Loading...
HomeMy WebLinkAboutSouth Highland Sewer - Specifications For South Highland Ave (3) Revised:/4/03/02�` SPECIFICATIONS FOR THE CONSTRUCTION OF �4...' 'J SOUTH HIGHLAND AVENUE AND JUNIPER AVENUE SEWER SYSTEM IMPROVEMENTS BID NO. SP-46-01 PREPARED FOR CITY OF FONTANA 8353 Sierra Avenue Fontana, CA 92335 (909) 350-7610 PREPARED BY ASSOCIATED ENGINEERS, INC. 3311 E. Shelby Street Ontario, CA 91764 (909) 980-1982 APRIL 2002 These plans and specifications are the exclusive property of the OWNER and shall not be used in any manner without prior consent of the OWNER. Any reuse of these contract documents by OTHERS shall be at the other's sole risk and without liability to OWNER. 100% SUBMITTAL SPECIFICATIONS FOR THE CONSTRUCTION OF SOUTH HIGHLAND AVENUE AND JUNIPER AVENUE SEWER SYSTEM IMPROVEMENTS BID NO. SP-46-01 Prepared Under the Supervision of: Thomas R. Holliman, P.E. DATE: RCE 33108, Exp. 6/30/02 Approved: CITY ENGINEER DATE: RICARDO SANDOVAL, P.E. SPECIFICATIONS FOR THE CONSTRUCTION OF SOUTH HIGHLAND AVENUE AND JUNIPER AVENUE SEWER SYSTEM IMPROVEMENTS BID NO. SP-46-01 Owner: CITY OF FONTANA Construction Manager: CITY OF FONTANA Civil Engineer: ASSOCIATED ENGINEERS, INC. Geotechnical Engineer: TBD TABLE OF CONTENTS FOR CONSTRUCTION OF SOUTH HIGHLAND AVENUE AND JUNIPER AVENUE SEWER SYSTEM IMPROVEMENTS BID NO. SP-46-01 NOTICE INVITING SEALED BIDS NB-1 - NB-3 INSTRUCTIONS TO BIDDER IB-1 - IB-7 PROPOSAL DOCUMENTS P-1 - P-17 Proposal P-1 Bidder's Information P-3 Contractor's Licensing Statement P-4 List of Subcontractors P-5 References P-6 Designator of Sureties P-7 Bid Bond P-8 Non-Collusion Affidavit P-11 Certification of Non-Discrimination by Contractors p-12 Proposal Bid Sheet P-13 Addendum No. Acknowledgment P-17 CONTRACT DOCUMENTS CA-1 - CA-21 Agreement CA-1 Contract Performance Bond CA-5 Payment Bond CA-9 General Liability Endorsement CA-13 Automobile Liability Endorsement CA-16 Worker's Compensation/Employer's Liability CA-19 GENERAL CONDITIONS GC-1 - GC-12 Scope of Work GC-1 Location of Work GC-1 Time of Completion GC-1 Liquidated Damages GC-1 Traffic Requirements GC-2 Hazardous Materials GC-2 Utility Requirements GC-3 Utilities Service Charges GC-7 Flow and Acceptance of Water GC-7 Removal of Water GC-7 Furnishing and Applying Water GC-8 Cleanup and Dust Control GC-8 Trench Safety and Sheeting, Shoring, and Bracing Excavation GC-8 Standard Specifications GC-10 Wage Rates and Labor Code Requirements GC-11 Apprentices GC-12 Clayton Act and Cartwright Act GC-12 TABLE OF CONTENTS (cont'd) SPECIAL PROVISIONS SP-1 - SP-41 PART 1 - GENERAL PROVISIONS SP-1 Section 1 Terms, Definitions, Abbreviations and Symbols SP-1 1-2 Definitions SP-1 Section 2 Scope and Control of the Work SP-2 2-1 Award and Execution of Contract SP-2 2-4 Contract Bonds SP-2 2-5 Plans and Specifications SP-3 2-7 Subsurface Data SP-3 2-8 Right of Way SP-3 2-9 Surveying SP-4 Section 3 Changes in Work SP-4 3-2 Changes Initiated by the Agency SP-4 3-3 Extra Work SP-4 Section 4 Control of Materials SP-5 4-1 Materials and Workmanship SP-5 Section 5 Utilities SP-5 5-1 Location SP-5 Section 6 Prosecution, Progress and Acceptance of the Work SP-5 6-1 Construction Schedule and Commencement of Work SP-5 6-4 Default by Contractor SP-6 6-7 Time of Completion SP-7 6-8 Completion and Acceptance SP-7 6-9 Liquidated Damages SP-8 Section 7 Responsibilities of the Contractor SP-8 7-1 Contractor's Equipment and Facilities SP-8 7-2 Labor SP-8 7-3 Liability Insurance SP-8 7-5 Permits SP-11 7-8 Project Site Maintenance SP-11 7-9 Protection and Restoration of Existing Improvements SP-12 7-10 Public Convenience and Safety SP-13 7-15 Certified Payroll Records SP-16 Section 9 Measurement and Payment SP-17 9-3 Payment SP-17 TABLE OF CONTENTS (cont'd) PART 2 CONSTRUCTION MATERIALS SP-19 Section 201 Concrete, Mortar, and Related Materials SP-19 201-1 Portland Cement Concrete SP-19 201-2 Reinforcement for Concrete SP-22 201-3 Expansion Joint Filler & Joint Sealants SP-22 201-4 Concrete Curing Materials SP-22 201-5 Cement Mortar SP-23 Section 210 Paint and Protective Coatings SP-23 210-1 Paint SP-23 Section 211 Soils and Aggregate Tests SP-24 211-2 Compaction Tests SP-24 PART 3 CONSTRUCTION METHODS SP-24 Section 300 Earthwork SP-24 300-1 Clearing and Grubbing SP-24 300-2 Unclassified Excavation SP-27 300-3 Structure Excavation & Backfill SP-28 Section 301 Treated Soils, Subgrade Preparation and Placement of Base Materials SP-28 301-1 Subgrade Preparation SP-28 301-6 Soil Sterilant SP-29 Section 302 Roadway Surfacing SP-30 302-5 Asphalt Concrete Pavement SP-30 Section 303 Concrete and Masonry Construction SP-31 303-1 Concrete Structures SP-31 303-2 Air Placed Concrete SP-36 303-5 Concrete Curbs, Walks, Gutters, Cross Gutters, Driveways and Alley Intersections SP-36 303-7 Rock Slope Protection (Rip Rap) SP-36 Section 306 Underground Conduit Construction SP-37 306-1 Open Trench Operations SP-37 306-5 Abandonment of Conduits and Structures SP-39 Section 307 Street Lighting and Traffic Signals SP-39 307-4 Traffic Signal Construction SP-39 Section 308 Landscape and Irrigation and Installation SP-40 308-4 Planting SP-40 308-8 Payment SP-40 TABLE OF CONTENTS (cont'd) Section E Traffic Signing, Striping, Markings, and Markers SP-40 APPLICABLE STANDARD PLANS/DETAILS APPENDIX I TRAFFIC CONTROL MEMORANDUM APPENDIX II SUPPLEMENTAL TECHNICAL SPECIFICATIONS APPENDIX III PLANS SEPARATE DOCUMENTS Title: SOUTH HIGHLAND AVENUE AND JUNIPER AVENUE SEWER SYSTEM IMPROVEMENTS BID NO. SP-46-01 NOTICE INVITING SEALED BIDS FOR CONSTRUCTION OF SOUTH HIGHLAND AVENUE AND JUNIPER AVENUE SEWER SYSTEM IMPROVEMENTS BID NO. SP-46-01 PUBLIC NOTICE IS HEREBY GIVEN that the CITY OF FONTANA, as CITY, invites sealed bids for the above stated project and will receive such bids in the offices of the City Clerk up to the hour of _ on the day of , 20 , at which time they will be publicly opened and read aloud. The work of improvement consists of furnishing all materials, equipment, tools, labor, and incidentals as required by the Plans, Specifications and Contract Documents for the above stated project. The general items of work to be done hereunder consist of the construction of clearing & grubbing, construction of approximately 4, 800 LF of 10-inch vitrified clay sewer pipe, manholes, and associated trench excavation/recompaction, and pavement removal/restoration. Copies of Plans, Specifications, and Contract Documents are available from the City of Fontana (City) , at 8353 Sierra Avenue, Fontana, California 92335, (909) 350-7610, upon payment of a Thirty-five Dollars ($35.00) non-refundable fee ($45.00 if mailed) . Any questions pertaining to this project should be directed to Felipe Molines, P.E. at (909) 350-6641. Proposals must be accompanied by a proposal guarantee in the form of cash, cashier' s check, a certified check or bid bond available to the CITY in the amount of at least ten percent (10%) of the total amount bid. Any proposal not accompanied by such a guarantee will not be considered. A payment bond and a perfoLinance bond, each in an amount equal to 100 % of the total contract amount, shall be required concurrently with the execution of the contract and shall be in the form set forth in the contract documents. NB-1 Any contract entered into pursuant to this notice will incorporate the provisions of the State Labor Code. Labor Code Section 1735 requires that no discrimination be made in the employment of persons upon public works because of the race, religious creed, color, national origin, ancestry, physical handicap, medical condition, marital status, or sex of such persons, except as provided in Government Code Section 12940. Compliance with the prevailing rates of wages and apprenticeship employment standards established by the State Director of Industrial Relations will be required. Affirmative action to ensure against discrimination in employment practices on the basis of race, color, national origin, ancestry, sex, or religion will also be required. The CITY hereby affirmatively ensures that minority business enterprises will be afforded full opportunity to submit bids in response to this notice and will not be discriminated against on the basis of race, color, national origin, ancestry, sex, or religion in any consideration leading to the award of contract. The contract documents call for monthly progress payments based upon the engineer' s estimate of the percentage of work completed. The CITY will retain 10 percent of each progress payment as security for completion of the balance of the work. At the request and expense of the successful bidder, the CITY will pay the amounts so retained upon compliance with the requirements of Public Contract Code Section 22300 and the provisions of the contract documents pertaining to Substitution of Securities . Bids must be prepared on the City provided proposal forms and completely filled out in conformance with the Instructions to Bidders and all proposal forms must be submitted in a sealed envelope plainly marked on the outside "SEALED BID FOR CONSTRUCTION OF SOUTH HIGHLAND AVENUE AND JUNIPER AVENUE SEWER SYSTEM IMPROVEMENTS, BID NO. SP-46-01 - DO NOT OPEN WITH REGULAR MAIL". The CITY reserves the right to reject any or all bids, to waive any irregularity, to accept any bid or portion thereof, and to take all bids under advisement for a period of ninety five (95) days . At the time of contract award, the prime contractor shall possess a Class "A" or a Class "B" Contractor's License and/or any combination of Class "C" specialty contractors license(s) sufficient to perform the work. NB-2 BY ORDER OF CITY OF FONTANA Dated this day of , 20 . CITY OF FONTANA 8353 Sierra Avenue Fontana, CA 92335 (909) 350-7610 NB-3 Revised: 04/03/02 INSTRUCTIONS TO BIDDERS FOR CONSTRUCTION OF SOUTH HIGHLAND AVENUE AND JUNIPER AVENUE SEWER SYSTEM IMPROVEMENTS BID NO. SP-46-01 PROPOSAL FORMS Bids shall be submitted in writing on the Proposal Forms provided by the CITY. All information requested therein must be clearly and legibly set forth in the manner and form indicated. The CITY will not consider any proposal not meeting these requirements . PROPOSAL GUARANTEE (BID BOND) Proposals must be accompanied by a proposal guarantee in the form of cash, cashier' s check, a certified check or bid bond payable to the CITY in the amount of at least ten percent (100) of the total amount bid. Any proposal not accompanied by such a guarantee will not be considered. If a bidder to whom a contract is awarded fails or refuses to execute the contract documents or furnish the required insurance policies and bonds as set forth in those documents, the proposal guarantee shall be forfeited to the CITY. The proposal guarantees of all bidders will be held until the successful bidder has properly executed all contract documents . All required bonds and insurance shall be issued by companies which are admitted surety insurers in the State of California and which have a rating of B plus 5 or better in the current edition of Best' s key rating guide. The lowest responsible bidder must execute the contract documents and provide the insurance certificates and bonds no more than ten (10) days after the Notice of Award. Acceptable bond forms and insurance policy endorsements are enclosed. NON-COLLUSION AFFIDAVIT Bidder shall declare that the only persons or parties interested in the proposal as principals are those named therein; that no officer, agent, or employee of the CITY is personally interested, directly or indirectly, in the proposal; that the proposal is made without connection to any other individual, firm, or corporation making a bid for the same work; and that the proposal is in all respects fair and without collusion or fraud. The Non-Collusion Affidavit shall be executed and submitted with the proposal . IB-1 NON-DISCRIMINATION AFFIDAVIT Labor Codes Section 1735 requires that no discrimination be made in the employment of persons upon public works because of race, religious creed, color, national origin, ancestry, physical handicap, medical condition, marital status, or sex of such persons, except as provided in Government Code Section 12940 . Bidder shall declare that it does not discriminate in its employment with regard to such factors . The Non-Discrimination Affidavit (on enclosed form) shall be executed and submitted with the proposal. PROPOSAL BID SHEET Bidders shall give unit prices for each and all of the items set forth. No aggregate bids will be considered. The bidder shall set forth for each item of work, in clearly legible figures, a unit item price and a total for the item in the respective spaces provided for this purpose. The quantities listed in the Bid sheets are supplied to give an indication of the general scope of work, but the accuracy of figures is not guaranteed and the bidder shall make his own estimates from the drawings . In case of a variation between the unit price and the totals shown by the bidder, the unit price will be considered to be the bid. REJECTION OF BIDS The CITY reserves the right to reject any or all bids or waive any irregularity in any one or all bids received. EQUIPMENT RENTAL AND LABOR RATES Bidder shall submit a schedule of equipment rental and labor rates which may be applicable to any extra work which is performed. DELIVERY OF PROPOSAL Proposals may be mailed or delivered by messenger. However, it is the bidder' s responsibility alone to ensure delivery of the proposal to the hands of the CITY's designated official prior to the bid opening hour stipulated in the "Notice Inviting Sealed Bids. " Late proposals will not be considered. Proposals shall be enclosed in a sealed envelope plainly marked on the outside, "SEALED BID FOR CONSTRUCTION OF SOUTH HIGHLAND AVENUE AND JUNIPER AVENUE SEWER SYSTEM IMPROVEMENTS, BID NO. SP-46-01 - DO NOT OPEN WITH REGULAR MAIL." IB-2 WITHDRAWAL OF PROPOSALS A proposal may be withdrawn by a written request signed by the bidder. Such requests must be delivered to the CITY's designated official prior to the bid opening hour stipulated in the "Notice Inviting Sealed Bids" . The withdrawal of a proposal will not prejudice the right of the bidder to submit a new proposal, providing there is time to do so. Proposals may not be withdrawn after said hour without forfeiture of the proposal guarantee. IRREGULAR PROPOSALS Unauthorized conditions, limitations, or provisions attached to a proposal will render it irregular and may cause its rejection. The completed proposal forms shall be without interlineation, alterations, or erasures. Alternative proposals will not be considered unless specifically requested. No oral, telegraphic, or telephonic proposal, modification, or withdrawal will be considered. TAXES No mention shall be made in the proposal of Sales Tax, Use Tax, or any other tax, as all amounts bid will be deemed and held to include any such taxes which may be applicable. DISQUALIFICATION OF BIDDERS In the event that any bidder acting as a prime contractor has an interest in more than one proposal, all such proposals will be rejected, and the bidder will be disqualified. This restriction does not apply to subcontractors or suppliers who may submit quotations to more than one bidder, and while doing so, may also submit a formal proposal as a prime contractor. At the time of contract award, the prime contractor shall possess a Class "A" or a Class "B" Contractor's License or a combination of Class "C" licenses as required to perform the work. No contract will be executed unless the bidder is licensed in accordance with the provisions of the State Business and Professions Code. IB-3 INTERPRETATION OF PLANS AND DOCUMENTS If any bidder contemplates submission of a bid for the proposed contract and is in doubt as to the true meaning of any part of the plans, specifications or other proposed contract documents, or finds discrepancies in, or omissions from, the drawings or specifications, bidder may submit to the PAUL BALBACH, P.E. , (909) 350-6618 of said CITY a written request for an interpretation or correction thereof . The person submitting the request will be responsible for its prompt delivery. Any interpretation or correction of the proposed documents shall be made only by addendum duly issued and copy of such addendum will be mailed or delivered to each person receiving a set of such documents . Interpretations or corrections received within 5 days prior to bid opening will not be answered. The ENGINEER will not be responsible for any other explanation or interpretations of the proposed documents . ADDENDA OR BULLETINS All bidders are advised as to the possibility of issuance of addenda affecting the items, scope or quantity of the work required for this project. Each bidder shall be fully responsible for informing himself as to whether or not any such addenda have been issued. The effect of all addenda to the Contract Documents shall be considered in the bid, and said addenda shall be made a part of the contract documents and shall be returned with them. Failure to cover in his bid any such addenda issued may render his bid irregular and may result in its rejection by the CITY. LEGAL RESPONSIBILITIES All proposals must be submitted, filed, made, and executed in accordance with State and Federal laws relating to bids for contracts of this nature whether the same are expressly referred to herein or not. Any Bidder submitting a proposal shall by such action thereby agree to each and all of the terms, conditions, provisions, and requirements set forth, contemplated, and referred to in the Plans, Specifications, and Contract Documents, and to full compliance therewith. IB-4 AWARD OF CONTRACT Following a review of the bids, the CITY shall determine whether to award the contract or to reject all bids. The award of contract, if made, will be to the lowest responsible Bidder as determined solely by the CITY. At the time of contract award, the successful Bidder shall hold a Class "A" or a Class "B" Contractors License or a combination of Class "C" license (s) , as required to perform the work, issued by the State of California. Additionally, the CITY reserves the right to reject any or all proposals, to accept any bid or portion thereof, to waive any irregularity, and to take the bids under advisement for the period of time stated in the "Notice Inviting Sealed Bids", all as may be required to provide for the best interests of the CITY. In no event will an award be made until all necessary investigations are made as to the responsibility and qualifications of the Bidder to whom the award is contemplated. No bidder may withdraw his proposal for a period of ninety-five (95) days after the time set for opening thereof . However, the CITY will return all proposal guarantees within ten (10) days after the award of the contract or rejection of the bids, as the case may be, to the respective bidders whose proposals they accompany. LABOR CODE Pursuant to the provisions of Section 1773 of the Labor Code of the State of California, the CITY has obtained the general provisions rate of per diem wages and the general prevailing rate for holiday and overtime work in this locality for each craft, classification or type of workman needed to execute the contract from the Director of the Department of Industrial Relations. These rates are on file with the CITY, and copies will be made available to any interested party on request. Travel and subsistence payments to each workman needed to execute the work shall be made as such travel and subsistence payments are defined in the applicable collective bargaining agreements filed in accordance with Section 1773.8 of the Labor Code. IB-5 The Contractor and all subcontractors shall comply with the provisions, of Section 1774 of the Labor Code and other statutes relating to prevailing wages, benefits, overtime and so forth. Failure to comply with the subject section will subject the Contractor to penalty and forfeiture provisions of Section 1775 of the Labor Code. Pursuant to the provisions of Section 1770 of the Labor Code, the general prevailing rate of wages has been ascertained (which rate includes employer payments for health and welfare, vacation, pension and similar purposes) applicable to the work to be done, for straight time, overtime, Saturday, Sunday and holiday work. The holiday wage rate listed shall be applicable to all holidays recognized in the collective bargaining agreement of the particular craft, classification or type of workmen concerned. The CITY will not recognize any claim for additional compensation because of the payment by the Contractor of any wage rate in excess of the prevailing wage rate set forth in the contract. The possibility of wage increases is one of the elements to be considered by the Contractor in determining his bid, and will not under any circumstances be considered as the basis of a claim against the CITY on the contract. The Contractor and subcontractors shall comply with Section 1777.6 which stipulates that it shall be unlawful to refuse to accept otherwise qualified employees as registered apprentices solely on the grounds of race, religious creed, color, national origin, ancestry, sex, or age (of such employee) , except as provided in Section 3077 . WORKER'S COMPENSATION CERTIFICATE Section 3700 of the State Labor Code requires that every employer shall secure the payment compensation by either being insured against liability to pay compensation with one or more insurers or by securing a certificate of consent to self-insure from the State Director of Industrial Relations. In accordance with this section and with Section 1861 of the State Labor Code, the contractor shall sign a Compensation Insurance Certificate which is included with the Contract Agreement, and submit same to CITY along with the other required contract documents, prior to performing any work. Reimbursement for this requirement shall be considered as included in the various items of work. IB-6 CLAYTON ACT AND CARTWRIGHT ACT Section 7103 of the Public Contract Code specifies that in executing a public works contract with the CITY to supply goods, services or materials, the Contractor or Subcontractor offers and agrees to assign to the CITY all rights, title and interest in and to all causes of action it may have under Section 4 of the Clayton Act (15 U.S.C. Sec. 15) or under the Cartwright Act (Chapter 2 commencing with Sec. 16700) of Part 2 of Division 7 of the Business and Professions Code, arising from purchase of goods, services or materials pursuant to the contract or subcontract. This assignment shall become effective when the CITY tenders final payment to the Contractor without further acknowledgment by the parties. SUBSTITUTION OF SECURITIES In confoLmance with the State of California Public Contract Code, Section 22300, the contractor may substitute securities for any monies withheld by the CITY to ensure performance under the contract. At the request and expense of the contractor, securities equivalent to the amount withheld shall be deposited with the CITY or with a State or Federally chartered bank as the escrow agent who shall pay such monies to the contractor upon notification by CITY of Contractor' s satisfactory completion of the contract. The type of securities deposited and the method of release shall be approved by the CITY'S Attorney. SUBLETTING AND SUBCONTRACTING Pursuant to the Subletting and Subcontracting Fair Practices Act (commencing with Section 4100 of the Government Code) , bidders are required to list in their proposal the name and location of place of business of each subcontractor who will perform work or labor or render services in or about the construction of the work or improvement or a subcontractor who specially fabricates and installs a portion of the work or improvement according to detailed drawings contained in the Plans and Specifications in excess of 1/2 of 1% of this prime contractor' s total bid. Failure to list a subcontractor for a portion of the work means that the prime contractor will do that portion of the work. It is the CITY's intent for the Subletting and Subcontracting Fair Practices Act to apply