Loading...
03.15 Water Division Parking Lot Expansion Contract ��pPp�9� . �1`S'i:�° Fo'•�•,.�� . *` ;�� AGENDA ITEM �ti:.� .� �F��:�e:,�:.�,, `�°�^�°°' March 12, 2019 TO: Honorable Mayor and Members of the City Council THRU: Rick Otto, City Manager FROM: Christopher Ca ublic Works Director`!� REVIEW: City Mana r Finance �� 1. SUBJECT Award Bid No. 189-16, Water Division Parking Lot Expansion, to FS Contractors, Inc. 2. SUMMARY Three bids for the Water Division Parking Lot Expansion project were received and opened on February 14, 2019. The apparent low bidder is FS Contractors, Inc. in the amount of$197,070. 3. RECOMMENDED ACTION Approve the contract with FS Contractors, Inc. and authorize the Mayor and City Clerk to execute the contract on behalf of the City. 4. FISCAL IMPACT The total expenditure for this contract is $197,070 and will be funded in the Water Plant Warehouse Replacement (18935) through Water Utility Operations (600). 5. STRATEGIC PLAN GOALS Goal 1: Provide for a safe community a: Provide staffing and resources to deliver services that ensure public safety. Goal 2: Be a fiscally healthy community a: Expend fiscal resources responsibly. 6. DISCUSSION AND BACKGROUND To accommodate the growing needs of parking spaces for both City and employee vehicles, and to make room for the new field supervisor's office trailer, the Water Division plans to construct a new parking lot within the Water Plant headquarters. The new parking lot will be constructed in the place of the former water reservoir, which was demolished in the summer of 2018. In addition to creating 25 new parking stalls, the project will also help to provide extra-wide spaces for large service trucks and improve the vehicular circulation at the Water Plant. ITEM 3• ��j � 03/12/2019 Staff completed the preparation of plans and specifications and the City Council approved the advertisement for bids on January 8, 2019. The bids were received and opened on February 14, 2019. Three bidders responded as follows: Contractor Amount 1. FS Contractors, Inc. $197,070 2. All American Asphalt $235,978 3. Century Paving $337,520 FS Contractors, Inc. is the apparent lowest responsive low bidder. Staff conducted the company's license status check and reference checks with other agencies including, Cities of Monterey Park, Baldwin Park, Huntington Park, Santa Clarita, Los Angeles " County Public Works, and Conejo Recreation & Park District. All agencies contacted provided positive feedback and good reviews on the performance of FS Contractors, Inc. Staff recommends that FS Contractors, Inc. be awarded the contract in the amount of 197,070 for the Water Division Parking Lot Expansion project. Construction is scheduled to begin in May 2019 and to be completed within 60 calendar days. 7. ATTACHMENT 1. Contract Agreement 2. Bid Abstract ITEM 2 03/12/2019 CONTRACT [Parking Lot Ezpansion Project(Bid No. 189-16; W-688)] TffiS CONTRACT (herein referred to as the "Contract") is made and entered into as of , 2019 (herein referred to as the "Effective Date") by and between the CITY OF ORANGE, a municipal corporation ("City"), and FS CONTRACTORS, INC., a California corporation (the "Contractor"), with its principal office for purposes of this Contract at 14838 Bledsoe St. in the City of Sylmar, State of California. ARTICLE I For and in consideration of the payments and agreements hereinafter mentioned, to be made and performed by the City, and under the conditions expressed in the two (2) bonds presented to the City with this Contract and incorporated herein by this reference, Contractor hereby agrees to and shall do all the work and furnish all the labor, materials, tools and equipment, except such as are mentioned in the specifications to be furnished by the City to the Contractor,necessary to complete in good workmanship and substantial manner the work(herein referred to as the"Work")described in: (1) The Construction Plans for the Parkins Lot Egpansion Proiect Bid No. 189-16; Drawing W-688) prepared by the City of Orange, Water Division Staff, and approved by the "Engineer" (as defined hereinbelow) on January 15, 2019, and consisting of sheets numbered 1 through 4, inclusive (herein referred to as the"Plans"); (2) The latest edition of the "City of Orange Standard Plans and Specifications" (herein referred to as the "Orange Book") with "Engineer", as used in the Orange Book and in this Contract,to specifically include the City Engineer(or his designee); (3) The "Standard Specifications for Public Works Construction (herein referred to as the"Green Book"), and all amendments thereto; (4) The "City of Orange Standard Special Provisions" attached hereto as Attachment No. 1 and incorporated herein by this reference (herein referred to as the"Special Provisions"); _ (5) The Standard Plans attached hereto as Attachment No. 2 and incorporated herein by this reference; and (6) The Contractor's Proposal is on file with the City's Department of Public Works. The Contractor aclrnowledges that it has received the Plans from the City and that a complete copy of the Plans are in its possession and are hereby specifically referred to and by such reference made a part hereof. The Orange Book and the Green Book are on file with the City's Public Works Director and are hereby specifically referred to and by such reference made a part hereof. The Contractor hereby acknowledges that it has read, reviewed and understands the Plans, the Standard Plans, the Orange Book,the Green Book, the Special Provisions, and the City of Orange Special Provisions and Encroachment Pernut as they relate to the Work, all of which documents shall be referred to herein collectively as the "Plans and Specifications". Contractor shall be aware of Chapter 8.28 of the Orange Municipal Code which requires, among other things, that Contractor utilize the City's exclusive solid waste hauler for the rental of bins for trash and debris removal and imposes mandatory recycling requirements for self-hauled construction and demolition waste. The terms and conditions set forth in this Contract shall control over any terms and conditions in the Plans and Specifications to the contrary. The Work is to be performed in conformity with the Plans and Specifications and the Proposal and all applicable laws, including any and all applicable federal and state labor laws and standards and applicable prevailing wage requirements and any and all state, federal and local statutes, regulations and ordinances relating to the protection of human health or the environment. Unless and until otherwise notified in writing by the City's Public Works Director, and or Jeannette Guereca, Project Manager of the City (herein referred to as the "Authorized City Representative"), shall be the person to whom the Contractor will report for the performance of the Work hereunder. It is understood that Contractor's performance hereunder shall be under the direction and supervision of the Authorized City Representative or such other person as the City's Public Works Director may designate from time to time, that Contractor shall coordinate the Work hereunder with the Authorized City Representative to the extent required by the Authorized City Representative, and that all performances required hereunder by Contractor shall be performed to the satisfaction of the Authorized City Representative or the City's Public Works Director. ARTICLE II Contractor agrees to commence the Work provided for in this Contract within ten (10) days of the date of the issuance by the City of a Notice to Proceed and to diligently prosecute completion of the Work within sixty(60) calendar days from such date,unless legal extension is granted in accordance with the terms set forth in the Green Book. ARTICLE III The Contractor agrees to receive and accept an amount not to exceed ONE HUNDRED NINETY SEVEN THOUSAND SEVENTY DOLLARS and 00/100 ($197,070.00) as full compensation for furnishing all materials and doing all the Work contemplated and embraced in this Contract; also for all loss or damage arising out of the nature of the Work aforesaid, or from the acts of the elements, or from any unforeseen difficulties or obstructions which may;arise or be encountered in the prosecution of the Work until its acceptance by the City, and all risks of every description connected with the Work, also for all expenses incurred by or in consequence of the suspension or discontinuance of the Work, and for well and faithfully completing the 2 Work, and for the whole thereof, in the manner and according to the Plans and Specifications, and requirements of the Authorized City Representative under them. ARTICLE IV It is further expressly agreed by and between the parties hereto that should there be any conflict between the terms of this instrument and the bid or proposal of the Contractor, then this instrument shall control and nothing herein shall be considered as an acceptance of the said terms of said proposal conflicting herewith. ARTICLE V Contractor represents that it and any subcontractors it may engage, possess any and all licenses which are required under state or federal law to perform the Work contemplated by this Contract and that Contractor and subcontractors shall maintain all appropriate licenses, including a City of Orange business license, at its cost, during the performance of this Contract. ARTICLE VI The Contractor guarantees the construction and installation of all work included in the Plans and Specifications for which the Contractor has been awarded this Contract. Should any of the materials or equipment installed pursuant to this Contract prove defective or should the Work as a whole prove defective, due to faulty equipment, workmanship, materials furnished or methods of installations, or should said Work or any part thereof fail to function properly, as designed, due to any of the above causes within twelve (12) months after the date on which said Work specified in this Contract is accepted by the City, the Contractor shall make repairs and furnish such materials and equipment as are necessary to be furnished and installed within fifteen(15) calendar days after the receipt of a demand from the City. Said Work will be deemed defective within the meaning of this guarantee in the event that it fails to function as originally intended either by the Plans and Specifications of this Contract or by the manufacturer(s) of the equipment incorporated into the Work. In the event repairs are not made within fifteen (15) calendar days after the Contractor's receipt of a demand from the City,the City shall have the unqualified option to make any needed repairs or replacements itself or by any other contractor. The Contractor shall reimburse the City, upon demand, for all expenses incurred in restoring said Work to the condition contemplated in this Contract, including the cost of any equipment or materials replaced. It is understood that emergency repairs, by necessity, may be made by the City. Therefore, when defective equipment, materials or workmanship result in emergency repairs by the City, the Contractor shall reimburse the City, upon demand, all expenses incurred. Emergency repairs will be deemed as those repairs determined by the City's Director of Public Works to be necessary due to an immediate detriment to the health, safety, welfare or convenience of the residents of the City. 3 ARTICLE VII The work which is the subject of this Contract is a"public work", as that term is defined in Section 1720 of the California Labor Code, for which prevailing wages must be paid. Prevailing wage determinations exist for certain crafts since 1977. To the extent that the Contractor's employees will perform any work that falls within any of the classifications for which the Department of Labor Relations of the State of California promulgates prevailing wage determinations, the Contractor hereby agrees that Contractor, and any subcontractor under it, shall pay not less than the specified prevailing rates of wages to all such worlanen. The general prevailing wage determinations for crafts can be located on the website of the Department of Industrial Relations (www.dir.ca.gov/DLSR). It is our understanding that it is the practice and policy of the Department of Industrial Relations to refrain from enforcing prevailing wage obligations for any work that falls outside the scope of work referenced for a particular craft or classification. Additionally, to perform work under this Contract, Contractor must meet all State registration requirements and criteria, including project compliance monitoring. Attached hereto as Attachment No. 3 and incorporated herein by this reference is a copy of the provisions of Sections 1725.5, 1771, 1771.1, 1771.4, 1775, 1776, 1777.5, 1813 and 1815 of the California Labor Code. The Contractor hereby aclrnowledges that it has read, reviewed and understands those provisions of the California Labor Code and, accordingly, hereby agrees to and shall prosecute and complete the Work under this Contract in strict compliance with all of the terms and provisions contained in those provisions of the California Labor Code. The Contractor hereby agrees to and shall secure the payment of compensation to its employees in accordance with the provisions of Section 3700 of the California Labor Code. Accordingly, and as required by Section 1861 of the California Labor Code, the Contractor hereby certifies as follows: "I am aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured against liability for workers' compensation or to undertake self-insurance in accordance with the provisions of that code, and I will comply with such provisions before commencing the performance of the work of this contract." The Contractor hereby agrees to and shall indemnify, protect, defend and hold harmless the City and its officers, employees, contractors and agents, with counsel reasonably acceptable to City, from and against any and all loss, liability, damage, claim, cost, expense, and/or "increased costs" (including reasonable attorney's fees, court and litigation costs, and fees of expert witnesses) which result or arise in any way from the noncompliance by Contractor of any applicable local, state and/or federal law, including, without limitation, any applicable federal and/or state labor laws (including, without limitation, the requirement to pay state prevailing wages). It is agreed by the parties that, in connection with the construction of the work which is the subject of this Contract, Contractor shall bear all risks of payment or non-payment of state prevailing wages. "Increased costs" as used in this paragraph shall have the meaning ascribed to 4 it in Labor Code Section 1781, as the same may be enacted, adopted or amended from time to time. The foregoing indemnity shall survive termination of this Contract. ARTICLE VIII Contractor shall procure and maintain for the duration of this Contract insurance against claims for injuries to persons or damages to property which may arise from or in connection with the performance of the work hereunder and the results of that work by the Contractor,his agents, representatives, employees or subcontractors. Coverage shall be at least as broad as: 1. Insurance Services Office Commercial General Liability coverage (occurrence Form CG 00 O1). 2. Insurance Services Office Form Number CA 00 O1 covering Automobile Liability, code 1 (any auto). 3. Workers' Compensation insurance as required by the State of California and Employer's Liability Insurance. Contractor shall maintain limits no less than: 1. General Liability: $2,000,000 per occurrence for bodily injury, personal injury and property damage. If ' Commercial General Liability insurance or other form with a general aggregate limit is used, either the general aggregate limit shall apply separately to this � project/location or the general aggregate limit shall be twice the required occurrence limit. 2. Automobile Liability: $1,000,000 per accident for bodily injury and property damage. 3. Workers' Compensation: As required by the State of California. 4. Employer's Liability: $1,000,000 per accident for bodily injury or disease. Any deductibles or self-insured retentions must be declared to and approved by the City. At the option of the City, either: the insurer shall reduce or eliminate such deductibles or self- insured retentions with respect to the City, its officers, officials, and employees; or the Contractor shall provide a fmancial guarantee satisfactory to the City guaranteeing payment of losses and related investigations, claim administration, and defense expenses. Each policy of general liability and automotive liability insurance shall contain, or be 5 endorsed to contain,the following provisions: 1. The City, its officers, officials, agents and employees are to be covered as additional insureds with respect to liability arising out of automobiles owned, leased, hired or borrowed by or on behalf of the Contractor; and with respect to liability arising out of work or operations performed by or on behalf of the Contractor, including materials, parts or equipment furnished in connection with such work or operations. General Liability coverage shall be provided in the form of an Additional Insured Endorsement (Insurance Services Office, Inc. Form CG 20 10 11 85 or such other form as may be acceptable to the City) to the Contractor's insurance policy, or as a separate owner's policy. 2. For any claims related to this project,the Contractor's insurance coverage shall be primary insurance with respect to the City, its officers, officials, and employees. Any insurance or self-insurance maintained by the City, its officers, officials, and employees shall be excess of the Contractor's insurance and shall not contribute with it. 3. Each insurance policy required by this clause shall be endorsed to state that coverage shall not be canceled by either party, except after thirty (30) days' prior written notice has been provided to the City. The Contractor shall furnish the City with original certificates of insurance and endorsements effecting coverage required by this clause. The endorsements should be on forms acceptable to City. All certificates and endorsements are to be received and approved by the City before work commences. However, failure to do so shall not operate as a waiver of these insurance requirements. The City reserves the right to require complete, certified copies of all required insurance policies, including endorsements effecting the coverage required by these specifications at any time. All insurance procured and maintained by the Contractor shall be issued by insurers admitted to conduct the pertinent line of insurance business in the State of California and having a rating of Grade A or better and Class VII or better by the latest edition of Best's Key Rating Guide. Contractor shall immediately notify the City if any required insurance lapses or is otherwise modified and cease performance of this Contract unless otherwise directed by the City. , In such a case, the City may procure insurance or self-insure the risk and charge Contractor for such costs and any and all damages resulting therefrom by way of set-off from any sums owed Contractor. Contractor hereby agrees to waive subrogation which any insurer of the Contractor may acquire from the Contractor by virtue of the payment of any loss. The Contractor agrees to obtain any endorsement that may be necessary to effect this waiver of subrogation. 6 The Workers' Compensation policy shall be endorsed with a waiver of subrogation in favor of the City for all work performed by the Contractor, its employees, agents and subcontractors. The Contractor shall require and verify that all subcontractors maintain insurance meeting all of the requirements stated herein. ARTICLE IX Contractor agrees to and shall defend, indemnify and hold harmless the City and its officers, employees, attorneys, contractors and agents from and against any and all claims, liabilities, losses, damages, penalties, costs or expenses (including reasonable attorneys' fees and court costs) which the City may directly or indirectly sustain or suffer arising from or as a result of the death of any person or any accident, injury, loss or damage whatsoever caused to any person or the property of any person which shall occur on or adjacent to the real proper6y which is the subject of this Contract, or in connection with performance of this Contract which may be . directly or indirectly caused by the acts or omissions of the Contractor or its officers, employees, contractors or agents, or as a consequence of any use, generation,manufacture, storage, disposal, release or threatened release of a hazardous waste or substance. Contractor shall not be responsible for (and such indemnity shall not apply to) any willful misconduct, negligence or breach of this Contract by the City or its officers, employees, attorneys, contractors or agents. The foregoing indemnity shall survive ternunation of this Contract. ARTICLE X Time is of the essence in this Contract. Contractor shall do all things necessary and incidental to the prosecution of Contractor's work. ARTICLE XI During the performance of this Contract, Contractor agrees as follows: a. Contractor shall not discriminate against any employee or applicant for employment because of race, color, religion, sex, national origin or mental or physical disability. Contractor shall ensure that applicants are employed and that employees are treated during employment, without regard to their race, color, religion, sex, national origin, or mental or physical disability. Such actions shall include,but not be limited to the following: empl'oyment, upgrading, demotion or transfer, recruitment or recruitment advertising, layoff or tertnination, rates of pay or other forms of compensation and selection for training, including apprenticeship. Contractor agrees to post in conspicuous places, available to employees and applicants for employment, a notice setting forth provisions of this non-discrimination clause. b. Contractor shall, in all solicitations and advertisements for employees placed by, or on behalf of Contractor, state that all qualified applicants will receive consideration for 7 employment without regard for race, color, religion, sex, national origin, or mental or physical disability. c. Contractor shall cause the foregoing paragraphs (a) and (b) to be inserted in all subcontracts for any work covered by this Contract, provided that the foregoing provisions shall not apply to subcontracts for standard commercial supplies or raw materials. ARTICLE XII City, acting through its City Manager or his designee, reserves the right to terminate this Contract for any reason by giving five (5) days written notice of intent to terminate to Contractor. Upon receipt of notice, Contractor shall immediately cease work, unless the notice provides otherwise. Should City terminate this Contract, City shall pay Contractor for services satisfactorily provided and all allowable reimbursements incurred to the date of termination in compliance with this Contract, unless such ternunation shall be for cause, in which event the City may withhold any disputed compensation. City shall not be liable for any claim of lost profits. ARTICLE XIII In accordance with generally accepted accounting principles, Contractor shall maintain reasonably full and complete records of the cost of and completion of services performed under this Contract. During the term of this Contract and for a period of two years after ternunation or completion of this Contract, City shall have the right to inspect and/or audit Contractor's records pertaining to the performance of this Contract at Contractor's office. Contractor agrees lto make available all records for inspection or audit at its offices during normal business hours and upon 3 days' notice from City. ARTICLE XIV This Contract constitutes the entire agreement of the parties. No other agreement, oral or written,pertaining to the work to be performed under this Contract shall be of any force or effect unless it is in writing and signed by both parties. Any work performed which is inconsistent with or in violation of the provisions of this Contract shall not be compensated. This Contract shall be construed in accordance with and governed by the laws of the State of California and Contractor agrees to submit to the jurisdiction of California courts. ARTICLE XV This Agreement may be executed in one or more counterparts, each of which shall be deemed an original, but all of which together shall constitute one and the same instrument. Signatures transmitted via facsimile and electronic mail shall have the same effect as original signatures. Except as otherwise provided herein, all notices required under this Contract shall be in writing and delivered personally or by first class mail, postage prepaid, to each party at the address listed below. Either party may change the notice address by notifying the other party in writing. Notices may be sent by either e-mail or U.S. Mail. Notices shall be deemed received 8 upon receipt of same or within 3 days of deposit in the U.S. Mail, whichever is earlier. Notices sent by e-mail shall be deemed received on the date of the e-mail transmission. "CONTRACTOR" "CITY" FS Contractors, Inc. City of Orange 14838 Bledsoe St. 300 E. Chapman Avenue Sylmar, CA 91342 Orange,CA 92866-1591 Attn: Jose Angel Rojo Fierros Attn: Jose Diaz/Water Manager Telephone No.: (818) 838-6040 Telephone No.: (714)288-2475 E-Mail Address: jose@fscontractorsinc.com E-Mail Address: jdiaz@cityoforange.org ARTICLE XVI a. Contractor shall be lrnowledgeable of and comply with all local, state and federal laws pertaining to the subject matter hereof or in any way regulating the activities underEaken by Contractor or any subcontractor hereunder. b. Contractor represents and warrants that Contractor has complied and shall at all times during the term of this Contract comply, in all respects, with all immigration laws, regulations, statutes, rules, codes, and orders, including, without limitation, the Immigration Reform and Control Act of 1986 (IRCA). Contractor further represents and warrants that he has not and will not knowingly employ any individual to perform services under this Contract who is ineligible to work in the United States or under the terms of this Contract. Contractor has properly maintained, and shall at all times during the term of this Contract properly maintain, all related employment documentation records including, without limitation, the completion and maintenance of the Form I-9 for each of Contractor's employees. Contractor has responded, and shall at all times du'ring the term of this Contract respond, in a timely fashion to any govemment inspection requests relating to immigration law compliance and/or Form I-9 compliance and/or worksite enforcement by the Deparhnent of Homeland Security, the Departrnent of Labor, or the Social Security Administration. Contractor shall require all subcontractors and/or sub- consultants to make these same representations and warranties when hired to perform services under this Contract. c. Contractor shall,upon request of the City, provide a list of all employees working under this Contract and shall provide, to the reasonable satisfaction of the City, verification that all such employees are eligible to work in the United States. All costs associated with such verification shall be borne by the Contractor. Once such request has been made, Contractor may not change employees working under this Contract without written notice to the City, accompanied by the verification required herein for such employees. Contractor shall require all subcontractors and/or sub-consultants to make the same verification when hired to perform services under this Contract. 9 d. Any Contractor, subcontractor, or sub-consultant who knowingly employs an employee providing work under this Contract who is not authorized to work in the United States, and/or fails to follow federal laws to determine the status of such employee shall constitute a material breach of this Contract and may be cause for immediate termination of this Contract by the City. e. The Contractor agrees to indemnify and hold the City, its officials and employees harmless for, of and from any loss, including but not limited to fines, penalties and corrective measures, the City may sustain by reason of the Contractor's failure to comply with said laws, rules and regulations in connection with the performance of this Contract. ARTICLE XVII The Santa Ana Regional Water Quality Control Board ("RWQCB") has issued National Pollutant Discharge Elimination System ("NPDES") Permit No. R8-2009-0030 (the "Permit"), which governs storm water and non-storm water discharges resulting from municipal activities performed by the City or its contractors. In order to comply with the Permit requirements, the County of Orange has prepared a Drainage Area Management Plan ("DAMP"), containing Model Maintenance Procedures with Best Management Practices ("BMPs") that the City and its contractors must adhere to. The Model Maintenance Procedures contain pollution prevention and source control techniques to minimize the impact of those activities upon dry-weather urban runoff, storm water runoff, and receiving water quality. Examples include: wash water from cleaning of sidewalks or parking lots must be collected and disposed of in the sewer or landscaped areas. The Permit, the DAMP and the Model Maintenance Procedures are on file in the office of the City's Director of Public Works, which is located at 300 E. Chapman Avenue in the City of Orange. The Contractor hereby acknowledges that it has read, reviewed and understands the Permit, the DAMP and the Model Maintenance Procedures, as they relate to the Work and hereby agrees to perform the Work in conformance therewith. ARTICLE XVIII City and Contractor agree that the claim resolution process applicable to any claim by Contractor in connection with the work provided herein shall be subject to the procedures set forth in California Public Contract Code Section 9204, attached hereto as Attachment No. 4, and incorporated herein by this reference. [Remainder of page intentionally left blank;signatures on next pageJ 10 IN WITNESS WHEREOF, the parties to these presents have hereunto set their hands the date and year first above written. "CITY" CITY OF ORANGE, a municipal corporation By: Mark A.Murphy Mayor of the City of Orange CONTRACT, BONDS AND INSURANCE APPROVED BY: ATTEST: Pamela Coleman, City Clerk (Senior/Assistant) City Attorney) "CONTRACTOR" If a CORPORATION, insert full name of corporation: [Note: Signature of Chairman of the By: Board,President or Vice President is Printed Name: requiredJ Title: [Note: Signature of Secretary,Assistant By: Secretary, Chief Financial Officer or Printed Name: Assistant Treasurer is also requiredJ Title: If a GENERAL PARTNERSHIP, insert full name of partnership: [Note: Signature of Managing General By: Partner is requiredJ Printed Name: Title: 11 If a LIMITED PARTNERSHIP,insert full name of partnership: [Note: Signature of Managing General By: Partner is requiYedJ Printed Name: Title: If a LIMITED LIABILITY COMPANY, insert full name of company: [Note: Signature of Managing Member By: or Person(s)Authorized to bind LLC is Printed Name: (are) requiredJ Title: By: Printed Name: Title: If a SOLE PROPRIETORSHIP, insert full name of owner and any fictitious business name: , doing business as By: Printed Name: Title: 12 ATTAC�IMENT NO. 1 CITY OF ORANGE STANDARD SPECIAL PROVISIONS [Behind this sheet] SPECIAL PROVISIONS CITY OF ORANGE STANDARD PLANS AND SPECIFICATIONS INTRODUCTION � All the.improvements within the public rights-of-way and easements within the City of Orange shall conform to the City of Orange Standard Plans and Specifications available through the Public Works Department. All public water system improvements intended to be dedicated to the City of Orange shall conform to the City of Orange Water Division Standazd Plans and Specifications. It is the City's desire to provide water service and to standardize wherever possible the conshuction of the water facilities to be operated and maintained by the City. The user shall keep fully informed of any latest revisions to the Public Works and Water Division Standard Plans and Specifications by contacting the office of the City Engineer,Public Works Department, City of Orange or the City of Orange Water Division at 189 S.Water Street.These Standard Plans and Specifications shall be used along with the provisions of the latest edition of the Standard Specificarions for Public Works Construcrion ("Green Book"), and all amendments thereto, adopted by the Joint Cooperative Committee of Southern California Chapter, American Public Works Association and Southern California District, Associated General Contractors of California; hereinafter referred to as the "Standard Specifications". Section 2.34.020 of the Orange Municipal Code establishes the legislative authority of these Standard Plans and Specifications. PUBLIC WORKS CONTRACTS The following additions, as revised, to the provisions of the "Standard Specifications" shall be used for all Public Works contracts awarded by the City of Orange. If there is a conflict between the "Standard Specifications"and these provisions, these provisions shall have precedence. The numbering of sections for the purpose of these provisions refers to conesponding numbering of sections of the"Standard Specifications". If these provisions specify the use of"Standard Specifications and Standard Plans for the Construction of Local Streets and Roads, of the State of California,Department of Transportation,"herein referred to as"Caltrans",for a certain portion of the work,the latest edition of the publication shall be used. The City of Orange has adopted a Local Implementation Plan (LIP) as part of a compliance program to the California Regional Water Quality Control Board.All improvements shall comply with the latest LIP in the prosecution of the work.The LIP is available and on file at the Public Works Department. PRECEDENCE OF CONTRACT DOCUMENTS: 1) Bidder's Proposal 2) Contract Agreement 3) Special Provisions (Section SP) 4) City of Orange Standard Plans and Specifications(Orange Book) 5) Standard Specifications for Public Works Construction(Green Book) 6) Construction Plans:W-688 7) All Other pocuments SP-1 PARTI GENERAL PROVISIONS SECTION 1-TERMS,DEFINITIONS,ABBREVIATIONS&SYMBOLS 1-2 DeTmitions: (a) AGENCY: The City of Orange,California,also hereinafter called"City". (b) BOARD: The City Council of the City of Orange,California. (c) CONTRACT DOCUMENTS: Documents including,but not limited to,the proposal, Standard Specifications, Standard Plans, additions to the Standard Specifications, Special Provisions, plans, bonds, insurance, contract agreement and all addenda setting forth any modifications of the documents. (d) DATE OF CONTRACT: The date of notification from the City Attorney's office infornung the Contractor that the contract is approved and fully executed by the City and the Contractor. (e) ENGINEER OR CITY ENGINEER: The Director of Public Works of the City of Orange or his duly authorized representative(s). (� BIDDER: Any individual,co-partnership,association or corporation submitting a proposal for the work contemplated acting directly or through a duly authorized representative. (g) LEGAL ADDRESS OF CONTRACTOR: The legal address of the Contractor shall be the address given on the Contractor's bid and is hereby designated as the place to which all notices,letters or other communications to the Contractor shall be mailed or delivered. (h) LABORATORY: An established laboratory approved and authorized by the Engineer for testing materials and work involved in the contract. (i) STATE CONTRACT ACT: The provisions of this act and other applicable laws form and constitute a part of the provisions of this contract to the same extent as if set forth herein in full. 1-3 Abbreviations (a) OWD: City of Orange Water Division (b) AWWA: American Water Works Association (c) DIPRA: Ductile Iron Pipe Research Association (d) CAL-OSHA: California Occupational Safety and Health Administration (e) SCAQMD: South Coast Air Quality Management District (fl SSPC: Steel Structures Painting Council (g) CBC: California Building Code,2013 Edition (h) CFC: California Fire Code,latest edirion (i) CPC: California Plumbing Code,latest edition (j) NFPA: National Fire Protection Association (k) NSF: National Sanitation Foundarion SP-2 SECTION 2-SCOPE&CONTROL OF THE WORK 2-1.1 Award of Contract: The award of contract,if awarded,will be to the lowest responsible bidder whose proposal complies with all requirements of the notice inviting bids and Section 2-1.2 and 2-1.3 of these Specifications. The City,however,reserves the right to reject any or all bids, and to waive any informality in the bids received. The Award of Contract, if made, shall be made within SIXTY �days after the opening of the bids. 2-1.2 Pre-Qualitications of Bidders: Any bidder who can prove to be a"Responsible Bidder"based on,but not limited to,the following requirements may submit a bid for consideration. The Water Manager may waive any or all of the following criteria in the best interests of the City. 1) A valid license in appropriate classification with which he can perform the specified work. The Contractor must be properly licensed when the Contractor submits its bid. 2) Record of satisfactory past performance of work with various agencies and industry. 