Loading...
HomeMy WebLinkAbout2020-06-09 - AGENDA REPORTS - 2019-20 OVERLAY AND SLURRY SEAL PGM, PROJ M0131 - (2)O Agenda Item: 9 P CITY OF SANTA CLARITA AGENDA REPORT CONSENT CALENDAR CITY MANAGER APPROVAL:1 DATE: June 9, 2020 SUBJECT: 2019-20 OVERLAY AND SLURRY SEAL PROGRAM, PROJECT M0131 - APPROVE PLANS AND SPECIFICATIONS AND AWARD CONSTRUCTION CONTRACTS DEPARTMENT: Public Works PRESENTER: Damon Letz RECOMMENDED ACTION City Council: 1. Approve plans and specifications for the 2019-20 Overlay portion, Project M0131. 2. Approve plans and specifications for the 2019-20 Slurry Seal portion, Project M0131. 3. Award the 2019-20 Overlay construction contract to Toro Enterprises Inc., in the amount of $4,109,315.19 for base bid construction, authorize an expenditure in the amount of $4,523,604.16 for alternate street bids construction, and authorize a contingency in the amount of $2,263,291.94 for a total contract amount not exceed $10,896,211.29. 4. Award the 2019-20 Slurry Seal construction contract to Pavement Coatings Co., in the amount of $555,273.14 for base bid construction, authorize an expenditure in the amount of $419,182.55 for alternate street bids construction, and authorize a contingency in the amount of $1,097,445.57 for a total contract amount not exceed $2,071,901.26. 5. Authorize an expenditure in the amount of $727,595 for base bid services, authorize an expenditure in the amount of $434,403 for alternate street proposals services, and authorize contingency in the amount of $116,200, for a total amount of $1,278,198 to Twining, Inc., for a professional services contract to provide project inspection, materials testing, and construction management support for the Overlay, Federal Overlay, and Slurry Seal projects. 6. Extend the current contract and authorize an increased expenditure authority for construction support services with Pavement Engineering, Inc., in the amount of $148,500. Page 1 Packet Pg. 71 O 7. Authorize the transfer of project savings from the 2017-18 Overlay and Slurry Seal Program, Project M0124 and the 2018-19 Overlay and Slurry Seal Program, Project M0128 to the 2019-20 Overlay and Slurry Seal Program, Project M0131 in the following amounts: • $229,000 of Transportation Development Act (TDA) Article 8 funds in expenditure account M0124233-5161.001 and appropriate to expenditure account M0131233- 5161.001. • $10,129 of Gas Tax funds in expenditure account M0128230-5161.001 and appropriate to expenditure account M0131230-5161.001. • $69,869 of Miscellaneous Grant funds (CalRecycle) in expenditure account M0128259- 5161.001 and appropriate to expenditure account M0131259-5161.001. • $978,155 of Measure R Local Return funds in expenditure account M0128264-5161.001 and appropriate to expenditure account M0131264-5161.001. • $83,000 of Senate Bill 1 (SB1) funds in expenditure account M0128267-5161.001 and appropriate to expenditure account M0131267-5161.001. • $54,770 of General Fund -Capital in expenditure account M0128601-5161.001 and appropriate to expenditure account M0131601-5161.001. 8. Authorize the City Manager or designee to execute all documents, subject to City Attorney approval. BACKGROUND The annual overlay and slurry seal projects are an integral part of the City of Santa Clarita's (City) Pavement Management Program. Each year, streets are evaluated and identified for the need for pavement preservation and rehabilitation treatments. The 2019-20 Annual Overlay and Slurry Seal Program will resurface streets, seal cracks, and coat the surface of streets in various areas of the City (see attached projects street lists). These treatments will provide a smoother ride for vehicles and extend the life of the roadway by 3-15 years, depending on the type of treatment applied. This project supports the Santa Clarita 2020 theme of Sustaining Public Infrastructure. This year's projects are expected to begin construction in June 2020 and will be completed by the end of October 2020. This year's 2019-20 Annual Overlay and Slurry Seal Program is divided into three projects, Overlay, Federal Overlay, and Slurry Seal, that will work concurrently to maximize the work being done during the summer season. The Federal Overlay project is anticipated to be awarded at a later date. Solicitation Process for the Overlav Proiect For the Overlay project, an invitation to bid was prepared and published twice, on April 9 and 16, 2020, and was posted on the City's website. Two bids were submitted to the City and opened by Purchasing on May 8, 2020. The results of the bids are shown below: Page 2 Packet Pg. 72 O Company Location Total Bid Toro Enterprises, Inc. Oxnard, CA $8,632,919.35 Sully -Miller Contracting Company Brea, CA $9,965,000.00 Staff recommends awarding the construction contract for the Overlay project to Toro Enterprises, Inc., the lowest responsive bidder, in the amount of $4,109,315.19 for the base bid, authorize an expenditure of $4,523,604.16 for the alternate street bids, and authorize a contingency in the amount of $2,263,291.94, for a total not to exceed $10,896,211.29. The contractor possesses a valid state contractor's license and is in good standing with the Contractors State License Board. The bid from Toro Enterprises, Inc., was reviewed for accuracy and conformance to the contract documents and found to be complete. Solicitation Process for the Slurry Seal Project For the Slurry Seal project, an invitation to bid was prepared and published twice, on April 9 and 16, 2020, and was posted on the City's website. Three bids were submitted to the City and opened by Purchasing on May 8, 2020. The results of the bids are shown below: Company Location Total Bid Pavement Coatings Co. Jurupa Valley, CA $974,455.69 VSS International, Inc. Sacramento, CA $1,335,035.00 C.A. Rasmussen, Inc. Valencia, CA $8,731,263.66 C.A. Rasmussen, Inc., submitted their bid incorrectly to the Slurry Seal project bid opening. It was their intention to submit their bid to the Overlay project bid opening. Although their bid was submitted incorrectly, the total bid amount was still higher than the lowest bidder for the Overlay proj ect. Staff recommends awarding the construction contract for the Slurry Seal project to Pavement Coatings Co., the lowest responsive bidder, in the amount of $555,273.14 for the base bid, authorize an expenditure of $419,182.55 for alternate street bids, and authorize a contingency in the amount of $1,097,445.57 for a total not to exceed $2,071,901.26. The contractor possesses a valid state contractor's license and is in good standing with the Contractors State License Board. The bid from Pavement Coatings Co., was reviewed for accuracy and conformance to the contract documents and found to be complete. While the City maintains a Support of Local Businesses policy that can be utilized by the City Council when warranted, the City is governed by the California Public Contract Code with regard to public works project procurement. In this type of procurement, the California Public Contract Code does not permit a city to utilize a Support of Local Businesses policy and instead requires the contract be awarded to the lowest responsive bidder. The demand for paving work is high as a result of Senate Bill 1 funding. The requested contingencies will allow the City to develop a larger Pavement Management Program and include additional street resurfacing requests during the construction process. By adding backlogged streets to this year's Pavement Management Program, the City will benefit by Page 3 Packet Pg. 73 O scheduling these additional streets at the current bid prices, while completing the project in a timely manner. The contingencies requested will cover costs associated with unforeseen site conditions, such as potential utility conflicts and abandoned utilities not shown in record drawings, as well as change order requests made by the contractor. Solicitation Process for Material Testing and Inspection Services for Overlay, Federal Overlay, and Slurry Seal Projects To ensure efficient and proper procedures in construction inspection and materials testing, costs for these services were anticipated and identified in the original budget, and a Request for Proposal (RFP) was posted on the City's online bid site, bidnetdirect.com, on April 13, 2020. The RFP asked firms to identify their relevant experience in similar projects and demonstrate their approach to this project. The City received proposals from five firms on May 11, 2020. Staff reviewed the proposals and based on the evaluation, scored the firms on a 100-point scale. Rank Company Score 1 Twining, Inc. 97 2 NV5 West, Inc. 93 3 Leighton Consulting, Inc. 89 4 RMA Group 87 5 Atlas Technical Consultants 85 Location Long Beach, CA Ventura, CA Santa Clarita, CA Rancho Cucamonga, CA Monterey Park, CA Proposal Amount $727,595 $794,844 $952,125 $634,543 $772,187 The scoring system was based on the following criteria: recent experience with similar projects; qualification of team and resources; understanding of key development items; quality of proposal and proposed services in relation to the project's scope, scheduling, and availability; and references. Based on the City's evaluation process, staff recommends awarding the contract for project inspection and materials testing services to Twining, Inc., in the amount of $727,595 for base bid services, and authorize an expenditure of $434,403 for alternate street proposals services, and a contingency in the amount of $116,199.80, for a total amount not to exceed $1,278,197.80. California Government Code 4526 prescribes selection of architectural and engineering services to be based on demonstrated competence and professional qualification necessary for the satisfactory performance of the services required and does not authorize the selection of professional architectural and engineering services based on cost. Construction SuDDort Services In August 2016, the City Council approved a contract with Pavement Engineering, Inc., (PEI) for the engineering design services of the 2016-17 Annual Overlay and Slurry Seal Program with up to three annual renewal options. For the 2019-20 Annual Overlay and Slurry Seal Program, the City is currently in the third renewal year. PEI has all the needed pavement evaluation and design resources in-house, possesses a full understanding of the project, and has satisfactorily worked with the City on past overlay and slurry seal design and construction projects. Staff has Page 4 Packet Pg. 74 O negotiated a fair and reasonable fee with PEI for the construction support services required to complete the 2019-20 Annual Overlay and Slurry Seal Program. The recommended action to extend the current contract with PEI will provide for an uninterrupted transition from the current design phase to the construction phase and successful completion of the project. Total Budget for Overlay and Slurry Seal Projects The cost breakdown for the 2019-20 Overlay and Slurry Seal Program, Project M0131 is: Overlay Portion $10,896,211.29 Slurry Seal Portion $2,071,901.26 Inspection and Material Testing $1,278,197.80 Construction Support Services $148,500.00 Total Awarded 14.394.810.35 The Annual Overlay and Slurry Seal Program budget will fund the construction and materials testing contracts for the Overlay and Slurry Seal projects, as well as the Federal Overlay project. The Federal Overlay project will be brought to City Council via a separate agenda item to award the construction contract. The above budget will be adjusted to accommodate the cost of the Federal Overlay project once the bids are received. The remaining budget will provide for survey, labor compliance, staff oversight, public works inspection, and miscellaneous project administration costs. ALTERNATIVE ACTION Other action as determined by the City Council. FISCAL IMPACT Upon approval of the recommended actions, adequate funds will be available to support the recommended contracts for the 2019-20 Overlay and Slurry Seal projects as well as the federal overlay contract, which will be awarded via a separate agenda report. This will also provide for all anticipated project costs. The funding for this project is broken down as follows: Surface Transportation Program Local - $1,399,798; Gas Tax - $10,129; Transportation Development Act (TDA) Article 8 - $229,000; Miscellaneous Grant funds (CalRecycle) - $69,869; Measure R Local Return - $3,358,929; Measure M Local Return $5,331,898; SB1 - $3,970,530; and General Fund - Capital - $54,770. ATTACHMENTS Overlay Street List Slurry Seal Street List Overlay Specifications (available in the City Clerk's Reading File) Slurry Seal Specifications (available in the City Clerk's Reading File) Bid Proposal for Toro Enterprises Inc. (available in the City Clerk's Reading File) Bid Proposal for Pavement Coatings Co. (available in the City Clerk's Reading File) Page 5 Packet Pg. 75 O Proposal for Twining, Inc. (available in the City Clerk's Reading File) Page 6 Packet Pg. 76 M0131 Annual Overlay Street List 9.a OVERLAY NBHD ROAD NAME FROM TO, ART PLACERITA CANYON RD SAND CANYON RD RAVENHILL ART PLACERITA CANYON RD RAVENHILL PACYST ART PLACERITA CANYON RD PACY ST EAST WALKER RANCH ART PLACERITA CANYON RD EAST WALKER RANCH NADEU MTN WAY ART PLACERITA CANYON RD NADUE MTN WAY 1286' W/O NADUE MTN WAY (COP) C14 BEGONIAS LN SHADOW PINES BLVD FLORABUNDA RD C14 BEGONIAS LN FLORABUNDA RD NORTH END C14 CANYON RIM PL GRANDIFLORAS RD SOUTH END C14 CASCADE CT MAMMOTH LN EAST END C14 CATSKILLS CT MAMMOTH LN WEST END C14 COLD CANYON CT GRAND CANYON RD SOUTH END C14 COLORADO PL WEST END MAMMOTH LN C14 EDGEVIEW PL WEST END HIDDEN OAK PL C14 EVERGLADES CT YELLOWSTONE LN EAST END C14 FLORABUNDA RD GRANDIFLORAS RD BEGONIAS LN C14 FLORABUNDA RD BEGONIAS LN RAMLI DR C14 FUJI CT SEQUOIA RD SOUTH END C14 GRAND CANYON RD NORTH END FLORABUNDA RD C14 GRANDIFLORAS RD MAMMOTH LN FLORABUNDA RD C14 GRANDIFLORAS RD FLORABUNDA RD SHADOW PINES C14 HIDDEN OAK PL GRANDIFLORAS RD SOUTH END C14 KILAMANJARO CT NORTH END YELLOWSTONE LN C14 LARKSPUR FIELD ST FLORABUNDA RD EAST END C14 MAMMOTH LN WRANGELL LN GRANDIFLORAS RD C14 MAMMOTH LN GRANDIFLORAS RD W/C S/O SEQUOIA RD C14 MAMMOTH LN W/C S/O SEQUOIA RD SOLEDAD CANYON RD C14 PARKGLEN PL GRAND CANYON RD SOUTH END C14 PLATT CT YELLOWSTONE LN WEST END C14 PINNACLE CT MAMMOTH LN EAST END C14 RAMLI DR FLORABUNDA RD EAST END C14 RUSHMORE CT MAMMOTH LN EAST END C14 ISEQUOIA RD YELLOWSTONE LN SUGAR LOAF CT C14 SEQUOIA RD SUGAR LOAF CT YELLOWSTONE LN (S) C14 SEQUOIA RD YELLOWSTONE LN (S) MAMMOTH LN C14 STONE RIDGE CT WEST END GRAND CANYON RD C14 SUGAR LOAF CT SEQUOIA RD SOUTH END C14 YELLOWSTONE LN NORTH END SEQUOIA RD (N) C14 YELLOWSTONE LN SEQUOIA RD (N) SEQUOIA RD (S) V7N BLUERIDGE DR CUESTPORT DR DECORO DR V7N EDENTON PL BLUERIDGE DR EAST END V7N WEYMOUTH PL BLUERIDGE DR EAST END V25S AILEAN CT OAK VALE DR NORTH END V25S AVENIDA CAPPELA WILEY CANYON RD ROTUNDA RD V25S AVENIDA ESCALERA ROTUNDA RD VIA ONDA V25S AVENIDA ESCALERA VIA ONDA VIA HAMACA V25S AVENIDA ESCALERA VIA HAMACA SARDA RD V25S BARGANCA CT OAK VALE DR NORTH END V25S CIELO CT OAK VALE DR NORTH END V25S OAK VALE DR WEST END TOURNAMENT RD V25S OAK VALE DR TOURNAMENT RD AILEAN CT V25S OAK VALE DR AILEAN CT CIELO CT V25S OAK VALE DR CIELO CT EAST END V25S PLAZA CHIVA NORTH END ROTUNDA RD V25S PLAZA GAVI LAN WEST END AVENIDA ESCALERA V25S PLAZA LUNETA TOURNAMENT RD EAST END V25S ROTUNDA RD TOURNAMENT RD AVENIDA CAPPELA V25S ROTUNDA RD JAVENIDA CAPPELA JAVENIDA ESCALERA V25S ROTUNDA RD JAVENIDA ESCALERA IVIA NOVIA V25S I ROTUNDA RD IVIA NOVIA ISARDA RD Page 1 of 4 Packet Pg. 77 M0131 Annual Overlay Street List 9.a V25S SARDA RD AVENIDA ESCALERA VIA ADORNA V25S SARDA RD VIA ADORNA ROTUNDA RD V25S TOURNAMENT RD WILEY CANYON RD PLAZA LUNETA V25S TOURNAMENT RD PLAZA LUNETA 0785 S TREVINO DR V25S VIA ADORNA SOUTH END SARDA RD V25S IVIA ALCIRA WEST END ROTUNDA RD V25S VIA BRAVA ROTUNDA RD NORTH END V25S VIA CANDELA TOURNAMENT RD EAST END V25S VIA DESCA ROTUNDA RD NORTH END V25S VIA ESCOVAR WEST END ROTUNDA RD V25S VIA FLAMENCO WEST END AVENIDA ESCALERA V25S IVIA HAMACA WEST END AVENIDA ESCALERA V25S VIA JUANA SOUTH END SARDA RD V25S VIA MACARENA WEST END ROTUNDA RD V25S VIA MACARENA ROTUNDA RD WILEY CANYON RD V25S VIA NOVIA WEST END ROTUNDA RD V25S VIA ONDA WEST END AVENIDA ESCALERA V26S ALTOS DR FARROW DR NORTH END V26S FARROW DR WEST END ALTOS DR V26S FARROW DR ALTOS DR VISTA HILLS DR V26S FORTUNA DR VISTA RIDGE DR EAST END V26S VIA ACORDE IVISTA HILLS DR INORTH END V26S IVIA DOLARITA ISOUTH END VISTA HILLS DR V26S IVIA PALADAR IVISTA HILLS DR NORTH END V26S IVIA VELADOR IVISTA HILLS DR NORTH END ALTERNATE OVERLAY NBHD ROAD NAME FROM " TO ART RYE CANYON RD (EB) AVENUE SCOTT NEWHALL RANCH RD ART RYE CANYON RD (WB) NEWHALL RANCH RD AVENUE SCOTT S16 CARSON CT END SHADOW VALLEY LN S16 CAVERN CT SHADOW VALLEY LN END S16 JDAVIDWY WOODSIDE DR/CALHAVEN BOUQUET CANYON RD S16 HILLTOP CT END SHADOW VALLEY LN S16 OAKSIDE CT END WOODSIDE DR S16 PARK WOODLAND PL END CALHAVEN DR S16 SHADOW HILLS CT END SHADOW VALLEY LN S16 SHADOW VALLEY LN END BOUQUET CANYON RD S16 STARWOOD WY SHADOW VALLEY LN WOODSIDE DR S16 TERRACE CT END SHADOW VALLEY LN S16 WOODSIDE DR SHADOW VALLEY LN CALHAVEN DR S16 ZIMMERMAN PL SHADOW VALLEY LN END S3 AGAJANIAN DR COPPER HILL DR MAXINE LN S3 JAGAJANIAN DR MAXINE LN HASKELL CANYON RD S3 ALLISON DR WEST END CARAWAY DR S3 BEAU CT JEFFERS LN NORTH END S3 BEDFORD WY STONINGTON LN GUILFORD LN S3 BELDOVE CT WEST END KENTON LN S3 BRISTOL WY GUILFORD LN HASKELL CANYON RD S3 CARAWAY LN GROVE PARK DR ALLISON DR S3 CARAWAY LN ALLISON DR WHEY DR S3 CARAWAY LN WHEY DR DURHAM PL S3 CARAWAY LN DURHAM PL JEFFERS LN S3 CHESWOLD LN SOUTH END JEFFERS LN S3 CONWAY PL W CONWAY PL KENTON LN S3 COURTLAND WAY WAKEFIELD CT COPPER HILL DR S3 DANNY WAY AGAJANIAN DR DON GEE CT S3 DEVON LN JEFFERS LN BEDFORD WY S3 DON GEE CT IWEST END IMAXINE LN S3 IDURHAM PL I CARAWAY LN IJEFFERS LN S3 I EASTON LN JAGAJANIAN DR INORTH END Page 2 of 4 Packet Pg. 78 M0131 Annual Overlay Street List 9.a S3 FARMINGTON LN STONINGTON LN GUILFORD LN S3 GUILFORD LN BEDFORD WY FARMINGTON LN S3 JEFFERS LN KENTON LN LYNETTE LN S3 JEFFERS LN LYNETTE LN HASKELL CANYON RD S3 KENTON LN JEFFERS LN COPPER HILL DR S3 LYNETTE LN WEST END KENTON LN S3 LYNETTE LN KENTON LN JEFFERS LN S3 MAXINE LN AGAJANIAN DR NORTH END S3 NEWFIELD CT SOUTH END JEFFERS LN S3 NEWTON CT WEST END GUILFORD LN S3 NUTMEG LN END CARAWAY LN S3 OLIVA CT AGAJANIAN DR WEST END S3 OREGANO CR WEST END SPICE CT S3 RIDGEFIELD CT WEST END GUILFORD LN S3 RODEFFER PL KENTON LN LYNETTE LN S3 SCEPTER LN SOUTH END WHEY DR S3 SIMS CT CARAWAY LN EAST END S3 SPICE CT WEST END CARAWAY LN S3 STONINGTON LN BEDFORD WY FARMINGTON LN S3 THEODORE CT CARAWAY LN EAST END S3 TRUMAN CT LYNETTE LN NORTH END S3 TURMERIC CT WEST END CARAWAY LN S3 WAKEFIELD CT WEST END SOUTH END S3 WELFLEET LN AGAJANIAN DR NORTH END S3 WHEY DR END CARAWAY LN S3 WISTERLY CT WEST END GUILFORD LN V8N BAXARD PL BENNINGTON DR NORTH END V8N BELMONTCT PHILBROOKAV NORTH END V8N BENNINGTON DR FAIRVIEW DR GRANDVIEW DR V8N BERKSHIRE HILLS PL SOUTH END NORTH END V8N CAMDEN PL BENNINGTON DR NORTH END V8N CAMERON CT GRANDVIEW DR EAST END V8N CHADSFORD DR GRANDVIEW DR BERKSHIRE HILLS V8N CHESHIRE LN LANESBORO PL NORTH END V8N CLAYTON CT PARKLANE WAY EAST END V8N CLEARMONT CT PARKLANE WAY EAST END V8N FAIRVIEW DR MCBEAN PY BENNINGTON DR V8N FAIRVIEW DR BENNINGTON DR GRANDVIEW DR V8N GARLAND CT CAMDEN PL EAST END V8N GILFORD PL WESTOVER WAY NORTH END V8N GREENRIDGE LN CHESHIRE LN GRANDVIEW DR V8N IHAMMOND CT WEST END WESTOVER WAY V8N LANESBORO PL WEST END EAST END V8N MILLFORD CT WEST END CHESHIRE LN V8N PARKLANE WAY FAIRVIEW DR NORTH END V8N PHILBROOKAV PARKLANE WY GRANDVIEW DR V8N WELLINGTON CT CHADSFORD DR NORTH END V8N WESTOVER WAY SOUTH END CHADSFORD DR V8N WHITFIELD PL BENNINGTON DR EAST END V10N CERCA DR VISTA ENCANTADA DR LAS MANANITAS DR V10N CONDE DR NIDO CT LAS MANANITAS DR V10N ICUERVO DR VISTA DELGADO DR PALACETE DR V10N FRISCA DR VISTA DELGADO DR LAS MANANITAS DR V10N GRAJUELO DR LA GRANJA DR CONDE DR V10N LA COLMENA DR VISTA DELGADO DR N END V10N LA GRANJA DR WEST END LAS MANANITAS DR V10N LAS MANANITAS DR SOUTH END FESTIVIDAD DR V10N LAS MANANITAS DR FESTIVIDAD DR GARZOTA DR V10N NIDO CT WEST END CONDE DR V10N PALACETE DR CERCA DR NORTH END V10N PALACETE DR NORTH END FRISCA DR Page 3 of 4 Packet Pg. 79 M0131Annual Overlay Street List §.a qoN mkUDR VISTA mc 7aUDR 9REEEDR qoN SENA J VISTA mgNA DR NORTH END qoN VISTA DE Gam DR VISTA mc 7aUDR GARZOTADR qoN VISTA DELGADO DR GAR z TA DR L sa MANAIaT SDR qoN VISTA DELGADO DR LAS MANAIaT SDR DsoRO DR q0N IVISTAmc 7aU INORTHmD INIDO J q0N IVISTAmgNADR WETS END IVISTAmc 7aUDR B Page 4e4 Packet Pg. 8 M0131 Annual Slurry Seal Street List 9.b SLURRY NBHD ROAD NAME FROM TO, C32 ASPEN PL ROSE MALLOW LN END C32 AUTUMN OAK WY BLUE ASPEN LN MEDLEY RIDGE DR C32 BLUE ASPEN LN EAST END WILLOW OAK CT C32 BROWN OAKS WY SMOKE TREE LN WINTER PINE WY C32 ICHERRY WILLOW DR MEDLEY RIDGE DR WINTER PINE WY C32 COAST REDWOOD LN EAST END CHERRY WILLOW DR C32 DUSTY WILLOW CT BROWN OAKS WY END C32 EASTERN PINES WY RED CEDAR WY END C32 EMPRESS OAK CT END ICY WILLOW LN C32 ENGLISH IVY LN EAST END MEDELY RIDGE DR C32 ENGLISH OAK CT END BLUE ASPEN LN C32 GOLDEN WILLOW WY END ROYAL PINES LN C32 GREEN PALMS WY MEDLEY RIDGE DR SMOKE TREE LN C32 ICY WILLOW LN MEDLEY RIDGE DR SUMMER MAPLE WY C32 MEDLEY RIDGE DR ROYAL PINES LN LOST CANYON RD C32 JIVIONTEREY PINES LN SUMMER MAPLE WY MOUNTAIN WILLOW LN C32 MOUNTAIN WILLOW LN SUMMER MAPLE WY SILK TREE WY C32 RED CEDAR PL EASTERN PINES CT DUSTY WILLOW CT C32 RED MAPLE CT SUMMER MAPLE WY END C32 RIVER BIRCH CT ENGLISH IVY LN SOUTH END C32 ROSE MALLOW LN END MEDLEY RIDGE DR C32 ROYAL PINES WY MEDLEY RIDGE LN WEST END C32 ROYAL PINES WY EAST END MEDLEY RIDGE DR C32 SCOTCH PINE PL SMOKETREE LN END C32 SILK TREE WY MEDLEY RIDGE LN CHERRY WILLOW AVE C32 SMOKE TREE LN BROWN OAKS WY SCOTCH PINE PL C32 SOUTHERN WILLOW CT ENGLISH IVY LN SOUTH END C32 STRAWBERRY PINE CT ENGLISH IVY LN SOUTH END C32 SUMMER MAPLE WY EAST END WEST END C32 TULIP TREE CT END GOLDEN WILLOW WY C32 WHITE PINE WY ROSE MALLOW LN GOLDEN WILLOW WY C32 WILLOW OAK CT END BLUE ASPEN LN C32 WINTER PINE WY LOST CANYON RD BEECH WILLOW LN C32 WINTER PINE WY BEECH WILLOW LN CHERRY WILLOW DR S11 ABAJO DR SOUTH END FESTIVIDAD DR S11 ALCON DR FESTIVIDAD DR NORTH END S11 CAMARGO DR FESTIVIDAD DR BOUQUET CANYON RD S11 DIAZ DR N. END FESTIVIDAD DR S11 ESPUMA DR FESTIVIDAD DR NORTH END S11 FESTIVIDAD DR BOUQUET CANYON RD E. END S11 MOCHA DR FESTIVIDAD DR NORTH END S11 PIEDROS DR FESTIVIDAD DR NORTH END S11 SERVIA DR FESTIVIDAD DR NORTH END TR NEWHALL RANCH RD TRAIL (N) 1226 W/O MCBEAN PWY MCBEAN PWY TR NEWHALL RANCH RD TRAIL (N) MC BEAN PKWY PCC BRIDGE W/O BOUQUET CANYON RD TR NEWHALL RANCH RD TRAIL (S) VANDERBILT WAY GATEWAY TR NEWHALL RANCH RD TRAIL (S) GATEWAY RYE CANYON RD TR NEWHALL RANCH RD TRAIL (S) RYE CANYON RD HOME DEPOT PLAZA TR NEWHALL RANCH RD TRAIL (S) HOME DEPOT PLAZA AVE TIBBITTS TR NEWHALL RANCH RD TRAIL (S) TRAILFORK S/S OF NEWHALL RANCH RD MILLHOUSE RD TR NEWHALL RANCH RD TRAIL (S) MILHOUSE DR SAWMILL LN TR NEWHALL RANCH RD TRAIL (S) SAWMILL LN SANTA CLARITA PKWY TR NEWHALL RANCH RD TRAIL (S) SANTA CLARITA PKWY WESTSIDE PCC BRIDGE TR NEWHALL RANCH RD TRAIL (S) WESTSIDE PCC BRIDGE EASTSIDE PCC BRIDGE TR NEWHALL RANCH RD TRAIL (S) EASTSIDE PCC BRIDGE END OF ACTRAIL TR NEWHALL RANCH RD TRAIL (S) END OF AC TRAIL VALLEY CENTER DR Page 1 of 2 Packet Pg. 81 M0131 Annual Slurry Seal Street List 9.b ALTERNATE SLURRY SEAL NBHD ROAD NAME FROM TO, C32 BEECH WILLOW LN WINTER PINE WY DOVE WILLOW ST C32 CHERRY LAUREL PL NORTH END SOUTH END C32 CHERRY WILLOW DR WINTER PINE WY DOVE WILLOW ST C32 CHERRY WILLOW DR DOVE WILLOW ST SOUTH END C32 DOVE WILLOW ST CHERRY WILLOW DR BEECH WILLOW LN C32 DOVE WILLOW ST BEECH WILLOW LN END C32 FLOWERING OAK PL END DOVE WILLOW ST C32 HICKORY RIDGE CT END CHERRY WILLOW DR C32 HONEY MAPLE ST CHERRY WILLOW DR BEECH WILLOW LN C32 PRINCESS TREE CT EAST END CHERRY WILLOW DR C32 SARVISTREE CT BEECH WILLOW LN END C32 SOURWOOD WY CHERRY LAUREL PL WINTER PINE WY V8N GRANDVIEW DR NEWHALL RANCH RD BENNINGTON DR V8N GRANDVIEW DR BENNINGTON DR FAIRVIEW DR V8N GRANDVIEW DR I FAIRVIEW DR IGREENRIDGE LN V8N IGRANDVIEW DR IGREENRIDGE LN 1PHILBROOKAV V8N IGRANDVIEW DR 1PHILBROOKAV ILINDEN LN Page 2 of 2 Packet Pg. 82 DocuSign Envelope ID: 55B6FlCD-6A54-4E72-A9A6-305CB95B84E2 City of' SANTA C-ILARITA NOTICE INVITING BIDS DocuSign Envelope ID: 55B6FlCD-6A54-4E72-A9A6-305CB95B84E2 TABLE OF CONTENTS Bid #ENG-19-20-MO1310 2019-2020 Annual Overlay Project M0131 City Project No. M0131 City of Santa Clarita, California SECTION A CITY OF SANTA CLARITA - APPROVAL TO BID NOTICE INVITING BIDS DOCUMENT CHECKLIST SECTION B BID INSTRUCTIONS BID CLAUSES SECTION C PROPOSAL FORM BID SCHEDULE BIDDER'S INFORMATION AND CERTIFICATION BIDDER'S QUESTIONNAIRE CERTIFICATION OF NON -SEGREGATED FACILITIES DESIGNATION OF SUBCONTRACTORS REFERENCES DEBARMENT AND SUSPENSION CERTIFICATIONS EQUAL OPPORTUNITY EMPLOYMENT CERTIFICATION BIDDER'S BOND NON -COLLUSION AFFIDAVIT SECTION D SUBCONTRACTOR CLAUSES SECTION E CAPITAL IMPROVEMENT PROJECT AGREEMENT PERFORMANCE BOND LABOR AND MATERIAL BOND SECTION F SPECIAL PROVISIONS -TECHNICAL SECTION G SPECIAL PROVISIONS - GENERAL APPENDICES APPENDIX A - CONSTRUCTION AND DEMOLITION MATERIALS MANAGEMENT PLAN (CDMMP) APPENDIX B — OVERLAY QUANTITY SPREADSHEET 0 DocuSign Envelope ID: 55B6FlCD-6A54-4E72-A9A6-305CB95B84E2 DocuSign Envelope ID: 55B6FlCD-6A54-4E72-A9A6-305CB95B84E2 APPROVAL TO BID FOR Bid #ENG-19-20-MO1310 2019-2020 Annual Overlay Project M0131 City Project No. M0131 CITY OF SANTA CLARITA C.I.P. Division 23920 Valencia Boulevard Santa Clarita, CA 91355 Bids shall be submitted electronically through BidNet to the City of Santa Clarita (CITY) at: www, bid netdirect,co rn y / � santaclarita . ............................................................................................................................................. .... .... !... f .............................................................................. All information requested therein must be clearly and legibly set forth in the manner and form indicated. The CITY will not consider any proposal not meeting these requirements. Project Manager: Ramiro Fuentes Apri12020 Approved for Bid: OGU gne y: 4/9/2020 NO, �UA"W� Date: )VI �17RMhfty, City Engineer L DS DS W [-V� 4 DocuSign Envelope ID: 55B6FlCD-6A54-4E72-A9A6-305CB95B84E2 CITY OF SANTA CLARITA NOTICE INVITING BIDS Project Name: 2019-2020 Annual Overlay Project M0131 BID #: ENG-19-20-MO1310 City Project: M0131 Bid Opening: May 8, 2020 Last Day for Questions: April 27, 2020 Engineer's Estimate: $5,700,000-00 License(s) Required: Class A Project Description: Generally, the Scope of Work to be performed includes, but not limited to, Asphalt Resurfacing of various streets, City wide. Refer to the project drawings for a more detailed description of the location and limits of the work. Labor Compliance: Yes Bond Requirements: Yes Contact Information: Christine Saunders Specifications for this bid may be downloaded from the City's Purchasing website at: www.bidnetdirect.com//cityofsantaclarita. Please refer to specifications for complete details and bid requirements. The specifications in this notice shall be considered a part of any contract made pursuant thereto. A paper copy of the bid documents is available upon request in the City Clerk's office, suite 120. Bid Questions should be submitted electronically via BidNet "Question and Answer" tab. Addenda, if issued by the CITY, will be transmitted on BidNet. Addenda must be digitally acknowledged via BidNet in addition to a printed and signed version submitted with the bid. If addenda are not signed and submitted with the bid proposal, the bid may be deemed non -responsive and rejected. Dates Published: April 9, 2020 & April 16, 2020 6i DocuSign Envelope ID: 55B6FlCD-6A54-4E72-A9A6-305CB95B84E2 DOCUMENT CHECKLIST Bid #ENG-19-20-MO1310 2019-2020 Annual Overlay Project M0131 City Project No. M0131 City of Santa Clarita, California The following documents must be completed and submitted by the bidder as per the outlined timeframes. The following documents must be provided by ALL bidders: Uploaded via BidNet (see Section C) LJ Proposal Form LJ Bid Schedule LJ Bidder's Information and Certification LJ Bidder's Questionnaire LJ Certification of Non -Segregated Facilities LJ Designation of Subcontractors LJ References LJ Debarment and Suspension Certification LJ Equal Employment Opportunity Certification LJ All signed addenclums (if any) — Digitally acknowledged on BidNet in addition to uploaded via BidNet Delivered to City Hall, Attn: Purchasing, Suite 120 prior to Bid opening: LJ Bidder's Bond LJ Non -Collusion Affidavit The following documents must be provided by the AWARDEE ONLY (With Agreement) Delivered to City Hall, Attn: Ramiro Fuentes LJ Contract Agreement LJ Insurance Certifications LJ Performance Bond LJ Labor and Material Bond L3 W9 DocuSign Envelope ID: 55B6FlCD-6A54-4E72-A9A6-305CB95B84E2 DocuSign Envelope ID: 55B6FlCD-6A54-4E72-A9A6-305CB95B84E2 BID INSTRUCTIONS Bid #ENG-19-20-MO1310 2019-2020 Annual Overlay Project M0131 City Project No. M0131 City of Santa Clarita, California 1. SUBMITTING BIDS. The bid response must be submitted on this form and include all forms provided or information requested or required by the scope of work or specifications, (uploaded via BidNet): .w w..w bJ d n e t d iJr.�..e cl c o ........ ........ ......... .. ..... . ..... .... .... ... .... .. .. . .... .... ... .. ... ..... . ... .. .. ... �.it ofsantaclaiJta y ..................................................................................... 1. 1. Proposals/corrections received after the bid opening time will not be accepted. The City will not be responsible for bids not properly or timely, uploaded. Upon award, all submissions become a matter of public record. 1.2. Notarized Forms - An original, notarized Proposal Guarantee Bid Bond, Bid Security Form for Check or Bond to Accompany Bid, and Non -Collusion Affidavit must be submitted as hard -copy originals. These documents must be received at the address specified below no later than the bid due date and time for the vendor to be considered responsive. These documents are to be received each in separately sealed envelopes clearly marked with title of contents, vendor's name and address, and bid number. City of Santa Clarita ATTN: Purchasing 23920 Valencia Blvd, Suite 120 Santa Clarita, CA 91355 1.3. Pricing must be entered into line items section of BidNet. All documentation of unit pricing or other cost breakdowns as outlined in this bid shall be submitted to support the total bid price. All bid amounts will be deemed to include any applicable taxes (Sales Tax, Use Tax, or any other tax). In the case of any pricing entered elsewhere that conflicts with what is entered on BidNet, the numbers entered on BidNet shall govern. 2. BID OPENING. The City publicly opens bids online via BidNet at the time shown on the "CITY OF SANTA CLARITA NOTICE INVITING BIDS." 3. BID QUESTIONS. Questions shall be submitted and responses provided electronically through the BidNet platform in accordance with the date and time shown on the "CITY OF SANTA CLARITA NOTICE INVITING BIDS." 4. BONDS. Bid bonds shall be furnished by all bidders in the amount of at least 10% of the total value of the bid to guarantee that bidders will enter into contract to furnish goods or services at prices stated. The bonding company must be listed on Treasury Circular 570 and licensed to operate in the state of DocuSign Envelope ID: 55B6FlCD-6A54-4E72-A9A6-305CB95B84E2 California. Likewise, a Faithful Performance Bond and a Labor and Material Bond shall be required of the successful bidder when stated in the specification (cash deposit, certified or cashier's check, or money order may be substituted in lieu of the bid bond). 5. ADDENDA. The City will not accept responsibility for incomplete packages or missing addenda. All addenda will be issued through the BidNet platform, and it is the bidder's responsibility to monitor BidNet for release of the addenda prior to submission of the quote to make certain the package is complete and all required addenda are included. All official information and guidance will be provided as part of this solicitation or written addenda and bidders are cautioned against relying on verbal information in preparation of the bid response. Addenda must be digitally acknowledged through BidNet in addition to a printed and signed version submitted with the bid. If addenda are not signed and submitted with the quote response, the bid may be deemed non -responsive and rejected. 6. INSPECTION OF WORKSITE. Bidders are encouraged to inspect the worksite, by personal examination or by such other means, of the location of the proposed work and the actual conditions of the worksite. If, during the course of examination, a bidder finds facts or conditions which conflict with the bid documents, he/she shall submit questions for clarification via BidNet. The submission of any received bid shall constitute an acknowledgement that any necessary site inspection has taken place. No claim for additional compensation will be allowed which is based upon lack of knowledge of the work site. 7. INTERPRETATION OF CONTRACT DOCUMENTS. Errors, omissions, or discrepancies found in the plans, specifications, or other contract documents shall be called to the attention of the City and clarified by the last day for questions. No oral interpretation will be made to any Bidder as to the meaning of the Contract Documents. All questions should be submitted via BidNet platform. 8. BRAND NAMES, ALTERNATIVES, OR EQUIVALENTS. In the bid documents, the use of a specific manufacturer, brand or make does not restrict bidders in their proposed solution. When brand names are used, it indicates the quality and utility of the article desired; thus, the bids submittal shall in all cases propose goods equal in quality and utility. Materials differing from stated specifications may be considered, provided such differences are clearly noted and described. The City shall make the final determination of compliance with the specifications. If proposing an alternative or equivalent product, the bidder shall provide the cut sheet/spec sheet or detailed product description for the proposed product via the BidNet Q&A section, prior to the last day for questions. For each product proposed documentation provided must include a description reflecting the characteristics and level of quality that will satisfy the salient physical, functional, or performance characteristics of "equal" products specified in the solicitation. The proposal must clearly identify the item by brand name (if any), and make/model number, and may include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the City. The proposal shall clearly describe any modifications the bidder plans to make in a product to make it conform to the solicitation requirements. DocuSign Envelope ID: 55B6FlCD-6A54-4E72-A9A6-305CB95B84E2 The City has the option of accepting or rejecting any alternative or equivalent product. Exception is made on those items wherein identical supply has been determined a necessity and the notation NO SUBSTITUTE has been used in the specification section. 9. NON-DISCRI IM I NATION. In the performance of this Contract, bidder shall not discriminate in recruiting, hiring, promotion, demotion, or termination practices on the basis of race, religious creed, color, national origin, ancestry, sex, age, or physical handicap and shall comply with the provisions of the California Fair Employment & Housing Act (Government Code Section 12900, etseq.), the Federal Civil Rights Act of 1964 (P.L. 88-352) and all amendments thereto, Executive Order No. 11246 (30 Federal Register 12319), and all administrative rules and regulations issued pursuant to said Acts and Order. Bidder shall likewise require each subcontractor to comply with this paragraph and shall include in each such subcontract language similar to this paragraph. 10. PROTECTION OF RESIDENT WORKERS. The City of Santa Clarita actively supports the Immigration and Nationality Act (INA) which includes provisions addressing employment eligibility, employment verification, and nondiscrimination. Under the INA, employers may hire only persons who may legally work in the United States (i.e., citizens and nationals of the U.S.) and aliens authorized to work in the U.S. The employer must verify the identity and 1-9 employment eligibility of anyone to be hired, which includes completing the Employment Eligibility Verification Form (1-9). The bidder shall establish appropriate procedures and controls so no services or products under the Contract Documents will be performed or manufactured by any worker who is not legally eligible to perform such services or employment. 11. AWARD OF CONTRACT. If the City awards the contract, the award is made to the lowest responsible and responsive bidder. This is determined solely by the City. Additionally, the City reserves the right to reject any or all proposals, to waive any irregularity, and to take the bids under advisement for a period of ninety (90) days, all as may be required to provide for the best interests of the City. In no event will an award be made until all necessary investigations are made as to the responsibility and qualifications of the bidder to whom the award is contemplated. All bids will be compared with the Engineer's Estimate. The acceptance of a bid will be evidenced by a Notice of Award of Contract in writing, delivered to the bidder whose proposal is accepted. All other unsuccessful bidders will also receive notification. This correspondence may be issued via BidNet. No other act of the City shall constitute acceptance of a bid. The award of contract shall obligate the bidder, whose bid is accepted to furnish all required bonds, as well as evidences of insurance and execute the contract set forth herein. The successful bidder will be required to furnish a Labor and Material Bond in an amount equal to one hundred percent (100%) of the Contract price and a Faithful Performance Bond in an amount equal to one hundred percent (100%) of the Contract price. Also, the successful bidder will be required to submit worker's compensation insurance, and liability insurance with the contract. Surety bonds shall be signed by a guaranty or surety company listed in the latest issue of the U.S. Treasury Circular 570 and satisfactory to the City of Santa Clarita The City reserves the right to increase or decrease the amount of any or all of the approximate quantity shown in the Bid Schedule, and to add or delete the type and extent of work, which has been identified and summarized. The basis for award of contract shall be the Contractor's Base Bid plus We] DocuSign Envelope ID: 55B6FlCD-6A54-4E72-A9A6-305CB95B84E2 Alternates. The City reserves the right to award the contract for the base bid and alternatives, if any, which the City may select in its sole discretion. Increases or decreases in the quantities of work within the limits specified shall in no way invalidate the unit bid or contract prices. No claim shall be made by the bidder for any loss of anticipated profits because of any such alteration or by reason of any variation between the approximate quantities and the quantities of work as done. Bidders are also directed to the provisions in "Award and Execution of Contract" of the Standard Specification of Public Works Construction (SSWPC) latest edition, and in the General Provisions of this document. The City of Santa Clarita reserves the right to reject any and all bids, or delete portions of any and all bids, or waive any informality in the bid not affected by law. 12. WITHDRAWAL OF BIDS PER PUBLIC CONTRACT CODE. A proposal may be withdrawn by a written request signed by the bidder. Such requests must be delivered by certified mail to the Purchasing Agent to the address below. Failure to comply may result in forfeit of bid bond. City of Santa Clarita ATTN: Purchasing 23920 Valencia Blvd, Suite 120 Santa Clarita, CA 91355 13. ASSIGNMENT OF CONTRACT. The Contract may not be assigned without the written consent of the City, provided that this shall not preclude the assignment of the Contract as security or the assignment of the whole or any part of the proceeds of the Contract including monies, assessment, partial assessment, reassessment, or any bonds which may be issued and represent any assessment or reassessment due or to be due under the Contract. Before entering into a Contract, the successful bidder shall furnish a statement of the company's financial condition and previous construction experience or such evidence of his qualifications as may be required by the contracting City. 14. CONTRACTOR LICENSE. The successful bidder shall provide the required license(s) listed on the Notice Inviting Bids, at the time of bid opening. The successful bidder must be properly licensed as a contractor from contract award through contract completion (Public Contract Code § 10164). Bidders shall be licensed in accordance with the provisions of Chapter 9, Division 3, of the Business and Professions Code. 15. DEPARTMENT OF INDUSTRIAL RELATIONS REQUIREMENTS. No bidder or subcontractor may be listed on a bid proposal for a public works project (submitted on or after March 1, 2015) unless registered with the Department of Industrial Relations pursuant to Labor Code Section 1725.5 [with limited exceptions from this requirement for bid purposes only under Labor Code Section 1771.1(a)]. No BIDDER or subcontractor may be awarded a contract for public work on a public works project (awarded on or after April 1, 2015) unless registered with the Department of Industrial Relations pursuant to Labor Code Section 1725.5. This project is subject to compliance monitoring and enforcement by the Department of Industrial Relations. is DocuSign Envelope ID: 55B6FlCD-6A54-4E72-A9A6-305CB95B84E2 16. PREVAILING WAGES. This contract is subject to the State prevailing wage requirements of the California Labor Code including, but not limited to, Sections 1770, 1771.5, 1773, 1776 and 1777.5. Contractor shall comply with California prevailing wage laws including, to the extent applicable, Labor Code Section 1720.9. Pursuant to Section 1773 of the Labor Code, the general prevailing wage rates in the county, or counties, in which the work is to be done have been determined by the Director of the California Department of Industrial Relations. These wages are set forth in the General Prevailing Wage Rates for this project, available from the California Department of Industrial Relations' Internet web site at .............. ... .ca.,.g - , - - -irmination.htm. Future effective general prevailing 0 Li T12.21P g ............................................................................................... wage rates which have been predetermined and are on file with the California Department of Industrial Relations are referenced but not printed in the general prevailing wage rates. A copy of the prevailing rate of per them wages shall be posted at the job site. The Contractor is responsible for obtaining a current edition of all California statutes and regulations, and adhering to the latest editions of such. 17. SCOPE OF WORK/SPECIFICATION MODIFICATIONS. The right is reserved, as the interest of the City may require, to amend the specifications and/or drawings prior to the date set for opening bids. Such revisions and amendments, if any, will be announced by an addendum, or addenda. Copies of such addenda as may be issued, will be furnished to all prospective bidders. If the revisions and amendments are of nature in which require material changes in quantities or price bid, or both, the date set for opening bids may be postponed by such number of days as, in the opinion of the City, will enable bidders to revise their bids. In such cases, the addendum will include an announcement of the new date for opening bids. The bidder is required to acknowledge all issued addenclums at the time of bid opening. Failure to sign and return all submitted addenclums will result in disqualification of the submitted bid. It is the bidders' responsibility to ensure all addenclums have been received before the bid opening. 18. SUBCONTRACTORS REQUIREMENTS. Each bidder must submit with their bid the Designation of Subcontractors form: No bid shall be considered unless the required form is submitted as required. Please see Section E. Subcontractor and DBE Information for more information. 19. MANDATORY REQUIREMENTS. All of the instructions, submittals, or subsequent communications set forth herein shall be considered mandatory. 20. EXAMINATION OF CONTRACT DOCUMENTS. 20.1. Bidder shall examine carefully the entire site of work, including but not restricted to the conditions and encumbrances related thereto, the plans and specifications, bid documents, and contract forms therefore. The submission of a bid shall be conclusive evidence that bidder has investigated and is satisfied as to the conditions to be encountered, as to the character, quality, and scope of the work to be performed, the quantities of material to be furnished, and as to the requirements of the proposal, plans, specifications, and other contract documents. 20.2. Bidders must satisfy themselves by personal examination of the work site, plans, specifications, and other contract documents, and by any other means as they may believe necessary, as to the actual physical conditions, requirements, and difficulties under which the work must be performed. No bidder shall at any time after submission of a proposal make any claim or assertion that there was any misunderstanding or lack of information regarding the nature or liVA DocuSign Envelope ID: 55B6FlCD-6A54-4E72-A9A6-305CB95B84E2 amount of work necessary for the satisfactory completion of the job. Errors, omissions, or discrepancies found in the plans, specifications, or other contract documents shall be called to the attention of the City by as instructed and with the date and time given for bidders' questions in the most current CITY OF SANTA NOTICE INVITING BIDS or as updated in any addenda. 21. PROTEST PROCEDURES. Any person or entity may present a formal protest to the City with respect to solicitations being conducted by staff. 21.1.1. Definitions "Bidder" means any person or firm providing a timely, written response to the City solicitation. "Bid Protest" means any protest with regard to the response submitted by another bidder. "Response" means the written response to the City solicitation provided by a person or firm. "Solicitation Protest" means a statement of protest, dispute, challenge, disagreement, disapproval or other objection regarding documents, determinations or actions taken or contemplated by the City with respect to a solicitation. "Solicitation" means the document by which the City identifies goods, equipment, services or public construction projects for which it seeks a response. 21.1.2. Format- The protest must be in writing and include the following information at a minimum: 21.1.2.1. The name, address and phone number of the protester, or the authorized representative of the protester; 21.1.2.2. The signature of the protester or authorized representative of the protester; 21.1.2.3. The solicitation number and title under which the protest is submitted; 21.1.2.4. A detailed description of the legal and/or factual grounds for the protest and all supporting documentation. For protests containing elements not based on publicly released information the protest must contain documentation clearly showing the date on which the protester received the information; and 21.1.2.5. The form of relief requested. 21.1.3. Solicitation Protests- Protests of any kind regarding the solicitation including, but not limited to, specifications, scope of work or process, must be received by the City's Purchasing Agent not more than five calendar days after the last day for questions or the last addendum is issued, whichever is later. The decision by the Purchasing Agent on any solicitation protest shall be final. 13 DocuSign Envelope ID: 55B6FlCD-6A54-4E72-A9A6-305CB95B84E2 21.1.4. Bid Protest and Review 21.1.4.1. The protest, in the Format specified above, must be submitted to the City Manager by email or by personal delivery or overnight mail (to City Hall, 23920 Valencia Boulevard, Suite 120, Santa Clarita, CA 91355) so that it is received by the City no later than seven calendar days after the bid opening. 21.1.4.2. A copy of the protest must be served upon the bidder subject to the protest in the same manner by which the protest was submitted to the City Manager. Failure to serve the protest upon the bidder subject to the protest is grounds upon which the City may deny the protest. 21.1.4.3. A bidder whose bid has been protested by another bidder may submit to the City Manager a written response to the protest by email or by personal delivery or overnight mail (to City Hall, 23920 Valencia Boulevard, Suite 120, Santa Clarita, CA 91355) so that it is received by the City no later than seven calendar days after the protest has been served by the protesting bidder. 21.1.4.4. The City Manager or designee shall have up to ten calendar days to decide whether to approve or reject the protest. The written decision of the City Manager or designee on the protest shall be served upon the protesting bidder and any bidder subject to the protest within 14 calendar days of receipt of the bid protest. The City Manager or designee may extend the 10 calendar days if necessary to review additional information requested from any bidder. 21.1.4.5. The decision of the City Manager or designee on the bid protest shall be final with no further review. 21.1.5. State or Federal Funding 21.1.5.1. If the subject matter of the solicitation or project is receiving any State or Federal funds which requires a protest procedure different than the procedures stated above, then that protest procedure shall control. 21.1.5.2. In the event there is any lawsuit filed against the City relating to any federally funded project, the City will provide prompt notice of that lawsuit to all agencies who participated in the funding of the project. 21.1.6. Mandatory Procedure- This administrative procedure and the time limits set forth herein are mandatory. Failure to comply with these mandatory procedures shall constitute a waiver of any right to pursue the bid protest, including filing a Government Code claim or any legal proceedings or actions. 14 DocuSign Envelope ID: 55B6FlCD-6A54-4E72-A9A6-305CB95B84E2 BID CLAUSES Bid #ENG-19-20-MO1310 2019-2020 Annual Overlay Project M0131 City Project No. M0131 City of Santa Clarita, California 1. BID RIGGING. The U.S. Department of Transportation (DOT) provides a toll -free hotline to report bid rigging activities. Use the hotline to report bid rigging, bidder collusion, and other fraudulent activities. The hotline number is (800) 424-9071. The service is available 24 hours 7 days a week and is confidential and anonymous. The hotline is part of the DOT's effort to identify and investigate highway construction contract fraud and abuse and is operated under the direction of the DOT Inspector General. 2. DISQUALIFICATION OF BIDDERS. In the event that any bidder acting as a prime contractor has an interest in more than one proposal, all such proposals will be rejected, and the bidder will be disqualified. This restriction does not apply to subcontractors or suppliers who may submit quotations to more than one bidder and, while doing so, may also submit a formal bid as a prime contractor. Proposals will be accepted from bidders who are not licensed in accordance with the provisions of the State Business and Professions Code; however, the successful bidder shall be licensed in accordance with provisions of the Business and Professions Code and shall possess a State General Engineering Contractor's license Class A at the time a contract for this work is awarded. Any bidder which has been debarred by any PUBLIC City in the last ten (10) years is deemed not to be a qualified bidder for the purposes of this project. The City may conduct investigations as it deems necessary to assist in the evaluation of any bid and to establish the responsibility, qualifications and financial ability of the bidder to do the work in accordance with the Contract Documents to the City's satisfaction within the prescribed time. To determine the degree of responsibility to be credited to the bidder, the City will weigh any evidence including but not limited to evidence of suspension, debarment, exclusion, or determination of ineligibility by any other City. Any bidder which is currently debarred by any public agency is deemed not to be a qualified bidder for the purposes of this project. If in the opinion of the City, a bidder is determined to be insufficiently qualified, then that bid will not be considered for award of the contract. 3. DEBARMENT AND SUSPENSION. Certification Regarding Debarment, Suspension, and Other Responsibility Matters- Lower Tier Covered Transactions. Instructions for certification: 3.1.1.By signing and submitting this bid or proposal, the prospective lower tier participant is providing the signed certification set out below. 3.1.2.The certification in this clause is a material representation of fact upon which reliance was placed when this transaction was entered into. If it is later determined that the prospective lower tier participant knowingly rendered an erroneous certification, in addition to other remedies available to the Federal Government, City of Santa Clarita may pursue available remedies, including suspension and/or debarment. W DocuSign Envelope ID: 55B6FlCD-6A54-4E72-A9A6-305CB95B84E2 3.1.3.The prospective lower tier participant shall provide immediate written notice to City of Santa Clarita if at any time the prospective lower tier participant learns that its certification was erroneous when submitted or has become erroneous by reason of changed circumstances. 3.1.4.The terms "covered transaction," "debarred," "suspended," "ineligible," "lower tier covered transaction," "participant," "persons," "lower tier covered transaction," "principal," "proposal," and "voluntarily excluded," as used in this clause, have the meanings set out in the Definitions and Coverage sections of rules implementing Executive Order 12549 [49 CIFIR Part 29]. You may contact the City of Santa Clarita for assistance in obtaining a copy of those regulations. 3.1.5.The prospective lower tier participant agrees by submitting this proposal that, should the proposed covered transaction be entered into, it shall not knowingly enter into any lower tier covered transaction with a person who is debarred, suspended, declared ineligible, or voluntarily excluded from participation in this covered transaction, unless authorized in writing by City of Santa Clarita. 3.1.6.The prospective lower tier participant further agrees by submitting this proposal that it will include the clause titled "Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion - Lower Tier Covered Transaction", without modification, in all lower tier covered transactions and in all solicitations for lower tier covered transactions. 3.1.7.A participant in a covered transaction may rely upon a certification of a prospective participant in a lower tier covered transaction that it is not debarred, suspended, ineligible, or voluntarily excluded from the covered transaction, unless it knows that the certification is erroneous. A participant may decide the method and frequency by which it determines the eligibility of its principals. Each participant may, but is not required to, check the Non - procurement List issued by U.S. General Service Administration. 3.1.8.Nothing contained in the foregoing shall be construed to require establishment of system of records in order to render in good faith the certification required by this clause. The knowledge and information of a participant is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings. 3.1.9.Except for transactions authorized under Paragraph 5 of these instructions, if a participant in a covered transaction knowingly enters into a lower tier covered transaction with a person who is suspended, debarred, ineligible, or voluntarily excluded from participation in this transaction, in addition to all remedies available to the Federal government, City of Santa Clarita may pursue available remedies including suspension and/or debarment. 3.2. Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion - Lower Tier Covered Transaction 3.2.1.The prospective lower tier participant certifies, by submission of this bid or proposal, that neither it nor its "principals" as defined at 49 C.F.R suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation in this transaction by any Federal department or agency. M DocuSign Envelope ID: 55B6FlCD-6A54-4E72-A9A6-305CB95B84E2 3.2.2.When the prospective lower tier participant is unable to certify to the statements in this certification, such prospective participant shall attach an explanation to this proposal. 4. LEGAL RESPONSIBILITIES. Proposals must be submitted, filed, made, and executed in accordance with State and Federal laws relating to bids for contracts of this nature, whether the same are expressly referred to herein or not. bidders submitting a proposal shall, by such action thereby, agree to each and all of the terms, conditions, provisions, and requirements set forth, contemplated, and referred to in the plans, specifications, and other contract documents, and to full compliance therewith. 4.1. Additionally, bidders submitting a proposal shall, by such action thereby, agree to pay at least the minimum prevailing per them wages as provided in Section 1773, et. seq. of the Labor Code for each craft, classification, or type of workman required, as set forth by the Director of Industrial Relations of the State of California. Attention is directed to the Federal minimum wage rate requirements in the books entitled "Proposal and Contract". If there is a difference between the Federal minimum wage rates predetermined by the Sectary of Labor and the State general prevailing wage rate determined by the Director of the California Department of Industrial Relations for similar classifications of labor, the bidder and subcontractors shall pay not less than the higher wage rate. 5. UNFAIR BUSINESS PRACTICES CLAIMS: ASSIGNMENTTO AWARDING BODY. Pursuant to Section 7103 of the Public Contracts Code, the contract to be awarded will be defined as a "public works contract." In entering into a public works contract or a subcontract to supply goods, services, or materials pursuant to a public works contract, the bidder or subcontractor offers and agrees to assign to the awarding body all rights, title, and interest in and to all causes of action it may have under Section 4 of the Clayton Act (15 U.S.C. Sec 15) or under the Cartwright Act (Chapter 2 commencing with B-12 Section 16700, of Part 2 of Division 7 of the Business and Professions Code), arising from purchases of goods, services, or materials pursuant to the public works contract or the subcontract. This assignment shall be made and become effective at the time the awarding body tenders final payment to the bidder, without further acknowledgment by the parties. 6. CHANGED CONDITIONS. 6.1. Differing Site Conditions 6.1.1. During the progress of the work, if subsurface or latent physical conditions are encountered at the site differing materially from those indicated in the contract or if unknown physical conditions of an unusual nature, differing materially from those ordinarily encountered and generally recognized as inherent in the work provided for in the contract, are encountered at the site, the party discovering such conditions shall promptly notify the other party in writing of the specific differing conditions before the site is disturbed and before the affected work is performed. 6.1.2.Upon written notification, the engineer will investigate the conditions, and if it is determined that the conditions materially differ and cause an increase or decrease in the cost or time required for the performance of any work under the contract, an adjustment, excluding anticipated profits, will be made and the contract modified in writing accordingly. SSPWC (Standard Specifications for Public Works Construction) of the contract is warranted. MAI 6.1.3.No contract adjustment which results in a benefit to the contractor will be allowed unless the contractor has provided the required written notice. 6.1.4.No contract adjustment will be allowed under this clause for any effects caused on unchanged work. (This provision may be omitted by the Local Agency, at their option.) 6.2.Suspensions of Work Ordered by the Engineer 6.2.1.If the performance of all or any portion of the work is suspended or delayed by the engineer in writing for an unreasonable period of time (not originally anticipated, customary, or inherent to the construction industry) and the contractor believes that additional compensation and/or contract time is due as a result of such suspension or delay, the contractor shall submit to the engineer in writing a request for adjustment within 7 calendar days of receipt of the notice to resume work. The request shall set forth the reasons and support for such adjustment. 6.2.2.Upon receipt, the engineer will evaluate the contractor's request. If the engineer agrees that the cost and/or time required for the performance of the contract has increased as a result of such suspension and the suspension was caused by conditions beyond the control of and not the fault of the contractor, its suppliers, or subcontractors at any approved tier, and not caused by weather, the engineer will make an adjustment (excluding profit) and modify the contract in writing accordingly. The contractor will be notified of the engineer's determination whether or not an adjustment of the contract is warranted. 6.2.3.No contract adjustment will be allowed unless the contractor has submitted the request for adjustment within the time prescribed. 6.2.4.No contract adjustment will be allowed under this clause to the extent that performance would have been suspended or delayed by any other cause, or for which an adjustment is provided or excluded under any other term or condition of this contract. 6.3.Significant Changes in the Character of Work 6.3.1.The engineer reserves the right to make, in writing, at any time during the work, such changes in quantities and such alterations in the work as are necessary to satisfactorily complete the project. Such changes in quantities and alterations shall not invalidate the contract nor release the surety, and the contractor agrees to perform the work as altered. 6.3.2.If the alterations or changes in quantities significantly change the character of the work under the contract, whether such alterations or changes are in themselves significant changes to the character of the work or by affecting other work cause such other work to become significantly different in character, an adjustment, excluding anticipated profit, will be made to the contract. The basis for the adjustment shall be agreed upon prior to the performance of the work. If a basis cannot be agreed upon, then an adjustment will be made either for or against the contractor in such amount as the engineer may determine to be fair and equitable. 18 6.3.3.If the alterations or changes in quantities do not significantly change the character of the work to be performed under the contract, the altered work will be paid for as provided elsewhere in the contract. 6.3.4.The term “significant change” shall be construed to apply only to the following circumstances: 6.3.4.1.When the character of the work as altered differs materially in kind or nature from that involved or included in the original proposed construction; or 6.3.4.2.When a major item of work, as defined elsewhere in the contract, is increased in excess of 125 percent or decreased below 75 percent of the original contract quantity. Any allowance for an increase in quantity shall apply only to that portion in excess of 125 percent of original contract item quantity, or in case of a decrease below 75 percent, to the actual amount of work performed. 6.3.4.3. 7. QUALITY ASSURANCE. The Agency uses a Quality Assurance Program (QAP) to ensure a material is produced to comply with the Contract. You may examine the records and reports of tests the Agency performs if they are available at the job site. Schedule work to allow time for QAP. 8.TAXES. No mention shall be made in the proposal of Sales Tax, Use Tax, or any other tax, as all amounts bid will be deemed and held to include any such taxes which may be applicable. 9.NONDISCRIMINATION. In the performance of this Contract, bidder shall not discriminate in recruiting, hiring, promotion, demotion, or termination practices on the basis of race, religious creed, color, national origin, ancestry, sex, age, or physical handicap and shall comply with the provisions of the California Fair Employment & Housing Act (Government Code Section 12900, et seq.), the Federal Civil Rights Act of 1964 (P.L. 88-352) and all amendments thereto, Executive Order No. 11246 (30 Federal Register 12319), and all administrative rules and regulations issued pursuant to said Acts and Order. The contractor shall carry out applicable requirements of Title 49 CFR (Code of Federal Regulations) part 26 in the award and administration of US DOT assisted contracts. Bidder shall likewise require each subcontractor to comply with this paragraph and shall include in each such subcontract language similar to this paragraph. Failure by the contractor to carry out these requirements is a material breach of this contract, which may result in the termination of this contract or such other remedy, as the recipient deems appropriate 10.SPECIAL PROVISIONS. Failure of the bidder to fulfill the requirements of the Special Provisions for submittals required to be furnished after bid opening, including but not limited to escrowed bid documents, where applicable, may subject the bidder to a determination of the bidder's responsibility in the event it is the apparent low bidder on a future public works contract. 19 SECTION C Bid Submittals 20 PROPOSAL FORM Bid #ENG-19-20-M0131O 2019-2020 Annual Overlay Project M0131 City Project No. M0131 City of Santa Clarita, California TO THE CITY OF SANTA CLARITA, AS CITY: In accordance with CITY's NOTICE INVITING BIDS, the undersigned BIDDER hereby proposes to furnish all materials, equipment, tools, labor, and incidentals required for the above-stated project as set forth in the plans, specifications, and contract documents therefore, and to perform all work in the manner and time prescribed therein. BIDDER declares that this proposal is based upon careful examination of the work site, plans, specifications, INSTRUCTIONS TO BIDDERS, and all other contract documents. If this proposal is accepted for award, BIDDER agrees to enter into a contract with CITY at the unit and/or lump sum prices set forth in the following BID SCHEDULE. BIDDER understands that failure to enter into a contract in the manner and time prescribed will result in forfeiture to CITY of the proposal guarantee accompanying this proposal. BIDDER understands that a bid is required for the entire work that the estimated quantities set forth in BID SCHEDULE are solely for the purpose of comparing bids, and that final compensation under the contract will be based upon the actual quantities of work satisfactorily completed. THE CITY RESERVES THE RIGHT TO INCREASE OR DECREASE THE AMOUNT OF ANY QUANTITY SHOWN AND TO DELETE ANY ITEM FROM THE CONTRACT. It is agreed that the unit and/or lump sum price(s) bid include all appurtenant expenses, taxes, royalties, and fees for the project’s duration. In case of discrepancies in the amounts bid, unit prices shall govern over extended amounts, and words shall govern over figures. If awarded the contract, the undersigned further agrees that in the event of the Bidder's default in executing the required contract and filing the necessary bonds and insurance certificates within ten working days after the date of the CITY's notice of award of contract to the BIDDER, the proceeds of the security accompanying this bid shall become the property of the CITY and this bid and the acceptance hereof may, at the CITY's option, be considered null and void. Company Name: _______________________________________ Company Address: _______________________________________ _______________________________________ By: _______________________________________ Print Name Title: _______________________________________ Signature: _______________________________________ Date: _______________________________________ 21 BID SCHEDULE Bid #ENG-19-20-M0131O 2019-2020 Annual Overlay Project M0131 City Project No. M0131 City of Santa Clarita, California This form must be submitted with all bids via BidNet. The total bid amount (Base Bid + Alternates) must be entered into the line items section of BidNet. If the total entered on this page conflicts with what is entered on BidNet, the number entered on BidNet shall govern. 22 DocuSign Envelope ID:55B6F1CD-6A54-4E72-A9A6-305CB95B84E2 CITY OF SANTA CLARITA 2019-20 ANNUAL OVERLAY PROJECT M0131 -BASE BID BID SCHEDULE BIDDER: ITEM NO. BID ITEMS PAYMENT REFERENCE UNIT TOTAL QUANTITIES UNIT PRICE *TOTAL COST 40 Striping Detail #12 Markers F2-17.4 LF 0 41 Striping Detail #21 Thermo F2-17.4 LF 2,783 42 IStriping Detail #22 Thermo & Markers F2-17.4 LF 9,268 43 Striping Detail #24 Thermo F2-17.4 LF 2,924 44 Striping Detail #27 Thermo & Markers F2-17.4 LF 0 45 Striping Detail #27B(Thermo) F2-17.4 LF 19,264 46 Striping Detail #38 Thermo & Markers F2-17.4 LF 0 47 Striping Detail #38A(Thermo) F2-17.4 LF 446 48 Striping Detail #38C Markers F2-17.4 LF 0 49 Striping Detail #39 Thermo F2-17.4 LF 2,877 50 Stri in Detail#39A(Thermo) F2-17.4 LF 1,142 51 Striping Detail #40 Markers F2-17.4 LF 0 52 "STOP" Legend Thermo F2-17.4 EA 17 53 "AHEAD" Legend Thermo F2-17.4 EA 0 54 "SLOW° Le end Thermo F2-17.4 EA 0 55 "SCHOOL" Legend Thermo F2-17.4 EA 0 56 "XING'. Legend(Thermo) F2-17.4 EA 0 57 Striping Detail #28 Thermo F2-17.4 LF 36 58 "YIELD" Legend Thermo F2-17.4 EA 0 59 "HERE" Legend Thermo F2-17.4 EA 1 60 "25" Legend Thermo F2-17.4 EA 0 61 Speed Hum AC & Markin Thermo F2-11.4 EA 0 62 Bike Lane Symbols Paint F2-17.4 EA 7 63 Arrow Type IV L/R Thermo F2-17.4 EA 18 64 Stabilization Allowance F2-5.4 SF 7,902 65 Cold Plane & Remove 2-1/4" F24.6 SF 78,183 66 Install Shoulderbackin F2-14.4 LF 17,935 67 Regrade to Establish Drainage to Culvert Entrance F2-9.4 LS 1 68 Pulverize 12" F2-8.4 SF 0 69 Remove & Dispose 6-1/2" Pulverized Material F2-9.4 SF 1 0 70 Lime/Cement Treat 13-1/2" 1 F2-10.4 SF 1 0 TOTAL BASE BID TOTAL AMOUNT IN FIGURES: BASE BID TOTAL AMOUNT IN WORDS: *NOTE: In case of error in extension of price into the total price column, the unit price will govern. 23 DocuSign Envelope ID:55B6F1CD-6A54-4E72-A9A6-305CB95B84E2 CITY OF SANTA CLARITA 2019-20 ANNUAL OVERLAY PROJECT M0131 - RYE CANYON (ALTERNATE 1) BID SCHEDULE BIDDER: ITEM NO. BID ITEMS PAYMENT REFERENCE UNIT TOTAL QUANTITIES UNIT PRICE *TOTAL COST 1 Mobilization, Bonds & Insurance F2-1 LS 1 2 Traffic Control F2-2.8 LS 1 3 Storm Water Pollution Prevention- BMP Plan F1-9 LS 1 8 AC C2 PG 64-10 F2-11.4 TN 2,608 10 ARHM GG-D PG 64-16 F2-13.4 TN 1,681 21 Install Blue RPM's @ Fire Hydrant F2-17.4 EA 11 22 Lower Manhole Covers F2-15.3 EA 7 24 Lower Water Covers F2-15.3 EA 20 28 Adjust Manhole Covers to Finish Grade F2-15.3 EA 7 30 Adjust Water Cover Finish Grade F2-15.3 EA 20 34 Remove and Install Permanent Traffic Loops F2-16.4 EA 18 35 Remove and Install Temporary Traffic Loos F2-16.4 EA 18 36 12" White Crosswalk/Limit Line Thermo F2-17.4 LF 660 39 Striping Detail #4 (Thermo & Markers) F2-17.4 LF 3,609 40 Striping Detail #12 Markers F2-17.4 LF 5,832 46 StriDina Detail #38 Thermo & Markers F2-17.4 LF 1,028 48 Striping Detail #38C (Markers) F2-17.4 LF 1,084 51 Striping Detail #40 Markers F2-17.4 LF 125 58 "YIELD" Legend Thermo F2-17.4 EA 1 63 Arrow Type IV (L/R) (Thermo) F2-17.4 EA 19 64 Stabilization Allowance F2-5.4 SF 13,906 68 Pulverize 12" F2-8.4 SF 139,060 69 Remove & Dispose 6-1/2" Pulverized Material F2-9.4 SF 139,060 70 Lime/Cement Treat 13-1/2" F2-10.4 SF 139,060 TOTAL ALTERNATE 1 BID TOTAL AMOUNT IN FIGURES: ALTERNATE 1 BID TOTAL AMOUNT IN WORDS: *NOTE: In case of error in extension of price into the total price column, the unit price will govern. 24 DocuSign Envelope ID:55B6F1CD-6A54-4E72-A9A6-305CB95B84E2 CITY OF SANTA CLARITA 2019-20 ANNUAL OVERLAY PROJECT M0131 - S3 (ALTERNATE 2) BID SCHEDULE BIDDER: ITEM NO. BID ITEMS PAYMENT REFERENCE UNIT TOTAL QUANTITIES UNIT PRICE *TOTAL COST 1 Mobilization, Bonds & Insurance F2-1 LS 1 2 Traffic Control F2-2.8 LS 1 3 Storm Water Pollution Prevention - BMP Plan F1-9 LS 1 11 IThin Maintenance Overlay F2-12.5 TN 10,087 12 Remove & Replace 4" AC F2-5.4 SF 4,372 16 Ke cutA2 6 ft, 1-114" F2-4.6 LF 32,387 17 Ke cutA3 6 ft, 1- 1/2") F2-4.6 LF 24,476 19 Ke cut B2 12 ft, 1-114" F2-4.6 LF 881 20 Ke cut B3 12 ft, 1-112" F2-4.6 LF 258 21 Install Blue RPM's @ Fire Hydrant F2-17.4 EA 25 22 Lower Manhole Covers F2-15.3 EA 139 23 Lower Gas Valve Covers F2-15.3 EA 1 24 Lower Water Covers F2-15.3 EA 105 25 Lower Utility Cover/ Vault/ Well F2-15.3 EA 1 28 A� Manhole Covers to Finish Grade F2-15.3 EA 139 29 Adjust Gas Valve Cover Finish Grade F2-15.3 EA 1 30 A� Water Cover Finish Grade F2-15.3 EA 105 31 Adjust Utility Cover I Vault I Well to Finish Grade F2-15.3 EA 1 34 Remove and Install Permanent Traffic Loos F2-16.4 EA 2 35 Remove and Install Temporary Traffic Loos F2-16.4 EA 2 36 12" White Crosswalk/Limit Line Thermo F2-17.4 LF 269 42 5triping Detail #22 Thermo & Markers F2-17.4 LF 220 52 "STOP" Legend Thermo F2-17.4 EA 3 60 "25" Legend Thermo F2-17.4 EA 1 TOTAL ALTERNATE 2 BID TOTAL AMOUNT IN FIGURES: ALTERNATE 2 BID TOTAL AMOUNT IN WORDS: 11 *NOTE: In case of error in extension of price into the total price column, the unit price will govern. 41. DocuSign Envelope ID:55B6F1CD-6A54-4E72-A9A6-305CB95B84E2 CITY OF SANTA CLARITA 2019-20 ANNUAL OVERLAY PROJECT M0131 - S16 (ALTERNATE 3) BID SCHEDULE BIDDER: ITEM NO. BID ITEMS PAYMENT REFERENCE UNIT TOTAL QUANTITIES UNIT PRICE *TOTAL COST 1 Mobilization, Bonds & Insurance F2-1 LS 1 2 Traffic Control F2-2.8 LS 1 3 Storm Water Pollution Prevention- BMP Plan F1-9 LS 1 11 Thin Maintenance Overlay F2-12.5 TN 3,365 12 Remove & Replace 4" AC F2-5.4 SF 5,044 16 Ke cutA2 6ft, 1-1/4" F2-4.6 LF 2,871 17 Ke cutA3 6ft, 1-1/2" F2-4.6 LF 17,353 19 Ke cut B2 12 ft, 1-1/4" F2-4.6 LF 105 20 Ke cut B3 12 ft, 1-1/2" F2-4.6 LF 274 21 Install Blue RPM's Fire Hydrant F2-17.4 EA 18 22 Lower Manhole Covers F2-15.3 EA 54 24 Lower Water Covers F2-15.3 EA 41 25 Lower Utility Cover / Vault / Well F2-15.3 EA 1 28 Adjust Manhole Covers to Finish Grade F2-15.3 EA 54 30 Adjust Water Cover Finish Grade F2-15.3 EA 41 31 Adjust UtilitV Cover / Vault / Well to Finish Grade F2-15.3 EA 1 36 12" White Crosswalk/Limit Line Thermo F2-17.4 LF 257 44 Stripinq Detail #27 Thermo & Markers F2-17.4 LF 171 46 Stripinq Detail #38 Thermo &Markers F2-17.4 LF 107 52 "STOP" Legend Thermo F2-17.4 EA 2 60 "25" Legend Thermo F2-17.4 EA 5 61 Speed Hum AC & Markin Thermo F2-11.4 EA 2 TOTAL ALTERNATE 3 BID TOTAL AMOUNT IN FIGURES: ALTERNATE 3 BID TOTAL AMOUNT IN WORDS: *NOTE: In case of error in extension of price into the total price column, the unit price will govern. KI DocuSign Envelope ID:55B6F1CD-6A54-4E72-A9A6-305CB95B84E2 CITY OF SANTA CLARITA 2019-20 ANNUAL OVERLAY PROJECT M0131 - V8N (ALTERNATE 4) BID SCHEDULE BIDDER: ITEM NO. BID ITEMS PAYMENT REFERENCE UNIT TOTAL QUANTITIES UNIT PRICE *TOTAL COST 1 Mobilization, Bonds & Insurance F2-1 LS 1 2 Traffic Control F2-2.8 LS 1 3 Storm Water Pollution Prevention- BMP Plan F1-9 LS 1 9 AC D2 PG 64-10 F2-11.4 TN 1,227 10 ARHM GG-D PG 64-16 F2-13.4 TN 3,766 12 Remove & Replace 4" AC F2-5.4 SF 1,910 15 Ke cutA1 6ft, 1-3/4" F2-4.6 LF 20,468 18 Ke cut B1 12 ft, 1-3/4" F2-4.6 LF 610 21 Install Blue RPM's @ Fire Hydrant F2-17.4 EA 16 22 Lower Manhole Covers F2-15.3 EA 56 24 Lower Water Covers F2-15.3 EA 46 28 Adjust Manhole Covers to Finish Grade F2-15.3 EA 56 30 Adjust Water Cover Finish Grade F2-15.3 EA 46 34 Remove and Install Permanent Traffic Loos F2-16.4 EA 8 35 Remove and Install Temporary Traffic Loos F2-16.4 EA 8 36 12" White Crosswalk/Limit Line Thermo F2-17.4 LF 376 38 White/Yellow Continental Crosswalk Thermo F2-17.4 SF 364 41 IStrir)ing Detail #21 Thermo F2-17.4 LF 987 47 Striping Detail #38A(Thermo) F2-17.4 LF 304 49 Striping Detail #39 Thermo F2-17.4 LF 474 52 "STOP" Legend Thermo F2-17.4 EA 7 63 Arrow Type IV L/R Thermo F2-17.4 EA 4 TOTAL ALTERNATE 4 BID TOTAL AMOUNT IN FIGURES: ALTERNATE 4 BID TOTAL AMOUNT IN WORDS: *NOTE: In case of error in extension of price into the total price column, the unit price will govern. PW DocuSign Envelope ID:55B6F1CD-6A54-4E72-A9A6-305CB95B84E2 CITY OF SANTA CLARITA 2019-20 ANNUAL OVERLAY PROJECT M0131 - V10N (ALTERNATE 5) BID SCHEDULE BIDDER: ITEM NO. BID ITEMS PAYMENT REFERENCE UNIT TOTAL QUANTITIES UNIT PRICE *TOTAL COST 1 Mobilization, Bonds & Insurance F2-1 LS 1 2 Traffic Control F2-2.8 LS 1 3 Storm Water Pollution Prevention- BMP Plan F1-9 LS 1 9 AC D2 PG 64-10 F2-11.4 TN 2,410 10 ARHM GG-D PG 64-16 F2-13.4 TN 7,397 12 Remove & Replace 4" AC F2-5.4 SF 1,176 15 Ke cutA1 6ft, 1-3/4" F2-4.6 LF 35,123 18 Ke cut B1 12 ft, 1-3/4" F2-4.6 LF 394 21 Install Blue RPM's @ Fire Hydrant F2-17.4 EA 30 22 Lower Manhole Covers F2-15.3 EA 82 23 Lower Gas Valve Covers F2-15.3 EA 4 24 Lower Water Covers F2-15.3 EA 88 25 Lower Utility Cover / Vault / Well F2-15.3 EA 12 28 Adjust Manhole Covers to Finish Grade F2-15.3 EA 82 29 Adjust Gas Valve Cover Finish Grade F2-15.3 EA 4 30 Adjust Water Cover Finish Grade F2-15.3 EA 88 31 Adjust Utility Cover / Vault / Well to Finish Grade F2-15.3 EA 12 36 12" White Crosswalk/Limit Line Thermo F2-17.4 LF 243 37 12" Yellow Crosswalk / Limit Line Thermo F2-17.4 LF 70 38 White/Yellow Continental Crosswalk Thermo F2-17.4 LF 344 41 Striping Detail #21 Thermo F2-17.4 LF 716 52 "STOP" Legend Thermo F2-17.4 EA 7 53 "AHEAD" Legend Thermo F2-17.4 EA 1 54 "SLOW' Legend Thermo F2-17.4 EA 2 55 "SCHOOL" Legend Thermo F2-17.4 EA 2 56 "XING" Legend(Thermo) F2-17.4 EA 2 TOTAL ALTERNATE 5 BID TOTAL AMOUNT IN FIGURES: ALTERNATE 5 BID TOTAL AMOUNT IN WORDS: *NOTE: In case of error in extension of price into the total price column, the unit price will govern. 28 DocuSign Envelope ID:55B6F1CD-6A54-4E72-A9A6-305CB95B84E2 BID SCHEDULE 2019-20 Annual Overlay Project M0131 Bid No. ENG-19-20-MO1310 Project No. M0131 City of Santa Clarita, California BIDDER: BID SUMMARY TOTAL PRICE IN FIGURES BASE BID TOTAL PRICE IN WORDS TOTAL PRICE IN FIGURES ADD ALTERNATE 1 TOTAL PRICE IN WORDS TOTAL PRICE $ IN FIGURES ADD ALTERNATE 2 TOTAL PRICE IN WORDS TOTAL PRICE $ IN FIGURES ADD ALTERNATE 3 TOTAL PRICE IN WORDS TOTAL PRICE $ IN FIGURES ADD ALTERNATE 4 TOTAL PRICE IN WORDS TOTAL PRICE $ IN FIGURES ADD ALTERNATE 5 TOTAL PRICE IN WORDS TOTAL PRICE $ IN FIGURES TOTAL OF BASE BID AND ALL ADD ALTERNATES TOTAL PRICE IN WORDS *NOTE: In case of error in extension of price into the total price column, the unit price will govern. Q1 DocuSign Envelope ID:55B6F1CD-6A54-4E72-A9A6-305CB95B84E2 The basis for award of contract shall be the Contractor's Base Bid plus the Alternates. The Agency reserves the right to add any of the additive Alternates by Contract Change Order at any time during the project up to the last contract working day. The BIDDER agrees to hold all unit prices bid for Additive Alternates constant throughout the duration of the project up to the last contract working day. No additional compensation will be allowed for Alternates added by contract Change Order beyond the amount shown on the original bid. 19191 BIDDER'S INFORMATION AND CERTIFICATION Bid #ENG-19-20-M0131O 2019-2020 Annual Overlay Project M0131 City Project No. M0131 Bidder certifies that the representations of the bid are true and correct and made under penalty of perjury. EQUAL EMPLOYMENT OPPORTUNITY COMPLIANCE Bidder certifies that in all previous contracts or subcontracts, all reports which may have been due under the requirements of any CITY, State, or Federal equal employment opportunity orders have been satisfactorily filed, and that no such reports are currently outstanding. AFFIRMATIVE ACTION CERTIFICATION Bidder certifies that affirmative action has been taken to seek out and consider minority business enterprises for those portions of the work to be subcontracted, and that such affirmative actions have been fully documented, that said documentation is open to inspection, and that said affirmative action will remain in effect for the life of any contract awarded hereunder. Furthermore, Bidder certifies that affirmative action will be taken to meet all equal employment opportunity requirements of the contract documents. Bidder's Name: ___________________________________________________________________________ Business Address: ________________________________________________________________________ Telephone No.: __________________________________________________________________________ State CONTRACTOR's License No. & Class: ____________________________________________________ DIR No.: ________________________________________________________________________________ Original Date: _________________________________ Expiration Date: ____________________________ The following are the names, titles, addresses, and phone numbers of all individuals, firm members, partners, joint ventures, and/or corporate officers having a principal interest in this proposal: _______________________________________________________________________________________ _______________________________________________________________________________________ _______________________________________________________________________________________ _______________________________________________________________________________________ 31 The dates of any voluntary or involuntary bankruptcy judgments against any principal having an interest in this proposal, or any firm, corporation, partnership or joint venture of which any principal having an interest in this proposal was an owner, corporate officer, partner or joint venture are as follows: _______________________________________________________________________________________ _______________________________________________________________________________________ _______________________________________________________________________________________ _______________________________________________________________________________________ All current and prior DBAs, alias, and/or fictitious business names for any principal having an interest in this proposal are as follows: _______________________________________________________________________________________ _______________________________________________________________________________________ _______________________________________________________________________________________ IN WITNESS WHEREOF, BIDDER executes and submits this proposal with the names, title, hands, and seals of all aforementioned principals this _________ day of _____ 20___. BIDDER: _________________________________________________________ Signature _________________________________________________________ Name and Title of Signatory _________________________________________________________ Legal Name of Bidder _________________________________________________________ Address _______________________ ___________________ Telephone Number Federal Tax I.D. No. SIGNATURES MUST BE MADE AND NOTARY ACKNOWLEDGMENTS OF EXECUTION OF BIDDER MUST BE ATTACHED Subscribed and sworn to this ___________________ day of ________, 20___. Notary Public______________________________________________________ (SEAL) 32 BIDDER’S QUESTIONNAIRE Bid #ENG-19-20-M0131O 2019-2020 Annual Overlay Project M0131 City Project No. M0131 City of Santa Clarita, California 1. Submitted by: ___________________________ Telephone: ____________________________________________ Principal Office Address: ___________________________________________________________________________ 2. Type of Firm: C Corporation S Corporation Individual/Sole Proprietor or Single –Member LLC Partnership Limited Liability Company “C” C-Corp Limited Liability Company “S” S-Corp Limited Liability Company “P” Partnership Other ________________________________________________________________________________ 3a. If a corporation, answer these questions: Date of Incorporation: _______________State of Incorporation: ___________________________________________ President’s Name: ________________________________________________________________________________ Vice-President’s Name: ____________________________________________________________________________ Secretary or Clerk’s Name: __________________________________________________________________________ Treasurer’s Name: ________________________________________________________________________________ 3b. If a partnership, answer these questions: Date of organization: _____________________State Organized in: _________________________________________ Name of all partners holding more than a 10% interest: __________________________________________________ _____________________________ ______________________________ _______________________________ _____________________________ ______________________________ _______________________________ _____________________________ ______________________________ _______________________________ Designate which are General or Managing Partners. 33 BIDDER’S QUESTIONNAIRE (cont’d) Bid #ENG-19-20-M0131O 2019-2020 Annual Overlay Project M0131 City Project No. M0131 City of Santa Clarita, California 4. Name of person holding CONTRACTOR’s license: ___________________________________________________ License number: __________ Class: __________Expiration Date: _____________________________________ D.I.R. Registration # _______________ 5. CONTRACTOR’s Representative: _________________________________________________________________ Title: _______________________________________________________________________________________ Alternate: __________________________________________________________________________________ Title: _______________________________________________________________________________________ 6. List the major construction projects your organization has in progress as of this date: A. Owner: _____________________________________________________________________________________ Project Location: ___________________________________________________ __________________________ Type of Project: ______________________________________________________________________________ B. Owner: _____________________________________________________________________________________ Project Location: ___________________________________________________ __________________________ Type of Project: ______________________________________________________________________________ C. Owner: _____________________________________________________________________________________ Project Location: ___________________________________________________ __________________________ Type of Project: ______________________________________________________________________________ 34 CERTIFICATION OF NON-SEGREGATED FACILITIES Bid #ENG-19-20-M0131O 2019-2020 Annual Overlay Project M0131 City Project No. M0131 City of Santa Clarita, California The BIDDER certifies that it does not maintain or provide for its employees any segregated facilities at any of its establishments, and that it does not permit its employees to perform their services at any location, under its control, where segregated facilities are maintained. The BIDDER certifies further that it will not maintain or provide for its employees any segregated facilities at any of its establishments, and that it will not permit its employees to perform their services at any location, under its control, where segregated facilities are maintained. The BIDDER agrees that a breach of this certification is a violation of the Equal Opportunity clause in this Contract. As used in this certification, the term “segregated facilities” means any waiting rooms, work areas, rest rooms, and wash rooms, restaurants and other eating areas, time clocks, locker rooms and other storage or dressing areas, parking lots, drinking fountains, recreation or entertainment areas, transportation, and housing facilities provided for employees which are segregated by explicit directive or are in fact segregated on the basis of race, creed, color, or national origin, because of habit, local custom, or otherwise. The BIDDER agrees that (except where it has obtained identical certifications from proposed subcontractors for specific time periods) it will obtain identical certifications from proposed subcontractors prior to the award of subcontracts exceeding $10,000 which are not exempt from the provisions of the Equal Opportunity clause, and that it will retain such certifications in its files. BIDDER Required by the May 19, 1967 order on Elimination of Segregated Facilities, by the Secretary of Labor – 32 F.R. 7439, May 19, 1967 (F.R. Vol. 33, No. 33 – Friday, February 16, 1968 – p. 3065). 35 DESIGNATION OF SUBCONTRACTORS Bid # ENG-19-20-M0131O 2019-2020 Annual Overlay Project M0131 City Project No.M0131 City of Santa Clarita, California Subcontractor DIR Registration No.Dollar Value of Work Age of firm:Annual Gross Receipts: DBE: Yes No Certifying Agency: Location and Place of Business Bid Schedule Item No’s: Description of Work License No. Exp. Date: / / Phone ( ) Subcontractor DIR Registration No. Dollar Value of Work Age of firm:Annual Gross Receipts: DBE: Yes No Certifying Agency: Location and Place of Business Bid Schedule Item No’s: Description of Work License No. Exp. Date: / /Phone ( ) Subcontractor DIR Registration No. Dollar Value of Work Age of firm:Annual Gross Receipts: DBE: Yes No Certifying Agency: Location and Place of Business Bid Schedule Item No’s: Description of Work License No. Exp. Date: / /Phone ( ) NOTE: A BIDDER or subcontractor shall not be qualified to bid on, be listed in a bid proposal, subject to the requirements of Section 4104 of the Public Contract Code, or engage in the performance of any contract for public work, as defined in this chapter, unless currently registered and qualified to perform public work pursuant to Section 1725.5 of the Labor Code. It is not a violation of this section for an unregistered BIDDER to submit a bid that is authorized by Section 7029.1 of the Business and Professions Code or by Section 10164 or 20103.5 of the Public Contract Code, provided the BIDDER is registered to perform public work pursuant to Section 1725.5 of the Labor Code at the time the contract is awarded. 36 REFERENCES Bid #ENG-19-20-M0131O 2019-2020 Annual Overlay Project M0131 City Project No. M0131 City of Santa Clarita, California The following are the names, addresses, and telephone numbers of three public agencies for which bidder has performed and completed work of a similar scope and size within the past 3 years. If the scope of work/specifications requests references different than instructions above, the scope of work/specifications shall govern: 1. __________________________________________________________________________________ Name and Address of Owner / Agency __________________________________________________________________________________ Name and Telephone Number of Person Familiar with Project __________________________________________________________________________________ Contract Amount Type of Work Date Completed 2. __________________________________________________________________________________ Name and Address of Owner / Agency ___________________________________________________________________________________ Name and Telephone Number of Person Familiar with Project __________________________________________________________________________________ Contract Amount Type of Work Date Completed 3. __________________________________________________________________________________ Name and Address of Owner / Agency __________________________________________________________________________________ Name and Telephone Number of Person Familiar with Project __________________________________________________________________________________ Contract Amount Type of Work Date Completed The following are the names, addresses, and telephone numbers of all brokers and sureties from whom bidder intends to procure insurance bonds: __________________________________________________ ______________________________________________________________________________________ 37 DEBARMENT AND SUSPENSION CERTIFICATION TITLE 49, CODE OF FEDERAL REGULATIONS, PART 29 Bid #ENG-19-20-M0131O 2019-2020 Annual Overlay Project M0131 City Project No. M0131 City of Santa Clarita, California The bidder under penalty of perjury, certified that except as noted below, he/she or any person associated therewith in the capacity of owner, partner, director, office manager: is not currently under suspension, debarment, voluntary exclusion or determination of ineligibility by any federal AGENCY; has not been suspended, debarred, voluntarily excluded, or determined ineligible by any federal AGENCY within past three years; does not have a proposed debarment pending; and has not been indicted, convicted, or had a civil judgment rendered against it by a court of competent jurisdiction in any matter involving fraud or official misconduct within the past 10 years. If there are any exceptions to this certification, insert the exceptions in the following space. _______________________________________________________________________________________ _______________________________________________________________________________________ _______________________________________________________________________________________ _______________________________________________________________________________________ Exceptions will not necessarily result in denial of award but will be considered in determining bidders' responsibility. For any exception noted above, indicate below to whom it applies, initialing AGENCY, and dates of action. _______________________________________________________________________________________ _______________________________________________________________________________________ _______________________________________________________________________________________ _______________________________________________________________________________________ NOTE: Providing false information may result in criminal prosecution or administrative sanctions. The above certification is part of the Proposal. Signing this Proposal on the signature portion thereof shall also constitute signature of this Certification. 38 EQUAL EMPLOYMENT OPPORTUNITY CERTIFICATION Bid #ENG-19-20-M0131O 2019-2020 Annual Overlay Project M0131 City Project No. M0131 City of Santa Clarita, California This bidder _____________________, proposed subcontractor ____________________, hereby certifies that it has , has not , participated in a previous contract or subcontract subject to the equal opportunity clause, as required by Executive Orders 10925.11114, or 11246, and that it has , has not , filed with the Joint Reporting Committee, and Director of Office of Federal Contract Compliance, a Federal Government contracting or administering AGENCY, or the former President's Committee on Equal Employment Opportunity, all reports that are under the applicable filing requirements. Company: _______________________________________ By: _______________________________________ Title: _______________________________________ Date: _______________________________________ Note: The above certification is required by the Equal Employment Opportunity of the Secretary of Labor (41 CFR 60-1.7(b)(1)) and must be submitted by bidders and proposed subcontractors only in connection with contracts and subcontracts which are subject to the equal opportunity clause as set forth in 41 CFR 60-1.5, (Generally only contracts or subcontracts of $10,000 or under are exempt.) Currently, the Standard Form 100 (EEO-1) is the only report required by the Executive Orders or their implementing regulations. Proposed prime CONTRACTORS/BIDDER and subcontractors who have participated in a previous contract or subcontract subject to the Executive Orders and have not filed the required reports should note that 41 CFR 60-1.7(b)(1) prevents the award of contracts and subcontracts unless such BIDDER submits a report covering the delinquent period or such other period specified by the Federal Highway Administration or by the Director, Office of Federal Contract Compliance, U.S. Department of Labor. 39 BIDDER’S BOND Bid #ENG-19-20-M0131O 2019-2020 Annual Overlay Project M0131 City Project No. M0131 City of Santa Clarita, California Proposals must be accompanied by a proposal guarantee consisting of a certified check, cashier's check or BIDDER's bid bond payable to the CITY or cash deposit in the amount not less than ten (10) percent of the total amount bid. Certified check, cashier’s check or Bidder’s bid bond must be received at City Hall, 23920 Valencia Blvd., Santa Clarita, CA 91355, Attn: Purchasing, Suite 120, and marked with the words “BID BOND FOR” and the bid #, no later than the bid opening date and time, for the BIDDER to be considered responsive. NOTE: The following form shall be used in case check accompanies bid. Accompanying this Proposal is a *certified/cashier's check payable to the order of the City of Santa Clarita for: ____________________________________________ dollars ($__________), this amount being not less than ten percent (10%) of the total amount of the bid. The proceeds of this check shall become the property of said CITY provided this Proposal shall be accepted by said CITY through action of its legally constituted contracting authorities, and the undersigned shall fail to execute a contract and furnish the required bonds within the stipulated time; otherwise, the check shall be returned to the undersigned. Project Name: 2019-2020 Annual Overlay Project M0131 Bid No. ENG-19-20-M0131O Project No. M0131 ________________________________________________________ Bidder’s Signature ________________________________________________________ CONTRACTOR/BIDDER ________________________________________________________ Address ________________________________________________________ City, State, Zip Code * Delete the inapplicable work. NOTE: If the bidder desires to use a bond instead of a check, the following form shall be executed. The sum of this bond shall be not less than ten percent (10%) of the total amount of the bid. 40 PROPOSAL GUARANTEE BID BOND Bid #ENG-19-20-M0131O 2019-2020 Annual Overlay Project M0131 City Project No. M0131 City of Santa Clarita, California KNOW ALL MEN BY THESE PRESENTS that _____________________________________, as BIDDER, and _______________________________________________as SURETY, are held and firmly bound unto the City of Santa Clarita, as CITY, in the penal sum of___________ dollars ($____________), which is ten percent (10%) of the total amount bid by BIDDER to CITY for the above-stated project, for the payment of which sum, BIDDER and SURETY agree to be bound, jointly and severally, firmly by these presents. THE CONDITIONS OF THIS OBLIGATION ARE SUCH that, whereas BIDDER is about to submit a bid to CITY for the above-stated project, if said bid is rejected, or if said bid is accepted and the contract is awarded and entered into by BIDDER in the manner and time specified, then this obligation shall be null and void, otherwise it shall remain in full force and effect in favor of CITY. IN WITNESS WHEREAS, the parties hereto have set their names, titles, hands, and seals, this ______________________ Day of _________________________, 20_______. BIDDER: _________________________________________________________ Signature _________________________________________________________ Name and Title of Signatory _________________________________________________________ Address SURETY* _______________________________________________________________________________ ___________________________________________________________________________________ ____________________________________________________________________________________ Subscribed and sworn to this _______________________day of___________________________, 20_____. NOTARY PUBLIC_______________________________________________________ (SEAL) *Provide BIDDER and SURETY name, address, and telephone number and the name, title, address, and telephone number for authorized representative. IMPORTANT - Surety Companies executing Bonds must appear on the Treasury Department's most current list (Circular 570, as amended) and be authorized to transact business in the State where the project is located. 41 NON-COLLUSION AFFIDAVIT (Title 23 United States Code Section 112 and Public Contract Code Section 7106) Bid #ENG-19-20-M0131O 2019-2020 Annual Overlay Project M0131 City Project No. M0131 City of Santa Clarita, California To the CITY OF SANTA CLARITA: In conformance with Title 23 United States Code Section 112 and Public Contract Code 7106, the Bidder declares that the bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that the Bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or that anyone shall refrain from bidding; that the Bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price of the Bidder or any other bidder, or to fix any overhead, profit, or cost element of the bid price, or of that of any other bidder, or to secure any advantage against the public body awarding the contract of anyone interested in the proposed contract; that all statements contained in the bid are true; and, further, that the Bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay, any fee to any corporation, partnership, company association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid. THE BIDDER'S EXECUTION ON THE SIGNATURE PORTION OF THE “BIDDER’S CERTIFICATION” SHALL ALSO CONSTITUTE AN ENDORSEMENT AND EXECUTION OF THOSE CERTIFICATIONS WHICH FORM A PART OF THE PROPOSAL. BIDDERS ARE CAUTIONED THAT MAKING A FALSE CERTIFICATION MAY SUBJECT THE CERTIFIER TO CRIMINAL PROSECUTION. 42 NON-COLLUSION AFFIDAVIT Bid #ENG-19-20-M0131O 2019-2020 Annual Overlay Project M0131 City Project No. M0131 City of Santa Clarita, California TO BE EXECUTED BY EACH BIDDER OF A PRINCIPAL CONTRACT STATE OF CALIFORNIA ) ) § COUNTY OF LOS ANGELES ) __________________________________________ being first duly sworn deposes and says that he/she is the _______________________________________ (sole owner, a partner, president, etc.) of __________________________________________________ the party making the foregoing bid; that such bid is not made in the interest of or behalf of any undisclosed person, partnership, company, association, organization or corporation, that such bid is genuine and not collusive or sham, that said BIDDER has not directly or indirectly induced or solicited any other BIDDER to put in a false or sham bid, or that anyone shall refrain from bidding, that said BIDDER has not in any manner, directly or indirectly sought by agreements, communication or conference with anyone to fix the bid price of said BIDDER or of any other BIDDER, or to fix the overhead, profit, or cost element of such bid price, or of that of any other BIDDER, or to secure any advantage against the public body awarding the Contract or anyone interested in the proposed Contract; that all statements contained in such bid are true, and further, that said BIDDER has not, directly or indirectly, submitted its bid price, or any breakdown thereof, or the contents thereof, or divulged information or date relative thereto, or paid and will not pay any fee in connection, therewith to any corporation, partnership, company, association, organization, bid depository, or to any member or CITY thereof, or to any other individual information or date relative thereto, or paid and will not pay any fee in connection, therewith to any corporation, partnership, company association, organization, bid depository, or to any member or CITY thereof, or to any other individual, except to such person or persons as have a partnership or other financial interest with said BIDDER in his general business. Bidder: _________________________________________________ Signature Title _________________________________________________ Subscribed and sworn to and before me this____________ day of _________________, 20__. _______________________________________________________________________________________ Seal of Notary 43 SECTION D Subcontractor Information 44 SUBCONTRACTORS Bid #ENG-19-20-M0131O 2019-2020 Annual Overlay Project M0131 City Project No. M0131 City of Santa Clarita, California 1.SUBCONTRACTORS. Attention is directed to the General Provisions of this spec. section 2-3.2, “Subcontracting” and the special provisions that the BIDDER perform not less than 50% percent of the original contract work with the bidder’s own organization. 2.LIST OF SUBCONTRACTORS. No more than 50% of the work, as defined by the contract price, may be done by subcontractors. Copies of subcontracts will be provided to the City Engineer upon his request. 2.1.Each BIDDER must submit with his bid the following: 2.1.1.The Full name of each subcontracting firm as required by Government Code, Sec. 4201, typed or legibly printed. 2.1.2.The address of each firm. 2.1.3.The telephone number at the place of business. 2.1.4.Work to be performed by each subcontracting firm. 2.1.5.Total approximate dollar amount of each subcontract. 2.1.6.If sub-contractor is participating as a Disadvantaged Business Enterprise (DBE), the following additional information is required on the "Designation of Subcontractors" form enclosed: 2.1.6.1.Status as a DBE, age of the firm and the annual gross receipts. 2.2.Submit the "Designation of Subcontractors" form enclosed herewith. No Contract shall be considered unless such list is submitted as required. 3.PROMPT PROGRESS PAYMENT TO SUBCONTRACTORS. A prime contractor or subcontractor shall pay to any subcontractor, not later than seven days after receipt of each progress payment, unless otherwise agreed to in writing, the respective amounts allowed the contractor on account of the work performed by the subcontractors, to the extent of each subcontractor’s interest therein in accordance with the provision in Section 7108.5 of the California Business and Professions Code concerning prompt payment to subcontractors. In the event that there is a good faith dispute over all or any portion of the amount due on a progress payment from the prime contractor or subcontractor to a subcontractor, the prime contractor or subcontractor may withhold no more than 150 percent of the disputed amount. Any violation of this section shall constitute a cause for disciplinary action and shall subject the licensee to a penalty, payable to the subcontractor, of 2 percent of the amount due per month for every month that payment is not made. In any action for the collection of funds wrongfully withheld, the prevailing party shall be entitled to his or her attorney’s fees and costs. The sanctions authorized under this section shall be separate from, and in addition to, all other remedies, either civil, administrative, or criminal. This provision applies to both DBE and non-DBE subcontractors. 45 4.CALIFORNIA DEBARRED CONTRACTORS AND SUBCONTRACTORS. Sections 1720 et seq. of the Labor Code and Section 6109 of the Public Contract Code apply to the Contract, and each potential bidder and Subcontractor is responsible to be in full compliance with those laws. lf a potential bidder or subcontractor has been found by the California Labor Commissioner to be in violation of Section 1720 et seq. of the Labor Code, in accordance with Section 1777.1of the Labor Code, the potential bidder shall be ineligible to bid or be awarded a contract or to perform work on any City public works project. ln accordance with Section 6109 of the Public Contract Code any subcontractor who is ineligible to perform work on a public works project pursuant to Section 1777.1 or 1777.7 of the Labor Code is prohibited from performing work on any City public works project. Pursuant to Section 6109(b) of the Public Contract Code, any contract on a City public works project entered into between a bidder and a debarred subcontractor is void as a matter of law. A debarred subcontractor may not receive any City money for performing work as a subcontractor on a City public works contract, and any City money that may have been paid to a debarred subcontractor by a bidder on the project shall be returned to the City. The bidder shall be responsible for the payment of wages to workers of a debarred subcontractor who has been allowed to work on the City project. 5.PERFORMANCE OF SUBCONTRACTORS. 5.1.The subcontractors listed by the Contractor in conformance with Section 2-3.1, "Subcontracts" of the (SSPWC), shall perform the work and supply the materials for which they are listed, unless the Contractor has received prior written authorization to perform the work with other forces or to obtain the materials from other sources. 5.2.The Contractor should notify the Engineer in writing of any changes to its anticipated DBE participation. This notice should be provided prior to the commencement of that portion of the work. 5.3.The subcontractors listed by you in the Contract Documents shall list therein the name and address of each subcontractor to whom the bidder proposes to subcontract portions of the work in an amount in excess of one-half of one percent of the total bid or $10,000, whichever is greater, in accordance with the Subletting and Subcontracting Fair Practices Act, commencing with Section 4100 of the Public Contract Code. The bidder's attention is invited to other provisions of the Act related to the imposition of penalties for a failure to observe its provisions by using unauthorized subcontractors or by making unauthorized substitutions. 46 } SECTION E Awardee Sample Forms 47 DocuSign Envelope ID:55B6F1CD-6A54-4E72-A9A6-305CB95B84E2 SAMPLE CAPITAL IMPROVEMENT PROJECT AGREEMENT Project Name (State Fund) This AGREEMENT is made and entered into for the above -stated project BY AND BETWEEN the CITY OF SANTA CLARITA, as CITY, and as CONTRACTOR. CITY and CONTRACTOR have mutually agreed as follows: ARTICLE I That contract documents for the aforesaid project shall consist of the Notice Inviting Bids, Instructions to Bidders, Proposal, General Specifications, Standard Specifications, Special Provisions, Plans, and all referenced specifications, details, standard drawings, special drawings, appendices, and City's Labor Compliance Program; together with this AGREEMENT and all required bonds, insurance certificates, permits, notices, and affidavits; and also including any and all addenda or supplemental agreements clarifying or extending the work contemplated as may be required to insure its completion in an acceptable manner. All of the provisions of said AGREEMENT documents are made a part hereof as though fully set forth herein. ARTICLE II For and in consideration of the payments and agreements to be made and performed by CITY, CONTRACTOR agrees to furnish all materials and perform all work required for the above -stated project, and to fulfill all other obligations as set forth in the aforesaid contract documents. ARTICLE III CONTRACTOR agrees to receive and accept the prices set forth in the Proposal as full compensation for furnishing all materials, performing all work, and fulfilling all obligations hereunder. Said compensation shall cover all expenses, losses, damages, and consequences arising out of the nature of the work during its progress or prior to its acceptance including those for well and faithfully completing the work and the whole thereof in the manner and time specified in the aforesaid contract documents; and also including those arising from actions of the elements, unforeseen difficulties or obstructions encountered in the prosecution of the work, suspension or discontinuance of the work, and all other unknowns or risks of any description connected with the work. ARTICLE IV CITY hereby promises and agrees to employ, and does hereby employ, CONTRACTOR to provide the materials, do the work, and fulfill the obligations according to the terms and conditions herein contained and referred to, for the prices aforesaid, and hereby contracts to pay the same at the time, in the manner, and upon the conditions set forth in the contract documents. ARTICLE V City and its respective elected and appointed boards, officials, officers, agents, employees, and volunteers (individually and collectively, "Indemnitees") shall have no liability to CONTRACTOR or any other person for, and CONTRACTOR shall indemnify, defend, protect, and hold harmless Indemnitees from and against, any and all liabilities, claims, actions, causes of action, proceedings, suits, damages, judgments, liens, levies, costs, and expenses of whatever nature, including reasonable 48 DocuSign Envelope ID:55B6F1CD-6A54-4E72-A9A6-305CB95B84E2 attorney's fees and disbursements (collectively, "Claims"), which Indemnitees may suffer or incur or to which Indemnitees may become subject by reason of or arising out of any injury to or death of any person(s), damage to property, loss of use of property, economic loss, or otherwise occurring as a result of or allegedly caused by the CONTRACTOR'S performance of or failure to perform any services under this Agreement, or by the negligent or willful acts or omissions of CONTRACTOR, its agents, officers, directors, or employees, committed in performing any of the services under this Agreement. If any action or proceeding is brought against Indemnitees by reason of any of the matters against which CONTRACTOR has agreed to indemnify Indemnitees as provided above, CONTRACTOR, upon notice from City, shall defend Indemnitees at its expense by counsel acceptable to City, such acceptance not to be unreasonably withheld. Indemnitees need not have first paid for any of the matters to which Indemnitees are entitled to indemnification in order to be so indemnified. The limits of the insurance required to be maintained by CONTRACTOR in this Agreement shall not limit the liability of CONTRACTOR hereunder. The provisions of this section shall survive the expiration or earlier termination of this agreement. The provisions of this section do not apply to Claims occurring as a result of the City's active negligence or acts of omission. ARTICLE VI CONTRACTOR affirms that the signatures set forth hereinafter in execution of this AGREEMENT represent all individuals, firm members, partners, joint venturers, or corporate officers having principal interest herein. ARTICLE VII Nature of Relationship CONTRACTOR shall not be subject to day-to-day supervision and control by CITY employees or officials. CONTRACTOR shall perform services in accordance with the rules, regulations and policies of CITY respecting such services, and in accordance with appropriate standards of professional conduct, if any, applicable to the services provided. CITY shall not be responsible for withholding any payroll or other taxes on behalf of CONTRACTOR. It is understood and agreed that the CONTRACTOR is, and at all times shall be, an independent CONTRACTOR and nothing contained herein shall be construed as making the CONTRACTOR, or any individual whose compensation for services is paid by the CONTRACTOR, an agent or employee of the CITY, or authorizing the CONTRACTOR to create or assume any obligation of liability for or on behalf of the CITY. ARTICLE VIII CONTRACTOR shall maintain and submit certificates of all applicable insurance including, but not limited to, the following and as otherwise required by law. The terms of the insurance policy or policies issued to provide the above insurance coverage shall provide that said insurance may not be amended or canceled by the carrier, for non-payment of premiums or otherwise, without thirty (30) days prior written notice of amendment or cancellation to the CITY. In the event the said insurance is canceled, the CONTRACTOR shall, prior to the cancellation date, submit to the City Clerk new 11N DocuSign Envelope ID:55B6F1CD-6A54-4E72-A9A6-305CB95B84E2 evidence of insurance in the amounts established. Liability Insurance During the entire term of this agreement, the CONTRACTOR agrees to procure and maintain General Liability insurance at its sole expense to protect against loss from liability imposed by law for damages on account of bodily injury, including death therefrom, suffered or alleged to be suffered by any person or persons whomsoever, resulting directly or indirectly from any act or activities, errors or omissions, of the CITY, or CONTRACTOR or any person acting for the CITY, or under its control or direction, and also to protect against loss from liability imposed by law for damages to any property of any person caused directly or indirectly by or from acts or activities of the CITY, or CONTRACTOR or any person acting for the CITY, or under its control or direction. Such public liability and property damage insurance shall also provide for and protect the CITY against incurring any legal cost in defending claims for alleged loss. Such General, Public and Professional liability and property damage insurance shall be maintained in full force and effect throughout the term of the AGREEMENT and any extension thereof in the amount indicated above or the following minimum limits: A combined single limit liability policy in the amount of $2,000,000 or a commercial general liability policy with a $2,000,000 occurrence limit and a $4,000,000 aggregate limit will be considered equivalent to the required minimum limits. All of such insurance shall be primary insurance and, shall name the City of Santa Clarita as additional insured. A Certificate of Insurance and an additional insured endorsement (for general and automobile liability), evidencing the above insurance coverage with a company acceptable to the City's Risk Manager shall be submitted to City prior to execution of this Agreement on behalf of the City. Should CONTRACTOR, for any reason, fail to obtain and maintain the insurance required by this Agreement, City may obtain coverage at CONTRACTOR'S expense and deduct the cost of such insurance from payments due to CONTRACTOR under this Agreement or terminate. In the alternative. should CONTRACTOR fail to meet anv of the insurance reauirements under this agreement, City may cancel the Agreement immediately with no penalty, Should Contractor's insurance required by this Agreement be cancelled at any point prior to expiration of the policy, CONTRACTOR must notify City within 24 hours of receipt of notice of cancellation. Furthermore, CONTRACTOR must obtain replacement coverage that meets all contractual requirements within 10 days of the prior insurer's issuance of notice of cancellation. CONTRACTOR must ensure that there is no lapse in coverage. If the operation under this Agreement results in an increased or decreased risk in the opinion of the City Manager, then the CONTRACTOR agrees that the minimum limits herein above designated shall be changed accordingly upon request by the City Manager. The CONTRACTOR agrees that provisions of this paragraph as to maintenance of insurance shall not be construed as limiting in any way the extent to which the CONTRACTOR may be held responsible for the payment of damages to persons or property resulting from the CONTRACTOR's activities or the activities of any person or persons for which the CONTRACTOR is otherwise responsible. 