to all phases of the work. The list of subcontractors (on enclosed form) shall be executed and submitted with the proposal. IB-7 Revised: 04/03/02 BIDDER'S NAME PROPOSAL FOR CONSTRUCTION OF SOUTH HIGHLAND AVENUE AND JUNIPER AVENUE SEWER SYSTEM IMPROVEMENTS BID NO. SP-46-01 TO CITY OF FONTANA, as CITY: In accordance with CITY'S "Notice Inviting Sealed Bids", the undersigned BIDDER hereby proposes to furnish all materials, equipment, tools, labor, and incidentals required for the above stated project as set forth in the Plans, Specifications, and Contract Documents therefor, and to perform all work in the manner and time prescribed therein. BIDDER declares that this proposal is based upon careful examination of the work site, Plans, Specifications, Instructions to Bidders, and Contract Documents. If this proposal is accepted for award, BIDDER agrees to enter into a contract with CITY at the unit and/or lump sum prices set forth in the following Proposal Bid Sheet. BIDDER understands that failure to enter into a contract in the manner and time prescribed will result in forfeiture to CITY of the Bid Bond accompanying this proposal . BIDDER understands that a bid is required for the entire work, that the estimated quantities set forth in the Proposal Bid Sheet are solely for the purpose of comparing bids, and that final compensation under the contract will be based upon the actual quantities of work satisfactorily completed. It is agreed that the unit and/or lump sum prices bid include all appurtenant expenses, taxes, royalties, and fees. In the case of discrepancies in the amounts bid, unit prices shall govern over extended amounts. BIDDER certifies that it has visited the construction site and familiarized itself with local conditions under which the work is to be performed. Furthermore, BIDDER certifies that it will be responsible for incorporating into it' s bid whatever contingencies which are discernible by a reasonable investigation. BIDDER agrees and acknowledges that it is aware of the provisions of Section 3700 of the Labor Code which requires every employer to be insured against liability for workman' s compensation or to undertake self-insurance in accordance with the provisions of that code, and that the BIDDER will comply with such provisions of that code before commencing the performance of this Contract if awarded to it. P-1 BIDDER certifies that in all previous contracts or subcontracts, all reports which may have been due under the requirements of any Agency, State, or Federal equal employment opportunity orders have been satisfactorily filed, and that no such reports are currently outstanding. BIDDER declares that the only persons or parties interested in this proposal as principals are those named herein; that no officer, agent, or employee of the CITY is personally interested, directly or indirectly, in this proposal; that this proposal is made without connection to any other individual, firm, or corporation making a bid for the same work; and that this proposal is in all respects fair and without collusion or fraud. BIDDER certifies that affirmative action has been taken to seek out and consider disadvantaged business enterprises for those portions of the work to be subcontracted, and that such affirmative actions have been carefully documented, that said documentation is open to inspection, and that said affirmative action will remain in effect for the life of any contract awarded hereunder. Furthermore, BIDDER certifies that affirmative action will be taken to meet all equal employment opportunity requirements of the contract documents. BIDDER certifies that a person possesses a Class "A" or a Class "B" or a combination of Class "C" licenses as required to perform the work. BIDDER declares that the contractor' s license number is and that the license expiration date is DATED: , 20 BIDDER: BIDDER'S ADDRESS: BY: TITLE: PHONE: FAX NO: P-2 BIDDER'S INFORMATION BIDDER certifies that the following information is true and correct: Bidder's Name: Business Address: Telephone: Fax : State Contractor' s License No. and Class: Original Date Issued: Expiration Date: The following are the names, titles, addresses, and phone numbers of all individuals, firm members, partners, joint ventures, and/or corporate officers having a principal interest in this proposal : The dates of any voluntary or involuntary bankruptcy judgments against any principal having an interest in this proposal are as follows : All current and prior DBA'S, alias, and/or fictitious business names for any principal having an interest in this proposal are as follows : P-3 CONTRACTOR'S LICENSING STATEMENT The undersigned certifies that bidder is licensed in accordance with the laws of the State of California providing for the registration of Contractors . Contractor' s License Number: License Classification: Expiration Date: Name of Individual Contractor (Print or type) : Signature of Owner: Business Address: or Name of Firm: Business Address: Name: Title: Address: Name Title: Address: or Name of Corporation: Business Address: Corporation organized under the laws of the State of Signature of President of Corp. Signature of Secretary of Corp. Date P-4 LIST OF SUBCONTRACTORS BIDDER proposes to subcontract certain portions of the work as follows: Name Under Which Address of Percent Specific Subcontractor License Office, of Total Description of is Licensed No. Mill or Shop Contract Subcontractor ALL ITEMS OF INFORMATION REQUESTED ON THIS PAGE ARE REQUIRED. BIDDERS SHALL SPECIFY EACH SUBCONTRACTOR WHO WILL PERFORM WORK OR LABOR OR RENDER SERVICE TO THE PRIME CONTRACTOR IN AN AMOUNT IN EXCESS OF ONE HALF OF ONE PERCENT (0.5%) OF THE PRIME CONTRACTOR'S TOTAL BID. FAILURE TO LIST ALL INFORMATION AS REQUESTED ABOVE MAY RESULT IN DISQUALIFICATION OF THE BID. P-5 REFERENCES The following are the names, addresses, phone numbers and contact person for three public agencies for which BIDDER has performed similar work within the past two years: NAME/TITLE: ADDRESS: PHONE: FAX: NAME/TITLE: ADDRESS: PHONE: FAX: NAME/TITLE: ADDRESS: PHONE: FAX: P-6 DESIGNATOR OF SURETIES The following are the names, addresses, and phone numbers for all brokers and sureties from whom BIDDER intends to procure insurance and bonds: NAME/TITLE: ADDRESS: PHONE: FAX: NAME/TITLE: ADDRESS: PHONE: FAX: NAME/TITLE: ADDRESS: PHONE: FAX: P-7 BID BOND FOR CONSTRUCTION OF SOUTH HIGHLAND AVENUE AND JUNIPER AVENUE SEWER SYSTEM IMPROVEMENTS BID NO. SP-46-01 KNOW ALL MEN BY THESE PRESENTS that we, the undersigned, , (hereafter called "Principal" ) , and , (hereafter called "Surety" ) , are held and firmly bound unto the CITY OF FONTANA (hereafter called "OWNER") , in the sum of dollars ($ ) , for the payment of which, well and truly to be made, we hereby jointly and severally bind ourselves and our successors and assigns. SIGNED this day of , 20 The condition of the above obligation is such that whereas the Principal has submitted to the OWNER a certain Bid, attached hereto and hereby made a part hereof, to enter into a contract in writing for the construction of the SOUTH HIGHLAND AVENUE AND JUNIPER AVENUE SEWER SYSTEM IMPROVEMENTS, SP-46-01. NOW THEREFORE, a. If said Bid is rejected, or b. If said Bid is accepted and Principal executes and delivers a contract in the attached Agreement foLm within then (10) days after acceptance (properly completed in accordance with said Bid) , and furnishes insurance certificates and endorsements, bonds for faithful performance of said Contract and for the payment of all persons performing labor or furnishing materials in connection therewith, and all other required documents, then this obligation shall be void; otherwise, the same shall remain in force and effect, it being expressly understood and agreed that the liability of Surety for any and all claims hereunder shall, in no event, exceed the amount of this obligation as herein stated. For value received, Surety hereby stipulates and agrees that the obligation of said Surety and its bond shall be in no way impaired or affected by any bidding errors or extension of the time within which the OWNER may accept such Bid, and said Surety hereby waives notice of any such extension. P-8 (Page 1 of 3) IN WITNESS WHEREOF, Principal and Surety have hereunto set their hands and seals, and such of them as are corporations have caused their corporate seals to be hereto affixed and these presents to be signed by their proper officers, on the day and year first set forth above. PRINCIPAL: ATTEST: (if corporation) By: By: Title: Title: Corporate Seal) SURETY: ATTEST: By: By: Title: Title: (Corporate Seal) IMPORTANT: Surety companies executing Bonds must possess a certificate of authority from the California Insurance Commissioner authorizing them to write surety insurance defined in Section 105 of the California Insurance Code, and if the work or project is financed, in whole or in part, with federal grant or loan funds, must also appear on the Treasury Department's most current list (Circular 570. as amended) . THIS IS A REQUIRED FORM. Any claims under this bond may be addressed to: (Name and address of Surety) (Name and address of agent or representative for service of process in California, if different from above) (Telephone number and FAX number of Surety and agent or representative for service of process in California) / P-9 (Page 2 of 3) ALL-PURPOSE ACKNOWLEDGEMENT STATE OF ss . COUNTY OF On this , before me, DATE NAME, TITLE OF OFFICER personally appeared NAME (S) OF SIGNER (S) [ ] personally known to me -OR- [ ] or proven to me on the basis of satisfactory evidence to be the person(s) whose name (s) is/are subscribed to the within instrument and acknowledged to me than he/she/they executed the same in his/her/their authorized capacity(ies) , and that by his/her/their signature (s) on the instrument the person(s) , or the entity upon behalf of which the person(s) , acted, executed the instrument. Witness my hand and official seal. SIGNATURE OF NOTARY NOTE: A copy of the Power of Attorney to local representatives of the bonding company must be attached hereto. P-10 (Page 3 of 3) NON-COLLUSION AFFIDAVIT STATE OF ss . COUNTY OF , being first duly sworn, (Name of Affiant) says that he/she is of (Title) (Name of Bidder) the party making the foregoing bid; that the bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that the bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or that anyone shall refrain from bidding; that the bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price of the bidder or any other bidder, or to fix any overhead, profit or cost element of the bid price, or of that of any other bidder, or to secure any advantage against the public body awarding the contract of anyone interested in the proposed contract; that all statements contained in the bid are true; and further, that the bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay, any fee to any corporation, partnership, company association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid. (Signature) (Typed Name) (Title) NOTARY PUBLIC IN AND FOR THE STATE OF SUBSCRIBED BEFORE ME on this day of , 20_ My Commission Expires: Notary Public P-11 CERTIFICATION OF NON-DISCRIMINATION BY CONTRACTORS Labor Code Section 1735 requires that no discrimination be made in the employment of persons upon public works because of the race, religious creed, color, national origin, ancestry, physical handicap, medical condition, marital status or sex of such persons, except as provided in Government Code Section 12940 . The firm listed below certifies that it does not discriminate in its employment with regard to the factors set forth in Labor Code Section 1735; that it is in compliance with all federal, state and local directives and executive orders regarding non-discrimination in employment; and that it agrees to demonstrate positively and aggressively the principle of equal employment opportunity in employment. We agree specifically: 1 . To establish or observe employment policies which affirmatively promote opportunities for minority persons at all job levels. 2 . To communicate this policy to all persons concerned, including all company employees, outside recruiting services, especially those serving minority communities, and to the minority communities at large. 3 . To take affirmative steps to hire minority employees within the company. FIRM: TITLE OF PERSON SIGNING: SIGNATURE: DATE: Please include any additional information available regarding equal opportunity employment programs now in effect within your company. P-12 PROPOSAL BID SHEET FOR CONSTRUCTION OF SOUTH HIGHLAND AVENUE AND JUNIPER AVENUE SEWER SYSTEM IMPROVEMENTS BID NO. SP-46-01 Item Estimate Unit Unit Total No. Description Quantity Amount Price Amount 1. Clearing and Grubbing, and 1 LS mobilization. 2. Traffic Control, Signing and 1 LS Striping. 3. Excavation. 7,225 CY 4. Pipe bedding with selected native soil 1" max size 760 CY compacted to 90%. 5. Back filling. 6,465 CY 6. 10" Extra Strength Vitrified 4,524 LF Clay Pipe Sewer (C700) . 7. 8" Extra Strength Vitrified 250 LF by Pipe Sewer (C7W) 8. 10" Extra Strength Vitrified 135 LF Clay Pipe Sewer (C1208) . 9. 4" Extra Strength Vitrified Clay Pipe Sewer Lateral per City of Fontana Std. Detail 100 LF No. 125 (Modified without cleanout wye, riser and box) 10. 6" Extra Strength Vitrified Clay Pipe Sewer Lateral per City of Fontana Std. Detail 234 LF No. 125 (Modified without cleanout wye, riser and box) 11. Sewer Manhole per City of Fontana Std. Detail No. 112, 15 EA Modified to 5' Diameter Manhole. 12. Connection to Existing Sewer Manhole at Walnut & Cypress including Manhole Base 1 EA Reconstruction and Related Work P-13 Item Estimate Unit Unit Total No. Description Quantity Amount Price Amount 13. Remove existing asphalt. 473 TON 14. Construct 10 Extra Strength 2 EA future connections with plug. 15. Asphalt Concrete Pavement 484 TON 16. Saw Cut Existing Asphalt 4,690 LF 17. Sewer pipe testing per "Green LS LS Book" Spec. 18. Construct Microtunneling, complete with 20" steel casing, jacking pit, 135 LF receiving pit, redwood skids, etc. all per details. SUB-TOTAL TOTAL AMOUNT OF BID (SUM OF BID IEMS 1 THROUGH 18) TOTAL AMOUNT BID $ TOTAL AMOUNT IN WORDS P-14 NOTE: The estimated quantities listed in the Proposal Bid Sheet (s) are supplied to give an indication of the general scope of the work, but the accuracy of these figures is not guaranteed and the bidder shall make his own estimates from the drawings . In case of a variation between the unit price and the totals shown by the bidder, the unit price will be considered to be the bid. The Contractor shall perform, with its own organization, contract work amounting to at least 50 percent of the Contract Price, except that any designated "Specialty Items" may be performed by subcontract and the amount of any such "Specialty Items" so performed may be deducted from the Contract Price before computing the amount of work required to be performed by the Contractor with its own organization. The CITY reserves the right to reject any and or all bids, or to waive any information on any one or all bids received. The CITY specifically reserves the right to delete, reduce all or any portion of the work at any time prior to authorization to proceed with this portion of work. BIDDER'S NAME TELEPHONE NUMBER FAX NUMBER P-15 PROPOSAL IN WITNESS WHEREOF, BIDDER executes and submits this proposal with the names, titles, hands, and seals of all forenamed principals this day of , 20 BIDDER Subscribed and sworn to this day of , 20 NOTARY PUBLIC By Title The undersigned representative of the CITY acknowledges that this proposal was received and opened at the time and in the place specified, and that it was accompanied by the required guarantee in the amount of at least ten percent (10%) of the total bid. By Title P-16 PROPOSAL BID SHEET FOR THE CONSTRUCTION OF SOUTH HIGHLAND AVENUE AND JUNIPER AVENUE SEWER SYSTEM IMPROVEMENTS BID NO. SP-46-01 ADDENDUM ACKNOWLEDGMENT I have received the Addendums listed below: Addendum No. Date Addendum No. Date Addendum No. Date Addendum No. Date Addendum No. Date Addendum No. Date Addendum No. Date Addendum No. Date BIDDER'S NAME NAME/TITLE SIGNATURE TELEPHONE NUMBER FAX NUMBER P-17 Revised: 02/11/02 BIDDER'S NAME PROPOSAL FOR CONSTRUCTION OF SOUTH HIGHLAND AVENUE AND JUNIPER AVENUE SEWER SYSTEM IMPROVEMENTS BID NO. SP-46-01 TO CITY OF FONTANA, as CITY: In accordance with CITY'S "Notice Inviting Sealed Bids", the undersigned BIDDER hereby proposes to furnish all materials, equipment, tools, labor, and incidentals required for the above stated project as set forth in the Plans, Specifications, and Contract Documents therefor, and to perform all work in the manner and time prescribed therein. BIDDER declares that this proposal is based upon careful examination of the work site, Plans, Specifications, Instructions to Bidders, and Contract Documents. If this proposal is accepted for award, BIDDER agrees to enter into a contract with CITY at the unit and/or lump sum prices set forth in the following Proposal Bid Sheet. BIDDER understands that failure to enter into a contract in the manner and time prescribed will result in forfeiture to CITY of the Bid Bond accompanying this proposal. BIDDER understands that a bid is required for the entire work, that the estimated quantities set forth in the Proposal Bid Sheet are solely for the purpose of comparing bids, and that final compensation under the contract will be based upon the actual quantities of work satisfactorily completed. It is agreed that the unit and/or lump sum prices bid include all appurtenant expenses, taxes, royalties, and fees. In the case of discrepancies in the amounts bid, unit prices shall govern over extended amounts. BIDDER certifies that it has visited the construction site and familiarized itself with local conditions under which the work is to be performed. Furthermore, BIDDER certifies that it will be responsible for incorporating into it' s bid whatever contingencies which are discernible by a reasonable investigation. BIDDER agrees and acknowledges that it is aware of the provisions of Section 3700 of the Labor Code which requires every employer to be insured against liability for workman' s compensation or to undertake self-insurance in accordance with the provisions of that code, and that the BIDDER will comply with such provisions of that code before commencing the performance of this Contract if awarded to it. P-1 BIDDER certifies that in all previous contracts or subcontracts, all reports which may have been due under the requirements of any Agency, State, or Federal equal employment opportunity orders have been satisfactorily filed, and that no such reports are currently outstanding. BIDDER declares that the only persons or parties interested in this proposal as principals are those named herein; that no officer, agent, or employee of the CITY is personally interested, directly or indirectly, in this proposal; that this proposal is made without connection to any other individual, firm, or corporation making a bid for the same work; and that this proposal is in all respects fair and without collusion or fraud. BIDDER certifies that affirmative action has been taken to seek out and consider disadvantaged business enterprises for those portions of the work to be subcontracted, and that such affirmative actions have been carefully documented, that said documentation is open to inspection, and that said affirmative action will remain in effect for the life of any contract awarded hereunder. Furthermore, BIDDER certifies that affirmative action will be taken to meet all equal employment opportunity requirements of the contract documents. BIDDER certifies that a person possesses a Class "A" or a Class "B" or a combination of Class "C" licenses as required to perform the work. BIDDER declares that the contractor' s license number is and that the license expiration date is DATED: , 20 BIDDER: BIDDER'S ADDRESS: BY: TITLE: PHONE: FAX NO: P-2 BIDDER'S INFORMATION BIDDER certifies that the following information is true and correct: Bidder's Name: Business Address: Telephone: Fax : State Contractor' s License No. and Class: Original Date Issued: Expiration Date: The following are the names, titles, addresses, and phone numbers of all individuals, firm members, partners, joint ventures, and/or corporate officers having a principal interest in this proposal: The dates of any voluntary or involuntary bankruptcy judgments against any principal having an interest in this proposal are as follows : All current and prior DBA'S, alias, and/or fictitious business names for any principal having an interest in this proposal are as follows: P-3 CONTRACTOR'S LICENSING STATEMENT The undersigned certifies that bidder is licensed in accordance with the laws of the State of California providing for the registration of Contractors. Contractor' s License Number: License Classification: Expiration Date: Name of Individual Contractor (Print or type) : Signature of Owner: Business Address: or Name of Firm: Business Address: Name: Title: Address: Name Title: Address: or Name of Corporation: Business Address: Corporation organized under the laws of the State of Signature of President of Corp. Signature of Secretary of Corp. Date P-4 LIST OF SUBCONTRACTORS BIDDER proposes to subcontract certain portions of the work as follows: Name Under Which Address of Percent Specific Subcontractor License Office, of Total Description of is Licensed No. Mill or Shop Contract Subcontractor ALL ITEMS OF INFORMATION REQUESTED ON THIS PAGE ARE REQUIRED. BIDDERS SHALL SPECIFY EACH SUBCONTRACTOR WHO WILL PERFORM WORK OR LABOR OR RENDER SERVICE TO THE PRIME CONTRACTOR IN AN AMOUNT IN EXCESS OF ONE HALF OF ONE PERCENT (0.5%) OF THE PRIME CONTRACTOR'S TOTAL BID. FAILURE TO LIST ALL INFORMATION AS REQUESTED ABOVE MAY RESULT IN DISQUALIFICATION OF THE BID. P-5 REFERENCES The following are the names, addresses, phone numbers and contact person for three public agencies for which BIDDER has performed similar work within the past two years: NAME/TITLE: ADDRESS: PHONE: FAX: NAME/TITLE: ADDRESS: PHONE: FAX: NAME/TITLE: ADDRESS: PHONE: FAX: P-6 DESIGNATOR OF SURETIES The following are the names, addresses, and phone numbers for all brokers and sureties from whom BIDDER intends to procure insurance and bonds : NAME/TITLE: ADDRESS: PHONE: FAX: NAME/TITLE: ADDRESS: PHONE: FAX: NAME/TITLE: ADDRESS: PHONE: FAX: P-7 BID BOND FOR CONSTRUCTION OF SOUTH HIGHLAND AVENUE AND JUNIPER AVENUE SEWER SYSTEM IMPROVEMENTS BID NO. SP-46-01 KNOW ALL MEN BY THESE PRESENTS that we, the undersigned, , (hereafter called "Principal" ) , and , (hereafter called "Surety" ) , are held and firmly bound unto the CITY OF FONTANA (hereafter called "OWNER") , in the sum of dollars ($ ) , for the payment of which, well and truly to be made, we hereby jointly and severally bind ourselves and our successors and assigns. SIGNED this day of , 20 The condition of the above obligation is such that whereas the Principal has submitted to the OWNER a certain Bid, attached hereto and hereby made a part hereof, to enter into a contract in writing for the construction of the SOUTH HIGHLAND AVENUE AND JUNIPER AVENUE SEWER SYSTEM IMPROVEMENTS, SP-46-01. NOW THEREFORE, a. If said Bid is rejected, or b. If said Bid is accepted and Principal executes and delivers a contract in the attached Agreement form within then (10) days after acceptance (properly completed in accordance with said Bid) , and furnishes insurance certificates and endorsements, bonds for faithful performance of said Contract and for the payment of all persons performing labor or furnishing materials in connection therewith, and all other required documents, then this obligation shall be void; otherwise, the same shall remain in force and effect, it being expressly understood and agreed that the liability of Surety for any and all claims hereunder shall, in no event, exceed the amount of this obligation as herein stated. For value received, Surety hereby stipulates and agrees that the obligation of said Surety