Loading...
Mission Drive Street Resurfacing Specifiactions (2) CITY OF ROSEMEAD CALIFORNIA CONTRACT DOCUMENTS SPECIFICATIONS AND STANDARD DRAWINGS FOR MISSION DRIVE STREET RESURFACING PROJECT FROM WESTERLY CITY LIMIT TO ROSEMEAD BOULEVARD PROJECT 2N10o07 FISCAL YEAR 2011 2012 IN THE CITY OF ROSEMEAD PUBLIC WORKS DEPARTMENT ENGINEERING DIVISION 8838 E VALLEY BOULEVARD ROSEMEAD CA 91770 TELEPHONE 626 5692151 FAX 626 3079218 SCHEDULED BID OPENING JUNE 6T 2012 CITY OF ROSEMEAD MISSION DRIVE STREET RESURFACING PROJECT FROM WESTERLY CITY LIMIT TO ROSEMEAD BOULEVARD PROJECT No 21007 TABLE OF CONTENTS BIDDING DOCUMENTS 1 Notice Inviting Bids NIB1 NIB 2 2 Instructions to Bidders ITBA ITB10 3 Contract Bid Forms CBF1 CBF13 CONTRACT AGREEMENT 1 Contract Agreement and Insurance Requirements 2 Performance Bond 3 Payment Bond CONTRACT APPENDIX Part A General Provisions 137 Part B Supplemental General Conditions17 Part C Technical Provisions TP1 TP24 Part D Appendix Exhibit A Reduced Construction Plans SPPWC Standard Plans Survey Monument Standard Detail CITY OF ROSEMEAD MISSION DRIVE STREET RESURFACING PROJECT FROM WESTERLY CITY LIMIT TO ROSEMEAD BOULEVARD PROJECT No 21007 NOTICE INVITING BIDS CITY OF ROSEMEAD NOTICE INVITING BIDS PROJECT No 201210 NOTICE IS HEREBY GIVEN that the CITY OF ROSEMEAD California will receive sealed bids up to 130 colock am on Wednesday the 65t day of June 2012 and MISSION DRIVE STREET RESURFACING PROJECT From Westerly City Limit to Rosemead Boulevard PROJECT No 21007 Mission Drive must be paved between the days of July 16 and August 17 2012 The project consist of Cold Mill ARHM overlay miscellaneous concrete work survey well monuments striping flashing cross walk and other related work as described in the Plans Specifications and Contract Documents by this reference made a part hereof The esngineer estimate for this project is 09020 The successful bidder shall have THIRTY 30 calendar days to complete the work Liquidated damages shall be 50000 per working day Plans Specifications and Contract Documents may be obtained at the office of the City Clerk of the CITY OF ROSEMEAD 8838 E Valley Boulevard Rosemead California 91770 626 5692177 for a non refundable charge of 0205 0205 and 040 if mailing is requested Each bid must be accompanied by a bsidder security in an amount not less than 10 of the amount of the bid as a guarantee that the bidder will if awarded the Contract enter into a satisfactory agreement and provide a Performance Bond and a Payment Bond each not less than 100 of the total amount of the bid price No bidder may withdraw his bid for a period of sixtyone 61 days after the above bid opening date The CITY OF ROSEMEAD will affirmatively insure the disadvantaged business enterprises will be afforded full opportunity to submit bids in response to this invitation and will not be discriminated against on the grounds of race color disability sex or national origin in the consideration for an award Any contract entered into pursuant to this notice will incorporate the provisions of the State Labor Code Compliance with the prevailing rates of wage and apprenticeship employment standards established by the State Director of Industrial Relations will be required Copies of of prevailing wage rates are on file and are available for inspection in the office of the City Clerk 8838 East Valley Boulevard Rosemead CA 91770 Bidders shall be licensed in accordance with the provision of Chapter 9 Division 111 of the Business and Professions Code of the State of California Bidder shall have a Class A license in good standing at the time Bids are received NIB 1 The Council reserves the right to reject any and all bids and to waive any informality technical defect or minor irregularity in any bid submitted An award of service shall not be final until the bids have been reviewed and a Contract Agreement with the City has been signed by the lowest responsible bidder and by the City Award of Service Agreement is proposed for June 6 2012 Dated this 2012 GLORIA MOLLEDA CITY CLERK Publish May 24 31 2012 NIB 2 CITY OF ROSEMEAD MISSION DRIVE STREET RESURFACING PROJECT FROM WESTERLY CITY LIMIT TO ROSEMEAD BOULEVARD PROJECT No 21007 INSTRUCTION TO BIDDERS TABLE OF CONTENTS Paae 1 AVAILABILITY OF BID DOCUMENTS 1 2 EXAMINATION OF BID DOCUMENTS 1 3 INTERPRETATION OF BID DOCUMENTS 1 4 INSPECTION OF SITE PREBID CONFERENCE AND SITE WALK 2 5 ADDENDA 2 6 PREPARATION OF BIDS 2 7 ALTERNATE BIDS 3 8 MODIFICATIONS OF BIDS 3 9 SIGNING OF BIDS 3 10 BID GUARANTEE BOND 4 11 SUBMISSION OF SEALED BIDS 4 12 DELIVERY AND OPENING OF BIDS 5 13 WITHDRAWAL OF BID 5 14 AWARD PROCESS 5 15 DESIGNATION OF SUBCONTRACTORS 5 16 LICENSING REQUIREMENTS 6 17 DISQUALIFICATION OF BIDDERS INTEREST IN MORE THAN ONE BID 6 18 INSURANCE REQUIREMENTS 6 19 REQUIRED BIDDER CERTIFICATIONS 6 20 BASIS OF AWARD BALANCED BIDS 6 21 FILING OF BID PROTESTS 7 22 PERFORMANCE BOND AND PAYMENT BOND REQUIREMENTS 7 23 EXPERIENCE AND TECHNICAL REQUIREMENTS 7 24 SALES AND OTHER APPLICABLE TAXES PERMITS LICENSES AND FEES 8 25 EXECUTION OF CONTRACT 8 26 OWNER RIGHTS 8 27 BSIDDER RESPONSIVENESS 8 28 BSIDDER RESPONSIVENESS CHECKLIST 8 29 CONTRACT BID FORMS LISTS OF SUBCONTRACTORS 9 30 RESPONSIBILITY CRITERIA 10 Im INSTRUCTIONS TO BIDDERS All Bids must be made in accordance with these Instructions to Bidders ITB Unless specifically noted capitalized terms are used as defined in the General Conditions found in Part B of the Contract Appendix All terms defined in the General Conditions which occur in the Bid Documents and Contract shall have meanings as defined therein 1 AVAILABILITY OF BID DOCUMENTS Bids must be submitted to the Owner on the Contract Bid Forms which are a part ofthe Bid Package for the Project Prospective bidders may obtain one 1 complete set of Bid Documents Bid Documents may be obtained from the Owner at the lsocation and at the tsime indicated in the Notice Inviting Bids Prospective bidders are encouraged to telephone in advance to determine the availability of Bid Documents Any applicable charges for the Bid Documents are outlined in the Notice Inviting Bids The Owner may also make the Bid Documents available for review at one or more plan rooms as indicated in the Notice Inviting Bids Please Note Prospective bidders who choose to review the Bid Documents at a plan room must contact the Owner to purchase the required Bid Documents if they decide to submit a bid for the Project 2 EXAMINATION OF BID DOCUMENTS The Owner has made copies of the Bid Documents available as indicated above Bidders shall be solely responsible for examining the Project Site and the Bid Documents including any Addenda issued during the bidding period and for informing itself with respect to local labor availability means of transportation necessity for security laws and codes local permit requirements wage scales local tax structure contractors licensing requirements availability of required insurance and other factors that could affect the Work Bidders are responsible for consulting the standards referenced in the Contract titled Specifications Failure of Bidder to so examine and inform itself shall be at its sole risk and no relief for error or omission will be given except as required under State law 3 INTERPRETATION OF BID DOCUMENTS Any request for an interpretation or clarification of the Bid Documents must be submitted in writing by Bidder via telex telegram or facsimile to the Oswner Project Engineer Any response that the Owner may choose to make for purposes of interpretation or clarification will be in writing and made available to all the listed holders of the Bid Documents The Owner will respond to all writtenfaxed Bsidder inquiries received at least seventy two 72 hours before the scheduled bid opening date for which in its sole judgment a response is in the best interest of the Owner Where such interpretation or clarification requires a change in the Bid Documents the Owner will prepare and issue an Addendum to the Bid Documents The Owner shall not be bound by and Bidder shall not rely upon any oral interpretation or clarification of the Bid Documents The bidding process and terms and conditions will be in strict accordance with the following Bid Documents a Notice Inviting Bids b Instructions to Bidders C Contract Bid Bid Forms d Contract ITB 1 e Contract Appendix Part A General Conditions Part B Supplementary General Conditions PartC Technical Provisions PartD Appendix f Any Addenda Issued by the Owner 4 INSPECTION OF SITE PREBID CONFERENCE AND SITE WALK Each prospective bidder is responsible forfully acquainting himself with the conditions of the Project Site which may include more than one site as well as those relating to the construction and labor of the Project to fully understand the facilities difficulties and restrictions which may impact the total and adequate completion of the Project 5 ADDENDA The Owner reserves the right to revise the Bid Documents prior to the bid opening date Revisions if any shall be made by written Addenda Pursuant to Public Contract Code Section 45104 if the Owner issues an Addendum later than 72 hours prior to the deadline for submission of bids and the Addendum requires material changes additions or deletions to the description of the work to be performed or the content form or manner of submission of bids the Owner will extend the deadline for submission of bids by at least 72 hours Otherwise the Owner may determine in its sole discretion whether an Addendum requires that the date set for opening bids be postponed The announcement of the new date if any shall be made by Addenda Each prospective bidder shall provide Owner a name address and facsimile number to which Bid Document Addenda may be sent as well as a telephone number by which the Owner can contact the Bidder Copies of Addenda will be furnished by telex telegram facsimile first class mail express mail or other proper means of delivery without charge to all parties who have obtained a copy of the Bid Documents and provided such current information Please Note Bidders are primarily and ultimately responsible for ensuring that they have received any and all Addenda To this end each Bidder should contact the Development Services Department to verify that he has received all Addenda issued if any Bidders must acknowledge receipt of all Addenda if any in its Bid Letter Failure to acknowledge receipt of all Addenda may cause its Bid to be deemed incomplete and nonresponsive 6 PREPARATION OF BIDS Bids shall be prepared only using copies of the Contract Bid Forms provided with the Bid Documents The use of substitute bid forms other than clear and correct photocopies of those provided by the Owner will not be permitted and may result in the Bid being declared nonresponsive Bid Letters shall be executed by an authorized signatory as described in these Instructions to Bidders In addition Bidders shall fill in all blank spaces including inserting NAwhere applicable and initial all interlineations alterations or erasures to the Contract Bid Forms Bidders shall neither delete modify nor supplement the printed matter on the Contract Bid Forms nor make substitutions thereon USE OF INK INDELIBLE PENCIL OR A TYPEWRITER IS REQUIRED ITB 2 7 ALTERNATE BIDS If alternate bid items are called for in the Bid Documents the lowest bid will be determined on the basis of the base bid only but the Owner may choose to award the contract on the basis of the base bid alone or the base bid and any alternate or combination of alternates Since the time for the alternate bid items has already been factored into the Contract Time no additional Contract Time will be awarded for any of the alternate bid items Because the Owner may elect to include one or more of the alternate bid items or to otherwise remove certain bid items from the Project scope of work each Bidder must ensure that each bid item contains a proportionate share of profit overhead and other costs or expenses which will be incurred by the Bidder Bidders shall not unevenly weight or allocate their overhead and profit to one or more particular bid items 8 MODIFICATIONS OF BIDS Each Bidder shall submit its Bid in strict conformity with the requirements of the Bid Documents Each Bid prepared by Bidder shall be complete in itself and shall be submitted within a sealed envelope in accordance with the instructions herein Unauthorized conditions limitations exclusions or provisions attached to a Bid will render it nonresponsive and may cause its rejection Bidders shall neither delete modify nor supplement the printed matter on the Contract Bid Forms nor make substitutions thereon ORAL TELEPHONIC AND FACSIMILE BIDS OR MODIFICATIONS WILL NOT BE CONSIDERED 7KC3ilkIII All Bids submitted shall be executed by the Bidder or its authorized representative Bidders will be asked to provide evidence in the form of an authenticated resolution of its Board of Directors or a Power of Attorney evidencing the capacity of the person signing the Bid to bind the Bidder to each Bid and to any Contract arising therefrom If a Bidder is a joint venture or partnership it will be asked to submit an authenticated Power of Attorney executed by each joint venturer or partner appointing and designating one of the joint venturers or partners as a management sponsor to execute the Bid on behalf of Bidder Only that joint venturer or partner shall execute the Bid The Power of Attorney shall also 1 authorize that particularjoint venturer or partner to act for and bind Bidder in all matters relating to the Bid and 2 provide that each venturer or partner shall be jointly and severally liable for any and all of the duties and obligations of Bidder assumed under the Bid and under any Contract arising therefrom The Bid shall be executed by the designated joint venturer or partner on behalf of the joint venture or partnership in its legal name 10 BID GUARANTEE BOND Each bid proposal shall be accompanied by a certified or csashier check bid bond the bid bond must be submitted on the form included in these Bid Documents or equivalent substitution in lieu of a bond as authorized by Code of Civil Procedure Section 791905 in an amount not less than 10 of the Total Bid Price Any check bond or other substitute must be made payable to the Owner and shall be be given as a guarantee that the Bidder will enter into the Contract described in the Bid Documents if awarded the work and will provide a satisfactory Performance Bond Payment Bond the required insurance certificates and endorsements and any other certifications as may be required by the Contract By submitting a proposal each bidder agrees that its failure to enter the Contract if awarded the work or to provide the Bonds and other information or documentation described above would result in damage to the Owner and that it would be impracticable or ITB 3 extremely difficult to ascertain the actual amount of that damage For this reason each bidder agrees that the Owner may retain the bid proposal guarantee as liquidated damages if the bidder is awarded the work but fails or refuses to timely enter into the Contract or to provide the Bonds and other information or documentation described above except as may otherwise be required by California law If electing to provide a Bid Bond as set forth above each Bidder must obtain such a bond from an admitted surety insurer as defined in Code of Civil Procedure Section 192905 authorized to do business as such in the State of California and satisfactory to the Owner In addition the Bid Bond must be submitted on the form furnished by the Owner or one substantially in conformance with the Oswner form if previously approved in writing by the Owner Certified or csashier checks must be drawn on a solvent state bank or a California branch of a solvent national bank After the Owner has made an award to the successful Bidder and the Bidder has signed a Contract submitted the necessary bonds original insurance certificates and endorsements and any other certifications as may be required by the Contract the remaining Bid guarantees shall be returned to each particular bidder if requested by that bidder If the Owner rejects all Bids it will promptly return to all Bidders their Bid guarantees 11 SUBMISSION OF SEALED BIDS Once the Bid and supporting documents herein have been completed and signed as set forth above they shall be placed along with the Bid Guarantee and any proposed sketches and brochures or other materials required by these instructions in an envelope sealed addressed and delivered or mailed postage prepaid to the Owner at the place and to the attention of the person indicated in the Notice Inviting Bids NO ORAL TELEPHONIC OR FACSIMILE FORMS WILL BE CONSIDERED The envelope shall also contain the following in the lower lefthand corner thereof Bid of Insert Name of the Comoany for MISSION DRIVE STREET RESURFACING PROJECT PROJECT No consideration shall be given by the Owner to bid proposals received after the date and time set for the opening of bids as provided in the Notice Inviting Bids 12 DELIVERY AND OPENING OF BIDS Bids will be received by the Owner at the address shown in the Notice Inviting Bids up to the date and time shown therein The Owner will leave unopened any Bid received after the specified date and time and any such unopened Bid will be returned to the Bidder It is the Bsidder sole responsibility to ensure that its Bid is received as stipulated Bids maybe submitted earlier than the dsates and tsime indicated Bids will be opened at the date and time stated in the Notice Inviting Bids and the amount of each Bid will be read aloud and recorded All Bidders may if they desire attend the opening of Bids Owner reserves the right to reject any or all Bids to waive any informality or irregularity in any Bid received where such waiver is in the best interests of the Owner and to be the sole judge of the merits of the respective Bids received In the event of a discrepancy between the written amount of the Bid Price and the numerical amount of the Bid Price the written amount shall govern 13 WITHDRAWAL OF BID Prior to the bid opening date a Bid may be withdrawn by the Bidder by means of a written request signed by the Bidder or its properly authorized representative If a Bidder to whom the award is made fails or refuses to sign a Contract or to furnish the bonds certificates and endorsements required below within the time specified in these Instructions to Bidders below the funds represented by the Bid Guarantee cash cashiers check or Bid bond described above shall be forfeited and become and remain the property of the Owner the amount thereof being previously agreed to by the Bidder and the surety to be due the Owner because of the damage resulting from the delay in the execution of the Contract and in the performance of Work thereunder 14 AWARD PROCESS Once all Bids are opened and reviewed to determine the lowest responsive and responsible bidder the City Council will make all necessary decisions and awards The apparent successful bidder should at this point begin to prepare the following documents 1 the Performance Bond 2 the Payment Bond and 3 the required insurance certificates and endorsements Once the Owner issues a Notice of Award the successful bidder will have seven 7 Working Days from the date of this letter to supply the Owner with all of the required documents and certifications Regardless whether the successful bidder supplies the required documents and certifications in a timely manner the Contract Time will begin to run ten 10 Working Days from the date of the Notice of Proceed Once the Owner receives all of the properly drafted and executed documents and certifications from the successful bidder the Owner shall issue a Notice to Proceed to that successful bidder 15 DESIGNATION OF SUBCONTRACTORS Pursuant to state law the Bidders must designate the name and location of each subcontractor who will perform work or render services forthe prime Bidder in an amount that exceeds onehalf of one percent05 of the Bsidder Total Bid Price as well as the portion of work each such subcontractor will perform Bidders must make these designations as well as any others requested by the Owner on the document titled List of Proposed Subcontractors which has been included with the Contract Bid Forms Pursuant to Public Contract Code Section 4104 the Owner has determined that it will allow Bidders twentyfour 24 additional hours after the deadline for submission of bids to submit the information requested by the Owner about each subcontractor other than the name and location of each subcontractor 16 LICENSING REQUIREMENTS Pursuant to Section 710258 of the Business and Professions Code and Section 3300 of the Public Contract Code all bidders must possess proper licenses for performance of this Contract Subcontractors must possess the appropriate licenses for each specialty subcontracted Pursuantto Section 75028 of the Business and Professions Code the Owner shall consider any bid submitted by a contractor not currently licensed in accordance with state law and pursuant to the requirements found in the Bid Documents to be nonresponsive and the Owner shall reject the Bid The Owner shall have the right to request and the Bidders shall provide within five 5 Calendar Days evidence satisfactory to the Owner of all valid lsicense currently held by that Bidder and each of the Bsidder subcontractors before awarding the Contract 17 DISQUALIFICATION OF BIDDERS INTEREST IN MORE THAN ONE BID No bidder shall be allowed to make submit or be interested in more than one bid However a person firm corporation or other entity that has submitted a subproposal to a bidder or that has quoted prices of materials to a bidder is not thereby disqualified from submitting a subproposal or quoting prices to other bidders submitting a bid to the Owner 18 INSURANCE REQUIREMENTS Within the time specified in these Instructions to Bidders above Bidder shall provide the Ownerwith four identical counterparts of all required insurance certificates and endorsements as specified in the Bid Documents Failure to do so may in the sole discretion of Owner result in the forfeiture of the Bid Guarantee All insurance is to be placed with insurers with a currentMABsest rating of no less thanAVIII licensed to do business in California and satisfactory to the Owner 19 REQUIRED BIDDER CERTIFICATIONS Bidders must comply with the following A CONTRACT BID FORMS Within the Contract Bid Documents the bidder must certify to various information including but not limited to the accuracy of the representations made in the Contract Bid Forms B NON COLLUSION AFFIDAVIT Pursuant to Public Contract Code Section 7106 each Bidder must execute and submit with its bid the statutorily mandated non collusion affidavit included in the Bid Documents 20 BASIS OF AWARD BALANCED BIDS The Owner shall award Contracts to onlythe lowest responsible Bidders submitting responsive Bids as required by law The Owner reserves the right to reject any or all Bids The Owner may reject any Bid which in its opinion when compared to other bids received or to the Oswner internal estimates does not accurately reflect the cost to perform the Work In addition because the Owner may elect to include or exclude any of the bid items and alternate bid items at its sole and absolute discretion each Bidder must ensure that each bid item contains a proportionate share of profit overhead and other costs or expenses which will be incurred by the Bidder The Owner may reject as non responsive any bid which unevenly weights or allocates overhead and profit to one or more particular bid items 21 FILING OF BID PROTESTS Bidders may file a protest of a contract award with the Oswner Project Manager In order for a Bsidder protest to be considered valid the protest must A Be filed in writing within five 5 Working Days after the bid opening date B Clearly identify the specific accusation involved C Clearly identify the specific Owner StaffBoard recommendation being protested D Specify in detail the grounds of the protest and the facts supporting the protest E Include all relevant supporting documentation with the protest at time of filing If the protest does not comply with each and every one of these requirements it will be rejected as invalid If the protest is valid the Oswner Project Engineer or other designated Owner staff member shall review the basis of the protest and all relevant information The Project Engineer will deny or concur HOW with the protest and provide a written decision to the protestor The protestor may then appeal the decision of the Project engineer to the City Engineer 22 PERFORMANCE BOND AND PAYMENT BOND REQUIREMENTS Within the time specified in these Instructions to Bidders above the Bidder to whom a Contract is awarded shall deliver to the Owner four identical counterparts of the Performance Bond and Payment Bond in the form supplied by the Owner and included in the Bid Documents Failure to do so may in the sole discretion of Owner result in the forfeiture of the Bid Guarantee The surety supplying the bond must be an admitted surety insurer as defined in Code of Civil Procedure Section 192905 authorized to do business as such in the State of California and satisfactory to the Owner The Performance Bond shall be for one hundred percent 100 of the Total Bid Price and the Payment Bond shall also be for one hundred percent 100 of the Total Bid Price Contractor shall require pursuant to Public Contract Code article 4108 all all subcontractors providing labor and materials in excess of the dollar amount indicated in the Notice Inviting Bids to supply Payment and Performance Bonds in the amounts and manner required of the Contractor The Contractor shall specify this requirement for subcontractor bonds in his written or published request for subcontractor bids 23 EXPERIENCE AND TECHNICAL REQUIREMENTS Bidders are required to provide the experience and qualification information required as part of the Contract Bid Forms The purpose of this data is to provide the information necessary for the Owner to determine whether Bidders have the necessary experience in order to responsibly carry out the Work Each Bidder shall answer all questions and provide information requested by the Contract Bid Forms 24 SALES AND OTHER APPLICABLE TAXES PERMITS LICENSES AND FEES Contractor and its subcontractors performing work under this Contract will be required to pay California sales and other applicable taxes and to pay for permits licenses and fees required bythe agencies with authority in the jurisdiction in which the work will be located unless otherwise expressly provided by the Bid Documents 25 EXECUTION OF CONTRACT The Bidder to whom an award is made shall execute the Contract in the amount of its Total Bid Price and furnish the required insurance certificates and endorsements as well as Performance and Payment Bonds in a timely manner The Owner may require appropriate evidence that the persons executing the Contract and the bonds for both the Bidder and its surety or sureties are duly empowered to do so 26 OWNER RIGHTS The Owner may investigate the qualifications of any Bidder under consideration require confirmation of information furnished by a Bidder and require additional evidence of qualifications to perform the work described in these Bid Documents The Owner reserves the right to A Reject any or all of the Bids if such action is in the best interest of the Owner ITB 7 B Issue subsequent Notices Inviting Bids C Cancel this entire Notice Inviting Bids D Appoint evaluation committees to review any or all Bids E Seek the assistance of outside technical experts to validate the Bsid F Approve or disapprove the use of particular subcontractors G Waive informalities and irregularities in Bids The Notice Inviting Bids does not commit the Owner to enter into a contract nor does it obligate the Owner to pay any costs incurred in preparation and submission of Bids or in anticipation of a contract 27 BSIDDER RESPONSIVENESS The Owner will evaluate Bids for responsiveness at the time of Bid opening and before award is made A Bid must be in strict compliance with the commercial and technical specifications without exception Only Bids which conform in all material respects to the Bid Documents can be eligible for award A Bid not meeting the requirements of the responsiveness checklist may be rejected immediately upon opening and returned to the Bsidder representative 28 BSIDDER RESPONSIVENESS CHECKLIST The Oswner initial responsiveness evaluation will consider the following A Completed and properly executed Bid Letter Including a completed Total Bid Price completed Bid Bond amount acknowledged addenda completed state of incorporation or partnerjoint venturer information if applicable completed license number and signature by authorized company officer B Completed Bid Data Forms including valid and properly executed Bid Bond for 10 of the Total Bid Price and a completed List of Proposed Subcontractors C Properly executed Non Collusion Affidavit and D Completed and properly executed Bidder Information Forms If the Bidder is a joint venture each joint venturer shall prepare and submit a separate form Extra forms if needed can be obtained from the Owner or photocopied by the Bidder if necessary 29 CONTRACT BID FORMS LISTS OF SUBCONTRACTORS A Contract Bid Forms The Bid Letter and Forms must be completed as set forth below 1 The Contract Bid Forms and Letter must be prepared using ink indelible pencil or a typewriter 2 The Bid Letter must be signed by the Bidder or on its behalf by the person or persons having the authority to do so Proof of the authority to act on behalf of the firm must be submitted when requested The proof shall be in the form of a certified copy of an appropriate corporate resolution certificate of partnership or joint venture or other appropriate document If Bidder is an entity made up of multiple parties and no person or persons are designated to act on its behalf all parties shall execute the Bid ifH 3 Addenda Receipt of addenda must be acknowledged in the space provided in the Bid Letter 4 The Bidder shall not delete modify supplement or make substitutions thereof on the printed matter of the Contract Bid Forms or Bid Letter 5 Corrections shall be initialed by the person who signs the Bid Letter 6 Exceptions or qualifications to the Bid Documents are strictly forbidden Any comment by the Bidder which the Owner determines can be construed as altering the requirements of the specifications or the terms and conditions of the Contract will render the Bid nonresponsive and disqualify the Bidder from consideration for award B List of Proposed Subcontractors Forms State law prohibits substitution of subcontractors listed in the original Bid except as otherwise provided in Sections 4107 and 45107 of the California Public Contract Code Bidders are required to list all Subcontractors whose participation in the Contract will exceed onehalf of one percent05 of the Total Bid Price The List of Proposed Subcontractors Forms must be completed as set forth below 1 Name List the name of Subcontractors who will perform work in excess of one half of one percent05of the Total Bid Price 2 Location For listed Subcontractors identify the location of its place of business City and State 3 Work For listed Subcontractors identify the typeportion of work to be performed in the Contract Pursuant to Public Contract Code Section 4104 the Owner has determined that it will not allow Bidders twentyfour 24 additional hours after the deadline for submission of bids to submit the information requested by the Owner about each subcontractor other than the name and location of each subcontractor 30 RESPONSIBILITY CRITERIA Responsibility is the apparent ability of the Bidder to meet and complete successfully the requirements of the Contract The Owner reserves the right to consider the financial responsibility and general competency of each bidder as well as its reputation within the industry Owner may request and apparent low bidder shall provide a financial statement audited if necessary including the Bsidder latest balance sheet and income statement Owner expects that each Bidder will fully and truthfully disclose all information required of the Bidder by the Bid Documents The prospective contractor in order to be evaluated by the Owner as being a responsible contractor must complete Section 4 of the Contract Bid Forms to determine that it A Has or can secure adequate financial resources to perform the contract B Is able to meet the performance or delivery schedule of the contract taking into consideration other business commitments and No C Has a satisfactory record of performance A contractor seriously deficient in current contract performance considering the number of contracts and extent of the deficiencies is presumed not to meet this requirement unless the deficiencies are beyond its control or there is evidence to establish its responsibility notwithstanding the deficiencies Evidence of such satisfactory performance record should show that the contractor 1 Has a satisfactory record of integrity in its dealings with government agencies and with subcontractors and is otherwise qualified to receive an award under applicable laws and regulations 2 Has the necessary organization experience satisfactory safety record accounting and operational controls and technical skills or the ability to obtain them and 3 Has the necessary production construction and technical equipment and facilities or the ability to obtain them END OF INSTRUCTIONS TO BIDDERS ITB 10 CITY OF ROSEMEAD MISSION DRIVE STREET RESURFACING PROJECT FROM WESTERLY CITY LIMIT TO ROSEMEAD BOULEVARD PROJECT No 21007 CONTRACT BID FORMS CONTRACT BID FORMS TABLE OF CONTENTS SECTION 1 BID SCHEDULE 1 SECTION 2 BID DATA FORMS 5 2A BID BOND 6 2B LIST OF PROPOSED SUBCONTRACTORS 7 SECTION 3 NON COLLUSION AFFIDAVIT 10 SECTION 1 BID SCHEDULE CBF 1 1l4Ul1l BID SCHEDULE SCHEDULE OF PRICES FOR MISSION DRIVE STREET RESURFACING PROJECT FROM WESTERLY CITY LIMIT TO ROSEMEAD BOULEVARD PROJECT No 21007 BASE BID SCHEDULE CBF 2 UNIT OF EST UNIT ITEM NO ITEM DESCRIPTION MEASURE QTY PRICE COST 1 Clearing Grubbing per plans LS 1 and specifications See technical provisions TP2 TP3 T4P 2 Disposal of Waste Materials LS 1 3 Cold mill02inches thick existing SF 230901 pavement 4 Construct 15 inches thick TONS 2735 pavement overlay ARHMGGC PG 6416 as indicated on the plans 5 Construct 10 inches thick TONS 1825 Asphaltic Leveling course D1 PG 6410 as indicated on the plans 6 Remove 6inches of existing SF 500 pavement and replace it with35 inches of AC BPG 6410 Base Course over compacted native 7 Remove Dispose and Construct SF 5700 4inches thick PCC Sidewalk per SPPWC Std Plan 1131 8 Remove Dispose and Construct SF 820 PCC Driveway Approaches per SPPWC Std Plan 1102 9 Remove Dispose and Construct LF 423 8inches Curb and 24inches Gutter per SPPWC Std Plan 1202 10 Remove Dispose and Construct SF 1500 PCC Cross Gutter per SPPWC Std Plan 1232 TOTAL BASE BID PRICE SCHEDULE BID PRICE Dollar amount in written form CBF 3 UNIT OF EST UNIT ITEM NO ITEM DESCRIPTION MEASURE QTY PRICE COST 11 Remove Dispose and Construct EA 3 PCC Curb Ramps per SPPWC Std Plan 1411 12 Adjust Sewer Manhole to Grade EA 58 per APWA Std Plan 2051 and 2061 13 Adjust Water ValveGas Valve to EA 50 Grade 14 Install Survey Well Monument EA 13 per City of Rosemead Std Plan S08001 See Section 29 Surveying of the General Provision7 per details Cover Sleeve Dome will be provided by the City at no cost 15 Install Traffic Striping Traffic LS 1 Signal Loops and Pavement Markers per the Striping Plans and Specifications Complete 16 Prepare a Storm Water Pollution LS 1 Prevention Plan SWPPP 17 Remove Salvage and Install EA 47 Street Name Signs on Existing Poles City will provide the Signs 18 Remove Salvage and Install EA 6 Street Name Signs on Existing Poles City will provide the Signs 19 Furnish and Install Solar InRoad EA 2 Pavement Lighting System Complete per Plans and Specifications 2 2 Locations with total of 36 InRoad Pavement Lights 20 Furnish and Install Solar Speed EA 2 Feedback Sign System Complete per Plans and Specifications Note The City of Rosemead reserves the right to reduce or