levard w as resurfaced as part of the Rosemea d Boulevard Safety Enhancem ent and Beautification Project, and seve ral streets C itywide were resurfaced in con j un ction with th e Safe Routes to Sc hool Project (Attachment "B"). 3 . In 2015 , se v eral streets Citywide were surfaced in con j un ct ion w it h the Bicyc le Transportatio n Account Project (A ttachment "C"). City Council May 2 , 2017 Page 2 of 4 4 . In 2016 , numerous streets Citywide were resurfaced under the Fisca l Ye a r (FY) 2016-17 Pavement Rehabil itation Project (Attachment "0 "). 5. On January 27 , 2017 , the Facilities , Public Works , and Infrastructure Ad Hoc Committee (now Standing Committee) discussed options for street resurfacing in FY 2017-18 . 6 . On April 18 , 2017 , the City Council discussed options for street resurfacing in FY 2017-18 . ANALYSIS: The City Council has previously received staff reports discussing the purpose and use of the PMP , and the manner in which streets are prioritized for resurfacing under the PMP . This discussion is summariz ed in Attachment "E". The FY 2016-17 Pavement Rehabilitation Project completed resurfacing of all streets eligible for slurry sea l preventative maintenance work . Street segments that are within the range of preventative maintenance were prioritized during project development. With this approach , these streets were prevented from further deterioration , which would result in a sign ifi cant d rop in the City's overall Pavement Condition Index (PC I) and be more costly to rehabilitate . Since all slurry seal resurfacing is complete , the streets proposed for FY 2017-18 would all be resurfaced by cold mill and overlay. Since this method is more expensive than slurry seal , fewer street segments can be included . Street segments to be resurfaced i n FY 2017-18 were prioritized utilizing the following approaches : 1. To achieve connection and continuity among recently resurfaced streets , priority was given to streets intersecting Temple City Boulevard , which will be resurfaced th is summer in conjunction with the Highway Safety Improvement Program p roject ; and 2 . To provide improved surfaces on heavily traveled streets and prevent further deterioration , priority was given to streets with a PCI of less than 55 in proximity to schools . Table 1 is the list of streets to be resurfaced for the project , including streets included in the Base Bid Schedule and add itional streets in the Additive Alternate Bid Schedule. The quantities used to determine this li st were developed based on costs from previous projects . Once actual bids are received for this project, the street list may be adjusted (increased or decreased ) as necessary. It is not uncommon for bids to range w ith in 20 percent above or City Council May 2 , 2017 Page 3 of 4 below the estimated budget. Depending upon the low bid amount rece ived , the fina l streets will be adjusted accordingly to stay within the budget. The proj ect covers approxi mately 464 ,000 square feet of pavement area for cold m ill and overlay in the Base Bid Schedule improvements , and also includes limited repair of damaged curb and gutter at various locations within the project limits . The Additive A lternate Bid Schedule i ncludes an additional 205 ,000 square feet of pavement area for cold m ill and overlay to be considered after actual bids are received . olden West Ave . Pentland St. Cul-de-sac At the City Council meeting on April 18 , 2017 , the City Council reviewed the above list. Councilmember Man inquired what testing was completed on the streets to verify that they have adequate thickness and are otherwise e lig ible for cold mill and overlay . Streets are first identified as candidates for co ld mill and overlay through field observations by the City Eng ineer to verify and update the data from the 2013 PMP . The City Engineer also identifies localized areas where more extensive rehabilitation and reconstruction may be requ ired , such as areas with severe depressions o r broken pavement. While the project budget is based on the cold mill and overlay method , it is developed with the assumption that more expensive rehabilitation will be required i n limited areas . Once the surface condition of the street is verified by observation , a search of City and County records is conducted to locate the plans f rom when the street was originally constructed or most recent ly reconstructed . Such plans indicate the type and thickness of the pavement and the underlying base . If the plans indicate that the thickness is adequate for a two-inch co ld mill and overlay , typ ical ly no pavement testing is necessary. If the plans cannot be located , or if the plans ind icate that the pavement may not be thick enough to accommodate a two-inch cold mill , a sample is taken to verify the pavement thickness . In cases where the pavement is not thick enough , one inch of pavement may City Council May2, 2017 Page 4 of 4 be cold milled inste ad of the typical two inches . Additional pavement overlay material may be used to increase th e thick ness of the pav ement. This approach to investigation and testing is the most cost effective . For cold m ill and overlay , a review of the street plans is typically adequate for Temple C ity's streets , with pavement thickness samp li ng sometim es warranted . Samp lin g is also performed in cases where the street is known or suspected to have a macadam base , since such material requires special handl ing if d isturbed . STRATEGIC GOALS: Resurfac in g streets is consistent with the City Strategic Goa ls of Public Health and Safety , Quality of Life , and S ustainable Infrastructu re . FISCAL IMPACT: The estimated cost for the Base Bid Schedu le is $1.35 m i llion . The FY 2017-18 City Budget will incl ude a proposed allocation of $1.7 million for street resurfacing using a combination of MeasureR, Measure M, and Proposition C funds (CIP No . P18-03). These funds include about $350 ,000 for crack sea ling and preventive resurfacing of Rosemead Boulevard , wh ich w i ll be considered separately by the City Council. In the event the Rosemead Boulevard work costs less, th e rema in ing funds could be put toward the streets in the Additive Alternate Bid Schedule . Staff is bringing forward this report in advance of the budg et due to project timing . The best time to do street resurfacing is in the summer due to the weather and lower traffic volumes since schools are not in session . Since it ca n take two to three months or longe r to start work from the time the bid notice is issued , waiting until after the budget is adopted to bring this report to Council would not allow the work to be completed this summer. ATTACHMENTS: A Draft Bid Package B. Streets Resurfaced i n 2014 Safe Routes to Schoo l Proje ct C. Streets Resurface in 2015 Bicycle Transportation Account Project D. Streets Resurfaced in 2016 Pavement Rehabilitation Project E. Summary of Pavement Management Program ATTACHMENT A Draft Bid Package --.... 26.2017 CITY OFTHf'l.ECITY , CALJFORN"- BIIJOING ANO CONTRACT DOCUMENTS, PI.AHSANO SI'ECFICATlONS FY 2017111 PAVEM;HT REHABII.ITATlON PRQ.ECT O......ConodPogo1olll6 CITY OF TEMPLE CITY, CALIFORNIA BIDDING AND CONTRACT DOCUMENTS, PLANS AND SPECIFICATIONS for FY 2017/18 PAVEMENT REHABILITATION PROJECT CITY PROJECT 10: [EN TER CI TY PROJ ECT 10) (ENTER ISSUE DATE) (Draft, not authorized for bidding, for review only) Bid Due Date: I lid li;I:Ji.J•liJj•!·iijl at il#~ii#;l:ll.i.liJiiiftli l Sub mit b id s to: Office of the City Clerk City o f TEMPLE CITY 9701las Tunas Drive, TEMPLE CITY, CA 91780 --.... 26.2017 CITY OF TEt.f'LE CITY , CALIFORNIA BIOOING ANO CONTRACT DOCUMENTS. PlAHS ANO SI'ECifiCATIOHS FY 2017111 PAVEM;HT ReHAl!II.ITATlON PRO.ECT O......ConodPogo2olll6 TABLE OF CONTENTS DESCRIPTION NOTICE INVmNG SEALED BIOS INSTRUCTIONS TO BIDDERS BIDDER'S PROPOSAL (Entire section C shall b e submitted w ith the b id ) 81001 R ~UAll COMPll Tl AND SUBMIT All 00CUM£NTS AND PAGE\ INS( C liON .. ( BIDO(R \PROPOSAL" SPECI FICATIONS APPENDICES: APPENDIX A -SAMPLE CONTRACT TO BE EXECUTfD APPENDIX 8 -PROJECT STREETS LIST APPENDIX C-PROJECT PLAN APPENDIX D-EXISnNG STREET GOOGLE AERIALS SECTION A B c 0 Dolo-Apt26, 2017 em Of TE I.f'lf em. CAUFOANIA 81COINGAhO COII1RACT OOCU1o£NTS PlANS AND SI'(C1f1CATIONS fY 20V11e PAVEio£fil REHA81UT ATION PROJECT 0cxunon1 eonoa P• 3 a 66 A. NOTI CE INV ITING FORMAL SEALED BIDS FY 2017/18 PAVEMENT REHABIUTATION PROJECT CITY PROJECT 10: {ENTER CITY PROJECT I D) O ty of Temple O ty PUBUC NOTICE IS HEREBY GIVEN tha t the City of Temple C1ty mvites sealed bids for the above stated p roject and w1ll rece1ve such bids 1n t he office of the C1ty Cl erk, City ofTemple City, 9701las Tunas Dr1ve, Temple C1ty, CA 91780, up to the hour of !IJ:iU;I :il•f:lililiftiiL on !li~iij;l ~ii•l•lili.t.\ii ~ The bid s rece1ved will be publicly opened approximately 15 mmutes after t he bid submittal deadline In the City Hall. Cop1es of t he Plans, SpecifiCations and contract documents can be obtamed as follows: 1. Please e·mall your request weth your contact Information to: okan .dem~rc l @ transtech .a r&. Upon recei pt of your e-mail, you w11l be registered as a plan holder, and a pdf file or the B1ddma and Controct Documents, Plans and Spec1fitot1ons will be e-mailed to you at no cost . 2. Hard copy can be piCked up at a non-refundable cost of SSO from C1ty of Temple C1t y, 9701 las Tunas Drive, Temple C1ty, CA 91780 . Please first e-ma1l to okan.dem1m@transt ech .org and request a hard copy 2 days In advance. Make check payable to "City of TEMPLE CITY". Place a note on the check as follows : Cost for Bidding and Con t ract Documents, Plans and SpecificatiOns for FY 2017/18 PAVEME NT REHABILITATION PROJECT. 3. Hard copies w•ll not be mailed. The estimated cost of this project for base b1d sc hedule IS approximately $1,350,000. Total constructiOn duratiOn IS 40 worklnc days . ThiS is a C1ty f unded projecL Stat e labor Standards ProviSIOns, includ•nc preva•llnc wage requirements and Rela t ed Acts w1il be enforced The CONTRACTOR's duty to pay State p reva1hng w ages can b e found under labor Code SectiOn 1770 et seq. and labor Code SectiOns 1775 and 1777.7 outlme the penalties f or f a1lure to pay prevaill ng wages and employ app rentiCes including forfeitures and debar ment . The C1ty hereby notifies all qualified bidders that it Will affirmatively 1nsure that minonty busi ness ent erpnses w 11l b e afforded f u ll opport unity to submit bids in respon se to t his invitation and will not be discn mlnated against on t he basis of race, color, na t iOna l ori&ln, ancestry, sex, religion or handicap in any considerat ion for an awa rd. Attention Is d~rected t o the provisions of Sect ion 1777.5 (Chapter 1411, Statutes of 1968) and 1777.5 of t he labor Code concerning t he employment of apprentices by the cont ractor and that the contractor shall not allow d1scnmenation an employment pr1ct1ces on the ba.s1s of race, color, national or iain, ancestry, sex , r~hg1on or handtcap . In enterina mto a pubhc works contract , or a subcontn~ct, to supply goods, serYJCes, or matenals pursuant to a public works contract, the Contractor, or subcontractors, of fers and agrees to assign to the awarding body all right s, tttle and inter est In, and to, all causes of action 1t may h ave under Section 4 of t h e Oayton Act (15 U.S.C. Section 15) or under t he Cartwnght Act (Chapter 2 (commenci ng with Sect ion 16700] of Part 2 of DiviSion 7 of t he Business and Prof essions Code), arlsmg from purchases of goods, services, or materials pursuant to the pubhc work's contract or subcontract . This asslanment shall be made and become ef fective at the time the awardma body t enders final payment to the Contractor, Without further acknowledament by the parties. Dolo-..... 26 2017 em Of TEI.f'lf em. CAUFORIIIA 81001NGAhO COII1RACT OOCUioUITS. P\ANSAhO SI'(C1fiCATIONS fY 201111e PAVEio£NT REHA81UTATION PROJECT 0cxunon1 eonoa Pogo • a 66 B1ds must b e prepared on the approved Proposal forms in conformance w1th the Instructions to Bidders and submitted In a sealed env elope plamly marked on the outSide . lllds must be accompanied by a b1d bond, made payable to the C1 ty of Temple C1ty for an amount no le ss than 10 percent of the amount of b1d The City Will deduct a St<lt~mandated 5" retention from all progress payments. Req u~re d St ate of Calif omla Con t ractors License ClasS1fitot1on is Oass A. ThiS project Is subject to compliance monltorina and enf orcement by the Department of Indu strial Re lations. The b1d proposal m u st Include a pr int out from t he DI R registration web site show1ng that t he pnme contractor and ea ch subcontract or Is currently rea istered. No bid proposals may be acc epted nor any contract entered mto With a pnme contract or without proof of registratiOn as required above . The successful Contractor and hiS subcont ractors w1 1l be requ1red to possess buSiness liCenses from the C1ty. The City reserves the naht to reject any or all b1ds, to wa•ve any ~rregu~nty, and to take all b1ds under advisement for a pertOd of 60 cal end ar days . Any contract entered Into pursuant to thiS notiCe shall become effectiVe or enforceable aga1nst the C1ty of Temple C1ty only when the formal written contract ha s b een duly execut ed by t he appropriate officers of the C1ty. If t here are any questions regardmg t his project, please contact 1n wnhng v1a e-mail: Okan Dem~rcl, Project Manager okan .dem~rcl@transtech org All mqu1nes must be subm1tted m wntmg. BY ORDER of the City of Temple City, Coliforn.a. Pace: A.2 --.... 212017 LOCATION OF W ORK CllY Of TEiof'LE CITY. CAlifORNIA BIOOINCAitlCONTRACT llOCIJIEHTS PI.AHSAitlSI'ECIFlCATlONS F"'20t7111 PA\IEIEHT REIWIUIA~ ~ llocomn c.-o Plgo s "'16 B . INSTRUCTIONS TO BIDDERS FY 2017/18 PAVEM ENT REHABI LITATION PROJECT CITY PROJECT ID: (ENTER CITY PROJECT ID) O ty ofTem p l e O ty The exact locot1on of the pro)ect "outlined in the drawmgs, spec1ficat1ons and other Contract Documents on file at the office of the C1ty Clerk of the City of Temple City. See Appendix 8 for Project Streets list. PROPOSAL FO RM S 81ds shall be submitted In wnting on the Proposal forms provided by the C1ty. All informat ion requested therein must be clearly and lee1bly se t forth In the manner and form IndiCated. The C1ty w1ll not conSider any proposal not meeting these requ1rements . PROPOSAl GUARANTEE Proposals must be accompan1ed by a proposal guarantee conSIStmg of a bid bond payable to the C1ty of Temple C1ty In the amount not less than 10 percent of the total amount o f b1d Any proposal not accompamed by such a guarantee w1ll not be conSidered. If a bidder to whom a controct IS aworded falls or refuses to execute the contract docum ents or furnash the requ1red msurance pohdes and bonds u set forth m those documents, the proposal guorantee shall be forfeited to the C1ty The proposal guarantees of all bidders w1ll be held until the successful bidder has properly executed all contract documents. DELIVERY OF PROPOSAL Proposals shall be enclosed m a sealed envelope plainly marked on the outs1de: FY 201 7/18 PAVEMENT REHABILITATION PROJECT CITY PROJECT ID: (ENTER CITY PROJECT ID) O ty o f Te mple O ty DO NOT O PEN WITH REGULAR MAIL Proposals may be ma1led or delivered by messenger. However,ltls the bidder's responSibili ty alone to ensure delivery of t he proposal to the hands of the C1ty's deSignated o ff1ttal prior to the b1d openmg hour stipulated In the Not ice InVIting Bids. late proposals will not be considered. CONSTRUCTI ON SCHEDULE, PROGRESS OF WORK, LIQUIDATED DAMAGES In accordance With the Standard SpecifiCations, and/or u may be prov1ded for w1th1n the herein Special ProviSions, after notification of award and pnor to start of any work, the Contractor shall submit to the Engmeer for approval its proposed Construct1011 Schedule At a scheduled date pnor to commencement of work. the Contractor and all subcontractors shall attend a pre-construction conference at the C1ty Hall. The selected Contractor shall complete the proJect per the schedule Indicated in the Notice of Inviting Bids sect10n of the specifiCatiOns Paa:e : 8.1 CITY Of TEiof'LE CITY. c.<U'ORNIA IIIX)If;GAit)COH!RACT DOCUI.EHTS PI.AHS.wl SI'ECIFlCATlONS F"/2017111 PA\IEIEHT R£1iABUTATlON Pll(l.£CT llocomn CGnocl Plgo6 d M The Contractor agrees that !.,lure to complete work within the t1me allowed Will result in damages be1ng sustained by the City Contractor and C1ty agree that fa1lure t o complete the project will result 1n inconvemence to the CitiZens of Temple C1ty. The parties also agree that follure to complete the proJect on t1me w1ll prevent the City from having the use of the affected facilities. Therefore, the parties agree such damages among others are, and will contmue to be, 1mpract1cable and extremely difficult to determine, but that One Thousand Dollars ($1,000) a calendar day IS the m1mmum value of such costs to the City and is a reasonable amount that the Contractor agrees to reim burse the City for each calendar day of delay in fimshlng the work In excess of the time specified for completion , plus any authorized time extensiOns. Execution of t h e contract under these specifications shall constitute agreement by the Contractor and the City that the above ind1cated liquidated damage amount per calendar day is the mimmum value of the costs and actual damage caused by failure of the Contractor to complete the work Withi n the allotted t1me, that such sum Is liquidated damages and shall not be construed as a penalty, and that such sum may be deducted from payments due the Contractor If such delay occurs . Sa1d amount may be reduced by the C1ty 1f work " sufficiently completed w1thtn the/an allotted t ime so that the damages are minimiZed All constructiOn graffiu shall be removed pr10r to the release of retentiOn payment W ITHDRAW AL OF PROPOSALS A proposal may be Withdrawn by a wntten request swned by the bidder Such requests must be delivered to the C1ty's deSignated off1ttal priOr to the b1d open1ng hour Stipulated 1n the NotiCe lnv111ng Bids Proposals may not be Withdrawn after the b1d openmg hour stipulated m the NotiCe lnv1tmg Bids w1thout forfe11ure of the proposal gua rantee The Withdrawal of a proposal w1ll not preJUdice the nght of the bidder to submit a new proposal, provldmg there" t1me to do so. IRREGU LAR PROPOSALS Unauthorized cond1t10ns, limitations, or proviSions attached to a proposal will render 1t 1rreeular and may cause 1ts rejection. The completed proposal forms shall be Without lnterllneauons, alterat1ons, or erasures. Alternative proposals will not be conSidered unless specifiCally requested. No oral, telegraphic, or telephonic proposal, modifiCation, or Withdrawal w1ll be considered TAXES No ment1on shall be made '"the proposa l of Sales Tax, Use Tax, or any o ther tax, as all amounts bid w1ll be deemed and held to Include any such taxes whiCh may be applicable . DISQUAUFICATION OF BI DDERS In the event that any bidder act1ng as a prime contractor has an Interes t 1n more than one proposal, all such proposals w1ll be rejected, and the bidder will be disqualified. ThiS restnct10n does not apply to subcontractors or suppliers who may submit quotatiOns to more than one bidder, and wh 1le doing so, may also submit a formal proposal as a pnme contractor. No proposal w1ll be accepted f rom a b1dder who has not been licensed m accordance w1th the proviSions of the State Business and Professions Cod e. DISCREPAN OES AND M ISUNDERSTANDINGS POJO: B.Z - Dolo-Api26 2017 CITY Of TEIM'I.f CITY, CAI.IFORNlA llUlOIHG AHO COHTRACT OOCIJIENT S. PIAHS AHO SPECifJCA liONS FY 2017111 PAIIEt.ENT REHABUTATlOH PRO.ECT Doounonl Conoid Pogo 7 cl66 Before subm1tt1ng a Pr oposal. Bidders must satisfy themselves by personal exam10atlon of the work Site, Plans, Spe:cifiutrons, and other contract documents, and by any other means as they may beheve necessary, as to the actual physiCal cond1t10ns, r eqwrements and diffiCulties under whiCh the work must be performed, and shall include In the Proposal, the cost of all1tems necessary 1n the construction of the project. The B1dder sha ll not be allowed any extra compensation by reason of any matter or th10g, concerning that whiCh such the B1dder m~&ht hav e fully Informed himself pr10r to the b1dd1ng. No bidder shall at any lime after submission of a proposal make any claim or assertion that there was any misunderstanding or lack of information regard10g the noture or amount o f work necessary for the satiSfactory completiOn of the job. Any errors, omlsstons, or dlscrepa ncres found in the Plans, Specifications, or other con tract documents shall be ca lled t o the attention of the C1ty. Should a Bi dder find any ambi&Uity, inconsistency or error in the plans and project manual, or be in doubt as to the" meaning. the B1dder shall not1fy the C1ty,ln wnt1ng v1a e-mail as spec1fied i n the Not1ce of inVIting B1ds Sect1on Issues reqw10g clan fiCO lion will be addressed in a written addendum response, sent by facs1m1le to each Bidder, person or firm recorded by the City as hav1 ng rece1ved plans. Any addenda ISsu ed by the C1ty dunn& the t1me of bidding are to be Included '" the proposal from the B1dder, and sha ll become a part of the Bid documents. The Bidder shall acknowledge rece1pt of addenda on the proposal form in the space prov1ded By submitti ng a b1d, the B1dder shall be held t o have personally exam10ed the Site and the drawings, t o have carefully read the specifications, and to have sat isfied Itself as t o its ability to meet all the dilficulties attending the execution o f the proposed contract before the delivery of this proposal, and agrees that 1f awarded t he contract , w1ll make no cla1m against the C1ty based on 1gnorance or miSunderstandiOg of the plans, spec1ficat10ns, Site condition s and/or contract provisiOns. PERMITS AND LICENSES The Contractor shall procure all permits and licenses, pay all charges and fees, and giVe all notices necessary and InCidental to the due