6"Nl DocuSign Envelope ID:55B6F1CD-6A54-4E72-A9A6-305CB95B84E2 Worker's Compensation Insurance The CONTRACTOR shall procure and maintain, at its sole expense, Worker's Compensation Insurance in the amount of $1,000,000 per occurrence or in such amount as will fully comply with the laws of the State of California and which shall indemnify, insure and provide legal defense for both the CONTRACTOR and the CITY against any loss, claim or damage arising from any injuries or occupational diseases happening to any worker employed by the CONTRACTOR in the course of carrying out the work within the AGREEMENT. Such insurance shall also contain a waiver of subrogation naming the City of Santa Clarita. Automotive Insurance The CONTRACTOR shall procure and maintain, at its sole expense, throughout the term of this AGREEMENT, and any extension thereof, public liability and property damage insurance coverage for automotive equipment with coverage limits of not less than $1,000,000 combined single limit. All such insurance shall be primary insurance and shall name the City of Santa Clarita as an additional insured. Fire and Extended Coverage Insurance (Services involving real property only) CONTRACTOR also agrees to procure and maintain, at its sole expense, during the term of this Agreement, and any extension thereof, a policy of fire, extended coverage and vandalism insurance. ARTICLE IX Pursuant to Senate Bill 542, chaptered in 1999, the Employment Development Department (EDD) of the State of California requires that a W-9 Form be filed by all vendors for all AGREEMENTS entered into with the City. CONTRACTOR agrees to complete all required forms necessary to comply with EDD regulations. ARTICLE X Term This AGREEMENT shall be effective for a period beginning on the date shown in the Notice to Proceed, and ending on 35 days after the date of recordation of the Notice of Completion unless sooner terminated. Modification/Termination No modification, amendment or other change in this AGREEMENT or any provision hereof shall be effective for any purpose unless specifically set forth in writing and signed by duly authorized representatives of the parties hereto. This AGREEMENT may be terminated with or without cause by CITY giving CONTRACTOR thirty (30) days advance written notice. Any reduction of services shall require thirty (30) days advance written notice unless otherwise agreed in writing between CONTRACTOR and CITY. In the event of termination, CONTRACTOR shall be entitled to compensation for all satisfactory services completed and materials provided to the date of the notice of termination. Conflict of Interest 1.2 DocuSign Envelope ID:55B6F1CD-6A54-4E72-A9A6-305CB95B84E2 CONTRACTOR will comply with all conflict of interest laws and regulations including, without limitation, CITY's conflict of interest regulations. Non -Effect Waiver CONTRACTOR's or CITY's failure to insist upon the performance of any or all of the terms, covenants, or conditions of this Agreement, or failure to exercise any rights or remedies hereunder, shall not be construed as a waiver or relinquishment of the future performance of any such terms, covenants, or conditions, or of future exercise of such rights or remedies, unless otherwise provided for herein. Severability In the event that any one or more of the provisions contained in this AGREEMENT shall for any reason be held to be unenforceable in any respect by a court of competent jurisdiction, such holding shall not affect any other provisions of this AGREEMENT, and the AGREEMENT shall then be construed as if such unenforceable provisions are not a part hereof. Governing Law This AGREEMENT shall be construed and interpreted and the legal relations created thereby shall be determined in accordance with the laws of the State of California. Compliance with Law CONTRACTOR shall comply with all applicable laws, ordinances, codes, and regulations of the federal, state, and local government, including City's Labor Compliance Program. CONTRACTOR shall comply with all aspects of the National Pollutant Discharge Elimination System (NPDES) in order to prevent pollution to local waterways. Failure to implement NPDES Requirements shall result in project delays through City issued Stop Work Notices and/or fines levied against the CONTRACTOR. Prevailing; Wades If required by applicable state law including, without limitation Labor Code § § 1720 (as amended by AB 975 (2001)), 1771, 1774, 1775, and 1776, CONTRACTOR must pay its workers prevailing wages. It is CONTRACTOR's responsibility to interpret and implement any prevailing wage requirements and CONTRACTOR agrees to pay any penalty or civil damages resulting from a violation of the prevailing wage laws. In accordance with Labor Code § 1773.2, copies of the prevailing rate of per diem wages are available upon request from CITY's Engineering Division or the website for State of California prevailing wage determination at www.dir.ca.gov/DLSR/PWD. A copy of the prevailing rate of per diem wages must be posted at the job site. This contract is subject to state prevailing wage requirements of the California Labor Code including Sections 1770 and 1773, and the City's California Department of Industrial Relations (DIR) approved Labor Compliance Program. All covered work classifications required in performance of this contract will be subject to prevailing wage provisions. The Contractors and its subcontractors shall pay not less than the state wage rates. Contractor shall further adhere to the requirements contained in the City of RVA DocuSign Envelope ID:55B6F1CD-6A54-4E72-A9A6-305CB95B84E2 Santa Clarita's Labor Compliance Program. A copy of the Labor Compliance Program is available for review upon request at the Office of the City Clerk. All pertinent state statutes and regulations, including, but not limited to those referred to in this contract and in the City's Labor Compliance Program, are incorporated herein as though set forth in their entirety. Additionally, the Contractor is responsible for obtaining a current edition of all applicable state statutes and regulations and adhering to the latest editions of such. This Work is subject to compliance monitoring and enforcement by the Department of Industrial Relations. No prime contractor or subcontractor may be listed on a bid proposal for a public works project unless registered with the Department of Industrial Relations pursuant to Labor Code section 1725.5. No prime contractor or subcontractor may be awarded a contract for public work on a public works project unless registered with the Department of Industrial Relations pursuant to Labor Code section 1725.5. The Contractor will be required to post job site notices as described in 8 California Code of Regulation section 16451(d). Protection of Resident Workers The City of Santa Clarita actively supports the Immigration and Nationality Act (INA) which includes provisions addressing employment eligibility, employment verification, and nondiscrimination. Under the INA, employers may hire only persons who may legally work in the United States (i.e., citizens and nationals of the U.S.) and aliens authorized to work in the U.S. The employer must verify the identity and employment eligibility of anyone to be hired, which includes completing the Employment Eligibility Verification Form (I-9). The Contractor shall establish appropriate procedures and controls so no services or products under the Contract Documents will be performed or manufactured by any worker who is not legally eligible to perform such services or employment. ELECTRONIC TRANSMISSION OF CONTRACT AND SIGNATURE. The Parties agree that this Agreement may be transmitted and signed by electronic mail by either/any or both/all Parties, and that such signatures shall have the same force and effect as original signatures, in accordance with California Government Code section 16.5 and Civil Code section 1633.7. (SIGNATURES ON NEXT PAGE) 53 DocuSign Envelope ID:55B6F1CD-6A54-4E72-A9A6-305CB95B84E2 The parties hereto for themselves, their heirs, executors, administrators, successors, and assigns do hereby agree to the full performance of the covenants herein contained and have caused this AGREEMENT to be executed in duplicate by setting hereunto their names and titles on this date of CONTRACTOR: CONTRACTOR Name: Address: Phone & Fax No. ALL SIGNATURES MUST BE Signed By: WITNESSED BY NOTARY CITY: Approved as to Form: Print Name & Title: CONTRACTOR's License No. Class Date: Mayor/City Manager of the City of Santa Clarita City Attorney of the City of Santa Clarita Date: 54 DocuSign Envelope ID:55B6F1CD-6A54-4E72-A9A6-305CB95B84E2 "FAITHFUL PERFORMANCE BOND Bid #ENG-19-20-M01310 2019-2020 Annual Overlay Project M0131 City Project No.M0131 City of Santa Clarita, California KNOW ALL MEN BY THESE PRESENTS that ., as CONTRACTOR, AND as SURETY, are held and firmly bound unto the City of Santa Clarita, as CITY, in the penal sum of dollars ($ ), which is one- hundred (100%) percent of the total amount for the above -stated project, for the payment of which sum, CONTRACTOR and SURETY agree to be bound, jointly and severally, firmly by these presents. THE CONDITIONS OF THIS OBLIGATION ARE SUCH that, whereas CONTRACTOR has been awarded and is about to enter into the annexed Contract Agreement with CITY for the above -stated project, if CONTRACTOR faithfully performs and fulfills all obligations under the contract documents in the manner and time specified therein, then this obligation shall be null and void, otherwise it shall remain in full force and effect in favor of CITY; provided that any alterations in the obligation or time for completion made pursuant to the terms of the contract documents shall not in any way release either CONTRACTOR or SURETY, and notice of such alterations is hereby waived bySURETY. IN WITNESS WHEREOF, the parties hereto have set their names, titles, hands, and seals, this day of 2020. CONTRACTOR: SURETY* Subscribed and sworn to this Signature Name and Title of Signatory Legal Name of Bidder Address Telephone Number Federal Tax I.D. No. day of 12020. NOTARY PUBLIC * Provide CONTRACTOR/SURETY name, address, and telephone number and the name, title, address, and telephone number of authorized representative. 611 LABOR AND MATERIAL BOND Bid #ENG-19-20-M0131O 2019-2020 Annual Overlay Project M0131 City Project No.M0131 City of Santa Clarita, California KNOW ALL MEN BY THESE PRESENTS that ., as CONTRACTOR AND , as SURETY, are held and firmly bound unto the City of Santa Clarita, as CITY, in the penal sum of dollars($), which is one-hundred (100%) percent of the total amount for the above stated project, for the payment of which sum, CONTRACTOR and SURETY agree to be bound, jointly and severally, firmly by these presents. THE CONDITIONS OF THIS OBLIGATION ARE SUCH that, whereas CONTRACTOR has been awarded and is about to enter into the annexed Contract Agreement with CITY for the above-stated project, if CONTRACTOR or any subcontractor fails to pay for any labor or material of any kind used in the performance of the work to be done under said contract, or fails to submit amounts due under the State Unemployment Insurance Act with respect to said labor, SURETY will pay for the same in an amount not exceeding the sum set forth above, which amount shall insure to the benefit of all persons entitled to file claims under the State Code of Civil Procedures; provided that any alterations in the work to be done, materials to be furnished, or time for completion made pursuant to the terms of the contract documents shall not in any way release either CONTRACTOR or SURETY, and notice of said alterations is hereby waived by SURETY. IN WITNESS WHEREOF, the parties hereto have set their names, titles, hands, and seals, this day of _____________________________________, 2020. CONTRACTOR: Signature Name and Title ofSignatory Legal Name of Bidder Address Telephone Number Federal Tax I.D. No. SURETY* Subscribed and sworn to this day of , 2020. NOTARY PUBLIC * Provide CONTRACTOR/SURETY name, address, and telephone number and the name, title, address, and telephone number of authorized representative. 56 SECTION F SpecialProvisions - Technical 57 SECTION F – SPECIAL PROVISIONS – TECHNICAL 2019-20ANNUAL OVERLAYPROJECT Bid No. ENG-19-20-M0131O Project No. M0131 Overlay City of Santa Clarita, California The technical provisions for this contract shall be in conformance with Part 2, “Construction Materials” and Part 3, “Construction Methods,” of the Standard Specifications for Public Works Construction, 2018 Edition, (SSPWC or Greenbook 2018) acceptas amended and or superseded by the following: TABLE OF CONTENTS PAGE SECTION F1 -GENERALCONSTRUCTION INFORMATION....................................................1 F1-1 LOCATION AND SCOPE OF WORK............................................................................1 F1-2 NOTIFICATIONS...........................................................................................................1 F1-3 EMERGENCY INFORMATION.....................................................................................2 F1-4 UTILITY COMPANY INFORMATION............................................................................2 F1-5 PROTECTION OF OAK TREES...................................................................................2 F1-6 RECYCLING PLAN.......................................................................................................3 F1-7 ORDER OF THE WORK...............................................................................................3 F1-8 PROSECUTION OF WORK..........................................................................................4 F1-9 STORM WATER POLLUTION PREVENTION –BMP PLAN.......................................4 SECTION F2 -CONSTRUCTION MATERIALS AND METHODS...............................................7 F2-1 MOBILIZATION, BONDS & INSURANCE.....................................................................7 F2-2 TRAFFIC CONTROL.....................................................................................................8 F2-3 ROADWAY PREPARATION.......................................................................................12 F2-4 COLD PLANING (MILLING & KEYCUTS)..................................................................13 F2-5 DIGOUTS OR REMOVE & REPLACE AND COLD PLANE & REPLACE..................15 F2-6 ASPHALT TACK COAT..............................................................................................17 F2-7 REMOVE ROOTS UNDER CONCRETE OR PAVEMENT REPAIRS........................18 F2-8 PULVERIZATION AND GRADING.............................................................................19 F2-9 ROADWAY EXCAVATION..........................................................................................21 F2-10 LIME AND/OR CEMENT TREATMENT......................................................................22 F2-11 ASPHALT CONCRETE (AC)......................................................................................26 F2-12 THIN MAINTENANCE OVERLAY (TMO)...................................................................32 F2-13 ASPHALT RUBBER HOT MIX (ARHM)......................................................................40 F2-14 SHOULDER BACKING...............................................................................................46 F2-15 LOWERING & ADJUSTING OF UTILITY COVERS...................................................47 F2-16 TRAFFIC LOOPS........................................................................................................49 F2-17 TRAFFIC STRIPING, MARKINGS & SIGNS..............................................................51 58 59 THIS PAGE LEFT BLANK 60 SPECIAL PROVISIONS - TECHNICAL (Standard Specification for Public Works Construction) SECTION F1 - GENERAL CONSTRUCTIONINFORMATION F1-1 LOCATION AND SCOPE OF WORK The work to be performedconsists of the CONTRACTORfurnishing all materials, equipment, tools, labor, and incidentals necessary for the construction of the proposed project, complete in place in accordance with the contract drawings and specifications and subject to the terms and conditions of the Agreement. The work to be performed includes, but is not limited to furnishing all materials, equipment, tools, labor, and incidentals as required by the plans, specifications, and contract documentsfor the reconstruction or repair of city streets at various locations throughout the City of Santa Clarita. See project plans and details for more detailed description of the location of the various sites. The work includes: Saw-cutting; excavation, removal and disposal of the AC roadway section and PCC improvements; cold milling and disposal of AC pavement;replacement and compaction of subsurface material; full depth reclamation; setup and maintenance of traffic control system, placement of crushed aggregate base and AC, and ARHM pavement materials; replacement of traffic striping and markings; and clean up of the project area. CONTRACTORshall provide safe and adequate pedestrian access at all times. Vehicular movement at and around all construction sites shall be provided and maintained at all times. Approved barriers and signs (traffic flagging personnel, if necessary), shall be furnished and utilized by the CONTRACTORto ensure safety and public access to businesses at all times. F1-2 NOTIFICATIONS TheCONTRACTORshall notify the AGENCY not less than (2) working days prior to start of work. TheCONTRACTORshall also call Underground Service Alert at (800) 227-2600 as required. The General Contractor is in charge of notifications including any and all subcontractor’s work. If the closing or opening (either partial or full) of a street or alley within the City of Santa Clarita is approved by the Engineer, the CONTRACTORshall notify the following City Departments at least twenty-four (24) hours prior to the schedule closing or opening. City of Santa Clarita Public Works Inspection (661) 255-4948 Los Angeles County Sanitation Department (818) 458-5100 Los Angeles County Sheriff Department (Santa Clarita) (661) 255-1121 Los Angeles County Fire Department (Santa Clarita) (661) 286-8821 U.S. Post Office, Santa Clarita (661) 254-3270 City of Santa Clarita Transit Division (Grace Ferguson) (661) 295-6308 F 1 61 The Contractor must notify the City’s Landscape Maintenance Districts (LMD) for valve shutoff 72 hours in advance, otherwise Contractor shall pay for emergency shut off. Valves to be shut off in phases approved by LMD. F1-3 EMERGENCY INFORMATION The names, addresses, and telephone numbers of the CONTRACTORand SUBCONTRACTORSshall be filed with the City and the County Sheriff's Department on the day of the pre-construction meeting. F1-4 UTILITY COMPANY INFORMATION For utilities of AT&T, please contact Bryan Montgomery at 661-267-7525 for coordination. For utilities ofCharter Communications, please contact Tim Monson (Construction Coordinator) at 661-810-6016 for coordination. For utilities of Sanitation Districts of Los Angeles County, please contact Superintendent of Maintenance at 661-257-4809 a minimum of three (3) working days prior to the start of any work involving SanitationDistricts of Los Angeles County’s facilities for coordination. Additional requirements from the Sanitation Districts can be obtained from the City. For utilities of Santa Clarita Water Divisions (SCWD), please contactJosh Gilliamat 661-259- 3610 x235a minimum of five (5) working days prior to the start of any work involving SCWD’s facilities for coordination. SCWD’s inspector to be on site during work. Valve slip cans and lids as needed can be picked up from SCWD’s Warehouse. Materials provided bythe contractor, if necessary, must be approved by SCWD before any adjustments and/or removals of existing SCWD property(s) are made. For utilities ofSouthern California Gas Company(So Cal), please contact David Ferguson at 661- 524-1128 for coordination.So Cal’s inspector to be on site during work. For utilities ofSo Cal Edison (SCE),SCE will adjust their own facilities once paving is complete. Please contact Evan Bryanat 805-575-6319for coordination. F1-5 PROTECTION OF OAK TREES Oak trees greater than one inch (1”) in diameter are protected by City ordinances. CONTRACTORshall protect all oak trees within the project limits. An orange construction fence shall be placed 5 feet from the drip line of all oak trees within the project area for the durationof the project. CONTRACTORshall maintain the fence so that no work is permitted within 5 feet of the drip line of any oak tree.Any damage to protected oak trees during the construction period is the responsibility of the CONTRACTORand may result in fines to the CONTRACTOR. If no bid item is included in the bid schedule, Protection of Oak Trees shall be included in the various items of work and no additional compensation will be allow therefore. F 2 62 F1-6 RECYCLING PLAN Within 7 days of award of Contract, the CONTRACTORshall submit a Construction and Demolition Materials Management Plan (C&DMMP) in accordance with Chapter 15.46, Construction and Demolition Materials Management, of the City of Santa Clarita Municipal Code. This plan shall outline the quantity of inert material (including dirt, rock, brick, sand, and gravel) and construction material that may be recycled or reused and the possible recycling methods. The C&DMMP must be approved by the Environmental Services Division prior to construction.A sampleC&DMMP is provided in Appendix A. When preparing the C&DMMP, the CONTRACTORmust name the hauler or haulers that the CONTRACTOR plans on using for the project. TheCONTRACTORmust use a hauler that currently has a franchise agreement with the City of Santa Clarita (see Appendix Afor a list of franchised haulers). CONTRACTORSare urged to contact the Environmental Services Division at (661) 286-4098 if there are any questionsprior to the submission of the C&DMMP.If the CONTRACTORselects to self-haul, the CONTRACTORmust name the facility where the material is going to be hauled on the C&DMMP. Inaccordance with Chapter 15.46,Construction and Demolition Materials Managementof the City of Santa Clarita Municipal Code, at least fifty percent (50%) of all Construction and Demolition Materials and Inert Wastes from construction, demolition, grading, and renovation projects shall be diverted from landfills.At least 50% of the construction and demolition materials on this project must be recycled. All weight tickets and estimates of materials shall be given to the city’s project inspector. All surplus material shall become the property of the CONTRACTORand shall be disposed ofat theCONTRACTOR’S expense. All materials removed from the work area to be disposed off site unless otherwise specified.CONTRACTORshall dispose of all debris in full compliance with all government regulations having jurisdiction. All vegetation, trash,demolished structures and pavement materials shall be removed in clearing and site maintenance operations and shall become the property of the CONTRACTORand shall be disposed of outside the site of the work and at the expense of the CONTRACTOR. TheCONTRACTORshall keep the project site clean and free from rubbish and debris at all times, as well as any adjacent areas, which are affected by the construction operations. F1-7 ORDER OF THE WORK CONTRACTOR is responsible for coordinating with the City’s CIP Project Manager, Ramiro Fuentes, at (661) 286-4134. All tree root removals and PCC repairs on a particular street must be constructed and accepted by the Agency prior to the construction of the street overlay. CONTRACTOR is responsible for coordinating with the contractors who are awarded City Project No. M0131 – Annual Slurry Seal Project and M0136 – Federal Resurfacing Project. F 3 63 At no time a milled pavement surface shall be opened to traffic. Milled pavement surfaces shall be paved back with the asphalt concrete base or leveling course immediately after milling and base repairs (digouts) have been completed. The contractor must coordinate with Waste Management for trash pickups schedule. F1-8 PROSECUTION OF WORK Once started, the CONTRACTORshall continuously work on the project until completion. Other than for inclement weather, work shall not be discontinued unless notification is provided to the Cityat least 72 hours in advance. Such notification of work suspension shall include the exact date when work will be suspended and the date when work will resume.Failure to notify the City of work suspension will subject the CONTRACTOR to a $900/per working day inspection charge for each day work is suspended without the required notification. No work suspensiondue to material and/or equipment issue. A Project Manager with qualifications for the scope of work will need to be on site during the duration of construction. Contractor cannot assign a field personnelto be theProject Manager with no experience. The General Contractor’s Representative, the non-working foreman, shall be on site, and on call, at all times and in coordination with subcontractors. The Project Manager, and all working foreman and non-working foreman shall attend the mandatory kick-off meeting. Failure to follow the above requirements will result in, but not limited to, a liquidated damage of $1,000 per day per incident unless otherwise specified. Failure to have a prime contractor on site for subcontractor’s work will result in aliquidated damage of $1,000 per day per subcontractor per work area. The City can at any time request a more experienced or qualified foreman and/or operator when work performance is not being met for a certain skill. All liquidated damages occurring on arterials will be increased to $5,000. F1-9 STORM WATER POLLUTION PREVENTION – BMP PLAN The Contractor shall prepare and submit in accordance with Section 7-8.6 of the Standard Specifications a BMP Planin conformance with the requirements of the Waste Discharge Requirements for Municipal Separate Storm Sewer System (MS4) Discharges within the Coastal Watersheds of Los Angeles County, except those Discharges Originating from the City of Long Beach MS4 (Order No. R4-2012-0175, NPDES No. CAS004001), including section Vl.0 .8.i.v., Table 16 (below), are the minimum requiredBMPs for roadway paving or repair. These 12 BMPs shall be implemented, as applicable, for the proposed activities. No.Table 16 BMP DescriptionCASQA BMP No. F 4 64 1.Restrict paving and repaving activity to exclude periods of rainfall EC-1, Scheduling or predicted rainfall unless required by emergency conditions. NS-3, Paving & Grinding Operations 2.Install gravel bags and filter fabric or other equivalent inlet SE-10, Drain Inlet Protection protection at all susceptible storm drain inlets and at manholes to prevent spills of paving products and tack coat. SE-6, Gravelbag Berms NS-3, Paving & Grinding Operations 3.Prevent the discharge of release agents including soybean oil, NS-3, Paving & Grinding Operations other oils, or diesel to the storm water drainage system or receiving waters. WM-2, Material Use WM-4, Spill Prevention & Control 4.Minimize non storm water runoff from water use for the roller and NS-1, Water Conservation for evaporative cooling of the asphalt. NS-3, Paving & Grinding Operations Clean equipment over absorbent pads, drip pans, plastic sheeting 5.NS-3, Paving & Grinding Operations or other material to capture all spillage and dispose of properly. NS-8, Vehicle & Equipment Cleaning WM-4, Spill Prevention & Control 6.Collect liquid waste in a container, with a secure lid, for transport NS-3, Paving & Grinding Operations to a maintenance facility to be reused, recycled or disposed of properly. WM-6, Hazardous Waste Management 7.Collect solid waste by vacuuming or sweeping and securing in an NS-3, Paving & Grinding Operations appropriate container for transport to a maintenance facility to be reused, recycled or disposed of properly. SE-7, Street Sweeping & Vacuuming 8.Cover the “cold-mix” asphalt (i.e., pre-mixed aggregate and NS-3, Paving & Grinding Operations asphalt binder) with protective sheeting during a rainstorm. WM-3, Stockpile Management 9.Cover loads with tarp before haul-off to a storage site, and donot NS-3, Paving & Grinding Operations overload trucks. WE-1, Wind Erosion Control 10.Minimize airborne dust by using water spray or other approved NS-3, Paving & Grinding Operations dust suppressant during grinding. WE-1, Wind Erosion Control 11.Avoid stockpiling soil, sand, sediment, asphalt material and NS-3, Paving & Grinding Operations asphalt grindings materials or rubble in or near storm water drainage system or receiving waters. WM-1, Material Delivery & Storage WM-3, Stockpile Management F 5 65 12.Protect stockpiles with a cover or sediment barriers during a rain.NS-3, Paving & Grinding Operations WM-3, Stockpile Management The BMP Plan is to be implemented prior to the start of work. See Section 7-8.6 Water Pollution Control/Storm Water Pollution Prevention in Section E-Special Provisions for additional information. Temporary AC is subject to raveling. When temporary AC is being used, a street sweeper shall be scheduled to remove all debris caused by the raveling. The sweeper shall operate continuously until the raveling has stopped or the temporary AC has been removed. All flow lines shall be left unimpeded and no material, including AC cold mix, waste AC, road base, or soil, shall be placed in the flow line. Disturbance to non-stabilized surfaces at staging and storage areas shall be minimized. These areas will only be large enough to run an efficient and safe operation. They shall be surrounded with temporary construction fence if no fence or barrier is present. Should sandbe used on fresh AC surfaces, the excess sand shall be removed by either sweeper, broom, or vacuum. Washing sand away is not permitted. Upon completion of the project ALL disturbed-soil areas, including the construction staging area, shall be stabilizedwith materials providing soil stabilization for a minimum of one year. These materials shall be approved by the ENGINEER. Stabilization items are required to be implemented prior to the project acceptance by the City’s Project Manager. No BMPs may contain plastic. Failure to comply with anyrequired environmentalstandards will subject the Contractor to liquidated damages in the amount of $1,000 per day per deficiency. TheLUMP SUM price paid for "STORM WATER POLLUTION CONTROL PROGRAM" shall include but not be limited to all costs associated with installation, maintaining, removal of BMPs and record keeping and reporting as required by the latest regulations. Payment will be made as follows: a.Fiftypercent(50%)ofthetotalamountbidforImplement BMP Plan and Maintain BMPs will be paid with the first progress payment after at least five percent (5%) ofthe originalContractAmountforotheritemsofworkhasbeen performed. b.When at least ten percent (10%) of the original Contract Amount for other items of work has been performed, an amount will be included in the next monthly progress payment to increase the total amount of Implement BMP Plan and Maintain BMPs paid to seventy-five percent (75%) of the total amount bid for Implement BMP Plan and Maintain BMPs. c.When at least twenty percent (20%) of the original Contract Amount for other items of work has been performed, an amount will be included in the next F 6 66 monthly progress payment to increase the total amount of Implement BMP Plan and Maintain BMPs paid to ninety percent (90%) of the total amount bid for Implement BMP Plan and Maintain BMPs. d.Upon substantial completion,one-hundred percent (100%) of the remaining contract pricepaid for Implement BMP Plan and Maintain BMPs will be included in the estimate for payment. e.The City’s Project Manager will retain an amount equal to 25 percent of the estimated value of the contract work performed during estimate periods in which the CONTRACTOR fails to conform to the provisions in this section "Water Pollution Control" as determined by the City’s Environmental Specialist. The City’s Environmental Specialist shall inspect the work areas weekly, or as required, and the deficient item list will be issued if correction(s) is/are needed. Corrections shall be made within 3 working days. Once the deficient item is corrected and approved by the City’s Environmental Specialist, the withheld money will be released to the Contractor. SECTION F2 - CONSTRUCTIONMATERIALS AND METHODS F2-1 MOBILIZATION, BONDS & INSURANCE TheLUMP SUM price paid for “MOBILIZATION” shallincludeall costs associated with insurance, bonds, required permits and fees, shop drawings, mobilization, demobilization, preparation of project schedule, project phasing, supervision, coordination of concurrent work with other CONTRACTORS, meetings, and "as-built" plans required to perform the Work indicated in the plans and specifications. The price for mobilization shall not exceed 3% of the total bid items exclusive of the cost for Mobilization. Payment will be made as follows: a.Fiftypercent(50%)ofthetotalamountbidforMobilizationwill be paid with the first progress payment after at least five percent (5%) ofthe original ContractAmountforotheritemsofworkhasbeenperformed. b.When at least ten percent (10%) of the original Contract Amount for other items of work has been performed, an amount will be included in the next monthlyprogress payment to increase the total amount of Mobilizationpaid to seventy-five percent (75%) of the total amount bid for Mobilization. c.When at least twenty percent (20%) of the original Contract Amount for other items of work has been performed, an amount will be included in the next monthly progress payment to increase the total amount of Mobilizationpaid to ninety percent (90%) of the total amount bid for Mobilization. F 7 67 d.Upon substantial completion,one-hundred percent (100%) of the remaining contract price paid for Mobilizationwill be included in the estimate for payment. F2-2 TRAFFIC CONTROL F2-2.1 SCOPE Work to be performed under this Section covers all labor, materials, tools, equipment, transportation and incidentals necessary to maintain and control all pedestrian and vehicular traffic through the construction site.In addition, this work shall include all work as outlined in Section 7-10 of these Contract Documents. All such work shall conform to the applicable provisions of the Standard Specifications and these Special Provisions. The criteria for controlling traffic movements in the work areas are contained in the LatestWork Area Traffic Control Handbook, published under the authority of the Watch Committeeof Public Works Standards, Inc.Themanual prescribes MINIMUM standards for the application of uniform traffic control devices such as traffic cones, barricades, regulatory signs, warning signs and guide signs. TheCONTRACTORshall have at the worksite a copy of The California Manual on Uniform Traffic Control Devices (CA MUTCD), LatestEditionand shall comply with its provisions. At no time shall any roadway that is to be repaired as part of this project be closed to traffic, pedestrian or vehicular, unless approved by the City.If the closing or opening (either partial or full) of a street within the City of Santa Clarita is approved by the Engineer, the CONTRACTOR shall notify the City Public Works Inspector assigned to the project and local authorities at least 24 hours priorto the schedule closing or opening. TheCONTRACTORshall provide and maintain traffic control devices at all times in accordance with the Standard Specifications, these project Special Provisions, and as directed by the City Engineer. At no time is any business or residence to be without access unless otherwise approved. Conflicting existing pavement markings shall be removed by sandblasting. Conflicting raised pavement markers also shall be removed. Traffic striping shall be replaced in between treatmentsandupon the finished surface at the original locationbefore being opened to traffic, unless shown otherwise on the improvement plan. Pavement arrows, messages, and limit lines shall be installed per City standards. Temporary traffic markers shall be spaced at a maximum of 24’ apart. All traffic signs shall be reflectorized and shall conform to the City of Santa Clarita's specifications. Installation shall conform to Caltrans standard plans and CA MUTCD. F 8 68 F2-2.2TRAFFIC CONTROL PLAN Two Weeks prior to the pre-construction meeting, the CONTRACTORshall submit to the Engineer for his review, a detailed traffic maintenance and control plan for the various affected project sites or streets. The traffic control plans shall be in accordance to Section E 7-10.1.1, Engineering Traffic Control Plan, of this project manual.No work may commence in any area until the Traffic Control Plan has been approved by the City Traffic Engineer.Failure to provide the City with the required traffic maintenance and control plans at the specified time will subject the Contractor to liquidated damages in the amount of $1,000 per day the submittal of the traffic maintenance and controls plans is delayed. Soft closures shall be avoided at all costs; however, if a soft closure is required, and approved by the City, the Contractor shall submit a revised TCP for approval. Road detours shall be the sole responsibility of the Contractor for all work including those of the subcontractors. F2-2.3CONSTRUCTION SIGNING Construction signing shall consist of furnishing, installing, maintaining, and removing construction signs, temporary guide markers, and barricades. Construction signing shall meet the requirements set forth in TheCaliforniaManual on Uniform Traffic Control Devices (MUTCD), latestEdition, and these Special Provisions. Flagmen will be required to direct traffic during construction. In addition, after bituminous materials are applied, pilot cars may be required, as directed by the Engineer, to control traffic to a speed below 20 mph to ensure traffic safety. F2-2.4TRAFFIC MAINTENANCE TheCONTRACTORshall be responsible for handling vehicular and pedestrian traffic in accordance with Subsection 7-10 of the Standard Specifications and these Special Provisions. Vehicular traffic must be maintained at all times to all businesses and residences, except as noted in the belowtables. CONTRACTOR shall provide a knowledgeable, full time, on site, individual, whose sole task is controlling ACdelivery truck traffic during paving andgrindings hauling traffic during grinding operations. This person shall ensure that trucks do not enter the work area until the proper time of off load is required by the paving and grinding crew. Further, this person will report the presence of any tracked material from the work area to the Owners Representative and the Project Manager for immediate clean up by the CONTRACTOR. For towing vehicles parked at no parking zone, contact the City’s Parking Enforcement Supervisor. Andy Kane at 661-255-4369h F 9 69 Special Instructions for School Zones CONTRACTOR shall complete work with school zones prior to the start of the school year. This includes any work within 1,000 feet of a school, roadways leading directly to a school, or street having a school. CONTRACTORshall notify school district and coordinate work as to maximize safety and minimize inconvenience. This includes any work within 1,000 feet of a school, roadways leading directly to a school, or street having a school. If at all possible, such work shall be scheduled after school is releasedfor summer session. Work in school zones shall be prohibited from 7:00 a.m. to 9:00 a.m. and from 2:00 p.m. to 4:00 p.m. on weekdays when school is in session.Work is also prohibited in school zones during the first week of school. The CONTRACTOR shall coordinate with the following School Districts at least forty-eight (48) hours prior to the schedule closing or opening of streets. Hart District (661) 259-0033 Newhall School District (661) 291-4000 Saugus Union School District (661) 294-5300 Special Instructions for Traffic Loop Detectors& Temporary Traffic Detection Cameras Prior to beginning the work, CONTRACTORshall disarm loop detectors and set signals to automatic timing mode. This work shall be coordinated through City Personnel. Actual work may be performed by City or other agency personnel. CONTRACTORshall be responsible for disarming traffic loop detectors and setting signals to automatic timing for those signals whether performed by City of other agency personnel, or by CONTRACTOR’Spersonnel. Special Instructions for Bus Route The CONTRACTOR shall notify the Santa Clarita Transit at least forty-eight (48) hours prior to the schedule closing or opening of streets. The City will subject the Contractor to liquidated damages in the amount of $1,200 per day for each missed notification. Special Instructions for Staging and Haul Route All haul routes and staging areas forthe work shall be submitted to the City for approval.Remove all equipment from the temporary staging area within 1 week after completion of the work unless approved by the City. TheCONTRACTORshall be responsible for developing specific detailed traffic control plans for these circumstances as required in Section F2-2.2 above. TheCONTRACTORshall notify the Engineer of his intention to begin work at least three (3) working days before starting anywork at each street location. The CONTRACTORshall cooperate with the Engineer relative to handling traffic through the areas and shall make his own arrangements relative to keeping the working area clear of parked vehicles and to clear access to driveways.Contact the City’s Parking Enforcement for towing vehicles. F10 70 At intersections, if a cross street needs to be temporarily closed when work is in progress through the intersection, and the anticipated traffic delay is more than five minutes, a detour sign shall be installed on the cross street and shall include the installation of advance signing displaying the anticipated delay time.The signing shall be reviewed by the Engineer. CONTRACTOR'Sequipment and personal vehicles of the CONTRACTOR'Semployees shall not be parked on the traveled way nor onany street where traffic is restricted at any time. If construction equipment is parked in the parking lanes overnight, barricades and other suitable warning devices shall be required. F2-2.5PORTABLE DELINEATORS Portable delineators shall be either cones or tubular markers. Delineators to be used at night or in low light conditions shall be reflectorized. The minimum height of either cones or tubular markers shall be 37 inches above the road surface. All portable delineators shall comply with the current versionof the Caltrans Traffic Manual. The portable delineators shall be spaced as necessary for proper delineation; however, in no case shall the spacing between portable delineators exceed 50 feet on tangents or 25 feet on curves. F2-2.6CHANGEABLE MESSAGE SIGNS (CMS) Contractor shall, for the duration of the contract, supply 6 CMS to be placed at locations at the direction of the Engineer. The locations of the CMS shall be shown on the Traffic Control Plan. CMS shall be installed a minimum of 7 days prior to beginning of any work as part of this contract. Contractor to provide 2 extra, on standby, CMS for use during schedule changes. Messages on the CMS shall be corrected for any error as soon as noted and must be done prior to the end of the day the error was noted. F2-2.7RESTRICTIONS ON CLOSURE OF TRAFFIC LANES The streets shall be open for use by public traffic on Saturday, Sunday, and any day designated by the City as a legal holiday, after 3 p.m. on Friday, after 3 p.m. on the day preceding a designated legal holiday, and when construction operations are not actively in progress on working days.During daily construction operations, there may be certain a.m. and p.m. peak traffic hours that may require the CONTRACTORto alter and/or modify his construction schedule to complete the work so as to have the least impact the public convenience if determined by the engineer. The General Contractor shall ensure that no one drives into road closures. F2-2.8PAYMENT The payment for “TRAFFICCONTROL”will be made on a LUMP SUM basis. Thecontract lump sum priceshall include full compensation for furnishing all labor, materials, tools, equipment, transportation and incidentals, and for doing all the work involved in maintaining and controlling traffic, complete in place, including changeable message signs, as specified in the F11 71 Standard Specifications and these Special Provisions. Payment will be made as follows: a.Fiftypercent(50%)ofthetotalamountbidforMaintaining and Controlling Trafficwill be paid with the first progresspayment after at least five percent (5%) ofthe originalContractAmountforotheritemsofworkhasbeen performed. b.When at least ten percent (10%) of the original Contract Amount for other items of work has been performed, an amount will be included in the next monthlyprogress payment to increase the total amount of Maintaining and Controlling Trafficpaid to seventy-five percent (75%) of the total amount bid for Maintaining and Controlling Traffic. c.When at least twenty percent (20%) of the original Contract Amount for other items of work has been performed, an amount will be included in the next monthly progress payment to increase the total amount of Maintaining and Controlling Trafficpaid to ninety percent (90%) of the total amount bid for Maintaining and Controlling Traffic. d.Upon substantial completion,one-hundred percent (100%) of the remaining contract price paid for Maintaining and Controlling Trafficwill be included in the estimate for payment. F2-3 ROADWAY PREPARATION F2-3.1 SCOPE Roadway Preparation shall conform with Section 300-1 of the Standard Specifications, and as modified by the following Special Provisions and the plans. 1.The work under this section consists of preparing the roadway prior to theresurfacing or reconstruction.Such work shall include controlling nuisance water, sweeping, watering, removal of all raised pavement markers, removing thermoplastic pavement markers, removing rubber speed bumps and storing them at a safe location agreeable to the City until replacement,and removing loose and broken asphalt concrete pavement and foreign material, including existing weed growth as specified in these Special Provisions and as required by the Engineer. The Storm Water Pollution Control Program is to be implemented prior to the start of work.Any roadway area that contains existing weed growth shall be treated with an Environmental Protection Agency (EPA)approved herbicide composed of glyphosate and oryzalin, combined and applied according to label directions. 2.CONTRACTOR'Sattention is especially directed to Sections 7-8, "Project Site Maintenance," 7-9, "Protection and Restoration of Existing Improvements," and 7-10, "Public Convenience and Safety" of the Standard Specifications, which shall be strictly adhered to. (A bid item is included herein for Traffic Control for all project work.) F12 72 F2-3.2PAYMENT Payment for Roadway Preparation shall be included in the prices bid for other items of work and no additional compensation will be allowed therefore unless noted on Plans and bid proposal as part of this contract.Such payment shall be considered full compensation for furnishing and maintaining all materials, labor, equipment, and all incidentals necessary to complete the work in accordance with the Standard Specifications and these Special Provisions. F2-4 COLD PLANING (MILLING& KEYCUTS) F2-4.1 SCOPE The existing pavement adjacent to existing gutters, cross gutters or at the ends of overlays, at equipment crossings and at bridge approaches shall be cold planed as specified herein. Limits of cold planing will be determined by the Engineer prior to construction. The depths and dimensions of the cold planing and keycuts are designated on the Plans. Cold planing will be used for removal of existing pavement on those roadways designated for cold planing and replacement of the asphalt concrete, and may be used for Digouts. TheCONTRACTORshall schedule the work such that permanent paving shall be completed within 5 working days after cold planing. Liquidated damages of $250 per calendar day per street shall be applied for failure to meet the 5 working day requirement. The CONTRACTOR shall schedule the cold planing work such that the pavement levelling course (base course) can be completed immediately after milling and digouts are complete. Milled pavement surfaces shall not be opened to traffic and all traffic lanes shall be open for traffic outside the approved work hours. F2-4.2EQUIPMENT The machine used for planing shall have performed satisfactorily on similar work and shall meet the following requirements: The planing machine shall be specially designed and built for planing of bituminous pavements without the addition of heat. It shall have the ability to plane Portland Cement Concrete patches in the bituminous pavement or Portland Cement Concrete pavements. The cutting drum shall be a minimum of thirty (30) inches wide and shall be equipped with carbide tip cutting teeth placed in a variable lacing pattern to produce the desired finish. The machine shall be capable of being operated at speeds of 0 to 40 feet per minute; it shall be self-propelled and have the capability of spraying water at the cutting drum to minimize dust. The machine shall be capable of removing the material next to the gutter of the pavement being reconditioned and so designed that theoperator thereof can at all times observe the planing operation without leaving the controls.The machine shall be adjustable as to slope and depth. TheCONTRACTOR's attention is directed to Subsection 7-8.2 "Air Pollution Control" of the Standard Specifications. F13 73 F2-4.3CONSTRUCTION Prior to cold planing on streets to be milled, all utility covers shall be lowered such that the cutting teeth of the planing machine passes over the adjusted lid without causing damage to the lid or frame. CONTRACTORwill be responsible for maintaining any temporary asphaltic fill material over these facilities until the final paving surface is installed. CONTRACTORshall remove as shown in the keycut details included in these Technical Provisions. Remaining material around utility covers and at gutter lips shall be removed to the depth of the adjacent milled surface after completion of cold planing.If pavement against utility covers, gutter lips, or other features, cannot be removed by the planing machine, CONTRACTOR shall use other means to remove this material. The surface of pavement after planing shall be uniformly rough. The grade shall not deviate from a suitable straight edge more than three-eighths (3/8) inch at any point.Milling may require more than one (1) inch removal of existing asphalt above gutter lips in addition to the required depth below the gutter lip due to prior overlays. All pavement areas called out for milling and replacing shall be milled to the full width of the roadway. Pavement against curb faces shall be removed to the full depth designated for that particular section of roadway. If pavement against curb faces cannot be removed by the planing machine, the CONTRACTORshall use other means to remove thismaterial. Water for cold milling shall be provided by the CONTRACTORand shall be considered integral to cold milling in terms of payment. On intersections where the plans call for cold milling and replacing the asphalt concrete, the CONTRACTORshall only remove what can be paved back during the same work period. F2-4.4REMOVAL AND DISPOSAL OF MATERIAL During the planing operation, the CONTRACTORshall sweep the street with mechanical equipment and remove all loosened materialfrom the project site until completion of the removal work. The CONTRACTORshall take all necessary measures to avoid dispersion of dust. CONTRACTOR shall notify the Engineer for approval of swept surface prior to Tack Coat application. All material removed shall be disposed of in accordance with Section E 7-8.10 “Construction and Demolition Materials Management” of the Contract Documents. In addition to removing the cold milled asphalt concrete, the CONTRACTORshall remove any slurry seal or asphalt concrete which is adhered to the top of the adjacent gutter, cross gutter or spandrel. F14 74 F2-4.5TEMPORARY TRANSITIONS In addition to the provisions of Subsection 302-5.2 of the SSPWC, the CONTRACTORshall construct temporary pavement transitions at all cold milled areas greater than 1 inch prior to allowing traffic onto the cold milled areas. This includes both longitudinal and transverse directions. This also includes PCC facilities around corners from beginning of curb return to end of curb return, PCC cross gutters and PCC spandrels.Temporary pavementtransitions shall have a slope of 20:1 or as approved by the engineer and be constructed on Kraft paper or other suitable bond breaker such that upon removal of the temporary pavement transition, a clean notch remains. The temporary transitions shallbe constructed of hot mix. TheCONTRACTORshall continuously maintain the temporary pavement until final paving. Each temporary transition shall be inspected by the CONTRACTORand repaired as necessary to comply with these provisions at the end of each day including weekends and holidays. Failure to comply with these provisions will result in a liquidated damage of $250 per day per transition and/or the cost of City crews making the repairs if necessary to correct for public safety. F2-4.6PAYMENT Payment for various keycuts will bemeasured along the edge of the adjacent curb, gutter, cross gutter, or pavement, and paid for on a lineal foot basis. Cold Planing on roadways to be milled will be measured and paid for on a square foot. Payment for various cold plane & removewill be made at the unit price bid on the basis of actual measured quantities of cold planing completed in accordance with the Plans and these Special Provisions. Other cold planing ispaid for under various other items. Such payment shall be considered full compensation for providing all labor and equipment and performing all work. F2-5 DIGOUTS OR REMOVE & REPLACEAND COLD PLANE & REPLACE F2-5.1GENERAL The work of Digouts or Remove & Replace consists of removing the existing asphalt concrete and base if necessary to the specified depth by cold planing(no sawcut allowed)and replacing the void with asphalt concrete. Digouts shall be constructed as indicated on the plans and immediately after cold planing operations so that the asphalt concrete levelling (base course) can be placed on the milled surface in the same shift. F2-5.2MATERIALS Asphalt concrete for Digouts or Remove & Replace shall be C2 and conform to Section F2.11. Asphaltconcrete binder shall be C2 PG 64-10 (dense medium coarse) per Table 203-6.4.4 unless specified on the plans or approved by the engineer. F15 75 F2-5.3CONSTRUCTION The Engineer shall mark the locations of each digoutbased on the plans and observations after the full-width milling operations have been completed. The CONTRACTOR shall accompany the Engineer during markings of the digouts/base repair areas and the marked, measured and agreed on areas will constitute thefinal pay quantity. After completion of the full-width milling operations, the asphalt concrete within the marked digout/base repair areas shall be removed toa uniform depth as specified. The edges of the removal area shall be saw cutor vertical grind.Any removed material shall be removed from the site. Materials, within 3 inches,underneath the specified removal depth that are displacedduring the milling operations shall be replaced and compacted with asphalt concrete as specified in Subsection 302-5 of the Standard Specifications and these Special Provisions. If base rock is exposed, the surface shall be compacted and proof-rolled in the presence of the Engineer or designated representative.The pavement area shall be cleaned and tack coated in accordance with Section F2-6. Asphalt concrete shall be placed and compacted as specified in Subsection 302-5 of the Standard Specificationsand these Special Provisions. Atareas where the underlyingmaterial appears to be wet or soft, or where it deflects under wheel loads, the CONTRACTORshall employ excavation and grading techniques which do not worsen the subgrade condition. Prior to placing asphalt concrete, the area shall be proof-rolled with a loaded construction vehicle, preferably a ten cubic yard dump truck or equivalent. The compacted surface shallnot visibly yield or deflect. Soft, yielding, unstable, or unsuitable areas shall be removed and replaced with base rock or asphalt concrete. Ifthe areas were caused or significantly worsened by the CONTRACTOR’s operations, these areas shall be replaced at the CONTRACTOR’s expense. In the event that the underlying material is soft, yielding, unstable, or unsuitable, it shall be excavated to the depth of 6 inchesbelow the initial digout/base repair depth required above and disposed of in accordancewith these Special Provisions.The limits of removal shall be designated by the Engineer. The resulting space shall be filled with a single lift of asphalt concrete and compacted according to Section 302-5.6.2 of the Standard Specifications. Payment for removing unsuitable subgrade and replacing with asphalt concrete pavement will be made under the Bid Item "OVER-EXCAVATION (REVOCABLE ITEM)". Over-excavation shall be considered revocable as it is not known if unsuitable subgrade requiring over-excavation will be encountered during construction. For bidding purposes the Bid Schedule assumes that 10% of the digout/base repair areas will require over-excavation based on unsuitable subgrade. Unsuitable material is defined as material the Engineer determines to be: 1.Of such unstable nature as to be incapable of being compacted to specified density using ordinary methods at optimum moisture content, or 2.Too wet to be properly compacted and circumstances prevent in-place drying prior to incorporation into the work, or 3.Otherwise unsuitable for the planned use. F16 76 Remove only what can be replaced during the same work period.For streets that call for an ARHM surface course the CONTRACTOR shall coordinate the schedule and timing of placing the ARHM. The AC base course and any intermediate AC courses shall be placed during the same work period. F2-5.4PAYMENT Payment forvarious remove and replace, transition, complete in place, will be made at the contract unit price bid per square foot for the respective items. Such payment shall be considered full compensation for furnishing all labor, material, asphalt concrete, tack coat, temporary striping, tools, and equipment necessary to complete the work including the removal and proper disposal of the excavated materialand replacement of displaced materials underneath, in accordance with the Standard Specificationsand these Special Provisions. Sawcut shall be incidental to the work. Section 3-2.2.2 “Increases of More Than 25 Percent” and Section 3-2.2.3 “Decreases of More Than 25 Percent” shall not apply to the bid items related to removing and replacing pavement or digouts. Measurement and Payment for “Stabilization Allowance”shall be on a unit cost basis as indicated in the bid schedule. The unit costs shall include full compensation for removal of unsuitable subgrade and placement and compaction of six (6”) inches of asphaltconcrete (AC). Payment for this item shall only be made on an allowance basis and only for the work completed. The Contract shall have no claim to that portion of the allowance which is not necessary for the project. F2-6 ASPHALT TACK COAT F2-6.1 SCOPE Work to be performed under this Section covers all labor, materials, tools, equipment and incidentals necessary to furnish and apply, complete in place tack coat in conjunction the asphalt concrete overlay and other asphalt paving work.All such work shall conform to the applicable provisions of the Standard Specifications, and these Special Provisions. F2-6.2MATERIALS The tack coat shall be High Performance Seal (No–Track). A certificate of compliance shall be submitted prior to construction. F2-6.3CONSTRUCTION The tack coat shall not be applied until the preparationof the existing surface has been completed, and then only so far in advance of placing the asphalt concrete overlay as permitted by the Engineer/ Inspector.No tack coat shall be left exposed overnight.Immediately in advance of placing the asphalt concrete overlay additional tack coat shall be applied, as directed by the Engineer to areas where the tack coat has been destroyed or otherwise rendered ineffective, and no additional compensation will be allowed for such work. F17 77 Tack coat shall be applied to all vertical edges after every lift of asphalt. Vertical edges shall be tack coated by hand wand or manually by brush.The tack coat application shall not extend above the level of the finished surface by more than 1 inch. Gutter pans and curb faces not to be tack coated shall be protected by shields or other methods. An overspray beyond the 1 inch shall be removed by means approved by the Engineer. Existing concrete curb faces and driveways shall be protected against disfigurement from the asphalt.Residue of the material shall be removed from curb faces and driveways by sandblasting to the extent required by the Engineer. The tack coat shall be applied as specified in Subsection 302-5.4 of the Standard Specifications and these Special Provisions. Tack coat shall not be applied when the temperature of the surface to be tacked is below 40Fahrenheit in the shade. TheCONTRACTORshall be responsible for cleaning tack coat tracked onto decorative concrete crosswalks or thermoplastic legends and crossbars within the project limits and along truck haul routes used by the CONTRACTORor his SUBCONTRACTORS. The haul routes shall be inspected by the City and CONTRACTORprior to initiating work to photographically establish the existing conditions. Within 10 calendar days of completion of final paving, the City and CONTRACTORshall reinspect the haul routes to determine the extent and locations of required cleaning. Cleaning shall be performed within 10 calendar days after the City delivers a written copy of the locations of required cleaning.Failure to meet this schedule, whether to reinspect or to perform cleaning, shall subject the CONTRACTORto a liquidated damage of $500 per calendar day per location. F2-6.4PAYMENT No separate payment will be made for work or other features as required and outlined in this Section, "Asphalt Tack Coat." Full compensation for such work and features shall beconsidered included in the price bid for asphalt concrete pavement bid items (e.g. AC-C2, ARHM-GG-C, digouts) and no additional compensation will be allowed therefore. Such payment shall be considered full compensation for furnishing and maintaining all materials, labor, equipment, and all incidentals necessary to complete the work in accordance with the Standard Specifications and these Special Provisions. F2-7 REMOVE ROOTS UNDER CONCRETE OR PAVEMENT REPAIRS F2-7.1GENERAL All tree roots under the concrete to be repaired shall be removed as described herein. This item includes root removal where treeshave been previously removed. The CONTRACTOR shall coordinate with and receive approval from City Arborist for all root pruning / trimming. F2-7.2CONSTRUCTION The CONTRACTOR shall remove all tree roots under the concrete or pavement to be repaired to a depth of 12 inches below the concrete subgrade. Roots shall be cut at the limits of the concrete repairs prior to physically removing the roots. Any damage done to adjacent concrete or other improvements due to thefailure to sever roots at the limits of the concrete repair shall be repaired F18 78 at the CONTRACTOR's expense. The area where roots have been removed shall be backfilled with native material or Class 2 Aggregate Base. The area to be backfilled shall be scarified prior to the addition of backfill and shall be compacted to 90% relative compaction under concrete repairs and 95% under pavement repairs. The limits of root removal shall be 10 feet to each side of the tree or shrub causing the damage unless otherwise authorized by the Engineer. F2-7.3PAYMENT The work of Remove Roots Under Concrete or Pavement Repairsshall be paid for on a unit price basis by the square foot. The unit price shall include all costs for locating, severing and removing roots; supplying, installing and compacting backfill; and all the miscellaneous work necessary to complete the work for each location of concrete or pavement repair. F2-8 PULVERIZATION AND GRADING F2-8.1GENERAL The work shall consist of pulverizing the existing asphalt concrete pavement and base to form a recycled aggregate base consisting of a thoroughly blended mixture of pulverized asphalt concrete and existing aggregate base. In some instances, some native soil may be incorporated into the pulverized base material as allowed by the Engineer. The pulverized aggregate base material shall then become the base material for the new asphalt concrete pavement. The pulverized base shall be graded as shown on the typical sections. F2-8.2MATERIALS The recycled aggregate base material shall be uniformly blended and shall conform to the following: Sieve SizesPercentage Passing 2-1/2 inches100 1-1/2 inches90-100 3/4 inch90-100 No.425-60 No. 2002-12 Quality Requirements TestsRequirements R-Value75minimum F19 79 Sand Equivalent25 minimum Durability Index35 minimum Pulverized asphalt concrete pieces larger than 2-1/2 inches, or which are loose and segregated on the surface of the aggregate base, shall be removed by hand. F2-8.3CONSTRUCTION The recycled base material shall be graded to approximately the same plane as the existing pavement. The grading plane may be adjusted to improve the existing drainage. To provide the transition to the existing gutter or other grade constraints, grading and removal of the pulverized base material will be necessary. In some instances, the material may be regraded onto the existing travel lanes. In other instances, the material may need to be removed from the project. Refer to the applicable typical sections. The graded pulverized base material shall be compacted sufficiently enough to support temporary traffic loading. All segregated loose material shall be removed. On areas where the underlying material appears to be wet or soft, or where it deflects under wheel loads, the Contractor shall employ excavation and grading techniques which do not worsen the subgrade condition. Prior to placing asphalt concrete, the area shall be proof-rolled with a loaded construction vehicle, preferably a ten cubic yard dump truck or equivalent. The compacted surface shall not visibly yield or deflect. Soft, yielding, unstable, or unsuitable areas shall be removed and replaced with hot mix asphalt. If the areas were caused or significantly worsened by the Contractor’s operations, these areas shall be replaced at the Contractor’s expense. In the event that the underlying material is soft, yielding, unstable, or unsuitable, it shall be excavated to the depth of 0.5 feet below the depth required above and disposed of in accordance with these Special Provisions. The limits of removal shall be designated by the Engineer. The resulting space shall be filled with a single lift of hot mix asphalt. Unsuitable material is defined as material the Engineer determines to be: 1.Of such unstable nature as to be incapable of being compacted to specifieddensity using ordinary methods at optimum moisture content, or 2.Too wet to be properly compacted and circumstances prevent in-place drying prior to incorporation into the work, or 3.Otherwise unsuitable for the planned use. F2-8.4MEASUREMENT AND PAYMENT The contract price paid per square foot for “Pulverize 12””shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals, and for doing all the work F20 80 involved in pulverization and grading, complete in place, as shown on the plans, as specified in the Standard Specifications and in these special provisions, and as directed by the Engineer. F2-9 ROADWAY EXCAVATION F2-9.1GENERAL Roadway excavation shall conform to the Standard Specifications and these Special Provisions. F2-9.2MATERIALS Roadway Excavation shall include excavation and removal of all material and objects within the limits of the work to be performed, included not limited to: existing hot mix asphalt, aggregate base, native soil and unsuitable material. All excavated materials shall be removed from the project site and disposed of by the Contractor. F2-9.3CONSTRUCTION All excess and unsuitable excavated materials shall be removed from the project site and disposed of by the Contractor. The Contractor is encouraged to dispose of excess materials at an appropriate recycling facility. All materials shall be excavated as shown on the plan. If the Contractor dispose of any surplus materials prematurely and later find a material shortage,the Contractor must replace it with authorized material at the Contractor’s expense. The outline of the hot mix asphalt to be removed full depth shall be cut in a neat line with a power- driven saw, or a grinder, to a Damage to pavement, which is to remain in place shall be repaired to a condition satisfactory to the Engineer. The damaged pavement shall be removed and replaced with new hot mix asphalt if ordered by the Engineer. Repairing or removed and replacing pavement damaged outside the limits of pavement to be replaced, shall be at the Contractor’s expense and will not be measured nor paid for. All concrete, soft or spongy, or deleterious materials, structured, and other unsuitable materials encountered during the excavation operation, whether shownor not shown on the plans) shall be removed and disposed of. When the planned excavation or subgrade is made all undesirable materials then encountered shall be removed and disposed of as directed by the Engineer. The accumulation of water in excavated areas shall be prevented by means of pumping or other approved methods. At no time, shall ground water or storm water be allowed to flow into sanitary sewer lines. Excavation shall be carried to the exact depth indicated on the drawing or as specified. Should the Contractor, through his negligence or other fault, excavate below the designated lines, he shall replace such excavation with approved materials at his own expense. The subgrade, included any base and pulverized material, shall be thoroughly compacted by an approved mechanical device to not less than 95% relative compaction as determined by CTM Test 216 and CTM 231. F21 81 Prior to placing asphalt concrete, the area shall be proof-rolled with a loaded construction vehicle, preferably a ten cubic yard dump truck or equivalent. The compacted surface shallnot visibly yield or deflect. Soft, yielding, unstable, or unsuitable areas shall be removed and replaced with base rock or asphalt concrete. If the areas were caused or significantly worsened by the CONTRACTOR’s operations, these areas shall be replaced at the CONTRACTOR’s expense. In the event that the underlying material is soft, yielding, unstable, or unsuitable, it shall be excavated to the depth of 6 inchesbelow the initial treatment depth required above and disposed of in accordancewith these Special Provisions.The limits of removal shall be designated by the Engineer. The resulting space shall be filled with a single lift of asphalt concrete and compacted according to Section 302-5.6.2 of the Standard Specifications. Payment for removing unsuitable subgrade and replacing with asphalt concrete pavement will be made under the Bid Item "Stabilization Allowance". Over-excavation shall be considered revocable as it is not known if unsuitable subgrade requiring stabilizationwill be encountered during construction. For bidding purposes the Bid Schedule assumes that 10% of the areas will require stabilizationbased on unsuitable subgrade. Unsuitable material is defined as material the Engineer determines to be: 1.Of such unstable nature as to be incapable of being compacted to specified density using ordinary methods at optimum moisture content, or 2.Too wet to be properly compacted and circumstances prevent in-place drying prior to incorporation into the work, or 3.Otherwise unsuitable for the planned use. F2-9.4MEASUREMENT AND PAYMENT The contract price paid per square foot for “Remove & Dispose 6-1/2” Pulverized Material” and in lump sum for “Regrade to Establish Drainage to Culvert Entrance”shall include full compensation for furnishing all labor, materials, tool, equipment, incidentals and for doing all the work involved in performing roadway excavation, complete in place, including sawcutting, hot mix asphalt, base and native material removal, excavation, hauling, disposing of excess material, and compaction, as shown on the plans, as specified in the Standard Specifications and these special provisions and as directed by the Engineer. F2-10LIME AND/OR CEMENT TREATMENT F2-10.1GENERAL Work to be performed under thisSection covers all labor, materials, tools, equipment and incidentals necessary to lime/cement-treat soil to a depth specified. All such work shall conform toSection 301-3.4 (Cement Stabilized Pulverized Base (CSPB)) and Section 301-6 (Lime Stabilized Pulverized Base (LSPB)) ofthe2018 GreenbookStandard Specifications and these Special Provisions. F22 82 F2-10.2MATERIALS Where lime and/or cement treatment is specified, thelime and/or cement content of the soil shall bedetermined by the Contractor and submitted to the Engineer for approval. F2-10.2.1Submittals Submit each FDR – Lime and/or Cement mix design on a form generated specifically for FDR – Lime and/or Cement. Each mix design submittal must be sealed and signed by an engineer who is registered as a civil engineer in California. You may submit multiple mix designs to optimize the lime and/or cement content and adjust for varying underlying materials. Each mix design submittal must include: 1.Area represented by the mix design by beginning and ending stations 2.Gradation of the mixture before treatment 3.Optimum Dry Density of the composite material before treatment 4.Lime and/or Cement content in percent by weight of the dry mixture 5.Moisture content of the material when mixing, relative to OMC 6.Test results and any worksheets,photographs and graphs 7.If supplementary aggregate is added, please specified type and percentage used F2-10.2.2Mix Design The Contractor shall sample materials on-site and develop a mix design to determine the total percentage of lime and/or cement to obtain a minimum 7-day cured Unconfined Compressive Strength of 300psi. The mix design for: lime only shall follow Section 301-6.2.4, cement only shall follow Section 301- 3.4.3, lime and cement combination shall follow Section 301-6.2.4 and Section 301-3.4.3. Notify the Engineer at least 2 business days before sampling. Use materials from the specified mixing depth. If any portion of existing asphalt concrete pavement is to be removed before pulverizing, remove that portion of asphalt concrete pavement from the samples used in the mix design. If additional samples of subgrade material are needed, sampling locations can be excavated outside the edge of pavement to variable dimensions. Characterize and record sampling location features such as layer thicknesses and types, distresses, interlayers, thin or thick areas, digouts and adhesion to the base. Use the sampled material todetermine the mix design represented by the sampling location, according to the proportions of the pavement structure shown. Before opening the mix design sampling locations to traffic, backfill sampling locations by replacing and compacting with an authorized material or minor HMA that complies with section TS-5 Hot Mix Asphalt (HMA). Backfill and compact to the existing grade and thickness of asphalt concrete pavement, in the Engineer’s presence. F23 83 F2-10.3CONSTRUCTION F2-10.3.1General Application Thelime and/or cement-treatment application and construction shall be performed in accordance with the2018 GreenbookStandard Specifications, except as noted. The maximum treatment and lift thickness shall be 13-1/2 inches. The spread rate shall be confirmed on each row of limeapplication until uniformity is confirmed to the Engineer’s satisfaction. Thereafter, the Engineer shall confirm lime and/or cement application as needed to confirm uniformity. Special instructions for construction timing on lime and/or cement treatment: The contractor shall not commence work on lime and/or cementtreatmentuntil there is a forecasted two-week (14 calendar day) window of dry weather (0% precipitation). The contractor must complete all paving work within the two-week windowfor all treatment area constructed within this time period. The schedule for this work will be reviewed and approved by the Cityprior to the commencement of work. F2-10.3.2Quality Control Assign a ground supervisor whose sole purpose is to monitor the activities, advise project personnel and interface with the quality control testing personnel. The ground supervisor must not have any sampling or testing duties. Test the quality characteristics for the following: FDR – Lime and/or Cement Quality Characteristic Sampling Locations and Testing Frequencies Minimum Sampling and Quality CharacteristicsTest MethodSampling Location Testing Frequency GradationCT 202Test Strip and 1 per LotLoose Mix Behind Mixer ab Moisture ContentCT 226Test Strip and 2 per Day Loose Mix Behind Mixer Unconfined b ASTM D 1633Test Strip and 1 per DayLoose Mix Behind Mixer Compressive Strength Test Strip and 1 per Day or Laboratory Maximum CT 2161 per Street and 1 per Loose Mix Behind Mixer Wet Density Changes to the Material 10 Test Points per Test c Relative Compaction CT 231Compacted Mix d Strip and Lot a If test fails, minimum test frequency is 1 per lot b Sample immediately after mixing is complete c Verify the moisture content reading made under CT 231 with CT 226 d Lot size is defined as 3,000 squared yards. F24 84 The first day of the FDR construction could be accepted as the test strip. Measure and record or verified the actual cut depth at both ends of the pulverizing drum at least once every 300 feet along the cut length.Verify themeasurements in the Engineer's presence. F2-10.3.3Compaction Compact in 13-1/2-inch maximum lifts to 95 percent relative compaction at or above optimum moisture as determined by CT216and CT 231. The maximum compacted thickness of a single layer may be increased provided the Contractor can demonstrate to the Engineer that the equipment and method of operation will provide uniform distribution of the lime and/or cementand the required compaction density throughout the layer. Compaction testing usinga nuclear gauge must be set in the direct transmission position and be able to test in one single lift to a depth of 12-inches. F2-10.3.4Tolerances Completed lime and/or cementtreated section after compaction and trimming shall be equal to the design thickness. The minimum thickness shall be the design thickness minus 1 inch. Thickness/Uniformity Verification -Immediately after trimming and compaction are completed, excavate test pits. At locations selected by Engineer, excavate a test pit for each 3,000 square yard of treated area. Test pits shall bea minimum of 1 ft. by 1 ft. by the required treatment depth in the Lime and/or Cement-treatedsection. Backfill with Lime and/or Cement treated material and compact immediately after verification of thickness and uniformity in the Engineer’s presence. F2-10.3.5Curing If not covered by hot mix asphalt or aggregate base within 48 hours, the exposed treated stabilized pulverized base shall be covered with the appropriate emulsion seal within 24 hours of completing lime and/or cementstabilized pulverized base. F2-10.3.6Protection Contractors shall maintain the treated stabilized pulverized basein a smooth, compacted condition until placement of aggregate or hot mix asphalt. Any damage to the treated section shall be repaired by immediately replacing with similar treated materialor hot mix asphaltwithin 24 hours after damage. After compaction, only rubber-tired vehicles or paving equipment shall be permitted on the treated surface. F2-10.3.7Engineer’s Acceptance For the unconfined compressive strength, the following table shall apply to deductions for average unconfined compressive strengthof alot: F25 85 Average Unconfined Compressive Reduced Payment Factor Strength per Lot \[psi\] a > 299 0.00 270–2990.05 250–2690.15 200–2490.25 < 200Remove and Replace a No individual unconfined compressive strength shall be below 270 psi. F2-10.4MEASUREMENT AND PAYMENT The contract price paid per square foot for“Lime/Cement Treat13-1/2””shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals, and for doing all the work involved in Lime and/or Cement Treatment, complete in place, including breaking-up, mixing, spreading, compacting, trimming, curing, and protecting treated soil,as shown on the plans, as specified in the2018 GreenbookStandard Specifications and in these special provisions, and as directed by the Engineer. F2-11ASPHALT CONCRETE(AC) F2-11.1 SCOPE Work to be performed under this Section covers all labor, materials, tools, equipment, transportation, and incidentals necessary to construct asphalt concrete including asphalt concrete overlay, including overlays in cul-de-sacs.All such work shall conform to the dimensions of the plans, the applicable provisions of the Standard Specifications, and these Special Provisions. F2-11.2MATERIALS Material used shall be asphalt concrete as specified in Subsection 203-6 of the Standard Specifications. The class of combined aggregate grading shall be Class B, C2 or D2 as shown on the Typical Sections. Thegrade of asphalt shall be PG 64-10except for speed hump. The grade of asphalt binder mixed with aggregate for speed humps must be PG 70-10. The mix properties indicated in Table 203-6.4.3(A) shall be modifiedas follows: Design and Production Air MixProduction StabilityTarget Air VoidsVoids B37 min.4.0%2.5% -5.5% C237 min.4.0%2.5% -5.5% D230 min.4.0%2.5% -5.5% TSR to be minimum 70 in accordance with Caltrans Test Methods 371. In lieu of the TSR requirements, the suppler may add 0.5% of anti-strip. No warm mix additives allowed. Class B High Stability(HS) – PG 70-10 Mix for the intersections shall conform to the Standard Specifications and the following requirements: F26 86 Test HS Mixes for rut resistance in an Asphalt Pavement Analyzer. The APA device must meet the requirements of AASHTO TP63-03 and must be equipped with an automatic rut measurement system. The APA device must be calibrated at least once per year according to the procedures in the test method. In addition, the load cell used for checking wheel loads shall be calibrated at least once per year. Provide laboratory batched aggregate samples blended according to each JMF to be tested and samples of the appropriate grade and source of asphalt to a City approved and AASHTO re:source (formly AMRL)certified APA testing laboratory. Contact the APA testing laboratory to determine the required quantity of material. The mix shall be compacted in a Gyratory compactor with 65 gyrations. Mix voids at 65 gyrations shall be between 3.5 and 4.5%. The APA test lab shall fabricate samples according to the JMF being tested and shall perform the test according to AASHTO TP 63-03 at a test temperature of 64 degrees C (148 degrees F). Submit APA test results in the format required by AASHTO TP 63-03 to the Engineer with the mix design. Identify each mix with Suppliers Mix Number. The maximum acceptable APA rut depth with PG 70-10 is 4.0 mm rut depth. F2-11.3CONSTRUCTION The work shall further consist of preparing the existing streetsurfaces prior to the paving. Such work shall include removing raised pavement markers, removing thermoplastic pavement markers, painted legends and crossbars (12” white and yellow), controlling nuisance water, sweepingprior to tack application, watering, and removing loose and broken asphalt concrete pavement and foreign material as specifiedin the Standard Specifications and these Special Provisions and as required by the Engineer. The minimum ambient temperature to begin paving shall be 55 degrees F.TheCONTRACTORshall use any means necessary to clean the pavement, including sweeping and flushing. The paving shall be performed in such a way as to not leave any longitudinal paving joints at the end of each day’s operation.Longitudinalpaving joints shall be wedge type and shall be constructed as shown on the plan details. The longitudinal paving joint layout shall be submitted to the Engineer for approval and shall be reviewed at the pre-paving meeting. F2-11.3.1Cold Joints All cold joints, both longitudinal and transverse, shall be heated with a torch immediately prior to paving. Care shall be exercised such as to not damage the asphalt concrete by burning or excessive aging, as determined by engineer. Damaged material shall be removed by saw cutting to form a new cold joint followed by torch heating. Coldjoints include previous passes placed more than three hours prior. All cold joints shall be tack coated. Failure to meet the cold joint requirementswillsubject theContractor to liquidated damages in the amount of $1,000 per joint. F27 87 F2-11.3.2Leveling, Transitions, and Asphalt Concrete Fills A leveling course of variable thickness shall be placed and compacted prior to placing the surface course at locations where directed by the Engineer. The leveling course will be used to correct pavement irregularities such as rutting, variable cross slope, or variable longitudinal slope. Where two overlays of different thickness abut at a longitudinal joint, the CONTRACTORshall add to the thinner section to match the thicker lift and provide a smooth transition and uniform cross-fall. Cold planing ridges or other rises in the pavement surface may be required by the Engineer. The Engineer will determine the exact limits and thickness of the leveling courses, asphalt concrete fills, and transitions. Areas to receive AC Fill shall be completed prior to performing leveling course work. CONTRACTORshall perform AC Fills to improve surface drainage as shown on the plans and as directed by the Engineer. F2-11.3.3Layout TheCONTRACTORshall layout and mark the location of the edges of the paving passes of the surface courseto match the new layout of the lane lines. The layout shall be made at least 24 hours prior to paving. The layout shall be approved by the Engineer prior to paving. If the striping is to remain unchanged, the edges of the paving passes shall conform to existing lane edges. In all cases where practical, each lane shall be paved in a single pass. In tapered transition areas, the shoulder areas shall be paved first, then the through lane shall be hotlapped immediately after the shoulder paving. For paving which incorporates new quarterpoints or gradebreaks due to keycuts or other conditions, the CONTRACTORshall provide equipment capable of adjusting to the new surface profile at the appropriate locations. The profile adjustments shall be within twelve inches of the actual quarterpoint or gradebreak. TheCONTRACTORshall take sufficient measurements during laydown to assure that the full design asphalt concrete layer depth is provided at each quarterpoint, gradebreak, or transition. Failure to provide the design depth at these areas will result in rejection of the work. Correction of this rejected work will include milling out the new asphalt concrete from the road edge to the centerline or nearest inside lane line and repaving. The minimum length of the milled and corrected area shall be fifty feet. F2-11.3.4Tolerances The finished asphalt concrete surface shall be flush with, to 1/4 inch (0.02 feet) (6 mm) above the gutter lips. The finished pavement surface shall not be lower than the gutter lips. The average pavement thickness shall be equal to the specified thickness for the project.For total pavement thicknesses less than four inches, the minimum allowable thickness will be 1/4 inch less than that specified. For total pavement thicknesses of four inches or more, theminimum allowable thickness will be 1/2 inch less than that specified. The provisions of Section 302-5.6.2 shall apply and shall be modified to provide that the straightedge shall be 12 foot in length. F28 88 F2-11.3.5Additional Pavement Placement Equipment In addition to Green Book 2015 Section 302-5.5, Contractor shall provide the use of an Asphalt Material Transfer Vehicle (a.k.a. a Shuttle Buggie) during the placement of all finish course materials on Arterial Streets. F2-11.3.6Automatic Screed Controls For all main line street or roadway paving with single lane length exceeding 300 feet, automatic screed controls shall be required. In addition to therequirements in Subsection 39-1.10of the State of California Department of Transportation Standard Specifications, asphalt concrete shall be placed with spreading equipment equipped with fully automatic screed and grade sensing controls which shall control the longitudinal grade of the screed. Automatic controls shall conform to and be operated in accordance with theprovisions herein. Unless approved otherwise, ski-type devices with a minimum length of 30 feet shall be used to provide a reference for the grade sensor. Skis shall be constructed and installed in such a manner that a reference to the average elevation of the existing pavement, along the length of the ski, is maintained at the sensor point. When placing surfacing adjacent to surfacing previously placed in conformance with these provisions, a joint matching shoe of adequate size and type to properly sense the grade of the previously placed mat may be used in lieu of the 30-foot ski. The ski shall be mounted at a location which will provide an accurate reference for the surfacing being placed. This may require the ski to be mounted ahead of and inside the outer limits of the screed. Automatic cross slope control may be accomplished by use of a ski and grade sensor on each side of the paving machine. Automatic screed controls shall be installed in such a manner that the occasional manual adjustments necessaryto maintain the attitude of the screed parallel to the underlying pavement are readily accomplished. Automatic screed controls shall be installed so that with little or no delay, use of the automatic controls can be discontinued and the screed controlled by manual methods. Should the automatic screed controls fail to operate properly during any day’s work, the CONTRACTORmay manually control the spreading equipment for the remainder of that day provided the quality of the work conforms to the requirements of Sections 39-1.11 and 39-1.12of the 2010 State of California Department of Transportation Standard Specifications(Unrevised). Should the methods and equipment used for automatic control fail to result in the quality of work required by said Sections 39-1.11 and 39-1.12, the paving operations will be temporarily discontinued and the CONTRACTORshall make the necessary changesto the equipment, or furnish other equipment conforming to the requirements herein, before paving is resumed. If it is determined by the Engineer that the existing grade and cross slope are too irregular for the automatic controls to provide the quality of work required, the use of the automatic controls shall be discontinued and the spreading equipment adjusted by manual methods. Use of automatic controls shall resume when the Engineer has determined that it is again practical and so orders. F29 89 F2-11.3.7Rolling and Compaction In addition to the requirements of Subsection 39-1.11of the2010State of California Department of Transportation Standard Specifications(unrevised), the number ofrollers required for each paving operation shall be such that all rolling for density can be completed before the temperature of the asphalt concrete mixture drops below 140 degrees Fahrenheit. Breakdown rollingshall commence when the asphalt concrete is placedexcept in cases where mix distortion/shoving rather than compaction is taking place under the roller. In those instances, wait for the mix to cool to sufficiently, then breakdown compact. Rolling shall be accomplished with the drive wheel forward and with the advance and return passes in the same line. For leveling courses under 1 inch using a D2 asphalt concrete, breakdown rolling shall consist of three coverages with an 8 to 12 ton pneumatic roller followed by a finishing coverage with a steel wheel roller. The rolling may begin with a single pass of a steel wheel roller until the pneumatic has sufficient opportunity to warm up to avoid tracking and picking up material from the mat.The pneumatic roller tires shall be treated with a non-petroleum based product to prevent pickup. Failure to successfully provide for breakdown rolling with the pneumatic roller after a reasonable warm up time will be cause for termination of paving activities until the CONTRACTORcan provide equipment which will perform without pickup.For all other leveling courses, the intermediate roller shall be a 12-16 ton pneumatic roller. From the second paragraph of Section 302-5.6.2 “Density and Smoothness” to the end shall be deleted and replaced by the following: Sublots to determine compaction testing shall be based on the following: Each 750 tons, or part thereof, placed on an individual street in a paving day. If over 750 tons are placed in a single paving day onan individual street, up to 150 tons over 750 tons can be moved in to the previous 750 ton sublot. If multiple streets are paved in a day, each street will be considered its own sublot with multiple sublots on streets where greater than 750 tons are placed. The in-place density shall be between 92.0 percent and 97.0 percentof maximum theoretical unit weight. Compaction testing will be determined by cores. Three cores will be sampled per sublot. The average of the three cores will be used to determinecompaction for the sublot. Cores will be located by the engineer using random sampling charts in CTM 356. Cores shall be 4 or 6 inches in diameter and must be sampled within 5 calendar days of paving. The contractor will submit cores, properly labeled,to the engineer for testing. The engineer will provide core test results within 3 working days of receiving cores. Contractor shall backfill cores with hot mix AC the same day cores are taken. Failure to backfillon the same daywillsubject the Contractor to liquidated damages in the amount of $250 per day per location. For the percent of maximum theoretical density, the following table shall apply to deductions for average compaction of a sublot: F30 90 Reduced Payment Factors for Percent of Maximum Theoretical Density Mix Type B Reduced Mix Type B Reduced and C2Payment and C2Payment Percent of FactorPercent of Factor Maximum Maximum Theoretical Theoretical DensityDensity 92.00.000097.00.0000 91.90.012597.10.0125 91.80.025097.20.0250 91.70.037597.30.0375 91.60.050097.40.0500 91.50.062597.50.0625 91.40.075097.60.0750 91.30.087597.70.0875 91.20.100097.80.1000 91.10.112597.90.1125 91.00.125098.00.1250 90.90.137598.10.1375 90.80.150098.20.1500 90.70.162598.30.1625 90.60.175098.40.1750 90.50.187598.50.1875 90.40.200098.60.2000 90.30.212598.70.2125 90.20.225098.80.2250 90.10.237598.90.2375 90.00.250099.00.2500 <90.0Remove & Remove & ReplaceReplace TheCONTRACTORshall have hand-compaction equipment immediately available for compacting all areas inaccessible to rollers. Hand-compaction shall be performed concurrently with breakdown rolling. If for any reason hand-compaction falls behind breakdown rolling, further placement of asphalt concrete shall be suspended until hand-compaction is caught up. Hand- compaction includes vibraplates and hand tampers. Hand torches shall be available for rework of areas which have cooled. After compaction, the surface texture of all hand work areas shall match the surface texture of the machine placed mat. Any course or segregated areas shall be corrected immediately upon discovery. Failure to immediately address these areas shall cause suspension of asphalt concrete placement until the areas are satisfactorily addressed, unless otherwise allowed by the Engineer. F2-11.3.8Sampling The Engineer may sample the asphalt concrete from the truck bed, windrow, hopper for the spreading machine, orthe mat at various intervals. TheCONTRACTORshall facilitate the sampling process. F31 91 F2-11.3.9Temporary Transitions TheCONTRACTORshall construct temporary pavement transitions at all paving joints greater than 1 inch prior to allowing traffic onto the paved surface. This includes both longitudinal and transverse paving joints for bothleveling and surface courses. Temporary pavement transitions shall have a slope of 20:1 or as approved by the engineer and be constructed on Kraft paper or other suitable bond breaker such that upon removal of the temporary pavement transition, a clean notch remains. The temporary transitions may be constructed of either cold mix or hot mix. The CONTRACTOR shall construct temporary pavement transitions at all PCC facility transitions greater than 1 inch around corners from beginning of curb return to end of curb return, at PCC cross gutters, and PCC spandrels. TheCONTRACTORshall continuously maintain the temporary pavement until final paving. Each temporary transition shall be inspected by the CONTRACTORand repaired as necessary to comply with these provisions at the end of each day including weekends and holidays. Failure to comply with these provisions will result in a liquidated damage of $250 per day per transition and/or the cost of City crews making the repairs if necessary to correct forpublic safety. F2-11.3.10Quality Control The Contractor shall provide full time quality control during paving operations as outlined in the Caltrans 2010Standard Specifications (Unrevised) for the Standard construction process. F2-11.4MEASUREMENTS ANDPAYMENT The measurement and payment for asphalt concrete, complete in place, will be made at the contract unit price per ton (U.S. standard measure, 2,000 pounds) as shown in the Bid Schedule for the various types of asphalt concrete. Asphalt concrete used in other items of work, including but not limited to digouts, shall be included in the respective bid items. Shoulder paving shall be measured and pay for in square footage.Speed Hump (AC) & Marking (Thermo) shall be measured and pay for per each. The above contract price and payment shall include full compensation for furnishing all labor, materials, tools, equipment, transportation and incidentals, and for doing all the work involved in constructing asphalt concrete pavement, tack coat, including leveling course, complete as detailed, and as specified in the Standard Specifications and these Special Provisions. THIN MAINTENANCE OVERLAY(TMO) F2-12 F2-12.1 SCOPE Asphalt-rubber hot mix shall conform to the specifications of 203-11 of the Standard Specifications, Asphalt RubberHot Mix (ARHM) Wet Process, except as modified herein. Placement of TMO shall conform to Section 302-9 of the Standard Specifications except as modified herein. F32 92 F2-12.2SUBMITTALS The Contractor shall submit the follow items: 1.Asphalt-Rubber Binder Product Data 2.TMO Product Data 3.Job-Mix Formula F2-12.3MATERIALS A.Asphalt-Rubber Binder The binder to be mixed with the aggregate shall conform to Section 203-11.2 of the Standard Specifications. The asphalt binder base stock prior to blending shall be PG 64- 16. B. TMP Mixtures The ARHM mixture shall be ARHM-GG-D and shall comply with Section 203-11.3 “Composition and Grading” of the standard specifications with the following exception: 1.Air Voids % Calif. Test 367 shall target 3.0% and be produced in the range of 1.5% to 4.5%. 2.For design and production Hveem stability shall be a 23 min. 3.VMA for design and production shall be between 18.0% and 23.0%. The crumb rubber used on the project must originate and be manufactured in California.Asphalt rubber binder shall utilize both scrap tire and natural rubber and shall comply with the requirements set forth in 203-6.7 of the SSPWC. C.Job-Mix Formula 1.Mix Design The mix design shall be performed by the asphalt rubber supplier or an approved laboratory, and shall be used as the basis for determining the job-mix formula. The design method used shall be in accordance with Caltrans Hveem mix design methodology. The mixture design shall be submitted to the Engineer at least 10 days prior to construction. Based on information contained in the mixture design, the engineer shall approve a job- mix formula with the following tolerances allowed for single tests on aggregate gradation and asphalt-rubber binder content: JOB MIX TOLERANCE Sieve Size Percent Tolerance 3/8" +/- 5 F33 93 No.4, No.8 +/- 5 No.30, No.40 +/- 5 No. 200 +/- 3 Asphalt-Rubber Binder Content +/-0.5 The mix design shall include sufficient test results and documentation to assure that all requirements for the aggregate and the asphalt-rubber binder are fulfilled. A minimum of 0.5% Liquid Anti-Strip shall be added to the mix. The mix shall meet the Hamburg Wheel-Track requirements from the 2018 Caltrans Standard Specifications: minimum 20,000 passes at 0.5-inch rut depth and minimum 12,5000 passes at stripping inflection point. 2.Job-Mix Formula The mix design shall recommend the job-mix formula and shall list the following information: a.Aggregate i.source and identification (for each material used) ii.aggregate quality tests iii.gradation (for each material used) iv.blend percentage v.mixture gradation b.Asphalt-Rubber i.source and grade of asphalt cement ii.source and type of extender oil or modifier iii.source and identification of ground rubber iv.ground rubber percentage for the asphalt-rubber binder v.type and amount of additive(s), if required vi.temperature when added to aggregate c.Recommended asphalt-rubber binder content by both weight of total mix and weight of dryaggregate. F34 94 d.Recommended mixture production temperature. e.Recommended lay down temperatures. f.Compacted Unit Weight. D.Proportioning Subsections 203-6.5.1 and 203-6.5.2 shall be modified by adding the following paragraph: Proportioning shall be performed using an automatic batching system, and the proportioning device shall be automatic to the extent that the only manual operation required for proportioning all materials shall be a single operation of a switch or starter. 1.Miscellaneous Requirements Subsection 203-6.8 shall be modified as follows: Asphalt-rubber binder shall be at a temperature not less than 375Fahrenheit when added to aggregate. The temperature of the aggregate shall not be less than 325Fahrenheit at the time of adding the asphalt-rubber binder. F2-12.4CONSTRUCTION F2-12.4.1General TMOshall conform to the specifications for Subsection 302-5 except as modified herein. Asphalt- rubber hot mix shall consist of one or more courses of an asphalt-rubber binder and graded aggregate as herein specified placed upon a prepared roadbed or base orover existing pavement. The courses shall be of the type of mixture and the dimensions shown on the Plans or Specifications. The paving shall be performed in such a way as to not leave any longitudinal paving joints at the end of each day’s operation. Transverse paving joints of the surface coarse and leveling coarse shall be at least 1 feet apart. F2-12.4.2Surface Preparation The work shall consist of preparing the existing street surfaces prior to the commencement of paving. Such work shall include removing raised pavement markers, removing painted and thermoplastic traffic markings and legends, controlling nuisance water, sweeping prior to tack application, watering, and removing loose and broken asphalt concrete pavement and foreign material as specified inthe Standard Specifications and these Technical Provisions, and as directed by the Engineer. F2-12.4.3Tack Coat Tack coat shall be applied to all existing asphalt concrete or Portland cement concrete surface to be paved over. All vertical edges to be paved againstshall be tack coated. These include, but are F35 95 not limited to, curb faces, gutter lips, swale edges, cross gutter edges, and asphalt concrete edges. F2-12.4.4Distribution Spreading Section 302-5.5 is hereby modified as follows: At the time of delivery to the work site, the temperature of TMOshall be between 310 Fahrenheit and 350Fahrenheit. The ambient air temperature and pavement temperature shall be a minimum of 60ºF at the time of spreading and distribution. F2-12.4.5Layout The CONTRACTOR shall layout and mark the location of the edges of the paving passes of the surface course to match the new layout of the lane lines. The layout shall be made at least 24 hours prior to paving. The layout will be done in such a way as to not leave any longitudinal paving joints at the end of each day. The layout shall be approved by the Engineer prior to paving. If the striping is to remain unchanged, the edges of the paving passes shall conform to existing lane edges. In all cases where practical, each lane shall be paved in a single pass. In tapered transition areas, the shoulder areas shall be paved first, then the through lane shall be hotlapped immediately after the shoulder paving. For paving which incorporates new quarterpoints or gradebreaks due to keycuts or other conditions, the CONTRACTOR shall provide equipment capable of adjusting to the new surface profile at the appropriate locations. The profile adjustments shall be within twelve inches of the actual quarterpoint or gradebreak. The CONTRACTOR shall take sufficient measurements during laydown to assure that the full design asphalt concrete layer depth is provided at each quarterpoint, gradebreak, or transition. Failure to provide the design depth at these areas will result in rejection of the work. Correction of this rejected work will include milling out the new asphalt concrete from the road edge to the centerline or nearest inside lane line and repaving. The minimum length of the milled and corrected area shall be fifty feet. F2-12.4.6Tolerances The finished asphalt concrete surface shall be flush with, to 1/4 inch (0.02 feet or 6 mm) above the gutter lips. The finished pavement surface shall not be lower than the gutter lips. The average pavement thickness shall be equal to the specified thickness for the project.The minimum allowable thickness will be 1/4 inch less than that specified. The provisions of Section 302-5.6.2 shall apply and shall be modified to provide that the straightedge shall be 12 foot in length. F36 96 F2-12.4.7Rollingand Compaction Section 302-9.5 is hereby modified as follows: A vibratory roller shall be used for initial breakdown rolling. The initial breakdown rolling shall be completed before the asphalt-rubber hot mix temperature falls below 275 Fahrenheit measured immediately in front of the roller. Pneumatic rollers shall not be used. The CONTRACTOR shall provide sufficient rollers to assure complete compaction before the mixture reaches 160Fahrenheit. If the CONTRACTOR at any time fails to meet this criteria, placement of additional asphalt concrete shall besuspended until compaction is completed on the material previously placed. Breakdown rolling shall commence when the asphalt concrete is placed. Rolling shall be accomplished with the drive wheel forward and with the advance and return passes in the same line. From the second paragraph of Section 302-5.6.2 “Density and Smoothness” to the end shall be deleted and replaced by the following: Sublots to determine compaction testing shall be based on the following: Each 750 tons, or part thereof, placed on an individual street in a paving day. If over 750 tons are placed in a single paving day on an individual street, up to 150 tons over 750 tons can be moved in to the previous 750 ton sublot. If multiple streets are paved in a day, each street will be considered its own sublot with multiple sublots on streets where greater than 750 tons are placed. The in-place density shall be between 92.0 percent and 97.0 percent of maximum theoretical unit weight. Compaction testing will be determined by cores. Three cores will be sampled per sublot. The average of the three cores will be used to determine compaction for the sublot. Cores will be located by the engineer using random sampling charts in CTM 356. The contractor will submit cores, properly labeled, to theengineer for testing. Cores shall be 4 or 6 inches in diameter and must be sampled and tested within 24 hours of paving. Contractor shall backfill cores with hot mix AC the same day cores are taken. Failure to backfillon the same daywillsubject the Contractor to liquidated damages in the amount of $250 per day per location. For the percent of maximum theoretical density, the following table shall apply to deductions for average compaction of a sublot: Reduced Payment Factors for Percent of MaximumTheoretical Density F37 97 Mix Type Reduced Mix Type Reduced TMOPayment TMOPayment Percent of FactorPercent of Factor Maximum Maximum Theoretical Theoretical DensityDensity 92.00.000097.00.0000 91.90.012597.10.0125 91.80.025097.20.0250 91.70.037597.30.0375 91.60.050097.40.0500 91.50.062597.50.0625 91.40.075097.60.0750 91.30.087597.70.0875 91.20.100097.80.1000 91.10.112597.90.1125 91.00.125098.00.1250 90.90.137598.10.1375 90.80.150098.20.1500 90.70.162598.30.1625 90.60.175098.40.1750 90.50.187598.50.1875 90.40.200098.60.2000 90.30.212598.70.2125 90.20.225098.80.2250 90.10.237598.90.2375 90.00.250099.00.2500 <90.0Remove & Remove & ReplaceReplace The CONTRACTOR shall have hand-compaction equipment immediately available for compacting all areas inaccessible to rollers. Hand-compaction shall be performed concurrently with breakdown rolling. If for any reason hand-compaction falls behind breakdown rolling, further placement of asphalt concrete shall be suspended until hand-compaction is caught up. Hand- compaction includes vibraplates and hand tampers. Hand torches shall be available for rework of areas which have cooled. After compaction, the surface texture of all hand work areas shall match the surface texture of the machine placed mat. Any course or segregated areas shall be corrected immediately upon discovery. Failure to immediately address these areas shall cause suspension of asphalt concrete placement until the areas are satisfactorily addressed, unless otherwise allowed by the Engineer. The CONTRACTOR shall have hand-compaction equipment immediately available for compacting all areas inaccessible to rollers. Hand-compaction shall be performed concurrently with breakdown rolling. If for any reason hand-compaction falls behind breakdown rolling, further placement of asphalt concrete shall be suspended until hand-compaction is caught up. Hand- compaction includes vibraplates and hand tampers. Hand torches shall be available for rework of areas which have cooled. After compaction, the surface texture of all hand work areas shall match the surface texture of the machine placed mat. Any course or segregated areas shall be corrected immediately upon F38 98 discovery. Failure to immediately address these areas shall cause suspension of asphalt concrete placement until the areas are satisfactorily addressed, unless otherwise allowed by the Engineer. F2-12.4.8Sampling The Engineer may sample the asphalt concrete from the truck bed, windrow, hopper for the spreading machine, orthe mat at various intervals. The CONTRACTOR shall facilitate the sampling process. F2-12.4.9Temperature For placement of the Thin Maintenance Overlay mix, both the pavement temperature and the ambient air temperature must be 60F or higher. F2-12.4.10Intersections Where asphalt concrete overlay work is required on a through street at an intersection without a concrete cross gutter, the overlay on the cross street shall extend to the ECR return where a keycutwill be made transverse to the cross street as noted on the Plan or as directed by the City Inspector.Transverse keycuts shall be completed from curb to curb or gutter to gutter as applicable. F2-12.4.11Rock Dust Blotter A rock dust blotter will be required and shall be applied in accordance with Section 302-9.6 at a rate of approximately three pounds per square yard.The cost of this application will be borne by the CONTRACTOR. F2-12.4.12Cold Joints Cold joints shall be saw-cut or vertical grind prior tothe placement of new material.Pavement shall be removed to clean, straight lines by saw-cutting in straight lines either parallel to the curb or at right angles to the alignment of the sidewalk. F2-12.4.13Temporary Transitions The CONTRACTOR shall construct temporary pavement transitions at all paving joints greater than 1 inch prior to allowing traffic onto the paved surface. This includes both longitudinal and transverse paving joints.Temporary pavement transitions shall have a slope of 20:1 or as approved by the engineer and be constructed on Kraft paper or other suitable bond breaker such that upon removal of the temporary pavement transition, a clean notch remains. The temporary transitions may be constructed of either cold mix or hot mix. The CONTRACTOR shall continuouslymaintain the temporary pavement until final paving. Each temporary transition shall be inspected by the CONTRACTOR and repaired as necessary to comply with these provisions at the end of each day including weekends and holidays. Failure to comply with these provisions will result in a liquidated damage of $250 per day per transition and/or the cost of City crews making the repairs if necessary to correct for public safety. F39 99 F2-12.5MEASUREMENTS AND PAYMENT TMOwill be measured and paid for at the contract unit price per ton (U.S.standard measure, 2,000 pounds). The unit price paid per ton (U.S. standard measure, 2,000 pounds) includes all costs for saw-cutting, pavement preparation, furnishing and placing materials required, including rock dust blotter, and all labor, equipment, sweeping, tools and incidentals needed to complete the work in place per plans, specifications and details. No payment will be made for quantities of TMOwhich exceed 110% of the calculated quantity required to cover the area shown on the plans in compliance with the approved mix design. F2-13ASPHALT RUBBER HOT MIX (ARHM) F2-13.1 SCOPE Asphalt-rubber hot mix shall conform to the specifications of 203-11 of the Standard Specifications, Asphalt Rubber Hot Mix (ARHM) Wet Process, except as modified herein. Placement of ARHM shall conform to Section 302-9 of the Standard Specifications except as modified herein. F2-13.2MATERIALS F2-13.2.1Asphalt-Rubber Binder The binder to be mixed with the aggregate shall conform to Section 203-11.2 of the Standard Specifications. The asphalt binder base stock prior to blending shall be PG 64-16. F2-13.2.2ARHM Mixtures The ARHM mixture shall be ARHM-GG-D and shall comply with Section 203-11.3 “Composition and Grading” of the standard specifications with the following exception: 1.Air Voids % Calif. Test 367 target and be produced in the range of 2.5 to 5.5. 2.For design and production Hveem stability shall bea 23 min. 3.VMA for design and production shall be between 18.0% and 23.0%. The crumb rubber used on the project must be at less 15%, originate and be manufactured in California.Asphalt rubber binder shall utilize both scrap tire and natural rubber and shall comply with the requirements set forth in 203-6.7 of the SSPWC. F2-13.2.3Job-Mix Formula F2-13.2.3.1Mix Design The mix design shall be performed by the asphalt rubber supplier or an approved laboratory, and shall be used as the basis for determining the job-mix formula. The design method used shall be in accordance with Caltrans Hveem mix design methodology. The mixture design shall be F40 100 submitted to the Engineer at least 10 days prior to construction. Based on information contained in the mixture design, the engineer shall approve a job-mix formula with the following tolerances allowed for single tests on aggregate gradation and asphalt-rubber binder content: JOB MIX TOLERANCE Sieve Size Percent Tolerance 3/8" +/- 5 No.4, No.8 +/- 5 No.30, No.40 +/- 5 No. 200 +/- 3 Asphalt-Rubber Binder Content +/-0.5 The mix design shall include sufficienttest results and documentation to assure that all requirements for the aggregate and the asphalt-rubber binder are fulfilled. The mix must have a minimum of 0.5% anti-strip. F2-13.2.3.2Job-Mix Formula The mix design shall recommend the job-mix formula and shall listthe following information: 1.Aggregate -source and identification (for each material used) -aggregate quality tests -gradation (for each material used) -blend percentage -mixture gradation 2.Asphalt-Rubber -source and grade of asphalt cement -source and type of extender oil or modifier -source and identification of ground rubber -ground rubber percentage for the asphalt-rubber binder -type and amount of additive(s), if required -temperature when added to aggregate 3.Recommended asphalt-rubber binder content by both weight of total mix and weight of dry aggregate. 4.Recommended mixture production temperature. 5.Recommended lay down temperatures. 