increase the quantities of any items in the schedule of bid items above within the limits define in Section 321 of the Standard Specifications to stay within the budgeted amount of this project If the Bid Documents specify alternate bid items the following Alternate Bid amounts shall be added to or deducted from the Total Bid Price entered above The owner can choose to include one or more of the alternates in the Total Bid Price of the Project If any of the Alternate Bids are utilized by the Owner the resulting amount shall be considered the Total Bid Price for the Project The undersigned agrees that these Contract Bid Forms constitute a firm offer to the Owner which cannot be withdrawn for the number of Working Days indicated in the Notice Inviting Bids from and after the bid opening date or until a Contract for the Work is fully executed bythe Owner and a third party whichever is earlier The undersigned also agrees that if there is a discrepancy between the written amount of the Bid Price and the numerical amount of the Bid Price the written amount shall govern Attached hereto is a certified check a csashier check or a bid bond in the amount of Dollars said amount being not less than ten percent 10 of the Total Bid Price The undersigned agrees that said amount shall be retained by the Owner if upon award we fail or refuse to execute the Contract and furnish the required bonds certificates and endorsements of insurance and other certifications within the time provided If awarded a Contract the undersigned agrees to execute the formal Contract which will be prepared by the Owner for execution within five 5Calendar Days following the Letter of Award for the Contract and will deliver to the Owner within that same period the necessary original Certificates of Insurance Endorsements of Insurance Performance Bond Payment Bond and all other documentation and certification required by the Contract The undersigned offers and agrees that if this bid is accepted it will assign to the purchasing body all rights title and interest in and to all causes of action it may have under Section 4 of the Clayton Act 15USCSection 15 or under the Cartwright Act Chapter 2 of Part 2 of Division 7 of the Business and Professional Code arising from purchases of goods materials or services by the Bidder for sale to the purchasing body pursuant to the bid Such assignment shall be made and become effective at the time the purchasing body tenders final payment to he Contractor Bidder understands and agrees that when requested by Owner he shall provide 1 evidence satisfactory to the Owner of Bsidder California csontractor lsicense in good standing 2 evidence that the person signing this Bid is authorized to bind Bidder to this Bid and to a contract resulting therefrom and 3 any other information and documentation financial or otherwise needed by Owner to award a Contract to the lowest responsible and responsive bidder Bidder acknowledges that data submitted with its Contract Bid Forms which it requires to be incorporated into a Contract arising out of this Submittal has been so identified by Bidder Bidder CBF 4 the terms and conditions described in the Contract Form and the Contract Documents BIDDER further acknowledges that the Owner may at its discretion incorporate any of the remaining data submitted herewith into a contract arising out of this Bid The undersigned acknowledges receipt understanding and full consideration of the following addenda to the Contract Documents Addenda Nos The Bidder understands and agrees that the Total Bid Price is inclusive of all labor materials and equipment or supplies necessary to complete the Work as described in the Bid Documents If this bid is accepted the undersigned Bidder agrees to enter into and execute the Contract with the necessary bonds and accept the Total Bid Price as compensation in full for all Work under the contract CBF 5 0 Signature Type or Print Name Title Business Street Address City State and Zip Code Telephone Number BsidderCsontractor State of Incorporation Partners or Joint Venturers Bsidder License Nsumber NOTES 1 By its signature on this Bid the Bidder certifies under penalty of perjury the accuracy of the representations made on the Contract Bid Forms 2 If Bidder is a corporation enter State of Incorporation in addition to Business Address 3 If Bidder is a partnership or joint venture give full names of all partners or joint venturers As further discussed in the Instructions to Bidders Bidder will be required to provide evidence that the person signing on behalf of the corporation partnership or joint venture has the authority to do so CBF 6 BIDDER SECTION 2 BID DATA FORMS CBF 7 Bidder shall submit its Bid data in accordance with the format shown on each of the following Bid Data Forms Bidders shall prepare and use as many sheets as are necessary to adequately provide the information required Bidder shall ensure that every page of its Bid Data Forms are properly identified with the Bsidder name and page number 2A BID BOND KNOW ALL MEN BY THESE PRESENTS THAT as Principal and as Surety are held firmly bound unto the CITY OF ROSEMEAD hereinafter called the OWNER in the sum of being not less than ten percent 10 of the Total Bid Price for the payment of which sum will and truly to be made we bind ourselves our heirs executors administrators successors and assigns jointly and severally firmly by these presents WHEREAS said Principal has submitted a bid to the OWNER to perform all Work required for the Mission Drive Street Resurfacing Project as setforth in the Notice Inviting Bids and accompanying Bid Documents dated NOW THEREFORE if said Principal is awarded a Contract for the Work by the OWNER and within the time and in the manner required by the above referenced Bid Documents enters into the written form of Contract bound with said Bid Documents furnishes the required bonds one to guarantee faithful performance and the other to guarantee payment for labor and materials furnishes the required insurance certificates and endorsements and furnishes any other certifications as may be required by the Contract then this obligation shall be null and void otherwise it shall remain in full force and effect In the event suit is brought upon this bond by the OWNER and judgment is recovered said Surety shall pay all costs incurred by the OWNER in such suit including reasonable attorneys fees to be fixed by the court SIGNED AND SEALED this day of 20 SEAL Principal A is Signature Surety Signature CBF 8 213 LIST OF PROPOSED SUBCONTRACTORS In compliance with the Subletting and Subcontracting Fair Practices Act Sections 4100 through 4114 of the California Public Contract Code and any amendments thereto each Bidder shall provide the information requested below for each subcontractor who will perform work labor or render service to Bidder in or about the construction of the Work in an amount in excess of onehalf of one percent greater than 05 of the Bsidder Total Bid Price or in the case of bids or offers for the construction of streets or highways including bridges in excess of onehalf of 1 percent of the Csontractor total bid or ten thousand dollars 01000 whichever is greater and shall further set forth the portion of the Work which will be done by each subcontractor Bidder shall list only one subcontractor for any one portion of the Work Pursuant to Public Contract Code Section 4104 the Owner has determined that it will allow Bidders twentyfour 24 additional hours after the deadline for submission of bids to submit the information requested by the Owner about each subcontractor other than the name and location of each subcontractor If the Bidder fails to specify a subcontractor for any portion of the Work to be performed under the Contract it shall be deemed to have agreed to perform such portion itself and shall not be permitted to subcontract that portion of the Work except under the conditions hereinafter set forth below Subletting or subcontracting of any portion of the Work in excess of one half of one percent greater than 05 of the Total Bid Price or in the case of bids or offers for the construction of streets or highways including bridges in excess of onehalf of 1 percent of the Csontractor total bid or ten thousand dollars01000whichever is greater for which no subcontractor was designated in the original bid shall only be permitted in cases of public emergency or necessity and then only after Owner approval CBF 9 BIDDER 2B LIST OF PROPOSED SUBCONTRACTORS continued Druplicate Nde 2 Pages if needed for listing additional subcontractors1 Name and Location Description of Work of Subcontractor to be Subcontracted Name Address Name and Location of Subcontractor Name Address Description of Work to be Subcontracted Name and Location of Subcontractor Name Address Description ofWork to be Subcontracted Name and Location of Subcontractor Name Address Description of Work to be Subcontracted Name and Location of Subcontractor Name Address Description of Work to be Subcontracted CBF 10 UygpCi 20The following are the names addresses and telephone numbers for three public agencies forwhich BIDDER has performed similar work within the past two 2 years Name and Address of Owner Name and telephone number of person familiar with project Contract amount 2 type of Work Date Completed 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 amount 4 Type of Work Date Completed Name and Address of Owner Name and telephone number of person familiar with project Contract amount Type of Work Date Completed CBF 11 SECTION 3 NON COLLUSION AFFIDAVIT CBF 12 FI NON COLLUSION AFFIDAVIT In accordance with Public Contract Code Section 7106 the undersigned being first duly sworn deposes and says that he or she holds the position listed below with the bidder the party making the foregoing bid that the bid is not made in the interest of or on behalf of any undisclosed person partnership company association organization or corporation that the bid is genuine and not collusive or sham that the bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid and has not directly or indirectly colluded conspired connived or agreed with any bidder or anyone else to put in a sham bid or that anyone shall refrain from bidding that the bidder has not in any manner directly or indirectly sought by agreement communication or conference with anyone to fix the bid price of the bidder or any other bidder or to fix any overhead profit or cost element of the bid price or of that of any other bidder or to secure any advantage against the public body awarding the contract of anyone interested in the proposed contract that all statements contained in the bid are true and further that the bidder has not directly or indirectly submitted his or her bid price or any breakdown thereof or the contents thereof or divulged information or data relative thereto or paid and will not pay any fee to any corporation partnership company association organization bid depository or to any member or agent thereof to effectuate a collusive or sham bid Signature Typed or Printed Name Title Bidder Subscribed and sworn before me This day of 20 Seal Notary Public in and for the State of California My Commission Expires CBF 13 CITY OF ROSEMEAD MISSION DRIVE STREET RESURFACING PROJECT FROM WESTERLY CITY LIMIT TO ROSEMEAD BOULEVARD PROJECT No 21007 ACGORNETERMAECNTT CONTRACT AGREEMENT 1 PARTIES AND DATE This Agreement is made and entered into this day of 20 by and between the City of Rosemead a municipal corporation of the State of California located at 8838 E Valley Blvd Rosemead California 91770 City and insert Name of Company a insert type of entity corporation partnership sole proprietorship or other legal entity with its principal place of business at insert address hereinafter referred to as Contractor City and Contractor are sometimes individually referred to as Party and collectively as Parties in this Agreement 2 RECITALS 21 Contractor Contractor desires to perform and assume responsibility for the provision of certain services required by the City on the terms and conditions set forth in this Agreement Contractor represents that it is experienced in providing insert type of services services to public clients that it and its employees or subcontractors have all necessary licenses and permits to perform the Services in the State of California and that is familiar with the plans of City2 Project City desires to engage Contractor to render such services for the insert Name of Project Project as set forth in this Agreement 3 TERMS 31 Scope of Services and Term 31 General Scope of Services Contractor promises and agrees to furnish to the Owner all labor materials tools equipment services and incidental and customary work necessary to fully and adequately supply the professional insert type of services maintenance services necessary for the Project Services All Services shall be subject to and performed in accordance with this Agreement the exhibits attached hereto and incorporated herein by reference and all applicable local state and federal laws rules and regulations 312 Term The term of this Agreement shall be from insert start date to insert ending date unless earlier terminated as provided herein Contractor shall complete the Services within the term of this Agreement and shall meet any other established schedules and deadlines The Parties may by mutual written consent extend the term of this Agreement if necessary to complete the Services insert Name of Company Page 2 of insert last page number of agreement 32 Responsibilities of Contractor 321 Control and Payment of Subordinates Independent Contractor The Services shall be performed by Contractor or under its supervision Contractor will determine the means methods and details of performing the Services subject to the requirements of this Agreement City retains Contractor on an independent contractor basis and not as an employee Contractor retains the right to perform similar or different services for others during the term of this Agreement Any additional personnel performing the Services under this Agreement on behalf of Contractor shall also not be employees of City and shall at all times be under Csontractor exclusive direction and control Contractor shall pay all wages salaries and other amounts due such personnel in connection with their performance of Services under this Agreement and as required by law Contractor shall be responsible for all reports and obligations respecting such additional personnel including but not limited to social security taxes income tax withholding unemployment insurance disability insurance and workers compensation insurance 32 Schedule of Services Contractor shall perform the Services expeditiously within the term of this Agreement and in accordance with the Schedule of Services set forth in Exhibit B attached hereto and incorporated herein by reference Contractor represents that it has the professional and technical personnel required to perform the Services in conformance with such conditions In order to facilitate Csontractor conformance with the Schedule City shall respond to Csontractor submittals in a timely manner Upon request of City Contractor shall provide a more detailed schedule of anticipated performance to meet the Schedule of Services 323 Conformance to Applicable Requirements All work prepared by Contractor shall be subject to the approval of City 234 Csity Representative The City hereby designates insert Name or Title or his or her designee to act as its representative for the performance of this Agreement Csity Representative Csity Representative shall have the power to act on behalf of the City for all purposes under this Contract Contractor shall not accept direction or orders from any person other than the Csity Representative or his or her designee 235 Csontractor Representative Contractor hereby designates insert Name or Title or his or her designee to act as its representative for the performance of this Agreement Csontractor Representative Csontractor Representative shall have full authority to represent and act on behalf of the Contractor for all purposes under this Agreement The Csontractor Representative shall supervise and direct the Services using hisher best skill and attention and shall be responsible for all means methods techniques sequences and procedures and for the satisfactory coordination of all portions of the Services under this Agreement 326 Coordination of Services Contractor agrees to work closely with City staff in the performance of Services and shall be available to Csity staff consultants and insert Name of Company Page 3 of insert last page number of agreement other staff at all reasonable times 327 Standard of Care Performance of Employees Contractor shall perform all Services under this Agreement in a skillful and competent manner consistent with the standards generally recognized as being employed by professionals in the same discipline in the State of California Contractor represents and maintains that it is skilled in the professional calling necessary to perform the Services Contractor warrants that all employees and subcontractors shall have sufficient skill and experience to perform the Services assigned to them Finally Contractor represents that it its employees and subcontractors have all licenses permits qualifications and approvals of whatever nature that are legally required to perform the Services including a City Business License and that such licenses and approvals shall be maintained throughout the term of this Agreement As provided for in the indemnification provisions of this this Agreement Contractor shall perform at its own cost and expense and without reimbursement from the City any services necessary to correct errors or omissions which are caused by the Csontractor failure to comply with the standard of care provided for herein Any employee of the Contractor or its sub contractors who is determined by the City to be uncooperative incompetent a threat to the adequate or timely completion of the Project a threat to the safety of persons or property or any employee who fails or refuses to perform the Services in a manner acceptable to the City shall be promptly removed from the Project by the Contractor and shall not be reemployed to perform any of the Services or to work on the Project 328 Laws and Regulations Contractor shall keep itself fully informed of and in compliance with all local state and federal laws rules and regulations in any manner affecting the performance of the Project or the Services including all CalOSHA requirements and shall give all notices required by law Contractor shall be liable for all violations of such laws and regulations in connection with Services If the Contractor performs any work knowing it to be contrary to such laws rules and regulations and without giving written notice to the City Contractor shall be solely responsible for all costs arising therefrom Contractor shall defend indemnify and hold City its officials directors officers employees and agents free and harmless pursuant to the indemnification provisions of this Agreement from any claim or liability arising out of any failure or alleged failure to comply with such laws rules or regulations 329 Insurance 3129 Time for Compliance Contractor shall maintain prior to the beginning of and for the direction of this Agreement insurance coverage as specified in Exhibit D attached to and part of this agreement 3210Safety Contractor shall execute and maintain its work so as to avoid injury or damage to any person or property In carrying out its Services the Contractor shall at all times be in compliance with all applicable local state and federal laws rules and regulations and shall exercise all necessary precautions for the safety of employees insert Name of Company Page 4 of insert last page number of agreement appropriate to the nature of the work and the conditions under which the work is to be performed Safety precautions as applicable shall include but shall not be limited to A adequate life protection and life saving equipment and procedures B instructions in accident prevention for all employees and subcontractors such as safe walkways scaffolds fall protection ladders bridges gang planks confined space procedures trenching and shoring equipment and other safety devices equipment and wearing apparel as are necessary or lawfully required to prevent accidents or injuries and C adequate facilities for the proper inspection and maintenance of all safety measures 3211 Prevailing Wages Contractor is aware of the requirements of California Labor Code Section 1720 et seq and 1770 et seq as well as California Code of Regulations Title 8 Section 1600 et seq Prevailing Wage Laws which require the payment of prevailing wage rates and the performance of other requirements on public works and maintenance projects If the Services are being performed as part of an applicable public works or maintenance project as defined by the Prevailing Wage Laws and if the total compensation is1000 or more Contractor agrees to fully comply with such Prevailing Wage Laws City shall provide Contractor with a copy of the prevailing rates of per diem wages in effect at the commencement of this Agreement Contractor shall make copies of the prevailing rates of per diem wages for each craft classification or type of worker needed to execute the Services available to interested parties upon request and shall post copies at the Csontractor principal place of business and at the project site Contractor shall defend indemnify and hold the City its elected officials officers employees and agents free and harmless from any claim or liability arising out of any failure or alleged failure to comply with the Prevailing Wage Laws 3212Bonds 11232 Performance Bond Contractor shall execute and provide to City concurrently with this Agreement a Performance Bond in the amount of the total nottoexceed compensation indicated in this Agreement and in a form provided or approved by the City If such bond is required no payment will be made to Contractor until it has been received and approved by the City 1232 Payment Bond Contractor shall execute and provide to City concurrently with this Agreement a Payment Bond in the amount of the total notto exceed compensation indicated in this Agreement and in a form provided or approved by the City If such bond is required no payment will be made to Contractor until it has been received and approved by the City 1232 Bond Provisions Should in Csity sole opinion any bond become insufficient or any surety be found to be unsatisfactory Contractor shall renew or replace the affected bond within 10 days of receiving notice from City In the event the surety or Contractor intends to reduce or cancel any required bond at least thirty 30 days prior written notice shall be given to the City and Contractor shall post acceptable replacement bonds at least ten 10 days prior to expiration of the original insert Name of Company Page 5 of insert last page number of agreement bonds No further payments shall be deemed due or will be made under this Agreement until any replacement bonds required by this Section are accepted by the City To the extent if any that the total compensation is increased in accordance with the Agreement the Contractor shall upon request of the City cause the amount of the bonds to be increased accordingly and shall promptly deliver satisfactory evidence of such increase to the City To the extent available the bonds shall further provide that no change or alteration of the Agreement including without limitation an increase in the total compensation as referred to above extensions of time or modifications of the time terms or conditions of payment to the Contractor will release the surety If the Contractor fails to furnish any required bond the City may terminate this Agreement for cause 12342 Surety Qualifications Only bonds executed by an admitted surety insurer as defined in Code of Civil Procedure Section 192905 shall be accepted The surety must be a Californiaadmitted suretywith a currentMABsest rating no less thanAVIII and satisfactory to the City If a Californiaadmitted surety insurer issuing bonds does not meet these requirements the insurerwill be considered qualified if it is in conformance with Section 696905 of the California Code of Civil Procedure and proof of such is provided to the City 3 Fees and Payments 31 Compensation Contractor shall receive compensation including authorized reimbursements for all Services rendered under this Agreement at the rates set forth in Exhibit C attached hereto and incorporated herein by reference The total compensation shall not exceed insert written dollar amount insert numerical dollar amount without advance written approval ofCsity project manager Extra Work may be authorized as described below and if authorized will be compensated at the rates and manner set forth in this Agreement 32 Payment of Compensation Contractor shall submit to City a monthly itemized statement which indicates work completed and hours of Services rendered by Contractor The statement shall describe the amount of Services and supplies provided since the initial commencement date or since the start of the subsequent billing periods as appropriate through the date of the statement City shall within 45 days of receiving such statement review the statement and pay all approved charges thereon 3 Reimbursement for Expenses Contractor shall not be reimbursed for any expenses unless authorized in writing by City 34 Extra Work At any time during the term of this Agreement City may request that Contractor perform Extra Work As used herein Extra Work means any work which is determined by City to be necessary for the proper completion of the Project but which the parties did not reasonably anticipate would be necessary at the execution of this Agreement Contractor shall not perform nor be compensated for Extra Work without written authorization from Csity Representative insert Name of Company Page 6 of insert last page number of agreement 35 Prevailing Wages Contractor is aware of the requirements of California Labor Code Section 1720 et seq and 1770 et seq as well as California Code of Regulations Title 8 Section 16000 et seq Prevailing Wage Laws which require the payment of prevailing wage rates and the performance of other requirements on public works and maintenance projects If the Services are being performed as part of an applicable public works or maintenance project as defined by the Prevailing Wage Laws and if the total compensation is1000 or more Contractor agrees to fully comply with such Prevailing Wage Laws City shall provide Contractor with a copy of the prevailing rates of per diem wages in effect at the commencement of this Agreement Contractor shall make copies of the prevailing rates of per diem wages for each craft classification or type of worker needed to execute the Services available to interested parties upon request and shall post copies at the Csontractor principal place of business and at the project site Contractor shall defend indemnify and hold the City its elected officials officers employees and agents free and harmless from any claim or liability arising out of any failure or alleged failure to comply with the Prevailing Wage Laws 34 Accounting Records 341 Maintenance and Inspection Contractor shall maintain complete and accurate records with respect to all costs and expenses incurred under this Agreement All such records shall be clearly identifiable Contractor shall allow a representative of City during normal business hours to examine audit and make transcripts or copies of such records and any other documents created pursuant to this Agreement Contractor shall allow inspection of all work data documents proceedings and activities related to the Agreement for a period of three 3 years from the date of final payment under this Agreement 35 General Provisions 351 Termination of Agreement 351 Grounds for Termination City may bywritten notice to Contractor terminate the whole or any part of this Agreement at any time and without cause by giving written notice to Contractor of such termination and specifying the effective date thereof at least seven 7 days before the effective date of such termination Upon termination Contractor shall be compensated only for those services which have been adequately rendered to City and Contractor shall be entitled to no further compensation Contractor may not terminate this Agreement except for cause 1125 Effect of Termination If this Agreement is terminated as provided herein City may require Contractor to provide all finished or unfinished Documents and Data and other information of any kind prepared by Contractor in connection with the performance of Services under this Agreement Contractor shall be insert Name of Company Page 7 of insert last page number of agreement required to provide such document and other information within fifteen 15 days of the request 3513 Additional Services In the event this Agreement is terminated in whole or in part as provided herein City may procure upon such terms and in such manner as it may determine appropriate services similar to those terminated 352 Delivery of Notices All notices permitted or required under this Agreement shall be given to the respective parties at the following address or at such other address as the respective parties may provide in writing for this purpose CONTRACTOR CITY Insert Name Insert Address Insert City State zip Attn Contact Person City of Rosemead PO Box 399 Rosemead CA 91770 Attn Such notice shall be deemed made when personally delivered or when mailed forty eight 48 hours after deposit in theUS Mail first class postage prepaid and addressed to the party at its applicable address Actual notice shall be deemed adequate notice on the date actual notice occurred regardless of the method of service 353 Cooperation Further Acts The Parties shall fully cooperate with one another and shall take any additional acts or sign any additional documents as may be necessary appropriate or convenient to attain the purposes of this Agreement 345 Asttorney Fees If either party commences an action against the other party either legal administrative or otherwise arising out of or in connection with this Agreement the prevailing party in such litigation shall be entitled to have and recover from the losing party reasonable asttorney fees and all other costs of such action 35 Indemnification Contractor shall defend indemnify and hold the City its officials officers employees volunteers and agents free and harmless from any and all claims demands causes of action costs expenses liability loss damage or injury in law or equity to property or persons including wrongful death in any manner arising out of or incident to any alleged acts omissions or willful misconduct of Contractor its officials officers employees agents consultants and contractors arising out of or in connection with the performance of the Services the Project or this Agreement including without limitation insert Name of Company Page 8 of insert last page number of agreement the payment of all consequential damages and attorneys fees and other related costs and expenses Contractor shall defend at Csontractor own cost expense and risk any and all such aforesaid suits actions or other legal proceedings of every kind that may be brought or instituted against City its directors officials officers employees agents or volunteers Contractor shall pay and satisfy any judgment award or decree that may be rendered against City or its directors officials officers employees agents or volunteers in any such suit action or other legal proceeding Contractor shall reimburse City and its directors officials officers employees agents andor volunteers for any and all legal expenses and costs incurred by each of them in connection therewith or in enforcing the indemnity herein provided Csontractor obligation to indemnify shall not be restricted to insurance proceeds if any received by the City its directors officials officers employees agents or volunteers 356 Entire Agreement This Agreement contains the entire Agreement of the parties with respect to the subject matter hereof and supersedes all prior negotiations understandings or agreements This Agreement may only be modified by a writing signed by both parties357 Governing Law This Agreement shall be governed by the laws of the State of California Venue shall be in Los Angeles County 358 Time of Essence Time is of the essence for each and every provision of this Agreement 359 Csity Right to Employ Other Contractors City reserves right to employ other contractors in connection with this Project 3510Successors and Assigns This Agreement shall be binding on the successors and assigns of the parties 3511 Assignment or Transfer Contractor shall not assign hypothecate or transfer either directly or by operation of law this Agreement or any interest herein without the prior written consent of the City Any attempt to do so shall be null and void and any assignees hypothecates or transferees shall acquire no right or interest by reason of such attempted assignment hypothecation or transfer 3512Construction References Captions Since the Parties ortheir agents have participated fully in the preparation of this Agreement the language of this Agreement shall be construed simply according to its fair meaning and not strictly for or against any Party Any term referencing time days or period for performance shall be deemed calendar days and not work days All references to Contractor include all personnel employees agents and subcontractors of Contractor except as otherwise specified in this Agreement All references to City include its elected officials officers employees agents and volunteers except as otherwise specified in this Agreement The captions of the various articles and paragraphs are for convenience and ease of reference only and do insert Name of Company Page 9 of insert last page number of agreement not define limit augment or describe the scope content or intent of this Agreement 3513Amendment Modification No supplement modification or amendment of this Agreement shall be binding unless executed in writing and signed by both Parties3514Waiver No waiver of any default shall constitute a waiver of any other default or breach whether of the same or other covenant or condition No waiver benefit privilege or service voluntarily given or performed by a Party shall give the other Party any contractual rights by custom estoppel or otherwise 3515No Third Party Beneficiaries There are no intended third party beneficiaries of any right or obligation assumed by the Parties 3516Invalidity Severability If any portion of this Agreement is declared invalid illegal or otherwise unenforceable by a court of competent jurisdiction the remaining provisions shall continue in full force and effect 3517Prohibited Interests Contractor maintains and warrants warrants that it has not employed nor retained any company or person other than a bona fide employee working solely for Contractor to solicitor secure this Agreement Further Contractor warrants that it has not paid nor has it agreed to pay any company or person other than a bona fide employee working solely for Contractor any fee commission percentage brokerage fee gift or other consideration contingent upon or resulting from the award or making of this Agreement For breach or violation of this warranty City shall have the right to rescind this Agreement without liability For the term of this Agreement no member officer or employee of City during the term of his or her service with City shall have any direct interest in this Agreement or obtain any present or anticipated material benefit arising therefrom 3518Equal Opportunity Employment Contractor represents that it is an equal opportunity employer and it shall not discriminate against any subcontractor employee or applicant for employment because of race religion color national origin handicap ancestry sex or age Such non discrimination shall include but not be limited to all activities related to initial employment upgrading demotion transfer recruitment