road repair and accountability act of 2017 fund (sb 1), … · 2018-06-19 · road repair and...

120

Upload: others

Post on 08-Mar-2020

0 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: ROAD REPAIR AND ACCOUNTABILITY ACT OF 2017 FUND (SB 1), … · 2018-06-19 · Road Repair and Accountability Act of 2017 Fund (SB 1), 1 of 33 Manning Avenue Improvements Phase 2 from
Page 2: ROAD REPAIR AND ACCOUNTABILITY ACT OF 2017 FUND (SB 1), … · 2018-06-19 · Road Repair and Accountability Act of 2017 Fund (SB 1), 1 of 33 Manning Avenue Improvements Phase 2 from

Road Repair and Accountability Act of 2017 Fund (SB 1), TOC-1 Manning Avenue Improvements Phase 2 from Frankwood Avenue to Columbia Avenue Bid & Contract Documents

ROAD REPAIR AND ACCOUNTABILITY ACT OF 2017 FUND (SB 1), MANNING AVENUE IMPROVEMENT PHASE 2

FROM FRANKWOOD AVENUE TO COLUMBIA AVENUE

City of Reedley Engineering Department

Bid and Contract Documents

TABLE OF CONTENTS

ALL APPLICABLE DOCUMENTS TO THE BID PACKAGE SUBMITTAL MUST BE COMPLETED AND ACCOMPANY THE BID PROPOSAL.

TITLE PAGE NOTICE TO BIDDERS .................................................................................................................................................. 1 BIDDERS CHECKLIST ................................................................................................................................................. 3 DECLARATION ............................................................................................................................................................. 4 ACKNOWLEDGEMENT OF ADDENDUM ................................................................................................................. 5

BID FORM ...................................................................................................................................................................... 6 BID SCHEDULE ............................................................................................................................................................ 8 BID BOND ...................................................................................................................................................................... 10

BIDDER’S STATEMENT .............................................................................................................................................. 11 LIST OF SUBCONTRACTORS ..................................................................................................................................... 12

INFORMATION REQUIRED OF BIDDER ..................................................................................................................... 14 REQUEST FOR INTERPRETATION OF CONTRACT DOCUMENTS ...................................................................... 15 CITY OF REEDLEY BIDDERS LIST ........................................................................................................................... 16 EQUAL EMPLOYMENT OPPORTUNITY CERTIFICATION ................................................................................... 17

PUBLIC CONTRACT CODE ......................................................................................................................................... 18

NONCOLLUSION AFFIDAVIT .................................................................................................................................... 20

DEBARMENT AND SUSPENSION CERTIFICATION ............................................................................................... 21 NONLOBBYING CERTIFICATION FOR FEDERAL-AID CONTRACTS ................................................................ 22 DISCLOSURE OF LOBBYING ACTIVITIES .............................................................................................................. 23

BIDDER’S BOND / CERTIFIED CHECK ..................................................................................................................... 25 PUBLIC IMPROVEMENT AGREEMENT ..................................................................................................................... 27

Page 3: ROAD REPAIR AND ACCOUNTABILITY ACT OF 2017 FUND (SB 1), … · 2018-06-19 · Road Repair and Accountability Act of 2017 Fund (SB 1), 1 of 33 Manning Avenue Improvements Phase 2 from

Road Repair and Accountability Act of 2017 Fund (SB 1), TOC-2 Manning Avenue Improvements Phase 2 from Frankwood Avenue to Columbia Avenue Bid & Contract Documents

TABLE OF CONTENTS (Continued)

TITLE PAGE (SAMPLE) PAYMENT BOND ...................................................................................................................................... 31 (SAMPLE) PERFORMANCE BOND ........................................................................................................................... 32 BID PROTEST PROCEDURE ....................................................................................................................................... 33

Page 4: ROAD REPAIR AND ACCOUNTABILITY ACT OF 2017 FUND (SB 1), … · 2018-06-19 · Road Repair and Accountability Act of 2017 Fund (SB 1), 1 of 33 Manning Avenue Improvements Phase 2 from

Road Repair and Accountability Act of 2017 Fund (SB 1), 1 of 33 Manning Avenue Improvements Phase 2 from Frankwood Avenue to Columbia Avenue Bid & Contract Documents

NOTICE TO BIDDERS Notice is hereby given that sealed bids will be received by the City Council of the City of Reedley for furnishing all labor, materials, services, and equipment and performing all work necessary for the ROAD REPAIR AND ACCOUNTABILITY ACT OF 2017 FUND (SB 1), MANNING AVENUE IMPROVEMENTS PHASE 2 FROM FRANKWOOD AVENUE TO COLUMBIA AVENUE in the City of Reedley, Fresno County. Project plans, special provisions, bid and contract documents are on file and may be examined at the City’s website www.reedley.ca.gov and at the Office of the City Engineer, 1733 Ninth Street, Reedley, California, 93654, (559) 637-4200, ext. 295. Copies may also be examined at the following Builders Exchanges:

Central California Builders Exchange Tulare-Kings Builders Exchange McGraw-Hill Construction Dodge Construction Bid Board

Construction Bid Copies may be obtained at the City of Reedley for a charge of TWENTY dollars ($20.00) per set, nonrefundable. In addition, there will be an eight dollars ($8.00) mailing and handling charge for any sets mailed. Prospective bidders must be on the plan holders list in order to submit a bid proposal and to receive any addendums issued by the City of Reedley. Description of Work: The work includes, in general, remove existing facilities, 6” HMA dig out, installation of hot mix asphalt concrete, type A, skin patch, edge mill, cape seal, loop detector replacement, adjusting manhole and water valve frame and cover to grade, signage and striping. This work shall be diligently prosecuted to completion before the expiration of THIRTY (30) WORKING DAYS beginning on the tenth calendar day after approval of the contract. The City of Reedley hereby notifies all bidders that it will affirmatively insure that in any contract entered into pursuant to this advertisement, minority business enterprises will be afforded full opportunity to submit bids in response to this invitation and will not be discriminated against on the grounds of race, color, religious creed, sex, or national origin in consideration for an award. The prevailing wage rates as determined by the Director of Industrial Relations of the State of California shall apply to this project. In accordance with the provisions of Section 1770 of the Labor Code, the Director of the Department of Industrial Relations of the State of California has determined the general prevailing rates of wages and employer payments for health and welfare, pension, vacation, travel time, and subsistence pay as provided for Section 1773.8 of the California Labor Code, apprenticeship or other training programs authorized by Section 3093 of said code, and similar purposes applicable to the work to be done. Said wages are on file with the City of Reedley and County of Fresno and are incorporated herein as part of the special provisions. By submission of a bid, bidder stipulates and agrees to abide by the provisions of the Labor Code related to payment of prevailing wage or promptly pay a penalty of $50.00 per day per worker paid less than prevailing wage pursuant to the provisions of Labor Code Section 1775. A work day shall not exceed eight hours labor per day or forty (40) hours labor per week. The successful bidder shall keep an accurate record of employees' hours worked by calendar day and week. Minimum wage rates for this project, as predetermined by the Secretary of Labor, are set forth herein in the bid and contract documents and incorporated as part of the special provisions. These wage rates may be examined at the City of Reedley where the project plans, special provisions, bid and contract documents may be seen. If there is a difference between the minimum wage rates predetermined by the

Page 5: ROAD REPAIR AND ACCOUNTABILITY ACT OF 2017 FUND (SB 1), … · 2018-06-19 · Road Repair and Accountability Act of 2017 Fund (SB 1), 1 of 33 Manning Avenue Improvements Phase 2 from

Road Repair and Accountability Act of 2017 Fund (SB 1), 2 of 33 Manning Avenue Improvements Phase 2 from Frankwood Avenue to Columbia Avenue Bid & Contract Documents

Secretary of Labor and the prevailing wage rates determined by the Director of the Department of Industrial Relations of the State of California for similar classifications of labor, the Contractor and his subcontractors shall pay not less than the higher wage rate. Bids must be filed with the Reedley City Engineer, 1733 Ninth Street, Reedley, not later than 3:00 p.m., Friday, July 6, 2018, at which time the Office of the City Engineer of the City of Reedley will open said bids. Bids must be submitted in a sealed envelope and marked on the outside of the envelope " ROAD REPAIR AND ACCOUNTABILITY ACT OF 2017 FUND (SB 1), MANNING AVENUE IMPROVEMENTS PHASE 2 FROM FRANKWOOD AVENUE TO COLUMBIA AVENUE” together with the name and address of the bidder. The bids will be opened and read publicly at that time. Each bid must be accompanied by either a cashier's check, certified check or bidder's bond in a sum equal to at least ten (10%) percent of the total amount bid. Checks or bonds must be made payable to the City of Reedley; such securities shall be a guarantee that the bidder, if his bid is accepted, will enter into a satisfactory contract and furnish a good and sufficient bond for faithful performance thereof and for payment of labor and material costs in accordance with the requirements of the plans and specifications. No contract will be awarded to a Contractor who has not been licensed in accordance with the provisions of Chapter 791, Statutes of 1929, as amended, or whose bid is not on the proposal form included in the contract documents. An appropriate and valid California Contractor’s License is required for the project. Class A General Engineering Contractors license is required. No contractor or subcontractor may be listed on a bid proposal for a public works project (submitted on or after March 1, 2015) unless registered with the Department of Industrial Relations pursuant to Labor Code section 1725.5 [with limited exceptions from this requirement for bid purposes only under Labor Code section 1771.1(a)]. No Contractor or subcontractor may be awarded a contract for public work on a public works project (awarded on or after April 1, 2015) unless registered with the Department of Industrial Relations pursuant to Labor Code section 1725.5. This project is subject to compliance monitoring and enforcement by the Department of Industrial Relations. Interpretations: All questions about the meaning or intent of the Contract Documents shall be directed to the office of the City Engineer in writing. Interpretations or clarifications considered necessary by the City Engineer in response to such questions will be resolved by the issuance of addenda delivered to all parties listed on the plan holders list. Questions received less than 3 business days prior to the date of opening bids shall be considered nonresponsive and therefore not addressed. Only questions that have been resolved by formal written addenda shall be binding. Oral and other interpretations or clarifications will be without legal or contractual effect. The City reserves the right to reject any or all bids, to waive any informality in bids received, or to award the contract to the lowest responsible bidder complying with these instructions as may serve the best interest of the City of Reedley. The City reserves the right to award the contract to other than the lowest bidder if it appears that the best interests of the City of Reedley will be served thereby. BY THE ORDER OF THE CITY COUNCIL OF THE CITY OF REEDLEY Advertisement Date: June 15, 2018 END OF NOTICE TO BIDDERS

Page 6: ROAD REPAIR AND ACCOUNTABILITY ACT OF 2017 FUND (SB 1), … · 2018-06-19 · Road Repair and Accountability Act of 2017 Fund (SB 1), 1 of 33 Manning Avenue Improvements Phase 2 from

Road Repair and Accountability Act of 2017 Fund (SB 1), 3 of 33 Manning Avenue Improvements Phase 2 from Frankwood Avenue to Columbia Avenue Bid & Contract Documents

BIDDERS CHECKLIST

ROAD REPAIR AND ACCOUNTABILITY ACT OF 2017 FUND (SB 1), MANNING AVENUE IMPROVEMENTS PHASE 2

FROM FRANKWOOD AVENUE TO COLUMBIA AVENUE Bidders shall complete and/or submit the following documents found in the Bid and Contract Documents for bids to be considered responsive.

1. DECLARATION page 4

2. ACKNOWLEDGEMENT OF ADDENDUM page 5

Signature page(s) of all Addenda issued, Addenda No. to .

(Enter numbers and attach signature page(s) to Bid Package)

3. BID FORM pages 6 through 9

4. BIDDER’S STATEMENT page 11

5. LIST OF SUBCONTRACTORS pages 12 through 13

6. INFORMATION REQUIRED OF BIDDER page 14

7. CITY OF REEDLEY BIDDERS LIST page 16

8. EQUAL EMPLOYMENT OPPORTUNITY CERTIFICATION page 17

9. PUBLIC CONTRACT CODE pages 18 through 19

10. NON-COLLUSION AFFIDAVIT page 20

11. DEBARTMENT AND SUSPENSION CERTIFICATION page 21

12. NONLOBBYING CERTIFICATION FOR FEDERAL-AID CONTRACTS page 22

13. DISCLOSURE OF LOBBYING ACTIVITIES page 23

14. BIDDERS BOND/CERTIFIED CHECK page 25 with bid deposit in the form as specified in the contract documents

Page 7: ROAD REPAIR AND ACCOUNTABILITY ACT OF 2017 FUND (SB 1), … · 2018-06-19 · Road Repair and Accountability Act of 2017 Fund (SB 1), 1 of 33 Manning Avenue Improvements Phase 2 from

Road Repair and Accountability Act of 2017 Fund (SB 1), 4 of 33 Manning Avenue Improvements Phase 2 from Frankwood Avenue to Columbia Avenue Bid & Contract Documents

DECLARATION

I/WE declare under penalty of perjury under the laws of the State of California that the statements on these Bid Forms are true and correct.

Date: at , California.

By: _________________________________________________

Signature

Name: _______________________________________________

Clearly Printed

Position: _____________________________________________ (Seal)

Clearly Printed

CONTRACTOR ACKNOWLEDGES RECEIPT OF THE FOLLOWING ADDENDA:

1.

2.

3.

4.

Bidders Signature Date Received

Page 8: ROAD REPAIR AND ACCOUNTABILITY ACT OF 2017 FUND (SB 1), … · 2018-06-19 · Road Repair and Accountability Act of 2017 Fund (SB 1), 1 of 33 Manning Avenue Improvements Phase 2 from

Road Repair and Accountability Act of 2017 Fund (SB 1), 5 of 33 Manning Avenue Improvements Phase 2 from Frankwood Avenue to Columbia Avenue Bid & Contract Documents

City of Reedley Engineering Department

ADDENDUM NO. ___

TO THE SPECIFICATIONS FOR

ROAD REPAIR AND ACCOUNTABILITY ACT OF 2017 FUND (SB 1),

MANNING AVENUE IMPROVEMENTS PHASE 2 FROM FRANKWOOD AVENUE TO COLUMBIA AVENUE

Bid Date: ________________________ The following additions and/or corrections shall become part of the Contract Documents and Construction Specifications for the subject project. Notice to all Contractors submitting bids for this work and to all contract document holders. You are hereby notified of the following changes to the Contract Documents, more specifically, to the Bid Proposal Package and the construction plans for this project. This addendum shall supersede the original contract documents wherein it contradicts the same and shall take precedence over anything to the contrary therein. All conditions remain the same. Approved by: ___________________________________ ___________________________ City Engineer Date NOTICE: This Addendum shall be acknowledged by the Contractor submitting the bid in the space provided below and this addendum shall be submitted with the Contractor’s Bid Proposal as well as faxed for acknowledgement of receipt to the City of Reedley. Failure to acknowledge may result in the proposal being rejected as not responsive.

Sign and fax this sheet to 559-637-2139

Contractor: __________________________________________________ ___________________________________ _________________ Contractor’s Signature Date

ADDENDUM

Engineering Department

1733 Ninth Street, Reedley, CA 93654 (559)637-4200, Ext. 295

Fax: (559)637-2139

Page 9: ROAD REPAIR AND ACCOUNTABILITY ACT OF 2017 FUND (SB 1), … · 2018-06-19 · Road Repair and Accountability Act of 2017 Fund (SB 1), 1 of 33 Manning Avenue Improvements Phase 2 from

Road Repair and Accountability Act of 2017 Fund (SB 1), 6 of 33 Manning Avenue Improvements Phase 2 from Frankwood Avenue to Columbia Avenue Bid & Contract Documents

BID FORM

BID TO THE CITY OF REEDLEY

NAME OF BIDDER ___________________________________________________________________

BUSINESS P.O. BOX __________________________________________________________________

CITY, STATE, ZIP ____________________________________________________________________

BUSINESS STREET ADDRESS _________________________________________________________ (Please include even if P.O. Box used)

CITY, STATE, ZIP ____________________________________________________________________

TELEPHONE NO: AREA CODE ( ) __________________________________________

FAX NO: AREA CODE ( ) __________________________________________

EMAIL:

CONTRACTOR LICENSE NO. _________________________________________________________ The work for which this bid is submitted is for construction in conformance with the special provisions (including the payment of not less than the State general prevailing wage rates or Federal minimum wage rates), the project plans described below, including any addenda thereto, the contract annexed hereto, and also in conformance with the California Department of Transportation Standard Plans, dated 2010, the Standard Specifications, dated 2010, and the Labor Surcharge and Equipment Rental Rates in effect on the date the work is accomplished. The special provisions for the work to be done are dated June 2018 and are entitled:

CITY OF REEDLEY PROJECT SPECIAL PROVISIONS

ROAD REPAIR AND ACCOUNTABILITY ACT OF 2017 FUND (SB 1), MANNING AVENUE IMPROVEMENTS PHASE 2

FROM FRANKWOOD AVENUE TO COLUMBIA AVENUE

The project plans for the work to be done were approved June 2018 and are entitled:

CITY OF REEDLEY ENGINEERING DEPARTMENT

ROAD REPAIR AND ACCOUNTABILITY ACT OF 2017 FUND (SB 1), MANNING AVENUE IMPROVEMENTS PHASE 2

FROM FRANKWOOD AVENUE TO COLUMBIA AVENUE

Page 10: ROAD REPAIR AND ACCOUNTABILITY ACT OF 2017 FUND (SB 1), … · 2018-06-19 · Road Repair and Accountability Act of 2017 Fund (SB 1), 1 of 33 Manning Avenue Improvements Phase 2 from

Road Repair and Accountability Act of 2017 Fund (SB 1), 7 of 33 Manning Avenue Improvements Phase 2 from Frankwood Avenue to Columbia Avenue Bid & Contract Documents

Bids are to be submitted for the entire work. The amount of the bid for comparison purposes will be the total of all items. The bidder shall set forth for each unit basis item of work a unit price and a total for the item, and for each lump sum item a total for the item, all in clearly legible figures in the respective spaces provided for that purpose. In the case of unit basis items, the amount set forth under the "Item Total" column shall be the product of the unit price bid and the estimated quantity for the item. In case of discrepancy between the unit price and the total set forth for a unit basis item, the unit price shall prevail, except as provided in (a) or (b), as follows: (a) If the amount set forth as a unit price is unreadable or otherwise unclear, or is omitted, or is the same as the

amount as the entry in the item total column, then the amount set forth in the item total column for the item shall prevail and shall be divided by the estimated quantity for the item and the price thus obtained shall be the unit price;

(b) (Decimal Errors) If the product of the entered unit price and the estimated quantity is exactly off by a factor of ten, one hundred, etc., or one-tenth, or one-hundredth, etc. from the entered total, the discrepancy will be resolved by using the entered unit price or item total, whichever most closely approximates percentage-wise the unit price or item total in the CITY OF REEDLEY 's Final Estimate of cost.

If both the unit price and the item total are unreadable or otherwise unclear, or are omitted, the bid may be deemed irregular. Likewise, if the item total for a lump sum item is unreadable or otherwise unclear, or is omitted, the bid may be deemed irregular unless the project being bid has only a single item and a clear, readable total bid is provided. Symbols such as commas and dollar signs will be ignored and have no mathematical significance in establishing any unit price or item total or lump sums. Written unit prices, item totals and lump sums will be interpreted according to the number of digits and, if applicable, decimal placement. Cents symbols also have no significance in establishing any unit price or item total since all figures are assumed to be expressed in dollars and/or decimal fractions of a dollar. Bids on lump sum items shall be item totals only; if any unit price for a lump sum item is included in a bid and it differs from the item total, the items total shall prevail. The foregoing provisions for the resolution of specific irregularities cannot be so comprehensive as to cover every omission, inconsistency, error or other irregularity which may occur in a bid. Any situation not specifically provided for will be determined in the discretion of the CITY OF REEDLEY, and that discretion will be exercised in the manner deemed by the CITY OF REEDLEY to best protect the public interest in the prompt and economical completion of the work. The decision of the CITY OF REEDLEY respecting the amount of a bid, or the existence or treatment of an irregularity in a bid, shall be final. If this bid shall be accepted and the undersigned shall fail to enter into the contract and furnish the 2 bonds in the sums required by the State Contract Act, with surety satisfactory to the CITY OF REEDLEY, within 8 days, not including Saturdays, Sundays and legal holidays, after the bidder has received notice from the CITY OF REEDLEY that the contract has been awarded, the CITY OF REEDLEY may, at its option, determine that the bidder has abandoned the contract, and thereupon this bid and the acceptance thereof shall be null and void and the forfeiture of the security accompanying this bid shall operate and the same shall be the property of the CITY OF REEDLEY. The undersigned, as bidder, declares that the only persons or parties interested in this bid as principals are those named herein; that this bid is made without collusion with any other person, firm, or corporation; that he has carefully examined the location of the proposed work, the annexed proposed form of contract, and the plans therein referred to; and he proposes, and agrees if this bid is accepted, that he will contract with the CITY OF REEDLEY, in the form of the copy of the contract annexed hereto, to provide all necessary machinery, tools, apparatus and other means of construction, and to do all the work and furnish all the materials specified in the contract, in the manner and time therein prescribed, and according to the requirements of the Engineer as therein set forth, and that he will take in full payment therefore the following prices, to wit:

Page 11: ROAD REPAIR AND ACCOUNTABILITY ACT OF 2017 FUND (SB 1), … · 2018-06-19 · Road Repair and Accountability Act of 2017 Fund (SB 1), 1 of 33 Manning Avenue Improvements Phase 2 from

Road Repair and Accountability Act of 2017 Fund (SB 1), 8 of 33 Manning Avenue Improvements Phase 2 from Frankwood Avenue to Columbia Avenue Bid & Contract Documents

BID SCHEDULE

ROAD REPAIR AND ACCOUNTABILITY ACT OF 2017 FUND (SB 1), MANNING AVENUE IMPROVEMENTS PHASE 2

FROM FRANKWOOD AVENUE TO COLUMBIA AVENUE TO THE CITY COUNCIL OF THE CITY OF REEDLEY: We, the undersigned bidder, having carefully examined the location of the hereinafter described work, the Plans, State Standard Specifications, and the Project Special Provisions, more specifically the “Description of Work” of the Special Provisions therefore, hereby propose to furnish, in strict accordance with the Contract Documents, all of the materials, equipment, labor and incidentals necessary for the completion of this project and assume all liability imposed upon the Contractor by the Contract, and to accept as full compensation the unit prices set forth in the following bid items, to wit:

(F) – Final Pay Quantity

The Bid Prices set forth herein shall include any and all applicable taxes.

IN CASE OF DISCREPANCY BETWEEN WORDS AND FIGURES, THE WORDS SHALL PREVAIL.

BIDDERS MUST BID ALL BID ITEMS INCLUDING THE SUM TOTAL. BIDS WITH UNIT COST AND COST COLUMNS NOT FULLY FILLED IN WILL BE RE CONSIDERED INCOMPLETE AND NON-RESPONSIVE.

THE CITY SHALL DETERMINE THE LOWEST RESPONSIBLE, RESPONSIVE BIDDER ON THE LOWEST TOTAL BASE BID.

Item No. Description Quantity Units Unit Cost Total

1 Mobilization 1 LS

2 Insurance and Bonds 1 LS

3 Provide and Maintain Traffic Control 1 LS

4 Remove Existing Facilities 1 LS

5 6" HMA Dig Out 41,240 SF

6 Skin Patch 351 SF

7 Cape Seal 152,261 SF

8 Edge Mill 2,917 LF

9 Loop Detector Replacement 13 EA

10 Adjust Manhole Frame and Cover to Grade 5 EA

11 Adjust Water Valve Frame and Cover to Grade 8 EA

12

Thermoplastic Traffic Striping, Pavement Markings and Markers 1 LS

13 Supplemental Work 1 LS 10,000.00$ 10,000.00$

BASE BID

Subtotal for BASE BID:

Subtotal for BASE BID - (Item 1 through Item 13) Written in Words:

Page 12: ROAD REPAIR AND ACCOUNTABILITY ACT OF 2017 FUND (SB 1), … · 2018-06-19 · Road Repair and Accountability Act of 2017 Fund (SB 1), 1 of 33 Manning Avenue Improvements Phase 2 from

Road Repair and Accountability Act of 2017 Fund (SB 1), 9 of 33 Manning Avenue Improvements Phase 2 from Frankwood Avenue to Columbia Avenue Bid & Contract Documents

THE CITY, IF IT CHOOSES TO AWARD, SHALL AWARD THE CONTRACT TO THE LOWEST RESPONSIBLE, RESPONSIVE BIDDER BASED ON THE CRITERIA LISTED ABOVE;

THE OWNER RESERVES THE RIGHT TO REJECT ANY AND ALL BIDS, OR TO WAIVE ANY INFORMALITY OF THE BIDS RECEIVED. THE LOWEST BIDDER SHALL BE DETERMINED BY THE TOTAL SUM FOR BID ITEMS.

AWARD OF THE CONTRACT SHALL BE MADE TO THE LOWEST, QUALIFIED BIDDER WHO’S BID CONFORMS TO THE REQUIREMENTS SPECIFIED IN THESE CONTRACT DOCUMENTS.

ABBREVIATIONS USED IN BID SCHEDULE

SF - Square Foot CY - Cubic Yard SY - Square Yard LF - Linear Foot EA - Each TN – Ton LS - Lump Sum

The bidder shall set forth for each item of work, in clearly legible figures, an item price and a total for the item in the respective spaces provided for this purpose.

Page 13: ROAD REPAIR AND ACCOUNTABILITY ACT OF 2017 FUND (SB 1), … · 2018-06-19 · Road Repair and Accountability Act of 2017 Fund (SB 1), 1 of 33 Manning Avenue Improvements Phase 2 from

Road Repair and Accountability Act of 2017 Fund (SB 1), 10 of 33 Manning Avenue Improvements Phase 2 from Frankwood Avenue to Columbia Avenue Bid & Contract Documents

BID BOND

KNOW ALL MEN BY THESE PRESENTS, That we ________________________, as Principal, and

________________________________________as Surety, are held and firmly bound unto the City of

Reedley, Fresno County, California, in the sum of _____________________________________ Dollars

($_______________________________) to be paid to the said City, its successors, and assigns, for

which payment, well and truly be made, we bind ourselves, our heirs, executors and administrators,

successors or assigns, jointly and severally, firmly by the presents.

THE CONDITION OF THIS OBLIGATION IS SUCH, That if the certain Bid and Bid Forms of the

above bounded is accepted by the said City

and if the above bound his heirs, executors,

administrators, successors, and assigns, shall duly enter into and execute agreement for construction of

the ROAD REPAIR AND ACCOUNTABILITY ACT OF 2017 FUND (SB 1), MANNING

AVENUE PHASE 2 FROM FRANKWOOD AVENUE TO COLUMBIA AVENUE, in the City of

Reedley; and shall execute and deliver to Performance Bond and Payment Bond; and shall deliver

evidence of insurance, all within ten (10) days from the date of the award and notice to the above bound

by and from the said City that said Agreement is ready for execution, then this obligation shall become

null and void; otherwise it shall be and remain in full force and virtue.

IN WITNESS WHEREOF, We hereunto set our hands and seals this day of , 2018.

Name of Surety

Surety Address

(NOTARY SEAL)

(Attach here Acknowledgment on Standard Form) Signature of Surety Representative

Surety Telephone Number

Signature of Bidder

Page 14: ROAD REPAIR AND ACCOUNTABILITY ACT OF 2017 FUND (SB 1), … · 2018-06-19 · Road Repair and Accountability Act of 2017 Fund (SB 1), 1 of 33 Manning Avenue Improvements Phase 2 from

Road Repair and Accountability Act of 2017 Fund (SB 1), 11 of 33 Manning Avenue Improvements Phase 2 from Frankwood Avenue to Columbia Avenue Bid & Contract Documents

BIDDER'S STATEMENT

WORKER'S COMPENSATION INSURANCE

A. In conformance with current requirements of Section 1861 of the Labor Code of the State of California, the undersigned Bidder confirms the following as its certification: 1. “I am aware of the provisions of Section 3700 of the Labor Code which require every employer to

be insured against liability for worker's 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."

2. “Contractor represents that he has secured the payment of Worker’s compensation in compliance with the provisions of the Labor Code of the State of California and during the performance of the work contemplated herein will continue so to comply with said provision of said Code. Contractor shall supply the Owner with certificates of insurance, evidencing that Worker’s Compensation Insurance is in effect and providing that the Owner will receive ten-day notice of cancellation. If Contractor self-insure should be provided the Owner.”

AUTHORITY TO SIGN

A. The undersigned has the legal authority to bind Bidder to a contract for the execution of the Work.

BIDDER IDENTIFICATION

Legal name of Bidder:___________________________________________________________________________

B. Type of firm: sole proprietor partnership corporation

Other: _______________________________________________________________________________________

If corporation, incorporated in the State of: __________________________________________________________

C. California Contractor's License:

1. Number 2. Classification 3. Expiration Date

D. Bidder's Business Address: ________________________________________________________________

E. Business Telephone:

Business Fax Number:

F. Email Address:

Page 15: ROAD REPAIR AND ACCOUNTABILITY ACT OF 2017 FUND (SB 1), … · 2018-06-19 · Road Repair and Accountability Act of 2017 Fund (SB 1), 1 of 33 Manning Avenue Improvements Phase 2 from

Road Repair and Accountability Act of 2017 Fund (SB 1), 12 of 33 Manning Avenue Improvements Phase 2 from Frankwood Avenue to Columbia Avenue Bid & Contract Documents

LIST OF SUBCONTRACTORS

A. The Bidder is to list below the name and location of place of business of each subcontractor who will perform work or labor or render service to Contractor in or about the construction of the Work in an amount in excess of 0.5 percent of Bidder's TOTAL BID, and the portion of the Work which will be done by each subcontractor.

B. The undersigned Bidder understands that circumvention by Bidder of the requirement to list subcontractors by the device of listing one subcontractor who will in turn sublet portions constituting the majority of the Work is a violation of the Subletting and Subcontracting Fair Practices Act (Division 2, Part 1, Chapter 4, of the California Public Contract Code) and shall subject Bidder to the penalties set forth in said Act (Section 4110 and 4111 of said Code).

1. Subcontractor: ________________________________________________________ Business Address: _______________________________________________________ Telephone No.: _______________________ Fax No.: _______________________ Email Address: _______________________ Contractor’s License No.: __________________ California Department of Industrial Relations (DIR) registration number: _________________ Trade / Item of work: _____________________________________________________

2. Subcontractor: ________________________________________________________ Business Address: _______________________________________________________ Telephone No.: _______________________ Fax No.: _______________________ Email Address: _______________________ Contractor’s License No.: __________________ California Department of Industrial Relations (DIR) registration number: _________________ Trade / Item of work: _____________________________________________________

3. Subcontractor: ________________________________________________________ Business Address: _______________________________________________________ Telephone No.: _______________________ Fax No.: _______________________ Email Address: _______________________ Contractor’s License No.: __________________ California Department of Industrial Relations (DIR) registration number: _________________ Trade / Item of work: _____________________________________________________

Page 16: ROAD REPAIR AND ACCOUNTABILITY ACT OF 2017 FUND (SB 1), … · 2018-06-19 · Road Repair and Accountability Act of 2017 Fund (SB 1), 1 of 33 Manning Avenue Improvements Phase 2 from

Road Repair and Accountability Act of 2017 Fund (SB 1), 13 of 33 Manning Avenue Improvements Phase 2 from Frankwood Avenue to Columbia Avenue Bid & Contract Documents

LIST OF SUBCONTRACTORS Continued

4. Subcontractor: ________________________________________________________ Business Address: _______________________________________________________ Telephone No.: _______________________ Fax No.: _______________________ Email Address: _______________________ Contractor’s License No.: __________________ California Department of Industrial Relations (DIR) registration number: _________________ Trade / Item of work: _____________________________________________________ 5. Subcontractor: ________________________________________________________ Business Address: _______________________________________________________ Telephone No.: _______________________ Fax No.: _______________________ Email Address: _______________________ Contractor’s License No.: __________________ California Department of Industrial Relations (DIR) registration number: _________________ Trade / Item of work: _____________________________________________________ 6. Subcontractor: ________________________________________________________ Business Address: _______________________________________________________ Telephone No.: _______________________ Fax No.: _______________________ Email Address: _______________________ Contractor’s License No.: __________________ California Department of Industrial Relations (DIR) registration number: _________________ Trade / Item of work: _____________________________________________________ Use additional sheets if needed

Page 17: ROAD REPAIR AND ACCOUNTABILITY ACT OF 2017 FUND (SB 1), … · 2018-06-19 · Road Repair and Accountability Act of 2017 Fund (SB 1), 1 of 33 Manning Avenue Improvements Phase 2 from

Road Repair and Accountability Act of 2017 Fund (SB 1), 14 of 33 Manning Avenue Improvements Phase 2 from Frankwood Avenue to Columbia Avenue Bid & Contract Documents

INFORMATION REQUIRED OF BIDDER

GENERAL INFORMATION Bidder shall furnish the following information. Additional sheets may be attached if necessary. Address: ___________________________________________________________________________ Type of Firm: Individual ___ Partnership ___ Corporation ___ Telephone ____________________ Fax ___________________ email: ________________ Contractor’s License: State _______ License No. __________ Exp. Date _________ Names and titles of all members of the firm: _______________________________ _________________________________ _______________________________ _________________________________ _______________________________ _________________________________ _______________________________ _________________________________ Number of years as a contractor in construction work of this type: ___________________

“All bidders shall list four similar projects along with the contact information for each that the bidder has satisfactorily completed or participated in work or projects similar to that required by these specifications, to the satisfaction of the entity for which the work was done. In the event the bidder has not participated in work or projects of a similar nature to that called for by these specifications, the bidder shall submit two letters of recommendation or other similar evidence of satisfactory performance of projects of any nature for other entities.”

Contract Project Date Owners Name/ Project Amount Type Completed Address/Phone Manager _____________________________________________________________________ _____________________________________________________________________ _____________________________________________________________________ _____________________________________________________________________ It is strongly recommended that each bidder make a site visit and inspect. Person who inspected site of the proposed work for your firm: Name: ____________________________ Date of Inspection: ____________________

NOTE: If requested by the City, the bidder shall furnish an audited financial statement, references, and other information, sufficiently comprehensive to permit an appraisal of his current financial condition.

All representations are made under penalty of perjury.

Signed: __________________________ Title/Date: _______________________ Signed: __________________________ Title/Date: _______________________

Page 18: ROAD REPAIR AND ACCOUNTABILITY ACT OF 2017 FUND (SB 1), … · 2018-06-19 · Road Repair and Accountability Act of 2017 Fund (SB 1), 1 of 33 Manning Avenue Improvements Phase 2 from

Road Repair and Accountability Act of 2017 Fund (SB 1), 15 of 33 Manning Avenue Improvements Phase 2 from Frankwood Avenue to Columbia Avenue Bid & Contract Documents

CITY OF REEDLEY Fax #: 559.637.2139

Email Address: [email protected]

Request for Interpretation of Contract Documents

Date: ____________________________ Time: _____________________ Company: __________________________________________________________________ Contact Person: _____________________________________________________________ Address: __________________________________________________________________ ___________________________________________________________________________ Telephone: ___________________________ Fax: _________________________________ Plan Sheet: _________________________________________________________________ Specification Section: ________________________________________________________ INTERPRETATION REQUESTED: ___________________________________________ ___________________________________________________________________________ ___________________________________________________________________________ ___________________________________________________________________________ ___________________________________________________________________________ ___________________________________________________________________________ ___________________________________________________________________________ ___________________________________________________________________________ ___________________________________________________________________________ REPLY: ____________________________________________________________________ ___________________________________________________________________________ ___________________________________________________________________________ ___________________________________________________________________________ ___________________________________________________________________________ ___________________________________________________________________________ ___________________________________________________________________________ ___________________________________________________________________________ All request’s and replies will be published on the City’s web site at: www.reedley.ca.gov in addition to being faxed and/or emailed to plan holders.

Page 19: ROAD REPAIR AND ACCOUNTABILITY ACT OF 2017 FUND (SB 1), … · 2018-06-19 · Road Repair and Accountability Act of 2017 Fund (SB 1), 1 of 33 Manning Avenue Improvements Phase 2 from

Road Repair and Accountability Act of 2017 Fund (SB 1), 16 of 33 Manning Avenue Improvements Phase 2 from Frankwood Avenue to Columbia Avenue Bid & Contract Documents

CITY OF REEDLEY BIDDERS LIST

All prospective bidders are required to provide the following information for all DBE and non-DBE subcontractors, who provided a proposal, bid, quote, or were contacted by the proposed prime. This information is also required from the proposed prime contractor, and must be submitted with their bid/proposal. The City of Reedley will use this information to maintain and update a “Bidders” List to assist in the overall annual goal DBE goal setting process. To the extent permitted by law, all information submitted will be held in strict confidence and will not be shared without your consent. Firm Name: ___________________________________________________________________ Phone: ___________________________ Fax: _____________________________ Address: _____________________________________________________________________ Contact Person: ________________________________________________________________ No. of years in business: ____________ Is the firm currently certified as a DBE under 49 CFR Part 26? ____ Yes ____ No Type of work/services/materials provided by firm: ____________________________________ _____________________________________________________________________________ ___________________________________________________________________________________________________________________________________________________________ What were the firm’s Gross Annual receipts for last year? (Check one) ____________ Less than $1 Million ____________ Less than $5 Million ____________ Less than $10 Million ____________ Less than $15 Million ____________ More than $15 Million Please copy as needed.