6.Compacted Unit Weight. F2-13.2.4Proportioning Subsections 203-6.5.1 and 203-6.5.2 shall be modified by adding the following paragraph: F41 101 Proportioning shall be performed using an automatic batching system, and the proportioning device shall be automatic to the extent that the only manual operation required for proportioning all materials shall be a single operation of a switch or starter. F2-13.2.4.1Miscellaneous Requirements Subsection 203-6.8 shall be modified as follows: Asphalt-rubber binder shall be at a temperature not less than 375Fahrenheit when added to aggregate. The temperature of the aggregate shall not be less than 325Fahrenheit at the time of adding the asphalt-rubber binder. F2-13.3CONSTRUCTION METHODS F2-13.3.1General ARHM shall conform to the specifications for Subsection 302-5 exceptas modified herein. Asphalt-rubber hot mix shall consist of one or more courses of an asphalt-rubber binder and graded aggregate as herein specified placed upon a prepared roadbed or base or over existing pavement. The courses shall be of the type of mixture and the dimensions shown on the Plans or Specifications. The paving shall be performed in such a way as to not leave any longitudinal paving joints at the end of each day’s operation. Transverse paving joints of the surface coarse and leveling coarse shall be at least 1 feet apart. F2-13.3.2Tack Coat Tack coat shall be applied to all existing asphalt concrete or Portland cement concrete surface to be paved over. All vertical edges to be paved against shall be tack coated. These include, but are not limited to, curb faces, gutter lips, swale edges, cross gutter edges, and asphalt concrete edges. F2-13.3.3Distribution Spreading Section 302-5.5 is hereby modified as follows: At the time of delivery to the work site, the temperature of ARHM shall be between 310 Fahrenheitand 350Fahrenheit. The ambient air temperature and pavement temperature shall be a minimum of 60ºF at the time of spreading and distribution. F2-13.3.4Layout TheCONTRACTORshall layout and mark the location of the edges of the paving passes of the surface course to match the new layout of the lane lines. The layout shall be made at least 24 hours prior to paving. The layout will be done in such a way as to not leave any longitudinal paving joints at the end of each day. The layout shall be approved by the Engineer prior to paving. If the striping is to remain unchanged, the edges of the paving passes shall conform to existing lane edges. F42 102 In all cases where practical, each lane shall be paved in a single pass. In tapered transition areas, the shoulder areas shall be paved first, then the through lane shall be hotlapped immediately after the shoulder paving. For paving which incorporates new quarterpoints or gradebreaks due to keycuts or other conditions, the CONTRACTORshall provide equipment capable of adjusting to the new surface profile at the appropriate locations. The profile adjustments shall be within twelve inches of the actual quarterpoint or gradebreak. TheCONTRACTORshall take sufficient measurements during laydown to assure that the full design asphalt concrete layer depth is provided at each quarterpoint, gradebreak, or transition. Failure to provide the design depth at these areas will result in rejection of the work. Correction of this rejected work will include milling out the new asphalt concrete from the road edge to the centerline or nearest inside lane line and repaving. The minimum length of the milled and corrected area shall be fifty feet. F2-13.3.5Tolerances The finished asphalt concrete surface shall be flush with, to 1/4 inch (0.02 feet or 6 mm) above the gutter lips. The finished pavement surface shall not be lower than the gutter lips. The average pavement thickness shall be equal to the specified thickness forthe project.The minimum allowable thickness will be 1/4 inch less than that specified. The provisions of Section 302-5.6.2 shall apply and shall be modified to provide that the straightedge shall be 12 foot in length. F2-13.3.6Rolling Section 302-9.5 is hereby modified as follows: A vibratory roller shall be used for initial breakdown rolling. The initial breakdown rolling shall be completed before the asphalt-rubber hot mix temperature falls below 275 Fahrenheit measured immediately in front of the roller. Pneumatic rollers shall not be used. The CONTRACTORshall provide sufficient rollers to assure complete compaction before the mixture reaches 160Fahrenheit. If the CONTRACTORat any time fails to meet this criteria, placement of additional asphalt concrete shall be suspended until compaction is completed on the material previously placed. Breakdown rolling shall commence when the asphalt concrete is placed. Rolling shall be accomplished with the drive wheel forward and with the advance and return passes inthe same line. From the second paragraph of Section 302-5.6.2 “Density and Smoothness” to the end shall be deleted and replaced by the following: Sublots to determine compaction testing shall be based on the following: F43 103 Each 750 tons, or part thereof, placed on an individual street in a paving day. If over 750 tons are placed in a single paving day on an individual street, up to 150 tons over 750 tons can be moved in to the previous 750 ton sublot. If multiple streets are paved in a day, each street willbe considered its own sublot with multiple sublots on streets where greater than 750 tons are placed. The in-place density shall be between 92.0 percent and 97.0 percent of maximum theoretical unit weight. Compaction testing will be determined by cores.Three cores will be sampled per sublot. The average of the three cores will be used to determine compaction for the sublot. Cores will be located by the engineer using random sampling charts in CTM 356. The contractor will submit cores, properly labeled, to the engineer for testing. Cores shall be 4 or 6 inches in diameter and must be sampled and tested within 24 hours of paving. Contractor shall backfill cores with hot mix AC the same day cores are taken. Failure to backfillon the same daywillsubject the Contractor to liquidated damages in the amount of $250 per day per location. For the percent of maximum theoretical density, the following table shall apply to deductions for average compaction of a sublot: Reduced Payment Factors for Percent of Maximum Theoretical Density Mix Type Reduced Mix Type Reduced ARHMPayment ARHMPayment Percent of FactorPercent of Factor Maximum Maximum Theoretical Theoretical DensityDensity 92.00.000097.00.0000 91.90.012597.10.0125 91.80.025097.20.0250 91.70.037597.30.0375 91.60.050097.40.0500 91.50.062597.50.0625 91.40.075097.60.0750 91.30.087597.70.0875 91.20.100097.80.1000 91.10.112597.90.1125 91.00.125098.00.1250 90.90.137598.10.1375 90.80.150098.20.1500 90.70.162598.30.1625 90.60.175098.40.1750 90.50.187598.50.1875 90.40.200098.60.2000 90.30.212598.70.2125 90.20.225098.80.2250 90.10.237598.90.2375 90.00.250099.00.2500 F44 104 Mix Type Reduced Mix Type Reduced ARHMPayment ARHMPayment Percent of FactorPercent of Factor Maximum Maximum Theoretical Theoretical DensityDensity <90.0Remove & Remove & ReplaceReplace TheCONTRACTORshall have hand-compaction equipment immediately available for compacting all areas inaccessible to rollers. Hand-compaction shall be performed concurrently with breakdown rolling. If for any reason hand-compaction falls behind breakdown rolling, further placement of asphalt concrete shall be suspended until hand-compaction is caught up. Hand- compaction includes vibraplates and hand tampers. Hand torches shall be available for rework of areas which have cooled. After compaction, the surface texture of all hand work areas shall match the surface texture of the machine placed mat. Any course or segregated areas shall be corrected immediately upon discovery. Failure to immediately address these areas shall cause suspension of asphalt concrete placement until the areas are satisfactorily addressed, unless otherwise allowed by the Engineer. TheCONTRACTORshall have hand-compaction equipment immediately available for compacting all areas inaccessible to rollers. Hand-compaction shall be performed concurrently with breakdown rolling. If for any reason hand-compaction falls behind breakdown rolling, further placement of asphalt concrete shall be suspended until hand-compaction is caught up. Hand- compaction includes vibraplates and hand tampers. Hand torches shall be available for rework of areas which have cooled. After compaction, the surface texture of all hand work areas shall match the surface texture of the machine placed mat. Any course or segregated areas shall be corrected immediately upon discovery. Failure to immediately address these areas shall cause suspension of asphalt concrete placement until the areas are satisfactorily addressed, unless otherwise allowed by the Engineer. F2-13.3.7Sampling The Engineer may sample the asphalt concrete from the truck bed, windrow, hopper for the spreading machine, orthe mat at various intervals. TheCONTRACTORshall facilitate the sampling process. F2-13.3.8Intersections Where asphalt concrete overlay work is required on a through street at an intersection without a concrete cross gutter, the overlay on the cross street shall extend to the ECR return where a keycut will be made transverse to the cross street as noted on the Plan or as directed by the City Inspector.Transverse keycuts shall be completed from curb to curb or gutter to gutter as applicable. F2-13.3.9Rock Dust Blotter A rock dust blotter will be required and shall be applied in accordance with Section 302-9.6 at a F45 105 rate of approximately three pounds per square yard.The cost of this application will be borne by theCONTRACTOR. F2-13.3.10Cold Joints Cold joints shall be saw-cutor vertical grindprior tothe placement of new material.Pavement shall be removed to clean, straight lines by saw-cutting in straight lines either parallel to the curb or at right angles to the alignment of the sidewalk. F2-13.3.11Temporary Transitions TheCONTRACTORshall construct temporary pavement transitions at allpaving joints greater than 1 inch prior to allowing traffic onto the paved surface. This includes both longitudinal and transverse paving joints.Temporary pavement transitions shall have a slope of 20:1 or as approved by the engineer and be constructed on Kraft paper or other suitable bond breaker such that upon removal of the temporary pavement transition, a clean notch remains. The temporary transitions may be constructed of either cold mix or hot mix. TheCONTRACTORshall continuously maintain the temporary pavement until final paving. Each temporary transition shall be inspected by the CONTRACTORand repaired as necessary to comply with these provisions at the end of each day including weekends and holidays. Failure to comply with these provisions willresult in a liquidated damage of $250 per day per transition and/or the cost of City crews making the repairs if necessary to correct for public safety. F2-13.4MEASUREMENT AND PAYMENT ARHM overlay will be measured and paid for at the contract unit price per ton (U.S. standard measure, 2,000 pounds). The unit price paid per ton (U.S. standard measure, 2,000 pounds) includes all costs for saw-cutting, pavement preparation, furnishing and placing materials required, including rock dust blotter, and all labor, equipment, sweeping, tools and incidentals needed to complete the work in place per plans, specifications and details. No payment will be made for quantities of ARHM which exceed 110% of the calculated quantity required to cover the area shown on the plans in compliance with the approved mix design. F2-14SHOULDER BACKING F2-14.1SCOPE This work shall consist of scarifying the existing shoulder material and placing additional material to bring the shoulder up to the new pavement surface as specified. All such work shall conform to the applicable provisions of the SSPWC, these Special Provisions; the plans and typical sections; and as directed by the Engineer. F2-14.2MATERIALS Material for shoulder backing shall be Crushed Miscellaneous Base and shall conform to Sections 200-2.4 of the SSPWC. Pavement grindings shall not be used for shoulder backing material. F46 106 F2-14.3CONSTRUCTION The existing shoulder shall be scarified sufficiently to provide bonding between the existing and new materials. The limit of scarificationand new shoulder backing material shall be three feet from the edge of the new pavement surface. Shoulder material shall be moisture conditioned, placed, shaped, and compacted such that the new shoulder material is firm and does not displace under longitudinal shoulder traffic. The surface elevation of the compacted shoulder backing shall match the new pavement surface. Existing roadside drainage patterns shall be maintained. Where unusual shoulder conditions not represented by the typical details are encountered, the Contractor shall notify the Engineer 24 hours in advance of shoulder work. The Engineer will specify the adjustments to be used to ensure that drainage patterns are maintained. Shoulder backing shall start no sooner than three calendar days and shall be completed no more than seven calendar days after completion of the adjacent paving. F2-14.4MEASUREMENT AND PAYMENT Shoulder backing shall be paid on a lineal foot basis along the pavement edge. The unit cost bid for shoulder backing shall be considered full compensation for furnishing all labor, materials, tools, equipment, transportation, and incidentals; and for performing all of the work involved as detailed in the Standard Specifications, these Special Provisions, and the plans and typical sections. No additional compensation will be allowed therefor. F2-15LOWERING & ADJUSTING OF UTILITY COVERS F2-15.1 SCOPE Utility covers shall be adjusted to finish grade including manhole frames and grates; water valves; survey monument covers; monitoring well covers; miscellaneous utility boxes and water meter boxes. On roadways to be milled, facilities shall be lowered prior to cold planing and adjusted to finish grade after completion of the resurfacing work.Adjusting water valves shall include water valve cover, valve box, and eight (8) inch riser.The Contractor shall coordinate with the respective owner of the utility to place the required materials prior to adjustment and after work is completed. F2-15.2 CONSTRUCTION TheCONTRACTORshall mark, as approved by the Engineer, and completely protect with heavy plastic or other suitable material, as approved by the Engineer, all utility covers or other items which are visible on the surface and willbe covered by his operations. This shall be completed prior to the start of that operation, and approved by the Engineer. All utility covers on streets to be milled shall be lowered prior to milling or removal of surfacing and base, and patched flush with the adjacent roadway. See Cold Planing for additional information. F47 107 CONTRACTOR shall contact utility companies at least 48 hours prior to adjustment and after work is completed and report via EADOC. For sewer manhole coversfrom the Sanitation District,the CONTRACTOR shall coordinate with Saul Sotoat the Sanitation District of Los Angeles County for inspection at (661) 713-601248 hours prior to lowering the manhole covers, andshall ensure that the pick hole is clear of all asphaltic or fabric materials immediately after each stage of work, thus enabling the Sanitation Department to identify where any sewer system back-up might be by the visible presence of effluent. All utility covers and boxes shall be raised to grade after construction of the final resurfacing materials.The length of time between paving and the raising of any given cover shall not exceed seven (7) days.Care shall be taken tokeep frames and covers clean. All existing water valve boxes with a concrete collar are to be replaced with a new traffic rated box and cover such as an Christy G3 or equal.CONTRACTOR shall confirm with utility owner. The new survey monument covers shall be Alhambra Frame, Plate No. A-2925-F and cover, Plate A-2925-C marked Survey Monument. Any materials that have adhered to the frames and covers whether fresh or existing shall be removed. The concrete around the manholes, survey monuments and water valves shall be left 1-1/2" lower than the adjacent pavement. The surface shall be tack coated with 0.10 gallons per square yard and paved with Type D-2 asphalt concrete.Immediately after placement, thesurface shall be sand sealed. Concrete around manholes, survey monuments, and other utility covers with collarsshall not be left exposed before final paving. Concrete around manholes survey monuments, and other utility covers with collars shall be placed a minimum of 5 hours prior to opening to traffic. Concrete around manholes, survey monuments, and other utility covers with collars shall meet the following requirements: Compressive Strength: 4000 psi @ 3 days, The CONTRACTOR must place hot mix asphalt the same work day the manholes, survey monuments, and other utility covers with collarsare adjusted or place, clean and sweep cold mix asphalt the same work day manholes are adjusted, and maintain the cold mix asphalt until final paving. Road shall be completely open to traffic with cones and delineators around adjusted manholes and utility covers removed at the end of the work day on daysutility covers are adjusted. Final paving shall be completed within 24 to 48 hours after placement of concrete collars around adjusted facilities. At the location of the monitoring wells to be overlaid, the location of the wellsshall be marked on the curbs. A site sketch shall be provided to the city indicating the location and distances of the monitoring wells relative to the curb markings 5 working days prior to paving. F48 108 F2-15.3 MEASUREMENT AND PAYMENT Measurement and payment for lowering and adjusting various utilitiesas listed in the bid schedule will be made at the contract unit price per EACHper type of utility.The above unit prices include any costs incurred for keeping the manhole cover pick holes clear, and no further paymentwill be made for these items. The above contract unit price shall include full compensation for furnishing all labor, materials, tools, equipment, transportation, inventory of manholes, survey monuments and utility covers, and incidentals for adjusting utility covers in accordance with the Contract Documents.Utilities include, but not limited to, manholes, valves and utility boxes. The cost of providing the location plans of overlaid monitoring wells shall be included in the overlay costs and no additional compensation shall be allowed therefore. The cost of raising valves in slip cans with no existing concrete collar will be included in the cost of the paving operation and no additional compensation will be allowed. Such payment shall be considered full compensation for furnishing and maintaining all materials, labor, equipment, and all incidentals necessary to complete the work in accordance with the Standard Specifications and these Special Provisions. Section 3-2.2.2 “Increases of More Than 25 Percent” and Section 3-2.2.3 “Decreases of More Than 25 Percent” shall not applyto the bid items related to lowering and adjusting utility covers and valves. F2-16TRAFFIC LOOPS F2-16.1SCOPE Work to be performed under this Section covers all labor, materials, tools, equipment, transportation, and incidentals necessary to replace existing loop detectors atvarious street intersections. It is anticipated that all the existing loop detectors at the intersections will be damaged by theproposed pavement cold planingand removal of surfacing and base. Loop detectors at cross streets may also be affected and shall be replaced to reestablish a functioning traffic signal system. F2-16.2MATERIALS Unless otherwise allowed by the Engineer, all replaced signal loops shall be 6 foot diameter circular loops (Type E). Loop wire shall be Type I. All such work shall conform to the details and provisions of the State of California, Department of Transportation's Standard Plans and Section 307, "Street Lighting and Traffic Signals," of the Standard Specifications, 2012Edition, and these Special Provisions, except that Subsection 307- 5.4, "Payment," is modified herein. F2-16.3CONSTRUCTION All traffic signal loop replacements shall be installed per City of Santa Clarita Standard Plan, Loop Detector Layout Detail and Los Angeles Standard Plan, Bicycle / Vehicle Loop Detector Installation, Winding Detail of the Loops, shown on the plans. F49 109 The proposed locations of the replaced signal loops detectors shall be marked in the field and approved by the Engineer prior to installation. Maintaining the traffic signals during construction shall be a part of this work. Temporary TrafficLoopsshall be installed at locations shown on the plans (5) five calendar days prior of cold planing.Contractor shall not disconnect loop detectors in operation until replacementwith Temporary Traffic Loops (within 48 hours).Failure to install temporary loops or follow this schedule will result in liquidated damages of $2,000 per loop detector. Failure will cause the work to be performed by City forces and the Contractor back charged for the work. Prior to initiating any work on the streetwhich contains the signal loop detectors, the CONTRACTORshall prepare drawings of all signal loops in the affected work area. The drawing shall show the size and location of the existing loops, routing of wiring, and proposed replacement location. Where the sump of an existing pull box is disturbed by the CONTRACTOR's operations, the sump shall be reconstructed and, if the sump was grouted, the old grout shall be removed and new grout placed. TheCONTRACTORshall test the detectors with a motor-driven cycle, as defined in the California Vehicles Codethat is licensed for street use by the Department of Motor Vehicles of the State of California. The unladen weight of the vehicle shall not exceed220 pounds and the engine displacement shall not exceed 100 cubic centimeters.Special features, components or vehicles designed to activate the detector will not be permitted. TheCONTRACTORshall provide an operator who shall drive the motor-driven cycle through the response or detection area of the detector at not less than 3 miles per hour nor more than 7 miles per hour. Traffic loopswill be disconnected or connected by the CONTRACTOR. The CONTRACTORshall notify the Engineer 24 hours prior to any detector being disconnected or connected.Timing adjustments shall be made by City traffic personnel. F2-16.4MEASUREMENT AND PAYMENT Traffic loopsshall be measured and paid for at the contract unit price per each loop detector replaced. The unit price paid per each “Remove and Install TemporaryTraffic Loops”shall include all costs associated with underground conduit, wiring, pull boxes and vaults, signal loops, connections, elastomeric sealer, testing, etc. required toremove andinstall the replacement loop in accordance with Caltrans standards. Traffic loops shall be round. The unit price paid per each “Remove and Install Permanent Traffic Loops”shall include all costs associated with underground conduit, wiring, pull boxes and vaults, signal loops, connections, elastomeric sealer, testing, etc. required toremove andinstall the replacement loop in accordance with Caltrans standards. Traffic loops shall be round. F50 110 F2-17TRAFFIC STRIPING, MARKINGS & SIGNS F2-17.1TRAFFIC STRIPING, MARKINGS & SIGNS The work consists of replacing all existing pavement striping and markings, installing signs or making modifications indicated on the plans and in the specifications. F2-17.2MATERIALS Traffic striping & marking materials shall be per the provisions of Section 210-1 and 214 of the Caltrans Standard SpecificationsLatest Edition. F2-17.3CONSTRUCTION Traffic stripingand pavement markingsshall be replaced within the limit of pavement rehabilitation and if necessary carried 50 feet into the cross street on to pavement that's not being replaced. Methods of application of traffic striping, curb and pavement markings, and pavement markers shall conform to Section 314 of the Caltrans Standard SpecificationsLatest Edition. Traffic striping andpavement markings that are shown on the plans are shown / designated per Caltrans Standard Plans. The Contractor shall be responsible for verifying the proposed striping plan with the Engineer and establish dimensions for lane widths and all other featuresexisting or shown on the plans prior to removing, obliterating, covering any existing striping, or starting work on the affected street. For crosswalks, the CONTRACTOR shall mark on the curb face a point, showing where the extension of the crosswalk intersects. This will ensure that the crosswalk alignment will be installed the same way before it was removed. The verified and dimensioned striping plan must be submitted to the Engineer and approved prior to commencing any striping and marking operations on the affected street. All alignments and layout measurements, and other work necessary to locate and replace traffic stripes and pavement markings shall be performed by the CONTRACTOR. The City will not provide any assistance, information, or materials totheCONTRACTOR. It will be entirely the responsibility of the CONTRACTORto perform all necessary pre-construction and construction layout work, obtain all necessary measurements and information, and prepare all plans for performing the striping and marking work as specified. All traffic control systems necessary for performing striping and marking, as directed by the Engineer, shall be the responsibility of the CONTRACTOR. TheCONTRACTORshall layout the traffic striping and marking pattern with temporarystriping after the construction is completed and before the roadway is made available for use by traffic. Finished striping and marking shall not be applied until fourteen (14) days after construction has been completed and shall be applied within five (5) working days after the initial fourteen (14) days. The CONTRACTORshall be responsible for the maintenance of temporary striping until the completion of final striping and marking operations. Multiple mobilizations of the striping crews and equipment may be required throughout the project. Temporary striping may be different from final striping. Narrower temporary lanes will be allowed. Minimum allowable width will be approved by the City Traffic Engineer. F51 111 Contractor shall provide temporary striping per the final striping plan onrough surfaces. Black out will not be allowed. Temporary stripingmust be provided on the same day as the treatment.Paint only on Cold Planed surfaces. If Contractor does not follow the final layout, the City may require theContractor to re-apply the treatment again. The Contractor shall replace all striping which has been damaged or obliterated by or during the work. This shall include striping replacement completely across the street even in the event that the Contractor’s work may not extend that far. Both lines of each crosswalk shall be completely repainted even if only a portion of a line has been obliterated. When the Contractor’s work removes or reduces the visual appearance of a lane, centerline, stop bar, limit line, crosswalk, etc., the Contractor shall replace all striping between the adjacent intersections in both directions. Where a median exists, this work will be required only in the roadway where the work has occurred, unless a detour which altered the pavement markings occurred in the other roadway. In such cases, the striping will be replaced in both directions. F2-17.4 MEASUREMENT ANDPAYMENT The unit prices for traffic striping shall include full compensation for furnishing all labor, materials, tools, equipment, sketches, striping inventory, tie-downs, layout, and placing of all temporary, including cat tracking or temporary striping, and final traffic striping; and for doing the work involved in or appurtenant to any locations where damaged striping has occurred with equal to or better, layout, and placing of all traffic striping, thermoplastic, markings and markers as shown on the plans or described in these Special Provisions. Such payment shall be considered full compensation for furnishing and maintaining all materials, labor, equipment, and all incidentals necessary to complete the work in accordance with the Standard Specifications and these Special Provisions. Section 3-2.2.2 “Increases of More Than 25 Percent” and Section 3-2.2.3 “Decreases of More Than 25 Percent” shall not apply to the bid items associated with Striping Details that are measured by the linear foot. Payment of “Bicycle Group Legend” will be paid for by the each and will include the “Bike Lane Symbol” and “Bike Lane Arrow”. Measurement and Payment for “White / Yellow Continental Crosswalk” will bepaid for by square foot and shall include all stripesas indicated in theCity Detail. Remove, replace and relocate of post and sign shall be included in the incidentals. F52 112 SECTION G Special Provisions - General 113 SECTION G – SPECIAL PROVISIONS – GENERAL 2019-20 AnnualOverlayProject M0131 Bid No. ENG-19-20-M0131O Project No. M0131 City of Santa Clarita, California The general provisions for this contract shall be in conformance with Part 1, “General Provisions,” of the Standard Specifications for Public Works Construction, LatestEdition, (SSPWC or Greenbook 2018) accept as amended and or superseded by the following: BIDDER shall take note that the amendment and additional provision that follow are not all shown in the order or numbering system as shown in the Greenbook 2018edition. SECTION 1 - TERMS, DEFINITIONS, ABBREVIATIONS, AND SYMBOLS Agency............................City of Santa Clarita Board ...............................City Council representing the City of Santa Clarita Caltrans...........................California Department of Transportation Caltrans Specifications....“Standard Specifications” and “Standard Plans”, latest edition, issued by the State of California Department of Transportation City..................................City of Santa Clarita City Attorney....................Attorney for the City of Santa Clarita C&DMMP........................Construction & Demolition Materials Management Plan Design Engineer..............Pavement Engineering, Inc. Engineer..........................City of Santa Clarita, City Engineer Finish Grade....................Proposed Grade, proposed finished grade, final finish grade Inspector.........................Inspector for the City of Santa Clarita MS4................................. Los Angeles County Municipal Separate Storm Water Permit, Order No. R4-2012-0175, NPDES No. CAS004001 Owner..............................City of Santa Clarita PCC................................. Portland Cement Concrete State................................State of California BMPs ...............................Best Management Practices SSPWC ...........................Standard Specification of Public Works Construction, 2015 Edition Greenbook......................Standard Specification of Public Works Construction, 2015 Edition SWPPP ...........................Storm Water Pollution Prevention Plan WPCP.............................Water Pollution Control Program G 1 114 PART 1 GENERAL - Add the following specifications 1-1.1 DESCRIPTION The Owner and Contractor shall utilize EADOC LLC'sEADOC system for electronic submittal of all data and documents (unless specified otherwise by the owners representative)throughout the duration of the Contract. EADOC is a web-based electronicmedia site that is hosted by EADOC LLC. utilizing their EADOC web solution. EADOC will be made available to all contractors project personnel, subcontractor personnel, suppliers, consultants and the Designer of Record. The joint use of this system is tofacilitate; electronic exchange of information, automation of key processes, and overall management of the contract. EADOC shall be the primary means of project information submission and management. When required by the Owners representative, paper documents will also be provided. In the event of discrepancy between the electronic version and paper documents, the paper documents will govern. EADOCis a registered trademarks of EADOC LLC. 1-1.2 USER ACCESS LIMITATIONS The Owners representative will control the Contractor's access to EADOC by allowing access and assigning user profiles to accepted Contractor personnel. User profiles will define levels of access into the system; determine assigned function-based authorizations (determines what can be seen) and user privileges (determines what they can do). Sub-contractors and suppliers will be given access to EADOC through the Contractor. Entry of information exchanged and transferred between the Contractor and its sub-contractors and suppliers on EADOCshall be the responsibility of the Contractor. 1-1.2.1 Joint Ownership of Data Data entered in a collaborative mode (entered with the intent to share as determined by permissions and workflows within the EADOC system) by the Owners Representative and the Contractor will be jointly owned. 1-1.2.2Data access after project completion All Project participants can request a copy of their project information from EADOC upon completion of the project. Participants are responsible for the $500 cost for the archive. To request an archive complete a support request in the EADOC application. The support request should include the address for shipping the archive too. 1-1.3 AUTOMATED SYSTEM NOTIFICATION AND AUDIT LOG TRACKING Review comments made (or lack thereof) by the Owner on Contractor submitted documentation shall not relieve the Contractor from compliance with requirements of the Contract Documents. The Contractor is responsible for managing, tracking, and documenting the Work to comply with the requirements of the Contract Documents. Owners acceptance via automated system notifications or audit logs extends only to the face value of the submitted documentation and does not constitute validation of the Contractor's submitted information. 1-1.4 SUBMITTALS See Section 2-5.3 SUBMITTALS: Preconstruction Submittals List of Contractor's key EADOC personnel. Include descriptions of key personnel's roles and responsibilities for this project. Contractor should also identify their organizations administrator on the list. G 2 115 1-1.5 COMPUTER REQUIREMENTS The Contractor shall use computer hardware and software that meets the requirements of the EADOC system as recommended by EADOC LLC. to access and utilize EADOC . As recommendations are modified by EADOC, the Contractor will upgrade their system(s) to meet the recommendations or better. Upgrading of the Contractor's computer systems will not be justification for a cost or time modification to the Contract. The contractor will ensure that connectivity to the EADOC system (whether at the home office or job site) is accomplished through DSL, cable, T-1 or wireless communications systems. The minimum bandwidth requirements for using the system is 128kb/s. It is recommended a faster connection be used when uploading pictures and files into the system. EADOC supports the current and prior two major versions of Chrome, Firefox, Internet Explorer and Safari on a rolling basis. Each time a new version of one of these browsers is released, we begin supporting the update and stop supporting the fourth-oldest version. 1-1.6 CONTRACTOR RESPONSIBILITY The Contractor shall be responsible for the validity of their information placed in EADOC and for the abilities of their personnel. Accepted users shall be knowledgeable in the useof computers, including Internet Browsers, email programs, cad drawing applications, and Adobe Portable Document Format (PDF) document distribution program. The Contractor shall utilize the existing forms in EADOC to the maximum extent possible. If a form does not exist in EADOCthe Contractor must include a form of their own or provided by the Owner representative as an attachment to a submittal. Adobe PDF documents will be created through electronic conversion rather than optically scanned whenever possible. The Contractor is responsible for the training of their personnel in the use of EADOC (outside what is provided by the owner) and the other programs indicated above as needed. 1-1.6.1 User Access Administration Provide a list of Contractor's key EADOC personnel for the Owner's Representative acceptance. Contractor is responsible for adding and removing users from the system. The Owners Representative reserves the right to perform a security check on all potential users. The Contractor will be allowed to add additional personnel and sub contractors to EADOC. 1-1.7 CONNECTIVITY PROBLEMS EADOCis a web-based environment and therefore subject to the inherent speed and connectivity problems of the Internet. The Contractor is responsible for its own connectivity to the Internet. EADOCresponse time is dependent on the Contractor's equipment, including processor speed, Internet access speed, etc. and current traffic on the Internet. The Owner will not be liable for any delays associated from the usage of EADOC including, but not limited to: slow response time, down time periods, connectivity problems, or loss of information. The contractor will ensure that connectivity to the EADOC system (whether at the home office or job site) is accomplished through DSL, cable, T-1 or wireless communications systems. The minimum bandwidth requirements for using the system is 128kb/s. It is recommended a faster connection be used when uploading pictures and files into the system. Under no circumstances shall the usage of the EADOC be grounds for a time extension or cost adjustment to the contract. G 3 116 1-1.8TRAINING The project owner has arranged for 1trainingsessionto be provided to the contractor, subcontractors, and vendors. Contractor shall invite personalresponsible of submittals and any other correspondence of importance to the project. Training session will be scheduled prior to the pre- construction meeting. PART 1.2 PRODUCTS 1-2.1Description EADOC project management application (no equal) Provided by EADOCLLC www.EADOCsoftware.com PART 1.3 EXECUTION 1-3.1EADOC UTILIZATION EADOC shall be utilized in connection with submittal preparation and information management required by Sections which require the following: PROJECT MANAGEMENT AND COORDINATION CONSTRUCTION PROGRESS DOCUMENTATION NETWORK ANALYSIS SCHEDULES (NAS) PROJECT WEB SITE SUBMITTAL PROCEDURES, DESIGN AND CONSTRUCTION QUALITY CONTROL and otherspecifications in Section 1. Requirements of this section are in addition to requirements of all other sections of the specifications. 1-3.1.1 Design Document Submittals All design drawings and specifications shall be submitted as cad .dwg files or PDF attachments to the EADOC submittal work flow process and form. 1-3.1.2 Shop Drawings Shop drawing and design data documents shall be submitted as cad .dwg files or PDF attachments to the EADOC submittal work flow process and form. Examples of shop drawings include, but are not limited to: a. Standard manufacturer installation drawings. b. Drawings prepared to illustrate portions of the work designed or developed by the Contractor. c.Steel fabrication, piece, and erection drawings. 1-3.1.3 Product Data Product catalog data and manufacturers instructions shall be submitted as PDF attachments to the EADOC submittal work flow process and form. Examples of product data include, but are not limited to: a. Manufacturer's printed literature. b. Preprinted product specification data and installation instructions. G 4 117 1-3.1.4 Samples Sample submittals shall be physically submitted as specified in Section 2-5 SUBMITTALS. Contractor shall enter submittal data information into EADOC with a copy of the submittal form(s) attached to the sample. Examples of samples include, but are not limited to: a. Product finishes and color selection samples. b. Product finishes and color verification samples. c. Finish/color boards. d.Physical samples of materials. 1-3.1.5 Administrative Submittals All correspondence and pre-construction submittals shall be submitted using EADOC. Examples of administrative submittals include, but are not limited to: a. Digging permits and notices for excavation. b. List of product substitutions c. List of contact personnel. d. Notices for roadway interruption, work outside regular hours, and utility cut overs. e. Requests for Information (RFI). f. Network Analysis Schedules and associated reports and updates. Each schedule submittal specified in Specification Section 6– PROSECUTION, PROGRESS, AND ACCEPTANCE OF THE WORK;shall be submitted as a native backed-up file (.PRX or .STX) of the scheduling program being used. The schedule will also be posted as a PDF file in the format specified in Specification Section 6. g. Plans for safety, demolition, environmental protection, and similar activities. h. Quality Control Plan(s), Testing Plan and Log, Quality Control Reports, Production Reports, Quality Control Specialist Reports, Preparatory Phase Checklist, Initial Phase Checklist, Field Test reports,Summary reports, Rework Items List, etc. j. Meeting minutes for quality control meetings, progress meetings, pre-installation meetings, etc. k. Any general correspondence submitted. 1-3.1.6 Compliance Submittals Test reports, certificates, and manufacture field report submittals shall be submitted on EADOC as PDF attachments. Examples of compliance submittals include, but are not limited to: a. Field test reports. b. Quality Control certifications. c. Manufacturers documentation and certifications for quality of products and materials provided. 1-3.1.7 Record and Closeout Submittals Operation and maintenance data and closeout submittals shall be submitted onEADOC as PDF documents during the approval and review stage as specified, with actual set of documents submitted for final. Examples of record submittals include, but are not limited to: a. Operation and Maintenance Manuals: Final documents shall be submitted as specified. G 5 118 b. As-built Drawings: Final documents shall be submitted as specified. c. Extra Materials, Spare Stock, etc.: Submittal forms shall indicate when actual materials are submitted. 1-3.1.7 Financial Submittals Schedule of Value, Pay Estimates, Change Request Proposals and preliminary allowance order proposals shall be submitted on EADOC. Supporting material for Pay Estimates, Change Requests, and allowance order proposals shall be submitted on EADOCas PDF attachments. Examples of compliance submittals include, but are not limited to: a. Contractors Schedule of Values b. Contractors Monthly Progress Payment Requests c. Contract Change proposals requested by the project owner. d. Preliminary allowance order proposals requested by the project owner. G 6 119 SECTION 2 - SCOPE AND CONTROL OF WORK 2-1 AWARD AND EXECUTION OF CONTRACT – Replace as follows Within ten (10) working days after the date of the AGENCY's notice of award, the CONTRACTOR shall execute and return the following contract documents to the AGENCY: -Capital Improvement Project Agreement - Payment Bond -Faithful Performance Bond -Maintenance Bond - Labor and Material Bond - Public Liability and Property Damage Insurance Certificate and Endorsements - Auto Insurance - Worker's Compensation Insurance Certificate - W-9 Form -Diversion Security Deposit -Construction and Demolition Materials Management Plan (C&DMMP, see Section E7-8.10) Failure to comply with the above will result in annulment of the award and forfeiture of the Proposal Guarantee. The Contract Agreement shall not be considered binding upon the AGENCY until executed by the authorized AGENCY officials. A corporation to which an award is made may be required, before the Contract Agreement is executed by the AGENCY, to furnish evidence of its corporate existence, of its right to enter into contracts in the State of California, and that the officers signing the contract and bonds for the corporation have the authority to do so. PRE-CONSTRUCTION MEETING A Pre-Construction Conference shall be conducted at the Santa Clarita City Hall, 23920 Valencia Boulevard, Santa Clarita, CA 91355, prior to the start of construction. The job- site foreman or superintendent assigned by the CONTRACTOR for this project shall be present at the Pre-Construction Meeting. The CONTRACTOR shall prepare a tentative progress schedule for submission and review at the Pre-Construction Meeting. The discussion shall include: verification of equipment orders; project supervision; on-site inspection; progress schedules and reports; payments to CONTRACTOR; safety; and other anticipated problems pertinent to the project. The City of Santa Clarita will issue Notice to Proceed and Encroachment Permits at the Pre-Construction Meeting. At this conference, the CONTRACTOR shall designate, in writing, a representative who shallhave complete authority to act for the CONTRACTOR. An alternate representative may be designated. The representative or alternate shall be present at the job site whenever work is in progress or whenever actions of the elements necessitate its presence totake measures necessary to protect the project, persons, or property. Any order or communication given to this representative shall be deemed delivered to the CONTRACTOR. In the absence of the CONTRACTOR or its designated representative, necessary or desirable directions or instructions may be given by the Engineer to the superintendent G 7 120 or person having charge of the specific work to which the order applies. Such order shall be complied with promptly and referred to the CONTRACTOR or its representative. Those attending the meeting shall include, but not be limited to the following: CONTRACTOR SUBCONTRACTORS CONTRACTOR finance representative or certified payroll designee for Labor Compliance instructions City of Santa Clarita Department of Public Works Staff City of Santa Clarita Project Manager City of Santa Clarita Project Inspector City, Consultant, Environmental Specialist Design Engineer Affected utility companies representatives Twoweeks prior to this meeting the CONTRACTOR shall submit the following: a.Construction Schedule b.Traffic Control Plan c.Construction Phasing Plan 2-3 SUBCONTRACTS 2-3.2 Additional Responsibility-The second and third paragraphs of Subsection 2-3.2 of the SSPWC is hereby deleted and replacedwith the following: The CONTRACTORshall perform or provide, with its own organization, contract labor, materials, and equipment amounting to at least 50 percentof the Contract Price. The contract labor performed or provided by the CONTRACTOR shall amount to at least 15 percentof the total contract labor for the Contract. Contract labor shall exclude superintendence. Any designated "Specialty Items" may be performed by subcontract and the amount of any such "Specialty Items" so performed may be deducted from the Contract Price before computing the amount of contract labor, materials, and equipment required to be performed or provided by the CONTRACTOR with its own organization. When items of work in the bid schedule are preceded by the letter (s), said items are designated "specialty items." Where an entire item is subcontracted, the value of contract labor, materials, and equipment subcontracted will be based on the Contract Unit or Lump Sum Price. When a portion of an item is subcontracted, and value of contract labor, materials, and equipment subcontracted will be based on the estimated percentage of the Contract Unit or Lump Sum Price, determined from information submitted by the CONTRACTOR, subject to approval by the ENGINEER. The prime CONTRACTOR shall provide a description by bid item number and also otherwise fully designate the portion of work and amount of cost to be performed by each SUBCONTRACTOR. Attention is directed to the provisions in Sections 10262 and 10262.5 of the Public Contract Code and Section 7108.5 of the Business and Professions Code concerning prompt payment to SUBCONTRACTORS. The CONTRACTOR shall return all moneys withheld in retention from the SUBCONTRACTOR within 30 days after receiving payment for work satisfactorily completed, even if the other contract work is not completed and has not been accepted in conformance with Section 6-8 of the SSPWC. This requirement shall not be G 8 121 construed to limit or impair any contractual, administrative, or judicial remedies otherwise available to the CONTRACTOR or SUBCONTRACTOR in the event of a dispute involving late payment or nonpayment by the CONTRACTOR or deficient subcontract performance or noncompliance by a SUBCONTRACTOR. 2-4 CONTRACT BONDS The Faithful Performance Bond shall remain in force until one year after the date of recordation of the Notice of Completion. The Labor and Material Bond shall remain in force until 35 days after the date of recordation of the Notice of Completion, or until all claims for material and labor are paid, whichever is greater. 2-5 PLANS AND SPECIFICATIONS 2-5 .1 GENERAL -Add the following for specifics The CONTRACTOR shall carefully study and compare the Contract Documents with each other and with information available to the CONTRACTOR and furnished by the City and shall immediately notify the Engineer of errors, inconsistencies, or omissions discovered. If the CONTRACTOR performs any construction activity knowing it involves a recognized error, inconsistency, or omission in the Contract Documents without notice to the Engineer, the CONTRACTOR shall assume appropriate responsibility for such performance and shall assume responsibility for the full costs for correction. The CONTRACTOR shall make field measurements, verify field conditions, and shall carefully compare such field measurements and conditions and other information known to the CONTRACTOR with the Contract Documents before commencing activities. Errors, inconsistencies, or omissions discovered shall be reported to the Engineer immediately. When existing conditions are encountered which, in the opinion of the Engineer, require temporary suspension of work for design modifications or for other determinations to be made, the CONTRACTOR shall move to other areas of work until such determinations are made at no cost to the City. The CONTRACTOR shall be allowed an adjustment in the contract price or an extension of the contract time, or both, directly attributable to any such suspension, if the CONTRACTOR makes an approved claim therefore as provided in Section 3, “Changesin Work” of the Standard Specifications. 2-5 .3 SUBMITTALS 2-5.3.1 General -Add the following: Submittals shall be provided a minimum of 10 calendar days prior to the Preconstruction Meeting. Failure to provide submittals by this deadline may result in postponing the Preconstruction Meeting. Working days will be assessed to the contract for each day after the submittal deadline. G 9 122 Submittals shall besubmitted via Eadoc. Any hard copies or samples please send to: City of Santa Clarita 23920 Valencia Boulevard Santa Clarita, CA 91355-1103 Phone: (661) 286-4134 Attention: Ramiro Fuentes 2-5.3.3Add the following to Section 2-5.3.3 - Additional Shop Drawings and/or Submittals In addition to the required shop drawings, the CONTRACTOR shall submit the following shop drawings and/or submittalsthrough EADOCin adequate detail, including a list of all deviations from the Contract Documents, to determine the specifications are being met for all including the following: Equipment and Material Delivery Route Plans Stockpile and Storage Locations Engineered Traffic Control Plan Asphalt Concrete Mix Designs Asphalt Rubber Mix Designs CIR Mix Design Certificates of Compliance Samples of Notification Letters and Door Hangers Permits; including local air pollution control or air quality management district permits Traffic striping, marking and markers inventory Manholes, survey monuments, and utility covers inventory The above drawings, lists, prints, specifications, samples, and other data shall become a part of the Contract Documents, and a copy of the accepted shop drawing shall be kept with the job-site Contract Documents, and the fabrications furnished shall be in conformance with the Contract Documents. The Engineer's review of the above drawings, lists, prints, specifications, samples, or other data shall in no way release the CONTRACTOR from his/her responsibility for the proper fulfillment of the requirements of this Contract or for fulfilling the purpose of the installation or from his/her liabilityto replace same, should it prove defective or not conform to other system elements whether supplied by the CONTRACTOR, the AGENCY or existing or fail to meet the specified requirements. The CONTRACTOR shall thoroughly review each shop drawing for compliance and compatibility, certify and sign each shop drawing to indicate that a thorough review was made by the CONTRACTOR prior to submission for Engineer's review. The Engineer will review up to two (2) submittals for each item. If the Engineer's review requires more than two submittals, then the costs shall be borne by the CONTRACTOR. The Engineer's review is for general conformance to the Contract Documents and no check will be made to confirm dimensions, compatibility with other elements of the Work, or deviations from the Contract Documents which have not been specifically identified by the CONTRACTOR. CONTRACTOR is responsible for the installation of complete, functional improvements in accordance with the Contract Documents. G 10 123 Section 2is amended by adding thereto the following new Subsection 2-5.4 Examination of Contract Documents and Job Site. 2-5.4 EXAMINATION OF CONTRACT DOCUMENTSAND JOB SITE The BIDDER shall examine carefully the entire sites of the work, including but not restricted to theconditions and encumbrances related thereto, the plans and specifications, and the proposal and contract forms. The submission of a bid shall be conclusive evidence that the BIDDER has investigated and is satisfied as to the conditions to be encountered,as to the character, quality, and scope of the work to be performed, the quantities of material to be furnished, and as to the requirements of the proposal, plans, specifications, and other contract documents. The CONTRACTOR shall carefully study and compare the Contract Documents with each other and with information available to the CONTRACTOR and furnished by the AGENCY and shall immediately notify the Engineer of errors, inconsistencies or omissions discovered. If the CONTRACTOR performs any construction activity knowing it involves a recognized error, inconsistency or omission in the Contract Documents without notice to the Engineer, the CONTRACTOR shall assume appropriate responsibility for such performance and shall assume responsibility for the fullcosts for correction. The CONTRACTOR shall make field measurements, verify field conditions and shall carefully compare such field measurements and conditions and other information known to the CONTRACTOR with the Contract Documents before commencing activities. Errors, inconsistencies or omissions discovered shall be reported to the Engineer immediately. When existing conditions are encountered which, in the opinion of the Engineer, require temporary suspension of work for design modifications or for other determinations to be made, the CONTRACTOR shall move to other areas of work until such determinations are made at no cost to the AGENCY. The CONTRACTOR shall be allowed an adjustment in the Contract Price or an extension of the Contract Times, or both,directly attributable to any such suspension if the CONTRACTOR makes an approved claim therefore as provided in SECTION 3–CHANGES IN WORKof the SSPWC. Section 2is amended by adding thereto the following new Subsection 2-5.5Drawings and Specifications (As Built) 2-5.5 DRAWINGS AND SPECIFICATIONS (AS-BUILT) The CONTRACTOR shall maintain on the job site, a set of full-size blueline or black line prints, to which the Engineer shall have access at all times. The plans, specifications, and other ContractDocuments shall govern the project. The Contract Documents are intended to be complementary and cooperative and to describe and provide for a complete project. Anything in the Specifications and not on the plans, or on the plans and not in the specifications, shall be as though shown or mentioned in both. G 11 124 While it is believed that much of the project will be shown on the plans or indicated in the specifications, this does not warrant the completeness or accuracy of such information. The CONTRACTOR shall ascertain the existence of any conditions affecting the cost of the project, which would have been disclosed by a reasonable examination of the site. On these plans, the CONTRACTOR shall make all as-built conditions, locations, configurations, and other details which may vary from the details represented on the original drawings. This master record of as-built conditions, including all revisions made necessary by Addenda, Change Orders, and the like, shall be maintained up to date during the progress of thework. In the case of those drawings, which are superseded by final shop drawings, the as-built drawings shall be updated by indicating how those portions are superseded. Upon completion of the work and prior to final acceptance, legible, reproducible, as-built drawings shall be turned over to the AGENCY. Progress payments shall be withheld if as-built drawings are not being updated. Final payment shall be withheld until as-built drawings are submitted and accepted by the Engineer. 2-6 WORK TO BE DONE The work to be done consists of furnishing all materials, equipment, tools, labor, and incidentals as required by the plans, specifications, and contract documents. CONTRACTOR shall provide safe and adequate pedestrian and vehicular movement at and around affected resident and/or businesses and construction sites shall be maintained at all times. AGENCY approved barriers and signs (traffic flagging personnel, if necessary), shall be furnished and utilized by the CONTRACTOR to ensure public and students safety atall times. ADD Paragraph 2-6.1 “Suggestions to CONTRACTOR” Any plan or method of work suggested by the AGENCY or the Engineer to the CONTRACTOR but not specified or required, if adopted or followed by the CONTRACTOR in whole or in part, shall be used at the risk and responsibility of the CONTRACTOR; and the AGENCY and the Engineer shall assume no responsibility therefore and in no way be held liable for any defects in the work which may result from or be caused by use of such plan or method of work. 2-8RIGHT-OF-WAY The contractor shall verify that the acquisition(s) is completed prior to beginning any work outside of the public right-of-way. All cost for re-mobilization, downtime, etc. due to delays in obtaining the required rights-of-way, easements, and rights-of-entry shall be included in the bid prices for this project and no additional compensation shall be allowed. In the event the required Right-of-Entry has not yet been acquired, the contractor shall conduct his operation so as to confine his work to the limits of the existing right-of-way. Offsite grading or other construction work is not permitted without prior written permission of the affected offsite property owner. Work shown outside of the right-of-way can not commence until approval in writing is obtained from offsite property owners and delivered to the City. G 12 125 2-9 SURVEYING 2-9.1 PERMANENT SURVEY MARKERS The Agency shall provide all surveying services necessary for survey monument preservation. The CONTRACTOR shall be responsible forcoordinating work with Agency to assure that all tie-outs have been completed prior to any demolition work, and once work has been completed. The CONTRACTOR shall bear the expense of replacing any survey monumentation that is disturbed prior to being tied-out by a Registered Land Surveyor or a Registered Civil Engineer authorized to practice land surveying within the State of California. 2-9.2 SURVEY SERVICE: -The existing paragraphs are deleted and replaced with the following: The CONTRACTOR will perform and be responsible for the accuracy of surveying adequate for construction. The CONTRACTOR shall perform and be responsible for any survey deemed necessary to adequately construct the work. This shall include providing digitized information and horizontal control of all hardscape construction items (curbs, walkways, signs, fencing, paving, etc.) indicated on plans. The CONTRACTOR shall provide the Engineer with the results of the survey before proceeding. Said surveying and staking shall be performed by a land surveyor, licensed to perform said work in the State of California. All survey work shall be done in compliance with state and local requirements, and to the satisfaction of the Engineer. Payment for Survey Service shall be included in the various bid items for which it is necessary and no addition compensation will be allowed therefore. 2-10 AUTHORITY OF THE BOARD AND THE ENGINEER – Add the following: A Liquidated Damage of $1,000 per item per day will be enforced for not meeting any deadlines/requirementsset forth in the specifications and/or plans unless a separate Liquidated Damage will be accounted for. If the Contractor does not provide corrections within 2 hours of notice, the City reserves the right to make the correction and back charge the Contractor as needed. 2-11 INSPECTION OF THE WORK – Add the following: The CONTRACTOR shall notify the Engineer,or City Inspector forty-eight (48) hours in advance of the start of each phase / item of work. There will be an inspection of this project to ensure strict adherence to the plans and specifications. Any work done in unauthorized areas or in a manner unacceptable to the inspector shall not be accepted or paid for by the City. No concrete or asphalt pavement shall be placed prior to AGENCY inspection of the work area and sub-grade conditions. G 13 126 The City of Santa Clarita shall pay the costs for all material and compaction testing except for tests that fail. The cost of any failed tests will be paid by the Contractor and will be deducted from the final contract amount. SECTION 3 - CHANGES IN WORK - 3-2 CHANGES INITIATED BY THE AGENCY 3-2.1GENERAL. - Add to Section 3 the following: The AGENCY may at any time, as the need arises, order changes within the scope of the work without invalidating the Agreement. If such changes increase or decrease the amount due under the Contract Documents, or in the time required for performance of the work, an equitable adjustment shall be authorized by Change Order. Each approved change order shall be considered as an amendment to the Contract Documents and shall not be considered approved until executed by the AGENCY. The Engineer, also, may at any time, by issuing a Change Notice, make changes in the details of the work. The CONTRACTOR shall proceed with the performance of any changes in the work so ordered by the Engineer unless the CONTRACTOR believes that such Change Noticeentitles him to a change in Contract Price or Time, or both in which event he shall give the Engineer WRITTEN NOTICE thereof within seven (7) days after the receipt of the ordered change. Thereafter the CONTRACTOR shall document the basis for change in Contract Price or Time within thirty (30) days. Engineer has authority to make minor changes in the work, which do not involve extra cost and are not inconsistent with the Contract Documents. CONTRACTOR's acting on such instructions, explanations and drawings of the Engineer means that CONTRACTOR agrees that such explanations, instructions and drawings are within the scope of the work in accordance with the intent of the Contract Documents and does not constitute a basis for modification of the Contract Documents as to price or time. The CONTRACTOR shall not execute such changes pending the receipt of an executed Change Order orfurther instructions from the AGENCY. The Contract Price may be changed only by a Change Order. The value of any work covered by a Change Order or of any claim for the increase or decrease in the Contract Price shall be determined by one or more of the following methods in the order of precedence listed below: 1.Unit prices previously approved. 2.An agreed lump sum. 3.The actual cost for labor, direct overhead, materials, supplies, equipment, and other services necessary to complete the work.(T&M / Force Account) In addition there shall be added an amount to be agreed upon but not to exceed fifteen (15) percent of the actual cost of the work to cover the cost of general overhead and profit. The aggregate of all markups for added work performed by a SUBCONTRACTOR, regardless of the number of tiers of SUBCONTRACTORSused, shall not exceed 10% on the first $2,000 of extra work performed by the SUBCONTRACTOR, and 5% on work in excess of $2,000. G 14 127 Extra work to be paid for on a force account basis as directed by the AGENCY's Representative will be paid for as set forth in Section 3 “Changes in Work” of the Standard Specifications. The labor surcharge, equipment rental rates and the right of way delay factors for each classification of equipment are listed in the California Department of Transportation publication entitled Labor Surcharge and Equipment Rental Rates. 3-3 EXTRA WORK Subsection 3-3.2.3-Markup is replaced by the following: a. Work by the CONTRACTOR: The following percentages shall be added to the CONTRACTOR’s cost and shall constitute the markup for all overhead and profits: 1.Labor 20% 2.Materials 15% 3.Equipment Rental 15% 4.Other Items and Expenditures15% Refer to current CALTRANS Labor Surcharge & Equipment Rental Rates for pricing of all Extra Work. b. Work by the SUBCONTRACTOR: The aggregate of all markups for added work, regardless of the number of tiers of SUBCONTRACTORSused, shall not exceed the markup established in Subsection 3-3.2.3a plus 10-percent on the first $2,000of extra work and 5-percent on work in excess of $2,000. 3-3.3 Daily Reports by Contractor – Add the following: The Contractor shall complete a daily reportin EADOCindicating manpower, including, but, not limited to (name, job title, classification, hours worked on the project site) major equipment used and, on standby (itemized separately), subcontractors, and similar items involved in the performance of the work. The daily report shall be completed on forms prepared by the contractor and acceptable to the Engineer, and shall be submitted to the City inspector for verification each day. The City Labor compliance specialist will also use this daily report for verification of the Certified Payroll Statements. 3-4 CHANGED CONDITIONS -Add to Section 3-4, “Changed Conditions” the following: During the progress of the work, if subsurface or latent conditions are encountered at the site differing materially from those indicated in the “Materials Information,” log of test borings, other geotechnical data obtained by the City’s investigation of subsurface conditions, or an examination of the conditions above ground at the site, the party discovering those conditions shall promptly notify the other party in writing of the specific differing conditions before they are disturbed and before the affected work is performed. Protect and maintain existing profile grades and street cross-fall. Deviations from the above, whether in plan or field, shall be identified to the Engineer or City Inspector in writing prior to any work at least two weeks (10 working days) in advance. Cost of repair and restoration shall be at the CONTRACTOR’s expense. Field obstructions, grade differences, or differences in dimensions may exist that might not have been considered or observed during design of this project. Upon discovery of the difference, the CONTRACTOR shall promptly notify the Engineer or City Inspector G 15 128 and the City having jurisdiction in writing at least two weeks (10 working days) in advance of disturbing, any physical conditions differing from those represented by approved plans and specifications. In the event this notification is not performed, the CONTRACTOR shall assume full responsibility for necessary revisions. The CONTRACTOR will be allowed 15 days from the notification of the Engineer's determination of whether or not an adjustment of the contract is warranted, in which to file a notice of potential claim in conformance with the provisions of Section 3-3 “Extra Work,” of the Standard Specifications and as specified herein; otherwise the decision of the Engineer shall be deemed to have been accepted by the CONTRACTOR as correct. The notice of potential claim shall set forth in what respects the CONTRACTOR's position differs from the Engineer's determination and provide any additional information obtained by the CONTRACTOR, including but not limited to additional geotechnical data. The notice of potential claim shall be accompanied by the CONTRACTOR's certification that the following were made in preparation of the bid: a review of the contract, a review of the “Materials Information,” a review of the log of test borings and other records of geotechnical data to the extent they were made available to bidders prior to the opening of bids, and an examination of the conditions above ground at the site. Supplementary information, obtained by the CONTRACTOR subsequent to the filing of the notice of potential claim, shall be submitted to the Engineer in an expeditious manner. 3-6 NOTICE TO SURETIES Section 3, Changes in Work,is amended by adding thereto the following Subsection 3-6: The CONTRACTOR shall notify his sureties and the carriers of the insurance furnished and maintained by him of any changes affecting the general scope of work or change in the contract price, or time, or a combination thereof, and the amount of the applicable bonds and the coverage of the insurance shall be adjusted accordingly. The CONTRACTOR shall furnish proof of such adjustments to the AGENCY. SECTION 4 - CONTROL OF MATERIALS 4-1 MATERIALSAND WORKMANSHIP 4-1.1 General: The CONTRACTOR and all SUBCONTRACTORS, suppliers, and vendors, shall guarantee that the entire work will meet all requirements of this contract as to the quality of materials, equipment, and workmanship. The CONTRACTOR, at no cost to the AGENCY, shall make repairs or replacements made necessary by defects in materials, equipment, or workmanship that become evident within one year after the date of recordation of the Notice of Completion. Within this one-year period, the CONTRACTOR shall also restore to full compliance with requirements of this contract portions of the work that are found to not meet those requirements. The CONTRACTOR shall hold the AGENCY harmless from claims of any kind arising from damages due to said defects or noncompliance. Repairs, replacements, and restorations shall be made within 30days after the date of the ENGINEER's written notice. 4-1.3.1 General – Add the following: A.Provide letters of certificate for aggregate materials to be used for: 1.Base. 2.Design mix for asphalt concrete. G 16 129 3.Design mix for asphalt rubber hot mix (ARHM). 4.Design mix for concrete pavements. 5.Design mix for Slurry Seal B.Provide submittals for materials to be used as described in the following specifications: 1.Section 200 -Rock Materials 2.Section 201 -Concrete, Mortar and Related Materials 3.Section 203 -Bituminous Materials 4.Section 211 – Soils and Aggregates Tests 5.Section 213 – Engineering Fabrics 6.Section 214 – Pavement Markers 4-1.4 Test of Materials –Add the following: All necessary materials and compaction testing will be done by AGENCY approved testing laboratory. Except as elsewhere specified, the AGENCY will bear the cost of testing materials and or workmanship, which meet or exceed the requirements indicated in the SSPWC and Special Provisions. The costs of additional tests, if deemed necessary by the ENGINEER, of material and/or workmanship, which previously met or exceeded the requirements indicated in the SSPWC and Special Provisions, shall be borne by the CONTRACTOR. The cost of all other testing that fails to pass the first test shall be charged to the CONTRACTOR and withheld from final payment. CONTRACTOR shall submit to the Project Inspector, on the AGENCY’S standard form, requests for material testingvia Eadoc,at least 48-hours before the required materials test is needed. 4-1.6 Trade Names or Equals – Approvalof equipment and materials offered as equivalents to those specified must be obtained as set forth herein and in the INSTRUCTION TO BIDDERS. SECTION 5 – UTILITIES 5-1 LOCATION -Add the following: The following Utilities, with contact information, are known to be within the Contract limits: A.Contact Underground Service Alert at least 2 working days in advance of disturbance. 1-800-227-2600. B. The following Utility Company’s shall be contacted regarding information of their known facilities: 1.Sewer District Contact: LOS ANGELES COUNTY SANITATION DISTRICT 1955 S. Workman Mills Road Whittier, CA 90670-4990 Attention: Sal Soto (626) 506-7959 G 17 130 2.Gas Contact: SOUTHERN CALIFORNIA GAS COMPANY 9400 Oakdale Ave. Chatsworth, CA 91313 Attention: Transmission Planning Office (818) 701-3228 3.Telephone Contact: AT&T 26971 Furnivall Ave., Room D102 Santa Clarita, CA 91351 Attention: Lori Torossian (661) 251-3336 6.Water District Contact: SCV Water Agency 24631 W. Avenue Rockefeller Santa Clarita, CA 91355 Attention: Gino Garcia (661) 295-6508 7.Water District Contact: SCV Water Agency P.O. Box 220970 Santa Clarita, CA91321 Attention: Joshua Gilliam (661) 259-3610 8.Water District Contact: SCV Water Agency 26521 Summit Circle Santa Clarita, CA 91350 Attention: Roger Hitchen (661) 259-2737 9.Electric Contact: SOUTHERN CALIFORNIA EDISON 25625 W. Rye Canyon Road Valencia, CA 91355 Attention: Lori Causas (661) 257-8221 G 18 131 The CONTRACTOR’s attention is directed to Section 5 “Utilities” and Subsections 7-9 “Protection and Restoration of Existing Improvements” of the Standard Specifications and to the contract Plans for location of utilities. The CONTRACTOR shall verify the location, size, and type of all existing utilities prior to construction. Utilities include but are not limited to; telephone, electricity, gas, oil transmission,fiber- optic cable, cable television lines, domestic water, reclaimed water, sewer, and traffic signal interconnect lines. Payment for construction relocation or adjustment of these utility lines shall be the responsibility of the respective utility companies, unless otherwise indicated elsewhere in these Special Provisions. The CONTRACTOR shall obtain all necessary permits and notify the following agencies at least72-hours in advance of excavating around any of their structures. The utility companies listed below can be contacted as indicated. It shall be the responsibility of the CONTRACTOR to coordinate all phases of construction with the various utility companies involved. The California Public Utilities Commission mandates that, in the interest of public safety, main line gas valves be maintained in a manner to be readily accessible and in good operating condition. The CONTRACTOR shall notify Southern California Gas Company, Headquarters Planning Office at (818) 701-3261 at least 2 working days prior to the start of construction. The location and existence of utilities and improvements shown on the plans are approximate and taken from available records. The CONTRACTOR shall verify the location of existing improvements and shall take all precautions to protect them whether shown or not. The CONTRACTOR shall notify Underground Service Alert at 1-800-422- 4133 at least 48 hours prior to any excavation. The CONTRACTOR is advised of the existence of the utility notification service provided by Underground Service Alert (USA). USA member utilities will provide the CONTRACTOR with the precise locations of their substructures in the construction area when the CONTRACTOR gives at least 48 hours notice to Underground Service Alert by calling 1-800-422-4133. The exact location and identification of all existing utilities shall be determined by the CONTRACTOR prior to the start of any work. All existing City-owned utilities located in sidewalk, driveway approach, access ramp, or any area requiring grade adjustment due to the proposed improvements shall be considered appurtenant to the bid item for which the adjustment is required. The CONTRACTOR shall protect-in-place all utilities otherwise noted on the plans.The CONTRACTOR shall be responsible of walking utilities prior and sign off approval from utilities after each location is completed. Prior to commencement of construction, CONTRACTOR shall physically locate, verifying horizontal and vertical locations, and map existing underground facilities within the work areathat are marked by Underground Service Alert (USA) or shown on the drawings. CONTRACTOR shall protect all such facilities from damage due to construction activities for the duration of the project. CONTRACTOR shall deliver a plan with the location of each potholed utility to the Engineer. CONTRACTOR shall notify affected utilities. G 19 132 Repair of damage to such facilities shall be at the CONTRACTORs expense and shall be considered as integral to this item of work. CONTRACTOR shall be responsible for following all applicable rules and regulations concerning work in the vicinity of underground and/or overhead utilities. CONTRACTOR shall use bedding sand to back fill around utilities in any excavation. The cost for coordination with the utility companies and providing the time, work areas, protecting their facilities, in place as shown on plans and as specified in these provisions shall be included in the related items of work and no additional time allowance or compensation shall be made thereof. 5-4 RELOCATION The first paragraph of Section 5-4 of the Standard Specification is hereby deleted and replaced with the following: During the construction of the project by the CONTRACTOR various utility companies maybe completing their work to replace, relocate, install, modify, abandon or adjust their existing underground, at grade and overhead facilities and structures to clear or join the proposed improvements. The CONTRACTOR shall coordinate, scheduling and cooperate with the various utility companies so as to allow them access to their work, and time to complete their work so as to not cause unnecessary delays to the contract. The cost for coordination with the utility companies and providing the time, work areas, protecting their facilities, in place shown on the plans and as specified in these special provisions shall be included in the related items of work and no additional time allowances or compensation will be made thereof. Any utilities adjusted by the contractor shall be signed off with approval by the respective utility company, prior the project completion. Failure of the CONTRACTOR to adhereobtaining Utilities approvalwill result inwithholding of payment for related bid item, or withholdingof retention until ALL adjusted Utility facilities are accepted.A copy of project plan sheets, with signature from Utilities approval, shall be provided to City. SECTION 6 - PROSECUTION, PROGRESS, AND ACCEPTANCE OF WORK 6-1 CONSTRUCTION SCHEDULE AND COMMENCEMENT OF WORK The CONTRACTORshall prepare a construction schedule for this contract in conformance with the Provisions in Section 6-1, “Construction Schedule and Commencement of Work,” of the Standard Specifications. The CONTRACTOR’s proposed schedule and staging plan shall be submitted to the Engineer forapproval within ten (10) working days after the AGENCY’s issuance of a notice of award of contract. Unless otherwise provided, the Contract time shall commence upon the date of issuance of a notice to proceed. The work shall start within (ten) 10 consecutive calendar days thereafter, and be diligently prosecuted to completion within the time provided in the Specifications. The CONTRACTORshall be responsible for establishing a construction schedule for removal of existing signing and striping within the limits as shown on the plans. This schedule will be subject to review and approval by the Engineerbefore any of these processes begins. Where areas of additional removal are found to be needed during the G 20 133 course of this work, the Engineermay provide for such work to be performed by other forces or direct that it may be performed by the CONTRACTORas a change in the work. The CONTRACTORshall prepare a computer generated CPM schedule for this project. The schedule shall be generated using Microsoft Project, or an approved substitute. The schedule shall be broken down into activities with durations each less than two weeks and valued at less than $20,000. No more than 15% of the activities may be on the critical path of the baseline schedule. Baseline schedule shall be updated and submitted on monthly basis. The baseline schedule will be reviewed by the Engineer and the CONTRACTOR shall make any reasonable changes requested to make the schedule acceptable. On a biweekly basis, the CONTRACTOR shall submit an updated schedule reflecting the work progress for the previous two weeks. If, at any time, the updated schedule shows project completion ten or more working days behind schedule, the CONTRACTOR shall be required to submit a recovery schedule showing how the original completion date will be met. After the recovery schedule has been found to be acceptable by the Engineer, it will be used to govern work until the original schedule is recovered. On a weekly basis, the CONTRACTOR shall submit a task schedule reflecting the work scheduled for each day for the following two weeks. Compliance with the scheduling requirements of this section is of the essence of this contract. Failure to comply with the requirements of this section may result in the AGENCY retaining money from the monthly pay request, or enforcing penalty as described below. Failure of the CONTRACTOR to adhere to the approved, weekly, and monthly construction schedule will result in damages being sustained by the City. Such damages are, and will continue to be, impracticable and extremely difficult to determine. For each occurrence of a construction schedule violation as provided herein, the CONTRACTOR shall pay to the AGENCY, or have withheld from monies due to it, the sum of $2,000, unless otherwise provided in the specifications. All schedule submittals shall be made electronically and in printed format acceptable to the Engineer 6-3 SUSPENSION OF WORK Add the following: Contractor shall not suspend work or abandon site for lack of securing of material, or equipment necessary to complete the job. 6-6 DELAYS AND EXTENSIONS OF TIME 6-6.1 General -In the second paragraph, replace the word "materials" with the words "materials, equipment, or labor". No extension of time will be granted for the CONTRACTOR’s inability to secure materials for this project. G 21 134 6-7 TIME OF COMPLETION 6-7.1 General -Time is of the essence in the performance of the work. The CONTRACTOR shall begin work within ten (10) calendar days after date of the Notice to Proceed and shall diligently prosecute the work to completion in every detail, within 40 Working Days (Base Bid)after the date in the Notice to Proceed with Work, exclusive of maintenance periods if any. The additional working days allowed for the Add Alternates are as follows: Add Alternate Additional Working Days 1 08 2 10 3 05 4 08 5 10 6-7.2 Working Day -CONTRACTOR's activities shall be confined to the hours between 7:00 am. and4:30 pm. Monday through Friday(except for approved Night Work). Approved Night Work activities shall be confined to the hours between 8:30 pm and 4:30 am. Monday through Friday. In addition, no work shall be performed by the CONTRACTOR between 5:00 AM onSaturday and 7:00 AM on Monday, or on AGENCY-designated holidays. Days designated as holidays by the AGENCY are listed in Table 1.Refer toproject Plan Sheets, andSection F2-2.4Traffic Maintenance, for additional approved hours on each specific location. Deviations from these restrictions will not be permitted without the prior consent of the ENGINEER, except in emergencies involving immediate hazard to persons or property. In the event of either a requested or emergency deviation, inspection service fees will be charged against the CONTRACTOR. Service fees will be calculated at overtime rates including benefits, overhead, and travel time; and will be deducted from the amounts due the CONTRACTOR. Failure of the CONTRACTOR to adhere to these restrictions will result in damages being sustained by the City. Such damages are, and will continue to be, impracticable and extremely difficult to determine. For each occurrence of a working day or hours violation, as provided herein, the CONTRACTOR shall pay to the AGENCY, or have withheld from monies due to it, the sum of $2,000, unless otherwise provided in the specifications. TABLE 1 AGENCY-DESIGNATED HOLIDAYS Memorial Day May 25, 2020 Independence Day July 4, 2020 Labor Day September 7, 2020 Veteran’s Day November 11, 2020 Thanksgiving Day November 26, 2020 Day After Thanksgiving November 27, 2020 1/2 Day for Christmas EveDecember 24, 2020 Christmas Day December 25, 2020 1/2 Day for New Year’s EveDecember 31, 2020 New Year’s Day January 1, 2021 G 22 135 6-9 LIQUIDATED DAMAGES Liquidated damages for failure of the CONTRACTORto complete the work within the time allowed are hereby amended to be two thousand five hundred dollars ($2,500.00) per day. ADD Paragraph 6-9.1 “Liquidated Damages for Avoidable Delay” For each and every day that any portion of the work remains unfinished after the time fixed for completion in the contract documents as modified by any extension of time granted pursuant to Paragraph 6-6.1.3, damage will be sustained by the AGENCY. Because of the difficulty in computing the actual material loss and disadvantage to the AGENCY, it is determined in advance and agreed to by the parties hereto that the CONTRACTOR will pay the AGENCY the amount of damages set forth herein as representing a reasonable forecast of the actual damages which the AGENCY will suffer by the failure of the CONTRACTOR to complete the work within the stipulated time. The execution of the agreement shall constitute acknowledgment by the CONTRACTOR that he/she hasascertained and agrees that the AGENCY will actually suffer damages in the amount herein fixed for each and every day during which the completion of the work is avoidably delayed beyond the stipulated completion date. Unless otherwise provided in the contract documents, the CONTRACTOR shall have no claim or right of action against the AGENCY for damages, costs, expenses, loss of profits, or otherwise because of or by reason of any delay in the fulfillment of the contract within the time limited therefor occasioned by any cause or event within the CONTRACTOR's control. Failure of the City to insist upon the performance of any covenant or conditions within the time period specified in the contract documents shall not constitute a waiver of the CONTRACTOR’s duty to complete performance within the designated periods unless the waiver is in writing. The City’s agreement to waive a specific time provision or to extend the time for performance shall not constitute a waiver of any other time provisions contained in the contract documents. Damages for avoidable delays shall be in the amount of $2,500.00 for each consecutive calendar day in excess of the time specified for completion of the work. ADD Section6-11 GUARANTEE The CONTRACTOR shall warrant and guarantee the entire Work and all parts thereof, including that performed and constructed by SUBCONTRACTORS, and others employed directly or indirectly on the Work, against faulty or defective materials, equipment or workmanship for the maximum period provided by law. In addition thereto, for a period of one (1) year commencing on the date of acceptance of the Work, the CONTRACTOR shall, upon the receipt of notice in writing from the AGENCY, promptly make all repairs arising out of defective materials, workmanship orequipment and bear the cost thereof. The AGENCY is hereby authorized to make such repairs and the CONTRACTOR and Surety shall bear the cost thereof if, ten (10) days after the giving of such notice to the CONTRACTOR, the CONTRACTOR has failed to make or undertake with due diligence the repairs; provided, however, that, in the case of an emergency G 23 136 where, in the opinion of the AGENCY, delay could cause serious loss or damage, repairs may be made without notice being sent to the CONTRACTOR or Surety, and all expense in connection therewith shall be charged to the CONTRACTOR and Surety. For the purpose of this article "acceptance of the Work" shall mean the acceptance of the Work by the AGENCY in accordance with Subsection 6-8 but not for the purpose of extinguishing any covenant or agreement or agreement on the part of the CONTRACTOR to be performed or fulfilled under this Contract which has not in fact been performed or fulfilled at the time of such acceptance all of which covenants and agreements shall continue to be binding on the CONTRACTOR until they have been fulfilled. The effective date of acceptance of the work and commencement of the Guarantee shall be the date of acceptance of the Notice of Completion by the City. ADD Section6-12 DISPUTES AND CLAIMS ADD Section 6-12.1 General Any and all decisions made on appeal pursuant to this Subsection 6-12 shall be in writing. Any “decision” purportedly made pursuant to this Subsection 6-12 which is not in writing shall not be binding upon the AGENCY and should not be relief upon the CONTRACTOR. Nothing in this subsection shall be considered as relieving the CONTRACTOR from his duty to file the notice required under Subsection 6-13 or other duties required by the contract documents. Add Section 6-12.2 Administrative Review Prior to demand for arbitration, the CONTRACTOR shall exhaust his administrative remedies by attempting to resolve his dispute to claim with AGENCY’s staff in the following sequence: Project Manager Director of Public Works Should the Project Manager fail to address a request by the CONTRACTOR for review of a disputed decision within 14 calendar days after receiving such request, the CONTRACTOR may proceed directly to the Director of Public Works. At the option of the AGENCY, the person to whom the request for review is directed may elect to take such request to a higher level and the CONTRACTOR’s request shall be deemed to be properly submitted to such higher lever. TheDirector of Public Worksshall address disputes or claims within 28 calendar days after receiving such request and all necessary supporting data. The Director of Public Works’ decision on the dispute or claim shall be the AGENCY’s final decision. Requests for review made to the Public Works Inspector or Project Manager shallbe written. Requests for review made to the Director of Public Worksshall be made in writing with supporting evidence attached. Each request for review shall be submitted by the CONTRACTOR within 21 calendar days of receipt of the decision which he wishes. G 24 137 SECTION 7 - RESPONSIBILITIES OF CONTRACTOR 7-1 CONTRACTOR'S EQUIPMENT AND FACILITIES A noise level limit of 86 dba at a distance of 50 feet shall apply to all construction equipment on or related to the job whether owned by the CONTRACTOR or not. The use of excessively loud warning signals shall be avoided except in those cases required for the protection of personnel. The CONTRACTOR shall arrange and maintain a secure storage site for all equipment and materials. All equipment and unused materials shall be returned to this site at the end of each work day. The appropriate BMPs shall be implemented at the storage site. The CONTRACTOR shall submit a route plan for the delivery of materials to both the job and the storage sites at least seven (7) days before commencing work. Deviation from these requirements will not be permitted without the prior consent of the Engineer, except in emergencies involving immediate hazard to persons or property. The CONTRACTOR shall not start, operate, move, or idle equipment prior to the designated working time of 7:00 a.m. Monday through Friday unless otherwise approved by the AGENCY. 7-2 LABOR 7-2.2 LAWS -The CONTRACTOR and all SUBCONTRACTORS, suppliers, and vendors shall comply with all AGENCY, State, and Federal orders regarding affirmative action to ensure equal employment opportunities and fair employment practices. Failure to file any report due under said orders will result in suspension of periodic progress payments. The CONTRACTOR shall ensure unlimited access to the job site for all equal employment opportunity compliance officers. In accordance with the Labor Code, as provided in Section 1773, et. seq., the AGENCY has on file in the City Clerk's office the latest prevailing rates as established by the Director of Industrial Relations of the State of California. The CONTRACTOR shall not pay less than these rates. Add Paragraph 7-2.2.1 “Overtime and Shift Work” Overtime and shift work may be established as a regular procedure by the CONTRACTOR only with the written permission of the Engineer. Such permission may be revoked at any time. No work other than overtime and shift work established as a regular procedure shall be done between the hours of 3:30 p.m. and 7:30 a.m., nor on Saturdays, Sundays or legal holidays, except such work as is necessary for the proper care and protection of the work already performed or except in case of an emergency. All costs for overtime inspection, except those occurring as a result of overtime and shift work established as a regular procedure, shall be paid by the CONTRACTOR. Overtime inspection shall include inspection required during holidays observed by the AGC and Trade Unions, Saturdays, Sundays, and any weekday between the G 25 138 hours of 3:30 p.m. and 7:30 a.m. Such costs will include but will not necessarily be limited to engineering, inspection, general supervision and other overhead expenses which are directly chargeable to the overtime work. All such charges shall be deducted by the AGENCY from payments due the CONTRACTOR. 7-3 LIABILITY INSURANCE Liability insurance coverage requirements are amended as follows: Insurance Coverage Requirements Limit Requirements Comprehensive General Liability $ 2,000,000 Products/Completed Operations Hazard$ 1,000,000 Comprehensive Automobile Liability $ 1,000,000 Contractual General Liability $ 2,000,000 A combined single-limit policy in the amount of $2,000,000 or a commercial general liability policy with a $2,000,000 occurrence limit and a $4,000,000 aggregate limit will be considered equivalent to the required minimum limits. Except as provided for in Subsection 6-10, the CONTRACTOR shall save, keep and hold harmless the AGENCY, its officers, employees, and agents from all damages, costs, or expenses in law or equity that may at any time arise or be set up because of damages to property, or of personal injury received by reason of or in the course of performing work, which may be caused by any willful or a negligent act or omission by the CONTRACTOR, any ofthe CONTRACTOR's employees, or any SUBCONTRACTOR. The AGENCY will not be liable for any accident, loss or damage to the Work prior to its completion and acceptance, except as provided for in Subsection 6-10 of the SSPWC. Except as provided for in Subsection 6-10, the CONTRACTOR shall save, keep and hold harmless the following: City of Santa Clarita (Property Owner) Additional Property Owners as required to complete the work. All liability insurance policies shall bear an endorsement or shall have attached a rider whereby it is provided that, in the event of an expiration or proposed cancellation of such policies for any reason whatsoever, the AGENCY shall be notified by registered or certified mail, return receipt requested, giving a sufficient time before the date thereof to comply with any applicable law or statute, but in no event less than 30 days before expiration or cancellation is effective. A Certificate of Insurance is evidencing the above policy shall be submitted to the AGENCY concurrently with the filing of the Faithful Performance Bond and Payment (Labor and Material) Bond and shall be subject to the approval of the City Attorney. G 26 139 All of such insurance shall be primary insurance and, except for professional liability insurance, shall name the City of Santa Clarita and its officers, agents, servants and employees, as additional insured. The policy shall also name the following as additional insured: City of Santa Clarita (Property Owner) Additional Property Owners as required to complete the work The cost of this insurance shall be included in the CONTRACTOR's bid. 7-5 PERMITS Subsection 7-5 of the SSPWC is hereby deleted and replaced with the following: Prior to the start of work, the CONTRACTOR shall take out the applicable AGENCY permits and make arrangements for AGENCY inspections. AGENCY permits will be issued at no charge to the CONTRACTOR. The CONTRACTOR and all SUBCONTRACTORSshall be licensed in accordance with State Business and Professions Code. The CONTRACTOR shall also obtain, at the CONTRACTOR's cost, any and all other permits, licenses, inspections, certificates or authorizations required by any governing body or entity, including the Railroad, SCRRA. The CONTRACTOR shall pay all costs incurred by the permit requirements. The AGENCY will reimburse the CONTRACTOR permit fees associated with the contract. CONTRACTOR shall submit original permit fees for review by AGENCY prior to any reimbursement. No reimbursement to the CONTRACTOR will be made for his time or associated costs incurred in procuring construction permits. 7-6 CONTRACTOR’S REPRESENTATIVE – Add the following: The CONTRACTOR’s Representative is required to be accessible by pager or cellular phone at all times. 7-8 WORK SITE MAINTENANCE 7-8.1CLEAN UP and DUST CONTROL –Add the following: a.The CONTRACTOR shall comply with Section 7-8.1, “Cleanup and Dust Control,” of the Standard Specifications and Section 7-1.01F “Air Pollution Control,” of the Caltrans Standard Specifications. The CONTRACTOR must comply with the City of Santa Clarita’s Municipal Code and State Regulations. b.Storm Water treatment and dust control shall be the responsibility of the CONTRACTOR. A Storm Water Pollution Prevention Plan (SWPPP) is required to be provided by the CONTRACTOR.A copy shall be available on-site during construction. Implementation of the Plan is the responsibility of the CONTRACTOR. c.The CONTRACTOR shall comply with the Board’s Construction and Demolition Ordinance per the California Integrated Waste Management Act of 1989, commonly referred to as Assembly bill 939 (AB939). This ordinance requires that at least 50% of all construction and demolition materials and inert waste from construction, demolition, and grading projects be diverted from landfills. The CONTRACTOR shall prepare a Construction and Demolition Materials Management Plan (C&DMMP) in accordance with the guidelines established by the Board. The C&DMPP must be completed prior to the start of construction. G 27 140 The C&DMPP shall be reviewed and approved by theBoard prior to the start of construction. The completed C&DMPP shall, at a minimum, comply with Section 15.46.300 of the Board’s Municipal Code. d.The following three conditions must be met in order to obtain approval of the C&DMMP: (1) the C&DMMP provides all the information set forth in Sections 15.46.300, 15.46.310, and 15.46.320 of the Board’s Municipal Code; (2) the C&DMMP indicates that the appropriate Diversion Requirements will be met; (3) the CONTRACTOR has submitted an appropriate Diversion Security Deposit in compliance with Section 15.46.400 of the Board’s Municipal Code. 7-8.1.1DUST CONTROL Dust generated by traffic, CONTRACTOR’s operations, or wind are all included in the definition of “dust.” All activities shall be in compliance with the South Coast Air Quality Management District’s (SCAQMD) Rule 403. Fugitive Dust requirements. High wind conditionis defined as instantaneous wind speeds exceeding 25 miles per hour (SCAQMD Rule 403, (c), (19), High Wind Conditions). Inactive Disturbed Surface Areameans any disturbed surface area upon which active operation have not occurred or are not expected to occur for a period of 20 consecutive days. (SCAQMD Rule 403, (c), (20), Inactive Disturbed Surface Area). Stabilized Surfacemeans any previouslydisturbed surface area or open storage pile which, through the application of dust suppressants, shows visual or other evidence of surface crusting and is resistant to wind-driven fugitive dust and is demonstrated to be stabilized. Stabilization can be demonstrated by one or more of the applicable test methods contained in the Rule 403 Implementation Handbook. (SCAQMD Rule 403, (c), (31), Stabilized Surface). In order to reduce PM10 emissions to the maximum extent feasible, the CONTRACTOR shall take these measures during the following operations: Earth Moving Cease all active operations; OR Apply water to soil not more than 15 minutes prior to moving soil. Disturbed Surface Area On the last day of active operations prior to a weekend, holiday, or any other period when active operations will not occur for not more than four consecutive days: apply water with a chemical stabilizer diluted to not less than 1/20 of the concentration required to maintain a stabilized surface for a period of 6 months; OR Apply chemical stabilizers prior to a wind event; OR Apply water to all unstabilized disturbed areas 3 times per day. If there is any evidence of wind driven fugitive dust, watering frequency is increased to a minimum of four times per day; OR Establish a vegetative ground cover within 21 days after active operations have ceased. Ground cover must be of sufficient density to expose less than 30 percent of unstabilized ground within 90 days of planting, and at all times thereafter; OR G 28 141 Utilize a combination of the above control actions such that, in total, these actions apply to all disturbed surface areas. Unpaved Roads Apply chemical stabilizers prior to a wind event; OR Apply water twice per hour during active operation; OR Stop all vehicular traffic. Open Storage Piles Apply water twice per hour during active operation; OR Apply chemical stabilizers; OR Install temporary coverings. Paved Road Track-out Cover all haul vehicles; OR Comply with the vehicle freeboard requirements of Section 23114 of the California Vehicle Code for both public and private roads. All Categories Any other control measure approved by the Executive Officer and the U.S. EPA as equivalent to the methods specified above may be used. emissions to the maximum extent feasible, the CONTRACTOR In order to reduce PM 10 shall take these measures during the following operations: Earth Moving (Except Construction) Maintain soil moisture content at a minimum of 12 percent, as determined by ASTM method D 2216, or other equivalent method approved by the Executive Officer, the California Air Resources Board, and the U.S. EPA. Two soil moisture evaluations must be conducted during the first three hours of active operations during a calendar day, and two such evaluations each subsequent 4-hour period of activeoperation; OR For any earth-moving that is more than 100 feet from all property lines, conduct watering as necessary to prevent visible dust emissions from exceeding 100 feet in length in any direction. Earth Moving (Construction Fill Areas) Maintain soilmoisture content at a minimum of 12 percent, as determined by ASTM method D2216, or other equivalent method approved by the Executive Officer, the California Air Resources Board, and the U.S. EPA. For areas which have an optimum moisture content for compaction of less than 12 percent, at determined by ASTM method 1557 or other equivalent method approved by the Executive Officer and the California Air Resources Board, and the U.S. EPA, complete the compaction process as expeditiously as possible after achieving at least 70 percent of the optimum soil moisture content. Two soil moisture evaluations must be conducted during the first 3 hours of active operations during a calendar day, and two such evaluations during each subsequent 4-hour period of active operations. Earth Moving (Construction Cut Areas) G 29 142 Conduct watering as necessary to prevent visible emissions from extending more than 100 feet beyond the active cut or mining area unless the area is inaccessible to watering vehicles due to slope conditions or other safety factors. Disturbed Surface Areas (Except Completed Grading Areas) Apply dust suppression in sufficient quantity and frequency to maintain a stabilized surface. Any areas which cannot be stabilized, as evidenced by wind driven fugitive dust must have an application of water at least twice per day to at least 80 percent of the unstabilized area. Disturbed Surface Areas (Completed Grading Areas) Apply chemical stabilizers within five working days of grading completion; OR Apply water to at least 80 percent of all inactive disturbed surface areas on a daily basis when there is evidence of wind driven fugitive dust, excluding any areas which are inaccessible to watering vehicles due to excessive slope or other safety conditions; OR Apply dust suppressants in sufficient quantity and frequency to maintain a stabilized surface. Inactive Disturbed Areas Apply water to at least 80 percent of all inactive disturbed surface areas on a daily basis when there is evidence of wind driven fugitive dust, excluding any areas which are inaccessible to watering vehicles due to excessive slope or other safety conditions; OR Establish a vegetative ground cover within 21 days after active operations have ceased. Ground cover must be of sufficient density to expose less than 30 percent of unstabilized ground within 90 days of planting, and at all times thereafter; OR Utilize any combination of control action AQ-23, AQ-24, and AQ-25 such that, in total, these actions apply to all inactive disturbed surface areas. Track-outOperations Install a pad consisting of washed gravel (minimum-size: one inch) maintained in a clean condition to a depth of at least six inches and extending at least 30 feet wide and at least 50 feet long. Pave the surface extending at least 100 feet and at least 20 feet wide. Utilize a wheel shaker/wheel spreading device consisting of raised dividers (rails, pipe, or grates) at least 24 feet long and 10 feet wide to remove bulk material from tires and vehicle undercarriages before the vehicles exit thesite. Install and utilize a wheel washing system to remove bulk material from tires and vehicle undercarriages before vehicles exit the site. Any other control measures approved by the Executive Officer and the U.S. EPA as equivalent to the actions specified in SCAQMD Rule 404, (d)(5)(A) through (d)(5)(D). The CONTRACTORshall be responsible for watering the work area where dust is generated from public traffic, CONTRACTOR’s operations, and wind. CONTRACTOR’s G 30 143 area of operations includes areas outside ofthe roadbed limits where excavation, fill, or stockpiling of dirt or debris has taken place. The CONTRACTORis responsible for monitoring all of the above-described areas in the project area during the life of the project, including holidays and weekends. The CONTRACTOR shall not discharge smoke, dust, or any other air contaminants into the atmosphere in such quantity as will violate the regulations of any legally constituted authority. Equipment shall be turned off when not in use for longer than 5 minutes. Payment for maintaining dust control and air contaminates within the project area shall be included in the contract prices paid for related items of work, and no additional compensation shall be allowed therefore. Add the following: Equipment shall be removed from the site as soon as it is no longer necessary for the project. Within 24 hours of a request from the AGENCY, CONTRACTOR must remove equipment from the site that is no longer needed for the project. Refusal by the CONTRACTOR to remove the equipment may be cause for withholding progress payments. 7-8.1.2 CLEAN UP When joining existing pavement, CONTRACTOR shall feather a minimum of 10 feet or that which is shown on the construction plan. The CONTRACTOR is responsible to keep streets within the construction area clean at all times. Any sweeping performed by the City crews due to the construction work shall be charged to the CONTRACTOR at overtime rates. Temporary AC is subject to raveling. When temporary AC is being used, a street sweeper shall be scheduled to remove all debris caused by the raveling. The sweeper shall operate continuously until the raveling has stopped or the temporary AC has been removed. The CONTRACTOR shall, as directed by the Engineer, remove from all public and private property at its own expense all temporary structures, rubbish and waste materials resulting from its operations. This includes temporary work area obtained by the CONTRACTOR. All existing surfaces, whether asphaltic or concrete, portland cement concrete, permanent fencing and barriers, landscape material such as turf, trees, shrubs, gravel, etc., or other, shall, after construction, be restored to a condition at least equal to that which existed prior to construction. All restoration shall be in-kind exceptin those areas where details indicate to the contrary. The details of those areas will govern. Restoration shall include, but not be limited to, the replacement of landscape planting and irrigation system, and pavement striping which are disturbed by the CONTRACTOR’s operations in the course of work. Protect existing buildings, paving, landscaping, and other services or facilities on-site and adjacent to the site from damage caused by site work operations and access to the G 31 144 site. Cost of repair and restoration of damaged items shall be at the CONTRACTOR’s expense. It shall be the CONTRACTOR’s responsibility to conduct his operations in such a manner so as to prevent damage to existing substructures. In the event of substructure damage, the CONTRACTOR shall bear full responsibility and total expense for repair and/or replacement of said substructure. Locate, protect, and maintain benchmarks, monuments, control points, and project engineering reference points. Re-establish disturbed or destroyed items at CONTRACTOR’s expense. Payment for this work shall be included in the related items of work and no additional compensation shall be made thereof. 7-8.6 Water Pollution Control 7-8.6 is hereby deleted and replaced with the following: 7-8.6.1 GENERAL The CONTRACTOR shall prepare a BMP Plan to address the requirements described in the MS4 permit. The BMP Plan must be completed prior to the start of construction and post-construction controls. The BMP Plan shall be reviewed and approved by the City prior to the start of construction. TheCONTRACTOR’s activities shall never exceed one (1) acre of disturbed soil, including the staging/storage area(s). Exceeding one (1) acre of disturbed soil will cause extended delays and incur significant financial penalties. Unless arrangements for disturbance of areas outside the project limits are made by the City and made part of the contract, it is expressly agreed that the City assumes no responsibility whatsoever to the CONTRACTOR or property owner with respect to any arrangements made between the CONTRACTOR and property owner to allow disturbance of areas outside the project limits. The CONTRACTOR shall be responsible for the costs and for liabilities imposed by law as a result of the CONTRACTOR's failure to comply with the requirements set forth in this section "Water Pollution Control". In addition to the remedies authorized by law, an amount of the money due the CONTRACTOR under the contract, as determined by the City, may be retained by the City of Santa Clarita until disposition has been made of the costs and liabilities. WATER POLLUTION CONTROL PROGRAM: PREPARATION, APPROVAL, AND UPDATES As part of the water pollution control work, a Water Pollution Control Program, hereafter referred to as the BMP Plan is required for this contract. G 32 145 Construction shall not begin until the BMP Plan is approvedby the Engineer. Within 15 days after the approval of the contract, the CONTRACTOR shall submit electronically the BMP Plan to the Engineer. The Engineer will have 5days to review the BMP Plan. The BMP Plan shall identify pollution sources that may adversely affect the quality of storm water discharges associated with the project and shall identify water pollution control measures, hereafter referred to as controlmeasures, to be constructed, implemented, and maintained in order to reduce to the extent feasible pollutants in storm water discharges from the construction site during construction under this contract. The BMP Plan shall incorporate control measures inthe following categories (if applicable to the project): The CONTRACTOR shall amend the BMP Plan, graphically and in narrative form, whenever there is a change in construction activities or operations which may affect the discharge of pollutants to surface waters, ground waters, municipal storm drain systems or when deemed necessary by the Engineer. The BMP Plan shall be amended if the BMP Plan has not achieved the objective of reducing pollutants in storm water discharges. Amendments shall show additional control measures or revised operations, including those in areas not shown in the initially approved BMP Plan, which are required on the project to control water pollution effectively. Amendments to the BMP Plan shall be submitted through EADOC for review and approval by the Engineer in the same manner specified for the initially approved BMP Plan. Amendments shall be dated and attached to the on-site BMP Plan document. The CONTRACTOR shall keep a copy of the BMP Plan, together with updates, revisions and amendments at the project site. 7-8.6.2 BMP Plan IMPLEMENTATION Upon approval of the BMP Plan, the CONTRACTOR shall be responsible throughout the duration of the project for installing, constructing, inspecting, and maintaining the control measures included in the BMP Plan and any amendments thereto and for removing and disposing of temporary control measures. Unless otherwise directed by the Engineer or specified in these special provisions, the CONTRACTOR's responsibility for BMP Plan implementation shall continue throughout any temporary suspension of work ordered in conformance with the provisions in Section 8-1.05, "Temporary Suspension of Work," of the Caltrans’ Standard Specifications. Requirements for installation, construction, inspection, maintenance, removal, and disposal of control measures are specified in the Manuals and these special provisions. Soil stabilization practices and sediment control measures, including minimum requirements, shall be provided throughout the project. Aquantity of soil stabilization and sediment control materials shall be maintained on site equal to 100 percent of that sufficient to protect unprotected, soil-disturbed areas on the project site. A detailed plan for the mobilization of sufficient labor and equipment shall be maintained to fully deploy control measures required to protect unprotected, soil- disturbed areas on the project site prior to the onset of precipitation. A current inventory G 33 146 of control measure materials and the detailed mobilizationplan shall be included as part of the BMP Plan. Throughout the project, soil-disturbed areas on the project site shall be considered to be non-active whenever soil disturbing activities are expected to be discontinued for a period of twenty (20) or more days and the areas are fully protected. Areas that will become non-active within twenty (20) days shall be fully protected with soil stabilization practices and sediment control measures within 10 days of the discontinuance of soil disturbing activities orprior to the onset of precipitation, whichever is first to occur. Throughout the project, active soil-disturbed areas of the project site shall be fully protected at the end of each day with soil stabilization practices and sediment control measures unless fair weather is predicted through the following work day. The weather forecast shall be monitored by the CONTRACTOR on a daily basis. The National Weather Service forecast shall be used. An alternative weather forecast proposed by the CONTRACTOR may be used if approved by the Engineer. If precipitation is predicted prior to the end of the following work day, construction scheduling shall be modified, as required and functioning control measures shall be deployed prior to the onset of the precipitation. The CONTRACTOR shall implement throughout the duration of the project, control measures included in the BMP Plan for tracking control, wind erosion control, non-storm water control, and waste management and material pollution control. The Engineer may order the suspension of construction operations, which create water pollution if the CONTRACTOR fails to conform to the provisions in this section "Water Pollution Control" as determined by the Engineer. 7-8.6.3 MAINTENANCE To ensure the proper implementation and functioning of control measures, the CONTRACTOR shall regularly inspect and maintain the construction site for the control measures identified in the WPCP. The CONTRACTOR shall identify corrective actions and time needed to address any deficientmeasures or reinitiate any measures that have been discontinued. During the project, inspections of the construction site shall be conducted by the CONTRACTOR to identify deficient measures, as follows: A.Prior to a forecast storm; B.After all precipitationthat causes runoff capable of carrying sediment from the construction site; C.At 24-hour intervals during extended precipitation events; and D.Routinely, at a minimum of once every week. Upon completion of the project ALL disturbed-soil areas, including the construction staging area, shall be stabilized with materials providing soil stabilization for a minimum of one year. These materials shall be approved by the ENGINEER. Stabilization items are required to be implemented prior to the project acceptance bythe City’s Project Manager. No BMPs may contain plastic. G 34 147 If the CONTRACTOR or the Engineer identifies a deficiency in the deployment or functioning of an identified control measure, the deficiency shall be corrected immediately. The deficiency may be corrected at a later date and time if requested by the CONTRACTOR and approved by the Engineer in writing, but not later than the onset of subsequent precipitation events. The correction of deficiencies shall be at no additional cost to the CITY. 7-8.6.4PAYMENT Full compensation for conforming to the provisions in this section shall be considered as included in the lump sum price paid for Storm Water Pollution Prevention Plan, as shown on the Bid, of work involvedand no additional compensation will be allowed therefore. The Engineer will retain an amount equal to 25 percent of the estimated value of the contract work performed during estimate periods in which the CONTRACTOR fails to conform to the provisions in this section "Water Pollution Control" as determined by the City’s Environmental Specialist. Retentions for failure to conform to the provisions in this section "Water Pollution Control" shall be in addition to the other retentions provided for in the contract. The amounts retained for failure of the CONTRACTOR to conform to the provisions in this section will be released for payment on the next monthly estimate for partial payment following the date that a BMP Plan has been implemented and maintained and water pollution is adequately controlled,as determinedby the Engineer. 