and its bond shall be in no way impaired or affected by any bidding errors or extension of the time within which the OWNER may accept such Bid, and said Surety hereby waives notice of any such extension. P-8 (Page 1 of 3) IN WITNESS WHEREOF, Principal and Surety have hereunto set their hands and seals, and such of them as are corporations have caused their corporate seals to be hereto affixed and these presents to be signed by their proper officers, on the day and year first set forth above. PRINCIPAL: ATTEST: (if corporation) By: By: Title: Title: Corporate Seal) SURETY: ATTEST: By: By: Title: Title: (Corporate Seal) IMPORTANT: Surety companies executing Bonds must possess a certificate of authority from the California Insurance Commissioner authorizing them to write surety insurance defined in Section 105 of the California Insurance Code, and if the work or project is financed, in whole or in part, with federal grant or loan funds, must also appear on the Treasury Department's most current list (Circular 570 as amended) . THIS IS A REQUIRED FORM. Any claims under this bond may be addressed to: (Name and address of Surety) (Name and address of agent or representative for service of process in California, if different from above) (Telephone number and FAX number of Surety and agent or representative for service of process in California) / P-9 (Page 2 of 3) ALL-PURPOSE ACKNOWLEDGEMENT STATE OF ss . COUNTY OF On this , before me, DATE NAME, TITLE OF OFFICER personally appeared NAME (S) OF SIGNER (S) [ ] personally known to me -OR- [ ] or proven to me on the basis of satisfactory evidence to be the person(s) whose name (s) is/are subscribed to the within instrument and acknowledged to me than he/she/they executed the same in his/her/their authorized capacity(ies) , and that by his/her/their signature (s) on the instrument the person(s) , or the entity upon behalf of which the person(s) , acted, executed the instrument. Witness my hand and official seal. SIGNATURE OF NOTARY NOTE: A copy of the Power of Attorney to local representatives of the bonding company must be attached hereto. P-10 (Page 3 of 3) NON-COLLUSION AFFIDAVIT STATE OF ss . COUNTY OF , being first duly sworn, (Name of Affiant) says that he/she is of (Title) (Name of Bidder) the party making the foregoing bid; that the bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that the bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or that anyone shall refrain from bidding; that the bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price of the bidder or any other bidder, or to fix any overhead, profit or cost element of the bid price, or of that of any other bidder, or to secure any advantage against the public body awarding the contract of anyone interested in the proposed contract; that all statements contained in the bid are true; and further, that the bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay, any fee to any corporation, partnership, company association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid. (Signature) (Typed Name) (Title) NOTARY PUBLIC IN AND FOR THE STATE OF SUBSCRIBED BEFORE ME on this day of , 20_ My Commission Expires : Notary Public P-11 CERTIFICATION OF NON-DISCRIMINATION BY CONTRACTORS Labor Code Section 1735 requires that no discrimination be made in the employment of persons upon public works because of the race, religious creed, color, national origin, ancestry, physical handicap, medical condition, marital status or sex of such persons, except as provided in Government Code Section 12940 . The firm listed below certifies that it does not discriminate in its employment with regard to the factors set forth in Labor Code Section 1735; that it is in compliance with all federal, state and local directives and executive orders regarding non-discrimination in employment; and that it agrees to demonstrate positively and aggressively the principle of equal employment opportunity in employment. We agree specifically: 1. To establish or observe employment policies which affirmatively promote opportunities for minority persons at all job levels . 2 . To communicate this policy to all persons concerned, including all company employees, outside recruiting services, especially those serving minority communities, and to the minority communities at large. 3 . To take affirmative steps to hire minority employees within the company. FIRM: TITLE OF PERSON SIGNING: SIGNATURE: DATE: Please include any additional information available regarding equal opportunity employment programs now in effect within your company. P-12 PROPOSAL BID SHEET FOR CONSTRUCTION OF SOUTH HIGHLAND AVENUE AND JUNIPER AVENUE SEWER SYSTEM IMPROVEMENTS BID NO. SP-46-01 Item Estimate Unit Unit Total No. Description Quantity Amount Price Amount 1. Clearing and Grubbing, and 1 LS mobilization. 2. Traffic Control, Signing and 1 LS Striping. 3. 10" Extra Strength Vitirified 4,574 LF Clay Pipe Sewer (C700) . 4. 10" Extra Strength Vitirified 141 LF Clay Pipe Sewer (C1208) . 5. 4" Extra Strength Vitrified Clay Pipe Sewer Lateral per City of Fontana Std. Detail 140 LF No. 125 (Modified without cleanout wye, riser and box) 6. Sewer Manhole per City of Fontana Std. Detail No. 112, 14 EA Modified to 5' Diameter Manhole 7. Connection to Existing Sewer Manhole at Walnut & Cypress including Manhole Base 1 EA Reconstruction and Related Work 8. Remove existing asphalt 450 TON 9. Construct 10 Extra Strength future connections with plug. 2 EA 10. Asphalt Concrete Pavement 450 TON 11. Saw Cut Existing Asphalt 4,460 LF 12. Sewer pipe testing per `Green LS LS Book' spec. P-13 Item Estimate Unit Unit Total No. Description Quantity Amount Price Amount 13. Construct Jacking/Boring, complete with 20" steel casing, jacking pit, 141 LF receiving pit, redwood skids, etc. all per details. TOTAL AMOUNT OF BID (SUM OF BID ITEMS 1 THROUGH 13) : TOTAL AMOUNT BID $ TOTAL AMOUNT IN WORDS $ P-14 PROPOSAL BID SHEET FOR CONSTRUCTION OF SOUTH HIGHLAND AVENUE AND JUNIPER AVENUE SEWER SYSTEM IMPROVEMENTS BID NO. SP-46-01 TOTAL AMOUNT BID $ TOTAL AMOUNT IN WORDS NOTE: The estimated quantities listed in the Proposal Bid Sheet (s) are supplied to give an indication of the general scope of the work, but the accuracy of these figures is not guaranteed and the bidder shall make his own estimates from the drawings . In case of a variation between the unit price and the totals shown by the bidder, the unit price will be considered to be the bid. The Contractor shall perform, with its own organization, contract work amounting to at least 50 percent of the Contract Price, except that any designated "Specialty Items" may be performed by subcontract and the amount of any such "Specialty Items" so performed may be deducted from the Contract Price before computing the amount of work required to be performed by the Contractor with its own organization. The CITY reserves the right to reject any and or all bids, or to waive any information on any one or all bids received. The CITY specifically reserves the right to delete, reduce all or any portion of the work at any time prior to authorization to proceed with this portion of work. BIDDER'S NAME TELEPHONE NUMBER FAX NUMBER P-15 PROPOSAL IN WITNESS WHEREOF, BIDDER executes and submits this proposal with the names, titles, hands, and seals of all forenamed principals this day of , 20 BIDDER Subscribed and sworn to this day of , 20 NOTARY PUBLIC By Title The undersigned representative of the CITY acknowledges that this proposal was received and opened at the time and in the place specified, and that it was accompanied by the required guarantee in the amount of at least ten percent (10%) of the total bid. By Title P-16 PROPOSAL BID SHEET FOR THE CONSTRUCTION OF SOUTH HIGHLAND AVENUE AND JUNIPER AVENUE SEWER SYSTEM IMPROVEMENTS BID NO. SP-46-01 ADDENDUM ACKNOWLEDGMENT I have received the Addendums listed below: Addendum No. Date Addendum No. Date Addendum No. Date Addendum No. Date Addendum No. Date Addendum No. Date Addendum No. Date Addendum No. Date BIDDER'S NAME NAME/TITLE SIGNATURE TELEPHONE NUMBER FAX NUMBER P-17 Revised: 04/03/02 CONTRACT AGREEMENT FOR CONSTRUCTION OF SOUTH HIGHLAND AVENUE AND JUNIPER AVENUE SEWER SYSTEM IMPROVEMENTS BID NO. SP-46-01 THIS CONTRACT AGREEMENT is made and entered into for the Above stated project this day of 20_, BY AND BETWEEN CITY OF FONTANA, as CITY, and , As CONTRACTOR. WITNESSETH that CITY and CONTRACTOR have mutually agreed as follows: ARTICLE I The CONTRACT DOCUMENTS for the aforesaid project shall consist of the Notice Inviting Sealed Bids, Instructions to Bidders, Proposal Documents, General Conditions, Standard Specifications, Special Provisions, Plans (Dwg. No. SP-46-01, Sheet 1 through 14) , and all referenced specifications, details, standard drawings, and appendices; together with this Contract Agreement and all required bonds, insurance certificates, permits, notices, and affidavits; and also including any and all addenda or supplemental agreements clarifying, amending, or extending the work contemplated as may be required to insure its completion in an acceptable manner. All of the provisions of said CONTRACT DOCUMENTS are made a part hereof as though fully set forth herein. ARTICLE II For and in consideration of the payments and agreements to be made and performed by CITY, CONTRACTOR agrees to furnish all materials and perform all work required for the above stated project, and to fulfill all other obligations as set forth in the aforesaid CONTRACT DOCUMENTS. ARTICLE III CONTRACTOR agrees to receive and accept the prices set forth in the PROPOSAL BID SHEET(S) as full compensation for furnishing all materials, performing all work, and fulfilling all obligations CA-1 hereunder. Said compensation shall cover all expenses, losses, damages, and consequences arising out of the nature of work during its progress or prior to its acceptance including those for well and faithfully completing the work and the whole thereof in the manner and time specified in the aforesaid contract documents; and also including those arising from actions of the elements, unforeseen difficulties or obstructions encountered in the prosecution of the work, suspension or discontinuance of the work, and all other unknowns or risks of any description connected with the work. ARTICLE IV CITY hereby promises and agrees to employ, and does hereby employ, CONTRACTOR to provide the materials, do the work, and fulfill the obligations according to the terms and conditions herein contained and referred to, for the prices aforesaid, and hereby contracts to pay the same at the time, in the manner, and upon the conditions set forth in the contract documents. ARTICLE V CONTRACTOR acknowledges the provisions of the State Labor Code requiring every employer to be insured against liability for worker' s compensation, or to undertake self-insurance in accordance with the provisions of that code, and certifies compliance with such provisions. ARTICLE VI CONTRACTOR shall defend, indemnify and hold haiinless CITY, its officers, officials, agents, employees and contractors from and against all claims, damages, losses and expenses, including attorney' s fees, arising out of or resulting from performance of work under this Contract and which are attributable to bodily injury, sickness, disease or death, or to injury to or destruction of property, including the loss of use resulting therefrom, caused in whole or in part by any act or omission of the Contractor or anyone directly or indirectly employed or engaged by it or for whose acts it may be liable. Without limiting the generality of the foregoing paragraph, Contractor specifically agrees to indemnify and hold harmless CITY, its officers, officials, agents, employees, and contractors from and against all claims, damages, losses, penalties, fines and expenses (including attorney' s fees and litigation costs) arising out of or in any way resulting from Contractor' s failure to perform the work required of it under this Contract in the manner required by this Contract and applicable provisions of federal and state law. CA-2 ARTICLE VII CONTRACTOR affirms that the signatures, titles, and seals set forth hereinafter in execution of this Contract Agreement represent all individuals, firm members, partners, joint ventures, and/or corporate officers having a principal interest herein. ARTICLE VIII If any legal action is required to enforce or interpret the Contract Documents, then the prevailing party shall have the right to recover from the losing party all costs of such action including attorney fees. CA-3 CONTRACT AGREEMENT IN WITNESS WHEREOF the parties hereto have caused this Agreement to be executed the day and year first written. CITY OF FONTANA CONTRACTOR: A Municipal Corporation Kenneth R. Hunt Name/Title City Manager ATTEST: SUBSCRIBED BEFORE ME, A NOTARY PUBLIC IN AND FOR THE COUNTY OF Beatrice Watson City Clerk STATE OF , ON THIS APPROVED AS TO LEGAL FORM: day of , 20 . Clark Alsop or Notary Stephen P. Deitsch City Attorney My Commission Expires: Frank A. Schuma Community Development Director Gracie Fernandez Harmon Risk Management CA-4 (Page 1 of 4) CONTRACT PERFORMANCE BOND (CALIFORNIA PUBLIC WORK) FOR CONSTRUCTION OF SOUTH HIGHLAND AVENUE AND JUNIPER AVENUE SEWER SYSTEM IMPROVEMENTS BID NO. SP-46-01 KNOW ALL MEN BY THESE PRESENTS: THAT WHEREAS, the CITY OF FONTANA (sometimes referred to hereinafter as "Obligee") has awarded to (Hereinafter Designated as the "Contractor" ) , an agreement for the work described as follows: SOUTH HIGHLAND AVENUE AND JUNIPER AVENUE SEWER SYSTEM IMPROVEMENTS, SP-46-01, which generally consists of the construction approximately 4,700 LF of 10-inch VCP sewer main, including manholes, laterals, tie-ins, excavation, backfilling, testing and traffic control, (hereinafter referred to as the "Public Work") ; and WHEREAS, the work to be performed by the Contractor is more particularly set forth in that certain contract for the said Public Work dated , (hereinafter referred to As the "Contract" ) , which Contract is incorporated herein by this reference; and WHEREAS, the Contractor is required by said Contract to perform the terms thereof and to provide a bond both for the performance and guaranty thereof. NOW, THEREFORE, we, , the Undersigned Contractor, as Principal, and , A corporation organized and existing Under the laws of the State of , and duly authorized To transact business under the laws of the State of As Surety, are held and fiiiuly bound unto the OBLIGEE in the sum Of Dollars ($ ) , Said sum being not less than one hundred percent (100%) of the total amount payable by the said OBLIGEE under the terms of the said Contract, for which amount well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors and assigns, jointly and severally, firmly by these presents. CA-5 (Page 2 of 4) THE CONDITION OF THIS OBLIGATION IS SUCH, that, if the bounden Contractor, his or its heirs, executors, administrators, successors or assigns, shall in all things stand to and abide by, and well and truly keep and perfoLiu the covenants, conditions and agreements in the said Contract and any alteration thereof made as therein provided, on his or its part, to be kept and perfoiiued at the time and in the manner therein specified, and in all respects according to their intent and meaning; and shall faithfully fulfill the one year guarantee of all materials and workmanship; and indemnify and save harmless the OBLIGEE, its officers and agents, as stipulated in said Contract, then this obligation shall become null and void; otherwise it shall be and remain in full force and effect. The said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Contract or to the work to be performed thereunder or the Specifications accompanying the same shall in any way affect its obligations on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the Contract or to the work or to the Specifications . No final settlement between the OBLIGEE and the Contractor shall abridge the right of any beneficiary hereunder, whose claim may be unsatisfied. Contractor and Surety agree that if the OBLIGEE is required to engage the services of an attorney in connection with enforcement of the bond, each shall pay OBLIGEE'S reasonable attorney' s fees incurred, with or without suit, in addition to the above sum. IN WITNESS WHEREOF, we have hereunto set our hands and seals this Day of , 20 PRINCIPAL/CONTRACTOR: By: SURETY: By: Attorney-in-Fact CA-6 (Page 3 of 4) The rate of premium on this bond is per thousand. The total amount of premium charged: (The above must be filled in by corporate surety) . IMPORTANT: Surety companies executing bonds must possess a Certificate of Authority from the California Insurance Commissioner authorizing them to write surety insurance defined in Section 105 of the California Insurance Code, and if the work or project is financed, in whole or in part, with federal, grant or loan funds, it must also appear on the Treasury Department's most current list (Circular 570 as amended) . THIS IS A REQUIRED FORM. Any claims under this bond may be addressed to: (Name and Address of Surety) (Name and Address of Agent or Representative for service of Process in California if Different from above) (Telephone Number and Fax Number Of Surety and Agent or Representative for service of Process in California) CA-8 (Page 4 of 4) ALL-PURPOSE ACKNOWLEDGMENT STATE OF ss COUNTY OF On before me, DATE NAME, TITLE OF OFFICER Personally appeared NAME (S) OF SIGNER (S) [ ] Personally known to me -OR- [ ] proved to me on the basis of satisfactory evidence to be the person(s) whose name (s) is/are subscribed to the within instrument and acknowledged to me than he/she/they executed the same in his/her/their authorized capacity(ies) , and that by his/her/their signature (s) on the instrument the person(s) , or the entity upon behalf of which the person(s) , acted, executed the instrument. Witness my hand and official seal. SIGNATURE OF NOTARY NOTE: A copy of the Power of Attorney to local representatives of the bonding company must be attached hereto. CA-9 (Page 1 of 4) PAYMENT BOND (CALIFORNIA PUBLIC WORK) FOR CONSTRUCTION OF SOUTH HIGHLAND AVENUE AND JUNIPER AVENUE SEWER SYSTEM IMPROVEMENTS BID NO. SP-46-01 KNOW ALL MEN BY THESE PRESENTS: THAT WHEREAS, the CITY OF FONTANA (sometimes referred to hereinafter as "OBLIGEE") has awarded to (Hereinafter designated as the "Contractor") , an agreement dated , described as follows : SOUTH HIGHLAND AVENUE AND JUNIPER AVENUE SEWER SYSTEM IMPROVEMENTS, SP-46-01, which generally consists of the construction approximately 4,700 LF of 10-inch VCP sewer main, including manholes, laterals, tie- ins, excavation, backfilling, testing and traffic control, (hereinafter referred to as the "Contract") : and WHEREAS, said Contractor is required to furnish a bond in connection with said Contract, and pursuant to Section 3247 of the California Civil Code; NOW, THEREFORE, We, the undersigned Contractor, as Principal; and a corporation organized and existing under the laws of the State of , and duly authorized to transact business under The laws of the State of , as Surety, are held and firmly bound unto the CITY OF FONTANA and to any and all persons, companies or corporations entitled to file stop notices under Section 3181 of the California Civil Code, in the sum of Dollars ($ ) , Said sum being not less than one hundred percent (100%) of the total amount payable by the said OBLIGEE under the terms of the said Contract, for which payment will and truly to be made, we bind ourselves, our heirs, executors and administrators, successors and assigns, jointly and severally, firmly by these presents . CA-10 (Page 2 of 4) THE CONDITION OF THIS OBLIGATION IS SUCH, that, if said Contractor, his or its heirs, executors, administrators, successors or assigns, or Subcontractors, shall fail to pay for any materials, provisions or other supplies, implements, machinery or power used in, upon for or about the performance of the Public Work contracted to be done, or to pay any person for any work or labor of any kind, or for bestowing skills or other necessary services thereon, or for amounts due under the Unemployment Insurance Code with respect to such work or labor, or for any amounts required to be deducted, withheld, and paid over to the Employment Development Department from the wages of employees of paid Contractor and his Subcontractors pursuant to Section 13020 of the Unemployment Insurance Code with respect to such work and labor as required by the provisions of Section 3247 through 3252 of the Civil Code, the Surety or Sureties hereon will pay for the same in an amount not exceeding the sum specified in this bond, otherwise the above obligation shall be void. In addition to the provisions herein above, it is agreed that this bond will inure to the benefit of any and all persons, companies and corporations entitled to serve stop notices under Section 3181 of the Civil Code, so as to give a right of action to them or their assigns in any suit brought upon this bond. The Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration or additions to the terms of the said Contract or to the work to be performed thereunder or the Specifications accompanying the same shall in any way affect its obligations on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the Contract or to the work or to the Specifications. No final settlement between the OBLIGEE and the Contractor hereunder shall abridge the right of any beneficiary hereunder, whose claim may be unsatisfied. Contractor and Surety agree that if the OBLIGEE is required to engage the services of an attorney in connection with the enforcement of this bond, each shall pay OBLIGEE'S reasonable attorney' s fees incurred, with or without suit, in addition to the above sum. IN WITNESS WHEREOF, we have hereunto set our hands and seals this day of , 20 PRINCIPAL/CONTRACTOR: By: SURETY: By: Attorney-in-Fact CA-11 (Page 3 of 4) IMPORTANT: Surety companies executing bonds must possess a certificate of authority from the California Insurance Commissioner authorizing them to write surety insurance defined in Section 105 of the California Insurance Code, and if the work or project is financed, in whole or in part, with federal, grant or loan funds, it must also appear on the Treasury Department's most current list (Circular 570 as amended) . THIS IS A REQUIRED FORM. Any claims under this bond may be addressed to: (Name and Address of Surety) (Name and Address of Agent Or Representative for Service of process in California if different From above) (Telephone Number and FAX Number of Surety and Agent Or Representative for service Of process in California) CA-12 (Page 4 of 4) ALL-PURPOSE ACKNOWLEDGMENT STATE OF ss COUNTY OF On before me, DATE NAME, TITLE OF OFFICER Personally appeared NAME (S) OF SIGNER (S) [ ] Personally known to me -OR- [ ] proved to me on the basis of satisfactory evidence to be the person(s) whose name (s) is/are subscribed to the within instrument and acknowledged to me than he/she/they executed the same in his/her/their authorized capacity(ies) , and that by his/her/their signature (s) on the instrument the person(s) , or the entity upon behalf of which the person(s) , acted, executed the instrument. Witness my hand and official seal . SIGNATURE OF NOTARY NOTE: A copy of the Power of Attorney to local representatives of the bonding company must be attached hereto. CA-13 GENERAL LIABILITY ENDORSEMENT CITY OF FONTANA 8353 Sierra Avenue Fontana, CA 92335 A. POLICY INFORMATION Endorsement # 1 . Insurance Company: Policy Number: 2 . Policy Term (From) : (To) : Endorsement Effective Date: 3 . Named Insured: 4 . Address of Named Insured: Additional Insured (s) : CITY OF FONTANA Address of Additional Insured (s) : 8353 SIERRA AVENUE, FONTANA, CA 92335 5 . Limit of Liability Any One Occurrence/Aggregate $ / 6 . Coverage is equivalent to: Comprehensive General Liability form GL0002 (Ed. 1/73) Commercial General Liability "Occurrence" form CG0001 7 . Bodily injury and Property Damage Coverage is : "occurrence" Note: The CITY OF FONTANA (OWNER) standard insurance requirements specify "occurrence coverage. " "Claims-made" coverage is not acceptable. If commercial general liability form or equivalent is used, the general aggregate must apply separately to this location/project or the general aggregate must be twice the occurrence limit. 