Loading...
Specifications Project 2022-25za Q"fra -[1l i.lty1A BID DOCUMENTS SPECIFICATIONS CITY PROJECT NO. 2022-25 FEDERAL PROJECT NO. HIPL-5433(021) HIGHWAY 111 RESURFACING PROJECT CITY OF LA QUINTA, CALIFORNIA PREPARED FOR: CITY OF LA QUINTA DEPARTMENT OF DESIGN & DEVELOPMENT 78-495 CALLE TAMPICO LA QUINTA, CA 92253 (760) 777-7000 APPROVED BY: DATE: BRYAN McKINNEY, P.E. PUBLIC WORKS DIRECTOR/ CITY ENGINEER MARCH 2O25 R.C.E. No. 49418 Exp Date: 09/30/2026 TABLE OF CONTENTS DIVISION 1 - BIDDING AND CONTRACT REQUIREMENTS PAGE 1100 Invitation to Bid 1100-1 1110 Instructions to Bidders 1110-1 1.0 Work to be Done 1110-1 2.0 Examination of Contract Documents 1110-1 3.0 Inspection of Site 1110-1 4.0 Interpretation of Contract Documents 1110-2 5.0 Postponement of Opening 1110-2 6.0 Opening of Bids 1110-2 7.0 Preparation of Bid Forms 1110-3 8.0 Bidder's Signature and Authority 1110-3 9.0 Erasures 1110-4 10.0 Bid Irregularities 1110-4 11.0 Modification of Bid 1110-4 12.0 Withdrawal of Bids 1110-4 13.0 Addenda 1110-4 14.0 Bid Prices 1110-4 15.0 Bid Guaranty 1110-5 16.0 Qualification of Bidder 1110-5 17.0 Subcontractors 1110-6 18.0 Bidders Interested in More Than One Bid 1110-6 19.0 Sheeting, Shoring, and Bracing 1110-6 20.0 Wage Rates 1110-7 21.0 Offer of Assignment of Antitrust Actions 1110-7 22.0 Assignment of Contract 1110-7 23.0 Rejection of Bids 1110-7 24.0 Contract and Bonds 1110-7 25.0 Award of Contract 1110-8 26.0 Execution of Contract 1110-8 27.0 Construction Documents 1110-8 28.0 Bid Protest 1110-8 29.0 Compliance with Iran Contracting Act of 2010 1110-10 30.0 Compliance with California Executive Order N-6-22 1110-10 1200 Bid 1200-1 1210 Bid Schedule 1210-1 1220 Bid Guaranty Bond 1220-1 1230 Certification of Bidder's Experience and Qualifications 1230-1 1240 Proposed Subcontractors 1240-1 1250 Non -Collusion Affidavit 1250-1 1260 DIR Project Vendor Information 1260-1 1270 Federal Requirements Forms for Federal -Aid 1270-1 Construction Projects 1280 Iran Contracting Act of 2010 Certification 1280-1 1290 Russian Aggression Against Ukraine Sanctions 1290-1 Certification 1300 Contract 1300-1 1310 Performance Bond 1310-1 1320 Payment Bond 1320-1 1330 Workers' Compensation Insurance Certificate 1330-1 1340 Liability and Insurance Requirements 1340-1 1.0 Indemnification 1340-1 2.0 Insurance Requirements 1340-3 2.1 General 1340-3 2.2 Insurance 1340-3 2.3 Remedies 1340-5 2.4 General Conditions 1340-5 2.5 Change in Terms 1340-8 1400 General Conditions 1400-1 1.0 General 1400-1 1.1 Intent of Contract Documents 1400-1 1.2 Discrepancies and Omissions 1400-1 1.3 Headings 1400-1 1.4 Penalty for Collusion 1400-2 1.5 Successors and Assigns 1400-2 1.6 Assignment to City 1400-2 1.7 Rights and Remedies 1400-2 1.8 Definitions 1400-2 2.0 Administration 1400-7 2.1 Administration of the Contract 1400-7 2.2 City Engineer 1400-7 2.3 Consultants 1400-8 3.0 City 1400-8 3.1 General 1400-8 3.2 Attention to Work 1400-8 3.3 Inspection 1400-8 3.4 City's Right to Carry Out the Work 1400-9 3.5 City's Right to Perform Work and to 1400-9 Award Separate Contracts 4.0 Contractor 1400-9 4.1 Office 1400-9 4.2 Contractor's Representative 1400-10 4.3 Construction Procedures 1400-10 4.4 Contractor's Employees 1400-10 4.5 Subcontractors 1400-10 4.6 Contractor's Equipment and Facilities 1400-11 4.7 Public Safety and Convenience 1400-11 4.8 City -Contractor Coordination 1400-11 4.9 Permits 1400-12 4.10 Contractor's Responsibility for the Work and Material 1400-13 4.11 Laws to be Observed 1400-13 4.12 Safety 1400-16 5.0 Control of Work and Material 1400-17 5.1 Means and Method 1400-17 5.2 City -Furnished Materials 1400-18 5.3 Defective and Unauthorized Work 1400-18 5.4 Unnoticed Defects 1400-19 5.5 Right to Retain Imperfect Work 1400-19 6.0 Progress of the Work 1400-19 6.1 Beginning of Work 1400-19 6.2 Time of Completion 1400-19 6.3 Delays 1400-20 6.4 Time Extensions 1400-21 6.5 Temporary Suspension of Work 1400-22 6.6 Termination of Contract 1400-23 7.0 Changes in Scope of Work 1400-23 7.1 Change Orders 1400-23 7.2 Differing Site Conditions 1400-24 7.3 Suspensions of Work Ordered by the City 1400-25 7.4 Significant Changes in the Character of Work 1400-25 7.5 Resolution of Disputes 1400-26 8.0 Project Modifications Procedures 1400-30 8.1 Changes in Contract Price 1400-30 8.2 Negotiated Change Orders 1400-31 8.3 Force Account Payment 1400-32 8.4 Time Extensions for Change Orders 1400-34 9.0 Payment 1400-34 9.1 Scope of Payment 1400-34 9.2 Partial Payments 1400-35 9.3 Partial Payments - Inclusion of Material on Hand 1400-36 9.4 Right to Withhold Amounts 1400-36 9.5 Substantial Completion 1400-37 9.6 Final Inspection and Payment 1400-38 9.7 Warranty of Title 1400-39 1500 Supplemental General Conditions 1500-1 1.0 City Engineer 1500-1 2.0 Consultants 1500-1 2.1 Design Engineer 1500-1 2.2 Materials Testing 1500-1 2.3 Survey 1500-1 3.0 Liquidated Damages 1500-1 4.0 Submittals 1500-2 DIVISION 2 - GENERAL PROJECT REQUIREMENTS 2000 General 2000-1 1.0 Standard Specifications 2000-1 1.1 Alternative Specifications 2000-1 2.0 Standard Plans 2000-2 2.1 Alternative Guidance 2000-2 3.0 Preconstruction Conference 2000-2 3.1 Attendees 2000-2 3.2 Agenda 2000-2 4.0 Progress Schedules 2000-2 4.1 General 2000-2 4.2 Construction Schedule 2000-3 4.3 Time Impact Analysis 2000-4 4.4 Weekly Activities Plan 2000-4 4.5 Cash Flow Projection 2000-4 4.6 Lump Sum Price Breakdown 2000-4 5.0 Special Controls 2000-4 5.1 Dust Control 2000-5 5.2 Noise Abatement 2000-5 5.3 Working Hours 2000-5 5.4 Drainage Control 2000-5 5.5 Construction Cleaning 2000-6 5.6 Disposal of Material 2000-6 5.7 Parking and Storage Areas 2000-6 6.0 Protection and Restoration of Existing Improvements 2000-6 7.0 Existing Utilities 2000-7 7.1 General 2000-7 7.2 Notification and Location 2000-7 7.3 Damage and Protection 2000-7 7.4 Utility Relocation and Rearrangement 2000-7 7.5 Underground Facilities 2000-8 DIVISION 3 - SPECIAL PROVISIONS SECTION 3000 1.0 General 3000-1 1.1 Scope of Services 3000-1 1.2 Project Description 3000-1 1.3 Project Plans 3000-1 1.4 Drawings of Record 3000-1 1.5 Cooperation with other Contractors 3000-2 1.6 Time Allowed for Construction 3000-2 2.0 Bid Items 3000-2 3.0 Materials 3000-3 3.1 General 3000-3 3.2 Substitutions 3000-3 3.3 Storage 3000-3 4.0 Work Details 3000-3 4.1 Traffic Control 3000-3 4.2 Dust Control 3000-7 4.3 Water 3000-7 4.4 Permits, Licenses, and Inspection Fees 3000-7 4.5 Air Contaminants 3000-7 4.6 Notification 3000-8 DIVISION 4 - TECHNICAL SPECIFICATIONS SECTION 4000 1.0 General Requirements 2.0 Mobilization 3.0 Traffic Control 4.0 Dust Control 5.0 Clearing and Grubbing 6.0 Location and Protection of Underground Utilities and Facilities 7.0 Earthwork 8.0 Unclassified Excavation 4000-1 4000-1 4000-1 4000-2 4000-3 4000-4 4000-4 4000-5 9.0 Existing Bituminous Pavement Removal 4000-6 10.0 Existing Concrete Pavement Removal 4000-7 11.0 Existing Concrete Curb and Gutter Removal 4000-7 12.0 Cold Milling AC Pavement 4000-8 13.0 Pulverize Road Section 4000-8 14.0 Grading and Subgrade Preparation 4000-10 15.0 Asphalt Concrete 4000-10 16.0 Concrete and Masonry Construction 4000-13 17.0 Truncated Domes 4000-17 18.0 Adjust to Grade, Storm Drain Manhole 4000-17 19.0 Landscape and Irrigation 4000-18 20.0 Striping and Pavement Markings 4000-18 21.0 Signing 4000-21 22.0 Traffic Signal Modification 4000-22 Appendix A: Escrow Agreement for Security Deposits In lieu of Retention Appendix B: Standard Plans Appendix C: Pavement Rehabilitation Report Appendix D: Environmental Commitments Record Appendix E: Exhibit 17-F & 17-0 Forms Appendix F: Quality Assurance Program (QAP) SECTION 1100 INVITATION TO BID City Project No. 2022-25 Federal Project No. HIPL-5433(021) HIGHWAY 111 RESURFACING PROJECT SEALED BIDS will be received by the City of La Quinta (City) at the Office of the City Clerk located at 78-495 Calle Tampico, La Quinta, California, 92253, until 11:00 A.M. on Thursday, March 27, 2025 at which time they will be publicly opened and read for performing work as follows: The proposed work includes pulverization, milling, and asphalt concrete overlay, signing and striping on Highway 111 from west La Quinta City Limits to Jefferson Street. Additional work includes sidewalk, cross -gutter, curb ramp reconstruction. All project work and incidental items to complete the project shall be performed in accordance with the plans, specifications, and other provisions of the contract. All the above improvements are to be constructed in a workmanlike manner, leaving the entire project in a neat and presentable condition. Refer to Sections 3000 and 4000 for more information. This project shall be completed within 90 working days from the date specified in the Notice to Proceed. Time for the commencement and completion of the work is important and is to be of the essence of the Contract. The successful bidder should plan to order any long lead time equipment items immediately following "Notice of Award". A pre -bid conference is scheduled for 8:00 A.M., Thursday, March 13, 2025. The pre - bid conference will be held at City of La Quinta, City Hall located at 78-495 Calle Tampico, La Quinta, California 92253. IMPORTANT NOTICE: This project is partially funded by federal funds under Federal Project No. HIPL-5433(021). As such, all contractors and subcontractors must comply with applicable federal requirements. Specific federal provisions relevant to this project are outlined in Exhibit A of the Contract Documents. Bidders are encouraged to review this exhibit carefully to ensure compliance with all federal regulations. Complete sets of the bidding documents may be purchased online at: www.planitplanroom.com IMPORTANT: If you are not on the plan holders list through Planit Planroom you will not receive addendums. It is the responsibility of the bidder to ensure that they are placed on the plan holders list. Bidding procedures are prescribed in the Project Specifications. Bids shall be executed upon the forms bound and made a part of said Specifications. Invitation to Bid 1100-1 Bid security in an amount not less than ten percent (10%) of the total bid dollar amount and conforming to the prescribed bidding procedures is required to be submitted with each bid, as a guaranty to be forfeited should the bidder, if awarded the contract, fail to enter into the same, or fails to furnish in a timely manner the bonds and/or proof of insurance. The City reserves the right to reject any or all bids, and to waive any irregularities in the bids. Bid log sheets can be found at http://www.laguintaca.gov/business/design-and- development/bid-on-jobs. Pursuant to the provisions of California Labor Code Section 6707, each bid submitted in response to this Invitation to Bid shall contain, as a bid item, adequate sheeting, shoring, and bracing, or equivalent method, for the protection of life and limb in trenches and open excavation, which shall conform to applicable safety orders. By listing this sum, the bidder warrants that its action does not convey tort liability to the City, its consultants, and their employees, agents, and sub -consultants. Pursuant to Section 1770, et. seq., of the California Labor Code, the successful bidder shall pay not less than the prevailing rate of per diem wages as determined by the Director of the California Department of Industrial Relations. These wage rates are available from the California Department of Industrial Relations' Internet website at http://www.dir.ca.gov. Pursuant to Section 1725.5 of the California Labor Code, no contractor or subcontractor may be awarded a contract for public work on a public works project unless registered with the Department of Industrial Relations at the time the contract is awarded. Contractors and subcontractors may find additional information for registering at the Department of Industrial Relations website at http://www.dir.ca.gov/Public-Works/PublicWorks.html . Pursuant to Labor Code section 1771.1, no contractor or subcontractor may be listed on a bid proposal for a public works project submitted on or after March 1, 2015 unless registered with the Department of Industrial Relations. Furthermore, all bidders and contractors are hereby notified that no contractor or subcontractor may be awarded, on or after April 1, 2015, a contract for public work on a public works project unless registered with the Department of Industrial Relations. Pursuant to Labor Code section 1771.4, all bidders are hereby notified that this project is subject to compliance monitoring and enforcement by the Department of Industrial Relations. Pursuant to SB854, all contractors and subcontractors must furnish electronic certified payroll records directly to the Labor Commissioner (aka Division of Labor Standards Enforcement). All contractors and subcontractors must also provide a copy and proof to the City of online submittal within 2 days of online submission. The project is partially funded with Federal Surface Transportation funds. As such, the Contractor and Sub -Contractors shall comply with the Davis -Bacon Fair Labor Standards Act (23 USC 113), and the implementation regulations issued pursuant thereto (29 CFR Parts 1, 3, and 5) and any amendments thereof. Pursuant to the said regulations, the Federal Prevailing Wage General Decision CA20250025 Modification No. 5, dated February 28, 2025 herewith attached in Section 1300 Contract. However, the most recent Federal Prevailing Wage Decision in effect for Riverside County within 10 days of the bid opening shall be used. Invitation to Bid 1100-2 Bidders shall promptly notify the City, in writing, about all the classifications of labor not listed in the prevailing wage determinations but necessaryforthe performance of the Work, before bids are submitted. Bidders are advised that, as required by federal law, the City of La Quinta is implementing Disadvantaged Business Enterprise requirements for Disadvantaged Business Enterprises (DBE). Section 1300, "Contract," under subsection titled "Disadvantaged Business Enterprises (DBE)" and subsection titled "Performance of Subcontractors" of these special provisions cover the DBE requirements. The DBE Contract goal is nineteen percent (19%). Pursuant to Public Contract Code Section 22300, for monies earned by the Contractor and withheld by the City to ensure the performance of the Contract, the Contractor may, at its option, choose to substitute securities meeting the requirements of said Public Contract Code Section 22300. Affirmative action to ensure against discrimination in employment practices on the basis of race, religion, sex, color, national origin, age, or disability will also be required. The City hereby affirmatively ensures that minority business enterprises will be afforded full opportunity to submit bids in response to this notice and will not be discriminated against on the basis of race, religion, sex, color, national origin, age, or disability in any consideration leading to the award of contract. The Contractor and Sub -Contractors shall comply with "Buy America" requirements (23 USC 313), and the implementing regulations issued pursuant thereto (23 CFR Section 635.410) and any amendments thereof. All bidders shall be licensed under the provisions of Chapter 9, Division 3 of the Business and Professions Code of the State of California to do the type of work contemplated in the project. In accordance with provisions of California Public Contract Code Section 3300, the City has determined that the General Contractor shall possess a valid Class A (General Engineering Contractor), at the time that the bid is submitted. Subcontractors shall possess valid, suitable licenses for the work they will perform. Failure to possess the specified license(s) shall render the bid as non -responsive. The successful bidder will be required to furnish a Labor and Materials bond in the amount equal to one hundred percent (100%) of the Contract price, as well as a Faithful Performance Bond, in the amount equal to one hundred percent (100%) of the Contract price. Each bidder shall submit with its bid a statement setting forth its experience on the forms included in the Bid Proposal. Telephones will not be available to bidders. Bid forms received after the designated time will not be accepted. Bidders and their authorized agents are invited to attend. Invitation to Bid 1100-3 No bidder may withdraw its bid for a period of sixty (60) days after the date set for the opening of bids. Approved By: Bryan McKinney, P.E. Public Works Director / City Engineer Published By: Monika Radeva City Clerk **END OF SECTION** Date: Date: 3/5/2025 Invitation to Bid 1100-4 SECTION 1110 INSTRUCTIONS TO BIDDERS 1.0 WORK TO BE DONE It is the intention of the City to construct improvements as shown and set forth on the plans and detailed drawings, and in the particular locations shown on the drawings. All of the work is particularly set forth in the plans and specifications, and all of said work, together with all other work incidental thereto, is included. The work includes the furnishing of all labor, materials, incidentals and equipment necessary for City Project No. 2022-25 Federal Project No. HIPL-5433(021), Highway 111 Resurfacing Project, and all appurtenant incidental items. The Contractor shall be required to provide, at its own cost and expense, all necessary insurance, as required by law or these specifications, and shall pay the cost and expense of any and all incidental matters herein required. 2.0 EXAMINATION OF CONTRACT DOCUMENTS Each bidder shall thoroughly examine and be familiar with those Contract documents contained in the Project Manual, drawings and addenda, if any. The submission of a bid shall constitute an acknowledgment upon which the City may rely that the bidder has thoroughly examined and is familiar with the Contract documents. The failure or neglect of a bidder to receive or examine any of the Contract documents shall in no way relieve him from any obligation with respect to its proposal or to the Contract. No claim for additional compensation will be allowed which is based upon a lack of knowledge of any Contract documents. 3.0 INSPECTION OF SITE Bidders are required to inspect the site of the work to satisfy themselves by personal examination or by such other means as they may prefer, of the location of the proposed work, and of the actual conditions of and at the site of work. If, during the course of its examination, a bidder finds facts or conditions which appear to be in conflict with the letter or spirit of the bidding documents, the Bidder may apply to the City, in writing, for additional information and explanation before submitting its bid. Submission of a bid by the bidder shall constitute acknowledgment that, if awarded the Contract, it has relied and is relying on its own examination of (1) the site of the work, (2) access to the site, and (3) all other data and matters requisite to the fulfillment of the work and on its own knowledge of existing facilities on and in the vicinity of the site of the work to be constructed under the Contract. The information provided by the City is not intended to be a substitute for, or a supplement to the independent verification by the bidder to the extent such independent investigation of site conditions is deemed necessary or desirable by the bidder. Instruction to Bidders 1110-1 4.0 INTERPRETATION OF CONTRACT DOCUMENTS No oral representations or interpretations will be made to any bidder as to the meaning of the Contract documents. Requests for an interpretation shall be made in writing and delivered at least five (5) days before the time announced for opening the bids to: Ubaldo Ayon, Assistant Construction Manager City of La Quinta 78-495 Calle Tampico La Quinta, CA 92253 (760) 777-7096 — Phone uayon _laguintaca.gov — Email Requests to clarify the source of materials, equipment, suppliers or any other such matter which does not modify, change, increase, or decrease the scope of work requires no action by the City other than a response to the bidder requesting the clarification. Requests to clarify possible ambiguous or incomplete statements or designs, or any other such clarification which modifies, changes, increases or decreases the scope of work, requires issuance of an addendum by the City for the interpretation to become effective. 5.0 POSTPONEMENT OF OPENING The City reserves the right to postpone the date and time for receiving and/or opening of bids at any time prior to the date and time established in the Invitation to Bid. Postponement notices shall be mailed to plan holders of record in the form of addenda. 6.0 OPENING OF BIDS All bids, irrespective of any irregularities or informalities, if received on time, will be opened and publicly read aloud at the time and place set forth in the Invitation to Bid. Bidders, their representatives and other interested persons may be present at the opening and reading of bids. Any bids received after the time for receiving and opening bids as set forth in the Invitation to Bid or as postponed by addenda will be considered nonresponsive and will not be opened. Any such bids will be returned unopened to the Bidder. The public reading of each bid will include at least the following: A. Name and address of bidder. B. The total amount of bid. C. The nature and amount of the security furnished with the bid. Instruction to Bidders 1110-2 7.0 PREPARATION OF BID FORMS Bids shall be made on the blank forms in this manual and must be submitted at the time and place stated in the Invitation to Bid. All blanks in the bid forms must be appropriately filled in and all prices must be stated in figures. Unit prices in each and every case shall represent a true unit price used in preparing the bid schedule totals (Bid Form). Unit prices listed herein shall include material, installation and appurtenant work as is necessary to have the item complete and in place meeting the full intent of the plans and specifications. Unbalanced unit prices shall be sufficient cause for rejection of the bid. The purpose of the unit pricing is for bid evaluation and changes in the work during construction. The basis for award shall be the lowest combined price of the Base Bid Areas. All bids must be submitted in a sealed envelope, addressed to the City Clerk, with the following annotation: BIDDER ADDRESS This envelope contains a SEALED BID for: City Project No. 2022-25 Federal Project No. HIPL-5433(021) HIGHWAY 111 RESURFACING PROJECT CITY OF LA QUINTA, CALIFORNIA Envelope to be opened on: March 27, 2025 @ 11:00 A.M. Unless revised by Addendum. It is the sole responsibility of the bidder to see that its bid is received in proper time. Any bid received after the scheduled closing time for receipt of bids will be returned to the bidder unopened. City shall not be responsible for errors or omissions in the bid. Bidders shall write their names on each bid form at the space provided. 8.0 BIDDER'S SIGNATURE AND AUTHORITY If the bid is made by an individual, his/her name, signature, and post office address must be shown; if made by a firm or partnership, the name and post office address of the firm or partnership, a list of the partners, and the signature of at least one of the general partners must be shown; if made by a corporation, the bid shall show the name of the state under the laws of which the corporation is chartered, the name and post office address of the corporation, and the title of the person who signs on behalf of the corporation. If the bid is made by the corporation, a certified copy of the bylaws or resolution of the Board of Directors of the corporation shall be furnished, upon request of the City Engineer or designee, showing the authority of the officer signing the bid to execute Contracts on behalf of the corporation. If the bid is made by a joint venture, the bid shall be signed by a representative of one of the joint venture firms. Additionally, the bid shall include a copy of the resolution or contract empowering the representative to execute the bid and bind the joint venture. Instruction to Bidders 1110-3 9.0 ERASURES The bid submitted must not contain any erasure, interlineations, or other corrections unless each such correction is suitably authenticated by affixing in the margin immediately opposite the correction the signature or signatures of the person or persons submitting the bid. 10.0 BID IRREGULARITIES Changes in or additions to the bid form, recapitulations of the work bid upon, alternative bids, or any other modifications of the bid form which are not specifically called for in the Contract Documents may result in rejection of the bid by the City, as not being responsive to the Invitation to Bid. No oral or telephonic modification of any bid submitted will be considered. 11.0 MODIFICATION OF BID Modification of a bid already received will be considered only if the modification is received prior to the time established for receiving bids. Modifications shall be made in writing, executed, and submitted in the same form and manner as the original bid. 12.0 WITHDRAWAL OF BIDS In accordance with Public Contract Code 5103, within five days after the opening of bids, a bidder may withdraw its bid providing the bidder can establish to the City's satisfaction that a mistake was made in preparing the bid. A bidder desiring to withdraw shall give written notice to the City, specifying, in detail, how the mistake occurred and how the mistake made the bid materially different than it was intended to be. Withdrawal will not be permitted for mistakes resulting from errors in judgment or carelessness in inspecting the site of the work or in reading the Project Documents. 13.0 ADDENDA Addenda issued during the time of bidding shall become a part of the documents furnished bidders for the preparation of bids, shall be covered in the bids, and shall be made a part of the Contract. Each bid shall include specific acknowledgment in the space provided of receipt of all Addenda issued during the bidding period. Failure to so acknowledge may result in the bid being rejected as not responsive. Failure of any bidder to receive such Addenda shall not be grounds for non-compliance with the terms of the instructions. You must be on the plan holders list through Planit Planroom Enterprises or Plan Manager Pro in order to receive Addenda. 14.0 BID PRICES Bid prices shall include everything necessary for the completion of the work including but not limited to providing the materials, equipment, tools, plant and other facilities, and the management, superintendence, labor and services. Bid prices shall include allowance for all federal, state and local taxes. Instruction to Bidders 1110-4 In the event of a difference between a price quoted in words and a price quoted in figures for the same quotation, the words shall be the amount bid. In the event that the product of a unit price and an estimated quantity does not equal the extended amount quoted, the unit price shall govern, and the correct product of the unit price and the estimated quantity shall be deemed to be the amount bid. If the sum of two or more items in a bidding schedule does not equal the total amount quoted, the individual item amounts shall govern and the correct total shall be deemed to be the amount bid. 15.0 BID GUARANTY The bid form shall be accompanied by a bid guaranty bond provided by a guaranty company authorized to carry on business in the State of California for payment to the City in the sum of at least ten (10) percent of the total amount of the bid price, or, alternatively, by a certified or cashier's check, payable to the City in the sum of at least ten (10) percent of the total amount of the bid price. The bid guarantee bond shall be provided on the form included in Section 1220, BID GUARANTY BOND, of this Project Document. The amount payable to the City under the bid guaranty bond, or the certified or cashier's check and the amount thereof, as the case may be, shall be forfeited to the City as liquidated damages in case of a failure or neglect of the bidder to furnish, execute, and deliver to the City the required performance and payment bonds evidences of insurance; and to enter into, execute, and deliver to the City the Contract on the form provided herewith, within ten (10) calendar days after receiving written notice from the City that the award has been made and the Contract is ready for execution. The City shall retain all bid security until a contract has been executed or until the City Council rejects all bids at which time all bid security not forfeited shall be returned to the appropriate bidders. 16.0 QUALIFICATION OF BIDDER Pursuant to Public Contract Code Section 20103.5, the Contractor must be properly licensed as a contractor from contract award through contract acceptance. Each bidder shall complete and submit with their bid Section 1230, CERTIFICATION OF BIDDER'S EXPERIENCE AND QUALIFICATIONS. Upon the request of City, any bidder whose bid is under consideration for the award of the Contract shall promptly submit satisfactory evidence showing the bidder's financial resources, its construction experience, and its organization's availability for the performance of the Contract. The bidder may be required to establish to the satisfaction of the City the reliability and responsibility of the persons or entities proposed to furnish and perform the work described in the Documents. Instruction to Bidders 1110-5 17.0 SUBCONTRACTORS In accordance with California Public Contracting Code Section 4100, et. seq., each bid shall have listed in Section 1240, PROPOSED SUBCONTRACTORS, the name, portion of work to be performed, and location of the place of business of each subcontractor who will perform work or labor or render service to the bidder in or about the construction of the work or improvement, or of any subcontractor licensed by the State of California who, under subcontract to the bidder, will specially fabricate and install a portion of the work or improvement according to detailed drawings contained in the plans and specifications, in an amount in excess of one-half of one percent of the bidder's total bid, or, in the case of bids or offers for the construction of streets or highways, including bridges, in excess of one-half of one percent of the bidder's total bid or Ten Thousand Dollars ($10,000.00), whichever is greater. The Contractor shall perform, with its own organization, Contract work amounting to at least 50 percent of the Contract Price except that any designated "Specialty Items" may be performed by subcontract and the amount of any such "Specialty Items" so performed will be deducted from the Contract Price before computing the amount required to be performed by the Contractor with its own organization. "Specialty Items" will be identified by the Agency in the Bid or in the Special Provisions. Where an entire item is subcontracted, the value of work subcontracted will be based on the Contract Unit Price. When a portion of an item is subcontracted, the value of work subcontracted will be based on the estimated percentage of the Contract Unit Price. This will be determined from the information submitted by the Contractor, and subject to approval of the Engineer. Failure to list subcontractors may render the bid non -responsive and may be grounds for rejection of the bid. Failure to comply with the provisions of the California "Subletting and Subcontracting Fair Practices Act" shall make the Contractor subject to the sanctions as set forth in the Act. 18.0 BIDDERS INTERESTED IN MORE THAN ONE BID No person, firm, or corporation, under the same or different name, shall make, file, or be interested in more than one bid for the same work unless alternate bids are called for. A person, firm, or corporation may, however, submit sub -proposals or quote prices on materials to more than one bidder. The City may reject the bids of the known participants in such collusion. Pursuant to Public Contract Code Section 7106, bidders shall execute and furnish with their bids Section 1250, NON -COLLUSION AFFIDAVIT. 19.0 SHEETING, SHORING AND BRACING Pursuant to the provisions of California Labor Code Section 6707, each bid submitted shall contain, in the bid item indicated, the amount included in its bid for adequate sheeting, shoring, and bracing, or equivalent method, for the protection of life and limb in trenches and open excavation, which shall conform to applicable safety orders. By listing this sum, the bidder warrants that its action does not convey tort liability to the City, its consultants, and their employees, agents, and sub -consultants. Instruction to Bidders 1110-6 20.0 WAGE RATES Pursuant to provisions of the Labor Code Section 1770, et. seq., of the State of California, the Director of the Department of Industrial Relations has ascertained the prevailing rate of per diem wages of the locality in which the Work is to be performed and applicable to the work to be done. These wage rates are available from the California Department of Industrial Relations' Internet web site at: www.dir.ca.gov Bidders shall promptly notify the City, in writing, about all the classifications of labor not listed in the prevailing wage determinations but necessary for the performance of the Work before bids are submitted. 21.0 OFFER OF ASSIGNMENT OF ANTITRUST ACTIONS As provided by Sections 4551 and 4552 of the California Government Code, in submitting a bid to the City, the bidder offers and agrees that if the bid is accepted, it will 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 Act (15 U.S.C. Section 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, materials, or services by the bidder for sale to the City pursuant to the bid. Such assignment shall be made and become effective at the time the City tenders final payment to the bidder. 22.0 ASSIGNMENT OF CONTRACT No assignment by the Contractor of any contract to be entered into hereunder, or any part thereof, or of funds to be received thereunder by the Contractor, will be recognized by City unless such assignment has had prior approval of City and the Surety has been given due notice of such assignment in writing and has consented thereto in writing. 23.0 REJECTION OF BIDS The City reserves the right to reject all bids for any reason. The City further reserves the right to reject any bid: which is non -responsive, incomplete, obscure, or irregular; which omits a bid on any one or more of the required bid items; which does not contain satisfactory documentation of the bidder's qualifications as required by Section 1110-17.0, QUALIFICATION OF BIDDER; which, in the City's opinion, the unit prices are unbalanced; which is accompanied by insufficient or irregular bid security; or, which is from a bidderwho has previously failed, on a contract of any nature, to perform properly or to complete it on time. The City reserves the right to waive irregularities. 24.0 CONTRACT AND BONDS The successful bidder, simultaneously with the execution of the Contract, will be required to furnish a Payment Bond on forms provided by the City in an amount equal to one hundred percent (100%) of the Contract Price, a Faithful Performance Bond in an amount equal to one hundred (100%) of the Contract Price, and the WORKER'S COMPENSATION INSURANCE CERTIFICATE in Section 1330. Said bonds shall be secured from a surety company satisfactory to City. Instruction to Bidders 1110-7 The form of Contract, as provided in Section 1300, which the successful bidder as Contractor will be required to execute, and the forms of bonds as provided in Sections 1310 and 1320, which it will be required to furnish, shall be carefully examined by the bidder. 25.0 AWARD OF CONTRACT Within sixty (60) days after the time of opening of the bids, the City will act either to accept a bid, to reject all bids or with the consent of the bidders and their sureties to extend the time in which the City may act. The acceptance of a bid will be evidenced by a notice of award of Contract in writing, delivered in person or by certified mail to the bidder whose bid is accepted. No other act of City will constitute acceptance of a bid. The award of Contract shall obligate the bidder whose bid is accepted to furnish performance and payment bonds and evidences of insurance, and to execute the Contract in the form set forth in the Contract documents. 26.0 EXECUTION OF CONTRACT The Contract Agreement shall be executed by the successful bidder and returned, together with the Contract bonds and evidences of insurance, within ten (10) days after receiving written notice of the award of the Contract. Time is of the essence in this regard. After execution by City, one copy shall be returned to Contractor. 27.0 CONSTRUCTION DOCUMENTS The City will furnish the Contractor five copies of the Specifications after the execution of the Contract. The Contractor may request up to three additional copies at no cost, for a total of eight (8) no cost copies. 28.0 BID PROTEST Any bid protest must be in writing and received by City at the Office of the City Clerk located at 78-495 Calle Tampico, La Quinta, California, 92253, before 5-00p.m., no later than two working days following bid opening (the "Bid Protest Deadline") and must comply with the following requirements: 28.1 General Only a bidder who has actually submitted a Bid Proposal is eligible to submit a bid protest against another bidder. Subcontractors are not eligible to submit bid protests. A bidder may not rely on the bid protest submitted by another bidder but must timely pursue its own protest. The protesting bidder must submit a non-refundable fee in the amount of $859.00, based upon City's reasonable costs to administer the bid protest. Any such fee must be submitted to City no later than the Bid Protest Deadline, unless otherwise specified. For purposes of this Section 28, a "working day" means a day that City is open for normal business, and excludes weekends and holidays observed by City. Instruction to Bidders 1110-8 28.2 Protest Contents The bid protest must contain a complete statement of the basis for the protest and all supporting documentation. Material submitted after the Bid Protest Deadline will not be considered. The protest must refer to the specific portion or portions of the Contract Documents upon which the protest is based. The protest must include the name, address, email address, and telephone number of the person representing the protesting bidder if different from the protesting bidder. 28.3 Copy to Protested Bidder A copy of the protest and all supporting documents must be concurrently transmitted by fax or by email, by or before the Bid Protest Deadline, to the protested bidder and any other bidder who has a reasonable prospect of receiving an award depending upon the outcome of the protest. 28.4 Response to Protest The protested bidder may submit a written response to the protest provided the response is received by City before 5:00p.m., within two working days after the Bid Protest Deadline or after actual receipt of the bid protest, whichever is sooner (the "Response Deadline"). The response must include all supporting documentation. Material submitted after the Response Deadline will not be considered. The response must include the name, address, email address, and telephone number of the person representing the protested bidder if different from the protested bidder. 28.5 Copy to Protesting Bidder A copy of the response and all supporting documents must be concurrently transmitted by fax or by email, by or before the Bid Protest Deadline, to the protesting bidder and any other bidder who has a reasonable prospect of receiving an award depending upon the outcome of the protest. 28.6 Exclusive Remedy The procedure and time limits set forth in this section are mandatory and are the bidder's sole and exclusive remedy in the event of bid protest. A bidder's failure to comply with these procedures will constitute a waiver of any right to further pursue a bid protest, including filing a Government Code Claim or initiation of legal proceedings. 28.7 Right to Award The City Council reserves the right to award the Contract to the bidder it has determined to be the responsible bidder submitting the lowest responsive bid, and to issue a notice to proceed with the Work notwithstanding any pending or continuing challenge to its determination. Instruction to Bidders 1110-9 29.0 COMPLIANCE WITH IRAN CONTRACTING ACT OF 2010. Pursuant to the Iran Contracting Act of 2010 (Pub. Contract Code, § 2200 et seq.), (a) Contractor shall be ineligible to bid on or submit a proposal for any contract for One Million Dollars ($1,000,000) or more if Contractor engages in investment activities in Iran as defined in Public Contract Code Section 2202.5, and/or if Contractor is identified on the list of persons engaging in investment activities in Iran prepared by the State of California pursuant to Public Contract Code Section 2203 subdivision (b). (b) For bids of One Million Dollars ($1,000,000) or more, Contractor must certify that it is not on the list of ineligible vendors prohibited from doing business with the State of California and shall complete the Iran Contracting Act Certification and submit with their proposal at the time of bid. Contractor shall obtain the Iran Contracting Act Certification in the form approved by the State of California, or upon written request to the City Clerk's Office, a copy of the form will be provided to Contractor. Failure by Contractor to provide the certification required by this Section may deem Contractor's bid non -responsive. (c) Nothing in this Section is intended to prevent the City from exercising its rights pursuant to Public Contract Code section 2203, subdivision (c) or (d), or both, on a case -by -case basis. 30.0 COMPLIANCE WITH CALIFORNIA EXECUTIVE ORDER N-6-22. Russian aggression against Ukraine. (a) Contractor shall comply with California Governor Executive Order N-6-22 regarding sanctions in response to Russian aggression in the Country of Ukraine, and any implementing guidelines and/or economic sanctions imposed by the United States government in response to Russian actions in Ukraine, as well as any sanctions imposed under California law (collectively "economic sanctions"). Contractor shall comply with all such economic sanctions. By submitting a bid to the City, Contractor agrees to take any and all actions to support the Ukrainian government and people as required by law, including by refraining from new investments in, and financial transactions with, Russian institutions or companies that are headquartered or have their principal place of business in Russia (Russian entities), not transferring technology to Russia or Russian entities, and directly providing support to the government and people of Ukraine. (b) If bidding on a contract for Five Million Dollars ($5,000,000) or more, Contractor shall submit a written report to the City on Contractor's compliance with the economic sanctions, and the steps Contractor has taken in response to Russia's actions in Ukraine, including, but not limited to, desisting from making new investments in, or engaging in financial transactions with, Russian entities, not transferring technology to Russia or Russian entities, and directly providing support to the government and people of Ukraine as required by law. Failure to submit the report required by this Section may deem Contractor's bid non -responsive. **END OF SECTION** Instruction to Bidders 1110-10 SECTION 1200 BID DATE: The undersigned, as bidder, declares it has received and examined the Contract Document entitled City Project No. 2022-25, Federal Project No. HIPL-5433(021), Highway 111 Resurfacing Project, and will contract with the City, on the form of Contract provided herewith, to do everything required for the fulfillment of the contract for said work at the prices and on the terms and conditions herein contained. We have included the following items and agree that they shall form a part of this bid: SECTION TITLE 1200 Bid 1210 Bid Schedule 1220 Bid Guaranty Bond 1230 Certification of Bidder's Experience and Qualifications 1240 Proposed Subcontractors 1250 Non -Collusion Affidavit 1260 DIR Project Vendor Information 1270 Federal Requirements Forms for Federal -Aid Construction Projects (The DBE and subcontractor listings are to be submitted by the 5th calendar day after bid openings all bidders) 1280 Iran Contracting Act of 2010 1290 Russian Aggression Against Ukraine Sanctions We acknowledge that the following addenda have been received and have been examined as part of the Contract Documents. Bidders must be on the Plan Holders List with the City of La Quinta in order to receive addenda. Addendum # Date Received Initials Attached is a bid guaranty bond as required by Paragraph 1110-15.0, BID GUARANTY. Name of Bidder Bidder's Telephone Number Bid 1200-1 If our bid is accepted, we agree to sign the contract without qualifications and to furnish the performance and payment bonds and the required evidence of insurance within 10 calendar days after receiving written notice of the award of the contract. We further agree, if our bid is accepted and a Contract for performance of the work is entered into with the City, to so plan work and to prosecute it with such diligence that the work shall be completed within the time stipulated. Name of Bidder Bidder's Address Contractor's License No. State of Incorporation Signature of Bidder Printed Name of Signatory Title of Signatory Bidder's Telephone Number Bidder's Email Address Contractor's Expiration Date Witness Title of Witness Bid 1200-2 SECTION 1210 BID SCHEDULE City Project No. 2022-25 Federal Project No. HIPL-5433(021) HIGHWAY 111 RESURFACING PROJECT City of La Quinta 78-495 Calle Tampico La Quinta, CA 92253 To Whom It May Concern: Pursuant to the Invitation to Bid, and in accordance with the provisions therein stated, the undersigned hereby proposes and agrees that on award by the City under this Bid, to execute a Contract, with necessary bonds, to furnish and install any and all labor, materials, transportation and services for City Project No. 2022-25, Federal Project No. HIPL- 5433(021), Highway 111 Resurfacing Project in accordance with the plans and specifications therefore adopted and on file with the City within the time hereinafter set forth and at the prices named in this Bid. It is understood that the basis of award shall be the lowest total price of the Base Bid Areas. Unit prices in each and every case represent the true unit price used in preparing the bid schedule totals (Bid Form). Unit prices listed herein include material, installation and appurtenant work as is necessary to have the item complete and in place meeting the full intent of the plans and specifications. Furthermore, this project has broken down the Base Bid areas according to project funding requirements, therefore several of the same bid items have been split between the Base Bid Area. BASE BID AREA —HIGHWAY 111 RESURFACING PROJECT: BASE BID #1; FEDERAL PARTICIPATING Item Unit Price Item Total Item Description Qtt' Unit (in figures) (in figures) y' Dollars Dollars 1 Mobilization 1 LS $ $ 2 Traffic Control 1 LS $ $ 3 Dust Control 1 LS $ $ 4 Earthwork 1 LS $ $ Bid Schedule 1210-1 BASE BID #1; FEDERAL PARTICIPATING Item Unit Price Item Total Item Description Qtt' Y. Unit (in figures) (in figures) Dollars Dollars Sawcut, Remove, and 5 Dispose of Existing 920 LF $ $ Concrete Curb; and Curb & Gutter Sawcut, Remove, and Dispose of Existing 6 Concrete Pavement, 18,900 SF $ $ Sidewalk, Cross -Gutter, Ramp, and Bus Turnout Construct Curb and Gutter per City of La Quinta Std. 7 No. 202, 3" Dowel into 30 LF $ $ Adjacent Existing Concrete Curb and Gutter Construct Cross -Gutter per 8 City of La Quinta Std. No. 4,935 SF $ $ 230 Mod. and 231 Mod. Construct Sidewalk per City 9 of La Quinta Std. No. 240 980 SF $ $ Mod. Construct Concrete Curb Ramp per City of La Quinta 10 Std. No. 250 Mod., Case A 16 EA $ $ or F (Including Curb or Curb and Gutter along Ram Construct Concrete Curb Ramp per City of La Quinta 11 Std. No. 250 Mod., Case C 4 EA $ $ (Including Curb or Curb and Gutter along Ramp Sawcut, Remove, and Dispose of Existing 12 Concrete Ramp; Furnish 50 SF $ $ and Install Truncated Dome Concrete Tile per City of La Quinta Std. 250 Mod. Construct Concrete 13 Passageway per 1 EA $ $ CALTRANS Std. A88B Mod.; Type B Bid Schedule 1210-2 BASE BID #1; FEDERAL PARTICIPATING Item Unit Price Item Total Item Description Qtt' y' Unit (in figures) (in figures) Dollars Dollars Construct PCC Bus Pad per 14 City of La Quinta Std. 650 3,695 SF $ $ Mod. Remove and Reconstruct Ex. Portion of Catch Basin 15 and Local Depression per 1 LS $ $ City of La Quinta Std. 300, 330, and per Plan 16 2" Grind and Asphalt 16,740 SF $ $ Concrete Overlay Pulverize 13" of Road 17* Section — Three Step 1,084,980 SF $ $ Process Construct 5.5" Asphalt 18 Concrete Over Pulverized 1,085,300 SF $ $ Base Grade Parkway, Remove, Modify, and Replace 19 Landscape and Irrigation in 1 LS $ $ Kind to Furthest Extent Possible to Join Proposed Curb Ramp Remove and Relocate 20 Existing PPB and PPB Post 6 EA $ $ per CALTRANS Std. ES-7A Salvage to City Existing Pull Box and Furnish and Install 21 New No. 6(T) Traffic Pull 34 EA $ $ Box per CALTRANS Std. Plan ES-8B 22 Lower and Raise Storm 14 EA $ $ Drain Manhole 23 Signing and Striping, 1 LS $ $ Including All Incidentals Total Amount of Bid Items 1 — 23 $ * - Bid Item considered Specialty Work Bid Schedule 1210-3 GRAND TOTAL BASE BID (Figures): GRAND TOTAL BASE BID (Words): Bid Amount of each of the above Bid Items must be filled in and completed. It is understood that the quantities shown hereon are but estimates and the bidder is responsible to verify quantities prior to submitting a bid. Final payment will be based upon actual work performed, subject to such adjustments and alterations as elsewhere provided herein. Signature of Bidder (Ink) Name of Bidder (Printed or Typed) Bidder Telephone Number Bidder Email Address Bid Schedule 1210-4 SECTION 1220 BID GUARANTY BOND PRINCIPAL, and , as SURETY, are held and firmly bound unto the City in the penal sum of TEN (10) PERCENT OF THE TOTAL AMOUNT OF THE BID of the Principal above named, submitted by said Principal to the City for the work described below, for the payment of which sum in lawful money of the United States, well and truly to be made to the City to which said bid was submitted, we bind ourselves, our heirs, executors, administrators, and successors, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH THAT WHEREAS, the Principal has submitted the above -mentioned bid to the City, for certain construction specifically described as follows, for which bids are to be opened at La Quinta, California. PROJECT NO. 2022-25 Federal Project No. HIPL-5433(021) HIGHWAY 111 RESURFACING PROJECT NOW, THEREFORE, if the aforesaid Principal is awarded the contract and, within the time and manner required under the specifications, after the prescribed forms are presented to him/her for signature enters into a written contract in the prescribed form, in accordance with the bid, and files two bonds with the City, one to guarantee faithful performance, and the other to guarantee payment for labor and materials as required by law, and provide certificate of insurance coverage required by the Contract Documents, then this obligation shall be null and void; otherwise, it shall be and remain in full force and virtue. IN WITNESS WHEREOF, we have hereunto set our hands on this day of , 2025. Title of Signatory Signature of Principal Address Title of Signatory Signature of Surety Email Address Note: Signatures of those executing for the surety must be properly acknowledged. Bid Guaranty Bond 1220-1 SECTION 1230 CERTIFICATION OF BIDDER'S EXPERIENCE AND QUALIFICATIONS The undersigned Bidder certifies that he is, at the time of bidding, and shall be, throughout the period of the contract, licensed under the provisions of Chapter 9, Division 3, of the Business and Professions Code of the State of California, to do the type of work contemplated in the Contract Documents. Bidder shall further certify that it is skilled and regularly engaged in the general class and type of work called for in the Contract Documents. The Bidder represents that it is competent, knowledgeable, and has special skills on the nature, extent, and inherent conditions of the work to be performed. Bidder further acknowledges that there are certain peculiar and inherent conditions existent in the construction of the particular facilities, which may create, during the construction program, unusual or peculiar unsafe conditions hazardous to persons and property. Bidder expressly acknowledges that it is aware of such peculiar risks and that it has the skill and experience to foresee and to adopt protective measures to adequately and safely perform the construction work with respect to such hazards. The Bidder shall list below four (4) projects completed in the last seven (7) years of similar size and complexity that indicate the Bidder's experience as a General Contractor. 1. Project Name: Owner: Construction Cost: $ Construction Time: Owner's Representative: Owner's Telephone No.: Date of Substantial Completion: 2. Project Name: Owner: Construction Cost: $ Construction Time: Owner's Representative: Owner's Telephone No.: Date of Substantial Completion: Calendar Days: Calendar Days: Certification of Bidder's Experience and Qualifications 1230-1 3. Project Name: Owner: Construction Cost: $ Construction Time: Owner's Representative: Owner's Telephone No.: Date of Substantial Completion: 4. Project Name: Owner: Construction Cost: $ Construction Time: Owner's Representative: Owner's Telephone No.: Date of Substantial Completion: Signed this day of Name of Bidder Signature of Bidder Printed Name of Bidder Calendar Days: Calendar Days: .2025. Contractor's License No. Expiration Date DIR Reg No. Title of Signatory Certification of Bidder's Experience and Qualifications 1230-2 SECTION 1240 PROPOSED SUBCONTRACTORS Pursuant to California Public Contracting Code, Section 4100 et. seq., the following list gives the name, business address, and portion of work (description of work to be done) for each subcontractor that will be used in the work if the bidder is awarded the Contract. (Additional supporting data may be attached to this page. Each page shall be sequentially numbered and headed "Proposed Subcontractors" and shall be signed.) The Contractor shall perform, with its own organization, Contract work amounting to at least 50 percent of the Contract Price except that any designated "Specialty Items" may be performed by subcontract and the amount of any such "Specialty Items" so performed will be deducted from the Contract Price before computing the amount required to be performed by the Contractor with its own organization. "Specialty Items" will be identified by the Agency in the Bid or in the Special Provisions. Where an entire item is subcontracted, the value of work subcontracted will be based on the Contract Unit Price. Subcontractor/Business Address/Description of Work/% of Work/License No./DIR Reg No. Signature of Bidder Name of Bidder Proposed Subcontractors 1240-1 SECTION 1250 NON -COLLUSION AFFIDAVIT TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID State of California ) ss. County of ) , being first duly sworn, deposes and say that he or she is of , the party making the foregoing bid that the bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that the bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or that anyone shall refrain from bidding; that the bidder has not in any manner, directly or indirectly sought by contract, agreement, communication, or conference with anyone to fix the bid price of the bidder or any other bidder, or to fix any overhead, profit, or cost element of the bid price, or of that of any other bidder, or to secure any advantage against the public body awarding the contract of anyone interested in the proposed contract; that all statements contained in the bid are true; and, further, that the bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay, any fee to any corporation, partnership, company association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid. Signature Name of Bidder Title Date Non -Collusion Affidavit 1250-1 SECTION 1260 DIR Project Vendor Information Vendor Information: Name: Address: Zip: Project Manager: Phone: Public Works Registration No.: City: Email: CSLB/Certification Number: ST: Classification: Asbestos Boilermaker Bricklayers Carpenter Carpet/Linoleum Cement Masons Drywall Finisher Drywall/Lathers Electricians _ Elevator Mechanic Glaziers Iron Workers Laborers Millwrights Operating Eng Painters Pile Drivers Roofer SheetMetal Sound/Corn Surveyor Prevailing Wages and Payroll: Pipe Trades Plasterers Teamster Tile Worker The project is subject to prevailing wage rates and enforcement by the Department of Industrial Relations (DIR). Prevailing wage rates can be obtained at: http://www.dir.ca.gov/Public-Works/Prevailing-Wage.html. Contractors and subcontractors on most public Works projects are required to submit certified payroll records to the Labor Commissioner using DIR's electronic certified payroll reporting system. For your convenience, the link for reporting certified payroll is: http://www.dir.ca.gov/Public-Works/Certified-Payroll-Reporting.html. A copy of certified payroll, including the names and addresses of employees and/or subcontractors working on the job must be included with invoices submitted to the City of La Quinta. DIR Project Vendor Information 1260-1 SECTION 1270 FEDERAL REQUIREMENTS FORMS FOR FEDERAL -AID CONSTRUCTION PROJECTS EQUAL EMPLOYMENT OPPORTUNITY CERTIFICATION The bidder proposed subcontractor , hereby certifies that he has , has not , participated in a previous contract or subcontract subject to the equal opportunity clauses, as required by Executive Orders 10925, 11114, or 11246, and that, where required, he has filed with the Joint Reporting Committee, the Director of the Office of Federal Contract Compliance, a Federal Government contracting or administering agency, or the former President's Committee on Equal Employment Opportunity, all reports due under the applicable filling requirements. Note: The above certification is required by the Equal Employment Opportunity Regulations of the Secretary of Labor (41 CFR 60-1.7(b) (1)), and must be submitted by bidders and proposed subcontractors only in connection with contracts and subcontracts which are subject to the equal opportunity clause. Contracts and subcontracts which are exempt from the equal opportunity clause are set forth in 41 CFR 60-1.5. (Generally only contracts or subcontracts of $10,000 or under are exempt.) Currently, Standard Form 100 (EEO-1) is the only report required by the Executive Orders or their implementing regulations. Proposed prime contractors and subcontractors who have participated in a previous contract or subcontract subject to the Executive Orders and have not filed the required reports should note that 41 CFR 60-1.7(b) (1) prevents the award of contracts and subcontracts unless such contractor submits a report covering the delinquent period or such other period specified by the Federal Highway Administration or by the Director, Office of Federal Contract Compliance, U.S. Department of Labor. Federal Requirements Forms for Federal -Aid Construction Projects 1270-1 Equal Employment Opportunity Certification PUBLIC CONTRACT CODE Public Contract Code Section 10285.1 Statement In conformance with Public Contract Code Section 10285.1 (Chapter 376, Stats. 1985), the bidder hereby declares under penalty of perjury under the laws of the State of California that the bidder has , has not been convicted within the preceding three years of any offenses referred to in that section, including any charge of fraud, bribery, collusion, conspiracy, or any other act in violation of any state or Federal antitrust law in connection with the bidding upon, award of, or performance of, any public works contract, as defined in Public Contract Code Section 1101, with any public entity, as defined in Public Contract Code Section 1100, including the Regents of the University of California or the Trustees of the California State University. The term "bidder" is understood to include any partner, member, officer, director, responsible managing officer, or responsible managing employee thereof, as referred to in Section 10285.1. Note: The bidder must place a checkmark after "has" or "has not" in one of the blank spaces provided. The above Statement is part of the Proposal. Signing this Proposal on the signature portion thereof shall also constitute signature of this Statement. Bidders are cautioned that making a false certification may subject the certifier to criminal prosecution. Public Contract Code Section 10162 Questionnaire In conformance with Public Contract Code Section 10162, the Bidder shall complete, under penalty of perjury, the following questionnaire: Has the bidder, any officer of the bidder, or any employee of the bidder who has a proprietary interest in the bidder, ever been disqualified, removed, or otherwise prevented from bidding on, or completing a federal, state, or local government project because of a violation of law or a safety regulation? Yes No If the answer is yes, explain the circumstances in the following space. Federal Requirements Forms for Federal -Aid Construction Projects 1270-2 Public Contract Code Certification Public Contract Code 10232 Statement In conformance with Public Contract Code Section 10232, the Contractor, hereby states under penalty of perjury, that no more than one final unappealable finding of contempt of court by a federal court has been issued against the Contractor within the immediately preceding two-year period because of the Contractor's failure to comply with an order of a federal court which orders the Contractor to comply with an order of the National Labor Relations Board. Note: The above Statement and Questionnaire are part of the Proposal. Signing this Proposal on the signature portion thereof shall also constitute signature of this Statement and Questionnaire. Bidders are cautioned that making a false certification may subject the certifier to criminal prosecution. Federal Requirements Forms for Federal -Aid Construction Projects 1270-3 Public Contract Code Certification DEBARMENT AND SUSPENSION CERTIFICATION TITLE 49, CODE OF FEDERAL REGULATIONS, PART 29 The bidder, under penalty of perjury, certifies that, except as noted below, he/she or any other person associated therewith in the capacity of owner, partner, director, officer, manager: • is not currently under suspension, debarment, voluntary exclusion, or determination of ineligibility by any Federal agency; • has not been suspended, debarred, voluntarily excluded or determined ineligible by any Federal agency within the past 3 years; • does not have a proposed debarment pending; and • has not been indicted, convicted, or had a civil judgment rendered against it by a court of competent jurisdiction in any matter involving fraud or official misconduct within the past 3 years. If there are any exceptions to this certification, insert the exceptions in the following space. Exceptions will not necessarily result in denial of award but will be considered in determining bidder responsibility. For any exception noted above, indicate below to whom it applies, initiating agency, and dates of action. Notes: Providing false information may result in criminal prosecution or administrative sanctions. The above certification is part of the Proposal. Signing this Proposal on the signature portion thereof shall also constitute signature of this Certification. Federal Requirements Forms for Federal -Aid Construction Projects 1270-4 Debarment and Suspension Certification NON -LOBBYING CERTIFICATION FOR FEDERAL -AID CONTRACTS The prospective participant certifies, by signing and submitting this bid or proposal, to the best of his or her knowledge and belief, that: (1) No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of any Federal agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement. (2) If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any Federal agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form- LLL, "Disclosure of Lobbying Activities," in conformance with its instructions. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by Section 1352, Title 31, U.S. Code. Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. The prospective participant also agrees by submitting his or her bid or proposal that he or she shall require that the language of this certification be included in all lower tier subcontracts, which exceed $100,000 and that all such sub -recipients shall certify and disclose accordingly. Federal Requirements Forms for Federal -Aid Construction Projects 1270-5 Non -Lobbying Certification for Federal -Aid Contracts DISCLOSURE OF LOBBYING ACTIVITIES COMPLETE THIS FORM TO DISCLOSE LOBBYING ACTIVITIES PURUSUANT TO 31 USC 1352 1. Type of Federal Action: 2. Status of Federal Action: 3. Report Type: ❑ a. contract ❑ a. bid/offer/application ❑ a. initial ❑ b. grant ❑ b. initial award ❑ b. material change ❑ c. cooperative agreement ❑ c. post -award ❑ d. loan For Material Change Only: ❑ e. loan guarantee year quarter ❑ f. loan insurance date of last report 4. Name and Address of Reporting Entity 5. If Reporting Entity in No. 4 is Subawardee, Enter Name and Address of Prime: ❑ Prime ❑ Subawardee Tier , if known Congressional District, if known 6. Federal Department/Agency: 8. Federal Action Number, if known: Congressional District, if known 7. Federal Program Name/Description: CFDA Number, if applicable 9. Award Amount, if known: 10. Name and Address of Lobby Entity 11. Individuals Performing Services (If individual, last name, first name, MI) (including address if different from No. 10) (last name, first name, MI) (attach Continuation Sheet(s) if necessary) 12. Amount of Payment (check all that apply) 14. Type of Payment (check all that apply) ❑ actual ❑ planned 13. Form of Payment (check all that apply): ❑ a. cash ❑ b. in -kind; specify: Nature Value ❑ a. retainer ❑ b. one-time fee ❑ c. commission ❑ d. contingent fee ❑ e. deferred ❑ f. other, specify _ 15. Brief Description of Services Performed or to be performed and Date(s) of Service, including officer(s), employee(s), or member(s) contacted, for Payment Indicated in Item 12: (attach Continuation Sheet(s) if necessary) 16. Continuation Sheet(s) attached: ❑ Yes ❑ No 17. Information requested through this form is authorized by Title 31 U.S.C. Section 1352. This disclosure of lobbying reliance was placed by the tier above when his transaction was made or entered into. This disclosure is required pursuant to 31 U.S.C. 1352. This information will be reported to Congress semiannually and will be available for public inspection. Any person who fails to file the required disclosure shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. Federal Use Only: Signature: Print Name: Title: Telephone No.: Standard Form LLL Rev. 09-12-97 Date: Authorized for Local Reproduction Standard Form - LLL Federal Requirements Forms for Federal -Aid Construction Projects 1270-6 Disclosure of Lobbying Activities INSTRUCTIONS FOR COMPLETION OF SF-LLL, DISCLOSURE OF LOBBYING ACTIVITIES This disclosure form shall be completed by the reporting entity, whether subawardee or prime federal recipient at the initiation or receipt of covered federal action or a material change to previous filing pursuant to title 31 U.S.C. Section 1352. The filing of a form is required for such payment or agreement to make payment to lobbying entity for influencing or attempting to influence an officer or employee of any agency, a Member of Congress an officer or employee of Congress or an employee of a Member of Congress in connection with a covered federal action. Attach a continuation sheet for additional information if the space on the form is inadequate. Complete all items that apply for both the initial filing and material change report. Refer to the implementing guidance published by the Office of Management and Budget for additional information. 1. Identify the type of covered federal action for which lobbying activity is or has been secured to influence, the outcome of a covered federal action. 2. Identify the status of the covered federal action. 3. Identify the appropriate classification of this report. If this is a follow-up report caused by a material change to the information previously reported, enter the year and quarter in which the change occurred. Enter the date of the last, previously submitted report by this reporting entity for this covered federal action. 4. Enter the full name, address, city, state, and zip code of the reporting entity. Include Congressional District if known. Check the appropriate classification of the reporting entity that designates if it is or expects to be a prime or subaward recipient. Identify the tier of the subawardee, e.g., the first subawardee of the prime is the first tier. Subawards include but are not limited to: subcontracts, subgrants, and contract awards under grants. 5. If the organization filing the report in Item 4 checks "Subawardee" then enter the full name, address, city, state, and zip code of the prime federal recipient. Include Congressional District, if known. 6. Enter the name of the federal agency making the award or loan commitment. Include at least one organization level below agency name, if known. For example, Department of Transportation, United States Coast Guard. 7. Enter the federal program name or description for the covered federal action (item 1). If known, enter the full Catalog of Federal Domestic Assistance (CFDA) number for grants, cooperative agreements, loans and loan commitments. 8. Enter the most appropriate federal identifying number available for the federal action identification in item 1 (e.g., Request for Proposal (RFP) number, Invitation for Bid (IFB) number, grant announcement number, the contract grant. or loan award number, the application/proposal control number assigned by the federal agency). Include prefixes, e.g., "RFP-DE-90-001." 9. For a covered federal action where there has been an award or loan commitment by the Federal agency, enter the federal amount of the award/loan commitments for the prime entity identified in item 4 or 5. 10. (a) Enter the full name, address, city, state, and zip code of the lobbying entity engaged by the reporting entity identified in Item 4 to influence the covered federal action. (b) Enter the full names of the individual(s) performing services and include full address if different from 10 (a). Enter Last Name, First Name and Middle Initial (MI). 11. Enter the amount of compensation paid or reasonably expected to be paid by the reporting entity (Item 4) to the lobbying entity (Item 10). Indicate whether the payment has been made (actual) or will be made (planned). Check all boxes that apply. If this is a material change report, enter the cumulative amount of payment made or planned to be made. 12. Check all boxes that apply. If payment is made through an in -kind contribution, specify the nature and value of the in -kind payment. 13. Check all boxes that apply. If other, specify nature. 14. Provide a specific and detailed description of the services that the lobbyist has performed or will be expected to perform and the date(s) of any services rendered. Include all preparatory and related activity not just time spent in actual contact with federal officials. Identify the federal officer(s) or employee(s) contacted or the officer(s) employee(s) or Member(s) of Congress that were contacted. 15. Check whether or not a continuation sheet(s) is attached. 16. The certifying official shall sign and date the form, and print his/her name title and telephone number. Public reporting burden for this collection of information is estimated to average 30-minutes per response, including time for reviewing instruction, searching existing data sources, gathering and maintaining the data needed, and completing and reviewing the collection of information. Send comments regarding the burden estimate or any other aspect of this collection of information, including suggestions for reducing this burden, to the Office of Management and Budget, Paperwork Reduction Project (0348 0046), Washington, D.C. 20503. SF-LLL-Instructions Rev. 06-04-90 Federal Requirements Forms for Federal -Aid Construction Projects 1270-7 Disclosure of Lobbying Activities EXHIBIT 15-G CONSTRUCTION CONTRACT DBE COMMITMENT 1. Local Agency: City of La Quinta 2. Contract DBE Goal: 19% 3. Project Description: Rehabilitate asphalt pavement on Highway 111 in La Quinta from Monte Sereno Drive to Jefferson Street 4. Project Location: In the City of La Qunita on Highway 111 from Monte Sereno Drive to Jefferson Street 5. Bidder's Name: 6. Prime Certified DBE: a 7. Bid Amount: 8. Total Dollar Amount for ALL Subcontractors: 9. Total Number of ALL Subcontractors: 10. Bid Item Number 11. Description s Work, Service, or Materials Supplied 12. NAICS or Work Category Codes 13. DBE Certification Number 14. DBE Contact Information (Must be certified on the date bids are opened) 15. DBE Dollar Amount Local Agency to Complete this Section upon Execution of Award 16. TOTAL CLAIMED DBE PARTICIPATION 22. Local Agency Contract Number: 23. Federal -Aid Project Number: 24. Bid Opening Date: 25. Contract Award Date: IMPORTANT: Identify all DBE firms being claimed for credit, regardless of tier. Names of the First Tier DBE Subcontractors and their respective item(s) of work listed above must be consistent, where applicable with the names and items of the work in the "Subcontractor List" submitted with your bid. Written confirmation of each listed DBE is required. 26. Award Amount: Local Agency certifies that all DBE certifications are valid and information on this form is complete and accurate. 27. Local Agency Representative's Signature 28. Date 29. Local Agency Representative's Name 30. Phone 31. Local Agency Representative's Title 17. Preparer's Signature 18. Date 19. Preparer's Name 20. Phone 21. Preparer's Title Standard Form Rev. 01-05-23 DISTRIBUTION: 1. Original - Local Agency 2. Copy - Caltrans District Local Assistance Engineer (DLAE). Failure to submit to DLAE within 30 days of contract execution may result in de -obligation of federal funds on contract. 3. Include additional copy with award package Federal Requirements Forms for Federal -Aid Construction Projects 1270-8 Exhibit 15-G Construction Contract DBE Commitment INSTRUCTIONS - CONSTRUCTION CONTRACT DBE COMMITMENT CONTRACTOR SECTION 1. Local Agency - Enter the name of the local agency that is administering the contract. 2. Contract DBE Goal - Enter the contract DBE goal percentage as it appears on the project advertisement. 3. Project Description - Enter the project description as it appears on the project advertisement (Bridge Rehab, Seismic Rehab, Overlay, Widening, etc). 4. Project Location - Enter the project location(s) as it appears on the project advertisement. 5. Bidder's Name - Enter the contractor's firm name. 6. Prime Certified DBE - Check box if prime contractor is a certified DBE. 7. Bid Amount - Enter the total contract bid dollar amount for the prime contractor. 8. Total Dollar Amount for ALL Subcontractors - Enter the total dollar amount for all subcontracted contractors. SUM = (DBEs + all Non -DBEs). Do not include the prime contractor information in this count. 9. Total number of ALL subcontractors - Enter the total number of all subcontracted contractors. SUM = (DBEs + all Non -DBEs). Do not include the prime contractor information in this count. 10. Bid Item Number - Enter bid item number for work, services, or materials supplied to be provided. 11. Description of Work, Services, or Materials Supplied - Enter description of work, services, or materials to be provided. Indicate all work to be performed by DBEs including work performed by the prime contractor's own forces, if the prime is a DBE. If 100% of the item is not to be performed or furnished by the DBE, describe the exact portion to be performed or furnished by the DBE. See LAPM Chapter 9 to determine how to count the participation of DBE firms. 12. NAICS or Work Category Codes - Enter NAICS or Work Category Codes from the California Unified Certification Program database. 13. DBE Certification Number - Enter the DBE's Certification Identification Number. All DBEs must be certified on the date bids are opened. 14. DBE Contact Information - Enter the name, address, and phone number of all DBE subcontracted contractors. Also, enter the prime contractor's name and phone number, if the prime is a DBE. 15. DBE Dollar Amount - Enter the subcontracted dollar amount of the work to be performed or service to be provided. Include the prime contractor if the prime is a DBE. See LAPM Chapter 9 for how to count full/partial participation. 