Loading...
HomeMy WebLinkAbout2020-06-23 - AGENDA REPORTS - 2019-20 CITYWIDE MAJOR THOROUGHFARE MEDIAN REFURBI (2)22 Agenda Item:11 CITY OF SANTA CLARITA AGENDA REPORT CONSENT CALENDAR CITY MANAGER APPROVAL: DATE: June 23, 2020 2019-20 CITYWIDE MAJOR THOROUGHFARE MEDIAN SUBJECT: REFURBISHMENT- VIA PRINCESSA FROM SIERRA HIGHWAY TO JASON DRIVE, PROJECT B3016 APPROVE THE PLANS AND SPECIFICATIONS AND AWARD CONSTRUCTION CONTRACT DEPARTMENT: Public Works PRESENTER: Damon Letz RECOMMENDED ACTION City Council: 1. Approve the plans and specifications for the 2019-20 Citywide Major Thoroughfare Median Refurbishment - Via Princessa from Sierra Highway to Jason Drive, Project B3016. 2. Award the construction contract to R.C. Becker and Son, Inc., in the amount of $638,069.93, and authorize a contingency in the amount of $127,613.99, for a total contract amount not to exceed $765,683.92. 3. Authorize the City Manager or designee to execute all documents, subject to City Attorney approval. BACKGROUND The medians along Via Princessa between Sierra Highway and Jason Drive were among the first landscape and irrigation zones installed in the City of Santa Clarita (City) almost 30 years ago. The original plant material and irrigation system has exceeded its useful operational life and the existing red stamped concrete no longer complies with our current Citywide median design standards. The proposed Via Princessa project will remove existing median plant material and replace it with plant material that requires significantly less water, replace the aging spray-head irrigation system with more durable and water-efficient irrigation systems, replace the existing curb and gutter, and install concrete pavers. This project is a component of the Citywide Major Page 1 Qbdlfu!Qh/!76 22 Thoroughfare Median Refurbishment Program and also supports the Community Beautification -year strategic plan, Santa Clarita 2020. This project exemplifies the City's commitment to maintaining the quality of life enjoyed by our residents. Investing in high-quality landscaping projects within the public right-of-way helps maintain higher property values and keeps the City on the cutting edge of water management. submitted and opened on June 2, 2020. The results of the bid are shown below: Company Location Bid R.C. Becker and Son, Inc. Santa Clarita, CA $638,069.93 Staff recommends awarding the contract to R.C. Becker and Son, Inc., the lowest responsive bidder. R.C. Becker and Son, Inc., possesses a valid state contractor's license and is in good standing with the Contractors State License Board. The contractor's bid was reviewed for accuracy and conformance to the contract documents and found to be complete. The requested construction contingency in the amount of $127,613.99 will cover the cost of any unforeseen site conditions such as resolving conflicts with unknown utilities, the potential removal of unsuitable soil, or import of plant soil. ALTERNATIVE ACTION Other action as determined by the City Council. FISCAL IMPACT Adequate funds were appropriated as part of the Fiscal Year 2019-20 budget to expenditure account B3016367-5161.001 (Areawide Fund) to award the recommended construction contract, contingency, staff and consultant time for project management, public works inspection, Landscape Maintenance District inspection, environmental monitoring, labor compliance, and miscellaneous project administrative costs. ATTACHMENTS Location Map Bid Proposal for R.C. Becker and Son (available in the City Clerk's reading file) Page 2 Qbdlfu!Qh/!77 Buubdinfou;!Mpdbujpo!Nbq!!)312:.31!DJUZXJEF!NBKPS!UIPSPVHIGBSF!SFGVSCJTINFOU!.!WJB 22/b Qbdlfu!Qh/!78 DocuSign Envelope ID: 99F55CB5-6088-4253-B34A-AOC0057C5C29 city S of- 1 : ULAR" A, NOTICE INVITING BIDS DocuSign Envelope ID: 99F55CB5-6088-4253-B34A-AOC0057C5C29 TABLE OF CONTENTS Bid #ENG-19-20-B3016 2019-20 Citywide Major Thoroughfare Median Refurbishment — Via Princessa City Project No. B3016 City of Santa Clarita, California SECTION A CITY OF SANTA CLARITA -DIRECTOR OF PUBLIC WORKS 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 FAITHFUL PERFORMANCE BOND LABOR AND MATERIAL BOND SECTION F GENERAL PROVISIONS SECTION G SPECIAL PROVISIONS DocuSign Envelope ID: 99F55CB5-6088-4253-B34A-AOC0057C5C29 DocuSign Envelope ID: 99F55CB5-6088-4253-B34A-AOC0057C5C29 APPROVAL TO BID FOR Bid #ENG-19-20-B3016 2019-20 Citywide Major Thoroughfare Median Refurbishment — Via Princessa City Project No. B3016 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: .::..ija !i..:iscl..!I"a:.:::.::. au!i �:1!:tyo dint chair„i 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. BID OPENING DATE: June 2, 2020 Approved for Bid: �oou5igned by: 5/3/2020 NUL fIUAUl,A 4 Date: 'ftice' fffffty, City Engineer LW DocuSign Envelope ID: 99F55CB5-6088-4253-B34A-AOC0057C5C29 CITY OF SANTA CLARITA NOTICE INVITING BIDS Project Name: 2019-20 Citywide Major Thoroughfare Median Refurbishment — Via Princessa BID #: ENG-19-20-133016 City Project: B3016 Bid Opening: June 2, 2020 at 11:00 A.M. Last Day for Questions: May 21, 2020 at 11:00 A.M. Engineer's Estimate: $445,000.00 License(s) Required: Class A or Class C27 Project Description: The Scope of Work to be performed includes but is not limited to: refurbishment of the existing landscaping and irrigation on Via Princessa median from Sierra Highway to Jason Drive, including removal of turf and installation of pavers. Also, it will include removal and installation of concrete curb. All work will be completed per the provided specifications and bid documents. See project drawings for more detailed description of the location and limits of work. Pre -Bid Meeting: May 12, 2020 at 9:00 A.M. Labor Compliance: Yes Bond Requirements: Yes Contact Information: Melody Bartlette (661) 255-4918 mbartlette@santa-clarita.com Specifications for this bid may be downloaded from the City's Purchasing website at: ...I�ii_r.lirn_ep„diiprve(t,�,oiiT/ it yo f..s a i1 ..a c la„irii„p„ ,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 30, 2020 & May 7, 2020 DocuSign Envelope ID: 99F55CB5-6088-4253-B34A-AOC0057C5C29 DOCUMENT CHECKLIST Bid #ENG-19-20-B3016 2019-20 Citywide Major Thoroughfare Median Refurbishment — Via Princessa City Project No. B3016 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 ❑ 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 addenda (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: Rosa Orellana ❑ Contract Agreement ❑ Faithful Performance Bond ❑ Payment Bond (for Labor and Material) ❑ Certification of Public Liability and Property Damage Insurance (General Liability) ❑ Certification of Worker's Compensation Insurance ❑ W-9 DocuSign Envelope ID: 99F55CB5-6088-4253-B34A-AOC0057C5C29 DocuSign Envelope ID: 99F55CB5-6088-4253-B34A-AOC0057C5C29 BID INSTRUCTIONS Bid #ENG-19-20-B3016 2019-20 Citywide Major Thoroughfare Median Refurbishment — Via Princessa City Project No. B3016 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): 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." PRE -BID MEETING. A pre -bid meeting to discuss the required scope of work will be held at 9:00 AM on May 12, 2020 via Zoom. Please see link and information below: 3.1. Join Zoom Meeting I°ntt s. santac�airlita.z:voirm..u. s " 9J..5886J..7J..27 wd M �4eI:::NRSFZ: Azd"��II ��irnVydin��u t...1"09 L.............................................................................................................................................. .I..............................................................................................I P.................................................1 l...................................................................?......................................I L........................................................................................................................... Meeting ID: 915 8861 7127 Password: 037214 Dial by your location +1 669 900 9128 US (San Jose) +1 346 248 7799 US (Houston) DocuSign Envelope ID: 99F55CB5-6088-4253-B34A-AOC0057C5C29 +1 2S3 21S 8782 US (Tacoma) +1 646 558 8656 US (New York) +1 301715 8592 US (Germantown) +1 312 626 6799 US (Chicago) Find your local number: Ihn.::::.E...... //.a.irnllairll..::..qqu::.::.............. :..j..:....I�.g:l�. 4. 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." 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 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). 6. 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. 7. 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. S. 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. 9. 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. DocuSign Envelope ID: 99F55CB5-6088-4253-B34A-AOC0057C5C29 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. 10. 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, etseq.), the Federal Civil Rights Act of 1964 (P.L. 88-3S2) 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. 11. 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. 12. 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. DocuSign Envelope ID: 99F55CB5-6088-4253-B34A-AOC0057C5C29 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. 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. 13. 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 14. 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. 15. 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. DocuSign Envelope ID: 99F55CB5-6088-4253-B34A-AOC0057C5C29 16. 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. 17. 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.S, 1773, 1776 and 1777.S. 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 ir.ca...ov Gli"li�,ll... 1:11f irei �..ell.:�2t:eirunlinatlioirn,,iliti i. Future effective general prevailing ...................................................................................8.....................................................................................................&................................................................................................................................ g p 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 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. 18. 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. 19. 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 D. Subcontractor and DBE Information for more information. 20. MANDATORY REQUIREMENTS. All of the instructions, submittals, or subsequent communications set forth herein shall be considered mandatory. 21. EXAMINATION OF CONTRACT DOCUMENTS. 21.1. 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 DocuSign Envelope ID: 99F55CB5-6088-4253-B34A-AOC0057C5C29 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. 21.2. 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. 22. PROTEST PROCEDURES. Any person or entity may present a formal protest to the City with respect to solicitations being conducted by staff. 22.1.1. 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. 22.1.2. Format- The protest must be in writing and include the following information at a minimum: 22.1.2.1. The name, address and phone number of the protester, or the authorized representative of the protester; 22.1.2.2. The signature of the protester or authorized representative of the protester; 22.1.2.3. The solicitation number and title under which the protest is submitted; 22.1.2.4. 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 22.1.2.5. The form of relief requested. DocuSign Envelope ID: 99F55CB5-6088-4253-B34A-AOC0057C5C29 22.1.3. 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. 22.1.4. Bid Protest and Review 22.1.4.1. 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 913S5) so that it is received by the City no later than seven calendar days after the bid opening. 22.1.4.2. 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. 22.1.4.3. 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. 22.1.4.4. 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. 22.1.4.5. The decision of the City Manager or designee on the bid protest shall be final with no further review. 22.1.5. State or Federal Funding 22.1.5.1. 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. 22.1.5.2. 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. 22.1.6. 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. DocuSign Envelope ID: 99F55CB5-6088-4253-B34A-AOC0057C5C29 RID CLAUSFS Bid #ENG-19-20-B3016 2019-20 Citywide Major Thoroughfare Median Refurbishment —Via Princessa City Project No. B3016 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 A or C27 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. 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. DocuSign Envelope ID: 99F55CB5-6088-4253-B34A-AOC0057C5C29 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.S.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 S 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. DocuSign Envelope ID: 99F55CB5-6088-4253-B34A-AOC0057C5C29 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. 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. DocuSign Envelope ID: 99F55CB5-6088-4253-B34A-AOC0057C5C29 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. DocuSign Envelope ID: 99F55CB5-6088-4253-B34A-AOC0057C5C29 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 12S percent of original contract item quantity, or in case of a decrease below 75 percent, to the actual amount of work performed. 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. S. 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 contracts. DocuSign Envelope ID: 99F55CB5-6088-4253-B34A-AOC0057C5C29 DocuSign Envelope ID: 99F55CB5-6088-4253-B34A-AOC0057C5C29 Bid #ENG-19-20-B3016 2019-20 Citywide Major Thoroughfare Median Refurbishment — Via Princessa City Project No. B3016 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: R.C. Becker and Son, Inc Company Address: 28355 Kelly Johnson Pks Santa C ita A91 By: ` ohn Becker Print Name Title: President Signature: Date: 6/2/2020 DocuSign Envelope ID: 99F55CB5-6088-4253-B34A-AOC0057C5C29 ITEM NO. ITEM DESCRIPTION UNITS QUANTITY UNIT COST BID PRICE GENERAL 1 Mobilization/Demobilization, Bonds and Insurance LS 1 2 Water Pollution Control and Implement Best Management Practices LS 1 3 Traffic Handling and Construction Area Signs LS 1 1 TRAFFIC ITEMS 4 1 Traffic Si na e 12 posts, 14 signs) EA 14 DEMOLITION AND EARTHWORK 5 Clearing, Grubbing & Removals (including trees and stumps) LS 1 6 Remove Existing Stamped Concrete SF 7,371 7 Remove Existing Concrete Curb and Gutter LF 2,350 8 Soil Removal, Disposal 6" depth of removal Cy 97 9 Earthwork & Rough Grading Net Import-3" depth) CY 48 ROADWAY CONSTRUCTION 10 Concrete Curb & Gutter LF 2,350 11 Asphalt Concrete with Base SF 20 HARDSCAPE Concrete Unit Pavers on Mortar (including compacted 12 base) SF 2,708 Concrete Unit Pavers on Sand (including compacted 13 base) SF 4,663 IRRIGATION 14 Controller Wire LF 4,206 15 Controller Enclosure EA 2 16 1 1 /4" Remote Control Valve EA 3 17 1" Remote Control Valve EA 15 18 Master Valve EA 2 19 Pressure Regulator EA 2 20 Gate Valve EA 5 21 Flow Sensor EA 2 DocuSign Envelope ID: 99F55CB5-6088-4253-B34A-AOC0057C5C29 22 Quick Coupler EA 5 23 Flush Valve EA 35 24 1 1 /2" Mainline (Sch. 40 PVC LF 430 25 1" Mainline (Sch. 40 PVC LF 2,263 26 1 1 /2" Lateral Line (Sch. 40 PVC LF 7 27 1 1 /4" Lateral Line (Sch. 40 PVC LF 9 28 1 V Lateral Line (Sch. 40 PVC LF 56 29 3/4" Lateral Line (Sch. 40 PVC LF 2,467 30 Root Watering System - Trees EA 36 31 Bubblers on Risers - Shrubs EA 303 PLANTING 32 Root / Moisture Barrier LF 1,104 33 Planting Area Agronomic Soils Tests EA 1 34 Planting Area Soil Preparation & Amendments SF 5,158 35 24" Box Tree EA 21 36 Shrubs 1 Gallon EA 464 37 Shrubs 5 Gallon EA 295 38 Shrubs 15 Gallon EA 24 39 Planting Area Fine Grading SF 5,158 40 3" Organic Mulch(Planting Areas CY 48 41 1 st 90 Day Plant Maintenance and Establishment Period SF 5,158 42 2nd 90 Day Plant Maintenance and Establishment Period SF 5,158 2019-20 Citywide Major Thoroughfare Median Refurbishment -Via Princessa Estimated Contract Value ($445000) Project 1 Project 1 Code Description UOM ��� 6ds QpahtitY - Price - Total Cost , Bid kink 1 Mobilization/Demobilization, Bonds Lump -Sum 1 1 24527.28 24527.28 1 and Insurance 2 Water Pollution Control and Lump -Sum 2 1 4274.06 4274.06 1 Implement Best Management Practices 3 Traffic Handling and Construction Lump -Sum 3 1 68938.27 68938.27 1 Area Signs 4 Traffic Signage (12 posts, 14 signs) Each 4 14 325 4550 1 5 Clearing, Grubbing&Removals Lump -Sum 5 1 15074.79 15074.79 1 (including trees and stumps) 6 Remove Existing Stamped Concrete Square Foot/Feet 6 7371 2.37 17469.27 1 7 Remove Existing Concrete Curb and Linear Foot/Feet 7 2350 12.85 30197.5 1 Gutter 8 Soil Removal, Disposal (6" depth of Cubic Yard 8 97 86.59 8399.23 1 9 removal) Earthwork& Rough Grading (Net Cubic Yard 9 48 242.16 11623.68 1 Import-3" depth) 10 Concrete Curb & Gutter Linear Foot/Feet 10 2350 29.72 69842 1 11 Asphalt Concrete with Base Square Foot/Feet 11 20 164.1 3282 1 12 Concrete Unit Pavers on Mortar Square Foot/Feet 12 2708 34.66 93859.28 1 (including compacted base) 13 Concrete Unit Pavers on Sand Square Foot/Feet 13 4663 26.29 122590.27 1 (including compacted base) 14 Controller Wire Linear Foot/Feet 14 4206 1.95 8201.7 1 15 Controller Enclosure Each 15 2 2990 5980 1 16 11/4" Remote Control Valve Each 16 3 416 1248 1 17 1" Remote Control Valve Each 17 15 370.5 5557.5 1 18 Master Valve Each 18 2 416 832 1 19 Pressure Regulator Each 19 2 1430 2860 1 20 Gate Valve Each 20 5 325 1625 1 21 Flow Sensor Each 21 2 871 1742 1 22 quick Coupler Each 22 5 247 1235 1 23 Flush Valve Each 23 35 71.5 2502.5 1 24 11/2" Mainline (Sch. 40 PVC) Linear Foot/Feet 24 430 12.35 5310.5 1 25 1" Mainline (Sch. 40 PVC) Linear Foot/Feet 25 2263 11.7 26477.1 1 26 11/2" Lateral Line (Sch. 40 PVC) Linear Foot/Feet 26 7 11.05 77.35 1 27 11/4" Lateral Line (Sch. 40 PVC) Linear Foot/Feet 27 9 10.4 93.6 1 28 1" Lateral Line (Sch. 40 PVC) Linear Foot/Feet 28 56 9.75 546 1 29 3/4" Lateral Line (Sch. 40 PVC) Linear Foot/Feet 29 2467 9.1 22449.7 1 30 Root Watering System -Trees Each 30 36 84.5 3042 1 31 Bubblers on Risers - Shrubs Each 31 303 21.45 6499.35 1 32 Root/ Moisture Barrier Linear Foot/Feet 32 1104 15.6 17222.4 1 33 Planting Area Agronomic Soils Tests Each 33 1 325 325 1 34 Planting Area Soil Preparation & Square Foot/Feet 34 5158 0.36 1856.88 1 Amendments 35 24" Box Tree Each 35 21 650 13650 1 36 Shrubs 1 Gallon Each 36 464 11.7 5428.8 1 37 Shrubs Gallon Each 37 295 23.4 6903 1 38 Shrubs 15 Gallon Each 38 24 92.3 2215.2 1 39 Planting Area Fine Grading Square Foot/Feet 39 5158 0.22 1134.76 1 40 3" Organic Mulch (PlantingAreas) Cubic Yard 40 48 113.1 5428.8 1 41 1st 90 Day Plant Maintenance and Square Foot/Feet 41 5158 1.26 6499.08 1 Establishment Period 42 2nd 90 Day Plant Maintenance and Square Foot/Feet 42 5158 1.26 6499.08 1 Establishment Period Group Total : $ 638069.93 Project Total: $638069.93 ouuuoionEnvelope ID: snponoan-6omo-4zs3-BzoA+\ coC57c5c29 BIDDER'S INFORMATION AND CERTIFICATION 8id#ENG-19-20-03O16 2Ol9'2OCitywide Major Thoroughfare Median Refurbishment —Via P6ncessa City Project No. B]O16 City cfSanta C|arita, California Bidder certifies that the representations of the bid are true and correct and made under penalty of perjury. 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 nosuch reports are currently outstanding. AFFIRMATIVE ACTION CERTIFICATION Bidder certifiesthat 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 isopen to inspection, and that said affirmative action will remain in effect for the life ofany 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: R.C. Becker and Son, Inc Business Address: 28355 Kelly Johnson Pkwy, Santa Clarita, CA 91355 Telephone No.: 661-259-4845 State DJNTRA[TOR'sLicense No. &Class: 2 12 011 age% Original Date: 7��2= 190S Expiration Date: 6/30/2021 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: R.C. Becker and son, Inc 28355Ke|ly JohnsnnPkvvy Santa Clarita.CA91355001-2594045 John Becker, President 2O35GKelly Johnson Pkwy.Santa C|arba.CAQ1355 861-259-4845 ovc aignEnwdopem:surosCan-600e-42s3-an4A-^ocncorcmoxn The dates of any voluntary or involuntary bankruptcy judgments against any principal having an interestin 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: -4 All current and prior D8As a|ias,and/or fictitious business namexfor any phncipa|having aninterest in this proposal are as follows: NONE IN VV|TNE53 WHEREOF, BIDDER executes and submits this proposal with the names, title, hands, and seals of all aforementioned principals this Sig nBecker, President Name and Title ofSignatory R.C. Becker and Son, Inc Legal Name ofBidder 28355 Kelly Johnson P Address 081'259'4845 Telephone Number 95-2587408 Federal Tax iD.No. SIGNATURES MUST BE MADE AND NOTARY ACKNOWLEDGMENTS OF EXECUTION OF BIDDER MUST BE ATTACHED Subscribed and sworn to this day of _______.2O___ Notary Public (SEAL) cX \ � -� ornc�" n~C% VIIN CA ��� �� ���'� �� c �� con �S^� w�n�� �zaC-YmSure- 0^r��`m - � *�. CALIFORNIA JURATWITH AFF0QNT STATEMENT GOVERNMENT CODE §82O2 X See Attached Document (Notary to cross out lines 1-6 below) El See Statement Below (Lines 1-6 to be completed only by document signer[s], not Notary) Signature ofDocument Signer No. / Signature orDocument Signer No. 2 (irony) A notarypUblic orother officer completing this certificate verifies onlythe identityof the individual whosigned the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State ofCalifornia County of , Los Angeles Los Angeles Coun�y My Comm. Expires Feb 1, 2022 si= Place Notary Seal andlor Stomp Above Subscribed and sworn to(or affirmed) before me onthis 1stday of June .20 20 . by Date Month Year (1) John Becker (and (2) )' Nome(s) ofSigner(s) proved tomeonthe basis ofsatisfactory evidence to hethe person(s)who appeared before me, Signature —11 sign opx{owAL Completing this information can deter alteration ofthe document or fraudulent reattachment ofthis form toonunintended document. Description ofAttached Document Title orType ofDocument: Bidder's Document Date: � Number of Pages: 5igner(s)Other Than Named Above: No other signers ,';'2019 National Notary Association DocuSign Envelope ID: 99F55CB5-6088-4253-B34A-AOC0057C5C29 BIDDER'S QUESTIONNAIRE Bid #ENG-19-20-B3016 2019-20 Citywide Major Thoroughfare Median Refurbishment — Via Princessa City Project No. B3016 City of Santa Clarita, California 1. Submitted by: John Becker Telephone: 661-259-4845 Principal Office Address: 28355 Kelly Johnson Pkwy, Santa Clarita, CA 91355 2. Type of Firm: ❑ C Corporation U 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: 12/18/1968 State of Incorporation: California President's Name: John Becker Vice -President's Name: Secretary or Clerk's Name: Stephanie Vasquez Treasurer's Name: 3b. If a partnership, answer these questions: Date of organization: n/a State Organized in: Name of all partners holding more than a 10% interest: Designate which are General or Managing Partners. DocuSign Envelope ID: 99F55CB5-6088-4253-B34A-AOC0057C5C29 4. 5 BIDDER'S QUESTIONNAIRE (cont'd) Bid #ENG-19-20-B3016 2019-20 Citywide Major Thoroughfare Median Refurbishment — Via Princessa City Project No. B3016 City of Santa Clarita, California Name of person holding CONTRACTOR's license: John Becker License number: 258762 Class: A & C-12 Expiration Date: D.I.R. Registration # 1000001096 CONTRACTOR's Representative: John Becker Title: President Alternate: Vince Tellez Title: Chief Estimator 6/30/2021 6. List the major construction projects your organization has in progress as of this date: A. Owner: City of Lancaster Project Location: Lancaster, CA Type of Project: Street Improvements B. Owner: City of Santa Clarita Project Location: Santa Clarita, CA Type of Project: Concrete Rehabilitation C. Owner: City of Palmdale Project Location: Palmdale, CA Type of Project: Sidewalk Improvements 000 mgnEnvempem:nnFnoces-600a-42nx-Ba4x+mcocsrCocze CERTIFICATION OF NON -SEGREGATED FACILITIES Bid#ENG-19-2O'B3O16 2019-20 Citywide Major Thoroughfare Median Refurbishment — Via Princessa City Project No. B3O16 City ofSanta [|arita,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 atany 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 atany ofits establishments, and that itwill not permit its employees 10 perform their services atany location, under its control, where segregated facilities are maintained. The BIDDER agrees that a breach of this certification is a violation of the Equal Opportuni1yc|auseinthis[ontract.Asusedinthiscertificadon'theterm^se0regatedfaci|ities^meansany 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 byexplicit 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 $1O,UUOwhich are not exempt from the provisions of the Equal Opportunity clause, and that/ -it will retain such certifications in its files. R.C.Becker and Son, Inc Required by the May 19, 1967 order on Elimination of Segregated Facilities, by the Secretary of Labor — 32F.R.7439,May 19,2967(F.R.Vol. ]3'No. 33—Friday, February IG'19G8—p.]O65). DocuSign Envelope ID: 99F55CB5-6088-4253-B34A-AOC0057C5C29 DESIGNATION OF SUBCONTRACTORS Bid # ENG-19-20-B3016 2019-20 Citywide Major Thoroughfare Median Refurbishment — Via Princessa City Project No. B3016 City of Santa Clarita, California Subcontractor DIR Registration No. Dollar Value of Work Marina Landscape, Inc 1000000079 $139,253.00 Age of firm: DBE: Yes (NDAnnual Gross Receipts: 34 years Certifying Agency: n/a 5-10 M Location and Place of Business 3707 W Garden Grove Blvd, Orange, CA 92868 Bid Schedule Item No's: Description of Work 14-42 Landscape and Irrigation License No. Exp. Date: / / Phone ( ) 492862 6/30/2020 714-939-6600 Subcontractor DIR Registration No. Dollar Value of Work Interstate Striping & Signs, Inc 1000007945 $3,500.00 Age of firm: DBE: Yes 416D Annual Gross Receipts: 16 yrs Certifying Agency: n/a 1-5 M Location and Place of Business 391 Dryden St, Thousand Oaks, CA 91360 Bid Schedule Item No's: Description of Work 4 Traffic Signage License No. Exp. Date: / / Phone ( ) 838618 5/31 /22 805-558-5384 Subcontractor DIR Registration No. Dollar Value of Work Granstrom Masonry, Inc 1000004794 $134,560.00 Age of firm: DBE: Yes <..... Annual Gross Receipts: 29 yrs Certifying Agency: n/a 1-5 M Location and Place of Business PO Box 7041, Torrance, CA 90504 Bid Schedule Item No's: Description of Work 12,13 Concrete Unit Pavers License No. Exp. Date: / / Phone ( ) 629489 9/30/2021 310-327-2527 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. DocuSign Envelope ID: 99F55CB5-6088-4253-B34A-AOC0057C5C29 REFERENCES Bid #ENG-19-20-B3016 2019-20 Citywide Major Thoroughfare Median Refurbishment — Via Princessa City Project No. B3016 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 Lancaster 44933 Fern Ave, Lancaster, CA 93534 Name and Address of Owner/ Agency Vickie Zhao 661-945-6869 Name and Telephone Number of Person Familiar with Project $1,913,726.91 Ave I Intersection Improvements 9/2019 Contract Amount Type of Work Date Completed 2. County of Kern 2700 M Street, Bakersfield, CA 93301 Name and Address of Owner/ Agency Eduardo Elenes 661-319-0431 Name and Telephone Number of Person Familiar with Project $402,178.59 Pedestrian Improvements in the South Taft Community Area 9/2017 Contract Amount Type of Work Date Completed 3. City of Shafter 336 Pacific Ave, Shafter, CA 93263 Name and Address of Owner/ Agency _Cristela Soto 661-746-5002 Name and Telephone Number of Person Familiar with Project $468,456.10 Zerker Rd Shoulder Improvements 8/2017 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: FIDELITY AND DEPOSIT CO. OF MARYLAND Alliant Insurance Services, Inc. igueroa bt., buite. 39UU Tim Tomko Los Angeles, CA 90017 333 S. Hope Street, Suite 3750 213-270-0804 Los Angeles, CA 90071 (213) 443-2473 DocuSign Envelope ID: 99F55CB5-6088-4253-B34A-AOC0057C5C29 DEBARMENT AND SUSPENSION CERTIFICATION TITLE 49, CODE OF FEDERAL REGULATIONS, PART 29 Bid #ENG-19-20-B3016 2019-20 Citywide Major Thoroughfare Median Refurbishment — Via Princessa City Project No. B3016 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. NONE 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. NONE 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. oou aionsnvelopo|o:nnFoocon-6nno-4z5nua*A-Aoonos7Cnczn EQUAL EMPLOYMENT CERTIFICATION Bid #eNG-/v20-axoo � %V19'2)Citywide Major Thoroughfare Median Refurbishment ' Via prin,,mmu utypngectNo. eynx» City ofSanta [|arita, California This bidder R-C. Becker and 8»n' Inc proposed subcontractor hereby certifies that ithas ---- x ------- , has not participated in a previous contract or subcontract subject to the equal opportunity clause, asrequired byExecutive Orders 1O925.1ll14'or11246'and that ithas x_, has notfiled with the Joint Reporting Committee, and Director of Office of Federal Contract Compliance, a Federal Government contracting oradministering AGENCY, orthe former President's Committee on Equal Employment Opportunity, all reports that are under the applicable filing requirements. Company: R.C.B*c 7Prre s i d Note: The above certification is required by the Equal Employment Opportunity ofthe Secretary of Labor (41 CFR 60-17(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 $10,000 or under are exempt.) Currently, the Standard Form 100 (EEC-1) is the only report required by the Executive Orders or their implementing regulations. Proposed prime CONTRACTORS/BIDDER and subcontractors who have participated in a previous contract orsubcontract subject to the Executive Orders and have not filed the required reports should note that 41 [FR60-17(b)(1) prevents the award of contracts and subcontracts unless such BIDDER submits a report covering the delinquent period or such other period specified by the Federal Highway Administration or by the Director, Office ofFederal Contract Compliance, U.S. Department of Labor. DocuSign Envelope ID: 99F55CB5-6088-4253-B34A-AOC0057C5C29 BIDDER'S BOND Bid #ENG-19-20-B3016 2019-20 Citywide Major Thoroughfare Median Refurbishment — Via Princessa City Project No. B3016 City of Santa Clarita, California Proposals must be accompanied by a proposal guarantee consisting of a certified check, cashier's check or BIDDER's bid bond payable to the CITY or cash deposit in the amount not less than ten (10) percent of the total amount bid. Certified check, cashier's check or Bidder's bid bond must be received at City Hall, 23920 Valencia Blvd., Santa Clarita, CA 91355, Attn: Purchasing, Suite 120, and marked with the words "BID BOND FOR" and the bid #, no later than the bid opening date and time, for the BIDDER to be considered responsive. NOTE: The following form shall be used in case check accompanies bid. Accompanying this Proposal is a *certified/cashier's check payable to the order of the City of Santa Clarita for: dollars ($ ), 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: 2019-20 Citywide Major Thoroughfare Median Refurbishment —Via Princessa Bid No. ENG-19-20-B3016 Project No. B3016 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. DocuSign Envelope ID: 99F55CB5-6088-4253-B34A-AOC0057C5C29 PROPOSAL GUARANTEE BID BOND Bid #ENG-19-20-B3016 2019-20 Citywide Major Thoroughfare Median Refurbishment — Via Princessa City Project No. B]U16 City ofSanta [|arita,California KNOW ALL MEN BY THESE PRESENTS that D.C. Becker and Son, Inc. as BIDDER, and Fidelity and Deposit Company of Maryland sSURETY, are held and firmly bound unto the Ten Percent of City of Santa [|arita' as CITY, in the penal uum of Ainountl3id dollars ($ ), which is ten percent (10%) of the total amount bid by BIDDER to CITYforthe above -stated project, forthe payment of which sum, BIDDER and SURETY agree to be bound, jointly and severally, firmly bythese presents. THE CONDITIONS OF THIS OBLIGATION ARE SUCH that, whereas BIDDER is about to submit a bid to CITY fortheabove-statedpnojectifsaidbidisnejected,orifsaidbidisacceptedandtheoontractisawarded 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 infavor ofCITY. IN WITNESS WHEREAS, the parties hereto have set their names, titles, hands, and seals, this Day of May 2 �C.Becker and Son, Inc Signature Name and Title ofSignatory 28355 Kelly Johnson Parkway, Santa Claritu CA 5k66259+A}45 Address SURETY* Fidelity and Deposit Company of INIaryland Subscribed and sworn tothis ' ay of 20____. See attached ACKN0WLBDG7V2N'17 (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 onthe Treasury Department's most current list (Circular 57O, as amended) and be authorized to transact business in the State where the pro/ectis|ocated. } CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT Civil Code § 1189 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 > )ss County ofLos Angeles \ On M4)' �� 2 620 before me, personally appeared Maria Pena who proved to me on the basis of satisfactory evidence to be the person��vvhose nannels4 isla-Fesubscribed to the within instrument and acknowledged to me that 4,*/ he/t4e-y executed the same in 4�he authorized capacitv4e+4, and that by 4�s/her44-e4signa1ureks� on the instrument the pe/son�&4 or the entity upon behalf ofwhich the peoonks�acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph istrue and correct. WITNESS nnyhand and official seal. Signature (Seal) CALIFORNIA ACKNOWLEDGMENT CIVIL CODE § 1189 A notary public or other officer completing this certificate vei ifies 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 County of Los Angeles On June 1.2O2O Dote personally appeared before me, Cheryl Hudson, Notary Public Here Insert Nome and Title of the Officer John Becker mome(s)nrSigner(s) who proved to me on the basis of satisfactory evidence to be the person(&) whose name(-,) iesubscribed tothe within instrument and acknowledged to me that he/sl;e4l;e� executed the same in his#+e+#+e4 authorized capacity(4e6), and that by his/4e+44E4 signature(6) on the instrument the person(.9), or the entity upon behalf ofwhich the person(&)acted, executed the instrument. Notary Pun[�c—CaVorn!a J=��My �Co-rm"'Z'pia, �FO 1'�2211�22 Place Notary Seal onalor Stomp Above | certify under PENALTY OFPERJURY under the laws ofthe State ofCalifornia that the foregoing paragraph |strue and correct. WITNESS my hand and official seal. Signature of Notory Public Completing this information con deter o8erotionofthe document cv froudulen/oeamrchmentofthis form toonunintended document. Description nfAttached Document Title or Type of DProposal Guarantee Bid Bond uocumentDate: May NumberofPages: 1 Signer(s) Other Than Named Above: Maria Pane CapacityVe4Claimed Ly Signer(s) Signer's XCorporate Officer - Title(s): President o partner- o Limited o General o Individual o Attorney in Fact o Trustee o Guardian orConservator oOther: Signer isRepresenting: ,c!'2018 National Notary Association Signer's Name oCorporate Officer - o partner- o Limited ElIndividual Truste0 Other: e Signer isRepresenting �de$): | o General o Attorney inFact o Guardian or Conservator ZURICH AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That the ZURICH AMERICAN INSURANCE COMPANY, a corporation of the State of New York, the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, a corporation of the State of Illinois, and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND a corporation of the State of Illinois (herein collectively called the "Companies"), by Robert D. Murray, Vice President, in pursuance of authority granted by Article V, Section 8, of the By -Laws of said Companies, which are set forth on the reverse side hereof and are hereby certified to be in full force and effect on the date hereof, do hereby nominate, constitute, and appoint Maria Pena , its true and lawful agent and Attorney -in -Fact, to make, execute, seal and deliver, for, and on its behalf as surety, and as its act and deed: any and all bonds and undertakings, and the execution of such bonds or undertakings in pursuance of these presents, shall be as binding upon said Companies, as fully and amply, to all intents and purposes, as if they had been duly executed and acknowledged by the regularly elected officers of the ZURICH AMERICAN INSURANCE COMPANY at its office in New York, New York., the regularly elected officers of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at its office in Owings Mills, Maryland., and the regularly elected officers of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at its office in Owings Mills, Maryland., in their own proper persons. The said Vice President does hereby certify that the extract set forth on the reverse side hereof is a true copy of Article V, Section 8, of the By -Laws of said Companies, and is now in force. IN WITNESS WHEREOF, the said Vice -President has hereunto subscribed his/her names and affixed the Corporate Seals of the said ZURICH AMERICAN INSURANCE COMPANY, COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, and FIDELITY AND DEPOSIT COMPANY OF MARYLAND, this 24th day of January, A.D. 2019. ATTEST: ZURICH AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND By: Robert D. Murray BELL Vice President C DUO$Ii :3 b ttw O r.mV� By: Dawn E. Brown Secretary State of Maryland County of Baltimore On this 24th day of January, A.D. 2019, before the subscriber, a Notary Public of the State of Maryland, duly commissioned and qualified, Robert D. Murray, Vice President and Dawn E. Brown, Secretary of the Companies, to me personally known to be the individuals and officers described in and who executed the preceding instrument, and acknowledged the execution of same, and being by me duly sworn, deposeth and saith, that he/she is the said officer of the Company aforesaid, and that the seals affixed to the preceding instrument are the Corporate Seals of said Companies, and that the said Corporate Seals and the signature as such officer were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporations. