Loading...
Installation for screen catch basin specifications CITY OF ROSEMEAD CALIFORNIA CONTRACT DOCUMENTS SPECIFICATIONS AND STANDARD DRAWINGS FOR INSTALLATION OF CONNECTOR PIPE SCREEN FULL CAPTURE TRASH SYSTEM IN THE CATCH BASIN WITHIN THE CITY OF ROSEMEAD NIB 2012-03 Prepared by: 13191 CROSSROADS PARKWAY NORTH, SUITE 405 INDUSTRY, CALIFORNIA 91746-3497 (562) 908-6200 CITY OF ROSEMEAD ROSEMEAD, CALIFORNIA CONTRACT DOCUMENTS SPECIFICATIONS AND STANDARD DRAWINGS FOR INSTALLATION OF CONNECTOR PIPE SCREEN FULL CAPTURE TRASH SYSTEM IN THE CATCH BASINS WITHIN THE CITY OF ROSEMEAD Prepared by: 13191 CROSSROADS PARKWAY NORTH, SUITE 405 INDUSTRY, CALIFORNIA 91746-3497 (562) 908-6200 Under the Supervision of Elroy Kiepke RCE No. 22382 Date Spc11-15 TABLE OF CONTENTS PAGE NOTICE INVITING SEALED BIDS ................................................................................ A INSTRUCTIONS TO BIDDERS ................................ .................................................... B PROPOSAL ..................................................................................................................C CONTRACT AGREEMENT ...........................................................................................D GENERAL SPECIFICATIONS ......................................................................... ............. E SPECIAL PROVISIONS PART 1 GENERAL PROVISIONS .................................................... 1-1 to 1-33 PART 7 CATCH BASIN RETROFIT ............................................. .... 7-1 to 7-14 FULL CAPTURE CPS CONFIGURATION; CPS SIZING TABLE FOR CBs WITH NO ARS; STAFF GAUGE; EXAMPLE CPS LAYOUTS; AND CONNECTOR PIPE LOCATION KEY............................................... .......... APPENDIX I STANDARD DRAWINGS/DETAILS ........................................................... APPENDIX II LIST OF CATCH BASINS .......................................................... ............... APPENDIX III ENCROACHMENT PERMIT -LOS ANGELES COUNTY DEPARTMENT OF PUBLIC WORKS ....................................................... APPENDIX IV DEMOLITION FORMS .................. ............................................................. APPENDIX V 100596/3002/10005 Spc11-15 Spc11-15 A-1 CITY OF ROSEMEAD NOTICE INVITING SEALED BIDS NUMBER 2012-03 FOR INSTALLATION OF CONNECTOR PIPE SCREEN FULL CAPTURE TRASH SYSTEM IN THE CATCH BASINS WITHIN THE CITY OF ROSEMEAD PUBLIC NOTICE IS HEREBY GIVEN that the City of Rosemead as AGENCY, invites sealed bids for the above-stated project and will receive such bids in the offices of the City Clerk, 8838 East Valley Boulevard, Rosemead, California 91770, up to the hour of 10:30 a.m. on Wednesday, February 1, 2012, with the bid opening to follow at 11:00 a.m. in the City Council Chambers. Copies of the Plans, Specifications, and Contract Documents are available from the City of Rosemead, 8838 East Valley Boulevard, Rosemead, California, upon payment of a $25.00 nonrefundable fee, if picked up, or payment of a $40.00 nonrefundable fee, if mailed. 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 AGENCY will retain 5 percent from all progress amounts due as specified in Section 9-3.2 of the Special Provisions. In accordance with Section 4590 of Chapter 13 of Division 5 of Title 1 of the Government Code of the State of California, the Contractor may substitute with an escrow holder securities of equal value to the retained amount and the Contractor shall be beneficial owner of any securities deposited for monies and shall receive any interest thereon. The AGENCY 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. In entering into a public works contract, or a subcontract, to supply goods, services, or materials pursuant to a public works contract, the Contractor, or subcontractor, offers and agrees to assign to the awarding body all rights, title and interest in, and to, all causes of action it may have under Section 4 of the Clayton Act (15 U.S.C. Section 15) or under the Cartwright Act (Chapter 2 [commencing with Section 16700] of Part 2 of Division 7 of the Business and Professions Code), arising from purchases of goods, services, or materials pursuant to the public works contract or the subcontract. This assignment shall be made and become effective at the time the awarding body tenders final payment to the Contractor, without further acknowledgment by the parties. Spc11-15 A-2 Bids must be prepared on the approved Proposal forms in conformance with the INSTRUCTIONS TO BIDDERS and submitted in a sealed envelope plainly marked on the outside. The bid must be accompanied by certified check, cashier's check or bidder's bond made payable to the AGENCY or cash deposit for an amount not less than 10 percent of the total amount bid. All bidders shall be licensed in accordance with provisions of the Business and Professions Code and shall possess a State Contractor's License, Class A or C43, at the time of bid submittal. The successful Contractor and his subcontractors will be required to possess business licenses from the City. The AGENCY reserves the right to reject any or all bids, to waive any irregularity, and to take all bids under advisement for a period of forty-five (45) days. BY ORDER OF the City of Rosemead, California. Publish: January 16th & 23rd, 2012 Spc11-15 B-1 INSTRUCTIONS TO BIDDERS PROPOSAL FORMS Bids shall be submitted in writing on the proposal forms provided by the AGENCY. All information requested therein must be clearly and legibly set forth in the manner and form indicated. The AGENCY will not consider any proposal not meeting these requirements. PROPOSAL GUARANTEE Proposals must be accompanied by a proposal guarantee consisting of a certified check, cashier's check or bidder's bid bond by an "admitted surety insurer" payable to the AGENCY or cash deposit in the amount not less than 10 percent of the total amount bid. Any proposal not accompanied by such a guarantee will be deemed non-responsive and 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 AGENCY. The proposal guarantee of each bidder will be held until the successful bidder has properly executed all contract documents. DELIVERY OF PROPOSAL Proposals shall be enclosed in a sealed envelope plainly marked on the outside, "SEALED BID INSTALLATION OF CONNECTOR PIPE SCREEN FULL CAPTURE TRASH SYSTEM IN THE CATCH BASINS WITHIN THE CITY OF ROSEMEAD -DO NOT OPEN WITH REGULAR MAIL." Proposals may be mailed or delivered by messenger. However, it is the bidder's responsibility alone to ensure delivery of the proposal to the hands of the AGENCY'S designated official prior to the bid opening hour stipulated in the NOTICE INVITING SEALED BIDS. Late proposals will be deemed non-responsive and will not be considered. WITHDRAWAL OF PROPOSALS A proposal may be withdrawn by a written request signed by the bidder. Such requests must be delivered to the AGENCY's designated official prior to the bid opening hour stipulated in the NOTICE INVITING SEALED BIDS. Proposals may not be withdrawn after said hour without forfeiture of the proposal guarantee. The withdrawal of the proposal will not prejudice the right of of the bidder to submit a new proposal, providing there is time to do so. Spc11-15 B-2 IRREGULAR PROPOSALS Unauthorized conditions, limitations, or provisions attached to a proposal will render it irregular and may cause its rejection. The completed proposal forms shall be without interlineations, alterations, or erasures. Alternative 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. No proposals will be accepted from bidders who are not licensed in accordance with the provisions of the State Business and Professions Code; and who do not possess a State Contractor's License, Class A or C43, at the time of bid submittal. DISCREPANCIES AND MISUNDERSTANDINGS Bidders must satisfy themselves by personal examination of the work site, Plans, Specifications, and other contract documents, and by any other means as they may believe necessary, as to the actual physical conditions, requirements, and difficulties under which the work must be performed. No bidder shall at any time after submission of a proposal make any claim or assertion that there was any misunderstanding or lack of information regarding the nature or amount of work necessary for the satisfactory completion of the job. Any errors, omissions, or discrepancies found in the Plans, Specifications, or other contract documents shall be called to the attention of the AGENCY and clarified prior to the submission of proposals. EQUIVALENT MATERIALS Approval of equipment and materials offered as equivalents to those specified must be obtained in writing from the Engineer. Requests for consideration of equivalents must be submitted in writing within thirty-five (35) days after award of contract and must allow sufficient time for complete consideration of all specifications, samples, references, tests, and other details to the full satisfaction of the Engineer without causing delay to the work. Spc11-15 B-3 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 or expressly referred to herein or not. Any bidder submitting a proposal shall by such action thereby agree to each and all of the terms, conditions, provisions, and requirements set forth, contemplated, and referred to in the Plans, Specifications, and other contract documents, and to full compliance therewith. AWARD OF CONTRACT The award of contract, if made, will be to the lowest responsible bidder as determined solely by the AGENCY. Additionally, the AGENCY reserves the right to reject any or all proposals, to waive any irregularity, and to take the bids under advisement for a period of forty-five (45) days, all as may be required to provide for the best interests of the AGENCY. 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. All bids will be compared with the Engineer's Estimate. Spc11-15 C-1 CITY OF ROSEMEAD PROPOSAL FOR INSTALLATION OF CONNECTOR PIPE SCREEN FULL CAPTURE TRASH SYSTEM IN THE CATCH BASINS WITHIN THE CITY OF ROSEMEAD TO THE CITY OF ROSEMEAD, as AGENCY In accordance with AGENCY's NOTICE INVITING SEALED BIDS, the undersigned BIDDER hereby proposes to furnish all materials, equipment, tools, labor, and incidentals required for the above-stated project as set forth in the Plans, Specifications, and Contract Documents therefore, and to perform all work in the manner and time prescribed therein. BIDDER declares that this proposal is based upon careful examination of the work site, Plans, Specifications, INSTRUCTIONS TO BIDDERS, and all other contract documents. If this proposal is accepted for award, BIDDER agrees to enter into a contract with AGENCY at the unit and/or lump-sum prices set forth in the following BID SCHEDULE. BIDDER understands that failure to enter into a contract in the manner and time prescribed will result in forfeiture to AGENCY of the proposal guarantee accompanying this proposal. BIDDER understands that a bid is required for the entire work, that the estimated quantities set forth in the BID SCHEDULE 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. THE AGENCY RESERVES THE RIGHT TO INCREASE OR DECREASE THE AMOUNT OF ANY QUANTITY SHOWN AND TO DELETE ANY ITEM FROM THE CONTRACT. 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, and words shall govern over figures. If awarded the Contract, the undersigned further agrees that in the event of the BIDDER's default in executing the required contract and filing the necessary bonds and insurance certificates within ten (10) working days after the date of the AGENCY's notice of award of contract to the BIDDER, the proceeds of the security accompanying this bid shall become the property of the AGENCY and this bid and the acceptance hereof may, at the AGENCY'S option, be considered null and void. Spc11-15 C-2 BID SCHEDULE FOR INSTALLATION OF CONNECTOR PIPE SCREEN FULL CAPTURE TRASH SYSTEM IN THE CATCH BASINS WITHIN THE CITY OF ROSEMEAD ITEM NO. DESCRIPTION UNIT ESTIMATED QUANTITY UNIT PRICES EXTENDED AMOUNT 1. Furnish and install connector pipe screen (CPS), including flow deflector on top of the CPS unit, and painting of staff gauges on the catch basin wall, and per LACDPW encroachment permit requirements. EA 47 $ $ 2. Furnish and install automatic retractable screen (ARS) width (W) equal or less than 5 feet. EA 5 $ $ 3. Furnish and install automatic retractable screen (ARS) width (W) greater than 5 feet but equal or less than 8 feet. EA 6 $ $ 4. Furnish and install automatic retractable screen (ARS) width (W) greater than 8 feet but equal or less than 15 feet. EA 3 $ $ TOTAL BID SCHEDULE IN FIGURE $ TOTAL BID SCHEDULE IN WORDS Spc11-15 C-3 DESIGNATION OF SUBCONTRACTORS BIDDER proposes to subcontract certain portions of the work which are in excess of one-half of 1 percent of the total amount bid or $10,000, whichever is greater, as follows: NAME, ADDRESS, AND TELEPHONE NUMBER OF SUBCONTRACTORS PORTION OF WORK Prior to award of Contract, Contractor shall submit a list of suppliers and vendors in writing to the City Engineer. Spc11-15 C-4 REFERENCES The following are the names, addresses and telephone numbers for three public agencies for which BIDDER has performed similar work within the past 2 years: 1. Name and Address of Owner Name and telephone number of person familiar with project Contract amount Type of work Date completed 2. Name and Address of Owner Name and telephone number of person familiar with project Contract amount Type of work Date completed 3. Name and Address of Owner Name and telephone number of person familiar with project Contract amount Type of work Date completed The following are the names, addresses, and telephone numbers for all brokers and sureties from whom BIDDER intends to procure insurance and bonds: Spc11-15 C-5 EQUAL EMPLOYMENT OPPORTUNITY COMPLIANCE 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. AFFIRMATIVE ACTION CERTIFICATION BIDDER certifies that affirmative action has been taken to seek out and consider minority business enterprises for those portions of the work to be subcontracted, and that such affirmative actions have been fully documented, that said documentation is open to inspection, and that said affirmative action will remain in effect for 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. NONCOLLUSION AFFIDAVIT 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 AGENCY 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. Spc11-15 C-6 NONCOLLUSION AFFIDAVIT In accordance with Title 23 United States Code Section 112 and Public Contract Code 7106, the bidder declares 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. Executed under penalty of perjury: Signature Date Printed Name Title Spc11-15 C-7(a) BIDDER'S INFORMATION BIDDER certifies that the following information is true and correct: Bidder's Name Business Address Telephone No. State Contractor's License No. and Class Original Date Issued Expiration Date The following are the names, titles, addresses, and telephone numbers of all individuals, firm members, partners, joint venturers, and/or corporate officers having a principal interest in this proposal: The date of any voluntary or involuntary bankruptcy judgements against any principal having an interest in this proposal, or any firm, corporation, partnership or joint venturer of which any principal having an interest in this proposal was an owner, corporate officer, partner, or joint venturer 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: Spc11-15 C-7(b) IN WITNESS WHEREOF, this instrument has been duly executed by Bidder and Surety, on the date set forth below, the name of each corporate party being hereto affixed and these presents duly signed by its undersigned representative(s) pursuant to authority of its governing body. Dated: BIDDER: The undersigned declares under penalty of perjury under the laws of the State of California that the representatives made hereto are true and correct. Contractor's Signature Printed Name Note: All signatures must be acknowledged before a Notary Public, and evidence of the authority of any person signing as attorney-in-fact must be attached. Spc11-15 C-8 CITY OF ROSEMEAD PROPOSAL GUARANTEE BID BOND FOR INSTALLATION OF CONNECTOR PIPE SCREEN FULL CAPTURE TRASH SYSTEM IN THE CATCH BASINS WITHIN THE CITY OF ROSEMEAD KNOW ALL MEN BY THESE PRESENTS that as BIDDER, 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 California, as SURETY, are held and firmly bound unto the City of Rosemead, as AGENCY, in the penal sum of [IN WORDS] dollars ($ ), which is 10 percent of the total amount bid by BIDDER to AGENCY for the above-stated project, for the payment of which sum, BIDDER and SURETY agree to be bound, jointly and severally, firmly by these presents. THE CONDITIONS OF THIS OBLIGATION ARE SUCH that, whereas BIDDER is about to submit a bid to AGENCY for the above-stated project, if said bid is rejected, or if said bid is accepted and