and lawful prosecution o f the work. No fee" charged for the Permit ISsued by the C1ty for a public works project. The Contractor shall pay for and obta10 a C1ty Bus10e ss license . CONTRACTORS LICENSE lAW The su cc essful Bidder shall comply w1th and reqwe all subcontractors to comply w1th all Federal, State and Crty Contractor Ucense laws and be dully registered and licensed thereunder as required . The success ful Bidder IS required to prov1de and pay for a performance and a payment bond . These bonds shall cover the faithful performance (100%) of the Contract for Construction and the payment of all obligations (100%) ariSin& thereunder, in such form as the C1ty may prescnbe and With such sureties as they may approve. The success ful Bidder shall reqwe the attorney In fact who executes the required bonds on behalf of the surety to alfix thereto a cert1fied and current copy of h iS Power o f Attorney lndicatmg the monetary limit of such power. The City reserves t he right to reject an y p roposed bondin& company Without stating ca u se. In this event the success ful Bidder shall prov1de an alternate bonding company sel ection acceptable to the C1ty. Bonds shall con fo rm to state statutes regarding performance bond and labor and material paymen t bond Pace: B.3 --Ald26.2017 CITY Of TEIM'I.f CITY CAI.IFORNlA BIOOING AND COHTRACT OOCIJIENTS PIAHS AHO SPECiflCATIONS FY 2017111PA11Et.ENT REI1ABUTATION PRO.ECT o.a.r-Conoid Pogo I c166 With amount shown o n each part equal to 100% o f the total amount payable by terms of the Con tract for ConstructiOn. The surety company shall be licensed to do business '" sute '"which constructiOn project " located and shall be acceptable to the C1 ty. Bond amount shall be increased to 1nclude any Chanee Order(s) added to the contract to 100% t otal value amount of each Change Order. Bonds w1ll be recorded along With a copy of the construction contract In the Count y Recorder Records by the General Contractor w 1th wntten proof su bmitted to the City. LIABILITY INSURANCE The liability Insura nce coveraee values shall be: 1. Pub lic liability and Property Damage Insurance In an amount o f not less than ONE MILLION DOLLARS ($1 ,000,000); 2. Products/Completed Operations Hazard Insurance 1n an amount of no less than O NE MILLION DOLLARS ($1,000,000); 3 . ComprehensiVe Automobile liab11ity Insurance 1n an amount not less than ONE MILLION DOLLARS ($1,000,000); 4. Contractual General L10bll1ty Insuran ce 1n an amount not less than ONE M ILLION DOLLARS ($1,000,000); S. or GE NERAL AG GREGATE LIABILITY 1n an amount of not less than TWO MILLION DOLLARS ($2,000,000). Automobile and lea se vehicle msurance; owned, not owned and hired. Insura nce to Include bodity injury, sic kness and death o f any person and property dama ge owned and un-.owned per occurrence. SOCIAL SECURITY ACT The successf ul Bidder agrees to comply With and to requ~re all of hiS subcon tractors to comply With all the provisions of the Act of Cong ress approved August 14, 1935, known and Cited as the Soc10l Secunty Act and also the proVISIOns o f the act of the State Legislature Approved, and known as the State Unemployment Compensation Law and all other laws and regulations perta1010g to labor and workmen and all amendment s t o such d ata, and the contractor further agrees to mdemn1fy and hold harmless the C1ty of Temple C1ty of and from any and all claims and demands made aga1nst 1t by VIrtue o f the failure of the con tract or or any subcontractors t o comply w ith the proviSions of any or all o f said acts and amendmenu. SAlES AND USETAX The successful Bidder agrees to comply w1th and to re qu~re all of his subcontractors to comply with all the prov1sions of appltc.able state sales excase tax law and compensation u se tax law and all amendments to same . The successful Bidder further agrees to 10demn1fy and hold harmless the City ofTemple City of and from any and all claim s and demands made aga10st virtue of the failure of the Co ntractor or any Subcontractors to comply With the proviSion s of any or all said laws and am endments. WAIVER OF LIENS The successful Bidder (General Contract or) Is responsible for the payment of all b1lls for labor and materials furnished by the subcontractors, the suppliers, and the General Contractor o n thiS project. The Pace: B.4 ---------------' --...... 211 2017 CITY Of TEt.f'lE CITY, CALIFORNIA 8IOOING AHO COHIRAC1 ll00Jt,£NT$ P\AHS AHO SF£CIACAT10HS FY 2011111 PAVEMENT R9WILITATICH PRO.ECT Doa.-Connl Pogo g ell& General Contractor shall deliver to the C1ty, uncondotoonalllen Waovers and/or Releases from homself and from each of h is subcontractors and suppliers, and at such tome he shall certify that he IS submottn>a such hen wa1vers for all subcontractors and suppliers mvotved . If any hens are filed agaonst the City property, the City may, at its option, demand General Contractor l mmedoately provode a bond In accordance wot h stat e statutes. lEGAl RESPONSIBiliTIES All proposals must be submitted, filed and executed in accordance with State and Federal laws oelating to bids for contracts of this nature whether the same or expressly referred to herein or not Any bidder submittina a proposal shall by such action thereby agree to each and all of the terms, con ditions, proviSions, and reqwements set forth, cont emplated, and referred to in the Plans, Specifications, and other contract documents, and to full compliance therewoth . AWARD OF CONTRACT The award of contract, of made, woll be to the lowest responSible bodder as determmed solely by t he Coty. The Coty of Temple Coty reserves the naht to reject any or all proposals, t o waive any lrreaulanty, and to take the bods under adviSement for a penod of Sixty (60) calendar days , as may be reqwed to proVIde for the best onterests of the Coty In no event woll an award be made untol all necessary invest•at10ns are made as to the responsobollty and qualifiCations o f the bodder to whom the award IS contemplated. The Contractor shall submot a Signed contract, bonds, onsurance and all necessary documents to the Coty, wothm the requued schedule EMPlOYMENT OF APPRENTICES Attention IS directed to the provisiOns in Sectoon 1777.S of the California labor Code concerning employment of apprentoces by the contractor or any subcontractor under him. The contractor and any su bcontractor under hom shall comply with the requirements of said section i n the employment of apprentoces; however, the contractor shall have full responsibility for compliance woth said labor Code section for allapprenticable occupations, rega rdl ess of any other contractual o r employment relationships alleged to exist CONFliCT OF INTEREST In the procurement of supplies, equipment, construction, and services by sub-recipients, the conflict of Interest proVISIOnS in (State lCA-24 CFR 85.36 and Non-Profot Organizations-24 CFR 84.4), OMB Circular A-110, and 24 CFR S70.611, respectively, shall apply. No employee, offiCer or agent of the sub-rec opoent shall participate on selection, or in the award or admoniStratoon of a contract supported by Federal funds of a conflict of in terest, real or apparent, would be onvolved SUBCONTRACTS Subcontracts shall comply woth SECTION 2-SCOPE AND CONTROl OF THE WORK, o f the GreenbciOk (Standard Speci f iCa tions for Public Works Cons truction, latest edotlon). The Con t ractor Is required t o Paee: 8.5 CITY Of TEt.f'lE CITY CAUFORHIA BIDOINGAHO COHIRAC1 DOCUMENTS P\AHS AHOSF£CIACATICHS fY 2017111 PAVEMENT REHAI!VTATICH PRO.ECT Doa.-Connl Pogo 10"' Ill perform, woth Its own organllatoon, contract work amounting t o at least S1 percent of the Contract Price Faolure to meet these requirements will resu lt on diSquahfV•-. of the bid or termi nation of the contract ThiS proviSion supersedes any other proVISIOns w hiCh specofied a dofferent subcontroct reqwement Proposed subcontractor names, a general description of t he work to be performed by each subcontractor and the dollar amount for each subcontractor shall be submitted woth the bid. PROJECT ClOSE OUT DOCU M ENTS W oth in 10 calendar days of completoon of the project, the Contract or shall submit project close out documents, mcludina: Drawmgs showing as built conditions woth red pencol; All warrantoes and guarantees, All paperwork required for labor compliance, All final lien releases; All other project related documents requested by the City. PROPOSAl REQUIREMENTS AND CONDITIONS The bodder's attentoon IS directed to the appiiCible proVISIOns in the Standard Specofocatlons for Pubhc Works Construction requirements and cond•h:ms wh•ch must be observed 1n the preparatton of the proposal form and t he submissiOn of the bod 1. Examination of Sote, and SpecofiCattons: Bodders shall examone the s11e of the work and acquaont themselves woth all condotlons affectona the work By submottona a bid, the Bodder shall be held to have personally examoned the sole, t o have carefully read the specofiCatiOns, and to have satiSfied otself as to Its abohty to meet all the difficultoes attendong the executiOn of the proposed contract before the delivery of thiS proposal, and ag rees that if awarded the contract, woll make no cia om a&ainst the Coty based on tenorance or mtsunderstandmg of the specrftc:ations, Site cond1hons and/or contract provlstons. 2. The Contractor shall have oncluded on the contract p riCe a sufficoent sum to cover all otems , oncludong labor, materials, t ools, equipment and oncidentals, that are omploed or required for the complete i mprovements as contempla ted by the contract documents. OTHER CONTRACT PROVI SIONS The bidder's attentoon Is directed to other contract provisions , as hsted below, which must be observed In the preparation of the proposal form and the submission of the bid Federal labor Standards ProvisiOns Current Federal DOl Wage Decision Federal EEO and Affirmatove Action Requ irements Contract1na With Small & M1nonty Firms, Women's Busmess Enterpnse Compliance woth Clean Air and Water Acts If there are any questiOns reaardong thiS project, please contact v~ e-mail Obn Oemirci, Project Manager oun demlrd~transtech .or& All1nqulries must be submitted in wnt~ne,. Pa ee : 8.6 CITY OF TEI.f'I.E CITY. CAUFOAHIA 0o1e-....... 21, 2017 IIIOOING MO COtiTRACT OOCU!ENIS. PlANS AI«) SPECIFICATlOHS FY 2017111 PAIIE!ENI REHABliTAli()N PRO.ECI !li rlilliJiin\iiiiift!Q!IIIWUCiii!@iii.i)in.IIIIhlldCftb'i@riJj@Jiiiit.JJi+liifliliiijQi(m. P• 11 ~ 66 C. BIDDER'S PROPOSAL FY 2017/18 PAVEM ENT REHABILITATION PROJECT CITY PROJECT ID: (ENTER CITY PROJECT ID} Oty ofTemple Oty E Name: _ __.~ _______ _ J In accordance w it h the Coty o f Temple Coty's Notoce lnvotln& Sealed Bids, the undersigned BIDDER, hereby proposes t o furnosh all materials, equi pment , t ools, labor, and in cidentals required f or the above stat ed project as set f orth In the Plans, Specoficatoons, and contract documents therefore, and to perfomn all work on the ma nner and time prescnbed therein. BIDDER declares that thos proposal Is based upon ca reful examonation of the work so le, Plans, Specoficatoons, lnstructoons to Bidders , and all other contract documents. If thiS proposal is accepted for award, BIDDER understands that fa1lure to enter mto a contract 10 the manner and time prescnbed will result on forfeoture to the Crty ofTemple C1ty of theauarantee accompanyma th1 s proposal. BIDDER understands that a bod os required for the entire work The contract will be awarded on the prices shown on the bid schedule. It Is aareed that the unJt and/or lump sum pnces bid In clude all appurtenant expense s, tues, royalties and fees. In the case o f discrepancies In the amounts of bid, unit prices sha ll govern over extended amount, and words shall govern over figures . If awarded t he Co ntract, the unders1aned f urther aarees that on the event of the BIDDER'S default on executtng the requtred contract and filing the necessary bonds and msurance cert1fteates wtth tn ten workon& days after the date of the Coty of Temple C1ty's notice of award of contract to the BIDDER, the proceeds of the secunty accompanym& this bid shall become the property of the C1ty of Temple C1ty and this b1d and the acceptance hereof may, at the City ofTemple Coty's optoon, be consodered null and vo1d . BID SCHEDULE To the Temple City's C1ty Co unc ol, herem ca lled the ·counc ol". Pursuant to and In compliance woth your Notice lnvlt in& Bid s and the other documents relating thereto, the unders~&ned b1dder, havona famil,.nzed himself With the work as per the paraaraph, Discrepancies and Misunderstandings, contained In the IN STRUCTIONS TO BIDDERS sectoon, and With the terms o f the contract, the local condotoon s affect1nc the perfomnance of the contract, and the cost of the work at the place where the work Is done, and with the drawmgs and spec1ficatoons and ot her contract documents, hereby proposes and agrees to perform, withm the t ome stipulated, the contract, includong all of ots component parts, and everything requored to be performed, and to provode and furnish any and all of the labor, materi als, tools, expendable equopment, and all applicable taxes, utihty and transportatiOn servoces necessary t o perfomn the contract and complet e i n a workmanlike manner, all In striCt conf ormoty w oth the Contract Documents on file at the office o f the City Clerk of sai d City, per the f ollowing bid sc hedule: (Bidder shall provide a bid amount for each b id It em list ed below. Failure t o provode a bid for each bid It em shall render the bid non-respons ive) Pace: C.1 CITY OF TEiof'lE CITY. CAUFOAHIA Dolo-Ap'l 28 2011 BIOOING MO CONllW:T OOQJ!ENIS, PlANS AND SPECIFICATlOHS FY 2017/IIPA\/E!ENI REIWIUl~liOI< PRO.ECI :!l,jrli·C116)iiiiJhiQIIIIi~!.gilljld!ii41iitfi+i@II,ILt.jtjii@ri4Ji;;&iliiillJM+·iifi!!+:CiQ!iMW Prgt 12 d&& -BASE BID SCHEDULE FY 2017/18 PAVEMENT REHABI LITATION PROJECT CITY PROJECT ID :UMilj;l3iiJQ;(•IIisll•ll O ty ofTemple O ty Item Description Quantity Uni t Unit Bid Total Bid Amount Amount Cold mill 2" t hkk tX!Stln& uphalt concrete 1 pavement. Project improvement areas are listed In 4 50 .000 Sf s s In Apptndlx 8 -Pro}#CI Struts Llsr and shown In Appendix C-Pro~ct Pion . -----i--- Construct 2• thkk ARHM AC Pavement Overlly, (AR HM-GG·q Includes adJus tinc MHs. WV, etc. to 2 Gr11 d1. Project Improvement areu are hsted In 5,600 TON s s Apprndix 8 -Pro~ct. Struts Ust and shown in Apptndix C-Pro~Cf Pion ·-loahzed Pavement Repairs at various Joatlons t o be determined bv the City on the field • Remove exlstln& AC pavement section to 10" depth. Construct 2" ARHM over 2'" Type 8 -PG 64-1 0 over 6" 3 Crushed A&&re1111 810e (CAB) over 8" sco rlfled ond 10,000 Sf s s comPK(ed subcrade. This b 1d item shill IPPtv t o v~rious streets listed in App~ndix 8 -Proj~ct Sfrt'cts l is t and shown In A.ppcnd1x C-Projttct Pion_ Var iO us repair loations a re to be determined on the field by Crtv Enc1nee r . Remove and reconstruct uistinc PCC Curb & Gu tter I at various locations per SPPWC Std . Plan 120.2 to 4 matc:h ex ls tlnc and shall Incl ude remov11 of 1 foot 500 Lf s s Strip X 8" Deep of AC Pavement section Various repair locations are to~ determined on the fie ld by City Enclneer. Pale: C.2 _j ---..,W2e,201 7 - Ite m s 6 • CITY Of TEif>lE CllY, CALifOAHlA BIDDING ANO COIITRACT OOCUIENTS, 1'\AAS ANIJ SI'ECIFlCATlONS FY 2017118 PAVEIENT REHABft.ITA110N ~O.ECT i!l•hil ·iil t.ilti.lb(Q t+iiiJi•i'":!M 'I''':t·Iillbllfll*·M·IitjjrllJI?iiiirt.lf p+milfll;ii Q·i=C'«<tr" Prot 13 a 86 BASE BID SCHEDULE FY 2017/18 PAVEMENT REHABILITATIO N PROJECT CITY PROJECT 10: lij¢ijj;liiajQ;{•JII,I!•li atyofTempleOty Descri ption Quantity Unit Unit Bid Total Bid Amount Amo unt Rest ore Existinc Strlplna. Limit Lines, Crosswalks, P•vement Lecends, Arrow Maric incs. Speed limit Lee ends, St o p Leaends, and all other exlstlna le&ends and marklnas on Pf!Vtment (ApprndiK 0 - EKistlng Strttt Googltt Atrlals Incl udes e•IJtln& Goocle Aerials showin& Exlstln& Striplna. limit Lines, Cro sswalks, Pavement Lecends, Arrow Maric ln&s. Speed limit Le a ends, Stop Le1ends, ~nd all other exlstlnc lecends and muklnes on pa vement to be restored}. Re st orat ion shall be as follows: Exlstlnc lane stripin& shall be resto red with new stri plna per current Calt r1ns, Deuil s With n~ls,ed ml'rken: . Center lines, per Oet l'iiS 2, 22, 32 •• opplla b lo . . Lane lmes per Oeull 9 , lnclud ina SO' lona solid line s, I t Intersections. I lS $ $ Left and Rl&ht Turn Lane per Detail 38. . limit lmes and Crosswalks 12'" wide lines (mltch existln& color o f crosswalks (white or yellow). All Crouwalks, 1nd limit Unes shall hive appll~ble raised markers alone the entire li ne lencth at 24 .. spacinc. . Pavement Lee ends, Arrow Marklnes. Speed Limit Legends, Stop Le&ends, a nd all other exlstin& le cends and mnkln&s on pavement per current app licable Ciltrans St andards. For 1111 Items above, pafnt shall be thermopllls,t lc. Pllnt and reflect1ve . This bid Item shtll apply t o 111 streets listed In Appendix B -Project Strtet s List Jnd shown In App<nd ix C -Proj<ct Pion . loop repltcemenu (6' round) where necessary 20 EA $ $ -- TOTAL BASE BID AMOUNT s - P•&e: C.3 I t em A. I A.2 A.3 CllY Of l£1o1'!£ CllY CAUFOAHlA BIDDING A>JO CONTRACT DOC\IIENTS, PlANS ANIJ SPECIFICATION S • • fY 2017118 PAVEIENT RE1iA81UTA1IOitf'ROJECT d!,J.li Jii f,i il i .l&IQiilf1MrJili :lftii «·1 ii.t.liilftllhri,#'.l ijriij ifiiiii!.J~6 ~iilitli;ii4 ·1M n r 14 ol&6 ADDITIVE ALTERNATE BID SCHEDULE FY 2017/18 PAVEMENT REHABILITATION PROJECT CITY PROJECT 10: !IJbd;liiijij;ltJii,l!•ll O tv o fTemple Oty Description Quantity Uni t Uni t Bid Total Bid Amount Amo unt COld m1ll 2" 1h lck ex ist lne asphalt concret e pavement. Project Improvement areu a re li sted In 120,000 SF $ $ In App~ndlx 8 -Project Strt•ts List and s hown In AppendiK C-Proj~ct Pion. Construct 2'" thk k ARHM AC Pavement Overlay, (ARHM-GG-C). In cludes adjus·tin g MHs, WV, e t c . t o Grade. Project Improvement areas are listed In 1,500 TON $ $ Appendix 8 -Project Streets l.ist and shown In Appendix C -Project Pion. Lo ulized Pavement Rep•irs •t various locat ions to be determined by t he City on the field • Remove ex lstln & AC ptvement sect ion 10 10" depth. Construcl 2• ARHM over 2 .. Type 8 -PG 64 -lOover 6 " Cru.shed Aurecate Bue {CAB ) overs· s.c:anfied a nd 2,500 SF $ $ comPlet ed sub&r~d e. This, bid Item sh11i 1pply to vario us streets li sted In Appendix 8 -Project Streets List and shown In Appendix C -Proj~ct Pion . V1 dous repair locations are to be determined on the field by City E na;ine e r. Pa&e: C.4 CIT( Of 1£11'\.E CITY, C.IUFORNIA - 0.0.-Apli 26, 2017 8100iNGMO COHTRAC1 DOCUI,£HTS. PlANS AI() SPECifiCATIONS • • • fY 2011118 P~VEKHT REiiAII!LITATIOH ~ jllrirJI·JiiLiilii!MQiiliU!.Jiii :IMiililiitiiiiMII~IL!tfdii@iriJJUCiliit.JtMM:i!iiill;iiY!!M M irgl 15 cl&6 Item A,4 A.S ADDITIVE ALTERNATE BID SCHEDULE FY 2017/18 PAVEM ENT REHABIUTATION PROJECT CITY PROJECT 10: jllbll;i31eiij;leJii,l!•l] O ty ofTemple Oty Descrip tion Quantity Unit Unit Bi d Total Bid ---------------------r-------r---+--~Am~ oun~t~-t--~Am~ou~n~t~--1 Restore Exlslln& Strlpln&. Limit Lines, Crosswalks, Pavement Ltcends, Arrow Martines, Speed Limit Lecend s, Stop lecends, and all other e~elstlna lecends and markincs on ~vement (App•ndlx D- Exi.Jt ing Strf'f't Goog~ Mrtot.J Includes exluln c Gooc le Aeria ls show inc Uustlnc Strfpln&~ lim1t Lines, Crouwalks, Pavement lecends, Arrow M.rklncs. SPH<f Umit tecends, Stop Lecends, and all other e.dsunc te,ends and markmcs on p,avement to be restored). Restoration shall be as follows: [Just•na lJine strtpln& sh•ll ~ restor.ci w 1th new stn'pin c per current C.l t~ns Det.31ls w1th rJ~ised m.rkers: Center lines per Oet•lls 2, 22, 32 111 appUc.able. lane Lines per De tail 9, lnclud lnc SO' lone .soUd lines at lntersect~n s. left and Rlcht Turn Line per O.tiil 38 l•ml t Unes and Crouwalks: u · wtde hnes (m.tch ex1stlna co~r o f crosswalks (white or yetiOON ). All Crouwalks and limit Une.s shan have applob• ra ised markers alone the entire hne tencth at 24'" spac•nc Pavement Lecends, ArrO'N Markincs. Speed Llm1t lecends, Stop Lecends, and all other e~elst lnc lecends and marklncs on pavement per c-urrent 1ppiUble Clltrans St1ndard1 For all items lbovt, paint shill be: thermopllstlc paint and reflective . This bid item shall apply to all streets listed In App•ndix 8 -Pro)#ct Strrrts Ust and shown In App<ndiX C -Pto/<CI Pion loop rep!Jicemenu (6' round) where ne«nlry 1 LS 10 EA $. ___ _ s __ _ s __ _ $. __ _ - TOTAL ADD1nvE ALTERNATE BID AMOUNT $ __ _ Pace: c.s • CITY Of 1£11'\.E CITY CACJ:ORNIA BIODING AI() COHTRAC1 DOCUI,£HTS PlANS AI() SPECifiCATIONS f" 2017118 PAVEKHT REHAIIlJTATlO!j P!10.ECT • i\l!lii;;.P.16 cfllll ;llfi,)I:Ciit,jlllfi§dpllliW•Jiili!@ill,illt!iiii!MilhCtlJ!iiiGjhJji?gilii!.!~MI !IIfllii:CjQ i l The award o f Contract shall be based on the TOTAL BASE BID AMOUNT only. The ADDITIVE ALTERNATE B1D SCHEDULE ITEMS shown per the ADDITIVE ALTERNATE BID SCHEDULE belo w will not be taken Into account In determlnlnc the lowH t responsible b idder. City may add bid Item s f r om the ADDITIVE ALTE RNATE BID SCHEDULE at the sole and complete discretion of the O ty as part o f the performance of the contract. In the case o f diScrepancies, t otal b1d w1ll be based on calculated amounts based on quantot1es and UOII B1d Amounts . A. Mob1hzation I Demob1hzatoon oncludong constr uction Full compensation l or the Items listed to the roght as lenc111g Items A, B, C, D and E are considered as Incl usive In B. Tralllc Con trol each Bid Item listed above In the Ba se B1d Schedule c. NPDES, WWECP, and Best Management Practtees and Additive Alt ernat e Bod Schedu le as apphcable, (BMPs), Pubhc Convemence and Sa fety and no add1 t oonaland/or separate compensation D Constructoon Staklll& by Land Surveyor will be allowed. E. Clearing and Grubbing The bi d proces sh all include any and all costs. i ncludon& labor, matenals, appurtenant expenses, taxes, royalties and any and all ot her incidental costs t o complete the proJect, in comploance with the Bod and Contract Documents and all apphcable codes and standords. Mobillzatoon/demoblllzatlon, traffic control ond safety are ass umed to be 10cluded in various bid items as applicable. All other work Items not specifically list ed In the bod schedule, but necessa'Y to complete the work per bid and cont ract documents and all applicable codes and standards ore assumed t o be Included In t he bid prkes. The C1ty reserves the ro&ht to add, delete, 111crease or decrease the amount of any quantoty shown and to delete any Item from t he contract and pay the contractor at the bid unit proces so ion& as the t otal amou nt of change does not eocceed 2S" (plus or monus) of the total b1d amount lor the entne pro,ect. If t he change exceeds 25", a chance order may be neaot1ated t o adJUSt umt b1d priCes. A bid IS required l or the entne work, that the quantot1es set forth in the Bid Schedule are to calculate total b id amount, and that final compensation under the contract Will be based upon the actual quantities of work sa t !Sfactonly completed. B1dder shall prov1de a b1d amount lor each b1d item list ed below Fa1lure to prov1de a b1d for each bid item sh render the b1d non-responsive Pa&e : C.6 " CITY Of !Ell'\� art. CAI.IfalNIA 0. -~ 21. 