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal the day and year first above written. Constance A. Dunn, Notary Public rnu"` My Commission Expires: July 9, 2019 EXTRACT FROM BY-LAWS OF THE COMPANIES "Article V, Section 8, Attorneys -in -Fact, The Chief Executive Officer, the President, or any Executive Vice President or Vice President may, by written instrument under the attested corporate seal, appoint attorneys -in -fact with authority to execute bonds, policies, recognizances, stipulations, undertakings, or other like instruments on behalf of the Company, and may authorize any officer or any such attorney -in -fact to affix the corporate seal thereto; and may with or without cause modify of revoke any such appointment or authority at any time." CERTIFICATE I, the undersigned, Vice President of the ZURICH AMERICAN INSURANCE COMPANY, the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, do hereby certify that the foregoing Power of Attorney is still in full force and effect on the date of this certificate; and I do further certify that Article V, Section 8, of the By -Laws of the Companies is still in force. This Power of Attorney and Certificate may be signed by facsimile tinder and by authority of the following resolution of the Board of Directors of the ZURICH AMERICAN INSURANCE COMPANY at a meeting duly called and held on the 15th day of December 1998. RESOLVED: "That the signature of the President or a Vice President and the attesting signature of a Secretary or an Assistant Secretary and the Seal of the Company may be affixed by facsimile on any Power of Attomey...Any such Power or any certificate thereof bearing such facsimile signature and seal shall be valid and binding on the Company." This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at a meeting duly called and held on the 5th day of May, 1994, and the following resolution of the Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting duly called and held on the 10th day of May, 1990. RESOLVED: "That the facsimile or mechanically reproduced seal of the company and facsimile or mechanically reproduced signature of any Vice -President, Secretary, or Assistant Secretary of the Company, whether made heretofore or hereafter, wherever appearing upon a certified copy of any power of attorney issued by the Company, shall be valid and binding upon the Company with the same force and effect as though manually affixed. IN TESTIMONY E217,2 h " &eunto subscribed my name and affixed the corporate seals of the said Companies, this day of ry r -vi *aC otr s�i tii �,.rov c � ir.�f��p*'`r• �i,�ncr i ir.r �? .....' = Eo 81Sq[. 1T10 `� "s, 6� 1898 v? jkl,�&�ay Michael C. Fay, Vice President TO REPORT A CLAIM WITH REGARD TO A SURETY BOND, PLEASE SUBMIT A COMPLETE DESCRIPTION OF THE CLAIM INCLUDING THE PRINCIPAL ON THE BOND, THE BOND NUMBER, AND YOUR CONTACT INFORMATION TO: Zurich Surety Claims 1299 Zurich Way Schaumburg, IL 60196-1056 www.reportsfelaims@zurichna.com 800-626-4577 DocuSign Envelope ID: 99F55CB5-6088-4253-B34A-AOC0057C5C29 NON -COLLUSION AFFIDAVIT (Title 23 United States Code Section 112 and Public Contract Code Section 7106) Bid #ENG-19-20-B3016 2019-20 Citywide Major Thoroughfare Median Refurbishment — Via Princessa City Project No. B3016 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. . DocuSign Envelope ID: 99F55CB5-6088-4253-B34A-AOC0057C5C29 NON -COLLUSION AFFIDAVIT Bid #ENG-19-20-B3016 2019-20 Citywide Major Thoroughfare Median Refurbishment — Via Princessa City Project No. B3016 City of Santa Clarita, California TO BE EXECUTED BY EACH BIDDER OF A PRINCIPAL CONTRACT STATE OF CALIFORNIA ) COUNTY OF LOS ANGELES } John Becker being first duly sworn deposes and says that he/she is the President (sole owner, a partner, president, etc.) of R.C. Becker and Son, 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, except to such person or persons as have a partnership or other financial interest with said BIDDER in his general business. Bidder: Signaturp r Title President Subscribed and sworn to and before me this day of 20_. Seal of Notary ,C y "° �A v,-v a'-i <4 cn CALIFORNIA JURAT WITH AFFIANT STATEMENT GOVERNMENT CODE § 8202 a'O400% 111i2= „i�r"�r149H14P' un( ,",bA><'kf9x i�w"". fS�a'••;� �i4' k'a; ",;f'&�k�' �.w,,,�i X y:y1C,�?w,�4-.,xf ..a`r,�"n.ntib�;rk��awF-�"#',"Phi't; rJ r�q�i?u:'+G "G-t k w(rrtf""H, °1Gati�Jp+,;_73_',wR"n,N.r�+.x!r`M„k�tirn,�ilaC , ,iJ)'rkt X 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 onlythe identity ofthe 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 Los„Angeles CHERYLHUDSON Notary Public - California �I Los Angeles County ' Commission # 2227289 My Comm. Expires Feb 1, 2022 Place Notary Seal and/or Stamp Above Subscribed and sworn to (or affirmed) before me 1st y June 20 20 on this day of �,,. mm,.._ , by Date Month Year (1) John Becker (and (2) Names) of Signer(s)) proved to me on the basis of satisfactory evidence to be the person(s) who appeared before me. Signature SiIature of Notary Public 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: Non -Collusion Affidavit Document Date: No date Number of Pages: _2... Signer(s) Other Than Named Above: No other signers ++��;�a„m�nr�rR�4��rx"�Pira,wraiwur7w,';;€hh,�� �,�no-srd�,�PwvYb*n�A��4mN�,ii,�nal�# ��m�r"Jr�.x,;C�td v�ra�rbGi.�'a��n'i'Y����a�v�!��a�h�udl�i�n'w4r�.Per.ah�lr��^�a�.wP�df��Wl�,uw~1��,Lrnndiw4yk�"�<U�arA�Ew„ �ro�wt�w 02019 National Notary Association DocuSign Envelope ID: 99F55CB5-6088-4253-B34A-AOC0057C5C29 DocuSign Envelope ID: 99F55CB5-6088-4253-B34A-AOC0057C5C29 SUBCONTRACTORS Bid #ENG-19-20-B3016 2019-20 Citywide Major Thoroughfare Median Refurbishment — Via Princessa City Project No. B3016 City of Santa Clarita, California 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. 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. 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. DocuSign Envelope ID: 99F55CB5-6088-4253-B34A-AOC0057C5C29 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. If 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. In 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. 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. DocuSign Envelope ID: 99F55CB5-6088-4253-B34A-AOC0057C5C29 DocuSign Envelope ID: 99F55CB5-6088-4253-B34A-AOC0057C5C29 CAPITAL IMPROVEMENT PROJECT AGREEMENT —STATE FUNDED Bid #ENG-19-20-B3016 2019-20 Citywide Major Thoroughfare Median Refurbishment — Via Princessa City Project No. B3016 City of Santa Clarita, California 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 DocuSign Envelope ID: 99F55CB5-6088-4253-B34A-AOC0057C5C29 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 fultill 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. ARTIC LF 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 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. ARTIC LF VI DocuSign Envelope ID: 99F55CB5-6088-4253-B34A-AOC0057C5C29 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 Relationshi 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 VIH 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 evidence of insurance in the amounts established. Liabilitv 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 DocuSign Envelope ID: 99F55CB5-6088-4253-B34A-AOC0057C5C29 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 any of the insurance requirements 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. Worker's Compensation Insurance DocuSign Envelope ID: 99F55CB5-6088-4253-B34A-AOC0057C5C29 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 DocuSign Envelope ID: 99F55CB5-6088-4253-B34A-AOC0057C5C29 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 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 shal l 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. Governina 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. DocuSign Envelope ID: 99F55CB5-6088-4253-B34A-AOC0057C5C29 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 wages If required by applicable state law including, without limitation Labor Code § § 1720 (as amended by AB 975 (2001)), 1774, 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 (DTR) 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 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 statues 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). DocuSign Envelope ID: 99F55CB5-6088-4253-B34A-AOC0057C5C29 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) DocuSign Envelope ID: 99F55CB5-6088-4253-B34A-AOC0057C5C29 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: R'ITNESSED BY NOTARY CITY: Approved as to Form: Print Name & Title: CONTRACTOR's License No. Class Mayor/City Manager of the City of Santa Clarita City Attorney of the City of Santa Clarita Date: Date: DocuSign Envelope ID: 99F55CB5-6088-4253-B34A-AOC0057C5C29 FAITHFUL PERFORMANCE BOND Bid #ENG-19-20-B3016 2019-20 Citywide Major Thoroughfare Median Refurbishment — Via Princessa City Project No.1133016 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 (1005/6) 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: Signature Name and Title of Signatory Legal Name of Bidder Address Telephone Number Federal Tax I.D. No. SURETY* Subscribed and sworn to this day of 12020. NOTARY PUBLIC * Provide CONTRACTOR/SURETY name, address, and telephone number and the name, title, address, and telephone number of authorized representative. DocuSign Envelope ID: 99F55CB5-6088-4253-B34A-AOC0057C5C29 LABOR AND MATERIAL BOND Bid #ENG-19-20-B3016 2019-20 Citywide Major Thoroughfare Median Refurbishment — Via Princessa City Project No.B3016 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 bythese 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 payfor any labor or material of any kind used in the performance of the workto 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 exceedingthe 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: SURETY* Subscribed and sworn to this NOTARY PUBLIC Signature Name and Title of Signatory Legal Name of Bidder Address Telephone Number Federal Tax I.D. No. day of 12020. * Provide CONTRACTOR/SURETY name, address, and telephone number and the name, title, address, and telephone number of authorized representative. DocuSign Envelope ID: 99F55CB5-6088-4253-B34A-AOC0057C5C29 DocuSign Envelope ID: 99F55CB5-6088-4253-B34A-AOC0057C5C29 SECTION F — GENERAL PROVISIONS CITYWIDE MAJOR THOROUGHFARE MEDIAN REFURBISHEMENT VIA PRINCESSA BID No. ENG-19-20-133016 Project No. B3016 City of Santa Clarita, California The general provisions for this contract shall be in conformance with Part 1 "General Provisions" and Part 4 "Existing Improvements", of the Standard Specifications for Public Works Construction, 2018 Edition, except as amended and or superseded by the following general provisions. PART 1 - GENERAL PROVISIONS SECTION 1- GENERAL 1-2 TERMS AND DEFINITIONS.......................................................................................................... 5 1-3 ABBREVIATIONS........................................................................................................................... 6 1-3.2 Common Usage......................................................................................................................... 6 1-6 BIDDING AND SUBMISSION OF THE BID................................................................................. 6 1.6-1 General......................................................................................................................................6 1-6.2 Subcontractor Listing................................................................................................................ 6 1-7 AWARD AND EXECUTION OF THE CONTRACT..................................................................... 6 1-7.1 General...................................................................................................................................... 6 1-7.2 Contract Bonds.......................................................................................................................... 7 SECTION 2 - SCOPE OF THE WORK 2-1 WORK TO BE DONE...................................................................................................................... 7 2-2 PERMITS.......................................................................................................................................... 7 2-2.1 General......................................................................................................................................7 2-2.2 Caltrans Encroachment Permit.................................................................................................. 7 2-3 RIGHT-OF-WAY..............................................................................................................................8 2-5 THE CONTRACTOR'S EQUIPMENT AND FACILITIES............................................................ 8 2-5.1 General......................................................................................................................................8 2-5.4 Haul Routes............................................................................................................................... 8 2-7 CHANGES INITIATED BY THE AGENCY.................................................................................. 8 2-7.1 General......................................................................................................................................8 2-7.2 Balancing Change Order........................................................................................................... 9 2-7.3 Surety Notification.................................................................................................................... 9 DocuSign Envelope ID: 99F55CB5-6088-4253-B34A-AOC0057C5C29 SECTION 3 - CONTROL OF THE WORK 3-5 INSPECTION.................................................................................................................................. 10 3-6 THE CONTRACTOR'S REPRESENTATIVE............................................................................... 10 3-7 CONTRACT DOCUMENTS.......................................................................................................... 10 3-7.1 General....................................................................................................................................10 3-8 SUBMITTALS................................................................................................................................ 11 3-8.1 General....................................................................................................................................11 3-8.4 Supporting Information........................................................................................................... 11 3-8.9 Pre -Construction Submittals................................................................................................... 11 3-8.10 Submittals Schedule................................................................................................................ 12 3-10 SURVEYING..................................................................................................................................12 3-10.1 General....................................................................................................................................12 3-10.3 Payment...................................................................................................................................12 3-12 WORK SITE MAINTENANCE..................................................................................................... 12 3-12.2 Air Pollution Control.............................................................................................................. 12 3-12.3 Noise Control.......................................................................................................................... 13 3-12.6 Water Pollution Control.......................................................................................................... 13 3-14 CONSTRUCTION AND DEMOLITION MATERIALS MANAGEMENT.................................21 3-15 NONCOMPLIANCE WITH THE PLANS AND SPECIFICATIONS..........................................22 3-16 CONTRACT CLOSE-OUT............................................................................................................ 23 3-16.1 Submittals and Activities........................................................................................................ 23 SECTION 4 - CONTROL OF MATERIALS 4-4 TESTING........................................................................................................................................ 24 4-6 TRADE NAMES............................................................................................................................. 24 SECTION 5 - LEGAL RELATIONS AND RESPONSIBILITIES 5-3 LABOR............................................................................................................................................25 5-3.1 General....................................................................................................................................25 5-3.2 Prevailing Wages.................................................................................................................... 25 5-3.6 Department of Industrial Relations Requirements.................................................................. 25 5-3.7 Work Records......................................................................................................................... 25 5-4 INSURANCE.................................................................................................................................. 26 5-4.1 General....................................................................................................................................26 5-4.2 General Liability Insurance..................................................................................................... 26 5-4.3 Workers' Compensation Insurance......................................................................................... 26 5-4.4 Automobile Liability Insurance.............................................................................................. 27 5-7 SAFETY..........................................................................................................................................27 5-7.1 Work Site Safety..................................................................................................................... 27 5-7.9 Temporary Manhole Shaft Covers.......................................................................................... 28 5-7.10 Temporary Asphalt Concrete.................................................................................................. 28 5-7.11 Protection of the Public —Add this subsection............................................................................ 28 DocuSign Envelope ID: 99F55CB5-6088-4253-B34A-AOC0057C5C29 5-7.13 Notification to the Agency Departments — Add this section and the following subsection: ........ 29 5-7.13.1 Payment.................................................................................................................................... 30 5-8 PUBLIC CONVENIENCE AND SAFETY — TRAFFIC CONTROL PLAN — Add the following subsection:....................................................................................................................................... 30 5-8.1 Access............................................................................................................................................ 30 5-8.2 Work Area Traffic Control............................................................................................................ 30 5-8.2.1 General........................................................................................................................................30 5-8.2.2 Materials and Equipment............................................................................................................ 31 5-8.2.3 Construction................................................................................................................................ 32 5-8.2.3 Restriction on Closure of Traffic Lane....................................................................................... 33 5-8.3 Payment............................................................................................................................................. 33 SECTION 6 - PROSECUTION AND PROGRESS OF WORK 6-1 CONSTRUCTION SCHEDULE AND COMMENCEMENT OF THE WORK ...........................34 6-1.1 Construction Schedule............................................................................................................ 34 6-1.2 Commencement of the Work.................................................................................................. 41 6-2 PROSECUTION OF THE WORK.................................................................................................. 43 6-2.1 General....................................................................................................................................43 6-2.2 Work by Others Due to Unsatisfactory Work Prosecution..................................................... 43 6-3 TIME OF COMPLETION............................................................................................................... 44 6-3.1 General....................................................................................................................................44 6-4 DELAYS AND EXTENSIONS OF TIME..................................................................................... 44 6-4.1 General....................................................................................................................................44 6-5 USE OF IMPROVEMENT DURING CONSTRUCTION.............................................................44 6-9 LIQUIDATED DAMAGES............................................................................................................ 44 6-10 CONSTRUCTION PROGRESS MEETINGS................................................................................44 SECTION 7 - MEASUREMENT AND PAYMENT 7-2 LUMP SUM WORK....................................................................................................................... 45 7-3 PAYMENT......................................................................................................................................45 7-3.1 General....................................................................................................................................45 7-3.2 Partial and Final Payment....................................................................................................... 45 7-3.4 Mobilization............................................................................................................................46 7-3.5 Contract Unit Prices................................................................................................................ 46 7-4.2 Basis for Establishing Costs.................................................................................................... 47 7-4.3 Markup.................................................................................................................................... 47 SECTION 8 - FACILITIES FOR AGENCY PERSONNEL Section 8 FACILITIES FOR AGENCY PERSONNEL......................................................................... 48 SECTION 9 - CONSTRUCTION CLAIMS DocuSign Envelope ID: 99F55CB5-6088-4253-B34A-AOC0057C5C29 9-1 NOTICE OF POTENTIAL CLAIM................................................................................................48 9-2 CLAIMS.......................................................................................................................................... 49 PART 4 - EXISTING IMPROVEMENTS SECTION 400 - PROTECTION AND RESTORATION 400-1 General.............................................................................................................................................. 51 400-1.1 Existing Planted areas — Add this subsection:........................................................................... 51 400-1.2 Existing Irrigation Facilities — Add this subsection: .................................................................. 51 SECTION 402 - UTILITIES 402-1 LOCATION.....................................................................................................................................52 402-1.1 General....................................................................................................................................52 402-1.2 Payment...................................................................................................................................53 402-5 DELAYS DUE TO UTILITY CONFLICTS.................................................................................. 53 402-6 COOPERATON.............................................................................................................................. 53 DocuSign Envelope ID: 99F55CB5-6088-4253-B34A-AOC0057C5C29 PART l GENERAL PROVISIONS SECTION 1 - GENERAL 1-2 TERMS AND DEFINITIONS. Replace the definition in the standard specifications with the following: Agency — The Agency is the City of Santa Clarita. Board — The City Council of the City of Santa Clarita. Engineer — The Director of Public Works of the City of Santa Clarita or his/her designee. Add the following definitions: Allowance — An amount established in the Bid by the Agency for the purpose of reimbursing the Contractor for its actual expenses plus the specified markup for an item of work. Balancing Change Order — A Change Order limited to the increase or decrease between the Bid quantity and the actual quantity of each Contract Unit Price. Bid item constructed in conformance with the Contract Documents. Bid Guaranty — The cash, certified check or Bidder's surety bond accompanying the Bid as a guaranty that the Bidder will enter into a Contract with the Board for the performance of the work. City — The City of Santa Clarita. Contract Time — The time, in Working Days, specified for completion of the work. County — The County of Los Angeles. Field Order — A change order issued by the Engineer which does not increase the Contract Price. Notice of Completion — A notice filed by the Agency pursuant to Civil Code Section 8180. Notice of Potential Claim — A written notice addressed to the Agency discussing and describing the contractual basis for its request for additional compensation and/additional Contract Time, and the amount of requested additional compensation and/or Contract Time. Owner — Same as the definition for City. Project — See Work. Quality Assurance — Those standards, systems, processes, procedures, and activities exercised by the Agency and the Engineer to ensure that the work is constructed by the Contractor in accordance with the Contract Documents. Quality Control — Those standards, systems, processes, procedures, and activities exercised by the Contractor to ensure that the work is constructed in accordance with the Contract Documents. F-5 DocuSign Envelope ID: 99F55CB5-6088-4253-B34A-AOC0057C5C29 1-3 ABBREVIATIONS. 1-3.2 Common Usage. Add the following abbreviations: Abbreviation Word or Words CDMMP Construction and Demolition Materials Management Plan BMP Best Management Practices NTP Notice to Proceed WPCP Water Pollution Control Program 1-6 BIDDING AND SUBMISSION OF THE BID. 1.6-1 General. Replace the entire paragraph with the followinb Bidding and submission of the Bid shall conform to the requirements specified in the Instructions to Bidders and the Notice Inviting Bids. 1-6.2 Subcontractor Listing. Replace subheading a) with the following: a) The name, the location of the place of business, the California contractor license number, and public works contractor registration number issued pursuant to Section 1725.5 of the Labor Code of each subcontractor who will perform work or labor or render service to the prime contractor in or about the construction of the work or improvement, or a subcontractor licensed by the State of California who, under subcontract to the prime contractor, specially fabricates and installs a portion of the work or improvement according to detailed drawings contained in the plans and specifications, in an amount in excess of one-half of 1 percent of the prime contractor's total bid or, in the case of bids or offers for the construction of streets or highways, including bridges, in excess of one-half of 1 percent of the prime contractor's total bid or ten thousand dollars ($10,000), whichever is greater. 1-7 AWARD AND EXECUTION OF THE CONTRACT. 1-7.1 General. Replace the entire paragraph with the followinb Award and execution of the Contract shall conform to the requirements and procedures specified in the Instructions to Bidders and the following. Within 10 Days after the date of the AGENCY's Notice of Award, the CONTRACTOR shall execute and return the following to the AGENCY: a) Capital Improvement Project Agreement b) Faithful Performance Bond c) Labor and Material Bond d) Public Liability & Property Damage Insurance Certificate & Endorsements e) Auto Liability Insurance Certificate F-6 DocuSign Envelope ID: 99F55CB5-6088-4253-B34A-AOC0057C5C29 f) Worker's Compensation Insurance Certificate g) W-9 Form Failure to comply with the above will result in annulment of the award and forfeiture of the BID GUARANTY. 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 Agreement and bonds for the corporation have the authority to do so. The Contract Agreement shall not be considered binding upon the AGENCY until executed by the CITY ATTORNEY. 1-7.2 Contract Bonds. Replace the third paragraph with the fallowing: The Bidder shall provide two good and sufficient surety bonds. The "Payment Bond" (Labor and Material Bond) shall not be less than 100 percent of the Contract Price, to satisfy claims of material suppliers and mechanics and labors employed by it on the Work. The Payment Bond shall be maintained by the CONTRACTOR in full force and effect until 60 Days after the date of recordation of the Notice of Completion, or until all claims for material and labor are paid, whichever is greater. SECTION 2 - SCOPE OF THE WORK 2-1 WORK TO BE DONE. Add the following. The estimated quantities of work and materials to be performed, constructed or furnished by the Contractor under this Contract arc as shown on the Bid Schedule in Section C - Proposal. 