Page 20: ROAD REPAIR AND ACCOUNTABILITY ACT OF 2017 FUND (SB 1), … · 2018-06-19 · Road Repair and Accountability Act of 2017 Fund (SB 1), 1 of 33 Manning Avenue Improvements Phase 2 from

Road Repair and Accountability Act of 2017 Fund (SB 1), 17 of 33 Manning Avenue Improvements Phase 2 from Frankwood Avenue to Columbia Avenue Bid & Contract Documents

(THE BIDDER'S EXECUTION ON THE SIGNATURE PORTION OF THIS BID SHALL ALSO CONSTITUTE AN

ENDORSEMENT AND EXECUTION OF THOSE CERTIFICATIONS WHICH ARE A PART OF THIS BID)

EQUAL EMPLOYMENT OPPORTUNITY CERTIFICATION

The bidder_________________________________________________________________, proposed

subcontractor _______________________________________________, hereby certifies that he has

___ , has not , participated in a previous contract or subcontract subject to the equal opportunity

clauses, as required by Executive Orders 10925, 11114, or 11246, and that, where required, he has filed

with the Joint Reporting Committee, the Director of the Office of Federal Contract Compliance, a Federal

Government contracting or administering agency, or the former President's Committee on Equal

Employment Opportunity, all reports due under the applicable filling requirements. Note: The above certification is required by the Equal Employment Opportunity Regulations of the

Secretary of Labor (41 CFR 60-1.7(b) (1)), and must be submitted by bidders and proposed subcontractors only in connection with contracts and subcontracts which are subject to the equal opportunity clause. Contracts and subcontracts which are exempt from the equal opportunity clause are set forth in 41 CFR 60-1.5. (Generally only contracts or subcontracts of $10,000 or under are exempt.)

Currently, Standard Form 100 (EEO-1) is the only report required by the Executive Orders or their implementing regulations. Proposed prime contractors and subcontractors who have participated in a previous contract or subcontract subject to the Executive Orders and have not filed the required reports should note that 41 CFR 60-1.7(b) (1) prevents the award of contracts and subcontracts unless such contractor submits a report covering the delinquent period or such other period specified by the Federal Highway Administration or by the Director, Office of Federal Contract Compliance, U.S. Department of Labor.

Page 21: ROAD REPAIR AND ACCOUNTABILITY ACT OF 2017 FUND (SB 1), … · 2018-06-19 · Road Repair and Accountability Act of 2017 Fund (SB 1), 1 of 33 Manning Avenue Improvements Phase 2 from

Road Repair and Accountability Act of 2017 Fund (SB 1), 18 of 33 Manning Avenue Improvements Phase 2 from Frankwood Avenue to Columbia Avenue Bid & Contract Documents

PUBLIC CONTRACT CODE

***PRIME PROPOSER AND SUBCONSULTANTS MUST SUBMIT A SIGNED PUBLIC CONTRACT CODE STATEMENT***

Public Contract Code Section 10285.1 Statement

In conformance with Public Contract Code Section 10285.1 (Chapter 376, Stats. 1985), the bidder hereby declares

under penalty of perjury under the laws of the State of California that the bidder has ___ , has not ___ been

convicted within the preceding three years of any offenses referred to in that section, including any charge of fraud,

bribery, collusion, conspiracy, or any other act in violation of any state or Federal antitrust law in connection with

the bidding upon, award of, or performance of, any public works contract, as defined in Public Contract Code

Section 1101, with any public entity, as defined in Public Contract Code Section 1100, including the Regents of the

University of California or the Trustees of the California State University. The term "bidder" is understood to

include any partner, member, officer, director, responsible managing officer, or responsible managing employee

thereof, as referred to in Section 10285.1.

Note: The bidder must place a check mark after "has" or "has not" in one of the blank spaces provided. The above

Statement is part of the Bid. Signing this Bid on the signature portion thereof shall also constitute signature

of this Statement. Bidders are cautioned that making a false certification may subject the certifier to criminal

prosecution.

Public Contract Code Section 10162 Questionnaire In conformance with Public Contract Code Section 10162, the Bidder shall complete, under penalty of perjury, the

following questionnaire:

Has the bidder, any officer of the bidder, or any employee of the bidder who has a proprietary interest in the

bidder, ever been disqualified, removed, or otherwise prevented from bidding on, or completing a federal,

state, or local government project because of a violation of law or a safety regulation?

Yes _____ No _____ If the answer is yes, explain the circumstances in the following space.

Page 22: ROAD REPAIR AND ACCOUNTABILITY ACT OF 2017 FUND (SB 1), … · 2018-06-19 · Road Repair and Accountability Act of 2017 Fund (SB 1), 1 of 33 Manning Avenue Improvements Phase 2 from

Road Repair and Accountability Act of 2017 Fund (SB 1), 19 of 33 Manning Avenue Improvements Phase 2 from Frankwood Avenue to Columbia Avenue Bid & Contract Documents

Public Contract Code 10232 Statement In accordance with Public Contract Code Section 10232, the Proposer, hereby states under penalty of

perjury, that no more than one final unappealable finding of contempt of court by a federal court has been

issued against the Proposer within the immediately preceding two year period because of the Proposer 's

failure to comply with an order of a federal court which orders the Proposer to comply with an order of the

National Labor Relations Board.

Note: The above Statement and Questionnaire are part of the Proposal. Signing this Proposal on the signature

portion thereof shall also constitute signature of this Statement and Questionnaire. Proposers are cautioned

that making a false certification may subject the certifier to criminal prosecution.

By my signature on this proposal I certify, under penalty of perjury under the laws of the State of California, that the

foregoing questionnaire and statements of the Public Contract Code Sections 10162, 10232 and 10285.1 are true and

correct and that the proposer has complied with the requirements of Section 8103 of the Fair Employment and

Housing Commission Regulations (Chapter 5, Title 2 of the California Administrative Code.) By my signature on

this proposal I further certify, under penalty of perjury under the laws of the State of California and the United States

of America, that the Noncollusion Affidavit required under Title 23 United States Code, Section 112 and Public

Contract Code Section 7106; and the Title 49 Code of Federal Regulations, Part 29 Debarment and Suspension

Certification are true and correct.

_______________________________________ Authorized Signature Date

________________________________________ Name and Title (Print)

________________________________________ Company Name

________________________________________ Company Address

Page 23: ROAD REPAIR AND ACCOUNTABILITY ACT OF 2017 FUND (SB 1), … · 2018-06-19 · Road Repair and Accountability Act of 2017 Fund (SB 1), 1 of 33 Manning Avenue Improvements Phase 2 from

Road Repair and Accountability Act of 2017 Fund (SB 1), 20 of 33 Manning Avenue Improvements Phase 2 from Frankwood Avenue to Columbia Avenue Bid & Contract Documents

Noncollusion Affidavit (Title 23 United States Code Section 112 and

Public Contract Code Section 7106)

TO THE CITY OF REEDLEY ENGINEERING DEPARTMENT

In conformance with Title 23 United States Code Section 112 and Public Contract Code 7106 the Code 7106 bidder declares that the bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that the bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or that anyone shall refrain from bidding; that the bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price of the bidder or any other bidder, or to fix any overhead, profit, or cost element of the bid price, or of that of any other bidder, or to secure any advantage against the public body awarding the contract of anyone interested in the proposed contract; that all statements contained in the bid are true; and, further, that the bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay, any fee to any corporation, partnership, company association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid.

_________________________ Signature of Affiant

Subscribed and sworn to before me This _____ day of ___________ 20__ _____________________________ Signature of Notary Public in and for the County of _________, State of California Note: The above Noncollusion Affidavit is part of the Proposal. Signing this Proposal on the signature portion thereof shall also constitute signature of this Noncollusion Affidavit. Bidders are cautioned that making a false certification may subject the certifier to criminal prosecution.

Page 24: ROAD REPAIR AND ACCOUNTABILITY ACT OF 2017 FUND (SB 1), … · 2018-06-19 · Road Repair and Accountability Act of 2017 Fund (SB 1), 1 of 33 Manning Avenue Improvements Phase 2 from

Road Repair and Accountability Act of 2017 Fund (SB 1), 21 of 33 Manning Avenue Improvements Phase 2 from Frankwood Avenue to Columbia Avenue Bid & Contract Documents

DEBARMENT AND SUSPENSION CERTIFICATION

TITLE 49, CODE OF FEDERAL REGULATIONS, PART 29 The bidder, under penalty of perjury, certifies that, except as noted below, he/she or any other person

associated therewith in the capacity of owner, partner, director, officer, manager:

• is not currently under suspension, debarment, voluntary exclusion, or determination of

ineligibility by any Federal agency;

• has not been suspended, debarred, voluntarily excluded or determined ineligible by any Federal

agency within the past 3 years;

• does not have a proposed debarment pending; and

• has not been indicted, convicted, or had a civil judgment rendered against it by a court of

competent jurisdiction in any matter involving fraud or official misconduct within the past

3 years.

If there are any exceptions to this certification, insert the exceptions in the following space.

Exceptions will not necessarily result in denial of award, but will be considered in determining bidder responsibility. For any exception noted above, indicate below to whom it applies, initiating agency, and dates of action. Notes: Providing false information may result in criminal prosecution or administrative sanctions. The above certification is part of the Bid. Signing this Bid on the signature portion thereof shall

also constitute signature of this Certification.

Page 25: ROAD REPAIR AND ACCOUNTABILITY ACT OF 2017 FUND (SB 1), … · 2018-06-19 · Road Repair and Accountability Act of 2017 Fund (SB 1), 1 of 33 Manning Avenue Improvements Phase 2 from

Road Repair and Accountability Act of 2017 Fund (SB 1), 22 of 33 Manning Avenue Improvements Phase 2 from Frankwood Avenue to Columbia Avenue Bid & Contract Documents

NONLOBBYING CERTIFICATION FOR FEDERAL-AID CONTRACTS

The prospective participant certifies, by signing and submitting this bid or bid, to the best of his or her knowledge and belief, that:

(l) No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of any Federal agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement.

(2) If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any Federal agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form-LLL, "Disclosure of Lobbying Activities," in conformance with its instructions.

This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by Section 1352, Title 31, U.S. Code. Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure.

The prospective participant also agrees by submitting his or her bid or bid that he or she shall require that the language of this certification be included in all lower tier subcontracts, which exceed $100,000 and that all such subrecipients shall certify and disclose accordingly.

Page 26: ROAD REPAIR AND ACCOUNTABILITY ACT OF 2017 FUND (SB 1), … · 2018-06-19 · Road Repair and Accountability Act of 2017 Fund (SB 1), 1 of 33 Manning Avenue Improvements Phase 2 from

Road Repair and Accountability Act of 2017 Fund (SB 1), 23 of 33 Manning Avenue Improvements Phase 2 from Frankwood Avenue to Columbia Avenue Bid & Contract Documents

Approved by OMB 0348-0046

Disclosure of Lobbying Activities Complete this form to disclose lobbying activities pursuant to 31 U.S.C. 1352

(See reverse for public burden disclosure) 1. Type of Federal Action: a. contract ____ b. grant c. cooperative agreement d. loan e. loan guarantee f. loan insurance

2. Status of Federal Action: a. bid/offer/application _____ b. initial award c. post-award

3. Report Type: a. initial filing _____ b. material change For material change only: Year _______ quarter _______ Date of last report___________

4. Name and Address of Reporting Entity: ____ Prime _____ Subawardee

Tier______, if Known:

Congressional District, if known:

5. If Reporting Entity in No. 4 is Subawardee, Enter Name and Address of Prime: Congressional District, if known:

6. Federal Department/Agency:

7. Federal Program Name/Description: CFDA Number, if applicable: ____________

8. Federal Action Number, if known:

9. Award Amount, if known: $

10. a. Name and Address of Lobbying Registrant (if individual, last name, first name, MI):

b. Individuals Performing Services (including address if different from No. 10a) (last name, first name, MI):

11. Information requested through this form is authorized by title 31 U.S.C. section 1352. This disclosure of lobbying activities is a material representation of fact upon which reliance was placed by the tier above when this transaction was made or entered into. This disclosure is required pursuant to 31 U.S.C. 1352. This information will be reported to the Congress semi-annually and will be available for public inspection. Any person who fails to file the required disclosure shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure.

Signature: __________________________________ Print Name: _____ Title: _____ Telephone No.: ____________ Date: _______

Federal Use Only

Authorized for Local Reproduction Standard Form - LLL (Rev. 7-97)

Page 27: ROAD REPAIR AND ACCOUNTABILITY ACT OF 2017 FUND (SB 1), … · 2018-06-19 · Road Repair and Accountability Act of 2017 Fund (SB 1), 1 of 33 Manning Avenue Improvements Phase 2 from

Road Repair and Accountability Act of 2017 Fund (SB 1), 24 of 33 Manning Avenue Improvements Phase 2 from Frankwood Avenue to Columbia Avenue Bid & Contract Documents

INSTRUCTIONS FOR COMPLETION OF SF-LLL, DISCLOSURE OF LOBBYING ACTIVITIES

This disclosure form shall be completed by the reporting entity, whether subawardee or prime Federal recipient, at the initiation or receipt of a covered Federal action, or a material change to a previous filing, pursuant to title 31 U.S.C. section 1352. The filing of a form is required for each payment or agreement to make payment to any lobbying entity for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with a covered Federal action. Complete all items that apply for both the initial filing and material change report. Refer to the implementing guidance published by the Office of Management and Budget for additional information.

1. Identify the type of covered Federal action for which lobbying activity is and/or has been secured to influence the outcome of a covered Federal action.

2. Identify the status of the covered Federal action.

3. Identify the appropriate classification of this report. If this is a followup report caused by a material change to the information previously reported, enter the year and quarter in which the change occurred. Enter the date of the last previously submitted report by this reporting entity for this covered Federal action.

4. Enter the full name, address, city, State and zip code of the reporting entity. Include Congressional District, if known. Check the appropriate classification of the reporting entity that designates if it is, or expects to be, a prime or subaward recipient. Identify the tier of the subawardee, e.g., the first subawardee of the prime is the 1st tier. Subawards include but are not limited to subcontracts, subgrants and contract awards under grants.

5. If the organization filing the report in item 4 checks “Subawardee,” then enter the full name, address, city, State and zip code of the prime Federal recipient. Include Congressional District, if known.

6. Enter the name of the federal agency making the award or loan commitment. Include at least one organizational level below agency name, if known. For example, Department of Transportation, United States Coast Guard.

7. Enter the Federal program name or description for the covered Federal action (item 1). If known, enter the full Catalog of Federal Domestic Assistance (CFDA) number for grants, cooperative agreements, loans, and loan commitments.

8. Enter the most appropriate Federal identifying number available for the Federal action identified in item 1 (e.g., Request for Proposal (RFP) number; Invitations for Bid (IFB) number; grant announcement number; the contract, grant, or loan award number; the application/proposal control number assigned by the Federal agency). Included prefixes, e.g., “RFP-DE-90-001.”

9. For a covered Federal action where there has been an award or loan commitment by the Federal agency, enter the Federal amount of the award/loan commitment for the prime entity identified in item 4 or 5.

10. (a) Enter the full name, address, city, State and zip code of the lobbying registrant under the Lobbying Disclosure Act of 1995 engaged by the reporting entity identified in item 4 to influence the covered Federal action.

(b) Enter the full names of the individual(s) performing services, and include full address if different from 10(a). Enter Last Name, First Name, and Middle Initial (MI).

11. The certifying official shall sign and date the form, print his/her name, title, and telephone number.

According to the Paperwork Reduction Act, as amended, no persons are required to respond to a collection of information unless it displays a valid OMB control Number. The valid OMB control number for this information collection is OMB No. 0348-0046. Public reporting burden for this collection of information is estimated to average 10 minutes per response, including time for reviewing instructions, searching existing data sources, gathering and maintaining the data needed, and completing and reviewing the collection of information. Send comments regarding the burden estimate or any other aspect of this collection of information, including suggestions for reducing this burden, to the Office of Management and Budget, Paperwork Reduction Project (0348-0046), Washington, DC 20503

Page 28: ROAD REPAIR AND ACCOUNTABILITY ACT OF 2017 FUND (SB 1), … · 2018-06-19 · Road Repair and Accountability Act of 2017 Fund (SB 1), 1 of 33 Manning Avenue Improvements Phase 2 from

Road Repair and Accountability Act of 2017 Fund (SB 1), 25 of 33 Manning Avenue Improvements Phase 2 from Frankwood Avenue to Columbia Avenue Bid & Contract Documents

BIDDER’S BOND/CERTIFIED CHECK Accompanying this Bid is _________________________________________________________________

(NOTICE: INSERT THE WORDS "CASH ($ _________)," "CASHIER'S CHECK," "CERTIFIED CHECK," OR "BIDDER'S BOND," AS THE CASE MAY BE.)

in amount equal to at least ten percent of the total of the bid. The names of all persons interested in the foregoing bid as principals are as follows:

IMPORTANT NOTICE

If bidder or other interested person is a corporation, state legal name of corporation, also names of the president, secretary, treasurer, and manager thereof; if a co-partnership, state true name of firm, also names of all individual copartners composing firm; if bidder or other interested person is an individual, state first and last names in full.

Licensed in conformance with an act providing for the registration of Contractors, License No. _____________________________ Classification(s) _______________________________

ADDENDA - This Bid is submitted with respect to the changes to the contract included in addenda number/s _______________________________________________________________

(Fill in addenda numbers if addenda have been received and insert, in this Bid, any Engineer's Estimate sheets that were received as part of the addenda.)

By my signature on this bid I certify, under penalty of perjury under the laws of the State of California, that the foregoing questionnaire and statements of Public Contract Code Sections 10162, 10232 and 10285.1 are true and correct and that the bidder has complied with the requirements of Section 8103 of the Fair Employment and Housing Commission Regulations (Chapter 5, Title 2 of the California Administrative Code). By my signature on this Bid I further certify, under penalty of perjury under the laws of the State of California and the United States of America, that the Noncollusion Affidavit required by Title 23 United States Code, Section 112 and Public Contract Code Section 7106; and the Title 49 Code of Federal Regulations, Part 29 Debarment and Suspension Certification are true and correct.

Date: ___________________________________________________________

Signature and Title of Bidder

Business Address ______________________________________________________________________________

Place of Business ______________________________________________________________________________

Place of Residence _____________________________________________________________________________

Sign

Here

Page 29: ROAD REPAIR AND ACCOUNTABILITY ACT OF 2017 FUND (SB 1), … · 2018-06-19 · Road Repair and Accountability Act of 2017 Fund (SB 1), 1 of 33 Manning Avenue Improvements Phase 2 from

Road Repair and Accountability Act of 2017 Fund (SB 1), 26 of 33 Manning Avenue Improvements Phase 2 from Frankwood Avenue to Columbia Avenue Bid & Contract Documents

CITY OF REEDLEY ENGINEERING DEPARTMENT

BIDDER'S BOND We, ________________________________________________________________________________________

______________________________________________________________________________ as Principal, and

____________________________________________________________________________________________ as Surety are bound unto the City/County of _________, State of California, hereafter referred to as "Obligee", in the penal sum of ten percent (10%) of the total amount of the bid of the Principal submitted to the Obligee for the work described below, for the payment of which sum we bind ourselves, jointly and severally,

THE CONDITION OF THIS OBLIGATION IS SUCH, THAT:

WHEREAS, the Principal is submitted to the Obligee, for ______________________________________ ,

____________________________________________________________________________________________ (Copy here the exact description of work, including location as it appears on the bid)

____________________________________________________________________________________________

for which bids are to be opened at __________________________ on ___________________________________ (Insert place where bids will be opened) (Insert date of bid opening)

NOW, THEREFORE, if the Principal is awarded the contract and, within the time and manner required under the specifications, after the prescribed forms are presented to him for signature, enters into a written contract, in the prescribed form, in conformance with the bid, and files two bonds with the Obligee, one to guarantee faithful performance of the contract and the other to guarantee payment for labor and materials as provided by law, then this obligation shall be null and void; otherwise, it shall remain in full force. In the event suit is brought upon this bond by the Obligee and judgment is recovered, the Surety shall pay all costs incurred by the Obligee in such suit, including a reasonable attorney's fee to be fixed by the court. Dated: __________________________________ , 20 ____ .

_____________________________________________________

_____________________________________________________

_____________________________________________________ Principal

_____________________________________________________ Surety

By ___________________________________________________ Attorney-in-fact CALIFORNIA ALL –PURPOSE CERTIFICATE OF ACKNOWLEDGEMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of _______________________________________ SS On ______________________ before me, _____________________________________________________________________, (Date) (Name and Title of the Officer) Personally appeared ______________________________________________________________________________________, Name(s) of the Signer(s) who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledgement to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s) or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under Penalty of Perjury under the laws of the State of California

that the foregoing paragraph is true and correct. WITNESS my hand and official seal.

(SEAL) Signature _________________________________________________ Notary Public

Page 30: ROAD REPAIR AND ACCOUNTABILITY ACT OF 2017 FUND (SB 1), … · 2018-06-19 · Road Repair and Accountability Act of 2017 Fund (SB 1), 1 of 33 Manning Avenue Improvements Phase 2 from

Road Repair and Accountability Act of 2017 Fund (SB 1), 27 of 33 Manning Avenue Improvements Phase 2 from Frankwood Avenue to Columbia Avenue Bid & Contract Documents

PUBLIC IMPROVEMENT AGREEMENT THIS AGREEMENT made at the City of Reedley, by and between _______________________, HEREINAFTER CALLED the Contractor and the CITY OF REEDLEY, hereinafter called the OWNER. WITNESSETH: That the Contractor and the Owner, for the consideration hereinafter named, agree as follows: SECTION A The Contractor agrees to furnish all labor and materials, including tools, implements, and appurtenances required, and to perform all work in a good and workmanlike manner, free from any and all liens and claims of mechanics, materialmen, Subcontractors, artisans, machinists, teamsters, draymen, and laborers, required for: ROAD REPAIR AND ACCOUNTABILITY ACT OF 2017 FUND (SB 1), MANNING AVENUE IMPROVEMENTS PHASE 2 FROM FRANKWOOD AVENUE TO COLUMBIA AVENUE in the City of Reedley, including all appurtenances thereto, in strict compliance with the Bid ad Contract Documents and the Special Provisions dated June 2018. SECTION B The Contractor and the Owner agree that the Bid and Contract Documents, as completed by the Contractor, the Prevailing Wage Rate Determination as determined by the State Director of Industrial Relations, or Federal Wage Rate Determination as determined by the Secretary of Labor, whichever is higher, the Standard Specifications dated 2010, of the State of California, Department of Transportation, and any supplementary specifications referenced therein, the Standard Plans, the Special Provisions including the General Provisions, the Plans and Drawings, and the Standard Specifications, together with this Agreement, form the contract, and they are as fully a part of this contract as if herein repeated. No part of said Specifications which is in conflict with any portion of this agreement shall be considered as any part of this agreement, but shall be utterly null and void. SECTION C The Owner agrees to pay the Contractor in current funds for the Performance of the contract, ___________________________________________________ ($_______________________), it being understood that said price is based upon the estimated quantities of materials to be used as set forth in the Proposal, and upon completion of the project the final contract price shall be revised, if necessary, to reflect the true quantities used at the stated unit price thereof as contained in the Contractor's Proposal hereto attached. SECTION D If the Contractor shall be adjudged as bankrupt, or if he makes a general assignment for the benefit of his creditors, or if a receiver should be appointed on account of his insolvency, or if he or any of his Subcontractors should persistently or repeatedly refuse or should fail, except in cases of materials, or if he should fail to make prompt payment to Subcontractors or for material or labor, or persistently disregard laws, ordinances, or the instructions of the City Engineer of the City of Reedley, hereinafter referred to as Engineer, then the Owner may upon certificate of the

Page 31: ROAD REPAIR AND ACCOUNTABILITY ACT OF 2017 FUND (SB 1), … · 2018-06-19 · Road Repair and Accountability Act of 2017 Fund (SB 1), 1 of 33 Manning Avenue Improvements Phase 2 from

Road Repair and Accountability Act of 2017 Fund (SB 1), 28 of 33 Manning Avenue Improvements Phase 2 from Frankwood Avenue to Columbia Avenue Bid & Contract Documents

Engineer when sufficient cause exists to justify such action, serve written notice upon the Contractor and his surety of its intention to terminate the contract, and unless within five (5) days after service of such notice, such violations shall cease and satisfactory arrangement for correction thereof be made, the contract shall, upon the expiration of said five (5) days, cease and terminate. In the event of any such termination, the Owner shall immediately serve written notice thereof upon the surety and the Contractor, and the surety shall have the right to take over and perform the contract, provided, however, that if the surety within ten (10) days after the serving upon it of notice of termination does not give Owner written notice of its intention to take over and perform the contract or does not commence performance thereof within the ten (10) days stated above from the date of the serving of such notice, the Owner may take over the work and prosecute the same to completion by contract or by any other method it may deem advisable, for the account and at the expense of the Contractor, and the Contractor and his surety will be liable to the Owner for any excess cost occasioned the Owner thereby, and in such event the Owner, may without liability for so doing, take possession of and utilize in completing the work such materials, appliances, plant and other property belonging to the Contractor as may be on the site of the work and necessary therefore. In such case, the Contractor shall not be entitled to receive any further payment until the work is finished. If the unpaid balance of the contract price shall exceed the expenses of finishing the work, including compensation for additional managerial and administration services, such excess shall be paid to the Contractor. If such expense shall exceed such unpaid balance, the Contractor shall pay the difference to the Owner. The expense incurred by the Owner, as herein provided, and damage incurred through the Contractor's default, shall be certified by the Engineer. SECTION E With respect to any work required to be done under this contract, the Contractor shall indemnify and hold harmless the Owner (City of Reedley), the State of California, the United States of America, and all other participating public agencies whether or not said agencies are named herein who have jurisdiction within the areas under which the work is to be performed and all officers, officials, volunteers and employees of the Owner, the State of California, the United States of America and said other participating agencies against any and all claims, demands, causes of action, damages, (including damages to the Owner's property or property of any participating agencies) costs, or liabilities (including costs, or liabilities of the Owner, or the participating agencies with respect to its employees) in law or in equity of every kind and nature whatsoever, directly or proximately resulting from or caused by the performance of the contract whether such performance by the Contractor, his Subcontractor, or anyone directly or indirectly employed by him; and the Contractor shall, at his sole risk and expense, defend any and all suits, actions, or other legal proceedings, which may be brought or instituted by third persons against the Owner, their participating agencies, their officers and employees on any such claim, demand, or cause of action and the Contractor shall pay and satisfy any judgment or decree which may be rendered against the Owner, their participating agencies, their officers and employees and any such suit, action, or other legal proceedings. In no event shall the Contractor indemnity obligation extend to the active negligence, sole negligence, or willful misconduct of an indemnified party in compliance with CA Civil Code §2782. The Contractor shall furnish the Owner with a Certificate of Insurance, indicating insurance coverage with respect to the liability assumed by the Contractor under the provisions of this

Page 32: ROAD REPAIR AND ACCOUNTABILITY ACT OF 2017 FUND (SB 1), … · 2018-06-19 · Road Repair and Accountability Act of 2017 Fund (SB 1), 1 of 33 Manning Avenue Improvements Phase 2 from

Road Repair and Accountability Act of 2017 Fund (SB 1), 29 of 33 Manning Avenue Improvements Phase 2 from Frankwood Avenue to Columbia Avenue Bid & Contract Documents

article, and shall further indicate insurance coverage with minimum limits as shown in the project specifications. The Certificate of Insurance shall further provide that a minimum thirty (30) days notice of cancellation or reduction in coverage shall be given the Owner. An Additional Insured Endorsement to the Contractor's Liability Insurance policy naming the City of Reedley, its officers, officials, employees and volunteers, and other participating public agencies (if applicable) and all officers and employees of the above shall also be furnished. SECTION F Contractor represents that he has secured the payment of Worker's Compensation in compliance with the provisions of the Labor Code of the State of California and during performance of the work contemplated herein will continue so to comply with said provisions of said Code. Contractor shall supply the Owner with the insurance data and certificates as set forth in the specifications. The Certificates of Insurance evidence that Worker's Compensation Insurance is in effect as well as employer's liability insurance with limits of $2,000,000 per accident and providing that the Owner will receive thirty (30) days notice of cancellation. If the Contractor self-insures Worker's Compensation, Certificate of Consent to Self-insure shall be provided the Owner. SECTION G Contractor shall forthwith furnish in triplicate a faithful performance bond in an amount equal to One-Hundred (100%) percent of the contract price and a payment (labor and materials) bond in an amount equal to One-Hundred (100%) percent of the contract price, both bonds to be written by a surety company acceptable to the Owner and in the form prescribed by law. The payment bond shall include a provision that if the Contract or his Subcontractors shall fail to pay (a) amounts due under the Unemployment Insurance Code with respect to work performed under the contract or (b) any amounts required to be deducted, withheld, and paid over to the Employment Development Department from the wages of the employees of the Contractor and Subcontractors pursuant to Section 13020 of the Unemployment Insurance Code with respect to such work and labor, then the surety will pay these amounts. In case suit is brought upon the payment bond, the surety will pay a reasonable attorney's fee to be fixed by the court. SECTION H This work for this project shall be diligently prosecuted to completion before the expiration of Thirty (30) consecutive WORKING DAYS beginning on the tenth calendar day after approval of the contract. Contractor shall pay to the City of Reedley in the sum of $1,900 per day, for each and every calendar day(s) delay in finishing the work in excess of the number of consecutive calendar days prescribed above. Liquidated damage provisions shall be in accordance with Public Contract Code Section 7203 as amended by Assembly Bill 552. SECTION I

Page 33: ROAD REPAIR AND ACCOUNTABILITY ACT OF 2017 FUND (SB 1), … · 2018-06-19 · Road Repair and Accountability Act of 2017 Fund (SB 1), 1 of 33 Manning Avenue Improvements Phase 2 from

Road Repair and Accountability Act of 2017 Fund (SB 1), 30 of 33 Manning Avenue Improvements Phase 2 from Frankwood Avenue to Columbia Avenue Bid & Contract Documents

Should either party to the contract bring an arbitration or mediation proceeding or other action to enforce any provisions of the contract, including an action pursuant to Public Contract Code Section 20104.4, the prevailing party shall be entitled to recover reasonable attorney's fees and all costs in connection therewith. The term "prevail" as used in this section shall include any action at law, in equity, or pursuant to arbitration in which either party has been successful. SECTION J Time is of the essence. The improvement and work contemplated in the performance of this contract is predicated on suitable weather conditions as determined by the City Engineer. In the event the City Engineer determines that suitable conditions are not experienced during the contract period (after the notice to proceed) it is agreed that the contract may be delayed by weather and will be credited additional days as provided in the specifications, but no additional monetary compensation. Any such delay shall be documented and processed on the standard change order form. IN WITNESS WHERE OF, they have executed this agreement the day of , 2018.

CONTRACTOR, OWNER, CITY OF REEDLEY

BY: ______________________________ BY: ______________________________ NICOLE R. ZIEBA

CITY MANAGER (Print Name Below Signature Line)

RECOMMEND FOR APPROVAL

BY: ______________________________ JOHN S. ROBERTSON, P.E. CITY ENGINEER

Page 34: ROAD REPAIR AND ACCOUNTABILITY ACT OF 2017 FUND (SB 1), … · 2018-06-19 · Road Repair and Accountability Act of 2017 Fund (SB 1), 1 of 33 Manning Avenue Improvements Phase 2 from

Road Repair and Accountability Act of 2017 Fund (SB 1), 31 of 33 Manning Avenue Improvements Phase 2 from Frankwood Avenue to Columbia Avenue Bid & Contract Documents

CITY OF REEDLEY ENGINEERING DEPARTMENT (SAMPLE) PAYMENT BOND

(Section 3247, Civil Code)

WHEREAS, The City of Reedley, acting by and through the Department of Public Works, hereafter referred to as “Obligee”, has awarded to Contractor _______________________________________, hereafter designated as the “Principal”, a contract for the work described as follows: The work includes, in general, remove existing facilities, 6” HMA dig out, installation of hot mix asphalt concrete, type A, skin patch, edge mill, cape seal, loop detector replacement, adjusting manhole and water valve frame and cover to grade, signage and striping. AND WHEREAS, said Principal is required to furnish a bond in connection with said contract, to secure the payment of claims of laborers, mechanics, materialmen and other persons as provided by law. NOW, THEREFORE, we the undersigned Principal and Surety are bound unto the Obligee in the sum of ______________________________________________________________________ dollars ($ ___________________), for which payment, we bind ourselves, jointly and severally. THE CONDITION OF THIS OBLIGATION IS SUCH, That if said Principal or its subcontractors shall fail to pay any of the persons named in Civil Code Section 3181, or amounts due under the Unemployment Insurance Code with respect to work or labor performed by such claimant, or any amounts required to be deducted, withheld, and paid over to the Franchise Tax Board for the wages of employees of the Principal and his subcontractors pursuant to Section 18806 of the Revenue and Taxation Code, with respect to such work and labor, that the surety herein will pay for the same in an amount not exceeding the sum specified in this bond, otherwise the above obligation shall be void. In case suit is brought upon this bond, the surety will pay a reasonable attorney’s fee to fixed by the court. This bond shall inure to the benefit of any of the persons named in Civil Code Section 3181 as to give a right of action to such persons or their assigns in any suit brought upon this bond. Dated: ______________________________________, 20 ____ Correspondence or claims relating to this bond should be sent to the surety at the following address: Principal Surety (SEAL) By: Attorney-in-Fact NOTE: Signatures of those executing for the surety must be properly acknowledged. CALIFORNIA ALL –PURPOSE CERTIFICATE OF ACKNOWLEDGEMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of _______________________________________ SS On ______________________ before me, _____________________________________________________________________, (Date) (Name and Title of the Officer) Personally appeared ______________________________________________________________________________________, Name(s) of the Signer(s) who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledgement to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s) or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under Penalty of Perjury under the laws of the State of California

that the foregoing paragraph is true and correct.

WITNESS my hand and official seal. (SEAL) Signature _________________________________________________

Notary Public

Page 35: ROAD REPAIR AND ACCOUNTABILITY ACT OF 2017 FUND (SB 1), … · 2018-06-19 · Road Repair and Accountability Act of 2017 Fund (SB 1), 1 of 33 Manning Avenue Improvements Phase 2 from

Road Repair and Accountability Act of 2017 Fund (SB 1), 32 of 33 Manning Avenue Improvements Phase 2 from Frankwood Avenue to Columbia Avenue Bid & Contract Documents

CITY OF REEDLEY ENGINEERING DEPARTMENT

(SAMPLE) PERFORMANCE BOND (To Accompany Contract)

Bond No. ____________________ WHEREAS, the City of Reedley, acting by and through the Department of Public Works, has awarded to Contractor _____________________________________________________________, hereafter designated as the “Contractor”, a contract for the work described as follows: The work includes, in general, remove existing facilities, 6” HMA dig out, installation of hot mix asphalt concrete, type A, skin patch, edge mill, cape seal, loop detector replacement, adjusting manhole and water valve frame and cover to grade, signage and striping. AND WHEREAS, the Contractor is required to furnish a bond in connection with said contract, guaranteeing the faithful performance thereof: NOW, THEREFORE, we the undersigned Contractor and Surety are held firmly bound to the City of Reedley in the sum of ______________________________________________________ dollars ($ ___________________), to be paid to said City its certain attorney, its successors and assigns: for which payment, well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors or assigns, jointly and severally, firmly by these presents.

THE CONDITION OF THIS OBLIGATION IS SUCH, That if the above bound Contractor, its heirs, executors, administrators, successors or assigns, shall in all things stand to and abide by, and well and truly keep and perform the covenants, conditions and agreements in the foregoing contract and any alteration thereof made as therein provided, on his or their part to be kept and performed at the time and in the manner therein specified, and in all respects according to their intent and meaning, and shall indemnify and save harmless the City of Reedley, its officers and agents, as therein stipulated, then this obligation shall become and be null and void; otherwise it shall be and remain in full force and virtue. IN WITNESS WHEREOF, We have hereunto set our hands and seals on this ___________ day of ________________, 20___. Correspondence or claims relating to this bond should be sent to the surety at the following address: Contractor Name of Surety (SEAL) By: Attorney-in-Fact NOTE: Signatures of those executing for the surety must be properly acknowledged. CALIFORNIA ALL –PURPOSE CERTIFICATE OF ACKNOWLEDGEMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of _______________________________________ SS On ______________________ before me, _____________________________________________________________________, (Date) (Name and Title of the Officer) Personally appeared ______________________________________________________________________________________, Name(s) of the Signer(s) who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledgement to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s) or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under Penalty of Perjury under the laws of the State of California

that the foregoing paragraph is true and correct.

WITNESS my hand and official seal. (SEAL) Signature _________________________________________________

Notary Public

Page 36: ROAD REPAIR AND ACCOUNTABILITY ACT OF 2017 FUND (SB 1), … · 2018-06-19 · Road Repair and Accountability Act of 2017 Fund (SB 1), 1 of 33 Manning Avenue Improvements Phase 2 from

Road Repair and Accountability Act of 2017 Fund (SB 1), 33 of 33 Manning Avenue Improvements Phase 2 from Frankwood Avenue to Columbia Avenue Bid & Contract Documents

BID PROTEST PROCEDURE The lack of prompt procedure to resolve disputes regarding the bidding process would impair the Owner’s ability to carry out its purpose of contracting this project in a timely manner. Therefore, to the maximum extent authorized by law and notwithstanding any other procedures specified in these Contract Documents, all disputes and/or protests regarding the bidding process shall be subject to the following procedure. In submitting a Bid to the Owner for this project, the Bidder agrees to comply with and to be bound by this procedure. 1. Any Bid protest must be submitted in writing to the City before 5:00 p.m. on the fifth (5th)

working day following Bid opening. 2. The Bid protest must contain a complete statement of the basis for the protest, and all supporting

documentation. A non-refundable fee of One Thousand Dollars ($1,000) made payable to the “City of Reedley” shall accompany the protest documents and will be used by the Owner to recover costs in evaluating the bid protest. A bid protest submitted without the requisite fee will be considered incomplete and will not be considered by the Owner.