or recruitment advertising layoff or termination Contractor shall also comply with all relevant provisions ofCsity Minority Business Enterprise program Affirmative Action Plan or other related programs or guidelines currently in effect or hereinafter enacted 3519Labor Certification By its signature hereunder Contractor certifies that it is aware of the provisions of Section 3700 of the California Labor Code which require every employer to be insured against liability forWsorker Compensation or to undertake self insurance in accordance with the provisions of that Code and agrees to comply with such provisions before commencing the performance of the Services insert Name of Company Page 10 of insert last page number of agreement 3520Authority to Enter Agreement Contractor has all requisite power and authority to conduct its business and to execute deliver and perform the Agreement Each Party warrants that the individuals who have signed this Agreement have the legal power right and authority to make this Agreement and bind each respective Party 3521 Counterparts This Agreement may be signed in counterparts each of which shall constitute an original 36 Subcontracting 361 PriorApproval Rgquired Contractor shall not subcontract any portion of the work required by this Agreement except as expressly stated herein without prior written approval of City Subcontracts if any shall contain a provision making them subject to all provisions stipulated in this Agreement signatures on next page insert Name of Company Page 11 of insert last page number of agreement CITY OF ROSEMEAD INSERT NAME OF CONTRACTOR By City Mayor Attest Gloria Molleda City Clerk Approved as to Form LIM Name If Corporation TWO SIGNATURES President OR Vice President AND Secretary AND CORPORATE SEAL OF CONTRACTOR REQUIRED Garcia Calderon Ruiz LLP By City Attorney Name Title 028 Documenll insert Name of Company Page 1 of insert last page number of agreement INSURANCE REQUIREMENTS Prior to the beginning ofand throughout the duration of the Work Consultant will maintain insurance in conformance with the requirements set forth below Consultant will use existing coverage to comply with these requirements If that existing coverage does not meet the requirements set forth here Consultant agrees to amend supplement or endorse the existing coverage to do so Consultant acknowledges that the insurance coverage and policy limits set forth in this section constitute the minimum amount of coverage required Any insurance proceeds available to City in excess of the limits and coverage required in this agreement and which is applicable to a given loss will be available to City Consultant shall provide the following types and amounts of insurance Commercial General Liability Insurance using Insurance Services Office Commercial General Liability policy form CG 00 01 or the exact equivalent Defense costs must be paid in addition to limits There shall be no cross liability exclusion for claims or suits by one insured against another Limits are subject to review but in no event less than 0100per occurrence Business Auto Coverage on ISO Business Auto Coverage form CA 00 01 including symbol 1 Any Auto or the exact equivalent Limits are subject to review but in no event to be less that0100 per accident If Consultant owns no vehicles this requirement may be satisfied by a nonowned auto endorsement to the general liability policy described above If Consultant or Csonsultant employees will use personal autos in any way on this project Consultant shall provide evidence of personal auto liability coverage for each such person Workers Compensation on a state approved policy form providing statutory benefits as required by law with esmployer liability limits no less than 0100 per accident or disease Excess or Umbrella Liability Insurance Over Primary if used to meet limit requirements shall provide coverage at least as broad broad as specified for the underlying coverages Any such coverage provided under an umbrella liability policy shall include a drop down provision providing primary coverage above a maximum 02050self insured retention for liability not covered by primary but covered by the umbrella Coverage shall be provided on a pay on behalf basis with defense costs payable in addition to policy limits Policy shall contain a provision obligating insurer at the time isnsured liability is determined not requiring actual payment by the insured first There shall be no cross liability exclusion precluding coverage for claims or suits by one insured against another Coverage shall be applicable to City for injury to employees of Consultant subconsultants or others involved in the Work The scope of coverage provided is subject to approval of City following receipt of proof of insurance as required herein Limits are subject to review but in no event less than per occurrence D1 insert Name of Company Page 2 of insert last page number of agreement Professional Liability or Errors and Omissions Insurance as appropriate shall be written on a policy form coverage specifically designed to protect against acts errors or omissions of the consultant and Covered Professional Services as designated in the policy must specifically include work performed under this agreement The policy limit shall be no less than0100 per claim and in the aggregate The policy must pay on behalf of the insured and must include a provision establishing the isnsurer duty to defend The policy retroactive date shall be on or before the effective date of this agreement Insurance procured pursuant to these requirements shall be written by insurers that are admitted carriers in the state of California and with an AM Bests rating ofAor better and a minimum financial size Vll General conditions pertaining to provision of insurance coverage by Consultant Consultant and City agree to the following with respect to insurance provided by Consultant Consultant agrees to have its insurer endorse the third party general liability coverage required herein to include as additional insureds City its officials employees and agents using standard ISO endorsement No CG 2010 with an edition prior to 1992 Consultant also agrees to require all contractors and subcontractors to do likewise 2 No liability insurance coverage provided to comply with this Agreement shall prohibit Consultant or Csonsultant employees or agents from waiving the right of subrogation prior to a loss Consultant agrees to waive subrogation rights against City regardless of the applicability of any insurance proceeds and to require all contractors and subcontractors to do likewise 3 All insurance coverage and limits provided by Contractor and available or applicable to this agreement are intended to apply to the full extent of the policies Nothing contained in this Agreement or any other agreement relating to the City or its operations limits the application of such insurance coverage 4 None of the coverages required herein will be in compliance with these requirements if they include any limiting endorsement of any kind that has not been first submitted to City and approved of in writing 5 No liability policy shall contain any provision or definition that would serve to eliminate socalled third party action over claims including any exclusion for bodily injury to an employee of the insured or of any contractor or subcontractor 6 All coverage types and limits required are subject to approval modification and additional requirements by the City as the need arises Consultant shall not make any reductions in scope of coverageegelimination of contractual liability or reduction of discovery period that may affect Csity protection without Csity prior written consent D2 insert Name of Company Page 3 of insert last page number of agreement 7 Proof of compliance with these insurance requirements consisting of certificates of insurance evidencing all of the coverages required and an additional insured endorsement to Csonsultant general liability policy shall be delivered to City at or prior to the execution of this Agreement In the event such proof of any insurance is not delivered as required or in the event such insurance is canceled at any time and no replacement coverage is provided City has the right but not the duty to obtain any insurance it deems necessary to protect its interests under this or any other agreement and to pay the premium Any premium so paid by City shall be charged to and promptly paid by Consultant or deducted from sums due Consultant at City option 8 Csertificate are to reflect that the insurer will provide 30 days notice to City of any cancellation of coverage Consultant agrees to require its insurer to modify such certificates to delete any exculpatory wording stating that failure of the insurer to mail written notice of cancellation imposes no obligation or that any party will endeavor as opposed to being required to comply with the requirements of the certificate 9 It is acknowledged by the parties of this agreement that all insurance coverage required to be provided by Consultant or any subcontractor is intended to apply first and on a primary noncontributing basis in relation to any other insurance or self insurance available to City 10 Consultant agrees to ensure that subcontractors and any other party involved with the project who is brought onto or involved in the project by Consultant provide the same minimum insurance coverage required of Consultant Consultant agrees to monitor and review all such coverage and assumes all responsibility for ensuring that such coverage is provided in conformity with the requirements of this section Consultant agrees that upon request all agreements with subcontractors and others engaged in the project will be submitted to City for review 11 Consultant agrees not to self insure or to use any self insured retentions or deductibles on any portion of the insurance required herein and further agrees that it will not allow any contractor subcontractor Architect Engineer or other entity or person in any way involved in the performance of work on the project contemplated by this agreement to selfinsure its obligations to City If Csonsultant existing coverage includes a deductible or self insured retention the deductible or selfinsured retention must be declared to the City At that time the City shall review options with the Consultant which may include reduction or elimination of the deductible or selfinsured retention substitution of other coverage or other solutions 12 The City reserves the right at any time during the term of the contract to change the amounts and types of insurance required by giving the Consultant ninety 90 days advance written notice of such change If such change results in substantial D3 insert Name of Company Page 4 of insert last page number of agreement additional cost to the Consultant the City will negotiate additional compensation proportional to the increased benefit to City 13 For purposes of applying insurance coverage only this Agreement will be deemed to have been executed immediately upon any party hereto taking any steps that can be deemed to be in furtherance of or towards performance of this Agreement 14 Consultant acknowledges and agrees that any actual or alleged failure on the part of City to inform Consultant of non compliance with any insurance requirement in no way imposes any additional obligations on City nor does it waive any rights hereunder in this or any other regard 15 Consultant will renew the required coverage annually as long as City or its employees or agents face an exposure from operations of any type pursuant to this agreement This obligation applies whether or not the agreement is canceled or terminated for any reason Termination of this obligation is not not effective until City executes a written statement to that effect 16 Consultant shall provide proof that policies of insurance required herein expiring during the term of this Agreement have been renewed or replaced with other policies providing at least the same coverage Proof that such coverage has been ordered shall be submitted prior to expiration A coverage binder or letter from Csonsultant insurance agent to this effect is acceptable A certificate of insurance andor additional insured endorsement as required in these specifications applicable to the renewing or new coverage must be provided to City within five days of the expiration of the coverages 17 The provisions of any workers compensation or similar act will not limit the obligations of Consultant under this agreement Consultant expressly agrees not to use any statutory immunity defenses under such laws with respect to City its employees officials and agents 18 Requirements of specific coverage features or limits contained in this section are are not intended as limitations on coverage limits or other requirements nor as a waiver of any coverage normally provided by any given policy Specific reference to a given coverage feature is for purposes of clarification only as it pertains to a given issue and is not intended by any party or insured to be limiting or all inclusive 19 These insurance requirements are intended to be separate and distinct from any other provision in this agreement and are intended by the parties here to be interpreted as such 20 The requirements in this Section supersede all other sections and provisions of this Agreement to the extent that any other section or provision conflicts with or impairs the provisions of this SectionD4 insert Name of Company Page 5 of insert last page number of agreement 21 Consultant agrees to be responsible for ensuring that no contract used by any party involved in any way with the project reserves the right to charge City or Consultant for the cost of additional insurance coverage required by this agreement Any such provisions are to be deleted with reference to City It is not the intent of City to reimburse any third party for the cost of complying with these requirements There shall be no recourse against City for payment of premiums or other amounts with respect thereto Consultant agrees to provide immediate notice to City of any claim or loss against Consultant arising out of the work performed under this agreement City assumes no obligation or liability by such notice but has the right but not the duty to monitor the handling of any such claim or claims if they are likely to involve City D5 CITY OF ROSEMEAD MISSION DRIVE STREET RESURFACING PROJECT FROM WESTERLY CITY LIMIT TO ROSEMEAD BOULEVARD PROJECT No 21007 PERFORMANCE BOND PERFORMANCE BOND WHEREAS the CITY OF ROSEMEAD also herein Obligee has awarded to hereinafter Contractor a contract for work consisting of but not limited to furnishing all labor materials tools equipment services and incidentals for the Mission Drive Street Resurfacing Project and all other required structures and facilities within the rightsofway easements and permits WHEREAS the Work to be performed by the Contractor is more particularly set forth in that certain contract for the said Public Work dated hereinafter the Public Work Contract and WHEREAS the Contractor is required by said Public Work Contract to perform the terms thereof and to provide a bond both for the performance and guaranty thereof NOW THEREFORE we the undersigned Contractor as Principal and a corporation organized and existing under the laws of the State of and duly authorized to transact business under the laws of the State of California as Surety are held and firmly bound unto the CITY OF ROSEMEAD in the sum of amount payable by the said dollars said sum being not less than 100 of the total Obligee under the terms of the said Public Work Contract for which payment well and truly to be made we bind ourselves our heirs executors and administrators successors and assigns jointly and severally firmly by these presents THE CONDITION OF THIS OBLIGATION IS SUCH that if the Principal his or its heirs executors administrators successors or assigns shall in all things stand to and abide by and well and truly keep and perform the covenants conditions and agreements in the said Public Work Contract and any alteration thereof made as therein provided on his or their part to be kept and performed at the time and in the manner therein specified and in all respects according to their intent and meaning and shall faithfully fulfill the oneyear guarantee of all materials and workmanship and indemnify and save harmless the Obligee its officers and agents as stipulated in the said Public Work Contract then this obligation shall become null and void otherwise it shall be and remain in full force and effect In the event legal action is required to enforce the provisions of this agreement the prevailing party shall be entitled to recover reasonable attorneys fees in addition to court costs necessary disbursements and other damages In case legal action is required to enforce the provisions of this bond the prevailing party shall be entitled to recover reasonable attorneys fees in addition to court costs necessary disbursements and other consequential damages PERFORMANCE BOND 1 The said Surety for value received hereby stipulates and agrees that no change extensions of time alteration or addition to the terms of the Public Work Contract or to the Work to be performed thereunder or the specifications accompanying the same shall in any way affect its obligations on this bond and it does hereby waive notice of any such change extension of time alteration or addition to the terms of the Contract or to the Work or to Specifications IN WITNESS WHEREOF we have hereto set our hands and seals this day on 20 PrincipalContractor By President Surety By AttorneyinFact The rate of premium on this bond is per thousand The total amount of premium charged The above must be filled in by corporate surety PERFORMANCE BOND 2 STATE OF CALIFORNIA COUNTY OF ss On this day of in the year before me a Notary Public in and for said state personally appeared known to me or proved to be on the basis of satisfactory evidence to be the person whose name is subscribed to the within instrument as the AttorneyinFact of the surety and acknowledged to me that he subscribed the name of the surety thereto and his own name as AttorneyinFact SEAL My Commission expires Notary Public in and for said State PERFORMANCE BOND 3 CERTIFICATE AS TO CORPORATE PRINCIPAL I certify that I am the Secretary of the corporation named as principal to the within bond that who signed the said bond on behalf of the principal was then of said corporation that I know his signature and his signature thereto is genuine and that said bond was duly signed sealed and attested for and in behalf of said corporation by authority of its governing Board Corporate Seal Signature Date NOTE A copy of the power of attorney to local representatives of the bonding company may be attached hereto PERFORMANCE BOND 4 CITY OF ROSEMEAD MISSION DRIVE STREET RESURFACING PROJECT FROM WESTERLY CITY LIMIT TO ROSEMEAD BOULEVARD PROJECT No 21007 PAYMENT BOND PAYMENT MATERIAL LABOR BOND WHEREAS the CITY OF ROSEMEAD hereinafter Obligee has awarded to Contractor a contract for work consisting of but not limited to furnishing all labor materials tools equipment services and incidentals for the Mission Drive Street Resurfacing Project and all other required structures and facilities within the rightsofway easements and permits WHEREAS the Work to be performed by the Contractor is more particularly set forth in that certain contract for the said Public Work dated hereinafter the Public Work Contract and WHEREAS said Contractor is required to furnish a bond in connection with said Public Work Contract providing that if said Contractor or any of his or its subcontractors shall fail to pay for any materials provisions or other supplies or terms used in upon for or about the performance of the Work contracted to be done or for any work or labor done thereon of any kind or for amounts due under the provisions of 3248 of the California Civil Code with respect to such work or labor that the Surety on this bond will pay the same together with a reasonable asttorney fee in case suit is brought on the bond NOW THEREFORE we the undersigned Contractor as Principal and a corporation organized and existing under the laws of the State of and duly authorized to transact business under the laws of the State of California as Surety are held and firmly bound unto the CITY OF ROSEMEAD and to any and all material men persons companies or corporations furnishing materials provisions and other supplies used in upon for or about the performance of the said Public Work and all persons companies or corporations renting or hiring teams or implements or machinery for or contributing to said Public Work to be done and all persons performing work or labor upon the same and all persons supplying both work and materials as aforesaid excepting the said Contractor the sum of dollars said sum being not less than 100 of the total amount payable by said Obligee under the terms of the said Public Work Contract for which paymentwell and truly to be made we bind ourselves our heirs executors and administrators successors and assigns jointly and severally firmly by these presents THE CONDITION OF THIS OBLIGATION IS SUCH that if the Principal his or its subcontractors heirs executors administrators successors or assigns shall fail to pay for any materials provisions or other supplies or machinery used in upon for or about the performance of the Work contracted to be done or for work or labor thereon of any kind or fail to pay any of the persons named in California Civil Code Section 3181 or amounts due under the Unemployment Insurance Code with respect to work or labor performed by any such claimant or for any amounts required to be deducted withheld and paid over to the PAYMENT BOND 1 Employment Development Department from the wages of employees of the contractor and his subcontractors pursuant to Section 13020 of the Unemployment Insurance Code with respect to such work and labor and all other applicable laws of the State of California and rules and regulations of its agencies then said Surety will pay the same in or to an amount not exceeding the sum specified herein In case legal action is required to enforce the provisions of this bond the prevailing party shall be entitled to recover reasonable attorneys fees in addition to court costs necessary disbursements and other consequential damages In addition to the provisions hereinabove it is agreed that this bond will inure to the benefit of any and all persons companies and corporations entitled to make claims under Sections 3110 3111 3112 and 3181 of the California Civil Code so as to give a right of action to them or their assigns in any suit brought upon this bond The said Surety for value received hereby stipulates and agrees that no change extension of time alteration or additions to the terms of the said Public Work Contract or to the Work to be performed thereunder or the specification accompanying the same shall in any way affect its obligations on this bond and it does hereby waive notice of any such change extension of time alteration or addition to the terms of the Contract or to the Work or to the Specifications IN WITNESS WHEREOF we have hereto set our hands and seal this day on 20 CPorinntrcaicptaorl By President Surety By AttorneyinFact PAYMENT BOND 2 STATE OF CALIFORNIA COUNTY OF ss On this day of before me for said state personally appeared known to me or proved to be on the basis whose name is subscribed to the within subscribed the name of the own name as AttorneyinFact in the year a Notary Public in and of satisfactory evidence to be the person instrument as the AttorneyinFact of the surety and acknowledged to me that he surety thereto and his Notary Public in and for said State SEAL My Commission Expires PAYMENT BOND 3 CERTIFICATE AS TO CORPORATE PRINCIPAL I 1 certify that I am the Secretary of the corporation named as principal in the attached bond that who signed the said bond on behalf of the principal was then of said corporation that I know his signature and his signature thereto is genuine and that said bond was duly signed sealed and attested for and in behalf of said corporation by authority of its governing Board Corporate Seal Signature Date NOTE A copy of the power of attorney to local representatives of the bonding company may be attached hereto PAYMENT BOND 4 CITY OF ROSEMEAD MISSION DRIVE STREET RESURFACING PROJECT FROM WESTERLY CITY LIMIT TO ROSEMEAD BOULEVARD PROJECT No 21007 PARTA GENERAL PROVISIONS Standard Specifications The Work hereunder shall be done in accordance with the Standard Specifications for Public Works Construction Greenbook 2012 Edition including all current supplements addenda and revisions thereof hereinafter referred to as Standard Specifications these General Conditions and the Specifications and Drawings identified in the Contract Documents The Standard Specifications are referred to and by this reference made apart hereof as though set forth at length In the case of conflict between the Standard Specifications and these General Conditions these General Conditions shall take precedence over and shall be used in lieu of such conflicting provisions The section headings in these General Conditions correspond to the section headings of the Standard Specifications In the event a section heading contained in the Standard Specifications is not referenced in these General Conditions that section shall read exactly as stated in the Standard Specifications Supplemental Reference Specifications Insofar as references may be made in these Special Provisions to the Caltrans Standard Specifications such work shall conform to the referenced portions of the technical provisions Caltrans Standard Specifications 2006 edition only of said reference specifications provided that wherever the term Standard Specifications is used without the prefix Caltrans it shall mean the Standard Specifications for Public Works Construction Green Book 2012 Edition as previously specified in the above paragraph GENERAL PROVISIONS 1 PART 1 GENERAL PROVISIONS SECTION 1 TERMS DEFINITIONS ABBREVIATIONS UNITS OF MEASURE AND SYMBOLS 1 2 DEFINITIONS Wherever in the Standard Specifications or other Contract Documents the following terms are used they shall mean the following Agency The CITY OF ROSEMEAD Bid Guaranty As defined in the Standard Specifications Also referred to as the Bid Security in the Contract Documents Bid Security The Bid Guaranty as defined herein Board The City Council of the CITY OF ROSEMEAD City The CITY OF ROSEMEAD Csity Representative The Engineer as defined herein Contract The written agreement Contract form between the City and the Contractor for the complete and adequate completion of the Work for the Project The Contract consists of the Contract Documents The documents comprising the Contract are complementary and each obligation of the Contractor Subcontractors and material or equipment suppliers in any one document shall be binding as if specified in all The Contract is intended to include all items required for the proper execution and completion of the Work Contract Documents In addition to the documents noted in the definition of Contract Documents in the Standard Specifications all documents incorporated by reference into the Contract form Contract Price The amount stated in the Contract form including authorized adjustments pursuant to Change Orders which is the total amount payable by the City to the Contractor for performance of the Work under the Contract It is also sometimes referred to as the Total Bid Price in the Contract Documents Csontractor Representative Csontractor executive representative who shall be present on the Project Site at all times that any Work is in progress and who shall have the authority to act on behalf of the Contractor for all purposes under the GENERAL PROVISIONS 2 Contract The Contractor shall designate such representative in writing to the City The Csontractor Representative shall be available to the City and its asgent at all reasonable times Engineer The Director of Public Works of the CITY OF ROSEMEAD acting either directly or through properly authorized agents such as agents acting within the scope of the particular duties entrusted to them Also sometimes referred to as the Csity Representative in the Contract Documents Liquidated Damages the amount prescribed in the Contract form pursuant to the authority of Government Code Section 5830569 to be paid to the City or to be deducted from any payments due or to become due the Contractor for each dsay delay in completing the whole or any specified portion of the Work beyond the time allowed in the Contract Documents Notice to Contractors Notice Inviting Bids Project The total and satisfactory completion of the project noted in the Contract Documents as well as all related work performed in accordance with the Contract including but not limited to any alternates selected by the City Project Site All of the property andor facilities of the City where the Work will be performed pursuant to the Contract as well as such adjacent lands as may be directly affected by the performance of the Work Recyclable Waste Materials Materials removed from the Project site which is required to be diverted to a recycling center rather than an area landfill Recyclable Waste Materials include asphalt concrete brick concrete block and rock Special Provisions Any provisions which supplement or modify the Standard Specifications including these General Conditions Part A the Supplementary General Conditions Part B and the Technical Provisions Part C Total Bid Price The amount stated in the Contract form including authorized adjustments pursuant to Change Orders which is the total amount payable by the City to the Contractor for performance of the Work under the Contract Also sometimes referred to as the Contract Price in the Standard Specifications and other Contract Documents END OF SECTION GENERAL PROVISIONS 3 SECTION 2 SCOPE AND CONTROL OF WORK The project consists in the construction of ARHM overlay concrete work and appurtenances 23 SUBCONTRACTS 23 Subcontractor Obligations Section 23of the Standard Specifications shall be amended to include the following provisions By appropriate written agreement Contractor shall require each Subcontractor to be bound by all obligations of this Contract Each subcontract agreement shall preserve and protect the rights of the City Should any subcontractor fail to perform the Work undertaken by him to the satisfaction of the City said subcontractor shall be removed immediately from the Project upon request by the Csity Representative and shall not again be employed on the Work The Contractor shall be held liable for the all deficient Subcontractor Work 24 CONTRACT BONDS The following shall be added at the end of Section 24 of the Standard Specifications The Contractor shall ensure that its Bonding Company is familiar with all of the terms and conditions of the contract Documents and shall obtain a written acknowledgment by the Bonding Company that said Bonding Company thereby waives the right of special notification of any changes or modifications of the Contract or of extensions of time or of decreased or increased Work or of cancellation of the Contract or of any other act or acts by the Owner or any of its authorized representatives If the Contract Price is increased in accordance with the Contract the Contractor shall upon request of the City cause the amount of the bonds to be increased accordingly and promptly deliver satisfactory evidence of such increase to the City Pursuant to Public Contract Code Section 4108 Contractor shall require all Subcontractors providing labor and materials in excess of the amount indicated in the Notice Inviting Bids to supply Payment and Performance Bonds in accordance with the same bond requirements applicable to the Contractor except that the bond amounts shall equal the total amount of their subcontract The Contractor shall specify this requirement for Subcontractor bonds in his written or published request for Subcontractor bids Failure to comply with this requirement shall not preclude Contractor from complying with the Subcontractor bonding requirements The practice of issuing separate purchase orders andor subcontracts for the purpose of circumventing the Subcontractor bonding requirements shall not serve to exempt the Contractor from these requirements No payments except for a reimbursement payment to the Contractor for the cost of the Csontractor own Faithful Performance and Payment bonds shall be made to the Contractor until the Contractor provides the aforementioned Subcontractor bonds to the Contractor GENERAL PROVISIONS 4 25 PLANS AND SPECIFICATIONS 251 General The second full paragraph of Section 251 of the Standard Specifications shall be amended to include the following at the end of that paragraph All Contract Documents are essential parts of the Contract for a given project Any requirement included in one Contract Document shall be as binding as though included in all as they are intended to be cooperative and to provide a description of the Work to be done 252 Precedence of Contract Documents The provisions of Section 252of the Standard Specifications shall be revised to read as follows in resolving disputes resulting from conflicts errors or discrepancies in any of the Contract Documents the document highest in precedence shall control The order of precedence shall be as listed below Change Orders or Work Change Directives Agreement Addenda 4 Csontractor Bid Bid Forms 5 Special Provisions 6 General Conditions 7 Standard Specifications 8 Notice Inviting Bids 9 Instructions to Bidders 10 Specifications 11 Plans Contract Contract Drawings 12 Standard Plans 13 Reference Documents With reference to the Drawings the order of precedence shall be as follows 1 Figures govern over scaled dimensions 2 Detail drawings govern over general drawings 3 Addenda or Change Order drawings govern over Contract Drawings 4 Contract Drawings govern over Standard Drawings 5 Contract Drawings govern over Shop Drawings 254 Interpretation of the Plans and Specifications Section 254 shall be added to the Standard Specifications to read as follows Should it appear that the Work to be done or any matter relative thereto is not sufficiently detailed or explained on the Plans or in the Specifications the Contractor shall GENERAL PROVISIONS 5 request the Csity Representative for such further explanation as may be necessary and shall conform to such explanation or interpretation as part of the Contract so far as may be consistent with the intent of the original Specifications In the event of doubt or questions relative to the true meaning of the Specifications reference shall be made to the Engineer whose decision thereon shall be final 27 SUBSURFACE DATA 271 Limited Reliance by Contractor Section 271 shall be added to the Standard Specifications to read as follows Soils reports and other reports of subsurface conditions may be made available for inspection by the Contractor HOWEVER SUCH REPORTS AND DRAWINGS ARE NOT CONTRACT DOCUMENTS The contractor may rely upon the general accuracy of the technical data contained in such reports and drawings only where such technical data are specifically identified in the Special Provisions Except for such reliance on such technical data the Contractor may not rely upon or make any claim against the Owner the Engineer nor any of the Esngineer Consultants with respect to any of the following 271 Completeness The completeness of such reports and drawings for csontractor purposes including but not limited to any aspects of the means methods techniques sequences and procedures of construction to be employed by Contractor and safety precautions and programs incident thereto 2712 Other Information Any other data interpretations opinions and information contained in such reports or shown or indicated in such drawings 2713 Interpretation Any interpretation by the Contractor of such technical data or any conclusion drawn from any technical data or any such data interpretations opinions or information 28 RIGHTOFWAY Section 28 of the