a contract is awarded and entered into by BIDDER in the manner and time specified, then this obligation shall be null and void, otherwise it shall remain in full force and effect in favor of AGENCY. IN WITNESS WHEREOF, the parties hereto have set their names, titles, hands, and seals this ______ day of ______________________, 20___. Dated: BIDDER: Name: Address: By: (Signature) Type Name and Title: SURETY: Name: Address: By: (Signature) Type Name and Title: Note: This bond must be executed and dated, all signatures must be acknowledged before a Notary Public, and evidence of the authority of any person signing as attorney-in-fact must be attached. Spc11-15 D-1 CITY OF ROSEMEAD CONTRACT AGREEMENT FOR INSTALLATION OF CONNECTOR PIPE SCREEN FULL CAPTURE TRASH SYSTEM IN THE CATCH BASINS WITHIN THE CITY OF ROSEMEAD This Contract Agreement is made and entered into for the above-stated project this ________ day of , 20 , BY AND BETWEEN the City of Rosemead, as AGENCY, and , as CONTRACTOR. WITNESSETH that AGENCY 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, General Specifications, Standard Specifications, Special Provisions, Plans, 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, or extending the work contemplated as may be required to ensure its completion in an acceptable manner. All of the 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 AGENCY, 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 as full compensation for furnishing all materials, performing all work, and fulfilling all obligations hereunder. Said compensation shall cover all expenses, losses, damages, and consequences arising out of the nature of the 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. Spc11-15 D-2 ARTICLE IV AGENCY 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 workers’ compensation, or to undertake self-insurance in accordance with the provisions of that code and certifies compliance with such provisions. CONTRACTOR further acknowledges the provisions of the State Labor Code requiring every employer to pay at least the minimum prevailing rate of per diem wages for each craft, classification, or type of workman needed to execute this contract. ARTICLE VI CONTRACTOR agrees to indemnify, defend and hold harmless AGENCY and all of its officers and agents, including Willdan, from any claims, demand, or causes of action, including related expenses, attorney's fees, and costs, based on, arising out of, or in any way related to the work undertaken by CONTRACTOR hereunder. In the event the insurance coverage is on a claims made basis, the Contractor shall indemnify and hold harmless the City and all of its officers and agents, including Willdan, from any and all claims, demands, or causes of action that arise after the expiration of the Contractor's current policy or after the service contract has ended, for any occurrences arising out of, or in any way related to the work undertaken by the Contractor. The liability insurance coverage values shall be: Insurance Coverage Requirements Limit Requirements Comprehensive General Liability $1,000,000 Product/Completion Operations $1,000,000 Contractual General Liability $1,000,000 Comprehensive Automobile Liability $1,000,000 A combined single-limit policy with aggregate limits in the amount of $2,000,000 will be be considered equivalent to the required minimum limits. The issuer shall be an "admitted surety insurer" duly authorized to transact business under the laws of the State of California. Acceptable insurance coverage shall be placed with carriers admitted to write insurance in California, or carriers with a rating of, or equivalent to, A:VIII by A.M. Best & Co. Any deviation from this rule shall require specific approval, in writing, from the City. Spc11-15 D-3 Insurance shall name the City of Rosemead, its officers, agents, and employees, including Willdan, as additional insured by endorsement of the Contractor's policy. A copy of the endorsement, showing policy limits, shall be provided to the City on or before signing this contract. 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 venturers, and/or corporate officers having principal interest herein. ARTICLE VIII (BLANK) ARTICLE IX Records and Audits. The Contractor shall maintain accounts and records, including personnel, property, and financial records, adequate to identify and account for all costs pertaining to the contract and such other records as may be deemed necessary by the City to assure proper accounting for all project funds, both federal and non-federal shares. These records will be made available for audit purposes to the City or any authorized representative and will be retained for five (5) years after the expiration of this contract, unless permission to destroy them is granted by the City. Spc11-15 D-4 IN WITNESS WHEREOF the parties hereto for themselves, their heirs, executors, administrators, successors, and assigns do hereby agree to the full performance of the covenants herein contained and have caused this Contract Agreement to be executed in triplicate by setting hereunto their names, titles, hands, and seals this ______ day of ________________, 20___. Contractor: (Signature) Name and Title (Printed) Contractor's License No. Class Federal Tax Identification No. Note: Signature of Contractor must be acknowledged before a Notary Public, and evidence of the authority of any person signing as attorney-in-fact must be attached. AGENCY: Mayor of the City of Rosemead Attested , City Clerk of the City of Rosemead Date Approved as to form , City Attorney of the City of Rosemead Date Spc11-15 D-5 CITY OF ROSEMEAD FAITHFUL PERFORMANCE BOND FOR INSTALLATION OF CONNECTOR PIPE SCREEN FULL CAPTURE TRASH SYSTEM IN THE CATCH BASINS WITHIN THE CITY OF ROSEMEAD KNOW ALL MEN BY THESE PRESENTS that as CONTRACTOR 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 California, as SURETY, are held and firmly bound unto the City of Rosemead, as AGENCY, in the penal sum of Dollars ($ ), which is 100 percent of the total contract amount for the above-stated project, for the payment of which sum, CONTRACTOR and SURETY agree to be bound, jointly and severally, firmly by these presents. THE CONDITIONS OF THIS OBLIGATION ARE SUCH that, whereas CONTRACTOR has been awarded and is about to enter into the annexed Contract Agreement with AGENCY for the above-stated project, if CONTRACTOR faithfully performs and fulfills all obligations under the contract documents in the manner and time specified therein, then this obligation shall be null and void, otherwise it shall remain in full force and effect in favor of AGENCY; provided that any alterations in the obligations or time for completion made pursuant to the terms of the Contract Documents shall not in any way release either CONTRACTOR or SURETY, and notice of such alterations is hereby waived by SURETY. IN WITNESS WHEREOF, three (3) identical counterparts of this instrument, each of which shall for all purposes be deemed an original hereof, have been duly executed by Bidder and Surety, on the date set forth below, the name of each corporate party being hereto affixed and these presents duly signed by its undersigned representative(s) pursuant to authority of its governing body. Dated: BIDDER: Name: Address: By: (Signature) Type Name and Title SURETY: Name: Address: By: (Signature) Type Name and Title: Note: This bond must be executed in triplicate and dated, all signatures must be acknowledged before a Notary Public, and evidence of the authority of any person signing signing as attorney-in-fact must be attached. Spc11-15 D-6 CITY OF ROSEMEAD MATERIAL AND LABOR BOND FOR INSTALLATION OF CONNECTOR PIPE SCREEN FULL CAPTURE TRASH SYSTEM IN THE CATCH BASINS WITHIN THE CITY OF ROSEMEAD KNOW ALL MEN BY THESE PRESENTS that ___________________________, as CONTRACTOR, 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 California, as SURETY, are held and firmly bound unto the City of Rosemead, as AGENCY, in the penal sum of _______________________________________ Dollars ($_______________), which is 100 percent of the total contract amount for the above-stated project, for payment of which sum, CONTRACTOR and SURETY agree to be bound, jointly and severally, firmly by these presents. THE CONDITIONS OF THIS OBLIGATION ARE SUCH that, whereas CONTRACTOR has been awarded and is about to enter into the annexed Contract Agreement with AGENCY for the above-stated project, if CONTRACTOR or any subcontractor fails to pay for any labor or material of any kind used in the performance of the work to be done under said contract, or fails to submit amounts due under the State Unemployment Insurance Act with respect to said labor, SURETY will pay for the same in an amount not exceeding the sum set forth above, which amount shall inure to the benefit of all persons entitled to file claims under the State Code of Civil Procedures; provided that any alterations in the work to be done, materials to be furnished, or time for completion made pursuant to the terms of the contract documents shall not in any way release either CONTRACTOR or SURETY, and notice of said alterations is hereby waived by SURETY. IN WITNESS WHEREOF, three (3) identical counterparts of this instrument, each of which shall for all purposes be deemed an original hereof, have been duly executed by Bidder and Surety, on the date set forth below, the name of each corporate party being hereto affixed and these presents duly signed by its undersigned representative(s) pursuant to authority of its governing body. Dated: BIDDER: Name: Address: By: (Signature) Type Name and Title SURETY: Name: Address: By: (Signature) Type Name and Title: Note: This bond must be executed in triplicate and dated, all signatures must be acknowledged before a Notary Public, and evidence of the authority of any person signing as attorney-in-fact must be attached. Spc11-15 E-1 GENERAL SPECIFICATIONS SCOPE OF WORK The work to be done consists of furnishing all materials, equipment, tools, labor, and incidentals as required by the Plans, Specifications, and Contract Documents. The general items of work include the installation of various types of retrofit devices in existing storm drain catch basins that will reduce the amount of trash entering the storm drain system, including other incidental and appurtenant work necessary for the proper completion of the project. LOCATION OF WORK The general locations and limits of the work are as follows:  At various locations within the City of Rosemead as indicated in Appendix III TIME FOR COMPLETION The Contractor shall complete all work in every detail within fifteen (15) working days after the date in the Notice to Proceed with Work, exclusive of maintenance periods. NOTIFICATION The Contractor shall notify WILLDAN and the owners of all utilities and substructures not less than 48 hours prior to starting construction. The following list of agencies and telephone numbers is intended for the convenience of the Contractor and is not guaranteed to be complete or correct: WILLDAN (562) 908-6200 Attention: Mr. Elroy Kiepke Mr. Abner Catig CITY OF ROSEMEAD Attention: Mr. Chris Marcarello (626) 569-2100 ADAMS RANCH MUTUAL WATER COMPANY Attention: Mr. Domenic Cimarustic (626) 444-6050 AT&T CALIFORNIA (626) 308-4347 CALIFORNIA AMERICAN WATER COMPANY Attention: Mr. Geoff Williamson (626) 614-2531 CHARTER COMMUNICATIONS Attention: Mr. Jesse Gonzalez (626) 430-3570 COUNTY SANITATION DISTRICTS OF LOS ANGELES COUNTY Attention: Mr. Stephen R. Maguin (310) 638-1161 GOLDEN STATE WATER COMPANY Attention: Mr. Danny Aceves (626) 446-5176 Spc11-15 E-2 LOS ANGELES COUNTY DEPT. OF PUBLIC WORKS Attention: Mr. Daryll Chenoweth (626) 458-3109 METROPOLITAN WATER DISTRICT Attention: Mr. Kiernan Callahan (213) 217-7474 SAN GABRIEL COUNTY WATER DISTRICT Attention: Mr. Steven Terra (626) 287-0341 SAN GABRIEL VALLEY WATER COMPANY Attention: Mr. Matt Yucelen, P.E. (626) 448-5530 SOUTHERN CALIFORNIA EDISON Attention: Ms. Kimberlie Gurule (323) 720-5280 THE GAS COMPANY Attention: Mr. Frank Winn (714) 634-5016 Mr. Paul Simonoff (714) 634-5075 UNDERGROUND SERVICE ALERT (800) 422-4133 EMERGENCY INFORMATION The names, addresses, and telephone numbers of the Contractor and subcontractors, or their representatives, shall be filed with the Engineer and the County Sheriff's Department or the City Police Department prior to beginning work. STANDARD SPECIFICATIONS The Standard Specifications of the AGENCY are contained in the 2009 Edition of the "Greenbook," Standard Specifications for Public Works Construction, including all supplements, as written and promulgated promulgated by the Joint Cooperative Committee of the Southern California Chapter of the American Public Works Association and the Southern California District of the Associated General Contractors of California. Copies of these Standard Specifications are available from the publisher, Building News, Incorporated, 990 Park Center Drive, Suite E, Vista, California 92081, telephone (760) 734-1113. The Standard Specifications set forth above will control the General Provisions, Construction Materials, and Construction Methods for this Contract, except as amended by the Plans, Special Provisions, or other contract documents. The following Special Provisions are supplementary and in addition to the provisions of the Standard Specifications unless otherwise noted, and the section numbers of the Special Provisions coincide with those of the said Standard Specifications. Only those sections requiring elaborations, amendments, specifying of options, or additions are called out. Spc11-15 1-1 SPECIAL PROVISIONS PART 1 GENERAL PROVISIONS SECTION 1 -TERMS, DEFINITIONS, ABBREVIATIONS, UNITS OF MEASURE, AND SYMBOLS 1-2 DEFINITIONS AGENCY: City of Rosemead Board: City Council of the City of Rosemead City: City of Rosemead County: County of Los Angeles Engineer: The City Engineer of the City of Rosemead or his authorized representative Federal: United States of America Bid Guaranty – The cash, certified check, or Bidder’s surety bond accompanying the Bid as a guaranty that the Bidder will enter into a Contract with the Board for the performance of the work. Catch Basin – A structure or device which intercepts water runoff from surface streets and directs it into a storm drain conduit system. Connector Pipe – A drain pipe constructed for the purpose of directly connecting a catch basin to a main line storm drain conduit. Curb Opening Catch Basin – A catch basin with an opening in the curb face serving as the only means for allowing storm water to enter into the catch basin from the street. street. Automatic Retractable Screen (ARS) – A metal screen, mounted on hinges across the curb opening of a catch basin for preventing trash and debris from entering the catch basin, that is opened automatically by a mechanism activated by the inflow of water into the catch basin. Connector Pipe Screen (CPS) -A vertical metal screen with 5mm openings, installed inside a catch basin directly upstream of the connector pipe in such a manner that all water entering the basin must pass through the device. A vertical Spc11-15 1-2 opening is provided around the perimeter of the screen to allow storm water to bypass in the event of a large storm or if the screen becomes clogged. Unit – When referring to a catch basin BMP retrofit device, a unit is an individual screen and associated mechanisms that operate independently of the other units installed in a catch basin. Catch basins with openings larger than 3.5 feet or those with existing support bolts will require multiple units to span the entire width of the catch basin opening. 1-3 ABBREVIATIONS 1-3.2 Common Usage. Add the following: Abbreviation Word or Words ARS Automatic Retractable Screen CPS Connector Pipe Screen SECTION 2 -SCOPE AND CONTROL OF THE WORK 2-1 AWARD AND EXECUTION OF CONTRACT Within 10-working days after the date of the AGENCY's Notice of Award, the Contractor shall execute and return the following contract documents to the AGENCY: Contract Agreement Faithful Performance Bond Material and Labor Bond Public Liability and Property Damage Insurance Certificate Workers' Compensation Insurance Certificate 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 AGENCY until executed by the authorized AGENCY officials. A corporation to which an award is made may be required, before the Contract Agreement is executed by the AGENCY, 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. Spc11-15 1-3 2-4 CONTRACT BONDS The Faithful Performance Bond shall remain in force for a period of 1 year after the date of recordation of the Notice of Completion. The Material and Labor Bond shall not be for less than 100 percent of the contract price and shall remain in force until 45 days after the date of recordation of the Notice of Completion. 2-5 PLANS AND SPECIFICATIONS 2-5.1 General. 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. 