16. Total Claimed DBE Participation - $: Enter the total dollar amounts entered in the "DBE Dollar Amount" column. %: Enter the total DBE participation claimed ("Total Claimed DBE Participation Dollars" divided by item "Bid Amount"). If the total % claimed is less than item "Contract DBE Goal," an adequately documented Good Faith Effort (GFE) is required (see Exhibit 15-H DBE Information - Good Faith Efforts of the LAPM). 17. Preparer's Signature - The person completing the DBE commitment form on behalf of the contractor's firm must sign their name. 18. Date - Enter the date the DBE commitment form is signed by the contractor's preparer. 19. Preparer's Name - Enter the name of the person preparing and signing the contractor's DBE commitment form. 20. Phone - Enter the area code and phone number of the person signing the contractor's DBE commitment form. 21. Preparer's Title - Enter the position/title of the person signing the contractor's DBE commitment form. LOCAL AGENCY SECTION 22. Local Agency Contract Number - Enter the Local Agency contract number or identifier. 23. Federal -Aid Project Number - Enter the Federal -Aid Project Number(s). 24. Bid Opening Date - Enter the date contract bids were opened. 25. Contract Award Date - Enter the date the contract was executed. 26. Award Amount - Enter the contract award amount as stated in the executed contract. 27. Local Agency Representative's Signature - The person completing this section of the form for the Local Agency must sign their name to certify that the information in this and the Contractor Section of this form is complete and accurate. 28. Date - Enter the date the DBE commitment form is signed by the Local Agency Representative. 29. Local Agency Representative's Name - Enter the name of the Local Agency Representative certifying the contractor's DBE commitment form. 30. Phone - Enter the area code and phone number of the person signing the contractor's DBE commitment form. 31. Local Agency Representative Title - Enter the position/title of the Local Agency Representative certifying the contractor's DBE commitment form. Federal Requirements Forms for Federal -Aid Construction Projects 1270-9 Exhibit 15-G Construction Contract DBE Commitment EXHIBIT 15-H: Proposer/Contractor Good Faith Efforts Federal -aid Project No.: HIPL-5433(021) Bid Opening Date: The City of La Quinta established a Disadvantaged Business Enterprise (DBE) goal of 19% for this contract. The information provided herein shows the required good faith efforts to meet or exceed the DBE contract goal. Proposers or bidders submit the following information to document their good faith efforts within five (5) calendar days from bid opening. Proposers and bidders are recommended to submit the following information even if the Exhibit 10-01: Consultant Proposal DBE Commitments or Exhibit 15-G: Construction Contract DBE Commitment indicate that the proposer or the bidder has met the DBE goal. This form protects the proposer's or the bidder's eligibility for award of the contract if the administering agency determines that the bidder failed to meet the goal for various reasons, e.g., a DBE firm was not certified at bid opening, or the bidder made a mathematical error. The following items are listed in the Section entitled "Submission of DBE Commitment" of the Special Provisions, please attach additional sheets as needed: A. The names and dates of each publication in which a request for DBE participation for this project was placed by the bidder (please attach copies of advertisements or proofs of publication): Publications Dates of Advertisement B. The names and dates of written notices sent to certified DBEs soliciting bids for this project and the dates and methods used for following up initial solicitations to determine with certainty whether the DBEs were interested (please attach copies of solicitations, telephone records, fax confirmations, etc.): Federal Requirements Forms for Federal -Aid Construction Projects 1270-10 Exhibit 15-H DBE Information — Good Faith Efforts C. The items of work made available to DBE firms including those unbundled contract work items into economically feasible units to facilitate DBE participation. It is the bidder's responsiblitiy to demonstrate that sufficient work to facilitate DBE participation in order to meet or exceed the DBE contract goal. Items of Work Bidder Normally Performs Item (Y/N ) Breakdown Amount of Items ($) Percentage Of Contract D. The names, addresses and phone numbers of rejected DBE firms, the reasons for the bidder's rejection of the DBEs, the firms selected for that work (please attach copies of quotes from the firms involved), and the price difference for each DBE if the selected firm is not a DBE: Names, addresses and phone numbers of rejected DBEs and the reasons for the bidder's rejection of the DBEs: Names, addresses and phone numbers of firms selected for the work above: Federal Requirements Forms for Federal -Aid Construction Projects 1270-11 Exhibit 15-H DBE Information — Good Faith Efforts E. Efforts (e.g. in advertisements and solicitations) made to assist interested DBEs in obtaining information related to the plans, specifications and requirements for the work which was provided to DBEs: F. Efforts (e.g. in advertisements and solicitations) made to assist interested DBEs in obtaining bonding, lines of credit or insurance, necessary equipment, supplies, materials or related assistance or services, excluding supplies and equipment the DBE subcontractor purchases or leases from the prime contractor or its affiliate: G. The names of agencies, organizations or groups contacted to provide assistance in contacting, recruiting and using DBE firms (please attach copies of requests to agencies and any responses received, i.e., lists, Internet page download, etc.): Name of Agency/Organization Method/Date of Contact Results H. Any additional data to support a demonstration of good faith efforts: Federal Requirements Forms for Federal -Aid Construction Projects 1270-12 Exhibit 15-H DBE Information — Good Faith Efforts Exhibit 12-B Bidder's List of Subcontractor (DBE and Non -DBE) - Part 1 As of March 1, 2015, Contractors (and sub -contractors) wishing to bid on public works contracts shall be registered with the State Division of Industrial Relations and certified to bid on Public Works contracts. Please register at: https://www.dir.ca.gov/Public-Works/Contractor-Registration.html. The City will verify registration of all contractors and subcontractors on public works projects at bid and thereafter annually to assure that yearly registration is maintained throughout the life of the project. In accordance with Title 49, Section 26.11 of the Code of Federal Regulations, and Section 4104 of the Public Contract Code of the State of California, as amended, the following information is required for each sub -contractor who will perform work amounting to more than one half of one percent (0.5%) of the Total Base Bid or $10,000 (whichever is greater). Photocopy this form for additional firms. Federal Project Number: HIPL-5433(021) Subcontractor Name and Location Line Item & Description Subcontract Amount Percentage of Bid Item Sub- contracted Contractor License Number DBE (Y/N) DBE Cart Number Annual Gross Receipts DIR Reg Number Name: ❑ <$1 million ❑ <$5 million City, State: ❑ <$10 million ❑ <$15 million Age of Firm:yrs. Name: ❑ <$1 million ❑ <$5 million City, State: ❑ <$10 million ❑ <$15 million Age of Firm: Vrs. Name: ❑ <$1 million ❑ <$5 million City, State: ❑ <$10 million ❑ <$15 million Age of Firm: _ yrs. Name: ] <$1 million ❑ <$5 million City, State: ❑ <$10 million ❑ <$15 million Age of Firm: _ yrs. Name: ❑ <$1 million ❑ <$5 million City, State: ❑ <$10 million ❑ <$15 million Age of Firm: _ yrs. Name: ❑ <$1 million ❑ <$5 million ❑ <$10 million City, State: ❑ <$15 million Age of Firm:yrs. Distribution: 1) Original -Local Agency File 2) Copy-DLAE w/ Award Package Federal Requirements Forms for Federal -Aid Construction Projects 1270-13 Exhibit 12-B Bidder's List of Subcontractors (DBE and Non -DBE) Exhibit 12-B Bidder's List of Subcontractor (DBE and Non -DBE) - Part 2 In accordance with Title 49, Section 26 of the Code of Federal Regulations, the Bidder shall list all subcontractor who provide a quote or bid but were not selected to participate as a subcontractor on this project. Photocopy this form for additional firms. Federal Project Number: HIPL-5433(021) Subcontractor Name and Location Line Item & Description Subcontract Amount Percentage of Bid Item Sub- contracted Contractor License Number DBE (Y/N) DBE Cert Number Annual Gross Receipts DIR Reg Number Name: ❑ <$1 million ❑ <$5 million City, State: ❑ <$10 million ❑ <$15 million Age of Firm: _ yrs. Name: <$1 million ❑ <$5 million City, State: n <$10 million ❑ <$15 million Age of Firm:yrs. Name: ❑ <$1 million ❑ <$5 million City, State: ❑ <$10 million ❑ <$15 million Age of Firm: _ yrs. Name: ❑ <$1 million ❑ <$5 million City, State: ❑ <$10 million ❑ <$15 million Age of Firm: _ yrs. Name: ❑ <$1 million ❑ <$5 million City, State: ❑ <$10 million ❑ <$15 million Age of Firm: vrs. Name: ❑ <$1 million ❑ <$5 million ❑ <$10 million City, State: ❑ <$15 million Age of Firm: yrs. Distribution: 1) Original -Local Agency File 2) Copy-DLAE w/ Award Package Federal Requirements Forms for Federal -Aid Construction Projects 1270-14 Exhibit 12-B Bidder's List of Subcontractors (DBE and Non -DBE) SECTION 1280 COMPLIANCE WITH IRAN CONTRACTING ACT OF 2010 Pursuant to the Iran Contracting Act of 2010 (Pub. Contract Code, § 2200 et seq.), (a) Contractor shall be ineligible to bid on or submit a proposal for any contract for One Million Dollars ($1,000,000) or more if Contractor engages in investment activities in Iran as defined in Public Contract Code Section 2202.5, and/or if Contractor is identified on the list of persons engaging in investment activities in Iran prepared by the State of California pursuant to Public Contract Code Section 2203 subdivision (b). (b) For bids of One Million Dollars ($1,000,000) or more, Contractor must certify that it is not on the list of ineligible vendors prohibited from doing business with the State of California and shall complete the Iran Contracting Act Certification and submit with their proposal at the time of bid. Contractor shall obtain the Iran Contracting Act Certification in the form approved by the State of California, or upon written request to the City Clerk's Office, a copy of the form will be provided to Contractor. Failure by Contractor to provide the certification required by this Section may deem Contractor's bid non -responsive. (c) Nothing in this Section is intended to prevent the City from exercising its rights pursuant to Public Contract Code section 2203, subdivision (c) or (d), or both, on a case -by -case basis. Iran Contracting Act Certification 1280-1 IRAN CONTRACTING ACT CERTIFICATION Pursuant to the Iran Contract Act of 2010 (Public Contract Code 2200-2208), Vendors/Bidders are ineligible to bid on or submit a proposal for any contract with a public entity for goods or services of one million dollars ($1,000,000) or more if the Vendor/Bidder engages in investment activities in Iran. MUST BE SUBMITTED WITH BID PROPOSAL IF BID AMOUNT IS $1,000,000 OR MORE Prior to bidding on, submitting a proposal, or executing a contract or renewal for a public entity contract for goods or services of $1,000,000 or more, a vendor must either: a) certify it is not on the current list of persons engaged in investment activities in Iran created by the California Department of General Services ("DGS") pursuant to Public Contract Code section 2203(b) and is not a financial institution extending $20,000,000 or more in credit to another person, for 45 days or more, if that other person will use the credit to provide goods or services in the energy sector in Iran and is identified on the current list of persons engaged in investment activities in Iran created by DGS; or b) demonstrate it has been exempted from the certification requirement for that solicitation or contract pursuant to Public Contract Code section 2203(c) or (d). To comply with this requirement, please insert your vendor or financial institution name and Federal ID Number (if available) and complete one of the options below. Please note: California law establishes penalties for providing false certifications, including civil penalties equal to the greater of $250,000 or twice the amount of the contract for which the false certification was made, contract termination, and three-year ineligibility to bid on contracts. (Pub. Cont. Code § 2205.) OPTION #1 - CERTIFICATION I, the official named below, certify I am duly authorized to execute this certification on behalf of the vendor/financial institution identified below, and the vendor/financial institution identified below is not on the current list of persons engaged in investment activities in Iran created by DGS and is not a financial institution extending twenty million dollars ($20,000,000) or more in credit to another person/vendor, for 45 days or more, if that other person/vendor will use the credit to provide goods or services in the energy sector in Iran and is identified on the current list of persons engaged in investment activities in Iran created by DGS. I certify (or declare) under penalty of perjury under the laws of the State of California that the foregoing is true and correct. Vendor Name/Financial Institution (Printed) Federal ID Number (or n/a) By (Authorized Signature) Printed Name and Title of Person Signing Date Executed Iran Contracting Act Certification 1280-2 OPTION #2 — EXEMPTION Pursuant to Public Contract Code sections 2203(c) and (d), a public entity may permit a vendor/financial institution engaged in investment activities in Iran, on a case - by -case basis, to be eligible for, or to bid on, submit a proposal for, or enters into or renews, a contract for goods and services. If you have obtained an exemption from the certification requirement under the Iran Contracting Act, please fill out the information below, and attach documentation demonstrating the exemption approval. Vendor Name/Financial Institution (Printed) By (Authorized Signature) Printed Name and Title of Person Signing Federal ID Number (or n/a) Date Executed Iran Contracting Act Certification 1280-3 SECTION 1290 COMPLIANCE WITH CALIFORNIA EXECUTIVE ORDER N-6-22 RUSSIAN AGGRESSION AGAINST UKRAINE (a) Contractor shall comply with California Governor Executive Order N-6-22 regarding sanctions in response to Russian aggression in the Country of Ukraine, and any implementing guidelines and/or economic sanctions imposed by the United States government in response to Russian actions in Ukraine, as well as any sanctions imposed under California law (collectively "economic sanctions"). Contractor shall comply with all such economic sanctions. By submitting a bid to the City, Contractor agrees to take any and all actions to support the Ukrainian government and people as required by law, including by refraining from new investments in, and financial transactions with, Russian institutions or companies that are headquartered or have their principal place of business in Russia (Russian entities), not transferring technology to Russia or Russian entities, and directly providing support to the government and people of Ukraine. (b) If bidding on a contract for Five Million Dollars ($5,000,000) or more, Contractor shall submit a written report to the City on Contractor's compliance with the economic sanctions, and the steps Contractor has taken in response to Russia's actions in Ukraine, including, but not limited to, desisting from making new investments in, or engaging in financial transactions with, Russian entities, not transferring technology to Russia or Russian entities, and directly providing support to the government and people of Ukraine as required by law. Failure to submit the report required by this Section may deem Contractor's bid non -responsive. Please include a written report to the City if this section is applicable. Russian Aggression Against Ukraine Sanction EO N-6-22 1290-1 SECTION 1300 CONTRACT THIS CONTRACT, by and between the CITY OF LA QUINTA, a municipal corporation, herein referred to as "City," and herein referred to as, "Contractor." WITNESSETH: In consideration of their mutual covenants, the parties hereto agree as follows: 1. Contractor shall furnish all necessary labor, material, equipment, transportation and services for City Project No. 2022-25, Federal Project No. HIPL-5433(021), Highway 111 Resurfacing Project in the City of La Quinta, California pursuant to the Invitation to Bid, dated March 2025, the project Specifications, and Contractor's Bid, all of which documents shall be considered a part hereof as though fully set herein. Should any provisions of Contractor's Bid be in conflict with the Notice Inviting Bids, Specifications, or this Contract, then the provisions of said Contract, Specifications, and Invitation to Bid shall be controlling, in that order of precedence. The time frame for construction work shall be in accordance with that specified in the Invitation to Bid. 2. Contractor will comply with all Federal, State, County, and La Quinta Municipal Code, which are, as amended from time to time, incorporated herein by reference. 3. All work shall be done in a manner satisfactory to the City Engineer. 4. Contractor shall commence work after the issuance of a written Notice to Proceed and agrees to have all work completed within 90 working days from the date of Notification to Proceed. 5. In consideration of said work, City agrees to pay Contractor such sums as shall be approved by the City Engineer at lump sums and/or unit prices stated in the Contractor's Bid, the base consideration (Type in correct dollar amount using currency format) ($ .00). All payments shall be subject to approval by the City Engineer and shall be in accordance with the terms, conditions, and procedures provided in the Specifications. 6. The Contractor shall not knowingly pay less than the general prevailing rate for per diem wages, as determined by the State of California Department of Industrial Relations and referred to in the Invitation to Bid, to any workman employed for the work to be performed under this contract; and the Contractor shall forfeit as a penalty to the City the sum of Twenty -Five Dollars ($25.00) for each calendar day, or fraction thereof, for such workman paid by him or by any subcontractor under him in violation of this provision (Sections 1770-1777, Labor Code of California). Pursuant to Section 1770, et. seq., of the California Labor Code, the successful bidder shall pay not less than the prevailing rate of per diem wages as determined by the Director of the California Department of Industrial Relations. These wage rates are available from the California Department of Industrial Relations' Internet website at htto://www.dir.ca.aov. Contract 1300-1 The Contractor and Sub -Contractors shall comply with the Davis -Bacon Fair Labor Standards Act (23 USC 113), and the implementation regulations issued pursuant thereto (29 CFR Section 1, 3, and 5) and any amendments thereof. The applicable wage rates in effect within 10 days of the bid opening shall be used. These wage rates are available from the Wage Determinations Online's website at: https://sam.gov/search/. If a difference exists between the Prevailing rate established by the State Department of Industrial Relations and the Federal Prevailing rates, the higher of the two rates will be used. Pursuant to Section 1725.5 of the California Labor Code, no contractor or subcontractor may be awarded a contract for public work on a public works project unless registered with the Department of Industrial Relations at the time the contract is awarded. Contractors and subcontractors may find additional information for registering at the Department of Industrial Relations website at httos://www.dir.ca.aov/Public-Works/PublicWorks.html. Pursuant to Labor Code section 1771.1, no contractor or subcontractor may be listed on a bid proposal for a public works project submitted on or after March 1, 2015 unless registered with the Department of Industrial Relations. Furthermore, all bidders and contractors are hereby notified that no contractor or subcontractor may be awarded, on or after April 1, 2015, a contract for public work on a public works project unless registered with the Department of Industrial Relations. Pursuant to Labor Code section 1771.4, all bidders are hereby notified that this project is subject to compliance monitoring and enforcement by the Department of Industrial Relations. The latest Davis -Bacon prevailing wage rates in effect for this project are included in Exhibit B. 7. Concurrently with the execution of this Contract, Contractor shall furnish bonds of a surety satisfactory to City, as provided in said Specifications or Invitation to Bid, the cost of which shall be paid by Contractor. 8. Except for the gross negligence or willful misconduct of an Indemnified Party (as hereinafter defined), the Contractor hereby assumes liability for and agrees to defend (at Indemnified Parties' option), indemnify, protect and hold harmless City and its Project Consultants, and Engineers, officers, agents, and employees ("Indemnified Parties") from and against any and all claims, charges, damages, demands, actions, proceedings, losses, stop notices, costs, expenses (including counsel fees), judgments, civil fines and penalties, liabilities of any kind or nature whatsoever, which may be sustained or suffered by or secured against the Indemnified Parties arising out of or encountered in connection with this Contract or the performance of the Work including, but not limited to, death of or bodily or personal injury to persons or damage to property, including property owned by or under the care and custody of City, and for civil fines and penalties, that may arise from or be caused, in whole or in part, by any negligent or other act or omission of Contractor, its officers, agents, employees or Subcontractors including, but not limited to, liability arising from: 1. Any dangerous, hazardous, unsafe or defective condition of, in or on the premises, of any nature whatsoever, which may exist by reason of any act, omission, neglect, or any use or occupation of the premises by Contractor, its officers, agents, employees, or subcontractors; 2. Any operation conducted upon or any use or occupation of the premises by Contractor, its officers, agents, employees, or subcontractors under or pursuant to the provisions of this contract or otherwise; Contract 1300-2 3. Any act, omission or negligence of Contractor, its officers, agents, employees, or Subcontractors; 4. Any failure of Contractor, its officers, agents or employees to comply with any of the 5. terms or conditions of this Contract or any applicable federal, state, regional, or municipal law, ordinance, rule or regulation; and 6. The conditions, operations, uses, occupations, acts, omissions or negligence referred to in Sub -subsections (1), (2), (3), and (4), existing or conducted upon or arising from the use or occupation by Contractor on any other premises in the care, custody and control of City. The Contractor also agrees to indemnify City and pay for all damages or loss suffered by City including but not limited to damage to or loss of City property, to the extent not insured by City and loss of City revenue from any source, caused by or arising out of the conditions, operations, uses, occupations, acts, omissions or negligence referred to in Sub -subsections (1), (2), (3), (4) and (5). Contractor's obligations under this Section apply regardless of whether or not such claim, charge, damage, demand, action, proceeding, loss, stop notice, cost expense, judgment, civil fine or penalty, or liability was caused in part or contributed to by an Indemnified Party. However, without affecting the rights of City under any provision of this contract, Contractor shall not be required to indemnify and hold harmless City for liability attributable to the active negligence of City, provided such active negligence is determined by agreement between the parties or by the findings of a court of competent jurisdiction. In instances where City is shown to have been actively negligent and where City's active negligence accounts for only a percentage of the liability involved, the obligation of Contractor will be for that entire portion or percentage of liability not attributable to the active negligence of City. Contractor agrees to obtain executed indemnity agreements with provisions identical to those set forth here in this section from each and every subcontractor or any other person or entity involved by, for, with or on behalf of Contractor in the performance of this contract. In the event Contractor fails to obtain such indemnity obligations from others as required here, Contractor agrees to be fully responsible according to the terms of this section. Failure of City to monitor compliance with these requirements imposes no additional obligations on City and will in no way act as a waiver of any rights hereunder. This obligation to indemnify and defend City as set forth here is binding on the successors, assigns or heirs of Contractor and shall survive the termination of this contract or this section. This indemnity shall survive termination of the Contract or Final Payment hereunder. This Indemnity is in addition to any other rights or remedies that the Indemnified Parties may have under the law or under any other Contract Documents or Agreements. In the event of any claim or demand made against any party which is entitled to be indemnified hereunder, City may, in its sole discretion, reserve, retain or apply any monies to the Contractor under this Contract for the purpose of resolving such claims; provided, however, City may release such funds if the Contractor provides City with reasonable assurance of protection of the Indemnified Parties' interests. City shall, in its sole discretion, determine whether such assurances are reasonable. Approval of any insurance contracts by the City does not relieve the Contractor or subcontractors from liability under Section 1340-1.0, Indemnification of the Specifications. The City will not be liable for any accident, loss, or damage to the work prior to its completion and acceptance. Contract 1300-2 9. Except as otherwise required, Contractor shall concurrently with the execution of this contract, furnish the City satisfactory evidence of insurance of the kinds and in the amounts provided in said Specifications, Section 1340-2.0, Insurance Requirements. This insurance shall be kept in full force and effect by Contractor during this entire contract and all premiums thereon shall be promptly paid by it. Each policy shall further state that it cannot be canceled without written notice to the City and shall name the City as an additional insured on the Commercial General Liability policy only. Contractor shall furnish evidence of having in effect, and shall maintain, Workers Compensation Insurance coverage of not less than the statutory amount or otherwise show a certificate of self- insurance, in accordance with the Workers Compensation laws of the State of California. Failure to maintain the required amounts and types of coverage throughout the duration of this Contract shall constitute a material breach of this Contract. 10. Except as otherwise required, Contractor shall furnish the City a Milestone Schedule within 10 days of the Notice of Award or with the return of this contract signed by the Contractor, whichever is earlier, with a beginning date of 15 days after the Notice of Award as provided in said Specifications, Section 4.2, Construction Schedule. Contractor shall pay to City $500.00 liquidated damages per calendar day that the Milestone Schedule is not provided. 11. Contractor shall forfeit as a penalty to City $25.00 for each laborer, workman, or mechanic employed in the execution of this Contract by said Contractor, or any subcontractor under it, upon any of the work herein mentioned, for each calendar day during which such laborer, workman, or mechanic is required or permitted to work at other than a rate of pay provided by law for more than 8 hours in any one calendar day and 40 hours in any one calendar week, in violation of the provisions of Sections 1810-1815 of the Labor Code of the State of California. 12. In accepting this Contract, Contractor certifies that in the conduct of its business it does not deny the right of any individual to seek, obtain and hold employment without discrimination because of race, religious creed, color, national origin, ancestry, physical handicap, medical condition, marital status, sex or age as provided in the California Fair Employment Practice Act (Government Code Sections 12900, et seq.) Contractor agrees that a finding by the State Fair Employment Practices Commission that Contractor has engaged during the term of this Contract in any unlawful employment practice shall be deemed a breach of this Contract and Contractor shall pay to City $1,607.00 liquidated damages for each such breach committed under this contract. 13. Contractor also agrees that for contracts in excess of $30,000 and more than 20 calendar days duration, that apprentices will be employed without discrimination in an approved program in a ratio established in the apprenticeship standards of the craft involved (Sections 1777.5 and 1777.6, Labor Code of California). Contractors who willfully fail to comply will be denied the right to bid on public projects for a period of six months in addition to other penalties provided by law. 14. This Contract shall not be assignable by Contractor without the written consent of City. 15. Contractor shall notify the City Engineer (in writing) forthwith when the Contract is deemed completed. 16. In accepting this Contract, Contractor certifies that no member or officer of the firm or corporation is an officer or employee of the City except to the extent permitted by law. 17. Contractor certifies that it is the holder of any necessary California State Contractor's License and authorized to undertake the above work. Contract 1300-3 18. The City, or its authorized auditors or representatives, shall have access to and the right to audit and reproduce any of the Contractor records to the extent the City deems necessary to insure it is receiving all money to which it is entitled under the contract and/or is paying only the amounts to which Contractor is properly entitled under the Contract or for other purposes relating to the Contract. 19. The Contractor shall maintain and preserve all such records for a period of at least three years after termination of the contract. 20. The Contractor shall maintain all such records in the City of La Quinta. If not, the Contractor shall, upon request, promptly deliver the records to the City or reimburse the City for all reasonable and extra costs incurred in conducting the audit at a location other than at City offices including, but not limited to, such additional (out of the City) expenses for personnel, salaries, private auditors, travel, lodging, meals and overhead. 21. The further terms, conditions, and covenants of the Contract are set forth in the Contract Documents, each of which is by this reference made a part hereof. 22. This Contract is funded with Federal -Aid Highway funds and is subject to provisions under Title 23 of the United States Code (23 USC). As such, the Contractor agrees to comply with the "Required Contract Provisions for Federal Aid Construction Contracts" inclusive of FHWA-1273 as set forth in Exhibit A, and further agrees to insert the provisions, unaltered, into each subcontract and further require their inclusion in all lower tier subcontracts, excluding purchase orders, rental agreements, and other agreements for supplies or services. **Remainder of Page Blank** Contract 1300-4 IN WITNESS WHEREOF, the parties have executed this Contract as of the dates stated below. "CITY" CITY OF LA QUINTA a California municipal corporation Dated: By: Jon McMillen, City Manager ATTEST: Monika Radeva, City Clerk APPROVED AS TO FORM: City Attorney Dated: Name: Print Name Address: Dated: Dated: "CONTRACTOR" (If corporation, affix seal) By: Signature Title: Street Address City State Zip Code Dated: By: Signature Name: Title: Print Name Address: Street Address City State Zip Code Contract 1300-6 REQUIRED CONTRACT PROVISIONS FOR FEDERAL AID CONSTRUCTION CONTRACTS Contract 1300-2 1. DISADVANTAGED BUSINESS ENTERPRISES (DBE) The contractor, subrecipient or subcontractor shall take necessary and reasonable steps to ensure that DBEs have opportunity to participate in the contract (49 CFR 26). To ensure equal participation of DBEs provided in 49 CFR 26.5, the Agency shows a contract goal for DBEs. The prime contractor shall make work available to DBEs and select work parts consistent with available DBE subcontractors and suppliers. The prime contractor shall meet the DBE goal shown elsewhere in these special provisions or demonstrate that they made adequate Good Faith Efforts (GFE) to meet this goal. An adequate GFE means that the bidder must show that it took all necessary and reasonable steps to achieve a DBE goal that, by their scope, intensity, and appropriateness to the objective, could reasonably be expected to meet the DBE goal. If the DBE goal is not met, the contractor needs to complete and submit the DBE GFE documentation as described in Local Assistance Procedures Manual (LAPM) Chapter 9, Section 9.8 within 5 (five) days of bid opening. It is the prime contractor's responsibility to verify that the DBE firm is certified as a DBE on the date of bid opening by using the California Unified Certification Program (CUCP) database and possesses the most specific available North American Industry Classification System (NAICS) codes and Work Code applicable to the type of work the firm will perform on the contract. Additionally, the prime contractor is responsible to document this verification by printing out the CUCP data for each DBE firm. A list of DBEs certified by the CUCP can be found at: https://dot.ca.gov/programs/civil-rights/dbe-search. DBE participation will only count toward the California Department of Transportation's federally mandated statewide overall DBE goal if the DBE performs a commercially useful function under 49 CFR 26.55. Credit for materials or supplies the prime contractor purchases from DBEs counts towards the goal in the following manner: • 100 percent counts if the materials or supplies are obtained from a DBE manufacturer. • 60 percent counts if the materials or supplies are obtained from a DBE regular dealer. • Only fees, commissions, and charges for assistance in the procurement and delivery of materials or supplies count if obtained from a DBE that is neither a manufacturer nor regular dealer. 49 CFR 26.55 defines "manufacturer" and "regular dealer." The prime contractor receives credit towards the goal if they employ a DBE trucking company that performs a commercially useful function as defined in 49 CFR 26.55(d) as follows: • The DBE must be responsible for the management and supervision of the entire trucking operation for which it is responsible on a particular contract, and there cannot be a contrived arrangement for the purpose of meeting DBE goals. • The DBE must itself own and operate at least one fully licensed, insured, and operational truck used on the contract. • The DBE receives credit for the total value of the transportation services it provides on the Contract using trucks it owns, insures, and operates using drivers it employs. Contract 1300-3 • The DBE may lease trucks from another DBE firm, including an owner -operator who is certified as a DBE. The DBE who leases trucks from another DBE receives credit for the total value of the transportation services the lessee DBE provides on the Contract. • The DBE may also lease trucks from a non -DBE firm, including from an owner - operator. The DBE that leases trucks equipped with drivers from a non -DBE is entitled to credit for the total value of transportation services provided by non -DBE leased trucks equipped with drivers not to exceed the value of transportation services on the contract provided by DBE -owned trucks or leased trucks with DBE employee drivers. Additional participation by non -DBE owned trucks equipped with drivers receives credit only for the fee or commission it receives as a result of the lease arrangement. • The DBE may lease trucks without drivers from a non -DBE truck leasing company. If the DBE leases trucks from a non -DBE truck leasing company and uses its own employees as drivers, it is entitled to credit for the total value of these hauling services. • A lease must indicate that the DBE has exclusive use of and control over the truck. This does not preclude the leased truck from working for others during the term of the lease with the consent of the DBE, so long as the lease gives the DBE absolute priority for use of the leased truck. Leased trucks must display the name and identification number of the DBE. A. Nondiscrimination Statement The contractor, subrecipient or subcontractor will never exclude any person from participation in, deny any person the benefits of, or otherwise discriminate against anyone in connection with the award and performance of any contract covered by 49 CFR 26 on the basis of race, color, sex, or national origin. In administering the Local Agency components of the DBE Program Plan, the contractor, subrecipient or subcontractor will not, directly, or through contractual or other arrangements, use criteria or methods of administration that have the effect of defeating or substantially impairing accomplishment of the objectives of the DBE Program Plan with respect to individuals of a particular race, color, sex, or national origin. B. Contract Assurance Under 49 CFR 26.13(b): The contractor, subrecipient or subcontractor shall not discriminate on the basis of race, color, national origin, or sex in the performance of this contract. The contractor shall carry out applicable requirements of 49 CFR 26 in the award and administration of federal -aid contracts. Failure by the contractor to carry out these requirements is a material breach of this contract, which may result in the termination of this contract or such other remedy as the recipient deems appropriate, which may include, but is not limited to: (1) Withholding monthly progress payments; (2) Assessing sanctions; (3) Liquidated damages; and/or (4) Disqualifying the contractor from future bidding as non -responsible. Contract 1300-4 C. Prompt Progress Payment In accordance with California Business and Professions Code section 7108.5, the prime contractor or subcontractor shall pay to any subcontractor, not later than seven days after receipt of each progress payment, unless otherwise agreed to in writing, the respective amounts allowed the contractor on account of the work performed by the subcontractors, to the extent of each subcontractor's interest therein. In the event that there is a good faith dispute over all or any portion of the amount due on a progress payment from the prime contractor or subcontractor to a subcontractor, the prime contractor or subcontractor may withhold no more than 150 percent of the disputed amount. Any violation of this requirement shall constitute a cause for disciplinary action and shall subject the licensee to a penalty, payable to the subcontractor, of 2 percent of the amount due per month for every month that payment is not made. In any action for the collection of funds wrongfully withheld, the prevailing party shall be entitled to his or her attorney's fees and costs. The sanctions authorized under this requirement shall be separate from, and in addition to, all other remedies, either civil, administrative, or criminal. This clause applies to both DBE and non- DBE subcontractors. D. Prompt Payment of Withheld Funds to Subcontractors The City shall hold retainage from the prime contractor and shall make prompt and regular incremental acceptances of portions, as determined by the City of the contract work and pay retainage to the prime contractor based on these acceptances. The prime contractor or subcontractor shall return all monies withheld in retention from all subcontractors within seven (7) days after receiving payment for work satisfactorily completed and accepted including incremental acceptances of portions of the contract work by the City. Any delay or postponement of payment may take place only for good cause and with the City's prior written approval. Any violation of these provisions shall subject the violating prime contractor or subcontractor to the penalties, sanctions, and other remedies specified in Section 7108.5 of the California Business and Professions Code and Section 10262 of the California Public Contract Code. This requirement shall not be construed to limit or impair any contractual, administrative or judicial remedies otherwise available to the contractor or subcontractor in the event of a dispute involving late payment or nonpayment by the contractor; deficient subcontractor performance and/or noncompliance by a subcontractor. This clause applies to both DBE and non -DBE subcontractors. E. Termination and Replacement of DBE Subcontractors The prime contractor shall utilize the specific DBEs listed to perform the work and supply the materials for which each is listed unless the contractor obtains the Agency's written consent. The prime contractor shall not terminate or replace a listed DBE for convenience and perform the work with their own forces or obtain materials from other sources without prior written authorization from the Agency. Unless the Agency's prior written consent is provided, the contractor shall not be entitled to any payment for work or material unless it is performed or supplied by the listed DBE on the Exhibit 15-G Construction Contract DBE Commitment form, included in the Bid. Termination of DBE Subcontractors After a contract with a specified DBE goal has been executed, termination of a DBE may be allowed for the following, but not limited to, justifiable reasons with prior written authorization from the Agency: 1. Listed DBE fails or refuses to execute a written contract based on plans and specifications for the project. Contract 1300-5 2. The Local Agency stipulated that a bond is a condition of executing the subcontract and the listed DBE fails to meet the Local Agency's bond requirements. 3. Work requires a contractor's license and listed DBE does not have a valid license under Contractors License Law, or is not properly registered with the California Department of Industrial Relations as a public works contractor. 4. Listed DBE fails or refuses to perform the work or furnish the listed materials (failing or refusing to perform is not an allowable reason to remove a DBE if the failure or refusal is a result of bad faith or discrimination). 5. Listed DBE's work is unsatisfactory and not in compliance with the contract. 6. Listed DBE is ineligible to work on the project because of suspension or debarment. 7. Listed DBE becomes bankrupt or insolvent or exhibits credit unworthiness. 8. Listed DBE voluntarily withdraws with written notice from the Contract 9. Listed DBE is ineligible to receive credit for the type of work required. 10.Listed DBE owner dies or becomes disabled resulting in the inability to perform the work on the Contract. 11.The Agency determines other documented good cause. To terminate a DBE or to terminate a portion of a DBE's work, the contractor must use the following procedures: Send a written notice to the DBE of Contractor's intent to use other forces or material sources and include one or more justifiable reasons listed above. Simultaneously send a copy of this written notice to the Agency. The written notice to the DBE must request they provide any response within five (5) business days to both the Contractor and the Agency by either acknowledging their agreement or documenting their reasoning as to why the use of other forces or sources of materials should not occur. 2. If the DBE does not respond within 5 business days, Contractor may move forward with the request as if the DBE had agreed to Contractor's written notice. 3. Submit Contractor's DBE termination request by written letter to the Agency and include: • One or more above listed justifiable reasons along with supporting documentation. • Contractor's written notice to the DBE regarding the request, including proof of transmission and tracking documentation of Contractor's written notice • The DBE's response to Contractor's written notice, if received. If a written response was not provided, provide a statement to that effect. The Agency shall respond in writing to Contractor's DBE termination request within 5 business days. Replacement of DBE Subcontractors After receiving the Agency's written authorization of DBE termination request, the Contractor must obtain the Agency's written agreement for DBE replacement. The Contractor must find or demonstrate GFEs to find qualified DBE replacement firms to perform the work to the extent needed to meet the DBE commitment. Contract 1300-6 The following procedures shall be followed to request authorization to replace a DBE firm: 1. Submit a request to replace a DBE with other forces or material sources in writing to the Agency which must include: a. Description of remaining uncommitted work items made available for replacement DBE solicitation and participation. b. The proposed DBE replacement firm's business information, the work they have agreed to perform, and the following: • Quote for bid item work and description of work to be performed • Proposed subcontract agreement and written confirmation of agreement to perform on the Contract • Revised Subcontracting Request form • Revised Exhibit 15-G: Construction Contract DBE Commitment 2. If Contractor has not identified a DBE replacement firm, submit documentation of the Contractor's GFEs to use DBE replacement firms within 7 days of Agency's authorization to terminate the DBE. The Contractor may request the Agency's approval to extend this submittal period to a total of 14 days. Submit documentation of actions taken to find a DBE replacement firm, such as: • Search results of certified DBEs available to perform the original DBE work identified and/or other work the Contractor had intended to self -perform, to the extent needed to meet the DBE commitment • Solicitations of DBEs for performance of work identified • Correspondence with interested DBEs that may have included contract details and requirements • Negotiation efforts with DBEs that reflect why an agreement was not reached • If a DBE's quote was rejected, provide Contractor's reasoning for the rejection, such as why the DBE was unqualified for the work, or why the price quote was unreasonable or excessive • Copies of each DBE's and non-DBE's price quotes for work identified, as the Agency may contact the firms to verify solicitation efforts and determine if the DBE quotes are substantially higher • Additional documentation that supports the GFE The Agency shall respond in writing to the Contractor's DBE replacement request within five (5) business days. The Contractor must submit a revised Subcontracting Request form if the replacement plan is authorized by the Agency. F. Commitment and Utilization The Agency's DBE program must include a monitoring and enforcement mechanism to ensure that DBE commitments reconcile to DBE utilization. The bidder shall complete and sign Exhibit 15-G: Construction Contract DBE Commitment included in the contract documents regardless of whether DBE participation is reported. The bidder shall provide written confirmation from each DBE that the DBE is participating in the Contract. LAPM Exhibit 9-I: DBE Confirmation or equivalent form and DBE's quote must be Contract 1300-7 submitted. The written confirmation must be submitted no later than 4pm on the 5th day after bid opening. If a DBE is participating as a joint venture partner, the bidder shall submit a copy of the joint venture agreement. If the DBE Commitment form, Exhibit 15-G, is not submitted with the bid, it must be completed and submitted by all bidders to the Agency within five (5) days of bid opening. If the bidder does not submit the DBE Commitment form within the specified time, the Agency will find the bidder's bid nonresponsive. The prime contractor shall use each DBE subcontractor as listed on Exhibit 15-G: Construction Contract DBE Commitment unless they receive written authorization for a termination or replacement from the Agency. The Agency shall request the prime contractor to: 1. Notify the Resident Engineer or Inspector of any changes to its anticipated DBE participation 2. Provide this notification before starting the affected work 3. Maintain records including: • Name and business address of each 1st -tier subcontractor • Name and business address of each DBE subcontractor, DBE vendor, and DBEtrucking company, regardless of tier • Date of payment and total amount paid to each DBE (see Exhibit 9-F: Monthly Disadvantaged Business Enterprise Payment) If the prime contractor is a DBE contractor, they shall include the date of work performed by their own forces and the corresponding value of the work. Before the 15th of each month, the prime contractor shall submit a Monthly DBE Trucking Verification (LAPM Exhibit 16-Z1) form. If a DBE is decertified before completing its work, the DBE must notify the prime contractor in writing of the decertification date. If a business becomes a certified DBE before completing its work, the business must notify the prime contractor in writing of the certification date. The prime contractor shall submit the notifications. Upon work completion, the prime contractor shall complete a Disadvantaged Business Enterprises (DBE) Certification Status Change, Exhibit 17-0, form and submit the form within 30 days of contract acceptance. Upon work completion, the prime contractor shall complete Exhibit 17-F: Final Report — Utilization of Disadvantaged Business Enterprises (DBE), First -Tier Subcontractors and submit it within 90 days of contract acceptance. The Agency will withhold $10,000 until the form is submitted. The Agency releases the withhold upon submission of the completed form. Exhibit 17-0 and 17-F, as described above, are included in Appendix E. G. Running Tally of Attainments For projects awarded on or after March 1, 2020, but before September 1, 2023: After submitting an invoice for reimbursement that includes a payment to a DBE, but no later than the 10th of the following month, the prime contractor/consultant must complete and email the Exhibit 9-F: Disadvantaged Business Enterprise Running Tally of Payments to business.support.unit(a�-dot.ca.gov with a copy to local administering agencies. Contract 1300-8 For projects that are awarded on or after September 1, 2023: Exhibit 9-F is no longer required. Instead, by the 15th of the month following the month of any payment(s), the prime contractor must now submit Exhibit 9-P to the Local Agency administering the contract. If the Contractor does not make any payments to subcontractors, supplier(s) and/or manufacturers they must report "no payments were made to subs this month" and write this visibly and legibly on Exhibit 9-P. H. Commercially Useful Function DBEs must perform a commercially useful function (CUF) under 49 CFR 26.55 when performing work or supplying materials listed on the DBE Commitment form. The DBE value of work will only count toward the DBE commitment if the DBE performs a CUF. A DBE performs a CUF when it is responsible for execution of the work on the contract and is carrying out its responsibilities by actually performing, managing, and supervising the work involved. If a DBE does not perform or exercise responsibility for at least 30% of the total cost of its contract with its own work force, or the DBE subcontracts a greater portion of the work of a contract than would be expected on the basis of normal industry practice for the type of work involved, it will be presumed that the DBE is not performing a CUF. Additionally, the DBE must also be responsible, with respect to materials and supplies used on the contract, for negotiating price, determining quality and quantity, ordering the material and installing (where applicable), and paying for the material itself. The Contractor must perform CUF evaluation for each DBE company working on a federal - aid contract, with or without a DBE goal. Perform a CUF evaluation at the beginning of the DBE's work, and continue to monitor the performance of CUF for the duration of the project. The Contractor must provide written notification to the AGENCY at least 15 days in advance of each DBE's initial performance of work or supplying materials for the Contract. The notification must include the DBE's name, work the DBE will perform on the contract, and the location, date, and time of where their work will take place. Within 10 (ten) days of a DBE initially performing work or supplying materials on the contract, the Contractor shall submit to the LPA the initial evaluation and validation of DBE performance of a CUF using the LAPM 9-J: Disadvantaged Business Enterprise Commercially Useful Function Evaluation. Include the following information with the submittal: • Subcontract agreement with the DBE • Purchase orders • Bills of lading • Invoices • Proof of payment The Contractor must monitor all DBE's performance of CUF by conducting quarterly evaluations and validations throughout their duration of work on the contract using the LAPM 9-J: DBE Commercially Useful Function Evaluation. The Contractor must submit to the AGENCY these quarterly evaluations and validations by the 5th of the month for the previous three (3) months of work. The Contractor must notify the AGENCY immediately if the Contractor believes the DBE may not be performing a CUF. Contract 1300-9 The AGENCY will verify DBEs performance of CUF by reviewing the initial and quarterly submissions of LAPM 94 DBE Commercially Useful Function Evaluation, submitted supporting information, field observations, and through any additional AGENCY evaluations. The AGENCY must evaluate DBEs and their CUF performance throughout the duration of a Contract. The AGENCY will provide written notice to Contractor and DBE at least two (2) business days prior to any evaluation. The Contractor and DBE must participate in the evaluation. Upon completing the evaluation, the AGENCY must share the evaluation results with the Contractor and DBE. An evaluation could include items that must be remedied upon receipt. If the AGENCY determines the DBE is not performing a CUF the Contractor must suspend performance of the noncompliant work. The Contractor and DBEs must submit any additional CUF related records and documents within five (5) business days of AGENCY's request such as: • Proof of ownership or lease and rental agreements for equipment • Tax records • Employee rosters • Certified payroll records • Inventory rosters Failure to submit required DBE Commercially Useful Function Evaluation forms or requested records and documents can result in withholding of payment for the value of work completed by the DBE. If the Contractor and/or the AGENCY determine that a listed DBE is not performing a CUF in performance of their DBE committed work, immediately suspend performance of the noncompliant portion of the work. The AGENCY may deny payment for the noncompliant portion of the work. The AGENCY will ask the Contractor to submit a corrective action plan (CAP) to the AGENCY within five (5) days of the noncompliant CUF determination. The CAP must identify how the Contractor will correct the noncompliance findings for the remaining portion of the DBE's work. The AGENCY has five (5) days to review the CAP in conjunction with the prime contractor's review. The Contractor must implement the CAP within five (5) days of the AGENCY's approval. The AGENCY will then authorize the prior noncompliant portion of work for the DBE's committed work. If corrective actions cannot be accomplished to ensure the DBE performs a CUF on the Contract, then the Contractor may have good cause to request termination of the DBE. Use of Joint Checks A joint check may be used between the Contractor or lower -tier subcontractor and a DBE subcontractor purchasing materials from a material supplier if the contractor obtains prior approval from the LPA for the proposed use of joint check upon submittal of the LAPM 9-K: DLA Disadvantaged Business Enterprises (DBE) Joint Check Agreement Request form. To use a joint check, the following conditions must be met: • All parties, including the Contractor, must agree to the use of a joint check • Entity issuing the joint check acts solely to guarantee payment • DBE must release the check to the material supplier • LPA must authorize the request before implementation Contract 1300-10 • Any party to the agreement must provide requested documentation within 10 days of the LPA's request for the documentation • Agreement to use a joint check must be short-term, not to exceed 1 year, allowing sufficient time needed to establish or increase a credit line with the material supplier A request for a joint check agreement may be initiated by any party. If a joint check is used, the DBE remains responsible for all elements of 49 CFR 26.55(c)(1). Failure to comply with the above requirements disqualifies DBE participation and results in no credit and no payment to the Contractor for DBE participation. A joint check may not be used between the Contractor or subcontractor and a DBE regular dealer, bulk material supplier, manufacturer, wholesaler, broker, trucker, packager, manufacturer's representative, or other persons who arrange or expedite transactions. i+# 31NZ61»LIIILl10 The bid opening shall be conducted in accordance with the Instructions to Bidders. 3. BID RIGGING The U.S. Department of Transportation (DOT) provides a toll -free hotline to report bid rigging activities. Contractors are encouraged to use the hotline to report bid rigging, bidder collusion, and other fraudulent activities. The hotline number is (800) 424-9071. The service is available 24 hours 7 days a week and is confidential and anonymous. The hotline is part of the DOT's effort to identify and investigate highway construction contract fraud and abuse and is operated under the direction of the DOT Inspector General. 4. CONTRACT AWARD The contract Award shall be made in accordance with the Instructions to Bidders. 5. CONTRACTOR LICENSE The contractor license requirements shall be in accordance with the Invitation to Bid. 6. CHANGED CONDITIONS A. Differing Site Conditions 1. During the progress of the work, if subsurface or latent physical conditions are encountered at the site differing materially from those indicated in the contract or if unknown physical conditions of an unusual nature, differing materially from those ordinarily encountered and generally recognized as inherent in the work provided for in the contract, are encountered at the site, the party discovering such conditions shall promptly notify the other party in writing of the specific differing conditions before the site is disturbed and before the affected work is performed. 2. Upon written notification, the engineer will investigate the conditions, and if it is determined that the conditions materially differ and cause an increase or decrease in the cost or time required for the performance of any work under the contract, an adjustment, excluding anticipated profits, will be made and the contract modified in writing accordingly. The engineer will notify the contractor of the determination whether or not an adjustment of the contract is warranted. Contract 1300-11 3. No contract adjustment which results in a benefit to the contractor will be allowed unless the contractor has provided the required written notice. 4. No contract adjustment will be allowed under this clause for any effects caused on unchanged work. B. Suspensions of Work Ordered by the Engineer 1. If the performance of all or any portion of the work is suspended or delayed by the engineer in writing for an unreasonable period of time (not originally anticipated, customary, or inherent to the construction industry) and the contractor believes that additional compensation and/or contract time is due as a result of such suspension or delay, the contractor shall submit to the engineer in writing a request for adjustment within 7 calendar days of receipt of the notice to resume work. The request shall set forth the reasons and support for such adjustment. 2. Upon receipt, the engineer will evaluate the contractor's request. If the engineer agrees that the cost and/or time required for the performance of the contract has increased as a result of such suspension and the suspension was caused by conditions beyond the control =of and not the fault of the contractor, its suppliers, or subcontractors at any approved tier, and not caused by weather, the engineer will make an adjustment (excluding profit) and modify the contract in writing accordingly. The contractor will be notified of the engineer's determination whether or not an adjustment of the contract is warranted. 3. No contract adjustment will be allowed unless the contractor has submitted the request for adjustment within the time prescribed. 4. No contract adjustment will be allowed under this clause to the extent that performance would have been suspended or delayed by any other cause, or for which an adjustment is provided or excluded under any other term or condition of this contract. C. Significant Changes in the Character of Work 1. The engineer reserves the right to make, in writing, at any time during the work, such changes in quantities and such alterations in the work as are necessary to satisfactorily complete the project. Such changes in quantities and alterations shall not invalidate the contract nor release the surety, and the contractor agrees to perform the work as altered. 2. If the alterations or changes in quantities significantly change the character of the work under the contract, whether such alterations or changes are in themselves significant changes to the character of the work or by affecting other work cause such other work to become significantly different in character, an adjustment, excluding anticipated profit, will be made to the contract. The basis for the adjustment shall be agreed upon prior to the performance of the work. If a basis cannot be agreed upon, then an adjustment will be made either for or against the contractor in such amount as the engineer may determine to be fair and equitable. 3. If the alterations or changes in quantities do not significantly change the character of the work to be performed under the contract, the altered work will be paid for as provided elsewhere in the contract. Contract 1300-12 4. The term "significant change" shall be construed to apply only to the following circumstances: • When the character of the work as altered differs materially in kind or nature from that involved or included in the original proposed construction; or • When a major item of work, as defined elsewhere in the contract, is increased in excess of 125 percent or decreased below 75 percent of the original contract quantity. Any allowance for an increase in quantity shall apply only to that portion in excess of 125 percent of original contract item quantity, or in case of a decrease below 75 percent, to the actual amount of work performed. 7. BEGINNING OF WORK, TIME OF COMPLETION AND LIQUIDATED DAMAGES 7.1 Beginning of Work Beginning or work shall be in accordance with Section 1400 of the General Conditions. 7.2 Time of Completion The time of completion shall be governed by section 1400 of the General Conditions. 7.3 Liquidated Damages Liquidated damages for delays shall be as outlined in Section 1500 of the Supplemental General Conditions. 8. BUY AMERICA Buy America Requirements apply to steel and iron, manufactured products, and construction materials permanently incorporated into the project. Steel and Iron Materials All steel and iron materials must be melted and manufactured in the United States except: 1. Foreign pig iron and processed, pelletized, and reduced iron ore may be used in the domestic production of the steel and iron materials [60 Fed Reg 15478 (03/24/1995)1; 2. If the total combined cost of the materials produced outside the United States does not exceed the greater of 0.1 percent of the total contract amount or $2,500, materials produced outside the United States may be used if authorized. Furnish steel and iron materials to be incorporated into the work with certificates of compliance and certified mill test reports. Mill test reports must indicate where the steel and iron were melted and manufactured. All melting and manufacturing processes for these materials, including an application of a coating, must occur in the United States. Coating includes all processes that protect or enhance the value of the material to which the coating is applied. Contract 1300-13 Manufactured Products Iron and steel used in precast concrete manufactured products must meet the requirements of the above section (Steel and Iron Materials) regardless of the amount used. Iron and steel used in other manufactured products must meet the requirements of the above section (Steel and Iron Materials) if the weight of steel and iron components constitute 90 percent or more of the total weight of the manufactured product. Construction Materials Buy America requirements apply to the following construction materials that are or consist primarily of: 1. Non-ferrous metals 2. Plastic and polymer -based products such as: 2.1 Polyvinylchloride 2.2 Composite Building Materials 3. Glass 4. Fiber optic cable (including drop cable) 5. Optical fiber 6. Lumber 7. Engineered wood 8. Drywall All manufacturing processes for these materials as defined in 2 CFR 184.6 must occur in the United States. Where one or more of these construction materials have been combined by a manufacturer with other materials through a manufacturing process, Buy America requirements do not apply unless otherwise specified. Furnish construction materials to be incorporated into the work with certificates of compliance with each project delivery. Manufacturer's certificate of compliance must identify where the construction material was manufactured and attest specifically to Buy America compliance. All manufacturing processes for these materials must occur in the United States. Buy America requirements do not apply to the following: 1. Tools and construction equipment used in performing the work 2. Temporary work that is not incorporated into the finished project Contract 1300-14 Waivers If Buy America waivers are granted, use the following language to include in the contract: The following steel and iron products, manufactured products, or construction materials have received an approved Buy America waiver for this contract, and therefore, are not subject to Buy America requirements: 1. 2. 9. QUALITY ASSURANCE The Local Agency uses a Quality Assurance Program (QAP) to ensure a material is produced to comply with the Contract. The Local Agency may examine the records and reports of tests the prime contractor performs if they are available at the job site. Schedule work to allow time for QAP. 10. PROMPT PAYMENT A. FROM THE AGENCY TO THE CONTRACTORS The Local Agency shall make all project progress payment within 30 days after receipt of an undisputed and properly submitted payment request from the Contractor on a construction contract. If the Local Agency fails to pay promptly, the Local Agency shall pay interest to the Contractor, which accrues at the rate of 10 percent per annum on the principal amount of a money judgment remaining unsatisfied and pro -rated as necessary. Upon receipt of the payment request, the Local Agency shall act in accordance with both of the following: 1. The Local Agency shall review each payment request as soon as feasible after receipt to verify it is a proper payment request. 2. The Local Agency must return any payment request deemed improper by the Local Agency to the Contractor as soon as feasible, but not later than seven (7) days, after receipt. A request returned pursuant to this paragraph shall include documentation setting forth in writing the reasons why it is an improper payment request. �'igJ 3JiIIaIflwe]0Wfli1311 call � For 9roiects awarded on or after September 1. 2023: The Contractor must submit Exhibit 9-P to the Local Agency administering the contract by the 15th of the month following the month of any payment(s). If the Contractor does not make any payments to subcontractors, supplier(s) and/or manufacturers they must report "no payments were made to subs this month" and write this visibly and legibly on Exhibit 9-P. The Local Agency must verify all Exhibit 9-P information, monitor compliance with prompt payment requirements for DBE and non -DBE firms, and address any shortfall to the DBE commitment and prompt payment issues until the end of the project. The Local Agency must email a copy of Exhibit 9-P to DBE.Forms(a)_dot.ca.gov before the end of the month after receiving the Exhibit 9-P from the Contractor. Contract 1300-15 11.FORM FHWA-1273 REQUIRED CONTRACT PROVISIONS FEDERAL -AID CONTRACTS REQUIRED CONTRACT PROVISIONS FEDERAL -AID CONSTRUCTION CONTRACTS I. General II. Nondiscrimination III. Non -segregated Facilities IV. Davis -Bacon and Related Act Provisions V. Contract Work Hours and Safety Standards Act Provisions VI. Subletting or Assigning the Contract VI I. Safety: Accident Prevention VIII. False Statements Concerning Highway Projects IX. Implementation of Clean Air Act and Federal Water Pollution Control Act X. Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion XI. Certification Regarding Use of Contract Funds for Lobbying XII. Use of United States -Flag Vessels: ATTACHMENTS A. Employment and Materials Preference for Appalachian Development Highway System or Appalachian Local Access Road Contracts (included in Appalachian contracts only) I. GENERAL 1. Form FHWA-1273 must be physically incorporated in each construction contract funded under title 23, United States Code, as required in 23 CFR 633.102(b) (excluding emergency contracts solely intended for debris removal). The contractor (or subcontractor) must insert this form in each subcontract and further require its inclusion in all lower tier subcontracts (excluding purchase orders, rental agreements and other agreements for supplies or services). 23 CFR 633.102(e). The applicable requirements of Form FHWA-1273 are incorporated by reference for work done under any purchase order, rental agreement or agreement for other services. The prime contractor shall be responsible for compliance by any subcontractor, lower -tier subcontractor or service provider. 23 CFR 633.102(e). Form FHWA-1273 must be included in all Federal -aid design - build contracts, in all subcontracts and in lower tier subcontracts (excluding subcontracts for design services, purchase orders, rental agreements and other agreements for supplies or services) in accordance with 23 CFR 633.102. The design -builder shall be responsible for compliance by any subcontractor, lower -tier subcontractor or service provider. Contracting agencies may reference Form FHWA-1273 in solicitation -for -bids or request -for -proposals documents, however, the Form FHWA-1273 must be physically incorporated (not referenced) in all contracts, subcontracts and lower -tier subcontracts (excluding purchase orders, rental agreements and other agreements for supplies or services related to a construction contract). 23 CFR 633.102(b). 2. Subject to the applicability criteria noted in the following sections, these contract provisions shall apply to all work performed on the contract by the contractor's own organization and with the assistance of workers under the contractor's immediate superintendence and to all work performed on the contract by piecework, station work, or by subcontract. 23 CFR 633.102(d). Contract FHWA-1273 -- Revised October 23, 2023 3. A breach of any of the stipulations contained in these Required Contract Provisions may be sufficient grounds for withholding of progress payments, withholding of final payment, termination of the contract, suspension / debarment or any other action determined to be appropriate by the contracting agency and FHWA. 4. Selection of Labor: During the performance of this contract, the contractor shall not use convict labor for any purpose within the limits of a construction project on a Federal -aid highway unless it is labor performed by convicts who are on parole, supervised release, or probation. 23 U.S.C. 114(b). The term Federal -aid highway does not include roadways functionally classified as local roads or rural minor collectors. 23 U.S.C. 101(a). II. NONDISCRIMINATION (23 CFR 230.107(a); 23 CFR Part 230, Subpart A, Appendix A; EO 11246) The provisions of this section related to 23 CFR Part 230, Subpart A, Appendix A are applicable to all Federal -aid construction contracts and to all related construction subcontracts of $10,000 or more. The provisions of 23 CFR Part 230 are not applicable to material supply, engineering, or architectural service contracts. In addition, the contractor and all subcontractors must comply with the following policies: Executive Order 11246, 41 CFR Part 60, 29 CFR Parts 1625-1627, 23 U.S.C. 140, Section 504 of the Rehabilitation Act of 1973, as amended (29 U.S.C. 794), Title VI of the Civil Rights Act of 1964, as amended (42 U.S.C. 2000d et seq.), and related regulations including 49 CFR Parts 21, 26, and 27; and 23 CFR Parts 200, 230, and 633. The contractor and all subcontractors must comply with: the requirements of the Equal Opportunity Clause in 41 CFR 60- 1.4(b) and, for all construction contracts exceeding $10,000, the Standard Federal Equal Employment Opportunity Construction Contract Specifications in 41 CFR 60-4.3. Note: The U.S. Department of Labor has exclusive authority to determine compliance with Executive Order 11246 and the policies of the Secretary of Labor including 41 CFR Part 60, and 29 CFR Parts 1625-1627. The contracting agency and the FHWA have the authority and the responsibility to ensure compliance with 23 U.S.C. 140, Section 504 of the Rehabilitation Act of 1973, as amended (29 U.S.C. 794), and Title VI of the Civil Rights Act of 1964, as amended (42 U.S.C. 2000d et seq.), and related regulations including 49 CFR Parts 21, 26, and 27; and 23 CFR Parts 200, 230, and 633. The following provision is adopted from 23 CFR Part 230, Subpart A, Appendix A, with appropriate revisions to conform to the U.S. Department of Labor (US DOL) and FHWA requirements. 1. Equal Employment Opportunity: Equal Employment Opportunity (EEO) requirements not to discriminate and to take affirmative action to assure equal opportunity as set forth under laws, executive orders, rules, regulations (see 28 CFR Part 35, 29 CFR Part 1630, 29 CFR Parts 1625-1627, 41 CFR Part 60 and 49 CFR Part 27) and orders of the Secretary of Labor as modified by the provisions prescribed herein, and imposed pursuant to 23 U.S.C. 140, shall constitute the EEO and specific affirmative action standards for the contractor's project activities under this contract. The provisions of the Americans with 1300-16 Disabilities Act of 1990 (42 U.S.C. 12101 et seq.) set forth under 28 CFR Part 35 and 29 CFR Part 1630 are incorporated by reference in this contract. In the execution of this contract, the contractor agrees to comply with the following minimum specific requirement activities of EEO: a. The contractor will work with the contracting agency and the Federal Government to ensure that it has made every good faith effort to provide equal opportunity with respect to all of its terms and conditions of employment and in their review of activities under the contract. 23 CFR 230.409 (g)(4) & (5). b. The contractor will accept as its operating policy the following statement: "It is the policy of this Company to assure that applicants are employed, and that employees are treated during employment, without regard to their race, religion, sex, sexual orientation, gender identity, color, national origin, age or disability. Such action shall include: employment, upgrading, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship, pre -apprenticeship, and/or on-the-job training." 