3) Record of sarisfactory compliance with all State,Federal and local laws regarding,but not limited to, fair employment practice,safety regulations,prevailing wage regulations,labor code,and subcontracts. 4) Ability to comply with delivery schedules of materials,equipment and labor. 5) Adequate financial resources to complete the work. 6) Ability to secure bid bonds,contract bonds and insurances from companies having adequate rating. 7) Minimum five years experience in completing contracts of similar nature to include construction type and/or method, size of project with respect to area or volume, and contract dollar amount to that for which he is submitting bids and such experience has been acquired not more than seven years prior to submitting a bid. 8) Names and phone numbers of three owners of the projects requested in item 7. 2-1.3 Procedure for Proposal Submittal: Proposal shall be made and submitted on proposal forms provided by the City in accordance with the notice inviting bids. Sealed proposals shall bear the title of the work and no other distinguishing marks. Any bid received after the scheduled closing time for the receipt of bids shall be returned to the bidder unopened. It shall be the sole responsibility of the bidder to see that his bid is received in proper time. Each bid shall be made on blank proposal forms provided by the City of Orange and shall be accompanied with a certified or cashier's check or a bid bond for not less than 10% of the amount of bid, made payable to the City of Orange. Insurers issuing bid bonds shall be admitted in the State of California, and have a Best's Financial Strength Rating of Good (B+,B++)or better. No proposal shall be considered unless this requirement is met. Each bidder must be licensed and also qualified as required in Section 2-1.2 of these Specifications. No person, firm or corporation shall be allowed to make, file or be interested in more than one bid for the same work,unless altemate bids are called for. A person, firm or corporation who has submitted a sub-proposal to a bidder,or who has quoted prices on materials to a bidder, is not thereby disqualified from submitting a sub-proposal or quoting prices to the other bidders. If,on the opening of bids,more than one bid appears in which the same person,firrn,or corporation is interested as a principal,all such bids shall be rejected. Proposals with interlineations,alterations or erasures shall be initialed by the bidder's authorized agent. Altemative proposals, special conditions or other limitations of provisions affecting the bids, except as such called for by the contract documents, will render the bid informal and may cause its rejecrion. All proposals must give the unit prices bid for the various items of work both in writing and figures and must be signed by the bidder,who shall give his address. Each bid item shall be bid as it appears on the proposals and shall not be altered or lumped together with other bid items. Each bid shall have thereon the SP-3 affidavit of the bidder that such bid is genuine and not sham or collusive or xnade in the interest or on behalf of any other person not therein named and that the bidder has not directly or indirectly induced or solicited any other bidder to put in a sham bid, or any person, firm or corporation to refrain from bidding and that the bidder has not in any manner sought by collusion to secure himself an advantage over any other bidder. The Contractor shall be registered with Department of Industrial Relatioas(DIR),State of California per Labor Code Section 177.1(a)at the time of bid. This project is subject to compliance monitoring and enforcement by DIR. 2-1.4 Request for Interpretation: If any person contemplating submitting a bid is in doubt as to the true meaning of any part of the plans,specifications or other proposed contract documents, or finds discrepancies in, or omissions from, the drawing or specifications, or discovers substanrial difference between the approximate quantiries shown on the bid proposal and his quantity estimate from the plans for any of the major bid items in the proposal, he shall request the Engineer, in writing, for an interpretarion or correction thereof. The person submitting such a request shall do so no later than seven(7)calendar days prior to bid opening date. The meaning of substantial difference and the major bid items, for this purpose, shall be in accordance with Section 1-2 and Section 3-2.2.1 of the "Standard Specifications". All such interpretations of the contract documents will be made only by Addenda duly issued and a copy of each such Addendum will be mailed or delivered to each person receiving a set of contract documents at his last address of record. The City will not be responsible for any other explanations or interpretations of the contract documents. 2-1.5 Return of Bid Security: Any bidder may withdraw his bid, either personally or by telegraphic or written request, at any time prior to the scheduled closing time for the receipt of bids. It is the sole responsibility of the bidder to see that any such telegraphic or written request is delivered to the City Clerk's Office prior to said closing time. The bid security of the unsuccessful bidders will be retained until the contract is awarded to the lowest,responsible successful bidder. The bid security of the successful bidder of accepted bid will be held by the City until the contract has been entered into and the bonds accompanying the same are approved and filed. If a bidder fails or refuses to enter into a contract to do work,the bid security shall be forfeited to the City and shall be paid into the General Fund of the City. Bid securities consisting of cashier's checks will be refunded to the respecrive bidders when no longer required by the City. All other bid securities no longer required by the City, will be considered void. These will be returned to their respecrive bidders only if requested with self-addressed stamped envelope and sufficient postage. 2-1.6 Ezecution of Contract: The contract shall be signed by the successful bidder and returned to the City,together with the contract bonds as specified in Section 2.4 of the Standard Specifications, and as amended below and any changes or additions made thereto in these specifications within fifteen (15) days after the date of written notice of award of contract. The form of the contract agreement to be executed by the Contractor will be mailed by the City Attomey's office along with the written notice of award of contract. No proposal shall be considered binding upon the City until the execution of the contract by the City. In case of conflict,the contract agreement shall have precedence over all other written specifications. A current City business license is required for the Contractor and all Subcontractors performing work on the project and shall be on record at the City prior to any contract payment being made to the Contractor. 2-1.7 Bid Protest Procedure: Any bid protest must be submitted in writing to Pub11C WOrks D'1['eCtOI',300 E. Chapman Avenue, Orange, CA 92866 before 5 p.m.of the l Oth City business day following bid opening. SP-4 1) The initial protest document shall contain a complete statementof the basis for the protest with accompanying documentarion in support thereof. 2) The protest shall refer to the specific portion of the document which forms the basis for the protest. 3) The protest shall include the name,address and telephone number of the person representing the protesting party. 4) The pariy filing the protest shall concurrently transmit a copy of the initial protest document and any attached documentation to all other parties with a direct financial interest which may be adversely affected by the outcome of the protest. Such parties shall include all other bidders or proposers who appear to have a reasonable prospect of receiving an award depending upon the outcome of the protest. 5) The Public Works Director/City Engineer will issue a decision on the protest. If the Public Works Director/City Engineer determines that a protest is frivolous,the party originating the protest may be deternuned to be irresponsible and that party may be determined to be ineligible for future contract awards by the City of Orange. 6) The procedure and time limits set forth in this paragraph are mandatory and are the bidder's sole and exclusive remedy in the event of bid protest and failure to comply with these procedures shall constitute a waiver of any right to further pursue the bid protest,including filing of a claim against the City under the California Government Code or legal proceedings. 2-3.1 Subcontracts: General ' The Engineer,as duly authorized officer,may consent to subcontractor subsritution requested by the Contractor subject to the limitarions and notices prescribed in Section 4107 of the Public Contract Code. Prior to commencement of work, the Contractor shall submit to the Engineer a list showing names, addresses, telephone numbers, City business license numbers and the work to be done by subcontractors. 2-4 Contract Bonds: Sureties providing performance or labor&materials bonds for Contractors to the City of Orange must be licensed or agree to employ a licensed Contractor,with a Class A or other applicable specialty contractor's license from the State of California,in the event the Contractor to whom such surety is provided fails to perform the work under the contract. Whenever any surety or sureries on any such bond, or on any bonds required by law for the protection of the claims of laborers and material men, become insufficient, or the City Attomey has cause to believe that such surety or sureties have become insufficient, a demand in writing may be made of the Contractor for such further bond or addirional surety, not exceeding that originally required, as is considered necessary considering the extent of the work remaining to be done. Thereafter,no payment shall be made upon such contract to the Contractor or any assignee of the Contractor until such further bond or bonds or additional surety has been furnished. All bonds shall be on the forms provided by the City of Orange,with all signatures notarized and with the following notarized endorsement: The undersigned hereby certifies that the named surety issuing the bond for: Parking Lot Exuansion W-688,Bid No.189-16 - �� is issued by an"admitted surety",qualified to conduct business in the State of California in accordance with CCP§995-670 Name of Surety Attorney in Fact SP-5 2-5.1 Plans and Specifications: The Engineer will provide the Contractor, free of charge, up to a maximum of five (5) copies of the project plans and specificarions that are reasonable necessary for the execution of work. If the contractor needs more than five(5)copies of the project plans and specifications,the Contractor shall have a bonded and insured printing company pick up the originals from the City to make additional copies,if needed,at no additional cost to the City. The Contractor shall, at his own expense, obtain copies of the Standard Specifications ("Green Book", City of Orange Standard Plans and Specifications, Standard Plans and Specifications of the State of California, and Work Area Traffic Control Handbook,and Manual on Uniform Traffic Control Devices for his general use. If, after award of the contract, should it appear that the work to be done, or any matter relarive thereto, is not sufficiently detailed br explained in the specifications and plans,the Contractor shall apply to the Engineer for such further explanations as may be necessary and shall conform to such explanation or interpretarion as part of the contract. All scaled dimensions shall be considered approacimate. Before proceeding with any work, the Contractor shall carefully check and verify all dimensions and quantities and shall ixnmediately inform the Engineer or his representative of any discrepancies. The contractor shall assume all underground main distribution conduits such as water,gas,sewer,electric power, telephone,or cable television ezist on every property and shall be responsible for determining its locations and depths. Refer to Section 5-Utilities,in the Standard Specifications for Public Work Construction"Green Book". The Plans show conditions as they are supposed or believed to exist,and are not intended or inferred that the conditions as shown constitute actual conditions or locations,nor shall the City of Orange be liable for any loss sustained by the Contractor as a result of any variance of conditions or locations as shown on the plans and the actual condirions as revealed during the progress of the work. Nothing herein shall be interpreted as to relieve the contractor of his responsibility to provide for the personal safety of lus employees,the public,or representatives of the City of Orange during the prosecution of the work. RECORD DRAWINGS The contractor shall have on file one(1)set of construction plans,hereinafter referred to as"Record Drawings",upon which he shall record all variations between the work as constructed and as originally shown on the approved construction plans. Said record drawings shall be supplemented by any detailed sketches as necessary or directed to indicate fully the work as actually constructed.Said record drawings shall be accessible at all times during the construction period and shall be delivered to the Water Division upon complerion of the work. 2-6.1 General Description of Work: The work to be done,in general, consists of but is not limited to, clearing and grubbing which includes removal and disposal of existing vegetation and debris, A.C. pavement, gravel, concrete pads, curbs, wheel stops, traffic signs, water valves,removal of ezisting striping by sandblasting,demolition and disposal of e�sting block wall,relocation of irrigation box and modifying existing irrigation system as needed. Implement erosion control measures as needed during construction,scarify ea�isting soil and replace with approved compacted fill per latest version of City of Orange Grading Manual, perform grading,paving, construction of concrete curb, mow strip,block wall with end column to match existing, installation of chain link fence with gates, electrical conduits, parking lot striping,pavement legends, installation of electric vehicle charging station,wheel stops and traffic signs. 2-9 Surveying 2-9.1 Permanent Survey Markers Prior to the start of construction, the Contractor's licensed Land Surveyor or qualified Civil Engineer shall, in conformance with Califomia State Law AB 1414,locate all monuments(both of record and not of record),bench marks,and centerline ties within the construction zone, i.e.,within one hundred feet of the construcrion activity.Addirional ties to monuments shall be set when ties are missing(min.4 ties per monument).The Contractor's Surveyor or qualified Civil Engineer shall prepare and submit for review to the City Engineer separate tie sheets and Corner Record sheets(monuments not of record shall have only SP-6 tie sheets prepared).Tie sheets shall conform to Standard Plan No.402,Centerline Ties.Corner Records shall conform to the County Engineers' Association of California's "Guide to the Preparation of Records of Survey and Comer Records" document as provided by the County of Orange Land Surveyor's Office and on file in the City of Orange City Engineers Office. Upon review by the City Engineer,the Land Surveyor shall file the Comer Records with the County of Orange Land Surveyor's Office.Certified Corner Records shall be filed with the City Engineer of the City of Orange. After construction and prior to final acceptance by the City of the construction project, the Contractor's land surveyor or qualified Civil Engineer shall re-survey all field monuments and centerline ties within the construction zone,prepaze tie sheets and Corner Record sheets as indicated above, and file them with the City Engineer for review. After review by the City Engineer the Land Surveyor shall file the Comer Records with the County Land Surveyors Office,and file certified copies of the Corner Records with the City Engineer. All survey monuments removed or altered as a result of construction shall be reset, Comer Records filed with the County of Orange Land Surveyor's Office,and approved final Comer Records filed with the City Engineer. Centerline ties removed as a result of construcrion shall be reset and tie sheets filed with the City Engineer. The Land Surveyor shall provide a letter of certification for all monuments having four or more existing ties which are within 0.02 ft plus or minus of the original City tie sheet records.When several monuments and ties appear on one tie sheet and one of the ties has changed the Land Surveyor shall re-measure all of the ties and re-file a new tie sheet with the City as required herein. County of Orange permanent and temporary bench marks within the construcrion zone shall be located by survey, and the Contractor's Land Surveyor shall send a written norification of nnpending conshuction to the County of Orange Land Surveyor's Office two weeks prior to construction. 2-9.2 Survey Service: Unless otherwise stated by the City Engineer or noted in the Special Provisions, the Contractor shall provide all surveying services. 2-9.3 Private Engineers: Unless otherwise provided in the Special Provisions, lines and grades for the construction shall be the responsibility of the Contractor,with the following provisions: All work under this contract shall be built in accordance with the lines and grades shown on the plans. Field survey for establishing these, and for the control of construction, shall be the responsibility of the Contractor. All such survey work including construction staking shall be done under the supervision of a California Licensed Land Surveyor or authorized Civil Engineer. Staking shall be done on all items ordinarily requiring grade and alignment, at intervals normally accepted by the agencies and trade involved. The contractor shall provide a copy of the office calculations and grade sheets to the City Inspector. The Contractor shall be responsible for any errors in the finished work,and shall notify the Engineer,in writing,within 24 hours,of any discrepancies, or design errors during the construction staking. Contractor shall provide construction surveying for relocation of any conflicting utilities and provide a reasonable time window of opportunity to the urility owners to relocate their facilities after the survey.is provided by the Contractor. Prior to the start of construction, any Survey Monuments and Bench Marks having direct conflict with the construcrion shall be referenced in the field and"comer records" shall be prepared and submitted by the supervising licensed Land Surveyor,to the Engineer,on certified official record forms for filing in the office of the County Surveyor. All the Survey Monuments and Bench Marks removed and/or altered during the construction shall be reset and certified "comer records" shall be submitted by the Land Surveyor,to the Engineer prior to the fmal acceptance of the construction. Unless a separate bid item is provided,the payment for surveying,construcrion staking,setting of the Survey Monuments and Bench Marks, preparing comer records, professional services, office and field calculations, fiunishing all labor, materials, equipment,tools and incidentals,and for doing all the work involved,shall be considered as included in the items of work for which the surveying work is performed,and no additional compensation will be allowed. SP-7 2-9.4 Line and Grade: Trench excavation shall be in conformance with current applicable local codes unless otherwise specified in the approved construcrion plans. Deviation from the lines,grades or elevations shown on approved plans,as may be required by the exigencies of construction, will be determined in all cases by the Engineer and authorized in writing. 2-9.5 Payment for Surveying: The payment for surveying shall be included in respective items of work and shall include, but not to be limited to, construction staking, location and/or relocation of conflicting utilities, locating survey monuments, setting of survey monuments and center line ties, preparing and filing centerline tie sheets and Comer Records, locating Bench Marks and notifying the County Surveyor's Office of same,professional office services and field calculations, and furnishing all labor, materials,tools,equipment and incidentals for doing all work involved.No additional compensarion shall be allowed unless a sepazate bid item is provided. 2-10 Authority of Board and Inspection: Authority of Board and Inspection shall conform to Secrion 2-10 of the"Standard Specifications"and the following: Orange Municipal Code Section, 2.14.030, 2.15.020 C, and 234.01 has designated Engineer as their designee for all decisions regarding the contract. The Contractor shall give at least 48 hours advance notice of the time when he or his subcontractor will start or resume the various units of operations of the work as per the contract, or resume the said units or operations when they have been suspended as per the contract. The above notice is to be given during working hours, exclusive of Saturdays, Sundays or holidays for the purpose of pernutting the Engineer to make necessary assignments of his representative or inspector on the work. The Contractor shall pay the inspection charges for any work done outside normal working hours at the rate established for Special Inspection in the latest Master Schedule of Fees and Charges adopted by the City Council. Such fees shall be paid per half day or portion thereof in minimum half-day increments. No work shall be performed outside normal working hours except under extraordinary circumstances and with prior approval of the Engineer. Any work performed in conflict with said notice, without the presence or approval of the inspector, or work covered up without notice, approval or consent may be rejected or ordered to be uncovered for examination at the Contractor's expense, and shall be removed at the Contractor's expense,if so ordered by the Engineer or his representative or inspector on the work. Any unauthorized or defective work, defective material or worlananship or any unfaithful or itnperfect work that may be discovered before the final payment and final acceptance of work shall be conected immediately without extra charge even though it may have been overlooked in previous inspections and esrimates or may have been caused due to failure to inspect the work. All authorized alterations affecting the requirements and information given on the approved plans shall be in wriring. No changes shall be made on any plan or drawing after the same has been approved by the Engineer, except by direction of the Engineer in writing. Deviations from the approved plans, as may be required by the exigencies of construction, will be determined in all cases by the Engineer and authorized in writing. The Water Division or his representative shall have general supervision and inspection for all water pipe, hydrants and miscellaneous water facility relocations. The Contractor shall notify the City of Orange Inspector(714)532 6431 a minimum of two working days prior to starting any water construction activities and arrange for a pre-construction meeting with the City of Orange Water Inspector. The Contractor shall contact City of Orange Traffic Operations at (714) 532-6426, two working days prior to signal shut down,construction or temporary work. All instructions, rulings and decisions of the Engineer shall be in writing and shall be final and binding on all parties unless formal protest is made in wriring and as provided in the following paragraph: SP-8 If the Contractor considers any work demanded of him to be outside the requirements of the contract, or if he considers any instruction,ruling or decision of the inspector or Engineer to be unfair,he shall,within ten(10)days after any such demand is made, or instruction, ruling or decision is given, file a written protest with the Engineer, staring clearly and in detail his objecrions and reasons therefore. Except for such protests and objections as are made of record,in the manner and within the tixne above stated,the Contractor shall be deemed to have waived and does hereby waive all claixns for extra work, damages and extensions of time on account of demands, instructions,rulings and decisions of the Engineer. Upon receipt of any such protest from the contractor, the Engineer shall review the demands, instruction, ruling or decision objected to and shall promptly advise the contractor,in writing,of his final decision,which shall be binding on all parties. Any protest against the Engineer's final decision shall be made in accordance with Section 3-5 Disputed Work. Prior to construcrion,the contractor shall arrange for a pre-construction meeting with the City of Orange Water Division and Inspectors. The contractor shall give the City of Orange Water at least two(2)working days advance notice prior to starting or resuming any work. 2-11 Inspection: In addirion to those processes in this Section,the following shall apply: All work requiring Special inspection shall be first inspected and approved by the City Building Inspector 24 hours before Special Inspections. If any work is covered before the City Building Inspector inspecrion and approval,the City shall require the work to be exposed and inspected. Due to the City of Orange 9/80 flex work schedule the City is closed every other Friday.No City Building Division or Fire Department inspection services are available on closed Fridays, although Special Inspection services are available when the City Building Division inspections occur on the Thursday before the closed Friday. The Contractor shall keep the City's ProjecdConstruction Manager or designee informed two weeks in advance of scheduled work to assure that City Inspectors and Special Inspectors are available. A11 inspecrion processes for those inspections requiring the City of Orange Building Division approvals shall be worked out in detail with the City of Orange Building Official. 2-11.1 Progress Reports: The Contractor shall provide the City Inspector, at the end of each working day, a daily report showing the number of employees working on the project. The report will also include the Contractor employee's name and their classifications and equipment used onsite. Any subcontractors working on the project will also be included in the same report. SECTION 3-CHANGES IN WORK 3-1.1 Changes in Work-General: Engineer shall be the duly authorized officer who may grant the changes prescribed in this section. 3-2 Changes Initiated by the Agency: The Engineer shall have the right to make changes in the work,plans and/or specifications and the Contractor shall perform the work as changed and as directed by the Engineer. 3-2.2.1 Contract Unit Prices: Increase or decrease in quantities due to the difference between the approximate quantities of any contract items shown in the proposal and the constructed quantities actually measured in the field shall not be considered as change in work, substantial change in the character of work,or a change order if such work is clearly shown on the plans. If additional work is ordered by the Engineer or portion of work shown on the plans is deleted by the Engineer,and such item is a major contract item covered by a contract unit price, adjustment to the unit price to such item will be made in accordance with the provisions of this section. SP-9 If a change is ordered in an item of work covered by a Contract Unit Price, and such change does not involve a substantial change in character of the work from that shown on the Plans or included in the Specification,then an adjustment in payment will be made.This adjustment will be based upon the increase or decrease in quantity and the Contractor Unit Price. In the case of such an increase or decrease in a Major Bid Item, the use of this basis for the adjustment of payment will be limited to that portion of the change,which together with all previous changes to that item, is not in excess of 25 percent of the total cost of such item based on the original quantity and Contract Unit Price.Adjustment in excess of 25 percent may be done by extension of Contract Unit Prices as described above. A Major Bid Item is idenrified as a Bid Item that has a total cost of$50,000 minimum or 10% of the Total Contract Cost whichever is greater. If a change is ordered in an item of work covered by a Coniract Unit Price,and such change does involve a substantial change in character of the work from that shown on the Plans or included in the Specifications, an adjustment will be made in accordance with provisions of tlus section. Should any Contract item be deleted in its entirety,payment will be made only for actual costs incurred prior to norification of such deletion. 