2-2 PERMITS. Add the following before the first paragraph: 2-2.1 General. Add the following subsection: 2-2.2 Caltrans Encroachment Permit. A State of California Department of Transportation (Caltrans) Encroachment Permit has been obtained by the Agency. However, the Contractor shall submit to Caltrans, a signed application requesting a separate permit authorizing the Contractor to perform the work within Caltrans right of way for the Agency. The Contractor will be required to pay a fee for this permit; however, the Agency will reimburse the Contractor for the permit fee. The Contractor shall pay for any bonds required by the permit. The application shall be made to the State of California, Department of Transportation, 100 South Main Street, Los Angeles, CA 90012, telephone (213) 897 3667. F-7 DocuSign Envelope ID: 99F55CB5-6088-4253-B34A-AOC0057C5C29 The Contractor will be required to reimburse Caltrans for the costs incurred for all permit related field work performed by Caltrans maintenance forces. The Agency will reimburse the Contractor for the actual cost of engineering inspection. If the Contractor receives an invoice from Caltrans for engineering inspection costs, the Contractor shall promptly mail the invoice to the authorized City Engineer named in 3-8.1. Payment for complying with the above requirements shall be considered as included in the prices in the Bid for the appropriate items of work. 2-3 RIGHT-OF-WAY. Delete the last sentence and add the following: The Contractor shall conduct all of its activities and operations within the rights of way provided by the Agency or within the confines of public thoroughfares_ The Contractor shall not allow its employees to use private property for any reason or to use water or electricity from such property without written permission from the owner. If, for any reason, the Contractor elects to encroach upon other lands, it shall first obtain written permission from the owner and provide evidence of such permission in writing to the Engineer prior to entering upon such lands. In performing any work or doing any activity on lands outside of public rights of way, the Contractor shall comply with all applicable Federal, State and local laws, ordinances, and regulations. The Contractor shall indemnify and hold the Agency harmless from all claims or suits for damages occasioned by such work or activity, whether done in compliance with this subsection and with permission from the owner or in violation of this subsection without permission from the owner. 2-5 THE CONTRACTOR'S EQUIPMENT AND FACILITIES. 2-5.1 General. Add the following: The CONTRACTOR and its Subcontractors and suppliers shall not start, operate, move, or idle their equipment prior to the time specified for starting work each Working Day unless otherwise approved by the Engineer. 2-5.4 Haul Routes. Replace the entire section with the following: Unless otherwise specified in the Special Provisions, haul routes shall be selected by the Contractor and approved by the Engineer. 2-7 CHANGES INITIATED BY THE AGENCY. 2-7.1 General. Add the following after the first paragraph: The Engineer 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 Contract Price, or DocuSign Envelope ID: 99F55CB5-6088-4253-B34A-AOC0057C5C29 the Contract Time, an equitable adjustment will be authorized by issuance of a Change Order. The CONTRACTOR shall not execute such changes pending the receipt of an executed Change Order or further instructions from the Engineer. Each Change Order shall not be considered approved until executed by the AGENCY. The Engineer may, at any time, request changes to the Plans, Specifications, quantities of Contract Unit Price Bid items, and other details of the Work by issuance of a Field Order. 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 it to a change in the Contract Time. Thereafter the CONTRACTOR shall submit the basis for a change in the Contract Time within 5 Days. The Engineer has authority to order changes in the Work, which do not result in a change in the Contract Price or the Contract Time and are not inconsistent with the Contract Documents. The Contractor agrees that such changes are within the scope of the Work and do not constitute the basis for an adjustment of either the Contract Price or the Contract Time. Add the following subsection(s): 2-7.2 Balancing Change Order. Throughout the duration of the Contract, the Contractor shall perform field measurements and associated calculations documenting the quantity of each Contract Unit Price Bid item. The Contractor shall submit the documentation to the Engineer each month prior to the date for request of the progress payment. The Engineer will independently measure and calculate the aforementioned quantities. In the case of a difference in the quantities, the quantity calculated by the Engineer shall prevail. Upon completion of the Work per 3-13.1, the Contractor and the Engineer shall meet to discuss the final quantities of each Contract Unit Price Bid item. If the quantity of each item cannot be agreed upon, the quantity determined by the Engineer shall prevail. After determination of the final quantities, the Agency will issue a Balancing Change Order for the difference between the Bid quantity and final quantity of each Contract Unit Price Bid item constructed in accordance with the Contract Documents and the associated adjustment in the Contract Price per 7-3.5. 2-7.3 Surety Notification. The Contractor shall notify its sureties of any Change Orders affecting the scope of the Work or change in the Contract Price, or Contract Time, or a combination thereof. The amount of the applicable Bonds and insurance coverage shall be adjusted accordingly. The CONTRACTOR shall furnish proof of such adjustments to the Engineer. WE DocuSign Envelope ID: 99F55CB5-6088-4253-B34A-AOC0057C5C29 SECTION 3 - CONTROL OF THE WORK 3-2 SELF -PERFORMANCE. Replace the entire subsection with the following: The Contractor shall perform, with its own organization, Contract work amounting to at least 50 percent of the Contract Price. Where an entire Bid item is subcontracted, the value of work subcontracted will be based on the Contract Unit Price. When a portion of a Bid item is subcontracted, the value of work subcontracted will be based on the estimated percentage of the Contact Unit Price. This will be determined from information submitted by the Contractor, and subject to approval by the Engineer. 3-5 INSPECTION. Replace the second sentence Vvith the following: The Contractor shall notify the Engineer 48 working hours in advance of the start of the Work and the start of specialized items which require inspection. 3-6 THE CONTRACTOR'S REPRESENTATIVE. Add the following: The Contractor's representative shall be accessible by cellular phone at all times. The failure of the designated representative(s) to faithfully prosecute the Work, including, but not limited to, failure to adhere to the Contractor's construction schedule shall be deemed grounds for removal from the Work per 5-3.1. 3-7 CONTRACT DOCUMENTS. 3-7.1 General. Replace the last paragraph with the following: The Contractor shall examine and compare the Contract Documents with each other and with the other information made available to the CONTRACTOR by the AGENCY and shall immediately notify the ENGINEER of any 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 responsibility for such performance and for the full costs for correction. The CONTRACTOR shall perform 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. F-10 DocuSign Envelope ID: 99F55CB5-6088-4253-B34A-AOC0057C5C29 Add the fbllowing: The Standard Specifications for Public Works Construction and the Standard Plans for Public Works Construction are both promulgated by Public Works Standards, Inc. These publications are available for purchase from BNi Building News, Inc., 1612 South Clementine Street, Anaheim, California 92802, (800) 873-6397, w wbirij1bgok,,s;;g..,;)rr,. These publications are copyrighted and the Agency will not provide copies. Standard Plans of the Los Angeles County Department of Public Works are available for purchase in the Agency's Cashier's Office located at 900 South Fremont Avenuc, Alhambra, California 91803-1331, (626) 458-6959, or for downloading on the internet, w w.11aailr;�v orrg/ile bCl o u gnn �njj.al.,,Stanna-l.ardllll a n.:..01.a (: 3-8 SUBMITTALS. 3-8.1 General. Replace the second paragraph with the fbllowing: The Contractor shall allow a minimum of 20 Working Days for each review, unless otherwise approved by the Engineer. Review periods are not cumulative. The aforementioned time frames begin anew upon each submission whether the initial submission or a resubmission after a prior review by the Agency. Each set of submittals shall be accompanied by a letter of transmittal describing exactly what is being transmitted. Add the following: Submittals shall be submitted to: City of Santa Clarita 23920 Valencia Blvd. Suite 300 Santa Clarita, CA 91355 Phone: 661-286-4170 Attention: Rosa Orellana Email: rorellana@santa-clarita.cona All submittals shall be submitted and approved prior to issuance of the Part 2 NTP unless otherwise specified herein or approved by the Engineer. No work shall begin on the respective items of work which require a submittal until the submittals for those items of work have been approved in writing by the Agency. 3-8.4 Supporting Information. Add the following: 3-8.9 Pre -Construction Submittals. The Contractor shall submit the following within 10 Days of the date of issuance of the Part 1 NTP per 6-1.2: a) Permits to be obtained by the Contractor per 2-2. b) List of all Subcontractors per 3-3. F-11 DocuSign Envelope ID: 99F55CB5-6088-4253-B34A-AOC0057C5C29 c) Emergency Contact Information. d) Submittal Schedule per 3-8.10. e) BMP Plan per 3-12.2. f) Construction Demolition and Materials Management Plan per 3-14. g) Baseline Construction Schedule per 6-1.1. h) Detailed schedule of values for the lump sum Bid item(s) specified in 7-2. i) Subsurface installation location data to the Engineer per 402-1.1 3-8.10 Submittals Schedule. The Contractor shall prepare a schedule listing the submittals it has identified as being required and the date upon which each submittal will be made. Each submittal shall be identified on the baseline construction schedule and each update as an individual activity. The Agency review time frame specified in 3-8.1 shall be reflected on the submittal schedule and shown as an individual activity. 3-10 SURVEYING. 3-10.1 General. Replace the first sentence of the first paragraph with the following: The CONTRACTOR shall perform and be responsible for the accuracy of surveying adequate for construction. Add the following: The CONTRACTOR shall perform and be responsible for surveying necessary to adequately construct the Work. This shall include providing digitized information and horizontal control of all hardscape construction items (curbs, walkways, stamped concrete, signs, etc.) shown on the 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 performed to the satisfaction of the Engineer. Add the following: 3-10.3 Payment. No separate or additional payment will be made for the performance of surveying adequate for construction. Payment shall be considered as included in the Contract Unit Price for the Bid items which require surveying. 3-12 WORK SITE MAINTENANCE. 3-12.2 Air Pollution Control. Add the following: Dust generated from the CONTRACTOR's work area, or wind are all included in the definition of "dust" and shall be controlled. All activities shall be in compliance with the South Coast Air Quality Management District's (SCAQMD) Rule 403 Fugitive Dust requirements: F-12 DocuSign Envelope ID: 99F55CB5-6088-4253-B34A-AOC0057C5C29 h!!,.a //vvvvvv,agrnd.gov/ u �mu;,agii4/a4iD 1 n.�a�; High wind condition is defined as instantaneous wind speeds exceeding 25 miles per hour (SCAQMD Rule 403, (c), (19), High Wind Conditions). Inactive Disturbed Surface Area means 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 Surface means 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 Implementation Handbook. (SCAQMD Rule 403, (c), (31), Stabilized Surface). Equipment shall be removed from the Work site as soon as it is no longer necessary. Within 24 hours of a request from the ENGINEER, the CONTRACTOR must remove equipment from the Work site that is no longer needed. Refusal by the CONTRACTOR to remove the equipment may be cause for withholding progress payments. No separate or additional payment will be made for air pollution control. Payment shall be considered as included in the Contract Unit Prices or lump sum prices for the various Bid items. 3-12.3 Noise Control. Add the following: A noise level limit of 86 DBA at a distance of 50 feet shall apply to all construction equipment on or adjacent to the Work site or otherwise related to the Work whether owned by the CONTRACTOR or not. 3-12.6 Water Pollution Control. Add the following: 3-12.6.0.1 Terms and Definitions. Active Areas of Construction — Areas subject to land surface disturbance activities related to the Project including, but not limited to, the Project site, staging areas, immediate access areas and storage areas. Previously active areas will be considered active areas until temporary or final soil stabilization BMPs are implemented. Accumulated Precipitation Procedure (APP) — The methods and procedures for management and discharge of accumulated precipitation on the Project site. Agency Approved SWPPP — A SWPPP that has been reviewed and approved by the Agency. Best Management Practices (BMPs) — Shall be defined as specified in the Waste Discharge Requirements referenced in 3-12.6.3.4. BMP Manual — The CASQA BMP Online Handbook in effect as of the date of advertisement of the Contract. F-13 DocuSign Envelope ID: 99F55CB5-6088-4253-B34A-AOC0057C5C29 Disturbed Soil — any soil exposed or disturbed from or because of the CONTRACTOR, including previously disturbed soil and/or the CONTRACTOR's failure to protect or negligence. Soil may become disturbed as a result of demolition, grading, driving on, staging, storing, delivery trucks, subcontractors, public traffic if barriers are not maintained, ecetrera. Exposed Soil — Soil left exposed as the result of uncovering, removal of vegetation or pavement, grading, excavation, or any other activity. Soil protected with temporary soil stabilization BMPs will not be considered exposed soil. Inactive Disturbed Soil Areas (DSA) — Areas that have been disturbed and have not or will not be redisturbed for at least 14 Days. Likely Precipitation Event — Any weather pattern that is forecasted to have a 50 percent or greater chance of producing precipitation within the Project site. Non -Storm Water Discharges — Discharges that do not originate from precipitation events. Non -Visible Pollutants — Pollutants associated with a specific Project site or activity that cannot be seen through observation and which can have a negative impact on water quality. Numeric Action Level (NAL) — The action level (>250 NTU and <6.5- >8.5 pH) at which the QSP shall immediatelty implement BMP corrections, enhancements, modifications, and or additional BMPs as approved by the AGENCY. Perimeter Sediment Control BMPs — A temporary sediment control BMP around the perimeter of the Project site used to prevent sediment discharges from storm water run-on or run-off. Permits — State's General Permit for Storm Water Discharges Associated with Construction and Land Disturbance Activities (Order No. 2010-0014-DWQ, NPDES No. CAS000002) and 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) Qualified SWPPP Developer (QSD) — An individual meeting the requirements of Order No. 2009-0009-DWQ to develop, revise, and amend SWPPPs. Qualified SWPPP Practitioner (QSP) — An individual meeting the requirements of Order No. 2009-0009-DWQ to implement the SWPPP. Qualifying Rain Event — Any event that produces 0.50 inch or more of precipitation over a period that has less -than 48 hours of no rainfall. Qualifying rain event forecast information shall be obtained from the National Weather Service Forecast (e.g., by entering the zip code of the Project location at http://www.srli.noaa.2ov/). Qualifying rain event actual precipitation amounts shall be obtained from a CONTRACTOR -provided on -site rain gage and the closest Agency rain gauge station by checking the 24-hour rain F-14 DocuSign Envelope ID: 99F55CB5-6088-4253-B34A-AOC0057C5C29 amounts on the Agency rain gauge website, hqp://Iadpw.or /g wrd/precip/alert_rain/index.cfm?cont--24hr.cfm. Rain Event Action Plan (REAP) — A written plan (Attachment in the SWPPP) specific for each rain event that discusses and describes the procedures to be followed, and the measures to be taken, that, when implemented, will result in the protection of all exposed soil within the Project site for 48 hours from the start of a Likely Precipitation Event. Applicable to Risk -Levels 2 and 3. Run -On — Storm water discharges that flow onto the Project site. Run -On Control BMPs — BMPs used to divert or direct run-on either around or through the Project site. Sampling and Analysis Plan (SAP) — A written document included within the SWPPP that discusses and describes how samples will be collected; under what conditions, where and when the samples will be collected; what the samples will be tested for; what test methods will be followed and their detection limits; and what methods/procedures will be followed to ensure the integrity of the sample during collection, storage, shipping and testing (i.e., quality assurance/quality control protocols). Stabilization/Stabilized Soil — Soil that has been treated with a process and/or approved product resulting in its ability to resist erosion from rainfall (both from the sky and runon) from an 85TH percentile 24hr storm (approximately 1-inch of rainfall/24-hours) and from wind. SWPPP Preparation Manual — The CASQA BMP Online Handbook in effect as of the date of advertisement of the Contract. https://www.casga.ori4/resources/bmp-handbooks Turbidity — The cloudiness of water quantified by the amount light traveling through a water column is scattered by suspended particles as measured and reported in Nephelometric Turbidity Units (NTU). Add the following: 3-12.6.0.2 Abbreviations. Abbreviation Word or Words APP Accumulated Precipitation Procedure BMP Best Management Practice CGP Construction General Permit (state's general permit) CSMP Construction Site Monitoring Program MS4 Municipal Separate Storm Sewer System NAL Numeric Action Level NPDES National Pollutant Discharge Elimination System NTU Nephelometric Turbidity Unit QSD Qualified SWPPP Developer QSP Qualified SWPPP Practitioner REAP Rain Event Action Plan (Risk Levels 2 & 3) RWQCB Los Angeles Regional Water Quality Control Board F-15 DocuSign Envelope ID: 99F55CB5-6088-4253-B34A-AOC0057C5C29 SAP Sampling and Analysis Plan SCAQMD South Coast Air Quality Management District SMARTS Storm Water Multiple Application Reporting and Tracking System SWPPP Storm Water Pollution Prevention Plan SWRCB State Water Resources Control Board WDTD Waste Discharge Identification Number 3-12.6.2 BMP Plan (Best Management Practices Plan). Replace the entire subsection with the folloii ing: 3-12.6.2.1 General. The area of the Work is less than 1 acre and is not part of a larger plan of development, therefore it is not subject to the permitting requirements of the State's General Permit for Storm Water Discharges Associated with Construction and Land Disturbance Activities (Order No. 2010-0014-DWQ, NPDES No. CAS000002). However, 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), apply and are included herein. Disturbance of areas outside the limits of the Work are not permitted. As the Legally Responsible Person (LRP), the City is liable for all areas of soil disturbance associated with the project. The CONTRACTOR shall be responsible for substantially stabilizing ALL disturbed soil associated with the project with a method approved by the AGENCY. Where there is a potential to exceed one acre of disturbed soil (e.g. staging area), the CONTRACTOR shall install temporary fencing to contain ALL activities within a one - acre or less area. Any area outside of the one -acre disturbed by the CONTRACTOR, shall be stabilized by the CONTRACTOR immediately using a method approved by the AGENCY. Failure to reduce the disturbed area to one acre or less may cause significant delays to the project schedule, in addition to significant financial penalties. The CONTRACTOR shall be responsible for the costs and liabilities imposed by law as a result of the CONTRACTOR's failure to comply with the requirements specified including, but not limited to, compliance with the applicable provisions of the CASQA Construction BMP Factsheets, and Federal, State, and local regulations. Costs and liabilities include, but are not limited to, fines, penalties, and damages whether assessed against the City of Santa Clarita or the CONTRACTOR, including those levied under the Federal Clean Water Act and the State Porter Cologne Water Quality Act. In addition to the remedies authorized by law, an amount of the money due the CONTRACTOR under the Contract, as determined by the Agency, may be retained by the Agency until disposition has been made of the costs and liabilities. The retention of money due the CONTRACTOR shall be subject to the following: F-16 DocuSign Envelope ID: 99F55CB5-6088-4253-B34A-AOC0057C5C29 A. The AGENCY will give the CONTRACTOR 30 Days' notice of its intention to retain funds from partial payments, which may become due to the CONTRACTOR prior to acceptance of the Contract. Retention of funds from payments made after acceptance of the Contract may be made without prior notice to the CONTRACTOR. B. No retention of additional amounts out of partial payments will be made if the amount to be retained does not exceed the amount being withheld from partial payments pursuant to 7-3.2. 3-12.6.2.2 BMP Plan Preparation and Submittal. The Contractor shall prepare and submit for approval a BMP Plan per 3-8.10 and 6-1.2. The BMP Plan shall identify all activities, construction materials, and pollution sources that may adversely affect the quality of storm water discharges associated with the Work and shall identify water pollution control measures, hereafter referred to as BMPs, to be constructed, implemented, and maintained in order to reduce to the extent feasible (best available technology and best conventional technology) pollutants in storm water discharges from the Work site during construction performed under this Contract. BMPs shall not contain plastic in any part of their construction when alternative materials are available. The BMP Plan shall incorporate BMPs in the following categories (where applicable to the Project): a) Soil stabilization; b) Sediment control; c) Tracking control; d) Wind erosion control; e) Non -storm water control; f) Waste management and material pollution control; and g) Final stabilization. Specific objectives, implementation details, inspection criteria, and minimum requirements for each category of BMP are contained in the CASQA Construction BMP Factsheets. CASQA BMP Fact Sheets are available at: • https://www.casga.or�! • httl2://media.ocaov.com/izov/pw/watersheds/documents/bml2/constructionactivitie s.asp The CONTRACTOR shall consider the minimum requirements listed for any category, the CONTRACTOR shall incorporate into the BMP Plan and implement on the Project, the listed minimum BMPs required below in order to meet the pollution control objectives for the category. In addition, the CONTRACTOR shall consider other BMPs presented in the CASQA Construction BMP Factsheets and shall incorporate into the F-17 DocuSign Envelope ID: 99F55CB5-6088-4253-B34A-AOC0057C5C29 BMP Plan and implement on the Project the control treasures necessary to meet the objectives. The CONTRACTOR shall document the selection process in conformance with the procedure specified in the CASQA Construction BMP Factsheets. The BMP Plan shall include (when applicable), but not be limited to, the following BMPs required by the Los Angeles County MS4 Permit, R4-2012-0175 (Table 12), as they apply to the Project: Erosion Control Scheduling — EC 1 Preservation of Existing Vegetation — EC 2 Sediment Control Silt Fence — SE 1 Sand Bag Barrier— SE 8 Stabilize Construction Site Entrance/Exit — TC I Non -Storm Water Management Water Conservation Practices — NS 1 Dewatering Operations — NS 2 Waste Management Material Delivery and Storage — WM 1 Stockpile Management — WM 3 Spill Prevention and Control — WM 4 Solid Waste Management — W V 5 Concrete Waste Management — WM 8 Sanitary/Septic Waste Management — WM 9 The CONTRACTOR shall update the BMP Plan 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 updated if the Plan has not achieved the objective of reducing pollutants in storm water discharges. Updates shall show additional BMPs or revised operations, including those in areas not shown in the initially approved BMP Plan, which are required to control water pollution effectively. Updates to the BMP Plan shall be submitted for review and approval by the ENGINEER. Updates shall be dated and attached to the on -site BMP Plan. The CONTRACTOR shall keep a copy of the BMP Plan, together with updates, revisions and amendments at the Project site or with the Contractor's Representative. 3-12.6.2.3 Implementation of the BMP Plan. No work having the potential to cause water pollution or disturb the earth, as determined by the Engineer, shall be performed until the Contractor has implemented the approved BMP Plan and received the approval of the Engineer to proceed. F-18 DocuSign Envelope ID: 99F55CB5-6088-4253-B34A-AOC0057C5C29 Upon approval of the BMP Plan, the CONTRACTOR shall be responsible throughout the duration of the Project for installing, constructing, inspecting, and maintaining the BMPs described in the BMP Plan and any amendments thereto and for removing and disposing of temporary BMPs when they are no longer needed or have been replaced. BMPs shall be fully maintained or completely removed, no BMPs may be abandoned. Unless otherwise approved by the ENGINEER, the CONTRACTOR's responsibility for BMP Plan implementation shall continue throughout any temporary suspension of the Work ordered accordance with 6-6. Installation, construction, inspection, maintenance, removal, and disposal of BMPs shall conform to the requirements in the CASQA Construction BMP Fact Sheets and these Special Provisions. Soil stabilization practices and sediment control measures, are applicable throughout the entire year. The CONTRACTOR shall demonstrate the ability and preparedness to fully deploy soil stabilization practices and sediment control measures to protect soil -disturbed areas associated with the Project before the onset of precipitation (NOAA forecast of > 50 percent). A quantity of soil stabilization and sediment control materials shall be maintained on site equal to 100 percent of that sufficient to protect unstabilized, soil - disturbed areas on the Project site. BMPs required to protect unstabilized, soil -disturbed areas on the Project site shall be installed and/or implemented no later than 24-hours prior a forecast storm event. Disturbed -soil areas on the Project site shall be considered to be non -active when those areas have been disturbed and are not scheduled to be re -disturbed for at least 7 Days. Effective soil cover shall be provided during this condition which includes; finished slopes, open space, utility backfill, and completed lots or building pads. Active disturbed -soil areas of the Project site shall be stabilized as much as possible and receive sediment control. The weather forecast shall be monitored by the CONTRACTOR on a daily basis. The National Weather Service forecast shall be used. The CONTRACTOR shall implement throughout the duration of the Project, BMPs included in the BMP Plan for tracking control, wind erosion control, non -storm water control, and waste management and material pollution control. In accordance with 6-6, the Engineer may order the suspension of the Work in whole or in part if water pollution is being created or if the Contractor fails to implement the approved BMP Plan and/or conform to the requirements in these Special Provisions. 3-12.6.2.4 Maintenance. The CONTRACTOR shall regularly inspect and maintain the Work site for the BMPs identified in the BMP Plan. The CONTRACTOR shall identify corrective actions and the time needed to address any deficient measures or reinitiate any BMPs that have been discontinued. All repair and correction shall be completed within 72 hours of notice or before the next storm forecasted with a 50 percent or greater probability of precipitation, F-19 DocuSign Envelope ID: 99F55CB5-6088-4253-B34A-AOC0057C5C29 whichever is sooner. Good housekeeping practices shall receive the CONTRACTOR's highest attention. Inspections of the Work site shall be conducted by the CONTRACTOR to evaluate BMPs, as follows: a) Within 48-hours of a NOAA forecasted storm event with a probability of precipitation of 50 percent or more. b) Weekly. c) Every 24-hours during an on -going storm. Disturbed soil areas within the Project shall be protected in conformance with the requirements in the BMP Plan with an effective combination of soil stabilization and sediment control. Attention shall be focused on prevention of pollution rather on its removal from runoff, as such, soil stabilization and materials management BMPs are of the highest priority. If the CONTRACTOR or the ENGINEER identifies a deficiency in the deployment or functioning of an identified BMP, 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 72 hours after notice or before the next storm forecasted with a probability of precipitation of 50 percent or greater whichever is sooner. Immediately prior to completion of the work, all disturbed -soil areas, including the construction staging area, shall be stabilized with materials approved by the ENGINEER. No stabilization materials may contain plastic. This provision does not apply to the bed, bank, and channel of any streambed or natural drainage. The Work will not be considered as completed in accordance with 3-13.1 until stabilization is performed and approved by the Engineer. 3-12.6.2.5 Progressive Enforcement. The Agency, as a permittee, is subject to enforcement action by the State Water Resources Control Board (SWRCB), Los Angeles Regional Water Quality Control Board, Environmental Protection Agency, private citizens and citizen groups. The Contractor shall notify the Engineer immediately following receipt of a request from any jurisdictional regulatory agency, to enter, inspect, sample, monitor or otherwise access the Project site or the Contractor's records pertaining to water pollution control. The Agency will assess the Contractor a penalty of $1,000 for each day, for each violation (each BMP ), that the Contractor fails to fully -comply with the specified requirements, including the correction of BMPs within 72 hours after notice. The penalty will be deducted from Contract progress payments due the Contractor. The Contractor shall be responsible for the costs and for the liabilities imposed by law as a result of its failure to fully -comply. Costs and liabilities include, but are not limited to, fines, penalties and damages whether assessed against the Agency or the Contractor, including those levied under the Air Pollution Control regulations, Federal Clean Water F-20 DocuSign Envelope ID: 99F55CB5-6088-4253-B34A-AOC0057C5C29 Act, and the State Porter Cologne Water Quality Act. In addition, the Agency will deduct from any monies due the Contractor, the total amount of any legal fees, staff costs, and consultant fees incurred as a result of the Contractors non-compliance with these Special Provisions. 3-12.6.2.6 Payment. Payment for BMPs will be made as follows: a) Payment for Preparation of the BMP Plan. Payment for preparation of the BMP Plan will be considered as included in the Lump Sum Bid price of "WATER POLLUTION CONTROL AND IMPLEMENT BEST MANAGEMENT PRACTICES." b) Payment for Implementation of the BMP Plan. Payment for implementation of the BMP Plan, conformance to with the requirements in the Special Provisions, and conformance with all other requirements will be made at the lump sum Bid price for "WATER POLLUTION CONTROL AND IMPLEMENT BEST MANAGEMENT PRACTICES." No separate or additional payment will be made for the correction of deficiencies. Add the following: c) Retention and Withholding for Non -Conformance. The AGENCY may retain an amount equal to 25 percent of the estimated value of the Contract work performed during the progress estimate periods in which the CONTRACTOR fails to conform to the specified requirements. The Engineer will inspect the Work site on a weekly basis and a deficient item list will be issued if correction is needed. Once the deficient item is corrected and approved by the Engineer, the withheld money will be released back to the Contractor. Retentions for failure to conform to the specified requirements 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 subsection will be released for payment on the next monthly progress estimate following the date that a BMP Plan has been implemented and maintained and water pollution is adequately controlled, as determined by the ENGINEER. Add the following subsections: 3-14 CONSTRUCTION AND DEMOLITION MATERIALS MANAGEMENT. The CONTRACTOR shall comply with the City's Construction and Demolition Material Management Ordinance, City of Santa Clarita Municipal Code Section 15.46, parts 1-3 and 5. This F-21 DocuSign Envelope ID: 99F55CB5-6088-4253-B34A-AOC0057C5C29 ordinance requires that at least 65 percent of all construction and demolition materials and inert wastes from construction, demolition, grading projects be diverted from landfills. The CONTRACTOR shall submit a Construction and Demolition Materials Management Plan (CDMMP) for approval in accordance with 3-8.9. The Part 2 Notice to Proceed will not be issued until the plan has been approved. The CDMMP shall provide all of the information set forth in Section 15.46.300 of the City's Municipal Code. The CDMMP must show that the diversion requirement will be met. The following 3 conditions must be met in order to obtain final payment: 1. Within 10 Days or- prior- to the Agency tiling the Notice of Completion, after the completion of the Work per 3-13.1, the CONTRACTOR shall submit documentation that the diversion requirement for the Project has been met. a. Receipts and gate tickets from the vendor or facility which collected or received construction and demolition 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 CDMMP for the Project adding the actual volume or weight of each type of construction and demolition 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; c. Any additional information the CONTRACTOR believes is relevant to determining its efforts to comply in good faith with this requirement. 2. The Agency will review the information submitted and determine whether the CONTRACTOR complied with the approved CDMMP. 3. if the Agency determines that the CONTRACTOR has fully complied with the CDMMP Agency will authorize final payment. 3-15 NONCOMPLIANCE WITH THE PLANS AND SPECIFICATIONS. Failure of the Contractor to comply with any requirement of the Plans and Specifications, and to immediately remedy any such noncompliance upon notice from the Engineer, may result in suspension of Contract progress payments on all items of work. Any progress payments so suspended shall remain in suspension until the Contractor's operations are brought into compliance to the satisfaction of the Engineer. Upon determination by the Engineer that the Contractor is in compliance, progress payments will resume for those items of work which have been constructed in conformance with the Plans and the Specifications. No additional compensation shall be due the Contractor as a result of the suspension of progress payments due to noncompliance with the Plans and Specifications. F-22 DocuSign Envelope ID: 99F55CB5-6088-4253-B34A-AOC0057C5C29 3-16 CONTRACT CLOSE-OUT. 3-16.1 Submittals and Activities. Prior to final payment being made, the Contractor shall complete the following list of submittals and activities: a) Submission of a completed list of deficiencies ("punch list") approved by the Engineer. b) As -Built Plans. c) All Labor Compliance Forms and approved CPR's. d) Final CDMMP and weight delivery tickets. e) Operations and Maintenance Manuals. f) Warranties. g) Completion of required training. h) Removal of all construction area signs. 