2-5.1.1 Plans. Included as part of the Contract Documents are the following which show the location, character, dimensions, or details of the Work: a) Los Angeles County Department of Public Works Table 8: Full Capture CPS Hydraulic Analysis and Sizing (Appendix I) b) List of Catch Basins Within the City of Rosemead c) Standard Plans and Details (Included in Appendix II): Standard Plans for Public Works Construction promulgated by Public Works Standards, Inc.: 300-2 301-2 302-2 310-2 d) Requirements of the Encroachment Permit issued by the Los Angeles County Department of Public Works. See Appendix IV. 2-5.2 Precedence of Contract Documents. The Special Provisions shall include the Bid Proposal. 2-5.3 Submittals. 2-5.3.1 General (Additions and Amendments). Add the following: Submittals shall be submitted to: Elroy Kiepke, P.E. Willdan Engineering 13191 Crossroads Parkway North, Suite 405 City of Industry, California 91746 Phone: 562-908-6278 Fax: 562-443-4678 Spc11-15 1-4 All submittals shall be submitted prior to the start of the work unless otherwise approved by the Engineer. No work shall begin until the construction schedule has been approved by the Engineer. No work shall begin on the respective items of work which require a submittal until the submittals for those items of work have been approved in writing by the AGENCY. 2-5.3.3 Shop Drawings. Replace the second sentence with the following: The following shop drawings are required: 1) Connector Pipe Screens (CPS) including the flow deflector per Subsection 700-5 of Part 7 of the Special Provisions. 2) Automatic Retractable Screens per Subsection 700-1.2 of Part 7 of these Special Provisions 2-5.3.4 Supporting Information. Add the following: The following additional Supporting Information is required: 1) Connector Pipe Screen (CPS) and Automatic Retractable Screens (ARS) per Part 7 of these Special Provisions. 2) Preliminary Catch Basin Inspection and Measurement Report per Subsection 700-1.5 of Part 7 of these Special Provisions. 3) Onsite testing. 2-6 WORK TO BE DONE. Add the following: The work to be performed or executed under this Contract consists of the installation of Connector Pipe Screen (CPS) and Automatic Retractable Screen (ARS) in existing storm drain catch basins that will reduce the amount of trash entering the storm drain system. It includes other incidental and appurtenant work necessary for the proper completion of the Project. The work shall be performed in accordance with the Specifications for the catch basins listed in the Appendix III list of catch basins within the City of Rosemead.. The estimated quantities of work and materials to be performed, constructed, or furnished by the Contractor under this Contract are as shown in the Bid Schedule. Spc11-15 1-5 SECTION 3 -CHANGES IN WORK 3-2 CHANGES INITIATED BY THE AGENCY 3-2.2.1 Contract Unit Prices. The first two paragraphs of Subsection 3-2.2.1 are hereby deleted and replaced with the following: The AGENCY reserves the right to increase or decrease the amount of any quantity shown and to delete any item from the Contract. 3-3 EXTRA WORK 3-3.2 Payment. Subsection 3-3.2.1 is hereby deleted and replaced with the following. 3-3.2.1 General. When the price for the extra work cannot be agreed upon, payment for extra work by cost plus a differential for labor, materials and equipment shall be considered payment under force account basis. The labor, materials, and equipment provided shall be subject to the approval of the Engineer and compensation will be determined as provided herein. 3-3.2.2 Basis of Establishing Costs. Subsection 3-3.2.2(a) is hereby deleted and replaced with the following: 3-3.2.2(a) Labor. The Contractor will be paid the cost of labor for the workmen (including foremen when authorized by the Engineer), used in the actual and direct performance of the work. The cost of labor, whether the employer is the Contractor, subcontractor, or other forces will be the sum of the following: 3-3.2.2(a).1 Actual Wages. The actual wages paid shall include any employer payments to or on behalf of the workmen for health and welfare, pension, vacation, and similar purposes. 3-3.2.2(a).2 Labor Surcharge. To the actual wages, as defined in Section 3-3.2.2(a).1, will be added a labor surcharge set forth in the Department of Transportation publication entitled "Labor Surcharge and Equipment Rental Rates," which is in effect on the date upon which the work is accomplished and which is a part of the contract. Said labor surcharge shall constitute full compensation for all payments imposed by State and Federal laws and for all other payments made to, or on behalf of, the workmen, other than actual wages as defined in Spc11-15 1-6 Section 3-3.2.2(a).1 and subsistence and travel allowance as specified in Section 3-3.2.2(a).3. 3-3.2.2(a).3 Subsistence and Travel Allowance. The actual subsistence and travel allowance paid to such workmen. Subsection 3-3.2.2(c) is hereby deleted and replaced with the following: 3-3.2.2(c) Tool and Equipment Rental. The Contractor will be paid for the use of equipment at the rental rates listed for such equipment in the Department of Transportation Publication entitled "Labor Surcharge and Equipment Rental Rates," which is in effect on the date upon which the work is accomplished and which is a part of the Contract, regardless of ownership and any rental or other agreement, if such may exist, for the use of such equipment entered into by the Contractor. If it is deemed necessary by the Engineer to use equipment not listed in the said publication, a suitable rental rate for such equipment will be established by the Engineer. The Contractor may furnish any cost data which might assist the Engineer in the establishment of such rental rate. The rental rates paid as provided above shall include the cost of fuel, oil, lubrication, supplies, small tools, necessary attachments, repairs, and maintenance of any kind, depreciation, storage, insurance, and all incidentals. Operators of rented equipment will be paid for as provided in Section 3-3.2.2(a), "Labor." All equipment shall, in the opinion of the Engineer, be in good working condition and suitable for the purpose for which the equipment is to be used. Unless otherwise specified, manufacturer's ratings and manufacturer approved modifications shall be used to classify equipment for the determination of applicable rental rates. Equipment which has no direct power unit shall be powered by a unit of at least the minimum rating recommended by the manufacturer. Individual pieces of equipment or tools not listed in said publication and having a replacement value of $200 or less, whether or not consumed by use, shall be considered to be small tools and no payment will be made therefor. Rental time will not be allowed when equipment is inoperative due to breakdowns. Spc11-15 1-7 3-3.2.2(c).1 Equipment on the Work. The rental time to be paid for equipment on the work shall be the time the equipment is in operation on the extra work being performed, and in addition, shall include the time required to move the equipment to the location of the extra work and return it to the original location or to another location requiring no more time than that required to return it to its original location, except that moving time will not be paid for if the equipment is used at the site of the extra work on other than such extra work. Loading and transporting costs will be allowed, in lieu of moving time, when the equipment is moved by means other than its own powers, except that no payment will be made if the equipment is used at the site of the extra work on other than such extra work. The following shall be used in computing the rental time of equipment on the work: 1. When hourly rates are listed, less than 30 minutes of operation shall be considered to be 2 hour of operation. 2. When daily rates are listed, less than 4 hours of operation shall be considered to be 2 day of operation. 3-3.2.2(c).2 Equipment not on the Work. For the use of equipment moved in on the work and used exclusively for extra work paid for on a force account basis, the Contractor will be paid the rental rates listed in the Department of Transportation publication entitled "Labor Surcharge and Equipment Rental Rates," which is in effect on the date upon which the work is accomplished and which is a part of the Contract, or determined as provided in Section 3-3.2.2(c) and for the cost of transporting the equipment to the location of the work and its return to its original location, all in accordance with the following provisions: 1. The original location of the equipment to be hauled to the location of the work shall be agreed to by the Engineer in advance. 2. The AGENCY will pay the costs of loading and unloading such equipment. 3. The cost of transporting equipment in low bed trailers shall not exceed the hourly rates charged by established haulers. 4. The cost of transporting equipment shall not exceed the applicable minimum established rates of the Public Utilities Commission. Spc11-15 1-8 5. The rental period shall begin at the time the equipment is unloaded at the site of the extra work, shall include each day that the equipment is at the site of the extra work, excluding Saturdays, Sundays, and legal holidays unless the equipment is used to perform the extra work on such days, and shall terminate at the end of the day on which the Engineer directs the Contractor to discontinue the use of such equipment. The rental time to be paid per day will be in accordance with the following: Hours Equipment is in Operation Hours to be paid 0.0 4.00 0.5 4.25 1.0 4.50 1.5 4.75 2.0 5.00 2.5 5.25 3.0 5.50 3.5 5.75 4.0 6.00 4.5 6.25 5.0 6.50 5.5 6.75 6.0 7.00 6.5 7.25 7.0 7.50 7.5 7.75 8.0 8.00 Over 8 Hours in Operation The hours to be paid for equipment which is operated less than 8 hours due to breakdowns shall not exceed 8 less the number of hours the equipment is inoperative due to breakdowns. When hourly rates are listed, less than 30 minutes of operation shall be considered to be 2 hour of operation. When daily rates are listed, payment for 2 day will be made if the equipment is not used. If the equipment is used, payment will be made for 1 day. The minimum rental time to be paid for the entire rental period on an hourly basis shall not be less than 8 hours or if on a daily basis shall not be less than 1 day. Spc11-15 1-9 6. Should the Contractor desire the return of the equipment to a location other than its original location, the AGENCY will pay the cost of transportation in accordance with the above provisions, provided such payment shall not exceed the cost of moving the equipment to the work. 7. Payment for transporting, loading and unloading equipment, as provided above, will not be made if the equipment is used on the work in any other way than upon extra work paid for on a force account basis. When extra work, other than work specifically designated as extra work in the Plans and Specifications, is to be paid for on a force account basis and the Engineer determines that such extra work requires the Contractor to move on to the work equipment which could not reasonably have been expected to be needed in the performance of the Contract, the Engineer may authorize payment for the use of such equipment at equipment rental rates in excess of those listed as applicable for the use of such equipment subject to the following additional conditions: 1. The Engineer shall specifically approve the necessity for the use of particular equipment on such work. 2. The Contractor shall establish, to the satisfaction of the Engineer, that such equipment cannot be obtained from his normal equipment source or sources and those of his subcontractors. 3. The Contractor shall establish to the satisfaction of the Engineer that the proposed equipment rental rate for such equipment from his proposed source is reasonable and appropriate for the expected period of use. 4. The Engineer shall approve the equipment source and the equipment rental rate to be paid by the AGENCY before the Contractor begins work involving the use of said equipment. 3.2.2(c).3 Owner-Operated Equipment. When owner-operated equipment is used to perform extra work to be paid for on a force account basis, the Contractor will be paid for the equipment and operator, as follows: Payment for the equipment will be made in accordance with the provisions in Section 3-3.2.2(c), "Equipment Rental." Payment for the cost of labor and subsistence or travel allowance will be made at the rates paid by the Contractor to other workmen operating similar equipment already on the project or, in the absence Spc11-15 1-10 of such other workmen, at the rates of such labor established by collective bargaining agreements for the type workman and location of work whether or not the owner-operator is actually covered by such an agreement. A labor surcharge will be added to the cost of labor described herein, in accordance with the provisions in Section 3-3.2.2(a), "Labor." To the direct cost of equipment rental and labor, computed as provided herein, will be added to the mark-ups for the equipment rental and labor as provided in Section 3-3.2.3, "Mark-up." 3-3.2.3 Mark-up. The text of Subsection 3-3.2.3 is hereby deleted and replaced with the following: 1. Work by Contractor. The following percentages shall be added to the Contractor's costs and shall constitute the mark-up for all overhead and profits, which shall be deemed to include all items of expense not specifically designated as cost or equipment rental in Sections 3-3.2.2(a) and 3-3.2.2(b), "Materials," and 3-3.2.2(c), "Equipment Rental." Labor 20 Materials Materials 15 Equipment Rental 15 Other Items and Expenditures 15 To the sum of the costs and mark-ups provided for in this subsection, 1 percent shall be added as compensation for bonding. 2. Work by Subcontractor. When all or any part of the extra work is performed by a subcontractor, the mark-up established in Subsection 3-3.2.3(a) shall be applied to the subcontractor=s actual cost of such work, to which a mark-up of 10 percent on the first $2,000 of the subcontracted portion of the extra work and a mark-up of 5 percent on work added in excess of $2,000 of the subcontracted portion of the extra work may be added by the Contractor. 3-5 DISPUTED WORK 3-5.1 Claims and Disputes During Performance. The following procedures and requirements shall apply and be fully complied with for any claim or dispute to be considered for payment as extra work: Spc11-15 1-11 Procedure: A. The Contractor and the AGENCY shall make good-faith attempts to resolve any and all claims and disputes that may from time to time arise during the performance of the Work of this Contract. If the Contractor considers any Work required of them to be outside the requirements of the Contract, or if they consider any instruction, meaning, requirement, ruling or decision of the AGENCY or its representative to be unauthorized, they shall, within seven (7) calendar days after such demand is made, or instruction is given, file a written protest (dispute) with the AGENCY stating clearly and in detail their objection and reason therefore. The Contractor shall promptly comply with the Work required of them even though a written protest has been filed. If a written protest is not issued within seven (7) calendar days, the Contractor shall waive their right to further claim on the specific issue. B. The AGENCY will review the Contractor's written protest and provide a decision, if the Contractor still considers the Work required of them to be outside of the requirements of the Contract, they shall so notify the AGENCY, in writing, within seven (7) calendar days after receiving the decision that a formal claim will be issued. Within thirty (30) calendar days of receiving the decision, the Contractor shall submit their claim and all arguments, justification, cost or estimate, schedule analysis, and detailed documentation supporting their position. Failure to furnish notification within seven (7) calendar days and all justifying documentation within thirty (30) calendar days will result in the Contractor waiving their right to the subject claim. C. Upon receipt of the Contractor's formal claim including all arguments, justification, cost or estimates, schedule analysis, and documentation supporting their position as previously stipulated, the AGENCY or its representative will review the issue and within thirty (30) calendar days from receipt of the Contractor's claim render a final determination. Certification: A. The Contractor shall submit with the claim their and Subcontractors' certifications under penalty of perjury that: 1. The claim is made in good faith. 2. Supporting data are accurate and complete to the best of the Contractor's knowledge and belief. 