2. EEO Officer: The contractor will designate and make known to the contracting officers an EEO Officer who will have the responsibility for and must be capable of effectively administering and promoting an active EEO program and who must be assigned adequate authority and responsibility to do so. 3. Dissemination of Policy: All members of the contractor's staff who are authorized to hire, supervise, promote, and discharge employees, or who recommend such action or are substantially involved in such action, will be made fully cognizant of and will implement the contractor's EEO policy and contractual responsibilities to provide EEO in each grade and classification of employment. To ensure that the above agreement will be met, the following actions will be taken as a minimum: a. Periodic meetings of supervisory and personnel office employees will be conducted before the start of work and then not less often than once every six months, at which time the contractor's EEO policy and its implementation will be reviewed and explained. The meetings will be conducted by the EEO Officer or other knowledgeable company official. b. All new supervisory or personnel office employees will be given a thorough indoctrination by the EEO Officer, covering all major aspects of the contractor's EEO obligations within thirty days following their reporting for duty with the contractor. c. All personnel who are engaged in direct recruitment for the project will be instructed by the EEO Officer in the contractor's procedures for locating and hiring minorities and women. d. Notices and posters setting forth the contractor's EEO policy will be placed in areas readily accessible to employees, applicants for employment and potential employees. e. The contractor's EEO policy and the procedures to implement such policy will be brought to the attention of employees by means of meetings, employee handbooks, or other appropriate means. 4. Recruitment: When advertising for employees, the contractor will include in all advertisements for employees the notation: "An Equal Opportunity Employer." All such advertisements will be placed in publications having a large circulation among minorities and women in the area from which the project work force would normally be derived. a. The contractor will, unless precluded by a valid bargaining agreement, conduct systematic and direct recruitment through public and private employee referral sources likely to yield qualified minorities and women. To meet this requirement, the contractor will identify sources of potential minority group employees and establish with such identified sources procedures whereby minority and women applicants may be referred to the contractor for employment consideration. b. In the event the contractor has a valid bargaining agreement providing for exclusive hiring hall referrals, the contractor is expected to observe the provisions of that agreement to the extent that the system meets the contractor's compliance with EEO contract provisions. Where implementation of such an agreement has the effect of discriminating against minorities or women, or obligates the contractor to do the same, such implementation violates Federal nondiscrimination provisions. c. The contractor will encourage its present employees to refer minorities and women as applicants for employment. Information and procedures with regard to referring such applicants will be discussed with employees. 5. Personnel Actions: Wages, working conditions, and employee benefits shall be established and administered, and personnel actions of every type, including hiring, upgrading, promotion, transfer, demotion, layoff, and termination, shall be taken without regard to race, color, religion, sex, sexual orientation, gender identity, national origin, age or disability. The following procedures shall be followed: a. The contractor will conduct periodic inspections of project sites to ensure that working conditions and employee facilities do not indicate discriminatory treatment of project site personnel. b. The contractor will periodically evaluate the spread of wages paid within each classification to determine any evidence of discriminatory wage practices. c. The contractor will periodically review selected personnel actions in depth to determine whether there is evidence of discrimination. Where evidence is found, the contractor will promptly take corrective action. If the review indicates that the discrimination may extend beyond the actions reviewed, such corrective action shall include all affected persons. d. The contractor will promptly investigate all complaints of alleged discrimination made to the contractor in connection with its obligations under this contract, will attempt to resolve such complaints, and will take appropriate corrective action within a reasonable time. If the investigation indicates that the discrimination may affect persons other than the complainant, such corrective action shall include such other persons. Upon completion of each investigation, the contractor will inform every complainant of all of their avenues of appeal. 6. Training and Promotion: a. The contractor will assist in locating, qualifying, and increasing the skills of minorities and women who are applicants for employment or current employees. Such efforts should be aimed at developing full journey level status employees in the type of trade or job classification involved. b. Consistent with the contractor's work force requirements and as permissible under Federal and State regulations, the contractor shall make full use of training programs (i.e., apprenticeship and on-the-job training programs for the geographical area of contract performance). In the event a special provision for training is provided under this contract, this subparagraph will be superseded as indicated in the special provision. The contracting agency may reserve training positions for persons who receive welfare assistance in accordance with 23 U.S.C. 140(a). c. The contractor will advise employees and applicants for employment of available training programs and entrance requirements for each. Contract 1300-17 d. The contractor will periodically review the training and promotion potential of employees who are minorities and women and will encourage eligible employees to apply for such training and promotion. 7. Unions: If the contractor relies in whole or in part upon unions as a source of employees, the contractor will use good faith efforts to obtain the cooperation of such unions to increase opportunities for minorities and women. 23 CFR 230.409. Actions by the contractor, either directly or through a contractor's association acting as agent, will include the procedures set forth below: a. The contractor will use good faith efforts to develop, in cooperation with the unions, joint training programs aimed toward qualifying more minorities and women for membership in the unions and increasing the skills of minorities and women so that they may qualify for higher paying employment. b. The contractor will use good faith efforts to incorporate an EEO clause into each union agreement to the end that such union will be contractually bound to refer applicants without regard to their race, color, religion, sex, sexual orientation, gender identity, national origin, age, or disability. c. The contractor is to obtain information as to the referral practices and policies of the labor union except that to the extent such information is within the exclusive possession of the labor union and such labor union refuses to furnish such information to the contractor, the contractor shall so certify to the contracting agency and shall set forth what efforts have been made to obtain such information. d. In the event the union is unable to provide the contractor with a reasonable flow of referrals within the time limit set forth in the collective bargaining agreement, the contractor will, through independent recruitment efforts, fill the employment vacancies without regard to race, color, religion, sex, sexual orientation, gender identity, national origin, age, or disability; making full efforts to obtain qualified and/or qualifiable minorities and women. The failure of a union to provide sufficient referrals (even though it is obligated to provide exclusive referrals under the terms of a collective bargaining agreement) does not relieve the contractor from the requirements of this paragraph. In the event the union referral practice prevents the contractor from meeting the obligations pursuant to Executive Order 11246, as amended, and these special provisions, such contractor shall immediately notify the contracting agency. 8. Reasonable Accommodation for Applicants / Employees with Disabilities: The contractor must be familiar with the requirements for and comply with the Americans with Disabilities Act and all rules and regulations established thereunder. Employers must provide reasonable accommodation in all employment activities unless to do so would cause an undue hardship. 9. Selection of Subcontractors, Procurement of Materials and Leasing of Equipment: The contractor shall not discriminate on the grounds of race, color, religion, sex, sexual orientation, gender identity, national origin, age, or disability in the selection and retention of subcontractors, including procurement of materials and leases of equipment. The contractor shall take all necessary and reasonable steps to ensure nondiscrimination in the administration of this contract. a. The contractor shall notify all potential subcontractors, suppliers, and lessors of their EEO obligations under this contract. b. The contractor will use good faith efforts to ensure subcontractor compliance with their EEO obligations. 10. Assurances Required: Contract a. The requirements of 49 CFR Part 26 and the State DOT's FHWA-approved Disadvantaged Business Enterprise (DBE) program are incorporated by reference. b. The contractor, subrecipient or subcontractor shall not discriminate on the basis of race, color, national origin, or sex in the performance of this contract. The contractor shall carry out applicable requirements of 49 CFR part 26 in the award and administration of DOT -assisted contracts. Failure by the contractor to carry out these requirements is a material breach of this contract, which may result in the termination of this contract or such other remedy as the recipient deems appropriate, which may include, but is not limited to: (1) Withholding monthly progress payments; (2) Assessing sanctions; (3) Liquidated damages; and/or (4) Disqualifying the contractor from future bidding as non - responsible. c. The Title VI and nondiscrimination provisions of U.S. DOT Order 1050.2A at Appendixes A and E are incorporated by reference. 49 CFR Part 21. 11. Records and Reports: The contractor shall keep such records as necessary to document compliance with the EEO requirements. Such records shall be retained for a period of three years following the date of the final payment to the contractor for all contract work and shall be available at reasonable times and places for inspection by authorized representatives of the contracting agency and the FHWA. a. The records kept by the contractor shall document the following: (1) The number and work hours of minority and non- minority group members and women employed in each work classification on the project; (2) The progress and efforts being made in cooperation with unions, when applicable, to increase employment opportunities for minorities and women; and (3) The progress and efforts being made in locating, hiring, training, qualifying, and upgrading minorities and women. b. The contractors and subcontractors will submit an annual report to the contracting agency each July for the duration of the project indicating the number of minority, women, and non- minority group employees currently engaged in each work classification required by the contract work. This information is to be reported on Form FHWA-1391. The staffing data should represent the project work force on board in all or any part of the last payroll period preceding the end of July. If on-the-job training is being required by special provision, the contractor will be required to collect and report training data. The employment data should reflect the work force on board during all or any part of the last payroll period preceding the end of July. III. NONSEGREGATED FACILITIES This provision is applicable to all Federal -aid construction contracts and to all related construction subcontracts of more than $10,000. 41 CFR 60-1.5. As prescribed by 41 CFR 60-1.8, the contractor must ensure that facilities provided for employees are provided in such a manner that segregation on the basis of race, color, religion, sex, sexual orientation, gender identity, or national origin cannot result. The contractor may neither require such segregated use by written or oral policies nor tolerate such use by employee custom. The contractor's obligation extends further to ensure that its employees are not assigned to perform their services at any location under the contractor's control where the facilities are segregated. The term 1300-18 "facilities" includes waiting rooms, work areas, restaurants and other eating areas, time clocks, restrooms, washrooms, locker rooms and other storage or dressing areas, parking lots, drinking fountains, recreation or entertainment areas, transportation, and housing provided for employees. The contractor shall provide separate or single -user restrooms and necessary dressing or sleeping areas to assure privacy between sexes. IV. DAVIS-BACON AND RELATED ACT PROVISIONS This section is applicable to all Federal -aid construction projects exceeding $2,000 and to all related subcontracts and lower -tier subcontracts (regardless of subcontract size), in accordance with 29 CFR 5.5. The requirements apply to all projects located within the right-of-way of a roadway that is functionally classified as Federal -aid highway. 23 U.S.C. 113. This excludes roadways functionally classified as local roads or rural minor collectors, which are exempt. 23 U.S.C. 101. Where applicable law requires that projects be treated as a project on a Federal -aid highway, the provisions of this subpart will apply regardless of the location of the project. Examples include: Surface Transportation Block Grant Program projects funded under 23 U.S.C. 133 [excluding recreational trails projects], the Nationally Significant Freight and Highway Projects funded under 23 U.S.C. 117, and National Highway Freight Program projects funded under 23 U.S.C. 167. The following provisions are from the U.S. Department of Labor regulations in 29 CFR 5.5 "Contract provisions and related matters" with minor revisions to conform to the FHWA- 1273 format and FHWA program requirements. 1. Minimum wages (29 CFR 5.5) a. Wage rates and fringe benefits. All laborers and mechanics employed or working upon the site of the work (or otherwise working in construction or development of the project under a development statute), will be paid unconditionally and not less often than once a week, and without subsequent deduction or rebate on any account (except such payroll deductions as are permitted by regulations issued by the Secretary of Labor under the Copeland Act (29 CFR part 3)), the full amount of basic hourly wages and bona fide fringe benefits (or cash equivalents thereof) due at time of payment computed at rates not less than those contained in the wage determination of the Secretary of Labor which is attached hereto and made a part hereof, regardless of any contractual relationship which may be alleged to exist between the contractor and such laborers and mechanics. As provided in paragraphs (d) and (e) of 29 CFR 5.5, the appropriate wage determinations are effective by operation of law even if they have not been attached to the contract. Contributions made or costs reasonably anticipated for bona fide fringe benefits under the Davis -Bacon Act (40 U.S.C. 3141(2)(B)) on behalf of laborers or mechanics are considered wages paid to such laborers or mechanics, subject to the provisions of paragraph 1.e. of this section; also, regular contributions made or costs incurred for more than a weekly period (but not less often than quarterly) under plans, funds, or programs which cover the particular weekly period, are deemed to be constructively made or incurred during such weekly period. Such laborers and mechanics must be paid the appropriate wage rate and fringe benefits on the wage determination for the class ification(s) of work actually performed, without regard to skill, except as provided in paragraph 4. of this section. Laborers or mechanics performing work in more than one classification may be compensated at the rate specified for each classification for the time actually worked therein: Provided, That the employer's payroll records accurately set forth the time spent in each classification in which work is performed. The wage determination (including any additional classifications and wage rates conformed under paragraph 1.c. of this section) and the Davis -Bacon poster (WH-1321) must be posted at all times by the contractor and its subcontractors at the site of the work in a prominent and accessible place where it can be easily seen by the workers. b. Frequently recurring classifications. (1) In addition to wage and fringe benefit rates that have been determined to be prevailing under the procedures set forth in 29 CFR part 1, a wage determination may contain, pursuant to § 1.3(f), wage and fringe benefit rates for classifications of laborers and mechanics for which conformance requests are regularly submitted pursuant to paragraph 1.c. of this section, provided that: (i) The work performed by the classification is not performed by a classification in the wage determination for which a prevailing wage rate has been determined; (ii) The classification is used in the area by the construction industry; and (iii) The wage rate for the classification bears a reasonable relationship to the prevailing wage rates contained in the wage determination. (2) The Administrator will establish wage rates for such classifications in accordance with paragraph 1.c.(1)(iii) of this section. Work performed in such a classification must be paid at no less than the wage and fringe benefit rate listed on the wage determination for such classification. c. Conformance. (1) The contracting officer must require that any class of laborers or mechanics, including helpers, which is not listed in the wage determination and which is to be employed under the contract be classified in conformance with the wage determination. Conformance of an additional classification and wage rate and fringe benefits is appropriate only when the following criteria have been met: (i) The work to be performed by the classification requested is not performed by a classification in the wage determination; and (ii) The classification is used in the area by the construction industry; and (iii) The proposed wage rate, including any bona fide fringe benefits, bears a reasonable relationship to the wage rates contained in the wage determination. (2) The conformance process may not be used to split, subdivide, or otherwise avoid application of classifications listed in the wage determination. (3) If the contractor and the laborers and mechanics to be employed in the classification (if known), or their representatives, and the contracting officer agree on the classification and wage rate (including the amount designated for fringe benefits where appropriate), a report of the action taken will be sent by the contracting officer by email to DBAconformance@dol.gov. The Administrator, or an authorized representative, will approve, modify, or disapprove every additional classification action within 30 days of receipt and so advise the contracting officer or will notify the contracting officer within the 30—day period that additional time is necessary. (4) In the event the contractor, the laborers or mechanics to be employed in the classification or their representatives, and the contracting officer do not agree on the proposed classification and wage rate (including the amount designated for fringe benefits, where appropriate), the contracting officer will, by email to DBAconformance@dol.gov, refer the questions, including the views of all interested parties and the recommendation of the contracting officer, to the Administrator for determination. The Administrator, or an authorized representative, will issue a determination within 30 days of receipt and so advise the contracting officer or will notify the contracting officer within the 30—day period that additional time is necessary. Contract 1300-19 (5) The contracting officer must promptly notify the contractor of the action taken by the Wage and Hour Division under paragraphs 1.c.(3) and (4) of this section. The contractor must furnish a written copy of such determination to each affected worker or it must be posted as a part of the wage determination. The wage rate (including fringe benefits where appropriate) determined pursuant to paragraph 1.c.(3) or (4) of this section must be paid to all workers performing work in the classification under this contract from the first day on which work is performed in the classification. d. Fringe benefits not expressed as an hourly rate. Whenever the minimum wage rate prescribed in the contract for a class of laborers or mechanics includes a fringe benefit which is not expressed as an hourly rate, the contractor may either pay the benefit as stated in the wage determination or may pay another bona fide fringe benefit or an hourly cash equivalent thereof. e. Unfunded plans. If the contractor does not make payments to a trustee or other third person, the contractor may consider as part of the wages of any laborer or mechanic the amount of any costs reasonably anticipated in providing bona fide fringe benefits under a plan or program, Provided, That the Secretary of Labor has found, upon the written request of the contractor, in accordance with the criteria set forth in § 5.28, that the applicable standards of the Davis -Bacon Act have been met. The Secretary of Labor may require the contractor to set aside in a separate account assets for the meeting of obligations under the plan or program. f. Interest. In the event of a failure to pay all or part of the wages required by the contract, the contractor will be required to pay interest on any underpayment of wages. 2. Withholding (29 CFR 5.5) a. Withholding requirements. The contracting agency may, upon its own action, or must, upon written request of an authorized representative of the Department of Labor, withhold or cause to be withheld from the contractor so much of the accrued payments or advances as may be considered necessary to satisfy the liabilities of the prime contractor or any subcontractor for the full amount of wages and monetary relief, including interest, required by the clauses set forth in this section for violations of this contract, or to satisfy any such liabilities required by any other Federal contract, or federally assisted contract subject to Davis -Bacon labor standards, that is held by the same prime contractor (as defined in § 5.2). The necessary funds may be withheld from the contractor under this contract, any other Federal contract with the same prime contractor, or any other federally assisted contract that is subject to Davis -Bacon labor standards requirements and is held by the same prime contractor, regardless of whether the other contract was awarded or assisted by the same agency, and such funds may be used to satisfy the contractor liability for which the funds were withheld. In the event of a contractor's failure to pay any laborer or mechanic, including any apprentice or helper working on the site of the work all or part of the wages required by the contract, or upon the contractor's failure to submit the required records as discussed in paragraph 3.d. of this section, the contracting agency may on its own initiative and after written notice to the contractor, take such action as may be necessary to cause the suspension of any further payment, advance, or guarantee of funds until such violations have ceased. b. Priority to withheld funds. The Department has priority to funds withheld or to be withheld in accordance with paragraph 2.a.of this section or Section V, paragraph 3.a., or both, over claims to those funds by: (1) A contractor's surety(ies), including without limitation performance bond sureties and payment bond sureties; (2) A contracting agency for its reprocurement costs; (3) A trustee(s) (either a court -appointed trustee or a U.S. trustee, or both) in bankruptcy of a contractor, or a contractor's bankruptcy estate; (4) A contractor's assignee(s); (5) A contractor's successor(s); or (6) A claim asserted under the Prompt Payment Act, 31 U.S.C.3901-3907. 3. Records and certified payrolls (29 CFR 5.5) a. Basic record requirements (1) Length of record retention. All regular payrolls and other basic records must be maintained by the contractor and any subcontractor during the course of the work and preserved for all laborers and mechanics working at the site of the work (or otherwise working in construction or development of the project under a development statute) for a period of at least 3 years after all the work on the prime contract is completed. (2) Information required. Such records must contain the name; Social Security number; last known address, telephone number, and email address of each such worker; each worker's correct classification(s) of work actually performed; hourly rates of wages paid (including rates of contributions or costs anticipated for bona fide fringe benefits or cash equivalents thereof of the types described in 40 U.S.C. 3141(2)(B) of the Davis -Bacon Act); daily and weekly number of hours actually worked in total and on each covered contract; deductions made; and actual wages paid. (3) Additional records relating to fringe benefits. Whenever the Secretary of Labor has found under paragraph 1.e. of this section that the wages of any laborer or mechanic include the amount of any costs reasonably anticipated in providing benefits under a plan or program described in 40 U.S.C. 3141(2)(B) of the Davis -Bacon Act, the contractor must maintain records which show that the commitment to provide such benefits is enforceable, that the plan or program is financially responsible, and that the plan or program has been communicated in writing to the laborers or mechanics affected, and records which show the costs anticipated or the actual cost incurred in providing such benefits. (4) Additional records relating to apprenticeship. Contractors with apprentices working under approved programs must maintain written evidence of the registration of apprenticeship programs, the registration of the apprentices, and the ratios and wage rates prescribed in the applicable programs. b. Certified payroll requirements (1) Frequency and method of submission. The contractor or subcontractor must submit weekly, for each week in which any DBA- or Related Acts- covered work is performed, certified payrolls to the contracting agency. The prime contractor is responsible for the submission of all certified payrolls by all subcontractors. A contracting agency or prime contractor may permit or require contractors to submit certified payrolls through an electronic system, as long as the electronic system requires a legally valid electronic signature; the system allows the contractor, the contracting agency, and the Department of Labor to access the certified payrolls upon request for at least 3 years after the work on the prime contract has been completed; and the contracting agency or prime contractor permits other methods of submission in situations where the contractor is unable or limited in its ability to use or access the electronic system. (2) Information required. The certified payrolls submitted must set out accurately and completely all of the information required to be maintained under paragraph 3.a.(2) of this section, except that full Social Security numbers and last known addresses, telephone numbers, and email addresses must not be included on weekly transmittals. Instead, the certified payrolls need only include an Contract 1300-20 individually identifying number for each worker ( e.g., the last four digits of the worker's Social Security number). The required weekly certified payroll information may be submitted using Optional Form WH-347 or in any other format desired. Optional Form WH-347 is available for this purpose from the Wage and Hour Division website at https://www.dol.gov/sites/dolgov/files/WHD/ legacy/files/wh347/.pdf or its successor website. It is not a violation of this section for a prime contractor to require a subcontractor to provide full Social Security numbers and last known addresses, telephone numbers, and email addresses to the prime contractor for its own records, without weekly submission by the subcontractor to the contracting agency. (3) Statement of Compliance. Each certified payroll submitted must be accompanied by a "Statement of Compliance," signed by the contractor or subcontractor, or the contractor's or subcontractor's agent who pays or supervises the payment of the persons working on the contract, and must certify the following: (i) That the certified payroll for the payroll period contains the information required to be provided under paragraph 3.b. of this section, the appropriate information and basic records are being maintained under paragraph 3.a. of this section, and such information and records are correct and complete; (ii) That each laborer or mechanic (including each helper and apprentice) working on the contract during the payroll period has been paid the full weekly wages earned, without rebate, either directly or indirectly, and that no deductions have been made either directly or indirectly from the full wages earned, other than permissible deductions as set forth in 29 CFR part 3; and (iii) That each laborer or mechanic has been paid not less than the applicable wage rates and fringe benefits or cash equivalents for the classification(s) of work actually performed, as specified in the applicable wage determination incorporated into the contract. (4) Use of Optional Form WH-347. The weekly submission of a properly executed certification set forth on the reverse side of Optional Form WH-347 will satisfy the requirement for submission of the "Statement of Compliance" required by paragraph 3.b.(3) of this section. (5) Signature. The signature by the contractor, subcontractor, or the contractor's or subcontractor's agent must be an original handwritten signature or a legally valid electronic signature. (6) Falsification. The falsification of any of the above certifications may subject the contractor or subcontractor to civil or criminal prosecution under 18 U.S.C. 1001 and 31 U.S.C.3729. (7) Length of certified payroll retention. The contractor or subcontractor must preserve all certified payrolls during the course of the work and for a period of 3 years after all the work on the prime contract is completed. c. Contracts, subcontracts, and related documents. The contractor or subcontractor must maintain this contract or subcontract and related documents including, without limitation, bids, proposals, amendments, modifications, and extensions. The contractor or subcontractor must preserve these contracts, subcontracts, and related documents during the course of the work and for a period of 3 years after all the work on the prime contract is completed. d. Required disclosures and access (1) Required record disclosures and access to workers. The contractor or subcontractor must make the records required under paragraphs 3.a. through 3.c. of this section, and any other documents that the contracting agency, the State DOT, the FHWA, or the Department of Labor deems necessary to determine compliance with the labor standards provisions of any of the applicable statutes referenced by § 5.1, available for inspection, copying, or transcription by authorized representatives of the contracting agency, the State DOT, the FHWA, or the Department of Labor, and must permit such representatives to interview workers during working hours on the job. (2) Sanctions for non-compliance with records and worker access requirements. If the contractor or subcontractor fails to submit the required records or to make them available, or refuses to permit worker interviews during working hours on the job, the Federal agency may, after written notice to the contractor, sponsor, applicant, owner, or other entity, as the case may be, that maintains such records or that employs such workers, take such action as may be necessary to cause the suspension of any further payment, advance, or guarantee of funds. Furthermore, failure to submit the required records upon request or to make such records available, or to permit worker interviews during working hours on the job, may be grounds for debarment action pursuant to § 5.12. In addition, any contractor or other person that fails to submit the required records or make those records available to WHD within the time WHD requests that the records be produced will be precluded from introducing as evidence in an administrative proceeding under 29 CFR part 6 any of the required records that were not provided or made available to WHD. WHD will take into consideration a reasonable request from the contractor or person for an extension of the time for submission of records. WHD will determine the reasonableness of the request and may consider, among other things, the location of the records and the volume of production. (3) Required information disclosures. Contractors and subcontractors must maintain the full Social Security number and last known address, telephone number, and email address of each covered worker, and must provide them upon request to the contracting agency, the State DOT, the FHWA, the contractor, or the Wage and Hour Division of the Department of Labor for purposes of an investigation or other compliance action. 4. Apprentices and equal employment opportunity (29 CFR 5.5) a. Apprentices (1) Rate of pay. Apprentices will be permitted to work at less than the predetermined rate for the work they perform when they are employed pursuant to and individually registered in a bona fide apprenticeship program registered with the U.S. Department of Labor, Employment and Training Administration, Office of Apprenticeship (OA), or with a State Apprenticeship Agency recognized by the OA. A person who is not individually registered in the program, but who has been certified by the OA or a State Apprenticeship Agency (where appropriate) to be eligible for probationary employment as an apprentice, will be permitted to work at less than the predetermined rate for the work they perform in the first 90 days of probationary employment as an apprentice in such a program. In the event the OA or a State Apprenticeship Agency recognized by the OA withdraws approval of an apprenticeship program, the contractor will no longer be permitted to use apprentices at less than the applicable predetermined rate for the work performed until an acceptable program is approved. (2) Fringe benefits. Apprentices must be paid fringe benefits in accordance with the provisions of the apprenticeship program. If the apprenticeship program does not specify fringe benefits, apprentices must be paid the full amount of fringe benefits listed on the wage determination for the applicable classification. If the Administrator determines that a different practice prevails for the applicable apprentice classification, fringe benefits must be paid in accordance with that determination. (3) Apprenticeship ratio. The allowable ratio of apprentices to journeyworkers on the job site in any craft classification must not be greater than the ratio permitted to the contractor as to the entire work force under the registered program or the ratio applicable to the locality of the project pursuant to paragraph 4.a.(4) of this Contract 1300-21 section. Any worker listed on a payroll at an apprentice wage rate, who is not registered or otherwise employed as stated in paragraph 4.a.(1) of this section, must be paid not less than the applicable wage rate on the wage determination for the classification of work actually performed. In addition, any apprentice performing work on the job site in excess of the ratio permitted under this section must be paid not less than the applicable wage rate on the wage determination for the work actually performed. (4) Reciprocity of ratios and wage rates. Where a contractor is performing construction on a project in a locality other than the locality in which its program is registered, the ratios and wage rates (expressed in percentages of the journeyworker's hourly rate) applicable within the locality in which the construction is being performed must be observed. If there is no applicable ratio or wage rate for the locality of the project, the ratio and wage rate specified in the contractor's registered program must be observed. b. Equal employment opportunity. The use of apprentices and journeyworkers under this part must be in conformity with the equal employment opportunity requirements of Executive Order 11246, as amended, and 29 CFR part 30. c. Apprentices and Trainees (programs of the U.S. DOT). Apprentices and trainees working under apprenticeship and skill training programs which have been certified by the Secretary of Transportation as promoting EEO in connection with Federal -aid highway construction programs are not subject to the requirements of paragraph 4 of this Section IV. 23 CFR 230.111(e)(2). The straight time hourly wage rates for apprentices and trainees under such programs will be established by the particular programs. The ratio of apprentices and trainees to journeyworkers shall not be greater than permitted by the terms of the particular program. 5. Compliance with Copeland Act requirements. The contractor shall comply with the requirements of 29 CFR part 3, which are incorporated by reference in this contract as provided in 29 CFR 5.5. 6. Subcontracts. The contractor or subcontractor must insert FHWA-1273 in any subcontracts, along with the applicable wage determination(s) and such other clauses or contract modifications as the contracting agency may by appropriate instructions require, and a clause requiring the subcontractors to include these clauses and wage determination(s) in any lower tier subcontracts. The prime contractor is responsible for the compliance by any subcontractor or lower tier subcontractor with all the contract clauses in this section. In the event of any violations of these clauses, the prime contractor and any subcontractor(s) responsible will be liable for any unpaid wages and monetary relief, including interest from the date of the underpayment or loss, due to any workers of lower -tier subcontractors, and may be subject to debarment, as appropriate. 29 CFR 5.5. 7. Contract termination: debarment. A breach of the contract clauses in 29 CFR 5.5 may be grounds for termination of the contract, and for debarment as a contractor and a subcontractor as provided in 29 CFR 5.12. 8. Compliance with Davis -Bacon and Related Act requirements. All rulings and interpretations of the Davis- Bacon and Related Acts contained in 29 CFR parts 1, 3, and 5 are herein incorporated by reference in this contract as provided in 29 CFR 5.5. 9. Disputes concerning labor standards. As provided in 29 CFR 5.5, disputes arising out of the labor standards provisions of this contract shall not be subject to the general disputes clause of this contract. Such disputes shall be resolved in accordance with the procedures of the Department of Labor set forth in 29 CFR parts 5, 6, and 7. Disputes within the meaning of this clause include disputes between the contractor (or any of its subcontractors) and the contracting agency, the U.S. Department of Labor, or the employees or their representatives. 10. Certification of eligibility. a. By entering into this contract, the contractor certifies that neither it nor any person or firm who has an interest in the contractor's firm is a person or firm ineligible to be awarded Government contracts by virtue of 40 U.S.C. 3144(b) or § 5.12(a). b. No part of this contract shall be subcontracted to any person or firm ineligible for award of a Government contract by virtue of 40 U.S.C. 3144(b) or § 5.12(a). c. The penalty for making false statements is prescribed in the U.S. Code, Title 18 Crimes and Criminal Procedure, 18 U.S.C. 1001. 11. Anti -retaliation. It is unlawful for any person to discharge, demote, intimidate, threaten, restrain, coerce, blacklist, harass, or in any other manner discriminate against, or to cause any person to discharge, demote, intimidate, threaten, restrain, coerce, blacklist, harass, or in any other manner discriminate against, any worker or job applicant for: a. Notifying any contractor of any conduct which the worker reasonably believes constitutes a violation of the DBA, Related Acts, this part, or 29 CFR part 1 or 3; b. Filing any complaint, initiating or causing to be initiated any proceeding, or otherwise asserting or seeking to assert on behalf of themselves or others any right or protection under the DBA, Related Acts, this part, or 29 CFR part 1 or 3; c. Cooperating in any investigation or other compliance action, or testifying in any proceeding under the DBA, Related Acts, this part, or 29 CFR part 1 or 3; or d. Informing any other person about their rights under the DBA, Related Acts, this part, or 29 CFR part 1 or 3. V. CONTRACT WORK HOURS AND SAFETY STANDARDS ACT Pursuant to 29 CFR 5.5(b), the following clauses apply to any Federal -aid construction contract in an amount in excess of $100,000 and subject to the overtime provisions of the Contract Work Hours and Safety Standards Act. These clauses shall be inserted in addition to the clauses required by 29 CFR 5.5(a) or 29 CFR 4.6. As used in this paragraph, the terms laborers and mechanics include watchpersons and guards. 1. Overtime requirements. No contractor or subcontractor contracting for any part of the contract work which may require or involve the employment of laborers or mechanics shall require or permit any such laborer or mechanic in any workweek in which he or she is employed on such work to work in excess of forty hours in such workweek unless such laborer or mechanic receives compensation at a rate not less than one and one-half times the basic rate of pay for all hours worked in excess of forty hours in such workweek. 29 CFR 5.5. 2. Violation; liability for unpaid wages; liquidated damages. In the event of any violation of the clause set forth in paragraph 1. of this section the contractor and any subcontractor responsible therefor shall be liable for the unpaid wages and interest from the date of the underpayment. In addition, such contractor and subcontractor shall be liable to the United States (in the case of work done under contract for the District of Columbia or a territory, to such District or to such territory), for liquidated damages. Such liquidated damages shall be computed with respect to each individual laborer or mechanic, including watchpersons and guards, Contract 1300-22 employed in violation of the clause set forth in paragraph 1. of this section, in the sum currently provided in 29 CFR 5.5(b)(2)* for each calendar day on which such individual was required or permitted to work in excess of the standard workweek of forty hours without payment of the overtime wages required by the clause set forth in paragraph 1. of this section. * $31 as of January 15, 2023 (See 88 FIR 88 FIR 2210) as may be adjusted annually by the Department of Labor, pursuant to the Federal Civil Penalties Inflation Adjustment Act of 1990. 3. Withholding for unpaid wages and liquidated damages a. Withholding process. The FHWA or the contracting agency may, upon its own action, or must, upon written request of an authorized representative of the Department of Labor, withhold or cause to be withheld from the contractor so much of the accrued payments or advances as may be considered necessary to satisfy the liabilities of the prime contractor or any subcontractor for any unpaid wages; monetary relief, including interest; and liquidated damages required by the clauses set forth in this section on this contract, any other Federal contract with the same prime contractor, or any other federally assisted contract subject to the Contract Work Hours and Safety Standards Act that is held by the same prime contractor (as defined in § 5.2). The necessary funds may be withheld from the contractor under this contract, any other Federal contract with the same prime contractor, or any other federally assisted contract that is subject to the Contract Work Hours and Safety Standards Act and is held by the same prime contractor, regardless of whether the other contract was awarded or assisted by the same agency, and such funds may be used to satisfy the contractor liability for which the funds were withheld. b. Priority to withheld funds. The Department has priority to funds withheld or to be withheld in accordance with Section IV paragraph 2.a. or paragraph 3.a. of this section, or both, over claims to those funds by: (1) A contractor's surety(ies), including without limitation performance bond sureties and payment bond sureties; (2) A contracting agency for its reprocurement costs; (3) A trustee(s) (either a court -appointed trustee or a U.S. trustee, or both) in bankruptcy of a contractor, or a contractor's bankruptcy estate; (4) A contractor's assignee(s); (5) A contractor's successor(s); or (6) A claim asserted under the Prompt Payment Act, 31 U.S.C. 3901-3907. 4. Subcontracts. The contractor or subcontractor must insert in any subcontracts the clauses set forth in paragraphs 1. through 5. of this section and a clause requiring the subcontractors to include these clauses in any lower tier subcontracts. The prime contractor is responsible for compliance by any subcontractor or lower tier subcontractor with the clauses set forth in paragraphs 1. through 5. In the event of any violations of these clauses, the prime contractor and any subcontractor(s) responsible will be liable for any unpaid wages and monetary relief, including interest from the date of the underpayment or loss, due to any workers of lower- tier subcontractors, and associated liquidated damages and may be subject to debarment, as appropriate. 5. Anti -retaliation. It is unlawful for any person to discharge, demote, intimidate, threaten, restrain, coerce, blacklist, harass, or in any other manner discriminate against, or to cause any person to discharge, demote, intimidate, threaten, restrain, coerce, blacklist, harass, or in any other manner discriminate against, any worker or job applicant for: a. Notifying any contractor of any conduct which the worker reasonably believes constitutes a violation of the Contract Work Hours and Safety Standards Act (CWHSSA) or its implementing regulations in this part; b. Filing any complaint, initiating or causing to be initiated any proceeding, or otherwise asserting or seeking to assert on behalf of themselves or others any right or protection under CWHSSA or this part; c. Cooperating in any investigation or other compliance action, or testifying in any proceeding under CWHSSA or this part; or d. Informing any other person about their rights under CWHSSA or this part. VI. SUBLETTING OR ASSIGNING THE CONTRACT This provision is applicable to all Federal -aid construction contracts on the National Highway System pursuant to 23 CFR 635.116. 1. The contractor shall perform with its own organization contract work amounting to not less than 30 percent (or a greater percentage if specified elsewhere in the contract) of the total original contract price, excluding any specialty items designated by the contracting agency. Specialty items may be performed by subcontract and the amount of any such specialty items performed may be deducted from the total original contract price before computing the amount of work required to be performed by the contractor's own organization (23 CFR 635.116). a. The term "perform work with its own organization" in paragraph 1 of Section VI refers to workers employed or leased by the prime contractor, and equipment owned or rented by the prime contractor, with or without operators. Such term does not include employees or equipment of a subcontractor or lower tier subcontractor, agents of the prime contractor, or any other assignees. The term may include payments for the costs of hiring leased employees from an employee leasing firm meeting all relevant Federal and State regulatory requirements. Leased employees may only be included in this term if the prime contractor meets all of the following conditions: (based on longstanding interpretation) (1) the prime contractor maintains control over the supervision of the day-to-day activities of the leased employees; (2) the prime contractor remains responsible for the quality of the work of the leased employees; (3) the prime contractor retains all power to accept or exclude individual employees from work on the project; and (4) the prime contractor remains ultimately responsible for the payment of predetermined minimum wages, the submission of payrolls, statements of compliance and all other Federal regulatory requirements. b. "Specialty Items" shall be construed to be limited to work that requires highly specialized knowledge, abilities, or equipment not ordinarily available in the type of contracting organizations qualified and expected to bid or propose on the contract as a whole and in general are to be limited to minor components of the overall contract. 23 CFR 635.102. 2. Pursuant to 23 CFR 635.116(a), the contract amount upon which the requirements set forth in paragraph (1) of Section VI is computed includes the cost of material and manufactured products which are to be purchased or produced by the contractor under the contract provisions. 3. Pursuant to 23 CFR 635.116(c), the contractor shall furnish (a) a competent superintendent or supervisor who is employed by Contract 1300-23 the firm, has full authority to direct performance of the work in accordance with the contract requirements, and is in charge of all construction operations (regardless of who performs the work) and (b) such other of its own organizational resources (supervision, management, and engineering services) as the contracting officer determines is necessary to assure the performance of the contract. 4. No portion of the contract shall be sublet, assigned or otherwise disposed of except with the written consent of the contracting officer, or authorized representative, and such consent when given shall not be construed to relieve the contractor of any responsibility for the fulfillment of the contract. Written consent will be given only after the contracting agency has assured that each subcontract is evidenced in writing and that it contains all pertinent provisions and requirements of the prime contract. (based on long- standing interpretation of 23 CFR 635.116). 5. The 30-percent self -performance requirement of paragraph (1) is not applicable to design -build contracts; however, contracting agencies may establish their own self -performance requirements. 23 CFR 635.116(d). VII. SAFETY: ACCIDENT PREVENTION This provision is applicable to all Federal -aid construction contracts and to all related subcontracts. 1. In the performance of this contract the contractor shall comply with all applicable Federal, State, and local laws governing safety, health, and sanitation (23 CFR Part 635). The contractor shall provide all safeguards, safety devices and protective equipment and take any other needed actions as it determines, or as the contracting officer may determine, to be reasonably necessary to protect the life and health of employees on the job and the safety of the public and to protect property in connection with the performance of the work covered by the contract. 23 CFR 635.108. 2. It is a condition of this contract, and shall be made a condition of each subcontract, which the contractor enters into pursuant to this contract, that the contractor and any subcontractor shall not permit any employee, in performance of the contract, to work in surroundings or under conditions which are unsanitary, hazardous or dangerous to his/her health or safety, as determined under construction safety and health standards (29 CFR Part 1926) promulgated by the Secretary of Labor, in accordance with Section 107 of the Contract Work Hours and Safety Standards Act (40 U.S.C. 3704). 29 CFR 1926.10. 3. Pursuant to 29 CFR 1926.3, it is a condition of this contract that the Secretary of Labor or authorized representative thereof, shall have right of entry to any site of contract performance to inspect or investigate the matter of compliance with the construction safety and health standards and to carry out the duties of the Secretary under Section 107 of the Contract Work Hours and Safety Standards Act (40 U.S.C. 3704). Vill. FALSE STATEMENTS CONCERNING HIGHWAY PROJECTS This provision is applicable to all Federal -aid construction contracts and to all related subcontracts. In order to assure high quality and durable construction in conformity with approved plans and specifications and a high degree of reliability on statements and representations made by engineers, contractors, suppliers, and workers on Federal- aid highway projects, it is essential that all persons concerned with the project perform their functions as carefully, thoroughly, and honestly as possible. Willful falsification, distortion, or misrepresentation with respect to any facts related to the project is a violation of Federal law. To prevent any misunderstanding regarding the seriousness of these and similar acts, Form FHWA- 1022 shall be posted on each Federal -aid highway project (23 CFR Part 635) in one or more places where it is readily available to all persons concerned with the project: 18 U.S.C. 1020 reads as follows: "Whoever, being an officer, agent, or employee of the United States, or of any State or Territory, or whoever, whether a person, association, firm, or corporation, knowingly makes any false statement, false representation, or false report as to the character, quality, quantity, or cost of the material used or to be used, or the quantity or quality of the work performed or to be performed, or the cost thereof in connection with the submission of plans, maps, specifications, contracts, or costs of construction on any highway or related project submitted for approval to the Secretary of Transportation; or Whoever knowingly makes any false statement, false representation, false report or false claim with respect to the character, quality, quantity, or cost of any work performed or to be performed, or materials furnished or to be furnished, in connection with the construction of any highway or related project approved by the Secretary of Transportation; or Whoever knowingly makes any false statement or false representation as to material fact in any statement, certificate, or report submitted pursuant to provisions of the Federal -aid Roads Act approved July 11, 1916, (39 Stat. 355), as amended and supplemented; Shall be fined under this title or imprisoned not more than 5 years or both." IX. IMPLEMENTATION OF CLEAN AIR ACT AND FEDERAL WATER POLLUTION CONTROL ACT (42 U.S.C. 7606; 2 CFR 200.88; EO 11738) This provision is applicable to all Federal -aid construction contracts in excess of $150,000 and to all related subcontracts. 48 CFR 2.101; 2 CFR 200.327. By submission of this bid/proposal or the execution of this contract or subcontract, as appropriate, the bidder, proposer, Federal -aid construction contractor, subcontractor, supplier, or vendor agrees to comply with all applicable standards, orders or regulations issued pursuant to the Clean Air Act (42 U.S.C. 7401-7671q) and the Federal Water Pollution Control Act, as amended (33 U.S.C. 1251- 1387). Violations must be reported to the Federal Highway Administration and the Regional Office of the Environmental Protection Agency. 2 CFR Part 200, Appendix 11. The contractor agrees to include or cause to be included the requirements of this Section in every subcontract, and further agrees to take such action as the contracting agency may direct as a means of enforcing such requirements. 2 CFR 200.327. X. CERTIFICATION REGARDING DEBARMENT, SUSPENSION, INELIGIBILITY AND VOLUNTARY EXCLUSION This provision is applicable to all Federal -aid construction contracts, design -build contracts, subcontracts, lower -tier subcontracts, purchase orders, lease agreements, consultant contracts or any other covered transaction requiring FHWA approval or that is estimated to cost $25,000 or more — as defined in 2 CFR Parts 180 and 1200. 2 CFR 180.220 and 1200.220. 1. Instructions for Certification — First Tier Participants: a. By signing and submitting this proposal, the prospective first tier participant is providing the certification set out below. b. The inability of a person to provide the certification set out below will not necessarily result in denial of participation in this Contract 1300-24 covered transaction. The prospective first tier participant shall submit an explanation of why it cannot provide the certification set out below. The certification or explanation will be considered in connection with the department or agency's determination whether to enter into this transaction. However, failure of the prospective first tier participant to furnish a certification or an explanation shall disqualify such a person from participation in this transaction. 2 CFR 180.320. c. The certification in this clause is a material representation of fact upon which reliance was placed when the contracting agency determined to enter into this transaction. If it is later determined that the prospective participant knowingly rendered an erroneous certification, in addition to other remedies available to the Federal Government, the contracting agency may terminate this transaction for cause of default. 2 CFR 180.325. d. The prospective first tier participant shall provide immediate written notice to the contracting agency to whom this proposal is submitted if any time the prospective first tier participant learns that its certification was erroneous when submitted or has become erroneous by reason of changed circumstances. 2 CFR 180.345 and 180.350. e. The terms "covered transaction," "debarred," "suspended," "ineligible," "participant," "person," "principal," and "voluntarily excluded," as used in this clause, are defined in 2 CFR Parts 180, Subpart I, 180.900-180.1020, and 1200. "First Tier Covered Transactions" refers to any covered transaction between a recipient or subrecipient of Federal funds and a participant (such as the prime or general contract). "Lower Tier Covered Transactions" refers to any covered transaction under a First Tier Covered Transaction (such as subcontracts). "First Tier Participant" refers to the participant who has entered into a covered transaction with a recipient or subrecipient of Federal funds (such as the prime or general contractor). "Lower Tier Participant" refers any participant who has entered into a covered transaction with a First Tier Participant or other Lower Tier Participants (such as subcontractors and suppliers). f. The prospective first tier participant agrees by submitting this proposal that, should the proposed covered transaction be entered into, it shall not knowingly enter into any lower tier covered transaction with a person who is debarred, suspended, declared ineligible, or voluntarily excluded from participation in this covered transaction, unless authorized by the department or agency entering into this transaction. 2 CFR 180.330. g. The prospective first tier participant further agrees by submitting this proposal that it will include the clause titled "Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion -Lower Tier Covered Transactions," provided by the department or contracting agency, entering into this covered transaction, without modification, in all lower tier covered transactions and in all solicitations for lower tier covered transactions exceeding the $25,000 threshold. 2 CFR 180.220 and 180.300. h. A participant in a covered transaction may rely upon a certification of a prospective participant in a lower tier covered transaction that is not debarred, suspended, ineligible, or voluntarily excluded from the covered transaction, unless it knows that the certification is erroneous. 2 CFR 180.300; 180.320, and 180.325. A participant is responsible for ensuring that its principals are not suspended, debarred, or otherwise ineligible to participate in covered transactions. 2 CFR 180.335. To verify the eligibility of its principals, as well as the eligibility of any lower tier prospective participants, each participant may, but is not required to, check the System for Award Management website (https://www.sam.gov/). 2 CFR 180.300, 180.320, and 180.325. i. Nothing contained in the foregoing shall be construed to require the establishment of a system of records in order to render in good faith the certification required by this clause. The knowledge and information of the prospective participant is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings. j. Except for transactions authorized under paragraph (f) of these instructions, if a participant in a covered transaction knowingly enters into a lower tier covered transaction with a person who is suspended, debarred, ineligible, or voluntarily excluded from participation in this transaction, in addition to other remedies available to the Federal Government, the department or agency may terminate this transaction for cause or default. 2 CFR 180.325. 2. Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion — First Tier Participants: a. The prospective first tier participant certifies to the best of its knowledge and belief, that it and its principals: (1) Are not presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participating in covered transactions by any Federal department or agency, 2 CFR 180.335;. (2) Have not within a three-year period preceding this proposal been convicted of or had a civil judgment rendered against them for commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (Federal, State, or local) transaction or contract under a public transaction; violation of Federal or State antitrust statutes or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, or receiving stolen property, 2 CFR 180.800; (3) Are not presently indicted for or otherwise criminally or civilly charged by a governmental entity (Federal, State or local) with commission of any of the offenses enumerated in paragraph (a)(2) of this certification, 2 CFR 180.700 and 180.800; and (4) Have not within a three-year period preceding this application/proposal had one or more public transactions (Federal, State or local) terminated for cause or default. 2 CFR 180.335(d). (5) Are not a corporation that has been convicted of a felony violation under any Federal law within the two-year period preceding this proposal (USDOT Order 4200.6 implementing appropriations act requirements); and (6) Are not a corporation with any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted, or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability (USDOT Order 4200.6 implementing appropriations act requirements). b. Where the prospective participant is unable to certify to any of the statements in this certification, such prospective participant should attach an explanation to this proposal. 2 CFR 180.335 and 180.340. 3. Instructions for Certification - Lower Tier Participants: (Applicable to all subcontracts, purchase orders, and other lower tier transactions requiring prior FHWA approval or estimated to cost $25,000 or more - 2 CFR Parts 180 and 1200). 2 CFR 180.220 and 1200.220. a. By signing and submitting this proposal, the prospective lower tier participant is providing the certification set out below. b. The certification in this clause is a material representation of Contract 1300-25 fact upon which reliance was placed when this transaction was entered into. If it is later determined that the prospective lower tier participant knowingly rendered an erroneous certification, in addition to other remedies available to the Federal Government, the department, or agency with which this transaction originated may pursue available remedies, including suspension and/or debarment. c. The prospective lower tier participant shall provide immediate written notice to the person to which this proposal is submitted if at any time the prospective lower tier participant learns that its certification was erroneous by reason of changed circumstances. 2 CFR 180.365. d. The terms "covered transaction," "debarred," "suspended," "ineligible," "participant," "person," "principal," and "voluntarily excluded," as used in this clause, are defined in 2 CFR Parts 180, Subpart I, 180.900 — 180.1020, and 1200. You may contact the person to which this proposal is submitted for assistance in obtaining a copy of those regulations. "First Tier Covered Transactions" refers to any covered transaction between a recipient or subrecipient of Federal funds and a participant (such as the prime or general contract). "Lower Tier Covered Transactions" refers to any covered transaction under a First Tier Covered Transaction (such as subcontracts). "First Tier Participant' refers to the participant who has entered into a covered transaction with a recipient or subrecipient of Federal funds (such as the prime or general contractor). "Lower Tier Participant' refers any participant who has entered into a covered transaction with a First Tier Participant or other Lower Tier Participants (such as subcontractors and suppliers). e. The prospective lower tier participant agrees by submitting this proposal that, should the proposed covered transaction be entered into, it shall not knowingly enter into any lower tier covered transaction with a person who is debarred, suspended, declared ineligible, or voluntarily excluded from participation in this covered transaction, unless authorized by the department or agency with which this transaction originated. 2 CFR 1200.220 and 1200.332. f. The prospective lower tier participant further agrees by submitting this proposal that it will include this clause titled "Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion -Lower Tier Covered Transaction," without modification, in all lower tier covered transactions and in all solicitations for lower tier covered transactions exceeding the $25,000 threshold. 2 CFR 180.220 and 1200.220. g. A participant in a covered transaction may rely upon a certification of a prospective participant in a lower tier covered transaction that is not debarred, suspended, ineligible, or voluntarily excluded from the covered transaction, unless it knows that the certification is erroneous. A participant is responsible for ensuring that its principals are not suspended, debarred, or otherwise ineligible to participate in covered transactions. To verify the eligibility of its principals, as well as the eligibility of any lower tier prospective participants, each participant may, but is not required to, check the System for Award Management website (https://www.sam.gov/), which is compiled by the General Services Administration. 2 CFR 180.300, 180.320, 180.330, and 180.335. h. Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to render in good faith the certification required by this clause. The knowledge and information of participant is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings. i. Except for transactions authorized under paragraph a of these instructions, if a participant in a covered transaction knowingly enters into a lower tier covered transaction with a person who is suspended, debarred, ineligible, or voluntarily excluded from participation in this transaction, in addition to other remedies available to the Federal Government, the department or agency with which this transaction originated may pursue available remedies, including suspension and/or debarment. 2 CFR 180.325. 4. Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion --Lower Tier Participants: a. The prospective lower tier participant certifies, by submission of this proposal, that neither it nor its principals: (1) is presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participating in covered transactions by any Federal department or agency, 2 CFR 180.355; (2) is a corporation that has been convicted of a felony violation under any Federal law within the two-year period preceding this proposal (USDOT Order 4200.6 implementing appropriations act requirements); and (3) is a corporation with any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted, or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability. (USDOT Order 4200.6 implementing appropriations act requirements) b. Where the prospective lower tier participant is unable to certify to any of the statements in this certification, such prospective participant should attach an explanation to this proposal. XI. CERTIFICATION REGARDING USE OF CONTRACT FUNDS FOR LOBBYING This provision is applicable to all Federal -aid construction contracts and to all related subcontracts which exceed $100,000. 49 CFR Part 20, App. A. 1. The prospective participant certifies, by signing and submitting this bid or proposal, to the best of his or her knowledge and belief, that: a. No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of any Federal agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement. b. If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any Federal agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form-LLL, "Disclosure Form to Report Lobbying," in accordance with its instructions. 2. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by 31 U.S.C. 1352. Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. Contract 1300-26 3. The prospective participant also agrees by submitting its bid or proposal that the participant shall require that the language of this certification be included in all lower tier subcontracts, which exceed $100,000 and that all such recipients shall certify and disclose accordingly. XII. USE OF UNITED STATES -FLAG VESSELS: This provision is applicable to all Federal -aid construction contracts, design -build contracts, subcontracts, lower -tier subcontracts, purchase orders, lease agreements, or any other covered transaction. 46 CFR Part 381. This requirement applies to material or equipment that is acquired for a specific Federal -aid highway project. 46 CFR 381.7. It is not applicable to goods or materials that come into inventories independent of an FHWA funded -contract. When oceanic shipments (or shipments across the Great Lakes) are necessary for materials or equipment acquired for a specific Federal -aid construction project, the bidder, proposer, contractor, subcontractor, or vendor agrees: 1. To utilize privately owned United States -flag commercial vessels to ship at least 50 percent of the gross tonnage (computed separately for dry bulk carriers, dry cargo liners, and tankers) involved, whenever shipping any equipment, material, or commodities pursuant to this contract, to the extent such vessels are available at fair and reasonable rates for United States -flag commercial vessels. 46 CFR 381.7. 2. To furnish within 20 days following the date of loading for shipments originating within the United States or within 30 working days following the date of loading for shipments originating outside the United States, a legible copy of a rated, 'on -board' commercial ocean bill -of -lading in English for each shipment of cargo described in paragraph (b)(1) of this section to both the Contracting Officer (through the prime contractor in the case of subcontractor bills -of -lading) and to the Office of Cargo and Commercial Sealift (MAR-620), Maritime Administration, Washington, DC 20590. (MARAD requires copies of the ocean carrier's (master) bills of lading, certified onboard, dated, with rates and charges. These bills of lading may contain business sensitive information and therefore may be submitted directly to MARAD by the Ocean Transportation Intermediary on behalf of the contractor). 46 CFR 381.7. ATTACHMENT A - EMPLOYMENT AND MATERIALS PREFERENCE FOR APPALACHIAN DEVELOPMENT HIGHWAY SYSTEM OR APPALACHIAN LOCAL ACCESS ROAD CONTRACTS (23 CFR 633, Subpart B, Appendix B) This provision is applicable to all Federal -aid projects funded under the Appalachian Regional Development Act of 1965. 1. During the performance of this contract, the contractor undertaking to do work which is, or reasonably may be, done as on -site work, shall give preference to qualified persons who regularly reside in the labor area as designated by the DOL wherein the contract work is situated, or the subregion, or the Appalachian counties of the State wherein the contract work is situated, except: a. To the extent that qualified persons regularly residing in the area are not available. b. For the reasonable needs of the contractor to employ supervisory or specially experienced personnel necessary to assure an efficient execution of the contract work. c. For the obligation of the contractor to offer employment to present or former employees as the result of a lawful collective bargaining contract, provided that the number of nonresident persons employed under this subparagraph (1c) shall not exceed 20 percent of the total number of employees employed by the contractor on the contract work, except as provided in subparagraph (4) below. 2. The contractor shall place a job order with the State Employment Service indicating (a) the classifications of the laborers, mechanics and other employees required to perform the contract work, (b) the number of employees required in each classification, (c) the date on which the participant estimates such employees will be required, and (d) any other pertinent information required by the State Employment Service to complete the job order form. The job order may be placed with the State Employment Service in writing or by telephone. If during the course of the contract work, the information submitted by the contractor in the original job order is substantially modified, the participant shall promptly notify the State Employment Service. 3. The contractor shall give full consideration to all qualified job applicants referred to him by the State Employment Service. The contractor is not required to grant employment to any job applicants who, in his opinion, are not qualified to perform the classification of work required. 4. If, within one week following the placing of a job order by the contractor with the State Employment Service, the State Employment Service is unable to refer any qualified job applicants to the contractor, or less than the number requested, the State Employment Service will forward a certificate to the contractor indicating the unavailability of applicants. Such certificate shall be made a part of the contractor's permanent project records. Upon receipt of this certificate, the contractor may employ persons who do not normally reside in the labor area to fill positions covered by the certificate, notwithstanding the provisions of subparagraph (1c) above. 5. The provisions of 23 CFR 633.207(e) allow the contracting agency to provide a contractual preference for the use of mineral resource materials native to the Appalachian region. 