3-16.1.1.1 As -Built Plans. Prior to the start of the Work, the CONTRACTOR shall identify and maintain for the ENGINEER a complete set of As -Built Plans and Specifications on the Project site at all times. All final locations determined in the field, and any deviations from the Plans and Specifications, shall be marked in red to show the as -built conditions. The CONTRACTOR shall update this set daily, showing every change from the originals, including exact as -built locations, sizes and types of underground piping, valves, equipment, and all other work not visible at surface grade. The As -Built Plans shall graphically show all as -built conditions, locations, configurations, and other details which vary from the details shown on the originals including all revisions made necessary by Addenda, Change Orders, and to meet field conditions. In the case of details shown on the Plans which are superseded by approved Working Drawings or Shop Drawings, the As -Built Plans shall be updated by noting or graphically showing how those details are superseded. Prior to submitting each monthly progress payment request, the CONTRACTOR shall request the ENGINEER'S approval of the current As -Built Plans. The ENGINEER'S approval will be a prerequisite to approval of requests for each progress and final payment. The AGENCY will withhold S1,000 for each month that the As -Built Plans are deemed deficient by the ENGINEER. The CONTRACTOR shall deliver the As -Built Plans to the ENGINEER within 10 Days of completion of the Work. No separate or additional payment will be made for the preparation and maintenance of As -Built Plans and Specifications. Payment shall be considered as included in the Contract Unit Price for the various Bid items. F-23 DocuSign Envelope ID: 99F55CB5-6088-4253-B34A-AOC0057C5C29 SECTION 4 - CONTROL OF MATERIALS 4-4 TESTING. Delete the last two sentences of the first paragraph. Add the following after the first paragraph: All necessary materials and/or compaction testing will be performed by an AGENCY approved testing laboratory. Except as elsewhere specified, the testing of materials and/or compaction, which meet or exceed the requirements specified in the Contract Documents will be performed at no expense to the Contractor. If the initial testing determines the material and/or compaction does not conform to the requirements of the Contract Documents, subsequent testing will be performed by the AGENCY at the Contractor's expense. Additional testing, if deemed necessary by the ENGTNEER, of materials and/or compaction, which previously met or exceeded the requirements specified in the Contract, will be performed by the AGENCY at the Contractor's expense. The cost of testing performed at the Contractor's expense will be deducted from a progress payment or the final payment. 4-6 TRADE NAMES. Replace the entire subsection with the following: Pursuant to the Public Contract Code, Section 3400, the Contractor may supply any of the products or materials specified or offer an equivalent. A listing of materials is not intended to be comprehensive, or in order of preference. The Contractor may submit any material or product it considers to be an equivalent to that specified. Submission of proposed equivalent materials and products shall be made in conformance with the requirements in the Instructions to Bidders. The Contractor shall have the material tested as required by the Engineer to determine if the quality, strength, physical, chemical, or other characteristics, including durability, finish, efficiency, dimensions, service, and suitability are such that the proposed "equal" will fulfill the intended function. Test methods shall be subject to the approval of the Engineer. Test results shall be reported promptly to the Engineer, who will evaluate the results. If the proposed equivalent product or material is determined by the Agency to not be equivalent to the specified product or material, the Contractor shall furnish and install the specified product or material. Agency -approved equivalent products or materials shall not be installed nor put into usage without the prior approval of the Engineer. The Contract Time of Completion specified in 6-3 shall not be affected by any circumstance arising from the provisions of this subsection. F-24 DocuSign Envelope ID: 99F55CB5-6088-4253-B34A-AOC0057C5C29 SECTION 5 - LEGAL RELATIONS AND RESPONSIBILITIES 5-3 LABOR. 5-3.1 General. Add the following This Project is subject to compliance monitoring and enforcement by the State of California Department of Industrial Relations. 5-3.2 Prevailing Wages. Add the following: 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 ht. :://Nvww.dir ca... yovll)PIZ11 A)PreW� 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. Add the following subsection: 5-3.6 Department of Industrial Relations Requirements. Add the following: 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. Add the following section: 5-3.7 Work Records. Pursuant to Section IS 12 of the California Labor Code, the Contractor shall maintain an accurate written record of all employees working on the Project each calendar day. The record shall include each employee's name, Social Security number, job classification and the actual number F-25 DocuSign Envelope ID: 99F55CB5-6088-4253-B34A-AOC0057C5C29 of hours worked. The Contractor shall submit a signed copy of this record to the Engineer at the end of each week. 5-4 INSURANCE. 5-4.1 General. Add the following as the second sentence of the first paragraph: Such insurance shall be primary to and not contributing with any other insurance or self-insurance programs maintained by the Agency. Add the following to the third paragraph: The Contractor shall provide renewal certificates to the Agency not less than 10 Days prior to the Contractor's policy expiration date(s). The Agency reserves the right to obtain complete, certified copies of any required Contractor and/or Subcontractor policies at any time. 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. 5-4.2 General Liability Insurance. Add the following as the second sentence of the first paragraph: The policy shall also insure each owner of property upon which the Work is to be performed or which the Contractor acquires for its use. Add the following after the second paragraph: A combined single -limit policy with aggregate limits in the amount of $4,000,000 will be considered equivalent to the required minimum limits. A Certificate of Insurance 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. The Contractor shall include all Subcontractors as insureds under the Contractor's own policies, or shall provide the Agency with each Subcontractor's separate evidence of insurance coverage. The Contractor shall be responsible for verifying each Subcontractor complies with the insurance requirements specified in the Specifications and the Agreement and shall require that each Subcontractor name the Agency and each additional insured, and the Contractor as additional insureds on the Subcontractors general liability policy. The Contractor shall obtain the Agency's prior- review and approval of any Subcontractor request for modification of the insurance requirements. 5-4.3 Workers' Compensation Insurance. Add the following: Should evidence of the renewal or replacement of the policy not be filed with the Agency prior to the expiration or cancellation date, the Agency will stop all work on the Project and no further F-26 DocuSign Envelope ID: 99F55CB5-6088-4253-B34A-AOC0057C5C29 work shall be performed until new insurance coverage has been obtained by the Contractor. Such stop order shall not be a cause for a time extension to the Contract Time. Such policy shall be endorsed to waive subrogation against the Agency for injury to the Contractor's employees. If the Contractor's employees will be engaged in maritime employment, the coverage shall provide the benefits required by the U.S. Longshore and Harbor- Workers Compensation Act, Jones Act or any other Federal law to which the Contractor is subject. If the Contractor will provide leased employees, coverage shall also include an Alternate Employer Endorsement (providing scope of coverage equivalent to ISO policy form WC 00 03 01 A) naming the Agency as the Alternate Employer and the endorsement form shall be modified to provide that the Agency will receive not less than 30 Days advance written notice of cancellation of this coverage provision. In all cases, the above insurance shall include employer's liability coverage with limits not less than: Each Accident: $1,000,000 5-4.4 Automobile Liability Insurance. Replace the entire paragraph with the followin, The Contractor shall provide evidence of and maintain automobile liability insurance. Such insurance shall be written on ISO policy form CA 00 01 or its equivalent with a limit of liability of not less than $1,000,000 for bodily injury and property damage, in combined or equivalent split limits, for each single accident. Such insurance shall cover liability arising out of the Contractor's use of autos in performing the Work, including owned, leased, hired, and/or non - owned autos, as each may be applicable. 5-7 SAFETY. 5-7.1 Work Site Safety. 5-7.1.1 General. Add the following: The Contractor shall be solely responsible for ensuring that all work performed under the Contract is performed in strict compliance with all applicable Federal, State and local occupational safety regulations. The Contractor shall provide at its expense all safeguards, safety devices and protective equipment, and shall take any and all actions appropriate to providing a safe Project site. 5-7.1.2 Work Site Safety Official. Add the following: Failure by the Contractor to provide the required Project Safety Official shall be grounds for the Agency to direct the cessation of all work activities and operations at no cost to the Agency until such time as the Contractor is in compliance. Add the following subsection(s): F-27 DocuSign Envelope ID: 99F55CB5-6088-4253-B34A-AOC0057C5C29 5-7.1.3 Safety Indemnification. To the extent allowed by law, the Contractor agrees to defend, indemnify and hold harmless the Agency and its officers, employees and agents from and against any and all investigations, complaints, citations, liability, expense (including defense costs and legal fees), claims and/or causes of action for damages of any nature whatsoever, including but not limited to injury or death to employees of the Contractor, its subcontractors or Agency, attributable to any alleged act or omission of the Contractor or its subcontractors which is in violation of any Cal/OSHA regulation. The obligation to defend, indemnify and hold harmless includes all investigations and proceedings associated with purported violations of Section 3 36. 10 of Title 8 of the California Code of Regulations pertaining to multi -employer work sites. The Agency may deduct from any payment otherwise due the Contractor any costs incurred or anticipated to be incurred by the Agency, including legal fees and staff costs, associated with any investigation or enforcement proceeding brought by Cal/OSHA arising out of the Project. Add the following subsection(s): 5-7.9 Temporary Manhole Shaft Covers. The Contractor shall protect the public at all times from accidental entry into manhole or manhole shaft openings. Any such opening shall be covered with an entry proof cover approved by the Engineer. Payment for temporary manhole shaft covers shall be considered as included in the Contract Unit Price for the Bid items for or affecting manholes. 5-7.10 Temporary Asphalt Concrete. Temporary asphalt concrete shall conform to 306-13.1. Temporary asphalt concrete pavement shall be placed wherever curb ramps and sidewalk have been removed to provide continuous pedestrian access and at locations directed by the Engineer. Placement shall be such that, after compaction, the surface is flush with the edge of the adjoining existing surface. Temporary asphalt concrete pavement shall be maintained after placement. Loose or raveled material shall be swept and removed from the Work site. Depressions shall be filled or reconstructed as necessary to restore the surface and provide a flush join to the existing adjacent surface. The provisions of 306-14.7 and 306-15.9 shall not apply. No separate or additional payment will be made for temporary asphalt concrete. Payment shall considered as included in the Contract Unit Price for the removal of the existing improvement which requires temporary asphalt concrete. 5-7.11 Protection of the Public — Add this subsection: It is part of the service required of the CONTRACTOR shall make whatever provisions are necessary to protect the public. The CONTRACTOR shall use foresight and shall take such steps F-28 DocuSign Envelope ID: 99F55CB5-6088-4253-B34A-AOC0057C5C29 and precautions as their 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 fi-om 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. Whenever, in the opinion of the ENGINEER, an emergency exists against which the CONTRACTOR has not taken sufficient precaution for the public safety, protection of utilities and protection of adjacent structures or property, which may be damaged by the CONTRACTOR's operations and when, in the opinion of the ENGINEER, immediate action shall be considered necessary in order to protect the public or property due to the CONTRACTOR's operations under this contract, the ENGINEER will order the CONTRACTOR to provide a remedy for the unsafe condition. If the CONTRACTOR fails to act on the situation within a reasonable time period, the ENGINEER may provide suitable protection to said interests by causing such work to be done and material to be furnished as, in the opinion of the ENGINEER, may seem reasonable and necessary. The cost and expense of said labor and material, together with the cost and expense of such repairs as are deemed necessary shall be borne by the CONTRACTOR. All expenses incurred by the AGENCY for emergency repairs will be deducted from the 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. 5-7.13 Notification to the Agency Departments —Add this section and the following subsection: If the closing or opening (either partial or full) of affected streets is approved by the Engineer, the CONTRACTOR shall 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 NOTIFICATION TO THE PUBLIC Two weeks (10 working days) prior to starting any construction work, the contractor shall furnish two (2) changeable message boards and place them in locations approved by the Engineer. The wording shown on the board will be provided by the Engineer and is subject to change with 24 hour notice. The changeable message boards shall be maintained by the contractor during the entire duration of the construction work. The Contractor shall notify the occupants of properties affected by the work. Notification shall be by delivery of handbill furnished by the Contractor and shall be approved by Engineer. Handbill shall be distributed at least 48, but no more than 72 hours in advance. In no event shall handbills be placed in or on any portion of the owner's mailbox. F-29 DocuSign Envelope ID: 99F55CB5-6088-4253-B34A-AOC0057C5C29 Affected properties will be determined by the Engineer and are, in general, affected residents and 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. 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 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. 5-7.13.1 Payment Payment for Notification to the Public shall be considered as included in the lump sum bid price for "TRAFFIC CONTROL, TRAFFIC HANDLING & CONSTRUCTION AREA SIGNS & TWO ELECTRONIC CHANGEABLE MSG SIGNS" The relocation of the Electronic Message Signs shall be expected by the CONTRACTOR at the request of CTTY's Project Manager and the relocation cost shall be considered as included in this bid item. 5-8 PUBLIC CONVENIENCE AND SAFETY — TRAFFIC CONTROL PLAN — Add the following subsection: 5-8.1 Access 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. The CONTRACTOR shall be responsible to do a staged construction of median # 1 and if necessary to accommodate construction activities required by others. Medians #2, #3, 44, and #5 shall be staged per traffic control plans unless otherwise noted by Engineer. 5-8.2 Work Area Traffic Control 5-8.2.1 General The work shall consist of maintaining and controlling all vehicular traffic through the construction zone and/or detour routes and shall conform to the latest edition of the "California Manual on Uniform Traffic Control Devices" (California MUTCD) published by the State of California, Department of Transportation and to the attached traffic control plans provided by the Agency. The manual prescribes minimum standards for the application of uniform traffic control F-30 DocuSign Envelope ID: 99F55CB5-6088-4253-B34A-AOC0057C5C29 devices such as traffic surface mounted channelizers, barricades, regulatory signs, warning signs, electronic message board(s), and guide signs. The CONTRACTOR shall have a copy of the manual at the work site and shall comply with its provisions. The Contractor shall be fully responsible for all traffic and pedestrian safety controls during the construction period. The contractor shall furnish the City's Inspector with the written names and phone numbers of the personnel to be contacted after hours for hazardous conditions to traffic that may require additional protective measures. Failure to respond to reasonable requests for additional nighttime protection to traffic will result in the City causing work to be performed by others and lost costs back charged. The Contractor is responsible for maintaining two-way traffic through the construction zone. The City reserves the right to extend the limits of the project to include an area where removal of striping or markings, construction of detour pavement, or signing, striping, and delineations, is deemed necessary. The Contractor shall maintain temporary pavement within the construction area. Any pavement damaged by the Contractor or is Subcontractors, shall be repaired, or replaced, as directed by the Engineer, at the Contractor's expense. The Contractor shall be responsible for coordination with other construction Contractor's doing public or privates improvement projects within a one -mile radius of the project. The Contractor shall provide pedestrian access and crossings through the project in accordance with the approved traffic control plans and or as provided in the contract documents. Access to street intersections, public and private parking lots, commercial businesses, residences, and other public and private parking lots, commercial businesses, residences, and other public and private properties must be maintained at all times. The Contractor shall provide a Weekly Traffic Updated Schedule on the Monday of the preceding week throughout the construction period with any modifications to traffic control, pedestrian access, or detour changes. Failure to provide the Weekly Traffic Updated Schedule will be cause to stop work. At least two(2) 11-foot wide traffic lanes shall be provided for each direction of travel on Via Princessa at all times, except as permitted by the engineer or as shown on the Traffic Control Plans. The traffic lanes shall be maintained on pavement, and shall remain unobstructed. Lane closure hours for this project are indicated in the plans unless otherwise approved by the Engineer. All lanes, in each direction, shall remain fully operational outside the lane closure times. In addition, no lane closure shall be permitted at any time during the weekends or City designated holidays. Clearances from traffic lanes shall be three (3) feet to the edge of any excavation. Where a three (3) foot clearance is not feasible, then a 4:1 maximum slope shall be provided for protection from open excavation 5-8.2.2 Materials and Equipment The Contractor will provide all barricades, signs, pedestals and other means to provide for the safety of the public and control of traffic in accordance with Section 601-3. At all access points, F-31 DocuSign Envelope ID: 99F55CB5-6088-4253-B34A-AOC0057C5C29 such as interesting streets, alleys and driveways, barricades and/or cones shall be provided at five- foot intervals so as to prevent vehicular access to the paving area. "No Left Turn" and "No Right Turn" signs shall be provided wherever required by the Engineer. Judgment as to adequate or sufficient barricading shall be that which is adequate or sufficient in the opinion of the Engineer. The Contractor shall protect the new improvements, and if damages or defaces, the contractor shall repair said damage at no additional cost to the City. Construction signing shall consist of furnishing, installing, maintaining, and removing construction signs, cones, delineators, and barricades. All work zoned traffic control devices, materials and equipment shall be in new condition, as determined by the ENGINEER. Channelizers shall be delineator. Delineators to be used at night or in low light conditions shall be reflectorized. The minimum height of either style of channelizers shall be 36" above the road surface. All portable channelizers shall comply with the current version of the Traffic Manual. The portable channelizers shall be spaced as necessary for proper traffic control. However, in no case shall the spacing between the portable delineators exceed 50' on tangents or 25' on curves. Traffic control devices that are not placed in accordance with approved Plans, become displaced, or ceases to operate or function as specified from any cause during the progress of the work shall be caused to stop construction by the City Inspector. All warning devices used during hours of darkness shall be reflectorized. Any damaged City owned traffic control devices shall be replaced in kind or better at the Contractor's expense. Vehicles used to place, maintain, and remove components of a traffic control system on multilane highways shall be equipped with a Type Il flashing arrow sign which shall be in operation when the vehicle is being used for placing, maintaining, or remove said components. The operator of the vehicle shall control the sign operation while the vehicle is in motion. The CONTRACTOR's equipment and personal vehicles of the CONTRACTOR's employees shall not be parked on the traveled way or on any street where traffic is restricted at any time. If construction equipment is parked in the parking lanes overnight, then barricades and other suitable warning devices shall be required. Prior to the Contractor commencing work each day the Inspector shall review and approve the traffic control. The work shall consist of maintaining and controlling all vehicular traffic through the construction zone and/or detour routes and shall conform to the latest edition of the "California Manual on Uniform Traffic Control Devices" (California MUTCD) published by the State of California, Department of Transportation. The manual prescribes minimum standards for the application of uniform traffic control devices such as traffic surface mounted channelizers, barricades, regulatory signs, warning signs, and guide signs. The CONTRACTOR shall have a copy of the manual at the work site and shall comply with its provisions. 5-8.2.3 Construction Traffic control shall include the installation, maintenance, and removal of all necessary traffic control equipment. Damaged or missing equipment shall be replaced upon discovery. Equipment left in place over weekends or during other periods of non -work shall be checked and maintained F-32 DocuSign Envelope ID: 99F55CB5-6088-4253-B34A-AOC0057C5C29 on a daily basis until the work is complete and all traffic control devices are removed from the project. The Contractor shall have an employee to inspect work area temporary signage, delineators and barricades at the beginriing of the hours of work, and after the hours of work, and after the hours of work (between 6 p.m. and 8p.m.) during each working day; and at least once each non -working day (Saturdays, Sundays, and holidays). All work temporary control measures will be inspected, including locations without current construction activity. Signage, delineators and barricades shall be rest, repaired or replaced as necessary to maintain approved work area traffic control. Contractor or sub -contractor shall have a C31 Contractor's License. 5-8.2.3 Restriction on Closure of Traffic Lane NO MORE THAN ONE LANE may be closed in each direction at any one time during Construction, THERE IS NO EXCEPTION TO THE ABOVE STATED LANE CLOSURE RESTRICTIONS OR CONSTRUCTION HOURS AS STATED IN THE CONTRACT DOCUMENTS. Lane Closure shall be permitted to the hours listed in Section 6-2.1. Restrictions on Closure of Traffic Lanes: l) During any lane closure, Type 11 flashing arrow boards shall be used in accordance with Caltrans Traffic Manual. 2) Under no circumstances shall traffic signals be placed under flash operation without prior approval from the City Traffic Engineer. Traffic signals shall only be placed on flash operation by City personnel. 3) Temporary guide markers shall be either portable or fluorescent traffic cones. Only one type of guide markers shall be used at any one time. 4) if the temporary guide markers are damaged, or not in an upright position, for any reason, said markers shall be immediately be replaced, or restored to their original locations in an upright position, by the Contractor, 24 hours per day, 7 days per week for as long as required to complete the work. 5) Painted temporary striping and markings for traffic control shall conform to Section 310 of the SSPWC. Any striping and marking which has no further use shall be removed without delay as the sandblasting operation progresses. All sandblasted asphalt pavement shall be sealed with an asphalt emulsion approved by the engineer. 5-8.3 Payment Payment for Public Convenience and Safety — Traffic Control Plan shall be considered as included in the lump sum bid price for "TRAFFIC HANDLING AND CONSTRUCTION AREA SIGNS & PROPOSED TRAFFIC SIGNAGE" Payment shall include full compensation for furnishing all labor, materials, tools, equipment, transportation, and incidentals, and for doing all the work involved in maintaining, installing and controlling the traffic, complete in place, as specified in these General Provisions. Full compensation for additional items and work, not specifically detailed or specified, but essential to the maintaining and controlling of traffic, shall be considered as included and no additional compensation shall therefore be allowed. F-33 DocuSign Envelope ID: 99F55CB5-6088-4253-B34A-AOC0057C5C29 SECTION 6 - PROSECUTION AND PROGRESS OF THE WORK 6-1 CONSTRUCTION SCHEDULE AND COMMENCEMENT OF THE WORK. Replace the entire suhsection with the following: 6-1.1 Construction Schedule. 6-1.1.1 Terms and Definitions. The following terms and their respective definitions are in addition to those specified in 1-2: As -Built Schedule — The final updated Construction Schedule that reflects actual construction progress throughout the entire duration of the Project. Baseline Schedule — The original Construction Schedule used as the basis for measuring construction progress and Contract performance. Constraint — A requirement that restricts or dictates the Construction Schedule. Construction Schedule — The schedule of construction activities that reflects the means and methods, planned sequencing, duration, and Milestone dates for the completion and acceptance of the Work. Types include the Baseline Schedule, Weekly Schedule Update, Monthly Schedule Update, and the As -Built Schedule. Critical Path — The sequence of activities shown on the Construction Schedule which adds up to the longest overall duration. Data Date — The latest date through which the activities shown on the Construction Schedule have been updated. Milestone — A schedule activity that has zero duration and which graphically represents the start or finish of a portion of the Work. Monthly Schedule Update — An updated Construction Schedule submitted every month that compares actual construction progress versus the progress planned on the Baseline Schedule. Project Float — The difference between the Scheduled Completion Date and Required Completion Date. Float shall be an expiring resource available to both the Contractor and the Agency. Float shall not be for the exclusive use or benefit of either the Agency or the Contractor. Required Completion Date — The required date for completion of the Work abased upon the number of Working Days specified in 6-3.1 and as amended by approved Change Orders. Scheduled Completion Date — The planned date for completion of the Work as shown on the Construction Schedule. Total Float — The maximum amount of time an activity can be delayed from its early start without delaying the completion of the Work. Float shall be an expiring resource available to F-34 DocuSign Envelope ID: 99F55CB5-6088-4253-B34A-AOC0057C5C29 both the Contractor and the Agency. Float shall not be for the exclusive use or benefit of either the Agency or the Contractor. Weekly Schedule Update — An updated Construction Schedule submitted every week that reflects the status of construction activities from the past week and also includes construction activities scheduled in detail for the following 2 weeks. 6-1.1.2 General. Construction schedules shall conform to the following requirements: a) The Construction Schedule shall be prepared using Microsoft Project. b) The Construction Schedule shall be prepared using the Critical Path Method (CPM) illustrating the chronological relationship and sequence of work activities. Activities on the Critical Path shall be clearly delineated. c) Work activities shall be based on the Bid items listed in the Bid Schedule in Section C - Proposal and the following: 1) Bid Items shall be subdivided into those portions to be constructed during each stage or phase of construction, or portions which do not exceed 20 Working Days, whichever is less. 2) Each submittal, and the corresponding Agency review period, shall be shown as an individual activity. 3) The procurement of construction materials and equipment shall be identified and shown as individual activities. 4) Part 1 NTP requirements shall be shown as individual activities. d) The Construction Schedule shall commence on the Part 1 NTP Issuance Date and end on the Required Completion Date milestone, or Scheduled Completion Date milestone, required date of the first Working Day whichever date is later. e) Change Orders, including number, description, approval date, and duration shall be shown as individual activities. f) Each activity must have at least one predecessor and one successor with the exception of the Project start and finish milestones. g) Schedule options within the program file shall be as follows: 1) Use retained logic when scheduling progressed activities. 2) Define critical activities as Longest Path. 3) Compute Total Float as the difference between late finish and early finish. 4) Use predecessor activity calendar for scheduling relationship lag. 5) Use of "Must Finish By" date in the project settings shall not be used. F-35 DocuSign Envelope ID: 99F55CB5-6088-4253-B34A-AOC0057C5C29 h) Calendars, codes, and other information shall be on a project -level basis within the schedule software, as opposed to global, so that any changes to subsequent schedules are independent of past schedule submittals. i) A level -of -effort type activity shall be included named "Project Float', with the Scheduled Completion Date milestone as a predecessor and the Required Completion Date milestone as a successor. j) Date and time constraints and lags, other than those specified in this subsection, are not allowed unless otherwise accepted by the Engineer. The use of negative lags is not allowed. k) Notification activities shall be milestones linked as predecessors to the related work. These milestones shall contain "As Late As Possible" constraints with lags equal to the notice duration specified. 1) The schedule shall reflect the following Constraints: 1) Utility relocations per 402-4. 2) Schedule impacts due to the protection, removal, or relocation of utilities per 402-5. 3) The Sequence of Work per 6-2.3. 4) Temporary traffic control requirements. 5) The Time of Completion per 6-3. A Baseline Schedule submitted showing completion earlier or later than the time of completion specified will not be accepted. m) The schedule shall include the following Milestones: Activity ID Activity Name Constraint Type NTP1 Part 1 NTP Issuance Date Start On NTP2 Part 2 NTP Issuance Date Start On REQS Required Start Date Start On REQC Required Completion Date Finish On COMP Scheduled Completion Date Finish On or Before n) The Controller shall use the project -specific activity codes loaded in the Project Template provided by the Agency including, but not limited to, the following: 1) Work Type (TYPE): Code Value Description F-36 DocuSign Envelope ID: 99F55CB5-6088-4253-B34A-AOC0057C5C29 ADM Administrative activities such as contract Milestones, meetings, permits, etc. SUB Submittals by the Contractor REV Submittal Reviews by the Agency PRO Procurement of Materials or Equipment NOT Notification Activities CON Construction Activities UFE Unforeseen Events OTH Other- Activities 2) Responsibility (RESP): Code Value Description PRI Prime Contractor Activities SUB Subcontractor Activities AGE Agency Activities UTI Utility Company Activities OTH Other Entity Activities 3) item No. (ITEM) -Each activity shall be identified using an activity code with its corresponding Bid item number(s) or Change Order item number(s) listed in the Engineer's Monthly Estimate. 