2017 BmHG MO CONTRACT DOCIIIEHTS PlANS AND SI'�Cif1CATIONS " " FY20 17/I IPAII�~NT ~~TIOH~ :!!.!Di�iiiMIMt.jil jiiifif!.iill:if.iii.ill.t.Iiiif.ij.ICt.f.JI" i�driiJ'#JiliiijjfJ++iii flfli �ijQ�iMtr'T" 17 d 16 DESIGNATI ON O F SUBCONTRACTORS BIDDER proposes to subcontract certain portions of the work which are In excess of one-half of one percent of the bi d and to procure materi als and equipment from suppliers and vendors as follows� Subcontractor Name Wor k to be Performed DIR Number Dollar Amount s ___ s ___ s ___ s ___ s ___ s ___ s ___ Total Subcontract Amount (shall not exceed 49% of Total Bi d $ ___ Amount) Paee : C.7 CITY Of !Ell'\� CITY, CAI.FORI<IA 0.-~21. 2017 81!l01HGMOCONTRACT DOCIJ1o�NTS,P\ANSMOSI'�CIACATIOHS FY2017/IIPAIIBENTREIW!UTATIOH~ ." -~Con'!d e..ll oll6 .!lel:ll �iiif.jliielhiQiiii.!.'i" JiiH$111dlle:.liiib'laliifi" iiMJj'#Jiiiiti!JMI;i!i!!ll�ii��il!lftm REFERENCES The Coty of Temple Coty os i nterested i n obtaining bids from the most qualified and capable contractors woth a proven t rack record able to perform work desi red by the Publ oc Works Department. Any and a ll references requi red to be provided by the bid specifications must be for projects constructed by the b iddi ng com pany; references for other p rojects performed by principals or other i ndividua ls of the bidding company may not be i ncluded. The followi ng are the names, addresses, and telephone numbers for three public agencies for whic h BIDDER has performed similar work w ithin the past three years Referenc~ CQntact Information Befe[eoce ~reject Cont ract !/ill Name Value Completed Agency Name : Contact Name and rnle: s ___ Contact Tel No: Agency Name: Contact Name and Title: $ ___ Contact Tel No: Agency Name: Contact Name and Title: $ ___ Contact Tel No : BONDS The following are t he names, addresses, and telep hone numbers f or all brokers and su reties f rom whom Bidder Intends t o procure In surance bonds: SITE INSPECTION The Bidder declares that he/she has carefu lly read and exami ned t he plans, specifications, bi d documents, and he/she has made a personal examination of the site (indicate name of the person, represen t ing the bidder, who onspected the s~e and date below) and that he/she understands the exact scope of the Project WITHOUT QU ESTION. Name of Person who i nspected the sote : Date of Inspection : Poee: c.a Dolo -..... 21 2017 .em Of.TEV'I..E em CAIJf<:R.A IIIOOIHG MD COHIRACT DOCIJIBITS, PIAN$ MD SI'£CR:ATIOHS ,fY 2011111 PA\'£1o!ENT REIWIUTATION POO..ECT .iiilslll!ifB'''"d'PII'*V"I"Ifl5"f"'·b'"l?''tidM'0Wii 'fl"'hfi?++.ii mJiiiii ·'t?'T e.."r~66 ADDEN DA ACK NOWLEDGM ENT The Bodder acknowledges rece opt of the followon& Addenda and has oncluded theor provosoons In t hos PropoSlll : Addendum No •. ________ Dated. ______ _ Addendum No .. ________ Dated. ______ _ Addendum No •. ________ Dated. ______ _ Addendum No •. ________ Dated. ______ _ EQUAL EM PLOYMENT OPPO RTUN ITY CO M PLIANCE BIDDER certofies that all prevoous contracts or subcontracts, all reports whoch may have been due under the requirements of any A&ency, Sote, or Federal equal employment opportunity orders have been sattsf~ct onty filed, and that no such reports are currentty ouUtindm& AFF IRMATIVE ACTION CERTIFICATION BIDDER certofoes that affirmatove actoon has been taken to seek out and consoder monoroty busoness enterpnses for those port tans of work to be subcontracted, and thal such affirm.trve act tans have been fulty documented, that satd documentatton ts open to lnspecttan , and that satd affirmatrve acttan will remai n on effect for the lofe of any contract awarded hereunder. Furthermore, BIDDER certofies that affirmatove actoon will be taken to meet all equal employment opportunoty requorements of the contract documents. NONCOLLUSION AFFIDAVIT BIDDER dec lares that the only persons or partoes Interested In this proposal as proncopals are those named herein: that no officer, agent, or employee of the Coty o f Temple Coty os personally Interested, directly or lndorectly, in this proposal; that this proposal is made without conn ection to any ot h er indovidual, firm , or corporation making a bod for the same work and that thos propoSlll Is In all respects fair and without collusion or fraud . Page: C.9 Dolo-..... lll2017 em f1f TUFtE em. CALIFORNIA llllOINGMDCOHIRACT DOCU~S . P\AN$MDSI'£CR:AT10NS fY 2011111 PAIIEIENT R£1WlUTAIIOH POO..ECT .. ll;m; ~fro 20 "'66 1''''''1·i"'d'*lt'b '4'''*db•i"N M''·"*.t·""M''· 'l* !till? '"li!JJiiii!i if ++ .il tm+:KJQit BIDOER INFORMATION Bodder's Name: Address: t"f;;;;; of legal Entity (I.e., l ndovodual, partnershop, corporatoon, etc.) If a Corponotoon, State of lncorporat oon (i.e., Ca lif .) fs'tate Contractor's license No. and Class -t---~- rstm DIR No ---~- t-Contact P~rson lnformotton : r--Name Title I E·moil Te l ~ I I The followonc are the names, toties, addresses, and phone numbers of all i ndovoduals, firm members, partners, JOint venturers. and/or corporate offteers havm& a pnnctpal 1nterest 1n th1s proposa l· The date(s) of any voluntary or onvoluntary bankruptcy j udaements agaonstany prlncopal hav ong an onterest on thos proposal are as follows : All current and pnor DBA'S, ahas, and/or fictittaus business names ror any pnne~pal hav1ng an Interest 1n this proposal are as follows : Previous contract performance h1story: Was any contract termonated previously: __ _ If the answer t o the above Is "yes", provide the follo WI"'J informatio n: Contract/project name and number:. __________________ _ Date of termonat oon :. _______________________ _ Reason for terminatoon · .. _ ----------------------Owner's name:; ______________________________________ ___ Owner contact person and tel. no.:------------------ IN WITNESS WH EREOF, BIDDER executes and submots this p ropoSlll woth t he na mes, totie s, hands, and seals of allaforementooned proncipals this __ day of 201_. aTY Of !EM'~.£ aTY CHJFORN!A Dolo-Apll:!e 2017 111001NG41Cl COHTRACTOOCUt.EHTS.PlANS AIIlSI'EciAcATIONS • • • FY 2011111 PAvaEI(J REHAIIIJI ATION PRO.ECT liilll!l ·iiit ill+.lf.IQIIII it!eliii .!liif·'''d·""b''IICIWiip.tagjl*'"'ifl.lMM\hlll!l ·iiiiitT p e.ao-21 o~• BIDDER __________________________________________ ___ Subscribed and sworn to this __ day o r ______ ~ 201 _. NOTARY PUBLIC ----------------------------------------------- Paae: C.ll o;,;-Aoll 21 2017 aTY Of TEiol'l.E aTY. CAIJfORNlA llllD1HG All> CONTRACT OOCUteflS. PlANS Al«lSI'ECIACATIONS FYl011111 PA\I£MENI REHA8l/IATION PRO.ECT .llilili~iiifil+if!MQIIII'k"i"I:!3"'·'"•::I+11$11.-agt.'dil@jriijpgnilt1Jtdlllflfll ·itp·it7 ~frl 22 at&& PROPOSA L GUARANTEE/BID BOND FY 2017/18 PAVEM ENT REHABIUTATION PROJECT 0TY PROJECT ID: I ENTER CITY PROJECT ID] O ty ofT..,pl e Oty KNOW All MEN BV THESE PRESENTS that as BIDDER, and as SU RETY , are held and firmly bound unto the City ofTemple City, in the penal sum of dollars($ _____ _, which Is 10 percent of the t otal amount bod by BIDDER to the City of Temple City for the above stated project, for the payment or which sum, BIDDER and SURETY agree to be bound, jointly and severally, firm by these presents. THE CONDITIONS OF TH IS OBLIGATION ARE SUCH that, whereas BIDDER is about to submot a bod to the Coty or Temple Coty for the above stated project, if said bod os reJected, or of said bod os accepted and a contract Is awarded and entered onto by BIDDER on the manner and tome specofied, then thos obligation shall be null and void, otherwi se it shall remain on full force and effect in favor of the Coty of Temple Coty. IN WITN ESS WHEREOF the partoes hereto have set theor names, toties, hands, and seals thos ___ day or ----------~ 201_. BIDOER• SURETY• •Provode BIDDER/SURETY name, address and telephone number and the name, t otle, address and telephone number for authorized representative. Subscribed and sworn t o this ___ day or ------~ 201_. NOTARY PUBLIC: _____________________ _ Paae : c.n J o...-..... ~2017 CITY Of TEt.f'\£ CIT¥, CAliFORNIA BIOOING AHO CONTRACT DOCIJt.ENTS. PlAHS AHO SI'ECifiCATlONS f'/2017111 PAVEt.ENT REIIABl/TAT)OH PRO.ECT -~ Conod,. 23«86 D . SPECIFI CATIONS FY 2017/18 PAVEMENT REH ABILITATION PROJE CT CITY PROJECT 10: {ENTER CITY PROJECT I D) STANDARD SPECIFICATIONS GE NERAL The St andard Specifications for this project Is t he Standard Specifications for Public Works Con struction {Latest Ed ition]. except as amended by the project plans, specificat ions and contract docum ents, supplementary condit ions, and/or other applicable contract documents. In cas e of conflict the more stringent requirement shall apply, except when the City makes an excep t ion . The City has the righ t to make such exce ption at it s discretion, and t he contractor shall provide reasonable cost discount if the City decid es to im plement the le sser st ri ngent opt ion. NOTIFICATION Th e Co ntractor shall notify the Co ty of Temple Coty and the owners of all utilit ies and substructures not l ess than 48 hours prior t o starton g constructoon . The f ollowing list of names and telephone numbers is Int ended for the convenience of the Co nt ra ctor and Is not suaranteed to be co mplete or correct: -Al!e ncy Name a nd Title Tel City of Templ e City Micha el D. Forbes, Dorector of Community 626-28S -2171 Development City of Templ e City Ali Cayir, PE, Ci ty Eng i neer 714-883-8677 City of Temple City Bryan Ariizumi , Public Saf ety Officer 626-28S-2171 City of Temple City, PO County Sheriffs St at ion 626-285-7171 City of Temple City, Fire Fire Department 626-287-9S21 Eleclric Sout hern California Edison 800-684 -8123 Gas Th e Ga s Comoany 800-427-2200 AT&T Business Customer Service 888 -944-<>447 SPRINT Custome r Service 800-211-4 727 M CI Customer Service 888-624-S622 Refuse Athen s Disposal Company 626-336-3636 Cable Charter Communicat ions 866-499-8080 Water Californi a Amer ican Wa ter Co. 888-422-S269 Water East Pasadena Wat er Co. 626-793-6189 Water San Gabriel County Wat er Dist r ict 626-287-Q341 Water So. Calif ornia Wat er Co . 626-446 -1372 Water Sunnyslop e Water Co . 626-287-S238 Undersround Service Alert (800)422-4133 CITY HOLIDAYS City offices are closed on t he fo llowons d ays : New Yea rs Day; President's Da y; Memoroal Day; Indepen dence Day; La bor Da y; Veteran's Day; Thankssiving (2 days) and Ch ristmas Day. DurinK these Paae: 0 .1 Dolo-..... ~.2017 • holidays, inspections will not be available. EMERGENCY INFORMATION , CITY Of TEt.f'\£ CITY. CALifORNIA BIOOING AHO CONTRACT DOCIJI.ENTS, PlAHS AND SI'ECifiCAT10NS f'/201711 1 PAVEt.ENT ~ATlON PRO.ECT 0...... Conod Pogo 2• '"86 The names, addresses and t elephone numbers of the Contractor and subcontractors, or t heir representat ives, shall b e filed wi th the Eng i neer and the City Police Department prior to besonning work. AS-BUILT DRAWING S Provode and record a complete "As Bu ilt" records set of blue line pronu sh owons changes f rom t he original drawongs and spec1focat ions and t he exact "As Bu1lt" locations, size s and types of equi pment. Pronts f or this purpose may be obtai ned from the City. Keep t h is set of drawinss on the Sit e an d us e only as a record set. Use these drawi ngs as work p rogress sheets. Wit h red pencil, make neat and legible annot ations thereon as the work proceeds, sh owi ng the work as actually comp leted. Keep t hese drawings available at all t imes for insp ect ion . Bef ore the date of t he final inspection, provi de t h e "As Built" pro nts to the C1ty. Please note, that failure to submi t a n HAs BUilt"" set of d rawings as noted above will re sult in the retention payment bei ng d elay ed. SPECIAL PROVISI ONS GENERAL 1. All work shall be performed In accordance with the "Standard Specifica tion s for Public Works Construction", ("Greenbook" or "SSPWC"), La t est Edit1on, and all supplements; except where ot herwiSe specified; the not es an d details on the d raw1ngs; Amencan PubliC Works Associa t iOn St andard Plans; California Manual on Uniform Traffic Control Devices (CAMUTCD); Calt rans St andard Plans, Latest Edit ion; the General Provisions (Pa rt 1); and these Special Provisions (Part 2). 2. SCOPE OF THE W ORK COVERED BY CONTRACT DOCUM ENTS The work to be done consist s of f urnishing all labor, materials, tools, eqUipment and lnc1den tal f or t he rehabilitation of various streets as shown I n Appendix 8 -Project Plans. Work includes but not limited to t he construct ion of slurry seal on AC pa vement, AC cold milling, rubberized asphalt ovorlay, removal and reconstruction of asphalt pavement sectiOn and restoration of roadway marking and strip ing. 3 . ADDITIONAL CONTRACTORS DUTIES Comp ly with co des, ordinances, ru les, reg ulations, orders, and other legal requirem ents of public authorities which bear on performance or wo rk. 4. CONTRACTS Construct ent i re work under one contract wit h t he City. Poae : 0.2 l _____________________ _ Oolo-..... le. 2017 CITY OfTEW\.£ Cll'l. CAUFORIM BIOOING 00 CO!IlRACT OOCUt.ENTS. PlANS 00 SPECIFICATlOHS FY 2011118 PAVEt.Etll'REHABIUT ATlOH PRO.ECT Oolunonl Ccmll Pogo 25 d 116 5. The Specifications and Drawings are com plement ary, and what is called for in one shall be bindong as of ca lled for on both. 6. Subsect oon 2·5.2, "Precedence of Contract Documents", (SSPWC), revise the order of precedence and incorporate add itional items as follows : 1) Perm it s Issued by j urisdtctional regulatory agencies 2 ) Cha nge Orders and/or Suppl ement al Agreements; which occurs last 3) Con t ract/Agr eement 4) Adde nda 5) Bid/Proposal 6) Special Provisions 7) Plans 8) Ge n eral Provisions 9) St an dard Pl ans 10) Standard Specifications 11) Reference Spec ifications 7. DISCREPAN CIES IN THE CONTRACT DOCUM ENTS Any disc repancies, co nnicts, errors or omissions fou nd in the Contract Document shall be promptly reported in w riting to the Director of Public Works and Development Servoces or hi s/her designee, who will issue a correction 10 wrlt1n g. The Contractor sha ll not take advantage of any such discrepancies, conflicts, errors or omissions, but shall com ply w ith any corrective measures regarding the same prescribed by the Director of Public Works and Development Services or his/her designee, and no additional payment or time shall be allowed therefor, except as provided i n th e Standard Specifica t ions. If discrepancies are discovered between the draw ings and the speciftcatlons, and no specific Interpretation is issued pr ior t o the bidding. the decision rega rdi ng this i nterpretation shall rest with the Director of Publ ic Works and Development Services or his/her desig ne e. The Contractor shall be com pelled to act on the Director of Publtc Works and Deve lopment Servtees or his/her designee's decision as di rect ed . In t he event the installat ton Is not tn compliance with the dlrectton of the Director of Public Works and Development Servoces or his/her designee, the installation shall be corrected by and at the expense of the Contrac tor at no add itional cost to th e Ctty . In case of such discrepancies o n the pian shee t s, it is assume d that the bid included the cost f or Im plementing/constructing the disc repancy that would have t he high est dollar value . 8. ERRORS AND OMISSIONS If the Co ntractor, in the course of the work, become s aware of any cl ai med error s or omissions in the contract doc uments or in the Ci ty's field work, it shall immed iat ely i nform the Direct or of Public Works and Developm ent Services or his/her designee. City Engineer shall promptly review the matter, and if he/she finds an error o r omission ha s been made, he/she shall determine t he corrective actions and Poee: 0 .3 Cll'l Of TEW\.£ CITY, CALIFORIM BIDOING 00 CONT1IACT OOCUt.ENTS. PlANS Alll SPECIFICATlOHS FY 2017118 PAVE!ENT REHABIUTATlOH PRO.ECT Dor:utm Ccmll Pogo 2e d 66 advtse the Cont rac tor accordingly. If the corre ct ive work assoc iated with an error or omission Increases or decrea ses th e a mount of work ca lled for tn th e Contractf the City shall tss ue an appropriate Change Order. After discovery of an error or omi sston by the Cont ra ct or, any related work performed by the Contractor shall be done at its nsk u nless authonzed by the Director of Public Works and Development Servtces or htS/her designee. 9. CHANGE D CONDITI ONS The plans fo r the work show co ndttlons as they are be lteved by Ctt y Engineer to eXISt, but is not intended or to be onferred that the condttions as shown thereon const itute a re presen t ation by the Ctty that such conditions are actually exiStent , nor sh all the City be liable for any loss sustained by the Con tractor as a result of any va riance of th e conditions as shown on the plans and the ac tu al conditions r evealed during t he progress of t he work or otherwise. The word "conditions • as used In t his paragraph includes, but is not limit ed to, site conditions, both surface and subsurface. The Contractor shall examine the site, compare it wit h the drawings and specifications and shall sa tisfy itself as to the conditions under w hic h the work is to be per formed. The Contra ctor shall ascertain and check the locat oon o f all extstlng structures, utiloties and equipment which may affect tts work. The Contractor sha ll be responsibl e to re-examine the stt e, as neces sary, for perf ormance of change orders or other proposed changes which may affect its work . No allowance shall subsequently be made on the Contractor's behalf f or any extra ex pense or loss of tim e which tncurred due t o faolu re or negligence on its part to m ake such exa mination. 10. PAYMENTS TO CONTRACTOR AND CLAIM S 1. Breakdown of Contract Prices. The Contractor shall, within ten (10) wor king days of receipt of a request from the City, submi t a complete breakdown of l ump sum bi d pnces showing the value ass igned to each part of the work, including an allowance for profit and overhead. In submttting t he breakdown, t he Co ntractor certifies tha t i t Is not unbalanced and that the value assig ned to each part of the work r epre sents Its estimate of t he actual cost , i ncluding profit and overhe ad, of performing tha t part of the work . The breakdown shall be sufficiently detailed to permot i ts use by the Engtneer as one of the bases for evaluating requests for payment. No eKtra costs sha ll be allowed fo r these breakdowns. 2. Payment for Labor and Materials. The Contract or shall pay and ca use the subcontractors to pa y any and all acco unt s for labor, i ncluding Worker's Compensa t ion premiums, Sta t e Unemployment and Federal Social Secu r ity payments and all other wage and sa la ry deductions required by law. Th e Contractor also sh all pay and cause the subcontractors to pay any and all accounts for services, equ ip me nt and material s used by it and the subcontractors during the performa nce of work under this contract. All such accounts shall be pa id as t hey become du e and payable . If requested by the Engineer, the Cont ract or sha ll ommediat ely furnish the City wtth proof of payment of such accounts. 3. Additional Work . Payment for additional work and all expendit ures In excess of the b td amount must be authorized In writing by the Publ ic Works Director or hi s/her designee . Such authonzation sha ll be obtatned by t he Contractor prior t o enga ging in additional work. It sha ll be Paee: 0 .4 ------------------------------------------------------------------------- CITY Of 1'£11\E CITY, CALIFORNIA BIOOING AND COHTRACT OOCU!ENIS,IV.NS AND SPECifiCATIONS FY 2017111 PAVE !EN! REHAIJUTATION PRO.eCT ~ Ca100I P1Qo 27 cll6 the Contractor's sole responsi bility to obtain written approval from Ci ty Enalneer fo r any change(s) in material or in the work proposed by suppliers or subcontractors. No payment shall be made to the Cont ractor for additional work which has not been approved in writing. and the Contractor hereby agrees that 1t shall have no right to additional compensation for any work not so authorized. 