7-8.7 DRAINAGE CONTROL Add the following: It is anticipated that storm, surface or other waters will be encountered at various times during the work herein contemplated. The CONTRACTOR, by submitting a bid, acknowledges that he has investigated the risk arising from such waters and has prepared his bid accordingly; and the CONTRACTOR submitting a bid assumes all said risk. The CONTRACTOR shall maintain natural bottom drainages, providing greenbelt buffers along riparian corridors for flood control protection in lieu of channelization. The CONTRACTOR shall conduct his operations in such a manner that storm or other existing waters may proceed uninterrupted along their existing street or drainage courses. Diversions of water for short reaches to protect construction in progress will be permitted if public and/or private properties, in the opinion of the Engineer, are not subject to probability of damage. The CONTRACTOR shall obtain written permission from the applicable publicAGENCY or property owner before any diversion of water outside of public right-of-way shall be permitted. The CONTRACTOR shall provide and maintain at all times during construction ample means and devices to promptly remove and properly dispose of all water entering the excavations or other parts of the work. No concrete footing or floor shall be laid in water, nor shall water be allowed to rise over them until the concrete or mortar has set at least eight (8) hours. Water shall not be allowed to rise unequally against a wall for a period of twenty-eight (28) days. Dewatering for the structures and pipelines shall commence when ground water is first encountered and shall be continuous until such time as water can be allowed to rise in accordance with the above paragraph. Dewatering shall be accomplished by well points or some other method which will insure a dry hold and G 35 148 preservation of final lines and grade of the bottoms of excavation, all subject to the approval of the Engineer. Disposal of water from dewatering operations shall be the sole responsibility of the CONTRACTOR. Disposal methods shall conform to the requirements of the State Regional Water Quality Control Board, the National Pollution Discharge Elimination System, the Porter-Cologne Water Quality Control Act of 1974, the Federal Water Pollution Control Act Amendments of 1972, and the California Administrative Code, Title 23, Chapter 3. Full compensation of dewatering shall be considered as included in the contract prices paid for the related items of work, and no additional compensation shall be allowed therefore. 7-8.9 NOISE ABATEMENT: Add the following to Section 7-8. The project shall follow standard noise abatement regulations as specified by the City of Santa Clarita Municipal Code Section 11.44.080, which restricts construction activities within 300 feet of residentially zoned property to weekdays between 7:00 a.m. and 4:00 p.m. The construction CONTRACTOR shall install and maintain effective mufflers on construction equipment. The construction CONTRACTOR shall locate equipment and staging areas as far from buildings as possible, and the construction CONTRACTOR shall limit unnecessary idling of equipment. Whenever feasible, electrical power shall be used to run air compressors and similar power tools rather than diesel equipment. On new road segments with the potential to expose adjacent uses to noise levels exceeding “normally acceptable” levels, the City shall consider and, if feasible, use rubberized asphalt paving material for street paving. Studies have demonstrated that this type of paving materials can substantially reduce noise levels. A 1992 noise study in the City of Thousand Oaks by Acoustical Analysis Associates, Inc., indicated that the use of an asphalt rubber overlay can achieve a noise reduction of from 2 to 5 dBA as compared to standard asphalt. The use of excessively loud warning signals shall be avoided except in those cases required for the protection of personnel. Full compensation for conforming to the requirements ofthis section shall be considered as included in the prices paid for the various contract items of work involved and no additional compensation shall be allowed therefore. 7-8.10 Construction and Demolition Materials Management: Add the following to Section 7-8: The CONTRACTOR shall comply with the City’s Construction and Demolition Ordinance per the California Integrated Waste Management Act of 1989, commonly referred to as Assembly Bill 939 (AB 939). This requires that at least 50% of all construction and demolition materials and inert wastes from construction, demolition, grading projects be diverted from landfills. G 36 149 Prior to start of construction, the CONTRACTOR shall submit a Construction and Demolition Materials Management Plan (“C&DMMP”), to the City’s Director of Public Works, or the Director’s Designee for approval. The Notice to Proceed shall not be issued until the C&DMMP has been approved by the City’s Director of Public Works, or the Director’s Designee. The completed C&DMMP, at a minimum,shall comply with Section 15.46.300 of the City’s Municipal Code. The following three conditions must be met in order to obtain approval of the C&DMMP: (1) the C&DMMP provides all of the information set forth in Sections 15.46.300, 15.46.310, and 15.46.320 of the City’s Municipal Code; (2) the C&DMMP indicates that the Diversion Requirement will be met; and (3) the CONTRACTOR has submitted an appropriate Diversion Security Deposit in compliance with Section 15.46.400 of the City’s Municipal Code. The amount of the Diversion Security Deposit, in the form of cash or bond, shall be calculated as the lesser of the three percent (3%) of the estimated total Project cost or $50,000.00. Return of the Diversion Security Deposit shall be in accordance with Chapter 15.46, Part 6: PART 6 REFUND AND RETURN OF DIVERSION SECURITY DEPOSITS Sections: 15.46.600APPLICATION FOR REFUND 15.46.610DOCUMENTATION OF CONSTRUCTION AND DEMOLITION MATERIAL DIVERSION 15.46.620DETERMINATION OF COMPLIANCE AND RELEASE OF DIVERSION SECURITY DEPOSIT 15.46.600APPLICATION FOR REFUND. Within 180 days after the completion of any Covered Project, the Applicant may submit to the Director of Field Services, or the Director’s Designee documentation that the Applicant has met the Diversion Requirement for the Project and apply for a refund of the Diversion Security Deposit. This documentation may include all of the following: A.Receipts and gate tickets from the vendor or facility which collected or received C&D Material showing the actual weightof that material or, in the case of Inert Waste, removed from the solid waste stream and not disposed of in a solid waste landfill; B.A copy of the previously approved C&DMMP for the Project adding the actual volume or weight of each type of C&D Material diverted and transported for disposal in a landfill or transformation facility, or, in the case of Inert Waste, removed from the solid waste stream and not disposed of in a solid waste landfill; and C.Any additional information the Applicant believes is relevant to determining its efforts to comply in good faith with this Chapter. 15.46.610DOCUMENTATION OFCONSTRUCTION AND DEMOLITION MATERIAL DIVERSION. Applicants shall make reasonable efforts to ensure that all C&D Materials diverted, or delivered to disposal facilities for disposal, are measured and recorded using the most accurate method of measurement reasonably available. To the extent practical, G 37 150 all C&D Materials, and Inert Waste to be removed from the waste stream and not disposed of in a solid waste landfill, shall be weighed on scales. Such scales shall be in compliance with all regulatory requirements for accuracy and maintenance. For C&D Materials for which weighing is not practical due to small size or other considerations, a volumetric measurementshall be used. For conversion of volumetric measurements to weight, the Applicant shall use standardized Conversion Rates approved by the City for this purpose. Documentation of the foregoing shall consist of photocopies of receipts, weight tickets, gate tickets, and other records from recycling facilities, Deconstruction CONTRACTORs, solid waste enterprises and disposal facilities. 15.46.620DETERMINATION OF COMPLIANCE AND RELEASE OF DIVERSION SECURITY DEPOSIT. The Director of Field Services, or the Director’s Designee shall review the information submitted under § 15.46.600 and determine whether the Applicant has complied with the Construction and Demolition Materials Management Plan, as follows: A.Full Compliance. If the Director of Field Services, or theDirector’s Designee determines that the Applicant has fully complied with the Construction and Demolition Materials Management Plan applicable to the Project, the Director of Field Services, or the Director’s Designee shall cause the full Diversion Security Deposit to be released to the Applicant. B.Good Faith Effort to Comply. If the Director of Field Services, or the Director’s Designee determines that the Construction and Demolition Materials Management Plan has not been complied with, the Director of Field Services, or the Director’s Designee shall determine whether the Applicant made a good faith effort to comply with this Chapter. In making this determination, the Director of Field Services, or the Director’s Designee shall consider the availability ofmarkets for the C&D Materials transported for disposal in a landfill or transformation facility, the size of the Project, and the documented efforts of the Applicant to divert C&D Materials and remove Inert Waste from the waste stream. If the Director of Field Services, or the Director’s Designee determines that the Applicant has made a good faith effort to comply with this Chapter, the Director of Field Services, or the Director’s Designee shall approve the release of the Diversion Security Deposit, or a portion thereof, to the Applicant. Any portion of the Diversion Security Deposit not released to the Applicant shall be forfeited to the City, and shall be used for the purposes of promoting recycling within the City. C.Noncompliance. If the Director of Field Services, or the Director’s Designee determines that the Applicant has not made a good faith effort to comply with this Chapter, or if the Applicant failed to submit the documentation required by § 15.46.600, above, within the required time period, thenthe Diversion Security Deposit shall be retained by the City. D.Partial Refund. The Director of Field Services, or the Director’s Designee may authorize a partial refund when the Diversion Requirement has not been met. Any partial refund shall be in the same ratio as the demonstrated amount of diverted C&D Waste and Inert Waste, respectively, waste bears to fifty percent (50%) by weight. E.Refund of Erroneous Payment. The Director of Field Services, or the Director’s Designee may authorize the refund of any Diversion Security Deposit which was erroneously paid or collected. F.Withdrawal of Permit Application. The Director of Field Services, or the Director’s Designee may authorize the refund of any Diversion Security Deposit if the G 38 151 permit application for a Covered Project is withdrawn or cancelled before any work has begun. G.Diversion Security Deposits retained by the City may be used only for: 1.Payment of Diversion Security Deposit Refunds; 2.Costs of administration of the program established by this Chapter; and 3. Cost of programs to achieve diversion of Construction Materials from disposal at disposal facilities. 7-9 PROTECTION AND RESTORATION OF EXISTING IMPROVEMENTS Subsection 7-9 of the SSPWC is hereby deleted and replaced with the following: This section covers the protection and preservation of existing facilities and services within or adjacent to the right-of-way and other construction areas, their modification, reconstruction, or replacement and their demolition and removal, as specified, shown or required. Types of existing improvements and services consist of but are not limited to existing roads, sidewalk, landscaping, irrigation, signs, ditches and associated structures; water appurtenances; and telephone lines, buried communications cable, buried waterpipe, buried gas pipes, buried sewer pipe; walls, fences and gates. To the extent possible, the locations of such facilities are shown. Facilities other than those shown may exist and CONTRACTOR shall at all time exercise care to avoid physical damage to or disruption in the service of existing facilities. Existing improvements visible at the job site, for which no specific disposition is made on the Plans, but which could reasonably be assumed to interfere with the satisfactory completion of the improvements contemplated by the Plans, shall be removed and disposed of by the CONTRACTOR. CONTRACTOR shall make all necessary modifications, relocations and reconstruction of structures such as culverts, drainage facilities and the like as necessary for construction of works described in these specifications. The CONTRACTOR shall, as directed by the Engineer, remove from all public and private property at its own expense all temporary structures, rubbish and waste materials resulting from its operations. This includes temporary work area obtained by the CONTRACTOR. It shall be the CONTRACTOR’s responsibility to conduct his operations in such a manner so as to prevent damage to existing substructures. In the event of substructure damage, the CONTRACTOR shall bear full responsibility and total expense for repair and/or replacement of said substructure. The CONTRACTOR shall comply with Sections 401 and 402 of the Clean Water Act and NPDES permit requirements during and following construction to ensure that dirt, construction materials, pollutants, or other human-associated materials are not discharged from the project area during construction. G 39 152 Locate, protect, and maintain benchmarks, monuments, control points, and project engineering reference points. Re-establish disturbed or destroyed items at CONTRACTOR's expense. Where damage is caused by the CONTRACTOR’s operation, the CONTRACTOR shall at his expense, repair or replace the damaged facilities promptly in accordance with the Standard Specifications, Caltrans Standard Specifications and as directed by the representative or the Engineer. Relocations, repairs, replacements, or reestablishment shall be at least equal to the existing improvements and shall match such improvements in finish dimensions and function unlessotherwise specified. All costs to the CONTRACTOR for protecting, removing, restoring, relocating, repairing, replacing or reestablishing existing improvements for which no specified bid item is listed shall be included in related items of work and no additional compensation will be allowed. 7-10 PUBLIC CONVENIENCE AND SAFETY 7-10.1 TRAFFIC AND ACCESS The following is added to Subsection 7-10.1 of the Standard Specifications Refer to section 7-10.1.5 of these specifications for method of notificationto residents. No contractor personnel or equipment will be allowed within 25 feet of the center of the railroad tracks without approval by the Agency and/or the SCRRA. Ample on-street parking shall be provided within 1,000 feet from residences and businesses. Temporary No Parking signs, when required, shall be posted at least two working days, but no more than three working days in advance of the work. Signs shall be placed no more than 100 feet apart; on each side of the alleys,streets, and parking areas; and at shorter intervals as conditions warrant. The CONTRACTOR shall be responsible for furnishing the signs and for adding the dates and hours of closure. All signs shall be removed within two hours of completion of work necessitating the temporary no parking. In the event that temporary no parking must be rescheduled due to weather conditions or other unforeseen circumstances, all signs shall be removed within two hours of notification by the ENGINEER, and reposted per the above requirement. All existing signs and street name signs shall be maintained in visible locations during construction or permanently relocated, or removed as directed by the ENGINEER. When entering, leaving or operating on roadways carrying public traffic, CONTRACTOR’S equipment, whether empty or loaded, shall in all cases yield to public traffic. Haul trucks shall be covered with tarps and secured prior to entering the traffic lanes. The CONTRACTOR shall submit to the AGENCY for review and approval a truck routing map prior to commencement of construction. Flagmen shall be provided when directed by the AGENCY for the safety of the general public and work personnel. All traffic control procedures shall be implemented according to guidelines as set forth in theWork Area Traffic Control Handbook(W.A.T.C.H.) Manual. G 40 153 7-10.1.1ENGINEERED TRAFFIC CONTROL PLAN Subsection 7-10.1.1 is hereby added to Section 7 of the Standard Specifications An engineered traffic control plan, signed and sealed by a registered engineer, shall be submitted and shall be detailed, showing all required barricading, flagman, signing, tapers, and traffic routing for each street in which work will be performed. The proposed scheduling for posting of Parking Restrictions shall be included as part of the engineered traffic control plan submitted. The Traffic Control Plan shall be prepared in accordance with the "Manual of Traffic Control for Construction and Maintenance --Work Zones"by the State of California Department of Transportation. The engineered traffic control plan shall be submitted to the Engineer one week prior to the Pre-Construction Meeting. The engineered traffic control plan shall be reviewed and approved by the City Traffic Engineer before Work can proceed. If the construction is phased, then the Traffic Control Plans shall showed phased work. Minor field adjustments to phased limits can be made by the CONTRACTOR. The CONTRACTOR shall be responsible for all liability resulting from field modifications. The engineered traffic control plan shall be designed to handle traffic safely 24 hours per day, seven days per week for the duration of the Work. Traffic deviations, and detours must be approved by the City Traffic Engineer and shall be coordinated with Police, Fire and Transit authorities a minimum of 24 hours in advance of implementation. At no time shall a roadway be closed to traffic. CONTRACTOR must maintain a minimum of one lane of traffic in each direction at all times and must provide for the safe handling of two way traffic 24hours per day, seven days per week for the duration of the Work. The CONTRACTOR may submit an alternate plan for consideration. However, if it is determined by the Engineer not to be effective after implementation, the CONTRACTOR shall revise his/her operations to meet the above requirements at no cost to the AGENCY. The following requirements shall be included: 1.Attention is directed to section 7-10 Public Convenience, and 7-10.4 Public Safety of the SSPWC. 2.Traffic control shall be coordinated for the minimum inconvenience and maximum safety of the public during the construction period and in accordance with these specifications. 3.The CONTRACTOR shall furnish, install, maintain and remove all traffic controls, signs, barricades, lights and devices required for traffic and pedestrian control and in addition, shall furnish all flagmen necessary for the safety of traffic through the site. The CONTRACTOR shall be fully responsible for all traffic and pedestrian safety controls during the construction period. 4.Ifthe project requires concrete sidewalk and driveway removals, they shall be replaced before a weekend, unless otherwise approved by the Engineer. 5.All removed concrete facilities left unattended shall be properly barricaded at all times. If areas of removal are not replaced before the end of the work day, lighted G 41 154 barricades shall be placed at open construction areas and flagged with appropriate caution/warning tape. 6.All existing road signs removed during construction will be temporarily reset on the same day the sign is removed. The CONTRACTOR shall notify the City forty-eight (48) hours in advance of the time required to remove or permanently reset all roadside signs. 7.At least one 12-foot wide lane shall be provided for each direction of travel on all streets at all time, except as permitted by the Engineer. Travel lanes shall be maintained on pavement and shall remain unobstructed. Clearances from traffic lanes shall be five feet to the edge of any excavation and two feet to the face of any curb, pole, barricade, delineator, or other vertical obstruction. One 4-foot wide paved pedestrian walkway shall be maintained in the parkway area on each side of all streets. 8.All arterials with three or more travel lanes in each direction shall have at least two lanes in each direction maintained and open to traffic at all times, or as modified by the Special Traffic Control Provisions in Section F2-2.4 “Traffic Maintenance”. 9.Where existing delineation is obscured, damaged, removed, or reflectivity reduced; or where detours or temporary traffic lanes have been created through the construction zone, the CONTRACTOR shall place and maintain temporary delineation until permanent striping is placed. DEVIATIONS FROM THE REQUIREMENTS OF THIS SUBSECTION WILL BE PERMITTED ONLY ON PRIOR CONSENT OF THE ENGINEER. FAILURE OF THE CONTRACTOR TO ADHERE TO THE REQUIREMENTS OF THIS SUBSECTION WILL RESULT IN DAMAGES BEING SUSTAINED BY THE CITY. SUCH DAMAGES ARE, AND WILL CONTINUE TO BE, IMPRACTICABLE AND EXTREMELY DIFFICULT TO DETERMINE. FOR EACH OCCURRENCE OF A VIOLATION, AS PROVIDED HEREIN, THE CONTRACTOR SHALL PAY TO THE AGENCY, OR HAVE WITHHELD FROM MONIES DUE TO IT, THE SUM OF $1,000.00. EXECUTION OF THE CONTRACT SHALL CONSTITUTE AGREEMENT BY THE AGENCY AND CONTRACTOR THAT $1,000.00 PER VIOLATION IS THE MINIMUM VALUE OF THE COST AND ACTUAL DAMAGE CAUSED, THAT SUCH SUM SHALL NOT BE CONSTRUED AS A PENALTY, AND THAT SUCH SUM MAY BE DEDUCTED FROM PAYMENTS DUE THE CONTRACTOR. 7-10.1.2PARKING RESTRICTIONSAND POSTING FOR TOWAWAY Subsection 7-10.1.2 is hereby added to Section 7 of the Standard Specifications No Parking signs posted by the CONTRACTOR shall be of heavy card stock and not less than 1.75 square feet of surface area on the face. Background color shall be white and letters shall be printed in red water resistant ink except day, date, and time of restriction may be printed in black water resistant ink. The signs shall be printed with the words "Tow Away" and "No Parking" with a character height of not less than 2.75 inches and a strokewidth of not less than 0.5 inches. The day, dated, and time of the particular restriction shall be printed or attached below the above mentioned wording in characters of not less than 2.0 inches in height and 0.4 inches in stroke width. The day of the week shall be written out or properly abbreviated with three to four letters; date or dates or G 42 155 restriction shall be listed completely; the beginning and ending times shall be clearly listed on the sign.All No Parking signs shall be posted by the CONTRACTORand not a Sub-Contractor. Signs shall be mounted such that the wording "No Parking" are at an elevation at least three feet above the adjacent flowline. Signs may be mounted to stakes or barricades as provided by the CONTRACTOR. The signs shall be placed as needed to control the parking of cars within the construction zone; signs shall be placed at intervals of 75 feet or less along each side of the roadway. Signs shall be posted and maintained by the CONTRACTOR for a period of 48hours prior to the restrictions becoming effective. The CONTRACTOR may only post parking restrictions that are effective for the duration of the Work. Upon completion of the Work, all signs, stakes, and barricades shall be promptly and completely removed and disposed of by the CONTRACTOR. The CONTRACTOR shall promptly reset or replace all damaged or defective signs. TheCONTRACTOR shall only post the parking restrictions that are effective for the duration of the work for the street posted. Work shall start on the first day of the parking restriction as postedon the temporary “No Parking” sign. Each street shall only be posted for “no parking” no longer than two days for each phaseof the construction operation or asapprovedof the City. The contractor is hereby notified that each street may need to be posted multiple times during the duration of the project. Should the schedule be affected, the CONTRACTOR shall immediately remove signs from area being affected, and place a minimum of two (2) CMS Boards for public notification of changes. Contractorshall reschedule affected area no earlier than 48hours or 2 working days from the change of schedule. The CONTRACTOR shall notify the City via Eadocthat the posting has been performed. The correspondenceshall be addressed to the City representative(s) designated during the pre-construction conference. The notificationshall be sent to the City no later than 8 AM on the day following posting. Thenotification to the City shall contain a map showing the limits of posting and the dates andtimes posted. A separate correspondenceshall be sent for each posting. The City will use the information on the CONTRACTOR’s notificationto verify that the posting has been performed. If the posting is not verified by the City, the City willemail to the CONTRACTOR’s representative the locations which must be reposted with new information. The CONTRACTOR shall not perform work in the posted area without email notification of the verification by the City of the posting. The CONTRACTOR shall be fully responsible for the adequate removal of all parked cars. All vehicle removal shall be coordinated by the CONTRACTOR with the Sheriff Department. The CONTRACTOR shall notify the Sheriff Communications Center at (661) 255-1121 upon posting of the parking restrictions for a particular street. For removal of parked vehicles, the CONTRACTOR shall notify the City’s Parking Enforcement Divisionat (661) 255-4369not less than two hours prior to the needed removal with the address nearest the parked vehicle, make, model, color and license number. The City shall not be responsible for any delay or additional costs associated with the removal of parked cars which obstruct the construction operation. G 43 156 If a vehicle owner successfully contests a towing citation in court and their citation is dismissed for causes related to the CONTRACTOR's failure to perform the requirements of this section, the CONTRACTOR shall reimburse the City for the cost of any claims associated with the towing citation. DEVIATIONS FROM THE REQUIREMENTS OF THIS SUBSECTION WILL BE PERMITTED ONLY ON PRIOR CONSENT OF THE ENGINEER. FAILURE OF THE CONTRACTOR TO ADHERE TO THE REQUIREMENTS OF THIS SUBSECTION, OR FAILURE OF THE CONTRACTOR TO COMPLETE HIS DAILY SCHEDULE ONCE “TEMPORARY NO PARKING”SIGNS HAVE BEEN POSTED, WILL RESULT IN DAMAGES BEING SUSTAINED BY THE CITY. SUCH DAMAGES ARE, AND WILL CONTINUE TO BE, IMPRACTICABLE AND EXTREMELY DIFFICULT TO DETERMINE. FOR EACH OCCURRENCE OF A VIOLATION,PER STREET,AS PROVIDED HEREIN, THE CONTRACTORSHALL PAY TO THE AGENCY, OR HAVE WITHHELD FROM MONIES DUE TO IT, THE SUM OF $1,000.00. EXECUTION OF THE CONTRACT SHALL CONSTITUTE AGREEMENT BY THE AGENCY AND CONTRACTOR THAT $1,000.00 PER VIOLATION IS THE MINIMUM VALUE OF THE COST AND ACTUAL DAMAGE CAUSED, THAT SUCH SUM SHALL NOT BE CONSTRUED AS A PENALTY, AND THAT SUCH SUM MAY BE DEDUCTED FROM PAYMENTS DUE THE CONTRACTOR. 7-10.4.2 SAFETY ORDERS The following is added to Subsection 7-10.4.1 of the Standard Specifications CONTRACTOR shall install, maintain and be responsible for adequate sheeting, shoring, bracing or equivalent protection as required for all excavations in accordance with the requirements of OSHA and the Construction Safety Orders of the State of California, pursuant to the provisions of Section 6707 of the California Labor Code. 7-10.5.4PROTECTION OF THE PUBLIC Subsection 7-10.5.4is hereby added to Section 7 of the Standard Specifications as follows: The CONTRACTOR shall make whatever provisions are necessary to protect the public. The CONTRACTOR shall take precautions to protect the public, especially children, from the hazards of open excavations. Trenches, slopes, and excavations requiring shoring shall either be covered or adequately fenced at night and on weekends or whenever operations are not in actual progress. The CONTRACTOR shall use foresight and shall take such steps and precautions as his operations warrant to protect the public from danger, loss of life, or loss of property which would result from interruption or contamination of public water supply, interruption of other public service, or from the failure of partly completed work or partially removed facilities. Unusual conditions may arise on the work which will require that immediate and unusual provisions be made to protect the public from danger or loss, or damage to life and property, due directly or indirectly to prosecution of work under this contract. It is part of the service required of the CONTRACTORto make such provisions and to furnish such protection. G 44 157 The Contractor shall construct temporary pavement transitions at all paving joints greater than 1 inch prior to allowing traffic onto the paved surface. This includes both longitudinal and transverse paving joints for both leveling and surface courses. Temporary pavement transitions shall have a maximum slope of 20:1 or as approved by the engineer and be constructed on Kraft paper or other suitable bond breaker such that upon removal of the temporary pavement transition, a clean notch remains. The temporary transitions may be constructed of either cold mix or hot mix. Temporary ramp shall be removed prior to placement of new pavement surface. The Contractor shall continuously maintain the temporary pavement until final paving. Each temporary transition shall be inspected by the Contractor and repaired as necessary to comply with these provisions at the end of each day including weekends and holidays. Failure to comply with these provisions will result in a liquidated damage of $250 per day per transition and/or the cost of City crews making the repairs if necessary to correct for public safety. Whenever, in the opinion of the ENGINEER, an emergency exists against which the CONTRACTOR has not taken sufficient precaution for the public safety, protection of utilities and protection of adjacent structures or property, which may be damaged by the CONTRACTOR's operations and when, in the opinion of the ENGINEER, immediate action shall be considered necessary in order to protect the public or property due tothe CONTRACTOR's operations under this contract, the ENGINEER will order the CONTRACTOR to provide a remedy for the unsafe condition. If the CONTRACTOR fails to act on the situation within a reasonable time period, the ENGINEER may provide suitable protection to said interests by causing such work to be done and material to be furnished as, in the opinion of the ENGINEER, may seem reasonable and necessary. The cost and expense of said labor and material, together with the cost and expense of such repairs as are deemed necessary shall be borne by the CONTRACTOR. All expenses incurred by the AGENCY for emergency repairs will be deducted from the final payment due to the CONTRACTOR. However, if the AGENCY does not take such remedial measures, the CONTRACTORis not relieved of the full responsibility for public safety. Materials and equipment shall be stored as to not create a public nuisance and to insure the preservation of their quality and fitness for the work. No materials or equipment shall be stored atthe project site unless its use is imminent. The CONTRACTORis responsible to design, construct and maintain all safety devices and be responsible for conforming to all local, state and federal safety and health standard, laws and regulation. Neither the City nor the City’s Engineer shall enforce safety measures or regulations. Suspended loads or equipment shall not be moved nor positioned over public traffic or pedestrians. Full compensation for Protection and Safety of Public shall be considered as included in the various items of work and no additional compensation shall therefore be allowed. Any equipment staging location different from original approved locationshall be approved by the City Engineer, prior commencement of any work, as described on Section 6-1. G 45 158 7-10.5.5NOTIFICATION TO THE PUBLIC Subsection 7-10.5.5is hereby added to Section 7 of the Standard Specifications The CONTRACTORand not a Sub-Contractor,shall notify the occupants of properties affected by the work. Notification shall beby delivery of handbills furnished by the CONTRACTOR and approved by the City of Santa Clarita. Two handbills shall be distributed prior to beginning of work. The first handbill, which contains general information regarding the project, shall be distributed at least ten (10) calendar days in advance. The second handbill shall be distributed at least 48, but no more than 72 hours in advance. The CONTRACTOR is responsible for adding the dates and hours of the work to be performed on the second handbill. The second handbill may need to be distributed for each phase of work as directed by the City.In no event shall handbills be placed in or on any portion of the owner’s mailbox. Affected properties will be determined by the Engineer and are, in general, those properties that fall within 500 feet of the limits of the work. One copy of each handbill shall be submitted to the Engineer. The CONTRACTOR shall notify the City via Eadocthat the handbills have been distributed. Handbills shall be distributed basedon the approved two week look ahead schedule. The notificationshall be addressed to the City representative(s) designated during the pre-construction conference. The notificationshall be sent to the City no later than 8 AM on the day following distribution of the notices. The correspondence notification to the City shall contain a map showing the limits of distribution and the dates and times distributed. A separate notificationshall be sent for each distribution. The City will use the information on the noticesto verify that the distribution has been performed. If the distribution is not verified by the City, the City will email to the CONTRACTOR’s representative the locations which must be redistributed with new information. The CONTRACTOR shall not perform work in the distribution area without email notification of verification by the City of the distribution. DEVIATIONS FROM THE REQUIREMENTS OF THIS SUBSECTION WILL BE PERMITTED ONLY ON PRIOR CONSENT OF THE ENGINEER. FAILURE OF THE CONTRACTOR TO ADHERE TO THE REQUIREMENTS OF THIS SUBSECTION, OR FAILURE OF THE CONTRACTOR TO COMPLETE HIS DAILY SCHEDULE ONCE “NOTIFICATIONS”HAVE BEEN DISTRIBUTED, WILL RESULT IN DAMAGES BEING SUSTAINED BY THE CITY. SUCH DAMAGES ARE, AND WILL CONTINUE TO BE, IMPRACTICABLE AND EXTREMELY DIFFICULT TO DETERMINE. FOR EACH OCCURRENCE OF A VIOLATION, PER STREET, AS PROVIDED HEREIN, THE CONTRACTOR SHALL PAY TO THE AGENCY, OR HAVE WITHHELD FROM MONIES DUE TO IT, THE SUM OF $1,000.00. 7-10.6 RESPONSIBILITY FOR JOB SITE CONDITIONS Subsection 7-10.6 is hereby added to Section 7 of the Standard Specifications CONTRACTOR acknowledges responsibility for jobsite safety and acknowledges that the Engineer will not have any such responsibility. To the fullest extent permitted by law, the CONTRACTOR shall indemnify, defendand hold harmless the CityEngineer, Pavement Engineering, Inc., their present companies, subsidiaries, agents, and employees from and against all claims, damages, losses and expenses, including but not limited to attorney fees and claim costs, arising out of or resulting from performance G 46 159 of work by the CONTRACTOR, its SUBCONTRACTORS, or their agents and employees, which results in damage to persons or property including wrongful death regardless of whether or not suchclaim, damage, loss or expense is caused in whole or in part by the negligence, active or passive, of the CityEngineer, Pavement Engineering, Inc., their parent and subsidiary companies, as well as their agents and employees, excepting only the sole negligence of the CityEngineer, Pavement Engineering, Inc., their parent or subsidiary companies and their agents and employees. Hard hats and high visibility clothing shall be worn at all times when working on the project. It is the CONTRACTOR’s responsibility to ensure that this requirement is enforced. All work shall be performed in accordance with applicable Health and Safety laws and standards including all requirements of the State of California Division of Industrial Safety. CONTRACTOR agrees that, inaccordance with generally accepted construction practices, CONTRACTOR shall be required to assume sole and complete responsibility for job site conditions during the course of construction of this project, including safety of all persons and property, that this requirement shall be made to apply continuously and not be limited to normal working hours, and CONTRACTOR further agrees to defend, indemnify, and hold design and construction observation professionals harmless from all liability and claims, real or alleged, in connection with the performance of work on this project SECTION 8 - FACILITIES FOR AGENCY PERSONNEL No field offices for AGENCY personnel shall be required, however, the AGENCY personnel shall have the right to enter upon the project at alltimes and shall be admitted to the offices of the CONTRACTOR if so provided by the CONTRACTOR for his own personnel. SECTION 9 - MEASUREMENT AND PAYMENT 9-3 PAYMENT – Add the following: The cost of all labor, material and equipment necessary to complete the work as described in the plans and specifications shall be included in the prices for each bid item, either as a lump sum or by final quantities, whatever is indicated. The final payment quantities shall be based on the actual amount of materials installed or measured on the job. Certified weighmaster load tickets will be required for all AC leveling and surface course, ARHM overlay, type II slurry seal, crushed aggregate base material, subgrade stabilization rock and all PCC delivered to the site.No payment will be made for any materials not used on the site. The contract unit price shall include all labor, material and equipment costs necessary to complete the work, even though not shown or specified. A bid item shall be considered complete when all necessary work has been completed and accepted by the City, including site clean up. 9-3.2 Partial and Final Payment Subsection 9-3.2 of the SSPWC is hereby deleted and replaced with the following: G 47 160 The closure date for the purpose of making partial progress payments will be the last day of each month. Prior to the end of each month and preparation of progress payment, the CONTRACTOR shall meet with the ENGINEER to review all work to date and prepare a statement of the quantity of work completed to date. When the work is complete, the ENGINEER will determine the final quantities of the work performed and prepare the final progress payment report. Payments are commonly authorized and made within 30 days after CONTRACTOR submits the progress payment. However, payments will be withheld pending receipt of any outstanding reports required by the contract documents. In addition, the final progress payment will not be released until the CONTRACTOR returns the control set of Plans and Specifications showing the as-built conditions. A full 5percent will be retained from all progress amounts due. The retained amounts will be authorized for final payment 35 days after the date of recordation of the Notice of Completion. The CONTRACTOR, however, may receive interest on the retained amount or receive the retained amount itself so long as securities equivalent to the retained amounts are substituted with escrow holder approved by the AGENCY. At the request and expense of the CONTRACTOR, retained amounts or securities equivalent to the retained amounts may be deposited with the State Treasurer or a state or federally chartered bank as the escrow agent, who shall return such monies or securities to the CONTRACTOR upon satisfactory completion of the contract. Surety eligible for investment shall include those listed in Section 16430 of the State Government Code, bank or savings and loan certificates of deposit, interest bearing demand deposit accounts and stand-by letters of credit. Any escrow agreement entered into shall contain the following provisions and be substantially similar to the form "Escrow Agreement for Security Deposits in Lieu of Retention as contained in Section 4590 of Chapter 13 of Division 5 of Title 1 of the Government Code." 9-3.3 Delivered Materials Subsection 9-3.3 of the SSPWC is hereby deleted and replaced with the following: Materials and equipment delivered, but not incorporated into the work, will not be included in the estimate for progress partial payment. The City will not pay for storage costs. 9-4 Method of Payment Subsection 9-4 is hereby added to the SSPWC as follows: Payment will be made on the basis of the unit prices bid for the various items as called for on the Bid Sheet(s) and included in the Contract as awarded. Thequantities given in the Proposal and Contract forms are approximate only and are given as a basis for the comparison of bids, and the City does not expressly or by implication agree that the actual amount of work will correspond therewith, but reserves the right to increase or G 48 161 decrease the amount of or any class or portion of the Work or to omit portions of the Work as may be deemed necessary or advisable by the City Engineer. 9-5 MEASUREMENT OF QUANTITIES Subsection 9-5 is hereby added to the SSPWC as follows: Materials paid for by the ton shall be weighed on public scales or other scales for which the State Bureau of Weights and Measures has issued a certificate of inspection, which is available to the City Engineer. Full compensation for all expenses involved in conforming to the above requirements for weighing materials shall be included in the prices for the materials being weighed, and no additional allowance will be made therefore. The quantity of materials paid for by the lineal foot, square foot or square yard shall be determined by horizontal measurement. 9-6 FINAL PAYMENT Subsection 9-6 is hereby added to the SSPWC as follows: The City Engineer shall, after completion of the Contract, make a final estimate of the amount of work done thereunder and the value of such work. The City shall pay ninety percent (90%) of such value, after deducting therefrom all previous payments and all amounts to be retained under the Contract. The payment of the retained amount shall be due and payable thirty-five (35) days after a notice of completion is filed with the County Recorder. The final estimate shall be conclusive and binding against both parties to the Contract on all questions relating to the performance of the Contract and the amount of work done thereunder and compensation therefore, except in the case of gross error. The CONTRACTOR agrees that the payment of the final amount due under the Contract is contingent upon the CONTRACTOR furnishing a release of all claims against the City arising by virtue of this contract. Disputed contract claims in stated amounts may be specifically excluded by the CONTRACTOR from the operation of the release. 9-6 SCOPE OF PAYMENT Subsection 9-6 is hereby added to the SSPWC as follows: The CONTRACTOR shall accept the compensation as herein provided as full payment for furnishing all materials, labor, tools, and equipment necessary to complete the Work, and for performing all work contemplated and embraced under the Contract; also, for loss or damage arising from the nature of the Work, or from the action of the elements, except as heretofore provided, or from any unforeseen difficulties which may be encountered during the prosecution of the Work, until the final acceptance by the City Council, and for all risks of every description connected with the prosecution of the Work; also, for all expenses incurred in consequence of the suspension or discontinuance of the Work as herein specified; and for completing the Work according to the Plans and Special Provisions. Neither the payment of any estimate nor of any G 49 162 retained percentage shall relieve the CONTRACTOR of any obligation to make good any defective work or materials. 9-7 STOP NOTICES Subsection 9-7 is hereby added to the SSPWC as follows: The City Engineer, or other appropriate City officials, may, at their option and at any time, retain out of any amounts due the CONTRACTOR sums sufficient to cover claims filed pursuant to Section 1181, et seq. of the Code of Civil Procedures of the State of California. SECTION 10 - CONSTRUCTION CLAIMS Section 10 is hereby added to the SSPWC as follows: 10-1 GENERAL In addition to notices and reports required by the contract documents, the CONTRACTOR shall comply with the provisions of this Section. 10-2 NOTICE OF POTENTIAL CLAIM The CONTRACTOR shall not be entitled to the payment of any additional compensation for any act, failure to act, by the Engineer, including failure or refusal to issue a change order, or for the happening of any event, thing, occurrence, or other cause, unless he shall have given the Engineer due written notice of potential claim as hereinafter specified. The written notice of potential claim shall set forth the reasons for which the CONTRACTOR believes additional compensation will or may be due, the nature of the costs involved, and, insofar as possible, the amount of the potential claim. The said notice as above required must have been given to the Engineer prior to the time that the CONTRACTOR shall have performed the work giving rise to the potential claim for additional compensation, if based on an act or failure to act by the Engineer, or in all other cases within 15 days after the happening of the event, thing, occurrence, or other cause, giving rise to the potential claim. It is the intention of this Subsection 10-2 that differences between the parties arising under and by virtue of the Contract be brought to the attention of the Engineer at the earliest possible time in order that such matters may be settled, if possible, or other appropriate action promptly taken. The CONTRACTOR hereby agrees that he shall have no right to additional compensation for any claim that may be based on any such act, failure to act, event, thing, or occurrence for which no written notice of potential claim as herein required was filed. 10-3 CLAIMS Claims shall be resolved in accordance with Part 3, Chapter 1, Article1.5 (commencing with Section 20104) of the Public Contract Code. All claims shall be in writing and shall include the documents necessary to substantiate the claims. Claims must be filed on or before the date of final payment. For claims of less than $50,000, the AGENCY will respond in writingto any written claim within 45 days of receipt of the claim, or may request, in writing, within 30 days of receipt G 50 163 of the claim, any additional documentation supporting the claim or relating to defenses or to the claim the AGENCY may have against the CONTRACTOR. If additional information is thereafter required, it shall be requested and provided pursuant to mutual agreement of the AGENCY and the CONTRACTOR. The AGENCY's written response to the claim, as further documented, will be submitted to the CONTRACTOR within 15 days after receipt of the further documentation or within a period of time no greater than thattaken by the CONTRACTOR in producing the additional information, whichever is greater. For claims of over $50,000 and less than or equal to $375,000, the AGENCY will respond in writing to all written claims within 60 days of receipt of the claim, any additional documentation supporting the claim or relating to defenses to the claim the AGENCY may have against the CONTRACTOR. If additional information is thereafter required, it shall be requested and provided pursuant to mutual agreement of the AGENCY and the CONTRACTOR. The AGENCY's written response to the claim, as further documented, will be submitted to the CONTRACTOR within 30 days after receipt of the further documentation, or within a period of time no greater than that taken by the CONTRACTOR in producing the additional information or requested documentation, whichever is greater. If the CONTRACTOR disputes the AGENCY's written response, or the AGENCY fails to respond within the time prescribed, the CONTRACTOR may so notify the AGENCY, in writing, either within 15 days of receipt of the AGENCY's response or within 15 days of the AGENCY's failure to respond within the time prescribed, respectively, and demand an informal conference to meet and confer for settlement of the issues in dispute. Upon a demand, the AGENCY will schedule a meet and confer conference within 30 daysfor settlement of the dispute. Following the meet and confer conference, if the claim or any portion remains in dispute, the CONTRACTOR may file a claim as provided in Chapter 1 (commencing with Section 900) and Chapter 2 (commencing with Section 910) of Part 3 of Division 3.6 of Title 1 of the Government Code. For purposes of those provisions, the running of the period of time within which a claim must be filed shall be tolled from the time the CONTRACTOR first submits his or her written claim until the time that claim is denied as a result of the meet and confer process, including any period of time utilized by the meet and confer process. This Section does not apply to tort claims and nothing in this Section is intended nor shall be construed to change the time periods for filing tort or actions specified by Chapter 1 (commencing with Section 900) and Chapter 2 (commencing with Section 910) of Part 3 of Division 3.6 of Title 1 of the Government Code. The following procedures are established for all civil actions filed to resolve claims subject to this Section: 1.Within 60 days, but no earlier than 30 days, following the filing or responsive pleadings, the court will submit the matter to non-binding mediation unless waived by mutual stipulation of both parties. The mediation process shall provide for the selection within 15 days by both parties of a disinterested third person as mediator, shall be commenced within 30 days of the submittal, and shall be concluded within 15 days from the commencement of the mediation unless a time requirement is extended upon a good cause showing to the court or by stipulation of both parties. If the parties fail to select a mediator within the 15-day period, any party may petition the court to appoint the mediator. G 51 164 2. (1) If the matter remains in dispute, the case shall be submitted to judicial arbitration pursuant to Chapter 2.5 (commencing with Section 1141.10) of Title 3 of Part 3 of the Code of Civil Procedure, notwithstanding Section 1141.11 of that code. The Civil Discovery Act of 1986 (Article 3 (commencing with Section 2016) of Chapter 3 of Title 3 of Part 4 of the Code of Civil Procedure) shall apply to any proceeding brought under this Subsection consistent with the rules pertaining to judicial arbitration. (2) Notwithstanding any other provision of law, upon stipulation of the parties, arbitrators appointed for purposes of this Section shall be experienced in construction law, and upon stipulation of the parties, mediators and arbitrators shall be paid necessary and reasonable hourly rates of pay not to exceed their customary rate, and such fees and expenses shall be paid equally by the parties, except in the case of arbitration where the arbitrator, for good cause, determines a different division. In no event shall these fees or expenses be paid by state or county funds. (3) In addition to Chapter 2.5 (commencing with Section 1141.10) of Title 3 of Part 3 of the Code of Civil Procedure, any party who after receiving an arbitration award requests a trial de novo but does not obtain a more favorable judgment shall, in addition to payment of costs and fees under that chapter, pay the attorney's fees of the other party arising out of trial denovo. 3.The court may, upon request by any party, order any witnesses to participate in the mediation or arbitration process. DEPARTMENT OF INDUSTRIAL RELATIONS REQUIREMENTS/!Op!CJEEFS!ps!tvcdpousbdups! nbz!cf!mjtufe!po!b!cje!qspqptbm!gps!b!qvcmjd!xpslt!qspkfdu!)tvcnjuufe!po!ps!bgufs!Nbsdi!2-!3126*!vomftt! sfhjtufsfe!xjui!uif!Efqbsunfou!pg!Joevtusjbm!Sfmbujpot!qvstvbou!up!Mbcps!Dpef!Tfdujpo!2836/6!\\xjui!mjnjufe! fydfqujpot!gspn!uijt!sfrvjsfnfou!gps!cje!qvsqptft!pomz!voefs!Mbcps!Dpef!Tfdujpo!2882/2)b*^/!Op!CJEEFS! ps!tvcdpousbdups!nbz!cf!bxbsefe!b!dpousbdu!gps!qvcmjd!xpsl!po!b!qvcmjd!xpslt!qspkfdu!)bxbsefe!po!ps!bgufs! Bqsjm!2-!3126*!vomftt!sfhjtufsfe!xjui!uif!Efqbsunfou!pg!Joevtusjbm!Sfmbujpot!qvstvbou!up!Mbcps!Dpef! Tfdujpo!2836/6/!Uijt!qspkfdu!jt!tvckfdu!up!dpnqmjbodf!npojupsjoh!boe!fogpsdfnfou!cz!uif!Efqbsunfou!pg! Joevtusjbm!Sfmbujpot/! PREVAILING WAGES/!Uijt!dpousbdu!jt!tvckfdu!up!uif!Tubuf!qsfwbjmjoh!xbhf!sfrvjsfnfout!pg!uif! Dbmjgpsojb!Mbcps!Dpef!jodmvejoh-!cvu!opu!mjnjufe!up-!Tfdujpot!2881-!2882/6-!2884-!2887!boe!2888/6/! Dpousbdups!tibmm!dpnqmz!xjui!Dbmjgpsojb!qsfwbjmjoh!xbhf!mbxt!jodmvejoh-!up!uif!fyufou!bqqmjdbcmf-!Mbcps! Dpef!Tfdujpo!2831/:/!Qvstvbou!up!Tfdujpo!2884!pg!uif!Mbcps!Dpef-!uif!hfofsbm!qsfwbjmjoh!xbhf!sbuft!jo!uif! dpvouz-!ps!dpvoujft-!jo!xijdi!uif!xpsl!jt!up!cf!epof!ibwf!cffo!efufsnjofe!cz!uif!Ejsfdups!pg!uif!Dbmjgpsojb! Efqbsunfou!pg!Joevtusjbm!Sfmbujpot/!Uiftf!xbhft!bsf!tfu!gpsui!jo!uif!Hfofsbm!Qsfwbjmjoh!Xbhf!Sbuft!gps!uijt! qspkfdu-!bwbjmbcmf!gspn!uif!Dbmjgpsojb!Efqbsunfou!pg!Joevtusjbm!Sfmbujpot“!Joufsofu!xfc!tjuf!bu! iuuq;00xxx/ejs/db/hpw0PQSM0EQsfXbhfEfufsnjobujpo/iun/!Gvuvsf!fggfdujwf!hfofsbm!qsfwbjmjoh!xbhf!sbuft! xijdi!ibwf!cffo!qsfefufsnjofe!boe!bsf!po!gjmf!xjui!uif!Dbmjgpsojb!Efqbsunfou!pg!Joevtusjbm!Sfmbujpot!bsf! sfgfsfodfe!cvu!opu!qsjoufe!jo!uif!hfofsbm!qsfwbjmjoh!xbhf!sbuft/!B!dpqz!pg!uif!qsfwbjmjoh!sbuf!pg!qfs!ejfn! xbhft!tibmm!cf!qptufe!bu!uif!kpc!tjuf/!Uif!Dpousbdups!jt!sftqpotjcmf!gps!pcubjojoh!b!dvssfou!fejujpo!pg!bmm! Dbmjgpsojb!tubuvuft!boe!sfhvmbujpot-!boe!beifsjoh!up!uif!mbuftu!fejujpot!pg!tvdi/ G 52 165 DocuSign Envelope ID:55B6F1CD-6A54-4E72-A9A6-305CB95B84E2 DocuSign Envelope ID:55B6F1CD-6A54-4E72-A9A6-305CB95B84E2 w^ �a��l��������lt �� ,�r 2019 CONSTRUCTION AND DEMOLITION MATERIALS MANAGEMENT PLAN FORM 1„� If you have any questions, please contact the Environmental Services Division at (661) 286-4098 Project Information Contact Information Name: Name: Address: Phone: Permit: Email: Inert Materials (concrete, sand, dirt, clean fill, rock, gravel, etc.) RecycV Reuse?, Est. quantity in tons Recycling Method/FranchisedHauler Total Other Construction & Demolition Materials (wood, metal, drywall, carpet, cardboard, etc.) Recycl&?' Reuse? Est. quantity (in trans) Recycling Method/FranchisedHauler Total Land 'Clearing Debris (sand, .dirt, clean fill, ruck, gravel ;trees, stumps, vegetation, etc.) Clor CA Green Building Standards Code, 1000/odf land clearing debris most be reused or recycled for non-residential projects. Est. quantity (in tons) Recycling Method/FranchisedHauler Total The City of Santa Clarita's Construction & Demolition Recycling Ordinance (05-09) requires all demolition projects, all commercial construction projects of new construction or additions over 1,000 square feet and all tenant improvements, alterations or new construction valued over $200,000, all new residential construction projects, and all residential additions and improvements that increase building area, volume, or size to recycle a minimum of 65 percent (65%) of all inert materials and 65 percent (65%) of all other materials. There is a deposit required which is calculated at two percent (2%) of the highest valuation or $15,000 (whichever is less) for construction projects, and ten percent (10%) or $15,000 (whichever is less) for demolition projects. Pursuant to 2013 California Green Building Standards Code, 100 percent of trees, stumps, rocks, and associated vegetation and soils resulting primarily from land clearing shall be reused or recycled. For a phased project, such material may be stockpiled on site until the storage site is developed. " If contamination by disease or pest infestation is suspected, contact the County Agricultural Commissioner and follow its direction for recycling or disposal of the material. It is the responsibility of the applicant to ensure the recycling requirements are met by working closely with the approved waste hauler(s). Please make sure you keep records from your waste hauler(s) or weight tickets from the C&D recycling center/landfill. These records will be necessary to prove your recycling tonnages and will be required to have your deposit returned at the end of the project. Please note deposits take up to three weeks to be refunded. Signature CITY STAFF USE ONLY Project type: Commercial project over $200,000 New residential project Residential renovation/alteration Demolition Date (Deposit: (Acct-102-2013.002) 12% or 10% 1 Amount Due: DocuSign Envelope ID:55B6F1CD-6A54-4E72-A9A6-305CB95B84E2 Pre -construction survey: 1) Will materials be sorted on -site or mixed for transportation to a diversion facility? 2) Do you employ any construction methods to reduce the amount of waste generated on the project? Examples: salvage useful materials, advanced framing, etc. ❑ Sorted on -site ❑ Co -mingled or mixed ❑ Yes (describe below) ❑ No Post -construction I1301111 kerns urniusV be cornlpllOed Ipirllor W urego.ues�ding Olie deldoslk urefixiind. 1) Has the project received a final inspection with a City Building & Safety Inspector? 2) Have you collected all weight tickets or diversion reports to submit to the City? Disposing of Materials Generated From Your Project Temporary Bin and Roll -Off Box As of January 1, 2006, all temporary bin and roll -off box services in the City of Santa Clarita are franchised by the following companies. If you wish to use temporary bin and roll -off box services, you must use one of the franchised haulers below. Athens Environmental Services (800) 633-9933 9189 DeGarmo Avenue,Sun Valley A-V Equipment Rental (661) 259-2155 24933 Railroad Avenue, Santa Clarita Blue Barrel/Waste Management (661) 259-2398 25772 Springbrook Avenue, Santa Clarita Burrtec Waste Industries (661) 222-2249 26000 Springbrook Avenue, Suite 101, Santa Clarita Rent -A -Bin (661) 252-4941 20830 Santa Clara St, Santa Clarita Republic Services (800) 299-4898 12949 Telegraph Road, Santa Fe Springs Self -Haul Contractors may self -haul their waste and recyclable materials if they possess a valid California contractor's license for their scope of work. For example, in order for a demolition contractor to self -haul, the demolition contractor shall be licensed with the California State Licensing Board to conduct demolition services. General contractors who subcontract service shall ensure all subcontractors are either using a City franchised hauler or are eligible to self -haul. II.T.? APPENDIX B OVERLAY QUANITITY SPREADSHEET 169 170 2 6286 188 1,015 WEST END HIDDEN OAK PLACE to 1414 LN 47 143845 COLORADO PLEDGEVIEW PLACE WEST END to MAMMOTH 2679 413 COURT SOUTH END COLD CANYON GRAND CANYON ROAD to 3888 END 117650 MAMMOTH LN to WEST 39 END 118644 MAMMOTH LN to EAST 76 234500 2,430 SOUTH END GRANDIFLORAS RD to 11111111 49 END 150340 SEQUOIA RD to SOUTH 6725 206810 EAST END YELLOWSTONE LN to 411119212112331222119212112331222111 66221454 216664 62,75219,39014,10122,04311,09510,9737,45213,46517,771 Edgeview place BEGONIAS LNEVERGLADES CTFUJI CTCANYON RIM PLACECASCADE CTCATSKILLS CT SHADOW PINES BLVD to UNIT F2-1LSF1-9LS F2-2.8LSF2-5.4SFF2-4.6LF3,724F2-4.6LF F2-11.4TNF2-13.4TNF2-18.4EAF2-14.3EAF2-14.3EAF2-14.3EAF2-14.3EAF2-14.3EAF2-14.3EAF2-15.3EAF2-16.4EAF2-16.4EAF2-17.4LFF2-17.4LFF2-17.4LFF2-17.4LFF2-17.4LFF2-17.4EAF2-17.4LFF2-17.4EAF2-17.4EA PAYMENT REFERENCE BID ITEM 1Mobilization, Bonds & Insurance2Traffic Control3Storm Water Pollution Prevention - BMP Plan9AC D2 PG 64-10 10ARHM GG-D PG 64-16 12Remove & Replace 4" AC15Keycut A1 (6 ft, 1-3/4")18Keycut B1 (12 ft, 1-3/4")21Install Blue RPM's @ Fire Hydrant22Lower Manhole Covers23Lower Gas Valve Covers24Lower Water Covers25Lower Utility Cover / Vault / Well 28Adjust Manhole Covers to Finish Grade29Adjust Gas Valve Cover Finish Grade30Adjust Water Cover Finish Grade31Adjust Utility Cover / Vault / Well to Finish GradeF2-15.3EA34Remove and Install Permanent Traffic Loops35Remove and Install Temporary Traffic Loops3612" White Crosswalk/Limit Line (Thermo)38White/Yellow Continental Crosswalk (Thermo)41Striping Detail #21 (Thermo)43Striping Detail #24 (Thermo)47Striping Detail #38A (Thermo)52"STOP" Legend (Thermo)57Striping Detail #28 (Thermo)59"HERE" Legend (Thermo)63Arrow Type IV (L/R) (Thermo) BID NO. ITEM CITY OF SANTA CLARITA2019-20 ANNUAL OVERLAY PROJECT M0131 - C14BID ITEM QUANTITIES 171 11 4227 128230 WEST END YELLOWSTONE LN to 11 33 END 101540 MAMMOTH LN to EAST 54 166867 EAST END FLORABUNDA DRIVE to 3566 END 106577 MAMMOTH LN to EAST 11 59 180 1,040 SOUTH END GRAND CANYON ROAD to 35 107328224 1,908 to NORTH END NORTH of ARCHES LANE ROAD 3531211351222135312113512221 920133884 22224736 CANYON 634619150326168 LANE 1,9486,165 MAMMOTH LNMAMMOTH LNPARKGLEN PLACEPINNACLE CTRAMLI DRIVERUSHMORE CTPLATT CT to SOUTH of WRANGELL SOLEDAD 144127 243 3,847184,18531,01116,9649,99315,6379,47412,057 STREET EAST END LARKSPUR FIELD FLORABUNDA DRIVE to 28 78 238850 22,480 NORTH END to YELLOWSTONE LN 11 115353 2,056 SOUTH END GRANDIFLORAS RD to HIDDEN OAK PLACEKILAMANJARO CT 0101 221 82 242743 5,336 ROAD MAMMOTH LANE GRANDIFLORAS SHADOW PINES BLVD to 101311 1,746 ROAD NORTH END GRAND CANYON FLORABUNDA ROAD to 5795257952 7331781117811142 3011 413194 1,2709,185 120,09429,33970,23433,308 FLORABUNDA RD NORTH END to RAMLI DR 172 400 1115588714 8990144736 474111111387276446 2,9208,9571,273 47,049 QUANTITY TOTAL ESTIMATED 111111 3091 467 COURT WEST END STONERIDGE GRAND CANYON ROAD to 64 1213121439 343 99,6078,590 1,0544,968 SEQUOIA RD MAMMOTH LN to YELLOWSTONE LN 173 1116414111 53 9650 360350 3,8502,5061,5972,6949,2147,948 15,18067,90918,62978,18317,935 QUANTITY TOTAL ESTIMATED 902 to RD 6414111 539650 360350 237,548 WAY(CL) CANYON PLACERITA W/O NADUE MTN CANYON ROAD SAND LFLF9,214LF18,629LF17,935 LSSF3,850SFSF2,506SF67,909SF78,183LS TNTN1,597EAEAEAEAEAEA UNIT Ћ͵БЎ͵ЍЎ͵ЍЍ͵ЏЎ͵ЍЍ͵ЏВ͵Ѝ ЊЊ͵ЍЊЊ͵ЍЊЊ͵ЍЊА͵ЍЊЎ͵ЌЊЎ͵ЌЊЎ͵ЌЊЎ͵ЌЊА͵ЍЊА͵ЍЊА͵ЍЊЍ͵Ѝ F2-1LSF1-9LS CЋCЋCЋCЋCЋCЋCЋ F2-5.4SF15,180F2-7.3SFF2-5.4SF7,948 CЋCЋCЋCЋCЋCЋCЋCЋCЋCЋCЋCЋ F2-13.4TN2,694F2-17.4LF PAYMENT REFERENCE BID ITEM 1Mobilization, Bonds & Insurance2Traffic Control3Storm Water Pollution Prevention - BMP Plan4Transverse Pavement Transition5Shoulder Paving6Handwork at Driveway Transition7Remove by Grinding at Driveway Transition8AC C2 PG 64-109AC D2 PG 64-10 10ARHM GG-D PG 64-16 12Remove & Replace 4" AC13Remove & Replace 8" AC14Prune & Remove Tree Roots21Install Blue RPM's @ Fire Hydrant24Lower Water Covers25Lower Utility Cover / Vault / Well 30Adjust Water Cover Finish Grade31Adjust Utility Cover / Vault / Well to Finish Grade38White/Yellow Continental Crosswalk (Thermo)42Striping Detail #22 (Thermo & Markers)45Striping Detail #27B (Thermo)52"STOP" Legend (Thermo)64Stabilization Allowance 65Cold Plane & Remove 2-1/4" 66Install Shoulderbacking67Regrade to Establish Drainage to Culvert Entrance BID NO. ITEM CITY OF SANTA CLARITA2019-20 ANNUAL OVERLAY PROJECT M0131 - PLACERITA CANYON ROADBID ITEM QUANTITIES 174 111771 112020181819 660125 2,6081,6813,6095,8321,0281,084 13,906 139,060139,060139,060 QUANTITY TOTAL ESTIMATED 771 112020181819 660125 139,060 AVENUE SCOTT to NEWHALL RANCH RD RYE CANYON ROAD LFLF3,609LF5,832LF1,028LF1,084LF EAEAEAEAEAEAEAEAEA UNIT ЊА͵ЍЊЎ͵ЌЊЎ͵ЌЊЎ͵ЌЊЎ͵ЌЊЏ͵ЍЊЏ͵ЍЊА͵ЍЊА͵ЍЊА͵ЍЊА͵ЍЊА͵ЍЊА͵ЍЊА͵ЍЊА͵Ѝ F2-1LS F2-2.8LSF2-5.4SF13,906F2-8.4SF139,060 CЋCЋCЋCЋCЋCЋCЋCЋCЋCЋCЋCЋCЋCЋCЋ F2-11.4TN2,608F2-13.4TN1,681F2-10.4SF139,060 PAYMENT REFERENCE BID ITEM 1Mobilization, Bonds & Insurance2Traffic Control3Storm Water Pollution Prevention - BMP PlanF1-9LS8AC C2 PG 64-10 10ARHM GG-D PG 64-16 21Install Blue RPM's @ Fire Hydrant22Lower Manhole Covers24Lower Water Covers28Adjust Manhole Covers to Finish Grade30Adjust Water Cover Finish Grade34Remove and Install Permanent Traffic Loops35Remove and Install Temporary Traffic Loops3612" White Crosswalk/Limit Line (Thermo)39Striping Detail #4 (Thermo & Markers)40Striping Detail #12 (Markers)46Striping Detail #38 (Thermo & Markers)48Striping Detail #38C (Markers)51Striping Detail #40 (Markers)58"YIELD" Legend (Thermo)63Arrow Type IV (L/R) (Thermo)64Stabilization Allowance 68Pulverize 12"69Remove & Dispose 6-1/2" Pulverized MaterialF2-9.4SF139,06070Lime/Cement Treat 13-1/2" BID NO. ITEM CITY OF SANTA CLARITA2019-20 ANNUAL OVERLAY PROJECT M0131 - RYE CANYON (ALT)BID ITEM QUANTITIES 175 224 1,012 1 25 202 1,160 END to DEVON LNKENTON LN to END 122122 71122 752232233157 1,5507,100 JEFFERS LN to MASTERSON CT 11 4330 265 GUILFORD LANE TO HASKELL CANYON ROAD 30113 174435 KENTON LN to END 22 123483 BEFORD WYBELDOVE CTBRISTOL WAYCARAWAY LNCHESWOLD LNCONWAY PL GUILFORD LN to STONINGTON LN 33 124345 BEAU CT 111 252 1,700 CARAWAY LN to ENDJEFFERS LN to END 12 111147 596150 76,17626,82013,15815,64322,1555,379165,23825,82123,856 AGAJANIAN DRALLISON DR COPPER HILL DR to HASKELL CANYON RD A8712A8712 LF3,953LFLFLFLFLF TNSF3,923EAEEAEAEAEEAEAEAEAEAEAEA UNIT Ў͵ЍЍ͵ЏЍ͵ЏЍ͵ЏЍ͵Џ ЊЋ͵ЎЊА͵ЍЊЎ͵ЌЊЎ͵ЌЊЎ͵ЌЊЎ͵ЌЊЎ͵ЌЊЎ͵ЌЊЎ͵ЌЊЎ͵ЌЊЏ͵ЍЊЏ͵ЍЊА͵ЍЊА͵ЍЊА͵ЍЊА͵Ѝ F2-1LSF1-9LS F2-2.8LS CЋCЋCЋCЋCЋ CЋCЋCЋCЋCЋCЋCЋCЋCЋCЋCЋCЋCЋCЋCЋCЋ PAYMENT REFERENCE BID ITEM 1Mobilization, Bonds & Insurance2Traffic Control3Storm Water Pollution Prevention - BMP Plan 11Thin Maintenance Overlay12Remove & Replace 4" AC16Keycut A2 (6 ft, 1-1/4")17Keycut A3 (6 ft, 1-1/2")19Keycut B2 (12 ft, 1-1/4")20Keycut B3 (12 ft, 1-1/2")21Install Blue RPM's @ Fire Hydrant22Lower Manhole Covers23Lower Gas Valve Covers24Lower Water Covers25Lower Utility Cover / Vault / Well 28Adjust Manhole Covers to Finish Grade29Adjust Gas Valve Cover Finish Grade30Adjust Water Cover Finish Grade31Adjust Utility Cover / Vault / Well to Finish Grade34Remove and Install Permanent Traffic Loops35Remove and Install Temporary Traffic Loops3612" White Crosswalk/Limit Line (Thermo)42Striping Detail #22 (Thermo & Markers)52"STOP" Legend (Thermo)60"25" Legend (Thermo) BID NO. ITEM CITY OF SANTA CLARITA2019-20 ANNUAL OVERLAY PROJECT M0131 - S3 (ALT)BID ITEM QUANTITIES 176 11 144506 44 40 246 1,285 1233 52 591 3,030 END to JEFFERS LNAGAJANIAN DR to ENDJEFFERS LN to END 5621156211 621128 658163 3,190 JEFFERS LN COPPER HILL DR to 814814 111 7811 918275 6,005 CANYON RD KENTON LN to HASKELL 343 2,616 BEDFORD WY FARMINGTON LN to 131 1,078 GUILFORD LN STONINGTON LN to 111 255 1,378 AGAJANIAN DR to END LN 77 710 CARAWAY LN to JEFFERS 1 40 163 1,324 MAXINE LN to END 22122512212251 WY 923326 546 JEFFERS LN to BEDFORD 113171317 5780 450 MAXINE LN to AGAJANIAN DR 547030 320 5,6957,2269,76020,8539,79227,11016,67443,810117,45970,11862,96431,41118,383 COPPER HILL DR WAKEFIELD CT to COURTLAND WYDANNY WAYDEVON LNDON GEE CTDURHAM PLEASTON LNFARMINGTON LNGUILFORD LNJEFFERS LNKENTON LNLYNETTE LNMAXINE LNNEWFIELD CT 177 22 25 136 1,105 40 176550 6340 480 CARAWAY LN to ENDLYNETTE LN to ENDCARAWAY LN to END 11 260 1,990 BEDFORD WY to FARMINGTON LN 88 187 1,334 SPICE CTSTONINGTON LNTHEODORE CTTRUMAN CTTUMERIC CT 40 124450 SIMS CT 1102323 196 1,250 WHEY DR to ENDCARAWAY LN to ENDCARAWAY LN to END 2 LN 273 1,993 KENTON LN to LYNETTE 30 127430 2 25 219 1,153 6140 465 OLIVIA CTOREGANO CIRRIDGEFIELD CTRODEFFER PLSCEPTER LN 132132 149 1,100 22121741251122212174125112 28 119783 12,63015,7957,69527,93516,14329,02420,81015,84719,85533,2788,06422,50217,370 NEWTON CTNUTMEG LN GUILFORD LN to ENDCARAWAY LN to ENDAGAJANIAN DR to ENDSPICE CT to ENDGUILFORD LN to END 178 9595 5 11 1113031012231 88125811269220 4,372 10,08732,38724,476 QUANTITY TOTAL ESTIMATED 595330 414 30 290 1,225 22 40 222 1,265 4131132341311323 409 52,32228,36130,8767,485 1,985 END to ENDAGAJANIAN DR to ENDCARAWAY LN to ENDGUILFORD LN to END WAKEFIELD CTWELFLEET LNWHEY DRWISTERLY CT 179 77 1 11 33151526 1,0684,9506,287 Canyon Road West End to Bouquet 1831 139 1,001 North End Shadow Valley Lane to 121121 3744 End 362 2,267 Calhaven Drive to North 82 End 515 Woodside Drive to East 5733 399 North End Shadow Valley Lane to 12 44 181956143121171107 Calhaven Drive Bouquet Canyon Road to 85 626 West End Shadow Valley Lane to 11 654038 459 North End Shadow Valley Lane to 44 31 112506 11,8868,22010,76619,2917,2698,71838,51417,769113,919 David Way Calhaven DriveCarson CourtCavern CourtDavid WayHilltop CourtOakside CourtPark Woodland PlaceShadow Hills CourtShadow Valley Lane Parkwoodland Place to A11A2113111A2113111 LFLFLFLFLFLFLF TNSFEEEAEAEEAEAEAEAEA UNIT Ў͵ЍЍ͵ЏЍ͵ЏЍ͵ЏЍ͵Џ ЊЋ͵ЎЊА͵ЍЊЎ͵ЌЊЎ͵ЌЊЎ͵ЌЊЎ͵ЌЊЎ͵ЌЊЎ͵ЌЊА͵ЍЊА͵ЍЊА͵ЍЊА͵ЍЊА͵ЍЊЊ͵Ѝ F2-1LSF1-9LS F2-2.8LS CЋCЋCЋCЋCЋ CЋCЋCЋCЋCЋCЋCЋCЋCЋCЋCЋCЋCЋCЋ PAYMENT REFERENCE BID ITEM 1Mobilization, Bonds & Insurance2Traffic Control3Storm Water Pollution Prevention - BMP Plan 11Thin Maintenance Overlay12Remove & Replace 4" AC16Keycut A2 (6 ft, 1-1/4")17Keycut A3 (6 ft, 1-1/2")19Keycut B2 (12 ft, 1-1/4")20Keycut B3 (12 ft, 1-1/2")21Install Blue RPM's @ Fire Hydrant22Lower Manhole Covers24Lower Water Covers25Lower Utility Cover / Vault / Well 28Adjust Manhole Covers to Finish Grade30Adjust Water Cover Finish Grade31Adjust Utility Cover / Vault / Well to Finish Grade3612" White Crosswalk/Limit Line (Thermo)44Striping Detail #27 (Thermo & Markers)46Striping Detail #38 (Thermo & Markers)52"STOP" Legend (Thermo)60"25" Legend (Thermo)61Speed Hump (AC) & Marking (Thermo) BID NO. ITEM CITY OF SANTA CLARITA2019-20 ANNUAL OVERLAY PROJECT M0131 - S16 (ALT)BID ITEM QUANTITIES 180 844 111112 4141 105274 257171107 3,3655,0442,871 17,353 QUANTITY TOTAL ESTIMATED 11 34 226 1,536 West End Shadow Valley Lane to 225225 35 51122 361212 838110 4,707 Valley Lane David Way to Shadow 1111 5536 386 North End Shadow Valley Lane to 95 579 10,1096,99589,35624,047 Starwood WayTerrace CourtWoodside DriveZimmerman Place Woodside Drive to Shadow Valley Lane 181 11111 121223 296172 1,0379,6124,848 QUANTITY TOTAL ESTIMATED 212 8536 298 3,5511,290 22 7936 275 6,0611,198 BLUERIDGE DR to ENDBLUERIDGE DR to END 881 23 132464100 38,31822,69724,630 CUESTPORT DECORO DR to BLUERIDGE DREDENTON PLWEYMOUTH A1113A5229A5229A0011 LF SF EEEAEAEEAEEA UNIT Ў͵Ѝ ЊА͵ЍЊЎ͵ЌЊЎ͵ЌЊЎ͵ЌЊЎ͵ЌЊЎ͵ЌЊЎ͵ЌЊА͵ЍЊА͵Ѝ F2-1LS CЋ F2-2.8LSF2-4.6LF2,360F2-4.6LF CЋCЋCЋCЋCЋCЋCЋCЋCЋ F2-11.4TNF2-13.4TN PAYMENT REFERENCE BID ITEM 1Mobilization, Bonds & Insurance2Traffic Control3Storm Water Pollution Prevention - BMP PlanF1-9LS9AC D2 PG 64-10 10ARHM GG-D PG 64-16 12Remove & Replace 4" AC15Keycut A1 (6 ft, 1-3/4")18Keycut B1 (12 ft, 1-3/4")21Install Blue RPM's @ Fire Hydrant22Lower Manhole Covers24Lower Water Covers26Lower Survey Monuments28Adjust Manhole Covers to Finish Grade30Adjust Water Cover Finish Grade32Adjust Survey Monuments Finish Grade3612" White Crosswalk/Limit Line (Thermo)52"STOP" Legend (Thermo) BID NO. ITEM CITY OF SANTA CLARITA2019-20 ANNUAL OVERLAY PROJECT M0131 - V7NBID ITEM QUANTITIES 182 28814 1010 101237987304474 191587 55,503 2,707 MCBEAN PY to GRANDVIEW DR 2577 449 7,227 SOUTH END to CLAYMORE WY 268027 END 446 7,550 1,360550 PARKLANE WAY to EAST 4829 END 145638 13,685 PARKLANE WAY to EAST 66 201 18,943 1,004 WEST END to RUTHERFORD PL 7880 240 22,640 1,212 NORTH END LANESBORO PL to 55 169925 15,924 NORTH END BENNINGTON DR to 1243111312431113 4120924292422 3050 209643 60,784 3,744 FAIRVIEW DR to GRANDVIEW DR 3434 END 9,650 103505 PHILBROOK AV to NORTH 7130 20,595 NORTH END BAXARD PLBELMONT CTBENNINGTON DRCAMDEN PLCHESHIRE LNCLAYMORE WYCLAYTON CTCLEARMONT CTDANTON CTFAIRVIEW DR BENNINGTON DR to A1A511A2A511A2 LFLFLF SF EEEEEEAEAEAEA UNIT Ў͵Ѝ ЊА͵ЍЊЎ͵ЌЊЎ͵ЌЊЎ͵ЌЊЎ͵ЌЊЏ͵ЍЊЏ͵ЍЊА͵ЍЊА͵ЍЊА͵ЍЊА͵ЍЊА͵Ѝ F2-1LS CЋ F2-2.8LSF2-4.6LF1,285F2-4.6LF CЋCЋCЋCЋCЋCЋCЋCЋCЋCЋCЋCЋ F2-11.4TNF2-13.4TN218F2-17.4LF PAYMENT REFERENCE BID ITEM 1Mobilization, Bonds & Insurance2Traffic Control3Storm Water Pollution Prevention - BMP PlanF1-9LS9AC D2 PG 64-10 10ARHM GG-D PG 64-16 12Remove & Replace 4" AC15Keycut A1 (6 ft, 1-3/4")18Keycut B1 (12 ft, 1-3/4")21Install Blue RPM's @ Fire Hydrant22Lower Manhole Covers24Lower Water Covers28Adjust Manhole Covers to Finish Grade30Adjust Water Cover Finish Grade34Remove and Install Permanent Traffic Loops35Remove and Install Temporary Traffic Loops3612" White Crosswalk/Limit Line (Thermo)38White/Yellow Continental Crosswalk (Thermo)F2-17.4SF41Striping Detail #21 (Thermo)47Striping Detail #38A (Thermo)49Striping Detail #39 (Thermo)52"STOP" Legend (Thermo)64Arrow Type IV (L/R) (Thermo) BID NO. ITEM CITY OF SANTA CLARITA2019-20 ANNUAL OVERLAY PROJECT M0131 - V8N (ALT)BID ITEM QUANTITIES 183 66666 1118874 144 610376364987304474 1,2273,7661,910 20,468 QUANTITY TOTAL ESTIMATED 5431 END 166976 BENNINGTON DR to EAST DR 655628 200 1,100 SOUTH END to DECORO 663517 202364 1,172 GRANDVIEW DR PARKLANE WAY to 211833833111 3325 END 121372 2,356 FAIRVIEW DR to NORTH LN 206133 325 WEST END to CHESHIRE 21737352173735 4430 135651 WEST END to EAST END 1112121 21652919 404 GRANDVIEW DR CHESHIRE LN to 11 3332 9,5616,09712,6895,75135,09219,04018,90715,680 102569 GARLAND CTGREENRIDGE WAYLANESBORO PLMILLFORD CTPARKLANE WAYPHILBROOK AVRUTHERFORD PLWHITFIELD PL CAMEN PL to EAST END 184 2661 20 115352 DRIVE 2,106 CERCA DR to FRISCA 206030 309 298932 478 LA GRANJA to CONDE DRWEST END to CONDE DR 1116111161 14141 33 327352106678 1,004 2,559 SOUTH END to FESTIVIDAD DR 11 30 134410 2,393 WEST END to LAS MANANITAS DRIVE 6225 208639 3,740 LAS MANANITAS DR VISTA DELGADO DR to 42 209641 3,783 PALACETE DR VISTA DELGADO DR to 1212113 3025 343 1,0532,859 LAS MANANITAS ENCANTADA DRIVE to 1 81 191588 55,52699,57060,61560,43338,74394,8728,3635,59033,278 CERCA DRCONDE DRIVECUERVO DRFRISCA DRLA GRANJA DRIVELAS MANANITAS DRN GRAJUELO DRNIDO CTPALACETE DR LAS MANANITAS DR VISTA ENCANTADA DR to A3334211A665741A566851A665741A566851A LF SFEEEAEEAEEAEEAEEAEAEAEA UNIT Ў͵Ѝ ЊА͵ЍЊЎ͵ЌЊЎ͵ЌЊЎ͵ЌЊЎ͵ЌЊЎ͵ЌЊЎ͵ЌЊЎ͵ЌЊЎ͵ЌЊА͵ЍЊА͵ЍЊА͵ЍЊА͵ЍЊА͵ЍЊА͵Ѝ F2-1LSF1-9LS F2-2.8LS CЋ F2-4.6LF3,374F2-4.6LF F2-11.4TNF2-13.4TN CЋCЋCЋCЋCЋCЋCЋCЋCЋCЋ F2-17.4LFF2-17.4SFF2-17.4LF CЋCЋCЋCЋCЋ PAYMENT REFERENCE BID ITEM 1Mobilization, Bonds & Insurance2Traffic Control3Storm Water Pollution Prevention - BMP Plan9AC D2 PG 64-10 10ARHM GG-D PG 64-16 12Remove & Replace 4" AC15Keycut A1 (6 ft, 1-3/4")18Keycut B1 (12 ft, 1-3/4")21Install Blue RPM's @ Fire Hydrant22Lower Manhole Covers23Lower Gas Valve Covers24Lower Water Covers25Lower Utility Cover / Vault / Well 28Adjust Manhole Covers to Finish Grade29Adjust Gas Valve Cover Finish Grade30Adjust Water Cover Finish Grade31Adjust Utility Cover / Vault / Well to Finish Grade3612" White Crosswalk/Limit Line (Thermo)3712" Yellow Crosswalk / Limit Line (Thermo)38White/Yellow Continental Crosswalk (Thermo)41Striping Detail #21 (Thermo)52"STOP" Legend (Thermo)53"AHEAD" Legend (Thermo)54"SLOW" Legend (Thermo)55"SCHOOL" Legend (Thermo)56"XING" Legend (Thermo) BID NO. ITEM CITY OF SANTA CLARITA2019-20 ANNUAL OVERLAY PROJECT M0131 - V10N (ALT)BID ITEM QUANTITIES 185 08282 11171 8281828170 394243344716 2,4107,3971,176 35,123 QUANTITY TOTAL ESTIMATED 2222 329830 608 DRIVE SOUTH END to VISTA ROSINA ENCANTADA DRIVE 23149149 1111 204626 3,239 NORTH END to NIDO CT 55 4242222222 7512129270 400344716 1,2286,114 MANANITAS DR GARZOTA DR to LAS 11 3930 120670 NORTH END VISTA ROSINA DR to 36952952 40 159489 46,21811,295116,10059,1459,194 2,891 LAS MANANITAS POSADA DRIVESENA CTVISTA DELGADO DRVISTA ENCANTADA ENCANTADA DRIVE to 186 222 6830 209 1,278 SOUTH END to SARDA RD 447 13132014 285875660199635 4,2972,2962,8772,8771,142 TREVINO WILEY CANYON RD to 1111 210646152 3,914 VIA ADORNA AVENIDA ESCALERA to 46724672 312 212183 363197 1,1156,245 SARDA ROAD to TOURNAMENT ROAD 17313 185518 276 EAST END TOURNAMENT RD to 030012 34 102583 WEST END AVENIDA ESCALERA to 11111111 RD 226755 313 NORTH END to ROTUNDA 44 18566487 590275 CANYON RD ROTUNDA RD to WILEY 388 RD 482137 160490 46,3145,2266,3229,6405,194105,43061,03382,71519,725 ROTUNDA RD to SARDA AVENIDA ESCALERAAVENIDA CAPPELLAPLAZA CHIVAPLAZA GAVILANPLAZA LUNETAROTUNDA RDSARDA RDTOURNAMENT RDVIA ADORNA A7A7A11 LF2,827LFLFLFLFLFLF SFEAEEAEAEAEEAEAEAEAEAEEAEA UNIT Ў͵ЍЍ͵Џ ЊА͵ЍЊЎ͵ЌЊЎ͵ЌЊЎ͵ЌЊЎ͵ЌЊЎ͵ЌЊЎ͵ЌЊЎ͵ЌЊЎ͵ЌЊЏ͵ЍЊЏ͵ЍЊА͵ЍЊА͵ЍЊА͵ЍЊА͵ЍЊА͵ЍЊА͵ЍЊА͵ЍЊА͵ЍЊА͵Ѝ F2-1LSF1-9LS F2-2.8LS CЋCЋ F2-4.6LF F2-11.4TNF2-13.4TN CЋCЋCЋCЋCЋCЋCЋCЋCЋCЋCЋCЋ F2-17.4LF CЋCЋCЋCЋCЋCЋCЋCЋ PAYMENT REFERENCE BID ITEM 1Mobilization, Bonds & Insurance2Traffic Control3Storm Water Pollution Prevention - BMP Plan9AC D2 PG 64-10 10ARHM GG-D PG 64-16 12Remove & Replace 4" AC15Keycut A1 (6 ft, 1-3/4")18Keycut B1 (12 ft, 1-3/4")21Install Blue RPM's @ Fire Hydrant22Lower Manhole Covers23Lower Gas Valve Covers24Lower Water Covers25Lower Utility Cover / Vault / Well 28Adjust Manhole Covers to Finish Grade29Adjust Gas Valve Cover Finish Grade30Adjust Water Cover Finish Grade31Adjust Utility Cover / Vault / Well to Finish Grade34Remove and Install Permanent Traffic Loops35Remove and Install Temporary Traffic Loops3612" White Crosswalk/Limit Line (Thermo)41Striping Detail #21 (Thermo)42Striping Detail #22 (Thermo & Markers)43Striping Detail #24 (Thermo)45Striping Detail #27B (Thermo)49Striping Detail #39 (Paint)50Striping Detail #39A (Paint)52"STOP" Legend (Thermo)62Bike Lane Symbols (Paint)63Arrow Type IV (L/R) (Thermo) BID NO. ITEM CITY OF SANTA CLARITA2019-20 ANNUAL OVERLAY PROJECT M0131 - V25SBID ITEM QUANTITIES 187 0656522 111737377 5414 818528635 1,9565,9951,1222,7692,8772,8771,142 34,297 QUANTITY TOTAL ESTIMATED 6940 212 1,272 WEST END VIA ONDA AVENIDA ESCALERA to 8231 END 250 1,507 ROTUNDA RD to WEST 4141 80539354 END 244 1,543 WILEY CANYON RD to 1313 3730 112635 SOUTH END to SARDA RD 7140 218 1,238 ESCALERA WEST END to AVENIDA 7451 227330 1,311 WEST END AVENIDA ESCALERA to 11212213 9832 END 299 1,822 ROTUNDA RD to WEST 4954 END 150800 ROTUNDA RD to NORTH 1 413018 126800 EAST END TOURNAMENT RD to 7961 END 243 1,471 ROTUNDA RD to NORTH 211333133312326421132326338333133312326421132326338 98 END 299132 28,22722,95811,89414,16028,26021,43520,53110,50022,98723,58020,037 1,575 VIA ALCIRAVIA BRAVAVIA CANDELAVIA DESCAVIA ESCOVARVIA FLAMENCOVIA HAMACAVIA JUANAVIA MACARENAVIA NOVIA ROTUNDA RD to WEST 188 9292 11191 1118 535136 1,6387,832 QUANTITY TOTAL ESTIMATED 48 147750 NORTH END VISTA HILLS DRIVE to 1111 68 207 1,200 NORTH END VISTA HILLS DRIVE to 9946 304 1,020 SOUTH END VISTA HILLS DRIVE to 50 152850 NORTH END VISTA HILLS DRIVE to 9827 300 1,470 EAST END VISTA RIDGE DRIVE to 1 6318 108332 1,711 WEST END VISTA HILL DRIVE to 64 196831 18,46331,39728,35814,34128,74219,52713,823 NORTH END ALTOS DRIVEFARROW DRIVEFORTUNA DRIVEVIA ACCORDEVIA DOLORITAVIA PALADARVIA VELADOR FARROW DRIVE to A122121A25422311A152121A25422311A152121 LF EEEEAEEEAEA UNIT ЊА͵ЍЊЎ͵ЌЊЎ͵ЌЊЎ͵ЌЊЎ͵ЌЊЎ͵ЌЊЎ͵ЌЊА͵ЍЊА͵Ѝ F2-1LS F1-9LS F2-2.8LSF2-4.6LFF2-4.6LF F2-11.4TNF2-13.4TN CЋCЋCЋCЋCЋCЋCЋCЋCЋ PAYMENT REFERENCE BID ITEM 1Mobilization, Bonds & Insurance2Traffic Control3Storm Water Pollution Prevention - BMP Plan9AC D2 PG 64-10 10ARHM GG-D PG 64-16 15Keycut A1 (6 ft, 1-3/4")18Keycut B1 (12 ft, 1-3/4")21Install Blue RPM's @ Fire Hydrant22Lower Manhole Covers24Lower Water Covers25Lower Utility Cover / Vault / Well 28Adjust Manhole Covers to Finish Grade30Adjust Water Cover Finish Grade31Adjust Utility Cover / Vault / Well to Finish Grade3612" White Crosswalk/Limit Line (Thermo)52"STOP" Legend (Thermo) BID NO. ITEM CITY OF SANTA CLARITA2019-20 ANNUAL OVERLAY PROJECT M0131 - V26SBID ITEM QUANTITIES Certificate Of Completion Envelope Id: 55B6F1CD6A544E72A9A6305CB95B84E2Status: Completed Subject: Please DocuSign: ENG-19-20-M1031O OVERLAY.pdf Source Envelope: Document Pages: 188Signatures: 1Envelope Originator: Certificate Pages: 5Initials: 2Kelsey Speers AutoNav: Enabled23920 Valencia Boulevard EnvelopeId Stamping: EnabledCity of Santa Clarita, CA 91355 Time Zone: (UTC-08:00) Pacific Time (US & Canada)kspeers@santa-clarita.com IP Address: 38.107.179.2 Record Tracking Status: OriginalHolder: Kelsey SpeersLocation: DocuSign 4/9/2020 9:48:50 AM kspeers@santa-clarita.com Signer EventsSignatureTimestamp Ramiro FuentesSent: 4/9/2020 9:50:51 AM rfuentes@santa-clarita.comViewed: 4/9/2020 10:17:26 AM Security Level: Email, Account Authentication Signed: 4/9/2020 10:17:50 AM (Optional) Signature Adoption: Pre-selected Style Using IP Address: 198.72.130.205 Signed using mobile Electronic Record and Signature Disclosure: Accepted: 4/9/2020 10:17:26 AM ID: 90a24913-af12-4967-8b04-9ca9f96d1b49 Damon LetzSent: 4/9/2020 10:17:53 AM dletz@santa-clarita.comViewed: 4/9/2020 11:24:32 AM Security Level: Email, Account Authentication Signed: 4/9/2020 11:26:28 AM (Optional) Signature Adoption: Pre-selected Style Using IP Address: 38.107.179.2 Electronic Record and Signature Disclosure: Accepted: 4/9/2020 11:24:32 AM ID: 2b82d938-f439-441d-b6ed-39d6f9cbdedf Mike HennawySent: 4/9/2020 11:26:30 AM mhennawy@santa-clarita.comViewed: 4/9/2020 11:43:08 AM Security Level: Email, Account Authentication Signed: 4/9/2020 11:47:03 AM (Optional) Signature Adoption: Pre-selected Style Using IP Address: 38.107.179.2 Electronic Record and Signature Disclosure: Accepted: 4/9/2020 11:43:08 AM ID: 68574888-78df-4af3-8863-cb4218ea99f8 In Person Signer EventsSignatureTimestamp Editor Delivery EventsStatusTimestamp Agent Delivery EventsStatusTimestamp Intermediary Delivery EventsStatusTimestamp Certified Delivery EventsStatusTimestamp Carbon Copy EventsStatusTimestamp Ramiro FuentesSent: 4/9/2020 11:47:05 AM rfuentes@santa-clarita.com Security Level: Email, Account Authentication (Optional) Electronic Record and Signature Disclosure: Accepted: 4/9/2020 10:17:26 AM ID: 90a24913-af12-4967-8b04-9ca9f96d1b49 Christine SaundersSent: 4/9/2020 11:47:05 AM csaunders@santa-clarita.comViewed: 4/9/2020 11:48:23 AM 12/12/17 City of Santa Clarita Security Level: Email, Account Authentication (Optional) Electronic Record and Signature Disclosure: Not Offered via DocuSign Witness EventsSignatureTimestamp Notary EventsSignatureTimestamp Envelope Summary EventsStatusTimestamps Envelope SentHashed/Encrypted4/9/2020 11:47:05 AM Certified DeliveredSecurity Checked4/9/2020 11:47:05 AM Signing CompleteSecurity Checked4/9/2020 11:47:05 AM CompletedSecurity Checked4/9/2020 11:47:05 AM Payment EventsStatusTimestamps Electronic Record and Signature Disclosure Electronic Record and Signature Disclosure created on: 1/7/2014 2:16:54 PM Parties agreed to: Ramiro Fuentes, Damon Letz, Mike Hennawy, Ramiro Fuentes CONSUMER DISCLOSURE From time to time, City of Santa Clarita (we, us or Company) may be required by law to provide to you certain written notices or disclosures. Described below are the terms and conditions for providing to you such notices and disclosures electronically through your DocuSign, Inc. (DocuSign) Express user account. Please read the information below carefully and thoroughly, and if you can access this information electronically to your satisfaction and agree to these terms and conditions, please confirm your agreement by clicking the 'I agree' button at the bottom of this document. Getting paper copies At any time, you may request from us a paper copy of any record provided or made available electronically to you by us. For such copies, as long as you are an authorized user of the DocuSign system you will have the ability to download and print any documents we send to you through your DocuSign user account for a limited period of time (usually 30 days) after such documents are first sent to you. After such time, if you wish for us to send you paper copies of any such documents from our office to you, you will be charged a $0.00 per -page fee. You may request delivery of such paper copies from us by following the procedure described below. Withdrawing your consent If you decide to receive notices and disclosures from us electronically, you may at any time change your mind and tell us that thereafter you want to receive required notices and disclosures only in paper format. How you must inform us of your decision to receive future notices and disclosure in paper format and withdraw your consent to receive notices and disclosures electronically is described below. Consequences of changing your mind If you elect to receive required notices and disclosures only in paper format, it will slow the speed at which we can complete certain steps in transactions with you and delivering services to you because we will need first to send the required notices or disclosures to you in paper format, and then wait until we receive back from you your acknowledgment of your receipt of such paper notices or disclosures. To indicate to us that you are changing your mind, you must withdraw your consent using the DocuSign 'Withdraw Consent' form on the signing page of your DocuSign account. This will indicate to us that you have withdrawn your consent to receive required notices and disclosures electronically from us and you will no longer be able to use your DocuSign Express user account to receive required notices and consents electronically from us or to sign electronically documents from us. All notices and disclosures will be sent to you electronically Unless you tell us otherwise in accordance with the procedures described herein, we will provide electronically to you through your DocuSign user account all required notices, disclosures, authorizations, acknowledgements, and other documents that are required to be provided or made available to you during the course of our relationship with you. To reduce the chance of you inadvertently not receiving any notice or disclosure, we prefer to provide all of the required notices and disclosures to you by the same method and to the same address that you have given us. Thus, you can receive all the disclosures and notices electronically or in paper format through the paper mail delivery system. If you do not agree with this process, please let us know as described below. Please also see the paragraph immediately above that describes the consequences of your electing not to receive delivery of the notices and disclosures electronically from us. How to contact City of Santa Clarita: You may contact us to let us know of your changes as to how we may contact you electronically, to request paper copies of certain information from us, and to withdraw your prior consent to receive notices and disclosures electronically as follows: To contact us by email send messages to: joerum@santa-clarita.com To advise City of Santa Clarita of your new e-mail address To let us know of a change in your e-mail address where we should send notices and disclosures electronically to you, you must send an email message to us atjoerum@santa-clarita.com and in the body of such request you must state: your previous e-mail address, your new e-mail address. We do not require any other information from you to change your email address.. In addition, you must notify DocuSign, Inc to arrange for your new email address to be reflected in your DocuSign account by following the process for changing e-mail in DocuSign. To request paper copies from City of Santa Clarita To request delivery from us of paper copies of the notices and disclosures previously provided by us to you electronically, you must send us an e-mail to joerum@santa-clarita.com and in the body of such request you must state your e-mail address, full name, US Postal address, and telephone number. We will bill you for any fees at that time, if any. To withdraw your consent with City of Santa Clarita To inform us that you no longer want to receive future notices and disclosures in electronic format you may: i. decline to sign a document from within your DocuSign account, and on the subsequent page, select the check -box indicating you wish to withdraw your consent, or you may; ii. send us an e-mail to joerum@santa-clarita.com and in the body of such request you must state your e-mail, full name, IS Postal Address, telephone number, and account number. We do not need any other information from you to withdraw consent.. The consequences of your withdrawing consent for online documents will be that transactions may take a longer time to process.. Required hardware and software Operating Systems: Windows2000? or WindowsXP? Browsers (for SENDERS): Internet Explorer 6.0? or above Browsers (for SIGNERS): Internet Explorer 6.0?, Mozilla FireFox 1.0, NetScape 7.2 (or above) Email: Access to a valid email account Screen Resolution: 800 x 600 minimum Enabled Security Settings: -Allow per session cookies -Users accessing the internet behind a Proxy Server must enable HTTP 1.1 settings via proxy connection ** These minimum requirements are subject to change. If these requirements change, we will provide you with an email message at the email address we have on file for you at that time providing you with the revised hardware and software requirements, at which time you will have the right to withdraw your consent. Acknowledging your access and consent to receive materials electronically To confirm to us that you can access this information electronically, which will be similar to other electronic notices and disclosures that we will provide to you, please verify that you were able to read this electronic disclosure and that you also were able to print on paper or electronically save this page for your future reference and access or that you were able to e-mail this disclosure and consent to an address where you will be able to print on paper or save it for your future reference and access. Further, if you consent to receiving notices and disclosures exclusively in electronic format on the terms and conditions described above, please let us know by clicking the 'I agree' button below. By checking the 'I Agree' box, I confirm that: • I can access and read this Electronic CONSENT TO ELECTRONIC RECEIPT OF ELECTRONIC CONSUMER DISCLOSURES document; and • I can print on paper the disclosure or save or send the disclosure to a place where I can print it, for future reference and access; and Until or unless I notify City of Santa Clarita as described above, I consent to receive from exclusively through electronic means all notices, disclosures, authorizations, acknowledgements, and other documents that are required to be provided or made available to me by City of Santa Clarita during the course of my relationship with you. NOTICE INVITING BIDS 2019-2020 Annual Slurry Seal Project M0131 Bid #ENG-19-20-M0131SS 1 TABLE OF CONTENTS Bid #ENG-19-20-M0131SS 2019-2020 Annual Slurry Seal Project M0131 City Project No. M0131SS City of Santa Clarita, California SECTION A CITY OF SANTA CLARITA -APPROVAL TO BID NOTICE INVITING BIDS DOCUMENT CHECKLIST SECTION B BID INSTRUCTIONS BID CLAUSES SECTION C PROPOSAL FORM BID SCHEDULE BIDDER’S INFORMATION AND CERTIFICATION BIDDER’S QUESTIONNAIRE CERTIFICATION OF NON-SEGREGATED FACILITIES DESIGNATION OF SUBCONTRACTORS REFERENCES DEBARMENT AND SUSPENSION CERTIFICATIONS EQUAL OPPORTUNITY EMPLOYMENT CERTIFICATION BIDDER’S BOND NON-COLLUSION AFFIDAVIT SECTION D SUBCONTRACTOR CLAUSES SECTION E CAPITAL IMPROVEMENT PROJECT AGREEMENT PERFORMANCE BOND LABOR AND MATERIAL BOND SECTION F SPECIAL PROVISIONS - TECHNICAL SECTION G SPECIAL PROVISIONS - GENERAL APPENDICES APPENDIX A - CONSTRUCTION AND DEMOLITION MATERIALS MANAGEMENT PLAN (CDMMP) APPENDIX B – SLURRY SEAL QUANTITY SPREADSHEET PLANS (AVAILABLE FOR DOWNLOAD SEPERATELY ON BIDNET) 2 SECTION A Solicitation Information 3 APPROVAL TO BID FOR Bid #ENG-19-20-M0131SS 2019-2020 Annual Slurry Seal Project M0131 City Project No. M0131SS CITY OF SANTA CLARITA C.I.P. Division 23920 Valencia Boulevard Santa Clarita, CA 91355 Bids shall be submitted electronically through BidNet to the City of Santa Clarita (CITY) at: www.bidnetdirect.com//cityofsantaclarita All information requested therein must be clearly and legibly set forth in the manner and form indicated. The CITY will not consider any proposal not meeting these requirements. Project Manager: Ramiro Fuentes April 2020 Approved for Bid: 50:03131 Date: __________ Mike Hennawy, City Engineer 4 CITY OF SANTA CLARITA NOTICE INVITING BIDS Project Name: 2019-2020 Annual Slurry Seal Project M0131 BID #: ENG-19-20-M0131SS City Project: M0131SS Bid Opening: May 8, 2020 Last Day for Questions: April 27, 2020 Engineer’s Estimate: $530,000.00 License(s) Required: Class A Project Description: Generally, the Scope of Work to be performed includes, but not limited to, Asphalt Resurfacing and Slurry Seal of various streets City wide. Refer to the project drawings for more detailed descriptions of the locations and limits of the work. Labor Compliance: Yes Bond Requirements: Yes Contact Information: Christine Saunders Specifications for this bid may be downloaded from the City’s Purchasing website at: www.bidnetdirect.com//cityofsantaclarita. Please refer to specifications for complete details and bid requirements. The specifications in this notice shall be considered a part of any contract made pursuant thereto. A paper copy of the bid documents is available upon request in the City Clerk’s office, suite 120. Bid Questions should be submitted electronically via BidNet “Question and Answer” tab. Addenda, if issued by the CITY, will be transmitted on BidNet. Addenda must be digitally acknowledged via BidNet in addition to a printed and signed version submitted with the bid. If addenda are not signed and submitted with the bid proposal, the bid may be deemed non-responsive and rejected. Dates Published: April 9, 2020 & April 16, 2020 5 DOCUMENT CHECKLIST Bid #ENG-19-20-M0131SS 2019-2020 Annual Slurry Seal Project M0131 City Project No. M0131SS City of Santa Clarita, California The following documents must be completed and submitted by the bidder as per the outlined timeframes. The following documents must be provided by ALL bidders: Uploaded via BidNet (see Section C) Proposal Form Bid Schedule Bidder’s Information and Certification Bidder’s Questionnaire Certification of Non-Segregated Facilities Designation of Subcontractors References Debarment and Suspension Certification Equal Employment Opportunity Certification All signed addendums (if any) – Digitally acknowledged on BidNet in addition to uploaded via BidNet Delivered to City Hall, Attn: Purchasing, Suite 120 prior to Bid opening: Bidder’s Bond Non-Collusion Affidavit The following documents must be provided by the AWARDEE ONLY (With Agreement) Delivered to City Hall, Attn: Ramiro Fuentes Contract Agreement Insurance Certifications Performance Bond Labor and Material Bond W9 6 SECTION B Bid Instructions and Bid Clauses 7 BID INSTRUCTIONS Bid #ENG-19-20-M0131SS 2019-2020 Annual Slurry Seal Project M0131 City Project No. M0131SS City of Santa Clarita, California 1.SUBMITTING BIDS. The bid response must be submitted on this form and include all forms provided or information requested or required by the scope of work or specifications, (uploaded via BidNet): www.bidnetdirect.com//cityofsantaclarita 1.1.Proposals/corrections received after the bid opening time will not be accepted. The City will not be responsible for bids not properly or timely, uploaded. Upon award, all submissions become a matter of public record. 1.2.Notarized Forms - An original, notarized Proposal Guarantee Bid Bond, Bid Security Form for Check or Bond to Accompany Bid, and Non-Collusion Affidavit must be submitted as hard-copy originals. These documents must be received at the address specified below no later than the bid due date and time for the vendor to be considered responsive. These documents are to be received each in separately sealed envelopes clearly marked with title of contents, vendor’s name and address, and bid number. City of Santa Clarita ATTN: Purchasing 23920 Valencia Blvd, Suite 120 Santa Clarita, CA 91355 1.3.Pricing must be entered into line items section of BidNet. All documentation of unit pricing or other cost breakdowns as outlined in this bid shall be submitted to support the total bid price. All bid amounts will be deemed to include any applicable taxes (Sales Tax, Use Tax, or any other tax). In the case of any pricing entered elsewhere that conflicts with what is entered on BidNet, the numbers entered on BidNet shall govern. 2.BID OPENING. The City publicly opens bids online via BidNet at the time shown on the “CITY OF SANTA CLARITA NOTICE INVITING BIDS.” 3.BID QUESTIONS. Questions shall be submitted and responses provided electronically through the BidNet platform in accordance with the date and time shown on the “CITY OF SANTA CLARITA NOTICE INVITING BIDS.” 4.BONDS. Bid bonds shall be furnished by all bidders in the amount of at least 10% of the total value of the bid to guarantee that bidders will enter into contract to furnish goods or services at prices stated. The bonding company must be listed on Treasury Circular 570 and licensed to operate in the state of California. Likewise, a Faithful Performance Bond and a Labor and Material Bond shall be required of 8 the successful bidder when stated in the specification (cash deposit, certified or cashier's check, or money order may be substituted in lieu of the bid bond). 5.ADDENDA. The City will not accept responsibility for incomplete packages or missing addenda. All addenda will be issued through the BidNet platform, and it is the bidder’s responsibility to monitor BidNet for release of the addenda prior to submission of the quote to make certain the package is complete and all required addenda are included. All official information and guidance will be provided as part of this solicitation or written addenda and bidders are cautioned against relying on verbal information in preparation of the bid response. Addenda must be digitally acknowledged through BidNet in addition to a printed and signed version submitted with the bid. If addenda are not signed and submitted with the quote response, the bid may be deemed non-responsive and rejected. 6.INSPECTION OF WORKSITE. Bidders are encouraged to inspect the worksite, by personal examination or by such other means, of the location of the proposed work and the actual conditions of the worksite. If, during the course of examination, a bidder finds facts or conditions which conflict with the bid documents, he/she shall submit questions for clarification via BidNet. The submission of any received bid shall constitute an acknowledgement that any necessary site inspection has taken place. No claim for additional compensation will be allowed which is based upon lack of knowledge of the work site. 7.INTERPRETATION OF CONTRACT DOCUMENTS. Errors, omissions, or discrepancies found in the plans, specifications, or other contract documents shall be called to the attention of the City and clarified by the last day for questions. No oral interpretation will be made to any Bidder as to the meaning of the Contract Documents. All questions should be submitted via BidNet platform. 8.BRAND NAMES, ALTERNATIVES, OR EQUIVALENTS. In the bid documents, the use of a specific manufacturer, brand or make does not restrict bidders in their proposed solution. When brand names are used, it indicates the quality and utility of the article desired; thus, the bids submittal shall in all cases propose goods equal in quality and utility. Materials differing from stated specifications may be considered, provided such differences are clearly noted and described. The City shall make the final determination of compliance with the specifications. If proposing an alternative or equivalent product, the bidder shall provide the cut sheet/spec sheet or detailed product description for the proposed product via the BidNet Q&A section, prior to the last day for questions. For each product proposed documentation provided must include a description reflecting the characteristics and level of quality that will satisfy the salient physical, functional, or performance characteristics of “equal” products specified in the solicitation. The proposal must clearly identify the item by brand name (if any), and make/model number, and may include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the City. The proposal shall clearly describe any modifications the bidder plans to make in a product to make it conform to the solicitation requirements. The City has the option of accepting or rejecting any alternative or equivalent product. Exception is made on those items wherein identical supply has been determined a necessity and the notation NO SUBSTITUTE has been used in the specification section. 9 9.NON-DISCRIMINATION. In the performance of this Contract, bidder shall not discriminate in recruiting, hiring, promotion, demotion, or termination practices on the basis of race, religious creed, color, national origin, ancestry, sex, age, or physical handicap and shall comply with the provisions of the California Fair Employment & Housing Act (Government Code Section 12900, et seq.), the Federal Civil Rights Act of 1964 (P.L. 88-352) and all amendments thereto, Executive Order No. 11246 (30 Federal Register 12319), and all administrative rules and regulations issued pursuant to said Acts and Order. Bidder shall likewise require each subcontractor to comply with this paragraph and shall include in each such subcontract language similar to this paragraph. 10.PROTECTION OF RESIDENT WORKERS. The City of Santa Clarita actively supports the Immigration and Nationality Act (INA) which includes provisions addressing employment eligibility, employment verification, and nondiscrimination. Under the INA, employers may hire only persons who may legally work in the United States (i.e., citizens and nationals of the U.S.) and aliens authorized to work in the U.S. The employer must verify the identity and I-9 employment eligibility of anyone to be hired, which includes completing the Employment Eligibility Verification Form (I-9). The bidder shall establish appropriate procedures and controls so no services or products under the Contract Documents will be performed or manufactured by any worker who is not legally eligible to perform such services or employment. 11.AWARD OF CONTRACT. If the City awards the contract, the award is made to the lowest responsible and responsive bidder. This is determined solely by the City. Additionally, the City reserves the right to reject any or all proposals, to waive any irregularity, and to take the bids under advisement for a period of ninety (90) days, all as may be required to provide for the best interests of the City. In no event will an award be made until all necessary investigations are made as to the responsibility and qualifications of the bidder to whom the award is contemplated. All bids will be compared with the Engineer's Estimate. The acceptance of a bid will be evidenced by a Notice of Award of Contract in writing, delivered to the bidder whose proposal is accepted. All other unsuccessful bidders will also receive notification. This correspondence may be issued via BidNet. No other act of the City shall constitute acceptance of a bid. The award of contract shall obligate the bidder, whose bid is accepted to furnish all required bonds, as well as evidences of insurance and execute the contract set forth herein. The successful bidder will be required to furnish a Labor and Material Bond in an amount equal to one hundred percent (100%) of the Contract price and a Faithful Performance Bond in an amount equal to one hundred percent (100%) of the Contract price. Also, the successful bidder will be required to submit worker’s compensation insurance, and liability insurance with the contract. Surety bonds shall be signed by a guaranty or surety company listed in the latest issue of the U.S. Treasury Circular 570 and satisfactory to the City of Santa Clarita The City reserves the right to increase or decrease the amount of any or all of the approximate quantity shown in the Bid Schedule, and to add or delete the type and extent of work, which has been identified and summarized. The basis for award of contract shall be the Contractor’s Base Bid plus alternates. The City reserves the right to award the contract for the base bid and alternatives, if any, which the City may select in its sole discretion. Increases or decreases in the quantities of work within the limits specified shall in no way invalidate the unit bid or contract prices. No claim shall be made by the bidder for any loss of anticipated profits 10 because of any such alteration or by reason of any variation between the approximate quantities and the quantities of work as done. Bidders are also directed to the provisions in “Award and Execution of Contract” of the Standard Specification of Public Works Construction (SSWPC) latest edition, and in the General Provisions of this document. The City of Santa Clarita reserves the right to reject any and all bids, or delete portions of any and all bids, or waive any informality in the bid not affected by law. 12.WITHDRAWAL OF BIDS PER PUBLIC CONTRACT CODE. A proposal may be withdrawn by a written request signed by the bidder. Such requests must be delivered by certified mail to the Purchasing Agent to the address below. Failure to comply may result in forfeit of bid bond. City of Santa Clarita ATTN: Purchasing 23920 Valencia Blvd, Suite 120 Santa Clarita, CA 91355 13.ASSIGNMENT OF CONTRACT. The Contract may not be assigned without the written consent of the City, provided that this shall not preclude the assignment of the Contract as security or the assignment of the whole or any part of the proceeds of the Contract including monies, assessment, partial assessment, reassessment, or any bonds which may be issued and represent any assessment or reassessment due or to be due under the Contract. Before entering into a Contract, the successful bidder shall furnish a statement of the company’s financial condition and previous construction experience or such evidence of his qualifications as may be required by the contracting City. 14.CONTRACTOR LICENSE. The successful bidder shall provide the required license(s) listed on the Notice Inviting Bids, at the time of bid opening. The successful bidder must be properly licensed as a contractor from contract award through contract completion (Public Contract Code § 10164). Bidders shall be licensed in accordance with the provisions of Chapter 9, Division 3, of the Business and Professions Code. 15.DEPARTMENT OF INDUSTRIAL RELATIONS REQUIREMENTS. No bidder or subcontractor may be listed on a bid proposal for a public works project (submitted on or after March 1, 2015) unless registered with the Department of Industrial Relations pursuant to Labor Code Section 1725.5 \[with limited exceptions from this requirement for bid purposes only under Labor Code Section 1771.1(a)\]. No BIDDER or subcontractor may be awarded a contract for public work on a public works project (awarded on or after April 1, 2015) unless registered with the Department of Industrial Relations pursuant to Labor Code Section 1725.5. This project is subject to compliance monitoring and enforcement by the Department of Industrial Relations. 16.PREVAILING WAGES. This contract is subject to the State prevailing wage requirements of the California Labor Code including, but not limited to, Sections 1770, 1771.5, 1773, 1776 and 1777.5. Contractor shall comply with California prevailing wage laws including, to the extent applicable, Labor Code Section 1720.9. Pursuant to Section 1773 of the Labor Code, the general prevailing wage rates in the county, or counties, in which the work is to be done have been determined by the 11 Director of the California Department of Industrial Relations. These wages are set forth in the General Prevailing Wage Rates for this project, available from the California Department of Industrial Relations’ Internet web site at http://www.dir.ca.gov/OPRL/DPreWageDetermination.htm. Future effective general prevailing wage rates which have been predetermined and are on file with the California Department of Industrial Relations are referenced but not printed in the general prevailing wage rates. A copy of the prevailing rate of per diem wages shall be posted at the job site. The Contractor is responsible for obtaining a current edition of all California statutes and regulations, and adhering to the latest editions of such. 17.SCOPE OF WORK/SPECIFICATION MODIFICATIONS. The right is reserved, as the interest of the City may require, to amend the specifications and/or drawings prior to the date set for opening bids. Such revisions and amendments, if any, will be announced by an addendum, or addenda. Copies of such addenda as may be issued, will be furnished to all prospective bidders. If the revisions and amendments are of nature in which require material changes in quantities or price bid, or both, the date set for opening bids may be postponed by such number of days as, in the opinion of the City, will enable bidders to revise their bids. In such cases, the addendum will include an announcement of the new date for opening bids. The bidder is required to acknowledge all issued addendums at the time of bid opening. Failure to sign and return all submitted addendums will result in disqualification of the submitted bid. It is the bidders’ responsibility to ensure all addendums have been received before the bid opening. 18.SUBCONTRACTORS REQUIREMENTS. Each bidder must submit with their bid the Designation of Subcontractors form: No bid shall be considered unless the required form is submitted as required. Please see Section E. Subcontractor and DBE Information for more information. 19.MANDATORY REQUIREMENTS. All of the instructions, submittals, or subsequent communications set forth herein shall be considered mandatory. 20. EXAMINATION OF CONTRACT DOCUMENTS. 20.1.Bidder shall examine carefully the entire site of work, including but not restricted to the conditions and encumbrances related thereto, the plans and specifications, bid documents, and contract forms therefore. The submission of a bid shall be conclusive evidence that bidder has investigated and is satisfied as to the conditions to be encountered, as to the character, quality, and scope of the work to be performed, the quantities of material to be furnished, and as to the requirements of the proposal, plans, specifications, and other contract documents. 20.2.Bidders must satisfy themselves by personal examination of the work site, plans, specifications, and other contract documents, and by any other means as they may believe necessary, as to the actual physical conditions, requirements, and difficulties under which the work must be performed. No bidder shall at any time after submission of a proposal make any claim or assertion that there was any misunderstanding or lack of information regarding the nature or amount of work necessary for the satisfactory completion of the job. Errors, omissions, or discrepancies found in the plans, specifications, or other contract documents shall be called to the attention of the City by as instructed and with the date and time given for bidders’ questions in the most current CITY OF SANTA NOTICE INVITING BIDS or as updated in any addenda. 12 21.PROTEST PROCEDURES. Any person or entity may present a formal protest to the City with respect to solicitations being conducted by staff. 21.1.1.Definitions “Bidder” means any person or firm providing a timely, written response to the City solicitation. “Bid Protest” means any protest with regard to the response submitted by another bidder. “Response” means the written response to the City solicitation provided by a person or firm. “Solicitation Protest” means a statement of protest, dispute, challenge, disagreement, disapproval or other objection regarding documents, determinations or actions taken or contemplated by the City with respect to a solicitation. “Solicitation” means the document by which the City identifies goods, equipment, services or public construction projects for which it seeks a response. 21.1.2.Format- The protest must be in writing and include the following information at a minimum: 21.1.2.1.The name, address and phone number of the protester, or the authorized representative of the protester; 21.1.2.2.The signature of the protester or authorized representative of the protester; 21.1.2.3.The solicitation number and title under which the protest is submitted; 21.1.2.4.A detailed description of the legal and/or factual grounds for the protest and all supporting documentation. For protests containing elements not based on publicly released information the protest must contain documentation clearly showing the date on which the protester received the information; and 21.1.2.5.The form of relief requested. 21.1.3.Solicitation Protests- Protests of any kind regarding the solicitation including, but not limited to, specifications, scope of work or process, must be received by the City’s Purchasing Agent not more than five calendar days after the last day for questions or the last addendum is issued, whichever is later. The decision by the Purchasing Agent on any solicitation protest shall be final. 21.1.4.Bid Protest and Review 21.1.4.1.The protest, in the Format specified above, must be submitted to the City Manager by email or by personal delivery or overnight mail (to City Hall, 23920 13 Valencia Boulevard, Suite 120, Santa Clarita, CA 91355) so that it is received by the City no later than seven calendar days after the bid opening. 21.1.4.2. A copy of the protest must be served upon the bidder subject to the protest in the same manner by which the protest was submitted to the City Manager. Failure to serve the protest upon the bidder subject to the protest is grounds upon which the City may deny the protest. 21.1.4.3.A bidder whose bid has been protested by another bidder may submit to the City Manager a written response to the protest by email or by personal delivery or overnight mail (to City Hall, 23920 Valencia Boulevard, Suite 120, Santa Clarita, CA 91355) so that it is received by the City no later than seven calendar days after the protest has been served by the protesting bidder. 21.1.4.4.The City Manager or designee shall have up to ten calendar days to decide whether to approve or reject the protest. The written decision of the City Manager or designee on the protest shall be served upon the protesting bidder and any bidder subject to the protest within 14 calendar days of receipt of the bid protest. The City Manager or designee may extend the 10 calendar days if necessary to review additional information requested from any bidder. 21.1.4.5.The decision of the City Manager or designee on the bid protest shall be final with no further review. 21.1.5.State or Federal Funding 21.1.5.1.If the subject matter of the solicitation or project is receiving any State or Federal funds which requires a protest procedure different than the procedures stated above, then that protest procedure shall control. 21.1.5.2.In the event there is any lawsuit filed against the City relating to any federally funded project, the City will provide prompt notice of that lawsuit to all agencies who participated in the funding of the project. 21.1.6.Mandatory Procedure- This administrative procedure and the time limits set forth herein are mandatory. Failure to comply with these mandatory procedures shall constitute a waiver of any right to pursue the bid protest, including filing a Government Code claim or any legal proceedings or actions. 14 BID CLAUSES Bid #ENG-19-20-M0131SS 2019-2020 Annual Slurry Seal Project M0131 City Project No. M0131SS City of Santa Clarita, California 1.BID RIGGING. The U.S. Department of Transportation (DOT) provides a toll-free hotline to report bid rigging activities. Use the hotline to report bid rigging, bidder collusion, and other fraudulent activities. The hotline number is (800) 424-9071. The service is available 24 hours 7 days a week and is confidential and anonymous. The hotline is part of the DOT's effort to identify and investigate highway construction contract fraud and abuse and is operated under the direction of the DOT Inspector General. 2.DISQUALIFICATION OF BIDDERS. In the event that any bidder acting as a prime contractor has an interest in more than one proposal, all such proposals will be rejected, and the bidder will be disqualified. This restriction does not apply to subcontractors or suppliers who may submit quotations to more than one bidder and, while doing so, may also submit a formal bid as a prime contractor. Proposals will be accepted from bidders who are not licensed in accordance with the provisions of the State Business and Professions Code; however, the successful bidder shall be licensed in accordance with provisions of the Business and Professions Code and shall possess a State General Engineering Contractor’s license Class A at the time a contract for this work is awarded. Any bidder which has been debarred by any PUBLIC City in the last ten (10) years is deemed not to be a qualified bidder for the purposes of this project. The City may conduct investigations as it deems necessary to assist in the evaluation of any bid and to establish the responsibility, qualifications and financial ability of the bidder to do the work in accordance with the Contract Documents to the City’s satisfaction within the prescribed time. To determine the degree of responsibility to be credited to the bidder, the City will weigh any evidence including but not limited to evidence of suspension, debarment, exclusion, or determination of ineligibility by any other City. Any bidder which is currently debarred by any public agency is deemed not to be a qualified bidder for the purposes of this project. If in the opinion of the City, a bidder is determined to be insufficiently qualified, then that bid will not be considered for award of the contract. 3.DEBARMENT AND SUSPENSION. Certification Regarding Debarment, Suspension, and Other Responsibility Matters- Lower Tier Covered Transactions. Instructions for certification: 3.1.1.By signing and submitting this bid or proposal, the prospective lower tier participant is providing the signed certification set out below. 3.1.2.The certification in this clause is a material representation of fact upon which reliance was placed when this transaction was entered into. If it is later determined that the prospective lower tier participant knowingly rendered an erroneous certification, in addition to other remedies available to the Federal Government, City of Santa Clarita may pursue available remedies, including suspension and/or debarment. 15 3.1.3.The prospective lower tier participant shall provide immediate written notice to City of Santa Clarita if at any time the prospective lower tier participant learns that its certification was erroneous when submitted or has become erroneous by reason of changed circumstances. 