6-1.1.3 Submittals. a) General. Construction Schedule submittals shall include a portable document file (pdf) accessible using the latest version of Microsoft Project. The submittal shall be emailed to the Engineer along with 2 printed color copies on 11-inch x 17-inch sheets. b) Baseline Schedule. Within 10 Days of issuance of the Part 1 NTP, The Contractor shall submit a Baseline Schedule for review and acceptance by the Engineer. c) Weekly Schedule Updates. The Contractor shall submit Weekly Schedule Updates which will be used to manage, coordinate, and schedule all upcoming Contract activities. These detailed schedules may F-37 DocuSign Envelope ID: 99F55CB5-6088-4253-B34A-AOC0057C5C29 be submitted in bar chart format and shall reflect the logic and sequence used for the accepted Baseline Schedule. The Weekly Schedule Update shall include the following: 1) Status of the construction activities of the past week, scheduled vs. actual. 2) An explanation for deviations from planned activities, together with actions taken or planned to recover lost time, if applicable. 3) Two -week "look -ahead" Schedule detailing all work activities planned for the next 2 weeks, including all work to be performed by others. Activities included in the Baseline Schedule shall be further broken down into detailed activities, by specific task, by specific area, at the crew level or lower. d) Monthly Schedule Updates. On the first Working Day of each month the Contractor shall submit a Monthly Schedule Update using the same software used to prepare the Baseline Schedule. The Engineer will not submit the Engineer's Monthly Estimate specified in 7-3.2 for processing until the Monthly Schedule Update has been submitted. The schedule may be emailed to the Engineer with 2 printed color copies on 11-inch x 17-inch sheets. Should the update not reflect the actual progress of the Work, the update will be returned to the Contractor for inclusion of the changes on the next update. Updates shall conform to 6-1.1.2 and the following: 1) Actual start and completion dates versus the original accepted Baseline Schedule shall be illustrated. 2) Deviations in the progress and sequence of the Work shall be identified and supported by a detailed narrative justification. The updates shall include necessary remedies and revisions to recover delays to the schedule to meet the original Contract milestones. 3) The data date shall be the 28'h day of the previous month. 4) Change Order- work scheduled after the Data Date that includes an approved time extension shall be shown as a Critical Path activity. Change Order work scheduled after the Data Date without an approved time extension shall be shown as a non -Critical Path activity. Change Order work performed prior to the Data Date shall be shown as an as -built activity. 5) The Required Completion Date milestone constraint date shall be adjusted to account for time extensions approved as of the Data Date. 6) The Scheduled Completion Date milestone constraint date shall be adjusted to match the Required Completion Date as of the Data Date. 7) Schedule updates shall only include changes related to a Time Impact Analysis (TIA) that has been accepted by the Engineer. Schedule updates shall not include changes related to a rejected TIA, or a TIA that is pending. F-38 DocuSign Envelope ID: 99F55CB5-6088-4253-B34A-AOC0057C5C29 e) As -Built Schedule. Within 10 Days after completion of the Work per 3-16.1, the Contractor shall prepare and submit an As -Built Construction Schedule using the same software used to prepare the Baseline Schedule. The Engineer will not submit the final monthly progress payment for processing until the schedule has been submitted. The schedule may be emailed to the Engineer or submitted on a CD with 2 printed color copies on 11-inch x 17-inch sheets. The As -Built Schedule shall reflect the actual progress of the Work from the date of issuance of the Part 1 NTP through the date of completion. Should the As -Built Schedule not reflect the actual start and finish dates of all work activities, the schedule will be returned to the Contractor for revision and re -submittal. The schedule shall be submitted with a written certificate signed by the Contractor's Authorized Representative stating: "To my knowledge and belief, the enclosed As -Built Schedule reflects the actual start and finish dates of the actual work activities for the Contract contained herein." 6-1.1.4 Time Impact Analysis (TIA). 6-1.1.4.1 General. Time Impact Analysis (TIA) is a scheduling technique and analysis report used to assess and quantify the effects of one or more of the following occurrences: a) an unforeseen event, b) an approved Change Order, c) a proposed Change Order, or d) a changed condition. 6-1.1.4.2 Submittals. A TIA submittal shall be submitted when the Contractor or Engineer identifies an occurrence that potentially impacts the Critical Path and delays progress of the Work. The TIA submittal shall be submitted in accordance with 3-8 and shall include the following: a) Narrative Report. A report that defines the scope and conditions of an occurrence specified in 6- 1.1.4.1; type of delay as defined in 6-1.1.4.3; provides start and finish dates of impact; provides predecessor and successor activities to the impact period; identifies the party responsible for the occurrence; and describes how the occurrence originated and how it impacts the schedule. b) Schedules. A schedule submission that consists of the following two electronic schedule files in accordance with 6-1.1.3: F-39 DocuSign Envelope ID: 99F55CB5-6088-4253-B34A-AOC0057C5C29 1) Un-impacted Schedule — The Monthly Schedule Update that has a Data Date closest to and prior to the occurrence. If the Engineer determines that the schedule update submitted does not appropriately represent the conditions prior to the occurrence, the schedule update shall be updated to the day before the occurrence being analyzed. Schedule updates, modifications, and changes shall be listed in the narrative report. 2) Impacted Schedule — The schedule developed from incorporating the occurrence into the un-impacted schedule by adding or deleting activities, or by changing durations or logic of existing activities. Schedule updates, modifications, and changes shall be listed in the narrative report. c) The Contractor shall submit a TIA within 10 Working Days of receiving a written request for a TIA from the Engineer. d) For a claimed delay in completion of the Work, the im-impacted and impacted schedules shall be modified to account for as -built events known to occur after the Data Date. e) If the impacted schedule shows that the Critical Path and Scheduled Completion Date are affected by the occurrence, the difference between Scheduled Completion Dates of the un-impacted and impacted schedules, minus any remaining Project Float, must be equal to the request for adjustment of the Contract time of completion. No time of completion extensions will be granted unless a delay occurs which first consumes all available Project Float and extends the Scheduled Completion Date beyond the Required Completion Date. f) All TiAs must include mitigation measures and must apportion the overall delay assignable to any individual delays. The associated narrative report must clearly describe findings in chronological order. g) Subsequent Monthly Schedule Updates shall include changes related to a TIA that has been accepted by the Engineer. Schedule updates shall not include changes related to a rejected TIA, or a TIA that is pending review. 6-1.1.4.3 Types of Delay. The TIA shall identify the type of delay as follows: a) Excusable and Compensable Delay - Delay for which the Agency is the sole proximate cause. The Contractor must not have been delayed for any other reason during that time period. b) Excusable and Non-compensable Delay - Delay caused from unforeseen events as defined in 6-4.1. c) Inexcusable and Non-compensable Delay - Delay caused by the fault or negligence of the Contractor. d) Concurrent Delay - Combination of the types outlined above occurring during the same time period. F-40 DocuSign Envelope ID: 99F55CB5-6088-4253-B34A-AOC0057C5C29 6-1.1.4.4 Acceptance. Acceptance of a TIA will be determined in accordance with the following: a) Upon submittal of a TIA by the Contractor, an analysis of the facts will be performed by the Engineer to determine compensability and entitlement to any time extension under the applicable contract clauses. b) Acceptance of a TTA is at the sole discretion of the Engineer. c) The Engineer will construct its own TIA or utilize another method to determine adjustments in the Contract time of completion if the Contractor fails to submit a TIA. 6-1.1.5 Payment. Payment for preparation of the Baseline Schedule will be considered as included into the Lump Sum price for "MOBILIZATION." No separate or additional payment will be made for preparation of each Weekly Schedule Update or Time Impact Analysis. 6-1.2 Commencement of the Work. 6-1.2.1 General. The Notice to Proceed (NTP) for this Contract will be issued in 2 separate parts. The Agency will issue the Part 1 NTP after the Contractor satisfactorily submits all of the documentation required in the instructions to Bidders and the Agency has executed the Contract. The Part 1 NTP shall be for the Contractor to perform the following: a) Submit all required preconstruction submittals per 3-8.10 and receive Agency approval for such submittals unless otherwise specified. b) Ensure that all labor, equipment, and materials required for the Contract will be available when required by the Construction Schedule per 6-1.1. c) Mobilization. d) Attend preconstruction meetings with the Agency. e) Apply for and obtain all permits and insurance required per 2-2 and 5-12. The Contractor shall complete all of the above stated -activities within 45 Working Days of the Part 1 NTP. Each additional Working Day in which the Contractor is not in compliance with this requirement will be subtracted from the number of Working Days allowed for the Time of Completion per 6-3. When the number of Working Days specified in 6-3.1 is exhausted, the Contractor will be subject to liquidated damages. The counting of Working Days for the completion of Part 1 NTP activities will stop upon the receipt of all required Submittals and resume upon the return of any required submittal to the Contractor per 3-8. The Part 2 NTP shall be for the start of the Work. The Part 2 NTP will not be issued until all Part 1 NTP activities have been completed. F-41 DocuSign Envelope ID: 99F55CB5-6088-4253-B34A-AOC0057C5C29 Payment for compliance with Part 1 and Part 2 NTP including, except for preparation of the Baseline Construction Schedule, shall be considered as included in the lump sum Bid price for "MOBILIZATION" 6-1.2.2 Pre -Construction Meeting. The Agency will conduct a Pre -Construction Meeting at the City Hall, 23920 Valencia Boulevard, Santa Clarita, CA 91355, prior to the start of the Work. The Engineer will distribute a notice of this meeting, along with an agenda of the subjects to be addressed at least 4 Days prior to the meeting. The Contractor's Representative shall be present at the meeting. The following is a jylical agenda: 1) The ENGINEER will explain and discuss insurance, laws and codes, maintenance of traffic, permits, quality control, inspection and related items. 2) The ENGINEER will discuss procedures for Submittals, and Change Orders. 3) The ENGINEER will discuss monthly progress payment application and establish the estimate cutoff date and discuss partial and final payments. 4) The ENGINEER will discuss Labor Compliance requirements. 5) The ENGINEER will discuss the City's Construction & Demolition Materials Management Plan. 6) The ENGINEER will discuss the Notice to Proceed and the CONTRACTOR's responsibility to obtain an encroachment permit from the City and Caltrans prior to beginning work. 7) The CONTRACTOR will introduce the CONTRACTOR's representatives, briefly describe each person's responsibilities, and provide emergency contact information. 8) The CONTRACTOR will distribute a list of all Subcontractors and suppliers and discuss sequence of and coordination of critical work and long lead procurement items. 9) The CONTRACTOR will define and discuss arrangements for safety, first aid, emergency actions and security. Those attending the meeting shall include, but not be limited to the following: a) The Contractor's Representative. b) A representative of each listed Subcontractor. C) A finance representative or certified payroll designee from the Contractor and each Subcontractor for labor compliance requirements. d) City of Santa Clarita Project Manager. F-42 DocuSign Envelope ID: 99F55CB5-6088-4253-B34A-AOC0057C5C29 e) City Public Works Staff. f) Design ENGINEER. g) Affected utility company representatives. Any explanations provided by the Engineer at this meeting do not amend, supersede or alter terms or meaning of any Contract Document and the CONTRACTOR shall not claim reliance on such explanations as a defense to any breach or failure by the CONTRACTOR to perform as specified in the Contract. 6-2 PROSECUTION OF THE WORK. Add the following before the first paragraph: 6-2.1 General. Add the following after the last paragraph: The CONTRACTOR's activities shall be confined to the hours between 7:00 AM and 4:00 PM, Monday through Friday. Traffic control hours shall be from 8:30 AM to 3:30 PM per traffic control plans. In addition, no work shall be performed on Saturday, Sunday, or on the following AGENCY -designated holidays. AGENCY -Designated Holidays Memorial Day May 25, 2020 Independence Day(observed) July 3, 2020 Labor Day September 7, 2020 Veterans Day November 11, 2020 Christmas Day December 25, 2020 New Year's Day January 1, 2020 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. Add the following subsections: 6-2.2 Work by Others Due to Unsatisfactory Work Prosecution. If, as determined by the Engineer, the Contractor is not prosecuting the Work in a satisfactory manner or is not providing for public safety, traffic and protection of the Work, the Engineer will notify the Contractor of such unsatisfactory conditions and will indicate the date and time when corrective work must be completed. If the Contractor fails to comply, the Agency may elect to do the Work or have the Work performed by others and deduct the cost thereof from any monies due the Contractor. Such action shall not relieve the Contractor from liability. F-43 DocuSign Envelope ID: 99F55CB5-6088-4253-B34A-AOC0057C5C29 6-3 TIME OF COMPLETION. 6-3.1 General. Replace the first sentence with the following: Time is of the essence in the performance of the Work. The Contractor shall complete the Work within 45 Working Days. 6-4 DELAYS AND EXTENSIONS OF TIME. 6-4.1 General. (Page 31 of the SSPWC) Replace the second paragraph with the following: No extension of time will be granted for a delay caused by the inability to obtain materials unless the Contractor obtains from the supplier and furnishes to the Engineer documentary proof that such materials could not be obtained due to war, government regulations, labor disputes, strikes, fires, floods, adverse weather necessitating the cessation of work, or other similar action of the elements. 6-5 USE OF IMPROVEMENT DURING CONSTRUCTION. (Page 32 of the SSPWC) Add the following after the first paragraph: Action by the Agency to take over and utilize any part of the Project shall become effective only upon issuance of a written notice, signed by the Engineer, setting forth a description of the completed improvements to be taken over, the effective date, location and limits thereof. 6-9 LIQUIDATED DAMAGES. (Page 34 of the SSPWC) Replace the third sentence of 'the first paragraph with the following: For each Day in excess of the time specified for the completion of the Work in 6-3.1, as adjusted in accordance with 6-4, the Contractor shall pay to the Agency, or have withheld from monies due it, the sum of $1,000. Replace the first sentence of the second paragraph with the following: Execution of the Contract shall constitute agreement by the Agency and the Contractor that $1,000 per Day is the minimum value of the costs and actual damage caused by the failure of the Contractor to complete the Work within the allotted time. Add the following subsection: 6-10 CONSTRUCTION PROGRESS MEETINGS. Progress meetings will be scheduled between the ENGINEER and the CONTRACTOR. Meetings will be scheduled weekly and more often as necessary for the competent and timely execution of the Work under the Contract. These meetings will be chaired by the ENGINEER. The CONTRACTOR shall supply, as requested by the ENGINEER, an updated construction schedule for work to be performed in the next 2 weeks. F-44 DocuSign Envelope ID: 99F55CB5-6088-4253-B34A-AOC0057C5C29 SECTION 7 - PAYMENT 7-2 LUMP SUM WORK. Replace the first sentence of the second paragraph with the following: The Contractor shall submit, per 3-8 and 6-1.2, a detailed schedule to be used only as a basis for determining progress payments for all lump sum Bid items. 7-3 PAYMENT. 7-3.1 General. Add the following: No payment will be made for work which is not in conformance with the requirements of the Contract Documents nor for work performed outside the limits of the Work as shown on the Plans or otherwise approved by the Engineer. 7-3.2 Partial and Final Payment. Add 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 the progress payment estimate, the CONTRACTOR shall meet with the ENGINEER to review and discuss the quantity of each unit price Bid item and percentage of each lump sum Bid item completed to the closure date. The Engineer will furnish the Contractor with a statement of the approximate measurement of the Work performed to the closure date. The Contractor shall submit an invoice identical in itemization, quantity, and cost to that shown on the statement. The monthly progress payment will not be submitted for processing until an invoice has been received. When the Work is complete in accordance with 3-13.1, the ENGINEER will determine the final quantities of each unit price Bid item and prepare the final progress payment report. Payments arc authorized and made within 45 Days after date of receipt of an invoice However, payments will be withheld pending receipt of any outstanding submittals, reports, or other documentation required by the Contract Documents. in addition, the final progress payment will not be released until the CONTRACTOR conforms to the requirements of 3-16. 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 an 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 acceptance of the Contract. F-45 DocuSign Envelope ID: 99F55CB5-6088-4253-B34A-AOC0057C5C29 Securities 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." 7-3.4 Mobilization. Replace the entire subsection with the following: When a Bid item is included in the Bid for "MOBILIZATION", the costs of work in advance of construction operations and not directly attributable to any specific Bid item will be included in the progress estimate. Mobilization shall consist of preparatory work and operations, including, but not limited to, those necessary for the movement of personnel, equipment, supplies and incidentals to the Project site and for all other work and operations which must be performed or costs incurred prior to beginning work on the various Contract items on the Project site. Payments for mobilization will be made as follows: a) When the monthly progress payment estimate of the amount earned, not including the amount earned for mobilization, is 5 percent or more of the Contract Price, the total amount earned for mobilization shall be 50 percent of the Contract Unit Price for mobilization or 5 percent of the Contract Price, whichever is less, and said amount will be included in said estimate for payment. b) When the monthly progress payment estimate of the amount earned, not including the amount earned for mobilization, is 10 percent or more of the Contract Price, the total amount earned for mobilization shall be 75 percent of the Contract Unit Price for mobilization or 7.5 percent of the Contract Price, whichever is less, and said amount will be included in said estimate for payment. c) When the monthly progress payment estimate of the amount earned, not including the amount earned for mobilization, is 20 percent or more of the Contract Price, the total amount earned for mobilization shall be 95 percent of the Contract Unit Price for mobilization or 9.5 percent of the Contract Price, whichever is less, and said amount will be included in said estimate for payment. d) When the monthly progress payment estimate of the amount earned, not including the amount earned for mobilization, is 50 percent or more of the Contract Price, the total amount earned for mobilization shall be 400 percent of the Contract Unit Price for mobilization or 10 percent of the Contract Price, whichever is less, and said amount will be included in said estimate for payment. e) After completion of the Contract Work, the amount, if any, of the Contract Unit Price for mobilization in excess of 10 percent of the Contract Price will be included in the final progress payment. 7-3.5 Contract Unit Prices. DocuSign Envelope ID: 99F55CB5-6088-4253-B34A-AOC0057C5C29 7-3.5.1 General. Add the following: The AGENCY 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 locations, type, and extent, of each Bid item. Increases or decreases in the quantities within the limits specified shall in no way invalidate the Contract Unit Price. No claim shall be made by the Contractor for any loss of anticipated profits because of any such alteration or due to any variation between the approximate quantities and the actual quantities of each Bid item. 7-4 PAYMENT FOR EXTRA WORK. 7-4.2 Basis for Establishing Costs. 7-4.2.1 Labor. Replace the. first paragraph with the following: The cost of labor shall be the cost of wages (basic hourly rate) plus the cost of employer payments (health and welfare, pension, vacation/holiday, training, and other payments for assessments or benefits required by lawful collective bargaining agreements) as listed on the General Prevailing Wage Determination made by the Director of Industrial Relations in effect at the time the Extra Work is performed. To the total of these costs, a labor surcharge of 12 percent shall be applied for statutory payroll items stipulated by various governmental agencies. The items included are worker's compensation insurance, Social Security, Medicare, Federal unemployment insurance, State unemployment insurance, and State training taxes. The markup for labor specified in 7-4.3.1 includes the labor surcharge. 7-4.2.3 Tool and Equipment Rental. Replace the second paragraph with the following. - Regardless of ownership, the rates to be used in determining equipment rental costs shall not exceed those listed in the current edition of the "Labor Surcharge and Equipment Rental Rates" of the State of California Department of Transportation (Caltrans) at the time the work is performed. Standby rates shall be 50 percent of the hourly rate. Payment for standby shall not exceed 8 hours per day, 40 hours per week and 176 hours per month. If the equipment is not listed, the rate allowed shall be that calculated for a comparable item. 7-4.3 Markup. 7-4.3.1 Work by the Contractor. Replace the entire paragraph with the following: The following percentages shall be added to the Contractor's costs and shall constitute the markup for overhead and profit, and all other costs not specifically provided for on work performed by the Contractor: Labor (including Labor Surcharge) 20% F-47 DocuSign Envelope ID: 99F55CB5-6088-4253-B34A-AOC0057C5C29 Materials 15% Equipment Rental 15% Other Items and Expenditures 15% To the sum of the costs and markups provided for in this subsection, 1 percent shall be added as compensation for bonding. 7-4.3.2 Work by Subcontractor. Replace the entire paragraph with the following: When all or any part of the Extra Work is performed by a Subcontractor, the markup established in 7-4.3.1 shall be applied to the Subcontractor's actual cost of such work. A markup of 10 percent on the first $2,000 of the subcontracted portion of the Extra Work may be added by the Contractor. A markup of 5 percent may be added to the remaining subcontracted portion. This markup shall constitute the Contractor's markup for overhead and profit on work performed by the Subcontractor. Add the following: 7-4.3.3 General. The markups specified in 7-4.3.1 and 7-4.3.2 above shall be considered as including, but not be limited to, the Contractor's labor costs for personnel not working directly on the Extra Work, including the cost of any tools and equipment which they may use. Such costs shall not be reported as labor or equipment costs elsewhere except when they are actually used in the performance of the Extra Work. Labor costs shall in that case be reported for the labor classification corresponding to the type and nature of Extra Work performed. SECTION 8 - FACILITIES FOR AGENCY PERSONNEL Section 8 FACILITIES FOR AGENCY PERSONNEL. No field offices for AGENCY personnel shall be required, however, AGENCY personnel shall have the right to enter upon the project at all times and shall be admitted to the offices of the CONTRACTOR if so provided by the CONTRACTOR for his own personnel. SECTION 9 - CONSTRUCTION CLAIMS 9-1 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 the Contractor has submitted to the ENGINEER a due written Notice of Potential Claim as hereinafter specified. The written Notice of DocuSign Envelope ID: 99F55CB5-6088-4253-B34A-AOC0057C5C29 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 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 it shall have no right to additional compensation for any claim that may be based on any such act, failure to act, event, thing, or occurrence for which no written notice of potential claim as herein required was filed. 9-2 CLAIMS. Claims shall be resolved in accordance with Part 3, Chapter 1, Article 1.5 (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 writing to 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 within a 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 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 Days for settlement of the dispute. DocuSign Envelope ID: 99F55CB5-6088-4253-B34A-AOC0057C5C29 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 tiling 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: 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. a. 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 parry, order any witnesses to participate in the mediation or arbitration process. F-50 DocuSign Envelope ID: 99F55CB5-6088-4253-B34A-AOC0057C5C29 , EXISTING IMPROVEMENTS SECTION 400 — PROTECTION AND RESTORATION 400-1 General The third paragraph is hereby deleted and replaced with the following: Protect and maintain street lights, utility poles and services, traffic signal control boxes, curb boxes, valves and other services, except items designated for removal. Provide for temporary relocation when required to maintain facilities and services in operation during construction work. Add the fbllowing: Alt 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 400-1.1 Existing Planted areas — Add this subsection: Existing planted areas including trees, designated on the plans to be maintained, shall be protected in place in conformance with these special provisions and section 400 of the SSPWC. Tree roots encountered during the excavation for the removal of existing items and construction of the new foundations that are less than 4" in diameter may be removed as necessary. The Contractor shall coordinate with the City Arborist prior to removal of any roots in excess of 2" in diameter that are within 12' of any tree that is to be protected in place. All costs to the Contractor for protecting planted areas shall be considered included in the bid for the various work items involved. 400-1.2 Existing Irrigation Facilities —Add this subsection: The Contractor is advised of existing irrigation facilities on the project site. The Contractor shall coordinate with the City's Landscape Maintenance District inspector to ascertain the location of existing irrigation facilities, and shall protect existing irrigation facilities, in their entirety. The Contractor shall coordinate with the City's Landscape Maintenance District inspector to cap irrigation facilities that will interfere with the work. The City's Landscape Maintenance District will be responsible for reestablishing irrigation and vegetation within the Contractor's work area. The Engineer may make or cause to be made those temporary repairs that are necessary to restore the facilities to service. The cost of the repairs shall be borne by the Contractor and may be deducted from any moneys due or to become due to the Contractor under the contract. Full compensation for furnishing all labor, materials, tools, equipment, and incidentals, and for doing all the work involved in protecting or repairing the existing irrigation facilities as specified in these special provisions and in Section 400 of the SSPWC shall be considered as included in the prices paid for the various contract items of work and no additional compensation will be allowed therefor. F-51 DocuSign Envelope ID: 99F55CB5-6088-4253-B34A-AOC0057C5C29 SECTION 402 - UTILITIES 402-1 LOCATION. 402-1.1 General. Replace the last sentence of the third paragraph with the following: The Contractor shall provide the subsurface installation location data to the Engineer prior to issuance of the Part 2 Notice to Proceed. Add the following: "Subsurface installation" shall include service connections. Location of subsurface installations shall be shown as an individual activity on the Baseline Schedule. Refer to 6-1.1. Where water lines exist, at each angle point, cross connection and "T" connection, the Contractor shall assume the existence of a concrete thrust block located such as to resolve thrust loads. The Agency may arrange for and conduct a preconstnuction meeting between the Contractor, the Engineer, and the utility owners to discuss scheduling, coordination of any required utility relocations, and the protection of existing utilities. The Contractor shall attend any preconstruction meeting scheduled by the Agency and shall cooperate with all utility owners performing utility relocation or installation work on the Project site. The utilities which have facilities located within the limits of the Project are as follows: 1. County Sanitation Districts: 1955 S. Workman Mills Road Whittier, CA 90670-4990 (562) 908-4288 2. Southern California Gas Company 9400 Oakdale Ave. Chatsworth, CA 91313 (818) 701-3228 3. AT&T: 26971 Fuinivall Ave, Room D102 Santa Clarita, CA 91351 (661) 251-4598 F-52 DocuSign Envelope ID: 99F55CB5-6088-4253-B34A-AOC0057C5C29 4. Santa Clarita Valley Water Agency 26521 Summit Circle Santa Clarita, CA 91350 (661) 259-3610 5. Southern California Edison: 25625 W. Rye Canyon Road Valencia, CA 91355 (661) 257-8280 402-1.2 Payment. (Page 481 of the SSPWC) Replace the entire subsection with the following: No separate payment will be made for the location of utilities pursuant to Government Code Sections 4215 and 4216, and 402-1.1, or for attendance at the preconstruction meeting. Payment shall be considered as included in the Contract Unit Price for the various Bid items. 402-5 DELAYS DUE TO UTILITY CONFLICTS. (Page 483 of the SSPWC) Add the following to the end of the last paragraph: Payment to the Contractor for actual loss due to a protracted utility delay shall be calculated based on wage increases, price increases of material and equipment, additional insurance costs and actual direct costs of maintaining the Project site incurred as a result of such utility delay. 402-6 COOPERATON. (Page 483 of the SSPWC) Add the following: The Agency expects to have one or more separate utility owners/contractors working in the same area at the same time. The CONTRACTOR shall coordinate and cooperate with any and all separate utility owners/contractors. Such coordination may include, but will not be limited to, participating in regularly scheduled or special meetings with the Agency, residents, and/or other contractors; sharing work and materials storage areas; scheduling work to coincide with work of a utility owner/contractor and to minimize disruption to the construction schedule; and similar tasks requested by the Engineer. It is anticipated that all concurrent utility activities will require coordination between the CONTRACTOR and each respective utility owner/contractor. Further requirements of the CONTRACTOR are listed below. No separate or additional payment will be made for cooperation with utility owners/contractors. F-53 DocuSign Envelope ID: 99F55CB5-6088-4253-B34A-AOC0057C5C29 DocuSign Envelope ID: 99F55CB5-6088-4253-B34A-AOC0057C5C29 SECTION G - SPECIAL PROVISIONS For Citywide Major Thoroughfare Median Refurbishment —Via Princessa Bid # ENG-19-20-133016 City Project No. B3016 City of Santa Clarita, California Except as modified by the drawings and plan notes, the Standard Specifications for Public Works Construction (SSPWC), 2018 edition, and its supplements prepared and promulgated by the Southern California Chapters of the American Public Works Association, constitute the Standard Specifications for this project. However, City of Santa Clarita standards or construction plates shall take precedence over the Standard Specifications. TABLE OF CONTENTS PAGE GENERAL ITEMS (SEE GENERAL PROVISIONS).........................................................3 BID ITEM 1 — MOBILIZATION/DEMOBILIZATION, BONDS & INSURANCE ..................3 BID ITEM 2 — WATER POLLUTION CONTROL AND IMPLEMENT BEST MANAGEMENT PRACTICES................................................................... 3 BID ITEM 3 — TRAFFIC HANDLING & CONSTRUCTION AREA SIGNS ........................ 3 TRAFFIC ITEMS............................................................................................................... 4 BID ITEM 4 — REMOVE EXISTING TRAFFIC SIGNS AND POSTS; INSTALL NEW TRAFFIC SIGNS AND POSTS.................................................................4 DEMOLITION AND EARTHWORK ITEMS.......................................................................6 BID ITEM 5 — CLEARING, GRUBBING AND REMOVALS..............................................6 BID ITEMS 6 & 7 — DEMOLITION OPERATIONS............................................................ 7 BID ITEM 8 — SOIL REMOVAL AND DISPOSAL...........................................................10 BID ITEM 9 — EARTHWORK..........................................................................................10 HARDSCAPE ITEMS......................................................................................................12 BID ITEM 10 — CONCRETE CURB & GUTTER.............................................................12 BID ITEM 11 — ASPHALT CONCRETE PAVEMENT WITH BASE (MINIMUM 4.5")...... 13 BID ITEM 12 — CONCRETE UNIT PAVERS ATOP SAND.............................................15 BID ITEM 13 — CONCRETE UNIT PAVERS ATOP CONCRETE .................................. 