3. The party filing the protest must have actually submitted a Bid for the work. A subcontractor of a

party submitting a Bid for the work may not submit a Bid protest. 4. A party may not rely on the Bid protest submitted by another Bidder, but must timely pursue its

own protest. 5. The protest must refer to the specific portion of the Contract Documents which forms the basis

for the protest. 6. The protest must include the name, address and telephone number of the person representing the

protesting party. 7. The party filing the protest must concurrently transmit a copy of the initial protest document and

any attached documentation to all other Bidders, and the Bid protest must contain proof of service of the Bid protest on the other Bidders.

8. The protested Bidder shall have up to five (5) working days after the filing of a Bid protest to

submit a written response. The responding Bidder shall transmit the response to the protesting Bidder concurrent with the deliver to the Owner.

9. 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. The Bidder’s failure to comply with these procedures shall constitute a waiver of any right to further pursue the Bid protest, including filing a Government Code Claim or legal proceedings.

10. The Owner will evaluate all proper Bid protests before the award of the contract to the lowest

responsive and responsible Bidder.

Page 37: ROAD REPAIR AND ACCOUNTABILITY ACT OF 2017 FUND (SB 1), … · 2018-06-19 · Road Repair and Accountability Act of 2017 Fund (SB 1), 1 of 33 Manning Avenue Improvements Phase 2 from
Page 38: ROAD REPAIR AND ACCOUNTABILITY ACT OF 2017 FUND (SB 1), … · 2018-06-19 · Road Repair and Accountability Act of 2017 Fund (SB 1), 1 of 33 Manning Avenue Improvements Phase 2 from

Road Repair and Accountability Act of 2017 Fund (SB 1), TOC-1 Manning Avenue Improvements Phase 2 from Frankwood Avenue to Columbia Avenue Special & Technical Provisions

ROAD REPAIR AND ACCOUNTABILITY ACT OF 2017 FUND (SB 1), MANNING AVENUE IMPROVEMETNS PHASE 2

FROM FRANKWOOD AVENUE TO COLUMBIA AVENUE

City of Reedley Engineering Department

Special Provisions

TABLE OF CONTENTS

TITLE PAGE Section 1 - Specifications and Plans ..................................................................................................... 1 Section 2 - Bidding ............................................................................................................................... 1

2-1.00 - General ....................................................................................................................... 1 2-1.015 - Federal Lobbying Restrictions ................................................................................. 2 2-1.02 - Public Works Contract Registration Program ............................................................ 2

Section 3 - Contract Award and Execution ........................................................................................... 3

3-1.00 - General ....................................................................................................................... 3 Section 4 - Start of Job Site Activities, Time and Liquidated Damages ............................................... 3

4-1.00 - General ....................................................................................................................... 3 Section 5 - General ............................................................................................................................... 4

5-1.0 - Miscellaneous ............................................................................................................... 4 5-1.1 - Labor Nondiscrimination ............................................................................................. 4 5-1.2 - Prevailing Wage ........................................................................................................... 4 5-1.3 - Bid Rigging .................................................................................................................. 5 5-1.4 - Changed Conditions ..................................................................................................... 5 5-1.5 - Quality Assurance ........................................................................................................ 7 5-1.6 - Public Safety ................................................................................................................ 7 5-1.7 - Buy America Requirements ......................................................................................... 8 5-1.8 - Not Used ...................................................................................................................... 9 5-1.9 - Not Used ...................................................................................................................... 9 5-1.10 - Not Used .................................................................................................................... 9 5-1.11 - Performance of Subcontractors .................................................................................. 9 5-1.12 - Subcontracting ............................................................................................................ 9 5-1.13 - Prompt Progress Payment to Subcontractors ........................................................... 10 5-1.14 - Prompt Payment of Funds Withheld to Subcontractors .......................................... 10 5-1.15 - Not Used .................................................................................................................. 10 5-1.16 - Not Used .................................................................................................................. 10 5-1.17 - Payments .................................................................................................................. 10 5-1.18 - Encroachment Permit ............................................................................................... 11

Page 39: ROAD REPAIR AND ACCOUNTABILITY ACT OF 2017 FUND (SB 1), … · 2018-06-19 · Road Repair and Accountability Act of 2017 Fund (SB 1), 1 of 33 Manning Avenue Improvements Phase 2 from

Road Repair and Accountability Act of 2017 Fund (SB 1), TOC-2 Manning Avenue Improvements Phase 2 from Frankwood Avenue to Columbia Avenue Special & Technical Provisions

TABLE OF CONTENTS (Continued)

TITLE PAGE

Section 6 - City Special Provisions ..................................................................................................... 12 6.1 - Delay Claim ................................................................................................................... 12

6.2 - Notice to Residents and Agencies ............................................................................... 12 6.3 - Regional Notification Center Contact ........................................................................... 12 6.4 - Contractor’s Liability Insurance .................................................................................... 13 6.5 - Contract Administration ................................................................................................ 15 6.6 - Dispute Resolution ........................................................................................................ 15 6.7 - Preconstruction Conference ........................................................................................... 15 6.8 - One Year Guarantee ...................................................................................................... 16 6.9 - Working Days and Working Hours ............................................................................... 17 6.10 - Not Used...................................................................................................................... 17 6.11 - Relations with Other Utilities ...................................................................................... 17 6.12 - Site Maintenance (House Keeping) ............................................................................. 17 6.13 - Air Pollution Control ................................................................................................... 18 6.14 - Source of Construction Water and Usage .................................................................... 18 6.15 - Not Used...................................................................................................................... 18 6.16 - Not Used...................................................................................................................... 18 6.17 - Not Used...................................................................................................................... 18 6.18 - Daily Personnel and Equipment Reports ..................................................................... 18 6.19 - Work Zone Safety and Mobility .................................................................................. 19

Section 7 - Force Account Payment .................................................................................................... 20 7-1.01 - Labor Surcharge ....................................................................................................... 20 7-1.02 - Records ..................................................................................................................... 20 7-1.03 - Equipment Rental Rates ........................................................................................... 20 7-1.04 - Supplemental (Extra) Work ..................................................................................... 20

Section 8 - Materials ........................................................................................................................... 21

8-1.01 - General ..................................................................................................................... 21 8-1.02 - Not Used .................................................................................................................. 21 8-1.03 - Measurement of Materials ........................................................................................ 21 8-1.04 - Trade Names and Alternatives ................................................................................. 21 8-1.05 - Prequalified and Tested Signing and Delineation Materials .................................... 21

Section 9 - Description of Work and Work Included ......................................................................... 27

9-1.01 - Description of Work ................................................................................................. 27 9-1.02 - Work Included .......................................................................................................... 27 9-1.03 - Site Investigation ...................................................................................................... 27 9-1.04 - Unauthorized Work .................................................................................................. 28

Section 10 - Construction Details ....................................................................................................... 29 10-1.00 - General ................................................................................................................... 29

10-1.01 - Order of Work ........................................................................................................ 29 10-1.02 - Mobilization ........................................................................................................... 29

Page 40: ROAD REPAIR AND ACCOUNTABILITY ACT OF 2017 FUND (SB 1), … · 2018-06-19 · Road Repair and Accountability Act of 2017 Fund (SB 1), 1 of 33 Manning Avenue Improvements Phase 2 from

Road Repair and Accountability Act of 2017 Fund (SB 1), TOC-3 Manning Avenue Improvements Phase 2 from Frankwood Avenue to Columbia Avenue Special & Technical Provisions

TABLE OF CONTENTS (Continued)

TITLE PAGE

10-1.03 - Insurance and Bonds .............................................................................................. 29 10-1.04 - Dust Control and BMP’s ........................................................................................ 29 10-1.05 - Construction Area Signs ......................................................................................... 30 10-1.06 - Maintaining Traffic ................................................................................................ 30 10-1.07 - Lane Closure Requirements and Conditions .......................................................... 30 10-1.08 - Traffic Control........................................................................................................ 31 10-1.09 - Barricades, Temporary Construction Fencing ........................................................ 32 10-1.10 - Portable Changeable Message Sign ....................................................................... 32 10-1.11 - SB 1 Signage .......................................................................................................... 33 10-1.12 - Storage of Materials and Equipment ...................................................................... 33 10-1.13 - Remove Existing Facilities ..................................................................................... 33 10-1.14 - 6” HMA Dig Out .................................................................................................... 35 10-1.15 - Skin Patch ............................................................................................................... 35 10-1.16 - Cape Seal ................................................................................................................ 35 10-1.17 - Edge Mill ................................................................................................................ 36 10-1.18 - Loop Detector Replacement ................................................................................... 36 10-1.19 - Adjust Manhole Frame and Cover to Grade .......................................................... 36 10-1.20 - Adjust Water Valve Frame and Cover to Grade .................................................... 36 10-1.21 - Thermoplastic Traffic Striping, Pavement Markings and Markers ........................ 37

Section 11 - Not Used .......................................................................................................................... 38 Section 12 - Not Used .......................................................................................................................... 38 Section 13 - Not Used .......................................................................................................................... 38 Section 14 - Not Used .......................................................................................................................... 38 Section 15 - Applicable Standard Plans and Details ............................................................................ 39 Technical Provisions ............................................................................................................................ 40

TS-1 Skin Patch .................................................................................................................... 41 TS-2 Hot Mix Asphalt (HMA) ............................................................................................. 42 TS-3 Cold Planing ................................................................................................................ 46 TS-4 Digout or Remove & Replace, and Cold Plane & Replace ......................................... 49 TS-5 Aram Cape Seal ........................................................................................................... 51 TS-6 Type II Slurry Seal ...................................................................................................... 53

Appendix .............................................................................................................................................. 61 Delay Claim ......................................................................................................................................... 62 Contractor’s Daily Personnel and Equipment Report .......................................................................... 63 Federal Wage Determination ............................................................................................................... 64 FHWA-1273 Form ............................................................................................................................... 65

Page 41: ROAD REPAIR AND ACCOUNTABILITY ACT OF 2017 FUND (SB 1), … · 2018-06-19 · Road Repair and Accountability Act of 2017 Fund (SB 1), 1 of 33 Manning Avenue Improvements Phase 2 from

CITY OF REEDLEY Engineering Department

ROAD REPAIR AND ACCOUNTABILITY ACT OF 2017 FUND (SB 1),

MANNING AVENUE IMPROVEMENTS PHASE 2 FROM FRANKWOOD AVENUE TO COLUMBIA AVENUE

SPECIAL PROVISIONS

SECTION 1. SPECIFICATIONS AND PLANS

The work embraced herein shall be done in accordance with the Standard Specifications dated 2010 and the Standard Plans dated 2010, of the Department of Transportation insofar as the same may apply and these special provisions.

In case of conflict between the Standard Specifications and these special provisions, the special provisions shall take precedence over and be used in lieu of the conflicting portions.

Amendments to the Standard Specifications set forth in these special provisions shall be considered as part of the Standard Specifications for the purposes set forth in Section 5-1.02, "Contract Components," of the Standard Specifications. Whenever either the term "Standard Specifications is amended" or the term "Standard Specifications are amended" is used in the special provisions, the indented text or table following the term shall be considered an amendment to the Standard Specifications. In case of conflict between such amendments and the Standard Specifications, the amendments shall take precedence over and be used in lieu of the conflicting portions.

SECTION 2. BIDDING

2-1.00 GENERAL

The bidder's attention is directed to the provisions in Section 2, "Bidding," of the Standard Specifications and these special provisions for the requirements and conditions which the bidder must observe in the preparation of and the submission of the bid.

The bidder's bond shall conform to the requirements specified in the bond form included in the Bid and Contract Documents for the project and shall be properly filled out and executed. The bidder’s bond form included in the Bid and Contract Documents may be used. The bid shall be accompanied by a certified check or bid bond, in the amount of ten percent (10%) of the total maximum bid price (combination of base bid plus add alternate bids). Such certified check or bid bond shall be made payable to the City of Reedley.

In conformance with Public Contract Code Section 7106, a Noncollusion Affidavit form is included in the Bid and Contract Documents. Bidder must submit a signed Noncollusion Affidavit with their bid.

The contractor, sub recipient 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

Road Repair and Accountability Act of 2017 Fund (SB 1), Manning Avenue Improvements Phase 2 from Frankwood Avenue to Columbia Avenue Special & Technical Provisions

Page 1 of 80

Page 42: ROAD REPAIR AND ACCOUNTABILITY ACT OF 2017 FUND (SB 1), … · 2018-06-19 · Road Repair and Accountability Act of 2017 Fund (SB 1), 1 of 33 Manning Avenue Improvements Phase 2 from

applicable requirements of Title 49 CFR (Code of Federal Regulations) part 26 in the award and administration of HUD 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 the recipient deems appropriate. Each subcontract signed by the bidder must include this assurance.

Failure of the bidder to fulfill the requirements of the Special Provisions for submittals required to be furnished after bid opening, including but not limited to escrowed bid documents, where applicable, may subject the bidder to a determination of the bidder's responsibility in the event it is the apparent low bidder on a future public works contracts.

2-1.015 FEDERAL LOBBYING RESTRICTIONS

Section 1352, Title 31, United States Code prohibits Federal funds from being expended by the recipient or any lower tier sub recipient of a Federal-aid contract to pay for any person for influencing or attempting to influence a Federal agency or Congress in connection with the awarding of any Federal-aid contract, the making of any Federal grant or loan, or the entering into of any cooperative agreement.

If any funds other than Federal funds have been paid for the same purposes in connection with this Federal-aid contract, the recipient shall submit an executed certification and, if required, submit a completed disclosure form as part of the bid documents.

Standard Form - LLL, “Disclosure of Lobbying Activities,” with instructions for completion of the Standard Form is included in the Bid and Contract Documents. Bidder must submit a signed standard form with their bid.

The above referenced disclosure of lobbying activities shall be included in each subcontract and any lower-tier contracts exceeding $100,000. All disclosure forms shall be forwarded from tier to tier until received by the Engineer.

The Contractor, subcontractors and any lower-tier contractors shall file a disclosure form at the end of each calendar quarter in which there occurs any event that requires disclosure or that materially affects the accuracy of the information contained in any disclosure form previously filed by the Contractor, subcontractors and any lower-tier contractors. An event that materially affects the accuracy of the information reported includes:

(1) A cumulative increase if $25,000 or more in the amount paid or expected to be paid for influencing or attempting to influence a covered Federal action; or

(2) A change in the person(s) or individual(s) influencing or attempting to influence a covered Federal action; or

(3) A change in the officer(s), employees(s), or Member(s) contacted to influence or attempt to influence a covered Federal Action.

2-1.02 PUBLIC WORKS CONTRACT REGISTRATION PROGRAM

No contract will be awarded to a Contractor who has not been licensed in accordance with the provisions of Chapter 791, Statutes of 1929, as amended, or whose bid is not on the proposal

Road Repair and Accountability Act of 2017 Fund (SB 1), Manning Avenue Improvements Phase 2 from Frankwood Avenue to Columbia Avenue Special & Technical Provisions

Page 2 of 80

Page 43: ROAD REPAIR AND ACCOUNTABILITY ACT OF 2017 FUND (SB 1), … · 2018-06-19 · Road Repair and Accountability Act of 2017 Fund (SB 1), 1 of 33 Manning Avenue Improvements Phase 2 from

form included in the contract documents. An appropriate and valid California Contractor’s License is required for award and not for bidding on the project. A Class A, General Engineering Contractor’s license is required.

No contractor or subcontractor may be listed on a bid proposal for a public works project (submitted on or after March 1, 2015) unless registered with the Department of Industrial Relations pursuant to Labor Code section 1725.5 [with limited exceptions from this requirement for bid purposes only under Labor Code section 1771.1(a)].

No Contractor or subcontractor may be awarded a contract for public work on a public works project (awarded on or after April 1, 2015) unless registered with the Department of Industrial Relations pursuant to Labor Code section 1725.5.

This project is subject to compliance monitoring and enforcement by the Department of Industrial Relations.

SECTION 3. CONTRACT AWARD AND EXECUTION

3-1.00 GENERAL

The bidder's attention is directed to the provisions in Section 3, "Contract Award and Execution," of the Standard Specifications and these special provisions for the requirements and conditions concerning award and execution of contract.

Bid protests are to be delivered to the following address: City of Reedley, City Clerk's Office, 1733 Ninth Street, Reedley, CA, 93654

The award of the contract, if it be awarded, will be to the lowest responsible bidder whose bid complies with all the requirements prescribed.

The award, if awarded, will be made within 45 calendar days after the opening of bids.

The contract shall be executed by the successful bidder and shall be returned, together with the contract bonds, to the Agency so that it is received within 10 days, not including Saturdays, Sundays and legal holidays, after the bidder has received the contract for execution. Failure to do so shall be just cause for forfeiture of the proposal guaranty. The executed contract documents shall be delivered to the following address: City of Reedley, 1733 9th Street, Reedley, CA 93654 Attention: City Engineer.

SECTION 4. START OF JOB SITE ACTIVITIES, TIME AND LIQUIDATED DAMAGES

4-1.00 GENERAL

Attention is directed to the provisions in Section 8-1.04, "Start of Job Site Activities" in Section 8-1.05 "Time" and in Section 8-1.10, "Liquidated Damages" of the Standard Specifications and these special provisions.

Road Repair and Accountability Act of 2017 Fund (SB 1), Manning Avenue Improvements Phase 2 from Frankwood Avenue to Columbia Avenue Special & Technical Provisions

Page 3 of 80

Page 44: ROAD REPAIR AND ACCOUNTABILITY ACT OF 2017 FUND (SB 1), … · 2018-06-19 · Road Repair and Accountability Act of 2017 Fund (SB 1), 1 of 33 Manning Avenue Improvements Phase 2 from

The Contractor shall begin work within 15 calendar days after the contract has been approved by an authorized representative of the City of Reedley and a Notice to Proceed has been issued.

This work shall be diligently prosecuted to completion before the expiration of Thirty (30) CONSECUTIVE WORKING DAYS beginning on the day specified in the Notice to Proceed.

The Contractor shall pay to the City of Reedley in the sum of $1,900 per day, for each and every calendar day's delay in finishing the work in excess of the number of consecutive calendar days prescribed above. Liquidated damage provisions shall be in accordance with Public Contract Code (PCC) Section 7203 as amended by Assembly Bill 552.

SECTION 5. GENERAL

5-1.0 MISCELLANEOUS

5-1.1 LABOR NONDISCRIMINATION

Attention is directed to the following Notice that is required by Chapter 5 of Division 4 of Title 2, California Code of Regulations.

NOTICE OF REQUIREMENT FOR NONDISCRIMINATION PROGRAM (GOV. CODE, SECTION 12990)

Your attention directed to the provisions in Section 7-1.02I(2), "Nondiscrimination," of the Standard Specifications, which is applicable to all nonexempt state contracts and subcontracts, and to the "Standard California Nondiscrimination Construction Contract Specifications" set forth therein. The Specifications are applicable to all contractors and subcontractors having a construction contract and subcontract of $5,000 or more.

5-1.2 PREVAILING WAGE

Attention is directed to Section 7-1.02K(2), "Wages," of the Standard Specifications.

The prevailing wage rates as determined by the Director of Industrial Relations of the State of California shall apply to this project. In accordance with the provisions of Section 1770 of the Labor Code, the Director of the Department of Industrial Relations of the State of California has determined the general prevailing rates of wages and employer payments for health and welfare, pension, vacation, travel time, and subsistence pay as provided for Section 1773.8 of the California Labor Code, apprenticeship or other training programs authorized by Section 3093 of said code, and similar purposes applicable to the work to be done. Said wages are on file with the City of Reedley and County of Fresno and are incorporated herein by reference. By submission of a bid, bidder stipulates and agrees to abide by the provisions of the Labor Code related to payment of a prevailing wage or promptly pay a penalty of $50.00 per day or part of a day for each worker paid less than prevailing wage rate the difference between the prevailing wage rate and the rate paid pursuant to the provisions of Labor Code Section 1775. A work day shall not exceed eight hours labor per day or forty (40) hours labor per week. The successful bidder shall keep an accurate record of employees' hours worked by calendar day and week.

Road Repair and Accountability Act of 2017 Fund (SB 1), Manning Avenue Improvements Phase 2 from Frankwood Avenue to Columbia Avenue Special & Technical Provisions

Page 4 of 80

Page 45: ROAD REPAIR AND ACCOUNTABILITY ACT OF 2017 FUND (SB 1), … · 2018-06-19 · Road Repair and Accountability Act of 2017 Fund (SB 1), 1 of 33 Manning Avenue Improvements Phase 2 from

Minimum wage rates for this project, as predetermined by the Secretary of Labor, are set forth herein in the Bid and Contract Documents and incorporated as part of the special provisions. These wage rates may be examined at the City of Reedley where the project plans, special provisions, bid and contract documents may be seen. If there is a difference between the minimum wage rates predetermined by the Secretary of Labor and the prevailing wage rates determined by the Director of the Department of Industrial Relations of the State of California for similar classifications of labor, the Contractor and his subcontractors shall pay not less than the higher wage rate.

In accordance with the provisions of Section 1770 of the Labor Code, the Director of the Department of Industrial Relations of the State of California has determined the general prevailing rates of wages and employer payments for health and welfare, pensions, vacation, travel time and subsistence pay provided for in Section 1773.8, apprenticeship or other training programs authorized by Section 3093, and similar purposes applicable to the work to be done. Said wages are on file with the Clerk of the Fresno Board of Supervisors, the City of Reedley and are incorporated herein by reference.

5-1.3 BID RIGGING

The U.S. Department of Transportation (DOT) provides a toll-free hotline to report bid rigging activities. Use the hotline to report bid rigging, bidder collusion, and other fraudulent activities. The hotline number is (800) 424-9071. The service is available 24 hours 7 days a week and is confidential and anonymous. The hotline is part of the DOT's effort to identify and investigate highway construction contract fraud and abuse and is operated under the direction of the DOT Inspector General.

5-1.4 CHANGED CONDITIONS

Differing Site Conditions

1. During the progress of the work, if subsurface or latent physical conditions are encountered at the site differing materially from those indicated in the contract or if unknown physical conditions of an unusual nature, differing materially from those ordinarily encountered and generally recognized as inherent in the work provided for in the contract, are encountered at the site, the party discovering such conditions shall promptly notify the other party in writing of the specific differing conditions before the site is disturbed and before the affected work is performed.

2. Upon written notification, the engineer will investigate the conditions, and if it is determined that the conditions materially differ and cause an increase or decrease in the cost or time required for the performance of any work under the contract, an adjustment, excluding anticipated profits, will be made and the contract modified in writing accordingly. The engineer will notify the contractor of the determination whether or not an adjustment of the contract is warranted.

3. No contract adjustment which results in a benefit to the contractor will be allowed unless the contractor has provided the required written notice.

Road Repair and Accountability Act of 2017 Fund (SB 1), Manning Avenue Improvements Phase 2 from Frankwood Avenue to Columbia Avenue Special & Technical Provisions

Page 5 of 80

Page 46: ROAD REPAIR AND ACCOUNTABILITY ACT OF 2017 FUND (SB 1), … · 2018-06-19 · Road Repair and Accountability Act of 2017 Fund (SB 1), 1 of 33 Manning Avenue Improvements Phase 2 from

4. No contract adjustment will be allowed under this clause for any effects caused on unchanged work. (This provision may be omitted by the Local Agency, at their option.)

Suspensions of Work Ordered by the Engineer

1. If the performance of all or any portion of the work is suspended or delayed by the engineer in writing for an unreasonable period of time (not originally anticipated, customary, or inherent to the construction industry) and the contractor believes that additional compensation and/or contract time is due as a result of such suspension or delay, the contractor shall submit to the engineer in writing a request for adjustment within 7 calendar days of receipt of the notice to resume work. The request shall set forth the reasons and support for such adjustment.

2. Upon receipt, the engineer will evaluate the contractor's request. If the engineer agrees that the cost and/or time required for the performance of the contract has increased as a result of such suspension and the suspension was caused by conditions beyond the control of and not the fault of the contractor, its suppliers, or subcontractors at any approved tier, and not caused by weather, the engineer will make an adjustment (excluding profit) and modify the contract in writing accordingly. The contractor will be notified of the engineer's determination whether or not an adjustment of the contract is warranted.

3. No contract adjustment will be allowed unless the contractor has submitted the request for adjustment within the time prescribed.

4. No contract adjustment will be allowed under this clause to the extent that performance would have been suspended or delayed by any other cause, or for which an adjustment is provided or excluded under any other term or condition of this contract.

Significant Changes in the Character of Work

1. The engineer reserves the right to make, in writing, at any time during the work, such changes in quantities and such alterations in the work as are necessary to satisfactorily complete the project. Such changes in quantities and alterations shall not invalidate the contract nor release the surety, and the contractor agrees to perform the work as altered.

2. If the alterations or changes in quantities significantly change the character of the work under the contract, whether such alterations or changes are in themselves significant changes to the character of the work or by affecting other work cause such other work to become significantly different in character, an adjustment, excluding anticipated profit, will be made to the contract. The basis for the adjustment shall be agreed upon prior to the performance of the work. If a basis cannot be agreed upon, then an adjustment will be made either for or against the contractor in such amount as the engineer may determine to be fair and equitable.

3. If the alterations or changes in quantities do not significantly change the character of the work to be performed under the contract, the altered work will be paid for as provided elsewhere in the contract.

4. The term “significant change” shall be construed to apply only to the following circumstances:

Road Repair and Accountability Act of 2017 Fund (SB 1), Manning Avenue Improvements Phase 2 from Frankwood Avenue to Columbia Avenue Special & Technical Provisions

Page 6 of 80

Page 47: ROAD REPAIR AND ACCOUNTABILITY ACT OF 2017 FUND (SB 1), … · 2018-06-19 · Road Repair and Accountability Act of 2017 Fund (SB 1), 1 of 33 Manning Avenue Improvements Phase 2 from

When the character of the work as altered differs materially in kind or nature from that involved or included in the original proposed construction; or

When a major item of work, as defined elsewhere in the contract, is increased in excess of 125 percent or decreased below 75 percent of the original contract quantity. Any allowance for an increase in quantity shall apply only to that portion in excess of 125 percent of original contract item quantity, or in case of a decrease below 75 percent, to the actual amount of work performed.

5-1.5 QUALITY ASSURANCE

The Agency uses a Quality Assurance Program (QAP) to ensure a material is produced to comply with the Contract. You may examine the records and reports of tests the Agency performs if they are available at the job site. Schedule work to allow time for QAP.

5-1.6 PUBLIC SAFETY

The Contractor shall provide for the safety of traffic and the public in conformance with the provisions in Section 7-1.04, "Public Safety," of the Standard Specifications and these special provisions.

The Contractor shall install temporary railing (Type K) between a lane open to public traffic and an excavation, obstacle or storage area when the following conditions exist:

A. Excavations - The near edge of the excavation is 12 feet or less from the edge of the lane, except:

1. Excavations covered with sheet steel or concrete covers of adequate thickness to prevent accidental entry by traffic or the public.

2. Excavations less than 1 foot deep.

3. Trenches less than 1 foot wide for irrigation pipe or electrical conduit, or excavations less than 1 foot in diameter.

4. Excavations parallel to the lane for the purpose of pavement widening or reconstruction.

5. Excavations in side slopes, where the slope is steeper than 1:4 (vertical: horizontal).

6. Excavations protected by existing barrier or railing.

B. Temporarily Unprotected Permanent Obstacles - The work includes the installation of a fixed obstacle together with a protective system, such as a sign structure together with protective railing, and the Contractor elects to install the obstacle prior to installing the protective system; or the Contractor, for the Contractor's convenience and with permission of the Engineer, removes a portion of an existing protective railing at an obstacle and does not replace such railing complete in place during the same day.

C. Storage Areas - Material or equipment is stored within 12 feet of the lane and the storage is not otherwise prohibited by the provisions of the Standard Specifications and these special provisions.

Road Repair and Accountability Act of 2017 Fund (SB 1), Manning Avenue Improvements Phase 2 from Frankwood Avenue to Columbia Avenue Special & Technical Provisions

Page 7 of 80

Page 48: ROAD REPAIR AND ACCOUNTABILITY ACT OF 2017 FUND (SB 1), … · 2018-06-19 · Road Repair and Accountability Act of 2017 Fund (SB 1), 1 of 33 Manning Avenue Improvements Phase 2 from

Temporary crash cushion modules shall conform to the provisions in Section 12-3.15 "Temporary Crash Cushion Module" of the Standard Specifications and these special provisions.

The lane closure provisions of this section shall not apply if the work area is protected by permanent or temporary railing or barrier.

When traffic cones or delineators are used to delineate a temporary edge of a traffic lane, the line of cones or delineators shall be considered to be the edge of the traffic lane, however, the Contractor shall not reduce the width of an existing lane to less than 10 feet without written approval from the Engineer.

When work is not in progress on a trench or other excavation that required closure of an adjacent lane, the traffic cones or portable delineators used for the lane closure shall be placed off of and adjacent to the edge of the traveled way. The spacing of the cones or delineators shall be not more than the spacing used for the lane closure.

Suspended loads or equipment shall not be moved nor positioned over public traffic or pedestrians.

Full compensation for conforming to the provisions in this section "Public Safety," including furnishing and installing temporary railing (Type K) and temporary crash cushion modules, shall be considered as included in the contract prices paid for the various items of work involved and no additional compensation will be allowed therefore.

5-1.7 BUY AMERICA REQUIREMENTS

Attention is directed to the "Buy America" requirements of the Surface Transportation Assistance Act of 1982 (Section 165) and Intermodal Surface Transportation Efficiency Act of 1991 (ISTEA) Sections 1041(a) and 1048(a), and the regulations adopted pursuant thereto. In accordance with the law and regulations, furnish steel and iron materials to be incorporated into the work with certificates of compliance. Steel and iron materials must be produced in the U.S. except:

1. Foreign pig iron and processed, pelletized, and reduced iron ore may be used in the domestic production of the steel and iron materials [60 Fed Reg 15478 (03/24/1995)];

2. If the total combined cost of the materials does not exceed the greater of 0.1 percent of the total bid or $2,500, materials produced outside the U.S. may be used.

Production includes:

1. Processing steel and iron materials, including smelting or other processes that alter the physical form or shape (such as rolling, extruding, machining, bending, grinding, and drilling) or chemical composition;

2. Coating application, including epoxy coating, galvanizing, and painting, that protects or enhances the value of steel and iron materials.

A Certificate of Compliance, conforming to the provisions in Section 6-3.05E, "Certificates of Compliance," of the Standard Specifications, shall be furnished for steel and iron materials. The certificates, in addition to certifying that the materials comply with the specifications, shall

Road Repair and Accountability Act of 2017 Fund (SB 1), Manning Avenue Improvements Phase 2 from Frankwood Avenue to Columbia Avenue Special & Technical Provisions

Page 8 of 80

Page 49: ROAD REPAIR AND ACCOUNTABILITY ACT OF 2017 FUND (SB 1), … · 2018-06-19 · Road Repair and Accountability Act of 2017 Fund (SB 1), 1 of 33 Manning Avenue Improvements Phase 2 from

specifically certify that all manufacturing processes for the materials occurred in the United States, except for the above exceptions.

The requirements imposed by the law and regulations do not prevent a minimal use of foreign steel and iron materials if the total combined cost of the materials used does not exceed one-tenth of one percent (0.1 percent) of the total contract cost or $2,500, whichever is greater. The Contractor shall furnish the Engineer acceptable documentation of the quantity and value of the foreign steel and iron prior to incorporating the materials into the work.

5-1.8 NOT USED

5-1.9 NOT USED

5-1.10 NOT USED

5-1.11 PERFORMANCE OF SUBCONTRACTORS

The subcontractors listed by you in Bid and Contract Documents shall list therein the name and address of each subcontractor to whom the bidder proposes to subcontract portions of the work in an amount in excess of one-half of one percent of the total bid or $10,000, whichever is greater, in accordance with the Subletting and Subcontracting Fair Practices Act, commencing with Section 4100 of the Public Contract Code. The bidder’s attention is invited to other provisions of the Act related to the imposition of penalties for a failure to observe its provisions by using unauthorized subcontractors or by making unauthorized substitutions.

5-1.12 SUBCONTRACTING

Each subcontract must comply with the contract. No subcontract releases the Contractor from the contract or relieves the Contractor of their responsibility for a subcontractor's work.

If the Contractor violates Pub Cont Code § 4100 et seq., the City of Reedley may exercise the remedies provided under Pub Cont Code § 4110. The City of Reedley may refer the violation to the Contractors State License Board as provided under Pub Cont Code § 4111.

The Contractor shall perform, with the Contractor’s own organization, contract work amounting to not less than 50 percent of the value of the original total bid with the Contractor’s own employees and equipment, owned or rented, with or without operators.

Before subcontracted work starts, submit a Subcontracting Request form. Submit copies of subcontracts upon request by the Engineer.

Each subcontractor must have an active and valid State contractor's license with a classification appropriate for the work to be performed (Bus & Prof Code, § 7000 et seq.).

Do not use a debarred contractor; a current list of debarred contractors is available at the Department of Industrial Relations' Web site.

Upon request by the Engineer, immediately remove and not again use a subcontractor who fails to prosecute the work satisfactorily.

Each subcontract and any lower tier subcontract that may in turn be made shall include the "Required Contract Provisions Federal-Aid Construction Contracts" in Section 14 of these

Road Repair and Accountability Act of 2017 Fund (SB 1), Manning Avenue Improvements Phase 2 from Frankwood Avenue to Columbia Avenue Special & Technical Provisions

Page 9 of 80

Page 50: ROAD REPAIR AND ACCOUNTABILITY ACT OF 2017 FUND (SB 1), … · 2018-06-19 · Road Repair and Accountability Act of 2017 Fund (SB 1), 1 of 33 Manning Avenue Improvements Phase 2 from

special provisions. Noncompliance shall be corrected. Payment for subcontracted work involved will be withheld from progress payments due, or to become due, until correction is made. Failure to comply may result in termination of the contract.

5-1.13 PROMPT PROGRESS PAYMENT TO SUBCONTRCTORS

A prime contractor or subcontractor shall pay any subcontractor not later than 10 days of receipt of each progress payment in accordance with the provision in Section 7108.5 of the California Business and Professions Code concerning prompt payment to subcontractors. The 10 days is applicable unless a longer period is agreed to in writing. Any delay or postponement of payment over 30 days may take place only for good cause and with the agency’s prior written approval. Any violation of Section 7108.5 shall subject the violating contractor or subcontractor to the penalties, sanction and other remedies of that section. This requirement shall not be construed to limit or impair any contractual, administrative, or judicial remedies otherwise available to the contractor or subcontractor in the event of a dispute involving late payment or nonpayment by the prime contractor, deficient subcontract performance, or noncompliance by a subcontractor.

5-1.14 PROMPT PAYMENT OF FUNDS WITHHELD TO SUBCONTRACTORS

The agency shall hold retainage from the prime contractor and shall make prompt and regular incremental acceptances of portions, as determined by the agency, of the contract work, and pay retainage to the prime contractor based on these acceptances. The prime contractor, or subcontractor, shall return all monies withheld in retention from a subcontractor within 30 days after receiving payment for work satisfactorily completed and accepted including incremental acceptances of portions of the contract work by the agency. Federal law (49CFR26.29) requires that any delay or postponement of payment over 30 days may take place only for good cause and with the agency’s prior written approval. Any violation of this provision shall subject the violating prime contractor or subcontractor to the penalties, sanctions and other remedies specified in Section 7108.5 of the Business and Professions Code. These requirements shall not be construed to limit or impair any contractual, administrative, or judicial remedies otherwise available to the prime contractor or subcontractor in the event of a dispute involving late payment or nonpayment by the prime contractor, deficient subcontract performance, or noncompliance by a subcontractor.

5-1.15 NOT USED

5-1.16 NOT USED

5-1.17 PAYMENTS

Attention is directed to Section 9-1.16, "Progress Payments," and 9-1.17, "Payment After Contract Acceptance," of the Standard Specifications and these special provisions.

Pursuant to SB 293 of the California Legislation, The City shall retain five (5) percent of the estimated value of the work done for each progress payment as part security for the fulfillment of the contract by the Contractor. At the discretion of the Engineer, at any time after fifty (50) percent of the work has been completed, if the Engineer finds that satisfactory progress is being

Road Repair and Accountability Act of 2017 Fund (SB 1), Manning Avenue Improvements Phase 2 from Frankwood Avenue to Columbia Avenue Special & Technical Provisions

Page 10 of 80

Page 51: ROAD REPAIR AND ACCOUNTABILITY ACT OF 2017 FUND (SB 1), … · 2018-06-19 · Road Repair and Accountability Act of 2017 Fund (SB 1), 1 of 33 Manning Avenue Improvements Phase 2 from

made, the City may reduce the amount retained from any of the remaining partial progress payments in accordance with Section 9203 of the State Public Contract Code.

Retention shall be released at the latest sixty (60) days after the occurrence of any of the definitions of “Completion” for purposes of Public Contract Code Section 7107 (see definitions of “Completion” below). Any final payment and release of retentions will exclude any amounts withheld in conformance with Section 9-1.16E(4), “Stop Notice Withholds” and Public Contract Code, Section 7107 “Completion”.