3.1.4.The terms “covered transaction,” “debarred,” “suspended,” “ineligible,” “lower tier covered transaction,” “participant,” “persons,” “lower tier covered transaction,” “principal,” “proposal,” and “voluntarily excluded,” as used in this clause, have the meanings set out in the Definitions and Coverage sections of rules implementing Executive Order 12549 \[49 CFR Part 29\]. You may contact the City of Santa Clarita for assistance in obtaining a copy of those regulations. 3.1.5.The prospective lower tier participant agrees by submitting this proposal that, should the proposed covered transaction be entered into, it shall not knowingly enter into any lower tier covered transaction with a person who is debarred, suspended, declared ineligible, or voluntarily excluded from participation in this covered transaction, unless authorized in writing by City of Santa Clarita. 3.1.6.The prospective lower tier participant further agrees by submitting this proposal that it will include the clause titled “Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion - Lower Tier Covered Transaction”, without modification, in all lower tier covered transactions and in all solicitations for lower tier covered transactions. 3.1.7.A participant in a covered transaction may rely upon a certification of a prospective participant in a lower tier covered transaction that it is not debarred, suspended, ineligible, or voluntarily excluded from the covered transaction, unless it knows that the certification is erroneous. A participant may decide the method and frequency by which it determines the eligibility of its principals. Each participant may, but is not required to, check the Non- procurement List issued by U.S. General Service Administration. 3.1.8.Nothing contained in the foregoing shall be construed to require establishment of system of records in order to render in good faith the certification required by this clause. The knowledge and information of a participant is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings. 3.1.9.Except for transactions authorized under Paragraph 5 of these instructions, if a participant in a covered transaction knowingly enters into a lower tier covered transaction with a person who is suspended, debarred, ineligible, or voluntarily excluded from participation in this transaction, in addition to all remedies available to the Federal government, City of Santa Clarita may pursue available remedies including suspension and/or debarment. 3.2.Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion - Lower Tier Covered Transaction 3.2.1.The prospective lower tier participant certifies, by submission of this bid or proposal, that neither it nor its “principals” as defined at 49 C.F.R suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation in this transaction by any Federal department or agency. 16 3.2.2.When the prospective lower tier participant is unable to certify to the statements in this certification, such prospective participant shall attach an explanation to this proposal. 4.LEGAL RESPONSIBILITIES. Proposals must be submitted, filed, made, and executed in accordance with State and Federal laws relating to bids for contracts of this nature, whether the same are expressly referred to herein or not. bidders submitting a proposal shall, by such action thereby, agree to each and all of the terms, conditions, provisions, and requirements set forth, contemplated, and referred to in the plans, specifications, and other contract documents, and to full compliance therewith. 4.1.Additionally, bidders submitting a proposal shall, by such action thereby, agree to pay at least the minimum prevailing per diem wages as provided in Section 1773, et. seq. of the Labor Code for each craft, classification, or type of workman required, as set forth by the Director of Industrial Relations of the State of California. Attention is directed to the Federal minimum wage rate requirements in the books entitled “Proposal and Contract”. If there is a difference between the Federal minimum wage rates predetermined by the Sectary of Labor and the State general prevailing wage rate determined by the Director of the California Department of Industrial Relations for similar classifications of labor, the bidder and subcontractors shall pay not less than the higher wage rate. 5.UNFAIR BUSINESS PRACTICES CLAIMS: ASSIGNMENT TO AWARDING BODY. Pursuant to Section 7103 of the Public Contracts Code, the contract to be awarded will be defined as a “public works contract.” In entering into a public works contract or a subcontract to supply goods, services, or materials pursuant to a public works contract, the bidder or subcontractor offers and agrees to assign to the awarding body all rights, title, and interest in and to all causes of action it may have under Section 4 of the Clayton Act (15 U.S.C. Sec 15) or under the Cartwright Act (Chapter 2 commencing with B-12 Section 16700, of Part 2 of Division 7 of the Business and Professions Code), arising from purchases of goods, services, or materials pursuant to the public works contract or the subcontract. This assignment shall be made and become effective at the time the awarding body tenders final payment to the bidder, without further acknowledgment by the parties. 6.CHANGED CONDITIONS. 6.1.Differing Site Conditions 6.1.1. During the progress of the work, if subsurface or latent physical conditions are encountered at the site differing materially from those indicated in the contract or if unknown physical conditions of an unusual nature, differing materially from those ordinarily encountered and generally recognized as inherent in the work provided for in the contract, are encountered at the site, the party discovering such conditions shall promptly notify the other party in writing of the specific differing conditions before the site is disturbed and before the affected work is performed. 6.1.2.Upon written notification, the engineer will investigate the conditions, and if it is determined that the conditions materially differ and cause an increase or decrease in the cost or time required for the performance of any work under the contract, an adjustment, excluding anticipated profits, will be made and the contract modified in writing accordingly. SSPWC (Standard Specifications for Public Works Construction) of the contract is warranted. 17 6.1.3.No contract adjustment which results in a benefit to the contractor will be allowed unless the contractor has provided the required written notice. 6.1.4.No contract adjustment will be allowed under this clause for any effects caused on unchanged work. (This provision may be omitted by the Local Agency, at their option.) 6.2.Suspensions of Work Ordered by the Engineer 6.2.1.If the performance of all or any portion of the work is suspended or delayed by the engineer in writing for an unreasonable period of time (not originally anticipated, customary, or inherent to the construction industry) and the contractor believes that additional compensation and/or contract time is due as a result of such suspension or delay, the contractor shall submit to the engineer in writing a request for adjustment within 7 calendar days of receipt of the notice to resume work. The request shall set forth the reasons and support for such adjustment. 6.2.2.Upon receipt, the engineer will evaluate the contractor's request. If the engineer agrees that the cost and/or time required for the performance of the contract has increased as a result of such suspension and the suspension was caused by conditions beyond the control of and not the fault of the contractor, its suppliers, or subcontractors at any approved tier, and not caused by weather, the engineer will make an adjustment (excluding profit) and modify the contract in writing accordingly. The contractor will be notified of the engineer's determination whether or not an adjustment of the contract is warranted. 6.2.3.No contract adjustment will be allowed unless the contractor has submitted the request for adjustment within the time prescribed. 6.2.4.No contract adjustment will be allowed under this clause to the extent that performance would have been suspended or delayed by any other cause, or for which an adjustment is provided or excluded under any other term or condition of this contract. 6.3.Significant Changes in the Character of Work 6.3.1.The engineer reserves the right to make, in writing, at any time during the work, such changes in quantities and such alterations in the work as are necessary to satisfactorily complete the project. Such changes in quantities and alterations shall not invalidate the contract nor release the surety, and the contractor agrees to perform the work as altered. 6.3.2.If the alterations or changes in quantities significantly change the character of the work under the contract, whether such alterations or changes are in themselves significant changes to the character of the work or by affecting other work cause such other work to become significantly different in character, an adjustment, excluding anticipated profit, will be made to the contract. The basis for the adjustment shall be agreed upon prior to the performance of the work. If a basis cannot be agreed upon, then an adjustment will be made either for or against the contractor in such amount as the engineer may determine to be fair and equitable. 18 6.3.3.If the alterations or changes in quantities do not significantly change the character of the work to be performed under the contract, the altered work will be paid for as provided elsewhere in the contract. 6.3.4.The term “significant change” shall be construed to apply only to the following circumstances: 6.3.4.1.When the character of the work as altered differs materially in kind or nature from that involved or included in the original proposed construction; or 6.3.4.2.When a major item of work, as defined elsewhere in the contract, is increased in excess of 125 percent or decreased below 75 percent of the original contract quantity. Any allowance for an increase in quantity shall apply only to that portion in excess of 125 percent of original contract item quantity, or in case of a decrease below 75 percent, to the actual amount of work performed. 6.3.4.3. 7. QUALITY ASSURANCE. The Agency uses a Quality Assurance Program (QAP) to ensure a material is produced to comply with the Contract. You may examine the records and reports of tests the Agency performs if they are available at the job site. Schedule work to allow time for QAP. 8.TAXES. No mention shall be made in the proposal of Sales Tax, Use Tax, or any other tax, as all amounts bid will be deemed and held to include any such taxes which may be applicable. 9.NONDISCRIMINATION. In the performance of this Contract, bidder shall not discriminate in recruiting, hiring, promotion, demotion, or termination practices on the basis of race, religious creed, color, national origin, ancestry, sex, age, or physical handicap and shall comply with the provisions of the California Fair Employment & Housing Act (Government Code Section 12900, et seq.), the Federal Civil Rights Act of 1964 (P.L. 88-352) and all amendments thereto, Executive Order No. 11246 (30 Federal Register 12319), and all administrative rules and regulations issued pursuant to said Acts and Order. The contractor shall carry out applicable requirements of Title 49 CFR (Code of Federal Regulations) part 26 in the award and administration of US DOT assisted contracts. Bidder shall likewise require each subcontractor to comply with this paragraph and shall include in each such subcontract language similar to this paragraph. Failure by the contractor to carry out these requirements is a material breach of this contract, which may result in the termination of this contract or such other remedy, as the recipient deems appropriate 10.SPECIAL PROVISIONS. Failure of the bidder to fulfill the requirements of the Special Provisions for submittals required to be furnished after bid opening, including but not limited to escrowed bid documents, where applicable, may subject the bidder to a determination of the bidder's responsibility in the event it is the apparent low bidder on a future public works contract. 19 SECTION C Bid Submittals 20 PROPOSAL FORM Bid #ENG-19-20-M0131SS 2019-2020 Annual Slurry Seal Project M0131 City Project No. M0131SS City of Santa Clarita, California TO THE CITY OF SANTA CLARITA, AS CITY: In accordance with CITY's NOTICE INVITING BIDS, the undersigned BIDDER hereby proposes to furnish all materials, equipment, tools, labor, and incidentals required for the above-stated project as set forth in the plans, specifications, and contract documents therefore, and to perform all work in the manner and time prescribed therein. BIDDER declares that this proposal is based upon careful examination of the work site, plans, specifications, INSTRUCTIONS TO BIDDERS, and all other contract documents. If this proposal is accepted for award, BIDDER agrees to enter into a contract with CITY at the unit and/or lump sum prices set forth in the following BID SCHEDULE. BIDDER understands that failure to enter into a contract in the manner and time prescribed will result in forfeiture to CITY of the proposal guarantee accompanying this proposal. BIDDER understands that a bid is required for the entire work that the estimated quantities set forth in BID SCHEDULE are solely for the purpose of comparing bids, and that final compensation under the contract will be based upon the actual quantities of work satisfactorily completed. THE CITY RESERVES THE RIGHT TO INCREASE OR DECREASE THE AMOUNT OF ANY QUANTITY SHOWN AND TO DELETE ANY ITEM FROM THE CONTRACT. It is agreed that the unit and/or lump sum price(s) bid include all appurtenant expenses, taxes, royalties, and fees for the project’s duration. In case of discrepancies in the amounts bid, unit prices shall govern over extended amounts, and words shall govern over figures. If awarded the contract, the undersigned further agrees that in the event of the Bidder's default in executing the required contract and filing the necessary bonds and insurance certificates within ten working days after the date of the CITY's notice of award of contract to the BIDDER, the proceeds of the security accompanying this bid shall become the property of the CITY and this bid and the acceptance hereof may, at the CITY's option, be considered null and void. Company Name: _______________________________________ Company Address: _______________________________________ _______________________________________ By: _______________________________________ Print Name Title: _______________________________________ Signature: _______________________________________ Date: _______________________________________ 21 BID SCHEDULE Bid #ENG-19-20-M0131SS 2019-2020 Annual Slurry Seal Project M0131 City Project No. M0131SS City of Santa Clarita, California This form must be submitted with all bids via BidNet. The total bid amount (Base Bid + Alternates) must be entered into the line items section of BidNet. If the total entered on this page conflicts with what is entered on BidNet, the number entered on BidNet shall govern. 22 DocuSign Envelope ID: AB841436-33B0-4014-BB2F-0184A4C8E654 CITY OF SANTA CLARITA 2019-20 ANNUAL SLURRY SEAL PROJECT M0131 - C32 [ALTERNATE 1] BID SCHEDULE BIDDER: ITEM NO. BID ITEMS PAYMENT REFERENCE UNIT TOTAL QUANTITIES UNIT PRICE *TOTAL COST 1 Mobilization, Bonds & Insurance F2-1 LS 1 2 Traffic Control F2-2.8 LS 1 3 Storm Water Pollution Control Program F1-9 LS 1 4 Crack Seal & Slurry Seal (Type 11) F2-8.4 TN 368 6 4" Remove and Replace F2-5.4 SF 19,655 7 Blue RPM @ Hydrant F2-11.4 EA 10 9 Lower Manhole Covers F2-10.3 EA 1 10 Adjust Manhole Covers to Fiish Grade F2-10.3 EA 1 11 12" White Crosswalk / Limit Line Thermo F2-11.4 LF 96 12 12" Yellow Crosswalk / Limit Line (Thermo) F2-11.4 LF 15 13 "STOP" Legend Thermo F2-11.4 EA 4 17 "AHEAD" Le end Thermo F2-11.4 EA 1 21 Striping Detail #19 (Thermo & Markers) F2-11.4 LF 490 23 Stri ing Detail #22 Thermo & Markers F2-11.4 LF 270 24 Striping Detail #38 Thermo & Markers F2-11.4 LF 151 30 Lower Water Valve Covers F2-10.3 EA 3 31 jAdjust Water Valve Covers to Finish Grade F2-10.3 EA 3 TOTAL ALTERNATE 1 BID TOTAL AMOUNT IN FIGURES: ALTERNATE 1 BID TOTAL AMOUNT IN WORDS: *NOTE: In case of error in extension of price into the total price column, the unit price will govern. 23 DocuSign Envelope ID: AB841436-33B0-4014-BB2F-0184A4C8E654 CITY OF SANTA CLARITA 2019-20 ANNUAL SLURRY SEAL PROJECT M0131 - V8N (ALTERNATE 2) BID SCHEDULE BIDDER: ITEM NO. BID ITEMS PAYMENT REFERENCE UNIT TOTAL QUANTITIES UNIT PRICE *TOTAL COST 1 Mobilization, Bonds & Insurance F2-1 LS 1 2 Traffic Control F2-2.8 LS 1 3 Storm Water Pollution Control Program F1-9 LS 1 4 Crack Seal and Slurry Seal (Type II) F2-8.4 TN 236 6 Remove & Replace 4" AC F2-5.4 SF 143 7 Install Blue RPM's @ Fire Hydrant F2-11.4 EA 9 11 12" White Crosswalk / Limit Line (Thermo) F2-11.4 LF 399 12 12" Yellow Crosswalk / Limit Line Thermo F2-1 1.4 LF 416 13 STOP Legend(Thermo) F2-11.4 EA 6 14 "SLOW Legend (Thermo) F2-11.4 EA 4 15 "SCHOOL" Legend Thermo F2-11.4 EA 4 16 "XING" Legend Thermo F2-11.4 EA 4 23 Striping Detail #21 (Thermo) F2-11.4 LF 5,125 25 Stri ing Detail #38 Thermo & Markers F2-11.4 LF 954 26 Striping Detail #39 Thermo F2-11.4 LF 343 27 jArrow Type IV (L/R) (Thermo) F2-11.4 EA 11 28 jArrow Type VI (L/R) (Thermo) F2-11.4 EA 2 TOTAL ALTERNATE 2 BID TOTAL AMOUNT IN FIGURES: ALTERNATE 2 BID TOTAL AMOUNT IN WORDS: *NOTE: In case of error in extension of price into the total price column, the unit price will govern. 24 DocuSign Envelope ID: AB841436-33B0-4014-BB2F-0184A4C8E654 BID SCHEDULE 2019-20 Annual Overlay Slurry Seal Project M0131 Bid No. ENG-19-20-MO131SS Project No. M0131 City of Santa Clarita, California � BID SUMMARY TOTAL PRICE $ IN FIGURES BASE BID TOTAL PRICE IN WORDS TOTAL PRICE $ IN FIGURES ADD ALTERNATE 1 TOTAL PRICE IN WORDS TOTAL PRICE IN FIGURES ADD ALTERNATE 2 TOTAL PRICE IN WORDS TOTAL PRICE $ IN FIGURES TOTAL OF BASE BID AND ALL ADD ALTERNATES TOTAL PRICE IN WORDS *NOTE: In case of error in extension of price into the total price column, the unit price will govern. The basis for award of contract shall be the Contractor's Base Bid plus the Alternates. The Agency reserves the right to add any of the additive Alternates by Contract Change Order at any time during the project up to the last contract working day. The BIDDER agrees to hold all unit prices bid for Additive Alternates constant throughout the duration of the project up to the last contract working day. No additional compensation will be allowed for Alternates added by contract Change Order beyond the amount shown on the original bid. 41. BIDDER'S INFORMATION AND CERTIFICATION Bid #ENG-19-20-M0131SS 2019-2020 Annual Slurry Seal Project M0131 City Project No. M0131SS Bidder certifies that the representations of the bid are true and correct and made under penalty of perjury. EQUAL EMPLOYMENT OPPORTUNITY COMPLIANCE Bidder certifies that in all previous contracts or subcontracts, all reports which may have been due under the requirements of any CITY, State, or Federal equal employment opportunity orders have been satisfactorily filed, and that no such reports are currently outstanding. AFFIRMATIVE ACTION CERTIFICATION Bidder certifies that affirmative action has been taken to seek out and consider minority business enterprises for those portions of the work to be subcontracted, and that such affirmative actions have been fully documented, that said documentation is open to inspection, and that said affirmative action will remain in effect for the life of any contract awarded hereunder. Furthermore, Bidder certifies that affirmative action will be taken to meet all equal employment opportunity requirements of the contract documents. Bidder's Name: ___________________________________________________________________________ Business Address: ________________________________________________________________________ Telephone No.: __________________________________________________________________________ State CONTRACTOR's License No. & Class: ____________________________________________________ DIR No.: ________________________________________________________________________________ Original Date: _________________________________ Expiration Date: ____________________________ The following are the names, titles, addresses, and phone numbers of all individuals, firm members, partners, joint ventures, and/or corporate officers having a principal interest in this proposal: _______________________________________________________________________________________ _______________________________________________________________________________________ _______________________________________________________________________________________ _______________________________________________________________________________________ 26 The dates of any voluntary or involuntary bankruptcy judgments against any principal having an interest in this proposal, or any firm, corporation, partnership or joint venture of which any principal having an interest in this proposal was an owner, corporate officer, partner or joint venture are as follows: _______________________________________________________________________________________ _______________________________________________________________________________________ _______________________________________________________________________________________ _______________________________________________________________________________________ All current and prior DBAs, alias, and/or fictitious business names for any principal having an interest in this proposal are as follows: _______________________________________________________________________________________ _______________________________________________________________________________________ _______________________________________________________________________________________ IN WITNESS WHEREOF, BIDDER executes and submits this proposal with the names, title, hands, and seals of all aforementioned principals this _________ day of _____ 20___. BIDDER: _________________________________________________________ Signature _________________________________________________________ Name and Title of Signatory _________________________________________________________ Legal Name of Bidder _________________________________________________________ Address _______________________ ___________________ Telephone Number Federal Tax I.D. No. SIGNATURES MUST BE MADE AND NOTARY ACKNOWLEDGMENTS OF EXECUTION OF BIDDER MUST BE ATTACHED Subscribed and sworn to this ___________________ day of ________, 20___. Notary Public______________________________________________________ (SEAL) 27 BIDDER’S QUESTIONNAIRE Bid #ENG-19-20-M0131SS 2019-2020 Annual Slurry Seal Project M0131 City Project No. M0131SS City of Santa Clarita, California 1. Submitted by: ___________________________ Telephone: ____________________________________________ Principal Office Address: ___________________________________________________________________________ 2. Type of Firm: C Corporation S Corporation Individual/Sole Proprietor or Single –Member LLC Partnership Limited Liability Company “C” C-Corp Limited Liability Company “S” S-Corp Limited Liability Company “P” Partnership Other ________________________________________________________________________________ 3a. If a corporation, answer these questions: Date of Incorporation: _______________State of Incorporation: ___________________________________________ President’s Name: ________________________________________________________________________________ Vice-President’s Name: ____________________________________________________________________________ Secretary or Clerk’s Name: __________________________________________________________________________ Treasurer’s Name: ________________________________________________________________________________ 3b. If a partnership, answer these questions: Date of organization: _____________________State Organized in: _________________________________________ Name of all partners holding more than a 10% interest: __________________________________________________ _____________________________ ______________________________ _______________________________ _____________________________ ______________________________ _______________________________ _____________________________ ______________________________ _______________________________ Designate which are General or Managing Partners. 28 BIDDER’S QUESTIONNAIRE (cont’d) Bid #ENG-19-20-M0131SS 2019-2020 Annual Slurry Seal Project M0131 City Project No. M0131SS City of Santa Clarita, California 4. Name of person holding CONTRACTOR’s license: ___________________________________________________ License number: __________ Class: __________Expiration Date: _____________________________________ D.I.R. Registration # _______________ 5. CONTRACTOR’s Representative: _________________________________________________________________ Title: _______________________________________________________________________________________ Alternate: __________________________________________________________________________________ Title: _______________________________________________________________________________________ 6. List the major construction projects your organization has in progress as of this date: A. Owner: _____________________________________________________________________________________ Project Location: ___________________________________________________ __________________________ Type of Project: ______________________________________________________________________________ B. Owner: _____________________________________________________________________________________ Project Location: ___________________________________________________ __________________________ Type of Project: ______________________________________________________________________________ C. Owner: _____________________________________________________________________________________ Project Location: ___________________________________________________ __________________________ Type of Project: ______________________________________________________________________________ 29 CERTIFICATION OF NON-SEGREGATED FACILITIES Bid #ENG-19-20-M0131SS 2019-2020 Annual Slurry Seal Project M0131 City Project No. M0131SS City of Santa Clarita, California The BIDDER certifies that it does not maintain or provide for its employees any segregated facilities at any of its establishments, and that it does not permit its employees to perform their services at any location, under its control, where segregated facilities are maintained. The BIDDER certifies further that it will not maintain or provide for its employees any segregated facilities at any of its establishments, and that it will not permit its employees to perform their services at any location, under its control, where segregated facilities are maintained. The BIDDER agrees that a breach of this certification is a violation of the Equal Opportunity clause in this Contract. As used in this certification, the term “segregated facilities” means any waiting rooms, work areas, rest rooms, and wash rooms, restaurants and other eating areas, time clocks, locker rooms and other storage or dressing areas, parking lots, drinking fountains, recreation or entertainment areas, transportation, and housing facilities provided for employees which are segregated by explicit directive or are in fact segregated on the basis of race, creed, color, or national origin, because of habit, local custom, or otherwise. The BIDDER agrees that (except where it has obtained identical certifications from proposed subcontractors for specific time periods) it will obtain identical certifications from proposed subcontractors prior to the award of subcontracts exceeding $10,000 which are not exempt from the provisions of the Equal Opportunity clause, and that it will retain such certifications in its files. BIDDER Required by the May 19, 1967 order on Elimination of Segregated Facilities, by the Secretary of Labor – 32 F.R. 7439, May 19, 1967 (F.R. Vol. 33, No. 33 – Friday, February 16, 1968 – p. 3065). 30 DESIGNATION OF SUBCONTRACTORS Bid # ENG-19-20-M0131SS 2019-2020 Annual Slurry Seal Project M0131 City Project No.M0131SS City of Santa Clarita, California Subcontractor DIR Registration No.Dollar Value of Work Age of firm:Annual Gross Receipts: DBE: Yes No Certifying Agency: Location and Place of Business Bid Schedule Item No’s: Description of Work License No. Exp. Date: / / Phone ( ) Subcontractor DIR Registration No. Dollar Value of Work Age of firm:Annual Gross Receipts: DBE: Yes No Certifying Agency: Location and Place of Business Bid Schedule Item No’s: Description of Work License No. Exp. Date: / /Phone ( ) Subcontractor DIR Registration No. Dollar Value of Work Age of firm:Annual Gross Receipts: DBE: Yes No Certifying Agency: Location and Place of Business Bid Schedule Item No’s: Description of Work License No. Exp. Date: / /Phone ( ) NOTE: A BIDDER or subcontractor shall not be qualified to bid on, be listed in a bid proposal, subject to the requirements of Section 4104 of the Public Contract Code, or engage in the performance of any contract for public work, as defined in this chapter, unless currently registered and qualified to perform public work pursuant to Section 1725.5 of the Labor Code. It is not a violation of this section for an unregistered BIDDER to submit a bid that is authorized by Section 7029.1 of the Business and Professions Code or by Section 10164 or 20103.5 of the Public Contract Code, provided the BIDDER is registered to perform public work pursuant to Section 1725.5 of the Labor Code at the time the contract is awarded. 31 REFERENCES Bid #ENG-19-20-M0131SS 2019-2020 Annual Slurry Seal Project M0131 City Project No. M0131SS City of Santa Clarita, California The following are the names, addresses, and telephone numbers of three public agencies for which bidder has performed and completed work of a similar scope and size within the past 3 years. If the scope of work/specifications requests references different than instructions above, the scope of work/specifications shall govern: 1. __________________________________________________________________________________ Name and Address of Owner / Agency __________________________________________________________________________________ Name and Telephone Number of Person Familiar with Project __________________________________________________________________________________ Contract Amount Type of Work Date Completed 2. __________________________________________________________________________________ Name and Address of Owner / Agency ___________________________________________________________________________________ Name and Telephone Number of Person Familiar with Project __________________________________________________________________________________ Contract Amount Type of Work Date Completed 3. __________________________________________________________________________________ Name and Address of Owner / Agency __________________________________________________________________________________ Name and Telephone Number of Person Familiar with Project __________________________________________________________________________________ Contract Amount Type of Work Date Completed The following are the names, addresses, and telephone numbers of all brokers and sureties from whom bidder intends to procure insurance bonds: __________________________________________________ ______________________________________________________________________________________ 32 DEBARMENT AND SUSPENSION CERTIFICATION TITLE 49, CODE OF FEDERAL REGULATIONS, PART 29 Bid #ENG-19-20-M0131SS 2019-2020 Annual Slurry Seal Project M0131 City Project No. M0131SS City of Santa Clarita, California The bidder under penalty of perjury, certified that except as noted below, he/she or any person associated therewith in the capacity of owner, partner, director, office manager: is not currently under suspension, debarment, voluntary exclusion or determination of ineligibility by any federal AGENCY; has not been suspended, debarred, voluntarily excluded, or determined ineligible by any federal AGENCY within past three years; does not have a proposed debarment pending; and has not been indicted, convicted, or had a civil judgment rendered against it by a court of competent jurisdiction in any matter involving fraud or official misconduct within the past 10 years. If there are any exceptions to this certification, insert the exceptions in the following space. _______________________________________________________________________________________ _______________________________________________________________________________________ _______________________________________________________________________________________ _______________________________________________________________________________________ Exceptions will not necessarily result in denial of award but will be considered in determining bidders' responsibility. For any exception noted above, indicate below to whom it applies, initialing AGENCY, and dates of action. _______________________________________________________________________________________ _______________________________________________________________________________________ _______________________________________________________________________________________ _______________________________________________________________________________________ NOTE: Providing false information may result in criminal prosecution or administrative sanctions. The above certification is part of the Proposal. Signing this Proposal on the signature portion thereof shall also constitute signature of this Certification. 33 EQUAL OPPORTUNITY EMPLOYMENT CERTIFICATION Bid #ENG-19-20-M0131SS 2019-2020 Annual Slurry Seal Project M0131 City Project No. M0131SS City of Santa Clarita, California This bidder _____________________, proposed subcontractor ____________________, hereby certifies that it has , has not , participated in a previous contract or subcontract subject to the equal opportunity clause, as required by Executive Orders 10925.11114, or 11246, and that it has , has not , filed with the Joint Reporting Committee, and Director of Office of Federal Contract Compliance, a Federal Government contracting or administering AGENCY, or the former President's Committee on Equal Employment Opportunity, all reports that are under the applicable filing requirements. Company: _______________________________________ By: _______________________________________ Title: _______________________________________ Date: _______________________________________ Note: The above certification is required by the Equal Employment Opportunity of the Secretary of Labor (41 CFR 60-1.7(b)(1)) and must be submitted by bidders and proposed subcontractors only in connection with contracts and subcontracts which are subject to the equal opportunity clause as set forth in 41 CFR 60-1.5, (Generally only contracts or subcontracts of $10,000 or under are exempt.) Currently, the Standard Form 100 (EEO-1) is the only report required by the Executive Orders or their implementing regulations. Proposed prime CONTRACTORS/BIDDER and subcontractors who have participated in a previous contract or subcontract subject to the Executive Orders and have not filed the required reports should note that 41 CFR 60-1.7(b)(1) prevents the award of contracts and subcontracts unless such BIDDER submits a report covering the delinquent period or such other period specified by the Federal Highway Administration or by the Director, Office of Federal Contract Compliance, U.S. Department of Labor. 34 BIDDER’S BOND Bid #ENG-19-20-M0131SS 2019-2020 Annual Slurry Seal Project M0131 City Project No. M0131SS City of Santa Clarita, California Proposals must be accompanied by a proposal guarantee consisting of a certified check, cashier's check or BIDDER's bid bond payable to the CITY or cash deposit in the amount not less than ten (10) percent of the total amount bid. Certified check, cashier’s check or Bidder’s bid bond must be received at City Hall, 23920 Valencia Blvd., Santa Clarita, CA 91355, Attn: Purchasing, Suite 120, and marked with the words “BID BOND FOR” and the bid #, no later than the bid opening date and time, for the BIDDER to be considered responsive. NOTE: The following form shall be used in case check accompanies bid. Accompanying this Proposal is a *certified/cashier's check payable to the order of the City of Santa Clarita for: ____________________________________________ dollars ($__________), this amount being not less than ten percent (10%) of the total amount of the bid. The proceeds of this check shall become the property of said CITY provided this Proposal shall be accepted by said CITY through action of its legally constituted contracting authorities, and the undersigned shall fail to execute a contract and furnish the required bonds within the stipulated time; otherwise, the check shall be returned to the undersigned. Project Name: 2019-2020 Annual Slurry Seal Project M0131 Bid No. ENG-19-20-M0131SS Project No. M0131SS ________________________________________________________ Bidder’s Signature ________________________________________________________ CONTRACTOR/BIDDER ________________________________________________________ Address ________________________________________________________ City, State, Zip Code * Delete the inapplicable work. NOTE: If the bidder desires to use a bond instead of a check, the following form shall be executed. The sum of this bond shall be not less than ten percent (10%) of the total amount of the bid. 35 PROPOSAL GUARANTEE BID BOND Bid #ENG-19-20-M0131SS 2019-2020 Annual Slurry Seal Project M0131 City Project No. M0131SS City of Santa Clarita, California KNOW ALL MEN BY THESE PRESENTS that _____________________________________, as BIDDER, and _______________________________________________as SURETY, are held and firmly bound unto the City of Santa Clarita, as CITY, in the penal sum of___________ dollars ($____________), which is ten percent (10%) of the total amount bid by BIDDER to CITY for the above-stated project, for the payment of which sum, BIDDER and SURETY agree to be bound, jointly and severally, firmly by these presents. THE CONDITIONS OF THIS OBLIGATION ARE SUCH that, whereas BIDDER is about to submit a bid to CITY for the above-stated project, if said bid is rejected, or if said bid is accepted and the contract is awarded and entered into by BIDDER in the manner and time specified, then this obligation shall be null and void, otherwise it shall remain in full force and effect in favor of CITY. IN WITNESS WHEREAS, the parties hereto have set their names, titles, hands, and seals, this ______________________ Day of _________________________, 20_______. BIDDER: _________________________________________________________ Signature _________________________________________________________ Name and Title of Signatory _________________________________________________________ Address SURETY* _______________________________________________________________________________ ___________________________________________________________________________________ ____________________________________________________________________________________ Subscribed and sworn to this _______________________day of___________________________, 20_____. NOTARY PUBLIC_______________________________________________________ (SEAL) *Provide BIDDER and SURETY name, address, and telephone number and the name, title, address, and telephone number for authorized representative. IMPORTANT - Surety Companies executing Bonds must appear on the Treasury Department's most current list (Circular 570, as amended) and be authorized to transact business in the State where the project is located. 36 NON-COLLUSION AFFIDAVIT (Title 23 United States Code Section 112 and Public Contract Code Section 7106) Bid #ENG-19-20-M0131SS 2019-2020 Annual Slurry Seal Project M0131 City Project No. M0131SS City of Santa Clarita, California To the CITY OF SANTA CLARITA: In conformance with Title 23 United States Code Section 112 and Public Contract Code 7106, the Bidder declares that the bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that the Bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or that anyone shall refrain from bidding; that the Bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price of the Bidder or any other bidder, or to fix any overhead, profit, or cost element of the bid price, or of that of any other bidder, or to secure any advantage against the public body awarding the contract of anyone interested in the proposed contract; that all statements contained in the bid are true; and, further, that the Bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay, any fee to any corporation, partnership, company association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid. THE BIDDER'S EXECUTION ON THE SIGNATURE PORTION OF THE “BIDDER’S CERTIFICATION” SHALL ALSO CONSTITUTE AN ENDORSEMENT AND EXECUTION OF THOSE CERTIFICATIONS WHICH FORM A PART OF THE PROPOSAL. BIDDERS ARE CAUTIONED THAT MAKING A FALSE CERTIFICATION MAY SUBJECT THE CERTIFIER TO CRIMINAL PROSECUTION. 37 NON-COLLUSION AFFIDAVIT Bid #ENG-19-20-M0131SS 2019-2020 Annual Slurry Seal Project M0131 City Project No. M0131SS City of Santa Clarita, California TO BE EXECUTED BY EACH BIDDER OF A PRINCIPAL CONTRACT STATE OF CALIFORNIA ) ) § COUNTY OF LOS ANGELES ) __________________________________________ being first duly sworn deposes and says that he/she is the _______________________________________ (sole owner, a partner, president, etc.) of __________________________________________________ the party making the foregoing bid; that such bid is not made in the interest of or behalf of any undisclosed person, partnership, company, association, organization or corporation, that such bid is genuine and not collusive or sham, that said BIDDER has not directly or indirectly induced or solicited any other BIDDER to put in a false or sham bid, or that anyone shall refrain from bidding, that said BIDDER has not in any manner, directly or indirectly sought by agreements, communication or conference with anyone to fix the bid price of said BIDDER or of any other BIDDER, or to fix the overhead, profit, or cost element of such bid price, or of that of any other BIDDER, or to secure any advantage against the public body awarding the Contract or anyone interested in the proposed Contract; that all statements contained in such bid are true, and further, that said BIDDER has not, directly or indirectly, submitted its bid price, or any breakdown thereof, or the contents thereof, or divulged information or date relative thereto, or paid and will not pay any fee in connection, therewith to any corporation, partnership, company, association, organization, bid depository, or to any member or CITY thereof, or to any other individual information or date relative thereto, or paid and will not pay any fee in connection, therewith to any corporation, partnership, company association, organization, bid depository, or to any member or CITY thereof, or to any other individual, except to such person or persons as have a partnership or other financial interest with said BIDDER in his general business. Bidder: _________________________________________________ Signature Title _________________________________________________ Subscribed and sworn to and before me this____________ day of _________________, 20__. _______________________________________________________________________________________ Seal of Notary 38 SECTION D Subcontractor Information 39 SUBCONTRACTORS Bid #ENG-19-20-M0131SS 2019-2020 Annual Slurry Seal Project M0131 City Project No. M0131SS City of Santa Clarita, California 1.SUBCONTRACTORS. Attention is directed to the General Provisions of this spec. section 2-3.2, “Subcontracting” and the special provisions that the BIDDER perform not less than 50% percent of the original contract work with the bidder’s own organization. 2.LIST OF SUBCONTRACTORS. No more than 50% of the work, as defined by the contract price, may be done by subcontractors. Copies of subcontracts will be provided to the City Engineer upon his request. 2.1.Each BIDDER must submit with his bid the following: 2.1.1.The Full name of each subcontracting firm as required by Government Code, Sec. 4201, typed or legibly printed. 2.1.2.The address of each firm. 2.1.3.The telephone number at the place of business. 2.1.4.Work to be performed by each subcontracting firm. 2.1.5.Total approximate dollar amount of each subcontract. 2.1.6.If sub-contractor is participating as a Disadvantaged Business Enterprise (DBE), the following additional information is required on the "Designation of Subcontractors" form enclosed: 2.1.6.1.Status as a DBE, age of the firm and the annual gross receipts. 2.2.Submit the "Designation of Subcontractors" form enclosed herewith. No Contract shall be considered unless such list is submitted as required. 3.PROMPT PROGRESS PAYMENT TO SUBCONTRACTORS. A prime contractor or subcontractor shall pay to any subcontractor, not later than seven days after receipt of each progress payment, unless otherwise agreed to in writing, the respective amounts allowed the contractor on account of the work performed by the subcontractors, to the extent of each subcontractor’s interest therein in accordance with the provision in Section 7108.5 of the California Business and Professions Code concerning prompt payment to subcontractors. In the event that there is a good faith dispute over all or any portion of the amount due on a progress payment from the prime contractor or subcontractor to a subcontractor, the prime contractor or subcontractor may withhold no more than 150 percent of the disputed amount. Any violation of this section shall constitute a cause for disciplinary action and shall subject the licensee to a penalty, payable to the subcontractor, of 2 percent of the amount due per month for every month that payment is not made. In any action for the collection of funds wrongfully withheld, the prevailing party shall be entitled to his or her attorney’s fees and costs. The sanctions authorized under this section shall be separate from, and in addition to, all other remedies, either civil, administrative, or criminal. This provision applies to both DBE and non-DBE subcontractors. 40 4.CALIFORNIA DEBARRED CONTRACTORS AND SUBCONTRACTORS. Sections 1720 et seq. of the Labor Code and Section 6109 of the Public Contract Code apply to the Contract, and each potential bidder and Subcontractor is responsible to be in full compliance with those laws. lf a potential bidder or subcontractor has been found by the California Labor Commissioner to be in violation of Section 1720 et seq. of the Labor Code, in accordance with Section 1777.1of the Labor Code, the potential bidder shall be ineligible to bid or be awarded a contract or to perform work on any City public works project. ln accordance with Section 6109 of the Public Contract Code any subcontractor who is ineligible to perform work on a public works project pursuant to Section 1777.1 or 1777.7 of the Labor Code is prohibited from performing work on any City public works project. Pursuant to Section 6109(b) of the Public Contract Code, any contract on a City public works project entered into between a bidder and a debarred subcontractor is void as a matter of law. A debarred subcontractor may not receive any City money for performing work as a subcontractor on a City public works contract, and any City money that may have been paid to a debarred subcontractor by a bidder on the project shall be returned to the City. The bidder shall be responsible for the payment of wages to workers of a debarred subcontractor who has been allowed to work on the City project. 5.PERFORMANCE OF SUBCONTRACTORS. 5.1.The subcontractors listed by the Contractor in conformance with Section 2-3.1, "Subcontracts" of the (SSPWC), shall perform the work and supply the materials for which they are listed, unless the Contractor has received prior written authorization to perform the work with other forces or to obtain the materials from other sources. 5.2.The Contractor should notify the Engineer in writing of any changes to its anticipated DBE participation. This notice should be provided prior to the commencement of that portion of the work. 5.3.The subcontractors listed by you in the Contract Documents shall list therein the name and address of each subcontractor to whom the bidder proposes to subcontract portions of the work in an amount in excess of one-half of one percent of the total bid or $10,000, whichever is greater, in accordance with the Subletting and Subcontracting Fair Practices Act, commencing with Section 4100 of the Public Contract Code. The bidder's attention is invited to other provisions of the Act related to the imposition of penalties for a failure to observe its provisions by using unauthorized subcontractors or by making unauthorized substitutions. 41 SECTION E Awardee Sample Forms 42 DocuSign Envelope ID: AB841436-33B0-4014-BB2F-0184A4C8E654 SAMPLE CAPITAL IMPROVEMENT PROJECT AGREEMENT Project Name (State Fund) This AGREEMENT is made and entered into for the above -stated project BY AND BETWEEN the CITY OF SANTA CLARITA, as CITY, and as CONTRACTOR. CITY and CONTRACTOR have mutually agreed as follows: ARTICLE I That contract documents for the aforesaid project shall consist of the Notice Inviting Bids, Instructions to Bidders, Proposal, General Specifications, Standard Specifications, Special Provisions, Plans, and all referenced specifications, details, standard drawings, special drawings, appendices, and City's Labor Compliance Program; together with this AGREEMENT and all required bonds, insurance certificates, permits, notices, and affidavits; and also including any and all addenda or supplemental agreements clarifying or extending the work contemplated as may be required to insure its completion in an acceptable manner. All of the provisions of said AGREEMENT documents are made a part hereof as though fully set forth herein. ARTICLE II For and in consideration of the payments and agreements to be made and performed by CITY, CONTRACTOR agrees to furnish all materials and perform all work required for the above -stated project, and to fulfill all other obligations as set forth in the aforesaid contract documents. ARTICLE III CONTRACTOR agrees to receive and accept the prices set forth in the Proposal as full compensation for furnishing all materials, performing all work, and fulfilling all obligations hereunder. Said compensation shall cover all expenses, losses, damages, and consequences arising out of the nature of the work during its progress or prior to its acceptance including those for well and faithfully completing the work and the whole thereof in the manner and time specified in the aforesaid contract documents; and also including those arising from actions of the elements, unforeseen difficulties or obstructions encountered in the prosecution of the work, suspension or discontinuance of the work, and all other unknowns or risks of any description connected with the work. ARTICLE IV CITY hereby promises and agrees to employ, and does hereby employ, CONTRACTOR to provide the materials, do the work, and fulfill the obligations according to the terms and conditions herein contained and referred to, for the prices aforesaid, and hereby contracts to pay the same at the time, in the manner, and upon the conditions set forth in the contract documents. ARTICLE V City and its respective elected and appointed boards, officials, officers, agents, employees, and volunteers (individually and collectively, "Indemnitees") shall have no liability to CONTRACTOR or any other person for, and CONTRACTOR shall indemnify, defend, protect, and hold harmless Indemnitees from and against, any and all liabilities, claims, actions, causes of action, proceedings, suits, damages, judgments, liens, levies, costs, and expenses of whatever nature, including reasonable 43 DocuSign Envelope ID: AB841436-33B0-4014-BB2F-0184A4C8E654 attorney's fees and disbursements (collectively, "Claims"), which Indemnitees may suffer or incur or to which Indemnitees may become subject by reason of or arising out of any injury to or death of any person(s), damage to property, loss of use of property, economic loss, or otherwise occurring as a result of or allegedly caused by the CONTRACTOR'S performance of or failure to perform any services under this Agreement, or by the negligent or willful acts or omissions of CONTRACTOR, its agents, officers, directors, or employees, committed in performing any of the services under this Agreement. If any action or proceeding is brought against Indemnitees by reason of any of the matters against which CONTRACTOR has agreed to indemnify Indemnitees as provided above, CONTRACTOR, upon notice from City, shall defend Indemnitees at its expense by counsel acceptable to City, such acceptance not to be unreasonably withheld. Indemnitees need not have first paid for any of the matters to which Indemnitees are entitled to indemnification in order to be so indemnified. The limits of the insurance required to be maintained by CONTRACTOR in this Agreement shall not limit the liability of CONTRACTOR hereunder. The provisions of this section shall survive the expiration or earlier termination of this agreement. The provisions of this section do not apply to Claims occurring as a result of the City's active negligence or acts of omission. ARTICLE VI CONTRACTOR affirms that the signatures set forth hereinafter in execution of this AGREEMENT represent all individuals, firm members, partners, joint venturers, or corporate officers having principal interest herein. ARTICLE VII Nature of Relationship CONTRACTOR shall not be subject to day-to-day supervision and control by CITY employees or officials. CONTRACTOR shall perform services in accordance with the rules, regulations and policies of CITY respecting such services, and in accordance with appropriate standards of professional conduct, if any, applicable to the services provided. CITY shall not be responsible for withholding any payroll or other taxes on behalf of CONTRACTOR. It is understood and agreed that the CONTRACTOR is, and at all times shall be, an independent CONTRACTOR and nothing contained herein shall be construed as making the CONTRACTOR, or any individual whose compensation for services is paid by the CONTRACTOR, an agent or employee of the CITY, or authorizing the CONTRACTOR to create or assume any obligation of liability for or on behalf of the CITY. ARTICLE VIII CONTRACTOR shall maintain and submit certificates of all applicable insurance including, but not limited to, the following and as otherwise required by law. The terms of the insurance policy or policies issued to provide the above insurance coverage shall provide that said insurance may not be amended or canceled by the carrier, for non-payment of premiums or otherwise, without thirty (30) days prior written notice of amendment or cancellation to the CITY. In the event the said insurance is canceled, the CONTRACTOR shall, prior to the cancellation date, submit to the City Clerk new 44 DocuSign Envelope ID: AB841436-33B0-4014-BB2F-0184A4C8E654 evidence of insurance in the amounts established. Liability Insurance During the entire term of this agreement, the CONTRACTOR agrees to procure and maintain General Liability insurance at its sole expense to protect against loss from liability imposed by law for damages on account of bodily injury, including death therefrom, suffered or alleged to be suffered by any person or persons whomsoever, resulting directly or indirectly from any act or activities, errors or omissions, of the CITY, or CONTRACTOR or any person acting for the CITY, or under its control or direction, and also to protect against loss from liability imposed by law for damages to any property of any person caused directly or indirectly by or from acts or activities of the CITY, or CONTRACTOR or any person acting for the CITY, or under its control or direction. Such public liability and property damage insurance shall also provide for and protect the CITY against incurring any legal cost in defending claims for alleged loss. Such General, Public and Professional liability and property damage insurance shall be maintained in full force and effect throughout the term of the AGREEMENT and any extension thereof in the amount indicated above or the following minimum limits: A combined single limit liability policy in the amount of $2,000,000 or a commercial general liability policy with a $2,000,000 occurrence limit and a $4,000,000 aggregate limit will be considered equivalent to the required minimum limits. All of such insurance shall be primary insurance and, shall name the City of Santa Clarita as additional insured. A Certificate of Insurance and an additional insured endorsement (for general and automobile liability), evidencing the above insurance coverage with a company acceptable to the City's Risk Manager shall be submitted to City prior to execution of this Agreement on behalf of the City. Should CONTRACTOR, for any reason, fail to obtain and maintain the insurance required by this Agreement, City may obtain coverage at CONTRACTOR'S expense and deduct the cost of such insurance from payments due to CONTRACTOR under this Agreement or terminate. In the alternative. should CONTRACTOR fail to meet anv of the insurance reauirements under this agreement, City may cancel the Agreement immediately with no penalty, Should Contractor's insurance required by this Agreement be cancelled at any point prior to expiration of the policy, CONTRACTOR must notify City within 24 hours of receipt of notice of cancellation. Furthermore, CONTRACTOR must obtain replacement coverage that meets all contractual requirements within 10 days of the prior insurer's issuance of notice of cancellation. CONTRACTOR must ensure that there is no lapse in coverage. If the operation under this Agreement results in an increased or decreased risk in the opinion of the City Manager, then the CONTRACTOR agrees that the minimum limits herein above designated shall be changed accordingly upon request by the City Manager. The CONTRACTOR agrees that provisions of this paragraph as to maintenance of insurance shall not be construed as limiting in any way the extent to which the CONTRACTOR may be held responsible for the payment of damages to persons or property resulting from the CONTRACTOR's activities or the activities of any person or persons for which the CONTRACTOR is otherwise responsible. Bl.1 DocuSign Envelope ID: AB841436-33B0-4014-BB2F-0184A4C8E654 Worker's Compensation Insurance The CONTRACTOR shall procure and maintain, at its sole expense, Worker's Compensation Insurance in the amount of $1,000,000 per occurrence or in such amount as will fully comply with the laws of the State of California and which shall indemnify, insure and provide legal defense for both the CONTRACTOR and the CITY against any loss, claim or damage arising from any injuries or occupational diseases happening to any worker employed by the CONTRACTOR in the course of carrying out the work within the AGREEMENT. Such insurance shall also contain a waiver of subrogation naming the City of Santa Clarita. Automotive Insurance The CONTRACTOR shall procure and maintain, at its sole expense, throughout the term of this AGREEMENT, and any extension thereof, public liability and property damage insurance coverage for automotive equipment with coverage limits of not less than $1,000,000 combined single limit. All such insurance shall be primary insurance and shall name the City of Santa Clarita as an additional insured. Fire and Extended Coverage Insurance (Services involving real property only) CONTRACTOR also agrees to procure and maintain, at its sole expense, during the term of this Agreement, and any extension thereof, a policy of fire, extended coverage and vandalism insurance. ARTICLE IX Pursuant to Senate Bill 542, chaptered in 1999, the Employment Development Department (EDD) of the State of California requires that a W-9 Form be filed by all vendors for all AGREEMENTS entered into with the City. CONTRACTOR agrees to complete all required forms necessary to comply with EDD regulations. ARTICLE X Term This AGREEMENT shall be effective for a period beginning on the date shown in the Notice to Proceed, and ending on 35 days after the date of recordation of the Notice of Completion unless sooner terminated. Modification/Termination No modification, amendment or other change in this AGREEMENT or any provision hereof shall be effective for any purpose unless specifically set forth in writing and signed by duly authorized representatives of the parties hereto. This AGREEMENT may be terminated with or without cause by CITY giving CONTRACTOR thirty (30) days advance written notice. Any reduction of services shall require thirty (30) days advance written notice unless otherwise agreed in writing between CONTRACTOR and CITY. In the event of termination, CONTRACTOR shall be entitled to compensation for all satisfactory services completed and materials provided to the date of the notice of termination. Conflict of Interest DocuSign Envelope ID: AB841436-33B0-4014-BB2F-0184A4C8E654 CONTRACTOR will comply with all conflict of interest laws and regulations including, without limitation, CITY's conflict of interest regulations. Non -Effect Waiver CONTRACTOR's or CITY's failure to insist upon the performance of any or all of the terms, covenants, or conditions of this Agreement, or failure to exercise any rights or remedies hereunder, shall not be construed as a waiver or relinquishment of the future performance of any such terms, covenants, or conditions, or of future exercise of such rights or remedies, unless otherwise provided for herein. Severability In the event that any one or more of the provisions contained in this AGREEMENT shall for any reason be held to be unenforceable in any respect by a court of competent jurisdiction, such holding shall not affect any other provisions of this AGREEMENT, and the AGREEMENT shall then be construed as if such unenforceable provisions are not a part hereof. Governing Law This AGREEMENT shall be construed and interpreted and the legal relations created thereby shall be determined in accordance with the laws of the State of California. Compliance with Law CONTRACTOR shall comply with all applicable laws, ordinances, codes, and regulations of the federal, state, and local government, including City's Labor Compliance Program. CONTRACTOR shall comply with all aspects of the National Pollutant Discharge Elimination System (NPDES) in order to prevent pollution to local waterways. Failure to implement NPDES Requirements shall result in project delays through City issued Stop Work Notices and/or fines levied against the CONTRACTOR. Prevailing; Wades If required by applicable state law including, without limitation Labor Code § § 1720 (as amended by AB 975 (2001)), 1771, 1774, 1775, and 1776, CONTRACTOR must pay its workers prevailing wages. It is CONTRACTOR's responsibility to interpret and implement any prevailing wage requirements and CONTRACTOR agrees to pay any penalty or civil damages resulting from a violation of the prevailing wage laws. In accordance with Labor Code § 1773.2, copies of the prevailing rate of per diem wages are available upon request from CITY's Engineering Division or the website for State of California prevailing wage determination at www.dir.ca.gov/DLSR/PWD. A copy of the prevailing rate of per diem wages must be posted at the job site. This contract is subject to state prevailing wage requirements of the California Labor Code including Sections 1770 and 1773, and the City's California Department of Industrial Relations (DIR) approved Labor Compliance Program. All covered work classifications required in performance of this contract will be subject to prevailing wage provisions. The Contractors and its subcontractors shall pay not less than the state wage rates. Contractor shall further adhere to the requirements contained in the City of 111154 DocuSign Envelope ID: AB841436-33B0-4014-BB2F-0184A4C8E654 Santa Clarita's Labor Compliance Program. A copy of the Labor Compliance Program is available for review upon request at the Office of the City Clerk. All pertinent state statutes and regulations, including, but not limited to those referred to in this contract and in the City's Labor Compliance Program, are incorporated herein as though set forth in their entirety. Additionally, the Contractor is responsible for obtaining a current edition of all applicable state statutes and regulations and adhering to the latest editions of such. This Work is subject to compliance monitoring and enforcement by the Department of Industrial Relations. No prime contractor or subcontractor may be listed on a bid proposal for a public works project unless registered with the Department of Industrial Relations pursuant to Labor Code section 1725.5. No prime contractor or subcontractor may be awarded a contract for public work on a public works project unless registered with the Department of Industrial Relations pursuant to Labor Code section 1725.5. The Contractor will be required to post job site notices as described in 8 California Code of Regulation section 16451(d). Protection of Resident Workers The City of Santa Clarita actively supports the Immigration and Nationality Act (INA) which includes provisions addressing employment eligibility, employment verification, and nondiscrimination. Under the INA, employers may hire only persons who may legally work in the United States (i.e., citizens and nationals of the U.S.) and aliens authorized to work in the U.S. The employer must verify the identity and employment eligibility of anyone to be hired, which includes completing the Employment Eligibility Verification Form (I-9). The Contractor shall establish appropriate procedures and controls so no services or products under the Contract Documents will be performed or manufactured by any worker who is not legally eligible to perform such services or employment. ELECTRONIC TRANSMISSION OF CONTRACT AND SIGNATURE. The Parties agree that this Agreement may be transmitted and signed by electronic mail by either/any or both/all Parties, and that such signatures shall have the same force and effect as original signatures, in accordance with California Government Code section 16.5 and Civil Code section 1633.7. (SIGNATURES ON NEXT PAGE) 48 DocuSign Envelope ID: AB841436-33B0-4014-BB2F-0184A4C8E654 The parties hereto for themselves, their heirs, executors, administrators, successors, and assigns do hereby agree to the full performance of the covenants herein contained and have caused this AGREEMENT to be executed in duplicate by setting hereunto their names and titles on this date of CONTRACTOR: CONTRACTOR Name: Address: Phone & Fax No. ALL SIGNATURES MUST BE Signed By: WITNESSED BY NOTARY CITY: Approved as to Form: Print Name & Title: CONTRACTOR's License No. Class Date: Mayor/City Manager of the City of Santa Clarita City Attorney of the City of Santa Clarita Date: 1R:1 DocuSign Envelope ID: AB841436-33B0-4014-BB2F-0184A4C8E654 FAITHFUL PERFORMANCE BOND Bid #ENG-19-20-M0131SS 2019-2020 Annual Slurry Seal Project M0131 City Project No.M0131SS City of Santa Clarita, California KNOW ALL MEN BYTHESE PRESENTS that ., as CONTRACTOR, AND as SURETY, are held and firmly bound unto the City of Santa Clarita, as CITY, in the penal sum of dollars ($ ), which is one- hundred (100%) percent of the total amount for the above -stated project, for the payment of which sum, CONTRACTOR and SURETY agree to be bound, jointly and severally, firmly by these presents. THE CONDITIONS OF THIS OBLIGATION ARE SUCH that, whereas CONTRACTOR has been awarded and is about to enter into the annexed Contract Agreement with CITY for the above -stated project, if CONTRACTOR faithfully performs and fulfills all obligations under the contract documents in the manner and time specified therein, then this obligation shall be null and void, otherwise it shall remain in full force and effect in favor of CITY; provided that any alterations in the obligation or time for completion made pursuant to the terms of the contract documents shall not in any way release either CONTRACTOR or SURETY, and notice of such alterations is hereby waived by SURETY. IN WITNESS WHEREOF, the parties hereto have set their names, titles, hands, and seals, this day of 2020. CONTRACTOR: SURETY* Subscribed and sworn to this Signature Name and Title of Signatory Legal Name of Bidder Address Telephone Number Federal Tax I.D. No. day of 12020. NOTARY PUBLIC * Provide CONTRACTOR/SURETY name, address, and telephone number and the name, title, address, and telephone number of authorized representative. 6191 LABOR AND MATERIAL BOND Bid #ENG-19-20-M0131SS 2019-2020 Annual Slurry Seal Project M0131 City Project No.M0131SS City of Santa Clarita, California KNOW ALL MEN BY THESE PRESENTS that ., as CONTRACTOR AND , as SURETY, are held and firmly bound unto the City of Santa Clarita, as CITY, in the penal sum of dollars ($ ), which is one-hundred(100%)percent of the total amount for the above stated project, for the payment of whichsum, CONTRACTOR and SURETY agree to be bound, jointly and severally, firmly by these presents. THE CONDITIONS OF THIS OBLIGATION ARE SUCH that, whereas CONTRACTOR has been awarded and is about to enter into the annexed Contract Agreement with CITY for the above-stated project, if CONTRACTOR or any subcontractor fails to pay for any labor or material of any kind used in the performance of the work to be done under said contract, or fails to submit amounts due under the State Unemployment Insurance Act with respect to said labor, SURETY will pay for the same in an amount not exceeding the sum set forth above, which amount shall insure to the benefit of all persons entitled to file claims under the State Code of Civil Procedures; provided that any alterations in the work to be done, materials to be furnished, or time for completion made pursuant to the terms of the contract documents shall not in any way release either CONTRACTOR or SURETY, and notice of said alterations is hereby waived by SURETY. IN WITNESS WHEREOF, the parties hereto have set their names, titles, hands, and seals, this day of _____________________________________, 2020. CONTRACTOR: Signature Name and Title ofSignatory Legal Name of Bidder Address Telephone Number Federal Tax I.D. No. SURETY* Subscribed and sworn to this day of , 2020. NOTARY PUBLIC * Provide CONTRACTOR/SURETY name, address, and telephone number and the name, title, address, and telephone number of authorized representative. 51 SECTION F Special Provisions - Technical 52 SECTION F – SPECIAL PROVISIONS - TECHNICAL 2019-20ANNUAL SLURRY SEAL PROJECT Bid No. ENG-19-20-M0131SS Project No. M0131 City of Santa Clarita, California The technical provisions for this contract shall be in conformance with Part 2, “Construction Materials” and Part 3, “Construction Methods,” of the Standard Specifications for Public Works Construction, 2018 Edition, (SSPWC or Greenbook 2018) accept as amended and or superseded by the following: TABLE OF CONTENTS PAGE SECTION F1 -GENERAL CONSTRUCTION INFORMATION....................................................1 F1-1 LOCATION AND SCOPE OF WORK............................................................................1 F1-2 NOTIFICATIONS...........................................................................................................1 F1-3 EMERGENCY INFORMATION.....................................................................................2 F1-4 UTILITY COMPANY INFORMATION............................................................................2 F1-5 PROTECTION OF OAK TREES...................................................................................2 F1-6 RECYCLING PLAN.......................................................................................................3 F1-7 ORDER OF THE WORK...............................................................................................3 F1-8 PROSECUTION OF WORK..........................................................................................4 F1-9 STORM WATER POLLUTION PREVENTION –BMP PLAN.......................................4 SECTION F2 -CONSTRUCTION MATERIALS AND METHODS...............................................7 F2-1 MOBILIZATION, BONDS & INSURANCE.....................................................................7 F2-2 TRAFFIC CONTROL.....................................................................................................8 F2-3 ROADWAY PREPARATION.......................................................................................12 F2-4 CRACK SEAL..............................................................................................................13 F2-5 DIGOUTS OR REMOVE & REPLACE........................................................................14 F2-6 ASPHALT TACK COAT..............................................................................................16 F2-7 ASPHALT CONCRETE (AC)......................................................................................17 F2-8 FIBERIZED SLURRY SEAL........................................................................................22 F2-9 ASPHALT EMULSION SEALER (SEAL COAT).........................................................27 F2-10 LOWERING AND ADJUSTING OF UTILITY COVERS..............................................30 F2-11 TRAFFIC STRIPING, MARKINGS & SIGNS..............................................................32 F2-12 REMOVE ROOTS UNDER CONCRETE OR PAVEMENT REPAIRS........................34 53 THIS PAGE LEFT BLANK 54 SPECIAL PROVISIONS - TECHNICAL (StandardSpecification for Public Works Construction) SECTION F1 - GENERAL CONSTRUCTIONINFORMATION F1-1 LOCATION AND SCOPE OF WORK The work to be performedconsists of the CONTRACTORfurnishing all materials, equipment, tools, labor, and incidentals necessary for the construction of the proposed project, complete in place in accordance with the contract drawings and specifications and subject to the terms and conditions of the Agreement. The work to be performed includes, but is not limited to furnishing all materials, equipment, tools, labor, and incidentals as required by the plans, specifications, and contract documentsfor the reconstruction or repair of city streets at various locations throughout the City of Santa Clarita. See project plans and details for more detailed description of the location of the various sites. The work includes: Saw-cutting; excavation, removal and disposal of the AC roadway section; cold milling and disposal of AC pavement; replacement and compaction of subsurface material; setup and maintenance of traffic control system; placement of crushed aggregate base and AC pavement material; crack sealing, placement of fiberized slurry seal materials; replacement of traffic striping and markings; and clean up of the project area. CONTRACTORshall provide safe and adequate pedestrian access at all times. Vehicular movement at and around all construction sites shall be provided and maintained at all times. Approved barriers and signs (traffic flagging personnel, if necessary), shall be furnished and utilized by theCONTRACTORto ensure safety and public access to businesses at all times. F1-2 NOTIFICATIONS TheCONTRACTORshall notify the AGENCY not less than (2) working days prior to start of work.TheCONTRACTORshall also call Underground Service Alert at (800) 227-2600 as required. The General Contractor is in charge of notifications including any and all subcontractor’s work. If the closing or opening (either partial or full) of a street or alley within the City of Santa Clarita is approved by the Engineer, the CONTRACTORshall notify the following City Departments at least twenty-four (24) hours prior to the schedule closing or opening. City of Santa Clarita Public Works Inspection (661) 255-4948 Los Angeles County Sanitation Department (818) 458-5100 Los AngelesCounty Sheriff Department (Santa Clarita) (661) 255-1121 Los Angeles County Fire Department (Santa Clarita) (661) 286-8821 U.S. Post Office, Santa Clarita (661) 254-3270 City of Santa Clarita Transit Division (Grace Ferguson) (661) 295-6308 F 1 55 The Contractor must notify the City’s Landscape Maintenance Districts (LMD) for valve shutoff 72 hours in advance, otherwise Contractor shall pay for emergency shut off. Valves to be shut off in phases approved by LMD. F1-3 EMERGENCY INFORMATION The names, addresses, and telephone numbers of the CONTRACTORand SUBCONTRACTORS shall be filed with the City and the County Sheriff's Department on the day of the pre-construction meeting. F1-4 UTILITY COMPANY INFORMATION For utilities of AT&T, please contact Bryan Montgomery at 661-267-7525 for coordination. For utilities ofCharter Communications, please contact Tim Monson (Construction Coordinator) at 661-810-6016 for coordination. For utilities of Sanitation Districts of Los Angeles County, please contact Superintendent of Maintenance at 661-257-4809 a minimum of three (3) working days prior to the start of any work involving Sanitation Districts of Los Angeles County’s facilities for coordination. Additional requirements from the Sanitation Districts can be obtained from the City. For utilities of Santa Clarita Water Divisions (SCWD), please contactJosh Gilliamat 661-259- 3610 x235a minimum of five (5) working days prior to the start of any work involving SCWD’s facilities for coordination. SCWD’s inspector to be on site during work. Valve slip cans and lids as needed can be picked up from SCWD’s Warehouse. Materials provided by the contractor, if necessary, must be approved by SCWD before any adjustments and/or removals of existing SCWD property(s) are made. For utilitiesofSouthern California Gas Company(So Cal), please contact David Ferguson at 661-524-1128 for coordination. So Cal’s inspector to be on site during work. For utilities ofSo Cal Edison (SCE),SCE will adjust their own facilities once paving is complete. Please contact Evan Bryanat 805-575-6319for coordination. F1-5 PROTECTION OF OAK TREES Oak trees greater than one inch (1”) in diameter are protected by City ordinances. CONTRACTORshall protect all oak trees within the project limits.An orange construction fence shall be placed 5 feet from the drip line of all oak trees within the project area for the duration of the project. CONTRACTORshall maintain the fence so that no work is permitted within 5 feet of the drip line of any oak tree.Any damage to protected oak trees during the construction period is the responsibility of the CONTRACTORand may result in fines to the CONTRACTOR. If no bid item is included in the bid schedule, Protection of Oak Trees shall be included in the various items of work and no additional compensation will be allow therefore. F 2 56 F1-6 RECYCLING PLAN Within 7 days of award of Contract, the CONTRACTORshall submit a Construction and Demolition Materials Management Plan (C&DMMP) in accordance with Chapter 15.46, Construction and Demolition Materials Management, of the City of Santa Clarita Municipal Code. This plan shall outline the quantity of inert material (including dirt, rock, brick, sand, and gravel) and construction material that may be recycled or reused and the possible recycling methods. The C&DMMP must be approved by the Environmental Services Division prior to construction.A sample C&DMMP is provided in Appendix A. When preparing the C&DMMP, the CONTRACTORmust name the hauler or haulers that the CONTRACTOR plans on using for the project. The CONTRACTORmust use a hauler that currently has a franchise agreement with the City of Santa Clarita (see Appendix Afor a list of franchised haulers). CONTRACTORSare urged to contact the Environmental Services Division at (661) 286-4098 if there are any questions prior to the submission of the C&DMMP.If the CONTRACTORselects to self-haul, the CONTRACTORmust name the facility where the material is going to be hauled on the C&DMMP. Inaccordance with Chapter 15.46,Construction and Demolition Materials Management of the City of Santa Clarita Municipal Code, at least fifty percent (50%) of all Construction and Demolition Materials and Inert Wastes from construction, demolition, grading, and renovation projects shall be diverted from landfills. At least 50% of the construction and demolition materials on this project must be recycled. All weight tickets and estimates of materials shall be given to the city’s project inspector. All surplus material shall become the property of the CONTRACTOR and shall be disposed of at theCONTRACTOR’S expense. All materials removed from the work area to be disposed off site unless otherwise specified. CONTRACTORshall dispose of all debris in full compliance with all government regulations having jurisdiction. All vegetation, trash, demolished structures and pavement materials shall be removed in clearing and site maintenance operations and shall become the property of the CONTRACTOR and shall be disposed of outside the site of the work and at the expense of theCONTRACTOR. TheCONTRACTORshall keep the project site clean and free from rubbish and debris at all times, as well as any adjacent areas, which are affected by the construction operations. F1-7 ORDER OF THE WORK CONTRACTOR is responsible for coordinating with the Cityfor any potential work that may affect projects in the same area. All tree root removals and PCC repairs on a particular street must be constructed and accepted by the Agency prior to the construction of the street overlay. CONTRACTOR is responsible for coordinating with the contractors who are awarded City Project No. M0131 – Annual Overlay Project and M0136FederalResurfacing Project. At no time a milled pavement surface shall be opened to traffic. Milled pavement surfaces shall be paved backwith the asphalt concrete base or leveling course immediately after milling and base repairs (digouts) have been completed. F 3 57 F1-8 PROSECUTION OF WORK Once started, the CONTRACTORshall continuously work onthe project until completion. Other than for inclement weather, work shall not be discontinued unless notification is provided to the Cityat least 72 hours in advance. Such notification of work suspension shall include the exact date when work will be suspended and the date when work will resume. Failure to notify the City of work suspension will subject the CONTRACTOR to a $900/per working day inspection charge for each day work is suspended without the required notification. No work suspensiondue to material and/or equipment issue. A Project Manager with qualifications for the scope of work will need to be on site during the duration of construction. Contractor cannot assign a field personnelto be theProject Manager with no experience.The General Contractor’s Representative, the non-working foreman, shall be on site, and on call, at all times and in coordination with subcontractors. The Project Manager, and all working foreman and non-working foreman shall attend the mandatory kick-off meeting. Failure to follow theaboverequirements will result in, but not limited to, a liquidated damage of $1,000 per day per incidentunless otherwise specified. Failure to have a prime contractor on site for subcontractor’s work will result in a liquidated damage of $1,000 per day per subcontractor per work area. The City can at any time request a more experienced or qualified foreman and/or operator when work performance is not being met for a certain skill. All liquidated damages occurring on arterials will be increased to $5,000. F1-9 STORM WATER POLLUTION PREVENTION – BMP PLAN The Contractor shall prepare and submit in accordance with Section 7-8.6 of the Standard Specifications a BMP Planin conformance with the requirements of the Waste Discharge Requirements for Municipal Separate Storm Sewer System (MS4) Discharges within the Coastal Watersheds of Los Angeles County, except those Discharges Originating from the City of Long Beach MS4 (Order No. R4-2012-0175, NPDES No. CAS004001), including section Vl.0 .8.i.v., Table 16 (below), are the minimum requiredBMPs for roadway paving or repair. These 12 BMPs shall be implemented, as applicable, for the proposed activities. No.Table 16 BMP DescriptionCASQA BMP No. 1.Restrict paving and repaving activity to exclude periods of rainfall EC-1, Scheduling or predicted rainfall unless required by emergency conditions. NS-3, Paving & Grinding Operations 2.Install gravel bags and filter fabric or other equivalent inlet SE-10, Drain Inlet Protection protection at all susceptible storm drain inlets and at manholes to prevent spills of paving products and tack coat. SE-6, Gravelbag Berms F 4 58 NS-3, Paving & Grinding Operations 3.Prevent the discharge of release agents including soybean oil, NS-3, Paving &Grinding Operations other oils, or diesel to the storm water drainage system or receiving waters. WM-2, Material Use WM-4, Spill Prevention & Control 4.Minimize non storm water runoff from water use for the roller and NS-1, Water Conservation for evaporative cooling of the asphalt. NS-3, Paving & Grinding Operations 5.Clean equipment over absorbent pads, drip pans, plastic NS-3, Paving & Grinding Operations sheeting or other material to capture all spillage and dispose of properly. NS-8, Vehicle & Equipment Cleaning WM-4, Spill Prevention & Control 6.Collect liquid waste in acontainer, with a secure lid, for transport NS-3, Paving & Grinding Operations to a maintenance facility to be reused, recycled or disposed of properly. WM-6, Hazardous Waste Management 7.Collect solid waste by vacuuming or sweeping and securing in an NS-3, Paving & Grinding Operations appropriate container for transport to a maintenance facility to be reused, recycled or disposed of properly. SE-7, Street Sweeping & Vacuuming Cover the “cold-mix” asphalt (i.e., pre-mixed aggregate and 8.NS-3, Paving & Grinding Operations asphalt binder) with protective sheeting during a rainstorm. WM-3, Stockpile Management 9.Cover loads with tarp before haul-off to a storage site, and do not NS-3, Paving & Grinding Operations overload trucks. WE-1, Wind Erosion Control 10.Minimize airborne dust by using water spray or other approved NS-3, Paving & Grinding Operations dust suppressant during grinding. WE-1, Wind Erosion Control Avoid stockpiling soil, sand, sediment, asphalt material and 11.NS-3, Paving & Grinding Operations asphalt grindings materials or rubble in or near storm water drainage system or receiving waters. WM-1, Material Delivery & Storage WM-3, Stockpile Management 12.Protect stockpiles with a cover or sediment barriers during a rain.NS-3, Paving& Grinding Operations WM-3, Stockpile Management The BMP Plan is to be implemented prior to the start of work. See Section 7-8.6 Water Pollution Control/Storm Water Pollution Prevention in Section E-Special Provisions for additional information. F 5 59 Temporary AC is subject to raveling. When temporary AC is being used, a street sweeper shall be scheduled to remove all debris caused by the raveling. The sweeper shall operate continuously until the raveling has stopped or the temporary AC has been removed. All flow lines shall be left unimpeded and no material, including AC cold mix, waste AC, road base, or soil, shall be placed in the flow line. Disturbance to non-stabilized surfaces at staging and storage areas shall be minimized. These areas will only be large enough to run an efficient and safe operation. They shall be surrounded with temporary construction fence if no fence or barrier is present. Should sand be used on fresh AC surfaces, the excess sand shall be removed by either sweeper, broom, or vacuum. Washing sand away is not permitted. Upon completion of the project ALL disturbed-soil areas, including the construction staging area, shall be stabilized with materials providing soil stabilization for a minimum of one year. These materials shallbe approved by the ENGINEER. Stabilization items are required to be implemented prior to the project acceptance by the City’s Project Manager. No BMPs may contain plastic. Failure to comply with anyrequired environmentalstandards will subject the Contractor to liquidated damages in the amount of $1,000 per day per deficiency. TheLUMP SUM price paid for "STORM WATER POLLUTION CONTROL PROGRAM" shall include but not be limited to all costs associated with installation, maintaining, removal of BMPs andrecord keeping and reporting as required by the latest regulations.Payment will be made as follows: a.Fiftypercent(50%)ofthetotalamountbidforImplementBMP Plan and Maintain BMPs will be paid with the first progress payment after at least five percent (5%) ofthe originalContractAmountforotheritemsofworkhas beenperformed. b.When at least ten percent (10%) of the original Contract Amount for other items of work has been performed, an amount will be included in the next monthly progress paymentto increase the total amount of Implement BMP Plan and Maintain BMPs paid to seventy-five percent (75%) of the total amount bid for Implement BMP Plan and Maintain BMPs. c.When at least twenty percent (20%) of the original Contract Amount for other items ofwork has been performed, an amount will be included in the next monthly progress payment to increase the total amount of Implement BMP Plan and Maintain BMPs paid to ninety percent (90%) of the total amount bid for Implement BMP Plan and Maintain BMPs. d.Upon substantial completion,one-hundred percent (100%) of the remaining contract price paid for Implement BMP Plan and Maintain BMPs will be included in the estimate for payment. e.The City’s Project Manager will retain an amount equal to 25 percent of the estimated value of the contract work performed during estimate F 6 60 periods in which the CONTRACTOR fails to conform to the provisions in this section "Water Pollution Control" as determined by the City’s Environmental Specialist. The City’s Environmental Specialist shall inspect the work areas weekly, or as required, and the deficient item list will be issued if correction(s) is/are needed. Corrections shall be made within 3 working days. Once the deficient item is corrected and approved by the City’s Environmental Specialist, the withheld money will be released to the Contractor. SECTION F2 - CONSTRUCTION MATERIALS AND METHODS F2-1 MOBILIZATION, BONDS & INSURANCE TheLUMP SUM price paid for “MOBILIZATION, BONDS & INSURANCE”shallincludeall costs associated with insurance, bonds, required permits and fees, shop drawings, moving onto the job (mobilization), moving off the job (demobilization), preparation of project schedule, project phasing, supervision, coordination of concurrent work with other CONTRACTORS, meetings, and "as-built" plans required to perform the Work indicated in the plans and specifications. The price formobilization shall not exceed 3% of the total bid items exclusive of the cost for Mobilization. Payment will be made as follows: a.Fiftypercent(50%)ofthe totalamountbidforMobilizationwill be paid with the first progress payment after at least five percent (5%) ofthe original ContractAmountforotheritemsofworkhasbeenperformed. b.When at least ten percent (10%) of the original Contract Amount for other items of work has been performed, an amount will be included in the next monthlyprogress payment to increase the total amount of Mobilizationpaid to seventy-five percent (75%) of the total amount bid for Mobilization. c.When at least twenty percent (20%) of the original Contract Amount for other items of work has been performed, an amount will be included in the next monthly progress payment to increase the total amount of Mobilization paid to ninety percent (90%) of the total amount bid for Mobilization. d.Upon substantial completion,one-hundred percent (100%) of the remaining contract price paid for Mobilizationwill be included in the estimate for payment. F 7 61 F2-2 TRAFFIC CONTROL F2-2.1 SCOPE Work to be performed under this Section covers all labor, materials, tools, equipment, transportation and incidentals necessary to maintain and control all pedestrian and vehicular traffic through the construction site.In addition, this work shall include all work as outlined in Section 7-10 of these Contract Documents. All such work shall conform to the applicable provisions of the Standard Specifications and these Special Provisions. The criteria for controlling traffic movements in the work areas are contained in the latestWork Area Traffic Control Handbook, published underthe authority of the Watch Committeeof Public Works Standards, Inc.The manual prescribes MINIMUM standards for the application of uniform traffic control devices such as traffic cones, barricades, regulatory signs, warning signs and guide signs. The CONTRACTORshall have at the worksite a copy of The California Manual on Uniform Traffic Control Devices (CA MUTCD), latestEditionand shall comply with its provisions. At no time shall any roadway that is to be repaired as part of this project be closed totraffic, pedestrian or vehicular, unless approved by the City.If the closing or opening (either partial or full) of a street within the City of Santa Clarita is approved by the Engineer, the CONTRACTOR shall notify the City Public Works Inspector assigned to the project and local authorities at least 24 hours prior to the schedule closing or opening. TheCONTRACTORshall provide and maintain traffic control devices at all times in accordance with the Standard Specifications, these project Special Provisions, and as directed by the City Engineer. At no time is any business or residence to be without access unless otherwise approved. Traffic striping shall be replacedin between treatmentsandupon the finished surface at the original locationbefore being opened to traffic, unless shown otherwise on the improvement plan. Pavement arrows, messages, and limit lines shall be installed per City standards. Temporary traffic markers shall be spaced at a maximum of 24’ apart. All traffic signs shall be reflectorized and shall conform to the City of Santa Clarita's specifications. Installation shall conform to Caltrans standard plans and CA MUTCD. F 8 62 F2-2.2TRAFFIC CONTROL PLAN Two Weeks prior to starting any construction work, the CONTRACTORshall submit to the Engineer for his review, a detailed traffic maintenance and control plan for the various affected project sites or streets.The traffic control plans shall be in accordance to Section E 7-10.1.1, Engineering Traffic Control Plan, of this project manual.No work may commence in any area until the Traffic Control Plan has been approved by the City Traffic Engineer. Failure to provide the City with the required traffic maintenance and control plans at the specified time will subject the Contractor to liquidated damages in the amount of $1,000 per day the submittal of the traffic maintenance and controls plans is delayed. Soft closures shall be avoided at all costs; however, if a soft closure is required, and approved by the City, the Contractor shall submit a revised TCP forapproval. F2-2.3CONSTRUCTION SIGNING Construction signing shall consist of furnishing, installing, maintaining, and removing construction signs, temporary guide markers, and barricades. Construction signing shall meet the requirements set forth in The CA Manualon Uniform Traffic Control Devices (MUTCD), latestEdition, and these Special Provisions. Flagmen will be required to direct traffic during construction. In addition, after bituminous materials are applied, pilot cars may be required, as directed by the Engineer, to control traffic to a speed below 20 mph to ensure traffic safety. F2-2.4TRAFFIC MAINTENANCE TheCONTRACTORshall be responsible for handling vehicular and pedestrian traffic in accordance with Subsection 7-10 of the Standard Specificationsand these Special Provisions. Vehicular traffic must be maintained at all times to all businesses and residences, except as noted below. CONTRACTOR shall provide a knowledgeable, full time, on site, individual, whose sole task is controlling ACdelivery truck traffic. This person shall ensure that trucks do not enter the work area until the proper time of loading and off load is required by the paving and grinding crew. Further, this person will report the presence of any tracked material from the work area to the Owners Representative and the Project Manager for immediate clean up by the CONTRACTOR. For towing vehicles parked at no parking zones, contact the City’s Parking Enforcement. Andy Kane661-255-4369 Special Instructions for Night Work As stated in Section E 7-2, CONTRACTOR shall not be responsible for inspection costs for non- standard time/day work as approved by the Engineer. Days of night work shall be Monday through Friday. No work will occur between 4:30 AM Saturday morning and 8:30 PM Monday evening, with the exception of grinding and jackhammering operations. Extended hours for grinding work may be allowed if approved by the City Traffic Engineer. F 9 63 Special Instructions for School Zones CONTRACTOR shall complete work with school zones prior to the start of the school year. This includes any work within 1,000 feet of a school, roadways leading directly to a school, or street having a school. CONTRACTORshall notify school district and coordinate work as to maximize safety and minimize inconvenience.This includes any work within 1,000 feet of a school, roadways leading directly to a school, or street having a school.If at all possible, such work shall be scheduled after school is released for summer session.Work in school zones shall be prohibited from 7:00 a.m. to 9:00 a.m. and from 2:00 p.m. to 4:00 p.m. on weekdays when school is in session.Work is also prohibited in school zones during the first week of school. The CONTRACTOR shall coordinate with the following School Districts at least forty-eight (48) hours prior to the schedule closing or opening of streets. Hart District (661) 259-0033 Newhall School District (661) 291-4000 Saugus Union School District (661) 294-5300 Sulphur Springs Union School District (661) 252-5133 Special Instructions for Traffic Loop Detectors Prior to beginning the work, CONTRACTORshall disarm loop detectors and set signals to automatic timing mode. This work shall be coordinated through City Personnel. Actual work may be performed by City or other agency personnel.CONTRACTORshall be responsible for disarming traffic loop detectors and setting signals to automatic timing for those signals whether performed by City of other agency personnel, or by CONTRACTOR’Spersonnel. Special Instructions for Bus Route The CONTRACTOR shall notify the Santa Clarita Transit at least forty-eight (48) hours prior to the schedule closing or opening of streets. The City will subject the Contractor to liquidated damages in the amount of $1,200 per day for each missed notification. Special Instructions for Staging and Haul Route All haul routes and staging areas forthe work shall be submitted to the City for approval. TheCONTRACTORshall be responsible for developing specific detailed traffic control plans for these circumstances as required in Section F2-2.2 above. TheCONTRACTORshall notify the Engineer of his intention to begin work at least three (3) working days before starting any work at each street location.The CONTRACTORshall cooperate with the Engineer relative to handling traffic through the areas and shall make his own arrangements relative to keeping the working area clear of parked vehicles and to clear access to driveways. Contact the City’s Parking Enforcement for towing vehicles. F10 64 At intersections, if a cross street needs to be temporarily closed when work is in progress through the intersection, and the anticipated traffic delay is more than five minutes, a detour sign shall be installed on the cross street and shall include the installation of advancesigning displaying the anticipated delay time. The signing shall be reviewed by the Engineer. CONTRACTOR'Sequipment and personal vehicles of the CONTRACTOR'Semployees shall not be parked on the traveled way nor on any street where traffic is restricted at any time. If construction equipment is parked in the parking lanes overnight, barricades and other suitable warning devices shall be required. F2-2.5PORTABLE DELINEATORS Portable delineators shall be either cones or tubular markers. Delineators to be used at night or in low light conditions shall be reflectorized. The minimum height of either cones or tubular markers shall be 37 inches above the road surface. All portable delineators shall comply with the current version of the Caltrans Traffic Manual. The portable delineators shall be spaced as necessary for proper delineation; however, in no case shall the spacing between portable delineators exceed 50 feet on tangents or 25 feet on curves. F2-2.6CHANGEABLE MESSAGE SIGNS (CMS) Contractor shall, for the duration of the contract, supply 6 CMS to be placed at locations at the direction of the Engineer. The locations of the CMS shall be shown on the Traffic Control Plan. CMS shall be installed a minimum of 7 days prior to beginning of any work as part of this contract. Contractor to provide 2 extra, on standby, CMS for use during schedule changes. Messages on the CMS shall be corrected for any error as soon as noted and must be done prior to the end of the day the error was noted. F2-2.7RESTRICTIONS ON CLOSURE OF TRAFFIC LANES The streets shall be open for use by public traffic on Saturday, Sunday, and any day designated by the City as a legal holiday, after 3 p.m. on Friday, after 3 p.m. on the day preceding a designated legal holiday, and when construction operations are not actively in progress on working days.During daily construction operations, there may be certain a.m. and p.m. peak traffic hours that may require the CONTRACTORto alter and/or modify his construction schedule to complete the work so as to have the least impact the public convenience if determined by the engineer. The General Contractor shall ensure that no one drives into road closures. F2-2.8PAYMENT The payment for “TRAFFIC CONTROL”will be made on a LUMP SUM basis. Thecontract lump sum priceshall includefull compensation for furnishing all labor, materials, F11 65 tools, equipment, transportation and incidentals, and for doing all the work involved in maintaining and controlling traffic, complete in place, including changeable message signs, as specified in theStandard Specifications and these Special Provisions. Payment will be made as follows: a.Fiftypercent(50%)ofthetotalamountbidforMaintaining and Controlling Trafficwill be paid with the first progress payment after at least five percent (5%) oftheoriginalContractAmountforotheritemsofworkhasbeen performed. b.When at least ten percent (10%) of the original Contract Amount for other items of work has been performed, an amount will be included in the next monthlyprogress payment to increase the total amount of Maintaining and Controlling Trafficpaid to seventy-five percent (75%) of the total amount bid for Maintaining and Controlling Traffic. c.When at least twenty percent (20%) of the original Contract Amount for other items of work has been performed, an amount will be included in the next monthly progress payment to increase the total amount of Maintaining and Controlling Trafficpaid to ninety percent (90%) of the total amount bid for Maintaining and Controlling Traffic. d.Upon substantial completion,one-hundred percent (100%) of the remaining contract price paid for Maintaining and Controlling Trafficwill be included in the estimate for payment. F2-3 ROADWAY PREPARATION F2-3.1 SCOPE Roadway Preparation shall conform toSection 300-1 of the Standard Specifications, and as modified by the following Special Provisions and the plans. 1.The work under this section consists of preparing the roadway prior to theresurfacing or reconstruction.Such work shall include controlling nuisance water, sweeping, watering, removal of all raised pavement markers, removing thermoplastic pavement markers, removing rubber speed bumps and storing them at a safe location agreeable to the City until replacement, and removing loose and broken asphalt concrete pavement and foreign material, including existing weed growth as specified in these Special Provisions and as required by the Engineer.The Storm Water Pollution Control Program is to be implemented prior to the start of work. Any roadway area that contains existing weed growth shall be treated with an E.P.A. approved herbicide composed of glyphosate and oryzaline, combined and applied according to label directions. 2.CONTRACTOR'Sattention is especially directed to Sections 7-8, "Project Site Maintenance," 7-9, "Protection and Restoration of Existing Improvements," and 7-10, "Public Convenience and Safety" of the Standard Specifications, which shall be strictly adhered to.