3-3.1 Eztra Work: General: If the City and the Contractor cannot reach an agreement to establish an agreed lump sum price or stipulated unit prices,the City reserves the right to direct the Contractor to perform such work using an acceptable subsritute subcontractor. The City may order the Contractor to obtain bids from three or more subcontractors to perform such work. Upon written approval of a subcontractor selected by the Engineer,the Contractor shall enter into a subcontract with such subcontractor to perform such work. All the Contractor's markups shall be in accordance with the provisions of Section 3-3.2.3. The extra work as defined in this section of Standard Specifications,and any work done beyond the lines and grades shown on the plans, shall only be performed when ordered in wriring by the Engineer. In absence of such written order,any such work shall be considered unauthorized and will not be paid for. Work so done may be ordered removed at the Contractor's expense. 3-3.2.2(a) Basis for Establishing Labor Costs: The cost of labor shall be the actual cost for wages of workers performing the extra work based on basic hourly rate plus fringe benefits paid in accordance with the certified payroll statements,plus a labor surcharge of twenty(20%)percent. This labor surcharge shall be considered to include employer payment of payroll taxes,worker's compensation insurance,liability insurance,social security,Medicare,Federal and State unemployment,and the State training taxes. All other compensation to the Contractor for labor on extra work shall be considered included in the fifteen(15%) percent markup for overhead and profits as amended in Section 3-3.2.3 of the City of Orange Standard Plans and Specifications. 3-3.2.3(a) Work by Contractor: A combined single mark up of 15% shall be allowed for labor, material, equipment rental, bonding, and other items and expenditures and shall constitute for all overhead and profit. 3-3.2.3(b) Work by Subcontractor: When any of the extra work is performed by a subcontractor, the markup established in 3-3.2.3(a) shall be applied to the subcontractor's costs as deternuned under 3-3.2.2. Contractor is allowed to markup 5%to the sum of the subcontractor's costs and markup for all overhead and profit for the con�actor on work by the eacisting subcontractor. Contractor can markup 10% to the sum of the subcontractor's costs and markup for all bonding, overhead,and profit for the contractor on work by a new subcontractor. 3-3.2.3(c) Tool and Equipment Rental: When the rental rate of equipment includes an operator, the work performed by such rented equipment shall be considered subcontracted work and compensation shall be made to the prime contractor pursuant to Section 3-3.23(b). SP-10 3-5 Disputed Work: Any claims,potential claims based on an act or failure to act by the Engineer,any protests against the rulings and decisions of the Engineer,shall be made in wriring. Such claims,potential claims or protests shall be addressed to the Engineer and shall be submitted within fifteen(15) days after the happening of the event, thing, occurrence, or other cause, giving rise to such action by the Contractor. The written determination rendered by the Engineer on such acrions by the contractor shall be considered as a final ruling of the City of Orange. Any monetary claims against the City regarding the City's decision shall be filed with the City Clerk of the City of Orange in accordance with the provisions of Chapter 3.16 of Orange Municipal Code, California Govemment Code Sections 810,901,905,911,915,935 and 945. SECTION 4-CONTROL OF MATERIALS 4-1.4 Test of Materials: Quality Control(QC)and Acceptance Testing(AT� Unless otherwise provided in the Special Provisions, all the testing of materials to be furnished by the Contractor,testing of rock materials per Section 200,cement concrete,mortar and related materials per Section 201,masonry materials per Section 202, bitmninous materials per Section 203, soils and aggregate per Section 211, testing of materials placement, testing of manufactured materials shall be the responsibilitv of the contractor and shall be done by and under the supervision of licensed laboratory,licensed Soils Engineer and Geotechnical consultant company certified by Caltrans. All the testing shall be done by a company pre-qualified to perform all the necessary tests and which is acceptable to the City of Orange. If a testing company is selected by a bidder not pre-qualified by the City, it is the responsibility of the bidder to make sure that the company is pre-qualified,by submitting all the necessary data regarding the qualification of the company and obtain approval of the company. A company not pre-qualified and approved by the City shall be replaced by the Contractor with a company acceptable to the City at no additional compensation. Such material testing company shall determine the number of tests and frequencies of sampling in order for the company to certify that all the material used for the work, its placement and the final product is tested to the company's satisfaction and that all the tests were sarisfactory to the certifying company. All tests of materials furnished by the Contractor shall be made in accordance with commonly recognized standards of national organizations and such special methods and tests as are prescribed in these specifications. No materials shall be used until they have been approved by the Engineer. The materials to be delivered to the job site shall be tested by the certifying company at the source plant each day of the scheduled delivery. The testing company shall certify that material delivered on the job site is from the batch tested and approved by the company. The daily log and test results shall be available to the City inspector at the job site at all times. The material testing company shall inform the City inspector of their schedule of testing so as to allow at discrerion to randomly witness the testing. The Contractor shall,at his expense,furnish the City,in triplicate,certit"ied copies of all required factory and mill test reports. Any materials shipped by the Contractor from a factory or mill prior to having satisfactorily passed such testing and inspection by the qualified tesring company and a representarive of the City shall not be incorporated in the work,unless the Engineer shall have norified the Contractor,in writing,that such testing and inspection will not be required. At the option of the Engineer,the source of supply of each of the materials shall be approved by the Engineer before delivery is started and before such material is used in the work. Contractor shall be required as a minimum to complete testing for compaction of soil,fill material,over excavarion,subgrade, aggregate base,asphalt concrete and trench backfill,shall be tested by the testing company with number of tests and frequency acceptable to the company for final certification of the completion of the job to their satisfaction. SP-11 Manufactured materials delivered on the job site shall be certified by the manufachuer that the material complies with all applicable tests. All the test data shall be furnished with such certification. Quality Control(QC)and Acceptance Testing(AT)testing described above are the responsibility of the Contractor. Quality Assurance Testing Quality Assurance(QA)testing per"CALTRANS"requirement shall be provided by the City of Orange. The QA is required on AHRP projects for independent assurance sampling and testing. Contractor's material testing company must provide its proposed QC personnel certificate of proficiency and qualifications to the City for review when requested,and coordinate its material testing activities with the City's Consultant performing QA. All the cost of QC and AT testing, including coordinarion with QA consultant worldng for the City of Orange, shall be considered included in various items of work and no additional compensation shall be allowed. 4-1.6 Trade Names or Equals Whenever materials or equipment are specified or described in these Standard Plans and Specifications by using the name of a proprietary item or the name of a particular supplier, the naming of the item is intended to establish the type, function and quality required. Unless the name is followed by words indicated that no subsritution is pernutted,the name shall be deemed to be followed by the words "or approved equal" and the materials or equipment of other suppliers may be accepted by the Water Division if sufficient information is submitted by the contractor to allow the Water Division to determine that the material or equipment proposed is equivalent to that named. In compliance with the provisions of Secrion 4380 of the Govemment Code of the State of Califomia,the contractor will have thirty(30)calendar days after award of the Contract to submit data substantiating a request for substitution of any"or equal" items,when allowed. SECTION 5-UTILITIES 5-1 Location: Location of utilities shown on plans shall be considered approximate only. Location of buried utiliries may not be shown on plans. Contractor shall contact the City and Underground Service Alert to locate the buried utiliries.Contractor shall carefully excavate in the vicinity and shall locate all utilities shown on the plan.The Contractor shall be responsible for any damage to existing utilities shown on the plan, regardless of exact location. The Contractor shall norify Underground Utility Alert at 1- 800-422-4133,forly-eight(48)hours prior to any excavation and/or resurfacing work. Locations of sewer laterals shown on the plans are from the available records of the City of Orange. All the sewer laterals from the sewer main to the properly may not be shown on the plans. However,the Contractor is required to assume that each property will be served by a sewer lateral. The sewer laterals are not the property of the City of Orange and these laterals from sewer main to the property belong to each individual property owner. The Contractor shall contact each properly owner to determine the location and depths of such laterals and shall protect these in place. Full compensation for protecting such laterals in place shall be considered included in the prices bid for items of work,which may affect such laterals. Revise fifth paragraph of the"Standard Specifications"to read: The Contractor shall notify each owner of the subsurface installations,including the service connections, and shall detemune the exact locarion and depth of subsurface installation as approximately marked by the respective owners,which may affect or be affected by the Contractor's operations. The City of Orange shall not be responsible for any compensation to the Contractor for any unmarked or incorrectly marked approximate locations by the respective owners. If no pay item is provided in the contract for this work, full compensation for such work shall be considered as included in the prices bid for other items of work. "Subsurface Installation" in this section means any under�ound pipeline, conduit, duct,wire, or other structure, except non-pressurized sewer lines,non-pressurized storm drains,or other non-pressurized drain pipes, operated or maintained in or across public streets or public right-of-way. SP-12 5-4 Relocation of Utilities: Any underground utiliries marked by the Underground Service Alert and conflicting with the work to be done by the Contractor,and the utilities shown on the plans as to be relocated by others,will be relocated by the respective utility owners at no cost to the Contractor. If such utilities are not relocated by the urility owners prior to the contract award;the Contractor shall perform all the necessary work in the contract and provide a time window for the utility owners to commence and complete their work. The Contractor shall be entitled to extension of time without any addirional compensation for the delays attributed to such relocation. The Engineer shall have the right to direct the Contractor and perform such relocation at compensation to be paid for in accordance with Section 3-2. Any miscellaneous items to be relocated by the Contractor, as indicated on the plans, shall be relocated in a workmanlike manner and all such work shall be done in cooperation with the utility owner;the Contractor shall be responsible for any costs resulting from the Contractor's failure to do the work at such times as are acceptable to the owner. The Contractor shall notify owners at least foriy-eight(48)hours in advance of any work on any of their faciliries. All existing and conflicting items to be relocated by Contractor shall be inspected carefully by Contractor prior to removing and doing all the work necessary for relocaring such items at the designated locarion without any modifications. If any modifications are required to such items due to Contractor's negligence in verifying the nature of work prior to relocation, Contractor shall prepare plans and submit for Engineer's approval to such modifications and shall make such modificarions at no additional compensation. SECTION 6-PROSECUTION,PROGRESS&ACCEPTANCE OF WORK 6-1.1 Construction Schedule and Commencement of Work: The contractor shall have everytWng ready, including construction material and equipment, at the start of construction date. After notificarion of awazd, the Contractor shall schedule a PRE-CONSTRUCTION MEETING within ten calendar days at the City of Orange. The Pre-Construction Meeting shall have at least one representative from the following: The prime Contractor, the City of Orange Water, the City of Orange Inspector or Field Engineer. The Pre- Construcrion Meeting shall address the following items: 1. Introducrion of key personnel. 2. Construction Schedule. The contractor shall submit the proposed construcrion schedule to the City for approval. 3. Outline required field inspections. 4. Detour,traffic control,and City crew access requirements. 5. City,and utility company coordinarion requirements. Contacts at the City of Orange are as follows: City of Orange Water Jeannette Guereca/Tuan Cao (714)288-2475 City of Orange DPW Inspector Pat Guerrero (714)981-7814 City of Orange Water (Emergency)24 hours (714)538-1961 6-1.2 Public Works Inspection Outline: The City of Orange requires inspection at the minimum,but not limited to,the following outline. I. Required Inspections A) Curb and gutter,mow strip,sidewalk,aprons,curb returns and cross gutters B) Asphalt Concrete C) Block Wall D) Subgrade,rock grade and paving(in parking lot areas) E) Backfill of all utility trenches in the public right-of-way,easements and private streets II. Conformance With the Approved Traffic Control and Traffic Safety Plan SP-13 Inspections and requirements for each of these areas are explained below. If any work requiring inspecrion is covered or concealed by additional work without first having been inspected, the Construction Inspector shall require,by written notice,that such work be exposed for examination. A) Curb and gutter,mow strip,sidewalk,apron,curb retum and cross gutter 1) Subgrade a) Prior to placement of concrete 2) Forms 3) Placement of concrete 4) Copies of all concrete tickets 5) Bacldll of trenches a) 90%relative compaction b) Trenches must be compacted before any concrete structures can be placed over top of said trench. B) Asphalt Concrete 1) Subgrade a) Prior to placement of asphalt concrete 2) Forms 3) Placement of asphalt concrete 4) Copies of all asphalt concrete rickets 5) Bacld�ll of trenches a) 90%relative compaction b) Trenches must be compacted before any concrete structures can be placed over top of said trench. C) Block Wall 1) Subgrade a) Prior to placement of block wall 2) Forms 3) Placement of block wall 4) Backfill of trenches a) 90%relative compaction b) Trenches must be compacted before any concrete structures can be placed over top of said trench. D) Subgrade,rock grade and paving 1) Compaction a) Subgrade:90%R.C. b) Rock grade: 95%R.C. 2) Compliance with plan grade and depth 3) Prime and tack 4) Headers,if required 5) Placement of asphaltic concrete 6) Copies of all aggregate base and asphaltic concrete tickets 7) Low pressure air test a) Per NCPI procedures and tables b) Shall be performed in presence of inspector upon completion of compaction of all utility trencfies. c) Test shall be performed prior to paving E) Backfill of all utility trenches in the public right-of-way,easements and private streets 1) See Item A-5;"backfill of trenches" 6-2 Prosecution of Work The Contractor shall complete the following items prior to the placement of asphalt resurfacing: 1) All portland cement concrete for cross gutter, spandrels, driveway and local depressions shall be placed within two (2) calendar days after removal of the existing concrete. 2) All portland cement concrete for curb and gutter, and curb ramps, shall be placed within three (3) calendaz days after removal of existing concrete. SP-14 3) Asphalt concrete shall be laid in a ininimum of 2 courses not exceeding 3 inches in thiclmess. 6-6.2 Eztension of Time: In the event the work called for under the contract is not finished and completed in all parts and requirements within the time specified, the City Council shall have the right to increase the number of calendaz days for completion or not, as may seem best to serve the interest of the City. Except for the delays beyond Contractor's control as described in Sections 5-5 and 6-6.1, the City shall have the right to charge the Contractor, his heirs, assigns or sureties and to deduct from the final payment for the work, all or any part, as it may deem proper, of the actual cost of engineering, inspecrion, superintendence and other overhead expenses which are directly chargeable to the Contractor and which accrued during the period of such extensions except that the cost of the final services and preparation of the fmal estimates shall not be included in such charges. In addition to the above charges, Contractor shall pay to the City liquidated damages as specified in Section 6-9 for such delays. No extension of time for the complerion of the work called for under the contract shall be allowed unless at least twenty(20) days prior to the time fixed for the completion thereof, or the rime fixed by the City Council or its designee for such complerion as extended,Contractor shall have filed application for extension thereof,in writing,with the Engineer. 6-7 Time of Completion: Once the date of contract is established by the City,the Contractor shall strictly adhere to the time of completion in calendar days set forth in the proposal and any legal extensions granted thereto by the City in accordance with the terms of the specifications. He shall keep his own record of number of calendar days originally specified in the proposal and the number of days remaining in the contract time. 6-7.1 Worlang Hours: Work shall be completed within sixty (60) calendar days of Notice to Proceed. Normal worldng days are Monday- Thursday and alternate Friday,egcluding City-observed holiday. Work shall be done between the hours of 8:00 AM to 4:30 PM. No work shall be performed outside normal worldng hours except under extraordinary circumstances and with prior approval of the Engineer. The City of Orange workweek extends from Monday through Thursday and alternate Fridays, excluding City-observed holidays(see attached City of Orange Holiday Observed Calendar on the back). The Contractor may work other days onlv as directed bv the Ensineer. The term "working days" shall apply to the actual working days required for construction. All other days shall mean consecutive calendar days. The time of completion for the contract is based on calendar days. 6-9 Liquidated Damages: For each consecutive calendar day in excess of the time specified, as adjusted in accordance with Subsection 6-6.2, for complerion of the work the Contractor shall pay to the Agency, or have withheld from monies due it,the sum of$500.00 per day. For each consecurive calendar day in excess of the time specified, as adjusted in accordance with Subsection 6-6.2, for complerion of the work and submission of all paperwork sixty(60)calendar days after Notice of Completion;the Contractor shall pay to the Agency,or have withheld from monies due it,the sum of$250.00. The submission of all paperwork includes but not limited to Certified Payroll Records,Final Compaction Report, Copies of Recorded Centerline Ties with the County Surveyor's office,Record drawings (As-built), Material Disposal/Recycle Form, and Executed Final Contract Change Order, and any necessary documents to close out the project. SP-15 SECTION 7-RESPONSIBILITIES OF CONTRACTOR 7-2.3 Prevailing Wage Rates: _ For a project funded with federal funds as identified in the Legal Notice of the Project Specitications, all Federal requirements, the Davis Bacon Act, in particular, shall apply for the project. The Federal Prevailing Wage Rates attached in the Specifications shall apply. However, the state prevailing wage rates must apply to any classification that has a lugher rate under state prevailing wage rate. Contractor is required to pay its employees the state prevailing wage rates when the prevailing wage rate is higher under the state than under the federal prevailing wage rates for any job classifications. The Contractor shall comply with the provisions of 1770 to 1780, 1810 to 1815, 1860 and 1861 inclusive, of the California Labor Code,the latest prevailing rate and scale of wages established per the deternunation of the Director of the Department of Industrial Relations, State of Califomia,and any latest changes thereto,on file with the Department of Public Works of the City of Orange, prior to the date on which notice inviting bids is last published in a local newspaper. The Contractor shall comply with the requirement of the payment of travel and subsistence payments to each worker on the work; he shall forfeit penalties prescribed therein for non-compliance of the said code. The Contractor shall post and keep posted,for the duration of the contract,a copy of said prevailing rates at the job site. Contractor's attention is directed to the expirarion dates of the wage decisions of each craft. Contractor's bid shall include any increase in labor cost anticipated after these expiration dates and no additional compensation will be allowed for such increases. Copies of the State general prevailing wage rates are not sold at the City of Orange,but the prevailing wage rates are available for review at the Department of Public Works. Contractor can purchase the State general prevailing wage rates from the Department of Industrial Relations, Division of Labor Staristics and Research, Prevailing Wage Unit, 455 Golden Gate Avenue,Sth Floor,Room 5184,P.O.Box 420603,San Francisco,CA 94142-0603,telephone number(415)703-4774. In order to verify the compliance to the said code,the Contractor shall keep an accurate weekly record,for the duration of the contract period, of his and his sub-con�actor's payroll statements showing wages paid each employee during each week and the employee work classification. The Contractor shall preserve such record for ninety(90)days after the date or recordation of the norice of completion of the contract and upon written norificarion by the Engineer these shall be submitted within ten (10) days to the Engineer for checking. Using State Form DH-C-347, Payroll Statement of Compliance, is an acceptable method of fulfilling the above requirement. Certified Payroll Reports,Statement of Compliance and Fringe Benefit Statement must be signed by President or Owner of the Company including all subcontractors. Contractor may submit a letter of authorization for authorizing an individual such as,payroll officer,office manager,and secretary to sign all certified payroll reports. This letter must be submitted with the first certified payroll report. Contractor shall indemnify, protect, defend and hold harmless the City and its officers, employees, contractors and agents, with counsel reasonably acceptable to City, from and against any and all loss, liability, damage, claim, cost, expense (including reasonable attomeys fees,court and litigation costs,and fees of expert witnesses)which results or arises in any way from the noncompliance by Contractor of any applicable local, state and/or federal law, including, without limitation, any applicable federal and/or state labor laws(including,without limitation, the requirement to pay state prevailing wages). It is agreed by the parties that Contractor shall bear all risks of payment or non-payment of state prevailing wages. The foregoing indemnity shall survive termination of the contract and shall continue after completion and acceptance of the work. 7-2.4 Apprentices and Fair Employment Practices: Attention is directed to the provisions in Section 1777.5 and 1777.6, Division 2, Part 4.5 and Division 3, Chapter 4 of the Califomia Labor Code concerning fair employment pracrices and the employment of apprentices by the Contractor or any sub-contractor under him. The Contractor and any sub-contractor under him shall comply with the requirements of said sections in the employment of apprentices,and fair employment practices. Information relative to apprenticeship standards,wage schedules and other requirements may be obtained from the Director of Industrial Relations, Ex-officio the Administrator of Apprenticeship, San Francisco, California, or from the Division of Apprenriceship Standards or its branch offices. � SP-16 7-3 Liability Insurance: Contractor shall procure and maintain for the duration of this Agreement insurance against claims for injuries to persons or damages to property which may arise from or in connection with the performance of the work hereunder and the results of that work by the Contractor,his agents,representatives,employees or subcontractors. Coverage shall be at least as broad as: 1. Insurance Services Office Commercial General Liability coverage(occurrence Form CG 00 O1). 2. Insurance Services Office Form Number CA 00 O1 covering Automobile Liability,code 1 (any auto). 3. Workers'Compensation insurance as required by the State of California and Employer's Liability Insurance. Contractor shall maintain limits no less than: 1. General Liability: $2,000,000 per occurrence for bodily injury,personal injury and property damage. If Commercial General Liability insurance or other form with a general aggregate lunit is used, either the general aggregate limit shall apply sepazately to this project/locarion or .the . general aggregate limit shall be twice the required occurrence limit. 2. Automobile Liability: $1,000,000 per accident for bodily injury and properly damage. 3. Workers'Compensarion: As required by the State of Califomia. 4. Employer's Liability: $1,000,000 per accident for bodily injury or disease. Any deductibles or self-insured retentions must be declared to and approved by the City. At the option of the City,either:the insurer shall reduce or eliminate such deductibles or self-insured retentions as respects the City, it officers, officials and employees; or the Contractor shall provide a financial guazantee satisfactory to the City guaranteeing payment of losses and related invesrigarions,claim administrarion,and defense expenses. Each policy of general liability and automotive liability insurance shall contain, or be endorsed to contain, the following provisions: 1. The City, its officers, officials, agents and employees are to be covered as additional insureds with respect to liability arising out of automobiles owned, leased, hired or borrowed by or on behalf of the Contractor; and with respect to liability arising out of work or operations performed by or on behalf of the Contractor, including materials, parts or equipment furnished in connection with such work or operations. General Liability coverage shall be provided in the fortn of an Additional Insured Endorsement (Insurance Services Office, Inc. Form CG 20 10 11 85 or such other form as may be acceptable to the City)to the Contractor's insurance policy,or as a separate owner's policy. 2. For any claims related to this project,the Contractor's insurance coverage shall be primary insurance as respects the City, its officers, officials and employees. Any insurance or self-insurance maintained by the City, its officers, officials and employees shall be excess of the Contractor's insurance and shall not contribute with it. 3. Each insurance policy required by this clause shall be endorsed to state that coverage shall not be canceled by either party, except after thirty(30)days'prior written notice has been provided to the City The Contractor shall fumish the City with original certificates of insurance and endorsements effecting coverage required by this clause. The endorsements should be on forms acceptable to City. All certificates and endorsements are to be received and approved by the City before work commences. However,failure to do so shall not operate as a waiver of these insurance requirements. The City reserves the right to require complete, certified copies of all required insurance policies, including endorsements effecting the coverage required by these specifications at any time. All insurance procured and maintained by the Contractor shall be issued by insurers admitted to conduct the pertinent line of insurance business in the State of California and having a rating of Grade A or better and Class VII or better by the latest SP-17 edition of Best's Key Rating Guide. Contractor shall immediately notify the City if any required insurance lapses or is otherwise modified and cease performance of this Agreement unless otherwise directed by the City. In such a case,the City may procure insurance or self insure the risk and charge Contractor for such costs and any and all damages resulting therefrom, by way of set-off from any sums owed Contractor. Contractor hereby agrees to waive subrogation which any insurer of the Contractor may acquire from the Contractor by virtue of the payment of any loss. The Contractor agrees to obtain any endorsement that may be necessary to effect this waiver of subrogarion. The Workers' Compensation policy shall be endorsed with a waiver of subrogation in favor of the City for all work performed by the Contractor,its employees,agents and subcontractors. The Contractor shall require and verify that all subcontractors maintain insurance meeting all of the requirements stated herein. 7-5 Permits and Licenses: Prior to construction,the Prime Contractor shall obtain a City Public Works Encroachment Permit and a City Transportation and Haul permit to work within the City right-of-way. Except as otherwise specified in the Special Provisions,the Contractor shall procure all pernuts and business licenses,pay all charges and fees, and give all notices necessary and incident to the due and lawful prosecution of the work. These permits and licenses shall be obtained in sufficient time to prevent delays to the work. Contractor shall obtain a no-fee building permit from the City of Orange Building Department. In the event that the City has obtained permits,licenses or other authorizations applicable to the work from other agencies,the Contractor shall comply with the provisions of said pernuts,licenses and other authorizations. Any charges such as inspection fees,bonds,insurance that may incur due to the Contractor's performance in accordance with such pemuts shall be considered included in the bid items for the various items of work involved.No additional compensarion will be allowed therefore. NPDES Permit Please see Section 7-8.6 Water Pollution Control for NPDES Pemut Requirements. 7-6 The Contractor's Representative: The Contractor shall file with the Engineer the addresses and telephone numbers where he or his designated representative may be reached during hours when the work is not in progress,so that 24-hour,7-days a week contact can be maintained. Inshuctions and information given by the Engineer to the Contractor's authorized representative or at the address or telephone numbers filed in accordance with this section shall be considered as having been given to the Contractor. 