Standard Specifications shall be revised in its entirety to read as followsAll temporary access or construction rightsofway other than those shown on the Plans which the Contractor may find it requires during progress of the Work shall be arranged by paid for and disposed of solely by the Contractor at its own expense The Contractor shall defend indemnify and hold the City its officials officers employees and agents free and harmless from all claims for damages of any kind arising from or incident to such rightsofway Those rightsofway shown on the Plans will be provided by the City at its expense GENERAL PROVISIONS 6 29 SURVEYING 292 Survey Service Section 292 of the Standard Specifications shall be amended to include the following All survey monuments centerline ties and survey reference points will be tied out in advance by the City Surveyor Temporary control shall be protected in place Any temporary control disturbed by the contractor shall be replaced at the contractor expense and no additional compensation shall be allowed therefore City Surveyorwill provide one set of temporary stakes for position of well monuments Contractor shall install well monuments Contractor shall coordinate hisher work with the City Surveyor for the installation 294 Line and Grade Section 294 of the Standard Specifications shall be amended in its entirety to read as follows All Work including finished surfaces shall during its progress and upon completion conform to the lines grades cross sections elevations and dimensions shown on the Plans All distances and measurements are given thereon and will be made in a horizontal plane Three consecutive points shown on the same rate of slope must be used in common in order to detect any variation from a straight line In the event any discrepancy exists it must be reported to the Csity Representative Failure to make this report shall make the Contractor responsible for any error in the finished Work Minor deviations from approved Plans whenever required by the exigencies of construction shall be determined in all cases by the Csity Representative and authorized in writing 210 AUTHORITY OF BOARD AND ENGINEER The provisions of Section 210 of the Standard Specifications shall be revised to read as follows Whenever the Contract Documents refer to the Engineer or Csity Representative or provide the Engineer or Csity Representative with power to act on behalf of the City such reference shall necessarily include the Csity Representative or his or her authorized designee The City Council shall have the power to award the Contract and shall generally have the final authority to act in all matters affecting the the Project The Csity Representative shall have the authority to enforce compliance with the Contract Documents The Contractor shall promptly comply with the instructions of the Csity Representative The decisions of the Csity Representative shall be final and binding on all questions as to 1 the quantity quality and acceptability of materials and equipment furnished and Work performed 2 the manner of performance and rate of progress of the Work 3any and all questions which may arise as to the interpretation of the Plans Specifications General Conditions and Special Provisions 4 the acceptable fulfillment of the Contract on the part of the Contractor 5 any claims and compensation issues and 6 his authority to GENERAL PROVISIONS 7 enforce and make effective such decisions and actions as the Contractor fails to carry out promptly 211 INSPECTION The provisions of Section 211 shall be amended to include the following at the end of that Section The Engineer shall have complete and safe access to the Work at all times during construction and shall be furnished with every reasonable facility for ascertaining that the materials and the workmanship are in accordance with the Specifications the Special Provisions and the Plans All labor materials and equipment furnished shall be subject to the Engineers inspection When the Work is substantially completed the Engineer or a representative of the Engineer will make the final inspection Whenever the Contractor varies the period during which Work is carried on any day he shall give adequate notice to the Csity Representative so that proper inspection may be provided Defective Work shall be made good and unsuitable materials may be rejected notwithstanding the fact that such defective work and unsuitable materials have previously been inspected accepted or estimated for payment The Contractor shall prosecute work on any State highway or within any railroad rightofway only in the presence of an inspector representing the State Division of Highways or the railroad company and any Work done in the absence of such inspectors will be subject to rejection The Contractor shall make the appropriate notification according to the instructions given on the State Encroachment Permit or railroad permit for all inspections and shall post all bonds and certificates required by the permit The permit shall be acquired by the Contractor at the Csontractor expense The Contractor shall pay for all testing and inspections required by a State Encroachment Permit or railroad permit GENERAL PROVISIONS 8 212 SITE EXAMINATION Section 212 shall be added to the Standard Specifications as follows The Contractor shall have the sole responsibility of satisfying itself concerning the nature and location of the Work and the general and location conditions such as but not limited to all other matters which could in any way affect the Work or the costs thereof The failure of the Contractor to acquaint itself with all available information regarding any applicable existing or future conditions shall not relieve it from the responsibility for properly estimating either the difficulties responsibilities or costs of successfully performing the Work according to the Contract Documents 213 FLOW AND ACCEPTANCE OF WATER Section 213 shall be added to the Standard Specifications as follows Storm surface nuisance or other waters may be encountered at various times during construction of the Work Therefore the Contractor by submitting a Bid hereby acknowledges that it has investigated the risk arising from such waters has prepared its Bid accordingly and assumes any and all risks and liabilities arising therefrom 214 PROHIBITION AGAINST SUBCONTRACTING OR ASSIGNMENT Section 214 shall be added to the Standard Specifications as follows The Contractor shall give his personal attention to the fulfillment of the Contract and shall keep the Work under his control The Contractor shall not contract with any other entity to perform in whole or in part the services required hereunder except in strict compliance with Section 23 of the Standard Specifications and state law In addition neither this Contract nor any interest herein may be transferred assigned conveyed hypothecated or encumbered either voluntarily or by force of law except as otherwise provided in Section 75103 of the State of California Public Contract Code without the prior written approval of the City Transfers restricted hereunder shall include the transfer to any person or group of persons acting in concert of more than twenty five percent 25 of the present ownership andor control of the Contractor taking all transfers into account on a cumulative basis In the event of any such unapproved transfer this Contract shall be void No approved transfer shall release the Contractor or any surety of the Contractor of any liability hereunder without the expressed written consent of the City END OF SECTION GENERAL PROVISIONS 9 SECTION 3 CHANGES IN WORK 32 CHANGES INITIATED BY THE AGENCY 321 General The provisions of Section 321 of the Standard Specifications shall be amended to include the following at the end of that Section Contractor shall not be entitled to claim or bring suit for damages whether for loss of profits or otherwise on account of any decrease or omission of any item or portion of Work to be done Whenever any change is made as provided for herein such change shall be considered and treated as though originally included in the Contract and shall be subject to all terms conditions and provisions of the original Contract 32 Payment The provisions of Section 32of the Standard Specifications shall be revised to read as follows 321 Contract Unit Prices Section 321shall be amended in its entirety to read as follows 321a Allowable Quantity Variations on Unit Price Contracts In the event of an increase or decrease in a bid item quantity of a unit price contract the total amount of work actually done or materials or equipment furnished shall be paid for according to the unit price established for such work under the Contract Documents wherever such unit price has been established provided that an adjustment in the Contract Unit Price may be made for changes which result in an increase or decrease in the quantity of any unit price bid item of the Work in excess of 25 percent or for eliminated items of work 321b Increases of More Than 25 Percent on Unit Price Contracts On a unit price contract should the total quantity of any item of work required under the Contract exceed the Esngineer Estimate therefor by more than 25 percent the work in excess of 125 percent of such estimate and not covered by an executed contract Change Order specifying the compensation to be paid therefor will be paid for by adjusting the Contract Unit Price as hereinafter provided or at the option of the Owner payment for the work involved in such excess will be made as provided in Paragraph 332as amended in these Special Provisions Such adjustment of the Contract Unit Price will be the difference between the Contract Unit Price and the actual unit cost which will be determined as hereinafter provided of the total pay quantity of the item If the costs applicable to such item of work include fixed costs such fixed costs shall be deemed to have been recovered by the Contractor by the payments made for 125 percent of the Esngineer Estimate of the quantity for such item and in computing the actual unit costs such fixed costs will be excluded Subject to the above provisions such actual unit cost will be determined by the engineer in the same manner as if the work were to be paid for as extra work as provided GENERAL PROVISIONS 10 in Paragraph 332as amended in these Special Provisions or such adjustment as will be as agreed to by the Contractor and the Owner When the compensation payable for the number of units of an item of work performed in excess of 125 percent of the Esngineer Estimate is less than 0500 at the applicable Contract Unit Price the Engineer reserves the right to make no adjustment in said price if he so elects except that an adjustment will be made if requested in writing by the Contractor 321c Decreases of More Than 25 Percent on Unit Price Contracts On unit price contracts should the total pay quantity of any item of work required under the contract be less than 75 percent of the Esngineer Estimate therefor an adjustment in compensation pursuant to this Section will not be made unless the Contractor so requests in writing If the Contractor so requests the quantity of said item performed unless covered by an executed contract change order specifying the compensation payable therefor will be paid for by adjusting the the Contract Unit Price as hereinafter provided or at the option of the engineer payment for the quantity of the work of such item performed will be made as if the work were to paid for as extra work as provided in Paragraph 332as amended in these Special Provisions or such adjustment as will be as agreed to by the Contractor and the Owner provided however that in no case shall the payment for such work be less than that which would be made at the Contract Unit Price Such adjustment of the contract unit price will be the difference between the contract unit price and the actual unit cost which will be determined as hereinafter provided of the total pay quantity of the item including fixed costs Such actual unit cost will be determined by the Engineer in the same manner as if the work were to be paid for as extra work as provided in Paragraph 332as amended in these Special Provisions or such adjustment as will be as agreed to by the Contractor and the Owner The payment for the total pay quantity of such item item of work will in no case exceed the payment which would be made for the performance of 75 percent of the Esngineer Estimate of the quantity for such item at the original Contract Unit Price 321d Eliminated Items on Unit Price Contracts On unit price contracts should any contract item of the work be eliminated in its entirety in the absence of an executed contract Change Order covering such elimination payment will be made to the Contractor for actual costs incurred in connection with such eliminated contract item if incurred prior to the date of notification in writing by the Engineer of such elimination if acceptable material is ordered by the Contractor for the eliminated item prior to the date of notification of such elimination by the Engineer and if orders for such material cannot be canceled it will be paid for at the actual cost to the Contractor In such case the material paid for shall become the property of the Owner and the actual cost of any further handling will be paid for by the Owner If the material is returnable to the vendor and if the Engineer so directs the Contractor the material shall be returned and the Contractor will be paid for the actual cost of charges made by the vendor for returning the material The actual cost of handling returned material will be paid for GENERAL PROVISIONS 11 The actual costs or charges to be paid by the Owner to the Contractor as provided in this Section 32 will be computed in the same manner as if the work were to be paid for as extra work as provided in Paragraph 332as amended in these General Conditions or such adjustment as will be as agreed to by the Contractor and the Owner 33 EXTRA WORK 331 General The provisions of Section 331 of the Standard Specifications shall be amended to include the following at the end of that Section All extra work shall be adjusted daily upon report sheets furnished by the Contractor prepared by the Csity Representative and signed by both parties The daily report shall be considered thereafter as the true record of extra work done New and unforeseen work will be classed as extra work only when said work is not covered and cannot be paid for under any of the various items or combination of items for which a bid price appears in the Bid Forms The Contractor shall not do any extra work except upon written order from the Csity Representative 332 Payment The provisions of Section 332 of the Standard Specifications shall be amended as follows 3321 General Section 3321shall be amended to include the following at the beginning of that Section Extra work shall be paid for under written work order in accordance with the terms therein provided Generally payment for extra work will be made at the unit price or lump sum previously agreed upon between the Contractor and the City 3323 Markup Paragraph a of Section 3323Work by Contractor shall be amended in its entirety to read as follows a Work by Contractor The following percentages shall be added to the Csontractor costs and shall constitute the markup for all overhead and profit 1 Labor 24 percent includes bonding 2 Materials 15 percent 3 Equipment rental 15 percent 4 Other items and expenditures 15 percent 5 Subcontracts 1st tier only 5 percent 6 Lower tier subcontractors none To the sum of the costs and markups provided for in this subsection except for labor one percent shall be added as compensation for bonding GENERAL PROVISIONS 12 36 EXISTING CONDITIONS Section 36 shall be added to the Standard Specifications as follows Contractor shall have the sole responsibility for satisfying itself concerning the conditions nature and location of the Project and the Work to be performed as well as the general and local conditions Such conditions shall include but shall not be limited to local labor availability means of transportation necessity for security laws and codes local permit requirements wage scales local tax structure contractors licensing requirements availability of required insurance and otherfactors that could in anyway affectthe Work or the costs thereof The Contractor is solely responsible for understanding the facilities difficulties and restrictions which may impact the total and adequate completion of the Project The failure of the Contractor to acquaint himself with all available information regarding any applicable existing or future conditions shall not relieve him from the responsibility for properly estimating either the the difficulties responsibilities or costs of fully and adequately performing the Work according to the Contract Documents END OF SECTION GENERAL PROVISIONS 13 SECTION 4 CONTROL OF MATERIALS 41 MATERIALS AND WORKMANSHIP 41 General Section 41 of the Standard Specifications shall be amended in its entirety to read as follows It is the intent of the City in drafting the Contract Documents to accept only firstclass work materials parts equipment and workmanship All materials parts and equipment furnished by Contractor for the Work shall be new high grade free from defects of specified kind and fully equal to samples when such samples are required Used or secondhand materials parts and equipment may be used only if permitted by the Specifications When the quality or kind of material or articles required under the Contract are not particularly specified the Contractor shall provide those representing the best of their class or kind Quality of Work shall be in strict accordance with generally accepted standards Material parts equipment and Work quality shall be subject to the approval of the Csity Representative All materials parts and equipment used and installed and all details of the Work done shall at all times be subject to the supervision test and approval of the Csity Representative The Csity Representative shall have access to the Work at all times during construction and shall be furnished with every reasonable facility for securing full knowledge with regard to the progress workmanship and character of the materials parts and equipment used or employed in the Work Materials parts and equipment shall be furnished in such quantities kinds and at such times as to ensure uninterrupted progress of the Work All materials parts equipment or Work which are defective in their construction or deficient in any of the requirements of the Contract Documents whether in place or not shall be remedied or removed and replaced by the Contractor in an acceptable manner and no compensation will be allowed for such correction work Any Work done beyond the lines shown on the Plans or established by the Csity Representative or any extra work done without written authority will be considered unauthorized and will not be paid for by the City Upon Csontractor failure to comply promptly with any order of the Csity Representative made under the provisions of this Section the Csity Representative shall have authority to cause such defective or unauthorized Work to be remedied or removed and replaced and to deduct the costs thereof from any moneys due or to become due the Contractor If the Work is found to be in compliance with these specifications the Csity Representative will furnish the Contractor with a certificate to that effect 412 Protection of Work and Materials The provisions of Section 412of the Standard Specifications shall be amended to add the following at the end of that Section Contractor shall fully and adequately store and protect all materials parts and equipment as required herein Contractor shall be solely responsible for any and all damages or loss by weather or any other cause to such materials parts and equipment The Contractor shall make good any and all damages or loss to to materials parts and equipment GENERAL PROVISIONS 14 Until the final written acceptance of the Work by the City the Contractor shall have the charge and care thereof and shall bear the risk of injury or damage to any part of the Work by the action of the elements or any other cause The Contractor shall rebuild repair restore and make good all injuries or damages to any portion of the Work occasioned by any cause before its completion and acceptance and shall bear the expense thereof except for such injuries or damages arising from the sole negligence or willful misconduct of the City its officers agents or employees In the case of suspension of Work from any cause whatsoever the Contractor shall be responsible for all materials and the protection of Work already completed and shall properly store and protect them if necessary Contractor shall provide suitable drainage and erect temporary structures where necessary Nothing in this Contract shall be considered as vesting in the Contractor any right of property in materials used after they have been attached or affixed to the Work or the soil upon City real property All such materials shall upon being so attached or so affixed become the property of the City Notwithstanding the foregoing Contractor shall not be responsible for restoring damage valued in excess of five percent 5 of the Contract Price if such damage was caused by an earthquake measuring over 35 on the Richter scale or by a tidal wave as provided for in Public Contract Code Section 7105 If provided for in the Contract Bid Forms however Contractor shall provide insurance to protect against such damages 414 Test of Materials The provisions of Section 414 of the Standard Specifications shall be amended to add the following at the end of that Section Contractor shall immediately remove all rejected material from the Work or Site and shall not again return such material to the Site 416 Trade Names or Equals The second and third paragraphs of Section 416 of the Standard Specifications shall be amended in their entirety to read as follows Whenever any particular material process or equipment is indicated by a patent proprietary or brand name or by the name of the manufacturer such product shall be followed by the words or equal A Contractor may offer any material process or equipment considered as equivalent to that indicated unless a sole source is specified Failure of the Contractor to submit requests for substitution promptly after award shall be deemed to signify that the Contractor intends to furnish one of the brands named in the Special Provisions and the Contractor does hereby waive all rights to offer or use substitute materials products or equipment for that which was originally specified Unless otherwise authorized by the Engineer the time for submission of data substantiating a request for substitution of an or equal item shall be not less than 35 nor more than 40 calendar days after award of Contract The burden of proof as to the comparative quality and suitability of alternative equipment or materials shall be on the Contractor The Contractor shall at its expense furnish data concerning items offered by it as equivalent to those specified Such data shall include complete calculations technical specifications samples or published documents relating to the performance and physical characteristics of the proposed GENERAL PROVISIONS 15 substitute The Contractor shall have the material tested as required by the Csity Representative to determine that the quality strength physical chemical or other characteristics including durability finish efficiency dimensions service and suitability are such that the item will completely and adequately fulfill its intended function 419 Placing Orders Section 419shall be added to the Standard Specifications as follows The Contractor shall place the osrder for all longlead supplies materials and equipment for any traffic signing striping legends and traffic control facilities within 3 working days after the award of Contract by the Owner The Contractor shall furnish the Engineer with a statement from the vsendor that the osrder for said supplies materials and equipment has been received and accepted by said vsendor within 15 working days from the date of said award of Contract 4110Removal of Interfering Obstructions Section 4110 shall be added to the Standard Specifications to read as follows The Contractor shall remove and dispose of all debris abandoned structures tree roots and obstructions of any character met during the process of excavation it being understood that the cost of said removals are made a part of the unit price bid by the Contractor under the item for excavation or removal of existing Work 4111 Procedure in Case of Damage to Public Property Section 4111 shall be added to the Standard Specifications to read as follows Any portions of curb gutter sidewalk or any other City improvement damaged by the Contractor during the course of construction shall be replaced by the Contractor at his own cost free of all charges to the City The cost of additional replacement of curb gutter or sidewalk in excess of the estimated quantities shown in the Bid Forms and Specifications and found necessary during the process of construction but not due to damage resulting from carelessness on the part of the Contractor during his operations shall be paid to the Contractor at the unit prices submitted in his Bid 4112 Diversion of Recyclable Waste Materials Section 4112shall be added to the Standard Specifications to read as follows In support of the Oswner waste reduction and recycling efforts Contractor shall divert all Recyclable Waste Materials as defined in the Contract Documents to appropriate recycling centers rather than area landfills Contractor will be required to submit weight tickets and written proof of diversion with its monthly progress payment requests Contractor shall complete and execute any certification forms required by Owner to document Csontractor compliance with these diversion requirements All costs incurred for these waste diversion efforts shall be the responsibility of the Contractor END OF SECTION GENERAL PROVISIONS 16 SECTION 5 UTILITIES 51 LOCATION The provisions of Section 51 of the Standard Specifications shall be amended to add the following at the end of that Section Locations of existing utilities shown on the Plans are approximate and may not be complete Therefore the Contractor shall notify Underground Service Alert at 1800227 2600 a minimum of 2 working days prior to any excavation in the vicinity of any potentially existing underground facilities in order to verify the location of all utilities prior to the commencement of the Work The Contractor shall be responsible for coordinating its work with all utility companies during the construction of the Work The Plans identify the approximate locations of existing utilities that parallel or cross the Work These locations are based on the best information available to the Owner The Contractor shall verify these locations 52 PROTECTION The provisions of Section 52 of the Standard Specifications shall be amended to add the following at the end of that Section All water meters water valves fire hydrants electrical utility vaults telephone vaults gas utility valves and other subsurface structures shall be relocated or adjusted to grade by the Contractor The Contractor shall notify each utility owner a minimum of 2 working days before commencing the Work If the Contractor while performing the Contract discovers utility facilities not identified by the public agency in the Contract Plans or Specifications he or she shall immediately notify the public agency and utility in writing The public utility where they are the owner shall have the sole discretion to perform repairs or relocation work or permit the Contractor to do such repairs or relocation work at a reasonable price During construction of the Work some of the existing utilities may fall within the prism of trenches if the existing utility does fall within the contractors trenches the utility involved shall be supported properly by the Contractor to the satisfaction of the utility owner The method of support of the utility precautions to be taken during trench backfill and compaction etc shall be per the utility oswner requirements The Contractor shall contact the utility owner should it anticipate such exposure of any of the existing utilities GENERAL PROVISIONS 17 55 DELAYS The provisions of Section 55 of the Standard Specifications shall be amended to add the following at the end of that Section Notwithstanding anything to the contrary the provisions of Articles 1 and 2 of the California Government Code Sections 4215 and 4216 are incorporated by reference as if fully set forth herein In the event of any conflict between the Standard Specifications and Government Code Sections 4215 and 4216 the provisions of Government Code Section 4215 and 4216 shall prevail Contractor should pay particular attention to the provisions of Section 4215 with regards to the relocation of utilities the costs thereof delays caused thereby and the indication of service laterals and appurtenances The right is reserved to the owners of public utilities or franchises to enter upon the streets for the purpose of making repairs or changes in their property which may be necessary as a result of the Work Employees of the City shall likewise have the privilege of entering upon the street for the purpose of making any necessary repairs or replacements Contractor shall employ and use only qualified persons as hereinafter defined to work in proximity to Southern California Esdison secondary primary and transition facilities The term qualified person shall mean one who by reason of experience or instruction is familiar with the operation to be performed and the hazards involved as more specifically defined in Section 2700 of Title 8 of the California Administrative Code The Contractor shall take such steps as are necessary to assure compliance by all Subcontractors END OF SECTION GENERAL PROVISIONS 18 SECTION 6 PROSECUTION PROGRESS AND ACCEPTANCE OF THE WORK 61 CONSTRUCTION SCHEDULE AND COMMENCEMENT OF WORK The second paragraph of Section 61 of the Standard Specifications shall be amended in its entirety to read as follows After the Contract has been approved by the Owner and a written Notice to Proceed has been issued to the Contractor the Contractor shall start the Work within 10 working days after the date specified in said Notice to Proceed The Work shall be diligently prosecuted to completion before the expiration of the time indicated in the Bid Documents and Contract Form plus any duly authorized extensions thereof The provisions of Section 61 of the Standard Specifications shall be amended to add the following at the end of that Section Notwithstanding anything to the contrary herein the Csontractor proposed construction schedule shall include the expected start and completion dates for all portions of the contract Work During a scheduling conference between the Contractor and the Csity Representative the work schedule will be discussed and modified if necessary by mutual agreement Should it become necessary for the City to delay temporarily the construction schedule agreed upon during the scheduling conference every effort will be made to permit a new construction schedule at the time most convenient to the Contractor thus permitting the Project to proceed with the shortest intramural movement of the equipment The Contractor shall notify the Csity Representative in all such cases in order to arrive at a mutually satisfactory schedule Csontractor construction schedule shall be in a form provided for in the Specifications Contractor shall continuously update its construction schedule Contractor shall submit an updated and accurate construction schedule to the Owner whenever specifically requested to do so by Owner and with each periodic payment request Failure to submit an updated and accurate construction schedule shall render Contractor in breach of the Contract and shall entitle Owner to withhold money therefor 63 SUSPENSION OF WORK 631 General The provisions of Section 631 of the Standard Specifications shall be amended to add the following at the end of that Section The situations which will be deemed to be in the Csity interest to suspend theWork shall include but shall not be limited to the following 1 unsuitable weather or such other conditions that render the proper prosecution of the Work impracticable or inefficient or2 when the Contractor or his workmen fail or refuse to carry out orders or to perform any or all of the requirements of the Contract 3when the Contractor fails or refuses to supply an GENERAL PROVISIONS 19 adequate working force for any reason whatsoever including but not limited to strikes labor unrest or labor shortages of any kind 4 when the Contractor fails or refuses to begin delivery of any materials manufactured articles supplies or equipment for any reason whatsoever including but not limited to transportation problems strikes labor unrest or labor shortages of any kind 5 when the Contractor fails or refuses to commence Work within the time specified for any reason whatsoever including but not limited to transportation problems labor strikes labor unrest or labor shortages of any kind 6 when the Contractor fails or refuses to maintain an adequate rate of delivery of materials manufactured articles supplies or equipment for any reason whatsoever including but not limited to transportation problems strikes labor unrest or labor shortages of any kind 7 when the Contractor fails or refuses to execute the Work in a manner and at such locations as specified in the Contract Documents 8 when the Contractor fails or refuses to maintain a Work program which will insure the Asgency interest 9 when the Contractor fails or refuses to carry out the intent of the Contract or 10 when the Contractor fails or refuses in any other respect to prosecute the Work with the diligence speed or force specified or intended by the terms of the Contract The Contractor shall immediately comply with any written order from the Csity Representative and shall not resume operations until so ordered in writing 64 DEFAULT BY CONTRACTOR The first second and third full paragraphs of Section 64 of the Standard Specifications shall be amended to read as follows If the Contractor should be in violation of the Contract then the City may without prejudice to any other right or remedy and after giving notice as specified herein terminate the Contract and take all actions provided for herein and elsewhere in the Contract Documents By way of example and not as a limitation upon its right to terminate the Contract as provided herein the City may terminate the Contract if in its sole opinion the Contractor fails or refuses to 1 begin delivery of any materials manufactured articles supplies or equipment for any reason whatsoever including but not limited to transportation problems strikes labor unrest or labor shortages of any kind 2 commence Work within the time specified for any reason whatsoever including but not limited to transportation problems labor strikes labor unrest or labor shortages of any kind 3 maintain an adequate rate of delivery of materials manufactured articles supplies or equipment for any reason whatsoever including but not limited to transportation problems strikes labor unrest or labor shortages of any kind 4 execute the Work in a manner and at such locations as specified in the Contract Documents 5 maintain a Work program which will insure the Asgency interest 6 carry out the intent of the Contract 7 supply an adequate working force for any reason whatsoever including but not limited to strikes labor unrest labor shortages of any kind or 8 in any other respect prosecute the Work with the diligence speed or force specified or intended by the terms of the Contact If the City determines that sufficient grounds exist to terminate the Contract as provided herein the Csity Representative shall provide written notice to the Contractor and its surety on its performance bond If the Contractor or its surety does not fully comply with GENERAL PROVISIONS 20 such notice within five5 days after