Loading...
CC SR 20250304 G - Hawthorne Eddinghill Seamount Left Turn Signal CITY COUNCIL MEETING DATE: 03/04/2025 AGENDA REPORT AGENDA HEADING: Consent Calendar AGENDA TITLE: Consideration and possible action to approve the construction plans and specifications for the Hawthorne Boulevard at Eddinghill/Seamount Left Turn Signal Project (CIP Project 8857). RECOMMENDED COUNCIL ACTION: (1) Approve the plans, specifications, and construction documents for the Hawthorne Boulevard at Eddinghill/Seamount Left Turn Signal Project (CIP Project 8857); (2) Approve an additional appropriation of $590,000 from the 1911 Street Lighting Act Fund for the Project; (3) Find that the apparent low bidder established that a mistake was made in their bid, provided written notice to the City within 5 working days after the opening of the bids detailing how the mistake occurred, and demonstrated that the mistake made the bid materially different than intended as required by Public Contracts Code §§ 5101 & 5103; (4) Award a construction contract for the Hawthorne Boulevard at Eddinghill/Seamount Left Turn Signal Project to Alfaro Communications Construction, Inc., in the amount of $570,968.01, with a contingency of 10%, or $57,097, for a total amount of up to $628,065; and (5) Authorize the Mayor and City Clerk to execute the contracts, in forms approved by the City Attorney. FISCAL IMPACT: The recommended actions will result in a fiscal impact of up to $890,000 inclusive of associated professional services costs such as engineering and construction inspection. The approved Fiscal Year (FY) 2024-25 Capital Improvement Program (CIP) budget includes $300,000 from the 1911 Street Lighting Act Fund, and the recommended action will result in an additional appropriation of $590,000 from the 1911 Street Lighting Act Fund (1911 Act Fund). The 1911 Act Fund is a Special Revenue Fund that is restricted for funding streetlight and traffic signal operations and maintenance costs. The projected revenues in FY 2024-25 is approximately $967,600. The typical operations and maintenance cost for the City’s existing streetlights and traffic signals, excluding CIP and other special one- time projects, is estimated at approximately $500,000 annually. This 1 includes monthly inspection, testing, repair, and record keeping associated with streetlights and traffic signals. The CIP budget varies annually depending on programmed streetlight and traffic signal improvements. The typical cost to install a new traffic signal or perform major modifications to an existing traffic signal is estimated to be approximately $1,000,000, in 2025 dollars. The typical annual maintenance cost for a traffic signal is approximately $10,000. The current 1911 Act Fund balance is sufficient to fund the additional appropriation without decreasing funding for any other currently approved CIP project or operating expense. Additionally, Staff believes that there is sufficient ongoing revenue and an adequate balance to fund the ongoing operations and maintenance, as well as foreseeable CIP and special one-time projects, of the City’s streetlights and traffic signals. Below is a summary of the 1911 Act Fund balance. Table 1 – Estimated 1911 Street Lighting Act Fund Balance June 30, 2024 Fund Balance $2,918,461 FY 24-25 Estimated Revenue $967,600 FY 24-25 Estimated Expenditures Operating Special Projects Budget $666,837 CIP Budget $730,000 Additional Appropriation Project 8857 $590,000 Estimated Balance June 30, 2025 $1,899,224 Staff is requesting an additional appropriation at this time, rather than making a funding request through the regular CIP budget cycle to allow construction to proceed as quickly as possible. Under the regular CIP budget cycle process, new bids would need to be solicited after adoption of the CIP, which would delay the project by six months or more. VR Amount Budgeted: $300,000 Additional Appropriation: $590,000 Account Number(s): 211-400-8857-8XXX (various accounts) (Fund 1911 Act Street Lighting – Improvements/Prof Tech) VR ORIGINATED BY: Ramzi Awwad, Public Works Director REVIEWED BY: Same as above APPROVED BY: Ara Mihranian, AICP, City Manager 2 ATTACHED SUPPORTING DOCUMENTS: A. Construction Contract with Alfaro Communications Constructions, Inc. for the Hawthorne Boulevard at Eddinghill/Seamount Left Turn Signal Project (page A-1) B. Plans, Specifications, and Construction Documents for the Hawthorne Boulevard at Eddinghill/Seamount Left Turn Signal Project (page B-1) C. CIP Sheet for the Hawthorne Boulevard at Eddinghill/Seamount Left Turn Signal Project (page C-1) D. January 16, 2024 City Council Meeting. BACKGROUND: On January 16, 2024, based on the findings of a traffic study and the Traffic Safety Committee’s recommendation, the City Council approved the installation of left-turn signal arrows for Hawthorne Boulevard at Eddinghill Drive/Seamount Drive (Attachment D). The project was approved as part of the FY 2024-25 Capital Improvement Program (CIP) as Project 8857 (Attachment C). The left turn signal design process included extensive community engagement. A list of interested constituents was created, and regular updates were provided to those constituents. Additionally, Public Works sought the input of area residents, particularly with respect to required street lighting, to ensure that an aesthetically appropriate and context sensitive design was developed. DISCUSSION: On December 5, 2024, the City issued a Notice Inviting Bids on the PlanetBids platform, for a price to construct the Hawthorne Boulevard at Eddinghill/Seamount Left Turn Signal Project (Attachment B). Six bids were received by the deadline of January 31, 2025, as shown in Table 2 below. Table 2: Hawthorne Blvd at Eddinghill/Seamount Left Turn Signal Bid Results Bidder Bid Amount Elecnor Belco Electric, Inc. $469,939.00 Alfaro Communications Construction, Inc. $570,968.01 Crosstown Electrical & Data, Inc. $598,789.00 Select Electric, Inc. $625,850.00 PTM General Services, Inc. $727,027.00 Servitek Electric, Inc. $905,197.00 The lowest apparent responsible and responsive bidder was Elecnor Belco Electric, Inc. (Elecnor) with a bid in the amount of $469,939. However, during the bid evaluation process, the apparent lowest bidder submitted a formal request to the City seeking withdrawal from consideration, citing a genuine misunderstanding of the project specifications that resulted in a significant underbid. 3 Staff sought guidance from the City Attorney, who advised that under the California Public Contract Code, a bidder can withdraw its bid due to a mistake in filling out the bid, but not due to an error in judgment or carelessness in reading the plans or specifications. In their bid withdrawal request, Elecnor argues that their request is due to ambiguous language in the bid documents. The City Attorney concluded that the bidder’s submission constituted a good faith basis for a legal argument that the bidder’s error was excusable. Public Works staff are of the opinion that requiring a construction contractor to perform a project where they are facing potential financial losses from the onset is not likely to result in a successful project outcome. It is possible that there would be disputes that would require significant staff time which could be better spent on advancing the City’s projects, and there could be delays as disputes are resolved. Based on the guidance of the City Attorney, and the risk of project delays and performance challenges, Staff recommends that the City Council accept the withdrawal of the apparent lowest responsive and responsible bidder with a finding that a timely request for withdrawal was submitted and that the basis for withdrawal met the requirements of the Public Contracts Code §§ 5101 & 5103 . Furthermore, to maintain a business-friendly environment and encourage robust competition in future City projects, staff recommends not pursuing the bid bond against the withdrawing bidder. Strict enforcement in cases of good-faith errors may discourage qualified contractors from participating in City bidding opportunities, ultimately reducing competition and increasing project costs in the long-term. The City evaluated the second lowest bid and found Alfaro Communications Construction, Inc. to be a qualified firm. The cost to design and construct the Project was estimated by the City in early 2024 to be $300,000 inclusive of construction as well as professional services such as engineering and construction inspection. However, based on the actual bid results and quotes for professional services, the total project cost is now estimated to be $890,000 , inclusive of professional services such as engineering and construction inspection . Staff analyzed the difference in the estimated cost and actual bid and quote results. The following factors were determined to be the reasons for the differ ence: • Streetlights: Reducing the impact of street lighting on adjacent properties while meeting industry minimum safety standards required a complete re -design of the street lighting. The extent of street lighting modifications was not known at the time of the original cost estimate and became clear during the community engagement process. This required amending the project scope to include replacement of streetlight poles, which in two cases also meant replacing some existing traffic signal mast arms. • Cabinet and Wiring Updates: The original cost estimate assumed that the existing traffic signal equipment and cabinets would be used; however, during detailed engineering, it became evident that the equipment was outdated and needed to be replaced. A battery backup system is also included in the improvements. 4 • Americans with Disabilities (ADA) Act Compliance Improvements: At the time the project was originally estimated, an update to the Public Rights-of-Way Accessibility Guidelines (PROWAG) manual, which provides guidelines for ADA compliance, had just been finalized and new requirements from this update were inadvertently omitted from the project scope. This required the addition of several items to the project scope including ADA-compliant curb ramps, median island pedestrian refuges, audible pedestrian push button posts and associated elements, and other associated upgrades. This also had the add-on effect of impacting some underground signal wires in the path of some of these new ADA upgrades, which required relocating the signal wires. It is important to note that the conduit and wires were aging, and it is more cost effective to replace them with this project rather than as a separate future effort. In summary, the original cost estimate assumed the simple addition of left turn signals without other improvements. During the detailed engineering phase, it became apparent that additional improvements were necessary to meet minimum design standards. This will result in a complete update of the signal equipment , which increases the design life of the signal, and more efficiently updates the aging components. It is important to note that the cost estimate has no bearing on the actual price the City must pay to construct the improvements, which are based on market rates as shown in bids and quotes. In other words, had the cost estimate been more accurate to begin with, the actual cost to construct the improvements would be no different. Table 3 shows a budget summary of the project. Table 3: Hawthorne Blvd at Eddinghill/Seamount Left Turn Signal Budget Summary Staff expects construction to begin in March 2025 and be complete in December 2025, barring unforeseen circumstances. The schedule is largely driven by the manufacturing time of the signal poles and equipment, which must be custom manufactured to meet project’s exact design measurements. Staff are investigating the possibility of incentives to accelerate construction; however, at this time, it is not clear that this would result in faster completion considering the manufacturing times. 8857 - Hawthorne Blvd. at Eddinghill/Seamount Left Turn Signal Fund Budget Notes 211 300,000.00 Additonal Appropriation requested 211 590,000.00 if approved by City Council Total 890,000.00 Fund Project Budget Project-to-Date Actuals as of 02-19-2025 Project-to-Date Committed as of 02-19-2025 Project Remaining Balance 8001 Professional/Technical Services 211 156,935.00 38,440.60 - 118,494.40 8005 Engineering Design Services 211 45,000.00 - - 45,000.00 8006 Inspection Services 211 60,000.00 - - 60,000.00 8802 Other Improvements 211 570,968.00 - - 570,968.00 8802 Other Imps - Contingency 211 57,097.00 - - 57,097.00 Project Total 890,000.00$ 38,440.60$ -$ 851,559.40$ Description Project Budget Summary FY24-25 Original Budget Project Costs Summary 5 CONCLUSION: Staff recommends the City Council approve an additional appropriation of $590,000 from the 1911 Street Lighting Act Fund and award a construction contract to Alfaro Communications Construction, Inc. in the amount of $570,968.01, with a contingency of 10%, or $57,097, for a total amount of up to $628,065 to construct the Hawthorne Boulevard at Eddinghill/Seamount Left Turn Signal Project . (Attachment A) ALTERNATIVES: In addition to Staff recommendation, the following alternative action s are available for the City Council’s consideration: 1. Do not accept the withdrawal request of the lowest bidder and require them to honor their bid by awarding them the construction contract. 2. Hold the lowest bidder financially accountable for their error by claiming the bid bond and award the construction contract to the second lowest bidder. 3. Do not award a construction contract and direct Staff to re-solicit construction bids. 4. Take other action, as deemed appropriate. 6 01203.0006/300347.1 PUBLIC WORKS AGREEMENT By and Between CITY OF RANCHO PALOS VERDES and ALFARO COMMUNICATIONS CONSTRUCTION, INC. A-1 -1- 01203.0006/300347.1 AGREEMENT FOR PUBLIC WORKS SERVICES BETWEEN THE CITY OF RANCHO PALOS VERDES AND ALFARO COMMUNICATIONS CONSTRUCTION, INC. THIS AGREEMENT FOR PUBLIC WORKS SERVICES (herein “Agreement”) is made and entered into on March 4, 2025 by and between the City of Rancho Palos Verdes, a California municipal corporation (“City”) and Alfaro Communications Construction, Inc. (“Contractor”). City and Contractor may be referred to, individually or collectively, as “Party” or “Parties.” RECITALS A. City has sought, by issuance of a Request for Proposals or Invitation for Bids, the performance of the services defined and described particularly in Article 1 of this Agreement. B. Contractor, following submission of a proposal or bid for the performance of the services defined and described particularly in Article 1 of this Agreement, was selected by the City to perform those services. C. Pursuant to the City of Rancho Palos Verdes Municipal Code, City has authority to enter into and execute this Agreement. D. The Parties desire to formalize the selection of Contractor for performance of those services defined and described particularly in Article 1 of this Agreement and desire that the terms of that performance be as particularly defined and described herein. OPERATIVE PROVISIONS NOW, THEREFORE, in consideration of the mutual promises and covenants made by the Parties and contained herein and other consideration, the value and adequacy of which are hereby acknowledged, the parties agree as follows: ARTICLE 1. WORK OF CONTRACTOR 1.1 Scope of Work. In compliance with all terms and conditions of this Agreement, the Contractor shall provide those services specified in the “Scope of Work” attached hereto as Exhibit “A” and incorporated herein by this reference, which may be referred to herein as the “services” or “work” hereunder. As a material inducement to the City entering into this Agreement, Contractor represents and warrants that it has the qualifications, experience, and facilities necessary to properly perform the work required under this Agreement in a thorough, competent, and professional manner, and is experienced in performing the work and services contemplated herein. Contractor shall at all times faithfully, competently and to the best of its ability, experience and talent, perform all services described herein. Contractor covenants that it shall follow the highest professional standards in performing the work and services required hereunder and that all materials will be both of good quality as well as fit for the purpose intended. For purposes of this A-2 -2- 01203.0006/300347.1 Agreement, the phrase “highest professional standards” shall mean those standards of practice recognized by one or more first-class firms performing similar work under similar circumstances. 1.2 Bid Documents. The Scope of Work shall include the “General Provisions” and “Special Provisions” in the bid documents for the project entitled _Hawthorne Boulevard and Eddinghill Drive Traffic Signal Modification, including any documents or exhibits referenced therein (collectively, “bid documents”), all of which are incorporated herein by this reference. In the event of any inconsistency between the terms of the bid documents and this Agreement, the terms of this Agreement shall govern. 1.3 Compliance with Law. Contractor shall keep itself informed concerning, and shall render all services hereunder in accordance with, all ordinances, resolutions, statutes, rules, and regulations of the City and any Federal, State or local governmental entity having jurisdiction in effect at the time service is rendered. 1.4 Compliance with California Labor Law. (a) Public Work. The Parties acknowledge that the work to be performed under this Agreement is a “public work” as defined in Labor Code Section 1720 and that this Agreement is therefore subject to the requirements of Division 2, Part 7, Chapter 1 (commencing with Section 1720) of the California Labor Code relating to public works contracts and the rules and regulations established by the Department of Industrial Relations (“DIR”) implementing such statutes. The work performed under this Agreement is subject to compliance monitoring and enforcement by the DIR. Contractor shall post job site notices, as prescribed by regulation. (b) Prevailing Wages. Contractor shall pay prevailing wages to the extent required by Labor Code Section 1771. Pursuant to Labor Code Section 1773.2, copies of the prevailing rate of per diem wages are on file at City Hall and will be made available to any interested party on request. By initiating any work under this Agreement, Contractor acknowledges receipt of a copy of the Department of Industrial Relations (DIR) determination of the prevailing rate of per diem wages, and Contractor shall post a copy of the same at each job site where work is performed under this Agreement. (c) Penalty for Failure to Pay Prevailing Wages. Contractor shall comply with and be bound by the provisions of Labor Code Sections 1774 and 1775 concerning the payment of prevailing rates of wages to workers and the penalties for failure to pay prevailing wages. The Contractor shall, as a penalty to the City, forfeit two hundred dollars ($200) for each calendar day, or portion thereof, for each worker paid less than the prevailing rates as determined by the DIR for the work or craft in which the worker is employed for any public work done pursuant to this Agreement by Contractor or by any subcontractor. (d) Payroll Records. Contractor shall comply with and be bound by the provisions of Labor Code Section 1776, which requires Contractor and each subcontractor to: keep A-3 -3- 01203.0006/300347.1 accurate payroll records and verify such records in writing under penalty of perjury, as specified in Section 1776; certify and make such payroll records available for inspection as provided by Section 1776; and inform the City of the location of the records. (e) Apprentices. Contractor shall comply with and be bound by the provisions of Labor Code Sections 1777.5, 1777.6, and 1777.7 and California Code of Regulations Title 8, Section 200 et seq. concerning the employment of apprentices on public works projects. Contractor shall be responsible for compliance with these aforementioned Sections for all apprenticeable occupations. Prior to commencing work under this Agreement, Contractor shall provide City with a copy of the information submitted to any applicable apprenticeship program. Within sixty (60) days after concluding work pursuant to this Agreement, Contractor and each of its subcontractors shall submit to the City a verified statement of the journeyman and apprentice hours performed under this Agreement. (f) Eight-Hour Work Day. Contractor acknowledges that eight (8) hours labor constitutes a legal day's work. Contractor shall comply with and be bound by Labor Code Section 1810. (g) Penalties for Excess Hours. Contractor shall comply with and be bound by the provisions of Labor Code Section 1813 concerning penalties for workers who work excess hours. The Contractor shall, as a penalty to the City, forfeit twenty-five dollars ($25) for each worker employed in the performance of this Agreement by the Contractor or by any subcontractor for each calendar day during which such worker is required or permitted to work more than eight (8) hours in any one calendar day and forty (40) hours in any one calendar week in violation of the provisions of Division 2, Part 7, Chapter 1, Article 3 of the Labor Code. Pursuant to Labor Code section 1815, work performed by employees of Contractor in excess of eight (8) hours per day, and forty (40) hours during any one week shall be permitted upon public work upon compensation for all hours worked in excess of 8 hours per day at not less than one and one-half (1½) times the basic rate of pay. (h) Workers’ Compensation. California Labor Code Sections 1860 and 3700 provide that every employer will be required to secure the payment of compensation to its employees if it has employees. In accordance with the provisions of California Labor Code Section 1861, Contractor certifies as follows: “I am aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured against liability for workers' compensation or to undertake self- insurance in accordance with the provisions of that code, and I will comply with such provisions before commencing the performance of the work of this contract.” Contractor’s Authorized Initials ________ (i) Contractor’s Responsibility for Subcontractors. For every subcontractor who will perform work under this Agreement, Contractor shall be responsible for such subcontractor's compliance with Division 2, Part 7, Chapter 1 (commencing with Section 1720) of the California Labor Code, and shall make such compliance a requirement in any contract with any subcontractor for work under this Agreement. Contractor shall be required to take all A-4 -4- 01203.0006/300347.1 actions necessary to enforce such contractual provisions and ensure subcontractor's compliance, including without limitation, conducting a review of the certified payroll records of the subcontractor on a periodic basis or upon becoming aware of the failure of the subcontractor to pay his or her workers the specified prevailing rate of wages. Contractor shall diligently take corrective action to halt or rectify any such failure by any subcontractor. 1.5 Licenses, Permits, Fees and Assessments. Contractor shall obtain at its sole cost and expense such licenses, permits, registrations, and approvals as may be required by law for the performance of the services required by this Agreement. Contractor shall have the sole obligation to pay for any fees, assessments and taxes, plus applicable penalties and interest, which may be imposed by law and arise from or are necessary for the Contractor’s performance of the services required by this Agreement, and shall indemnify, defend and hold harmless City, its officers, employees or agents of City, against any such fees, assessments, taxes, penalties or interest levied, assessed or imposed against City hereunder. 1.6 Familiarity with Work. (a) By executing this Agreement, Contractor warrants that Contractor (i) has thoroughly investigated and considered the scope of work to be performed, (ii) has carefully considered how the services should be performed, and (iii) fully understands the facilities, difficulties and restrictions attending performance of the services under this Agreement. If the services involve work upon any site, Contractor warrants that Contractor has or will investigate the site and is or will be fully acquainted with the conditions there existing, prior to commencement of services hereunder. (b) Contractor shall promptly, and before the following conditions are disturbed, notify the City, in writing, of any: (i) material Contractor believes may be hazardous waste as defined in Section 25117 of the Health & Safety Code required to be removed to a Class I, II, or III disposal site in accordance with existing law; (ii) subsurface, unknown or latent conditions, materially different from those indicated; or (iii) unknown physical conditions at the site of any unusual nature, different from those ordinarily encountered and generally recognized as inherent in work of the character provided for in this Agreement, and will materially affect the performance of the services hereunder. (c) City shall promptly investigate the conditions, and if it finds that the conditions do materially differ, or do involve hazardous waste, and cause a decrease or increase in Contractor's cost of, or the time required for, performance of any part of the work, shall issue a change order per Section 1.10 of this Agreement. (d) In the event that a dispute arises between City and Contractor whether the conditions materially differ, or involve hazardous waste, or cause a decrease or increase in Contractor's cost of, or time required for, performance of any part of the work, Contractor shall not be excused from any scheduled completion date set, but shall proceed with all work to be performed under the Agreement. Contractor shall retain any and all rights provided A-5 -5- 01203.0006/300347.1 either by contract or by law, which pertain to the resolution of disputes and protests between the contracting parties. (e) City will compensate Contractor to the extent required by Government Code Section 4215 by issuing a change order per Section 1.10 of this Agreement. 1.7 Protection and Care of Work and Materials. The Contractor shall adopt reasonable methods, including providing and maintaining storage facilities, during the life of the Agreement to furnish continuous protection to the work, and the equipment, materials, papers, documents, plans, studies and/or other components thereof to prevent losses or damages, and shall be responsible for all such damages, to persons or property, until acceptance of the work by City, except such losses or damages as caused by City’s own negligence. Stored materials shall be reasonably accessible for inspection. Contractor shall not, without City’s consent, assign, sell, mortgage, hypothecate, or remove equipment or materials which have been installed or delivered and which may be necessary for the completion of the work. 1.8 Warranty. Contractor warrants all work under the Agreement (which for purposes of this Section shall be deemed to include unauthorized work which has not been removed and any non-conforming materials incorporated into the work) to be of good quality and free from any defective or faulty material and workmanship. Contractor agrees that for a period of one year (or the period of time specified elsewhere in the Agreement or in any guarantee or warranty provided by any manufacturer or supplier of equipment or materials incorporated into the work, whichever is later) after the date of final acceptance, Contractor shall within ten (10) days after being notified in writing by the City of any defect in the work or non-conformance of the work to the Agreement, commence and prosecute with due diligence all work necessary to fulfill the terms of the warranty at its sole cost and expense. Contractor shall act as soon as requested by the City in response to an emergency. In addition, Contractor shall, at its sole cost and expense, repair, remove and replace any portions of the work (or work of other contractors) damaged by its defective work or which becomes damaged in the course of repairing or replacing defective work. For any work so corrected, Contractor's obligation hereunder to correct defective work shall be reinstated for an additional one year period, commencing with the date of acceptance of such corrected work. Contractor shall perform such tests as the City may require to verify that any corrective actions, including, without limitation, redesign, repairs, and replacements comply with the requirements of the Agreement. All costs associated with such corrective actions and testing, including the removal, replacement, and reinstitution of equipment and materials necessary to gain access, shall be the sole responsibility of the Contractor. All warranties and guarantees of subcontractors, suppliers and manufacturers with respect to any portion of the work, whether express or implied, are deemed to be obtained by Contractor for the benefit of the City, regardless of whether or not such warranties and guarantees have been transferred or assigned to the City by separate agreement and Contractor agrees to enforce such warranties and guarantees, if necessary, on behalf of the City. In the event that Contractor fails to perform its obligations under this Section, or under any other warranty or guaranty under this Agreement, to the reasonable satisfaction of the City, the City shall have the right to correct and replace any defective or non-conforming work and any work damaged by such work or the replacement or correction thereof at Contractor's sole expense. A-6 -6- 01203.0006/300347.1 Contractor shall be obligated to fully reimburse the City for any expenses incurred hereunder upon demand. 1.9 Further Responsibilities of Parties. Both parties agree to use reasonable care and diligence to perform their respective obligations under this Agreement. Both parties agree to act in good faith to execute all instruments, prepare all documents and take all actions as may be reasonably necessary to carry out the purposes of this Agreement. Unless hereafter specified, neither party shall be responsible for the service of the other. 1.10 Additional Work and Change Orders. (a) City shall have the right at any time during the performance of the services, without invalidating this Agreement, to order extra work beyond that specified in the Scope of Work or make changes by altering, adding to or deducting from said work. No such extra work may be undertaken unless a written change order is first given by the Contract Officer to the Contractor, incorporating therein any adjustment in (i) the Contract Sum, and/or (ii) the time to perform this Agreement, which said adjustments are subject to the written approval of the Contractor (“Change Order”). All Change Orders must be signed by the Contractor and Contract Officer prior to commencing the extra work thereunder. (b) Any increase in compensation of up to ten percent (10%) of the Contract Sum or $25,000, whichever is less; or any increase in the time to perform of up to one hundred eighty (180) days; and does not materially affect the Work and which are not detrimental to the Work or to the interest of the City, may be approved by the Contract Officer. Any greater increases, taken either separately or cumulatively, must be approved by the City Council. (c) Any adjustment in the Contract Sum for a Change Order must be in accordance with the rates set forth in the Schedule of Compensation in Exhibit “C”. If the rates in the Schedule of Compensation do not cover the type of work in the Change Order, the cost of such work shall not exceed an amount agreed upon in writing and signed by Contractor and Contract Officer. If the cost of the Change Order cannot be agreed upon, the City will pay for actual work of the Change Order completed, to the satisfaction of the City, as follows: (i) Labor: the cost of labor shall be the actual cost for wages of workers and subcontractors performing the work for the Change Order at the time such work is done. The use of labor classifications that would increase the cost of such work shall not be permitted. (ii) Materials and Equipment: the cost of materials and equipment shall be at cost to Contractor or lowest current price which such materials and equipment are reasonably available at the time the work is done, whichever is lower. (iii) If the cost of the extra work cannot be agreed upon, the Contractor must provide a daily report that includes invoices for labor, materials and equipment costs for the work under the Change Order. The daily report must include: list of names of workers, classifications, and hours worked; description and list of quantities of materials used; type of A-7 -7- 01203.0006/300347.1 equipment, size, identification number, and hours of operation, including loading and transportation, if applicable; description of other City authorized services and expenditures in such detail as the City may require. Failure to submit a daily report by the close of the next working day may, at the City’s sole and absolute discretion, waive the Contractor’s rights for that day. (d) It is expressly understood by Contractor that the provisions of this Section 1.10 shall not apply to services specifically set forth in the Scope of Work. Contractor hereby acknowledges that it accepts the risk that the services to be provided pursuant to the Scope of Work may be more costly or time consuming than Contractor anticipates and that Contractor shall not be entitled to additional compensation therefor. City may in its sole and absolute discretion have similar work done by other contractors. (e) No claim for an increase in the Contract Sum or time for performance shall be valid unless the procedures established in this Section are followed. 1.11 Special Requirements. Additional terms and conditions of this Agreement, if any, which are made a part hereof are set forth in the “Special Requirements” attached hereto as Exhibit “B” and incorporated herein by this reference. In the event of a conflict between the provisions of Exhibit “B” and any other provisions of this Agreement, the provisions of Exhibit “B” shall govern. ARTICLE 2. COMPENSATION AND METHOD OF PAYMENT. 2.1 Contract Sum. Subject to any limitations set forth in this Agreement, City agrees to pay Contractor the amounts specified in the “Schedule of Compensation” attached hereto as Exhibit “C” and incorporated herein by this reference. The total compensation, including reimbursement for actual expenses, shall not exceed $570,968.01 (Five Hundred Seventy Thousand Nine Hundred Sixty Eight Dollars and One Cent) (the “Contract Sum”), unless additional compensation is approved pursuant to Section 1.10. 2.2 Method of Compensation. The method of compensation may include: (i) a lump sum payment upon completion; (ii) payment in accordance with specified tasks or the percentage of completion of the services less the contract retention; (iii) payment for time and materials based upon the Contractor’s rates as specified in the Schedule of Compensation, provided that (a) time estimates are provided for the performance of sub tasks, (b) contract retention is maintained and (c) the Contract Sum is not exceeded; or (iv) such other methods as may be specified in the Schedule of Compensation. 2.3 Reimbursable Expenses. Compensation may include reimbursement for actual and necessary expenditures for reproduction costs, telephone expenses, and travel expenses approved by the Contract Officer in advance, or actual subcontractor expenses of an approved subcontractor pursuant to Section 4.5, A-8 -8- 01203.0006/300347.1 and only if specified in the Schedule of Compensation. The Contract Sum shall include the attendance of Contractor at all project meetings reasonably deemed necessary by the City. Coordination of the performance of the work with City is a critical component of the services. If Contractor is required to attend additional meetings to facilitate such coordination, Contractor shall not be entitled to any additional compensation for attending said meetings. 2.4 Invoices. Each month Contractor shall furnish to City an original invoice for all work performed and expenses incurred during the preceding month in a form approved by City’s Director of Finance. By submitting an invoice for payment under this Agreement, Contractor is certifying compliance with all provisions of the Agreement. The invoice shall contain all information specified in Exhibit “C”, and shall detail charges for all necessary and actual expenses by the following categories: labor (by sub-category), travel, materials, equipment, supplies, and sub-contractor contracts. Sub-contractor charges shall also be detailed by such categories. Contractor shall not invoice City for any duplicate services performed by more than one person. City shall, as soon as practicable, independently review each invoice submitted by the Contractor to determine whether the work performed and expenses incurred are in compliance with the provisions of this Agreement. Except as to any charges for work performed or expenses incurred by Contractor which are disputed by City, or as provided in Section 7.3, City will cause Contractor to be paid within thirty (30) days of receipt of Contractor’s correct and undisputed invoice; however, Contractor acknowledges and agrees that due to City warrant run procedures, the City cannot guarantee that payment will occur within this time period. In the event that City does not cause Contractor to be paid within thirty (30) days of receipt of an undisputed and properly submitted invoice, Contractor shall be entitled to the payment of interest to the extent allowed under Public Contract Code Section 20104.50. In the event any charges or expenses are disputed by City, the original invoice shall be returned by City to Contractor, not later than seven (7) days after receipt by the City, for correction and resubmission. Returned invoices shall be accompanied by a document setting forth in writing the reasons why the payment request was rejected. Review and payment by the City of any invoice provided by the Contractor shall not constitute a waiver of any rights or remedies provided herein or any applicable law. 2.5 Waiver. Payment to Contractor for work performed pursuant to this Agreement shall not be deemed to waive any defects in work performed by Contractor. ARTICLE 3. PERFORMANCE SCHEDULE 3.1 Time of Essence. Time is of the essence in the performance of this Agreement. 3.2 Schedule of Performance. Contractor shall commence the services pursuant to this Agreement upon receipt of a written notice to proceed and shall perform all services within the time period(s) established in A-9 -9- 01203.0006/300347.1 the “Schedule of Performance” attached hereto as Exhibit “D” and incorporated herein by this reference. When requested by the Contractor, extensions to the time period(s) specified in the Schedule of Performance may be approved in writing by the Contract Officer but not exceeding one hundred eighty (180) days cumulatively. 3.3 Force Majeure. The time period(s) specified in the Schedule of Performance for performance of the services rendered pursuant to this Agreement shall be extended because of any delays due to unforeseeable causes beyond the control and without the fault or negligence of the Contractor, including, but not restricted to, acts of God or of the public enemy, unusually severe weather, fires, earthquakes, floods, epidemics, quarantine restrictions, riots, strikes, freight embargoes, wars, litigation, and/or acts of any governmental agency, including the City, if the Contractor shall within ten (10) days of the commencement of such delay notify the Contract Officer in writing of the causes of the delay. The Contract Officer shall ascertain the facts and the extent of delay, and extend the time for performing the services for the period of the enforced delay when and if in the judgment of the Contract Officer such delay is justified. The Contract Officer’s determination shall be final and conclusive upon the parties to this Agreement. In no event shall Contractor be entitled to recover damages against the City for any delay in the performance of this Agreement, however caused, Contractor’s sole remedy being extension of the Agreement pursuant to this Section. 3.4 Inspection and Final Acceptance. City may inspect and accept or reject any of Contractor’s work under this Agreement, either during performance or when completed. City shall reject or finally accept Contractor’s work within forty-five (45) days after submitted to City. City shall accept work by a timely written acceptance, otherwise work shall be deemed to have been rejected. City’s acceptance shall be conclusive as to such work except with respect to latent defects, fraud and such gross mistakes as to amount to fraud. Acceptance of any work by City shall not constitute a waiver of any of the provisions of this Agreement including, but not limited to, Articles 1 and 5, pertaining to warranty and indemnification and insurance, respectively. 3.5 Term. Unless earlier terminated in accordance with Article 7 of this Agreement, this Agreement shall continue in full force and effect until completion of the services but not exceeding 170 working days from the date hereof, except as otherwise provided in the Schedule of Performance (Exhibit “D”). ARTICLE 4. COORDINATION OF WORK 4.1 Representatives and Personnel of Contractor. The following principals of Contractor (“Principals”) are hereby designated as being the principals and representatives of Contractor authorized to act in its behalf with respect to the work specified herein and make all decisions in connection therewith: A-10 -10- 01203.0006/300347.1 Hugo Alfaro President and Treasurer (Name) (Title) Mayra Martinez Vice President and Secretary (Name) (Title) Jose Mendoza Project Supervisor (Name) (Title) It is expressly understood that the experience, knowledge, capability and reputation of the foregoing Principals were a substantial inducement for City to enter into this Agreement. Therefore, the Principals shall be responsible during the term of this Agreement for directing all activities of Contractor and devoting sufficient time to personally supervise the services hereunder. All personnel of Contractor, and any authorized agents, shall at all times be under the exclusive direction and control of the Principals. For purposes of this Agreement, the Principals may not be replaced nor may their responsibilities be substantially reduced by Contractor without the express written approval of City. Additionally, Contractor shall make every reasonable effort to maintain the stability and continuity of Contractor’s staff and subcontractors, if any, assigned to perform the services required under this Agreement. Contractor shall notify City of any changes in Contractor’s staff and subcontractors, if any, assigned to perform the services required under this Agreement, prior to and during any such performance. 4.2 Status of Contractor. Contractor shall have no authority to bind City in any manner, or to incur any obligation, debt or liability of any kind on behalf of or against City, whether by contract or otherwise, unless such authority is expressly conferred under this Agreement or is otherwise expressly conferred in writing by City. Contractor shall not at any time or in any manner represent that Contractor or any of Contractor’s officers, employees, or agents are in any manner officials, officers, employees or agents of City. Neither Contractor, nor any of Contractor’s officers, employees or agents, shall obtain any rights to retirement, health care or any other benefits which may otherwise accrue to City’s employees. Contractor expressly waives any claim Contractor may have to any such rights. 4.3 Contract Officer. The Contract Officer shall be [the Director of Public Works_____________________________ or] such person as may be designated by the City Manager. It shall be the Contractor’s responsibility to assure that the Contract Officer is kept informed of the progress of the performance of the services and the Contractor shall refer any decisions which must be made by City to the Contract Officer. Unless otherwise specified herein, any approval of City required hereunder shall mean the approval of the Contract Officer. The Contract Officer shall have authority, if specified in writing by the City Manager, to sign all documents on behalf of the City required hereunder to carry out the terms of this Agreement. A-11 -11- 01203.0006/300347.1 4.4 Independent Contractor. Neither the City nor any of its employees shall have any control over the manner, mode or means by which Contractor, its agents or employees, perform the services required herein, except as otherwise set forth herein. City shall have no voice in the selection, discharge, supervision or control of Contractor’s employees, servants, representatives or agents, or in fixing their number, compensation or hours of service. Contractor shall perform all services required herein as an independent contractor of City and shall remain at all times as to City a wholly independent contractor with only such obligations as are consistent with that role. Contractor shall not at any time or in any manner represent that it or any of its agents or employees are agents or employees of City. City shall not in any way or for any purpose become or be deemed to be a partner of Contractor in its business or otherwise or a joint venturer or a member of any joint enterprise with Contractor. 4.5 Prohibition Against Subcontracting or Assignment. The experience, knowledge, capability and reputation of Contractor, its principals and employees were a substantial inducement for the City to enter into this Agreement. Therefore, Contractor shall not contract with any other entity to perform in whole or in part the services required hereunder without the express written approval of the City. All subcontractors shall obtain, at its or Contractor’s expense, such licenses, permits, registrations and approvals (including from the City) as may be required by law for the performance of any services or work under this Agreement. In addition, neither this Agreement nor any interest herein may be transferred, assigned, conveyed, hypothecated or encumbered voluntarily or by operation of law, whether for the benefit of creditors or otherwise, without the prior written approval of City. Transfers restricted hereunder shall include the transfer to any person or group of persons acting in concert of more than twenty five percent (25%) of the present ownership and/or control of Contractor, taking all transfers into account on a cumulative basis. In the event of any such unapproved transfer, including any bankruptcy proceeding, this Agreement shall be void. No approved transfer shall release the Contractor or any surety of Contractor of any liability hereunder without the express consent of City. ARTICLE 5. INSURANCE, INDEMNIFICATION AND BONDS 5.1 Insurance Coverages. Without limiting Contractor’s indemnification of City, and prior to commencement of any services under this Agreement, Contractor shall obtain, provide and maintain at its own expense during the term of this Agreement, policies of insurance of the type and amounts described below and in a form satisfactory to City. (a) General liability insurance. Contractor shall maintain commercial general liability insurance with coverage at least as broad as Insurance Services Office form CG 00 01, in an amount not less than $2,000,000 per occurrence, $4,000,000 general aggregate, for bodily injury, personal injury, and property damage. The policy must include contractual liability that has not been amended. Any endorsement restricting standard ISO “insured contract” language will not be accepted. A-12 -12- 01203.0006/300347.1 (b) Automobile liability insurance. Contractor shall maintain automobile insurance at least as broad as Insurance Services Office form CA 00 01 covering bodily injury and property damage for all activities of the Contractor arising out of or in connection with Services to be performed under this Agreement, including coverage for any owned, hired, non-owned or rented vehicles, in an amount not less than $1,000,000 combined single limit for each accident. (c) Professional liability (errors & omissions) insurance. Contractor shall maintain professional liability insurance that covers the Services to be performed in connection with this Agreement, in the minimum amount of $1,000,000 per claim and in the aggregate. Any policy inception date, continuity date, or retroactive date must be before the effective date of this Agreement and Contractor agrees to maintain continuous coverage through a period no less than three (3) years after completion of the services required by this Agreement. (d) Workers’ compensation insurance. Contractor shall maintain Workers’ Compensation Insurance (Statutory Limits) and Employer’s Liability Insurance (with limits of at least $1,000,000). (e) Subcontractors. Contractor shall include all subcontractors as insureds under its policies or shall furnish separate certificates and certified endorsements for each subcontractor. All coverages for subcontractors shall include all of the requirements stated herein. (f) Additional Insurance. Policies of such other insurance, as may be required in the Special Requirements in Exhibit “B”. 