6. The contractor shall include the provisions of Sections 1 through 4 of this Attachment A in every subcontract for work which is, or reasonably may be, done as on -site work. Contract 1300-27 12. FEMALE AND MINORITY GOALS To comply with Section II, "Nondiscrimination," of "Required Contract Provisions Federal - Aid Construction Contracts," the following are for female and minority utilization goals for Federal -aid construction contracts and subcontracts that exceed $10,000: The nationwide goal for female utilization is 6.9 percent. The goals for minority utilization (45 Fed Reg 65984 (10/3/1980)) are as follows: Economic Area Goal (Percent) 174 Redding CA: Non-SMSA (Standard Metropolitan Statistical Area) Counties: 6.8 CA Lassen; CA Modoc; CA Plumas; CA Shasta; CA Siskiyou; CA Tehama Eureka, CA 6.6 175 Non-SMSA Counties: CA Del Norte; CA Humboldt; CA Trinity San Francisco -Oakland -San Jose, CA: SMSA Counties: 7120 Salinas -Seaside -Monterey, CA 28.9 CA Monterey 7360 San Francisco -Oakland 25.6 CA Alameda; CA Contra Costa; CA Marin; CA San Francisco; CA San Mateo 7400 San Jose, CA 19.6 176 CA Santa Clara, CA 7485 Santa Cruz, CA 14.9 CA Santa Cruz 7500 Santa Rosa 9.1 CA Sonoma 8720 Vallejo -Fairfield -Napa, CA 17.1 CA Napa; CA Solano Non-SMSA Counties: 23.2 CA Lake; CA Mendocino; CA San Benito Sacramento, CA: SMSA Counties: 177 6920 Sacramento, CA 16.1 CA Placer; CA Sacramento; CA Yolo Non-SMSA Counties CA Butte; CA Colusa; CA El Dorado; CA Glenn; CA Nevada; CA Sierra; CA Sutter; CA 14.3 Yuba Stockton -Modesto, CA: SMSA Counties: 5170 Modesto, CA 12.3 178 CA Stanislaus 8120 Stockton, CA 24.3 CA San Joaquin Non-SMSA Counties 19.8 CA Alpine; CA Amador; CA Calaveras; CA Mariposa; CA Merced; CA Tuolumne Fresno -Bakersfield, CA 179 SMSA Counties: 0680 Bakersfield, CA 19.1 CA Kern Contract 1300-33 2840 Fresno, CA CA Fresno Non-SMSA Counties: CA Kings; CA Madera; CA Tulare 26.1 23.6 180 Los Angeles, CA: SMSA Counties: 0360 Anaheim -Santa Ana -Garden Grove, CA 11.9 CA Orange 4480 Los Angeles -Long Beach, CA 28.3 CA Los Angeles 6000 Oxnard -Simi Valley -Ventura, CA 21.5 CA Ventura 6780 Riverside -San Bernardino -Ontario, CA 19.0 CA Riverside; CA San Bernardino 7480 Santa Barbara -Santa Maria -Lompoc, CA 19.7 CA Santa Barbara Non-SMSA Counties 24.6 CA In o; CA Mono; CA San Luis Obispo 181 San Diego, CA: SMSA Counties 7320 San Diego, CA 16.9 CA San Diego Non-SMSA Counties 18.2 CA Imperial For the last full week of July during which work is performed under the contract, the prime contractor and each non material -supplier subcontractor with a subcontract of $10,000 or more must complete Form FHWA PR-1391 (Appendix C to 23 CFR 230). Submit the forms by August 15. 13.TITLE VI ASSURANCES APPENDIX A During the performance of this Agreement, the contractor, for itself, its assignees and successors in interest (hereinafter collectively referred to as CONTRACTOR) agrees as follows: a. Compliance with Regulations: CONTRACTOR shall comply with the regulations relative to nondiscrimination in federally assisted programs of the Department of Transportation, Title 49, Code of Federal Regulations, Part 21, as they may be amended from time to time, (hereinafter referred to as the REGULATIONS), which are herein incorporated by reference and made a part of this agreement. b. Nondiscrimination: CONTRACTOR, with regard to the work performed by it during the AGREEMENT, shall not discriminate on the grounds of race, color, sex, national origin, religion, age, or disability in the selection and retention of sub - applicants, including procurements of materials and leases of equipment. CONTRACTOR shall not participate either directly or indirectly in the discrimination prohibited by Section 21.5 of the Regulations, including employment practices when the agreement covers a program set forth in Appendix B of the Regulations. c. Solicitations for Sub-aareements. Includina Procurements of Materials and Equipment: In all solicitations either by competitive bidding or negotiation made by CONTRACTOR for work to be performed under a Sub- agreement, including Contract 1300-34 procurements of materials or leases of equipment, each potential sub -applicant or supplier shall be notified by CONTRACTOR of the CONTRACTOR'S obligations under this Agreement and the Regulations relative to nondiscrimination on the grounds of race, color, or national origin. d.lnformation and Reports: CONTRACTOR shall provide all information and reports required by the Regulations, or directives issued pursuant thereto, and shall permit access to its books, records, accounts, other sources of information, and its facilities as may be determined by the recipient or FHWA to be pertinent to ascertain compliance with such Regulations or directives. Where any information required of CONTRACTOR is in the exclusive possession of another who fails or refuses to furnish this information, CONTRACTOR shall so certify to the recipient or FHWA as appropriate, and shall set forth what efforts CONTRACTOR has made to obtain the information. e. Sanctions for Noncompliance: In the event of CONTRACTOR's noncompliance with the nondiscrimination provisions of this agreement, the recipient shall impose such agreement sanctions as it or the FHWA may determine to be appropriate, including, but not limited to: i. withholding of payments to CONTRACTOR under the Agreement within a reasonable period of time, not to exceed 90 days; and/or ii. cancellation, termination or suspension of the Agreement, in whole or in part. f.Incorporation of Provisions: CONTRACTOR shall include the provisions of paragraphs (1) through (6) in every sub -agreement, including procurements of materials and leases of equipment, unless exempt by the Regulations, or directives issued pursuant thereto. CONTRACTOR shall take such action with respect to any sub -agreement or procurement as the recipient or FHWA may direct as a means of enforcing such provisions including sanctions for noncompliance, provided, however, that, in the event CONTRACTOR becomes involved in, or is threatened with, litigation with a sub- applicant or supplier as a result of such direction, CONTRACTOR may request the recipient enter into such litigation to protect the interests of the State, and, in addition, CONTRACTOR may request the United States to enter into such litigation to protect the interests of the United States. APPENDIX E During the performance of this contract, the contractor, for itself, its assignees, and successors in interest (hereinafter referred to as the "contractor") agrees to comply with the following non-discrimination statutes and authorities, including, but not limited to: Pertinent Non -Discrimination Authorities: • Title VI of the Civil Rights Act of 1964 (42 U.S.C. § 2000d et seq., 78 stat. 252), prohibits discrimination on the basis of race, color, national origin); and 49 CFR Part 21. • The Uniform Relocation Assistance and Real Property Acquisition Policies Act of 1970, (42 U.S.C. § 4601), (prohibits unfair treatment of persons displaced or whose property has been acquired because of Federal or Federal -aid programs and projects); Contract 1300-35 • Federal -Aid Highway Act of 1973, (23 U.S.C. § 324 et seq.), prohibits discrimination on the basis of sex; • Section 504 of the Rehabilitation Act of 1973, (29 U.S.C. § 794 et seq.), as amended, (prohibits discrimination on the basis of disability); and 49 CR Part 27; • The Age Discrimination Act of 1975, as amended, (42 U.S.C. § 6101 et seq.), prohibits discrimination on the basis of age); • Airport and Airway Improvement Act of 1982, (49 U.S.C. § 471, Section 47123), as amended, (prohibits discrimination based on race, creed, color, national origin, or sex); • The Civil Rights Restoration Act of 1987, (PL 100-209), (Broadened the scope, coverage and applicability of Title VI of the Civil Rights Act of 1964, The Age Discrimination Act of 1975 and Section 504 of the Rehabilitation Act of 1973, by expanding the definition of the terms "programs or activities" to include all of the programs or activities of the Federal -aid recipients, sub -recipients and contractors, whether such programs or activities are Federally funded or not); • Titles II and III of the Americans with Disabilities Act, which prohibit discrimination of the basis of disability in the operation of public entities, public and private transportation systems, places of public accommodation, and certain testing entities (42 U.S.C. §§ 12131 — 12189) as implemented by Department of Transportation regulations 49 C.F.R. parts 37 and 38; • The Federal Aviation Administration's Non-discrimination statute (49 U.S.C. § 47123) (prohibits discrimination on the basis of race, color, national origin, and sex); • Executive Order 12898, Federal Actions to Address Environmental Justice in Minority Populations and Low- Income Populations, which ensures discrimination against minority populations by discouraging programs, policies, and activities with disproportionately high and adverse human health or environmental effects on minority and low-income populations; • Executive Order 13166, Improving Access to Services for Persons with Limited English Proficiency, and resulting agency guidance, national origin discrimination includes discrimination because of limited English proficiency (LEP). To ensure compliance with Title VI, you must take reasonable steps to ensure that LEP persons have meaningful access to your programs (70 Fed. Reg. at 74087 to 74100); • Title IX of the Education Amendments of 1972, as amended, which prohibits you from discriminating because of sex in education programs or activities (20 U.S.C. 1681 et seq). 14. FEDERAL TRAINEE PROGRAM. For the Federal training program, the number of trainees or apprentices is 0 This section applies if a number of trainees or apprentices is specified above. As part of the prime contractor's equal opportunity affirmative action program, provide on-the-job training to develop full journeymen in the types of trades or job classifications involved. Contract 1300-36 The prime contractor has primary responsibility for meeting this training requirement. If the prime contractor subcontracts a contract part, they shall determine how many trainees or apprentices are to be trained by the subcontractor. Include these training requirements in each subcontract. Where feasible, 25 percent of apprentices or trainees in each occupation must be in their 1st year of apprenticeship or training. Distribute the number of apprentices or trainees among the work classifications on the basis of the prime contractor's needs and the availability of journeymen in the various classifications within a reasonable recruitment area. Before starting work, the prime contractor shall submit to the City of La Quinta: 1. Number of apprentices or trainees to be trained for each classification 2.Training program to be used 3.Training starting date for each classification The prime contractor shall obtain City of approval for this submitted information before the prime contractor starts work. The City of credits the prime contractor for each apprentice or trainee the prime contractor employs on the job who is currently enrolled or becomes enrolled in an approved program. The primary objective of this section is to train and upgrade minorities and women toward journeyman status. The prime contractor shall make every effort to enroll minority and women apprentices or trainees, such as conducting systematic and direct recruitment through public and private sources likely to yield minority and women apprentices or trainees, to the extent they are available within a reasonable recruitment area and show that they have made the efforts. In making these efforts, the prime contractor shall not discriminate against any applicant for training. The prime contractor shall not employ as an apprentice or trainee an employee: 1.In any classification in which the employee has successfully completed a training course leading to journeyman status or in which the employee has been employed as a journeyman 2. Who is not registered in a program approved by the US Department of Labor, Bureau of Apprenticeship and Training The prime contractor shall ask the employee if the employee has successfully completed a training course leading to journeyman status or has been employed as a journeyman. The prime contractor's records must show the employee's answers to the questions. In the training program, the prime contractor shall establish the minimum length and training type for each classification. The City and FHWA approves a program if one of the following is met: 1. It is calculated to: Contract 1300-37 • Meet the equal employment opportunity responsibilities • Qualify the average apprentice or trainee for journeyman status in the classification involved by the end of the training period 2. It is registered with the U.S. Department of Labor, Bureau of Apprenticeship and Training, and it is administered in a way consistent with the equal employment responsibilities of Federal -aid highway construction contracts The prime contractor shall obtain the State's approval for their training program before they start work involving the classification covered by the program. The prime contractor shall provide training in the construction crafts, not in clerk -typist or secretarial -type positions. Training is allowed in lower -level management positions such as office engineers, estimators, and timekeepers if the training is oriented toward construction applications. Training is allowed in the laborer classification if significant and meaningful training is provided and approved by the division office. Off -site training is allowed if the training is an integral part of an approved training program and does not make up a significant part of the overall training. The City of reimburses the prime contractor 80 cents per hour of training given an employee on this contract under an approved training program: 1. For on -site training 2. For off -site training if the apprentice or trainee is currently employed on a Federal - aid project and prime contractor does at least one of the following: a. Contribute to the cost of the training b. Provide the instruction to the apprentice or trainee c. Pay the apprentice's or trainee's wages during the off -site training period 3. If the prime contractor complies with this section. Each apprentice or trainee must: 1. Begin training on the project as soon as feasible after the start of work involving the apprentice's or trainee's skill 2. Remain on the project as long as training opportunities exist in the apprentice's or trainee's work classification or until the apprentice or trainee has completed the training program Furnish the apprentice or trainee a: 1. Copy of the training plan approved by the U.S, Department of Labor or a training plan for trainees approved by both Caltrans and FHWA 2. Certification showing the type and length of training satisfactorily completed Maintain records and submit reports documenting contractor's performance under this section. Contract 1300-38 15. PROHIBITION OF CERTAIN TELECOMMUNICATIONS AND VIDEO SURVEILLANCE EQUIPMENT AND SERVICES In response to significant national security concerns, the agency shall check the prohibited vendor list before making any telecommunications and video surveillance purchase because recipients and subrecipients of federal funds are prohibited from obligating or expending loan or grant funds to: • Procure or obtain; • Extend or renew a contract to procure or obtain; or • Enter into a contract (or extend or renew a contract) to procure or obtain equipment, services, or systems that uses covered telecommunications equipment or services as a substantial or essential component of any system, or as critical technology as part of any system. The prohibited vendors (and their subsidiaries or affiliates) are: • Huawei Technologies Company; • ZTE Corporation; • Hytera Communications Corporation; • Hangzhou Hikvision Digital Technology Company; • Dahua Technology Company; and • Subsidiaries or affiliates of the above -mentioned companies. In implementing the prohibition, the agency administering loan, grant, or subsidy programs shall prioritize available funding and technical support to assist affected businesses, institutions and organizations as is reasonably necessary for those affected entities to transition from covered communications equipment and services, to procure replacement equipment and services, and to ensure that communications service to users and customers is sustained. The contractors should furnish telecommunications and video surveillance equipment with a certificate of compliance. The certificate must state telecommunications and video surveillance equipment was not procured or obtained from manufacturers identified in the above list. Contract 1300-39 EXHIBIT B DAVIS-BACON PREVAILING WAGE RATES Contract 1300-40 "General Decision Number: CA20250025 02/28/2025 Superseded General Decision Number: CA20240025 State: California Construction Types: Building, Heavy (Heavy and Dredging) and Highway County: Riverside County in California. BUILDING CONSTRUCTION PROJECTS; DREDGING PROJECTS (does not include hopper dredge work); HEAVY CONSTRUCTION PROJECTS (does not include water well drilling); HIGHWAY CONSTRUCTION PROJECTS Note: Contracts subject to the Davis -Bacon Act are generally required to pay at least the applicable minimum wage rate required under Executive Order 14026 or Executive Order 13658. Please note that these Executive Orders apply to covered contracts entered into by the federal government that are subject to the Davis -Bacon Act itself, but do not apply to contracts subject only to the Davis -Bacon Related Acts, including those set forth at 29 CFR 5.1(a)(1). JIf the contract is entered I• linto on or after January 30, 12022, or the contract is Irenewed or extended (e.g., an 1. loption is exercised) on or l lafter January 30, 2022: l 1 1 1 1 1 1 1 IIf the contract was awarded onl. for between January 1, 2015 andl lJanuary 29, 2022, and the Icontract is not renewed or lextended on or after January l 130, 2022: 1 1 1 I I I I I I Executive Order 14026 I generally applies to the I contract. I The contractor must pay 1 all covered workers at 1 least $17.75 per hour (or I the applicable wage rate I listed on this wage determination, if it is higher) for all hours spent performing on the contract in 2025. I Executive Order 13658 l generally applies to the I contract. I The contractor must pay alll covered workers at least 1 $13.30 per hour (or the I applicable wage rate listedl on this wage determination,) if it is higher) for all I hours spent performing on I that contract in 2025. 1 1 The applicable Executive Order minimum wage rate will be adjusted annually. If this contract is covered by one of the Executive Orders and a classification considered necessary for performance of work on the contract does not appear on this wage determination, the contractor must still submit a conformance request. Contract 1300-41 Additional information on contractor requirements and worker protections under the Executive Orders is available at http://www.dol.gov/whd/govcontracts. Modification Number 0 1 2 3 4 5 ASBE0005-002 09/01/2023 Publication Date 01/03/2025 01/10/2025 01/24/2025 02/07/2025 02/21/2025 02/28/2025 Rates Fringes Asbestos Workers/Insulator (Includes the application of all insulating materials, protective coverings, coatings, and finishes to all types of mechanical systems) ..... $ 49.58 25.27 Fire Stop Technician (Application of Firestopping Materials for wall openings and penetrations in walls, floors, ceilings and curtain walls) ...........................$ 36.97 20.36 ASBE0005-004 07/04/2022 Rates Fringes Asbestos Removal worker/hazardous material handler (Includes preparation, wetting, stripping, removal, scrapping, vacuuming, bagging and disposing of all insulation materials from mechanical systems, whether they contain asbestos or not) .... $ 23.52 13.37 BOIL0092-003 01/01/2024 Rates Fringes BOILERMAKER ......................$ 51.98 42.11 ---------------------------------------------------------------- * BRCA0004-011 05/01/2024 Rates Fringes BRICKLAYER; MARBLE SETTER ........ $ 45.53 20.29 *The wage scale for prevailing wage projects performed in Blythe, China lake, Death Valley, Fort Irwin, Twenty -Nine Contract 1300-42 Palms, Needles and 1-15 corridor (Barstow to the Nevada State Line) will be Three Dollars ($3.00) above the standard San Bernardino/Riverside County hourly wage rate ---------------------------------------------------------------- * BRCA0018-004 06/01/2024 Rates Fringes MARBLE FINISHER ..................$ 43.38 15.36 TILE FINISHER ....................$ 37.96 13.77 TILE LAYER .......................$ 51.82 19.32 ---------------------------------------------------------------- BRCA0018-010 09/01/2023 Rates Fringes TERRAZZO FINISHER ................$ 39.95 14.65 TERRAZZO WORKER/SETTER ........... $ 47.85 15.14 ---------------------------------------------------------------- CARP0213-001 01/01/2024 Rates Fringes CARPENTER (1) Carpenter, Cabinet Installer, Insulation Installer, Hardwood Floor Worker and acoustical installer ...................$ 48.86 22.88 (2) Millwright ..............$ 49.36 22.88 (3) Piledrivermen/Derrick Bargeman, Bridge or Dock Carpenter, Heavy Framer, Rock Bargeman or Scowman, Rockslinger, Shingler (Commercial) ................$ 48.99 22.88 (4) Pneumatic Nailer, Power Stapler ...............$ 51.85 16.28 (5) Sawfiler...............$ 51.69 16.28 (6) Scaffold Builder ....... $ 40.77 22.38 (7) Table Power Saw Operator ....................$ 51.70 16.28 FOOTNOTE: Work of forming in the construction of open cut sewers or storm drains, on operations in which horizontal lagging is used in conjunction with steel H-Beams driven or placed in pre- drilled holes, for that portion of a lagged trench against which concrete is poured, namely, as a substitute for back forms (which work is performed by piledrivers): $0.13 per hour additional. ---------------------------------------------------------------- CARP0213-002 07/01/2021 Diver Rates (1) Wet .....................$ 834.40 Fringes 16.28 Contract 1300-43 (2) Standby .................$ 445.84 16.28 (3) Tender ..................$ 437.84 16.28 (4) Assistant Tender ........ $ 413.84 16.28 Amounts in ""Rates' column are per day ---------------------------------------------------------------- CARP0213-004 01/01/2024 Rates Fringes Drywall DRYWALL INSTALLER/LATHER .... $ 48.86 22.88 STOCKER/SCRAPPER ............ $ 20.80 9.97 ---------------------------------------------------------------- CARP0721-001 07/01/2021 Rates Fringes Modular Furniture Installer ...... $ 21.85 7.15 ---------------------------------------------------------------- ELEC0440-001 12/30/2024 Rates Fringes ELECTRICIAN INSIDE ELECTRICIAN .......... $ 56.26 3%+28.48 INTELLIGENT TRANSPORTATION SYSTEMS Electrician ................$ 36.99 3%+23.18 Technician .................$ 27.75 3%+23.18 ZONE PAY: Zone A: Free travel zone for all contractors performing work in Zone A. Zone B:Any work performed in Zone (B) shall add $12.00 per hour to the current wage scale. Zone (B) shall be the area from the eastern perimeter of Zone (A) to a line which runs north and south begininng at Little Morongo Canyon (San Bernardino/Riverside County Line), Southeast along the Coachella Tunnels, Colorado River Aqueduct and Mecca Tunnels to Pinkham Wash then South to Box Canyon Road, then southwest along Box Canyon Road to Highway 195 west onto 195 south to Highway 86 to Riverside/Imperial County Line. ---------------------------------------------------------------- ELEC1245-001 01/01/2025 Rates LINE CONSTRUCTION (1) Lineman; Cable splicer..$ 70.16 (2) Equipment specialist (operates crawler tractors, commercial motor vehicles, backhoes, trenchers, cranes (50 tons and below), overhead & underground distribution line equipment) .............$ 53.30 (3) Groundman...............$ 40.76 Fringes 24.71 22.26 21.76 Contract 1300-44 (4) Powderman...............$ 51.87 18.79 HOLIDAYS: New Year's Day, M.L. King Day, Memorial Day, Independence Day, Labor Day, Veterans Day, Thanksgiving Day and day after Thanksgiving, Christmas Day ---------------------------------------------------------------- ELEV0018-001 01/01/2025 Rates Fringes ELEVATOR MECHANIC ................$ 69.43 38.435+a+b FOOTNOTE: a. PAID VACATION: Employer contributes 8% of regular hourly rate as vacation pay credit for employees with more than 5 years of service, and 6% for 6 months to 5 years of service. b. PAID HOLIDAYS: New Year's Day, Memorial Day, Independence Day, Labor Day, Veterans' Day, Thanksgiving Day, Friday after Thanksgiving, and Christmas Day. ---------------------------------------------------------------- ENGI0012-004 08/01/2024 Rates Fringes OPERATOR: Power Equipment (DREDGING) (1) Leverman................$ 64.10 38.75 (2) Dredge dozer ............ $ 58.13 38.75 (3) Deckmate................$ 58.02 38.75 (4) Winch operator (stern winch on dredge) ............ $ 57.47 38.75 (5) Fireman -Oiler, Deckhand, Bargeman, Leveehand...................$ 56.93 38.75 (6) Barge Mate ..............$ 57.54 38.75 ENG10012-024 07/01/2023 Rates Fringes OPERATOR: Power Equipment (All Other Work) GROUP 1....................$ 53.90 32.80 GROUP 2....................$ 54.68 32.80 GROUP 3....................$ 54.97 32.80 GROUP 4....................$ 56.46 32.80 GROUP 6....................$ 56.68 32.80 GROUP 8....................$ 56.79 32.80 GROUP 10....................$ 56.91 32.80 GROUP 12....................$ 57.08 32.80 GROUP 13....................$ 57.18 32.80 GROUP 14....................$ 57.21 32.80 GROUP 15....................$ 57.29 32.80 GROUP 16....................$ 57.41 32.80 GROUP 17....................$ 57.58 32.80 GROUP 18....................$ 57.68 32.80 Contract 1300-45 GROUP 19 ....................$ 57.79 32.80 GROUP 20 ....................$ 57.91 32.80 GROUP 21 ....................$ 58.08 32.80 GROUP 22 ....................$ 58.18 32.80 GROUP 23 ....................$ 58.29 32.80 GROUP 24 ....................$ 58.41 32.80 GROUP 25 ....................$ 58.58 32.80 OPERATOR: Power Equipment (Cranes, Piledriving & Hoisting) GROUP 1 ....................$ 55.25 32.80 GROUP 2 ....................$ 56.03 32.80 GROUP 3 ....................$ 56.32 32.80 GROUP 4 ....................$ 56.46 32.80 GROUP 5 ....................$ 56.68 32.80 GROUP 6 ....................$ 56.79 32.80 GROUP 7 ....................$ 56.91 32.80 GROUP 8 ....................$ 57.08 32.80 GROUP 9 ....................$ 57.25 32.80 GROUP 10 ....................$ 58.25 32.80 GROUP 11 ....................$ 59.25 32.80 GROUP 12 ....................$ 60.25 32.80 GROUP 13 ....................$ 61.25 32.80 OPERATOR: Power Equipment (Tunnel Work) GROUP 1 ....................$ 55.75 32.80 GROUP 2 ....................$ 56.53 32.80 GROUP 3 ....................$ 56.82 32.80 GROUP 4 ....................$ 56.96 32.80 GROUP 5 ....................$ 57.18 32.80 GROUP 6 ....................$ 57.29 32.80 GROUP 7 ....................$ 57.41 32.80 PREMIUM PAY: $10.00 per hour shall be paid on all Power Equipment Operator work on the followng Military Bases: China Lake Naval Reserve, Vandenberg AFB, Point Arguello, Seely Naval Base, Fort Irwin, Nebo Annex Marine Base, Marine Corp Logistics Base Yermo, Edwards AFB, 29 Palms Marine Base and Camp Pendleton Workers required to suit up and work in a hazardous material environment: $2.00 per hour additional. Combination mixer and compressor operator on gunite work shall be classified as a concrete mobile mixer operator. SEE ZONE DEFINITIONS AFTER CLASSIFICATIONS POWER EQUIPMENT OPERATORS CLASSIFICATIONS GROUP 1: Bargeman; Brakeman; Compressor operator; Ditch Witch, with seat or similar type equipment; Elevator operator -inside; Engineer Oiler; Forklift operator (includes loed, lull or similar types under 5 tons; Generator operator; Generator, pump or compressor plant operator; Pump operator; Signalman; Switchman GROUP 2: Asphalt -rubber plant operator (nurse tank operator);Coil Tubing Rig Operator, Concrete mixer Contract 1300-46 operator -skip type; Conveyor operator; Fireman; Forklift operator (includes loed, lull or similar types over 5 tons; Hydrostatic pump operator; oiler crusher (asphalt or concrete plant); Petromat laydown machine; PJU side dum jack; Screening and conveyor machine operator (or similar types); Skiploader (wheel type up to 3/4 yd. without attachment); Tar pot fireman; Temporary heating plant operator; Trenching machine oiler GROUP 3: Asphalt -rubber blend operator; Bobcat or similar type (Skid steer); Equipment greaser (rack); Ford Ferguson (with dragtype attachments); Helicopter radioman (ground); Stationary pipe wrapping and cleaning machine operator GROUP 4: Asphalt plant fireman; Backhoe operator (mini -max or similar type); Boring machine operator; Boxman or mixerman (asphalt or concrete); Chip spreading machine operator; Concrete cleaning decontamination machine operator; Concrete Pump Operator (small portable);Direct Push Operator (Geoprobe or similar types) Drilling machine operator, small auger types (Texoma super economatic or similar types - Hughes 100 or 200 or similar types - drilling depth of 30' maximum); Equipment greaser (grease truck); Guard rail post driver operator; Highline cableway signalman; Hydra-hammer-aero stomper; Micro Tunneling (above ground tunnel); Power concrete curing machine operator; Power concrete saw operator; Power -driven jumbo form setter operator; Power sweeper operator; Rock Wheel Saw/Trencher; Roller operator (compacting); Screed operator (asphalt or concrete); Trenching machine operator (up to 6 ft.); Vacuum or much truck GROUP 6: Articulating material hauler; Asphalt plant engineer; Batch plant operator; Bit sharpener; Concrete joint machine operator (canal and similar type); Concrete planer operator; Dandy digger; Deck engine operator; Derrickman (oilfield type); Drilling machine operator, bucket or auger types (Calweld 100 bucket or similar types - Watson 1000 auger or similar types - Texoma 330, 500 or 600 auger or similar types - drilling depth of 45' maximum); Drilling machine operator; Hydrographic seeder machine operator (straw, pulp or seed), Jackson track maintainer, or similar type; Kalamazoo Switch tamper, or similar type; Machine tool operator; Maginnis internal full slab vibrator, Mechanical berm, curb or gutter(concrete or asphalt); Mechanical finisher operator (concrete, Clary -Johnson -Bidwell or similar); Micro tunnel system (below ground); Pavement breaker operator (truck mounted); Road oil mixing machine operator; Roller operator (asphalt or finish), rubber -tired earth moving equipment (single engine, up to and including 25 yds. struck); Self-propelled tar pipelining machine operator; Skiploader operator (crawler and wheel type, over 3/4 yd. and up to and including 1-1/2 yds.); Slip form pump operator (power driven hydraulic lifting device for concrete forms); Tractor operator -bulldozer, tamper -scraper (single engine, up to 100 h.p. flywheel and similar types, up to and including D-5 and similar types); Tugger hoist operator (1 Contract 1300-47 drum); Ultra high pressure waterjet cutting tool system operator; Vacuum blasting machine operator GROUP 8: Asphalt or concrete spreading operator (tamping or finishing); Asphalt paving machine operator (Barber Greene or similar type); Asphalt -rubber distribution operator; Backhoe operator (up to and including 3/4 yd.), small ford, Case or similar types; Cable Bundling Machine Operator (excluding handheld); Cable Trenching Machine Operator (Spider Plow or similar types) Cast -in -place pipe laying machine operator; Combination mixer and compressor operator (gunite work); Compactor operator (self-propelled); Concrete mixer operator (paving); Crushing plant operator; Drill Doctor; Drilling machine operator, Bucket or auger types (Calweld 150 bucket or similar types - Watson 1500, 2000 2500 auger or similar types - Texoma 700, 800 auger or similar types - drilling depth of 60' maximum); Elevating grader operator; Grade checker; Gradall operator; Grouting machine operator; Heavy-duty repairman; Heavy equipment robotics operator; Kalamazoo balliste regulator or similar type; Kolman belt loader and similar type; Le Tourneau blob compactor or similar type; Loader operator (Athey, Euclid, Sierra and similar types); Mobark Chipper or similar; Ozzie padder or similar types; P.C. slot saw; Pneumatic concrete placing machine operator (Hackley-Presswell or similar type); Pumperete gun operator; RCM Cementing Unit Operator, Rail/Switch Grinder Operator (Harsco or similar types) Rock Drill or similar types; Rotary drill operator (excluding caisson type); Rubber -tired earth -moving equipment operator (single engine, caterpillar, Euclid, Athey Wagon and similar types with any and all attachments over 25 yds. up to and including 50 cu. yds. struck); Rubber -tired earth -moving equipment operator (multiple engine up to and including 25 yds. struck); Rubber -tired scraper operator (self -loading paddle wheel type -John Deere, 1040 and similar single unit); Self- propelled curb and gutter machine operator; Shuttle buggy; Skiploader operator (crawler and wheel type over 1-1/2 yds. up to and including 6-1/2 yds.); Soil remediation plant operator; Surface heaters and planer operator; Tractor compressor drill combination operator; Tractor operator (any type larger than D-5 - 100 flywheel h.p. and over, or similar -bulldozer, tamper, scraper and push tractor single engine); Tractor operator (boom attachments), Traveling pipe wrapping, cleaning and bendng machine operator; Trenching machine operator (over 6 ft. depth capacity, manufacturer's rating); trenching Machine with Road Miner attachment (over 6 ft depth capacity): Ultra high pressure waterjet cutting tool system mechanic; Water pull (compaction) operator GROUP 10: Drilling machine operator, Bucket or auger types (Calweld 200 B bucket or similar types -Watson 3000 or 5000 auger or similar types-Texoma 900 auger or similar types -drilling depth of 105' maximum); Dual drum mixer, dynamic compactor LDC350 (or similar types); Monorail locomotive operator (diesel, gas or electric); Motor patrol -blade operator (single engine); Multiple engine tractor operator (Euclid and similar type -except Quad 9 Contract 1300-48 cat.); Rubber -tired earth -moving equipment operator (single engine, over 50 yds. struck); Pneumatic pipe ramming tool and similar types; Prestressed wrapping machine operator; Rubber -tired earth -moving equipment operator (single engine, over 50 yds. struck); Rubber tired earth moving equipment operator (multiple engine, Euclid, caterpillar and similar over 25 yds. and up to 50 yds. struck), Tower crane repairman; Tractor loader operator (crawler and wheel type over 6-1/2 yds.); Woods mixer operator (and similar Pugmill equipment) GROUP 12: Auto grader operator; Automatic slip form operator; Drilling machine operator, bucket or auger types (Calweld, auger 200 CA or similar types - Watson, auger 6000 or similar types - Hughes Super Duty, auger 200 or similar types - drilling depth of 175' maximum); Hoe ram or similar with compressor; Mass excavator operator less tha 750 cu. yards; Mechanical finishing machine operator; Mobile form traveler operator; Motor patrol operator (multi -engine); Pipe mobile machine operator; Rubber -tired earth- moving equipment operator (multiple engine, Euclid, Caterpillar and similar type, over 50 cu. yds. struck); Rubber -tired self- loading scraper operator (paddle -wheel -auger type self -loading - two (2) or more units) GROUP 13: Rubber -tired earth -moving equipment operator operating equipment with push-pull system (single engine, up to and including 25 yds. struck) GROUP 14: Canal liner operator; Canal trimmer operator; Remote- control earth -moving equipment operator (operating a second piece of equipment: $1.00 per hour additional); Wheel excavator operator (over 750 cu. yds.) GROUP 15: Rubber -tired earth -moving equipment operator, operating equipment with push-pull system (single engine, Caterpillar, Euclid, Athey Wagon and similar types with any and all attachments over 25 yds. and up to and including 50 yds. struck); Rubber -tired earth -moving equipment operator, operating equipment with push-pull system (multiple engine -up to and including 25 yds. struck) GROUP 16: Rubber -tired earth -moving equipment operator, operating equipment with push-pull system (single engine, over 50 yds. struck); Rubber -tired earth -moving equipment operator, operating equipment with push-pull system (multiple engine, Euclid, Caterpillar and similar, over 25 yds. and up to 50 yds. struck) GROUP 17: Rubber -tired earth -moving equipment operator, operating equipment with push-pull system (multiple engine, Euclid, Caterpillar and similar, over 50 cu. yds. struck); Tandem tractor operator (operating crawler type tractors in tandem - Quad 9 and similar type) GROUP 18: Rubber -tired earth -moving equipment operator, operating in tandem (scrapers, belly dumps and similar types in any combination, excluding compaction units - single engine, up to and including 25 yds. struck) Contract 1300-49 GROUP 19: Rotex concrete belt operator (or similar types); Rubber -tired earth -moving equipment operator, operating in tandem (scrapers, belly dumps and similar types in any combination, excluding compaction units - single engine, Caterpillar, Euclid, Athey Wagon and similar types with any and all attachments over 25 yds.and up to and including 50 cu. yds. struck); Rubber -tired earth -moving equipment operator, operating in tandem (scrapers, belly dumps and similar types in any combination, excluding compaction units - multiple engine, up to and including 25 yds. struck) GROUP 20: Rubber -tired earth -moving equipment operator, operating in tandem (scrapers, belly dumps and similar types in any combination, excluding compaction units - single engine, over 50 yds. struck); Rubber -tired earth -moving equipment operator, operating in tandem (scrapers, belly dumps, and similar types in any combination, excluding compaction units - multiple engine, Euclid, Caterpillar and similar, over 25 yds. and up to 50 yds. struck) GROUP 21: Rubber -tired earth -moving equipment operator, operating in tandem (scrapers, belly dumps and similar types in any combination, excluding compaction units - multiple engine, Euclid, Caterpillar and similar type, over 50 cu. yds. struck) GROUP 22: Rubber -tired earth -moving equipment operator, operating equipment with the tandem push-pull system (single engine, up to and including 25 yds. struck) GROUP 23: Rubber -tired earth -moving equipment operator, operating equipment with the tandem push-pull system (single engine, Caterpillar, Euclid, Athey Wagon and similar types with any and all attachments over 25 yds. and up to and including 50 yds. struck); Rubber -tired earth -moving equipment operator, operating with the tandem push-pull system (multiple engine, up to and including 25 yds. struck) GROUP 24: Rubber -tired earth -moving equipment operator, operating equipment with the tandem push-pull system (single engine, over 50 yds. struck); Rubber -tired earth -moving equipment operator, operating equipment with the tandem push-pull system (multiple engine, Euclid, Caterpillar and similar, over 25 yds. and up to 50 yds. struck) GROUP 25: Concrete pump operator -truck mounted; Rubber -tired earth -moving equipment operator, operating equipment with the tandem push-pull system (multiple engine, Euclid, Caterpillar and similar type, over 50 cu. yds. struck); Spyder Excavator Operator, with all attachments CRANES, PILEDRIVING AND HOISTING EQUIPMENT CLASSIFICATIONS GROUP 1: Engineer oiler; Fork lift operator (includes loed, lull or similar types) Contract 1300-50 GROUP 2: Truck crane oiler GROUP 3: A -frame or winch truck operator; Ross carrier operator (jobsite) GROUP 4: Bridge -type unloader and turntable operator; Helicopter hoist operator GROUP 5: Hydraulic boom truck; Stinger crane (Austin -Western or similar type); Tugger hoist operator (1 drum) GROUP 6: Bridge crane operator; Cretor crane operator; Hoist operator (Chicago boom and similar type); Lift mobile operator; Lift slab machine operator (Vagtborg and similar types); Material hoist and/or manlift operator; Polar gantry crane operator; Self Climbing scaffold (or similar type); Shovel, backhoe, dragline, clamshell operator (over 3/4 yd. and up to 5 cu. yds. mrc); Tugger hoist operator GROUP 7: Pedestal crane operator; Shovel, backhoe, dragline, clamshell operator (over 5 cu. yds. mrc); Tower crane repair; Tugger hoist operator (3 drum) GROUP 8: Crane operator (up to and including 25 ton capacity); Crawler transporter operator; Derrick barge operator (up to and including 25 ton capacity); Hoist operator, stiff legs, Guy derrick or similar type (up to and including 25 ton capacity); Shovel, backhoe, dragline, clamshell operator (over 7 cu. yds., M.R.C.) GROUP 9: Crane operator (over 25 tons and up to and including 50 tons mrc); Derrick barge operator (over 25 tons up to and including 50 tons mrc); Highline cableway operator; Hoist operator, stiff legs, Guy derrick or similar type (over 25 tons up to and including 50 tons mrc); K-crane operator; Polar crane operator; Self erecting tower crane operator maximum lifting capacity ten tons GROUP 10: Crane operator (over 50 tons and up to and including 100 tons mrc); Derrick barge operator (over 50 tons up to and including 100 tons mrc); Hoist operator, stiff legs, Guy derrick or similar type (over 50 tons up to and including 100 tons mrc), Mobile tower crane operator (over 50 tons, up to and including 100 tons M.R.C.); GROUP 11: Crane operator (over 100 tons and up to and including 200 tons mrc); Derrick barge operator (over 100 tons up to and including 200 tons mrc); Hoist operator, stiff legs, Guy derrick or similar type (over 100 tons up to and including 200 tons mrc); Mobile tower crane operator (over 100 tons up to and including 200 tons mrc) ; Tower crane operator and tower gantry GROUP 12: Crane operator (over 200 tons up to and including 300 tons mrc); Derrick barge operator (over 200 tons up to and including 300 tons mrc); Hoist operator, stiff legs, Guy derrick or similar type (over 200 tons, up to and including 300 tons mrc); Mobile tower crane operator (over Contract 1300-51 200 tons, up to and including 300 tons mrc) GROUP 13: Crane operator (over 300 tons); Derrick barge operator (over 300 tons); Helicopter pilot; Hoist operator, stiff legs, Guy derrick or similar type (over 300 tons); Mobile tower crane operator (over 300 tons) TUNNEL CLASSIFICATIONS GROUP 1: Skiploader (wheel type up to 3/4 yd. without attachment) GROUP 2: Power -driven jumbo form setter operator GROUP 3: Dinkey locomotive or motorperson (up to and including 10 tons) GROUP 4: Bit sharpener; Equipment greaser (grease truck); Slip form pump operator (power -driven hydraulic lifting device for concrete forms); Tugger hoist operator (1 drum); Tunnel locomotive operator (over 10 and up to and including 30 tons) GROUP 5: Backhoe operator (up to and including 3/4 yd.); Small Ford, Case or similar; Drill doctor; Grouting machine operator; Heading shield operator; Heavy-duty repairperson; Loader operator (Athey, Euclid, Sierra and similar types); Mucking machine operator (1/4 yd., rubber -tired, rail or track type); Pneumatic concrete placing machine operator (Hackley-Presswell or similar type); Pneumatic heading shield (tunnel); Pumperete gun operator; Tractor compressor drill combination operator; Tugger hoist operator (2 drum); Tunnel locomotive operator (over 30 tons) GROUP 6: Heavy Duty Repairman GROUP 7: Tunnel mole boring machine operator ENGINEERS ZONES $1.00 additional per hour for all of IMPERIAL County and the portions of KERN, RIVERSIDE & SAN BERNARDINO Counties as defined below: That area within the following Boundary: Begin in San Bernardino County, approximately 3 miles NE of the intersection of I-15 and the California State line at that point which is the NW corner of Section 1, T17N,m R14E, San Bernardino Meridian. Continue W in a straight line to that point which is the SW corner of the northwest quarter of Section 6, T27S, R42E, Mt. Diablo Meridian. Continue North to the intersection with the Inyo County Boundary at that point which is the NE corner of the western half of the northern quarter of Section 6, T25S, R42E, MDM. Continue W along the Inyo and San Bernardino County boundary until the intersection with Kern County, as that point which is the SE corner of Section 34, T24S, R40E, MDM. Continue W along the Inyo and Kern County boundary until the intersection with Tulare County, at that point which is the SW corner of the SE quarter of Section 32, Contract 1300-52 T245, R37E, MDM. Continue W along the Kern and Tulare County boundary, until that point which is the NW corner of T25S, R32E, MDM. Continue S following R32E lines to the NW corner of T31S, R32E, MDM. Continue W to the NW corner of T31S, R31E, MDM. Continue S to the SW corner of T32S, R31E, MDM. Continue W to SW corner of SE quarter of Section 34, T32S, R30E, MDM. Continue S to SW corner of T11N, R17W, SBM. Continue E along south boundary of T11N, SBM to SW corner of T11N, R7W, SBM. Continue S to SW corner of T9N, R7W, SBM. Continue E along south boundary of T9N, SBM to SW corner of T9N, R1E, SBM. Continue S along west boundary of R1E, SMB to Riverside County line at the SW corner of T1S, R1E, SBM. Continue E along south boundary of Tls, SBM (Riverside County Line) to SW corner of T1S, R10E, SBM. Continue S along west boundary of R10E, SBM to Imperial County line at the SW corner of TBS, R10E, SBM. Continue W along Imperial and Riverside county line to NW corner of T9S, R9E, SBM. Continue S along the boundary between Imperial and San Diego Counties, along the west edge of R9E, SBM to the south boundary of Imperial County/California state line. Follow the California state line west to Arizona state line, then north to Nevada state line, then continuing NW back to start at the point which is the NW corner of Section 1, T17N, R14E, SBM $1.00 additional per hour for portions of SAN LUIS OBISPO, KERN, SANTA BARBARA & VENTURA as defined below: That area within the following Boundary: Begin approximately 5 miles north of the community of Cholame, on the Monterey County and San Luis Obispo County boundary at the NW corner of T25S, R16E, Mt. Diablo Meridian. Continue south along the west side of R16E to the SW corner of T30S, R16E, MDM. Continue E to SW corner of T30S, R17E, MDM. Continue S to SW corner of T31S, R17E, MDM. Continue E to SW corner of T31S, R18E, MDM. Continue S along West side of R18E, MDM as it crosses into San Bernardino Meridian numbering area and becomes R30W. Follow the west side of R30W, SBM to the SW corner of T9N, R30W, SBM. Continue E along the south edge of T9N, SBM to the Santa Barbara County and Ventura County boundary at that point whch is the SW corner of Section 34.T9N, R24W, SBM, continue S along the Ventura County line to that point which is the SW corner of the SE quarter of Section 32, T7N, R24W, SBM. Continue E along the south edge of T7N, SBM to the SE corner to T7N, R21W, SBM. Continue N along East side of R21W, SBM to Ventura County and Kern County boundary at the NE corner of TBN, R21W. Continue W along the Ventura County and Kern County boundary to the SE corner of T9N, R21W. Continue North along the East edge of R21W, SBM to the NE corner of T12N, R21W, SBM. Continue West along the north edge of T12N, SBM to the SE corner of T32S, R21E, MDM. [T12N SBM is a think strip between T11N SBM and T32S MDM]. Continue North along the East side of R21E, MDM to the Kings County and Kern County border at the NE corner of T25S, R21E, MDM, continue West along the Kings County and Kern County Boundary until the intersection of San Luis Obispo County. Continue west along the Kings County and San Luis Obispo County boundary until the intersection with Monterey County. Continue West along the Monterey County and San Luis Obispo County boundary to the beginning point at the NW corner of T25S, R16E, MDM. Contract 1300-53 $2.00 additional per hour for INYO and MONO Counties and the Northern portion of SAN BERNARDINO County as defined below: That area within the following Boundary: Begin at the intersection of the northern boundary of Mono County and the California state line at the point which is the center of Section 17, T10N, R22E, Mt. Diablo Meridian. Continue S then SE along the entire western boundary of Mono County, until it reaches Inyo County at the point which is the NE corner of the Western half of the NW quarter of Section 2, TBS, R29E, MDM. Continue SSE along the entire western boundary of Inyo County, until the intersection with Kern County at the point which is the SW corner of the SE 1/4 of Section 32, T24S, R37E, MDM. Continue E along the Inyo and Kern County boundary until the intersection with San Bernardino County at that point which is the SE corner of section 34, T24S, R40E, MDM. Continue E along the Inyo and San Bernardino County boundary until the point which is the NE corner of the Western half of the NW quarter of Section 6, T25S, R42E, MDM. Continue S to that point which is the SW corner of the NW quarter of Section 6, T27S, R42E, MDM. Continue E in a straight line to the California and Nevada state border at the point which is the NW corner of Section 1, T17N, R14E, San Bernardino Meridian. Then continue NW along the state line to the starting point, which is the center of Section 18, T10N, R22E, MDM. REMAINING AREA NOT DEFINED ABOVE RECIEVES BASE RATE ---------------------------------------------------------------- IRON0433-006 01/01/2025 Rates Fringes IRONWORKER Fence Erector ...............$ 45.78 26.51 Ornamental, Reinforcing and Structural ..............$ 50.70 35.15 PREMIUM PAY: $9.00 additional per hour at the following locations: China Lake Naval Test Station, Chocolate Mountains Naval Reserve-Niland, Edwards AFB, Fort Irwin Military Station, Fort Irwin Training Center -Goldstone, San Clemente Island, San Nicholas Island, Susanville Federal Prison, 29 Palms - Marine Corps, U.S. Marine Base - Barstow, U.S. Naval Air Facility - Sealey, Vandenberg AFB Army Defense Language Institute - Monterey, Fallon Air Base, Naval Post Graduate School - Monterey, Yermo Marine Corps Logistics Center Port Hueneme, Port Mugu, U.S. Coast Guard Station - Two Rock ---------------------------------------------------------------- LABO0300-005 07/01/2024 Contract 1300-54 Rates Fringes Asbestos Removal Laborer ......... $ 43.88 25.13 SCOPE OF WORK: Includes site mobilization, initial site cleanup, site preparation, removal of asbestos -containing material and toxic waste, encapsulation, enclosure and disposal of asbestos- containing materials and toxic waste by hand or with equipment or machinery; scaffolding, fabrication of temporary wooden barriers and assembly of decontamination stations. ---------------------------------------------------------------- LABO0345-001 07/01/2024 Rates Fringes LABORER (GUNITE) GROUP 1.....................$ 53.48 22.77 GROUP 2.....................$ 52.53 22.77 GROUP 3.....................$ 48.99 22.77 FOOTNOTE: GUNITE PREMIUM PAY: Workers working from a Bosn'n's Chair or suspended from a rope or cable shall receive 40 cents per hour above the foregoing applicable classification rates. Workers doing gunite and/or shotcrete work in a tunnel shall receive 35 cents per hour above the foregoing applicable classification rates, paid on a portal-to-portal basis. Any work performed on, in or above any smoke stack, silo, storage elevator or similar type of structure, when such structure is in excess of 75'-0"" above base level and which work must be performed in whole or in part more than 75'-0"" above base level, that work performed above the 75'-0"" level shall be compensated for at 35 cents per hour above the applicable classification wage rate. GUNITE LABORER CLASSIFICATIONS GROUP 1: Rodmen, Nozzlemen GROUP 2: Gunmen GROUP 3: Reboundmen ---------------------------------------------------------------- LABO1184-001 07/01/2024 Rates Fringes Laborers: (HORIZONTAL DIRECTIONAL DRILLING) (1) Drilling Crew Laborer ... $ 45.34 20.06 (2) Vehicle Operator/Hauler.$ 45.51 20.06 (3) Horizontal Directional Drill Operator ..............$ 47.36 20.06 (4) Electronic Tracking Locator .....................$ 49.36 20.06 Contract 1300-55 Laborers: (STRIPING/SLURRY SEAL) GROUP 1.....................$ 46.65 23.17 GROUP 2.....................$ 47.95 23.17 GROUP 3.....................$ 49.96 23.17 GROUP 4.....................$ 51.70 23.17 LABORERS - STRIPING CLASSIFICATIONS GROUP 1: Protective coating, pavement sealing, including repair and filling of cracks by any method on any surface in parking lots, game courts and playgrounds; carstops; operation of all related machinery and equipment; equipment repair technician GROUP 2: Traffic surface abrasive blaster; pot tender - removal of all traffic lines and markings by any method (sandblasting, waterblasting, grinding, etc.) and preparation of surface for coatings. Traffic control person: controlling and directing traffic through both conventional and moving lane closures; operation of all related machinery and equipment GROUP 3: Traffic delineating device applicator: Layout and application of pavement markers, delineating signs, rumble and traffic bars, adhesives, guide markers, other traffic delineating devices including traffic control. This category includes all traffic related surface preparation (sandblasting, waterblasting, grinding) as part of the application process. Traffic protective delineating system installer: removes, relocates, installs, permanently affixed roadside and parking delineation barricades, fencing, cable anchor, guard rail, reference signs, monument markers; operation of all related machinery and equipment; power broom sweeper GROUP 4: Striper: layout and application of traffic stripes and markings; hot thermo plastic; tape traffic stripes and markings, including traffic control; operation of all related machinery and equipment LABO1184-002 07/01/2022 LABORER (TUNNEL) GROUP 1.................... GROUP 2.................... GROUP 3.................... GROUP 4.................... LABORER Rates Fringes $ 45.68 23.30 $ 46.00 23.30 $ 46.46 23.30 $ 47.15 23.30 GROUP 1.....................$ 36.39 GROUP 2.....................$ 36.94 GROUP 3.....................$ 37.49 GROUP 4.....................$ 39.04 GROUP 5.....................$ 39.39 LABORER CLASSIFICATIONS 21.04 21.04 21.04 21.04 21.04 Contract 1300-56 GROUP 1: Cleaning and handling of panel forms; Concrete screeding for rough strike -off; Concrete, water curing; Demolition laborer, the cleaning of brick if performed by a worker performing any other phase of demolition work, and the cleaning of lumber; Fire watcher, limber, brush loader, piler and debris handler; Flag person; Gas, oil and/or water pipeline laborer; Laborer, asphalt -rubber material loader; Laborer, general or construction; Laborer, general clean-up; Laborer, landscaping; Laborer, jetting; Laborer, temporary water and air lines; Material hose operator (walls, slabs, floors and decks); Plugging, filling of shee bolt holes; Dry packing of concrete; Railroad maintenance, repair track person and road beds; Streetcar and railroad construction track laborers; Rigging and signaling; Scaler; Slip form raiser; Tar and mortar; Tool crib or tool house laborer; Traffic control by any method; Window cleaner; Wire mesh pulling - all concrete pouring operations GROUP 2: Asphalt shoveler; Cement dumper (on 1 yd. or larger mixer and handling bulk cement); Cesspool digger and installer; Chucktender; Chute handler, pouring concrete, the handling of the chute from readymix trucks, such as walls, slabs, decks, floors, foundation, footings, curbs, gutters and sidewalks; Concrete curer, impervious membrane and form oiler; Cutting torch operator (demolition); Fine grader, highways and street paving, airport, runways and similar type heavy construction; Gas, oil and/or water pipeline wrapper - pot tender and form person; Guinea chaser; Headerboard person - asphalt; Laborer, packing rod steel and pans; Membrane vapor barrier installer; Power broom sweeper (small); Riprap stonepaver, placing stone or wet sacked concrete; Roto scraper and tiller; Sandblaster (pot tender); Septic tank digger and installer(lead); Tank scaler and cleaner; Tree climber, faller, chain saw operator, Pittsburgh chipper and similar type brush shredder; Underground laborer, including caisson bellower GROUP 3: Buggymobile person; Concrete cutting torch; Concrete pile cutter; Driller, jackhammer, 2-1/2 ft. drill steel or longer; Dri-pak-it machine; Gas, oil and/or water pipeline wrapper, 6-in. pipe and over, by any method, inside and out; High scaler (including drilling of same); Hydro seeder and similar type; Impact wrench multi -plate; Kettle person, pot person and workers applying asphalt, lay-kold, creosote, lime caustic and similar type materials (""applying"" means applying, dipping, brushing or handling of such materials for pipe wrapping and waterproofing); Operator of pneumatic, gas, electric tools, vibrating machine, pavement breaker, air blasting, come-alongs, and similar mechanical tools not separately classified herein; Pipelayer's backup person, coating, grouting, making of joints, sealing, caulking, diapering and including rubber gasket joints, pointing and any and all other services; Rock Slinger; Rotary scarifier or multiple head concrete chipping scarifier; Steel headerboard and guideline setter; Tamper, Barko, Wacker and similar type; Trenching machine, hand -propelled Contract 1300-57 GROUP 4: Asphalt raker, lute person, ironer, asphalt dump person, and asphalt spreader boxes (all types); Concrete core cutter (walls, floors or ceilings), grinder or sander; Concrete saw person, cutting walls or flat work, scoring old or new concrete; Cribber, shorer, lagging, sheeting and trench bracing, hand -guided lagging hammer; Head rock Slinger; Laborer, asphalt- rubber distributor boot person; Laser beam in connection with laborers' work; Oversize concrete vibrator operator, 70 lbs. and over; Pipelayer performing all services in the laying and installation of pipe from the point of receiving pipe in the ditch until completion of operation, including any and all forms of tubular material, whether pipe, metallic or non-metallic, conduit and any other stationary type of tubular device used for the conveying of any substance or element, whether water, sewage, solid gas, air, or other product whatsoever and without regard to the nature of material from which the tubular material is fabricated; No -joint pipe and stripping of same; Prefabricated manhole installer; Sandblaster (nozzle person), water blasting, Porta Shot -Blast GROUP 5: Blaster powder, all work of loading holes, placing and blasting of all powder and explosives of whatever type, regardless of method used for such loading and placing; Driller: All power drills, excluding jackhammer, whether core, diamond, wagon, track, multiple unit, and any and all other types of mechanical drills without regard to the form of motive power; Toxic waste removal TUNNEL LABORER CLASSIFICATIONS GROUP 1: Batch plant laborer; Changehouse person; Dump person; Dump person (outside); Swamper (brake person and switch person on tunnel work); Tunnel materials handling person; Nipper; Pot tender, using mastic or other materials (for example, but not by way of limitation, shotcrete, etc. GROUP 2: Chucktender, cabletender; Loading and unloading agitator cars; Vibrator person, jack hammer, pneumatic tools (except driller); Bull gang mucker, track person; Concrete crew, including rodder and spreader GROUP 3: Blaster, driller, powder person; Chemical grout jet person; Cherry picker person; Grout gun person; Grout mixer person; Grout pump person; Jackleg miner; Jumbo person; Kemper and other pneumatic concrete placer operator; Miner, tunnel (hand or machine); Nozzle person; Operating of troweling and/or grouting machines; Powder person (primer house); Primer person; Sandblaster; Shotcrete person; Steel form raiser and setter; Timber person, retimber person, wood or steel; Tunnel Concrete finisher GROUP 4: Diamond driller; Sandblaster; Shaft and raise work ---------------------------------------------------------------- * LABO1184-004 07/01/2024 Rates Fringes Contract 1300-58 Brick Tender .....................$ 41.53 22.54 ---------------------------------------------------------------- LABO1414-001 08/03/2022 Rates Fringes LABORER PLASTER CLEAN-UP LABORER .... $ 38.92 23.32 PLASTER TENDER ..............$ 41.47 23.32 Work on a swing stage scaffold: $1.00 per hour additional. ---------------------------------------------------------------- PAIN0036-001 07/01/2023 Rates Fringes Painters: (Including Lead Abatement) (1) Repaint (excludes San Diego County) ...............$ 29.59 17.12 (2) All Other Work .......... $ 38.52 18.64 REPAINT of any previously painted structure. Exceptions: work involving the aerospace industry, breweries, commercial recreational facilities, hotels which operate commercial establishments as part of hotel service, and sports facilities. ---------------------------------------------------------------- PAIN0036-008 09/01/2024 Rates Fringes DRYWALL FINISHER/TAPER ........... $ 49.33 26.82 ---------------------------------------------------------------- PAIN0036-015 06/01/2024 Rates Fringes GLAZIER ..........................$ 58.00 26.25 FOOTNOTE: Additional $1.25 per hour for work in a condor, from the third (3rd) floor and up Additional $1.25 per hour for work on the outside of the building from a swing stage or any suspended contrivance, from the ground up ---------------------------------------------------------------- PLAS0200-009 08/03/2022 Rates Fringes PLASTERER ........................$ 47.37 19.64 ---------------------------------------------------------------- PLAS0500-002 07/01/2023 Rates Fringes CEMENT MASON/CONCRETE FINISHER ... $ 44.00 27.11 ---------------------------------------------------------------- Contract 1300-59 PLUM0016-001 09/01/2024 Rates Fringes PLUMBER/PIPEFITTER Work ONLY on new additions and remodeling of bars, restaurant, stores and commercial buildings not to exceed 5,000 sq. ft. of floor space .................$ 57.67 25.63 Work ONLY on strip malls, light commercial, tenant improvement and remodel work ........................$ 44.24 23.96 All other work except work on new additions and remodeling of bars, restaurant, stores and commercial buildings not to exceed 5,000 sq. ft. of floor space and work on strip malls, light commercial, tenant improvement and remodel work ........................$ 59.48 26.61 PLUM0345-001 09/01/2023 Rates Fringes PLUMBER Landscape/Irrigation Fitter.$ 40.20 25.90 Sewer & Storm Drain Work .... $ 44.29 23.28 ---------------------------------------------------------------- ROOF0036-002 08/01/2024 Rates Fringes ROOFER ...........................$ 49.43 20.58 FOOTNOTE: Pitch premium: Work on which employees are exposed to pitch fumes or required to handle pitch, pitch base or pitch impregnated products, or any material containing coal tar pitch, the entire roofing crew shall receive $1.75 per hour ""pitch premium"" pay. ---------------------------------------------------------------- SFCA0669-002 01/01/2025 Rates Fringes SPRINKLER FITTER .................$ 47.45 28.50 ---------------------------------------------------------------- SHEE0105-003 01/01/2025 LOS ANGELES (South of a straight line drawn between Gorman and Big Pines)and Catalina Island, INYO, KERN (Northeast part, East of Hwy 395), MONO ORANGE, RIVERSIDE, AND SAN BERNARDINO COUNTIES Contract 1300-60 Rates Fringes SHEET METAL WORKER (1) Commercial - New Construction and Remodel work ........................$ 59.31 30.43 (2) Industrial work including air pollution control systems, noise abatement, hand rails, guard rails, excluding aritechtural sheet metal work, excluding A-C, heating, ventilating systems for human comfort ... ---------------------------------------------------------------- $ 56.95 30.04 TEAM0011-002 07/01/2024 Rates Fringes TRUCK DRIVER GROUP 1....................$ 39.59 34.34 GROUP 2....................$ 39.74 34.34 GROUP 3....................$ 39.87 34.34 GROUP 4....................$ 40.06 34.34 GROUP 5....................$ 40.09 34.34 GROUP 6....................$ 40.12 34.34 GROUP 7....................$ 40.37 34.34 GROUP 8....................$ 40.62 34.34 GROUP 9....................$ 40.82 34.34 GROUP 10....................$ 41.12 34.34 GROUP 11....................$ 41.62 34.34 GROUP 12....................$ 42.05 34.34 WORK ON ALL MILITARY BASES: PREMIUM PAY: $3.00 per hour additional. [29 palms Marine Base, Camp Roberts, China Lake, Edwards AFB, E1 Centro Naval Facility, Fort Irwin, Marine Corps Logistics Base at Nebo & Yermo, Mountain Warfare Training Center, Bridgeport, Point Arguello, Point Conception, Vandenberg AFB] TRUCK DRIVERS CLASSIFICATIONS GROUP 1: Truck driver GROUP 2: Driver of vehicle or combination of vehicles - 2 axles; Traffic control pilot car excluding moving heavy equipment permit load; Truck mounted broom GROUP 3: Driver of vehicle or combination of vehicles - 3 axles; Boot person; Cement mason distribution truck; Fuel truck driver; Water truck - 2 axle; Dump truck, less than 16 yds. water level; Erosion control driver Contract 1300-61 GROUP 4: Driver of transit mix truck, under 3 yds.; Dumperete truck, less than 6-1/2 yds. water level GROUP 5: Water truck, 3 or more axles; Truck greaser and tire person ($0.50 additional for tire person); Pipeline and utility working truck driver, including winch truck and plastic fusion, limited to pipeline and utility work; Slurry truck driver GROUP 6: Transit mix truck, 3 yds. or more; Dumperete truck, 6-1/2 yds. water level and over; Vehicle or combination of vehicles - 4 or more axles; Oil spreader truck; Dump truck, 16 yds. to 25 yds. water level GROUP 7: A Frame, Swedish crane or similar; Forklift driver; Ross carrier driver GROUP 8: Dump truck, 25 yds. to 49 yds. water level; Truck repair person; Water pull - single engine; Welder GROUP 9: Truck repair person/welder; Low bed driver, 9 axles or over GROUP 10: Dump truck - 50 yds. or more water level; Water pull - single engine with attachment GROUP 11: Water pull - twin engine; Water pull - twin engine with attachments; Winch truck driver - $1.25 additional when operating winch or similar special attachments GROUP 12: Boom Truck 17K and above WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental. Note: Executive Order (EO) 13706, Establishing Paid Sick Leave for Federal Contractors applies to all contracts subject to the Davis -Bacon Act for which the contract is awarded (and any solicitation was issued) on or after January 1, 2017. If this contract is covered by the EO, the contractor must provide employees with 1 hour of paid sick leave for every 30 hours they work, up to 56 hours of paid sick leave each year. Employees must be permitted to use paid sick leave for their own illness, injury or other health -related needs, including preventive care; to assist a family member (or person who is like family to the employee) who is ill, injured, or has other health -related needs, including preventive care; or for reasons resulting from, or to assist a family member (or person who is like family to the employee) who is a victim of, domestic violence, sexual assault, or stalking. Additional information on contractor requirements and worker protections under the EO is available at https://www.dol.gov/agencies/whd/government-contracts. Unlisted classifications needed for work not included within Contract 1300-62 the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29CFR 5.5 (a) (1) (iii)) . The body of each wage determination lists the classifications and wage rates that have been found to be prevailing for the type(s) of construction and geographic area covered by the wage determination. The classifications are listed in alphabetical order under rate identifiers indicating whether the particular rate is a union rate (current union negotiated rate), a survey rate, a weighted union average rate, a state adopted rate, or a supplemental classification rate. Union Rate Identifiers A four-letter identifier beginning with characters other than ""SU"", ""UAVG"", ?SA?, or ?SC? denotes that a union rate was prevailing for that classification in the survey. Example: PLUM0198-005 07/01/2024. PLUM is an identifier of the union whose collectively bargained rate prevailed in the survey for this classification, which in this example would be Plumbers. 0198 indicates the local union number or district council number where applicable, i.e., Plumbers Local 0198. The next number, 005 in the example, is an internal number used in processing the wage determination. The date, 07/01/2024 in the example, is the effective date of the most current negotiated rate. Union prevailing wage rates are updated to reflect all changes over time that are reported to WHD in the rates in the collective bargaining agreement (CBA) governing the classification. Union Average Rate Identifiers The UAVG identifier indicates that no single rate prevailed for those classifications, but that 100% of the data reported for the classifications reflected union rates. EXAMPLE: UAVG-OH-0010 01/01/2024. UAVG indicates that the rate is a weighted union average rate. OH indicates the State of Ohio. The next number, 0010 in the example, is an internal number used in producing the wage determination. The date, 01/01/2024 in the example, indicates the date the wage determination was updated to reflect the most current union average rate. A UAVG rate will be updated once a year, usually in January, to reflect a weighted average of the current rates in the collective bargaining agreements on which the rate is based. Survey Rate Identifiers The ""SU"" identifier indicates that either a single non -union rate prevailed (as defined in 29 CFR 1.2) for this classification in the survey or that the rate was derived by computing a weighted average rate based on all the rates reported in the survey for that classification. As a weighted Contract 1300-63 average rate includes all rates reported in the survey, it may include both union and non -union rates. Example: SUFL2022-007 6/27/2024. SU indicates the rate is a single non -union prevailing rate or a weighted average of survey data for that classification. FL indicates the State of Florida. 2022 is the year of the survey on which these classifications and rates are based. The next number, 007 in the example, is an internal number used in producing the wage determination. The date, 6/27/2024 in the example, indicates the survey completion date for the classifications and rates under that identifier. ?SU? wage rates typically remain in effect until a new survey is conducted. However, the Wage and Hour Division (WHD) has the discretion to update such rates under 29 CFR 1.6(c)(1). State Adopted Rate Identifiers The ""SA"" identifier indicates that the classifications and prevailing wage rates set by a state (or local) government were adopted under 29 C.F.R 1.3(g)-(h). Example: SAME2023-007 01/03/2024. SA reflects that the rates are state adopted. ME refers to the State of Maine. 2023 is the year during which the state completed the survey on which the listed classifications and rates are based. The next number, 007 in the example, is an internal number used in producing the wage determination. The date, 01/03/2024 in the example, reflects the date on which the classifications and rates under the ?SA? identifier took effect under state law in the state from which the rates were adopted. WAGE DETERMINATION APPEALS PROCESS 1) Has there been an initial decision in the matter? This can be. a) a survey underlying a wage determination b) an existing published wage determination c) an initial WHD letter setting forth a position on a wage determination matter d) an initial conformance (additional classification and rate) determination On survey related matters, initial contact, including requests for summaries of surveys, should be directed to the WHD Branch of Wage Surveys. Requests can be submitted via email to davisbaconinfo@dol.gov or by mail to: Branch of Wage Surveys Wage and Hour Division U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 Regarding any other wage determination matter such as conformance decisions, requests for initial decisions should be directed to the WHD Branch of Construction Wage Determinations. Requests can be submitted via email to BCWD-Office@dol.gov or Contract 1300-64 by mail to: Branch of Construction Wage Determinations Wage and Hour Division U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 2) If an initial decision has been issued, then any interested party (those affected by the action) that disagrees with the decision can request review and reconsideration from the Wage and Hour Administrator (See 29 CFR Part 1.8 and 29 CFR Part 7). Requests for review and reconsideration can be submitted via email to dba.reconsideration@dol.gov or by mail to: Wage and Hour Administrator U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 The request should be accompanied by a full statement of the interested party's position and any information (wage payment data, project description, area practice material, etc.) that the requestor considers relevant to the issue. 