3. The amount requested accurately reflects the Contract adjustment for which the Contractor believes the AGENCY is liable. Spc11-15 1-12 4. If the Contractor is an individual, the certification shall be executed by that individual. 5. If the Contractor is not an individual, the certification shall be executed by an officer or general partner of the Contractor having overall responsibility for the conduct of the Contractor's affairs. 6. If a false claim is submitted, it will be considered fraud and the Contractor may be subject to criminal prosecution. B. In regard to any claim or portion of a claim for subcontractor work, the Contractor shall fully review said claim and certify said claim, under penalty of perjury, to have been made in good faith. C. Failure to furnish certification as required hereinbefore will result in the Contractor waiving their right to the subject claim. Claim Format A. The Contractor shall submit the claim justification in the following format: 1. Summary of claim merit and quantum plus clause under which the claim is made. 2. List of documents relating to claim: a. Specifications. b. Drawings. c. Clarifications/Requests for information. d. Schedules. e. Other. 3. Chronology of events and correspondence. 4. Analysis of claim merit. 5. Analysis of claim cost. SECTION 4 -CONTROL OF MATERIALS 4-1 MATERIALS AND WORKMANSHIP 4-1.1 General. The Contractor and all subcontractors, suppliers, and vendors, shall guarantee that the entire work will meet all requirements of this Spc11-15 1-13 Contract as to the quality of materials, equipment, and workmanship. The Contractor, at no cost to the AGENCY, shall make any repairs or replacements made necessary by defects in materials, equipment, or workmanship that become evident within 1 year after the date of recordation of the Notice of Completion. Within this 1-year period, the Contractor shall also restore to full compliance with requirements of this contract any portion of the work which is found to not meet those requirements. The Contractor shall hold the AGENCY harmless from claims of any kind arising from damages due to said defects or noncompliance. The Contractor shall make all repairs, replacements, and restorations within 30 days after the date of the Engineer's written notice. The Contractor shall make all repairs, replacements, and restorations within 30 days after the date of the Engineer's written notice. 4-1.4 Test of Materials. Except as elsewhere specified, the AGENCY will bear the cost of testing material and/or workmanship which meet or exceed the requirements indicated in the Standard Specifications and the Special Provisions. The cost of all other tests, including the retesting of material or workmanship that fails to pass the first test shall be borne by the Contractor. 4-1.5 Certification. A Certificate of Compliance shall be furnished prior to the use of any materials for which these Specifications or the Special Provisions require that such a certificate be furnished. In addition, when so authorized in these Specifications or in the Special Provisions, the Engineer may permit the use of certain materials or assemblies prior to sampling and testing if accompanied by a Certificate of Compliance. The certificate shall be signed by the manufacturer of the material or the manufacturer of assembled materials and shall state that the materials involved comply in all respects with the requirements of the specifications. A Certificate of Compliance shall be furnished with each lot of material delivered to the work and the lot so certified shall be clearly identified in the certificate. All materials used on the basis of a Certificate of Compliance may be sampled and tested at any time. The fact that material is used on the basis of a Certificate of Compliance shall not relieve the Contractor of responsibility for incorporating material in the work which conforms to the requirements of the Plans and Specifications, and any such material not conforming to such requirements will be subject to rejection whether in place or not. The AGENCY reserves the right to refuse to permit the use of material on the basis of a Certificate of Compliance. The form of the Certificate of Compliance and its disposition shall be as directed by the Engineer. 4-1.6 Trade Names or Equals. Approval of equipment and materials offered as equivalents to those specified must be obtained prior to the opening of bids as set forth in the Instructions to Bidders. Spc11-15 1-14 4-1.9 Submittals. The Contractor shall examine the Plans and Specifications to verify requirements for submittals of manufacturers data, catalog cuts, shop drawings, test data, samples, etc. Within 35 days after the Award of Contract, the Contractor shall submit to the Engineer five (5) copies of a complete list of all products that are proposed for installation. The list shall be tabulated by specification section and shall reference critical dates for material deliveries to the site; which dates shall also be shown on the construction schedule. All submittals shall be made in ample time to allow for review and approval prior to the date needed. Fifteen working days shall be considered an absolute minimum; requests for substitution, incomplete or improper submittals will require a greater length of time. No time extensions will be granted for the Contractor's failure to allow sufficient time for review. SECTION 5 -UTILITIES 5-1 LOCATION The location and existence of any underground utility or or substructure was obtained from a search of available records. No guarantee is made or implied that the information is complete or accurate. It shall be the Contractor's responsibility alone to determine the exact location of underground utilities or substructures of every nature and to protect them from damage. The Contractor shall excavate and expose all high-risk underground facilities. The Contractor shall notify the owners of all utilities and substructures as set forth in the General Specifications. 5-4 RELOCATION The second sentence of the last paragraph of Subsection 5-4 of the Standard Specifications is hereby deleted and replaced with the following: When not otherwise required by the Plans and Specifications and when directed by the Engineer, the Contractor shall arrange for the relocation of service connections as necessary between the meter and property line or between the meter and limits of construction. 5-5 DELAYS The Contractor will not be entitled to damages or additional payment for delays attributable to utility relocations or alterations if correctly located, noted, and completed in accordance with Subsection 5-1 of the Standard Specifications. The Contractor shall ascertain further detailed information to coordinate his work to this effect. All notification of utility companies shall be done by the Engineer based on Contractor's request as submitted to the Engineer at least 24 hours in advance of Spc11-15 1-15 the needed work. Any costs for delay of the Contractor by utility companies in this regard shall be assigned to the Contractor, if these costs are a result of the Contractor's request being untimely in any respect, except for the utility company not responding at their agreed time before the 24-hour period elapses. Compensation for idle time due to delays shall be in conformance with Subsection 8-1.09 of the State Standard Specifications wherein reference to Section 4-1.03D shall mean Subsection 3-3.1 of the Standard Specifications. SECTION 6 -PROSECUTION, PROGRESS, AND ACCEPTANCE OF THE WORK 6-1 CONSTRUCTION SCHEDULE AND COMMENCEMENT OF WORK The Contractor's proposed construction schedule shall be submitted to the Engineer within 10-working days after the date of the AGENCY's execution of the Contract Agreement. The schedule shall be supported by written statements from each supplier of materials or equipment indicating that all orders have been placed and acknowledged and setting forth the dates each item will be delivered. The Construction Schedule shall be in the Critical Path Method schedule format. 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 utility coordination, discuss construction methods, and clarify inspection procedures. The Contractor shall submit periodic progress reports to the Engineer by the 10th 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. 6-2 PROSECUTION OF WORK The following sentence is hereby added to Section 6-2: The Contractor shall provide the following: (1) The Contractor shall clean up all rubble/debris piles daily. 6-6 DELAYS AND EXTENSIONS OF TIME 6-6.1 General. Utility delays subject to the provisions of Subsection 5-5 of the Standard Specifications shall only be granted time extensions or payment for delay based on strict conformance with Subsections 6-6.2, 6-6.3, and 6-6.4 in the Standard Specifications and as those subsections are modified in the General Conditions. Spc11-15 1-16 6-6.3 Payment for Delays to Contractor Compensation for idle time due to delays shall be in conformance with Subsection 8-1.09 of the State Standard Specifications wherein reference to Section 4-1.03D shall mean Subsection 3-3.1, of the Standard Specifications. 6-6.4 Written Notice and Report. The first sentence of subsection 6-6.4 is hereby deleted and replaced with the following: If the Contractor desires payment for a delay as specified in Subsection 6-6.3 of the Standard Specifications, it shall notify the Engineer in writing within 3 days of beginning of the delay. If the Contractor desires an extension of time as specified in Subsection 6-6.2 of the Standards Specifications, it shall notify the Engineer, in writing, within 3 days of beginning of the delay. Such notice shall specify the nature of the delay, cause, and the conditions which set the beginning time for the delay. 6-7 TIME OF COMPLETION 6-7.1 General. The time for completion shall be as noted in the General Specifications. 6-7.2 Working Day. The Contractor's activities shall be confined to the hours between 7:00 a.m. and 3:30 p.m., Monday through Friday, excluding holidays. Deviation from these hours will not be permitted without the prior consent of the Engineer, except in emergencies involving immediate hazard to persons or property. 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. 6-9 LIQUIDATED DAMAGES The liquidated damages value is hereby amended to be nine hundred sixty dollars ($960) per day. SECTION 7 -RESPONSIBILITIES OF THE CONTRACTOR 7-1 CONTRACTOR'S EQUIPMENT AND FACILITIES A noise level limit of 86 dBA at a distance of 50 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. Spc11-15 1-17 7-2 LABOR 7-2.2 Laws. The Contractor and all subcontractors, suppliers, and vendors shall comply with all AGENCY, 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. In accordance with the Labor Code, as provided in Section 1773, et. seq., the AGENCY has on file in the City Clerk's office the latest prevailing rates as established by the Director of Industrial Relations of the State of California. The Contractor shall not pay less than these rates. 7-3 LIABILITY INSURANCE The first four paragraphs of Section 7-3 are hereby replaced with the following: The Contractor shall procure and maintain for the duration of the contract insurance against claims for injuries to persons or damages to property which may arise from or in connection with the performance of the work hereunder by the Contractor, his agents, representatives, employees, or subcontractors. 7-3.1 Minimum Scope of Insurance. Coverage shall be at least as broad as: 1. Insurance Services Office "Commercial General Liability" policy Form CG 00 01 or the exact equivalent. 2. Insurance Services Office Form No. CA 00 01 covering Automobile Liability, including Symbol I (any auto) or the exact equivalent. 3. Workers’ Compensation on a state-approved policy form providing statutory benefits as required by law and Employer's Liability Insurance. 4. Course of Construction insurance form providing coverage for "all risks" of loss (if required by the contract). 7-3.2 Minimum Limits of Insurance. The Contractor shall maintain limits no less than: 1. Commercial General Liability: $1,000,000 per Contract Article VI per occurrence for bodily injury, personal injury, and property damage. Defense costs must be paid in addition to limits. There shall be no Spc11-15 1-18 cross-liability exclusion for claims or suits by one insured against another. If Commercial General Liability Insurance or other form with a general aggregate limit is used, the general aggregate limit shall be $2,000,000. 2. Automobile Liability: $1,000,000 per accident for bodily injury and property damage. 3. Workers' compensation providing statutory benefits. 4. Employer’s Liability: $1,000,000 per accident for bodily injury or disease. 5. Excess or Umbrella Liability Insurance (Over Primary): if used to meet limit requirements, shall provide coverage at least as broad as specified for the underlying coverages. Any such coverage provided under an umbrella liability policy shall include a "drop down" provision with a maximum $25,000 self-insured retention for liability not covered by primary but covered by the umbrella. Coverage shall be "pay on behalf," with defense costs payable in addition to policy limits. There shall be no cross-liability exclusion precluding coverage for claims or suits by one insured against another. Coverage shall be applicable to the AGENCY for injury to the employees of the Contractor, subcontractors, or others involved in the Work. The scope of coverage provided is subject to approval of the AGENCY following receipt of proof of insurance as required herein. 6. Course of Construction: Completed value of the project. 7-3.3 Deductibles and Self-Insured Retentions. Any deductibles or self-insured retentions must be declared to and approved by the AGENCY. At the option of the AGENCY, either the insurer shall reduce or eliminate such deductibles or self-insured retentions as respects the AGENCY, its officers, officials, employees, and volunteers; or the Contractor shall procure a bond guaranteeing payment of losses and related investigations, claims administration, and defense expenses. 7-3.4 Other Insurance Provisions. The general liability and automobile liability policies are to contain, or be endorsed to contain, the following provisions: 1. The AGENCY, its officers, officials, employees, agents, and volunteers, including Willdan, while acting within the scope of their duties, are to be covered as insureds as respects: all liability arising out of activities or in connection with the Work performed by or on behalf of the Contractor, products and completed operations of the Spc11-15 1-19 Contractor, premises owned, occupied, or used by the Contractor, or automobiles owned, leased, hired, or borrowed by the Contractor, except as provided for in Subsection 6-10. The coverage shall contain no special limitations on the scope of protection afforded to the AGENCY, its officers, officials, employees, agents, or volunteers, including Willdan. 2. For any claims related to this project, the Contractor’s insurance coverage shall be primary insurance as respects the AGENCY, its officers, officials, employees, agents, and volunteers, including Willdan. Any insurance or self-insurance maintained by the AGENCY, its officers, officials, employees, agents, or volunteers, including Willdan, shall be in excess of the Contractor’s insurance and shall not contribute with it. 3. Any failure to comply with reporting or other provisions of the policies, including breaches of warranties, shall not affect coverage provided to the AGENCY, its officers, officials, employees, agents, or volunteers, including Willdan. 4. The Contractor’s insurance shall apply separately to each insured against whom claim is made or suit is brought, except with respect to the limits of the insurer’s liability. 5. Each insurance policy required by this clause shall be endorsed to state that coverage shall not be suspended, voided, canceled by either party, reduced in coverage or in limits, except after thirty (30) days prior written notice by certified mail, return receipt requested, has been given to the AGENCY. Course of construction policies shall be purchased by the Contractor only if required by the contract. The AGENCY may obtain course of construction insurance under its existing property insurance program or through other means. If Contractor obtains this coverage, policies shall contain the following provisions: 1. The AGENCY shall be named as loss payee. 2. The insurer shall waive all rights of subrogation against the AGENCY. 7-3.5 Acceptability of Insurers. Insurance is to be placed with carriers admitted to write insurance in California with a current A. M. Best’s rating of no less than A:VIII. Spc11-15 1-20 7-3.6 Verification of Coverage. The Contractor shall furnish the AGENCY with original endorsements effecting coverage required by this clause. The endorsements are to be signed by a person authorized by that insurer to bind coverage on its behalf. All endorsements are to be received and approved by the AGENCY before work commences. The Contractor’s insurer shall provide complete, certified copies of all required insurance policies, including endorsements effecting the coverage required by these Specifications. 