5.2 General Insurance Requirements. (a) Proof of insurance. Contractor shall provide certificates of insurance to City as evidence of the insurance coverage required herein, along with a waiver of subrogation endorsement for workers’ compensation. Insurance certificates and endorsements must be approved by City’s Risk Manager prior to commencement of performance. Current certification of insurance shall be kept on file with City at all times during the term of this Agreement. City reserves the right to require complete, certified copies of all required insurance policies, at any time. (b) Duration of coverage. Contractor shall procure and maintain for the duration of this Agreement insurance against claims for injuries to persons or damages to property, which may arise from or in connection with the performance of the Services hereunder by Contractor, its agents, representatives, employees or subcontractors. (c) Primary/noncontributing. Coverage provided by Contractor shall be primary and any insurance or self-insurance procured or maintained by City shall not be required to contribute with it. The limits of insurance required herein may be satisfied by a combination of primary and umbrella or excess insurance. Any umbrella or excess insurance shall contain or be endorsed to contain a provision that such coverage shall also apply on a primary and non- contributory basis for the benefit of City before the City’s own insurance or self-insurance shall be called upon to protect it as a named insured. A-13 -13- 01203.0006/300347.1 (d) City’s rights of enforcement. In the event any policy of insurance required under this Agreement does not comply with these specifications or is canceled and not replaced, City has the right but not the duty to obtain the insurance it deems necessary and any premium paid by City will be promptly reimbursed by Contractor or City will withhold amounts sufficient to pay premium from Contractor payments. In the alternative, City may cancel this Agreement. (e) Acceptable insurers. All insurance policies shall be issued by an insurance company currently authorized by the Insurance Commissioner to transact business of insurance or that is on the List of Approved Surplus Line Insurers in the State of California, with an assigned policyholders’ Rating of A- (or higher) and Financial Size Category Class VI (or larger) in accordance with the latest edition of Best’s Key Rating Guide, unless otherwise approved by the City’s Risk Manager. (f) Waiver of subrogation. All insurance coverage maintained or procured pursuant to this agreement shall be endorsed to waive subrogation against City, its elected or appointed officers, agents, officials, employees and volunteers or shall specifically allow Contractor or others providing insurance evidence in compliance with these specifications to waive their right of recovery prior to a loss. Contractor hereby waives its own right of recovery against City, and shall require similar written express waivers and insurance clauses from each of its subcontractors. (g) Enforcement of contract provisions (non-estoppel). Contractor acknowledges and agrees that any actual or alleged failure on the part of the City to inform Contractor of non-compliance with any requirement imposes no additional obligations on the City nor does it waive any rights hereunder. (h) Requirements not limiting. Requirements of specific coverage features or limits contained in this section are not intended as a limitation on coverage, limits or other requirements, or a waiver of any coverage normally provided by any insurance. Specific reference to a given coverage feature is for purposes of clarification only as it pertains to a given issue and is not intended by any party or insured to be all inclusive, or to the exclusion of other coverage, or a waiver of any type. If the Contractor maintains higher limits than the minimums shown above, the City requires and shall be entitled to coverage for the higher limits maintained by the Contractor. Any available insurance proceeds in excess of the specified minimum limits of insurance and coverage shall be available to the City. (i) Notice of cancellation. Contractor agrees to oblige its insurance agent or broker and insurers to provide to City with a thirty (30) day notice of cancellation (except for nonpayment for which a ten (10) day notice is required) or nonrenewal of coverage for each required coverage. (j) Additional insured status. General liability policies shall provide or be endorsed to provide that City and its officers, officials, employees, and agents, and volunteers shall be additional insureds under such policies. This provision shall also apply to any excess/umbrella liability policies. A-14 -14- 01203.0006/300347.1 (k) Prohibition of undisclosed coverage limitations. None of the coverages required herein will be in compliance with these requirements if they include any limiting endorsement of any kind that has not been first submitted to City and approved of in writing. (l) Separation of insureds. A severability of interests provision must apply for all additional insureds ensuring that Contractor’s insurance shall apply separately to each insured against whom claim is made or suit is brought, except with respect to the insurer’s limits of liability. The policy(ies) shall not contain any cross-liability exclusions. (m) Pass through clause. Contractor agrees to ensure that its subconsultants, subcontractors, and any other party involved with the project who is brought onto or involved in the project by Contractor, provide the same minimum insurance coverage and endorsements required of Contractor. Contractor agrees to monitor and review all such coverage and assumes all responsibility for ensuring that such coverage is provided in conformity with the requirements of this section. Contractor agrees that upon request, all agreements with consultants, subcontractors, and others engaged in the project will be submitted to City for review. (n) Agency’s right to revise specifications. The City reserves the right at any time during the term of the contract to change the amounts and types of insurance required by giving the Contractor ninety (90) days advance written notice of such change. If such change results in substantial additional cost to the Contractor, the City and Contractor may renegotiate Contractor’s compensation. (o) Self-insured retentions. Any self-insured retentions must be declared to and approved by City. City reserves the right to require that self-insured retentions be eliminated, lowered, or replaced by a deductible. Self-insurance will not be considered to comply with these specifications unless approved by City. (p) Timely notice of claims. Contractor shall give City prompt and timely notice of claims made or suits instituted that arise out of or result from Contractor’s performance under this Agreement, and that involve or may involve coverage under any of the required liability policies. (q) Additional insurance. Contractor shall also procure and maintain, at its own cost and expense, any additional kinds of insurance, which in its own judgment may be necessary for its proper protection and prosecution of the work. 5.3 Indemnification. To the full extent permitted by law, Contractor agrees to indemnify, defend and hold harmless the City, its officers, employees and agents (“Indemnified Parties”) against, and will hold and save them and each of them harmless from, any and all actions, either judicial, administrative, arbitration or regulatory claims, damages to persons or property, losses, costs, penalties, obligations, errors, omissions or liabilities whether actual or threatened (herein “claims or liabilities”) that may be asserted or claimed by any person, firm or entity arising out of or in connection with the negligent performance of the work, operations or activities provided herein of Contractor, its officers, employees, agents, subcontractors, or invitees, or any individual or entity for which Contractor is legally liable (“indemnitors”), or arising from Contractor’s or indemnitors’ A-15 -15- 01203.0006/300347.1 reckless or willful misconduct, or arising from Contractor’s or indemnitors’ negligent performance of or failure to perform any term, provision, covenant or condition of this Agreement, and in connection therewith: (a) Contractor will defend any action or actions filed in connection with any of said claims or liabilities and will pay all costs and expenses, including legal costs and attorneys’ fees incurred in connection therewith; (b) Contractor will promptly pay any judgment rendered against the City, its officers, agents or employees for any such claims or liabilities arising out of or in connection with the negligent performance of or failure to perform such work, operations or activities of Contractor hereunder; and Contractor agrees to save and hold the City, its officers, agents, and employees harmless therefrom; (c) In the event the City, its officers, agents or employees is made a party to any action or proceeding filed or prosecuted against Contractor for such damages or other claims arising out of or in connection with the negligent performance of or failure to perform the work, operation or activities of Contractor hereunder, Contractor agrees to pay to the City, its officers, agents or employees, any and all costs and expenses incurred by the City, its officers, agents or employees in such action or proceeding, including but not limited to, legal costs and attorneys’ fees. In addition, Contractor agrees to indemnify, defend and hold harmless the Indemnified Parties from, any and all claims and liabilities for any infringement of patent rights, copyrights or trademark on any person or persons in consequence of the use by the Indemnified Parties of articles to be supplied by Contractor under this Agreement, and of which the Contractor is not the patentee or assignee or has not the lawful right to sell the same. Contractor shall incorporate similar indemnity agreements with its subcontractors and if it fails to do so Contractor shall be fully responsible to indemnify City hereunder therefore, and failure of City to monitor compliance with these provisions shall not be a waiver hereof. This indemnification includes claims or liabilities arising from any negligent or wrongful act, error or omission, or reckless or willful misconduct of Contractor in the performance of professional services and work hereunder. The provisions of this Section do not apply to claims or liabilities occurring as a result of City’s sole negligence or willful acts or omissions, but, to the fullest extent permitted by law, shall apply to claims and liabilities resulting in part from City’s negligence, except that design professionals’ indemnity hereunder shall be limited to claims and liabilities arising out of the negligence, recklessness or willful misconduct of the design professional. The indemnity obligation shall be binding on successors and assigns of Contractor and shall survive termination of this Agreement. 5.4 Notification of Third-Party Claims. City shall timely notify Contractor of the receipt of any third-party claim relating to the work under this Agreement. City shall be entitled to recover from Contractor its reasonable costs incurred in providing such notification. A-16 -16- 01203.0006/300347.1 5.5 Performance and Labor Bonds. Concurrently with execution of this Agreement Contractor shall deliver to the City, the following: (a) A performance bond in the amount of the Contract Sum of this Agreement, in the form provided by the City Clerk, which secures the faithful performance of this Agreement. (b) A labor and materials bond in the amount of the Contract Sum of this Agreement, in the form provided by the City Clerk, which secures the payment of all persons furnishing labor and/or materials in connection with the work under this Agreement. Both the performance and labors bonds required under this Section 5.5 shall contain the original notarized signature of an authorized officer of the surety and affixed thereto shall be a certified and current copy of his power of attorney. The bond shall be unconditional and remain in force during the entire term of the Agreement and shall be null and void only if the Contractor promptly and faithfully performs all terms and conditions of this Agreement and pays all labor and materials for work and services under this Agreement. 5.6 Sufficiency of Insurer or Surety. Insurance and bonds required by this Agreement shall be satisfactory only if issued by companies qualified to do business in California, rated “A” or better in the most recent edition of Best’s Rating Guide, The Key Rating Guide or in the Federal Register, and only if they are of a financial category Class VII or better, unless such requirements are waived by the Risk Manager of the City (“Risk Manager”) due to unique circumstances. If this Agreement continues for more than 3 years duration, or in the event the Risk Manager determines that the work or services to be performed under this Agreement creates an increased or decreased risk of loss to the City, the Contractor agrees that the minimum limits of the insurance policies and the performance bond required by Section 5.5 may be changed accordingly upon receipt of written notice from the Risk Manager. 5.7 Substitution of Securities. Pursuant to Public Contract Code Section 22300, substitution of eligible equivalent securities for any funds withheld to ensure performance under this Agreement may be permitted at the request and sole expense of the Contractor. Alternatively, the Contractor may, pursuant to an escrow agreement in a form prescribed by Public Contract Code Section 22300, request payment of retentions funds earned directly to the escrow agent at the sole expense of the Contractor. 5.8 Release of Securities. City shall release the Performance and Labor Bonds when the following have occurred: (a) Contractor has made a written request for release and provided evidence of satisfaction of all other requirements under Article 5 of this Agreement; A-17 -17- 01203.0006/300347.1 (b) the Work has been accepted; and (c) after passage of the time within which lien claims are required to be made pursuant to applicable laws; if lien claims have been timely filed, City shall hold the Labor Bond until such claims have been resolved, Contractor has provided statutory bond, or otherwise as required by applicable law. ARTICLE 6. RECORDS, REPORTS, AND RELEASE OF INFORMATION 6.1 Records. Contractor shall keep, and require subcontractors to keep, such ledgers, books of accounts, invoices, vouchers, canceled checks, reports, studies, certified and accurate copies of payroll records in compliance with all applicable laws, or other documents relating to the disbursements charged to City and services performed hereunder (the “books and records”), as shall be necessary to perform the services required by this Agreement and enable the Contract Officer to evaluate the performance of such services. Any and all such documents shall be maintained in accordance with generally accepted accounting principles and shall be complete and detailed. The Contract Officer shall have full and free access to such books and records at all times during normal business hours of City, including the right to inspect, copy, audit and make records and transcripts from such records. Such records shall be maintained for a period of 3 years following completion of the services hereunder, and the City shall have access to such records in the event any audit is required. In the event of dissolution of Contractor’s business, custody of the books and records may be given to City, and access shall be provided by Contractor’s successor in interest. Notwithstanding the above, the Contractor shall fully cooperate with the City in providing access to the books and records if a public records request is made and disclosure is required by law including but not limited to the California Public Records Act. 6.2 Reports. Contractor shall periodically prepare and submit to the Contract Officer such reports concerning the performance of the services required by this Agreement as the Contract Officer shall require. Contractor hereby acknowledges that the City is greatly concerned about the cost of work and services to be performed pursuant to this Agreement. For this reason, Contractor agrees that if Contractor becomes aware of any facts, circumstances, techniques, or events that may or will materially increase or decrease the cost of the work or services contemplated herein or, if Contractor is providing design services, the cost of the project being designed, Contractor shall promptly notify the Contract Officer of said fact, circumstance, technique or event and the estimated increased or decreased cost related thereto and, if Contractor is providing design services, the estimated increased or decreased cost estimate for the project being designed. 6.3 Ownership of Documents. All drawings, specifications, maps, designs, photographs, studies, surveys, data, notes, computer files, reports, records, documents and other materials (the “documents and materials”) prepared by Contractor, its employees, subcontractors and agents in the performance of this Agreement shall be the property of City and shall be delivered to City upon request of the Contract Officer or upon the termination of this Agreement, and Contractor shall have no claim A-18 -18- 01203.0006/300347.1 for further employment or additional compensation as a result of the exercise by City of its full rights of ownership use, reuse, or assignment of the documents and materials hereunder. Any use, reuse or assignment of such completed documents for other projects and/or use of uncompleted documents without specific written authorization by the Contractor will be at the City’s sole risk and without liability to Contractor, and Contractor’s guarantee and warranties shall not extend to such use, reuse or assignment. Contractor may retain copies of such documents for its own use. Contractor shall have an unrestricted right to use the concepts embodied therein. All subcontractors shall provide for assignment to City of any documents or materials prepared by them, and in the event Contractor fails to secure such assignment, Contractor shall indemnify City for all damages resulting therefrom. Moreover, Contractor with respect to any documents and materials that may qualify as “works made for hire” as defined in 17 U.S.C. § 101, such documents and materials are hereby deemed “works made for hire” for the City. 6.4 Confidentiality and Release of Information. (a) information gained or work product produced by Contractor in performance of this Agreement shall be considered confidential, unless such information is in the public domain or already known to Contractor. Contractor shall not release or disclose any such information or work product to persons or entities other than City without prior written authorization from the Contract Officer. (b) Contractor, its officers, employees, agents or subcontractors, shall not, without prior written authorization from the Contract Officer or unless requested by the City Attorney, voluntarily provide documents, declarations, letters of support, testimony at depositions, response to interrogatories or other information concerning the work performed under this Agreement. Response to a subpoena or court order shall not be considered "voluntary" provided Contractor gives City notice of such court order or subpoena. (c) If Contractor, or any officer, employee, agent or subcontractor of Contractor, provides any information or work product in violation of this Agreement, then City shall have the right to reimbursement and indemnity from Contractor for any damages, costs and fees, including attorneys’ fees, caused by or incurred as a result of Contractor’s conduct. (d) Contractor shall promptly notify City should Contractor, its officers, employees, agents or subcontractors be served with any summons, complaint, subpoena, notice of deposition, request for documents, interrogatories, request for admissions or other discovery request, court order or subpoena from any party regarding this Agreement and the work performed there under. City retains the right, but has no obligation, to represent Contractor or be present at any deposition, hearing or similar proceeding. Contractor agrees to cooperate fully with City and to provide City with the opportunity to review any response to discovery requests provided by Contractor. However, this right to review any such response does not imply or mean the right by City to control, direct, or rewrite said response. A-19 -19- 01203.0006/300347.1 ARTICLE 7. ENFORCEMENT OF AGREEMENT AND TERMINATION 7.1 California Law. This Agreement shall be interpreted, construed and governed both as to validity and to performance of the parties in accordance with the laws of the State of California. Legal actions concerning any dispute, claim or matter arising out of or in relation to this Agreement shall be instituted in the Superior Court of the County of Los Angeles, State of California, or any other appropriate court in such county, and Contractor covenants and agrees to submit to the personal jurisdiction of such court in the event of such action. In the event of litigation in a U.S. District Court, venue shall lie exclusively in the Central District of California, in the County of Los Angeles, State of California. 7.2 Disputes. (a) Default; Cure. In the event that Contractor is in default under the terms of this Agreement, the City shall not have any obligation or duty to continue compensating Contractor for any work performed after the date of default. Instead, the City may give notice to Contractor of the default and the reasons for the default. The notice shall include the timeframe in which Contractor may cure the default. This timeframe is presumptively thirty (30) days, but may be extended, though not reduced, if circumstances warrant. During the period of time that Contractor is in default, the City shall hold all invoices and shall proceed with payment on the invoices only when the default is cured. In the alternative, the City may, in its sole discretion, elect to pay some or all of the outstanding invoices during the period of default. If Contractor does not cure the default, the City may take necessary steps to terminate this Agreement under this Article. Any failure on the part of the City to give notice of the Contractor’s default shall not be deemed to result in a waiver of the City’s legal rights or any rights arising out of any provision of this Agreement. (b) Dispute Resolution. This contract is subject to the provisions of Article 1.5 (commencing at Section 20104) of Division 2, Part 3 of the California Public Contract Code regarding the resolution of public works claims of less than $375,000. Article 1.5 mandates certain procedures for the filing of claims and supporting documentation by the Contractor, for the response to such claims by the City, for a mandatory meet and confer conference upon the request of the Contractor, for mandatory non-binding mediation in the event litigation is commenced, and for mandatory judicial arbitration upon the failure to resolve the dispute through mediation. This Agreement hereby incorporates the provisions of Article 1.5 as though fully set forth herein. 7.3 Retention of Funds. Contractor hereby authorizes City to deduct from any amount payable to Contractor (whether or not arising out of this Agreement) (i) any amounts the payment of which may be in dispute hereunder or which are necessary to compensate City for any losses, costs, liabilities, or damages suffered by City, and (ii) all amounts for which City may be liable to third parties, by reason of Contractor’s acts or omissions in performing or failing to perform Contractor’s obligation under this Agreement. In the event that any claim is made by a third party, the amount or validity of which is disputed by Contractor, or any indebtedness shall exist which shall appear A-20 -20- 01203.0006/300347.1 to be the basis for a claim of lien, City may withhold from any payment due, without liability for interest because of such withholding, an amount sufficient to cover such claim. The failure of City to exercise such right to deduct or to withhold shall not, however, affect the obligations of the Contractor to insure, indemnify, and protect City as elsewhere provided herein. 7.4 Waiver. Waiver by any party to this Agreement of any term, condition, or covenant of this Agreement shall not constitute a waiver of any other term, condition, or covenant. Waiver by any party of any breach of the provisions of this Agreement shall not constitute a waiver of any other provision or a waiver of any subsequent breach or violation of any provision of this Agreement. Acceptance by City of any work or services by Contractor shall not constitute a waiver of any of the provisions of this Agreement. No delay or omission in the exercise of any right or remedy by a non-defaulting party on any default shall impair such right or remedy or be construed as a waiver. Any waiver by either party of any default must be in writing and shall not be a waiver of any other default concerning the same or any other provision of this Agreement. 7.5 Rights and Remedies are Cumulative. Except with respect to rights and remedies expressly declared to be exclusive in this Agreement, the rights and remedies of the parties are cumulative and the exercise by either party of one or more of such rights or remedies shall not preclude the exercise by it, at the same or different times, of any other rights or remedies for the same default or any other default by the other party. 7.6 Legal Action. In addition to any other rights or remedies, either party may take legal action, in law or in equity, to cure, correct or remedy any default, to recover damages for any default, to compel specific performance of this Agreement, to obtain declaratory or injunctive relief, or to obtain any other remedy consistent with the purposes of this Agreement. Notwithstanding any contrary provision herein, Contractor shall file a claim pursuant to Government Code Sections 905 et seq. and 910 et seq., in order to pursue a legal action under this Agreement . 7.7 Liquidated Damages. Since the determination of actual damages for any delay in performance of this Agreement would be extremely difficult or impractical to determine in the event of a breach of this Agreement, the Contractor and its sureties shall be liable for and shall pay to the City the sum of One Thousand Dollars ($1,000) as liquidated damages for each calendar day of delay in the performance of any service required hereunder, as specified in the Schedule of Performance (Exhibit “D”). The City may withhold from any monies payable on account of services performed by the Contractor any accrued liquidated damages. Pursuant to Government Code Section 4215, Contractor shall not be assessed liquidated damages for delay in completion of the project when such delay was caused by the failure of the public agency or owner of the utility to provide for removal or relocation of utility facilities. A-21 -21- 01203.0006/300347.1 7.8 Termination Prior to Expiration of Term. This Section shall govern any termination of this Contract except as specifically provided in the following Section for termination for cause. The City reserves the right to terminate this Contract at any time, with or without cause, upon fourteen (14) days’ written notice to Contractor, except that where termination is due to the fault of the Contractor, the period of notice may be such shorter time as may be determined by the Contract Officer. In addition, the Contractor reserves the right to terminate this Contract at any time, with or without cause, upon sixty (60) days’ written notice to City, except that where termination is due to the fault of the City, the period of notice may be such shorter time as the Contractor may determine. Upon receipt of any notice of termination, Contractor shall immediately cease all services hereunder except such as may be specifically approved by the Contract Officer. Except where the Contractor has initiated termination, the Contractor shall be entitled to compensation for all services rendered prior to the effective date of the notice of termination and for any services authorized by the Contract Officer thereafter in accordance with the Schedule of Compensation or such as may be approved by the Contract Officer, except as provided in Section 7.3. In the event the Contractor has initiated termination, the Contractor shall be entitled to compensation only for the reasonable value of the work product actually produced hereunder. In the event of termination without cause pursuant to this Section, the terminating party need not provide the non-terminating party with the opportunity to cure pursuant to Section 7.2. 7.9 Termination for Default of Contractor. If termination is due to the failure of the Contractor to fulfill its obligations under this Agreement, City may, after compliance with the provisions of Section 7.2, take over the work and prosecute the same to completion by contract or otherwise, and the Contractor shall be liable to the extent that the total cost for completion of the services required hereunder exceeds the compensation herein stipulated (provided that the City shall use reasonable efforts to mitigate such damages), and City may withhold any payments to the Contractor for the purpose of set-off or partial payment of the amounts owed the City as previously stated. 7.10 Attorneys’ Fees. If either party to this Agreement is required to initiate or defend or made a party to any action or proceeding in any way connected with this Agreement, the prevailing party in such action or proceeding, in addition to any other relief which may be granted, whether legal or equitable, shall be entitled to reasonable attorney’s fees. Attorney’s fees shall include attorney’s fees on any appeal, and in addition a party entitled to attorney’s fees shall be entitled to all other reasonable costs for investigating such action, taking depositions and discovery and all other necessary costs the court allows which are incurred in such litigation. All such fees shall be deemed to have accrued on commencement of such action and shall be enforceable whether or not such action is prosecuted to judgment. 7.11 Unfair Business Practices Claims. In entering into this Agreement, Contractor offers and agrees to assign to the City all rights, title, and interest in and to all causes of action it may have under Section 4 of the Clayton A-22 -22- 01203.0006/300347.1 Act (15 U.S.C. § 15) or under the Cartwright Act (Chapter 2, (commencing with Section 16700) of Part 2 of Division 7 of the Business and Professions Code), arising from purchases of goods, services or materials related to this Agreement. This assignment shall be made and become effective at the time the City renders final payment to the Contractor without further acknowledgment of the Parties. ARTICLE 8. CITY OFFICERS AND EMPLOYEES: NON-DISCRIMINATION 8.1 Non-liability of City Officers and Employees. No officer or employee of the City shall be personally liable to the Contractor, or any successor in interest, in the event of any default or breach by the City or for any amount which may become due to the Contractor or to its successor, or for breach of any obligation of the terms of this Agreement. 8.2 Conflict of Interest. Contractor covenants that neither it, nor any officer or principal of its firm, has or shall acquire any interest, directly or indirectly, which would conflict in any manner with the interests of City or which would in any way hinder Contractor’s performance of services under this Agreement. Contractor further covenants that in the performance of this Agreement, no person having any such interest shall be employed by it as an officer, employee, agent or subcontractor without the express written consent of the Contract Officer. Contractor agrees to at all times avoid conflicts of interest or the appearance of any conflicts of interest with the interests of City in the performance of this Agreement. No officer or employee of the City shall have any financial interest, direct or indirect, in this Agreement nor shall any such officer or employee participate in any decision relating to the Agreement which effects his financial interest or the financial interest of any corporation, partnership or association in which he is, directly or indirectly, interested, in violation of any State statute or regulation. The Contractor warrants that it has not paid or given and will not pay or give any third party any money or other consideration for obtaining this Agreement. 8.3 Covenant Against Discrimination. Contractor covenants that, by and for itself, its heirs, executors, assigns, and all persons claiming under or through them, there shall be no discrimination against or segregation of, any person or group of persons on account of race, color, creed, religion, sex, gender, sexual orientation, marital status, national origin, ancestry, or other protected class in the performance of this Agreement. Contractor shall take affirmative action to insure that applicants are employed and that employees are treated during employment without regard to their race, color, creed, religion, sex, gender, sexual orientation, marital status, national origin, ancestry, or other protected class. 8.4 Unauthorized Aliens. Contractor hereby promises and agrees to comply with all of the provisions of the Federal Immigration and Nationality Act, 8 U.S.C. § 1101 et seq., as amended, and in connection therewith, shall not employ unauthorized aliens as defined therein. Should Contractor so employ A-23 -23- 01203.0006/300347.1 such unauthorized aliens for the performance of work and/or services covered by this Agreement, and should any liability or sanctions be imposed against City for such use of unauthorized aliens, Contractor hereby agrees to and shall reimburse City for the cost of all such liabilities or sanctions imposed, together with any and all costs, including attorneys' fees, incurred by City. ARTICLE 9. MISCELLANEOUS PROVISIONS 9.1 Notices. Any notice, demand, request, document, consent, approval, or communication either party desires or is required to give to the other party or any other person shall be in writing and either served personally or sent by prepaid, first-class mail, in the case of the City, to the City Manager and to the attention of the Contract Officer (with her/his name and City title), City of Rancho Palos Verdes, 30940 Hawthorne Boulevard, Rancho Palos Verdes, CA 90275 and in the case of the Contractor, to the person at the address designated on the execution page of this Agreement. Either party may change its address by notifying the other party of the change of address in writing. Notice shall be deemed communicated at the time personally delivered or in seventy-two (72) hours from the time of mailing if mailed as provided in this Section. All correspondence relating to this Agreement shall be serialized consecutively. 9.2 Interpretation. The terms of this Agreement shall be construed in accordance with the meaning of the language used and shall not be construed for or against either party by reason of the authorship of this Agreement or any other rule of construction which might otherwise apply. 9.3 Counterparts. This Agreement may be executed in counterparts, each of which shall be deemed to be an original, and such counterparts shall constitute one and the same instrument. 9.4 Integration; Amendment. This Agreement including the attachments hereto is the entire, complete and exclusive expression of the understanding of the parties. It is understood that there are no oral agreements between the parties hereto affecting this Agreement and this Agreement supersedes and cancels any and all previous negotiations, arrangements, agreements and understandings, if any, between the parties, and none shall be used to interpret this Agreement. No amendment to or modification of this Agreement shall be valid unless made in writing and approved by the Contractor and by the City Council. The parties agree that this requirement for written modifications cannot be waived and that any attempted waiver shall be void. 9.5 Severability. In the event that any one or more of the phrases, sentences, clauses, paragraphs, or sections contained in this Agreement shall be declared invalid or unenforceable by a valid judgment or decree of a court of competent jurisdiction, such invalidity or unenforceability shall not affect any of the remaining phrases, sentences, clauses, paragraphs, or sections of this A-24 -24- 01203.0006/300347.1 Agreement which are hereby declared as severable and shall be interpreted to carry out the intent of the parties hereunder unless the invalid provision is so material that its invalidity deprives either party of the basic benefit of their bargain or renders this Agreement meaningless. 9.6 Warranty & Representation of Non-Collusion. No official, officer, or employee of City has any financial interest, direct or indirect, in this Agreement, nor shall any official, officer, or employee of City participate in any decision relating to this Agreement which may affect his/her financial interest or the financial interest of any corporation, partnership, or association in which (s)he is directly or indirectly interested, or in violation of any corporation, partnership, or association in which (s)he is directly or indirectly interested, or in violation of any State or municipal statute or regulation. The determination of “financial interest” shall be consistent with State law and shall not include interests found to be “remote” or “noninterests” pursuant to Government Code Sections 1091 or 1091.5. Contractor warrants and represents that it has not paid or given, and will not pay or give, to any third party including, but not limited to, any City official, officer, or employee, any money, consideration, or other thing of value as a result or consequence of obtaining or being awarded any agreement. Contractor further warrants and represents that (s)he/it has not engaged in any act(s), omission(s), or other conduct or collusion that would result in the payment of any money, consideration, or other thing of value to any third party including, but not limited to, any City official, officer, or employee, as a result of consequence of obtaining or being awarded any agreement. Contractor is aware of and understands that any such act(s), omission(s) or other conduct resulting in such payment of money, consideration, or other thing of value will render this Agreement void and of no force or effect. Contractor’s Authorized Initials _______ 9.7 Corporate Authority. The persons executing this Agreement on behalf of the parties hereto warrant that (i) such party is duly organized and existing, (ii) they are duly authorized to execute and deliver this Agreement on behalf of said party, (iii) by so executing this Agreement, such party is formally bound to the provisions of this Agreement, and (iv) the entering into this Agreement does not violate any provision of any other Agreement to which said party is bound. This Agreement shall be binding upon the heirs, executors, administrators, successors and assigns of the parties. [SIGNATURES ON FOLLOWING PAGE] A-25 -25- 01203.0006/300347.1 IN WITNESS WHEREOF, the parties hereto have executed this Agreement on the date and year first-above written. CITY: CITY OF RANCHO PALOS VERDES, a municipal corporation ____________________________________ David Bradley, Mayor ATTEST: Teresa Takaoka, City Clerk APPROVED AS TO FORM: ALESHIRE & WYNDER, LLP William W. Wynder, City Attorney CONTRACTOR: ALFARO COMMUNICATIONS CONSTRUCTION, INC. By: _______________________________ Name: Hugo Alfaro Title: President and Treasurer By: _________________________________ Name: Mayra Martinez Title: Vice President and Secretary Address:15614 S Atlantic Ave Compton, CA 90221 Two corporate officer signatures required when Contractor is a corporation, with one signature required from each of the following groups: 1) Chairman of the Board, President or any Vice President; and 2) Secretary, any Assistant Secretary, Chief Financial Officer or any Assistant Treasurer. CONTRACTOR’S SIGNATURES SHALL BE DULY NOTARIZED, AND APPROPRIATE ATTESTATIONS SHALL BE INCLUDED AS MAY BE REQUIRED BY THE BYLAWS, ARTICLES OF INCORPORATION, OR OTHER RULES OR REGULATIONS APPLICABLE TO CONTRACTOR’S BUSINESS ENTITY. A-26 01203.0006/300347.1 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT STATE OF CALIFORNIA COUNTY OF LOS ANGELES On __________, 2024 before me, ________________, personally appeared ________________, proved to me on the basis of satisfactory evidence to be the person(s) whose names(s) is/are subscribed to the within instrument and acknowledged 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. Signature: _____________________________________ OPTIONAL Though the data below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent reattachment of this form CAPACITY CLAIMED BY SIGNER DESCRIPTION OF ATTACHED DOCUMENT INDIVIDUAL CORPORATE OFFICER _______________________________ TITLE(S) PARTNER(S) LIMITED GENERAL ATTORNEY-IN-FACT TRUSTEE(S) GUARDIAN/CONSERVATOR OTHER_______________________________ ______________________________________ SIGNER IS REPRESENTING: (NAME OF PERSON(S) OR ENTITY(IES)) _____________________________________________ _____________________________________________ ___________________________________ TITLE OR TYPE OF DOCUMENT ___________________________________ NUMBER OF PAGES ___________________________________ DATE OF DOCUMENT ___________________________________ SIGNER(S) OTHER THAN NAMED ABOVE 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. A-27 01203.0006/300347.1 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT STATE OF CALIFORNIA COUNTY OF LOS ANGELES On __________, 2024 before me, ________________, personally appeared ________________, proved to me on the basis of satisfactory evidence to be the person(s) whose names(s) is/are subscribed to the within instrument and acknowledged 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. Signature: _____________________________________ OPTIONAL Though the data below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent reattachment of this form CAPACITY CLAIMED BY SIGNER DESCRIPTION OF ATTACHED DOCUMENT INDIVIDUAL CORPORATE OFFICER _______________________________ TITLE(S) PARTNER(S) LIMITED GENERAL ATTORNEY-IN-FACT TRUSTEE(S) GUARDIAN/CONSERVATOR OTHER_______________________________ ______________________________________ SIGNER IS REPRESENTING: (NAME OF PERSON(S) OR ENTITY(IES)) _____________________________________________ _____________________________________________ ___________________________________ TITLE OR TYPE OF DOCUMENT ___________________________________ NUMBER OF PAGES ___________________________________ DATE OF DOCUMENT ___________________________________ SIGNER(S) OTHER THAN NAMED ABOVE 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. A-28 01203.0006/300347.1 A-1 EXHIBIT “A” SCOPE OF WORK I. Contractor shall perform all of the work and comply with all of the specifications and requirements in the “General Provisions” and “Special Provisions” included in the bid documents for the project entitled Hawthorne Boulevard and Eddinghill Drive Traffic Signal Modification, including any documents or exhibits referenced therein. II. Brief description of the work to be performed: The work comprises without limitation, furnishing all necessary labor, materials, equipment, and other incidental and appurtenant work necessary to upgrade the existing traffic signal to accommodate protected left turn operations and upgrade the intersection’s curb ramps and other work as detailed in the Plans (Appendix 1) and Special Provisions. Due to work to be conducted in congested tight space, provide safe access to and from the adjacent house and the public affected by this work. III. In addition to the requirements of Section 6.2, during performance of the work, Contractor will keep the City apprised of the status of performance by delivering the following status reports: A. Baseline Schedule B. Daily Report C. Weekly Construction Report and Weekly Updated Schedule IV. All work is subject to review and acceptance by the City, and must be revised by the Contractor without additional charge to the City until found satisfactory and accepted by City. V. Contractor shall provide safe and continuous passage for pedestrian and vehicular traffic in accordance with the Work Area Traffic Control Handbook (WATCH) and California Manual of Uniform Traffic Control Devices (CA MUTCD), latest edition. A-29 01203.0006/300347.1 B-1 EXHIBIT “B” SPECIAL REQUIREMENTS (Superseding Contract Boilerplate) A-30 01203.0006/300347.1 C-1 EXHIBIT “C” SCHEDULE OF COMPENSATION I. Contractor shall perform all work at the rates on the Bid Sheet submitted as part of Contractor’s Proposal, and listed below: A-31 01203.0006/300347.1 C-2 A-32 01203.0006/300347.1 C-3 II. A retention of five percent (5%) shall be held from each payment as a contract retention to be paid as part of the final payment upon satisfactory completion of services. III. Within the budgeted amounts for each item on the Bid Sheet, and with the approval of the Contract Officer, funds may be shifted from one item’s subbudget to another so long as the Contract Sum is not exceeded per Section 2.1, unless Additional Work is approved per Section 1.10. IV. The City will compensate Contractor for the Services performed upon submission of a valid invoice. V. The total compensation for the Services shall not exceed $570,968.01 as provided in Section 2.1 of this Agreement. A-33 01203.0006/300347.1 D-1 EXHIBIT “D” SCHEDULE OF PERFORMANCE I. Contractor shall perform all work for Hawthorne Boulevard and Eddinghill Drive Traffic Signal Modification starting on the Notice to Proceed date and shall complete the project within 170 working days. Prior to the Notice to Proceed, the Contractor must submit a project Baseline Schedule for approval. II. The Contract Officer may approve extensions for performance of the services in accordance with Section 3.2. A-34 01203.0006/300347.1 D-1 PERFORMANCE BOND WHEREAS, the CITY OF RANCHO PALOS VERDES, (“City”), has awarded to __________________________________, as Contractor (“Principal”), a Contract for the work entitled and described as follows:__________________________________________________; WHEREAS, the Contractor is required under the terms of said Contract to furnish a bond for the