3) If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board). Write to: Administrative Review Board U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210. END OF GENERAL DECISION" Contract 1300-65 SECTION 1310 FAITHFUL PERFORMANCE BOND KNOW ALL MEN BY THESE PRESENTS: THAT the City of La Quinta, a municipal corporation, hereinafter designated the City, has, on , 2025, awarded to , hereinafter designated as the Principal, a Contract for City Project No. 2022-25, Federal Project No. HIPL-5433(021), Highway 111 Resurfacing Project and: WHEREAS, said Principal is required under the terms of said Contract to furnish a bond for the faithful performance of said Contract: NOW, THEREFORE, we, the Principal, and as Surety, are held and firmly bound unto the City in the just and full amount of DOLLARS ($ ) lawful money of the United States, for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators, and successors, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH, that if said Principal, his or its heirs, executors, administrators, successors, or assigns, shall in all things stand to and abide by, and well and truly keep and faithfully perform the covenants, conditions, and agreements in the said contract and any alterations made as therein provided, on his or their part to be kept and performed, at the time and in the manner therein specified, and in all respects according to their true intent and meaning, and shall indemnify and save harmless, the City, its officers and agents as therein stipulated, then this obligation shall become null and void; otherwise it shall be and remain in full force and virtue. It is acknowledged that the Contract provides for one-year guarantee period, during which time this bond remains in full force and effort. And the said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration, or addition to the terms of the Contract or to the work to be performed thereunder or the specifications accompanying the same shall, in any way, affect its obligations on this bond, and it does hereby waive notice of any such change, extension of time, alteration, or addition to the terms of the Contract or to the work or to the specifications. Said Surety hereby waives the provisions of Sections 2819 and 2845 of the Civil Code of the State of California. Faithful Performance Bond 1310-1 IN WITNESS WHEREOF, the Principal and Surety have executed this instrument under their seals this day of 2025, the name and corporate seal of each corporate party being hereto affixed and these presents duly signed by its undersigned representative, pursuant to authority of its governing body. Principal Signature for Principal Title of Signatory Surety Signature for Surety Title of Signatory Address of Surety Phone # of Surety Contact Person for Surety (Seal) (Seal) Faithful Performance Bond 1310-2 SECTION 1320 PAYMENT BOND KNOW ALL MEN BY THESE PRESENTS THAT the City of La Quinta, a municipal corporation, hereinafter designated the City, has on , 2025, awarded to , hereinafter designated as the Principal, a Contract for Project No. 2022-25, Federal Project No. HIPL-5433(021), Highway 111 Resurfacing Project. WHEREAS, said Principal is required to furnish a bond in connection and with said Contract, providing that if said Principal, or any of it or its subcontractors shall fail to pay for any materials, provisions, or other supplies used in, upon, for, or about the performance of the work contracted to be done, or for any work or labor done thereon of any kind, the Surety of this bond will pay the same to the extent hereinafter set forth: NOW, THEREFORE, we, the Principal, and as Surety, are held and firmly bound unto the City in the just and full amount of DOLLARS ($ ) lawful money of the United States, for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators, and successors, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH, that if said Principal, it or its heirs, executors, administrators, successors, or assigns, shall fail to pay for any materials, provisions, or other supplies used in, upon, for, or about the performance of the work contracted to be done, or for any work or labor thereon of any kind or for amount due under the Unemployment Insurance Act with respect to such work or labor, or for any amounts due, or to be withheld pursuant to Sections 18806 of the Revenue and Taxation Code of the State of California with respect to such work or labor, then said surety will pay the same in or to an amount not exceeding the amount hereinabove set forth, and also will pay in case suit is brought upon this bond, such reasonable attorney's fees to the City as shall be fixed by the court. This bond shall insure to the benefit of any and all persons, companies, and corporations named in Section 3181 of the Civil Code of the State of California so as to give a right of action to them or their assigns in any suit brought upon this bond. And the said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration, or addition of the terms of the Contract or to the work to be performed thereunder or the specifications accompanying the same shall, in any way, affect its obligations of this bond, and it does hereby waive notice of any change, extension of time, alteration, or addition to the terms of the contract or to the work or to the specifications. Said Surety hereby waives the provisions of Sections 2819 and 2845 of the Civil Code of the State of California. Payment Bond 1320-1 IN WITNESS WHEREOF, the Principal and Surety have executed this instrument under their seals this day of 2025, the name and corporate seal of each corporate party being hereto affixed and these presents duly signed by its undersigned representative, pursuant to authority of its governing body. Principal (Seal) Signature for Principal Title of Signatory Surety (Seal) Signature for Surety Title of Signatory Address of Surety Phone # of Surety Contact Person for Surety Payment Bond 1320-2 SECTION 1330 WORKERS' COMPENSATION INSURANCE CERTIFICATE In accordance with California Labor Code Section 1861, prior to commencement of work on the Contract, the Contractor shall sign and file with the City the following certification: "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." Signature Title Date Workers Compensation Insurance Certificate 1330-1 SECTION 1340 LIABILITY AND INSURANCE REQUIREMENTS 1.0 INDEMNIFICATION Except for the gross negligence or willful misconduct of an Indemnified Party (as hereinafter defined), the Contractor hereby assumes liability for and agrees to defend (at Indemnified Parties' option), indemnify, protect and hold harmless City and its Project Consultants, and Engineers, officers, agents, and employees ("Indemnified Parties") from and against any and all claims, charges, damages, demands, actions, proceedings, losses, stop notices, costs, expenses (including counsel fees), judgments, civil fines and penalties, liabilities of any kind or nature whatsoever, which may be sustained or suffered by or secured against the Indemnified Parties arising out of or encountered in connection with this Contract or the performance of the Work including, but not limited to, death of or bodily or personal injury to persons or damage to property, including property owned by or under the care and custody of City, and for civil fines and penalties, that may arise from or be caused, in whole or in part, by any negligent or other act or omission of Contractor, its officers, agents, employees or Subcontractors including, but not limited to, liability arising from: Any dangerous, hazardous, unsafe or defective condition of, in or on the premises, of any nature whatsoever, which may exist by reason of any act, omission, neglect, or any use or occupation of the premises by Contractor, its officers, agents, employees, or subcontractors; 2. Any operation conducted upon or any use or occupation of the premises by Contractor, its officers, agents, employees, or subcontractors under or pursuant to the provisions of this contract or otherwise; 3. Any act, omission or negligence of Contractor, its officers, agents, employees, or Subcontractors; 4. Any failure of Contractor, its officers, agents or employees to comply with any of the terms or conditions of this Contract or any applicable federal, state, regional, or municipal law, ordinance, rule or regulation; and 5. The conditions, operations, uses, occupations, acts, omissions or negligence referred to in Sub -subsections (1), (2), (3), and (4), existing or conducted upon or arising from the use or occupation by Contractor on any other premises in the care, custody and control of City. The Contractor also agrees to indemnify City and pay for all damages or loss suffered by City including but not limited to damage to or loss of City property, to the extent not insured by City and loss of City revenue from any source, caused by or arising out of the conditions, operations, uses, occupations, acts, omissions or negligence referred to in Sub -subsections (1), (2), (3), (4) and (5). Liability and Insurance Requirements 1340-1 Contractor's obligations under this Section apply regardless of whether or not such claim, charge, damage, demand, action, proceeding, loss, stop notice, cost expense, judgment, civil fine or penalty, or liability was caused in part or contributed to by an Indemnified Party. However, without affecting the rights of City under any provision of this Contract, Contractor shall not be required to indemnify and hold harmless City for liability attributable to the active negligence of City, provided such active negligence is determined by Contract between the parties or by the findings of a court of competent jurisdiction. In instances where City is shown to have been actively negligent and where City's active negligence accounts for only a percentage of the liability involved, the obligation of Contractor will be for that entire portion or percentage of liability not attributable to the active negligence of City. Contractor agrees to obtain executed indemnity agreements with provisions identical to those set forth here in this section from each and every subcontractor or any other person or entity involved by, for, with or on behalf of Contractor in the performance of this Contract. In the event Contractor fails to obtain such indemnity obligations from others as required here, Contractor agrees to be fully responsible according to the terms of this section. Failure of City to monitor compliance with these requirements imposes no additional obligations on City and will in no way act as a waiver of any rights hereunder. This obligation to indemnify and defend City as set forth here is binding on the successors, assigns or heirs of Contractor and shall survive the termination of this Contract or this section. This indemnity shall survive termination of the Contract or Final Payment hereunder. This Indemnity is in addition to any other rights or remedies that the Indemnified Parties may have under the law or under any other Contract Documents or Agreements. In the event of any claim or demand made against any party which is entitled to be indemnified hereunder, City may, in its sole discretion, reserve, retain or apply any monies to the Contractor under this Contract for the purpose of resolving such claims; provided, however, City may release such funds if the Contractor provides City with reasonable assurance of protection of the Indemnified Parties' interests. City shall, in its sole discretion, determine whether such assurances are reasonable. Approval of any insurance contracts by the City does not relieve the Contractor or subcontractors from liability under Section 1340-1.0, Indemnification. The City will not be liable for any accident, loss, or damage to the work prior to its completion and acceptance. Liability and Insurance Requirements 1340-2 2.0 INSURANCE REQUIREMENTS 2.1 General Prior to the beginning of and throughout the duration of the Work, Contractor will maintain insurance in conformance with the requirements set forth below. Contractor will use existing coverage to comply with these requirements. If that existing coverage does not meet the requirements set forth here, it will be amended to do so. Contractor acknowledges that the insurance coverage and policy limits set forth in this section constitute the minimum amount of coverage required. Any insurance proceeds available to City in excess of the limits and coverage required in this Contract and which is applicable to a given loss, will be available to City. Contractor shall submit coverage verification for review and approval by the City upon execution of the Contract. The Notice to Proceed with the Work under this Contract will not be issued, and the Contractor shall not commence work, until such insurance has been approved by the City. The Contractor shall not allow any subcontractors to commence work on its subcontract until all similar insurance required of the subcontractor has been obtained and verified by Contractor. Such insurance shall remain in full force and effect at all times during the prosecution of the Work and until the final completion and acceptance thereof. The Notice to Proceed does not relieve the Contractor of the duty to obtain such insurance as required by Paragraph 1340-2.0 INSURANCE REQUIREMENTS. Contractor shall provide the following types and amounts of insurance: 2.2 Insurance Prior to the beginning of and throughout the duration of this Agreement, the following policies shall be maintained and kept in full force and effect providing insurance with minimum limits as indicated below and issued by insurers with A.M. Best ratings of no less than A -VI: Commercial General Liability (at least as broad as ISO CG 0001) $5,000,000 (per occurrence) $5,000,000 (general aggregate) Must include the following endorsements: General Liability Additional Insured General Liability Primary and Noncontributory Commercial Auto Liability (at least as broad as ISO CA 0001) $1,000,000 (per accident) Personal Auto Declaration Page if applicable Workers' Compensation (per statutory requirements) Must include the following endorsements: Workers Compensation Waiver of Subrogation Workers Compensation Declaration of Sole Proprietor if applicable Liability and Insurance Requirements 1340-3 Contracting Party shall procure and maintain, at its cost, and submit concurrently with its execution of this Agreement, Commercial General Liability insurance against all claims for injuries against persons or damages to property resulting from Contracting Party's acts or omissions rising out of or related to Contracting Party's performance under this Agreement. The insurance policy shall contain a severability of interest clause providing that the coverage shall be primary for losses arising out of Contracting Party's performance hereunder and neither City nor its insurers shall be required to contribute to any such loss. An endorsement evidencing the foregoing and naming the City and its officers and employees as additional insured (on the Commercial General Liability policy only) must be submitted concurrently with the execution of this Agreement and approved by City prior to commencement of the services hereunder. Contracting Party shall carry automobile liability insurance of $1,000,000 per accident against all claims for injuries against persons or damages to property arising out of the use of any automobile by Contracting Party, its officers, any person directly or indirectly employed by Contracting Party, any subcontractor or agent, or anyone for whose acts any of them may be liable, arising directly or indirectly out of or related to Contracting Party's performance under this Agreement. If Contracting Party or Contracting Party's employees will use personal autos in any way on this project, Contracting Party shall provide evidence of personal auto liability coverage for each such person. The term "automobile" includes, but is not limited to, a land motor vehicle, trailer or semi -trailer designed for travel on public roads. The automobile insurance policy shall contain a severability of interest clause providing that coverage shall be primary for losses arising out of Contracting Party's performance hereunder and neither City nor its insurers shall be required to contribute to such loss. Professional Liability or Errors and Omissions Insurance as appropriate shall be written on a policy form coverage specifically designed to protect against acts, errors or omissions of the Contracting Party and "Covered Professional Services" as designated in the policy must specifically include work performed under this agreement. The policy limit shall be no less than $1,000,000 per claim and in the aggregate. The policy must "pay on behalf of the insured and must include a provision establishing the insurer's duty to defend. The policy retroactive date shall be on or before the effective date of this agreement. Contracting Party shall carry Workers' Compensation Insurance in accordance with State Worker's Compensation laws with employer's liability limits no less than $1,000,000 per accident or disease. If coverage is maintained on a claims -made basis, Contracting Party shall maintain such coverage for an additional period of three (3) years following termination of the contract. Contracting Party shall provide written notice to City within ten (10) working days if: (1) any of the required insurance policies is terminated; (2) the limits of any of the required polices are reduced; or (3) the deductible or self -insured retention is increased. In the event any of said policies of insurance are cancelled, Contracting Party shall, prior to the cancellation date, submit new evidence of insurance in conformance with this Exhibit to the Contract Officer. Liability and Insurance Requirements 1340-4 The procuring of such insurance or the delivery of policies or certificates evidencing the same shall not be construed as a limitation of Contracting Party's obligation to indemnify City, its officers, employees, contractors, subcontractors, or agents. 2.3 Remedies In addition to any other remedies City may have if Contracting Party fails to provide or maintain any insurance policies or policy endorsements to the extent and within the time herein required, City may, at its sole option: a. Obtain such insurance and deduct and retain the amount of the premiums for such insurance from any sums due under this Agreement. b. Order Contracting Party to stop work under this Agreement and/or withhold any payment(s) which become due to Contracting Party hereunder until Contracting Party demonstrates compliance with the requirements hereof. c. Terminate this Agreement. Exercise of any of the above remedies, however, is an alternative to any other remedies City may have. The above remedies are not the exclusive remedies for Contracting Party's failure to maintain or secure appropriate policies or endorsements. Nothing herein contained shall be construed as limiting in any way the extent to which Contracting Party may be held responsible for payments of damages to persons or property resulting from Contracting Party's or its subcontractors' performance of work under this Agreement. 2.4 General Conditions Pertaining to Provisions of Insurance Coverage by Contracting Party. Contracting Party and City agree to the following with respect to insurance provided by Contracting Party: 1. Contracting Party agrees to have its insurer endorse the third -party general liability coverage required herein to include as additional insureds City, its officials, employees, and agents, using standard ISO endorsement No. CG 2010 with an edition prior to 1992. Contracting Party also agrees to require all contractors, and subcontractors to do likewise. 2. No liability insurance coverage provided to comply with this Agreement shall prohibit Contracting Party, or Contracting Party's employees, or agents, from waiving the right of subrogation prior to a loss. Contracting Party agrees to waive subrogation rights against City regardless of the applicability of any insurance proceeds, and to require all contractors and subcontractors to do likewise. 3. All insurance coverage and limits provided by Contracting Party and available or applicable to this Agreement are intended to apply to the full extent of the policies. Nothing contained in this Agreement or any other agreement relating to City or its operations limits the application of such insurance coverage. 4. 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. Liability and Insurance Requirements 1340-5 5. No liability policy shall contain any provision or definition that would serve to eliminate so-called "third party action over" claims, including any exclusion for bodily injury to an employee of the insured or of any contractor or subcontractor. 6. All coverage types and limits required are subject to approval, modification and additional requirements by the City, as the need arises. Contracting Party shall not make any reductions in scope of coverage (e.g. elimination of contractual liability or reduction of discovery period) that may affect City's protection without City's prior written consent. 7. Proof of compliance with these insurance requirements, consisting of certificates of insurance evidencing all of the coverages required and an additional insured endorsement to Contracting Party's general liability policy, shall be delivered to City at or prior to the execution of this Agreement. In the event such proof of any insurance is not delivered as required, or in the event such insurance is canceled at any time and no replacement coverage is provided, City has the right, but not the duty, to obtain any insurance it deems necessary to protect its interests under this or any other agreement and to pay the premium. Any premium so paid by City shall be charged to and promptly paid by Contracting Party or deducted from sums due Contracting Party, at City option. 8. It is acknowledged by the parties of this agreement that all insurance coverage required to be provided by Contracting Party or any subcontractor, is intended to apply first and on a primary, non-contributing basis in relation to any other insurance or self-insurance available to City. 9. Contracting Party agrees to ensure that subcontractors, and any other party involved with the project that is brought onto or involved in the project by Contracting Party, provide the same minimum insurance coverage required of Contracting Party. Contracting Party 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. Contracting Party agrees that upon request, all agreements with subcontractors and others engaged in the project will be submitted to City for review. 10. Contracting Party agrees not to self -insure or to use any self -insured retentions or deductibles on any portion of the insurance required herein (with the exception of professional liability coverage, if required) and further agrees that it will not allow any contractor, subcontractor, Architect, Engineer or other entity or person in any way involved in the performance of work on the project contemplated by this agreement to self -insure its obligations to City. If Contracting Party's existing coverage includes a deductible or self -insured retention, the deductible or self - insured retention must be declared to the City. At that time the City shall review options with the Contracting Party, which may include reduction or elimination of the deductible or self -insured retention, substitution of other coverage, or other solutions. Liability and Insurance Requirements 1340-6 11. The City reserves the right at any time during the term of this Agreement to change the amounts and types of insurance required by giving the Contracting Party ninety (90) days advance written notice of such change. If such change results in substantial additional cost to the Contracting Party, the City will negotiate additional compensation proportional to the increased benefit to City. 12. For purposes of applying insurance coverage only, this Agreement will be deemed to have been executed immediately upon any party hereto taking any steps that can be deemed to be in furtherance of or towards performance of this Agreement. 13. Contracting Party acknowledges and agrees that any actual or alleged failure on the part of City to inform Contracting Party of non-compliance with any insurance requirement in no way imposes any additional obligations on City nor does it waive any rights hereunder in this or any other regard. 14. Contracting Party will renew the required coverage annually as long as City, or its employees or agents face an exposure from operations of any type pursuant to this agreement. This obligation applies whether or not the agreement is canceled or terminated for any reason. Termination of this obligation is not effective until City executes a written statement to that effect. 15. Contracting Party shall provide proof that policies of insurance required herein expiring during the term of this Agreement have been renewed or replaced with other policies providing at least the same coverage. Proof that such coverage has been ordered shall be submitted prior to expiration. A coverage binder or letter from Contracting Party's insurance agent to this effect is acceptable. A certificate of insurance and/or additional insured endorsement as required in these specifications applicable to the renewing or new coverage must be provided to City within five (5) days of the expiration of coverages. 16. The provisions of any workers' compensation or similar act will not limit the obligations of Contracting Party under this agreement. Contracting Party expressly agrees not to use any statutory immunity defenses under such laws with respect to City, its employees, officials, and agents. 17. Requirements of specific coverage features, or limits contained in this section are not intended as limitations on coverage, limits or other requirements nor as a waiver of any coverage normally provided by any given policy. 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 limiting or all- inclusive. 18. These insurance requirements are intended to be separate and distinct from any other provision in this Agreement and are intended by the parties here to be interpreted as such. 19. The requirements in this Exhibit supersede all other sections and provisions of this Agreement to the extent that any other section or provision conflicts with or impairs the provisions of this Exhibit. Liability and Insurance Requirements 1340-7 20. Contracting Party agrees to be responsible for ensuring that no contract used by any party involved in any way with the project reserves the right to charge City or Contracting Party for the cost of additional insurance coverage required by this agreement. Any such provisions are to be deleted with reference to City. It is not the intent of City to reimburse any third party for the cost of complying with these requirements. There shall be no recourse against City for payment of premiums or other amounts with respect thereto. 21. Contracting Party agrees to provide immediate notice to City of any claim or loss against Contracting Party arising out of the work performed under this agreement. City assumes no obligation or liability by such notice, but has the right (but not the duty) to monitor the handling of any such claim or claims if they are likely to involve City. 2.5 Change in Terms The Contractor shall provide immediate written notice to the City of any change in terms and conditions and/or reduction in the coverage of any nature to the insurance policies. The notice shall be sent to: Jon McMillen, City Manager City of La Quinta 78-495 Calle Tampico La Quinta, CA 92253 Liability and Insurance Requirements 1340-8 SECTION 1400 GENERAL CONDITIONS 1.0 GENERAL 1.1 Intent of Contract Documents Where the Plans or Specifications describe portions of the Work in general terms but not in complete detail, it is understood that only the best general practice is to prevail and that only materials and workmanship of the first quality are to be used. Unless otherwise specified, the Contractor shall furnish tools, equipment, and incidentals, and do all the work involved in executing the Contract in a satisfactory and workmanlike manner. Unless specifically noted otherwise, all sections of the Specifications and the Plans shall be complimentary and applicable to each other. In the event the materials and/or equipment are to be furnished by the City, as designated in the Specific Project Requirements or as agreed on, this shall not relieve the Contractor of the above requirements to furnish all other labor, materials, and equipment to complete the Contract. Words and abbreviations which have well known technical or trade meaning are used in the Contract Documents in accordance with such recognized meanings. 1.2 Discrepancies and Omissions Any discrepancies or omissions found in the Contract Documents shall be immediately reported to the City Engineer who will clarify discrepancies or omissions, in writing, within a reasonable time. In resolving inconsistencies among two or more sections of the Contract Documents, precedence shall be given in the following order: 1. Contract a. Agreement b. Permits c. Change Orders 2. Instruction to Bidders 3. Permits issued by other agencies 4. Specific Project Requirements 5. General Project Requirements 6. Supplementary Conditions 7. General Conditions 8. Technical Specifications 9. Standard Specifications 10. Reference Specifications 11. Plans 12. Standard Plans 1.3 Headings Headings to parts, divisions, sections, forms are inserted for convenience of interpretation of the Contract Documents. articles, paragraphs, subparagraphs, and reference only and shall not affect the General Conditions 1400-1 1.4 Penalty for Collusion If, at any time, it is found that the person, firm, or corporation to whom the Contract has been awarded has, in presenting any bid or bids, colluded with any other party or parties, then the Contract shall be null and void, and the Contractor and its sureties shall be liable for loss or damage which the City may suffer thereby, and the City may advertise for new bids for said Work. 1.5 Successors and Assigns The City and the Contractor, respectively, bind themselves, their partners, successors, assigns, and legal representatives to the other party hereto and to the partners, successors, assigns, and legal representatives of such other party with respect to all covenants, contracts, agreements, and obligation contained in the Contract Documents. Neither party to the Contract shall assign the Contract or sublet it as a whole without the written consent of the other. 1.6 Assignment to City Pursuant to Public Contract Code 4551, in entering into the Contract and all subcontracts, to supply goods, services, or materials pursuant to the Contract, the Contractor and its subcontractors offer and agree 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 Act (15 U.S.C. Sec. 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 pursuant to the Contract and subcontracts. This assignment shall be made and become effective at the time the City tenders final payment to the Contractor, without further acknowledgment by the parties. 1.7 Rights and Remedies The duties and obligations imposed by the Contract Documents and the rights and remedies available thereunder shall be in addition to, and not a limitation of, any duties, obligations, rights, and remedies otherwise imposed or available by law. No action or failure to act by the City and its representatives or the consultants, shall constitute a waiver of any right or duty afforded any of them under the Contract, nor shall any such action or failure to act constitute an approval of or acquiescence in any breach thereunder, except as may be specifically agreed in writing. 1.8 Definitions Unless otherwise stated, the words directed, required, permitted, ordered, instructed, designated, applicable, appropriate, sufficient, proper, desirable, necessary, prescribed, approved, acceptable, satisfactory or words of like import, refer to actions, expressions, and prerogatives of the City, the City Engineer. Masculine gender words include the feminine. References to gender, such as "workman" and "flagman" and the pronouns "he" or "his" referring to such titles, are abstract in the specifications, used for the sake of brevity are intended to refer to persons of either sex. General Conditions 1400-2 Singular words include the plural and "person" includes firms, companies, and corporations. Where used in the Contract Documents, the following words and terms shall have the meanings indicated. The meanings shall be applicable to the singular, plural, masculine, and feminine of the words and terms. Acceptance - The formal written acceptance by the City of an entire Contract which has been completed in all respects in accordance with the Contract Documents and any modifications thereof previously approved. Act of God - An earthquake, flood, cyclone, or other cataclysmic phenomenon of nature. A rain, windstorm, high water, or other natural phenomenon, which might reasonably have been anticipated from historical records of the general locality of the work, shall not be construed as an Act of God. Addenda - Written or graphic instruments issued prior to the bid which modify or interpret the Contract Documents, drawings, and specifications, by additions, deletions, clarifications, or corrections. Architect - The Architect responsible for the preparation of plans and specifications for the City of La Quinta Bid - The offer or proposal of the Bidder submitted on the prescribed form setting forth the price for the work to be performed. Bond s - Bid, Performance, or Payment Bonds and other instruments of surety, furnished by the Contractor and Contractor's surety in accordance with the Contract Documents. Bidder - Any properly licensed and qualified individual, firm, partnership, corporation, joint venture, or combination thereof, submitting a proposal for the work contemplated, acting directly or through a duly authorized representative. Calendar Day - Any day including legal holidays, Saturdays and Sundays. City - The City of La Quinta, a Municipal Corporation in the State of California. City Engineer - The person designated, in writing, by the City to act as its representative at the construction site and to perform construction inspection services and administrative functions relating to this Contract. Initial contact by the Contractor with the City shall be through the City Engineer. City Representative - The person designated in writing by the City to act as its agent on specified matters relating to this Contract. The City's Representative is not the City Engineer, but is another individual who has been designated to represent the City. Contract - The written document covering the performance of the Work as more fully described in, but not limited to, the plans, standard specifications, special and technical provisions, Contract bonds, proposal, addenda, and Contract Change Orders. General Conditions 1400-3 Contract Change Order - A written order to the Contractor, covering changes in the plans or quantities, or both, and establishing the basis of payment and time adjustments for the work affected by the changes. Also referred to as a Change Order. Contract Documents - The words "Contract Documents" shall mean any or all of, but not limited to, the following items, as applicable: Invitation to Bid Instructions to Bidders Bid Documents Designation of Subcontractors Bid Guaranty Bond Contract Acknowledgments Performance Bond Payment Bond General Conditions Supplementary General Conditions General Project Requirements Specific Project Requirements Standard Specifications State Standard Specifications Project Plans Standard Drawings Addenda, if any Executed Change Orders, if any Notice of Award Notice to Proceed Permits from other agencies Each of these items is to be considered by reference as part of the Contract Documents, also referred to as Contract. Contract Price - The amount payable to the Contractor under the terms and conditions of the Contract based on the price given on the bidding schedule, with adjustments made in accordance with the Contract. The base amount given in the bidding schedule shall be either a lump sum bid or the summation of the unit price bids multiplied by the estimated quantities set forth in the bid form. Also referred to as Contract Amount or Contract Sum. Contract Time - Number of calendar days stated in the Contract for the completion of the Work. Contract Completion Date - The date on which the City accepts the work as being complete. Contractor - The person or persons, firms, partnership, corporation, or combination thereof, who have entered with the City, as party or parties of the second part of his or their legal representatives. Contractor's Plant and Equipment - Equipment, material, supplies, and all other items, except labor, brought onto the site by the Contractor to carry out the Work, but not to be incorporated in the Work. General Conditions 1400-4 Consultant - Individuals and/or companies retained by the City to provide specific professional services. Da s - Calendar Day(s), unless contract time is indicated in working days. Direct - Action of the City or City Engineer by which the Contractor is ordered to perform or refrain from performing work under the Contract. Field Directive - Written documentation of the actions of the City or City Engineer in directing the Contractor. Also referred to as a Directive. Field Order - A written instruction given to the Contractor authorizing work that is a change to the scope of work carried out on a time and material basis. Furnish - To deliver to the job site or other specified location any item, equipment, or material. General Conditions - Part of the Contract Documents representing the general clauses that establishes how the project is to be administered. General Project Requirements - Part of the Contract Documents establishing general conditions or requirements peculiar to the way public works projects are performed in the City of La Quinta. Herein - Refers to information presented in the Project Manual. Holidays - Legal holidays designated by the City or specifically identified in the Contract. Install - Placing, erecting, or constructing any item, equipment, or material. Laboratory - The designated materials testing laboratory authorized by the City to test materials and work involved in the Contract. Liquidated Damages - A fixed amount as prescribed in Paragraph 1500-3.0, to be paid to the City or to be deducted from any payments due, or to become due, to the Contractor as a result of the Contractor not completing the work in the time allowed in the specifications. Notice of Award - A written notice by the City to the Bidder informing him that the Contract has been awarded to him. Notice to Proceed - The written notice by the City to the Contractor authorizing him to proceed with the Work and establishing the date of commencement of the Work. Paragraph - For references or citation purposes, refers to the paragraph(s) in these Specifications, called out by paragraph number and alphanumeric designator. Person - Includes firms, companies, corporations, partnerships, and joint ventures. Plans - Refers to the project plans drawings, profiles, cross sections, elevations, details, and other working drawings and supplementary drawings, or reproductions thereof, approved by the City, and are referred to in the Contract Documents, which show the location, character, dimensions, and details of the work to be performed. The terms drawing, plan and plans have the same meaning as the term drawings unless otherwise stated or specified. General Conditions 1400-5 Project - The undertaking to be performed under the provisions of the Contract. Project Manual - Those Contract Documents which are bound into one or more volumes prior to bidding. Provide - Furnish and install, complete in place. Punch List - List of incomplete items of work and of items of work which are not in conformance with the Contract. Shall - Refers to actions by either the Contractor or the City and means the Contractor or City has entered into a covenant with the other party to do or perform the action. Shown - Refers to information presented on the Drawings, with or without reference to the Drawings. Site - The property as described in the General Conditions or as shown on the Drawings. Specific Project Requirements - Part of the Contract Documents establishing specific conditions or requirements peculiar to the work. Specifications - That part of the Contract Documents consisting of the General Conditions, Supplementary General Conditions, General Project Requirements, Specific Project Requirements, applicable portions of the Standard Specifications and State Standard Specifications, and Technical Specifications. Specify - Refers to information described, shown, noted or presented in any manner in any part of the Contract. Standard Specifications - Standard Specifications for Public Works Construction, latest edition, including all supplements, as written by the Joint Cooperative Committee of the Southern California Chapter of the American Public Works Association and the Southern California District of the Associated General Contractors of California. State Standard Specifications - The State of California, Department of Transportation Agency's Standard Specifications in effect at the time of advertising the Work. Also referred to as State Standard Specifications and Caltrans Standard Specifications. Subcontractor - A subcontractor is a person or entity who has a direct contract with the Contractor to perform any of the Work at the Site. The term subcontractor means a subcontractor or subcontractor's authorized representative. The term subcontractor, does not include any separate contractor or any separate contractor's subcontractors. Submittals - The information which is specified for submission to the City Engineer in accordance with the Project Manual. Substantial Completion - Substantial Completion is the stage in the progress of the Work when the Work is sufficiently complete in accordance with the Contract Documents so the City can occupy or utilize the Work for its intended use. General Conditions 1400-6 Sub -subcontractor - A sub -subcontractor is a person or entity who has a direct or indirect contract with a subcontractor to perform any of the Work at the Site. The term sub -subcontractor means a sub -subcontractor or an authorized representative thereof. Supplier - Any person, firm, corporation, or organization who supplies materials or equipment for the Work, including that fabricated to a special design, and may also be a Subcontractor or a Sub -subcontractor. Surety - The person, firm, corporation, or organization that joins with the Contractor in assuming the liability for the faithful performance of the Work and for the payment of all obligations pertaining to the Work in accordance with the Contract Documents by issuing the Bonds required by the Contract Documents or by law. Will - Actions entered into by the Contractor or the City as a covenant with the other party to do or to perform the action. Work - The labor, materials, equipment, supplies, and other items necessary for the execution, completion, and fulfillment of the Contract. Working Day - Any day, other than a holiday, Saturday or Sunday, on which the Contractor may proceed with regular work on the current controlling operation as determined by the City Engineer toward the completion of the Contract. A working day is equivalent to 1.45 calendar days. 2.0 ADMINISTRATION 2.1 Administration of the Contract The City Engineer will provide administration of the Contract as hereinafter discussed. The duties, responsibilities and limitations of authority of City retained consultants and the City Engineer during the construction, as set forth in the Contract Documents, will not be modified or extended without written consent of the City. In case of the termination of the employment of a consultant or the City Engineer, the City will appoint a consultant or a City Engineer whose status under the Contract Documents shall be that of the former consultant or City Engineer, respectively. 2.2 City Engineer 2.2.1 General - The City Engineer has the authority to act on behalf of the City on change orders, progress payments, Contract decisions, acceptability of the Contractor's work, and early possession. 2.2.2 Change Orders - The City Engineer has the authority to accept or reject change orders and cost proposals submitted by the Contractor or as recommended by the City Engineer. 2.2.3 Progress Payments - The City Engineer has the authority to accept or reject requests for progress payments which have been submitted by the Contractor. General Conditions 1400-7 2.2.4 Contract Decisions - Should the Contractor disagree with decisions rendered under this Contract, the Contractor may appeal to the City Engineer in accordance with the provisions of the Contract. 2.2.5 Acceptability of Work - The City Engineer has the authority to make the final determination of the acceptability of the Work. 2.2.6 Construction Schedule - The City Engineer has the authority to review and recommend acceptance of the progress schedule submitted by the Contractor at the start of the Work and subsequent significant revisions for conformance to the specified sequence of work and logic. 2.2.7 Inspection - The City Engineer with the assistance of inspectors will observe the progress, quality, and quantity of the Work to determine, in general, if the Work is proceeding in accordance with the intent of the Contract Documents. The City Engineer shall not be responsible for construction means, methods, techniques, sequences, or procedures, or for safety precautions and programs in connection with the Work. In accordance with the provisions detailed elsewhere in these General Conditions, the City Engineer will make decisions relative to all matters of interpretation or execution of the Contract Documents. 2.3 Consultants 2.3.1 General - Consultants will have the authority to act on behalf of the City only to the extent provided in the Supplemental General Conditions. 3.0 CITY 3.1 General The City, acting through the City Engineer, shall have the authority to act as the sole judge of the Work and materials with respect to both quantity and quality as set forth in the Contract. 3.2 Attention to Work The City shall notify the Contractor in writing of the name of individuals designated as representatives of the City Engineer. The representative will normally be at the Site of the Work. During the representative's absences, the Contractor may contact the City Engineer or a previously designated representative. 3.3 Inspection The City will employ one or more inspectors to observe the Work and to act in matters of construction under this Contract. An inspector is not authorized to revoke, alter, or waive any requirements of the specifications. The inspector is authorized to call the attention of the Contractor to any failure of the Work or materials to conform to the Contract Documents. The inspector shall have the authority to reject material or, in any emergency, suspend the Work. The Contractor may appeal any such issue which it disagrees with to the City Engineer. General Conditions 1400-8 Contractor shall call in daily for inspections, unless otherwise approved by the City, at Public Works Inspection Hotline 760-777-7097. Concrete inspections will be required separately for all stages of the work: subgrade; forming; and pouring. Separate and independent from the inspection above, the project may be inspected by Building Officials for code compliance. Such inspectors shall have the authority provided to them by local jurisdiction. 3.4 City's Right to Carry Out the Work If the Contractor defaults or neglects to carry out the Work in accordance with the Contract Documents, and fails within seven (7) days after receipt of written notice from the City to commence and continue correction of such default or neglect with diligence and promptness, the City may, after seven (7) days following receipt by the Contractor of an additional written notice and without prejudice to any other remedy make good such deficiencies. The City also reserves the right to perform any portion of the work due to an emergency threatening the safety of the Work, public, City, and any property or equipment. In either case an appropriate Change Order shall be issued unilaterally deducting from the payments then or thereafter due the Contractor the cost of correcting such deficiencies and/or for performing such work, including compensation for consultants and City's additional services made necessary by such default, neglect, failure or emergency. 3.5 City's Right to Perform Work and to Award Separate Contracts The City reserves the right to perform the work related to the Project with the City's own forces, and to award separate Contracts in connection with other portions of the Project or other work on the Site under these or similar Conditions of the Contract. If the Contractor claims that delay, damage, or additional cost is involved because of such action by the City, the Contractor shall make such claim as provided elsewhere in the Contract Documents. When separate Contracts are awarded for different portions of the Project or other work on the Site, the term "Contractor" in the Contract Documents in each case shall mean the Contractor who executes each separate Contract. The City will provide for the coordination of the work of the City's own forces and of each separate Contractor with the Work of the Contractor, who shall cooperate therewith as provided in Paragraph 1400-4.8.3, Cooperation. 4.0 CONTRACTOR 4.1 Office The Contractor's address stated in the Bid is hereby designated as the legal address of the Contractor for the receipt of documents, samples, notices, letters, and other Articles of communication. General Conditions 1400-9 4.2 Contractor's Representative The Contractor shall notify the City in writing of the name of the person who will act as the Contractor's representative and shall have the authority to act in matters relating to this Contract. The Contractor, acting through its representative, shall give personal attention to, and shall manage the Work, so that it shall be prosecuted faithfully. The Contractor's representative shall be an employee of the Contractor. Upon written request of the Contractor, this requirement may be waived by the City. The City's waiver, if granted will be in writing. There is no obligation by the City to waive this provision regardless of the effect on the Contractor's operations. At all times during the progress of the Work, the Contractor's representative shall be personally present at the Project site, or a designated alternate shall be available who has the authority to act in matters relating to the Contract. The Contractor's representative or designated alternate shall have the authority to carry out the provisions of the Contract and to supply materials, equipment, tools, and labor without delay for the performance of the Work. Before initial work is begun on the Contract, the Contractor shall file with the City Engineer addresses and telephone numbers where the Contractor's and all subcontractors' representatives can be reached during all hours, including nights and weekends when work is not in progress. 4.3 Construction Procedures The Contractor will supervise and direct the work. The Contractor has the authority to determine the means, methods, techniques, sequences, and procedures of construction, except in those instances where the City, to define the quality of an item of work, specifies in the Contract, a means, method, technique, sequence, or procedure for construction of that item of Work. 4.4 Contractor's Employees The Contractor shall be responsible for the adequacy, efficiency, and sufficiency of its employees. Workers shall have sufficient knowledge, skill, and experience to perform properly the work assigned to them. The Contractor shall employ only competent, skillful workers to perform the Work. If any subcontractor or person employed by the Contractor or its subcontractors, appear to the City Engineer to be incompetent or act in a disorderly or improper manner, such person or subcontractor shall be discharged from the site immediately by the Contractor upon written direction of the City Engineer, and such person shall not again be employed on the Project. 4.5 Subcontractors Subcontractors will not be recognized as having a direct relationship with the City. The persons engaged in the Work, including employees of subcontractors and suppliers, will be considered employees of the Contractor. The Contractor will be responsible for their work and their work shall be subject to the provisions of the Contract. The Contractor is as fully responsible to the City for the acts and omissions of its subcontractors and of persons either directly or indirectly employed by them as the Contractor is for the acts and omissions of persons directly employed by the Contractor. Nothing contained in the Contract Documents shall General Conditions 1400-10 create any contractual relation between any subcontractor and the City. References in the Contract Document to actions required of subcontractors, manufacturers, suppliers, or any party other than the Contractor, the City, the City Engineer, its consultants shall be interpreted as requiring that the Contractor shall require such subcontractor, manufacturer, supplier, utility company, or party to perform the specified action, unless the Contract Documents specifically state that the Work is not included in the Contract. The Contractor shall not employ any subcontractors that are not properly licensed in accordance with State law. Prior to commencement of any work by a subcontractor, the Contractor shall submit verification to the City Engineer that the subcontractor is properly licensed for the work it will perform. Changes to subcontractors listed in the Bid in accordance with Public Contract Code 4100 et. seq., shall be made only with the approval of the City. 4.6 Contractor's Equipment and Facilities The Contractor shall furnish and maintain in good condition all equipment and facilities as required for the proper execution and inspection of the Work. Such equipment and facilities shall meet all requirements of applicable ordinances and laws. 4.7 Public Safetv and Convenience The Contractor shall conduct its work so as to insure the least possible obstruction to traffic and inconvenience to the general public and the residents in the vicinity of the Work and to insure the protection of persons and property at no extra cost to the City. The Contractor shall have under construction no greater length or amount of work than he can prosecute properly with due regard to the rights of the public. 4.8 City -Contractor Coordination 4.8.1 Service of Notice - Notice, order, direction, request, or other communication given by the City or the City Engineer to the Contractor shall be deemed to be well and sufficiently given to the Contractor if delivered to the Contractor's Representative designated in Paragraph 1400-4.2, Contractor's Representative, to the Contractor's office designated in Paragraph 1400-4.1, Office, or to the Contractor's address provided in the Bid Proposal. 4.8.2 Suggestions to Contractor - Plans or methods of work suggested by the City, City Engineer or authorized representatives to the Contractor, but not specified or required, if adopted or followed by the Contractor in whole or in part, shall be used at the risk and responsibility of the Contractor. The City, City Engineer, or authorized representatives assume no responsibility therefor, and in no way will be held liable for any defects in the Work which may result from or be caused by use of such plan or method of work. 4.8.3 Cooperation - The Contractor shall afford the City, the City Engineer and separate Contractors reasonable opportunity for the introduction and storage of their materials and equipment and the execution of their work and shall coordinate the Work with theirs as required by the Contract Documents. General Conditions 1400-11 If any part of the Contractor's Work depends for proper execution or results upon the work of the City or any separate Contractor, the Contractor shall, prior to proceeding with the Work, promptly report to the City Engineer any apparent discrepancies or defects in such other work that render it unsuitable for such proper execution and results. Failure of the Contractor to so report shall constitute an acceptance of the City's or separate Contractor's work as fit and proper to receive the Work, except as to defects which may subsequently become apparent in such work by others. If requested by the Contractor, the City shall arrange meetings with other contractors performing work on behalf of the City to plan coordination of construction activities. The City shall keep the Contractor informed of the planned activities of other contractors. Any costs caused by defective or ill-timed work shall be borne by the responsible party. Differences and conflicts arising between the Contractor and other contractors employed by the City or between the Contractor and the workers of the City with regard to their work, shall be submitted to the City for its decision in the matter. If such separate contractor sues the City on account of any delay or damage alleged to have been caused by the Contractor, the City shall notify the Contractor who shall, at the City's election, defend such proceedings at the Contractor's expense. If any judgement or award against the City arises from any such litigation whether defended by City or by Contractor, the Contractor shall pay or satisfy said judgement or award and shall reimburse the City for all attorney's fees and court costs which the City has incurred or for which it is liable. 4.9 Permits Unless specifically stated to be provided by the City, Contractor shall apply for, obtain, and comply with all the terms, conditions and requirements attached to all permits, bonds and licenses required by local, state, or federal agencies to perform work, construct, erect, test and startup of any equipment or facility for this Contract. Where operating permits are required, the Contractor shall apply for and obtain such operating permits in the name of the City and provide the permit in an appropriate frame or file holder when the City accepts substantial completion of the equipment or facility. The Contractor shall give all notices necessary or incidental to the due and lawful prosecution of the work. Any permits, bonds, licenses and fees therefore required for the performance of work under this Contract and not specifically mentioned herein as having been obtained and paid by the City shall be included in the Contractor's bid price. The Contractor shall apply for and obtain in its name the necessary building, plumbing and electrical permits and shall be responsible for satisfying all code requirements, calling for inspections, and obtaining final approvals. Code inspections will be coordinated by the City Engineer. The Contractor shall comply with all construction conditions stipulated in the permits. The Contractor shall include in its bid the fees for any permits required. General Conditions 1400-12 The Contractor shall apply for and obtain all safety permits for excavations, tunneling, trenches, construction (building structure, scaffolding, or falsework) and demolition required by CAL/OSHA including but not limited to, the permits required by Labor Code Section 6500. 4.10 Contractor's Responsibility for the Work and Materials Until acceptance of the Work, the Contractor shall have the charge and care of the Work and of the materials to be used therein and shall bear the risk of injury, loss, or damage, to any part thereof (regardless of whether partial payments have been made on such damaged portions of the Work) by the action of the elements or from any other cause, whether arising from the non -execution of the Work. The Contractor shall rebuild, repair, restore, and make good all injuries, losses, or damages to any portion of the Work or the materials occasioned by any cause before its completion and acceptance and shall bear the expense thereof, except for such injuries, losses, or damages as are directly and approximately caused by acts of the City. 4.11 Laws to be Observed The Contractor shall keep himself fully informed of all existing and future County, State, and National laws and regulations and all municipal ordinances and regulations of the City which in any manner affect those engaged or employed in the Work and of all such orders and decrees of bodies having any jurisdiction or authority over the same; and shall protect and indemnify the City and all of its officers, agents, and servants against any claim or liability arising from or based on the violation of any such laws, ordinances, regulations, orders, or decrees whether by himself or its employees. If any discrepancy or inconsistency is discovered in the plans, drawings, specifications or Contract for the Work in relation to any such law, ordinance, regulations, order or decree, the Contractor shall immediately report the same to the City Engineer in writing. 4.11.1 Construction Registration with California Department of Industrial Relations - A contractor or subcontractor shall not be qualified to bid on, be listed in a bid proposal, subject to the requirements of Section 4104 of the Public Contract Code, or engage in the performance of any contract for public works, as defined in Chapter 1 (commencing with Section 1720) of Part 7 of Division 2 the Labor Code, unless currently registered and qualified to perform public works pursuant to Section 1725.5 of the Labor Code. Prior to March 1, 2015, it is not a violation of this section for an unregistered contractor to submit a bid that is authorized by Section 7029.1 of the Business and Professions Code or by Section 10164 or 20103.5 of the Public Contract Code, provided the contractor is registered to perform public works pursuant to Section 1725.5 of the Labor Code prior to April 1, 2015. Effective March 1, 2015, only contractors and subcontractors that are registered to perform public works pursuant to Section 1725.5 of the Labor Code may submit a bid for a public works project. Effective April 1, 2015, contractors and subcontractors not registered to perform public works pursuant to Section 1725.5 of the Labor Code may not engage in the performance of a public works project awarded after April 1, 2015. General Conditions 1400-13 4.11.2 Prevailing Wage - In accordance with Section 1770 of the Labor Code, the City has ascertained and does hereby specify that the prevailing wage rates shall be those provided in Article 1110-21.0, WAGE RATES. The said rates shall include all employer payments that are required by Section 1773.1 of the Labor Code. The City will furnish to the Contractor, upon request, a copy of such prevailing rates. It shall be the duty of the Contractor to post a copy of such prevailing wages at the job site. For each worker paid less than the stipulated rate in the execution of the Contract by the Contractor, or any subcontractor under him, in violation of the provisions of the Labor Code, and in particular, Section 1770 to Section 1780, inclusive, the Contractor shall be subject to the provisions and penalties of Section 1775 of the Labor Code. In addition to said penalty, and pursuant to said Section 1775, the difference between such stipulated prevailing wage rates and the amounts paid to each worker for each calendar day, or portion thereof, for which each worker was paid less than the stipulated prevailing rate shall be paid to each worker by the Contractor. The wage rates set forth are the minimum that may be paid by the Contractor. Nothing herein contained shall be construed as preventing the Contractor from paying more than the minimum set forth. No extra compensation whatever shall be allowed by the City due to the inability of the Contractor to hire labor at the minimum rate nor for any necessity for payment by the Contractor for subsistence, travel time, overtime, or other added compensation, all of which possibilities are elements to be considered and ascertained to the Contractor's own satisfaction in preparing the bid. If it becomes necessary to employ a craft other than those listed, the Contractor shall notify the City immediately and the City will determine the additional prevailing rate from the Director of the Department of Industrial Relations and the rate thus determined shall be applicable as a minimum at the time of initial employment. The Contractor shall pay travel and subsistence payments to workers needed to execute the work as such travel and subsistence payments are defined in the applicable collective bargaining agreement filed with the Department of Industrial Relations pursuant to Labor Code Section 1773.8. Pursuant to Labor Code section 1771.1, no contractor or subcontractor may be listed on a bid proposal for a public works project submitted on or after March 1, 2015 unless registered with the California Department of Industrial Relations. Furthermore, all bidders and contractors are hereby notified that no contractor or subcontractor may be awarded, on or after April 1, 2015, a contract for public work on a public works project unless registered with the Department of Industrial Relations. Pursuant to Labor Code section 1771.4, all bidders and contractors are hereby notified that this project is subject to compliance monitoring and enforcement by the California Department of Industrial Relations. General Conditions 1400-14 4.11.3 Certified Payrolls - In accordance with Section 1776 of the Labor Code, each Contractor and subcontractor shall keep an accurate payroll record, showing the name, address, social security number, work classification, straight time, and overtime hours worked each day and week, and the actual per diem wages paid to each journeyman, apprentice, worker, or other employee employed by him or her in connection with the public work. The payroll records shall be certified and shall be available for inspection at all reasonable hours at the principal office of the Contractor on the following basis: a. Pursuant to SB854, all contractors and subcontractors must furnish electronic certified payroll records directly to the Labor Commissioner (aka Division of Labor Standards Enforcement). All contractors and subcontractors must also provide a copy and proof to the City of online submittal within 2 days of online submission. b. A certified copy of an employee's payroll record shall be made available for inspection or furnished to the employee or his or her authorized representative on request. c. A certified copy of all payroll records shall be made available for inspection or furnished upon request to a representative of the City, the Division of Labor Standards Enforcement, and the Division of Apprenticeship Standards of the Department of Industrial Relations. d. A certified copy of all payroll records shall be made available upon request by the public in accordance with Section 1776 of the Labor Code. The Contractor is responsible for its and its subcontractors compliance with the provisions of Section 1776 of the Labor Code. 4.11.4 Overtime Requirements - The Contractor shall forfeit, as a penalty to the City, the penalty as provided in Section 1813 of the Labor Code for each worker employed in the execution of the Contract by the Contractor, or any subcontractor under the Contractor, for each day during which such worker is required or permitted to work more than eight (8) hours in any one day and forty (40) hours in any one week, in violation of the provisions of the Labor Code, and in particular, Section 1810 to Section 1815 thereof, inclusive, except that work performed by employees of Contractors in excess of eight (8) hours a day and forty (40) hours during one week, shall be permitted upon compensation for all hours worked in excess of eight (8) hours per day, at not less than one and a half (1'/2) times the basic rate of pay as provided for in Section 1815 of the Labor Code. 4.11.5 Apprentice and Trainee - Attention is directed to the provisions in Section 1777.5 of the Labor Code and in accordance with the regulations of the California Apprenticeship Council concerning the employment of apprentices by the Contractor or any subcontractor under the Contractor. General Conditions 1400-15 Section 1777.5 requires the Contractor or subcontractors employing tradespersons in any apprenticeable occupation to apply to the joint apprenticeship committee nearest the site of the project and which administers the apprenticeship program in that trade for a certificate of approval. The Contractor and subcontractors are required to submit contract award information to the applicable joint apprenticeship committee. As provided for in Section 1777.5 of the Labor Code, the Contractor is required to make contributions to funds established for the administration of apprenticeship programs. It shall be the responsibility of the Contractor to abide by the provisions of Section 1777.5 (except 1777.5(b)) of the Labor Code and to require all subcontractors employed by or contracting with the Contractor to abide by said provisions. The Contractor shall furnish the City any and all evidence of compliance with this code section when requested by the City. For failure to comply with Section 1777.5 (except 1777.5(b)) of the Labor Code, the Contractor shall be subject to the penalties in Section 1777.7 of the Labor Code. 4.11.6 Workers' Compensation Insurance - The Contractor is required to secure the payment of compensation to its employees in accordance with the provisions of Sections 1860 and 3700 of the Labor Code and Paragraph 1340-2.2 Workers' Compensation Insurance 4.12 Safety The Contractor shall be solely and completely responsible for conditions of the job site, including safety of all persons and property during performance of the work. This requirement shall apply continuously and not be limited to normal working hours. Safety provisions shall conform to U.S. Department of Labor (OSHA), the California Occupational Safety and Health Act, and all other applicable Federal, State, County, and local laws, ordinances, codes, the requirements set forth below, and any regulations that may be detailed in other parts of these Documents. Where any of these are in conflict, the more stringent requirement shall be followed. The completed Work shall include all necessary permanent safety devices, such as machinery guards and similar ordinary safety items, required by the State and Federal (OSHA) industrial authorities and applicable local and national codes. Further, any features of the Work, including City -selected equipment, subject to such safety regulations shall be fabricated, furnished, and installed in compliance with these requirements. All equipment furnished shall be grounded and provided with guards and protection as required by safety codes. Where vapor -tight or explosion -proof electrical installation is required by safety codes, this shall be provided. Contractors and manufacturers of equipment shall be held responsible for compliance with the requirements included herein. The Contractor shall notify all equipment suppliers and subcontractors of the provisions of this paragraph. General Conditions 1400-16 Before proceeding with any construction work, the Contractor shall take the necessary action to comply with all provisions for safety and accident prevention. The Contractor shall develop and maintain for the duration of this Contract, a safety program that will effectively incorporate and implement all required safety provisions. The Contractor shall appoint an employee as safety supervisor who is qualified and authorized to supervise and enforce compliance with the safety program. The Contractor, as a part of his safety program, shall maintain at his office or other well-known place at the Site, safety equipment applicable to the Work as prescribed by the aforementioned authorities, all items necessary for giving first aid to the injured, and shall establish the procedure for the immediate removal to a hospital or a doctor's care of persons who may be injured on the job site. In accordance with the provisions of Section 6705 of the Labor Code, the Contractor shall submit, in advance of excavation 5 feet or more in depth, detailed plans showing the design of shoring, bracing, sloping, or other provisions to be made for worker protection from hazard of caving ground during such excavation. If such Plans vary from the shoring system standards set forth in the Construction Safety Orders in Title 8, California Code of Regulations, Article 6, the Plans shall be prepared and signed by a registered civil or structural engineer. Shoring, bracing, sloping, or other protective system shall not be less effective than required by the California Construction Safety orders. If death or serious injuries or serious damages are caused, the accident shall be reported immediately by telephone or messenger to the City. In addition, the Contractor must promptly report in writing to the City Engineer all accidents whatsoever arising out of, or in connection with, the performance of the Work whether on, or adjacent to, the Site, giving full details and statements of witnesses. The Contractor shall make all reports as are, or may be, required by any authority having jurisdiction, and permit all safety inspections of the work being performed under this Contract. If a claim is made by anyone against the Contractor or any subcontractor on account of any accident, the Contractor shall promptly report the facts in writing to the City Engineer, giving full details of the claim. 5.0 CONTROL OF WORK AND MATERIALS 5.1 Means and Methods It is expressly stipulated that the drawings, specifications and other Contract Documents set forth the requirements as to the nature of the completed Work and do not purport to control the method of performing work except in those instances where the nature of the completed Work is dependent on the method of performance. General Conditions 1400-17 Except as provided elsewhere in the Contract Documents, neither the City, its consultants, or the City Engineer will be responsible for or have control or charge of construction means, methods, techniques, sequences or procedures, or for safety precautions and programs in connection with the Work. Except as provided elsewhere in the Contract Documents, neither the City, its consultants, or the City Engineer will be responsible for or have control or charge over the acts or omissions of the Contractor, or any of their subcontractors, agents or employees, or any other persons performing any of the Work. Any general control of the Work exercised by the City or its authorized representatives shall not make the Contractor an agent of the City, and the liability of the Contractor for all damages to persons and/or to public or private property arising from the Contractor's execution of the Work shall not be lessened because of such general control. Neither the inspection by the City, its consultants, or the City Engineer, nor any order, measurement, approved modification, or payment of monies, nor acceptance of any part or whole of the Work by the City, the City Engineer or the consultant, or their agents, shall operate as a waiver of any provision of the Contract. Acceptance by the City, it consultants, or the City Engineer of any drawings, methods of work, or any information regarding materials and equipment the Contractor proposes to furnish in the Work shall not be regarded as an assumption of risks or liability by the City, its consultants, or the City Engineer, or any officer or employee thereof, and the Contractor shall have no claim under the Contract on account of the failure or partial failure or inefficiency or insufficiency of any plan or method of work or material and equipment so accepted. Such acceptance shall be considered to mean merely that the City, its consultants, or the City Engineer has no objection to the Contractor using, upon its own full responsibility, the plan or method of work proposed, or furnishing the materials and equipment proposed. 5.2 City -Furnished Materials Materials, if furnished by the City, will be made available as designated in the Specific Project Requirements. The cost of loading, unloading, hauling and handling, and placing City -furnished materials shall be considered as included in the price bid for the Contract item involving such City -furnished material. Contractor shall inspect and assure himself of the amount and soundness of such materials. The Contractor will be held responsible for all materials furnished to it, and shall pay all demurrage and storage charges. City -furnished materials lost or damaged from any cause whatsoever shall be replaced by the Contractor. The Contractor will be liable to the City for the cost of replacing City -furnished material and such costs may be deducted from any monies due or to become due the Contractor. 5.3 Defective and Unauthorized Work Materials and workmanship not conforming to the requirements of the Contract Documents shall be considered defective and will be subject to rejection. Defective work or material, whether in place or not, shall be removed immediately from the Site by the Contractor, at its expense, when so directed by the City Engineer. General Conditions 1400-18 Any work done beyond the limits of work, lines, and grades shown on any approved plans or established by the City Engineer, 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 with any order of the City Engineer made under the provisions of this section, the City Engineer 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 monies due or to become due the Contractor. The time, cost and compliance requirements stipulated in Paragraph 1400-3.4, City's Right to Carry Out the Work, shall apply for this paragraph also. 5.4 Unnoticed Defects Any defective work or material that may be discovered by the City, its consultants, or the City Engineer before the final acceptance of the Work, or before final payment has been made, or during the warranty period, shall be removed and replaced by work and materials which shall conform to the provisions of the Contract Documents. Failure on the part of the City, its consultants, or the City Engineer to condemn or reject bad or inferior work or materials shall not be construed to imply acceptance of such work or materials. 5.5 Right to Retain Imperfect Work If any part or portion of the work performed or material furnished under this Contract shall prove defective and not in accordance with the Drawings and Specifications, and if the imperfection in the same shall not be of sufficient magnitude or importance as to make the work dangerous or unsuitable, or if the removal of such work will create conditions which are dangerous or undesirable, the City shall have the right and authority to retain such work but shall make such deductions in the final payment therefor as may be just and reasonable. 6.0 PROGRESS OF THE WORK 6.1 Beginning of Work The Contractor shall begin work within ten (10) days after receiving Notice to Proceed and shall diligently prosecute the same to completion within the time limit. Should the Contractor begin work in advance of receiving Notice to Proceed, any work performed in advance of the said date of approval shall be considered as having been done by the Contractor at its own risk and as a volunteer. 6.2 Time of Completion Time shall be of the essence of the Contract. The Contractor shall prosecute the work so that the various portions of the project shall be complete and ready for use within the time specified in Paragraph 3000-1.6 TIME ALLOWED FOR COMPLETION. It is expressly understood and agreed by and between the Contractor and the City that the Contract time for completion of the work described herein is a reasonable time taking into consideration the average climatic and economic conditions and other factors prevailing in the locality and the nature of the work. General Conditions 1400-19 6.3 Delays 6.3.1 Notice of Delays - When the Contractor foresees a delay in the prosecution of the Work and, in any event, immediately upon the occurrence of a delay, the Contractor shall notify the City Engineer in writing of the probability of the occurrence and the estimated extent of the delay, and its cause. The Contractor shall take immediate steps to prevent, if possible the occurrence or continuance of the delay. The Contractor agrees that no claim shall be made for delays which are not called to the attention of the City Engineer at the time of their occurrence. 