4 . Claims. The Contractor shall not be enti tled to the payment of any additional compensation for any cause, including any act , or failure t o act, by the City, or the happeni ng of any event, thing or occurrence, unless he shall have given the City due wntten notice of potential claim as hereinafter specifications . The written not1ce of potential cla1m shall set forth the reasons for which the Contractor beli eves addit ional compensatio n will or may be due, the nature of the co sts Invo lved, and, insofar as poss i ble, the amount of the potential clai m. Sa id not1ce sh all be submitted on a form approved by the City at lea st f o rty·elaht (48) hours (two working days) '" advance of performi ng sa id work, unles s the work is of an emergency nature, in which case the Contractor shall notify and obtain approval from the Inspector prior to commencing the work. The Public Works Director or his/her designee. may require the Contractor to delay construction Involvi ng the claim, but no other wor k shall be delayed, and the Contractor shall not be allowed additional costs for any said delay but may be allowed on extension of time if the Public Works Director or hts/her designee. agrees that the work delayed ts a controlling element of the Co nstructi on Schedule. The Contractor shall be reqwed to submit any supporting data (or a detailed written explanation just i fyi ng further delay) w lthm five (5) Work Days of a request from the Public Works Di rector or h iS/her designee, and shall be responsible for any d elays resulting from late and/or incomplete submittals. By submitting a Bid, the Cont ractor hereby agrees that this Sect1on shall supersede Sections 6 -6 .3 and 6-6 .4 of the Standard Specifications. The City shall be the sole authori ty to i nterpret all plans, specifications and contract documents, and no cla im shall be accepted wht ch is based on the Contractor's ignorance. misunderstanding or noncompliance with any provi ston or portion thereof. The above provisions shall supplement Section 3 of the Standard Specifications. The Contractor shall be responsible to prov1de all data and t o obtain all approvals required by said Specifications, including submittal of Dally Extra Work Reports . No clai ms or extras shall be approved by the Ci ty unless all work was done under the d irectiOn of and subject to the approval of the Inspector. Disputed work clai m s shall comply w i th Section 3 of the Standard Spec ifi ca tions, as modified herem. It Is the intention of this Subsection that differences between the part1es arising under and by virtue of the Contract be brought to the attention of the Engineer at the earliest possible time in order that such matters may be settled, if possible, or other appropriat e action promptly taken . The Contractor hereby agrees that it shall have no right to additional compensation for any claim that may be based on any such act, failure to act , event, thing or occurrence for which no written notice of potential claim as herein requtred was filed . 5 . Noncompliance w i th Plans and Specifications. Fa1lure of the Contract o r to comply w ith any requir ement o f t he Plans and Specifications, and/o r to immediately remedy any such noncomplian ce upon notice from the Engineer, may result in suspension of Con tract Progre ss Payments . Any Progress Payments so su spended shall remai n i n suspension until the Contract or's operations and/or submittals are brought Into compliance to the satisfaction of the Eng ineer. No Dolo-Aprf 21. 2017 • CITY OF 1'£11'\E CITY, CALIFORNIA BIOOING AND COHIRACT OOCU!ENI$, PlANS AND SPECifiCATIONS FY 2017111 PAVE'!ENI REHAIJUTATION PRO.eCT ~ Ca100I Pogo 21<1116 add it1onal compensation shall be allowed as a result of suspen sion of Progre ss Payments due to noncompliance w i th the p lans o r specifications. The Contractor shall no t be permitted t o stop work due t o sa id suspension of Progr ess Payments. 6. Request for Payment. Contractor shall submit all requests for payment on the City prov1ded form . The City shall provide the form for use after Contract is awarded. Prior to submittal of said form, all items for w hich payment I s requested shall be checked and approved in writing by the City En gineer. No payments will be made unless all back-up data is submitted w1th the payment request and the Progress Payment Invoke i s signed by both Co ntractor and City Engineer . There shall be no separate payment f or any relocations, barriers or forms, g rading or t emporary construction required to construct the improv ements herei n . Payment for these i tems shall be absorbed i n the Bid Prices for the applicable wor k t o which they are appurtenant, and no extra costs shall be a llowed. The payment of amo unts due t o t he Contractor shall be contingent upon the Contract o r and subco ntractors furniS hing the Ci ty w ith a release of a ll cla1m s against t he City ansmg by v1rtue of the Contract related to sa id amounts. 11. MARKUP For extra w o rk and chang e o rders the fo llowing percentages shall apply: a. UIBDR COSTS 1 . labor markup for employer taxes standard federal/state rates, approximately: 10% 2 . labor markup for fringe benefits: 15% 3 . labor overhead markup (applied t o t otal of land 2): 10% 4 . Profit markup (applied t o 3): 10% b . MATERIAL, EQUIPMENT, SUBCONTRACTOR COSTS Only 5% markup by pnme contracto r will be allo wed on materials, equipment and subcontractor costs. No other additio nal markups (over head , pro fit, etc.) will be allowed. c. After the total amount is est ablished by adding the above items, an additio nal 2% markup for INSURANCE AND BONDING COSTS will be allowed, The m arkups mentioned hereinafter shall i nclude, but are not limit ed to, all co sts for the service s of superintendents, project managers, timekeepers and other personnel not working dir ectly on the change order, and pickup or yard trucks used by the above personnel, and other veh icles and /or equipment present at the job site but not d irectly used i n actual const ruction actiVities. Inci dental movements of labor, matenals, supplies or equipment shall not be consid ered as use in actual construction activities. These costs shall not be reported as labor or equ1pment elsewhere, except when actually performi ng work d irectly on the change ord er and then shall only be reported at the labor classification of t he work performed Paee: 0 .6 Dolo-.ocxt21.2011 U . AllOTTED W OR KIN G SPACE CI1Y <:If TEll'\£ CI1Y. CALFORHIA BIOOING AND COHTlW:T DOCUMENTS. PlANS AND SI'ECIFICATlONS FY 2017111 PAVEMENT REHA8l.ITATIOH PRO..ECT -.....Con101Pove21atM The Contractor shall be re.spons1ble for stonna h1s mater~ts ilnd equipment and to use as work yard as necessary. The City Will not aliow keepma equ1pment, materials, vehicles, removed 1tems, debns, etc. wothon thos pro,ect sote woth no loaboloty to the Coty. It shall be the responsobiloty of the Contractor to provo de adequate fenclne. securoty of the yard and equipment, and to restore t he ass oened area to lt.s oroglnal, pre-use condition, o r better, to the satisfact ion of the Engineer. 13. ACUPTANCE OF SITE The Contractor shall occept the site and the c ha racter of I he work as they exost on the first day of work under th1s contract. 14. PROTECTION AND RESTORATION OF EXISTING IMPROVEMENTS The Contractor shall be responsoble for the pro t ectoon of publo c and provate property adjacent to the work and shall exercise due caution t o avood damage to such property per subsectoon 7 .9 o f the SS PWC. 15. SITE SECURITY AND SAFETY The Contractor shall secure the prOJect as well a s the adJOonong properties durone the duratoon o f the prOJect. 16. SURVEY AND LAYOUT Contractor shall r eport to the Ctty Representative any d iscrepancies before proceeding with related work. Co ntract or shall perform all survey and precise layout work. Contractor shall establish fonal e r a des and extents for the improvements and preserve such work on as-built p lans. 17. UMITS OF WORK l imits of work shall be the leeal property boundaries of the project site unless modofied by Contract lomit lines indicated on the plans or as noted otherwise. Prior to commencong work on any partocular area, the Contractor shall vero(y and coordonat e them woth the Eneineer t o ascertain the actuallomlts of work. 18. The Contractor Is r eminded that he Is re sponsible for t he control of water throuah t he construct ion area, at all times. Poee: 0 .7 Dolo-.ocxt212017 19. SOUD WASTE MANAGEMENT AND RECYCLING PLAN CI1Y <:If TEll'\£ CI1Y. CAUfCIRNIA IIIIXliNG AND CONTRACT OOCUMEil!S. PlANS AND SPECIFICATlONS FY 2017111 PAVEMENT REIWJlJT ATlON PRO..ECT -..... C<mil Pove 30 "'66 The contractor shall submot • Solod Waste Manaeement and Recycltne Plan t o the Coty Manaaer's Offoce for revoew and approval proor to ossuance of a constructton permtt for the project Sa od plan shall ondicate that the permottee/contractor shall provide documentatoon su ch as receipts from landfills, sa lvage and recyclon& facolities upon completion o f the demolitoon/construction. Said plan shallldentofy: A. Types of material s for recycling. reuse o r sortin& B. Estimated quantities C. Separatton requirements D. On stte storaae E. Transportation methods F. Dest1nat1ons G . Plan manaaer (contractor's representatrve) Proor to tssuance of a construction permo!, the permittee/contractor shall contact the Calofomoa Integrated Waste Manaeement Board (recyclon& hotlone 800·S53·2962) to obtaon an approved recycler (processor and/or recetv~r) for demolition and construct K>n waste . At the minimum the contractor shall recycle each o f the followong demolition ond const r uctoon wa ste materials Asphalt pavong: 75% Concrete and concrete masonry unltJ: 75% Non-lead based pa inted wood wast e.s (dimensional lumber and broken crat es and pallets)· 50% Metals: 60% Toilets: 75% Appliances : 75% Copper cable/wore: 50% Transformers and ballasts: 100% Fluorescent lamps: 100% Glass : 50% Unpain t ed evpsum board: 50% A m i nimum o f 50% o f the t otal weight o f t he wast e (demolitton and construct ion w os tes) shall be doverted from landfill. 20. REFU SE ROUTE SCHEDULE The Contractor shall acco mmodate and coordonate woth the City's refuse pock-up servoceln the proJect area . The Contractor shall accommodate and coordonate wtth the Coty's st reet sw eeping servoce on the prOJect area . 21. LEGAl ADDRESS OF CONTRACTOR Poco: 0 .1 __ ....,1f1017 CIIY Of TEll'\£ CIIY. CAL.FORHlA BIJOOIGAIIlCOHIRACTOOCUIEHTS PIANSAIIlSI'ECIFlCATlONS FY 1017111 PAVEIEHT ~ATIOH PRl.ECT llolunonl Ccnal """ )I ... The address goven on the Bodder's Proposal is hereby desognated as the place to which all notoces, letters, and other communica t oons to the Contractor woll be ma iled or dehvered, except such notoces and communiCations as shall be goven by the Coty's Inspectors to the Co ntractor's desognated Supenntendent m the field. The ma1hng or dehvenn1 to sald address of any notke, letter, or other commun1cat10n, or the hand-delivery to sa1d Supenntendent, shall be deemed suffkient service thereof upon the Contractor. The date of suc h servoce shall be the date of such mai hna or delivery. Said address may be chanaed at any time by a written not ice sogned by the Contractor and delivered to the Engineer . B. GENERAL PROCEDURES 1. CITY OF TEMPLE CITY UCENSE AND PERMIT. The Con tractor shall obtain a City Busi ness l.lcense (Co ntractor shall pay for it ) and a no-fee Constructoon Permit before commenCing construction. 2. PROJECT SCHEDULE The Contractor shall su bm it a Constructoon Schedule to the Engoneer minomum 20 working days proor to bqonnong constructoon No work may be started untolthe Schedule has bee n approved on wrotmg. The work shall be scheduled to assure that constructoon woll be completed wothon the spec ofi ed tome. The Contractor shall be held re sponsoble for coord ona toon of all phases of the operat oon so that the time schedule can be met. Co nstructoon Sc hedule shall be prepared woth Cro t ocal Path Method • MICrosoft PrOJect format. Contractor shall submot updated Project Schedule woth monthly progress pay requests. If the Contractor des1 res to make a maJor change 1n tts method or operauons after commencmg constructoon or if ots Schedule faol s to reflect the actual progress, the Contractor shall submot t o City En gineer a r evised Construction Sc hedule. Saod Schedule shall be submotted 10 working days on advance of begonnlng revised operations or within 2 workong days after notofication by the Engineer or h is/her designee, as appropriate. Coty Engoneer may suspend all progress payments If the Co ntractor f alls to comply. 3. NOTICE TO PRO CEED The cons lructoon dale shall bqm w othin 10 days after "Notice to Proceed" os ossued by the Coty to the Contractor. Notwothstandi ng any other provosoons of the Contract, the Contractor shall not be obligated to perform any work and the Coty shall not be oblicated to acce pt or pay for any work performed by the Con t ractor proor to dehvery of a Notoce to Proceed The Coty's knowledae of work being performed pr oor to dehv ery of the NotiC e to Proceed shall not obligate the Co ty to accept or pay for such work. 4. CO NTRACTTIME Pa&e: 0 .9 CIIY Of TEll'\£ CIIY. c.oaoRMA 8llOOIG All) COHIRACT OOCUIEHTS PlANS Alll SPECIFICATIONS FY 1017MI PAVEIEHT AEHA8l.ITAT'ION PRl.ECT tlocunn Ccnal """l2 ... The date conslructoon shall beg on woll be sp ecified In a Notice t o Proceed, by the dote ond oc ated on the const ructoon schedule on INSTRUCTIONS TO BIDDERS SECTION of these specofica t oons Except as otherwose provoded on the Specoal Provosions, workmg hours i n trofflc lanes will be restrocted to between the hours of 8 ;30 a.m . and 3;00 p.m ., and, except as otherwose slated on the Special Provosoons o r approved by the Dorector of Public Works and Development Services or his/her designee, workong hours for areas not affectina t raffic are between 7;00 a.m . and 4 ;00 p.m . Monday through Friday, excluding legal holidays and w eekends. Durin& p eriods when weather or other conditions are unfavorable for construction, the Contractor sha ll pursue only such portions of t he work as shall not be damaged thereby . No portions of the work w hose acceptable q uahty or efficiency will be affected by any unfavoroble conditoons shall be const ructed while those cond otions exost. It Is expr essly understood and agreed by and between the Con t ractor and the City th at the Contract t ome for completion of the work described herein IS a reaso nable ttm e taktng in to constderatiOn th e average clim atic and econo mte con dt tions and other factors provailina in the locality of the work. Delay In Obtamong Materoals No extension of tome woll be granted for a delay caused by the onabohty t o obtaon materoal s unless the Con tractor eother obtaons adva nce wrotten approval from the Engoneer or obtaons from the suppher and furnoshes t o the Engineer documentary proof that such materoals could not be obtaaned du e to wa r, government regulatiOns, labor dtsputes, stukes , fires, floods, adverse weather condtttons necesstta tirc the cessa ttOn of work, or other simtlar acUon of the elements. The Contractor is requtred to order matenals in a ttmefy manner as spectfted tn the "lnstructeon to Bidde rs". b . Record Drawings The Contract or shall maontain at t he JOb sole one (1 ) set of record drawongs . At the end of each working day, the Contractor shall submit to the Inspec tor an accurate "as-built" drawing of any changes that occurred from the appro ved plans and drawinas. Includi ng Chance Order work, changed condotoons In the neld, and/or claimed ext ra work. The Con t r actor shall be responsible to obtain the Inspector's wntten approval of the acc uracy of saod drawo ng No Invoice will be accepted for processing until all w ork Included thereon Is accura t ely shown on the record drawtncs. 5. CONSTRUCTION STAKING The Con tractor shall be responsible for construct ion stakong. Unless o t herw~se provoded on the spec ial proviSion , hnes and erades for the construction shall be the responsibohty of the controctor, with the followmg provosions; All work under thos contract sha ll be buolt In accordance wtth the Iones and grades shown on t he plans. Foeld survey for establishing t hese, and for the control of constructoon, shall be the responsobolity of the Contractor. All such survey work oncludon a constructoon stakong shall be done under the Pace: 0 .10 o--.... 262011 aTY OF TBI'lf aTY. CAUFOAIIIA BmNGMD OONTRACl OOCUIEIITS, PlANS MD SPECiflCATlONS FY 2017111 PA\IBEHT REHASUTATION PRO.ECT ~Co'oh~Pq llalll supervision of a Callforma licensed land Surveyor or aut honzed C1v1l En&moor. Stak1ng shall be done on all itoms ord1nanly roqu1nng grad• and allgnmont, at 1ntorvals normally accept ed by the agencies and trade involved . The Contractor sha ll provide a copy of the office calculations and grad e sheets t o the City Inspecto r. Th e Contractor shall be r esponsible for any error in the finished work, and sha ll notify the Engineer, i n writing, within 24 hours of any discrepancies, or design errors during the construction staking. Prior t o the start o f construction, any Survey Monuments and Bench Marks having d irect conOict w ith tho construct•on shall be referenced i n t he field and "cornor r ecords" shall b e prepared and submitted by the supervising licensed land Surveyor, to the Engineor, on cert1fied official record forms for f1l ing in tho office o f the County Su rveyor. All the Survey Monuments and Bench Marks removed and/or al t erod duri ng the construct1on shall be reset and cert1fied "corner records" shall be submitted by the land Surveyor, to the Engineer prior to the final acceptan ce of th e con struction. Unless a separ ate bid item is provi ded, th e paym ent fo r surveying. construction staking, setting of the Survey Monuments and Bench Marks , preparing corner re-co rd s, professional services, office and field calculations, furmshing all labor, materials, e quipmont, tool s and incidontals, and for doing all the work i nvolvod, sha ll be conSidered as 1ncludod 1n tho 1toms o f work for whiCh the surveying work IS performed, and no additional compensation will be allowed. 6 . INSPECTION AND TESTlNG All wor k covered by thiS Contract Documents shall be mspected by the Eng1neer. Roquest for mspection serv1ce shall be made 24 hours in advance . All materials furnished a nd all work performed under the Con t ract shall be subject to review and approval by the Engineer or his/her desig nee. Such review may include mill, plant, shop, nursery, or fie ld Inspection as required. The Engineer shall b e permitted access to all p arts of the work, including plants where materials are manufactured or fabricated, and shall be fu rnished with such materials, I nformation and assist ance by the Contractor and its subcontractors and suppliers a s is roquired to make a complete and detailed inspection. The City w ill provide standa rd progress building and public works Inspection at no cost to the Contractor. Contractor sha ll arrange and pa y for all o ther Inspections required by ordinance or governing a uthorities, mcluding tests in connection therewith, as may be asstgned to tt in other sections of tho specifications. Where required by t he Build ing Code, spe cialty inspectors shall b e provided by the City at no cost to the contractor . The Contractor shall request specialty inspect or at least forty-eight (48) hou rs in advance of an ant ic ipated inspection. City shall perform compactiOn tosts a s required. It shall be the Contractor 's r esponsibility to obtam InspectiOn in a t1mely manner pr10r to proceeding w 1th any phase o f construction. The Contractor shall neither allow nor caus e any of 1ts work to be covered or enclosed until it has been inspected, tested and approved by the Engineer o r his/her Paae : 0 .11 destanee. aTY Of TBI'lf aTY, CAUfORNIA IIIOOIHG MD CONTRACT DOCUMENTS, PlANS A>ll SPECIFICATIONS FY 2017111 PAIIBEHT REHA8UTAT10H PRO.ECT ~c-.1Pogo l4 Gf66 The Engmeer w1ll make, or have made, such inspections and tests as he deems necessary to see t hat the work IS being accom plished in accordance w ith the requirements of the Contract. In the event such I nspections or tests r eveal non-compliance with t he r equi rements of the Contract, the Contractor shall bear the cost of such co rrective me asu res doemed necessary by the Engineer or his/her des ignee, a s well as the cost of the subsequent re-ln spection and re-testing. It shall be understood and agreod that the Inspection or making of test s shall not constitute an acceptance o f any portion of the work nor r elieve the Contractor from complia nce wtth the ter ms of the Contra ct . Work done in the absence of prescribed ins pect ion may be required to be removed an d replaced under the proper in spect ion, and the e ntire cost of removal and replacement, incl uding the cost of all matenals which may be furnish ed by the City and u sed in the work thus removed, sha ll be borne by the Contractor, regardloss of w hether the work removed Is found to be defective or not . Work covorod without the authority of the Engineer sh all, upon order of the En&i neer, be uncovered to the oxtent reqwed, and the Contractor shall similarly bear the entire cost of performi ng all the work and furnishing all the materials necessary for the removal of the covering and its subsequent replacement . 