faithful performance of the Contract; NOW, THEREFORE, we the undersigned Contractor and Surety, are held and firmly bound unto the City in the sum of ________________________________________ ($______________), this amount being not less than one hundred percent (100%) of the total Contract price, lawful money of the United States of America, for payment of which sum well and truly be made we bind ourselves, our heirs, executors, administrators, and successors, jointly and severally, firmly by these presents. In case suit is brought upon this bond, the Surety will pay a reasonable attorney’s fee to the City in an amount to be fixed by the court. THE CONDITION OF THIS OBLIGATION IS SUCH THAT, if the hereby bound Contractor, or its heirs, executors, administrators, successors, or assigns, shall in all things stand and abide by, well and truly keep and perform all undertakings, terms, covenants, conditions, and agreements in the said Contract and any alteration thereof, made as therein provided, all within the time and in the manner designated and in all respects according to their true intent and meaning, then this obligation shall become null and void; otherwise it shall be and remain in full force and effect. FURTHER, the said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration, or modification of the Contract Documents or of the work to be performed thereunder shall in any way affect its obligations on this bond, and it does hereby waive notice of such change, extension of time, alteration, or modification of the Contract Documents or of the work to be performed thereunder. Executed on 20___. PRINCIPAL (Seal if Corporation) By Title (Attach Acknowledgment of Authorized Representative of Principal) A-35 01203.0006/300347.1 D-2 Any claims under this bond may be addressed to: (name and address of Surety) (name and address of Surety's agent for service of process in California, if different from above) (telephone number of Surety's agent in California) (Attach Acknowledgment) SURETY By (Attorney-in-Fact) APPROVED: (Attorney for CITY) NOTICE: No substitution or revision to this bond form will be accepted. Sureties must be authorized to do business in and have an agent for service of process in California. Certified copy of Power of Attorney must be attached. A-36 01203.0006/300347.1 PAYMENT BOND (Labor and Material Bond) WHEREAS, the CITY OF RANCHO PALOS VERDES, (“City”), has awarded to __________________________________, as Contractor (“Principal”), a Contract for the work entitled and described as follows:__________________________________________________; WHEREAS, said Contractor is required to furnish a bond in conjunction with said Contract, to secure the payment of claims of laborers, mechanics, material men, and other persons as provided by law; NOW, THEREFORE, we the undersigned Contractor and Surety, are held and firmly bound unto the City in the sum of ________________________________________ ($______________), this amount being not less than one hundred percent (100%) of the total Contract price, lawful money of the United States of America, for payment of which sum well and truly be made we bind ourselves, our heirs, executors, administrators, and successors, jointly and severally, firmly by these presents. In case suit is brought upon this bond, the Surety will pay a reasonable attorney’s fee to the City in an amount to be fixed by the court. THE CONDITION OF THIS OBLIGATION IS SUCH THAT, if said Contractor, its heirs, executors, administrators, successors, assigns, or subcontractor fails to pay: (1) for any work, materials, services, provisions, provender, or other supplies, or for the use of implements of machinery, used in, upon, for, or about the performance of the work to be done, or for any work or labor thereon of any kind; (2) for work performed by any of the persons named in Civil Code Section 9100; (3) for any amounts due under the Unemployment Insurance Code with respect to work or labor performed under the contract; and/or (4) for any amounts required to be deducted, withheld, and paid over to the Employment Development Department from the wages of employees of the Contractor and/or its subcontractors pursuant to Section 13020 of the Unemployment Insurance Code with respect to such work and labor, then 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. This bond shall inure to the benefit of any of the persons named in Civil Code Section 9100 so as to give a right of action to such persons or their assigns in any suit brought upon the bond. Moreover, if the City or any entity or person entitled to file stop payment notices is required to engage the services of an attorney in connection with the enforcement of this bond, each shall be liable for the reasonable attorney's fees incurred, with or without suit, in addition to the above sum. Said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration, or modification of the Contract Documents or of the work to be performed thereunder shall in any way affect its obligations on this bond, and it does hereby waive notice of such change, extension of time, alteration, or modification of the Contract Documents or of the work to be performed thereunder. A-37 01203.0006/300347.1 Executed on , 20____. PRINCIPAL (Seal if Corporation) By Title (Attach Acknowledgment of Authorized Representative of Principal) Any claims under this bond may be addressed to: (name and address of Surety) (name and address of Surety's agent for service of process in California, if different from above) (telephone number of Surety's agent in California) (Attach Acknowledgment) SURETY By (Attorney-in-Fact) APPROVED: (Attorney for CITY) NOTICE: No substitution or revision to this bond form will be accepted. Sureties must be authorized to do business in and have an agent for service of process in California. Certified copy of Power of Attorney must be attached. A-38 01203.0006/300347.1 WORKERS COMPENSATION INSURANCE CERTIFICATE Description of Contract: City of Rancho Palos Verdes Project: _____________________________________________ Type of Insurance: Workers' Compensation and Employers' Liability Insurance THIS IS TO CERTIFY that the following policy has been issued by the below-stated company in conformance with the requirements of Article 5 of the Contract and is in force at this time, and is in a form approved by the Insurance Commissioner. The Company will give at least 30 days' written notice to the City and Engineer/Architect prior to any cancellation of said policy. POLICY NUMBER EXPIRATION DATE LIMITS OF LIABILITY Workers' Compensation: Statutory Limits Under the Laws of the State of California Employers' Liability: $_________________ Each Accident $_________________ Disease - Policy Limit $_________________ Disease - Each Employee Named Insured (Contractor) Insurance Company Street Number Street Number City and State City and State By (Company Representative) (SEE NOTICE ON NEXT PAGE) A-39 01203.0006/300347.1 Insurance Company Agent for Service of Process in California: Name Agency Street Number City and State Telephone Number This certificate is issued as a matter of information only and confers no rights upon the certificate holder. This certificate does not amend, extend, or alter the coverage afforded by the policy listed herein. This is to certify that the policy has been issued to the named insured for the policy period indicated, notwithstanding any requirement, term, or condition of any contract or other document with respect to which this certificate may be issued or may pertain, the insurance afforded by the policy described herein is subject to all the terms, exclusions, and conditions of such policy. NOTICE: No substitution or revision to the above certificate form will be accepted. If the insurance called for is provided by more than one insurance company, a separate certificate in the exact above form shall be provided for each insurance company. A-40 01203.0006/300347.1 ADDITIONAL INSURED ENDORSEMENT COMPREHENSIVE GENERAL LIABILITY Name and address of named insured (“Named Insured”) Name and address of Insurance Company (“Company”) General description of agreement(s), permit(s), license(s), and/or activity(ies) insured Notwithstanding any inconsistent statement in the policy to which this endorsement is attached (the “Policy”) or in any endorsement now or hereafter attached thereto, it is agreed as follows: 1. The (“Public Agency”), its elected officials, officers, attorneys, agents, employees, and volunteers are additional insureds (the above named additional insureds are hereafter referred to as the “Additional Insureds”) under the Policy in relation to those activities described generally above with regard to operations performed by or on behalf of the Named Insured. The Additional Insureds have no liability for the payment of any premiums or assessments under the Policy. 2. The insurance coverages afforded the Additional Insureds under the Policy shall be primary insurance, and no other insurance maintained by the Additional Insureds shall be called upon to contribute with the insurance coverages provided by the Policy. 3. Each insurance coverage under the Policy shall apply separately to each Additional Insured against whom claim is made or suit is brought except with respect to the limits of the Company's liability. 4. Nothing in this contract of insurance shall be construed to preclude coverage of a claim by one insured under the policy against another insured under the policy. All such claims shall be covered as third-party claims, i.e., in the same manner as if separate policies had been issued to each insured. Nothing contained in this provision shall operate to increase or replicate the Company's limits of liability as provided under the policy. 5. The insurance afforded by the Policy for contractual liability insurance (subject to the terms, conditions and exclusions applicable to such insurance) includes liability assumed by the Named Insured under the indemnification and/or hold harmless provision(s) contained in or executed in conjunction with the written agreement(s) or permit(s) designated above, between the Named Insured and the Additional Insureds. 6. The policy to which this endorsement is attached shall not be subject to cancellation, change in coverage, reduction of limits (except as the result of the payment of claims), or non-renewal except after written notice to Public Agency, by certified mail, return receipt requested, not less than thirty (30) days prior to the effective date thereof. In the event of Company's failure to comply with this notice provision, the policy as initially drafted will continue in full force and effect until compliance with this notice requirement. 7. Company hereby waives all rights of subrogation and contribution against the Additional Insureds, while acting within the scope of their duties, from all claims, losses and liabilities arising out of or incident to the perils insured against in relation to those activities described generally above with regard A-41 01203.0006/300347.1 to operations performed by or on behalf of the Named Insured regardless of any prior, concurrent, or subsequent active or passive negligence by the Additional Insureds. 8. It is hereby agreed that the laws of the State of California shall apply to and govern the validity, construction, interpretation, and enforcement of this contract of insurance. 9. This endorsement and all notices given hereunder shall be sent to Public Agency at: City Manager, City of Rancho Palos Verdes, 30940 Hawthorne Boulevard, Rancho Palos Verdes, California 90275. 10. Except as stated above and not in conflict with this endorsement, nothing contained herein shall be held to waive, alter or extend any of the limits, agreements, or exclusions of the policy to which this endorsement is attached. TYPE OF COVERAGES TO WHICH POLICY PERIOD LIMITS OF THIS ENDORSEMENT ATTACHES FROM/TO LIABILITY 11. Scheduled items or locations are to be identified on an attached sheet. The following inclusions relate to the above coverages. Includes: □ Contractual Liability □ Explosion Hazard □ Owners/Landlords/Tenants □ Collapse Hazard □ Manufacturers/Contractors □ Underground Property Damage □ Products/Completed Operations □ Pollution Liability □ Broad Form Property Damage □ Liquor Liability □ Extended Bodily Injury □ □ Broad Form Comprehensive □ General Liability Endorsement □ 12. A □ deductible or □ self-insured retention (check one) of $ applies to all coverage(s) except: (if none, so state). The deductible is applicable □ per claim or □ per occurrence (check one). 13. This is an □ occurrence or □ claims made policy (check one). 14. This endorsement is effective on at 12:01 a.m. and forms a part of Policy Number . (signatures on following page) A-42 01203.0006/300347.1 I, (print name), hereby declare under penalty of perjury under the laws of the State of California, that I have the authority to bind the Company to this endorsement and that by my execution hereof, I do so bind the Company. Executed , 20 Signature of Authorized Representative (Original signature only; no facsimile signature Telephone No.: ( ) or initialed signature accepted) A-43 01203.0006/300347.1 ADDITIONAL INSURED ENDORSEMENT AUTOMOBILE LIABILITY Name and address of named insured (“Named Insured”) Name and address of Insurance Company (“Company”) General description of agreement(s), permit(s), license(s), and/or activity(ies) insured Notwithstanding any inconsistent statement in the policy to which this endorsement is attached (the “Policy”) or in any endorsement now or hereafter attached thereto, it is agreed as follows: 1. The (“Public Agency”), its elected officials, officers, attorneys, agents, employees, and volunteers are additional insureds (the above named additional insureds are hereafter referred to as the “Additional Insureds”) under the Policy in relation to those activities described generally above with regard to operations performed by or on behalf of the Named Insured. The Additional Insureds have no liability for the payment of any premiums or assessments under the Policy. 2. The insurance coverages afforded the Additional Insureds under the Policy shall be primary insurance, and no other insurance maintained by the Additional Insureds shall be called upon to contribute with the insurance coverages provided by the Policy. 3. Each insurance coverage under the Policy shall apply separately to each Additional Insured against whom claim is made or suit is brought except with respect to the limits of the Company's liability. 4. Nothing in this contract of insurance shall be construed to preclude coverage of a claim by one insured under the policy against another insured under the policy. All such claims shall be covered as third-party claims, i.e., in the same manner as if separate policies had been issued to each insured. Nothing contained in this provision shall operate to increase or replicate the Company's limits of liability as provided under the policy. 5. The insurance afforded by the Policy for contractual liability insurance (subject to the terms, conditions and exclusions applicable to such insurance) includes liability assumed by the Named Insured under the indemnification and/or hold harmless provision(s) contained or executed in conjunction with the written agreement(s) or permit(s) designated above, between the Named Insured and the Additional Insureds. 6. The policy to which this endorsement is attached shall not be subject to cancellation, change in coverage, reduction of limits (except as the result of the payment of claims), or non-renewal except after written notice to Public Agency, by certified mail, return receipt requested, not less than thirty (30) days prior to the effective date thereto. In the event of Company's failure to comply with this notice provision, the policy as initially drafted will continue in full force and effect until compliance with this notice requirement. 7. Company hereby waives all rights of subrogation and contribution against the Additional Insureds, while acting within the scope of their duties, from all claims, losses and liabilities arising out of or incident to the perils insured against in relation to those activities described generally above with regard A-44 01203.0006/300347.1 to operations performed by or on behalf of the Named Insured regardless of any prior, concurrent, or subsequent active or passive negligence by the Additional Insureds. 8. It is hereby agreed that the laws of the State of California shall apply to and govern the validity, construction, interpretation, and enforcement of this contract of insurance. 9. This endorsement and all notices given hereunder shall be sent to Public Agency at: City Manager City of Rancho Palos Verdes 30940 Hawthorne Boulevard Rancho Palos Verdes, California 90275 10. Except as stated above and not in conflict with this endorsement, nothing contained herein shall be held to waive, alter or extend any of the limits, agreements, or exclusions of the policy to which this endorsement is attached. TYPE OF COVERAGES TO WHICH POLICY PERIOD LIMITS OF THIS ENDORSEMENT ATTACHES FROM/TO LIABILITY 11. Scheduled items or locations are to be identified on an attached sheet. The following inclusions relate to the above coverages. Includes: □ Any Automobiles □ Truckers Coverage □ All Owned Automobiles □ Motor Carrier Act □ Non-owned Automobiles □ Bus Regulatory Reform Act □ Hired Automobiles □ Public Livery Coverage □ Scheduled Automobiles □ □ Garage Coverage □ 12. A □ deductible or □ self-insured retention (check one) of $ applies to all coverage(s) except: (if none, so state). The deductible is applicable □ per claim or □ per occurrence (check one). 13. This is an □ occurrence or □ claims made policy (check one). 14. This endorsement is effective on at 12:01 a.m. and forms a part of Policy Number . (signatures on following page) A-45 01203.0006/300347.1 I, (print name), hereby declare under penalty of perjury under the laws of the State of California, that I have the authority to bind the Company to this endorsement and that by my execution hereof, I do so bind the Company. Executed , 20 Signature of Authorized Representative (Original signature only; no facsimile signature Telephone No.: ( ) or initialed signature accepted) A-46 01203.0006/300347.1 ADDITIONAL INSURED ENDORSEMENT EXCESS LIABILITY Name and address of named insured (“Named Insured”) Name and address of Insurance Company (“Company”) General description of agreement(s), permit(s), license(s), and/or activity(ies) insured Notwithstanding any inconsistent statement in the policy to which this endorsement is attached (the “Policy”) or in any endorsement now or hereafter attached thereto, it is agreed as follows: 1. The (“Public Agency”), its elected officials, officers, attorneys, agents, employees, and volunteers are additional insureds (the above named additional insureds are hereafter referred to as the “Additional Insureds”) under the Policy in relation to those activities described generally above with regard to operations performed by or on behalf of the Named Insured. The Additional Insureds have no liability for the payment of any premiums or assessments under the Policy. 2. The insurance coverages afforded the Additional Insureds under the Policy shall be primary insurance, and no other insurance maintained by the Additional Insureds shall be called upon to contribute with the insurance coverages provided by the Policy. 3. Each insurance coverage under the Policy shall apply separately to each Additional Insured against whom claim is made or suit is brought, except with respect to the limits of the Company's liability. 4. Nothing in this contract of insurance shall be construed to preclude coverage of a claim by one insured under the policy against another insured under the policy. All such claims shall be covered as third-party claims, i.e., in the same manner as if separate policies had been issued to each insured. Nothing contained in this provision shall operate to increase or replicate the Company's limits of liability as provided under the policy. 5. The insurance afforded by the Policy for contractual liability insurance (subject to the terms, conditions and exclusions applicable to such insurance) includes liability assumed by the Named Insured under the indemnification and/or hold harmless provision(s) contained in or executed in conjunction with the written agreement(s) or permit(s) designated above, between the Named Insured and the Additional Insureds. 6. The policy to which this endorsement is attached shall not be subject to cancellation, change in coverage, reduction of limits (except as the result of the payment of claims), or non-renewal except after written notice to Public Agency, by certified mail, return receipt requested, not less than thirty (30) days prior to the effective date thereto. In the event of Company's failure to comply with this notice provision, the policy as initially drafted will continue in full force and effect until compliance with this notice requirement. 7. Company hereby waives all rights of subrogation and contribution against the Additional Insureds, while acting within the scope of their duties, from all claims, losses and liabilities arising out of or incident to the perils insured against in relation to those activities described generally above with regard to operations performed by or on behalf of the Named Insured regardless of any prior, concurrent, or subsequent active or passive negligence by the Additional Insureds. A-47 01203.0006/300347.1 8. It is hereby agreed that the laws of the State of California shall apply to and govern the validity, construction, interpretation, and enforcement of this contract of insurance. 9. This endorsement and all notices given hereunder shall be sent to Public Agency at: City Manager City of Rancho Palos Verdes 30940 Hawthorne Boulevard Rancho Palos Verdes, California 90275 10. Except as stated above and not in conflict with this endorsement, nothing contained herein shall be held to waive, alter or extend any of the limits, agreements, or exclusions of the policy to which this endorsement is attached. TYPE OF COVERAGES TO WHICH POLICY PERIOD LIMITS OF THIS ENDORSEMENT ATTACHES FROM/TO LIABILITY □ Following Form □ Umbrella Liability □ 11. Applicable underlying coverages: INSURANCE COMPANY POLICY NO. AMOUNT 12. The following inclusions, exclusions, extensions or specific provisions relate to the above coverages: 13. A □ deductible or □ self-insured retention (check one) of $ applies to all coverage(s) except: (if none, so state). The deductible is applicable □ per claim or □ per occurrence (check one). 14. This is an □ occurrence or □ claims made policy (check one). 15. This endorsement is effective on at 12:01 a.m. and forms a part of Policy Number . A-48 01203.0006/300347.1 (signatures on following page) I, (print name), hereby declare under penalty of perjury under the laws of the State of California, that I have the authority to bind the Company to this endorsement and that by my execution hereof, I do so bind the Company. Executed , 20 Signature of Authorized Representative (Original signature only; no facsimile signature Telephone No.: ( ) or initialed signature accepted) A-49 City of Rancho Palos Verdes, California Contract Documents For Construction of Hawthorne Boulevard and Eddinghill Drive Traffic Signal Modification City of Rancho Palos Verdes Public Works Department 30940 Hawthorne Boulevard Rancho Palos Verdes, California 90275 (310) 544-5252 Approved on December , 2025 Mayor, David Bradley Mayor Pro Tem, Paul Seo Councilmember, Barbara Ferraro BY______________________________ Councilmember, George Lewis Ramzi Awwad Councilmember, Stephen Perestam Director of Public Works Department of Public Works B-1 TABLE OF CONTENTS NOTICE INVITING SEALED BIDS 1. BACKGROUND/DESCRIPTION OF WORK .................................................................................... NC – 1 2. COMPLETION OF WORK ............................................................................................................. NC – 1 3. REQUEST FOR CLARIFICATION ................................................................................................... NC – 1 4. PREVAILING WAGES ................................................................................................................... NC – 1 5. LICENSE ....................................................................................................................................... NC – 2 6. REGISTRATION WITH THE DEPARTMENT OF INDUSTRIAL RELATIONS ...................................... NC – 2 7. RETENTION SUBSTITION ............................................................................................................ NC – 2 8. LIQUIDATED DAMAGES .............................................................................................................. NC – 2 9. BIDDING PROCESS.………………………………………………………………………………………………………………..NC – 2 INSTRUCTIONS TO BIDDERS 1. FORM OF PROPOSAL ....................................................................................................................... i –1 2. DELIVERY OP PROPOSALS ................................................................................................................ i –1 3. MODIFICATIONS AND ALTERNATIVE PROPOSALS ........................................................................... i –1 4. WITHDRAWAL OF PROPOSAL .......................................................................................................... I –1 5. BIDDER’S SECURITY ......................................................................................................................... i –1 6. APPROXIMATE ESTIMATE..………………………………………………………………………………………………..……….i –1 7. CONSTRUCTION SCHEDULE, PROGRESS OF WORK, LIQUIDATED DAMAGES……………………………… i –2 8. ADDENDA ........................................................................................................................................ i –4 9. DISCREPANCIES IN PROPOSALS ....................................................................................................... i –4 10. COMPETENCY OF BIDDERS .............................................................................................................. i –5 11. BIDDER’S EXAMINATION OF SITE AND CONTRACT DOCUMENTS ................................................... i –5 12. DISQUALIFICATION OF BIDDERS ..................................................................................................... i –5 13. RETURN OF BID SECURITY ............................................................................................................... i –5 14. AWARD OF CONTRACT .................................................................................................................... i –5 15. ALTERNATES .................................................................................................................................... i –6 16. LISTING SUBCONTRACTOR .............................................................................................................. i –6 17. EXECUTION OF AGREEMENT…………………………………………………………………………………………………….. i –6 18. INSURANCE AND BONDS …………………………………………………………………………………………………………. i –6 B-2 19. TELEPHONES……………………………………………………………………………………………..……………………………… i –6 20. INTERPRETATION OF PLANS AND DOCUMENTS………………………………………………………………………….i –6 21. SALES AND/OR USE TAXES…………………………………………………………………………………..……………………. i –7 22. NON-COLLUSION AFFIDAVIT………………………………………………………………………………....…………………..i –7 23. EXECUTION OF THE CONTRAC ……………………………………………………………………………………………………i –7 24. CONTRACT BONDS ……………………………………………………………………………………………………………………i –7 25. INSURANCE ……………………………………………………………………………………………………………………………i –7 26. COMPLIANCE WITH PROVISIONS OF THE PUBLIC CONTRACT……………………………………………………..i –7 27. REJECTION OF BIDS…………………………………………………………………………………………………………………....i –7 GENERAL PROVISIONS A. PROJECT PROVISIONS....................................................................................................................GP –1 1. UNITS OF MEASURE .....................................................................................................................GP –1 B. LEGAL RELATIONS AND RESPONSIBILITY TO THE CITY .................................................................GP –1 1. LAWS TO BE OBSERVED ...............................................................................................................GP –1 2. SOCIAL SECURITY REQUIREMENTS ..............................................................................................GP –1 3. REGISTRATION WITH THE DEPARTMENT OF INDUSTRIAL RELATIONS ........................................GP –1 4. COMPLIANCE MONITORING AND POSTING JOB SITES ................................................................GP –2 5. PREVAILING WAGES .....................................................................................................................GP –2 6. PENALTIES ....................................................................................................................................GP –2 7. WORKING WEEK ...........................................................................................................................GP –2 8. APPRENTICES ................................................................................................................................GP –2 9. LICENSE OF CONTRACTORS ..........................................................................................................GP –3 10. PERMITS AND LICENSES ...............................................................................................................GP –3 11. PATENTS .......................................................................................................................................GP –3 12. INDEMNITY ...................................................................................................................................GP –3 13. NOTICE .........................................................................................................................................GP –3 14. CONTRACTOR’S RESPONSIBILITY FOR WORK...............................................................................GP –3 15. MAINTENANCE AND GUARANTEE ...............................................................................................GP –4 16. COOPERATION .............................................................................................................................GP –4 C. PROSECUTION AND PROGRESS OF THE WORK ...........................................................................GP –5 1. WORK SCHEDULE .........................................................................................................................GP –5 2. SUBLETTING AND ASSIGNMENT ..................................................................................................GP –5 3. CHARACTER OF WORKERS ...........................................................................................................GP –5 B-3 4. AGENTS OR FOREMAN .................................................................................................................GP –5 5. TEMPORARY STOPPAGE OF CONSTRUCTION ACTIVITIES ............................................................GP –5 6. TIME OF COMPLETION AND LIQUIDATED DAMAGES ..................................................................GP –6 7. SUSPENSION OF CONTRACT .........................................................................................................GP –6 D. MEASUREMENT AND PAYMENT ..................................................................................................GP –7 1. MEASUREMENT AND PAYMENT ..................................................................................................GP –7 2. FINAL INVOICE AND PAYMENT ....................................................................................................GP –7 3. EXTRA WORK ................................................................................................................................GP –7 4. UNPAID CLAIMS ...........................................................................................................................GP –8 5. ACCEPTANCE ................................................................................................................................GP –8 E. CONTROL OF WORK ......................................................................................................................GP –9 1. AUTHORITY OF THE DIRECTOR OF PUBLIC WORKS......................................................................GP –9 2. CONFORMITY WITH PLANS AND ALLOWABLE VARIATION ..........................................................GP –9 3. PROGRESS OF THE WORK ............................................................................................................GP –9 4. SAMPLES ......................................................................................................................................GP –9 5. TRADE NAMES AND ALTERNATIVES .......................................................................................... GP –10 6. PROTECTION OF WORK ............................................................................................................. GP –10 7. CONFLICT OF TERMS ................................................................................................................. GP –10 8. INTERPRETATION OF PLANS AND SPECIFICATIONS .................................................................. GP –10 9. INCREASES AND DECREASES OF THE WORK TO BE DONE ........................................................ GP –10 10. ALTERATIONS OF THE WORK TO BE DONE ............................................................................... GP –11 11. EXTRA WORK ............................................................................................................................. GP –11 12. PUBLIC UTILITIES ....................................................................................................................... GP –11 13. PROCEDURE IN CASE OF DAMAGE TO PUBLIC PROPERTY ........................................................ GP –12 14. REMOVAL OF INTERFERING OBSTRUCTIONS ............................................................................ GP –12 15. QUALITY OF MATERIAL ............................................................................................................. GP –12 16. REMOVAL OF DEFECTIVE OR UNAUTHORIZED WORK .............................................................. GP –12 17. SUPERVISION ............................................................................................................................. GP –13 18. SOIL COMPACTION TESTING ..................................................................................................... GP –13 19. PRESERVATION OF PROPERTY................................................................................................... GP –13 20. DUST CONTROL ......................................................................................................................... GP –13 21. SELECTED MATERIALS ............................................................................................................... GP –14 22. SURPLUS MATERIALS ................................................................................................................ GP – 14 B-4 23. CLEAN UP .................................................................................................................................. GP – 14 24. EQUIPMENT REQUIREMENTS ................................................................................................... GP – 14 25. PROTECTION OF WORK AND PUBLIC ........................................................................................ GP – 14 26. SPRINKLER SYSTEMS & LANDSCAPING ..................................................................................... GP – 15 27. CONTRACTOR’S SUPERINTENDENT AND PROJECT MANAGER ................................................. GP – 15 28. WORK AFTER REGULAR HOURS ................................................................................................ GP – 15 29. CONTRACTOR’S DAILY REPORTS ............................................................................................... GP – 16 30. REQUEST FOR WORKING DAYS ................................................................................................. GP – 16 31. DEFECTIVE MATERIALS .............................................................................................................. GP – 16 32. SOUND AND VIBRATION CONTROL REQUIREMENTS ................................................................ GP – 16 33. AIR POLLUTION CONTROL ......................................................................................................... GP – 17 34. FINAL CLEAN UP ........................................................................................................................ GP – 17 35. CONTRACTOR’S REQUEST FOR FINAL INSPECTION ................................................................... GP –17 36. RESOLUTION OF PUBLIC WORKS CLAIMS ................................................................................. GP –17 37. TRENCHES AND EXCAVATIONS ................................................................................................. GP - 18 38. CONSTRUCTION & DEMOLITION MATERIALS RECYCLING REQUIREMENTS ............................. GP –18 SPECIAL PROVISIONS A. GENERAL PROJECT INFORMATION ............................................................................................. SP – 1 1. REQUIREMENTS .......................................................................................................................... SP – 1 2. DEFINITION OF TERMS ................................................................................................................ SP – 1 3. PROJECT PLANS ........................................................................................................................... SP – 1 4. SCOPE OF WORK ......................................................................................................................... SP – 2 5. NOTICE TO PROCEED ................................................................................................................... SP – 2 6. UTILITIES ...................................................................................................................................... SP – 4 7. STREET CLOSURES ....................................................................................................................... SP – 3 8. CONFERENCE ............................................................................................................................... SP – 4 9. PUBLIC CONVENIENCE AND SAFETY ........................................................................................... SP – 4 10. SANITARY CONVENIENCE ............................................................................................................ SP – 8 11. CONSTRUCTION YARD ................................................................................................................. SP – 8 12. EQUIPMENT REQUIREMENTS ...................................................................................................... SP –9 13. PRESERVATION OF PROPERTY..................................................................................................... SP – 9 B-5 14. NPDES COMPLIANCE/WATER POLLUTION CONTROL ................................................................. SP – 9 15. SAFETY, SANITARY AND MEDICAL REQUIREMENTS ................................................................... SP –12 16. ELECTRICAL POWER ................................................................................................................... SP –12 17. PROTECTION OF UNDERGROUND FACILITIES ............................................................................ SP –12 18. AIR POLLUTION CONTROL .......................................................................................................... SP –12 19. PROJECT APPEARANCE ............................................................................................................... SP –13 20. WORK HOURS............................................................................................................................. SP –13 21. SCHEDULE AND PUBLIC NOTICES ............................................................................................... SP –14 22. PHOTOGRAPHIC SURVEY OF ALL EXISTING CONDITIONS .......................................................... SP –15 23. MOBILIZATION ........................................................................................................................... SP –15 B. PROJECT SPECIAL PROVISIONS ................................................................................................... SP –17 1- GENERAL ....................................................................................................................................... SP –17 2 - FURNISH AND APPLY WATER ....................................................................................................... SP –20 3 - UNCLASSIFIED EXCAVATION ........................................................................................................ SP –20 4 - CLEARING AND GRUBBING .......................................................................................................... SP –21 5 - BEST MANAGEMENT PRACTICES ................................................................................................. SP –21 6- PROTECTION AND RESTORATION OF EXISTING IMPROVEMENTS .............................................. SP – 21 7 - REMOVAL OF DEFECTIVE OR UNAUTHORIZED WORK ................................................................ SP - 22 8 - APPURTENANT WORK ................................................................................................................. SP –22 9 - INSPECTION BY CITY .................................................................................................................... SP –22 10 - CLEANUP .................................................................................................................................... SP –22 11 - CONSTRUCTION WATER: ........................................................................................................... SP –23 12 - STORAGE SITES: ......................................................................................................................... SP –23 13 – FENCE CONSTRUCTION ............................................................................................................. SP –23 14 – SITE RESTORATION ................................................................................................................... SP –24 15 – FIELD CONDITIONS .................................................................................................................... SP –24 Temporary Traffic Control ............................................................................................................... SP –26 STREET LIGHTING AND TRAFFIC SIGNAL SYSTEMS ....................................................................... SP –29 MEASUREMENT AND PAYMENT…………………………………………………………………………………………..….SP –34 PROPOSAL PACKAGE & CHECKLIST 1. PROPOSAL PRICES ...........................................................................................................................P-1 2. BID SHEET ........................................................................................................................................P-2 3. BID SCHEDULE .................................................................................................................................P-3 B-6 4. INFORMATION REQUIRED OF BBIDDER ....................................................................................…….P-5 5. REFERENCES ..................................................................................................................................P-07 6. STATEMENT REGARDING CONTRACTOR LICENSING LAWS .......................................................….P-11 7. RESUME .........................................................................................................................................P-13 8. DESIGNATION OF SUBCONTRACTORS ...........................................................................................P-14 9. INDUSTRIAL SAFETY RECORD FORM ..............................................................................................P-15 10. BID BOND .....................................................................................................................................P-16 11. NONCOLLUSION DECLARATION .................................................................................................. P-18 12. ACKNOWLEDGMENT OF ADDENDA .............................................................................................P-19 13. BIDDER STATISTICAL INFORMATION ............................................................................................P-20 CONTRACT PACKAGE PUBLIC WORKS AGREEMENT ............................................................................................................... C-1 CHECKLIST FOR EXECUTION OF INSTRUMENTS ……..............................................................................C-1 COMPLIANCE WITH CA LABOR LAWS AGREEMENT ........................................................................... C-3 INSURANCE REQUIREMENTS FOR CITY OF RANCHO PALOS VERDES ………........................................ C-13 INDEMNIFICATION AND HOLD HARMLESS AGREEMENT ................................................................... C-15 PERFORMANCE BOND ........................................................................................................................C-33 PAYMENT BOND ................................................................................................................................ C-35 WORKERS’ COMPENSATION CERTIFICATE OF INSURANCE ................................................................ C-37 ADDITIONAL INSURED ENDORSEMENT - COMPREHENSIVE GENERAL LIABILITY ............................... C-39 ADDITIONAL INSURED ENDORSEMENT - AUTOMOBILE LIABILITY ..................................................... C-42 ADDITIONAL INSURED ENDORSEMENT - EXCESS LIABILITY................................................................ C-44 APPENDIX I: PLANS APPENDIX II: MATERIAL RECYCLE PACKET APPENDIX III: TRASH PICKUP APPENDIX IV: STREET SWEEPING SCHEDULE APPENDIX V: STREET NAME SIGN SPECIFICATIONS APPENDIX VI: SCHOOL DISTRICT CALENDAR B-7 i-1 INSTRUCTIONS TO BIDDERS FORM OF PROPOSAL: The proposal shall be made on the bidding schedule (“proposal”) herein. DELIVERY OF PROPOSALS: The proposal shall be delivered by the time and to the place stipulated in the Notice Inviting Construction Bids. It is the bidder’s sole responsibility to see that his proposal is received within the deadline. Any proposal received after the scheduled closing time for receipt of proposals will not be opened. Bidders or their authorized agents are invited to be present. MODIFICATIONS AND ALTERNATIVE PROPOSALS: Unauthorized conditions, limitations or provisos attached to a proposal will render it informal and may be cause for rejection. The complete proposal forms shall be without interlineations, alterations or erasures, unless each such correction is suitably authenticated by affixing in the margin immediately opposite the correction the surname or surnames of the person or persons signing the bid. No hard copy, oral, telegraphic or telephonic proposals or modifications will be considered. WITHDRAWAL OF PROPOSAL: The proposal may be withdrawn upon request by the bidder without prejudice to himself prior to, but not after, the time fixed for opening of bids, provided that the request is in writing, has been executed by the bidder or his duly authorized representative, and is filed with the DIRECTOR OF PUBLIC WORKS. No proposal may be withdrawn during the period of ninety (90) calendar days after the opening of proposals. BIDDER’S SECURITY: Each bid shall be accompanied by cash, certified or cashier’s check payable to the City, or a satisfactory bid bond in favor of the City executed by the bidder as principal and a California admitted surety as surety, in an amount not less than ten percent (10%) of the amount set forth in the bid. The check or bid bond shall be given as a guarantee that the bidder shall execute the contract if it is awarded to him in conformity with the contract documents and shall provide the evidence of insurance and furnish the necessary bonds as specified in the contract documents, within ten (10) calendar days after written notice of the award. In case of the bidder’s refusal or failure to do so, the cash, check, or bond, as the case may be, shall be forfeited to the City. No bidder’s bond will be accepted unless it conforms substantially to the form set forth as required. APPROXIMATE ESTIMATE: The quantities shown in the proposal form shall be considered as approximate only, being listed therein for the purpose of serving as a general indication of the amount of work or materials to be performed or furnished, and as a basis for the comparison of bids; and the City does not guarantee nor agree, either expressly or by implication, that the actual amount required will correspond therewith, but reserves the right to increase or decrease the amount of any item or portion of work or material to be performed or furnished, or to omit any such item or portion, in accordance B-8 i-2 with the Special Provisions or Standard Specifications, under which the work is to be constructed, without any way invalidating the contract, should such increase, decrease or omission be deemed necessary or expedient. The quantity distribution tables included in the Appendix are provided to generally assist in defining the work and should be considered to be approximate only. CONSTRUCTION SCHEDULE, PROGRESS OF WORK, LIQUIDATED DAMAGES: The following is the project schedule showing important milestones the contractor shall adhere to: Task No Description Date 1.City Task Contract award by the City Council. Date 1 2.City Task City will send out Contract to Contractor for signatures. Date 2 = Date 1 + 5 working days 3.Contract or Task Contractor shall return signed Contract with required bonds and insurances to City. Date 3 = Date 2 + 5 working days 4. City Task City will counter sign the Contract and provide a fully executed Contract to Contractor. Date 4 = Date 3 + 5 working days 5. Joint Task A Pre-construction meeting will be held. Contractor shall submit its project schedule and all material submittals to the City at the Pre-construction meeting, with project start date established based on Date 6 shown in Task 6. Date 5 = Date 4 + 5 working day Note: If Contractor delays attending the pre-con meeting and does not submit project schedule within the required duration, City will assess $1,000 per calendar day as liquidated damages. 6. Schedule d Task City will issue to the Contractor NTP 1 (Notice to Proceed 1) to commence with the procurement of traffic control devices, signs and other materials. Date 6 = Date 5 + 10 working days (Effective Date of the start of construction) All tasks below are included within 170 Working Day Project Completion From the project start date established based on Date 6 shown in Task 6, the contractor shall complete the project within 170 working days as follows: B-9 i-3 Task No Description Date 7.1. Contractor Task Contractor shall commence procurement of all traffic signal standards, poles, heads, traffic control devices, signs, materials, parts, equipment; and submit copies of Purchase Orders as a proof that the Contractor has placed all necessary purchase orders. Purchase Orders shall show date order placed, date order will be delivered. Copies of Purchase Orders shall be submitted to City within 3 working days of the date established for this task. Date 7.1 = Date 6 7.2. Contractor Task Contractor shall complete procurement of all necessary traffic signal equipment, standards, poles, heads, traffic control devices, signs, materials, parts, equipment. The contractor shall submit and obtain City’s approval on their traffic control plan Note that no site work will be allowed prior to obtaining an approved traffic control plan and NTP 2 explained below. Date 7.2 = Date 7.1 + 120 working days Note: If the work described in this task is not completed by the contractor within the required duration, City will assess $1,000 per calendar day as liquidated damages. 7.3. City Task City will issue to the Contractor NTP 2 (Notice to Proceed 2) to commence with the field construction. NTP 2 will be issued 10 working days prior to completion of procurement of materials as indicated in NTP1. The 10 working day early start will allow the Contractor to mobilize on the site and prepare the site that will receive traffic signal standards, poles, heads, traffic control devices, signs, materials, parts, equipment.. Date 7.3 = Date 7.2 – 10 working days B-10 i-4 Task No Description Date 7.4.Contra ctor Task Contractor shall complete field construction (This date is also the completion of the project date). Date 7.4 = Date 7.3 + 60 working days Note: If the work described in this task is not completed by the contractor within the required duration, City will assess $1,000 per calendar day as liquidated damages. All durations above related to Contractor tasks shall remain the same regardless of City’s completion of City tasks. ADDENDA: The Director of Public Works may issue Addenda to the Contract Documents. Parties that have obtained the Contract Documents and are on the list of Plan Holders shall be notified of and furnished with copies of such Addenda, either by email, personal delivery, or facsimile, during the period of advertising at no additional cost. The City may determine, in its sole discretion, whether an Addendum requires the postponement of the date set for opening Bids. The announcement of the new date, if any, shall be made within the Addenda. Please Note: Bidders are primarily and ultimately responsible for ensuring that they have received any and all Addenda. To this end, each Bidder should contact the City to verify that he or she has received all Addenda issued, if any. Bidders must acknowledge receipt of all Addenda, if any, in its Proposal. Failure to acknowledge receipt of all Addenda may cause a Proposal to be deemed incomplete and non-responsive. DISCREPANCIES IN PROPOSALS: The bidder shall set forth each item of work, in clearly legible figures, a unit or line-item bid for the item in the respective spaces provided for this purpose. In case of discrepancy between the unit price and the total set forth for the item, the unit price shall prevail, provided, however, if the amount set forth as a unit price is ambiguous, unintelligible or uncertain for any cause, or is omitted, or in the case where the unit price is the same amount as the entry in the “Total” column, then the amount set forth in the “Total” column for the item shall prevail in accordance with the following: 1) As to lump sum items, the amount set forth in the “Total” column shall be the unit price. B-11 i-5 2) As to unit price items, the amount set forth in the “Total” column shall be divided by the estimated quantity for the item and the price thus obtained shall be the unit price. In case of discrepancy between words and figures, the words shall prevail. COMPETENCY OF BIDDERS: In selecting the lowest responsible bidder, consideration will be given to the general competency of the bidder for the performance of the work covered by the proposal. No agreement for the work will be executed with a contractor who is not licensed in accordance with the laws of the State of California under applicable provisions of the Business and Professions Code and registered with the DIR. The licensing requirements for contractors shall apply also to subcontractors. Contractors and subcontractors must sign the “Statement Acknowledging Penal & Civil Penalties Concerning the Contractor’s Licensing Laws.” BIDDER’S EXAMINATION OF SITE AND CONTRACT DOCUMENTS: Bidders must satisfy themselves by personal examination of the location of the proposed work and by such other means as they may prefer as to the proposal, plans, specifications, contract form and actual conditions and requirements of the work, and shall not at any time after submission of the bid, dispute, complain, or assert that there was any misunderstanding in regard to the conditions to be encountered, the character, quality, and quantities of work to be performed and materials to be furnished, and the requirements of the proposal, plans, specifications, and the contract form. The submission of a proposal shall be considered conclusive evidence that the bidder has made such examination. DISQUALIFICATION OF BIDDERS: No person, firm, or corporation shall be allowed to make, file or be interested in more than one bid for the same work, unless alternate bids are specifically called for. A person, firm or corporation that has submitted a sub-proposal to a bidder, or that has quoted prices of materials to a bidder is not hereby disqualified from submitting a sub-proposal or quoting prices to other bidders or making a prime proposal. If there is a reason to believe that collusion exists among the bidders, all bids will be rejected. RETURN OF BID SECURITY: The successful bidder’s proposal guarantee shall be held until the contract is executed. Bid security shall be returned to the three (3) lowest bidders within twenty (20) calendar days after the successful bidder has signed the contract. All other securities shall be returned immediately. AWARD OF CONTRACT: The City reserves the right to reject any or all bids or any parts thereof or to waive any irregularities or informalities in any bid or in the bidding. The award of the contract, if made by the City, will be to the lowest responsible and qualified bidder. The award, if made, will be within ninety (90) calendar days after the opening of the proposals; provided that the award may be made after said period if the successful bidder has not given the City written notice of the withdrawal of his bid. B-12 i-6 ALTERNATES: If alternate bids are called for, the contract shall be awarded to the lowest responsible bidder on the base bid. LISTING SUBCONTRACTORS: Each bidder shall submit a list of the proposed subcontractors on this project, as required by the Subletting and Subcontracting Fair Practices Act (Public Contract Code Sections 4100, et seq.). Forms for this purpose are furnished with the contract documents. EXECUTION OF AGREEMENT: The bidder to whom award is made shall execute a written contract with the City in the form included in these contract documents and shall secure and provide to City all insurance and bonds as herein specified within ten (10) calendar days from the date of mailing of written notice of the award. Failure or refusal to enter into the agreement or to conform to any of the stipulated requirements shall be just cause for the annulment of the award and forfeiture of the bidder’s security. In the event the bidder to whom an award is made fails or refuses to execute the Agreement within said time, the City may declare the bidder’s security forfeited, and it may award the work to the next lowest bidder or may call for new bids. If the successful bidder refuses or fails to execute the contract, the City may award the contract to the second lowest responsible bidder. If the second lowest responsible bidder refuses to execute the contract, the City may award the contract to the third lowest respon sible bidder to execute the contract; such bidder’s securities shall be likewise forfeited to the City. INSURANCE AND BONDS: The Contractor shall not begin Work under the Contract until it has given the City evidence of all required insurance coverage, including all additional insured endorsements. The Contractor also shall not begin Work under the Contract until it has furnished to the City two Bonds: one guaranteeing the Contractor’s faithful performance of the Contract, and other securing the payment of claims for labor and material. Each of these Bonds shall be executed in a sum equal to the Contract amount. Before acceptance of the Project, the Contractor shall submit warranty/maintenance Bond(s) that are valid for one year from acceptance, as further described in the General Provisions. TELEPHONES: Bidders are hereby notified that City will not provide telephones for their use at the time of receipt of bids. INTERPRETATION OF PLANS AND DOCUMENTS: If any person contemplating submitting a bid for the proposed contract is in doubt as to the true meaning of any part of the drawings, specifications or other contract documents, or finds discrepancies in or omissions from the drawings and specifications, he or she may submit to the DIRECTOR OF PUBLIC WORKS a written request for an interpretation or correction by seven (7) calendar days prior to bid opening. The person submitting the request will be responsible for its prompt delivery. Any interpretation or correction of the contract document will be made only by an Addendum duly issued, and a copy of such Addendum will be mailed, delivered or faxed to each person receiving a set of the contract documents. No oral interpretation of any provision in the contract documents shall be binding. B-13 i-7 SALES AND/OR USE TAXES: Except as may be otherwise specifically provided herein, all sales and/or use taxes assessed by federal, state or local authorities on materials used or furnished by the Contractor in performing the work hereunder shall be paid by the Contractor. NON-COLLUSION AFFIDAVIT: The Contractor shall execute and return a “Non-collusion Affidavit” with its bid in the form attached herein. EXECUTION OF THE CONTRACT: The contract, in the form set forth in the Contract Section shall be executed by the successful bidder in accordance with the Instruction for Execution of Documents, and returned to the City for execution by the City, and shall be accompanied by bonds as described in paragraph GP-B-4 and the evidence of insurance required by paragraph GP-B-5, all within fifteen (15) calendar days from the date written notice of the award is mailed to bidder. No bidder proposal shall be considered binding upon the City until such time as it has been executed by the City. CONTRACT BONDS: The successful bidder shall furnish to the City at his own expense two surety bonds. One bond shall be in the amount of 100 percent of the contract price in the form set forth in the Contract Section to guarantee faithful performance of the contract work. The other bond, in an amount not less than 100 percent of the contract price in the form set forth in the Contract Section shall be furnished to secure payment of those supplying labor and materials as required by the California Civil Code. Each bond shall be executed in accordance with the instruction set forth in the Proposal Section and each bond shall be executed by a California admitted surety insurer acceptable to, and approved by the City Attorney. INSURANCE: The Contractor shall at all times, during the term of this contract, carry, maintain and keep in full force and effect, a policy or policies of comprehensive public liability insurance with an insurance company admitted to write insurance in California, or carriers with a rating of, or equivalent to, A:VII by A. M. Best & Company to, and approved by, the Director of Public Works and City Attorney, within minimum limits of Two Million Dollars ($2,000,000.00) combined single limit coverage against any injury, death, loss or damage as a result of wrongful or negligent acts or omissions by the Contractor, together with an endorsement in substantially the form set forth in the Contract Section attached hereto. The Contractor shall also at all times during the term of this contract carry, maintain and keep in full force and effect a policy or policies of Workers’ Compensation insurance and shall provide to the City evidence of such coverage in the form set forth herein. COMPLIANCE WITH PROVISIONS OF THE PUBLIC CONTRACT: All Contracts shall conform to the provisions of Sections 4100 through 4114, inclusive, of the Public Contract Code, as amended, concerning subcontractors and subcontracts. REJECTION OF BIDS: Proposals may be rejected by the City Council where, upon evidence of a prior performance of the bidder, the City Council has made a finding that the bidder is not a responsible bidder because of unsatisfactory performance within the B-14 i-8 past three (3) years with the City or with other public entities. The City reserves the right to reject any or all bids and to waive any irregularity or informality in any bid to the extent permitted by law. B-15 GP-1 R6876-0001\1800410v2.doc GENERAL PROVISIONS A. PROJECT PROVISIONS 1. UNITS OF MEASURE The U.S. Standard Measures also called U.S. Customary System is the principal measurement system in these specifications and shall be used for construction, unless otherwise stated in the Contract Documents. The project provisions applicable to this contract shall be those set forth in California Building Code (CBC), California Mechanical Code (CMC), California Plumbing Code (CPC), and 2007 California Electrical Code (CEC) & City Ordinance, the 2005 California Energy Standards and the Standard Specifications for Public Works Construction, the latest edition, including all supplements, published by Building News, Inc., 1612 South Clementine Street, Anaheim, California 92802, hereinafter referred to as “Standard Specifications.” The Standard Specifications are referred to and by this reference are made a part hereof as though set forth at length. The Contractor is required to comply with the Standard Specifications in addition to the conditions set forth in these General Provisions and Special Provisions. B. LEGAL RELATIONS AND RESPONSIBILITY TO THE CITY 1. LAWS TO BE OBSERVED The Contractor shall keep himself or herself fully informed on all existing and pending State and national laws and all municipal ordinances and regulations of the City, which in any manner affect those employed in the work, or the material used in the work, or which in any way affect the conduct of the work, and of all such orders and decrees of bodies or tribunals having jurisdiction or authority over the same. The Contractor shall particularly observe all ordinances of the City in relations to the obstruction of streets or conduct of the work, keeping open passageways and protecting the same where they are exposed or dangerous to traffic. 2. SOCIAL SECURITY REQUIREMENTS The Contractor shall furnish to the City satisfactory evidence that he and all subcontractors working for him are complying with all requirements of the Federal and State Social Security legislation. Upon request, the Contractor shall provide information indicating that the Social Security and Withholding taxes are being properly reported and paid. 3. REGISTRATION WITH THE DEPARTMENT OF INDUSTRIAL RELATIONS The Contractor’s attention is directed to Labor Code Section 1725.5, which provides that a contractor or subcontractor shall not be qualified to bid on, be listed in a Bid proposal, subject to the requirements of Public Contract Code Section 4104, or engage in the performance of any contract that is subject to Labor Code Section 1720 et seq., unless currently registered and qualified to perform public work pursuant to Labor Code Section 1725.5. This requirement applies to any bid proposal submitted on or after March 1, 2015, and any contract for public work entered into on or after April 1, 2015. B-16 GP-2 R6876-0001\1800410v2.doc 4. COMPLIANCE MONITORING AND POSTING JOB SITES This Project is subject to compliance monitoring and enforcement by the DIR. The Contractor shall post job site notices, as prescribed by regulation. 5. PREVAILING WAGES In accordance with the provisions of Section 1770 et seq., of the Labor Code, the Director of the Department of Industrial Relations of the State of California has ascertained the general prevailing rate of wages applicable to the work to be done under contract for public improvement. The Contractor will be required to pay to all those employed on the project sums not less than the sums set forth in the documents entitled “General Prevailing Wage Determination made by the Director of Industrial Relations pursuant to California Labor Code Part 7, Chapter 1, Article 2, Sections 1770, 1773, 1773.1 and 1776.” A copy of said documents is on file and may be inspected in the office of the Director of Public Works. The Contractor shall post a copy of the prevailing wage rates at each job site. 6. PENALTIES The Contractor shall comply with the provisions of California Labor Code Sections 1774 and 1775 concerning the payment of prevailing rates of wages to workers and the penalties for failure to pay prevailing wages. The Contractor shall, as a penalty to the Agency, forfeit not more than two hundred dollars ($200) for each calendar day, or portion thereof, for each worker paid less than the prevailing rates as determined by the Director of Industrial Relations for the work or craft in which the worker is employed for any public work done under the contract by Contractor or by any subcontractor. 7. WORKING WEEK The Contractor shall forfeit, as penalty to the City, the sum of twenty-five ($25.00) dollars for each worker employed in the execution of the contract by Contractor or by any subcontractor under him for each calendar day during which such worker is required or permitted to work more than forty (40) hours in any one calendar week, in violation of the provisions of Article 3, Chapter 1, Part 7, Division 1 of the Labor Code (Section 1810 et. seq.) 8. APPRENTICES Apprenticeship Program: Attention is directed to Sections 1777.5, 1777.6 and 1777.7 of the California Labor Code and Title 8, California Administrative code section 200 et seq. to ensure compliance and complete understanding of the law regarding apprentices. Attention is directed to the provisions of Sections 1777.5 and 1777.6 of the Labor Code concerning the employment of apprentices by the Contractor or any subcontractor under Contractor. It shall be Contractor’s responsibility to ensure that all persons shall comply with the requirements of said sections in the employment of apprentices. Information relative to apprenticeship standards and administration of the apprenticeship program may be obtained from the Department of Industrial Relations, San Francisco, B-17 GP-3 R6876-0001\1800410v2.doc California, or from the Division of Apprenticeship Standards and its branch offices. 9. LICENSE OF CONTRACTORS Only a Contractor licensed in accordance with the provisions of Chapter 9, Division 3, of the Business and Professions Code shall be permitted to enter into a contract with the City for any public improvements. 10. PERMITS AND LICENSES The Contractor shall procure all permits and licenses, (including a Rancho Palos Verdes business license), pay all charges and fees and give all notices necessary and incidental to the due and lawful prosecution of the work. 11. PATENTS The Contractor shall assume all responsibility arising from the use of any patented, or allegedly patented materials, equipment, devices or processes used on or incorporated in the work, and shall defend, indemnify, and hold harmless the City, and each of its officers, agents, and employees from and against any and all liabilities, demands, claims, damages, losses, costs, and expenses, of whatsoever kind or nature, arising from such use. 12. INDEMNITY The Contractor agrees to indemnify and hold harmless the City and others and to waive subrogation as set forth in the Indemnification and Hold Harmless Agreement and Waiver of Subrogation and Contribution executed concurrently herewith, a copy of which is attached hereto and incorporated herein by this reference. 13. NOTICE The address given in the Contractor’s proposal is the place to which all notices to the Contractor shall be mailed or delivered. The mailing to or delivering at the above named place of any notice shall be deemed sufficient service thereof upon the Contractor, and the date of that service shall be the date of such mailing or delivery. Such address may be changed at any time by written notice signed by the Contractor and delivered to the Director of Public Works. 14. CONTRACTOR’S RESPONSIBILITY FOR WORK Until the final acceptance of the work by the City, by written action of the Director of Public Works, the Contractor shall have the charge and care thereof and shall bear the risk of injury or damage to any part of the work by the action of the elements or any other cause. The Contractor shall rebuild, repair, restore and make good all injuries or damages to any portion of the work occasioned by any cause before its completion and acceptance and shall bear the expense thereof, except for such injuries or damages arising from the sole negligence of willful misconduct of the City, its officers, agents or employees. In the case of suspension of work from any cause whatever, the Contractor shall be responsible for all materials and the protection of work already completed and shall properly store and protect them if necessary and shall provide suitable drainage and erect temporary B-18 GP-4 R6876-0001\1800410v2.doc structures where necessary. 15. MAINTENANCE AND GUARANTEE (a) The Contractor hereby guarantees that the entire work constructed by Contractor under the contract will meet fully all requirements as to quality of workmanship and materials. The Contractor hereby agrees to make at Contractor’s own expense any repairs or replacements made necessary by defects in materials or workmanship that become evident within one (1) year after the date of the City’s acceptance of the entire project, which is when the City Council directs staff to file a Notice of Completion, and to restore to full compliance with the requirements of these specifications, including any test requirements set forth herein for any part of the project or work constructed hereunder, which during said one (1) year period is found to be deficient with respect to any provisions of the specifications. The Contractor shall make all repairs and replacements promptly upon receipt of written orders for the same from the Director of Public Works. The Contractor and Contractor’s sureties shall be liable to the City for the cost thereof. (b) The guarantees and agreements set forth in subsection (a) shall be secured by a surety bond which shall be delivered by the Contractor to the City before the City’s acceptance of the project. Said bond shall be in the form approved by the City Attorney and executed by a surety company or companies admitted in the State of California and satisfactory to the City, in the amount of 100 percent of the contract. Said bond shall remain in force for a period of one (1) year after the date that the City accepts the project. Alternatively, the Contractor may provide for the Faithful Performance Bond furnished under the contract to remain in force and effect for said amount until the expiration of said one (1) year period. If the Contractor wishes to pursue the option of extending the Faithful Performance Bond for an additional one (1) year period in lieu of a separate surety bond, the Contractor shall provide written evidence from the surety of such Faithful Performance Bond extension before the City’s acceptance of the project. Delivery of the one-year surety bond or proof of Faithful Performance Bond extension shall be a condition precedent to the City Council’s approval of the Notice of Completion. 16. COOPERATION The Contractor is hereby notified that additional work within the work site may be scheduled during the course of this contract. The Contractor shall cooperate with these and other projects in accordance with Sections 5-6 and 7-7 of the Standard Specifications. Compensation for compliance shall be included in the various items of work, and no additional compensation shall be allowed therefor. B-19 GP-5 R6876-0001\1800410v2.doc C. PROSECUTION AND PROGRESS OF THE WORK 1. WORK SCHEDULE Prior to the Notice to Proceed, the Contractor shall submit a work schedule to the Director of Public Works or his authorized representative for approval. Said schedule must show the dates of the expected start and completion of the various items of the contract work. This schedule will be used as a controlling document throughout the construction period. See Special Provisions Section 21 for details. 2. SUBLETTING AND ASSIGNMENT The Contractor shall give Contractor’s personal attention to the fulfillment of the contract and shall keep the work under Contractor’s control. The Contractor shall not assign, transfer nor sublet any part of the work without the written consent of the City by the Director of Public Works or his authorized representative and of the surety of the Contractor’s bond, and such consent of Surety, together with a copy of the subcontract, shall be filed with the Director of Public Works. No assignment, transfer or subletting, even though consented to, shall relieve the Contractor of Contractor’s liabilities under the contract. Subcontractors shall not be recognized as such, and all persons engaged in the project will be considered as employees of the Contractor, their work being subject to the provisions of the contract and the specifications. Should any subcontractor fail to perform the work undertaken by him to the satisfaction of the Director of Public Works or his authorized representative, said subcontractor shall be removed immediately from the project upon request by the Director of Public Works, shall not again be employed on the work, and the Contractor shall be held liable for the deficient work. The Contractor shall submit to the City a list with the names, addresses and telephone numbers of all subcontractors who will work under Contractor. 3. CHARACTER OF WORKERS The Contractor shall employ none but competent foremen, laborers and mechanics. Any overseer, superintendent, laborer or other person employed on the work by the Contractor who is intemperate, incompetent, troublesome or otherwise undesirable, or who fails or refuses to perform the work in the manner specified herein, shall be removed from jobsite immediately and such person shall not again be employed on the work. 4. AGENTS OR FOREMAN In the absence of the Contractor from the site of the project, even if such is only of a temporary duration, Contractor must provide and leave at the site a competent and reliable English-speaking agent or foreman in charge. All notices, communications, orders or instructions given, sent to, or served upon, such agent or foreman by the Director of Public Works shall be considered as having been served upon the Contractor. 5. TEMPORARY STOPPAGE OF CONSTRUCTION ACTIVITIES The Director of Public Works shall have the authority to suspend the contract work, wholly or in part, for such a period of time as the Director may deem necessary, due to unsuitable weather, or to such other conditions as the Director considers unfavorable for the proper prosecution of the work, or for such time as the Director may deem necessary due to B-20 GP-6 R6876-0001\1800410v2.doc failure on the part of the Contractor or Contractor’s workers to carry out orders or to perform any of the requirements of the contract. The Contractor shall immediately comply with such an order from the Director of Public Works and shall not resume operations until so ordered in writing. 6. TIME OF COMPLETION AND LIQUIDATED DAMAGES If all the contract work is not completed in all parts and requirements within the time specified in the contract documents, the City shall have the right to grant or deny an extension of time for completion, as may seem best to serve the interest of the City. The Contractor shall not be assessed with liquidated damages during any delay in the completion of the work caused by acts of God or of the Public Enemy, acts of the State, fire not due to acts of contractors, of subcontractors, floods, epidemics, quarantine, restrictions, strikes, freight embargo or unusually severe weather, delays of subcontractors due to such causes, or work suspensions directed by the Director of Public Works or his authorized representative provided that the Contractor shall, within ten (10) days from the beginning of such delay, notify the City, in writing, of the cause of the delay. The City will ascertain the facts and the extent of the delay, if any, and the finding thereon shall be final and conclusive. If the City deems it appropriate to assess the contractor liquidated damages, such damages shall be in the amount specified in this bid documents. 7. SUSPENSION OF CONTRACT If at any time, in the opinion of the Director of Public Works, the Contractor fails to supply an adequate working force, manufactured articles, or material of proper quality, or has failed in any other respect to prosecute the work with the diligence and force specified and intended in any by the terms of the contract, notice thereof in writing will be served upon Contractor, and should Contractor neglect or refuse to provide means for a satisfactory compliance with the contract within the time specified in said notice and as directed by the Director of Public Works, the Director of Public Works shall have the power to suspend the operation of the contract and discontinue all work or any part thereof, subject to review by the City Council. Thereupon the Contractor shall discontinue such work, or such part thereof as the City may designate, and the City may thereupon, by contract or otherwise, as it may determine, complete the work or such part thereof, and charge the entire expense of so completing the work or any part thereof to the Contractor, and for such completion the City itself or its Contractors may take possession of and use, or cause to be used in the completion of the work, or any part thereof, any such materials, implements and tools of every description as may be found at the place of such work. All expenses charged under this paragraph shall be deducted and paid for by the City out of any moneys then due or to become due the Contractor under the contract, or any part thereof, and in such accounting the City shall not be held to obtain the lowest figure for the work for completing the contract, or any part thereof, or for ensuring its proper completion, but all sums paid therefor shall be charged to the Contractor. In case the expenses so charged are less than sum which would have been payable under the contract, if the same had been completed by the Contractor, the Contractor shall be entitled to receive the difference, and in case such expense shall exceed the amount payable under the contract, then the Contractor shall pay the amount of the excess to the City, upon completion of the work, without further demand being made therefor. In the determination of the question as to whether or not there has been any such noncompliance with the contract as to warrant the suspension or annulment thereof, the decision of the City Council shall be binding on all parties to the contract. B-21 GP-7 R6876-0001\1800410v2.doc D. MEASUREMENT AND PAYMENT 1. MEASUREMENT AND PAYMENT Measure of the quantities of work and payments therefor shall be in accordance with Section 9 of the Standard Specifications. In accordance with Subsection 9-3.2 of the Standard Specifications, the monthly payment date shall be the last calendar day of each month. A measurement of work performed and a progress estimate of the value thereof based on the contract and of the monthly payment shall be prepared by the Contractor and submitted to the Director of Public Works or his authorized representative before the tenth day of the following month for verification and payment consideration. A five percent (5%) retention shall be withheld from each payment. 2. FINAL INVOICE AND PAYMENT Whenever in the opinion of the Director of Public Works, the Contractor shall have completely performed the contract, the Director of Public Works or his authorized representative shall notify the City Clerk that the contract has been completed in its entirety. The Contractor shall then submit to the Director of Public Works or his authorized representative for approval, a written statement of the final quantities of contract items for inclusion in the final invoice. Upon receipt of such statement, the Director of Public Works or his authorized representative shall check the quantities included therein and shall authorize the Contractor to submit an invoice which in the Director of Public Works’ opinion shall be just and fair, covering the amount and value of the total amount of work done by the Contractor, less five percent (5%) of the total work done. The Director of Public Works shall then request that the City accept the work and that the City Clerk be authorized to file, on behalf of the City in the office of the Los Angeles County Recorder, a Notice of Completion of the work herein agreed to be done by the Contractor. On the expiration of thirty-five (35) days after the date of recording the Notice of Completion, the City shall pay to the Contractor the amount remaining after deducting from the amount of value stated in the invoice all prior payments to the Contractor and all amounts to be kept and retained under the provisions of the contract, and shall release the Faithful Performance Bond and Labor and Material Bond. The Contractor may, at Contractor’s sole cost and expense, substitute securities equivalent to any monies withheld by the Owner as provided in California Public Contract Code Section 22300. No such substitution shall be accepted until all documents related to such substitution are reviewed and found acceptable by the Owner’s attorney. 3. EXTRA WORK Extra work, when ordered in writing by the Director of Public Works or his authorized representative and accepted by the Contractor, shall be paid for under a written work order in accordance with the terms therein provided. Payment for extra work will be made at the unit price or lump sum previously agreed upon between the Contractor and the Director of Public Works. All extra work shall be adjusted daily upon report sheets prepared for the Director of Public Works or his authorized representative, furnished by the Contractor, and signed by both parties, and said daily report shall be considered thereafter the true records of extra work done. B-22 GP-8 R6876-0001\1800410v2.doc The first sentence of Subsection 3-3.2.2.1 Basis for Establishing Costs, Labor, of the Standard Specifications, is hereby deleted and replaced with the following: The costs of labor will be the actual cost of wages of workers performing the extra work at the time the extra work is done, plus the applicable labor surcharge as set forth in the California Department of Transportation publication entitled “Labor Surcharge and Equipment Rental Rates,” which is in effect on the date upon which the work is accomplished, as well as assessments or benefits required by lawful collective bargaining agreements. Replace 3-3.2.3.1 Work By the Contractor with the following: The following percentages shall be added to the Contractor’s costs and shall constitute the mark-up for all overhead and profit, which shall be deemed to include all items of expense not specifically designated as cost of equipment rental in Subsections 3-3.2.2.3 Labor 20 Materials 15 Equipment Rentals 15 Other Expenditures 15 To the sum of the costs and markups provided for in this subsection, one (1) percent shall be added as compensation for bonding. 4. UNPAID CLAIMS If upon or before the completion of the work herein agreed to be performed or at any time prior to the expiration of the period within which claims of lien may be filed for record as prescribed by the Code of Civil Procedure of the State of California, any person or persons claiming to have performed any labor or furnished any materials, supplies or services towards the performance of completion of this contract or if they have agreed to do so, shall file with the City a verified statement of such claim, or if any person shall bring against the City or any of its agents any action to enforce such claim, the City shall until the discharge thereof, withhold from the moneys that are under its control, as much as shall be sufficient to satisfy and discharge the amount in such notice or under such action claimed to be due, together with the cost thereof; provided, that if the City shall in its discretion permit the Contractor to file such additional bond as is authorized by the Code of Civil Procedure in a penal sum equal to one and one-quarter times the amount of said claim, said money shall not thereafter be withheld on account of such claim. 5. ACCEPTANCE The parties agree that no certificate given shall be conclusive evidence of the faithful performance of the contract, either in whole or in part, and that no payment shall be construed to be in acceptance of any defective work or improper materials. Further, the certificate or final payment shall not terminate the Contractor’s obligations under the warranty here in above. The Contractor agrees that payment of the amount due under the contract and the adjustments and payments due for any work done in accordance with B-23 GP-9 R6876-0001\1800410v2.doc any alterations of the same, shall release the City, the City Council and its officers and employees from any and all claims or liability on account of work performed under the contract or any alteration thereof. E. CONTROL OF WORK 1. AUTHORITY OF THE DIRECTOR OF PUBLIC WORKS The Director of Public Works shall decide any and all questions that may arise as to the quality and acceptability of materials furnished and work performed as to the manner of performance and rate of progress of the work, and any and all questions, which may arise as to the interpretation of the plans and specifications. The Director of Public Works shall likewise decide any and all questions as to the acceptable fulfillment of the contract on the part of the Contractor, and all questions as to claims and compensations. The decision of the Director of Public Works shall be final, and he shall have relative authority to enforce and make effective such decisions and actions as the Contractor fails to carry out promptly. For the purposes of routine and normal supervision and coordination of work, the Director of Public Works is the City’s authorized representative for all work within the scope of this agreement. 2. CONFORMITY WITH PLANS AND ALLOWABLE VARIATION Finished surfaces shall in all cases conform to the lines, grades, cross-sections and dimensions shown on the plans. Minor deviations from approved plans, whenever required by the exigencies of construction, shall be determined in all cases by the Director of Public Works and authorized in writing. All such deviation shall be recorded on “as– built” plans and submitted to the Director of Public Works or his authorized representative, upon project completion. 3. PROGRESS OF THE WORK The Contractor’s working days shall begin on the date stated in the Notice To Proceed, which will be issued following the pre-construction meeting. The Contractor shall diligently prosecute the work to completion before the expiration of the time limit appearing in the specifications. 4. SAMPLES The Contractor shall furnish all products and materials required to complete the work. All materials and products must be of the specified quality and fully equal to samples, when samples are required. Whenever required, the Contractor shall submit to the Director of Public Works or his authorized representative for test, and free of charge, samples of any one of the materials or products proposed to be used in the work. Said samples shall be delivered by the Contractor to the place within the City designated by the Director of Public Works. Rejected materials must be immediately removed from the work by the Contractor and shall not be brought back to the site. B-24 GP-10 R6876-0001\1800410v2.doc 5. TRADE NAMES AND ALTERNATIVES For convenience in designation on the plans or in the specifications, certain equipment or articles or materials to be incorporated in the work may be designated under a trade name of manufacturer and the catalog information. The use of an alternative equipment or an article or equipment which is of equal quality and of the required characteristics for the purpose intended will be permitted, subject to the approval of the Director of Public Works or his authorized representative, in accordance with the following required by Section 3400 of the Public Contract Code of the State of California: The burden of proof as to the comparative quality and suitability of alternative equipment or articles or materials shall be upon the Contractor, and Contractor shall furnish, at Contractor’s own expense, all information necessary or related thereto as required by the Director of Public Works or his authorized representative. The Director of Public Works shall be the sole judge as to the comparative quality and suitability of alternative equipment or articles or materials and the Director’s decision shall be final. All requests for substitution shall be submitted, together with all documentation necessary for the Director to determine equality, within 20 days following the award of the contract. 6. PROTECTION OF WORK The Contractor shall continuously maintain adequate protection of all Contractor’s work from damage, and the City will not be held responsible for the care or protection of any material, equipment or parts of work, except as expressly provided for in the specifications. 7. CONFLICT OF TERMS The notice to bidders, proposal, plans, specifications and General Provisions are essential parts of the contract for a given project. These documents, together with the necessary bonds and bidder’s guarantee, constitute the contract as defined herein, and a requirement included in one document shall be as binding as though included in all, as they are intended to be cooperative and to provide a description of the work to be done. Should there be any conflict or discrepancy between terms used, then the specifications shall govern over plans, and change orders and supplemental agreements shall govern over any other contract document. 8. INTERPRETATION OF PLANS AND SPECIFICATIONS Should it appear that the work to be done, or any matter relative thereto, is not sufficiently detailed or explained on the plans or in the specifications, the Contractor shall request the Director of Public Works or his authorized representative for such further explanation as may be necessary, and shall conform to such explanation or interpretation as part of the contract, so far as may be consistent with the intent of the original specifications. In the event or doubt of questions relative to the true meaning of the specifications, reference shall be made to the City Council, whose decision thereon shall be final. 9. INCREASES AND DECREASES OF THE WORK TO BE DONE The City reserves the right to increase or decrease the quantity of any item or portion of the work described on the plans, the specifications or the proposal form or to omit portions of the work so described, as may be deemed necessary or expedient by the Director of B-25 GP-11 R6876-0001\1800410v2.doc Public Works and the Contractor shall agree not to claim or bring suit for damages, whether for loss of profits or otherwise, on account of any decrease or omission of any kind of work to be done. 10. ALTERATIONS OF THE WORK TO BE DONE By mutual consent of the parties signatory to the contract, alterations, modifications or deviations from the type of work may be described on the plans, specifications or on the proposal form may be made without in any way making the contract void. The price to be paid by the City to the Contractor for such altered or modified work shall be agreed upon in writing, endorsed upon the original contract and signed by the proper parties to said contract. Whenever, during the progress of the work, such changes or modifications are deemed necessary by the Director of Public Works and agreed upon, as aforesaid, said deviations shall be considered and treated as though originally contracted for, and shall be subject to all the terms, conditions and provisions of the original contract. 