6.3.2 Avoidable Delays - Avoidable delays in the prosecution of the Work shall include delays which could have been avoided by the exercise of care, prudence, foresight, and diligence on the part of the Contractor or its subcontractors, at any tier level, or suppliers. 6.3.3 Unavoidable Delays - Unavoidable delays in the prosecution or completion of the Work shall include delays which result from causes beyond the control of the Contractor and which could not have been avoided by the exercise of care, prudence, foresight, and diligence on the part of the Contractor or his subcontractors, at any tier level, or suppliers. Delays in completion of the Work of other Contractors employed by the City will be considered unavoidable delays insofar as they interfere with the Contractor's completion of the current critical activity item of the Work. 6.3.3.1 Abnormal Delays - Delays caused by acts of god, fire, unusual storms, floods, tidal waves, earthquakes, strikes, labor disputes, freight embargoes, and shortages of materials shall be considered as unavoidable delays insofar as they prevent the Contractor from proceeding with at least seventy-five (75) percent of the normal labor and equipment force for at least five (5) hours per day toward completion of the current critical activity item on the favorably reviewed progress schedule. 6.3.3.2 Material Shortages - Upon the submission of satisfactory proof to the City Engineer by the Contractor, shortages of material will be acceptable as grounds for granting a time extension. In order that such proof may be satisfactory and acceptable to the City Engineer, it must be demonstrated by the Contractor that the Contractor has made every effort to obtain such materials from all known sources within reasonable reach of the proposed Work. Only the physical shortage of material, caused by unusual circumstances, will be considered under these provisions as a cause for extension of time, and no consideration will be given to any claim that material could not be obtained at a reasonable, practical, or economical cost or price, unless it is shown to the satisfaction of the City Engineer that such material could have been obtained only at exorbitant prices entirely out of line with current rates, taking into account the quantities involved and usual practices in obtaining such quantities. A time extension for shortage of material will not be considered for material ordered or delivered late or whose availability is affected by virtue of the mishandling of procurement. The above provisions apply equally to equipment to be installed in the work. General Conditions 1400-20 6.4 Time Extensions 6.4.1 Avoidable Delay - The City may grant an extension of time for avoidable delays if the City deems it is in its best interest. If the City grants an extension of time for avoidable delays, the Contractor agrees to pay the City's actual costs, including charges for engineering, inspection and administration incurred during the extension. 6.4.2 Unavoidable Delay - If the Contractor is delayed in the performance of its work by an act of the City or if the Contractor is delayed in the performance of its work by an unavoidable delay, then the Contract completion date may be extended by the City for such time that, in the City's and City Engineer's opinion, the Contractor's completion date will be unavoidably delayed, provided that the Contractor strictly fulfills the following: a. The Contractor shall provide notification, in accordance with Paragraph 1400-6.3.1, Notice of Delays and submit in writing a request for an extension of time to the City Engineer stating at a minimum the probable cause of the delay and the number of days being requested. The time extension request shall be submitted in accordance with the requirements of Paragraph 2000- 4.3, TIME IMPACT ANALYSIS. b. If requested by the City Engineer, the Contractor shall promptly provide sufficient information to the City Engineer to assess the cause or effect of the alleged delay, or to determine if other concurrent delays affected the work. C. Weather Delays. The Contractor will be granted a non-compensable time extension for weather caused delays. Should the Contractor fail to fulfill any of the foregoing, which are considered conditions precedent to the right to receive a time extension, the Contractor waives the right to receive a time extension. Should the Contractor fail to complete the work within the time specified in the contract, as extended in accordance with this clause if appropriate, the Contractor shall pay to the City liquidated damages in accordance with Section 1500, Paragraph 1500-3.0, Liquidated Damages. During such extension of time, neither extra compensation for engineering, inspection and administration nor damages for delay will be charged to the Contractor. It is understood and agreed by the Contractor and City that time extensions due to unavoidable delays will be granted only if such unavoidable delays involve controlling operations which would prevent completion of the whole Work within the specified Contract time. 6.4.3 Indirect Overhead - The Contractor shall be reimbursed for indirect overhead expenses for periods of time when the Work is stopped due to delays as defined in Paragraph 1400-6.3.3, Unavoidable Delay. However, no reimbursement for indirect overhead shall be made for delays as defined in Paragraphs 1400-6.3.3.1, Abnormal Delays; 1400-6.4.2c, Weather Delays; or 1400-6.3.3.2, Material Shortages. As a condition precedent to any reimbursement, the Contractor must fulfill all conditions as provided in Paragraph 1400-6.4.2, Unavoidable Delay. General Conditions 1400-21 The reimbursement of indirect overhead is limited to those delay conditions defined above when the Contractor is prevented from proceeding with seventy-five (75) percent of the normal labor and equipment force for at least five (5) hours per day toward completion of the current critical activity item(s) on the current favorably reviewed progress schedule. 6.4.3.1 Indirect Field Overhead - For those allowable delay periods as defined in Paragraph 1400-6.4.3, Indirect Overhead, the Contractor shall be reimbursed for its indirect field overhead based on: a. Invoices for all field office equipment. b. Actual salary for field office staff. C. Fair rental values acceptable to the City Engineer as described in Paragraph 1400-8.3, Force Account Payment for construction equipment idled due to the delay. 6.4.3.2 Home Office Overhead - For those allowable delay periods as defined in Paragraph 1400-6.4.3, Indirect Overhead, the Contractor shall be reimbursed for its home office overhead based on the following formula: Contract Bid Price divided by Contract Period Days x $0.03 = Daily Home Office Overhead ($/Day) Such reimbursement shall be mutually agreed between the City and Contractor to encompass full payment for any home office overhead expenses for such periods of time for the Contractor and all subcontractors. The Contractor agrees to hold the City harmless for any indirect overhead claims from its subcontractors. 6.5 Temoorary Susoension of Work 6.5.1 If the Contractor fails to correct defective work as required by Paragraph 1400- 5.3, Defective and Unauthorized Work, or fails to carry out the Work in accordance with the Contract Documents or any other applicable rules and regulations, the City, by a written order of the City Engineer or a representative specifically empowered to do so, may order the Contractor to stop the work, or any portion thereof, until the cause for such order has been eliminated; however, this right of the City to stop the Work shall not give rise to any duty on the part of the City to exercise this right for the benefit of the Contractor or any other person or entity. All delays in the Work occasioned by such stoppage shall not relieve the Contractor of any duty to perform the Work or serve to extend the time for its completion. Any and all necessary corrective work done in order to comply with the Contract Documents shall be performed at no cost to the City. 6.5.2 In the event that a suspension of Work is ordered, as provided in this paragraph, the Contractor, at its expense, shall perform all work necessary to provide a safe, smooth, and unobstructed passageway through construction for use by public, pedestrian, and vehicular traffic, during the period of such use by suspension. Should the Contractor fail to perform the Work as specified, the City may perform such work and the cost thereof may be deducted from monies due the Contractor under the Contract. General Conditions 1400-22 6.5.3 The City shall also have authority to suspend the Work wholly or in part, for such period as the City may deem necessary, due to unsuitable weather, or to such other conditions as are considered unfavorable for the suitable prosecution of the Work. Such temporary suspension of the Work will be considered justification for time extensions to the Contract in an amount equal to the period of such suspension. The Contractor as directed by the City shall provide the provisions as stipulated in Paragraph 1400-6.5.2 below. Such additional work shall be compensated as provided for in Paragraph 1400-7.0, CHANGES IN SCOPE OF WORK. 6.6 Termination of Contract If at any time the Contractor is determined to be in material breach of the Contract, notice thereof in writing will be served upon the Contractor and its sureties, and should the Contractor neglect or refuse to provide means for a satisfactory compliance with the Contract, as directed by the City Engineer, within the time specified in such notice, the City shall have the authority to terminate the operation of the Contract. Upon such termination, the Contractor shall discontinue the Work, or such parts of it as the City may designate. Upon such termination, the Contractor's control shall terminate and thereupon the City or its fully authorized representative may take possession of all or any part of the Contractor's materials, tools, equipment, and appliances upon the premises and use the same for the purposes of completing the Work and hire such force and buy or rent such additional machinery, tools, appliances, and equipment, and buy such additional materials and supplies at the Contractor's expense as may be necessary for the proper conduct of the Work and for the completion thereof; or the City may employ other parties to carry the Contract to completion, employ the necessary workers, substitute other machinery or materials and purchase the materials contracted for, in such manner as the City may deem proper; or the City may annul and cancel the Contract and relet the Work or any part thereof. Any excess of cost arising there from over and above the Contract price will be charged against the Contractor and its sureties, who will be liable therefore. In the event of such termination, all monies due the Contractor or retained under the terms of this Contract shall be held by the City in an escrow account; however, such holdings will not release the Contractor or its sureties from liability for failure to fulfill the Contract. Any excess cost over and above the Contract Amount incurred by the City arising from the termination of the operations of the Contract and the completion of the Work by the City as above provided shall be paid for by any available funds in the escrow account. The Contractor will be so credited with any surplus remaining after all just claims for such completion have been paid. 7.0 CHANGES IN THE SCOPE OF WORK 7.1 Change Orders 7.1.1 Without invalidating the Contract and without notice to sureties or insurers, the City, through the City Engineer, may at any time or from time to time, order additions, deletions, or revisions in the Work; these will be authorized by Field Directive, Field Order, or Change Order. A Change Order will not be issued for a Field Directive unless the City Engineer concurs with an General Conditions 1400-23 appeal by the Contractor that such Field Directive is a change in the scope of the Contract. The Contractor shall comply promptly with the requirements for all Change Orders, Field Orders, or Field Directives. The work involved in Change Orders shall be executed under the applicable conditions and requirements of the Contract Documents. If any Field Order causes an increase or decrease in the Contract Amount or an extension or shortening of the Contract Time, an equitable adjustment will be made by issuing a Change Order. If the Contractor accepts a Change Order that does not include a time extension, the Contractor waives any claim for additional time for the work covered by that Change Order. Additional or extra work performed by the Contractor without written authorization of a Field Order or Change Order will not entitle the Contractor to an increase in the Contract Amount or an extension of the Contract Time. 7.1.2 Extra work shall be that work not shown or detailed on the Contract Drawings and not specified. Such work shall be governed by all applicable provisions of the Contract Documents. In giving instructions, the City Engineer shall have authority to make minor changes in the work, not involving extra cost, and not inconsistent with the purposes of the work; but otherwise, except in an emergency endangering life or property, no extra work or change shall be made unless in pursuance of a written order by the City through the City Engineer, and no claim for an addition to the total amount of the Contract shall be valid unless so ordered. 7.1.3 In case any change increases or decreases the work shown, the Contractor shall be paid for the work actually done at a mutually agreed upon adjustment to the Contract price, based upon the provisions of Paragraph 1400-8.0 PROJECT MODIFICATION PROCEDURES 7.1.4 If the Contractor refuses to accept a Change Order, the City may issue it unilaterally. The Contractor shall comply with the requirements of the Change Order. The City shall provide for an equitable adjustment to the Contract and compensate the Contractor accordingly. If the Contractor does not agree that the adjustment is equitable, it may submit a claim in accordance with Paragraph 1400-7.5.2, Claims. 7.2 Differing Site Conditions Pursuant to Public Contract Code Section 7104, the Contractor shall promptly, and before such conditions are disturbed, notify the City Engineer in writing, of any: a. Material that the Contractor believes may be material that is hazardous waste, as defined in Section 25117 of the Health and Safety Code that is required to be removed to a Class I, Class II, or Class III disposal site in accordance with provisions of existing law. b. Subsurface or latent physical conditions at the site differing from those indicated. C. Unknown physical conditions at the site of any unusual nature, differing materially from those ordinarily encountered and generally recognized as inherent in work of the character provided for in the Contract. General Conditions 1400-24 The 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 the Contractor's cost of, or the time required for, performance of any part of the work the City shall cause to be issued a change order under the procedures provided in Paragraph 1400-7.1, Change Orders. In the event that a dispute arises between the City and the Contractor 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, Paragraph 1400-7.5, Resolution of Disputes. No claim of the Contractor under this clause shall be allowed unless the Contractor has given the notice required. 7.3 Suspensions of Work Ordered by the City If the performance of all or any portion of the work is suspended or delayed by the City in writing for an unreasonable period of time (not originally anticipated, customary, or inherent to the construction industry) and the contractor believes that additional compensation and/or contract time is due as a result of such suspension or delay, the contractor shall submit to the City, in writing, a request for adjustment within 7 calendar days of receipt of the notice to resume work. The request shall set forth the reasons and support for such adjustment. Upon receipt, the City will evaluate the contractor's request. If the City agrees that the cost and/or time required for the performance of the contract has increased as a result of such suspension and the suspension was caused by conditions beyond the control of and not the fault of the contractor, its suppliers, or subcontractors at any approved tier, and not caused by weather, the City shall cause to be issued a change order under the procedures provided in Paragraph 1400-7.1, Change Orders. The contractor will be notified of the City's determination whether or not an adjustment of the contract is warranted. No contract adjustment will be allowed unless the contractor has submitted the request for adjustment within the time prescribed. No contract adjustment will be allowed under this clause to the extent that performance would have been suspended or delayed by any other cause, or for which an adjustment is provided or excluded under any other term or condition of this contract. 7.4 Significant Changes in the Character of Work The City reserves the right to make, in writing, at any time during the work, such changes in quantities and such alterations in the work as are necessary to satisfactorily complete the project. Such changes in quantities and alterations shall not invalidate the contract nor release the surety, and the contractor agrees to perform the work as altered. General Conditions 1400-25 If the alterations or changes in quantities significantly change the character of the work under the contract, whether such alterations or changes are in themselves significant changes to the character of the work or by affecting other work cause such other work to become significantly different in character, an adjustment, excluding anticipated profit, will be made to the contract under the procedures provided in Paragraph 1400-7.1, Change Orders. The basis for the adjustment shall be agreed upon prior to the performance of the work. If a basis cannot be agreed upon, then an adjustment will be made either for or against the contractor in such amount as the City may determine to be fair and equitable. If the alterations or changes in quantities do not significantly change the character of the work to be performed under the contract, the altered work will be paid for as provided elsewhere in the contract. The term "significant change" shall be construed to apply only to the following circumstances: a. When the character of the work as altered differs materially in kind or nature from that involved or included in the original proposed construction; or b. When a major item of work, as defined elsewhere in the contract, is increased in excess of 125 percent or decreased below 75 percent of the original contract quantity. Any allowance for an increase in quantity shall apply only to that portion in excess of 125 percent of original contract item quantity, or in case of a decrease below 75 percent, to the actual amount of work performed. 7.5 Resolution of Disputes 7.5.1 Contract Interpretation by the City Engineer - Questions regarding the meaning and intent of the Contract Documents shall be referred in writing by the Contractor to the City Engineer. The City Engineer shall respond to the Contractor in writing with a decision. 7.5.2 Claims - Submission of a claim, properly certified, with all required supporting documentation, and written rejection or denial of all or part of the claim by the City, is a condition precedent to any action, proceeding, litigation, suit or demand for arbitration by the Contractor. 7.5.2.1 Notice - If the Contractor disagrees with the City Engineer's decision in Paragraph 1400-7.5.1, Contract Interpretation by the City Engineer, or in any case where the Contractor deems additional compensation or a time extension to the Contract period is due him for work or materials not covered in the Contract or which the City Engineer has not recognized as extra work, the Contractor shall notify the City Engineer, in writing, of his intention to make claim. Claims pertaining to decisions provided in Paragraph 1400-7.5.1 shall be filed in writing to the City Engineer within five (5) days of receipt of such decision. All other claims notices for extra work shall be filed in writing to the City Engineer prior to the commencement of such work. Written notice shall use the words "Notice of Potential Claim". Such Notice of Potential Claim shall state the circumstances and the reasons for the claim but need not state the amount. Additionally, no claim for additional compensation or extension of time for a delay will be considered unless the provisions of Paragraphs 1400-6.3, Delays, and 6.4, General Conditions 1400-26 Time Extensions, are complied with. No claim filed after the date of final payment will be considered. It is agreed that unless notice is properly given, the Contractor shall not recover costs incurred by him as a result of the alleged extra work, changed work or other situation which had proper notice been given would have given rise to a right for additional compensation. The Contractor should understand that timely notice of potential claim is of great importance to the City and is not merely a formality. Such notice allows the City to consider preventative action, to monitor the Contractor's increased costs resulting from the situation, to marshal facts, and to plan its affairs. Such notice by the Contractor, and the fact that the City Engineer has kept account of the cost as aforesaid, shall not in any way be construed as proving the validity of the claim. 7.5.2.2 Submission of claim costs - Within 30 days after the last cost of work for which the Contractor contends additional compensation is due, but if costs are incurred over a span of more than 30 days, then within 15 days after the thirtieth day and every month thereafter, the Contractor shall submit to the City Engineer the costs incurred for the claimed matter. Claims shall be made in itemized detail satisfactory to the City Engineer in content, detail and format of presentation. If the additional costs are in any respect not knowable with certainty, they shall be estimated. If the claim is found to be just, it shall be allowed and paid for as provided in Section 1400-8.0, PROJECT MODIFICATION PROCEDURES. 7.5.2.3 Affidavit required - All claims submitted to the City shall be accompanied with a type written affidavit containing the following language; it must be signed, dated, and notarized on the Contractor's letterhead: I, (must be an officer) , being the title of (contractor's name) , declare under penalty of perjury under the laws of the state of California, and do personally certify and attest that: I have thoroughly reviewed the attached claim for additional compensation and/or extension of time, and know its contents, and said claim is made in good faith; the supporting data is truthful and accurate; the amount requested accurately reflects the contract adjustment for which the contractor believes the City of La Quinta is liable; and further, that I am familiar with California Penal Code Section 72 and California Government Code Section 12560, Et Seq, pertaining to false claims, and further know and understand that submission or certification of a false claim may lead to fines, imprisonment and/or other severe legal consequences. 7.5.2.4 Claim meetings - From time to time the City Engineer may call special meetings to discuss outstanding claims. The Contractor shall cooperate and attend, prepared to discuss outstanding claims, making available the personnel necessary for claim resolution, and providing documents reasonably requested by the City Engineer. General Conditions 1400-27 7.5.3 Resolution of Claims - For all contracts awarded during the effective dates of Public Contract Code Section 20104, where claims cannot be resolved between the parties, claims for three hundred and seventy-five thousand dollars ($375,000) or less shall be resolved pursuant to the provisions of that code section, which is summarized in Paragraphs 1400-7.5.3.1 to 1400- 7.5.3.5. For claims greater than three hundred and seventy-five thousand dollars ($375,000) Paragraphs 1400-7.5.3.2 to 1400-7.5.3.4 are applicable; however, Paragraph 1400-7.5.3.5, Civil Actions for claims less than $375,000, is not applicable. 7.5.3.1 Claims Less Than $50,000 a. For claims of less than fifty thousand dollars ($50,000), the City Engineer shall respond in writing to written claims within 45 days of receipt of the claim in Paragraph 1400-7.5.2, Claims, or may request, in writing, within 30 days of receipt of the claim, any additional documentation supporting the claim or relating to defenses or claims the City may have against the Contractor. b. If additional information is thereafter required, it shall be requested and provided pursuant to this section, upon mutual agreement of the City and the Contractor. c. The City Engineer's written response to the claim, as further documented, shall be submitted to the Contractor within 15 days after receipt of the further documentation or within a period of time no greater than that taken by the Contractor in producing the additional information, whichever is greater. 7.5.3.2 Claims Greater Than $50,000 a. For claims of over fifty thousand dollars ($50,000), the City Engineer shall respond in writing to all written claims within 60 days of receipt of the claim in Paragraph 1400-7.5.2, Claims, or may request, in writing, within 30 days of receipt of the claim, any additional documentation supporting the claim or relating to defenses or claims the City may have against the Contractor. b. If additional information is thereafter required, it shall be requested and provided pursuant to this paragraph, upon mutual agreement of the City and the Contractor. c. The City Engineer's written response to the claim, as further documented, shall be submitted to the Contractor within 30 days after receipt of the further documentation, or within a period of time no greater than that taken by the Contractor in producing the additional information or requested documentation, whichever is greater. 7.5.3.3 Claim Conference - If the Contractor disputes the City Engineer's written response, or if the City Engineer fails to respond within the time prescribed, the Contractor may so notify the City, in writing, either within 15 days of receipt of the City Engineer's response or within 15 days of the City Engineer's failure to respond within the time prescribed, respectively, and demand an informal conference to meet and confer for settlement of the General Conditions 1400-28 issues in dispute. Upon a demand, the City shall schedule a meet and conference within 30 days for settlement of the dispute. 7.5.3.4 Claim Filing - If the claim or any portion remains in dispute after the claim conference noted in Paragraph 1400-7.5.3.3, Claim Conference, the Contractor may file a claim pursuant to Chapter 1 (commencing with Section 900) and Chapter 2 (commencing with Section 910) of Part 3 of Division 3.6 of Title 1 of the Government Code. For purposes of those provisions, the running of the period of time within which a claim must be filed shall be tolled from the time the Contractor submits his or her written claim pursuant to Paragraph 1400-7.5.2, Claims, until the time the claim is denied, including any period of time utilized in the meet and confer process. 7.5.3.5 Civil Actions for Claims Less Than $375,000 - The following procedures are established for all civil actions filed to resolve claims for less than three hundred seventy-five thousand dollars ($375,000): a. Within 60 days, but no earlier than 30 days, following the filing or responsive pleading, the court shall submit the matter to non -binding mediation unless waived by mutual stipulation of both parties. The mediation process shall provide for the selection within 15 days by both parties of a disinterested third person as mediator, shall be commenced within 30 days of the submittal, and shall be concluded within 15 days from the commencement of the mediation unless a time requirement is extended upon a good cause showing to the court. b. If the matter remains in dispute, the case shall be submitted to judicial arbitration pursuant to Chapter 2.5 (commencing with Section 1141.10) of Title 3 of Part 3 of the Code of Civil Procedure, notwithstanding Section 1141.11 of that Code. The Civil Discovery Act of 1986 (Article 3 (commencing with Section 2016) of Chapter 3 of Title 3 of Part 4 of the Code of Civil Procedure) shall apply to any proceeding brought under this subdivision consistent with the rules pertaining to judicial arbitration. c. In addition to Chapter 2.5 (commencing with Section 1141.10) of Title 3 of Part 3 of the Code of Civil Procedure, (A) arbitrators shall, when possible, be experienced in construction law, and (B) any party appealing an arbitration award who does not obtain a more favorable judgement shall, in addition to payment of costs and fees under the chapter, also pay the attorney's fees on appeal of the other party. 7.5.3.6 Unresolved Issues - Unless this Contract provides otherwise, all claims, counterclaims, disputes, and other matters in question between the City and the Contractor that are not resolved between the City and the Contractor and are not governed by Public Contract Code 20104 shall be decided by a court of competent jurisdiction. Arbitration shall not be used for resolution of these disputes. Should either party to this Contract bring legal action against the other, the case shall be handled in the California county where the work is being performed. General Conditions 1400-29 7.5.4 Records of Disputed Work - In proceeding with a disputed portion of the Work, the Contractor shall keep accurate records of its costs and shall make available, to the City Engineer, a daily summary of the hours and classification of equipment and labor utilized on the disputed work, as well as a summary of any materials or any specialized services which are used. Such information shall be submitted to the City Engineer on a monthly basis, receipt of which shall not be construed as an authorization for or acceptance of the disputed work. 8.0 PROJECT MODIFICATION PROCEDURES 8.1 Changes in Contract Price Whenever corrections, alterations, or modifications of the work under this Contract are ordered by the City Engineer and approved by the City and increase the amount of work to be done, such added work shall be known as extra work; and when such corrections, alterations, or modifications decrease the amount of work to be done, such subtracted work shall be known as work omitted. The difference in cost of the work affected by such change will be added to or deducted from the amount of said Contract price, as the case may be, by a fair and reasonable valuation, which shall be determined in one or more of the following ways as directed by the City Engineer: a. By unit prices subsequently fixed by agreement between the parties; b. By an acceptable lump sum proposal from the Contractor; or C. By Force Account (as described in Paragraph 1400-8.3, Force Account Payment), when directed in writing and administered by the City through its agents. When required by the City Engineer, the Contractor shall submit, in the form prescribed by the City Engineer, an itemized breakdown with supporting data of the quantities and prices used in computing the value of any change that may be ordered. The City Engineer will review the Contractor's proposal for the change and negotiate an equitable adjustment with the Contractor. After there is an agreement the City Engineer will prepare and process the Change Order and make a recommendation for action by the City. All Change Orders must be approved by the City in writing before the work can be authorized and the Change Order executed. The prices agreed upon and any agreed upon adjustment in Contract Time shall be incorporated in the written order issued by the City, which shall be written so as to indicate an acceptance on the part of the Contractor as evidenced by its signature. By signature of the Change Order, the Contractor acknowledges that the adjustments to cost and time contained in the Change Order are in full satisfaction and accord, payment in full, and so waives any right to claim further cost and time impacts at any time during and after completion of the Contract for the changes encompassed by the Change Order. General Conditions 1400-30 8.2 Negotiated Change Orders Under the methods described in Paragraph 1400-8.1 b and 8.1 c above, the Contractor shall submit substantiating documentation with an itemized breakdown of Contractor and subcontractor direct costs, including labor, material, equipment rentals, and approved services, pertaining to such ordered work in the form and detail acceptable to the City Engineer. The direct costs shall include only the payroll cost for workers and foremen, including wages, fringe benefits as established by negotiated labor agreements or state prevailing wages, workers' compensation and labor insurance, and labor taxes as established by law. No other fixed labor burdens will be considered, unless approved in writing by the City Engineer; the cost of materials used and equipment delivered and installed in such work as substantiated by appropriate documents; the cost of construction machinery and equipment based on fair rental or ownership values acceptable to the City Engineer as described in Paragraph 1400-8.3, Force Account Payment; and the cost of incidentals directly related to such work. The direct costs shall not include any labor or office costs pertaining to the Contractor's managers or superintendents, his office and engineering staff and office facilities, or anyone not directly employed on such work, nor the cost of rental of small tools as all such indirect costs form a part of the Contractor's overhead expense. Under the method described in Paragraph 1400-8.1b and 8.1c the maximum percentage which will be allowed for the Contractor's combined overhead and profit will be: a. For work by its own organization, the Contractor may add the following percentages: • Direct Labor 25 percent • Materials 15 percent • Equipment (owned or rented) 15 percent b. For all such work done by subcontractors, such subcontractor may add the same percentages as the Contractor as listed in (1) above to its actual net increase in costs for combined overhead and profit and the Contractor may add up to ten (10) percent of the subcontractor's total for its combined overhead and profit. C. For all such work done by subtier-subcontractors, such sub -subcontractors may add the same percentages as the Contractor as listed in (1) above to its actual net increase in costs for combined overhead and profit and the subcontractor may add up to ten (10) percent of the sub -subcontractor's total for his combined overhead and profit. The Contractor may add up to five (5) percent of the subcontractor's total for its combined overhead and profit. d. To the total of the actual costs and fees allowed hereinunder, not more than two (2) percent shall be added for additional bond and insurance other than labor insurance. The above fees represent the maximum limits which will be allowed, and they include the Contractor's and all subcontractors' indirect home office expenses and all costs for cost proposal preparation. General Conditions 1400-31 When both additions and credits are involved in any one change, the combined overhead and profit shall be figured on the basis of the net increase, if any, for each area of work, i.e. direct labor, materials, equipment, and subcontractors. The amount of credit to be allowed by the Contractor to the City for any such change which results in a net decrease in cost will be the amount of the actual net decrease and a credit in accordance with the markups allowed under the use of the method described in Paragraph 1400-8.3, Force Account Payment. The Contractor shall not claim for anticipated profits on work that may be omitted. 8.3 Force Account Payment If either the amount of work or payment for a Change Order cannot be determined or agreed upon beforehand, the City may direct by written Change Order or Field Order that the work be done on a force account basis. The term "force account" shall be understood to mean that payment for the work will be done on a time and expense basis, that is, on an accounting of the Contractor's forces, materials, equipment, and other items of cost as required and used to do the work. For the work performed, payment will be made for the documented actual cost of the following: a. Direct labor cost for workers, including foremen, who are directly assigned to the force account work: Direct labor cost is the actual payroll cost, including wages, fringe benefits as established by negotiated labor agreements or state prevailing wages, workers' compensation and labor insurance, and labor taxes as established by law. No other fixed labor burdens will be considered, unless approved in writing by the City. b. Material delivered and used on the designated work, including sales tax, if paid for by the Contractor or its subcontractor. C. Equipment rental, including necessary transportation for items having a value in excess of One Thousand Dollars ($1,000.00). d. Additional bond e. Additional insurance, other than labor insurance. To the preceding costs, there shall be added the following fees for the Contractor, subcontractor, or sub -subcontractor actually performing the work: • A fixed fee not to exceed fifteen (15) percent of the costs of Items a, b, and c above. • To the total of the actual costs and fees allowed hereunder, not more than two (2) percent shall be added for additional bond and insurance as the cost of Items d and e above. For work performed by an approved subcontractor, the Contractor may add to the total of the actual costs and fixed fees allowed under the preceding paragraph an additional fixed fee of five (5) percent of said total. No further compensation will be allowed for the Contractor's administration of the work performed by the subcontractor. For work performed by a subtier-subcontractor, the subcontractor may add to the total of the actual costs and fixed fees allowed under the preceding paragraph an General Conditions 1400-32 additional fixed fee of five (5) percent of said total. No further compensation will be allowed for the subcontractor's administration of the work performed by the subtier- subcontractor. The Contractor may add to the total of the actual costs and fixed fees allowed under this paragraph an additional fixed fee of five (5) percent of said total. No further compensation will be allowed for the Contractor's administration of the work performed by the subcontractor. The added fixed fees shall be considered to be full compensation, covering the cost of general supervision, overhead, profit, and any other general expense. The above fixed fees represent the maximum limits which will be allowed, and they include the Contractor's and all subcontractors' indirect home office expenses and all costs for cost proposal preparation and record keeping. The City reserves the right to furnish such materials and equipment as it deems expedient, and the Contractor shall have no claim for profit or added fees on the cost of such materials and equipment. For equipment under Item c above, rental or equivalent rental cost will be allowed for only those days or hours during which the equipment is in actual use. Payment shall be based on actual rental and transportation invoices but shall not exceed the monthly rate in the Rental Rate Blue Book. Owner -operated equipment rates shall not exceed the monthly rate in the Rental Rate Blue Book plus the labor costs as provided in Item a. above. The rental cost allowed for equipment will, in all cases, be understood to cover all fuel, supplies, repairs, ownership, and incidental costs and no further allowances will be made for those items, unless specific agreement to that effect is made. For Contractor owned equipment, the rental rate shall be as listed for such equipment in the California Department of Transportation publication entitled "Labor Surcharge and Equipment Rental Rates", which is in effect on the date the work is accomplished. When equipment is not listed in said publication, a suitable rental rate for such equipment will be established by the City Engineer. Prior to the commencement of force account work, the Contractor shall notify the City Engineer of its intent to begin work. Labor, equipment and materials furnished on force account work shall be recorded daily by the Contractor upon report sheets furnished by the City Engineer to the Contractor. The reports, if found to be correct, shall be signed by both the Contractor and City Engineer, or inspector, and a copy of which shall be furnished to the City Engineer no later than the working day following the performance of said work. The daily report sheet shall thereafter be considered the true record of force account work provided. The Contractor shall maintain its records in such a manner as to provide a clear distinction between the direct costs of work paid for on a force account basis and the costs of other operations. To receive partial payments and final payment for force account work, the Contractor shall submit, in a manner approved by the City Engineer, detailed and complete documented verification of the Contractor's and any of its subcontractor's actual costs involved in the force account pursuant to the pertinent Change Order or Field Order. Such costs shall be submitted within thirty (30) days after said work has been performed. No payments will be made for work billed and submitted to the City Engineer after the thirty (30) day period has expired. General Conditions 1400-33 The force account invoice shall itemize the materials used and shall cover the direct costs of labor and the charges for equipment rental, whether furnished by the Contractor, subcontractor, or other forces. The invoice shall be in a form acceptable to the City Engineer and shall provide names or identifications and classifications of workers, the hourly rate of pay and hours worked, and also the size, type, and identification number of equipment and hours operated. Material charges shall be substantiated by valid copies of vendor's invoices. When both additions and credits are involved in any one change, the combined overhead and profit shall be figured on the basis of the net increase, if any. The amount of credit to be allowed by the Contractor to the City for any such change which results in a net decrease in cost will be the amount of the actual net decrease and a credit in accordance with the markups allowed under the use of the method described in this Paragraph. The Contractor shall not claim for anticipated profits on work that may be omitted. 8.4 Time Extensions for Change Orders If the Contractor requests a time extension for the extra work necessitated by a proposed Change Order, the request must comply with the applicable requirements within Section 2000, Special Provisions, Paragraph 4.3 Time Impact Analysis. 9.0 PAYMENT 9.1 Scope of Payment 9.1.1 General - The Contractor shall accept the compensation, as herein provided, as full payment for furnishing all labor, materials, tools, equipment, and incidentals necessary for completing the Work according to the Contract Documents, and no additional compensation will be allowed therefore. Neither the payment of any partial payment estimate nor of any retained percentage shall relieve the Contractor of any obligation to make good any defective work or material. 9.1.2 Payment for Patents and Patent Infringement - All fees or claims for any patented invention, article, or arrangement that may be used upon, or in, any manner connected with the performance of the work or any part thereof shall be included in the price bid for doing the work, and the Contractor and its sureties shall defend, protect, and hold the City, its consultants, the City Engineer, together with all their officers, agents, and employees harmless against liability of any nature or kind for any and all costs, legal expenses, and damages made for such fees or claims and against any and all suits and claims brought or made by the holder of any invention or patent, or on account of any patented or unpatented invention, process, article, or appliance manufactured for or used in the performance of the Contract, including its use by the City, unless otherwise specifically stipulated in the Contract. Before final payment is made on the Contract, the Contractor shall furnish an affidavit to the City regarding patent rights for the project. The affidavit shall state that all fees and payments due as a result of the work incorporated into the project or methods utilized during construction have been paid in full. The Contractor shall certify in the affidavit that no other fees or claims exist for work in this project. General Conditions 1400-34 9.1.3 Payment of Taxes - The Contractor shall pay and shall assume exclusive liability for all taxes levied or assessed on or in connection with the Contractor's performance of this Contract, including, but not limited to, State and local sales and use taxes, Federal and State payroll taxes or assessments, and excise taxes, and no separate allowance will be made therefor, and all costs in connection therewith shall be included in the total amount of the Contract price. 9.1.4 Payment for Labor and Materials - The Contractor shall pay and require its subcontractors to pay any and all accounts for labor including worker's compensation premiums, state unemployment and federal social security payments and other wage and salary deductions required by law. The Contractor also shall pay and cause its subcontractors to pay any and all accounts for services, equipment, and materials used by the Contractor and its subcontractors during the performance of work under this Contract. Such accounts shall be paid as they become due and payable. If requested by the City, the Contractor shall furnish proof of payment of such accounts to the City. 9.2 Partial Payments In consideration of the faithful performance of the work prosecuted in accordance with the provisions of these Specifications and the Contract, the City will pay the Contractor for all such work installed on the basis of percentage completion. Payments will be made by the City to the Contractor on estimates duly certified and approved by the City Engineer, based on the value of equipment installed and tested, labor and materials incorporated into said permanent work by the Contractor during the preceding month. Payments will not be made for temporary construction unless specifically provided for in the Contract Documents. Partial payments will be made monthly based on work accomplished as of a day mutually agreed to by the City and the Contractor. The Contractor shall submit his estimate of the work completed during the prior month and the work completed to date in a format corresponding to the accepted cost breakdown. The City Engineer shall review the submitted estimate, and upon approval, the Contractor may submit a detailed invoice for those amounts approved by the City Engineer. If requested, the Contractor shall provide such additional data as may be reasonably required to support the partial payment request. If the City Engineer does not agree with the Contractor's estimate of amount earned, the partial payment request will be returned for revision. The City Engineer will be available to meet to discuss the partial payment request prior to its re -submittal. When the Contractor's estimate of amount earned conforms with the City Engineer's evaluation, the City Engineer will calculate the amount due the Contractor, prepare the progress payment request for signature by the Contractor, and submit the recommended progress payment request for the City's approval and processing. Payment will be made by the City to the Contractor in accordance with City's normal accounts payable procedures; the City shall retain amounts in accordance with Paragraph 1400-9.4, Right to Withhold Amounts. General Conditions 1400-35 No such estimate or payment shall be required to be made, when in the judgement of the City Engineer, the Work is not proceeding in accordance with the provisions of the Contract, or when in the City Engineer's judgement the total value of the Work done since the last estimate amounts to less than One Thousand Dollars ($1,000.00). 9.3 Partial Pavments - Inclusion of Materials on Hand No payment will be made for materials delivered to the site that are not yet incorporated into the work. 9.4 Right to Withhold Amounts 9.4.1 Retention - The City will deduct from each partial payment and retain as part security, five (5) percent of the amount earned until the final payment. Pursuant to Public Contract Code Section 22300, for monies earned by the Contractor and withheld by the City to ensure the performance of the Contract, the Contractor, may, at his or her option, choose to substitute securities meeting the requirements of said Section 22300. In the event the Contractor desires to choose this option, the Contractor shall enter into an escrow agreement with the City, and the escrow agent, a qualified bank to be chosen by City, in the form of the contract included in the project specifications. The costs of such escrow shall be paid by the Contractor. The securities to be deposited in said escrow account shall be equivalent, in fair market value, to the amount to be withheld as performance retention. The securities shall be held in accordance with the provisions of Public Contract Code Section 22300, and the implementing contract. Contractor shall have the obligation of ensuring that such securities deposited are sufficient so as to maintain, in total fair market value, an amount equal to the cash amount of the sums to be withheld under the Contract. If, upon written notice from the City, or from the appropriate escrow agent, indicating that the fair market value of the securities has dropped below the dollar amount of monies to be withheld by the City to ensure performance, Contractor shall, within five days of the date of such notice, post additional securities as necessary to ensure that the total fair market value of all such securities held by the City, or in escrow, is equivalent to the amount of money to be withheld by the City under the Contract. Any Contractor that desires to exercise this option shall give notice in writing to City and shall thereafter execute the escrow agreement form provided in Appendix A of these Specifications. 9.4.2 Other Withholds - In addition to the amount which the City may otherwise retain under the Contract, the City may withhold a sufficient amount or amounts of any payment or payments otherwise due the Contractor, as in its judgement may be necessary to cover: a. Payments which may be past due and payable for just claims against the Contractor or any subcontractor for labor or materials furnished for the performance of this Contract. General Conditions 1400-36 b. For defective work not remedied. c. For failure of the Contractor to make proper payments to its subcontractors or suppliers. d. A reasonable doubt that the Contract can be completed for the balance then unpaid. e. Damage to another Contractor or third party, or to property. f. Failure of the Contractor to keep its work progressing in accordance with its progress schedule or maintaining current "As -Built" record drawings. g. The City's costs for the Contractor's failure to complete within the allowed time. h. Cost of insurance arranged by the City due to cancellation or reduction of the Contractor's insurance. i. Failure of the Contractor to make proper submissions, as herein specified. Failure to submit, revise, resubmit, or otherwise conform to the requirements herein for preparing and maintaining a construction schedule. k. Payments due the City from the Contractor. I. Reduction of Contract Amount because of modifications. m. The Contractor's neglect or unsatisfactory prosecution of the work including failure to clean up. n. Provisions of law that enable or require the City to withhold such payments in whole or in part. When the above reasons for withhold amounts are removed, payment may be made to the Contractor for amounts withheld. The City in its discretion may apply any withheld amount or amounts to the payment of valid claims. In so doing, the City shall be deemed the agent of the Contractor, and any payment so made by the City shall be considered as a payment made under the Contract by the City to the Contractor, and the City shall not be liable to the Contractor for such payment made in good faith. Such payments may be made without prior judicial determination of the claim or claims. The City will render to the Contractor a proper accounting of such funds disbursed in behalf of the Contractor. 9.5 Substantial Completion When the Contractor considers that the Work is substantially complete, the Contractor shall notify the City Engineer in writing. Upon receipt of the notification, the City and/or its authorized representatives will make inspection, to determine if the Work is sufficiently complete in accordance with the Contract Documents so the City can occupy or utilize the Work for its intended use. If items are found which prevent such use or occupancy, the City Engineer shall notify the Contractor in writing of such items. General Conditions 1400-37 Upon the completion of such corrective work, the Contractor shall so notify the City Engineer in writing. The City Engineer shall inspect the Work to determine its acceptability for Substantial Completion and for determination of other items which do not meet the terms of the Contract. Upon verification that the project is substantially complete the City Engineer shall prepare a Certificate of Substantial Completion. The Certificate shall establish the date of Substantial Completion and the responsibilities of the City and Contractor for security, maintenance, heat, utilities, damage to the Work and insurance, and shall fix the time, not to exceed 60 days, within which the Contractor shall finish all items on the punch list accompanying the Certificate. When the preceding provisions have been approved by both the City and the Contractor, they shall sign the Certificate to acknowledge their written acceptance of the responsibilities assigned to them in such Certificate. By such acknowledgment, the Contractor agrees to pay the City's actual costs including, but not limited to, charges for engineering, inspection and administration incurred due to the failure to complete the punch list within the time period provided in the Certificate of Substantial Completion. 9.6 Final Inspection and Payment Upon completion of the Work, and upon completion of final cleaning, the Contractor shall so notify the City Engineer in writing. Upon receipt of the notification, the City and/or its authorized representatives, will make the final inspection, to determine the actual status of the Work in accordance with the terms of the Contract. If materials, equipment, or workmanship are found which do not meet the terms of the Contract, the City Engineer shall prepare a punch list of such items and submit it to the Contractor. Following completion of the corrective work by the Contractor, the City Engineer shall notify the City that the Work has been completed in accordance with the Contract. Final determination of the acceptability of the Work shall be made by the City. After completion of the work, but prior to its acceptance by the City, the last partial payment will be made to the Contractor in accordance with Paragraph 1400-9.2, Partial Payments. After receipt of the last partial payment, but prior to acceptance of the Work by the City, the Contractor shall send a letter to the City Engineer. The letter, pursuant to California Public Contract Code Section 7100, shall state that acceptance of the final payment described below shall operate as and shall be, a release to the City, its consultants, the City Engineer, and their duly authorized agents, from all claim of and/or liability to the Contract arising by virtue of the Contract related to those amounts. Disputed Contract claims in stated amounts previously filed as provided in Paragraph 1400-7.5.2, Claims, may be specifically excluded by the Contractor from the operation of the release. Following receipt of all required Submittals and the City Engineer's written statement that construction is complete and recommendation that the City accept the project, the City will take formal action on acceptance. Within ten (10) days of the acceptance by the City of the completed work embraced in the Contract, the City will cause to be recorded in the office of the County Recorder a Notice of Completion. General Conditions 1400-38 After thirty-five (35) days after recording Notice of Completion of the work involved in the Contract, the City will pay the Contractor in lawful money such sums of money as may be due the Contractor including all sums retained but excluding such sums as have previously been paid the Contractor. This payment will constitute the final payment to the Contractor under this Contract. 9.7 Warranty of Title No material, supplies, or equipment for the work under this Contract shall be purchased subject to any chattel mortgage, security agreement, or under a conditional sale or other agreement by which an interest therein or any part thereof is retained by the seller or supplier. The Contractor warrants good title to all material, supplies, and equipment installed or incorporated in the work and agrees upon completion of all work to deliver the premises, together with all improvements and appurtenances constructed or placed thereon by the Contractor, free from any claim, liens, security interest, or charges, and further agrees that neither the Contractor nor any person, firm, or corporation furnishing any materials or labor for any work covered by this Contract shall have any right to a lien upon the premises or any improvement or appurtenances thereon. **END OF SECTION*'Y General Conditions 1400-39 SECTION 1500 SUPPLEMENTAL GENERAL CONDITIONS 1.0 CITY ENGINEER The City Engineer for the City of La Quinta is: Bryan McKinney, P.E. Public Works Director/City Engineer 78-495 Calle Tampico La Quinta, CA 92253 (760) 777-7045 2.0 CONSULTANTS 2.1 Design Engineer Lorissa Gruehl, P.E. NAI Consulting , Inc. 78-495 Adelina Road Cathedral City, CA 92234 PHONE: (760) 323-5344 2.2 Materials Testing Materials testing for this project will be provided by the City. The City inspector will notify the Contractor when materials will be tested. However, testing may be random as determined by City. 2.3 Survey Not applicable. If survey is needed for this project it will be provided by the City. The Contractor's requests for surveying shall be made to the Engineer a minimum of forty- eight (48) hours prior to the time requested for said work. All requests for survey work shall be approved by the City prior to issue of survey request. If construction staking is provided and subsequently removed whether accidentally or otherwise, or the contractor desires additional staking from the above sets, the Contractor will be charged for re -staking at a fee of $245.00 per hour (4-hour minimum). 3.0 LIQUIDATED DAMAGES It is agreed by the parties to the Contract that time is of the essence; and that in the case all work is not completed before or upon the expiration of the time limit set forth within Section 1300 Contract; Subsection 4, damage will be sustained by the City and it is, therefore, agreed that the Contractor will pay to the City an amount of $4,000 per calendar day minimum. The damages described above will be deducted from any money due the Contractor under this Contract; the Contractor and his sureties shall be liable for any such excess cost. Supplemental General Conditions 1500-1 The Contractor shall not be deemed in breach of its Contract and no forfeiture due to delay shall be made because of any delays in the completion of the work due to unforeseeable causes beyond the control and without the fault or negligence of the Contractor, provided the Contractor requests an extension of time in accordance with the procedures set forth in Section 3 of the Standard Specifications. Unforeseeable causes of delay beyond the control of the Contractor shall include acts of God, acts of a public enemy, acts of the government, or acts of another contractor in the performance of a contract with the City, fires, floods, epidemics, quarantine restrictions, strikes, freight embargoes, weather, or delays caused by failure of the City or the owner of a utility to provide for removal or relocation of existing utility facilities. Delays caused by actions or neglect of the Contractor, its agents, employees, officers, subcontractors, or suppliers shall not be excusable. Excusable delays (those beyond Contractor's control) shall not entitle the Contractor to any additional compensation. The sole remedy of the Contractor shall be to seek an extension of contract time. 4.0 SUBMITTALS 1. Definitions A. Shop Drawings, Product Data and Samples: Instruments prepared and submitted by Contractor, for Contractor's benefit, to communicate to Engineer the Contractor's understanding of the design intent, for review and comment by Engineer on the conformance of the submitted information to the general intent of the design. Shop drawings, product data and samples are not Contract Documents. B. Shop Drawings: Drawings, diagrams, schedules and illustrations, with related notes, specially prepared for the Work of the Contract, to illustrate a portion of the Work. C. Product Data: Standard published information ("catalog cuts") and specially prepared data for the Work of the Contract, including standard illustrations, schedules, brochures, diagrams, performance charts, instructions and other information to illustrate a portion of the Work. D. Samples: Physical examples that demonstrate the materials, finishes, features, workmanship and other characteristics of a portion of the Work. Accepted samples shall serve as quality basis for evaluating the Work. E. Other Submittals: Technical data, test reports, calculations, surveys, certifications, special warranties and guarantees, operation and maintenance data, extra stock and other submitted information and products shall also not be considered to Contract Documents but shall be information from Contractor to Engineer to illustrate a portion of the Work for confirmation of understanding of design intent. Supplemental General Conditions 1500-2 2. Review of Submittals A. Submittals shall be a communication aid between Contractor and the Engineer by which interpretation of Contract Documents requirements may be confirmed in advance of construction. 1. Reviews by Engineer and other design professionals shall be only for general conformance with the design concept of the Project and general compliance with the Drawings and Specifications. 2. Engineer will review submittals as originally submitted and the first resubmission. Costs for additional reviews shall be reimbursed by Contractorto Owner by deductive Change Order. 3. All submittals shall be approved by the Engineer and/or City prior to installation. 3. Required Submittals (May include but are not limited to): A. Traffic Control B. Schedule C. Concrete Mix Design D. Material Certifications E. Asphalt Mix Design F. Aggregate Base G. Truncated Dome Cut Sheet H. Reinforcing Steel I. Pull Box J. Striping / Pavement Markers K. Signs L. Sign Posts M. Green Background **END OF SECTION*'Y Supplemental General Conditions 1500-3 SECTION 2000 DIVISION 2 - GENERAL PROJECT REQUIREMENTS 1.0 STANDARD SPECIFICATIONS The "Standard Specifications" of the City of La Quinta are contained in the latest edition of the Standard Specifications for Public Works Construction, including all supplements, popularly known as the Green Book, as written and promulgated by the Joint Cooperative Committee of the Southern California Chapter of the American Public Works Association and the Southern California District of the Associated General Contractors of California. Copies of the Standard Specifications are available from the publisher, Building News Inc., as follows: Bookstore Locations: see website for Southern California locations Website: www.bnibooks.com The Standard Specifications shall prevail in all cases except where a Contract Document of a higher order, as defined in Section 1400-1.2 Discrepancies and Omissions, provides a different requirement on a given topic or topic aspect. All language in the Standard Specifications that is not in conflict with the language in the prevailing Contract Documents on a given topic or topic aspect shall remain in full force and effect, unless the language in the prevailing Contract Document specifically cites the section number in the Standard Specification and says said provision is in lieu that Standard Specification section. 1.1 Alternative Specifications — The Standard Specifications shall apply to this project unless specifically referenced otherwise in the Contract Documents. Wherever "State Standard Specifications" are referenced, it shall mean the Standard Specifications, 2018, latest edition, published by the State of California Department of Transportation, and wherever the "State Standard Plans" are referenced in the Contract Documents, it shall mean the Standard Plans, 2018, latest edition, published by the State of California Department of Transportation. The Contractor may request bound copies of these documents from Caltrans at: California Department of Transportation Publication Distribution Unit 1900 Royal Oaks Drive Sacramento, CA 95815-3800 (916) 263-0822, (916) 263-0865 Or, download these documents at no cost from the Caltrans website: https://dot.ca.gov/programs/design/ccs-standard-plans-and-standard-specifications Wherever the State Standard Specifications reference, Section 4-1.03d "Extra Work," it shall mean Paragraph 1400-7.0, Changes in the Scope of Work of these project Specifications. General Project Requirements 2000-1 2.0 STANDARD PLANS The Standard Plans of the City of La Quinta adopted by the City Council on August 21, 2001, shall apply to this project unless specifically stated otherwise in the Contract Documents. 2.1 Alternative Guidance 2.1.1 California Manual on Uniform Traffic Control Devices (CA MUTCD) The Standard Plans shall apply to this project unless specifically referenced otherwise in the Contract Documents. Wherever "CA MUTCD" is referenced, it shall mean the 2014 edition of the California Manual on Uniform Traffic Control Devices, published by the State of California. The Contractor may download these documents at no cost from the Caltrans website: https://dot.ca.gov/programs/safety-programs/camutcd 2.1.2 California Building Code, Part 2 (CBC) The Contractor may download these documents at no cost from the California Building Standards Commission website: https://www.dgs.ca.gov/BSC/Codes 2.1.3 California Electrical Code, Part 3 (CBC) The Contractor may download these documents at no cost from the California Building Standards Commission website: https://www.dgs.ca.gov/BSC/Codes 3.0 PRE -CONSTRUCTION CONFERENCE 3.1 Attendees The City and its consultants, and the Contractor and its superintendent, invited subcontractors, and other concerned parties shall each be represented at the conference by persons familiar with and authorized to conclude matters relating to the work. 3.2 Agenda The City Engineer will prepare an agenda for discussion of significant items relative to contract requirements, procedures, coordination and construction. 4.0 PROGRESS SCHEDULES 4.1 General Prior to commencing work, the Contractor shall provide a Construction Schedule and Cash Flow Projection. During the course of construction, the Contractor shall provide a Weekly Activities Plan. General Project Requirements 2000-2 4.2 Construction Schedule 4.2.1 A milestone schedule shall be submitted concurrently with the execution of the Contract in Section 1300. Contractor shall pay to City $500.00 liquidated damages per calendar day that the Milestone Schedule is not provided. 4.2.2 The Contractor shall submit the milestone schedule based on major orders of work and how they relate to traffic control and lane closures. The schedule shall be time scaled and shall be drafted to show a continuous flow from left to right. The milestone schedule shall clearly show the sequence of construction operations and specifically list: a. The anticipated schedule starting 15 days after the Notice of Award. b. The start and completion dates of all major phases of work. C. The dates of submittals, procurement, delivery, installation and completion of each major equipment and material requirement. d. Progress milestone events or other significant stages of completion. e. The lead time required for starting construction. The major impacts to traffic flow. 4.2.3 The detailed construction schedule shall be submitted within five (5) days of Notice to Proceed and accepted by the City Engineer before the first partial payment can be made. 4.2.3.1 The Contractor shall submit the detailed construction schedule based on the Critical Path Method (CPM). The schedule shall indicate preceding activity relationships and/or restraints where applicable and a controlling path shall be indicated. The schedule shall be time scaled and shall be drafted to show a continuous flow from left to right. The construction schedule shall clearly show the sequence of construction operations and specifically list: a. The start and completion dates of all work items. b. The dates of submittals, procurement, delivery, installation and completion of each major equipment and material requirement. C. Progress milestone events or other significant stages of completion. d. The lead time required for testing, inspection and other procedures required prior to acceptance of the work. Activities shall be no longer than 10 workdays, except for submittals and delivery items. If an activity takes longer, it shall be broken into appropriate segments of work for measurement of progress. This limitation may be waived, upon approval of the City Engineer, for repetitious activities of longer durations for which progress can be easily monitored. 4.2.3.2 Any activity that cannot be completed by its original completion date shall be considered to be "behind schedule." General Project Requirements 2000-3 4.2.3.3 At not less than monthly intervals and when requested by the City Engineer, the Contractor shall submit a revised schedule for all work remaining. If, at any time, the City Engineer considers the project completion date to be in jeopardy because of activities "behind schedule," the Contractor shall submit additional schedules and diagrams indicating how the Contractor intends to accomplish the remaining work to meet the Contract completion date. 4.2.3.4 All change orders, regardless of origin, shall be reflected in the schedule. 4.3 Time Impact Analysis 4.3.1 When change orders are initiated, delays are experienced, or the Contractor desires to revise the schedule logic, the Contractor shall submit to the City Engineer a written Time Impact Analysis illustrating the influence of each change, delay, or Contractor request on the current contract schedule completion date. 4.4 Weekly Activities Plan On the last working day of every week the Contractor shall submit to the City Engineer the Contractor's Plan of Activities for the following two weeks. The Plan of Activities shall describe the activity and location of the activity. 4.5 Cash Flow Projection A cash flow projection shall be submitted with the Construction Schedule. This cash flow projection shall be revised and resubmitted when revisions of the Construction Schedule will result in changes to the projected cash flow. 4.6 Lump Sum Price Breakdown For work to be performed for a lump sum price, the Contractor shall submit a price breakdown to the City Engineer prior to the first payment and within twenty (20) calendar days after award of the Contract. The price breakdown, as agreed upon by the Contractor and the City Engineer, shall be used for preparing future estimates for partial payments to the Contractor, and shall list the major items of work with a price fairly apportioned to each item. Mobilization, overhead, bond, insurance, other general costs and profit shall be prorated to each item so that the total of the prices for all items equal the lump sum price. At the discretion of the City Engineer, mobilization, bond and insurance costs may be provided for separately if accompanied by invoices to verify actual expenses. The price breakdown will be subject to the approval of the City Engineer, and upon request, the Contractor shall substantiate the price for any or all items and provide additional level of detail, including quantities of work. The price breakdown shall be sufficiently detailed to permit its use by the City Engineer as one of the bases for evaluating requests for payments. The City Engineer shall be the sole judge of the adequacy of the price breakdown. 5.0 SPECIAL CONTROLS The Contractor shall take all reasonable means to minimize inconvenience and injury to the public by dust, noise, diversion of storm water, or other operations under its control. General Project Requirements 2000-4 5.1 Dust Control The Contractor at its expense shall take whatever steps, procedures, or means as are required to comply with Section 3000-4.2 and prevent abnormal dust conditions being caused by its operations in connection with the execution of the Work. 5.2 Noise Abatement Operations shall be performed so as to minimize unnecessary noise. Special measures shall be taken to suppress noise during night hours. Noise levels due to construction activity shall not exceed the levels specified by local ordinance. Internal combustion engines used on the Work shall be equipped with a muffler of a type recommended by the manufacturer. No internal combustion engine shall be operated without said muffler. 5.3 Working Hours Construction operations and maintenance of equipment within one half mile of human occupancy shall be performed only during the time periods as follows, unless otherwise approved by the City: Monday - Friday 8:00 AM to 5:30 P.M. The Contractor shall be responsible for any inspection and additional administration costs incurred by the City for work by the Contractor after the hours defined above on weekdays, or any work on weekends or holidays recognized by the City. Such costs shall be withheld from the succeeding monthly progress payment. Any work in Section 3000, SPECIFIC PROJECT REQUIREMENTS, specifically required to be performed outside the normal working hours are excluded from the provisions of this paragraph. 5.4 Drainage Control In all construction operations, care shall be taken not to disturb the existing drainage pattern whenever possible. Particular care shall be taken not to direct drainage water onto private property. Drainage water shall not be diverted to streets or drainage ways inadequate for the increased flow. Drainage means shall be provided to protect the Work and adjacent facilities from damage to water from the site or due to altered drainage patterns from construction operations. Contractor shall provide, 48 hours in advance of an significant forecast of any likely precipitation rainfall event of 0.5 inches or more, a Rainfall Event Action Plan (REAP) specific for that event which, when implemented, is designed to protect all expose construction portions of the site. Temporary provisions shall be made by the Contractor to insure the proper functioning of gutters, storm drain inlets, drainage ditches, culverts, irrigation ditches, and natural water courses. General Project Requirements 2000-5 5.5 Construction Cleanin The Contractor shall, at all times, keep property on which work is in progress and the adjacent property free from accumulations of waste material or rubbish caused by employees or by the work. All surplus material shall be removed from the site immediately after completion of the work causing the surplus materials. Upon completion of the construction, the Contractor shall remove all temporary structures, rubbish, and waste materials resulting from his operations. 5.6 Disposal of Material The Contractor shall make arrangements for disposing of materials outside the right-of-way and the Contractor shall pay all costs involved. The Contractor shall first obtain permission from the property owner on whose property the disposal is to be made and absolve the City from any and all responsibility in connection with the disposal of material on said property. When material is disposed of as above provided, the Contractor shall conform to all required codes pertaining to grading, hauling, and filling of earth. 