7. UTILITIES a . Before stan1ng work, the Contractor shall venfy the locatiOn sand elevations of aii .. ISIIn& ut1 llt 1es by contacti ng Underground ServiCe AI en at 811, at leas t 48 hours 1n advance o f the work. b . The Contractor shall provide coordinatton w ith all the utiltty compantes tnvolv ed and shall provtde protection from damage to thei r facilities. The Cont ractor shall be responsible for repair or replacement to said faci lities made necessary by its failure to provide required protection. The Contractor is r equired to i nclude utility requirements in the Co nstructiOn Sc hedule. c. The Con tractor sha ll notify a ll utility agencies and owners of all fa cilities w ithin t he area o f construction a m inimum of five (5) work days 1n advance o f perfo rming any work w1th in sai d area . d . Th e Contractor shall protect all utilit ies and other Improvement s w h ich may be I mpaired during construction o perat ions. It sh all be the Contractor's responsi bility to ascertain the actual location of all existi ng ut ilities, including service laterals, and o ther Impro vem ents Indicated on the drawlnas that w ill be encounte red in its co n struct ton operat ions, and to see that such utilities or other Improvements are adequately protected from damage due to such operat ions. The Contractor shall take all possib le precautions for the p rot ection of unforeseen utility lines to provide for uninterrupt ed service and to provide such special protection as may be directed by the Engineer. The Contractor shall be sol ely responsi ble to check all utility record maps, books, and/or other data 1n the possession of the City, other agencies, and/or all utility compani es, and no allowance shall be made for any failure to have done so. e. It shall be the Contractor's responsibility t o complet ely remove all "constructiOn grafflt1" (spray pa1nt or other marking for utilit1es , survey points and constructiOn lim1ts) priOr to acceptance of the work as completed. Dolo-Aprl26, 2017 8. PUBLIC CONVEN IENCE AND SAFElY CITY Of TEI.f'lf CITY, CALIFORNIA BIJJOING AHO CONTRACT OOCU!ENTS, PlANS AND SPECIFICATIONS fY 20t7/1aPAVE!ENT REHABUTATION PRO.ECT llocuMnl eon... Pogo 35 oJ 66 a. The provision of Section 7-10.1 (Traffic and Access), Section 7-10.2 (Storage of Equipment and Materials in Public Streets), and Section 7-10.4 (Public Safety) all as contained in the Standard Specifications, shall be applicable to this project. b. At the end of the Work Day the job site shall be left in a neat and orderly manner. Roadway and parking shall be made available wherever possible to the satisfaction of the Engineer or his/her designee. c. During cons t ruction the Contractor shall provide adequate access at all times to each resi dence or business affected by this project to the satisfaction of the Engineer. d. Should any change in these requ irements be necessitated by extraordinary occurrences or requirements during the execution of the work, the Contractor shall obtain prior written approva l of the Engineer. 9. SAN ITARY CONDITIONS The Engineer may from time to time prescribe rules and regulat ions for ma intaining sa nitary conditions along the work and the Contractor sha ll enforce observance of the same by It s employees and the employees of the subcontractor, and, if the Contractor fails to enforce these rules and regulations, the Engineer shall hav e the authority to enforce them . 10 . AIR POllUTION AN D DUST CONTROl The contractor sh all adhere st r ictly to Section 7 -8 .1 and Section 7 -8 .2 of the Standard Specifications throughout t his entire project. 11. WATER POllUTION CONTROl The Contract or shall adhere strictly to Sections 7 -8 and 7-10 of the Standard Specifications through the entire project. The Contractor, without limitation, shall be responsible to provide and implement Best Management Practices to comply with National Pollution Discharge Elimination System (NPDES) st andards and practices. The Contractor shall be respons i ble, to the fullest extent possible, not to permit any contaminants, including soil, to enter any drainage system . Contractor shall be respons ible to be prepared to provide hay bales or similar devices to prevent erosion from being washed into the st orm drain system . Contractor shall be responsibl e to mai ntain equipment so that oil, grease, gasoline, diese l fuel, et al., does not contaminate areas subject t o run -off. The Contractor and Its Surety shall fully Indemnify the City for any pollution damag e and/or cleaning costs. All construction on off-site or on-site improvements shall adhere to NPDES (National Pollution Discharge Elimination System) Best Management Practices to prevent deleteri ous m aterials or Page: 0 .1 3 Dotellouod Aprl26.2017 CITY Of TEI.f'lf CITY. CAUFORNIA BIDDING 00 CONTRACT OOCU!ENTS, PlANS ANO SPECIFICATIONS fY 20t7/1a PAVE!ENT RaWIA.JTATION PRO.ECT llocuMnl Can>oJ Pogo 36 ct66 pollutants from entering the City or County storm drain system s. The following are the areas to be addressed: 1. Handle, store and dispose of materials proper ly. 2. Avoiding excavation and grad ing activities during w et w eather. 3. Construct diversion dikes and drainage swales around working sites. 4 . Cover stockpiles and excavated soil with secured tarps or plastic sheeting. 5. Develop and implement erosion control plans. 6. Check and repair leaking equipment away f rom construction site. 7 _ Designate a location away from storm drains for refueling . 8 . Cover and seal catch basins whenever working in their vicinity. 9 . Use vacuum with all concrete sawing operations. 10. Never wash excess material from aggregate, concrete or equ1pment onto a street 11. Catch drips from paver with drip pans or absorbent material. 12. Clean up all spills us ing dry methods. 13. Sweep all gutters at the end of each worki ng da y. Gutters shall be kept clean after leaving construction site. 14. Call 911 in case of a hazardous spill. 15. Keep a runn ing log of all activities in connection w ith the Storm Water Pollution Prevention Plan (SWPPP) 16, Name a person, on site, responsi ble for complying with S.W.P.P.P. CONTRACTOR TO COMPLY WITH THESE REQUI REMENTS AND CITY ENGINEER'S DIRECTIONS DURING THE COURSE OF CONSTRUCTION. 12. CONSTRUCTI ON PHASING To provide minimum inconvenience to the public particularly the residence and business owners, occupants and the travelling public, the Co ntractor shall execute the project in phases and adhere to the Traffic Control Requirements below. Prior to any work on any street the Contractor sha ll prepare and submit his/her phasing program to the Engineer for review and approval subject to the following requirements: a. Prior to any lane and/or closure, the Contractor shall notify t he affected occupants five (5) days prior to any ck>sure to allow occupants to arrange their temporary v ehicle parking. b. Street for Slurry Seal: It is expected that the streets to be applied with slurry seal shall be closed to trafftc. 1 .} Prior to any street closure the Contracto r shall submit a detour and traffic control plan prepared by a licensed Civil Engineer. 2 .) No adjoining street shall be closed at the same time . 3 .) Vehicle st reet access to unaffect ed area shall be ava ilable at all time s. Page: 0 .14 Colo lowed Apd26.2017 CllY OF TEIRE CITY. CALIFORNIA BUXliNG AND COHTRACT OOCUI.ENTS. PLANS AN!l SPECIFICATIONS FY 2011/18 PAVEI.ENT REHABILITATION PRO.ECT ~Conoid Pouo J7 ct 66 4.) The Contractor shall cons ider available t emporary parking space s during the street closure. S.) Clos ure of street shall be limit ed to six {4) hours maximum, unless otherwise authorized by the engineer . 6 .} Any exception to the above requirements shall require the Engineer's approval. 13. TRAFFIC CONTROL REQUIREMENTS The Contractor shall be responsible to furnish, install and maintain such devices which are necessary to provide safe and efficient passage f or th e traveling public throug h the work area, for the safety of personnel present in the work area, and to minimize inconvenience to adjacent properties. All work and mater ials to implement construction staging and traffic control shall comply w ith the California Manual of Uniform Traffic Controls Device (CAMUTCD). Signs, markings, striping, barricades, deli neators and all mater ials shall conform to applicable Ca ltra ns standa rds and specifications. a. St reet Closures, Det ours and Barncades . 1.) In the closure of streets, the Contractor shall comply with Phasing requirements above. 2.) The Contract or shall notify: Bryan Ariizuml, Publ ic Safety Officer, (626) 285·2171 at least ten (10) working days before cl os ing or partially closing any street or alley. 3.) The Co ntractor sha ll notify the following agencies at least ten (10) wor king da ys before closing or partial ly closing any street or alley: Temple City Police Departm ent: County Sheritrs Station, 626 ·285·7171 Temple City Fi re Department: 626 ·28 7-952 1 4.) Immediately upon com pletion of the cons truction work and open ing or reopening of any street or alley, the parties above shall be notified. S.) The Contractor shall i nstall, mai ntain , and remove all temporary delineators, barricades, lights, warning signs and other facilit ies necessary to control t raffic as specified i n the "Work Area Traffic Control Handbook" {WATCH Manual). Flashing Arrow Sign {FAS ) are required for all lan e closures. Materials for a tempora ry facility ma y be provided from new or used mate rials. If used materials are provi ded , they shall be sound, in good con dition and otherwise meet the requ irement s of new materials. All traffic control devices shall be free of graffiti, and the Contract or shall be responsibl e to immediately clean and/or replace an y device to th e satisfactio n of the Eng i neer. The Contra ctor will be allowed no more than one (1) w ork day to remove graf fiti. 6.) Unless approved by t he Engineer, all traffic lanes shall be open at the end of working hours of Page : 0.15 o. .. -Apd 26.2017 ea ch day. CITY OFTEIRE CITY, CALIFORNIA BIDDING AND COHTRACT OOCUI.ENTS, PLANS AND SPECIFICATIONS FY 2011118 PAVEI.ENT REHA81UTATION PRO.ECT ~ConlroiPouoJea66 7.) The Contractor shall not allow traf fic to travel on natural ground, subgrade, or aggregate base mater ial. A temporary AC pavement may be used for this rea son to allow traffic . 7 .} The Contractor shall maintain a minimum of 5 feet clearance from the edge of the lane stripi ng to a vertical edg e of 4 " or greater. If the Co ntractor is unable t o provide the minimumS feet, the Contractor shall have th e option of using K·ra il or maintain a 4 :1 slope from the edge of excavation. 8.) To minimize hazard and inconvenience to the traveling publi c, th e Contractor shall construct temporary AC ram ps around the vertical edge s of structures whe n t hey have O.SH o r more vertical edge t o the pavement and are opened and subj ected to traffic, and the Contractor sha ll also remove t he same ramps when req uired for th e new work to take place . The width of the ramps shall not be less than S feet or as approved by the Engineer . The costs for the const ruction and removal of temporary AC ramps shall be included in the cost of cold milling and or removal of existing pa vement. 10.) All excavations shall comply w1 t h and the Contract or's attention hereby 1s d "ec ted to the f ollowi ng su pplemental requirements for STREET EXCAVATIONS . a.) Maintain the surface of t he backfill or of the temporary pavement at an elevat ion equal to that of the adjoimng street surfa ce and in a manner safe for vehicles an d pede strian traffic. b.) Pla ce and maintai n barriers at each end of excavation, cut or fill and at such places along the excavation, cut or fill as may be necessary to prev ent accidents, but with a maxi mum interval of one hundred (100) f eet; and shall place and maintain a sign on every such ba rrier with letters not less than three (3) inches in height, which sign shall state the name of the person making the excavation . c.} Place and maintain wa rning lights at ea ch end of such excavation , cut or fill and at int ervals of not l ess than fifty (50) f ee t along the sides thereof from sunset ea ch day t o sunrise of the next day. A f ee ofTen Dollars ($10.00) per day shall be cha rged su ch person for ea ch barricade or warning light plac ed or replaced by th e City where thi s Art icle is violat ed by the absence of said barricade s or warning lights. d .) Place and maintain any and all signs, warn ing signs, detour signs and/or directional signs as required by the project specifications or as required by t he Engineer or his/her des ignee. A fee of Ten Dolla rs ($10.00) per day shall be cha rged such person for each such sign placed or replaced by the Ci ty where this Article is violated by the ab sence of sai d signs. e.) In t he event any t emporary or sub-paving i s provi ded and traffic is allowed t o drive upon such temporary sub-pavi ng. all striping or oth er pavement markings which exi sted in t hat location prior to t he start of work sha ll be replaced or changed as requir ed by the City Engineer. A fee of Te n Dollars ($10.0 0 ) per square f oot of pa int and Five Dolla rs ($5 .00) for ea ch raised marker sha ll be cha rged such person for any traffic striping or pavement Pa ge: 0 .16 __ ...,..212017 CITY CF Taf'I.E CITY, CALFORN!A 81001NC AND COHIRACT OOCUIEHTS. PlANS AND SPECIACATlCNS FY 2017111PAVEioENT R9WI1UTATIOHPRO.£CT o...-Ccntd Poet 31 d 116 mark1nes maintained or replaced by the C1ty where thiS Article i s viOlated by the absence of said str~pu11 and markmes. All traffiC control dev1ces shall conform to thelatestedit1on of the State of California TraffiC Manual. 11.) Mamtain a telephone or telephones numbers where the Contractor or representative can be reached twenty-four (24) hours a day and shall leave the number of such telephone or t elephones w1 t h the C1ty Engineer and the Watch Commander of the C1ty o fTemple C1ty Police Department. 12.) M01ntain safe crossings for vehicle and pedestrian traffic at all street intersections and shall mai ntain safe crosSing for pedestrians alone such excavations, cut or flllat lntervals of not less than si x hundred (600) feet . 13.) Place all mater~als excavated compactly alongSide the trench and in such a manner IS to cause as little inconvenience as possible t o vehiC le and pedestrian traffic. If such street is not wide en ough to hold the excavated mater~ a I wit hout the u se of the adjacent sidewalk, su ch person shall erect a t ight board f ence upon and along suc h sidewalk and mai ntain thereon a passageway for pedestr~an traffic at least four (4) f eet in w1dth. 14 ) Mamtam all adjacent eutters free and unobstructed for the full depth of the adjacent c urb and for at least one (1) foot 1n w1dt h measured from the face of such curb at the Intersection of the curb and the street; and whenever a gutter crosses an 1ntersecune street, shall prov1de and mai ntain an adequate waterway. 15) Prov1de access from the street to all fire hydrants and water gates and to abutt1ng property o w ners unless the1r consent to the contrary IS first obta10ed. 16) Keep at least one-half (1/2) of the street open at all times for vehkular traffic. b. Minimum Req uirements for Maintaining Traffic Flow . 1.) The Contractor sha ll mamtaln one minimum t en foot traffic lane of t raffic in each dlrect1on. If this Is not possible to maintain this requirement, the Contracto r shall prepare and submit a detour p lan. 2.) Dri veways ·The Contractor shall maintai n access to each drtveway at all times unless other arrangements have been made With each property owner, subject to approval by the Engineer. 3.) Reduction in lane requirements may be afforded only with the prior Written approval o f the Engineer . 4.) TraffiC signs, naggers, warn1ng deVIC es, safety t raffiC deviCes and electronk arrow board for diVerting and directing traffiC shall be furnished, i nstalled and ma lntamed by the Contractor through the p roject. Arrow boards and other deviSes must comply w1th the C1ty of Temple C1ty reqUirements for mghtt1me noise standards at adjacent priVate property lines. S ) If permanent pavement marklnes cannot be restored by the end of the work shift In which Pace: 0 .11 CITY CF Taf'I.E CITY. CALFORN!A Bal1NC AND CONTlW:T OOCUIEHTS PlANS AND SPECIACATIOHS FY 2017111 PAVEI.ENT R9WI1UTATIOH PRO.£CT o...-Ccntaf'let40 dll6 they w ere obliterated, t emporary mark1ngs shall be provided by the Contrac to r pr~or to leavmg the JOb Site on all street s except any st reet closed to through t raffiC. These t emporary mark1nes shall be as follows: Temporary lane lines and/or cent erlines shall consiS t of day/nleht reflectomed raiSed pavem ent markers, approved by the C1ty of Temple C1ty, spaced appro XI mately 24' apart. Where approved by the Engineer, the Cont ractor may u se reflectorized lines approximately 24" long and 4 " wide, spaced approximately 24' apart. Right edge lines shall not be si mulated With dashes or pa vement markers; however, portable delineators, gu1de m arkers, etc., may be used by the Contractor where 1t is considered desirable to enhance the edge of traveled way due to curvlllneu all enment, narrowing pavement, etc., and shall be used when directed by the Enemeer. The Contractor shall be responsible to periodically review the constructiOn area at niaht to Insu re all h&hts are properly placed and operab le. Locations where no-pasSing zone centerline de lineat iOn has been obliterated sha ll be posted by the Cont ractor w 1th a SIJin packaee consislln& o f a CIS (23) "ROAD CONSTRUCTION (WORK) AHEAD" and R63 "DO NOT PASS". All temporary pavement markingS •nd Signs sha ll be mamta1n ed, or rep laced as necessary by the Contractor. unttl permanent pavement markln&s a re resto red Holiday PeriOd . No r eduction 1n the number of lanes or 1n lane widt hs on any street shall be permitted dun ng any holiday period. d. Temporary No Parking Signs. The Contractor Is r espon sible to post "Temporary No Parkmg " sign s at least 5 workma days '" advance of the first da t e of enforcement. The C1ty shall be informed before postl ne of signs . Parking Will be restricted only for the m i nimum t ime necessary to complete on ·golng w ork. e. Payments to Contractor and Claims All Cost for complying with the traffiC control requirements shall be considered 1ncluded 1n va rious items of the bidding schedule . 14. CUARING AND GRUBBING a. Cleanng and grubbing shall conform t o t he requirement s of Section 300-1 "Ciea r~ng and Grubbmg", (SSPWC). The Contractor shall Incorporate the follow1ng exceptiOns, add1tions, or deletions to the noted Section: P•e•= o.ta Dolo-..... 212011 CITY 01' TBf'I.E CITY CAUFORNIA llllOIHG NO COHTRACl DOClJ>EHTS. PlAHS NO SPECR:ATIONS fY 2011111 PAVE>ENT REHA81.1TAT10N PROJECT a....-ea.o.ol'lgo 41 ... b Subsectoon 300·1.3.1, "Removal and Dtsposal General", a dd the followona. 1.) All material removed from the project shall be consodered the property of t he Owner and shall be disposed In a leaal manner outsode the property unless noted otherwise elsewhere on the Contract Documents. The Contractor shall striCtly adhere to the requorements of Sectoon 300· 1.3 .1 and 300-2.6 o f the Standard Specifications to avoid, to the fullest extent possible, co ntami nation o f any drainage system. Removals shall 1nclude, but not be limited to, all excess excavation material, and misce llaneous item s as shown on the Plan. 2 .) Prior to any removal the Contractor shall also perform the followong and submit them to the Enaonee r: a.) ldentofy and prepare inventory of all affected utihty manholes, valves and structures to include names and utility owners. b.) Record all affected roadway pavement markongs, stripong. and traffic loops to include type and location by topographiC survey. 3 ) All matenals ondocated to be r......,ved shall be recycled ommedoately at the CONTRACTOR's expense at a sne approved by the Enaoneer. per t he requorements h~&hh&hted on of the Contract Documents. No demoliShed maleroals shall be stored on the Work Area or Staaone Area at any ttme, but onstead shall be r......,..,d and recycled ommedoately 4 .) Proor to the removal of traffic loop, the Contractor shall contact the Coty Engoneer to enable them adJUSt the aSSO<Iated traffiC Sl&nal timon&. 5.) Contractor shall not stan any removal work unless IllS prepared to perform reconstructiOn work within 24 hours o f the lime removals were begun, unless otherwose approved by the Engmeer. 6.) Existing base may be reused i f it co nform s lo the requorements of the Standard Specifications. 7 .) Miscellaneous Removals and Relocations. This item shall include all removals not specofically list ed In t he Bidder's Proposal or otherwise covered by these Specifica tions such as all necessary relocat oons and restorations of valve covers, manholes adjustment to grades and other items, whether shown on the Plans or not, and as necessary to complete the Improvements. Contractor shall be responsible to revoew the project site prior to bodding and to include all such work. whether or not shown on the plan, in its bid prices for thos it em. 8 .) Lomots. The Contractor shall meet with the Inspector prior to makina removals to venfy the hm1ts of removals. 9 .) Full compensatoon of dosposal oncludona recychna shall be considered oncluded and pan of clearona and arubbona. c. Subsection 300-1.3.2, "Requirements", (SSPWC), add the followona : Botymlnous Payements Pace: 0 .19 CITY 01' T£loFt.£ CITY. CI<.FalNIA lllllOING NO COHTRACl DOCU>EOITS . PlAHS NO SI'ECIACATIONS FY2011111 PAVE>ENT REHA81.1TAT10N PROJECT ..,._ Ca!Ooll'lgo 42 ... 1 .) Where exosting AC pavement sectoon to be removed and reconstructed, the thockness of AC vanes on thockness from 2" to 4 5". a. Subsection 300-1.4 "Payment". (SSPWC), add the followona: Full compensation for the removal of AC pavement shall be Included In the Bod Item for Localized Pavement Repairs of the Bid Schedule . All o ther cost of Clearing Grubbing shall be consodered Included In various Item of the Base Bid Schedule. 15. UNCLASSIFIED EXCAVATION a. Unclassifi ed excavation shall conform to the requtrements of Sect1on 300·2, "Unclassified Excavatton" (SSPWC) b Add the followona to Subsectoon 300-2.1. General, (SSPWC). 1 ) Unclassofied excavatoon shall onclude the removal of the base mater"'! beneath the exostona uphalt pavement to be removed 2 .) The removal of base matenal shall vary dependong on the thockness of AC pavement above the base . The total thockness of AC pavement to be removed to onclude base >hall be IO"lhock. c. Full compen>aloon for the removal of base materoal shall be oncluded on the Sid Item for Localized Pavement Repai rs of the Bid Schedule. 