11. EXTRA WORK New and unforeseen work will be classed as extra work only when said work is not covered and cannot be paid for under any of the various items or combination of items for which a bid price appears on the proposal form. The Contractor shall not do any extra work except upon written order from the Director of Public Works or his authorized representative. Compensation for such extra work shall be previously agreed upon in writing between the Contractor and the Director of Public Works or his authorized representative. 12. PUBLIC UTILITIES (a) All of the existing utility facilities except those to be relocated as shown on the plans will remain in place and the Contractor will be required to work around said facilities. In case it should be necessary to remove the property of a public utility or franchise, such owner will, upon proper application by the Contractor, be notified by the Director of Public Works or his authorized representative to move such property within a reasonable time, and the Contractor shall not interfere with said property until after the expiration of the time specified. The right is reserved to the owners of public utilities or franchises to enter upon the project site for the purpose of making repairs or changes in their property, which may be necessary as a result of the work. The Contractor shall also schedule and allow adequate time for those relocations or modifications necessary for the project by the respective utility owners. Employees and agents of the City shall likewise have the privilege of entering upon the street for the purpose of making any necessary repairs or replacements. (b) The Contractor shall employ and use only qualified persons, as hereinafter defined, to work in proximity to Southern California Edison secondary, primary and transition facilities. The term “qualified person” shall mean one, who by reason of experience or instruction, is familiar with the operation to be performed and the hazards involved, as more specifically defined in Section 2700 of Title 8 of the California Administrative Code. B-26 GP-12 R6876-0001\1800410v2.doc The Contractor shall take such steps as are necessary to assure compliance by any subcontractors. 13. PROCEDURE IN CASE OF DAMAGE TO PUBLIC PROPERTY Any portions of curb, gutter, sidewalk or any other City improvement damaged by the Contractor during the course of construction shall be replaced by the Contractor at Contractor’s own cost, free of charges to the City. The cost of additional replacement of curb, gutter or sidewalk in excess of the estimated quantities shown in the proposal form and specifications, and found necessary during the process of construction, (but not due to damage resulting from carelessness on the part of the Contractor during Contractor’s operation), shall be paid to the Contractor at the unit prices submitted in his bid. 14. REMOVAL OF INTERFERING OBSTRUCTIONS The Contractor shall remove and dispose of all debris, abandoned structures, tree roots and obstructions of any character met during the process of excavation, it is understood that the cost of said removals are made a part of the unit price bid to the Contractor under the item for Clearing and Grubbing. 15. QUALITY OF MATERIAL Materials shall be new, and of specified kind and quality, and fully equal to samples when samples are required. When the quality or kind of material or articles shown required under the contract is not particularly specified, the Contractor shall estimate that the City will require articles and materials representing the best of their class or kind or at least equal to the class or quality of similar articles, existing articles or materials when specified. Materials shall be furnished in such quantities and kinds and at such times as to ensure uninterrupted progress for the work. They shall be stored properly and protected as required. The Contractor shall be entirely responsible for damage or loss by weather or any other cause. 16. REMOVAL OF DEFECTIVE OR UNAUTHORIZED WORK It is the intent of the specifications that only first-class work, materials and workmanship will be acceptable. All work which is defective in its construction or deficient in any of the requirements of the specifications shall be remedied, or removed and replaced by the Contractor in an acceptable manner, and no compensation will be allowed for such correction. Any work done beyond the lines shown on the plans or established by the Director of Public Works or his authorized representative, or any extra work done without written authority will be considered as unauthorized and will not be paid for. Upon failure on the part of the Contractor to comply forthwith with any order of the Director of Public Works made under the provisions of this paragraph, the Director of Public Works shall have authority to cause defective work to be remedied or removed and replaced, and unauthorized work to be removed, and to deduct the costs thereof from any moneys due or to become due the Contractor. If the work is found to be in compliance with these specifications, the Director of Public Works will furnish the Contractor with a certificate to that effect. B-27 GP-13 R6876-0001\1800410v2.doc 17. SUPERVISION All manufactured products, materials and appliances used and installed and all details of the work shall at all times be subject to the supervision, test and approval of the Director of Public Works or his authorized representatives. The Director of Public Works or his authorized representatives shall have access to the work at all times during construction, and shall be furnished with every reasonable facility for securing full knowledge with regard to the progress, workmanship and character of the materials used or employed in the work. Whenever the Contractor varies the period during which work is carried on each day, he shall give adequate notice to the Director of Public Works or his authorized representative so that proper inspection may be provided. Any work done in the absence of the Director of Public Works or the Director of Public Works’ agent will be subject to rejection. The inspection of the work shall not relieve the Contractor of any of his obligations to fulfill the contract as prescribed. Defective work shall be made good, and unsuitable materials may be rejected, notwithstanding the fact that such defective work and unsuitable materials have previously been accepted or estimated for payment. The Contractor shall prosecute work on any State highway or with any railroad right-of- way only in the presence of an inspector representing the State Division of Highways or the railroad company, and any work done in the absence of such inspectors will be subject to rejection. The Contractor shall make the appropriate notification according to the instructions given on the State Encroachment Permit or railroad permit for all inspections, and shall post all bonds and certificates required by the permit. The permit shall be acquired by the Contractor at the Contractor’s expense. The Contractor shall pay for all testing and inspections required by a State Encroachment Permit or railroad permit. 18. SOIL COMPACTION TESTING Any soil compaction testing, geotechnical observation and certification shall be provided by a Geotechnical Testing Company paid for by the Contractor and approved by the City. 19. PRESERVATION OF PROPERTY Existing improvements in areas adjoining the property whereon demolition and removal is being performed shall be protected from injury or damage resulting from operations of the Contractor and the Contractor shall be responsible for such damage. In like manner any building, structure, tree, shrub, or other item designated for preservation on the property where demolition and removal is being performed shall be similarly protected and preserved. When necessary, roots of trees to be preserved must be pruned in an acceptable manner to maximize the probability of recovery of the said tree. 20. DUST CONTROL The Contractor shall provide such dust laying equipment and methods as may be required to protect adjacent property from annoyance or damage from dust caused by his operations, and failure to control such dust shall be cause for the Director of Public Works or his authorized representative to stop the work until said dust is controlled, and the Contractor shall have no recourse to collect from the City for any loss of time or expense sustained by him due to such suspension of work. B-28 GP-14 R6876-0001\1800410v2.doc The contractor shall clean all areas affected by his/her work in a manner which is acceptable by the Director of the Public Work or his/her designee. If the City is not satisfied with the cleaning work, the city may urgently hire another cleaning crew to clean the area and back charge the contractor for all cost incurred to the City including City staff time. 21. SELECTED MATERIALS Existing materials excavated within the project limits that meet the specifications for trench backfill, topsoil, or other selected materials may be used to fulfill all or a portion of the requirements for such materials. No additional compensation will be allowed for excavation, stockpiling, overhaul, or placing selected materials encountered in the excavation. 22. SURPLUS MATERIALS The Contractor shall furnish written consent from the owner of the property where it is intended to dispose of the surplus material. Surplus excavation shall become the property of the Contractor. 23. CLEAN UP During all phases of construction, the Contractor shall maintain a clean work site; the Contractor shall be responsible for the removal and disposal of all concrete, asphalt, tree roots, and any other debris resulting from the work performed on a daily basis. Full compensation for clean-up shall be considered as included in the prices for the various contract items and/or per the SWPPP lump sum bid item as appropriate. 24. EQUIPMENT REQUIREMENTS The Contractor shall provide a lead car with a “Wide Load” warning sign to lead the movement of any equipment exceeding 7 feet in maximum horizontal dimension over any street to the location of the scheduled work site. Equipment will be subject to a fine of one hundred dollars for each violation as determined by the Director of Public Works or his authorized representative. Any other violations shall be subject to the vehicle code of the State of California. Full compensation for the cost of furnishing the lead vehicles and adhering to the requirements of this section shall be considered as included in the prices for the various contract items of work, and no additional compensation will be allowed therefor. 25. PROTECTION OF WORK AND PUBLIC The Contractor shall take all necessary measures to protect work and prevent accidents during any and all phases of the work. The Contractor shall repair all damaged parts of the project as a result of vandalism (i.e., vehicle tracks, footprints, writing, etc.) and will respond to alleged damage to private property and/or vehicles within twenty four (24) hours of notification. If deemed necessary by the City, the Contractor shall repair the defective area in accordance with these Special Provisions. B-29 GP-15 R6876-0001\1800410v2.doc 26. SPRINKLER SYSTEMS & LANDSCAPING Any sprinkler system damaged during the Contract shall be repaired by the Contractor at no additional cost within 24 hours of notification. All damaged sprinkler and irrigation parts shall be replaced in-kind. If repair is not completed within said limit, the City shall have the authority to complete such work and deduct cost plus 20 percent administration thereof from any moneys due or to become due to the Contractor. Furthermore, a penalty of $500 per day shall be applied for each day beyond the 24-hour period that the damaged irrigation system has not been repaired to function properly (as determined by the City’s inspector). 27. CONTRACTOR’S SUPERINTENDENT AND PROJECT MANAGER The Contractor shall designate in writing and keep on the work at all times during its process a competent, full-time, technically qualified superintendent, who shall not be replaced without written notice to the Director of Public Works or his authorized representative except under extraordinary circumstances. The Contractor’s superintendent shall be present at the site of the work at all times while work is in progress. The Superintendent’s sole duties shall be to supervise a full work crew and coordinate activities pertaining to any work performed by the Contractor or its subcontractors, including but not limited to concrete repairs, crack sealing, AC repairs, traffic control and public notifications. Failure to observe this requirement shall be considered as suspension of the work by the Contractor until such time as such superintendent is again present at the site. The Director of Public Works or his authorized representative shall have the right, at any time, to direct a change in the Contractor’s superintendent, if the performance is unsatisfactory, as determined by the Director of Public Works or his authorized representative, in its sole discretion. The Contractor shall designate in writing and keep on the work at all times during its process a competent, full-time, technically qualified project manager, who shall not be replaced without written notice to the Director of Public Works or his authorized representative except under extraordinary circumstances. The Contractor’s project manager shall be responsible for overall administration and coordination of the work including, but not limited to processing of schedules, discussion of change orders and extra work and coordination and distribution of the Daily Reports. The Director of Public Works or his authorized representative shall have the right, at any time, to direct a change in the Contractor’s project manager, if the performance is unsatisfactory, as determined by the Director of Public Works or his authorized representative, in its sole discretion. 28. WORK AFTER REGULAR HOURS No work shall be performed after regular working hours, or work in excess of 8 hours a day, or on Saturday, Sunday, or any legal holiday and if approved by the City, the Contractor shall pay the City any additional cost incurred by the City as a result of such work. Any of the additional costs incurred by the City due to afterhours work by the Contractor will be deducted from any monies due or to become due to the Contractor. B-30 GP-16 R6876-0001\1800410v2.doc 29. CONTRACTOR’S DAILY REPORTS The Contractor shall complete consecutively numbered legible daily reports indicating the number of people working, their names, a narrative description of work performed, the individual locations of the work, serviceable major equipment in use, serviceable major equipment idled, serviceable major equipment down for repairs, sub-contractors working at site, weather conditions, temperature, start time, finish time, and the date. The Contractor’s Superintendent shall sign each report. The daily report shall be completed on forms prepared by the Contractor and acceptable to the Director of Public Works or his authorized representative. No progress payments will be processed or made to the Contractor unless all daily reports are completed to the date of submittal of application for payment. 30. REQUEST FOR WORKING DAYS The Contractor shall notify the Director of Public Works or his authorized representative separately in writing within 7 calendar days after the occurrence of a delay, when the Contractor believes that it is entitled to an additional working day per any day the Contractor is prevented from working at the beginning of the workday, for cause defined in Section 6-6.1 of the Standard Specifications, or any day the Contractor is prevented from working during the first 5 hours with at least 60 percent of the normal work force for cause as defined in Section 6-6.1 of the Standard Specifications. The Contractor’s failure to give written notice in the time period specified above shall constitute a waiver of all claims for an additional work day, whether direct or consequential in nature and that day will be counted as a working day. Upon receipt of the Contractor’s written request, the Director of Public Works or his authorized representative will then make a determination of whether the day or days the Contractor is requesting shall be counted as working days. 31. DEFECTIVE MATERIALS All materials not conforming to the requirements of these specifications shall be considered as defective and all such materials shall be removed immediately from the site of the work unless otherwise permitted by the Director of Public Works or his authorized representative. Upon failure on the part of the Contractor to comply with any order by the Director of Public Works or his authorized representative made under the provisions of this article, the Director of Public Works shall have the authority to remove and replace defective material and to deduct the cost of removal and replacement from any moneys due or to become due to the Contractor. 32. SOUND AND VIBRATION CONTROL REQUIREMENTS The Contractor shall comply with all local sound control and noise level rules, regulations and ordinances. No internal combustion engine shall operate on the project without a muffler of the type recommended by the manufacturer. Should any muffler or other control device sustain damage, the Contractor shall promptly remove the equipment and shall not return said equipment to the job until the device is repaired or replaced. Said noise and vibration level requirements shall apply to all equipment on the job or related to the job, including, but not limited to truck, transit mixers or transit equipment that may or may not be owned by the Contractor. B-31 GP-17 R6876-0001\1800410v2.doc 33. AIR POLLUTION CONTROL Contractor shall comply with all air pollution control rules, regulations, ordinances and statutes. All containers of paint, thinner, curing compound, solvent or liquid asphalt shall be labeled to indicate the contents, fully complying with the applicable material requirements. 34. FINAL CLEAN UP Upon completion of the project and before making application to the Director of Public Works or his authorized representative for acceptance of the work, the Contractor shall clean all the streets and ground occupied by Contractor in connection with the project, of all rubbish, debris, excess material, temporary structures and equipment, leaving the entire site of the work in a neat and presentable condition. This clean-up by the Contractor shall include removal of all USA dig-alert markings and construction markings of all kinds by power-washing or other method approved by the Director of Public Works, or his authorized representative. Painting over the USA dig-alert markings is not considered an acceptable method of removal. A list of final punch list items shall be provided to the Contractor by the City. Upon Contractor’s receipt of this final punch list, the Contractor shall have 14 calendar days to complete all items on the punch list. PENALTIES FOR NONCOMPLIANCE: $500 for each day after the 20-calendar-day period that there are still remaining punch list items to be completed by the Contractor. 35. CONTRACTOR’S REQUEST FOR FINAL INSPECTION When the Contractor believes all the contract work is complete in all parts and requirements, the Contractor will notify the Director of Public Works or his authorized representative in writing through a certificate of completion form, which will be provided to the Contractor at the pre-construction conference. After the City receives the Contractor’s certificate of completion, the Director of Public Works or his authorized representative will review the Contractor’s work for substantial performance with the contract documents. If the Director of Public Works or his authorized representative deems the work substantially performed, the Public Works Director will prepare a list of any minor remaining items of work to be completed. The Contractor shall complete all work on the list to the satisfaction of the Director of Public Works or his authorized representative within 30 calendar days after the date of the list or the Contractor waives any and all claims to all monies withheld by the City under the Contract to cover the value of all such uncompleted or uncorrected items, including any additional engineering, administration, or inspection costs. If the work was not substantially performed, working days will continue to accrue against the Contractor. 36. RESOLUTION OF PUBLIC WORKS CLAIMS This contract is subject to the provisions of Article 1.5 (commencing at Section 20104) of Division 2, Part 3 of the California Public Contract Code regarding the resolution of public works claims of less than $375,000. Article 1.5 mandates certain procedures for the filing of claims and supporting documentation by the contractor, for the response to such claims by the contracting public agency, for a mandatory meet and confer conference upon the B-32 GP-18 R6876-0001\1800410v2.doc request of the contractor, for mandatory judicial arbitration upon the failure to resolve the dispute through mediation. This contract hereby incorporates the provisions of Article 1.5 as through fully set forth herein. This contract is also subject to Public Contract Code Section 9204, which establishes procedures for claims and responses to claims made by a contractor in connection with a public works project. 37. TRENCHES AND EXCAVATIONS In accordance with Public Contract Code Section 7104, whenever the digging of trenches or other excavations extend deeper than 4 feet below the surface, the Contractor shall promptly, and before the following conditions are disturbed, notify the City in writing of any: 1) Material that the Contractor believed may be material that is hazardous waste, as defined in Health and Safety Code Section 25117, that is required to be removed to a Class I, Class II, or Class III disposal site in accordance with provisions of existing law: 2) Subsurface or latent physical conditions at the site differing from those indicated; or 3) Unknown physical conditions at the site of any unusual nature, different materially from those ordinarily encountered and generally recognized as inherent in work of the character provided for in the contract. The City shall promptly investigate the conditions, and if it finds that the conditions do materially so differ, or do involve hazardous waste and cause a decrease or increase in the Contractor’s cost of, or the time required for, performance of any part of the work, the City shall issue a change order under the procedures described in the Contract. In the unlikely event that a dispute arises between the City and the Contractor regarding whether the conditions materially differ, or involve hazardous waste, or cause a decrease or increase in the Contractor’s cost of, or time required for, performance of any part of the work, the Contractor shall not be excused from any scheduled completion date provided for by the Contract, but shall proceed with all work to be performed under the Contract. The Contractor shall retain any and all rights provided either by contract or by law, which pertain to the resolution of disputes and protests between the contracting parties. Where applicable, Contractor shall comply with the trench or excavation permit requirement found in Labor Code Section 6500 and the excavation safety requirements found in Labor Code Section 6705. No excavation shall be left open during the weekends or Holidays. 38. CONSTRUCTION &DEMOLITION MATERIALS RECYCLING REQUIREMENTS Subsection 7-15 is hereby added to the Standard Specifications: PART 1 GENERAL 7-15.1.1 SUMMARY A. This Section includes the following: procedures for ensuring optimal diversion of construction and demolition (C&D) waste materials generated by the Work within the limits of the Construction Schedule and Contract Sum. 1. The Integrated Solid Waste Management Act of 1989 (“AB 939”), requires that localities throughout the state develop source reduction, reuse, recycling, and composting programs to reduce the tonnage of solid waste disposed in landfills by B-33 GP-19 R6876-0001\1800410v2.doc 50%; this requirement may increase in the future. C&D waste materials generated by the Work are targeted to achieve these diversion rates. 2. A minimum of 50% by weight of the solid wastes generated in the Work shall be diverted from landfill disposal through a combination of reuse, recycling, and composting activities. 3. This section includes requirements for submittal of C&D Debris Management Plan prior to the commencement of the Work, and during the project, submittal of Contractor’s quantitative reports for construction and demolition waste materials generated by the Contractor as a condition of approval of progress payments submitted to the Contracting Officer, and following completion of the project, as a condition of the release of final project retention. 7-15.1.2 DEFINITIONS A. Class III Landfill. A landfill that accepts non-hazardous waste such as household, commercial, and industrial waste, resulting from construction, remodeling, repair, and demolition operations. A Class III landfill must have a solid waste facilities permit from the California Department of Resources Recycling and Recovery (CalRecycle) and is regulated by the Enforcement Agency (EA). B. Construction and Demolition Debris/Materials or C&D Debris/Materials. Building materials and solid waste resulting from construction, remodeling, repair, cleanup, or demolition operations that are not hazardous as defined in California Code of Regulations, Title 22, Section 66261.3 et seq. This term includes, but is not limited to, asphalt, concrete, Portland cement, brick, lumber, gypsum wallboard, cardboard and other associated packaging, roofing material, ceramic tile, carpeting, plastic pipe, and steel. The debris may be commingled with rock, soil, tree stumps, and other vegetative matter resulting from land clearing and landscaping for construction or land development projects. C. Contracting Officer. The City of Rancho Palos Verdes Director of Public Works or designee. D. C&D Recycling Center. A facility that receives only C&D material that has been separated for reuse prior to receipt, in which the residual (disposed) amount of waste in the material is less than 10% of the amount separated for reuse or recycling, by weight. E. Disposal. Final deposition of C&D or inert debris into land, including stockpiling onto land of construction and demolition debris that has not been sorted for further processing or resale, if such stockpiling is for a period of time greater than 30 days; and construction and demolition debris that has been sorted for further processing or resale, if such stockpiling is for a period of time greater than one year, or stockpiling onto land of inert debris that is for a period of time greater than one year. F. Diversion or Divert. The reuse, recycling or composting of construction and demolition debris to avoid disposal in a landfill. G. Enforcement Agency (EA). Enforcement agency as defined in Public Resources Code 40130. B-34 GP-20 R6876-0001\1800410v2.doc H. Inert Disposal Facility or Inert Waste Landfill. A disposal facility that accepts only inert waste such as soil and rock, fully cured asphalt paving, uncontaminated concrete (including fiberglass or steel reinforcing rods embedded in the concrete), brick, glass, and ceramics, for land disposal. I. Inert Solids or Inert Waste. Non-liquid solid wastes including, but not limited to, soil and concrete that do not contain hazardous waste or soluble pollutants at concentrations in excess of water quality objectives established by a regional Water Board pursuant to Division 7 (Sections 13000, etseq) of the California Water Code and does not contain significant quantities of decomposable solid resources. J. Mixed C&D Debris. Loads that include commingled recyclable and non-recyclable C&D debris generated at the construction site. K. Mixed Debris Recycling Facility. A processing facility that accepts loads of solid waste and/or recycling materials for the purpose of recovering reusable, recyclable, and compostable materials and disposing the non-recyclable residual materials. L. Recycling. The process of sorting, cleansing, treating and reconstituting materials for the purpose of using the altered form in the manufacture of a new product. Recycling does not include burning, incinerating or thermally destroying solid waste. M. Reuse. The use of a material that might otherwise be discarded, in the same or similar form as it was produced. N. Separated for Reuse. Materials, including commingled recyclables, that have been separated or kept separate from the solid waste stream for the purpose of additional sorting or processing of those materials for reuse or recycling in order to return them to the economic mainstream in the form of raw material for new, reused, or reconstituted products which meet the quality standards necessary to be used in the marketplace, and includes materials that have been “source separated.” O. Solid Waste. Refer to Public Resources Code Section 40191. P. Source-Separated. Materials, including commingled recyclables, that have been separated or kept separate from the solid waste stream at the point of generation, for the purpose of additional sorting or processing of those materials for reuse or recycling in order to return them to the economic mainstream in the form of raw materials for new, reused, or reconstituted products which meet the quality standards necessary to be used in the marketplace. Q. Waste Hauler. A company that possesses a valid permit from the City of Rancho Palos Verdes to collect and transport solid wastes from individuals or businesses for the purpose of recycling or disposal. 7-15.1.3 SUBMITTALS (see Appendix for submittal forms and other information) A. The C&D Waste Management Plan consists of two submittals: prior to commencement of work (Project Information and Pre-Project Worksheet), and following completion of the project (Post-Project Worksheet). The Contractor may be required to submit interim progress reports during the project. B-35 GP-21 R6876-0001\1800410v2.doc B. The C&D Debris Waste Management Plan requirements, resources and forms are contained in the Appendix. C. Project Information Form and Pre-Project Information Worksheet (Prior to commencement of work). 1. Prior to commencing the Work, submit the completed Project Information (Form A) and Pre-Project Worksheet (Form B). Submit on forms included in Appendix. Forms A and B must include, but not be limited to, the following information: (a) Contractor’s name and project information. (b) Estimated quantities of materials to be generated, diverted and disposed. Review Contract Documents and estimate the types and quantities of materials under the Work that are anticipated to be feasible for on-site processing, or source separation for reuse or recycling. Indicate the procedures that will be implemented to effect jobsite source separation, such as identifying a convenient location where dumpsters would be located, putting signage to identify materials to be placed in dumpsters, etc. (c) Names of haulers and names and locations of re-use, recycling, processing and disposal facilities/sites. (d) Tonnage calculations that demonstrate that Contractor will divert a minimum 50% by weight of the construction and demolition waste materials generated in the Work, and 100% of the land clearing debris. 2. Forms A&B must be approved by the Contracting Officer prior to the Start of Work. 3. Contractor’s C&D Debris Waste Management Plan will not otherwise relieve the Contractor of responsibility for adequate and continuing control of pollutants and other environmental protection measures. 4. Requests for exemptions to the diversion requirements must be submitted to the City prior to commencement of Work. Contractor must provide adequate information to support the request for exemption and explanation of why the diversion requirements cannot be achieved. Requests for exemptions will be considered on a case-by-case basis by the City, and a determination will be made to accept or reject the request for an exemption. D. C&D Debris Post-Project Summary (After completion of project). 1. Submit the completed Post-Project Summary (Form C) on the form attached with each application for progress payment. Failure to submit the form and its supporting documentation will render the application for progress payment incomplete and delay progress payments. If applicable, include manifests, weight tickets, receipts, and invoices specifically identifying the processes and/or facilities used for reuse and recycled materials, including but not limited to the following: (a) On-site crushing of asphalt and concrete for use on-site or off-site. B-36 GP-22 R6876-0001\1800410v2.doc (b) Reuse of building materials or salvageable items. (c) Source separated recycling facilities. (d) Mixed debris recycling facilities. (e) Recycling of C&D debris, including soils, as landfill alternative daily cover. (f) Delivery of soils or mixed inerts to an inert landfill or other use. (g) Disposal of soils or other materials at a landfill or transfer station. (h) Other (describe). 2. The Post-Project Summary (Form C) must quantify all materials generated in the Work, disposed in Class III Landfills, or diverted from disposal through recycling. Indicate zero (0) if there is no quantity to report for a type of material. Include the following information on the form: (a) Indicate project name and address, name of the Contractor completing the Summary Report and compiling backup documentation, the printed name and signature of the person completing the form, and the date that the Post- Project Summary is completed. (b) Report disposal or recycling either in tons or in cubic yards. If scales are available at disposal or recycling facility, report in tons; otherwise, report in cubic yards. Report in units for salvage items when no tonnage or cubic yard measurement is feasible. (c) Indicate locations to which materials are delivered for reuse, salvage, recycling, accepted as daily cover, inert backfill, or disposal in landfills or transfer stations. (d) Provide legible copies of weigh tickets, receipts, or invoices that specifically identify the project generating the material. The documents must be from recyclers and/or disposal site operators that can legally accept the materials for the purpose of reuse, recycling, or disposal. PART 2 PRODUCTS (Not used.) PART 3 EXECUTION 7-15.3.1 SALVAGE, REUSE, RECYCLING AND PROCEDURES A. Identify reuse, salvage, and recycling facilities. Contact your Project Manager for a list of local organizations and companies. B. Develop and implement procedures to reuse, salvage, and recycle new construction, demolition, and excavation materials, based on the Contract Documents, the C&D Debris Waste Management Plan, estimated quantities of available materials, and availability of B-37 GP-23 R6876-0001\1800410v2.doc recycling facilities. Procedures may include on-site recycling, source separated recycling, and/or mixed debris recycling efforts. 1. Identify materials that are feasible for salvage, determine requirements for site storage, and transportation of materials to a salvage facility. 2. Explore the possibility of reusing project job-site inert materials, such as rock, concrete, dirt and aggregate, on-site for road base or other similar uses. 3. Source separate new construction, excavation and demolition materials including, but not limited to the following types: (a) Asphalt. (b) Concrete, concrete block, slump stone (decorative concrete block), and rocks. (c) Red Clay Brick. (d) Soils. (e) Other materials, as appropriate, such as wood and corrugated cardboard. 4. Develop and implement a program to transport loads of mixed (commingled) construction and demolition materials that cannot be feasibly source separated to a mixed materials recycling facility. 7-15.3.2 DISPOSAL OPERATIONS AND WASTE HAULING A. Legally transport and dispose of materials that cannot be delivered to a source separated or mixed recycling facility to a transfer station or disposal facility that can legally accept the materials for the purpose of disposal. B. Use a permitted waste hauler or Contractor’s trucking services and personnel. To confirm valid permitted status of waste haulers, contact the City of Rancho Palos Verdes Public Works Department at (310) 544-5245. C. Become familiar with the conditions for acceptance of new construction, excavation and demolition materials at recycling facilities prior to delivering materials. D. Legally transport and deliver to facilities that can legally accept new construction, excavation and demolition materials for purpose of re-use, recycling, or composting E. Do not burn, bury or otherwise dispose of solid waste on the project job-site. 7-15.3.3 REUSE AND DONATION OPTIONS A. Implement a reuse program to the greatest extent feasible. Options for reuse may include, but are not limited to: 1. Los Angeles County Materials Exchange (LACoMax) LACoMAX is a free service provided by the Los Angeles County Department of Public Works, Environmental B-38 GP-24 R6876-0001\1800410v2.doc Programs Division, designed to help residents, businesses, and organizations in Los Angeles County find markets for their industrial by-products, surplus materials, and other would-be discards. All exchanges are coordinated between the parties. The site can be accessed at www.ladpw.org/epd/lacomax. 2. California Materials Exchange (CalMAX) is a free service provided by the State of California, Department of Resources Recycling and Recovery (CalRecycle) that connects businesses, organizations, manufacturers, schools, and individuals with online resources for exchanging materials. The site can be accessed at www.calrecycle.ca.gov/CalMAX. 3. Habitat for Humanity ReStore resale outlets accept donated home improvement goods like furniture, home accessories, building materials and appliances. The materials are sold to the general public. The proceeds help local Habitat affiliates fund the construction of Habitat homes within their communities. Locations of ReStores can be found at: www.habitat.org/restores. 7-15.3.4 REVENUE A. Revenues or other savings obtained from recycled, re-used, or salvaged materials shall accrue to Contractor unless otherwise noted in the Contract Documents. All costs and compensation to comply with the above provisions of this section shall be considered included and absorbed in various items of the bid schedule unless noted otherwise. B-39 SP - 1 R6876-0001\1800412v2.doc SECTION II: SPECIAL PROVISIONS A. GENERAL PROJECT INFORMATION 1. REQUIREMENTS All work embraced herein shall be accomplished in accordance with the applicable portions of the “Standard Specifications for Public Works Construction,” the most current edition, including all supplements, herein referred to as “Standard Specifications, except as modified by these Special Provisions and the Project Plans. The U.S. Standard Measures also called U.S. Customary System is the principal measurement system in these specifications and shall be used for construction, unless otherwise stated in the Contract Documents. In addition to the above, the Contractor shall comply with the requirements of the following: a) Notice Inviting Sealed Bids b) Instructions to Bidders c) Proposal d) Bid Bond e) Information Required of Bidders f) Contract Agreement g) Faithful Performance Bond h) Labor and Material Bond (Payment Bond) i) Statement Acknowledging Penal and Civil Penalties Concerning the Contractor’s Licensing Laws. 2. DEFINITION OF TERMS Wherever in the “Standard Specifications” terms are used, they shall be understood to mean and refer to the following: Agency City of Rancho Palos Verdes Board City Council, City of Rancho Palos Verdes Engineer The Public Work Representative as assigned by Public Works Director, acting either directly or through the properly authorized agents, such agents acting within the scope of the particular duties entrusted to them. Special Provisions All Contract Documents, including the Special and Technical Provisions. 3. PROJECT PLANS The location of the work, its general nature, extent, form and detail of the various features B-40 SP - 2 R6876-0001\1800412v2.doc are listed as a part of these Specifications. A. SCOPE OF WORK In general, the work comprises without limitation, furnishing all necessary labor, materials, equipment, and other incidental and appurtenant work necessary to upgrade the existing traffic signal to accommodate protected left turn operations and upgrade the intersection’s curb ramps as more clearly described in the Contract Documents. This work will be performed in strict conformance with the Contract Documents, permits from regulatory agencies with jurisdiction, and applicable regulations. The quantity of work to be performed and materials to be furnished are approximate only, being given as a basis for the comparison of Bids. Actual quantities of work to be performed may vary at the discretion of the Director of Public Works. It should be noted that the signal poles, mast arms, and other hardware are being provided by the City at the City’s Public Works Yard next to City Hall. The contractor shall obtain the signal poles, mast arms, and other hardware from the City Yard and shall be responsible for the complete installation thereof (including all necessary works such as foundations) at the project intersection. The work to be done shall include furnishing all materials, equipment, tools, labor, and incidentals as required by the Specifications, and Contract Documents, in the City of Rancho Palos Verdes, California. The proposed signal must be constructed at the locations shown on the plans per details shown on the plans, conforming to the Caltrans Standard Plans and Specifications indicated on the plans, the Greenbook Specifications (2021, including supplements) for street improvements, and these Special Provisions, and or as directed by the Engineer. The contractor shall be responsible for traffic control per the City’s guidelines and as set in these specifications. At least one lane of traffic shall be maintained in each direction at all times. The contractor shall provide a temporary traffic signal, as specified under Bid Item 202, at any time that the permanent traffic signal is not in full operation. Prior to the start of field construction, the contractor shall submit a Traffic Control Plan sealed by a licensed Professional Engineer and receive approval for said plan from the City. The Traffic Control Plan shall provide pedestrian access through the site at all times. The review period required by the City is two weeks. No additional contract time shall provided for the Traffic Control Plan or its approval. The cost for development, approval, and implementation of the Traffic Control Plan shall be included in the LUMP-SUM PRICE and no additional payment shall be made. B. NOTICE TO PROCEED Upon award of this contract and signing the contract documents, the City shall issue the Contractor a Notice to Proceed. Contract period shall commence on the date in the Notice B-41 SP - 3 R6876-0001\1800412v2.doc to Proceed. Working days are defined as Monday through Friday, with the exception that no work may take place on the following City holidays:  Memorial Day  Independence Day  July 4th  Labor Day  Election Day  Veteran’s Day  Thanksgiving Day  Day after Thanksgiving Day  December 25 through January 1 In addition, no work will be allowed on any special election day which may be declared. Should a special day be declared, a time extension of one working day will be granted for each day. The City will not authorize any work to be done under these Specifications before the contract agreement has been fully executed; and any work that is done by the contractor in advance of such time shall be considered as being done at Contractor’s own risk and responsibility, and as a consequence will be subject to rejection by not having been done in the presence of the Director of Public Works or Inspector as provided in Section 2-10 of the Standard Specifications. In the event that the Director of Public Works shall be of the opinion that the work is being inadequately or improperly executed in any respect, he/she may demand that the Contractor improve or change the execution of the work in such manner as to assure proper and timely completion. C. UTILITIES Contractor shall exercise due care to ensure that these utility facilities are not damaged during his operations. The Contractor shall notify, at a minimum, the following utility companies prior to the beginning of any work: AGENCY TELEPHONE NUMBER City of Rancho Palos Verdes (310) 544-5252 Southern California Edison Company (310) 783-1156 Southern California Gas Company (310) 687-2020 Verizon (310) 793-4159 California Water Service Company (310) 541-2438 Cox Communications EDCO (trash hauler) (310) 551-5020 x30 (310) 540-2977 LA County Department of Public Works (sewer) (626) 458-4357 Sanitation District of Los Angeles County (562) 699-7411 x1205 USA 811 B-42 SP - 4 R6876-0001\1800412v2.doc D. STREET CLOSURES No closure of any street shall be allowed unless prior written permission is obtained from the Director of Public Works or his authorized representative. If permission to close a street is granted, then the Contractor is required to notify the Engineer in writing at least five (5) working days in advance of street closures, and all emergency services, public transportation services, garbage collections services, and school bus services, and other agencies as determined by Department of Public Works shall be notified by the contractor in writing of the locations, time and date of the closures a minimum four (4) working days in advance of street closures. In case of schedule changes, the emergency services, etc., shall be notified by telephone at least two (2) days in advance of the street closure. For construction in the vicinity of a school, the Contractor shall contact the Palos Verdes Unified School District, obtain a school schedule, and school circulation plan and incorporate information into the project’s schedule and traffic control, such that within 1,000 feet of the school on routes serving the school for student arrivals and departures are not impacted between one hour before and one half hour after the school day start time and one hour before or one half hour after school day end time. AGENCY TELEPHONE NUMBER Los Angeles County Fire Department, Station 83 (310) 831-4624 Los Angeles County Sheriff’s Department (310) 539-1661 Western Waste Industries (310) 830-7100 MTA (bus) (213) 626-4455 LA County Fire Department (310) 830-3361 Los Angeles School District (818) 997-2455 PV Transit (310) 544-7108 Peninsula Dial-A-Ride (310) 544-7108 EDCO Disposal Corp (310) 540-2977 Postmaster (310) 377-6833 Palos Verdes Unified School District (310) 378-9966 E. CONFERENCE The Contractor shall attend a pre-construction meeting with the Director of Public Works and/or his authorized representative, which shall be held a minimum of five (5) working days prior to commencement of any work. The Contractor shall submit his 24-hour emergency telephone numbers to the Director of Public Works or his authorized representative for approval a minimum of two (2) working days prior to the pre-construction conference. F. PUBLIC CONVENIENCE AND SAFETY No lane closures shall be allowed during the hours of 7:00am to 9:00am and 4:00pm B-43 SP - 5 R6876-0001\1800412v2.doc to 6:00pm and contractor shall open and maintain all lanes of travel during those hours. (a) General: Attention is directed to Section 7-10 of the Standard