5.7 Parking and Storage Areas All stockpiled materials and parked equipment at the job site shall be located to avoid interference with private property and to prevent hazards to the public. Locations of stockpiles, parking areas, and equipment storage must be approved by the City Engineer. 6.0 PROTECTION AND RESTORATION OF EXISTING IMPROVEMENTS AND PUBLIC The Contractor shall be responsible for the protection of public and private property at and adjacent to the Work and shall exercise due caution to avoid damage to such property, persons, or public in general. Contractor shall install fencing, open trench signs, cones, or other protective devices as directed by the City. Site protection shall be to the satisfaction of the City Engineer. The Contractor shall repair or replace all existing improvements within the right-of-way, which are not designated for removal (e.g., electrical, lighting, curbs, sidewalks, survey points, fences, walls, signs, utility installations, pavements, structures, etc.) which are damaged or removed as a result of its operations. Repairs and replacements shall be at least equal to existing improvements and shall match them in finish and dimension. Trees, lawns, and shrubbery that are not to be removed shall be protected from damage or injury. If damaged or removed because of the Contractor's operations, they shall be restored or replaced in as nearly the original conditions and location as is reasonably possible. Lawns shall be covered with sod seeded to the applicable season, to the satisfaction of City. The Contractor shall give reasonable notice to occupants or owners of adjacent property to permit them to salvage or relocate plants, trees, fences, irrigation, sprinklers, and other improvements within the right-of-way which are designated for removal and would be destroyed because of the work. General Project Requirements 2000-6 7.0 EXISTING UTILITIES 7.1 General Some existing utilities are shown on the drawings; however, the Contractor is responsible to verify exact location of all utilities prior to the start of construction. Pursuant to Government Code Section 4216, et. seq., the Contractor shall notify the appropriate required notification center. The notification center for La Quinta can be reached by contacting UNDERGROUND SERVICE ALERT (USA) at 1-800-422-4133 or dial 811. USA member utilities will provide the Contractor with the precise locations of their substructures in the construction area when the Contractor gives at least 48 hours of notice. 7.2 Notification and Location At least two (2) working days before performing any excavation work, the Contractor shall request the utility owners to mark or otherwise indicate the location of their service. It shall be the Contractor's responsibility to determine the exact location and depth of all utilities, including service connections, which have been marked by the respective owners and which he believes may affect or be affected by his operations. If no pay item is provided in the Contract for this work, full compensation for such work shall be considered as included in the prices bid for other items of work. The Contractor shall notify the following agencies at least 48 hours in advance of excavating around any of their structures. The following utility companies provide service to the La Quinta area and can be contacted via the USA telephone number or the number list below. 1. Southern California Gas Company, (909) 335-7851 2. Imperial Irrigation District, (760) 398-5823 3. Frontier Communications, (760) 778-3621 4. Coachella Valley Water District, (760) 398-2651 5. Spectrum, (760) 674-5451 7.3 Damaae and Protection The Contractor shall immediately notify the City Engineer and utility owner of any damage to a utility. 7.4 Utility Relocation and Rearranaement The right is reserved to the City and the owners of utilities or their authorized agents to enter upon the Work area for the purpose of making such changes as are necessaryfor the rearrangement of their facilities or for making necessary connections or repairs to their properties. The Contractor shall cooperate with forces engaged in such work and shall conduct his operations in such a manner as to avoid any unnecessary delay or hindrance to the work being performed by such forces and shall allow the respective utilities time to relocate their facility. General Project Requirements 2000-7 The Contractor assumes responsibility for the removal, relocation, or protection of existing facilities wherein said facilities are identified by the Plans, field located by a utility company, or as provided for in the General Requirements. The Contractor shall coordinate with the owner of utility facilities for the rearrangement of said facilities. In the event that underground utilities are found that are not shown in the Contract Documents or are found to exist in a different location than shown in the Contract Documents, the Contractor shall: (1) notify the City Engineer of the existence of said facilities immediately; and (2) take steps to ascertain the exact location of all underground facilities prior to doing work that may damage such facilities. Requests for extensions of time arising out of utility rearrangement delays shall be determined by City Engineer. In accordance with Government Code Section 4215 the Contractor shall not be assessed liquidated damages for delay in completion of the project, when such delay is caused by the failure of the City or utility company to provide for the removal or relocation of facilities for which they are the responsible party as defined in Paragraph 2000-7.3, Damage and Protection. Where it is determined by the City Engineer that the rearrangement of an underground main, the existence of which is not shown on the Plans, Specifications, or in the General Requirements, is essential in order to accommodate the contemplated improvement, the City Engineer will provide for the rearrangement of such facility by other forces or by the Contractor in accordance with the provisions of Paragraph 1400-7.1, Change Orders. When the General Requirements, Specifications, or Plans indicate that a utility is to be relocated, altered or constructed by others, the City will conduct all negotiations with the utility company and the work will be done at no cost to the Contractor. Temporary or permanent relocation or alteration of utilities desired by the Contractor for its own convenience shall be the Contractor's responsibility and it shall make arrangements and bear all costs. 7.5 Underground Facilities The Contractor is responsible for coordinating all project documentation, including but not necessarily limited to, the Contract Documents and existing record drawings for the determination of the location of all underground facilities. The Contractor shall exercise care in all excavations to avoid damage to existing underground facilities. This shall include potholing or hand digging in those areas where underground facilities are known to exist until they have been sufficiently located to avoid damage to the facilities. Prior to fabrication, the Contractor shall verify the location and elevations of existing underground facilities, which the Contractor is connecting to. No additional compensation shall be provided the Contractor for compliance with the provisions of this section or for the damage and repair of facilities due to the lack of such care. General Project Requirements 2000-8 The California Public Utilities Commission mandates that, in the interest of public safety, main line gas valves be maintained in a manner to be readily accessible and in good operating condition. The Contractor shall notify The Gas Company's Headquarters Planning Office at least 2 working days prior to the start of construction. **END OF SECTION** General Project Requirements 2000-9 SECTION 3000 DIVISION 3 SPECIAL PROVISIONS 1.0 GENERAL 1.1 Scope of Services It shall be the contractor's responsibility to provide and furnish all materials, tools, labor and incidentals to complete the work as outlined in the Project Description and as shown in the Project Specifications and Contract Bid Documents for Project No. 2022-25, Federal Project No. HIPL-5433(021), Highway 111 Resurfacing Project. It shall be the Contractor's responsibility to thoroughly review the project area, familiarize himself with the scope of proposed work and submit the proposal for the work accordingly. 1.2 Project Description The proposed work includes pulverization, milling, and asphalt concrete overlay, signing and striping on Highway 111 from west La Quinta City Limits to Jefferson Street. Additional work includes sidewalk, cross -gutter, curb ramp reconstruction and utility adjustment. All project work and incidental items to complete the project shall be performed in accordance with the plans, specifications, and other provisions of the contract. All the above improvements are to be constructed in a workmanlike manner, leaving the entire project in a neat and presentable condition. Refer to Section 4000 for more information. 1.3 Project Plans The area of work is shown on the attached plans titled "Project No. 2022-25, Federal Project No. HIPL-5433(021), Highway 111 Resurfacing Project." The plan set consists of a total of seventeen (17) sheets. Contractor shall examine all maps, lists and these specifications, in a manner to be fully cognizant of all work required, and all existing conditions. Bidders are required to visit the site and verify existing conditions. Make adjustments and allowances for all necessary equipment to complete all parts of the required work. 1.4 Drawings of Record Provide and keep up-to-date, a complete record set of blue line prints. Correct these prints daily and show every change from the original drawings. Keep this set of prints on the job site and use only as a record set. Do not construe this as authorization to make changes in the layout without definite instruction in each case. Incorporate all changes as noted on the record set of prints thereon with black ink in a neat, legible, understandable and professional manner. Deliver this set to the City upon completion and acceptance of work. Special Provisions 3000-1 1.5 Cooperation with Other Contractors Section 7-7 of the Standard Specifications is amended by the addition of the following provisions: Should the Contractor foresee any interference or believe project delays or problems might occur due to any action of any other contractor, or if the Contractor determines his own work may cause a delay to the work of the other contractors, the Contractor shall bring this to the attention of the Engineer as soon as possible so that the potential problems or delays may be worked out before problems arise. It is the intention of these Specifications that the Contractor shall cooperate as needed to affect this purpose, and shall be prepared to make short delays, to redeploy its work force to other parts of the work or project, to temporarily reschedule work, and take other reasonable actions to minimize interference and maximize cooperation with all other parties working within the project area. If the Contractor maintains that he is unable to reasonably cooperate with others, then the Contractor shall be prepared to verify to the satisfaction of the Engineer that there are no reasonable actions which he could take to cooperate with others, and that if he did, such actions would cause serious financial harm or unreasonable delay to the Contractor. If the Engineer finds that such evidence is unsatisfactory, the Engineer may order the Contractor to take whatever reasonable actions the Engineer determines are necessary to provide the needed cooperation in order to meet the intent of these Specifications. The contractor shall have no claim for extra compensation for any delay or costs if his work is held up, delayed or interrupted by the City's having to order cooperative work measures or schedule priorities as outlined above. An extension of contract time shall be the only compensation granted. 1.6 Time Allowed for Construction In accordance with the provisions of Paragraph 1400-6.2, Time of Completion, this project shall be completed within 90 working days from the date specified in the Notice to Proceed. 2.0 BID ITEMS The bid items presented in the bidders schedule are intended to indicate major categories of the work for purposes of comparative bid analysis and payment breakdown for monthly progress payments. Bid items are not intended to be exclusive descriptions of work categories. The Contractor shall determine and include in its pricing, all materials, labor, and equipment necessary to complete each bid item associated appurtenant work. Those items for which there is no estimated quantity and/or specific pay item shall be completed in workmanship like manner to the satisfaction of the City Engineer. Work that is specified for which there is no bid item shall be considered incidental to work associated with bid items; therefore, the payment for these items shall be considered included in the various items of work for which a specific bid item has been provided. Special Provisions 3000-2 The bid items shown in the bidders schedule with "F" designates a final pay quantity. Quantity of any bid item in excess of the final pay quantity shown on the bidder's schedule estimated by the City Engineer will not be paid for. The final pay quantity can only be adjusted to reflect any change orders, extra work, or additional work authorized by the City Engineer. 3.0 MATERIALS 3.1 General Whenever a material, article or piece of equipment is identified on the drawings or specified by reference to brand name or catalog number, it shall be understood that this is referenced for the purpose of defining the performance or other salient requirements and that other products of equal capacities, quality and function shall be considered. 3.2 Substitutions The Contractor may recommend the substitution of a material, article, or piece of equipment of equal substance and function for those referred to in the Contract Documents by reference to the brand name or catalog number and, if in the opinion of the City Engineer, such material, article, or piece of equipment is of equal substance and function to that specified, the City Engineer may approve its substitution and use by the Contractor. Any cost differential shall be deductible from the Contract Price and the Contract Documents shall be appropriately modified by Change Order. The Contractor warrants that if substitutes are approved, no major changes in the function or general design of the project will result. Incidental changes or extra component parts required to accommodate substitute will be made by the Contractor without a change in the Contract Price or Contract time. 3.3 Storage Materials and equipment shall be so stored as not to create a public nuisance and to ensure the preservation of their quality and fitness for the work. See Section 2000, subsection 5.7, Parking and Storage Areas for additional information on storage area. 4.0 WORK DETAILS 4.1 Traffic Control The Contractor shall provide a traffic control plan, signed by a PE or TE, for acceptance by the City no later than five (5) working days after issuance of the Notice of Award. Subsequently, comments and corrections shall be returned to the Contractor within ten (10) working days. The traffic control plan shall conform to the following requirements listed in this section: Traffic controls, including but not limited to, vehicular and pedestrian traffic controls, maintenance of vehicular and pedestrian access, detours, and street closures shall be in accordance with Subsection 7-10 of the latest edition of the "Standard Specifications for Public Works Construction," including all its subsequent amendments and the latest edition of the "Work Area Traffic Control Handbook." Special Provisions 3000-3 In the event of conflict, the Special Provisions shall take precedence over the 2014 CAMUTCD. The 2014 CAMUTCD shall take precedence over the plans, and the plans shall take precedence over the "Standard Specifications." Traffic control and the traffic plan shall conform to the following: a. The traffic control plan shall indicate the traffic control requirements for the different types of work to be performed. The Contractor shall be responsible for the preparation of plans as necessary for specific items of work. These plans shall be approved by the City Engineer prior to the Contractor commencing any work. b. All traffic controls and safety devices, equipment and materials, including but not limited to, cones, delineators, flashing warning lights, barricades, high level warning devices (flag trees), flags, signs, makers, portable barriers, flashing arrow signs, electronic changeable message signs and markings shall be provided and maintained in "like new" condition. c. The Contractor shall furnish and properly install, construct, erect, use, and continuously inspect and maintain, twenty-four (24) hours per day, seven (7) days a week, all said devices, equipment and materials and all temporary and permanent pedestrian and driving surfaces as necessary to provide for the safety and convenience of, and to properly warn, guide, control, regulate, channelize, and protect the vehicular traffic, pedestrian traffic, project workers, and the public throughout the entire limits of the work activity and beyond said limits as necessary to include area affecting or affected by the work, from the start of work to the completion of the work. d. High-level warning devices (flag trees) are required at all times for any work being performed within the roadway unless otherwise specifically authorized by the City Engineer. e. All barricades shall be equipped with flashing warning lights, and all traffic cones shall be no less than twenty-eight (28) inches in height, except that shorter cones, twelve (12) inches high or higher, may be used during striping maintenance operations where the only function of the cones is to protect the wet paint from the traffic. f. Portable Changeable Message Signs (PCMS) are required for this project. A minimum of one (1) PCMS is required in each direction in advance of each work area as identified by the City. They shall be placed two (2) weeks in advance of the start of work and maintained throughout the construction window. Total count is dependent on Contractor's proposed staging plan. A PCMS can be reused at a different location once the work is complete in that stage. g. Except as otherwise directed, as shown in the approved traffic control plan, and/or authorized by the City Engineer, two-way vehicular traffic shall be maintained at all times within a minimum of two, 12-foot-wide lanes, unless otherwise noted on the plans. At no time shall the Contractor be allowed to reduce the traveled way to one-way vehicular traffic. Special Provisions 3000-4 No reduction of the traveled way width shall be permitted between the hours of 8:30 a.m. and 3:30 p.m., unless otherwise shown in the approved traffic control plans, or prior authorization to do so is granted by the City Engineer. No lane closures shall be permitted or allowed on any City street before 8:30 a.m. and after 3:30 p.m., unless otherwise shown in the approved traffic control plans, or unless authorization to do so is granted by the City Engineer. No reduction of traveled way width shall be permitted on any City street before 8:30 a.m. or after 3:30 p.m., on weekends or holidays, or when active work is not being done, unless otherwise shown in the approved traffic control plans, or unless prior authorization to do so is granted by the City Engineer. Except as shown in the approved traffic control plans, if traffic lanes are not kept open for public use on the days, at the times, and in the manner specified, damage will be sustained by the City and its residents. Since it is and will be impracticable to determine the actual damage which the City and its residents will sustain by reason of Contractor's failure to comply with the special provisions outlined herein, the City and Contractor agree that Contractor will pay to the City the sum of $200 per hour for each and every hour that any traffic lane is not kept open for public use as required by these special provisions, not as a penalty, but as predetermined liquidated damages. The Contractor agrees to pay such liquidated damages as are provided for in this paragraph, and in case the same are not paid, Contractor agrees that City may deduct the amount of such liquidated damages from any money that is due or that may be due the Contractor under the contract. h. Access to vacant unused property may be restricted at the Engineer's discretion. Both vehicular and pedestrian access shall be maintained at all times to all other property except as otherwise specifically authorized in writing by the City Engineer. Any traffic control and safety devices and equipment being used which becomes damaged, destroyed, faded, soiled, misplaced, worn out, inoperative, lost, or stolen shall be promptly repaired, refurbished and/or replaced, and any traffic control and safety devices and equipment being used which are displaced or not in an upright position from any cause, shall be properly returned or restored to their proper position. Any obstructed view of all signs and warning devices including but not limited to stop signs, stop ahead signs, street name signs, and other regulatory, warning and construction signs, markers, and warning devices shall be maintained at all times. No trucks or other equipment or materials shall be stopped, parked, or otherwise placed so as to obscure said signs, markers and devices from the view of vehicular and/or pedestrian traffic to which it applies. k. When entering or leaving roadways carrying public traffic, the Contractor's equipment, whether empty or loaded, shall yield to said public traffic at all times, except where the traffic is being controlled by police officers, fire officers or traffic signalized intersections. Special Provisions 3000-5 I. Stockpiling and/or storage of materials on any public right-of-way or parking areas will not be allowed without specific permission of the City Engineer. Materials spilled on or along said right-of-way or parking areas shall be kept in a safe, neat, clean, and orderly fashion, and shall be restored to equal or better than original condition upon completion of the work. m. When work has been completed on a particular street or has been suspended or rescheduled, and said street is to be opened to vehicular traffic, all equipment, "NO PARKING" signs, other obstruction, and necessary traffic control devices and equipment shall be promptly removed from that street except as otherwise authorized or directed by the City Engineer. n. Should the Contractor be neglectful, negligent, or refuse, fail, or otherwise be unavailable to promptly, satisfactorily, and fully comply with the provisions specified and referred to herein above, the City reserves the right to correct and/or mitigate any situation, which in the sole opinion of the City's Engineer constitutes a serious deficiency and/or serious case of noncompliance, by any means at its disposal at the Contractor's and/or permittee's expense, and will deduct the cost therefore from the Contractor's progress and/or final payments. Such corrective action taken by the City shall not reduce or abrogate the Contractor's legal obligations and liability for proper traffic control and safety measures and shall not serve to transfer said obligations and liabilities from the Contractor to the City or the City's agents. o. Violations of any of the above provisions and/or provisions of the referenced publications, unless promptly and completely corrected to the satisfaction of the City Engineer, shall, at the sole discretion of the City, be grounds for termination of the Contract, or shutdown or partial shutdown of the work, without compensation to the Contractor and/or permittee, or liability to the City, all as prescribed by contractual obligation or State law, whichever is applicable. p. The Contract item "Traffic Control" shall include labor lights, barricades, signs, materials, fencing, and equipment necessary to ensure that the vehicular traffic conforms to requirements as set forth in this section and as shown on the drawings. q. The compensation for furnishing, placing, maintaining and removing traffic cones, telescoping tree flags, advance warning signs, electronic changeable message signs, barricades, temporary striping, and other safety devices as required for public safety or as directed by the City Engineer, shall be considered full compensation for all labor and materials for complying with these requirements, and no additional compensation will be made therefore. Special Provisions 3000-6 4.2 Dust Control The Contractor must comply with the City of La Quinta's Municipal Code, Chapter 6.16, "Fugitive Dust Control" Ordinance. Dust generated by traffic, Contractor's operations, or wind are all included in the definition of dust. The Contractor will be responsible for watering the work area where dust is generated from traffic, contractor's operations and wind. Contractor's area of operations includes areas outside of roadbed or trench limits where excavation, fill, or stockpiling of dirt or debris has taken place. The Contractor is responsible for monitoring all of the above -described areas in the project area during the life of the project, including holidays and weekends. The Contractor shall prepare for review and approval by the City, the required PM-10 plan. The plan shall be prepared in accordance with South Coast Air Quality Management District guidelines. The Contractor shall have a designated person Certified by the SCAQMD to prepare the PM-10 plan and oversee the approved dust control measures. Dust control shall include, but is not limited to the following: 1) Maintain dust control at all times by watering, including developing a water supply, and furnishing and placing all water required for work done in the contract. 2) Provide means to prevent track out onto public streets. 3) Provide street sweeping of material tracked onto public streets. 4.3 Water The Contractor shall make arrangements with the Coachella Valley Water District to obtain water from designated fire hydrants at or near the project for use in dust control. It shall be the responsibility of the contractor to pay for the water and any deposits required. The cost to furnish and apply water shall be included in the unit prices for the various items bid and no additional payment will be allowed therefore. 4.4 Permits, Licenses and Inspection Fees The Contractor shall obtain and pay for all costs incurred for permits, licenses and inspection fees required by other agencies because his operations. Prior to starting any work, the Contractor shall be required to have a City of La Quinta Business License for the life of the contract; his subcontractors shall also have Business Licenses for the time they are engaged in work. The Contractor will also be required to obtain a no -cost encroachment permit from the City of La Quinta. Additionally, the Contractor will also be required to obtain a no -cost encroachment permit from the Cities of Palm Desert and Indio. Contractor shall notify La Quinta when permits have been submitted. 4.5 Air Contaminants The Contractor shall not discharge smoke, dust or any other air contaminants into the atmosphere in such quantity as will violate the regulations of any legally constituted authority. Special Provisions 3000-7 4.6 Notification The Contractor shall notify the City, local authorities, and utility companies, of his intent to begin work at least five days before work is to begin. The Contractor shall cooperate with local authorities relative to handling traffic through the area including coordinating with trash collection, school bus schedules, public transportation and emergency activities. Three calendar days before work is to begin, the Contractor shall provide written notice of intent to begin work to all adjacent properties, per Section 4000. The written notice will be approved by the City prior to issuance and shall include at least the following information: brief description of the improvements, the name, address and phone number of the Contractor, and the date and time work is to begin and finish. Contractor shall update and repost the information in the event the work is rescheduled. **END OF SECTION*'Y Special Provisions 3000-8 SECTION 4000 DIVISION 4 - TECHNICAL SPECIFICATIONS 1.0 GENERAL REQUIREMENTS The Standard Specifications as defined in Section 2000 shall govern the work for this project. All language in the Standard Specifications shall remain in full force and effect, unless the language in the prevailing Contract Document specifically cites the section number in the Standard Specification and says said provision is in lieu of that Standard Specification section. The project drawings and details are considered as part of these specifications, and any work or materials shown on the drawings and not mentioned in the specifications, or via versa, are executed as if specifically mentioned in both. 2.0 MOBILIZATION (BID ITEM No. 1) Mobilization shall conform to the provisions in Section 7-3.4, "Mobilization" of the Standard Specifications. Mobilization includes expenditures for all preparatory work and operations, including but not limited to, those costs necessary for the movement of personnel, equipment, supplies, and incidental to the project site; for the establishment of all facilities necessary for work on the project; and for all other work and operations which must be performed or costs incurred prior to beginning work on the various contract items on the project site as well as the related demobilization costs anticipated at the completion of the project. MOBILIZATION shall be paid for at the Contract Lump Sum Price as shown on the Bid Schedule. Fifty percent (50%) of the lump sum price will be paid upon successful move in and completion of mobilization. The remaining fifty percent (50%) shall be paid after the contractor is completely demobilized and all project sites have satisfactorily been restored and the project cleanup is completed. 3.0 TRAFFIC CONTROL (BID ITEM No. 2) Traffic Control shall comply with Standard Specifications Section 600 and modified by Section 3000-4.1 and these special provisions. The Contractor may request to perform striping as night work at their own expense. The City has the right to deny the request. Contractor may request to maintain 24/7 lane closures at their own expense. The City has the right to deny request. Access to single access Developments must be maintained at all time, Contractor shall stage work accordingly. Technical Specifications 4000-1 Contractor may only perform pulverization/grading/paving between one major intersection segment at a time before moving to a different section. Major intersection segments are considered Washington Street to Adams Street, Adams to Dune Palm Road, and Dune Palms Road to Jefferson Street. The Contractor mush phase work to only allow vehicles on pulverized material for a maximum of 3-days per stage. Only one pulverized lane in each direction shall be open at one time. Bicycles shall not be permitted on pulverized material. At no time shall vehicles be permitted to drive on pulverized material over a weekend or a City Holiday. One -leg of curb ramps must be maintained at all times unless otherwise approved by the City. The work area shall be fully protected from pedestrian access which may require fencing. The use of caution tape tied to cones is not allowed as a means to close off an area. The placement of temporary self-adhesive, clean and visible reflectorized day/night markers will be required on all streets where striping is removed. The Cost of placing the temporary striping tabs shall be included in the various contract bid items and no additional compensation will be allowed therefore. The spacing of the temporary reflectorized day/night markers shall be 24' O.C. and shall be completely removed after completion of 1st coat of striping and to satisfaction of City. TRAFFIC CONTROL shall be paid for at the Contract Lump Sum Price as shown on the Bid Schedule. Monthly payments will be made on a pro-rata basis. 4.0 DUST CONTROL (BID ITEM No. 3) Dust Control shall comply with Section 3000-4.2. In addition to general sweeping and maintenance of the site, the Contractor shall sweep sidewalk and other surfaces on a daily basis and as needed after roadway pulverization begins and prior to the base paving. DUST CONTROL shall be paid for at the Contract Lump Sum Price as shown on the bid schedule. Monthly payments will be made on a pro-rata basis. 4.1 Water Quality Management Plan (No Bid Item) 4.1.1 Water Quality Management Plan Contractors shall comply with the 2014 Whitewater Region Water Quality Management Plan (WQMP) Contractor shall be responsible for installing post -construction BMPs as specified per the approved site specific WQMP. Technical Specifications 4000-2 4.1.2 Payment Payment for compliance with the WATER QUALITY MANAGEMENT PLAN shall be considered as included in other items of work and no additional compensation will be allowed therefore. 5.0 CLEARING AND GRUBBING (NO BID ITEM) Clearing and Grubbing shall conform to the provisions in Section 300-1, "Clearing and Grubbing", of the Standard Specifications and these Special Provisions: Contractor shall field verify existing grades and shall accept site as is, for no other grading shall be performed by the City. 300-1.3 Removal and Disposal of Materials 300-1.3.1 General [Add the following]: All materials removed shall be disposed of in a legal manner at an appropriate Disposal Site. 300-1.3.2 Requirements. [Add the following]: (d) Miscellaneous In addition to the work outlined in Subsection 300-1 of the Standard Specifications, the following items of work are included under Clearing and Grubbing unless otherwise covered by a specific bid item. (1) Provide all necessary water for construction activities. The contractor shall make arrangements with CVWD to obtain construction water meter(s). The cost of the water meters shall be included in the cost of related items. (2) Removal of structures, as directed by Engineer to be removed or abandoned. (3) Protection of utilities, trees, fences, gates, curbs, gutters, adjacent pavement, walls, greens and other facilities within the construction zone, except those shown on the plans and those specifically directed by the Engineer to be removed or relocated. (4) Clearing and removal of debris from the site of work. This includes removal and legal disposal of structural items, non-structural items, existing fences, gates, signs, and posts including the associated footings/foundations. (5) Verification of existing locations and elevations as shown on the plans or directed by the Engineer. (6) Provide for the replacement of trees, plants, and hardscape of the same kind, to the satisfaction of the City whether indicated on the plans or not. Technical Specifications 4000-3 (7) This item shall also be interpreted to include the removal or relocation of any additional items in conflict with the proposed work not specifically mentioned herein or covered by specific bid item as directed in the field by the Engineer, which may be found within the work limits whether shown or not shown on the plans to be removed or relocated. 300-1.4 Payment. [Add the following]: Payment for Clearing and Grubbing shall be considered as included in other items of work and no additional compensation will be allowed therefore. No payment will be made to the Contractor for Clearing and Grubbing outside the stated limits, unless such work is authorized in writing by the CITY. 6.0 LOCATION AND PROTECTION OF UNDERGROUND UTILITIES AND FACILITIES (NO BID ITEM) All existing underground utilities and facilities such as electric utilities, gas utilities, telephone utilities, television utilities, water utilities, street lighting facilities, traffic signal facilities, sanitary sewers, storm drains, and irrigation systems may not have been shown on the Plans for this project. The Contractor shall assume that any of these underground utilities and/or facilities may be encountered during the removal and reconstruction work and shall protect and restore same in place in accordance with Section 402 of the Standard Specifications, Subsection 402-1 of the Standard Specifications, and the following requirements and provisions: The Contractor shall pothole utilities in any areas of excavation and pavement pulverization. The Contractor shall submit pothole locations to the City five (5) working days ahead of USA notification for review and comment. The Contractor retains sole responsibility for utilities. The Contractor shall pot hole a minimum of two (2) working days ahead of the construction or installation for the area in which the work is to be performed. The "potholes" shall be to a depth sufficient to satisfy the Contractor that the proposed construction work will not damage any underground utilities and/or facilities. The Contractor shall be solely responsible for the cost of repair for any such damage to said underground utilities and/or facilities and shall, except for irrigation systems, make or cause to be made all repairs necessary to restore service the same day. Full compensation for compliance with the preceding requirements shall be considered as being included in the various Contract items in the bid schedule and no additional compensation will be allowed therefore. Technical Specifications 4000-4 7.0 EARTHWORK (BID ITEM No. 4) Grading areas within the existing roadway as designated on the plans shall be conducted in accordance with Section 300 of the Standard Specifications for Public Works Construction and these Special Provisions. This work, shall include, but not be limited to, removing existing asphalt concrete and base, removing excess pulverized roadway, clearing and grubbing, and roadway excavation. Earthwork shall include all material -related work required to get the project ready to pave except for those items where there is a more specific bid item for an item of work. Whenever relative compaction is specified, it is to be determined by Test Method No. Calif. 216, the in -place density may be determined by Test Method No. Calif. 231, the in -place density required by Test Method No. Calif. 312 may be determined by Test Method No. 231. The wet weight or dry weight basis and English Units of Measurement may be used at the option of the Materials Engineer. This item shall also include removal and disposal of all excess materials off of the project site and to a lawful disposal site. This shall include, but need not be limited to, removal and disposal of any asphalt concrete (AC) and other street -related material. The contractor shall provide documentation as to where the excess material was disposed at, along with appropriate paperwork showing that the excess material was recycled or is planned to be recycled (if appropriate). The contract Lump Sum price paid for Earthwork includes full compensation for furnishing all labor, materials, tools, equipment, and incidentals and for doing all the work involved in Earthwork, complete in place, as shown on the plans, as specified in the Standard Specifications for Public Works Construction and these Special Provisions, and as directed by the Engineer, unless there is a bid item specifically called out for a more specific item of work. 8.0 UNCLASSIFIED EXCAVATION (NO BID ITEM) Unclassified Excavation shall conform to the provisions in Section 300-2, "Unclassified Excavation," Section 401, "Removal," of the Standard Specifications and these Special Provisions: 300-2.1 General. [Add the following] Unclassified Excavation shall include excavating, loading, stockpiling, hauling, and disposing of surplus material and or aggregate base to the subgrade depth indicated on the plans or as directed by the Engineer. Saw cutting and removal of existing asphalt concrete pavement, excavation, fills, and compaction, to complete the roadway section, shall be included in this item of work. Technical Specifications 4000-5 The areas and quantities shown on the plans or specifications are given only for the Contractor's aid in planning the work and/or preparing bids. The Engineer shall designate the limits to be removed and these designated areas shall be considered to take precedence over the areas shown on the plans. No guarantee is made that areas or quantities shown will equal the areas or quantities designated by the Engineer. 300-2.6 Surplus Material. [Add the following]: All surplus materials shall be disposed of in a legal manner at the Contractor's expense. 300-2.9 Payment. [Replace with the following]: Unclassified Excavation shall be incidental to other removal and construction activities included with the project and no additional compensation will be allowed therefore. 9.0 EXISTING BITUMINOUS PAVEMENT REMOVAL (BID ITEM No. 16) Existing Bituminous Pavement Removal shall conform to the provisions in Section 300- 1 "Clearing and Grubbing", of the Standard Specifications and these Special Provisions: Existing bituminous pavement removal shall include sawcutting, grinding, excavating, loading, stockpiling, hauling, and disposing of existing bituminous pavement material to the depth indicated on the plans or as directed by the Engineer. Grinding (or cold milling) and removal of existing bituminous concrete pavement shall be included in this item of work. 300-1.3.2 (a) "Bituminous Pavement" shall be amended as follows: Removal of bituminous pavement shall be made to a sawcut at the designated lines of removal shown on the Plans or as designated by the Engineer. Location of sawcut and width of existing pavement to be removed shall be as shown on the plans or as determined by the Engineer in the field. Payment for sawcutting shall be included in the compensation paid for the pavement removal and no additional compensation will be allowed. Minimum laying depth of new pavement material shall be 0.10 foot at join lines. The areas and quantities shown on the plans or specifications are given only for the Contractor's aid in planning the work and/or preparing bids. The Engineer shall designate the limits to be removed and these designated areas shall be considered to take precedence over the areas shown on the plans. No guarantee is made that areas or quantities shown will equal the areas or quantities designated by the Engineer. Spalled or loose blocks of pavement and pavement cracks wider than 3/8 inch will be deemed justification for extending or adding to the removal and replacement of asphalt concrete pavement. Technical Specifications 4000-6 The areas indicated for full depth removal and replacement shall be excavated to the full depth of the proposed asphalt pavement section, regardless of thickness. The City does not have complete boring data. No warranty is given or implied as to the thickness, or to the amount of material which may result from the removal of the street pavement. If the Contractor wishes to personally check the existing pavement thickness, the City Engineer's office will cooperate by issuing the necessary encroachment permit upon application by the Contractor. 300-1.4 Payment. [Add the following]: 2" Grind and Asphalt Concrete Overlay shall be measured and paid for at the contract unit price bid per Square Foot and shall include full compensation for all labor, materials, tools, and equipment and for doing all work involved in grinding (cold -milling), excavating, loading, stockpiling, hauling, and disposing of existing pavement material to the depth specified and no additional compensation will be allowed therefore. 10.0 EXISTING CONCRETE PAVEMENT REMOVAL (BID ITEM No. 6) Existing Concrete Pavement Removal shall conform to the provisions in Section 401, "Removal," of the Standard Specifications and these Special Provisions: Existing concrete pavement removal shall include sawcutting, excavating, loading, stockpiling, hauling, and disposing of existing concrete sidewalks and driveways as indicated on the plans or as directed by the Engineer. Sawcutting and removal of existing concrete pavement shall be included in this item of work. Removals shall be to the nearest joint as shown on the plans or as directed by the Engineer. 401-7 Payment. [Add the following]: Sawcut, Remove, and Dispose of Existing Concrete Pavement, Sidewalk, Cross - Gutter, Ramp, and Bus Turnout shall be measured and paid for at the contract unit price bid per Square Foot and shall include full compensation for all labor, materials, tools, and equipment and for doing all work involved in sawcutting, excavating, loading, stockpiling, hauling, and disposing of existing concrete pavement material and no additional compensation will be allowed therefore. 11.0 EXISTING CONCRETE CURB AND GUTTER REMOVAL (BID ITEM No. 5) Existing Concrete Pavement Removal shall conform to the provisions in Section 401, "Removal," of the Standard Specifications and these Special Provisions: Existing concrete pavement removal shall include sawcutting, excavating, loading, stockpiling, hauling, and disposing of existing concrete curb and gutter material indicated on the plans or as directed by the Engineer. Sawcutting and removal of existing concrete curb and gutter shall be included in this item of work. Removals shall be to the nearest joint as shown on the plans or as directed by the Engineer. Technical Specifications 4000-7 401-7 Payment. [Add the following]: Sawcut, Remove, and Dispose of Existing Concrete Curb and Gutter shall be measured and paid for at the contract unit price bid per Linear Foot and shall include full compensation for all labor, materials, tools, and equipment and for doing all work involved in sawcutting, excavating, loading, stockpiling, hauling, and disposing of existing concrete curb and gutter material and no additional compensation will be allowed therefore. 12.0 COLD MILLING AC PAVEMENT (BID ITEM No. 16) Cold milling of asphalt concrete pavement shall be in accordance with Section 404 of the Standard Specifications for Public Works Construction and as modified by these Special Provisions. Cold milling of asphalt concrete pavement shall be to the lines shown on the plans, incorporated exhibits or detail drawings, or as directed by the engineer, and shall comply with the construction methods set forth in Section 404 of the Standard Specifications for Public Works Construction. An area that is cold -milled may not have traffic running on it for more than 9 consecutive calendar days hours or liquidated damages will be assessed, unless prior approval has been provided by the City in writing. All cuts (transverse header cuts or longitudinal cuts) that create a difference in height of a riding surface of 1.0 inches or greater, that will be open to public traffic, shall be ramped at 4:1 (length: height) or flatter. Contractor must paint temporary striping or maintain 24/7 traffic control approved by the City within 24 hours of cold -milling. Small and mini -grinding equipment may be used, if necessary, to access all existing asphalt concrete areas within the required cold mill limits as shown on the plans and shall be approved by the Engineer. Residue from cold milling shall be immediately removed from the roadbed by sweeping, and shall not be permitted to flow into the gutters or other drainage facilities. 2" Grind and Asphalt Concrete Overlay shall be measured and paid for at the contract unit price bid per Square Foot and shall include full compensation for all labor, materials, tools, and equipment and for doing all work involved in grinding (cold -milling), excavating, loading, stockpiling, hauling, and disposing of existing pavement material to the depth specified and no additional compensation will be allowed therefore. Technical Specifications 4000-8 13.0 PULVERIZE ROAD SECTION (13" STREET SECTION — THREE STEP PROCESS) (BID ITEM No. 17) Pulverized Miscellaneous Base shall conform to the provisions in Section 200-2.8 of the Standard Specifications for Public Works Construction modified with these Special Provisions. The existing pavement section should be in -place recycled by full depth reclamation (FDR) to produce quality aggregate base. This FDR process should occur in three (3) stages. Pulverize Existing AC: The first stage is to pulverize only the existing asphalt concrete (AC) component of the existing street section. 2. Pulverize 13-inch Street Section: The second stage is to then to pulverize the road section a second time. The pulverized material from the first stage shall then be blended with the underlying aggregate base and native soils (where present) to a pulverized depth of 13 inches. The maximum size requirement of the pulverized material shall be 3/4" in any direction. 3. Remove Excess Material, Grade and Compact: The third stage is to remove the excess pulverized material, grade, and compact. The excess FDR materials should then be removed as necessary to allow for the given AC thickness (a tolerance of +/- 0.020' (+/- 114 inch) is allowed). The remaining in -place aggregate base shall then be compacted to a minimum 95 percent relative compaction in accordance with ASTM D 1557 or Caltrans 216. The City has limited boring data showing depths of existing pavement. No warranty is given or implied as to the thicknesses of the street pavement, except that additional compensation will be allowed if the existing asphalt concrete that is to be pulverized is greater than 6 inches thick. If the contractor wishes to personally check the existing pavement thicknesses, the City Engineer's office will cooperate by issuing the necessary encroachment permit upon application by the Contractor and payment of the appropriate fee. Hiahwav 111 Section Min Max Asphalt Concrete 4" 8" Aggregate Base 3.5" 7" Pulverize Road Section (13" Street Section) — Three Step Process shall be measured and paid for at the contract unit price per Square Foot and shall include full compensation for all labor, materials, tools, and equipment and for doing all work involved in pulverizing and compacting the base in accordance with the plans and these specifications and no additional compensation shall be allowed. Technical Specifications 4000-9 14.0 GRADING AND SUBGRADE PREPARATION (NO BID ITEM) Preparation of the pavement subgrade shall conform to the provisions of Section 301-1 of the Standard Specifications and these Special Provisions. Aggregate base shall be Class II. 301-1.3 Relative Compaction. [Replace with the following]: Relative compaction shall be modified to require 95% relative compaction of the top 12" of the subgrade in lieu of the 90% allowed under base material, including removal of aggregate base or subgrade to required depth. 301-1.5 Grading of Areas Not to be Paved. [Add the following]: Grading for slopes in landscaped area to match the existing grade shall be considered as included under this item of work. Grading for slopes shall also conform to subsection 300-2.5 Slopes. Excavation from the entire work area may be considered to use as unclassified fill as long as it meets the requirements laid out in Section 300-4. 301-1.7 Payment. [Replace with the following]: Compensation for subgrade preparation and minor grading to meet grade shall be deemed to be included in the bid price of other items, and no additional compensation will be allowed. 15.0 ASPHALT CONCRETE (BID ITEM No. 16 AND 18) 203-6 ASPHALT CONCRETE 203-6.1 General. [Add the following to the end of the subsection]: Asphalt concrete shall conform to the provisions of Subsection 200-1.2, "Rock Products," and Subsection 302-5, "Asphalt Concrete Pavement". The viscosity grade of paving asphalt shall be PG 70-10. The following aggregate size shall be used. Asphalt Base Course III-B3-PG 70-10 3/4" Max. Medium — 3.5" Total Thickness Finish Course III-C2-PG 70-10 1/2" Max. Medium — 2" Total Thickness The Contractor shall submit final asphalt mix designs to the Agency for review prior to paving. Technical Specifications 4000-10 Asphalt Concrete Pavement 1. Asphalt concrete material shall conform to PG 70-10, as specified in Section 203- 6, "Asphalt Concrete", of the Standard Specifications. 2. Distribution, spreading, rolling, and compaction of asphalt concrete pavement shall conform to requirements as specified in Section 302-5, "Asphalt Concrete Pavement", of the Standard Specifications. 3. Diesel fuel shall not be used to coat the beds of delivery trucks. If diesel fuel is detected on any load the entire load will be rejected. 4. Asphalt concrete surface course shall be placed in two (2) lifts, and compacted to the thickness shown in the Plans. 5. No roller shall be permitted to stand motionless on any portion of the work before it has been properly compacted. Upon completion, the pavement shall be true to grade and cross-section. When a 10-foot straightedge is laid on the finished surface, the surface shall not vary from the edge of the straightedge more than '/4-inch. 302-5.5 Distribution and Spreading. [Add the following, including new Subsection 302-5.4.1.]: A minimum of two courses shall be laid for all asphalt concrete pavements of three inches or thicker. Both the base and finish course shall be machine placed. 15.1 Saw cutting Existing asphalt concrete pavement that is to match proposed asphalt concrete surfacing shall be sawcut to a neat vertical face A minimum two feet (2') sawcut shall be provided along all existing pavement edges. Existing asphalt concrete pavement that is unsound, as determined by the City Inspector or City Engineer shall be removed to limits as required. Payment for saw cutting is included in the cost of associated items and no additional payment will be made therefore. Technical Specifications 4000-11 15.2 Asphalt Tack Coat 302-5.4 Tack Coat (replace with the following) Prior to paving over against asphalt concrete, the surface shall be cleaned, cracks shall be sealed as shown below, and the surface shall have a tack coat of SS-1 h emulsion at a rate of 0.10 gallon per square yard applied. The surface shall be free of water, foreign material, or dust, when the tact coat is applied. To minimize public inconvenience, no greater area shall be treated in any one day than is planned to be covered by asphalt concrete during the same day unless otherwise authorized by the Engineer. A similar tack coat shall be applied to the surface of any course, if the surface is such that a satisfactory bond cannot be obtained between it and a succeeding course. The contact surfaces of all cold pavement joints, curbs, gutters, manholes, shall be painted with grade SS-1 h emulsified asphalt immediately before the adjoining asphalt concrete is placed. Prior to placing the tack coat, any cracks greater than 1/8" shall be cleaned and treated with weed killer and filled with crack filler (GuardTop or approved equal). Cracks are to be filled to match existing surface. Cracks 1 inch in width and wider shall be filled with compacted pea -gravel and SS grade asphaltic emulsion or hot mix asphalt concrete as directed by the Engineer so that the sealant does not exceed 1 inch in depth. Payment for crack sealing, and tack coating shall be included with the A. C. paving bid item going over it. 15.3 Patching and Repair 1 Damaged, faulty, or nonconforming asphalt concrete pavement surfaces shall be completely removed New asphalt concrete pavement surfacing shall be placed and compacted to the minimum thickness required, and to smoothly join the adjacent finished surfaces. 2. Patching with thin overlays will not be permitted unless authorized by the CITY 15.4 Maintenance and Protection 1. After an area has been released to the Contractor he shall assume complete responsibility for maintenance and protection responsibilities without the written authorization of the CITY Technical Specifications 4000-12 2. All surfaces, structures, manholes, gratings, etc., damaged after the areas have been released to Contractor, whether such damage was caused by the Contractor or other contractors working on the site, shall be repaired by the Contractor at no additional cost to the City, unless the maintenance and protection responsibilities of the Contractor has been waived in writing by the CITY. 3. Damaged areas of pavement shall immediately be repaired to protect the subgrade from surface waters. 4. The pavement thickness specified will not support repeated loading from heavy construction equipment. 15.5 Warranty The Contractor shall furnish an unqualified warrantee stating, in writing, that he will, at no additional cost to the City, repair or replace all bituminous pavement and aggregate base in any areas that become defective within a period of one year after completion and acceptance of the work by the City. 15.6 Measurement and Payment. [Add the following]: The contract Unit price paid per Square Foot for Construct 5.5" Asphalt Concrete Over Pulverized Base includes full compensation for furnishing all labor, materials, tools, equipment, and incidentals, and for doing all the work involved in constructing and placing Asphalt Concrete Pavement, complete in place, including hauling, as shown on the plans, as specified in the Standard Specifications and these special provisions, and as directed by the engineer, and no additional compensation will be allowed therefore. 2" Grind and Asphalt Concrete Overlay shall be measured and paid for at the contract unit price bid per Square Foot and shall include full compensation for all labor, materials, tools, and equipment and for doing all work involved in grinding (cold -milling), excavating, loading, stockpiling, hauling, disposing of existing pavement material to the depth specified, and placing asphalt concrete overlay, and no additional compensation will be allowed therefore. 16.0 CONCRETE AND MASONRY CONSTRUCTION (BID ITEM No. 7-11,13-15) Concrete construction shall conform to Section 201, "Concrete, Mortar, and Related Materials," and Section 303, "Concrete and Masonry Construction," of the Standard Specifications and these Special Provisions. Curing compound shall be in accordance with the City of La Quinta Standard Plan Number 200. Technical Specifications 4000-13 Preparation of existing native subgrade in areas where Portland Cement Concrete improvement will be constructed shall conform with Section 301-1, "Subgrade Preparation," of the Standard Specifications. Concrete inspections shall be made with three separate actions per section 1400 unless otherwise waived by the City: subgrade preparation; forming; and pouring. 201-1 PORTLAND CEMENT CONCRETE 201-1.1 Requirements 201-1.1.2 Concrete Specified by Class and Alternate Class (Add the following:) Construction Class Slump Sidewalks, curbs and gutters, curb ramps, local depressions 560-C-3250 5" Driveways, Driveway Aprons, Cross Gutters & Spandrels 560-C-3250 5" Concrete surrounding manhole, cleanouts, and vault frames. 560-C-3250 5" 201-1.2 Materials 201-1.2.1 Cement (Delete the first paragraph and add the following:) The cement to be used or furnished shall be Type V Portland Cement conforming to ASTM C150, unless otherwise specified. 16.1 Concrete Curbs, Walks, Gutters, Cross Gutters, Access Ramps, & Driveways Concrete Curb, Gutter, Curb Transition, Sidewalk, Ribbon Gutter, Curb Ramp, and Driveway, shall conform to the provisions in Section 303-5, of the Standard Specifications and these Special Provisions. 303-5.1.1 General. [Add the following paragraph]: Concrete curbs, walks, gutters, cross gutters, access ramps, and driveways shall conform to the Standard Specifications as modified herein. Immediately after finishing operations are completed, Type II clear concrete curing compound shall be applied at the rate of one gallon per 150 square feet. All pull boxes, water meter boxes, valve boxes and other utilities indicated on the plans shall be adjusted to the proposed finish grade and approved by the City prior to the placement of concrete. Technical Specifications 4000-14 303-5.5.3 Walk. [Add the following]: Concrete sidewalk, cross gutters and access ramps shall have a medium broom finish. The handicap ramp constructed within the curb return shall conform with City Standard 250, American's with Disabilities Act (ADA) Provisions, and as indicated on the Plans. The handicap ramp shall be constructed above native subgrade, scarified to a depth of six -inches (6") and compacted to 90% minimum relative compaction, and as required by the Standard Specifications. The actual finish surface of the handicap ramp shall be medium broom finish. The ramp shall match, as appropriate, the curb & gutter, and shall provide minimum and maximum cross -slopes from the back of curb to the sidewalk, as required by the appropriate Standards and Specifications. The grooved border shall not be placed on the ramps. 303-5.5.4 Gutter. [Add the following]: Prior to acceptance of the curb and gutter constructed by the Contractor, a flow test shall be conducted by the Contractor in the presence of the Engineer. Any new work found to be defective shall be repaired or replaced by the Contractor in accordance with Subsection 303-5.7 of the Standard Specifications. 303-5.9 Measurement and Payment. [Add the following to this section]: Payment for Construct Curb and Gutter per City of La Quinta STD 201, 3" Dowel into Adjacent Existing Concrete Curb and Gutter shall be at the contract unit bid price per Linear Foot and shall include full compensation for providing this item of work, complete in place, including required hand work and dowels, and no additional compensation will be allowed. Payment for Construct Cross -Gutter per City of La Quinta STD 230 Mod. and 231 Mod. shall be at the contract unit bid price per Square Foot and shall include full compensation for providing this item of work, complete in place, including required hand work, and no additional compensation will be allowed. Repairs to Asphalt and Base in association with concrete construction shall be paid for under the associated item of work. The structural section shall match the existing section it is replacing. Payment for Construct Sidewalk per City of La Quinta STD 240 Mod. shall be at the contract unit bid price per Square Foot and shall include full compensation for providing this item of work, complete in place, including required hand work, and no additional compensation will be allowed. Technical Specifications 4000-15 Sidewalks shall be measured for payment from the back of curb to the back of the sidewalk. The width of the curb shall not be measure for payment for sidewalks. Payment for Construct Concrete Curb Ramp per City of La Quinta STD 250 Mod., Case Per Plan shall be at the contract bid price per Each and shall include full compensation for providing this item of work, complete in place, including required hand work, and no additional compensation will be allowed. The ramp pay item shall include the truncated domes, the portion of the ramp within the sloped transitions, and the curb and gutter as shown per plan. The limits are from BCR to ECR. The Contractor shall furnish and install truncated domes at the location shown in the plans. All dome panels shall be yellow in color. The domes shall conform to the City of La Quinta Standard Details Number 250 Mod. All panels shall be wet -set concrete tiles. Glue down mats will not be allowed. Payment for Construct Concrete Passageway per CALTRANS STD A88B Mod., Type B shall be at the contract bid price per Each and shall include full compensation for providing this item of work, complete in place, including required hand work, and no additional compensation will be allowed. The passageway item shall include the truncated domes. Payment for Construct PCC Bus Turnout per City of La Quinta STD 650 Mod. shall be at the contract bid price per Square Foot and shall include full compensation for providing this item of work, complete in place, including required hand work, aggregate base, and no additional compensation will be allowed. 16.2 Concrete Structures Concrete structures shall conform to Section 207 and 303 of the Standard Specifications and these Special Provisions. Reinforcement shall be Grade 60 and conform with Section 201-2, "Reinforcement for Concrete," and Section 303-1.7, "Placing Reinforcement," of the Standard Specifications. Concrete structures for this project shall consist of reconstruction of catch basin. Concrete to be used in the construction of minor concrete structures shall be Class 560- C-3250, 5" slump concrete. 303-5.9 Measurement and Payment. [Add the following to this section]: Payment for Remove and Reconstruct Portion of Ex. Catch Basin and Gutter Depression per City of La Quinta Std. 300, 330, and per Plan shall be at the contract Lump Sum price and shall include full compensation for providing this item of work, complete in place, including required hand work, rebar per plan, dowels, galvanized steel angle, all joints, the construction of local depression, and no additional compensation will be allowed. Technical Specifications 4000-16 17.0 TRUNCATED DOMES (BID ITEM No. 12) The Contractor shall furnish and install truncated domes at the location shown in the plans. The domes shall conform to the City of La Quinta Standard Detail Number 250 Mod. All dome panels shall be yellow in color. All panels shall be wet -set concrete tiles. Glue down mats will not be allowed. Payment for Sawcut, Remove, and Dispose of Existing Concrete Ramp; Furnish and Install Truncated Dome Concrete Tile per City of La Quinta STD 250 Mod. shall be at the contract bid price per Square Foot and shall include full compensation for providing this item of work, complete in place, including required hand work, and no additional compensation will be allowed. 18.0 ADJUST TO GRADE, STORM DRAIN MANHOLE (BID ITEM No. 22) Adjust to Grade, Storm Drain Manhole shall conform to the provisions in Section 403, "Manhole Adjustment and Reconstruction," of the Standard Specifications and these Special Provisions: 403-3 Manholes in Asphalt Concrete Pavement. [Add the following]: 403-3.1 Adjustment of Manholes. The adjustment to grade of storm drain manholes as shown on the plans, shall conform to Section 403-3 except that the methods and materials used to perform said work shall be performed in conformance with applicable Coachella Valley Water District Standards. This work includes providing all materials and labor adjusting (lowering and raising) the manholes including replacing damaged covers, rings, and frames. Manholes shall be protected in place and shall be accessible at all times during construction. 403-5 Payment. [Add the following]: Payment for Lower and Raise Storm Drain Manhole shall be paid at the contract unit price per Each and shall include full compensation for all labor, materials, tools, and equipment and for doing all work involved in adjusting the manhole, complete in place, as shown on the plans, as specified in the Standard Specifications and these special provisions, and as directed by the Engineer with no additional compensation allowed. Technical Specifications 4000-17 19.0 LANDSCAPE AND IRRIGATION (BID ITEM No. 19) Remove and replace landscaping and irrigation shall conform to Section 800 of the Standard Specifications and these Special Provisions. The Contractor will be required to remove and replace plant/turf material to the existing condition to the furthest extent possible to the daylight line and as indicated in the plans, to the satisfaction of the City of La Quinta. In addition, the Contractor will be responsible for capping and reestablishing the irrigation and grade for the landscaping in the indicated areas. Decomposed granite shall match existing decomposed granite to the furthest extent possible and to the City of La Quinta's satisfaction. The contract Lump Sum price Grade Parkway, Remove, Modify, and Replace Landscape, Hardscape & Irrigation in Kind to Furthest Extent Possible to Join Proposed Curb Ramp includes full compensation for furnishing all labor, materials, tools, equipment, and incidentals, and for doing all the work involved in removing and replacing landscaping and irrigation, complete in place, including importing soil, hauling, legal disposal, adjusting irrigation pull boxes, relocating irrigation pull boxes, grading, plant establishment, placing decomposed granite to match, providing and installing plants, irrigation system, as specified in the Standard Specifications, these special provisions and as directed by the engineer, and no additional compensation will be allowed therefore. 20.0 STRIPING AND PAVEMENT MARKINGS (BID ITEM No. 23) Removing and painting striping and pavement markings shall conform to the provisions in Section 84-1, "General," and 84-3, "Traffic Stripes and Pavement Markings," of the State Standard Specifications and these special provisions. 20.1 Remove Traffic Stripes and Pavement Markings Traffic pavement markings shall be completely removed prior to placing slurry. This is necessary to provide a good bonding surface for the slurry seal, as well as eliminate "ghosting" of the old striping and markings as the new slurry wears off over time. Removals shall be to satisfaction of City. The removal of traffic pavement markings shall be accomplished by grinding. Sand- blasting shall be used with prior City approval only. A minimum of 3 passes with the grinder, per stripe, is required. Removal shall be to a maximum depth of 1/10". Removal depth may exceed 1/10" only when necessary to effectively remove paint. Contractor shall sweep up immediately following striping removals and prior to relocating to next location. Obliteration of stripes or pavement markings by applying black paint or asphalt emulsion is not an approved removal method. Technical Specifications 4000-18 It shall be the responsibility of the contractor to properly dispose of the residue from removal of striping and pavement markings. Payment for Striping and Marking Removal shall be included in the Lump Sum Unit Price of Signing and Striping, Including All Incidentals and shall include full compensation for furnishing all labor, materials, tools, equipment and incidentals, and for the work involved in removal of the existing striping and markings, complete and in place, as specified in these Specifications and the Special Provisions, and no additional compensation will be allowed therefore. 20.2 Refresh Existing Striping Refreshing existing striping and pavement markings shall conform to the provisions in Section 84-1, "General," and 84-3, "Traffic Stripes and Pavement Markings," of the State Standard Specifications and these special provisions. Contractor shall refresh the existing striping and markings that are to remain in the project boundaries as shown on the plan including any striping or markings that are tracked over with construction activities. Existing striping shall be refreshed with one coat with glass beads and shall match existing striping detail. Contractor shall refresh the existing striping, pavement markings, and crosswalks on all legs and all cross streets twenty feet beyond the limit line and crosswalks. Payment for Striping and Marking Refresh shall be included in the Lump Sum Unit Price of Signing and Striping, Including All Incidentals and shall include full compensation for furnishing all labor, materials, tools, equipment and incidentals, and for the work involved in refreshing the crosswalk, complete and in place, as specified in these Specifications and the Special Provisions, and no additional compensation will be allowed therefore. 20.3 Striping and Pavement Markings The CONTRACTOR shall furnish the necessary control points for all striping and markings and shall be responsible for the completeness and accuracy thereof to the satisfaction of the ENGINEER. The CONTRACTOR shall perform all layout, alignment, and stripping layout for traffic stripes and markings. Traffic striping shall not vary by more than '/2 inch in 50 feet from the alignment shown on the plans. The dimensional details of the stripes and markings shall conform to the provisions set forth in the California Manual on Uniform Traffic Control Devices (CAMUTCD) available from Caltrans. STRIPING LAYOUT — Striping Layout shall be completed prior to the removal of any existing stripes or markings. Existing stripes and markings shall be removed prior to painting new ones, but in no case shall any section of street be left without the proper striping for more than 24 hours, or over weekends or holidays. Technical Specifications 4000-19 No striping or painting work shall start until the ENGINEER has specifically approved the striping layout markings. Existing striping and markings, if any, shall be removed prior to painting new, but in no case shall any section of street be left without the proper striping for more than 24 hours, or over the weekends or holidays. MATERIALS - Materials shall conform to the provisions in Section 84-2.02 - "Materials," of the State Standard Specifications and these Special Provisions. All traffic striping and pavement markings shall be two coats of paint with glass beads in each coat. A minimum of 7 days and a maximum of 14 days shall elapse between application of the first and second coats of paint. All traffic striping and pavement markings to be refreshed shall be one coat of paint with glass beads unless otherwise approved by the CITY Engineer. Markers to be installed with 2nd coat. Second coat will not be counted against working days unless second coat is not placed prior to 14 days after last working day. Liquidated damages will apply beyond the 14t" day. The paint for traffic striping and markings shall be as follows- 1. High Performance Water Borne, Rapid Dry, White — High Build Traffic Paint by Ennis Flint, or approved equal. 2. High Performance Water Borne, Rapid Dry, Black — High Build Traffic Paint by Ennis Flint, or approved equal. 3. High Performance Water Borne, Rapid Dry, Yellow — High Build Traffic Paint by Ennis Flint, or approved equal. 4. Methyl Methacrylate Bike Lane Treatment System, Green — Extended Season MMAX by Ennis Flint, or approved equal. All lines, legends, crosswalks, limit lines, and shapes shall be paint. Words and arrows shall include the following: SCHOOL, SIGNAL, AHEAD, XING, RIGHT, KEEP, CLEAR, LEFT, LANE, STOP, ONLY, MALL, BIKE, YIELD, PARKING T's, MPH, 25, 35, 45, & 50 and shall include the following arrow types: TYPE I, II, III. IV, V, VI, VII, Vill, Yield Arrows, and Bike Lane. (Per CALTRANS Standard Plan A24A, A24B and A24C). Crosswalk lines, stop limit lines, and chevrons are considered as pavement markings. The paint for concrete curbs shall be the following, or an approved equal: 1. High Build Traffic Paint by Ennis Flint Red 2. High Build Traffic Paint by Ennis Flint Green 3. High Build Traffic Paint by Ennis Flint Blue All paint shall meet SCAQMD Rule 1113. Payment for Striping and Pavement Markings shall be considered as included in the Lump Sum bid for Signing and Striping, Including All Incidentals and shall include full compensation for furnishing all labor, materials, tools, equipment and incidentals and for doing all the work involved in traffic stripes, and pavement markings, including establishing alignment for stripe and layout work as shown on the plans and as required in the Specifications. Technical Specifications 4000-20 21.0 SIGNING (BID ITEM No. 23) 21.1 Remove/Relocate Roadside Sign Existing roadside signs shall be removed and replaced as shown on the plans. Contractor shall verify that the existing roadside signs to be relocated/replaced meet the current standards and requirements set forth for installing new signs as outlined in section `Install Roadside Signs' in these special provisions. If the existing roadside sign does not meet these standards the non-standard portion shall be removed and replaced. Existing roadside signs at locations shown on the plans to be removed shall not be removed until replacement signs have been installed or until the existing signs are no longer required for direction of public traffic, unless otherwise directed by the ENGINEER. 