7-7 Cooperation and Collateral Work: Contractor shall be responsible for ascertaining the nature and extent of any simultaneous, collateral, and essenrial work by others. The City, its workers and contractors and others, shall have the right to operate within or adjacent to the work site during the performance of such work. The City,the contractor, and each of such workers, contractors and others, shall coordinate their operations and cooperate to minimize interference. The Contractor shall include in its Bids all costs involved as a result of coordinating its work with others. The Contractor will not be entitled to additional compensarion from the City for damages resulting from such simultaneous, collateral, and essential work. If necessary to avoid or minimize such damage or delays,the Contractor shall redeploy its work force to other parts of the work. Should the Contractor be delayed by the City, and such delay could have not been reasonably foreseen or prevented by the SP-18 .. . . .. . _ . ... . . .. ... _ . . . .. . . ontractor,t e Engineerv�n eternune e extent of the.delay,the effect on the project,and any extension oftixne. � � : • 7=8.1 Cleanup and Dust Control: ' . Unless otherw'ise authorized by_the Engineer,;all surplus materials shall be removed from the site of the work iminediately ; after complerion of the work�ausing the surplus materials. Unless the_construction dictates otherwise;and unless otherwise ;: approved by the Engineer, the Contractor shall furnisk and operate a self loading:motor_sweeper with spray nozzles at least once each working.day to keep paved areas acceptably clean whenever construcrion,_including restorarion,is incomplete. Faiiure of the Contractor to comply with the Engineer's dust control orders may result in an order to:suspend work until:the: . coniiitiori is.corrected;aftei filing notice to.the Contraotoc,the Engineer may order this accomplislied by others..All costs ttius incurred shall.be deducted from the amount to be paid to the:Contractor. No additional:coinpensation will.be allowed as a result of.such§uspen§ion. _. . No separate payment will be made..for any work perfoixned, or material used,to control dust resultmg from the Contractor's performance on tlie.work, or by public traffic, either inside or oufside the right-of-way: .Full compensation for.such dust . control will be considered as included in the prices paid for the various items of.work involved. The Contractor will not be allowed to stockpile more than that day.'.s material at the job site,and at the end of each work day all equipment,and:surplus material shall:be removed from the job site. Contractor:shall be responsible for securing and . . . . . . .. mamtauung- e stoc i.. g_area,. Tras or e..ns fiom.construchon operahons,s a e remove . ai.y, an equipment a.n. ...., materials shall be stored in an_un-obstrucrive manner s��as not to impede or .restrict pedestrian and vehicular traffic from the: . ,. _ . :. site:: : :.. _. _ _ _.. . . _ _ _ . 7-8.5 Temporary-Light,Power and Water: _ Tfie:Coritractor shall be required.to deposit $1;5.00:00:meter service chaige:for.each constructiom meter used on a City fire :. . hydrant. Tfie Contractor will be charged$2:75 per day rental on:each construction water:meter,and the Contractor:shall pay for the water.used:on the project.:An appioved backflow device.:shall be installed after:the meter and :tested before use. _.. _. _. _.. Anytime:the device is remov.ed from water supply so.uice;it is required:to be.re-tested by a certified tester: The Contractor.shall provide for his emplbyees an adequate.sugply of potable:drinking water, which shall.tie:dispensed through approved:sanitary facilities. 7-8.6 : :Water Pollution Contr.ol _. _ _ _ . . _ _. . . _ _. _ Discharge of sforni water from construction.sites that dishub.land;equal to or greater.than one(1)acre must be in compliance with NPDES Statewide General Permit. The Contractor:is required to_contact the California Regional_Water Quality Control : : Board (RWQCB) for all inforniation contained in.tlie.General Conshuction Storm Water Permit(General Permit). All the . . .. . latest pernut proyisions issued by RWQCB before the bid due date:sliall apply. Construction acrivity subject to tliis General Perinif includes clearing, grading; disturbance to the ground such as stockpiling; or:excavation that results:in.soil:disturbances of at least one acre of total:land area. Construcriori.activity that results in:soil . : disturbances of less ttian one acre is'suliject to this General Permit is the construction acrivity is part of a larger cominon plan _. or developmerit tliat:encompasses orie.or more acres of soil disturbance or there is significant water quality iinpairment resultmg:from the acrivity. The Contractor shall:complete, within 10:calendar days after Notice:of Award of contraet,the partially coinplete.d Notice of Intent(NOI) and�ubmit the completed.NOI:to the resident engineer for signature and,submittal by the City:to.the:Regional Board....Contractor shall also:complete the Notice of:Temvnation (NOT) and:;submit the completed:form to the resident;; ; en ineer for filin b the Ci, with the Re 'onal Boa.rd.. g.. . g Y tY: . � _.. _ -. _. _ . _ _ _ A copy of the lafest.pemut is available:at hftp:!/www.swrcb.ca:gov/water issues/proQramsJsYormwater/construction.shtml. . The Contractor is hereby directed to read the Construction Permit thoroughlyand comply witli the requirements as specified _ : _ ,: : . therein. _ Storm Water:Pollution Prevention Plan(SWPPP) The Qontractor is responsible for the preparation aud:implementation of a storin:water pollution pievenfion plan(SWPPP)as _ , .. . _ 9 required by the Construction Permit. The Contractor is responsible for completing all parts of the SWPPP including monitoring, sampling,post construction BMPs and the other requirements of the SWPPP. The Contractor must prepare the SWPPP using the City template available on the City's website. Project post construction BMPs can be obtained from the resident engineer for use in completing the SWPPP. The completed SWPPP must be signed by a person trained in SWPPP preparation and the training that qualifies them identified in the SWPPP. The completed SWPPP must be submitted to the resident engineer for City review and approval no later than 3 weeks after Notice of Awazd of contract. The SWPPP must be signed by the City before construcrion begins.A copy of the SWPPP must be available at the site at all times and must be implemented and revised in accordance with the Construcrion Permit throughout the duration of the project. Contractor shall perform site inspections before and after a storm event,and once each 24-hour period during extended storm events,to identify BMP effectiveness and implement repairs or BMP modifications as soon as possible. Sampling of potential pollutant discharges shall be conducted by trained personnel and required laboratory tests conducted by a laboratory accredited by the California Deparnnent of Health Services Environmental Laboratory Accreditarion Program. Contractor shall be responsible for any penalties assessed against the City if the penalty assessed is due to Contractor's violation of Construction Permit requirements,or Contractor's failure to fully implement and monitor SWPPP as required. Erosion and Sediment Control Plans Full size, 34"x44", Erosion and Sediment Control Plans shall be prepared by the Contractor as part of the SWPPP that identify adequate controls to prevent erosion and the discharge of sediment off-site. Payment for the Erosion and Sediment Control Plans shall be included as part of the SWPPP. Payment Full compensation for conforming to the requirements of this section of these special provisions including furnishing all labor, materials, fees if any, equipment, and incidentals necessary to complete the work shall be considered as included in the various bid items of work and no additional compensation will be allowed therefore. 7-8.7 Drainage Control: It is anticipated that storm, surface or other waters will be encountered at various times and locations during the work herein contemplated. Such waters may interfere with Contractor's operarions and may cause damage to adjacent or down-stream private and/or public property by flooding, lateral erosion, sedimentation, or pollution if not properly controlled by the Contractor. The Contractor, by submitting a bid, assumes all of said risk and the Contractor aclaiowledges that its bid was prepared accordingly. The Contractor will be required to control all water encountered during construcrion and shall use appropriate methods of sediment control and debris barriers to prevent any contaminated water from entering the storm drain piping. These methods shall include the placement of sand bags, filter fabric and fencing,berms, and other temporary barriers as needed to comply with the City's requirements for construction acrivities. During the course of water control the Contractor shall conduct construction operarion to protect waters from being polluted with fuels,oils,bitumen or other harmful materials, and shall be responsible for removing said materials in the event protective measures aze not effective. The Contractor shall conduct his operation in such a manner that storm or other waters may proceed uninterrupted along their existing street or drainage courses to prevent ponding of water during all phases of construction. Diversion of water for short reaches to protect construction in progress will be pemutted,if public or private properties in the opinion of the Engineer are not subject to the probability of damage. The Contractor shall maintain drainage within and through the work areas. The Contractor shall provide and maintain, at construction site, ample means and devices with wluch to block, remove, and properly dispose of all water entering the excavation. Temporary dams of sandbags, asphaltic concrete, or other acceptable material will be permitted when necessary. Such dams shall be removed from the site as soon as their use is no longer necessary. Contractor shall contact adjacent residents and businesses to turn off the irrigation systetns that are impacting the construction zone.Diversion of surface water including nuisance water from the excavation site and work area shall be the responsibility of the contractor,and no sepazate compensation will be allowed for the removal of surface water from the excavation site. SP-20 7-9 Protection and Restoration of Existing Facilities: The Contractor shall be responsible for the protection of public and private property adjacent to the work and shall exercise due caution to avoid damage to such property. Contractor shall repair or replace all existing improvements within the right-of-way, which are not designated for removal (e.g. curbs, sidewalks, driveways, fences, walls, signs, utility installations, pavement, structures, trees etc.), which are damaged or removed as a result of its operations. Sprinkler systems damaged during the course of the work shall be repaired by the Contractor. Repairs shall be completed within forty-eight(48)hours of damage and shall be tested for proper operation in the presence of the Engineer or Inspector. Due to the unique nature of each system,all repairs shall be completed to bring the system to its original state of performance. All water lines,and/or gas lines damages during the course of the work shall be repaired immediately after the damage occurs and all repairs shall be completed that same work day. All repairs and/or replacements of damaged facilities shall be at least equal to existing improvements,and shall match them in both finish and dimension. Tree, lawns, and shrubbery that are not removed shall be protected from damage or injury. If damaged or removed because of the Contractor's operations, they shall be restored or replaced in as nearly the original condition and location as is reasonably possible. Lawn areas affected by construction operarions shall be re-seeded and covered with suitable mulch or re-sodded to the approval of the Engineer or Inspector. Contractor shall give minimum seven(7) days notice to occupants or owners on adjacent property to permit them to salvage or relocate plants,trees,fences,sprinklers and other improvements within the right-of-way that would be destroyed because of the work. Full compensation for Protection and Restoration of Existing Faciliries shall be included in the contract prices bid for other rimes of work and no additional compensarion will be allowed therefore. Contractor shall protect property and faciliries adjacent to the construction area and all property and faciliries within the construction areas,which are shown on the plans to be protected. After project completion,the construction area shall be in a clean and presentable condition. All public or privately owned 'unprovements and faciliries shall be restored to their original condition and location. If improvements or facilities are damaged, they shall be replaced with new materials, which are at least equal to the original materials. Nothing herein shall be construed to enritle the Contractor to the exclusive use of any public street,way or parlting area during performance of the contract work. Contractor shall conduct its operations so as not to interfere with the authorized work of utility companies or other agencies in such streets,ways or parking azeas. The Contractor shall be responsible for investigating conditions of available public and private roads and of clearances, restrictions and other limitarions affecring transportation and ingress and egress to the site of the work. All proper public safety measures are to be used during construction,including barriers,flag-men and signing. Equipment usage should be limited to normal hours,in accordance with the contract specifications. Equipment must conform to all applicable noise regulations. 7-10 Public Convenience and Water: The Contractor shall notify the following entities at least forty-eight hours in advance of any street construction or restriction to access,if applicable: 1. City of Orange Fire Deparhnent:288-2500 2. City of Orange Police Department:744-7462 3. Ambulance Services: 521-2334 4. Orange Unified School District:997-6101 5. Trash Collecrion/Street Sweeping: 637-3010 6. Post Of£ice:997-1255 7. City of Orange Water Division:288-2475 SP-21 The Contractor shall also be required to post and subsequently remove temporary "Tow Away No Parking" signs along adjacent work zones no less and no more than 1-week prior to scheduled work dates. The signs will be fiunished upon request by the City. The Contractor shall fill in the day and date for the scheduled work. The Contractor shall be responsible for adequate barricading of the work area and controlling traffic in the vicinity of the project as specified in Subsecrion 7-10,Traffic and Access and these special provisions. Barricades shall be staged and ready for controlling traffic, but no street shall be closed. The Contractor shall maintain the traffic control devices deployed for controlling all work operations. The Contractor shall protect the new surface from damage or defacing,the Contractor shall repair any damage to new improvements at no additional cost to the City until work is acceptable by the City. No material or other obstrucrions shall be placed within fifteen(15)feet of any fire hydrant which shall at all rimes be readily accessible to the Fire Department. Traffic control shall conform to the provisions of the latest edition of the Work Area Traffic Control Handbook(WATCH)published by Building News,Inc. At least seven (7) calendar days prior to beginning work, the Contractor shall distribute notices to all residences and businesses adjacent to or affected by the proposed work. Said notices shall be prepared and printed by the City and shall be served by the Contractor's representative in person to each residence and business as practicable. Failure of the Contractor to properly serve said norices shall be cause for suspension of work until compliance with this requirement is'achieved. No extension of time will be allowed to the Contractor for lost rime due to his failure to distribute said notices in a timely manner or from suspension of work due to non-compliance. The Contractor shall,at his expense,secure a site for storage of equipment,materials and staging the project. The Contractor shall not store conshuction equipment or materials within the public travel way or city streets. Damage to public and private improvements caused by the Contractor during his operations shall be repaired by the Contractor at no cost to the City to original conditions. Excavated materials shall not be stored on public streets. Excavated materials that are to be used for backfill shall be stored at a site of Contractor's choice. At the end of each day's work and at other times when construction operations are completed or suspended, the contractor shall not store materials and construction equipment and vehicles within the street right-of-way unless authorized by the Engineer. Construcrion site must be swept and washed clean at the end of each work day. The City is not obligated to provide storage yard for materials,equipment,and construction site debris. Safe and adequate pedestrian and vehicular access shall be provided and maintained to fire hydrants,commercial and industrial establishments,churches,schools,parldng lots,service station hospitals,and establishments of similar nature. Access to these facilities shall be continuous and unobstructed unless otherwise approved by the Engineer. Vehicular access to residential and commercial driveways shall be maintained to the property line except when necessary construction precludes such access for reasonable periods of time. If backfill has been completed to such extent that safe access may be provided and the street opened to local traffic,the Contractor shall nnmediately clear the street and driveways and provide and maintain access. 7-10.4 Public Safety: The Contractor shall have at the worksite copies of suitable extracts of the most current edition of the Califomia Occupational Safety and Health Act as superseded by Federal Occupational Safety and Health Act. The Contractor shall comply with provisions of these and all other applicable laws,ordinances and regularions. 7-10.1 Traffic and Access The Contractor's operarions shall cause no unnecessary inconvenience. The Contractor shall immediately remove any spillage resulting from its hauling operation along or across any public travel way. The access rights of the public shall be considered at all times. Unless otherwise authorized,traffic shall be permitted to pass through the work azea,or an approved detout shall be provided. SP-22 Should the Contractor appear to be neglectful or negligent in furnishing waming and protective measures,the Engineer may direct attention to the existence of a hazard,and the necessary warning and protecrive measures shall be fumished and installed immediately by the Contractor at his expense. If attention is directed to the existence of a hazard and the Contractor fails to provide such devices,said devices will be placed or caused to be placed by the City. The cost of placement of these devices shall be the sole responsibility of the Contractor and shall be paid for at the rate of$50.00 per call-out plus$25.00 per traffic control device for each 24 hours,or fraction thereof,that the device is required. Said costs shall be deducted from the total of contract price for the work. Each traffic control,warning,and guidance device required for the work shall be continuously monitored by the Contractor for its adequacy,including,but not limited to: 1) type 2) location and placement 3) size 4) reflectivity(if to be in place during darkness) 5) condition of repair The overall work site traffic control,warning,and guidance effort shall be continuously monitored by the Contractor for its adequacy in detouring traffic around,or circulating traffic through the work area. Any deficiencies by the Contractor in such monitoring,or correcting inadequate work-site signing,shall be considered just cause for the Engineer or his representative to suspend the work. The decisions made by the Engineer in this regard shall be final. 7-10.4 Public Safety The Contractor shall have at the work site copies of suitable extracts of the most current edition of the California Occupational Safety and Health Act as superseded by Federal Occupational Safery and Health Act. The Contractor shall comply with provisions of these and all other applicable laws,ordinances and regulations. 7-13 Laws to be Observed: The Contractor shall protect and indemnify the City,the City Council,the Engineer,and all of its officers,agents and servants against any claim or liability arising from or based on the violation of any existing or future State, Federal or Local laws, ordinances, regulations, orders or decrees, whether by himself or his employees. If any discrepancy or inconsistency is discovered in the plans, drawings, specifications or contract for the work in relarion to any such law, ordinance, regulation, order or decree,the Contractor shall forthwith report the same to the Engineer in writing. The contractor or subcontractor shall not discriminate on the basis of race,color,national origin,or sex in the performance of this contract. The contractor shall carry out applicable requirements of 49 CFR Part 26 in the award and administration of DOT-assisted contracts. 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 recipient deems appropriate. SECTION 8-FACILITIES FOR AGENCY PERSONNEL Provisions of this secrion do not apply unless otherwise provided in Special Provisions. SECTION 9-MEASUREMENT&PAYMENT Compensation for items of work not specifically identified in these Special Provisions is considered to be part of this bid items and shall include all labor,materials,tools,equipment,safety measures,and supervision required to be complete the work shown on the plans. There shall be no compensation except for the bid items specified in the proposal. The cost of all work shown in the plans and specifications,but not specifically identified as a bid item or described within a bid item,shall be included in related bid items,and no additional compensation shall become due the Contractor by nature of compliance with the plans and specificarions except as provided in Section 3"Changes in Work"of the Standard Specifications for Public Works Construcrion. SP-23 9-1 Basis of Measurement and Payment for Bid Items The following Basis of Measurement and payment for bid items hereunder shall be consistent with the Proposal Schedule as well as the subsequent sections of this specification. Items 1-Mobilization,demobilization,and clean-up,including permit and shop submittal processing.The amount for this item shall be limited to$11,000 maximum.Payment for this item shall be made as the lump sum bid price. This bid item shall also include maintenance of staging area over the durarion of the project. Items 2 -Fumish all labor, material & equipment for removals &disposal including but not limited to removal of existing block wall, irrigation, landscaping, sawcutting AC pavement, relocation of existing meters, meter boxes and valves. Also inclusive of protection items which include but not limited to,existing adjacent curb and gutter,walls,fences,trees,irrigation improvements,landscaping,A.C.pavement,urility facilities,concrete pad,etc.Payment for this item shall be as the lump sum bid price. Item 3-Fumish all labor,material&equipment required to excavate to 12-inches below proposed grade,including earthwork and adjusting gravel to grade.Removal&disposal of unsuitable fill. Subgrade preparation,compaction to 90%and clean up, including permits. Payment for this item shall be made at the unit bid price per cubic yazd of material excavated to achieve bottom of subgrade. Item 4-Furnish all labor,material&equipment required to import fill to achieve top of subgrade at 6-inches below proposed grade. Removal &disposal of unsuitable fill. Prepare subgrade to 90% compacrion. Mobilization, demobilization and clean up,including pernrits.Payment for this item shall be made at the unit bid price per cubic yard of import fill material to achieve top of subgrade. Item 5 - Furnish all labor, material & equipment required for installation of A.C. pavement including but not limited to earthwork and compaction.Payment for this item shall be at the unit bid price per ton of A.C.installed. Item 6 -Furnish all labor, material & equipment required to construct the concrete mow strip per City of Orange standard plan L-19.Payment for this item shall be at the unit bid price per lineal foot constructed. Item 7 - Furnish all labor, material & equipment required to construct reinforced concrete block wall with end column per S.P.P.W.C. standard plan 601-4,including trenching,removals and earthwork.New block wall height to match existing block wall and new end column to match existing column height. Join to existing block wall, trenching, removals and earthwork. Payment for this item shall be made as the lump sum bid price. Item 8-Fumish all labor,material &equipment required to construct P.C.C, curb type B per City of Orange standard plan 128.Payment for this item shall be at the unit bid price per lineal foot constructed. Item 9-Fumish all labor,material&equipment required to install chain link fence and double swing gate per standard plans for public works construction(S.P.P.W.C.)standard plan 600-3 and dimensions shown on plans. Chain link fence and gate to be fumished with a privacy screen which will be beige in color, made of vinyl chain link fence slats. Payment for this item shall be made as the lump sum bid price. Item 10 - Furnish all labor, material & equipment required to install electrical conduit lines for electric vehicle charging station including 2-2"PVC schedule 40 conduits and wires,pulling electrical wires,trenching and bacicfill. Payment for this item shall be made as the lump sum bid price. Item 11 - Furnish all labor, material & equipment required to install electrical conduit lines for future modular building including 2-2" PVC schedule 40 conduits and wires, pulling electrical wires, trenching and bacl�ill. Payment for this item shall be made as the lump sum bid price. Item 12 - Furnish all labor, material & equipment required to install striping, pavement legend markings, and traffic signs including removal of existing s�iping by sandblasting.Payment for this item shall be as the lump sum bid price. Item 13 - Furnish all labor, material & equipment required to construct concrete wheel stops per detail shown on plans. Payment for this item shall be at the unit bid price per concrete wheel stop installed. SP-24 9-2.1 Final Pay Quantity: When an item of work is designated as a final pay quantity in the Method of Measurement, or Basis of Payment, or Bid Schedule as(F),the estimated bid quantity for that item of work shall be the final pay quantity,unless the d'unensions of any portion or the quantity of that item are revised by the Engineer, or the item or any portion of the item is eliminated. If the dimensions of any portion or the quantity of the item aze revised, and the revision results in an increase or decrease in the estimated quanrity of that item of work, the final pay quantity for the item will be revised in the amount represented by the changes in the dimensions or the quantity. The Contract Unit Price adjustment will be per Section 3-2.2.1 Contract Unit Price. If a final pay item is eliminated, the estimated quantity for the item will be eliminated. If a portion of a fmal pay item is eliminated,the final pay quantity will be revised in the amount represented by the eliminated portion of the item of work. The estimated quantity for each item of work designated as a final pay quantity in the Method of Measurement or Basis of Payment or Bid Schedule shall be considered as approximate only, and no guarantee is made that the quanrity which can be determined by computations, based on the details and dimensions shown on the plans,will equal the estimated quantity. No adjustment will be made in the event that the quantity based on computations does not equal the estimated quanrity except under the following conditions: In case of discrepancy between the quantity shown in the Bid Schedule for a final pay item and the quantity or summation of quanrities for the same item shown on the plans or in the proposal,payment will be based on the quantity shown in the Bid Schedule. I 9-3.2 Partial and Final Payment: Partial payments,except the final payment, shall not be made for periods of less than one month. To claim a partial payment on the amount due or the final payment itself, the Contractor shall obtain approval of ineasurement of quantity of work completed from the City inspector and shall prepare an invoice showing bid items,unit bid price,quantity completed,quantity previously paid, total quantity as of the date of invoice, amount claimed in the invoice, previous payment, amount to be retained,and the contract amount unless satisfactory substitution as permitted by the provisions of this section are provided by the Contractor; the amount to be retained by the City shall be 10% of the work completed as of the date of the payment request. The invoice shall be submitted to the Engineer two weeks prior to the second or fourth Tuesday of the month,the days on which payments are placed in the warrant lists for Council approval. Such payments are made by the Finance Department during the week in which these are approved by the City Council. After completion of the contract,the City Council shall,upon recommendation of the Engineer,accept the work as completed and authorize the final payment. The final payment shall be the entire sum found to be due the Contractor a8er deducting therefrom all previous payments and all amounts to be kept and all amounts to be retained under the provisions of the contract. All prior partial estimates and payments shall be subject to correction in the final estimate and payment. The final payment of the retention amount to the Contractor shall be made thirty-five(35)days from the date of the recording of the Notice of Completion of the work after it is accepted by the City and shall be made on a duly certified voucher therefore, except as State Law may permit Contractor to receive said fmal payment prior to said thirty-five (35) day period after acceptance of work by City. It is mutually agreed among the parties to the contract that no certificate given or payment made under the contract,except the final certificate of final payment, shall be conclusive evidence of full or substantial performance of this contract;no payment shall be construed to be an acceptance of any defective work or improper material. Unless a written notice of protest disagreeing with the approved final payment and a notice of intentions of additional claims is filed with the Engineer prior to acceptance of the approved final payment, the acceptance of the final payment by the Contractor shall release the City,the City Council, and the Engineer from any and all claims or liabilities on account of work performed by the Contractor under the contract or any alterations thereof. The prime contractor agrees to pay each subcontractor under this prime contract for satisfactory performance of its contract no later than 10 days from the receipt of each payment the prime contractor receives from the City of Orange. Any delay or postponement of payment from the above referenced time frame may occur only for good cause following written approval of the City of Orange. This clause applies to both DBE and non-DBE subcontractors. The prime contractor agrees fiuther to release retainage payments to each subcontractor within 30 days after the subcontractor's work is satisfactorily completed. Any delay or postponement of payment from the above referenced rime SP-25 frame may occur only for good cause following written approval of the City of Orange. This clause applies to both DBE and non-DBE subcontractors. 9-3.2.1 Substitution of Securities for Retention: In lieu of the City's retaining a portion of progress payments due a contractor,the contractor may elect to deposit qualifying securiries equivalent to the amount to be held.Upon such deposit under an escrow agreement,the funds must be released.The California Public Contract Code specifies the exact form of escrow agreement(Contract Code Section 22300,Subdivision E). 9-3.3 Delivered Materials: Materials delivered,but not in place,will not be classed as work done,except as otherwise provided in the specifications. 9-3.4 Mobilization: Mobilization shall include the costs incurred by the Contractor for providing bonds, insurance, permits and licenses as required;initial move-in costs of labor,equipment tools,materials and incidentals;all subsequent move-in and move-out costs for construcrion of the different items of work required by either the Contractor's operations or due to the coordination required by the Contractor with subcontractors,utility agency work, or unforeseen delays described in Section 6-6.1 beyond the control of both the Contractor and the City;and all the preparatory work and operations for which no separate bid item is provided in the proposal. Payment for mobilization shall be made,either at the lump sum price bid for mobilization or at the fixed price provided in the proposal by the City. A payment in the amount of 80%of the mobilization item shall be included in the first partial payment and the remaining 20%shall be included in the final payment,except as otherwise stated in Section 9-3.2. Payment for mobilization shall be considered to be included in the various items of work, if no separate bid item for mobilizarion is provided for in the proposal. PART 2 CONSTRUCTION MATERIALS SECTION 200-ROCK MATERIALS The alternate rock products Type S as specified in Part 4 of the Standard Specifications for asphalt concrete,Portland Cement Concrete, and untreated base material with the latest revisions specified in OCEMA Standard Plans 1804 and 1805 shall be used. 200-1.2 Crushed Rock&Rock Dust Contractor shall use Rock Dust Blotter conforming to the requirements of Section 200-1.2 and 302.9.6 of the 2006 Edition of the Standard Specification for Public Works Construction. 