15 IRRIGATIONITEMS.......................................................................................................18 BID ITEM 14 — CONTROLLER WIRE.............................................................................27 BID ITEM 15 — CONTROLLER ENCLOSURE................................................................ 27 BID ITEM 16 — 1 '/4" REMOTE CONTROL VALVE......................................................... 27 BID ITEM 17 — 1" REMOTE CONTROL VALVE.............................................................27 BID ITEM 18 — MASTER VALVE.................................................................................... 27 BID ITEM 19 — PRESSURE REGULATOR.................................................................... 27 BID ITEM 20 — GATE VALVE......................................................................................... 27 BID ITEM 21 — FLOW SENSOR.....................................................................................27 BID ITEM 22 — QUICK COUPLER..................................................................................27 BID ITEM 23 — FLUSH VALVE....................................................................................... 27 BID ITEM 24 — 1 '/2" MAINELINE (SCH. 40 PVC)..........................................................27 BID ITEM 25 — 1" MAINELINE (SCH. 40 PVC)...............................................................27 BID ITEM 26 — 1 '/2" LATERAL LINE (SCH. 40 PVC).....................................................27 BID ITEM 27 — 1 '/4" LATERAL LINE (SCH. 40 PVC).....................................................27 Citywide Major Thoroughfare Median Turf Removal —Via Princessa G-1 DocuSign Envelope ID: 99F55CB5-6088-4253-B34A-AOC0057C5C29 BID ITEM 28 - 1" LATERAL LINE (SCH. 40 PVC).........................................................27 BID ITEM 29 - 3/4" LATERAL LINE (SCH. 40 PVC)........................................................27 BID ITEM 30 - ROOT WATERING SYSTEM - TREES..................................................27 BID ITEM 31 - BUBBLER ON RISER - SHRUBS.......................................................... 27 PLANTINGITEMS.......................................................................................................... 28 BID ITEM 32 - MOISTURE/ROOT BARRIERS (HIGH DENSITY POLYETHYLENE) ... 28 BID ITEM 33 - PLANTING AREA AGRONOMIC SOILS TESTS ................................... 39 BID ITEM 34 - PLANTING AREA SOIL PREP. & AMENDMENTS ................................ 39 BID ITEM 35 - 24" BOX TREE....................................................................................... 39 BID ITEM 36 - SHRUBS 1 GALLON.............................................................................. 39 BID ITEM 37 - SHRUBS 5 GALLON.............................................................................. 39 BID ITEM 38 - SHRUBS 15 GALLON............................................................................ 39 BID ITEM 39 - PLANTING AREA FINE GRADING........................................................39 BID ITEM 40 - 3" ORGANIC MULCH.............................................................................39 BID ITEM 41 - FIRST 90 DAYS OF PLANT MAINTENANCE AND ESTABLISHMENT PERIOD (DAY 1 TO DAY 90)..................................................................39 BID ITEM 42 - SECOND 90 DAYS OF PLANT MAINTENANCE AND ESTABLISHMENT (DAY 91 TO DAY 180)............................................................................ 39 Citywide Major Thoroughfare Median Turf Removal —Via Princessa G-2 DocuSign Envelope ID: 99F55CB5-6088-4253-B34A-AOC0057C5C29 SPECIAL PROVISIONS - TECHNICAL This project consists of the following plans: Sheet 1 CS-0.01 PROJECT COVER SHEET Hunsaker & Associates Sheet 2 ST0.1 TITLE SHEET Sheet 3 D1.1 DEMOLITION PLAN STA 4+00 TO STA 15+00 Sheet 4 D1.2 DEMOLITION PLAN STA 15+00 TO STA 25+00 Sheet 5 D1.3 DEMOLITION PLAN STA 25+00 TO STA 28+50 Sheet 6 ST1.1 STREET IMPROVEMENTS PLANS, DETAILS & NOTES Sheet 7 ST1.2 STREET IMPROVEMENTS STA 4+00 TO STA 15+00 Sheet 8 ST1.3 STREET IMPROVEMENTS STA 15+00 TO STA 25+00 Sheet 9 ST1.4 STREET IMPROVEMENTS STA 25+00 TO STA 28+50 Sheet 10 TC1.1 TRAFFIC CONTROL PLAN Sheet 11 TC1.2 TRAFFIC CONTROL PLAN Sheet 12 TC1.3 TRAFFIC CONTROL PLAN Pacific Coast Land Desian. Inc. Sheet 13 LC-1.01 HARDSCAPE AND PLANTING PLAN Sheet 14 LC-1.02 HARDSCAPE AND PLANTING PLAN Sheet 15 LC-1.03 HARDSCAPE AND PLANTING PLAN Sheet 16 LC-2.01 PLANTING DETAILS Sheet 17 LI-1.01 IRRIGATION PLAN Sheet 18 LI-1.02 IRRIGATION PLAN Sheet 19 LI-1.03 IRRIGATION PLAN Sheet 20 LI-2.01 IRRIGATION DETAILS Sheet 21 LI-2.01 IRRIGATION DETAILS Sheet 22 LI-3.01 IRRIGATION CALCULATIONS BID ITEM MEASUREMENT AND PAYMENT SCHEDULE The Via Princessa Medians measurement and payment is generally organized according to lump sum or unit prices. If an appurtenant facility, specific piece of equipment, or any other improvement is listed in the bid schedule, all units are to be included as part of that line item. Items that do not appear as line item improvements are included as part of other applicable bid items and no additional payment will be made, therefore. GENERAL ITEMS (SEE GENERAL PROVISIONS) See GENERAL PROVISIONS for DESCRIPTION and MEASUREMENT AND PAYMENT of these BID ITEMS. BID ITEM 1 — MOBILIZATION/DEMOBILIZATION, BONDS & INSURANCE BID ITEM 2 — WATER POLLUTION CONTROL AND IMPLEMENT BEST MANAGEMENT PRACTICES BID ITEM 3 — TRAFFIC HANDLING & CONSTRUCTION AREA SIGNS Citywide Major Thoroughfare Median Turf Removal —Via Princessa G-3 DocuSign Envelope ID: 99F55CB5-6088-4253-B34A-AOC0057C5C29 TRAFFIC ITEMS BID ITEM 4 — REMOVE EXISTING TRAFFIC SIGNS AND POSTS; INSTALL NEW TRAFFIC SIGNS AND POSTS A. SCOPE Work shall incorporate the removal and disposal of existing signage, construction of new signage, as shown on the Plans or as directed by the City Project Manager. B. MATERIALS & METHOD Existing signs to be removed are indicated on the Plans. Each post shall be completely removed unless otherwise specified on the Plans or these Special Provisions. Contractor is responsible for salvaging and disposing of signs that are no longer needed. C. MEASUREMENT & PAYMENT Measurement and payment for installing signage shall be based on unit prices listed below. Payment shall include full compensation for furnishing all labor, materials, tools, equipment, disposal cost of existing parts not to be salvaged by the Agency, and all incidentals and for doing all the work involved to apply striping and construct and/or removal of signage, complete in place, as shown on the Plans, as specified in the SSPWC, and these Special Provisions, and as directed by the City Representative. Measurement and payment for BID ITEM 4 — REMOVE EXISTING TRAFFIC SIGNS AND POSTS; INSTALL NEW TRAFFIC SIGNS AND POSTS shall be based on the contract unit price per each install of new sign with signpost, anchors, and sleeves at locations in accordance with the Plans and as directed by the Engineer. Removal of existing signage as defined in the project plans is incidental to the work and shall be included in this bid item. D. SUBMITTALS Submit under provisions of Section 3-8, Submittals, of the General Provisions, the following information: • Material data sheets for signs and posts (See Sheet L1.09, detail `D') Citywide Major Thoroughfare Median Turf Removal —Via Princessa G-4 DocuSign Envelope ID: 99F55CB5-6088-4253-B34A-AOC0057C5C29 BASIC SIGN INSTALLATION REQUIREMENTS w tkw+u-s) MAP (At, unsignaltzad Wersecttana) Exhibit A (continue (At a'Ignolized inker"et ons) (At unsignallized intersections) Citywide Major Thoroughfare Median Turf Removal —Via Princessa G-5 DocuSign Envelope ID: 99F55CB5-6088-4253-B34A-AOC0057C5C29 DEMOLITION AND EARTHWORK ITEMS BID ITEM 5 — CLEARING, GRUBBING AND REMOVALS A. SCOPE The scope of work for CLEARING, GRUBBING AND REMOVALS & REMOVAL OF EXISTING TREES & TREE STUMPS shall include all labor, materials, equipment, incidentals, and for completing all work involved for removing and disposal of all natural and artificial objectionable materials from within the medians in construction areas as shown on the plans, as specified in these special provisions, and as directed by the Engineer. B. MATERIALS AND METHODS The CLEARING, GRUBBING AND REMOVALS shall be performed in accordance with SSPWC Section 300-1,"Clearing and Grubbing" and these Special Provisions and as noted on the project Plans. This item includes the removal of all objectionable material and objects from within the existing medians as shown on the plans and disposal of said material off the job site and at a location acceptable to the City Engineer. Existing structures to remain in service shall be protected and preserved and lowered or raised to finish grade and restored to service upon completion of the work. Objectionable material shall include any excess excavation not required to make finish subgrade. The removal of existing concrete curb & gutter, asphalt pavement, stamped concrete, crushed aggregate base, and excess soil are not included in the objectionable material to be removed, and shall be bid as a separate items under BID ITEMS 6, 7 & 8. Excess material shall become the property of the Contractor. This work shall include the cutting and capping of irrigation lines and removal and recycling of irrigation equipment, including wire, utility boxes, and all appurtenances, and every other related facility as now exists which is not abandoned or indicated for removal. Direction will come from the City's Authorized representative as to location of cutting and capping and recycling of removed irrigation appurtenances. All removals from within right-of-way and required protection of facilities are included in this item regardless of method of relocations, disposal, etc. Miscellaneous work and materials shall be considered incidental to this bid item and no additional payment shall be made therefor. Included in this bid item are, but not limited to, cutting and capping irrigation lines, removal and recycling of irrigation valves and other irrigation appurtenances, and removal of trees, shrubs and organic mulch in the planted areas. REMOVAL OF EXISTING TREES & TREE STUMPS - Trees to be removed shall be removed in the areas as shown on the plans. Burying the wood chips and debris generated during tree removal within the median or City right-of-way shall not be permitted. Remove entire tree, including stump, limbs, roots and other parts of the tree. Stumps and roots are to be ground and removed to a depth of 3.0 feet below Citywide Major Thoroughfare Median Turf Removal —Via Princessa G-6 DocuSign Envelope ID: 99F55CB5-6088-4253-B34A-AOC0057C5C29 finished grade within the medians. It shall be noted that existing utility facilities are in place within the medians and roots shall not be pulled to in order to restrict damage to these facilities. All roots from existing trees to be removed that are 2" in diameter and larger shall be cut at a depth of 2.0 feet below finished grade and removed. Stump void shall be replaced with excess on -site native soil or high -quality topsoil in accordance with the requirements set forth in BID ITEM 33. C. MEASUREMENT AND PAYMENT The payment for BID ITEM - 5 CLEARING, GRUBBING, AND REMOVALS will be at the contract unit price in accordance with the plans and special provisions. Such payment shall include full compensation for all labor, materials, tools, and equipment to construct this item of the work, including the removal and acceptable disposal of all natural and artificial objectionable materials from within the right-of-way in construction areas, roads, landscaping, material sites, ditches/swales, channels and as shown on the project plans. Also included in this payment is the acceptable disposal of trees & stumps and backfilling of the stump void, per these Plans and as directed by the Engineer. BID ITEMS 6 & 7 — DEMOLITION OPERATIONS D. SCOPE Existing concrete curb & gutter, asphalt pavement, stamped concrete, and crushed aggregate base shall be removed and disposed as shown on the Demolition Plans and in accordance with Section 401 of SSPWC and the City of Santa Clarita CDMMP, unless otherwise shown. The Contractor shall conduct demolition operations and debris removal to ensure minimum interference with roads, streets, walks, bike paths, and other adjacent occupied or used facilities. The Contractor shall ensure that all existing utilities remain in service and shall protect them against damage during demolition operations in accordance with Section 402-2. The Contractor shall provide barricades, coverings or other types of protection to prevent damage to existing improvements indicated to remain in place. Reinforcing or other steel may be encountered in portions of concrete to be removed. No additional compensation shall be allowed for the removal of concrete containing reinforcing or other steel. E. MATERIALS & METHODS The Contractor shall: 1) Perform demolition work in a systematic manner and use such methods as required to complete work indicated on the Plans in accordance with governing regulations. Citywide Major Thoroughfare Median Turf Removal —Via Princessa G-7 DocuSign Envelope ID: 99F55CB5-6088-4253-B34A-AOC0057C5C29 2) Perform pavement sawcutting operations to neat, straight lines to the limits designated on the Plans. Where shown on the Plans, sawcut edges shall be made with smooth radius cuts. Sawcutting operations shall comply with Section401-2 and 401-3 of SSPWC. 3) Provide services for effective air and water pollution controls as required by County Air Pollution Control District regulations and the project SWPPP. 4) Prior to commencing grading operations, soil containing debris, organics, pavement, or other unsuitable materials, shall be stripped from the proposed pavement areas. Demolition areas shall be cleared of soil disturbed during the demolition process. Depressions or disturbed areas left from the removal of such material shall be replaced with compacted fill. 5) Remove existing crushed aggregate base (CAB) beneath proposed planter areas and at locations of proposed asphalt pavement improvements. Existing CAB shall remain beneath locations of proposed stamped concrete improvements and proposed curb and gutter improvements. 6) Remove any conflicting existing striping or markings in accordance with Section 314-2 of the SSPWC, as shown on the Plans, as directed by the City Traffic Engineer, and according to the following regulations: a) Prior to the removal of any existing traffic markings and lines the Contractor shall determine by the appropriate laboratory analysis' if the paint for thermoplastic residue contains lead. Lead is a common constituent in many traffic paints and thermoplastic; when lead is present the Contractor will be subject to a lead compliance plan (CCR Title 8, §1532.12) prepared and signed by a Certified Industrial Hygienist. Depending on the lead concentration, the paint and/or thermoplastic residue may be hazardous waste and require special handling and disposal. The Contractor shall submit analytical test results of the residue from removal of yellow thermoplastic and yellow painted traffic stripe and pavement marking, including chain of custody documentation, for review and acceptance by the City. b) The Contractor shall provide the appropriate equipment to completely remove all existing traffic striping or markings that may be confusing to the public. This equipment shall meet all requirements of the air pollution control district having jurisdiction and the lead compliance plan, if applicable. All residual material shall be removed from the pavement without delay as the removal operation progresses. Removal of striping by alternative methods may be permitted when in compliance with the lead ' Make necessary arrangements to test the yellow thermoplastic and yellow paint hazardous waste residue as required by the disposal facility and these Special Provisions. Testing must include, at a minimum, total lead by EPA Method 6010C, total chromium by US EPA Method 7000 series, soluble lead by California Waste Extraction Test, soluble chromium by California Waste Extraction Test, soluble lead by Toxicity Characteristic Leaching Procedure, and soluble chromium by Toxicity Characteristic Leaching Procedure. 2 htia.i//www.d'ir.ca.qov/Title8/1532 1.htm Citywide Major Thoroughfare Median Turf Removal —Via Princessa G-8 DocuSign Envelope ID: 99F55CB5-6088-4253-B34A-AOC0057C5C29 compliance plan (if applicable) and approved by the Engineer. c) Existing markings and striping which are to be abandoned or obliterated shall be removed by appropriate methods. If lead is not present wet sandblasting shall be used. Alternate methods of paint removal are required to be in compliance with the lead compliance plan (if applicable) and receive prior approval of the Engineer. Obliteration of traffic striping with black paint or light emulsion oil shall be done only with the prior approval of the Engineer. Existing signs to be removed are indicated on the Plans. Each post shall be completely removed unless otherwise specified on the Plans or these Special Provisions. The resulting hole shall be backfilled with native soil in kind. If the sign is in the sidewalk, the sidewalk shall be patched with concrete. Removed signs shall be delivered to the City of Santa Clarita, Field Services Department, unless otherwise instructed by the City Representative. F. MEASUREMENT & PAYMENT Measurement and payment for Demolition Operations shall be based on unit prices listed below. Payment for these items shall include full compensation for furnishing all labor, materials, tools, equipment and incidentals and for doing all the work involved in Demolition Operations, complete in place, as shown on the Plans, as specified in the SSPWC and these Special Provisions, and as directed by the City Representative. Measurement and payment for REMOVE EXISTING STAMPED CONCRETE shall be based on the contract unit price per square foot per the dimensions on the Plans and as directed by the Engineer. Measurement and payment for REMOVE EXISTING CONCRETE CURB AND GUTTER shall be based on the contract unit price per linear foot per the dimensions on the Plans and as directed by the Engineer. Measurement and payment for temporary striping removal and temporary signage removal shall be according to the Traffic Handling and Construction Area Signs section of these Special Provisions. G. SUBMITTALS Submit under provisions of Section 3-8, Submittals, of the General Provisions, the following information: Demolition Plan; indicate methods to be employed, equipment, procedures, and disposal sites and proposed haul routes. Include in the plan, safety measures in accordance with applicable codes including signs, barriers and temporary walkways. Permits and Notices authorizing demolition. Citywide Major Thoroughfare Median Turf Removal —Via Princessa G-9 DocuSign Envelope ID: 99F55CB5-6088-4253-B34A-AOC0057C5C29 BID ITEM 8 — SOIL REMOVAL AND DISPOSAL A. SCOPE Native soil in the planter areas shall be removed from the site, at the depth of 6" below top of adjacent maintenance strip surface as defined in the project plans, and disposed of in accordance with all local, state and federal standards. See Bid Item 9 for import of topsoil. Amendments and soil conditioning for planting purposes to be as defined in Bid Item 33. B. MEASUREMENT & PAYMENT Measurement and Payment for SOIL REMOVAL AND DISPOSAL shall be made at the contract price per cubic yard removed, and disposed of according the City and state standards. Toxic soils shall be disposed of only in sites designated and approved by City, state and federal agencies to receive the materials. The contract price shall include full compensation for furnishing all labor, materials, tools, transportation, equipment and incidentals, and for doing all work involved in removing and disposing of soil as specified in the Standard Specifications, in the special provisions, and as indicated on the plans and attached soils report. No additional money shall be paid therefore. C. SUBMITTALS Submit under provisions of Section 3-8, Submittals, of the General Provisions, the following information: • Permits • Haul Routes BID ITEM 9 — EARTHWORK A. SCOPE This section includes all work appurtenant to earthwork and grading operations including, but not limited to, placing and compacting fills to rough grade elevations, grading for drainage, and import and export of earth fill material. All work shall be completed as described in Section 300 of the SSPWC. B. MATERIALS & METHOD The Contractor shall accept or confirm existing topographic information, shall review the site and make his own interpretations and conclusions with respect thereto, and shall perform an independent earthwork estimate on which to base the bid. Fill material, if required, shall be native material from the site and as follows: Citywide Major Thoroughfare Median Turf Removal —Via Princessa G-10 DocuSign Envelope ID: 99F55CB5-6088-4253-B34A-AOC0057C5C29 Fill materials shall be free of deleterious, organic, and hazardous materials, unsuitable debris, and shall not contain oversize materials greater than 4- inches in maximum dimension. On -site, (native) excavated materials may be used as General or Select Fill if it meets the specifications, as stated above, and Section 300-4 of the SSPWC for said materials. Provided that the contractor does selective stockpiling, screening and mixing of granular materials, it is expected that the on -site material will be suitable for use as General and Select Fill. If on -site material is not suitable and/or additional import material is required it shall be the Contractor's responsibility to perform the work and no additional compensation will be allowed therefore. Topsoil shall be imported natural, fertile, friable soil possessing characteristics representative of productive growing soils in the Project area and meet the requirements of Section 800-1.1 of the SSPWC. Topsoil shall be free from weeds, nutgrass, lumps, stones, roots or similar substances. Topsoil will be rejected if excessively acid or alkaline, or if it contains toxic substances harmful to plant growth. Before starting excavation, the Contractor shall establish the location and extent of existing underground utilities occurring in work area and notify utility companies to remove and relocate lines which are in way of excavation. All abandoned utility service lines shall be removed from areas of excavation; cap, plug or seal such lines and identify at grade. The Contractor shall also protect plant life remaining as part of final landscaping. Bench marks, existing structures, fences, sidewalks, paving, and curbs not shown to be removed shall be protected from excavation equipment and vehicular traffic. Any damage to said objects scheduled to remain shall be replaced by the Contractor at no additional cost to the City. Subsoil will be excavated in accordance with lines and levels required for the construction of Work, including space for form construction, bracing and shoring, waterproofing application, and inspection. The Contractor shall stockpile excavated clean fill for reuse where directed and remove excess or unsuitable excavated fill from the site. The Contractor shall place acceptable fill material according to SSPWC Section 301-1 in layers to required subgrade elevations for each area classification listed below: 1) In excavations, use satisfactory excavated or borrowed material. 2) Under landscaped areas, use satisfactory excavated or borrowed materials. 3) Under walks and pavements, use sub -base material, or satisfactory excavated or borrowed material, or combination of both. 4) Under piping and conduit, use sub -base material where sub -base is indicated under piping or conduit and shape to fit bottom 90 degrees of cylinder. Citywide Major Thoroughfare Median Turf Removal —Via Princessa G-11 DocuSign Envelope ID: 99F55CB5-6088-4253-B34A-AOC0057C5C29 The Contractor shall uniformly grade all areas to a smooth surface, free from irregular surface changes. The Contractor shall comply with compaction requirements and grade to the cross sections, lines, and elevations indicated on the Plans. If during the progress of Work tests indicate that compacted materials do not meet specified requirements, the Contractor will remove defective work, replace and retest at no additional cost to the Owner. Newly graded areas are to be protected from traffic and erosion. Where completed compacted areas are disturbed by subsequent construction operations or adverse weather, the Contractor shall scarify the surface, re -shape, and compact to required density prior to further construction at no additional cost to the City. C. MEASUREMENT & PAYMENT Measurement and payment for EARTHWORK & ROUGH GRADING shall be based on the contract unit price per cubic yard of net import soil per the dimensions on the Plans. The Contractor shall be responsible for furnishing all labor, materials, tools, equipment, and incidentals and for doing all the work involved in EARTHWORK & ROUGH GRADING, complete in place, as shown on the Plans, as specified in the SSPWC and these Special Provisions, and as directed by the City Representative. D. SUBMITTALS Submit under provisions of Section 3-8, Submittals, of the General Provisions, the following information: • Soil import samples (if applicable) HARDSCAPE ITEMS BID ITEM 10 — CONCRETE CURB & GUTTER A. DESCRIPTION This section consists of furnishing all labor, materials and equipment necessary and incidental to constructing concrete pavement, curbs, gutters, sidewalks, ramps, and bus pads for roadways to the limits and at locations shown on the Contract Drawings and as specified by the Engineer. SUBMITTALS 1. Compliance: Submit Mix Designs for Review and approval by the Engineer. 2. Submit manufacturers' and Supplier's Certification and test reports that materials delivered to the site are in compliance with the specifications. Citywide Major Thoroughfare Median Turf Removal —Via Princessa G-12 DocuSign Envelope ID: 99F55CB5-6088-4253-B34A-AOC0057C5C29 QUALITY ASSURANCE 1. Establish and maintain required lines and elevations. Make gradual and smooth transitions to existing curbs, gutters and sidewalks, etc. B. CONSTRUCTION MATERIALS Materials for concrete curb and gutters shall conform to the requirements of Section 200-2.4, 201-1, 201-3, 201-4, 201-5, 204-1, and 303-5 of the Standard Specifications. 1. Concrete for Curbs, curb and gutter, sidewalk, ramps, cross gutters and alley intersections shall be Class 520-C-2500. 2. Concrete curing compound shall be Type 1-D - clear or translucent with fugitive dye and shall comply with the requirements as set forth by 201- 4.1 of the SSPWC. Application rate shall be one gallon per 150 square feet. 3. Each load of PCC shall be placed within 1.5 hours after it is batched at the plant. Additionally, PCC shall be less than 32°C (90'F) when placed. 4. All PCC not meeting these requirements shall be rejected. 5. Crushed Miscellaneous Base (CMB) shall comply with the requirements as set forth by 200-2.4 of the SSPWC. C. CONSTRUCTION METHODS Concrete curb and gutters shall be constructed to the lines and grades shown on the plans and shall comply with the construction methods set forth in and Section 303-5 and Section 301 of the Standard Specifications. D. MEASUREMENT AND PAYMENT Concrete curb and gutters shall be measured and paid for at the contract unit price as listed below in accordance with Section 303-5.9 of the Standard Specifications and shall include full compensation for furnishing all labor, materials, tools, equipment, incidentals, and for doing all work involved in constructing concrete curb, gutters, sidewalks, ramps etc. complete in place, as shown on the plans and as directed by the Engineer. 1. SP3.7A — 6" PCC curb and gutter per APWA 120-2 (A2-6) and (A3-6) shall be measured and paid for at the contract unit price per linear foot. BID ITEM 11 — ASPHALT CONCRETE PAVEMENT WITH BASE (MINIMUM 4.5") A. DESCRIPTION This section consists of furnishing all labor, materials and equipment necessary and incidental to placing asphalt concrete and constructing asphalt concrete Citywide Major Thoroughfare Median Turf Removal —Via Princessa G-13 DocuSign Envelope ID: 99F55CB5-6088-4253-B34A-AOC0057C5C29 pavement to the limits and at the locations shown on the Contract Drawings and as directed by the Engineer. SUBMITTALS 1. Compliance: Submit Mix Designs for Review and approval by the Engineer. 2. Submit manufacturers' and Supplier's Certification and test reports that materials delivered to the site are in compliance with the specifications. QUALITY ASSURANCE 1. Establish and maintain required lines and elevations. Make gradual and smooth transitions to existing pavement. 2. Materials not meeting the requirements shall not be used in the work. B. CONSTRUCTION MATERIALS Asphalt binder emulsion for use as a binder (tack coat) shall be SS-1 h, and shall be applied at the rate of 0.8 gallons per square yard to the entire resurfacing area designated for new pavement. Asphalt emulsion shall comply with the requirements as set forth by 203-3 of the SSPWC. Asphalt concrete (AC) shall comply with the requirements as set forth by Section 203-1 and 203-6 of the SSPWC and shall be as follows, unless otherwise indicated: AC III-D-PG-64-10 3/8" maximum C. CONSTRUCTION METHODS All work shall conform to 302-5 of the SSPWC. The work shall further consist of preparing sub grade prior to the paving. Such work shall include controlling nuisance water, watering, and removing loose and broken asphalt concrete pavement and foreign material as specified or as required by the Engineer. Pavement sub grade shall be compacted to 95 percent (95%) relative compaction at least one foot deep prior to placement of the pavement section. Prior to paving operations, the sub grade shall be check rolled to locate any unstable or pumping areas. The areas identified as unstable or pumping by the Engineer shall be stabilized per the direction of the Engineer. As shown on the plans, where new asphalt concrete pavement is placed against existing pavement, the existing pavement shall be saw cut along neat vertical lines. AC pavement shall be removed to clean, straight saw cut lines. The exposed edges of the existing pavement surfaces shall be painted with asphalt tack coat in accordance with 302-5.4 of the SSPWC. Citywide Major Thoroughfare Median Turf Removal —Via Princessa G-14 DocuSign Envelope ID: 99F55CB5-6088-4253-B34A-AOC0057C5C29 D. MEASUREMENT AND PAYMENT AC pavement shall be measured and paid for at the contract unit price per ton of AC pavement constructed per the project specifications and plans. The contract unit price shall represent full compensation for AC pavement construction within the project limits including all labor, equipment, and materials necessary to perform the work per the plans and specifications. The work includes, but is not limited to, traffic control, sub grade preparation, saw cutting longitudinal and transverse cold joints, furnishing, placing and compacting materials required, and any corrective work. BID ITEM 12 — CONCRETE UNIT PAVERS ATOP SAND BID ITEM 13 — CONCRETE UNIT PAVERS ATOP CONCRETE A. SCOPE The paving within the medians shall be concrete unit pavers. The concrete pavers define the maintenance strips along back of curb and the extended paving areas at the noses of the medians as shown on the project plans. The paver installation within the medians shall be similar to the completed paver medians on the recently completed Via Princessa project West of Sierra Highway. Concrete pavers within the maintenance strips along the back of curb shall be mortared in place over a concrete base. Concrete pavers installed at the noses shall be set atop a sand setting bed with compacted aggregate sub -base. The scope of work shall include concrete pavers with sand or concrete base, portland cement concrete, reinforcement, mortar/grouts/sand setting bed, and shall include the preparation of subgrade, placement of concrete sub slab, pavers, stabilizing sand placement, and all other work needed for the paver installation, complete and in place per plans and specifications. Contractor must be have prior paver installation experience for at least two (2) jobs of similar scope and installation method. The Contractors Crews shall also be trained by the Interlocking Concrete Paver Institute. ( wJcrsc.org). The job locations need to be listed in the "reference" page in the section C. Contractor can also generate additional sheets for references. B. MATERIALS Concrete Unit Pavers Pavers shall be similar to `Castle Cobble I' with an equal parts color blend of sand/stone/mocha by Angelus Block. The pavers shall be placed in a random running bond pattern perpendicular with the curb. Note: pavers have an exposed "Face" side and a bottom "Back" side, install pavers with the face side up. Prepare paving pattern sample layouts, including: one 4' long sample of maintenance strip; and one nose sample (field) 4' x 4' for approval by the City Representative. These units shall conform to ASTM specifications with a minimum compressive strength of 8000 psi and a maximum of 7% absorption. The paver units shall have Citywide Major Thoroughfare Median Turf Removal —Via Princessa G-15 DocuSign Envelope ID: 99F55CB5-6088-4253-B34A-AOC0057C5C29 a chamfer around the top edge of the unit. Pavers within the medians shall have a thickness of 60 mm. Provide only sound pavers free of defects that could interfere with proper installation or reduce the service life of the finished work. Minor cracks and minor chipping incidental to methods of manufacture or handling are subject to visual inspection and the Engineer's acceptance. Excessive cracks and chips will be cause for rejection. There must be no efflorescence evident upon visual inspection of the pavers at the project site. Bedding & Joint Sand Provide bedding and joint sand as follows: 1. Washed, clean, non -plastic, free from deleterious or foreign matter, symmetrically shaped, natural or manufactured from crushed rock. 2. Do not use limestone screenings, stone dust, or sand for the bedding sand material that does not conform to conform to the grading requirements of ASTM C 33. 3. Do not use mason sand or sand conforming to ASTM C 144 for the bedding sand. 4. Sieve according to ASTM C 136. 