16. SUBGRADE PREPA RATION AND PLACEM EN T OF BASE MATERIAL a. Preparation of the subarade >hall conform to t he requirements of Section 301 ·1, "Subgrade Preparation", (SSPWC). The Contractor sha ll Incorporate the following exceptions, addotlons, or deletions to the noted sectoon: 1.) Subsection 301-1.2 "Preparation of Subgrade", (SSPWC), add the followona: Pnor to placement of new pavement section m the recon.str ucteon areil.s, the exposed .subgrade shall be scanfied t o a mont mum depth of 8 inches. moosture condotooned, to the optomum moosture cont ent and recompacted to a m intmum of 9S percent relatove cornpactoon 2.) Subsectoon 301-1.7 "Payment", (SSPWC) modofyas follows b . The scanfica toon and co mpactoon of subarade sools shall be consodered Included on the Bod Item for Localozed Pavement Repa irs of Base Bid Schedule . Pace : 0 .20 --Ajri21,2017 CITY Of TEiol'l£ CITY. CAUFORN1A BIOOING Al6l COIITRAC1 DOCUioEHTS PlAHS AND SPECIFICATlONS fY 2017/11 PAVEioEHT ReliAIILnATlON PRO..eCT Ooa.mono C<>nral Pogo Cl all& 17. TACK COAT a . Tack Coat per subsectoon 302·5.4 of SSPWC and add the followong: 1.) Tack coat material for overlay shall be PG 64·10 appfied at a rate of 0 .05 gallons per square yard applied at a mmlmum of 350 degrees Fahrenheit from a d1strobut or truck w1th a functioning heat1ng element capable of raiSing the temperature by 3 degrees Fahrenheit per hour. 2.) On the construction of new AC pavement section, tack coat shall be applied on ba se course before the weanna co urse is applied. 3.) Tack coat shall be placed so far ahead o f pavu11 that the tack coat IS tracked away by trucks from more than 20 percent of the tracked area. 4 .) Tack coat for JOints on trenches and remove and replace repairs shall be un1formly applied at .20 gallons per square yard PG 64·10 or two coats 551h applied un~formly at .20 gallons per square yard each coat. 5.) The CONTRACTOR shall pl ac e the tack coat In a manner t o prevent vehiCles h om droving through the tack coat. b. Measurement and Payment subsectoon 302 -5.4 of SSPWC, revise to: Full compensatoon for tack coat shall be included 1n the Bid Item for Localized Pavement Repa1rs of the B1d Schedule. 18. PREPARATION OF EXISTING A SPHALT SURFACE TO RECEIVE RUBBERIZED ASPHALT OVERLAY a . The existing pavement surface to receive an a sphalt concrete overlay, shall be cleaned by sweeping With a power broom , and shall be fre e of dust , d1rt, vegetation, loose foreign matter, grease, 011 or any other type of obJectionable surface films . b. Where vegetatoon exiSts on exiSting pavement surfaces, the vegetatoon should be removed to the outer edges of the eXJstma pavement and the resultant area shall be treated w1th herbtc1de. c . Bumps, waves, depressions and corrugattons whkh impair the riding qualities of the existing pavement surfaces shall be removed or leveled to produce a smooth tight surface. d. Where vegetation exiSts In cracks, the vegetation shall be removed and the cr acks cleaned to a depth of two inches where practiCal , treated a nd filled as d~rected by the Engineer. All cracks shall be cleaned , free o f moisture, trea t ed with h erbicide and fill ed level to the surface w1th a n asphalt based crac k filler. Pace: o.u --..... 21.2011 CITY Of TEiol'l£ CITY, CAlFORNlA IIIOOIHG AHD COIITRAC1 DOCUioEHTS PlAHS Al6l SPECIFICATlONS fY 2017111 PA\/EioEHT REiiAIIa.nATlON PR0..eCT Ooa.mono C<>nral Pogo ..... e . Proor to applyms overlay material, when all repairs are completed and the existing surface has been thoroughly cleoned over the full width t o be treoted, a tack coat shall be opplled t o ensure un1form ond complete adherence ofthe overlay. PortiCulor care shall be taken to thorolJihly clean the outer edges of the eXIstms pavement to be treated. f . Payment for preparation o f eXIstms pavement surflces shall be included In the B1d Item for Localized Pavement Repa irs of the Bid Sc hedule. 19. ASPHALT CONCRETE PAVEMENT The Con tract or shall incorporate the f ollow1ng exceptoons, add1toons or deletoons to Section 302·5, "Asphalt Concrete Pavement", (SSPWC): a . Subsection 302·5.1, "General•, (SSPWC), add the followms: 1.) Roadway asphalt pavement overlay shall cons1st of Asphalt Rubber Hot MIX-Gop Graded (ARHM-GG·C, wet process). 2.) On Localized Pavement Repai r: The new AC pavement sectoon shall consist o f 2 inches of Asphalt Rubber Hot MIXed-Gap Graded (ARHM-GG·C) wearong course placed over 2 Inches type 8-PG 64·10 asphalt base course. The exposed subgrade sh all be scarified to a mmlmum depth of 8 " and mo1sture cond1tioned r ecompacted to 95 percent relative compaction 3.) Asphalt pavement overlay and reconstructiOn shall i nclude the adJUStment of manholes and other structure to srade per Subsect1on 302·S.8 of the SSPWC . 4.) The Contractor shall subm1t the final m1x des1sn to the City for approval proor to use 5.) The a sphalt concrete shall not be spread when underly1ns layers o f AC are above 150 desrees F. 6.) The wet mixing cycle shall be 50 seconds. 7 .) Contractor shall certify that all crumb rubber used 1n the p roposed project(s) w1ll be deroved from only Coii/OrniO ·(I~n~rot~d wos r~ f~r~s and processed 1n Cahfornla. 8.) Contractor shall cert1fy that b1nder matenal used will contain a m inimum of 300 pounds (or equivalent to (15%) by we1ght) of the tire-rev1ed crum rubber per t on of rubbenzed b1nder. 9 .) Contractor, or sub-contractor, shall submit a Reliable Contractor Declaration (Ca iRecycle Form 168), si&ned under penalty o f perJ ury, disclosi ns whether any of the events hsted 1n Section 17050 of Title 14, Califorma Code o f Resulatlons, Natural Resources, DIVIsion 7 , has occ urred with respect to the contractor, or sub-contractor, within the preceding three (3) years . 10.) Cal Recycle 168 Is Included In Section 00700-Ca lrecycle 168 form. It Is also avoilable to download f rom the General Grant Fo rms sectoon of the CaiRecycl e forms web page: Po1o:D.U --.... 21.2017 http://www.calrecycle.ca .sov/Grants/Forms CITY OF TE1F1.E CITY, CAUFORHIA 8lllOING AID CONTRACT OOCUIENTS, PlANS AHO SI'ECIACATIONS FY 2017111 PAVEIEHT REIWIUTAT'ION PROJECT o...-Canhl,.... 45 ... 11.) Product submittal s sha ll be made b y t he Co ntractor on a tom ely matter. Subm ottals shall be made providing a mtnimum of 3 weeks for review and approval prtor to insta llatton or use of product. 12.) Asphalt concrete shall be placed w ith pavins machine equipped w ith Preco attachment o r si milar device for use in obtaining con sta nt cross-slo pe and maximu m join t quality . 13.) Apply tack coat at a rate n o t to exceed one·tenth (1/10 ) ga llon per sq uare yard uniformly In one coa t on all vertical joins of AC patchins an d PCC surfaces and edses asainst which ARHM is to be placed. 14.) Rollins sha ll comply with Sections 302·9.5 an d 302·5 .6 of the Standard Specifications. Rollins along a )Oint shall be such that the w id est part of the roller is on the hot side of the joint . Join lines between succe ssive runs shall be withi n 6 inches of lane lines or a mini mum of 12 f eet outside of the outer most lane line. 15.) All surfaces t o be overlaid shall be cleaned by the use of a or blown, water or by hand broom. The overlaid surface shall be free of water, dust, or foreosn matenal before tack coat is applied. All raose d pavement markers shall be removed proor to the placement of any asphalt concret e overlay. 16.) Removal of all AC slurry seal residue from sutter lop should be completed proor to paving. Doe sel fuel shall not be used for cleanins purposes wothon the lomots of thos proJect . 17.) Distribution and spreadins shall conform t o section 302·9 .5, except that at the t ime of placement in the pavins m ach ine, the temperature of ARHM·GG·C sha ll be 290 desrees Fahrenheit and behish enough that pavement temperature after two passes with breakdown roller exceeds 240 degrees Fahr enheit. 18.) Th e thickness o f ARHM shall b e as sp ecified o n the plans and sp ecifications. 19.) To avoid picklns up loose rock in the overlay area , t he truck t ires o f all t rucks must be l ish tly oiled, b u t not to the point of run o ff. 20.) Contractor shall have sufficient power brooms on site durin& all periods if distr ibution on si te durin& all periods of di stribution and spreading to provide cleanup of h aul routes and work areas. Powerbnooms shall provide m iscellaneous cleanup of ARHM spoils as directed by the Engineer. Power brooms shall not be oper ated more than 80% full of swe epings. 21 .) Contra ctor shall matntatn a functioning infr.1red heat measurement devtee in close prox imity t o each pavong machine at all tomes. Contractor shall provode a pa ve m ent temperature readons, w ith an onfra red heat measurement i nstrument, when requested by the Engin eer. INACCES5181lllY OF A HEAT MEASUREMENT SHAll8E CAUSE FOR TERMI NATION OF PAVING OPERATION . 22.) Two Init ial complete passes w ith the breakdown r oller shall be provoded . Initial breakdown Pace : 0 .23 --Aj>fi212017 CITY OF TE1F1.E CITY, CAUFORHIA BIOOING Al«l CONTRACT OOCUIENTS, PlANS Al«l SPEcn::ATIOHS FY 2017111 PAVEIENT RBWIIJTAT'ION PROJECT -.....,. Canhl Paoo <6 <IIIII rolling shall be performed close enough t o t he pavons machine and at a pavement temperature hte,h enough such that pavement temperature after two passes exceeds 240 degrees Fahre nheit. 23.) Immediate rolling sha ll be p rovided such that a total of six passes are performed before pavement temperature drops below 200 degree Fahrenheit. 24.) Rock dust blotter conforming to 200·1 .2 shall be uniformly applied u si ng mechanical spreader at a rate of 3 pound per square yard regardless of paveme nt t emperatu re, t o prevent tracking ofARHM. 25.) The Con t ractor shall join all gutter l ips such that the fin is hed AC (ARHM) surface is three· eighths (3/8") i nches above gutter l ip. 26.) Te mporary asphalt concrete work where required by the Ensoneer for traffk cont rol or other purposes shall be considered include d i n the price b id for Traffic Control and no additional compe nsat ion will be allowed therefor. 27 .) To avood pockong up loose rock in the overlay area , the tires o f all trucks must be lightly ooled woth linseed ool o r soybean oil o r approved equal. Doesel fuel woll not be allowed on t he project at all for oil down of any equipment. 28 .) Waterong o f area to prevent trackong of materoal woll be allowed of no wat er enters t he st orm drai n system and the Contractor adheres to all local and state water qualtty regulatoons, and these Contract Docum ents. 29.) Rolltng along a joint shall be such that the widest part of the roller os on the cold sode of the joint. 30.) Rubber tire rollers shall be used on any l eveling course . 31 .) At a minimum, two complete passes with the breakdown ro ller shall be provoded. Initial brea kdown ro lling sh all be performed close enough t o the paving machine and at a pavement t e mperature high enough such t hat the p avement temperat ure after two passes exceeds 240 d egrees Fahrenheit . l ntermed oate rolling shall be provided such that a total o f six passe s are performed before pavement temperat ure drops be low 200 degrees Fahrenheit. An additional intermediate roller may be required to achieve thos result. A finosh roller shall be provided in addition to intermediate rolling. 32 .) Sewer and Storm drain manholes shall be adj usted by the Con tractor. 33.) Trunk Sewer Manholes shall be adjusted by the contractor per los Angeles County Sa ni tation Dist rict p rocedure. 34.) Other manholes and va lve cover, such as water valve. Gas valve, SCE manholes and t elephone manholes, owned by the private purveyors shall be adjusted by the owner. Thus, i t shall be the Contractor's responsobolity to notify and coordonat e the need of the or adJUStment to srade. Pace : 0 .24 Doll lauod l'<d 26.2017 CITY Of TEIRE CITY. CALIFORNIA Ill DOING AND CONTRACT DOCUIJEHTS. PlANS AND SPECIFICATIONS FY2017111 PAVEIJEHT REI1ABI.ITATION PRO.ECT Doamont Conool Pogo 47 of 66 The Contractor shall contact, notify and coordinate the affected purveyors a minimum of fi ve (S) days of the need of their work. 3S .) At lea st 15 working days prior to commencing work, the Contractor shall submit a cold mill and paving schedule to the Agency for approval. This schedule shall allow residents on the streets to be cold milled and paved ample "on street" parking within a rea sonable distance from thei r homes . Based upon the sched ule, the Contractor will notify schools, res i dents, and businesse s of the proposed work and post temporary "NO PARKING" signs at no cost to the Ag ency. The "NO PARKIN G" signs will be in pl ac e not less than 48 hours prior t o performing the work; ther efore a request for changes in the schedule requi ring additional posting shall be subm itted by the Contractor for approval by the Engineer at least 10 working days prior t o the streets affected. The contractor shall coordinate with City's st reet sweep ing and trash hauling contractors and schedules to avoid conflicts. b. Payment 1 .) Full compensation of rubberized asphalt pavement overlay shall be include d in the Bid It em for localized Pavement Repairs of the Bid Schedule and shall include labor and material t o furnish and construct asphalt pavement in compliance with the above requirements and the co st of all labor and material t o include t ac k coat, adjust sew er and storm dra in manhole's fram e cover to grade, notify & coordinat e with utility purveyors in the adjustment of the1r manholes and othe r structures. 20. RESTORE EXISTING STRIPING, LIMIT LINE S, CROSSWALKS, PAVEMENT lEGENDS, ARROW MARKINGS, SPEED LIMIT lEGENDS, STOP LEGENDS, AND All OTHER EXISTING LEGENDS AND MARKINGS ON PAVEMENT Restore Existing St riping, limit Lines, Crosswalks, Pav ement legend s, Arrow Markings, Speed limit legends, St op legends, and all other existing legends and markings on pavement (Port 4 -Existing Street Google Aerials includes exi st ing Google Aerial s showing Existing Striping1 limit lines, Crosswalks, Pavement legends, Arrow Marki ngs, Speed Lim it l egends, Stop Legends, and all other existing legend s and markings on pavement t o be res tored). Re storation shall be as follows: Existing lane striping shall be restored w ith new stri ping per current Caltrans Details with ra i sed markers: Cent er Lines per Details 2, 22, 32 as applicable. Lan e lines per Detail9, including 50' long solid l ines at i ntersections . left and Right Turn La ne per Detail 38. limit lines and Crosswalks 12 " wide lines (match exis t ing color of crosswalks (white or yellow). All Crosswalks and limit lines sha ll have applicable raised ma r kers along the entire line length at 24" spacing. Pavement legends, Arrow Markings, Speed limit legends, Stop legends, and all other exist i ng legends and markings on pavement per current appli ca ble Caltrans St andards. For all it ems above, pa int shall be thermoplast ic pa int and reflec tive. Also, all fire hydrants water valve cover shall be pa i nted blue. Paee: 0 .25 DolO lauod Aorl26. 2017 CITY OfTEIRE CITY, CALIFORNIA BIOOINGANO CONTRACT DOCUIJEHTS, PlANS AND SPECIFICATIONS FY 2017111 PAVEIJEHT REHABI.ITATION PRO.ECT Doamn Canlrd Pogo 41 of 66 All striping and pavement markings work shall be in accordance w ith the latest edition of the State of California Department of Transportation Standar d Plans and California Manual of Uniform Traffic Control Devices. All reflective sha ll be replaced or reset using adhesives specified in Sections 95 -2.05, "Standard Set Epoxy Adhesive for Pavement Markers." and 95-2.04, "Bitum inous Adhesive f or Pavement Markers" con t ained i n the Stat e of California Department of Transportation Standard Specifications, Latest Edi t ion. All exi sting fire hydrants includi ng "pop-off" and recycled -water hydrants are considered t o have an identifying blue reflectorized marker In the proper location in t he street, and said marker will be replaced by the CONTRACTOR as required by the Ci ty or by the Fire Department. There shall be no separate payment for this work . All strip1ng shall be •cat-tra cked" immediately before en d of working day by the CONTRACTOR and approved by the Engineer prior to placement of permanent striping. Spotting shall be completed prior to the removal of any existing stripes. Temporary st r iping within 24 hours and permanent striping after 14 days shall be applied by the Contractor. The contractor shall furnish the necessary control points fo r all strip ing and markings and shall be responsi b le for the completeness and accura cy thereof to the satisfaction of the Engi neer. No st riping shall be i nstalled until the layout and spotting has been spe cifically approved by the Eng ineer. Payment shall be ba sed o n units and unit prices indicated in the bid schedule, and shall include labor and material to furni sh and con struct the requ ired work. Page : 0 .26 --~26.2017 Append ix A CITY Of lEI.f'lf CITY, CN.JfORNIA BIOOING AND CONTRACT OOCU f.ENTS, PLANS AND SPECIFICATIONS FY 2017111 PAVEf.ENT REHAIIILITATION PRO.eCT tloo.lnof'j c.noa Pq 49 at as CITY STANDARD PUBLIC WORKS CONTRACT TO BE EXECUTED --~26.2017 CITY Of lEI.f'lf CITY, CALIFORNIA BJOOJNG ANO CONTRACT OOCUf.ENTS. PLANS AND SPECIFICATIONS FY20t71tl PAVEf.ENT REHAIIILITATION PllO.ECT tloo.lnof'jConJral Page 50 a/66 CITY OF TEMPLE CITY PUBLIC WORK S CON TRACT PROJECT ______________________________________ _ THIS AGREEMENT ("Ag reement ") is made and entered in to this ___ day of , by and between the CITY OF TEMPLE CITY, a ':"M:-u-n.,..ic7ip-a-:-I-C~o-r_p_o-ra-:t:-io-n--:-lo_ca_t:-e-:d in the Coun ty of Los Angeles. State of California ("CITY"), and [a corporation/partnership/limited liability company corporation, located at ("C ONTRACTOR"), collectively referred to as the Parties. RECITALS A. CITY, by its Notice Inviting Bid s, duly advertised for written bids to be submitted on or before , for the following: in the City of Temple City , California ("Project"). B. At on said date , in the Temple City Council Chambers. the bids submitted for the Project were opened . C. At its regular meeting held on , the City Council of CITY accepted the bid of CO NTRACTOR for the Project as being the lowest responsive bi d received and directed that a written contract be entered into with CONTRACTOR. OPERATIVE PROVISIONS NOW, THEREFORE , in cons ideration of the prom ises and of the mutual covenants and agreements herein contained , th e part ies do hereby agree as follows: 1. CONTRACT DOCUMENTS . Th is Agre em ent consists of the following documents ("Contract Documents"), all of which are made a part of this Agreement: (a) Notice In viting Bids (b) Instructions to Bidders (c) Bid Form (d) Bid Proposal and/or Contract Proposal , as accepted , including the Certi ficate of Bidders ' Experi ence and Qualifica tions an d the List of Subcontractors (e) Information Required by Bidder (f) Notice of Award (g) Notice to Proceed (h) Th is Agreement CITY OFTEI.f'LECITY, c.<UFORNIA BIOOING N(J CO!Iffi/ICT DOCUf.ENTS, PLANS AHO Sl'f'CIFICATIOHS f"f 2017111 PAV!Of.ENT REHAB.UTATIOH PROJECT Ooarnon1 Conn! Pogo s 1 d 66 (i) Verification of Californi a Contra ctor's License Ol Contractor's Certificate Regarding Workers' Compensation (k) Security for payment (labor and materials) (I) Security for performance (m) Certificate(s) of Insurance (n) General Conditions/Specifications ( o) Speci al Provisions (p) Pl ans and Standard Drawings (q) Preva iling Wage Scales (r) Standard Specifications for Publi c Works Construction, including subsequent addenda and supplements (s) Change orders issued by the City and signed by the Contractor pertaining to the Contract after the Contract is awarded to Contractor (t) All addenda issued by the City with respect to the foregoing prior to the opening of bids, including, Addenda Nos. ___ . (u) Other documents (list here or delete) In the event there is a conflict betwee n the terms of the Contract Documents , the more specific or stringent provision shall govern . 2 Otlo-Aptl26, 2017 CITY OF TEiof'LE CITY, CAliFORNIA BIOOING AHO CONTRACT DOCU I.ENTS. 1'\.AHS AHO Sl'f'CIFICATIOHS f"f 2017111 PAV!OI.ENT R9iA8lJTATIOH PROJECT Ooarnon1 Conn! Pogo 52 d 66 2 . SC OPE OF WORK. CONTRACTOR agrees to perform all work required for the Project and to fulfill all other obligations as set forth in the Contract Documents ("Work"). Except as specifically provided in the Contract Docu ments , CONTRACTOR must furnish all of the labor, materials , tools, equipment, services and transportat ion necessary to perform all of the Work. CONTRACTOR must perform all of the Work in strict accordance with the Contract Documents. 3. COMPENSATION & PAYMENT. CONTRACTOR hereby agrees to rece ive and accept the total amount of Dollars ($ ). based upon those certain unit prices set forth in CONTRACTOR's Bid Schedule , a copy of wh ich is attached hereto as Exhibit "A" and incorporated herein by this reference . as full compensation for the Work. Said compensation shall cover all expenses, losses, damages. and consequences arising out of the nature of the Work during its progress or prior to its acceptance , includ ing those for well and faithfully completing the Work in the manner and time specified in the Contract Documents . and also including those arising form actions of the e lements, unforeseen difficulties or obstructions encountered in the prosecution of the Work, suspension or d iscontinuance 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 provi sions of Section 14 here in 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 prom ises and agrees to comply with all of the provisions of State and Federal law with respect to the employment of unauthorized aliens . includ ing without limitation the Federal Immigration and Nationality Act (8 USCA 1101 , et seq.), as amended. Should CONTRACTOR employ one or more unauthorized aliens for the performance of the Work. and should the Federal Government impose sanctions against the CITY for such use of unauthorized aliens , CONTRACTOR hereby agrees to , and shall. reimburse CITY for the cost of all sanctions imposed, together with any and all costs . includ ing attorney's fees. in curred by the C ITY in connection therewith . 5 . REPRESENTATIONS AND WARRANTIES. CONTRACTOR hereby represents and warrants that: (a) It is not currently, and has not at any time within th e pa st five (5) cal endar years been , suspended , debarred. or excluded from participating in , bidding on, contracting for. or completing any project funded in whole or in part by program . grant or loan funded by the federal government or the State of Ca lifornia; and (b) CONTRACTOR currently has, and for the past five (5) calendar years has maintained in good standing , a valid California contractor's license; and (c) CONTRACTOR is registered with the Department of Industrial Relations to perform services on public works projects as required by Labor Code section 1725.5 . 