8 . Description of Project: SOUTH HIGHLAND AVENUE AND JUNIPER AVENUE SEWER SYSTEM IMPROVEMENTS, SP-46-01, which generally consists of the construction approximately 4,700 LF of 10-inch VCP sewer main, including manholes, laterals, tie-ins, excavation, backfilling, testing and traffic control. CA-14 B. POLICY AMENDMENTS This endorsement is issued in consideration of the policy premium. Notwithstanding any inconsistent statement in the policy to which this endorsement is attached or any other endorsement attached thereto, it is agreed as follows : 1. INSURED. As respects any work performed on the above- described Project, the CITY OF FONTANA, its elected or appointed officers, officials, employees, consultants, and volunteers are included as insured with regard to damages and defense of claims arising from: (a) activities performed by or on behalf of the Named Insured, (b) products and completed operations of the Named Insured, or (c) premises owned, leased or used by the Named Insured. 2. CONTRIBUTION NOT REQUIRED. As respects: (a) work performed by the Named Insured on the above-described Project for or on behalf of the CITY OF FONTANA; or (b) products sold by the Named Insured to the CITY OF FONTANA for use on the Project; or (c) premises leased by the Named Insured from the CITY OF FONTANA, the insurance afforded by this policy shall be primary insurance as respects the CITY OF FONTANA, its elected or appointed officers, officials, employees, consultants, or volunteers; or stand in an unbroken chain of coverage excess of the Named Insured' s schedule underlying primary coverage. In either event, any other insurance maintained by the CITY OF FONTANA, its elected or appointed officers, officials, employees, consultants, or volunteers shall be in excess of this insurance and shall not contribute with it. 3. SCOPE OF COVERAGE. This policy, if primary, affords coverage at least as broad as: (1) Insurance Services Office Form Number GL 0002 (Ed. 1/73) , Comprehensive General Liability Insurance and Insurance Services Office form number GL 0404 Broad Facia Comprehensive General Liability endorsement; or (2) Insurance Services Office Commercial General Liability Coverage, "occurrence" form CG 0001; or (3) If excess, affords coverage which is at least as broad as the primary insurance forms referenced in the preceding sections (1) and (2) . 4. SEVERABILITY OF INTEREST. The insurance afforded by this policy applies separately to each insured who is seeking coverage or against whom a claim is made or a suit is brought, except with respects to the Company' s limit of liability. CA-15 5. PROVISIONS REGARDING THE INSURED'S DUTIES AFTER ACCIDENT OR LOSS. Any failure to comply with reporting provisions of the policy shall not affect coverage provided to the CITY OF FONTANA, its elected or appointed officers, officials, employees, consultants or volunteers . 6. CANCELLATION NOTICE. The insurance afforded by this policy shall not be cancelled, suspended or modified, or renewal of such a policy declined unless notice is mailed, by certified mail return receipt requested, to the CITY OF FONTANA at least 45 days prior to the effective date of the nonrenewal, suspension or modification or at least 30 days prior to the effective date of cancellation. C. INCIDENT AND CLAIM REPORTING PROCEDURE Incidents and claims are to be reported to the insurer at: ATTN: (Title) (Department) (Company) (Street Address) (City) (State) (Zip Code) (Telephone Number) (Fax Number) D. SIGNATURE OF INSURER OR AUTHORIZED REPRESENTATIVE OF THE INSURER I, , warrant that I have (Print/type name) Authority to bind the below listed insurance company and by my signature hereon do so bind this company. SIGNATURE OF AUTHORIZED REPRESENTATIVE (Original Signature required on endorsement furnished to the CITY OF FONTANA. ORGANIZATION: TITLE: ADDRESS: TELEPHONE: FAX No: CA-16 AUTOMOBILE LIABILITY ENDORSEMENT CITY OF FONTANA 8353 Sierra Avenue Fontana, CA 92335 A. POLICY INFORMATION Endorsement # 1. Insurance Company: Policy Number: 2 . Policy Term (From) : (To) Endorsement Effective Date: 3 . Named Insured: 4 . Address of Named Insured: 5 . Additional Insured (s) : CITY OF FONTANA 6 . Address of Additional Insured (s) : 8353 SIERRA AVENUE, FONTANA, CA 92335 7 . Limit of Liability Any One Occurrence/Aggregate: $ / 8 . Description of Project: SOUTH HIGHLAND AVENUE AND JUNIPER AVENUE SEWER SYSTEM IMPROVEMENTS, SP-46-01, which generally consists of the construction approximately 4,700 LF of 10-inch VCP sewer main, including manholes, laterals, tie-ins, excavation, backfilling, testing and traffic control. B. POLICY AMENDMENTS This endorsement is issued in consideration of the policy premium. Notwithstanding any inconsistent statement in the policy to which this endorsement is attached or any other endorsement attached thereto, it is agreed as follows: 1. INSURED. The CITY OF FONTANA, its elected or appointed officers, officials, consultants, employees and volunteers are included as insured with regards to damages and defense of claims arising from:the ownership, operation, maintenance, use, loading or unloading of any auto owned, leased, hired or borrowed by the Named Insured regardless of whether liability is attributable to the Named Insured or a combination of the Named Insured the CITY OF FONTANA, its elected or appointed officers, officials, employees, consultants or volunteers . CA-17 2. CONTRIBUTION NOT REQUIRED. As respects work performed by the Named Insured for or on behalf of the CITY OF FONTANA, the insurance afforded by this policy shall: (a) be primary insurance as respects the CITY OF FONTANA, its elected or appointed officers, officials, employees, consultants, or volunteers; or (b) stand in an unbroken chain of coverage in excess of the Named Insured' s primary coverage. In either event, any other insurance maintained by the CITY OF FONTANA, its elected or appointed officers, officials, employees, consultants or volunteers shall be in excess of this insurance and shall not contribute with it. 3. SCOPE OF COVERAGE. This policy, if primary, affords coverage to the Named Insured at least as broad as: (1) Insurance Services Office form number CA 00001 (Ed. 1/78) , Code 1 ( "any auto" ) and endorsement CA 0025 . (2) If excess, affords coverage which is at least as broad as the primary insurance forms referenced in the preceding Section (1) . 4. SEVERABILITY OF INTEREST. The insurance afforded by this policy applies separately to each insured who is seeking coverage or against whom a claim is made or a suit is brought, except with respect to the Company' s limit of liability. 5. PROVISIONS REGARDING THE INSURED'S DUTIES AFTER ACCIDENT OR LOSS. Any failure to comply with reporting provisions of the policy shall not affect coverage provided to the OWNER and the CITY, its elected or appointed officers, officials, employees, consultants, or volunteers . 6. CANCELLATION NOTICE. The insurance afforded by this policy shall not be cancelled, suspended or modified, or renewal of such a policy declined unless notice is mailed, by certified mail return receipt requested, to the CITY OF FONTANA, at least 45 days prior to the effective date of the nonrenewal, suspension or modification or at least 30 days prior to the effective date of cancellation. CA-18 C. INCIDENT AND CLAIM REPORTING PROCEDURE Incidents and claims are to be reported to the insurer at: ATTN: (Title) (Department) (Company) (Street Address) (City) (State) (Zip Code) (Telephone Number) (FAX Number) D.SIGNATURE OF INSURER OR AUTHORIZED REPRESENTATIVE OF THE INSURER I, , warrant that I have authority to (Print/type name) bind the below listed insurance company and by my signature hereon do so bind this company. SIGNATURE OF AUTHORIZED REPRESENTATIVE (Original Signature required on endorsement furnished to the CITY OF FONTANA) ORGANIZATION: TITLE: ADDRESS: TELEPHONE: FAX NO: CA-19 WORKER'S COMPENSATION/EMPLOYER'S LIABILITY ENDORSEMENT CITY OF FONTANA 8353 Sierra Avenue Fontana, CA 92335 A. POLICY INFORMATION Endorsement # 1. Insurance Company: ( "the Company" ) Policy Number: 2. Effective Date of This Endorsement: 3. Named Insured: 4. Additional Insured(s) : CITY OF FONTANA 5. Address of Additional Insured(s) 8353 SIERRA AVENUE, FONTANA, CA 92335 6. Employer' s Liability Limit (Coverage B) : B. POLICY AMENDMENTS In consideration of the policy premium and notwithstanding any inconsistent statement in the policy to which this endorsement is attached or any other endorsement attached thereto, it is agreed as follows : 1. Cancellation Notice. The insurance afforded by this policy shall not be cancelled suspended or modified, or renewal of such a policy declined unless notice is mailed, by certified mail return receipt requested, to the CITY OF FONTANA at least 45 days prior to the effective date of the nonrenewal, suspension or modification or at least 30 days prior to the effective date of cancellation. Insurance Code Section 674 provides that a policy of liability insurance issued to a local public entity, including CITY, as a Named Insured shall not be cancelled or renewal of such a policy declined for CA-20 reasons other than nonpayment of premium unless notice is mailed by certified mail return receipt requested has been given to the CITY at least 45 days prior to the effective date of the nonrenewal or at least 30 days prior to the effective date of cancellation. 2. Waiver of Subrogation. The Insurance Company agrees to waive all rights of subrogation against the CITY OF FONTANA, its elected or appointed officers, officials, agents and employees for losses paid under the terms of this policy which arise from work performed by the Named Insured for the CITY OF FONTANA. C. INCIDENT AND CLAIM REPORTING PROCEDURE Incidents and claims are to be reported to the insurer at: ATTN: (TITLE) (DEPARTMENT) (COMPANY) (STREET ADDRESS) (CITY) (STATE) (ZIP CODE) (TELEPHONE NUMBER) (FAX NUMBER) D. SIGNATURE OF INSURER OR AUTHORIZED REPRESENTATIVE OF THE INSURER I, , warrant that I have authority to (Print/type name) bind the below listed insurance company and by my signature hereon do so bind this company. SIGNATURE OF AUTHORIZED REPRESENTATIVE (Original Signature required on endorsement furnished to the CITY OF FONTANA. ORGANIZATION: TITLE: ADDRESS: CA-21 TELEPHONE: FAX NO: 1 1 CA-22 WORKER'S COMPENSATION INSURANCE CERTIFICATION Pursuant to Section 1861 of the State Labor Code, (amended by Stats. 1979, C.373, p. 1343, ) each contractor to whom a contract has been awarded shall sign the following certificate and shall submit same to the OWNER prior to performing any work on the contract. I am aware of the provisions of Section 3700 of the Labor Code which requires every employer to be insured against liability for Worker' s Compensation or to undertake self- insurance in accordance with the provisions of that Code, and I will comply with such provisions before commencing the performance of work of this contract. Contractor: By: Title: Date: Section 3700 of the State Labor Code reads as follows: "Every employer except the State shall secure the payment of compensation in one or more of the following ways: " (A) "By being insured against liability to pay compensation in one or more insurers duly authorized to write compensation insurance in this state. " (B) "By securing from the Director of Industrial Relations, a certificate of consent to self-insure, which may be given upon furnishing proof satisfactory to the Director of Industrial Relations of ability to self-insure and to pay any compensation that may become due to his employee. " (Amended by State. 1978, c. 1379, p. 4571) CA-23 Revised: 04/03/02 GENERAL CONDITIONS FOR CONSTRUCTION OF SOUTH HIGHLAND AVENUE AND JUNIPER AVENUE SEWER SYSTEM IMPROVEMENTS BID NO. SP-46-01 SCOPE OF WORK The work to be done consists of furnishing all materials, equipment, tools, labor, transportation, services and incidentals as required by the contract documents to complete the work for the above stated project. The general items of work to be done hereunder consist of construction of: CITY Plans, Drawing No. SOUTH HIGHLAND AVENUE AND JUNIPER AVENUE SEWER SYSTEM IMPROVEMENTS, BID NO. SP-46-01, Sheet No. 1 through 14 . LOCATION OF WORK The general location and limits of the work are as follows: Beginning at the intersection of Walnut Avenue and Cypress Avenue easterly to Juniper Avenue, then north on Juniper Avenue to South Highland, then easterly on South Highland to approximately 550' east of Sierra Avenue in the City of Fontana, California. TIME OF COMPLETION The Contractor shall complete all work in every detail, within 45 working days after the date of Notice to Proceed, exclusive of maintenance periods. The Contractor shall place the order for materials within 10 working days following project award by CITY. Verification of order shall be presented to CITY. LIQUIDATED DAMAGES Failure of the contractor to complete the work within the time allowed will result in damages being sustained by the CITY. The amount prescribed in the Special Provisions, pursuant to the authority of Public Contract Code Section 10226 to be paid to the CITY or to be deducted from any payments due or to become due the Contractor for each consecutive calendar day in completing the whole or any specified portion of the work beyond the time allowed in the specifications are prescribed in Section 6-9 of the Special Provisions, pursuant to Public Contracts Code Section 10226. GC-1 TRAFFIC REQUIREMENTS A minimum of one (1) travel lane in each direction shall be maintained on all paved streets within the construction zone at all times. Access shall be provided to all intersecting local streets and driveways at all times. The Contractor shall submit a plan detailing the delineation and protective measures to be undertaken for CITY and other agencies' approval. Said plan shall identify construction phasing which shall not disrupt existing traffic circulation patterns . Delineation shall be in accordance with the California Department of Transportation Traffic Manual as approved by the City Traffic Engineer. No street closures shall be made without the prior approval of the ENGINEER and other agencies involved. (See SP-13) . Steel plate covers shall be installed per Work Area Traffic Control Handbook (Place Bridging) over all open trenches at the close of construction each day so that a minimum of one (1) travel lane in each direction can be maintained during non-construction hours . The ENGINEER has provided general traffic control plans for the project to assist the CONTRACTOR in developing detailed traffic controls for use on the Project. The CONTRACTOR will prepare, or cause to be prepared, detailed traffic control plans that will be used for the performance of the work. Notwithstanding the provision of the general traffic control plans the CONTRACTOR has sole responsibility for developing final traffic control plans and the proper implementation of that plan in the field. The CONTRACTOR shall provide the final traffic control plans as a shop drawing submittal a minimum of 10 days before the start of construction. In addition to the traffic control measures implemented to control traffic in the roadway, the CONTRACTOR shall install temporary fencing along the southern edge of the AC pedestrian walkway from Cypress to Juniper to allow pedestrians to use the walkway during the construction along Walnut Avenue. The cost of the fencing shall be included in the measurement and payment section for Clearing, Grubbing, and Mobilization. HAZARDOUS MATERIALS Public Contract Code Section 7104 requires a contractor to notify the public entity of various problems, including the existence of possible hazardous materials, as follows : If the work entails digging a trench or other excavation four (4) feet or more in depth, contractor shall promptly, and GC-2 before the following conditions are disturbed, notify the CITY in writing or any material that the contractor believes may be hazardous waste; any subsurface and latent physical conditions at the site differing from those indicated; or any unknown physical conditions at the site of any unusual nature, different materially from those ordinarily encountered and generally recognized as in inherent in the work of the character provided for in the contract. UTILITY REQUIREMENTS The Contractor is advised of the existence of the utility notification service provided by UNDERGROUND SERVICE ALERT (USA) . USA member utilities will provide the Contractor with the precise locations of their substructures in the construction area when the Contractor gives at least 48 hours notice to the Underground Service Alert by calling 1/800/422-4133 . Contractor shall contact USA as specified and shall provide the Agency with proof of contact with USA upon request . The Contractor shall notify the following agencies at least 48 hours in advance of excavating around any of their structures . The utility companies listed below can be contacted as indicated. 1. Fontana Union Water Company Local Telephone: (909) 822-9190 USA Member Utility, Phone 1-800-227-2600 2 . Fontana Water Company Local Telephone: (909) 822-2201 USA Member Utility, Phone 1-800-422-4133 3 . Marygold Mutual Water Company Local Telephone: (909) 877-0516 4 . Pacific Bell (Riverside Engineering Division) Local Telephone: (909) 359-2520 USA Member Utility, Phone 1-800-227-2600 5 . Southern California Edison Company (909) 357-6223 Local Telephone: (No. of Merrill Ave. ) (909) 357-6223 (So. of Merrill Ave. ) (909) 357-6231 USA Member Utility, Phone 1-800-227-2600 6 . Southern California Gas Company Local Telephone: 1-800-427-2200 John Oates (909) 335-7744 Fax (909) 335-7527 USA Member Utility, Phone 1-800-227-2600 GC-3 Revised: 04/03/02 SPECIAL PROVISIONS FOR THE CONSTRUCTION OF • SOUTH HIGHLAND AVENUE AND JUNIPER AVENUE SEWER SYSTEM IMPROVEMENTS BID NO. SP-46-01 EXCEPT AS SPECIFIED BELOW, THE STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION (SSPWC) , COMMONLY REFERRED TO AS "THE GREEN BOOK", WILL APPLY TO, AND CONTROL THIS WORK. art PART 1 - GENERAL PROVISIONS SECTION 1 - TERMS, DEFINITIONS, ABBREVIATIONS AND SYMBOLS 1-2 DEFINITIONS City - City of Fontana Agency/Owner - City of Fontana Board - City Council County -'`' - County of San Bernardino Engineer - City Engineer Federal - United States of America State State of California Caltrans - State of California Department of Transportation 'SSPWC ,. - Standard`Specifications for Public Works Construction SBCFCD - San ,Bernardino County Flood Control District Civil ,Engineer ,ASSOCIATED ,ENGINEERS, INC. 3.311.,E. Shelby Street Ontario, CA 91764 (909). 980-1982 Geotechnical Engineer..... - TBD • SP-1 SECTION 2 - SCOPE AND CONTROL OF THE WORK • 2-1 AWARD AND EXECUTION OF CONTRACT [Replace with the following] : Within ten (10) working days after the date of the Notice to Award, the Contractor shall execute and return the following contract documents to the CITY: Contract Agreement Contract Performance Bond Payment Bond General Liability and Automobile Liability Insurance Certificate and Endorsement Forms Worker' s Compensation and Employer' s Liability Insurance Certificate and Endorsement Forms Construction Schedule Failure to comply with the above will result in annulment of the award and forfeiture of the Proposal Guarantee. The Contract Agreement shall not be considered binding upon the CITY until executed by the authorized CITY officials . . A corporation to which an award is made may be required, before the Contract Agreement is executed by the CITY, to furnish evidence of its corporate existence, of its right to enter into contracts in the State of California, and that the officers signing the contract and bonds for the corporation have the authority to do so. 2-4 CONTRACT BONDS [Add the following] : Both the Contract Performance Bond and the Payment Bond shall each be for not less 'than one hundred percent (100%) of the total contract amount. The Payment Bond shall remain in force until thirty-five (35) days after the date of recordation of the Notice of Completion. The Contract Performance Bond will not be released until one year after said date. • • • • SP-2 2-5 PLANS AND SPECIFICATIONS 2-5.1 General [Replace the first paragraph with the following] : The Contractor shall maintain a control set of Plans and Specifications on the project site at all times. All final locations determined in the field, and any deviations from the Plans and Specifications, shall be marked in red on this control set to show the as-built conditions. Upon completion of all work, the Contractor shall return the control set to the ENGINEER. Final payment will not be made until this requirement is met. Payment for the as-built plans shall be considered as included in the contract prices paid for the related items of work, and no additional compensation will be allowed therefore. 2-5.3 Shop Drawings and Submittals [Add the following] : All shop drawings and submittals required by the plans and specifications shall be submitted to the CITY'S PROJECT MANAGER. Contractor shall submit within ten (10) working days following "Notice to Proceed" , a schedule of required submittals and shop drawings to the CITY'S PROJECT MANAGER. 2-7 Subsurface Data [Add the following] : No subsurface investigations have been perfoLmed for this project. The Contractor shall include the cost for any geotechnical investigations in the appropriate bid item. No separate compensation will be made to the Contractor for geotechnical work. 2-8 RIGHT-OF-WAY The CITY will acquire all rights of way, easements and rights of entry as required for this project. The Contractor shall verify that the acquisition(s) is completed prior to beginning any work outside the public right of way. All cost for remobilization, downtime, etc. , due to delays in obtaining the required rights of way, easements, and rights of entry shall be included in the lump sum price bid for Clearing and Grubbing and no additional compensation will be allowed. SP-3 2-9 SURVEYING 2-9.2 Survey Service [Replace the first two paragraphs with the following] : The CITY will provide surveying and construction staking required for the construction of this project as determined by the ENGINEER. The cost of any additional surveying and/or construction staking primarily for the convenience of the Contractor, not in conformance with usual and customary practices, and for replacement of stakes lost as a result of the Contractor' s operations will be the responsibility of the Contractor. The cost of said additional surveying shall be deducted from the Contractor' s progress payments . The Contractor shall make all requests for construction stakes in writing at least 48 hours in advance of the day required. The Contractor shall set finish elevation control stakes in the field and provide "cut" sheets 48 hours in advance for review and approval by the ENGINEER. Payment for setting finish elevation control stakes shall be considered as included in the price bid for the applicable items of work. SECTION 3 - CHANGES IN WORK 3-2 CHANGES INITIATED BY THE CITY 3-2.1 General [Add the following] : The term "Contract Price" as specified herein shall serve to mean the total dollar value of the Contractor' s original bid for all of the various items of work combined and shall not be construed to mean the subtotal shown on any singular item of work. 3-3 EXTRA WORK 3-3.2 Payment 3-3.2.3 Markup [Add the following as the first paragraph] : The markups mentioned hereinafter shall include, but are not limited to, all costs for the services of superintendents, project managers, timekeepers and other personnel not working directly on the change order and pickup or yard trucks used by the above personnel . These costs shall not be reported as labor or equipment elsewhere except when actually performing work directly on the change order and then shall only be reported at the labor classification of the work performed. SP-4 SECTION 4 - CONTROL OF MATERIALS [Add the following as the first paragraph] : The Contractor' s attention is directed to the provisions of Section 4, including the provisions regarding inspection and testing, and use of equivalent materials. The CITY will pay for inspection and materials testing. The Contractor shall pay for retests due to failure to meet specifications . 