receiving it or fails to continue after starting to comply in good faith the City may exclude the Contractor and its employees and Subcontractors from the Work or any portion thereof and take possession of and use or cause to be used all materials tools and equipment of every description as may be found at the place of such Work Thereupon the Contractor and its employees and Subcontractors shall discontinue such Work or such part thereof as the City may designate and the City may thereupon by Contract or otherwise as it may determine complete the Work or any part thereof All expenses charged under this paragraph shall be deducted and paid for by the City out of any moneys then due or to become due the Contractor under the Contract In such accounting the City shall not be held to obtain the lowest figure for the Work for completing the Contract or any part thereof or for insuring its proper completion but all sums paid therefore shall be charged to the Contractor In case the expenses so charged are less than a sum which would have been payable under the Contract if the same had been completed by the Contractor the Contractor shall be entitled to receive the difference In case such expense shall exceed the amount payable under the Contract then the Contractor shall pay the amount of the excess to the City upon completion of the Work without further demand being made therefore In the determination of the question as to whether or not there has been any such noncompliance with the Contract as to warrant the suspension or annulment thereof the decision of the City Council shall be binding on all parties to the Contract 68 COMPLETION AND ACCEPTANCE Section 68 of the Standard Specifications shall be amended in its entirety as followsThe Work will be inspected for acceptance by the Csity Representative upon receipt of the Csontractor written assertion that the Work has been completed If in the sole discretion of the Csity Representative the Work has been completed and is readyfor acceptance the Csity Representative will notify the City Clerk that the Contract has been completed in its entirety The Csity Representative shall request that the City accept the Work and that the City Clerk be authorized to file on behalf of the City in the office of the Los Angeles County Recorder a Notice of Completion of the Work The date of completion shall be the date the Contractor is relieved from responsibility to protect the WorkThe Contractor hereby guarantees that the entire Work constructed by him under the Contract will meet fully all requirements as to quality of workmanship and materials The Contractor hereby agrees to make at his own expense any repairs or replacements made necessary by defects in materials or workmanship that become evident within one 1 year after the date of the final payment and to restore to full compliance with the requirements of these Contract Documents including any test requirements set forth herein for any part of the Work constructed hereunder which during said one one 1 year period is found to be deficient with respect to any provisions of the Contract Documents The Contractor shall make all repairs and replacements promptly upon receipt of written orders for the same from the Csity Representative If the Contractor fails to make the repairs and replacements promptly the City may do the work and the Contractor and his GENERAL PROVISIONS 21 sureties shall be liable to the City for the cost thereof The guarantees and agreements set forth herein shall be secured by a surety bond which shall be delivered by the Contractor to the City before the Notice of Completion and acceptance of the Work by the City Said bond shall be in the form approved by the City Attorney and executed by a surety company or companies satisfactory to the City in the amount of One Hundred Percent 100 of the Contract Said bond shall remain in force for a period of one 1 year after the date of Notice of Completion and acceptance Alternatively the Contractor may provide for the Faithful Performance Bond furnished under the Contract to remain in force and effect for said amount until the expiration of said one 1 year period The parties agree that no certificate given with the exception of the certificate of final payment shall be conclusive evidence of the faithful performance of the Contract either in whole or in part and that no payment shall be construed to be in acceptance of any defective work or improper materials Further the certificate of final payment shall not terminate the Csontractor obligations under his warranty herein above The Contractor agrees that payment of the amount due under the Contract and the adjustments and payments due for any Work done in accordance with any alterations of the same shall release the City the City Council and its officials officers and employees from any and all claims or liability on account of work performed under the Contract or any alteration thereof GENERAL PROVISIONS 22 69 LIQUIDATED DAMAGES Section 69 of the Standard Specifications shall be amended in its entirety to read as follows Contractor agrees that if the Work is not completed within the Contract Time andor pursuant to any completion schedule construction schedule or project milestones developed pursuant to provisions of the Contract it is understood acknowledged and agreed that the District will suffer damage Pursuant to Government Code Section 5830569 Contractor shall pay to the District as fixed and liquidated damages the sum specified in the Contract form for each and every calendar day of delay beyond the Contract Time or beyond any completion schedule construction schedule or Project milestones established pursuant to the Contract Liquidated damages may be deducted from any payments or other funds owing to Contractor including progress payments the final payment and retentions 611 TIMES OF OPERATION Section 611 shall be added to the Standard Specifications to read as follows it shall be unlawful for any person to operate permit use or cause to operate any of the following other than between the hours of700amto500pmMonday through Friday with no work allowed on Owner observed holidays unless otherwise approved by the Engineer 1 Powered Vehicles 2 Construction Equipment 3 Loading and Unloading Vehicles 4 Domestic Power Tools END OF SECTION GENERAL PROVISIONS 23 SECTION 7 RESPONSIBILITIES OF THE CONTRACTOR 72 LABOR 72 Laws The provisions of Section 72of the Standard Specifications shall be amended in their entirety as follows The Contractor its agents and employees shall be bound by and comply with applicable provisions of the Labor Code and Federal State and local laws related to labor Notwithstanding anything to the contrary contained in the Contract Documents Contractor shall comply with the following 721 Social Security Requirements Contractor shall furnish to the City satisfactory evidence that he and all of his Subcontractors are complying with all laws rules and regulations with respect to Social Security The Contractor at anytime upon request shall satisfy the City that all necessary Social Security and other taxes are being properly reported and paid 723 Eight Hour Work Day Contractor and all Subcontractors shall be required to comply with the provisions of California Labor Code Section 1810 et sec According to those sections eight 8 hours of labor shall constitute a legal dsay work Contractor shall pay to the City a penalty offTiwvenety Dollars0205for each worker employed in the execution of this Contract by the Contractor or by any Subcontractor for each calendar day during which such worker is required or permitted to work more than eight 8 hours in any calendar day or forty 40 hours in any one 1calendarweek except when payment for overtime is made at not less than one and onehalf 112times the basic rate for that worker 724 Licensing Requirements Pursuant to Section 710258 of the Business and Professions Code and Section 3300 of the Public Contract Code all bidders must possess proper licenses for performance of this Contract Contractors shall meet the California Csontractor license requirements set forth in the Notice Inviting Bids Subcontractors must possess the appropriate licenses for each specialty subcontracted Pursuant to Section 75028 of the Business and Professions Code the City shall consider any bid submitted by a contractor not currently licensed in accordance with state law and pursuant to the requirements found in the Contract Documents to be nonresponsive and the City shall reject the Bid The City shall have the right to request and the Bidders shall provide within five 5 Calendar Days evidence satisfactory to the City of all valid lsicense currently held by that Bidder and each of the Bsidder subcontractors before awarding the Contract GENERAL PROVISIONS 24 725 Non Discrimination Contractor shall not discriminate in the employment of persons upon the Contract because of the race creed color national origin ancestry non disqualifying disability age medical condition marital status sex or other classifications of such persons protected by federal state and local laws rules and regulations Such non discrimination shall include but not be limited to all activities related to initial employment upgrading demotion transfer recruitment or recruitment advertising layoff or termination Contractor shall cause an identical clause to be included in every subcontract for the contract work 267 Travel and Subsistence Payments As required by Section 18773 of the California Labor Code the Contractor shall pay travel and subsistence payments to each worker needed to execute the Work as such travel and subsistence payments are defined in the applicable collective bargaining agreements filed in accordance with law To establish such travel and subsistence payments the representative of any craft classification or type of worker needed to execute the Contract shall file with the Department of Industrial Relations fully executed copies of collective bargaining agreements for the particular craft classification or type of work involved Such agreements shall be filed within 10 days after their execution and thereafter shall establish such travel and subsistence payments whenever filed 30 days prior to the call for Bids 73 PERMITS Section 75 of the Standard Specifications shall be amended in its entirety to read as follows Unless indicated to the contrary in the Contract Documents including the Special Provisions Contractor shall procure all permits and licenses including a City business license pay all charges and fees and give all notices necessary and incidental to the due and lawful prosecution of the Work 78 PROJECT SITE MAINTENANCE 782 Air Pollution Control The provisions of Section 782 of the Standard Specifications shall be amended to add the following at the end of that Section in addition Contractor shall comply with all air pollution control rules regulations ordinances and statutes All containers of paint thinner curing compound solvent or liquid asphalt shall be labeled to indicate that the contents fully comply with the applicable material requirements 786 Water Pollution Control The provisions of Section 786of the Standard Specifications shall be amended to add the following at the end of that Section In addition Contractor shall comply with the provisions of the Federal Clean Water Act as regulated by the US Environmental Protection Agency in 40 Code of Federal Regulations Parts 122124 the Porter Cologne Act California Water Code and the Waste GENERAL PROVISIONS 25 Discharge Requirements for Municipal Storm Water Discharges within the County of Los Angeles Suitable Best Management Practices BMPs are listed in the California Storm Water Best Management Practices Handbook for Construction Activities WATER POLLUTION CONTROL A Water Quality Protection Requirements For Construction Projects With Less than 1 Acre Of Disturbed Soil All construction projects regardless of size will be required to implement best management practices BMPs necessary to reduce pollutants to the Maximum Extent Practicable MEP to meet the minimum water quality protection requirements as defined in Table 21 Table 21 Minimum Water Quality Protection Requirements for Construction Projects Category Minimum Requirements BMPs 1 Sediment Sediments generated on the project site shall be Sediment Control retained using adequate Treatment Control or Control Structural BMPs 2 Construction related materials wastes spills or Site Constructi residues shall be retained at the project site to avoid Management on discharge to streets drainage facilities receiving Material and Materials waters or adjacent properties by wind or runoff Waste Control Nonstorm water runoff from equipment and vehicle Management washing and any other activity shall be contained at the project sites 3 Erosion Erosion from slopes and channels shall be controlled Erosion Control by implementing an effective combination of BMPs Control such as the limiting of grading scheduled during the wet season inspecting graded areas during rain events planting and maintenance of vegetation on slopes and covering erosion susceptible slopes Please refer to the California Stormwater Quality Asssociation Construction Handbook available for free on their website ccwabmopwhanmdbwooks GENERAL PROVISIONS 26 Construction Handbook for further information regarding the BMPs listed in Table 21 B Water Quality Protection Requirements For Construction Projects With 1 Acre or greater Of Disturbed Soil In addition to the minimum BMPs required in Section A a Storm Water Pollution Prevention Plan SWPPP must be submitted to the City for all construction projects where at least 1 Acre of soil will be disturbed The SWPPP will include strategies for reducing runoff of pollutants and minimize environmental impacts to receiving waters A SWPPP may also be required for projects smaller than 1 Acre if the City designates the project a threat to water quality objectives In addition the contractor must contact the Los Angeles Regional Water Quality Control Board LARWQCB if the project will disturb 1 Acre or more of soil Construction activities can not begin until a Waste discharger Identification WDID Number is issued by the State Water Board The 1 Acre threshold includes the total amount of land disturbance For example if four streets each 14acre in size in different parts of the City are to be reconstructed then a WDID Number must be obtained To request a Notice of IntentNO you must contact the Regional Board at Los Angeles Regional Water Quality Control Board 320 W 0 Street Suite 200 Los Angeles California 90013 Phone 213 5766600 Fax 213 5766640 Internet Address httaswgcwworacwvb rwgcb4 The SWPPP shall include The name location period of construction and a brief description of the project Contact information for the owner and contractor The building permit number for the project The grading permit number for the project where applicable A list of major construction materials wastes and activities at the project site A list of best management practices to be used to control pollutant discharges GENERAL PROVISIONS 27 from major construction materials wastes and activities A site plan construction plans may be used indicating the selection of BMPs and their location where appropriate Nonstorm water discharges their locations and the BMPs necessary to prevent the discharge A maintenance and self inspection schedule of the BMPs to determine the effectiveness and necessary repairs of the BMPs and A certification statement that all required and selected BMPs will be effectively implemented Within 7 days after the City has certified the contract the Contractor shall submit two 2 copies of the proposed SWPPP to the City The City shall review the SWPPP within 14 days of receipt of the plan If revisions are required the Contractor shall revise and resubmit the document within 7 days of their receipt of the Csity comments The City shall then have 7 days to consider the revisions made by the Contractor and approve the SWPPP The Contractor shall maintain a minimum of two readily accessible copies of the SWPPP at the project site The SWPPP shall be made available upon request of a representative of the Regional Water Quality Control Board RWQCB or theUS Environmental Protection AgencyUSEPA Requests by environmental groups and the public shall be directed to the City C Best Management Practices The objective of the SWPPP is to identify potential sources of pollution that may reasonably affect the quality of storm water discharge associated with construction activities The plan will describe and ensure the implementation of Best Management Practices BMPs which will be used to reduce pollutants in the storm water discharges from the construction site A Best Management Practice is defined as any program technology process operating method measure or device that controls prevents removes or reduces pollution The Contractor shall select appropriate BMPs from the California Stormwater BMP Handbook Municipal Industrial New Development and Construction Volumes cwabmwphwandbookscom in conjunction with all activities and construction operations GENERAL PROVISIONS 28 1 Construction Practices NS2 NS3 NS4 and NS6 2 Material and Waste Management WM01 WMO2 and WM04 3 Vehicle and Equipment Management NS8 NS9 and NS10 4 Physical Stabilization EC7 EC12 NS4 TC1 and TC2 5 Sediment Control Practices SE1 SE9 SE8 SE10 SE3 and SE2 Copies of the California Stormwater BMP Handbooks may be obtained from California Stormwater Quality Association Los Angeles County DPW POBox 2313 Csashier Office Livermore CA 94551 900 South Fremont Avenue ccwabmopwhanmdbwooks Alhambra CA 91803 Tel No 626 4586959 D Implementation The Contractor will be responsible throughout the duration of the project for the installation monitoring inspection and maintenance of the BMPs included in the SWPPP and for removing and disposing of temporary BMPs The Contractor may be required to implement additional BMPs as a result of changes in actual field conditions csontractor activities or construction operations The Contractor shall demonstrate the ability and preparedness to fully deploy these SWPPP control measures to protect soildisturbed areas of the project site before the onset of precipitation and shall maintain a detailed plan for the mobilization of sufficient labor and equipment to fully deploy these control measures Throughout the winter season active soildisturbed areas of the project site shall be fully protected at the end of each day with these control measures unless fair weather is predicted through the following day The Contractor shall monitor daily weather forecasts If precipitation is predicted prior to the end of the following workday construction scheduling shall be modified as required and the Contractor shall deploy functioning control measures prior to the onset of the precipitation The City may order the suspension of construction operations which are creating water pollution if the Contractor fails to conform to the requirements of this section Water Pollution Control Unless otherwise directed by the City the Csontractor GENERAL PROVISIONS 29 responsibility for SWPPP implementation shall continue throughout any temporary suspension of work E Sewage Spill Prevention The Csontractor attention is directed to the sewer bypass operation required during any sewer construction Standard Specification for Public Works Construction Section 512400 The Contractor shall exercise extraordinary care to prevent the cause of events that may lead to a sewage spill In the event of a sewage spill the Contractorshall make arrangements for an emergency response unit comprised of emergency response equipment and trained personnel to be immediately dispatched to the project site The Contractor shall be fully responsible for preventing and containing sewage spills as well as recovering and properly disposing of raw sewage In addition the Contractor is responsible for any fines penalties and liabilities arising from negligently causing a sewage spill Any utility that is damaged by the contractor shall be immediately repaired at the Csontractor expense The Contractor shall take all measures necessary to prevent further damage or service interruption and to contain and clean up the sewage spills F Sewage Spill Telephone Notification Should a sewage spill occur the Contractor shall immediately report the incident to the following two 2 City Departments Public Works Engineering 626 5692150 Public Safety Department 626 5692292 The Contractor is encouraged to obtain telephone numbers pager numbers and cellular telephone numbers of City representatives such as Project Managers and Inspectors to be reached during emergency and off hours The City will notify the following Los Angeles County Department of Health Services 213 9741234 Los Angeles County Department of Public Works 800 3030003 Regional Water Quality Control Board 213 5766665 or 6600 State Office of Emergency Services 800 8527550 GENERAL PROVISIONS 30 For any significant volume of material that entered the storm drain or receiving water G Sewage Spill Written Notification The Contractor shall prepare and submit a written report within three 3 working days from the occurrence of a spill to the City Attention Project Manager This report shall describe the following information related to the spill 1 The exact location on the Thomas Guide map 2 The nature and volume 3 The date time and duration 4 The cause 5 The type of remedial andor cleanup measures taken and date and time implemented 6 The corrective and preventive action taken and 7 The water body impacted and results of necessary monitoring H Enforcement The City as a permittee is subject to enforcement actions by the LARWQCBUS EPA environmental groups and private citizens The Contractor shall be responsible for all costs and liabilities imposed by law as result of the Csontractor failure to comply andor fulfill the requirements set forth in Section709 Water Pollution Control The costs and liabilities include but are not limited to fines penalties and damages whether assessed against the City or the Contractor In addition to any remedy authorized by law any money due to the Contractor under this contract shall be retained by the City until all costs and liabilities imposed by law against the City or Contractor have been satisfied I Maintenance The Contractor shall ensure the proper implementation and functioning of BMP control measures and shall regularly inspect and maintain the construction site for the BMPs identified in the SWPPP The Contractor shall identify corrective actions and time frames in order to properly address any damaged measure or reinitiate any BMPs that have been discontinued If the City identifies a deficiency in the deployment or functioning of identified control measures the deficiency shall be corrected by the Contractor immediately or by a later date and time if requested in writing but not later than the onset of the subsequent precipitation events The correction of deficiencies shall be at no additional cost to the City J Payment GENERAL PROVISIONS 31 All costs involved in the implementation of the SWPPP including furnishing all labor materials tools equipment and all incidentals and for doing all the work involved in installing constructing maintaining removing and disposing of control measures except those that were installed as a part of another structure shall be included in the unit prices bid for the various related items of work and no additional compensation will be made therefore 78 Sound and Vibration Control Requirements Section 78shall be added to the Standard Specifications to read as follows The Contractor shall comply with all local sound control and noise level rules regulations and ordinances including hours of operation requirements No internal combustion engine shall be operated on the Project without a muffler of the type recommended by the manufacturer Should any muffler or other control device sustain damage the Contractor shall promptly remove the equipment and shall not return said equipment to the job until the device is repaired repaired or replaced Said noise and vibration level requirements shall apply to all equipment on the job or related to the job including but not limited to trucks transit mixers or transit equipment that may or may not be owned by the Contractor 710 PUBLIC CONVENIENCE AND SAFETY 7140Safety 71140 Safety Orders Section 71140 shall be amended to add the following to the beginning of the first full paragraph in accordance with generally accepted construction practices the Contractor shall be solely and completely responsible for conditions of thejob site including the safety of all persons and property in performance of the Work This requirement shall apply continuously and shall not be limited to normal working hours The Csontractor duty to preserve safety shall include but shall not be limited to the erection and maintenance of temporary fences bridges railings and barriers the placement of guards maintenance and operation of sufficient lights and signals and all other precautions necessary to maintain safety safety in the vicinity of the Work Any duty on the part of the Csity Representative or other City employee or agent to give general engineering supervision of the Csontractor performance is not intended to include the review of the adequacy of the Csontractor safety measures Nothing herein shall relieve Contractor of his sole and complete responsibility for safety conditions on the Site Section 71140 shall be amended also to add the following to the beginning of the second full paragraph Pursuant to Labor Code Section 6705 if the Contract Price exceeds02050and if the Work governed by this Contract entails excavation of any trench or trenches five 5 feet or more in depth Contractor shall comply with all applicable provisions of the Labor Code including Section 6705 regarding sheeting shoring and bracing GENERAL PROVISIONS 32 71340Special Hazardous Substances and Processes Section 71340shall be amended to add the following to the end of that Section As required by Public Contract Code Section 7104 if this Contract involves digging trenches or other excavations that extend deeper than four 4 feet below the surface Contractor shall promptly and prior to disturbance of any conditions notify City of 1 any material discovered in excavation that Contractor believes to be a hazardous waste that is required to be removed to a Class I Class II or Class III disposal site 2 subsurface or latent physical conditions at the site differing from those indicated by City and 3 unknown physical conditions of an unusual nature at the site significantly different from those ordinarily encountered in such contract work Upon notification City shall promptly investigate the conditions to determine whether a change order is appropriate In the event of a dispute Contractor shall not be excused from any scheduled completion date and shall proceed with all all Work to be performed under the Contract but shall retain all rights provided by the Contract or by law for making protests and resolving the dispute 7 11 PATENT FEES OR ROYALTIES Section 711 of the Standard Specifications shall be amended in its entirety to read as follows The Contractor shall include in its bid amount the patent fees or royalties on any patented article or process furnished or used in the Work Contractor shall assume all liability and responsibility arising from the use of any patented or allegedly patented materials equipment devices or processes used in or incorporated with the work and shall defend indemnify and hold harmless the City its officials officers agents and employees from and against any and all liabilities demands claims damages losses costs and expenses of whatsoever kind or nature arising from such use 713 LAWS TO BE OBSERVED Section 713 of the Standard Specifications shall be revised in its entirety to read as followsThe Contractor shall keep itself fully informed of all existing and future State Federal and local laws rules and regulations which in any manner affect those engaged or employed in the Work or the materials used in the Work or which in any affect the conduct of the Work and of all such orders and decrees of bodies or tribunals having any jurisdiction or authority over the same The Contractor shall at all times observe and comply with all such existing and future laws rules ordinances regulations orders and decrees of bodies or tribunals having any or all authority over the Work and shall defend indemnify and hold harmless at least to the extent of the indemnification provisions of this Agreement the Owner and its officials officers employees volunteers and agents including but not limited to the Director of Public Works and the Owner Engineer against any claim or liability arising from or based on the violation or alleged violation of any such GENERAL PROVISIONS 33 law rule ordinance regulation order or decree whether by itself or its employees The Contractor shall particularly observe all laws rules and regulations relating to the obstruction of streets or the conduct of the Work keeping open passageways and protecting the same where they are exposed or dangerous to traffic The Contractor shall at all times comply with such laws rules and regulations If any discrepancy or inconsistency is discovered in the Plans Drawings Special Provisions or Contract for the Work in relation to any such law rule ordinance regulation order or decree the Contractor shall forthwith report the same to the Engineer in writing 715 INDEMNIFICATION Section 715 shall be added to the Standard Specifications as follows Contractor shall defend with counsel of Csity choosing indemnify and hold the City its officials officers employees volunteers and agents free and harmless from any and all claims demands causes of action costs expenses liabilities losses damages or injuries in law or equity to property or persons including wrongful death to the extent arising out of or incident to any acts omissions or willful misconduct of Contractor its officials officers employees agents consultants and contractors arising out of or in connection with the performance of the Work or this Contract including without limitation the payment of all consequential damages and attorneys fees and other related costs and expenses Contractor shall defend at Csontractor own cost expense and risk with Counsel of Csity choosing any and all such aforesaid suits actions or other legal proceedings of every kind that may be brought or instituted against City its officials officers employees volunteers or agents To the extent of its liability Contractor shall pay and satisfy any judgment award or decree that may be rendered against City its officials officers employees volunteers or agents in any such suit action or other legal proceeding Contractor shall reimburse City its officials officers employees volunteers or agents for any any and all legal expenses and costs incurred by each of them in connection therewith or in enforcing the indemnity herein provided The only limitations on this provision shall be those imposed by Civil Code Section 2782 716 CONCRETE FORMS FALSEWORK AND SHORING Section 716 shall be added to the Standard Specifications as follows Contractor shall comply fully with the requirements of Section 1717 of the Construction Safety Orders State of California Department of Industrial Relations regarding the design of concrete forms falsework and shoring and the inspection of same prior to the placement of concrete Where Section 1717 requires the services of a civil engineer registered in the State of California to approve design calculations and working drawings of the falsework or shoring system or to inspect such system prior to the placement of concrete Contractor shall employ a registered civil engineer for these purposes and all costs therefor shall be included in the Bid item price named in the Contract for completion of the Work as set forth in the Contract Documents GENERAL PROVISIONS 34 END OF SECTION GENERAL PROVISIONS 35 SECTION 9 MEASUREMENT AND PAYMENT 92 LUMP SUM WORK Section 92 of the Standard Specifications shall be amended to add the following at the end of that Section On lump sum contracts the Contractorshall submit for approval bythe Engineer a Schedule of Values or lump sum price breakdown which will serve as the basis for progress payments and which shall be incorporated into a form of Application for Payment acceptable to the Engineer Such Schedule of Values shall be submitted for approval at the Pre construction Conference and must meet the approval of the Engineer before any payments can be made to the Contractor 93 PAYMENT 931 Payment The last paragraph of Section 931 of the Standard Specifications shall be deleted and replaced with the following two paragraphs Contractor shall submit with each of its billing invoices a corrected list of quantities verified by the Engineer for unit price items listed in the Bid Schedule Following the Csity acceptance of the Work as fully complete the Contractor shall submit to the City for approval a written statement of the final quantities of Contract items for inclusion in the final invoice Upon receipt of such statement the Csity Representative shall check the quantities included therein and shall authorize the Contractor to submit an invoice which in the City Rsepresentative opinion shall be just and fair covering the amount and value of the total amount of Work done by the Contractor less previous payments applicable withholdings and retentions All retention proceeds shall be released and paid in strict accordance with Public Contract Section 7107 Section 931 of the Standard Specifications shall be amended to also add the following at the end of that Section Payment for the various items on the Contract Bid Forms as further specified in the Contract shall include all compensation to be received by the Contractor for furnishing all tools equipment supplies and manufactured articles and for all labor operations and incidentals appurtenant to the items of Work being described described as necessary to complete the various items of Work all in accordance with the provisions for Measurement and Payment in the Standard Specifications and these General Conditions and as shown on the Drawings including all appurtenances thereto Compensation shall include all costs of compliance with the regulations of public agencies having jurisdiction over the Work including the Safety and Health Requirements of the California Division of Industrial Safety and the Occupational Safety and Health Administration of theUS Department of Labor OSHA GENERAL PROVISIONS 36 No separate payment will be made for any item that is not specifically set forth in the Contract Bid Forms and all costs therefor shall be included in the prices named in the Contract Bid Forms for the various appurtenant items of work 932 Partial and Final Payments Section 932of the Standard Specifications shall be amended to add the following at the end of that Section For purposes of this Section the monthly payment date shall be the last calendar day of each month In order for the City to consider and prepare for each monthly payment the Contractor shall submit a detailed measurement of Work performed and a progress estimate of the value thereof before the tenth 10th day of the following month The City shall review and make payment on all approved charges within the time required by Public Contract Code Sections 250104 et seg Acceptance of any progress payment accompanying any estimate without written protest shall be an acknowledgment by the Contractor that the number of accumulated contract days shown shown on the associated statement of working days is correct Progress payments made by the Owner to the Contractor or its sureties after the completion date of the Contract shall not constitute a waiver of liquidated damages Subject to the provisions of Section 22300 of the California Public Contract Code a 10 percent retention will be withheld from each payment All invoices and detailed pay requests shall be approved by the Engineer before submittal to the Ownerfor payment All billings