For purposes of retention release under Public Contract Code section 7107, “Completion” means any of the following:

1. The occupation, beneficial use, and enjoyment of a work of improvement, excluding any operation only for testing, startup, or commissioning, by the public agency, or its agent, accompanied by cessation of labor on the work of improvement.

2. The acceptance by public agency, or its agent, of the work of improvement.

3. After the commencement of a work of improvement, a cessation of labor on the work of improvement for a continuous period of 100 days or more, due to factors beyond the control of the contractor.

4. After the commencement of a work of improvement, a cessation of labor on the work of improvement for a continuous period of 30 days or more, if the public agency files for record a notice of cessation or notice of completion.

No partial payment will be made for any materials on hand which are furnished but not incorporated in the work.

5-1.18 ENCROACHMENT PERMIT

Prior to start of work within the City of Reedley's right-of-way or work affecting the City facilities, the contractor will be required to obtain an Encroachment Permit from the Engineering Department at:

City of Reedley, Engineering Department 1733 Ninth Street Reedley, CA 93654

Application fee and site inspection costs, due at the time of application, are $ 0.00. A copy of this Encroachment Permit to be issued by the City of Reedley will be available at:

1733 NINTH STREET, REEDLEY, CA 93654 (559)637-4200 EXT. 295

Full compensation for conforming to the requirements in this permit shall be considered as included in the contract prices paid for the various item or work and no additional compensation will be allowed therefore.

Road Repair and Accountability Act of 2017 Fund (SB 1), Manning Avenue Improvements Phase 2 from Frankwood Avenue to Columbia Avenue Special & Technical Provisions

Page 11 of 80

Page 52: ROAD REPAIR AND ACCOUNTABILITY ACT OF 2017 FUND (SB 1), … · 2018-06-19 · Road Repair and Accountability Act of 2017 Fund (SB 1), 1 of 33 Manning Avenue Improvements Phase 2 from

SECTION 6. CITY SPECIAL PROVISIONS

6.1 DELAY CLAIM

Contractor must give “Written Notice” of Delay Claim within ten (10) days of event or occurrence giving rise to the Delay Claim, or Contractor waives its Delay Claim.

For purposes of this Contract, Delay Claim shall be defined as follows:

A written demand by Contractor seeking time or compensation, or both, for delays to the Project, such claim must include documents supporting said Delay Claim, including, but not limited to, evidence of all facts supporting alleged claim and current schedule showing impact or event or occurrence on Critical Path.

The Contractor understands and agrees that Contractor cannot file a Delay Claim unless event or occurrence delays completion of the Project beyond the contractual completion date.

The Contractor understands and agrees that Contractor cannot file a Delay Claim unless delay is to critical activity while said Critical Activity is on the Critical Path.

Submission of a claim, properly certified, with all required supporting documentation, and written rejection or denial of all or part of the claim by the City is a condition precedent to any action, proceeding, litigation, suite, or demand for arbitration by Contractor. A copy of the Delay Claim is enclosed in the Appendix of these Project Special Provisions.

6.2 NOTICE TO RESIDENTS AND AGENCIES

The Contractor shall give written notice to all of the residents within the project limits as to when construction is to start, end, and the contractors name and phone number. A standard form may be used.

For every occurrence when property access, sewer service or water source is to be interrupted by the Contractor’s work, the Contractor shall give written notice to all affected residents/tenants/businesses not less than two (2) calendar days nor more than five (5) calendar days prior to said interruption. These notice(s) shall be in addition to the initial notice to residents/tenants/businesses described above.

The Contractor shall conduct his operations in a manner which minimizes these disruptions, shall so instruct his labor force and subcontractors to minimize disruption, and shall provide accurate and timely information to residents and businesses along the work as well as the public. All workers shall conduct themselves in a respectful and businesslike manner while engaged in work on this project.

6.3 REGIONAL NOTIFICATION CENTER CONTACT

Contractor shall, except in an emergency as defined below, contact the appropriate regional notification center at least two (2) full days prior to commencing any excavation, if the excavation will be conducted in an area or on a private easement which is known, or reasonably should be known, to contain subsurface installation, other than the underground facilities which may be owned or operated by the City, and obtain an inquiry identification number from that

Road Repair and Accountability Act of 2017 Fund (SB 1), Manning Avenue Improvements Phase 2 from Frankwood Avenue to Columbia Avenue Special & Technical Provisions

Page 12 of 80

Page 53: ROAD REPAIR AND ACCOUNTABILITY ACT OF 2017 FUND (SB 1), … · 2018-06-19 · Road Repair and Accountability Act of 2017 Fund (SB 1), 1 of 33 Manning Avenue Improvements Phase 2 from

notification center. No excavation shall be commenced and carried out by Contractor unless such an inquiry number has been assigned to Contractor, or any subcontractor of the Contractor, and the City has been given the identification number by Contractor in writing.

Emergency shall be defined as a sudden, unexpected occurrence, involving a clear and imminent danger, demanding immediate action to prevent or mitigate loss of or damage to life, health, property, or essential public services. Emergency includes such occurrences as riot, accident, or sabotage (Government Code Section 3216).

Subsurface installation means any underground pipeline, conduit, duct, wire, or other structure operated or maintained in or across a public street or public right-of-way (Government Code Section 4216).

6.4 CONTRACTOR'S LIABILITY INSURANCE

Contractor shall indemnify, save, keep and hold harmless the City and each of their respective officers, agents and employees against any and all claims, demands, causes of action, damages (including damages to City property), costs, or liabilities (including cost of liabilities of City employees), in law or equity, of every kind or nature whatsoever, directly or proximately caused by the performance of the contract, whether such performance is by Contractor, his subcontractor, or anyone directly or indirectly employed by him. Contractor shall, at his sole risk and expense, defend any and all suits, actions, or other legal proceedings which may be brought or instituted by third parties against City and each of their officers or employees on any such claim, demand, or cause of action, and Contractor shall pay and satisfy any judgment or decree which may be rendered against City and each of their officers or employees on any such claim, demand or other legal proceedings. City will not be liable for any accident, loss, or damage to the work prior to its completion and acceptance.

Contractor shall procure and maintain, for the duration of the contract, insurance against claims for injuries to persons or damages to property, which may arise from or in connection with the performance of the work hereunder by Contractor, his agents, representatives, employees or subcontractors. The cost of such insurance shall be included in Contractor's bid.

A. Minimum Scope of Insurance - Coverage shall be at least as broad as:

1. Insurance Services Office form number GL 0002 (Ed. 1/73 or most recent revision) covering Comprehensive General Liability, and Insurance Services Office form number GL 0404 covering Broad Form Comprehensive General Liability.

2. Insurance Services Office form number CA 0001 (Ed. 1/87 or most recent revision) covering Automobile Liability code 1 (any auto).

3. Worker's Compensation as required by the Labor Code of the State of California and Employer's Liability Insurance.

B. Minimum Limits of Insurance – the contractor shall furnish the City with Certificate(s) of Insurance, indicating insurance coverage with respect to the liability assumed by the Contractor and shall further indicate insurance coverage with minimum limits as follows. Contractor shall maintain limits no less than:

Road Repair and Accountability Act of 2017 Fund (SB 1), Manning Avenue Improvements Phase 2 from Frankwood Avenue to Columbia Avenue Special & Technical Provisions

Page 13 of 80

Page 54: ROAD REPAIR AND ACCOUNTABILITY ACT OF 2017 FUND (SB 1), … · 2018-06-19 · Road Repair and Accountability Act of 2017 Fund (SB 1), 1 of 33 Manning Avenue Improvements Phase 2 from

1. Comprehensive General Liability: $2,000,000 combined ($1,000,000 each occurrence, $1,000,000 aggregate) single limit per occurrence for bodily injury, personal injury and property damage.

2. Automobile Liability: $2,000,000 combined single limit per accident for bodily injury, personal injury and property damage.

3. Worker's Compensation and Employer's Liability: Worker's Compensation limits as required by the Labor Code of the State of California and Employer's Liability limits of $2,000,000 per accident.

C. Deductibles and Self-Insured Retention’s - Any deductibles or self-insured retention’s must be declared to and approved by the City. At the option of City: either the insurer shall reduce or eliminate such deductibles or self-insured retention’s as respects City and each of their officials and employees; or Contractor shall procure a bond guaranteeing payment of losses and related investigation, claim administration and defense expenses.

D. Other Insurance Provisions - The policies are to contain, or be endorsed to contain, the following provisions:

1. General Liability and Automobile Coverage

a. An Additional Insured Endorsement to the Contractor’s Liability insurance policy naming the City and each of their officials, employees and volunteers are to be covered as additionally insured as respects: liability arising out of activities performed by or on behalf of Contractor; products and completed operations of Contractor; premises owned, leased, hired or borrowed by Contractor. The coverage shall contain no special limitations on the scope of protection afforded to City and each of their officials, employees or volunteers. The contractor’s property damage liability insurance shall include coverage for property damage caused by blasting, collapse, structural injuries or damage to underground utilities. The policy shall not contain the so call “x”, “c” or “u” exclusions.

b. Contractor's insurance coverage shall be primary insurance as respects City and each of their officials, employees and volunteers. Any insurance or self-insurance maintained by City and each of their officials, employees or volunteers shall be excess of Contractor's insurance and shall not contribute with it.

c. Any failure to comply with the reporting provisions of the policies shall not affect coverage provided to the City and each of their officials, employees or volunteers.

d Coverage shall state that Contractor's insurance shall apply separately to each insured against whom claim is made or suit is brought, except with respect to the limits of the insurer's liability.

2. Worker's Compensation and Employer's Liability Coverage - The insurer shall agree to waive all rights of subrogation against City and each of their officials, employees and volunteers for losses arising from work performed by Contractor for City.

Road Repair and Accountability Act of 2017 Fund (SB 1), Manning Avenue Improvements Phase 2 from Frankwood Avenue to Columbia Avenue Special & Technical Provisions

Page 14 of 80

Page 55: ROAD REPAIR AND ACCOUNTABILITY ACT OF 2017 FUND (SB 1), … · 2018-06-19 · Road Repair and Accountability Act of 2017 Fund (SB 1), 1 of 33 Manning Avenue Improvements Phase 2 from

3. All Coverage’s - Each insurance policy required by this clause shall be endorsed to state that coverage shall not be suspended, revoked, voided, canceled or reduced on coverage or in limits except after thirty (30) days prior written notice by certified mail, return receipt requested, has been given to the City.

E. Acceptability of Insurers - Insurance shall be placed with insurers with a Best's rating of no less than A-VIII.

F. Verification of Coverage - Contractor shall furnish City with certificates of insurance and with original endorsements affecting coverage required by this clause. The certificates and endorsements for each policy are to be signed by a person authorized by that insurer to bind coverage on its behalf. The certificates and endorsements are to be on forms provided by City and are to be received and approved by City before work commences.

G. Subcontractors - Contractor shall include all subcontractors as insured under its policies or shall furnish separate certificates and endorsements for each subcontractor. All coverages for subcontractors shall be subject to all of the requirements stated herein.

6.5 CONTRACT ADMINISTRATION

The work embraced herein shall be administered by the City of Reedley, Engineering Department. All construction staking, inspection, progress payment preparation, and other construction reviews shall be provided by the City except where specifically set forth otherwise in these Specifications, or as designated by the Engineer.

6.6 DISPUTE RESOLUTION

Alternative dispute resolution (ADR) procedures for all claims by contractors regardless of the dollar amount of the claim are as follows, per PCC § 9204, added by AB 1347:

A. A public agency must reasonably review a claim and within 45 days respond in a written statement as to what portions are disputed and undisputed.

B. Any payment of an undisputed portion of a claim must be made within 60 days of the public entity's written statement.

C. If the contractor disputes the public entity's written statement, it may demand in writing an informal conference to meet and confer. The public agency must schedule the conference within 30 days of the request.

D. Within 10 days after the conference, the public agency must issue another written statement as to what portion of the claim remains in dispute. For that portion, the parties must agree on a mediator within 10 days of the written statement.

6.7 PRECONSTRUCTION CONFERENCE

Prior to the start of construction, a meeting will be called by the City with the Contractor, Sub-Contractors and interested agencies affected by the work, to discuss the proposed work. The Contractor shall present a proposed construction schedule at this meeting or shortly thereafter. The schedule shall be in the form of a tabulation, chart, or graph and shall be in

Road Repair and Accountability Act of 2017 Fund (SB 1), Manning Avenue Improvements Phase 2 from Frankwood Avenue to Columbia Avenue Special & Technical Provisions

Page 15 of 80

Page 56: ROAD REPAIR AND ACCOUNTABILITY ACT OF 2017 FUND (SB 1), … · 2018-06-19 · Road Repair and Accountability Act of 2017 Fund (SB 1), 1 of 33 Manning Avenue Improvements Phase 2 from

sufficient detail to show the chronological relationship of all activities of the project including, but not limited to, estimated starting and completion dates of various activities, procurement of materials, and scheduling of equipment. The construction schedule shall reflect completion of all work under this contract within the specified time and in accordance with these Special Provisions. The Contractor shall also furnish a plan showing proposed traffic control during construction, all to be approved by the City prior to commencement of work. The Contractor shall also furnish, upon request, any and all material compliance certifications for review by the City.

At this meeting, the Contractor shall also furnish to the City an emergency availability list, which lists persons, together with their addresses and home telephone numbers, who are authorized to act on behalf of the Contractor in an emergency arising out of conditions at the work site after normal working hours.

6.8 ONE-YEAR GUARANTEE

Besides guarantees required elsewhere, the Contractor shall and hereby does guarantee all work, workmanship, and materials for a period of one-year after recorded acceptance of the work by the City and shall repair or remove and replace any and all such work, together with any other work which may be displaced in so doing, that is found to be defective in workmanship and/or materials within the one-year period from date of acceptance, without expenses whatsoever to the City, ordinary wear and tear and unusual abuse or neglect excepted. In the event of failure to comply with the above-mentioned conditions within a week after being notified in writing, the City is hereby authorized to proceed to have the defects remedied and made good at the expense of the Contractor who hereby agrees to pay the cost and charges thereforee immediately on demand. Such action by the City will not relieve the Contractor of the guarantee required by this article or elsewhere in the contract document.

If, in the opinion of the City defective work creates a dangerous condition or requires immediate correction or attention to prevent interruption of operations of the City, the City will attempt to give the notice required by this article. If the Contractor cannot be contacted or does not comply with the City’s request for correction within a reasonable time as determined by the City, the City may, notwithstanding the provisions of this article, proceed to make such correction or provide such attention; and the costs of such correction or attention shall be charged against the Contractor. Such action by the City will not relieve the Contractor of the guarantees required by this article or elsewhere in the contract documents.

This article does not in any way limit the guarantee on any items for which a longer guarantee is specified or on any items for which a manufacturer or supplier gives a guarantee for a longer period. The Contractor agrees to act as a co-guarantor with such manufacturer or supplier and shall furnish the City with all appropriate guarantees or warranty certificates upon completion of the project. No guarantee period, whether provided for in this article or elsewhere, shall in any way limit the liability of Contractor or his sureties or insurers under the indemnity or insurance provisions of the Standard Specifications.

Road Repair and Accountability Act of 2017 Fund (SB 1), Manning Avenue Improvements Phase 2 from Frankwood Avenue to Columbia Avenue Special & Technical Provisions

Page 16 of 80

Page 57: ROAD REPAIR AND ACCOUNTABILITY ACT OF 2017 FUND (SB 1), … · 2018-06-19 · Road Repair and Accountability Act of 2017 Fund (SB 1), 1 of 33 Manning Avenue Improvements Phase 2 from

6.9 WORKING DAYS AND WORKING HOURS

Unless approved by the City Engineer, the Contractor shall restrict his activities on non-working days. On non-working days, the Contractors activities shall normally be restricted to the control of the site, maintaining a safe site, traffic control, dust control and similar activities. Non-working days are:

Saturdays and Sundays.

City Holidays, defined as January 1st (New Year’s Day), the third Monday in January (Martin Luther King Day), the third Monday in February (President’s Day) the last Monday in May (Memorial Day), July 4th, the first Monday in September (Labor Day), November 11th (Veterans Day), the forth Thursday and Friday in November (Thanksgiving and the Friday after, December 25th Christmas Day. If the holiday falls on a Sunday, the following Monday will be considered the holiday. If the holiday falls on a Saturday, the Friday before will be considered the holiday.

Normal working hours are limited to 7:00 a.m. to 4:00 p.m., Monday through Friday.

The Contractor, sub-contractors, suppliers, etc., shall not generate any noise at the work site, storage site, staging areas, before or after the normal working hours prescribed above.

Should the Contractor elect to work outside normal working hours, Contractor must first obtain special permission from the City Engineer. The request for working outside the normal working hours must be made at least 72 hours in advance of the desired time period. A separate request must be made for each work shift. The City Engineer reserves the right to deny any and all such request.

6.10 NOT USED

6.11 RELATIONS WITH OTHER UTILITIES

The Contractor may be required to work closely with Pacific Gas and Electric (PG&E), Frontier Telephone, Comcast/Xfinity, and the Southern California Gas Company. This project may involve the relocation and/or adjustment of existing facilities not owned by the City. The Contractor shall coordinate work efforts with the respective utility companies. All of the involved utilities have been notified and are aware of the pending work. Utility contacts and their phone numbers are listed on the cover sheet of the plans. Should the Contractor fail to give sufficient notice to the affected utility company and a delay in work is encountered, the Contractor could be held liable should the project exceed the stated time of completion. The City will make every effort to work with the Contractor and the utility companies in coordinating work efforts but will not be held liable should a delay be encountered.

6.12 SITE MAINTENANCE (House Keeping)

The Contractor and/or subcontractor(s) working on site on any given day shall make sure that all construction debris/dirt/trash etc., is picked up and removed from all travel ways (streets and sidewalks) at the end of each work day. Site maintenance is of great importance. The City will inspect all project site(s) at the end of each working day. If the City deems the site(s) unacceptable, the Contractor and/or Sub contractor shall make the needed corrections or face a

Road Repair and Accountability Act of 2017 Fund (SB 1), Manning Avenue Improvements Phase 2 from Frankwood Avenue to Columbia Avenue Special & Technical Provisions

Page 17 of 80

Page 58: ROAD REPAIR AND ACCOUNTABILITY ACT OF 2017 FUND (SB 1), … · 2018-06-19 · Road Repair and Accountability Act of 2017 Fund (SB 1), 1 of 33 Manning Avenue Improvements Phase 2 from

penalty of $150.00 per day. It is strongly recommended that the last contractor on site call the City for a quick review of the project site. In no case shall sediment, dirt, or construction debris be allowed to enter the City storm drain system.

6.13 AIR POLLUTION CONTROL

The Contractor shall comply with all air pollution control rules, regulations, ordinances and statutes which apply to any work performed pursuant to the contract, including any air pollution control rules, regulations, ordinances and statutes, specified in Section 11017 of the Government Code. Contractor shall comply with all applicable rules, regulations, permitting requirements for the San Joaquin Valley Air Pollution Control District.

6.14 SOURCE OF CONSTRUCTION WATER AND USAGE

Watering shall conform to the provisions in Section 17, "Watering," of the State Standard Specifications and these Special Provisions.

Water for construction will be furnished at no cost to the Contractor. The City Engineer will designate the hydrant or taps from which water may be drawn and the Contractor shall furnish his own equipment for transporting and applying water. Such equipment shall meet the approval of the City Engineer. Contractor shall obtain a fire hydrant flow meter from City Public Works Department at 1733 9th Street, through an Encroachment Permit Application process along with a deposit of $839.04. Said deposit shall be returned to the contractor after the fire hydrant flow meter is returned to the City in good working condition.

The Contractor or his subcontractors shall provide, at all times, an approved backflow prevention device between the public water supply and his equipment for transporting water or when there appears that a backflow condition could be caused by the method or equipment used by the Contractor or his subcontractors to draw water from the public supply. No water will be supplied until the Contractor has complied with the aforementioned requirement to supply an approved backflow prevention device.

When water is not needed for dust control or proper prosecution of the work, watering equipment may be removed from the project.

Full compensation for transporting and applying water shall be included in the price bid for the various items of work and no additional compensation shall be made, therefore.

6.15 NOT USED

6.16 NOT USED

6.17 NOT USED

6.18 DAILY PERSONNEL AND EQUIPMENT REPORTS

The Contractor shall be required per these special provisions to prepare and submit daily reports of all personnel and equipment used on the project each and every day. Reports must be submitted to the city project representative at the end of the workday. Failure to submit reports will result in withholdings as defined in Section 9-1.16E “Withholds”. Daily reports must be

Road Repair and Accountability Act of 2017 Fund (SB 1), Manning Avenue Improvements Phase 2 from Frankwood Avenue to Columbia Avenue Special & Technical Provisions

Page 18 of 80

Page 59: ROAD REPAIR AND ACCOUNTABILITY ACT OF 2017 FUND (SB 1), … · 2018-06-19 · Road Repair and Accountability Act of 2017 Fund (SB 1), 1 of 33 Manning Avenue Improvements Phase 2 from

reviewed and signed by the job supervisor. The prime contractor is also responsible for the submission of the daily reports by all subcontractors. See Appendix for a reproducible copy of the daily report form.

6.19 WORK ZONE SAFETY AND MOBILITY

A. POLICY: It is the policy of the City of Reedley to adhere to the provisions of the MUTCD in order to provide a smooth and efficient flow of traffic, while retaining safety through the roadway work zone.

B. TRAFFIC CONTROL PLAN: To be prepared by the contractor or his agent and submitted to the City of Reedley for review and approval by the City Engineer prior to the commencement of any work.

Road Repair and Accountability Act of 2017 Fund (SB 1), Manning Avenue Improvements Phase 2 from Frankwood Avenue to Columbia Avenue Special & Technical Provisions

Page 19 of 80

Page 60: ROAD REPAIR AND ACCOUNTABILITY ACT OF 2017 FUND (SB 1), … · 2018-06-19 · Road Repair and Accountability Act of 2017 Fund (SB 1), 1 of 33 Manning Avenue Improvements Phase 2 from

SECTION 7. FORCE ACCOUNT PAYMENT

7-1.01 LABOR SURCHARGE

Attention is directed to the provisions in Section 9-1.04B “Labor” of the Standard Specifications. The labor surcharge to be added to the actual wages paid, as defined in Section 9-1.04 “Force Account” of the Standard Specifications, shall be 13 percent of the actual wages, except as provided for the premium portion of dump truck operation wages as provided in the Equipment Rental Rates referred to in Section 7-1.03 "Equipment Rental Rates" of these Special Provisions.

7-1.02 RECORDS

Attention is directed to the provisions in the second paragraph of Section 5-1.27 “Records” of the Standard Specifications.

The Contractor shall furnish to the Engineer completed daily extra work reports, on forms furnished by the Engineer for each day's extra work to be paid for on a force account basis no later than the second working day following the work for labor and equipment involved and no later than the fifth working day for material invoices and specialized forces. Unless otherwise permitted by the Engineer, no payment will be made for extra work on a force account basis if it has not been reported within the time and in the manner specified.

7-1.03 EQUIPMENT RENTAL RATES

Attention is directed to the provisions of section 9-1.04D “Equipment Rental” of the Standard Specifications. The equipment rental rates to be paid are listed in a table entitled "County of Fresno, Public Works & Development Services Department, Equipment Rental Rates" on file with the Clerk of the Board of Supervisors, Room 301, Hall of Records, Fresno, California, and are incorporated herein by reference.

Copies of the equipment rental rates may be obtained from the County of Fresno, Public Works & Development Services Department, Design Services Section, Seventh Floor, Fresno County Plaza Building, 2220 Tulare Street, Fresno, CA 93721. Phone (559) 262-4109.

The rates to be applied to this project are the latest rates dated on or before the date of approval of this contract for advertising. The date of approval for advertising appears on the last page of the Notice to Contractors for this project.

7-1.04 SUPPLEMENTAL (EXTRA) WORK

New and unforeseen work which will be classed as extra work in accordance with the provisions of Section 4-1.05, "Changes and Extra Work," of the Standard Specifications.

Supplemental (Extra) Work shall be performed only upon direct written authorization from the City Engineer and "Extra Work" request reports shall be submitted to and approved by the City Engineer in accordance with the provisions of Section 5-1.27, "Records," of the Standard Specifications.

Road Repair and Accountability Act of 2017 Fund (SB 1), Manning Avenue Improvements Phase 2 from Frankwood Avenue to Columbia Avenue Special & Technical Provisions

Page 20 of 80

Page 61: ROAD REPAIR AND ACCOUNTABILITY ACT OF 2017 FUND (SB 1), … · 2018-06-19 · Road Repair and Accountability Act of 2017 Fund (SB 1), 1 of 33 Manning Avenue Improvements Phase 2 from

SECTION 8. MATERIALS

8-1.01 GENERAL

8-1.02 NOT USED

8-1.03 MEASUREMENT OF MATERIALS

Attention is directed to Section 9-1.02 "Measurement" of the Standard Specifications and these Special Provisions.

8-1.04 TRADE NAMES AND ALTERNATIVES

Whenever an article, or any class of materials, is specified by trade name or by the name of any particular patentee, manufacturer or dealer, or by reference to the catalog of any such manufacturer or dealer, it shall be taken as intending to mean and specify the article or material described or any other equal thereto in quality, finish and durability, and equally as serviceable for the purpose for which it is or they are intended. The intent of the plans and specifications is to specify high grade standard equipment, and it is not the intent of these plans and specifications to exclude or omit the products of any responsible manufacturer, if such products are equal in every respect to those mentioned herein.

8-1.05 PREQUALIFIED AND TESTED SIGNING AND DELINEATION MATERIALS

The City maintains a trade name list of approved prequalified and tested signing and delineation materials and products. Approval of prequalified and tested products and materials shall not preclude the Engineer from sampling and testing of the signing and delineation materials or products at any time.

None of the listed signing and delineation materials and products shall be used in the work unless material or product is listed on the City's List of Approved Traffic Products. A Certificate of Compliance shall be furnished as specified in Section 6-3.05E, "Certificates of Compliance," of the Standard Specifications for signing and delineation materials and products. The certificate shall also certify that the signing and delineation material or product conforms to the prequalified testing and approval of the Department of Transportation, Division of Traffic Operations and was manufactured in conformance with the requirements in the approved quality control program.

Materials and products will be considered for addition to the approved prequalified and tested list if the manufacturer of the material or product submits to the Division of Traffic Operations a sample of the material or product. The sample shall be sufficient to permit performance of required tests. Approval of materials or products will be dependent upon a determination as to compliance with the specifications and test the City may elect to perform.

The following is a listing of approved prequalified and tested signing and delineation materials and products:

Road Repair and Accountability Act of 2017 Fund (SB 1), Manning Avenue Improvements Phase 2 from Frankwood Avenue to Columbia Avenue Special & Technical Provisions

Page 21 of 80

Page 62: ROAD REPAIR AND ACCOUNTABILITY ACT OF 2017 FUND (SB 1), … · 2018-06-19 · Road Repair and Accountability Act of 2017 Fund (SB 1), 1 of 33 Manning Avenue Improvements Phase 2 from

PAVEMENT MARKERS, PERMANENT TYPE

REFLECTIVE Apex, Model 921 (4"x4") Pavement Markers, Inc., "Hye-Lite" (4"x4") Ray-O-Lite, Models SS (4"x4"), RS (4"x4") and AA (4"x4") Stimsonite, Models 88 (4" x4"), 911 (4"x4"), 953 (2.75"x4.5") Ray-O-Lite, Model 2002 (2.2"x4.7")* Stimsonite, Model 948 (2.3"x4.7")* * Not to be used on asphalt concrete surfaces in desert regions as determined by the

Engineer

REFLECTIVE WITH ABRASION RESISTANT SURFACE (ARS) Ray-O-Lite "AA" ARS (4"x4") Stimsonite, Models 911 (4"x4"), 953 (2.75"x4.5") Ray-O-Lite, Model 2002 (2.2"x4.7")* Stimsonite, Model 948 (2.3"x4.7")* * Not to be used on asphalt concrete surfaces in desert regions as determined by the

Engineer

REFLECTIVE WITH ABRASION RESISTANT SURFACE (ARS) (Used for recessed applications)

Stimsonite, Model 948 (2.3"x4.7") Ray-O-Lite, Model 2002 (2.2"x4.7") Stimsonite, Model 944SB (2"x4")* Ray-O-Lite, Model 2004 ARS (2"x4")* * For use only in 4.5-inch wide (older) recessed slots

NON-REFLECTIVE FOR USE WITH EPOXY ADHESIVE Apex Universal (Ceramic) Highway Ceramics, Inc. (Ceramic)

NON-REFLECTIVE FOR USE WITH BITUMEN ADHESIVE Apex Universal (Ceramic) Apex Universal, Model 929 (ABS) Elgin Molded Plastics, "Empco-Lite" Model 900 (ABS) Highway Ceramics, Inc. (Ceramic) Hi-Way Safety, Inc., Models P20-2000W and 2001Y (ABS) Interstate Sales, "Diamond Back" (ABS) Loomis Plastics, D-Dot (ABS) Pavement Markers, Inc., (Marker Supply) - Models A1107 and AY1108 (ABS) Road Creations, Model RCB4NR (Acrylic)

PAVEMENT MARKERS, TEMPORARY TYPE

TEMPORARY MARKERS FOR LONG TERM DAY/NIGHT USE (6 months or less)

Road Repair and Accountability Act of 2017 Fund (SB 1), Manning Avenue Improvements Phase 2 from Frankwood Avenue to Columbia Avenue Special & Technical Provisions

Page 22 of 80

Page 63: ROAD REPAIR AND ACCOUNTABILITY ACT OF 2017 FUND (SB 1), … · 2018-06-19 · Road Repair and Accountability Act of 2017 Fund (SB 1), 1 of 33 Manning Avenue Improvements Phase 2 from

Apex Universal, Model 924 (4"x4") Davidson Plastics, Model 3.0 (4"x4") Elgin Molded Plastics, "Empco-Lite" Model 901 (4" Round) Highway Technologies, Megalites (4"x4") Road Creations, Model R41C (4"x4") Vega Molded Products "Temporary Road Marker" (3"x4")

TEMPORARY MARKERS FOR SHORT TERM DAY/NIGHT USE (14 days or less) (For seal coat or chip seal applications, clear protective covers are required)

Apex Universal, Model 932 Davidson Plastics, Models T.O.M.,T.R.P.M. and "HH" (High Heat) Hi-Way Safety, Inc., Model 1280/1281

STRIPING AND PAVEMENT MARKING MATERIALS

PERMANENT TRAFFIC STRIPING AND PAVEMENT MARKING TAPE Advanced Traffic Marking, Series 300 and 400 Brite-Line, Series 1000 Swarco Industries, "Director 35" (For transverse application only) Swarco Industries, "Director 60" 3M, "Stamark" Series 380 and 5730 3M, "Stamark" Series A320 Bisymetric (For use on low-volume roadways only) 3M, "Stamark" Series A420, A440, N420 and N440 (For transverse application only)

TEMPORARY REMOVABLE STRIPING AND PAVEMENT MARKING TAPE (6 months or less)

Advanced Traffic Marking, ATM Series 200 Brite-Line, Series 100 P.B. Laminations, Aztec, Grade 102 Swarco Industries, "Director-2" 3M, "Stamark" Brand, Detour Grade, Series 5710 and Series A620

PREFORMED THERMOPLASTIC (Heated in place) Flint Trading, "Premark" and "Premark 20/20 Flex" Pavemark, "Hotape"

REMOVABLE TRAFFIC PAINT Belpro, Series 250/252 and No. 93 Remover

CLASS 1 DELINEATORS

ONE-PIECE DRIVEABLE FLEXIBLE TYPE, 66" Carsonite, Curve-Flex CFRM-400 Carsonite, Roadmarker CRM-375 Davidson Plastics, "Flexi-Guide Models 400 and 566" GreenLine Model HWD1-66 and CGD1-66

Road Repair and Accountability Act of 2017 Fund (SB 1), Manning Avenue Improvements Phase 2 from Frankwood Avenue to Columbia Avenue Special & Technical Provisions

Page 23 of 80

Page 64: ROAD REPAIR AND ACCOUNTABILITY ACT OF 2017 FUND (SB 1), … · 2018-06-19 · Road Repair and Accountability Act of 2017 Fund (SB 1), 1 of 33 Manning Avenue Improvements Phase 2 from

J. Miller Industries, Model JMI-375 (with soil anchor)

SPECIAL USE FLEXIBLE TYPE, 48" Carsonite, "Survivor" with 18" U-Channel anchor FlexStake GreenLine Models HWD and CGD (with 18" soil anchor) Safe-Hit with 8" pavement anchor (SH248-GP1) Safe-Hit with 15" soil anchor (SH248-GP2) and with 18" soil anchor (SH248-GP3)

SURFACE MOUNT FLEXIBLE TYPE, 48" Bent Manufacturing Co., "Masterflex" Model MF-180EX-48" Carsonite, "Super Duck II" FlexStake, Surface Mount

CHANNELIZERS

SURFACE MOUNT TYPE, 36" Bent Manufacturing Co.,"Masterflex" Models MF-360-36(Round) and MF-180-36(Flat) Carsonite, "Super Duck" (Flat SDF-436, Round SDR-336) Carsonite, Super Duck II Model SDCF203601MB "The Channelizer" Davidson Plastics, Flex-Guide FG300 FlexStake, Surface Mount GreenLine, Model SMD-36 The Line Connection,"Dura-Post" Model DP36-3 (Permanent) The Line Connection,"Dura-Post" Model DP36-3C (Temporary) Repo, Models 300 and 400 Safe-Hit, Guide Post, Model SH236SMA

OBJECT MARKERS

TYPE "K", 18" Carsonite, Model SMD-615 Repo, Models 300 and 400 Safe-Hit, Model SH718SMA The Line Connection, Model DP21-4K

TYPE "K-4", 18"-24" (Shown as "Q" in the Traffic Manual)

Carsonite, Super Duck II Repo, Models 300 and 400 Safe-Hit, Models SH824SMA--WA and SH824GP3--WA The Line Connection, Model "DP21-4Q"

Road Repair and Accountability Act of 2017 Fund (SB 1), Manning Avenue Improvements Phase 2 from Frankwood Avenue to Columbia Avenue Special & Technical Provisions

Page 24 of 80

Page 65: ROAD REPAIR AND ACCOUNTABILITY ACT OF 2017 FUND (SB 1), … · 2018-06-19 · Road Repair and Accountability Act of 2017 Fund (SB 1), 1 of 33 Manning Avenue Improvements Phase 2 from

TEMPORARY RAILING (TYPE K) REFLECTORS AND CONCRETE BARRIER MARKERS

IMPACTABLE TYPE Astro Optics "FB" Davidson Plastics, Model PCBM-12 Duraflex Corp., "Flexx 2020" and "Electriflexx"

NON-IMPACTABLE TYPE Astro-Optics, JD Series Stimsonite, Model 967 (with 3 1/4" Acrylic cube corner reflector) Stimsonite, Model 967LS Vega Molded Products, Models GBM and JD

THRIE BEAM BARRIER MARKERS (For use to the left of traffic)

Duraflex Corp., "Railrider" Davidson Plastics, "Mini" (3"x10")

REFLECTIVE SHEETING

CHANNELIZERS, BARRIER MARKERS AND DELINEATORS 3M, High Intensity Reflexite, PC-1000, Metalized Polycarbonate Reflexite, AC-1000, Acrylic Reflexite, AP-1000, Metalized Polyester Reflexite, AR-1000, Abrasion Resistant Coating) Stimsonite, Series 6200 (For rigid substrate devices only)

TRAFFIC CONES, 13" Sleeves Reflexite SB (Polyester), Vinyl or "TR" (Semi-transparent)

TRAFFIC CONES, 4" and 6" Sleeves 3M Series 3840 Reflexite Vinyl or "TR" (Semi-transparent)

BARRELS AND DRUMS Reflexite, "Super High Intensity" 3M Series 3810

BARRICADES, Type I, Engineer Grade American Decal, Adcolite Avery Dennison, 1500/1600 3M, Scotchlite, Series CW

SIGNS, Type II, Super Engineer Grade Avery Dennison, "Fasign" 2500 Series Kiwalite, Type II Nikkalite 1800 Series

Road Repair and Accountability Act of 2017 Fund (SB 1), Manning Avenue Improvements Phase 2 from Frankwood Avenue to Columbia Avenue Special & Technical Provisions

Page 25 of 80

Page 66: ROAD REPAIR AND ACCOUNTABILITY ACT OF 2017 FUND (SB 1), … · 2018-06-19 · Road Repair and Accountability Act of 2017 Fund (SB 1), 1 of 33 Manning Avenue Improvements Phase 2 from

SIGNS, Type III, High Performance 3M, Series 3780

SIGNS, Type IV, High Performance Stimsonite Series 6200

SIGNS, Roll-Up Signs Reflexite, Vinyl (Orange), Reflexite "SuperBright" (Fluorescent orange) 3M Series RS34 (Orange) and RS20 (Fluorescent orange)

SIGN SUBSTRATE FOR CONSTRUCTION AREA SIGNS

ALUMINUM

FIBERGLASS REINFORCED PLASTIC (FRP) Sequentia, "Polyplate" Fiber-Brite

Road Repair and Accountability Act of 2017 Fund (SB 1), Manning Avenue Improvements Phase 2 from Frankwood Avenue to Columbia Avenue Special & Technical Provisions

Page 26 of 80

Page 67: ROAD REPAIR AND ACCOUNTABILITY ACT OF 2017 FUND (SB 1), … · 2018-06-19 · Road Repair and Accountability Act of 2017 Fund (SB 1), 1 of 33 Manning Avenue Improvements Phase 2 from

SECTION 9. DESCRIPTION OF WORK AND WORK INCLUDED

9-1.01 DESCRIPTION OF WORK

The work includes, in general, remove existing facilities, 6” HMA dig out, installation of hot mix asphalt concrete, type A, skin patch, edge mill, cape seal, loop detector replacement, lowering and adjusting manhole and water valve frame and cover to grade, signage and striping.