4-1 MATERIALS AND WORKMANSHIP 4-1.1 General [Replace the third paragraph with the following] : If at any time defects in the work shall be found, the Contractor shall promptly correct such defects . The Contractor shall remove and dispose of all defective and unsatisfactory work or materials . Should the Contractor fail or refuse to remove and renew any defective work performed, or to make any necessary repairs in an acceptable manner, and in accordance with the Contract Documents, the CITY shall cause the unacceptable or defective work to be removed or renewed, or such repairs as may be necessary to be made at the Contractor' s expense. Any expense incurred by the CITY in making these removals, renewals, or repairs, which the Contractor has failed or refused to make, shall be deducted from any monies due or which may become due the Contractor, with Contractor being obligated to reimburse the CITY for any sums incurred in excess of monies due or which may become due. SECTION 5 - UTILITIES 5-1 LOCATION [Add the following paragraph] : The Contractor shall notify the utilities designated in the General Conditions at least 48 hours in advance of excavating around any of their structures . SECTION 6 - PROSECUTION, PROGRESS AND ACCEPTANCE OF THE WORK 6-1 CONSTRUCTION SCHEDULE AND COMMENCEMENT OF WORK [Replace with the following] : The Contractor' s proposed Construction Schedule shall be submitted to the ENGINEER within ten (10) working days after the date of the Notice of Award of Contract. The schedule shall be supported by written statements from each supplier of materials or equipment indicating that all orders have been placed and SP-5 acknowledged and setting forth the dates that each item will be delivered. Prior to issuing the Notice to Proceed, the ENGINEER will schedule a preconstruction meeting with the Contractor to review the proposed Construction Schedule and delivery dates, arrange the utility coordination, discuss construction methods and clarify inspection procedures . The Contractor shall submit periodic Progress Reports to the ENGINEER by the tenth day of each month. The report shall include an updated Construction Schedule. Any deviations from the original schedule shall be explained. Progress payments will be withheld pending receipt of any outstanding reports. The Contractor is advised as to the possibility of award of other construction projects within the proposed construction zone by the CITY, other governing agencies, or private companies. In the event of such award(s) , the Contractor shall coordinate with the applicable parties as to the extent of and time required to complete their work and shall schedule his work and conduct his operations so as to permit access and time as required for the concurrent work. The Contractor shall immediately notify the CITY and the ENGINEER in the event of a delay in scheduling caused solely by this concurrent work. Payment for the above, if any, shall be deemed as included in the items of work as shown on the proposal bid sheet and no additional compensation will be allowed. 6-4 DEFAULT BY CONTRACTOR [Replace the first paragraph with the following] : The CITY has the right to suspend the work in whole or in part or cancel the contract without liability for damages, when in the CITY'S opinion the Contractor is not complying in good faith, has become insolvent, has assigned or subcontracted any part of the work without CITY'S consent, or shall fail to abide by the provisions of the Contract Documents. In the event it is necessary for the CITY to suspend the work as provided in this section, the Contractor shall not be entitled to any additional compensation for labor, materials, or other cost or expenses which may be incurred as a result thereof . CITY shall further have the right to withhold from the Contractor, any reasonable estimated sums as determined by the ENGINEER as may be required to correct the result of the Contractor' s failure to abide by the provisions of the Contract Documents . The Contractor shall remain liable to the CITY for any correction cost in excess of cost incurred. Should work be suspended in part, Contractor shall continue with other work unaffected by the work suspended in accordance with the regular schedule or construction practices . SP-6 6-7 TIME OF COMPLETION 6-7.1 General [Add the following] : The time for completion shall be as set forth in the General Conditions (Time of Completion) page GC-1. 6-7.2 Working Day [Replace with the following] : The Contractor' s activities shall be confined to the hours between 7:00 AM and 4:00 PM, Monday through Friday, excluding holidays. Deviation from these hours will not be permitted without the prior consent of the CITY and the ENGINEER, except in emergencies involving immediate hazard to persons or property. The Contractor shall obtain approval for any deviation from regular working hours or days by submitting a written request to the CITY and the ENGINEER at least 5 working days in advance, for approval by the CITY and the ENGINEER. In the event of either a requested or emergency deviation, inspection service fees will be charged against the Contractor. The service fees will be calculated at overtime rates, including benefits, overhead and travel time. The service fees will be deducted from any amounts due the Contractor. 6-8 COMPLETION AND ACCEPTANCE [Replace the second paragraph with the following] : The date as certified by the CITY and the ENGINEER and/or accepted by the CITY and the ENGINEER when the construction of the project or specified construction schedule thereof is sufficiently completed. Completion will be in accordance with the Contract Documents, all applicable codes and to the full satisfaction and acceptance of the CITY, County, State and Federal authorities, having jurisdiction over the project so that the project or specified construction can be utilized for the purpose for which it was intended. Substantial completion shall include Contractor' s furnishing of all contractor' s "As-Built" data as required by the CITY and the ENGINEER to comply with the requirements of the appropriate governmental authorities and acceptance by any governmental authority or municipality. The "Notice of Completion" shall be filed after the final acceptance of the project by the City Council. SP-7 6-9 LIQUIDATED DAMAGES [Replace last sentence of the first paragraph with the following]: If the work is not completed within the period provided in the General Conditions, the CITY and the Contractor agree that it would be impractical or extremely difficult to assess the actual resulting damages to CITY and therefore, they agree that the sum of Five Hundred ($500) Dollars for each every calendar day of such delay is a reasonable estimate of the same and shall constitute liquidated damages to CITY in such event. SECTION 7 - RESPONSIBILITIES OF THE CONTRACTOR 7-1 CONTRACTOR'S EQUIPMENT AND FACILITIES [Add the following] : A noise level limit of 86 dbA at a distance of fifty feet shall apply to all construction equipment on or related to the job, whether owned by the Contractor or not. The use of excessively loud warning signals shall be avoided except in those cases required for the protection of personnel. 7-2 LABOR 7-2.2 Laws [Add the following] : The Contractor, and all subcontractors, suppliers and vendors shall comply with applicable CITY, STATE and FEDERAL orders regarding affirmative action to ensure equal employment opportunities and fair employment practices. Failure to file any report due under said orders will result in suspension of periodic progress payments. The Contractor shall ensure unlimited access to the job site for all equal employment opportunity compliance officers. 7-3 LIABILITY INSURANCE [Replace the entire Subsection with the following] : 7-3.1 Indemnification The contractor' s obligation to provide indemnification shall be as set forth in Article VI of the Contract Agreement. 7-3.2 Insurance Requirements The Insurance afforded by this policy shall not be cancelled, suspended or modified, or renewal of such a policy declined unless notice is mailed, by certified mail return receipt requested, to the CITY at least 45 days prior to the effective date of the nonrenewal, suspension or modification or at least 30 days prior SP-8 to the effective date of cancellation. The Contractor shall maintain during the life of the contract a protective liability policy. The policy shall provide for not less than the following amounts: Bodily Injury $1, 000, 000 each person $2, 000, 000 each occurrence $1, 000, 000 each accident for products and completed operations Property Damage $1, 000, 000 each accident Worker' s Compensation Statutory Automobile Liability Insurance to include all owned, non-owned or hired vehicles, including loading and unloading thereof: Automobile Bodily Injury $1, 000, 000 each person $2, 000, 000 each occurrence Automobile Property Damage $1, 000, 000 each accident All liability insurance policies shall bear an endorsement or shall have attached a rider whereby it is provided that, in the event of expiration or proposed cancellation of such policies for any reason whatsoever, the CITY shall be notified by registered mail, return receipt requested, giving a sufficient time before the date thereof to comply with any applicable law or statute, but in no event less than 30 days before expiration or cancellation is effective. The following statement shall be included on the insurance certificate: Additional Insured: The insurer agrees that the CITY, its City Council, and/or all City Council appointed groups, committees, boards and any other City Council appointed body, and/or elective and appointive officers, servants, agents or employees of the CITY when acting as such are additional insured hereunder, for the acts of the insured, and such insurance shall be primary to any insurance of the CITY. The Contractor agrees to protect, defend and indemnify the CITY against loss, damage or expense by reason of any suit claims, demands, judgments and causes of action caused by the Contractor, his employees, agents or any subcontractor, or by any third party arising out of or in consequence of the performance of all or any operations covered by the SP-9 Certificate of Insurance. The Contractor, at his option, may include such coverage under his General Liability coverage. 7-3.3 Contractor's Liability The CITY, its City Council or the ENGINEER shall not be answerable or accountable in any manner for any loss or damage that may happen to the work or any part thereof; or for any of the materials or other things used or employed in performing the work; or for injury to any person or persons, either workmen or the public; or for damage to any person or persons, either workmen or the public; or for damage to adjoining property from any cause which might have been prevented by the Contractor, or his workmen, or any one employed by him; against all of which injuries or damages to persons and property the Contractor, having control over such work, must properly guard. The Contractor shall be responsible for any damage to any person or property resulting from defects or obstructions or any time before its completion and final acceptance, and shall indemnify and save harmless as set forth in Article VI of the Contract Agreement, the CITY, its City Council and the ENGINEER from all suits or actions of every name and description brought for, or on account of, any injuries or damages received or sustained by any person or persons, by the Contractor, his servants or agents, in the construction of the work or in consequence of any negligence in guarding the same, in improper materials used in its construction, by or on account of any act or omission of the Contractor or his agents, and so much of the money due the Contractor under and by virtue of the Contract as shall be considered necessary by the CITY may be retained by the CITY until disposition has been made of such suits or claims for damages aforesaid. If, in the opinion of the ENGINEER, the precautions taken by the Contractor are not safe or adequate at any time during the life of the Contract, the ENGINEER may order the Contractor to take further precautions, and if the Contractor shall fail to do so, the ENGINEER may order the work done by others and charge the Contractor for the cost thereof, such cost to be deducted from any monies due or becoming due the Contractor. Failure of the ENGINEER to order such additional precautions, however, shall not relieve the Contractor from his full responsibility for public safety. SP-10 7-3.4 Certificates of Insurance The Contractor shall not commence work until Contractor had delivered to the CITY a Certificate of Insurance executed by a duly authorized agent of the insurance carrier specifying that the insurance affords coverage for all matters set forth in this contract in at least the minimum amount required. All of said certificates must show the correct job reference and location of the job site and are not to state "covering all tracts. " Contractor at his own cost and expense, shall insure this interest against loss resulting from fire, earth settlement, theft, embezzlement, riot or any other cause whatsoever. 7-5 PERMITS [Replace the first sentence with the following] : Prior to the start of any work, the Contractor shall take out the applicable CITY permits and make arrangements for CITY inspections . The Contractor and all subcontractors shall each obtain any and all other permits, licenses, inspections, certificates or authorizations required by any governing body or public utility. Payment for this work shall be included in the bid items of work and no additional compensation will be allowed. The CITY will waive the usual CITY encroachment permit fees . The Contractor shall provide the CITY with copies of all permits prior to commencement of construction. If the permit or license of any agency or public utility is more restrictive than the standard specifications, standard drawings or the special provisions, the requirements of the permit or license shall take precedence for that portion of the work in the agency or public utility right-of-way. 7-8 PROJECT SITE MAINTENANCE 7-8.5 Temporary Light, Power, and Water [Add the following] : The contractor shall be responsible for installation of required temporary and permanent utility service meters . Meters shall be paid for as shown in the bid proposal sheet for meter installation and shall include full compensation for application, coordination and all related work and no additional compensation will be allowed. Utilities service charges for electric, gas, water and telephone shall be the responsibility of the contractor during construction and construction maintenance periods. Payment for utilities service charges shall be considered as included in the prices paid for various items of work and no additional compensation will be allowed. SP-11 7-9 PROTECTION AND RESTORATION OF EXISTING IMPROVEMENTS [Add the following] : In addition to standard specifications, special attention shall be given to the following: Contractor shall notify the CITY of utility to be crossed. Contractor shall protect in place said utility and provide all labor, materials, tools and equipment necessary for shoring, bracing or other support and backfill required by utility owner or CITY and no additional compensation will be allowed. Existing irrigation lines and landscape areas in the parkway, front yards or backyards that need to be removed for construction shall be replaced/reconstructed. Compensation for this item shall be considered as included in the item of work originating this work and no separate payment shall be made to the contractor. Contractor shall prevent tracking tack coat, asphalt concrete and emulsions onto existing concrete such as driveways, crossgutters, spandrels, and other adjacent improvements. Any material tracked onto existing improvements shall be removed to the satisfaction of the Engineer and the Owner of the improvements, at the Contractor' s expense, by sanding or other methods approved by the Engineer. [Replace the last sentence of Paragraph 3 with the following] : Lawns shall be repaired by installing sod of similar variety as that which was removed. Installation shall be in accordance with the grower/supplier' s instructions. SP-12 7-10 PUBLIC CONVENIENCE AND SAFETY 7-10.1 Traffic and Access [Add the following] : (Special attention is called out for in Section 7-10.0 in whole, and especially as bolded: ) The Contractor' s operations shall cause no unnecessary inconvenience. The access rights of the public shall be considered at all times . Unless otherwise authorized, traffic shall be permitted to pass through the work, or an approved detour shall be provided. Safe and adequate pedestrian and vehicular access shall be provided and maintained to fire hydrants, commercial and industrial establishments, churches, schools, parking lots, service stations, motels, fire and police stations, hospitals, and establishments of similar nature. Access to these facilities shall be continuous and unobstructed unless otherwise approved by the ENGINEER. Safe and adequate pedestrian zones and public transportation stops, as well as pedestrian crossing, of the Work at intervals not exceeding 300 feet (90 m) , also shall be maintained unless otherwise approved by the ENGINEER. Vehicular access to residential driveways shall be maintained to the property line except when necessary construction precludes such access for reasonable periods of time. If backfill has been completed to such extent that safe access may be provided, and the street is opened to local traffic, the contractor shall immediately clear the street and driveways and provide and maintain access. The contractor shall cooperate with the various parties involved in the delivery of mail and the collection or removal of trash and garbage to maintain existing schedules for these services. Grading operations, roadway, excavation and fill construction shall be conducted by the Contractor in a manner to provide a reasonably satisfactory surface for traffic. When rough grading is completed, the roadbed surface shall be brought to a smooth, even condition satisfactory for traffic. Unless otherwise authorized, work shall be performed in only one-half of the roadway at one time. One-half shall be kept open and unobstructed until the opposite side is ready for use. If SP-13 one-half a street only is being improved, the other half shall be conditioned and maintained as a detour. The Contractor shall include in its Bid all costs for the above requirements. When entering or leaving roadways carrying public traffic, the Contractor' s equipment, whether empty or loaded, shall in all cases yield to public traffic . The Contractor shall notify all affected property owners of the proposed schedule a minimum of 48 hours, but not more than 72 hours, in advance of any limitation or closure of access to their property. Form of said notice shall be as approved by the ENGINEER and shall contain the date and time of the closure. In the event of delay, whether beyond the control of the Contractor or not, the Contractor shall notify all affected property owners as to the extent of the delay and his revised schedule. In the event of delay over 72 hours, the Contractor shall re-notify the property owners as described above. Payment for notification and coordination as per Section 7-10 as modified herein shall be included in the compensation paid for the various items of work and no additional compensation will be allowed. 7-10.2 Storage of Equipment and Materials in Public Streets [Add the following] : No more than 500 linear feet of pipeline shall be stockpiled on the site, regardless of size. The Contractor shall assume full responsibility for any damage caused by stockpiling and shall repair same at his expense. The Contractor shall also be responsible for providing traffic control as required to protect the public from hazards caused by stockpiling within the right of way. The Contractor shall be responsible for obtaining the applicable CITY permit for stockpiling within the public right of way (Permit Fees will be waived for CITY contracts) . Payment for the above, if any, will be deemed as included in the items of work and no additional compensation will be allowed. The Contractor may, at his own expense, maintain and operate a work and storage area outside the public right-of-way. In such case the Contractor shall submit to CITY written authorization from the owners of the subject property prior to occupation. Occupation of site without written authorization shall be grounds for immediate suspension of work. Location of site to be approved by CITY. Condition and operation of yard shall conform to these specifications. The Contractor shall assume full responsibility for all damage to the site resulting from his operations and shall SP-14 repair and/or replace same, at his own expense, to the satisfaction of the owner of the subject property. The Contractor shall vacate site and return it to pre-project condition within five (5) working days following completion of work for which it was intended. The Contractor shall obtain a written release from the property owner accepting the condition of the vacated site and releasing the Contractor from any further clean-up or restoration work and shall submit a copy of such release to the CITY. The Notice of Completion will not be issued until said release is submitted. 7-10.3 Street Closures, Detours and Barricades [Add the following] : The Contractor shall maintain the minimum traffic requirements designated in the General Conditions. It shall be the Contractor' s responsibility to furnish a detailed detour signing and barricade plan for CITY approval. COMPENSATION FOR TRAFFIC CONTROL SHALL BE INCLUDED IN THE CONTRACT PRICE PAID FOR AT THE LUMP SUM CONTRACT PRICE FOR TRAFFIC CONTROL AND NO ADDITIONAL COMPENSATION WILL BE ALLOWED. Unless otherwise specified, compensation for Traffic Control shall include full compensation for street closures, detours, grading, restoration, signs, flagmen, barricades, temporary fencing, flashers, temporary striping, removal and replacement of miscellaneous signs, fences and all appurtenances and shall be paid for at the lump sum contract price for traffic control and no additional compensation will be allowed. Payment shall include full compensation for all labor, materials, tools, equipment and doing all work involved in Traffic Control as specified, including preparation of Traffic Control plans and obtaining CITY and other agencies plan review, approval and permits. All existing stop signs, street name signs and regulatory signs shall be maintained in visible locations during construction and permanently relocated or removed as directed by the plans and the ENGINEER. Signs which need not be maintained during construction or permanently relocated shall be salvaged to the applicable government authority. Contractor will be responsible for providing traffic detour and traffic control plans for CITY and other agencies approval as outlined in the Memorandum dated August 26, 1996 (See Appendix III) in case Contractor needs to deviate from the Traffic Control Plans provided as a part of this bid package. The cost for preparing such traffic plans will be included in the price bid for SP-15 traffic control, and no additional compensation will be allowed. Traffic detour and traffic control plans shall be submitted for plan checking prior to the start of construction. Any deviation from the Traffic Control plans as provided shall be approved by the CITY Traffic Engineer and other agencies representatives . No street or access closure to through traffic will be allowed without the express approval of the ENGINEER. The following statement applies to all permits for work within public rights-of-way: The "State of California Manual of Traffic Control for Construction and Maintenance Work Zones" provides information necessary to carry out proper and safe traffic control . Should a contractor not provide proper traffic control after the first advisory warning, the CITY may cite the contractor or other contracting agency under City Ordinance 997 . The penalty for not providing for the required proper traffic safety in the public right-of-way is a misdemeanor with a fine of up to $1,000.00 or up to 6 months in jail or both. Contractor shall provide strict traffic control at all times using the signs, barricades, delineations, warning lights, flagged control and flashing arrow signs, as required. The normal lane to be maintained is 12 feet wide. Any deviation from this may require temporary pavement markings . Consult with the CITY INSPECTOR if you require assistance. 