7-3.7 Subcontractors. Contractor shall include all subcontractors as insureds under its policies or shall furnish separate certificates and endorsements for each subcontractor. All coverages for subcontractors shall be subject to all of the requirements stated herein, except that subcontractor shall not be responsible for obtaining course of construction insurance. Except as provided for in Subsection 6-10, the Contractor shall save, keep, and hold harmless the AGENCY and all of its officers, consultants, and agents, including Willdan, from all damages, costs, or expenses in law or equity that may at any time arise or be set up because of damages to property, or of personal injury received by reason of or in the course of performing work, which may be caused by any willful or negligent act or omission by the Contractor, any of the Contractor's employees, or any subcontractor. The AGENCY and all of its officers, consultants, and agents, including Willdan, will not be liable for any accident, loss, or damage to the Work prior to the completion or acceptance of the Work, except as provided for in Subsection 6.10. 7-5 PERMITS The text of Subsection 7-5 of the Standard Specifications is hereby deleted and replaced with the following: Prior to the start of any work, the Contractor shall take out the applicable AGENCY permits and make arrangements for AGENCY inspections. The AGENCY will issue the permits at no charge to the Contractor. The Contractor and all subcontractors shall each obtain a business license from the AGENCY and shall be licensed in accordance with the State Business and Professions Code. The Contractor shall also obtain any and all other permits, licenses, inspections, certificates, or authorizations required by any governing body or entity. The Contractor shall pay all cost incurred by the permit requirements. Spc11-15 1-21 7-8 PROJECT SITE MAINTENANCE 7-8.6 Water Pollution Control. Add the following subsection: 7-8.6.2 Best Management Practices (BMPs). a) General. This Project lies within the boundaries of the Los Angeles Region of the Regional Water Quality Control Board and shall conform to the following requirements:  Waste Discharge Requirements for Municipal Storm Water and Urban Runoff Discharges within the County of Los Angeles, and the Incorporated Cities Therein, Except the City of Long Beach (Order No. 01-182, NPDES No. CAS004001). In order to ensure a minimum level of water quality control, the Contractor shall effectively implement and maintain appropriate Construction Site BMPs, as shown in Table 7-8.6.2(A), and shall comply with the following requirements: 1) Sediments shall not be discharged to the storm drain system or receiving waters. 2) Sediments generated on the Project site shall be contained within the Project site using appropriate BMPs. 3) No construction-related materials: waste, spills, or residue shall be discharged from the Project site to streets, drainage facilities, receiving waters, or adjacent property by wind or runoff. 4) Non-storm water runoff from equipment, vehicle washing, or any other activity shall be contained within the Project site using appropriate BMPs. Spc11-15 1-22 Table 7-8.6.2(A) Construction Site BMPs (1) ID BMP Name Minimum Requirement Temporary Soil Stabilization SS-1 Scheduling (2) X SS-2 Preservation of Existing Vegetation (2) SS-3 Hydraulic Mulch SS-4 Hydroseeding SS-5 Soil Binders SS-6 Straw Mulch SS-7 Geotextiles, Plastic Covers, & Erosion Control Blankets/Mats SS-8 Wood Mulching SS-9 Earth Dikes/Drainage Swales & Ditches SS-10 Outlet Protection/Velocity Dissipation Devices SS-11 Slope Drains Temporary Sediment Control SC-1 Silt Fence SC-2 Desilting Basin SC-3 Sediment Trap SC-4 Check Dam SC-5 Fiber Rolls SC-6 Gravel Bag Berm SC-7 Street Sweeping and Vacuuming (2) X SC-8 Sandbag Barrier (2) X SC-9 Straw Bale Barrier SC-10 Storm Drain Protection (2) X Wind Erosion Control WE-1 Wind Erosion Control Tracking Control TC-1 Stabilized Construction Entrance/Exit (2) TC-2 Stabilized Construction Roadway TC-3 Entrance-Outlet Tire Wash Non-Storm Water Management NS-1 Water Conservation Practices NS-2 Dewatering Operations NS-3 Paving and Grinding Operations (2) NS-4 Temporary Stream Crossing NS-5 Clear Water Diversion NS-6 Illicit Connection/Illegal Discharge Detection and Reporting (2) X NS-7 Potable Water/Irrigation NS-8 Vehicle Equipment Cleaning (2) X NS-9 Vehicle Equipment Fueling (2) NS-10 Vehicle Equipment Maintenance (2) X Waste Management and Material Pollution Control WM-1 Material Delivery (2) X WM-2 Material Use (2) X WM-3 Stockpile Management (2) WM-4 Spill Prevention and Control (2) X WM-5 Solid Waste Management (2) X WM-6 Hazardous Waste Management WM-7 Contaminated Soil Management WM-8 Concrete Waste Management (2) X Spc11-15 1-23 ID BMP Name Minimum Requirement WM-9 Sanitary/Septic Waste Management (2) X WM-10 Liquid Waste Management (1) Additional BMPs may be required as a result of actual field conditions, Contractor activities, or construction operations. (2) As required on all projects as determined by the AGENCY. Water pollution control work shall conform to the requirements in the latest edition of the Los Angeles County Department of Public Works “Construction Site Best Management Practices (BMP) Manual BMP Manual), and addenda thereto issued up to and including, the date of advertisement of the Project. Copies of this manual are available for purchase from: Los Angeles County Dept. of Public Works Cashier’s Office 900 South Fremont Avenue Alhambra, CA 91803 (626) 458-6959 The Contractor shall have a minimum of two readily accessible copies of the BMP Manual on the Project site at all times. The Contractor shall become fully knowledgeable and fully comply with the applicable provisions of the BMP Manual, Permits Permits and Federal, State and local regulations that govern the Contractor’s operations and storm water discharges from the Project site. b) Year-Round Implementation Requirements. The Contractor shall effectuate a year-round program for implementing, inspecting, and maintaining water pollution control practices for wind erosion control, tracking control, erosion and sediment control, non-storm water control, and waste management and materials pollution control. Soil stabilization, erosion and sediment control practices conforming to the “Minimum Requirements” specified in Table 7-8.6.2 (A) shall be implemented throughout the rainy season, defined as between October 15 and April 15, and whenever the National Weather Service predicts rain within 24 hours. The National Weather Service weather forecast shall be monitored by the Contractor on a daily basis. An alternative weather Spc11-15 1-24 forecast service may be used if approved by the Engineer. If precipitation is predicted, the rainy season water pollution control practices shall be deployed prior to the onset of the precipitation. The non-rainy season shall be defined as all days outside the defined rainy season. Disturbed soil areas within the Project site shall be protected in conformance with the requirements in the Manual with an effective combination of tracking control, soil stabilization, and erosion and sediment control. Additionally, if the AGENCY has determined that the Contractor has not properly maintained an effective year round program for implementing, inspecting and maintaining appropriate water pollution control practices for wind erosion control, tracking control, erosion and sediment control, non-storm water control, and waste management and materials pollution control, the Engineer will direct the Contractor to immediately deploy effective BMPs conforming to the requirements in Table 7-8.6.2(A). c) Maintenance The Contractor shall be responsible throughout the duration of the Contract for installing, constructing, inspecting, maintaining, removing and disposing of the water pollution control BMPs. Unless otherwise directed by the Engineer, the Contractor shall be responsible for BMP implementation and maintenance throughout any temporary suspension of the Work. The Project site shall be inspected and findings recorded on a weekly BMP checklist by the Contractor as follows: 1) Prior to a forecast storm; 2) After a precipitation event which causes site runoff; 3) At 24-hour intervals during extended precipitation events; and 4) Routinely, a minimum of once every week. d) Report of Discharge, Notices, or Orders. If the Contractor identifies any discharge into receiving waters in a manner causing, or potentially causing, a condition of pollution, or if the Project receives a written notice or order from any regulatory agency, the Spc11-15 1-25 Contractor shall so inform the Engineer within 24 hours. The Contractor shall submit a written report to the Engineer within five working days of the discharge event, notice or order. The report shall include the following information: 1) The date, time, location, nature of the operation, and type of discharge, including the cause or nature of the notice or order. 2) The water pollution control practices deployed before the discharge event, or prior to receiving the notice or order 3) The date of deployment and type of water pollution control practices deployed after the discharge event, or after receiving the notice or order, including additional measures installed or planned to reduce or prevent recurrence. 4) An implementation and maintenance schedule for any affected water pollution control practices. e) Enforcement and Penalties. The AGENCY is subject to enforcement action by the State Water Resources Control Board (SWRCB), Environmental Protection Agency, private citizens and citizen groups. The AGENCY will assess the Contractor a penalty of $1,000 for each calendar day that the Contractor does not fully implement or comply with the provisions set forth in these Special Provisions. The penalty will be deducted from Contract progress payments due the Contractor if the Contractor is determined by the Engineer to be noncompliant, including but not limited to, the following: 1) Noncompliance with the applicable provisions of the BMP Manual. 2) Noncompliance with the immediate corrective action specified on the AGENCY-issued “Field Notice of BMP Noncompliance” form. 3) Applicable local permits. Spc11-15 1-26 4) Federal, State, and local water pollution control regulations. The Contractor shall be responsible for the costs and for the liabilities imposed by law as a result of the Contractor’s failure to comply with these Special Provisions. Costs and liabilities include, but are not limited to, fines, penalties, and damages whether assessed against the AGENCY or the Contractor, including those levied under the Federal Clean Water Act and the State Porter Cologne Water Quality Act. In addition, the AGENCY will deduct, from any monies due the Contractor, the total amount of any legal fees, staff costs, and consultant fees as a result of the Contractor’s noncompliance with these Special Provisions. The Contractor shall notify the Engineer immediately following receipt of a request from any jurisdictional regulatory agency, to enter, inspect, sample, monitor, or otherwise access the Project site or the Contractor’s records pertaining to water pollution control. f) Payment. Full compensation for the implementation of BMPs, including construction, deployment, maintenance, removal, and the furnishing of all necessary labor, equipment, materials, and all other related costs shall be considered as included in the lump sum Bid price for “IMPLEMENTATION OF BMPs.” Payment will be prorated on a monthly basis over the duration of the Contract. 7-9 PROTECTION AND RESTORATION OF EXISTING IMPROVEMENTS The second paragraph of Subsection 7-9 of the Standard Specifications is hereby deleted and replaced with the following: The work to be performed under this Contract does not require the removal of existing and permanently fixed improvements in order to install the retrofit devices. All removals and property damage resulting from the Contractor’s operations shall be restored and/or repaired within three days at the Contractor’s expense and to the satisfaction of the engineer. The Contractor shall relocate, repair, replace, or reestablish all existing improvements within the project limits which are not designated for removal (e.g., curbs, sidewalks, driveways, fences, walls, sprinkler systems, signs, utility installations, pavements, structures, etc.) which are damaged or removed as a result of his operations or as required by the Plans and Specifications. Spc11-15 1-27 Existing traffic striping, pavement markings, curb markings and catch basin markings shall also be considered as existing improvements and the Contractor shall repaint or replace such striping or markings if damaged or their reflectivity reduced due to construction operations. Relocations, repairs, replacements, or reestablishments shall be at least equal to the existing improvements and shall match such improvements in finish and dimensions unless otherwise specified. The last paragraph of Subsection 7-9 of the Standard Specifications is hereby deleted and replaced with the following: All costs to the Contractor for protecting, removing, restoring, relocating, repairing, replacing, or reestablishing existing improvements shall be included in the bid for the various items of work. 7-10 PUBLIC CONVENIENCE AND SAFETY 7-10.1 Traffic and Access. The Contractor shall notify the occupants of all affected properties at least 48 hours prior to any temporary obstruction of access. Vehicular access to property line shall be maintained, except as required for construction for a reasonable period of time. No overnight closure of any driveway will be allowed, except as permitted by the Engineer. At least one 12-foot wide traffic lane shall be provided for each direction of travel on all streets at all times, except as permitted by the Engineer. The traffic lanes shall be maintained on pavement and shall remain unobstructed. Clearances from traffic lanes shall be 5 feet to the edge of any excavation and 2 feet to the face of any curb, pole, barricade, delineator, or other vertical obstruction. One 4-foot wide paved pedestrian walkway shall be maintained in the parkway area on one side of each street. 7-10.3 Street Closures, Detours, Barricades. Street closures will not be allowed, except as specifically permitted by the Engineer. The Contractor shall prepare any traffic control or detour plans that may be required as directed by the Engineer. Lane transitions shall conform to the Caltrans Traffic Manual, Section 5-08.4, "Transition Area." Temporary traffic channelization shall be accomplished with delineators. At least 7-working days prior to commencing work, the Contractor shall submit his final construction schedule to the Engineer for approval. This schedule shall allow affected people ample "on-street" parking within a Spc11-15 1-28 reasonable distance from their homes and businesses. Requests for changes in the schedule shall be submitted by the Contractor to the Engineer for approval at least 48 hours prior to the scheduled operations on the streets affected. All work shall be scheduled so that all areas are open to traffic between 4p.m. and 8a.m. the following day. Traffic shall be directed through the project with warning signs, cones and flagpersons in a manner that provides maximum safety for traffic and the workers, and the least interruption of the work. All costs incurred in complying with the above requirements shall be considered as included in the bid price for the various items of work. 7-10.4 Safety 7-10.4.4 Confined Spaces. Delete Subparagraphs (b) and (c) and substitute the following: a) Permit-Required Confined Spaces. Entry into permit-required confined spaces as defined in Section 5157, Title 8, CCR, may be required as a part of the Work. All catch basins, manholes, tanks, vaults, or other enclosed or partially enclosed spaces shall be considered permit-required confined spaces until the pre-entry procedures demonstrate otherwise. The Contractor shall implement a permit space program prior to performing any work in a permit-required confined space. A copy of the permit shall be available at all times for review by Contractor and AGENCY personnel at the work site. b) Testing for Safe Atmospheric Conditions. The Contractor shall continuously test for safe atmospheric conditions in each catch basin. Testing shall be done immediately prior to removing the manhole cover and continuously thereafter while working in the basin. Testing shall verify that safe atmosphere conditions exist in the catch basin. Gas meters shall test for oxygen deficiency or enrichment, flammable gases, hydrogen sulfide, and carbon monoxide. The Contractor shall test the atmosphere of the catch basins using a gas meter that tests for all four gases simultaneously. Instruments shall be “bump checked” at the start of each day to verify cali bration. Spc11-15 1-29 Testing instruments are available from: J.G. Tucker & Son 600 A Terrace Drive San Dimas, CA 91773 (800) 441-4307 Fisher Scientific (800) 772-6733 Lab Safety Supply (800) 356-0783 If unsafe readings are indicated, the Contractor shall use a blower to provide continuous ventilation of the catch basin. Entry shall not be made until readings show no hazardous atmospheric conditions exist. The following is a list of pre-approved companies for confined space training: KERR Safety Training (949) 494-2401 GLOBAL Environmental (714) 434-1702 Add the following Subparagraph: c) Payment. Payment for implementing, administering, and providing all materials, equipment and personnel to perform the Confined Space Entry Plan (CSEP), including testing at all locations requiring entry into confined spaces, shall be included in the other item of work and no separate payment thereof. Failure to comply with the above requirements will constitute noncompliance with the Specifications and result in suspension of contract progress payments. 