3 Dolo-Apli26, 2011 CITY OF TEif'LE CITY, CALFORNJA BiiXMNG AND COHTRACT OOCUIENT S, PlANS AND SPECIFICATIONS FY 2011118 PAVE lENT REHABIUTATION PRCl.ECT 0oounon1 eon001 Pooo 53 rA aa CONTRACTOR agrees to complete and execute any sta tement or certificate to th1s effect as may be required by the City or by any federal or State of Californ ia program , loan or grant utilized on this Project 6. TIME TO PERFORM THE WORK . CONTRACTOR shall commence the Work on the date specified in the Notice to Proceed to be issued to CO NTRACTOR by the Director of Public Works of CITY, and shall complete work on the Project within --------(_)days after commencement. 7. NONDISCRIMINATION. CONTRACTOR shall not discriminate in its recruiting , hiring , promotion , demotion or termination practices on the basis of race, religious creed , color, national origin , ancestry , phys1cal disability, mental disability, medical condition , martial status , sex, age , or sexual orientation in the performance of this Agreement, and shall comply with the provisions of the Californi a Fair Employment and Housing Act as set forth in Part 2.8 of Division 3, Title 2 of the California Government Code ; the Federal Civil Rights Act of 1964 , as set forth in Public Law 88-352, and all amendments thereto ; Executive Order 11246; and all administrative rules and regulations issued pursuant to such acts and order. 8. LABOR CODE REQUIREMENTS . (a) CONTRACTOR is aware of and agrees to abide by the provisions of California Labor Code Sections 1720, el seq., as well as Sections 1771 , 1773, 1773.1. 1773.6, 1773.7, 1774, 1775, 1776 and 1777, pertaining to the obligation to pay prevailing wages with respect to the performance of work ("Prevailing Wage Laws'). Copies of the prevailing rate of per diem wages and the general prevailing rate for holiday and overtime work fo r each craft are available upon request from the City . A copy of the preva iling ra te of per diem wages shall be posted at the job site. If such posting is not possible, a copy shall be posted at the business of the CONTRACTOR. (b) CO NTRACTOR acknowledges that under California Labor Code sections 1810 and following , eight hours of labor constitutes a legal day's work . CONTRACTOR will forfeit as a penalty to City the sum of $25.00 for each worker employed in the execution of this Agreement by CONTRACTOR or any subcontractor for each calendar day during which such worker is required or permitted to work more than 8 hours in any one calendar day and 40 hours in any one calendar week in violation of the provisions of Labor Code section 1810. (Labor Code§ 1813.) (c) CO NTRACTOR must comply with Labor Code section 1771 .1 (a), which provides that CO NTRACTOR is only eligible to perform the Work if CONTRACTOR is registered with the Depa rt ment of Industrial Relations as required by Labor Code Section 1725.5, and that CO NTRACTOR may award subcontracts for work that qualifies as a 'public work' only to subcontractors which are at the time of award registered and qualified to perform public work pursuant to Labor Code Section 1725.5. CONTRACTOR must obtain proof of such registration from all such subcontractors. 4 Dolo-Aprl26, 2011 CITY OF Tnf'l£ CITY, CALFORNIA BIIXMNG ANO CONTRACT OOCUIENTS, PlANS AND SI'ECIFJCATIONS FY 2017118 PAVEIENT REHABUIATION PRCl.ECT 0oounon1 ConR~ Pooo sc rA aa (d) CONTRACTOR. and any subcontractor engaged by CONTRACTOR. must pay not less than the specified prevailing rate of per diem wages to all workers employed in the execubon of this Agreement. (Labor Code§ 1774.) CONTRACTOR is responsible for compliance with Labor Code section 1776 relative to the retention and inspection of payroll records. (e) CO NTRACTOR must comply with all provisions of Labor Code section 1775. Under Section 1775, Contractor may forfeit as a penalty to City up to $50 .00 for each worker employed in the execution of the Agreement by CO NTRACTO R or any subcontractor for each calendar day, or portion thereof. in which the worker is paid less than the prevailing rates. Contractor may also be liable to pay the difference between the prevailing wage rates and the amount paid to each worker for each calendar day , or portion thereof, for which each worker was paid less than the prevailing wage rate. (f) Nothing in this Agreement prevents CONTRACTOR or any subcontractor from employing property registered apprentices in the execution of the Agreemenl CONTRACTOR is responsible for compliance with Labor Code section 1777.5 for all apprenticeable occupations . This statute requires that contractors and subcontractors must su bmit con tract award information to the applicable joint apprenticeship committee , must employ apprentices in apprenliceable occupations in a ratio of not less than one hour of apprentice's work for every five hours of labor performed by a journeyman (unless an exception is granted under §1777 .5), must contribute to the fund or funds in each craft or trade or a like amount to the California Apprenticeship Council . and that contractors and subcontractors must not discriminate among otherwise qualified employees as apprentices solely on the ground of sex, race , religion, creed , national origin , ancestry or color. Only apprentices defined in Labor Code section 3077, who are in training under apprenticeship standards and who have written apprentice contracts, may be employed on public works in apprenticeable occupations. (g) CONTRACTOR shall defend, indemnify and hold the CITY, its elected officials. officers , employees and agents free and harmless from any claim or liability arising out of any failure or alleged failure to comply wi th the Prevailing Wage Laws . 9. PROJECT SITE CONDITIONS . (a) CONTRACTOR shall , without disturbing the condition , notify CITY in writing as soon as CONTRACTOR, or any of CONTRACTOR's subcontractors, agents or employees have knowledge and reporting is possible , of the discovery of any of the following conditions : (i) The presence of any material that the CO NTRACTOR believes is hazardous waste, as defined in Section 25117 of the Health and Safety Code ; (ii) Subsurface or latent physical conditions at the site differing from those indicated in the specifications, or, -- DolO-Ao<t26,2017 CflY Of Tl:IA.E CflY CAUFORNIA BIOOING AND CONTRACT oocut.£NTS, PlANS ANO SPECIFICATIONS f'l 2017118 PAVE MENT RfHAB1UTATION PRO.ECT ~C<wioio~PIIQ0 56af116 (iii) Unknown physical conditions at the site of any unusual nature , different materially from those ordinarily encountered and generally recogmzed as Inherent in work of this character provided for in th1s Agreement. (b) Pending a determination by CITY of appropriate action to be taken , CONTRACTOR shall provide security measures (e.g .. fences) adequate to prevent the hazardous waste or physical conditions from causing bodily injury to any person . (c) CITY shall promptly investigate the reported conditions . If CITY, th rough its Director of Public Works, or his or her designee , and in the exercise of its sole discretion. determines th at the conditions do materially differ, or do involve hazardous waste, and will cause a decrease or increase in the CONTRACTOR's cost of, or time required for. performance of any part of the Work. then CITY shall issue a change order. (d) In the event of a dispute between CITY and CONTRACTOR as to whether the conditions materially differ. or involve hazardous waste , or cause a decrease or increase in the CO NTRACTOR's cost of, or l1me required for, performance of any part of the Work , CONTRACTOR shall not be excused from any scheduled completion date. and shall proceed with all work to be performed under th e Agreement. CO NTRACTOR shall retain any and all righ ts which pertain to the resolu tion of disputes and protests between the parties. 10. INDEMNITY. CONTRACTOR shall assume the defense of and indemnify and hold harmless the CITY, its elective and appointive boards , officers, agents and employees, from all claims , loss. damage, injury and liability of every kind , nature and description, directly or indirectly arising form the performance of the Work. regardless of responsibility of negligence ; and from any and all claims, loss, damage , injury and liability , resulting directly or indirectly from the nature of the Work covered by this Agreement, regardless of responsibility of negligence . (a) CITY does not , and shall not, waive any righ ts against CONTRACTOR which it may have because of the acceptance by CITY or the deposit with CITY by CO NTRACTOR , of any of the insurance policies hereinafter descnbed in this Agreement. (b) The indemnity provided by CONTRACTOR shall apply to all damages and claims for damages of every kind suffered, or alleged to have been suffered , by reason of any of the Work by CONTRACTOR , or any subcontractor, regardless of whether insurance policies are applicable to any of the damages or claims for damages . (c) The provisions of this section do not apply to claims occurring as a resu l t of the Ci ty 's sole negligence or willful acts or omissions . (d) The provisions of th is section will survive the expiration or earlier termination of this Agreement. 6 DolO-Aofl26.2017 CflY Of Tl:IA.E CflY, CAUFORHIA BIOOI NG AND CONTRACT DOCU MENT S, PlANS AND SPECIFICATIONS f'l201 7118 PAVEMENT REHAB1UTATION PRO.ECT ~ Conral PIIQO 56 af66 11 . BONDS. CONTRACTOR , before commencing the Work, shall furn1sh and file with CITY a bond . or bonds, in a form satisfactory to the CITY, in the sum of one hundred percent (100%) of the compensation amount stated in Section 3 of this Agreement conditioned upon the faithful performance of this Agreement and a bond , or bonds , in a form satisfactory to the CITY, in the sum of one hundred percent (100%) of the compensation amount stated in Section 3 of th is Agreement cond it ioned upon the payment of all labor and mate rials furnished in connection with this Agreement. 12. INSURANCE. CONT RACTOR shall not commence th e Work until CONTRACTOR has obtained all insurance required by the Contra ct Documents and such insurance has been approved by CITY as to form , amount and carrier. CONTRACTOR shall not allow any subcontractor to commence work on any subcontract until all similar insurance requ ired of the subcontractor have been obta1ned and approved (a) Workers' Compensation . CONTRACTOR shall take out and maintain, during the life of this Agreement , Worker's Compensation Insurance (Statutory Limits) with Employers Liability Insurance (with limits of at least $1 ,000,000) for all of CO NTRACTOR's employees employed at the Project site; and . if any work IS sublet, CO NTRACTOR shall require the subcontractor similarly to provide Worker's Compensation Insurance for all of the latter's employees, unless su ch employees are covered by the protection afforded by CONTRACTOR. If any class of employees engaged in Work under th is Agreement at the Project site is not protected under any Workers' Compensation law, CONTRACTOR shall provide and shall cause each subcontractor to provide adequate insurance for the protection of employees not otherwise protected . CONTRACTOR shall indemnify CITY for any damage resulting from failure of either CONTRACTOR or any subcontractor to take out or ma intain such insurance. CONTRACTOR shall subm it to Agency , along with the certificate of Insurance , a Waiver of Subrogation endorsement in favor of the Agency , its officers, agents, employees and volunteers. (b) Comprehensive General Liability Products/Completed Operations Hazard. and Contractual General Liability In surance . CONTRACTOR shall take out and maintain during the life of this Agreement such comprehensive genera l liability, products/completed operations hazard , comprehensive automobile liability and contractual general liability insurance as shall protect CITY, its elective and appointive boards , officers, agents and employees, CO NTRA CTOR , and any subcontractor performing work covered by this Agreement, from cla ims for damage fo r personal injury, including death , as well as from claims for property damage which may arise from CO NTRACTOR 's or any subcontractor's operations under this Agreement, whether such operations be by CONTRACTOR or by any subcontractor, or by anyone directly or indirectly employed by either CONTRACTOR or any subcontra ctor. and the amounts of such insurance shall be as follows : 7 --Aorl21,2017 CITY Of TEIP.£ CITY, CAUFORNlA BIOD1HG Nil CONTRACT llOCUIENTS,P\AHSANil SPECFICATIOHS FY 2017118 PAIIEiif:OfT REHA!IVTATIOH PRO.ECT eo...-Cereal Pogo S7 "'. (1) General Liabilitv Insurance in an amount of not less than ONE MILLION DOLLARS ($1 ,000,000) per occurrence; (ii) Products/Completed Operations Hazard Insurance in an amount of not less than ONE MILLION DOLLARS ($1 ,000,000) per occurrence; and (iii) Contractual General Liability Insurance in an amount of not less than ONE MILLION DOLLARS ($1,000,000) per occurrence. General aggregate limits in an amount of not less than TWO MILLION DOLLARS ($2 ,000,000) shall be considered equivalent to the required minimum limits set forth hereinabove . (c) Comprehensive Automobile Liabilitv. CONTRACTOR shall take out and maintain during the life of this Agreement, comprehensive automobile liability insurance as shall protect C ITY, its elective and appointive boards, officers. agents and employees, CONTRACTOR, and any subcontractor performing work covered by this Agreement, from claims for damage for personal InJUry , i ncluding death , as well as from claims for property damage which may arise from CO NTRACTOR's or any subcontractor's operations under this Agreement, whether such operations be by CONTRACTOR or by any subcontractor. or by anyone d1rectly or Indirectly employed by either CO NTRACTOR or any subcontractor. and the amounts of such 1nsurance shall be as follows. (i) Comprehensive Automobile Liability Insurance in an amount of not less than ONE MILLION DOLLARS ($1 ,000,000) combined single limit per accident. (d) Proof of Insurance . The insurance required by this Agreement shall be with insurers which are California Admitted and Best A rated or better. CITY shall be named as 'additional insured' on the general liability and automobile liability required hereunder, and CO NTRACTOR shall furnish CITY, concurrently with the execution hereof, with satisfactory proof of carriage of the insurance required , and adequate legal assurance that each carrier will give CITY at least thirty (30) days' prior notice of the cancellation of any policy during the effective period of this Agreement. (e) Umbrella or excess liabilitv insurance. [Opftonal dependmg on ltmits requtred]. Contractor shall obtain and maintain an umbrella or excess liability insurance policy with limits that will provide bodily injury, personal injury and property damage liability coverage at least as broad as the primary coverages set forth above , including commercial general liability and employer's liability. Such policy or pol icies shall include the following terms and conditions: • A drop down feature requiring the policy to respond if any primary insurance that would otherwise have applied proves to be uncollectible in whole or in part for any reason ; • Pay on behalf of wording as opposed to reimbursement; 8 .· --Ai>fi:ZS 2017 CITY Of TEII'l£ CITY, CAI.FORNJA 8IOOIHG AlfJ CONTRACT DOCUIEIITS, P\AHS Nil SPECFICATIOHS FY 2017111 PAIIEIEIIT REHA8l/IAT10H PR0.ECT -Cereal PogoSS Glli8 • Concurrency of effective dates with pri mary policies: and • Polici es shall 'follow form ' to the underlying primary policies • Insureds under primary policies shall also be insureds under the umbrella or excess policies . (f) Requ irements 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 c larification only as it pertains to a given issue and is not inte nded by any party or in sured to be all inclusive, or to the exclusion of other coverage. or a waiver of any type . If the CONTRACTOR maintains higher limits than th e minimums shown above , the Agency requires and shall be entitled to coverage fo r the highe r limits maintained by the CONTRACTOR. Any avail able insurance proceeds in excess of the specified minimum l imits of insurance and coverage shall be available to the Agency . (g) Primary/cont ri buting . Coverage provided by the CONTRACTOR shall be pnmary and any insurance or self-insurance or mainta ined by Agency shall not be reqwed to contribute to it The lim its of insurance reqwred herein may be sa ttsfied by a comb1nat1on of pnmary and umbrella or excess 1nsurance. Any umbrella or exce ss 1nsura nce sha ll contain or be endorsed to contain a proVISIOn that such coverage shall also apply on a primary and non-contributory bas1s for the benefit of Agency before the Agency's own insurance or self-insurance shall be called upon to protect is as a named in sured . (h) Notice to Proceed . The CITY will not issue any notice authorizing CONTRACTOR or any subcontractor to commence the Work under this Agreeme nt until CONTRACTOR has provided to the CITY the proof of insurance as required by this Section 12. 13. LIQUIDATED DAMAGES. T he parties ag ree that it would be impractical and extremely difficult to fix the actual damages to the CITY in the event the Project is not commenced and/or completed on or before the dates specified for commencement and completion of the Project in the Contract Documents. The parties have considered the facts of a breach of this Agreement and have agreed that the liquidated damages sum hereinafte r set forth is reasonable as liquidated damages in the event of a breach, and that said sum shall be presumed to be the amount of the damages susta ined by the CITY in the event such work is not begun and/or completed and accepted by the times so specified in the Contract Documents. The sum of ONE THOUSAND DOLLARS ($1 ,000.00) shall be presumed to be the amount of damages suffered by the CITY fo r each day's delay in the starting and/or completion and acceptance of the Project after the dates specified in the Contract Documents for the start and/or completion thereof, and CONTRACTOR hereby agrees to pay said sum of ONE THOUSAND DOLLARS ($1 ,000.00) as li quidated damages for each day of delay 1n the starling and/or completing and acceptance of said Project beyond the dates specified in the 9 --~26.2017 CIIY Of TEII'l£ CIIY, CALIFORNIA BIOOINGAND CONTRACT OOCUr.EIITS PlANS AND SPECR:AllONS FY 2011111 PAVE!ENT REHABiliTATION PRO£CT eo-... ea.o.o Pogo 58 ... CONTRAC T DOCUMENTS . Any and all such liquidated damages assessed shall be done in accordance with that certain edition of the Standard Specification for Public Works Construction currently in effect on the execution date of this Agreement. CONTRACTOR CITY OF TEMPLE CITY By Dat~e-: __________________ ___ By __________________ __ Date : _______________ _ 14. NOTI CE OF COMPLETION. Upon completion of PROJECT and acceptance of same by the City Council of the CITY, the City Manager of the CITY shall cause to be recorded a Notice of Completion with the office of the Los Angeles County Recorder; and , after thirty-five (35) days from the date said Notice of Completion is recorded , the Director of Finance of CITY shall release the funds retained pursuant to Section 3 hereof; provided there have been no mechanics' liens or stop notices filed against the Work which have not been paid , withdrawn or eliminated as liens aga1nst said work. 15 . COMPLIANCE WI TH LAWS . In performing the Work , CONTRACTOR must comply With all applicable statutes, laws and regulations, 1nclud1ng, but not lim1ted to. OSHA requirements and the Temple City Municipal Code. Contractor must. at Contractor's sole expense. obtain all necessary permits and licenses requ1red for the Work , and give all necessary notices and pay all fees and taxes required by law, includ ing, without limitation , any business license tax imposed by Ci ty. 16 . INDEPENDENT CO NTRACTOR. CONTRACTOR is and will at all times remain as to CITY a wholly independent contractor. Neither the CITY nor any of its officers , employees, or agents will have control over the conduct of CO NTRACTOR or any of CO NTRACTO R's officers , em ployees . agents or subcontractors, except as expressly set forth in the Contract Documents. CONTRACTOR may not at any time or in any manner represent that it or any of its officers, employees . agents, or subcontractors are in any manner officers , employees , agents or subcontractors of C ITY. 17. GENERAL PROVISIONS. (a) Authoritv to Execute . Each Party represents and warrants that all necessary action has been taken by such Party to authorize the undersigned to execute th is Agreement and to bind it to the performance of its obligations. (b) Assignment. CONTRAC TOR may not assign this Agreement without the prior written consent of CITY, which consent may be withheld in the CITY's sole discretion since the experience and qualifications of CO NTRACTOR were material considerations for this Agreement. 