9-1.02 WORK INCLUDED

This project includes, but is not necessarily limited to, all work shown on the Project Plans, these Special and Technical Provisions, all drawings, plans, and specifications referenced elsewhere in these Special and Technical Provisions, as well as all work necessary or related to this project, as required to fulfill the intent of the plans and specifications for this project.

It is the intent of these Special and Technical Provisions to completely construct the various items of work as required to provide a finished and completed project to the highest standards of the industry consistent with these plans and specifications. All such work as shown and in compliance with the plans and specifications shall be included under the bid item. Any and all items of work not specifically listed or defined, but required to complete the project and fulfill the intent of the plans and specifications, shall be included under the applicable various items of work in the bid proposal.

No additional or separate payment will be made for work incidental or related to the bid items. All reference to contract measurement and payment shall be as shown under these Special Provisions as they supersede all other references.

The work includes all necessary clearing, grubbing, removals, site preparation to include application of a herbicide to all weeds within the site, preservation, maintenance and/or restoration of all existing facilities, signs, structures, etc., which are to remain in service; matching and meeting of existing grades; protection of existing utility valve box, sprinklers, trees, park lighting; and all incidental work related to the project.

9-1.03 SITE INVESTIGATION

The bidder shall examine carefully the site of the work to verify all site conditions. The submission of a bid shall be conclusive evidence that the bidder has investigated and is satisfied as to the conditions to be encountered, as to the character, quality, and scope of the work to be performed, as to the quantities of materials to be furnished, and as to the requirements of the proposal, plans, specifications and the contract. The bidder shall not take advantage of any apparent error or omission in the plans or specifications. In the event the bidder discovers any apparent error, discrepancy, or omission as a result of this site investigation, bidder shall immediately notify the City Engineer.

Road Repair and Accountability Act of 2017 Fund (SB 1), Manning Avenue Improvements Phase 2 from Frankwood Avenue to Columbia Avenue Special & Technical Provisions

Page 27 of 80

Page 68: ROAD REPAIR AND ACCOUNTABILITY ACT OF 2017 FUND (SB 1), … · 2018-06-19 · Road Repair and Accountability Act of 2017 Fund (SB 1), 1 of 33 Manning Avenue Improvements Phase 2 from

9-1.04 UNAUTHORIZED WORK

Any work done beyond the lines or grades shown on the plans and specifications, or beyond lines and grade established by the Engineer pursuant to the plans, or any work done without written authority of the City Engineer, or performed during unauthorized working hours, or performed without benefit of or subject to inspection, shall be consider as unauthorized work and no compensation will be allowed therefore. The City Engineer shall have the authority to have such work removed and the area restored and to deduct the cost thereof from money due to the Contractor.

Road Repair and Accountability Act of 2017 Fund (SB 1), Manning Avenue Improvements Phase 2 from Frankwood Avenue to Columbia Avenue Special & Technical Provisions

Page 28 of 80

Page 69: ROAD REPAIR AND ACCOUNTABILITY ACT OF 2017 FUND (SB 1), … · 2018-06-19 · Road Repair and Accountability Act of 2017 Fund (SB 1), 1 of 33 Manning Avenue Improvements Phase 2 from

SECTION 10. CONSTRUCTION DETAILS

10-1.00 GENERAL

10-1.01 ORDER OF WORK

The Contractor shall follow the sequence as set forth herein:

The contractor shall work with the City and Police Department regarding parking restrictions within the limits of the work and posting of “No Parking” signs.

10-1.02 MOBILIZATION

Mobilization shall conform to the provisions in Section 9-1.16D, "Mobilization," of the Standard Specifications.

After completion of the contract items of work, except the warranty, the amount, if any, of the contract item price for mobilization in excess of 10 percent of the original contract amount will be included for payment in the final progress payment.

Personal vehicles of the Contractor's employees shall not be parked on the traveled way or shoulders including any section closed to public traffic.

The Contractor shall notify local authorities of the Contractor's intent to begin work at least 5 days before work is begun. The Contractor shall cooperate with local authorities relative to handling traffic through the area and shall make arrangements relative to keeping the working area clear of parked vehicles.

Full compensation for Mobilization shall be included in the contract lump sum (LS) price paid for the Mobilization and no additional compensation shall be allowed therefore.

10-1.03 INSURANCE AND BONDS

Insurance and bonds shall conform to Section 6.4, “Contractor’s Liability Insurance,” of these Special Provision.

Full compensation for Insurance and Bonds shall be included in the contract lump sum (LS) price paid for the Insurance and Bonds and no additional compensation shall be allowed therefore.

10-1.04 DUST CONTROL AND BMP’s

Dust control shall conform to the provisions in Section 14-9.03, "Dust Control," of the Standard Specifications.

BMP’s will be required for the duration of the project including, but not limited to, inlet protection, washout stations, track-out prevention and the proper handling and storage of construction materials and debris will be strictly enforced by the City. The City will make weekly (daily if deemed necessary) site inspections to ensure compliance with the BMP's.

Road Repair and Accountability Act of 2017 Fund (SB 1), Manning Avenue Improvements Phase 2 from Frankwood Avenue to Columbia Avenue Special & Technical Provisions

Page 29 of 80

Page 70: ROAD REPAIR AND ACCOUNTABILITY ACT OF 2017 FUND (SB 1), … · 2018-06-19 · Road Repair and Accountability Act of 2017 Fund (SB 1), 1 of 33 Manning Avenue Improvements Phase 2 from

Full compensation for Dust Control and BMP’s shall be included in the various contract items listed in this proposal and no additional compensation shall be allowed therefore.

10-1.05 CONSTRUCTION AREA SIGNS

Construction area signs shall be furnished, installed, maintained, and removed when no longer required in accordance with the provisions in Section 12-3.06, "Construction Area Signs," of the Standard Specifications and these special provisions.

Type IV reflective sheeting for sign panels for portable construction area signs shall conform to the requirements specified under "Prequalified and Tested Signing and Delineation Materials" elsewhere in these special provisions.

Full compensation for Construction Area Signs shall be included in the contract lump sum (LS) price paid for the Provide and Maintain Traffic Control and no additional compensation shall be allowed therefore.

10-1.06 MAINTAINING TRAFFIC

Attention is directed to Sections 7-1.03, "Public Convenience," 7-1.04, "Public Safety," and 12-3.06, "Construction Area Signs," of the Standard Specifications and to the Section entitled "Public Safety" elsewhere in these special provisions, and these special provisions. Nothing in these special provisions shall be construed as relieving the Contractor from the responsibilities specified in Section 7-1.04 “Public Safety”.

Full closure of westbound and eastbound traffic on Manning Avenue will not be allowed; minimum requirement is to keep two lanes open at all times. Contractor shall provide access to school, residents and businesses. The contractor shall complete work per approved lane closure and detour Traffic Control Plan specified in Section 6.19 “Work Zone Safety and Mobility”.

Pedestrian access facilities shall be provided through construction areas within the right of way as specified herein and as to maintain normal pedestrian travel patterns to the maximum extent practical. Pedestrian walkways shall be surfaced with asphalt concrete, Portland cement concrete or timber. The surface shall be skid resistant and free of irregularities. Walkways shall be kept clear of obstructions.

Full compensation for providing pedestrian facilities shall be included in the lump sum (LS) price paid for Provide and Maintain Traffic Control and no additional compensation shall be allowed therefore.

10-1.07 LANE CLOSURE REQUIREMENTS AND CONDITIONS

Lane closures shall conform to the provisions in Section 10-1.06 "Maintaining Traffic" of these special provisions and these special provisions.

The term closure, as used herein, is defined as the closure of a traffic lane or lanes, including ramp or connector lanes, within a single traffic control system.

Road Repair and Accountability Act of 2017 Fund (SB 1), Manning Avenue Improvements Phase 2 from Frankwood Avenue to Columbia Avenue Special & Technical Provisions

Page 30 of 80

Page 71: ROAD REPAIR AND ACCOUNTABILITY ACT OF 2017 FUND (SB 1), … · 2018-06-19 · Road Repair and Accountability Act of 2017 Fund (SB 1), 1 of 33 Manning Avenue Improvements Phase 2 from

CLOSURE SCHEDULE

By noon Monday, the Contractor shall submit a written schedule of planned closures for the following week period, defined as Friday noon through the following Friday noon. The Closure Schedule shall show the locations and times when the proposed closures are to be in effect. Closure Schedules submitted to the Engineer with incomplete, unintelligible or inaccurate information will be returned for correction and resubmittal. The Contractor will be notified of disapproved closures or closures that require coordination with other parties as a condition of approval.

CONTINGENCY PLAN

The Contractor shall prepare a contingency plan for reopening closures to public traffic. The Contractor shall submit the contingency plan for a given operation to the Engineer within one working day of the Engineer's request.

Full compensation for providing lane closure requirement and conditions shall be included in the lump sum (LS) price paid for Provide and Maintain Traffic Control and no additional compensation shall be allowed therefore.

10-1.08 TRAFFIC CONTROL

Flagging, signs, barricades, and all other traffic control devices furnished, installed, maintained, and removed when no longer required shall conform to the provisions in Section 12-3.06, "Construction Area Signs," of the Standard Specifications and these special provisions.

Category 1 traffic control devices are defined as those devices that are small and lightweight (less than 45 kg {100 pounds}), and have been in common use for many years. The devices shall be known to be crashworthy by crash testing, crash testing of similar devices, or years of demonstrable safe performance. Category 1 traffic control devices include traffic cones, plastic drums, portable delineators, and channelizers.

If requested by the Engineer, the Contractor shall provide written self-certification for crashworthiness of Category 1 traffic control devices. Self-certification shall be provided by the manufacturer or Contractor and shall include the following: date, Federal Aid number (if applicable), expenditure authorization, district, county, route and kilometer post {post mile} of project limits; company name of certifying vendor, street address, city, state and zip code; printed name, signature and title of certifying person; and an indication of which Category 1 traffic control devices will be used on the project. The Contractor may obtain a standard form for self-certification from the Engineer.

Category 2 traffic control devices are defined as those items that are small and lightweight (less than 45 kg {100 pounds}), that are not expected to produce significant vehicular velocity change, but may otherwise be potentially hazardous. Category 2 traffic control devices include: barricades and portable sign supports.

Category 2 devices purchased on or after October 1, 2000 shall be on the Federal Highway Administration (FHWA) Acceptable Crashworthy Category 2 Hardware for Work Zones list.

Category 2 devices that have not received FHWA acceptance, and were purchased before October 1, 2000, may continue to be used until they complete their useful service life or until

Road Repair and Accountability Act of 2017 Fund (SB 1), Manning Avenue Improvements Phase 2 from Frankwood Avenue to Columbia Avenue Special & Technical Provisions

Page 31 of 80

Page 72: ROAD REPAIR AND ACCOUNTABILITY ACT OF 2017 FUND (SB 1), … · 2018-06-19 · Road Repair and Accountability Act of 2017 Fund (SB 1), 1 of 33 Manning Avenue Improvements Phase 2 from

January 1, 2003, whichever comes first. Category 2 devices in use that have received FHWA acceptance shall be labeled with the FHWA acceptance letter number and the name of the manufacturer by the start of the project. The label shall be readable. After January 1, 2003, all Category 2 devices without a label shall not be used on the project.

If requested by the Engineer, the Contractor shall provide a written list of Category 2 devices to be used on the project at least 5 days prior to beginning any work using the devices. For each type of device, the list shall indicate the FHWA acceptance letter number and the name of the manufacturer.

All work shall conform to the latest edition of the MUTCD and the California Supplement, and any and all laws of the State of California regarding worker and public safety in a construction zone. Traffic control also applies to foot and bicycle traffic. ADA guidelines must be adhered to at all times as applicable.

Full compensation for providing self-certification for crashworthiness of Category 1 traffic control devices and for providing a list of Category 2 devices used on the project and labeling Category 2 devices as specified shall be included in the lump sum (LS) price paid for Provide and Maintain Traffic Control and no additional compensation shall be allowed therefore.

10-1.09 BARRICADES, TEMPORARY CONSTRUCTION FENCING

Barricades, temporary construction fencing shall be furnished, placed, and maintained at the locations designated by the Engineer, shown on the plans, or specified and shall conform to the provisions in Section 7-1.04, "Public Safety," of the Standard Specifications and these special provisions.

Type II reflective sheeting for stripes on barricade rail faces shall conform to the requirements specified under "Prequalified and Tested Signing and Delineation Materials," elsewhere in these special provisions.

Construction area sign and marker panels conforming to the requirements in Section 12-3.06, "Construction Area Signs," of the Standard Specifications shall be installed on barricades as directed by the Engineer at the locations shown on the plans.

Sign panels for construction area signs and marker panels installed on barricades shall conform to the requirements of sign panels for stationary mounted signs in Section 12-3.06C(2), "Stationary-Mounted Signs," of the Standard Specifications.

Full compensation for furnishing, installing, maintaining, and removing barricades, temporary constriction fencing and construction area signs and markers on barricades, shall be included in the contract lump sum (LS) price paid for Provide and Maintain Traffic Control and no additional compensation shall be allowed therefore.

10-1.10 PORTABLE CHANGEABLE MESSAGE SIGN

Portable changeable message signs shall be furnished, placed, operated, and maintained at the Contractors desired locations and as approved by the Engineer in conformance with the provisions in Section 12, "Temporary Traffic Control," of the Standard Specifications and these special provisions.

Road Repair and Accountability Act of 2017 Fund (SB 1), Manning Avenue Improvements Phase 2 from Frankwood Avenue to Columbia Avenue Special & Technical Provisions

Page 32 of 80

Page 73: ROAD REPAIR AND ACCOUNTABILITY ACT OF 2017 FUND (SB 1), … · 2018-06-19 · Road Repair and Accountability Act of 2017 Fund (SB 1), 1 of 33 Manning Avenue Improvements Phase 2 from

Attention is directed to Section 10-1.06 "Maintaining Traffic" of these special provisions regarding the use of the portable changeable message signs.

Full compensation for furnishing, installing, maintaining, and removing Portable Changeable Message Sign(s) shall be considered as included in the contract lump sum (LS) price paid for Provide and Maintain Traffic Control and no separate payment will be made therefore.

10-1.11 SB 1 SIGNAGE

Furnish and install Senate Bill 1 (SB1) Project Funding Identification (C47C(CA)) as indicated in project plans.

Full compensation for furnishing, installing, maintaining, and removing SB 1 Signage shall be considered as included in the contract lump sum (LS) price paid for Mobilization and no separate payment will be made therefore.

10-1.12 STORAGE OF MATERIALS AND EQUIPMENT

It is the Contractor’s responsibility to obtain an area for storage of equipment and material. The storage of materials and equipment shall be approved by the City Engineer prior to the construction. The Contractor shall be responsible for cleanup of the storage site(s) and staging area(s) and restoration to its pre-construction condition to the satisfaction of the City Engineer. The storage of said equipment and materials shall be the exclusive risk of the Contractor and he shall pay for all cost of any loss or damages resulting from the storage.

Payment for storage of materials and equipment shall be considered as included in those contract items which include such work and there shall be no separate payment therefore.

10-1.13 REMOVE EXISTING FACILITIES

Remove existing facilities shall conform to the provisions in Section 15, "Existing Facilities," of the Standard Specifications.

REMOVE THERMOPLASTIC TRAFFIC STRIPE AND PAVEMENT MARKING

All existing thermoplastic pavement striping and pavement markings within the project limits shall be removed from all roadways identified on the plans and as directed by the Engineer.

All striping and pavement markings shall be removed by grinding prior to placing the cape seal.

All pavement marker buttons shall be removed prior to placing cape seal.

Contractor shall install temporary pavement delineation per the Engineer’s direction.

Waste from removal of thermoplastic pavement striping and pavement marking may contain lead chromate in average concentrations greater than or equal to 350 mg/kg and less than 1000 mg/kg Total Lead. Thermoplastic pavement striping and pavement marking may exist on various roadways within the Base Bid areas, residue produced when thermoplastic is removed may contain heavy metals in concentrations that exceed thresholds established by the California Health and Safety Code and may produce toxic fumes when heated.

Road Repair and Accountability Act of 2017 Fund (SB 1), Manning Avenue Improvements Phase 2 from Frankwood Avenue to Columbia Avenue Special & Technical Provisions

Page 33 of 80

Page 74: ROAD REPAIR AND ACCOUNTABILITY ACT OF 2017 FUND (SB 1), … · 2018-06-19 · Road Repair and Accountability Act of 2017 Fund (SB 1), 1 of 33 Manning Avenue Improvements Phase 2 from

The removed thermoplastic pavement striping and pavement markings may be required to be disposed of at a Class I disposal facility or a Class 2 disposal facility permitted by the Regional Water Quality Control Board in conformance with the requirements of the disposal facility operator within 10 days after accumulating 100 kg of residue and dust. The Contractor shall make necessary arrangements with the operator of the disposal facility to test the yellow thermoplastic residue as required by the facility and these special provisions. Testing shall include, at a minimum, (1) Total Lead and Chromium by EPA Method 7000 series and (2) Soluble Lead and Chromium by California Waste Extraction Test. From the first 3360 L of waste or portion thereof, if less than 3360 L of waste are produced, a minimum of four randomly selected samples shall be taken and analyzed. From each additional 840 L of waste or portion thereof, if less than 840 L are produced, a minimum of one additional random sample shall be taken and analyzed. The Contractor shall submit the name and location of the disposal facility and analytical laboratory along with the testing requirements to the Engineer not less than 5 days prior to the start of removal of thermoplastic pavement marking.

The analytical laboratory shall be certified by the Department of Health Services Environmental Laboratory Accreditation Program. Test results shall be provided to the Engineer for review prior to signing a waste profile as requested by the disposal facility, prior to issuing an EPA identification number, and prior to allowing removal of the waste from the site.

The Contractor shall prepare a project specific Lead Compliance Plan to prevent or minimize worker exposure to lead while handling removed thermoplastic residue. Attention is directed to Title 8, California Code of Regulations, Section 1532.1, "Lead," for specific Cal-OSHA requirements when working with lead.

The Lead Compliance Plan shall contain the elements listed in Title 8, California Code of Regulations, Section 1532.1 (e)(2)(8). Before submission to the Engineer, the Lead Compliance Plan shall be approved by an Industrial Hygienist certified in Comprehensive Practice by the American Board of Industrial Hygiene. The Plan shall be submitted to the Engineer at least 7 days prior to beginning removal of thermoplastic.

Prior to removing thermoplastic pavement striping and pavement markings, personnel who have no prior training, including City personnel, shall complete a safety training program provided by the Contractor that meets the requirements of Title 8, California Code of Regulations, Section 1532.1, "Lead," and the Contractor's Lead Compliance Program. Personal protective equipment, training, and washing facilities required by the Contractor's Lead Compliance Plan shall be supplied by the Contractor.

Where grinding or other methods approved by the Engineer are used to remove thermoplastic pavement striping and pavement markings, the removed residue, including dust, shall be contained and collected immediately. Sweeping equipment shall not be used. Collection shall be by a high efficiency particulate air (HEPA) filter equipped vacuum attachment operated concurrently with the removal operations or other equally effective methods approved by the Engineer. The Contractor shall submit a written work plan for the removal, storage, and disposal of thermoplastic pavement striping and pavement marking to the Engineer for approval not less than 7 days prior to the start of the removal operations. Removal operations shall not be started until the Engineer has approved the work plan.

The removed thermoplastic pavement marking residue shall be stored and labeled in covered containers. Labels shall conform to the provisions of Title 22, California Code of Regulations,

Road Repair and Accountability Act of 2017 Fund (SB 1), Manning Avenue Improvements Phase 2 from Frankwood Avenue to Columbia Avenue Special & Technical Provisions

Page 34 of 80

Page 75: ROAD REPAIR AND ACCOUNTABILITY ACT OF 2017 FUND (SB 1), … · 2018-06-19 · Road Repair and Accountability Act of 2017 Fund (SB 1), 1 of 33 Manning Avenue Improvements Phase 2 from

Sections 66262.31 and 66262.32. Labels shall be marked with date when the waste is generated, the words "Hazardous Waste", composition and physical state of the waste (for example, asphalt grindings with thermoplastic or paint), the word "Toxic", the name and address of the Engineer, the Engineer's telephone number, contract number, and Contractor or subcontractor. The containers shall be a type approved by the United States Department of Transportation for the transportation and temporary storage of the removed residue. The containers shall be handled so that no spillage will occur. The containers shall be stored in a secured lockable enclosure at a location within the project limits until disposal, as approved by the Engineer.

Should the yellow thermoplastic pavement striping and pavement marking residue be required to be transported to a Class I disposal facility, a manifest shall be used, and the transporter shall be registered with the California Department of Toxic Substance Control. The Engineer will obtain the United States Environmental Protection Agency Identification Number and sign all manifests as the generator within 2 working days of receiving sample test results and approving the test methods. Nothing in these special provisions shall relieve the Contractor of the Contractor's responsibilities as specified in Section 7-1.09, "Public Safety," of the Standard Specifications.

Full compensation for Remove Existing Facilities includes the removal and disposal of all materials, removing existing in pavement lighting, removing existing thermoplastic paint, existing street signs, and/or other obstructions not specified above as required by the plans and specifications within the entire right-of-way or those features conflicting with work to be performed.

10-1.14 6” HMA DIG OUT

Refer to Technical Specifications TS-2 Hot Mix Asphalt (HMA), TS-3 Cold Planing, and TS-4 Digout or Remove & Replace, and Cold Plane & Replace.

The contract price paid per square foot (SF) for 6” HMA Dig Out shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals and for doing all the work involved in 6” HMA Dig Out as shown on the plans, as specified in the Standard Specifications and these special provisions, and as directed by the Engineer.

10-1.15 SKIN PATCH

Refer to Technical Specifications TS-1 Skin Patch.

The contract price paid per square foot (SF) for Skin Patch shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals and for doing all the work involved in Skin Patch as shown on the plans, as specified in the Standard Specifications and these special provisions, and as directed by the Engineer.

10-1.16 CAPE SEAL

Refer to Technical Specifications TS-5 Aram Cape Seal and TS-6 Type II Slurry Seal.

The contract price paid per square foot (SF) for Cape Seal shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals and for doing all the work

Road Repair and Accountability Act of 2017 Fund (SB 1), Manning Avenue Improvements Phase 2 from Frankwood Avenue to Columbia Avenue Special & Technical Provisions

Page 35 of 80

Page 76: ROAD REPAIR AND ACCOUNTABILITY ACT OF 2017 FUND (SB 1), … · 2018-06-19 · Road Repair and Accountability Act of 2017 Fund (SB 1), 1 of 33 Manning Avenue Improvements Phase 2 from

involved in Cape Seal as shown on the plans, as specified in the Standard Specifications and these special provisions, and as directed by the Engineer.

10-1.17 EDGE MILL

Refer to Technical Specifications TS-3 Cold Planing. The surface of each road to be cold planed so as to remove all raise areas and to produce smooth riding surface free of humps and bumps.

All grindings are to be collected and removed from the project site as the material is generated and disposed of properly.

The contract price paid per linear foot (LF) for Edge Mill shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals and for doing all the work involved in Edge Mill as shown on the plans, as specified in the Standard Specifications and these special provisions, and as directed by the Engineer.

10-1.18 LOOP DETECTOR REPLACEMENT

This item shall conform to these special provisions.

Contractor shall replace existing loop detector and install Type E loop detector unless otherwise specified in the plans, or as directed by the engineer. Detector loops shall conform to Standard plans ES-5A, ES-5B, and ES-5D, the provisions in Section 86-5.01 "Vehicle Detectors" of the Standard Specifications, and these special provisions.

The contract price paid per each (EA) Loop Detector Replacement shall include full compensation for furnishing all labor, materials, tools, equipment and incidentals and for doing all work involved in loop detector replacement as specified herein and no additional payment will be made.

10-1.19 ADJUST MANHOLE FRAME AND COVER TO GRADE

Frames and covers and frames and grates of existing and new manholes, inlets, or other facilities shall be adjusted to grade in accordance with the provisions in Section 15-2.10B, "Adjust Frames, Covers, Grates, and Manholes," of the Standard Specifications.

The contract price paid per each (EA) for Lower Manhole Frame and Cover shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals and for doing all the work involved in Lower Manhole Frame and Cover as shown on the plans, as specified in the Standard Specifications and these special provisions, and as directed by the Engineer. No separate or additional payments will be made therefor.

10-1.20 ADJUST WATER VALVE FRAME AND COVER TO GRADE

Frames and covers and frames and grates of existing and new manholes, inlets, or other facilities shall be adjusted to grade in accordance with the provisions in Section 15-2.10B, "Adjust Frames, Covers, Grates, and Manholes," of the Standard Specifications.

Road Repair and Accountability Act of 2017 Fund (SB 1), Manning Avenue Improvements Phase 2 from Frankwood Avenue to Columbia Avenue Special & Technical Provisions

Page 36 of 80

Page 77: ROAD REPAIR AND ACCOUNTABILITY ACT OF 2017 FUND (SB 1), … · 2018-06-19 · Road Repair and Accountability Act of 2017 Fund (SB 1), 1 of 33 Manning Avenue Improvements Phase 2 from

The contract price paid per each (EA) for Adjust Water Valve Frame and Cover to Grade shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals and for doing all the work involved in Adjust Water Valve Frame and Cover to Grade as shown on the plans, as specified in the Standard Specifications and these special provisions, and as directed by the Engineer. No separate or additional payments will be made therefor.

10-1.21 THERMOPLASTIC TRAFFIC STRIPING, PAVEMENT MARKINGS AND MARKERS

This item involves traffic markings, replacing existing striping and pavement markers in accordance with the applicable portions of the State Standard and the provisions of Section 84 “Traffic Stripes and Pavement Markings,” of the State of California Standard Specifications.

THERMOPLASTIC TRAFFIC STRIPING

Thermoplastic traffic stripes (traffic lines) and pavement markings shall be applied in conformance with the provisions in Section 84-2, "Thermoplastic Traffic Stripes and Pavement Markings," of the Standard Specifications and these special provisions.

Where striping joins existing striping, as shown on the plans, the Contractor shall begin and end the transition from the existing striping pattern into or from the new striping pattern a sufficient distance to ensure continuity of the striping pattern.

Thermoplastic material for traffic stripes and pavement markings shall be applied at a minimum thickness of 2.0 mm.

PAINTED BICYCLE PAVEMENT MARKINGS

Painted Bicycle Pavement Markings shall conform to Section 84-3 “Painted Traffic Stripes and Pavement Markings” of the Standard Specifications and these special provisions. Pavement markings shall be painted (2 coats) in accordance with the plans.

PAVEMENT MARKERS

Installation of Pavement Markers shown on the plans shall conform to Section 85 “Pavement Markers” of the Standard Specifications and these special provisions. Refer to City Standard W-2 for fire hydrant marker locations.

Retroreflective pavement markers shall comply with the specific intensity provisions for reflectance after abrading the lens surface in conformance with the "Steel Wool Abrasion Procedure" specified for pavement markers placed in pavement recesses in Section 85-1.02C, "Retroreflective Pavement Markers," of the Standard Specifications.

The contract price paid per lump sum (LS) for Thermoplastic Traffic Striping, Pavement Markings and Markers shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals, including furnishing and re-installing existing traffic stripes, stop bars, crosswalks, and pavement markings of the type and at the locations shown on the plans, and furnish and installation of blue dot markers for fire hydrants, if any, establishing alignment for stripes and layout work as shown on the plans and as directed by the Engineer.

Road Repair and Accountability Act of 2017 Fund (SB 1), Manning Avenue Improvements Phase 2 from Frankwood Avenue to Columbia Avenue Special & Technical Provisions

Page 37 of 80

Page 78: ROAD REPAIR AND ACCOUNTABILITY ACT OF 2017 FUND (SB 1), … · 2018-06-19 · Road Repair and Accountability Act of 2017 Fund (SB 1), 1 of 33 Manning Avenue Improvements Phase 2 from

SECTION 11 – NOT USED

SECTION 12 – NOT USED

SECTION 13 – NOT USED

SECTION 14 – NOT USED

Road Repair and Accountability Act of 2017 Fund (SB 1), Manning Avenue Improvements Phase 2 from Frankwood Avenue to Columbia Avenue Special & Technical Provisions

Page 38 of 80

Page 79: ROAD REPAIR AND ACCOUNTABILITY ACT OF 2017 FUND (SB 1), … · 2018-06-19 · Road Repair and Accountability Act of 2017 Fund (SB 1), 1 of 33 Manning Avenue Improvements Phase 2 from

SECTION 15 - APPLICABLE STANDARD PLANS AND DETAILS

THE FOLLOWING IS A LIST OF THE VARIOUS STANDARD PLANS USED ON THIS PROJECT. THIS LIST IS NOT INTENDED TO BE INCLUSIVE AND IS FOR INFORMATIONAL PURPOSES ONLY:

• Caltrans, Applicable Standard Plans

A20A Pavement Markers and Traffic Lines Typical Details A20B Pavement Markers and Traffic Lines Typical Details A20D Pavement Markers and Traffic Lines Typical Details A24A Pavement Markings Arrows A24D Pavement Markings Words A24F Pavement Markings Crosswalks ES-5A Electrical Systems (Loop Detectors) ES-5B Electrical Systems (Detectors) ES-5D Electrical Systems (Curb and Shoulder Termination, Trench, and

Handhole Details)

• City of Reedley – Applicable Standard Plans W-2 Typical Fire Hydrant Marker Locations

Road Repair and Accountability Acto f 2017 Fund (SB 1), Manning Avenue Improvements Phase 2 from Frankwood Avenue to Columbia Avenue Special & Technical Provisions

Page 39 of 80

Page 80: ROAD REPAIR AND ACCOUNTABILITY ACT OF 2017 FUND (SB 1), … · 2018-06-19 · Road Repair and Accountability Act of 2017 Fund (SB 1), 1 of 33 Manning Avenue Improvements Phase 2 from

TECHNICAL PROVISIONS

Road Repair and Accountability Act of 2017 Fund (SB 1), Manning Avenue Improvements Phase 2 from Frankwood Avenue to Columbia Avenue Special & Technical Provisions

Page 40 of 80

Page 81: ROAD REPAIR AND ACCOUNTABILITY ACT OF 2017 FUND (SB 1), … · 2018-06-19 · Road Repair and Accountability Act of 2017 Fund (SB 1), 1 of 33 Manning Avenue Improvements Phase 2 from

TS-1 SKIN PATCH

TS-1.01 General

The work shall comply with Section 39, “Hot Mix Asphalt”, of the Caltrans 2010 Standard Specifications (Non-revised Edition) and these special conditions.

TS-1.02 Material

The material for skin patch areas shall be 3/8” HMA Type A or sheet mix with PG 64-10.

TS-1.03 Construction

TS-1.03A(1) Preparation

Areas to receive skin patch shall be thoroughly cleaned by brooming. All loose debris and foreign material, including accumulations of dirt shall be removed.

Prepared surface shall be reviewed and accepted by Owners Representative prior to application of Tack Coat.

Tack coat shall be utilized and shall be either emulsified asphalt Grade RS-1, RS-1h, SS-1, or SS-1h conforming to Section 94, ‘Asphaltic Emulsions,’ or paving grade asphalt conforming to Section 92, ‘Asphalts Binder’.

Place and spread HMA over the pavement areas to the dimensions and elevations shown on the plans.

1. Care shall be taken to avoid creating humps or mounds which will adversely affect drainage patterns or create drainage problems to finished pavement.

2. In Accessible Parking areas and adjacent Unloading Zones, the contractor shall verify the pavement has a maximum slope of two percent in any direction. Crosswalk areas that constitute a part of the accessible travel path shall have a maximum cross slope of two percent.

TS-1.04 Measurement and Payment

Payment for Skin Patch shall be made on a square foot basis for “Skin Patch” as listed in the bid schedule and shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals and for doing all the work involved in furnishing and placing of the Skin Patch complete in place, as shown on the plans, as specified in the Standard Specifications and these special provisions, and as directed by the Engineer.

Road Repair and Accountability Act of 2017 Fund (SB 1), Manning Avenue Improvements Phase 2 from Frankwood Avenue to Columbia Avenue Special & Technical Provisions

Page 41 of 80

Page 82: ROAD REPAIR AND ACCOUNTABILITY ACT OF 2017 FUND (SB 1), … · 2018-06-19 · Road Repair and Accountability Act of 2017 Fund (SB 1), 1 of 33 Manning Avenue Improvements Phase 2 from

TS-2 HOT MIX ASPHALT (HMA)

TS-2.01 General

TS-2.01A Summary

This work includes producing and placing hot mix asphalt (HMA) surface course using modified Standard Process, and placing Minor Hot Mix Asphalt using the Method Process as indicated herein.

Comply with Section 39, "Hot Mix Asphalt," of the 2010 Standard Specifications (Non-revised Edition) except as modified in these special provisions.

TS-2.01B Submittals

Submit JMF information on Form CEM-3511 and Form CEM-3512. Submit Form CEM-3513 or CEM-3514 for mixes that have been verified within last 12 months. Provide most recent CEM-3513 if mix has not been verified within the last 12 months. For unverified mixes or out of date mix tests, final acceptance will be based on production startup tests and Contractor will be paving at their own risk.

Submit Quality Control Plan that conforms to the current Caltrans Quality Control Plan Review Checklist for Hot Mix Asphalt. Allow 20 calendar days for review.

TS-2.02 Materials

TS-2.02A Asphalt Binder

The grade of asphalt binder mixed with aggregate for all HMA Type A must be PG 64-10.

TS-2.02B Mix Types

Generally, the hot mix asphalt to be used will be as follows unless modified by the Engineer:

Base Courses: 1/2 inch Type A, hot mix asphalt or at the contractor option, 3/4 inch Type A, hot mix asphalt may be used for base courses greater than 2-1/2 inches.

Leveling Courses: 3/8 inch Type A hot mix asphalt for leveling courses.

Surface Courses: 1/2 inch Type A, hot mix asphalt for surface courses.

The material for skin patch areas shall be 3/8” Type A or sheet mix with PG 64-10.

Mix voids to be targeted at 4.0%.

TSR to be minimum 70 in accordance with CTM 371.

Road Repair and Accountability Act of 2017 Fund (SB 1), Manning Avenue Improvements Phase 2 from Frankwood Avenue to Columbia Avenue Special & Technical Provisions

Page 42 of 80

Page 83: ROAD REPAIR AND ACCOUNTABILITY ACT OF 2017 FUND (SB 1), … · 2018-06-19 · Road Repair and Accountability Act of 2017 Fund (SB 1), 1 of 33 Manning Avenue Improvements Phase 2 from

TS-2.03 Construction

TS-2.03A Surface Preparation

The work shall consist of preparing the existing street surfaces prior to the commencement of paving. Such work shall include removing raised pavement markers, removing thermoplastic traffic markings and legends, controlling nuisance water, sweeping, watering, and removing loose and broken asphalt concrete pavement and foreign material as specified in the Standard Specifications and these Technical Provisions, and as directed by the Engineer.

All vertical edges to be paved against shall be tack coated. These include, but are not limited to, curb faces, gutter lips, swale edges, cross gutter edges, and asphalt concrete edges.

Tack coat shall be utilized and shall be either emulsified asphalt Grade RS-1, RS-1h, SS-1, or SS-1h conforming to Section 94, ‘Asphaltic Emulsions,’ or paving grade asphalt conforming to Section 92, ‘Asphalts Binder’.

All cold joints, both longitudinal and transverse, shall be heated with a torch immediately prior to paving. Cold joints include previous passes placed more than three hours prior. All cold joints shall be tack coated. Rolling shall be performed as indicated in the referenced Caltrans specifications for “Standard” placement except that a pneumatic tired roller shall be optional. The roller water shall contain a soap type compound to prevent sticking of the HMA material to the rollers.

TS-2.03B Transporting, Spreading and Compacting

The number of rollers required for each paving operation shall be such that all rolling for density can be completed before the temperature of the hot mix asphalt mixture drops below 240 degrees Fahrenheit.

Breakdown rolling shall commence when the hot mix asphalt is placed. Rolling shall be accomplished with the drive wheel forward and with the advance and return passes in the same line.

The CONTRACTOR shall have hand-compaction equipment immediately available for compacting all areas inaccessible to rollers. Hand-compaction shall be performed concurrently with breakdown rolling. If for any reason hand-compaction falls behind breakdown rolling, further placement of hot mix asphalt shall be suspended until hand-compaction is caught up. Hand-compaction includes vibraplates and hand tampers. Hand torches shall be available for rework of areas which have cooled.

After compaction, the surface texture of all hand work areas shall match the surface texture of the machine placed mat. Any coarse or segregated areas shall be corrected immediately upon discovery. Failure to immediately address these areas shall cause suspension of hot mix asphalt placement until the areas are satisfactorily addressed, unless otherwise allowed by the Engineer.