shall be directed to the Engineer Pursuant to Section 22300 of the California Public Contract Code In accordance with California Public Contract Code Section 22300 the City will permit the substitution of securities for any monies withheld by the City to ensure performance under the Contract At the request and expense of the Contractor securities equivalent to the amount withheld shall be deposited with the City or with a state or federally chartered bank in California as the escrow agent and thereafter the City shall then pay such monies to the Contractor as they come due Upon satisfactory completion of the Contract the securities shall be returned to the Contractor The Contractor shall be the beneficial owner of any securities substituted for monies withheld and shall receive any interest thereon The escrow agreement used for the purposes of this Section shall be in the form provided by the City The Contractor shall submit with each invoice the Csontractor conditional waiver of lien for the entire amount covered by such invoice as well as a valid unconditional waiver of lien from the Contractor and all subcontractors and materialmen for all work and materials included in any prior invoices Waivers of lien shall be in the forms prescribed by California Civil Code Section 3262 Prior to final payment by the Owner the Contractor shall submit a final waiver of lien for the Csontractor work together with releases of lien from any subcontractor or materialmen END OF SECTION GENERAL PROVISIONS 37 CITY OF ROSEMEAD MISSION DRIVE STREET RESURFACING PROJECT FROM WESTERLY CITY LIMIT TO ROSEMEAD BOULEVARD PROJECT No 21007 SUPPLEMENTARY GENERAL CONDITIONS 101 GENERAL 101 Description of Work The work consists in pavement overlay concrete work and appurtenances 1012 Quantities The estimate of quantities of work is approximate only being given as basis for the compilation of bids and the City of Rosemead does not expressly or by implication agree that the actual amount of work will correspond therewith but reserves the right to increase or decrease the amount of any class or portion of the work or to omit portions of the work that may be deemed necessary or expedient by the Engineer In such case the contract unit price shall prevail subject to the requirements of Subsection 321 of the Standard Specifications All work incidental to this project as described on the drawings andor this specification shall be considered as included within the scope of the work The bid prices submitted by the contractor shall include the cost of said incidentals even though such incidentals are not specifically mentioned in the preceding description of work to be done or in the proposal form 1013 Equals Whenever the names of specific products are designated in the details appearing on the drawings or in the specifications the intent is to state the general type and quality of the products desired without the intention of ruling out the use of other products of equal type and quality If the successful contractor wishes to make substitutions of the prodsupeccitfiesd he must make an application in writing to the Engineer prior to the acceptance and installation into the project with a complete description of the alternate products and a statement with regard to the saving to the owner if any in case the substitution would be permitted The Engineer will have the right to make the final decision in these cases and to insist on use of particular brands of products shown on the drawings or in the specifications if in his opinion such brands will be preferable to the Engineer in lieu of the requested substitutions 1014 Installation of Equipment All materials and workmanship shall be in accordance with the msanufacturer specifications and instructions SUPPLEMENTARY GCs1 102 PROSECUTION PROGRESS AND ACCEPTANCE OF WORK Prosecution progress and acceptance of work shall conform to Section 6 of the Standard Specifications with the following special conditions a Beginning and Completion of Work The contract time allowed for completion of the project is thirty 30 calendar days Work on this project shall commence no later than ten 10 days from the date of Notice to Proceed b The contractor shall submit to the Engineer a time schedule of work for the various sequences of the major operations Said schedule shall be submitted at least 5 working days prior to the beginning of work and shall be subject to the approval of the Engineer C Working hours on this project shall be limited to 700 am to 500 pm with no work on Saturdays Sundays Holidays and alternate Fridays in which City Hall is closed Except when authorized by the Director of Public Works or City Engineer d Inspection The City shall provide inspection for an 8hour day for normal working days The City will deduct from the csontractor invoice an amount equal to 65 per hour for inspection in excess of the foregoing including legal holidays City Hall closed Fridays and weekends e Weight master certificates are source documents and it is the csontractor responsibility to collect the material tickets from the drivers at the delivery point sign and date them and submit to the City Inspector f Contractor shall notify all property owners school districts within the project limits of all activities written notification shall be delivered to properties at least fortyeight 48 hours in advance of any activity g The contractor and all subcontractors shall attend a preconstruction meeting at the time date and place determined by the City h The contractor and all subcontractors shall obtain a Rosemead Business License prior to the start of work SUPPLEMENTARY GCs2 103 STANDARD SPECIFICATIONS The work embraced herein shall be done in accordance with the Standard Specifications for Public Works Construction Greenbook latest edition including all supplements and applicable provisions of Caltrans Standard Specifications latest edition In case of conflict between the Standard Specifications and the Special Provisions the Special Provisions shall take precedence over and be used in lieu of such conflicting portions 140 CONSTRUCTION YARD It shall be the csontractor responsibility to locate any storage sites for materials and equipment needed and such sites must be approved in advance by the City Engineer When storage sites are located on private properties the contractor shall be required to submit to the City Engineer written approval from the record owner authorizing the use of his property by the contractor and contractor shall bear all the cost involved and provide necessary insurance requirements If contractor chose one of the City owned The contractor accepts sole liability for the yard during the time which it is occupied The contractor agrees to indemnify and hold harmless the City and ARA during the period which the contractor occupies the site The yard shall be fenced with Cityapproved temporary chain link fence and gsate The yard shall be secured at all times The Contractor shall be responsible for required utilities if available The Contractor shall store all materials in a manner which complies with msanufacturer recommendations andor legal requirements The yard shall be maintained in a manner consistent with surrounding properties After the project is constructed the Contractor shall move off of the yard and return the yard to a condition similar to before he moved on the yard In order to assure these requirements are met the Contractor shall have an independently prepared environmental report prepared prior to Contractor mobilization and after final cleanup Contractor and all subcontractors shall not be permitted to place any signage or advertising signs on the site unless csity written approval is obtained SUPPLEMENTARY GCs3 105 UTILITIES The contractor will obtain the locations of underground facilities from the utility companies at least tfwoeuntry 24 hours prior to commencing construction in such areas At all time the contractor shall be responsible for the protection of such facilities and shall be held liable for damage to utilities during construction The contractor is responsible to call Underground Service Alert at 800 422 4133 at least 72 hours prior to commencing any work 106 CONSTRUCTION WATER It shall be the responsibility of the contractor to furnish an adequate supply of water for construction use 107 AIR AND WATER POLLUTION The Contractor shall be required to conform to all current regulations of the South Coast Air Quality Management District The Contractor shall also conform to Section 4p02 of the 1972 Clean Water Act which establishes a framework for the regulation of municipal industrial and construction stormwater discharges under the National Pollutant Discharge Elimination System NPDES program 108 HAZARDOUS MATERIAL NOTIFICATION A material Safety Data Sheet MSDS is required by the City of Rosemead for all hazardous materials which are brought on site by the Contractor A MSDS is required for any product which may contain hazardous materials The contractor must alert the City Engineer of the quantity and type of hazardous material which will be brought on site The MSDS sheets must be submitted to the City Engineer at least two 2 business days prior to starting work The City Engineer may require the City Safety Officer or his designee to review the MSDS for approval of use The contractor shall be responsible for notifying Underground Service Alert 800 4224133 and all utility companies having substructures within the limits of the job This shall be done at least 72 hours prior to commencing construction 109 PUBLIC CONVENIENCE AND SAFETY The contractor shall conduct his operations to comply with the provisions of section 710 of the Standard Specifications Traffic Control shall comply with the Work Area Traffic Control Handbook of the American Public Works Association WATCH Manual latest edition After award of the contract the contractor shall submit to the Engineer his proposed schedules for lane closing and his methods of traffic control to comply with the requirements specified herein below This submittal shall be made SUPPLEMENTARY G4Cs sufficiently in advance of any rerouting or diversion of traffic by the contractor to allow for a review of the csontractor proposed traffic control Any shifting of traffic from one lane to another which is necessary in order to maintain the required number of lanes shall be directed in such a manner that traffic may move smoothly across the work without any sudden changes from one lane to another Toward this end the minimum taper allowed for detouring the traffic from one lane to another shall be 210 The contractor shall provide throughout the period of construction all signs which may be deemed necessary for the safe and orderly conduct of vehicular traffic as directed by the Engineer All barricades used as warning and guiding devices shall bear the name of the contractor in legible letters Flashing arrow bsoard shall be required throughout the construction period Traffic lanes shall have a minimum width of twelve 12 feet and minimum clearance of two 2 feet from curbs poles and similar obstructions and two 2 feet from any excavation unless otherwise specified One lane shall be maintained at all times Transitions of differential road surfaces shall be maintained according to SSPWC sect Spillage resulting from hauling operations along any public traveled way shall be removed immediately by the contractor Traffic shall not be allowed on the street until the initial sweeping is complete Contractor shall provide access the existing driveways Contractor will close only one driveway at any time to properties having more than one driveway 1010 PAYMENT Payment shall be made in accordance with Section 9 of the Standard Specifications Payment will be made at the lump sum prices or unit prices as stipulated in the Bid Proposal and will include full compensation for furnishing all labor materials tools and equipment and doing all the work involved in completion of the bid items 5 retention will be paid 35 days after Notice of Completion is recorded 1011 CLEANUP Upon completion of the work and before the final estimate is is submitted the Contractor shall at his own expense remove from the vicinity of the work all plant buildings rubbish unused materials concrete forms and other materials or equipment belonging to or used by him or any subcontractor on the work SUPPLEMENTARY GCs5 In the event of failure to so remove the same may be removed and disposed of by the City at the Csontractor expense 1012 GUARANTEE The contractor hereby guarantees for a period of one year that the entire work constructed by him under this contract will meet fully all requirements thereof as to quality of workmanship and of materials furnished by him The contractor hereby agrees to make at his own expense any repairs or replacements made necessary by defects in materials or workmanship supplied by him that becomes evident within the time specified after filing of the Notice of Completion of the work by the Engineer and rtesotore to full compliance with the requirements of these specifications including the test requirements set forth herein for any part of the work constructed hereunder which during said period is found to be deficient with respect to any provision of the specifications The contractor also agrees to defend indemnify and hold the Owner its officers and employees harmless from claims of any kind arising from damage due to said defects The contractor shall make all repairs and replacements promptly upon receipt of written orders for same from the Engineer If the contractor fails to make the repairs and replacements promptly the owner may doe the work and the contractor and his surety shall be liable to the owner for the cost thereof Upon termination of the Csontractor guarantee any manufacturers guarantees held by him shall be delivered to the owner The guarantees and agreements set forth in Subsection a hereof shall be secured by a surety bond which shall be delivered by the Contractor to the Owner before the notice of completion shall be filed by the Development Services Director Said bond shall be in an approved form and executed by a surety company or companies satisfactory to the owner in the amount of ten percent 10 of the contract price Said bond shall remain in force for a period of one year from the date of filing of the Notice of Completion Instead of providing a surety bond the contractor may at his option provide for the Faithful Performance Bond furnished under the contract to remain in force for said amount until the expiration of the required period 1013 SANITATION All portions of the work shall be maintained at all times in sanitary condition The contractor shall provide adequate toilet facilities for all workmen and representatives of the owner employed on the work Such facilities shall be subject to the acceptance of the owner as to location and type The contractor shall maintain the same in sanitary condition from the beginning of the work until completion and then shall remove the facilities and disinfect the premises if necessary The contractor shall be responsible for alleviating all dust and nuisance conditions occasioned by his work SUPPLEMENTARY GCs6 Each day at the completion of the dsay work the entire trench area and adjacent streets shall be swept and cleaned to the satisfaction of the City Engineer or his appointed representative The contractor shall cover all storm drain catch basins during excavation and sweeping operations to prevent excavated materials from entering the catch basins SUPPLEMENTARY GCs7 CITY OF ROSEMEAD MISSION DRIVE STREET RESURFACING PROJECT FROM WESTERLY CITY LIMIT TO ROSEMEAD BOULEVARD PROJECT No 21007 PARTC TECHNICAL PROVISIONS TECHNICAL PROVISIONS SECTION 1 SITE MAINTENANCE 101 General The Contractor shall maintain the construction site in a neat and orderly condition free from trash and waste construction materials at all times Unattended construction materials equipment and trash shall be left in a manner to not constitute a fire hazard nor become a nuisance or danger due to rain wind or other forces of nature The Contractor shall provide and maintain enclosed toilets for the use of employees engaged in the work These accommodations shall be maintained in a neat and sanitary condition They shall also comply with all applicable laws ordinances and regulations pertaining to public health and sanitation of dwellings and camps The Contractor shall provide proper barricades with flashing lights properly working and temporary fencing to insure a safe construction site The Contractor shall maintain the work site in a manner that assures adequate access to workers and other authorized personnel The Contractor shall provide proper traffic control in all construction areas 102 Dust Control The Contractor shall exercise all reasonable and necessary means to abate undue dust Application of water for dust control shall be under the control of the Engineer and shall be applied in the amounts and at locations designated by the Engineer or other City Representatives 103 Control of Water The Contractor shall work in a manner that does not prevent storm or other water from flowing uninterrupted along the existing street drainage courses Diversion of water for short reaches to protect construction may be permitted if public or private properties are not threatened with damage Should such diversions be necessary the Contractor shall obtain written permission from the applicable public agency or property owner before the Engineer will permit any diversion of water outside rightsofway or normal drainage courses 104 Protection of Existing Improvements Construction operations shall be conducted in a manner that assures all permanent facilities and improvements as well as temporary improvements which remain during the life of this contract are not subject to vertical settlement or horizontal movement The Contractor shall work around all existing utility facilities During construction the Contractor shall cooperate with the owners of any utility that has manholes vaults valve covers or any other facilities within the construction area These facilities shall be completely protected by the Contractor The Contractor shall exercise care to prevent asphalt material from being deposited on concrete surfaces Unless otherwise specified all costs for protection of existing improvements shall be absorbed in the various items of work and no separate payment shall be made for them 105 Restoration of Existing Improvements All existing improvements removed or damaged during construction shall be reconstructed in accordance with the applicable TP1 provisions of the Standard Specifications for Public Works Construction 2012 Edition hereinafter referred to as the Standard Specifications The Contractor shall replace or restore existing improvements to their original condition to the satisfaction of the Engineer at no expense to the City 106 Disposal of Removed Cleared and Waste Material All removed cleared and waste material shall become the property of the Contractor and shall be disposed of by the Contractor outside the limits of work in accordance with the applicable ordinances and regulations of governmental agencies having jurisdiction 107 Final Clean Up After completion of all other work required under the contract the Contractor shall at no expense to the City clean up the work site including any and all properties used by the Contractor during construction to the satisfaction of the Engineer The Contractor shall remove and dispose of all excess materials The Contractor shall repair replace or restore to the satisfaction of the Engineer all property of any type or nature which has been moved damaged or altered in any way by the Csontractor operations The Contractor shall return all roadway and adjoining surfaces to their original condition and appearance The Contractor shall provide all necessary means to avoid tracking asphalt oil on existing asphalt pavement or concrete pavement during paving operations The Contractor shall slurry quick set emulsion aggregate slurry Type II cationic with 212latex additive all asphalt pavement area where asphalt oil was accidentally tracked If tracking is left on the concrete pavement Contractor shall sand blast the affected area to its original condition and to the satisfaction of the Engineer or City Representatives at no additional cost Any and all of these requirements shall be at the Csontractor expense 108 Payment No separate payment will be made for Site Maintenance All costs for furnishing all labor materials tools dump fees and incidentals and doing all the work involved as specified herein and as directed directed by the Engineer shall be included in the prices bid for the various contract items of work SECTION 2 CLEARING AND GRUBBING 201 General Clearing and Grubbing shall conform to Section 3001 Clearing and Grubbing of the Standard Specifications In addition the following items of work are included under Clearing and Grubbing unless otherwise covered by specific bid items A Maintaining dust control at all times by watering and sweeping B Providing traffic control and maintaining access security and safety including all signs barricades flashers covers plates and chain link fencing as specified elsewhere in these specifications r C Protecting in place of existing water mains sewers gas lines water meters valve covers walls fences curbs fire hydrant telephone and power poles and other existing structures D Removing storing and replacing removable and portable items and their safe handling and keeping E Providing temporary pumps conduits and any other necessary means to convey waste waters in order to bypass the construction as needed and as approved by the Engineer F Saw cutting Portland cement concrete and asphalt concrete pavement for construction of smooth and straight joins G Providing shoring sheeting bracing etc for excavations H Removing relocating and replacing all sprinkler lines heads valves and other landscaping items interfering with the construction of improvements 1 Removing and disposing of all existing improvements interfering with the construction of new improvements andor as required elsewhere in these specifications and not included in other bid items J Restoring landscaping or any other miscellaneous improvements damaged during construction K Removing replacing backfilling and compacting miscellaneous earthwork resulting from removing existing improvements that are not replaced and where excavations were made for concrete forming L Backfilling areas with clean topsoil grading to join elevation of newly constructed curb sidewalk and driveway approach and seeding watering and caring for rye grass or approved equal by the Engineer until the grass is established M Providing all necessary means to prevent tracking of asphalt oil on existing or new asphalt pavement including a water truck during the paving operation and for restoring areas where asphalt oil was spilled N Coordinating the construction with all utility companies O Obtaining permit from the appropriate water company for connection to fresh water source and delivering water to the point of use and assuming payment of all fees and payment for water used TP3 P Protect in place existing In Pavement Flashing cross walk at the intersection of Ivar Avenue and Mission Drive 202 Payment Payment for Clearing and Grubbing shall be included in the lump sum price under Bid Item No 1 Payment of the lump sum price bid shall include full compensation for furnishing all labor materials tools and equipment and doing all work involved in Clearing and Grubbing as specified above and as directed by the Engineer SECTION 3 CSONTRACTOR RESPONSIBILITIES BEFORE COMMENCEMENT OF THE PROJECT 301 General Due to the nature of this project involving some inconveniences the Contractor shall respond to all complaints associated with the project that include any alleged damage to private property andor vehicles within 24 hours of notification Failure to comply with this provision will result in an additional penalty of050 per occurrence The City reserves the right after 24 hours of notification to respond to the complaint and repair the alleged damage The Contractor shall reimburse the City for all costs involved in addressing the complaint including any administrative costs incurred by the City 302 Notification of Affected Owners or Businesses The Contractor shall distribute notices informing those affected that construction will be performed in proximity to their property The notice shall be distributed not less than 48 hours before commencement of work The Contractor shall provide a sample notification to the Engineer for approval 303 NO PARKING Signs The Contractor shall post temporary NO PARKING signs at no cost to the City The NO PARKING signs will be in place not less than 24 hours prior to performing the work 034 Payment No separate payment will be made for Csontractor Responsibilities Before Commencement of the Project All costs for furnishing all labor materials tools and incidentals and doing all the work involved as specified herein and as directed by the Engineer shall be included in the prices bid for the various contract items of work SECTION 4 COLD PLANING ASPHALT CONCRETE PAVEMENT 401 General The Contractor shall cold plane the asphalt concrete pavement roadway area within the limits of the project as dimensioned on the plan and as directed by the Engineer all in accordance with Section 3021 Cold Milling Asphalt Concrete Pavement of the Standard Specifications Cold planing shall be as indicated on the plans Contractor shall install temporary striping immediately after cold planning Contractor shall apply ARHM overlay not more than 48 hours after cold milling UWE 402 Payment Payment for cold planing asphalt concrete pavement shall be made on a square foot basis and at the unit price bid under Bid Item No 3 The unit prices paid shall include full compensation for furnishing all labor material tools and equipment and doing all work as specified herein including removal and disposal of all loosened material sweeping dump fees and incidentals and doing all the work involved as specified herein and as directed by the Engineer SECTION 5 ASPHALT CONCRETE PAVEMENT AND OTHER ASPHALT ITEMS 501 General Asphalt concrete pavement shall be constructed in accordance with Section 203 Bituminous Materials and Section 3025 Asphalt Concrete Pavement of the Standard Specifications and the Plans 502 Asphalt Rubber Hot Mix ARHM Asphalt concrete overlay shall be constructed in accordance with Section 3029 Asphalt Concrete Pavement of the Standard Specifications Asphalt concrete to be used by the Contractor as part of this work shall be ARHMGGC PG 6416 Asphalt concrete overlay shall be as shown on the Plans 503 Asphalt Concrete Pavement Overlay and Asphalt Patch Reconstruction Asphalt concrete pavement reconstruction shall be constructed in accordance with Section 3025 Asphalt Concrete Pavement of the Standard Specifications Asphalt concrete to be used for the reconstruction shall be 6 inches thick B PG 6410 base course and 1 inch thick D1 PG 6410 leveling course The replacement asphalt concrete pavement adjacent to new concrete construction shall be equal to the thickness of the edge of gutter of the cross gutter or of the local depression plus 38 inches lip 504 Subgrade Asphalt concrete pavement shall be constructed on compacted native subgrade 505 Clean Concrete Improvements After Asphalt Concrete Pavement Overlay The Contractor shall remove all asphalt concrete pavement overlay that spills onto the concrete curb gutter cross gutter local depression and all other concrete improvements Removal shall be done as soon as the asphalt concrete pavement has been laid Any oil or other spillage onto concrete improvements shall also be removed in a manner to leave them completely clean of any paving material 506 Payment Payment for Asphalt Concrete Pavement and Patch will be made at the unit price bid under Bid Item No 4 5 and 6 The unit prices paid shall include full compensation for furnishing all labor material tools and equipment to complete the work specified herein and as directed by the Engineer including the costs for removal disposal and disposal fees Subgrade preparation and cleaning of concrete improvements will be included in the cost bid for Asphalt Concrete Pavement TP5 SECTION 6 PORTLAND CEMENT CONCRETE CONSTRUCTION 601 General Portland cement concrete construction shall be in accordance with Section 201 Concrete Mortar and Related Materials and Section 303 Concrete and Masonry Construction of the Standard Specification and as specified in the Standard Plans for Public Works Construction hereinafter referred to as Standard Plans and details shown on the Plans The work required includes the removal and replacement of curb and gutter sidewalk curb ramps driveway replacement cross gutter and local depression and the construction as shown on the Plans 602 Concrete Mix Concrete for curb and gutter and local depression shall be Class 520 C2500 concrete specified by class in accordance with Section 201 12 Concrete Specified by Class and Alternate Class of the Standard Specifications 603 Curb and Gutter Driveways Cross Gutters Concrete curb and gutter shall be constructed in conformance with Section 3035 Concrete Curbs Walks Gutters Cross Gutters Alley Intersection Access Ramps and Driveways of the Standard Specifications Standard Plans and details as indicated on the Plans Curb and gutter shall be constructed to grade specified on the Plans Curb and gutter shall not be poured monolithically with adjacent concrete improvements such as sidewalk driveway approach curb ramp etc and shall be constructed on 95 compacted native The Contractor shall remove and replace a minimum of a twofoot wide strip of asphalt Pavement beyond the edge of the gutter to accommodate the construction of the curb and gutter Curb and gutter constructed at driveway approach shall be poured separately from the apron Payment for curb and gutter shall include the crushed miscellaneous base under the curb and gutter and the twofoot space beyond the edge of the gutter for the asphalt pavement This shall also include the backfilled area of the curb and gutter removal on the existing medians 604 Sidewalk Concrete sidewalk shall be constructed in accordance with Section 3035 Concrete Curbs Walks Gutters Cross Gutters Alley Intersection Access Ramps and Driveways of the Standard Specifications and shall be per Standard Plans 1121 and 113 1 All sidewalks shall be 4 inches thick Weakened plane joints shall be constructed at regular intervals following the pattern of existing sidewalk adjacent to the sidewalk being replaced or in the immediate area Exposed roots within the subgrade area must be completely removed voids backfilled and compacted prior to placement of new sidewalk 605 Curb Ramp Concrete curb ramp shall be constructed in accordance with Section 3035 of the Standard Specifications and shall be per Standard Plan 1113 In addition the depressed curb and gutter shall be constructed separately from the ramp The Contractor TP6 shall protect in place and adjust valve covers and other structures that may be within the curb ramps area to new grade at locations indicated on the Plans The Contractor shall include as part of the unit price bid for the construction of curb ramps curb and gutter along ramps detectable warning truncated domes the cost of removal of curb sidewalk and asphalt andor concrete pavement and construction of the curb ramp and asphalt andor concrete pavement for the entire area affected by the construction of the curb ramp After removing forms for curb ramp construction the space left by the form and the area beyond the form that was disturbed due to construction shall be filled with selected backfill material to the elevation of the back of the curb ramp and restored to the conditions prior to construction Cost for curb ramps shall include the removal and replacement of additional sidewalk between BCR and ECR both locations No additional payment will be made for additional sidewalk to be replaced if necessary between BCR and ECR and shall be included as part of the Curb Ramp Bid Item Truncated Domes Detectable Warning Surfaces Truncated domes shall be installed on all Proposed curb ramps Truncated domes shall be yellow cast in place ARMORCAST or approved equal Any traffic striping andor signage painted on pavement removed to accommodate construction of curb ramps shall be replaced in kind after replacing the removed pavement Contractor shall relocate and adjust to grade any street sign water valve pull boxes or traffic sign affected by this improvement Cross Gutters Portland cement concrete local depression shall be constructed in accordance with Section 3035 Concrete Curbs Walks Gutters Cross Gutters Alley Intersection Access Ramps and Driveways of the Standard Specification and shall be per Standard Plan 1221 All exposed edges shall be rounded to inch radius The thickness of the local depression shall be 8 inches constructed on compacted crushed miscellaneous base 606 Payment Payment for Concrete Construction will will be made at the unit price bids under Bid Items No 7 8 9 10 and 11 The unit prices paid shall include full compensation for furnishing all labor materials tools and equipment to complete the work specified herein and as directed by the Engineer including the costs for removal disposal and disposal fees TP7 SECTION 7 ADJUST MANHOLE FRAME AND COVER TO GRADE 701 General All manhole frames and covers shall be marked as to their location by the Contractor prior to placement of the asphalt concrete pavement Upon completion of the asphalt concrete pavement and after reasonable time is allowed for setting the Contractor shall raise the manhole frames and covers to grade in accordance with Section 30116 Adjustment of Manhole Frame and Cover Sets to Grade of the Standard Specifications 702 Manhole Frame and Cover or Vault The manhole frame and cover or concrete vaults that are at the finish grade of the street shall be protected along with the vault during the cold milling and paving operations Contractor shall clean any concrete left inside existing main line 703 Payment Payment for adjusting manhole frames and covers to grade will be made at the unit price bid under Bid Item 12 The unit price paid shall include full compensation for furnishing all labor material tools and equipment and doing all work as specified herein and as directed by the Engineer SECTION 8 ADJUST WATER AND GAS VALVE COVER TO GRADE 801 General The Contractor shall remove all dirt and debris from existing valve covers to be adjusted The Contractor shall furnish adjustable slipon metal cans to be placed within existing metal cans Existing covers shall be adjusted to new pavement grade on slipon cans during paving operation Contractor shall clean inside of gas valve or water valve after pavement 802 Payment Payment for adjusting value covers will be made at the unit price bid under Bid Item No 13 The unit price paid shall include full compensation for furnishing all labor tools material including slipon cans and equipment involved in raising covers to grade as specified herein and as directed by the Engineer SECTION 9 SURVEY WELL MONUMENT 901 General Contractor shall coordinate the installation of well monuments with the City Surveyor The Survey Well Monument Cover Sleeve and Dome Concrete Marker may be obtained from the Public Works Department at no cost 902 Payment Payment for Well Survey Monument will be made at the unit price bid under Bid Item No 14 The unit prices paid shall include full compensation for furnishing all labor materials tools and equipment to complete the work specified herein and as directed by the Engineer including the costs for core drilling cement and appurtenances as indicated on the City of Rosemead Standard Plan S08001 TP8 SECTION 3 TRAFFIC SIGNAL EQUIPMENT AND APPURTENANCES 301 General Traffic signal safety light system and detectors shall conform to the applicable requirements of Section 306 Underground Conduit Construction and Section 307 Street Lighting and Traffic Signals of the Standard Specifications and Section 