7-10.5 Protection of the Public. Subsection 7-10.5 is hereby added to Section 7 of the Standard Specifications as follows: It is part of the service required of the Contractor to make whatever provisions are necessary to protect the public. The Contractor shall use foresight and shall take such steps and precautions as his operations warrant to protect the public from danger, loss of life, or loss of property which would result from interruption or contamination of public water supply, from interruption of other public service, or from the failure of partly completed Spc11-15 1-30 work or partially removed facilities. Unusual conditions may arise on the work which will require that immediate and unusual provisions be made to protect the public from danger or loss or damage to life and property due directly or indirectly to prosecution of work under this contract. Whenever, in the opinion of the Engineer, an emergency exists against which the Contractor has not taken sufficient precaution for the public safety, protection of utilities and protection of adjacent structures or property which may be damaged by the Contractor's operations and when, in the opinion of the Engineer, immediate action shall be considered necessary in order to protect the public or property due to the Contractor's operations under this contract, the Engineer will order the Contractor to provide a remedy for the unsafe condition. If the Contractor fails to act on the situation within a reasonable time period, the Engineer may provide suitable protection to said interests by causing such work to be done and material to be furnished as, in the opinion of the Engineer, may seem reasonable and necessary. The cost and expense of said labor and material, together with the cost and expense of such repairs as are deemed necessary, shall be borne by the Contractor. All expenses incurred by the AGENCY for emergency repairs will be deducted from the progress payments and the final payment due to the Contractor. However, if the AGENCY does not take such remedial measures, the Contractor is not relieved of the full responsibility for public safety. Temporary "No Parking" signs shall be posted at least 24 hours, but no more than 48 hours, in advance of the work. The signs shall be placed at the location of the catch basin. Signs shall be posted only for the areas necessary to accomplish the work. The Contractor shall provide the signs and will be responsible for adding the dates and hours of closure to the signs, removal of the signs, and furnishing and placing of barricades, if necessary, for posting of signs. All All signs shall be removed within 48 hours after the effective date. 7-15 RECYCLING OF MATERIALS Subsection 7-15 is hereby added to the Standard Specifications. 7-15.1 Contractor’s Obligation. Recycling of asphalt concrete, portland cement concrete, aggregate base, and green waste (trees and shrubs) are required. All recycled materials shall be weighed on a certified weigh scale with weight tickets showing project name. RECORDS OF DISPOSAL, INCLUDING WEIGHT OF MATERIALS, SHALL BE SUBMITTED TO THE AGENCY ON A MONTHLY BASIS. Prior to commencing work, the Contractor shall complete the "Construction and Demolition Waste Reduction and Recycling Plan" form and submit it to the Public Works Department for review and approval. The Contractor will be expected to follow the approved Plan and document results during construction. At the completion of activities, the Contractor shall submit the Spc11-15 1-31 "Construction and Demolition Waste Reduction and Recycling Report" form to the Public Works Department for review and approval of compliance with the Plans. The above-referenced forms are provided in Appendix IV. The Contractor is obligated, under this contract, to recycle the waste material through an approved recycling plant. Payment for recycling of materials shall be included in the unit price for other items of work. No additional payment will be made for recycling of materials. SECTION 8 -FACILITIES FOR AGENCY PERSONNEL No field offices for AGENCY personnel shall be required; however, the AGENCY's personnel shall have the right to enter upon the project at all times and shall be admitted to the offices of the Contractor if so provided by the Contractor for his own personnel. SECTION 9 -MEASUREMENT AND PAYMENT 9-3 PAYMENT 9-3.2 Partial and Final Payment. The text of Subsection 9-3.2 of the Standard Specifications is hereby deleted and replaced with the following: The closure date for the purpose of making partial progress payments will be the last day of each month. The Contractor shall prepare the approximate measurement of the work performed through the closure date and submit it to the AGENCY for approval by the 10th day of the following month. The contractor and/or subcontractor conducting business in the City of Rosemead must obtain an AGENCY business license. In the event that a contractor and/or subcontractor fails to obtain a valid business license the AGENCY will deduct the amount of the required business license fee(s) from the first payment for services. Payments are commonly authorized and made within 30 days following the 10th day of the month submitted. However, payments will be withheld pending receipt of any outstanding reports required by the Contract Documents. In addition, the final progress payment will not be released until the Contractor returns the control set of Plans and Specifications showing the as-built conditions. The full 5-percent retention will be deducted from all progress payments. The final retention will be authorized for final payment 35 days after the date of recordation of the Notice of Completion. The Contractor, however, may receive interest on the retention for the length of construction or receive the retention itself as long as the retention is substituted with escrow holder surety of equal value. Spc11-15 1-32 At the request and expense of the Contractor, retained amounts or securities equivalent to the retained amounts may be deposited with the State Treasurer or a State or Federally chartered bank approved by the AGENCY as the escrow agent, who shall return such monies or securities to the Contractor upon satisfactory completion of the contract. Securities eligible for investment shall include those listed in Section 16430 of the State Government Code or bank or savings and loan certificates of deposit, interest bearing demand deposit accounts, and standby letters of credit. Any escrow agreement entered into shall contain the following provisions: 1. The amount of surety to be deposited; 2. The terms and conditions of conversion to cash in case of default of the Contractor; and 3. The termination of the escrow upon completion of the contract. 9-3.2.1 Claims. Procedures for final payment are hereby supplemented by Caltrans' Standard Specifications, Subsection 9-1.07B, Final Payment and Claims, and Subsections 9-1.03C, 9-1.04, and 9-1.09 where they are referenced from as they pertain to Subsection 9-1.07B. References originating in Subsection 9-1.07B to Subsections 4-1.03, 8-1.06, 8-1.07, 9-1.03A, and 8-1.10 shall refer to Subsections 3-4, 6-7, 6-6, 3-3, and 5-5 respectively of the Standard Specifications. Where Director, Deputy Director, District or State are referenced, it shall mean AGENCY. 9-3.2.2 Alternative Dispute Resolution. After submittal of the proposed final estimate to the Contractor, a meeting shall be held promptly between Contractor and AGENCY, attended by the individuals with decision-making authority regarding the dispute, to attempt in good faith to negotiate a resolution of claims arising under or related to performance of the contract. If, within 30 days after such meeting, the parties have not succeeded in negotiating a resolution of the claims, they will jointly appoint a mutually acceptable neutral person not affiliated with either of the parties (the "neutral"). If they have been unable to agree upon such appointment within 40 days from the initial meeting, the parties shall seek assistance in finding a mutually acceptable neutral. If the parties are unable to agree on a neutral, either party may request that the presiding judge of the Superior Court which would have jurisdiction of the matter if a suit were filed, to appoint the neutral. The fees of the neutral shall be shared equally by the parties. In consultation with the neutral, the parties will select or devise an alternative dispute resolution procedure ("ADR") by which they will Spc11-15 1-33 attempt to resolve the dispute, and, if the parties are unable to agree on such matters within 20 days after the initial consultation with neutral, the procedure, time, and place for the ADR to be held will be decided by the neutral. Unless circumstances require otherwise, the ADR shall be held not later than 60 days after selection of the neutral. The parties agree to participate in good faith in the ADR to its conclusion as designated by the neutral. If the parties are not successful in resolving the dispute through the ADR, then the parties may agree to submit the matter to binding arbitration, or a private adjudicator, or either party may seek an adjudicated resolution through the appropriate court. 9-3.3 Delivered Materials. Materials and equipment delivered but not incorporated into the work will not be included in the estimate for progress partial payment. Spc11-15 7-1 SPECIAL PROVISIONS PART 7 CATCH BASIN RETROFIT SECTION 700 -RETROFIT FOR TRASH PREVENTION 700-1 CURB OPENING AND GRATING CATCH BASINS. 700-1.1 General. The work specified in this subsection includes the furnishing and installation of the Automatic Retractable Screens (ARS) for catch basin opening and Connector Pipe Screen for the pipe outlet, as described herein, into existing storm drain catch basins. These devices are intended to reduce the amount of trash entering the storm drain system through curb opening catch basins or a curb opening catch basin with gratings. All devices shall conform to the following requirements: 1. In curb openings with support bolts, multiple units shall be installed between the existing support bolt(s) to span the entire curb opening width. Each screen shall be hinged independently of the other screens and shall not be attached to any other screen. The maximum clear opening between adjacent screens, adjacent fixed frame members, or between the screens and support bolts shall be 1/2-inch. A maximum of two adjacent screens (units) may be linked and operated by a single mechanism if the vertical internal dimension of the catch basin at the upstream end is not big enough to permit the mechanism to operate the first screen. 2. The existing support bolt(s) shall be protected in place and the operation of the units shall not be hindered by the support bolt(s). 3. The existing horizontal protection bar shall be removed in all curb opening catch basins prior to the installation of an ARS. Each Automatic retractable screen (ARS) shall be fitted with a permanent fixed horizontal 3/4-inch diameter steel bar located at the same distance above the flow line of the catch basin opening as the existing protection bar. This bar shall be welded to the fixed frame of the units. Alternatively, the protection bar may be reinstalled in front of the screens and attached to the face plate of the catch basin per SPPWC 310. The new protection bar shall remain fixed when the screen is opened and and shall not protrude beyond the projected curb face. 4. All parts of ARS units shall be recessed a minimum distance of 1 inch from the projected curb face. The screens shall be recessed a minimum of 1 inch and maximum of 2 inches from the projected curb face. Spc11-15 7-2 5. Screens shall be hinged at the top and shall not obstruct the bottom of the curb opening in the open position. 6. The entire catch basin opening screen cover shall pivot parallel to the street surface from the top only. 7. The catch basin opening screen cover may be installed from inside the catch basin and the installation shall be perpendicular to the street surface. 8. All nuts and bolts shall be secured by a liquid industrial hardener such that nuts and bolts may only be removed by heat application. 9. A catch basin opening screen cover frame may form the perimeter of the opening screen cover. 10. The catch basin opening screen covers shall be removable solely by entry into the catch basin. All parts of the screen cover shall be sized to fit through the maintenance hole or curb opening when the unit is disassembled. 11. The catch basin opening screen covers shall have a means to manually open and close them from the street-side. 12. The catch basin opening screen closing-locking mechanism shall be designed to open when the surface street runoff reaches fifty percent (50%) of the curb height measured directly in front of the catch basin curb opening. The catch basin screen cover shall open towards the interior. The closing-locking mechanism shall remain opened as long as the flow depth exceeds 4 inches and gradually return to the lock position as the flow recedes. 13. The catch basin opening screen covers’ closing mechanism shall be designed to close/lock at a slow speed to ensure that as the screen cover returns to its original closed perpendicular position that no trash (i.e., plastic bottles, soda cans) will become ensnared between the screen cover and the bottom lip of the catch basin opening. 14. The vertical distance between the screen gate and the upper underside of the curb opening shall not exceed three quarters inch (3/4”). The vertical distance between the screen gate and the lower portion of the curb opening shall not exceed one half inch (1/2”). The horizontal distances between the screen gate and the side walls shall not exceed one half inch (1/2”). Spc11-15 7-3 15. The placement of any anchoring system to the concrete walls of the catch basin shall be embedded a minimum of three (3”) inches. All anchoring sleeves shall be of S-304 stainless steel. 16. The catch basin opening screen cover shall remain in the closed and locked position during periods of no rain. The use of torsion springs as a locking mechanism shall not be allowed. 17. The catch basin opening screen cover shall not have any components, accessories, frames, or brackets within the catch basin that will prevent the installation of vertical catch basin inserts or that inhibit the operation of existing catch basin inserts. No catch basin opening screen cover component shall hang lower than the bottom lip of the catch basin curb opening. 18. No catch basin opening screen cover component shall obstruct the catch basin maintenance opening found on the deck of the catch basin. 19. The bottom horizontal lip of the curb opening catch basin shall not be used as an anchor point for the opening screen cover. 20. No part of any unit shall obstruct the connector pipe screen (CPS). The catch basin identification numbers listed in the Catch Basin Table, in Appendix III, mark the location of the catch basins that receive the Automatic Retractable Screen (ARS) and all catch basins shall receive a Connector Pipe Screen except as noted. 