Road Repair and Accountability Act of 2017 Fund (SB 1), Manning Avenue Improvements Phase 2 from Frankwood Avenue to Columbia Avenue Special & Technical Provisions

Page 43 of 80

Page 84: ROAD REPAIR AND ACCOUNTABILITY ACT OF 2017 FUND (SB 1), … · 2018-06-19 · Road Repair and Accountability Act of 2017 Fund (SB 1), 1 of 33 Manning Avenue Improvements Phase 2 from

TS-2.03C Removal and Disposal of Material

Materials removed using a cold planing or other methods, shall become the property of the Contractor, and shall be disposed of in accordance with local rules and regulations.

TS-2.03D Quality Control

The HMA shall be verified by the engineer prior to placement on jobsite. If agreed to by the Contractor and the Engineer the production start-up may be used for verification. If the production start-up is used for verification the Engineer may require removal and replacement of the HMA, at his discretion, in the event of verification failure.

Contractor quality control testing is optional. However, if the contractor fails to submit quality control results to the engineer within 72 hours of HMA placement, the contractor waives all rights to dispute the Engineer’s results. In the event of asphalt binder or Hamburg wheel track testing by the Engineer, the contractor has 5 days to submit their test results from the time the Engineer informs the contractor that he is performing testing or the contractor waives the right to dispute the Engineer’s results.

The Engineer shall test for conformance with aggregate quality characteristics at the beginning of the project.

The Engineer shall test air void content, Hveem stability, and Voids in Mineral Aggregate (VMA) a minimum of once per day.

The Engineer may test HMA sample for conformance with the design Hamburg Wheel Testing (AASHTO T324 (modified)) requirements at his discretion.

The Engineer may sample the asphalt concrete from truck beds at the plant, from the hopper of the spreading machine, or from the completed mat at the discretion of the Engineer. The Contractor shall facilitate the sampling process.

TS-2.03E Engineer’s Acceptance Testing

Sublots to determine compaction testing shall be based on the following:

Each 750 tons, or part thereof, placed on an individual street in a paving day. If over 750 tons are placed in a single paving day on an individual street, up to 150 tons over 750 tons can be moved in to the previous 750 ton sublot.

If multiple streets are paved in a day, each street will be considered its own

sublot with multiple sublots on streets where greater than 750 tons are placed.

The in-place density shall be between 92.0 percent and 97.0 percent of maximum theoretical unit weight using a nuclear gauge. Gauge compaction testing shall be performed in accordance with CTM 375. Final compaction is based on the average

Road Repair and Accountability Act of 2017 Fund (SB 1), Manning Avenue Improvements Phase 2 from Frankwood Avenue to Columbia Avenue Special & Technical Provisions

Page 44 of 80

Page 85: ROAD REPAIR AND ACCOUNTABILITY ACT OF 2017 FUND (SB 1), … · 2018-06-19 · Road Repair and Accountability Act of 2017 Fund (SB 1), 1 of 33 Manning Avenue Improvements Phase 2 from

nuclear gauge results for the sublot. The nuclear gauge will be core correlated the first day of paving. If nuclear gauge compaction testing results are failing, the contractor can request coring to verify the results. Three cores will be sampled for each sublot and the average of the three cores for each sublot will determine density. The core locations will be determined using random sampling charts in CTM 375. The engineer will mark the core locations. Cores may be taken up to 5 calendar days after placement and may be 4 or 6 inches in diameter. The engineer will provide results within 3 working days of receiving the cores. Passing cores shall be paid for by the owner. Failing cores will be paid for by the contractor. If the core density produces both passing and failing cores, the cost will be prorated between the contractor and the owner. For the percent of maximum theoretical density, the following table shall apply to deductions for average compaction of a sublot:

Reduced Payment Factors for Percent of Maximum Theoretical Density

HMA Type A Percent of Maximum

Theoretical Density

Reduced Payment Factor

HMA Type A Percent of Maximum

Theoretical Density

Reduced Payment Factor

92.0 0.0000 97.0 0.0000 91.9 0.0125 97.1 0.0125 91.8 0.0250 97.2 0.0250 91.7 0.0375 97.3 0.0375 91.6 0.0500 97.4 0.0500 91.5 0.0625 97.5 0.0625 91.4 0.0750 97.6 0.0750 91.3 0.0875 97.7 0.0875 91.2 0.1000 97.8 0.1000 91.1 0.1125 97.9 0.1125 91.0 0.1250 98.0 0.1250 90.9 0.1375 98.1 0.1375 90.8 0.1500 98.2 0.1500 90.7 0.1625 98.3 0.1625 90.6 0.1750 98.4 0.1750 90.5 0.1875 98.5 0.1875 90.4 0.2000 98.6 0.2000 90.3 0.2125 98.7 0.2125 90.2 0.2250 98.8 0.2250 90.1 0.2375 98.9 0.2375 90.0 0.2500 99.0 0.2500

< 90.0 Remove and Replace > 99.0

Remove and Replace

Road Repair and Accountability Act of 2017 Fund (SB 1), Manning Avenue Improvements Phase 2 from Frankwood Avenue to Columbia Avenue Special & Technical Provisions

Page 45 of 80

Page 86: ROAD REPAIR AND ACCOUNTABILITY ACT OF 2017 FUND (SB 1), … · 2018-06-19 · Road Repair and Accountability Act of 2017 Fund (SB 1), 1 of 33 Manning Avenue Improvements Phase 2 from

TS-2.03F Temporary Transitions

The Contractor shall construct temporary pavement transitions at all transverse paving joints greater than 1 inch prior to allowing traffic onto the paved surface. Temporary pavement transitions shall have a maximum slope of 20:1 or as approved by the engineer and be constructed on Kraft paper or other suitable bond breaker such that upon removal of the temporary pavement transition, a clean notch remains. The temporary transitions may be constructed of either cold mix or hot mix.

The Contractor shall continuously maintain the temporary pavement until final paving. Each temporary transition shall be inspected by the Contractor and repaired as necessary to comply with these provisions at the end of each day including weekends and holidays.

Failure to comply with these provisions will result in a liquidated damage of $250 per day per transition and/or the cost of City crews making the repairs if necessary to correct for public safety.

TS-2.04 Measurement and Payment

Section 39-6, “Payment,” of the Standard Specifications shall not apply. Measurement and Payment for HMA shall be at the unit cost indicated in the Bid Schedule. The contract prices paid under bid items for “6” HMA Dig Out” and include full compensation for furnishing all labor, materials, tools, equipment, and incidentals for doing all the work involved in constructing HMA, complete in place, as shown on the plans, as specified in these specifications and the special provisions, and as directed by the Engineer.

Contract shall include in the unit price all costs relating to submitting the JMF including all testing costs for JMF verification and quality control testing. The unit price includes the cost of providing the Contractor’s Quality Control Plan. The Contractor shall pay all the cost of coring if requested to verify density by cores. Engineer will pay cost of testing cores.

TS-3 COLD PLANING

TS-3.01 General

Cold planing shall include all work necessary to remove existing asphalt and/or concrete pavement to a predetermined depth as indicated on the drawings. The work includes, but is not limited to, removal of the existing pavement adjacent to gutters, cross gutters, ends of overlays, equipment crossings, railroad crossings, and bridge approaches. Existing pavement surface on roadways to be milled prior to pavement inlay shall be cold planed as specified herein.

TS-3.02 Equipment

The machine used for planing shall have performed satisfactorily on similar work and shall meet the following requirements:

Road Repair and Accountability Act of 2017 Fund (SB 1), Manning Avenue Improvements Phase 2 from Frankwood Avenue to Columbia Avenue Special & Technical Provisions

Page 46 of 80

Page 87: ROAD REPAIR AND ACCOUNTABILITY ACT OF 2017 FUND (SB 1), … · 2018-06-19 · Road Repair and Accountability Act of 2017 Fund (SB 1), 1 of 33 Manning Avenue Improvements Phase 2 from

The planing machine shall be specifically designed and built for the planing of bituminous pavements without the addition of heat. It shall have the ability to plane portland cement concrete patches in the bituminous pavement, or portland cement concrete pavements. The cutting drum shall be a minimum of sixty inches wide and shall be equipped with carbide tipped cutting teeth placed in a variable-lacing pattern to produce the desired finish.

The machine shall be capable of being operated at speeds of zero to forty feet per minute, it shall be self-propelled, and have the capability of spraying water at the cutting drum to minimize dust. The machine shall be operated in such a way so that no fumes or smoke will be produced. The machine shall be capable of removing the paving material next to curbs or gutters and be designed such that the operator thereof can at all times observe the planing operation without leaving the controls. The machine shall be adjustable for slope and depth and shall be equipped with sonic sensing devices for controlling depth.

TS-3.03 Construction

Limits of cold planing will be determined by the Engineer prior to construction. The depths and dimensions of the cold planing and keycuts are designated on the plans. Cold planing may be used for removal of existing pavement under bid items for “Edge Mill” and may be used for “6” HMA Dig out”.

Cold planing may require removal of existing asphalt concrete above gutter lips, in addition to the required depth below the gutter lip, due to prior overlays.

Pavement to be cold planed may contain pavement fabric.

TS-3.03A Pavement Removal

Prior to cold planing, on streets to have a uniform depth of the existing surface removed, all utility covers shall be lowered such that the cutting teeth of the planing machine passes over the adjusted lid without causing damage to the lid or frame. Contractor will be responsible for maintaining any temporary asphalt fill material over these facilities until the final paving surface is installed. The Contractor shall clearly mark or reference lowered sanitary sewer and water valves in case emergency access is required by the agency responsible for operation of the sewer and water system.

All pavement areas called out for removal and replacement shall be cold planed to the full width of the roadway. Pavement against curb faces shall be removed to the full depth designated for that particular section of roadway. If pavement against curb faces cannot be removed by the planing machine, the Contractor shall use other means to remove this material.

TS-3.03B Tolerances

The pavement surface after cold planing shall be uniformly rough. The grade shall not deviate from a suitable straight edge more than 1/4 inch at any point. When multiple passes are required to create the cold planed surface, the maximum variation from a

Road Repair and Accountability Act of 2017 Fund (SB 1), Manning Avenue Improvements Phase 2 from Frankwood Avenue to Columbia Avenue Special & Technical Provisions

Page 47 of 80

Page 88: ROAD REPAIR AND ACCOUNTABILITY ACT OF 2017 FUND (SB 1), … · 2018-06-19 · Road Repair and Accountability Act of 2017 Fund (SB 1), 1 of 33 Manning Avenue Improvements Phase 2 from

stringline or straight edge shall be 1/4 inch high to 1/2 inch low. High points out of tolerance shall be replaned to fall within tolerance. Low areas shall be filled with asphalt concrete as specified herein to meet tolerances. The cost of such correction of low areas shall be entirely the Contractor’s.

TS-3.03C Removal and Disposal of Material

During the cold planing operation, the Contractor shall sweep the roadway with mechanical equipment and remove all loosened material from the project site until completion of the removal work.

All materials removed including asphalt pavement grindings and loop detectors shall be considered the property of the Contractor and shall be removed and disposed of according to local rules and regulations at the Contractor’s expense.

In addition to removing the cold planed asphalt concrete, the Contractor shall remove any slurry seal or asphalt concrete which is adhered to the top of the adjacent gutter, cross gutter, or spandrel.

TS-3.03D Air Pollution Control

The Contractor shall take all necessary measures to avoid the dispersion of dust. Attention is directed to Subsection 10-5 of the Standard Specifications.

TS-3.03E Temporary Transitions

The Contractor shall construct temporary pavement transitions prior to allowing traffic onto cold planed pavement areas. Such transitions shall have a maximum slope of 20:1 and be constructed on kraft paper or other suitable bond breaker such that upon removal of the transition a clean notch remains. Temporary transitions are not necessary in traffic areas if the drop off is less than 0.10 feet. Temporary transitions are required at all conforms, handicap ramps, cross gutters, and driveways. Temporary transitions must be constructed of hot or cold mix asphalt.

TS-3.03F Correction of Tear Out Areas

If tear-out to the underlying layers occurs during the cold planing operation, the Contractor shall adjust his operation to minimize tear-out. Corrections shall include changing operation speed and replacing cutting teeth. Changes in cold planing depth shall only be made with approval of the Engineer.

Areas torn out by lack of diligence on the Contractor’s part shall be corrected by placement of asphalt concrete conforming to the requirements of these special conditions. Areas torn out due to pre-existing adhesion problems in the existing asphalt concrete shall be corrected at the City’s expense as directed by the Engineer.

Road Repair and Accountability Act of 2017 Fund (SB 1), Manning Avenue Improvements Phase 2 from Frankwood Avenue to Columbia Avenue Special & Technical Provisions

Page 48 of 80

Page 89: ROAD REPAIR AND ACCOUNTABILITY ACT OF 2017 FUND (SB 1), … · 2018-06-19 · Road Repair and Accountability Act of 2017 Fund (SB 1), 1 of 33 Manning Avenue Improvements Phase 2 from

TS-3.04 Measurement and Payment

Cold planing for milled areas shall be measured on an area basis. Payment for cold planing for keycuts or for milling will be made on a unit cost basis as shown on the Bid Schedule. Other cold planing will be paid within other various items including “6” HMA Dig Out” and “Edge Mill”.

The above contract unit costs shall be considered full compensation for furnishing all labor, materials, tools, equipment, transportation, and incidentals; and for performing all of the work involved as detailed in the Standard Specifications, these Special Provisions, and the plans and typical sections. No additional compensation will be allowed therefor.

TS-4 DIGOUT OR REMOVE & REPLACE, AND COLD PLANE & REPLACE

TS-4.01 General

The work shall consist of removing and replacing existing asphalt concrete, and base if necessary, to the specified depth by cold planing or other methods.

Digouts on roadways designated to be milled shall be performed after the cold planing operation is completed. Depth of the digouts shall then be based on the remaining thickness of asphalt concrete after cold planing.

TS-4.02 Materials

HMA used as the base course for pavement replacement and digouts shall be 1/2 inch Type A with PG 64-10. HMA used as the surface course shall be 1/2 inch Type A with PG 64-10. In all of the above instances, the HMA shall conform to the 2010 unrevised Section 39 of the Standard Specifications, and these Special Provisions.

TS-4.03 Construction

The pavement areas designated to be replaced shall be removed to a uniform depth as specified, and mayby cold planning and mechanical removal. Any broken or damaged pavement edges shall be re-cut prior to paving. All removed material shall be cleared from the site.

The excavated areas shall be graded as shown on the plans as necessary to provide a uniform pavement thickness. The base rock or native soil shall be compacted to 95% relative compaction at or above optimum moisture as determined by Cal Test 216 and 231 or ASTM D-1557, D-2216, D-2922, and D-3017. Compaction testing shall be performed in accordance with either CTM 216 and 231 or ASTM D-1557, D-2216, D-2922, and D-3017. All segregated or loose material shall be removed.

On areas where the underlying material appears to be wet or soft or where it deflects under wheel loads, the Contractor shall employ excavation and work techniques which do not worsen the sub-grade condition.

Road Repair and Accountability Act of 2017 Fund (SB 1), Manning Avenue Improvements Phase 2 from Frankwood Avenue to Columbia Avenue Special & Technical Provisions

Page 49 of 80

Page 90: ROAD REPAIR AND ACCOUNTABILITY ACT OF 2017 FUND (SB 1), … · 2018-06-19 · Road Repair and Accountability Act of 2017 Fund (SB 1), 1 of 33 Manning Avenue Improvements Phase 2 from

Prior to placing aggregate base or asphalt concrete, each pavement replacement area shall be proof-rolled with a loaded construction vehicle, preferably a ten cubic yard dump truck or equivalent. The compacted surface shall not visibly yield or deflect. Soft, yielding, unstable, or unsuitable areas shall be removed and replaced with base rock or asphalt concrete. If the areas were caused or significantly worsened by the Contractor’s operations, these areas shall be replaced at the Contractor’s expense.

In the event that the underlying material is soft, yielding, unstable, or unsuitable, it shall be excavated to a depth of 0.5 feet below the depth required above and disposed of in accordance with these Special Provisions. The limits of removal shall be designated by the Engineer. The resulting space shall be filled with a single lift of asphalt concrete.

Unsuitable material is defined as material the Engineer determines to be:

1. Of such unstable nature as to be incapable of being compacted to specified density using ordinary methods at optimum moisture content, or

2. Too wet to be properly compacted and circumstances prevent in-place drying prior to incorporation into the work, or

3. Otherwise unsuitable for the planned use.

After compaction of the sub-grade, aggregate base shall be placed and compacted to 95% relative compaction. All vertical edges of existing pavement or concrete shall receive a tack coat immediately prior to paving. Additional tack may be necessary between asphalt concrete courses. No prime coat shall be required. A tack coat between layers of asphalt concrete shall be required if not paved on the same day or if the surface has been contaminated or soiled. Any contamination or soiling shall be thoroughly cleaned and a tack coat placed between layers immediately prior to paving.

Care shall be taken to assure compaction of the inside corners of the first lift. Ramping shall not be allowed on the course placed immediately prior to the surface course.

A minimum of two lifts shall be used for each replacement area or digout with a depth greater than three inches. The surface course shall be 1-1/2 inches minimum thickness. No single base or intermediate course may exceed three inches.

The repaired areas shall conform to the level of the surrounding pavement so that no elevation variation is evident. The surface shall have a maximum variation from high to low of 0.01 feet maximum when measured with a twelve-foot level. Variation at the edges shall not exceed 0.01 feet maximum. When matching existing pavement, the finished surface shall not inhibit drainage. The upslope edge of the digout or replacement shall be 0.00 feet high to 0.01 feet low. On the downslope edge of the digout or replacement, the finished surface shall be 0.01 feet high to 0.00 feet low. Any resulting variations shall be corrected to the satisfaction of the Engineer.

Road Repair and Accountability Act of 2017 Fund (SB 1), Manning Avenue Improvements Phase 2 from Frankwood Avenue to Columbia Avenue Special & Technical Provisions

Page 50 of 80

Page 91: ROAD REPAIR AND ACCOUNTABILITY ACT OF 2017 FUND (SB 1), … · 2018-06-19 · Road Repair and Accountability Act of 2017 Fund (SB 1), 1 of 33 Manning Avenue Improvements Phase 2 from

TS-4.03A Removal and Disposal of Material

All materials removed including asphalt pavement grindings and loop detectors shall be considered the property of the Contractor and shall be removed and disposed of according to local rules and regulations at the Contractor’s expense.

All other material removed including loop detectors shall be considered the property of the Contractor and shall be removed and disposed of in accordance with local rules and regulations at the Contractor’s expense.

TS-4.04 Measurement and Payment

The contract price paid per square foot for “6” HMA Digout” shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals, and for doing all the work involved in 6” HMA Digout, complete in place, including sawcutting, removal, proof rolling, excavation, off-haul, proper disposal, aggregate base, compaction, HMA, and tack coat, as shown on the plans, as specified in the Standard Specifications and in these special provisions, and as directed by the Engineer.

Subsection 9-1.06B, “Increases of More Than 25 Percent” and subsection 9-1.06C, “Decreases of More than 25 Percent” shall not apply to the bid items related to removing and replacing pavement or digouts.

TS-5 ARAM CAPE SEAL

TS-5.01 General

The work consists of constructing an ARAM covered by a Type II Slurry Seal (with Black Rock). For this section only, all standard specification references refer to Standard Specifications for Public Works Construction (SSPWC) “Greenbook”, 2018 Edition. The ARAM shall conform to Sections 203-12 and 302-10 of the SSPWC and the Type II emulsion-aggregate slurry seal constructed in accordance with Section TS-6 of these special provisions.

This work may require State of California local air pollution control district or air quality management district permits per Section 14-9.02, “Air Pollution Control” of the SSPWC. Within 5 working days of the bid opening, the apparent low bidder shall provide the Agency with copies of all required State of California local air pollution control district or air quality management district permit documents which allow the operation of the specific equipment to be used to control emissions during the application of Asphalt Rubber binder on the roadway (the “Application”). Such Application in a manner conforming to these project specifications may be in non-compliance with California air quality regulations limiting opacity of emissions, unless a permitted emission control device is used during the Application to directly remove emissions occurring during Applications. In order to facilitate approval of equipment permitted in one district, but not presently permitted in the local district of this project, permits from another California air quality district will be acceptable, if accompanied by a temporary “permit to construct/operate” in the local district.

Road Repair and Accountability Act of 2017 Fund (SB 1), Manning Avenue Improvements Phase 2 from Frankwood Avenue to Columbia Avenue Special & Technical Provisions

Page 51 of 80

Page 92: ROAD REPAIR AND ACCOUNTABILITY ACT OF 2017 FUND (SB 1), … · 2018-06-19 · Road Repair and Accountability Act of 2017 Fund (SB 1), 1 of 33 Manning Avenue Improvements Phase 2 from

If these permits are required, then:

1. Contractor is responsible for determining if these permits are required and for complying with the requirements of these permits, if required.

2. These permits shall be obtained by the Contractor and submitted to the Agency prior to performing the work.

3. Failure to obtain and submit the permits in a timely manner shall be an avoidable delay.

4. No further compensation shall be allowed for obtaining and submitting these permits.

TS-5.02 Materials

TS-5.02A ARAM

Materials shall conform to Section 203-12. Screenings shall be Medium as indicated in Table 200-1.2.2.3. Screenings shall be preheated and precoated with asphalt binder.

TS-5.02B Aggregate-Emulsion Slurry Seal

The materials for slurry seal immediately prior to mixing shall conform to Section TS-6 of these special provisions.

TS-5.03 Construction

TS-5.03A Scheduling

The Contractor shall prepare the roadway and place the ARAM and Slurry Seal within a 72 hour period. The work shall be scheduled such that the work on each street shall be started and completed between Monday and Friday.

Some of the streets require either digouts and/or skin patch. This work shall be accomplished no more than 2 weeks or 10 working days prior to the placement of the cape seal. Utility adjustments shall be accomplished within 7 working days of the slurry seal placement.

Failure to comply with these provisions shall incur a liquidated damage of $250 per calendar day per street segment.

TS-5.03B ARAM Construction

The ARAM shall be constructed in accordance with Section 302-10.

TS-5.03C Slurry Application

The slurry application shall conform to Section TS-6 of these special provisions.

TS-5.03D Street Maintenance and Sweeping

After completing, setting, and rolling of the slurry seal, any loose material shall be immediately removed by sweeping with a power sweeper the day of application. Interim

Road Repair and Accountability Act of 2017 Fund (SB 1), Manning Avenue Improvements Phase 2 from Frankwood Avenue to Columbia Avenue Special & Technical Provisions

Page 52 of 80

Page 93: ROAD REPAIR AND ACCOUNTABILITY ACT OF 2017 FUND (SB 1), … · 2018-06-19 · Road Repair and Accountability Act of 2017 Fund (SB 1), 1 of 33 Manning Avenue Improvements Phase 2 from

sweeping shall be accomplished as more loose material appears. As a minimum, interim sweeping shall be accomplished on the 3rd, 7th and 14th day after slurry sealing. A final post construction sweeping of all the cape seal streets shall be performed 30 days after completion of all of the slurry sealing.

In addition, all misapplied slurry on gutter lips shall be removed the same day as the slurry is placed. Failure to provide cleaning or sweeping shall preclude the Contractor from continuing with further slurry sealing work until this work is performed.

Failure to complete sweeping as required shall subject the Contractor to a liquidated damage of $500 per day per street.

TS-5.03E Final Cleaning

Final cleaning of the Cape Seal streets shall include removal of any tracked material; misapplied tack coat; ARAM or slurry seal; cleaning of all utility covers of any new or old materials; and removal of any miscellaneous debris resulting from construction activities.

TS-5.04 Measurement & Payment

The contract price paid per square foot for “Cape Seal” shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals and for doing all the work involved in furnishing and placing of the Cape Seal complete in place, including temporary pavement delineation, ARAM and Slurry Seal (Type II w/ Black Rock), covering street facilities, cleaning the surface and protecting the slurry seal until it has set, rolling and sweeping, as shown on the plans, as specified in the Standard Specifications and these special provisions, and as directed by the Engineer.

TS-6 TYPE II SLURRY SEAL

TS-6.01 General

The work shall comply with Section 37-3 SLURRY SEAL AND MICRO-SURFACING of the Caltrans 2010 Standard Specifications and these special conditions.

TS-6.02 Material

The materials for slurry seal immediately prior to mixing shall conform to the Standard Specifications and the following requirements:

Modify Slurry Seal Mix Design Requirements as follows: Wet Track abrasion, g/m2, (TB100): 538 maximum.

Aggregate – Aggregate shall conform to Type II. Aggregate shall consist of rock dust and other rock of similar nature, except that any aggregate or combination of aggregates used in the mixture shall contain not less than 50 percent of the product obtained by crushing rock. The material shall be free from vegetative matter and other deleterious substances.

Road Repair and Accountability Act of 2017 Fund (SB 1), Manning Avenue Improvements Phase 2 from Frankwood Avenue to Columbia Avenue Special & Technical Provisions

Page 53 of 80

Page 94: ROAD REPAIR AND ACCOUNTABILITY ACT OF 2017 FUND (SB 1), … · 2018-06-19 · Road Repair and Accountability Act of 2017 Fund (SB 1), 1 of 33 Manning Avenue Improvements Phase 2 from

Asphalt Emulsion - Asphaltic emulsion for slurry seal must be polymer modified asphaltic emulsion (PMCQS1h). Polymer modified asphaltic emulsion shall be composed of a bituminous material uniformly emulsified with water and an emulsifying or stabilization agent and shall contain a polymer. The polymer used in the manufacture of polymer modified asphaltic emulsions shall be at the option of the Contractor, either neoprene, or a copolymer of butadiene and styrene. The polymer used in the polymer modified asphaltic emulsion shall be homogenous and shall be milled into the product at the colloid mill.

The polymer modified asphalt emulsion shall be grade PMCQS1h and shall

conform to the following requirements:Type

Cationic

Grade PMCQS1h Properties  Min.  Max 

Tests on Emulsion:     

Viscosity SSF @ 25°C,  sec   

AASHTO Designation T‐59 

15  90 

Sieve Test,  %  

AASHTO Designation T‐539 

—  0.30 

Storage Stability, 1 day,  %   

AASHTO Designation T‐59 

—  1 

Residue by Evaporation,  %  

California Test 331 

57  — 

Particle Charge  

AASHTO Designation T‐59 Positive 

 

Tests on Residue from Evaporation Test     

Penetration, 25°C  

AASHTO Designation: T 49 

40  90 

Ductility, 25°C, mm  

AASHTO Designation:  T 51 

400   — 

Torsional Recovery, % 

California Test 332 

18    — 

or     

Polymer Content, %  

California Test 401 

2.5  — 

Note: When the test for polymer content of polymer modified asphaltic emulsion is used, see sampling requirements in Section 94-1.03, "Sampling" of the Standard Specifications.

At the time of delivery of each shipment of asphalt, the vendor supplying the material will deliver to the purchaser certified copies of the test report. The test report shall indicate the name of the vendor, type and grade of asphalt delivered, date and point of delivery,

Road Repair and Accountability Act of 2017 Fund (SB 1), Manning Avenue Improvements Phase 2 from Frankwood Avenue to Columbia Avenue Special & Technical Provisions

Page 54 of 80

Page 95: ROAD REPAIR AND ACCOUNTABILITY ACT OF 2017 FUND (SB 1), … · 2018-06-19 · Road Repair and Accountability Act of 2017 Fund (SB 1), 1 of 33 Manning Avenue Improvements Phase 2 from

quantity delivered, delivery ticket number, purchase number, and results of the specified tests. The test report signed by an authorized representative of the vendor shall certify that the product delivered conforms to the specifications of the type and grade indicated. The certified test reports and the testing required in connection with the reports shall be at no cost to the City. Until the certified test reports and samples of the materials have been checked by the Engineer to determine conformity with the prescribed requirements, the material to which the report related and any work in which it may have been incorporated as an integral component will be only tentatively accepted by the City. Final acceptance will be dependent upon the determination of the Engineer that the material involved fulfills the prescribed requirements. The retardant shall be of a type that will prevent slurry mix from setting up prematurely in the spreader box and to ensure the applied slurry mix can support vehicular traffic within 60 minutes after the last application. A retardant, when used, shall be in liquid form when added to the slurry mix in the mixing chamber of the continuous mixer. Any proposed retardant and proportioning system shall be subject to evaluation and approval by the Engineer at the pre-construction meeting.

Sufficient water must be used to obtain a mix consistency that is smooth and homogeneous and does not segregate on standing.

TS-6.03 Quality Control

Add to section 37-3.01D(2) of the Standard Specifications:

DAILY CONTRACTOR RECORDS

Aggregate and Emulsion Delivery Tickets

The Engineer shall be notified in 24 hours in advance of scheduled delivery of aggregate and emulsion. The Contractor shall provide delivery tickets to the Engineer on the same day as delivery. A certificate of compliance for the emulsion shall accompany each delivery of emulsion. Excess aggregate or emulsion returned to the source or to other projects shall be scaled at a commercial scale within 25 miles of City of Reedley on the same day as the material is removed from the jobsite. The scale tickets shall be provided to the Engineer at the end of the day that the return material was removed from the site.

Aggregate Sampling

The Contractor shall facilitate sampling of aggregates and emulsion. The sampling shall occur as soon after delivery as practical. The Contractor shall sample the aggregate at the rate of one per 100 tons. The Engineer will provide random sampling milestones to the Contractor. The Contractor shall sample and split the sample in the presence of the Engineer. The Engineer will provide a splitter, sample bags and sample identification tags.

Road Repair and Accountability Act of 2017 Fund (SB 1), Manning Avenue Improvements Phase 2 from Frankwood Avenue to Columbia Avenue Special & Technical Provisions

Page 55 of 80

Page 96: ROAD REPAIR AND ACCOUNTABILITY ACT OF 2017 FUND (SB 1), … · 2018-06-19 · Road Repair and Accountability Act of 2017 Fund (SB 1), 1 of 33 Manning Avenue Improvements Phase 2 from

Emulsion Sampling

Each truck of emulsion delivered to the project shall be sampled by the Contractor. The Contractor shall provide the Engineer with a 2 quart sample in a plastic container. The Contractor shall provide the containers. The samples shall be labeled with a label provided by the Engineer. All required information shall be provided. Samples shall be provided to the Engineer on a daily basis including a copy of the delivery ticket with weight and Certificates of Compliance for the load delivered.

Mixed Slurry Sampling

A minimum of twice daily, the Engineer will request the Contractor to sample mixed slurry from the pug mill discharge. The Engineer will provide a plastic container for the samples. The Contractor shall clean the outside of the container immediately after sampling and prior to delivering to the Engineer. Such mix samples may be requested at any time.

Daily Production Records

The Contractor shall maintain all aggregate belt counters in operation order at all times. If the counter should become inoperable, it shall be taken immediately out of service.

TS-6.04 Construction

TS-6.04A(1) Scheduling

Raised pavement markers, paint and thermoplastic striping and legends shall be removed prior to application and replaced with new once the application is completed. Temporary tab pavement markers shall be removed prior to application.

The Contractor shall not apply more than 160,000 square feet of slurry seal per day unless otherwise approved by the Engineer.

The Contractor shall prepare the roadway and place the Slurry Seal within a 5 working day period.

Some of the streets require digouts. This work shall be accomplished no more than 2 weeks or 10 working days prior to the placement of the slurry seal.

The Contractor shall inspect the roadways to be sealed and determine if overhanging branches will be disturbed by the slurry seal trucks. Any such branches shall be pruned by the Contractor at his expense prior to initiation of slurry seal placement. Prior to pruning any branches over 2 inches in diameter, the Contractor shall obtain approval from the Engineer. Forty-eight (48) hours’ notice shall be provide for Engineer review and comment.

Road Repair and Accountability Act of 2017 Fund (SB 1), Manning Avenue Improvements Phase 2 from Frankwood Avenue to Columbia Avenue Special & Technical Provisions

Page 56 of 80

Page 97: ROAD REPAIR AND ACCOUNTABILITY ACT OF 2017 FUND (SB 1), … · 2018-06-19 · Road Repair and Accountability Act of 2017 Fund (SB 1), 1 of 33 Manning Avenue Improvements Phase 2 from

The Contractor shall maintain equipment to clean the pavement of debris immediately prior to application of slurry. Such equipment shall as a minimum consist of a backpack type blower, brooms and shovels. At any time up to immediately prior to placement of the slurry, the Contractor shall stop application of the slurry seal and remove any debris which has fallen on the roadway to be sealed. Such items may include, but not be limited to paper, plastic, leaves, twigs, branches, etc. Failure to properly clean the pavement of debris as required will immediately terminate further slurry seal placement that day. Continuing work the next day is dependent on the Contractor demonstrating the availability of the equipment and manpower to keep the pavement clean.

Punch list items for each street shall be completed within ten (10) working days of slurry placement.

The Contractor shall comply with this project manual including all traffic control and notice requirements.

Payment is included in the items of the Striping or appropriate language.

TS-6.04A(2) Slurry Application

Contractor shall coordinate with Public Works Solid Waste Division at 559-637-4200 ext. 214 for streets to not be slurried on days of trash pick-up.

Each machine shall have a spray bar attached to enable the fogging of the pavement surface with water.

The Contractor shall apply the slurry using a minimum of three continuous mixers of 12 cubic yard or greater capacity, one mixer to be applying slurry, while the other two machines are in transit to and from the batch site. The Contractor shall provide a coordinator, at least one competent quickset mixing man, one driver for the mixer applying the slurry, and two shuttle drivers for the machine en route to reload. The Contractor shall also provide sufficient laborers for any handwork and cleanup required to ensure proper progress of work.

Transit mix trucks shall not be used.

Prior to placement, all existing utility lids and covers shall be located and referenced so they can be exposed after the slurry seal placement.

Prior to applying slurry seal, the surface to be sealed shall be cleaned by the Contractor, to the approval of the Engineer, of all loose material, silt, vegetation, and other objectionable material by a method approved by the Engineer. The surface may be pre-wetted by fogging ahead of the slurry box if required by local conditions. Water used in pre-wetting the surface shall be applied at such a rate that the entire surface is damp with no ponding of water.

Road Repair and Accountability Act of 2017 Fund (SB 1), Manning Avenue Improvements Phase 2 from Frankwood Avenue to Columbia Avenue Special & Technical Provisions

Page 57 of 80

Page 98: ROAD REPAIR AND ACCOUNTABILITY ACT OF 2017 FUND (SB 1), … · 2018-06-19 · Road Repair and Accountability Act of 2017 Fund (SB 1), 1 of 33 Manning Avenue Improvements Phase 2 from

Slurry seal shall only be placed when both pavement and air temperatures are at least 60°F and rising. Do not place slurry seal if either the pavement or air temperature is below 60°F and falling or during unsuitable weather. The expected high temperature must be at least 65°F within 24 hours after placement. Slurry seal shall not be placed if rain is imminent or if there is the possibility that there will be freezing temperatures within 24 hours.

The slurry seal retention time in the pug mill shall be less than three seconds. No retention of mixed slurry seal shall be allowed within the pug mill by gate shut-off or other mechanical means. Transit mix trucks shall not be used.

The applied slurry seal shall be rolled with a minimum of three passes with a pneumatic roller prior to opening to traffic. The Contractor shall provide a minimum of 2 pneumatic rollers with separate operators. Pneumatic rollers with shall be a minimum of 6 tons and a maximum of 12 tons. The roller must be onsite prior to beginning work. Pneumatic rolling shall occur within 1 hour after placement and prior to opening to traffic.

Protection and maintenance of the street surface to the condition required for proper slurry application shall be the sole responsibility of the Contractor and no additional expense will be allowed. The Contractor shall, at the direction of the Engineer repair and reseal all areas of the streets which have not been sealed properly and completely or have been damaged by traffic.

The Contractor shall exercise care to prevent slurry from being deposited on concrete surfaces. The Contractor shall remove slurry from surfaces not designated to be sealed each day. No additional streets shall be slurry sealed until this clean-up has been performed. The method of slurry removal shall be approved by the Engineer. All streets to be slurry sealed shall be sealed from edge of pavement to edge of pavement. Spreaders to be used for this operation shall meet the approval of the Engineer.

The sites for stockpiling and batching materials shall be clean and free from objectionable materials and shall be located outside the road right-of-way. Arrangements for these sites shall be the responsibility of the Contractor. If on private property, a written agreement shall be approved by the Planning Department prior to commencing operations.

Requests for changes in the schedule must be submitted to the Engineer for approval at least 48 hours prior to sealing the streets affected.

Contractor shall tie off survey monuments, manholes, water valves, etc. prior to application of the slurry seal. The Contractor shall take precautions to remove any slurry that may cover these appurtenances.

Immediately before commencing the slurry seal operation, all surface metal utility covers (including survey monuments) shall be protected by thoroughly covering the surface with an appropriate adhesive and oiled or plastic paper. No adhesive material shall be permitted to cover, seal or fill the joint between the frame and cover of the structure.

Road Repair and Accountability Act of 2017 Fund (SB 1), Manning Avenue Improvements Phase 2 from Frankwood Avenue to Columbia Avenue Special & Technical Provisions

Page 58 of 80

Page 99: ROAD REPAIR AND ACCOUNTABILITY ACT OF 2017 FUND (SB 1), … · 2018-06-19 · Road Repair and Accountability Act of 2017 Fund (SB 1), 1 of 33 Manning Avenue Improvements Phase 2 from

Covers are to be uncovered and cleaned of slurry material by the end of the same work day. Raised pavement markers shall be covered or cleaned after the application of the seal coat as approved by the Engineer.

Hand tools shall be available to remove spillage. Ridges or bumps in the finished surface will not be permitted.