86 Signals Lighting and Electrical Systems of the Caltrans Standard Specifications and as shown on the Plans and these Specifications The materials furnished and used shall be new except as may be provided elsewhere in the specifications or indicated on the plans The materials shall be manufactured handled and used in a workmanlike manner to insure completed work in accordance with the plans and specifications Contractor must provide a msanufacturer purchase invoice and cut sheets for all the equipment for this project within ten 10 working days after the date of the Notice to Proceed All incidental parts which are not shown on the Plans or in these Specifications and which are necessary to complete or modify the existing systems shall be furnished and installed as though such parts were shown on the Plans or specified herein All systems shall be in satisfactory operation at the time of completion of work 302 Warranties Guaranties and Instruction Sheets The Contractor shall guarantee the entire work construction under this contract and will fully meet all requirements as to the quality of workmanship and materials furnished The Contractor shall make at his own expense any repairs or replacement made necessary from defects in workmanship or materials furnished by him that becomes evident within one1after filing the Notice of Completion of the work to restore to full compliance with the requirements of these Specifications any part of the work which during the one 1 year period is found to be defective with respect to any provision of the Plans and Specifications The Contractor shall make all repairs and replacements promptly upon receipt of written orders from the Engineer If the Contractor fails to make the repairs and replacements promptly the City may elect to do the work and the Contractor and his surety shall be liable to the City for the cost of repairs Whenever any work or equipment is to be guaranteed or maintained by a manufacture supplier or subcontractor the Contractor shall maintain said obligation All guarantees and warrantees shall be in writing and be delivered to the Engineer by the Contractor prior to the final acceptance of the work 303 Foundations Foundations for electroliers standards posts cabinets and pedestals shall conform to the applicable provision in Section 86203 Foundations of the Standard Specifications and these Provisions TP9 Portland cement concrete shall conform to Section 9010 Minor Concrete of the Standard Specifications and shall contain not less than 564 pounds per square yard of cement per unless authorized by the Engineer 304 Standards Pedestals and Posts Standards steels pedestals and posts shall conform to the provisions in Section 86204 Standard Steel Pedestals and Posts of the Standard Specifications the Standard Plans and these Provisions The City Engineer shall approve the location of all standards in the field Standards pedestals and posts shall be installed with 36 minimum clearance to face of curb or edge of shoulder unless otherwise directed by the City Engineer Signal standard and mast arms shall be the designed per dimensions noted on the plans and Standard Plans Slipfit mast arms truss arms and tie rods shall not be used with mast arm installation unless otherwise shown on the construction plans In addition to identifying each pole shaft as detailed on Standard Plan ES6S the Contractor shall also identify mast arm for both signals and luminaries The standard metal identification tag shall be located on the mast arm near the connection plate Plumbing of the standards shall be accomplished by adjusting the nuts on the anchor bolts before the foundation cap is placed Shims or other similar devices for plumbing the standard or raking will not be permitted After plumbing the standard anchor bolts shall be cut off0250 above the nuts and the exposed surface shall be repaired by thoroughly wire brushing the damaged areas and removing all loose and cracked coating after which the cleaned area shall be painted Painting shall conform to Section 86216 Painting of the Standard Specifications The Contractor shall pot hole location area where new standard is to be installed per the approved location of the City Engineer 305 Pull Boxes Pull boxes shall conform to the provisions in Section 86206 Pull Boxes of the Standard Specifications and these Provisions except as amended herein Plastic pull boxes shall not be used The pull boxes shown on the plans are to be installed as a minimum The Contractor may at no additional cost to the City install additional or larger pull boxes to facilitate the Csontractor work with the approval of the City Engineer Pull boxes shall be No 5 unless noted otherwise on the construction plans Pull box lids shall specify TRAFFIC SIGNAL on top of each Pull box extensions shall not be required unless specified by the City Engineer All pull boxes shall be new Pull boxes shall not be installed in any part of a driveway wheelchair access ramp or other traveled way TP10 306 Testing Testing shall conform to the provisions in Section 86214 Testing of the Standard Specifications and these Provisions except as amended herein The City Engineer shall be notified in writing at least 5 days prior to the intended turnon and beginning of functional test Turnon of the new traffic signal system shall not be on nor shall the five 5 day functional test start on a Friday Saturday Sunday holiday or any day preceding a holiday No exceptions will be made SECTION 4 SIGNING STRIPING AND PAVEMENT MARKERS 401 GENERAL All equipment materials machines and components used for signing striping stenciling and the installation thereof shall conform to the State of California Department of Transportation CALTRANS Standard Specifications May 2006 Edition and the 2012 California Manual on Uniform Traffic Control Devices CAMUTCD Edition Section 15 EXISTING HIGHWAY FACILITIES Section 56 SIGNS Section 84 TRAFFIC STRIPES AND PAVEMENT MARKINGS The Caltrans plans and Specifications are hereinafter referred to to as State Standard Plans SSP and State Standard Specifications SSS Copies of the SSP and SSS are available at the Caltrans District 8 Office at 464 West 4 n Street San Bernardino California 92401 1400 or from the Caltrans Office of Publications 6002 Folsom Boulevard Sacramento California 95819 916 4453520 The following technical provisions are supplementary and in addition to the provisions of the State of California Department of Transportation Standard Specifications and are only called out to elaborate to amend to specify an option to add thereto delete all or part thereof or emphasize an important task The Contractor shall furnish and install all materials required for the completion of work as shown on the plans TRAFFIC STRIPES AND PAVEMENT MARKINGS 841 GENERAL Description Temporary striping eg detour striping curb markings crosswalks turn arrows stopyield bars or other pavement legends shall be installed with water borne base paint TP11 Control of Alignment and layout The Contractor shall furnish the necessary control points for all striping and markings and shall be responsible for the completeness and accuracy thereof to the satisfaction of the Engineer The Contractor shall establish all traffic striping between these points by string line or other method to provide striping that will vary not more than halfinch in 50 from the specified alignment When no previously applied figures markings or traffic striping are available to serve as a guide suitable layouts shall be spotted in advance of the permanent paint application Using a rope as a guide for making spots every fivefeet 6 may spot traffic lines by using a marking wheel mounted on a vehicle or by other means satisfactory to the Engineer The layout of all work to be painted shall be inspected and approved prior to painting Any work painted without prior approval of the layout is subject to removal and replacement at Csontractor expense The Contractor shall employ a worker with minimum of fifteen 15 years of experience to supervise the location alignment layout dimensions and application of the pavement markings 842 THERMOPLASTIC Thermoplastic shall be used on all striping details crosswalks pavement markings and arrows 843 PAINTED TRAFFIC STRIPING AND MARKINGS Materials Contractor shall furnish and install raised pavement markers RPMs for all striping details Application The Contractor shall furnish and install traffic delineation using painted Cat Tracking temporary marking tape or other approved media on the same working day as existing striping is lost in locations consistent with the striping pslan If temporarymarking tape is used all tape shall be removed prior to installation of permanent striping 402 PAYMENT No separate payment will be made for Signing and Striping All costs for furnishing all labor materials tools equipment and incidentals for doing all the work involved as specified herein and as directed by the Engineer shall be included in Bid Items Signing and Striping No additional compensation shall be made 403 REMOVAL OF CONFLICTING STRIPING Spotting shall be completed prior to removal of any existing striping Existing striping and markings shall be removed prior to painting new striping and markings No streets shall be left without the proper striping for TP12 more than 24 hours or over weekends or holidays All traffic lanes open to the public shall have line delineation Existing striping pavement legends and markings that do not conform to the plan shall be removed by wet sandblasting per Section 15202B Traffic Stripes and Pavement Markings and Section 15202C Pavement Markers of the State of California Department of Transportation Specifications All striping that is to be removed must be removed by wet sand blasting method Sand blasting debris shall be removed before the end or each working day No Blanking Out or temporary covering will be allowed All stripping removals shall include removal of associated raised pavement markers 404 PAYMENT No separate payment will be made for Removal of Conflicting Striping All costs for furnishing all labor materials tools equipment and incidentals for doing all the work involved as specified herein and as directed by the Engineer shall be included in Bid Items for Signing and Striping No additional compensation shall be made 405 SIGNS SSS SECTION 56 562 ROADSIDE SIGNS Construction New signs shall be installed using new metal posts set at a minimum 30 inches depth in a minimum 12inch diameterPCfooting The length of the metal post shall be sufficient to extend from the top of the sign to 30inches below the top of the concrete footing and provide a seven feet T clearance between the finished grade and the bottom of the sign unless otherwise indicated on the plans The depth of the concrete footing shall be sufficient to extend at least six inches 6 below the bottom of the post All sign facing shall be manufactured of Diamond Grade Fluorescent VIP Sheeting All signs shall have an anti graffiti film coating The date of installation of a sign shall be embossed on the back of each sign and shall be considered as the start of the warranty period Property of the City of Rosemead shall also be embossed on the back of each sign No signs will be allowed on traffic signal poles All signs placed within the public rightofway shall be installed using the following guidelines No signs shall be placed on wood poles at anytime Larger wide signs shall be mounted on the top of a sign combination TP13 No sign shall have an outside edge closer than onefoot 1 to the back of the curb Sign panel facing shall be perpendicular to approaching traffic unless otherwise specified by the Engineer Sign post shall be 12 feet channel type Signs shall be mounted on posts in a good workmanship manner using metal hardware suitable for the type of installation made Installation materials shall be of stainless steel and is theft proof Signs shall be kept a minimum distance of fifteen feet 15 in front of trees power poles etc Signs shall be kept far away from trees so that tree growth will not obstruct the visibility of the traffic sign All signs shall have a minimum clearance of seven feet T from the bottom of the sign to the existing spiadrekwwaalyk grade Sign posts shall be installed threefeet T behind curb face Sign posts installed within the sidewalk must maintain a minimum of fourfeet 4 horizontal clearance for pedestrians All signs shall be expressway size and reflectorized color as specified in the 2012 California Manual on Uniform Traffic Control Devices CAMUTCD edition unless otherwise shown on plans No signs shall be overlapped and must be installed with separate bolts BeginEnd or TowAway plates are exempt All core drill holes must be large enough for post anchors to fit All core drill holes must be patched around the signpost with concrete after installation 406 PAYMENT No separate payment will be made for Roadside Signs All costs for furnishing all labor materials tools equipment and incidentals for doing all the work involved as specified herein and as directed by the Engineer shall be included in Bid Items for Signing and Striping No additional compensation shall be made SECTION 5 INROAD WARNING LIGHT SYSTEM 501 GENERAL PRODUCT SPECIFICATIONS TP14 All equipment materials and components used for inroad warning light system and the installation thereof shall conform to the msanufacturer specifications LaneLight or approved equal Contractor shall coordinate with LaneLight representative Janna McKhann at 714 2898940 vi1riMkiI System components shall have a limited warranty of 5 FIVE years 502 HIGH PERFORMANCE LED INROADWAY MARKIER UNITS Swarco LaneLight MLK150 Mechanical Characteristics Upper Housing Nominal Dimensions diameter 150mm height 53m0m Assembly Material Heat treated M8x20 DIN912 cast A4 stainless steel or equal Lens prismatic Borofloat hardened glass 2 per marker unidirectional or bi directional NO PLASTIC LENS OR BODY COMPONENTS SHALL BE EXPOSED TO TRAFFIC All electrical terminations shall occur within the marker housing under no circumstances shall any electrical connection be made in the pavement outside the marker housing Tested Water ingress to IP68 LED Module attached to the base with two stainless steel security screws Removalreplacement in approximately five minutes or less 2 Mechanical Characteristics Lower Housing Nominal Dimensions diameter 7 inches housing height 1375 inches Material Corrosion resistant aluminum alloy or equal Tested Minimum of5000 kg compressive strength Install depth wwiring sub base275inches 3 Optical Characteristics Bulbs 14 fourteen total seven per lens proprietary Swarco Futurit ultra bright designColormetrics Amber white green red to comply with MUTCD specifications TP15 Daytime visibility range to exceed 1000 feet regardless of ambient light conditions 4 Electrical Characteristics Supply Voltage 15 to 48VDC Power consumption marker 25W daytime amber 2W daytime white Feedback Voltage 24VDC PWM Amplitude 24VDC at 500Hz Ambient temperature range 30C to 65C 5 Installation into Roadway One38slot to be cut 2 12depth and 7 diameter round holes 234depth round cores cut centered over the slot where markers are to be placed To avoid risk of stress fractures being produced by ingress into the road surface ONLY ROUND CORE HOLES ARE TO BE MADE IN THE PAVEMENT FOR INSTALLATION OF THE ROAD MARKERS WITHOUT EXCEPTION 6 Mounting and Bedding ITEM approved resilientsetting Epoxy Resin Bondo 606V IDTuEraMnt StatAFlex or approved equal 503 CONTROLLER Process Control Unit PCU Supply Voltage 15 to 48VDC typically 24V DC or 48V DC OR 110 to 240 volts AC Input rejection protection pi filter ITnrarnusisenht current limiting internal on all outputs Overload internal autoreset circuit breakers on outputs Power Factor Correction provided Power Output limiting 120 Short Circuit Continuous protection intermittent cycle permitted Day night mode control automatic photocell activated Night Brightness Adjust 5100 ON Time Selector 10 90 seconds Chase Line Sequencing Mode Selector Regular onoff flash or pulsed flash selectable Logic inputs for connecting sequential pedestrian detectors to determine direction of pedestrian travel Flash rate When the components installed in accordance with applicable electrical codes are activated inroad LED units shall operate in a synchronized mode and shall flash at 08 to 10 Hz with option of pulsed flash rate Auxiliary contacts to provide control to external devices 504 PUSHTOWALK ASSEMBLIES Pedestrian push buttons shall conform to the provisions in Section 86502 Pedestrian Push Buttons of the Standard Specifications and these Provisions except as amended herein Pedestrian push button signs shall be assembled using theft proof screws Pedestrian push button shall comply with the the latest ADA regulations TP16 Standard green push button housing with gray Polara Bulldog BDLM2 momentary LED equipped with Frame and R62E CA signs 505 INROAD WIRING SYSTEM LaneLight control cable158 36do nominal with dry water block system and tinned conductors outer jacket labeled LANELIGHTXW SubBase Encapsulation 3M Scotchcast 8882 or equal Waterproof connectors Dryconn AquaOrange silicon filled wcap no substitutions 506 SOLAR POWER SUPPLY AND CABINET CONTRACTOR SHALL GET WRITTEN APPROVAL ON THE ACTUAL CLEARANCE PLACEMENT OF THE CABINET BETWEEN THE FINISHED GRADE AND THE BOTTOM OF THE CABINET Solar power supply 24 volt DC system120 watt 24 volt PV array side of pole mount with lower braces to secure bottom of the PV array Lockable white powder coated enclosure to house 120 ah battery array solar charge controller lightning arrestor disconnect switch with over amperage protection and crosswalk controller Cabinet shall have a graffiti film cover Contractor to provide 5 extra sets of cabinet keys during the turnon of the system 507 LED ENHANCE SIGNS All S1 1 signs shall be equipped with 5 2inch LED beacons with a graffiti film cover 508 TYPE 1A STANDARDS Contractor shall furnish and install Type IA standards and obtain final location of standards from the City Engineer New standards shall be used for this project Type 1A standards shall be tall enough to accommodate the minimum clearance of 7 feet from grade to bottom of sign and cabinet 509 OPERATION AND MAINTENANCE MANUALS Contractor shall provide 3 bound color manuals stating the operation maintenance and installation of Inroadway Warning Lights and LED Signs 510 TURN ON OF SYSTEM TP17 The Contractor shall arrange to have a representative of the City of Rosemead and Lanelight technician present at the time the inroadway lighting system is turned on The technician shall be fully qualified to work in the controller assembly inroad lights and LED signs and shall be employed by the controller manufacturer or authorized representative The Esngineer representative shall be notified at least 24 hours prior to the turn on 511 PAYMENT No separate payment will be made for Inroadway Warning Lights All costs for furnishing all labor materials tools equipment and incidentals for doing all the work involved as specified herein and as directed by the Engineer shall be included under Bid Items No XX for Inroadway Warning Lights No additional compensation shall be made SECTION 6 SOLAR FEEDBACK SPEED SIGNS 601 General The Driver Feedback Speed Sign is a dynamic numeric and alphanumeric variable message sign that gives motorists passing through a speed zone real time feedback as to the zsone speed limit and and their vsehicle speed via radar speed detection The vehicle speed is to be detected via a radar module mounted within the sign enclosure CONTACTOR SHALL GET WRITTEN APPROVAL FROM THE CITY ON THE ACTUAL CLEARANCE BETWEEN THE BOTTOM OF EACH SOLAR FEEDBACK SPEED SIGN AND THE FINISH GRADE UNLESS OTHERWISE INDICATED ON THE PLANS Solar Feedback Speed Sign shall be FORTEL Standard Vcalm or approved equal Contractor shall coordinate with FORTEL representative Kari M Laitinen at 714 231 3883 1 Sign shall be VCalmVMS or approved equal 2 Sign size shall be 45h x 258wx45d 3 Sign material shall be 09 aluminum 4 Enclosure shall be made of 09 continuous formed aluminum Entire surface of enclosure shall be powder painted gloss black with an anti graffiti film coating 5 Display window shall be made of38shatter resistant polycarbonate with an anti graffiti film coating 6 Housing shall be provided with tamper proof fasteners Moonlock key 7 Housing shall be weather proof to NEMA 3R specifications or better 8 Housing shall be of non sealed ventilated type to prevent accumulation of moisture TP18 B Display 1 Alphanumeric display shall consist of two rows and up to 5 letters per row and each character shall be 4wx 6 h 2 Each alphanumeric character of which there are 10 total shall consist of 270 discrete LEDs which are individually aimed to provide even light distribution within the viewing area 3 Speed display shall consist of 2 seven segment solidstate Numeric displays 4 Numeric characters shall be 9wx 16h 5 Each display segment shall consist of 42 discrete LEDs which are individually aimed to provide even light distribution within the viewing area 6 Light intensity of display shall be programmable to different times of day to provide optimum view ability under all ambient light conditions Light intensity shall adjust automatically to provide optimum view ability under all ambient light conditions 7 The display shall be designed to avoid distracting the attention of motorists away from the road by prevention of viewing from acute angles outside the msotorist normal forward field of view Viewable area shall enclose an area up to a maximum included angle of 30 degrees from the roadside 8 The display shall be capable of multimode operation 9 The display pixels shall have a design life of 10 years T1h0e display shall have a two 2 year parts warranty 11 The pixels shall have a Mean Time Before Failure MTBF of 0100 hours 12 The display shall have an anti graffiti film coating C Solar Power Solar assisted battery powered 1 Solar powered sign shall be capable of fully autonomous operation 24 hours per day 365 days per year 2 Solar Panel shall be 85 Watt 12 VDC 3 Batteries 2 shall be ValveRegulated Absorbed Glass Mat Technology 12 VDC and 79 Ah TP19 4 Charging Control System shall be a solar industry standard item with temperature compensating charging voltage 5 Battery Cabinet i The cabinet shell shall be powder coat painted with an anti graffiti film coating ii The cabinet shall be vandal and tamper resistant this includes assembly hardware iii The cabinet shall be 16h x 37wx825d iv The cabinet shall house the batteries solar controller and lightning protection device D Controller Functions 1 On board real time clock with built in daylight savings This setting can be programmed via RS232 hardwire SD card and wifi using a PC 2 Clock shall have a battery backup with a threeyear shelflife capacity 3 Controller shall allow radar to operate independently from the display so that the sign can collect data while the display is blank or off 4 Controller shall have 3 programmable speed thresholds to trigger 3 independent user definable messages andor contact closures to turn onoff external devices see Auxiliary Device Control i Threshold 1 timeofday programmable with up to 6 daily modulations usage example sign is blank until vehicle exceeds threshold 1 speed causing the sign to display YOUR SPEED XV modes 48 ii Threshold 2 timeofday programmable with up to 6 daily modulations usage example sign flashes YOUR SPEED XX when a vehicle exceeds threshold 2 and activates strobe to simulate photo radar enforcement mode 7 1 Threshold 2 may also flash auxiliary flashing beacons in unison doubletime or alternate with flashing LED display iii Threshold 3 global threshold which triggers a final message usage example sign displays COP AHEAD when a vehicle exceeds threshold 3 5 Traffic Data Collection TP20 i Sign shall collect both the fastest and slowest speed for each vehicle detected in the radar zone each with its own timestamp day month year hours minutes seconds to allow software to calculate acceleration deceleration and no change in speed for every vehicle detected in the radar zone ii Shall have ability to enabledisable data collection iii Data shall be stored to a removable SD card for easy data retrieval iv Onboard data compression shall allow storage of more than 40 years of raw traffic data per gigabyte v Sign shall be SD and SDHC compatible 6 Auxiliary Device Control i Sign shall have at least six 6 simultaneous auxiliary contacts available to trigger or be triggered by the sign ii Triggerable devices include but are not limited to strobes flashers flashing beacons lighted crosswalks traffic cameras etc Each of these devices can be triggered by time of day one of 3 programmable vehicle speed thresholds or by another auxiliary triggering device iii Available triggering devices include but are not not limited to pedestrian push buttons temperature sensors wireless devices etc Each device can trigger 1 of 4 user definable messages 7 Message control i All 360 LED clusters can be programmed individually to form at least 4 custom messages to be triggered by a variety of speed thresholds and auxiliary devices see sign programming software for details on changing these messages ii Sign shall have the capability to add an optional IP modem in the future with the ability to display custom messages instantly with an internet connection Custom messages can be up to 10 characters long 2 lines x 5 characters per line 8 The sign shall be able to function as a Conditional or Variable Speed Limit VSL sign with user selectable speed limits where 6 different timeofday speed limits can be programmed per day of each week and up to 25 specific or special days of each year 9 Dimming TP21 i Sign shall automatically adjust display intensity to ambient light conditions with a user definable range of display intensity ii Dimming can be set by timeofday with up to 6 different settings per day 10 Controller shall maintain an accessible log of low voltage warnings power failures contact closure changes and photovoltaic light readings 11 Sign shall perform LED selfdiagnostics by detecting and reporting LED pixel failures E Sign programming software shall be the sole property of the CITY OF ROSEMEAD ContractorManufacturer shall provide programming software to be installed on multiple computers at City Hall and City Own facilities on ten 10 stand alone computers ALL SPEEDFEED BACK SIGN SOFTWARE SHAL BE THE PROPERTY OF THE CITY OF ROSEMEAD 1 Shall be automatically updated and require no installation 2 Shall be compatible with Windows 98 2000 NT XP M1obile6 Linux Android Mac OSX and OSXmobile 3 optional Automated Communication IP modem i Data shall be automatically downloaded from sign on a regular basis ii Modifications in sign programming shall be automatically sent to the sign iii Unlimited traffic alerts can be set up for notification of excessive speeding 4 Manufacturer shall provide a CITY OWN DATABASE AT CITY HALL ON A STAND ALONE CSOMPUTER to store all raw data and to retrieve from the sign so that multiple data files can be merged to a single database where all duplicate speed data is automatically deleted and data retrieval can be selected by date range 5 Raw data can be downloaded by a user definable date range to an excel spreadsheet 6 Software shall calculate the following i lPoewak histogram charts separated by speed limit so that signs in areas where speed limits change during the day can have accurate data TP22 ii lPoewak 85 percentile by timeofday chart that shows percentiles by timeofday at a user definable interval iii Incremental analysis where percentage of vehicles slowed is calculated for each user definable speed increment exceeding the speed limit to assist in proving the ssign effectiveness 7 Software shall have video and written tutorial instruction builtin to assist in a quick and easy guided learning process 8 Programming software shall include a simulator that will show the user exactly what the sign will do with the program before deployment to eliminate programming errors 9 Sign messages shall have the ability to be freedrawn or letters can be dragged and dropped into place 10 Manufacturer shall host complimentary quarterly webinar trainings to give live assisted learning instruction where questions can be answered immediately via conference call and screen sharing for TWO YEARS AT NO ADDITIONAL COST TO THE CITY 11 Manufacturer shall provide 10 bound color hard copies of instruction manual with video tutorials for programming system operation and maintenance 12 Manufacturer shall provide 10 hours of programming training to take place at CITY HALL 602 Foundations Foundations for electroliers standards posts cabinets and pedestals shall conform to the applicable provision in Section 86203 Foundations of the Standard Specifications and these Provisions Portland cement concrete shall conform to Section 9010 Minor Concrete of the Standard Specifications and shall contain not less than 564 pounds per square yard of cement per unless authorized by the Engineer 603 Standards Pedestals and Posts Standards steels pedestals and posts shall conform to the provisions in Section 86204 Standard Steel Pedestals and Posts of the Standard Specifications the Standard Plans and these Provisions The contractor shall pot hole the final location of all standards in the field before placing the order for the standards The City Engineer shall approve the final location of all standards The contractor shall furnish and install install Type 15TS standards without luminaire mast art to accommodate the minimum clearance of 9 feet from bottom of speed feed back sign to finish grade TP23 Standards pedestals and posts shall be installed with 36 minimum clearance to face of curb or edge of shoulder unless otherwise directed by the City Engineer Signal standard and mast arms shall be the designed per dimensions noted on the plans and Standard Plans Slip fit mast arms truss arms and tie rods shall not be used with mast arm installation unless otherwise shown on the construction plans In addition to identifying each pole shaft as detailed on Standard Plan ES6S the Contractor shall also identify mast arm for both signals and luminaries The standard metal identification tag shall be located on the mast arm near the connection plate Plumbing of the standards shall be accomplished by adjusting the nuts on the anchor bolts before the foundation cap is placed Shims or other similar devices for plumbing the standard or raking will not be permitted After plumbing the standard anchor bolts shall be cut off0250 above the nuts and the exposed surface shall be repaired by thoroughly wire brushing the damaged areas and removing all loose and cracked coating after which the cleaned area shall be painted Painting shall conform to Section 86216 Painting of the Standard Specifications 604 PAYMENT No separate payment will be made for Solar Feedback Speed Signs All costs for furnishing all labor materials tools equipment and incidentals for doing all the work involved as specified herein and as directed by the Engineer shall be included under Bid Item No XX for Solar Feedback Speed Signs No additional compensation shall be made TP24 CITY OF ROSEMEAD MISSION DRIVE STREET RESURFACING PROJECT FROM WESTERLY CITY LIMIT TO ROSEMEAD BOULEVARD PROJECT No 21007 PARTD APPENDIX CITY OF ROSEMEAD MISSION DRIVE STREET RESURFACING PROJECT FROM WESTERLY CITY LIMIT TO ROSEMEAD BOULEVARD PROJECT No 21007 EXHIBIT A SECTION 1 Street Improvements CONVENTIONAL SYMBOLS FOR EXISTING TOPOGRAPHY EXISTING WRI PROPOSED CURB AND GUTTER RROMUTAATEO BY n E STANDARD PLAN GUTTER TOPOGRAPHY SYMBOLS I e 1OI 1886 PAVEMENT PCC 1 REV 1993 SHEET 1 OF 2 AC r ACCESS RAMP L BENCH MARK BUILDING E DEAD MAN DRIVEWAY FENCE GATE xXX FIRE HYDRANT O GUARDRAIL ALT t GUY POLE 9 MANHOLE PIPE PROPERTY LINE RAILROAD RETAINING WALL RETAINING WALL WITH n n x n x FENCE ON TOP RR XING PROTECTION TYPE OF PROTECTION SHRUB Z SIDEWALK SIGN 1 POST v SIGN 2 POSTSTANDARD PLANS FOR PUBLIC WORKS CONSTRUCTION ULCPBI DSNATRDAS GREQIBO COMMITTEE USE WITH STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION EXISTING PROPOSED SIGNAL CONTROL BOX SIGNAL FLASHING S TRAFFIC C LOOP V SMALL STREAM OR DITCH SPRINKLER HEAD STREETLIGHT TREE PALM OAK OTHER UTILITY POLE VALVE b VAULT 0 WALL BRICK BLOCK CONCRETE STONE WELL 0 STANDARD PLANS FOR PUBLIC WORKS CONSTRUCTION TOPOGRAPHY SYMBOLS S10T0A SH 10 5 1500 mm SEE NOTE 4 tt E 24 600 mm E 4 6 1800 mm EI Z 6 150 mm EI 0 0 0 Ln E 18 450 mm EC BACK OF WALK za to to 24 600 mm E BC BACK OF WALK ECR 0 E Shi DO 0 D0 w EE E O Of J 0 CCD t0 m m Q N RW I N o FIRE HYDRANT SEE NOTE 4 0 VENTS AND POLES 031 STREET LIGHTS El PEDESTAL STANDARD PLANS FOR PUBLIC WORKS CONSTRUCTION PROMIJWAT BY THE ABOVEGROUND UTILITIES STANDARD PLA PUBLIC WORKS STANDARDS INC GREENBO 19 COMMITTEE LOCATION IN PARKWAY 1 1 2L B9 REV 1998 2009 USE WITH STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION I SHEET 1 OF E E EI EI EI 0 ot ot ot 0 m W o N M M NOTES 1 NO ABOVEGROUND UTILITIES ARE ALLOWED IN CONCRETE SIDEWALKS LESS THAN 6 1800 mm WIDE 2 WHEN SIDEWALK IS 6 1800 mm WIDE OR MORE ABOVE GROUND UTILITIES ARE ALLOWED AT LOCATIONS NOTED ON PLAN 3 IN THE RETURN AND SIDEWALK TRANSITION AREAS ONLY UTILITIES CONSISTING OF STREET LIGHTS TRAFFIC SIGNALS AND FIRE HYDRANTS ARE ALLOWED 4 FIRE HYDRANTS SHALL NOT BE PLACED AT THE SAME CURB RETURN OCCUPIED BY A STREET LIGHT 5 PEDESTALS SHALL BE PLACED AT INCONSPICUOUS LOCATIONS 6 IN THE ABSENCE OF CURBS THE FACE OF ALL ABOVEGROUND STRUCTURES SHALL BE LOCATED A MINIMUM OF 10 3000 mm AWAY FROM THE TRAVELED WAY ON ALL RURAL HIGHWAYS AND 6 1800 mm ON RESIDENTIAL STREETS STANDARD PLANS FOR PUBLIC WORKS CONSTRUCTION ABO SHEET LOCATION IbLEARKWAY 12 4 1200 mm MIN Y X W T X A TYPE A Ar 4 1200 mm MIN Y ez m1w I X W L X A TYPP P INTEGRAL CURB rill I4 1 MIN m1m I GRADE BREAK Y TYPE C 4 1200 mm MIN Y 2 1 25 mm CF SECTION AA CURB FACE inches mm GRADE BREAKS Y inches mm 6 150 or less w0 900 40 0 SjLRR m 1050 49 1425 X inches mm 30 1200 7 175 36 8 200 40 1200 58 1700 9 225 46 1350 66 1950 10 250 50 1500 73 2175 11 275 56 1650 80 2400 12 300 or more 60 1800 89 2625 NOTES 1 RESIDENTIAL DRIVEWAYS SHALL BE 4 100 mm THICK PCC 2 COMMERCIAL DRIVEWAYS SHALL BE 6 150 mm THICK PCC 3 WEAKENED PLANE JOINTS SHALL BE INSTALLED AT BOTH SIDES OF A DRIVEWAY AND AT 10 30 m INTERVALS 4 CURB FOR TYPE C DRIVEWAY SHALL BE INTEGRAL AND MATCH ADJACENT CONSTRUCTION 5 REFER TO LOCAL DEVELOPMENT REGULATIONS FOR AMERICANS WITH DISABILITIES ACCESS REQUIREMENTS AND MAXIMUM PERMITTED DRIVEWAY WIDTHS STANDARD PLANS FOR PUBLIC WORKS CONSTRUCTION STANDARD PLAN PROMULGATED BY THE PUBU owTSCANODAMMII DRIVEWAY APPROACHES I 1102 1g REV 1996 2009 USE WITH STANDARD SPECIFICATIONS FOR PUBLIC WORKS WORKS CONSTRUCTION SHEET 1 OF 1 4 1220 mm 3 91 5 mm MIN A 4 1220 mm 2005 2009 SHEET 1 OF 10 3 915 mm MIN TRANSITION x 41 MIN N Y 3 915 mm mil NOTE 8 3 M9u SHEET 0 yU SNOETE10 as 833 MAX CURB x fJX CURB FACE 4mm x A ON TYPE 1 A O2 B 4 1220 mm 3MIN R R z z tIx GRADE BREAK x Y NOTE 8 x 3 3 SHEET 10 a NOTE 2 SHEET 10 CL a ism I 633 a CURB X X CURB FACE 4 j 220 mm x AORB SEE SHEET 7 THIS SECTION TYPE 2 CASE A STANDARD PLANS FOR PUBLIC WORKS CONSTRUCTION PROMULGATJ BY TIE STANDARD PLAN Pl1BLIGREMRCORSSOMOMI1KlEE IMF CURB RAMP 1114 1992 REV 1908 2000 USE WITH STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION 0 P 2 MAX E 4 1220 mm E 3 915 mm MIN 3 v Y X PLANTING CL AREA 5 CURB CURB FACE WHERE PLANTING AREA IS ADJACENT TO THE CURB RAMP USE CASE A TYPE 6 z EE 0 E N04 F PLANTING a AREA CURB CURB FACE WHERE PLANTING AREA IS ADJACENT TO THE CURB RAMP USE CASE A TYPE 6 Ll TYPE 32 MAX BCRBREAK 810 0 h BREAK NOTE 8 BCR A NOTE 2 v s TYPE 4 CASE A STANDARD PLANS FOR PUBLIC WORKS CONSTRUCTION STANDARD PLAN 1114 CURB RAMP SHEET 2 OF 10 A OR B C2R50 mm R 1 mm R I I NOTE 2 SHEET 10 833 Nlx 833 DE BREAK A g PLANTING ARE PLANTING AR AERA OTF SHEFT 10 0 CURBZ CURB FACE 1200 mm ltxz A OR B SEE FIGURE 1 SHEET 8 THIS SECTION TYPE 5 PARKWAY R d1dF 2 cv F 4 1220 mm z 3 915 mm MIN PCC WALK 4 1220 mm R z 3 915 mm MIN NOTE 2 NOTE 8 EE 4 PLANTING AREA T 1 4v CURBZ CURB FACE tG IF PLANTING AREA IS NOT lb ADJACENT TO SIDE FLARE USE X PER TABLE 2 FOR THAT