200-2.2 Crushed Aggregate Base 200-2.2.1 General: Crushed aggregate base shall consist entirely of crushed rock and rock dust conforming to the requirements of 200-1.1 and 200-1.2 of the 2003 Edition of the Standazd Specifications for Public Works Construction. SECTION 201-CONCRETE,MORTAR AND RELATED MATERIALS 201.1.1.2 Concrete 5pecified by Class: All references to the number of sacks of Portland Cement per cubic yard of concrete which are made on the Standard Plans shall be deleted. Portland Cement shall be measured in pounds per cubic yard of concrete in accordance with the classes specified in SP-26 this secrion. The access ramps shall be constructed with class 560-C-3250 concrete. Concrete for all driveway aprons and curb and gutter adjacent to driveways, cross gutter and spandrel, shall be high early strength (7 sack or higher) concrete mix with Class C gradation. The high early strength concrete mix shall reach flexural strength of 4,000 psi(modulus of rupture)in 8 hours and a compressive strength of 2,500 psi in 24 hours. Contractor shall submit mix designs to the Engineer at least 2 weeks prior to placing concrete. 201-3.6.1 Weed Kill and Cracks Clean All cracks 1/8"and greater shall be cleared of all debris and cleaned after cold milling and prior to any paving operations. Cracks shall be routed, and cleaned with high-pressure air nozzle. Cracks with vegetarion shall be cleaned and an herbicide weed ldller shall be applied prior to any paving operations. The payment for weed killing shall include cracks cleaning,all related material and equipment necessary for weed kill. 201-4 Concrete Curing Compound 201-4.1 General: Concrete curing compound shall be Type 2. SECTION 203-BITUMINOUS MATERIALS 203-6 Asphalt Concrete: Section 400-4 of Standard Specificarions and Section 400-4 of these additions shall apply. Asphalt Concrete shall conform to Section 400 of the Standard Specifications. Asphalt Concrete Leveling Course shall be an asphalt concrete mix design of Type III B2 PG 64-10(3/4"sieve size),per Section 400-4 of the Standard Specifications. Construction of Asphalt Concrete Overlay and Densely Leveling Course, as shown on the Plan, shall be in accordance with Subsections 203-6,"Asphalt Concrete," and 302-5 "Asphalt Concrete Pavement."of the Standard Specifications modified or supplemented herein. A. Asphalt concrete(A.C.)areas shall include reconstruction areas as shown on the Plans. B. The overall asphalt concrete thickness shown on the Plans shall be placed in two courses. The surface course shall be Asphalt Rubber Hot Mix(ARHM-GG)or Type III C3 PG 64-10. C. The contact surfaces of all cold pavement joints, curbs, gutters, etc. shall be painted with Grade SS-lh emulsified asphalt immediately before the adjoining A.C.pavement is placed. D. Asphalt concrete base paving shall consist of Type III B2 PG 64-10(3/4"sieve size). E. Finished surface of the new pavement at the edge of gutter shall be flush with the edge of the gutter in all crosswalk areas and shall be 3/8"higher than the lip of gutter in all other areas. F. Surface Course Paving shall be as specified,but not be less than 2"thick. 203-11 Asphalt Rubber Hot Mig(ARHM)Wet Process: Asphalt Rubber Hot Mix (ARHM) shall consist of furnishing, spreading and compacting ARHM wearing course and shall conform to all applicable Sections of the Standard Specifications(including 203-11 (wet process)and 302-9). This item shall also consist of applying paint binder(tack coat)to the existing pavement surface and vertical surfaces to be joined. ARI-IM shall conform to Asphalt Rubber Hot Mix Gap Graded(ARHM-GG)of the Standard Specifications. The ARHM shall conform to subsection 203-11 Class ARI-IM-GG-C. SP-27 Surface course paving shall be as specified but shall not be less than 2"thick. Contractor shall use a Rock Dust Blotter in accordance with Subsections 200-1.2 and 302.9.6. Finished surface of the new pavement at the edge of gutter shall be flush(0"lip)with the edge of the gutter. SECTION 207—WATER PIPE 207 General All work concerning the water facilities shall be done under the Water Division Inspection. The Contractor shall be responsible for notifying the Water Division and residents/businesses of shut downs two working days prior to shut down. The Contractor is not allowed to operate or close any water main valve. The Water Division will turn off any water main as required with proper notification. SECTION 209—ELECTRICAL COMPONENTS When applicable,Southern Califomia Edison Company Standard Specifications and Standard Plans shall also apply. SECTION 211-SOILS AND AGGREGATE TESTS 211-2.1 Compaction Tests: Laboratory Ma�mum Density: Method 2: Wherever relarive compacrion is specified to be determined by Test Method No. Calif. 216, the relative compaction will be detemuned by Test Method No.Calif.216 or 231 (ASTM D2922,Method B). The azea,as stated in Test Method No.Calif.231,may be represented by one or more individual test sites. Laboratory Maximum Density tests shall be per Method 2 of Section 211-2.1. The correction for oversize material as stated in Test Method No.Calif.216 shall be replaced with Note 2 of ASTM D 1557. PART 3 CONSTRUCTION METHODS SECTION 300-EARTHWORK 300-1 Clearing and Grubbing: In addition to the items specified in the Standard Specificarions and as shown on the plan, the following items shall be considered included in clearing and grubbing. 1. Removal items shall include, but not be limited to, sod, shrubs, irrigation, concrete curb, gutter, cross gutters, spandrels, sidewalk, concrete pavement, asphalt concrete pavement, sawcutting, waterline pipes and miscellaneous improvements,which interfere with the construction or installation of improvements shown on the plans. 2. Protection items shall include, but not be limited to, existing curbs and gutters, sidewalk, cross gutters, spandrels, street lights, sprinklers, irrigation lines, fire hydrants, power poles, existing utilities and service connections, catch basins, storm drain pipes, survey monuments, traffic striping and markings, signs, raised pavement markers, improvements and landscaping on adjoining properties,parkway trees,driveways,etc. , 3. Parkway tree roots that extend into the excavated area shall be trimmed back the minimum possible to install the items to be constructed. 4. Additional removal and replacements shall include but not be limited to striping and traffic loops,signs and posts,as the result of the Contractor's construction operations and/or as necessary to conform to City of Orange construction standards and no additional compensation will be allowed. 5. The Contractor shall investigate the location of irrigation lines and sprinklers during his bidding process. All costs to protect-in-place or relocate as necessary to construct improvements shall be included in the various items of work in the proposal schedule. SP-28 Sprinkler systems to be relocated shall not be out of service for more than three consecutive days. Materials and installation shall conform to conform to Section 308-5. No additional or separate payment will be made for sprinkler modificarions,relocation,or installation. 6. Grading to match existing ground within right-of-way shall have a maximum slope of 6:1 and all such graded areas shall be restored to existing condition. All existing grass azeas shall be replanted in ldnd with grass seed and lawn topper. All landscaped areas that have plants trimined to be removed and replanted, and any tree root tritnming required for improvement,shall be done to the satisfaction of the Engineer. 7. Coordination with all utility company work related to the project including below grade removals,adjustments, etc., shall be included. No additional compensation shall be allowed for all the above items and the payment shall be included in the contract bid price for the various items of work that require necessary clearing and grubbing and removals. 300-1.3 Removal&Disposal of Materials The Contractor shall be responsible to dispose of any spoils and excess materials to an approved disposal site. Full compensation for such removal and disposal of materials will be considered included in the various items of work in the proposal schedule. 300-1.3.2(a) Sawcutting: All trenches shall be sawcut.The location of all sawcutting,A.C.or concrete,shall be to the satisfaction of the City of Orange Public Works Inspector. Unless otherwise indicated on the plans or directed by the Engineer, existing nahual ground, A.C., and P.C.C. surfaces adjacent to the construction areas shall be re-graded or saw-cut, removed and replaced as necessary to maintain a smooth transition between existing and proposed improvements that have elevarion difFerences greater than one-half(1/2")inch. Grading to match existing ground within right-of-way and all such graded areas shall be restored to existing condition. Saw cutting of edges of bituminous pavement to be joined shall be required prior to final repair,unless directed otherwise by the Engineer. Limits of all concrete and asphalt pavement surfacing improvements shall be sawcut to a minimum depth of four(4) inches with a power driver saw before removing or breaking of existing improvements. Saw cutting for curb ramp construction shall include both horizontal and vertical sawcuts as required to complete the work as shown on the plans and as directed by the Engineer. 300-1.3.2(b) Curb and Gutter No section of curb and gutter to be replaced shall be less than 72 inches,measured parallel to the flow line. If construction joints, score lines or fractures are present within 72 inches of the proposed removal area,measured parallel to the flow line, removals shall be extended to the nearest score line or joint,or to the nearest score line or joint beyond the fractured area. Cross gutters and spandrels within the trench zone shall be removed in its entirety and replaced per City Std Plan 119. Removal of existing concrete surface improvements located adjacent to the existing asphalt concrete surfacing shall include sawcutting and removal of a twelve (12") inch wide section of the adjacent bituminous pavement. Replacement of said pavement shall be full depth in-ldnd(12"minimum thiclmess). Contractor shall utilize mechanical equipment and hand operated equipment to compact A.C. base paving adjacent to concrete removals.Pavement shall be compacted in lifts not to exceed 4"and compacted to 95%compaction. SP-29 300-1.3.2(c) Sidewalk Sidewalk shall be saw cut along and removed at the neazest scoring line or joint for the full width of sidewalk. No section of driveway to be removed or replaced shall be less than 6 feet in width. All removed materials shall be properly disposed of outside of the right-of-way by the end of each work day. No materials shall be placed or stored in the parkway. The roadway and adjacent areas shall be left with a neat and finished appearance. 300-1.3.2(d)Tree Roots Clearing and grubbing for sidewalk shall include removal of all tree roots in excess of one-half(12mm) inch diameter to minimum depth of six(150 mm)inches below sidewalk subgrade prior to placing concrete. Prior to removal of tree roots in excess of 3 (72 mm)inches in diameter,the City Tree Services Coordinator will be contacted to determine need for removal. Should the arborist detemune that root removal would impair the health or structural stability of the tree, the contractor will allow sufficient time for removal of the tree by the Citv. Imported backfill shall be placed and compacted to fill any voids created when roots are removed. 300-2 Unclassified Ezcavation: 300-2.1 General: In addition to those items specified in Section 300-2.1,unclassified excavation shall include all grading, shaping, excavarion, compacting, or consolidating or other work that is needed to establish the pipe profiles and roadway subgrade within the project area. The Contractor shall take extra precaution near gas mains, and other appurtenances during excavation. Because of the close proximity at several locations of these and other utility lines, and the sandy soil encountered within the project limits, the Contractor shall provide addirional irench supports as needed to prevent trench failure and sloughing adjacent to and near existing faciliries. If the water line, sewer line or other utilities fail because of Contractor's trenching operations, the Contractor shall be responsible for any repairs at no cost to the City or utility owner. 300-2.6 Surplus Material: It shall be the Contractor's responsibility to remove and dispose of all excess material resulting from earthwork operations, including excavated material of any character that is not suitable for use in fill or backfill. Any excess material not needed for the project shall be removed from the project by the Contractor and disposed of in compliance with all local,state and federal regularions. 300-2.7 Selected Materials: Selected materials from the excavation shall,upon acceptance by the Engineer,be used in fill azeas as required by the plans and these special provisions. 300-2.9 Unclassified Excavation: Payment Payment for excavation for pipe and appurtenances and other improvements shall be included in the bid prices for the respecrive pay items for which excavation is required. Payment shall include removal and disposal of all required excavation, removal of unsuitable material, removal of existing asphalt surfacing, base material, gravel and concrete pavement or other excavarion necessary to establish the fmished subgrade as shown on the plans. Payment for placement of any fill will be included in the payment for the respective items of work and no additional compensation will be allowed. 300-5.2 Imported Borrow: Imported borrow shall consist of material required for construction of fills,and unless otherwise specified in the Special Provisions,the Contractor shall make arrangements for obtaining imported borrow and shall pay all costs involved. SP-30 The C.ontractor shall noti the En ineer sufficientl m advance of o enin an borrow site so that ade uate time will be fy g Y� .. .. P g Y: .. 4 .. allowed:�or testing the inaterial and establishing cross:section elevations and measurements of the grbund surface. Borrow . material shall be compacted to 95%relative compactibn. •- Soil used for imported borrow shall meet quality criteria:imposed by iTSEPA and/or the Regional Water:Quality Control _ .. Board.(RWQCB). The Federal RSL guidelines that the RWQCB requires can be found:at the following website: httpS://www.epa.�ov%risk/regional-screening-levels-rsls-�enerio-tabie=november-2015 SECTION 301.-.TREATED SOILS,SUBGRADE PREPARA.TION AND PLACEMENT OF BASE MATERIALS 301-1 .Subgrade Preparation.. Subgrade preparation.shall include cut,fill and shaping of the.subgrade to tlie proper grade�or.the placement of asphalt.conciete pavement or base material. Prior to:the:placement of base material:or base course asphalt concrete, the Contractor:shall scarify and moisture condifion the upper.six inches of subgrad.e,materials and compact to.95%relative compaction: Roclk and cobbles within the subgrade material in:excess of 3"diameter sliall be removed and dispo.sed of by the Contractor.: ' _.. 301-1.3 Rela,ti,v,e,Compaction: ;. ,: - :, In'.'deep iift"asphalt concrete:roadway structural sections of thickness 9 inches:or greater,the top 6.inches of subgrade material:shall be compacted to a:ielative compaction of:95%. 301-1.6 Adjustment of Manhole Frame;Water Valve:and Sur:vey Monument Frame:and Cover Set to Gr.ade. _ .. _ _ . _ . . In addition to the requirements: for the adjustment:of:inanhole frames.and:covers, the Contraetor:shall adjust to finished . . : :': surface grade al�water valve boxeS per.City of Orange Water Department Valve Box Installation Standard Drawing:No. 101. Prior to the removal of existing valve boxes;the contractor shall rqake accurate written:reeords of the location of all,existing valve boxes. All water valves;shall have valve;boxes:adjusted to finished surface grade including.those:valves not shown.on : : the improyement plans;that do not have valve boxes at:the start of wo.rk,as;d,irected by the Engineer.,The contxactor shall be : . . :.. responsible: for,furnishing all labor, xnatenals, and equipment related to the installation:of valve boxes; The payment for adjusting water valve box to grade shail include furnishing new ; ; ; .. . . . _. . . 301-2:1 . Untreated Base: :General ' County of Orange:=Resources&Developinent Management Depaitinent(RDMD)Standard Plan 1804 revisions shall apply. SECTION 302-ROADWAY.S.URFACING 302-5 Asphalt Goncrete Pavement:::. : : : _ 302-5:1. : General: County of Orange:-Resources&Development Management Department(RDMD):Standard Plan 1805 revisions shall apply. _ _. .. In:addirion to the Standard Speci�ications,the Contiactor-shall comply witli fhe following: The trench:replacetnent structural section shall be as specified on the project plans: All asphalt concrete 6ase Tayers shall be _. . . . . . . III-B2-AR-4000 and shall conform to Secriori 400-4 and Section 302=5. All asphalt concrete finish layers shall be III=C3-AR- : 4000 and shall conforcri to Section 400-4 and Sectiori 302-5. 302-5.5 Distribution and Spreadin g. At all:locations where new asphalt concrete payement is:joining or overlaying existing asphalt pavement,the Contractor shall .: feather the new pavement to form a smooth transition with the existing pavement. The final or surface layer of asphalt concrete shall not:be placed until all on-site iinprovements hay.e been:completed,including all grading. _ _. SP-31 . .. .. The Contractor shall be responsible for maintaining locations of all gate valves during construction operations. The Contractor may salvage and utilize all ezisting caps and sleeves but shall be required to furnish all sleeve extensions and replace any lost caps or sleeves. The self-propelled, mechanical spreading and fmishing machine,when placing the surface course, shall be equipped with an electronically-actuated screed adjusting mechanism which will automarically maintain the required elevations;a side-mounted extension arm shall be used to min;m;ze surface undulations longitudinal to the machines travel. 302-5.5.1 Distribution and Spreading:Leveling Course and Skin Patch Prior to installation of final fmished course or asphalt concrete (A.C.) overlays on existing pavement, Contractor shall construct asphalt concrete leveling course or skin patch in areas as directed by the Engineer. Payment for skin patch and leveling course shall be included in the unit price bid for asphalt concrete. 302-5.6 Rolling Initial or breakdown compacrion shall consist of a minimum of three coverages of a layer of asphalt mixture. A pass shall be the movement of a roller in both directions over the same path. A coverage shall be as many passes as are necessary to cover the entire width being paved. Overlap between passes,during any coverage made to insure compaction without displacement of material in accordance with good rolling practice,shall be considered to be part of the coverage being made and not part of a subsequent coverage. Each coverage shall be completed before subsequent coverages are started. Three-wheel rollers shall not be permitted and pneumatic rollers shall be used on lower layers only. Each lane of the top layer,once commenced,shall be placed without interruption. 302-5.9 Asphalt Concrete Pavement: Payment Labor and materials for installation of permanent asphalt concrete pavement, irrespective of its locations for pipe and appurtenances, sawcutting, subgrade prepararion, compaction, and all other improvements shall be included in the unit bid price of bid item#5 as shown on the Proposal Schedule. Full compensation for fumishing and placing temporary asphalt concrete, where required by these Special Provisions or to maintain traffic flow and public safety, and for removing and disposing of temporary asphalt concrete when no longer required,shall be included in the unit bid prices per bid item#2,and#12 on the Proposal Schedule. SECTION 303-CONCRETE AND MASONRY CONSTRUCTION 303-5.9 PAYMENT Payment for Remove existing concrete pavement shall be per the unit price bid on the Proposal Schedule and shall include all labor,materials and equipment necessary for sawcut,removal&disposal of existing improvements and all other work required to complete the work. Damage to any existing improvements as a result of the Contractor's operations shall be remedied by sawcutting, removal and reconstruction at the Contractor's expense and to the sarisfaction of the Engineer. SECTION 306—OPEN TRENCI3 CONDUIT CONSTRUCTION 306-0 General All water system improvements intended to be dedicated to the City of Orange shall be installed in a professional manner by a contractor holding a valid Class "A" or"C-34" Specialty License from the State of Califomia. The contractor shall have a current City of Orange Business License. 306-0.1 Inspection The construction of any water system improvements for dedication to the City of Orange and use by the City for public water service shall be subject to inspection by the City of Orange Public Works and Water Division. A brief outline of the Public Works Inspection requirements are included in Section 6-1.2 of the City of Orange Public Works Standard Specifications as modified in these Standard Specifications.City of Orange Public Works Inspectors shall have access to the work and shall be SP-32 furnished with every reasonable facility for ascertaining full lrnowledge of the progress, material, and methods used to complete the work.The City Public Works Inspector shall be notified a minimum of 24 hours prior to any work.All material shall be inspected prior to placement and all workmanship shall be visually inspected prior to backfilling. Reasonable aid shall be given to ascertain the exact location of all work. The inspection of the work shall not relieve the contractor of any obligation to complete the work as prescribed by these Standard Specifications. Defective work shall be made good, and unsuitable materials may be rejected notwithstanding the fact that such defective work and unsuitable materials may have been previously accepted by the City. On fire suppression services, the pipeline from a detector check to the building shall be inspected by the Fire Depariment. Coordinate with the Fire Department at(714)288-2541. 306-0.2 Permits An encroachment pernut is required for any excavation within public right-of-way. The pernut shall be obtained from the City of Orange Public Works Department at 300 E. Chapman Avenue,Orange.The contractor is responsible for obtaining all construction permits and licenses as may be required by all agencies having jurisdiction over the work azea. 306-1.1 Bacldill and Densification Backfill material shall have a minimum sand equivalent of 15 when tested in accordance with ASTM D-2419. Project excavation may be used as backfill only when it meets this requuement. All trench bacl�'ill and bedding shall be compacted to the sarisfaction of the City Public Works Inspector,and no case shall be less than 90%to relative density. Backfill shall be done in accordance with the laying condition specified. All bacldll shall be free from glass,cinders,ashes, refuse,vegetable or organic material,boulders,rocks or stone,frozen soil,or other unsuitable material. If excavated material is indicated on the plans or specified for backfill and there is a deficiency as a result of rejection of a part of this material,the required amount of sand,gravel,or other approved material must be provided. Compaction testing shall be the responsibility of the Contractor. 306-1.1.1 Trench Egcavation The pipeline, fittings, and appurtenances shall be installed at a minimum depth of three and one-half(3.5) feet of cover relative to finished grade(not subgrade)unless otherwise indicated on the approved construction plans. Service laterals shall be installed perpendicular to the alignment of the main line,and at a minimum depth of thirty(30) inches of cover relative to fuushed grade(not subgrade). Water,if encountered during trench excavation,shall be removed from excavarions as soon as it accumulates. The contractor shall have on-site sufficient pumping capacity to keep the trench dewatered. The contractor shall provide and maintain adequate operating pumping capacity plus additional standby pumping capabilities to cope with emergencies. The contractor shall demonstrate to the City Public Works Inspector that he has sufficient pumping capacity on-site prior to continuing pipeline excavation activities. All water discharged from the dewatering of the trench excavation shall be disposed of in accordance with the appropriate NPDES or local sewer pernut requirements. If discharged to a sewer facility, the contractor shall obtain written pernussion from the owner of the sewer facility prior to disposing of the water. The contractor will need to coordinate this disposal with the sewer agency in order to schedule the disposal as well as to confirm that the sewer system has adequate capacity to handle the dewatering rate. Contractor shall obtain a permit to discharge to the sewer,if required,and meet all permit requirements. 306-1.2.1 Bedding For all water piping (ductile iron pipe, PVC pipe and copper tubing), backfill within the pipe zone, which is six (6) inches below the pipe to twelve (12)inches above the pipe, shall be sand or other select material, as deternuned by the City Public Works Inspector. Sand is material graded from fine to coarse,containing less than 10 percent by weight of loam and clay,that passes a'/4-inch sieve with no more than 5%by weight remaining on a No.4 sieve. Rocky or unsuitable bedding and backfill material shall be replaced with approved material. Gravel or crushed stone are approved material within the pipe zone for ductile iron pipe for rocky or unstable bedding conditions. Gravel is a reasonably SP-33 uniform combination of stone, containing none larger than 2-inches and not containing excessive amounts of clay and loam. Crushed stone is limestone or dolomite ledge-rock material that all passes a %Z-inch sieve with no more than 25 percent passing a No. 100 sieve. Compaction of the bedding shall be completed to the satisfaction of the City Public Works Inspector,and no case shall be less than 90%to relarive density. 306-1.2.2 Pipe Laying All pipe shall be transported,handled,and installed in strict accordance with the pipe manufacturer's recommendations. Every precaution shall be taken to prevent foreign material from entering the pipe while it is being placed in the trench.If the pipe laying crew cannot place the pipe into the trench without getting soil into it,the City Public Works Inspector may require that before lowering the pipe into the trench,a temporary plug be placed over each end and left there until the connecrion is to be made to the adjacent pipe. During laying operarions,no debris,tools,clothing, or other materials shall be left in the pipe. At times when pipe laying is not in progress, the open ends of the pipe shall be closed by watertight plug or other means approved by the City Public Works Inspector.This provision shall apply during the lunch hour breaks as well as overnight. If water is in the trench,the seal shall remain in place until the trench is pumped completely dry. Pipes shall be laid uphill with the bell or collared joints on the uphill end of each pipe length,whenever the grade exceeds five (5)percent. At the location of each joint,dig bell holes in the bottom of the trench and at the sides to permit visual inspecrion of the entire joint and to prevent the pipe from being supported by the bell end or fitting. A. Ductile iron pipe and ductile iron fittings shall be installed in accordance with the applicable sections of AWWA Standard C-600 (Installation of Ducrile-Iron Water Mains and their Appurtenances), latest revision, and the City of Orange Water Division Standard Plans and Specifications. The allowable joint deflection for ductile iron pipe and fittings shall not exceed 50% of the manufacturer's recommended maximum deflecrion. B. PVC Pressure Pipe and fittings shall be installed in accordance with AWWA Standard C-900,latest revision,and the applicable sections of AWWA Standard C-605(Underground Installation of Polyvinyl Chloride(PVC)Pressure Pipe and Fittings for Water), latest revision, the pipe manufacturer's installation manual and the City of Orange Water Division Standard Plans and Specifications. The Uni-Bell Handbook of PVC Pipe-Design and Construction shall be used for details of pipe installation pracrice except as follows: longitudinal bending of pipe sections is prohibited; and any directional change shall be accomplished through approved deflection as specified in Section 207-25.5 (Curved Alignment) of these Standazd Specificarions. 306-1.4.5 Water Pressure Test The entire water system,including pipeline,connections, fittings,and appurtenant equipment shall be subject to a hydrostaric pressure test of not less than 225 pounds per square inch (psi) for a minimum of two (2) hours. The water necessary to maintain this pressure shall be measured through a meter or other means satisfactory to the City Public Works Inspector. The amount of water entering the pipe during the test shall be considered as the leakage. Leakage shall not exceed the rate of fifteen(15)gallons per inch diameter per twenty-four(24)hours per mile of pipe tested. Any noticeable leak shall be stopped and any defecrive pipe shall be repaired or replaced with new secrions and the test repeated. All water, temporary bulkheads, testing equipment or materials necessary for the test shall be furnished by the contractor. 306-1.8 Tapping of Pipe A. Main line taps: All hot taps required on existing City water mains to provide water service to any lot, parcel or subdivision shall be performed by City crews at the developer's expense in accordance with the fee schedule established by Resolution of the City Council. Hot taps equal to or greater than 4-inches in diameter are to be performed by City crews after the excavation is completed by the Contractor. Contractor is responsible for SP-34 excavation and backfill, maintaining the temporary AC patch, compaction of the backfill material, raising of the valve box to finished grade,and permanent pavement surround the valve box. B. Two (2) inch and smaller service taps on non-active water mains newly installed by the developer may be installed by the developer under City Public Works Inspection per the Water Division approved plans and in accordance with these Standard Specifications. C. Service taps shall be performed at an angle of forty-five(45)degrees relative to the horizontal plane. D. Direct tapping of Pressure Class 350 ductile iron pipe shall conform to the following requirements: 1. 3/a-inch service shall be direct tap to all size mains. 2. 1-inch service shall be direct tapped on 6-inch diameter and larger mains. 4-inch diameter water mains shall be installed with a service saddle connection. 3. 1-1/2 inch service shall be direct tapped on 14-inch diameter and larger water mains. 12-inch diameter and smaller water mains shall be installed with a service saddle connection. 4. 2-inch service shall be d'uect tapped on 16-inch diameter and larger water mains. 14-inch diameter and smaller water mains shall be installed with a service saddle connection. 