(A bid item is included herein for Traffic Control for all project work.) F12 66 F2-3.2MEASUREMENT AND PAYMENT Payment for Roadway Preparation shall be included in the prices bid for other items of work and no additional compensation will be allowed therefore unless noted on Plans and bid proposal as part of this contract. Such payment shall be considered full compensation forfurnishing and maintaining all materials, labor, equipment, and all incidentals necessary to complete the work in accordance with the Standard Specifications and these Special Provisions. F2-4 CRACK SEAL F2-4.1GENERAL This work shall consist ofmechanically routing cracks, cleaning, applying sterilent, and filling the cracks with rubber asphalt joint seal as specified in these special provisions, and as directed by the Engineer. All cracks 1/8 of an inch wide or wider shall be sealed. F2-4.2MATERIALS The crack sealant shall be a mixture of paving asphalt and ground rubber and shall conform to ASTM D 5078, Type II. The crack seal product shall conform to the following requirements: Test Specification Limit Cone Penetration 77°F(25°C)(ASTM D5329)35-55 Resilience (ASTM D5329) 40% min. Softening Point (ASTM D36) 200°F(93°C) min. Ductility 77°F(25°C)(ASTM D5113) 30 cm min. Flexibility (ASTM D3111 Modified) Pass at 20°F(-7°C) Flow 140°F(60°C)(ASTM D5329) 3 mm max. Brookfield Viscosity 400°F(204°C)(ASTM D2669)100 Poise max. Asphalt Compatibility (ASTM D5329) Pass Bitumen Content (ASTM D4) 60% min. Tensile Adhesion (ASTM D5329) 500% min. Safe Heating Temperature 400°F(204°C) Recommended Pour Temperature 380°F(193°C) F2-4.3CONSTRUCTION During all construction operations, the CONTRACTOR shall protect cracks cleaned for sealing from intrusions of solid foreign materials into the groove or into the sealant. Immediately prior to applying the sealant, the cracks shall be mechanically routed and then cleaned with high pressure air jets to remove all residue and foreign material. Cracks wider than 1/4 inch do not need to be routed prior to crack filling. Any weed growth shall be physically removed. Any areas indicating weed growth shall be treated with a soil sterilent. Water jets will not be allowed. Crack surfaces shall be surface dry at the time the sealant is applied. The CONTRACTOR shall submit a product information sheet on the sterilent to be used. Crack seal materials shall be placed in conformance with the manufacturer's recommendations. Crack seal materials shall not be placed when the surface temperature is below 50 degrees Fahrenheit. F13 67 The finished crack seal shall be bonded to the crack such that there is no separation or opening between the sealant and the crack edge and there shall be no cracks, separation or other opening in the sealant. The CONTRACTOR shall remove crack seal material that is not placed within the conformance of these provisions, clean cracks as specified herein and then reseal the cracks at his expense. F2-4.4MEASUREMENT AND PAYMENT The measurement and payment for crack filling shall be included in the contract unit price for Fiberized Slurry Seal. F2-5 DIGOUTS OR REMOVE & REPLACE F2-5.1GENERAL The work of Digouts or Remove & Replace consists of removing the existing asphalt concrete and base if necessary to the specified depth by cold planing. F2-5.2MATERIALS Asphalt concrete for Digouts or Remove & Replace shall be C2 and conform to Section F2-7. Asphalt concrete binder shall be PG 64-10unless specified on the plans or approved by the engineer. F2-5.3CONSTRUCTION The Engineer shall markthe locations of each digout. The asphalt concrete shall be removed to a uniform depth as specified.The edges of the removal area shall be sawcutor vertical grind. Any removed material shall be removed from the site. After completion of the full-width milling operations, the asphalt concrete within the marked digout/base repair areas shall be removed to a uniform depth as specified. The edges of the removal area shall be saw cutor vertical grind. Any removed material shall be removed from the site. Materials, within 3 inches, underneath the specified removal depth that are displaced during the milling operations shall be replaced and compacted with asphalt concrete as specified in Subsection 302-5 of the Standard Specifications and these Special Provisions. If base rock is exposed, the surface shall be compacted and proof-rolled in the presence of the Engineer or designated representative.The pavement area shall be cleaned and tack coated in accordance with Section F2-6. Asphalt concrete shall be placed and compacted as specified in Subsection 302-5 of the Standard Specifications. On areas where the underlying material appears to be wet or soft, or where it deflects under wheel loads, the CONTRACTORshall employ excavation and grading techniques which do not worsen the subgrade condition. Prior to placing asphalt concrete, the area shall be proof-rolled with a loaded construction vehicle, preferably a ten cubic yard dump truck or equivalent. The compacted surface shall not visibly yield or deflect. Soft, yielding, unstable, or unsuitableareas shall be removed and F14 68 replaced with base rock or asphalt concrete. If the areas were caused or significantly worsened by the CONTRACTOR’s operations, these areas shall be replaced at the CONTRACTOR’s expense. In the event that the underlying material is soft, yielding, unstable, or unsuitable, it shall be excavatedto the depth of 0.5 feet below the depth required above and disposed of in accordance with these Special Provisions. The limits of removal shall be designated by the Engineer. The resulting space shall be filled with a single lift of asphalt concrete. Unsuitable material is defined as material the Engineer determines to be: 1.Of such unstable nature as to be incapable of being compacted to specified density using ordinary methods at optimum moisture content, or 2.Too wet to be properly compacted and circumstances prevent in-place drying prior to incorporation into the work, or 3.Otherwise unsuitable for the planned use. Remove only what can be replaced during the same work period. F2-5.4MEASUREMENT AND PAYMENT Payment for “4” Remove &Replace”, complete in place, willbe made at the contract unit price bid per square foot for the respective items. Such payment shall be considered full compensation for furnishing all labor, material, asphalt concrete, tack coat, temporary striping, tools, and equipment necessary to complete the work including the removal and proper disposal of the excavated materialand replacement of displaced materials underneath, in accordance with the Standard Specificationsand these Special Provisions. Sawcut shall be incidental to the work. Section 3-2.2.2 “Increases of More Than 25 Percent” and Section 3-2.2.3 “Decreases of More Than 25 Percent” shall not apply to the bid items related to removing and replacing pavement or digouts. Measurement and Payment for “OVER-EXCAVATION (REVOCABLE ITEM)” shall be on a unit cost basis as indicated in the bid schedule. The unit costs shall include full compensation for removal of unsuitable subgrade and placement and compaction of six (6”) inches of asphalt concrete (AC). Payment for this item shall only be made on an allowance basis and only for the work completed. The Contract shall have no claim to that portion of the allowance which is not necessary for the project. F15 69 F2-6 ASPHALT TACK COAT F2-6.1 SCOPE Work to be performed under this Section covers all labor, materials,tools, equipment and incidentals necessary to furnish and apply, complete in place tack coat in conjunction the asphalt concrete overlay and other asphalt paving work.All such work shall conform to the applicable provisions of the Standard Specifications, and these Special Provisions. F2-6.2MATERIALS The tack coat shall be High Performance Seal (No–Track). A certificate of compliance shall be submitted prior to construction. F2-6.3CONSTRUCTION The tack coat shall not be applied until the preparation of the existing surface has been completed, and then only so far in advance of placing the asphalt concrete overlay as permitted by the Engineer/ Inspector.No tack coat shall be left exposed overnight.Immediately in advance of placing the asphalt concrete overlay additional tack coat shall be applied, as directed by the Engineer to areas where the tack coat has been destroyed or otherwise rendered ineffective, and no additional compensation will be allowed for such work. Tack coat shall be applied to all vertical edgesafter every lift of asphalt. Vertical edges shall be tack coated by hand wand or manually by brush.The tack coat application shall not extend above the level of the finished surface by more than 1 inch. Gutter pans and curb faces not to be tack coated shall be protected by shields or other methods. An overspray beyond the 1 inch shall be removed by means approved by the Engineer. Existing concrete curb faces and driveways shall be protected against disfigurement from the asphalt.Residue of the material shall be removed from curb faces and driveways by sandblasting to the extent required by the Engineer. The tack coat shall be applied as specified in Subsection 302-5.4 of the Standard Specifications and these Special Provisions. Tack coat shall not be applied when the temperature of the surface to be tacked is below 40Fahrenheit in the shade. TheCONTRACTORshall be responsible for cleaning tack coat tracked onto decorative concrete crosswalks or thermoplastic legends and crossbars within the project limits and along truck haul routes used by the CONTRACTORor his SUBCONTRACTORS. The haul routes shall be inspected by the City and CONTRACTORprior to initiating work to photographically establish the existing conditions. Within 10 calendar days of completion of final paving, the City andCONTRACTORshall reinspect the haul routes to determine the extent and locations of required cleaning. Cleaning shall be performed within 10 calendar days after the City delivers a written copy of the locations of required cleaning. Failure to meet this schedule, whether to reinspect or to perform cleaning, shall subject the CONTRACTORto a liquidated damage of $500 per calendar day per location. F2-6.4MEASUREMENT AND PAYMENT No separate payment will be made for work or other features as required and outlined in this F16 70 Section, "Asphalt Tack Coat." Full compensation for such work and features shall be considered included in the price bid for asphalt concrete pavement bid items (e.g. digouts) and no additional compensation will be allowed therefore. Such payment shall be considered full compensation for furnishing and maintaining all materials, labor, equipment, and all incidentals necessary to complete the work in accordance with the Standard Specifications and these Special Provisions. F2-7 ASPHALT CONCRETE(AC) F2-7.1 SCOPE Work to be performed under this Section covers all labor, materials, tools, equipment, transportation, and incidentals necessary to construct asphalt concrete. All such work shall conform to the dimensions of the plans, the applicable provisions of the Standard Specifications, and these Special Provisions. F2-7.2MATERIALS Material used shall be asphalt concrete as specified in Subsection 203-6 of the Standard Specifications. The class of combined aggregate grading shall be Class C2 or D2 as shown on the Typical Sections. Thegrade of asphalt shall be PG 64-10. The mix properties indicated in Table 203-6.4.3(A) shall be modified as follows: Design and Production Air MixProduction StabilityTarget Air VoidsVoids C237 min.4.0%2.5% -5.5% D230 min.4.0%2.5% -5.5% TSR to be minimum 70 in accordance with Caltrans Test Methods 371. The allowable production range for mix voids shall be 2.5% to 5.5%. F2-7.3CONSTRUCTION The work shall further consist of preparing the existing streetsurfaces prior to the slurry or micro surfacing.Such work shall include removing raised pavement markers, removing thermoplastic pavement markers, painted legends and crossbars (12” white and yellow), controlling nuisance water, sweepingprior to tack application, watering, and removing loose and broken asphalt concrete pavement and foreign material as specifiedin the Standard Specifications and these Special Provisions and as required by the Engineer. The minimum ambient temperature to begin paving shall be 55 degrees F.TheCONTRACTORshall use any means necessary to clean the pavement, including sweeping and flushing. F2-7.3.1Cold Joints All cold joints, both longitudinal and transverse, shall be heated with a torch immediately prior to paving. Care shall be exercised such as to not damage the asphalt concrete by burning or excessive aging, as determined by engineer. Damaged material shall be removed by saw cutting to form a new cold joint followed by torch heating. Coldjoints include previous passes placed more than three hours prior. All cold joints shall be tack coated. F17 71 F2-7.3.2Layout TheCONTRACTORshall layout and mark the location of the edges of the paving passes of the surface course to match the new layout of the lane lines. The layout shall be made at least 24 hours prior to paving. The layout shall be approved by the Engineer prior to paving. If the striping is to remain unchanged, the edges of the paving passes shall conform to existing lane edges. In all cases where practical, each lane shall be paved in a single pass. In tapered transition areas, the shoulder areas shall be paved first, then the through lane shall be hotlapped immediately after the shoulder paving. For paving which incorporates new quarterpoints or gradebreaks due to keycuts or other conditions, the CONTRACTORshall provide equipment capable of adjusting to the new surface profile at the appropriate locations. The profile adjustments shall be within twelve inches of the actual quarterpoint or gradebreak. TheCONTRACTORshall take sufficient measurements during laydown to assure that the full design asphalt concrete layer depth is provided at each quarterpoint, gradebreak, or transition. Failure to provide the design depth at these areas will result in rejection of the work. Correction of this rejected work will include milling out the new asphalt concrete from the road edge to the centerline or nearest inside lane line and repaving. The minimum length of the milled and corrected area shall be fifty feet. F2-7.3.3Tolerances The finished asphalt concrete surface shall be flush with, to 1/4 inch (0.02 feet) (6 mm) above the gutter lips. The finished pavement surface shall not be lower than the gutter lips. The average pavement thickness shall be equal to the specified thickness for the project. For total pavement thicknesses less than four inches, the minimum allowable thickness will be 1/4 inch less than that specified. For total pavement thicknesses of four inches or more, the minimum allowable thickness will be 1/2 inch less than that specified. The provisions of Section 302-5.6.2 shall apply and shall be modified to provide that the straightedge shall be 12 foot in length. F2-7.3.4Automatic Screed Controls In addition to therequirements in Subsection 39-1.10of the State of California Department of TransportationStandard Specifications, asphalt concrete shall be placed with spreading equipment equipped with fully automatic screed and grade sensing controls which shall control the longitudinal grade of the screed. Automatic controls shall conform to and be operated in accordance with the provisions herein. Unless approved otherwise, ski-type devices with a minimum length of 30 feet shall be used to provide a reference for the grade sensor. Skis shall be constructed and installed in such a manner that a reference tothe average elevation of the existing pavement, along the length of the ski, is maintained at the sensor point. When placing surfacing adjacent to surfacing previously placed in conformance with these provisions, a joint matching shoe of adequate size F18 72 andtype to properly sense the grade of the previously placed mat may be used in lieu of the 30- foot ski. The ski shall be mounted at a location which will provide an accurate reference for the surfacing being placed. This may require the ski to be mounted ahead of and inside the outer limits of the screed. Automatic cross slope control may be accomplished by use of a ski and grade sensor on each side of the paving machine. Automatic screed controls shall be installed in such a manner that the occasional manual adjustments necessary to maintain the attitude of the screed parallel to the underlying pavement are readily accomplished. Automatic screed controls shall be installed so that with little or no delay, use of the automatic controls can be discontinued and the screed controlled by manual methods. Should the automatic screed controls fail to operate properly during any day’s work, the CONTRACTORmay manually control the spreading equipment for the remainder of that day provided the quality of the work conforms to the requirements of Sections 39-1.11 and 39-1.12 of the 2010 State of California Department of Transportation Standard Specifications (Unrevised). Should the methods and equipment used for automatic control fail to result in the quality of work required by said Sections 39-1.11 and 39-1.12, the paving operations will be temporarily discontinued and the CONTRACTOR shall make the necessary changesto the equipment, or furnish other equipment conforming to the requirements herein, before paving is resumed. If it is determined by the Engineer that the existing grade and cross slope are too irregular for the automatic controls to provide the quality of work required, the use of the automatic controls shall be discontinued and the spreading equipment adjusted by manual methods. Use of automatic controls shall resume when the Engineer has determined that it is again practical and so orders. F2-7.3.5Rolling and Compaction In addition to the requirements of Subsection 39-1.11 of the 2010 State of California Department of Transportation Standard Specifications (unrevised), the number ofrollers required for each paving operation shall be such that all rolling for density can be completed before the temperature of the asphalt concrete mixture drops below 140 degrees Fahrenheit. Breakdown rolling shall commence when the asphalt concrete is placed except in cases where mix distortion/shoving rather than compaction is taking place under the roller. In those instances, wait for the mix to cool to sufficiently, then breakdown compact.Rolling shall be accomplished with the drive wheel forward and with the advance and return passes in the same line. For leveling courses under 1 inch using a D2 asphalt concrete, breakdown rolling shall consist of three coverages with an 8 to 12 ton pneumatic roller followed by a finishing coverage with a steel wheel roller. The rolling may begin with a single pass of a steel wheel roller until the pneumatic has sufficient opportunity to warm up to avoid tracking and picking up material from the mat. The pneumatic roller tires shall be treated with a non-petroleum based product to prevent pickup. Failure to successfully provide for breakdown rolling with the pneumatic roller after a reasonable warm up time will be cause for termination of paving activities until the F19 73 CONTRACTORcan provide equipment which will perform without pickup.For all other leveling courses, the intermediate roller shall be a 12-16 ton pneumatic roller. From the second paragraph of Section 302-5.6.2 “Density and Smoothness” to the end shall be deleted and replaced by the following: Sublots to determine compaction testing shall be based on the following: Each 750 tons, or part thereof, placed on an individual street in a paving day. If over 750 tons are placed in a single pavingday on an individual street, up to 150 tons over 750 tons can be moved in to the previous 750 ton sublot. If multiple streets are paved in a day, each street will be considered its own sublot with multiple sublots on streets where greater than 750 tons are placed. The in-place density shall be between 92.0 percent and 97.0 percentof maximum theoretical unit weight. Compaction testing will be determined by cores. Three cores will be sampled per sublot. The average of the three cores will be used to determine compaction for the sublot. Cores will be located by the engineer using random sampling charts in CTM 356. Cores shall be 4 or 6 inches in diameter and must be sampled within 5 calendar days of paving. The contractor will submit cores, properly labeled, to the engineer for testing. The engineer will provide core test results within 3 working days of receiving cores. For the percent of maximum theoretical density, the following table shall apply to deductions for average compaction of a sublot: Reduced Payment Factors for Percent of Maximum Theoretical Density Mix Type B Reduced Mix Type B Reduced and C2Payment and C2Payment Percent of FactorPercent of Factor Maximum Maximum Theoretical Theoretical DensityDensity 92.00.000097.00.0000 91.90.012597.10.0125 91.80.025097.20.0250 91.70.037597.30.0375 91.60.050097.40.0500 91.50.062597.50.0625 91.40.075097.60.0750 91.30.087597.70.0875 91.20.100097.80.1000 91.10.112597.90.1125 91.00.125098.00.1250 90.90.137598.10.1375 90.80.150098.20.1500 90.70.162598.30.1625 90.60.175098.40.1750 90.50.187598.50.1875 90.40.200098.60.2000 90.30.212598.70.2125 F20 74 Mix Type B Reduced Mix Type B Reduced and C2Payment and C2Payment Percent of FactorPercent of Factor Maximum Maximum Theoretical Theoretical DensityDensity 90.20.225098.80.2250 90.10.237598.90.2375 90.00.250099.00.2500 <90.0Remove & Remove & ReplaceReplace TheCONTRACTORshall have hand-compaction equipment immediately available for compacting all areas inaccessible to rollers. Hand-compaction shall be performed concurrently with breakdown rolling. If for any reason hand-compaction falls behind breakdown rolling, further placement of asphalt concrete shall be suspended until hand-compaction is caught up. Hand- compaction includes vibraplates and hand tampers. Hand torches shall be available for rework of areas which have cooled. Aftercompaction, the surface texture of all hand work areas shall match the surface texture of the machine placed mat. Any course or segregated areas shall be corrected immediately upon discovery. Failure to immediately address these areas shall cause suspension of asphalt concrete placement until the areas are satisfactorily addressed, unless otherwise allowed by the Engineer. F2-7.3.6Sampling The Engineer may sample the asphalt concrete from the truck bed, windrow, hopper for the spreading machine, orthe mat at various intervals. TheCONTRACTORshall facilitate the sampling process. F2-7.3.7Temporary Transitions TheCONTRACTORshall construct temporary pavement transitions at all paving joints greater than 1 inch prior to allowing traffic onto the paved surface. This includes both longitudinal and transverse paving joints for bothleveling and surface courses. Temporary pavement transitions shall have a slope of 20:1 or as approved by the engineer and be constructed on Kraft paper or other suitable bond breaker such that uponremoval of the temporary pavement transition, a clean notch remains. The temporary transitions may be constructed of either cold mix or hot mix. The CONTRACTOR shall construct temporary pavement transitions at all PCC facility transitions greater than 1 inch around corners from beginning of curb return to end of curb return, at PCC cross gutters, and PCC spandrels. TheCONTRACTORshall continuously maintain the temporary pavement until final paving. Each temporary transition shall be inspected by the CONTRACTORand repaired as necessary to comply with these provisions at the end of each day including weekends and holidays. F21 75 Failure to comply with these provisions will result in a liquidated damage of $250 per day per transition and/or the cost of City crews making the repairs if necessary to correct forpublic safety. F2-7.3.8Quality Control The Contractor shall provide full time quality control during paving operations as outlined in the Caltrans 2010Standard Specifications (Unrevised) for the Standard constructionprocess. F2-7.4MEASUREMENT AND PAYMENT The measurement and payment for asphalt concrete, complete in place, will be made at the contract unit price per ton (U.S. standard measure, 2,000 pounds) as shown in the Bid Schedule for the various types of asphalt concrete. Asphalt concrete used in other items of work, including but not limited to digouts, shall be included in the respective bid items. The above contract price and payment shall include full compensation for furnishing all labor, materials, tools, equipment, transportation and incidentals, and for doing all the work involved in constructing asphalt concrete pavement, tack coat, including leveling course, complete as detailed, and as specified in the Standard Specifications and these Special Provisions. F2-8 FIBERIZED SLURRY SEAL F2-8.1 SCOPE The work consists of constructing a Type II slurry seal. The Type II emulsion-aggregate slurry seal constructed in accordance with Section 203-5 and 302-4 andas modified herein. F2-8.2 MATERIALS The materials for slurry seal immediately prior to mixing shall conform to the following requirements: Aggregate – Black RockAggregate shall conform to Type II.Aggregate shall be 100% crushed with no rounded particles, volcanic in origin and black in color, as supplied by George Reed, Table Mountain, Sonora, CA or Equal. Asphalt Emulsion -Polymer modified asphaltic emulsion shall be composed of a bituminous material uniformly emulsified with water and an emulsifying or stabilization agent and shall contain a polymer. The polymer used in the manufacture of polymer modified asphaltic emulsions shall be at the option of the CONTRACTOR, either neoprene, or a copolymer of butadiene and styrene. The polymer used in the polymer modified asphaltic emulsion shall be homogenous and shall be milled into the product at the colloid mill. F22 76 The polymer modified asphalt emulsion Cationic shall be grade PMCQS1h and shall conform to the following requirements:Type GradePMCQS1h PropertiesMin.Max Tests on Emulsion: Viscosity SSF @ 25°C, sec 1590 AASHTO Designation T-59 Sieve Test, % —0.30 AASHTO Designation T-539 Storage Stability, 1 day, % —1 AASHTO Designation T-59 Residue by Evaporation, % 57— California Test 331 Particle Charge Positive AASHTO Designation T-59 Tests on Residue from Evaporation Test Penetration, 25°C 4090 AASHTO Designation: T 49 Ductility, 25°C, mm 400— AASHTO Designation: T 51 Torsional Recovery, %18— California Test 332 or Polymer Content, % 2.5— California Test 401 Note: When the test for polymer content of polymer modified asphaltic emulsion is used, see sampling requirements in Section 94-1.03, "Sampling" of the Standard Specifications. At the time of delivery of each shipment of asphalt, the vendor supplying thematerial will deliver to the purchaser certified copies of the test report. The test report shall indicate the name of the vendor, type and grade of asphalt delivered, date and point of delivery, quantity delivered, delivery ticket number, purchase number, and results of the specified tests. The report shall show the results of the tests on individual materials and shall compare their values to those required by these special provisions. The report shall clearly show the proportions of aggregate, fiber, filler (minimum and maximum), water (minimum and maximum), set control additive, and PMCQS-1h solids content (minimum and maximum) based on the dry weight of aggregate. The test report signed by an authorized representative of the vendor shall certify that the product delivered conforms to the specifications of the type and grade indicated. The certified test reports and the testing required in connection with the reports shall be at no cost to the City. Until the F23 77 certified test reports and samples of the materials have been checked by the Engineer to determine conformity with the prescribed requirements, the material to which the report related and any work in which it may have been incorporated as an integral component will be only tentatively accepted by the City. Final acceptance will be dependent upon the determination of the City Inspector that the material involved fulfills the prescribed requirements. All Calibration Sheets require a signature from a Third Party Engineer (City will not accept the contractor calibrating their own trucks). The retardant shall be of a type that will prevent slurry mix from setting up prematurely in the spreader box and to ensure the applied slurry mix can support vehicular traffic within 60 minutes after the last application. A retardant, when used, shall be in liquid form when added to the slurry mix in the mixing chamber of the continuous mixer. Any proposed retardant and proportioning system shall be subject to evaluation and approval by the City Inspector at the pre-construction meeting. Sufficient water must be used to obtain a mix consistency that is smooth and homogeneous and does not segregate on standing. F2-8.2.1Fiber The fiber used in the fiberized slurry sealshall be RoadChem Fiber 1 or equivalent chemical resistant glass fiber meeting the following specifications. It shall be cut to 3/8 +/-1/8 inch in length prior to adding to the PMCQS-1h emulsion. The fiber shall be added at a rate of 0.05 % - 0.30 % by dry weight of aggregate. The fiber shall meet the following requirements: Alkali and Acid Resistant Glass Fiber Linear Linear Weight Moisture Tensile Weight of of Strand Specific Softening Content (%) Strength Roving (tex)(tex) GravityPoint (ºC) (MPa) ISO 3344 ISO 1889ISO 1889 2500 min.82 min. 3 0.35 max.2.68 g/cm860 min.1700 min. 4800 min.100 min. F2-8.3 CONSTRUCTION F2-8.3.1Scheduling TheCONTRACTORshall prepare the roadway and place the Slurry Seal within a 5 working day period. F24 78 Some of the streets require either leveling courses or digouts. This work shall be accomplished no more than 2 weeks or 10 working days prior to the placement of the slurry seal. Failure to comply with these provisions shall incur a liquidated damage of $250 per calendar day per street segment. Allow at least 48 hours to cure before trash pickup. Slurry Seal must be laid down at least 2 days prior to scheduled trash pickup. The Contractor must coordinate with Waste Management for trash pickups schedule. TheCONTRACTORshall comply with Section F2-2 of this project manualincluding all traffic control and notice requirements. F2-8.3.2Slurry Application Each machine shall have a spray bar attached to enable the fogging of the pavement surface with water. TheCONTRACTORshall apply the slurry using a minimumof two continuous mixers, one mixer to be applying slurry, while the other machine is in transit to and from the batch site. The CONTRACTORshall provide a coordinator, at least one competent quickset mixing man, one driver for the mixer applying the slurry, and one shuttle driver for the machine en route to reload. TheCONTRACTORshall also provide sufficient laborers for any handwork and cleanup required to ensure proper progress of work. Transit mix trucks shall not be used. Prior to placement, all existing utility lids and covers shall be located and referenced so they can be exposed after the slurry seal placement. Prior to applying slurry seal, the surface to be sealed shall be cleaned by the CONTRACTOR, to the approval of the City Inspector, of all loose material, silt, vegetation, and other objectionable material by a method approved by the City Inspector. The surface may be pre-wetted by fogging ahead of the slurry box if required by local conditions. Water used in pre-wetting the surface shall be applied at such a rate that the entire surface is damp with no ponding of water. Slurry seal shall only be placed when both pavement and airtemperatures are at least 50°F and rising. Do not place slurry seal if either the pavement or air temperature is below 50°F and fallingor during unsuitable weather. The expected high temperature must be at least 65°F within 24 hours after placement.Slurry sealshall not be placed if rain is imminent or if there is the possibility that there will be freezing temperatures within 24 hours. The applied slurry seal shall be rolled with a minimum of three passes with a pneumatic roller prior to opening to traffic. Protection and maintenance of the street surface to the condition required for proper slurry application shall be the sole responsibility of the CONTRACTORand no additional expense will be allowed. The CONTRACTORshall, at the direction of the City Inspector repair and reseal all areas of the streets which have not been sealed properly and completely or have been damaged by traffic. F25 79 TheCONTRACTORshall exercise care to prevent slurry from being deposited on concrete surfaces. The CONTRACTORshall remove slurry from surfaces not designated to be sealed each day. No additional streets shall be slurry sealed until this clean-up has been performed. The method of slurry removal shall be approved by the City Inspector. All streets to be slurry sealed shall be sealed from edge of pavement to edge of pavement. Spreaders to be used for this operation shall meet the approval of the City Inspector. The sites for stockpiling and batching materials shall be clean and free from objectionable materials and shall be located outside the road right-of-way. Arrangements for these sites shall be the responsibility of the CONTRACTOR. If on private property, a written agreement shall be approved by the Planning Department prior to commencing operations. Requests for changes in the schedule must be submitted to the City Inspector for approval at least 48 hours prior tosealing the streets affected. CONTRACTORshall tie off survey monuments, manholes, water valves, etc. prior to application of the slurry seal. The CONTRACTORshall take precautions to remove any slurry that may cover these appurtenances. Immediately before commencing the slurry seal operation, all surface metal utility covers (including survey monuments) shall be protected by thoroughly covering the surface with an appropriate adhesive and oiled or plastic paper. No adhesive material shall be permitted to cover, seal or fill the joint between the frame and cover of the structure. Covers are to be uncovered and cleaned of slurry material by the end of the same work day.Raised pavement markers shall be covered or cleaned after the application of the seal coat as approved by the Engineer. Hand tools shall be available to remove spillage. Ridges or bumps in the finished surface will not be permitted. F2-8.3.3Street Maintenance and Sweeping After completing, setting, and rolling of the slurry seal, any loose material shall be immediately removed by sweeping with a power sweeper and/or vacuum sweeperthe day of application. Interim sweeping using a power sweeper and/or vacuum sweeper shall be accomplished as rd more loose material appears.As a minimum, interim sweeping shall be accomplished on the 3, ththst 7, 14and 21day after slurry sealing.A final post construction sweeping of all the slurry seal streets shall be performed 30 days after completion of all of the slurry sealing.The entire street surface, including sidewalks and driveways,shall be swept tothe satisfaction of the CITY. No loose material will be allowedin the street, gutters, sidewalks or other areas. Special attention shall be directed to the cul-de-sac areas. If necessary, the CONTRACTOR will employ additional vacuum sweepers to remove the loose materials. In addition, all misapplied slurry on gutter lips shall be removed the same day as the slurry is placed.Failure to provide cleaning or sweeping shall preclude the CONTRACTORfrom continuing with further slurry sealing work until this work is performed. The CONTRACTOR shall complete any sweeping or street maintenance within 24 hours of requestfrom the City. F26 80 Failure to complete sweeping as required or directed by the engineer shall subject the CONTRACTORto a liquidated damage of $500 per day per street.Sweeper sequence shall be verified and approved by the City’s respresentative. Street sweeper shall not leave job site until work has been approved by the City’s representative. Failure to do sowillsubject the Contractor to liquidated damages in the amount of $1,000 per occurrence. F2-8.3.4Final Cleaning Final cleaning of the Slurry Seal streets shall include removal of any tracked material, misapplied tack coat; or slurry seal; cleaning of all utility covers of any new or old materials; and removal of any miscellaneous debris resulting from construction activities. F2-8.4MEASUREMENT & PAYMENT “Crack Seal andFiberized Slurry Seal(Type II)”will be measured and paid for at the contract unit Ton (TN).TN is calculated as an extra long ton of slurry made up of 2,000 pounds of dry aggregate plus asphalt emulsion. The unit price paid per TNincludes all costs associated with surface preparation, including crack sealing, furnishing and placing materials required for the Type II Emulsion-Aggregate Fiberized Slurry, sweeping, all labor, equipment, tools and incidentals needed to complete the work in place per plans, specifications and details. No payment will be made for quantities of aggregate and/or asphaltic emulsion which exceed 105% of the calculated quantity required to cover the application area shown on the plans in compliance with the approved mix design. F2-9 ASPHALT EMULSION SEALER(SEAL COAT) The work covered by this specification includes the design, testing, and quality control required for the proper production of an Asphalt Seal coat product and all materials, equipment and workmanship required for the application of an Asphalt Seal coat to an existing asphalt concrete pavement where shown on the plans, as indicated in these specifications, and as directed by the Engineer. Asphalt seal coats under this specification shall be manufactured by blending asphalt emulsions, water, and various admixtures in a central plant capable of producing a minimum of 750 gals per hour of finished product. Additives shall be measured by electronic or mechanical controls that consistently add all additives as required by these specifications. Blending the additives with the base asphalt emulsion shall be by mechanical means to provide a uniform mixture. Asphalt Seal coat shall be stored in a tank equipped with power driven mixing or agitation equipment capable of keeping the Asphalt Seal coat thoroughly and uniformly mixed. The stored material shall be protected from freezing in cold weather conditions. F2-9.1MATERIALS The materials for asphalt seal coatshall conform to section 203-9 of the SSPWC. Seal coat materials may be Poly-Kote Sealer TA-1000 by Tri-American, OverKote by Reed & Graham, F27 81 Guardtop by Western Emulsions, or approved equal. No materials containing coal tar will be allowed. F2-9.1.1Emulsion Asphaltic Emulsion shall be SS1h, base asphalt pen value 40_60, conforming to the requirements in Section 94, "Asphaltic Emulsions" of the July 2006 Caltrans Standard Specifications, with the exception of the penetration on residue from distillation which will conform to a value of 20 to 60, or Clay stabilized emulsion, with a base asphalt pen value 40_60, a pH not greater than 7.0, and a solids content not less than 45%. The properties of the SS1h shall be determined in accordance with ASTM Test Method D-244. Water shall be potable and of such quality that the asphalt will not separate from the SS1h before the seal coat is in place in the work. Mineral Aggregate components shall be 98% passing the #18 mesh sieve. These components shall be a natural or manufactured material consisting of clean, hard, durable, uncoated particles free of lumps of clay, glass, or vegetable matter or other deleterious substances. The properties of the Mineral Aggregate components shall be determined in accordance with ASTM Test Method C-136. F2-9.2CONSTRUCTION F2-9.2.1Surface Preparation The surface to receive Asphalt Seal coat must be free of all foreign material and dry immediately prior to seal coat application. Cleaningmay be by air blowing, vacuum, mechanical sweeper, washing, or other techniques as approved by the Engineer. If washing the existing surface is used, the surface shall not have any standing water prior to application of the seal coat. Salt, deicing agents, fertilizers, hard water deposits, oil spots and other such chemicals require extraordinary cleaning measures. Cracks in excess of 3/32 of an inch, but less than one inch width must be sealed prior to application of the sealcoat. Cracks shall be sealedas specified in the technical specifications. Cracks wider than one inch shall be filled with 3/8 inch or sheet mix. The properties of the crack filler shall be compatible with the Asphalt Seal coat. Prior to application of seal coat, deposits of greaseor oil shall be cleaned by scraping, burning, and/or the use of approved detergents in order to promote adhesion of the seal coat. After cleaning the areas as described above, the areas shall be sealed with an oilseal. Oilseal shall be a quick drying latex emulsion with suitable additives manufactured specifically for the purpose of isolating the Asphalt Seal coat from any residual oils, petroleum grease, and gasoline stained pavement. The properties of the Oilseal shall be compatible with the Asphalt Seal coat. In areas where the foreign oil or grease has penetrated the asphalt concrete such that cleaning as described above is not effective, the affected areas shall be removed to the depth necessary F28 82 but not less than 3/4 inch. The removed asphalt concrete shall be replaced with new asphalt concrete. On excessively weathered surfaces or areas such that cleaning operations leave a film of dust, a tack coat of SS1h conforming to Section 94 of the Standard Specifications shall be applied. The tack coat shallconsist of One (1) part SS1h with Four (4) parts water or Two (2) parts Asphalt Seal coat with One (1) part water applied at a rate of 0.05 to 0.10 gal/sq yd. The tack coat must be dry prior to application of the Asphalt Seal coat. All pavement repairs shall be completed prior to the application of the seal coat. Asphalt Seal coat shall not be placed on new asphalt concrete until after a 30 day minimum cure period or as directed by the Engineer. F2-9.2.2Application Application of the Asphalt Seal coat shall be by mechanical means using rubber faced squeegees, brooms, spray bars, or combinations of these or other techniques approved by the Manufacturer and by the Engineer. The Asphalt Seal coat being applied shall be uniform and free flowing, free of lumps and other inconsistencies. Potable water may be added as necessary as per manufacturer's recommendation, for consistency and spread ability but shall not exceed 15% by volume or as directed by Engineer. If, after the addition of the maximum allowable water volume the seal coat is still unsuitable, the material shall be rejected and removed from the site. Asphalt Seal coats shall consist of two application coats of material.The seal coat must be thoroughly dry prior to application of the second or subsequent coats. Application of Asphalt Seal coat in ambient temperatures in excess of 80 degrees Fahrenheit require pretreatment of the asphalt concrete surface with a water mist. The water must not be ponded, but the surface should be damp prior to seal coat application. This treatment shall also be used for application on porous surfaces where the water within the seal coat may be absorbed too quickly by the existingpavement surface. Asphalt Seal coat shall be applied uniformly over the prescribed area in continuous parallel lines in a manner so that no ridges or missed areas shall exist. Application rates will vary depending on the texture of the existing asphalt surface receiving seal coat with rough textured pavement surfaces requiring more seal coat thansmooth surfaces. The following application rates are guidelines only. Asphalt seal coat minimum application rates shall be 30 gallons per 1,000 square feet. The first coat of the Asphalt Seal coat to be placed shall contain the addition of #30 mesh sand with additional binder. The addition of sand shall not exceed 3 pounds per gallon without approval of the Engineer. Additional binder shall consist of 1/10 gallon of SS1h or 1-3% Liquid Latex binder per gallon of undiluted Asphalt Seal coat or as directed by engineer. The properties of the sand shall be determined in accordance with ASTM testing methods. The properties of the Liquid Latex shall be such as to be compatible with seal coat product. F29 83 Asphalt Seal coat shall not be applied when the ambient temperature is less than 60 degrees F or the surface temperature is less than 55 degrees F. Seal coat shall not be applied within 24 hours immediately prior to rain, freezing temperatures, during rain, or when thesurface contains ponded water. F2-9.2.3Miscellaneous Traffic shall not be allowed on the Asphalt Seal coat until the seal coat is thoroughly cured which in warm weather conditions is approximately 24 hours. Minor scuffing or power steering marks may occur on a newly applied surface in warm weather. Irrigation watering should be kept off for at least 24 hours after the application of Asphalt Seal coat. A tack coat is required when using Asphalt Emulsion based seal coat over pavements previously treated with Coal Tar. Striping for parking and traffic flow should be done only after the seal coat has thoroughly dried. F2-9.3MEASUREMENT AND PAYMENT “Crack Fill and Double Seal Coat”will be measured by the square foot of application area. The contract price paid per square foot for seal coat shall include full compensation for furnishing all labor, materials, tools, equipment, chemicals, and incidentals, and for doing all the work involved in crack filling, constructing the seal coat, complete in place, including testing and certificates of compliance, cleaning the surface, furnishing added water, and additives. F2-10LOWERING AND ADJUSTING OF UTILITY COVERS F2-10.1 SCOPE Utility covers shall be adjusted to finish grade including manhole frames and grates; water valves; survey monument covers; monitoring well covers; miscellaneous utility boxes and water meter boxes. On roadways to be milled, facilities shall be lowered prior to cold planing and adjusted to finish grade after completion of the resurfacing work. Adjusting water valves shall include water valve cover, valve box, and eight (8) inch riser. The Contractor shall coordinate with the respective owner of the utility to place the required materials prior to adjustment and after work is completed. F2-10.2 CONSTRUCTION TheCONTRACTORshall mark, as approved by the Engineer, and completely protect with heavy plastic or other suitable material, as approved by the Engineer, all utility covers or other items which are visible on the surface and willbe covered by his operations. This shall be completed prior to the start of that operation, and approved by the Engineer. All utility covers on streets to be milled shall be lowered prior to milling and patched flush with the adjacent roadway. See Cold Planing for additional information. F30 84 CONTRACTOR shall contact utility companies at least 48 hours prior to adjustment and after work is completed and report via EADOC. For all sewer manhole coversfrom the Sanitation District, the CONTRACTORshall coordinate with Saul Sotoat the Sanitation District of Los Angeles County for inspection at (661) 713-6012 48 hours prior to lowering the manhole covers, andshall ensure that the pick hole is clear of all asphaltic or fabric materials immediately after each stage of work, thus enabling the Sanitation Department to identify where any sewer system back-up might be by thevisible presence of effluent. All utility covers shall be raised to grade after construction of the final resurfacing materials. The length of time between paving and the raising of any given cover shall not exceed seven (7) days. Care shall be taken to keep frames and covers clean.All existing water valve boxes with a concrete collar are to be replaced with a new traffic rated box and cover such as an Christy G3 or equal. The new survey monument covers shall be Alhambra Frame, Plate No. A-2925-F and cover, Plate A-2925-C marked Survey Monument. Any materials that have adhered to the frames and covers whether fresh or existing shall be removed. The concrete around the manholes, survey monuments and water valves shall be left 1-1/2" lower than the adjacent pavement. The surface shall be tack coated with 0.10 gallons per square yard and paved with Type D-2 asphalt concrete. Immediately after placement, the surface shall be sand sealed. Concrete around manholes, survey monuments, and other utility covers with collarsshall not be left exposed before final paving. Concrete around manholes survey monuments, and other utility covers with collars shall be placed a minimum of 5 hours prior to opening to traffic. Concrete around manholes, survey monuments, and other utility covers with collars shall meet the following requirements: Compressive Strength: 4000 psi @ 3 days, The CONTRACTOR must place hot mix asphalt the same work day the manholes, survey monuments, and other utility covers with collarsare adjusted or place, clean and sweep cold mix asphalt the same work day manholes are adjusted, and maintain the cold mix asphalt until final paving. Road shall be completely open to traffic with cones and delineators around adjusted manholes and utilitycovers removed at the end of the work day on daysutility covers are adjusted.Final paving shall be completed within 24 to 48 hours after placement of concrete collars around adjusted facilities. At the location of the monitoring wells to be overlaid, the location of the wellsshall be marked on the curbs. A site sketch shall be provided to the city indicating the location and distances of the monitoring wells relative to the curb markings 5 working days prior to paving. F31 85 F2-10.3MEASUREMENT AND PAYMENT Measurement and payment for lowering and adjusting various utilitiesas listed in the bid schedule will be made at the contract unit price per EACH. The above unit prices include any costs incurred for keeping the manhole cover pick holes clear, and no further paymentwill be made for these items. The above contract unit price shall include full compensation for furnishing all labor, materials, tools, equipment, transportation, inventory of manholes, survey monuments and utility covers, and incidentals for adjustingutility covers in accordance with the Contract Documents.Utilities include, but not limited to, manholes, valves and utility boxes. The cost of raising valves in slip cans with no existing concrete collar will be included in the cost of the paving operation and no additional compensation will be allowed. Such payment shall be considered full compensation for furnishing and maintaining all materials, labor, equipment, and all incidentals necessary to complete the work in accordance with the Standard Specifications and these Special Provisions. Section 3-2.2.2 “Increases of More Than 25 Percent” and Section 3-2.2.3 “Decreases of More Than 25 Percent” shall not apply to the bid items related to lowering and adjusting utility covers and valves. F2-11TRAFFIC STRIPING, MARKINGS & SIGNS F2-11.1TRAFFIC STRIPING, MARKINGS & SIGNS The work consists of replacing all existing pavement striping and markings, installing signs or making modifications indicated on the plans and in the specifications. F2-11.2MATERIALS Traffic striping & marking materials shall be per the provisions of Section 210-1 and 214 of the Caltrans Standard Specifications Latest Edition. F2-11.3CONSTRUCTION Traffic striping and pavement markings shall be replaced within the limit of pavement rehabilitation and if necessary carried 50 feet into the cross street on to pavement that's not being replaced. Methods of application of traffic striping, curb and pavement markings, and pavement markers shall conform to Section 314 of the Caltrans Standard Specifications Latest Edition. Traffic striping and pavement markings that are shown on the plans are shown / designated per Caltrans Standard Plans. The Contractor shall be responsible for verifying the proposed striping plan with the Engineer and establish dimensions for lane widths and all other features existing or shown on the plans prior to removing, obliterating, covering any existing striping, or starting work on the affected street. For crosswalks, the CONTRACTOR shall mark on the curb face a point, showing where the extension of the crosswalk intersects. This will ensure that the crosswalk alignment will be installed the same way before it was removed. The verified and dimensioned striping plan must be submitted to the Engineer and approved prior to commencing any striping and marking operations on the affected street. F32 86 All alignments and layout measurements, and other work necessary to locate and replace traffic stripes and pavement markings shall be performed by the CONTRACTOR.The City will not provide any assistance, information, or materials to the CONTRACTOR.It will be entirely the responsibility of the CONTRACTORto perform all necessary pre-construction and construction layout work, obtain all necessary measurements and information, and prepare all plans for performing the striping and marking work as specified. All traffic control systems necessary for performing striping and marking, as directed by the Engineer, shall be the responsibility of the CONTRACTOR. TheCONTRACTORshall layout the traffic striping and marking pattern with temporary striping after the construction is completed and before the roadway is made available for use by traffic. Finished striping and marking shall not be applied until fourteen (14) days after construction has been completed and shall be applied within five (5) working days after the initial fourteen (14) days. The CONTRACTORshall be responsible for the maintenance of temporary striping until the completion of final striping and marking operations. Blue raised pavement markers shall beplaced at all Hydrant location. Remove all temporary traffic markers Multiple mobilizations of the striping crews and equipment may be required throughout the project. Temporary striping may be different from final striping. Narrower temporary lanes willbe allowed. Minimum allowable width will be approved by the City Traffic Engineer. Contractor shall provide temporary striping per the final striping plan on the first layer of Microsurfacing. Black out will not be allowed. No temporary tabs on Slurry Seal and Microsurfacing streets and temp stripemust be provided on the same day as the treatment. If Contractor does not follow the final layout, the City may require the Contractor to re-apply the treatment again. F2-11.4 MEASUREMENT ANDPAYMENT The unit prices for traffic striping shall include full compensation for furnishing all labor, materials, tools, equipment, sketches, striping inventory, tie-downs, layout, and placing of all temporary, including cat tracking or temporary striping, and final traffic striping; and for doing the work involved in or appurtenant to any locations where damaged striping has occurred with equal to or better, layout, and placing of all traffic striping, thermoplastic, markings and markers as shown on the plans or described in these Special Provisions. Such payment shall be considered full compensation for furnishing and maintaining all materials, labor, equipment, and all incidentals necessary to complete the work in accordance with the Standard Specifications and these Special Provisions. Section 3-2.2.2 “Increases of More Than 25 Percent” and Section 3-2.2.3 “Decreases of More Than 25 Percent” shall not apply to the bid items associated with Striping Details that are measured by the linear foot. Payment of “Bicycle Group Legend” will be paid for by the each and will include the “Bike Lane Symbol” and “Bike Lane Arrow”. F33 87 Measurement and Payment for “White / Yellow Continental Crosswalk” shall include all stripes as indicated in the City Detail. Remove and replace post and sign shallbe included in the incidentals. F2-12REMOVE ROOTS UNDER CONCRETE OR PAVEMENT REPAIRS F2-12.1GENERAL All tree roots under the concrete to be repaired shall be removed as described herein. This item includes root removal where treeshave been previously removed. The CONTRACTOR shall coordinate with and receive approval from City Arborist for all root pruning / trimming. F2-12.2CONSTRUCTION The CONTRACTOR shall remove all tree roots under the concrete or pavement to be repaired to a depth of 12 inches below the concrete subgrade.Roots shall be cut at the limits of the concrete repairs prior to physically removing the roots. Any damage done to adjacent concrete or other improvements due to thefailure to sever roots at the limits of the concrete repair shall be repaired at the CONTRACTOR's expense. The area where roots have been removed shall be backfilled with native material or Class 2 Aggregate Base. The area to be backfilled shall be scarified prior to the addition of backfill and shall be compacted to 90% relative compaction under concrete repairs and 95% under pavement repairs. The limits of root removal shall be 10 feet to each side of the tree or shrub causing the damage unless otherwise authorized by the Engineer. F2-12.3PAYMENT The work of Remove Roots Under Concrete or Pavement Repairsshall be paid for on a unit price basis by the square foot. The unit price shall include all costs for locating, severing and removing roots; supplying, installing and compacting backfill; and all the miscellaneous work necessary to complete thework for each location of concrete or pavement repair. F34 88 SECTION G Special Provisions - General 89 SECTION G – SPECIAL PROVISIONS – GENERAL 2019-20Annual Slurry Seal Project Bid No. ENG-19-20-M0131SS Project No. M0131 City of Santa Clarita, California The general provisions for this contract shall be in conformance with Part 1, “General Provisions,” of the Standard Specifications for Public Works Construction, 2018Edition, (SSPWC or Greenbook 2018) accept as amended and or superseded by the following: BIDDER shall take note that the amendment and additional provision that follow are not all shown in the order or numbering system as shown in the Greenbook 2018edition. SECTION 1 - TERMS, DEFINITIONS, ABBREVIATIONS, AND SYMBOLS Agency............................City of Santa Clarita Board ...............................City Council representing the City of Santa Clarita Caltrans...........................California Department of Transportation Caltrans Specifications....“Standard Specifications” and “Standard Plans”, latest edition, issued by the State of California Department of Transportation City..................................City of Santa Clarita City Attorney....................Attorney for the City of Santa Clarita C&DMMP........................Construction & Demolition Materials Management Plan Design Engineer..............Pavement Engineering, Inc. Engineer..........................City of Santa Clarita, City Engineer Finish Grade....................Proposed Grade, proposed finished grade, final finish grade Inspector.........................Inspector for the City of Santa Clarita MS4................................. Los Angeles County Municipal Separate Storm Water Permit, Order No. R4-2012-0175, NPDES No. CAS004001 Owner..............................City of Santa Clarita PCC................................. Portland Cement Concrete State................................State of California BMPs ...............................Best Management Practices SSPWC ...........................Standard Specification of Public Works Construction, 2012 Edition Greenbook......................Standard Specification of Public Works Construction, 2012 Edition SWPPP ...........................Storm Water Pollution Prevention Plan WPCP.............................Water Pollution Control Program G 1 90 PART 1 GENERAL - Add the following specifications 1-1.1 DESCRIPTION The Owner and Contractor shall utilize EADOC LLC'sEADOC system for electronic submittal of all data and documents (unless specified otherwise by the owners representative)throughout the duration of the Contract. EADOC is a web-based electronic media site that is hosted by EADOC LLC. utilizing their EADOC web solution. EADOC will be made available to all contractors project personnel, subcontractor personnel, suppliers, consultants and the Designer of Record. The joint use of this system is to facilitate; electronic exchange of information, automation of key processes, and overall management of the contract. EADOC shall be the primary means of project information submission and management. When required by the Owners representative, paper documents will also be provided. In the event of discrepancy between the electronic version and paper documents, the paper documents will govern. EADOCis a registered trademarks of EADOC LLC. 1-1.2 USER ACCESS LIMITATIONS The Owners representative will control the Contractor's access to EADOC by allowing access and assigning user profiles to accepted Contractor personnel. User profiles will define levels of access into the system; determine assigned function-based authorizations (determines what can be seen) and user privileges (determines what they can do). Sub-contractors and suppliers will be given access to EADOC through the Contractor. Entry of information exchanged and transferred between the Contractor and its sub-contractors and suppliers on EADOC shall be the responsibility of the Contractor. 1-1.2.1 Joint Ownership of Data Data entered in a collaborative mode (entered with the intent to share as determined by permissions and workflows within the EADOC system) by the Owners Representative and the Contractor will be jointly owned. 1-1.2.2Data access after project completion All Project participants can request a copy of their project information from EADOC upon completion of the project. Participants are responsible for the $500 cost for the archive. To request an archive complete a support request in the EADOC application. The support request should include the address for shipping the archive too. 1-1.3 AUTOMATED SYSTEM NOTIFICATION AND AUDIT LOG TRACKING Review comments made (or lack thereof) by the Owner on Contractor submitted documentation shall not relieve the Contractor from compliance with requirements of the Contract Documents. The Contractor is responsible for managing, tracking, and documenting the Work to comply with the requirements of the Contract Documents. Owners acceptance via automated system notifications or audit logs extends only to the face value of the submitted documentation and does not constitute validation of the Contractor's submitted information. 1-1.4 SUBMITTALS See Section 2-5.3 SUBMITTALS: Preconstruction Submittals List of Contractor's key EADOC personnel. Include descriptions of key personnel's roles and responsibilities for this project. Contractor should also identify their organizations administrator on the list. G 2 91 1-1.5 COMPUTER REQUIREMENTS The Contractor shall use computer hardware and software that meets the requirements of the EADOC system as recommended by EADOC LLC. to access and utilize EADOC . As recommendations are modified by EADOC, the Contractor will upgrade their system(s) to meet the recommendations or better. Upgrading of the Contractor's computer systems will not be justification for a cost or time modification to the Contract. The contractor will ensure that connectivity to the EADOC system (whether at the home office or job site) is accomplished through DSL, cable, T-1 or wireless communications systems. The minimum bandwidth requirements for using the system is 128kb/s. It is recommended a faster connection be used when uploading pictures and files into the system. EADOC supports the current and prior two major versions of Chrome, Firefox, Internet Explorer and Safari on a rolling basis. Each time a new version of one of these browsers is released, we begin supporting the update and stop supporting the fourth-oldest version. 1-1.6 CONTRACTOR RESPONSIBILITY The Contractor shall be responsible for the validity of their information placed in EADOC and for the abilities of their personnel. Accepted users shall be knowledgeable in the use of computers, including Internet Browsers, email programs, cad drawing applications, and Adobe Portable Document Format (PDF) document distribution program. The Contractor shall utilize the existing forms in EADOC to the maximum extent possible. If a formdoes not exist in EADOCthe Contractor must include a form of their own or provided by the Owner representative as an attachment to a submittal. Adobe PDF documents will be created through electronic conversion rather than optically scanned whenever possible. The Contractor is responsible for the training of their personnel in the use of EADOC (outside what is provided by the owner) and the other programs indicated above as needed. 1-1.6.1 User Access Administration Provide a list of Contractor's key EADOC personnel for the Owner's Representative acceptance. Contractor is responsible for adding and removing users from the system. The Owners Representative reserves the right to perform a security check on all potential users. The Contractor will be allowed to add additional personnel and sub contractors to EADOC. 1-1.7 CONNECTIVITY PROBLEMS EADOCis a web-based environment and therefore subject to the inherent speed and connectivity problems of the Internet. The Contractor is responsible for its own connectivity to the Internet. EADOCresponse time is dependent on the Contractor's equipment, including processor speed, Internet access speed, etc. and current traffic on the Internet. The Owner will not be liable for any delays associated from the usage of EADOC including, but not limited to: slow response time, down time periods, connectivity problems, or loss of information. The contractor will ensure that connectivity to the EADOC system (whether at the home office or job site) is accomplished through DSL, cable, T-1 or wireless communications systems. The minimum bandwidth requirements for using the system is 128kb/s. It is recommended a faster connection be used when uploading pictures and files into the system. Under no circumstances shall the usage ofthe EADOC be grounds for a time extension or cost adjustment to the contract. G 3 92 1-1.8TRAINING The project owner has arranged for 1trainingsessionto be provided to the contractor. Contractor shall invite subcontractor personal responsible of submittalsand any other correspondence of importance to the project. Training session will be scheduled prior to the pre-construction meeting. PART 1.2 PRODUCTS 1-2.1Description EADOC project management application (no equal) Provided by EADOC LLC www.EADOCsoftware.com PART 1.3 EXECUTION 1-3.1EADOC UTILIZATION EADOC shall be utilized in connection with submittal preparation and information management required by Sections which require the following: PROJECT MANAGEMENT AND COORDINATION CONSTRUCTION PROGRESS DOCUMENTATION NETWORK ANALYSIS SCHEDULES (NAS) PROJECT WEB SITE SUBMITTAL PROCEDURES, DESIGN AND CONSTRUCTION QUALITY CONTROL and otherspecifications in Section 1. Requirements of this section are in addition to requirements of all other sections of the specifications. 1-3.1.1 Design Document Submittals All design drawings and specifications shall be submitted as cad .dwg files or PDF attachments to the EADOC submittal work flow process and form. 1-3.1.2 Shop Drawings Shop drawing and design data documents shall be submitted as cad .dwg files or PDF attachments to the EADOC submittal work flow process and form. Examples of shop drawings include, but are not limited to: a. Standard manufacturer installation drawings. b. Drawings prepared to illustrate portions of the work designed or developed by the Contractor. c.Steel fabrication, piece, and erection drawings. 1-3.1.3 Product Data Product catalog data and manufacturers instructions shall be submitted as PDF attachments to the EADOC submittal work flow process and form. Examples of product data include, but are not limited to: a. Manufacturer's printed literature. b. Preprinted product specification data and installation instructions. G 4 93 1-3.1.4 Samples Sample submittals shall be physically submitted as specified in Section 2-5 SUBMITTALS. Contractor shall enter submittal data information into EADOC with a copy of the submittal form(s) attached to the sample. Examples of samples include, but are notlimited to: a. Product finishes and color selection samples. b. Product finishes and color verification samples. c. Finish/color boards. d.Physical samples of materials. 1-3.1.5 Administrative Submittals All correspondence and pre-construction submittals shall be submitted using EADOC. Examples of administrative submittals include, but are not limited to: a. Digging permits and notices for excavation. b. List of product substitutions c. List of contact personnel. d. Notices for roadway interruption, workoutside regular hours, and utility cut overs. e. Requests for Information (RFI). f. Network Analysis Schedules and associated reports and updates. Each schedule submittal specified in Specification Section 6– PROSECUTION, PROGRESS, AND ACCEPTANCE OFTHE WORK;shall be submitted as a native backed-up file (.PRX or .STX) of the scheduling program being used. The schedule will also be posted as a PDF file in the format specified in Specification Section 6. g. Plans for safety, demolition, environmentalprotection, and similar activities. h. Quality Control Plan(s), Testing Plan and Log, Quality Control Reports, Production Reports, Quality Control Specialist Reports, Preparatory Phase Checklist, Initial Phase Checklist, Field Test reports, Summary reports, Rework Items List, etc. j. Meeting minutes for quality control meetings, progress meetings, pre-installation meetings, etc. k. Any general correspondence submitted. 1-3.1.6 Compliance Submittals Test reports, certificates, and manufacture field reportsubmittals shall be submitted on EADOC as PDF attachments. Examples of compliance submittals include, but are not limited to: a. Field test reports. b. Quality Control certifications. c. Manufacturers documentation and certifications for quality of products and materials provided. 1-3.1.7 Record and Closeout Submittals Operation and maintenance data and closeout submittals shall be submitted onEADOC as PDF documents during the approval and review stage as specified, with actual set of documents submitted for final. Examples of record submittals include, but are not limited to: a. Operation and Maintenance Manuals: Final documents shall be submitted as specified. G 5 94 b. As-built Drawings: Final documents shall be submitted as specified. c. Extra Materials, Spare Stock, etc.: Submittal forms shall indicate when actual materials are submitted. 1-3.1.7 Financial Submittals Schedule of Value, Pay Estimates, Change Request Proposals and preliminary allowance order proposals shall be submitted on EADOC. Supportingmaterial for Pay Estimates, Change Requests, and allowance order proposals shall be submitted on EADOCas PDF attachments. Examples of compliance submittals include, but are not limited to: a. Contractors Schedule of Values b. Contractors Monthly ProgressPayment Requests c. Contract Change proposals requested by the project owner. d. Preliminary allowance order proposals requested by the project owner. G 6 95 SECTION 2 - SCOPE AND CONTROL OF WORK 2-1 AWARD AND EXECUTION OF CONTRACT – Replace as follows Within ten (10) working days after the date of the AGENCY's notice of award, the CONTRACTOR shall execute and return the following contract documents to the AGENCY: -Capital Improvement Project Agreement -Payment Bond -Faithful Performance Bond -Maintenance Bond - Labor and Material Bond - Public Liability and Property Damage Insurance Certificate and Endorsements - Auto Insurance - Worker's Compensation Insurance Certificate - W-9 Form -Diversion Security Deposit -Construction and Demolition Materials Management Plan (C&DMMP, see Section E7-8.10) Failure to comply with the above will result in annulment of the award and forfeiture of the Proposal Guarantee. The Contract Agreement shall not be considered binding upon theAGENCY until executed by the authorized AGENCY officials. A corporation to which an award is made may be required, before the Contract Agreement is executed by the AGENCY, to furnish evidence of its corporate existence, of its right to enter into contracts in the State of California, and that the officers signing the contract and bonds for the corporation have the authority to do so. PRE-CONSTRUCTION MEETING A Pre-Construction Conference shall be conducted at the Santa Clarita City Hall, 23920 Valencia Boulevard, Santa Clarita, CA 91355, prior to the start of construction. The job- site foreman or superintendent assigned by the CONTRACTOR for this project shall be present at the Pre-Construction Meeting. The CONTRACTOR shall prepare a tentative progress schedule for submission and review at the Pre-Construction Meeting. The discussion shall include: verification of equipment orders; project supervision; on-site inspection; progress schedules and reports; payments to CONTRACTOR; safety; and other anticipated problems pertinent to the project. The City of Santa Clarita will issue Notice to Proceed and Encroachment Permits at the Pre-Construction Meeting. At this conference, the CONTRACTOR shall designate, in writing, a representative who shall have complete authority to act for the CONTRACTOR. An alternate representative may be designated. The representative or alternate shall be present at the job site whenever work is in progress or whenever actions of the elements necessitate its presence to take measures necessary to protect the project, persons, or property. Any order or communication given to this representative shall be deemed delivered to the CONTRACTOR. In the absence of the CONTRACTOR or its designated representative, necessary or desirable directions or instructions may be given by the Engineer to the superintendent G 7 96 or person having charge of the specific work to which the order applies. Such order shall be complied with promptly and referred to the CONTRACTOR or its representative. Those attendingthe meeting shall include, but not be limited to the following: CONTRACTOR SUBCONTRACTORS CONTRACTOR finance representative or certified payroll designee for Labor Compliance instructions City of Santa Clarita Department of Public Works Staff City of Santa Clarita Project Manager City of Santa Clarita Project Inspector City, Consultant, Environmental Specialist Design Engineer Affected utility companies representatives Twoweeks prior to this meeting the CONTRACTOR shall submit the following: a.Construction Schedule b.Traffic Control Plan c.Construction Phasing Plan 2-3 SUBCONTRACTS 2-3.2 Additional Responsibility-The second and third paragraphs of Subsection 2-3.2 of the SSPWC is hereby deleted and replacedwith the following: The CONTRACTOR shall perform or provide, with its own organization, contract labor, materials, and equipment amounting to at least 50 percentof the Contract Price. The contract labor performed or provided by the CONTRACTOR shall amount to at least 15 percentof the total contract labor for the Contract. Contract labor shall exclude superintendence. Any designated "Specialty Items" may be performed by subcontract and the amount of any such "Specialty Items" so performed may be deducted from the Contract Price before computing the amount of contract labor, materials, and equipment required to be performed or provided by the CONTRACTOR with its own organization. When items of work in the bid schedule are preceded by the letter (s), said items are designated "specialty items." Where an entire item is subcontracted, the value of contract labor, materials, and equipment subcontracted will be based on the Contract Unit or Lump Sum Price. When a portion of an item is subcontracted, and value of contract labor, materials, and equipment subcontracted will be based on the estimated percentage of the Contract Unit or Lump Sum Price, determined from information submitted by the CONTRACTOR, subject to approval by the ENGINEER. The prime CONTRACTOR shall provide a description by bid item number and also otherwise fully designate the portion of work and amount of cost to be performed by each SUBCONTRACTOR. Attention is directed to the provisions in Sections 10262 and 10262.5 of the Public Contract Code and Section 7108.5 of the Business and Professions Code concerning prompt payment to SUBCONTRACTORS. The CONTRACTOR shall return all moneys withheld in retention from the SUBCONTRACTOR within 30 days after receiving payment for work satisfactorily completed, even if the other contract work is not completed and has not been accepted in conformance with Section 6-8 of the SSPWC. This requirement shall not be G 8 97 construed to limit or impair any contractual, administrative, or judicial remedies otherwise available to the CONTRACTOR or SUBCONTRACTOR in theevent of a dispute involving late payment or nonpayment by the CONTRACTOR or deficient subcontract performance or noncompliance by a SUBCONTRACTOR. 2-4 CONTRACT BONDS The Faithful Performance Bond shall remain in force until one year after the date of recordation of the Notice of Completion. The Labor and Material Bond shall remain in force until 35 days after the date of recordation of the Notice of Completion, or until all claims for material and labor are paid, whichever is greater. 2-5 PLANS AND SPECIFICATIONS 2-5 .1 GENERAL -Add the following for specifics The CONTRACTOR shall carefully study and compare the Contract Documents with each other and with information available to the CONTRACTOR and furnished by the City and shall immediately notify the Engineer of errors, inconsistencies, or omissions discovered. If the CONTRACTOR performs any construction activity knowing it involves a recognized error, inconsistency, or omission in the Contract Documents without notice to the Engineer, the CONTRACTOR shall assume appropriate responsibility for such performance and shall assume responsibility for the full costs for correction. The CONTRACTOR shall make field measurements, verify field conditions, and shall carefully compare such field measurements and conditions and other information known to the CONTRACTOR with the Contract Documents before commencing activities. Errors, inconsistencies, or omissions discovered shall be reported to the Engineer immediately. When existing conditions are encounteredwhich, in the opinion of the Engineer, require temporary suspension of work for design modifications or for other determinations to be made, the CONTRACTOR shall move to other areas of work until such determinations are made at no cost to the City. The CONTRACTOR shall be allowed an adjustment in the contract price or an extension of the contract time, or both, directly attributable to any such suspension, if the CONTRACTOR makes an approved claim therefore as provided in Section 3, “Changes in Work” of the Standard Specifications. 2-5 .3 SUBMITTALS 2-5.3.1 General -Add the following: Submittals shall be provided a minimum of 10 calendar days prior to the Preconstruction Meeting. Failure to provide submittals by this deadline may result in postponingthe Preconstruction Meeting. Working days will be assessed to the contract for each day after the submittal deadline. G 9 98 Submittals shall besubmitted via Eadoc. Any hard copies or samples please send to: City of Santa Clarita 23920 Valencia Boulevard Santa Clarita, CA 91355 Phone: (661) 286-4134 Attention: Ramiro Fuentes 2-5.3.3Add the following to Section 2-5.3.3 - Additional Shop Drawings and/or Submittals In addition to the required shop drawings, the CONTRACTOR shall submit the following shop drawings and/or submittalsthrough EADOCin adequate detail, including a list of all deviations from the Contract Documents, to determine the specifications are being met for all including the following: Equipment and Material Delivery Route Plans Stockpile and Storage Locations Engineered Traffic Control Plan Asphalt Concrete Mix Designs Asphalt Rubber Mix Designs Micro Surfacing Mix Designs Slurry Seal Mix Designs Seal Coat Mix Designs Certificates of Compliance Samples of Notification Letters and Door Hangers Permits; including local air pollution control or air quality management district permits Traffic striping, marking and markers inventory Manholes, survey monuments, and utility covers inventory The above drawings, lists, prints, specifications, samples, and other data shall become a part of the Contract Documents, and a copy of the accepted shop drawing shall be kept with the job-site Contract Documents, and the fabrications furnished shall be in conformance with the Contract Documents. The Engineer's review of the above drawings, lists, prints, specifications, samples, or other data shall in no way release the CONTRACTOR from his/her responsibility for the proper fulfillment of the requirements of this Contract or for fulfilling the purpose of the installation or from his/her liability to replace same, should it prove defective or not conform to other system elements whether supplied by the CONTRACTOR, the AGENCY or existing or fail to meet the specified requirements. The CONTRACTOR shall thoroughly review each shop drawing for compliance and compatibility, certify and sign each shop drawing to indicate that a thorough review was made by the CONTRACTOR prior to submission for Engineer's review. The Engineer will review up to two (2) submittals for each item. If the Engineer's review requires more than two submittals, then the costs shall be borne by the CONTRACTOR. The Engineer's review is for general conformance to the Contract Documents and no check will be made to confirm dimensions, compatibility with other elements of the Work, or deviations from the Contract Documents which have not been specifically identified by the CONTRACTOR. CONTRACTOR is responsible for the installation of complete, functional improvements in accordance with the Contract Documents. G 10 99 Section 2is amended by adding thereto the following new Subsection 2-5.4 Examination of Contract Documents and Job Site. 2-5.4 EXAMINATION OF CONTRACT DOCUMENTSAND JOB SITE The BIDDER shall examine carefully the entire sites of the work, including but not restricted to the conditions and encumbrances related thereto, the plans and specifications, and the proposal and contract forms. The submission of a bid shall be conclusive evidence that the BIDDER has investigated and is satisfiedas to the conditions to be encountered, as to the character, quality, and scope of the work to be performed, the quantities of material to be furnished, and as to the requirements of the proposal, plans, specifications, and other contract documents. The CONTRACTOR shall carefully study and compare the Contract Documents with each other and with information available to the CONTRACTOR and furnished by the AGENCY and shall immediately notify the Engineer of errors, inconsistencies or omissions discovered. If the CONTRACTOR performs any construction activity knowing it involves a recognized error, inconsistency or omission in the Contract Documents without notice to the Engineer, the CONTRACTOR shall assume appropriate responsibility for such performance and shall assume responsibility for the full costs for correction. The CONTRACTOR shall make field measurements, verify field conditions and shall carefully compare such field measurements and conditions and other information known to the CONTRACTOR with the Contract Documents before commencing activities. Errors, inconsistencies or omissions discovered shall be reported to the Engineer immediately. When existing conditions are encountered which, in the opinion of the Engineer, require temporary suspension of work for design modifications or for other determinations to be made, the CONTRACTOR shall move to other areas of work until such determinations are made at no cost to the AGENCY. The CONTRACTOR shall be allowed an adjustment in the Contract Price or an extension of the Contract Times, or both, directly attributable to any such suspension if the CONTRACTOR makes an approved claim therefore as provided in SECTION 3–CHANGES IN WORKof the SSPWC. Section 2is amended by adding thereto the following new Subsection 2-5.5Drawings and Specifications (As Built) 2-5.5 DRAWINGS AND SPECIFICATIONS (AS-BUILT) The CONTRACTOR shall maintain on the job site, a set of full-size blueline or black line prints, to which the Engineer shall have access at all times. The plans, specifications, and other Contract Documents shall govern the project. The Contract Documents are intended to be complementary and cooperative and to describe and provide for a complete project. Anything in the Specifications and not on the plans, oron the plans and not in the specifications, shall be as though shown or mentioned in both. G 11 100 While it is believed that much of the project will be shown on the plans or indicated in the specifications, this does not warrant the completeness or accuracy of such information. The CONTRACTOR shall ascertain the existence of any conditions affecting the cost of the project, which would have been disclosed by a reasonable examination of the site. On these plans, the CONTRACTOR shall make all as-built conditions,locations, configurations, and other details which may vary from the details represented on the original drawings. This master record of as-built conditions, including all revisions made necessary by Addenda, Change Orders, and the like, shall be maintained up to date during the progress of the work. In the case of those drawings, which are superseded by final shop drawings, the as-built drawings shall be updated by indicating how those portions are superseded. Upon completion of the work and prior to final acceptance, legible, reproducible, as-built drawings shall be turned over to the AGENCY. Progress payments shall be withheld if as-built drawings are not being updated. Final payment shall be withheld until as-built drawings are submitted and accepted bythe Engineer. 2-6 WORK TO BE DONE The work to be done consists of furnishing all materials, equipment, tools, labor, and incidentals as required by the plans, specifications, and contract documents. CONTRACTOR shall provide safe and adequate pedestrian andvehicular movement at and around affected resident and/or businesses and construction sites shall be maintained at all times. AGENCY approved barriers and signs (traffic flagging personnel, if necessary), shall be furnished and utilized by the CONTRACTORto ensure public and students safety at all times. ADD Paragraph 2-6.1 “Suggestions to CONTRACTOR” Any plan or method of work suggested by the AGENCY or the Engineer to the CONTRACTOR but not specified or required, if adopted or followed by the CONTRACTOR in whole or in part, shall be used at the risk and responsibility of the CONTRACTOR; and the AGENCY and the Engineer shall assume no responsibility therefore and in no way be held liable for any defects in the work which may result from or be caused by use of such plan or method of work. 2-8 RIGHT-OF-WAY The Contractor will be responsible to obtain the “temporary Right-of-Entry agreement” with the SCRRA, including but not limited tothe required insurance, as required for this project. The contractor shall verify that the acquisition(s) is completed prior to beginning any work outside of the public right-of-way. All cost for re-mobilization, downtime, etc. due to delays in obtaining the required rights-of-way, easements, and rights-of-entry shall be included in the bid prices for this project and no additional compensation shall be allowed. In the event the required Right-of-Entry has not yet been acquired, the contractor shall conduct his operation so as to confine his work to the limits of the existingright-of-way. Offsite grading or other construction work is not permitted without prior written permission of the affected offsite property owner. Work shown outside of the right-of-way can not commence until approval in writing is obtained from offsite property owners and delivered to the City. G 12 101 2-9 SURVEYING 2-9.1 PERMANENT SURVEY MARKERS The Agency shall provide all surveying services necessary for survey monument preservation. The CONTRACTOR shall be responsible for coordinating work with Agency to assure that all tie-outs have been completed prior to any demolition work. The CONTRACTOR shall bear the expense of replacing any survey monumentation that is disturbed prior to being tied-out by a Registered Land Surveyor or a Registered Civil Engineer authorized to practice land surveying within the State of California. 2-9.2 SURVEY SERVICE: -The existing paragraphs are deleted and replaced with the following: The CONTRACTOR will perform and be responsible for the accuracy of surveying adequate forconstruction. The CONTRACTOR shall perform and be responsible for any survey deemed necessary to adequately construct the work. This shall include providing digitized information and horizontal control of all hardscape construction items (curbs, walkways, signs, fencing, paving, etc.) indicated on plans. The CONTRACTOR shall provide the Engineer with the results of the survey before proceeding. Said surveying and staking shall be performed by a land surveyor, licensed to perform said work in the State of California. All survey work shall be done in compliance with state and local requirements, and to the satisfaction of the Engineer. Payment for Survey Service shall be included in the various bid items for which it is necessary and no addition compensation will be allowed therefore. 2-10 AUTHORITY OF THE BOARD AND THE ENGINEER – Add the following: A Liquidated Damage of $1,000 per item per day will be enforced for not meeting any deadlines/requirements set forth in the specifications and/or plans unless aseparate Liquidated Damage will be accounted for. If the Contractor does not provide corrections within 2 hours of notice, the City reserves the right to make the correction and back charge the Contractor as needed. 2-11 INSPECTION OF THE WORK – Add the following: The CONTRACTOR shall notify the Engineer, SCRRAor City Inspector forty-eight (48) hours in advance of the start of each phase / item of work. There will be an inspection of this project to ensure strict adherence to the plans and specifications. Any work done in unauthorized areas or in a manner unacceptable to the inspector shall not be accepted or paid for by the City. No concrete or asphalt pavement shall be placed prior to AGENCY inspection of the work area and sub-grade conditions. G 13 102 TheCity of Santa Clarita shall pay the costs for all material and compaction testing except for tests that fail. The cost of any failed tests will be paid by the Contractor and will be deducted from the final contract amount. SECTION 3 - CHANGES IN WORK - 3-2 CHANGES INITIATED BY THE AGENCY 3-2.1GENERAL. - Add to Section 3 the following: The AGENCY may at any time, as the need arises, order changes within the scope of the work without invalidating the Agreement. If such changes increase or decrease the amount due under the Contract Documents, or in the time required for performance of the work, an equitable adjustment shall be authorized by Change Order. Each approved change order shall be considered as an amendment to the Contract Documents and shall not be considered approved until executed by the AGENCY. The Engineer, also, may at any time, by issuing a Field Order, make changes in the details of the work. The CONTRACTOR shall proceed with the performance of any changes in the work so ordered by the Engineer unless the CONTRACTOR believes that such Field Order entitles him to a change in Contract Price or Time, or both in which event he shall give the Engineer WRITTEN NOTICE thereof within seven (7) days after the receipt of the ordered change. Thereafter the CONTRACTOR shall document the basis for change in Contract Price or Time within thirty (30) days. Engineer has authority to make minor changes in the work, which do not involve extra cost and are not inconsistent with the Contract Documents. CONTRACTOR's acting on such instructions, explanations and drawings of the Engineer means that CONTRACTOR agrees that such explanations, instructions and drawings are within the scope of the work in accordance with the intent of the Contract Documents and does not constitute a basis for modification of the Contract Documents as to price or time. The CONTRACTOR shall not execute such changes pending the receipt of an executed Change Order or further instructions from the AGENCY. The Contract Price may bechanged only by a Change Order. The value of any work covered by a Change Order or of any claim for the increase or decrease in the Contract Price shall be determined by one or more of the following methods in the order of precedence listed below: 1.Unit prices previously approved. 2.An agreed lump sum. 3.The actual cost for labor, direct overhead, materials, supplies, equipment, and other services necessary to complete the work. In addition there shall be added an amount to be agreed upon but not to exceed fifteen (15) percent of the actual cost of the work to cover the cost of general overhead and profit. The aggregate of all markups for added work performed by a SUBCONTRACTOR, regardless of the number of tiers of SUBCONTRACTORSused, shall not exceed 10% onthe first $2,000 of extra work performed by the SUBCONTRACTOR, and 5% on work in excess of $2,000. G 14 103 Extra work to be paid for on a force account basis as directed by the AGENCY's Representative will be paid for as set forth in Section 3 “Changes in Work” of the Standard Specifications. The labor surcharge, equipment rental rates and the right of way delay factors for each classification of equipment are listed in the California Department of Transportation publication entitled Labor Surcharge and Equipment Rental Rates. 3-3 EXTRA WORK Subsection 3-3.2.3-Markup is replaced by the following: a. Work by the CONTRACTOR: The following percentages shall be added to the CONTRACTOR’s cost and shall constitute the markup for all overhead and profits: 1.Labor 20% 2.Materials 15% 3.Equipment Rental 15% 4.Other Items and Expenditures15% Refer to current CALTRANS Labor Surcharge & Equipment Rental Rates for pricing of all Extra Work. b. Work by the SUBCONTRACTOR: The aggregate of all markups for added work, regardless of the number of tiers of SUBCONTRACTORSused, shall not exceed the markup established in Subsection 3-3.2.3a plus 10-percent on the first $2,000 of extra work and 5-percent on work in excess of $2,000. 3-3.3 Daily Reports by Contractor – Add the following: The Contractor shall complete a daily reportin EADOCindicating manpower, including, but, not limited to (name, job title, classification, hours worked on the project site) major equipment used and, on standby (itemized separately), subcontractors, and similar items involved in the performance of the work. The daily report shall be completed on forms prepared by the contractor and acceptable to the Engineer, and shall be submitted to the City inspector for verification each day. The City Labor compliance specialist will also use this daily report for verification of the Certified Payroll Statements. 3-4 CHANGED CONDITIONS -Add to Section 3-4, “Changed Conditions” the following: During the progress of the work, if subsurface or latent conditions are encountered at the site differing materially from those indicated in the “Materials Information,” log of test borings, other geotechnical data obtained by the City’s investigation of subsurface conditions, or an examination of the conditions above ground at the site, the party discovering those conditions shall promptly notify the other party in writing of the specific differing conditions before they are disturbed and before the affected work is performed. Protect and maintain existing profile grades and street cross-fall. Deviations from the above, whether in plan or field, shall be identified to the Engineer or City Inspector in writing prior to any work at least two weeks (10 working days) in advance. Cost of repair and restoration shall be at the CONTRACTOR’s expense. Field obstructions, grade differences, or differences in dimensions may exist that might not have been considered or observed during design of this project. Upon discovery of the difference, the CONTRACTOR shall promptly notify the Engineer or City Inspector G 15 104 and the City having jurisdiction in writing at least two weeks (10 working days) in advance of disturbing, any physical conditions differing from those represented by approved plans and specifications. In the event this notification is not performed, the CONTRACTOR shall assume full responsibility for necessary revisions. The CONTRACTOR will be allowed 15 days from the notification of the Engineer's determination of whether or not an adjustment of the contract is warranted, in which to file a notice of potential claim in conformance with the provisions of Section 3-3 “Extra Work,” of the Standard Specifications and as specified herein; otherwise the decision of the Engineer shall be deemed to have been accepted by the CONTRACTOR as correct. The notice of potential claim shall set forth in what respects the CONTRACTOR's position differs from the Engineer's determination and provide any additional information obtained by the CONTRACTOR, including but not limited to additional geotechnical data. The notice of potential claim shall be accompanied by the CONTRACTOR's certification that the following were made in preparation of the bid: a review of the contract, a review of the “Materials Information,” a review of the logof test borings and other records of geotechnical data to the extent they were made available to bidders prior to the opening of bids, and an examination of the conditions above ground at the site. Supplementary information, obtained by the CONTRACTOR subsequent to the filing of the notice of potential claim, shall be submitted to the Engineer in an expeditious manner. 3-6 NOTICE TO SURETIES Section 3, Changes in Work, is amended by adding thereto the following Subsection 3-6: The CONTRACTOR shall notify his sureties and the carriers of the insurance furnished and maintained by him of any changes affecting the general scope of work or change in the contract price, or time, or a combination thereof, and the amount of the applicable bonds and the coverageof the insurance shall be adjusted accordingly. The CONTRACTOR shall furnish proof of such adjustments to the AGENCY. SECTION 4 - CONTROL OF MATERIALS 4-1 MATERIALS AND WORKMANSHIP 4-1.1 General: The CONTRACTOR and all SUBCONTRACTORS, suppliers, and vendors, shall guarantee that the entire work will meet all requirements of this contract as to the quality of materials, equipment, and workmanship. The CONTRACTOR, at no cost to the AGENCY, shall make repairs or replacements made necessary by defectsin materials, equipment, or workmanship that become evident within one year after the date of recordation of the Notice of Completion. Within this one-year period, the CONTRACTOR shall also restore to full compliance with requirements of this contract portions of the work that are found to not meet those requirements. The CONTRACTOR shall hold the AGENCY harmless from claims of any kind arising from damages due to said defects or noncompliance. Repairs, replacements, and restorations shall be made within 30days after the date of the ENGINEER's written notice. 4-1.3.1 General – Add the following: A.Provide letters of certificate for aggregate materials to be used for: 1.Base. 2.Design mix for asphalt concrete. G 16 105 3.Design mix for asphalt rubber hot mix (ARHM). 4.Design mix for concrete pavements. 5.Design mix for Slurry Seal B.Provide submittals for materials to be used as described in the following specifications: 1.Section 200 -Rock Materials 2.Section 201 -Concrete, Mortar and Related Materials 3.Section 203 - Bituminous Materials 4.Section 211 – Soils and Aggregates Tests 5.Section 213 – Engineering Fabrics 6.Section 214 – Pavement Markers 4-1.4 Test of Materials –Add the following: All necessary materials and compaction testing will be done by AGENCY approved testing laboratory. Except as elsewhere specified, the AGENCY will bear the cost of testing materials and or workmanship, which meet or exceed the requirements indicated in the SSPWC and Special Provisions. The costs of additional tests, if deemed necessary by the ENGINEER, of material and/or workmanship, which previously met or exceeded the requirements indicated in the SSPWC and Special Provisions, shall be borne by the CONTRACTOR. The cost of all other testing that fails to pass the first test shall be charged to the CONTRACTOR and withheld from final payment. CONTRACTOR shall submit to the Project Inspector, on the AGENCY’S standard form, requests for material testing at least 48-hours before the required materials test is needed. 4-1.6 Trade Names or Equals – Approvalof equipment and materials offered as equivalents to those specified must be obtained as set forth herein and in the INSTRUCTION TO BIDDERS. SECTION 5 – UTILITIES 5-1 LOCATION -Add the following: The following Utilities, with contact information, are known to be within the Contract limits: A.Contact Underground Service Alert at least 2 working days in advance of disturbance. 1-800-227-2600. B.The following Utility Company’s shall be contacted regarding information of their known facilities: 1.Sewer District Contact: LOS ANGELES COUNTY SANITATION DISTRICT 1955 S. Workman Mills Road Whittier, CA 90670-4990 Attention: Sal Soto (626) 506-7959 G 17 106 2.Gas Contact: SOUTHERN CALIFORNIA GAS COMPANY 9400 Oakdale Ave. Chatsworth, CA 91313 Attention: Transmission Planning Office (818) 701-3228 3.Telephone Contact: AT&T 26971 Furnivall Ave., Room D102 Santa Clarita, CA 91351 Attention: Lori Torossian (661) 251-3336 4. WaterDistrictContact: SCV Water Agency 24631 W. Avenue Rockefeller Santa Clarita, CA 91355 Attention: Gino Garcia (661) 295-6508 5. Water District Contact: SCV Water Agency P.O. Box 220970 Santa Clarita, CA 91321 Attention: Joshua Gilliam (661) 259-3610 6. Water District Contact: SCV Water Agency 26521 Summit Circle Santa Clarita, CA 91350 Attention: Roger Hitchen (661) 259-2737 7. Electric Contact: SOUTHERN CALIFORNIA EDISON 25625 W. Rye Canyon Road Valencia, CA 91355 Attention: Lori Causas (661) 257-8221 G 18 107 The CONTRACTOR’s attention is directed to Section 5 “Utilities” and Subsections 7-9 “Protection and Restoration of Existing Improvements” of the Standard Specifications and to the contract Plans for location of utilities. The CONTRACTOR shall verify the location, size, and type of all existing utilities prior to construction. Utilities include but are not limited to; telephone, electricity, gas, oil transmission, fiber- optic cable, cable television lines, domestic water, reclaimed water, sewer, and traffic signal interconnect lines. Payment for construction relocation or adjustment of these utility lines shall be the responsibility of the respective utility companies, unless otherwise indicated elsewhere in these Special Provisions. TheCONTRACTOR shall obtain all necessary permits and notify the following agencies at least72-hours in advance of excavating around any of their structures. The utility companies listed below can be contacted as indicated. It shall be the responsibility of the CONTRACTOR to coordinate all phases of construction with the various utility companies involved. The California Public Utilities Commission mandates that, in the interest of public safety, main line gas valves be maintained in a manner to be readily accessible and in good operating condition. The CONTRACTOR shall notify Southern California Gas Company, Headquarters Planning Office at (818) 701-3261 at least 2 working days prior to the start of construction. The location and existence of utilities and improvements shown on the plans are approximate and taken from available records. The CONTRACTOR shall verify the location of existing improvements and shall take all precautions to protect them whether shown or not. The CONTRACTOR shall notify Underground Service Alert at 1-800-422- 4133 at least 48 hours prior to any excavation. The CONTRACTOR is advised of the existence of the utility notification service provided by Underground Service Alert (USA). USA member utilities will provide the CONTRACTOR with the precise locations of their substructures in the construction area when the CONTRACTOR gives at least 48 hours notice to Underground Service Alert by calling 1-800-422-4133. The exact location and identification of all existing utilities shall be determinedby the CONTRACTOR prior to the start of any work. All existing City-owned utilities located in sidewalk, driveway approach, access ramp, or any area requiring grade adjustment due to the proposed improvements shall be considered appurtenant to the bid item for which the adjustment is required. The CONTRACTOR shall protect-in-place all utilities otherwise noted on the plans.The CONTRACTOR shall be responsible of walking utilities prior and sign off approval from utilities after each location is completed. Prior to commencement of construction, CONTRACTOR shall physically locate, verifying horizontal and vertical locations, and map existing underground facilities within the work area that are marked by Underground Service Alert (USA) or shown on the drawings. CONTRACTOR shall protect all such facilities from damage due to construction activities for the duration of the project. CONTRACTOR shall deliver a plan with the location of each potholed utility to the Engineer. CONTRACTOR shall notify affected utilities. G 19 108 Repair of damage to such facilities shall be at the CONTRACTORs expense and shall be considered as integral to this item of work. CONTRACTOR shall be responsible for following all applicable rules and regulations concerning work in the vicinity of underground and/or overhead utilities. CONTRACTOR shall use bedding sand to back fill around utilities in any excavation. The cost for coordination with the utility companies and providing the time, work areas, protecting their facilities, in place as shown on plans and as specified in these provision shall be included in the related items of work and no additional time allowance or compensation shall be made thereof. 5-4 RELOCATION The first paragraph of Section 5-4 of the Standard Specification is hereby deleted and replaced with the following: During the construction of the project by the CONTRACTOR various utility companies maybe completing their work to replace, relocate, install, modify, abandon or adjust their existing underground, at grade and overhead facilities and structures to clear or join the proposed improvements. The CONTRACTOR shall coordinate, scheduling and cooperate with the various utility companies so as to allow them access to their work, and time to complete their work so as to not cause unnecessary delays to the contract. The cost for coordination with the utility companies and providing the time, work areas, protecting their facilities, in place shown on the plans and as specified in these special provisions shall be included in the related items of work and no additional time allowances or compensation will be made thereof. Any utilities adjusted by the contractor shall be signed off with approval by the respective utility company, prior the project completion. Failure of the CONTRACTOR to adhere obtaining Utilities approval will result in withheld of retention until ALL adjusted Utility facilities are accepted.A copy of project plan sheets, with signature from Utilities approval, shall be provided to City. SECTION 6 - PROSECUTION, PROGRESS, AND ACCEPTANCE OF WORK 6-1 CONSTRUCTION SCHEDULE AND COMMENCEMENT OF WORK The CONTRACTORshall prepare a construction schedule for this contract in conformance with the Provisions in Section 6-1, “Construction Schedule and Commencement of Work,” of the Standard Specifications. The CONTRACTOR’s proposed schedule and staging plan shall be submitted to the Engineer for approval within ten (10) working days after the AGENCY’s issuance of a notice of award of contract. Unless otherwise provided,the Contract time shall commence upon the date of issuance of a notice to proceed. The work shall start within (ten) 10 consecutive calendar days thereafter, and be diligently prosecuted to completion within the time provided in the Specifications. The CONTRACTORshall be responsible for establishing a construction schedule for removal of existing signing and striping within the limits as shown on the plans. This schedule will be subject to review and approval by the Engineerbefore any of these processes begins. Where areas of additional removal are found to be needed during the course of this work, the Engineermay provide for such work to be performed by other forces or direct that it may be performed by the CONTRACTORas a change in the work. G 20 109 The CONTRACTORshall prepare a computer generated CPM schedule for this project. The schedule shall be generated using Microsoft Project, or an approved substitute. The schedule shall be broken down into activities with durations each less than two weeks and valued at less than $20,000. No more than 15% of the activities may be on the critical path of the baseline schedule. Baseline schedule shall be updated and submitted on monthly basis. The baseline schedule will be reviewed by the Engineer and the CONTRACTOR shall make any reasonable changes requested to make the schedule acceptable. On a biweekly basis, the CONTRACTOR shall submit an updated schedule reflecting the work progress for the previous two weeks. If, at any time, the updated schedule shows project completion ten or more working days behind schedule, the CONTRACTOR shall be required to submit a recovery schedule showing how the original completion date will be met. After the recovery schedule has been found to be acceptable by the Engineer, it will be used to govern work until the original schedule is recovered. On a weekly basis, the CONTRACTOR shall submit a task schedule reflecting the work scheduled for each day for the following two weeks. Compliance with the scheduling requirements of this section isof the essence of this contract. Failure to comply with the requirements of this section may result in the AGENCY retaining money from the monthly pay request, or enforcing penalty as described below. Failure of the CONTRACTOR to adhere to the approved,weekly, and monthly construction schedule will result in damages being sustained by the City. Such damages are, and will continue to be, impracticable and extremely difficult to determine. For each occurrence of a construction schedule violation as provided herein, the CONTRACTOR shall pay to the AGENCY, or have withheld from monies due to it, the sum of $2,000, unless otherwise provided in the specifications. All schedule submittals shall be made electronically and in printed format acceptable to the Engineer 6-6 DELAYS AND EXTENSIONS OF TIME 6-6.1 General -In the second paragraph, replace the word "materials" with the words "materials, equipment, or labor". No extension of time will be granted for the CONTRACTOR’s inability to secure materials for this project. 6-7 TIME OF COMPLETION 6-7.1 General -Time is of the essence in the performance of the work. The CONTRACTOR shall begin work within ten (10) calendar days after date of the Notice to Proceed and shall diligently prosecute the work to completion in every detail, within 30 Working Days (Base Bid)after the date in the Notice to Proceed with Work, exclusive of maintenance periods if any. Alternate one and two will each be given five additional working days if added to the scope of workas determined by the City Project Manager. G 21 110 6-7.2 Working Day -CONTRACTOR's activities shall be confined to the hours between 7:00 am. and 4:30 pm. Monday through Friday (except for approved Night Work). Approved Night Work activities shall be confined to the hours between 8:30 pm and 4:30 am. Monday through Friday. In addition, no work shall be performed by the CONTRACTOR between 5:00 AM on Saturday and 7:00 AM on Monday, or on AGENCY-designated holidays. Days designated as holidays by the AGENCY are listed in Table 1.Refer to project Plan Sheets, and Section F2-2.4 Traffic Maintenance, for additional approved hours on each specific location. Deviations from these restrictions will not be permitted without the prior consent of the ENGINEER, except in emergencies involving immediate hazard to persons or property. In the event of either a requested or emergency deviation, inspection service fees will be charged against the CONTRACTOR. Service fees will be calculated at overtime rates includingbenefits, overhead, and travel time; and will be deducted from the amounts due the CONTRACTOR. Failure of the CONTRACTOR to adhere to these restrictions will result in damages being sustained by the City. Such damages are, and will continue to be, impracticable and extremely difficult to determine. For each occurrence of a working day or hours violation, as provided herein, the CONTRACTOR shall pay to the AGENCY, or have withheld from monies due to it, the sum of $2,000, unless otherwise provided in the specifications. TABLE 1 AGENCY-DESIGNATED HOLIDAYS Memorial Day May 5, 2020 Independence Day July 4, 2020 Labor Day September 7, 2020 Veteran’s Day November 11, 2020 Thanksgiving Day November 26, 2020 Day After Thanksgiving November 27, 2020 1/2 Day for Christmas EveDecember 24, 2020 Christmas Day December 25, 2020 1/2 Day for New Year’s EveDecember 31, 2020 New Year’s Day January 1, 2021 6-9 LIQUIDATED DAMAGES Liquidated damages for failure of the CONTRACTORto complete the work within the time allowed are hereby amended to be two thousand five hundred dollars ($2,500.00) per day. ADD Paragraph 6-9.1 “Liquidated Damages for Avoidable Delay” For each and every day that any portion of the work remains unfinished after the time fixed forcompletion in the contract documents as modified by any extension of time granted pursuant to Paragraph 6-6.1.3, damage will be sustained by the AGENCY. Because of the difficulty in computing the actual material loss and disadvantage to the AGENCY, it isdetermined in advance and agreed to by the parties hereto that the CONTRACTOR will pay the AGENCY the amount of damages set forth herein as representing a reasonable forecast of the actual damages which the AGENCY will suffer by the failure of the CONTRACTOR to complete the work within the stipulated G 22 111 time. The execution of the agreement shall constitute acknowledgment by the CONTRACTOR that he/she has ascertained and agrees that the AGENCY will actually suffer damages in the amount herein fixed for each and every day during which the completion of the work is avoidably delayed beyond the stipulated completion date. Unless otherwise provided in the contract documents, the CONTRACTOR shall have no claim or right of action against the AGENCY for damages, costs, expenses, loss of profits, or otherwise because of or by reason of any delay in the fulfillment of the contract within the time limited therefor occasioned by any cause or event within the CONTRACTOR's control. Failure of the City to insist upon the performance of any covenant or conditions within the time period specified in the contract documents shall not constitute a waiver of the CONTRACTOR’s duty to complete performance within the designated periods unless the waiver is in writing. The City’s agreement to waive a specific time provision or to extend the time for performance shall not constitute a waiver of any other time provisions contained in the contract documents. Damages for avoidable delays shall be in the amount of $2,500.00 for each consecutive calendar day in excess of the time specified for completion of the work. ADD Section6-11 GUARANTEE The CONTRACTOR shall warrant and guarantee the entire Work and all parts thereof, including that performed and constructed by SUBCONTRACTORS, and others employed directly or indirectly on the Work, against faulty or defective materials, equipment or workmanship for the maximum period provided by law. In addition thereto, for a period of one (1) year commencing on the date of acceptance of the Work, the CONTRACTOR shall, upon the receipt of notice in writing from the AGENCY, promptly make all repairs arising out of defective materials, workmanship or equipment and bear the cost thereof. The AGENCY is hereby authorized to make such repairs and the CONTRACTOR and Surety shall bear the cost thereof if, ten (10) days after the giving of such notice to the CONTRACTOR, the CONTRACTOR has failed to make or undertake with due diligence the repairs; provided, however, that, in the case of an emergency where, in the opinion of the AGENCY, delay could cause serious loss or damage, repairs may be made without notice being sent to the CONTRACTOR or Surety, and all expense in connection therewith shall be charged to the CONTRACTOR and Surety. For the purpose of this article "acceptance of the Work" shall mean the acceptance of the Work by the AGENCY in accordance with Subsection 6-8 but not for the purpose of extinguishing any covenant or agreement or agreement on the part of the CONTRACTOR to be performed or fulfilled under this Contract which has not in fact been performed or fulfilled at the time of such acceptance all of which covenants and agreements shall continue to be binding on the CONTRACTOR until they have been fulfilled. The effective date of acceptance of the work and commencement of the Guarantee shall be the date of acceptance of the Notice of Completion by the City Council. ADD Section6-12 DISPUTES AND CLAIMS G 23 112 ADD Section 6-12.1 General Any and all decisions made on appeal pursuant to this Subsection 6-12 shall be in writing. Any “decision” purportedly made pursuant to this Subsection 6-12 which is not in writing shall not be binding upon the AGENCY and should not be relief upon the CONTRACTOR. Nothing in this subsection shall be considered as relievingthe CONTRACTOR from his duty to file the notice required under Subsection 6-13 or other duties required by the contract documents. Add Section 6-12.2 Administrative Review Prior to demand for arbitration, the CONTRACTOR shall exhaust his administrative remedies by attempting to resolve his dispute to claim with AGENCY’s staff in the following sequence: Project Manager Director of Public Works Should the Project Manager fail to address a request by the CONTRACTOR for review of a disputed decision within 14calendar days after receiving such request, the CONTRACTOR may proceed directly to the Director of Public Works. At the option of the AGENCY, the person to whom the request for review is directed may elect to take such request to a higher level and the CONTRACTOR’s request shall be deemed to be properly submitted to such higher lever. TheDirector of Public Worksshall address disputes or claims within 28 calendar days after receiving such request and all necessary supporting data. The Director of PublicWorks’ decision on the dispute or claim shall be the AGENCY’s final decision. Requests for review made to the Public Works Inspector or Project Manager shall be written. Requests for review made to the Director of Public Worksshall be made in writing with supporting evidence attached. Each request for review shall be submitted by the CONTRACTOR within 21 calendar days of receipt of the decision which he wishes. SECTION 7 - RESPONSIBILITIES OF CONTRACTOR 7-1 CONTRACTOR'S EQUIPMENT AND FACILITIES A noise level limit of 86 dba at a distance of 50 feet shall apply to all construction equipment on or related to the job whether owned by the CONTRACTOR or not. The use of excessively loud warning signals shall be avoided except in those cases required for the protection of personnel. The CONTRACTOR shall arrange and maintain a secure storage site for all equipment and materials. All equipment and unused materials shall be returned to this site at the end of each work day. The appropriate BMPs shall be implemented at the storage site. The CONTRACTOR shall submit a route plan for the delivery of materials to both the job and the storage sites at least seven (7) days before commencing work. G 24 113 Deviation from these requirements will not be permitted without the prior consent of the Engineer, except in emergencies involving immediate hazard to persons or property. The CONTRACTOR shall not start, operate, move, or idle equipment prior to the designated working time of 7:00 a.m. Monday through Friday unless otherwiseapproved by the AGENCY. 7-2 LABOR 7-2.2 LAWS -The CONTRACTOR and all SUBCONTRACTORS, suppliers, and vendors shall comply with all AGENCY, State, and Federal orders regarding affirmative action to ensure equal employment opportunities and fair employment practices. Failure to file any report due under said orders will result in suspension of periodic progress payments. The CONTRACTOR shall ensure unlimited access to the job site for all equal employment opportunity compliance officers. In accordance with the Labor Code, as provided in Section 1773, et. seq., the AGENCY has on file in the City Clerk's office the latest prevailing rates as established by the Director of Industrial Relations of the State of California. The CONTRACTOR shall not pay less than these rates. Add Paragraph 7-2.2.1 “Overtime and Shift Work” Overtime and shift work may be established as a regular procedure by the CONTRACTOR only with the written permission of the Engineer. Such permission may be revoked at any time. No work other than overtime and shift work established as a regular procedure shall be done between the hours of 3:30 p.m. and 7:30 a.m., nor on Saturdays, Sundays or legal holidays, except such work as is necessary for the proper care and protection of the work already performed or except in case of an emergency. All costs for overtime inspection, except those occurring as a result of overtime and shift work established as a regular procedure, shall be paid by the CONTRACTOR. Overtime inspection shall includeinspection required during holidays observed by the AGC and Trade Unions, Saturdays, Sundays, and any weekday between the hours of 3:30 p.m. and 7:30 a.m. Such costs will include but will not necessarily be limited to engineering, inspection, general supervision and other overhead expenses which are directly chargeable to the overtime work. All such charges shall be deducted by the AGENCY from payments due the CONTRACTOR. 7-3 LIABILITY INSURANCE Liability insurance coverage requirements are amended asfollows: Insurance Coverage Requirements Limit Requirements Comprehensive General Liability $ 2,000,000 Products/Completed Operations Hazard$ 1,000,000 Comprehensive Automobile Liability $ 1,000,000 Contractual General Liability $ 2,000,000 G 25 114 A combined single-limit policy in the amount of $2,000,000 or a commercial general liability policy with a $2,000,000 occurrence limit and a $4,000,000 aggregate limit will be considered equivalent to the required minimum limits. Except as provided for inSubsection 6-10, the CONTRACTOR shall save, keep and hold harmless the AGENCY, its officers, employees, and agents from all damages, costs, or expenses in law or equity that may at any time arise or be set up because of damages to property, or of personalinjury received by reason of or in the course of performing work, which may be caused by any willful or a negligent act or omission by the CONTRACTOR, any of the CONTRACTOR's employees, or any SUBCONTRACTOR. The AGENCY will not be liable for any accident, loss or damage to the Work prior to its completion and acceptance, except as provided for in Subsection 6-10 of the SSPWC. Except as provided for in Subsection 6-10, the CONTRACTOR shall save, keep and hold harmless the following: City of Santa Clarita(Property Owner) Additional Property Owners as required to complete the work. All liability insurance policies shall bear an endorsement or shall have attached a rider whereby it is provided that, in the event of an expiration or proposed cancellation ofsuch policies for any reason whatsoever, the AGENCY shall be notified by registered or certified mail, return receipt requested, giving a sufficient time before the date thereof to comply with any applicable law or statute, but in no event less than 30 days before expiration or cancellation is effective. A Certificate of Insurance is evidencing the above policy shall be submitted to the AGENCY concurrently with the filing of the Faithful Performance Bond and Payment (Labor and Material) Bond and shall be subject to the approval of the City Attorney. All of such insurance shall be primary insurance and, except for professional liability insurance, shall name the City of Santa Clarita and its officers, agents, servants and employees, as additional insured. The policy shall also name the following as additional insured: City of Santa Clarita (Property Owner) Additional Property Owners as required to complete the work The cost of this insurance shall be included in the CONTRACTOR's bid. 7-5 PERMITS Subsection 7-5 of the SSPWC is hereby deleted and replaced with the following: Prior to the start of work, the CONTRACTOR shall take out the applicable AGENCY permits and make arrangements for AGENCY inspections. AGENCY permits will be issued at no charge to the CONTRACTOR. The CONTRACTOR and all SUBCONTRACTORSshall be licensed in accordance with State Business and G 26 115 Professions Code. The CONTRACTOR shall also obtain, at the CONTRACTOR's cost, any and all other permits, licenses, inspections, certificates or authorizations required by any governing body or entity, including the Railroad, SCRRA. The CONTRACTOR shall pay all costs incurred by the permit requirements. The AGENCY will reimburse the CONTRACTOR permit fees associated with the contract. CONTRACTOR shall submit original permit fees for review by AGENCY prior to any reimbursement. No reimbursement to the CONTRACTOR will be made for his time or associated costs incurred in procuring construction permits. 7-6 CONTRACTOR’S REPRESENTATIVE – Add the following: The CONTRACTOR’s Representative is required to be accessible by pager or cellular phone at all times. 7-8 WORK SITE MAINTENANCE 7-8.1CLEAN UP and DUST CONTROL – Add the following: a.The CONTRACTOR shall comply with Section 7-8.1, “Cleanup and Dust Control,” of the Standard Specifications and Section 7-1.01F “Air Pollution Control,” of the Caltrans Standard Specifications. The CONTRACTOR must comply with the City of Santa Clarita’s Municipal Code and State Regulations. b.Storm Water treatment and dust control shall be the responsibility of the CONTRACTOR. A Storm Water Pollution Prevention Plan (SWPPP) is required to be provided by the CONTRACTOR. A copy shall be available on-site during construction. Implementation of the Plan is the responsibility of the CONTRACTOR. c.The CONTRACTOR shall comply with the Board’s Construction and Demolition Ordinance per the California Integrated Waste Management Act of 1989, commonly referred to as Assembly bill 939 (AB939). This ordinance requires that at least 50% of all construction and demolition materials and inert waste from construction, demolition, and grading projects be diverted from landfills. The CONTRACTOR shall prepare a Construction and Demolition Materials Management Plan (C&DMMP) in accordance with the guidelines established by the Board. The C&DMPP must be completed prior to the start of construction. The C&DMPP shall be reviewed and approved by the Board prior to the start of construction. The completed C&DMPP shall, at a minimum, comply with Section 15.46.300 of the Board’s Municipal Code. d.The following three conditions must be met in order to obtain approval of the C&DMMP: (1) the C&DMMP provides all the information set forth in Sections 15.46.300, 15.46.310, and 15.46.320 of the Board’s Municipal Code; (2) the C&DMMP indicates that the appropriate Diversion Requirements will be met; (3) the CONTRACTOR has submitted an appropriate Diversion Security Deposit in compliance with Section 15.46.400 of the Board’s Municipal Code. 7-8.1.1DUST CONTROL Dust generated by traffic, CONTRACTOR’s operations, or wind are all included in the definition of “dust.” All activities shall be in compliance with the South Coast Air Quality Management District’s (SCAQMD) Rule 403. Fugitive Dust requirements. G 27 116 High wind conditionis defined as instantaneous wind speeds exceeding 25 miles per hour (SCAQMD Rule 403, (c), (19), High Wind Conditions). Inactive Disturbed Surface Areameans any disturbed surface area upon which active operation have not occurred or are not expected to occur for a period of 20 consecutive days. (SCAQMD Rule 403, (c), (20), Inactive Disturbed Surface Area). Stabilized Surfacemeans any previously disturbed surface area or open storage pile which, through the application of dust suppressants, shows visual or other evidence of surface crusting and is resistant to wind-driven fugitive dust and is demonstrated to be stabilized. Stabilization can be demonstrated by one or more of the applicable test methods contained in the Rule 403 ImplementationHandbook. (SCAQMD Rule 403, (c), (31), Stabilized Surface). In order to reduce PM10 emissions to the maximum extent feasible, the CONTRACTOR shall take these measures during the following operations: Earth Moving Cease all active operations; OR Apply water to soil not more than 15 minutes prior to moving soil. Disturbed Surface Area On the last day of active operations prior to a weekend, holiday, or any other period when active operations will not occur for not more than four consecutive days: apply water with a chemical stabilizer diluted to not less than 1/20 of the concentration required to maintain a stabilized surface for a period of 6 months; OR Apply chemical stabilizers prior to a wind event; OR Apply water to all unstabilized disturbed areas 3 times per day. If there is any evidence of wind driven fugitive dust, watering frequency is increased to a minimum of four times per day; OR Establish a vegetative ground cover within 21 days after active operations have ceased. Ground cover must be of sufficient density to expose less than 30 percent of unstabilized ground within 90 days of planting, and at all times thereafter; OR Utilize a combination of the above control actions such that, in total, these actions apply to all disturbed surface areas. Unpaved Roads Apply chemical stabilizers prior to a wind event; OR Apply water twice per hour during active operation; OR Stop all vehicular traffic. Open Storage Piles Apply water twice per hour during active operation; OR Apply chemical stabilizers; OR Install temporary coverings. Paved Road Track-out G 28 117 Cover all haul vehicles; OR Comply with the vehicle freeboard requirements of Section 23114 of the California Vehicle Code for both public and private roads. All Categories Any other control measure approved bythe Executive Officer and the U.S. EPA as equivalent to the methods specified above may be used. In order to reduce PMemissions to the maximum extent feasible, the CONTRACTOR 10 shall take these measures during the following operations: Earth Moving (Except Construction) Maintain soil moisture content at a minimum of 12 percent, as determined by ASTM method D 2216, or other equivalent method approved by the Executive Officer, the California Air Resources Board, and the U.S. EPA. Two soil moisture evaluations must be conducted during the first three hours of active operations during a calendar day, and two such evaluations each subsequent 4-hour period of active operation; OR For any earth-moving that is more than 100 feet from all property lines, conduct watering as necessary to prevent visible dust emissions from exceeding 100 feet in length in any direction. Earth Moving (Construction Fill Areas) Maintain soil moisture content at a minimum of 12 percent, as determined by ASTM method D2216, or other equivalent method approved by the Executive Officer, the California Air Resources Board, and the U.S. EPA. For areas which have an optimum moisture content for compaction of less than 12 percent, at determined by ASTM method 1557 or other equivalent method approved by the Executive Officer and the California Air Resources Board, and the U.S. EPA, complete the compaction process as expeditiously as possible after achieving at least 70 percent of the optimum soil moisture content. Two soil moisture evaluations must be conducted during the first 3 hours of active operations during a calendar day, and two such evaluations during each subsequent 4-hour period of active operations. Earth Moving (Construction Cut Areas) Conduct watering as necessary to prevent visible emissions from extending more than 100 feet beyond the active cut or mining area unless the area is inaccessible to watering vehicles due to slope conditions or other safety factors. Disturbed Surface Areas (Except Completed Grading Areas) Apply dust suppression in sufficient quantity and frequency to maintain a stabilized surface. Any areas which cannot be stabilized, as evidenced by wind driven fugitive dust must have an application of water at least twice per day to at least 80 percent of the unstabilized area. Disturbed Surface Areas (Completed Grading Areas) Apply chemical stabilizers within five working days of grading completion; OR Apply water to at least 80 percent of all inactive disturbed surface areas on a daily basis when there is evidence of winddriven fugitive dust, excluding any areas G 29 118 which are inaccessible to watering vehicles due to excessive slope or other safety conditions; OR Apply dust suppressants in sufficient quantity and frequency to maintain a stabilized surface. Inactive Disturbed Areas Apply water to at least 80 percent of all inactive disturbed surface areas on a daily basis when there is evidence of wind driven fugitive dust, excluding any areas which are inaccessible to watering vehicles due to excessive slope or other safety conditions; OR Establish a vegetative ground cover within 21 days after active operations have ceased. Ground cover must be of sufficient density to expose less than 30 percent of unstabilized ground within 90 days of planting, and at all times thereafter; OR Utilize any combination of control action AQ-23, AQ-24, and AQ-25 such that, in total, these actions apply to all inactive disturbed surface areas. Track-out Operations Install a pad consisting of washed gravel (minimum-size: one inch) maintained in a clean condition to a depth of at least six inches and extending at least 30 feet wide and at least 50 feet long. Pave the surface extending at least 100 feet and at least 20 feet wide. Utilize a wheel shaker/wheel spreading device consisting of raised dividers (rails, pipe, or grates) at least 24 feet long and 10 feet wide to remove bulk material from tires and vehicle undercarriages before the vehicles exit the site. Install and utilize a wheel washing system to remove bulk material from tires and vehicleundercarriages before vehicles exit the site. Any other control measures approves by the Executive Officer and the U.S. EPA as equivalent to the actions specified in SCAQMD Rule 404, (d)(5)(A) through (d)(5)(D). The CONTRACTORshall be responsible for watering the work area where dust is generated from public traffic, CONTRACTOR’s operations, and wind. CONTRACTOR’s area of operations includes areas outside of the roadbed limits where excavation, fill, or stockpiling of dirt or debris has taken place. TheCONTRACTORis responsible for monitoring all of the above-described areas in the project area during the life of the project, including holidays and weekends. The CONTRACTOR shall not discharge smoke, dust, or any other air contaminants into the atmosphere in such quantity as will violate the regulations of any legally constituted authority. Equipment shall be turned off when not in use for longer than 5 minutes. Payment for maintaining dust control and air contaminates within the project area shall be included in the contract prices paid for related items of work, and no additional compensation shall be allowed therefore. Add the following: G 30 119 Equipment shall be removed from the site as soon as it is no longer necessary for the project. Within 24 hours of arequest from the AGENCY, CONTRACTOR must remove equipment from the site that is no longer needed for the project. Refusal by the CONTRACTOR to remove the equipment may be cause for withholding progress payments. 