5. Bedding Sand Material Requirements: Conform to the grading requirements of ASTM C 33 with modifications as shown in Table 1. Table 1 Gradation Requirements for Bedding Sand ASTM C 33 Sieve Size Percent Passing 3/8 in. 9.5 mm 100 No. 4 4.75 mm 95 to 100 No. 8 2.36 mm 85 to 100 No. 16 1.18 mm 50 to 85 No. 30 0.600 mm 25 to 60 No. 50 0.300 mm 10 to 30 No. 100 0.150 mm 2 to 10 No. 200 0.075 mm 0 to 1 1. Joint Sand Material Requirements: Stabilizing joint sand shall be similar to 'PolySweep Polymeric Sand - Tan' as provided by SEK-Surebond and modifications in Table 2 below: Table 2 Grading Requirements for Joint Sand ASTM C 144 ASTM C 144 Natural Sand Manufactured Sand Sieve Size Percent Passing Percent Passing No. 4 4.75 mm 100 100 No. 8 2.36 mm 95 to 100 95 to 100 No. 16 1.18 mm 70 to 100 70 to 100 No. 30 0.600 mm 40 to 75 40 to 100 No. 50 0.300 mm 10 to 35 20 to 40 No. 100 0.150 mm 2 to 15 10 to 25 No. 200 0.075 mm 0 to 1 0 to 10 Citywide Major Thoroughfare Median Turf Removal —Via Princessa G-16 DocuSign Envelope ID: 99F55CB5-6088-4253-B34A-AOC0057C5C29 Concrete Base and Mortar Bedding PCC (Portland cement concrete) paver base shall be Type II 560-C-2500 and shall comply with the requirements set forth in 201-1 of the SSPWC. Reinforcement shall be 1.51b of reinforcing fiber per cu. Yard of concrete. Fiber to be Supernet Fiber as provided by Forta Corporation, or equal. Setting bed bond coat shall be applied to the finished surface of the P.C.C. before the cement/mortar setting bed is installed. Setting bed bon coat shall consist of a mixture of cement, sand and water or liquid latex additive. Typical proportions of sand and cement are equal parts of each material with water or latex added so that a creamy consistency is achieved, suitable for brushing onto the concrete Cement setting bed shall consist of at least a 1/" to 1" layer of Type M mortar conforming to ASTM C270. Type S mortar shall be mixed with 1 part Portland cement, upt o 1/4 part lime and 2'/2 to 3 parts sand. The aggregate for the setting bed mortar should comply with the requirements of ASTM C144. C. METHODS Construct concrete base on an approved subgrade compacted to 95% relative density. Pavers atop mortar setting bed Mortar shall be the same material as used in the cement setting bed. The mortar shall be mixed with water or latex additive. If an additive is used, the manufacturer's directions should be followed. Pavers atop sand setting bed Place base course materials on an approved undisturbed soil base or soil compacted to 95% relative density. Spread base course material and compact to 95% of maximum unit weight. Screed, level, and shape 3/4"-1" deep sand base course surface to required grade and cross section within a tolerance of 1/8 inch. In all locations the paving is to be contained an adjacent curb. Spread bedding and leveling course materials evenly over the entire area to be paved, screed leveling sand to a level that will provide a minimum 3/4-inch thickness when the pavers are placed and vibrated. Protect completed bedding and leveling course from damage until covered with paver units. Do not pre - compact leveling course. Correct any unsatisfactory substrate or installation conditions prior to placing any pavers. Where cutting is required, use the largest size pavers possible. No cuts narrower than 1 '/2" on edge of paved surface. Follow Angelus Block pavers specifications for minimum size paver cuts. Industry standards are no smaller than 1/3 of a paver. Cut pavers to provide required pattern and to neatly fit adjoining work. Citywide Major Thoroughfare Median Turf Removal —Via Princessa G-17 DocuSign Envelope ID: 99F55CB5-6088-4253-B34A-AOC0057C5C29 Where median changes direction or maintenance strip meets field pavers aligned with opposite curb, adjust the direction of pavers by turning the pavers and providing wedge cut pavers to make adjustment. Do not space out pavers to accomplish a turn or change in direction. Ragged paver cuts will not be accepted. Cut through the full thickness of the pavers. Vibrate pavers installed on sand only to final grade with three or more passes of a vibrating plate compactor. After the first pass, brush joint filler material over the surface and vibrate into the joints with additional passes. Completely fill joints with stabilizing joint sand. After final vibrating, the surface must be true to grade and not vary by more than 1/4 inch when tested with a 10-foot straightedge at any location on the surface. Note — Do not vibrate pavers set in mortar at maintenance strip / safety walk, instead broom sand in place. Remove and replace pavers that are broken, chipped, stained, or otherwise damaged. Provide new matching pavers, install as specified to minimize evidence of replacement. The pavers being installed with sliver cuts less than the Industry standard is not acceptable and the Contractor will be asked to remove and replace them at their own expense. Clean pavers during installation and upon completion of the work. Repair damage to adjacent areas resulting from paver installation operations, as directed by the City Representative. Remove and properly dispose of all excess material and debris upon completion of paver installation. D. MEASUREMENT AND PAYMENT The contract square foot price paid for CONCRETE UNIT PAVERS ATOP SAND AND CONCRETE UNIT PAVERS ATOP CONCRETE, shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals and for doing all the work involved in purchasing, storing and installing the pavers as specified in the Standard Specifications and these Special Provisions, as shown on the plans and as directed by the City Representative. Base material including compacted base, sand setting bed, concrete base and mortar shall be included in the price paid for concrete pavers. IRRIGATION ITEMS A. SCOPE, MATERIALS AND METHODS 1.0 GENERAL This section sets forth the requirements for Irrigation System Improvements. Perform the work in accordance with Sections 800 — Landscape and Irrigation Materials and 801 — Landscape and Irrigation Installation of the SSPWC, latest edition, as modified and supplemented below. 1.1 Work Included — Citywide Major Thoroughfare Median Turf Removal —Via Princessa G-18 DocuSign Envelope ID: 99F55CB5-6088-4253-B34A-AOC0057C5C29 1. Furnish and install sleeving, boring, piping, fittings, sprinkler heads, valves and accessories. 2. Furnish and install all electrical connections and wiring. 3. Excavate and backfill trenches. Place lateral and main irrigation lines as depths detailed on the plans within +/-1". 4. Testing as indicated in the notes and specifications and as required by the governing agency. 5. Installation and end of maintenance walk and corrections. 6. Ninety -day maintenance period. (2 Total) 7. One year guarantee of Irrigation work and materials. 1.2 Related Work Specified Elsewhere A. Landscape Planting and Maintenance B. Weekly attendance by superintendent C. Repair of irrigation system until project is accepted. 1.3 Protection of Work The Contractor shall adequately protect the work, adjacent property and the public, and shall be responsible for any damage, injury and/or loss due to the construction of the irrigation system. Damaged facilities shall be repaired within a reasonable amount of time at no additional cost to the City. All existing irrigation systems shall be kept in operation at all times. If the Contractor damages an existing system, it shall be repaired immediately, at no additional cost to the City. If damaged by the public, the City shall compensate the contractor for the cost of the repair. After each repair, all heads of the repaired lateral(s) shall be removed and flushed so the lines can be clear of all dirt and foreign matter. 1.4 Submittals Submittals shall be in accordance with Section 2-5.3 Submittals and as specified herein. A. Materials List. Within fifteen (15) calendar days from the award of contract, the Contractor shall provide a materials list of all irrigation equipment as specified in the drawings, manufacturer's brochures, maintenance manuals, guarantees and operating instructions. B. Shop Drawings. Within fifteen (15) calendar days from the award of contract, the Contractor shall provide shop drawings as required or necessary to complete the work. C. Schedule of Work. Within fifteen (15) calendar days from the award of contract, the Contractor shall provide a proposed Schedule of Work. D. Record Drawings. The Contractor shall provide and keep up-to-date "As -Built" drawings on the job site at all times. The Contractor shall record accurately on one set of "As -Built" drawings all changes in the work constituting departures from the original approved drawings. The changes and dimensions shall be Citywide Major Thoroughfare Median Turf Removal —Via Princessa G-19 DocuSign Envelope ID: 99F55CB5-6088-4253-B34A-AOC0057C5C29 recorded in a legible and workmanlike manner. All dimensions shall have two (2) permanent points of reference, such as the roadway station points or measures along median center lines. Prior to the landscape architect of record construction certification, the Contractor shall provide corrected and completed sepia mylars of the Record Drawings. Delivery of the sepias will not relieve the Contractor of the responsibility of furnishing information that may have been omitted from the prints. The following items shall be shown on the Record Drawings. 1. Connection of existing water lines. 2. Water meter(s). 3. Electrical power connection. 4. Electrical meter(s). 5. Controller(s). 6. Routing of mainlines. 7. Sleeves. 8. Gate Valves. 9. Ball Valves. 10. Remote Control Valves. 11. Quick Coupling Valves. 12. Other Related Equipment. 13. The area watered by each Remote Control Valve E. Controller Charts. Prior to final acceptance, the Contractor shall provide to the City Representative two (2) hermetically sealed, controller charts illustrating valve numbers, gpm's and permanently colored locations of the area covered by each valve.. The controller charts shall be of a size that will fit inside the door of the controller cabinet. Controller charts will identify to the nearest foot the locations of mainlines, sleeves valves, controllers and point of connection appurtenances. The controller charts shall reflect any changes made during construction. A copy of each controller chart shall be provided to the City prior to installation certification by the City. F. Operation and Maintenance Manuals. Prior to final acceptance, the Contractor shall deliver two (2) hard cover, three-ring binders containing: 1. Index sheet stating the Contractor's address and telephone number, list of equipment and addresses of local manufacturer's representatives. 2. Catalog and parts sheets on every material and all equipment installed under this contract. 3. Guarantee statement. 4. Complete operating and maintenance instruction on all major equipment. G. Equipment to be Furnished. Prior to final acceptance, the Contractor shall provide the following equipment as part of this contract: 1. Two sets of keys for all controllers and enclosures. 2. Two wrenches for each type of sprinkler head. 3. Two quick coupler keys with hose swivels. 1.5 Quality Assurance and Requirements Citywide Major Thoroughfare Median Turf Removal —Via Princessa G-20 DocuSign Envelope ID: 99F55CB5-6088-4253-B34A-AOC0057C5C29 A. Permits and Fees. See General Provisions, Section 2-2 for payment of permits and fees for Capital Improvement Projects. B. Manufacturer's Instructions. Manufacturer's instruction and detailed drawings shall be followed in all cases where the manufacturers of materials used in the contract furnish directions covering points not shown in the drawings and specifications. C. Ordinances and Regulations. Contractor shall abide by all applicable local, state and federal rules and regulations relating to the Work Included. All work and materials shall be in full accordance with the latest rules and regulations of the National Electric Code, Uniform Plumbing Code. D. Explanation of Drawings. Due to the scale of drawings, it is not possible to indicate all offsets, fittings, sleeves, etc. The Contractor shall be fully acquainted with the site prior to construction. Drawings are diagrammatic and are generally indicative of the work to be completed. The work shall be installed in such a manner as to avoid conflicts between irrigation systems, planting and architectural features. Any discrepancies in the plans or with existing field conditions shall be brought to the attention of the Landscape Architect immediately. The Contractor shall not willfully install the irrigation system as shown on the drawings when it is obvious in the field that obstructions, grade differences or discrepancies in area dimensions exist that might not have been considered in the Landscape Design. In the event that notification is not performed, the Contractor shall assume full responsibility for any revision necessary. E. Correction of Work. Any and all discrepancies or unsatisfactory work shall be corrected by the Contractor at no additional cost to the City. The correction of work shall be finished within a reasonable period of time mutually agreed upon between the City and the Contractor. 1.7 Guarantee and Replacement Written Guarantee. The Contractor shall furnish a written guarantee of materials and workmanship for a period of one (1) year from the date of final acceptance. The Contractor shall repair or replace defective items within a reasonable time, but not more than 14 calendar days, from notification by the City at no addition cost to the City. 2.0 MATERIALS Add the following to Section 800-2.1.1 General. All new equipment shall meet the requirements for recycled/reclaimed water use and be purple in color or include tags and marking consistent with County of Los Angeles Health Department requirements for use of reclaimed and /or recycled water. Piping shall be as follows: Citywide Major Thoroughfare Median Turf Removal —Via Princessa G-21 DocuSign Envelope ID: 99F55CB5-6088-4253-B34A-AOC0057C5C29 1. The service line from the metered Point of Connection (P.O.C) through the backflow prevention device shall be: Type K copper or red brass. 2. All pressurized mainlines 2" and smaller shall be: SCH 40 solvent -weld P.V.C. 3. All pressurized mainlines 2 1/2" to 3" shall be: CL 315 solvent -weld P.V.C. 4. Pressurized mainlines greater in diameter than 3" shall be: CL 315 bell and gasket P.V.C. 5. Lateral lines up to 2" shall be: SCH 40 solvent -weld P.V.C. 6. Lateral lines greater than 2" shall be /cl 315 solvent -weld P.V.C. 7. All fittings shall be SCH 40 P.V.C. and conform to the latest ASTM standards. 8. All threaded nipples shall be SCH 80 P.V.C. with molded threads. 9. All male threaded fittings shall receive 1/4" Teflon tape during installation. 10. All reclaimed piping shall conform to all State, Federal, and Local codes and regulations and shall be marked accordingly. 11. All piping shall be installed subsurface. Pipe on grade shall not be allowed unless written preauthorization has been given by the City. Modify Section 800-2.1.3 Plastic Pipe for Use with Solvent Weld Socket or Threaded Fittings to delete any reference to Schedule 80 pipe for pressurized pipe. Add the following after paragraph 3: "Thrust blocks shall be placed at each change or direction in the mainline sized 3" and larger and shall be per manufacturer's recommendation. All fittings shall be Schedule 40 PVC connected with primer and solvent per manufacturer's recommendations. Plastic pipe shall bear the following markings: manufacturer's name, nominal pipe size, schedule or class, type of material, pressure rating, NSF seal of approval, and the date of extrusion. All fittings shall bear the manufacturer's name or trademark, materials, designation, size, applicable schedule and NSF seal of approval." Add the following at the end of Section 800-2.2.1 General: "Provide and install one valve box for each Ball Valve, Gate Valve, Remote Control Valve, or Quick Coupler." Delete Section 800-2.2.7 Valve Boxes in its entirety and replace it with: "Valve Boxes. Valve boxes shall be made from a durable plastic material resistant to weather, sunlight and chemical action of soils. They shall be purple in color to denote use of recycled water. The cover shall be secured with a stainless steel bolt down mechanism and shall be able to sustain a load of 1,500 psi. Valve box extensions shall be by the same manufacturer as the valve box. All valve boxes shall be manufactured by Ametek, Carson, or approved equal." Add "Section 800-2.3.1 Master Valve and Flow Meter Assembly Each Point of Connection shall include a Master Valve and Flow Meter Assembly (See irrigation legend). The Master valve shall be as recommended by the controller manufacturer. The master valve shall be wired back to the Controller and have the ability to shut down the irrigation system in case of a high flow occurrence such as a mainline break." Add: "Section 800-2.6 Check Valves: Check valves shall be installed on all heads or on laterals which have a differential in elevation or 3' or more or as needed to prevent laterals from draining after the system has been shut down. Spring -loaded check valves shall be of plastic Citywide Major Thoroughfare Median Turf Removal —Via Princessa G-22 DocuSign Envelope ID: 99F55CB5-6088-4253-B34A-AOC0057C5C29 construction with soft composition disks. Spring tension shall be adjustable from 4 psi to 15 psi. They shall be located in the swing assembly or be integrated into the sprinkler body. Check valves shall be Valcon ADV, Rain Bird, Hunter, Toro, or approved equal." Add: "Section 800-2.7 Sleeves All piping which is located under hardscape surfaces shall be placed in CL 315 sleeves a minimum of 2 times the line size. Control wires shall be placed in a separate conduit adjacent to the pipe sleeving." All fittings and valves shall be brass and/or stainless steel. All piping shall be copper. A pressure gauge shall be installed with a capacity to read up to at least 150 psi. Modify Section 800-3.2.1 Conduit. Conduit shall be SCH 40 PVC plastic, gray in color. Add the following at the end of Section 800-3.2.2 Conductors. "Control wires shall be a different color for each controller valve. Common wires shall be white. Each controller shall have an independent common wire. Wiring shall be in brown line scheduled 40 sleeve and shall be installed along the same route as the new lateral line where possible with the exception of road and sidewalk crossings. Control wires shall be separately sleeved in Schedule 40 conduit under all paved surfaces. Where wire is placed in the mainline trench, the wiring shall be taped together at interval of ten (10) feet. A two (2) foot expansion curl shall be provided within three (3) feet of each wire connection. Wire connections shall be grease type connectors, 3M DBY Direct Bury Splice Kit PN-09053, or approved equal. Use one kit per connection. Three continuous spare control wires, blue in color, shall be installed with all pressurized Mainline(s) from the controller enclosure to the ends of the Mainline." Add the following at the end of Section 800-3.3 Controller Unit: "All controller components shall be fused and have a chassis ground. All controllers shall be equipped with a 4" x 4" electrical junction box, with an on/off switch, and a grounded receptacle mounted inside the enclosure. The controller enclosure shall be vandal -resistant and stainless steel manufactured as indicated on the irrigation legend and approved by the City Representative in writing. The enclosure shall be installed per the manufacturer's recommendations and as approved by the City Representative. The Controller Unit shall be compatible with the City's irrigation controller standards. The Controller shall include communication capabilities, complete and operational, all other incidental equipment required to meet City controller standards." 3.0 EXECUTION Add the following to the end of Section 801-5.1 General: "Contractor shall use extreme caution in working near utilities. The Contractor shall be responsible to call Underground Service Alert of Southern California, a.k.a. Dig Alert for location of utilities. The Contractor shall be responsible for damages to utilities that are caused by his/her operations or neglect. The Contractor shall verify Citywide Major Thoroughfare Median Turf Removal —Via Princessa G-23 DocuSign Envelope ID: 99F55CB5-6088-4253-B34A-AOC0057C5C29 all grades and installation conditions. No work shall begin until unsatisfactory conditions are corrected." Modify Section 801-5.3.1 General, second paragraph: Pipe shall be bedded in 3" of sand above and below the pipe rather than 2". Add the following at the end of Section 801-5.3.1 General: A. Staking of Lines. Prior to installation, the Contractor shall verify all pressure supply lines, routing, and location of water distribution heads are existing except when noted on the plan. The City shall approve the location of all equipment and Point(s) and Connection prior to installation. B. Existing Water Supply. The irrigation system shall be connected at the approximate location shown on the plans and approved in the field by the City Representative. C. Existing Electrical Supply. Electrical connections for the controller are existing. D. Observation Schedule. The Contractor is responsible for notifying the Inspector in advance for the following meetings/inspections: 1. Mainline pressure test — 48 hours 2. Lateral line & head installation — 48 hours 3. Coverage test — 48 hours 4. Final turn over — 7 days E. Installation. 1. Trenching. a. Trenches shall be straight, on an even grade, and in the approximate location shown on the plans. b. Where it is necessary to excavate adjacent to existing trees, the Contractor shall take every precaution to avoid injury to the trees or their roots. No backhoe or trenchers shall be used within the tree dripline, unless City Representative is on site. Hand digging is required within tree driplines. All roots 2" and larger shall be tunneled under and shall be heavily wrapped with burlap to prevent scarring or excessive drying. When the roots are smaller than 2" in diameter, the wall of the trench adjacent to the root shall be hand trimmed, making clean cuts through the roots. Trenches adjacent to the root shall be closed within twenty-four (24) hours. Where this is not possible, the side of the trench adjacent to the tree shall be kept moist and shaded with burlap or canvas. c. Provide a minimum cover of 24" over all pressurized mainlines. d. Provide a minimum cover of 18" over all non -pressurized lateral lines. e. Provide a minimum cover of 24" for all control wire. (new wire is installed on grade) f. Provide a minimum of 30" cover under AC paving and roadways. 2. Backfilling. (for lines that are not existing) Citywide Major Thoroughfare Median Turf Removal —Via Princessa G-24 DocuSign Envelope ID: 99F55CB5-6088-4253-B34A-AOC0057C5C29 Trenches shall not be backfilled until all required tests and inspection have been performed and the conditions have been approved by the City Representative. Trenches shall be filled with 3" sand above and below mainline pipes. No material larger than '/2 inch shall be permitted in the initial backfill. Backfill shall be tamped in 4-inch layers under all piping and mechanically compacted to a dry density equal to adjacent undisturbed soil in landscape areas and shall conform to adjacent grade. Truck wheels shall not be used to compact soil. If settlement occurs and subsequent adjustments in pipe, valves, valve boxes, sprinkler heads, lawn, planting, or other construction is necessary, the Contractor shall make all required adjustments at no additional cost to the City. 3. Trenching and Backfilling under Paved Surfaces. a. The Contractor shall install and cap all piping under paved surfaces prior to paving work whenever possible. b. Sleeves under existing pavement may be installed by directional boring. No hydraulic driving is permitted under AC pavement at depths less than 36". No hydraulic driving shall be permitted under concrete roadways. The Contractor shall repair any and all damage to existing facilities including paved surfaces with like materials in accordance with City standards and details. c. Any cutting or breaking of sidewalks and/or concrete that is necessary shall be completed and replaced in kind by the Contractor as a part of the contract cost. Permission to cut or break sidewalks and/or concrete shall be obtained from the City prior to start of work. d. Sleeves shall be installed a minimum of 6" beneath the bottom of the pavement subgrade or 30" from finish surface, whichever is greater. e. Mainline sleeving shall be a minimum of 2 times the line size diameter. The sleeve shall have a minimum of 1 inch clearance from the mainline and shall extend a minimum of 18" beyond such pavement unless physically impossible. In -line fittings or couplings shall not be permitted under paved surfaces except when the length of the line is greater than 20 feet. The ends of sleeves shall be capped until piping is laid. 4. Line Clearance. All lines shall have a minimum clearance of six (6) inches from each other and from lines of other trades. Parallel lines shall not be installed directly over on another. 5. Assemblies. a. Routing of lateral lines is diagrammatic. Install lines and assemblies in such a manner as to conform with the intent of the drawings, comply with the irrigation details, and provide and complete an operable irrigation system. The Contractor shall not willfully install a system, which will not fulfill the intent of adequate coverage. The Contractor shall be responsible for adjustments to system to achieve adequate coverage at no additional cost to the City. b. New remote control valve manifolds is allowed in the irrigation system. c. Install all assemblies in accordance with its respective detail. In the absence of a detail or specifications, complete the work in accordance Citywide Major Thoroughfare Median Turf Removal —Via Princessa G-25 DocuSign Envelope ID: 99F55CB5-6088-4253-B34A-AOC0057C5C29 with best standard practice with prior approval of the Landscape Architect of Record or the City Representative. d. Carefully inspect all PVC pipes and fittings to insure that they are cleaned of dirt, dust, and moisture prior to installation. Solvent welding methods shall be as recommended by the pipe, fitting, and solvent manufacturers. e. On PVC to metal connections, the Contractor shall work the metal connections first. Teflon tape or approved equal shall be used on all threaded PVC to PVC connections and on threaded PVC to metal joints. Where threaded PVC connections are required, use threaded hardening pipe dope on all threaded plastic -to -metal connections, except where noted otherwise. Delete the first sentence of paragraph two (2) of Section 801-5.5.3 Riser and Nozzle Line Installation which states "Risers for oscillation sprinklers and nozzle lines shall be galvanized steel pipe. All other risers may be galvanized steel or Schedule 80 PVC." Replace with "All risers shall be threaded Schedule 80 PVC pipe." Delete reference to single -swing joint assemblies in paragraph six (6). All riser assemblies shall be a minimum of double -swing joints. Add the following paragraph after paragraph two (2) of Section 801-5.5.4 Sprinkler Head Adjustment. "The Contractor shall adjust all irrigation components for optimum performance. There shall be no irrigation water onto walks, or roadways. If it is determined that adjustments in the irrigation equipment will provide proper and more adequate coverage, then adjustments shall be made at no additional cost to the City. Adjustments may also include, but are not limited to: changes in nozzle size, adding heads, or changing the riser locations." Add the following after the first paragraph of Section 801-5.6 Automatic Control System Installation. "The location of the controller shall be as shown on the plans and shall be approved by the City Representative before installation. The Contractor shall be responsible for coordinating the electrical service connection and connecting the controller to the power source. Remote control valves shall be connected to the controller in numerical sequence as shown on the plans." Add the following to Section 801-5.6.2.1 Pipeline Pressure Test. General. "Pressure mains shall be tested prior to the installation of control valves. Lines shall be capped at the control valve connections. Mainlines shall be tested at a pressure of 150 psi for not less than four hours. Lateral lines shall be tested at a pressure of 100 psi for not less than two hours." Add the following to the end of Section 801-5.7.4 Operational Test. "Any items deemed not acceptable by the City Representative shall be reworked to the complete satisfaction of the City Representative. The Contractor shall have turned over all accessories, charts, record drawings, and equipment as required before the project can be accepted. The Contractor shall provide certification testing for all backflow preventers by a certified backflow prevention technician. Certification shall be conducted in accordance with all State, Federal, and local codes and regulations. The Citywide Major Thoroughfare Median Turf Removal —Via Princessa G-26 DocuSign Envelope ID: 99F55CB5-6088-4253-B34A-AOC0057C5C29 original written certification shall be submitted to the City prior to acceptance of the project. The Contractor shall arrange and pay for all testing and certification. The Contractor shall complete an irrigation coverage test and have written acceptance of the same prior to beginning any planting work with the exception of planting specimen trees and palms." Add the following section: "Section 801-5.7.5 Temporary Repairs. The City reserves the right to make temporary repairs as necessary to keep the irrigation in operating condition. The exercise of this right by the City shall not relieve the Contractor of his/her responsibility under the terms of the guarantee." Add the following section: "Section 801-9 Guarantee. The Contractor shall repair or replace defective items within a reasonable time frame at no additional cost to the City. Damage to plant materials or adjacent facilities due to defective items or workmanship shall be repaired or replaced at no additional charge to the City.,, B. MEASUREMENT AND PAYMENT The contract price paid for IRRIGATION system components as listed in BID ITEMS 13-30 shall be paid at the Unit Prices as indicated in the BID SCHEDULE and as listed below shall include full compensation for installation of a functioning irrigation system, including connection to existing water source, complete in place as shown on the plans, as specified in the Standard Specifications and these Special Provisions, and as directed by the City Representative and no additional compensation will be allowed therefore. BID ITEM 14 — CONTROLLER WIRE BID ITEM 15 — CONTROLLER ENCLOSURE BID ITEM 16 — 1 1/4" REMOTE CONTROL VALVE BID ITEM 17 — 1" REMOTE CONTROL VALVE BID ITEM 18 — MASTER VALVE BID ITEM 19 — PRESSURE REGULATOR BID ITEM 20 — GATE VALVE BID ITEM 21 — FLOW SENSOR BID ITEM 22 — QUICK COUPLER BID ITEM 23 — FLUSH VALVE BID ITEM 24 — 1 '/z" MAINELINE (SCH. 40 PVC) BID ITEM 25 — 1" MAINELINE (SCH. 40 PVC) BID ITEM 26 — 1 '/z" LATERAL LINE (SCH. 40 PVC) BID ITEM 27 — 1 '/4" LATERAL LINE (SCH. 40 PVC) BID ITEM 28 — 1" LATERAL LINE (SCH. 40 PVC) BID ITEM 29 - 3/4" LATERAL LINE (SCH. 40 PVC) BID ITEM 30 — ROOT WATERING SYSTEM - TREES BID ITEM 31 — BUBBLER ON RISER - SHRUBS Citywide Major Thoroughfare Median Turf Removal —Via Princessa G-27 DocuSign Envelope ID: 99F55CB5-6088-4253-B34A-AOC0057C5C29 PLANTING ITEMS BID ITEM 32 — MOISTURE/ROOT BARRIERS (HIGH DENSITY POLYETHYLENE) A. SCOPE, MATERIALS AND METHODS SCOPE MOISTURE/ROOT BARRIERS shall be installed within the median, continuously along the back of concrete maintenance strip to act as a moisture barrier and root barrier between the concrete and the adjacent planting areas. MATERIALS Materials shall consist of .06 inch ASTM D638 polyethylene copolymer flexible root deflecting root/moisture barrier. Barrier shall have self -interlocking ribs and as manufactured by Century Root Barrier CR-PE 36-20 rolls. Barriers shall have a 36" depth. METHODS Install all along back side of concrete maintenance strip with as few cuts or connections as possible. Deflecting ribs shall face the root ball. Install root barrier top edge 2" below the top of adjacent maintenance strip paving. Barrier top edge shall not be visible above concrete or mulch surface. Installed barrier shall have no distortion and shall be approved by the City Representative prior to backfill. Connections shall be cut and installed to the one piece is cut in the rib valley and the abutting piece is cut along a ridge. Cut pieces shall overlap a minimum of 6". See manufacturers recommended installation procedures for further installation details. B. MEASUREMENT AND PAYMENT The contract linear foot price paid for the installation of MOISTURE/ROOT BARRIER shall be paid for fully installed barriers. The linear foot price paid shall be full compensation for furnishing all labor, materials, tools, equipment, and incidentals and for doing all the work involved in constructing MOISTURE/ROOT BARRIER complete in place, as shown on the plans, as specified in the Standard Specifications and these Special Provisions, and as directed by the City Representative. Existing moisture/root barrier, if found buried, shall be removed prior to the installation. The cost for the removal of existing moisture/root barrier shall be included in the unit price per lineal feet. C. SUBMITTALS Submit under provisions of Section 3-8, Submittals, of the General Provisions, the following information: • Manufacturer data for Moisture/Root Barrier Citywide Major Thoroughfare Median Turf Removal —Via Princessa G-28 DocuSign Envelope ID: 99F55CB5-6088-4253-B34A-AOC0057C5C29 PLANTING ITEMS 1.0 GENERAL This section sets forth the requirements for Landscape Improvements. Perform the work in accordance with Sections 800 — Landscape and Irrigation Materials and 801 — Landscape and Irrigation Installation of the SSPWC, latest edition, as modified and supplemented below. 1.1 Work Included — 1. Complete finish grading, furnish and install all required backfill material, soil amendments, fertilizers, and herbicides. 2. Furnish all labor, material, equipment and services necessary to provide all landscape planting, complete, in place, as shown and specified. 3. Furnish and install all planting accessories, tree stakes, ties, and guys. 4. Provide a plant establishment period of not less than thirty (30) continuous calendar days after all plant material has been installed and is in a healthy condition. 5. Provide maintenance to a period of not less than sixty (60) continuous calendar days after completion of the plant establishment period and acceptance of construction. 6. Provide second maintenance period of not less than ninety (90) continuous calendar days after completion of the plant establishment and acceptance of the first maintenance period. 7. Guarantee and provide replacement as necessary, in accordance with Section 1.7 of these Landscape Planting and Maintenance provisions. 