306-1.9 Installation of Services and Appurtenances A. Thrust blocks: All changes in pipe direction or grade shall be adequately supported with a thrust block per the Water Division Standazd Plans. All fittings shall be installed with thrust blocks and all ducrile iron pipe fittings shall be installed with thrust blocks and mega-lug retaining glands or approved equal. B. Polyethylene wrap: Polyethylene tubing shall be installed over all ductile iron pipe, copper tubing, valves, and appurtenances per AWWA Standard C-1 O5,latest revision,and these Standard Specifications. C. All City dedicated fire hydrants shall be painted after installation with approved Safety Orange coating in accordance with these Water Division Standard Specifications. D. Water valves shall be set plumb, and shall be stabilized and supported separately from the pipeline. Bacicfill within 24-inches of the valve shall be clean washed sand. E. All valve boxes shall be plumb, centered over the valve nut, and supported separately from the valve body. Valve boxes shall be lowered to below paving grade level prior to street paving,and after final grade has been established. In any event, the contractor shall ensure that all valve boxes will provide access for operation of the valve by the Water Division. Valve boxes shall be flagged or barricaded during construction to divert traffic around their location. F. Accurate locations of all angle meter stops shall be fiunished to the City Public Works Inspector,and all angle meter stops shall be exposed and in proper alignment and location prior to setting of ineters and meter boxes by the City. G. No more than one splice will be allowed per service and only with City Water Division approval. H. Service laterals installed after the main line has been pressure tested shall be tapped into a chazged pipeline under normal system operating pressure. All corporation and angle meter stops shall be left exposed to facilitate proper inspection and detecrion of leaks. Service laterals installed on dry main prior to the mainline pressure test shall be pressure tested with the water mains. All corporation and angle meter stops shall be left exposed to facilitate proper inspection and detecrion of leaks. I. Jumpers (meter spacers) shall be per the Water Division Standard Plan for Jumper Installation. Jumper shall be supplied and installed by the developer only after obtaining the proper permit from the Water Division, located at 189 S.Water Street,Orange. Meter couplings shall be supplied to the developer with the issuance of the permit. Jumper installation will not be pernutted without meter couplings. SP-35 J. In industrial,commercial,apartment and condominium developments where meter is installed in a landscaped area,a concrete collar six(6)inches in width and four(4)inches in depth shall be constructed around each concrete meter box,except as noted on the Water Division Standard Drawing for Meter Box Installarion in Landscaped Areas. K. Approved Backflow Assemblies, and Backflow Prevention Devices shall be supplied and installed by the developer and his contractor per the Water Division Corresponding Standard Plans,the City Municipal Code—Chapter 13.36, and the Califomia State Department of Health Services pursuant to the State of California Code of Regulations,Title 17(Regulations Relating to Cross-Connections),Sections 7583 through 7622 and Safety Code Secrion 116875. 306-1.10 Connecting to E�sting Water Mains Connecrions to existing City water mains and/or tapping valves shall be made only after successful pressure test and disinfection has been completed.All connecrions shall be made under inspection of the City Public Works Inspector.The City Public Works Inspector will consider the means of chlorinating those sections of the connecting pipe,fittings, or valves used to connect to the existing water system. The connection joints between existing pipe and existing valves are typically unlmown.The contractor shall expose all joints to confirm the existing pipe joints prior to tie-in or abandonment. The contractor shall exercise due caution during tie-ins and abandonment work, including any temporary bracing until the contractor has installed the permanent thrust restraint for all j oints. ' The City will make a concerted effort to isolate the existing water system as planned with the contractor. However, the contractor shall be prepared to employ pumping equipment if a water tight seal cannot be achieved. City will not be responsible for any delays due to system shutdown and isolation. All water mains, fire lines and water services shall be maintained in active uninterrupted service during the course of the construction of the facilities except where extensive main shutdown is required for a proposed connection. When extensive main shutdown is required for a proposed connection,the Water Division will determine what temporary service connection may be required. The contractor shall fiunish all necessary hose,piping,valves,water trucks and associated labor required to provide such temporary service. All piping,hoses and associated equipment used in temporary service connecrions shall be flushed and disinfected in accordance with Section 306-1.11 (Disinfection). Special scheduling outside of normal working hours may be required for temporary service interruptions and a minimum of three(3)working day advance notice by the developer's contractor to the City Public Works Inspector is required for system shut-downs. The contractor is responsible for all work pertaining to re-establishing lateral connections and temporary tie-overs as may be required as detemvned by the Water Division. The contractor is responsible for obtaining and satisfying the requirements from the Fire Department,Water Division,Property Owners and Tenants affected by temporary service interruprions. 306-1.11 Disinfecfion Subsequent to the pressure test and prior to the acceptance of the work,the entire water system,including pipeline,all fittings, services and other appurtenant equipment, shall be disinfected by the contractor in accordance with AWWA Standazd C-651 (Standard for Disinfecting Water Mains),latest revision. Treated water with 25 ppm of free chlorine shall be retained in the entire water system for at least twenty-four(24)hours and a free chlorine residual of not less than 10 parts per million (PPM) shall be produced in all parts of the system after the twenty-four(24)hour period has elapsed. After chlorination,the water shall be flushed from the entire water system,until the replacement water test is equal chemically and bacteriologically to that of the permanent source of supply. It shall be the responsibility of the contractor to dispose of all chlorinated water in a safe,environmentally acceptable manner. The entire water system shall be tested by a state certified drinking water laboratory using the Mulriple-tube Fermentation technique per Standard Method 9221 B/E. Two (2) consecutive negative samples are required for the water system to be deemed acceptable. At a minimum, all Fire Hydrants and Blow-offs locarions are required to be tested. Service laterals will also be tested if installed prior to water quality testing. The contractor shall select a state certified laboratory from an approved list provided by the City or submit their own state certified laboratory for approval at the pre-construcrion meeting. SP-36 The contractor shall contact and arrange for this state certified laboratory to collect and analyze the required water samples. The test results shall be sent directly to the Water Division for approval. All cost associated with water quality testing shall be the responsibility of the contractor. 306-1.12 Valve Boxes It shall be the responsibility of the developer and/or contractor to secure accurate locations of all valves affected by the project. All on-site, off-site, and tapping valves shall be ried and raised to grade by the contractor in accordance with these Standazd Plans and Specifications. Water valve covers on all construction projects that are covered over before,during, and after construction operarions shall be tied out with exact measurements by the contractor's surveyors. A copy of these survey measurements shall be given to the City's Public Works Inspector prior to covering over the water valves. All water valve covers and cans shall be adjusted to grade within ten (10) working days after being paved over. Notwithstanding, the contractor shall raise all valves within the vicinity of and before placing or replacing traffic detector loops. The contractor shall be responsible for cleaning all water valve can neck clear of debris before, during, and after construction,and marking all ties clearly in the field for the City's use during construction operations. The contractor shall verify,in writing,to the City's Public Works Inspector prior to covering over water valves that: 1. Water valve can neck are cleaned,ried out and the ties are transmitted herewith. 2. Water valve ties are marked clearly in the field and the contractor has field reviewed the ries with the City Public Works Inspector. 3. The contractor shall provide the valve ties to the City Public Works Inspector for review and acceptance for all newly installed valves prior to completion of the proj ect. 306-1.13 FinalInspection Final inspection shall be made after complete installation of water system and appurtenances, disinfection,raising to grade of on-site, off-site and tapping valves, meter boxes, and installation of ineter box and fue hydrant concrete collars. Final inspecrion of water services shall be made with the final inspection of the main line. 306-1.14 Final Approval The City shall provide fmal approval to connect the new water main into the existing water system only after successful pressure test, disinfection and sampling has been completed. When water mains and services, or any portion of them, have been pressure tested, disinfected and otherwise completed to the extent they are operable,the City may, at its sole discrerion assume operation of the pipeline facilities and place them into service to provide water for fire protection and other uses. This may occur prior to the fmal inspection and final acceptance of all work. The City shall provide the developer with notification when it shall commence operation of new on-site facilities. Following such notification,all water valves and other appurtenances shall be operated by the CITY PERSONNEL ONLY. This action by the City shall not be interpreted to relieve the developer and/or his contractor of the full responsibility for complering the work in its entirety,for correcting defective work,and for protecting the work from damage. 306-2.7 Jacldng Steel Pipe � 306-2.7.1 General Jacldng operations shall be performed in accordance with Section 306-2 (Jacking Operarions) of the Standard Specifications and these Standard Plans and Specificarions. For each bore exceeding 30-inches in diameter, the contractor shall obtain from the Division of Industrial Safety a classification for the bore. The boring and jacldng work shall be done in conformance with the State of California's requirements. It shall be the contractor's responsibility to call the required safety meeting with representatives from the State Division of InduStrial Safety prior to beginning the construcrion of each bore. SP-37 If the pipeline is not installed within the casing as a continuous operation following completion of the jacking of the casing, the casing portals shall be bulk-headed and the approach trenches backfilled and later reopened for pipe installation. 306-2.7.2 Steel Casing The steel casing shall be ASTM A-283, Grade C, ASTM A-570 Grade 30, or 33, or ASTM A-36. The minimum inside diameter and wall thiclaiess of the casing shall be as shown on the Water Division Standard Plan(Steel Casing Pipe) or as shown on the construction plans. Greater thiclrness and diameter may be used as convenient for the method of work and loadings involved,as suitable for the size and as limited by possible interferences. The contractor shall choose a size of casing at or above the minixnum specified,in order that the jacking may be done with a sufficient degree of accuracy to pernut installation of the carrier pipe to the grades shown on the plans and to properly accommodate the largest dimension of the carrier pipe.All pipe joints of the carrier pipe shall be restrained. Casing sections shall be joined by full circumference welding. Field welds shall be full-penetration bevel welds in accordance with the standazd of quality as set forth in the specifications of the American Welding Society. All welding shall be performed by skilled welders qualified under the provisions of ANSUAWS D1.1. Prepare ends of casings for proper bevel weld by providing 45-degree bevel on the end of one of the two casing pieces being joined. 306-2.7.3 Casing Seals Casing seals shall be 1/8-inch thick synthetic,rubber,designed to fit snugly around the pipe and casing. Casing seals may be one piece with no field seams or the wrap-around style to facilitate installation after the casing and carrier pipe are akeady installed.Bands and hazdware for attachment to pipe and casing OD shall be Type 316 stainless steel. 306-2.7.4 Grout Conuections For casing pipes 30-inches in diameter and larger, the contractor shall provide 1-inch diameter threaded steel half-couplings on the inside of the casing pipe to allow for external grouting of voids.Grout connections on the casing pipe shall be provided near the top of the casing and space on each side at equal spacing. Longitudinal spacing between grout connections along the axis of the casing pipe shall be 60 inches. This spacing may be decreased to provide more frequent grouring,if required. Grout shall consist of one part Portland cement, four (4) parts sand, 2%bentonite by weight of the cement, and sufficient water to produce a workable mixture. Sand shall be of such fineness that 100%will pass a standard No. 8 sieve and at least 45%, by weight, will pass a standard No. 40 sieve. Bentonite shall be a commercially processed powdered bentonite, Wyoming type,Black Hills,or approved equal. Immediately after completion of the jacicing or boring operations, grout shall be injection through the grout connections of casing 30-inches in diameter and larger in such a manner as to completely fill all voids outside the casing pipe resulting from the jacldng or boring operation. Where loss of ground outside of the casing is suspected,additional grout connections shall be welded to the casing. Grout pressure shall be controlled so as to avoid deformation of the casing and/or avoid movement of the surrounding ground. After completion of grouting,the grout connections shall be closed with extra heavy black steel threaded plugs. 306-2.7.5 Casing Sldds Skids and blocking shall be manufactured stainless steel casing spacers with composite runner skids, "PSI" Spacers Model C8G-2 or approved equal. 306-2.7.6 Annular Space Use air-blown sand to fill the annular space between the casing and the carrier pipe,unless otherwise required by the agency having jurisdicrion over the road or raikoad crossing. Contractor shall furnish the necessary sand, au compressor, hoses, pressure gauges, valves, and fittings for the filling operation. Place a bulkhead for retaining the sand in the annulaz space between the casing and the carrier pipe at each end of the jacked casing. At the start of the sand filling operations,extend the sand discharge pipe from the placing equipment,through the inside of the casing,and to the bulkhead at the remote end of the casing. The method used to place the sand shall be such to ensure complete filling of the annular space. During placement, position the sand discharge pipe so that its discharge end shall be kept well buried in the sand at all times after the sand has been built up over the crown of the carrier pipe at the remote end of the section being filled. Install a riser pipe suitable for a SP-38 vent in the casing adjacent to the bulkhead at the near end of the casing. Plug the vent pipe with grout upon completion of sand filling. 306-5 Abandonment of Conduits and Structures All unused service laterals are to be cut and capped at the water main with the meter boxes removed and disposed of by the contractor per the City Public Works Inspector's approval. All unused service laterals four(4)inches and larger shall be permanently abandoned by removing the connecrion to the main completely and replacing it with a new pipe and solid sleeve(s) per the Water Division Standard Plans unless otherwise approved by the Water Division. All meters, detector checks, valves, valve boxes and covers, and fire hydrants impacted by the demolition work shall be returned to the Water Division. SECTION 310-PAINTING , 310-5.6 Painting Traffic Striping,Pavement Marldngs,and Curb Marldngs This subsection, et seq., is added. Refer to the "Caltrans" Standard Specifications sections referenced herein for these additions to the"Standard Specifications". "CALTRANS"STANDARD SPECIFICATIONS The following Secrions of the"Caltrans"Standard Specifications shall be used for all work specified in these sections: Section 15: Traffic Striping Removals Section 56: Signs Section 84: Traffic Shipes and Pavement Marldngs(sprayable thermoplastic&thermoplastic) Secdon 85: Pavement Markers Section 86: Signals,Lighting and Electrical Systems(loops) The following additions,as revised,to Secrions 15,56,84,85,and 86 of"Caltrans"Standard Plans and Specification latest edition shall apply: SECTION 15-TRAFFIC STRIPES AND PAVEMENT MARI�NGS 15-2.02B Traffic Stripes and Pavement Markings(Sandblasting) This section is modified as follows: Traffic stripes and pavement markings shall be removed to the fullest extent possible from pavement by wet sandblasting or pavement grindings as approved by the Engineer. Sand deposited on pavement as markings are removed shall be cleaned up by a street sweeper, all sidewalk areas shall be kept clean of all removal sand that accumulates and might interfere with or constitute a hazard to vehicular traffic or pedestrian travel. Upon removal of existing striping,Contractor shall place temporary pavement lane tabs or pavement striping as required for control of traffic operations and as directed by the Engineer. SECTION 56-TRAFFIC SIGNS 56-2.06 Traffic Signs-Payment Unless provided with a separate bid item,payment for traffic signs in addition to those items in Section 56-2.06 shall be considered included in the lump sum bid item "Traffic Striping/Pavement Delineation" and shall include the removal of existing signs and posts. At the direcrion of the Tra�c Engineer,select signs shall be salvaged and taken to the City Corporation Yard at 637 West Struck Avenue. All new or relocated traffic signs shall be installed on rivo SP-39 (2)inch square Telespar posts. SECTION 84-TRAFFIC STRIPES AND PAVEMENT MARKINGS 84-1 General All traffic striping, markings, and all other directional informarion that is eliminated due to construction shall be repainted and/or replaced by the Contractor as designated and approved by the Engineer. Temporary or alterations to the existing traffic striping and markings shall be removed by wet sandblasting (or by other approved methods)when they are no longer required. All existing traffic striping and markings, which will conflict with the new traffic stripes and marldngs, shall be removed by wet sandblasting(or by other approved methods). All new traffic striping shall join existing traffic striping. Traffic striping and markings plan shall supersede the "Caltrans" Standard Plans. All other striping,pavement marking, and curb marking not designated on the plans shall be done in accordance with the latest "Caltrans Standazd Plans and Specifications"for Construcrion of Local Streets and Roads. Sprayable thermoplastic(yellow or white)shall be used for all traffic striping(traffic lines). Thermoplastic shall be used for all pavement markings shown. 84-1.02 Control of Alignment and Layout Prior to permanent paint applicarion,the layout spotted in advance shall be approved by the Engineer. 84-2.02 Materials Paint shall be Rapid Dry Low VOC Solvent Base Traffic Paint,thermoplastic, or sprayable thermoplastic, as required,white or yellow and black; and shall be applied in two (2) equal thicl�esses (with a minimum two week period between applicarions) totaling the minimum required wet film thiclrness indicated in Subsection 310-5.6.5, "Traffic Stripes and Markings",of the"Standard Specifications". Reflective glass beads shall be applied to both layers of paint at a rate equal to 1/2 the rate indicated in Subsecrion 210-1.6.5, "Reflective Material",of the"Standazd Specifications". The thermoplastic material shall conform to either State Specification 8010-01A or 8010-19A. Glass beads to be applied to the surface of the molten thermoplastic material shall conform to the requirements of State Specificarion 8010-004(Type II). Glass Beads for sprayable thermoplastic shall conform to th e requirement of State Specification 8010-004(Type In. Sprayable thermoplasric material shall conform to the requirements of the Department of Transportation Specification No.PTH 392A,for thermoplastic traffic striping material,sprayable,white and yellow and as specified in these special provisions. Sprayable Thermoplastic 1) SCOPE This specification covers the requirements for hot sprayable applied thin mill thermoplastic consisting of a mixture of alkyd polymeric material, pigments and glass beads homogeneously dish-ibuted throughout applied at a 25-35 mils thiclrness over existing marking material on portland cement concrete and bituminous pavement capable of embedment of an addirional drop on glass beads in a molten state. When cooled to normal pavement temperature this product will have an adherent ability to resist deformation by traffic. SP-40 2) COMPOSITION The thermoplastic material shall be 100 percent�solids. The alkyd binder shall consist of thermoplastic resins and plasticizers,and shall be homogeneously incorporated with all necessary pigments,fillers,and glass beads to produce a traffic coating to meet the requirements as specified herein. The pigment,beads,and fillers shall be well dispersed in the alkyd binder. The material shall be free from all skins,dirt, foreign matter,and other deleterious substances,and shall be of such composition that it will not bleed,stain,or discolor when applied to pavements. Thermoplastic material shall not emit fiunes which are toxic or injurious to persons or property when it is heated to application temperature. The material shall not emit excessive smoke during heating and application. Anulication Type-The thermoplastic material shall be formulated for spray application at a range of 325°F-375°F to produce a line 25-35 mils thiclmess. Environmental Requirements-The composition of material supplied shall conform in all respects to all applicable state and local air pollution requirements, including,but not limited to,the South Coast Air Quality Management District's rule 1113,regazding architectural coatings,regardless of the quantities of material delivered. When tested in accordance with the Califomia Waste Extraction Test, Title 26, materials shall have an extractable lead content of less than 0.05 milligrams per liter and not contain any Chromium or Cadmium. Shelf Life-The material sha11 maintain the requirements of this specification for a minimum period of one year. Any material failing to do so shall be replaced by the manufacturer at his expense. 3) APPLICABLE SPECIFICATIONS: . The thermoplastic material shall be formulated for spray application at 350°F to produce a line 25 -35 mil thiclmess. The material shall readily spray at a temperature range between 325° -375°F, and shall conform to the following test methods: White Yellow 1) Glass Beads AASHTO M247 25% 25% Type II,percent by weight,minimum 2) Inert Filler, insoluble in hydrochloric acid, pass, USA Standard 100% 100% Sieve No. 100,ASTM El l. 3) Binder,percent by weight,�i_n_imum 25% 25% 4) Specific Gravity,maximum 2.00 2.00 5) Ring and Ball Softening Point,ASTM E28,maximum 200°F 200°F 6) Tests on Material after 4 hours heat with stirring at 375°F +/- 2°F, which includes 1 hour for meltdown and temperature stabilization. 7) Tensile bond s�ength to an unprimed sandblasted portland 180PSI 180PSI cement concrete block, 0.0625 inch thick film drawdown at 375°F,tested at 75°F+/-2°F,psi,minimum 8) Brookfield Thermosel Viscosity, Spindle SC4-27, 20 rpm at lOpoise lOpoise 375°F,poise,maximum 9) Impact Resistance,0.0625 inch thick film drawdown at 375°F on SOinch/pd SOinch/pd an unprimed sandblasted portland cement concrete block, male indentor 5/8 inch, no female die. Test at 75°F+/- 2°F, ASTM D8794,minimum 10) Daylight Luminous Reflectance ASTM E97 75%min. 42-59%min. SP-41 11) Color, yellow, shall match Fed 595, Color No. 33538 and chromaricity limits shall lie with HUE=580-583.5 nanometers, CHROMA x=0.7050-0.5000 y and BRIGHTNESS Y=42-59 measured according to California Test Method No.660. 12) Yellowness Index, calculated as YI = 100 (A-B)/G, ASTM 6 E313,maximum(wlute thermoplastic only). 13) Ultraviolet Light and Condensation Exposure, 300 hours total: alternate 4 hours UV exposure at 60°C; 4 hours condensate exposure at 40°C,ASTM G53 Wlute-Yellowness Index,maximum 20 Yellow-Must meet chromaticity limits as specified in item 11. Pass 14) Abrasion Test—400 grams glass beads,-25/+30 mesh,22 psi air 10 10 pressure, cast sample 5 inch x 5 inch x 0.375 inches. Loss, grams,maximum 15) Hardness,Shore A-2 Durometer with 2 kilogram weight at 115°F 5-25 5-25 Glass Beads-The glass beads shall be treated with an adherence coating as per recommendation of the Manufacturer for intermix. Tack Free Field Test-When applied to the pavement,the thermoplastic material shall be sufficiently tack-free to carry traffic in not more than two minutes at pavement surface temperature of 50°F and not more than 10 minutes when pavement surface is 130°F when material is applied at 25-35 mil tluckness. A"tack-free"condirion shall be the time in minutes that is required for the line to withstand the nu�ng of a standard automobile over the line at a speed of approximately 40 mph, simulating a passing procedure without tracking of reflectorized line when viewed from a distance of 50 feet. PACKAGING AND MARKING All thermoplastic shall come in granular form. The thermoplastic shall be packaged in meltable bags which are compatible with the thermoplastic and shall weigh approximately 50 pounds. The containers must have sufficient strength and be properly sealed to prevent breakage and leakage during normal handling. All containers shall be labeled to show the following: 1) Name and address of Contractor 2) Name and product 3) Color of material 4) Date of manufacture and batch number 5) Precaurions conceming the handling and application of material in accordance with the Construction Safety Orders and the General Safety Orders of the State of California. 6) Statement indicating that the contents fully comply with all ntles and regularions concerning air pollution control in the State of California. The containers and labeling shall meet all applicable U.S. Department of Transportation and Interstate Commerce Commission regulations. Conceming the contents, each container shall be labeled with such warnings or precautions as are required by local,state,and federal laws and requirements. The material shall maintain the requirements of this specification for a minimtun period of one yeaz. Any materials failing to do so shall be replaced by the manufacturer at his expense. Material Safety Data Sheets: Material Safety Data Sheets shall be provided by the manufacturer to include health hazard informarion on the material when it is heated to application temperature. Cerlificates of Compliance The manufacturer of thermoplastic materials shall fumish the Engineer with a Certificate of Compliance in conformance with the provisions of the Department of Transportation Standard Specifications,July 1992,Section 6-1.07,"Certificate of Compliance." The Certificate shall also include a list, by title and section, of all applicable state and federal SP-42 packaging and labeling laws and a statemenYthat all requirements have been met. Certificates of Compliance shall be sent to: City of Orange Department of Public Works Construction Manager 300 E.Chapman Avenue Orange,CA 92866 84-2.04 Application(Traffic Striping) Sprayable thermoplasric traffic stripes shall be applied in accordance with the requirements specified for applying thermoplastic traffic sttipes. Sprayable thermoplastic(yellow and white)shall be used for all traffic striping(�affic lines) Thermoplastic shall be used for all pavement markings and legends. 84-3.06 Measurement and Payment In addition to items specified in Section 84-3.06, all costs for temporary pavement painting and detour traffic control for the convenience of the Contractor, including costs for the removal by wet sandblasting of existing and/or temporary markings that conflict with final traffic marlcings shall be included in the lump sum bid price for Traffic Control and no additional payment will be made to the Contractor. The lump sum contract price for traffic striping and marldngs shall include any additional traffic striping required to join existing traffic striping,placement of all raised pavement markers including blue pavement markers for fire hydrant locations. 84-4.07 Stencils(Thermoplastic) Stencils and the use thereof shall conform to the following requirements: Legends shall not be repainted or installed with as determined by the Engineer, incompatible stencils. All stenciling shall match City of Orange stencils. 84-4.08 Worlflng Aours and Lane Closure Instructions Thermoplastic and sprayable thermoplastic installation shall include lines,legends,cross walks,and all associated prepazatory and protective activity and devices shall be allowed only during the following hours unless otherwise approved or directed by the Engineer: Daytime Work: 9:00 a.m to 4:00 p.m. Nighttime Work: 10:00 p.m.to 6:00 a.m. All street striping installation on major and primary arterial streets lines only)shall be painted during evening hours of 10:00 p.m. to 6:00 a.m Legend installation of major and primary arterial streets(three thru travel lanes)shall allow for rivo(2)thru lanes in each direction to remain open at all times. Legend installation on primary and secondary arterial streets(two thru travel lanes)shall allow for one(1)thru travel lane in each direcrion to remain open at all times. All single left turn lane closures for legend painting shall be properly signed for"NO LEFT TURN". All dual left turn lane closures shall allow for one lane to remain open at all rimes. S P-43 PART 4 ' ROCK PRODUCTS SECTION 400-ALTERNATE ROCK PRODUCTS,ASPHALT CONCRETE PORTLAND CEMENT CONCRETE AND UNTREATED BASE MATERIAL 400-1.3 Portland Cement Concrete Aggregates: 400-1.3.1 General: The Cleanness Value requirement of Section 200-1.4 shall be replaced with the following: Tests Test Method No.Requirements Cleanness Value California 227 Individual Test 70 Min.* Moving Average 75 Min.* The sand Equivalent requirement of Section 200-1.5.3 shall be replaced with the following: Tests Test Method No. Renuirements Sand Equivalent California 217 Individual Test 70 Min.* Moving Average 75 Min.* *For 2500 or less class concrete,except concrete pavement,a minimum of 65 for an individual test result and a minimum of 70 for moving average will be acceptable if the 28-day strength exceeds 2,500 p.s.i.at a 6 inch slump or greater. Portland Cement Concrete shall be sampled and tested in accordance with the following ASTM and California Test Methods: Sampling Fresh Concrete California No.539 Obtaining Drilled Cores C-42 Molding and Curing Specimens California No. 540 Compressive Strength California No.521 Flexural Strength Califomia No.536 Slump C-143 Au Content California No.504 Unit Weight,Yield California No.518 Setting of Mortar G191 or G266 Mortar G�be Test California No.515 Drying Shrinkage(with admixture) California No.530 Unless otherwise restricted by the City of Orange General Plan, Old Towne Historic District, Redevelopment Agency Standards or other Special Districts,no color admixtures shall be used in Portland Cement Concrete(PCC)construction work within the public street right-of-way. 400-2.2.1 Processed Miscellaneous Base: At least 65 percent by weight of the material retained on No.4 sieve shall be crushed particles as determined by Test Method No.California 205. 400-4.1 Asphalt Concrete: General: The asphalt concrete class shall be as designated in the following table: SP-44 ASPHALT CONCRETE CLASS USE TABLE Construction Asphalt Concrete Class Asphalt% Arterial Hi h�wa� Base Course III-B2-PG 64-10 5.4% Surface Course III-C3-PG 64-10 5.8% Other Streets Base Course III-B2-PG 64-10 5.7% Surface Course III-C3-PG 64-10 6.0% Asphalt Concrete Curbs(berms) III-D-PG 64-10 7-8% Feathered edges of base course III-C3-PG 64-10 6.0% 400-4.2.3 Coarse Aggregate: Coarse aggregate shall consist of material of which at least 75 percent by weight shall be crushed particles. SP-45 _ .. _ _. _. . . . .. .. . _ ATTACHMENT NO:2 STANDARD:PLANS (Partial:Set) [A compleYe:set of City Standard Plans is available:at:the Public Works front counter and.on:the City of Urange website at http:7/www.ci . oforan��/452/En ing eerin�-Standards,Sutisequent . to finalization of tlie contract, a copy will be kept on file with the City Clerlcs.bffice] _ _ - _ _. .. _ _ . . _ _.. Povement width measured to this point : :... : . : • :. .��n 1� 6 ��� , . 6" _ ,, : : i. : .. : . : . . . . _ . . _::. .�: .' �Surface : � . � . � � �y"� ' . .. . . . _ a � • .p . ' '• . � . � . . . . :<:: .��a. . . Y"R . ... .. : .:� :." '� �v n . . . . .. . . . :... : .2—UZ .. .... . : :. .. " . . :': :. . ... .. . . : CURB AND GUTTER ;. _ TYPE A ::g" Pavement:width:to this point ; : : �: _. : . : Street : , . Surfnce . < �: . . . . . . . . . . -N . , .. , . . . . .. . . .. . . . . � . . . ' . . .. . . . " . . ' ' ` •:e.. e� .. .. . . " . . . . . : :. :. . : : . .. . . . � � � . . . . . .. . : '. : :�'. . . . . . . . . . . . . . . . . . ..... . . . . .... � . . , . . . . :': .' . .. :': :' . ... : : : �� ' . � . . ' 9� . . . . . . ...'.. ... .. ... .. . . . :. .: � :' :. . . . . . . .. :' ;.. ; . . ... . . . . .. ...: . .. ...; ; . . .. .. . .. . . . .. . . . . . .... . . TYPE B .