7-8.1.2 CLEAN UP When joining existing pavement, CONTRACTOR shall feather a minimum of 10 feet or that which is shown on the construction plan. The CONTRACTOR is responsible to keep streets within the construction area clean at all times. Any sweeping performed by the City crews due to the construction work shall be charged to the CONTRACTOR at overtime rates. Temporary AC is subject to raveling. When temporary AC is being used, a street sweeper shall be scheduled to remove all debris caused by the raveling. The sweeper shall operate continuously until the raveling has stopped or the temporary AC has been removed. The CONTRACTOR shall, as directed by the Engineer, remove from all public and private property at its own expense all temporary structures, rubbish and waste materials resulting from its operations. This includes temporary work area obtained by the CONTRACTOR. All existing surfaces, whether asphaltic or concrete, portland cement concrete, permanent fencing and barriers, landscape material such as turf, trees, shrubs, gravel, etc., or other, shall, after construction, be restored to a condition at least equal to that which existed prior to construction. All restoration shall be in-kind except in those areas where details indicate to the contrary. The details of those areas will govern. Restoration shall include, but not be limited to, the replacement of landscape planting and irrigation system, and pavement striping which are disturbed by the CONTRACTOR’s operations in the course of work. Protect existing buildings, paving, landscaping, and other services or facilities on-site and adjacent to the site from damage caused by site work operations and access to the site. Cost of repair and restoration of damaged items shall be at the CONTRACTOR’s expense. It shall be the CONTRACTOR’s responsibility to conduct his operations in such a manner so as to prevent damage to existing substructures. In the event of substructure damage, the CONTRACTOR shall bear full responsibility and total expense for repair and/or replacement of said substructure. Locate, protect, and maintain benchmarks, monuments, control points, and project engineering reference points. Re-establish disturbed or destroyed items at CONTRACTOR’s expense. Payment for this work shall be included in the related items of work and no additional compensation shall be made thereof. 7-8.6 Water Pollution Control 7-8.6 is hereby deleted and replaced with the following: G 31 120 7-8.6.1 GENERAL The CONTRACTOR shall prepare a BMP Plan to address the requirements described in the MS4 permit. The BMP Plan must be completed prior to the start of construction and post-construction controls. The BMP Plan shall be reviewed and approved by the City prior to the start of construction. TheCONTRACTOR’s activities shall never exceed one (1) acre of disturbed soil, including the staging/storage area(s). Exceeding one (1) acre of disturbed soil will cause extended delays and incur significant financial penalties. Unless arrangements for disturbance of areas outside the project limits are made by the City and made part of the contract, it is expressly agreed that the City assumes no responsibility whatsoever to the CONTRACTOR or property owner with respect to any arrangements made between the CONTRACTOR and property owner to allow disturbance of areas outside the project limits. The CONTRACTOR shall be responsible for the costs and for liabilities imposed by law as a result of the CONTRACTOR's failure to comply with the requirements set forth in this section "Water Pollution Control". In addition to the remedies authorized by law, an amount of the money due the CONTRACTOR under the contract, as determined by the City, may be retained by the City of Santa Clarita until disposition has been made of the costs and liabilities. WATER POLLUTION CONTROL PROGRAM: PREPARATION, APPROVAL, AND UPDATES As part of the water pollution control work, a Water Pollution Control Program, hereafter referred to as the BMP Plan is required for this contract. Construction shall not begin until the BMP Plan is approvedby the Engineer. Within 15 days after the approval of the contract, the CONTRACTOR shall submit electronically the BMP Plan to the Engineer. The Engineer will have 5 days to review the BMP Plan. The BMP Plan shall identify pollution sources that may adversely affect the quality of storm water discharges associated with the project and shall identify water pollution control measures, hereafter referred to as control measures, to be constructed, implemented, and maintained in order to reduce to the extent feasiblepollutants in storm water discharges from the construction site during construction under this contract. The BMP Plan shall incorporate control measures in the following categories (if applicable to the project): The CONTRACTOR shall amend the BMP Plan,graphically and in narrative form, whenever there is a change in construction activities or operations which may affect the discharge of pollutants to surface waters, ground waters, municipal storm drain systems or when deemed necessary by the Engineer. The BMP Plan shall be amended if the G 32 121 BMP Plan has not achieved the objective of reducing pollutants in storm water discharges. Amendments shall show additional control measures or revised operations, including those in areas not shown in the initially approved BMP Plan, which are required on the project to control water pollution effectively. Amendments to the BMP Plan shall be submitted through EADOC for review and approval by the Engineer in the same manner specified for the initially approved BMP Plan.Amendments shall be dated and attached to the on-site BMP Plan document. The CONTRACTOR shall keep a copy of the BMP Plan, together with updates, revisions and amendments at the project site. 7-8.6.2 BMP Plan IMPLEMENTATION Upon approval of the BMPPlan, the CONTRACTOR shall be responsible throughout the duration of the project for installing, constructing, inspecting, and maintaining the control measures included in the BMP Plan and any amendments thereto and for removing and disposing of temporarycontrol measures. Unless otherwise directed by the Engineer or specified in these special provisions, the CONTRACTOR's responsibility for BMP Plan implementation shall continue throughout any temporary suspension of work ordered in conformance with the provisions in Section 8-1.05, "Temporary Suspension of Work," of the Caltrans’ Standard Specifications. Requirements for installation, construction, inspection, maintenance, removal, and disposal of control measures are specified in the Manuals and these special provisions. Soil stabilization practices and sediment control measures, including minimum requirements, shall be provided throughout the project. A quantity of soil stabilization and sediment control materials shall be maintained on site equal to100 percent of that sufficient to protect unprotected, soil-disturbed areas on the project site. A detailed plan for the mobilization of sufficient labor and equipment shall be maintained to fully deploy control measures required to protect unprotected,soil- disturbed areas on the project site prior to the onset of precipitation. A current inventory of control measure materials and the detailed mobilization plan shall be included as part of the BMP Plan. Throughout the project, soil-disturbed areas on the project site shall be considered to be non-active whenever soil disturbing activities are expected to be discontinued for a period of twenty (20) or more days and the areas are fully protected. Areas that will become non-active within twenty (20) days shall be fully protected with soil stabilization practices and sediment control measures within 10 days of the discontinuance of soil disturbing activities or prior to the onset of precipitation, whichever is first to occur. Throughout the project, active soil-disturbed areas of the project site shall be fully protected at the end of each day with soil stabilization practices and sediment control measures unless fair weather is predicted through the following work day. The weather forecast shall be monitored by the CONTRACTOR on a daily basis. The National Weather Service forecast shall be used. An alternative weather forecast proposed by the CONTRACTOR may be used if approved by the Engineer. If precipitation is predicted prior to the end of the following work day, construction scheduling shall be modified, as required and functioning control measures shall be deployed prior to the onset of the precipitation. G 33 122 The CONTRACTOR shall implement throughout the duration of the project, control measures includedin the BMP Plan for tracking control, wind erosion control, non-storm water control, and waste management and material pollution control. The Engineer may order the suspension of construction operations, which create water pollution if the CONTRACTOR fails to conform to the provisions in this section "Water Pollution Control" as determined by the Engineer. 7-8.6.3 MAINTENANCE To ensure the proper implementation and functioning of control measures, the CONTRACTOR shall regularly inspect and maintain the construction site for the control measures identified in the WPCP. The CONTRACTOR shall identify corrective actions and time needed to address any deficient measures or reinitiate any measures that have been discontinued. During the project, inspections of the construction site shall be conducted by the CONTRACTOR to identify deficient measures, as follows: A.Prior to a forecast storm; B.After all precipitation that causes runoff capable of carrying sediment from the construction site; C.At 24-hour intervals during extended precipitation events; and D.Routinely, at a minimum of once every week. Upon completion of the project ALL disturbed-soil areas, including the construction staging area, shall be stabilized with materials providing soil stabilization for a minimum of one year. These materials shall be approved by the ENGINEER. Stabilization items are required to be implemented prior to the project acceptance by the City’s Project Manager. No BMPs may contain plastic. If the CONTRACTOR or the Engineer identifies a deficiency in the deployment or functioning of an identified control measure, the deficiency shall be corrected immediately. The deficiency may be corrected at a later date and time if requested by the CONTRACTOR and approved by the Engineer in writing, but not later than the onset of subsequent precipitation events. The correction of deficiencies shall be at no additional cost to the CITY. 7-8.6.4 PAYMENT Full compensation for conforming to the provisions in this section shall be considered as included in the lump sum price paid for Storm Water Pollution Prevention Plan, as shown on the Bid, of work involvedand no additional compensation will be allowed therefore. The Engineer will retain an amount equal to 25 percent of the estimated value ofthe contract work performed during estimate periods in which the CONTRACTOR fails to conform to the provisions in this section "Water Pollution Control" as determined by the City’s Environmental Specialist. Retentions for failure to conform to the provisions in this section "Water Pollution Control" shall be in addition to the other retentions provided for in the contract. The amounts retained for failure of the CONTRACTOR to conform to the provisions in this G 34 123 section will be released for payment on the next monthly estimate for partial payment following the date that a BMP Plan has been implemented and maintained and water pollution is adequately controlled, as determinedby the Engineer. 7-8.7 DRAINAGE CONTROL Add the following: It is anticipated thatstorm, surface or other waters will be encountered at various times during the work herein contemplated. The CONTRACTOR, by submitting a bid, acknowledges that he has investigated the risk arising from such waters and has prepared his bid accordingly; andthe CONTRACTOR submitting a bid assumes all said risk. The CONTRACTOR shall maintain natural bottom drainages, providing greenbelt buffers along riparian corridors for flood control protection in lieu of channelization. The CONTRACTOR shall conduct his operations in such a manner that storm or other existing waters may proceed uninterrupted along their existing street or drainage courses. Diversions of water for short reaches to protect construction in progress will be permitted if public and/or private properties, in the opinion of the Engineer, are not subject to probability of damage. The CONTRACTOR shall obtain written permission from the applicable public AGENCY or property owner before any diversion of water outside of public right-of-way shall be permitted. The CONTRACTOR shall provide and maintain at all times during construction ample means and devices to promptly remove and properly dispose of all water entering the excavations or other parts of the work. No concrete footing or floor shall be laid in water, nor shall water be allowed to rise over them until the concrete or mortar has set at least eight (8) hours. Water shall not be allowed to rise unequally against a wall for a period of twenty-eight (28) days. Dewatering for the structures and pipelines shall commence when ground water is first encountered and shall be continuous until such time as water can be allowed to rise in accordance with the above paragraph. Dewatering shall be accomplished by well points or some other method which will insure a dry hold and preservation of final lines and grade of the bottoms of excavation, all subject to the approval of the Engineer. Disposal of water from dewatering operations shall be the sole responsibility of the CONTRACTOR. Disposal methods shall conform to the requirements of the State Regional Water Quality Control Board, the National Pollution Discharge Elimination System, the Porter-Cologne Water Quality Control Act of 1974, the Federal Water Pollution Control Act Amendments of 1972, and the California Administrative Code, Title 23, Chapter 3. Full compensation of dewatering shall be considered as included in the contract prices paid for the related items of work, and no additional compensation shall be allowed therefore. 7-8.9 NOISE ABATEMENT: Add the following to Section 7-8. The project shall follow standard noise abatement regulations as specified by the City of Santa Clarita Municipal Code Section 11.44.080, which restricts construction activities within 300 feet of residentially zoned property to weekdays between 7:00 a.m. and 4:00 p.m. The construction CONTRACTOR shall install and maintain effective mufflers on construction equipment. G 35 124 The construction CONTRACTOR shall locate equipment and staging areas as far from buildings as possible, and the construction CONTRACTOR shall limit unnecessary idling of equipment. Whenever feasible, electrical power shall be used to run air compressors and similar power tools rather than diesel equipment. On new road segments with the potential to expose adjacent uses to noise levels exceeding “normally acceptable” levels, the City shall consider and, if feasible, use rubberized asphalt paving material for street paving. Studies have demonstrated that this type of paving materials can substantially reduce noise levels. A 1992 noise study in the City of Thousand Oaks by Acoustical Analysis Associates, Inc., indicated that the use of an asphalt rubber overlay can achieve a noise reduction of from 2 to 5 dBA as compared to standard asphalt. The use of excessively loud warning signals shall be avoided except in those cases required for the protection of personnel. Full compensation for conforming to the requirements of this section shall be considered as included in the prices paid for the various contract items of work involved and no additional compensation shall be allowed therefore. 7-8.10 Construction and Demolition Materials Management: Add the following to Section 7-8: The CONTRACTOR shall comply with the City’s Construction and Demolition Ordinance per the California Integrated Waste Management Act of 1989, commonly referred to as Assembly Bill 939 (AB 939). This requires that at least 50% of all construction and demolition materials and inert wastes from construction, demolition, grading projects be diverted from landfills. Prior to start of construction, the CONTRACTOR shall submit a Construction and Demolition Materials Management Plan (“C&DMMP”), to the City’s Director of Public Works, or the Director’s Designee for approval. The Notice to Proceed shall not be issued until the C&DMMP has been approved by the City’s Director of Public Works, or the Director’s Designee. The completed C&DMMP, at a minimum, shall comply with Section 15.46.300 of the City’s Municipal Code. The following three conditions must be met in order to obtain approval of the C&DMMP: (1) the C&DMMP provides all of the information set forth in Sections 15.46.300, 15.46.310, and 15.46.320 of the City’s Municipal Code; (2) the C&DMMP indicates that the Diversion Requirement will be met; and (3) the CONTRACTOR has submitted an appropriate Diversion Security Deposit in compliance with Section 15.46.400 of the City’s Municipal Code. The amount of the Diversion Security Deposit, in the form of cash or bond, shall be calculated as the lesserof the three percent (3%) of the estimated total Project cost or $50,000.00. Return of the Diversion Security Deposit shall be in accordance with Chapter 15.46, Part 6: G 36 125 PART 6 REFUND AND RETURN OF DIVERSION SECURITY DEPOSITS Sections: 15.46.600 APPLICATION FOR REFUND 15.46.610DOCUMENTATION OF CONSTRUCTION AND DEMOLITION MATERIAL DIVERSION 15.46.620DETERMINATION OF COMPLIANCE AND RELEASE OF DIVERSION SECURITY DEPOSIT 15.46.600APPLICATION FOR REFUND. Within 180 days after the completion of any Covered Project, the Applicant may submit to the Director of Field Services, or the Director’s Designee documentation that the Applicant has met the Diversion Requirement for the Project and apply for a refund of the Diversion Security Deposit. This documentation may include all of the following: A.Receipts and gate tickets from the vendor or facility which collected or received C&D Material showing the actual weight of that material or, in the case of Inert Waste, removed from the solid waste stream and not disposed of in a solid waste landfill; B.A copy of the previously approved C&DMMP for the Project adding the actual volume or weight of each type of C&D Material diverted and transported for disposal in a landfill or transformation facility, or, in the case of Inert Waste, removed from the solid waste stream and not disposed of in a solid waste landfill; and C.Any additional information the Applicant believes is relevant to determining its efforts to comply in good faith with this Chapter. 15.46.610DOCUMENTATION OFCONSTRUCTION AND DEMOLITION MATERIAL DIVERSION. Applicants shall make reasonable efforts to ensure that all C&D Materials diverted, or delivered to disposal facilities for disposal, are measured and recorded using the most accurate method of measurementreasonably available. To the extent practical, all C&D Materials, and Inert Waste to be removed from the waste stream and not disposed of in a solid waste landfill, shall be weighed on scales. Such scales shall be in compliance with all regulatory requirements for accuracy and maintenance. For C&D Materials for which weighing is not practical due to small size or other considerations, a volumetric measurement shall be used. For conversion of volumetric measurements to weight, the Applicant shall use standardized Conversion Rates approved by the City for this purpose. Documentation of the foregoing shall consist of photocopies of receipts, weight tickets, gate tickets, and other records from recycling facilities, Deconstruction CONTRACTORs, solid waste enterprises and disposal facilities. 15.46.620DETERMINATION OF COMPLIANCE AND RELEASE OF DIVERSION SECURITY DEPOSIT. The Director of Field Services, or the Director’s Designee shall review the information submitted under § 15.46.600 and determine whether the Applicant has complied with the Construction and Demolition Materials Management Plan, as follows: A.Full Compliance. If the Director of Field Services, or the Director’s Designee determines that the Applicant has fully complied with the Construction and Demolition Materials Management Plan applicable to the Project, the Director of Field G 37 126 Services, or the Director’s Designee shall cause the full Diversion Security Deposit to be released to the Applicant. B.Good Faith Effort to Comply. If the Director of Field Services, or the Director’s Designee determines that the Construction and Demolition Materials Management Plan has not been complied with, the Director of Field Services, or the Director’s Designee shall determine whether the Applicant made a good faith effort to comply with this Chapter. In making this determination, the Director of Field Services, or the Director’s Designee shall consider the availability of markets for the C&D Materials transported for disposal in a landfill or transformation facility, the size of the Project, and the documented efforts of the Applicant to divert C&D Materials and remove Inert Waste from the waste stream. If the Director of Field Services, or the Director’s Designee determines that the Applicant has made a good faith effort to comply with this Chapter, the Director of Field Services, or the Director’s Designee shall approve the release of the Diversion Security Deposit, or a portion thereof, to the Applicant. Any portion of the Diversion Security Deposit not released to the Applicant shall be forfeited to the City, and shall be used for the purposes of promoting recycling within the City. C.Noncompliance. If the Director of Field Services, or the Director’s Designee determines that the Applicant has not made a good faith effort to comply with this Chapter, or if the Applicant failed to submit the documentation required by § 15.46.600, above, within the required time period, then the Diversion Security Deposit shall be retained by the City. D.Partial Refund. The Director of Field Services, or the Director’s Designee may authorize a partial refund when the Diversion Requirement has not been met. Any partial refund shall be in the same ratio as the demonstrated amount of diverted C&D Waste and Inert Waste, respectively, waste bears to fifty percent (50%) by weight. E.Refund of Erroneous Payment. The Director of Field Services, or the Director’s Designee may authorize the refund of any Diversion Security Deposit which was erroneously paid or collected. F.Withdrawal of Permit Application. The Director of Field Services, or the Director’s Designee may authorize the refund of any Diversion Security Deposit if the permit application for a Covered Project is withdrawn or cancelled before any work has begun. G.Diversion Security Deposits retained by the City may be used only for: 1.Payment of Diversion Security Deposit Refunds; 2.Costs of administration of the program established by this Chapter; and 3.Cost of programs to achieve diversion of Construction Materials from disposal at disposal facilities. 7-9 PROTECTION AND RESTORATION OF EXISTING IMPROVEMENTS Subsection 7-9 of the SSPWC is hereby deleted and replaced with the following: This section covers the protection and preservation of existing facilities and services within or adjacent to the right-of-way and other construction areas, their modification, G 38 127 reconstruction, or replacement and their demolition and removal, as specified, shown or required. Types of existing improvements and services consist of but are not limited to existing roads, sidewalk, landscaping, irrigation, signs, ditches and associated structures; water appurtenances; and telephone lines, buried communications cable, buried water pipe, buried gas pipes, buried sewer pipe; walls, fences and gates. To the extent possible, the locations of such facilities are shown. Facilities other than those shown may exist and CONTRACTOR shall at all time exercise care to avoid physical damage to or disruption in the service of existing facilities. Existing improvements visible at the job site,for which no specific disposition is made on the Plans, but which could reasonably be assumed to interfere with the satisfactory completion of the improvements contemplated by the Plans, shall be removed and disposed of by the CONTRACTOR. CONTRACTOR shall make all necessary modifications, relocations and reconstruction of structures such as culverts, drainage facilities and the like as necessary for construction of works described in these specifications. The CONTRACTOR shall, as directed by the Engineer,remove from all public and private property at its own expense all temporary structures, rubbish and waste materials resulting from its operations. This includes temporary work area obtained by the CONTRACTOR. It shall be the CONTRACTOR’s responsibility to conduct his operations in such a manner so as to prevent damage to existing substructures. In the event of substructure damage, the CONTRACTOR shall bear full responsibility and total expense for repair and/or replacement of said substructure. The CONTRACTOR shall comply with Sections 401 and 402 of the Clean Water Act and NPDES permit requirements during and following construction to ensure that dirt, construction materials, pollutants, or other human-associated materials are not discharged from the project area during construction. Locate, protect, and maintain benchmarks, monuments, control points, and project engineering reference points. Re-establish disturbed or destroyed items at CONTRACTOR's expense. Where damage is caused by the CONTRACTOR’s operation, the CONTRACTOR shall at his expense, repair or replace the damaged facilities promptly in accordance with the Standard Specifications, Caltrans Standard Specifications and as directed by the representative or the Engineer. Relocations, repairs, replacements, or reestablishment shall be at least equal to the existing improvements and shall match such improvements in finish dimensions and function unless otherwise specified. All costs to the CONTRACTOR for protecting, removing, restoring, relocating,repairing, replacing or reestablishing existing improvements for which no specified bid item is listed shall be included in related items of work and no additional compensation will be allowed. 7-10 PUBLIC CONVENIENCE AND SAFETY G 39 128 7-10.1 TRAFFIC AND ACCESS The following is added to Subsection 7-10.1 of the Standard Specifications Refer to section 7-10.1.5 of these specifications for method of notification to residents. No contractor personnel or equipment will be allowed within 25 feet of the center of the railroad tracks without approval by the Agency and/or the SCRRA. Ample on-street parking shall be provided within 1,000 feet from residences and businesses. Temporary No Parking signs, when required, shall be posted at least two working days, but no more than three working days in advance of the work. Signs shall be placed no more than 100 feet apart; on each side of the alleys,streets, and parking areas; and at shorter intervals as conditions warrant. The CONTRACTOR shall be responsible for furnishing the signs and for adding the dates and hours of closure. All signs shall be removed within two hours of completion of work necessitating the temporary no parking. In the event that temporary no parking must be rescheduled due to weather conditionsor other unforeseen circumstances, all signs shall be removed within two hours of notification by the ENGINEER, and reposted per the above requirement. All existing signs and street name signs shall be maintained in visible locations during construction or permanently relocated, or removed as directed by the ENGINEER. When entering, leaving or operating on roadways carrying public traffic, CONTRACTOR’S equipment, whether empty or loaded, shall in all cases yield to public traffic. Haul trucks shall be covered with tarps and secured prior to entering the traffic lanes. The CONTRACTOR shall submit to the AGENCY for review and approval a truck routing map prior to commencement of construction. Flagmen shall be provided when directed by the AGENCY for the safety of the general public and work personnel. All traffic control procedures shall be implemented according to guidelines as set forth in theWork Area Traffic Control Handbook(W.A.T.C.H.) Manual. 7-10.1.1ENGINEERED TRAFFIC CONTROL PLAN Subsection 7-10.1.1 is hereby added to Section 7 of the Standard Specifications An engineered traffic control plan, signed and sealed by a registered engineer, shall be submitted and shall be detailed, showing all required barricading, flagman, signing, tapers, and traffic routing for each street in which work will be performed. The proposed scheduling for posting of Parking Restrictions shall be included as part of the engineered traffic control plan submitted. The Traffic Control Plan shall be prepared in accordance with the "Manual of Traffic Control for Construction and Maintenance --Work Zones"by the State of California Department of Transportation. The engineered traffic control plan shall be submitted to the Engineer one week prior to the Pre-Construction Meeting. The engineered traffic control plan shall be reviewed and approved by the City Traffic Engineer before Work can proceed. If the construction is phased, then the Traffic Control Plans shall showed phased work. Minor field adjustments to phased limits can be made by the CONTRACTOR. The CONTRACTOR shall be responsible for all liability resulting from field modifications. G 40 129 The engineered traffic control plan shall be designed to handle traffic safely 24 hours per day, seven days per week for the duration of the Work. Traffic deviations, and detours must be approved by the City Traffic Engineer and shall be coordinated with Police, Fire and Transit authorities a minimum of 24 hours in advance of implementation. At no time shall a roadway be closed to traffic. CONTRACTOR must maintain a minimum of one lane of traffic in each direction at all times and must provide for the safe handling of two way traffic 24 hours per day, seven days per week for the duration of the Work. The CONTRACTOR may submit an alternate plan for consideration. However, if it is determined by the Engineer not to be effective after implementation, the CONTRACTOR shall revise his/her operations to meet the above requirements at no cost to the AGENCY. The following requirements shall be included: 1.Attention is directed to section 7-10 Public Convenience, and 7-10.4 Public Safety of the SSPWC. 2.Traffic control shall be coordinated for the minimum inconvenience and maximum safety of the public during the construction period and in accordance with these specifications. 3.The CONTRACTOR shall furnish, install, maintain and remove all traffic controls, signs, barricades, lights and devices required for traffic and pedestrian control and in addition, shall furnish all flagmen necessary for the safety of traffic through the site. The CONTRACTOR shall be fully responsible for all traffic and pedestrian safety controls during the construction period. 4.If the project requires concrete sidewalk and driveway removals, they shall be replaced before a weekend, unless otherwise approved by the Engineer. 5.All removed concrete facilities left unattended shall be properly barricaded at all times. If areas of removal are not replaced before the end of the work day, lighted barricades shall be placed at open construction areas and flagged with appropriate caution/warning tape. 6.All existing road signs removed during construction will be temporarily reset on the same day the sign is removed. The CONTRACTOR shall notify the City forty-eight (48) hours in advance of the time required to remove or permanently reset all roadside signs. 7.At least one 12-foot wide lane shall be provided for each direction of travel on all streets at all time, except as permitted by the Engineer. Travel lanes shall be maintained on pavementand shall remain unobstructed. Clearances from traffic lanes shall be five feet to the edge of any excavation and two feet to the face of any curb, pole, barricade, delineator, or other vertical obstruction. One 4-foot wide paved pedestrian walkway shall be maintained in the parkway area on each side of all streets. 8.All arterials with three or more travel lanes in each direction shall have at least two lanes in each direction maintained and open to traffic at all times, or as modified by the Special Traffic Control Provisions in Section F2-2.4 “Traffic Maintenance”. G 41 130 9.Where existing delineation is obscured, damaged, removed, or reflectivity reduced; or where detours or temporary traffic lanes have been created through the construction zone, the CONTRACTOR shall place and maintain temporary delineation until permanent striping is placed. DEVIATIONS FROM THE REQUIREMENTS OF THIS SUBSECTION WILL BE PERMITTED ONLY ON PRIOR CONSENT OF THE ENGINEER. FAILURE OF THE CONTRACTOR TO ADHERE TO THE REQUIREMENTS OF THIS SUBSECTION WILL RESULT IN DAMAGES BEING SUSTAINED BY THE CITY. SUCH DAMAGES ARE, AND WILL CONTINUE TO BE, IMPRACTICABLE AND EXTREMELY DIFFICULT TO DETERMINE. FOR EACH OCCURRENCE OF A VIOLATION, AS PROVIDED HEREIN, THE CONTRACTOR SHALL PAY TO THE AGENCY, OR HAVE WITHHELD FROM MONIES DUE TO IT, THE SUM OF $1,000.00. EXECUTION OF THE CONTRACT SHALL CONSTITUTE AGREEMENT BY THE AGENCY AND CONTRACTOR THAT $1,000.00 PER VIOLATION IS THE MINIMUM VALUE OF THE COST AND ACTUAL DAMAGE CAUSED, THAT SUCH SUM SHALL NOT BE CONSTRUED AS A PENALTY, AND THAT SUCH SUM MAY BE DEDUCTED FROM PAYMENTS DUE THE CONTRACTOR. 7-10.1.2PARKING RESTRICTIONSAND POSTING FOR TOWAWAY Subsection 7-10.1.2 is hereby added to Section 7 of the Standard Specifications No Parking signs posted by the CONTRACTOR shall be of heavy card stock and not less than 1.75 square feet of surface area on the face. Background color shall be white and letters shall be printed in red water resistant ink except day, date, and time of restriction may be printed in black water resistant ink. The signs shall be printed with the words "Tow Away" and "No Parking" with a character height of not less than 2.75 inches and a stroke width of not less than 0.5 inches. The day, dated, and time of the particular restriction shall be printed or attached below the above mentioned wording in characters of not less than 2.0 inches in height and 0.4 inches in stroke width. The day of the week shall be written out or properly abbreviated with three to four letters; date or dates or restriction shall be listed completely; the beginning and ending times shall be clearly listed on the sign. Signs shall be mounted such that the wording "No Parking" are at an elevation at least three feet above the adjacent flowline. Signs may be mounted to stakes or barricades as provided by the CONTRACTOR. The signs shall be placed as needed to control the parking of cars within the construction zone; signs shall be placed at intervals of 75 feet or less along each side of the roadway. Signs shall be postedand maintained by the CONTRACTOR for a period of 48hours prior to the restrictions becoming effective. The CONTRACTOR may only post parking restrictions that are effective for the duration of the Work. Upon completion of the Work, all signs, stakes, and barricades shall be promptly and completely removed and disposed of by the CONTRACTOR. The CONTRACTOR shall promptly reset or replace all damaged or defective signs. The CONTRACTOR shall only post the parking restrictions that are effective for the duration of the work for the street posted. Work shall start on the first day of the parking restriction as posted on the temporary “No Parking” sign. Each street shall only be G 42 131 posted for “no parking” no longer than two days for each phase of the construction operation or asapprovedof the City. The contractor is hereby notified that each street may need to be posted multiple times during the duration of the project. Should the schedule be affected, the CONTRACTOR shall remove signs from area being affected and shall reschedule affected area no earlier than 48hours or 2 working days from the change of schedule. The CONTRACTOR shall notify the City by email that the posting has been performed. The email shall be addressed to the City representative(s) designated during the pre- construction conference. The email shall be sent to the City no later than 8 AM on the day following posting. The email notification to the City shall contain a map showing the limits of posting and the dates and times posted. A separate email shall be sent for each posting. The City will use the information on the emails to verify that the posting has been performed. If the posting is not verified by the City, the City will email to the CONTRACTOR’s representative the locations which must be reposted with new information. The CONTRACTOR shall not perform work in the posted area without email notification of the verification by the City of the posting. The CONTRACTOR shall be fully responsible for the adequate removal of all parked cars. All vehicle removal shall be coordinated by the CONTRACTOR with the Sheriff Department. The CONTRACTOR shall notify the Sheriff Communications Center at (661) 255-1121 upon posting of the parking restrictions for a particular street. For removal of parked vehicles, the CONTRACTOR shall notify the City’s Parking Enforcement Divisionat (661) 255-4369not less than two hours prior to the needed removal with the address nearest the parked vehicle, make, model, color and license number. The City shall not be responsible for any delay or additional costs associated with the removal of parked cars which obstruct the construction operation. If a vehicle owner successfully contests a towing citation in court and their citation is dismissed for causes related to the CONTRACTOR's failure to perform the requirements of this section, the CONTRACTOR shall reimburse the City for the cost of any claims associated with the towing citation. DEVIATIONS FROM THE REQUIREMENTS OF THIS SUBSECTION WILL BE PERMITTED ONLY ON PRIOR CONSENT OF THE ENGINEER. FAILURE OF THE CONTRACTOR TO ADHERE TO THE REQUIREMENTS OF THIS SUBSECTION, OR FAILURE OF THE CONTRACTOR TO COMPLETE HIS DAILY SCHEDULE ONCE “TEMPORARY NO PARKING” SIGNS HAVE BEEN POSTED, WILL RESULT IN DAMAGES BEING SUSTAINED BY THE CITY. SUCH DAMAGES ARE, AND WILL CONTINUE TO BE, IMPRACTICABLE AND EXTREMELY DIFFICULT TO DETERMINE. FOR EACH OCCURRENCE OF A VIOLATION,PER STREET,AS PROVIDED HEREIN, THE CONTRACTOR SHALL PAY TO THE AGENCY, OR HAVE WITHHELD FROM MONIES DUE TO IT, THE SUM OF $1,000.00. EXECUTION OF THE CONTRACT SHALL CONSTITUTE AGREEMENT BY THE AGENCY AND CONTRACTOR THAT $1,000.00 PER VIOLATION IS THE MINIMUM VALUE OF THE COST AND ACTUAL DAMAGE CAUSED, THAT SUCH SUM SHALL NOT BE CONSTRUED AS A PENALTY, AND THAT SUCH SUM MAY BE DEDUCTED FROM PAYMENTS DUE THE CONTRACTOR. G 43 132 7-10.4.2 SAFETY ORDERS The following is added to Subsection 7-10.4.1 of the Standard Specifications CONTRACTOR shall install, maintain and be responsible for adequate sheeting, shoring, bracing or equivalent protection as required for all excavations in accordance with the requirements of OSHA and the Construction Safety Orders of the State of California, pursuant to the provisions of Section 6707 of the California Labor Code. 7-10.5.4PROTECTION OF THE PUBLIC Subsection 7-10.5.4is hereby added to Section 7 of the Standard Specifications as follows: The CONTRACTOR shall make whatever provisions are necessary to protect the public. The CONTRACTOR shall take precautions to protect the public, especially children, from the hazards of open excavations. Trenches, slopes, and excavations requiring shoring shall either be covered or adequately fenced at night and on weekends or whenever operations are not in actual progress. The CONTRACTOR shall use foresight and shall take such steps and precautions as his operations warrant to protect the public from danger, loss of life, or loss of property which would result from interruption or contamination of public water supply, interruption of other public service, or from the failure of partly completed work or partially removed facilities. Unusual conditions may arise on the work which will require that immediate and unusual provisions be made to protect the public from danger or loss, or damage to life and property, due directly or indirectly to prosecution of work under this contract. It is part of the service required of the CONTRACTORto make such provisions and to furnish such protection. The Contractor shall construct temporary pavement transitionsat all paving joints greater than 1 inch prior to allowing traffic onto the paved surface. This includes both longitudinal and transverse paving joints for both leveling and surface courses. Temporary pavement transitions shall have a maximum slope of 20:1 or as approved by the engineer and be constructed on Kraft paper or other suitable bond breaker such that upon removal of the temporary pavement transition, a clean notch remains. The temporary transitions may be constructed of either cold mix or hot mix. Temporary ramp shall be removed prior to placement of new pavement surface. The Contractor shall continuously maintain the temporary pavement until final paving. Each temporary transition shall be inspected by the Contractor and repaired as necessary to comply with these provisions at the end of each day including weekends and holidays. Failure to comply with these provisions will result in a liquidated damage of $250 per day per transition and/or the cost of City crews making the repairs if necessary to correct for public safety. Whenever, in the opinion of the ENGINEER, an emergency exists against which the CONTRACTOR has not taken sufficient precaution for the public safety, protection of utilities and protection of adjacent structures or property, which may be damaged by the CONTRACTOR's operations and when, in the opinion of the ENGINEER, immediate action shall be considered necessary in order to protect the public or property due to the G 44 133 CONTRACTOR's operations under this contract, the ENGINEERwill order the CONTRACTOR to provide a remedy for the unsafe condition. If the CONTRACTOR fails to act on the situation within a reasonable time period, the ENGINEER may provide suitable protection to said interests by causing such work to be done and material to be furnished as, in the opinion of the ENGINEER, may seem reasonable and necessary. The cost and expense of said labor and material, together with the cost and expense of such repairs as are deemed necessary shall be borne by the CONTRACTOR. All expenses incurred by the AGENCY for emergency repairs will be deducted from the final payment due to the CONTRACTOR. However, if the AGENCY does not take such remedial measures, the CONTRACTOR is not relieved of the full responsibility for public safety. Materials and equipment shall be stored as to not create a public nuisance and to insure the preservation of their quality and fitness for the work. No materials or equipment shall be stored at the project site unless its use is imminent. The CONTRACTOR is responsible to design, construct and maintain all safety devices and be responsible for conforming to all local, state and federal safety and health standard, laws and regulation. Neither the City nor the City’s Engineer shall enforce safety measures or regulations. Suspended loads or equipment shall not be moved nor positioned over public traffic or pedestrians. Full compensation for Protection and Safety of Public shall be considered as included in the various items of work and no additional compensation shall therefore be allowed. 7-10.5.5NOTIFICATION TO THE PUBLIC Subsection 7-10.5.5is hereby added to Section 7 of the Standard Specifications The CONTRACTOR shall notify the occupants of properties affected by the work. Notification shall be by delivery of handbills furnished by the CONTRACTOR and approved by the City of Santa Clarita. Two handbills shall be distributed prior to beginning of work. The first handbill, which contains general information regarding the project, shall be distributed atleast ten (10) calendar days in advance. The second handbill shall be distributed at least 48, but no more than 72 hours in advance. The CONTRACTOR is responsible for adding the dates and hours of the work to be performed on the second handbill. The second handbill may need to be distributed for each phase of work as directed by the City.In no event shall handbills be placed in or on any portion of the owner’s mailbox. Affected properties will be determined by the Engineer and are, in general, those properties that fall within 500 feet of the limits of the work. One copy of each handbill shall be submitted to the Engineer. The CONTRACTOR shall notify the City by email that the handbills have been distributed. The email shall be addressed to the City representative(s) designated during the pre-construction conference. The email shall be sent to the City no later than 8 AM on the day following distribution of the notices. The email notification to the City shall contain a map showing the limits of distribution and the dates and times distributed. A separate email shall be sent for each distribution. The City will use the information on the emails to verify that the distribution has been performed. If the distribution is not verified by the City, the City will email to the CONTRACTOR’s representative the G 45 134 locations which must be redistributed with new information. The CONTRACTOR shall not perform work in the distribution area without email notification of verification by the City of the distribution. 7-10.6 RESPONSIBILITY FOR JOB SITE CONDITIONS Subsection 7-10.6 is hereby added to Section 7 of the Standard Specifications CONTRACTOR acknowledges responsibility for jobsite safety and acknowledges that the Engineer will not have any such responsibility. To the fullest extent permitted by law, the CONTRACTOR shall indemnify, defendand hold harmless the CityEngineer, Pavement Engineering, Inc., their present companies, subsidiaries, agents, and employees from and against all claims, damages, losses and expenses, including but not limited to attorney fees and claim costs, arising out of or resulting from performance of work by the CONTRACTOR, its SUBCONTRACTORS, or their agents and employees, which results in damage to persons or property including wrongful death regardless of whether or not such claim, damage, loss or expense is caused in whole or in part by the negligence, active or passive, of the CityEngineer, Pavement Engineering, Inc., their parent and subsidiary companies, as well as their agents and employees, excepting only the sole negligence of the CityEngineer, Pavement Engineering, Inc., their parent or subsidiary companies and their agents and employees. Hard hats and high visibility clothing shall be worn at all times when working on the project. It is the CONTRACTOR’s responsibility to ensure that this requirement is enforced. All work shall be performed in accordance with applicable Health and Safety laws and standards including all requirements of the State of California Division of Industrial Safety. CONTRACTOR agrees that, in accordance with generally accepted construction practices, CONTRACTOR shall be required to assume sole and complete responsibility for job site conditions during the course of construction of this project, including safety of all persons and property, that this requirement shall be made to apply continuously and not be limited to normal working hours, and CONTRACTOR further agrees to defend, indemnify, and hold design and construction observation professionals harmless from all liability and claims, real or alleged, in connection with the performance of work on this project SECTION 8 - FACILITIES FOR AGENCY PERSONNEL No field offices for AGENCY personnel shall be required, however, the AGENCY personnel shall have theright to enter upon the project at all times and shall be admitted to the offices of the CONTRACTOR if so provided by the CONTRACTOR for his own personnel. SECTION 9 - MEASUREMENT AND PAYMENT 9-3 PAYMENT – Add the following: The cost of all labor, material and equipment necessary to complete the work as described in the plans and specifications shall be included in the prices for each bid item, either as a lump sum or by final quantities, whatever is indicated. The final G 46 135 payment quantities shall be based on the actual amount of materials installed or measured on the job. Certified weighmaster load tickets will be required for all AC leveling and surface course, ARHM overlay, type II slurry seal, crushed aggregate base material, subgrade stabilization rock and all PCC delivered to the site. No payment will be made for any materials not used on the site. The contract unit price shall include all labor, material and equipment costs necessary to complete the work, even though not shown or specified. A bid item shall be considered complete when all necessary work has been completed and accepted by the City, including site clean up. 9-3.2 Partial and Final Payment Subsection 9-3.2 of the SSPWC is hereby deleted and replaced with the following: The closure date for the purpose of making partial progress payments will be the last day of each month. Prior to the end of each month and preparation of progress payment, the CONTRACTOR shall meet with the ENGINEER to review all work to date and prepare a statement of the quantity of work completed to date. When the work is complete, the ENGINEER will determine the final quantities of the work performed and prepare the final progress payment report. Payments are commonly authorized and made within 30 days after CONTRACTOR submits the progress payment. However, payments will be withheld pending receipt of any outstanding reports required by the contract documents. In addition, the final progress payment will not be released until the CONTRACTOR returns the control set of Plans and Specifications showing the as-built conditions. A full 10 percent will be retained from all progress amounts due. The retained amounts will be authorized for final payment 35 days after the date of recordation of the Notice of Completion. The CONTRACTOR, however, may receive interest on the retained amount or receive the retained amount itself so long as securities equivalent to the retained amounts are substituted with escrow holder approved by the AGENCY. At the request and expense of the CONTRACTOR, retained amounts or securities equivalent to the retained amounts may be deposited with the State Treasurer or a state or federally chartered bank as the escrow agent, who shall return such monies or securities to the CONTRACTOR upon satisfactory completion of the contract. Surety eligible for investment shall include those listed in Section 16430 of the State Government Code, bank or savings and loan certificates of deposit, interest bearing demand deposit accounts and stand-by letters of credit. Any escrow agreement entered into shall contain the following provisions and be substantially similar to the form "Escrow Agreement for Security Deposits in Lieu of Retention as contained in Section 4590 of Chapter 13 of Division 5 of Title 1 of the Government Code." 9-3.3 Delivered Materials Subsection 9-3.3 of the SSPWC is hereby deleted and replaced with the following: G 47 136 Materials and equipment delivered, but not incorporated into the work, will not be included in the estimate for progress partial payment. The City will not pay for storage costs. 9-4 Method of Payment Subsection 9-4 is hereby added to the SSPWC as follows: Payment will be made on the basis of the unit prices bid for the various items as called for on the Bid Sheet(s) and included in the Contract as awarded. The quantities given in the Proposal and Contract forms are approximate only and are given as a basis for the comparison of bids, and the City 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 or any class or portion of the Work or to omit portions of the Work as may be deemed necessary or advisable by the City Engineer. 9-5 MEASUREMENT OF QUANTITIES Subsection 9-5 is hereby added to the SSPWC as follows: Materials paid for by the ton shall be weighed on public scales or other scales for which the State Bureau of Weights and Measures has issued a certificate of inspection, which is available to the City Engineer. Full compensation for all expenses involved in conforming to the above requirements for weighing materials shall be included in the prices for the materials being weighed, and no additional allowance will be made therefore. The quantity of materials paid for by the lineal foot, square foot or square yard shall be determined by horizontal measurement. 9-6 FINAL PAYMENT Subsection 9-6 is hereby added to the SSPWC as follows: The City Engineer shall, after completion of the Contract, make a final estimate of the amount of work done thereunder and the value of such work. The City shall pay ninety percent (90%) of such value, after deducting therefrom all previous payments and all amounts to be retained under the Contract. The payment of the retained amount shall be due and payable thirty-five (35) days after a notice of completion is filed with the County Recorder. The final estimate shall be conclusive and binding against both parties to the Contract on all questions relating to the performance of the Contract and the amount of work done thereunder and compensation therefore, except in the case of gross error. The CONTRACTOR agrees that the payment of the final amount due under the Contract is contingent upon the CONTRACTOR furnishing a release of all claims against the City arising by virtue of this contract. Disputed contract claims in stated amounts may be specifically excluded by the CONTRACTOR from the operation of the release. 9-6 SCOPE OF PAYMENT G 48 137 Subsection 9-6 is hereby added to the SSPWC as follows: The CONTRACTOR shall accept the compensation as herein provided as full payment for furnishing all materials, labor, tools, and equipment necessary to complete the Work, and for performing all work contemplated and embraced under the Contract; also, for loss or damage arising from the nature of the Work, or from the action of the elements, except as heretofore provided, or from any unforeseen difficulties which may be encountered during the prosecution of the Work, until the final acceptance by the City Council, and for all risks of every description connected with the prosecution of the Work; also, for all expenses incurred in consequence of the suspension or discontinuance of the Work as herein specified; and for completing the Work according to the Plans and Special Provisions. Neither the payment of any estimate nor of any retained percentage shall relieve the CONTRACTOR of any obligation to make good any defective work or materials. 9-7 STOP NOTICES Subsection 9-7 is hereby added to the SSPWC as follows: The City Engineer, or other appropriate City officials, may, at their option and at any time, retain out of any amounts due the CONTRACTOR sums sufficient to cover claims filed pursuant to Section 1181, et seq. of the Code of Civil Procedures of theState of California. SECTION 10 - CONSTRUCTION CLAIMS Section 10 is hereby added to the SSPWC as follows: 10-1 GENERAL In addition to notices and reports required by the contract documents, the CONTRACTOR shall comply with the provisions of this Section. 10-2 NOTICE OF POTENTIAL CLAIM The CONTRACTOR shall not be entitled to the payment of any additional compensation for any act, failure to act, by the Engineer, including failure or refusal to issue a change order, or for the happening of any event, thing, occurrence, or other cause, unless he shall have given the Engineer due written notice of potential claim as hereinafter specified. The written notice of potential claim shall set forth the reasons for which the CONTRACTOR believes additional compensation will or may be due, the nature of the costs involved, and, insofar as possible, the amount of the potential claim. The said notice as above required must have been given to the Engineer prior to the time that the CONTRACTOR shall have performedthe work giving rise to the potential claim for additional compensation, if based on an act or failure to act by the Engineer, or in all other cases within 15 days after the happening of the event, thing, occurrence, or other cause, giving rise to the potential claim. It is the intention of this Subsection 10-2 that differences between the parties arising under and by virtue of the Contract be brought to the attention of the Engineer at the earliest possible time in order that such matters may be settled,if possible, or other appropriate action promptly taken. The CONTRACTOR hereby agrees that he shall have no right to additional compensation for any claim that may be based on any such G 49 138 act, failure to act, event, thing, or occurrence for which no writtennotice of potential claim as herein required was filed. 10-3 CLAIMS Claims shall be resolved in accordance with Part 3, Chapter 1, Article1.5 (commencing with Section 20104) of the Public Contract Code. All claims shall be in writing and shall include the documents necessary to substantiate the claims. Claims must be filed on or before the date of final payment. For claims of less than $50,000, the AGENCY will respond in writingto any written claim within 45 days of receipt of the claim, or may request, in writing, within 30 days of receipt of the claim, any additional documentation supporting the claim or relating to defenses or to the claim the AGENCY may have against the CONTRACTOR. If additional information is thereafter required, it shall be requested and provided pursuant to mutual agreement of the AGENCY and the CONTRACTOR. The AGENCY's written response to the claim, as further documented, will be submitted to the CONTRACTOR within 15 days after receipt of the further documentation or withina period of time no greater than that taken by the CONTRACTOR in producing the additional information, whichever is greater. For claims of over $50,000 and less than or equal to $375,000, the AGENCY will respond in writing to all written claims within 60days of receipt of the claim, any additional documentation supporting the claim or relating to defenses to the claim the AGENCY may have against the CONTRACTOR. If additional information is thereafter required, it shall be requested and provided pursuantto mutual agreement of the AGENCY and the CONTRACTOR. The AGENCY's written response to the claim, as further documented, will be submitted to the CONTRACTOR within 30 days after receipt of the further documentation, or within a period of time no greater than that taken by the CONTRACTOR in producing the additional information or requested documentation, whichever is greater. If the CONTRACTOR disputes the AGENCY's written response, or the AGENCY fails to respond within the time prescribed, the CONTRACTORmay so notify the AGENCY, in writing, either within 15 days of receipt of the AGENCY's response or within 15 days of the AGENCY's failure to respond within the time prescribed, respectively, and demand an informal conference to meet and confer for settlement of the issues in dispute. Upon a demand, the AGENCY will schedule a meet and confer conference within 30 daysfor settlement of the dispute. Following the meet and confer conference, if the claim or any portion remains in dispute, the CONTRACTOR may file a claim as provided in Chapter 1 (commencing with Section 900) and Chapter 2 (commencing with Section 910) of Part 3 of Division 3.6 of Title 1 of the Government Code. For purposes of those provisions, the running of the period of time within which aclaim must be filed shall be tolled from the time the CONTRACTOR first submits his or her written claim until the time that claim is denied as a result of the meet and confer process, including any period of time utilized by the meet and confer process. This Section does not apply to tort claims and nothing in this Section is intended nor shall be construed to change the time periods for filing tort or actions specified by Chapter 1 (commencing with Section 900) and Chapter 2 (commencing with Section 910)of Part 3 of Division 3.6 of Title 1 of the Government Code. G 50 139 The following procedures are established for all civil actions filed to resolve claims subject to this Section: 1.Within 60 days, but no earlier than 30 days, following the filing or responsive pleadings, the court will submit the matter to non-binding mediation unless waived by mutual stipulation of both parties. The mediation process shall provide for the selection within 15 days by both parties of a disinterested third person as mediator, shall be commenced within 30 days of the submittal, and shall be concluded within 15 days from the commencement of the mediation unless a time requirement is extended upon a good cause showing to the court or by stipulation of both parties. If the parties fail to select a mediator within the 15-day period, any party may petition the court to appoint the mediator. 2. (1) If the matter remains in dispute, the case shall be submitted to judicial arbitration pursuant to Chapter 2.5 (commencing with Section 1141.10) of Title 3 of Part 3 of the Code of Civil Procedure, notwithstanding Section 1141.11 of that code. The Civil Discovery Act of 1986 (Article 3 (commencing with Section 2016) of Chapter 3 of Title 3 of Part 4 of the Code of Civil Procedure) shall apply to any proceeding brought under this Subsection consistent with the rules pertaining to judicial arbitration. (2) Notwithstanding any other provision of law, upon stipulation of the parties, arbitrators appointed for purposes of this Section shall be experienced in construction law, and upon stipulation of the parties, mediators and arbitrators shall be paid necessary and reasonable hourly rates of pay not to exceed their customary rate, and such fees and expenses shall be paid equally by the parties, except in the case of arbitration where the arbitrator, for good cause, determines a different division. In no event shall these fees or expenses be paid by state or county funds. (3) In addition to Chapter 2.5 (commencing with Section 1141.10) of Title 3 of Part 3 of the Code of Civil Procedure, any party who after receiving an arbitration award requests a trial de novo but does not obtain a more favorable judgment shall, in addition to payment of costs and fees under that chapter, pay the attorney's fees of the other party arising out of trial de novo. 3.The court may, upon request by any party, order any witnesses to participate in the mediation or arbitration process. DEPARTMENT OF INDUSTRIAL RELATIONS REQUIREMENTS. No BIDDER or subcontractor may be listed on a bid proposal for a public works project (submitted on or after March 1, 2015) unless registered with the Department of Industrial Relations pursuant to Labor Code Section 1725.5 \[with limited exceptions from this requirement for bid purposes only under Labor Code Section 1771.1(a)\]. No BIDDER or subcontractor may be awarded a contract for public work on a public works project (awarded on or after April 1, 2015) unless registered with the Department of Industrial Relations pursuant to Labor Code Section 1725.5. This project is subject to compliance monitoring and enforcement by the Department of Industrial Relations. PREVAILING WAGES. This contract is subject to the State prevailing wage requirements of the California Labor Code including, but not limited to, Sections 1770, 1771.5, 1773, 1776 and 1777.5. Contractor shall comply with California prevailing wage laws including, to the extent applicable, Labor Code Section 1720.9. Pursuant to Section 1773 of the Labor Code, the general prevailing wage rates in the county, or counties, in which the work is to be done have been determined by the Director of the California Department of Industrial Relations. These wages are set forth in the General Prevailing Wage Rates for G 51 140 this project, available from the California Department of Industrial Relations’ Internet web site at http://www.dir.ca.gov/OPRL/DPreWageDetermination.htm. Future effective general prevailing wage rates which have been predetermined and are on file with the California Department of Industrial Relations are referenced but not printed in the general prevailing wage rates. A copy of the prevailing rate of per diem wages shall be posted at the job site. The Contractor is responsible for obtaining a current edition of all California statutes and regulations, and adhering to the latest editions of such. G 52 141 APPENDIX A CONSTRUCTIONAND DEMOLITION MATERIALS MANAGEMENT PLAN (CDMMP) 142 DocuSign Envelope ID: AB841436-33B0-4014-BB2F-0184A4C8E654 w^ �a��l��������lt �� ,�r 2019 CONSTRUCTION AND DEMOLITION MATERIALS MANAGEMENT PLAN FORM 1„� If you have any questions, please contact the Environmental Services Division at (661) 286-4098 Project Information Contact Information Name: Name: Address: Phone: Permit: Email: Inert Materials (concrete, sand, dirt, clean fill, rock, gravel, etc.) RecycV Reuse?, Est. quantity in tons Recycling Method/FranchisedHauler Total Other Construction & Demolition Materials (wood, metal, drywall, carpet, cardboard, etc.) Recycl&?' Reuse? Est. quantity (in trans) Recycling Method/FranchisedHauler Total Land 'Clearing Debris (sand, .dirt, clean fill, ruck, gravel ;trees, stumps, vegetation, etc.) Clor CA Green Building Standards Code, 1000/odf land clearing debris most be reused or recycled for non-residential projects. Est. quantity (in tons) Recycling Method/FranchisedHauler Total The City of Santa Clarita's Construction & Demolition Recycling Ordinance (05-09) requires all demolition projects, all commercial construction projects of new construction or additions over 1,000 square feet and all tenant improvements, alterations or new construction valued over $200,000, all new residential construction projects, and all residential additions and improvements that increase building area, volume, or size to recycle a minimum of 65 percent (65%) of all inert materials and 65 percent (65%) of all other materials. There is a deposit required which is calculated at two percent (2%) of the highest valuation or $15,000 (whichever is less) for construction projects, and ten percent (10%) or $15,000 (whichever is less) for demolition projects. Pursuant to 2013 California Green Building Standards Code, 100 percent of trees, stumps, rocks, and associated vegetation and soils resulting primarily from land clearing shall be reused or recycled. For a phased project, such material may be stockpiled on site until the storage site is developed. " If contamination by disease or pest infestation is suspected, contact the County Agricultural Commissioner and follow its direction for recycling or disposal of the material. It is the responsibility of the applicant to ensure the recycling requirements are met by working closely with the approved waste hauler(s). Please make sure you keep records from your waste hauler(s) or weight tickets from the C&D recycling center/landfill. These records will be necessary to prove your recycling tonnages and will be required to have your deposit returned at the end of the project. Please note deposits take up to three weeks to be refunded. Signature CITY STAFF USE ONLY Project type: Commercial project over $200,000 New residential project Residential renovation/alteration Demolition Date (Deposit: (Acct-102-2013.002) 12% or 10% 1 Amount Due: DocuSign Envelope ID: AB841436-33B0-4014-BB2F-0184A4C8E654 Pre -construction survey: 1) Will materials be sorted on -site or mixed for transportation to a diversion facility? 2) Do you employ any construction methods to reduce the amount of waste generated on the project? Examples: salvage useful materials, advanced framing, etc. ❑ Sorted on -site ❑ Co -mingled or mixed ❑ Yes (describe below) ❑ No Post -construction I1301111 kerns urniusV be cornlpllOed Ipirllor W urego.ues�ding Olie deldoslk urefixiind. 1) Has the project received a final inspection with a City Building & Safety Inspector? 2) Have you collected all weight tickets or diversion reports to submit to the City? Disposing of Materials Generated From Your Project Temporary Bin and Roll -Off Box As of January 1, 2006, all temporary bin and roll -off box services in the City of Santa Clarita are franchised by the following companies. If you wish to use temporary bin and roll -off box services, you must use one of the franchised haulers below. Athens Environmental Services (800) 633-9933 9189 DeGarmo Avenue,Sun Valley A-V Equipment Rental (661) 259-2155 24933 Railroad Avenue, Santa Clarita Blue Barrel/Waste Management (661) 259-2398 25772 Springbrook Avenue, Santa Clarita Burrtec Waste Industries (661) 222-2249 26000 Springbrook Avenue, Suite 101, Santa Clarita Rent -A -Bin (661) 252-4941 20830 Santa Clara St, Santa Clarita Republic Services (800) 299-4898 12949 Telegraph Road, Santa Fe Springs Self -Haul Contractors may self -haul their waste and recyclable materials if they possess a valid California contractor's license for their scope of work. For example, in order for a demolition contractor to self -haul, the demolition contractor shall be licensed with the California State Licensing Board to conduct demolition services. General contractors who subcontract service shall ensure all subcontractors are either using a City franchised hauler or are eligible to self -haul. 144 APPENDIX B SLURRY SEAL QUANTITY SPREADSHEET 145 146 0 111 9615 368490270151 19,655 QUANTITY TOTAL ESTIMATED 1111113333 665215 490270151 6,613 LOST CANYON ROAD to CHERRY WILLOW DRIVE 8111124 8022 WINTER PINE WAY to SOURWOOD WAYWINTER PINE WAY CHERRY LAUREL PLACE 7 723 COURT END WEST SARVISTREE BEECH WILLOW LANE to 0 15 COURT to END EAST PRINCESS TREE CHERRY WILLOW DRIVE 0 37 STREET HONEY MAPLE CHERRY WILLOW DRIVE BEECH WILLOW LANE to 01 26 COURT to END NORTH HICKORY RIDGE CHERRY WILLOW DRIVE 23 5,687 PLACE to END NORTH FLOWERING OAK DOVE WILLOW STREET 1 65 3,571 STREET to END WEST DOVE WILLOW CHERRY WILLOW DRIVE 51 7222 152 LANE END SOUTH WINTER PINE WAY to CHERRY WILLOW 26 751 SOUTH PLACE END NORTH to END CHERRY LAUREL 1 23 21,00723,93668,29261,48521,75023,80335,08113,8606,4697,13461,860 LANE BEECH WILLOW to WINTER PINE WAY DOCE WILLOW STREET UNIT F2-1LSF1-9LS F2-2.8LSF2-8.4TNF2-5.4SF2,078 F2-11.4EAF2-10.3EAF2-10.3EAF2-11.4EAF2-11.4EAF2-10.3EA PAYMENT REFERENCE BID ITEM 1Mobilization, Bonds & Insurance2Traffic Control3Storm Water Pollution Control Program4Crack Seal & Slurry Seal (Type II)64" Remove and Replace7Blue RPM @ Hydrant9Lower Manhole Covers 10Adjust Manhole Covers to Fiish Grade1112" White Crosswalk / Limit Line (Thermo)F2-11.4LF1212" Yellow Crosswalk / Limit Line (Thermo)F2-11.4LF13"STOP" Legend (Thermo)17"AHEAD" Legend (Thermo)21Striping Detail #19 (Thermo & Markers)F2-11.4LF23Striping Detail #22 (Thermo & Markers)F2-11.4LF24Striping Detail #38 (Thermo & Markers)F2-11.4LF30Lower Water Valve Covers31Adjust Water Valve Covers to Finish GradeF2-10.3EA BID NO. ITEM CITY OF SANTA CLARITA2019-20 ANNUAL SLURRY SEAL PROJECT M0131 - C32 (ALTERNATE 1)BID ITEM QUANTITIES 147 0 3 47 43,716 END NORTH ENGLISH IVY LANE MEDLEY RIDGE DRIVE to 11 EAST 10,413 COURT EMPRESS OAK ICY WILLOW LANE to END 604 94 8,366 WEST COURT EASTERN PINES RED CEDAR WAY to END 14 12,499 COURT END WEST DUSTY WILLOW BROWN OAKS WAY to 401 6 16 15,048 LANE to END EAST COAST REDWOOD CHERRY WILLOW LANE 22 51 3622 34,146 LANE WINTER PINE WAY CHERRY WILLOW MEDLEY RIDGE DRIVE to 26 23,914 SMOKE TREE LANE WINTER PINE WAY to 45 41,972 OAK COURT END EAST to WILLOW 812151 22 6,809 BLUE ASPEN LANE MEDLEY RIDGE DRIVE to 00001 10 9,420 END SOUTH ASPEN PLACEAUTUM OAK WAYBLUE ASPEN WAYBROWN OAKS WAY ROSE MALLOW LANE to UNIT F2-1LSF1-9LS F2-2.8LSF2-8.4TNF2-5.4SF F2-11.4EAF2-10.3EAF2-10.3EAF2-11.4EAF2-11.4EAF2-11.4EAF2-10.3EA PAYMENT REFERENCE BID ITEM 1Mobilization, Bonds & Insurance2Traffic Control3Storm Water Pollution Control Program4Crack Seal & Slurry Seal (Type II)64" Remove and Replace7Blue RPM @ Hydrant9Lower Manhole Covers 10Adjust Manhole Covers to Fiish Grade1112" White Crosswalk / Limit Line (Thermo)F2-11.4LF1212" Yellow Crosswalk / Limit Line (Thermo)F2-11.4LF13"STOP" Legend (Thermo)17"AHEAD" Legend (Thermo)22Striping Detail #19 (Thermo & Markers)F2-11.4LF23Striping Detail #22 (Thermo & Markers)F2-11.4LF24Striping Detail #38 (Thermo & Markers)F2-11.4LF25Striping Detail #38A (Thermo & Markers)F2-11.4LF27Arrow Type IV (L/R) (Thermo)30Lower Water Valve Covers31Adjust Water Valve Covers to Finish GradeF2-10.3EA BID NO. ITEM CITY OF SANTA CLARITA2019-20 ANNUAL SLURRY SEAL PROJECT M0131 - C32BID ITEM QUANTITIES 148 0 11 9,974 PLACE END SOUTH SCOTCH PINE SMOKE TREE LANE to 0 43 40,320 ROYAL PINES WAY END WEST to END EAST 011 4917 46,435 LANE END EAST ROSE MALLOW MEDLEY RIDGE DRIVE to 1640 14,890 COURT END WEST RIVER BIRCH ENGLISH IVY LANE to 0 11 9,698 to END SOUTH SUMMER MAPLE COURT 1 11 106 10,359 RED CEDAR WAYRED MAPLE COURT DUSTY WILLOW WAY to EASTERN PINES COURT 0 33 30,421 LANE SILK TREE WAY SUMMER MAPLE WAY to MOUNTAIN WILLOW to WAY 0 33 MAPLE LANE 30,371 LANE MOUNTAIN WILLOW MONTEREY PINES SUMMER 3112 623226 114521837196 1,100 107,437 DRIVE MEDLEY RIDGE LOST CANYON ROAD ROYAL PINES LANE to 17 15,446 SUMMER MAPLE WAY MEDLEY RIDGE DRIVE to 915 25 7,735 SMOKE TREE LANE to MEDLEY RIDGE DRIVE GREEN PALM WAYICY WILLOW LANE 42 WAY 39,362 END NORTH ROYAL PINES WAY to GOLDEN WILLOW 80000 7,483 NORTH COURT ENGLISH OAK BLUE ASPEN WAY to END 149 3 1110091200 3226 773148521837196 2,192 QUANTITY TOTAL ESTIMATED 4 86 7,586 NORTH COURT WILLOW OAK BLUE ASPEN WAY to END 26 23,866 GOLDEN WILLOW WAY ROSE MALLOW LANE to 7 5,844 END WEST TULIP TREE COURTWHITE PINE WAY GOLDEN WILLOW WAY to 0002 212 40 WAY 37,403 SUMMER MAPLE END WEST to END EAST 9 7,769 COURT END WEST ENGLISH IVY LANE to STRAWBERRY PINE 8 7,483 END WEST SOUTHERN WILLOW COURT ENGLISH IVY LANE to 18 16,643 SCOTCH PINE PLACE BROWN OAKS WAY to 000082 38 35,940 SILK TREE WAYSMOKE TREE LANE CHERRY WILLOW DRIVE to MEDLEY RIDGE DRIVE 150 11152 7273 131 1,571 QUANTITY TOTAL ESTIMATED 7 630 CUL DE SAC FESTIVIDAD DRIVE to 50 CUL DE SAC FESTIVIDAD DRIVE to 7 179 CUL DE SAC FESTIVIDAD DRIVE to 51 744373 603 CANYON ROAD CUL DE SAC to BOUQUET 60 CUL DE SAC FESTIVIDAD DRIVE to 7 119 CUL DE SAC FESTIVIDAD DRIVE to 01 1029 FESTIVIDAD DRIVE to BOUQUET CANYON ROAD 8 40 CUL DE SAC FESTIVIDAD DRIVE to 70 6,1257,2499,4086,4025,64269,8826,4154,1766,320 CUL DE SAC ABAJO DRIVEALCON DRIVECAMARGO DRIVEDIAZ DRIVEESPUMA DRIVEFESTIVIDAD DRIVEMOCHA DRIVEPIEDROS DRIVESERVIA DRIVE FESTIVIDAD DRIVE to UNIT F2-1LS F1-9LS F2-2.8LSF2-8.4TNF2-5.4SF F2-11.4EAF2-11.4EA PAYMENT REFERENCE BID ITEM 1Mobilization, Bonds & Insurance2Traffic Control3Storm Water Pollution Control Program4Crack Seal & Slurry Seal (Type II)64" Remove and Replace7Install Blue RPM @ Fire Hydrant 1112" White Crosswalk / Limit Line (Thermo)F2-11.4LF13STOP Legend (Thermo)23Striping Detail #22 (Thermo & Markers)F2-11.4LF BID NO. ITEM CITY OF SANTA CLARITA2019-20 ANNUAL SLURRY SEAL PROJECT M0131 - S11BID ITEM QUANTITIES 151 8 111161 66 1,1202,873 19,726 197,264 QUANTITY TOTAL ESTIMATED 10 2,114 TRAIL 21,138 END OF AC TRAIL NEWHALL RANCH EASTSIDE PCC BRIDGE to CLARITA 10 1,939 TRAIL 19,390 PCCBRIDGE SANTA NEWHALL RANCH PARKWAY to WESTSIDE 10 660 1,708 TRAIL 17,080 CLARITA PARKWAY NEWHALL RANCH SAWMILL LANE to SANTA 10 1,144 TRAIL 11,440 SAWMILL LANE MILLHOUSE DRIVE to NEWHALL RANCH OF S/S 161 OF 10 901 9,009 TRAIL TRAIL toMILLHOUSEROAD NEWHALL RANCH NEWHALL RANCH ROAD 132 3,0502,783 TRAIL 30,503 AVE TIBBITTS NEWHALL RANCH HOME DEPOT PLAZA to 6610 209 1,120 TRAIL 11,198 HOME DEPOT PLAZA NEWHALL RANCH RYE CANYON ROAD to 424246203 5310 990 9,900 TRAIL CANYON ROAD GATEWAY to RYE NEWHALL RANCH 661420 67,6069,90011,19830,5039,00911,44017,08019,39021,138 TRAIL GATEWAY VANDERBILT WAY to NEWHALL RANCH UNIT F2-1LSF1-9LS F2-2.8LSF2-9.3SF67,606F2-5.4SF F2-12.3SFF2-11.4EAF2-11.4LF6,761F2-11.4EAF2-11.4EAF2-11.4EA PAYMENT REFERENCE BID ITEM 1Mobilization, Bonds & Insurance2Traffic Control3Storm Water Pollution Control Program5Crack Fill & Double Seal Coat64" Remove and Replace8Prune and Remove Tree Roots 18"HEADS UP" Bike Symbol (Paint)19Bike Trail Centerline Striping (Paint)20Bike Lane Arrow (Paint)32Bike Person Symbol (Paint)338" White Cross Walk / Limit Line (Thermo)F2-11.4LF34Walking Person Symbol (Paint) BID NO. ITEM CITY OF SANTA CLARITA2019-20 ANNUAL SLURRY SEAL PROJECT M0131 - NEWHALL RANCH TRAILBID ITEM QUANTITIES 152 111964442 11 236143399416954343 5,125 QUANTITY TOTAL ESTIMATED 964442 11 236143 399416954343 223,411 RANCH RD GRANDVIEW DR DECORO DR to NEWHALL UNIT F2-1LSF1-9LS F2-2.8LSF2-8.4TNF2-5.4SF F2-11.4EAF2-11.4LFF2-11.4EAF2-11.4EAF2-11.4EAF2-11.4EAF2-11.4LF5,125F2-11.4LFF2-11.4LFF2-11.4EAF2-11.4EA PAYMENT REFERENCE BID ITEM 1Mobilization, Bonds & Insurance2Traffic Control3Storm Water Pollution Control Program4Crack Seal and Slurry Seal (Type II)6Remove & Replace 4" AC7Install Blue RPM's @ Fire Hydrant 1112" White Crosswalk / Limit Line (Thermo)1212" Yellow Crosswalk / Limit Line (Thermo)F2-11.4LF13STOP Legend (Thermo)14"SLOW" Legend (Thermo)15"SCHOOL" Legend (Thermo)16"XING" Legend (Thermo)23Striping Detail #21 (Thermo)25Striping Detail #38 (Thermo & Markers)26Striping Detail #39 (Thermo)27Arrow Type IV (L/R) (Thermo)28Arrow Type VII (L/R) (Thermo) BID NO. ITEM CITY OF SANTA CLARITA2019-20 ANNUAL SLURRY SEAL PROJECT M0131 - V8N (ALTERNATE 2)BID ITEM QUANTITIES Certificate Of Completion Envelope Id: AB84143633B04014BB2F0184A4C8E654Status: Completed Subject: Please DocuSign: ENG-19-20-M0131SS SLURRY SEAL.pdf Source Envelope: Document Pages: 152Signatures: 1Envelope Originator: Certificate Pages: 5Initials: 2Kelsey Speers AutoNav: Enabled23920 Valencia Boulevard EnvelopeId Stamping: EnabledCity of Santa Clarita, CA 91355 Time Zone: (UTC-08:00) Pacific Time (US & Canada)kspeers@santa-clarita.com IP Address: 38.107.179.2 Record Tracking Status: OriginalHolder: Kelsey SpeersLocation: DocuSign 4/9/2020 9:51:03 AM kspeers@santa-clarita.com Signer EventsSignatureTimestamp Ramiro FuentesSent: 4/9/2020 9:52:20 AM rfuentes@santa-clarita.comViewed: 4/9/2020 10:18:22 AM Security Level: Email, Account Authentication Signed: 4/9/2020 10:18:41 AM (Optional) Signature Adoption: Pre-selected Style Using IP Address: 198.72.130.205 Signed using mobile Electronic Record and Signature Disclosure: Accepted: 4/9/2020 10:18:22 AM ID: 663a287d-af89-4440-9b7c-04cbdf10b5c9 Damon LetzSent: 4/9/2020 10:18:43 AM dletz@santa-clarita.comViewed: 4/9/2020 11:29:32 AM Security Level: Email, Account Authentication Signed: 4/9/2020 11:29:48 AM (Optional) Signature Adoption: Pre-selected Style Using IP Address: 38.107.179.2 Electronic Record and Signature Disclosure: Accepted: 4/9/2020 11:29:32 AM ID: 17d0bc02-b6a3-47d4-928e-c2f8b52f347a Mike HennawySent: 4/9/2020 11:29:50 AM mhennawy@santa-clarita.comViewed: 4/9/2020 11:47:36 AM Security Level: Email, Account Authentication Signed: 4/9/2020 11:48:40 AM (Optional) Signature Adoption: Pre-selected Style Using IP Address: 38.107.179.2 Electronic Record and Signature Disclosure: Accepted: 4/9/2020 11:47:36 AM ID: fd45a6f4-41ac-43d7-840b-81d4f8a6d4b5 In Person Signer EventsSignatureTimestamp Editor Delivery EventsStatusTimestamp Agent Delivery EventsStatusTimestamp Intermediary Delivery EventsStatusTimestamp Certified Delivery EventsStatusTimestamp Carbon Copy EventsStatusTimestamp Ramiro FuentesSent: 4/9/2020 11:48:42 AM rfuentes@santa-clarita.com Security Level: Email, Account Authentication (Optional) Electronic Record and Signature Disclosure: Accepted: 4/9/2020 10:18:22 AM ID: 663a287d-af89-4440-9b7c-04cbdf10b5c9 Christine SaundersSent: 4/9/2020 11:48:42 AM csaunders@santa-clarita.com 12/12/17 City of Santa Clarita Security Level: Email, Account Authentication (Optional) Electronic Record and Signature Disclosure: Not Offered via DocuSign Witness EventsSignatureTimestamp Notary EventsSignatureTimestamp Envelope Summary EventsStatusTimestamps Envelope SentHashed/Encrypted4/9/2020 11:48:42 AM Certified DeliveredSecurity Checked4/9/2020 11:48:42 AM Signing CompleteSecurity Checked4/9/2020 11:48:42 AM CompletedSecurity Checked4/9/2020 11:48:42 AM Payment EventsStatusTimestamps Electronic Record and Signature Disclosure Electronic Record and Signature Disclosure created on: 1/7/2014 2:16:54 PM Parties agreed to: Ramiro Fuentes, Damon Letz, Mike Hennawy, Ramiro Fuentes CONSUMER DISCLOSURE From time to time, City of Santa Clarita (we, us or Company) may be required by law to provide to you certain written notices or disclosures. Described below are the terms and conditions for providing to you such notices and disclosures electronically through your DocuSign, Inc. (DocuSign) Express user account. Please read the information below carefully and thoroughly, and if you can access this information electronically to your satisfaction and agree to these terms and conditions, please confirm your agreement by clicking the 'I agree' button at the bottom of this document. Getting paper copies At any time, you may request from us a paper copy of any record provided or made available electronically to you by us. For such copies, as long as you are an authorized user of the DocuSign system you will have the ability to download and print any documents we send to you through your DocuSign user account for a limited period of time (usually 30 days) after such documents are first sent to you. After such time, if you wish for us to send you paper copies of any such documents from our office to you, you will be charged a $0.00 per -page fee. You may request delivery of such paper copies from us by following the procedure described below. Withdrawing your consent If you decide to receive notices and disclosures from us electronically, you may at any time change your mind and tell us that thereafter you want to receive required notices and disclosures only in paper format. How you must inform us of your decision to receive future notices and disclosure in paper format and withdraw your consent to receive notices and disclosures electronically is described below. Consequences of changing your mind If you elect to receive required notices and disclosures only in paper format, it will slow the speed at which we can complete certain steps in transactions with you and delivering services to you because we will need first to send the required notices or disclosures to you in paper format, and then wait until we receive back from you your acknowledgment of your receipt of such paper notices or disclosures. To indicate to us that you are changing your mind, you must withdraw your consent using the DocuSign 'Withdraw Consent' form on the signing page of your DocuSign account. This will indicate to us that you have withdrawn your consent to receive required notices and disclosures electronically from us and you will no longer be able to use your DocuSign Express user account to receive required notices and consents electronically from us or to sign electronically documents from us. All notices and disclosures will be sent to you electronically Unless you tell us otherwise in accordance with the procedures described herein, we will provide electronically to you through your DocuSign user account all required notices, disclosures, authorizations, acknowledgements, and other documents that are required to be provided or made available to you during the course of our relationship with you. To reduce the chance of you inadvertently not receiving any notice or disclosure, we prefer to provide all of the required notices and disclosures to you by the same method and to the same address that you have given us. Thus, you can receive all the disclosures and notices electronically or in paper format through the paper mail delivery system. If you do not agree with this process, please let us know as described below. Please also see the paragraph immediately above that describes the consequences of your electing not to receive delivery of the notices and disclosures electronically from us. How to contact City of Santa Clarita: You may contact us to let us know of your changes as to how we may contact you electronically, to request paper copies of certain information from us, and to withdraw your prior consent to receive notices and disclosures electronically as follows: To contact us by email send messages to: joerum@santa-clarita.com To advise City of Santa Clarita of your new e-mail address To let us know of a change in your e-mail address where we should send notices and disclosures electronically to you, you must send an email message to us atjoerum@santa-clarita.com and in the body of such request you must state: your previous e-mail address, your new e-mail address. We do not require any other information from you to change your email address.. In addition, you must notify DocuSign, Inc to arrange for your new email address to be reflected in your DocuSign account by following the process for changing e-mail in DocuSign. To request paper copies from City of Santa Clarita To request delivery from us of paper copies of the notices and disclosures previously provided by us to you electronically, you must send us an e-mail to joerum@santa-clarita.com and in the body of such request you must state your e-mail address, full name, US Postal address, and telephone number. We will bill you for any fees at that time, if any. To withdraw your consent with City of Santa Clarita To inform us that you no longer want to receive future notices and disclosures in electronic format you may: i. decline to sign a document from within your DocuSign account, and on the subsequent page, select the check -box indicating you wish to withdraw your consent, or you may; ii. send us an e-mail to joerum@santa-clarita.com and in the body of such request you must state your e-mail, full name, IS Postal Address, telephone number, and account number. We do not need any other information from you to withdraw consent.. The consequences of your withdrawing consent for online documents will be that transactions may take a longer time to process.. Required hardware and software Operating Systems: Windows2000? or WindowsXP? Browsers (for SENDERS): Internet Explorer 6.0? or above Browsers (for SIGNERS): Internet Explorer 6.0?, Mozilla FireFox 1.0, NetScape 7.2 (or above) Email: Access to a valid email account Screen Resolution: 800 x 600 minimum Enabled Security Settings: -Allow per session cookies -Users accessing the internet behind a Proxy Server must enable HTTP 1.1 settings via proxy connection ** These minimum requirements are subject to change. If these requirements change, we will provide you with an email message at the email address we have on file for you at that time providing you with the revised hardware and software requirements, at which time you will have the right to withdraw your consent. Acknowledging your access and consent to receive materials electronically To confirm to us that you can access this information electronically, which will be similar to other electronic notices and disclosures that we will provide to you, please verify that you were able to read this electronic disclosure and that you also were able to print on paper or electronically save this page for your future reference and access or that you were able to e-mail this disclosure and consent to an address where you will be able to print on paper or save it for your future reference and access. Further, if you consent to receiving notices and disclosures exclusively in electronic format on the terms and conditions described above, please let us know by clicking the 'I agree' button below. By checking the 'I Agree' box, I confirm that: • I can access and read this Electronic CONSENT TO ELECTRONIC RECEIPT OF ELECTRONIC CONSUMER DISCLOSURES document; and • I can print on paper the disclosure or save or send the disclosure to a place where I can print it, for future reference and access; and Until or unless I notify City of Santa Clarita as described above, I consent to receive from exclusively through electronic means all notices, disclosures, authorizations, acknowledgements, and other documents that are required to be provided or made available to me by City of Santa Clarita during the course of my relationship with you. DocuSign Envelope ID: 55B6F1CD-6A54-4E72-A9A6-305CB95B84E2 PROPOSAL FORM Bid #ENG-19-20-M0131O 2019-2020 Annual Overlay Project'M0131 City Project No. M0131 City of Santa Clarita, California TO THE CITY OF SANTA CLARITA, AS CITY: In accordance with CITY's NOTICE INVITING BIDS, the undersigned BIDDER hereby proposes to furnish all materials, equipment, tools, labor, and incidentals required for the above -stated project as set forth in the plans, specifications, and contract documents therefore, and to perform all work in the manner and time prescribed therein. BIDDER declares that this proposal is based upon careful examination of the work site, plans, specifications, INSTRUCTIONS TO BIDDERS, and all other contract documents. If this proposal is accepted for award, BIDDER agrees to enter into a contract with CITY at the unit and/or lump sum prices set forth in the following BID SCHEDULE. BIDDER understands that failure to enter into a contract in the manner and time prescribed will result in forfeiture to CITY of the proposal guarantee accompanying this proposal. BIDDER understands that a bid is required for the entire work that the estimated quantities set forth in BID SCHEDULE are solely for the purpose of comparing bids, and that final compensation under the contract will be based upon the actual quantities of work satisfactorily completed. THE CITY RESERVES THE RIGHT TO INCREASE OR DECREASE THE AMOUNT OF ANY QUANTITY SHOWN AND TO DELETE ANY ITEM FROM THE CONTRACT. It is agreed that the unit and/or lump sum price(s) bid include all appurtenant expenses, taxes, royalties, and fees for the project's duration. In case of discrepancies in the amounts bid, unit prices shall govern over extended amounts, and words shall govern over figures. If awarded the contract, the undersigned further agrees that in the event of the Bidder's default in executing the required contract and filing the necessary bonds and insurance certificates within ten working days after the date of the CITY's notice of award of contract to the BIDDER, the proceeds of the security accompanying this bid shall become the property of the CITY and this bid and the acceptance hereof may, at the CITY's option, be considered null and void. Company Name: TORO ENTERPRISES INC. Company Address: 2101 EAST VENTURA BLVD. OXNARD CA By: SEAN CASTILLO Print Name /Y Title: PRESIDE Signature: /W Date: 4& 1 21 DocuSign Envelope ID: 55B6F1CD-6A54-4E72-A9A6-305CB95B84E2 BID SCHEDULE Bid #ENG-19-20-M01310 2019-2020 Annual Overlay Project M0131 City Project No. M0131 City of Santa Clarita, California This form must be submitted with all bids via BidNet. The total bid amount (Base Bid + Alternates) must be entered into the line items section of BidNet. If the total entered on this page conflicts with what is entered on BidNet, the number entered on BidNet shall govern. CITY OF SANTA CLARITA 2019-20 ANNUAL OVERLAY PROJECT M0131 - BASE BID BID SCHEDULE BIDDER: TORO ENTERPRISES, INC. 744 DocuSign Envelope ID: 55B6F1CD-6A54-4E72-A9A6-305CB95B84E2 CITY OF SANTA CLARITA 2019-20 ANNUAL OVERLAY PROJECT M0131 - BASE BID BID SCHEDULE BIDDER: TORO ENTERPRISES, INC. UUM M,Striping Detail #12 (Markers) =i 'Striping Detail #21 (Thermo) =Striping Detail #22 (Thermo & Markers) Stripi ng Detail #24 (Thermo) �3triping Detail #27B (Therm • ='Striping Detail #38A (Thermo) Striping Detail #38C (Markers) Striping Detail #39 (Thermo) =iStriping Detail #39A (Thermo) Striping Detail #40 (Markers) ="STOP" Legend (Thermo) �-AHEAD" Legend (Thermo) "SLOW' Legend (Thermo) ="SCHOOL" Legend (Thermo) ="XING" Legend (Thermo) =,Striping Detail #28 (Thermo) = I.YIELD" Legend (Thermo) ='.HERE" Legend (Thermo) M'.25" Legend (Thermo) =,Speed Hump (AC) & Marking (Thermo) Bike Lane Sym t =Arrow Typet'V(UR) (Thermo) Stab-ilization Allowance Cold Plane & Remove 2-1/4" Install Shoulderbacking •Remove & Dispose 6-1/2" Pulverized Material Lime/Cement Treat 13-1/2" TOTAL BASE BID TOTAL AMOUNT IN FIGURES: 14 .......... 11BASE BID TOTAL AMOUNT IN WORDS: 23 DocuSign Envelope ID: 55B6F1CD-6A54-4E72-A9A6-305CB95B84E2 CITY OF SANTA CLARITA 2019-20 ANNUAL OVERLAY PROJECT M0131 - RYE CANYON (ALTERNATE 1) BID SCHEDULE BIDDER: TORO ENTERPRISES, INC. ITEM NO. 1 BID ITEMS Mobilization, Bonds & Insurance PAYMENT REFERENCE F2-1 UNIT LS TOTAL QUANTITIES I UNIT PRICE C9460D *TOTAL COST C-)-(PJ (x)-6 2 Traffic Control F2-2.8 LS I 53.(Z)o 53, Cc() 3 Storm Water Pollution Prevention - BMP Plan F1-9 LS 1 V56 U5 (D 8 AC C2 PG 64-10 F2-11.4 TN 2,608 -71 P, f P,0 10 ARHM GG-D PG 64-16 F2-113.4 TN 1,681 1?Z1, L �/ 1, 21 Install Blue RPM's 2 Fire Hydrant F2-17.4 EA 11 7,.0 80-11>0 22 Lower Manhole Covers F2-15.3 EA 7 -15 'IrS CP 401 24 Lower Water Covers F2-15.3 EA 20 28 Ad -just Manhole Covers to Finish Grade F2-15.3 EA 7 30 Ad -just Water Cover Finish Grade F2-15.3 EA 20 34 Remove and Install Permanent Traffic Loops F2-16.4 EA 18 35 Remove and Install Temporary Traffic Loops F2-16.4 EA 18 36 12" White Crosswalk/Limit Line (Thermo) F2-17.4 LF 660 'j?, 10 3610 39 Striping Detail #4 (Thermo & Markers) F2-17A LF 3,609 40 Striping Detail #12 (Markers) F2-17.4 LF 5,832 r) C9, 46 Striping Detail #38 (Thermo & Markers) F2-17.4 LF 1,028 1 C),5 U) 79,40 48 Striping Detail #38C (Markers) F2-17.4 LF 1,084 N, w 151 51 Striping Detail #40 (Markers) F2-17.4 LF 125 58 "YIELD" Legend (Thermo) F2-17.4 EA I InS \0S 63 Arrow Type IV (L/R) (Thermo) F2-17.4 EA 19 64 Stabilization Allowance F2-5.4 SF 13,906 . ...... . 68 Pulverize 12" F2-8.4 SF 139,060 0.10 1-:34Ole 69 Remove & Dispose 6-1/2" Pulverized Material F2-9.4 SF 139,060 0,11f /0-;?, 0,11A, 70 , Lime/Cement Treat 13-1/2" F2-12:.4 SF J 139,060 0,7� i -7d, ALTERNATE I BID TOTAL AMOUNT IN FIGURES: 01-7 0/ ?4-) LTERNATE 1 BID TOTAL AMOUNT IN WORDS: 24 DocuSign Envelope ID: 55B6F1CD-6A54-4E72-A9A6-305CB95B84E2 CITY OF SANTA CLARITA 2019-20 ANNUAL OVERLAY PROJECT M0131 - S3 (ALTERNATE 2) BID SCHEDULE BIDDER: TORO ENTERPRISES, INC. ITEM NO. BID ITEMS PAYMENT REFERENCE UNIT TOTAL QUANTITIES UNIT PRICE *TOTAL COST I Mobilization, Bonds & Insurance 172-1 LS 1 4, Oe7,1-51 2 Traffic Control F2-2.8 LS 1 J 000 _-0 jog, 0 3 Storm Water Pollution Prevention- BMP Plan F1-9 is 1 q,rs41 4,/"00 11 Thin Maintenance Overlay F2-12.5 TN 10,087 /0/, -ge) /3, , . 12 Remove & Replace 4" AC F2-6.4 SF 4,372 4f, �:5 ;,70, 3) -7, 06 16 Keycut A2 (6 ft, 1- 1/4") F2-4.6 LF 32,387 /, (0 r-;, 17 Keycut A3 (6 ft, 1-1/2" F2-4.6 LF 24,476 1,7o 19 KeVcut B2 (12 ft, 1-1 /4") F2-4.6 LF 881 f -2 20 Kevcut B3 (12 ft 1-1/2" F2-4.6 LF 258 21 lInstall Blue RIPM's @ Fire Hydrant F2-17A EA 25 50 /67, 22 Lower Manhole Covers F2-15.3 EA 139 23 Lower Gas Valve Covers F2-15.3 EA I 24 Lower ' Water Covers F2-15.3 EA 105 25 Lower Utility Cover / Vault / Well F2-15.3 EA 1 b 0401 1, 1 //&o 28 Adjust Manhole Covers to Finish Grade F2-16.3 EA 139 .05 W, 1q5 29 Adjust Gas Valve Cover Finish Grade F2-15.3 EA 1 040 10�0 30 Adjust Water Cover Finish Grade F2-15.3 EA 105 LP, 0 c/o 31 Adjust Utilitv Cover I Vault / Well to Finish Grade F2-153 EA I V -e)-1 G 34 Remove and Install Permanent Traffic Loops F2-16.4 EA 2 1, 0-5*0 35 Remove and Install Temporary Traffic Loops F2-16.4 EA 2 t Cs 36 12" White Crosswalk/Limit Line (Thermo) F2-17.4 LF 269 42 Stri ' r)in a Detail #22 (Thermo & Markers) F2-17.4 LF 220 I:p 1/& 52 "STOP" Legend (Thermo) F2-17.4 EA 3 1315 60 "25". Legend (Thermo) F2-17.4=EA I 11 TOTAL 11ALTERNATE 2 BID TOTAL AMOUNT IN FIGURES: J HALTERNATE 2 BID TOTAL AMOUNT IN WORDS: 25 DocuSign Envelope ID: 55B6F1CD-6A54-4E72-A9A6-305CB95B84E2 CITY OF SANTA CLARITA 2019-20ANNUAL OVERLAY PROJECT M0131 - S16 (ALTERNATE 3) BID SCHEDULE BIDDER: TORO ENTERPRISES, INC. ITEM NO. BID ITEMS PAYMENT REFERENCE UNIT TOTAL QUANTITIES UNIT PRICE *TOTAL COST 1 Mobilization, Bonds & Insurance F2-1 LS I IQ, f 2 Traffic Control F2-2.8 LS 1 0 (5 01,100 3 Storm Water Pollution Prevention- BMP Plan F1-9 LS 1 11 Thin Maintenance Overlay F2-12.5 TN 3,365 12 Remove & Replace 4" AC F2-5.4 SF 5,044 16 Keycut A2 (6 ft, 1- 1 /4") 172-4,6 LF 2,871 17 Keycut A3 (6 ft, 1-1/2" F2-4.6 LF 17,353 19 Keycut B2 (12 t 1-1 /4") F2-4.6 LF 105 20 Keycut B3 (12 M 1-1/2" F2-4,6 LF 274 y-1off 21 1 Install Blue RPM's @ Fire Hydrant F2-17.4 EA 18 1�4' 22 Lower Manhole Covers F2-15.3 EA 54 po4tos 24 Lower Water Covers F2-15.3 EA 41 1571 �0"r)ql 25 Lower Utility Cover/ Vault/ Well F2-15.3 EA I I I UP 1, (9 28 Adjust Manhole Covers to Finish Grade F2-15.3 EA 54 30 Adjust Water Cover Finish Grade F2-15.3 EA 41 31 Adjust Utility Cover / Vault / Well to Finish Grade F2-15.3 EA 1 4A11;k-+ AfIT 36 12" White Crosswalk/Limit Line (Thermo) F2-17.4 LF 257 0 44 Striping Detail #27 (Thermo & Markers) F2-17.4 LF 171 0 46 Striloina Detail #38 (Thermo & Markers) F2-17.4 LF 107 52 "STOP" Legend (Thermo) F2-17.4 EA 2 10 60 "25" Legend (Thermo) F2-17.4 EA 5 t±: Speed Hump LAC & MarkinThermo) F2-11.4 EA 2 TOTAL 1[�LTERNATE 3 BID TOTAL AMOUNT IN FIGURES: 53Z 6;,5-7-,PE5 IIALTERNATE 3 BID TOTAL AMOUNT IN WORDS: -h\-1r- 4,1^ru,SrA-4 H Si- V-iKalacA W^J DocuSign Envelope ID: 55B6F1CD-6A54-4E72-A9A6-305CB95B84E2 CITY OF SANTA CLARITA 2019-20 ANNUAL OVERLAY PROJECT M0131 - V8N (ALTERNATE 4) BID SCHEDULE BIDDER: TORO ENTERPRISES, INC. ITEM NO. BID ITEMS PAYMENT REFERENCE UNIT TOTAL QUANTITIES UNIT PRICE *TOTAL COST 1 Mobilization, Bonds & Insurance F2-1 LS 1 qj, 70C :30v 2 Traffic Control F2-2.8 LS I 3 Storm Water Pollution Prevention - BIVIP Plan FI-9 LS 1 r.7 0 9 AC D2 PG 64-10 F2-11.4 TN 1,227 10 ARHM GG-D PG 64-16 F2-13.4 TN 3,766 12 Remove & Replace 4" AC F2-5.4 SF 1,910 15 Keycut Al (6 ft, 1-3/4") F2-4,6 LF 20,468 3t -7,;Z.:73f 18 Keycut 131 (12 ft, 1-3/4") F2-4.6 LF 610 Iq, t)ZI) 21 Install Blue RPM's @ Fire Hydrant 172-17.4 EA 16 . I I -6 f 1-7., LO 22 Lower Manhole Covers F2-15.3 EA 56 6vgp s+q 24 Lower Water Covers F2-153 EA 46 51 CR, %j4w 28 Adjust Manhole Covers to Finish Grade F2-15.3 EA 56 30 Adjust Water Cover Finish Grade F2-15.3 EA 46 34 Remove and Install Permanent Traffic Loops F2-16.4 EA 8 35 Remove and Install Temporary Traffic Loops F2-16.4 EA 8 36 112" White Crosswalk/Limit Line (Thermo) F2-17.4 LF 376 38 White/Yellow Continental Crosswalk (Thermo) F2-17A SF 364 41 Stripin Detail#21 (Thermo) 172-17.4 LF 987 47 Striping Detail #38A (Thermo) F2-17A I LF 1 304 1.05 0 49 Striping Detail #39 (Thermo) F2-17.4 LF 474 0,4-4- -78 52 "STOP" Legend (Thermo) F2-17.4 EA 7 -71-315 3::: Arrow Type IV (UR) (Thermo) F2-17.4 FA 4 aa 1 TOTAL ALTERNATE 4 BID TOTAL AMOUNT IN FIGURES: 27 DocuSign Envelope ID: 55B6F1CD-6A54-4E72-A9A6-305CB95B84E2 CITY OF SANTA CLARITA 2019-20 ANNUAL OVERLAY PROJECT M0131 - V10N (ALTERNATE 5) BID SCHEDULE BIDDER: TORO ENTERPRISES, INC. ITEM NO. BID ITEMS PAYMENT REFERENCE UNIT TOTAL QUANTITIES UNIT PRICE *TOTAL COST 1 Mobilization, Bonds & Insurance F2-1 LS 1 000 mo 2 Traffic Control F2-2.8 LS 1 ,� 3 lStorm Water Pollution Prevention- BMP Plan FI-9 LS 1 1 /0000 /0,000 9 AC D2 PG 64-10 F2-11.4 TN 01 2,411 '?Y 10 ARHM GG-D PG 64-16 F2-13A TN 7,397 50 12 Remove & Replace 4" AC F2-5A SF 1,176 -7,00 too 15 Keycut A 1 (6 ft, 1-3/4") F2-4.6 LF 35,123 52, 6,?-1 18 Keycut B 1 (12 ft, 1-3/4") F2-4.6 LF 394 21 Install Blue RPM's @ Fire Hydrant F2-17.4 EA 30 7.35 ,.Qo, 5o 22 Lower Manhole Covers F2-15.3 EA 82 -3 +a ?6, 60 23 Lower Gas Valve Covers F2-15.3 EA 4 07 jlcqf' 24 Lower Water Covers F2-15,3 EA 88 61 q,q65 25 Lower Utility Cover/Vault/Well F2-15.3 EA 12 t I/& �, 51r?, 28 Adjust Manhole Covers to Finish Grade F2-15.3 EA 82 570.5 V, 1110 29 Adjust Gas Valve Cover Finish Grade F2-15.3 EA 4 /07 30 Adjust Water Cover Finish Grade F2-15.3 EA 88 -56 31 Adjust Utilitv Cover/ Vault/ Well to Finish Grade F2-15.3 EA 12 06-1 36 12" White Crosswalk/Limit Line (Thermo) F2-17A LF 243 Cl?, io 510.30 37 12" Yellow Crosswalk/ Limit Line (Thermo) F2-17.4 LF 70 2,10 38 White/Yellow Continental Crosswalk Thermo ) F2-17.4 LF 344 3.15 Ju3, 0 41 Striping Detail #21 (Thermo) F2-17.4 LF 716 gil 52 "STOP" Legend (Thermo) F2-17.4 EA 7 10.5 735 53 "AHEAD" Legend (Thermo) F2-17.4 EA I 1(-G.5o 54 "SLOW' Legend (Thermo) F2-17.4 EA 2 /as, ?16 55 "SCHOOL" Legend (Thermo) F2-17.4 EA 2 I-qa 96,� 56 "XING" Legend ahermo) F2-17.4 EA 2 los 1:910 TOTAL kLTERNATE 6 BID TOTAL AMOUNT IN FIGURES: L 700, O kLTERNATE 6 BID TOTAL AMOUNT IN WORDS:N" x 7- 28 DocuSign Envelope ID: 55B6FICD-6A54-4E72-A9A6-305CB95B84E2 &101824-11]m 2019-20 Annual Overlay Project M0131 Bid No. ENG-19-20-MO1310 Project No. M0131 City of Santa Clarita, California BIDDER: TORO ENTERPRISES, INC. BID SUMMARY TOTAL PRICE IN FIGURES $ BASE BID TOTAL PRICE IN WORDS TOTAL PRICE IN FIGURES 6-7 ADD ALTERNATE I TOTAL PRICE IN WORDS C-14 ?A C &Mt TOTAL PRICE IN FIGURES ADD ALTERNATE 2 m"wov,\ 4Arae, kvtAdf-c-,.4 TOTAL PRICE IN WORDS TOTAL PRICE IN FIGURES $ 5:5 -71 b,5--7 -S7 ADD ALTERNATE 3 TOTAL PRICE IN WORDS � \,JV-AreA TOTAL PRICE IN FIGURES $ ADD ALTERNATE 4 TOTAL PRICE IN WORDS .4, TOTAL PRICE IN FIGURES $ 6j3"fl-1111 ADD ALTERNATE 5 �)nc, (ai �l,uo "A,,Jnc,,P *o,,;- ,,4 TOTAL PRICE IN WORDS �, w -# e-.c ,� TOTAL PRICE IN FIGURES $ 6/ TOTAL OF BASE BID AND ALL ADD ALTERNATES TOTAL PRICE E1`ykf m , , q111 h IN WORDS it I 4,114'r'-s :Xu 29 000uaignEnvelope ID: ssenplo The basis for award mfcontract shall bethe Contractor's Bose Bid plus the Alternates. TheAgency reserves the right to add any of the additive Alternates by Contract Change Order adany time during the project up to the last contract working day. The BIDDER agrees to hold all unit prices bid for Additive ' Alternates constant throughout the duration of the project up to the last contract working day. No additional - compensation will be allowed for Alternates added by contract Change Order beyond the amount shown onthe original bid. 30 DocuSign Envelope ID: 55B6F1CD-6A54-4E72-A9A6-305CB95B84E2 PROPOSALFORM Bid #ENG-19-20-MO1310 2019-2020 Annual Overlay Project'MO131 City Project No. M0131 City of Santa Clarita, California TO THE CITY OF SANTA CLARITA, AS CITY: In accordance with CITY's NOTICE INVITING BIDS, the undersigned BIDDER hereby proposes to furnish all materials, equipment, tools, labor, and incidentals required for the above -stated project as set forth in the plans, specifications, and contract documents therefore, and to perform all work in the manner and time prescribed therein. BIDDER declares that this proposal is based upon careful examination of the work site, plans, specifications, INSTRUCTIONS TO BIDDERS, and all other contract documents. If this proposal is accepted for award, BIDDER agrees to enter into a contract with CITY at the unit and/or lump sum prices set forth in the following BID SCHEDULE. BIDDER understands that failure to enter into a contract in the manner and time prescribed will result in forfeiture to CITY of the proposal guarantee accompanying this proposal. BIDDER understands that a bid is required for the entire work that the estimated quantities set forth in BID SCHEDULE are solely for the purpose of comparing bids, and that final compensation under the contract will be based upon the actual quantities of work satisfactorily completed. THE CITY RESERVES THE RIGHT TO INCREASE OR DECREASE THE AMOUNT OF ANY QUANTITY SHOWN AND TO DELETE ANY ITEM FROM THE CONTRACT. It is agreed that the unit and/or lump sum price(s) bid include all appurtenant expenses, taxes, royalties, and fees for the project's duration. In case of discrepancies in the amounts bid, unit prices shall govern over extended amounts, and words shall govern over figures. If awarded the contract, the undersigned further agrees that in the event of the Bidder's default in executing the required contract and filing the necessary bonds and insurance certificates within ten working days after the date of the CITY's notice of award of contract to the BIDDER, the proceeds of the security accompanying this bid shall become the property of the CITY and this bid and the acceptance hereof may, at the CITY's option, be considered null and void. Company Name: TORO ENTERPRISES INC. Company Address: 2101 EAST VENTURA BLVD. OXNARD CA By: SEAN CASTILLO Print Name Title: PRESIDE Signature: / Date: 041 DocuSign Envelope ID: 55B6F1CD-6A54-4E72-A9A6-305CB95B84E2 BIDDER'S INFORMATION AND CERTIFICATION Bid #ENG-19-20-M01310 2019-2020 Annual Overlay Project M0131 City Project No. M0131 Bidder certifies that the representations of the bid are true and correct and made under penalty of perjury. EQUAL EMPLOYMENT OPPORTUNITY COMPLIANCE Bidder certifies that in all previous contracts or subcontracts, all reports which may have been due under the requirements of any CITY, State, or Federal equal employment opportunity orders have been satisfactorily filed, and that no such reports are currently outstanding. AFFIRMATIVE ACTION CERTIFICATION Bidder certifies that affirmative action has been taken to seek out and consider minority business enterprises for those portions of the work to be subcontracted, and that such- affirmative actions have been fully documented, that said documentation is open to inspection, and that said affirmative action will remain in effect for the life of any contract awarded hereunder. Furthermore, Bidder certifies that affirmative action will be taken to meet all equal employment opportunity requirements of the contract documents. Bidder's Name: TORO ENTERPRISES, INC. Business Address: 2101 EAST VENTURA BLVD. OXNARD CA 93036 Telephone No.: (805) 483-4515 State CONTRACTOR's License No. & Class: 710580 DIR No.: 1000002410 Original Date: 1113 / Expiration Date: 6/30/22 The following are the names, titles, addresses, and phone numbers of all individuals, firm members, partners, joint ventures, and/or corporate officers having a principal interest in this proposal: SEAN CASTILLO, PRESIDENT JERRY HANNIGAN SECRETARY TRENT ROYLE, V.P. OF OPERATIONS (805) 483-4515 2101 EAST VENTURA BLVD. OXNARD, CA 93036 31 oocuSignEnvelope ID: ssu6ploo-6Ao4-4E7o+mAs-3oocanoao4E2 The dates of any voluntary or -involuntary bankruptcy judgments against any principal having an interest in this proposal, or any firm, corporation, partnership orjoint venture of which any principal having an interest in this proposal was an owner, corporate officer, partner orjoint venture are as follows: - N/A All current and prior DBAs,alias, and/or fictitious business names for any principal having aninterest in this proposal are asfollows: |NWITNESS WHEREOF, BIDDERtitle, hands, and seals of all aforementioned principals this y of 020. BIDDER: Signature ' Name and Title ofSignatory TORO ENTERPRISES, Legal Name ofBidder 2101EAST VENTURA BLVD. OXNARD,[A93D36 Address �� 8�� �� (805)483'4515 �' '- —'~� Telephone Number Federal Tax iD.No. SIGNATURES MUST 8E MADE AND NOTARY ACKNOWLEDGMENTS OFEXECUTION OFBIDDER MUST @E ATTACHED Subscribed and sworn bothis Notary Public ~ 2O 7�dcz� X_#Ady'15/ mm CALIFORNIA JURAT WITH AFFIANT STATEMENT GOVERNMENT CODE § 8202 [rSee Attached Document (Notary to cross out lines 1-6 below) ❑ See Statement Below (Lines 1-6 to be completed only by document signer[s], not Notary) Signature of Document Signer No. 1 Signature of Document Signer No. 2 (if any) A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of Calif ornia Countyof GLORIA BACARELLA Notary Public - California Ventura CountyCommission 1CzDMy # 2270099 Comm. Expires Dec 7, 2022 Place Notary Seal and/or Stamp Above Subscribed and sworn to (or affirmed) before me on this day of 1kYW120 , by Date Mckth Year (and (2) Name(s) of Signers} proved to me on the basis of satisfactory evidence to be the person(s) whoYappeere me. Signature —Signature of Notary Public r%DT1nAI A 1 Completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document: Document Date: �f✓2° J Number of Pages: c Signer(s) Other Than Named Above: ©2017 National Notary Association DocuSign Envelope ID: 55B6F1CD-6A54-4E72-A9A6-305CB95B84E2 BIDDER'S QUESTIONNAIRE Bid #ENG-19-20-M01310 2019-2020 Annual Overlay Project M0131 City Project No. M0131 City of Santa Clarita, California 1. Submitted by: TORO ENTERPRISES, INC. Telephone: (805) 483-4515 Principal Office Address: 2101 EAST VENTURA BLVD. OXNARD, CA 93036 2. Type of Firm: C Corporation ❑ S Corporation ❑ Individual/Sole Proprietor or Single —Member LLC ❑ Partnership ❑ Limited Liability Company "C" C-Corp ❑ Limited Liability Company "S" S-Corp ❑ Limited Liability Company "P" Partnership ❑ Other 3a. If a corporation, answer these questions: Date of Incorporation: 12/22/1994 State of Incorporation: CALIFORNIA President's Name: SEAN CASTILLO Vice -President's Name: TRENT ROYLE Secretary or Clerk's Name: JERRY HANNIGAN Treasurer's Name: N/A 3b. If a partnership, answer these questions: Date of organization: N/A State Organized in: N/A Name of all partners holding more than a 10% interest: N/A Designate which are General or Managing Partners. 33 DocuSign Envelope ID: 55B6F1CD-6A54-4E72-A9A6-305CB95B84E2 BIDDER'S QUESTIONNAIRE (cont'd) Bid #ENG-19-20-M01310 2019-2020 Annual Overlay Project M0131 City Project No. M0131 City of Santa Clarita, California 4. Name of person holding CONTRACTOR'S license: SEAN CASTILLO License number: 710580 Class: A, C-31 Expiration Date: 8/31/21 D.I.R. Registration # 1000002410 5. CONTRACTOR's Representative: VINNYTUSCHKA Title: ESTI MAT[ N F ASSISTANT Alternate: N/A Title: N/A 6. List the major construction projects your organization has in progress as of this date: A. Owner: City of Santa Paula Project Location: Santa Paula, CA Type of Project: 2019-2020 PAVEMENT SLURRY SEAL AND REHABILITATION CIP PROGRAM B. Owner: City of Oxnard Project Location: Oxnard, CA Type of Project: Pipeline Replacement Project C. Owner: City of Burbank Project Location: Burbank CA Type of Project: Demolition and excavation of sites, construct sidewalk, curb ramp, curb and gutter, cross gutter, cold milling 2" asphalt, 2" Rubber Hot Mix (ARHM) Overlay 34 DocuSign Envelope ID: 55B6F1CD-6A54-4E72-A9A6-305CB95B84E2 CERTIFICATION OF NON -SEGREGATED FACILITIES Bid #ENG-19-20-M01310 2019-2020 Annual Overlay Project M0131 City Project No. M0131 City of Santa Clarita, California The BIDDER certifies that it does not maintain or provide for its employees any segregated facilities at any of its establishments, and that it does not permit its employees to perform their services at any location, under its control, where segregated facilities are maintained. The BIDDER certifies further that it will not maintain or provide for its employees any segregated facilities at any of its establishments, and that it will not permit its employees to perform their services at any location, under its control, where segregated facilities are maintained. The BIDDER agrees that a breach of this certification is a violation of the Equal Opportunity clause in this Contract. As used in this certification, the term "segregated facilities" means any waiting rooms, work areas, rest rooms, and wash rooms, restaurants and other eating areas, time clocks, locker rooms and other storage or dressing areas, parking lots, drinking fountains, recreation or entertainment areas, transportation, and housing facilities provided for employees which are segregated by explicit directive or are in fact segregated on the basis of race, creed, color, or national origin, because of habit, local custom, or otherwise. The BIDDER agrees that (except where it has obtained identical certifications from proposed subcontractors for specific time periods) it will obtain identical certifications from proposed subcontractors prior to the award of subcontracts exceeding $10,090 whic are not exempt from the provisions of the Equal Opportunity clause, and that it will retain su certific ions in its files. TORO ENTERPRISES, INC. Required by the May 19, 1967 order on Elimination of Segregated Facilities, by the Secretary of Labor — 32 F.R. 7439, May 19, 1967 (F.R. Vol. 33, No. 33 — Friday, February 16, 1968 — p. 3065). 35 DocuSign Envelope ID: 55B6F1CD-6A54-4E72-A9A6-305CB95B84E2 DEBARMENT AND SUSPENSION CERTIFICATION TITLE 49, CODE OF FEDERAL REGULATIONS, PART 29 Bid #ENG-19-20-M01310_ 2019-2020 Annual Overlay Proiect M0131 City Proiect No. M0131 City of Santa Clarita, California The bidder under penalty of perjury, certified that except as noted below, he/she or any person associated therewith in the capacity of owner, partner, director, office manager: is not currently under suspension, debarment, voluntary exclusion or determination of ineligibility by any federal AGENCY; has not been suspended, debarred, voluntarily excluded, or determined ineligible by any federal AGENCY within past three years; does not have a proposed debarment pending; and has not been indicted, convicted, or had a civil judgment rendered against it by a court of competent jurisdiction in any matter involving fraud or official misconduct within the past 10 years. If there are any exceptions to this certification, insert the exceptions in the following space. N/A Exceptions will not necessarily result in denial of award but will be considered in determining bidders' responsibility. For any exception noted above, indicate below to whom it applies, initialing AGENCY, and dates of action. N/A NOTE: Providing false information may result in criminal prosecution or administrative sanctions. The above certification is part of the Proposal. Signing this Proposal on the signature portion thereof shall also constitute signature of this Certification. 38 DocuSign Envelope ID: 55B6F1CD-6A54-4E72-A9A6-305CB95B84E2 DESIGNATION OF SUBCONTRACTORS Bid # ENG-19-20-MO1310 -- 2019-2020 Annual Overlay Project M0131 City Project No. M0131 City of Santa Clarita, California Subcontractor DIR Registration No. Dpilar Value of Work 0, tA 91112P CCM ?4M I OD 000n A'QU ge of firm: DBE: Yes Pie Annual Gross Receipts: Location and Place of Business '2Z 000 �I 1,. I td -UC� CA - Bid Schedule Item No's: 21 \J Description of Work ay- Lp r �� License No, 1'2r'j1-Iu0o Exp. Date: / / � • "i t -21 Phone ( ) 161 7H Q 5(/ Subcontractor DIR Registration Dollar Value of Work �p� CWfW4J1A, iY`W'ii�✓.�ti i �No. �^ ' c)VO� 1 /..