Specifications and the Manual of Warning Signs, Lights and Devices for Use in Performing Work Upon Highways, published by the California Department of Transportation. Public convenience and traffic control shall conform to Section 7-10 of the Standard Specifications for Public Works Construction, the California MUTCD and the MUTCD California Supplement, latest edition, except as modified by these Special Provisions. (b) Warning and Protection Devices: The Contractor will be responsible for providing, placing and maintaining approved signs, barricades, pedestals, flashers, delineators, fences, barriers, non-skid steel trench plates, temporary asphalt concrete and flagmen where needed, and other necessary facilities in the vicinity of the construction area and where any dangerous conditions may be encountered as a result thereof, for the protection of the motoring public per the traffic control plans. The Contractor will not be allowed to proceed with the work until such time that a sufficient number of these protection devices have been delivered to the project site. Where parked vehicles are likely to interfere with the proposed work, the Contractor will supply and post at no less than 200 feet intervals on each side of the street “Temporary No Parking” signs 72 hours before the start of construction and to report the time of posting to the Sheriff’s Station for the purpose of establishing “Tow Away” provisions. The Contractor shall be responsible for the removal of the temporary signs upon the completion of the work. Should the Contractor appear neglectful in furnishing warning and protection devices as outlined above, the Director of Public Works may direct attention to the existence of a hazard and the necessity of additional or different measures, which shall be furnished and installed by the Contractor at Contractor’s own expense, free of any cost to the City. Should the Contractor refuse or fail to act in a timely manner to correct a hazardous condition, the Director of Public Works may direct City forces to provide the necessary protective and warning devices as deemed appropriate by the Director of Public Works or his authorized representative. The cost accrued by the City in connection therewith will be deducted from the Contractor’s contract payment. Any action or inaction on the part of the City in directing attention to the inadequacy of warning and protective measures or in providing additional protective and warning devices shall not relieve the Contractor from responsibility for public safety or abrogate Contractor’s obligation to furnish and pay for these devices. Should the Contractor fail to pick up signs either after the work has been performed, or after the Contractor has failed to meet the schedule, the Contractor shall be charged a penalty of $50 per sign left in the public right of way. Said monies will be deducted from any monies due or to become due to the Contractor. B-44 SP - 6 R6876-0001\1800412v2.doc The Contractor shall be responsible for adequate barricading of the work area and controlling of traffic in the vicinity of the project as specified in Subsection 7-10, Public Convenience and Safety, or as directed by the Director of Public Works or his authorized representative. When necessary to provide vehicular or pedestrian crossings over the fresh pavement, the Director of Public Works or his authorized representative may direct the Contractor to spread sufficient sand or rock dust on the affected area to eliminate tracking. Sand or rock dust used for this purpose shall be at the Contractor’s expense. (c) Traffic Control: Traffic control implementation shall follow the requirements of Section 7-10 of the Standard Specifications and the referenced Caltrans manual and the California MUTCD, latest edition. A Traffic Control Plan, sealed by a licensed engineer, shall be submitted to the City for approval, prior to the start of the field work. All necessary traffic control devices shall be in place prior to the start of work. The Contractor shall field check all temporary traffic control signs, barricades and other devices to ensure their continuous proper maintenance and conformance to the plans and specifications (including weekends and holidays). The Contractor shall so conduct his operations as to offer the least possible obstruction and inconvenience to public traffic. Contractor shall provide a clear and unobstructed view of all traffic control signs, signals, or markers. Existing signs shall be covered when directed by the Engineer. When construction signs are not in effect, they shall be removed, covered, or relocated out of the driver’s view. Construction signing shall be in place prior to the beginning of any workday. The order of work and phasing requirements, except where otherwise specifically required by the plans and specifications, shall be determined by the Contractor who shall be solely responsible for coordinating all subcontract and prime contract work to minimize delays during construction. The Contractor shall maintain access for emergency vehicles at all times on all streets. All traffic control layouts and work sequence instructions shall be developed to account for continuous emergency vehicles access and driveway access. There shall be a minimum of 5’ clearance from open excavations and 2’ from other obstructions (curbs, k-rail, etc.) for the motoring public. All lanes shall be open to traffic during non-working / “non-lane restriction” hours. No street restrictions shall be allowed without advanced written approval from the Engineer. Certified flaggers with hand-held communication devices, proper safety vests and signage shall be required at all times wherever the useable roadway is restricted, to ensure for the safe passage of motorists at all times. Certified flaggers are required where travel lanes in each direction cannot be maintained. The Contractor shall be required to provide and maintain all necessary flaggers, barricades, delineators, signs, flashers, and any other safety equipment as set forth in the latest publication of the California MUTCD, or as required by the Engineer to insure safe passage of traffic. Impacts to the right of way that remain overnight shall incorporate appropriate flashers for barricades and reflective delineators. B-45 SP - 7 R6876-0001\1800412v2.doc Unless otherwise specifically provided in writing, the Contractor will not be allowed to begin an excavation that cannot be successfully backfilled, temporarily repaved or plated with non-skid steel plates, in the same working day. Non-skid steel plates must be capable of carrying H-2O wheel loading. Plates shall have a minimum width equal to the excavation width plus 24 inches and be securely fastened to the street surface. Asphalt fillers, a minimum of 6 inches wide shall be placed around the perimeter of the plate. When traffic is transferred to any type of temporary pavement surface good drivability of the surfaces shall be maintained and shall be subject to approval by the Engineer prior to allowing traffic to be transferred upon it. In the unavoidable event that an open trench must be covered with steel plates over-night then flasher equipped barricades and other barriers, shall be placed at the ends and along the sides of these steel plate covered excavations from sunset to sunrise of the next day, to warn all pedestrians and vehicular traffic of such excavations. Pipe trenches and other hazardous excavations shall be filled in, securely enclosed, or covered at the end of each working day, to the satisfaction of the Engineer. Flasher equipped barricades and other barriers left in operation beyond the normal work hours as prescribed, shall be solar/battery powered only. The Contractor shall provide written notification to all public services including, but not limited to, the LA County Sherriff / Dispatch, LA County Fire Department, Public Works Department (City Engineer), UWS (trash pickup), California Water Service Company, Los Angeles County Sanitation District, and USPS. The Contractor shall provide written notification to all residents near the construction a minimum of 10 working days prior to any work. A separate notification shall be provided to residents at least 2 working days prior to blocking any access to a residence, driveway, or work that will require the disruption of entry to private property or any utility service (water, sewer, electrical, etc.). The notice will be provided by the City, distributed by the Contractor, and will include a preliminary schedule, name of the job superintendent/foreman and a telephone number where he/she can be reached 24 hours a day in case of emergency. Even if the required utility work is to be done by the utility owner or a sub-contractor it is the Contractor’s responsibility to ensure that the proper notification procedures are followed. Failure or refusal by the Contractor to comply with the requirements of this section shall be sufficient cause for the City to order the work done by City forces and all costs thereof to be borne by the Contractor. Continuous driveway access shall be maintained, excepted when specific written permission is provided to do otherwise. The City will enforce the work hours and continuous driveway access requirements of this section. In order to ensure compliance, an assessment of $250 for every 15 minutes of non-compliance or portion thereof will be deducted from the Contractor’s payment for non-compliance. No assessment will be made for emergency work, i.e. broken water line repair, gas leak repair or similar emergency work as directed by the Engineer. This assessment shall be deducted from the amount due the Contractor on this project. If the Contractor is found to be negligent in furnishing warning and protective measures as detailed above, the City may direct the Contractor’s attention to the hazard and it shall B-46 SP - 8 R6876-0001\1800412v2.doc be the Contractor’s responsibility to furnish and install the necessary warning and protective measures at his/her expense. Should the City point out the inadequacy of warning and protective measures, such action on the part of the City shall not relieve the Contractor from responsibility for public safety or abrogate its obligation to furnish and pay for these devices. The Contractor shall use and maintain caution tape between barriers for all open excavations. The Contractor is notified that there are a significant number of bicycle riders, pedestrians and joggers in the City. The Contractor shall develop and operate his traffic control activities with this in mind. He shall conduct his operations in a safe manner for cyclists and pedestrians as well as vehicles. PAYMENT: Full compensation for complying with the work contained in this section shall be included in the LUMP-SUM PRICE. G. SANITARY CONVENIENCE Necessary sanitary facilities for the use of workmen on the job shall be provided and maintained in an approved manner by the Contractor, properly secluded from public observation and in compliance with health ordinances and laws, and their use shall be strictly enforced by the Contractor. Any workman who fails to use the sanitary facilities as intended shall be removed from the project site permanently at the sole discretion of the Engineer. H. CONSTRUCTION YARD It shall be the Contractor's responsibility to locate any storage sites for materials and equipment needed and such sites either located on public or private property must be approved in advance by the Director of Public Works or his authorized representative. If permission is given to use a City site, the Contractor shall repair any damage as a result of his operations and any repairs will restore the site to new and not pre-existing conditions. When storage sites are to be on located upon private property, the Contractor shall submit to the Director of Public Works or his authorized representative, written approval from the record owner authorizing the use of the property by the Contractor. The Contractor shall contact the appropriate City Community Development Department to determine if the using the site as a stockpile area is allowed. After the project is complete, the Contractor shall supply a written release signed by the owner of record that said property has been satisfactorily restored in order to provide assurance to the City that no later property owner claims will be filed by residents whose property has allegedly damaged by the Contractor and not repaired to their satisfaction. The Public Right of Way shall not be used as an area to stockpile material overnight. The City will provide the Contractor with a sample release form upon request. B-47 SP - 9 R6876-0001\1800412v2.doc I. EQUIPMENT REQUIREMENTS Contractor shall furnish all equipment required to safely complete the work and avoid, if possible, conducting any on-site maintenance or repair of said equipment. Necessary minor maintenance may be conducted on site; however, all maintenance and/or repairs shall be completed Monday through Friday during stated working hours only. Fueling and minor maintenance shall be in compliance with the NPDES requirements. All equipment shall be in good repair. Equipment from which leaks of oil, hydraulic fluids, coolant, etc., are observed shall be removed from service until the necessary repairs have been completed. J. PRESERVATION OF PROPERTY Existing improvements in areas adjoining the locations whereon construction activities are being performed shall be protected from injury or damage resulting from operations of the Contractor. In like manner any building, structure, tree, shrub, or other item in the vicinity of the Contractor’s operation, shall be similarly protected and preserved. Vegetation cleared during site preparation shall become the property of the Contractor and shall be removed from the area unless otherwise directed by the Director of Public Works or his authorized representative. K. NPDES COMPLIANCE/WATER POLLUTION CONTROL Water pollution control shall consist of constructing those facilities specified by these Contract Documents, required by law, or as ordered by the Director of Public Works or his authorized representative. Said work is intended to provided prevention, control and abatement of water pollution to streams, oceans and other bodies of water. Full compensation for conforming to the requirements in this entire section shall be considered as included in the LUMP-SUM PRICE, and no additional compensation will be allowed therefor. Housekeeping/Cleanup: The Contractor shall prevent pollution of storm water from cleanup and disposal operations by using best management practices and good housekeeping methods. When fluids or dry materials spill, cleanup should be immediate, thorough, and routine. The Contractor shall never attempt to “wash them away” with water, or bury them. The Contractor shall report significant spills to the appropriate spill response agencies immediately. The Contractor shall recognize that different types of materials have different disposal requirements and follow appropriate practices. The Contractor shall confine non-hazardous debris to dumpsters, covered at night or during wet weather, and taken to a landfill for recycling or disposal. The Contractor shall handle hazardous debris in accordance with specific laws and regulations and dispose of as a hazardous waste. A separate permit is required. Common hazardous debris found on construction sites are: (liquid residues from paints, thinners, solvents, glues, and cleaning fluids. Leaching agents form lumber such as formaldehyde, arsenic, copper, creosote and chromium, motor oil, gear oil, antifreeze fluids, brake fluids, etc., unused pesticides.) Sanitary Waste Management: The Contractor shall prevent the discharge of sanitary waste to storm water by providing convenient, properly located, well maintained facilities. The Contractor shall hire a licensed portable sanitary facility leasing company which will B-48 SP - 10 R6876-0001\1800412v2.doc clean the facilities regularly and keep them in good working order. The Contractor shall make sure that portable sanitary facilities are located on relatively level ground away from traffic areas, drainage courses, and storm drain courses, and storm drain inlets. The Contractor shall regularly inspect the facilities for any leaks, and have defective units replaced. Vehicle and Equipment Management: The Contractor shall use and maintain construction vehicles and equipment in a manner that prevents leaks and spills of fluids, contains wash waters, and controls off-site tracking. The Contractor shall not allow leaking vehicles and equipment on-site and shall inspect equipment and vehicles frequently for leaks and repair them immediately. The Contractor shall clean up spills and leaks promptly with absorbent materials, and shall not flush with water. The Contractor shall fuel, maintain, and repair vehicles and equipment off-site whenever possible, and on-site only in designated areas. The Contractor shall prevent run-on and run-off from designated areas, provide containment devices and cover if necessary. The Contractor shall wash vehicles and equipment on-site in designated, contained areas, allowing wash waters to infiltrate into the ground. The Contractor shall use phosphate- free, biodegradable soaps, steam clean in confined areas only. When not in use, the Contractor shall store equipment and vehicles in designated, contained areas and place drip pans and absorbent material under stored equipment that is prone to leaking and dripping (e.g. paving equipment). If the Contractor must drain and replace motor oil, radiator coolant, or other fluids on-site, use drip pans or drop cloths to catch drips and spills. The Contractor shall collect all spent fluids, store in separate containers, and recycle whenever possible. Note: For recycling purposes, such liquids must not be mixed with other fluids. Non-recycled fluids generally must be disposed of as hazardous waste. Surface and Subsurface Water Control: The Contractor shall prevent or reduce the discharge of pollutants to storm water from surface and subsurface water control operations by using all appropriate methods: For surface water control operations where the flow is routed to bypass the construction area, establish stable (erosion resistant) conveyance routes for the diverted flow. Trap any significant sediment (e.g., mud) generated by the rerouted flow in a sediment trap, filtering berm, or basin. In subsurface pumping or other subsurface water control operations where significant amounts of sediment (e.g., mud) are present in the removed water, capture the sediment in a sediment trap, filtering berm, or basin. If a sediment trap or basin is required for the surface or subsurface water control operations, the facility should be designed such that the sediment is settled or trapped in the facility prior to discharging of the water. In areas suspected of groundwater pollution, sample the groundwater near the excavation/pumping site and have the water tested for known or suspected pollutants at B-49 SP - 11 R6876-0001\1800412v2.doc a certified laboratory. Any proposed discharge of groundwater may be subject to requirements of the Regional Water Quality Control Board if water is discharged to groundwater or land. Concrete and Mortar Products: The Contractor shall prevent or reduce the discharge of pollutants to storm water from concrete waste by conducting washout at appropriate off- site locations, performing on-site washout in a designated area, and training employees and subcontractors. The Contractor shall store and mix dry and wet materials either off-site or under cover, away from drainage areas. For washout of concrete trucks the Contractor shall provide appropriate off-site locations or designated contained areas, at least 50 feet away from storm drains, open ditches, streets, or streams. The Contractor shall prevent run-off from designated washout areas by constructing a temporary pit or bermed area large enough for liquid and solid waste. When concrete sets, breakup and dispose of it in construction fills per direction of soils engineer or as solid waste or recycle. The Contractor shall inform concrete suppliers of the designated washout locations and disposal sites for concrete and mortar products. Asphalt and Bituminous Products: The Contractor shall prevent or reduce the discharge of pollutants from asphalt and bituminous operations, by preventing run-on and run-off during the operation, properly disposing of waste, and training employees and subcontractors. The Contractor shall: Avoid prime or tack coating during wet weather. Store materials away from drainage courses to prevent material from entering the run-off. Cover catch basins and manholes when applying seal coat, tack coat, slurry seal, fog seal, etc. Make sure sand or gravel placed over new asphalt does not wash into storm drains, streets, or creeks. Dispose of old asphalt properly. Collect and remove all broken asphalt from the site and recycle whenever possible. Do not dispose of asphalt products into waterways. Follow the storm water permitting requirements for industrial activities if paving involves an on-site mixing plant. Construction Water: The Contractor shall reduce or eliminate excessive construction water that may cause erosion and carry pollutants from the site. The Contractor shall: Store construction water in leak-proof tanks, located away from the drainage system. Use construction water conservatively. Whenever possible, dispose of excess water on-site, by allowing it to soak into the ground. PAYMENT: STORMWATER BEST MANAGEMENT PRACTICES shall be paid as part of the LUMP-SUM PRICE and includes all material, labor, equipment and BMP’s required to implement the STORMWATER BEST MANAGEMENT PRACTICES. B-50 SP - 12 R6876-0001\1800412v2.doc Payment for STORMWATER BEST MANAGEMENT shall be made per lump sum as follows: The LUMP-SUM PRICE shall be prorated on a monthly bases over the course of the project, with final payment at 100% construction. L. SAFETY, SANITARY AND MEDICAL REQUIREMENTS The Contractor, his employees, his subcontractors and their employees shall promptly and fully carry out such safety, sanitary and medical requirements as may from time to time be prescribed by the Industrial Safety Commission and by County or State Health Departments to the end that proper work shall be done and the safety and health of the employees and of the community may be conserved and safeguarded. In case any such regulations and orders are not observed by the Contractor, they may be enforced by the Director of Public Works or his authorized representative at the Contractor’s expense. M. ELECTRICAL POWER The Contractor shall provide, at his own expense, all necessary electrical power required for his operations under the contract. N. PROTECTION OF UNDERGROUND FACILITIES Attention is directed to the possible existence of underground facilities not known to the City or owner or in a location different from that which maybe indicated on the plans or in these Special Provisions. The Contractor shall take steps to ascertain the exact location of all underground facilities prior to doing work that may damage such facilities or interfere with their service. If the Contractor discovers underground facilities not indicated on the Plans or in these Special Provisions, Contractor shall immediately give the Director of Public Works or his authorized representative written notification of the existence of such facilities. Such previously unknown facilities shall be protected from damage as directed by the Director of Public Works or his authorized representative and the Contractor will be paid for such work as extra work as provided in Section 3-3 of the Standard Specifications. O. AIR POLLUTION CONTROL Section 7-8.2, “Air Pollution,” of the Standard Specifications is supplemented by the following: Safety & Ventilation – Construction Activities shall be conducted in compliance with OSHA requirements for confined space. The Contractor is responsible for providing a method statement and implementing necessary practices to comply with OSHA Safety and Ventilation standards. 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. In the absence of any applicable air pollution control rules, regulations, ordinances or statutes governing solvents, all solvents including, but not limited to the solvent portions of paints, thinners, curing compounds, and liquid asphalt used on the project shall comply B-51 SP - 13 R6876-0001\1800412v2.doc with the applicable material requirements of the County Air Pollution Control District. P. PROJECT APPEARANCE The Contractor shall maintain a neat appearance to the work. The project streets and any street adversely affected by the Contractor’s activities shall be kept clean at all times. A motorized vacuum sweeper is required pursuant to the second paragraph of Subsection 7-8.1 of the Standard Specifications. In any area visible to the public, the following shall apply: When practicable, construction debris developed shall be disposed of concurrently with its removal. If stockpiling is required, the material shall be placed in an area which does not impact public or private landscaping or irrigation and the material shall be removed or disposed of daily. Should the Contractor appear to be neglectful or negligent in maintaining a clean project site, the Director of Public Works or his authorized representative may direct the Contractor’s attention to the existence of such condition(s). The Contractor shall provide all necessary measures immediately, at his expense. If attention is directed to the existence of such condition(s), and the Contractor fails to provide an appropriate remedy, any expense incurred by the City for providing correcting actions may be deducted from the pay estimates and the total contract price for the work, including a Fifty Dollar ($50.00) penalty per calendar day the condition(s) exist from date of notification. Full compensation for conforming to the provisions in this section not otherwise provided for shall be considered as included in the LUMP-SUM PRICE, and no additional compensation will be allowed therefore. Q. WORK HOURS The construction shall be conducted between the hours of 8:00 AM and 5:00 PM Monday through Friday on non-school days and 9:00 AM and 4:00 PM on school days excluding those listed in the Public Convenience and Safety-Traffic Control section, and City holidays listed elsewhere in these specifications. No vehicle or personnel shall be allowed to enter the site vicinity earlier than 7:00am and no vehicle or personnel shall be allowed to park or wait in the vicinity or on adjacent streets before 7:00AM and after 6:00PM. Deviation from normal working hours will not be allowed without prior written consent of the Director of Public Works or his authorized representative. In the event work is allowed by the Director of Public Works or his authorized representative outside of the normal working hours, at the request of and for the benefit of the Contractor, inspection service fees shall be levied against the Contractor at a rate of $150.00 per hour, plus travel time where applicable. The above charge would be levied for inspection services as necessary as a matter of public safety and to ensure the quality of the work. If work is permitted after sunset, the Contractor shall provide, at its expense, adequate light for proper prosecution of the work for the safety of the workmen and the public, and for proper inspection. B-52 SP - 14 R6876-0001\1800412v2.doc R. SCHEDULE AND PUBLIC NOTICES Within five (5) calendar days of notification of award of the Contract, the Contractor shall prepare and submit an overall work schedule, meeting the following criteria, to the Director of Public Works or his designated representative. The Notice to Proceed will not be issued until the schedule has been submitted in a substantially complete form. Any delays, including postponement of preconstruction conference prior to start of construction resulting from incomplete schedule submittal shall be cause for assignment of modified liquidated damages of $1,000.00 per day. The preconstruction conference shall not be considered viable without a work schedule. Said schedule must show the dates of the expected start and completion of all phases of the work. The schedule shall be in the form of a Gantt/Bar Chart and a Critical Path Method schedule, and both shall be in 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, scheduling of equipment and procurement of materials. The City of Rancho Palos Verdes strictly adheres to a policy whereby property owners are kept fully informed as to potential inconveniences caused by construction activities within the City. Every effort is made to minimize these inconveniences. Toward this goal, the Contractor will be required to thoroughly schedule his work and to share that schedule with the property owners affected by the project. This shall be accomplished using door hangers and on-street posting placed 72 hours prior to the planned activity which may cause an inconvenience at that particular location. The date of beginning of closure shall be shown on the notice. In order to avoid unnecessary problems through the construction period, it is mandatory that all schedules are prepared to fully-address all of the known controls which must be scheduled around. No work shall take place until the Director of Public Works or his authorized representative and the Contractor have agreed to the schedule to be followed by the Contractor. Upon commencement of work, that work shall be completed as soon as practical in each project area. Locations with open construction or incomplete work shall not remain inactive. The Contractor shall limit the extent of his operations as needed to ensure that work areas are completed in each location in a diligent and expeditious manner. If a location is left inactive, the City may assess a penalty of $500 per day for each specific location of work for each day of inactivity. Except as otherwise specified, Contractor shall submit requests for changes in the schedule in writing to the Director of Public Works or his authorized representative for approval at least 2 working days prior to the scheduled work on the affected streets. For each calendar day a revised schedule is delinquent, Five Hundred Dollars ($500.00) may be deducted from the pay estimates and the total contract price for the work. Payment - Payment for furnishing the schedules and any related items for their completion shall be considered as included in the LUMP-SUM PRICE, and no additional compensation will be made therefor. B-53 SP - 15 R6876-0001\1800412v2.doc S. PHOTOGRAPHIC SURVEY OF ALL EXISTING CONDITIONS The Contractor is encouraged to undertake an extensive photographic survey of all existing improvements that could possibly be affected by the construction activities. This survey will include, but is not limited to landscaping, streets, plants, and visible utilities. In the event of a claim, the onus will be on the Contractor to be able to clearly demonstrate that the photographic survey shows that it is a pre-existing condition of the improvement(s). Should the Contractor not be able to disprove a claim from the public, the Contractor will be responsible to reinstate the improvement into an acceptable condition. T. MOBILIZATION Mobilization shall consist of preparatory work and operations including, but not limited to, those necessary for the movement of personnel, equipment, materials, construction trailer, portable toilets and incidentals to the project site necessary for work on the project and for all other work and operations which must be performed or costs incurred including bonds, insurance, City business license and financing prior to beginning work on the project site. The Contractor shall provide a detailed project schedule, both electronically and in hard copy form (see previous item on Scheduling and Notices). Schedule updates shall be provided monthly with each progress payment, and in accordance with these specification requirements and as directed by the Engineer. The Contractor’s project manager, superintendent and foreman are required to attend the pre-construction meeting and weekly progress meetings. The Contractor shall have on the work site at all times, as its agent, a competent English speaking superintendent capable of reading and thoroughly understanding the plans, specifications, other related documents, and directions from City’s Construction Representative. The Contractor is responsible for securing an adequate storage site for equipment and materials (see separate items that detail these requirements elsewhere in these General Provisions). The cost of providing bonds, insurance, financing, moving equipment to the job site and preparing an approved work schedule shall be part of Mobilization work and included in the contract price submitted as the LUMP-SUM PRICE, and no additional compensation will be allowed therefor. The City of Rancho Palos Verdes shall waive its permit fee. The Contractor shall comply with the requirements specified of each license. Mobilization shall also include the cost, time and labor to move the necessary construction equipment to and from the job site, supervisory time on the job by the Contractor’s personnel to keep the construction site in a safe condition, the costs to set up/maintain/vacate the staging area, the costs to set up/maintain/vacate the field office and toilet facilities and all other related work as required for all non-working days during the course of construction. B-54 SP - 16 R6876-0001\1800412v2.doc Mobilization shall also include all related “De-mobilization” costs, including the removal of any remaining USA utility markings or other construction paint markings. PAYMENT: Payment for mobilization shall be made at the unit bid price per lump sum. Payment for mobilization including equipment, materials, and labor shall be included in the bid lump sum price. Mobilization shall also include all related “De-mobilization” costs, including the removal of any remaining USA utility markings or other construction paint markings. 24. PROJECT MONUMENT SURVEYS AND CONSTRUCTION STAKING 24.1 Permanent Survey Markers The Contractor shall not disturb permanent survey monuments or benchmarks without the consent of the Engineer. Where the Engineer concurs, in writing, with the Contractor that protecting an existing monument in place is impractical, the City will employ a licensed land surveyor to establish the location of the monument before it is disturbed. The City will have the monument replaced by a licensed land surveyor no later than thirty (30) days after construction at the site of the replacement is completed. The Licensed Land Surveyor will file corner record(s) as required by '' 8772 and 8773, et seq. of the California Business and Professions Code. Copies will be provided to the City within 10 days of replacement of any monuments. When a change is made in the finished elevation of the pavement of any roadway in which a permanent survey monument is located, the Contractor shall adjust the monument frame and cover to the new grade. Documentation of any disturbance or relocation, horizontal or vertical shall be provided to the City. PAYMENT: Payment for adjustment of monument frame and cover to new grade shall include documentation of any disturbance or relocation, horizontal or vertical and providing such documentations to the City. Payment for this work shall be considered as included in the prices paid for the various contract items of work, and no additional compensation will be allowed therefor. 24.2 Center Line Ties Center line ties and/or monuments will be inventoried, tied out and prepared by third party survey crew assigned by the City of Rancho Palos Verdes. The Contractor is not responsible to locate centerline ties and/or monuments at locations which are part of the project as directed by the Director of Public Works or his authorized representative. Contractor shall notify city staff if any monument or ties within the construction zone appear to have been overlooked. The monuments will be inventoried, tied out, and a centerline tie sheet will be prepared and submitted to the Engineer by the third party survey crew. Contractor shall continue to provide construction staking as needed. 24.3 Payment for Construction Staking Payment for work performed to control the construction activities shall be included in the actual bid items requiring the survey work, and no additional payment will be made. Extension of unit prices for extra work shall include full compensation for attendant survey work, and no additional payment will be made therefor. 24.4 Lines and Grades B-55 SP - 17 R6876-0001\1800412v2.doc Except when, as per orders from the Director of Public Works or his authorized representative, minor changes in the work are to be made by the Contractor, all work shall, during its progress upon completion, conform to the lines, grades, and elevations shown on the Plans. All distances and measurements are given thereon and will be made in a horizontal plane. Three (3) consecutive points shown on the same rate of slope must be used in common in order to detect any variation from a straight line, and in case any such discrepancy exists, it must be reported to the Director of Public Works or his authorized representative. Failure to make this report shall make the Contractor responsible for any such error in the finished work. Payment - Except as otherwise provided in the Standard Specifications or elsewhere in these Special Provisions, full compensation for conforming to the requirements in this section shall be considered as included in the prices paid for the various contract items of work, and no additional compensation will be allowed therefor. U. PROJECT SPECIAL PROVISIONS PROJECT: Hawthorne Boulevard and Eddinghill Drive Traffic Signal Modifications STANDARD PLANS AND SPECIFICATIONS Except as noted herein, on the Plans and/or within Permit requirements, all Work shall be performed in accordance the Standard Specifications of the City contained in the 2021 Edition of the Standard Specifications for Public Works Construction “Greenbook”, including any supplements, as written and promulgated by Public Works Standards, Inc. and General Specifications herein. Copies of these Standard Specifications are available from the publisher, BNI Building News, 990 Park Center Drive, Suite E, Vista, California 92081; telephone: 760-734-1113. www.bnibooks.com 1 GENERAL 1.01 Work Included -- The work comprises without limitation, furnishing all necessary labor, materials, equipment, and other incidental and appurtenant work necessary to upgrade the existing traffic signal to accommodate protected left turn operations and upgrade the intersection’s curb ramps new as more clearly described in the Contract Documents. Due to work to be conducted in congested tight space, provide safe access to and from the adjacent house and the public affected by this work. It should be noted that the signal poles, mast arms, and other hardware are being provided by the City at the City’s Public Works Yard next to City Hall. The contractor shall obtain the signal poles, mast arms, and other hardware from the City Yard and shall be responsible for the complete installation thereof (including all necessary works such as foundations) at the project intersection. Civil and Structure Demolition B-56 SP - 18 R6876-0001\1800412v2.doc Work pertains to the demolition and removal of the existing sidewalk, asphalt, trees, and curb and gutter. Demolition work must conform to the “Street Improvement Plan” sheet. Payment for this phase includes full compensation for furnishing all labor materials, tools, equipment, and all incidentals necessary for removing and disposing of the existing features. All materials generated during demolition must be removed from the site and disposed of at a legal dumping site. Noise must be controlled and monitored during demolition and removal activities. Work, under this phase, includes but not limited to are:  Sidewalk Removal,  Asphalt Removal, and  Sawcut Existing Pavement,  Erosion Control,  Curb & Gutter Removal and Disposal, and  Tree/Vegetation Removal Civil Work to construct the new driveway and sidewalk must conform to the “Street Improvement Plan” sheet in the project plan set. Payment for this phase includes full compensation for furnishing all labor, materials, tools, equipment and all incidentals necessary for completing the civil work. Work, under this phase, includes but not limited to are:  Earthwork,  AC Pavement (3” AC/6” AB),  Curb ramps, median noses, and Sidewalk. 1.02 Submittals - No separate payment shall be made for required project submittals. Submittals shall include all materials, plans, diagrams, and drawings as called for in the specifications, and as may be required by the work, and shall include at least the following: a) Product Data and Shop Drawings Submittals b) Project (Work) Schedule The schedule shall be in the form of a Gant/Bar Chart and a Critical Path Method schedule, and both shall be in 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, scheduling of equipment and procurement of materials, and adherence to any milestones set forth in these Special Provisions. The Contractor shall provide a copy of the active schedule list in a format and on a day acceptable to the Director of Public Works or authorized representative to be considered the advance weekly schedule. The City will provide the Contractor the format of the weekly schedule at the preconstruction conference. The Contractor shall submit these schedules at least 1 week prior to the occurrence of B-57 SP - 19 R6876-0001\1800412v2.doc the work. The Contractor shall be responsible for preparing any modifications to these schedules on a weekly basis. All construction schedules shall reflect completion of all work under the Contract within the specified time and in accordance with the contract documents. During the scheduling conference between the Contractor and the Director of Public Works or authorized representative, the work schedule will be discussed and modified, if necessary, by mutual agreement. Should it become necessary for the City to temporarily delay the work schedule agreed upon during the scheduling conference, every effort will be made to permit a new work schedule at the time most convenient to the Contractor. The City of Rancho Palos Verdes strictly adheres to a policy whereby the adjacent residences through the city are kept fully informed as to potential inconveniences caused by construction activities within the City. Every effort is made to minimize these inconveniences. In order to avoid unnecessary problems through the construction period, it is mandatory that all schedules are prepared to fully-address all of the known controls which must be scheduled around. c) Milestone: (i) Product Data and Shop Drawings Submittals (ii) Project (Work) Schedule (iii) Civil Demolition (iv) Construction – Signal (v) Construction – Civil (vi) Closeout d) Contact List and Notices 1.03 Product Handling Use all means to protect all materials, before, during, and after installation. In the event of damage, immediately make all repairs and replacements necessary to the approval of the City’s designated representative at no additional cost to the Owner. Workmanship must comply with printed instructions and recommendations of the manufacturer, and with the highest standards of the industry. 1.04 Warranty The contractor shall provide Owner a one-year warranty in writing that guarantees the completed work to be free from defects in materials and workmanship. Contractor to guarantee 72 hour call-out response to requests for warranty work during warranty period. Call out response includes excessive gravel unravelling. Contractor shall blow all gravel from driveways and gutter, and power sweep project area one time after 90 days of completion, during the warranty period, if initial sweeping is not effective. 2- FURNISH AND APPLY WATER B-58 SP - 20 R6876-0001\1800412v2.doc Furnishing and applying water shall be considered as included in the LUMP-SUM PRICE, and no additional compensation will be allowed therefor. Should the Contractor require water for construction operations, such as for compaction and dust control, he shall apply for a water meter from, and follow the requirements of California Water Service Company. 3- UNCLASSIFIED EXCAVATION General: Unclassified excavation shall consist of all excavation, including hardscaping, landscaping, soils, rock, roadway, and all other existing materials as necessary to complete the intended construction items. Existing utilities are not marked out. The Contractor shall be responsible for location and determining the depths of all utilities and to provide adequate clearance. No additional compensation shall be allowed for utility research. Removal of all AC items shall be paid under their respective bid items, and no additional payment shall be made therefor in this bid item. Removal of Concrete Curb, Gutter, Sidewalks, Access Ramps and Driveways: Concrete shall be removed to neatly sawed edges with saw cuts made to a minimum depth of 1.5 inches. Concrete sidewalk or driveways to be removed shall be neatly sawed in straight lines either parallel to the curb or at right angles to the alignment of the sidewalk. No section to be replaced shall be smaller than 30 inches in either length or width. If the saw cut would fall within 30 inches of a construction joint, functional weakened plane joint, expansion joint or edge, the concrete shall be removed to the joint or edge. In any case, the saw cut shall be made in and along a score mark if within the 30-inch zone. Curb and gutter shall be sawed to a depth of 1.5 inches on a neat line at right angles to the curb face. Removal of all PCC items shall be paid under their respective bid items, and no additional payment shall be made therefor in this bid item. Earthen Excavation Following clearing and grubbing, the top six inches (6”) of soil in excavation at locations not presently covered with concrete or AC shall be considered top soil. Top soil excavations shall be set aside for replacement following trench backfill as required by plans. Any excavation performed as part of this work shall not be exposed for longer than 48 hours. Permanent concrete, where required by the plans, or finished earthen grades must be placed or achieved over the excavated area by the end of the day on the Friday, or the day before any City holiday, of the same work week that the excavation is performed. Where sensitive plants/bushes in parkway may be permanently damaged by excavation equipment, the sidewalk shall be manually excavated to avoid damage to the landscaping. B-59 SP - 21 R6876-0001\1800412v2.doc All open excavations must be protected with lighted barricades and caution tape. All roots found within excavation area shall be removed per subsection 300-6.2 of the Standard Specifications. The Contractor shall coordinate all root removals with the City Arborist. Payment: Full compensation for Unclassified Excavation shall be considered as included in the LUMP-SUM PRICE, and shall include furnishing all labor, materials, tools, equipment, incidentals, and appurtenant work required to complete the work as shown on the plans and in accordance with the specifications. No additional compensation will be allowed. 4- CLEARING AND GRUBBING The Contractor shall clear and grub within the easement as necessary to provide access for equipment and perform the noted construction work. Payment: Payment for clearing and grubbing shall be included in the LUMP-SUM PRICE, and no additional compensation will be allowed therefor. 5- BEST MANAGEMENT PRACTICES Best Management Practices/ NPDES Compliance shall be as specified in the Special Provisions of these specifications, and shall be paid as part of the LUMP-SUM PRICE, and no additional compensation shall be allowed. 