-: . . . NOTES: . ; . ,. . . . . 1; Concrete shall be of class:520—C-250D. 2. All g�tter floivlioes shail be wnter tested:: 3. Scoring:;lines shall be located:at 3' infeivals. , .. , . . . . 4. Weakeried=plane joints shall be constructed at 12' interVals except through_driveway and alley aprons. : Q�OFESS�p� ���,o y W. Tyo li�y ' y�. .." �G� . . . . . . .. � No..18542: '..m - � ..�6-70-05 a ,Ar �y�, : `�',pl C1VIl � F�'CAUF� � :. 3""�� CITY OF ORANGE : . PUBLIC WORKS: DEPARTMENT: STANDARD=.-. DATE APPROVED � : : C WORKS CfOR C:E' : STANDARD CURB :AND GUTTER P�AN No. . ... IST CITY.ENGINEER . FOR ON-SITE PARKING ;LOTS � 28 __ .. . _.. . _ . . . a�*REGISTfq�,o .. . � i?- �^..'a �-�°�'o^ � 4 � g^ 4':�: . • �^ y� H � r T.�. .'�r�+y. . . m o9 W��}�q &.. .���C ,. . . Q , .� ry N .. ��133N1'JN�'. . . - . . � i �:� �� NATURAL GREY COIOR CONC: :. , . � _ _: . W/T.ROWL FINI�N�3/8':NOSE ALL. -.: _ � • EOGES � _ � _ _ . .. .... � .. .. O: .. .. M FINISN GR14dE 1'�TURF -� : . 8 . . . _ . _ 2'� ND ER .- . , . ... . GROU COV O � : . :: n: Z: . c: o a 0 G7. .�_; a +� �.� z m io �o ����1.. . n � _ _ �.. �: : _ � � �• . � C � �� �:..�� ......�- ��..—. rn � . ,,,,�. �� � �....., �� � ��`I�� .. 3 B CJC�'T.C��EP�ITEI� � c=�: . _. _.... # �:c . �: . . _ _ � 0 n�o-rE: � �� � _- _ _ . � � 9. �+C?IN:AU..Cl1FiBS A(�t?:S1E7EYV�iE.iC� F1lJSH. � 0 2: EXPA�lSION JOIfVT�SNAtL.BE tN MIl'ER RATfERP�f:�ALL S�UA�E Ct7RNERS.: m . -o. 3: CQNC�iE7`E SHAU.ACHIEVE 25� PS1 C 28 DAYS. : . D 4:: POUR �GAi�l�T�FlRM UNDI�7URBED C3R fiECUMPACTED SVB-GRADE.PE�R �: . -� STHUCTURAL S�ILS.REPORT. . m 5. P'R4Y1DE il4"�PREF�FiM�t?EXPA�NSI�N J�iNT.� 15'Q.G,.MAX.(EVENf.Y SPACED}:: _ Z _ . -� __.. _. . � � r- � �z _ I ..� o . � - . . cfl z � . . o..o � • � • � � • •• • .r.�'��"1Mr"'�w""� . � .-- , ��.......... � I ....... �%,'..'• ���v���. •�����• e���r������ ��������� ♦������• •��►����♦ ������������I ♦�����10 ♦��i'1���r♦ ������.���: �������♦ ♦��� ���0��♦ �' ' •' ' ' ' ' ' ' — -ro�i�i�i�i�i�i�i� ��i�i�i!►�i�i�i�i�i�i i-�-��=i���= ♦�������♦ ♦���������♦ � '• �I:e������• ��o�����♦ •���►�����• ��������������e� l,����������������� ���•,��������������� •������• •����e�• •�• •�����• II,.❖.❖.❖.•. a : � ;�.❖.❖.❖.•.! -• ❖.❖.�;►.❖.❖.❖. ►.....o. .,�....... .....►....... ........ �..._.,...- ....�....... ►....... � �.:�.;:,,.,.,.�.�. �.,.�.�.�.;.�.�.�.�.�.�.�. ....... ►....... ..:�._._..._...... ....:......... •- ........ .• . ......:....... ........ ..�,�...-.-v... .....�........ ,� � ♦��s ♦�����������♦ •�������������♦ ♦�• ♦��.��������♦ ♦������►������♦ ♦•�� ♦��n��������• '• 1 •���e•��������• ♦�..• ♦������������♦ ♦�����►r�����♦ !.♦ s���u�������e♦ ♦��������������♦ ♦�♦ ♦e������������♦ •��������������• �"' L��'�':"�"�"'' ""'�•��"'L�" 11� ��r�• rv�v'�'.r�'�'�v-�'�'�'�'�' ��'�-�•�'v��r•r�-r�'.��r�- � � - ���" � ` / `` . � • , :• • • b 0� ••� � � •- � �� � �� � � � •�� � e � •- -e ......:i... �-- .r.`�:.�••: .v-�����e .�• 1 �� -�"""i: �'����i�i�..��:��i�i�i i i��P� '��i•i�i�i�0i ���-���'�'��i��i�i�i ♦����— r����._. ��i�i�i�i�.'O��i!��i�i�i I �L�.�DD.!Id,••-.•�.� ♦���!.���e >�♦ ' T•=..�•�: ►'��i°i:�' • ��i!•°.��i�i�i�i�i�►�i�i� •������II•l�.i♦ • ♦�������1��♦ � 7 • '!1 ��i�i�s���i� ����i�i�i� •i�i�i�i�i�i�i�+�i�i�i�i I ♦����— �c���♦ ♦������� ►�• •����� •�._..� ♦���������• �� •����♦ •���._ � ����������I •����� •���• ♦����• ♦����♦ ♦����� I •���♦ � •����• •����♦ ♦������I— o���• •�• •����• ♦����• I •• ♦.••i��• ♦������— •����• •������♦ ♦�����• •�����♦ ♦�•����• ♦������ ♦����• •��e���♦ •�����♦ •�����• •�oi����• .������� •����c♦ •�� �����• r������• •���• ♦♦ •��•������♦ �•.���♦�� •����o♦ � � �.�.@!i�.�.���•���•��. ��•!.�•!•:c!.���.11�:'��:o�::i' � ...�� �' `�� � � •• 1 • � 0� •� • �• ��� •� � � ' • � 1� , � � � � .�;�i�i�i�: � •� � � :�i i���� �i�i�i'1 •�e - i�♦ �-=�����•••••�ii :::.. ... ....: ...... :.❖,-,...... .,.,...,, ....... �i�i�s���I�!i�i�i ll •- ��������— ������— •� • �• ♦��• •�♦ ♦••••♦•,f�l�'♦••C•,II �j�j�j�p .���j•�� �������i i—������II � ; . , �:� :�:��,.—-������_ I '�'�'�'�'.' ����� .� ��������<'— i���� _ ��_�_�������+������ ������������I�•������� ♦�����_���♦ ' � ♦�����— ♦��♦ ♦����♦ •���♦ ♦���s� ♦���o ♦����♦ ����• •����� •���• ♦����• •����♦ •������ •����• •������ •�����. ��♦ ♦����� •����• •�' •�♦ •�����— •����.� s��'i��• •����� •���o�� . ♦������♦ •����• �����.��: ♦��•���♦ ♦����� ♦��.. ♦ ♦�a���♦ ♦���♦ ����.: ��o������������ ��s���� ♦�.,• •' � ♦��.����• •' • •!����i�i �': ���..�.�_�.�.�. -���:•��_�: • • '��:���.��....� �11�. � , � • � :• • � l � A , 1 � 1 , � � � �� •� •� • � � •-� . ` � ' � � • � -� . •- - •- • . . BARBED WIRE — NOTE 4 5' ARM 1--11--�1--IFII--IFyC--G-��H 1--1F11--11-1f��1M 1--11--IFyO--IH11--11�1�tl�-IYyM GATE FABRIC WID1N 12' TO 36' 3.6 TO 10.8 m END POST 4� �•2 m SAME AS FENCE 18' 5.4 m FABRIC MAX SINGLE LEAF TENSION ROD PIPE & TIGHTENER S1IFFENER GUSSET 8� (2.4 m) MAX O.C. .t� ` ;. — , _: �r, 7 ~4 36" ° ; PLUNGER ROD . �''� �' `,% (900 mm) '�, �; �. �� � " PLUNGER CUP IN < 1 CF (0.03 m� PCC � POST OD + 8" (200 mm) WALK GATE 4„ (100 mm) DRIVE GATE r---� � /S" (10 mm) (1004mm) o PLATE TENSION PIPE POST BAR 1/S" (3 mm) 5" x 5" . GU SSET c,25 x ` . �' 12" (300 mm) 125 mm) NON—SHRINK'�• .• FOR LINE POSTS, TIE WIRE GROUT ..•• ; ELSE 18" (450 mm) : . z" (50 mm �,00 mm) CHAIN AND LOCK 2„ •� • • (50 mm) R 1 �/8„ CUT-OUT •.:1" (25 mm) � (3 mm) GREATER � THAN PIPE OD � P 0 S T #5 x 12" RE—BAR � / 1/8" (3 mm) EMBEDMENT c#16� x 300 mm) STL PLATE PLUNGER CUP ISOMETRIC STANDARD PLANS FOR PUBLIC WORKS CONSTRUCTION STANDARD PLAN CHAIN LINK FENCE AND GATES 600-3 SHEET 2 OF 3 N OTES: 1. SECURE DRIVE-FIT GALVANIZED CAP TO POST WITH 1/4" (6 mm) ROUND- HEAD RIVET. 2. H DENOTES FABRIC WIDTH AND NOMINAL FENCE HEIGHT. H = 5' (1.5 m) UNLESS OTHERWISE NOTED. 3. IF FENCE WITH TOP RAIL IS SPECIFIED, DELETE STEEL TENSION WIRE AT TOP, AND PIPE RAILS AT INTERMEDIATE, SLOPE, END AND CORNER POS7S. EXi�END TENSION ROD TO TOP RAIL. 4. BARBED WIRE SHALL BE USED ONLY WHEN SPECIFIED. 5. POST SPACING IS MAXIMUM 10' (3.0 m). 6. FILL CLEAR OPENINGS GREATER THAN 3" (75 mm) WITH FABRIC. FOR OPENINGS LESS THAN 18" (450 mm), T1E FABRIC TO POSTS. 7. USE ONE POST FOR COMBINED SLOPE AND CORNER POST IF TOP OF CHANNEL WALL IS CONSTRUCTED AS SHOWN FOR "ALTERNATE". 8. STEEL BANDS AT TENSION BARS SHALL BE i/8" x 1" (3 x 25 mm), MINIMUM, SPACED AT MAXIMUM 16" (400 mm). 9. SECURE TENSION WIRES TO EACH LINE POST WITH 11E WIRES. STANDARD PLANS FOR PUBLIC WORKS CONSTRUCTION STANDARD PLAN CHAIN LINK FENCE AND GATES 600-3 SHEE 3 OF 3 MORTAR CAP #5 (#16M) CONT. AT EACH BOND BEAM TYP. SEE NOTE 14 t = A (L—BARS) Z TYPE 1 � �� ^ p E '� #4 � 18"�• (150 mm) �� � (#13M � 45 SLOPE CONT. 23� CONTROL POINT �y�t OR SLOPE 2:1 F— � 12" MAX 30 mm E W1 SEE NOTE 2 a E�c�i M��- �cJi� MORTAR CAP ORTAR CAP #5 (�j16M) CONT. #5 (#16M) CONT. AT EACH BOND t AT EACH BOND BEAM TYP. SEE BEAM TYP. 5EE { NOTE 14 NOTE 14 = B = B z � A (L—BARS) E '� #4 � �8� SLOPE A v t o v 3M � 450 t CONTROL SLOPE t � CO'� CONT. � 2y; POINT CONTROL —� LEVEL OR POINT ?� SLORE 2:1 � � 12" MAX 30 mm) E C � �' E¢ W SEE NOTE 2 ��L OR "' c� � SLOPE 2:1 �^ �` ��� MAX J E� TYPE 2 " "�� #4 � is = � (#13M � 450) coNnNuous A DETAILS FOR D.OUBLE REINFORCEMENT �- oR 3 o rnm) SEE REINFORCING SCHEDULES FOR REQD USE NOTE 2, TYPE 3 AS REQ'D STANDARD PLANS FOR PUBLIC WORKS CONSTRUCTION �ouu�.cnhe er nic STANDARD PLAN PUBLIC WORKS STANDMDS IN0. REINFORCED CONCRETE BLOCK WALL 601-4 6R@1B001(COMMITIFF 70D3 REV. 7998.2005,2QD8.ZOf 0 USE WITH STANDARD SPECIFICAT10N5 FOR PUBLIC WORKS CONSTRUCTION SHEET 1 OF 6 A (L-BAR) � CENTER TYPE 1 � c � #4 � ye• � (#13M � 450) t CONTfNUOU � � Ea U . V � n�M B A (L-BAR) B � CENTER A � a �fl �,} � jg^ CENTER� � (#13M A 450) -� CON�iNUOUS . a �J � . U Q � ��� TYPE 2 � te° � ��� �13M � 450) � n� CONi1NU0US • DETAILS FOR SINGLE REINFORCEMENT TYPE 3 SEE REINFORCING SCHEDULES FOR ACLOWED USE SEE SHEET 1 FOR OTHER DIMENSIONS AND DETAILS STANDARD PLANS FOR PUBLIC WORKS CONSTRUCTION STANOARD PLAN REiNFORCED CONCRETE BLOCK WALL 601 -4 SIiEET 2 O 4'-0" (1200 mm) MIN PLACE FULL HEIGHT BOND BEAM AND 1/2' (15 mm) REINFORCEMENT TO RFJNFORCEMENT EXPANSION JOINTS � 50` �aTCH VERTICAL WALL EXTENSION AT STEP (15 m) MAX REINFORCEMENT AT EACH SIDE OF EXPANSION JOINT, CHANGE IN HEIGHT, OR END OF WALL TOP OF FOOTING ELEVAl10N APPROX, �INI.SHED GROUND TYPE 1 AND 2 FOOTING SHOWN WALL ELEVATION ALL CELLS WIT}i VERTiCAL REINFORCEMENT AND BOND ^ CAULKING SEALANT BEANlS SHALL 8E GROUTED PREMOLDED EXPANSION ��z� ���ONT. EACH SIDE SOLID db JOINT FlLLER (�5 mm)N E II � . STOP JOINT FULL HEIGHT VER7ICAL E REINFORCEMENT BAR EACH 51DE OF JOINT i� � EACH SIDE OF TO MATCH VERTIC.AL � ��n EXPANSION JOINT. WALL REINFORCEMENJ � SEE NOTE 13 CORN'ER DETAIL EXPANSION JOINT DETAIL N OTE: SINGLE VERIICAL REINFORCING BARS SHALL BE CENTERED IN CELLS. DOUBLE —" ROWS OF VERTICAL REINFORCING BARS SHALL HAVE THE REINFORCEMENT PLACED IN EACW FACE (EF). #4 (�13M) EACH FACE � �� � a � � W � � � O a �:� � � 4 � 18" OPTIONAL � w �#13M � 450) CORNER „ � �4 � 12" � � � SHAPE � �• o(�13M � 300) ( 00 mm (300 (600 mm) 600 min 300 600 mm) c� TRENCH FOOTING �. SPREAD FOOl1NG TYPE 3 TYPE t AND 2 FOOTING STEP DETAILS STANDARD PLANS FbR PUBLIC WORKS CONSTRUCTION STANDARD PLAN REINFORCED CONCRETE BLOCK WALL 601-4 S EET 3 OF 6 LATERAL LOAD = .15 PSF (720 Pa) REINFORCING BARS STEM FOOTING GUTOFF SPACING, O.C. H t T (TYPE 1) (TYPE 2) (TYPE 3) h A B C 6'-0" 6" 12" 2'-3" 2'-3" 2'-9" 30" �4 � 48°* #4 � 48' �4 � 48"* (9.8 m) (150 mm) (300 mm) (675 mm) (675 mm) (825 mm) (750 mm) #13M�1200*}(�13M�1200) ,�13M�1200*) 8'-0" 8" 1 Z" 2'-9" 2'-6" 3'-3" 30" �4 � 32"* �4 � 32" �4 � 32"* {2.4 m). (200 mm) (300 mm) {825 mm) (750. mm) (9.75 mm) (750 mm) (#13MC+�80Q*) (#13M�800) (�13M�8004) 10'-0" 8" 12" 3'-9" 3'-0" 3'-9" 30" � 32"EF " ° #4 �4 � 32 �4 � 32 (3.0 m) (20Q mm) (300 mm)(1125 mm) {900 mm)(11Z5 mm) (750 mm){�13�A�+800EF) (�13M�8Q0) (�13M�800) LAlERAL LOAD = 20 PSF (960 Pa) STEM FOOTING REINFORCING BARS CUTaFF SPACING, O.C. W1 W2 F H t T (TYPE 1) (TYPE 2) (TYPE 3) h A B C 6'-0" 6" 12" 2'-9" 2'-6" 3'-3° 30" " , " �5 � 32� #4 � 32 �4 � 32+ (1.8 m) (150 mm) 300 mm (825 mm) (750 mm) (975 mm) (750 mm) (�16M�800+`) (#13M�800) (�13M�800+') B'-0" 8" 12" 3'-3" 3'-0" 3'-9" 30" �4 � 32°EF �4 � 32" #4 � 32" (2.4 m) {200 mm) 300 mm (975 mm). (900 mm)(1125 mm (750 mm)(�13M�+800EF)(#13M�800) (�13M�i800) 10'-0" 8" 12" 4'-3" 3'-6" 4'-3" 42" �5 � 32"EF �4 � 32° #5 � 32" {3.0 m) (200 mm) 300 mm (1275 mm) (i050 mm) (1275 mm) (10.50 mm) (�16MA800EF)(�13M�D0) (�16M�600) LATERAL LOAD = 25 PSF (1200 Pa) REINF�RCING BARS STEM FOOTING CUTOFF SPACING, O.C. N t T (TYf'E 1) (TYPE 2) (7YPE 3) h A B C 6'-0" 6" 12'� 3'-0" 2�-9" 3'-6" 30" �5 � 16'# �4 � 32` �4 � 32" (1.8 m) (150 mm) (300 mm) (9� mm) (825 mm) (1050 mm) (750 mm) (#i6M�400") (�13M�800) (#13M�800) 8'-0" 8" 12" 3'-9" 3'-3" 4'-0" 30" #4 � 16"EF �4 �32" �4 � 32" (2.4 m) (200 mm) (300 mm) (1125 mm) (975 mm) (1200 mm) (750 mm) #13MI�400EF (�'13M�0) (#13M�BOD) 10'-0" 8" 12" 4'-9" 4'-0" 4'-9" 50" �5 � i6"ff �/4 � 32° �5 C� 32" (3.0 m) (200 mm) (300 mm) (1425 mm) (1200 mm) (1425 mm) (1250 mm) �16M0400EF) (�13M�800} (#16Mt�800) NOTE SINGLE VERTICAL REINFORCING BARS SHALL BE CENTERED fN CELL. � FOR SINGLE A—BARS IN FOUNDAl10N, SEE SHEET 2. DOUBLE ROWS OF VERIICAL REINFORCING WHERE INDICATED SNALL BE RLACm AT EACH FACE (EF). STANDARD PLANS FOR PUBLIC WORKS CONSTRUCTION STANDARD PLAN REINFORCED C�NCRETE BLOCK WALL 6�1-4 SHEET 4 OF 6 DESIGN CRITERIA: MATERIALS DESIGN DATA: REINFORCING STEEL ...................................................................... fy = 60 KSI (40Q MPo) CONCREIE 28TH—DAY S7RENGTH: FOOTING ........................................................................................ .f 'c = 2.500 PSI (17 MPa) CONCRETE MASONRY: PARIIALLY GROUTED .................................................................. f 'm = 1,5D0 PSI (10 MPa) AESIGN COOE:................................................................................ GOVERNING BUILDING CODE DESIGN METH00: CONCRETE ................................:...................................................... ULTiMAIE SIRENGl1-I MEII-IOD CONCRETE MASONRY .....................:.............................................. WORKING STRESS ME17i0D FOUNDA710N: ALLOWABLE SOIL BEARING PRESSURE ...................................... 1,000 PSF (48 kPa) ALLOWABLE L{\TERAL SOIL BEARING PRESSURE ..................... 100 PSF / FT OF DEPTH (157 kPa / m OF DEPTH) LATERAL SLIDING RESISTANCE AT CONTACT AREA.................... 130 PSF (6.2 kPa) BUT NOT TO EXCEED 0.40 X DL SOILDENSITY .,................................................................................. 110 PCF (1760 k9�m�3) FACTORS OF SAFETY FOR SPREAD FOOTING (BASED ON SERVICE LOAD CONDITIONS): OVERTURNING .............................................................................. 1.75 MINIMUM SLIDING .......................................................................................... 1.5 MINIMUM ONE THIRD INCREASE IS ALLOWED FOR SHORT TERM LOADS. STANDARD PLANS FOR PUBLIC WORKS CONSTRUCTION STANDARD PLAN REINFORCED CONCRETE BLOCK WALL 601-4 5 E T50F6 GENERAL NOTES: 1,. CONSULT WITH LOCAL GOVERNING AGENCY FOR DETERMINATION OF LATERAL L�AD AND WALL TYPE LfSTEQ IN TABLES, FOR PROJECT—SPECIFIC USE. 2. DISTANCE OF THE F0011NG FROM DESCENDING SLOPE SHALL BE PER LATEST GOVERNING BUILDING CODE OR PER A6ENCY REQUIREMENTS.. 3. SPECIAL INSPECTION IS NOT REQUIRED FOR WALLS. 4. GROUND LINE 70 BE AT THE SAME ELEVATiON ON BOTH SIDES OF TWE WALL WALL SHAI:I NOT BE USED: TO RETAIN EARTH. 5. USE TABULAR INFORMATION FOR THE NEXT HIGHER H FOR INTERMEDIATE WALL HEfGNTS THAT ARE BETWEEN 7HE H'S GIVEN. 6, CONCRETE SHALL BE 500—C-2500 (295—C-17) PER SSPWC 2D1-1.1.2. 7. REINFORCING SHALL BE LAPPED A MINIMUM 48 BAR DIA. GRADE 60 UNLESS NOTEU OTHERWISE PER SSPWC SEC110N .Z01-2, 303-4.1.3, JOINT REINFORCING WIRE: ASTM A82. 8. ALL REINFORCED CONCRETE CONSTRUCTION SHALL BE IN ACCORDANCE WI7H SSRWC .303. 9. FOR TYPE OF BLOCKS, BOND PATTERN AND JOINT FlNISli, SEE PROJECT PLANS. 10. ALL MASONRY CONSTRUCTION TO BE IN ACCORDANCE WITH. SSPWC 303-4. 11. HOLL0IN MASONRY UNITS...AS'tM C-90. TYPE I. NORMAL YVEIGHT UNITS: MORTAR ...1:1/2:3, PORII.AND CEMENT — UME — SAND RA170, 1800 PSI (13 MPa) PER SSPWC 202-2:2.i. GROUT .,...1;3:2 PORTLANU CEMENT — SAND — :PEA GRAVEL RAT1Q, 2,000 PSI (14 MPa) PER SSPWG 2�2-2.2.2. 12. PROVIDE FULL MORTAR BEO AT THE BOTTOM OF THE FIRST COURSE AND OMIT MORTAR BETWEEN VERTICAL JOiNTS OF LOWEST EXPOSED COURSE. 13; 1NHEN BLOCKS ARE LAID IN STACKED BOND, CONIINUOUS HORIZONTAL JOINT REWFORCEMENT SPACED AT 4'-0" (1200 mm.) OC SHALL BE PROVIDED IN ADDITION TO THE BOND BEAM REINFORCEMENT PER SSPWC 303-4.1.2, LOCATE REINFORCEMENT IN JOINTS THAT ARE APPROXIMATE MIDPOINT BETWEEN BQND BEAMS. 14. BOND BEAMS SHALL BE PLACED AT TOP OF WALL AND SUBSEQUENTLY SPACED NOT TO EXCEED 4'-0" (1200 mm) O.C. BELO.W. 15. ONLY CELLS WITH REINFORCING BARS SHALL BE GROUTED PER SSPWC 303-4.1.3. 16. HORIZONTAL JOINTS SHALL BE TOOLED CONCAVE OR WEATHERED. VERTICAL JOINTS SHALL BE TOOLED CONCAVE aR RAKEO. WEATHERED AND RAKED JO�NTS .ARE: NOT PERMITTED FOR SLUMPED BLOCKS. STANDARD PLANS FOR PUBLIC WORKS CONSTRUCTION STANDARD PLAN REINFORCED CONCRETE BLOCK WALL 601 -4 SHEET 6 OF 6 . . Califomia MCTTGD:2014 Edirion Page 766 .. (FHWA's Mi1TGD 2009 Edition,including Revisions 1.&2,as,amended for•use in California) •' • • .. . figure 38-�08(CQ).-�Elecfric Vehic(e�Charging.Stafion Pavement Marking Details (Sheet.� of 2) . : :�� : : . ... _ 2 in -T . . : . ' : . .'. ' ..' .. .. � . '.. : . : : �. : :. . :' . .. . .. . . _ .. . .. . , . " . ' . .. . .: ... . . . � .' . : . :" . : : . . - . .:: .' .',�_. _ , . . . . . . . _ . '� ' _ . . . . . . . ' �' . . . ' � . . . . � .� �. . ..�: . . _. �. . �� . . . ' . . .. . ... ;. .. ' . . . . . .. . .. . . . . . . . . . ' . . . . .. . .. .. ... . . . . .. . . . . .. . . .. . . . . . . .�. . ." . . . . .. . . . . . . . . .. . . . . . . . . ... . . . . . . Chapter 3B—Pavement and Curb,Mazkings November 7,2014 ', . ParE 3—Mazkings California MIJTCD;2014 Edition Page 767 (FHWA's MiJTCD 2009 Edition,including Revisions 1.&2,as amended for use in Califomia) - Figure 3B-1..08`(CA): Electric.Vehicie Charging Station Pavement Marking Defails (Sheet.2 of 2) ��.-.� ... : �� . _ . �� i. Chapter 3B-Pavement and Cqrb.lVlackings November 7,2014; , , Part 3-Mazkings . _ . . STATE OF CALIFORNIA-DEPARTMENT OF TRANSPORTATION . �SIGN:.: . : B . .::: :: L L ::: .. K .. _ . . . _ . � . C ..... � � :. D : �... : . I - � , I.. . :: E . A. � . I F , _ � , I � E � -- - -- -- � _ �� c�in�i*c�curirrl G H _ . � A :: . *Optically space the"EV"letters ve�ically with the charging unit. : ENGLISH UMITS. A: B :: C D: E :: F G H :: J K L.. 12 :75 3:875 2EM :875 1.5 1 10.25 1.5 3.625 .375 18 .375 1.125 5.75 3EM 1.375 2.25 1.5 15:375 �1.5 5.1625 _... 24 .5. . 1.5 7.75 4EM. 1.75 3 2: . 20.5 1.5 7.25. .. . _30 .75 1.875. _9.625 5EM 2. . _...4 2.5 25.625 .1.875 9:063 COLORS: BORDER�SYMBOL-WHITE(RETROREFLECTIVE) _ LEGEND 8�BACKGROUND-BLUE(RETROREFLECTIVE) 3f14/13: :. STATE OF CALIFORNIA-DEPARTMENT OF TRANSPORTATION : _ C � M . . � D _ � .. .. ... � E K F E. � � B � D :: : _ EX EPT F R G : H . G E: A __ R113 (.CA) ENGLISH UNITS. ..... A B . C D E . F G H.. : .:J K L M 12 . 18 .25 2:5: : 3 6E 1:75B.. .5 4.5 3.625. .875 1.5 COLORS: BORDER,CIRCLE,DIAGONAL 8�LEGEND=RED(RETROREFLECTIVE) _ LETTER-BI:ACK BACKGROUND-WHITE:(RETROREFLECTIVE) 3I14113 ATTACHMENT NO.3 SECTIONS 1725.5, 1771, 1771.1, 1771.4, 1775, 1776, 1777.5, 1813 and 1815 OF THE CALIFORNIA LABOR CODE California Labor Code Section 1725.5. Re�istration of contractors; mandatory registration; qualifications and aqplication; fees; exempt contractors A contractor shall be registered pursuant to this section to 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 public work contract that is subject to the requirements of this chapter. For the purposes of this section, "contractor"includes a subcontractor as defined by Section 1722.1. (a)To qualify for registration under this section, a contractor shall do all of the following' (1)Beginning July 1, 2014,register with the Deparhnent of Industrial Relations in the manner prescribed by the department and pay an initial nonrefundable application fee of three hundred dollars ($300) to qualify for registration under this section and an annual renewal fee on or before July 1 of each year thereafter. The annual renewal fee shall be in a uniform amount set by the Director of Industrial Relations, and the initial registration and renewal fees may be adjusted no more than annually by the director to support the costs specified in Section 1771.3. (2)Provide evidence, disclosures, or releases as are necessary to establish all of the following: (A) Workers' Compensation coverage that meets the requirements of Division 4 (commencing with Section 3200) and includes sufficient coverage for any worker whom the contractor employs to perform work that is subject to prevailing wage requirements other than a contractor who is separately registered under this section. Coverage may be evidenced by a current and valid certificate of workers' compensation Insurance or certification of self-insurance required under Secrion 7125 of the Business and Professions Code. (B) If applicable, the contractor is licensed in accordance with Chapter 9 (commencing with Section 7000) of the Business and Professions Code. (C) The contractor does not have any delinquent liability to an employee or the state for any assessment of back wages or related damages, interest, fines, or penalties pursuant to any final judgment, order, or determination by a court or any federal, state, or local administrative agency, including a confirtned arbitration award. However, for purposes of this paragraph, the contractor shall not be disqualified for any judgment, order, or determination that is under appeal, provided that the contractor has secured the payment of any amount eventually found due through a bond or other appropriate means. (D) The contractor is not currently debarred under Section 1777.1 or under any other federal or state law providing for the debarment of contractors from public works. (E) The contractor has not bid on a public works contract, been listed in a bid proposal, or engaged in the performance of a contract for public works without being lawfully registered in accordance with this section, within the preceding 12 months or since the effective date of the requirements set forth in subdivision (e), whichever is earlier. If a contractor is found to be in violation of the requirements of this paragraph,the period of disqualification shall be waived if both of the following are true: Attachment No. 3 Page 1 of 11 (i) The contractor has not previously been found to be in violation of the requirements of this paragraph within the preceding 12 months. (ii) The contractor pays an additional nonrefundable penalty registration fee of two thousand dollars ($2,000). (b) Fees received pursuant to this section shall be deposited in the State Public Works Enforcement Fund established by Section 1771.3 and shall be used only for the purposes specified in that section. (c) A contractor who fails to pay the renewal fee required under paragraph (1) of subdivision (a) on or before the expiration of any prior period of registration shall be prohibited from bidding on or engaging in the performance of any contract for public work until once again registered pursuant to this section. If the failure to pay the renewal fee was inadvertent, the contractor may renew its registration retroactively by paying an additional nonrefundable penalty renewal fee equal to the amount of the renewal fee within 90 days of the due date of the renewal fee. (d)If, after a body awarding a contract accepts the contractor's bid or awards the contract,the work covered by the bid or contract is determined to be a public work to which Section 1771 applies, either as the result of a determination by the director pursuant to Section 1773.5 or a court decision, the requirements of this section shall not apply, subject to the following requirements: (1) The body that awarded the contract failed, in the bid specification or in the contract documents, to identify as a public work that portion of the work that the determination or decision subsequently classifies as a public work. (2) Within 20 days following service of notice on the awarding body of a determination by the Director of Industrial Relations pursuant to Section 1773.5 or a decision by a court that the contract was for public work as defined in this chapter, the contractor and any subcontractors are registered under this section or are replaced by a contractor or subcontractors who are registered under this secrion. (3) The requirements of this section shall apply prospectively only to any subsequent bid, bid proposal, contract, or work performed after the awarding body is served with notice of the determination or decision refened to in paragraph(2)of this subdivision. (e)The requirements of this section shall apply to any bid proposal submitted on or after March 1,2015, and any contract for public work, as defined in this chapter, entered into on or after April 1, 2015. California Labor Code Section 1771. Pavment of Seneral prevailing rate Except for public works projects of one thousand dollars ($1,000) or less, not less than the general prevailing rate of per diem wages for work of a similar character in the locality in which the public work is performed, and not less than the general prevailing rate of per diem wages for holiday and overtime work fixed as provided in this chapter, shall be paid to all workers employed on public works. This section is applicable only to work performed under contract, and is not applicable to work carried out by a public agency with its own forces. This section is applicable to contracts let for maintenance work. Attachment No. 3 Page 2 of 11 California Labor Code Section 1771.1. Re�istration as a contractor or subcontractor required prior to bid submission; excentions; substitutions; Internet listin�of registered contractors (a) A contractor 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. It is not a violation of this section for an unregistered contractor 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 contractor is registered to perform public work pursuant to Section 1725.5 at the time the contract is awarded. (b)Notice of the requirement described in subdivision (a) shall be included in all bid invitations and public works contracts, and a bid shall not be accepted nor any contract or subcontract entered into without proof of the contractor or subcontractor's current registration to perform public work pursuant to Section 1725.5. (c) An inadvertent error in listing a subcontractor who is not registered pursuant to Section 1725.5 in a bid proposal shall not be grounds for filing a bid protest or grounds for considering the bid nonresponsive, provided that any of the following apply: (1)The subcontractor is registered prior to the bid opening. (2) Within 24 hours after the bid opening, the subcontractor is registered and has paid the penalty registration fee specified in subparagraph(E) of paragraph(2) of subdivision(a) of Section 1725.5. (3)The subcontractor is replaced by another registered subcontractor pursuant to Section 4107 of the Public Contract Code. (d)Failure by a subcontractor to be registered to perform public work as required by subdivision(a) shall be grounds under Section 4107 of the Public Contract Code for the contractor,with the consent of the awarding authority, to substitute a subcontractor who is registered to perform public work pursuant to Section 1725.5 in place of the unregistered subcontractor. (e) The department shall maintain on its Internet Web site a list of contractors who are currently registered to perform public work pursuant to Section 1725.5. (� A contract entered into with any contractor or subcontractor in violation of subdivision (a) shall be subject to cancellation, provided that a contract for public work shall not be unlawful, void, or voidable solely due to the failure of the awarding body, contractor, or any subcontractor to comply with the requirements of Section 1725.5 or this section. (g) This section shall apply to any bid proposal submitted on or after March 1, 2015, and any contract for public work entered into on or after April 1,2015. California Labor Code Section 1771.4. Additional requirements when bidding and awardin� public works contraets (a) All of the following are applicable to all public works projects that are otherwise subject to the requirements of this chapter: (1) The call for bids and contract documents shall specify that the project is subject to compliance monitoring and enforcement by the Deparhnent of Industrial Relations. Attachment No. 3 Page 3 of 11 (2) The awarding body shall post or require the prime contractor to post job site notices, as prescribed by regulation. (3) Each contractor and subcontractor shall furnish the records specified in Section 1776 directly to the Labor Commissioner,in the following manner: (A)At least monthly or more frequently if specified in the contract with the awarding body. (B) In a format prescribed by the Labor Commissioner. (4) The department shall undertake those activities it deems necessary to monitor and enforce compliance with prevailing wage requirements. (b) The Labor Commissioner may exempt a public works project from compliance with all or part of the requirements of subdivision(a) of this section if either of the following occurs: (1) The awarding body has enforced an approved labor compliance program, as defined in Section 1771.5, on all public works projects under its authority, except those deemed exempt pursuant to subdivision (a) of Section 1771.5, continuously since December 31, 2011. (2) The awarding body has entered into a collective bargaining agreement that binds all contractors performing work on the project and that includes a mechanism for resolving disputes about the payment of wages. (c)(1) The requirements of paragraph (1) of subdivision (a) shall only apply to contracts for public works projects awarded on or after January 1, 2015. (2)The requirements of paragraph(3)of subdivision(a) shall only apply to the following projects: (A) Projects that were subject to a requirement to furnish records to the Compliance Monitoring Unit pursuant to Section 16461 of Title 8 of the California Code of Regulations, prior to the effective date of this section. (B)Projects for which the initial contract is awarded on or after April 1,2015. (C) Any other ongoing project in which the Labor Commissioner directs the contractors or subcontractors on the project to furnish records in accordance with paragraph(3) of subdivision(a). (D)All projects,whether new or ongoing, on or after January 1, 2016. California Labor Code Section 1775. Penalties for violations (a)(1) The contractor and any subcontractor under the contractor shall, as a penalty to the state or political subdivision on whose behalf the contract is made or awarded, forfeit not more than fifty dollars ($ 50) for each calendar day, or portion thereof, for each worker paid less than the prevailing wage rates as determined by the director for the work or craft in which the worker is employed for any public work done under the contract by the contractor or, except as provided in subdivision (b), by any subcontractor under the contractor. (2)(A)The amount of the penalty shall be determined by the Labor Commissioner based on consideration of both of the following: Attachment No. 3 Page 4 of 11 (i) Whether the failure of the contractor or subcontractor to pay the correct rate of per diem wages was a good faith mistake and, if so, the error was promptly and voluntarily corrected when brought to the attention of the contractor or subcontractor. (ii) Whether the contractor or subcontractor has a prior record of failing to meet its prevailing wage obligations. (B)(i) The penalty may not be less than ten dollars ($10) for each calendar day, or portion thereof, for each worker paid less than the prevailing wage rate, unless the failure of the contractor or subcontractor to pay the correct rate of per diem wages was a good faith mistake and, if so, the error was promptly and voluntarily corrected when brought to the attention of the contractor or subcontractor. (ii) The penalty may not be less than twenty dollars ($20) for each calendar day, or portion thereof, for each worker paid less than the prevailing wage rate, if the contractor or subcontractor has been assessed penalties within the previous three years for failing to meet its prevailing wage obligations on a separate contract, unless those penalties were subsequently withdrawn or overturned. (iii) The penalty may not be less than thirty dollars ($30) for each calendar day, or portion thereof, for each worker paid less than the prevailing wage rate, if the Labor Commissioner determines that the violation was willful, as defined in subdivision(c) of Section 1777.1. (C) When the amount due under this section is collected from the contractor or subcontractor, any outstanding wage claim under Chapter 1 (commencing with Section 1720) of Part 7 of Division 2 against that contractor or subcontractor shall be satisfied before applying that amount to the penalty imposed on that contractor or subcontractor pursuant to this section. (D) The determination of the Labor Commissioner as to the amount of the penalty shall be reviewable only for abuse of discretion. (E) The difference between the prevailing wage rates and the amount paid to each worker for each calendar day or portion thereof for which each worker was paid less than the prevailing wage rate shall be paid to each worker by the contractor or subcontractor, and the body awarding the contract shall cause to be inserted in the contract a stipulation that this section will be complied with. (b) If a worker employed by a subcontractor on a public works project is not paid the general prevailing rate of per diem wages by the subcontractor, the prime contractor of the project is not liable for any penalties under subdivision (a) unless the prime contractor had knowledge of that failure of the subcontractor to pay the specified prevailing rate of wages to those workers or unless the prime contractor fails to comply with all of the following requirements: (1) The contract executed between the contractor and the subcontractor for the performance of work on the public works project shall include a copy of the provisions of Sections 1771, 1775, 1776, 1777.5, 1813, and 1815. (2) The contractor shall monitor the payment of the specified general prevailing rate of per diem wages by the subcontractor to the employees,by periodic review of the certified payroll records of the subcontractor. (3) Upon becoming aware of the failure of the subcontractor to pay his or her workers the specified prevailing rate of wages, the contractor shall diligently take corrective action to halt or rectify the failure, Attachment No. 3 Page 5 of 11 including, but not limited to, retaining sufficient funds due the subcontractor for work performed on the public works project. (4) Prior to making final payment to the subcontractor for work performed on the