- Age of firm: DoB& Yes pie Annual Gross Receipts: i/] 0 (nn reeds.;.,, A.,,,...,,. '30 A& Locatik and Pace of Busi� CA I ,i llb Bid Schedule IItVetm No's: 715 Description bf Work 1 wpl License No. 71 '2-�,OW-7 Exp. Date: / / q Phone ( ) U'2c� �tio 3 Subcontractor DIR Registration No. Dollar Value of Work Age Annual Gross Receipts: Location and Place of Business Bid Schedule Item No's: Description of Work - License No. Exp. Date: / / I Phone( ) NOTE: A BIDDER or subcontractor shall not be qualified to bid on, be listed in a bid proposal, subject to the requirements of Section 4104 of the Public Contract Code, or engage in the performance of any contract for public work, as defined in this chapter, unless currently registered and qualified to perform public work pursuant to Section 1725.5 of the Labor Code. It is not a violation of this section for an unregistered BIDDER to submit a bid that is authorized by Section 7029.1 of the Business and Professions Code or by Section 10164 or 20103.5 of the Public Contract Code, provided the BIDDER is registered to perform public work pursuant to Section 1725.5 of the Labor Code at the time the contract is awarded. K%� DocuSign Envelope ID: 55B6F1CD-6A54-4E72-A9A6-305CB95B84E2 EQUAL EMPLOYMENT OPPORTUNITY CERTIFICATION Bid #ENG-19-20-M01310 2019-2020 Annual -Overlay Project-M0131 - City Proiect No. M0131 City of Santa Clarita, California This bidder TORO ENTERPRISES, INC. proposed subcontractor TBD hereby certifies that it has _X has not participated in a previous contract or subcontract subject to the equal opportunity clause, as required by Executive Orders 10925.11114, or 11246, and that it has X has not , filed with the Joint Reporting Committee, and Director of Office of Federal Contract Compliance, a Federal Government contracting or administering AGENCY, or the former President's Committee on Equal Employment Opportunity, all rep rts hat are under the applicable filing requirements. Company: TORO ENTE/ RI INC. By: Title: SEAN CASTILLO, PRESIDENT Date: 0�;/O( Note: The above certification is required by the Equal Employment Opportunity of the Secretary of Labor (41 CFR 60-1.7(b)(1)) and must be submitted by bidders and proposed subcontractors only in connection with contracts and subcontracts which are subject to the equal opportunity clause as set forth in 41 CFR 60-1.5, (Generally only contracts or subcontracts of $10,000 or under are exempt.) Currently, the Standard Form 100 (EEO-1) is the only report required by the Executive Orders or their implementing regulations. Proposed prime CONTRACTORS/BIDDER and subcontractors who have participated in a previous contract or subcontract subject to the Executive Orders and have not filed the required reports should note that 41 CFR 60-1.7(b)(1) prevents the award of contracts and subcontracts unless such BIDDER submits a report covering the delinquent period or such other period specified by the Federal Highway Administration or by the Director, Office of Federal Contract Compliance, U.S. Department of Labor. 39 DocuSign Envelope ID: 55B6F1CD-6A54-4E72-A9A6-305CB95B84E2 PROPOSAL GUARANTEE BID BOND Bid #ENG-19-20-M01310 2019-2020 Annual Overlay Project M0131 City Project No. M0131 City of Santa Clarita, California KNOW ALL MEN BY THESE PRESENTS that TORO ENTERPRISES, INC. as BIDDER, and TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA as SURETY, are held and firmly bound unto the Ten Percent of City of Santa Clarita, as CITY, in the penal sum of Total Amount Bid dollars ($ 10%of Bid Amount), which is ten percent (10%) of the total amount bid by BIDDER to CITY for the above -stated project, for the payment of which sum, BIDDER and SURETY agree to be bound, jointly and severally, firmly by these presents. THE CONDITIONS OF THIS OBLIGATION ARE SUCH that, whereas BIDDER is about to submit a bid to CITY for the above -stated project, if said bid is rejected, or if said bid is accepted and the contract is awarded and entered into by BIDDER in the manner and time specified, then this obligation shall be null and void, otherwise it shall remain in full force and effect in favor of CITY. IN WITNESS WHEREAS, the parties hereto have set their names, titles, hands, and seals, this 30 Day of Apr, 20 20 TORO ENTERPRISES, INC. BIDDER: Signature Name and Title of Signatory Address 2101 E. Ventura Blvd., Oxnard, CA 93036 PH: 805-483-4515 SURETY* ,TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA One Tower Square, Bond/5PB, Hartford, CT 06183 PH: 203-277-0111 Subscribed and sworn to this day of 20 See attached jurat NOTARY PUBLIC (SEAL) *Provide BIDDER and SURETY name, address, and telephone number and the name, title, address, and telephone number for authorized representative. IMPORTANT - Surety Companies executing Bonds must appear on the Treasury Department's most current list (Circular 570, as amended) and be authorized to transact business in the State where the project is located. 41 CALIFORNIA JURAT WITH AFFIANT STATEMENT GOVERNMENT CODE § 8202 C9'°See Attached Document (Notary to cross out lines 1-6 below) ❑ See Statement Below (Lines 1-6 to be completed only by document signer[s], not Notary) Signature of Document Signer No. 1 Signature of Document Signer No. 2 (if any) A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California Countyof y -<: GLORIA SACARELLA Notary Public . California Ventura County > Commission k 2270099 My Comm. Expires Dec 7, 2022 Place Notary Seal and/or Stamp Above Subscribed and sworn to (or affirmed) before me on this day of 2 20 , by Date / M h Year / ( (and (2) Name( of Signer{ proved to me on the basis of satisfactory evidence to be the person(s) who app d fore me. Signature Sign ture of Notary Public P1nTIAA1 A 1 Completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document: Document Date: Signer(s) Other Than Named Above: 02017 National Notary Association Number of Pages: I CALIFORNIA JURAT A Notary Public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, iccuracy, or validity of that document. State of California County of Los Angeles APR 3 0 2020 Subscribed and sworn to (or affinned) before me on , by Samantha Fazzini , proved to me on the basis of satisfactory evidence to be the person(s) who appeared before me. .�rvrv�/�y pptg7qpp, ppCA�,�ry Syy IILyLAaSy q f' Notary Public California / P Los Angeles County Signature M Comm, Ex ires Au , 11 2020 ��•� ' D. Casillas, Notary Public Travelers Casualty and Surety Company of America Travelers Casualty and Surety Company TRAVELERS St. Paul Fire and Marine Insurance Company POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company are corporations duly organized under the laws of the State of Connecticut (herein collectively called the "Companies"), and that the Companies do hereby make, constitute and appoint Samantha Fazzini, of Los Angeles, California, their true and lawful Attorney -in -Fact to sign, execute, seal and acknowledge any and all bonds, recognizances, conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. IN WITNESS WHEREOF, the Companies have caused this instrument to be signed, and their corporate seals to be hereto affixed, this 3rd day of February, 2017. �l0Fly TY Aqp. ®r(*CW*kft4 �a 9m }g ( a MAMOAD, i OONN.F��o State of Connecticut City of Hartford ss. By: Robert L. Raney, Se or Vice President On this the 3rd day of February, 2017, before me personally appeared Robert L. Raney, who acknowledged himself to be the Senior Vice President of Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company, and that he, as such, being authorized so to do, executed the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. In Witness Whereof, I hereunto set my hand and official seal. STET My Commission expires the 30th day of June, 2021 1R *Cp * Mane C. Tetreault, Notary Public This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company, which resolutions are now in full force and effect, reading as follows: RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attorneys -in -Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking, and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her; and it is FURTHER RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary; and it is FURTHER RESOLVED, that any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional undertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary; or (b) duly executed (under seal, if required) by one or more Attorneys -in -Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority; and it is FURTHER RESOLVED, that the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys -in -Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or understanding to which it is attached. I, Kevin E. Hughes, the undersigned, Assistant Secretary of Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company, do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies, which remains in full force and effect. Dated this day of ® 2020 A �p COWL 4p L9T H a HAcow FlT�OF�, Kevin E. Hughes, Assistant Secretary To verify the authenticity of this Power ofAttorney, please call us at 1-800-421-3880, Please refer to the above -named Attorney -in -Fact and the details of the bond to which the power is attached. DocuSign Envelope ID: 55B6F1CD-6A54-4E72-A9A6-305CB95B84E2 NON -COLLUSION AFFIDAVIT (Title 23 United States Code Section 112 and Public Contract Code Section 7106) Bid #ENG-19-20-M01310 2019-2020 Annual Overlay Project M0131 City Project No. M0131 City of Santa Clarita, California To the CITY OF SANTA CLARITA: In conformance with Title 23 United States Code Section 112 and Public Contract Code 7106, the Bidder declares that the bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that the Bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or that anyone shall refrain from bidding; that the Bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price of the Bidder or any other bidder, or to fix any overhead, profit, or cost element of the bid price, or of that of any other bidder, or to secure any advantage against the public body awarding the contract of anyone interested in the proposed contract; that all statements contained in the bid are true; and, further, that the Bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay, any fee to any corporation, partnership, company association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid. THE BIDDER'S EXECUTION ON THE SIGNATURE PORTION OF THE "BIDDER'S CERTIFICATION" SHALL ALSO CONSTITUTE AN ENDORSEMENT AND EXECUTION OF THOSE CERTIFICATIONS WHICH FORM A PART OF THE PROPOSAL. BIDDERS ARE CAUTIONED THAT MAKING A FALSE CERTIFICATION MAY SUBJECT THE CERTIFIER TO CRIMINAL PROSECUTION. M, DocuSign Envelope ID: 55B6F1CD-6A54-4E72-A9A6-305CB95B84E2 NON -COLLUSION AFFIDAVIT Bid #ENG-19-20-M01310 2019-2020 Annual Overlay Proiect M0131 City Project No. M0131 City of Santa Clarita, California TO BE EXECUTED BY EACH BIDDER OF A PRINCIPAL CONTRACT STATE OF CALIFORNIA ) COUNTY OF LOS ANGELES ) SEAN CASTILLO being first duly sworn deposes and says that he/she is the PRESIDENT (sole owner, a partner, president, etc.) of TORO ENTERPRISES INC. the party making the foregoing bid; that such bid is not made in the interest of or behalf of any undisclosed person, partnership, company, association, organization or corporation, that such bid is genuine and not collusive or sham, that said BIDDER has not directly or indirectly induced or solicited any other BIDDER to put in a false or sham bid, or that anyone shall refrain from bidding, that said BIDDER has not in any manner, directly or indirectly sought by agreements, communication or conference with anyone to fix the bid price of said BIDDER or of any other BIDDER, or to fix the overhead, profit, or cost element of such bid price, or of that of any other BIDDER, or to secure any advantage against the public body awarding the Contract or anyone interested in the proposed Contract; that all statements contained in such bid are true, and further, that said BIDDER has not, directly or indirectly, submitted its bid price, or any breakdown thereof, or the contents thereof, or divulged information or date relative thereto, or paid and will not pay any fee in connection, therewith to any corporation, partnership, company, association, organization, bid depository, or to any member or CITY thereof, or to any other individual information or date relative thereto, or paid and will not pay any fee in connection, therewith to any corporation, partnership, company association, organization, bid depository, or to any member or CITY thereof, or to any other individual, ce t to such person or persons as have a partnership or other financial interest with said BIDDER in his er business. Bidder: Signafure Title SEAN CASTILLO, PRESIDENT Subscribed and sworn to and before me this — d-jy of 20 43 CALIFORNIA JURAT WITH AFFIANT STATEMENT GOVERNMENT CODE § 8202 �"��r4�"�s������t�.���r'z"�,�:3�n�£3��3x'�Y C3'See Attached Document (Notary to cross out lines 1-6 below) ❑ See Statement Below (Lines 1-6 to be completed only by document signer[s], not Notary) of Document Signer No. 9 Signature of Document Signer No. 2 (if any) A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California Countyof U o, r GLORIA BACARELLA % Notary Public •California 2= Ventura County ' Commission k 2270099 My Comm. Expires Dec 7, 2022 Place Notary Seal and/or Stamp Above Subscribed and sworn to (or affirmed) before me on this day of n 20 by Date MoM h Year (and (2) Names) of SignerM proved to me on the basis of satisfactory evidence to be the person(s) who appe d b fore me. Signature Signature of Notary Public r%n1r1 1A1 A 1 Completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document dM da Title or Type of Document: jfAvw-C Document Date: ~ &z Number of Pages: Signer(s) Other Than Named Above: 02017 National Notary Association DocuSign Envelope ID: 55B6F1CD-6A54-4E72-A9A6-305CB95B84E2 REFERENCES Bid #ENG-19-20-M01310 2019-2020 Annual Overlay Proiect M0131 - City Project No. M0131 City of Santa Clarita, California The following are the names, addresses, and telephone numbers of three public agencies for which bidder has performed and completed work of a similar scope and size within the past 3 years. If the scope of work/specifications requests references different than instructions above, the scope of work/specifications shall govern: 1. City of Santa Clarita, 23920 Valencia Blvd. Santa Clarita, CA 91355 Name and Address of Owner / Agency Ramiro Fuentes, (661) 286- 4134 Name and Telephone Number of Person Familiar with Project $3,065,610.00 Citywide Pavement Resurfacing 12/19 Contract Amount Type of Work Date Completed 2. City of Oxnard, 300 West Third Street, Oxnard, CA 93030, Name and Address of Owner / Agency Robert Hearne, (805) 385-7832 Name and Telephone Number of Person Familiar with Project $2,793,079.00 Resurfacing Project 09/19 Contract Amount Type of Work Date Completed 3. City of Glendale, 633 East Broadway, Room 205, Glendale, CA, Name and Address of Owner / Agency Saumil Mody, SMODY@Glendaleca.gov, (818) 937-8255 Name and Telephone Number of Person Familiar with Project $2,347,977 , Remove and repair sidewalk and curb 3/20 Contract Amount Type of Work Date Completed The following are the names, addresses, and telephone numbers of all brokers and sureties from whom bidder intends to procure insurance bonds: i }Y`a 4� �4 � fvkC �5 — 0-7 a cxa rytn C8'G ;S i (-Pi l7s � !"�Gt `- 1 5'� R w ,J 1,.7, t"" ( f�? 1!•'tr"'Mr (."A.a✓"w✓'�'� 17 (o r *N-� A ('� 0 - Q�-- -z - (; -?, k S ) b 3 0 — 13 c-,� x Ue 37 DocuSign Envelope ID, AB841436-33130-4014 BB2F .01 84MUE(354 HMMMMMM This form must be submitted with all' bids via BidNet. The total bid amount lBase Bid + Alternates) must be, entered into the line items section of BidNet. If the total entered on this page conflicts with what is enitered on BidNet, the number entered on BidNet shall govern. CITY OF SANTA CLARITA 2'019-20 A NN UAL SLURRY SEAL PROJECT M01 31 - BASE BID SCHEDULE I 021 +W0 ceiq+s 22 DocuSgn Envelope IDA88414;36-33BO-4014-BB2[-.0184A4C8E654 CITY OF SANTA CLARITA 2019-20 ANNUAL SLURRY'SEAL PROJECT M0131 - C32 (ALTERNATE 1) BID SCHEDULE 14 . . ........ krAwaffiroillilli &I nVerfol SeVepl JqkArio/rr-*( +I-We-47 ,�v,r eesA+s. 23, DocuS'Vgn Envelope ID: A8841436-33BD.,401114 B[132F -0184MCK �454 CITY OF SANTA CLARITA 2019-20 ANNUAL SLURRY SEAL PROJECT M0131 - V'8N (ALTERNATE 2) BID SCHEDULE BIDDER: Pavement Coatings Co. ............ . .. TOTAL,,,-- 3 W., g s I r --- --------- m DOCUSign Envelope 1141 A8841436-3,3BO-4014 BB2F-0184A4C8E654 BID SCHEDULE 2019-20 Annual Overlay Slurry Seal Project M0131 Bid No. ENG-19-20-M0131ISS Project No. M01131 City of Santa Clarita, California BIDERPavement Coatings Co. BID SUMMARY TOTAL PRICE 2-73 - 19 IIN FIGURES BASE BID . . ..... ... . ...... ......... .. . FiVe tA;��r-ew, TCTAL PRICE IN WORDS �"""Ael 47eV?'A �7 0(0J(,,,r_S ... . ........... "III-11--rrrrrrrrrr—rrrrrrrrrrrrr�rrrrrrrrrrrrrrrr �a tlf.5 . . .......... TOTAL PRICE . 1 737. 'z 0 $ IN FIGURES ADD ALTERNATE 1 TWo otor, FO-IAL PRICE IN'WORDS 5CVC-M, �LV-Kdrcl( 7tV6r+)e '0�(c t . ... ......... ------ . ........ . ..... TOTAL. PRICE $ 137/ 41 "Y5 15 IN FIGURIES ADD ALTERNATE 2 — oMe TOTAL PRICE IN WOR'D� �f 4-1'vc- TOTAL PRICE IN FIGURES $ TOTAL OF BASE BID AND, ALL ADD ALTERNATES I't LA Ve rx� - TOTAL P IN WORDS 4,0 Ur w~(re '( '-6 ve, n i M ee the project up to the last contractworking day, The B I DDER agrees to hold al I unilt prices bid for Additive Alternates constant throughout the dUration of the; project up to the last contract working day. No additional compensatioin will be allowed for Alternates addedby contract Change Order beyond the arnount shown on the original bid, 25 DcCLISi(gn Enverope ID AB841436-33BO-4�)14-BB2F"-0184A4(,;89 b54 HZMMMUMM IMMOMEHERMEM Bidder certifies that the representations of the bid are true and correct and made under penalty of perjury. Bidder certifies that in afl previous contracts or subcontracts, all reports which may have been clue under the requirements of any CITY, State, or Federal equal ernployrnent opportunity orders have been, satisfactorily filed, and that no such reports are currently outstanding. r Bidder certifies that affirmative action has been taken to seek out and consider minority business enterprises for those portions of the work to be Subcontracted,, and that such affirmative actions have been fully documented, that said documentation is open to inspection, and that said affirmative action will remain in effect for the life of any contract awarded hereunder. Furthermore, Bidder certifies that affirmative action will be, taken to meet all equal employment opportunity requirements of the contract documents. Bidder's Name: Pavement Coatings Co. Business Address; 10,240 San Sevaine Way Tuirupa VaHey, CA 91752 Telephone No.: 714-826-3011, .. . . .................... . .. . . . . ........ State CONTRACTOR's License INo. & Class: 303609 A, C-32 Original mate: 3-3-1975 Expiration Date: 9-30-2020 The following are the names, tities, addresses, and phone, numbers of all individuals, firm members, partners, joint ventures, and/or corporate officers having a principal interest in this proposal: Doug Ford- President-10240 San Sevaine, Way Jurupa Valley, CA 91752/714-826-3011 Tom Mucienski Secretary-.10240 San Sevaine Way Jurupa Valley, CA 91752/714-826-3011 ...................... --- ............ .. . Nathan BeyVer- 1'reasurer-10240 San Sevaine Way Jurupa Valley, CA 91752/714-826-3011 M DocuSign Envelope fD: AB841436-33BO-4014 BC2F-0184A4C8E654 The dates of any voluntary or involuntary bankruptcy judgments against any principal having an interest in this proposal, or any, firm, corporation, partnership orjoint venture of which any principal having an interest in this proposal was an owner, corporate officer, partner orjoint venture are as follows: mm All current and prior DBAs, ailias, and/or fictitious business names for any principal having an interest in this proposal are as follows: EM IN WITNESS WHEREOF, BIDDER executes and submits this proposal with the names, title, hands, and seals of aril aforementioned principalsthis4 . dlay of May 20 20 . Signature Doug Ford - President Narne and Title of Signatory Pavement Coatings Co, fugal Name of Bidder 10240 San Sevaine Way J'urupa Valley, CA 91752 Address 714-826-301.1. Telephone Nurnber asam Federal Tax I.D. No. SIGNATURES MUST1%,MADE AND NOTARY ACKNOWLEDGMENTS OF EXECUTION OF BIDDER MUST BE ATTACHED Subscribed and sworn to this, day of _, 201 Notary Pub 27 CALIFORNIA JIURAT WITH AFFIANT STATEMENT GOVERNMENT CODE § 8202 See Attached DOCUrnent (Notary to cross out lines 1-6 below) See Statement Below (Lines 1-6 to be completed only by clGCUrnent signer[s], not Notary) Signature of Document Signer, No. I Signature of Document Signer No, 2 (if any) .... . .......... .............. - ...... . . . . ....... .. ... ........ . . A notary public or, other officer cornpeflnrd 11fis certificate verffies only the identity of the individual who Signed the docurnent to which this ceuVicate is attached, and not the trUthfulness, aCGUracy, or validity of Viat document. ...... ....... . . State of California County of Riverside -on FIV VF l. I SSA RENE E All, Sr i lE Kloiary publ� cal)lorma f�Wft.rslde Cwn�y 1 41'4 Cornm;ssjon 0 10P) IMLZL�L� Subscribed and sworn, to (or affirmed) before me on this 4th day of _M y,,,, -_-_ _ � 202Q by Date Month Year (I ME (and (2).- .... .... ... Name() of Signer($) proved to n-ie on the basis of satisfactory evidence to be the person(A) who appeared before me. Signature 74 7 Signature of Notary Public Seal' Place Notary Seat Above OPTIONAL Though this section is optional, completing this information car) deter alteration of the document or fraudulent reattachment of this form to an unintended document, Description of Attached Document Tffle or Type of Dociument: Bidder's Information and Ceirtification Document Date: . 0_5/Q4 20 /20 Number of Pages: - 1- Signer(s) Other Than Named Above: -'C" a '4x, %"q, %p C' C X,'U%u", un� c X11 t "ell X,Kd ;v �, ,r�u'�r."a �...r�C-N> CC911XCV—' K XXX 1',)21014 National Notary Association - www, National Notary, org , 1-800-1US, NOTARY (1 -800-876-6827) Itiern #5910 City Project No. M01315S 1.5ubmIttedby: Doiug Ford- President Te|ephune� 714-8216-3011 Pnncipa|Office Addness� 10243SSi VV � V N GA._9I752 2�Type u+R*n� 0 CCorporation 6 SCmrumtion 0 |nd�vidva|/5o|*Proprietor ar-Single —MemberLL[ LJ Partnership 0 Limited LiabiUty[onopany ^C^ [-Corp U Limited Liability Company ^S"S'Corp LJ Lirnined Liability Company "P° Partnership 0 Other 3a. Ifacorporation, answer these questions: Date of;ncuqpmm¢ion� 3-3-I975 State ofIncorporation: California President's Name: Doug Ford 0uePresident'sName: Tirn Schmid Secretary nrQ�rk'sName: Teasurar'sName: Nathan Be | 3b�Ifapartnership, answer these questions: Date mfur#an)zation: /*/A teOrganizedin� m Designate which a,re General or Managing Partners. 28 Docu&gn Envelope ID AB841143(3-33BO-4014 [3B2F­0184A4C8E654 Iff.11AN 0]r&&#UI mfpsl= Bid #ENG-19-20-M713 20119-2020 Annual Slurry Seal Project M0131 City Project No. M0131SS City of Santa Clarita, California 4. Name of person holding, CONTRACTOR's license: Doug Ford- President ­ .......... -- License nurnber: 303609 class: A, C-32 Expiration Date: 9-30-20�20 .. ..... . ..... . ............................. W.R. Registration 4 10,00003382 S. CONT r RACTOR's Representative; Doug Ford Title: President—_____ Alternate: Tom, Mucenski Title: Secretary & List the major construction projects your organization has in (progress as of this date: A, Owner: City ofJurupa Valley I ......................... - . . ......... .. . ... ... . ..... . .... . Project Location: _VariOUS l'ocations t.h Type of Project: Type 11 Slurry Seal B. Owner: City of Lancaster Project Location: Vairious locations throughout the - ...... . ..... Type of Project: Type 11 Slurry Seal C. Owner: City of Nrvine - . ... . ............... . . . . . .. .......... ............. . ........ . . .. ....... . .. . Project Location: Various locations throughout the city Type of Project! Type I and 11 SJUJ,rJ-y Seal 29 Doci,6ign Envebpe 0 AB84143&33B0-40'14 BB2� -0184MCK654 2019-2020 Annual Slurry Seal Project M0131 City of Santa Cllarita, California The BIDDER certifies that it does not maintain or provide for its employees any segregated facifities at any of fits establishr'nents, and that it does not permit its empliciyees to perform their services at any location, under, its control, where segregated facilities are, maintained. The BIDDER certifies further that it MI not maintain, or provide for its employees any segregated facilities at any of its establishments, and that it will not permit lilts employees to perform their services at any location, under its control, where segregated facilities are maintained. The BIDDER agrees that a breach of this certification is a violation of the (Equal! Opportunity clause in, this Contract. As used in this certification, the term "segregated facilities" means any waiting rooms, work areas, rest rooms, and wash roorns, restaurants and other eating areas, time clocks, locker rooms and other storage or dressing areas, parking lots, drinking fountains, recreation or entertainment areas, transportation, and housing facilities provided for employees which are segregated by explicit directive or are in fact -segregated on the basis of race, creed, color, or national origin, because of habit, local custom, or otherwise. The BIDDER agrees that (except where it has obtained identical certifications from proposed subcontractors for specific time periods) it will obtain identical! certifications from proposed subcontractors prior to the award of s,ubcontraicts exceeding $10,00�O which are not exempt from, the provisions of the Equal Opportunity clause, and that it will retaiin such certifications in its files. Required by the May 19, 1967 order on Elimination of Segregated facilities, by the Secretary of Labor — 32 F.R. 7439, May 19, 1967 (F.R. Vol. 33, No. 33 — (Friday, February 16, 1968 — p. 3065), 30 DocuSign Envelope ID AB84'V436-33Hd 0-4014-BB2F-C�184P�4C8E(sl.'14 .......... Bid #ENG-19-20-MO131SS 1 2019-2020 Annual SIqEU Seal Pro iZct 0131 __L t Lr��� •L47 pf..�?M4,Clarrta Caliiforni The bidder Linder penalty of perjury, certified that except as noted below, lie/she or any person, associated therewith in the capacfty of owner, partner, director, office manager: is not currently uinder suspension, debarment, voluntary exclusion or determination of inefigibilfty by any federal AGENCY; has not been suspended, debarred, voluntarily excluded, orr determined ineliguble by any federal AGENCY within past three years; does not have a proposed debarment pending; and has not been, indicted, convicted, or had a civil judgment rendered against it by a court of competent jurisdiction in any matter involving fraud or official misconduct within the paist 10 years. If there are any exceptions to this certification, insert the exceptions in the following space, None, . . ........ . . . . .................... . ........ . . . . . . . . ............... . .. . ......... -- .. ................ . . . ... —.— . . . . ......... Exceptions will riot necessarily result in denial of award but will be considered! in determining bidders' responsibility. For any exception rioted above, indicate below to, whorn it applies, iniflaling AGENCY, and dates of action. None . . ................. .. . .... . ........ . . .................. ............ . ........... . ............. ....... . .... NOTE: Providing false information may result in criminal prosecution or administrative sanctions. also constitute signature of this Certification, 33 DocuSign Envelope ID: AB841436-33BO-4014-BB2F-0184A4C6E65,4 DESIGNATION OF SUBCONTRACTORS Bid # ENG-19-20-M0131SS 2019-2020 Annuial Slurry Seat Project MOM City Project No. M01 31SS City of Santa Cllarita, California 136 1 7,11 —t3$ I 12plf f NOTE: A BIDDER., subcontractor shall not be qualified to bid on, be listed in a bid proposal, subject to the requirements of Section 4104 oft he Public Contract Code, or engage in the performance of any contract for public work, as defined in this chapter, unless currently registered and qualified to perform public work pursuant to Section 1725.5 of the Labor Code. It is not a violation of this section for an unregistered BIDDER to submit a bid that is authorized by Section 7029.1 of the Business and Professions Code or by Section 20164 or 20103.5 of the Public Contract JfP Code, provided the BIDDER is registered to perform public work pursuant to Section 1725.5 of the Labor Code at the tinne the contract is awarded. Subcontractor DIR Registration No. Dollar Value of Work 64 V'1'5 F 1010 o coo 3 c) 2 9-1 - 0 Age of firm: _0 DR& -Yes A, Annual Gross Receipts: geney� Location and Place of Business Z Z 9 S o ts,+t, I , I ve, 0 V'l its ioov. Bid Schedule Item No's: -771�� J)f7 Description of Work .;tyl I' MAe fceI5 MAe ICA' A. I License No. --- Exp. Date: 3 1 Jay Z Phone :3 71-1600 Jo q- 7 416 — Subcontractor --� COM Pf"M PWIe4mee'v Re-kct/ DIR Registration No. 100100 6, L 152.3 Dollar Value of Work Z, Ox. 670 Age of firm: QB& Yes No Annual Gross Receipts: "Z6,Y5 Geoiif,ORg iAgene�e- I ,coo Location and Place of Business I ?I Pr"'t'etce-5 s r-f-. 66 Me5e� , c1A 6?26 Z6 Bid Schedule Item No's:. 1, Description of Work Aof License icens6e N6Exp. Date: 3 31/ Z-OZ Phone( 1013 23 b, Subcontractor DIR Registration No. Dollar Value of Work Age of firm: DR& ye� MG Annual Gross Receipts: Location and Place of Business Bid Schedule Item No's: Description of Work License No. Exp. Date; Doi..'.uSign Envelop., 11.) AB841436-3380-4014 BB2F-0184A4C8E654 Bid #ENG-19-20-M0131SS 2019--2020 Annual Slurry Seal Project M0131 1;�ft�Eqjgct No. MQ131SS City of SaniL arLita alliifornia This bidder Pavernent Coatungs Co.., proposed subcontractor hereby certifies that it has X has not participated in a previous contract or subcontract subject to the equal opportunity clause, as required by Executive Orders 10925.11114, or 11246, and that it has X _, has not I filed with the Joint Reporting Committee, and Director of Office of Federal Contract Compliance, a Federal Government contracting or administering, AGENCY, or the former President's Committee on Equal Employment Opportunity, afl reports that are under the applicable filing requirements. Company: Pavement Cry Awg.s`Co. By: .........Doug Ford Title: President Date: 5/4/20201 Note: The above certification is required by the Equal IErnployment Opportunity of the Secretary of Labor (41 CFR 60-1.7(b)(I)) and must be submitted by bidders and proposed suibicontractors only in connection with contracts and subcontracts which are subject to the equal opportunity clause as set forth in 41 CFR 60-1.5, (Generally only contracts or subcontracts of $10,000 or under are exempt.) Currently, the Standard Form 100 (EEO-1) is the only report required by the Executive Orders or their implennenting regulations. Proposed prime CONTRACTORS/BIDDER and subcontractors who have participated in a previous contract or subcontract subject to the Executive Order's and have not filed the required reports should note that 41 CFR 60-13(b)(1) prevents the award of contracts and subcontracts unless such BFDDER submits a report covering the delinquent period or such other period specified by the Federal Highway Administration or by the Director, Office of Federal Contract Compliance, U.S. Department of Labor. 34 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE § 1189 xK ococ, 'o' nc r --- . .. ..... . ..... — — ---- A notary pUblic or o4ther officer completing this certificate verifies on;ly the identity of the lridividual who signed the docurnerwt to vvhich ths certificate is attached, and not the vuthfulness, accuracy, or vaficirty of that document, State of California County of Riverside 0 n before nie, _,,Meli:ssa Renee, ...... . . ..... -- 1111- . - ---- I'll 1-1-1- - -1- 11111 1 Date Here losert Nerne and Title of the Officer personally appeared Doug Ford Name() of Signer(t) who proved to me on the basis of satisfactory evidence to be the person(t) whose narne(j) ls/dre subscribed to the within instrument and acknowledged to me that he/she/tdey executed the same in hils/hb.r/thbir authorized capacity(i6s), and that by his/hhr/t1*r!§1gnature(A) on the instrument the person(i), or the entity upon behalf of which the person(t) acted, executed the lnstrurnent. 'jsxi Z' MEUSSA RENEE Alt HIE NcAary R.il Cahfomla 4 4y Cmimission 4 2229730 pry Como, Expre's Jar 2R2022 Place Notary Sea] Above I certify sunder PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. mum Signature -- 4-c/ Signature of Notary Public — OPTIONAL — Though this section is optional, compleling this, information can deter alteration of the document or, fraudulent real tachroent of this forin to an unintended document. Description of Attached Document Title or 'Type of Docuiner-It: quaff Opportunity Ernploy-7enDocument Date: 05/04/2020 Number of Pages: Signer(s) Other Than Narned Above: Capacity(ies) Claimed'by Signer(s) Signer's game:........ . ....... .... ...... Corporate Officer . ....... . ...... Partner -- Limited General Individual Attorney in Fact Trustee Guardian or Conservator Other: .Signer lsRejpresenfing:� Signer's Marne . Corporate Officer Title(s): Partner - Limited General individkjal Attorney in (Fact "frll°Ustee Guardian or Conservator Ofher: Signer is Representing C�-,)20114 Nafional �Jotary Association ° www,Natlonallotary-org - 1 800 LJS NOTARY (1-800-876-6827) lten'r #5907 DoCuSign Envelope IDAB841436.33BO-4014-BB2F-0184A4C8E654 EQUAL OPPORTUNITYEMPLOYMENT CERTIFICATION Bid #ENG-19-20-MO13ISS 2019-2020 Annual Slurry Seal Project MO131 City Project No. M0131SS City of Santa Clarita, California This bidder proposed subcontractor VANAMN'r VVHAbC6MFA014 , hereby certifies that it has X has not _, participated in a previous contract or subcontract subject to the equal opportunity clause, as required by Executive Orders 10925,11114, or 11246, and that it64 , has not , filed with the Joint Reporting Committee, and Director of office of Federal Contract Compliance, a Federal Government contracting or administering AGENCY, or the former President's Committee on Equal Employment Opportunity, all reports that are under the applicable filing requirements, Coirnpany:! 'FAoitmew, AVMAt—�CIDMPA By: _ -Ttri FI-T--L.2L� Title; ?V-01k,C-r MAIK%A6,C-V Date. MAN 9, 20', Note: The above certification is required by the Equal Employment Opportunity of the Secretary of Labor (41 CFR 60-1.7(b)(1)) and must be submitted by bidders and proposed subcontractors only in connection with, contracts and subcontracts which are subject to the equal opportunity clause as set forth In 41 CFR 60-1,5, (Generally only contracts or subcontracts of $10,000 or under are exempt.) Currently, the Standard Form 100 (EEO-1) is the only report required by the Executive Orders or their implementing regulations. Proposed prime CONTRACTORS/BIDDER and subcontractors who have participated in a previous contract or subcontract subject to the Executive Orders and have, not filed the required reports should note that 41 CFR 60-1,7(b)(1) prevents the award of contracts and subcontracts unless such BIDDER submits a report covering the delinquent period' or such other period specified by the Federal Highway Administration or by the Director, Office of Federal Contract Compliance, U,S, Department of Labor. 34 DocuSign Envdope IDAB841436-33BO-4014-BB2F-0184A4C8E654 EQUAL OPPORTUNITY EMPLOYMENT CERTIFICATION Bid #ENG-19-20-MO13ISS 20�19-2020 Annual Slurry Seal Project M0131 City Project No. M0131SS City of Santa Clar,ita, California This bidder, proposed subcontractor hereby certifies that it has has not ...... participated in a previous contractor subcontract subject t theequall opportunity clause, as required by Executive Orders 10,925.11114, or 11246, and that it has Uy,has not , filed with, the Joint Reporting Committee, and Director of office of Federal Contract Compliance, a Federal Government contracting or administering AGENCY, or the former President's Committee on Equal Employment Opportunity, all reports that are under the applicable filing requirements. Company•, (A�W By: Title: Date: Note: The above certification is required by the Equal Employment Opportunity of the Secretary of Labor (41 CFR 60-1.7(b)(1)) and must be submitted by bidders and proposed subcontractors only in connection with contracts and subcontracts which are subject to the equal opportunity clause as set forth in 41 CFR 60-1.5, (Generally only contracts or subcontracts of $10,000 or under are exempt.) Currently, the Standard Form 100 (EEO-1) is the only report required by the Executive Orders or their implementing regulations. Proposed prime CONTRACTORS/BIDDER and subcontractors who have participated in a previous contract or subcontract subject to the Executive Orders and have not filed the required reports should note that 41 CFR 60-1.7(b)(1) prevents the award of contracts and subcontracts unless such BIDDER submits a report covering the delinquent period or such other period specified by the Federal Highway Administration or by the Director, Office of Federal Contract Compliance, U.S. Department of Labor. 34 DocLiSlgnEnvelope,T) AB841114�36-33BC)-4014,BB2'C9184A48E(,54 BIDDER'S BOND .13id #ENG-19-20-M0131SS CitV Project No. M01315S Citv of Santa ClariCalifornia Proposals must be accompanied by a proposal guarantee consisting of a ceirfified check, cashier's check or BIDDER's bid bond payable to the CITY or cash deposit in the amount not less than ten (10), percent of the total amount Wd, Certified check, cashier's check or Bidder's bid bond must be received at City Hall, 23920 Valencia Blvd., Santa Clariita, CA 91355, Attu: Purchasing, Suite 120, aind marked with the words "BID BOND FOR" and the bid 4, no later than the bid opening date and time, for the BIDDER to be, considered responsive, NOTE.- The following form shall be used in case check accompanies bid. Accompanying this Proposal is a *certified/cashier's check payable to the or -der of the City of Santa Clarita for: 10% Bidder's Bond dollars ($ 10% Bid Bond ), this amount being not less than ten percent (10%) of the to'tal amount of the bid. The proceeds of this check shall become the property of said CITY Provided this Proposal "6posal shafl be accepted by said CITY through action of its legally constituted contracting authorities, and the undersigned shall fail to execute a contract and fuirnish the required bonds Mthin the stipulated time; otherwise, the check shall be returned to the undersigned. Project Name: 2019-20,20 Annual Slurry Seal lf roject M0131 Bid No. ENG-19-210-MO13ISS Project iNo. M0131SS 7 C, Bidder's Signature IKMBs�� Address City, State, Zip Code * Delete the inapplicable work, NOTE: If the bidder desires to use a bond instead of a check, the followin, form shall be executed. The sum of this bond shall be not less than ten percent (10%) of the total amour 0�the bid, 35 DocuiSign Envelope lr); ABS41436-33180-4014-BB2F-0184A4lC8E654 PRQPOSAL GUARANTEE B,ID BOND Bid #ENG-19-20-MO'131SS City P,qiect No. M0131SS citV Q, Santa Clarita California of-. KNOW ALL MEN BY THESE PRESENTS that Pavement Coatings Co. ' as BIDDER, and The Ohio Casualty Insurance Company as SURETY, are held and firmly bound unto the ro"' P ercent of tie Amount Nd City of Santa Clarita, as CITY, in the penal sum of dollars ($ 1 1 O%ofAmtBid ), which is ten percent (10%) of the total amount bid by BIDDER to CITY for the above -stated project, for the payment of which sum, BIDDER and SURETY,agiree to be bound, jointly and severally, firmly by these presents. THE CONDITIONS OF THIS OBLIGATION ARE SUCH that, whereas BIDDER is about to submit a bid to CITY for the above -stated project, if said bid is rejected, or if said bid is accepted and the contract is awarded and entered into by BIDDER in the manner and time specified, then this obligation shall be null and void, otherwise it shall remain in full force andl effect in favor of CITY. IN WITNESS WHEREAS, the parties hieireto have, set their names, titles, hands, and sear, this 1 st - Day of Signature Name and Title of Signatory SURETY* The ONo Casualty Insurance Company 790 The City Drive South, Suite 200, Orange, CA 92868 I ICIRMSFAFFirs - m, Subscribed and sworn to this day of um 20 *Provilde BIDDER and SORETY name,'' adtf(i�ss, and telephone number and the narne, tide, address,, and telephone number for authorized represerpttv`�.IMPORTANT - Surety Companies executing Bonds must aippeair on the Treasury Department's most currerWsC(Circular 570, as amendedl) and be authorized to transact business in the State where the praft"it is located. M This Power of Attorney limits the acts of those named(herein, and they have no authority to bind the Company except in the manner and to the extent herein stated. Liberty Mutuaj Insurance Company The Ohio Casualty Insurance Company Cerfificate No° 8201397 Mi U 1,11 .. i I West American Insurance Company SURE 11 'Y POWER OF ATTORNEY KNOWN ALL PERSONS BY THESE PRESENTS., That The Ohio Casualty Insurance Company is a corporation duly organized under the laws of the State of New Hampshire, that Liberty Mutual Insurance Company is a corporation duly organized under the laws of the State of Massachusetts, and West American Insurance Company is a corporation duly organized under the laws of the State of Indiana (herein collectively called the "Companies"), pursuant to and by authority herein set forth, does hereby name, consbtute and appoint, Hope Coifley. Brigid Lopoz DavLdt_Madden. Briwi A. Mc(inidriuk, Sandy StMov, Ricl-pird f, Wells ------ ---- - ----- --- - ;I[of the city of . . . ......... ... —P I r�_en i"Ri_ .......... . ____ -state o-f __C_""A,_ —each _indi'v­i_du,_a`j1,y" if there"""—b--e--m-o--r-e-than—one-n-amed—, its true and lawful attorney -In -fact to make, ....... .... .......... .. execute, seal, acknowledge and deliver, for and on its behalf as surety and as its act and deed, any and at undertakings, bonds, recognizances and other surety obligations, in pursuance of these presents and shall be as binding upon the Companies as if they have been duly signed by the president and attested by the secretary of the Companies in their own proper persons. IN WITNESS WHEREOF, this Power of Attorney has been subscribed by an authorized officer or official of the Companies and the corporate seals of the Companies have been affixed thereto this I I th day of JlilhW 2019 Liberty Mutual Insurance Company r�iSUs? il( INS& i,Nsags Pie Ohio Casualty Insurance Company C, West American Insurance Company >1 19112 - 01 1919 11 991 Cn 0 x (D By: David M. Carey, Assistant Secretary State of PENNSYLVANIA Countv of MONTGOMERY 0) C 0) On this I I th day of .tune 2019 before me personally appeared David M. Carey, who acknowledged himself to be the Assistant Secretary at Liberty Mutual insurance, 0 21 company,The" Ohio CS r s Ir ually Company, and West American Insurance Company, and that he, as such, being authorized so to do, execute the foregoing instrument for the purposes M U) > � therein contained by signing oni behalf of the corporations by (himself(himselfM as a duly authorized officer. � L) W M C. �M 0- 0— �E WITNESS WHEREOF, I have hereunto subscribed my name and affixed my notarial seal at King of Prussia, Pennsylvania, on the day and year first above written C1MMONvvE,A1LTH OF PENNSYLVANIA Notanal Sri iW Jppei Meiiorilwp., Montric By: i� My Commission Expires M., - - — — — — - __-- eresa Pasteria, Notary Public J This Power of Attorney is made and executed pursuant to and by authority of the following 'By-laws and Authorizations of The OND Casualty insurance Company, Liberty Mutual Insurance Company, and West American Insurance Company which resolutions are now in full force and effect reading as follows: ARTICLE IV - OFFICER& Section 12, Power of Attonney. Any officer or other official of the Corporation authorized for that purpose in writing by the Chairman or the President, and subject to such limitation as the Chairman or the President may prescribe, shall appoint such aftomeys-in-fact, as may be necessary to act in behalf of the Corporation to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations Such aftomeys-in-fact, subject to the limitations set forth in their respective powers of aftomey, shall have full power to bind the Corporation by their signature and execution of any such instruments and to attach thereto the seal of the Corporation. When so executed, such instruments shall be as binding as 0 signed by the President and attested to by the Secretary. Any power or authority granted to any representative or aftorney-in-fact under the provisions of this article may be revoked at any time by the Board, the Chairman, the President or by the officer or officers granting such power or authority. ARTICLE XIII - Execution of Contracts:Section 5. Surety Bonds and Undertakings. Any officer of the Company authorized for that purpose in willing by the chairman or the president, and subject to such limitations as the chairman or the president may prescribe, shall appoint such aftomeys-in-fact, as may be necessary to act in behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and alit undertakings, bonds, recognizances and other surety obligations. Such attorneys -in -fact subject to the limitations set forth in their respective powers of aftiomey, shall have full power to bind the Company by their signature and execution of any such instruments and to attach thereto the seal of the Company. When so executed such instruments shall be as binding as if signed by the president and attested by the secretary. Certificate of Designation - The President of the Company, acting pursuant to the Bylaws of the Company, authorizes David M. Carey, Assistant Secretary to appoint such aftoi fact as may be necessary to act on behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and, other surety obligations, Authorization - By unanimous consent of the Company's Board of Directors, the Company consents that fai or mechanically reproduced signature of any assistant secretary of the Company, wherever appearing upon a certified copy of any power of attorney Issued by the Company in connection with surety bonds, shelf be valid and binding upon the Company wad the same force and effect as though manually affixed. 1, Renee C. Llewellyn, the, undersigned, Assistant Secretary, The Ohio Casualty Insurance Company, Liberty Mutual Insurance Company, and West American Insurance Company do hereby certdy that the original power of attorney of which the foregoing is a fug, true and correct copy of the Power of Attorney executed by said Companies, is in full force and effect and has not been revoked IN TESPMONY WHEREOF, I have hereunto set my hand and affixed the seals of said Companies this I st _ day of May 1 202t_... k sit'j, "I't INSO. %NSU �0 PR111 41, Z�l gpov `-V� 0 s� 0 19119 ui 1 91 g 0 2 -t By: _415 Renee C. Llewellyn, Assistant Secretary • 0 0 0 LMS-1 2873 LMIC Or-iC IVVAI C Muiti Co..0620 t8 CALIFORNIA CERTIFICKTI OF ACKNOWLEDGMENT -1 . .. .. .... .... -- ------- ---- --- . . . ... . ......... .... A notwy r)iubhc or other officer cornplel:ung this certificale verifu-,,-, only the identity of the individual who signed the document to which this certificate is attached, and not the'tirUthft.&ies°,, acc((racy, or validity of that dOCUMent, . ......... . .. .. . . . .. ............ .. --- -- -- -------- . ......... State of Californiia County of 6-4 - 4W.5;�Z= - ------ On Ma OZ 0 — .. .. ...... ..., before me . .... 83r)' '-� 1-I"e--'0,'-;nj-"'N 0-A--g:;4j personally appeared ..... . . ...... ................ . .. . ..... who proved to me on the basis of satisfactory evicienice to be the person(s) whose namle(s) is/are subscribed to the within instrument and acknowledged to me thait hie/she/they executed the sarne in his/her/their authoirized capacity(ies), and that by his/her/their, signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of CaVornia that the foregoing paragraph is true and correct, Wl"T'NIESS my hand and official seal. Signa11b tUre (AU014 IM Optional Information U 1 1 1! i,tr I 1 1: V I r r t I j r r r j j rr a 3 i i i I o_War, n� I :Jr i f i I k) I s u I p I (j I jj I I 'j f 1 1, E)esciJpti�,)n of Attached DOCUITleilt M e 1, o d of " i g r) e (i c: n i fi c a o i i C d t ir,t"rn,in� 1 d I n Y tiA r irV �' (" r "; r ( I ""; ( I I 'I t I P '� q : CALIFORNIA JURAT WITH AFFIANT STATEMENT GOVERNMENT CODE § 8202 See Attached Document (Notary to cross out lines 1-6 below) See Statement Below (Lines, 1 6 to be cornplieted only by document signierls], riot Notary) Signature of Document Signer No. I Signature of Document Signer No�. 2 (if any) . ........ . . ...... A notary pubfic or other officer cornplefingi INs certificate verifies only V-le identity of the indMduaB �who Siigned the docurnent to which this cerfificate is attached, and not the truthfulness, accuracy, or validity of that document, State of California Subscrtx'�d and sworn to (or affirmed) before me County of nwwyRiverside .. ....... . . .. on thlls 4th day of Wy by Date Month Year (1)- Doug ,Ford ........ O¢" MELISSA RENEE Alt SHE (and' (2) rllnry Public Name(#) of Signer($) Rf,rersrde C 9 l24J K t,'y CarmTi Pxpres Jt�n 8, 2022 proved to me on the basiis of satisfactory evidence W"My.-MV, to, be the Berson() who appeared before me. ' Signature _ "Signature of ta Seal Place Notary SealAbove though this section is optional, cornpleting this information can deter alteration of the document or fraudulent real tachment of this forrn to an unintended document. Descriptionof Attaiched Document Tit�le or Type of Document: P"r J,��Wpnt.ge Bid.-Q,c,n,d...... .... . Document Date: Qnl/202-0. Number of Paigies: .-,.1 Signer(s) Other :K�1<x"s�N,»(5M411,r,I'lli",(,X."� "<A"�lf"�'llf.t4l� 4"r.4„,cXI"C<"e",Io("V,4;,.4!�.'A„r.,-.C,,(_,r,I�,C,,<,„�A(,,'i�e,�,CXK:`�,'f,,Nl..("<-°y,4,'I,'r,,X�" "Gcw,,<,'C4,�X',�,(,,K,'W��vv�,'C,.'4��C'4,'4' V�,'r�s,V,;'C. ;^rcra,'�r.,�,<;'I ((.)2014 National Notary Association - www'.NationaiNotary.org - 1-800-US NO"FARY (1 -800-876-6827) itein 45910 DOCUSgn Envelope 0AB841436-33BO-4014-BB2F 0184A4C8E654 NON-COLLUSlION AFFIDAVIT (Ttle 23 United States Code Section 112 and Public Contract Code Section 7106) Bid #ENG-19-20-MO13ISS 2019-2020 Annuall Slurry Seall Project M'10131 City Prolect No. M0:131SS �City gf_Santa f jlliLr� _jornia _ To the CITY OF SANTA CLARITA: in conformance with Title 23 United States Code Section 112 and Public Contract Code 71016, the Bidder declares that the bid is not maide in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporations that the bid is genuine and not collusive or sham; that the Bidder has not directly or indirectly iniduced 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 sharn bid, or that anyone shall refrain frorn 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 Ibody 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 hiis or her bid price or any breakdown theireof, or the contents thereof, or divuilged 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. THE BIDDER'S EXECUTION ON THE SIGNATURE POR77ON OF THE "BIDDER'S CERTIFICATION" SHALL ALSO CONSTITUTE AN ENDORSEMENT AND EXECUTION OF THOSE CERTIFICA TIONS WHICH FORMA PART OF THE PROPOSAL. BIDDERS ARE CAUTIONED THAT MAKING A FALSE CERTIFICATION MAY SUBJECT THE CERTIFIER TO CRIMINAL PROSECUTION. M DacuS'rgn Fri vdope I D' AB84143633BO-4fjl4-BB2Ff1184A4r-�8E654 NON-COLLUSIOiN AFFIDAVIT B i —d#E N—G--1-9-20--M-01 3 ISS 0tv Project No. IM01315S gtj of Santa Clarfta,_��alifornia TO BE EXECUTED BY EACH BIDDER OF A PRINCIPAL COWRACT STATE OF CALIFORNIA COUNTY OF LOS ANGELES Doug Ford b6ng first duly sworn, deposes and says that lie/she is . . . ........ . . the . .... . ....... President (sole owner, a (partner, president, etc.) of Payt.ment CoatinEs Co. the party making the foregoing bid; that such, bid is not made in the interest of or behalf of any undisclosed person, partnership, company, association, organization or corporation, that such bid is genuine and not collusive or sham, that said BIDDER has not directly or indirectly induced or solicited ainy other BIDIDER to put in a false or shaim bid, or that anyone shall refrain from bidding, that said BIDDER has not in any maniner, directly or indirectly sought by agreements, communication or conference with anyone to fix the bid price of said BIDDER or of any other BIDDER, or to fix the overhead, profit, or cost element of such bid price, or, of that of any other BIDDER, or to secure any advantage against the public body awarding the Contract or anyone interested in the proposed Contract; that aH statements contained in such bid are true, and further, that said BIDDER has not, directly or indlirectly, submitted its bid price, or any breakdown thereof, Or the contents thereof, or divulged information or date relative thereto, or paid and wiII not pay any fee in connection, therewith to any corporation, partnership, company, association, organization, bid depository, or to any member or CITY thereof, or to any other individual information or date relative thereto, or paid and willl not pay any fee in connection, therewith to any corporation, partnership, company association, organization, bid depository, or to any member or CITY thereof, or to any other individual, except to such person or persons as have a partnership or other financial interest with said BIDDER in his general business. Bidder: Signature Title IDoug Ford- President Subscribed and sworn to and before rftv,,this . . . . . . ..................... — day of 20__ Seal Of Notary W CALIFORNIA JURAT WITH AFFIANIT STATEMENT GOVERNMENT CODE § 8202 See Attached Document (Notary to cross out fines 1-6 below) See Statement Below (Uries 1. 6 to be completed only by docurnent signer[s], not Notary) Signature of Document Signer No. I Signature of Document Signer No. 2 (if any) . . . ....... . . ....... ...... -"" — . ... .......... ....... . . A notary public or other officer con,#efing thus certificate verifies only the identify of the rndiv64 who shgned tile dac=ent to which this certificate rs attached, and r10t the trothfUlheis, accuracy, rare validity of t1hat d0mjn'rent. State of Cafiforinia COUnity of Riverside ipl 0, MELISSA RENEE NI Si NF sw ,omrrnsio 4 2229TK My Comm E Jarr r8 2C,22 SUbsc6bed and sworn to (or affiro'lled) before me on this 14"th-1, day of . May,, __,, __-- 202,0 by Date Month Year DougFord (and (2) Name($) of Signerl'#) proved to are on the basins of satisfactory evidence to be the person(t) who appeared before me. SignatUre,, Public Signature Public Seal Place Notary Seal'Above _ OPTIONAL Though this section is optional, C0171pleting this information can deter alteration of the docunient or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Docriment: N'on-Collusilon Affidavit Document Date: Number of Pages: I Signer(s) tither Than Named Above: q,,,,,'.)2014 National Notary Assobafion - www , Nationall Notary. org , 1-800-US NOTARY (1 -800-8�76-6827) herri #5910 ovcuaignEnveiope|o: Aa84'li43a-33ao-�1014-oe2�-~0184A4(,8sS�)4 City of Santa Clarita, California In accordance with 0TY's NOTICE INVITING BIDS, the undersigned BIDDER hereby proposes tufurnish all materials, equipment, tools, labor, and incidentals required for the above -stated project as set forth in, the plans, specifications, and contract documents therefore, and to perform ail work in the manner and time prescribed therein. BIDDER declares that tb[s proposal is based upon careful examination of the work site,, plans, specifications, INSTRUCTIONS TO BIDDERS, and aU other contract documents. if this proposal is accepted for award, BIDDER agrees to enter into a contract with CITY at the unit and/or lump sum prices set forth in the following BID SCHEDULE, BIDDER understands that failure to enter into m cont,*ctin the manner wndtime prescribed wi|/ result |nforfeiture to LR7 of the proposal guarantee accompanying this proposal. BIDDER understands that a bid isrequired for the entire work that the estimated quantities set forth in 8|D SCHEDULE are solely for the purpose of comparing bids' and that final compensation under the contract will he based upon the actual quantities of work satisfactorily completed. THE CITY RESERVES THE RIGHT TO INCREASE OR DECREASE THE AMOUNT OF ANY QUANTITY SHOWN AND TQDELETE ANY ITEM FROM THE CONTRACT |tisagreed that the unit and/or lump sum price(s) bid include all appurtenant experses, taxes, royalties, and fees for the project's d'uration, In case, of discrepancies In the amounts bid, unit prices shall govern over extended amounts, and words shall govern over figures. If awarded the contract, the undersigned further agrees that in the event ofthe Bidder's default in executing the required contract and filing the. omressairybonds and insurance certificates within ten working days after the date of theC|TY'sontirenfawardofconbacttotheB|DDER,theprnceedyofthese*urityaccmmpanyingthisbidshaUbecome the p�ropedynftheCITY and this bid and the acceptance hereof may, atthe CITY'soption,beconsidered null and void. Company, Narne� Pavement Coatin Co. Company Address: 10240SamSevaineVVa Jurupa Valley, CA 91752 By: Doug Ford ------ Print Name Signature: Date a CALIFORNIA ALL -,PURPOSE ACKNOWLEDGMENT CIVIL CODE § 1189 . .... ....... .... .. .. . .. .. .. . ....... A notary pLubk or other officer completing Chris certificate verifies only the identity of the individual who signed the docurnent to which this certificate is attached, and not the trUthkllness, accuracy, or vali&y of that dOGUrnent. . ..... .... .. State of California Coulf,lty, of Riverside On M before rare, Da to personally appeared Melissa Renee Ailshie, Notary Public Here Insert Name, and Title of the Officer lill �- r Na'me(p) of Sig,ner(t) who proved to me on the basts of satisfactory evidence to be the person(4) whose name(4) is/dre Subscribed to the within instrument and acknowledged to me that he/she/Wey executed the same in his/4-o-Al-kir authorized capacity(ihs), and that by his/hkir/thkir signature(i) on the, 6strurnent the peirson(i), or the entity upon behalf of which the persono) acted, executed the instrument. :�'�NFE 4��'SH�E W7 Z, �5�11 4 222IFY) Place Notary Seal Above I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature Signature of ntalx OPTIONAL Though this section js optional, comf)leting this information can deter alteration of fl;e document or fraudulent reattachment of this form to an unintended document. Descripfion of Attached Docurnent Doc Title, or Type of DoCUInenta PrQ $�tj 'U[Ijent Date: 05/�04/2020 _,pp ,IFor ' m NUrnber of Pages: Signer(s) Other 'rhan Named Above . . . . ....... ..... . .. Capacity(ies) Claimed by Signier(s) Signer's Name; ...... Corporate Officer Tifle(s): Pariner ­- Limited General tridividual Attorney in Fact Trustee GuarOan or Conservator Offier: Signer ls Representing: . .. . ..... Signer's Naime: Corporate Officx.Wr — Title(s)�: ..... . .. .. . . .... .. . . . ....... Partner -- Limited Generaf individual AttojC rr.My .� in Fact Trustee Guardian or Conservator Other; Signer ls Represenfing. ..... . . . ...... . .......... . . W0"x '4' '�'xx �c 0,71"'e"x 'q4'� zumx �'x xx" 'x�c "x, (",2014 Naficnal Notary Association - wwv,,.Nafionallotany,org - 1­800-US NO'TARY (1-800-876-6827) term #5907 Docu&gn Envelope ID: A8841436 33B0-4014-BB2F-0184A4C8E654 REFERENCES Bid #ENG-19-20-MO13ISS City Project No. M0131SS City of Santa Clarita California The foflowing are the narnes, addresses, and telephone numbers of three public agencies for which bidder has performed and completed work of a similar scope and size within the past 3 years. if the scope of work/specifications requests references different than instructions above, the scope of work/specifications shall govern: Cailtrans 07-3W8204 -- 25061 W. Avenue Stanford, Suite 70, Valencia, CA 91355 .. . . . ............... . . . ................... .... Name and Address of Owner / Agency F21119101M Name and Telephone Number of Person Familiar with Project $ 1,087,430 Install type 11 slurry seal 4/26/2019 Contract Amount Type of Work Date Completed County of Riverside- 4080 Lemon St. 8th Floor, Riverside, CA 92501 Name and Address of Owner / Agency Hector Davilla- 951-955-6740 Name and Telephione Number of Person Familiar with Project $2,022,613 Install type I slurry seal, micro -surfacing, and chip seal 6/30/2019 Contract Amount Type of Work Date Completed 3, Los Angeles County JOC WO No. 6633-100 / 900 S. IFreemont Ave. Alhambra, CA 92501 Name and Address of Owner / Agency Marian Tadrous - 626-458-5100 Niame and Telephone Number of Person Familiar with Project $1,12 1,937 nstallafion of slurry seal and scrub seal Contract Amount Type of Work 6/22/2018 Date Completed The following are the names, addresses, and telephone numbers of all brokers and sureties from whom bidder intends to procure insurance bonds: Adiamson and McGoldrick-1150 E. Crangethorpe Ave, Placentia, CA 92870 / 714-257-9833 The Chia Casualty Pnsurance Co - 790, The City Drive South, Suite 200, Crarge., CA 92868 / 714 634-3311 32 Q Lj a it y A s S Ll r a n c e C o n s,t, r Ll Ct, i 0IIINA at e r i a s 1"'e st i in g a in d n s pace i iii iii v i iiir, h e iiiiii Lj a 10 v e r I a y ro,je c,tl,, s City 1'1iro,ject, No. NA0131 TWINING III SECTION 2 Qualifications 4f Firm and Assigned SECTION Work Statement SECTION 5 r Statementof Offer and Signature StatementsSECTION 6 and ►.. I CITY OF SANTA CLARITA REQUEST FOR PROPOSALS PROPOSAL # ENG-19-20-MO131M Quality Assurance Construction Materials Testing And Inspection Services for The 2019-20 Annual Overlay and Slurry Seal Projects City Project No. M0131 Proposal responses must be uploaded electronically via BidNet before 11:00 AM on May 11, 2020 to the Purchasing Agent of the City of Santa Clarita. Electronic proposals may be viewed at: www.bidnetdirect.com//cityofsantaclarita Purchasing Contact: Christine Saunders csaunders@santa-clarita.com 1. Solicitation documents for this proposal maybe downloaded from the City's Purchasing BidNet website at www, bid netdirect,com//cityofsantaclarita. Please refer to the solicitation documents for complete details and proposal requirements. 2. Proposer shall honor proposal prices for One Hundred Twenty (120) days or for the stated contract period, whichever is longer. 3. Proposals must include this Request for Proposal form and be signed by the contractor's authorized representative. This signature acknowledges the proposer has read and understands the requirements contained in these RFP documents, including all exhibits and attachments. 4. The last day for questions will be April 27, 2020 before 11:00 AM. Questions should be submitted electronically via BidNet: www.bidnetdirect.com//cityofsantaclarita. 5. The vendor is responsible for the accuracy and completeness of any solicitation form not obtained directly from the City. 6. The specifications in this notice shall be considered a part of any contract made pursuant thereto. I have, read, understood, and agree to the terms and conditions on all pages of this proposal. The undersigned agrees to furnish the commodity or service stipulated on this proposal as stated above. Company: Twining, Ince Address:1879 Porto Ia Road, Suite G, Ventura, CA 93003 Name (Print): Edward M.Twining,Jr. Company Phone No.: 805.644.5100 Signature: Title of Person Signing Proposal: Chairman I Q1140 101111, 1111$ 1111UH� 0111 TWINING 1879 toi,[ola [�oad, S0e G \A,,iit,um CA 93003 � =W. IN I'll ORWIll 0 RLUMI&VTON Ramiro Fuentes City of Santa Clarita Public Works - Capital Improvement Projects 23920 Valencia Boulevard, #120 Santa Clarita, CA 91355 Tel 805 644 5 100 ax 562 426 6424 Subject: Proposal for Quality Assurance Construction Materials Testing and Inspection Services for the 2019-20 Annual Overlay and Slurry Seal Projects, City Project No. M01 31 Dear Mr. Fuentes: Twining, Inc. (Twining) is pleased to present our proposal and qualifications for the 2019-20 Annual Overlay Projects to the City of Santa Clarita (City). We understand that the City is seeking a certified professional engineering firm with a credentialed asphalt and concrete materials testing lab.The City's objectives include the collection of material samples for testingas well as project inspection services. We also understand that, due to federal funding on this project, our work must comply with materials and testing and inspection as per the project plans and specifications, the City's Quality Assurance Program (using CT methods), the latest edition of Caltrans Construction Manual, and Public Works Construction Green Book. We will work closely with the City's Project Manager and staff to successfully complete the project and protect the interest of the City. Ow�, Ilh,fistmry and Ill nowledge of the Dly For nearly a decade, Twining has been the City's trusted advisor. We are honored to have a strong partnership and committed to providing the high -quality work you've come to expect from use We are aware that time is of the essence and that the selected consultant will be expected to start providing services as soon as the City contract is executed. We are ready and confident that we can hit the ground running, meeting the project goals effectively and efficiently. Our history of working with the City points to other benefits to selecting Twining as the consultant for this project. We continue to find ways to save the City time and money that benefit the community you serve.The City is an important client to us and is a critical part of our business. We strive to strengthen our partnership with the City for these projects and beyond. 00ur continuous collaboration with the City on these projects and beyond has saved the City hundreds of thousands of dollars over the better part of the past decade. We understand that this contract has core projects as well as alternate options. Being thatthis is a major project, we understand that this project will require a greater inspection staff. We vow to provide the City access to whatever resources they need to accomplish these goals. As the City's staff make-up has evolved we have continued to maintain our great working relationship and provide continuity of service during this transition within your internal operations. Twining is proud to consider ourselves part of your City's public works family and commits to keeping your current project on track and within or under budget as we have done in the past. kbout T4nliing Twining endeavors to prove ourselves as the right choice for these projects apart from our long- standing history. In the recent past, we have provided services similar to this contract and partnered closely with the City's project management team to ensure success.The key to a successful overlay project is consistent and prompt communication with the City by being available and responsive to any and all requests. Twining has the daily resources to satisfy the full range of needs required during the City's projects and we have demonstrated this during all of our past contracts with the City of Santa Clarita, as well as other local municipal clients, such as the cities of Thousand Oaks, Agoura Hills, and Simi Valley. We employ nearly 150 inspectors and technicians, more than 80% of whom hold multiple inspection certifications. Our field staff is well versed in the Caltrans Local Assistance Procedures Manual, Caltrans Construction Manual, and the Greenbook. Additionally, our team will adhere to the City's Quality Assurance Program and utilize Caltrans methods upon all testing and inspections. >> We have served your City for years providing services identical to this proposal. Since 2011, our firm has been selected to participate in the Overlay and Slurry Seal Program for the City of Santa Clarita. Our history with your agency, extensive knowledge of the area conditions, and deep understanding of the community ensure a seamless integration of our team with the City's staff. >> We have consistently provided the City with highly -qualified and highly -skilled workforce to help the City with their project.Their strong project management skills along with their technical expertise have benefited the City in completing the projects under budget with minimum interruption and without comprise to the quality of their work and product. >> We have a proactive project management approach that is designed to provide effective solutions to control cost and support the City's efforts to maintain and manage the construction schedule of the project by prioritizing timeliness, accuracy, and communication. >> We keep our core team of inpsectors consistentfor this project throughoutthe years, so we can learn from each year of experience and apply that experience to the upcoming projects. Our core team will be the same this year, so they have complete synchrony with the City's team and can fulfill the City's requirement to 100 percent satisfaction. We thank the City for the opportunity to present our proposal. Twining's expertise, leadership, technical resources, and commitment to quality will make us a valuable member of your team throughout this contract. Should you have any questions related to this proposal, please contact Dr. Amir Ghavibazoo at 1879 Portola Road, Suite G, Ventura, California 93003, mobile number at 562.900.5258, or email at aghavibazoo@twininginc.com. �1 Amir Ghavibazoo, PhD Edward M.Twining, Jr. Project Manager/ Chairman Engineering Oversight I QUALIFICATIONS OF FIRM AND ASSIGNED STAFF Twining's legacy dates back 120 years. What started as a family business in 1898 has evolved into one of California's largest service providers of geotechnical, materials testing, and construction inspection services. Highly regarded by state and local agencies, developers, contractors, consultants, and industry for providing high -quality services that are reliable, timely, and compliant, Twining has been a central part of some of California's most regionally significant construction projects. We employ some of the industry;s most well-known construction experts who perform research as well as consult with regulatory agencies to shape the future of Twining is a full -service engineering and quality control company with unmatched technical expertise. As detailed below, our services span from QA/QC, materials testing, and inspection, to highly technical capabilities in applied engineering and integrated disciplines. With laboratories throughout California and more than 150 inspectors, we are unequaled in our core competencies to work on vertical as well as horizontal construction projects: Geotechnical engineering Asphalt pavement quality assurance services Asphalt pavement design and materials evaluations Soils and materials testing and inspection Specialty testing Mobile laboratory services Roofing and waterproofing consultation and inspection Applied engineering and research Forensic evaluation 1�1Stormwater management Twining has developed a strong reputation by providing sound engineering, testing, and inspection services on every project ect we undertake. We earned this reputation knowing that the true measure of our performance rests in the satisfaction of our clients. We approach each project with the understanding that we are evaluated on the safety and durability of the structures and pavements we test and inspect. Twining has the unparalleled ability to service even the most complex projects from inception through completion. Starting with the initial subsurface investigation and continuing through the inspection and laboratory testing required during construction, we have the engineering staff, experienced inspectors, and state-of-the-art laboratory facilities to meet all of your project needs. This experience, along with our proven project management system, results in a seamless flow of communication during the entire scope of your projects and provides you with a single point of contact to ensure that all of your project needs are met. Twhihng, I nc I City of Santa Clarita 4 lVbUc ftilks Cmnsti°,ucbmn lei°°fise With California's fiscal situation, aging infrastructure, and continued urban growth, our cities and counties are faced with unique challenges. Never has it been more critical to maximize the value of each public works dollar spent on capital improvement than today.The quality assurance programs that Twining has established for public agencies throughout the state emphasize the most cost-effective practices utilizing industry best practices. Whether it is a major water/wastewater project, bridge or roadway improvement, underground utility work, airport improvement, or goods movement project, Twining has the requisite expertise and capabilities to effectively establish and maintain a quality assurance program that is in strict compliance with the local assistance procedures manual (LAPM) as well as state and federal mandates. Twining provides the following services for local agencies: Initial engineering design and evaluation Specification development and review Materials review and verification for acceptance Public works inspection Source inspection Acceptance laboratory testing and evaluation Federal compliance Final quality assurance report and project closeout Twining's involvement with the most cutting edge materials technologies enables us to assist project teams with the evaluation of construction products and determining their suitability for use.Twining has assisted construction managers, structural design engineers, and owners in developing high -strength concrete mixes utilizing low carbon emission materials, recycled asphalt pavement structural designs, and various other cementitious, geotechnical, and asphalt pavement materials that are sustainable utilizing renewable materials. Twining is uniquely positioned to provide quality assurance programs from start to finish.Through our partnerships with Caltrans and various universities, we have knowledge of proven technological advances in construction that we can pass on to our clients and incorporate into their projects as appropriate. We routinely contribute to the American Public Works Association by presenting technical sessions related to some of the newest technological advances. Whether it involves rapid strength concrete, warm mix asphalt, high volume fly ash mixes to reduce greenhouse gases, or 100% recycled materials, Twining can provide the proper solution for your project. Twhihng, I nc I City of Santa Clarita 5 lnnovabve Ilf avementIII' '111e& gn M" MMM. innovative, and cost-effective engineering solutions is an pavement engineering and materials evaluation services on and dedicated team of experts provides comprehensive pavement engineering services that utilize the newest pavement rehabilitation technologies to effectively deliver construction cost that may be less than traditional methods. Twining is closely involved with hot mix asphalt industry associations and government agencies that keep our engineers on the pulse of new and upcoming technologies. for our clients. Instead, we tailor our recommendations to include new flexible pavement materials that can be used most effectively and economically. Whether it is a highly traveled arterial roadway requiring high stability in LV LIM Lf111111U111LJ bCITILC IdUIRM, 1TV1111111 J Infrastructure has the solution. Twining routinely assesses current pavement conditions and identifies the causes of pavement distress. Using the Failing Weight Deflectometer (FWD), coring, ground penetrating radar (GPR), and dynamic cone penetrometer testing, we are able to assess subgrade conditions and determine the load -carrying capacity of in -place pavement. Our efforts can determine the remaining service life of pavement and identify options for rehabilitation. Supported byTwining's sophisticated laboratories, our expert staff has the ability to design asphalt concrete mixtures to meet either state or local specification requirements. We routinely develop hot mix asphalt designs consisting of the following materials: Polymer -modified binders Rubberized hot mix asphalt Warm mix asphalt research and development Hot mix asphalt using high amounts of recycled asphalt concrete FAA Marshall designs Superpave designs Twining also performs production quality and strength and mix for: Asphalt content Gradation Stability Hamburg wheel tracking Project specific volumetrics The proper structural section design for flexible pavement, as well as the asphalt concrete mixture type, is crucial to its performance and longevity. Poor design can result in early failures, substandard performance, and repairs that can quickly become costly. At Twining Infrastructure, we are committed to helping agencies design and implement the most appropriate, durable pavement solutions. Our extensive experience providing quality assurance and quality control services in the field gives us unique insight and allows us to provide recommendations that are easily implemented and reliable. Twining professionals are members of the American Public Works Association, the Asphalt Pavement Association, the Rubber Pavements Association, the National Asphalt Pavement Association, and the Caltrans expert task group on flexible pavements. They have vast knowledge of hot mix asphalt materials and the constraints during production, as well as experience managing comprehensive quality assurance and quality control programs. Twhihng, l nc I City of Santa Clarita Laboratory Testing Capabi I ities. Al I I a boratorytesting operations are overseen by a registered geotechnical engineer. With the large amount of construction -related, time -sensitive work thatTwining performs, our laboratories understand the importance of and effectively accomplishes efficient turnaround times for testing. fttei°ials Tesbng I a b o i"ato i"y Twining maintains a network of state of the art laboratories throughout California. In addition to our permanent laboratories, we own and operate a fleet of mobile laboratories that allow us to conveniently service projects throughout the state. Our fully -accredited geotechnical engineering laboratories are equipped to perform the standard tests needed in geotechnical engineering evaluations, including but not limited to: In situ density and moisture content Atterberg limits Sieve Analysis Maximum Dry Density Direct Shear Expansion Index Sand Equivalent Cleanness Value 1�1Soundness IIIAatei°ials Tesbng and IIInspaafliion III''''' peit"Se With our state-of-the-art equipment and conveniently located laboratories, we are able to perform the necessary testing on projects throughout California. We maintain a rigorous training program for our experienced staff of testing technicians, and are recognized by numerous agencies including Caltrans, Army Corps of Engineers, American Association of State Highway and Transportation Officials (AASHTO), Cement and Concrete Reference Laboratory (CCRL) and International Accreditation Service, Inc. (IAS) along with many cities and counties. Our expert professionals continue to work with Caltrans to define effective applications of construction materials for roadway projects and revise standard specifications for proportioning concrete for pavements and other elements of transportation infrastructure. Our clients depend on us to reliably deliver services that strictly follow Green Book and Caltrans and FHWA regulations. We are proud of our legacy of delivering high - quality services that subscribe to all applicable standards. We have held multiple on -call contracts representing Caltrans providing materials testing services on behalf of the State. Twhihng,hic I City of Santa Clarita 7 CITY OF SANTA CLARITA Alllvlival OveIlrlay alnd IliIliSeat III�°�'Ilrqiects l" u llli [i c A g e it IllgallM e Twining has held the Annual Overlay and Slurry Seal contract with the City for multiple fiscal City of Santa Clarita year. Under these agreements, we perform construction materials testing and inspection Ill ocabon services for the annual overlay and slurry seal program.Twining performs construction Santa Clarita, CA materials testing and inspection at various project sites and as well as the batch plant. Our firm performs mix design verification and laboratory testing. Robert Newman 23920 Valencia 'ou Suite 120, Valenc I a 9 1 T4nliing Staff Amir Ghavibazoo, PhD Jeff Tawakoli, PE ,,, Eddie Perez Twining also assists the City in performing slurry seal placement inspection and testing. During plant inspection services for this project,Twining provides asphalt binder plant inspection as well and identifies viscosity and blending issues experienced by the supplier. Through this proactive inspection approach, not a single out of compliance load of rubberized asphalt concrete has been shipped to the project. Our team coordinates with the construction team and the City public works inspector to resolve issues during construction as needed. Our team inspects and verifies that all construction materials are in total compliance with applicable rules and regulations. Twhihng, l nc I City of Santa Clarita 8 CITY OF SIMI VALLEY klvlival III'°°IaveIlia eIlia t Ilf u b [c A g e iin cy Illgaiim is The City of Simi Valley conducts an annual major and minor street rehabilitation program on City of Sirni Valley many of their arterial and residential streets.The project consisted of residential pavement Ill ocat� 0 �ln rehabilitation consisting of a conventional hot mix asphalt overlay, curb and gutter repair, Simi Valley, CA and a type I slurry seal on select residential streets. Twining was retained as the quality assurance laboratory for the city and provided placement Ye&�" Completed inspection, field compaction testing, batch plant inspection, laboratory testing, and slurry seal ,,, 2016 sampling and testing° III e f e r��' e iin C e Mansour Moradi 2929 Tapo Canyon Road Simi Valley, CA 93063 ��'��vject Type Street Rehabilitation T4nliing Staff Amir Ghavibazoo, PhD Jeff Tawakoli, PE ,,, Eddie Perez Twhihng, inc I City of Santa Clarita 9 CITY OF THOUSAND OAKS Ilia Ili AsIpIllhalt CmIli icIli ete % Ilf u b [ A g e 11n cy Illg a 11m e The City of Thousand Oaks is one of the leading cities in innovative pavements with emphasis City of Thousand Oaks towards utilizing recycled crumb rubber in asphalt concrete pavements. III ocat4n The City engages the services of Twining through various multiple annual contracts to assist Thousand Oaks, CA in review and revision of the City's pavement rehabilitation specifications, perform materials Ye&P, Completed design studies, implement quality assurance programs, perform construction inspection and Ongoing testing, perform pavement destructive testing, and assist with pavement deflection testing for future pavement designs. IIIe f e e IIn C e Mike Tohidian Twining provides annual materials certifications and labor compliance interviews throughout 2100 Thousand Oaks the projects. Boulevard, Thousand Oaks, CA 91362 805.449.2516 f�'�rvject Type Street Rehabilitation T4nliing Staff Amir Ghavibazoo, PhD Jeff Tawakoli, PE ,,, Eddie Perez Twhihng, l nc I City of Santa Clarita 10 Firm's principal contact llluu Resumes available upon request * Twhihng, Inc I City of Santa Clarita 11 AMIR GHAVIBAZ00 "Ilg ove�'-SIIIIIg��it IIIIIIliii IIISulnliiaIl lry Dty of Santa Cl&��ita Annual On�Iay & Slw�,iiry Sea[ (Mulbple Ye&rs) Overview >> Years' Experience: 2014 - Present Each year, streets are evaluated and identified for their need for rehabilitation or maintenance treatments. These projects include asphalt overlay, micro -surfacing, and slurry seal treatments to streets in various areas of the City. Twin in g Education performed quality assurance testing and inspection, Amir serves as project >> PhD, Civil and Environmental Engineering, manager for this job, coordinating all required testing and inspection and North Dakota State University reviewing test results. >> IVIS, Railways Engineering, Iran University Dty of &ldValley III° oad at Codh�P"an StPvet of Science and Technology, Tehran, Iran This project consisted of the construction of a northbound rightturn lane on >> BS, Industrial Engineering, University of Erringer Road at Cochran Street.Twining performed surface and subsurface Technology, Tehran, Iran soils investigation, testing, evaluation, geotechnical inspection, materials testing for conventional and rubberized asphalt concrete pavement, structural section evaluations for pavement defection testing, and laboratory testing services.Amir served as the pavement engineer. He reviewed the test data and prepared recommendations to the City. County of Ventwr°'a III° oute 118 (O' 196704) Twining performed quality control testing on route 118 in Ventura County. Amir served as project manager and project engineer. He was responsible for the oversight of all daily sampling and testing, as well as providing technical comments in regard to possible issues, and suggesting a solution to the client based on the test results. Twhihng, l nc I City of Santa Clarita 12 JEFF TAWAKOLI GuaUIl i'U�11-o[ IIIIIIliii IIISulnliiaIl lry Jeff Tawakoli, PE, is a professional engineer with over 32 years of experience in geotechnical and construction materials engineering. He has served as a local resource in similar capacity on this contract for the past several years. Jeff's areas of expertise includes subsurface investigation, engineering analysis, preparation of soils reports, building and roadway inspection and engineering, and project management. He has provided geotechnical engineering support for public works programs, industrial and residential developments, military facilities, roadways, and mid -rise buildings. IRelevant Illf �"XIpelnl 'ence Education >> Professional Engineer, Civil, CA, 51883 >> ICC Reinforced Concrete >> ICC Structural Masonry >> ICC Fireproofing City of Santa Cl&��ita Annual Ove��Iay & Slw�°,iir°'y Sea[ (Multple Ye&�°'s) Each year, streets are evaluated and identified far their need for rehabilitation or maintenance treatments. These projects include asphalt overlay, micro -surfacing, and slurry seal treatments to streets in various areas of the City. Twin in g performs quality assurance testing and inspection, Jeff serves as quality control manager throughoutthis program, providing engineering support out of our local Ventura office. City of Cal6basas Ill ost llIls IlRoad Illiateiirallltwigs f Iiroject This $25 million project included the expansion of the existing Lost Hills Road/ US-1 01 overcrossing from two lanes to five lanes. Jeff served as the project manager, overseeing the delivery of all of our services, dispatching inspectors, reviewing all reports, and acting as the single point of contactfor the project team. City ofgliiiii mlii Valley,, IlRoad at Codlhrwi Street This project consisted of the construction of a northbound right turn lane on Erringer Road at Cochran Street. Twining performed surface and subsurface soils investigation, testing, evaluation, geotechnical inspection, materials testing for conventional and rubberized asphalt concrete pavement, structural section evaluations for pavement deflection testing and laboratory testing services.Jeff served as the project manager, providing oversight of materials testing for both laboratory and field services. He was responsible for coordinating schedules, managing budgets, reviewing inspection in the field, reviewing and approving all field inspection and laboratory reports, and attending all project meetings with City. Twhihng, l nc I City of Santa Clarita 13 EDDIE PEREZ .......... :ead �IUJUt waII°-IIIIqpectaII°M Sulnliial-y Eddie Perez brings over nine years of technical expertise as a public works construction and quality assurance manager. He serves as the City's eyes and ears on public works construction. He routinely attends construction progress meeting with City officials and the contractors. He reviews and insures adherence to construction plans and project specifications. His experience encompasses all aspects of public works construction with special emphasis on roadway projects that include utility work ADA ramp remove and replace, street signal loop and signal install and roadway striping in addition to asphalt and concrete paving. He is intimately familiar with Caltrans and Green Book Standards and serves as an extension of City resources. �Relevallvt �"X�pelnl 'ence Overview City of Santa Cl&r°ita Annual OvellYIay & Slw�,���y Seal (Mulbple Ye&�'s) >> Years' Experience: 2011 - Present Twining is contracted by the City to perform construction materials testing and inspection services for the annual overlay and slurry seal program. Current Licenses Held Twining performs construction materials testing and inspection at various project sites and the batch plant. Our firm performs mix design verification >> ACI Concrete Field Testing Technician Grade I and laboratory testing. Twining also assists the City in performing slurry seal >> Nuclear Density Gauge Operator placement inspection and testing. Eddie serves as the lead public works >> Caltrans Certifications 125 inspector. He attends construction progress meetings, and review and >> OSHA Safety 10 Hour ensures adherence to plans and specifications. City of Simlii Valley Annual I' avement The City of Simi Valley conducts an annual major and minor street rehabilitation program on many of their arterial and residential streets. The project consisted of residential pavement rehabilitation consisting of a conventional hot mix asphalt overlay, curb and gutter repair, and a type I slurry seal on select residential streets. Eddie served as an inspector for this project. He tested the hot mix asphalt to ensure compliance with standards. County of San Ilf111lllego Slw�,IIY°y Seal I°NswY''fa6ng 2015°°°°I 6 Twining was selected to provide testing and inspection services for the slurry seal resurfacing projects throughout the County of San Diego.Twining provided observation during slurry seal placement, laboratory testing of slurry seal, aggregate, scrub seal emulsion, and shoulder backing, HA quality control, and engineering support for this project. Eddie served as an inspector on this project. Twhihng, I nc I City of Santa Clarita 14 0 Section 3 Y t W WORK STATEMENT SR $SS;zR3s S ;!S� S: �k ININ �1� §10\11MMMMME It is our understanding thatthe project consists of providing quality assurance construction materials testing and inspection servicesforthe City's overlay programs as outlined in the RFPs scope of work perthe following standards: City of Santa Clarita QAP; Construction Manual, current edition; CALOSHA Construction Safety Orders, current edition; Standard Specifications of PublicWorks, Greenbook current edition; Standard Plans of PublicWorks, currentedition; and exhibits attached to the City's RFP.Twining understands that we will be responsible forthe testing of asphaltand concrete as well as providing project inspection.The following is our proposed plan of study. Task I Supprt I'111mhill g Ovelay Subtask 1: On -call support to the City's project manager OW Available from project's inception through completion via phone, email, and in -person meetings in order to provide the City's project manager answers to questions that come up during the project. These services are provided through Twining's project manager and lead public works inspector. Subtask 2: Submittal review for materials to be used by the contractor on the project OW Timely tu marou nd of materials submittal reviews. The City's project manager provides contractor submittals to Twining's project manager for review and acceptance with respect to the project specifications and plans. Subtask 3: Attend meetings throughout the project Output: Twining's project manager and senior field inspector will be available and will attend meetings with the City's project team whenever requested during the project. Subtask 4: Timely review of inspection and testing results during the project; preparation of daily reports for the City's project manager OW Twining's project manager will schedule laboratory tests promptly and will review and provide testing and inspection reports to the City's project manager. Any non -compliant results will be highlighted, and discussion/recommendations will be provided to the City when requested or when necessary. Task ZIlf°°l�eld Suppart I114hill g Ovelay Subtask 1: Public works inspection services OW Available throughout the project to su pport the City's project manager and inspection team with any supplemental inspection services during the project.These services have been provided during past overlay projects with the City and can be provided whenever the City deems it necessary. Twhihng, l nc I City of Santa Clarita 15 Output: Twining will provide layclown inspection and compaction testing of the asphalt paving activities throughout the overlay project. If the City requires observation during as well.The inspection team will observe and document all the project specifications. Plant inspection will be conducted asphalt will be obtained at coordinated intervals from both the plant and the field and transported to our lab for all the necessary testing. Plant inspection will ensure that production meets Greenbook and Caltrans standards. W., M. Im, I Y �- 1 Oulpul: Twining will provide a technician to core the asphalt once per 250 tons and transport the cores to the laboratory for timely testing to calculate the daily compaction of the asphalt material being placed. Task 1IIMaterials Tesbng l'111wr°ing Overlay I'',' inject Subtask 1: Laboratory testing of asphalt material Output: Twining's certified laboratory will be responsible for providing testing of the asphalt material to ensure it meets the specifications of the project.The material will be tested for asphalt content, gradation, moisture content, density, stability, air voids, and sand equivalency (raw aggregate atthe plant). Acceptance of the material is typically based on asphalt content, gradation, and stability testing. Core testing will be provided daily to ensure that asphalt compaction requirements are being met. Task 4�� GA ocumentaban and ��Npm�fing Subtask 1: Daily and final quality assurance reporting Output: Twining's project manager will be responsible for reviewing daily field and laboratory activities and preparing reports and providing all documentation to the City's project manager. Upon completion of the project, a final quality assurance report will be prepared and provided to the City for its records. Twhihng, l nc I City of Santa Clarita 16 Ui J C Ui 2 V n man BEEBE man Man man man man EBB man EBB man man man mamma man man man man man man Man man man man man enema man Dun man one man Dun man man man EBB man man man BEEBE man M SUB -CONSULTANTS Twining is able to self -perform all work identified in the RFP and does not anticipate the use of subconsultants for this contract. Twhihng, Inc I City of Santa Clarita 18 Section Statement of Offer STATEMENT OF OFFER AND SIGNATURE This pro posa I is a firm off erfor a I 80-day period, and the proposed work wi I I be performed at a I/ not -to -exceed" price. Twining has reviewed the City's profession a I services agree me nt(Exhi bit 2) and finds the agree me nt a cceptab I e as written. Twin ing'sA.M Best Rating is A.M. Best Rating is A-/lX (a point below your requi rem ent). Edward M.Twining, Jr. Chairman (Authorized to bind the firm) Twhihng, l nc I City of Santa Clarita 19 m Section 6 Statements C7 III L } L L} Agreement STATEMENTS AND AGREEMENT ATTACHMENT A CITY OF SANTA CLARITA DISCLOSURE STATEMENT The following information must be disclosed: List the names of all persons having a financial interest in the Request for Proposal. N/A 2. If any person identified pursuant to No. 1 above is a corporation or partnership, list the names of all individuals owning more than ten percent of the shares in the corporation or owning any partnership interest in the partnership. N/A If any person identified pursuant to No. 1 above is a non-profit organization or a trust, list the names of any persons serving as a director of the non-profit organization or as a trustee or beneficiary or trustor of the trust. N/A 4. Has the offeror had more than $250.00 worth of business transacted with any member of the City of Santa Clarita staff, boards, commissions, committees, and Council within the past twelve months? If yes, please indicate the person(s) with whom you have conducted business. 0 NOTE: Attach additional pages as necessary. Signature of Offeror Edward M.Twining,Jr. Print or Type Name of Offeror May l 1, 2020 Date T�AJning,ln:. I City of Santa Clarita 20 ATTACHMENT B EQUAL OPPORTUNITUAFFIRMATIVE ACTION STATEMENT The offeror hereafter described will not discriminate against any employee or applicant for employment because of race/color, national origin, sex, sexual preference, religion, age, or handicapped status in employment or the provisions of services. Signature Edward M.Twininq, Jr., Chairman Typed Name and Title Twinn ng, inc. I City of Santa Clarita 21 ATTACHMENT C HOLD HARMLESS AGREEMENT Offeror agrees to indemnify and hold harmless the City of Santa Clarita against and from any and all damages to property or injuries to or death of any person or persons, including employees or agents of the City, and shall defend, indemnify and hold harmless the City, its officers, agents and employees, from any and all claims, demands, suits, actions or proceedings of any kind or nature, of or by anyone whomsoever, in any way resulting from or arising out of the negligent or intention all acts, errors, or omissions of the offeror or any of its officers, agents, or employees. zxz am �. �- � � Signature Edward M.Twining, Jr., Chairman Typed Name and Title T�AJning,f inc I City of Santa Clarita 22 STATEMENTS AND AGREEMENT ATTACHMENT A CITY OF SANTA CLARITA DISCLOSURE STATEMENT The following information must be disclosed: List the names of all persons having a financial interest in the Request for Proposal. N/A 2. If any person identified pursuant to No. 1 above is a corporation or partnership, list the names of all individuals owning more than ten percent of the shares in the corporation or owning any partnership interest in the partnership. N/A If any person identified pursuant to No. 1 above is a non-profit organization or a trust, list the names of any persons serving as a director of the non-profit organization or as a trustee or beneficiary or trustor of the trust. N/A 4. Has the offeror had more than $250.00 worth of business transacted with any member of the City of Santa Clarita staff, boards, commissions, committees, and Council within the past twelve months? If yes, please indicate the person(s) with whom you have conducted business. 0 NOTE: Attach additional pages as necessary. Signature of Offeror Edward M.Twining,Jr. Print or Type Name of Offeror May l 1, 2020 Date T�AJning,ln:. I City of Santa Clarita 20 ATTACHMENT B EQUAL OPPORTUNITUAFFIRMATIVE ACTION STATEMENT The offeror hereafter described will not discriminate against any employee or applicant for employment because of race/color, national origin, sex, sexual preference, religion, age, or handicapped status in employment or the provisions of services. Signature Edward M.Twininq, Jr., Chairman Typed Name and Title Twinn ng, inc. I City of Santa Clarita 21 ATTACHMENT B EQUAL OPPORTUNITUAFFIRMATIVE ACTION STATEMENT The offeror hereafter described will not discriminate against any employee or applicant for employment because of race/color, national origin, sex, sexual preference, religion, age, or handicapped status in employment or the provisions of services. Signature Edward M.Twininq, Jr., Chairman Typed Name and Title Twinn ng, inc. I City of Santa Clarita 21 ATTACHMENT C HOLD HARMLESS AGREEMENT Offeror agrees to indemnify and hold harmless the City of Santa Clarita against and from any and all damages to property or injuries to or death of any person or persons, including employees or agents of the City, and shall defend, indemnify and hold harmless the City, its officers, agents and employees, from any and all claims, demands, suits, actions or proceedings of any kind or nature, of or by anyone whomsoever, in any way resulting from or arising out of the negligent or intention all acts, errors, or omissions of the offeror or any of its officers, agents, or employees. zxz am �. �- � � Signature Edward M.Twining, Jr., Chairman Typed Name and Title T�AJning,f inc I City of Santa Clarita 22 0 lz:j- CD 10 CD CD CD CD C-Z) C-Z) C-Z) C-Z) C-Z) 10 00 10 10 10 00 00 00 C-Z) C-Z) 0 I-Z' I-Z' I-Z' I-Z' C5 C5 C5 00 00 ce 00 10 10 10 cn cn cn — — A^ CZ) CZ) CZ) CZ) 0 0 CZ) C14 CZ) C14 CZ) CZ) ip CZ) CZ) CZ) CZ) CZ) CZ) CZ) CZ) E Ln i-n i-n i-n r- — — — — CZ) CZ) CZ) CZ) CZ) CZ) CZ) CZ) CZ) CZ) CD th CD CD CD CD CD CD CD CZ) CZ) CZ) CZ) 0 U 't C14 (> CZ) CZ) CZ) CZ) CD CZ) CD CD Ln CD Cv CD CZ) CZ) CZ) CZ) CZ) (> CZ) t'. — — — — — — — — — tfr cn r_ ter ter ter ter ter ter ter ter ter ter M 0 0 X: a .2 4- 0 00 00 00 0 .0 E 0 0 0 C14 00 Cl) (0 (0 (0 Cl) Cl) Cl) C14 Z (0 1: 0 ui Eo� z > E .2 CD .2 CD -a _� _� 2 CL CL , CD 0 i5 CD -a CL -a CL > 2, > CL 0 (0 CL (0 CL E 0 Q) 0 ry Q 2 (0 E o (0 46 a 0 �5 -t� A? 0 Co 0 Co 0 > CL = — Co ry (0 a) ry 0 Z w 0 ry 0 ly 0 W 0 a) C3) a) CL 0 5 �5 (0 ry m 0) ry 72 x a) CL 0 0 co a) c a) c D.C3) ry a) -0 ry 2- -a - m �5 -C 0 0C CL c i� 0 00 -0 (0 0 �t -0 0) 0 0 .2 Q) 00 0 CL Q) It 0 CL Q) a) ry Z> a) a) a) 0 E E CD 2 E m CL a) a) 00 N a) c co 'a a a u a a C -0 0 a 0CL -0 C m E CD — tu 0) CL CL 0) m CL CD M M 0 N 0 0) 0) > 0 C c) 2 5 CL 0 2 5 c)- 0 Q 0 a) 0 o .2 — (1) CD C (0 CD C3) 0 CL b CL CD 0) CL E E CL E w CL E E CL E JCL00 (1) 0 0 M M c 0 0 M 6 0 1: CL S� 0 < Q EL- 0) -j m EL 0) K. I L4% 2 0 o CL CL > 0 6 z 0 CL 0 N U CY 0 CZ) CZ) CZ) CZ) CZ) CZ) CZ) CZ) CZ) CZ) L) 00 10 10 CZ) CZ) CZ) CD CD CZ) CZ) CZ) — — -,J- -,J- -,J- C14 C14 -It %0 oc Lr A^ x ui CZ) CZ) CZ) CZ) th 0 CZ) CZ) CZ) CZ) 0 CZ) CZ) CZ) CZ) jp E CZ) CZ) CZ) CZ) cn CZ) CZ) CZ) i-n i-n i-n i-n O th CZ) CZ) CZ) CZ) CZ) CZ) CZ) CZ) CZ) CZ) CD 0 CD CD CD CD CD CD CD CZ) CZ) CZ) L) CZ) i-n .E — — — — — — — — — cn M 0 0 0 4- 0 CD CD CD It It It C14 C14 N 0 m T) .0 Ey. N 00 It (D (0 (0 Cl) Cl) Cl) N M Q 00 ui E z 0 CD .2 CD -a .2 -a E CL 0 — CL 0 co E 0 N co C 0 -L '5 0 E 0 E co CD 0 E E i5 CL UCL 0 > 0) Q co 4-j Q C) 0 0) c 0 0 6- > 0) A? 0) A? M �C- x CL o 0) CL 0) CL �i E w ry U Z3 :3 co E co 2 x (0 0 CL T '46 co C 0 CL a) a) 46 Y) .2 0 r 0 A?0 co w 0 W 0 w Q Q) Q) CL Q) CL Q) U ii > LL CL = — 0) (3) ry 0) a) ry C� I -E 0 0 0 ry !E o m ry o 0) 0 (3) E (L CD CD 0 a) (3) uS a) CL 0 — > 0) ry 0) ry x a) co CL 0) (3) ry ry m CL c 0 00 -a 0 't -0 0) '— LLJ c .0 a) a) a) CL ry 0 0 E E —0 E CL 0 a) 2 00 a) a) Co a) C - J LLJ a) a) CL w -0 a) CL co -0 C C3) CD G) CD — m — CL CI- C3) m 0 m CL 6 C m m 0 CL 0 o L 0 o- 2 o L 0 a) 0 0 .2 C C E (Co S) ?c: E t "-- 0 w 0) C c C3) c a) 0 0 m w CL CL CL 0 (u M CL M CL = CL 75 0 0) .w a) a) CL co -o E E E 5, E E E -0 (1) Z3 0) c 0 0 m m 0 0 m . a- S� 0 < m 0 (.5 0) -j (u (-) (.) 0) K. I L4% 2 0 o CL CL > 0 6 z N CL 0 0 N U CY 0 CZ) CZ) CZ) CZ) CZ) CZ) CZ) CZ) CZ) CZ) L) CN lz:j- lz:j- CD CD CD CD CD CZ) CZ) 10 C14 rl_ 10 10 10 00 00 00 10 F cv r<- 0- 0-� 0-� A^ x ui CZ) CZ) CZ) CZ) 0 CZ) CZ) CZ) CZ) 0jp CZ) CZ) CZ) CZ) E C14 C14 C14 CV 0 CZ) CZ) CZ) CZ) cn CZ) CZ) CZ) i-n i-n i-n i-n th CZ) CZ) CZ) CZ) CZ) CD CD CD CD CD CD 0 CD CD CZ) CZ) CZ) CZ) CZ) CZ) CZ) CZ) L) ru i-n CZ) C14 CZ) CZ) CZ) CZ) CZ) CZ) CZ) .E M — — — — — — — — — cn th 0 0 0 4- 0 0 0 0 CO CO CO 00 00 00 0 m 0 .2 E i M (0 M M M It It It Cl) n C14 0 th Q uj E 0 z > E 2 CL CL co 0 E 0 co 0 a) 0 .2 E 0 E 0 co CD 0 E ,.i-- E w 0 i5 CD N CL N U CL > co N U U 2, 0 co co 0 CL > o Co .2 CL co A? CL �i E co Q) tz� .-a Q) Q c ry co — 0 .— L< co E .— Q co c co E Co co " 0 CL A? 445 co C 0 CL Q) a) 46 0 4) (� 0) 0 Co 0 0) Q a) Q) Q) CL a) CL a) > CL z a) a) C: th 0 0 Co z 0 ry o ry o 0) 0 a) C3) 0 G N N -0N c0) a) CL 0 5 co ry a) M co ry O x a) a) co CL 0 S� 0 (L) a) ry ry - -a - -0 �5 .2 :�, m .0 0 CD CL c (6 CD c m 0 00 0) "t 0) 0 LLJ c 0 00 CL a) It CL a) 0 E ':� 0 t E 0 E CL o zM-- W — �Cu-- am) 00 0 a) �C- CD d 2 co 0 a) co a) LLJ a) a) CL -0 c — CD 8 CD a) CL co -0 CD CD m a) 0) — M co CL CL CD M M CL CD M M Nm 4� 0 0 0)C > 0 C CD a) CL 0 0 CL 0 0 . — CL 0 0 0 a) 16) 0 .2 OC : E ?c CD c E -z wc S) C3) o (wu 0 CL m 0 CL — = a) a) a) aCo CL E E CL E -0 w CL E E CL E Z3 (1) m c 0 0 0 0 m w S� 0 < -j m 0 (.) Q EL 0) ON K. I L4% m z r r cn 4- O N 24 u CY 0 lz:j- r� CD CD CD CD CD C-Z) C-Z) CV) 10 C114 00 00 00 00 rl% cn 00 00 00 C14 %0 A^ x LU 0 C-Z) CZ) CZ) CZ) 0 a) CZ) CZ) CZ) CZ) E C14 C14 C14 0 k/If CZ) CZ) CZ) CZ) CZ) cn CZ) CZ) CZ) CZ) Ln Ln Ln Ln O CZ) CZ) CZ) CZ) CZ) CZ) CZ) CZ) CZ) CZ) CZ) 0 CD CD CD CD CD CD CD CZ) CZ) CZ) -z:i Cu Ln CD C14 CD CD CD CZ) CZ) CZ) CZ) t, r_ cn 0 0 0 4— 0 E C) C) C) 00 00 00 C) F) 0 .0 co co 00 00 00 co CU 00 0 0- Lu E U) z I I I I E 0) 2 0) _0 w U) .0 =CU a) a) a) QL -2 -0 a) QL -2 -0 U) Cu U) CU E -Fu U) -E 0 U) CO 0 0 0 E 0 E C: 0 0 U) U) a) 0) 0 U U 0 cu cu 0) 0 0 m -0 > U) (n 2, 0 C: U) a) x 0 :5 0 QL a) > 0 U) Z; G� U) 'Z- CL a) E a) T) tf .-a a) (n C: m CU -0 U) U) 0- ua)) E U) 0 X U) c V) (U C: 0 U) C: 0 0 0 r_ U) tf 0 0 fn .0 (1) o CL (1) Q- (1) U) G� > CL = z; (n -0 1 0 0 !E o m >, !E o m U) 0 a) Z3 -z— C) E -C . 0 a) 0 C: a) :;, M a) -0 -0 a) M a) M -0 cu 0 5 m U) Q- 0 0 0 0) V� U) LU C: a) 0 L: a) U) 00 0 CL o G� 0 -2 > -0 c-) a) a) C: — E EM -2 c -) E m 0) 0 k� cu E m G� C) U) .0 0 a) QL 00 0 15 a) G� U) -2 8- a) a) a) C: -C LU U) a) U) a) E 0)— tu U) C: 0 q- —c: cm: -C2 0) E 0 U) C: C: a) U) C: c a) > M QL 0 0 L 0 — CL 0 0 L 0 0 0 a) 0 .2 C-) 1 C: E uc): Cc:) 3c:: E r— 0' F-- c a) 0 C-) 0 CL -a 0 CL 0) _0 U) E E E _0 U) a- E E E C: .= U) m C: 0 0 m 0 o m m S� 0 —1 m UC-) EL U) _j m C) C-) E U) U C) :E m K. I M E IM Cl) > 0 cn N o UNU CY U) 0 00 'a C-Z) — — -,J- -,J- -,J- cv C14 C14 lz:j- %0 0 (-7 oc Lr A^ x LU 0 C-Z) C-Z) C-Z) C-Z) U) 0 0 C-Z) C-Z) CZ) CZ) co E C114 C114 C114 C114 0 to CZ) CZ) CZ) CZ) a) E rn CZ) 6 6 Ln i-n i-n i-n O U) CZ) CZ) CZ) CZ) CZ) CZ) CZ) CZ) CZ) CZ) CZ) 0 CD CD CD CD CD CD CD CZ) CZ) CZ) C14 cp� i-n CD C14 CD CD CZ) CZ) CZ) CZ) CZ) cn 'a 0 V; 0 a) m H2 4- V) 0 E 0- C) C) C) IT IT IT C4 C4 C4 C) .0 �p C4 00 V (D (D (D co co co C4 CU U) 00 y 0DL Lu E U) z E O 0) 0) _ 0 U) E U E .2 cu a) 0 a) 0 U) Cu U) cu E T- 70- Z) U) E 'E 0 a3 U) c: 0 a3 0 .2 0 E E 0 0) 0 E a) _0 0 E w _0 0 t 0 cu a) 0) a) _0 Z) C) a) _0 Z) 0 a) U) (u -0 2 0 U) . 2 0 U) C) 2, 0 L a) > C: - U) a) C: - U) a) 0 0 U) �F- 0- U) �F- �i E a) a) •a) U) a) U) 2 CU U_0 U) = 0 .C= . x U) 2 >< (n a) _0 U) c U) Cu a) (n 0 a) (n 0 a) U) 0 () (n 0 0 U) .2 O 0 0- -0 C.2 U) 0 > �F- U) a) U) W -0 -0 I -E U) 0 o (n 72 0 !E o of C: C: o U) 0 a) T- E -c , 0 0) 0 C a) a) -0 -0 U) a) w a) (6 zt5 0 0 5 U) of (n x U) (n -0 o _ 0 _0 Z) 0 _0 -0 -0 0 0) UT V) i:� 0 00 6- 0 6- LU C: a) 0 - L: 00 ,T c- �5 a) 0 -0 t - 0 E 0 0 0 > C: E a) 0- C) , o o a) -2 co a) a) — (n a) (n 15 a) 0- (n -0 — 0) -2 0- U) -0 0) a) E (n LU a) Z: C: 0) C: C 0 U) 0 O 0 (n 46 U) -z: m > 0 C: 0) (1) m — = c- 0 0 0 0 0 �p 0 C_) a) Z5 V) 0 C-) c c: C: 3�. E T� 0 (n 0) E c: E 3� 0 T� 0 (n 0) E 0 0 m -S� 0 (, m -S� -0 in -o 0- E E E in -o E E E 0 i- U(n cm: (" >1 (" C: 0 o0 M 0 a < -("j CO) co) EL (f) _j a)U C) (f) a(,) FA K. I L4% 0 o CL CL > 0 0 0 z CY 0 CZ) CZ) CZ) CZ) CZ) CZ) CZ) CZ) CZ) CZ) L) 00 10 10 CZ) CZ) CZ) CZ) CZ) CZ) CZ) 'a =� - - -,J- -,J- -,J- Cv Cv Cv -Ji %0 (1) Cn W w? V V W6 0) cn Do CA my MA kn mv 09 w on No A^ x ui (1) m CZ) CZ) CZ) CZ) 0 L) cz) CZ) E CZ) CZ) CZ) CZ) CA CA CA CA 0 CZ) CZ) CZ) CZ) c� c� c� c� E rn CZ) CZ) CZ) L. Ln i-n i-n i-n (D > 0 th CZ) CZ) CZ) CZ) CZ) CZ) CZ) CZ) CZ) CD 0 L) j: CA (> CZ) CZ) CZ) CZ) CZ) CD CD 14 i-n CD CIA M No No MA No K"If us 01 09 uk"If 0 2 8 4- 0 E 0 CIA 0 00 0 It 1 It It CIA M CIA M CIA MCIA 0 m (D (D (D M M th Q 00 OS- ui E z 0 0) 0) co 2 co .9 0 co A 0 a) 0 . E 0 E 0 or co 0) 0 co co co c 8 a) co co 0 > o T) co a) a) 'D — 72 = . -6 co ry co co cc 5" (GO) E co c 2 co E 0 a) co c -5 co 0 CI- a) a) -a 0 100 — 0 0 , " :E- 0 T .2 o a) a) — 0) 0 > ry ry 'E th 0 0 0 ry o ly o a) = 0) 0 (L C3)o cc T a) a) a) 0 > 0) ry m 0) ry -x .2 0 0 c a) ry ry 0 0) (6 0) c 0) c c m 0 00 -0 0 't -0 0) 16 ry -5 E .2 E 2 E u u a) Lu a) a) co -0 0) 0) a) -0 0) 0) 0) a) 0 > 0 C 0) a) o 1 0 o 0 0 16 3: .9 c c E ?: (.0 S) t(u 0) c 0) 8 I .2 m m m 0 M — (Eu 0 m 75 E E E E E E ET ET Z3 co co m c 0 o m m 0 0 M 0 L L . 0- S� 0 < -j m 0 0 F w -j m 0 0 co m K. I L4% m E L V Q O W cn y C H m > O � O � 0 N M � y y UNU CJ N Ln O OCD U � i-ni-n '•z:j" Ln cD M Ln ED O d" d" CV U"7 i-n i-n i-n i-n N b" Lr b" b" b" Lri Lr C-5 - - 'O r -------- r r r r r r k/if CV GJ X W NCD CD CD CD CD CD CD CD CD CD CD CD CD O U U"76 6 6 6 6 U") Ln � Ln � Ln Ln Ln Ln i-nN ° � CV r CV {�- r CV CV CV CV CV U Ea9- Ea9- Ea9- Ea9- Ea9- Ea9- Ea9- Ea9- Ea9- N O O N O O O N N Or N N N N N 0 N CIA IA N r N r N r N O N CIA CIA N N N N U 4) GJ N 0 U GJ N M .Q U E Z U a c) c) c Cl) co co co GJ N M f6 � .y W my o�S v � a rn rn rn N rn rn rn rn V V V co V V V V a a m > > > > 0- d x a m g m a m a m a m 0- m 0 m O m O m O m O Q m m E O c ° d ¢ 0- ¢ m m a !E m m !E m m !E m m m m d d m a Y m Y m Y m Y m Y m ° 16 16 16 16 ° ~ ~ ~ ~ ~ of J O J O J O U N Q N Q N Q N Q N �° N N N N 0) •� C 0- 0-d d T m T m T m T m J J J N U N U N U N U N U fn N N 7 O O O O M Q E E.O E.O E.O E.O E.0) o c E a' r E r E r E N E N a N a N a 0) a d d N � o o Ea o Ea o Ea o Ea a E 6 i a. a.E a.E a. — — — E E s .Ea s �_ E_ �_ �_ cn m of U o N C C O N E U E N 7 f6 C N N m n E w ° N N (n C T (n E O N C O C a N r U N m a m N U a o 0 0 N O C `N «C m w c m W m m m E • i C > C m U m a U m m > N O U .T _ U Q O _ N m f>6 f>6 f>6 U m a U' m > E T O m E O H � W W W O O T T T W m N O O - U) w U U U Q = _a > > umi in ¢ a w cn ¢ ¢ w w o '- m U 6 O co LO M O m o E `m 0 L U N LO V M N `o H H H H H I m O O O O O N I� N "u1 0')O O 1-00 L O w$ N w O N N 00 co a) O co N N c0 co (0 co O co = I- co = co co = _ = a E m ~ H H H O H H H H H Q H Q H Q Q Q (� w v v v v v v v v v ¢ v ¢ v ¢ ¢ ¢ a K. E 0 CL CL > CD 0 6 z r tn C:, C� 0 C2 0 C-Z) C-Z) C-Z) Ln C-Z) C-Z) C-Z) C-Z) C-Z) LO 0 CD rl_ i-n cn 00 00 Ln cn CD 00 CD 00 Ln C-Z) CD cl-i C*4 V w --:, — --:, --:, --:, — A^ x LU 0 CZ) Ln CZ) CZ) CZ) CZ) CZ) Ln Ln CZ) r-_ Ln CZ) CZ) Ln Ln +- — ter — ter Cyj ter ter Cyj ter Cyj ter — ter — - W 0 0 M 0 00 - CN LO 0) CD CY) 07 07 rl- 00 W W O CD CD 00 E 0- z w LO LO LO LO — LO LO LO LO M 04 U E cu E co LU E 0 CD cu (U > a) > (U > (U > (U > 0 cu m m m m m LL X o- 0- 0 0 E E 0 7u 7u 0 C) co E 0 cu cu E S u 0 (u 0 (U 0 0 0 0 >1 w CD CD CD CD co E t7 rLo- E rLo- E rLo- E CN Lo E CL) a- cu a- cu a- cu a- cu a- cu a- A T = E L%L- " Z3 cu E " Z3 cu E " Z3 cu E cu Z3 E LL LL cu 2: cu cu m 0 c 0 cu Z3 c cu 0- E m M > cu 0 m c 0 E 0 0 cu 7� D- cu E 0 cu CU o) ui cu 0 E CU Cf m 0- 0) (U cu S2 < 2 > cu 0 c < U) < a- 0'- -F U) < D 0 CD rl- 16 0 -2 CY) - -, cu I O I-- C) CY) CY) E cu -:5 a) 0) 0 C.0 C.0 0 cu CN CD rl- CN 00 0) 07 CD (D CN (D C.0 rl- C.0 CN (D I-- CN CN CY) cu CY) CN M M E cu I-- I-- I-- o U) mx I C) C) C) K. I L4% M E cn L N v 0 W � .O a Q acc Z W cc 0 J Q CDH O cc U �,,- m Z Cccc _ � V n Q C O ONG. c4 ~_rm~_m Ri UNU C'1 2 N O U a 'a Ln Ln a d cv (v aLn cn r7 K W N6 O 6 6 Lr7 U Ln r_ Ln (v C 9 r Ea9- Cu Ea9- r Ea9- Cu Ea9- Cu Ea9- y = O U O N O d C Z m d ++ E O E R R C W O � U a a_ a_ JCl) Q Q m m m m m m U o C CL a1 c� c c c� = V O O O O T T T T Q ca y oa oa oa C) 0 0 0 0 a=i d M L � L � L � LO N � d a a a = 'a d " " " E V n L E fai U (D U O U cn in a) W 0 o O E N N O rn in a U = i Q Q w U) Q o m .- m U N M O r` M O O E m +�- d U rn 0 c O ++ N r- N o CD (O (O M r- M m n d ~ N N Cl)N Cl) N E m U U U U U U U U w m rn m n m a) m O s rn n o (M s rn U > > co > o o n � U n m .� O a) C Q Q n U) m U a) a) � O C O) a) E m Em E E E - c m m � m o M (D a) o > U U n ; f6 a) E (D o S U N m Q U) �- s .o CO Q E m .o m E x N m° n f6 0 a)E Cc:U E �O p U i m U m a) = i U Q a) n C- a) � N O a) U) U O) h X O m 'o v .. E = a) UQ) o m o n E Q '� N E E N >, Q O m a) M C E o n a) 3 0 a) E m m m o a) c N > CL s m a) � O C o m 0 n o m w rn S m n o V E E O E n m w 2 h U a) OOO 0 K. E r cn � M v 0 W OCLQ a CD = Z w O CD t/1 y. o N a _ cc L c cc UNU CY 2 N O U O rya00rya 10 10 O K W ++ U Uf Uf ++ CV Ln r CV r_ Ea9- Ln r Ea9- CV CV Ul � U h 0 00 00 00 N 00 00 00 00 4- O CL O 00 � E z ~ E in +�+ O O � RN c r oa y N N N (O N N N N w (A W W Q 0) O � U > > > > O (6 (6 a (6 a (6 a (6 a O CL E a a Ca 0� Q Q m m m m m E U m E C co rn Q.0) cp cp cp cp E C V 0 O I— a O i- a O i- a O i- a >+ >+ >+ >+ Q (n N N N CDCDCDCDp �`� p p p E 0 L f� E L f� E V f� E � N E a) (U (U (U E a)_ a a a a A2 a ._ a ._ a ._ a v � L � c U 0 o U w o c 0" U U _ W fC c U (U CJ Q Q Ca i i N Ct v Q in Q a = U) Q O .� N O O M O H E m c U 0 rn N rn m o ++ N N $ N N N M N �M N M M Q 0 E m ~ U U U U U U U U ,y T O w U aD Q m U 2 O N E E X O E aD m U O U Cl) H U F- U a� 8 z 00 E > LU 0 a. z LU > C) 0 L) o U) 4- C� 0 CL 24 0 CZ) CZ) CZ) Ln CZ) Ln CZ) CZ) O cz) 10 Ln (> CZ) 10 r` d Ln CZ) r CZ) '0 CZ) '0 co 00 rya rya x ui CZ) CZ) CZ) CZ) CZ) CZ) CZ) CZ) CZ) CZ) CZ) CZ) CZ) CD CZ) CD 0th u 6 6 cz)Lncz) Ln cz) cz) CZ) Ln CZ) rl_ Ln 00 CZ) CZ) C14 k/If — k/If C14 k/If k/�f — k/If U9 C14 M th 0 0 0 w w 0 0 0 m E Q C14 C, Cl) Cl) 00 Cl) Cl) Cl) Cl) z c m . E th m 06 mi E th ui E 0 LO m m m m 4- 0 > > > > > 0 CL 0 < < m E 0 E 0 CL tm E E S M — 0 a) D- 0 a) HD 0 a) D- 0 CL (D 5 Lo LO LO LO Cl) r-- r LL E E m 0 75 a) m CL E > 4i:� 0 > 0 0 0) LLJ 75 4:� i W M 0 2 E 0 C3 T CD C3) -0 c m �CCL - 0) a) .9 < z > '6 < U) < 0- ry 7- U) < 0 0 0 0 N (D (0 'a (D N Cl) a) Cl) N Cl) Cl) E M X E O t 0 0 E 0 z z O E t4 ccmL O La W o a a z CM w J m z y ON(. O i 0 >� a) _ UNU C� N O U CD CD CD M CD a CD Lun .a 0- OD CD CD co cv M CD CD co 0)ryaco -a cv (v (v ri (v cv cv = ter ter ter ter my ter MA t�s K W N O U us cs CSL }CD LO CD ccz) CD ui CDP`` Lf7 co CD cz) +- CV r N us r No CV CV 0 O U R N r O N N d +O+ rl d d M rl d d d O L d Z N M co co co co co co r C cl) R E C G E O � c W•— .— .— M M .— .— .— .— Q c 0 � U O _ a ca a_ a_ CL J� Q Q m m m m m E c O. 01 c� c c c� E= V O O O O T T T T Q m fA y 0 oa oa oa oa 0 0 0 0 E E c-4 E d a a a E C U. a E a E a E a E R .moo. t) n L 2) ° V .. m. C CD o O U a- U U a�i ° E f6 0) W c 0 O rn c� in cn a U i Q Q w = U) Q .s M O M O m O E m 0 d U O rn m rn c ++ N f— N o 0') (O (O r— d N N M N co N M M E E m ~ U U U 0 U U U U U w E E 2 2 CD CD 0 0 CL CL cn 0 C� 0 CL 0 N U CY 0 C-Z) C-Z) C-Z) C-Z) C-Z) C-Z) C-Z) C-Z) lz:j- lz:j- CD CD CD CD CD lz:j- C4 cl-i 10 C-Z) C-Z) C-Z) C-Z) C-Z) 10 - LO of cv- C5 Cd Cd 171 1 171 C14 k/l, cn — — k/If x A^ 0 m C-Z) C-Z) C-Z) 0:; E CZ) C114 CZ) C114 CZ) C114 0 P CZ) CZ) CZ) CZ) CZ) CZ) Ln Ln Ln > 0 th 0 CZ) CZ) CZ) CZ) CZ) CZ) CZ) CD L) CD CD CD CD CD CD CD CD 4 c-,j Ln 6 6 6 6 c-,j Ln CZ) C114 CZ) CZ) CZ) CZ) C114 M 0 .2 0 'Ui 4- 0 E CD CD N CD CD CD CD CD CD 0 .2 (0 00 00 00 It th 0 ui E .2 z > E CD CD .2 EC E E 0 0 E E co 0 0 CD U U U U C) 72 co > 0 -0 -0 .2, c 0 L > 0)0 0) 0 Q ry 0) 0) M -0 (1) co a) co 2 a) Co c 0 r Co a) 0 CL a) -0 0 " CL a) 0 .2 0 A? co w Q) Q) > LL CL 0 ;-- CL C a0 ac CD 0) o rs? co 0) � !E m a) a) m CD 0 c a) ry -a -0 ry -0 -0 0 CL 0) 0 — > -6 a) a) c a) .0 a) ry CL 0) 9) a) m 0 M 0 .S c C3) C ry 'D CD -a CD - 0) 0 a) a) C 0 -S� CL CL c 0 = c' 1� a) 0 CL .2 Z E a) CL c— -LD CD o, E - M E a) E- m a) a) a) Co C M w C'. w 0) CL co J-- LLJ CL co -14 0 M a) > " 0 C CD a) M 0 CL 0) c .9 o CL co 0 o - 0 O .2 0 .2 o CL CL >1 CL CL 2:1 a) a) a) CL Co a) CL E E a) cL E E 0 2 CL Z3 (1) a- . S� 0) 0 < 0) S�l 0 o (0) z, - �) . SE 0 o (0) Q) - U V E E 0 L- CL 0- CL cn cl 0 Q C in 0 V cn %- a C� 0 CL C) C-4 (n C-Z) co C-Z) 0 co cl-i C-Z) Lri Lf7 cn 10 cl-i co cl-i -It 10 C14 A^ 0 C-Z) C-Z) C-Z) 0 (a 0 3 w -It C-Z) C-Z) = 0 0 E C114 C114 C114 . ter ter ter 0 0 (a CZ) CZ) CZ) E cn CZ) CZ) Ln i-n i-n t 0 0 0 CZ) CZ) CZ) CZ) CZ) CZ) CZ) CZ) CZ) CD CD CD CD CD CD -z:i cli Ls� 6 6 6 6 i-n CZ) C14 CZ) CZ) CZ) CD 0O .2 NO C) C) C) C) C14 C) C) C) CL .2 C14 (D N 00 (D C14 0 CL E z O E 0 0 =3 cu C E 0 0 cn C: C) cn > 2N .0 a) C: 0 > cn cn E 0- cn =3 cn cn =3 =3 C/) cn r- (u r- 0 6 2 0 (h .2 cn cn cn cn cn -r C/) 0 CL C: 0 0 0- = O (1) 'E > o S- ;-- 0 0 E -r- 0 0 cnC/) CQ C: , cp -C 1 a) 2 0 5 cncnC/) c) 0 0 CL 00 M -L� (n 0 LU c 0 (D C/) =3 C: o a) o 0- =3 C: 0 a) 0 0- >t c: g -r E E f E E E c/) M 00 — m m CL 0 (D -r- c: " LU a) " cn 0 cnO cn E cn > 0 C: (n cn M CL C) cn =3 E E =3 E W 0 =3 cn 0- . S� cn o < C/) U) S� o o . 0 C) C/) U) . S� 0 0 0 C) 1 0 T- I Cl) Fn a 6 z r V VI cl 0 C� CL UNU CY 0 10 ON %0 lz:j- 00 Ln C-Z) 10 O rya r rya ce O LU 0 0 0 0 CZ) CZ) CZ) E C114 rya k/If C114 0 O CZ) CZ) CZ) O CZ) CZ) CZ) E C-17 6 6 Ln Ln Ln O 0 CZ) CZ) CZ) CZ) CZ) CD CD CD 0 CD CD CD CD CD CD CZ) -z:i Cv Lri 6 6 6 6 Ln CZ) Cv CZ) CZ) CD CD 0 0 0 ca 0 .2 0- 0 E CO 00 0 0 CO 0 00 - .3 0 0- 0 Lu E cu cu z > E cu 0) 0) (n .2 �cu E 15 (n E 0 C: (n (n (n 0) i5 0) 0 0 M E in > 0 > (n A? (n E V) V) (j) 4 M 0 0 (1) o Z5 W V) > 0 = o Q fy c Q fy c :3 'E E -E to 0 in 79 in c in a) iE m(D inn in V) m m0) C a) (D (D CU (n C: C CoL 0) 00 cc L L 6) C: > E E -C E E C: E m L) (n 0) Co oo Cc 0) 2 �s Cc c- (n a) C Lu in (n C: in n c C E _0 I m 0 c m > CY) 0 55- Co ' c: c c '.i-- C) 0 16 0 C) Cc Cc 2 — >-, 0 Co m 0. m m 0. 70- AD a) :-3 in (D - 0- E E E E 2 L) 0 0 0 0 S; 0 < C/) S; L) C) COC U 0 L) E E a a (E C Mo W Q W ^^ '' V! M Q a ram+ Q Q m C cm U � Z Q yr/ Q •^ Q vI V/ o N >' U C2 U' Ln Ln a y r` cv a c o cv ri x w C 0 L 7 L 7 ++ cu — ry — cu cu o �a �a 0 H N N H 4- 0 _ rr G) 0 N U E E a Z N Q y ojS i co0)m E a E 0 W a3 af 3 � L n co o U ,~ ^co c C ^^co ^^co ^^co ^^coIL =� 0- d co 0 N a a a a co 0 d U C C C d 'co Q 0 co 0 U) Q m Q E N m N m N m N m Q m U) J +' 0 co co co co E as C S .Q U 0 U 0 U 0 0)` /�' Y c L c L c L Q E °' °� °� °� y y o a o a o a co 0 co 0 co 0 co 0 co 0 m N M L L L L L E~ a N r- E r- E N E /^) /^) /^) /^) mo Q% a L w L L LL LL LL LL /^U LL a) E a U- E d E d E cu E Ec Ec Ec a) T L o C E y .2 0co mc t co L co N N Q N L N cr E 0 0C U c0 om0) U U n 0 U) m °O> s Q LU +-! =;' as fC 0 E a U Q i U_ c0 L a) o Q U) Q d 0� _ U) Q Q 0 (6 7, (6 U .^y.. C) O C6 p F- N E a) t U 0 a) m N rn 0 0) p ++ N Il- N 0) (O (O - H o 0 N N M N N M M E o N C?) '= n a3 ~ U U U L U Q cna U U U U a) Q E m N a) O) U) m 0 N N 7 a a) N O a) rn as a) as 0 O Q 6 N M E E U 0 O O �— CL a z cn W y cnCJ 0 O L CL m _ UNU CJ Ln a n � CD n � ro a CD C4 LO O y U ter ter ter ter ter ter ter K W N6 6 6Li Li D U cv r Cu r Cu Cu p ter ter ter ter ter ter U 00 Ln o Ln o 0 0 r O h �- �- N N N h 4- O L' _ r cC cC (L) O I I I I I I I I I w cn U E 0 z N m LO O (D In O O (Dod E (n t4 0 N W � m L co Ln c O U i > > > > O C 4- Q cc G 0- 0- 0- 0- CL � - •� Q. Y UFL_ � C C C C a .Q V J O a)Q. o a) m a) m a) m a) m Q in E m C C: � Q r F- a F- a � a cn N N N CDCDCD L L LO coN N E h S N ti E ti E N E N N N N N m =' L a " :3 " :3 i :3 o- o- o- o- a N Y V _ � O � T sD U a� U Cj U) N U Sco o O rn C�6 i Q. N O Q cn Q 0- LL = (1) Q Q "" C .O (6 U o O � p H N E m Id N U cr- rn m o o ++ N 07 (O (O ti I— O N N M N �M N M M = _ ~ N U U U U U U U U Q.aco 9 NOII - E E > 04 w 0 CL 0 a cc cc CD cc cc C Z cc (n cc cn 4— 0 C%A CL >, cc cc cc C-4 U CY m Ln C-Z) Ln CD Ln CD C114 Ln 00 CD CD 10 k/If C4 0 O L) A^ x w CZ) CZ) CZ) CZ) CZ) CZ) CZ) CZ) CZ) CZ) CZ) CZ) CZ) CZ) CZ) CZ) CZ) 0 6 6 6 Lr7 6 Lr7 6 6 D (A L) c�j — C14 k/�f — C14 C14 0 ter ter ter ter ter U 7a 0 (Y) (Y) Q) 4- 0 7; 4) 0 cn L) E CL z oa CO m E U) E E 0 (A w C14 C14 cn a) a) a) a) a) 0 m 2 m 0- m 0- m a- m a - E FL U C C C C IL u 0 cn co E CO a) co a) co a) m Q cn E Q. U) U) U) CM r- 0 a) 0 a) 0 a) m= r. F- a- F- a- F- CL p p p p p U) cn N N CD — CD — CD Mn E LO P-- E LO P-- E LO CV a) a) a) a) A2 :3 " :3 " :3 0- 0- 0- 0- 0- .E m E 0 E 0- 0 E 0- w .2 cr S� .2 L) U) 0 E co 0 0 E > 0- (D 45 m U) (1) U) co < a- cr- :E (1) < < C: Y 0 -i5 C) (D -2 0 (Y) F- CA C14 E C) cr- 0 rn Q) 0) 0 0 �6 C14 C14 (D F- (L) .2 (A C) 00 U) C) C14 (D (D :E -a Q) C14 C14 (Y) (1) (Y) C14 (Y) (Y) co E F- 0 F- F- F- F- < m x U) w 1. C) C) C) C) C) C) C) C) < .