700-1.2 Submittals. Prior to initiating fabrication, the Contractor shall submit shop drawings, catalog cuts, and other information required which completely describes the units to be installed under this Contract per Subsection 2-5.3. The following information shall be included to this submittal for each type of unit: 1. Detailed shop drawings and descriptions of all components of the unit, showing all dimensions, materials used, connection details, assembly details, and mounting details. The shop drawings shall clearly describe the mechanical operation of the unit. 2. Calculations shall be provided with the force diagrams that demonstrate that all parts have been properly sized to develop the necessary forces to operate the various mechanisms that automatically open the screen with the flow of water and keep it open when the catch basin floods, and to keep it closed when subject to a force of 25 lbs. The force diagrams and calculations shall be stamped by a Civil or Mechanical Engineer licensed in the State of California. Spc11-15 7-4 3. Installation details and instructions. 4. Warranty information, including contact information for replacement parts. 5. Performance and test data, including a list of existing installations with a contact person from the owner of the facility in which each unit is installed and the date of installation. 6. Recommended cleaning and maintenance schedule and procedures to maintain the proper functioning of the unit, including replacement schedule of parts for the entire unit. 7. Onsite Testing Procedures: Testing procedures in accordance with 700-4.5 for ARS units intended to operate automatically. 700-1.3 Prototype Testing. Prototype units shall be tested for all ARS units that are not listed as "acceptable units" in Section 700-4 of these Special Provisions. The prototype has been accepted and approved by Los Angeles County Department of Public Works for minimum reduction in Catch Basin Hydraulic Capacity and shall be tested to the satisfaction of the AGENCY per the following requirements prior to the commencement of the fabrication of the units: 1. The Contractor will be required to install two prototype units for each type of ARS in a 7-foot wide catch basin located at a site approved by the Engineer. The Contractor shall coordinate the installation with the Engineer as required below. 2 The Contractor shall conduct the testing. The AGENCY shall be invited to observe the testing. 3. The County has established the hydraulic capacity of a 7-foot wide catch basin without any BMP retrofit unit over a range of street flow from 0.5 cfs to 12 cfs. The prototype units shall not reduce the hydraulic capacity of the catch basin at any flow rate within this range by more than 10 percent. 4. The prototype units shall open and close automatically per Section 700-4 when subjected to the varying flow of water from the water source and flows containing debris. The Contractor will be limited in this Contract to a maximum of one test for one prototype ARS unit. One retest will be allowed. Only calibration and adjustment of the unit will be allowed between tests. No parts of the unit shall be replaced between tests. If a prototype unit fails the prototype test, the Contractor will be required to install one of the units listed in Section 700-4 at the Contract Unit Price for the applicable items of work with no additional Spc11-15 7-5 compensation for the required use of a specified unit. The AGENCY reserves the option to waive this stipulation if it is in its best interests. The Contractor shall submit a written request to the Engineer a minimum of 2 weeks in advance of the requested test date. Test results will be provided to the Contractor within 5 working days (not including Fridays) after the test. All costs involved in complying with this requirement shall be considered as included in the Contract Unit Price for the applicable item in the bid. 700-1.4 Manufacturer's Warranty. All devices included in Section 700 of these Special Provisions shall be covered by a three (3) year manufacturer's warranty, starting on the date of acceptance of the project by the AGENCY. The warranty shall cover the devices against corrosion, excessive wearing of moving parts, and operational malfunction for any reason. The manufacturer shall provide, at no cost to the AGENCY, all labor, material and equipment required to repair or replace the the devices during the warranty period including, but not limited to, calibration and adjustment of moving parts to ensure the device operates properly. There shall be no limit to the number of repairs or replacements required during the warranty period to ensure that the devices operate properly. 700-1.5 Preliminary Inspection and Measurement. The Contractor shall inspect each catch basin included in this Contract for unsound conditions such as but not limited to: a) exterior damage, b) bent or missing protection bars, c) damaged manholes, d) damaged face plate, e) other physical damage, f) catch basins requiring protection bars per APWA Standard Plan 310-1. Since these types of conditions may interfere with the installation of retrofit devices, a list of catch basins with such unsound conditions shall be submitted to the Engineer per Subsection 2-5.3. The list shall also identify catch basins that, based on inspection, the Contractor determines are not suited for the type of device listed in the Catch Basin Table. Upon receipt of this information, the Engineer will substitute an appropriate device or a catch basin at a different location. Any subsequently disclosed damage to a catch basin not included in the list submitted by the Contractor will be assumed to be the result of the Contractor's clean out or installation operations and shall be corrected at the Contractor's expense. The dimensions shown in the Catch Basin Table, included in Appendix III, are approximate and included for bid purposes only. The Contractor shall make detailed measurements of each catch basin for the proper fabrication of the devices. Improper fabrication of devices due to errors in the Contractor's measurements shall be corrected at its own expense. The Contractor shall submit written records of its measurements to the Engineer per Subsection 2-5.3. The Contractor shall identify in the measurement records catch basins that, based on actual measurements, are not suited for the type of device Spc11-15 7-6 listed in the Catch Basin Table. Upon receipt of this information, the Engineer will substitute an appropriate device or a catch basin at a different location. 700-2 CLEANING OF EXISTING CATCH BASINS. 700-2.1 General. The Contractor shall furnish all materials, equipment, tools and labor to clean out, i.e., remove trash and debris from within and around all catch basins in which retrofit devices will be installed under this Contract to the maintenance standards specified in this subsection. Clean out shall also include the catch basin connector pipe openings. The catch basin shall be clean at the time of the installation of the retrofit device. Any trash and debris that accumulates between the dates the catch basin is cleaned and the date the device will be installed shall be removed prior to installation of the device at the Contractor's expense. 700-2.2 Removal and Reinstallation of Catch Basin Manhole Covers. The Contractor shall remove the existing manhole cover as required to access the inside of the catch basin and shall reinstall the existing catch basin manhole cover whenever the catch basin is left unattended. Screws or bolts that cannot be reused and were not damaged by the Contractor shall be replaced with new ones meeting the requirements specified in the applicable standard plans as directed by the Engineer. The replacement of the screws or bolts, as directed by the Engineer, will be considered as "Extra Work" per Section 3-3 of the Special Provisions. The Contractor's attention is directed to the possibility that the catch basin cover screws may be frozen. It shall be the Contractor's responsibility to remove these frozen cover screws. If during their removal the catch basin covers or screws should become damaged, it shall be the Contractor's responsibility to replace them in accordance with the applicable standard plan and to redrill and tap new holes, if necessary, at no additional cost to the AGENCY. If heat is used to facilitate removal of frozen cover screws, the screws must be checked the following workday to verify that they have not refrozen. Before leaving a catch basin, the Contractor shall thoroughly clean all debris from the manhole frame and cover. When replacing the catch basin covers, the Contractor shall grease all catch basin cover screws with a high temperature thread lubricant and seal grease (Jet-Lube by Koper-Kote or equal) and shall furnish and replace any missing screws. Spc11-15 7-7 700-2.3 Maintenance Conditions and Maintenance Standards. Following are deficiencies in maintenance conditions and their corresponding maintenance standards which shall apply to this Contract. The clean out of each catch basin shall meet the maintenance standards listed as follows: Description of Maintenance Condition Deficiency Description of Maintenance Standard 1. Trash and debris located immediately in front of curb opening or side opening of catch basin, and on top or between metal grates of grated catch basin. 1. No trash and debris located immediately in front of catch basin opening, and on top or between metal grates. 2. Vegetation growing across and/or blocking the basin opening. 2. No vegetation blocking catch basin opening. 3. Trash and debris in the basin. 3. No trash and debris within the catch basin. 4. Trash and debris in the connector pipe opening, upstream or downstream. 4. No trash and debris in connector pipe opening and/or in the connector pipe for a distance of 6 feet inside from the opening. Trash and debris shall include, but is not limited to, mud, vegetation, and garbage. Upon completion of a clean out operation at a catch basin and before leaving it, the Contractor shall sweep and clean the top surface of the catch basin and the area 2 feet around the basin, and shall remove any trash and debris resulting from the clean out operations. No debris is to be left at a catch basin for future pickup. 700-2.4 Method of Removal. All debris and trash required to be removed from the catch basins shall be removed in a manner to be determined by the Contractor. The Contractor shall not allow any trash or debris to enter the connector pipe or main line as a result of the clean out operations. 700-2.5 Debris Disposal. All debris and trash removed under this Contract shall become the property of the Contractor and shall be legally disposed of away from the basin sites. The Contractor is responsible for proper disposal of the debris and trash, including obtaining approvals from all jurisdictional agencies, as applicable. The Contractor shall be responsible for removing any dead animal from inside a catch basin. The Contractor shall also be Spc11-15 7-8 responsible for contacting and coordinating with the appropriate agency or organization in charge with the pickup and disposal of dead animals. Southeast Area Animal Control Authority (SEAACA) 9777 Seaaca Street Downey, CA 90241 Prior to the start of the Work, the Contractor shall identify his intended disposal sites. In addition, the Contractor shall furnish to the Engineer at the end of each week the original or copies of all invoices or billings for the disposal of debris. The Contractor is responsible for reporting to the disposal facility, as accurately as practical, the jurisdictional percentage of the debris being disposed. These invoices must indicate the weights or volume of debris disposed. Vehicles used by the Contractor to transport debris to approved dumpsites shall be so equipped that spillage does not occur. Covering of the load shall be required to prevent the debris from being blown off the transport vehicle. Vehicles and personnel operating these vehicles that do not comply with this requirement may be ordered removed from the project and shall not be utilized again. 700-2.6 Payment. Full Compensation for furnishing all labor, equipment, and materials for the clean out and disposal of trash and debris from catch basins, including dump fees, shall be considered as included in the other item of work and no separate payment thereof. Bidders are advised that the quantity of debris located within each catch basin is unknown and, therefore, should be taken into consideration when preparing the bid. 700-4 AUTOMATIC RETRACTABLE SCREENS (ARS). 700-4.1 General. An Automatic Retractable Screen (ARS) prevents trash and debris from entering the catch basin during dry weather and moderate storm flows, thereby maintaining trash and debris within the street to be collected by street sweeping and other equipment. It shall open automatically to restore the curb opening with minimal obstruction when the depth of the storm flow in the street exceeds 3 inches. The mechanism for automatically opening the screen shall be any mechanism that collects storm water in a container and uses the weight of that water to operate moving parts that cause the screen to open. The following is a list of Automatic Retractable Catch Basin Screen model and manufacturer accepted by the Los Angeles County Department of Public Works for minimum reduction in Catch Basin Hydraulic Capacity: Spc11-15 7-9 Model: Surf Gate Manufacturer: American Stormwater, Inc. 19500 Normandie Ave. Torrance, CA 90502 Contact: Todd Waters (310) 354-9999, Ext. 284 americanstormwater@yahoo.com www.americanstormwater.com Model: Clean Screen III Manufacturer: United Storm Water, Inc. 14000 E. Valley Blvd. City of Industry, CA 91746-2801 Contact: Tony Baird (877) 717-8676 tbaird@unitedstormwa ter.com Model: Cam Debris Gate Manufacturer: G2 Construction 13331 “H” Garden Drove Blvd. Garden Grove, CA 92843 Contact: John Alvarado (714) 748-4242, Ext. 250 jalvarado@g2construction.com Model: Top Swing Gate Manufacturer: Waterway Solutions LLC 10352 Trask Avenue Unit D Garden Grove, CA 93843 Contact: Terry Slury (310) 592-8712 www.waterwaysolutions.com sales@waterwaysolution.com Model: West Coast Flap Manufacturer: West Coast Storm, Inc. 654 S. Lincoln Ave. San Bernardino, CA 92408 Contact: Ralph Padilla, V.P. Operations (909) 890-5700 rpadilla@wcstorm.net www.westcoaststorm .com Model: Stormwater Treatment System (STS) Model 1 Manufacturer: Enviro Energy, Inc. Contact: Alim Shahad (661) 236-9481 alimshahid@yahoo.com www.enviroenergyinc@gmail.com Bidders are advised that the listing of devices by name in these Special Provisions does not exclude the device from meeting all requirements of these Special Provisions. There shall be no exceptions to this requirement and acceptance of devices not listed in these Special Provisions shall be at the sole discretion of the Engineer. The AGENCY, at its sole discretion, may require prototype testing per Subsection 700-1.3 for listed units if the units vary in design from previously tested models. 700-4.2 Materials and Fabrication. 1. All components, appurtenances, and accessories of the catch basin openings screen cover shall be of S-304 stainless steel. 2. The catch basin opening screen cover frame shall be manufactured/fabricated from S-304 stainless steel, gauge 12. The structural members shall have a minimum thickness of 3/16 inches. Any mounting brackets that may be used to secure the opening screen cover that are not considered structural members, shall be gauge 10. Spc11-15 7-10 3. The catch basin opening screen cover shall be manufactured/fabricated from S-304 stainless steel, gauge 12. The opening screen cover shall have circular openings with a diameter of three quarters (3/4) inch and provide at a minimum fifty percent (50%) open area. 4. The catch basin opening screen cover shall have its outer edges finished as to prevent handling injuries and ensure trash does not become ensnared. 5. The catch basin opening screen cover hinges shall be designed as to prevent slippage/prying off from the street side. 6. The concrete anchor bolts shall be 3/8” wedge anchor, curb face anchor bolts shall be 3/8” socket button head cap screw, tamper resistant anchors, assembly bolts, screws, nuts, and washers shall be fabricated entirely from S-304 stainless steel. 7. An integrated closing-locking mechanism shall be provided on the catch basin opening screen cover that does not solely rely on magnets and/or springs as its locking mechanism. 700-4.3 Installation and Removal. The screen mounting brackets shall be welded to the existing catch basin faceplate assembly or bolted to the concrete walls and soffit of the catch basin. Any faceplate assembly damaged during installation shall be repaired per Section 210-3. All parts of the unit shall be sized to fit through the 24-inch diameter manhole when the unit is disassembled. 