7-10.4 Public Safety [Add the following] : 7-10.4.1 Safety Orders The Contractor shall comply with the provisions of any CITY ordinances or regulations regarding requirements for the protection of excavations and the nature of such protection. 7-15 CERTIFIED PAYROLL RECORDS [Add the following] : Certified Payroll Records shall be submitted to the CITY by the tenth day of each month. Progress payments will be withheld pending receipt of any outstanding reports. Contractor shall be responsible to provide Certified Payroll for their subcontractors. SP-16 SECTION 9 - MEASUREMENT AND PAYMENT 9-3 PAYMENT 9-3.1 General [Replace the first paragraph with the following] : Contractor will be paid only for the quantities as listed in the Bid Schedule and constructed in accordance with the Plans and Specification. Should any pay item contained in the Contract Documents be found unnecessary for the proper completion of the work, the CITY may, upon written Change Order to the Contractor, eliminate such pay items from the contract, and such action shall in no way invalidate the contract. Any pay items added to the contract as a result of unforeseen circumstances or required work not included on the plans and specifications will be paid only if those items were approved by the CITY, a cost was agreed to by all parties and a written Change Order was approved and submitted to the CITY prior to the construction of said work. Before any payment shall be made, Contractor shall have provided CITY with releases executed by persons who might have mechanics liens, stop notices or labor and materials bond rights against the project and arising out of the work. 9-3.2 Partial and Final Payment [Replace the last paragraph with the following] : The closure date for periodic progress payments will be five (5) working days prior to the first Monday of each month. The final progress payment will not be released until the Contractor returns the control set of the Plans and Specifications showing the as-built conditions. The full ten percent (10%) retention will be deducted from all payments. The final retention will be authorized for payment thirty-five (35) days after the date of recordation of the Notice of Completion by the CITY. In conformance with the State of California Public Contract Code, Section 22300, the Contractor may substitute securities for any monies withheld by the CITY to secure performance under the contract. SP-17 At the request and expense of the Contractor, securities equivalent to the amount withheld shall be deposited with the CITY or with a State or Federally chartered bank as the escrow agent who shall pay such monies to the Contractor upon notification by CITY of Contractor' s satisfactory completion of the contract. The type of securities deposited and the method of release shall be approved by the CITY Attorney' s office. Before the CITY shall make the final payment, Contractor shall execute and file with the CITY a release in the form supplied by the CITY, releasing its officers, employees, representatives, and agents from any and all claims for liability relating to any undisputed contract amounts for work performed in relation to the undisputed amounts. 9-3.3 Delivered Materials [Replace with the following] : Materials and equipment delivered but not incorporated into the work will not be included in the estimate for progress payment. 9-3.4 Mobilization [Replace with the following] : Mobilization shall consist of preparatory work and operations, including but not limited to those necessary for the movement of personnel, equipment, supplies, and incidentals to the project site; for the establishment of all offices, buildings and other facilities necessary for the work on this project; and for all other work and operations which must be performed or cost incurred prior to the beginning of work on the various contract items on the project site. The compensation paid for mobilization shall be included in the contract lump sum price for clearing and grubbing and shall be full compensation for all costs incurred by the Contractor for doing all the work involved in mobilization as specified herein. Payment for mobilization will be included in the first monthly progress payment and shall be considered full compensation for the cost of such mobilization and administered for the entire contract period. SP-18 PART 2 - CONSTRUCTION MATERIALS SECTION 201 - CONCRETE, MORTAR and RELATED MATERIALS 201-1 PORTLAND CEMENT CONCRETE In addition to the materials outlined in Section 201-1 of the Standard Specifications, the following materials are included under Portland Cement Concrete unless otherwise covered by specific bid item. 201-1.1.1 General [Add the Following] : A. Quality Assurance 1. Concrete Mix Design: Requirements for mixes designed by an Independent Testing Laboratory (ITL) , approved by the CITY, are: a. Prove by preliminary tests prior to concrete or provide historical data to substantiate design strengths . 2. Procedure: a. Use plant batched concrete. b. Conform to ACI 318-77 Building Code Requirements for Reinforced Concrete and ASTM C-94 Specification for Ready-Mixed Concrete. 3. Tests: a. The CITY may employ and pay for an ITL to test materials and design concrete mixes. b. Aggregate Test: Test for Sieve or Screen Analysis of Fine and Coarse Aggregates (ASTM C- 136) . SP-19 B. Submittals 1. Mix Design: Submit in triplicate for each strength of concrete specified stating the proposed slump, proportions of each ingredient and location of usage. 2. Test Reports: Submit in triplicate to the CITY within 3 days after tests are made. 3. Color Chart: Submit in triplicate of texture masonry paint samples to CITY. Color and texture to be selected at time of installation by CITY'S authorized representative. 201-1.1.2 Concrete Specified by Class [Add the Following] : A. Refer to the Standard Specifications. Contractor shall utilize Concrete Class 520-C-2500 for walks and slabs; for retaining walls, foundation and footings utilize class 560-C-3250. B. Maximum Slump: 5" for concrete containing superplastizer admixture 201-1.1.4 Test for Portland Cement Concrete [Add the Following] : A. Evaluation of Test Results and Failure to Meet Strength Requirements; 1. Evaluate test results according to the Recommended Practice for Evaluation of Compression Test Results of Field Concrete (ACI 214) . 2. Consider evaluations valid only if the samples have been taken and tests have been conducted in accordance with American Concrete Institute and American Society for Testing and Materials specifications and methods are applicable. 3. If strength tests performed on the concrete cylinders, cast at the time the concrete is placed, fail to meet the specified 28-day value, or if the samples have not been taken and tests conducted as specified, consider the concrete represented by such tests questionable and subject to further testing. SP-20 4. Conduct additional tests of questionable concrete in accordance with Standard Method of Obtaining and Testing Drilled Cores and Sawed beams of Concrete (ASTM C-42) when concrete cores may be obtained in the field or by load tests conducted and results evaluated in accordance with Chapter 20 of Building Code Requirements for Reinforced Concrete (ACI 318) . 5. Test results obtained by the use of an impact hammer or sonoscope, unless correlated with other test data, will not be considered conclusive in evaluating strengths of concrete. 6. If the additional tests fail to demonstrate strengths adequate for the intended purpose or the member or members in question, as determined by the CITY, removed and replaced the questionable concrete. 201-1.2 Materials [Add the Following] : A. Contraction Joint: Plastic KWIK joint or approved equal. B. Waterproof Paper or Polyethylene Film: ASTM C-171. C. Quick-Set Concrete: Pour stone. Mix and apply in accordance with manufacturers specifications . D. Filter Fabric: Outline 80 by Wellman Inc. , or approved equal . Use around drainage system at retaining seatwall . E. Silica Sand #16. 201-1.2.2 Aggregates [Add the Following} : A. Provide evaluation of aggregates for susceptibility to an alkali-aggregate reaction. B. Regard fine and coarse aggregates as separate ingredients . C. Maximum size of coarse aggregate: 1" for footings; 3/4" for slab and walls . 201-1.2.4 Admixtures [Add the Following] : A. Water reducing admixture conforming to ASTM C-494 Type A, Plastocrete or equal . SP-21 B. Superplastizer high range water reducing admix conforming to ASTM C-494 Type A and K Sikament 300 or equal. C. Prohibited Admixtures: Calcium chloride, thiocyanates or admixtures containing more than 0 . 05% chloride ions are not permitted. 201-2 REINFORCEMENT FOR CONCRETE [Add the following] : In addition to the materials outlined in Section 201-2 of the Standard Specifications, the following materials are included under Steel Reinforcement for Concrete unless otherwise covered by specific bid item. A. Furnish reinforcing bars cut to length and bent, chair, spacers, ties, and temperature steel necessary to complete reinforced concrete work shown on the Drawings. B. Smooth Bar Dowels: ASTM A-615, Grade 60 or ASTM A-36, plain round bars. 201-3 EXPANSION JOINT FILLER AND JOINT SEALANTS In addition to the materials outlined in Section 201-3 of the Standard Specifications, the following materials are included under Expansion Joint Filler and Joint Sealants unless otherwise covered by specific bid item. 201-3.2 Premolded Joint Filler [Add the Following] : Refer to the Standard Specifications. Contractor to utilize Nonextruding and Resilient Filler ASTM D 1751 (Bituminous Type) . 201-3.4 Type "A" Sealant [Add the Following] : Refer to the Standard Specifications. Contractor to utilize type "A" Sealant. 201-4 CONCRETE CURING MATERIALS In addition to the materials outlined in Section 201-4 of the Standard Specifications, the following materials are included under Concrete Curing Compound unless otherwise covered by specific bid item. SP-22 201-4.1 General [Add the Following] : A. Liquid Membrane: The compound shall be clear styrene acrylate type, 30% solids content minimum, and have test data from and independent testing laboratory indicating a maximum moisture loss of 0 . 030 grams per square centimeter when applied at a coverage rate of 300 square feet per gallon. Compound shall be "Super Rez Seal" or "Super Pliocure" by The Euclid Chemical Company, "Masterseal 66" by Master Builders, or approved equal, manufacture' s certification required. Apply in strict accordance with manufacturer' s recommendations. B. Dissipating Resin Curing Compound: The compound shall be a dissipating resin compound, conforming to ASTM C- 309, Type, "Kurez DR" by The Euclid Chemical Company, or approved equal. The film must chemically break down in a two to four week period. 201-5 CEMENT MORTAR In addition to the materials outlined in Section 201-5 of the Standard Specifications, the following materials are included under Cement Mortar unless otherwise covered by specific bid item. 201-5.6 Quick Setting Grout [Add the Following] : Set non-shrink grout manufactured by the Master Builders Co. , Upcon Construction Grout manufactured by the Upcon Chemical Division of USM Corporation, 5-Star Grout manufactured by the Grout Corporation, Crystex Grout manufactured by L & M Construction Chemicals, Inc . , or approved equal . SECTION 210 - PAINT AND PROTECTIVE COATINGS 210-1 PAINT 210-1.6.1 General [Replace with the following] : Thermoplastic traffic stripes (traffic lines) and pavement markings shall conform to the provisions in Section 84-1, and 84- 2, of the Caltrans Standard Specifications and as amended by these Special Provisions . SP-23 71 210-1.6.2 Thermoplastic Paint, State Specifications [Replace with the following] : Thermoplastic material shall conform to State Specification 8010-21C-19 (Alkyd Binder) . Glass beads to be applied to the surface of the molten thermoplastic material shall conform to the requirements of State Specification 8010-11E-22 (Type II) . State Specifications for the thermoplastic material and glass beads may be obtained from the Transportation Laboratory, P.O. Box 19128, Sacramento, CA 95819 . Telephone numbers are (916) 227-7280 or (916) 654-2852 . Application of thermoplastic materials and glass beads shall conform to Section 84-2 . 04 of the CALTRANS Standard Specifications and these Special Provisions . Thermoplastic material for traffic stripes shall be applied at a minimum thickness of 0 . 090 inch. Thermoplastic material for pavement markings (including crosswalks, arrows and stop bars) shall be applied at a minimum thickness of 0 . 120 inch. SECTION 211 - SOILS AND AGGREGATE TESTS 211-2 COMPACTION TESTS 211-2.2 Field Density [Add the following paragraph] : Field density tests will be made by the Geotechnical Engineer during the course of construction at the expense of the CITY. If field density tests indicate that any portion of the compacted subgrade has density lower than that specified, the Contractor shall rework that portion until the specified density is obtained. Retest of areas which have failed compaction will be performed by the Geotechnical Engineer at the Contractor' s expense. PART 3 - CONSTRUCTION METHODS SECTION 300 - EARTHWORK 300-1 CLEARING AND GRUBBING 300-1.1.1 General [Add the following] : Contractor shall field verify existing grades and shall accept site as is, for no other grading shall be performed by AGENCY. SP-24 300-1.3 Removal and Disposal of Materials 300-1.3.1 General [Replace the first sentence] : All materials removed shall be disposed of in a legal manner at an appropriate Disposal Site. 300-1.3.2 Requirements [Add the following] : A. Bituminous Pavement [Replace second sentence with the following] : Saw cutting of edges to be joined is required. D. Miscellaneous [Add the following] : In addition to the work outlined in Section 300-1.1 of the Standard Specifications, the following items of work are included under the Clearing and Grubbing unless otherwise covered by specific bid item. 1. Mobilization and demobilization in accordance with Section 9-3.4 of the Standard Specifications . 2 . Maintaining dust control at all times by watering during the entire time of the project, whether extended or not, including developing a water supply and furnishing and placing all water for all work done in the contract, including water used for extra work. 3 . Provide for necessary traffic control, including all signs, barricades, flashers and flagmen necessary to maintain proper control along street rights of way and easements . Schematic Traffic Control is shown on Sheets 11, 12, 13 and 14 of Improvement Plans. 4 . Application of soil sterilant. 5 . Protection of utilities, structures, improvements and other facilities within the construction zone, except those specifically shown on the plans to be removed or relocated. 6 . Removal and disposal of existing natural and artificial objectionable material within the limits of construction. SP-25 7 . Verification of existing locations and elevations as shown on the plans or directed by the ENGINEER other than that designated as "potholing. " 8 . Replacement of disturbed traffic signs, street names, mailboxes, property owner signs, fences, landscaping, protection of temporary construction fences and all appurtenances, striping and markings as required to the satisfaction of the ENGINEER. 9 . Tree removal and disposal of trees in a legal manner including removal of all roots and vegetative material, overexcavation if applicable, and recompaction to 95% minimum relative compaction (ASTM D-1557) . Tree removal permit shall be obtained from the appropriate agency. 10 . Provide for the replacement of trees and plants, of the same kind, to the reasonable satisfaction of the property owners whether indicated on the plans or not. 11 . This item shall also be interpreted to include the removal or relocation of any additional items not specifically mentioned herein or covered by specific bid item, which maybe found within the work limits whether shown or not shown on the plans to be removed or relocated. 300-1.4 Payment [Add the following] : Unless otherwise specified, compensation for clearing and grubbing shall include full compensation for items 1 through 11 as described above, mobilization, replacing trees and plants of the same kind to the reasonable satisfaction of the property owners whether indicated on the plans or not. Clearing and grubbing shall be paid for at the lump sum contract price and no additional compensation shall be allowed. Payment shall include full compensation for furnishing all labor, materials, tools and equipment and doing all work involved in clearing and grubbing as specified, including sawcutting, loading, hauling, stockpiling and disposal. SP-26 300-2 UNCLASSIFIED EXCAVATION 300-2.1 General [Add the following] : Unless separately designated, unclassified excavation shall include excavating, loading, stockpiling, hauling and disposing of surplus material to the depth indicated on the plans or as directed by the ENGINEER. Any remanants of structures, foundations, and fences within limits of construction shall be removed and disposed of in the legal manner and will be considered part of Unclassified Excavation. Removal of existing asphalt concrete pavement shall be included in this item of work unless covered by a specific bid item. 300-2.2 Unsuitable Material [Add Subsection 300-1.3.2 (a) Bituminous Pavement" as Subsection 300-2.2.3 and amend as follows] : Bituminous Pavement and Concrete removals shall be sawcut at the designated lines of removal shown on the Plans or as designated by the ENGINEER. 300-2.6 Surplus Material [Add the following] : All surplus materials shall be disposed of in a legal manner at the Contractor' s expense. 300-2.9 Payment [Replace with the following] : Payment for Unclassified Excavation shall be deemed as included in the compensation paid for the related bid item and no additional compensation will be allowed. Payment for removal of existing asphalt concrete pavement, concrete driveways, and concrete curb and gutter shall be made at the contract unit bid price per square foot or linear foot, respectively, and shall include full compensation for furnishing all labor, materials, tools, and equipment involved, including sawcutting, loading, hauling, stockpiling and disposal and no additional compensation will be allowed. The contract unit bid actual price for asphalt pavement removal shall be independent of the actual thickness encountered in the field. The quantity measured for asphalt pavement removal shall be limited to a maximum of that designated as "pay lines" per detail on the plans and measured in the field. Removal of asphalt concrete beyond this limit shall be at the Contractor' s expense. Payment will be made only for the quantity of pavement within the limits actually removed and within the "pay lines" . SP-27 300-3 STRUCTURE EXCAVATION AND BACKFILL 300-3.1 General [Add the following] : Structure excavation and backfill shall be limited to the areas shown on the plans . In making structure excavations for the project, the Contractor shall be fully responsible for designing, checking, providing and installing adequate sheeting, shoring, bracing, lagging, cribbing and piling as may be necessary as a precaution against slides, slippage or cave-in and to protect all existing and temporary improvements of any kind, either public or private property, fully from damage. 300-3.5 Structure Backfill 300-3.5.1 Requirements [Add the following] : The relative compaction of all structural fill and backfill shall be 95 percent. 300-3.6 Payment [Add the following] : Payment for structure excavation and backfill shall be considered as included in the various items of which they are a part, and no additional compensation will be allowed therefor. SECTION 301 - TREATED SOILS, SUBGRADE PREPARATION AND PLACEMENT OF BASE MATERIALS 301-1 SUBGRADE PREPARATION 301-1.2 Preparation of Subgrade [Add the following] : Preparation of the subgrade shall conform to the provisions of Section 301-1 of the Standard Specifications and these provisions. Subgrade preparation for areas of new pavement shall include scarification, moisture conditioning, and compaction of the upper approximately 12 inches of subgrade. If areas of soft, saturated, or otherwise unsuitable materials are encountered, they should be removed to competent underlying material, as evaluated in the field by the geotechnical consultant, and replaced with compacted fill . Fill should be placed in horizontal lifts approximately 8 SP-28 inches in loose thickness and compacted by appropriate mechanical methods. Fill should be generally free of rocks or hard chunks of material in excess of 6 inches in diameter. Fill material placed to support structures, such as pavements, curbs, and gutters, should be compacted to 95 percent or more relative compaction in accordance with ASTM D 1557-91 at a moisture content at or near optimum. 301-1.3 Relative Compaction [Replace with the following] : Relative compaction of finished subgrade under paved areas and concrete curb and gutter shall be modified to require 95% minimum relative compaction of the top 12" of the subgrade. All material removed and replaced for remedial grading, trenching, or disturbed by tree removal shall be compacted at 95% minimum relative compaction, even where it extends beyond 12 " below finished subgrade. Relative compaction of all other areas outside of curb and gutters, gutters and paved areas shall require 90% minimum compaction. Compensation for subgrade preparation shall be deemed to be included in the unit price bid for respective bid item and no additional compensation will be allowed. 301-1.7 Payment [Replace the first paragraph with the following] : Payment for subgrade preparation shall be included in the unit price bid for respective bid item and shall include, hauling, exporting, screening, spreading and compacting and no additional compensation will be allowed. 301-6 SOIL STERILANT [Add the following Subsection] : 301-6.1 General All areas to receive Asphalt Concrete Pavement shall be prepared in accordance with applicable sections of the Standard Specifications concerning subgrade preparation. In addition, after the compaction is completed, the Contractor shall apply a non-migrating soil sterilant to the subgrade. Application shall be by spray equipment which provides good mechanical agitation and even coverage of the area to be treated. Spray equipment shall be calibrated before material is applied and the CITY Inspector' s decision as to the effectiveness of the spray equipment shall be final . Great care shall be taken to apply soil sterilant to the designated areas only. Aggregate base may be placed immediately SP-29 after placement of soil sterilant. 