6- PROTECTION AND RESTORATION OF EXISTING IMPROVEMENTS General: Except as may otherwise be provided in specific instances, nothing in the Contract shall be constructed as vesting in the Contractor any property right in any material, article or structure existing at the time of award of Contract within the area in which the work is to be done; or in any material or article subsequently furnished for the work by the Contractor after having been accounted for on an approved estimate supporting the Contractor's demand for payment as provided in Section 9. In the latter event any such material, article, structure or work shall become the property of the agency after being so accounted for. The Contractor shall maintain all existing signs not affiliated with the scope of work including, but not limited to directional, warning, advisory, regulatory, bus stop, and street markers, in an erect and functional position and condition all times during the construction period in temporary locations as designated by the Director of Public Works. Any of these facilities which are damaged or lost shall be replaced by the Contractor at no cost to the Agency. Contractor shall submit video documentation with a log of existing damages prior to commencing with work. Should a resident claim existing improvements were damaged by construction, and Contractor did not confirm status per above, Contractor shall restore existing improvements at no cost to the City. B-60 SP - 22 R6876-0001\1800412v2.doc All spray paint and markings used for locating utility lines, identifying work locations, or any other purpose, shall be completely removed by power-washing. Full compensation for protection and restoration of existing improvements shall be included in the LUMP-SUM PRICE to which this work is appurtenant and no additional compensation will be allowed therefore. 7- REMOVAL OF DEFECTIVE OR UNAUTHORIZED WORK All work which is defective in its construction or deficient in any of the requirements of these Special Provisions or the Standard Specifications shall be remedied, or removed and replaced by the Contractor in a manner acceptable to the City and no compensation will be allowed for such correction. Upon failure on the part of the Contractor to comply forthwith with any order the Engineer makes under the provisions of this section, the Public Works Department shall have authority to cause defective work to be removed and replaced and deduct the costs thereof from any monies due or to become due to the Contractor. 8- APPURTENANT WORK All items in the Bid Schedule are for construction completed in place, including all incidentals, appurtenant work and materials necessary for the satisfactory completion of the work. Full payment shall be considered as part of the LUMP-SUM PRICE, and no additional compensation will be made therefor. 9- INSPECTION BY CITY The City shall inspect the quality and completeness of the Contractor's work and report any deficiencies to the Contractor. 10- CLEANUP: During all phases of construction, the Contractor shall maintain a clean work site, the Contractor shall be responsible for the removal and disposal of all concrete, asphalt concrete, tree roots, and any other debris resulting from the work performed. Full compensation shall be considered as included in the LUMP-SUM PRICE. 11- CONSTRUCTION WATER: The Contractor shall make his own provisions for water necessary for construction, drilling, backfill consolidation and cleanup. Note: The Contractor shall not use any private property water paid for by the property owner. The Contractor shall obtain and pay for all costs incurred for any necessary water meter permits. No extra compensation shall be allowed for the permit and/or water meter. For a permit contact: B-61 SP - 23 R6876-0001\1800412v2.doc California Water Service 5837 Crest Road Rancho Palos Verdes, CA 90275 (310) 377-5525 12- STORAGE SITES: The Contractor may be allowed to store materials and equipment in designated areas at City Hall or at the work site during the course of construction. The Contractor is required to obtain permission for such storage from the Engineer. The City may permit the Contractor to store certain materials and equipment on City property provided that (1) The storage area has a gate which shall be closed by a lock at the end of each day. (2) The site and access road must be kept clean at all times during the period of the contract and (3) The Contractor complies with City requirements regarding cleanup. The allowable materials to be stored by the Contractor are: Vehicles, equipment, wooden forms and tools. All storage materials must be first approved by the City. The Contractor will not be allowed to store broken concrete, asphalt concrete or any debris on City property. If the site becomes unacceptable to the City for any reason, after notice by the City, the Contractor shall correct the problem immediately. In the event that the City requests removal of the materials from City property prior to the end of the construction period, the Contractor shall not receive any additional compensation. The Contractor shall maintain and clean the storage area on a daily basis. The Contractor shall repair at no cost to the City, any damage to the asphalt concrete access road resulting from the Contractor's vehicle traffic. Upon failure on the part of the Contractor to comply with any of these Special Provisions, the City shall have authority to cause defective work to be corrected and deduct the cost of said corrections from any monies due or to become due to the Contractor. The Contractor shall hold the City harmless in the event of damage, vandalism or injury to the Contractor's equipment, materials, etc., resulting from the use of this site. 13 - FENCE CONSTRUCTION Precast Concrete Fence components shall meet or exceed the following minimum standards: 1. Concrete: a. Concrete shall be normal weight concrete having sand and gravel or crushed stone aggregate. Mixed with ASTM-C150, type I or III Portland cement. b. Concrete workmanship: i. Fresh poured concrete shall be tamped in to place using steel rammer, slicing tools, or mechanical vibrator, until concrete is thoroughly B-62 SP - 24 R6876-0001\1800412v2.doc compact and without voids. Excavation for footing shall be on undisturbed soil or to the depth noted on the drawings. Leave the bottom bearing surface clean and smooth. If footing excavations are made deeper than intended, only concrete shall be used for fill. Remove all loose material from excavations prior to concrete pour. 2. Fence characteristics: a. All fencing to be standard galvanized finish. b. Post will be embedded in concrete footings. Footings will be a minimum of 24 inches in depth, below grade. c. Provide a 2” crown at the top of all post footing d. Steel pipe schedule 40 galvanized, standard weight. e. Lock: Fence/Gate shall be secured with an Alarm Lock TrilogyExit lock or equivalent with the following specifications: 1. Vandal-resistant all metal, weather-resistant programmable for multi- level access. 2. Power: Battery operated. Audible low battery alert. 14 - SITE RESTORATION The Contractor shall be responsible for protection and preservation of existing vegetation and improvements including necessary removal and storage of such improvements and subsequent replacement to obtain to the fullest extent possible, the undisturbed condition. The Contractor shall restore or replace, any property damaged or affected by its work, equipment or employees to a condition at least equal to that of existing condition. The Contractor shall thoroughly clean all areas affected by the contractor and the subcontractors including areas and improvements affected by their equipment and employees, upon completion of the work. Payment: Full compensation for complying with the work contained in this section shall be included in the LUMP-SUM PRICE, and no additional compensation will be allowed therefor. 15 - FIELD CONDITIONS Verify routing and termination locations of conduit and boxes prior to rough-in. Conduit routing is shown on Drawings in approximate locations unless dimensioned. Route as required to complete wiring system. Pull Boxes installed outdoor, in-grade, and within the roadway Right of Way shall be labeled per Drawings. All work called for on the drawings by notes shall be furnished and installed whether or not specifically noted in the specifications. Do not willfully install conduit and pull boxes as indicated on the drawings when it is obvious in the field that unknown obstructions or grade differences exist that might not have been considered in the design, or if discrepancies in the construction detail, legend, or specific notes are discovered. All B-63 SP - 25 R6876-0001\1800412v2.doc such obstructions or discrepancies shall be brought to the attention of the Lighting Designer or Engineer. In the even that this is not done, the Contractor shall assume full responsibility for the necessary revisions. Due to the scale of the drawing, it is not possible to indicate all offsets, fittings, etc. which may be required. The Contractor shall carefully investigate the structural and finished conditions affecting all his work and plan his work accordingly, furnishing such fittings, etc., as may be required to meet such conditions. All costs and compensation to comply with the above provisions of this section shall be considered included and absorbed in various items of the bid schedule unless noted otherwise. B-64 SP - 26 R6876-0001\1800412v2.doc SPECIAL PROVISIONS PART 6 TEMPORARY TRAFFIC CONTROL PART 6 – TEMPORARY TRAFFIC CONTROL 600-1 General 600-1 General, is amended by adding thereto the following: No lane closures shall be allowed during the hours of 7:00am to 9:00am and 4:00pm to 6:00pm and contractor shall open and maintain all lanes of travel during those hours. The Contractor shall notify the occupants of all affected properties at least 48 hours prior to any temporary obstruction of access. Street closures will not be allowed, except as specifically permitted by the Engineer. Any proposed local street and pedestrian closures must be submitted to the City for approval. The Contractor shall place message signs 7 days before the closure date and notify the residents and businesses, in coordination with the City, 72 hours before any closure. The Contractor shall prepare any traffic control or detour plans that may be required as directed by the Engineer. Lane transitions shall conform to the Caltrans Traffic Manual, Section 5-08.4, “Transition Area.” Temporary traffic channelization shall be accomplished with barricades or delineators. Temporary striping will not be allowed unless specifically permitted by the Engineer. Temporary traffic signals shall be used as needed. The Contractor shall prepare any plans that may be required for temporary striping and signalization to the satisfaction of the Engineer. In no event will temporary striping be allowed on finished pavement surfaces which are to remain. The Contractor shall schedule an employee to police the temporary delineators, barricades and signals within the travel way during weekday, non-working hours and over Saturdays, Sundays, and holidays. Any corrective work required to be done by AGENCY forces shall be back charged to the Contractor based on the actual costs, plus any AGENCY overhead and withheld from the final payment. Unless otherwise specified, all costs associated with the requirements of this Section shall be considered as included in the bid item TRAFFIC CONTROL SYSTEM and no additional costs will be made therefor. The following requirements shall be met by any contractor doing work in the City Right of Way: 1. The Contractor shall obtain a City Permit for work performed in the City right-of-way and provide the City with general liability insurance in the amount of $1,000,000.00, naming the City as additionally insureds. 2. It is the responsibility of the Contractor performing work on a public street to install and maintain the traffic control devices according to the “Manual of Uniform Traffic Control B-65 SP - 27 R6876-0001\1800412v2.doc Devices” (MUTCD), latest edition, to ensure the safe movement of traffic and pedestrians through or around the work area and provide maximum protection and safety to construction workers. The Contractor shall submit a traffic control plan for approval prior to start of work for any conditions not covered by the MUTCD. All traffic control plans shall be prepared and stamped by a licensed Traffic Engineer. 3. FLASHING ARROW BOARD(S) ARE MANDATORY FOR LANE CLOSURES ON MAJOR STREETS. They shall operate until traffic control is removed. 4. All travel lanes shall be open between 5:00 a.m. and 8:30 a.m. and between 3:30 p.m. and 9:00 p.m. One travel lane in each direction shall be open at all times between 8:30 a.m. and 3:30 p.m. Flaggers may be used if one lane in each direction cannot be kept open with the prior approval of the Traffic Engineer. All traffic lanes shall be open before and after work hours. 5. All open trenches shall be covered with non-skid steel plates or temporary asphalt pavement before and after work hours. 6. All signs, delineators, barricades, etc., shall conform to the State of California Standard Specifications latest edition, the California Department of Transportation “Manual of Traffic Control for Construction and Maintenance Work Zones” (latest edition). All barricades shall be equipped with flashing/steady burn warning lamps at night. All cones, delineators, barricades, and "k" rail shall be reflectorized. All traffic control shall be kept in their proper position at all times, and shall be repaired, replaced, or cleaned as necessary to preserve their appearance and continuity. Any devices not part of the required traffic control or detours shall be removed from the view of the travelling public immediately. 7. The Contractor shall notify the METRO Bus Stops and Zones Dispatcher and any other affected transit services at least two working days prior to construction. 8. Where necessary, properly post "TEMPORARY NO PARKING ANYTIME" signs at least 72 hours before start of work. The Contractor shall notify the local Police Department immediately upon posting signs. 9. Vehicular and pedestrian access to adjacent properties shall be provided at all times. Closed sidewalks shall be posted with “SIDEWALK CLOSED” signs at each approach to the closure and an approved alternate route provided. 10. Protect traffic signal detectors in place or replace within 5 calendar days of final paving, or at the discretion of the Traffic Engineer. All detectors damaged by the work shall be replaced to the standards of the City Public Works Department. 11. Notify Public Works Department at least 48 hours prior to any work in right-of-way. 12. Any revisions to the traffic control plans or requirements shall be approved by the City Engineer 13. Vehicular access to property line shall be maintained, except as required for construction for a reasonable period of time. No overnight closure of any driveway will be allowed, except as permitted by the Engineer. 14. At least one 11-foot wide traffic lane shall be provided for each direction of travel on all streets at all times, except as permitted by the Engineer. The traffic lanes shall be maintained on pavement, and shall remain unobstructed. 15. Clearances from traffic lanes shall be 5 feet to the edge of any excavation and 2 feet to the face of any curb, pole, barricade, delineator, or other vertical obstruction. B-66 SP - 28 R6876-0001\1800412v2.doc B-67 SP - 29 R6876-0001\1800412v2.doc SPECIAL PROVISIONS PART 7 STREET LIGHTING AND TRAFFIC SIGNAL SYSTEMS Part 7 of the Standard Specifications is hereby deleted and replaced in its entirety by the following requirements: All traffic signal, safety light, street lighting and electrical systems shall conform to the Caltrans Standard Plans and Standard Specifications, Section 86 “Electrical Work” and 87 "Electrical Systems", 2018 edition, except as noted on the Plans and in the special provisions below. The Caltrans Standard Plans and Specifications are hereinafter referred to as State Standard Plans and State Standard Specifications. Copies of these documents are available from the Caltrans, District 7 office at 120 South Spring Street, Los Angeles, California 90012, or from Caltrans, 6002 Folsom Boulevard, Sacramento, California 95819, (916) 445-3520. All materials required for the completion of work as shown on the plans, bid items, and these Special Provisions shall be provided by the Contractor unless otherwise noted. The following special provisions are supplementary and in addition to the provisions of the State Standard Specifications, and are only called out if elaboration, amendments, specifying of options, or additions are required. In the event of conflict with the State Standard Specifications, these Special Provisions shall govern. 86-1.01D QUALITY ASSURANCE The Contractor shall be responsible for the entire work constructed under this contract including materials furnished and work performed by manufacturers, suppliers, and subcontractors. The Contractor shall make, at no cost to the City of Rancho Palos Verdes, any repairs or replacements made necessary by defects in workmanship or materials that becomes evident within one (1) year after filing of the Notice of Completion of the work and to restore to full compliance within the requirements of these Specifications, any part of the work which during the one (1) year period is found to be deficient with respect to any provision of the Plans and Specifications. The Contractor shall make all repairs and replacements promptly upon receipt of written orders from the Engineer. If the Contractor fails to make the repairs and replacements promptly, the City may do the work and the Contractor and his surety shall be liable to the City for the cost. Whenever any work or equipment is to be guaranteed to be maintained by a manufacturer, supplier, or subcontractor, said obligation shall be that of the Contractor. B-68 SP - 30 R6876-0001\1800412v2.doc All guarantees shall be in writing and delivered to the Engineer by the Contractor prior to final acceptance of the work. 86-1.02 MATERIALS 86-1.02B CONDUIT AND ACCESSORIES New conduit shall be Type 3 Schedule 80 PVC unless otherwise noted. The line side of the service pedestal shall be galvanized conduit. When a standard coupling cannot be used for coupling metal type conduit, a UL listed threaded union coupling or a concrete-tight split coupling or concrete- tight set screw coupling shall be used. Metal conduit couplings shall be threaded or compression type. Threadless connections or threaded coupler with two bolts as a clamp will not be allowed. 86-1.02C PULL BOXES All pull boxes shall be #6 unless otherwise noted. All pull boxes shall be reinforced concrete with etched polyethylene face, and a plastic rim with Fiberlyte or equivalent cover with bolt-down cover, and shall be Christy Products or approved equivalent. Extensions shall be used where required. All broken or damaged pull-boxes and covers shall be replaced. Traffic pull box covers shall be labeled “Traffic Signal” or as noted on the Plans. 86-1.02F CONDUCTORS AND CABLES Signal cable shall be installed in lieu of individual conductors and shall conform to State Standard Specifications. Splicing of individual signal cables shall be made in signal standard terminal blocks and in controller cabinets only. A minimum of three feet of slack shall be provided in each pull box and on detector cables in the controller cabinet. Bonding and grounding jumpers shall be visible after cap has been poured on foundations. 86-1.02P(2) SERVICE EQUIPMENT ENCLOSURES Conduits used for electrical services shall be rigid galvanized steel or PVC as shown on the plan. When PVC conduits are used, they shall be provided with concrete encasement per Southern California Edison requirements. The Contractor shall be responsible for all service details, and scheduling far in advance of need. The Contractor is encouraged to work on service cabinets and their associated conduits and pull boxes prior to receiving signal and lighting equipment. The City will pay all Southern California Edison service connection fees. For more information on the service equipment, please contact Southern California Edison. B-69 SP - 31 R6876-0001\1800412v2.doc Service equipment wiring shall consist of 120/240V with 120V unmetered luminaires and metered traffic signal and other electrical equipment. Circuit breakers shall be rated 50 amps for the traffic signal and 30 amps for highway safety lighting and as called for on the plans for other electrical circuits. Electrical service equipment installation and conduit run details shall be as specified by the serving utility company, and written proof of their approval shall be submitted to the Engineer prior to installation. The Contractor shall be responsible for all service details, expenses, and scheduling, far in advance of need. 86-1.02Q CABINETS 86-1.02Q(3) CONTROLLER CABINETS Controller. Controller shall be Type 2070 LX with 2033 BITRANS software and all auxiliary equipment as necessary for intended operation as shown on plan. Warranties and Guaranties: It is the responsibility of the contracted vendor to ensure that all equipment provided has been thoroughly tested prior to shipment, and that each shipment conforms to these specifications. The minimum warranty for any equipment and materials shall be for a period of two (2) years from the date of test acceptance. The warranty shall cover all manufacturers’ defects, parts, labor and shipping costs. The warranty for each unit of equipment requiring repair shall be extended by the length of time the unit is out of service for repair. 86-1.02R SIGNAL HEADS All vehicular indications shall be 12-inch with visors and backplates. Backplates shall have a 2- inch retroreflective yellow strip. All signal heads shall be aluminum alloy or approved equal. All non-programmed lenses shall be glass with aluminum reflectors. Plastic housing, visors and backplates will not be permitted. Top openings of the signal heads shall be sealed with neoprene gaskets. All signal and pedestrian lamps shall be furnished by the Contractor and shall be included in the lump sum bid for various items of work, and no additional compensation will be allowed therefor. All signal and pedestrian lamps shall be Light Emitting Diode (LED) traffic signal equipment. 86-1.02S PEDESTRIAN SIGNAL HEADS Pedestrian signals shall be Type A (Countdown type) with Z-crate type front screens. Plastic housings will not be permitted. All pedestrian signal indications shall be side by side combination of international symbols of person and hand. Each symbol shall be not less than 11 inches high and not less than 7 inches B-70 SP - 32 R6876-0001\1800412v2.doc wide. All pedestrian lamps shall be furnished by the Contractor and shall be included in the lump sum bid for various items of work, and no additional compensation will be allowed therefore. 86-1.02U PUSH BUTTON ASSEMBLIES New pedestrian push buttons for traffic signals shall be touchless APS push buttons (Polara or City approved equivalent). Control unit for the POLARA (or approved equal) Accessible Pedestrian System shall be located in the intersection controller cabinet. Where two push buttons exist on the same push button post a double push button station adaptor shall be used to maintain the same height of both push buttons. 86-2.01 GENERAL The Contractor shall be responsible for all cost of furnishing, installation of the loop detection system including materials, labor, pulling all cables into controller cabinets, and making all connections and terminations for a fully functional system. The Contractor shall be responsible for all incidental accessories necessary to make the detection system complete and ready for operation. Such incidentals shall be furnished, delivered and installed by the Contractor without additional expense to the City. Minor details not shown or specified, but necessary for the proper installation and operation of the detection system, shall be included in the work and in the Contractor’s bid price. 87-1.03B CONDUIT INSTALLATION All conduits with 3 and 4 inch diameter shall be installed at a minimum depth of 36 inches below grade at all locations. Conduit shall be installed at a consistent depth throughout a block with a minimum 30 inches of cover. Trenching across existing pavement and sidewalk for installation of conduit is not permitted unless otherwise allowed on the plans or as directed by the Engineer. Conduit installed beneath existing sidewalk shall include all work to remove and replace existing sidewalk from score line to score line. All conduit runs beneath existing roadway shall be installed by directional boring, jacking or drilling methods unless otherwise allowed on the plans or directed by the Engineer. If, and only if, those methods are not successful or feasible, the Contractor, with the approval of the Engineer, may install conduit by trenching in pavement method. Approval from the Engineer may be given on a case by case basis, but no additional compensation will be allowed therefore. Trenching in pavement method is not allowed without written permission from the Engineer. B-71 SP - 33 R6876-0001\1800412v2.doc All conduits shall have a minimum 2-foot radial clearance from all existing utilities unless otherwise approved by the Engineer and Utility owner. All copper conductor and cable conduit runs shall have no more than a total of three 90 degree bends or two 90 degree bends and two 45 degree bends. All conduit ends shall terminate 3 inches above the gravel surface and 9 inches minimum clearance between the top of the bushing and the top of the pull box shall be provided. In addition, conduits shall be terminated at 90 degrees to the ground level. Conduit ends shall have bell or end bushings and be sealed with an approved type of sealing compound after conductors are installed. 87-1.03C INSTALLATION OF PULL BOXES Pull boxes shall be installed no less than 1 foot from any existing, proposed or future (as shown on plans) curb ramp and no less than 3 feet from any existing, proposed or future (as shown on the plans) traffic signal pole unless approved by the Engineer in the field. All pull box locations shall be approved by the Engineer in the field prior to installation. 87-1.03E EXCAVATION AND BACKFILLING FOR ELECTRICAL SYSTEMS Excavations for foundations shall be hand dug until clear of obstructions. Contractor shall be responsible for potholing to ensure foundations do not impact underground utilities. 87-1.03E(3) CONCRETE PADS, FOUNDATIONS, AND PEDESTALS Foundations. Flash substitutes and/or admixtures shall not be permitted. 87-1.03F(1) GENERAL Splices of individual conductors and drain wires for safety lighting shall be done in the pull boxes only. Splices shall be per Caltrans Standard Plan ES-13A. Conductor Identification. In addition to the section listed in the Caltrans Standard Specifications, the following is added: At the controller cabinet, all cables shall be marked per pole as shown on the conductor schedule (1, 2, 3, 4, 5, etc) Circuit Conductors. Multiple conductors for all traffic signal phases terminating in the controller cabinet output file shall be terminated in crimp style terminated lugs. If more than 2 conductors need to be terminated at the same location, the screw type-clamping lug shall be used for that terminal. 87-1.03H CONDUCTOR AND CABLES SPLICES B-72 SP - 34 R6876-0001\1800412v2.doc Wiring splices shall be insulated by "Method B" or, at the Contractor's option, splices of conductors shall be insulated with heat-shrink tubing of the appropriate size after thoroughly painting the spliced conductors with electrical insulating coating as outlined in this section. Each signal cable shall be marked in each pull box, showing the phase and signal standard to which it is connected. All conductors that are to be spliced together shall be twisted a minimum of five turns and soldered. Then, the joint shall be held by mechanical means before insulating in accordance with "Method B". 87-1.03R SIGNAL HEADS New vehicle signal heads on mast arm standards shall be mounted 11 feet minimum above finish grade. MEASUREMENT AND PAYMENT Compensation shall be made in accordance with the Special Provisions Section. The following are added for further clarification. Bid Item 100 – Mobilization (5% Maximum) Full compensation for the requirements of Mobilization (5% Maximum) will be paid for at the contract LUMP SUM (LS) price bid, and shall include obtaining and paying for all permits and business licenses as required from the City of Rancho Palos Verdes, and all other agencies (including but not limited to Los Angeles County). The City of Rancho Palos Verdes will waive its permit fee. The Contractor shall comply with the requirements specified by each license or permit. Progress payments for this item shall be paid in accordance with the completion percentage of the project to the Contractor, and shall include the costs of such mobilization and administration for the entire contract period, including construction schedule. Bid Item 201 – Traffic Control per City Requirements Full compensation for the requirements of Traffic Control per City Requirements including Temporary Traffic Control will be paid for at the contract LUMP SUM (LS) price bid, and shall include full compensation for furnishing all labor, materials, tools, equipment and incidentals and for doing all the traffic control related work involving placing, removing, storing, maintaining, moving to new locations, replacing and disposing of the components of traffic control system as specified in the Standard Specifications, City of Rancho Palos Verdes standards and these Technical Provisions, and as directed by the Agency Representative. The lump sum price shall also include non-skid steel plates and temporary AC including installation and removal; all associated temporary signals, signing and striping; flashing arrow signs; flagging and/or flagger costs; and project notifications B-73 SP - 35 R6876-0001\1800412v2.doc where no additional compensation will be made therefor. Full compensation for conforming to the requirements for Portable Changeable Message Sign (PCMS), including furnishing all labor, tools, equipment, materials and incidentals required for doing all the work involved in furnishing, installing, maintaining, relocating, changing sign message (regardless of the number of times directed by the Engineer), replacing, repairing, and when no longer required, removing of all PCMS as specified in the Standard Specifications, and these Technical Provisions, and as directed by the Engineer, shall be considered as included in the contract lump sum price paid for Traffic Control and no separate compensation will be allowed therefor. Progress payments shall be on a percentage basis of the total contract work performed. Bid Item 202 – Temporary Traffic Signal The work specified under this bid item includes furnishing all labor, materials, tools, equipment, and incidentals necessary to install, maintain, and remove a fully operational temporary traffic signal system to facilitate safe and efficient traffic control during the construction of new traffic signal pole foundations. The temporary traffic signal system shall include, but is not limited to, weighted steel plate pedestals, temporary overhead wiring, signal heads, controllers, conduits, and any other necessary components to ensure the uninterrupted operation of the traffic signal. Weighted Steel Plate Pedestals must be fabricated from durable, non-corrosive steel and designed to withstand wind loads and vibrations. They must be adequately weighted and stable to avoid tipping under all conditions. All temporary wiring shall meet California Department of Transportation (Caltrans) and National Electric Code (NEC) standards. Cables shall be weather-resistant and designed for outdoor use. Wiring connections shall be waterproofed using approved connectors. Signal heads must meet Caltrans standards, and be visible under all lighting conditions. Controller units shall be compatible with the existing system and capable of standard traffic operations. This includes all temporary conduits, junction boxes, and wiring supports as needed as well as protective sheathing and signage for public safety. This execution of this item shall include but is not limited to: o Installation: Install temporary traffic signals in locations approved by the engineer to ensure full visibility and operational effectiveness. Use weighted steel plate pedestals to support signal heads securely. Temporary overhead wiring shall be installed at a minimum clearance of 18 feet above the roadway. o Operation and Maintenance: Ensure the temporary traffic signal operates continuously and accurately during all phases of construction. Perform routine maintenance, including inspections and adjustments, to keep the system operational. B-74 SP - 36 R6876-0001\1800412v2.doc Provide a 24-hour emergency response for signal malfunctions. o Coordination: Coordinate with utility providers, local agencies, and the engineer to avoid conflicts with existing utilities or facilities. Notify the City and affected parties at least 72 hours before energizing the temporary traffic signal system. o Removal: Remove all temporary traffic signal components upon completion of the new traffic signal installation. Restore the site to its original condition or as directed by the engineer. Payment for this bid item shall be made at the lump sum price bid and shall include full compensation for all labor, materials, equipment, tools, and incidentals necessary to complete the temporary traffic signal installation, maintenance, and removal. No additional payment will be made for maintaining or adjusting the system during construction or for removal and restoration upon project completion. All temporary traffic signal systems shall comply with applicable sections of the Caltrans Standard Specifications, the Manual on Uniform Traffic Control Devices (MUTCD), and any specific local agency requirements. The contractor shall obtain all necessary permits and approvals prior to installation. Bid Item 301 – Clearing and Grubbing Full compensation for the requirements of Clearing & Grubbing shall be at the Lump Sum (LS) price bid and shall be paid based on the percentage of work completed. The compensation shall include the compliance with the requirements specified and shall include full compensation for furnishing all labor, materials, tools equipment and incidentals, and for doing all the work involved and no additional compensation will be made therefor. Bid Item 302 – NPDES Compliance/Water Pollution Control Full compensation for the requirements of Water Pollution Control shall be at the Lump Sum (LS) price bid and shall be paid based on the percentage of work completed. The lump sum bid price shall consist of prevention, controlling, and abating discharge of pollutants form the construction site, and shall be performed in accordance with the Water Pollution Control Plan, Standard Specifications, the Plans, and these Special Provisions. Bid Item 401 – Surveying and Construction Staking Full compensation for the requirements of Surveying and Construction Staking shall be at the Lump Sum (LS) price bid and shall be paid based on the percentage of work completed. The lump sum bid price shall include the cost of surveying and cut sheets per SSPWC Section 29.2. No grade setting, staking, or survey services will be performed by the City. Surveying shall be performed by a Land Surveyor registered in the State of California. The City reserves the right to check the Contractor's work at any time during the project. Checks performed by the City will not relieve the Contractor from responsibility to properly B-75 SP - 37 R6876-0001\1800412v2.doc locate and construct the Work in accordance with these Contract Documents. Detailed construction staking cut-sheets shall be submitted to the City in an acceptable format along with a point plot showing the locations and stake numbers of stakes installed in relation to the proposed improvements. All stakes or marks installed in the field shall be included in the submitted cut-sheets. Cut sheets shall be made by the Land Surveyor performing the construction staking and shall be submitted within 48 hours of placing stakes and least 24 hours prior to pouring concrete or removing stakes to allow for inspection of forms and grades. The lump sum bid price shall include the cost of maintaining and restoring survey monuments per SSPWC Section 2-9.2. The contractor shall preserve or replace all survey monuments per the Standard Specifications, these Special Provisions, and the project plans. An individual licensed to practice land surveying in the State of California shall be in responsible charge of the identification, preservation, and re-establishment of any monuments damaged or destroyed during construction. Corner records, or other statutory required documentation, both before and after construction, shall be provided as described in the Professional Land Surveyors Act. Submit corner record or other statutory required documentation for perpetuating the current position of the monuments prior to disturbing any survey monuments. Submit a final signed and recorded corner record, and any other statutory required documentation of all replaced survey monuments. Bid Item 402 – Curb Ramp Replacement and Median Nose Adjustment Full compensation for the requirements of Curb Ramp Replacement and Median Nose Adjustment will be paid for at the contract LUMP SUM (LS) price bid, including P.C.C. Curb Ramp constructed in place, and shall include full compensation for furnishing all labor, equipment, and materials for sawcut, demolition, removal, and disposal of existing miscellaneous improvements, including protection and/or replacement of all existing drains, excavation, erosion control, crushed miscellaneous base (CMB), forms, subgrade preparation, root removal, all forms, P.C.C. ramp, curb and gutter, and sidewalk improvements from BCR to ECR as shown on the plans, grooving, utility adjustments, restoring form areas, installation of detectable warning surfaces (wet cast) per Federal ADA and manufacturer’s requirements, and all other appurtenant work not specifically described in any other item of the Special Provisions, complete and in place, as specified per SPPWC Std. Plans, or requested by the Engineer. No additional compensation will be allowed therefore. Wherever a utility boxes or conduit, not covered by a separate bid item, exist in the new curb ramp, the utility box and conduit shall be adjusted to the curb ramp grade and the adjustment shall be included in the unit price bid per lump sum curb ramp. No additional compensation shall be allowed. When joining, new construction, new gutters shall match existing improvements with proper line and grade to form a safe, smooth surface. All concrete flow-lines shall be water-tested upon completion of finishing, and any irregularities causing water ponding shall be corrected and refinish at the Contractor’s sole expense. No additional compensation will be allowed. B-76 SP - 38 R6876-0001\1800412v2.doc Bid Item 501 – Remove Striping Full compensation for the requirements of Remove Striping shall be paid for at the contract unit price bid per LINEAL FOOT (LF), and shall include all labor, tools, equipment, material and incidentals necessary to complete the work as shown on the plans and in these Special Provisions, including but not limited to sand blasting, water blasting and grinding (as specified on plans) for the removal of existing thermoplastic striping on the plans and as directed by the Engineer. No additional compensation will be allowed therefore. Bid Item 502 – Remove Sign and/or Post Full compensation for the requirements of Remove Sign and/or Post will be paid for at the contract unit price bid per EACH (EA), and shall include all labor, tools, equipment, material and incidentals necessary to complete the work as shown on the plans and in these Special Provisions, including but not limited to removing signs mounting hardware to remove signs on posts, mast arms, or street light poles (when applicable) as shown on the plans and as directed by the Engineer. No additional compensation will be allowed therefore. Bid Item 503 – Install Sign and/or Post Full compensation for the requirements of Install Sign and/or Post will be paid for at the contract unit price bid per EACH (EA), and shall include all labor, tools, equipment, material and incidentals necessary to complete the work as shown on the plans and in these Special Provisions, including but not limited to installing new signs mounting hardware to install signs on posts, mast arms, or street light poles (when applicable) as shown on the plans and as directed by the Engineer. No additional compensation will be allowed therefore. Bid Item 504 – Relocate Sign and/or Post Full compensation for the requirements of Relocate Sign and/or Post will be paid for at the contract unit price bid per EACH (EA), and shall include all labor, tools, equipment, material and incidentals necessary to complete the work as shown on the plans and in these Special Provisions, including but not limited to installing new signs mounting hardware to install signs on posts, mast arms, or street light poles (when applicable) as shown on the plans and as directed by the Engineer. No additional compensation will be allowed therefore. Bid Item 505 – Install Striping Full compensation for the requirements of Install Striping will be paid for at the contract unit price bid per LINEAL FOOT (LF), and shall include all labor, tools, equipment, material and incidentals necessary to complete the work as shown on the plans and in B-77 SP - 39 R6876-0001\1800412v2.doc these Special Provisions, including but not limited to new thermoplastic striping as shown on the plans and as directed by the Engineer. No additional compensation will be allowed therefore. Bid Item 506 – Install Pavement Markings Full compensation for the requirements of Install Pavement Markings will be paid for at the contract unit price bid per SQUARE FOOT (SF), and shall include all labor, tools, equipment, material and incidentals necessary to complete the work as shown on the plans and in these Special Provisions, including but not limited to new thermoplastic striping as shown on the plans and as directed by the Engineer. No additional compensation will be allowed therefore. Bid Item 601– Furnish and Install Cabinet and Controller Complete on New Foundation Full compensation for: the removal and salvage to City Yard of existing cabinet, battery backup system, and controller complete; removal and disposal of existing foundation; construction of new foundation per Caltrans standard plans; Furnish and Install (F&I) New Type 2070 LX Controller Assembly Complete in Type 332 Cabinet with 2033 BiTrans Software with ALL auxiliary equipment, including ALL other equipment necessary for intended operation will be paid for at the contract LUMP SUM (LS) price bid, and shall include all testing, labor, tools, equipment, materials and incidentals to furnishing installing of cabinet, foundation, concrete pad, controller, software, wireless radio communication, pedestrian isolation modules, switch packs, conflict monitor, and any other necessary components and devices to provide functioning controller for operation as shown on the plans and as directed by the Engineer. Bid Item 602 – Remove and Dispose Signal Pole, Attached Equipment, Pull Box and Foundation Full compensation for the requirements of Remove and Dispose Signal Pole Attached Equipment, Pull Box and Foundation will be paid for at the contract unit price bid per EACH (EA), and shall include all labor, tools, equipment, material, transportation, hauling/deliveries, and all incidentals necessary to removing of poles and foundations as shown on the plans and in these Special Provisions and as directed by the Engineer. No additional compensation will be allowed. Bid Item 603 – Remove and Dispose Street Light and Foundation Full compensation for the requirements of Remove and Dispose Street Light and Foundation will be paid for at the contract unit price bid per EACH (EA), and shall include all labor, tools, equipment, material, transportation, hauling/deliveries, and all incidentals necessary to removing of street lights and foundations and reconnect to street light circuit as shown on the plans and in these Special Provisions and as directed by the B-78 SP - 40 R6876-0001\1800412v2.doc Engineer. No additional compensation will be allowed. Bid Item 604 – Furnish & Install New Pedestrian Push Button Post and Foundation Full compensation for the requirements of Obtain from City Yard & Install New Pedestrian Push Button Post and Foundation, will be paid for at the contract unit price bid per EACH (EA), and shall include all labor, tools, equipment, material, transportation, hauling/deliveries, and all incidentals necessary to installing of poles and foundations as shown on the plans and in these Special Provisions and as directed by the Engineer. No additional compensation will be allowed. Bid Item 605 – Furnish & Install New Type I-A Pole and Foundation Full compensation for the requirements of Obtain from City Yard & Install New Type I-A Pole and Foundation, will be paid for at the contract unit price bid per EACH (EA), and shall include all labor, tools, equipment, material, transportation, hauling/deliveries, and all incidentals necessary to installing of poles and foundations as shown on the plans and in these Special Provisions and as directed by the Engineer. No additional compensation will be allowed. Bid Item 606 – Furnish & Install New Type 15 Pole and Foundation Full compensation for the requirements of Obtain from City Yard & Install New Type 15 Pole and Foundation, will be paid for at the contract unit price bid per EACH (EA), and shall include all labor, tools, equipment, material, transportation, hauling/deliveries, and all incidentals necessary to installing of poles and foundations as shown on the plans and in these Special Provisions and as directed by the Engineer. No additional compensation will be allowed. Bid Item 607 – Furnish & Install New Type 26 Pole and Foundation Full compensation for the requirements of Obtain from City Yard & Install New Type 27 Pole and Foundation, will be paid for at the contract unit price bid per EACH (EA), and shall include all labor, tools, equipment, material, transportation, hauling/deliveries, and all incidentals necessary to installing of poles and foundations as shown on the plans and in these Special Provisions and as directed by the Engineer. No additional compensation will be allowed. Bid Item 608 – Furnish & Install 40' Signal Mast Arm Full compensation for the requirements of Obtain from City Yard & Install 40' Signal Mast Arm, will be paid for at the contract unit price bid per EACH (EA), and shall include all labor, tools, equipment, material, transportation, hauling/deliveries, and all incidentals necessary to installing of mast arms as shown on the plans and in these Special Provisions and as directed by the Engineer. No additional compensation will be allowed. B-79 SP - 41 R6876-0001\1800412v2.doc Bid Item 609 – Furnish & Install 15' Luminaire Mast Arm Full compensation for the requirements of Obtain from City Yard & Install 15' Luminaire Mast Arm, will be paid for at the contract unit price bid per EACH (EA), and shall include all labor, tools, equipment, material, transportation, hauling/deliveries, and all incidentals necessary to installing of mast arms as shown on the plans and in these Special Provisions and as directed by the Engineer. No additional compensation will be allowed. All highway safety lights must utilize LED technology with wattage equivalent to the specified HPS values indicated in the plans. The lights shall be manufactured by Acuity Lighting (2700K to 3000K lumens) or an equivalent model approved by the City. Bid Item 610 – Furnish & Install 3-12" Vehicle Head w/ Mounting & Backplate Full compensation for the requirements of Furnish & Install 3-12" Vehicle