700-4.4 Operation. The screens shall open and close automatically with variations in water flow per the requirements of Subsection 700-4.1 of these Special Provisions. All screens shall swing fully open and parallel with the face plate of the catch basin under maximum flow conditions, remain open as long as the flow depth exceeds 50% of the curb height, and return to the mechanically locked and closed position as the flow of water recedes. Any buckets or containers that collect water as part of the automatic mechanism shall be self-draining and be equipped with a means for preventing the bucket from collecting debris that will weigh the bucket down and prevent the screen from automatically closing after the flow of water recedes. Each unit shall be equipped with a mechanism that maintains the screen fully open if the water rises in the catch basin and impedes the operation of the mechanism that operates the screen (i.e., causes the bucket to float, reduces impact forces, etc.). Spc11-15 7-11 700-4.5 Onsite Test. Each unit shall be manually operated upon completion of the installation to ensure that the screen and all moving parts move freely and the screen locks securely in the closed position. Units that are determined by the Engineer to be malfunctioning shall be repaired or replaced at the sole expense of the Contractor. The Engineer will randomly select 25 percent of the catch basins in each phase in which ARS units were installed for testing using water supplied from a fire hydrant or water truck. The Contractor shall be responsible for providing the source of water, including written approval from the water agency if a hydrant is used. Sufficient water shall be provided to cause the ARS units to open with no other assistance as follows: Flowing Water Test 1. Sandbags shall be placed around the catch basin opening to allow the water to pond in front of the catch basin to a depth of 3 inches, measured from the flow line of the catch basin opening. The sandbags shall be located located 5 feet upstream and downstream of the end of the local depression. Sandbags shall also be placed 7 feet from and parallel to the curb face. 2. An impermeable rigid membrane/barrier shall be placed covering the catch basin opening to allow the water to pond in front of the catch basin. The membrane/barrier shall be capable of sealing the catch basin opening without leakage so that the water ponds to the depth required. 3. Once the water reaches the depth described herein, the impermeable membrane shall be removed in one quick and continuous motion to allow the ponded water to instantaneously enter the catch basin and cause the ARS to open. A continuous flow of water shall be provided for at least two minutes after the initial opening of the ARS units in sufficient quantity to maintain the unit open. At the end of the two minutes, the flow of the water shall be stopped and the unit shall close and lock automatically prior to or immediately after the flow into the catch basin stops. 4. This process shall be successfully completed at least two consecutive times without adjustments and/or calibration between trials. Flood Catch Basin Test 1. The catch basin connector pipe shall be plugged to allow water to flood the catch basin. 2. Provide sufficient flowing water to cause the screen to fully open automatically. Continue the flow of water until the water level in the Spc11-15 7-12 catch basin rises to a level 10 inches below the flowline of the local depression. 3. Stop the flow of water and inspect each unit to ensure that the screen remains fully open. 4. If any unit in the catch basin fails, the Contractor shall make adjustments and repeat the test until it is completed successfully. Any units that do not open, close, and lock closed automatically under the test conditions, described herein, shall be repaired or replaced at the sole expense of the Contractor and re-tested. This process shall be repeated until the failed unit passes the test at the sole expense of the Contractor. If more than five of the units tested do not open as described above and require re-testing, the Engineer will select at his/her sole discretion additional catch basins to be tested at no additional cost to the AGENCY. The final adjustments shall be made on other catch basins that have similar configuration as the test catch basin. 700-4.6 Payment. The Contract Unit Price, categorized by range in width of the existing catch basin opening, for ARSs shall be considered full compensation for furnishing and installing all the units required to span the entire width of the existing catch basin opening including all labor, materials and equipment for the installation; submittals; prototype testing; costs associated with the 3-year warranty; onsite testing and calibration; and all other costs involved in the Work not specifically covered by other items of work. The Contractor shall note that some of the catch basins shown on the Catch Basin List in Appendix III may not receive the ARS unit. Only those marked and identified. But due to the limited funding the AGENCY has the option to delete or add a location of a catch basin in the Catch Basin List. Full compensation for furnishing all labor, equipment, and materials for the testing of ARS units shall be considered as included in the Contract Unit Price for the applicable items in the bid. No additional payment will be made for compliance with these testing requirements. 700–5 CONNECTOR PIPE SCREENS (CPS). 700–5.1 General. The CPS prevents trash and debris from entering the storm drain system during dry weather and moderate storm flows by keeping the trash and debris inside the catch basin. 700–5.2 Requirements. The CPS shall be designed to retain all trash larger than 5 mm (0.197 inches) in the catch basin, and shall comply with the following items. 1) The CPS shall be size, fabricated and installed conforming to the Spc11-15 7-13 configurations shown in Appendix I, prepared by the LACDPW. 2) The CPS shall not interfere with the operation of the existing or proposed installed ARS. 3) The CPS unit shall have a sufficient structural integrity to withstand a lateral force of standing water (62.4 lb/ft3) within the catch basin area when the screen becomes100% clogged. The CPS unit shall be bolted to the catch basin walls. 4) The CPS shall be configured with deflector plates or screens preventing trash from falling between the screen and connector pipe. The deflector plate shall be designed to withstand a vertical load of 10 lbs per square foot. 5) The gap at the bottom, sides, and joints of the CPS unit shall not exceed 5mm (0.197 inches). 6) The perimeter of the CPS shall include a structural frame for stiffness, a bolting surface to fasten the CPS to the wall of the catch basin, and support for the upper portion of the CPS unit referred as the “bypass” (see CPS Configuration Appendix I). 7) All parts/components of the CPS CPS unit must be sized to fit through the catch basin’s manhole opening. 8) When the CPS unit encroaches more than 4 inches into the manhole opening, the Contractor shall install a Removable CPS unit. The Removable CPS unit shall be designed and installed with a removable panel allowing access into the catch basin. The removable panel shall be easily disengaged from the rest of CPS assembly upon entry or from the outside of the catch basin. The Contractor shall submit shop drawings for review and approval of the Agency, per Subsection 700-1.2. Full compensation for furnishing and installing the removable CPS unit shall be paid under the Contract Unit Price for “the installation of connector pipe screen(CPS),” and no separate payment thereof. 9) It is the responsibility of the Contractor to field verify the location and dimensions of these basins as listed in the List of Catch Basins in Appendix III. 700–5.3 Materials and Fabrication. The CPS shall meet the following requirements: 1. The CPS frame shall be manufactured/fabricated from Type S-304 stainless steel, or an Agency approved equal stainless steel alloy. The Structural members shall have a minimum thickness of 3/16 inches. 2. The CPS screen shall be manufactured/fabricated from perforated metal of Type S-304 stainless steel, or an Agency approved equal stainless steel alloy. The screen shall have a minimum thickness of fourteen (14) gauge (0.0781 inches) The geometrical opening shape shall have a diameter of 5mm (0.197 inches). Spc11-15 7-14 3. The screen material used shall have at least 50% open area. 4. Any edge of the CPS that is not flush with the wall or floor of the catch basin shall be smooth with no prongs or jagged edges. 5. The assembly bolts, screws, nuts, and washers shall be fabricated entirely from Type S-316 stainless steel. The concrete anchor bolts shall use a Red Head Multi-Set II drop-in anchor, SSRM-38, with Type 316 stainless steel threaded rods, nuts and washers, or Agency approved equal. Spc11-15 APPENDIX I FULL CAPTURE CPS CONFIRUGATION; CPS SIZING TABLE FOR CBs WITH NO ARS; STAFF GAUGE; EXAMPLE CPS LAYOUTS; AND CONNECTOR PIPE LOCATION KEY Spc11-15 APPENDIX II STANDARD DRAWINGS/DETAILS Spc11-15 APPENDIX III LIST OF CATCH BASINS WITHIN THE CITY OF ROSEMEAD Spc11-15 3-1 APPENDIX IV ENCROACHMENT PERMIT LOS ANGELES COUNTY DEPARTMENT OF PUBLIC WORKS Spc11-15 APPENDIX V DEMO FORMS Spc11-15 CITY OF ROSEMEAD POLICY FOR THE REDUCTION AND RECYCLING OF CONSTRUCTION AND DEMOLITION WASTE I. General Background The State of California has responded to the pressing need to divert materials from landfills in order to preserve decreasing landfill capacity and diminishing natural resources. As a result, the California Integrated Waste Management Act (CIWMA) (Assembly Bill 939) was passed in 1989. The bill mandates that by January 1, 1995, each California city and county must divert 25 percent of all solid waste from landfill or transformation facilities through source reduction, recycling, and composting activities. By January 1, 2000, the required waste diversion is 50 percent. The City of Rosemead is committed to achieve and maintain the State mandated 50 percent diversion goal beyond the year 2000. To ensure that solid waste generated in the City of Rosemead is reduced, reused, or recycled, projects greater than or equal to $100,000 in value or greater than or equal to 1,000 square feet in size involving construction, remodeling or demolition, must submit a “Construction and Demolition Waste Reduction and Recycling Report Form” to obtain final building permit approval. II. Covered and Non-Covered Projects a. Covered Projects -All construction, demolition, and renovation projects within the City that is greater than 1,000 square feet or where the total costs of which are, or are projected to be, greater than or equal to $100,000 (“Covered Projects”) shall comply with this Article. b. Non-covered Projects – Applicants for construction, demolition, and renovation projects within the City whose total costs are less than $100,000 or less than 1,000 square feet in size. “Non-covered Projects” shall be encouraged to divert at least 50 percent of all project-related construction and demolition debris. c. Compliance as a Condition of Approval – Compliance with the provisions of this Article shall be listed as a condition of approval on any building or demolition permit issued for a Covered Project. III. Infeasibility Exemption a. Application – If an Applicant for a Covered Project experiences unique circumstances that the Applicant believes make it infeasible to comply with the Diversion Requirement, the Applicant may apply for an exemption at the time that he or she obtains a building permit. b. The Public Works Department shall review the information supplied by the Applicant and may meet with the Applicant to discuss possible ways of meeting the Diversion Requirement. Based on the information supplied by the Applicant, the Public Works Department shall determine whether it is possible for the Applicant to meet the Diversion Requirement. Spc11-15 c. If the Public Works Department determines that it is infeasible for the Applicant to meet the Diversion Requirement due to unique circumstances, he or she shall determine the maximum feasible diversion rate for each material and shall indicate this rate on the Construction and Demolition Waste Reduction and Recycling Plan submitted by the Applicant. The Public Works Department shall return a copy of the Construction and Demolition Waste Reduction and Recycling Plan to the Applicant marked “Approved or Infeasible Exemption” and shall notify the permit issuing entity that the Construction and Demolition Waste Reduction and Recycling Plan has been approved. d. Denial of Exemption – If the Public Works Department determines that it is possible for the Applicant to meet the Diversion Requirement, he or she shall so inform the Applicant in writing. The Applicant shall have 30 days to resubmit a Construction and Demolition Waste Reduction and Recycling Plan. If the Applicant fails to resubmit the Construction and Demolition Waste Reduction and Recycling Plan, or if the resubmitted Construction and Demolition Waste Reduction and Recycling Plan does not comply with the requirements of the plan, the Public Works Department shall deny the Construction and Demolition Waste Reduction and Recycling Plan. IV. Diversion Measurement The methodology used to calculate diversion is based on the Title 14, California Code of Regulations, Article 6.1, Solid Waste Generation Study, Section 18722 et seq., and is consistent with CIWMA measurement protocols. The following equation defines the “Generation-Based Diversion Quantification Methodology”: Generation = Disposal + Diversion Diversion Rate (%) = Diversion Tons Generation Tons V. Instructions Complete the next four pages:  Construction and Demolition Waste Recycling and Disposal Report Form  Part I – Demolition Materials  Part II – Construction Materials  Disposal Facilities and Recycling Facilities Print and sign your name. If you have any questions, please contract Mr. Phil Perkins, City of Rosemead Environmental Consultant, at (626) 791-7304 (office) or (626) 827-0288 (cell). Spc11-15 Construction and Demolition Waste Recycling and Disposal Report Form Owner Name: Date: Property Address: Owner Telephone: Contractor Name: Contractor Contact: Contractor Telephone: Description of Project: Approximate Dollar Value of Construction /Demolition: Approximate Square Footage of Project: Name of Hauler(s): Telephone: Please check waste reduction activities that were used/practiced at this project site: Use of Prefabricated Components Reduced Packaging Reuse of Materials Onsite Other (describe) Accurate Material Estimate Conversion Factors for Selected Loose Materials Concrete 2370 lbs/cu yd 1.18 tons/cu yd 0.84 cu yds/ton Asphalt 1940 lbs/cu yd 0.97 tons/cu yd 1.03 cu yds/ton Brick 2430 lbs/cu yd 1.21 tons/cu yd 0.82 cu yds/ton Dirt 2660 lbs/cu yd 1.33 tons/cu yd 0.75 cu yds/ton Wood 400 lbs/cu yd 0.20 tons/cu yd 5.00 cu yds/ton Gypsum wallboard 500 lbs/cu yd 0.25 tons/cu yd 4.00 cu yds/ton Cardboard 50 lbs/cu yd 0.025 tons/cu yd 40.0 cu yds/ton Spc11-15 Construction and Demolition Waste Material Disposition Summary Fill out the tables below. Use the units of measurement listed under Material Type. Use the conversion factors provided on the previous page. If a different conversion number is used, please provide. If tonnage information is not available, estimates can be provided in “cubic yards.” Part I. DEMOLITION MATERIALS (tons or cubic yards) Material Type (A) Disposed in Class III Landfill Taken to Inert Fills Other Disposal (Describe) Reduced, Recycled or Salvaged How Diverted? (e.g., reused as aggregate, etc.) Concrete (tons) Asphalt (tons) Dirt (cubic yards) Wood (tons) Metals (tons) Mixed Waste (cubic yards) Other (describe) Total Tons A= B= C= D= For City Use Only: Diversion Rate: D /(A+B+C+D) = Spc11-15 Part II. CONSTRUCTION MATERIALS (tons or cubic yards) Material Type Disposed in Landfills Taken to Inert Fills Other (describe) Reduced, Recycled or Salvaged How Diverted? (e.g., reused as aggregate, etc.) Concrete (tons) Asphalt (tons) Dirt (cubic yards) Wood (tons) Metals (tons) Mixed Waste (cubic yards) Other (describe) Total Tons or Cubic Yards A= B= C= D= For City Use Only Diversion Rate: D /(A+B+C+D) = Spc11-15 I. Disposal Facilities Please name the facilities (e.g., landfill or inert facility name) materials are taken to: Facility Name Total Tons or Cubic Yards Facility Name Total Tons or Cubic Yards Facility Name Total Tons or Cubic Yards ****************************************** II. Recycling Facilities Please name the recycling facilities or recycler (materials given or sold to): Recycler /Recycling Facility Name Total Tons or Cubic Yards Recycler /Recycling Facility Name Total Tons or Cubic Yards Recycler /Recycling Facility Name Total Tons or Cubic Yards To the best of my knowledge, the above estimate and attached weigh ticket documentation are an accurate representation of the disposition of the construction and demolition materials generated on-site at the construction job. I understand that the City may audit disposal and recycling documentation related to this survey. Print Name Signature Date Final Review Approval Phil Perkins, Environmental Consultant Date