FLARETYPE 6 CASE A STANDARD PLANS FOR PUBLIC WORKS CONSTRUCTION STANDARD PLAN 1411 CURB RAMP SHEET 3 OF 10 C ZX NOTE 2 3 915 mm SHEET 10 MIN Y N Q U as 833 CURB CURB FACE NOTE 8 SHEET 10 4X 1220 mFn fmR C TYPE 1 2MAX o tv NOTE y Ix N Q a Sy 0 CL 0a a SHEET120 CONSTRUCTION 41 CUURBRB CURB FACE G TYPE 2 CASE B STANDARD PLANS FOR PUBLIC WORKS STANDARD PLAN CURB RAMP 1114 SHEET 4 OF 10 ZX 3083 383 X A I SKEW ANGLE a 4 SKEW ANGLE a45 1220 m OFFSET bO NOTE 2 UNLESS OTHERWISE SHEET 10 NOTED ON PLANS 6n 3 915 mm Y MIN k OC X NOTE a HEET 1 OFFSET b CUR CURB FACE CASE C Z EE Y E JQ N N SEE DETAIL OTE 8 v A B C OR D SHEET 10 aM6 x A 833 A N Q Y NO E 2 SHEET 10 5MAX PLANTING 3 915 mm a MIN AREA REGRADE X4 1220 mm Y IF ADJACENT TO CURB PLANTING AREA CURB FACE OTHEWISE SEE TABLE 1 TYPE 1 Y z 3 915 mm MIN SEE DETAIL A B C OR D I E E A A CNA v0 3 cila NOTE 8 5X o U 1 SHEET 10 MQ aU CURB NOTE 2 CURB FACE SHEET 10 TYPE 2 CASE D STANDARD PLANS FOR PUBLIC WORKS CONSTRUCTION STANDARD PLAN CURB RAMP 1114 SHEET 5 OF 10 E 3Y aa CURE CURB E 43915 mm MIN T M T If 0Q Z OR A OR B LESS s 4 1220 mm 9M315mm PLANTING AREA 2 GRADE BREAK MAX Q 1MARKED SAX CROSSWALK NOTE 2 SHEET 10 NOTE 8 SHEET 10 X4 1220 mm X WHEN ADJACENT 1220 mm TO PLANTING AREA b x MARKED CROSSWALK TYPE 1 s 2MAX xN E N C 2 iii N S C LESR M 5 MAX CROSSWALK NOTE 2 SHEET 10 ZX x x 3 915 m sIIa 3 3 2I MIN Q U N a GRADE BREAK CURB X 4 X CURB FACE 22D mm NOTE 8 SHEET 10 Ej 6 ax MARKED CROSSWALK TYPE 2 SEE NOTE 6 SHEET 10r EXISTING ROADWAY SEE NOTE 6 SHEET10 EXISTING ROADWAY 5 SEE NOTE F SHEI EXISTING ROADWAY SECTION CC DEPRESS BACK OF WALK SEE DETAIL A B C OR D SHEET 10 DEPRESS BACK OF WALK SECTION RR7 nD I PCC K SECTION SS PAPVWAY I Y 4 1220 mm S E TABLE 1 915 mm MI ROUNDE TOP OF EDGE RAMP aLlo LAMA 20 CURB AND GUTTER SECTION AA USE FIGURE 1 TO DETERMINE WHICH OF SECTIONS AA BB PARKWAY OR CC IS APPROPRIATE LADED TOP OF I EDGE RAMP DEPRESS BACK OF WALK SEE DETAIL A B C OR D 3MA f 27 AX SHEET 10 20 CURB AND GUTTER SECTION BB STANDARD PLANS FOR PUBLIC WORKS CONSTRUCTION STANDARD PLAN 1114 CURB RAMP SHEET 7 OF 10 1 25 EE 2 50 n 3 75 4 100 Uz 5 125 U6150 L 7 175 07 8 200 0U 9 225 Q 10 250 O 11 275 Oz 12 300 OR MORE PARKWAY WIDTH FT m 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 12 15 18 21 2427 30 3 36 39 42 45 48 51 54 57 60 FIGURE 1 SECTION USAGE NORMAL CURB FACE INCHES mm X FT mm SECTION YY Y FT mm 2 50 400 1200 MIN 263 790 3 75 400 1200 MIN 395 1185 4 100 400 1200 526 1580 5 125 500 1500 658 1975 6 150 600 1800 790 2370 7 175 700 2100 921 2765 8 200 080 2400 1503 3160 9 225 090 2700 1814 3555 10 250 010 3000 136 3950 11 275 0101 3300 1447 4340 12 300 0102 3600 o1 r1 r 1 I 1141 1 ps lM 1 1759 4735 SEE SHEET 9 FOR STREET SLOPE ADJUSTMENT FACTORS ALL STREETS TABLE 1 X AND Y VALUES TABLE 1 REFERENCE FORMULAS X CF 8333 Y CF 8333 2 WALK CROSS SLOPE WHERE FIGURE 1 SHOWS USE OF SECTION BB FIGURE Z DIMENSION AS FOLLOWS W PARKWAY WIDTH L LANDING WIDTH 4 1220 mm TYP 3 915 mm MIN Z YLW x0760 IF YL W THEN Z 0 TABLE 1 SHOWS X FOR A FLARE SLOPE OF833 AT THE CURB FACE IF L IS 4 1220 mm OR MORE X MAY BE MULTIPLIED BY0833 FOR A MAXIMUM FLARE SLOPE OF 10 AT THE CURB FACE STANDARD PLANS FOR PUBLIC WORKS CONSTRUCTION STANDARD PLAN CURB RAMP 1114 SHEET 8 OF 10 A 1220 mm TYPICAL CURB RAMP XDOWN XUp BACK OF WALK I I S GUTTER FLOW LINE SECTION TT SLOPED STREET FOR SLOPED STREETS MULTIPLY THE DIMENSIONS PARALLEL TO THE STREET X AND Z UPSTREAM AND DOWNSTREAM OF THE RAMP BY THE FACTORS IN THE FOLLOWING TABLE FOR EXAMPLEXDOWN X xKDOWN S KDOWN KUP 0 1000 1000 02 0977 1025 05 0943 1064 1 0893 1136 2 0806 1316 3 0735 1563 4 0676 1923 5 1 0625 2500 TABLE 2 SLOPE ADJUSTMENTS TABLE 2 REFERENCE FORMULAS KDOWN 8333 8333 S KUP 8333 8333 S STREET SLOPE ADJUSTMENTS STANDARD PLANS FOR PUBLIC WORKS CONSTRUCTION STANDARD PLAN 1114 CURB RAMP SHEET 9 OF 10 tj E O @@@E m @@@@090 N E @@@@23 SINGLE mm 6 mm @OO32O @PATTERN O TRUNCATED DOME 5 6m GROOVING DETAIL DETECTABLE WARNING DETAIL CONSTRUCT FENCE OR HANDRAIL PER CONTRACT PLANS J 50 mm IRFACE RETAINING CURB I I PAVED SURFACE DETAIL B GRADED SLOPE 21 MAX UNPAVED SURFACE 6150 mm RETAINING CURBS III UNPAVED SURFACE DETAIL C GENERAL NOTES DETAIL D 1 CONCRETE SHALL BE CLASS 520C2500 310C17 CONFORMING TO SSPWC 20112AND SHALL BE 4 100 mm THICK 2 THE RAMP SHALL HAVE A 12 305 mm WIDE BORDER WITH 14 6 mm GROOVES APPROXIMATELY 34 19 mm OC SEE GROOVING DETAIL 3 THE RAMP SURFACE SHALL HAVE A TRANSVERSE BROOMED SURFACE TEXTURE CONFORMING TO SSPWC 30319 4 USE DETAIL A OR B IF EXISTING SURFACE BEHIND LANDING IS PAVED 5 USE DETAIL C OR D IF EXISTING SURFACE BEHIND LANDING IS UNPAVED 6 R 3 900 mm UNLESS OTHERWISE SHOWN ON PLAN 7 ANGLE A2 UNLESS OTHERWISE SHOWN ON PLAN 8 CONSTRUCT DETECTABLE WARNING SURFACE PER DETAIL THIS SHEET MATERIALS SHALL BE PER CONTRACT DOCUMENTS STANDARD PLANS FOR PUBLIC WORKS CONSTRUCTION CURB RAMP SHEET100F DETAIL A OLd O d w CURB RAMP a a 4 w p 3 J DRIVEWAY WPJ U EXP JT EXP JT BCR w ABBREVIATIONS WPJ WEAKENED PLANE JOINT BCR BEGINNING OF CURB RETURN WPJ WPJ EXP JT EXPANSION JOINT ECR END OF CURB RETURN NOTES WPJ 1 WEAKENED PLANE JOINTS SHALL BE USED FOR ALL JOINTS WPJ EXCEPT THAT EXPANSION JOINTS SHALL BE PLACED AT THE BCR AND ECR IN CURB GUTTER AND SIDEWALK AND AROUND TREE WELL UTILITY POLES LOCATED IN SIDEWALK AREAS WPJ WPJ 2 WEAKENED PLANE JOINTS SHALL BE CONSTRUCTED AT REGULAR r p UTILITY POLE INTERVALS NOT EXCEEDING 10 3000 mm IN WALKS AND 620000 mm IN GUTTERS JOINTS IN CURB AND WALK EXP JT SHALL BE ALIGNED WPJ 3 CURB AND GUTTER SHALL BE CONSTRUCTED SEPARATELY FROM SIDEWALK EXP JT EXP JT Em PROPERTY LINE PJ y m v I CURB RAMP w 4 a axw STANDARD PLANS FOR PUBLIC WORKS CONSTRUCTION PROMULGATED BY THE STANDARD PLAN PUBMGRROWOROOKBCOMMITTEE IMO B84 CURB AND SIDEWALK JOINTS 1122 REV 1988 2009 USE WITH STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION SHEET 1 OF 1 WALK OR FILLIN REPLACEMENT FOR EXCAVATIONS MADE PARALLEL TO CURB OR PROPERTY LINE WALK ADJACENT TO PROPERTY LINE WALK LESS THAN 5 1500 mm WIDE WALK 5 1500 mm WIDE OR MOREIF LESS THAN 30 PL PL 750 mm REPLACE WALK EXCAVATION REPLACE WALK SAWCUT ENTIRE WALK SAWCUT IF SCORELINE ENTIRE WALK EXCAVATIO REPLACE 30 EARTH OR CONCRETE FILLIN SAWCUT EARTH OR CONCRETE FILLIN 750 mm MIN CURB IF SCORELINE CURB WALK ADJACENT TO CURB WALK LESS THAN 5 1500 mm WIDE WALK 5 1500 mm WIDE OR MOREREPLACE 30 EXCAVATION 750 mm MIN WALK EXCAVATION REPLACE WALK SA C TCUR IF LESS THAN 30 ENTIRE WALK 750 mm REPLACE GUTTER GUTTER ENTIRE WALK FILLIN REPLACEMENT FILLIN LESS THAN 5 1500 mm WIDE FILLIN 5 1500 mm WIDE OR MORE FILL SAWCUT IF SCORELINE IF LESS THAN 30 750 mm REPLACE FILLIN SAWCUT ENTIRE FILLIN EXCAVATION REPLACE 30 ILLIN 750 mm MIN n iTTrn CI IR WALK OR FILLIN REPLACEMENT FOR EXCAVATIONS MADE NORMAL TO CURB OR PROPERTY LINE WALK FILLIN mm MIN THESE REQUIREMENTS ALSO APPLY TO ENDS OF PARALLEL EXCAVATIONS IF AN EXCAVATION FALLS WITHIN 30 750 mm OF AN EXPANSION JOINT CONSTRUCTION JOINT WEAKENED PLANE JOINT OR EDGE THE CONCRETE SHALL BE REMOVED AND REPLACED TO THE JOINT OR EDGE IF AN EXCAVATION FALLS WITHIN 12 300 mm OF A SCORELINE THE CONCRETE SHALL BE REMOVED AND REPLACED TO THE SCORELINE THE SCORELINE SHALL BE SAWCUT BEFORE CONCRETE REMOVAL THE MINIMUM LENGTH OF REPLACEMENT IN BOTH CASES SHALL BE 30 750 mm STANDARD PLANS FOR PUBLIC WORKS CONSTRUCTION PROMMGAMD BY THE STANDARD PLAN PUBLIC ENS 6TABINC GREENBO OOMMITIEE SIDEWALK DRIVEWAY REPLACEMENT 19983 I 1213 REV 1996 2009 USE WITH STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION SHEET 1 OF 2 NOTES 1 CONCRETE WALK FILLIN AND DRIVEWAYS REMOVED IN CONNECTION WITH CONSTRUCTION SHALL BE REPLACED TO NEATLY SAWED EDGES ALL CUTS SHALL BE PARALLEL TO OR PERPENDICULAR TO THE CURB ON CURVES THE CUT SHALL BE RADIAL TO THE CURB 2 DRIVEWAY APRONS IN WHICH THE W DISTANCE IS LESS THAN 11 3300 mm SHALL BE REPLACED IN THEIR ENTIRETY IF CUT IN ANY AREA 3 DRIVEWAY APRONS IN WHICH THE W DISTANCE IS 11 3300 mm OR MORE MAY BE CUT WITHIN THE W SECTION THE MINIMUM REPLACEMENT SHALL BE 30 750 mm IN LENGTH THE MINIMUM DISTANCE ALLOWED BETWEEN SUCH CUTS SHALL BE 14 4200 mm 4 DRIVEWAY APRONS IN WHICH THE W DISTANCE IS 11 3300 mm OR MORE MAY BE CUT IN THE X ORR SECTION REPLACEMENT SHALL BE THE EVNTIRE ORR SECTION 5 DRIVEWAY APRONS SHALL BE REPLACED FROM THE BACK OF THE CURB TO THE FRONT EDGE OF THE WALK EXCEPT WHERE WALK IS ADJACENT TO CURB REPLACEMENT SHALL BE FROM BACK OF CURB TO BACK OF WALK 6 WALK PORTIONS OF DRIVEWAYS SHALL BE REPLACED AS SHOWN ABOVE FOR EXCAVATIONS MADE PARALLEL OR NORMAL TO CURB 7 REPLACEMENT OF THEXORRSECTION SHALL MATCH EXISTING CONSTRUCTION STANDARD PLANS FOR PUBLIC WORKS CONSTRUCTION STANDARD PLAN 1213 SIDEWALK DRIVEWAY REPLACEMENT SHEET 2 OF 2 CM BATTER 312 SLOPE 207 LEVEL E LID EA36150 AND A38200 NOTES 1 THE LAST NUMBER IN THE DESIGNATION IS THE CURB FACE CF HEIGHT INCHES mm 2 GUTTER WIDTH W IS 24 600 mm UNLESS OTHERWISE SPECIFIED 3 TYPES Al A2 A3 AND Cl SHALL BE CONSTRUCTED FROM PCC 4 TYPE D1 CURB SHALL BE CONSTRUCTED FROM ASPHALT CONCRETE 5 TYPE Cl CURB SHALL BE ANCHORED WITH STEEL DOWELS AS SHOWN OR WITH AN EPDXY APPROVED BY THE ENGINEER 6 ALL EXPOSED CORNERS ON PCC CURBS AND GUTTERS SHALL BE ROUNDED WITH A 12 15 mm RADIUS 1 25mm PROMULGATED BY T1E E ZJ vIn m I 1202 z L L REV 1998 2009 150 mm SHEET 1 OF 1 BATTER 312 U 6 E 150 l E 0m U A16150 AND A18200 w E Z E J Lo m a 6 U W j 150 mm E 3 75 mm jC16150 AND C18200 STANDARD PLAN FOR PUBLIC WORKS CONSTRUCTION W PUBLIC ENBO COMMI INC GREENBOOK COMMITTEE CURB AND TGTTEUTERR BARRIER USE WITH STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION 6 mm MIN 150 mm U34 20 mm R BATTER 312 BOTH SIDES U E 0 1D650l AND 25 mm D18 200 EE E z E x 10 0 4 OC c 13M x 250 mm v @1200 mm OC GROUTED IN PLACE BATTER 312 934 m20 mm STANDARD PLAN 1984 A26150 AND A28200 iv TTER 812 B16150 EE Lo 812 B36150 to 20 6 50 mm 7TTER 812 77 rSLOPE B26150 3420 n EE OLo 1Zed 1 zs ry 83 125mm U mm BATTER 812 BOTH SIDES D26150 NOTES E 1 E E 4 x 10 4 OC THE CURB FACE CF HEIGHT INCHES mm Lo THE LAST NUMBER IN THE DESIGNATION IS E J 13M x 250 mm 2 GUTTER WIDTH W IS 24 600 mm 0to m 0 1200 mm OC UNLESS OTHERWISE SPECIFIED 6 m 150 mm GROUTED IN PLACE 3 TYPES B1 B2 B3 AND C2 SHALL BE N BATTER 812 CONSTRUCTED FROM PCC U 34 4 TYPE D2 CURB SHALL BE CONSTRUCTED m 20 mm FROM ASPHALT CONCRETE 3 75 mm 5 TYPE C2 CURB SHALL BE ANCHORED WITH STEEL DOWELS AS SHOWN OR WITH Al EPDXY APPROVED BY THE ENGINEER j 6 ALL EXPOSED CORNERS ON PCC CURBS AND GUTTERS SHALL BE ROUNDED WITH A 12 15 mm RADIUS C26150 STREET SLOPE LESS T 4 GUTTER TRANSITION GUTTER TRANSITI IFLOWIDGELBI F A rFLOW LINE I LONGITUDINAL o Y LINE m 0 mm TYP 4 LP JT W EP q I TYPICAL CROSS GUTTER PLAN STREET SLOPE LESS THAN 4 STREET SLOPE 4 OR GREATER STREET CENTERLINE FLOW UNE JTI NORMAL OF MINUS 2 50 GUTTERLVEL 1 8 mm SECTION AA PROPERTY LINE ECR L2CF50 mm PROPERTY UNE TYPICAL CROSS GUTTER PLAN STREET SLOPE MORE THAN 4 2 E UUL mm CURB E N E 600 mm LEVEL I 10 SECTION BB SECTION CC mm EQUALLY SPACED IELS FOR CONTACT JOINTS STANDARD PLANS FOR PUBLIC WORKS CONSTRUCTION PROMULCAI O BY l E PUBLIC WORKS COIAMI INC OREENBO 19 COMMITTEE 108 REV 1998 2009 CROSS AND LONGITUDINAL GUTTERS STANDARD PLAN I 2122 USE WITH STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION SHEET 1 OF 2 I SECTION DD WEAKENED PLANE JOINT OR OPTIONAL CONTACT JOINT PER NOTES 1 2 AND 3 WEAKENED PLANE PER NOTES 1 AND 15 4500 mm Irl JOINT NEEDED WHEN ECR ML W 46 14 m OR MORE 5 CROSS GUTTER WEAKENED PLANE JOINTS 1500 mm TYP PER NOTES 1 AND 2 5 1500 mm TYP GUTTER TYPICAL JOINT PLAN NOTES 1 WEAKENED PLANE ANDOR CONTACT JOINTS SHALL BE PLACED IN CURB AND GUTTER AT LOCATIONS SHOWN ON THE TYPICAL JOINT PLAN HEREON 2 WEAKENED PLANE JOINTS SHALL BE PLASTIC CONTROL JOINTS OR 112 40 mm DEEP SAW CUTS CONCRETE SAWING SHALL TAKE PLACE WITHIN 24 HOURS AFTER CONCRETE IS PLACED 3 DOWELS FOR CONTACT JOINTS SHALL BE 4 BARS 18 LONG 13M BARS 450 mm LONG 4 PLACE A WEAKENED PLANE OR CONTACT JOINT WHERE LONGITUDINAL ALLEY GUTTER JOINS CONCRETE ALLEY INTERSECTION 5 ALL EXPOSED CORNERS ON PCC GUTTERS SHALL BE ROUNDED WITH 12 15 mm RADIUS 6 CONCRETE SHALL BE INTEGRAL WITH CURB UNLESS OTHERWISE SPECIFIED STANDARD PLANS FOR PUBLIC WORKS CONSTRUCTION STANDARD PLAN 1222 CROSS AND LONGITUDINAL GUTTERS SHEET 2 OF 2 fTl CONCRETE CURB II I AND GUTTER IFII I BCR II I e I iFr UW MY 900 mm 900 EE T ACNODNCRETE CURB I TI E ivv I t2 L F 3 I FLOW 3 16G 900 mm WEAKENED PLANE A OR CONTACT JOINT I PLAN I I pI SEE DETAILA I 1 25 mm CONCRETE CURB AND GUTTER 5 4 100 a 100 mm CSOPANCTAECDT SECTION AA 1 n E o O FL 1 EL A II C i E 5 T7 5DETAIL A I IIIIIIIIIIIII I I J 15 mm 45 mm 15 mm CONCRETE CURB AND GUTTER STANDARD PLANS FOR PUBLIC WORKS CONSTRUCTION PROMULGATED BY CROSS GUTTER AT STANDARD PLAN PUBLIC WORKS STANDARDS INC GREFNBO IiTEE 19893 T INTERSECTIONS I 1232 REV 1998 2009 USE WITH STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION SHEET 1 OF 2 SECTION BB NOTES 1 WEAKENED PLANE JOINTS SHALL BE PLASTIC CONTROL JOINTS OR 112 35 mm DEEP SAW CUTS CONCRETE SAWING SHALL TAKE PLACE WITHIN 24 HOURS AFTER CONCRETE IS PLACED 2 DOWELS FOR CONTACT JOINTS SHALL BE 4 BARS 18 LONG 13M BARS 450 mm LONG 3 ALL EXPOSED CORNERS SHALL BE ROUNDED WITH 12 15 mm RADIUS 4 CONCRETE SHALL BE INTEGRAL WITH CURB UNLESS OTHERWISE SPECIFIED STANDARD PLANS FOR PUBLIC WORKS CONSTRUCTION STANDARD PLAN 1232 SHEET 2 OF 2 1 r E A 83 5 E A EC 83 5 A G o d2 o r RIDGE RIDGE EC 0 O I GF O m R LOW LINE BC FLOW LINE STANDARD APPROACH ANGLED APPROACH SEE NOTE 2 d1 I dZ SECTION AA SECTION BB W ft 8 10 15 20 25 30 W mm 2400mm 3000mm 4500mm 6000mm 7500mm 9000mm d1 ft 033 042 063 083 104 125 MAX 100 mm 125 mm 188 mm 250 mm 313 mm 375 mm d2 ft 017 025 025 025 025 025 MIN 50 mm 75 mm 75 mm 75 mm 75 mm 75 mm NOTES 1 FOR CASE A THE RADIUS OF THE CURB RETURN R IS EQUAL TO THE PARKWAY WIDTH 2 ALLEY INTERSECTION SHALL BE PCC CLASS 520C2500 310C17 6 150 mm THICK CURB SHALL BE INTERGRAL TYPE A 3 ASTERISKS SHOW MAXIMUM GRADES ei STANDARD PLANS FOR PUBLIC WORKS CONSTRUCTION PRW ZAI BY Z STANDARD PLAN PUBMEENBOOKSC ALLEY INTERSECTION 1964 I 13 2 REV 1996 2009 USE WITH STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION SHEET 1 OF 1 CURB AND GUTTER IOVMi CURB FACE I rAW EDGE OF GUTTER SEE NOTE 3 3 PCC ON CMB 0 SEE NOTE OFQFNHWW AC PVMT W2 N L W2 TYPICAL BUS PAD SEE NOTE 2 I SIDEWA W NOTE 11 E E BNG SIDEWALK E E E m E MI SEE NOTE 4 EXISTING CURB AND GUTTER CMB SECTION BB SEE NOTE 3 1TPCC STANDARD PLANS FOR PUBLIC WORKS CONSTRUCTION PROMULGATED BY TIE N PUBLIC STANDARDS INC GRE COMMITTEE d 1231 1BB3 m USE WITH STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION SHEET 1 OF 2 CURB GUATNTDER 34 20 mm Np CMB SEE NOTE 5 SECTION CC STANDARD PLAN NCCROETE BUS PAD REV 1996 2009 AND GUTTER SECTION AA W EE m o EXISTING GUTTER wv WIDTH OR W E 12 N 2 600 mm 00 mm AC PAVEMENT L wp pC EE NOTE 6 PCC JOIN Z I Fx a C w n PVMT AC YF EXISTING CURB m m SEE NOTE 4 CMB CMB SECTION DD SECTION EE SEE NOTE 14 AC VIAT PCC F 1 TO 8 BATTER m CMB SECTION FF NOSE 1 DIMENSIONS UNLESS OTHERWISE SHOWN I L 85 26 m T 8 260 mm W 10 3m B 6 150 mm 2 USE SECTION BB FOR EXISTING CURB AND GUTTER THAT IS TO REMAIN USE SECTION CC FOR NEW CURB AND GUTTER USE SECTION DD FOR EXISTING CURB THAT IS TO REMAIN 3 USE SECTION EE FOR EXISTING AC PAVEMENT USE SECTION FF FOR NEW AC PAVEMENT 4 AT LOCATIONS WHERE PCC PAVEMENT WALL ABUT EXISTING CONCRETE AN EPDXY APPROVED BY THE ENGINEER SHALL BE APPLIED TO THE EXISTING CONCRETE SURFACES PRIOR TO CONCRETE PLACEMENT 5 IF B T IS 2 300 mm 12 CMB CHALL EXTEND UNDER NEW CURB AND GUTTER 6 CONSTRUCT LONGITUDINAL WEAKENED PLANE JOINT TO MATCH ADJOINING EXISTING GUTTER WIDTH OR 2 1600 mm IF NO ADJOINING GUTTER EXISTS 7 USE 2x4 50x100 HEADER TO FORM 31290 mm STEP TOP OF HEADER SHALL BE SET TO LINE AND GRADE 8 ALL EXPOSED PCC CORNERS SHALL BE ROUNDED WITH A 12 15 m RADIUS 9 SURFACE OF CONCRETE SHALL HAVE A ROUGH TRANSVERSE BROOM FINISH 10 WHERE DESIGNATED BY THE ENGINEER UNDESIRABLE SUBGRADE MATERIAL SHALL BE REMOVED AND REPLACED WITH CMB 11 WHERE NEW CURB AND GUTTER IS CONSTRUCTED ADJACENT TO EXISTING SIDEWALK SIDEWALK SHALL BE REMOVED AND REPLACED TO NEAREST SCORELINE 12 CONSTRUCT TRANSVERSE WEAKENED PLANE JOINTS IN BUS PAD PAVEMENT AT APPROX 10 3 m INTERVALS 13 CONSTRUCT TRANSVERSE WEAKENED PLANE JOINTS IN BUS PAD PAVEMENT AT ALL EXISTING CURBCURB GUTTER CONSTRUCTION JOINTS AND WEAKENEDPLANE JOINTS 14 AT THE OPTION OF THE ENGINEER THE EXISTING PAVEMENT MAY BE NEATLY SAWCUT AROUND THE DIMENSIONS OF THE BUS PAD AND CONCRETE POURED DIREC Y USING E EXISTING PAVEMENT AS A FORM THE CONCRETE EDGES SHALL BE ROUNDED WTH A 1 2 15 mm RADIUS STANDARD PLANS FOR PUBLIC WORKS CONSTRUCTION STANDARD PLAN 1312 CONCRETE BUS PAD SHEET 2 OF 2 MIIV E z SAWCUT 0 M I EXISTING I TRANSVERSE JOINT uof 13 F7 900 mm Lu o MIN SAWCUTS PERPENDIIULAR I TO EXISTING JOINTSI EXIST PCC PAVEMENT j NLqOM L AND REPLACEMENT PLAN NIn TRENCH WIDTH n PCC 520A2500 310A17 BACKFILL REPLACEMENT SECTION STANDARD PLANS FOR PUBLIC WORKS CONSTRUCTION Z Q Q E CONCRETE PAVEMENT REPLACEMENT I 132 19 zlo OEV 2005 20DB I V E U z EXCAVATION J 0 w00 I i7 0 z Z YT I j PIR MULGA v BY i E STANDARD PLAN PB IMM AR IXiEENBO COMMITTEE 3 USE WITH STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION SHEET 1 OF 2 NOTES 1 THE EXTENT OF REPAIRS FOR CONCRETE CUTS NOT SHOWN ON THIS STANDARD OR CUTS MADE WITHIN 3 900 mm OF EXISTING PATCHES CRACKS OR DETERIORATED SLABS SHALL BE DETERMINED BY THE ENGINEER 2 CONCRETE PAVEMENT SHALL BE REMOVED PER SSPWC 30013 3 BACKFILL AND DENSIFICATION SHALL CONFORM TO SSPWC 30613 4 TEMPORARY RESURFACING SHALL BE PLACED PER SSPWC 306 151 STANDARD PLANS FOR PUBLIC WORKS CONSTRUCTION STANDARD PLAN CONCRETE PAVEMENT REPLACEMENT 1323 SHEET 2 OF 2 TRENCH WIDTH EXISTING AC PAVE CASE I WITHOUT BASE TRENCH WIDTH EXISTING AC PAVE EXISTING BASE FILL TRENCH WIDTH cAC PAVEMENT EXISTING AC PAV T T EXISTING PCC PAVEMENT IC d PCC PAVEMENT 520A2500 d 310A17 C 1 25 mm MIN X BACKFILL CASE III AC PVMT ON PCC PVMT STANDARD PLANS FOR PUBLIC WORKS CONSTRUCTION BY PROMULGATE ASPHALT CONCRETE PAVEMENT STANDARD PLAN SO RDB INC PUBLIGCREWEONRBOKSOKCBBCOOMMIAMIITIEOE REPLACEMENT I 1333 REV 2500 2009 USE WITH STANDARD SPECIFlCATIONS FOR PUBLIC WORKS CONSTRUCTION SHEET 1 OF 2 CASE II WITH BASE NOTES 1 BACKFILL AND DENSIFICATION SHALL CONFORM TO SSPWC 30613 3 TEMPORARY RESURFACING SHALL BE PLACED PER SSPWC 306 151 STANDARD PLANS FOR PUBLIC WORKS CONSTRUCTION STANDARD PLAN ASPHALT CONCRETE PAVEMENT 1333 SHEET 2 OF 2 FINISHED EDGES 600 mm TIE BARS ADJACENT LANE CONTACT JOINT WITH KEYWAY AND TIE BAR 125 mm E E E E E N E Mn T4Lo METAL OR WOODEN INSERT TO BE I PLACED ON FORMS EE CONCRETE FORM LoKEYWAY INSERT DETAIL NOTES 1 LONGITUDINAL JOINTS SHALL BE LOCATED AS SHOWN ON PLAN CONTACT OR WEAKENED PLANE JOINTS MAY BE USED AT THE CONTRACTORS OPTION 2 TRANSVERSE WEAKENED PLANE JOINTS SHALL BE CONSTRUCTED AT INTERVALS OF 15 4500 mm AND SHALL BE AT LEAST 5 1500 mm FROM ANY TRANSVERSE CONTACT JOINT SEE NOTE 5 3 TRANSVERSE CONTACT JOINTS SHALL BE CONSTRUCTED AS SHOWN HEREON AT ALL CONSTRUCTION JOINTS AND AS DIRECTED BY THE ENGINEER 4 SPACE TIE BARS AT 36 900 mm ONCENTER FOR TRANSVERSE JOINTS AND 45 1200 mm FOR LONGITUDINAL JOINTS PLACE IN MIDDLE THIRD OF SLAB 5 SEE SSPWC 30265 FOR DETAILS ON CONCRETE PAVEMENT JOINTS 6 CONSTRUCT CONTACT JOINTS IN THE APPROACH SLABS AT THE FIRST THREE TRANSVERSE JOINTS OF CONCRETE INTERSECTIONS STANDARD PLANS FOR PUBLIC WORKS CONSTRUCTION PROMULGATED BY T1E STANDARD PLAN PMBL GERNBEBROGOK OCAGCMMOITRTMEE EN CONCRETE PAVEMENT JOINT DETAILS 1234 iBBO REV 1BBB 2009 USE WITH STANDARD SPECIFICATIONS FOT PUBLIC WORKS CONSTRUCTION SHEET 1 OF 1 SEE KEYWAY INSERT DETAIL Y225WX LLENGTH OF TAPER WMAXIMUM OFFSET DISTANCE XDISTANCE ALONG BASE LINE YOFFSET FROM BASE LINE L ft m DISTANCE X L 12 INCREMENTS ft m 60 5 10 15 20 25 30 35 40 45 50 55 60 0108 510 030 540 060 570 090 150 0102 1503 0105 1506 0108 72 6 12 18 24 30 36 42 48 54 60 66 72 2601 810 630 450 270 090 180 1602 1404 1206 0108 1809 2601 90 57 15 252 30 357 45 552 60 657 75 852 90 0207 225 540 785 090 1215 1503 175 0108 205 2502 2745 0207 120 10 20 30 40 50 60 70 80 90 100 11O 120 0306 030 060 090 0102 0105 0108 0201 0204 0207 030 0303 0306 150 152 25 357 50 652 75 857 100 1512 125 1537 150 0405 735 570 1215 0105 1758 2502 256 030 3735 3507 2415 0405 IN mfmt OFFSET Y ft mm 10 106 002 411 520 735 050 265 570 1 589 398 894 010 3000 47 188 422 750 1125 1500 1875 2250 2578 2812 2953 3000 11 107 609 515 725 143 550 868 285 495 1301 1803 0101 3300 51 206 464 825 1238 1650 2063 2475 2836 3094 3249 3300 12 109 705 619 030 540 060 570 090 1301 1215 181 0102 3600 56 225 506 900 1350 1800 2250 2700 3094 3375 3544 3600 19 300 119 627 745 173 590 1818 1245 1336 1817 1708 0109 5700 89 356 802 1425 2850 4275 4898 5344 5611 5700 20 301 215 821 050 570 010 1502 0105 179 1758 169 020 6000 94 375 844 1500 2250 3000 3750 4500 5156 5625 5906 6000 21 303 311 925 255 878 150 13 175 0158 169 2607 0201 6300 98 394 886 1575 2363 3150 3937 4725 5414 5906 6202 6300 22 304 318 039 550 285 0101 1735 1506 1918 2602 2616 0202 6600 103 412 928 1650 2475 3300 4125 4950 5672 6188 6497 6600 NOTE TO DETERMINE OFFSET DISTANCE FOR ANY LENGTH OF TAPER USE THE FORMULA Y225W FOR THE PORTIONS AB AND CD WHICH ARE PARABOLIC CURVES THE PORTION BC IS A TANGENT WHEN THE BASE LINE IS CURVED THE OFFSETS ARE APPLIED TO THE CURVED BASE LINE AND BC IS NO LONGER A TANGENT STANDARD PLANS FOR PUBLIC WORKS CONSTRUCTION PRUMULGAIEU BY 1HE STANDARD PLAN PUBL KEmB1TrANAMUCMA MEDIAN TAPER I 1403 198 REV 1992 1996 2009 USE WITH STANDARD SPECIFICA710N5 FOR PUBLIC WORKS CONSTRUCTION SHEET 1 OF I L LENGTH OF FLARE IN MAXIMUM OFFSET DISTANCE Y WX2 X DISTANCE ALONG BASE LINE L Y OFFSET FROM BASE LINE TAN 0 2W T TANGENT LENGTH L R RADIUS OF NOSE 0 MAXIMUM FLARE DEFLECTION ANGLE T R TAN e OFFSET Y ft mm IF STATION OF RADIUS POINT IS NOT GIVEN ON PLAN TANGENT DISTANCE T MAY BE IGNORED STAPFOR PUBLIC WORKS CONSTRUCTION aROMULCnIEO BY THE X ft m L ft W ft 10 15 20 25 30 40 45 USE WITH STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION 60 70 75 80 90 100 Lm mm 03 45 06 57 09 102 153 105 108 201 252 204 207 300 WL15 25 5 080 180 320 500 75 1500 240 540 960 10 0 50 10 400 900 610 520 630 460 180 010 105 3000 120 270 480 750 1080 1920 2430 3000 W L 110 50 5 020 045 080 125 180 320 405 500 105 1500 60 135 240 375 540 960 1215 1500 100 10 100 203 400 603 900 610 023 520 630 940 653 460 180 010 300 3000 30 68 120 188 270 480 608 750 1080 1470 1688 1920 2430 3000 W L 115 45 3 015 033 059 093 133 237 300 153 900 44 100 178 278 400 711 900 75 5 009 020 036 056 080 142 180 222 320 436 500 252 1500 27 6D 107 167 240 427 540 667 960 1307 1500 90 6 007 017 030 046 067 119 150 185 267 363 417 474 600 207 1800 22 50 89 139 200 356 450 555 800 1089 1250 1422 jj800 STANDARD PLAN RBU MMIM GREENBO 199BOOMMITIEE MEDIAN FLARE I 1241 REV 1996 2009 SHEET 1 OF 1 INLET PER CASE I II OR RW LINE N4 100 mm CIP 112 35 mm MIN CLEAR WALK SEENOTE477 3 10M BAR mmY RW I OPRIP MAX SLOPE 1 I HINGE COVER AT TOP OF FRAME RECTANGULAR FRAM AND COVER PER SPPWC 152 I SEE NOTE 1 10 mm 150 mm TYP I TRANSITION STRUCTURE SECTION RW I FRAM1FE 2GR5ATEmNmOTMEIN 9 kI600 mm CURB LINE FwJ A Z waa PLAN d 10M EXPANSION 21265 mm MIN FOR 6 150 mm 7 175 mm CF 31290 mm MIN FOR 8 200 mm CF RW PARKWAY WIDTH PER IMPROVEMENT PLAN TC LINE FINISHED PARKWAY GRADE PCC WALK 8 200 mm OF NOTE 4 175 mm OR PCC WALK 6 150 mm CF NOTE 4 200 mm OF GALV WIRE FABRIC NOTE 10 I z 3 10M BARSI1 OPEN DITCH PER IMPROVEMENT OR GRADING PLAN LI 25 mm CASE III INLET GRADED DITCH SECTION 18 TC LINE n 0 mm EANS mm m AFL J1210 mJm 4 0 00 mm CLEAR CIP NOTE APPLIES TO ANY NUMBER OF PIPES E CW ROFILE 8 200 mm CURB FACE DSETAEILS I 1500 m1 00 m I TOP OF y3 IO BA 65 mm 15 m EXPANSION I Z EXPAN MITI JOIN T E JOINT m GUTTER TO MATCH EXISTING SECTION AA 12 10 mm CLEA 100 mm CIP NOTE APPLES TO ANY NUMBER OF PIPES Z TOPOFCURB LINE SHOWN ON ON PROFILE CURB PROFILE 6 150 mm CURB FACE STANDARD PLANS FOR PUBLIC WORKS CONSTRUCTION STANDARD PLAN PROMULWIFD BY 1HE PUBLIGCREWFONRBKOSq BCOTMMAITMTEE INC CURB DRAIN 1503 884 REV 1882 1998 2009 USE WITH STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION I SHEET 1 OF 2 6 FLOW 6 i 0 SmEEmCURB 15 mm PROFILES EG BELOWI RIGHT NOTESIF THE TOP OF SLOPE IS ALLOWED WITHIN THE RW INLET CASE I BEGINS AT THE TOP RATHER THAN THE RW LINE 2 FOR OPEN DITCH CASE INLET III THE 24 600 mm EXTENSION BEYOND THE RW LINE IS NOT REQUIRED WHEN BACK OF WALK IS 24 600 mm OR MORE FROM THE RW LINE HOWEVER PIPE SHALL EXTEND TO RW LINE 3 TOP OF INLET STRUCTURE CASE I AND II TO BE FLUSH WITH ADJACENT SURFACE WHERE PRACTICAL 4 CONSTRUCT PCC WALK WHEN SPECIFIED ON PLANS THE CONTRACT PRICE PAID FOR PCC WALK ITEM SHALL INCLUDE WALK CONSTRUCTED IN CONJUNCTION WITH PARKWAY CULVERT 5 N EQUALS NUMBER OF PIPES MAXIMUM OF THREE AS SPECIFIED ON PLANS 6 INLET CASE TO BE SPECIFIED ON PLANS 7 ANGLE A EQUALS 0 UNLESS OTHERWISE SPECIFIED 8 TYPE DIMENSIONS AND ELEVATONS OFPC CURB AND GUTTER PER PLANS 9 UNLESS OTHERWISE SPECIFIED FRAME AND GRATE FOR CASE II INLET SHALL BE GALVANIZED CAST IRON WEIGHT OF FRAME AND GRATE SHALL BE 80 LBS 36 kg 10 AT LOCATIONS WITH LESS THAN 8 200 mm CURB FACE USE 6x610 152x1521M1xMWW99 GALVANIZED WIRE FABRIC WIRE FABRIC SHALL EXTEND 8 200 mm BEYOND THE EDGE OF CAST IRON PIPES B SPACES 158 24 mm 7 BARS 58 16 mm 2 OUTSIDE BARS 7 8 22 mm OVERALL 14 356 mm EaEmEo 0 0 0 0 0 0 0 0 m J 00000000 NmJ m0Q0WQnK O 0 0 0 0 O O O O Ny100 NNN TOP OF GRATE DPEN AREA 52 E E M v LI I 13 x 13 330 mm x 330 mMA 17 x 17 432 mm x 432 mm SECTION THRU FRAME GRATE FOR CASE II INLET STANDARD PLANS FOR PUBLIC WORKS CONSTRUCTION STANDARD PLAN CURB DRAIN 1503 SHEET 2 OF 2 EEEE INLET INLET TYPE 2 1 TYPE 1 n 10 BAR 250 0 58 16 mm zo t7 B In DETAIL OF ANCHOR CURB FACE FL POINT M POINT N PLAN TOP OF 10 3000 mm TC GRADE LINE AS SHOWN ON PROFILE FL POINT M POINT N PROFILE S INCHES mm J BAR SPACING 12 300 7 240 18 450 7 240 24 600 7 240 30 750 7 240 36 900 7 240 42 1050 6 210 48 1200 5 180 54 1350 6I 2 225 60 1500 5 180 66 1650 4 180 72 1800 31 2 120 FOR S 30 750 mm AND LESS USE 2 ANCHORS OTHERWISE USE 3 ANCHORS 1 0 FOR 5 48 1200 mm AND LESS 10 mm B 3 75 mm USE 212x823 654514 GALVANIZED STEEL ANGLE OTHERWISE B 4 100 UmSmE 3x1x113122 89x76x127 GALVANIZED STEEL ANGLE J BARS ARE 3 10M INLET TYPE 1 FACE POINT P POINT 10 3000 mm TOP OF CURB FL POINT P POINT Q GALVANIZED STEEL SIDEWALK ANGLE FINISH BATTER 312 rSEF NOTE B MIN 200 mm 15D mm IGUTTER TO MATCH SECTION AA EXISTING Fl E 4 llp E S 6 0 mm n 150 mm m J BARS E E t ov E 0 SECTION BB STANDARD PLANS FOR PUBLIC WORKS CONSTRUCTION STANDARD PLAN PROMULGATED BY THE PUBUO WORKS STANDARDS INC GREEN1900K COMMITTEE PARKWAY DRAIN 1993 1 51 L REV 1998 2009 USE WITH STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION I SHEET 1 OF 2 corn Tlnni SECTION INLET TYPE 2 NOTES 1 FLOOR OF BOX SHALL BE TROWELED SMOOTH 2 IF THE TOE OF SLOPE IS ALLOWED WITHIN THE RW INLET TYPE 1 BEGINS AT THE TOE RATHER THAN AT THE RW LINE 3 FOR OPEN DITCH TYPE 2 THE 24 600 mm EXTENSION BEYOND THE RW LINE IS NOT REQUIRED WHEN BACK OF WALK IS 24 600 mm OR MORE FROM THE RW LINE HOWEVER THE PIPE SHALL EXTEND TO THE RW LINE IN ANY EVENT 4 TOP OF INLET STRUCTURE TYPE 1 2 SHALL BE FLUSH WITH ADJACENT SURFACE WHERE PRACTICAL 5 A HEADED STEEL STUD 58 x 638WITH A 1 HEAD 16 x 160 mm 25 mm HEAD ATTACHED BY A FULL PENETRATION BUTT WELD MAY BE USED AS AN ALTERNATE ANCHOR 6 NORMAL CURB FACE AT POINT M AND Q CURB FACE IS B 5 125 mm AT POINT N AND P 7 THE 3 75 mm LEG OF THE 58 16 mm DIA ANCHORS SHALL BE PARALLEL TO THE TOP OF SIDEWALK 8 SLOPE 20 STANDARD PLANS FOR PUBLIC WORKS CONSTRUCTION PARKWAY DRAIN SHEET2 TREAD ON COVER AND FRAME SEE NOTE 2 II G C 1 18 x 14 x 1 D 3 mm x 5m x 25 mm PAD IN EACH ORNER 38 10 mm RIB IN EACH C PLAN El PROMULGATED BY THE STANDARD PLAN SECTION C RECTANGULAR FRAME AND COVER I RE 1993 J L REV 11 2009 mN E DIA I SECTION EE STANDARD PLANS FOR PUBLIC WORKS CONSTRUCTION PUBLIC so BTAM I GR KC8O9M6 M2RECITANTGULAR FTRAME ANED COVERE152 USE WITH STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION SHEET 1 OF 2 SECTION BB 4 HOLB SECTION AA SECTION DD SECTION FF NOTES 1 FRAME AND COVER SHALL BE CAST IRON 2 A PLAIN 14 6 mm BORDER SHALL BE TYPICAL FOR ALL BORDERS ON FRAME AND COVER 3 ALL CASTING RADII SHALL BE 14 6 mm UNLESS OTHERWISE SHOWN 4 WEIGHT OF FRAME AND COVER SHALL BE 43 LBS 159 kg 5 USE ONE 38 16x1 STAINLESS STEEL SOCKET CAP SCREW APPLY HIGH ADHESIVE OPEN GEAR GREASE TO THREADED PORTION PRIOR TO INSERTION 6 USE 4 x 4 102 mm x 102 mm CAST ALUMINUM LINK HINGE WITH SST PIN FOR 180 OPENING STANDARD PLANS FOR PUBLIC WORKS CONSTRUCTION STANDARD PLAN 1522 RECTANGULAR FRAME AND COVER SHEET 2 OF 2 INSTALL MANHOLE FRAME PROPOSED GRADE OR AND COVER SEE NOTE 1C TOP OF MANHOLE D 12 300 mm MIN z I II 12 15 mm m 24 610 mm MAX I II CEMENT PLASTER USE WITH STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION E IL EXISTING NOTE 2A S D m Si II MANHOLE m z ISEE MOR v w 0z I I n 1 BRCIWSTOINRGK EXISTING II T I II MANHOLEJj III II I I II rIL pl I Iq II I I II II I I II II I I II II I I II II I I II II I I I II IL I J INSTALL MANHOLE FRAME AND PROPOSED GRADE OR COVER SEE NOTE 1C TOP OF MANHOLE EXISTING GRADE OR D TOP OF EXISTING SEE NOTE 1B MANHOLE TT d a REMOVE EXISTING BRICKWORK TO AN ELEVATION AT WHICH INSIDE DIAMETER OF EXISTING MANHOLE IS NOT LESS THAN 30 750 mm 11 ILA 11 1 1 z a 1I 11 E I1I I 1 I E E son zo Mn I I I I w II IMI I I I I vII II I I I I I I I IEXISTING Lt 1J MANHOLE rt q p T I I I I LL 1J RAISING EXISTING PRECAST CONCRETE SEWER MANHOLES EXISTING GRADE OR TOP OF EXISTING MANHOLE RAISING EXISTING BRICK MANHOLES EXISTING GRADE OR TOP OF EXISTING MANHOLE PROPOSED GRADE OR Fr TOP OF MANHOLE RECONSTRUCT BRICKWORK 40 1 m MIN INSTALL MANHOLE FRAME AND COVER SEE NOTE 1C TOP OF EXISTING BRICKWORK E REMOVE EXISTING 11 E BRICKWORK TO AN iG o ELEVATION AT 111 2 WHICH UPPER 11 PORTION OF 11 MANHOLE CAN BE RECONSTRUCTED 1 ON A TAPER NOT 1 TO EXCEED TWO HORIZONTAL TO FIVE VERTICAL J LOWERING EXISTING BRICK MANHOLES LOWERING EXISTING PRECAST CONCRETE SEWER MANHOLES BRICK MANHOLES PRECAST CONCRETE SEWER MANHOLES STANDARD PLANS FOR PUBLIC WORKS CONSTRUCTION PROMULGATED BY 1HE I o 1 PUB STANOARO ING GIEEINB1O984COMMITTEE SEWER MANHOLE ADJUSTMENT w EE STANDARD PLAN tor REV 1998 2009 I VL1 SHEET 1 OF 3 PROPOSED GRADE OR INSTALL MANHOLE TOP OF MANHOLE FRAME AND COVER M M SEE NOTE 1c S8EE NOTE 1LB 1 I 1 1 I I I 1 1 I 1 1 RR0P0M0z I I I I I 1 I I I I I I EXISTING LL I1J NOTES GENERAL A EXCEPT AS INDICATED HEREON OR ON THE PLANS MANHOLES SHALL CONFORM TO SPPWC 200 PRECAST CONCRETE SEWER MANHOLE AND SPPWC 203 BRICK SEWER MANHOLE B DIMENSION D SHALL BE THE SAME AS THE SIZE OF MANHOLE FRAME AND COVER TO BE USED C THE CONTRACTOR MAY REUSE THE EXISTING MANHOLE FRAME AND COVER UNLESS DAMAGED DURING THE WORK OR WHEN OTHERWISE SHOWN IN THE CONTRACT DOCUMENTS ITEMS DAMAGED BY THE CONTRACTOR SHALL BE REPLACED WITH IDENTICAL NEW ITEMS AT NO EXPENSE TO THE AGENCY D EXISTING STEPS LOCATED WITHIN REMOVAL LIMITS SHALL BE REPLACED WHEN REMOVAL OF EXISTING STEPS BEYOND THE MANHOLE REMOVAL LIMITS IS SHOWN ON THE PLANS THE STEPS SHALL BE REMOVED TO A DEPTH OF 2 50 mm BEYOND THE INSIDE FACE OF THE BRICK MANHOLE AND THE HOLES SHALL BE FILLED WITH CLASS D MORTAR 2 RAISING EXISTING BRICK MANHOLES A BRICK MANHOLES TO BE RAISED LESS THAN 1 300 mm MAY BE EXTEND VERTICALLY PROVIDED THAT AT A DEPTH OF 2 12 750 mm BELOW THE TOP OF THE MANHOLE AT ITS NEW ELEVATION THE INSIDE DIAMETER OF THE MANHOLE IS 30 750 mm OR GREATER B BRICK MANHOLES TO BE RAISED LESS THAN 3 12 90 mm MAY BE RAISED BY APPLYING CLASS D MORTAR TO THE TOP OF THE EXISTING BRICKWORK IF THE BRICK MANHOLE IS TO BE RAISED 3 12 90 mm OR MORE A NEW COURSE OR COURSES OF BRICKWORK SHALL BE PLACED ON TOP OF THE EXISTING BRICKWORK 3 LOWERING EXISTING BRICK MANHOLES A WHERE A BRICK MANHOLE IS TO BE LOWERED LESS THAN 1 300 mm THE FRAME MAY BE RESET ON THE EXISTING BRICKWORK AND THE 40 1 m MINIMUM BRICKWORK RECONSTRUCTION OMITTED PROVIDED THAT THE BASE OF THE FRAME DOES NOT OVERHANG THE BRICKWORK ON THE INSIDE SURFACE OF THE MANHOLE MORE THAN AN AVERAGE OF 1 12 35 mm IN ANY QUADRANT NOR MORE THAN 2 50 mm AT ANY POINT 4 RAISING EXISTING PRECAST CONCRETE SEWER MANHOLES A PRECAST CONCRETE MANHOLES TO BE RAISED LESS THAN 3 75 mm MAY BE RAISED BY APPLYING CLASS D MORTAR TO THE TOP OF THE EXISTING MANHOLE PROVIDED THE TOTAL HEIGHT OF MORTAR EXISTING AND NEWLY APPLIED DOES NOT EXCEED 3 75 mm B WHERE THE PRECAST CONCRETE MANHOLE IS TO BE RAISED 3 75 mm OR MORE MORE OR WHERE THE TOTAL HEIGHT OF MORTAR EXISTING AND NEWLY APPLIED WOULD EXCEED 3 75 mm GRADE RINGS SHALL BE UTILIZED CLASS D MORTAR MAY BE USED FOR FINAL ADJUSTMENT BUT NOT MORE THAN 3 75 mm IN HEIGHT WHERE RAISING THE MANHOLE WOULD RESULT IN THE UPPER SEGMENT OF THE SHAFT BEING MORE THAN 30 750 mm IN HEIGHT REMOVE THE REDUCER AND THE UPPER SEGMENT OF THE SHAFT INSTALL ADDITIONAL RINGS OR PIPE TO THE LOWER SEGMENT OF THE SHAFT AND REINSTALL THE REDUCER AND GRADE RINGS AS REQUIRED STANDARD PLANS FOR PUBLIC WORKS CONSTRUCTION STANDARD PLAN 2052 SEWER MANHOLE ADJUSTMENT SHEET 2 OF 3 5 LOWERING EXISTING PRECAST CONCRETE SEWER MANHOLES A REMOVE SUFFICIENT GRADE RINGS TO LOWER THE MANHOLES AS REQUIRED APPLY CLASS D MORTAR TO A HEIGHT NOT EXCEEDING 3 75 mm FOR ADJUSTMENT TO FINAL GRADE B WHERE REMOVAL OF GRADE RINGS WOULD RESULT IN THE UPPER SEGMENT OF THE SHAFT BEING LESS THAN 12 300 mm IN HEIGHT REMOVE THE REDUCER AND SUFFICIENT SECTIONS OF THE LOWER SEGMENT OF THE SHAFT AND REINSTALL ANY NECESSARY SEGMENT OF THE LOWER SHAFT THE REDUCER AND THE GRADE RINGS TO CONFORM TO THE REQUIREMENTS OF THIS PLAN C EXISTING GRADE RINGS NEED NOT BE REMOVED IF EXISTNG MORTAR IS REMOVED AND AT LEAST 1 12 35 mm OF MORTAR MAY BE PLACED ON TOP OF THE EXISTING GRADE RINGS TO RESEAT THE FRAME 6 REPLACEMENT OF BRICK REDUCER WITH PRECAST CONCRETE REDUCER AND SHAFT UNLESS OTHERWISE INDICATED ON THE PLANS THE CONTRACTOR MAY INSTALL A PRECAST CONCENTRIC CONCRETE REDUCER CONCRETE GRADE RINGS AND CONCRETE PIPE IN LIEU OF RECONSTRUCTING A BRICK REDUCER PROVIDED A THE MAXIMUM ID OF SEWER PIPE CONNNECTED TO THE MANHOLE MANHOLE DOES NOT EXCEED 8 200 mm B THE CONTRACTOR SECURES PRIOR APPROVAL FROM THE ENGINEER TO INSTALL THE CONCENTRIC REDUCER ONTO THE MANHOLE SHAFT THE ENGINEER MAY AS PART OF THE INSTALLATION REQUIREMENTS REQUIRE THE CONTRACTOR TO COAT THE INSIDE OF THE REDUCER RINGS AND PIPE WITH AN APPROVED COATING C THE CONCRETE GRADE RINGS THE CONCRETE REDUCER AND ANY CONCRETE PIPE SHALL BE JOINED TOGETHER AND BEDDED ONTO THE EXISTING BRICK MANHOLE WITH CLASS D MORTAR THE DEPTH WIDTH AND THICKNESS OF THE MORTAR SHALL BE OF SUFFICIENT DIMENSIONS TO PROPERLY AND ADEQUATELY JOIN AND BED THE COMPONENT PARTS STANDARD PLANS FOR PUBLIC WORKS CONSTRUCTION STANDARD PLAN 2052 SEWER MANHOLE ADJUSTMENT SHEET 3 OF 3 NOTES 1 IN CASES WHERE THE CONTRACTOR IS UNABLE TO PLACE THE MONUMENT SUCH AS CONFLICTS WITH UNDERGROUND UTILITIES THE CONTRACTOR SHALL NOTIFY THE ENGINEER FOR REVIEW CONFIRMATION AND APPROVAL OF THE DELETION 2 NOTIFY USA TO MARK UTILITIES 48 HOURS PRIOR TO EXCAVATION 3 PAVEMENT SHALL BE CORE DRILLED WITH AN 180 DIAMOND BIT JACK HAMMERING OF PAVEMENT WILL NOT BE PERMITTED 4 30 DOMED CONCRETE MARKER BERNTSEN C35D OR APPROVED EQUAL 80 GALVANIZED SLEEVE 80 SCH A0 PVC PIPE AND 100 MONUMENT COVER SHALL BE SUPPLIED BY THE CONTRACTOR 10 0 MONUMENT COVER SEE PAGE 2 OF 2 CONCRETE PAVEMENT PLACE ASPHALTIC 1 MIN2 MAX EXISTING ASPHALTIC CONCRETE PAVEMENT WHERE APPLICABLE 80 GALVANIZED SLEEVELONG SEE NOTES 80 SCH 40 PVC PIPE12 LONG SEE NOTES 3 J2 0 DOMED CONCRETE MARKER SEE PAGE 2 OF 2 PC 560C3250 EXIST NATIVE SOIL REMOVE LOOSE MATERIAL AND HAND TAMP 6 SURVEY WELL MONUMENT COVERS SHALL BE ADJUSTED FLUSH TO NEW FINISHED PAVEMENT SeURFACE 7 CITY OF ROSEMEAD SURVEY SECTION SHALL BE NOTIFIED FIVE 5 WORKING DAYS PRIOR TO CONTRACTOR INSTALLING SURVEY WELL MONUMENT 8 AFTER CONTRACTOR HAS INSTALLED SURVEY WELL MONUMENT CITYOF ROSEMEAD SURVEY SECTION WILL COMPLETE CHISEL PUNCHING THE DOMED CONCRETE MARKER 5 3z0 DOMED CONCRETE MARKER SHALL BE SETADJUSTED WITH A TOLERANCE OF 112 OFF THE CENTERLINE POINT MONUMENT COVER Ta P Y 0 PUBLIC WORKS MONU I SENT R1 ENGINEERING y Leicering R21ie 10 3581 58 LIP II 2 OFF 766 Section AA DOMED CONCRETE MARKER OF HOcz RKS ENG 1J2 3 J 1 1 BERN SEN C35D 3 DOMED CONCRETE MARKER ALUMINUM OR APPROVED EQUAL 2 LETTERING MUST BE THE SAME IN FONT AND S17E APRANGEMENT MUST BE AS SHOWN 3 MARKERS OTHER THAN BERNISEN ARE SUBJECT TO APPROVAL BY THE CITY ENGINEER