301-6.2 Operator's License The Contractor's operator applying the soil sterilant shall be licensed by the State of California, Department of Food and Agricultural Affairs and registered with the Office of the Agricultural Commissioner of San Bernardino County as pest control officer. 301-6.3 Application Any soil sterilant, which is approved in writing by a licensed pest control advisor (for the purpose of which it will apply) may be used upon acceptance by the ENGINEER. The dye shall not stain concrete or masonry. Certification shall be furnished to the ENGINEER showing the purchase receipt and manufacturer' s recommended rate of application of the material . 301-6.4 Payment The Contractor shall supply all labor, materials and equipment to apply the soil sterilant and shall include the cost for application in the lump sum contract price bid for clearing and grubbing and no additional compensation will be allowed. SECTION 302 - ROADWAY SURFACING 302-5 ASPHALT CONCRETE PAVEMENT 302-5.1 General [Replace the last paragraph with the following: ] Asphalt Concrete shall conform to the requirements of Subsection 203-6. 1 and Section 302-5 of the Standard Specifications, as modified by these Special Provisions . 302-5.4 Tack Coat [Add the following] : A tack coat shall be applied uniformly upon the existing ,pavement planes and joints, gutters, inlets, manholes, etc. prior to placing the asphalt concrete. The tack coat shall be SS-lh emulsified asphalt per Section 203-3 . The surface to be covered shall be free of water, foreign material, vegetation or dust before application of the tack coat. Payment for tack coat, labor, equipment, and material and doing all other appurtenant work shall be deemed as included in SP-30 the unit price bid for asphalt concrete and no additional compensation shall be allowed. 302-5.5 Distribution and Spreading [Add the following] : Asphalt concrete pavement for resurfacing shall be at least 4" thick, regardless of the thickness of the pavement removed and shall be placed in two or more courses. The base courses shall be no more than three inches thick and shall be B-AR-4000 . The finish course shall be a minimum one inch thick and shall be C2-AR-4000 . The courses shall be machine placed. All trench resurfacing shall be completed to the base course level within five working days following underground construction. Placement of the finish course shall not be completed until completion of all underground construction unless waived by the ENGINEER. At those locations where new asphalt concrete pavement overlay joins existing asphalt pavement, the Contractor shall rake out all aggregate 3/8 inch or larger and feather the new paving to form a smooth transition to join the existing pavement. Contractor shall suspend all paving operations when the CITY Inspector determines the weather conditions are not suitable for paving. 302-5.9 Measurement and Payment [Add the following] : Asphalt Concrete pavement for resurfacing shall include the full depth patch and shall be measured by the ton. The weight shall be determined as provided in Subsection 302-5.8 of the Standard Specifications. Payment shall be made at the contract unit price bid per ton and shall include full compensation for subgrade preparation, including tack coat where required. Payment will only be made for resurfacing of areas of pavement removal within the "pay limits" as shown per detail on the plans and measured in the field. Resurfacing of areas removed outside of these limits will be at the Contractor' s expense. SECTION 303 - CONCRETE AND MASONRY CONSTRUCTION 303-1 CONCRETE STRUCTURES 303-1.1 General [Add the following] : Concrete structures shall conform to the provisions of Section 303-1 of the Standard Specifications for Public Works SP-31 Construction as modified by the applicable Standard Plans and herein. SP-32 Concrete in other agencies right-of-way shall be done as per other agencies permit requirements . Steel Reinforcement for Concrete: All steel reinforcement for concrete structures shall conform to the provisions in Section 201-2 of the Public Works Standards unless otherwise noted in the Plans or these Special Provisions . Section 52-1.04 of the State Standard Specifications shall apply in lieu of Section 201-2.5 of the Public Works Standards. Reinforcing steel shall be Grade 60 billet steel conforming to ASTM A615. The surfaces of all concrete structures shall receive an ordinary surface finish. All concrete inlets shall have chamfered edges. 12" Concrete Bond Beam shall have rounded edges at tie in points. The Contractor shall furnish all labor, tools, and materials to construct reinforced Portland Cement Concrete structures and appurtenant work to grades and dimensions shown on the Plans or staked in the field. The exact proportions of aggregate and water to be used in all classes of concrete shall be determined by the Contractor and submitted to the ENGINEER for review at least ten (10) working days prior to its use under this contract. Unless otherwise specified, transverse construction joints shall be placed in all reinforced sections at intervals of not less than 10 feet or more than 50 feet. The joints shall be in the same plane for the entire structure and for concrete thickness greater than 6 inches shall be keyed as directed by the ENGINEER. The concrete for surface improvements shall be Class 560-C-3250, while that for inlet structures and junction structures shall be Class 560-C-3250, and while that for box culverts shall be Class 650-C-4000. 303-1.3 Forms [Add the following] : Forms shall be braced to withstand the pressures developed and shall be tight to prevent the loss of mortar. Formed wall surface shall be free of any unevenness greater than 1/4 inch when checked with a 10 foot straight edge. SP-33 Concrete in walls with side slopes flatter than 3/4 : 1 shall be placed on suitable material which has been overfilled, compacted and trimmed to true grade. Backforms shall be used where the slide slope is 3/4 : 1 or steeper. A clear non-staining form release agent, which will not discolor nor affect the surface texture of the concrete and does not react with any ingredients of the concrete shall be used. The cost of furnishing and placing form release agent shall be included in the cost of Portland Cement Concrete. Contractor shall be responsible for the design, engineering, construction and safety of removable form work. Contractor shall design removable forms for the loads and lateral pressures outlined in the American Concrete Institute Standard "Recommended Practice for Concrete Formwork" (ACI 347- 78) . 303-1.7 Placing Reinforcement 303-1.7.1 General [Add the following] : No reinforcement shall be placed prior to the approval of shop drawings by the structural engineer for the box construction. Aluminum and plastic supports for reinforcement shall not be used. Bars shall be accurately spaced as shown on the Plans and spacing of first bar immediately adjacent to transverse construction joint shall be one-half the required spacing shown on the Plans. In no case shall the clear distance between parallel bars be less than 2-1/2 diameters of the bar, or a minimum of 2 inches. Unless otherwise shown on the Plans, embedment of reinforcing steel (other than stirrups and spacers) shall be 1-1/2 inches clear depth for #8 bars or smaller and shall be 2 inches clear for #9 bars and larger. Where placement of reinforcing steel required alternate bars of different sizes, embedment requirements shall be governed by the larger bar. Stirrups and spacers shall be embedded not less than one inch clear depth. Measurement of embedment shall be from the outside of the bar to the nearest concrete face. Tack welding or butt welding of reinforcing bars will not be permitted. SP-34 303-1.7.2 Splicing [Add the following] : Reinforcing bars may be continuous at locations where splices are shown on the Plans, at the option of the Contractor. The location of splices, except where shown on the Plans, shall be determined by the Contractor based upon using available commercial lengths where applicable. Splices shall consist of placing the reinforcing bars in contact and wiring them together in such a manner as to maintain the alignment of the bars and to provide minimum clearances. No lapped splices will be permitted at locations where the concrete section is not sufficient to provide a minimum clear distance of 2 inches between the splice and the nearest adjacent bar. The clearances to the surface of the concrete shall not be reduced. Where grade 60 reinforcing bars are required, the length of lapped splices shall be as follows: Reinforcing bars No. 8, or smaller, shall be lapped at least 45 diameters of the smaller bar to be joined, and reinforcing bars Nos. 9, 10, and 11 shall be lapped at least 60 diameters of the smaller bar to be joined, except where otherwise shown on the plans . Splices of tensile reinforcement at points of maximum stress shall be avoided; however, any deviation from splices shown on the Plans shall be approved by the ENGINEER. 303-1.8 Placing Concrete 303-1.8.1 General [Add the following] : The Contractor shall exercise caution in placement of concrete walls and congested areas to ensure proper consolidation and that there are no voids, and protection of waterstops in position. Adequate provisions shall be made for easy visual inspection of concrete placement, consolidation and waterstop protection. Pouring of walls in lifts, use of smaller maximum aggregate sizes, or other methods as necessary may be proposed by the Contractor and will be permitted only after evaluation by the ENGINEER. 303-1.9 Surface Finishes 303-1.9.2 Ordinary Surface Finish [Add the following] : Ordinary Surface Finish shall not apply to rock pockets, which in the opinion of the ENGINEER, are of such extent or SP-35 character as to affect the strength of the structure materially or to endanger the life of the steel reinforcement. In such cases, the ENGINEER may declare the concrete defective and require the removal and replacement of the structure affected. 303-1.10 Curing [Amend first paragraph with the following] : Exposed concrete surfaces shall be sprayed with Type 2 curing compound at a uniform rate of one gallon per 150 square feet. 303-1.11 Payment [Replace paragraph one with the following] : Payment for concrete manhole structures, shall be made at the contract unit price bid for each respective type of structure as bid and shall include full compensation for furnishing all materials, labor, tools and equipment, and doing all work required to provide each respective item of work complete in place as shown on the plans or specified herein, including removal of existing improvements, and no additional compensation will be allowed. Payment for adjustment of concrete manholes to grade shall be included in the compensation paid for the respective structure. Removal of existing structures shall be paid for at the contract unit price per each regardless of size and no additional compensation will be allowed. SP-36 303-2 AIR PLACED CONCRETE 303-2.1 Requirements 303-2.1.1 General [Add the following] : Air-blown mortar (concrete drainage swale) shall conform to the provisions in CALTRANS Standard Specification, Section 53, "Air-Blown Mortar" and Section 72, "Slope Protection" and these special provisions . The contract price paid per linear foot for air-blown mortar (concrete drainage swale) shall include full compensation for furnishing all labor, materials, tools, equipment and incidentals, and for doing all the work involved in placing air-blown mortar, including preparing the foundation, reinforcement, and structure backfill, as shown on the plans, as specified in the Standard Specifications, these special provisions, and as directed by the ENGINEER. 303-5 CONCRETE CURBS, WALKS, GUTTERS, CROSS GUTTERS, DRIVEWAYS AND ALLEY INTERSECTIONS [Add the following] : The applicable provisions of Section 303-5 shall apply to concrete paving for Bus Bays and placement of drainage inlet aprons. Concrete shall be Class 560-C-3250 for the Bus Bays and drainage inlet aprons . Concrete driveway reconstruction shall consist of embankment, excavation, removal of existing asphalt and/or concrete driveways and placement of concrete driveways all to match driveways to new street grade as determined by the ENGINEER. Concrete driveways shall be a 4 inch minimum thickness . 303-7 ROCK SLOPE PROTECTION (Rip Rap) [Add this Subsection] Concreted rock slope protection shall conform to CALTRANS Standard Specifications (Latest Edition) , Section 72, "Slope Protection" . The unit price paid for concreted rock slope protection shall include full compensation for furnishing all labor, materials, tools, equipment and incidentals, and for doing all the work involved in constructing the rock slope protection (rip rap) , complete in place, as shown on the plans, as specified in the Standard Specifications, these special provisions, and as directed by the ENGINEER. SP-37 SECTION 306 - UNDERGROUND CONDUIT CONSTRUCTION 306-1 OPEN TRENCH OPERATIONS 306-1.1 Trench Excavation 306-1.1.2 Maximum Length of Open Trench [Replace with the following] : The maximum length of open trench shall not exceed 500 feet, including length of pipe laid but not backfilled, pipe laying construction, and open trench excavation. All excavations shall be backfilled to finish grade at the completion of daily operations. temporary asphalt patch shall be placed as soon as possible after pipe is laid in paved areas . 306-1.2.1 Bedding [Add the following] : Pipe bedding for underground conduits shall conform to plans and Section 306-1.2.1 of the Standard Specifications. The cost of providing and installing said bedding material shall be included in compensation paid for the respective bid item for construction and no additional compensation will be allowed. Where additional rock bedding is required by the ENGINEER to stabilize unstable subgrade due to existing ground conditions (not attributable to the Contractor' s operation) , such rock bedding shall be considered extra work as provided in Subsection 3-3 of the Standard Specifications as amended herein. Additional bedding placed in excess of the limits shown per the Standard Plan for the convenience of the Contractor shall not be subject to additional compensation. 306-1.2.2 Pipe Laying [Add the following] : A. The barrel of the pipe must be supported unifoLmly for its full length. Bell/coupling holes should be provided underneath every pipe bell, the hole should be deep and wide enough so that no load is transferred to the bell or the coupling as the trench is backfilled. B. The hunch areas of the pipe barrel should be compacted by shovel slicing to insure that the pipe will remain true to line and grade, shovel slicing must occur when the bedding material is no higher than 1/ of the way up the barrel of the pipe. A tamping bar should be used to compact the bedding materials in hunch areas. SP-38 306-1.3 Backfill and Densification Contractor is advised that rock or unacceptable trench backfill material may be encountered during trenching operations. Where such material is encountered, Contractor, shall at no additional cost to the City, furnish and install suitable bedding and backfill material in accordance with the Contract Documents . 306-1.3.1 General [Add the following] : No rocks greater than 6" in any dimension shall be allowed in the backfill. No nesting of rocks shall be allowed. 306-1.3.4 Compaction Requirements [Replace with the following] : All trench backfill and bedding shall be densified to 90% minimum relative compaction as required per Section 301-1 of these specifications . Relative compaction of top 12" of subgrade in paved areas shall require 95% relative compaction of the subgrade. Relative compaction of the pavement section' s aggregate base shall be 95% . Placed backfill and the granular bedding material shall be compacted to 90% minimum relative compaction. In STATE right-of-way trench backfill material will require 95% minimum relative compaction and/or as directed by the STATE representative. Labor to install backfill shall be included in the unit cost of the item of work requiring excavation and backfilling. Jetting will not be permitted unless specifically approved in advance by the ENGINEER. Asphalt Concrete shall not be used for backfill unless it has been crushed to a maximum size 3/4" . No rocks greater than 6" diameter shall be allowed in the backfill. All surplus material 3 " or smaller shall be uniformly spread and compacted in the street subgrade. No material greater than 3" in any dimension shall be used in the top 12 " of the subgrade. No nesting of rocks shall be allowed. 306-1.6 Basis of Payment for Open Trench Installation [Add the following] : Payment for open trench installation of pipe and conduit shall be made at the contract unit price bid per linear foot, for the respective pipe size, as measured along the centerline of pipe and shall include full compensation for furnishing all materials, labor, tools and equipment and doing all work involved to provide these items of work, complete in place, including excavation, furnishing and installing the pipe, bedding, backfilling, SP-39 compaction as shown on the plans or as directed by the ENGINEER and no additional compensation will be allowed. 306-5 ABANDONMENT OF CONDUITS AND STRUCTURES [Add the following] : The above shall apply to all utilities and underground conduits. SECTION 307 - STREET LIGHTING AND TRAFFIC SIGNALS 307-4 TRAFFIC SIGNAL CONSTRUCTION 307-4.9 Vehicle Detectors [Replace with the following] : DETECTORS Detectors shall conform to the provision in Section 86-5, "Detectors, " of the CALTRANS Standard Specifications and these Special Provisions. Loop detector conductors shall by Type 1 . Loop detector lead-in cables shall be Type B. Loop detector configuration shall by Type A with a minimum of (4) turns of wire per loop. Residue resulting from slot cutting operations shall not be permitted to flow across shoulders or lanes utilized by public traffic and shall be removed from the pavement surface. All loop detectors shall be spliced in series. Detector splices shall conform to Section 86-2.09 "Wiring", of the CALTRANS Standard Specifications and these Special Provisions. The Contractor shall test the detectors with a motor-driven cycle, as defined in the California Vehicle Code, that is licensed for street use by the Department of Motor Vehicles of the State of California. The unladen weight of the vehicle shall not exceed 220 pounds and the engine displacement shall not exceed 100 cubic centimeters . Special features, components, or vehicles designed to activate the detector will most be permitted. The Contractor shall provide an operator who shall drive the motor-driven cycle though the response or detection areas of the detector at not less than three miles per hour no more than seven miles per hour. Each detector shall provide an indication in response to this test. SP-40 SECTION 308 - LANDSCAPE AND IRRIGATION INSTALLATION 308-4 PLANTING 308-4.1 General [Add the following] : All damage and reworked landscape areas shall be replaced to match the existing and to the satisfaction of the CITY. 308-8 PAYMENT [Replace with the following] : Payment for All Landscape Work Shall Be Included in the Bid Item for Clearing and Grubbing. SECTION E - TRAFFIC SIGNING, STRIPING, MARKINGS, AND MARKERS Traffic signs, strips, legends and raised pavement markers shall conform to the California Department of Transportation Traffic Sign Specification, Standard Plans and CALTRANS Standard Specifications. Traffic signs shall be mounted on a "Quick Punch Post" 2 " X 2" (12 GA. ) with 7/16" holes, 1" on centers, on four sides that can be punched out. Length to vary with sign installation to maintain minimum heights. Traffic sign post anchor shall be a heavy duty one piece, 2 1/2 " X 30" X 6 gauge, (non-perforated) , to fit a 2 " square steel post, prepunched at mid-point of anchor with one 7/16" hole on each side, and at top. Traffic striping and pavement markers shall conform to the California Department of Transportation CALTRANS Standard Specification Section 84 and these Special Provisions. Signal Ahead signs (W41) shall be of the highest reflectivity available with a graffiti coating material on the sign surface. Traffic control shall be as per the "State of California Manual of Traffic Controls. " Raised pavement markers shall conform to the CALTRANS Standard Specifications Section 85 and shall be type as called for on the plans. Pavement legends shall conform to CITY stencils . SP-41 Stripes and pavement legends shall be reflectorized. SP-42 LAYOUT, ALIGNMENT AND SPOTTING Layout-The Contractor shall furnish the necessary control points for all striping and markings and shall be responsible for the completeness and accuracy thereof to the satisfaction of the ENGINEER. Spotting shall be completed prior to the removal of any existing stripes or markings . Existing stripes and marking shall be removed prior to painting new ones, but in no case shall any section of street be left without the proper striping for more than 24 hours, or over weekends or holidays . Paint for layout, alignment and spotting shall be of the same color as the strip of pavement marking to be painted. APPLICATION OF PAINT Application of thermoplastic materials and glass beads shall conform to Section 84-2 . 04 of the CALTRANS Standard Specifications and these Special Provisions . MEASUREMENT AND PAYMENT Compensation for traffic signs, striping and markings shall be at the lump sum contract price bid for Traffic Control, Signing and Striping. Payment shall include full compensation for furnishing all labor, material (including adhesives, glass beads and paint) , tools, equipment and incidentals; and for doing the work involved in installing traffic signs, striping and markers complete in place, including removal of existing stripes, raised pavement markers and salvaging and stockpiling existing obsolete signs and necessary traffic control, as shown on the plans and as specified in these Special Provisions and as directed by the ENGINEER, and no additional compensation will be allowed. SP-43 Project Name Galena Street Interchange April 4, 2002 Report Name GAD and Turn Templates, December 2001 Parsons Brinckerhoff Commenting Agency Norm Suydam, Dist. 8 Design, Caltrans Section Com, Comment Response/Action Reference # Letter dated 1 Interstate 15 is on the STAA Network, therefore, an 18m turning V 18m turning template was used. Detail 40 cat tracks will be added in the Feb 25,2002 template should be used. However, we have provided PS&E phase.. comments based on the County's submittal with the 15m template. Please note the following comments: 1—Galena Streett'DG"ramp, radius turn is too small for trucks. Dual left turns will need to be cat-tracked using Detail 40. 2 2—Galena Street/"BG'ramp, dual left turns will need to be cat V Detail 40 cat tracks will be added in the PS&E phase. tracked with Detail 40 to delineate trucks onto the ramp. 3 3—Galena Street/"AG"ramp, turning templates cannot V Right turn lanes are accommodated. accommodate right turning lanes. GAD 4 On Galena Street at Wineville Road-Centerline and roadway V The project is designed for future widening of Galena on the south side of the Sheet 1 of 3 are not concentric. roadway. 5 On 1-15 northbound lanes north of Galena Street-Suggested a V Have completed. new location for the additional auxiliary lanes(build new#1 lane in the median between stations 343+00 and 353+00 and build one auxiliary lane along the outside while shifting the existing lanes to the inside one lane width). 6 On 1-15 northbound lanes south of 60-Show existing V Have completed. connectors only. 7 On 1-15 southbound lanes south of 60—Show what is going on, V Have completed. where the road and connectors are. 8 Need 2025 numbers for the traffic volumes diagram. V 2020 numbers are being used on the GADs. The analysis using 2025 traffic volumes will be added as a supplement to the Project Report. 9 Galena Street Cross Section Sta. 102+63.047 to 107+77.844— V The project is designed for future widening of Galena on the south side of the Why not a tent? roadway. 