Head w/ Mounting & Backplate, will be paid for at the contract unit price bid per EACH (EA), and shall include all labor, tools, equipment, material, transportation, hauling/deliveries, and all incidentals necessary to installing vehicle heads, mounting and backplates as shown on the plans and in these Special Provisions and as directed by the Engineer. No additional compensation will be allowed. Bid Item 611 – Furnish & Install Countdown Pedestrian Head with (w/) Mounting Full compensation for the requirements of Furnish & Install Countdown Pedestrian Head w/ Mounting, will be paid for at the contract unit price bid per EACH (EA), and shall include all labor, tools, equipment, material, transportation, hauling/deliveries, and all incidentals necessary to installing pedestrian heads and mounting as shown on the plans and in these Special Provisions and as directed by the Engineer. No additional compensation will be allowed. Bid Item 612 – Furnish & Install Touchless APS Pedestrian Push Buttons Full compensation for the requirements of Furnish & Install APS Pedestrian Push Buttons, will be paid for at the contract LUMP SUM (LS) price bid, and shall include all labor, tools, equipment, material, transportation, hauling/deliveries, and all incidentals necessary to removal of existing push buttons and installing pedestrian push buttons and mounting as shown on the plans and in these Special Provisions and as directed by the Engineer. No additional compensation will be allowed. Bid Item 613 – Furnish and Install LED Internally Illuminated Street Name Signs (IISNS) Full compensation for the requirements of Furnish and Install LED Internally Illuminated Street Name Signs (IISNS), will be paid for at the contract unit price bid per EACH (EA), and shall include all labor, tools, equipment, material, transportation, mounting, B-80 SP - 42 R6876-0001\1800412v2.doc hauling/deliveries, and all incidentals necessary as shown on the plans and in these Special Provisions and as directed by the Engineer. No additional compensation will be allowed. Contractor shall furnish IISNS Specifications per the requirements Appendix IV of these Specifications Bid Item 614 – Furnish & Install Inductive Loop Detection System Full compensation for the requirements of Furnish & Install Inductive Loop Detection System, will be paid for at the contract LUMP SUM (LS) price bid, and shall include all labor, tools, equipment, material, transportation, hauling/deliveries, wiring, testing, and all incidentals necessary to installing the Inductive Loop Detection system complete as shown on the plans and in these Special Provisions and as directed by the Engineer. No additional compensation will be allowed. Bid Item 615 – Furnish & Install #6 Pull Box Full compensation for the requirements of Furnish & Install #6 Pull Box, will be paid for at the contract unit price bid per EACH (EA), and shall include all labor, tools, equipment, material, transportation, hauling/deliveries, and all incidentals necessary to complete the work as shown on the plans and in these Special Provisions, including coordination with the City. When this item is installed in existing asphalt or concrete to remain, the work shall include (as applicable) sawcuts, removal and disposal of existing improvements, backfilling of voids created by the removals with suitable native materials, compaction, and restoration of existing surface. No additional compensation will be allowed. Bid Item 616 – Furnish & Install 2" Conduit Full compensation for the requirements of Furnish & Install 2" Conduit, will be paid for at the contract unit price bid per LINEAL FOOT (LF), and shall include all labor, tools, equipment, material, transportation, hauling/deliveries, backfilling of voids created by the removals with suitable native materials, compaction, and all incidentals necessary to complete the work as shown on the plans and in these Special Provisions, including coordination with the City. No additional compensation will be allowed. Bid Item 617 – Furnish & Install 3" Conduit Full compensation for the requirements of Furnish & Install 3" Conduit, will be paid for at the contract unit price bid per LINEAL FOOT (LF), and shall include all labor, tools, equipment, material, transportation, hauling/deliveries, backfilling of voids created by the removals with suitable native materials, compaction, and all incidentals necessary to complete the work as shown on the plans and in these Special Provisions, including coordination with the City. No additional compensation will be allowed. Bid Item 618 – Furnish & Install 4" Conduit B-81 SP - 43 R6876-0001\1800412v2.doc Full compensation for the requirements of Furnish & Install 4" Conduit, will be paid for at the contract unit price bid per LINEAL FOOT (LF), and shall include all labor, tools, equipment, material, transportation, hauling/deliveries, backfilling of voids created by the removals with suitable native materials, compaction, and all incidentals necessary to complete the work as shown on the plans and in these Special Provisions, including coordination with the City. No additional compensation will be allowed. Bid Item 619 – Wiring Full compensation for the requirements of Wiring, will be paid for at the contract LUMP SUM (LS) price bid, and shall include all labor, tools, equipment, material, transportation, hauling/deliveries, and all incidentals necessary to do all the work as shown on the plans and in these Special Provisions and as directed by the Engineer. No additional compensation will be allowed. B-82 CHECKLIST FOR BIDDERS The following information is required of all Bidders at the time of the bid: ____ Completed and Signed Proposal ____ Completed and Signed Bid Sheets ____ Completed Information Required of Bidders Form ____ Completed References Sheet(s) ____ Executed Statement Acknowledging Penal and Civil Penalties Concerning the Contractor’s Licensing Law ____ Attached Resume of General Construction Superintendent or on-site Construction Manager for the Contractor ____ Completed Designation of Subcontractors Form ____ Completed and Signed Contractor’s Industrial Safety Record ____ Completed, Signed and Notarized Bid Bond or Other Security ____ Signed and Notarized Non-Collusion Declaration ____ Completed and Signed Acknowledgement of Addenda ____ Completed Bidder Statistical Information Form ____ All Addenda (if applicable) Failure of the Bidder to provide all required information in a complete and accurate manner may be considered non-responsive. B-83 P - 1 PROPOSAL CITY OF RANCHO PALOS VERDES HAWTHORNE BOULEVARD AND EDDINGHILL DRIVE TRAFFIC SIGNAL MODIFICATION PROJECT CITY PROJECT NO. 8857 TO THE DIRECTOR OF PUBLIC WORKS, CITY OF RANCHO PALOS VERDES: The undersigned, as bidder, declares that: (1) this proposal is made without collusion with any other person, firm or corporation, and that the only persons or parties interested as principals are those named herein; (2) bidder has carefully examined the project plans, specifications, instructions to bidders, proposal, notice to contractors and all other information furnished therefore and the site of the proposed work; (3) bidder has investigated and is satisfied as to the conditions to be encountered, the character, quality and quantities of work to be performed and materials to be furnished. Furthermore, bidder agrees that submission of this proposal shall be conclusive evidence that such examination and investigation have been made and agrees, in the event this contract be awarded to bidder, to enter into a contract with the CITY OF RANCHO PALOS VERDES, to perform said proposed work in accordance with the plans, if any, and the terms of the specifications, in the time and manner therein prescribed, and to furnish or provide all materials, labor, tools, equipment, apparatus and other means necessary so to do, except such thereof as may otherwise be furnished or provided under the terms of said specifications, for the following stated bid price or LUMP-SUM PRICE as submitted on the Schedule attached hereto: The bidder shall submit as part of this proposal a completed copy of the Contractor’s Industrial Safety Record. Accompanying this proposal is _______________ (Insert) “$_______________ “cash,” “Cashier’s Check,” “certified check,” or “Bid Bond,” as the case may be) in the amount equal to at least ten percent (10%) of the total aggregate bid price. The undersigned further agrees that should he/she be awarded the contract on the basis hereof and thereafter, defaults in executing the required contract, with necessary bonds and documents, within ten (10) days, not including Sundays and legal holidays, after having received notice that the contract has been awarded and is ready for signature, the proceeds of the security accompanying his bid shall become the property of the CITY OF RANCHO PALOS VERDES and this proposal and the acceptance thereof may be considered null and void. The undersigned certifies to have a minimum of five (5) consecutive years of current experience in the type of Work related to this Project and that this experience is in actual operation of the firm with permanent employees performing a part of the Work as distinct from a firm operating entirely by subcontracting all phases of the Work. The undersigned also certifies to be properly licensed by the State as a contractor to perform this type of Work and further certifies to have been so licensed for the five (5) years immediately preceding the date of receipt of Bids. The undersigned possesses California Contractor’s License Number ____________, Class _____, which expires on ___________________. Signature(s) of bidder: If an individual, so state. If a firm or co-partnership, state the firm name and give the names of all individual co-partners composing the firm. If a corporation, state legal name of corporation, also names of president, secretary, treasurer, and manager thereof. Two notarized officer’s signatures B-84 P - 2 and the corporate seal are required for corporations. Legal Business Name: Address: Telephone: Contact: Proposals which do not show the Contractor’s License Number and expiration date of the Bidder’s License under the provisions of Chapter 9 of Division 3 of the Business & Professional Code will be rejected. Bid Date This information must include all construction work undertaken in the State of California by the bidder and partnership joint venture or corporation that any principal of the bidder participated in as a principal or owner for the last five calendar years and the current calendar year prior to the date of bid submittal. Separate information shall be submitted for each particular partnership, joint venture, corporate or individual bidder. The bidder may attach any additional information or explanation of data which bidder would like to be taken into consideration in evaluating the safety record. An explanation must be attached of the circumstances surrounding any and all fatalities. B-85 P - 3 BID SCHEDULE INCLUDES ALL WORK TO BE DONE ON CITY OF RANCHO PALOS VERDES HAWTHORNE BOULEVARD AND EDDINGHILL DRIVE TRAFFIC SIGNAL MODIFICATION PROJECT CITY PROJECT NO. 8857 IN THE CITY OF RANCHO PALOS VERDES BID SHEET NAME OF COMPANY:____________________________________________________________ To the Honorable Mayor and Members of the City Council: In compliance with the Notice Inviting Sealed Bids, the undersigned hereby agrees to enter into a contract to furnish all labor, materials, equipment and supplies for the project identified as HAWTHORNE BOULEVARD AND EDDINGHILL DRIVE TRAFFIC SIGNAL MODIFICATION PROJECT, in accordance with the specifications and plans in the Contract Documents which are on file in the office of the Director of Public Works of the City of Rancho Palos Verdes to the satisfaction and under the direction of the Director of Public Works at the following prices: ITEM NO. DESCRIPTION ESTIMATED QUANTITY UNIT PRICE UNIT EXTENDED AMOUNT 100 Mobilization 1 LS 201 Traffic Control per City Requirements 1 LS 202 Temporary Traffic Signal 1 LS 301 Clearing and Grubbing 1 LS 302 NPDES Compliance/Water Pollution Control 1 LS 401 Surveying and Construction Staking 1 LS 402 Curb Ramp Replacement and Median Nose Adjustment 1 LS 501 Remove Striping 750 LF 502 Remove Sign and/or Post 2 EA 503 Install Sign and/or Post 6 EA 504 Relocate Sign and/or Post 4 EA 505 Install Striping 200 LF 506 Install Pavement Markings 1180 SF 601 Upgrade Controller to 2070 LX with 2033 BiTrans Software with all Auxiliary Equipment to provide the Operation Shown. 1 EA 602 Remove and Dispose Pole, Attached Equipment, Pull box and Foundation 9 EA B-86 P - 4 ITEM NO. DESCRIPTION ESTIMATED QUANTITY UNIT PRICE UNIT EXTENDED AMOUNT 603 Remove and Dispose Street Light and Foundation 2 EA 604 Obtain and Install Type PPB Post 2 EA 605 Obtain and Install Type 1-A Pole and 4 EA 606 Obtain and Install Type 15TS Pole and Foundation 1 EA 607 Obtain and Install Type 26 Pole and Foundation 2 EA 608 Obtain and Install 40' Signal Mast Arm 2 EA 609 Obtain and Install 15' Luminaire Mast Arm 4 EA 610 F&I 3-12" Vehicle Head w/ Mounting & Backplate w/ retroreflective yellow strip 14 EA 611 F&I Countdown Pedestrian Signal Head 8 EA 612 F&I Audible APS Pedestrian Push Button System 1 LS 613 F&I LED Illuminated Street Name Sign 2 EA 614 F&I Loop Detection System 1 LS 615 F&I #6 Pull Box 9 EA 616 F&I 2" Conduit PVC 5 LF 617 F&I 3" Conduit PVC 125 LF 618 F&I 4" Conduit PVC 225 LF 619 Wiring 1 LS TOTAL FOR BID SCHEDULE $ TOTAL AMOUNT IN WORDS FOR BID SCHEDULE B-87 P - 5 INFORMATION REQUIRED OF BIDDER Fill out all of the following information. Attach additional sheets if necessary. (1) Bidder’s name: (2) If the Bidder’s name is a fictitious name, who or what is the full name of the registered owner? If the Bidder’s name is not a fictitious name, write “N/A” in the response to this question. If you are doing business under a fictitious name, provide a copy of the filed valid Fictitious Business Name Statement. ______________________________________________________________________ (3) Business address: (4) Telephone: Facsimile: (5) Type of firm - Individual, Partnership, LLC or Corporation: (6) Corporation organized under the laws of the state of: (7) California State Contractor’s License Number and Class: (8) DIR Contractor Registration Number: (9) List the name and title of the person(s) who inspected the site of the proposed Work for your firm: (10) Number of years’ experience the company has as a contractor in construction work: (11) List the names, titles, addresses and telephone numbers of all individuals, firm members, partners, joint venturers, and company or corporate officers having a principal interest in this Proposal: B-88 P - 6 List at least three similar projects completed as of recent date: Contract Amount Class of Work Date Completed Name, Address of Owner, & Telephone No. (12) NOTE: Upon request of the CITY, the bidder shall furnish evidence showing a notarized financial statement, financial data, construction experience, or other information. (13) “Bidder shall be properly licensed at the time of bid submission or the bid shall be considered non-responsive and shall be rejected.” B-89 P - 7 REFERENCES For all public agency projects in excess of $300,000 you are currently working on or have worked on in the past five (5) years, provide the following information: Project 1 Name/ Number Project Description Approximate Construction Dates From: _______________ To: ________________ Agency Name: ______ Contact Person: Telephone: Address: Original Contract Amount: $ Final Contract Amount: $ If final amount is different from original amount, please explain (change orders, extra work, etc.) Did you file any claims against the Agency? Circle one: Yes No Did the Agency file any claims against you? Circle one: Yes No If you answered yes to either of the above two questions, please explain and indicate outcome of claims. Project 2 Name/ Number Project Description Approximate Construction Dates From: _______________ To: ________________ Agency Name: ______ Contact Person: Telephone: Address: Original Contract Amount: $ Final Contract Amount: $ B-90 P - 8 If final amount is different from original amount, please explain (change orders, extra work, etc.) Did you file any claims against the Agency? Circle one: Yes No Did the Agency file any claims against you? Circle one: Yes No If you answered yes to either of the above two questions, please explain and indicate outcome of claims. Project 3 Name/ Number Project Description Approximate Construction Dates From: _______________ To: ________________ Agency Name: ______ Contact Person: Telephone: Address: Original Contract Amount: $ Final Contract Amount: $ If final amount is different from original amount, please explain (change orders, extra work, etc.) Did you file any claims against the Agency? Circle one: Yes No Did the Agency file any claims against you? Circle one: Yes No If you answered yes to either of the above two questions, please explain and indicate outcome of claims. B-91 P - 9 Project 4 Name/ Number Project Description Approximate Construction Dates From: _______________ To: ________________ Agency Name: ______ Contact Person: Telephone: Address: Original Contract Amount: $ Final Contract Amount: $ If final amount is different from original amount, please explain (change orders, extra work, etc.) Did you file any claims against the Agency? Circle one: Yes No Did the Agency file any claims against you? Circle one: Yes No If you answered yes to either of the above two questions, please explain and indicate outcome of claims. Project 5 Name/ Number Project Description Approximate Construction Dates From: _______________ To: ________________ Agency Name: ______ Contact Person: Telephone: Address: Original Contract Amount: $ Final Contract Amount: $ If final amount is different from original amount, please explain (change orders, extra work, etc.) B-92 P - 10 Did you file any claims against the Agency? Circle one: Yes No Did the Agency file any claims against you? Circle one: Yes No If you answered yes to either of the above two questions, please explain and indicate outcome of claims. Project 6 Name/ Number Project Description Approximate Construction Dates From: _______________ To: ________________ Agency Name: ______ Contact Person: Telephone: Address: Original Contract Amount: $ Final Contract Amount: $ If final amount is different from original amount, please explain (change orders, extra work, etc.) Did you file any claims against the Agency? Circle one: Yes No Did the Agency file any claims against you? Circle one: Yes No If you answered yes to either of the above two questions, please explain and indicate outcome of claims. B-93 P - 11 STATEMENT ACKNOWLEDGING PENAL AND CIVIL PENALTIES CONCERNING THE CONTRACTORS’ LICENSING LAWS [Business & Professions Code 7028.15] [Public Contract Code 20103.5] I, the undersigned, certify that I am aware of the following provisions of California law and that I, or the entity on whose behalf this certification is given, hold a currently valid California contractor’s license as set forth below: Business & Professions Code 7028.15: (a) It is a misdemeanor for any person to submit a bid to a public agency in order to engage in the business or act in the capacity of a contractor within this state without having a license therefore, except in any of the following cases: (1) The person is particularly exempted from this chapter. (2) The bid is submitted on a state project governed by Section 10164 of the Public Contract Code or on any local agency project governed by Section 20104 [now ‘20103.5] of the Public Contract Code. (b) If a person has been previously convicted of the offense described in this section, the court shall impose a fine of 20 percent of the price of the contract under which the unlicensed person performed contracting work, or four thousand five hundred dollars ($4,500), whichever is greater, or imprisonment in the county jail for not less than 10 days nor more than six months, or both. In the event the person performing the contracting work has agreed to furnish materials and labor on an hourly basis, “the price of the contract” for the purposes of this subdivision means the aggregate sum of the cost of materials and labor furnished and the cost of completing the work to be performed. (c) This section shall not apply to a joint venture license, as required by Section 7029.1. However, at the time of making a bid as a joint venture, each person submitting the bid shall be subject to this section with respect to his or her individual licensure. (d) This section shall not affect the right or ability of a licensed architect, land surveyor, or registered professional engineer to form joint ventures with licensed contractor to render services within the scope of their respective practices. (e) Unless one of the foregoing exceptions applies, a bid submitted to a public agency by a contractor who is not licensed in accordance with this chapter shall be considered non-responsive and shall be rejected by the public agency. Unless one of the foregoing exceptions applies, a local public agency shall, before awarding a contract or issuing a purchase order, verify that the contractor was properly licensed when the contractor submitted the bid. Notwithstanding any other provision of law, unless one of the foregoing exceptions applies, the registrar may issue a citation to any public officer or employee of a public entity who knowingly awards a contract or issues a purchase order to a contractor who is not licensed pursuant to this chapter. The amount of civil penalties, appeal, and finality B-94 P - 12 of such citations shall be subject to Sections 7028.7 to 7028.13 inclusive. Any contract awarded to, or any purchase order issued to, a contractor who is not licensed pursuant to this chapter is void. (f) Any compliance or noncompliance with subdivision (e) of this section, as added by Chapter 863 of the Statutes of 1989, shall not invalidate any contract or bid awarded by a public agency during which time that subdivision was in effect. (g) A public employee or officer shall not be subject to a citation pursuant to this section if the public employee, officer, or employing agency made an inquiry to the board for the purposes of verifying the license status of any person or contractor and the board failed to respond to the inquiry within three business days. For purposes of this section, a telephone response by the board shall be deemed sufficient. Public Contract Code 20103.5: In all contracts subject to this part where federal funds are involved, no bid submitted shall be invalidated by the failure of the bidder to be licensed in accordance with the laws of this state. However, at the time the contract is awarded, the contractor shall be properly licensed in accordance with the laws of this state. The first payment for work or material under any contract shall not be made unless and until the Registrar of Contractors verifies to the agency that the records of the Contractor’s State License Board indicate that the contractor was properly licensed at the time the contract was awarded. Any bidder or contractor not so licensed shall be subject to all legal penalties imposed by law including, but not limited to, any appropriate disciplinary action by the Contractor’s State License Board. The agency shall include a statement to that effect in the standard form of prequalification questionnaire and financial statement. Failure of the bidder to obtain proper and adequate licensing for an award of a contract shall constitute a failure to execute the contract and shall result in the forfeiture of the security of the bidder. License No.: Class: Expiration Date: Date: Signature: B-95 P - 13 RESUME Attach to this Bid the experience resume of the person who will be designated as General Construction Superintendent or on-site Construction Manager for the Contractor. B-96 P - 14 DESIGNATION OF SUBCONTRACTORS [Public Contract Code Section 4104] List all Subcontractors who will perform Work or labor or render service to the Contractor in or about the construction of the Work or improvement, or a Subcontractor licensed by the State of California who, under subcontract to the Contractor, specially fabricates and installs a portion of the Work or improvement according to detailed drawings contained in the Plans and Specifications, in an amount in excess of one-half percent (0.5%) of the Contractor’s total Bid or, in the case of bids or offers for the construction of streets or highways, including bridges, in excess of one-half percent (0.5%) of the Contractor’s total Bid or $10,000, whichever is greater. If all Subcontractors do not fit on this page, attach another page listing all information for all other Subcontractors. Name under which Subcontractor is Licensed and Registered California Contractor’s License Number(s) and Class(es) California DIR Contractor Registration Number Address and Phone Number Type of Work (e.g., Electrical) Percentage of Total Bid (e.g., 10%)1 1 The percentage of the total Bid shall represent the “portion of the work” for the purposes of Public Contract Code Section 4104(b). B-97 P - 15 Contractor’s INDUSTRIAL SAFETY RECORD FORM Bidder’s Name _______________________________________ Current Year of Record 2024 2023 2022 2021 2020 Total Number of contracts Total dollar amount of contracts (in thousands of dollars) Number of fatalities Number of lost workday cases Number of lost workday cases involving permanent transfer to another job or termination of employment The above information was compiled from the records that are available to me at this time and I declare under penalty of perjury that the information is true and accurate within the limitations of those records. Signature: Title: Date: Signature: Title: Date: B-98 P - 16 BID BOND KNOW ALL PERSONS BY THESE PRESENTS that: WHEREAS the (“Public Agency”), has issued an invitation for bids for the work described as follows: HAWTHORNE BOULEVARD AND EDDINGHILL DRIVE TRAFFIC SIGNAL MODIFICATION PROJECT WHEREAS (Name and address of Bidder) (“Principal”), desires to submit a bid to Public Agency for the work. WHEREAS, bidders are required under the provisions of the California Public Contract Code to furnish a form of bidder’s security with their bid. NOW, THEREFORE, we, the undersigned Principal, and (Name and address of Surety) (“Surety”) a duly admitted surety insurer under the laws of the State of California, as Surety, are held and firmly bound unto the Public Agency in the penal sum of Dollars ($ ), being not less than ten percent (10%) of the total bid price, in lawful money of the United States of America, for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors, and assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH THAT, if the hereby bounded Principal is awarded a contract for the work by the Public Agency and, within the time and in the manner required by the bidding specifications, enters into the written form of contract included with bidding specifications, furnishes the required bonds, one to guarantee faithful performance and the other to guarantee payment for labor and materials, and furnishes the required insurance coverage, then this obligation shall become null and void; otherwise, it shall be and remain in full force and effect. In case suit is brought upon this bond, Surety further agrees to pay all court costs incurred by the Public Agency in the suit and reasonable attorneys’ fees in an amount fixed by the court. Surety hereby waives the provisions of California Civil Code 2845. IN WITNESS WHEREOF, this instrument has been duly executed by Principal and Surety, on the date set forth below, the name of each corporate party being hereto affixed and these presents duly signed by its undersigned representative(s) pursuant to authority of its governing body. Dated: “Principal” “Surety” B-99 P - 17 By: Its: By: Its: By: Its: By: Its: (Seal) (Seal) Note: This bond must be dated, all signatures must be notarized, and evidence of the authority of any person signing as attorney-in-fact must be attached. B-100 P - 18 NONCOLLUSION DECLARATION TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID [Public Contract Code § 7106] State of California ) County of ____________ ) ss. City of _______________ ) The undersigned declares: I am the ___________________ of ___________________, the party making the foregoing bid. The bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation. The bid is genuine and not collusive or sham. The bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid. The bidder has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or to refrain from bidding. 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. All statements contained in the bid are true. 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, to any corporation, partnership, company association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid, and has not paid, and will not pay, any person or entity for such purpose. Any person executing this declaration on behalf of a bidder that is a corporation, partnership, joint venture, limited liability company, limited liability partnership, or any other entity, hereby represents that he or she has full power to execute, and does execute, this declaration on behalf of the bidder. I declare under penalty of perjury under the laws of the State of California that the foregoing is true and correct and that this declaration is executed on ____________________[date], at _________________________________[city], _____________________[state]. Signature ________________________________ Subscribed and sworn to before me on ________________________________. (Date) (Notary Seal) Signature ________________________________ Notary Public B-101 P - 19 ACKNOWLEDGMENT OF ADDENDA Bidder’s Name: ____________________________________ The Bidder shall signify receipt of all Addenda here, if any: Addendum Number Date Received Signature If there are more Addenda than there is room in the chart above, attach another page acknowledging receipt of the Addenda. Signature: Title: Date: B-102 P - 20 This form shall be submitted with the Bid B-103 1 CITY OF RANCHO PALOS VERDES HAWTHORNE BOULEVARD AND EDDINGHILL DRIVE TRAFFIC SIGNAL MODIFICATION PROJECT SHEET INDEX TITLE SHEET AND SHEET INDEX1 2 GENERAL NOTES (CONT'D) DESCRIPTIONSHT NO. 4 GENERAL NOTES (NOTES CONT'D SHEET 2) 1.ALL WORK SHALL CONFORM TO THE COMMITTEE OF PUBLIC WORKS STANDARDS, INC. “GREENBOOK” STANDARD PLANS AND SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION, LATEST EDITION, INCLUDING SUPPLEMENTS. 2. WORK IN PUBLIC STREETS, ONCE BEGUN, SHALL BE COMPLETED WITHOUT DELAY SO AS TO PROVIDE MINIMUM INCONVENIENCE TO ADJACENT PROPERTY OWNERS AND TO THE TRAVELING PUBLIC. 3. IT SHALL BE THE RESPONSIBILITY OF CONTRACTOR TO APPLY TO THE CITY, PRIOR TO CONSTRUCTION FOR AN ENCROACHMENT PERMIT FOR ALL WORK WITHIN THE PUBLIC RIGHT-OF-WAY. 4. NO TRENCHES MAY BE LEFT OPEN OVERNIGHT UNLESS APPROVED BY THE CITY. 5. WORK HOURS, INCLUDING SET-UP AND TAKE-DOWN OF TRAFFIC CONTROL, SHALL BE LIMITED TO THE FOLLOWING, UNLESS OTHERWISE NOTED IN THE SPECIAL CONDITIONS a. 9:00AM TO 4:00PM MONDAY THROUGH FRIDAY ON ARTERIAL AND COLLECTOR STREETS b. 8:00AM TO 5:00PM MONDAY THROUGH FRIDAY ON LOCAL AND RESIDENTIAL STREETS c. NO WORK SHALL BE ALLOWED ON SATURDAY AND SUNDAY d. NO WORK SHALL BE ALLOWED ON FEDERAL, STATE, OR CITY HOLIDAYS 6. CONTRACTOR SHALL NOTIFY ALL AFFECTED BUSINESSES AND RESIDENCES IN WRITING AT LEAST THREE (3) FULL WORKING DAYS BEFORE THE START OF ANY CONSTRUCTION. 7. CONTRACTOR SHALL BE RESPONSIBLE DURING ALL PHASES OF THE WORK TO PROVIDE FOR PUBLIC SAFETY AND CONVENIENCE. CONTRACTOR SHALL ESTABLISH ADEQUATE ACCESS TO DRIVEWAYS AT THE END OF EACH WORKING DAY TO THE SATISFACTION OF THE CITY. 8. ALL SIDEWALK AND CURB AND GUTTER DEMOLITION SHALL BEGIN AND END AT THE CONSTRUCTION JOINT NEAREST TO THE DEPICTED DEMOLITION EXTENTS WITH A NEAT SAWCUT LINE TO FULL DEPTH OF THE PAVEMENT SECTION. 9. RECORD DRAWINGS OF THE COMPLETED PROJECT SHALL BE SUBMITTED FOR THE APPROVAL BY THE CITY. 10. CONTRACTOR SHALL PROVIDE ADA COMPLIANT ACCESS THROUGH OR AROUND THE SITE AT ALL TIMES AND SHALL ENSURE THE SAFETY OF ALL THOSE PASSING THROUGH OR ADJACENT TO THE SITE. COST SHALL BE CONSIDERED INCIDENTAL TO THE WORK AND NO SEPARATE PAYMENT SHALL BE MADE. 3 STREET IMPROVEMENT PLAN 4 TRAFFIC SIGNAL MODIFICATION PLAN PROJECT LOCATION TITLE SHEET AND SHEET INDEX HAWTHORNE BLVD AND EDDINGHILL DR/SEAMOUNT DR 2024.11.18 B-104 SIGNING AND STRIPING GENERAL NOTES 1.ALL WORK SHALL CONFORM TO THE LATEST EDITION OF CALTRANS STANDARD PLANS, STANDARD SPECIFICATIONS, AND CALIFORNIA MANUAL ON UNIFORM TRAFFIC CONTROL DEVICES (CA MUTCD). 2. TRAFFIC STRIPING, RAISED PAVEMENT MARKERS, REFLECTIVE MATERIALS, THE APPLICATION OF THERMOPLASTIC STRIPING AND PAVEMENT MARKINGS, AND THE INSTALLATION OF RAISED PAVEMENT MARKERS SHALL CONFORM TO THE PROVISIONS IN THE CALTRANS STANDARD SPECIFICATIONS, SECTIONS 84, "TRAFFIC STRIPES AND PAVEMENT MARKINGS" AND SECTION 85, "PAVEMENT MARKERS". 3. STRIPING DETAILS, PAVEMENT LEGENDS AND SYMBOLS SHALL CONFORM TO THOSE IN CALTRANS STANDARD PLANS. PAVEMENT LEGENDS AND SYMBOLS SHALL BE WHITE, UNLESS NOTED OTHERWISE. ALL STRIPING SHALL BE 2-COAT PAINT EXCEPT AS NOTED. 4. LANE LINE AND/OR CENTERLINE PAVEMENT DELINEATION, WHERE EXISTING OR CALLED FOR ON THE PLANS, SHALL BE PROVIDED AT ALL TIMES FOR TRAVELED WAYS OPEN TO PUBLIC TRAFFIC. WHENEVER THE WORK CAUSES OBLITERATION OF PAVEMENT DELINEATION, TEMPORARY PAVEMENT DELINEATION OR PERMANENT TRAFFIC STRIPES OF THE APPROPRIATE COLOR AND DETAIL SHALL BE IN PLACE, IN THE LOCATIONS SHOWN ON THE PLANS, PRIOR TO OPENING THE TRAVELED WAY TO PUBLIC TRAFFIC. 5. ALL CONFLICTING EXISTING STRIPING, PAINTED SYMBOLS AND RAISED PAVEMENT MARKERS SHALL BE REMOVED. THE REMOVAL OF PAINTED MARKINGS AND RAISED PAVEMENT MARKERS SHALL CONFORM TO THE PROVISIONS OF THE CALTRANS STANDARD SPECIFICATIONS. 6. PAVEMENT DAMAGED DUE TO REMOVING RAISED PAVEMENT MARKERS SHALL BE REPAIRED TO THE SATISFACTION OF THE CITY PROJECT MANAGER. 7. DETAILS AND DIMENSIONS FOR TRAFFIC SIGNS, INSTALLATIONS AND/OR REMOVAL SHALL CONFORM TO THE CALTRANS STANDARD SPECIFICATIONS SECTION 56, AND STANDARD PLANS. TRAFFIC WARNING AND REGULATORY SIGNS SHALL HAVE REFLECTORIZED HIGH INTENSITY DIAMOND GRADE (DG) SHEETING ON 0.080-INCH THICK 5062H38 ALUMINUM. MATERIALS SHALL BE CERTIFIED BY THE MANUFACTURER AS MEETING ALL APPLICABLE SPECIFICATIONS. 8. SIGN POSTS SHALL BE TELESPAR (OR APPROVED EQUAL) 2-INCH SQUARE 14 GAUGE POSE WITH PREPUNCHED HOLES AT ONE INCH (1") SPACINGS. SIGN POST SHALL BE INSTALLED IN A TELESPAR (2-1/2 INCH SQUARE BY 18 INCH) 14 GAUGE REUSABLE ANCHOR SLEEVE AND A TELESPAR (2-1/4 INCH SQUARE BY 30 INCH) 12 GAUGE ANCHOR. SIGN POST SHALL EXTEND INTO ANCHOR SLEEVE 12 INCH MINIMUM. DRIVE ANCHOR POST AND ANCHOR SLEEVE INTO GROUND LEAVING TWO ROWS OF HOLES EXPOSED. 9. TRAFFIC SIGN POSTS SHALL NOT BE INSTALLED UNTIL LOCATIONS ARE SPOTTED BY THE CONTRACTOR AND APPROVED BY THE CITY INSPECTOR. PROTECTION OF WORK AREA NOTES 1. CONTRACTOR SHALL BEAR SOLE AND COMPLETE RESPONSIBILITY FOR JOB SITE CONDITIONS DURING THE COURSE OF CONSTRUCTION INCLUDING THE SAFETY OF ALL PERSONS AND PROPERTY. THIS REQUIREMENT SHALL APPLY CONTINUOUSLY AND NOT BE LIMITED TO NORMAL WORKING HOURS. CONTRACTOR SHALL HOLD THE CITY AND ENGINEER HARMLESS AS A RESULT OF ANY CLAIMS ARISING FROM ACTIONS ENROUTE TO OR AWAY FROM THE SITE. 2. CONTRACTOR SHALL PROTECT ALL PUBLIC AND PRIVATE PROPERTY IN THE WORK AREA AND SHALL RESTORE OR REPLACE ANY DAMAGE IN KIND TO ANY PROPERTY INSIDE OR OUTSIDE THE WORK AREA AT NO ADDITIONAL COST. TRAFFIC CONTROL NOTES 1. CONTRACTOR SHALL PROVIDE A TRAFFIC CONTROL PLAN FOR THE COMPLETION OF THE PROPOSED IMPROVEMENTS PER THE CURRENT CALIFORNIA MANUAL ON UNIFORM TRAFFIC CONTROL DEVICES (CA MUTCD) TO THE SATISFACTION OF THE CITY. ALL WORK ACTIVITIES SHALL CONFORM TO THE CA MUTCD. 2. PRIOR TO THE IMPLEMENTATION OF AN APPROVED TRAFFIC CONTROL PLAN, OR PRIOR TO THE IMPLEMENTATION OF AN APPROVED CHANGE IN THE APPROVED TRAFFIC CONTROL PLAN, CONTRACTOR SHALL PROVIDE A 72-HOUR NOTIFICATION TO THE AFFECTED PROPERTIES, LAW ENFORCEMENT, AND FIRE DEPARTMENT. 3. CONTRACTOR SHALL NOTIFY THE CITY AT LEAST 3 WORKING DAYS PRIOR TO DISTURBING ANY EXISTING, OR INSTALLING ANY NEW, TRAFFIC SIGNS, SIGNALS, OR OTHER TRAFFIC CONTROL DEVICES. 4. CONTRACTOR SHALL PREMARK THE LAYOUT OF ANY PERMANENT TRAFFIC CONTROL PAVEMENT MARKINGS, INDICATING THE PROPOSED LOCATION AND TYPE OF MARKING TO BE INSTALLED. THE PREMARKING MAY CONSIST OF TYPE D TAPE, CHALK, OR LUMBER CRAYONS. CONTRACTOR SHALL ALLOW 3 WORKING DAYS FOR THE INSPECTION AND APPROVAL OF THE PREMARKINGS PRIOR TO THE INSTALLATION OF PERMANENT PAVEMENT MARKINGS. 5. CONTRACTOR SHALL SUBMIT ANY REQUESTS FOR TEMPORARY “NO PARKING” RESTRICTIONS TO THE PROJECT OFFICER AT LEAST 3 WORKING DAYS PRIOR TO THE DESIRED ONSET OF RESTRICTIONS. PRIOR TO A REQUEST FOR THE REMOVAL OF ACCESS TO ANY ADA PARKING SPACE, CONTRACTOR SHALL HAVE MADE PROVISION FOR ALTERNATIVE ADA PARKING AS INDICATED ON THE APPROVED PLAN OR AS DIRECTED BY THE PROJECT CITY. 6. CONTRACTOR SHALL PRESERVE ALL BUS STOPS, INCLUDING MAINTAINING ADEQUATE ACCESSIBILITY THROUGH AND ADJACENT TO THE CONSTRUCTION FOR BUSES AND THEIR PASSENGERS. CONTRACTOR SHALL NOT CLOSE, RELOCATE, OR OTHERWISE MODIFY A BUS STOP WITHOUT PRIOR APPROVAL OF THE OWNER/OPERATOR OF THE BUS STOP AND THE CITY. 7. WHEN CONDITIONS WARRANT DUE TO TRAFFIC VOLUMES, PATTERNS, OR SPECIAL EVENTS, THE CITY MAY SUSPEND OR OTHERWISE DIRECT CONTRACTOR'S ACTIVITIES TO PROTECT THE PUBLIC AND OR THE CITY'S TRANSPORTATION NETWORK. UTILITY NOTES 1. IN THE EVENT OF A UTILITY EMERGENCY, CONTRACTOR SHALL IMMEDIATELY NOTIFY THE CITY AND THE FOLLOWING AS APPLICABLE: a. SEWER: 800-675-4375 b. WATER 310-420-8167 c. GAS: 800-427-2200 d. ELECTRIC: 800-655-4555 2. CONTRACTOR SHALL CONTACT UNDERGROUND SERVICE ALERT (DIG ALERT) AT 811 TWO (2) FULL WORKING DAYS PRIOR TO START OF WORK. CONTRACTOR SHALL OBTAIN AND MAINTAIN VALID DIG ALERT REFERENCE NUMBER THROUGH THE DURATION OF THE PROJECT AS NECESSARY FOR CONSTRUCTION. CONTRACTOR SHALL IDENTIFY ALL UTILITIES IN THE WORK SELECT AREA. 3. THE EXISTENCE AND LOCATION OF UNDERGROUND UTILITY OR SUBSTRUCTURE SHOWN ON THESE PLANS WAS OBTAINED BY A SEARCH OF AVAILABLE RECORDS, APPROVAL OF THESE PLANS BY THE CITY OF RANCHO PALOS VERDES DOES NOT CONSTITUTE A REPRESENTATION AS TO THE ACCURACY OR COMPLETENESS OF THE LOCATION OR THE EXISTENCE OR NONEXISTENCE OF ANY UNDERGROUND UTILITY OR SUBSTRUCTURE WITHIN THE LIMITS OF THE PROJECT. 4. THE LOCATION OF ALL EXISTING UTILITIES SHOWN ON THESE PLANS ARE FROM BEST AVAILABLE RECORDS AND SHALL BE CONSIDERED TO BE APPROXIMATE. WHEN CONSTRUCTION ACTIVITY REACHES IN PROXIMITY TO EXISTING UTILITIES, THE TRENCH(ES) SHALL BE OPENED A SUFFICIENT DISTANCE AHEAD OF THE WORK OR TEST PITS SHALL BE MADE TO VERIFY THE EXACT LOCATION AND INVERTS OF THE UTILITY TO ALLOW FOR POSSIBLE CHANGES IN THE LINE OR GRADE AS DIRECTED BY THE CITY. CONTRACTOR SHALL BE RESPONSIBLE FOR ANY DAMAGE TO THE EXISTING UTILITIES AND THE RELATED STRUCTURES. ALL EXISTING UTILITY SYSTEMS SHALL BE PROTECTED TO PREVENT DAMAGE DURING CONTRACTOR'S OPERATIONS. ANY SYSTEM DAMAGED SHALL BE PROMPTLY REPAIRED AT NO COST TO THE OWNER. 5. UNLESS OTHERWISE DIRECTED, CONTRACTORS ARE EXPRESSLY PROHIBITED FROM OPERATING ANY WATER VALVES OR APPURTENANCES. CONTRACTORS SHALL SUBMIT ALL REQUESTS FOR VALVE OPERATIONS TO THE CITY AT LEAST 1 WEEK IN ADVANCE OF THE REQUIRED OPERATION. 6. CONTRACTOR SHALL RELOCATE/ADJUST EXISTING MANHOLES, COVERS, UTILITY BOXES, VALVES, VAULTS, AND OTHER APPURTENANCES TO GRADE. NPDES NOTES 1. CONTRACTOR SHALL TAKE ALL NECESSARY AND PROPER PRECAUTIONS TO PROTECT ADJACENT PROPERTIES FROM ANY AND ALL DAMAGE THAT MAY OCCUR FROM STORM WATER RUNOFF AND/OR DEPOSITION OF DEBRIS RESULTING FROM ANY AND ALL WORK IN CONNECTION WITH CONSTRUCTION ACTIVITIES. 2. CONTRACTOR SHALL PREPARE A WET WEATHER EROSION CONTROL PLAN DELINEATING BMPS TO BE INSTALLED PER NPDES, SWPPP, SUSMP, AND LOCAL, STATE AND FEDERAL REGULATIONS TO BE APPROVED BY THE CITY PRIOR TO THE START OF CONSTRUCTION. 3. ERODED SEDIMENTS AND OTHER POLLUTANTS SHALL BE RETAINED ON SITE AND SHALL NOT BE ALLOWED TO LEAVE THE SITE VIA SHEET FLOW, SWALES, AREA DRAINS, NATURAL DRAINAGE COURSES, OR WIND. 4. STOCKPILES OF EARTH AND OTHER CONSTRUCTION RELATED MATERIALS SHALL BE PROTECTED FROM LEAVING THE SITE BY FORCES OF WIND OR WATER. 5. FUELS, OILS, SOLVENTS, AND OTHER TOXIC MATERIALS SHALL BE STORED IN ACCORDANCE WITH THEIR LISTING AND SHALL NOT CONTAMINATE THE SOIL AND SURFACE WATERS. 6. SPILLS SHALL BE CLEANED UP IMMEDIATELY AND DISPOSED OF IN A PROPER MANNER. SPILLS SHALL NOT BE WASHED INTO THE DRAINAGE SYSTEM. EXCESS OR WASTE CONCRETE SHALL NOT BE WASHED INTO THE PUBLIC WAY OR ANY OTHER DRAINAGE SYSTEM. 7. PROVISIONS SHALL BE MADE TO RETAIN CONCRETE WASTES ON SITE UNTIL THEY CAN BE DISPOSED OF AS SOLID WASTE. TRASH AND CONSTRUCTION RELATED SOLID WASTES MUST BE DEPOSITED INTO A COVERED RECEPTACLE TO PREVENT CONTAMINATION OF RAINWATER AND DISPERSAL BY WIND. SEDIMENTS AND OTHER MATERIALS SHALL NOT BE TRACKED FROM THE SITE BY VEHICLE TRAFFIC. 8. CONSTRUCTION ENTRANCES SHALL BE STABILIZED SO AS TO INHIBIT SEDIMENTS FROM BEING DEPOSITED INTO THE PUBLIC WAY, ACCIDENTAL DEPOSITIONS SHALL BE SWEPT UP IMMEDIATELY AND SHALL NOT BE WASHED DOWN BY RAIN OR OTHER MEANS. ANY SLOPES WITH DISTURBED SOILS OR DENUDED OF VEGETATION MUST BE STABILIZED AS TO INHIBIT EROSION BY WIND AND WATER. 9. THE BMP'S AS OUTLINED IN, BUT NOT LIMITED TO, THE CALIFORNIA STORM WATER BEST MANAGEMENT PRACTICE HANDBOOK, CALIFORNIA STORM WATER QUALITY TASK FORCE, SACRAMENTO, CALIFORNIA, THE LATEST REVISED EDITION MAY APPLY DURING CONSTRUCTION. ADDITIONAL MEASURES MAY BE REQUIRED IF DEEMED APPROPRIATE BY INSPECTOR. SURVEY NOTES 1. CONTRACTOR SHALL PROTECT ALL SURVEY MONUMENTS AND BENCHMARKS AND SHALL TIE OUT AND REPLACE ALL DISTURBED MONUMENTS AND BENCHMARKS AT NO COST THE CITY. 2. CONTRACTOR SHALL BE RESPONSIBLE FOR LAYING OUT THE WORK AND SHALL RETAIN A PROFESSIONAL LAND SURVEYOR LICENSED IN THE STATE OF CALIFORNIA TO PROVIDE ALL NECESSARY CONSTRUCTION LAYOUTS AND ESTABLISH ALL CONTROL LINES, GRADES, AND ELEVATIONS DURING CONSTRUCTION. CONTRACTOR SHALL SUBMIT A COPY OF ALL CUT SHEETS FOR REVIEW, PER THE SPECIFICATIONS. THE COST OF ALL NECESSARY SURVEYING SERVICES SHALL BE CONSIDERED INCIDENTAL TO THE WORK AND, UNLESS OTHERWISE SPECIFIED, THE COST SHALL BE INCORPORATED INTO THE COSTS FOR RELEVANT ITEMS. 2 4 GENERAL NOTES (CONT'D) HAWTHORNE BLVD AND EDDINGHILL DR/SEAMOUNT DR 2024.11.18 B-105 E E E E E E E E E E E E E E E E E E E E E E E E E E E E E E E G G G G G G G G G G G G GGGGGGGGGGGGGGGG G G G G G G G G G G G G G G G G G G G G G G G G G G G G G G G G G G G G G G G G G G 3 4STREET IMPROVEMENT PLAN HAWTHORNE BLVD AND EDDINGHILL DR/SEAMOUNT DR · · · B-106 E E E E E E E E E E E E E E E E E E E E E E E E E E E E E E E E E E E E E E E E E E E E E E E G G G G G G G G G G G G GGGGGGGGGGGGGGGG G G G G G G G G G G G G G G G G G G G G G G G G G G G G G G G G G G G G G G G G G G G G G G G G G BIKE LANE BIKE LANE E E E E E E E E G G G G G EDDINGHILL DR.SEAMOUNT DR. HA W T H O R N E BL V D . Know what'sbelow.Callbefore you dig. 020 10 20 40 4 4 EDDINGHILL DR. RANCHO PALOS VERDES SEAMOUNT DR. RANCHO PALOS VERDES EDDINGHILL DR. RANCHO PALOS VERDES SEAMOUNT DR. RANCHO PALOS VERDES TRAFFIC SIGNAL MODIFICATION PLAN HAWTHORNE BLVD AND EDDINGHILL DR/SEAMOUNT DR B-107 CI T Y F U N D S S U M M A R Y GE N E R A L F U N D S U M M A R Y AP P E N D I X BU D G E T P R O G R A M S BU D G E T O V E R V I E W City of Rancho Palos Verdes | Adopted Budget | Capital Improvement Program (Fiscal Years 2024-2025 through 2028-29) 375 FY28/29 Overallas of 3/22/24 Planning $ - TBD $ - $ - $ - Committed FY24/25 FY25/26 FY26/27 Insert Descriptive Photo PROJECT DESCRIPTION This project is to intended to install a left turn arrow signal at the existing traffic signal at the intersection of Hawthorne Boulevard and Eddinghill Drive/Seamount Drive. PROJECT COST ESTIMATES 8800 Series Right-of-Way Improvements Projects 8857 Hawthorne Boulevard at Eddinghill/Seamount Left Turn Signal FY27/28 FY28/29 -$ Environmental $ - TBD $ - $ - $ - -$ Engineering $ 40,000 TBD $ - $ - $ - 40,000$ $ - 10,000$ Construction $ 200,000 TBD $ - $ - $ - Management $ 10,000 TBD $ - $ - 200,000$ Inspection $ 20,000 TBD $ - $ - $ - 20,000$ Project Contingency $ 30,000 TBD $ - $ - $ - 30,000$ Budgeted 211 (1911 Act)-$ 300,000$ TBD 300,000$ FUNDING Currently FY24/25 FY25/26 FY26/27 FY27/28 Future Fiscal Years -$ 300,000$ TBD -$ -$ -$ -$ -$ -$ -$ -$ -$ -$ -$ -$ -$ -$ -$ -$ -$ -$ -$ -$ -$ -$ -$ -$ -$ -$ -$ -$ -$ -$ -$ -$ -$ -$ -$ On January 16, 2024, based on the findings of a traffic study and TSC’s recommendation concurring with the recommended measures, the City Council approved the installation of left-turn signal arrows for Hawthorne Boulevard at Eddinghill Drive/Seamount Drive. -$ Estimated annual operating / maintenance cost TBD ESTIMATED SCHEDULE Engineering and Construction in Fiscal Year 2024-25 Project Location Map Background and Justification -$ 300,000$ TBD -$ -$ -$ IIIIIIInInInInIIIIIIIInInInnIIIInInInIInInIIInnnIInInnInInIIIInnInInnnInIInnnnnnIInnnnIIInnnnInnInnInInInnnnnnnnnnnnnnnnnnnnIIInnnIInnnInnnnnnIIIInnsesesesesesesesesesesesesesesesesessesseseeeseseseseseseseseseseseseseseseeeeseeseseeeseseeeseeeeee tttrtrtrttrtttrtrtttttrtrtrtrrtrtrtttrttttrrtrtrtrtrtrtrttrtttttrtrtrtrttrtrtrtrtrttrrrtrrtrtrttttrtrtttrrtrrrtrtrtrttttrtrrtrttttttrrtrrrtttttrrrrtttttttrrrtrrttrttttrrrtttrttrrrrrtttttrttrrrrrtttttrrrrttttttrrrrttrtrtrrtttrrrrrtttttrrrrtttttrtrrrtrtrttrrrrtttttttttttrrrrrtttttttttttrrtrtrttttttttrrtttrrrtrtttrrttttrrttttt DDDDDDDDDDDDDDDDDDDDDDDDDDDDDDDDDDDDDDDDDDDDDDDDDDDDDDDDDDDDDDDDDDDDDDDDDDDDDDDDDDDDDDDDDDDDDDDDDDDDDDDDDDDDDDDDDDDDDDDDDDDDDDDDDDDDDDDDDDDDDDDDDDDDDDDDDDDDDDDDDDDDDDDDDDDDDDDDDDDDDDDDDDDDDDDDDDDDDDDDDDDDDDDDDDDDDDDDDDDDDDDDDDDDDDDDDDDDDDDDDDDDDeeeeeeesesesessesesessesssesesesessssesssesseeeeeeesessesssessssesseeeeeeeesesesssessesesseeseeeeeesssseseseseseeseseesesseseseeeeeeseeseessssssseseseeeseseeseeseseeesseseseseeesesssseseseseseeeeeeeeseseseseseseeseeeeeeseesesesesesesseseseseeeeesesesesesesseseesesesssesseseeeesesseeesesesessesseeseseeesesesesssesseeeseseseseseseessscrcrcrcccrccrcrcrcrcrccrcrcrcrcrrcrcrcrcccccrccrcrrrcrcrrrcrcccccrccrrrcrrrrrrccrcrrrrrrrrrcrccrrrrcrrrrrrcrcrcrrrrrcrccrcrccrcrcrrrrrcccrrcrcccrcrrrrrrccrcccrcrccrcrrrrrrcrcrcrccrccrccccccrrrccrccrccccccrrrrrrcccrcrcrcrcccrrrrcrcrcrcccrcrrrrrrrrcrcccrrrcrcrrrrrccrccccccrrrrrrcrcccccccrrcrrrrrrccrcccccccrcrrrrrrrrrrrcccrcccrrrrrrrrrrrcrcccccrrrrrccrccrcccccrrrrrrccccrrrrccrccccrrrrrccccccrrrrrccccrrrrrcripipipipiipipippipiipipiiiippipppipipiipppipiipipiiipppipipipppiipppiiipippipppppipipipiippppipipipipiipipipipiiippippppppppipiipippipppppiiiipppppipiipippiipipppppipippppiipppiiipppiiiiipippppppiiiiiippppiiiiiippppppiiippppppiiiipppiiippipippiiiippipippppippiiipppippppipipiiippippppipippppiipipipppppppippppiiiipppipppppiiiippppppipipppiiipipippppipiiipipppppppiippppppppppppppppppppppppppppppppppptititttitttititiiitiiitititittiitttittitiitittitititiittiititittitititttitiiitittitttittiitiitittittttitiittttiititititttttitiitititttttittitttiitititiitttttiiiittttittttttttiititittttitiititittititittitittttittttttiiitttttttttitittttttttitttttttttttittttitttvevevevevevevevevevevevvvveveveveveevevevevevvveveeevevevevevveeeeeveeevvvvvveveveveeeeeeeveevvvvevvevveeeeeevvveveeeeevvvvevvevvveveeeeevvvvvvevveeeeeeeevvvvvvevevvvveveeeevvvvvvveveveeeeeeveeeveveeeeevevvvveveveeeeeeeeeeveveeeeeeeeeveveveeeveeevvvvvveeeeevveeeeeeeeee PPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPPhhhhhhhhhhhhhhhohohohohohohohoohohohohohhhhhhohohohoohohhhhhhhohohoohohoohhhhhhhoohohohoohhhhhhohoohhhhhohohhhhhhhohoohhhhoohohohhhhhhhhoooohhhoohohhhhhhhhhooohhhhhoohohhhhhohohohohhhhhhhhhooooohhhhoohhoohhhhhhhhhhhhhoohhooohhhhhohoohooooohhhhhhhhttttttototototttotoottttotoootototttotototoootttttootottoooootootoooooototttttttotototooooooottototooooooooottoooottoooooooottttooooooootttoooooooooottooootootttooooootooooottoooooootooootttttotooooottttttoooootoottottotttoooootttt C-1