public works project, the contractor shall obtain an affidavit signed under penalty of perjury from the subcontractor that the subcontractor has paid the specified general prevailing rate of per diem wages to his or her employees on the public works project and any amounts due pursuant to Section 1813. (c) The Division of Labor Standards Enforcement shall notify the contractor on a public works project within 15 days of the receipt by the Division of Labor Standards Enforcement of a complaint of the failure of a subcontractor on that public works project to pay workers the general prevailing rate of per diem wages. California Labor Code Section 1776. Pavroll records; retention; insuection; noncompliance penalties; rules and re�ulations (a)Each contractor and subcontractor shall keep accurate payroll records, showing the name, address, social security number, work classification, straight time and overtime hours worked each day and week, and the actual per diem wages paid to each journeyman, apprentice, worker, or other employee employed by him or her in connection with the public work. Each payroll record shall contain or be verified by a written declaration that it is made under penalty of perjury, stating both of the following: (1)The information contained in the payroll record is true and correct. (2) The employer has complied with the requirements of Sections 1771, 1811, and 1815 for any work performed by his or her employees on the public works project. (b) The payroll records enumerated under subdivision (a) shall be certified and shall be available for inspection at all reasonable hours at the principal office of the contractor on the following basis: (1) A certified copy of an employee's payroll record shall be made available for inspection or furnished to the employee or his or her authorized representative on request. (2) A certified copy of all payroll records enumerated in subdivision (a) shall be made available for inspection or fumished upon request to a representative of the body awarding the contract, the Division of Labor Standards Enforcement, and the Division of Apprenticeship Standards of the Department of Industrial Relations. (3) A certified copy of all payroll records enumerated in subdivision (a) shall be made available upon request by the public for inspection or for copies thereof. However, a request by the public shall be made through either the body awarding the contract, the Division of Apprenticeship Standards, or the Division of Labor Standards Enforcement. If the requested payroll records have not been provided pursuant to paragraph (2), the requesting pariy shall, prior to being provided the records, reimburse the costs of preparation by the contractor, subcontractors, and the entity through which the request was made. The public may not be given access to the records at the principal office of the contractor. (c)The certified payroll records shall be on forms provided by the Division of Labor Standards Enforcement or shall contain the same information as the forms provided by the division. Attachment No. 3 Page 6 of 11 (d)A contractor or subcontractor shall file a certified copy of the records enumerated in subdivision(a)with the entity that requested the records within 10 days after receipt of a written request. (e)Any copy of records made available for inspection as copies and furnished upon request to the public or any public agency by the awarding body, the Division of Apprenticeship Standards, or the Division of Labor Standards Enforcement shall be marked or obliterated to prevent disclosure of an individual's name, address, and social security number. The name and address of the contractor awarded the contract or the subcontractor performing the contract shall not be marked or obliterated. Any copy of records made available for inspection by, or furnished to, a joint labor-management committee established pursuant to the federal Labor Management Cooperation Act of 1978 (29 U.S.C. Sec. 175a) shall be marked or obliterated only to prevent disclosure of an individual's name and social security number. A joint labor management committee may maintain an action in a court of competent jurisdiction against an employer who fails to comply with Section 1774. The court may award restitution to an employee for unpaid wages and may award the joint labor management committee reasonable attomey's fees and costs incurred in maintaining the action. An action under this subdivision may not be based on the employer's misclassification of the craft of a worker on its certified payroll records. Nothing in this subdivision limits any other available remedies for a violation of this chapter. (fl The contractor shall inform the body awarding the contract of the location of the records enumerated under subdivision (a), including the street address, city, and county, and shall, within five working days, provide a notice of a change of location and address. (g) The contractor or subcontractor has 10 days in which to comply subsequent to receipt of a written notice requesting the records enumerated in subdivision (a). In the event that the contractor or subcontractor fails to comply within the 10-day period, he or she shall, as a penalty to the state or political subdivision on whose behalf the contract is made or awarded, forfeit twenty-five dollars ($25) for each calendar day, or portion thereof, for each worker, until strict compliance is effectuated. Upon the request of the Division of Apprenticeship Standards or the Division of Labor Standards Enforcement,these penalties shall be withheld from progress payments then due. A contractor is not subject to a penalty assessment pursuant to this section due to the failure of a subcontractor to comply with this section. (h) The body awarding the contract shall cause to be inserted in the contract stipulations to effectuate this section. (i) The director shall adopt rules consistent with the California Public Records Act (Chapter 3.5 (commencing with Section 6250) of Division 7 of Title 1 of the Government Code) and the Information Practices Act of 1977 (Title 1.8 (commencing with Section 1798) of Part 4 of Division 3 of the Civil Code) governing the release of these records, including the establishment of reasonable fees to be charged for reproducing copies of records required by this section. California Labor Code Section 1777.5. Emnlovment of registered apprentices; wages; standards; number; apprenticeable craft or trade; exemutions; contributions (a) Nothing in this chapter shall prevent the employment of properly registered apprentices upon public works. Attachment No. 3 Page 7 of 11 (b) Every apprentice employed upon public works shall be paid the prevailing rate of per diem wages for apprentices in the trade to which he or she is registered and shall be employed only at the work of the craft or trade to which he or she is registered. (c) Only apprentices, as defined in Section 3077, who are in training under apprenticeship standards that have been approved by the Chief of the Division of Apprenticeship Standards and who are parties to written apprentice agreements under Chapter 4 (commencing with Section 3070) of Division 3 are eligible to be employed at the apprentice wage rate on public works. The employment and training of each apprentice shall be in accordance with either of the following: (1)The apprenticeship standards and apprentice agreements under which he or she is training. (2)The rules and regulations of the Califomia Apprenticeship Council. (d) When the contractor to whom the contract is awarded by the state or any political subdivision, in performing any of the work under the contract, employs workers in any apprenticeable craft or trade, the contractor shall employ apprentices in at least the ratio set forth in this section and may apply to any apprenticeship program in the craft or trade that can provide apprentices to the site of the public work for a certificate approving the contractor under the apprenticeship standards for the employment and training of apprentices in the area or industry affected. However, the decision of the apprenticeship program to approve or deny a certificate shall be subject to review by the Administrator of Apprenticeship. The apprenticeship program or programs, upon approving the contractor, shall arrange for the dispatch of apprentices to the contractor. A contractor covered by an apprenticeship program's standards shall not be required to submit any additional application in order to include additional public works contracts under that program. "Apprenticeable craft or trade," as used in this section, means a craft or trade determined as an apprenticeable occupation in accordance with rules and regulations prescribed by the California Apprenticeship Council. As used in this section, "contractor" includes any subcontractor under a contractor who performs any public works not excluded by subdivision(o). (e) Prior to commencing work on a contract for public works, every contractor shall submit contract award information to an applicable apprenticeship program that can supply apprentices to the site of the public work. The information submitted shall include an estimate of journeyman hours to be.performed under the contract, the number of apprentices proposed to be employed, and the approximate dates the apprentices would be employed. A copy of this information shall also be submitted to the awarding body if requested by the awarding body. Within 60 days after concluding work on the contract, each contractor and subcontractor shall submit to the awarding body, if requested, and to the apprenticeship program a verified statement of the journeyman and apprentice hours performed on the contract. The information under this subdivision shall be public. The apprenticeship programs shall retain this information for 12 months. (fl The apprenticeship program that can supply apprentices to the area of the site of the public work shall ensure equal employment and affirmative action in apprenticeship for women and minorities. (g) The ratio of work performed by apprentices to journeyrnen employed in a particular craft or trade on the public work may be no higher than the ratio stipulated in the apprenticeship standards under which the apprenticeship program operates where the contractor agrees to be bound by those standards, but, except as otherwise provided in this section, in no case shall the ratio be less than one hour of apprentice work for every five hours of journeyman work. Attachment No. 3 Page 8 of 11 (h) This ratio of apprentice work to journeyman work shall apply during any day or portion of a day when any journeyman is employed at the jobsite and shall be computed on the basis of the hours worked during the day by journeymen so employed. Any work performed by a journeyman in excess of eight hours per day or 40 hours per week shall not be used to calculate the ratio. The contractor shall employ apprentices for the number of hours computed as above before the end of the contract or, in the case of a subcontractor, before the end of the subcontract. However,the contractor shall endeavor,to the greatest extent possible,to employ apprentices during the same time period that the journeymen in the same craft or trade are employed at the jobsite. Where an hourly apprenticeship ratio is not feasible for a particular craft or trade, the Chief of the Division of Apprenticeship Standards, upon application of an apprenticeship program, may order a minimum ratio of not less than one apprentice for each five journeymen in a craft or trade classification. (i) A contractor covered by this section that has agreed to be covered by an apprenticeship program's standards upon the issuance of the approval certificate, or that has been previously approved for an apprenticeship program in the craft or trade, shall employ the number of apprentices or the ratio of apprentices to journeymen stipulated in the applicable apprenticeship standards,but in no event less than the 1-to-5 ratio required by subdivision(g). (j) Upon proper showing by a contractor that he or she employs apprentices in a particular craft or trade in the state on all of his or her contracts on an annual average of not less than one hour of apprentice work for every five hours of labor performed by journeymen, the Chief of the Division of Apprenriceship Standards may grant a certificate exempting the contractor from the 1-to-5 hourly ratio, as set forth in this section for that craft or trade. (k) An apprenticeship program has the discretion to grant to a participating contractor or contractor association a certificate, which shall be subject to the approval of the Administrator of Apprenticeship, exempting the contractor from the 1-to-5 ratio set forth in this section when it fmds that any one of the following conditions is met: (1)Unemployment for the previous three-month period in the area exceeds an average of 15 percent. (2)The number of apprentices in training in the area exceeds a ratio of 1 to 5. (3) There is a showing that the apprenticeable craft or trade is replacing at least one-thirtieth of its journeymen annually through apprenticeship training, either on a statewide basis or on a local basis. (4) Assignment of an apprentice to any work performed under a public works contract would create a condition that would jeopardize his or her life or the life, safety, or property of fellow employees or the public at large, or the specific task to which the apprentice is to be assigned is of a nature that training cannot be provided by a journeyman. (1) When an exemption is granted pursuant to subdivision (k) to an organization that represents contractors in a specific trade ftom the 1-to-5 ratio on a local or statewide basis, the member contractors shall not be required to submit individual applications for approval to local joint apprenticeship committees, if they are already covered by the local apprenticeship standards. (m)(1) A contractor to whom a contract is awarded,who, in performing any of the work under the contract, employs journeymen or apprentices in any apprenticeable craft or trade shall contribute to the California Apprenticeship Council the same amount that the director determines is the prevailing amount of apprenticeship training contributions in the area of the public works site. A contractor may take as a credit Attachment No. 3 Page 9 of 11 for payments to the council any amounts paid by the contractor to an approved apprenticeship program that can supply apprentices to the site of the public works project. The contractor may add the amount of the contributions in computing his or her bid for the contract. (2) At the conclusion of the 2002-03 fiscal year and each fiscal year thereafter, the California Apprenticeship Council shall distribute training contributions received by the council under this subdivision, less the expenses of the Division of Apprenticeship Standards for administering this subdivision, by making grants to approved apprenticeship programs for the purpose of training apprentices. The funds shall be distributed as follows: (A) If there is an approved multiemployer apprenticeship program serving the same craft or trade and geographic area for which the training contributions were made to the council, a grant to that program shall be made. (B) If there are two or more approved multiemployer apprenticeship programs serving the same craft or trade and geographic area for which the training contributions were made to the council, the grant shall be divided among those programs based on the number of apprentices registered in each program. (C) All training contributions not distributed under subparagraphs (A) and (B) shall be used to defray the future expenses of the Division of Apprenticeship Standards. (3) All training contributions received pursuant to this subdivision shall be deposited in the Apprenticeship Training Contribution Fund, which is hereby created in the State Treasury. Notwithstanding Section 13340 of the Government Code, all money in the Apprenticeship Training Contribution Fund is hereby continuously appropriated for the purpose of carrying out this subdivision and to pay the expenses of the Division of Apprenticeship Standards. (n) The body awarding the contract shall cause to be inserted in the contract stipulations to effectuate this section. The stipulations shall fix the responsibility of compliance with this section for all apprenticeable occupations with the prime contractor. (o) This section does not apply to contracts of general contractors or to contracts of specialty contractors not bidding for work through a general or prime contractor when the contracts of general contractors or those specialty contractors involve less than thirty thousand dollars ($30,000). (p)All decisions of an apprenticeship program under this section are subject to Section 3081. California Labor Code Section 1813. Forfeiture for violations; contract stipulation; report of violations The contractor or subcontractor shall, as a penalty to the state or political subdivision on whose behalf the contract is made or awarded, forfeit twenty- five dollars ($25) for each worker employed in the execution of the contract by the respective contractor or subcontractor for each calendar day during which the worker is required or permitted to work more than 8 hours in any one calendar day and 40 hours in any one calendar week in violation of the provisions of this article. In awarding any contract for public work, the awarding body shall cause to be inserted in the contract a stipulation to this effect. The awarding body shall take cognizance of all violations of this article committed in the course of the execution of the contract, and shall report them to the Division of Labor Standards Enforcement. Attachment No. 3 Page 10 of 11 California Labor Code Section 1815. Overtime Notwithstanding the provisions of Sections 1810 to 1814, inclusive, of this code, and notwithstanding any stipulation inserted in any contract pursuant to the requirements of said sections, work performed by employees of contractors in excess of 8 hours per day, and 40 hours during any one week, shall be permitted upon public work upon compensation for all hours worked in excess of 8 hours per day at not less than 1 1/2 times the basic rate of pay. Attachment No. 3 Page 11 of 11 ATTACfIlV�NT NO.4 CALIFORNIA PUBLIC CONTRACT CODE SECTION 9204 § 9204. Legislative fmdings and declarations regarding timely and complete payment of contractors for public works projects; claims process � Effective: January 1, 2017 (a) The Legislature finds and declares that it is in the best interests of the state and its citizens to ensure that all construction business performed on a public works project in the state that is complete and not in dispute is paid in full and in a timely manner. (b) Notwithstanding any other law, including, but not limited to, Article 7.1 (commencing with Section 10240) of Chapter 1 of Part 2, Chapter 10 (commencing with Section 19100) of Part 2, and Article 1.5 (commencing with Section 20104) of Chapter 1 of Part 3, this section shall apply to any claim by a contractor in connection with a public works project. (c)For purposes of this section: (1) "Claim" means a separate demand by a contractor sent by registered mail or certified mail with return receipt requested, for one or more of the following: (A) A time extension, including, without limitation, for relief from damages or penalties for delay assessed by a public entity under a contract for a public works project. (B) Payment by the public entity of money or damages arising from work done by, or on behalf of, the contractor pursuant to the contract for a public works project and payment for which is not otherwise expressly provided or to which the claimant is not otherwise entitled. (C)Payment of an amount that is disputed by the public entity. (2) "Contractor" means any type of contractor within the meaning of Chapter 9 (commencing with Section 7000) of Division 3 of the Business and Professions Code who has entered into a direct contract with a public entity for a public works project. (3)(A) "Public entity" means, without limitation, except as provided in subparagraph (B), a state agency, deparirnent, office,division,bureau,board, or commission,the California State University,the University of California, a city, including a charter city, county, including a charter county, city and county, including a charter city and county, district, special district,public authority, political subdivision,public corporation, or nonprofit transit corporation wholly owned by a public agency and formed to carry out the purposes of the public agency. (B) "Public entity"shall not include the following: (i)The Department of Water Resources as to any project under the jurisdiction of that department. (ii) The Department of Transportation as to any project under the jurisdiction of that deparhnent. (iii)The Department of Parks and Recreation as to any project under the jurisdiction of that department. Attachment No.4 Page 1 of 4 (iv) The Department of Corrections and Rehabilitation with respect to any project under its jurisdiction pursuant to Chapter 11 (commencing with Section 7000) of Title 7 of Part 3 of the Penal Code. (v)The Military Department as to any project under the jurisdiction of that deparhnent. (vi) The Department of General Services as to all other projects. (vii)The High-Speed Rail Authority. (4) "Public works project"means the erection, construcrion, alteration,repair, or improvement of any public structure,building,road, or other public improvement of any kind. (5) "Subcontractor" means any type of contractor within the meaning of Chapter 9 (commencing with Section 7000) of Division 3 of the Business and Professions Code who either is in direct contract with a contractor or is a lower tier subcontractor. (d)(1)(A) Upon receipt of a claim pursuant to this section, the public entity to which the claim applies shall conduct a reasonable review of the claim and, within a period not to exceed 45 days, shall provide the claimant a written statement identifying what portion of the claim is disputed and what portion is undisputed. Upon receipt of a claim, a public entity and a contractor may, by mutual agreement, extend the time period provided in this subdivision. (B)The claunant shall furnish reasonable documentation to support the claim. (C) If the public entity needs approval from its governing body to provide the claimant a written statement identifying the disputed portion and the undisputed portion of the claim, and the goveming body does not meet within the 45 days or within the mutually agreed to extension of time following receipt of a claim sent by registered mail or certified mail, return receipt requested, the public entity shall have up to three days following the next duly publicly noticed meeting of the governing body after the 45-day period, or extension, expires to provide the claimant a written statement identifying the disputed portion and the undisputed portion. (D) Any payment due on an undisputed portion of the claim shall be processed and made within 60 days after the public entity issues its written statement. If the public entity fails to issue a written statement, paragraph(3) shall apply. (2)(A) If the claimant disputes the public entity's written response, or if the public entity fails to respond to a claim issued pursuant to this secrion within the time prescribed, the claimant may demand in writing an informal conference to meet and confer for settlement of the issues in dispute. Upon receipt of a demand in writing sent by registered mail or certified mail, return receipt requested, the public entity shall schedule a meet and confer conference within 30 days for settlement of the dispute. (B) Within 10 business days following the conclusion of the meet and confer conference, if the claim or any portion of the claim remains in dispute, the public entity shall provide the claimant a written statement identifying the portion of the claim that remains in dispute and the portion that is undisputed. Any payment due on an undisputed portion of the claim shall be processed and made within 60 days after the public entity issues its written statement. Any disputed portion of the claim, as identified by the contractor in writing, shall be submitted to nonbinding mediation, with the public entity and the claimant sharing the associated costs equally. The public entity and claimant shall mutually agree to a mediator within 10 business days after the disputed portion of the claim has been identified in writing. If the parties cannot agree upon a mediator, each party shall select a mediator and those mediators shall select a qualified neutral third party to Attachment No.4 Page 2 of 4 mediate with regard to the disputed portion of the claim. Each party shall bear the fees and costs charged by its respective mediator in connection with the selection of the neutral mediator. If inediation is unsuccessful, the parts of the claim remaining in dispute shall be subject to applicable procedures outside this section. (C) For purposes of this section, mediation includes any nonbinding process, including, but not limited to, neutral evaluation or a dispute review board, in which an independent third party or board assists the parties in dispute resolution through negotiation or by issuance of an evaluation. Any mediation utilized shall conform to the timeframes in this section. (D) Unless otherwise agreed to by the public entity and the contractor in writing, the mediation conducted pursuant to this section shall excuse any further obligation under Section 20104.4 to mediate after litigation has been commenced. (E) This section does not preclude a public entity from requiring arbitration of disputes under private arbitration or the Public Works Contract Arbitration Program, if inediation under this section does not resolve the parties' dispute. (3) Failure by the public entity to respond to a claim from a contractor within the time periods described in this subdivision or to otherwise meet the time requirements of this section shall result in the claim being deemed rejected in its entirety. A claim that is denied by reason of the public entity's failure to have responded to a claim, or its failure to otherwise meet the time requirements of this section, shall not constitute an adverse finding with regard to the merits of the claim or the responsibility or qualifications of the claimant. (4) Amounts not paid in a timely manner as required by this section shall bear interest at 7 percent per annum. (5) If a subcontractor or a lower tier subcontractor lacks legal standing to assert a claim against a public entity because privity of contract does not exist, the contxactor may present to the public entity a claim on behalf of a subcontractor or lower tier subcontractor. A subcontractor may request in writing, either on his or her own behalf or on behalf of a lower tier subcontractor, that the contractor present a claim for work which was performed by the subcontractor or by a lower tier subcontractor on behalf of the subcontractor. The subcontractor requesting that the claim be presented to the public entity shall furnish reasonable documentation to support the claim. Within 45 days of receipt of this written request, the contractor shall notify the subcontractor in writing as to whether the contractor presented the claim to the public entity and, if the original contractor did not present the claim, provide the subcontractor with a statement of the reasons for not having done so. � (e) The text of this section or a summary of it shall be set forth in the plans or specifications for any public works project that may give rise to a claim under this section. (fl A waiver of the rights granted by this section is void and contrary to public policy, provided, however, that(1)upon receipt of a claim, the parties may mutually agree to waive, in writing, mediation and proceed directly to the commencement of a civil action or binding arbitration, as applicable; and (2) a public entity may prescribe reasonable change order, claim, and dispute resolution procedures and requirements in addition to the provisions of this section, so long as the contractual provisions do not conflict with or otherwise impair the timeframes and procedures set forth in this section. (g)This section applies to contracts entered into on or after January 1, 2017. Attachment No. 4 Page 3 of 4 (h) Nothing in this section shall impose liability upon a public entity that makes loans or grants available through a competitive application process, for the failure of an awardee to meet its contractual obligations. (i) This section shall remain in effect only until January 1, 2020, and..as of that date is repealed, unless a later enacted statute,that is enacted before January 1, 2020, deletes or extends that date. Attachment No.4 Page 4 of 4 ��City of � BID ABSTRACT range Public Works Departme.nt Project Name: Orange Water Division Parking Lot Expansion Project 1 2 3 Bid No: 189-16 Project No: W-688 Encineer's Estimate FS Contrattors inc. All Ame�fwn Asnhalt Century Pavin� Bid Opening Date: February 14,2019 14838.BIedsoe 5[. 400 E.SIMh Street Sylmar,CA 91342 Corona,CA 92875-2229 14630 E.Firestone Blvd. W Mirada,CA90638 Ph:(818)538-6040 Ph:�951)7367600 ph:(562)921-9627 . ying@fstontractorsinc.com publicworks@allameriranasphalt.wm ro6ert@paveit.com Bidltem Description of Work ' Quantities Unit Price Total Amount Unit Price Total Amount UnitPrice Total Amount UnitPrice Total Amount 1 Mobilization 1 �s Slo,000 Slo,000 $so,000 Sio,000 $so,000 $io,000 Sll,000.00 Ssi,000.00 2 Clear&Grub inclusive of block wall removal,sawcutting, 1 LS $10,000 $10,000 , $20,000 $20,000 $39,924 $39,924 $125,000.00 $125,000.00 modifications to existing irri ation s stem 3 Unclassified Excavation includes adjusting gravel to grade 630 CY $45 $28,350 $60 $37,800 $80 $50,400 $70.00 $44,100.00 4 Imported Fill 280 CY 530 $8,400 $60 $16,800 $62 517,360 $60.00 $16,800.00 5 Install full depth AC over compacted native inclusive of greding, 560 TN $210 $117,600 $107 $59,920 $90 $50,400 $103.00 $57,680.00 and removals 6 Construct concrete mow strip pe9r City of Orange standard plan L 150 LF $15 $2,250 $35 ' $5,250 $43 $6,450 $25.00 $3,750.00 Construct reinforced concrete block wall with end column type 7 3 per SPPWC standard plan 601-4,height to match existing 1 LS $10,000 $10,000 '$7,000.00 $7,000 $21,000.00 $21,000 $5,000.00 $5,000.00 block wall $ Construct 6"PCC curb type B 128 City of Orange standard plan 100 LF $30 $3,000 $50.00 $5,000 $64.00 $6,400 $35.00 $3,500.00 9 Install chain link fence and double swing gate perSPPWC 1 LS $2,000 $2,000 $15,000.00 $15,000 $9,900.00 $9,900 $35,000.00 $35,000.00 standard lan 6003 dimensions er lan � 10 Install electrical conduits for electric vehicle charging station 1 LS $1,000 $1,000 $3,600.00 $3,600 $6,900.00 $6,900 $11,200.00 $11,200.00 11 Installelectricalconduitsforfuturetreilor 1 LS $1,500 $1,500 $6,000.00 $6,000 $6,900.00 $6,900 $11,200.00 $li,zoo.00 Install 4"white striping,pavement legend marking&traffic lz signs per plan inclusive of sandblasting existing striping 1 LS $15,000 $15,000 $6,000.00 $6,000 $7,900.00 $7,900 $10,000.00 $10,000.00 13 Construct concrete wheel stop per plan 47 EA $180 $8,460 $100 $4,700 $52 $2,444 $70.00 $3,290.00 Bid Totals $217,560.00 $197,070.00 $235,978.00 $337,520.00 CITY COiJNCIL MINUTES MARCH 12, 2019 3. CONSENT CALENDAR(Continued) 3.13 Claims for Damages. (C3200.0) ACTION: Denied the following claims for damages and referred to City Attomey and Claims Adjuster: 1. State Farm a/s/o Christopher G. Hiett 2. Jack Adams 3. Natalie Olague 4. Devon Cox 5. Julie Loo 6. Colby Egkan 3.14 Award of Contract for Lincoln Avenue Rehabilitation from Pampas Street to 200 feet east of Berkeley Street to R.J.Noble Company. (A2100.0; AGR-6746) ACTION: Awazded the contract in the amount of $61,842 to R.J. Noble Company of Orange, Califomia; and authorized the Mayor and City Clerk to execute on behalf of the City. 3.15 Award of Contract for Water Division Parking Lot Expansion to FS Contractors, Inc.; Bid No. 189-16. (A2100.0; AGR-674'n ACTION: Awazded the contract in the amount of$197,070 to FS Contractors, Inc.; and authorized the Mayor and City Clerk to execute on behalf of the City. MOTION —Alvazez SECOND —Nichols AYES —Alvazez, Murphy,Nichols, Monaco Moved to approve the Consent Calendaz as recommended. END OF CONSENT CALENDAR . rr . * * * « 4. REPORTS FROM MAYOR MURPHY 4.1 Resolution of Support for SB 689 — Local Control for Needle Exchange Programs. Resolution No. 11140. (C2500.D) A Resolution of the City Council of the City of Orange supporting Senate Bi11689 to allow local control over the establishment of needle exchange programs. Mayor Murphy reported that State Senator John Moorlach recently introduced Senate Bill 689 to allow local governments a greater say in the location of needle and syringe exchange programs. MOTION —Murphy SECOND —Monaco AYES —Alvazez, Murphy,Nichols, Monaco Moved to approve Resolution No. 11140. PAGE 5