10 Galena Street Cross Section Sta. 10+63.047 to 107+77.844— V Revised to show widening for the addition of one lane(0 to 3.6 m). What is the Varies 3.6 to 7.2? 11 All Cross Sections—Use 1:4 cut and fill slopes. V Leave outside slopes at 1:2 and revise inside slopes to 1:4. 12 On 1-15 cross section—Widen the inside shoulders to 3.0 m. V Have completed. GAD 13 Ramp AG-Provide for two-lane exit in the future, i.e. r/w, dirt, V This would be a part of a possible future construction and will not be included Sheet 2 of 3 and geometrics. in this project. 14 Ramp AG—Curve 3 could be reduced to 260 m. V Have completed. 15 Ramp AG —Aim for center lane and widen on both sides. V Have completed. 16 Ramp AG left slope— 1:4 V Have completed. 17 Ramp AG curve 4—Check SSD here. V Have completed, minimum SSD of 65 m is met. J.IGALENAICADDIGADIGAD_COMMENrS_APR02DOC Page 1 of 5 Project Name Galena Street Interchange April 4,2002 Report Name GAD and Turn Templates, December 2001 Parsons Brinckerhoff Commenting Agency Norm Suydam, Dist. 8 Design, Caltrans Section Com: Comment Response/Action Reference # 18 Ramp AG curve 4-Can you make this 100 m(50 kph)? V Increased to 90 m. Could not make 100 m due to the additional impacts to the Delhi soils.. 19 Ramp AG lane widths-Could be 4.2 m. V No, the 4.5 m lane widths are needed to accommodate the truck turning movements. 20 Ramp AG-station 43+00-PCC termini. V Will incorporate in PS&E phase. 21 Ramp BG left and right slopes-1:4 V Will make left slopes 1:4,but keep right slopes at 1:2. 22 Ramp BG lane widths-Do you need 5.6 m? V Yes, the 5.6 m lane widths are needed to accommodate the truck turning movements. 23 Ramp BG-station 42+40-meter. V The geometry accommodates future meter placement. 24 Ramp BG station 42+40 to station 44+50-Taper rate=? V Yes, the taper rate is 30:1. 30:1? 25 Ramp BG right shoulder-2.4 ok. V Yes. 26 Ramp DG-station 42+60-PCC termini. V Will incorporate in PS&E phase. 27 Ramp DG curve 7-Can this be 100 m? V Increased to 90 m. The existing transmission tower prevents standard ramp geometry. 28 Ramp DG 82.069m tangent-Tight. V Yes, because of the constraints of the existing transmission tower. 29 Ramp DG curve 8-can this be-230 m? V No, the existing transmission tower prevents use of a larger radius curve. 30 Ramp DG at the existing transmission tower-Tight. V Yes, because of the constraints the location of the interchange and existing transmission tower place on the alignments. 31 Ramp DG-Provide for future two-lane off ramp. -V This cannot be accommodated because of the proximity of the existing transmission tower. 32 Ramp EG taper between station 41+00 and 42+80-Taper rate V Yes, the taper rate is 32:1. 30:1? 33 Ramp EG left and right slopes- 1:4 V Will make left slopes 1:4, but keep right slopes at 1:2. 34 Ramp EG tangent between curve 10 and beginning of bridge- V Yes, a fact sheet has been prepared for this. Insufficient length to develop 2/3 superelevation @ B.C. (30 m) 35 Ramp FG taper between station 37+80 and 39+60-Taper rate V Yes, the taper rate is 50:1. 50:1? 36 Ramp FG curve 12-You could tighten up this radius. V Prefer to keep as is. 37 Ramp FG-station 43+20-Keep approach roadway to x-walk V Have completed. only one-lane. Possibility of a passing car not seeing a pedestrian that first car is lowing for. Widen around station 42+70. 38 Galena-station 96+80-Do you anticipate pedestrians at all? V The County will require future developers to fully widen Galena Street and Should look into extending sidewalk to ends of project. build the remaining sidewalk from Ramp FG to Hamner. 39 Galena-station 96+60-don't begin third right lane here. Start V Have completed. either further west(95+50)or after on ramp(97+50). JIGALENAICADDIGADIGADCOMMENTS APR02DOC Page 2 of 5 Project Name Galena Street Interchange April 4, 2002 Report Name GAD and Turn Templates, December 2001 Parsons Brinckerhoff Commenting Agency Norm Suydam, Dist. 8 Design, Caltrans Section Corn. Comment Response/Action Reference 40 Galena-station 97+20-Identify approximate limits of access V Have completed. control. 41 Galena at NW corner of Ramp DG(Move curb return further V Yes, this has been completed. north and provide a taper to match the proposed shoulder)- Should this curb return be placed at the ultimate 6-lane location? 42 Galena -station 99+00-Is this a future third lane? V Yes. 43 Galena-station 99+20-Use a 27 m bay taper. V Have completed. 44 Galena -station 99+00 to 101+00 painted median-Diagonals -V Have completed. other way 45 Galena-station 101+00 eastbound lanes -Can you move limit V Yes, this has been completed. lines up to minimize size of intersection? 46 Galena-station 101+60 westbound lanes-Can you move limit V Yes, this has been completed. lines up to minimize size of intersection? 47 Galena -station 102+20-Identify limits of access control. V Have completed. 48 Galena --station 102+50-Add merge arrows -V Have completed. 49 Galena-station 103+00 eastbound lanes -What is the radius V The radii are 800 m which exceed the 210 m minimum radius required with a of these striped curves. Check against design speed/comfort 60 km/h design/comfort speed and-2%superelevation. speed assuming -2%super where appropriate. 50 Galena -station 103+00 westbound lanes-Don't use such a V Have completed. long taper to begin a new lane. Use 75 m. 51 Galena -station 104+00-Why doesn't the centerline follow the V Because it is designed for future widening of Galena on the south side of the "center line"? roadway. 52 1-15--station 340+50-Is this auxiliary lane needed? V Yes. 53 1-15-station 346+00 northbound lanes-Recommend building V Have completed. one outside lane now and one inside lane. Provide for future second auxiliary lane on outside. 54 1-15-station 347+40-Upgrade median barrier. Remove K-rail. V Will be completed later in the design process. 55 1-15 northbound lanes inside shoulder-3.0 m shoulder station V Have completed. 343+00 to 356+00. 56 1-15 southbound lanes inside shoulder-3.0 m shoulder station V Have completed. 343+00 to 359+00. 57 Ramp EG superelevation diagram R= 1000 m curve-OK. Do V Have completed. fact sheet. 58 Ramp EG superelevation diagram station 44+93 to 45+43- V Have completed. Less than 90 m. Needs fact sheet. 59 Ramp EG superelevation diagram station 45+30.612 to begin ✓ 30 m cannot be achieved due to physical restrictions. A fact sheet has been bridge-Need minimum 30 m here. prepared. J:IGALENAICADDIGADIGAD_COMMENTS APRO2.DOC Page 3 of 5 Project Name Galena Street Interchange April 4, 2002 Report Name GAD and Turn Templates, December 2001 Parsons Brinckerhoff Commenting Agency Norm Suydam, Dist. 8 Design, Caltrans Section Com. Comment Response/Action Reference # 60 Ramp EG superelevation diagram station 45+30.612-Need to V Eight percent S.E. cannot be achieved at this point due to physical develop 8%S.E.by this point. restrictions. A fact sheet has been prepared. 61 Ramp EG profile curve 1-V=? V Have completed, V= 110 km/h 62 Ramp EG profile curve 2-V=? V Have completed, V=74 km/h 63 Ramp FG superelevation diagram R= 1000 m curve-2%is V Have completed. OK. Still needs fact sheet. 64 Ramp FG superelevation diagram station 42+68 to 43+20-Non V Have completed. standard(30 m is standard). OK to keep. Do a design exception fact sheet. 65 Ramp FG profile curve 1-What is grade break across gore? V This is correct, the elevation shown is the actual extension of the 1-15 cross Try to minimize. Move BVC only? slope which we will be matching. 66 Ramp FG profile curve 1-V=? V Have completed, V=81 km/h 67 Ramp FG profile curve 2-V=? V Have completed, V=69 km/h 68 Ramp FG profile curve 2 EVC-Move here(-station 42+85). V Have completed. Horizontal curve is hidden beyond BVC. Move BVC(EVC). GAD 69 Galena profile curve 1-V-? -V Have completed, V=98 km/h Sheet 3 of 3 70 Galena profile curve 2-V=? V Have completed, V=96 km/h 71 Galena profile at bridge-Identify minimum vertical clearance V Have completed. for ultimate 1-15. 72 Galena profile curve 3-V=? V Have completed, V=98 km/h 73 Ramp AG superelevation diagram station 40+90 to EC-Start V Have completed. 20 m from EC 74 Ramp AG superelevation diagram-station 41+45 to 42+15- V Have completed. Use standard superelevation transition and a 2%section between. 75 Ramp AG superelevation diagram curve 2-Use comfort speed V Have completed. S.E. on this curve(-6%?). 76 Ramp AG superelevation diagram station 43+45-Super V Adjusted the superelevation to accommodate as much as possible. Now transition is halfway thru intersection. Match Galena grade Q beginning the superelevation transition at station 43+32. BCR(-station 43+20). Max S.E. transition 4%/20 m. 77 Ramp AG profile curve 1-V=? V Have completed, V= 107 km/h 78 Ramp AG profile curve 2-V=? V Have completed, V=81 km/h 79 Ramp AG profile curve 2-How close does this profile parallel V AG profile is within 0.12 m of the BG profile until BG station 40+55. No sight `BG"? Dow we have sight restrictions? (S.S.D.) restrictions. J:IGALENAICADDIGADIGAD__COMMENTS_APR02DOC Page 4 of 5 Project Name Galena Street Interchange April 4, 2002 Report Name GAD and Turn Templates, December 2001 Parsons Brinckerhoff Commenting Agency Norm Suydam, Dist. 8 Design, Caltrans Section Com. Comment Response/Action Reference # 80 Ramp BG superelevation diagram station 39+94-Same V Adjusted the superelevation to accommodate as much as possible. Now problem as Ramp AG(super transition is halfway thru beginning the superelevation transition at station 39+89. intersection. Match Galena grade @ BCR). Max S.E. transition 4%/20 m. Edge street. 81 Ramp BG superelevation diagram R= 1000 m cure-OK. V Have completed. Prepare a fact sheet. 82 Ramp BG profile curve 1-BC is hidden behind crest V.C. V Have completed. Begin V.C.about here(-station 40+20). 83 Ramp BG profile cure 1-L=?and V=? V Have completed, L=60 m and V=70 km/h 84 Ramp BG profile curve 1-Try to parallel"AG"so you don't V Yes, this has been completed. block stopping sight distances. 85 Ramp BG profile cure 2-L=?and V=? V Have completed, L=250 m and V=96 km/h 86 Ramp BG profile station 43+70 to 45+60-This should be V Yes, Ramp BG profile is controlled by 1-15 cross slope in this location. controlled by M.L.x-slope. 87 Ramp DG superelevation diagram station 42+20-Start V Adjusted the superelevation to accommodate as much as possible. Now transition here. beginning the superelevation transition at station 42+14. 88 Ramp DG superelevation diagram cure 1-Use comfort speed V Yes, this has been done. S.E. (-6%)here. 89 Ramp DG superelevation diagram station 43+15-Should be -V Have completed. --15 m from EC 90 Ramp DG superelevation diagram-station 43+50-Standard -V Yes, this has been done. x-section looks too short. Be with one continuous transition between 6% (?)and 11%. 91 Ramp DG profile curve 1-V=? V Have completed, V=66 km/h 92 Ramp DG profile curve 2-V=? V Have completed, V=88 km/h 93 Ramp DG profile curve 2 EVC-EVC @ 7 m point which is V Yes, the EVC has been moved to 45+80. about 45+80. J:IGALENAICADDIGADIGAD_COMMENTS_APRO2.DOC Page 5 of 5 MASTER CONSTRUCTION CONTRACT FOR "CITY" * SPECS DIVIDED UP BY SECTION IN THE ORDER THEY ARE TO APPEAR IN THE COMPLETED DOCUMENT CITYSPEC.CVR - TITLE SHEET & TABLE OF CONTENTS CITYSPEC.NB - NOTICE TO BIDDERS CITYSPEC.IB - INSTRUCTION TO BIDDERS CITYSPEC.P - PROPOSAL SECTION CITYSPEC.CA - CONTRACT AGREEMENT CITYSPEC.GC - GENERAL CONDITIONS CITYSPEC.SP - SPECIAL PROVISIONS CITYSPEC.AP - APPENDIX SECTION CITYSPEC.MRG - MASTER MERGE DOCUMENT (NOT TESTED YET) THIS SECTION DOES NOT APPEAR IN DOCUMENT, FOR INSERTING FIELDS LISTED IN CONTRACT APPENDIX I APPLICABLE STANDARD PLANS/DETAILS APPENDIX II TRAFFIC CONTROL MEMORANDUM APPENDIX III SU PPLEMENTAL TECHNICAL SPECIFICATIONS FIE FIE FIE FIE FIE FIE FIE FIE FIE FIE FIE FIE FIE FIE FIE FIE FIE FIE FIE FIE FIE FIE FIE FIE FIE LD_ LD_ LD_ LD_ LD_ LD_ LD_ LD_ LD_ LD_ LD_ LD_ LD_ LD_ LD_ LD_ LD_ LD_ LD_ LD_ LD_ LD_ LD_ LD_ LD_ 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 SOU JUN IMP BID CIT 8353 Font (909 ASS 3311 Onta (909 NO Tho RCE SB- 1 12 sewe PAU (909 45 SOU Begi TH IPE RO NO. Y Sierr ana, ) OCI E. rio, ) VE mas 3310 - r L ) wor TH nnin HIG R VE SB- OF a CA 350- ATE Shel CA 980- MB R. 8, impr BAL 350- king HIG g at HL AV ME - FON Ave 9233 7610 D by 9176 1982 ER Holl Exp. ove BA 6618 days HL the AN EN NT TA nue 5 EN Stre 4 2001 iman 6/30 ment CH, AN inter D UE PRO NA GIN et , /02 s P.E. D secti AV SE JEC EER P.E. AV on EN WE T S, EN of UE R INC. UE Wal AN AN nut D D Ave JUN nue IPE and R Cypr AV ess EN Ave UE nue SE easte WE rly R to IMP Juni RO per VE Ave ME nue, NT then PRO nort JEC h on T Juni per Ave nue to Sout h High land, then easte rly on Sout h High land to appr oxi mate FIE FIE FIE FIE FIE FIE FIE FIE FIE FIE FIE FIE FIE FIE FIE FIE FIE FIE FIE FIE FIE FIE FIE FIE FIE LD_ LD_ LD_ LD_ LD_ LD_ LD_ LD_ LD_ LD_ LD_ LD_ LD_ LD_ LD_ LD_ LD_ LD_ LD_ LD_ LD_ LD_ LD_ LD_ LD_ 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 ly 550' east of Sierr a Ave nue in the City of Font ana, Calif orni a. APPENDIX III SUPPLEMENTAL TECHNICAL SPECIFICATIONS SEWER MANHOLES 1. General Requirements All manholes on one project shall be constructed of the same materials . All concrete work shall be in accordance with the applicable sections of these specifications . Sealing around all pipes entering manholes shall be done with a quick setting non-shrinking grout . Height control rings may be used to adjust manhole tops to proper grade; however, a maximum of twelve (12) inches total of height control rings will be permitted. 2. Frames & Covers (a) Materials Manhole frames and covers shall be heavy duty, traffic resistant, gray cast iron. Frame and cover castings shall conform to the details and dimensions shown in these specifications and shall be true to pattern in form and dimensions, free from pouring faults, sponginess, cracks, blow-holes and other defects in positions affecting their strength and value for the use intended. They shall be boldly filleted on angles and the arises shall be sharp and perfect . They shall be sand blasted or otherwise cleaned or scaled so as to present a smooth, clean, and uniform surface. Standard and watertight manhole covers shall have no pick holes . The marking "Sewer" must be cast in their body. Watertight manhole covers provided with bolts and gaskets shall be required in all low lying areas subject to flooding and as required by the City. Three (3) 5/8" anchor bolts shall be placed in the cone section to secure the manhole frame to the concrete on watertight cones . (b) Frame & Cover Installations Manhole frame and cover castings shall be installed so that the cover shall be exposed and flush with the existing street surface. In no case shall the existing pavement surface be raised or lowered to meet the grade of installed manhole frame and cover castings . If street surfaces are STS - 2 renewed or replaced by the developer or owner after the sewer system has been approved and accepted by the City, but while such streets are still the obligation of the developer or owner, the manhole frames and covers therein shall be readjusted to proper location relative to new street surfacing by the original developer or owner. Where frames and covers are located in off-street areas, they shall be placed flush with the finished grade. Where manholes are installed in sloped areas the finished grade of the slope shall intersect the top rim of the frame and cover on the uphill side. The manhole frame shall be sealed to the concrete manhole section using a bed of mortar on either side of a butyl rubber sealant. The frame and cover shall be mortared to the outside of the concrete manhole section. 3. Pre-Cast Concrete Manholes Pre-cast concrete manholes shall conform to the following specifications : (a) General Information Manholes shall be constructed of pre-cast reinforced concrete manhole sections conforming to ASTM designation C- 478-80, or current revision. Manholes will be required to have a flexible boot connection at the pipe entry to prevent infiltration. The flexible boot connections shall be cast in the manhole section such as the flexible manhole sleeve. The minimum inside diameter of the manhole shall be 48- inches . The uppermost section of the manhole shall be tapered eccentrically and shall be a minimum of three (3) feet in height . Where field conditions dictate "flat top" manhole sections can be utilized with the approval of the City. The height of the lower section shall be at least three (3) times the inside diameter of the largest sewer pipe entering the section and in no case less than two (2) feet. (b) Concrete The walls of the manholes shall have a minimum thickness of five (5) inches and shall be constructed of reinforced concrete with a compressive strength of 3, 000 psi at 28 days . If the manhole bottom is not monolithically molded STS - 3 with the walls, a concrete floor slab shall be provided with a minimum thickness of twelve (12) inches and a minimum outside diameter of five feet, ten inches . The concrete shall have a minimum compressive strength of 3 , 000 psi at 28 days . The manhole base slab, if cast in place as opposed to being furnished as a monolithic component of the precast manhole section, shall be reinforced with Style 6x6 - W5 . 5 welded wire fabric or equivalent area of reinforcing steel . The base slab, if cast in place, shall be poured so as to ensure a watertight seal at the joint formed by the base slab and riser section. (c) Joints The joints between manhole sections shall be tongue and groove with an "0" ring rubber gasket or "STEP" section with sliding flap seal ring conforming to ASTM designation C-443- 79 or latest revision. Jointing of the pre-cast manhole sections shall conform to the manufacturer' s published recommendations and specifications . A flexible joint sealant may be required between pre-cast manhole sections . (d) Steps Manhole steps shall be designed for installation in a sanitary sewer and shall be steel encapsulated in corrosion resistant rubber in accordance with OSHA standards and ASTM C-478-80 or current revision. Manhole steps shall be a minimum of ten (10) inches wide and shall project no less than five (5) nor more than seven (7) inches from the wall . Vertical spacing of manhole steps shall be uniform with a maximum of sixteen (16) inches and a minimum of twelve (12) inches . (e) Inverts All flow lines shall be constructed through manholes to a minimum of three-fourths (3/4) the depth of the contributing sewer. Inverts shall be true to line and grade with flow lines having a minimum drop of . 1 feet and a maximum drop of 1 foot from inlet to outlet . Sides of flow lines shall be built up with low slump concrete or with masonry and plastered with mortar to provide a smooth channel and prevent solids deposition. Manhole benches shall be sloped to drain to flow lines . 4. Connection to Existing Manholes STS - 4 Whenever connections are to be made to an existing manhole, care shall be taken to prevent debris from entering the sewer line. Flow into existing manholes will not be permitted until all "upstream" sewer lines have been tested, approved and thoroughly cleaned of all debris . Pipe connections to existing manholes shall be made with flexible boot connections . Existing manholes not provided with flexible boot connections already cast in place, shall be field cored and have boots installed. 5. Manhole Testing (a) General Manholes shall be tested by exfiltration or vacuum. Where water exfiltration tests are performed on the sewer line, the manholes may be included in these tests in lieu of the independent manhole testing procedures outlined below. (b) Exfiltration If the water exfiltration test is to be used, the manholes shall be filled with water to the top, by the contractor, unless otherwise directed by the City. Inflatable stoppers shall be used to plug all lines into and out of the manhole being tested. The stoppers shall be positioned in the lines far enough from the manhole to assure testing of those portions of the lines not otherwise tested. Once the manhole has been filled with water to the top, a twelve (12) hour soak shall be required prior to testing. Leakage during a one-hour test shall not exceed one half gallon. (c) Vacuum Testing Manholes may be tested by vacuum testing only if constructed of precast concrete. Testing shall include the joint between the concrete cone section and the manhole frame, unless otherwise directed by the City. Stub-outs, boots, and pipe plugs shall be secured to prevent movement while the vacuum is being drawn. Installation and operation of vacuum equipment and indicating devices shall be in accordance with equipment specifications for which performance information has been provided by the manufacturer and approved by the VDH. STS - 5 Whenever connections are to be made to an existing manhole, care shall be taken to prevent debris from entering the sewer line. Flow into existing manholes will not be permitted until all "upstream" sewer lines have been tested, approved and thoroughly cleaned of all debris .. • . Pipe connections to existing manholes shall be made with flexible boot connections . Existing manholes not provided with flexible boot connections already cast in place, shall be field cored and have boots installed. 5. Manhole Testing (a) General Manholes shall be tested by exfiltration or vacuum. Where water exfiltration tests are performed on the sewer line, the manholes may be included in these tests in lieu of the independent manhole testing procedures outlined below. (b) Exfiltration If the water exfiltration test is to be used, the manholes shall be filled with water to the top, by the contractor, unless otherwise directed by the City. Inflatable stoppers shall be used to plug all lines into and out of the manhole being tested. The stoppers shall be positioned in the lines far enough from the manhole to assure testing of those portions of the lines not otherwise tested. Once the manhole has been filled with water to the top, a twelve (12) hour soak shall be required prior to testing. Leakage during a one-hour test shall not exceed one half gallon. (c) Vacuum Testing Manholes may be tested by vacuum testing only if constructed of precast concrete. Testing shall include the joint between the concrete cone section and the manhole frame, unless otherwise directed by the City. Stub-outs, boots, and pipe plugs shall be secured to prevent movement while the vacuum is being drawn. Installation and operation ,of vacuum equipment and indicating devices shall be in accordance with equipment specifications for which performance information has been provided by the manufacturer and approved by the VDH. STS - 5 A . measured vacuum of 10 inches of mercury shall be established in the manhole. The time for the vacuum to drop to 9 inches of mercury shall be recorded. Acceptance standards for leakage shall be established from the elapsed time for a negative pressure change from 10 inches to 9 inches of mercury. The maximum allowable leakage rate shall be in accordance with the following: STS - 6 Manhole Size Depth Minimum Time for a 1" HG Pressure Change 4 ft. diameter Less than 10 ft . 60 sec . 4 ft. diameter Greater than 10 ft. Less 75 than 15 ft. 4 ft . diameter Greater than 15 ft. Less 90 than 25 ft. 5 ft . diameter Less than 10 ft. 75 5 ft. diameter Greater than 10 ft. Less 90 then 15 . 5 ft. diameter Greater than 15 ft. Less 105 than 25 6 ft. diameter Less than 10 ft. 90 6 ft. diameter Greater than 10 ft. Less 105 than 15 ft. 6 ft. diameter Greater than 15 ft. Less 120 than 25 ft. Manholes greater than 25 feet in depth shall be reviewed and testing requirements established on a case-by-case basis . If the manhole fails the test, necessary repairs shall be made and the vacuum test and repairs shall be repeated until the manhole passes the test or the manhole shall be tested in accordance with the standard exfiltration test and rated accordingly. If a manhole' s joint mastic is completely pulled out during the vacuum test, the manhole shall be disassembled and the mastic replaced. The test shall then be repeated as specified above. STS - 7