10 --lod26.2017 CIIY Of TEII'l£ CIIY, CALRlRNIA IIIDiii'<G AND CONTRACT OOCUloENTS, PlANS AND SPECIFICATIONS FY 2011111 PAVEr.EIIT REIWIIUTATION PRO£CT eo-... ea.o.o p. &)cjl6 (c) Bindmg Effect. This Agreement is b1nd1ng upon the he1rs, executors , ad ministrators, successors and permitted assigns of the Parties. (d) Integrated Agreement. This Agreement , including the Contract Documents, is the entire, complete , final and exclusive expression of the Parties with respect to the Work to be performed under this Agreement and supersedes all other agreements or understandings, whether oral or written , between CO NTRACTOR and CITY pri or to the execution of this Agreement. (e) Modification of Ag reement. No amendment to or modification of this Agreement will be val id unless made in writing and approved by CONTRACTOR and by the City Council or City Manager of CITY, as applicable. The Parties agree tha t this requirement for written mod ificat ions cannot be wa ived and that any attempted waiver will be void . (f) Counterparts and Facsimile Signatures. This Ag reement may be executed in several counterparts, each of wh ich will be deemed an origina l, and all of which, when taken together, constitu te one and the same instrument Amendments to th1s Agreement will be considered executed when the signature of a party is del ivered by facsimi le transm ission Such facsimile signature will have the same effect as an ong1nal Signature . (g) Waive r. Waiver by any Party of any term , condition . or covenant of this Agreement Will not constitute a waiver of any other term , condit1on , or cove nant. Waiver by any Party of any breach of the provis1ons of th is Agreement will not constitute a waive r of any other provi sion , or a waiver of any subsequent breach or vio lation of any provision of this Agreement. Acceptance by City of any Work performed by CONTRACTOR will not constitute a waiver of any of the provisions of this Agreement. (h) Interpretation . This Agreement will be interpreted , construed and governed according to the laws of the State of Cali fornia. Each party has had the opportunity to review this Agreement wi th legal counsel. The Agree ment will be construed simply, as a whole , and in accordance with its fair meaning . It will not be interpreted stri ctly for or against either party. (i) Severabilitv . If any term , condition or covenant of this Agreement is declared or determined by any court of competent jurisdiction to be inva lid, void or unenforceable , the rema ining provisions of this Agreement will not be affected and the Agreement will be read and construed without the inva lid, void or unenforceable provision (j ) Attorneys' Fees. The prevailing party in any action to resolve a dispute concerning this Ag reement shall be entitled to have and recover from the losing party the reasonable attorneys' fees and costs of such action II Doll-...... 26,2017 CITY Of TEI.RE CITY, CALIFORNIA BIOOING m:J CONTRACT OOCUIENTS, PIAHSANO SP£CIFICATIOHS FY 20171111 PAVEJ.ENT ~BIUTATlON PRO.ECT Docunont Conod Pogo 61 al66 (k) Venue. In the event of litigat ion between the parties, venue in state trial courts wi ll 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 required or permitted to be given under this Agreement will be deemed made when rece ived by the other Party at its respective address as follows: To CITY: To Contractor: City of Temple City 9701 Las Tunas Drive Temple City , Cal ifornia 91780 Attention : _____ _ (Tel.) (Fax) Attention :------ (Tel.) (Fax) Notice will be deemed effect ive on the date personally delivered or transmitted by facsimile . If the notice is mailed , notice w ill be deemed given three days after deposit of the same in the cu stody of the United States Postal Service, postage prepaid , for first cl ass delivery , or upon delivery if using a major courier service with tracking capab ilities. Any Party may change its notice information by giving notice to the other Party in compliance with this section. t 2 llollloouedApri26,2017 CITY Of TEI.RE CITY, CALIFORNIA BIOOING AND CONTRACT OOCUIENTS. PlAHS AND SP£CIFICATIOHS FV 2017111 PA\IE IENT REHABliTATIOH PROJECT Docunont c.ntal Pogol2 al61 IN WI TNESS WHEREOF , the parties hereto have caused th is contract to be executed on the __ day of , 20_, by the ir respective officers duly authorized in that behalf. ATTEST: Peggy Kuo, City Clerk Date: APPROVED AS TO FORM : Eric S. Va il. City Attorney 13 CITY OF TEMPLE CITY, a municipal corporation By ___________ __ ....,...---,,.....,..-----------·a [state type of entity] By ___________ _ By ___________ _ Dolo-Aj>lllll,2017 CITY Of T£11'1£ CITY, CAUFORHIA BIOOIHGAOOCOHIRACTOOCUI,£NIS P\AHSAOOSPECIACATlCHS FY 2017111 PAIIEIENT REMABIJTATlON PI!OS:T Doo<rnon~ ComO Poot 63 a 66 CALIFORNIA All-PURPOSE ACKNOWLEDGMENT 111111111111"' 'f I Tllllltflll Ill 1111'''"11'"''"''"''"'', 'ff''f I Ill A nm.y public or o~ officer ~ this artifbte verife only the identity of the Individual who 5lcned the cloallnent, to whictl this certifiCilte is attiiChed, and not the truthful~. iiCancy, or wlidity of tNt document. Sme of C.lifomia } County of Los Aoceles On __ ............................ ---~me. __________________ ~~~~~~~~--------------,..__.,_,,___ Tido} ~~~~~~~---------------------------------------------------- wt1o prOYed to me on the basis of sat isfiiCtory evidencr to be the penon(s) whcl:2 Mme(s) 'ts/•re subscribed to the within lnstn.wnent M d ac:icnowledred to me that tte/she/ttley executed the same In hls{he$/ttU ~uthortzed Cilj)iiCity(ies), illld that II¥ hls{he$/ttU ~e(s) on the Instrument the person(s). or the entity upon behalf of whidl the penon(s) a cted, eROrted the inStrUment. I artffy under PENALTY OF PERJURY LW!der the laws of the State ot C.llfornia that the forq~ pa~~ is true and cornct. ~ESS my hand and ofTicial seal. ~wre ____________________________________________ __ ~.,_,~ -------------------------O PnONAL-------------------------11touglt the inlonnMJon Is not _,wM by a w, it""''' prvw wt~ to ,__.s tWiylng on the document 11rwl CtNid ,_,r fraudthnt ~ lllftt! ~ oltltls lonr> to ~document. ~ ol Atbd>ecl Document Tkle ol Typo~ cl Doalm.nt: ---------------------------------------------------- DoalmeM"--1---------------------------------Humber ol"-1 -------------- Slgnor(s) Other Than rc.m.d Abow!: --------------------------------------------- ~(ies) Cbinoecl by Signeo{,.) Siglwr's Name :---------------------~sMim.:, ______________________ __ 0 1ncllvicllal 0 lncliviclal 0 O>rpontl! Ollia!r -Tltle(sl•------------------- ~~:::0 "-"D Signer is Representing: --------- 0 ~ Officw -Tltk(s): ______ _ g ~~f:-ed OGen«31 D OT.....- 0 G4la"clian or eonse.v...... 0 Od.n ______________ __ ~Is ~presenting: ______ _ 1111111111111 I !!IIIII llllllllftl I 1 1111111111111'1111 IIIII! Ill! 'I I lllllllll!llll!l Ill 1 !Ill II 1 Dolo-.... lll.2017 CITY Of T£11'1£ CITY, CN.FORHIA BlllOf•lG AhO CONTRACT OOCUMEHIS, P\AHS AhO SPECIACATIOHS FY 2011111 PA\/EioENI REMABIJTAT10N PI!OS:T CALIFORNIA All-PURPOSE ACKNOWLEDGMENT Doo<rnon~ c..oa Pogo s. a 66 'lll'ff'lll!f'fl'fl 'fl 11111111 lllllll!flllllll!flf''fl 111'111 Ill If' 11111111'11111111111 A nm.y public or ~ officer ~ this artilbte verifies only the Identity of the Individual who 5lcned the cloallnent, to whidl this certifiate is attached, and not the uuthf~. iiCancy, o r wlidity ot tNt document. sme ot C.lifomia } County of Los~ On --------------------before me,----------,---:----:-:---~::-----:=-:-:---------­,_._.,_,,__.-r•J ~~~a~ared _________________________________________________ __ who prOYed to me on the basis ot satisfactory evidence to be the person(s) whcl:2 Mme(s) 'ts/•re subscribed to the within lnstn.wnent and ac:icnowledred to me !Nt tte/she/ttlev executed the same In htsfhe$/thrir authortzed capacity(ies), and that trv htsfhe$/thrir sip\eture(s) on the lnstnune nt the person(s ). or the entity upon behalf of wtlidl the penon(s) acted, eROrted the instrument. I artffy under PENALTY OF PERJURY \Rier the laws of the State ot C.llfornia t hat t he forq~ pa~~ is true and correct. ~ESS my hand and ofTicial seal. ~wre __________________________ _ ~.,_,~ -------------------------OPnONAL-------------------------11tougl! the inlonnMJon Is not fft~Ui-' by aw, it mil)'-Villu.ble to __.s re/yi"'J on the tlocvrrteM •. rwl oauld ,_,r fnfudvlent ,_,.,~, lllftt! I'NtUchtMnt of this lonr> to ~ tlooJm.nt. Desoiptlon ol AtbdM!cl Document r d. o1 Typo~ c1 Doa~rMnt: ----------------------------------------------------- ~.,..•---------------------------------Humber cl f'a91$: --------- Slgnor(s) Other Than rc.m.d Abow!1 ---------------------------------------------- Qipoodty(ies) ~by Signeo{s) ~·Name: ___________________ _ 0 1~ 0 COr-pol-. Officw -r &(s): __________________ _ g ~~F~o --0 O T.-.- 0 G4la"clian or eonse.v...... 0 ~"---------------­ Sig-ls ~~·---------- s;g.Ws Ml,.._: _____________________ _ 0 lncliviclal 0 O>rpontl! Ollia!r -Tltle(s): ------------------- ~§:f::_O ~D 0 OdMn ______________ __ s;g,_ Is Representing: --------- ,,,,.,,,,,,,.,.,,,,,.,,,.,,,,,,,.,,,,,,.,.,,,.,,,,,,,,,,,,,,,,,,.,,,,,,,.,,,.,.,,,,,,, Oo1o -Aplj 26, 2017 Appendix B CITY OF TEioPl£ CITY, CALIFORNIA BlOOING AND CONTRACT OOCUIAENTS. PlANS ANO SI'£CIFICA TIOHS FY 2017118 PAVEIAENTREHABlUTATIOH PRO.£CT Doo.mor< Can1rol PIQO 66 c/66 PROJECT STREETS LIST 0.10-Aplj26,2017 Branch Name From BASE BID SCHEDULE LOCATIONS ARDSLEY DRIVE CDS BLACK LEY STREET TEMPLE CITY BOULEVARD BROADWAY GOLDEN WEST AVENUE BROADWAY TEMPLE CITY BOULEVARD LA ROSA DRIVE ALESSANDRO AVENUE LA ROSA DRIVE BALDWIN AVENUE LA RO SA DRIVE CAMEL LIA AVENUE LA ROSA DRIVE FIESTA AVENUE LA ROSA DRIVE GLICKMAN AVENUE LA RO SA DRIVE GOLDEN WEST AVE NUE LA ROSA DRIVE KAUFFMAN AVENUE LA ROSA DRIVE RYLAND AVENUE LA ROSA DRIVE TEMPLE CITY BOULEVARD SPARKLETT STREET ARDSLEY DRIVE ENCINITA AVEN UE GARIBALDI AVENUE ENCINITA AVENUE LONGDEN AVENUE ADDITIVE ALTERNATE BID SCHEDULE LOCATIONS ALE SSANDRO AVENU E BLACKLEY STREET ALESSANDRO AVENUE OLIVE STREET BLACKLIEY STREET ENCINITA AVENUE Page: Append he 8 , 8 .1 CITY OF TEioPl£ CITY, CALIFORNIA BIOOING AN0 CONTRACT OOCUIAENTS. P\AHS ANO SI'£CIFICATIONS FY 2017118 PAVE IAENT REHABlUTATION PRO.I:CT Doo.mor< Can1ro1 PIQO 66 c/66 To TEMPLE CITY BOULEVARD GOLDEN WEST AVENUE BALDWIN AVENUE GOLDEN WEST AVENUE FIESTA AVENUE RYLAND AVENUE KAUFFMAN AVENUE TEMPLE CITY BOULEVARD ARDEN DRIVE BALDWIN AVENUE GOLDEN WEST AVENUE GLICKMAN AVENUE CAMELLIA AVENUE TEMPLE CITY BOULE VARD WOODRUFF AVENUE GARIBALDI AVENUE I PENTLAND I BLACKLEY STREET I CDS -------------------------------------------------------- ATTACHMENT 8 2014 SR2S (Safe Routes To School) Slurry (Approx . total area=550,000 sf): Cloverly Ave from Broadway to Blackley St Flaherty St from Cloverly Ave to Primrose Ave Fratus Drive from Pentland St to La Rosa Dr La Rosa Drive from Fratus Dr to Alessandro Ave Lemon from Oak to Temp le City Blvd Longden Ave from Rosemead Blvd to Temple City Blvd Oak Avenue from Camino Real to Longden Pentland St from Encinita Ave to Alessandro Ave Primrose from Longden Ave to Garibaldi Ave Temple City Blvd from Camino Real Ave to Lemon Ave Wendon St from Cloverly Ave to Primrose Ave 2014 SR2S (Safe Routes To Schools) Cold mi l l and Overlay (ARAM-Rubberized Asphalt) (Approx. total area=48 ,000 sf): Daleview Ave from Freer St to Grand Ave ATTACHMENT C 2015 BTA (Bicycle Transportation Account) Slurry (Approx. total area=729 .000 sf): Longden Ave from Burton Ave to Rosemead Bl Golden West Ave from Garibaldi Ave to Las Tunas Dr Olive Ave from Rosemead Bl toE of Arden Dr Lemon Ave from Temple City Bl to Golden West Ave Olive from Arden to El Monte Ave Longden from TC Blvd to East City Limits Golden West from Lemon to Garibaldi 2015 BTA (Bicycle Transportation Account) Cold mill and Overlay (ARHM-Rubberized Asphalt) (Approx. total area=383,000 sf): El Monte Ave-Las Tunas Dr to Lower Azusa Rd Arden Or-Olive Ave to Lower Azusa Rd ATTACHMENT D FY 2016-2017 Pavement Rehabilitation Project (Approx. total area=2 .350,000 sf): Baldwin Ave from Live Oak to Lower Azusa Barela Ave from Woolley to Craiglee Blackley St from Parmerton to McCulloch Broadway from West City Limit to Temple City Blvd Callita St from West City Limit to Rosemead Blvd Camellia Ave from Garibaldi to cul-de-sac Camino Real from Oak to Temple City Blvd Cloverly Avenue from Live Oak to Broadway Cloverly Avenue from Wendon to Flaherty Craiglee St from East End to Temple City Blvd Daines Dr from Baldwin to El Monte Daines Dr from Temple City Blvd to cul-de-sac Daines Dr from Santa Anita to McCulloch Daneswood Dr from Parmerton to McCulloch Ellis Lan e from Lower Azusa to Temple City Blvd Elm Ave from Muscatel to Reno Emperor Ave from Oak to cul-de-sac Estrella Ave from Salter to East City Limit Flaherty St from Golden West to Rowland Ave Freer St from Arden to Santa Anita Gracewood Ave from Live Oak to Daines Green St from Baldwin to cul-de-sac Hart Ave from Hermosa to Las Tunas Hecla St from Hilton to cul-de -sac Hermosa Dr from Encinita to Burton Hilton Ave from Olive to cul -de-sac Jaylee Dr from Lorna to cul-de-sac Live Oak Ave from Encin ita to East City Limit Lorna Ave from Emperor to Woolley St McClintock Ave from Grand to Fairview Miller Dr from Lower Azusa to South End Nadine St from Temple City Blvd to cul-de-sac Noel Dr from Broadway to North End Oak Ave from Longden to Garibaldi Parmerton Ave from Daneswood to Blackley Persimmon Ave from Dai nes to North City Lim it Reno Ave from Elm to Longden Rowland Ave from Flaherty to Wendon Salter Ave from Estrella to Longden Sparklett St from Temple City Blvd to Kauffman Sultana Ave from Hermosa to Las Tunas Val St from Temple City Blvd to East City Limit Wendon St from Golden West to Rowland ATTACHMENT E Pavement Management Program Summary: Temple City completed a citywide Pavement Management Program (PMP) Report in 2013 . The report presented the find ings and recommendations from the development of the system data associated with the pavement condition survey of the City's street network, including : • Pavement Condition Summaries • Preservation and Repair Activities • Projected Budgets for Projects based on those Activities PMP is a Plann i ng Tool , and is updated based on on-going Engineeri ng Evaluations : The recommendations generated by the PMP are for planning purposes only , and are not intended to replace sound engineering judgement for actual construction . The PMP is used as the basis for making strategic decisions to plan future work effectively and cost efficiently. City Engineer conducts field observations to update and supplement the information in the PMP report to develop cost effective projects with efficient cosUbenefit ratio based on field conditions, other relevant projects, budget ava il ability , and various other factors that may exist at the time . Pavement Condition Index (PC I): The PCI system is a rating mechanism used to descri be the condit ion of the City 's pavement and has been adopted as the nation's standard ratin g system by AASHTO and ASTM . Ranging between "0" and "100 ," a PCI of "0" would correspond to a badly deteriorated pavement with virtually no remaining life , while a PCI of "1 00" would correspond to a pavement with proper engineering design and construction at the beginning of its life cycle . Effective Preventative Maintenance Approach : Preventative maintenance on streets with better than average PCI ratings must be considered in combination with the more extensive rehabilitation of failing streets to realize the maximum net benefit and reduce the long term costs . As a pavement ages , the system predicts the PCI of the pavement based on the deterioration curves . Once a street segment reaches a PCI of 55 , the street segment deteriorates at a faster rate per the standard deterioration curve for asphalt pavement. Condition of City 's pavement: Per the PMP Report , the overall condition of the City of Temple C ity 's road network is "Good ", with an average we ighted Pavement Condition Index of 62 . Arterial are "Very Good " with a PCI of 77 Colle ctor are "Good " with a PCI of 59 and Res idential are "Fair'' with a PCI of 54 , with 100 being a brand new street and 0 being a badly deteriorated street with virtually no remaining life . Replacement value and quantity of pavement: The pavement network with in the City of Temple City has approximately 71 miles of paved surfaces , comprised of appro xim ately 19 miles of residential streets , 10 miles of arte ri al streets , 39 miles of collector streets and 3 miles of alleys . This equates to almost 14 million square feet of pavement. The estimated replacement value of this pavement is approximately $26 .3 mill ion for residential streets , $23.7 million for arterial streets , $56 million for collector streets and $2.7 million for alleys , for a total of $109 million . Preservation program and costs : A strategy was developed based on a 6-year maintenance cycle. The strategy objective was to reduce the backlog of street preservation work over the next 6 years and increase or maintain the overall condition of the road network. This strategy involves two traditional pavement rehabilitation treatments including both slurry seal and asphalt concrete overlays as preservation components . The strategy also used a 3% annual inflation factor for all maintenance costs . The following scenarios were presented for "Unlimited Funding'' and for "Maintaining Current PCf'. Unlimited Funding: If the entire system were to be rehabilitated at once, the initial cost would be $24 ,093,454 , which would bring the average PCI to 92 citywide ; and the following 6 year cost for annual maintenance would be $5,467 ,291 , with a total budget of $29 ,560,475 . Per this scenario, at the end of 6 year program , the average citywide PCI would be 83. Maintaining Current PC/: In order to maintain the citywide average PCI at or above 62 over the next 6 years , approximately $3 million per year will need to be budgeted . Progress to Date: Available PMP funds were utilized in conjunction with other funded projects , including SR2S (Safe Routes To Schools), and BTA (Bicycle Transportation Account) State Funded Projects to maximize the cost/benefit ratio of the available funds . Also, Rosemead Boulevard pavement was improved with new rubberized aspha lt pavement as part of the Rosemead Bl Construction Project. The new asphalt pavement work was covered by the Rosemead Bl construction funds , wh ich included combination of outside Federal and State and local match funding. The street pavement work completed under PMP , SR2S , BTA and Rosemead Bl Projects covers approximately 4 .7 m sf pavement area , which represents approximately 35 % of the City's total 13.8 m sf pavement surface area . The pavement imp rovements covered approximately 4 .7 m SF included street surface (1 ,050 ,000 SF of Cold mill and Overlay and 3,630 ,000 SF of Slurry Seal ). Purpose of the Pavement Management Program : Well-maintained streets are integral to the general health , qua lity of life , and economic stability of the City. Maintaining adequate streets and sidewalks also have a posit ive impact on the overall "image" that the City projects to residents , visitors , and neighboring communities . Streets require periodic repair and preventive maintenance in order to maintain the street's life expectancy . Failure to conduct timely preventative maintenance will s ign if ican t ly shorten a street's life -cycle , wh ich would subsequently requ ire costly complete st reet reconstruct io n . Analysis Methodology : The PMP was developed based upon a field inspect ion of pavement condi ti ons o n all 71 miles of streets within the city, us ing Fede ral guide lines , to create a con dit ion inven tory of all streets . Following the comp letion of this component , a Pavement Cond it ion Index (PCI) was calculated to reflect the overall pavement conditions of each individual street segment within the City . The PCI is a qua litative scale , rang i ng from 0-100 , used to rate the cond ition of paved surfaces (see table and photos below). A recent ly pave d street segme nt has a PCI at , or close to , 100 . As the pavement deteriorates its PCI gradually decreases . Once it drops to a PCI of 55 ("Fair"), its condition is considered critical , and unless some form of treatment is done, the pavement cond ition will rapid ly deteriorate, until it be comes "poor" and "f ailed ", with an exo rbitan t reconstructi on cost. Pavement Condition Index (PCI) Qualitative Scale PaYellltld Pel ............ Qallty ExceUent 86-100 Ve r y Good 71 -85 Good 56 -70 Fair 4 1-55 Poor 26 -40 Very Poor 11 -25 F ailed 0-10 A roadway with a PCI of 1 00 Good A roadway with a PCI of 70 A roadway with a PCI of 25 A roadway with a PCI of 83 Fair A roadway with a PC I of 50 Failed A roadway with a PCI of 1 0 According to the data compiled , Temple City streets have an overall PCI of 62 . Industry standards indic ate that a score of 62 is indicative of a "good " cond ition rating . The rati ng is achieved by averaging the PCI rating for arterial , collector, and residential streets . The City achieved a PCI of 77 ("very good ") on arterial streets , 59 ("good ") on collector streets , and 54 ("fair") on residential streets . It should be noted , the 77 PCI on arterial streets, raised the City 's overall score . In other words , the very good condition of the City's arterial street network is skewing the overall index . Most streets within the City are res idential , and the residential 54 PCI indicates that our street network is at a critical juncture. Conditions Summary: The majority of the streets in the City have a PCI at or above the critical PCI of 55 , wh ich would require less expensive treatment methods to maintain or increase their PCI level. A minority of streets in the city fall under the "failed " and "poo r" PCI levels , and would require more expensive reconstruction work to bring their PCI back up to an "excellent" level. Work Program Approach: Based upon the pavement conditions a work program was developed based on available funds . Available PMP funds were utilized in conjunction with other funded projects , including SR2S and BTA State Funded Projects to maximize the cost/benefit ratio of the available funds. A work program was developed prioritizing preventive maintenance on the street segments whose conditions are currently at or above the critical PCI of 55 . By taking this approach , street segments currently within the range of "fair" to "excellent" receive required preventive maintenance needed to ma inta in or increase the ir life expectancy. Choosing a "worst first " program that conducts expensive , immediate reconstruction work on the minority of streets with a PCI of "failed " to "poor", the cond it ion of the "fai r" to "excellent" streets would rapidly decrease in the interi m. This would result in a significant drop in the City 's overall PCI , and a depletion of valuable resources and funds .