TS-6.04A(3) Street Maintenance and Sweeping

After completing, setting, and rolling of the slurry seal, any loose material shall be immediately removed by sweeping with a power sweeper and/or vacuum sweeper the day of application. Interim sweeping using a power sweeper and/or vacuum sweeper shall be accomplished as more loose material appears. As a minimum, interim sweeping shall be accomplished on the 3rd, 7th, 14th and 21st day after slurry sealing. A final post construction sweeping of all slurry seal streets shall be performed 30 days after completion of all slurry sealing. The entire street surface, including sidewalks and driveways, shall be swept to the satisfaction of the City. No loose material will be allowed in the street, gutters, sidewalks or other areas. Special attention shall be directed to the cul-de-sac areas. If necessary, the Contractor will employ additional vacuum sweepers to remove the loose materials.

In addition, all misapplied slurry on gutter lips shall be removed the same day as the slurry is placed. Failure to provide cleaning or sweeping shall preclude the Contractor from continuing with further slurry sealing work until this work is performed.

The Contractor shall complete any sweeping or street maintenance within 24 hours of request from the City.

TS-6.04A(4) Final Cleaning

Final cleaning of the Slurry Seal streets shall include removal of any tracked material, misapplied tack coat; or slurry seal; cleaning of all utility covers of any new or old materials; and removal of any miscellaneous debris resulting from construction activities.

TS-6.05 Measurement and Payment

Type II Slurry Seal shall be paid for as part of “Cape Seal”, which shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals and for doing all the work involved in furnishing and placing of the Type II Slurry Seal complete in place, including covering street facilities, cleaning the surface and protecting the slurry seal until it has set, rolling and sweeping, as shown on the plans, as specified in the Standard Specifications and these special provisions, and as directed by the Engineer. No separate payment will be made therefore.

The contractor shall provide material tags for tonnage of the aggregate and emulsion used to show that the application rate of aggregate and emulsion was within the range required by the specifications. If the application rate of aggregate or emulsion falls outside

Road Repair and Accountability Act of 2017 Fund (SB 1), Manning Avenue Improvements Phase 2 from Frankwood Avenue to Columbia Avenue Special & Technical Provisions

Page 59 of 80

Page 100: ROAD REPAIR AND ACCOUNTABILITY ACT OF 2017 FUND (SB 1), … · 2018-06-19 · Road Repair and Accountability Act of 2017 Fund (SB 1), 1 of 33 Manning Avenue Improvements Phase 2 from

the minimum amount required, the Contractor shall reapply the slurry seal on those streets that are determined to have not met the contract requirements.

Failure to place the slurry seal within the indicated time constraints shall subject the Contractor to liquidated damages of $500 per day, per street. The assessment of these liquidated damages shall not relieve the Contractor of any obligations to maintain the street and to provide interim sweepings as required herein.

Road Repair and Accountability Act of 2017 Fund (SB 1), Manning Avenue Improvements Phase 2 from Frankwood Avenue to Columbia Avenue Special & Technical Provisions

Page 60 of 80

Page 101: ROAD REPAIR AND ACCOUNTABILITY ACT OF 2017 FUND (SB 1), … · 2018-06-19 · Road Repair and Accountability Act of 2017 Fund (SB 1), 1 of 33 Manning Avenue Improvements Phase 2 from

APPENDIX

Road Repair and Accountability Act of 2017 Fund (SB 1), Manning Avenue Improvements Phase 2 from Frankwood Avenue to Columbia Avenue Special & Technical Provisions

Page 61 of 80

Page 102: ROAD REPAIR AND ACCOUNTABILITY ACT OF 2017 FUND (SB 1), … · 2018-06-19 · Road Repair and Accountability Act of 2017 Fund (SB 1), 1 of 33 Manning Avenue Improvements Phase 2 from

ROAD REPAIR AND ACCOUNTABILITY ACT OF 2017 FUND (SB 1), MANNING AVENUE IMPROVEMENTS PHASE 2

FROM FRANKWOOD AVENUE TO COLUMBIA AVENUE

DELAY CLAIM This form is to be filed by the prime contractor to request an extension to the Time of Completion on a capital improvement project for unplanned events outside of the control of the contractor. Time extensions will only be granted when the event impacts an activity that is on the critical path, as determined by the City Engineer. Claims must be filed within ten (10) days of event. Project: ______________________________________________________________________

Company: ____________________________________________________________________

Contact Person: ______________________ Phone/Fax: ____________________________

Start Date of Event: __________________ End Date of Event: _____________________

Type of Event: ________________________________________________________________

Explanation of Project Impacts: ____________________________________________________

Contract Completion Date: ______________ Requested Completion Date: ___________

I, (Name) being the (Title) (must be an officer) of (Company) (General Contractor), declare under penalty of perjury under the laws of the State of California, and do personally certify and attest that: I have thoroughly reviewed the attached claim for extension of time, and know its contents, and said claim is made in good faith; the supporting data is truthful and accurate; that the time requested accurately reflects the contract adjustment for which the Contractor believes the Owner is liable; and, further, that I am familiar with California Penal Code section 72 and California Government Code Section 12560, et seq., pertaining to false claims, and further know and understand that submission of certification of a false claim may lead to fines, imprisonment, and/or other severe legal consequences. I also understand that approval of a time extension will not result in additional payments to me, unless specifically authorized by a contract amendment. _____________________________________________________________________________ Signature of Officer of General Contractor Date This Section to be Completed by City of Reedley

Approved: _____________ Denied: _____________

Reason for Denial: _____________________________________________________________

Revised Completion Date: _______________________________________________________

______________________________________________________________________________ Project Inspector Date

______________________________________________________________________________ City Engineer Date

Road Repair and Accountability Act of 2017 Fund (SB 1), Manning Avenue Improvements Phase 2 from Frankwood Avenue to Columbia Avenue Special & Technical Provisions

Page 62 of 80

Page 103: ROAD REPAIR AND ACCOUNTABILITY ACT OF 2017 FUND (SB 1), … · 2018-06-19 · Road Repair and Accountability Act of 2017 Fund (SB 1), 1 of 33 Manning Avenue Improvements Phase 2 from

CITY OF REEDLEY - ENGINEERING DEPARTMENT

Return to City of Reedley, Engineering Department by email at, [email protected]

CONTRACTOR'S DAILY PERSONNEL AND EQUIPMENT REPORT

HOURS - ITEM NO.

EQUIPMENT AND LABOR:

EQUIPMENT NO. NO. PERSONS

DESCRIPTION (Equipment or Labor)

Report No.

Date

Circle Day

Shift Hours Start Stop

CONTRACTOR'S DAILY REPORT

Location and Description of Operation

REMARKS (Reason for Idleness

or other remarks)

WEATHER

This form is available in electronic format from the City of Reedley, Engineering Department at (559)637-4200, Ext. 295 or email, [email protected]

S M T W T F S ROAD REPAIR AND ACCOUNTABILITY ACT OF 2017 FUND (SB 1), MANNING AVENUE IMPROVEMENTS PHASE 2 FROM FRANKWOOD AVENUE TO COLUMBIA AVENUE

PROJECT TITLE

SIGNATUREPRINT NAME TITLE

IDLE OR DOWN

Road Repair and Accountability Act of 2017 Fund (SB 1), Manning Avenue Improvements Phase 2 from Frankwood Avenue to Columbia Avenue Special & Technical Provisions

Page 63 of 80

Page 104: ROAD REPAIR AND ACCOUNTABILITY ACT OF 2017 FUND (SB 1), … · 2018-06-19 · Road Repair and Accountability Act of 2017 Fund (SB 1), 1 of 33 Manning Avenue Improvements Phase 2 from

FEDERAL WAGE DETERMINATION FEDERAL WAGE DECISION – No. CA180029

MODIFICATION No. 10

The Federal minimum wage rates for this project as predetermined by the United States Secretary of Labor are set forth in General Decision Number CA180029 with Modification Number 10, dated June 15, 2018, which is incorporated in these Specifications by this reference as if fully set forth herein and which can be viewed at http://www.wdol.gov/dba.aspx. Addenda to modify the reference to Federal minimum wage rates to reflect revisions thereto, if necessary, will be issued to plan holders of record.

Road Repair and Accountability Act of 2017 Fund (SB 1), Manning Avenue Improvements Phase 2 from Frankwood Avenue to Columbia Avenue Special & Technical Provisions

Page 64 of 80

Page 105: ROAD REPAIR AND ACCOUNTABILITY ACT OF 2017 FUND (SB 1), … · 2018-06-19 · Road Repair and Accountability Act of 2017 Fund (SB 1), 1 of 33 Manning Avenue Improvements Phase 2 from

FEDERAL REQUIREMENTS

Road Repair and Accountability Act of 2017 Fund (SB 1), Manning Avenue Improvements Phase 2 from Frankwood Avenue to Columbia Avenue Special & Technical Provisions

Page 65 of 80

Page 106: ROAD REPAIR AND ACCOUNTABILITY ACT OF 2017 FUND (SB 1), … · 2018-06-19 · Road Repair and Accountability Act of 2017 Fund (SB 1), 1 of 33 Manning Avenue Improvements Phase 2 from

Local Assistance Procedures Manual Exhibit 12-G

Required Federal-Aid Contract Language

Page 10 of 24

July 2016

FHWA-1273 -- Revised May 1, 2012 REQUIRED CONTRACT PROVISIONS

FEDERAL-AID CONSTRUCTION CONTRACTS

I. General II. Nondiscrimination III. Nonsegregated Facilities IV. Davis-Bacon and Related Act Provisions V. Contract Work Hours and Safety Standards Act Provisions VI. Subletting or Assigning the Contract VII. Safety: Accident Prevention VIII. False Statements Concerning Highway Projects IX. Implementation of Clean Air Act and Federal Water Pollution

Control Act X. Compliance with Governmentwide Suspension and Debarment

Requirements XI. Certification Regarding Use of Contract Funds for Lobbying ATTACHMENTS A. Employment and Materials Preference for Appalachian Development Highway System or Appalachian Local Access Road Contracts (included in Appalachian contracts only)

I. GENERAL 1. Form FHWA-1273 must be physically incorporated in each construction contract funded under Title 23 (excluding emergency contracts solely intended for debris removal). The contractor (or subcontractor) must insert this form in each subcontract and further require its inclusion in all lower tier subcontracts (excluding purchase orders, rental agreements and other agreements for supplies or services). The applicable requirements of Form FHWA-1273 are incorporated by reference for work done under any purchase order, rental agreement or agreement for other services. The prime contractor shall be responsible for compliance by any subcontractor, lower-tier subcontractor or service provider. Form FHWA-1273 must be included in all Federal-aid design-build contracts, in all subcontracts and in lower tier subcontracts (excluding subcontracts for design services, purchase orders, rental agreements and other agreements for supplies or services). The design-builder shall be responsible for compliance by any subcontractor, lower-tier subcontractor or service provider. Contracting agencies may reference Form FHWA-1273 in bid proposal or request for proposal documents, however, the Form FHWA-1273 must be physically incorporated (not referenced) in all contracts, subcontracts and lower-tier subcontracts (excluding purchase orders, rental agreements and other agreements for supplies or services related to a construction contract). 2. Subject to the applicability criteria noted in the following sections, these contract provisions shall apply to all work performed on the contract by the contractor's own organization and with the assistance of workers under the contractor's immediate superintendence and to all work performed on the contract by piecework, station work, or by subcontract. 3. A breach of any of the stipulations contained in these Required Contract Provisions may be sufficient grounds for withholding of progress payments, withholding of final payment, termination of the contract, suspension / debarment or any other action determined to be appropriate by the contracting agency and FHWA. 4. Selection of Labor: During the performance of this contract, the contractor shall not use convict labor for any purpose within the limits of a construction project on a Federal-aid highway unless it is labor performed by convicts who are on parole, supervised release, or probation. The term Federal-aid highway does not include roadways functionally classified as local roads or rural minor collectors.

II. NONDISCRIMINATION

The provisions of this section related to 23 CFR Part 230 are applicable to all Federal-aid construction contracts and to all related construction subcontracts of $10,000 or more. The provisions of 23 CFR Part 230 are not applicable to material supply, engineering, or architectural service contracts. In addition, the contractor and all subcontractors must comply with the following policies: Executive Order 11246, 41 CFR 60, 29 CFR 1625-1627, Title 23 USC Section 140, the Rehabilitation Act of 1973, as amended (29 USC 794), Title VI of the Civil Rights Act of 1964, as amended, and related regulations including 49 CFR Parts 21, 26 and 27; and 23 CFR Parts 200, 230, and 633. The contractor and all subcontractors must comply with: the requirements of the Equal Opportunity Clause in 41 CFR 60-1.4(b) and, for all construction contracts exceeding $10,000, the Standard Federal Equal Employment Opportunity Construction Contract Specifications in 41 CFR 60-4.3. Note: The U.S. Department of Labor has exclusive authority to determine compliance with Executive Order 11246 and the policies of the Secretary of Labor including 41 CFR 60, and 29 CFR 1625-1627. The contracting agency and the FHWA have the authority and the responsibility to ensure compliance with Title 23 USC Section 140, the Rehabilitation Act of 1973, as amended (29 USC 794), and Title VI of the Civil Rights Act of 1964, as amended, and related regulations including 49 CFR Parts 21, 26 and 27; and 23 CFR Parts 200, 230, and 633. The following provision is adopted from 23 CFR 230, Appendix A, with appropriate revisions to conform to the U.S. Department of Labor (US DOL) and FHWA requirements. 1. Equal Employment Opportunity: Equal employment opportunity (EEO) requirements not to discriminate and to take affirmative action to assure equal opportunity as set forth under laws, executive orders, rules, regulations (28 CFR 35, 29 CFR 1630, 29 CFR 1625-1627, 41 CFR 60 and 49 CFR 27) and orders of the Secretary of Labor as modified by the provisions prescribed herein, and imposed pursuant to 23 U.S.C. 140 shall constitute the EEO and specific affirmative action standards for the contractor's project activities under this contract. The provisions of the Americans with Disabilities Act of 1990 (42 U.S.C. 12101 et seq.) set forth under 28 CFR 35 and 29 CFR 1630 are incorporated by reference in this contract. In the execution of this contract, the contractor agrees to comply with the following minimum specific requirement activities of EEO:

a. The contractor will work with the contracting agency and the Federal Government to ensure that it has made every good faith effort to provide equal opportunity with respect to all of its terms and conditions of employment and in their review of activities under the contract. b. The contractor will accept as its operating policy the following statement:

"It is the policy of this Company to assure that applicants are employed, and that employees are treated during employment, without regard to their race, religion, sex, color, national origin, age or disability. Such action shall include: employment, upgrading, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship, pre-apprenticeship, and/or on-the-job training."

2. EEO Officer: The contractor will designate and make known to the contracting officers an EEO Officer who will have the responsibility for and must be capable of effectively administering and promoting an active EEO program and who must be assigned adequate authority and responsibility to do so

Road Repair and Accountability Act of 2017 Fund (SB 1), Manning Avenue Improvements Phase 2 from Frankwood Avenue to Columbia Avenue Special & Technical Provisions

Page 66 of 80

Page 107: ROAD REPAIR AND ACCOUNTABILITY ACT OF 2017 FUND (SB 1), … · 2018-06-19 · Road Repair and Accountability Act of 2017 Fund (SB 1), 1 of 33 Manning Avenue Improvements Phase 2 from

Local Assistance Procedure Manual Exhibit 12-G

Required Federal-Aid Contract Language

Page 11 of 24

July 2016

3. Dissemination of Policy: All members of the contractor's staff who are authorized to hire, supervise, promote, and discharge employees, or who recommend such action, or who are substantially involved in such action, will be made fully cognizant of, and will implement, the contractor's EEO policy and contractual responsibilities to provide EEO in each grade and classification of employment. To ensure that the above agreement will be met, the following actions will be taken as a minimum:

a. Periodic meetings of supervisory and personnel office employees will be conducted before the start of work and then not less often than once every six months, at which time the contractor's EEO policy and its implementation will be reviewed and explained. The meetings will be conducted by the EEO Officer.

b. All new supervisory or personnel office employees will be given a thorough indoctrination by the EEO Officer, covering all major aspects of the contractor's EEO obligations within thirty days following their reporting for duty with the contractor.

c. All personnel who are engaged in direct recruitment for the project will be instructed by the EEO Officer in the contractor's procedures for locating and hiring minorities and women.

d. Notices and posters setting forth the contractor's EEO policy will be placed in areas readily accessible to employees, applicants for employment and potential employees.

e. The contractor's EEO policy and the procedures to implement such policy will be brought to the attention of employees by means of meetings, employee handbooks, or other appropriate means. 4. Recruitment: When advertising for employees, the contractor will include in all advertisements for employees the notation: "An Equal Opportunity Employer." All such advertisements will be placed in publications having a large circulation among minorities and women in the area from which the project work force would normally be derived.

a. The contractor will, unless precluded by a valid bargaining agreement, conduct systematic and direct recruitment through public and private employee referral sources likely to yield qualified minorities and women. To meet this requirement, the contractor will identify sources of potential minority group employees, and establish with such identified sources procedures whereby minority and women applicants may be referred to the contractor for employment consideration.

b. In the event the contractor has a valid bargaining agreement providing for exclusive hiring hall referrals, the contractor is expected to observe the provisions of that agreement to the extent that the system meets the contractor's compliance with EEO contract provisions. Where implementation of such an agreement has the effect of discriminating against minorities or women, or obligates the contractor to do the same, such implementation violates Federal nondiscrimination provisions.

c. The contractor will encourage its present employees to refer minorities and women as applicants for employment. Information and procedures with regard to referring such applicants will be discussed with employees. 5. Personnel Actions: Wages, working conditions, and employee benefits shall be established and administered, and personnel actions of every type, including hiring, upgrading, promotion, transfer, demotion, layoff, and termination, shall be taken without regard to race, color, religion, sex, national origin, age or disability. The following procedures shall be followed:

a. The contractor will conduct periodic inspections of project sites to insure that working conditions and employee facilities do not indicate discriminatory treatment of project site personnel.

b. The contractor will periodically evaluate the spread of wages

paid within each classification to determine any evidence of discriminatory wage practices.

c. The contractor will periodically review selected personnel actions in depth to determine whether there is evidence of discrimination. Where evidence is found, the contractor will promptly take corrective action. If the review indicates that the discrimination may extend beyond the actions reviewed, such corrective action shall include all affected persons.

d. The contractor will promptly investigate all complaints of alleged discrimination made to the contractor in connection with its obligations under this contract, will attempt to resolve such complaints, and will take appropriate corrective action within a reasonable time. If the investigation indicates that the discrimination may affect persons other than the complainant, such corrective action shall include such other persons. Upon completion of each investigation, the contractor will inform every complainant of all of their avenues of appeal. 6. Training and Promotion:

a. The contractor will assist in locating, qualifying, and increasing the skills of minorities and women who are applicants for employment or current employees. Such efforts should be aimed at developing full journey level status employees in the type of trade or job classification involved.

b. Consistent with the contractor's work force requirements and as permissible under Federal and State regulations, the contractor shall make full use of training programs, i.e., apprenticeship, and on-the-job training programs for the geographical area of contract performance. In the event a special provision for training is provided under this contract, this subparagraph will be superseded as indicated in the special provision. The contracting agency may reserve training positions for persons who receive welfare assistance in accordance with 23 U.S.C. 140(a).

c. The contractor will advise employees and applicants for employment of available training programs and entrance requirements for each.

d. The contractor will periodically review the training and promotion potential of employees who are minorities and women and will encourage eligible employees to apply for such training and promotion. 7. Unions: If the contractor relies in whole or in part upon unions as a source of employees, the contractor will use good faith efforts to obtain the cooperation of such unions to increase opportunities for minorities and women. Actions by the contractor, either directly or through a contractor's association acting as agent, will include the procedures set forth below:

a. The contractor will use good faith efforts to develop, in cooperation with the unions, joint training programs aimed toward qualifying more minorities and women for membership in the unions and increasing the skills of minorities and women so that they may qualify for higher paying employment.

b. The contractor will use good faith efforts to incorporate an EEO clause into each union agreement to the end that such union will be contractually bound to refer applicants without regard to their race, color, religion, sex, national origin, age or disability.

c. The contractor is to obtain information as to the referral practices and policies of the labor union except that to the extent such information is within the exclusive possession of the labor union and such labor union refuses to furnish such information to the contractor, the contractor shall so certify to the contracting agency

Road Repair and Accountability Act of 2017 Fund (SB 1), Manning Avenue Improvements Phase 2 from Frankwood Avenue to Columbia Avenue Special & Technical Provisions

Page 67 of 80

Page 108: ROAD REPAIR AND ACCOUNTABILITY ACT OF 2017 FUND (SB 1), … · 2018-06-19 · Road Repair and Accountability Act of 2017 Fund (SB 1), 1 of 33 Manning Avenue Improvements Phase 2 from

Local Assistance Procedure Manual Exhibit 12-G

Required Federal-Aid Contract Language

Page 12 of 24

July 2016

and shall set forth what efforts have been made to obtain such information.

d. In the event the union is unable to provide the contractor with a reasonable flow of referrals within the time limit set forth in the collective bargaining agreement, the contractor will, through independent recruitment efforts, fill the employment vacancies without regard to race, color, religion, sex, national origin, age or disability; making full efforts to obtain qualified and/or qualifiable minorities and women. The failure of a union to provide sufficient referrals (even though it is obligated to provide exclusive referrals under the terms of a collective bargaining agreement) does not relieve the contractor from the requirements of this paragraph. In the event the union referral practice prevents the contractor from meeting the obligations pursuant to Executive Order 11246, as amended, and these special provisions, such contractor shall immediately notify the contracting agency. 8. Reasonable Accommodation for Applicants / Employees with Disabilities: The contractor must be familiar with the requirements for and comply with the Americans with Disabilities Act and all rules and regulations established there under. Employers must provide reasonable accommodation in all employment activities unless to do so would cause an undue hardship. 9. Selection of Subcontractors, Procurement of Materials and Leasing of Equipment: The contractor shall not discriminate on the grounds of race, color, religion, sex, national origin, age or disability in the selection and retention of subcontractors, including procurement of materials and leases of equipment. The contractor shall take all necessary and reasonable steps to ensure nondiscrimination in the administration of this contract.

a. The contractor shall notify all potential subcontractors and suppliers and lessors of their EEO obligations under this contract.

b. The contractor will use good faith efforts to ensure subcontractor compliance with their EEO obligations. 10. Assurance Required by 49 CFR 26.13(b):

a. The requirements of 49 CFR Part 26 and the State DOT’s U.S. DOT-approved DBE program are incorporated by reference.

b. 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 the contracting agency deems appropriate. 11. Records and Reports: The contractor shall keep such records as necessary to document compliance with the EEO requirements. Such records shall be retained for a period of three years following the date of the final payment to the contractor for all contract work and shall be available at reasonable times and places for inspection by authorized representatives of the contracting agency and the FHWA.

a. The records kept by the contractor shall document the following:

(1) The number and work hours of minority and non-minority group members and women employed in each work classification on the project;

(2) The progress and efforts being made in cooperation with

unions, when applicable, to increase employment opportunities for minorities and women; and

(3) The progress and efforts being made in locating, hiring,

training, qualifying, and upgrading minorities and women;

b. The contractors and subcontractors will submit an annual report to the contracting agency each July for the duration of the project, indicating the number of minority, women, and non-minority group employees currently engaged in each work classification required by the contract work. This information is to be reported on Form FHWA-1391. The staffing data should represent the project work force on board in all or any part of the last payroll period preceding the end of July. If on-the-job training is being required by special provision, the contractor will be required to collect and report training data. The employment data should reflect the work force on board during all or any part of the last payroll period preceding the end of July. III. NONSEGREGATED FACILITIES This provision is applicable to all Federal-aid construction contracts and to all related construction subcontracts of $10,000 or more. The contractor must ensure that facilities provided for employees are provided in such a manner that segregation on the basis of race, color, religion, sex, or national origin cannot result. The contractor may neither require such segregated use by written or oral policies nor tolerate such use by employee custom. The contractor's obligation extends further to ensure that its employees are not assigned to perform their services at any location, under the contractor's control, where the facilities are segregated. The term "facilities" includes waiting rooms, work areas, restaurants and other eating areas, time clocks, restrooms, washrooms, locker rooms, and other storage or dressing areas, parking lots, drinking fountains, recreation or entertainment areas, transportation, and housing provided for employees. The contractor shall provide separate or single-user restrooms and necessary dressing or sleeping areas to assure privacy between sexes. IV. DAVIS-BACON AND RELATED ACT PROVISIONS

This section is applicable to all Federal-aid construction projects exceeding $2,000 and to all related subcontracts and lower-tier subcontracts (regardless of subcontract size). The requirements apply to all projects located within the right-of-way of a roadway that is functionally classified as Federal-aid highway. This excludes roadways functionally classified as local roads or rural minor collectors, which are exempt. Contracting agencies may elect to apply these requirements to other projects.

The following provisions are from the U.S. Department of Labor regulations in 29 CFR 5.5 “Contract provisions and related matters” with minor revisions to conform to the FHWA-1273 format and FHWA program requirements.

1. Minimum wages

a. All laborers and mechanics employed or working upon the site of the work, will be paid unconditionally and not less often than once a week, and without subsequent deduction or rebate on any account (except such payroll deductions as are permitted by regulations issued by the Secretary of Labor under the Copeland Act (29 CFR part 3)), the full amount of wages and bona fide fringe benefits (or cash equivalents thereof) due at time of payment computed at rates not less than those contained in the wage determination of the Secretary of Labor which is attached hereto and made a part hereof, regardless of any contractual relationship which may be alleged to exist between the contractor and such laborers and mechanics.

Road Repair and Accountability Act of 2017 Fund (SB 1), Manning Avenue Improvements Phase 2 from Frankwood Avenue to Columbia Avenue Special & Technical Provisions

Page 68 of 80

Page 109: ROAD REPAIR AND ACCOUNTABILITY ACT OF 2017 FUND (SB 1), … · 2018-06-19 · Road Repair and Accountability Act of 2017 Fund (SB 1), 1 of 33 Manning Avenue Improvements Phase 2 from

Local Assistance Procedure Manual Exhibit 12-G

Required Federal-Aid Contract Language

Page 13 of 24

July 2016

Contributions made or costs reasonably anticipated for bona fide fringe benefits under section 1(b)(2) of the Davis-Bacon Act on behalf of laborers or mechanics are considered wages paid to such laborers or mechanics, subject to the provisions of paragraph 1.d. of this section; also, regular contributions made or costs incurred for more than a weekly period (but not less often than quarterly) under plans, funds, or programs which cover the particular weekly period, are deemed to be constructively made or incurred during such weekly period. Such laborers and mechanics shall be paid the appropriate wage rate and fringe benefits on the wage determination for the classification of work actually performed, without regard to skill, except as provided in 29 CFR 5.5(a)(4). Laborers or mechanics performing work in more than one classification may be compensated at the rate specified for each classification for the time actually worked therein: Provided, That the employer's payroll records accurately set forth the time spent in each classification in which work is performed. The wage determination (including any additional classification and wage rates conformed under paragraph 1.b. of this section) and the Davis-Bacon poster (WH–1321) shall be posted at all times by the contractor and its subcontractors at the site of the work in a prominent and accessible place where it can be easily seen by the workers.

b. (1) The contracting officer shall require that any class of laborers or mechanics, including helpers, which is not listed in the wage determination and which is to be employed under the contract shall be classified in conformance with the wage determination. The contracting officer shall approve an additional classification and wage rate and fringe benefits therefore only when the following criteria have been met:

(i) The work to be performed by the classification requested is not performed by a classification in the wage determination; and

(ii) The classification is utilized in the area by the construction industry; and

(iii) The proposed wage rate, including any bona fide fringe benefits, bears a reasonable relationship to the wage rates contained in the wage determination.

(2) If the contractor and the laborers and mechanics to be employed in the classification (if known), or their representatives, and the contracting officer agree on the classification and wage rate (including the amount designated for fringe benefits where appropriate), a report of the action taken shall be sent by the contracting officer to the Administrator of the Wage and Hour Division, Employment Standards Administration, U.S. Department of Labor, Washington, DC 20210. The Administrator, or an authorized representative, will approve, modify, or disapprove every additional classification action within 30 days of receipt and so advise the contracting officer or will notify the contracting officer within the 30-day period that additional time is necessary.

(3) In the event the contractor, the laborers or mechanics to be employed in the classification or their representatives, and the contracting officer do not agree on the proposed classification and wage rate (including the amount designated for fringe benefits, where appropriate), the contracting officer shall refer the questions, including the views of all interested parties and the recommendation of the contracting officer, to the Wage and Hour Administrator for determination. The Wage and Hour Administrator, or an authorized representative, will issue a determination within 30 days of receipt and so advise the contracting officer or will notify the contracting officer within the 30-day period that additional time is necessary.

(4) The wage rate (including fringe benefits where appropriate) determined pursuant to paragraphs 1.b.(2) or 1.b.(3) of this section, shall be paid to all workers performing work in the classification under this contract from the first day on which work is performed in the classification.

c. Whenever the minimum wage rate prescribed in the contract for a class of laborers or mechanics includes a fringe benefit which is not expressed as an hourly rate, the contractor shall either pay the benefit as stated in the wage determination or shall pay another bona fide fringe benefit or an hourly cash equivalent thereof.

d. If the contractor does not make payments to a trustee or other third person, the contractor may consider as part of the wages of any laborer or mechanic the amount of any costs reasonably anticipated in providing bona fide fringe benefits under a plan or program, Provided, That the Secretary of Labor has found, upon the written request of the contractor, that the applicable standards of the Davis-Bacon Act have been met. The Secretary of Labor may require the contractor to set aside in a separate account assets for the meeting of obligations under the plan or program.

2. Withholding

The contracting agency shall upon its own action or upon written request of an authorized representative of the Department of Labor, withhold or cause to be withheld from the contractor under this contract, or any other Federal contract with the same prime contractor, or any other federally-assisted contract subject to Davis-Bacon prevailing wage requirements, which is held by the same prime contractor, so much of the accrued payments or advances as may be considered necessary to pay laborers and mechanics, including apprentices, trainees, and helpers, employed by the contractor or any subcontractor the full amount of wages required by the contract. In the event of failure to pay any laborer or mechanic, including any apprentice, trainee, or helper, employed or working on the site of the work, all or part of the wages required by the contract, the contracting agency may, after written notice to the contractor, take such action as may be necessary to cause the suspension of any further payment, advance, or guarantee of funds until such violations have ceased.

3. Payrolls and basic records

a. Payrolls and basic records relating thereto shall be maintained by the contractor during the course of the work and preserved for a period of three years thereafter for all laborers and mechanics working at the site of the work. Such records shall contain the name, address, and social security number of each such worker, his or her correct classification, hourly rates of wages paid (including rates of contributions or costs anticipated for bona fide fringe benefits or cash equivalents thereof of the types described in section 1(b)(2)(B) of the Davis-Bacon Act), daily and weekly number of hours worked, deductions made and actual wages paid. Whenever the Secretary of Labor has found under 29 CFR 5.5(a)(1)(iv) that the wages of any laborer or mechanic include the amount of any costs reasonably anticipated in providing benefits under a plan or program described in section 1(b)(2)(B) of the Davis-Bacon Act, the contractor shall maintain records which show that the commitment to provide such benefits is enforceable, that the plan or program is financially responsible, and that the plan or program has been communicated in writing to the laborers or mechanics affected, and records which show the costs anticipated or the actual cost incurred in providing such benefits. Contractors employing apprentices or trainees under approved programs shall maintain written evidence of the registration of apprenticeship programs and certification of trainee programs, the registration of the apprentices and trainees, and the ratios and wage rates prescribed in the applicable programs.

Road Repair and Accountability Act of 2017 Fund (SB 1), Manning Avenue Improvements Phase 2 from Frankwood Avenue to Columbia Avenue Special & Technical Provisions

Page 69 of 80

Page 110: ROAD REPAIR AND ACCOUNTABILITY ACT OF 2017 FUND (SB 1), … · 2018-06-19 · Road Repair and Accountability Act of 2017 Fund (SB 1), 1 of 33 Manning Avenue Improvements Phase 2 from

Local Assistance Procedure Manual Exhibit 12-G

Required Federal-Aid Contract Language

Page 14 of 24

July 2016

b. (1) The contractor shall submit weekly for each week in which any contract work is performed a copy of all payrolls to the contracting agency. The payrolls submitted shall set out accurately and completely all of the information required to be maintained under 29 CFR 5.5(a)(3)(i), except that full social security numbers and home addresses shall not be included on weekly transmittals. Instead the payrolls shall only need to include an individually identifying number for each employee ( e.g. , the last four digits of the employee's social security number). The required weekly payroll information may be submitted in any form desired. Optional Form WH–347 is available for this purpose from the Wage and Hour Division Web site at http://www.dol.gov/esa/whd/forms/wh347instr.htm or its successor site. The prime contractor is responsible for the submission of copies of payrolls by all subcontractors. Contractors and subcontractors shall maintain the full social security number and current address of each covered worker, and shall provide them upon request to the contracting agency for transmission to the State DOT, the FHWA or the Wage and Hour Division of the Department of Labor for purposes of an investigation or audit of compliance with prevailing wage requirements. It is not a violation of this section for a prime contractor to require a subcontractor to provide addresses and social security numbers to the prime contractor for its own records, without weekly submission to the contracting agency..

(2) Each payroll submitted shall be accompanied by a “Statement of Compliance,” signed by the contractor or subcontractor or his or her agent who pays or supervises the payment of the persons employed under the contract and shall certify the following:

(i) That the payroll for the payroll period contains the information required to be provided under §5.5 (a)(3)(ii) of Regulations, 29 CFR part 5, the appropriate information is being maintained under §5.5 (a)(3)(i) of Regulations, 29 CFR part 5, and that such information is correct and complete;

(ii) That each laborer or mechanic (including each helper, apprentice, and trainee) employed on the contract during the payroll period has been paid the full weekly wages earned, without rebate, either directly or indirectly, and that no deductions have been made either directly or indirectly from the full wages earned, other than permissible deductions as set forth in Regulations, 29 CFR part 3;

(iii) That each laborer or mechanic has been paid not less than the applicable wage rates and fringe benefits or cash equivalents for the classification of work performed, as specified in the applicable wage determination incorporated into the contract.

(3) The weekly submission of a properly executed certification set forth on the reverse side of Optional Form WH–347 shall satisfy the requirement for submission of the “Statement of Compliance” required by paragraph 3.b.(2) of this section.

(4) The falsification of any of the above certifications may subject the contractor or subcontractor to civil or criminal prosecution under section 1001 of title 18 and section 231 of title 31 of the United States Code.

c. The contractor or subcontractor shall make the records required under paragraph 3.a. of this section available for inspection, copying, or transcription by authorized representatives of the contracting agency, the State DOT, the FHWA, or the Department of Labor, and shall permit such representatives to interview employees during working hours on the job. If the contractor or subcontractor fails to submit the required records or to make them available, the FHWA may, after written notice to the contractor, the

contracting agency or the State DOT, take such action as may be necessary to cause the suspension of any further payment, advance, or guarantee of funds. Furthermore, failure to submit the required records upon request or to make such records available may be grounds for debarment action pursuant to 29 CFR 5.12.

4. Apprentices and trainees

a. Apprentices (programs of the USDOL).

Apprentices will be permitted to work at less than the predetermined rate for the work they performed when they are employed pursuant to and individually registered in a bona fide apprenticeship program registered with the U.S. Department of Labor, Employment and Training Administration, Office of Apprenticeship Training, Employer and Labor Services, or with a State Apprenticeship Agency recognized by the Office, or if a person is employed in his or her first 90 days of probationary employment as an apprentice in such an apprenticeship program, who is not individually registered in the program, but who has been certified by the Office of Apprenticeship Training, Employer and Labor Services or a State Apprenticeship Agency (where appropriate) to be eligible for probationary employment as an apprentice.

The allowable ratio of apprentices to journeymen on the job site in any craft classification shall not be greater than the ratio permitted to the contractor as to the entire work force under the registered program. Any worker listed on a payroll at an apprentice wage rate, who is not registered or otherwise employed as stated above, shall be paid not less than the applicable wage rate on the wage determination for the classification of work actually performed. In addition, any apprentice performing work on the job site in excess of the ratio permitted under the registered program shall be paid not less than the applicable wage rate on the wage determination for the work actually performed. Where a contractor is performing construction on a project in a locality other than that in which its program is registered, the ratios and wage rates (expressed in percentages of the journeyman's hourly rate) specified in the contractor's or subcontractor's registered program shall be observed.

Every apprentice must be paid at not less than the rate specified in the registered program for the apprentice's level of progress, expressed as a percentage of the journeymen hourly rate specified in the applicable wage determination. Apprentices shall be paid fringe benefits in accordance with the provisions of the apprenticeship program. If the apprenticeship program does not specify fringe benefits, apprentices must be paid the full amount of fringe benefits listed on the wage determination for the applicable classification. If the Administrator determines that a different practice prevails for the applicable apprentice classification, fringes shall be paid in accordance with that determination.

In the event the Office of Apprenticeship Training, Employer and Labor Services, or a State Apprenticeship Agency recognized by the Office, withdraws approval of an apprenticeship program, the contractor will no longer be permitted to utilize apprentices at less than the applicable predetermined rate for the work performed until an acceptable program is approved.

b. Trainees (programs of the USDOL).