1.2 Related Work Specified Elsewhere A. Irrigation System 1.3 Protection of Work The Contractor shall adequately protect the work, adjacent property and the public, and shall be responsible for any damage, injury and/or loss due to the construction of the landscape improvements. Damaged facilities shall be repaired within three working days at no additional cost to the City. 1.4 Submittals Submittals shall be made in accordance with Section 3-8 Submittals A. Materials List. Within two weeks (14) calendar days after award of Contract, the Contractor shall submit to the City's representative, two (2) copies of documentation that all materials are available for approval. Materials shall not be ordered until materials submittals have been approved. Submit the following: 1. Plant Materials (include pictures of plant(s) with a scaling object such as a ruler or person). City Representative shall tag all trees at the nursery and has the option of tagging all project plant material at the nursery (nursery source must be within 2 hour driving distance). Citywide Major Thoroughfare Median Turf Removal —Via Princessa G-29 DocuSign Envelope ID: 99F55CB5-6088-4253-B34A-AOC0057C5C29 2. Amendments 3. Commercial Fertilizer 4. Mulch B. Substitutions. Any and all substitutions due to unavailability must be requested in writing prior to confirmation of ordering. Contractor shall provide a list of nurseries and suppliers contacted for verification of unavailability. Substitutions shall not be permitted after the Material List has been reviewed and accepted. No substitutions will be allowed without prior written approval by the City Representative. Equipment or materials installed or furnished without prior written approval may be rejected and the Contractor required to remove and replace such materials from the site at the Contractor's own expense. The Contractor shall not request a plant substitution based solely on the Contractor's failure to verify the cost of plant material prior to bidding. The Contractor shall bear the responsibility of providing the material as shown on the plans. Delivery to the site may begin upon approval of samples by the City's Representative. C. Certificates of Delivery. Prior to installation, the Contractor shall submit to the City's Representative two copies of all manufacturer's literature, receipts of sale, and laboratory analytical data, bearing the manufacturer's or supplier's guaranteed analysis. The Contractor shall provide certificates of delivery with each shipment of materials. Certificates shall state source, quantity or weight, type and analysis, and date of delivery. All certificates shall be delivered to the City's Representative. Written certifications required to be submitted include: 1. Size and quantity of plant materials 2. Quantity of all soil amendments. 3. Quantity and quality of topsoil. 4. Quantity of commercial fertilizer. 5. Quantity of other additives such as sulfur, iron sulfate, gypsum, etc. 6. Quantity and composition of organic mulch. 1.5 Quality Assurance and Requirements A. Permits and Fees. See General Provisions, Section 'E' 2-2 for payment of permits and fees for Capital Improvement Projects. B. Ordinances and Regulations. Contractor shall abide by all applicable local, state and federal rules and regulations relating to the Scope of Work. C. Explanation of Drawings. The Contractor shall be fully acquainted with the site prior to construction. Drawings are diagrammatic and are generally indicative of the work to be completed. The work shall be installed in such a manner as to avoid conflicts between irrigation systems, planting and architectural features. Any discrepancies in the plans or with existing field conditions shall be brought to the attention of the City's Representative immediately. The Contractor shall not willfully install the planting as shown on the drawings when it is obvious in the field that obstructions, grade differences or discrepancies in area dimensions exist that might not have been considered in the landscape design. In the event that notification is not performed, the Contractor shall assume full responsibility for any revision necessary. Citywide Major Thoroughfare Median Turf Removal —Via Princessa G-30 DocuSign Envelope ID: 99F55CB5-6088-4253-B34A-AOC0057C5C29 D. Manufacturer's Recommendations. Manufacturer's recommendations shall apply when no other direction is given or when it is a more stringent requirement than these Specifications. E. Correction of Work. The Contractor, at no additional cost to the City, shall correct any and all discrepancies or unsatisfactory work. The correction of work shall be finished within a reasonable period of time mutually agreed upon between the City and the Contractor. 1.6 Delivery, Storage, and Handling A. Plant Material. The Contractor shall notify the City's Representative seven (7) days in advance of delivery of all plant materials and shall submit an itemized list of the plants in each delivery. Maintain and protect plant material in a healthy condition prior to planting. Plant material which has been rejected or damaged after acceptance shall be removed from the site and replaced with acceptable materials. 1.7 Guarantee and Replacement A. Written Guarantee. The Contractor shall furnish a written guarantee of materials and workmanship for a period of one (1) year from the date of final acceptance. The Contractor shall repair or replace defective items within a reasonable time, but not more than 14 calendar days, from notification by the City at no addition cost to the City. All shrubs, groundcover, and lawn shall be guaranteed for a period of ninety (90) days from final acceptance. All trees shall be guaranteed for a period of one (1) year from final acceptance. All guarantee periods shall begin from the time of final written acceptance by the City. This acceptance shall be after the Installation Maintenance period which consists of a 30-day Plant Establishment Period and the 60-day Maintenance Period have been accepted and approved in writing by the City. 1.8 Order of the Work A. The irrigation shall be complete and operational prior to the start of any planting installation. The Contractor shall have completed an irrigation test in the presence of the City's Representative and have written approval for the installation. An exception may be made in the case of the installation of specimen trees 24" and larger and palms. The Contractor shall be responsible to provide adequate water to the specimen trees by whatever means necessary until the irrigation is complete and operational. 2.0 MATERIALS Add the following to Section 800-1 Landscape Materials: "Use only materials of the brands, type or species noted on the drawings or approved equal. Materials shall be new; plants shall be of the type and size specified, standard approved and first grade quality free from diseases or insects. All plants shall be tagged with botanical name (including variety) and size in accordance with the standards of practice recommended by the American Association of Nurserymen. Any rejected material shall be promptly removed from the site." Add the following to Section 800-1 Topsoil: "Topsoil (if called for on the project plans) shall be Class "A" as specified in Section 800-1.1. Topsoil to be used as planting medium Citywide Major Thoroughfare Median Turf Removal —Via Princessa G-31 DocuSign Envelope ID: 99F55CB5-6088-4253-B34A-AOC0057C5C29 shall be fertile, well -drained, of uniform quality, free from stones over 1-inch in diameter, sticks, oils, chemicals, plaster, concrete and other deleterious materials." Add the following to the topsoil requirements at the end of Section 800-1.1.2: "d) Boron and Sodium Content. Boron content shall not exceed 1 PPM as measured by the saturation extract. Sodium absorption ratio (SAR) shall not exceed 6 and the electrical conductivity of the saturation extract shall not exceed 3.0 milliohms per centimeter at 25 C." Add the following at the end of Section 800-1.2.1 General: "Soil Amendment 1. Per attached soils report by Waypoint Analytical, provide the following: a. '/2 lb. / CY of soil sulfur b. 1 lb. / CY of iron sulfate 2. The contractor is directed to fertilize, amend or otherwise treat the soil as recommended and specified by the soils laboratory report." Add the Following at the end of Section 800-1.2.3 Commercial Fertilizer: "Fertilizer pellets or granules shall be slow -release, 12-8-8 by Gro Power (15065 Telephone Avenue, Chino, CA (909) 393-3744) , Best Fertilizers or approved equal and shall be mixed by the commercial fertilizer supplier. It shall be applied at the rate recommended by the manufacturer and the soils report. Fertilizer shall be applied every 45 days through -out the maintenance period at a rate agreed upon by the Soils testing consultant A minimum of two applications shall be completed. The Contractor shall provide the City's Representative with materials receipt for the fertilizers used. The Contractor shall provide the City with 48-hour notice prior to fertilization. Should the Contractor fail to provide said notice or materials receipt, the Contractor may be subject to reapplication of the materials in the presence of the City's Representative. Plant tablets shall be slow -release, 21-gram tablets as manufactured by Scott's Agriform, Best, or approved equal. They shall be applied at a rate of one tablet per 1 gallon plant, three tablets per 5 gallon plant, nine tablets per 15 gallon plant, twenty tablets per 24" box tree, and per manufacturer's recommendations for larger box sizes. Add the following to Section 800-1.2.4 Organic Soil Amendment: "Organic Soil Amendment shall be Type 1, and shall not include Pine or Eucalyptus." Add the following to Section 800-1.2.5 Mulch: "Mulch shall be Type 1 only (ground wood product). Mulch shall be recycled chippings from an approved source which do not contain Pine, Eucalyptus, trash or debris. If recycled materials are not available, a premium grade shredded cedar bark shall be used. The Contractor shall apply a 3" depth of mulch to all planter areas having a grade of 1:6 or less. Mulch shall be a typical "Forest Floor Blend" with particles having a size between 2" and 4". Contractor shall submit a sample of the proposed mulch to the City's Representative for approval prior to delivery to the site." Add the following Section: "800-1.2.6 Pesticides and Herbicides. All chemicals used for pest control shall be registered by the State of California Department of Food and Agriculture and the Environmental protection Agency with registration identification on the label. All chemicals shall be applied as per the registered label instruction and manufacturer's recommendations. Restricted chemicals shall be applied in a manner consistent with State Citywide Major Thoroughfare Median Turf Removal —Via Princessa G-32 DocuSign Envelope ID: 99F55CB5-6088-4253-B34A-AOC0057C5C29 and Federal Law by a licensed applicator possessing the appropriate classification. No chemicals may be used on site without prior written approval of the City's Representative." Add the following to Section 800-1.4 Plants: "Trees and shrubs provided shall be of equal or better quality to that available at Norman's Nursery, Bright View Tree Company or Boething Treeland Farms. A. Additional plants may be necessary to fill all areas at the on center spacing or not illustrated on the plan. B. All plant material shall be No. 1 grade healthy, disease, and pest free, without visible damage, abrasions, or disfigurement. C. Plants specified shall be delivered in the containers specified and true to industry standard size for the container specified. Plants shall have been growing with the specified container a minimum of six months and no longer than one (1) year and shall be properly rooted without being rootbound. Plants with cracked or broken root balls shall be rejected." Delete the last sentence of Section 800-1.4.1 General which states, "Other than normal side pruning during the growth period, no pruning shall be done prior to inspection at the nursery." And replace it with: "Trees which have be topped, headed back, or otherwise damaged by pruning, shall be rejected. Side pruning of lower branches is discouraged and may be grounds for rejecting trees. Trees shall not be pruned after selection and delivery to the site without prior written approval of the Landscape Architect of record or City's Arborist. Trees which have been pruned without authorization may be subject to removal and replacement at no additional cost to the City." Add the following to Section 800-1.4.2 Trees: "A. All trees shall be true to type or name as ordered or shown on the plans and shall be individually tagged or tagged in groups by species and cultivar (variety). B. All trees shall be healthy, have a form typical for the species or cultivar, be well - rooted, strong in branching pattern and properly trained. Trees which are deemed by the City Representative not to have these qualities will be rejected and replaced without additional charge to the City. C. All trees shall comply with Federal and State laws requiring inspection for plant diseases and pest infestations. Inspection certificates required by law shall accompany each shipment of plants. Clearance from the County Agricultural Commissioner as required by law, shall be obtained before planting trees delivered from outside the County in which they are to be planted. D. The rootball of all trees shall be moist throughout and the crown shall show no signs of moisture stress. E. The tree crown of broad-leaved, decurrent trees shall have a single straight trunk that has not been headed or topped. Potential lateral scaffolds (height of lowest scaffold depends on landscape use) for small -growing trees such as Crape Myrtle shall be at least 2" apart vertically, which could be trained in the landscape to 3 to 7 branches 4" or more apart vertically. Large -growing trees such as Oak shall have lateral scaffolds at least 6" apart vertically, which could be trained in the landscape to 5 to 9 branches 18" apart or more vertically. Branches shall be radially distributed around the trunk, be not more than 2/3 the diameter of the trunk measured 1" above the branch, and be free of included bark in attachments (bark Citywide Major Thoroughfare Median Turf Removal —Via Princessa G-33 DocuSign Envelope ID: 99F55CB5-6088-4253-B34A-AOC0057C5C29 embedded between the trunk and a lateral). No laterals below the lowest potential scaffold should be larger than '/ the trunk diameter at point of attachment. F. Small temporary branches (less than "/4 diameter of trunk) below the scaffold branches should not be removed. G. Broad-leaved excurrent (central trunked) trees shall have a single, straight trunk with no double leaders (co -dominant stems) or vigorous, upright branches competing with the leader. Radial and vertical distribution of branches shall form a symmetrical crown. H. Each tree shall comply with the above criteria without having or having had to remove, now or within the previous growing season (at least six months), more than 25 percent of the branches of a size similar to or larger than those of the potential scaffold branches. I. The tree shall be free of roots visibly circling the trunk, and free of "knees" (roots) or kinks protruding above the soil. J. If in a tapered container, the rootball periphery shall be free of circling roots larger than'/" in diameter and a bottom mat of roots'/4" or larger (the acceptable diameter of circling peripheral roots depends on species and size of the rootball). K. When untied from the nursery stake, the tree shall not bend to touch the top rim of the container. L. The trunk and main roots shall be free of circling roots and kinks within 2" of the trunk to a depth of 2-1/2". Inspect the roots by tipping the rootball or container on its side and with a small jet of water expose the roots within 2" of the trunk to a depth of 2-1/2" below the topmost root attached to the trunk. After inspection, replace soil washed from around the trunk with a similar soil mix (less than ten percent of the total rootball volume should be added). If circling of roots is suspected, a representative sampling of approximately two trees or two percent of the total for each species whichever is greater may be removed from their containers and cleaned of soil. The trunk and main roots shall be free of circling and kinked roots. Circling roots at the periphery of the rootball shall not be reason for rejecting a tree unless the circling roots are large for the species and shoot growth is not acceptable for the species. M. In case the sample trees inspected are found to be defective, the City reserves the right to reject the entire lot or lots of trees represented by the defective samples. Any plants rendered unsuitable for planting because of this inspection will be considered as samples and will not be paid for. N. Trees shall be of sufficient height and caliper for the container size and plant type specified. Typically, 15-Gallon trees shall be 6'-8', 24" box trees shall be 8'-10', 36" box trees shall be 10' —12'. Add the following at the end to Section 800-1.4.4 Flatted Plants: "All material from flats shall be well rooted, not cuttings. Flat grown plants shall remain in the flats until transplanting." Modify Section 800-1.5.3 Tree Stakes as follows: Delete the first sentence "The type of tree stake shall be as specified in the Special Provisions." And replace with the following: "Tree stakes shall be straight Lodge Pole Pine free from knots, splits, checks or disfigurement. Stakes shall be 2-inch nominal size and 10 feet in length. Stakes shall have a tapered drive point and chamfered top and shall be treated with an approved wood preservative. Supports for staking shall be rubber cinch ties manufactured by V.I.T. Company, Phone: (949) 891-8338, or approved equal, attached in a figure eight position, Citywide Major Thoroughfare Median Turf Removal —Via Princessa G-34 DocuSign Envelope ID: 99F55CB5-6088-4253-B34A-AOC0057C5C29 and secured with a nail at the stake. All wood preservatives shall be in accordance with the latest State, Federal, and local codes and regulations. Stakes shall not rub the lower branches in such a way the injury is caused to the tree. In some cases, the stake may need to be cut so they do not cause damage to the scaffold branches." 3.0 EXECUTION Add the following at the end of Section 801-1 General: "Perform actual planting only during periods when weather and soil conditions are suitable and in accordance with locally accepted practice." Modify Section 801-2.1 to delete the reference to Class B Topsoil. Only Class A Topsoil will be utilized on the project when called for. Add the following after the last sentence: "A. Clearing and Grubbing. 1. All existing planting within the limits of work shall be removed, with the exception of the plants specifically called out in the drawings to remain, or as specified by the City's Representative in the field. Protect in place plants to remain. All vegetation to be removed shall be grubbed, raked, and cleared from the site. The Contractor shall remove from the site and dispose of in a lawful manner, all materials grubbed from the site at no additional cost to the City. 2. All subsurface rocks over 2" in diameter and other underground obstructions which may hinder proper fine grading, tilling, or planting shall be removed to a minimum depth of 12". All abandoned utility lines uncovered or severed shall be cut below grade and capped or plugged with concrete. Explosives shall not be used for removal. Damage to utility lines shown on the plans shall be repaired at the Contractor's expense. 3. The soil within the planting pits shall be over -excavated to the specific depths as defined per median on the project plans. The over -excavated pits shall be backfilled with native soil and re -compacted to 80% prior to setting new trees or shrubs in plant pit and backfilling with amended backfill. B. Perennial Weed Abatement. If live perennial weeds exist on site at the beginning of work, a non -selective herbicide shall be sprayed per manufacturer's recommendations. Contractor shall mix dye with the herbicide to insure adequate coverage. The sprayed plants shall be left intact for a minimum of 15 days. The plants shall then be mowed and grubbed to a depth of at least 4"below the finished surface. C. Weed Abatement and Removed Tree Root Sprouting. Upon completion of soil preparation and installation of all specimen trees, begin the weed abatement program Spray a non -selective, translocative herbicide to eradicate any germinated weeds or newly sprouted roots from trees that have been removed. Translocation shall be 7-10 days or an approved alternate time period. If weeds or grasses exist, re -water four times daily for fourteen consecutive days, until new growth appears. Reapply herbicide. Remove weeds after herbicide has had sufficient time to kill the weeds. Repeat as necessary to eradicate weeds. Maintain the site weed free until final acceptance by the City utilizing mechanical, manual, and/or chemical treatment. After all plant material has been installed and a 30 day plant establishment period has passed an approved pre -emergent shall be applied before installation of organic wood mulch. Herbicide must be approved by the City Representative. D. Soil Amendment. All planting areas with slopes flatter than 2:1 shall receive soil amendments. The amendments specified in the included agronomic soils report shall Citywide Major Thoroughfare Median Turf Removal —Via Princessa G-35 DocuSign Envelope ID: 99F55CB5-6088-4253-B34A-AOC0057C5C29 be uniformly spread and cultivated thoroughly by means of a mechanical tiller into the top 6" of soil." Add the following at the end of Section 801-2.4 Finish Grading: "All rocks, clods, sticks or other debris shall be removed from the site and disposed of in a lawful manner at the Contractor's expense." Delete from Section 801-4.5 reference to the use of Type 2 or 3 soil amendment. Only Type 1 shall be used. Delete any reference to Type 2 through 6 mulches. Only Type 1 mulch shall be used. Item c) shall be modified from "c) Prepared soil mix shall be deposited in the remainder of the hole to finish grade." to "c) Prepared soil mix and planting tablets per Section 800-1.2.3 shall be deposited in the remainder of the hole to finish grade." Add the following to the end of the section: "A. Planting Layouts. Locations for all trees, specimen shrubs (5 gallon and larger), and outlines of areas to be planted shall be marked on the ground by the Contractor before any plant pits are dug. All locations shall be approved by the Landscape Architect and City's Representative. Layout shall be accomplished with flagged grade stakes indicating plant names and specified container size on each stake. It shall be the Contractor's responsibility to confirm with the City and governing agency, the location and depth of all underground utilities and obstructions. No planting shall take place until an irrigation coverage test has been completed and the irrigation system has been approved, in writing by the City, as complete and in place. (See Section 1.8 of these specifications.") Section 801-4.6 Plant Staking and Guying, including Sections 801-4.6.1 Method "A" Tree Staking, 801-4.6.2 Method "B" Tree Staking and 801-4.6.3 Guying shall be deleted in its entirety, and replaced with: "Tree Staking. Trees shall be staked as shown on the Plans. Trees 36" and larger may not need to be staked. The Contractor shall not stake trees if they are able to stand straight without added support. The Contractor shall be responsible for determining the necessity of staking. Staking and guying shall be done immediately after planting using the materials specified in Section 800-1.5.3 (modified by these specifications). After staking, all plant material shall be removed within 18" of the tree trunk. This area shall be covered with Type 1 mulch to meet finish grade." Delete from Section 801-4.7 Ground Cover Planting, the following sentence from paragraph four (4): "A 1 inch layer of Type 1,2,3, or 4 mulch shall be spread over the planted areas.." and replace with "A minimum 2" layer of Type 1 mulch shall be spread over all planted areas." Refer to Section 801-6 MAINTENANCE AND PLANT ESTABLISHMENT of these specifications for more information. Add: "Section 801-4.9.6 Clean Up. The Contractor shall maintain the site in a tidy manner at all times. Remove all trash, excess soil, empty plant containers, and debris from the site on a daily basis during the course of the work. All trash shall be placed in a proper container or dumpster which shall be emptied as needed. The Contractor shall leave the site broom -clean and shall wash down all paved areas within the Contract area on a weekly basis or as needed to maintain a safe work area." Citywide Major Thoroughfare Median Turf Removal —Via Princessa G-36 DocuSign Envelope ID: 99F55CB5-6088-4253-B34A-AOC0057C5C29 Add: "Section 801-4.9.7 Observation Schedule. The Contractor shall be responsible for notifying the City Representative and the landscape architect of record 48 hours in advance for the following site visits: 1. Job start conference. 2. Acceptance of finish grade. 3. Acceptance of plant material. 4. Acceptance of planting layout. 5. Acceptance of tree pits, prior to planting. 6. Acceptance of soils preparation and planting. 7. Completion of planting and acceptance into the plant establishment period. 8. Completion of 30-day plant establishment period, acceptance of pre -emergent and acceptance into the maintenance period. 9. Final acceptance of the project and turnover items." Delete Section801-6 MAINTENANCE AND PLANT ESTABLISHMENT in its entirety and replace it with the following: "801-6 PLANT ESTABLISHMENT AND MAINTENANCE. The Contractor shall furnish all labor, material, equipment, and services required to maintain the landscape in pleasing manner. Watering, mowing, rolling, edging, trimming, fertilizing, weeding, spraying, and pest control shall be included in the plant establishment and maintenance periods. All hardscape surfaces shall be kept clean and all gutters, drains and drain pipes shall be free of silt and debris. The Contractor shall be responsible for maintaining adequate protection of the area. Damaged areas including, but not limited to, plant death, vandalism, and theft, shall be repaired at the Contractor's expense until such time as the Contractor receives written acceptance of the project by the City. The project will have two 90 maintenance and plant establishment periods. Both shall adhere to the following guidelines: A. Plant Establishment. It is the responsibility of the Contractor to inform the City of completion of the project and request an inspection or order to begin the Plant Establishment period. The project will not be accepted into the Plant Establishment period until the following items have been completed and accepted by the City: 1. All work required in the plans has been completed and accepted. The project shall not be subdivided into phases. 2. All punch list and correction items have been completed and accepted. 3. An irrigation coverage test has been completed and accepted. 4. Permanent power has been established and is continuous to the automatic controller(s). The Plant Establishment Period shall be a minimum of 30 days during which time all plant materials shall thrive. All plants shall thrive without disease, pest infestation, stress, die -back, broken branches, or poor pruning. All planting areas shall be weed free. Any plants or seeded areas that are not thriving at the end of the 30 days shall be replaced at the Contractor's expense. It shall be the Contractor's responsibility to request an inspection at the end of the 30-day period. If the Contractor fails to do so, or if the plant materials are not in a satisfactory condition, the Plant Establishment period will be extended until all areas are acceptable to the City. The project shall not be segmented into maintenance phases unless specifically authorized in writing by the City. Citywide Major Thoroughfare Median Turf Removal —Via Princessa G-37 DocuSign Envelope ID: 99F55CB5-6088-4253-B34A-AOC0057C5C29 B. Maintenance Period. Once the project has been accepted into the first Maintenance Period of 90 days, the Contractor shall inspect the site weekly performing all, fertilizing, edging, trimming, weeding, trash removal, plant replacement, or other maintenance duties as needed to maintain an attractive environment at no additional cost to the City. 1. The irrigation shall be checked weekly and adjusted as needed to maintain plant health without run-off, overwatering, or overspray. 2. During the maintenance period, a balanced fertilizer shall be applied at the rate recommended by the approved agronomic soils report. In the event that ground cover, trees or shrubs, exhibit nutrient deficiencies, necessary action shall be taken by the Contractor at no additional cost to the City. 3. No pruning shall be done without approval of the City and shall be in strict accordance with the International Society of Arboriculture Standards and Practices. A Certified Arborist and/or Certified Tree Worker shall perform pruning. 4. Shrubs shall not be clipped into balls or boxed forms. Trees and shrubs shall be pruned back to the lateral branches or buds. Stubbing will not be permitted. 5. Old, wilted flowers and foliage shall be pinched or cut off and removed. 6. No supplemental daytime irrigation shall be allowed during the post - establishment maintenance period without prior approval. 7. The site shall be kept free of all clippings, debris and trash. Drains shall be kept free of trash, silt or debris. 8. Paved areas shall be kept clean. 9. The Contractor shall be responsible for pest management, including insect, disease, invertebrate or vertebrate. Pest management shall be performed in accordance with all Federal, State and local codes and regulations. The Contractor shall be responsible for notifying the City, the local agency, the landscape architect of record and all other necessary parties 10 days prior to the completion of the first 90 day maintenance period (includes the 30 day plant establishment period). All parties shall walk the site and create a punch list of outstanding items to be corrected prior to the commencement of the second 90 day maintenance period. C. Final Acceptance. The Contractor shall be responsible for notifying the City, the local agency, the landscape architect of record and all other necessary parties 10 days prior to the completion of the final maintenance period. Deficiencies noted during the final inspection shall extend the maintenance period until all deficiencies are corrected. All irrigation shall be adjusted to required height in relation to finish grade. All planters shall be maintained in a weed -free condition throughout the establishment and maintenance periods. Plant material not showing vigor or that has been damaged or is missing shall be replaced. If substantial amounts of plant material has failed or is missing, the maintenance period shall be extended until the health of the plants has been established for not less than 30 days. All turn over items, including the turn over sheet, maintenance manuals, equipment items, "As -built" plans, irrigation controller charts and written guarantee shall be received and accepted by the City prior to final acceptance. The end of maintenance shall occur only upon written acceptance by the City." Citywide Major Thoroughfare Median Turf Removal —Via Princessa G-38 DocuSign Envelope ID: 99F55CB5-6088-4253-B34A-AOC0057C5C29 PRESERVATION OF PUBLIC TREES TO REMAIN Per section 401-1.2 of the project General Provisions, tree protection shall include avoiding damage to the above ground tree trunk, branches and bark, the below ground root system and the surrounding soil. All roots for existing trees to remain over three (2") inches in diameter to be inspected by an Urban Forestry representative and evaluated prior to their removal. Roots located within the work area shall be protected from compaction, storage of materials or equipment, and /or severing. Existing trees to remain shall be deep watered continuously throughout construction per LMD Inspector's requirements. Contractor shall water the trees (not marked for removal) in the medians on a daily basis or as needed basis as instructed by the City's Urban Forestry Representative. MEASUREMENT AND PAYMENT The contract price paid for PLANTING, (BID ITEMS 32-41 as listed below) will be measured at the Unit Prices as indicated in the BID SCHEDULE and shall include full compensation for each item complete and in place. The BID SCHEDULE unit prices shall include full compensation for all finish grading, over -excavation of plant pits (see Detail H of sheet 1-1.09), soil preparation, planting, planting accessories and all appurtenances required for a complete functioning planted system and no additional compensation will be allowed therefore. BID ITEM 33 — PLANTING AREA AGRONOMIC SOILS TESTS BID ITEM 34 — PLANTING AREA SOIL PREP. & AMENDMENTS BID ITEM 35 — 24" BOX TREE BID ITEM 36 — SHRUBS 1 GALLON BID ITEM 37 — SHRUBS 5 GALLON BID ITEM 38 — SHRUBS 15 GALLON BID ITEM 39 — PLANTING AREA FINE GRADING BID ITEM 40 — 3" ORGANIC MULCH BID ITEM 41 — FIRST 90 DAYS OF PLANT MAINTENANCE AND ESTABLISHMENT PERIOD (DAY 1 TO DAY 90) BID ITEM 42 — SECOND 90 DAYS OF PLANT MAINTENANCE AND ESTABLISHMENT (DAY 91 TO DAY 180) Citywide Major Thoroughfare Median Turf Removal —Via Princessa G-39 DocuSign Envelope ID: 99F55CB5-6088-4253-B34A-AOC0057C5C29 R CS gAtt A ct�9 A 4 9 City of Santa Clarita TM LANDSCAPE MAINTENANCE DISTRICT TURNOVER SHEET • Contractor is to provide: 1 Set Blue `As -Built' prints of plans 1 Set Keys to the Controllers 1 Sets Laminated copies of controller `As Built' charts Irrigation & Plant Legends listing all materials used in project 1, 3 ring binder Maintenance Manual ZONE NO. Zone Name Water Meter ID No. Meter Address Water Meter Location: Electric Meter ID No. Electric Meter Location: Meter Address Controller Location, Serial #, Controller station numbers, Type of Controller; Tract No.: Contractor Installed.: SQUAREFOOTAGE Turf square footage Color Square footage: Shrub quantity Benches, trash rec., _ Tree quantity in planting area: Doggie scoop dispensers Concrete square feet Total area in the LIVID District Acceptance Date Developer/Owner. Signature of WeatherTrak Date: Date: Signature approved backflow Date: Date: Signature by the LMD Representative indicates acceptance of the District areas: Date: Citywide Major Thoroughfare Median Turf Removal — Via Princessa G-40 DocuSign Envelope ID: 99F55CB5-6088-4253-B34A-AOC0057C5C29 END OF SPECIAL PROVISIONS G-41