Except as provided in 29 CFR 5.16, trainees will not be permitted to work at less than the predetermined rate for the work performed unless they are employed pursuant to and individually registered in

Road Repair and Accountability Act of 2017 Fund (SB 1), Manning Avenue Improvements Phase 2 from Frankwood Avenue to Columbia Avenue Special & Technical Provisions

Page 70 of 80

Page 111: ROAD REPAIR AND ACCOUNTABILITY ACT OF 2017 FUND (SB 1), … · 2018-06-19 · Road Repair and Accountability Act of 2017 Fund (SB 1), 1 of 33 Manning Avenue Improvements Phase 2 from

Local Assistance Procedure Manual Exhibit 12-G

Required Federal-Aid Contract Language

Page 15 of 24

July 2016

a program which has received prior approval, evidenced by formal certification by the U.S. Department of Labor, Employment and Training Administration.

The ratio of trainees to journeymen on the job site shall not be greater than permitted under the plan approved by the Employment and Training Administration.

Every trainee must be paid at not less than the rate specified in the approved program for the trainee's level of progress, expressed as a percentage of the journeyman hourly rate specified in the applicable wage determination. Trainees shall be paid fringe benefits in accordance with the provisions of the trainee program. If the trainee program does not mention fringe benefits, trainees shall be paid the full amount of fringe benefits listed on the wage determination unless the Administrator of the Wage and Hour Division determines that there is an apprenticeship program associated with the corresponding journeyman wage rate on the wage determination which provides for less than full fringe benefits for apprentices. Any employee listed on the payroll at a trainee rate who is not registered and participating in a training plan approved by the Employment and Training Administration shall be paid not less than the applicable wage rate on the wage determination for the classification of work actually performed. In addition, any trainee performing work on the job site in excess of the ratio permitted under the registered program shall be paid not less than the applicable wage rate on the wage determination for the work actually performed.

In the event the Employment and Training Administration withdraws approval of a training program, the contractor will no longer be permitted to utilize trainees at less than the applicable predetermined rate for the work performed until an acceptable program is approved.

c. Equal employment opportunity. The utilization of apprentices, trainees and journeymen under this part shall be in conformity with the equal employment opportunity requirements of Executive Order 11246, as amended, and 29 CFR part 30.

d. Apprentices and Trainees (programs of the U.S. DOT).

Apprentices and trainees working under apprenticeship and skill training programs which have been certified by the Secretary of Transportation as promoting EEO in connection with Federal-aid highway construction programs are not subject to the requirements of paragraph 4 of this Section IV. The straight time hourly wage rates for apprentices and trainees under such programs will be established by the particular programs. The ratio of apprentices and trainees to journeymen shall not be greater than permitted by the terms of the particular program.

5. Compliance with Copeland Act requirements. The contractor shall comply with the requirements of 29 CFR part 3, which are incorporated by reference in this contract.

6. Subcontracts. The contractor or subcontractor shall insert Form FHWA-1273 in any subcontracts and also require the subcontractors to include Form FHWA-1273 in any lower tier subcontracts. The prime contractor shall be responsible for the compliance by any subcontractor or lower tier subcontractor with all the contract clauses in 29 CFR 5.5.

7. Contract termination: debarment. A breach of the contract clauses in 29 CFR 5.5 may be grounds for termination of the contract, and for debarment as a contractor and a subcontractor as provided in 29 CFR 5.12.

8. Compliance with Davis-Bacon and Related Act requirements. All rulings and interpretations of the Davis-Bacon and Related Acts contained in 29 CFR parts 1, 3, and 5 are herein incorporated by reference in this contract.

9. Disputes concerning labor standards. Disputes arising out of the labor standards provisions of this contract shall not be subject to the general disputes clause of this contract. Such disputes shall be resolved in accordance with the procedures of the Department of Labor set forth in 29 CFR parts 5, 6, and 7. Disputes within the meaning of this clause include disputes between the contractor (or any of its subcontractors) and the contracting agency, the U.S. Department of Labor, or the employees or their representatives.

10. Certification of eligibility.

a. By entering into this contract, the contractor certifies that neither it (nor he or she) nor any person or firm who has an interest in the contractor's firm is a person or firm ineligible to be awarded Government contracts by virtue of section 3(a) of the Davis-Bacon Act or 29 CFR 5.12(a)(1).

b. No part of this contract shall be subcontracted to any person or firm ineligible for award of a Government contract by virtue of section 3(a) of the Davis-Bacon Act or 29 CFR 5.12(a)(1).

c. The penalty for making false statements is prescribed in the U.S. Criminal Code, 18 U.S.C. 1001.

V. CONTRACT WORK HOURS AND SAFETY STANDARDS ACT

The following clauses apply to any Federal-aid construction contract in an amount in excess of $100,000 and subject to the overtime provisions of the Contract Work Hours and Safety Standards Act. These clauses shall be inserted in addition to the clauses required by 29 CFR 5.5(a) or 29 CFR 4.6. As used in this paragraph, the terms laborers and mechanics include watchmen and guards.

1. Overtime requirements. No contractor or subcontractor contracting for any part of the contract work which may require or involve the employment of laborers or mechanics shall require or permit any such laborer or mechanic in any workweek in which he or she is employed on such work to work in excess of forty hours in such workweek unless such laborer or mechanic receives compensation at a rate not less than one and one-half times the basic rate of pay for all hours worked in excess of forty hours in such workweek.

2. Violation; liability for unpaid wages; liquidated damages. In the event of any violation of the clause set forth in paragraph (1.) of this section, the contractor and any subcontractor responsible therefor shall be liable for the unpaid wages. In addition, such contractor and subcontractor shall be liable to the United States (in the case of work done under contract for the District of Columbia or a territory, to such District or to such territory), for liquidated damages. Such liquidated damages shall be computed with respect to each individual laborer or mechanic, including watchmen and guards, employed in violation of the clause set forth in paragraph (1.) of this section, in the sum of $10 for each calendar day on which such individual was required or permitted to work in excess of the standard workweek of forty hours without payment of the overtime wages required by the clause set forth in paragraph (1.) of this section.

Road Repair and Accountability Act of 2017 Fund (SB 1), Manning Avenue Improvements Phase 2 from Frankwood Avenue to Columbia Avenue Special & Technical Provisions

Page 71 of 80

Page 112: ROAD REPAIR AND ACCOUNTABILITY ACT OF 2017 FUND (SB 1), … · 2018-06-19 · Road Repair and Accountability Act of 2017 Fund (SB 1), 1 of 33 Manning Avenue Improvements Phase 2 from

Local Assistance Procedure Manual Exhibit 12-G

Required Federal-Aid Contract Language

Page 16 of 24

July 2016

3. Withholding for unpaid wages and liquidated damages. The FHWA or the contacting agency shall upon its own action or upon written request of an authorized representative of the Department of Labor withhold or cause to be withheld, from any moneys payable on account of work performed by the contractor or subcontractor under any such contract or any other Federal contract with the same prime contractor, or any other federally-assisted contract subject to the Contract Work Hours and Safety Standards Act, which is held by the same prime contractor, such sums as may be determined to be necessary to satisfy any liabilities of such contractor or subcontractor for unpaid wages and liquidated damages as provided in the clause set forth in paragraph (2.) of this section.

4. Subcontracts. The contractor or subcontractor shall insert in any subcontracts the clauses set forth in paragraph (1.) through (4.) of this section and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts. The prime contractor shall be responsible for compliance by any subcontractor or lower tier subcontractor with the clauses set forth in paragraphs (1.) through (4.) of this section.

VI. SUBLETTING OR ASSIGNING THE CONTRACT This provision is applicable to all Federal-aid construction contracts on the National Highway System. 1. The contractor shall perform with its own organization contract work amounting to not less than 30 percent (or a greater percentage if specified elsewhere in the contract) of the total original contract price, excluding any specialty items designated by the contracting agency. Specialty items may be performed by subcontract and the amount of any such specialty items performed may be deducted from the total original contract price before computing the amount of work required to be performed by the contractor's own organization (23 CFR 635.116).

a. The term “perform work with its own organization” refers to workers employed or leased by the prime contractor, and equipment owned or rented by the prime contractor, with or without operators. Such term does not include employees or equipment of a subcontractor or lower tier subcontractor, agents of the prime contractor, or any other assignees. The term may include payments for the costs of hiring leased employees from an employee leasing firm meeting all relevant Federal and State regulatory requirements. Leased employees may only be included in this term if the prime contractor meets all of the following conditions: (1) the prime contractor maintains control over the supervision of the day-to-day activities of the leased employees;

(2) the prime contractor remains responsible for the quality of the work of the leased employees;

(3) the prime contractor retains all power to accept or exclude individual employees from work on the project; and

(4) the prime contractor remains ultimately responsible for the payment of predetermined minimum wages, the submission of payrolls, statements of compliance and all other Federal regulatory requirements.

b. "Specialty Items" shall be construed to be limited to work that

requires highly specialized knowledge, abilities, or equipment not ordinarily available in the type of contracting organizations qualified and expected to bid or propose on the contract as a whole and in general are to be limited to minor components of the overall contract. 2. The contract amount upon which the requirements set forth in paragraph (1) of Section VI is computed includes the cost of material and manufactured products which are to be purchased or produced by the contractor under the contract provisions.

3. The contractor shall furnish (a) a competent superintendent or supervisor who is employed by the firm, has full authority to direct performance of the work in accordance with the contract requirements, and is in charge of all construction operations (regardless of who performs the work) and (b) such other of its own organizational resources (supervision, management, and engineering services) as the contracting officer determines is necessary to assure the performance of the contract. 4. No portion of the contract shall be sublet, assigned or otherwise disposed of except with the written consent of the contracting officer, or authorized representative, and such consent when given shall not be construed to relieve the contractor of any responsibility for the fulfillment of the contract. Written consent will be given only after the contracting agency has assured that each subcontract is evidenced in writing and that it contains all pertinent provisions and requirements of the prime contract. 5. The 30% self-performance requirement of paragraph (1) is not applicable to design-build contracts; however, contracting agencies may establish their own self-performance requirements. VII. SAFETY: ACCIDENT PREVENTION This provision is applicable to all Federal-aid construction contracts and to all related subcontracts. 1. In the performance of this contract the contractor shall comply with all applicable Federal, State, and local laws governing safety, health, and sanitation (23 CFR 635). The contractor shall provide all safeguards, safety devices and protective equipment and take any other needed actions as it determines, or as the contracting officer may determine, to be reasonably necessary to protect the life and health of employees on the job and the safety of the public and to protect property in connection with the performance of the work covered by the contract. 2. It is a condition of this contract, and shall be made a condition of each subcontract, which the contractor enters into pursuant to this contract, that the contractor and any subcontractor shall not permit any employee, in performance of the contract, to work in surroundings or under conditions which are unsanitary, hazardous or dangerous to his/her health or safety, as determined under construction safety and health standards (29 CFR 1926) promulgated by the Secretary of Labor, in accordance with Section 107 of the Contract Work Hours and Safety Standards Act (40 U.S.C. 3704). 3. Pursuant to 29 CFR 1926.3, it is a condition of this contract that the Secretary of Labor or authorized representative thereof, shall have right of entry to any site of contract performance to inspect or investigate the matter of compliance with the construction safety and health standards and to carry out the duties of the Secretary under Section 107 of the Contract Work Hours and Safety Standards Act (40 U.S.C.3704). VIII. FALSE STATEMENTS CONCERNING HIGHWAY PROJECTS This provision is applicable to all Federal-aid construction contracts and to all related subcontracts. In order to assure high quality and durable construction in conformity with approved plans and specifications and a high degree of reliability on statements and representations made by engineers, contractors, suppliers, and workers on Federal-aid highway projects, it is essential that all persons concerned with the project perform their functions as carefully, thoroughly, and honestly as possible. Willful falsification, distortion, or misrepresentation with respect to any facts related to the project is a violation of Federal law. To prevent any misunderstanding regarding the seriousness of these

Road Repair and Accountability Act of 2017 Fund (SB 1), Manning Avenue Improvements Phase 2 from Frankwood Avenue to Columbia Avenue Special & Technical Provisions

Page 72 of 80

Page 113: ROAD REPAIR AND ACCOUNTABILITY ACT OF 2017 FUND (SB 1), … · 2018-06-19 · Road Repair and Accountability Act of 2017 Fund (SB 1), 1 of 33 Manning Avenue Improvements Phase 2 from

Local Assistance Procedure Manual Exhibit 12-G

Required Federal-Aid Contract Language

Page 17 of 24

July 2016

and similar acts, Form FHWA-1022 shall be posted on each Federal-aid highway project (23 CFR 635) in one or more places where it is readily available to all persons concerned with the project: 18 U.S.C. 1020 reads as follows: "Whoever, being an officer, agent, or employee of the United States, or of any State or Territory, or whoever, whether a person, association, firm, or corporation, knowingly makes any false statement, false representation, or false report as to the character, quality, quantity, or cost of the material used or to be used, or the quantity or quality of the work performed or to be performed, or the cost thereof in connection with the submission of plans, maps, specifications, contracts, or costs of construction on any highway or related project submitted for approval to the Secretary of Transportation; or Whoever knowingly makes any false statement, false representation, false report or false claim with respect to the character, quality, quantity, or cost of any work performed or to be performed, or materials furnished or to be furnished, in connection with the construction of any highway or related project approved by the Secretary of Transportation; or Whoever knowingly makes any false statement or false representation as to material fact in any statement, certificate, or report submitted pursuant to provisions of the Federal-aid Roads Act approved July 1, 1916, (39 Stat. 355), as amended and supplemented; Shall be fined under this title or imprisoned not more than 5 years or both." IX. IMPLEMENTATION OF CLEAN AIR ACT AND FEDERAL WATER POLLUTION CONTROL ACT This provision is applicable to all Federal-aid construction contracts and to all related subcontracts. By submission of this bid/proposal or the execution of this contract, or subcontract, as appropriate, the bidder, proposer, Federal-aid construction contractor, or subcontractor, as appropriate, will be deemed to have stipulated as follows: 1. That any person who is or will be utilized in the performance of this contract is not prohibited from receiving an award due to a violation of Section 508 of the Clean Water Act or Section 306 of the Clean Air Act. 2. That the contractor agrees to include or cause to be included the requirements of paragraph (1) of this Section X in every subcontract, and further agrees to take such action as the contracting agency may direct as a means of enforcing such requirements. X. CERTIFICATION REGARDING DEBARMENT, SUSPENSION, INELIGIBILITY AND VOLUNTARY EXCLUSION This provision is applicable to all Federal-aid construction contracts, design-build contracts, subcontracts, lower-tier subcontracts, purchase orders, lease agreements, consultant contracts or any other covered transaction requiring FHWA approval or that is estimated to cost $25,000 or more – as defined in 2 CFR Parts 180 and 1200. 1. Instructions for Certification – First Tier Participants: a. By signing and submitting this proposal, the prospective first tier participant is providing the certification set out below.

b. The inability of a person to provide the certification set out below will not necessarily result in denial of participation in this covered transaction. The prospective first tier participant shall submit an explanation of why it cannot provide the certification set out below. The certification or explanation will be considered in connection with the department or agency's determination whether to enter into this transaction. However, failure of the prospective first tier participant to furnish a certification or an explanation shall disqualify such a person from participation in this transaction. c. The certification in this clause is a material representation of fact upon which reliance was placed when the contracting agency determined to enter into this transaction. If it is later determined that the prospective participant knowingly rendered an erroneous certification, in addition to other remedies available to the Federal Government, the contracting agency may terminate this transaction for cause of default. d. The prospective first tier participant shall provide immediate written notice to the contracting agency to whom this proposal is submitted if any time the prospective first tier participant learns that its certification was erroneous when submitted or has become erroneous by reason of changed circumstances. e. The terms "covered transaction," "debarred," "suspended," "ineligible," "participant," "person," "principal," and "voluntarily excluded," as used in this clause, are defined in 2 CFR Parts 180 and 1200. “First Tier Covered Transactions” refers to any covered transaction between a grantee or subgrantee of Federal funds and a participant (such as the prime or general contract). “Lower Tier Covered Transactions” refers to any covered transaction under a First Tier Covered Transaction (such as subcontracts). “First Tier Participant” refers to the participant who has entered into a covered transaction with a grantee or subgrantee of Federal funds (such as the prime or general contractor). “Lower Tier Participant” refers any participant who has entered into a covered transaction with a First Tier Participant or other Lower Tier Participants (such as subcontractors and suppliers). f. The prospective first tier participant agrees by submitting this proposal that, should the proposed covered transaction be entered into, it shall not knowingly enter into any lower tier covered transaction with a person who is debarred, suspended, declared ineligible, or voluntarily excluded from participation in this covered transaction, unless authorized by the department or agency entering into this transaction. g. The prospective first tier participant further agrees by submitting this proposal that it will include the clause titled "Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion-Lower Tier Covered Transactions," provided by the department or contracting agency, entering into this covered transaction, without modification, in all lower tier covered transactions and in all solicitations for lower tier covered transactions exceeding the $25,000 threshold. h. A participant in a covered transaction may rely upon a certification of a prospective participant in a lower tier covered transaction that is not debarred, suspended, ineligible, or voluntarily excluded from the covered transaction, unless it knows that the certification is erroneous. A participant is responsible for ensuring that its principals are not suspended, debarred, or otherwise ineligible to participate in covered transactions. To verify the eligibility of its principals, as well as the eligibility of any lower tier prospective participants, each participant may, but is not required to, check the Excluded Parties List System website (https://www.epls.gov/), which is compiled by the General Services Administration. i. Nothing contained in the foregoing shall be construed to require the establishment of a system of records in order to render in good

Road Repair and Accountability Act of 2017 Fund (SB 1), Manning Avenue Improvements Phase 2 from Frankwood Avenue to Columbia Avenue Special & Technical Provisions

Page 73 of 80

Page 114: ROAD REPAIR AND ACCOUNTABILITY ACT OF 2017 FUND (SB 1), … · 2018-06-19 · Road Repair and Accountability Act of 2017 Fund (SB 1), 1 of 33 Manning Avenue Improvements Phase 2 from

Local Assistance Procedure Manual Exhibit 12-G

Required Federal-Aid Contract Language

Page 18 of 24

July 2016

faith the certification required by this clause. The knowledge and information of the prospective participant is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings. j. Except for transactions authorized under paragraph (f) of these instructions, if a participant in a covered transaction knowingly enters into a lower tier covered transaction with a person who is suspended, debarred, ineligible, or voluntarily excluded from participation in this transaction, in addition to other remedies available to the Federal Government, the department or agency may terminate this transaction for cause or default. * * * * * 2. Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion – First Tier Participants: a. The prospective first tier participant certifies to the best of its knowledge and belief, that it and its principals: (1) Are not presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participating in covered transactions by any Federal department or agency; (2) Have not within a three-year period preceding this proposal been convicted of or had a civil judgment rendered against them for commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (Federal, State or local) transaction or contract under a public transaction; violation of Federal or State antitrust statutes or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, or receiving stolen property; (3) Are not presently indicted for or otherwise criminally or civilly charged by a governmental entity (Federal, State or local) with commission of any of the offenses enumerated in paragraph (a)(2) of this certification; and (4) Have not within a three-year period preceding this application/proposal had one or more public transactions (Federal, State or local) terminated for cause or default. b. Where the prospective participant is unable to certify to any of the statements in this certification, such prospective participant shall attach an explanation to this proposal. 2. Instructions for Certification - Lower Tier Participants: (Applicable to all subcontracts, purchase orders and other lower tier transactions requiring prior FHWA approval or estimated to cost $25,000 or more - 2 CFR Parts 180 and 1200) a. By signing and submitting this proposal, the prospective lower tier is providing the certification set out below. b. The certification in this clause is a material representation of fact upon which reliance was placed when this transaction was entered into. If it is later determined that the prospective lower tier participant knowingly rendered an erroneous certification, in addition to other remedies available to the Federal Government, the department, or agency with which this transaction originated may pursue available remedies, including suspension and/or debarment. c. The prospective lower tier participant shall provide immediate written notice to the person to which this proposal is submitted if at any time the prospective lower tier participant learns that its certification was erroneous by reason of changed circumstances. d. The terms "covered transaction," "debarred," "suspended," "ineligible," "participant," "person," "principal," and "voluntarily

excluded," as used in this clause, are defined in 2 CFR Parts 180 and 1200. You may contact the person to which this proposal is submitted for assistance in obtaining a copy of those regulations. “First Tier Covered Transactions” refers to any covered transaction between a grantee or subgrantee of Federal funds and a participant (such as the prime or general contract). “Lower Tier Covered Transactions” refers to any covered transaction under a First Tier Covered Transaction (such as subcontracts). “First Tier Participant” refers to the participant who has entered into a covered transaction with a grantee or subgrantee of Federal funds (such as the prime or general contractor). “Lower Tier Participant” refers any participant who has entered into a covered transaction with a First Tier Participant or other Lower Tier Participants (such as subcontractors and suppliers). e. The prospective lower tier participant agrees by submitting this proposal that, should the proposed covered transaction be entered into, it shall not knowingly enter into any lower tier covered transaction with a person who is debarred, suspended, declared ineligible, or voluntarily excluded from participation in this covered transaction, unless authorized by the department or agency with which this transaction originated. f. The prospective lower tier participant further agrees by submitting this proposal that it will include this clause titled "Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion-Lower Tier Covered Transaction," without modification, in all lower tier covered transactions and in all solicitations for lower tier covered transactions exceeding the $25,000 threshold. g. A participant in a covered transaction may rely upon a certification of a prospective participant in a lower tier covered transaction that is not debarred, suspended, ineligible, or voluntarily excluded from the covered transaction, unless it knows that the certification is erroneous. A participant is responsible for ensuring that its principals are not suspended, debarred, or otherwise ineligible to participate in covered transactions. To verify the eligibility of its principals, as well as the eligibility of any lower tier prospective participants, each participant may, but is not required to, check the Excluded Parties List System website (https://www.epls.gov/), which is compiled by the General Services Administration. h. Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to render in good faith the certification required by this clause. The knowledge and information of participant is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings. i. Except for transactions authorized under paragraph e of these instructions, if a participant in a covered transaction knowingly enters into a lower tier covered transaction with a person who is suspended, debarred, ineligible, or voluntarily excluded from participation in this transaction, in addition to other remedies available to the Federal Government, the department or agency with which this transaction originated may pursue available remedies, including suspension and/or debarment. * * * * * Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion--Lower Tier Participants: 1. The prospective lower tier participant certifies, by submission of this proposal, that neither it nor its principals is presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participating in covered transactions by any Federal department or agency.

Road Repair and Accountability Act of 2017 Fund (SB 1), Manning Avenue Improvements Phase 2 from Frankwood Avenue to Columbia Avenue Special & Technical Provisions

Page 74 of 80

Page 115: ROAD REPAIR AND ACCOUNTABILITY ACT OF 2017 FUND (SB 1), … · 2018-06-19 · Road Repair and Accountability Act of 2017 Fund (SB 1), 1 of 33 Manning Avenue Improvements Phase 2 from

Local Assistance Procedure Manual Exhibit 12-G

Required Federal-Aid Contract Language

Page 19 of 24

July 2016

2. Where the prospective lower tier participant is unable to certify to any of the statements in this certification, such prospective participant shall attach an explanation to this proposal. * * * * * XI. CERTIFICATION REGARDING USE OF CONTRACT FUNDS FOR LOBBYING This provision is applicable to all Federal-aid construction contracts and to all related subcontracts which exceed $100,000 (49 CFR 20). 1. The prospective participant certifies, by signing and submitting this bid or proposal, to the best of his or her knowledge and belief, that: a. No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of any Federal agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement. b. If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any Federal agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form-LLL, "Disclosure Form to Report Lobbying," in accordance with its instructions. 2. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by 31 U.S.C. 1352. Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. 3. The prospective participant also agrees by submitting its bid or proposal that the participant shall require that the language of this certification be included in all lower tier subcontracts, which exceed $100,000 and that all such recipients shall certify and disclose accordingly.

Road Repair and Accountability Act of 2017 Fund (SB 1), Manning Avenue Improvements Phase 2 from Frankwood Avenue to Columbia Avenue Special & Technical Provisions

Page 75 of 80

Page 116: ROAD REPAIR AND ACCOUNTABILITY ACT OF 2017 FUND (SB 1), … · 2018-06-19 · Road Repair and Accountability Act of 2017 Fund (SB 1), 1 of 33 Manning Avenue Improvements Phase 2 from

Local Assistance Procedures Manual Exhibit 12-G

Required Federal-Aid Contract Language

Page 20 of 24

July 2016

12. FEMALE AND MINORITY GOALS

To comply with Section II, "Nondiscrimination," of "Required Contract Provisions Federal-Aid Construction

Contracts," the following are for female and minority utilization goals for Federal-aid construction contracts

and subcontracts that exceed $10,000:

The nationwide goal for female utilization is 6.9 percent.

The goals for minority utilization [45 Fed Reg 65984 (10/3/1980)] are as follows:

MINORITY UTILIZATION GOALS

Economic Area Goal

(Percent)

174

Redding CA:

Non-SMSA (Standard Metropolitan Statistical Area) Counties:

CA Lassen; CA Modoc; CA Plumas; CA Shasta; CA Siskiyou; CA Tehama

6.8

175

Eureka, CA

Non-SMSA Counties:

CA Del Norte; CA Humboldt; CA Trinity

6.6

176

San Francisco-Oakland-San Jose, CA:

SMSA Counties:

7120 Salinas-Seaside-Monterey, CA

CA Monterey

7360 San Francisco-Oakland

CA Alameda; CA Contra Costa; CA Marin; CA San Francisco; CA San Mateo

7400 San Jose, CA

CA Santa Clara, CA

7485 Santa Cruz, CA

CA Santa Cruz

7500 Santa Rosa

CA Sonoma

8720 Vallejo-Fairfield-Napa, CA

CA Napa; CA Solano

Non-SMSA Counties:

CA Lake; CA Mendocino; CA San Benito

28.9

25.6

19.6

14.9

9.1

17.1

23.2

177

Sacramento, CA:

SMSA Counties:

6920 Sacramento, CA

CA Placer; CA Sacramento; CA Yolo

Non-SMSA Counties

CA Butte; CA Colusa; CA El Dorado; CA Glenn; CA Nevada; CA Sierra; CA Sutter;

CA Yuba

16.1

14.3

178

Stockton-Modesto, CA:

SMSA Counties:

5170 Modesto, CA

CA Stanislaus

8120 Stockton, CA

CA San Joaquin

Non-SMSA Counties

CA Alpine; CA Amador; CA Calaveras; CA Mariposa; CA Merced; CA Tuolumne

12.3

24.3

19.8

Road Repair and Accountability Act of 2017 Fund (SB 1), Manning Avenue Improvements Phase 2 from Frankwood Avenue to Columbia Avenue Special & Technical Provisions

Page 76 of 80

Page 117: ROAD REPAIR AND ACCOUNTABILITY ACT OF 2017 FUND (SB 1), … · 2018-06-19 · Road Repair and Accountability Act of 2017 Fund (SB 1), 1 of 33 Manning Avenue Improvements Phase 2 from

Local Assistance Procedures Manual Exhibit 12-G

Required Federal-Aid Contract Language

Page 21 of 24

July 2016

For the last full week July during which work is performed under the contract, you and each non material-

supplier subcontractor with a subcontract of $10,000 or more must complete Form FHWA PR-1391

(Appendix C to 23 CFR 230). Submit the forms by August 15.

13. FEDERAL TRAINEE PROGRAM

For the Federal training program, the number of trainees or apprentices is _________.

This section applies if a number of trainees or apprentices is specified in the special provisions.

As part of your equal opportunity affirmative action program, provide on-the-job training to develop full

journeymen in the types of trades or job classifications involved.

You have primary responsibility for meeting this training requirement.

If you subcontract a contract part, determine how many trainees or apprentices are to be trained by the

subcontractor.

Include these training requirements in your subcontract.

Where feasible, 25 percent of apprentices or trainees in each occupation must be in their 1st year of

apprenticeship or training.

Distribute the number of apprentices or trainees among the work classifications on the basis of your needs and

the availability of journeymen in the various classifications within a reasonable recruitment area.

Before starting work, submit to the City/County of _________:

179

Fresno-Bakersfield, CA

SMSA Counties:

0680 Bakersfield, CA

CA Kern

2840 Fresno, CA

CA Fresno

Non-SMSA Counties:

CA Kings; CA Madera; CA Tulare

19.1

26.1

23.6

180

Los Angeles, CA:

SMSA Counties:

0360 Anaheim-Santa Ana-Garden Grove, CA

CA Orange

4480 Los Angeles-Long Beach, CA

CA Los Angeles

6000 Oxnard-Simi Valley-Ventura, CA

CA Ventura

6780 Riverside-San Bernardino-Ontario, CA

CA Riverside; CA San Bernardino

7480 Santa Barbara-Santa Maria-Lompoc, CA

CA Santa Barbara

Non-SMSA Counties

CA Inyo; CA Mono; CA San Luis Obispo

11.9

28.3

21.5

19.0

19.7

24.6

181

San Diego, CA:

SMSA Counties

7320 San Diego, CA

CA San Diego

Non-SMSA Counties

CA Imperial

16.9

18.2

Road Repair and Accountability Act of 2017 Fund (SB 1), Manning Avenue Improvements Phase 2 from Frankwood Avenue to Columbia Avenue Special & Technical Provisions

Page 77 of 80

Page 118: ROAD REPAIR AND ACCOUNTABILITY ACT OF 2017 FUND (SB 1), … · 2018-06-19 · Road Repair and Accountability Act of 2017 Fund (SB 1), 1 of 33 Manning Avenue Improvements Phase 2 from

Local Assistance Procedures Manual Exhibit 12-G

Required Federal-Aid Contract Language

Page 22 of 24

July 2016

1. Number of apprentices or trainees to be trained for each classification

2. Training program to be used

3. Training starting date for each classification

Obtain the City/County's of _________ approval for this submitted information before you start work. The

City/County of _________ credits you for each apprentice or trainee you employ on the work who is

currently enrolled or becomes enrolled in an approved program.

The primary objective of this section is to train and upgrade minorities and women toward journeymen status.

Make every effort to enroll minority and women apprentices or trainees, such as conducting systematic and

direct recruitment through public and private sources likely to yield minority and women apprentices or

trainees, to the extent they are available within a reasonable recruitment area. Show that you have made the

efforts. In making these efforts, do not discriminate against any applicant for training.

Do not employ as an apprentice or trainee an employee:

1. In any classification in which the employee has successfully completed a training course leading to

journeyman status or in which the employee has been employed as a journeyman

2. Who is not registered in a program approved by the US Department of Labor, Bureau of

Apprenticeship and Training

Ask the employee if the employee has successfully completed a training course leading to journeyman status

or has been employed as a journeyman. Your records must show the employee's answers to the questions.

In your training program, establish the minimum length and training type for each classification. The

City/County of _________ and FHWA approves a program if one of the following is met:

1. It is calculated to:

Meet the your equal employment opportunity responsibilities

Qualify the average apprentice or trainee for journeyman status in the classification involved

by the end of the training period

2. It is registered with the U.S. Department of Labor, Bureau of Apprenticeship and Training, and it

is administered in a way consistent with the equal employment responsibilities of Federal-aid

highway construction contracts

Obtain the State's approval for your training program before you start work involving the classification

covered by the program.

Provide training in the construction crafts, not in clerk-typist or secretarial-type positions. Training is

allowed in lower level management positions such as office engineers, estimators, and timekeepers if the

training is oriented toward construction applications. Training is allowed in the laborer classification if

significant and meaningful training is provided and approved by the division office. Off-site training is

allowed if the training is an integral part of an approved training program and does not make up a

significant part of the overall training.

The City/County of _________ reimburses you 80 cents per hour of training given an employee on this

contract under an approved training program:

1. For on-site training

2. For off-site training if the apprentice or trainee is currently employed on a Federal-aid project and

you do at least one of the following:

Contribute to the cost of the training

Provide the instruction to the apprentice or trainee

Pay the apprentice's or trainee's wages during the off-site training period

3. If you comply this section.

Road Repair and Accountability Act of 2017 Fund (SB 1), Manning Avenue Improvements Phase 2 from Frankwood Avenue to Columbia Avenue Special & Technical Provisions

Page 78 of 80

Page 119: ROAD REPAIR AND ACCOUNTABILITY ACT OF 2017 FUND (SB 1), … · 2018-06-19 · Road Repair and Accountability Act of 2017 Fund (SB 1), 1 of 33 Manning Avenue Improvements Phase 2 from

Local Assistance Procedures Manual Exhibit 12-G

Required Federal-Aid Contract Language

Page 23 of 24

July 2016

Each apprentice or trainee must:

1. Begin training on the project as soon as feasible after the start of work involving the apprentice's

or trainee's skill

2. Remain on the project as long as training opportunities exist in the apprentice's or trainee's work

classification or until the apprentice or trainee has completed the training program

Furnish the apprentice or trainee:

1. Copy of the program you will comply with in providing the training

2. Certification showing the type and length of training satisfactorily completed

14. TITLE VI ASSURANCES

During the performance of this Agreement, the contractor, for itself, its assignees and successors in

interest (hereinafter collectively referred to as CONTRACTOR) agrees as follows:

(1) Compliance with Regulations: CONTRACTOR shall comply with the regulations relative to

nondiscrimination in federally assisted programs of the Department of Transportation, Title 49, Code

of Federal Regulations, Part 21, as they may be amended from time to time, (hereinafter referred to as

the REGULATIONS), which are herein incorporated by reference and made a part of this agreement.

(2) Nondiscrimination: CONTRACTOR, with regard to the work performed by it during the

AGREEMENT, shall not discriminate on the grounds of race, color, sex, national origin, religion,

age, or disability in the selection and retention of sub-applicants, including procurements of materials

and leases of equipment. CONTRACTOR shall not participate either directly or indirectly in the

discrimination prohibited by Section 21.5 of the Regulations, including employment practices when

the agreement covers a program set forth in Appendix B of the Regulations.

(3) Solicitations for Sub-agreements, Including Procurements of Materials and Equipment: In all

solicitations either by competitive bidding or negotiation made by CONTRACTOR for work to be

performed under a Sub-agreement, including procurements of materials or leases of equipment, each

potential sub-applicant or supplier shall be notified by CONTRACTOR of the CONTRACTOR’S

obligations under this Agreement and the Regulations relative to nondiscrimination on the grounds of

race, color, or national origin.

(4) Information and Reports: CONTRACTOR shall provide all information and reports required by the

Regulations, or directives issued pursuant thereto, and shall permit access to its books, records,

accounts, other sources of information, and its facilities as may be determined by the California

Department of Transportation or FHWA to be pertinent to ascertain compliance with such

Regulations or directives. Where any information required of CONTRACTOR is in the exclusive

possession of another who fails or refuses to furnish this information, CONTRACTOR shall so

certify to the California Department of Transportation or the FHWA as appropriate, and shall set forth

what efforts CONTRACTOR has made to obtain the information.

(5) Sanctions for Noncompliance: In the event of CONTRACTOR’s noncompliance with the

nondiscrimination provisions of this agreement, the California Department of Transportation shall

impose such agreement sanctions as it or the FHWA may determine to be appropriate, including, but

not limited to:

(a) withholding of payments to CONTRACTOR under the Agreement within a reasonable period of

time, not to exceed 90 days; and/or

(b) cancellation, termination or suspension of the Agreement, in whole or in part.

(6) Incorporation of Provisions: CONTRACTOR shall include the provisions of paragraphs (1) through

(6) in every sub-agreement, including procurements of materials and leases of equipment, unless

exempt by the Regulations, or directives issued pursuant thereto.

Road Repair and Accountability Act of 2017 Fund (SB 1), Manning Avenue Improvements Phase 2 from Frankwood Avenue to Columbia Avenue Special & Technical Provisions

Page 79 of 80

Page 120: ROAD REPAIR AND ACCOUNTABILITY ACT OF 2017 FUND (SB 1), … · 2018-06-19 · Road Repair and Accountability Act of 2017 Fund (SB 1), 1 of 33 Manning Avenue Improvements Phase 2 from

Local Assistance Procedures Manual Exhibit 12-G

Required Federal-Aid Contract Language

Page 24 of 24

July 2016

CONTRACTOR shall take such action with respect to any sub-agreement or procurement as the

California Department of Transportation or FHWA may direct as a means of enforcing such provisions

including sanctions for noncompliance, provided, however, that, in the event CONTRACTOR becomes

involved in, or is threatened with, litigation with a sub-applicant or supplier as a result of such direction,

CONTRACTOR may request the California Department of Transportation enter into such litigation to

protect the interests of the State, and, in addition, CONTRACTOR may request the United States to enter

into such litigation to protect the interests of the United States.

15. USE OF UNITED STATES-FLAG VESSELS

The CONTRACTOR agrees-

1. To utilize privately owned United States-flag commercial vessels to ship at least 50 percent of the

gross tonnage (computed separately for dry bulk carries, dry cargo liners, and tankers) involved,

whenever shipping any equipment, material, or commodities pursuant to this contract, to the extent

such vessels are available at fair and reasonable rates for United States-flag commercial vessels.

2. To Furnish within 20 days following the date of loading for shipments originating within the United

State or within 30 working days following the date of loading for shipments originating outside the

United States, a legible copy of a rated “on-board” commercial ocean bill-of-lading in English for

each shipment of cargo described in paragraph (1) of this section to both the Contracting Officer

(through the prime contractor in the case of subcontractor bills-of-lading) and to the Division of

National Cargo, Office of Market Development, Maritime Administration, Washington, DC 20590.

3. To insert the substance of the provisions of this clause in all subcontracts issued pursuant to this

contract.

.

MAINTAIN RECORDS AND SUBMIT REPORTS DOCUMENTING YOUR PERFORMANCE UNDER THIS SECTION

Road Repair and Accountability Act of 2017 Fund (SB 1), Manning Avenue Improvements Phase 2 from Frankwood Avenue to Columbia Avenue Special & Technical Provisions

Page 80 of 80