21.2 Install Roadside Sign Roadside signs shall be installed at the locations shown on the plans or as directed by the CITY and shall conform to the provision in Section 56-2 "Overhead Sign Structures," of the State Standard Specifications, the retro-reflective requirements now included in the 2014 CAMUTCD and these Special Provisions. This item of work also includes replacing an existing sign on a mast arm with a new sign per the project plans. New signs shall be installed using metal posts set at a minimum of 30-inch depth in a minimum 12-inch square PCC, except as specified otherwise, the metal post shall be 2" square galvanized steel "qwik-punch" with 30" breakaway base and 18" sleeve. The length of the metal post shall be sufficient to extend from the top of the sign to 30-inches below the top of the concrete footing and provide a 7 — foot clearance between the finished grade at the parking space and the bottom of the sign. The depth of the concrete footings shall be sufficient to extend at least 6-inches below the bottom of the posts. 1/4-inch expansion paper shall be placed between the sign foundation and sidewalk. Pneumatic installation as approved. 21.3 Measurement and Payment The contract Lump Sum price paid for Signing and Striping, Including All Incidentals includes full compensation for furnishing all labor, materials (including metal posts), tools, equipment, and incidentals, and for doing all the work involved in removing, relocating, replacing, and installing new traffic signs on posts or signals, complete in place, including the installation of sign panels, footings, removal of footings, as shown on the plans, as specified in the Standard Specifications and these special provisions, and as directed by the engineer, and no additional compensation will be allowed therefore. Technical Specifications 4000-21 22.0 TRAFFIC SIGNAL MODIFICATION (BID ITEM No. 20 and 21) The work to be done consists of the modification of traffic signals, including but not limited to, installing new pull boxes and relocating pedestrian push button post shall conform to Section 700 "Street Lighting and Traffic Signal — Materials" and Section 701 "Street Lighting and Traffic Signal — Construction" of the Standard Specifications, and these special provisions. Traffic Signal Removal shall conform to the provisions in Section 401 "Removal" of the Standard Specifications, Section 87-21 of the State Standard Specifications, in addition to the provisions listed below. Materials to be removed/relocated and salvaged, to the City Yard (Public Works Maintenance Facility), include: • Pull Box • Pedestrian Push Button Assemblies • Pedestrian Push Button Post Prior to delivery of the salvaged equipment, to the City Yard (Public Works Maintenance Facility), 78109 Avenue 52. The Contractor shall coordinate with the City Staff at least 24 hours prior to delivery, (760) 777-7190. The costs of salvaging and delivering equipment shall be included in the Each (EA) price for Remove and Relocate Existing PPB and PPB Post per CALTRANS Std. ES-7A and Salvage to City Existing Pull Box and Furnish and Install New No. 6(T) Traffic Pull Box per CALTRANS Std. Plan ES-813 and no additional compensation shall be allowed therefor. The Contractor shall provide all equipment and labor to deliver, move, and locate salvaged equipment as directed by City Staff. STANDARDS, POLES, PEDESTALS, AND POSTS Standards, poles, pedestals, and posts shall conform to the provisions in Section 56-3, "Standards, Poles, Pedestals, and Posts", of the State Standards Specifications and these Special Provisions. The Contractor will be responsible to pick up the pedestrian push button post from the City of La Quinta's Yard and responsible to bring them to the site. Several utilities may exist in the area; any and all utility locations shown in any plans should be considered approximate. The installer shall be responsible for calling the appropriate authority and all affected utility companies prior to any drilling or excavation on this project. Technical Specifications 4000-22 The install shall stake all proposed pedestrian push button station locations after utility locations are finalized. The City having authority must approve these locations prior to any drilling or excavation on the project. Payment for Remove and Relocate Existing PPB and PPB Post per CALTRANS Std. ES-7A shall be measured and paid for at the contract unit price per Each and shall include full compensation for all labor, materials, tools, and equipment and for doing all work involved in removing and relocating pedestrian push button post in accordance with the specified drawing, and appurtenances, complete in place, as directed by the Engineer, and no additional compensation will be allowed therefore. PULL BOXES Pull boxes shall conform to the provisions in section 86-1.02C "Pull Boxes" of the State Standard Specifications and these Special Provisions. Where concrete improvements have a traffic signal pull box within or adjacent to the limits of removal, the contractor shall furnish and install a new traffic signal pull box in accordance with the 2018 CALTRANS Standard Plan ES-813. All pull boxes shall be No. 6(T) unless otherwise noted on the plan(s). Contractor shall provide a submittal of the proposed traffic signal pull box to be used for approval by the City. Pull boxes shall be bedded in crushed rock and grouted. The grout shall be a minimum of 0.5 inches thick and sloped to a drain hole. Pull boxes installed in unimproved areas shall be installed similar to the traffic installations shown on Standard Plan, except that cover shall be set 2" above existing grade and the concrete surround shall be 12" thick and sloped from existing grade to the top of the pull box. Number 6 pull boxes adjacent to controller shall include an extension. Pull box cover markings shall conform to indicate "Traffic Signal" on traffic signal communication pull boxes. Section 86-1.02C(1), "General", and shall pull boxes and "Signal Comm" on signal No pull boxes shall be relocated as a part of the construction. Should pull boxes require relocation, the Contractor shall furnish and install a new pull box in accordance with these provisions. Payment for Salvage to City Existing Pull Box and Furnish and Install New No. 6(T) Traffic Pull Box per CALTRANS Std. Plan ES-813 shall be measured and paid for at the contract unit price per Each and shall include full compensation for all labor, materials, tools, and equipment and for doing all work involved in installing traffic signal pull boxes in accordance with the specified drawing, including gravel and grouting, complete in place, as directed by the Engineer, and no additional compensation will be allowed therefore. Technical Specifications 4000-23 APPENDIX A ESCROW AGREEMENT FOR SECURITY DEPOSITS IN LIEU OF RETENTION (3 PAGES) ESCROW AGREEMENT FOR SECURITY DEPOSITS IN LIEU OF RETENTION This Escrow Agreement is made and entered into by and between the City of La Quinta whose address is 78-495 Calle Tampico, La Quinta, California, 92253, hereinafter called City, and hereinafter called Contractor whose address is , and hereinafter called Escrow Agent whose address is: For the consideration hereinafter set forth, the City, Contractor, and Escrow Agent agree as follows: 1. Pursuant to Section 22300 of the Public Contract Code of the State of California, Contractor has the option to deposit securities which meet the requirements set forth in said Section 22300, with Escrow Agent, as a substitute for retention earnings required to be withheld by City pursuant to the Construction Contract entered into between City and Contractor for City Project No. 2022-25, Federal Project No. HIPL-5433(021), Highway 111 Resurfacing Project, in the amount of Dollars, dated hereinafter referred to as the Contract. When Contractor deposits the securities as a substitute for Contract earnings, the Escrow Agent shall notify the City within 10 days of the deposit. The market value of the securities at the time of the substitution shall be at least equal to the cash amount then required to be withheld as retention under the terms of the Contract between the City and Contractor. Securities shall be held in the name of City of La Quinta and shall designate the Contractor as the beneficial owner. 2. City shall make progress payments to Contractor for such funds which otherwise would be withheld from progress payments pursuant to the Contract provisions, provided that the Escrow Agent holds securities in the form and amount specified above. 3. Alternatively, City may make payments directly to Escrow Agent in the amount of retention for the benefit of the City until such time as the escrow created hereunder is terminated. 4. Contractor shall be responsible for paying all fees for the expenses incurred by Escrow Agent in administering the escrow account. These expenses and payment terms shall be determined by the Contractor and Escrow Agent. 5. The interest earned on the securities or the money market accounts held in escrow and all interest earned on that interest shall be for the sole account of Contractor and shall be subject to withdrawal by Contractor at any time and from time to time without notice to the City. Appendix A Page 1 6. Contractor shall have the right to withdraw all or any part of the principal in the Escrow Account only by written notice to Escrow Agent accompanied by written authorization from City to the Escrow Agent that City consents to the withdrawal of the amount sought to be withdrawn by Contractor. 7. The City shall have a right to draw upon the securities in the event of default by the Contractor. Upon seven days' written notice to the Escrow Agent from the City of the default, the Escrow Agent shall immediately convert the securities to cash and shall distribute the cash as instructed by the City. 8. Upon receipt of written notification from the City certifying that the Contract is final and complete, and that the Contractor has complied with all requirements and procedures applicable to the Contract, Escrow Agent shall release to Contractor all securities and interest on deposit less escrow fees and charges of the Escrow Account. The escrow shall be closed immediately upon disbursement of all moneys and securities on deposit and payments of fees and charges. 9. Escrow Agent shall rely on the written notifications from the City and the Contractor pursuant to Sections (4) to (6), inclusive, of this Agreement, and City and Contractor shall hold Escrow Agent harmless from Escrow Agent's release and disbursement of the securities and interest as set forth above. 10. The names of the persons who are authorized to give written notice or to receive written notice on behalf of the City and on behalf of Contractor in connection with the foregoing, and exemplars of their respective signatures are as follows: On Behalf of City: Title Name Signature Address On Behalf of Contractor: Title Name Signature Address Appendix A Page 2 On Behalf of Escrow Agent: Title Name Signature Address At the time the Escrow Account is opened, City and Contractor shall deliver to the Escrow Agent a fully executed counterpart of this Agreement. IN WITNESS WHEREOF, the parties have executed this Agreement by their proper officers on the date first set forth above. CITY: Title Name Signature CONTRACTOR: Title Name Signature Appendix A Page 3 APPENDIX B STANDARD PLANS (47 PAGES) STREET CLASSIFICATION TRAFFIC INDEX AC THICKNESS BASE THICKNESS AUGMENTED MAJOR ARTERIAL TI = 9 5.5" 6.5" MAJOR ARTERIAL TI = 9 5.5" 6.5" PRIMARY ARTERIAL TI = 8 4.5" 6" SECONDARY ARTERIAL TI = 7.5 4" 6" COLLECTOR STREET TI = 7 4" 5" LOCAL (RESIDENTIAL) STREET TI = 6 3" 4.5" PARKING LOT DRIVE AISLE TI = 6 3" 4.5" PARKING BAYS TI = 5.5 3" 4.0" NOTES: 1. ASPHALT CONCRETE THICKNESS SHOWN IN THIS TABLE IS THE MINIMUM ALLOWABLE THICKNESS FOR THE RESPECTIVE STREET CLASSIFICATION. ASPHALT CONCRETE (AC) AND CRUSHED AGGREGATE BASE (CAB) THICKNESS IS BASED ON AN ASSUMED SOIL RESISTANCE VALUE (R-VALUE) GREATER THAN, OR EQUAL TO, 50 FOR THE SUBGRADE SOIL UNDER THE STRUCTURAL SECTION. IF THE ACTUAL TESTED R-VALUE FOR THE SUBGRADE SOIL IS BELOW 50, THE STRUCTURAL SECTION MUST BE INCREASED. CONTRACTOR SHALL PROVIDE SOIL TEST(S) (NO LATER THAN THREE DAYS PRIOR TO BASE PLACEMENT) TO CONFIRM STREET AND PARKING LOT SECTIONS. THE CITY ENGINEER SHALL APPROVE THE ACTUAL SUBGRADE R -VALUES AND FINAL STREET SECTION PRIOR TO BASE PLACEMENT. THE STRUCTURAL SECTION SHALL BE CALCULATED UTILIZING A 20-YEAR DESIGN LIFE IN ACCORDANCE WITH CHAPTER 6 OF THE CALTRANS HIGHWAY DESIGN MANUAL (www.dot.ca.gov). 2. ALL ROADWAY AND PARKING LOT GRADES SHALL BE COMPACTED TO A MINIMUM OF 95% RELATIVE COMPACTION PER ASTM SPECIFICATION D1557 AT THE UPPER 1 FT OF FINISHED SUBGRADE. ALL ROADWAY AND PARKING LOT GRADES ON ENGINEERED FILL SHALL BE COMPACTED TO A MINIMUM OF 95% RELATIVE COMPACTION PER ASTM SPECIFICATION D1557 AT THE UPPER 3 FT OF FINISHED SUBGRADE. COMPACTION TESTING SHALL BE EVERY 200 LINEAR FT. OF ROADWAY OR DRIVE AISLE (TYP.). 3. CLASS 2 BASE OR CRUSHED AGGREGATE BASE IS TO BE UTILIZED FOR ALL PAVEMENT SECTIONS. ONSITE RECYCLED BASE OR EQUAL IS ALLOWABLE SUBJECT TO CITY ENGINEER APPROVAL. NO CRUSHED MISCELLANEOUS BASE IS ALLOWABLE. 4. ASPHALT CONCRETE 'PAVING, EXCEPT FOR OVERLAYS, SHALL BE INSTALLED IN TWO (2) OR MORE COURSES WITH MIX DESIGNS THAT CONFORM TO LATEST EDITION OF SECTION 400 OF THE STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION (SSPWC) "GREENBOOK" NOTED AS FOLLOWS: WEARING COURSE (UPPER COURSE): IIIA-C2-PG70-10 BASE COURSE (LOWER COURSE): IIIB-B3-PG70-10 WEARING COURSE SHALL BE 0.1 FEET THICK OR 1.2 INCHES THICK (MINIMUM); INCLUDING GRIND AND OVERLAY INSTALLATIONS; THE BASE COURSE(S) SHALL CONTAIN THE BALANCE OF THE REQUIRED ASPHALT CONCRETE THICKNESS. A SINGLE 3 INCH LIFT OF WEARING COURSE IS ALLOWABLE IN PARKING STALL LOCATIONS CONDITIONAL ON A PRE -APPROVED CITY EQUIVALENT WEARING/BASE SECTION. RUBBERIZED ASPHALT IS NOT ALLOWED WITHOUT PRIOR CITY ENGINEER APPROVAL. REVISIONS DEPARTMENT OF PUBLIC WORKS . STANDARD No. DATE ENGINEERING DIVISION 9v PLAN No. APPROVED BY: MIN. STRUCTURAL SECTION 9S FOR ASPHALT CONCRETE D: IMOTHYR.JO ASS E. DATE PAVEMENT SHEET Poblk Work Di ctor Engineer R-� I A 1 1 1 E G rt 1 OF i R.C.E.No.4 ALU JV CONCRETE MAXIMUM IMPROVEMENT TYPE CLASS SLUMP (SEE NOTES BELOW) (INCHES) CONCRETE PAVEMENT 520-A-2500 3" CURB, INTEGRAL CURB AND PAVEMENT, GUTTER, SIDEWALK, CURB RAMPS 520-C-2500 or 4„ 520-C-2500P EXTRUDED CURB, CURB & GUTTER 520-C-2500 2" DRIVEWAYS, DRIVEWAY APRONS, CROSS GUTTERS & SPANDRELS 560-C-3250 or 5" or 4" 565-C-3250P RESPECTIVELY PIPE COLLARS, MANHOLES, CATCH BASINS, SIDEWALKS CULVERTS 560-C-3250 or 5" or 4" 565-C-3250P RESPECTIVELY TRENCH BACKFILL SLURRY (2 SACK SLURRY) 100-E-100 5" TRAFFIC SIGNAL FOUNDATIONS, SURVEY MONUMENTS 565-A-3500 4" FENCE AND GUARDRAIL POST FOUNDATIONS 500-C-2500 5" CONCRETE NOT OTHERWISE SPECIFIED 560-C-3250 or 5" or 4" 565-C-3250P RESPECTIVELY NOTES: 1. USE B AGGREGATE GRADATION WHEN PLACING CONDITIONS PERMIT. FLY ASH USE IS NOT ALLOWABLE, EXCEPTING USE OF CLASS F FLY ASH FOR SPECIAL EXPOSURE CONCRETE FOR CORROSIVE SOIL CONDITIONS PER TABLE 201-1.2.5 OF THE 2006 GREENBOOK. 2. CORROSIVE SOIL IN CONTACT WITH CONCRETE (HIGH SULFATES, HIGH CHLORIDES AND/OR LOW RESISTIVITY) SHALL UTILIZE CONCRETE MIX SPECIFICATION. APPROVED CORROSIVE SOIL ISOLATION METHODS SHALL INCLUDE CONCRETE INSTALLATION ON CRUSHED AGGREGATE BASE (CAB) OR CLASS II BASE. 3. USE CLASS II BASE OR CRUSHED AGGREGATE BASE (CAB) PER STANDARD PLAN OR STREET SECTION. NO CRUSHED MISCELLANEOUS BASE UNLESS SPECIFIED BY PLAN AND CITY ENGINEER. SIDEWALK, CURB AND GUTTER PLACEMENT ON 6 INCH MINIMUM, 90% COMPACTED NATIVE PER ASTM D1557 OR PER SPECIFIC SOILS ENGINEER RECOMMENDATION AS APPLICABLE. 4. PREMOLDED Y" THICK EXPANSION FELT PER CITY STANDARD 208 SHALL BE INSTALLED AT INTERVALS NO GREATER THAN 30 FT, FOR ALL TYPES OF CONCRETE FLAT WORK AND CURB/GUTTER, INCLUDING AT THE B.C. AND E.C. OF CURB RETURNS, AT Y4 DELTA INTERVALS AT ALL RETURNS, AS WELL AS AT THE ENDS OF DRIVEWAYS AND AT ADJOINING STRUCTURES. EXPANSION FELT TO INCLUDE WOOD CAP FOR ALL FLATWORK AND NOT REQUIRED AT CURB AND GUTTERS. JOINTS IN SIDEWALKS TO BE IN ALIGNMENT WITH THOSE IN THE CURB & GUTTER WHEN THE TWO ARE ADJACENT, DEEP SCORE, Y16" WIDE WEAKENED PLANE JOINTS ( 1 Y2" INCH DEEP FOR CURB & GUTTER, 1 INCH DEEP ALL OTHERS) SHALL BE INSTALLED AT 10 FT INTERVALS PER CITY STANDARD 208. WEAKENED PLANE JOINTS SHALL BE FINISHED WITH A Y4 INCH RADIUS EDGING TOOL, POLYETHYLENE SHEETING (1 MIL OR GREATER THICKNESS) OR EQUIVALENT BOND BREAKER SHALL BE PLACED AT ALL BACK OF CURB/FLATWORK INTERFACES, INCLUDING STAMPED CONCRETE MEDIANS. 5. ALL DRIVEWAYS AND DRIVEWAY APPROACHES SHALL BE A MINIMUM OF 6 INCHES THICK. ALL SIDEWALKS SHALL BE A MINIMUM OF 4 INCHES THICK WITH SIDEWALKS AND OTHER FLATWORK SUBJECT TO VEHICULAR TRAFFIC A MINIMUM OF 6 INCHES THICK. 6. NEW CONCRETE SPLICES OR CONNECTIONS TO EXISTING CONCRETE SHALL HAVE #4 REINFORCING STEEL DOWELS INSTALLED A MINIMUM OF 31NCHES INTO EXISTING AND NEW CONCRETE OR EQUIVALENT KEY OF A MINIMUM OF 4 INCHES. 7. COLORED CONCRETE SHALL BE CURED WITH W.R. MEADOWS VOCOMP-20 WATER BASED ACRYLIC CURING AND SEALING COMPOUND OR EQUAL, REVISIONS DEPARTMENT OF PUBLIC WORKS . STANDARD Na. DATE ENGINEERING DIVISION PLAN No. APPROVED BY: 200 409 4a� CONCRETE "PublicWorksDir O A SON, P,E. DA7E SPECIFICATIONS SHEET r/CiryEngineer 9OF1 R.C.E. No. 45843 Cl 0 N 0 z R 3/8" 12 1 /2" CLASS "C" CONCRETE 1.601 CU. FT. / L.F. 1 CU. YD. = 16.86 L.F. ROADBED WIDTH TO THIS POINT i i SURFACING 24" i i i 318" 31 1/2" MINIMUM PERMISSIBLE GRADE IS 0.50% UNLESS SPECIFIC APPROVAL IS GIVEN BY THE CITY ENGINEER PRIOR TO DESIGN. REVISIONS: APPROVED 08/21 /01 CHRIS A. VOGT CITY ENGINEER RCE 44250 NOTE: IF AN EXIST. EXPANSION JOINT IS 10' OR LESS AWAY FROM THE DIMENSIONED JOINT, REMOVE EXIST. CURB TO THE EXIST. EXPANSION JOINT IN LIEU OF THE SAW CUT. o4 4P Qumrcu C:.M tiF -O 6" CURB AND GUTTER STANDARD 201 SHEET 1 OF 1 0 N 0 Z O H U) 0 H U cr R 3/8" Imo_ all —J 14 1/2" ROADBED WIDTH TO THIS POINT CLASS "c" CONCRETE 1.73 CU. FT. / L.F. 1 CU. YD. = 15.60 L.F. MINIMUM PERMISSIBLE GRADE IS 0.50% UNLESS SPECIFIC APPROVAL IS GIVEN BY THE CITY ENGINEER PRIOR TO DESIGN. REVISIONS: APPROVED 08/21 /01 CHRIS A. VOGT CITY ENGINEER RCE 44250 C4 Y �C.yO rn�V� NOTE: IF AN EXIST. EXPANSION JOINT IS 10' OR LESS AWAY FROM THE DIMENSIONED JOINT, REMOVE EXIST. CURB TO THE EXIST. EXPANSION JOINT IN LIEU OF THE SAW CUT. 8" CURB AND GUTTER STANDARD 202 SHEET 1 OF 1 L 0 N O Z 0 F GUTTER Ate--• EXPANSION I JOINT i A4 - 10'-0" CURBFACE WEAKENED PLANE I JOINT ' TOP OF FILLER 1/4" BELOW SURFACE ° o R 114" R 1/4 o s s v tp • PREMOLDED °' v °• °' ° a ° EXPANSION JOINT FILLER 1 /2" —►i Imo - SECTION "A -A" EXPANSION JOINT EXPANSION JOINTS TO BE INSTALLED AT ALL B.C.'S, E.C.'S, CURB RETURNS, AND STRUCTURES. 1 1 /2 " • • V ° ' V ° • V °' 10'-0" TOP OF ° 'UR SECTION "B-B" WEAKENED PLANE JOINT WEAKENED PLANE JOINT 10' INTERVAL BETWEEN TRANSVERSE JOINTS MAY BE VARIED TO ALLOW MATCHING OF JOINTS IN ADJACENT EXISTING INMPROVEMENTS. TYPICAL PLAN VIEW U REVISIONS: APPROVED 08 /21 /01 CHRIS A. VOGT CITY ENGINEER RCE 44250 CURB AND GUTTER JOINTS STANDARD • SHEET 1 OF 1 tz� 7--� co c; VARIABLE VARIABLE VMABLE TYPE "A-WOR"ArW CURB AND GUTTER CURB FACE CURB FACE i� GUTTER GUTTER TOP OF CURB I TOP OF CURS IN. A -------- A/4 RIGHT OF WAY 14/ 413, 1& 14 ...... . . . . . . 7 CROSS GUTTER FOR USE WTH TYPESA.5- AND -"'CUFW, APRON TIfICMESS TO BE W MINIMUM. CROSS GUTTER THHM'(NESS TO BE 5"MINIMUM, CLASS"C" CONCRETE PLACE 6- BASE UNDER ENTIRE SPANDREL AREA O WEAKENED PLANE JOINTS TO BE CONSTRUCTED AT 113 POINTS ON 2T RADIUS SPANDRELS, AND AT 1/4 POINTS ON 35' RADIUS SPANDRELS. CONSTRUCT WEAKENED PLANE JO(NT(S) PER STANDARD #208 AT MIDPOINT OF CROSS GUTTERS LESS THAN 40' LONG, OR AT 113 POINTS OF CROSS GUTTERS OF 41Y OR LONGER. THIS PORTION OF SPANDREL AND CROSS GUTTER SHALL HAVE AN ADDITIONAL a WCHES OF CLASS '8" CONCRETE. CONSTRUCT EXPANSION JOINT PER STANDARD 0 208. 10 CONSTRUCT WEAKENED PLANE JOINT PER STANDARD# 208. CONSTRUCT CROSS GUTTER PER STANDARD# 231. REVISIONS. APPROVED 08/21/01 STANDARD CHRIS A. VOGT 230 CITY ENGINEER RUE 4425D CROSS GUTTER LAYOUT I - I SHEET 1 OF 1 1 SURFACING 6" MIN. IIII I- 1 6" MIN. - PER ASTM D1557 10 FT. CROSS GUTTER 6' rL 1„ 3' 3' 1„ SURFACING 1 Y2" MIN. Y4 LIP 2" MAX. SURFACING LEVEL LINE I _ .Yap LIP 6" MI 6" MIN. T- € -€ €, 6" MIN? i I I=1 I I I I I f- 6" MIN. 6" MIN. CAB MATERIAL CONCRETE PER CITY STD. 200 SUB GRADE 95% COMPACTED PER ASTM D1557 6 FT. CROSS GUTTER {PRIVATE} REVISIONS DEPARTMENT OF PUBLIC WORKS STANDARD No. DATE ENGINEERING DIVISION PLAN No. APPROVED BY: 231 44LZ -:Z II . CROSS GUTTER IMOTkY R. JON SSO , P DA E SHEET Public Works Die for/ ngineer 1 OF 1 R.C.E. No. 458 1" 'LIP SURFACING " MIN. -III` 6" MIN. CONCRETE PER CITY STD. 200 VARIF..R MOTF- 5 V c SIDEWALK ALL CONSTRUCTION SHALL BE CLASS FFCFFCONCRETE. AGGREGATE BASE OR APPROVED SELECT MATERIAL WHEN SOILS REPORT INDICATES PRESENCE OF EXPANSIVE SOIL CONDITIONS. REVISIONS: APPROVED 08 /21 /01 CHRIS A. VOGT CITY ENGINEER RCE 44250 oy �� ~ Qu &F Ira c_ SIDEWALK AND CURB QnnnQQn %nnnTW STANDARD 240 SHEET 1 OF 1 x d 1 LLI E aZY a a 1 a S a — -- I 3 --L— ACCESS RAMP t\ DRIVEWAY I 1 YI P J =WEAKENED PLANE JOINT EXP JT =EXPANSION JOINT 13CR = BE OF CURB RETURN ECR = END OF CURB RETURN t't I I SCR EXP JT EXP JT _ _ .s w P J NOTES: 1. WEAKENED PLANE JOINTS SHALL BE USED FOR ALL JOINTS. EXCEPT EXPANSION JOINTS SHALL BE PLACED IN CURB, GUTTER AND SIDEWALK AT THE BCP AND ECR, AND AROUND TREE WELL JTILITY FOLES LOCATED IN SIDEWALK AREAS- WPJ2. CURB AND GUTTER SHALL BE CONSTRUCTED SEPARATELY FROM SIDEWALK. 3. WEAKENED PLANE JOINTS SHALL BE CONSTRUCTED AT REGULAR INTERVALS, NOT EXCEEDING 10 FEET IN WALKS OR 20 FEET IN GUTTERS. WALK AND CURB JOINTS WPJ W P J SHALL BE ALIGNED. f UTILITY POLE CURS _ EXP JT WPJ GUTTER PROPERTY LINE EXP JT EXP JT ECR i i g �q 't I � i` I ` ACCESS RAMP — -- ff )/, ` q w x 3 uA REVISIONS: APPROVED 08 21 01 p CHRIS A. VOGT CGFTM ` CITY ENGINEER RGE 44250 CURB SIDEWALK JOINTS STANDARD 241 SHEET 1 OF 1 SINGLE RAMP RADIUS < 35' EXPANSION JOINT (SEE STD. NO. 208) WHEN SIDEWALK IS AT THE RIGHT-OF-WAY OR WHEN MEANDERING - EXPANSION JOINT 6'TOFL4' MIN LANDING (SEE STD. NO. 208) } WEAKENED PLANE JOINT (SEE NOTE 6) 3/2 DELTA BCR , j' WASHED EXPOSED AGGREGATE FOR RAMPS LINKED TO PMULTI-PURPOSE TRAIL ,\\ 24" MIN. CURB WITHIN MARKED �9( CROSSWALK (SEE NOTE 8) ` SEE TABLE "X" ON SHEET 6 W ,. . . CROSSWALK 45' X. WEAKENED PLANE JOINT (SEE NOTE 6) CURB AND GUTTER DETAILS PER STD. NO. 201 OR 202 24" MIN. CURB WITHIN MARKED CROSSWALK (SEE NOTE 8) TRUNCATED DOME CONCRETE TILE DETAIL STD. 250, SHEET 7 OF 8 4' SEE NOTE 4 2' 2' 3' TOP OF MAX. DETECTABLE RAMP ROUNDED FLUSH WARNING (SEE NOTE 3)/ i 2%PVMT. ----- --- —_�_ 5% �No MAX SEE NOTE 7 SEE SHEET 8 OF 8 FOR NOTES APRON WIDTH TABLE - W TABLE Y W RAMP TYPE COLD JOINT Y J Q 4' MIN. N A� O 10'MIN v RAMP CONSTRUCTION SHALL — 12' INCLUDE CURB AND GUTTER AND SIDEWALK FROM BCR TO ECR Y (SEE TABLE Y BELOW)- 4' MIN. SEE NOTE 1 TRUNCATED DOME CONCRETE TILE DETAIL STD. 250, SHEET 7 OF 8 SECTION A -A CF Y• Y = CURB FACE (FT) 6.33 /0 4' STANDARD PEDESTRIAN 6" 7 90, 6 LINKED TO MULTI -PURPOSE TRAIL 8" 10.53' 'Y' SHALL NOT EXCEED 10.53', UNLESS APPROVED BY THE CITY ENGINEER SCALE REVISIONS /�DESIGN AND DEVELOPMENT STANDARD "1iLU PLAN NO. NTS No. DATE DEPARTMENT APPROVED BY: 250 s CURB RAMP - :• MY MCKINNEY, P.E. DATE CASE A S7EE c CrtyEngmcw 1 �OF7t�• R.C.E. No. 49418 SINGLE RAMP RADIUS 5 25' SEE PROFILE SHEET 6 OF 8 EXPANSION JOINT (SEE STD. NO. 208) EXPANSION JOINT (SEE STD. NO. 208) Y DELTA 04 u 2 \ �� \ W 4' MIN. LANDING -J WEAKENED PLANE JOINT (SEE NOTE 6) 24" MIN. CURB WITHIN MARKED CROSSWALK (SEE NOTE 8) TRUNCATED DOME CONCRETE TILE - DETAIL STD. 250, SHEET 7 OF 8 BCR 6'TOrL CURB AND GUTTER DETAILS PER STD. NO. 201 OR 202 4' MIN. LANDING WEAKENED PLANE JOINT (SEE NOTE 6) 24" MIN. CURB WITHIN MARKED CROSSWALK (SEE NOTE 8) SEE TABLE "X" ON SHEET 6 �{�CROSSWALK 10-MIN I RAMP CONSTRUCTION SHALL 12' INCLUDE CURB AND GUTTER AND SIDEWALK FROM BCR TO ECR 4 CONSTRUCT RETAINING CURB UNLESS SEE NOTE 4 OTHERWISE SPECIFIED 2' 2' 3' � 4" MIN. MAX. DETECTABLE FLUSH WARNING (SEE NOTE 3) 2% 2% P� - /' 7,,,,,,,Tr:,, %4" MIN. COLD JOINT SEE NOTE 7 TDOME CONCRETE TILE DETAIL STD. 250, SHEET 7 OF 8 SECTION A -A SEE SHEET 8 OF 8 FOR NOTES SCALE 10-MIN I RAMP CONSTRUCTION SHALL 12' INCLUDE CURB AND GUTTER AND SIDEWALK FROM BCR TO ECR 4 CONSTRUCT RETAINING CURB UNLESS SEE NOTE 4 OTHERWISE SPECIFIED 2' 2' 3' � 4" MIN. MAX. DETECTABLE FLUSH WARNING (SEE NOTE 3) 2% 2% P� - /' 7,,,,,,,Tr:,, %4" MIN. COLD JOINT SEE NOTE 7 TDOME CONCRETE TILE DETAIL STD. 250, SHEET 7 OF 8 SECTION A -A SEE SHEET 8 OF 8 FOR NOTES SCALE VISIONS QuAm ���/� 4-v DESIGN AND DEVELOPMENT STANDARD PLAN NO. [No, NTS DATE U DEPARTMENT .� APPROVED BY: CURB RAMP 250 SHEET F �• �� � CASE B BRY MCKINNEY, P. DATE rE `i44 OF'Mf City Engineer 20178 R.C.E No,49418 "DOUBLE RAMP RADIUS 2 35' EXPANSION JOINT - (SEE STD. NO. 208) WHEN SIDEWALK IS AT THE RIGHT-OF-WAY OR WHEN MEANDERING EXPANSION JOINT (SEE STD. NO. 208) 312 DELTA BCR a '. OELTA �I 9 A W 4' MIN LANDING -J CURB AND GUTTER DETAILS PER STD. NO. 201 OR 202 24" MIN. CURB WITHIN MARKED CROSSWALK (SEE NOTE 8) TRUNCATED DOME CONCRETE TILE DETAIL STD. 250, SHEET 7 OF 8 4' SEE NOTE 4 - - 4' MIN LANDING SEE TABLE "Y" BELOW SEE TABLE "X" ON SHEET 6 WEAKENED PLANE JOINT (SEE NOTE 6) T Y WASHED EXPOSED AGGREGATE Ate' Q FOR RAMPS LINKED TO MULTI -PURPOSE TRAIL U) � RAMP CONSTRUCTION SHALL 10'MIN v INCLUDE CURB AND GUTTER AND SIDEWALK FROM BCR TO ECR Y (SEE TABLE Y BELOW)' 4' MIN. SEE NOTE 1 2' 2' 3' TOP OF MAX. DETECTABLE ^ RAMP ROUNDED FLUSH WARNING (SEE NOTE 3), 2% PVMT SEE NOTE 7 COLD JOINT TRUNCATED DOME CONCRETE TILE DETAIL TABLE Y CF Y' 6' 7.90' 8' 10.53' STD. 250, SHEET 7 OF 8 SECTION A -A SEE SHEET 8 OF 8 FOR NOTES APRON WIDTH TABLE - W W RAMP TYPE CURB FACE (� Y - 6.33% 4' STANDARD PEDESTRIAN 'Y' SHALL NOT EXCEED 10.53'. UNLESS APPROVED BY THE CITY ENGINEER " ELIMINATE ONE RAMP IF NO FUTURE PATH OF TRAVEL EXIST o.64P ! I SCALE REVISIONS C1'� QU4w NTS NDATE tu+ APPROVED BY: a` �C ti BR Y N MCKINNEY, P.E. DATE City Engineer 'y OF R C. E No. 49418 6' LINKED TO MULTI -PURPOSE TRAIL DESIGN AND DEVELOPMENT I STANDARDI DEPARTMENT PLAN NO. CURB RAMP 250 CASE C SHEET 3 OF 8 "DOUBLE RAMP 6' TO FL RADIUS> 35' EXPANSION JOINT SEE PROFILE (SEE STD. NO. 208) SHEET 6 OF 8 3'2 DELTA 24" MIN. CURB WITHIN MARKED \ BCR CROSSWALK (SEE NOTE 8) b 'ELT4 SEE TABLE "X" ON SHEET 6 4' MIN. LANDING \ ,x EXPANSION JOINT V p►� (SEE STD. NO. 208) W A \ CURB AND GUTTER , . CROSSWALK- DETAILS PER STD. NO. 201 OR 202 WEAKENED PLANE JOINT 4' M (SEE NOTE 6) TRUNCATED DOME CONCRETE TILE DETAIL STD. 250, SHEET 7 OF 8 RAMP CONSTRUCTION SHALL INCLUDE CURB AND GUTTER AND SIDEWALK FROM BCR TO ECR _ 4' CONSTRUCT RETAINING - SEE NOTE 4 CURB UNLESS OTHERWISE SPECIFIED 2' 2' 3' 4" MIN. MAX. DETECTABLE FLUSH WARNING (SEE NOTE 3) 2% 2% PVMT. — - 4" MIN, 5% M -_� COLD JOINT SEE NOTE 7 TRUNCATED DOME CONCRETE TILE DETAIL STD. 250, SHEET 7 OF 8 SECTION A -A SEE SHEET 8 OF 8 FOR NOTES '" ELIMINATE ONE RAMP IF NO FUTURE PATH OF TRAVEL EXIST SCALE N•I�S REVISIONS C`�� 0 A � ��, t,_,�� (]D� (,�jt,� DESIGN AND DEVELOPMENT DEPARTMENT STANDARD PLAN NO. 250 1 No. DATE �- r. OF APPROVED BY: �> CURB RAMP CASE D SHEET 4 OF 8 BRYAN MCKINNEY, P.E. DATE Crty Eogin°°r RC.E No. 49418 Oft AAr r A A Ar r VARIES 5' MIN. 4' MIN. 5' MIN. VARIES LANDING C.F. FULL HEIGHT A-� O z 1 Q M (6' FOR 6" C.F.) U 2 (8' FOR 8" C.F.) o BCR Z BCR I J 0" C.F. TRUNCATED DOME CONCRETE TILE DETAIL 0 C.F. R STD. 250, SHEET 7 OF 8 / C-F. FULL HEIGHT C.F. FULL HEIGHT 4' Y (SEE TABLE Y BELOW)' 4' MIN. SEE NOTE 4 SEE NOTE 1 2' 2' 3' MAX. DETECTABLE TOP OF RAMP ROUNDED FLUSH WARNING (SEE NOTE 3) 2% PVMT. - - - - - - 5% MAX.7 SEE NOTE 7 COLD JOINT / TRUNCATED DOME CONCRETE TILE DETAIL STD. 250, SHEET 7 OF 8 SECTION A -A SEE SHEET 8 OF 8 FOR NOTES TABLE Y CIFY' 6" 7 90' Y = CURB FACE (FT) 6.33% 8" 10.53' 'Y' SHALL NOT EXCEED 10.53'. UNLESS APPROVED BY THE CITY ENGINEER SCALE REVISIONS /�,. DESIGN AND DEVELOPMENT STANDARD 1iLU DEPARTMENT PLAN NO. NT�S No. DATE APPROVED BY: 250 CURB RAMP " CASE E & CASE F SHEET BRYA MCKINNEY, P.E. DATE r, City Engineer 5 OF 8 �0 R C.E No. 49418 A / 2 (CASE B) A 14 (CASE D) 'J X W SHORT APRON PROFILE_ CASE B 8 D X LONG (15' MAX) F (IN) RADIUS (FT) SIDE SLOPE X TC GRADE ALONG CURB RETURN 1% 2% 1 3% 4% 5% 6% 6" 35' 10% Xs4.6 4.2 3.9 3.6 3.4 3.2 X. 5.6 6.3 7.2 8.4 10.0 12.5 8" 35' 10% Xs 6.1 5.6 5.2 4.8 4.5 4.2 Xt 7.5 8.4 9.6 11.2 13.4 15.0 TO CALCULATE "X" DIMENSION SHORT SIDE (DOWN SLOPE): Xs (FT) = CURBFACE (FT) SIDE SLOPE + TC GRADE LONG SIDE (UP SLOPE): >� (FT) = CURBFACE (FT) SIDE SLOPE - TC UTU 0E ENGINEER TO SHOW Xs AND XL ON IMPROVEMENT PLANS SCALE REVISIONS T-ht NIS . `4-v Qu&&. 0 �OFT1 APPROVED BY: Y MCKINNEY, P. DATE City Engineer R.C.E No.49418 DESIGN AND DEVELOPMENT DEPARTMENT STANDARD PLAN NO. 250 CURB RAMP SHEET 60F8 CONTRAST BORDER WIDTH �!4^TYP(1^MIN. PER CBC) LIGHT-ON'DARKOROARKON'L|GHT ATINTERIOR AND PERIMETER JOINTS USE STABILIZED POLYMERIC BEDDING SAND JOINT WIDTH < X" ISOMETRIC VIEW NOT TO SCALE 11.813^ 2.3^'2.4" 1125^ — �°-- 1125^ r_!ONCRETE TILE DETECTABLE WARNING DOMES |N'L|NEPATTERN SCALE:3^=1�O^ (WAUSAUTILE, TYPE 2.SERIES U4008.A'4OFED YELLOW, OREQUAL) CONCRETE TILE DETECTABLE WARNING DOMES, IN -LINE PATTERN (WAUSAUTILE, TYPE 2.SERIES U4OO8.A-40FED YELLOW, OREQUAL) LATEXTH|N'SET MORTAR BED ' PER MANUFACTURER'S RECOMMENDATION 4"CONCRETE (SEE NOTE 7) 0rCLASS UBASE ORCAB BELOW CURB RAMP ARE/. (SEE STANDARD 2O0.NOTE 3) SECTION A -A SCALE VARIOUS REVISIONS 4 DESIGN AND DEVELOPMENT DEPARTMENT STANDARD PLAN NO. Nlo_ FDATE APPROVED BY: 7/6/22 TRUNCATED DOME CONCRETE TILE DETAIL 250 BRYAN MCKINNEY, P.E. DATE City Engineer CONSTRUCTION NOTES: 1. IF DISTANCE FROM CURB TO BACK OF SIDEWALK IS TOO SHORT TO ACCOMMODATE RAMP AND 4 FOOT LANDING, THEN USE THE CASE "B" RAMP. 2. IF SIDEWALK IS LESS THAN 6 FEET WIDE, THE FULL WIDTH OF THE SIDEWALK SHALL BE DEPRESSED AS SHOWN IN CASE B. MINIMUM SIDEWALK WIDTH IS 4 FEET FROM BACK OF CURB. 3. TRANSITIONS FROM RAMPS TO WALKS, GUTTERS, OR STREETS SHALL BE FLUSH AND FREE OF ABRUPT CHANGES. 4. MAXIMUM SLOPES OF ADJOINING GUTTERS: THE ROAD SURFACE IMMEDIATELY ADJACENT TO THE CURB RAMP AND CONTINUOUS PASSAGE TO THE CURB RAMP SHALL NOT EXCEED 5% WITHIN 4 FEET OF THE BOTTOM OF THE CURB RAMP. 5. RAMP SIDE SLOPE VARIES UNIFORMLY FROM A MAXIMUM OF UP TO 10% AT CURB TO CONFORM WITH LONGITUDINAL SIDEWALK SLOPE ADJACENT TO TOP OF THE RAMP (EXCEPT IN CASE 'B' RAMP). 6. CONSTRUCT EXPANSION JOINTS AT %4 AND % DELTAS WHEN RADIUS EQUALS 35 FEET, AND RADIALLY IF ANGLE POINT OCCURS. 7. CONCRETE SPECIFICATION PER CITY STANDARD 200 - CONCRETE SPECIFICATIONS 8. DIAGONAL CURB RAMPS WITH FLARED SIDES SHALL HAVE A SEGMENT OF CURB 24 INCHES LONG MINIMUM LOCATED ON EACH SIDE OF THE CURB RAMP AND WITHIN THE MARKED CROSSING DETECTABLE WARNING NOTES: 1. TRUNCATED DOMES SHALL BE WAUSAU TILE, TYPE 2, SERIES U4008 OR EQUAL (A-40 FED YELLOW), IN -LINE, PRE -CAST CONCRETE TILES AND GROUTED IN PLACE. NO SURFACE APPLIED DOME MATS ARE ALLOWED. USE STABILIZED POLYMERIC BEDDING SAND AT TRUNCATED DOME TILES AT INTERIOR AND PERIMETER JOINTS. JOINT WIDTH <%8". 2. CURB RAMPS REQUIRE DETECTABLE WARNING DOMES FOR THE FULL WIDTH AND THREE (3) FEET IN DEPTH OF THE CURB RAMP SLOPE FROM THE CURB LINE WITHIN THE PUBLIC RIGHT-OF-WAY. 3. PRIVATE (ONSITE) TRUNCATED DOME INSTALLATION TO EXTEND FULL WIDTH AND DEPTH OF RAMP PER CALIFORNIA BUILDING CODE, EXCLUDING PRIVATELY FUNDED SINGLE FAMILY RESIDENCES. 4. THREE RUNNING FEET OF TRUNCATED DOMES AT FLUSH CURB INSTALLATIONS ARE REQUIRED FOR HAZARDOUS VEHICULAR AREAS. BOLLARDS ARE UTILIZED FOR PEDESTRIAN PROTECTION AT FLUSH CURB RETURNS OR EQUIVALENT FACILITIES AS APPROVED BY THE CITY ENGINEER. 5. SUBMIT CONCRETE DOME TILE AND POLYMERIC BEDDING SAND SPECIFICATIONS OR SAMPLES TO THE CITY FOR APPROVAL PRIOR TO INSTALLATION. 6. THE DETECTABLE WARNING SURFACE SHALL BE LOCATED SO THAT THE EDGE NEAREST THE CURB LINE IS 6" FROM THE CURB FACE. 7. MATCH ALL TILE CORNERS SUCH THAT ALL TRUNCATED DOME TILES ALIGN AND MAINTAIN DOME DIMENSIONAL SPACING. TRUNCATED DOME TILES SHALL BE ALIGNED PARALLEL WITH RAMP SLOPE DIRECTION, TRUNCATED DOME TILES CUT TO MATCH RETURN RADIUS. GRIND EDGE TO AVOID TRIP HAZARD, AS REQUIRED. SCALE N'I S REVISIONS %} Quiotro Ce""it 4 4v N AND DEVELOPMENT DESIGN DEPARTMENT STANDARD PLAN NO. No. DATE a ' •c' > -:-•+ !�. `w` '��OF'i1�F' APPROVED BY: 7/6/22 CURB RAMP CONSTRUCTION NOTES 250 SHEET 8 OF 8 BRYAN MCKINNEY, P.E. DATE Crty Engineer R.C.E. No. 4941R FRAME 23 3/4" OPENING EXCEPT FOR REINFORCING T T BAR SHOWN ADJACENT TO 2" 2" FRAME, REINFORCE TOP SLAB 3' ate', �r3" �I PARKWAY WITH N0.3 BARS SPACED 6" C-C. COVER & FRAME - I I f' i +� STD. NO. 312. I 1ll ll1L 0 I III � III I ; io ttttt tt"t.- ANCHOR OR 1 i 2" CLEARANCE (TYP) IIIII, R=4" CURB DEPRESSION TTT1T_nTTTBACK OF CURB uLf1 1/2" OR AS NOTED _ 444-LJ--1444+ I�-I FLU f FL 1I ` I _ 6'-0" MIN. GUTTER ��'r R-0" MIN. OPENING �-- GUTTER � TO BE SPECIFIED ONENING I MP IMPROVEMENT pC EXPANSION JOINT SEE NOTES - STD. 300. o EXPANSION JOINT v I SEE STD. 330 FOR ¢ T-6" GUTTER DEPRESSION TYP. SEE STD. NO. 310 FOR DETAIL OPENING NORMAL GUTTER FLOWLINE 6'-0" 4 1/2" _ 6„ ' II' • .�._6.. Ili . L 7 NO. 4 BARS @ 18" C-C ` I . MIN. 3" EMBEDMENT • �'. GONSTFtUGTION JOINT. . 1 1/2" CLEAR TYPICAL II' R=3" I� . 1/2" PER•1' III . —►I T 3' T SECTION A -A CATCH BASIN SHALL BE CLASS "A" P.C.C_ *TOP OF CATCH BASIN TO BE POURED MONOLITHIC WITH SIDEWALK, 6 FT. REVISIONS: APSPROVEED � 1 STANDARD CHRIS A. VOGT "°FTM ` 300 CITY ENGINEER RCE 44250 CURB INLET CATCH BASIN N0, 9 SHEET 1 OF 2 CONNECTION PIPES MAYBE PLACED ANY POSITION AROUND THE WALLS, PROVIDED THEY POINT IN THE PROPER DIRECTION AND THE POSITION IS OTHERWISE CONSISTENT WITH THE IMPROVEMENT PLAN, CURVATURE OF THE LIP AND SIDEWALLS AT GUTTER OPENING SHALL BE FORMED BY CURVED FORMS AND SHALL NOT BE MADE BY PLASTERING. DIMENSIONS: T=U'IFHIS8FEET ORLESS. T = B" IF H IS GREATER THAN 8 FEET AND LESS THAN 20 FEET. H = 3 FEET 8 INCHES, UNLESS OTHERWISE SPECIFIED. FLOOR OF BASIN SHALL BE GIVEN A STEEL - TROWELLED FINISH. MANHOLE SHALL BE PLACED AS SHOWN ON STANDARD NO. 300, UNLESS NOTED DIFFERENTLY ON IMPROVEMENT PLANS. OUTLET PIPE SHALL BE TRIMMED TO THE FINAL SHAPE AND LENGTH BEFORE CONCRETE IS POURED. OPENING SHALL BE 4-0" UNLESS OTHERWISE SPECIFIED. REINFORCING STEEL SHALL BE NO. 3 ROUND DEFORMED BARS IN TOP SLAB AND NO.4 BARS AT 18" CENTERS IN THE SIDES OF BOX. STEPS: 3M INCH PLAIN ROUND GALVANIZED STEEL STEPS (ALHAMBRA FDY. A-3320 OR EQUAL) ARE REQUIRED AS FOLLOWS: IF H IS 3.5 FEET OR LESS, NO STEPS ARE REQUIRED. IF H IS MORE THAN 3.5 FEET, AND NOT MORE THAN 5 FEET, INSTALL 1 STEP 18" ABOVE FLOOR OF BASIN. IF HIS MORE THAN 5 FEET, INSTALL STEPS 12 INCHES APART, WITH THE TOP STEP 6INCHES BELOW THE SURFACE OF THE BASIN. ALL STEPS SHALL BE 4 INCHES FROM THE WALL, EXCEPT THE TOP STEP, WHICH SHALL BE 2 112 INCHES (CLEAR; FROM THE WALL, AND ANCHORED NOT LESS THAN 5 INCHES IN THE WALL OF THE BASIN. SURFACE OF ALL EXPOSED CONCRETE IN BASIN SHALL CONFORM IN SLOPE, GRADE, COLOR, FINISH AND SCORING TO EXISTING OR PROPOSED CURB AND WALL ADJACENT TO THE BASIN. CONCRETE SHALL BE CLASS "A" WHEN THE BASIN IS TO BE CONSTRUCTED WITHIN THE LIMITS OF A PROPOSED SIDEWALK OR IS CONTIGUOUS TO SUCH A SIDEWALK THE TOP OF THE BASIN SHALL BE POURED MONOLITHIC WITH THE SIDEWALK, USING USING CLASS "A" CONCRETE IN THE SIDEWALK AND THE TOP OF THE CATCH BASIN FINISHED PER SIDEWALK STANDARDS. REVISIONS: APPROVED 08121101 STANDARD CHRIS A. VOGT 300 CITY ENGINEER RCE 44250 CURB INLET CATCH BASIN NO. 1 SHEET 2 of 2 114 " 114" R. /44 / g CUT REINFORCING STEEL TO CLEAR FACE PLATE. 660 2 1/2" 4 1/2" ry 1 ..240 Lu o1 ,+ �, �+ 01^ i 51/4� 2 U WIi¢ 0 1 1/8" HOLE IN PLATE FQI�6ydvADJUSTING NUTS TO BE TIGHTENED AND GU_TIFIq FLOW I I SECURED IN PLACE WHEN STEEL PLATE ANGLE IS IN PROPER POSITION. LINE 4k 3 3 R=1" MIN. 2 4 1/2" 0 STIRRUP, WELD AS SHOWN .I 1/4 ' NOTES: 3 R. '• O FACE PLATE 5/15" X 10" ROLLED PLATE (ASTM A36) FORMED AS SHOWN (ALHAMBRA FOUNDRY NO. A-3911 OR EQUIVALENT) & EXTEND LENGTH OF BOX. i O FACEPLATE ANCHORAGE 1/2" 0 STEEL ANCHOR 42" O.C. (MAX.) PLACE AS SHOWN. O3 PROTECTION BAR' PLAIN ROUND STEEL BAR 1" DIA. SHALL BE INSTALLED WHEN NORMAL CURB HEIGHT IS GREATER THAN ' • % �• • % 6". BAR SHALL BE EMBEDDED 5" AT EACH END. 4 SUPPORT BAR 1" DIA. X 22" LONG WITH T SQUARE HEAD AND HEX NUT, BEND AS SHOWN. SPACING SHALL NOT EXCEED 4 FEET. O5 ALL EXPOSED METAL PARTS SHALL BE GALVANIZED. REVISIONS: APPROVED 08 21 01 , s TA �iwllA�i(/ 01 4 STANDARD cHRIS A. VOGT 310 CITY ENGINEER RICE 44250 CURB SUPPORT DETAIL SHEET 1 OF 1 VARIABLE VARIABLE NORMAL v T T NORMAL C.F. T T NORMAL C.F. T T T C.F. TAPERED +4"* +q * TAPERED C.F. 12" SIDE OPENING SIDE OPENING SIDE OPENING C.F. NORMAL F" BASIN BASIN BASIN C.F. TOP OF CURB OW STIR, GR. a Pa� *-----__* —_______ SLOPE BREAK LINE^1 y STRIJGHT GRADE STRAIGHT GRADE 1/ !" EXPANSION 1'-8" { P.) JOINT MATERIAL SEE NOTE CASE A "" 2 cTVP.) NORMAL 6' T 3' C.F. TAPERED SIDE OPENING T TAPERED C.F. C.F. NORMAL BASIN C.F. FLOW STIR. GR. STR. R. y J P��� 4'-D" WARPED —� D GUTTER �+ 1/2" EXPANSION SEE NOTE 1'-6" (TYP.) JOINT MATERIAL 2 (TYP.) CASE B (CONTINUOUS GRADE) NORMAL C.F. TAPERED GF. 6' T W T TAPERED NORMALC.F. SIDE OPENING C F BASIN - OW STR. GR.--------------- STR. GR. FLO y 44" WARPED L �PJ- GUTTER �Y D �+ 1/2" EXPANSION SEE NOTE 1'-6" (TYP.) JOINT MATERIAL CASE C 2 (TYP.) (SAG) TOP OF CURB GUTTER FLOW LIN FF . ... _ ... .. .; ..... ..:. ::_..... - GUTTER �" I DEPRESSION �: BA I SECTION H—H REVISIONS: APPROVED 08 21 01 �°` t STANDARD CHRIS A. VOGT "°`TM 330 CITY ENGINEER GUTTER DEPRESSION FOR CURB RICE 44250 SHEET 1 OF 1 OPENING CATCH BASIN IM` �...� J s � ENr,C 7't���•' REVISIONS DEPARTMENT OF PUBLIC WORKS ENGINEERING DIVISION c/�„ ��G/STANDARD �� 0 0 {/ PLAN No. 502 NO. DATE APPROVED BY: GOLF CART PAVEMENT LEGEND STENCIL SHEET 1 OF 1 IMOTHY .J NA S P.E. DA"fEtis PUBLIC WO S IRF 0 ICITY ENGINEER R.C.E. No. 45843 - — STREET CENTERLINE - - - - - - - 48' MIN. 50' MIN. 48' MIN. �► A I EP `-'-- -- -FLt— Lw BUS STOP SIGN— Q J ■ Q a cn O g �D z L A SHELTERP BUS STOP 0 o SIGN ¢ z y z co O 12' TURNOUT �14' ADDITIONAL 6" OR 8" 7.5' 8' 6' Q CURB FACE SIDEWALK MIN. I Lu 2% o w CURB DATA 2 /o --► 2% 1 2%- R = 50' 7o� 0.15' CURB FACE T = 12.63' F.S. op� CEMENT TREATED BASE PCC SECTION A -A NOTES' 1. THICKNESS OF PCC AND BASE DEPENDS UPON ADT VOLUME AND SOIL TYPE. STRUCTURAL SECTION CALCULATIONS ARE REQUIRED. 2. LOCATION OF BUS TURNOUT SHOULD BE AS APPROVED BY THE PUBLIC WORKS DEPARTMENT, AND IN CONSULTATION WITH THE APPROPRIATE TRANSIT AGENCY. (FAR SIDE IS PREFERRED LOCATION). i NEAR SIDE 1 FAR SIDE i REVISIONS: APPROVED 08/21/01 CHRIS A. VOGT CITY ENGINEER RCE 44250 / t Y,, 4 to OF M V 1 BUS TURNOUT STANDARD 650 SHEET 1 OF 1 OUT OF PAVEMENT Ii1 IN PAVEMENT NONRESIDENTIAL ROADWAYS a d d 4 a, 4 Q Q ' d a CONCRETE COLLAR SECTION A -A COACHELLA \`".-LEY ' AJER ®ISTROCT MANHOLE COLLAR IN HEAVY TRAFFIC AREA I APPROVAL DATE: DRAFT 09/1 B I DRAWING NUMBER: S-1 B �_�'24" ID FOR 48" DIA. M.H. USE S-10A PAVEMENT 36" ID FOR 60" OR GREATER DIA. M.H. USE S-10B OR GROUND SURFACE MANHOLE COLLAR PER ASPHALT STANDARD DRAWING NO'S. S-1A AND S—iB SEE TOP RING REINF. DETAIL AT RIGHT 53 J � o� - U � N Z 7k � m 4 #2 COILS —MIN. J 8,r o (MIN) (2) 2—FT N Z w PIPE JOINTS o oo U & ADJUSTING tRINGS AS REQUIRED =15", MAX. =18", TOP 9"=3 3" RINGS —5 TOTAL LONG, REINF, SHALL BE NOT LESS THAN 0.24, w DISTRIBUTED UNIFORMLY �. CIRCUM FEREN TALLY —3 PAIR #2 BAR —LONG. REINF.—MIN. SEE NOTE 3 SHELF SLOPE 1" IN 12"_ SEE JOINT DETAIL —24" DI � o �o U W waf N 1 n O CS l48 - �Of w v> � � m Q CONCRET CONCRETE SEE NOTE 4 BASE INLET \ ` OUTLET -------------------------------- •a: e PLAN OF BAE�E PIPE v SIZE MIN. (DIA.) SLOPE � m'1"� �1"° \ 4 8 8Q 8 :[31" FOR ECCENTRIC 8" .0033 10" .0024 M CONE 12" 0019 15" .0014 18" .0014 21" 0014 Q11 .. a1, 1' 11rr 24" .0014 8 2v2 8. 27" .0014 4 1 30" .0014 a' 8 33" .0014 ° a 36" .0014 JOINT DETAIL 0 (2) 2—FT Lki. a PIPE JOINTS t-13r, ,r 1 r 21 TOPRINGDETAIL NOTES: 1. THE DEPTH OF CHANNEL SHALL EQUAL THE PIPE DIAMETER FOR ALL SIZES OF PIPE. FOR SPECIAL CHANNELS IN TRAP OR GAUGING MANHOLES, SEE SPECIFIC PROJECT DETAILS SHOWN ON THE DRAWINGS. 2. WHENEVER PRACTICABLE THE FRAME AND COVER SHALL BE PLACED DIRECTLY OVER THE INLET OF THE STRUCTURE EXCEPT AS OTHERWISE NOTED ON PLANS. 3. 48" DIA. FOR 21" DIA. OR SMALLER PIPE. (MINIMUM SIZE) 60" DIA. FOR 24" DIA. OR LARGER PIPE. (MINIMUM SIZE) 4. LARGER DIAMETER MANHOLES MAY BE REQUIRED FOR 27" DIA. OR LARGER PIPE. CHECK WITH ENGINEER. 5. MANUFACTURING METHODS AND MATERIALS FOR PRE CAST UNITS SHALL CONFORM TO ASTM C-478. 6. TAPERED HEIGHT 30" MIN. FOR 48" DIA. TAPERED HEIGHT 24" MIN. FOR 60" DIA. OR GREATER. 7. STRUCTURAL ELEMENTS OF MANHOLE SHALL MEET ALL APPROPRIATE ASTM STANDARDS. 8. SEE MANHOLE FRAME AND COVER STD. DETAIL FOR SIZE AND TYPE 9. SECTIONS SHALL BE SECURELY BONDED TOGETHER WITH PREFORMED PLASTIC SEALING COMPOUND OR CEMENT MORTAR. MORTAR SHALL HAVE MINIMUM THICKNESS OF 3/8—INCH AND BE CLASS C PORTLAND CEMENT MORTAR IN ACCORDANCE WITH THESE SPECIFICATIONS. PREFORMED PLASTIC SEALING COMPOUND SHALL BE 1-1/4—INCH SQUARE BEADS, KENT—SEAL NO. 2 MANUFACTURED BY HAMILTON KENT MANUFACTURING COMPANY, KENT, OH; RAM—NEK, MANUFACTURED BY HENRY SEALANTS, HOUSTON, TX; OR APPROVED EQUAL. JOINTS SHALL BE WATERTIGHT AND NEATLY POINTED ON THE INSIDE. 10. GRADE RING JOINTS SHALL BE SEALED WITH MORTAR. 11. NO STEPS ARE ALLOWED IN ANY MANHOLE. ALL SHAFTS AND CONES SHALL BE PRECAST. ECCENTRIC CONE SHALL BE SET WITH STRAIGHT SIDE ON THE DOWNSTREAM SIDE OF THE MANHOLE. 12. MANHOLES SHALL HAVE CONCRETE BASES (560—C-3250),IF NOTED ON THE PLAN, WITH A SINGLE LAYER OF #6 (19 MM) BARS CAD 12" E.W. SIDES OF BASE SHALL BE FORMED BY EITHER WOOD FORMS OR SANDBAGS. BASE MAY BE EITHER CIRCULAR OR RECTANGULAR. IF CIRCULAR, THE AREA SHALL BE EQUAL TO THE AREA OF THE SQUARE BASE. UNLESS OTHERWISE NOTED, ALL CONCRETE AND MORTAR SHALL USE CLASS LL/V CEMENT. 13. THE COMPLETE CONCRETE CHANNEL SHALL BE CONSTRUCTED WITH FORMS. WHEN APPROVED BY CVWD, THE NEW OR EXISTING MAIN LINE MAY BE USED FOR THE CHANNEL. PIPE ABOVE SPRING LINE SHALL BE REMOVED BY SAW CUTTING. THE REMOVED SECTION LENGTH SHALL BE EQUAL TO THE MANHOLE SHAFT INSIDE DIAMETER. 14. MANHOLE SHELVES SHALL BE SLOPED 1/4" PER FOOT TO CHANNEL 15. THE SOFFIT OF ALL LATERAL PIPES SHALL BE AT THE SAME ELEVATION AS THE MAIN PIPE SOFFIT. 16. EACH MAIN LINE OR LATERAL CONNECTION TO THE MANHOLE BASE SHALL HAVE TWO EACH, TWO FOOT JOINTS. 17. ALL UNUSED CONNECTIONS SHALL HAVE A FACTORY MADE PLUG INSTALLED IN THE BELL END OF THE PIPE WITH RESTRAINT SUFFICIENT TO WITHSTAND LEAKAGE TESTING. 18. VACUUM TESTING SHALL BE PERFORMED PER ASTM C-1244 UNLESS NOTED OTHERWISE. COACHELLA VALLEY WATER DISTRICT REINFORCED PRECAST CONCRETE MANHOLE APPROVAL DATE: DRAFT 09/1 B I DRAWING NUMBER: S-5 CENTERLINES T 3%� i DIs} COUNTY ROUTE POST MILES SHEET TOTAL 3j=41e �� OTAL PROJECT N0. SHEETS DETAIL 1'� (2 LANE HIGHWAYS) 17'-0" 7'-D' 17'-0" 7'-D" _ REGISTERED CIVIL ENGINEER fpOFE,,o� o \ v \ IaFmciO III \ September 20, 2024 cel Tos ® PLANS APPROVAL DATE �R�xo.3fR71 26J DETAIL 2 48'_0„ RETROREFLECTIVE n9 THE STATE � GAL6Q4,gA W Tn aFFlLERS FACE av ACExn 9A[[nnr eE 9£S1M 6[E Fav HE AC YRACY gYPLE EAC55 SCANED FqG a 8'-6" 7'-0" 17'-0" 7'-0" B'-6" TYPE C AND TYPE D mviEs a�Txn FLAN .vEEr. TYPE G AND TYPE H MARKER DETAILS DETAIL 3 DELETED NO PASSING ZONES — ONE DIRECTION DETAIL 4 DELETED DETAIL 15 7•-0" F t 17'-0" 7'-0" 17'-0" 7'-0' - t * H DETAIL 5 - 48'-0" DETAIL 6 48'-0" DETAIL 16 � " ' 8-6 " ' 7-08-G7' ' " M 12'-0' 18,_0" f ® ® A °- 24'-0" I 24'-0" I iv DETAIL 7 DELETED y DETAIL 17 DELETED LANE LINES a (MULTILANE HIGHWAYS) DETAIL 18 r-o" ' " 36-0,r-o" Z DETAIL $ ­_:�= f a 7'-0.. 17'-0" 7'-0" 17'-0" 7'-0" LOL------ � — — — --- ---- - a 0 0 0 -=E::- m N p DETAIL 9 48'-0" DETAIL 19 18'-0.. 12'-0' 18'-0' 18'-0" 12'-0'' 8'-6" 7'-0" 17'-0" 7•_0" 8'-6" LOL— @a r v o o v ® a �- P4'-0" 24'-0" 24'-0" ^� Z DETAIL 9A 48 -0 8'-6' 7'-0' 17'-0" 7'-0' DETAIL 20 DELETED a N ® o o ® NO PASSING ZONES — TWO DIRECTION � DETAIL 21 a � DETAIL 10 DELETED DETAIL 11 LOL 12'-0" O 36'-0" 12'-0" O - in DETAIL 22 24'-0" 24'-0" DETAIL 12 48'-0" 18'-0" LOL DETAIL 12A 48'-0" DETAIL 23 DELETED LEGEND: 18'-0" 12'-0" 18'-0" STATE OF CALIFORNIA ® TYPE C RED -CLEAR RETROREFLECTIVE MARKER DEPARTMENT OF TRANSPORTATION a 10 ® TYPE D TWO-WAY YELLOW RETROREFLECTIVE MARKER PAVEMENT MARKERS AND TRAFFIC LINES (I TYPE G ONE-WAY CLEAR RETROREFLECTIVE MARKER TYPICAL DETAILS - ---- DETAIL 13 DELETED ® TYPE H ONE-WAY YELLOW RETROREFLECTIVE MARKER DETAIL 14 DELETED 0 6" WHITE LINE NO SCALE DETAIL 14A DELETED 6" YELLOW LINE A 2 0 A Return to Table of Contents DIAL COUNTY I ROUTE I POST MILES SHEET TOTAL TOTAL PROJECT No. SNEETS LEFT EDGE LINES RIGHT EDGE LINE EXTENSION THROUGH LEGEND: (DIVIDED HIGHWAYS) INTERSECTIONS ® TYPE DTWO-WAY YELLOW RETROREFLECTIVE MARKER 0, yS , See Note DETAIL 24 ® TYPE H ONE-WAY YELLOW RETROREFLECTIVE MARKER REGISTERED CIVIL ENGINEER O,,FESSI , DETAIL 27C TYPE RY RED -YELLOW RETROREFLECTIVE MARKER ��p�1crenc1. All a*P Q Q Q Q 6" WHITE LINE September 20, 2024 cettos EDGE OF TRAVELED WAY 3'-0" 12'-0" 12'-0� 12'-0" 3'-0" 6" YELLOW LINE PLANS APPROVAL DATE a TBE STATE LIB 441JFQ4,V/A Q4 /TS �F/CERB P '� DETAIL 25 N1 3' o^ HE CCRAt&AQF riPE FKS /BSCANED q`IVIL INTERSECTION N/E,1>YA5...�... MEDIAN ISLANDS TREATMENTS ® EDGE OF TRAVELED WAY ®� DETAIL 28 48 ° m DETAIL 34 00'-0" Min 100'-0" Min 24 -0 -0 24 - 0" - DETAIL 25A �� l 8'-0' 1 8'-0B ® B 1 I 1 �— LOL — ------- - —2®0� ® -- — 4� — —` LOL LOL--------- n Ir_ I' I24 ®1 ® I' I_ 24'-0" 1 24'-0" `EDGE OF TRAVELED WAY TR DETAIL 34A 2'-0" 36'-0" 2'-0" ¢I 100'-0" Min DETAIL 25B = 1 + ® TRAVELED WAY ® EDGE 048 TRO DETAIL 29 24'-0" 24'-O" _ LOL_— — — \T-� _ — — — — — — — — — ----------� LOL `� I' _ Min =i Imo'-0" _ 36'-0" 2'-0� "' N ti100'-0" '1 0 ni T DETAIL 35 100'-0" Min 24'-0" 24'-0" all DETAIL 26 EDGE OF TRAVELED WAY �— 1 rol 81 N 8'-6"� I� 7'-O" ?I ® ® 48'-0" LOL--— LOL— ® ® -----moo------ ® ® ® z — — — } LOL ® ® ® T r \�— i 8'-6' Z �' ® ® ® 0 100'-0" Min y111 � DETAIL 26A EDGE OF TRAVELED WAYS DETAIL 35A 7 0 II"� 17'-0" I 100'-0" Min \ .A W ® ® 48 0 T' vETA16 '� DETAIL 30 DELETED 1 v - I LOL �(--------- _ _ _® LOL -- --- --—T— TWO-WAY LEFT TURN LANES ��. 100'-0" Min DETAIL 26B r�l l DETAIL 31 -I 7 ° MARKER DETAILS a Z ®---EDGE OF TRAVELED WAY ® LOL-- 12-0 --36,_O'-- 12-0--36'_0" — — 3T�e-4��e3T�e-4��e' r 48'_0" --I DETAIL 27 "q DETAIL 32 96'-0" EDGE OF4TR0AVELED WAY _ 24'-0° 24' 0' 24 0' 24'-0" 8 —_t TYPE RY TYPE H ® _ LOL-- 9'-0" z=o _-36'-°"— z'-o — 3P0" z-o e'-o" ----- ----- N} AND TYPE D RIGHT EDGE LINES BETA1 27A DETAIL 27A DELETED ® RETROREFLECTIVE FACE ® ® ® ® ® ® ® ® DETAIL 27B L STATE OF CALIFORNIA EDGE OF TRAVELED WAY BETerir—rr ...__ _ _ DETAIL 33 DELETED DEPARTMENT OF TRANSPORTATION PAVEMENT MARKERS AND TRAFFIC LINES TYPICAL DETAILS LEFT EDGE LINES NOTE: NO SCALE On freeways use traffic stripe details with Type RY markers. A206 Return to Table of Contents Dist COUNTY I ROUTE PO5T MILES SHEET TOTAL TOTAL PROJECT N0. SNEETS EXIT RAMP NEUTRAL AREA (GORE) TREATMENT NOTES: Install a minimum of 1 Chevron in the gore area. If at least 1y�ab._ DETAIL 36 chevron will not fit into the gore area, do not install chevrons. ssGOBA/ REGISTERED CIVIL ENGINEER THEORETICAL GORE 24'-0" � = EDGE OF TRAVELED WAY (MAINLINE) Terminate chevron markings at physical gore. Op0.0FE Gore area chevron pavement markings shown. For Exit and Entrance iarwNia ui All September 20, 2024 C81705 ® ® ® ® ® Ramp channel izing lines details, see Details 36, 36A, and 36B. PLANS APPROVAL DATE x03_jI_26 z 1 -L 6" WHITE 7— LINE THE STATE 0' G4LJFQ4,V/A OT TTS 49FIaDU a Iml OF ABENI3 "WL Atli BE .9£S9M'S/BGE FOF THE ACCLHACY QF CGMPLEIFAC55 Gf�5CAN/EB LF NI ® 12" WHITE SEE DETAIL 27B q. Gym mviEs a�Txn FLA,v .vrEEr. 2q._D„ LINE ® Stall PLAN A20B EVRON A XIT RAMPS C� ® DETAIL PHYSICAL GORE DETAIL 37 �RKING DETAIL 25A PLAN A20B 3'-0' L 30'-0" 1 30'-0' 1 30'-0" 1 30'-0" '-0" 6'-0" 300'-0" SEE DETAIL 36 EDGE OF TRAVELED WAY (RAMP) ® 6" YELLOW LINE ® 0 B O ® 9 O O 6'-0 8" WHITE LINE rs ENTRANCE RAMP NEUTRAL AREA (MERGE) TREATMENT 3' 2 "~ 3 0 SEE DETAIL 38B Stall PLAN A20D DETAIL 36A 6" WHITE LINE * The solid channelizing line shown may be omitted on Ly 12" WHITE LINE EDGE OF TRAVELED WAY (MAINLINE) short auxiliary lanes where weaving length is critical. N BE[T1 A DETAIL 37A DELETED 1O LANE DROP AT INTERSECTIONS SEE DETAIL 27B SEE CHEVRON Std PLAN A208 MARKING DETAIL 6" WHITE LINE DETAIL 37B 3'-0" y PHYSICAL GORE 10 TL 8 R 9A �'{ 30'-0" 1 30'-0" 1 30'-0" 1 30'-0" 6' 0"� 12" WHITE LIN Std PLANSEE A20A T a , 6' YELLOW LINE ® 0" EDGE OF TRAVELED WAY (RAMP) p 9 f� f� A 0 O 9 f� 9 O 6'-0" 6 � 8 WHITE LINE �-0 O 9 O v 24'- " 38 DETPLANDO a Nr® ® - THROUGH TRAFFIC SEE v SEE DETAILS 25A BETAI'L 3 4 G DETAIL 37C DELETED Stall PLAN A20B CHEVRON PAVEMENT MARKINGS AT EXIT RAMP GORE AREA ENTRANCE RAMP NEUTRAL AREA (ACCELERATION LANE) TREATMENT DETAIL 36B SEE DETAIL 36 Z 6" WHITE LINE 12" WHITE LINE EDGE OF TRAVELED WAY (MAINLINE) THEORETICAL GORE 1O I SEE DETAIL 27B SEE CHEVRON Std PLAN A208 MARKING DETAIL 0 PHYSICAL GORE ® 12" WHITE LINE 12" WHITE LINE 12" WHITE LINE 6" YELLOW LINE ® CHEVRON PAVEMENT MARKINGS AT ENTRANCE RAMP GORE AREA MARKER DETAILS SEE DETAILS 36A OR 36B EDGE OF TRAVELED WAY (RAMP) SEE DETAIL 25A �� II•� Stall PLAN A20B ®� 12" WHITE LINE LEGEND: STATE OF CALIFORNIA r F DEPARTMENT OF TRANSPORTATION - ® TYPE C RED CLEAR RETROREFLECTIVE MARKER PAVEMENT MARKERS AND TRAFFIC LINES TYPE G ONE-WAY CLEAR RETROREFLECTIVE MARKER TYPE C AND TYPE G TYPICAL DETAILS ® TYPE RY RED -YELLOW RETROREFLECTIVE MARKER TYPE R Y NO SCALE ® RETROREFLECTIVE FACE A20C Return to Table of Contents Dist COUNTY I ROUTE I TOPTAL OST MILES SHEET TOTAL PROJECT No. SXEETS CHANNELIZING LINE DETAIL 38 B" WHITE LINE- A49nmgJ REGISTERED CIVIL ENGINEER ,pOFESSlONA/ DI 01 0 ,X�,6p�1-1. All 1 24.-0^ 24•-0I September 20, 2024 cettos WR THROUGH TRAFFIC PLANS APPROVAL DATE STATE - APPROVAL AIRV/A Q4 /TS �F/CERB • 3-31-26 nm THE ' n tml z OB ACENIS .9/ALL Atli BE .9£S9M'S/BGE FOF � V MF ACCRACY W Y PLE FAC55 SCANfO F DETAIL 3 8 A 8" WHITE LINE my/Es a�TxTs rGAN .vrEEr. q G RETROREFLECTIVE PAVEMENT MARKER AT DOWNSTREAM END OF RECESS w SECTION A -A a o DETAIL 38B BI ® 8" WHITE LINE ® �v 3%� 3%� + RETROREFLECTIVE PAVEMENT MARKER b w AT DOWNSTREAM END OF RECESS A ® I I ® 1- 24'-0" 24'-0" Ni ,a L,J- B T E DETAIL 38C DELETED Q -- �� _ 2'-0" Min 1'-0" Min _ PLAN O DETAIL 38D TYPE 1 o N 46 SKIT RAMPS ONLY 8" WHITE LINE TYPE C TYPE G RETROREFLECTIVE PAVEMENT See Note 5 C, W MARKER AT CENTER OF RECESS (n 1^ 24'-0" 24'-0" „I RETROREFLECTIVE FACE - SECTION B-B RETROREFLECTIVE PAVEMENT 6' 30 Z MARKER DETAILS ^ MARKER AT CENTER OF RECESS BIKE LANE LINE M Ln DETAIL 39 1- L Q 6" WHITE LINE 2'-0" Min 1'-0" Min 2'-0" Min FINISHED ROADWAY SURFACE PLAN .� 6" TO B" TYPE 2 r INTERSECTION LINE RECESS DETAIL FOR RETROREFLECTIVE PAVEMENT MARKER a Z see Note 4 A A BIKE LANE <. < STRIPING MATERIAL RECESSED MARKER NOTES: DETAIL 39A 200'-0" INTERSECTION DETAIL FOR RECESSED - 1. See typical traffic line details for marker , 4 I6"_413�1" 4�f. ��-qo �' patterns to be used with recessed pavement = markers. n: O TRAFFIC STRIPE 11'I 2. The retroreflective pavement markers shown ® ® n for recessed installations are not to be B o 6' WHITE LINE See Notes A and B T—used for non recessed installations. RETROREFLECTIVE FACE LANE LINE EXTENSIONS THROUGH INTERSECTIONS RECESSED NOTES: 3. The top of pavement markers installed in recesses shall be 0" to Yg" below the pavement surface. j A. See typical traffic line details -N� 4. Use Type 1 recess for pavement markers DETAIL 40 1'-0" 6'-0' for pdvement marking patterns, 6" WHITE LINE with one-way retroreflective face. Use TYPE C, TYPE RY, TYPE G, TYPE R, Type 2 recess for pavement markers with O O O O Q Q B. See Standard Specifications for two-way retroreflective face. recess depth and recess striping AND TYPE D AND TYPE H 5. For exit ramps, use Type 1 recess for material thickness. Type R markers with one-way retroreflective RETROREFLECTIVE PAVEMENT MARKER face. Reverse the orientation of the recess -}9 DETAIL 40A DELETED and lace the marker at the upstream end FOR RECESSED INSTALLATION of tRe recess. CENTERLINE EXTENSIONS THROUGH INTERSECTIONS see Notes 1 and 2 STATE OF CALIFORNIA DETAIL 41 � r6 0 6" YELLOW LINE LEGEND: DEPARTMENT OF TRANSPORTATION PAVEMENT MARKERS AND TRAFFIC LINES ® ® ® ® ® ® ® TYPE C RED -CLEAR RETROREFLECTIVE MARKER TYPICAL DETAILS TYPE G ONE-WAY CLEAR RETROREFLECTIVE MARKER 6" YELLOW LINE NO SCALE DETAIL 41A DELETED A 20D Return to Table of Contents DI.} COUNTY I ROUTE I POST MILES SHEET TOTAL PROJECT N0. SNEETS �T�OTAL REGISTERED CIVIL ENGINEER ppOFESSIOryA/ xp 1-1. All September 20, 2024 CE1705 WR PLANS APPROVAL THE STATE � GFLJFCIRV/A W /TS �F14DU xn' 3fR11 EE O O ON ACENA' "WL Atli, C NES9M'STBLE FOP V. INE IMMACY QF LEMWSS SCA 0 LF q. Gy MP/ES G� 11/TS PLAN SHEET. 0 o O 1'-0" GRID N Ol ) A-14 ft2 \I V TYPE I 10'-0" ARROW A �¢ co � I � 1'-0" GRID Z 6'-0" A=36 ft' o 0 3 TYPE M ARROW 1'-0" GRID � o A-25 ft2 1'-0" GRID U _ TYPE I 18'-0" ARROW Z 1._° 1'-O" GRID -0Ei A=42 ft2 all TYPE YI ARROW A=31 ft2 Right lane drop arrow. TYPE I /-0 u ARROW 1'-O" GRID I 1'-p" 24 �j For left lane, use mirror image. o A=15 ft2 TYPE IY (L) ARROW, For Type IY (R) arrow, use mirror image. A=33 ft' TYPE Y ARROW NOTE: 1'-0" GRID 1'-0" Minor variations in dimensions �l STATE OF CALIFORNIA may be accepted by the Engineer. A=27 ft DEPARTMENT OF TRANSPORTATION 6" I �'' GRID -� TYPE YQ (L) ARROW PAVEMENT MARKINGS A=3.5 ft2 ARROWS BIKE LANE ARROW For Type ➢1[ (R) arrow, use mirror image. NO SCALE A 24A Return to Table of Contents DI.t COUNTY I ROUTE I POST MILES SHEET TOTAL TOTAL PROJECT N0. SNEETS lONA/ WHITE BLUE ppOFESS REGISTERED CIVIL ENGINEER nIaFmdO All September 20, 2024 c81705 61 PLANS APPROVAL DATE �' xn S 31-Y6 z THE STATE � C4LJFCIRV/A W /TS �FLCERS P fR7l ON ACENI3 "WL Atli BE NES9M'STBLE FOP J INE IMMACY Of CLMPLEIFAC55 SCAN/Eq LF q. Gy MP/ES G� 11/TS PLAN SHEET. 0 NOTE: Minor variations in dimensions may be accepted 0 by the Engineer. 1'-0" GRID 0 3" io Q 6" GRID 2 DIAMOND SYMBOL A � - N 4" GRID 4" GRID A (WHITE) =9 ft2 a 3'-4° _ A (BLUE) =14 ft2 z A=7 ft2 A-7 ftz = v BIKE LANE SYMBOL BIKE LANE SYMBOL INTERNATIONAL SYMBOL OF = a WITHOUT PERSON WITH PERSON ACCESSIBILITY (ISA) MARKING = r a z -- -- a N 0 0 - 0 = 6" GRID 2 A=11.5 ftz - — — SHARED ROADWAY BICYCLE MARKING 1" GRID 1 p�� STATE OF CALIFORNIA A=2 ft2 DEPARTMENT OF TRANSPORTATION BICYCLE LOOP PAVEMENT MARKINGS SYMBOLS AND NUMERALS �A=17.5 �A=16.5 �A=19.5 DETECTOR SYMBOL ft2� ft2� ftz� NO SCALE NUMERALS 224C Return to Table of Contents A=43 ft2 A-35 ft2 A=32 ft2 A=10 ft2 A=42 ft2 A=31 ft2 TOTAL PROJECT Ho. SHEETS REGISTERED CIVIL ENGINEER ppOFESS lONA/ xp IaFmc1. All September 20, 2024 C,,,, PLANS APPROVAL DATE �' z THE STATE L 441JFGf4N/A X /Ts �F149U WR xn' 3fR71 26 OB ACENA'.9/ALL Atli BE .9ES9M'S/BGE FOF V. INE ACLERACT Of IX LEIEACss � s4A o 4LF q. Gy j j MP/ES G� 11/TS PLAN SYEET. a I 1 T d I 1 �� �T A-19 ft2 Ili all O N 1 1 z TI-��� a A=24 ft2A=26 ft2 A=21 ft2 M v 1 � . J A=19 ft2 A=26 ft2 A=24 ft2 A=23 ft2 NOTES: .a 1. If a message consists of more than one word, it must read "UP", r i.e., the first word must be nearest the driver. a 2. The space between words must be at least four times the height of z the characters for low speed roads, but not more than ten times the height of the characters. The space may be reduced appropriately a where there is limited space because of local conditions. 3. Minor variations in dimensions may be accepted by the Engineer. 4. Portions of a letter, number or symbol may be separated by v connecting segments not to exceed 2" in width. A=22 ft2 -H� �J A=1 8 ft2 4 IIIIIIIIIIIIIIIII IIIIIIIIIIIIIIII WORD MARKINGS ITEM ft2 ITEM ft2 ITEM ft2 ITEM ft2 XING 21 YIELD 24 BIKE 5 PED 18 AHEAD 31 SCHOOL 35 SLOW 23 COMPACT 10 WAIT 19 SIGNAL 32 STOP 22 RUNAWAY 43 LANE 6 TURN 24 LEFT 19 VEHICLESI 42 IRIGHTI 26 1 HERE126 26 1 HERE126 STATE OF CALIFORNIA DEPARTMENT OF TRANSPORTATION PAVEMENT MARKINGS WORDS NO SCALE Return to Table of Contents A-24 ft' 11111111111111 Illlllllllililll� 111111/11111111111 111111111111111111 111111111111111111 Illllllllll�liil'1 11111111111111 11111111111111 1111111/lllllil 1111111111111111 ' 11111111/lllllll 11�1111111/111 11111111111111 11►11111111/11 11111111111111 11/11111111111 IIIG11111111►1 IIIC1111111111 11►11111111111 11111111111.111 11►.1111/1111/1 11111111111111 .. 11�11111/1111/ A=20 ft2 A=31 ft2 I� 111111111111111111 1111111111111111111 1111111111111111111 11111111111111111°� � 111111111111111111111 111111111111111111111 1111111111111111111 1111111111111111111 111111111111111111111 111111111111111111111 A=29 ft2 A=22 ft2 I111111111111111111111111111111 .. 111111111111111111111111/ A=30 ft2 REGISTERED CIVIL ENGINEER ppOFESS GOB` xp IaFmc1. LII September 20, 2024 cei Toy WR PLANS APPROVAL DATE z xO' 3fml 26 THE STATE L G4UFN4,V/A Q4 /TS �F140U n OB ABENI3.9/ALG Atli BE .9£S9M'S/BGE FOF V INE ACLYRACY QF IXMPLEIFAC55 � SCAN/EB GF MP/ES G� 11/TS PLAN SYEET. a O,y� NOTES: mmII 1. If a message consists of more than one word, it must read "UP' i.e., the first word must be nearest the driver. 2. The space between words must be at least four A=14 ft2 times the heof the characters for low speed roads, but not more than ten times the he' ht f th h t Theb o e c arac ers. space may e reduced appropriately where there is limited Space because of local conditions. 3. Minor variations in dimensions may be accepted by the Engineer. Q 4. Portions of a letter, number, or symbol may be separated by connecting segments not to exceed 2" in width. cc 5. The words "NO PARKING" pavement marking is to be used for parking facilities. For typical locations of markings, see Standard Plans A90A a and A90B. Z 6. The words "NO PARKING", shall be painted in a white letters no less than 1'-0" high on a a I contrasting background and located so that It 4" is visible to traffic enforcement officials. M A— or2 v A=22 ft2 A=24 ft2 WORD MARKINGS ITEM SOFT 1 ITEM LANE 24 EXPRS CLEAR 27 NO KEEP 24 BIKE t22 eWEST24T HOW 18 BUS TRAIL 23 ONLY A=2 ft` See Notes 5 and 6 STATE OF CALIFORNIA DEPARTMENT OF TRANSPORTATION PAVEMENT MARKINGS WORDS NO SCALE a N Return to Table of Contents Dlst COUNTY I ROUTE I POST MILES SHEET TOTAL TOTAL PROJECT N0. SNEETS REGISTERED CIVIL ENGINEER ppOFESSIOryA/ 1'-0 TO 5'-0" «p�laF 1. All September 20, 2024 cel Tos C8 WR PLANS APPROVAL DATE �' z THE STATE � OALJFCIRV/A W /TS OFF14DU 3fR71 EE OR AJNA "ALL Atli RE RES9M'STBLE FOR � V. AO AOY Of IX LEXWSS LY SOA o LF q. Gy MP/ES G� 11/TS PLAN SHEET. CONTINENTAL 1'-0" TO 2'-0" See Note 1 NOTES: 1. Spaces between markings must be placed in wheel tracks of each lane. 2. Spacings not to exceed 2.5 x width of longitudinal line. e 3. All crosswalk markings must be white except those near _ schools must be yellow. N Lr oall Q N N TRIPLE FOUR Min 1'-0" TO 2'-0" Z See Note 1 v a IV 1'-0" TO 5'-0", SEE NOTE 2 �1'-0" TO 2'-0" a 0 v o a BASIC Z 0" TO 2'-0" TO 2'_0" a N LADDER 1'-0" TO 5'-0", SEE NOTE 2 1'-0" TO 2'-0" 0 4 0 �1'-0" TO 2'-0" DIAGONAL 1'-0" TO 2'-D" STATOF CALIFORNIA HIGHER VISIBILITY CROSSWALKS DEPARTMENT E OF TRANSPORTATION PAVEMENT MARKINGS CROSSWALKS NO SCALE A 24F Return to Table of Contents 011tj COUNTY I ROUTE I POST LAH SHEET TOTAL TOTAL PROJECT No. SHEETS 1 -0.. 2'-0" , -O' R0' STER L ENGiN R ppoFE5S1 TYP TYP q TYP Ate° RED n REFLECTIVE 2'-0" Typ III I ,'-0" TyD , WHITE SERIES i e OF ISOSCELES �,a All ma TRIANGLES September 20, 2024 PLANS APPROVAL DATE C81105 m �R /'y O n THE STATE � GILJFCIRV/A Q4 /IS �Fltn xP� a`Tl, 26 ON AIMMA Y Of Atl LrMr9A1'STBLE FOP ". IHE ACLYRACY QF IXMPLEIFAf55 Ct' SCAN/ED LF' a cri MP/ES G� 11/TS PLAN SHEET. N� T WHITE SERIES OF ISOSCELES V V V VBLANKVVV M�77 >+ �,7 ® TRIANGLES �, WHEN RECESSED E, ONE 4 o a n (RED REFLECTIVE AT THIS LOCATION YIELD LINE AT EXIT RAMP D•• n BLANK I 1 (Markers are not recessed) TYP (IIJI, ® qg° jjj---��� ° YIELD LINE AT EXIT RAMP LEGEND: � 0 - n I•� / RED TYD REFLECTIVE TYPE R ONE-WAY RED (Markers are recessed) ® RETROREF LECTIVE MARKER N Q � 2'-0" ® �® all ® ® BLANK 1'-0" WHITE LINE V% 1 •_0 -O" TO 2'-0" Q 1'LIMIT LINE OR CROSSWALK o T RED REFLECTIVE ®I® LIMIT LINE (STOP LINE) AT EXIT RAMP QT G" BLANK a N (Markers are not recessed) Yp ,r � _ U v NOTE: LIMIT LINE (STOP LINE) AT EXIT RAMP ® ® 1. If there is crosswalk at the end of the exit ramp, place Type R markers in front of the first line for wrong way vehicle that travels (Markers are recessed) i 1_8�m up the ramp with the red reflective side facing the intersection. Z Q t 1'-0" TO 2'-0" 4 WHITE LINE LIMIT LINE (STOP LINE) A-33 ft2 TYPE R TYPE Y ARROW AT EXIT RAMP 1'-0•' 2'-0' MARKER DETAILS TYP I TYP WHITE SERIES S OF v v v v V M� VIRJA ® RETROREFLECTIVE FACE ON BACKSIDE NGLESISOSCELE STATE OF CALIFORNIA DEPARTMENT OF TRANSPORTATION 4 PAVEMENT MARKINGS YIELD LINES, LIMIT LINES YIELD LINE AND WRONG WAY DETAILS NO SCALE A 24G Return to Table of Contents Ul TYPE 15TS AND 21TS STANDARD ELEVATION A See Note 1 BASE PLATE TYPE 15TS AND 21TS DETAIL A POLE DATA BASE PLATE DATA CIDH POLE TYPE A Min OD WALL C BC = BOLT THICKNESS ANCHOR BOLT DEPTH HEIGHT BASE TOP THICKNESS CIRCLE SIZE 15TS 30'-0" B.. 31Y," 1'-11V", 1'-0" 7O_6'' 0.1793" 2" 1 V," 0 x 42" 21TS 35'-0" W. 3%,.. 1'-3" 1'-2�� BO_6 NOTES: 1. For additional notes, details and data for Type 15TS and Type 21TS Standards, see Standard Plan ES-6A. 2. Handhole shall be located on the downstream side of traffic. RAIN TIGHT CAP PIPE -Milaye BASE J SECTION 4 NPS STANDARD Go Iv STEEL PIPE 7" BOLT CIRCLE FINISHED GRADE ANCHOR 0 x BOLO" CUT HOLE TO ANCHOR BOLTS \ FIT PIPE � � � Y4" 0 HOLES ' H�I ELEVATION BASE PLATE DETAIL B TYPE 2 POST STATE OF CALIFORNIA DEPARTMENT OF TRANSPORTATION ELECTRICAL SYSTEMS (SIGNAL AND LIGHTING STANDARD, TYPE TS, AND TYPE 2 POST) NO SCALE M r- a Z m 1 V a Return to Table of Contents POST ISHEET TOTAL D — COUNTY I ROUTE I TOTAL PROJECAH T SHEETS � LO REGISTERED ELECTRICAL ENGINEER ,0.0FE 55 LDS L m or Manaoz ery LC September 20, 2024 E17982 PLANS APPROVAL DATE n Wa L I THE STATE � CAL/FCRWA W la Q F/CERS "P ICI -21 A4 A6ENT SHALL Atli m AETPgI'S/RLE Fm THE ACCLRACY C14 CLIIPLEJEA€55 SCAMYO LF q. Gy COP/ES G'F II/IS PLAN SHEET. PULL SLOT N COVER HOLD-DOWN BOLT HOLES TOP VIEW y GALVANIZED Z-BAR COVER GROUT TOP FLUSH WITH WELDED FRAME FINISHED GRADE -j v C.D D p `p. p Q m 00 _ 9 D v 00 PULL BOX P D CONCRETE V P V A D Z O D D .A. D p _ 0 \ m , I ALL AROUND DRAIN HOLE CLEAN CRUSHED ROCK SUMP W 3" Min ALL AROUND SECTION A -A No. 3�/2(T), No. 5(T), AND No. 6(T) TRAFFIC PULL BOX STATE OF CALIFORNIA DEPARTMENT OF TRANSPORTATION ELECTRICAL SYSTEMS NO SCALE ES-8B I I I I I I I I I I I I I NOMINAL DIMENSIONS TABLE PULL BOX COVER PULL BOX TYPE MINIMUM THICKNESS MINIMUM DEPTH BOX D LO LI WO WI L W LC No. 3%z(T) 11/z' 1,_O1. 1'-10" - 1'-11" 1'-5" - 1'-6%2' 1,_3�� _ 1,_4�� 10�� _ 1._0�� 1•-g" - 1'-8Y2' 11_1_ 1'_2�� _ No. 5(T) 1Yq" 1,_01. 2'_5�� _ 2,_g�� 2'_0" _ 2'_1�� 1'_6�� _ 1'_T�� 1'_1�� _ 1,_2�� 2'_3�� _ 2._3 z' 1'_4�� 2'-11/e' No. 6(T) 2�� 11_0.. 2'-11" _ 3'_1" 2,_g�� _ 2'_7" 1'-10" - 2'-0" 1'_5�� _ 1'_6" 2'-1" - 2'-9Y2' 1,_g�� _ 1._gl/2 2._TI/q" Return to Table of Contents 011tj COUNTY I ROUTE I POST ILES SHEET TOTAL TOTAL PROJECT No. SHEETS REGISTERED CIVIL ENGINEEIR ppoFESS LpN` s September 20, 2024 C51846 z Wa PLANS APPROVAL DATE THE STATE L GILTFLWN/A X /TS �FLCEBS xo�6fR71 26 OB ACENA' .9/ALL Atli BE BESPoA'S/BLE FOF V. 12' M in TO 30' Max INE IMMACY Of C LEIAsSCAN/EB LF q. Gy SEE NOTES 1 AND 2 �^� mviES °`TxTS FLAN .vrEEr. v I I NOTES: 1. When clear roadside recovery areas are provided, signs shall be placed as far from the edge of c trove led way as possible, up to a maximum of c 30'. When possible, they shall be placed in protected locations. 2' 2. Signs in medians shall be placed at midpoint of Min median up to a maximum distance of 30' from edge of traveled way. When appropriate, signs for opposing directions shall be placed back to back. f, f+ II II 3. Does not apply at locations where minimum Q ETW .. ., ETW I_I horizontal distance is not reasonable due to terrain N characteristics, steep slopes, roadway features, or when signs are installed on structures or signal or * 1'Min WHERE LATERAL CLEARANCE LIMITED lighting standards, y URBAN LOCATIONS RURAL LOCATIONS ABBREVIATION: EPS = Edge of Paved Shoulder Z CONVENTIONAL HIGHWAYS AND INTERCHANGE AREAS v 41 a 12'Min TO 30' Max ——————— — — — — — I M SEE NOTES 1 AND 2) Q 12'Min TO 30' Max 6'Min SEE NOTES 1 AND 2 L — — — (SEE NOTE 3) V 6' Min (SEE NOTE 3) r - - --- - - — I Z I I I I M J nSECONDARY PANEL c in I I I I I I I I I I II I I I I I I I I ETW EPS u ETW EPS II 5'Min AT 30' FROM ETW �I u STATE OF CALIFORNIA REGULATORY AND WARNING SIGNS GUIDE SIGNS DEPARTMENT OF TRANSPORTATION AND ROUTE SHIELDS ROADSIDE SIGNS FREEWAY AND EXPRESSWAY LOCATIONS TYPICAL INSTALLATION DETAILS No. 1 NO SCALE RS1 Return to Table of Contents SINGLE POST INSTALLATION POST SIZE Max AREA (SQUARE FEET) OF SIGN SLEEVE SIZE 2" x 2" x 12 Go 110.8 1 8.9 1 7.6 1 6.6 1 5.9 1 5.3 1 4.8 21 " x 2!" x 7 Go 2�/z" x 2�/z" x 10 Go 20 18 16 14 12 1 11 1 10 1 3" x 3" x 7 Go HEIGHT TO CENTER OF SIGN SINGLE POST GROUND SIGNS 100 MPH WIND SPEED 5'-0" 6'-0' 7'-0" 8'-0" 9'-0" 10'-0" 11'-0" - SEE DETAIL "A" SIGN POST (SEE NOTE 1) PAVED SURFACE \ 1 Y,q" Min — T c TO 21/4" Max xx lV IJI I N I ANCHOR SLEEVE x x _ _ (SEE NOTE 4) N N I I o UNREINFORCED _ LL CONCRETE FOOTING _ I GRAVEL I Dia ANCHOR SLEEVE IN PAVED SURFACE PERFORATED SQUARE STEEL TUBE (PSST) SIGN POST %g" Dla HOLE �\ "CENTER TO CENTER m � SQUARE STEEL ANCHOR SLEEVE (SEE NOTE 4) DRIVE RIVET (SEE NOTE ,I \ DRIVE RIVET 1/6' Did HOLES (SEE NOTE 2) (4 REQUIRED 1-EACH SIDE) SEE DETAIL "A"� SIGN POST FINISHED GRADE (SEE NOTE 1) OR GROUND LINE \ r Iy4" Min TO 21/4" Max x + II x = I JI = N x x I ANCHOR SLEEVE (SEE NOTE 4) o I UNREINFORCED v_ o CONCRETE FOOTING o I `? GRAVEL I v nT� x ANCHOR SLEEVE IN UNPAVED SURFACE ANCHOR SLEEVE SIGN IN I �+ RIVET NOTES: 1. The sign post shall have %" diameter perforations 1" on center on all four sides for the full length. 2. Use two drive rivets to fasten assembled sign and sign post into anchor sleeve. Install drive rivets or fastener alternative into the sides facing traffic. 3. All steel sign posts and anchor sleeves shall be galvanized. 4. All anchor sleeves shall be embedded in PCC. 5. For details not shown, see Standard Plans RS1 and RS2. 6. Steel post: fy = 60 ksi. FASTENER ANCHOR SLEEVE SIGN POST\� u DRIVE RIVET SEE NOTE 2 FASTENER ALTERNATIVE STATE OF CALIFORNIA DEPARTMENT OF TRANSPORTATION ROADSIDE SIGN PSST POST TYPICAL INSTALLATION DETAILS No. 1 NO SCALE a z v a M a r a Z M 0) Cn Return to Table of Contents California MUTCD 2014 Edition (FRWA's MUTCD 2009 Edition, including Revisions 1,2, &3, as amended for use in California) Figure 3A-102 (CA). Lane Lines - Multilane Highways (Sheet 2 of 2) FOR SPEEDS 45 mph OR MORE DETAIL 11 48 ft 12ft 36ft 12ft 0 0 DETAIL 12 48 ft �--► Fsff 12ft 19ft 0 0 DETAIL 12A 48 tt Is 12ft is ft ® 0 DETAIL 13 46 ft left 12ft 18ft 11 0000 - i- 4 ft POLICY Lane Line pattern for use on multilane streets and highways (normally used on local streets and highways). Lane Line pattern with pavement markers for use on multilane conventional streets and highways, expressways and collector roads. Lane Line pattern with paverent markers for use on multilane conventional streets and highways, freeways. expressways, freeway ramps. and freeway to freeway connectors. Lane Line pattern with pavement markers for use on expressways, and collector roads. NOT TO SCALE LEGEND Page 664 0 [I One -Way Clear Retroreflective Markers O Non-Retroreflective White Markers 4 to 6 in White (for local agencies) 6 in White (on State Highway System) Red -Clear Retroreflective Markers --Im- Direction of Travel Chapter 3A — General Revised February 6, 2023 Part 3 — Markings California MUTCD 2014 Edition (FHWA's MUTCD 2009 Edition, including Revisions 1,2, &3, as amended for use in California) Figure 3A-104 (CA). No Passing Zones - Two Direction DETAIL 21 t 3 in DETAIL 22 f� 24 ft 24 ft ❑ ❑ ❑ _tin 3 in El El ❑ 2 in DETAIL 23 24 fl 24 h 0000000000000 Sin 000000110000011 4 fl - � -� I- 4 ft POLICY Two -direction no -passing pattern for use on two-lane streets and highways (normally used on local streets and highways). See Note 2. Two -direction no -passing pattern with pavement markers for use on two-lane streets and highways. See Notes 1 and 2. Alternate to Detail 22. For use with either Detail 4 or Detail 7. NOT TO SCALE NOTES: 1. Pavement markers shown off the solid line in Detail 22 may be placed on the line. 2. If the material used for centerline marking is paint, a 3 in black line shall be placed between the yellow lines on State highways and may be placed on streets and highways under local jurisdiction. LEGEND 0 ❑ Two -Way Yellow Retroreflective Markers 4 to 6 in Yellow (for local agencies) 0 Non-Retroreflective Yellow Markers 6 in Yellow (on State Highway System) Direction of Travel Page 666 Chapter 3A - General Revised February 6, 2023 Part 3 - Markings California MUTCD 2014 Edition Page 667 (FHWA's MUTCD 2009 Edition, including Revisions 1,2, &3, as amended for use in California) Figure 3A-105 (CA). Leff Edge Lines for Divided Highways DETAIL 24 POLICY Left Edge Line pattern for use on streets and 2 in highways (normally used on local streets and highways). Edge of Traveled Way DETAIL 25 —tin 0I _2in —� 48 ft i Edge of Traveled Way DETAIL 25A Left Edge Line for use on State highways. 2 in Left Edge Line for use on highways, freeways, IN In GI 2 in freeway ramps and connectors. 24 ft i 24 ft 48 ft Edge of Traveled Way DETAIL 26 —2in Alternate to Details 24 and 25 when there is R —2 in adequate contrast between travelled way and shoulder. 48 ft Edge of Traveled Way DETAIL 27 Alternate to Detail 25. A double solid yellow line _3in may be used for more emphasis when motorists tend to use the shoulder for a through lane, or =21n where encroachments onto the shoulder ---� 48 ft —2io occasionally occur. See Note 1. Edge of Traveled NOT TO SCALE Way NOTE: 1. If the material used for centerline marking is paint, a 3 in black line shall be placed between the yellow lines on State highways and may be placed on streets and highways under local jurisdiction. LEGEND 0 One -Way Yellow m Red- Yellow 4 to 6 in Yellow (for local agencies) Retroreflective Markers Retroreflective Markers 6 in Yellow (on State Highway System) k Direction of Travel Chapter 3A — General Revised February 6, 2023 Part 3 — Markings California MUTCD 2014 Edition (FHWA's MUTCD 2009 Edition, including Revisions 1,2, &3, as amended for use in California) Page 668 Figure 3A-106 (CA). Right Edge Line and Right Edge Line Extension Through Intersections DETAIL 27B Right Edge Line Edge of Traveled Way DETAIL 27C Right Edge Line Extension Through Intersections 3P. 12ft 3ff 12f1 0 0 POLICY Right Edge Line pattern for use on all State highways may be used on local streets and highways. It is generally dropped at the tin beginning of the intersection flares on conventional highways. See also Detail 27C. On freeways, it may be flared in advance of the exit ramp as shown in Figure 3E3-8 (CA). aft Right Edge Line Extension Through Intersections pattern for use to extend the right edgeline through an intersection where climatic conditions, such as areas of heavy fog, may require additional guidance. NOT TO SCALE LEGEND 0 4 to 6 in White (for local agencies) 6 in White (on State Highway System) —40, Direction of Travel Chapter 3A — General Part 3 — Markings Revised February 6, 2023 California MUTCD 2014 Edition Page 665 (FHWA's MUTCD 2009 Edition, including Revisions 1 & 2, as amended for use in California) Figure 3A-107 (CA). Median Islands DETAIL 28 POLICY 3 in Double Left Edge Line pattern for use on 2ftMinimum all -paved sections of streets and highways r (normally used on local streets and highways). See Note 2. 3 in DETAIL 29 48 It 24 ft 24 ft ❑ ❑ ❑ —2 in 3 in — 2 ft Minimum 1 3 in in ❑ ❑ ❑ —2 24 ft 1 24 It I DETAIL 30 48 It 24 ft 24 ft 0000000000000 3 in ❑000000000000 2 ft Minimum 0000000000000 3 in 0000000000000 4ft Oft Double Left Edge Line pattern with pavement markers for use on all -paved sections of streets and highways. See Notes 1 and 2. Alternate to Detail 29. For use at problem locations where it is difficult to place and maintain lines because of moisture, sand, etc. NOT TO SCALE NOTES: 1. Pavement markers shown off the solid line in Detail 29 may be placed on the line. 2. If the material used for centerline marking is paint, a 3 in black line shall be placed between the yellow lines on State highways and may be placed on streets and highways under local jurisdiction. LEGEND 0 ❑ Two -Way Yellow Retroreflective Markers 4 to 6 in Yellow (for local agencies) 6 in Yellow (on State Highway System) Non-Retroreflective Yellow Markers ~ Direction of Travel Chapter 3A — General Revised February 6, 2023 Part 3 — Markings California MUTCD 2014 Edition (FHWA's MUTCD 2009 Edition, including Revisions 1 & 2, as amended for use in California) Figure 3A-111 (CA). Lane Drop Markings DETAIL 37 - Lane Drop Markings at Exit Ramps Marking pattern for use on mandatory lane drops at freeway exit ramps and freeway to freeway connectors. 30 ft �� 0 1 71 1 8 in White Line 400. Page 670 90 ft No Repeat at 112 Mile intervals (See Detail 14A) 30 ft 30ft 30 ft 15 ft 300 ft -t (See Note 2) See Detail 36 G M N M 10 IC Ci 1� �� 0 i3� Dam OH Cl �ry v See Detail 38 DETAIL 37B - Lane Drop Markings at Conventional Highway Intersections Marking pattern for use on mandatory turn lanes at intersections. Pavement markers shown are optional on local streets and highways. 30 ft 8 in White Line 90 ft t 30 ft 30 ft �j 30 ft +i m Through Traffic 15ft Variable —t (See Figure 3B•12) � x ns m U I J iJ 11 See Detail 38 DETAIL 37D - Lane Drop Line For Two -Lane Roundabouts For use on mandatory exiting lanes from two-lane roundabouts. 1 121t 4ft 12ft 4ft 2ft 4ft 2ft T 8 in White Line NOT TO SCALE NOTES: 1. Pavement markers shown off the solid line in Detail 37 may be placed on the line. 2. The Solid Channelizing Line shown in Detail 37 and 37A may be omitted on short auxilary lanes where weaving length is critical. LEGEND Non-Retroreflective White Markers I One -Way Clear Retroreflective Markers Direction of Travel I Red -Clear Retroreflective Markers Chapter 3A — General Revised February 6, 2023 Part 3 — Markings California MUTCD 2014 Edition Page 671 (FHWA's MUTCD 2009 Edition, including Revisions 1 & 2, as amended for use in California) Figure 3A-112 (CA). Channelizing Line and Lane Line/Centerline Extensions DETAIL 38 - Channelizing Line POLICY Typical channelizing line for use on Left -Turn or 8 in White Line Right -Turn lanes on State highways. Pavement 2 in Markers when used should be place on the through traffic side only. 24 it 24 ft Through Traffic DETAIL 38A - Channelizing Line 8 in White Line DETAIL 38B - Channelizing Line at Exit Ramps Typical channelizing line for use on Left -Turn or Right -Turn lanes on local streets and highways and freeway off -ramp terminals. 0I 1in Typical channelizing line for use on Exit Ramps. Pavement Markers as shown may also be placed 8 in White Line on the line. 2 in 0 24 It 24 ft DETAIL 38C - Alternate to Detail 38 and 38B 1888881888881 d id 24 ft DETAIL 39 - Bike Lane Line 6 in White Line DETAIL 39A - Bike Lane Intersection Line -4 1 - 50 ft to 200 ft No4f Intersection aft Oft & in White Line DETAIL 40 - Lane Line Extension Through Intersections EThe Lane Line Extension Through Intersections ft Eft 4 to 6 in White (for local agencies) line is used to extend the lane line through an 6 in White (on State Highway System) intersection that might otherwise be confusing to the motorist. DETAIL 40A - Alternate to Detail 40 0 o c� o 0 0 0 Oft Non-Retroreflective White Markers DETAIL 41 - Centerline Extension Through Intersections The Centerine Extension Through Intersections tft I Eft / line is used to extend the centerline through an 4 to 6 in Yellow (for local agencies) intersection that might otherwise be confusing to 6 in Yellow (on State Highway System) the motorist. DETAIL 41A - Alternate to Detail 41 O O O O O O O 4ft Non-Retroreflective Yellow Markers LEGEND 0 White Line O Non-Retroreflective White Markers 0 Yellow Line O Non-Retroreflective Yellow Markers NOT TO SCALE --► Direction of Travel One -Way Clear Retroreflective Markers Chapter 3A — General Part 3 — Markings Revised February 6, 2023 California MUTCD 2014 Edition Page 1402 (FHWA's MUTCD 2009 Edition, including Revisions 1 & 2, as amended for use in California) Figure 9C-3. Word, Symbol, and Arrow Pavement Markings for Bicycle Lanes A - Bike Symbol B - Helmeted Bicyclist Symbol Legend �k Optional �k �k Required on far side of each intersection, optional at other locations C -Word Legends kite line Chapter 9C — Markings November 7, 2014 Part 9 — Traffic Control for Bicycle Facilities APPENDIX C PAVEMENT REHABILITATION REPORT NOTE: FOR INFORMATION ONLY - CONTRACTOR IS RESPONSIBLE TO VERIFY THE PAVEMENT DEPTHS (43 PAGES) ASAConverse Consultants qwEnww onnicel &G.neona En�rDmiental i Grounweler Sc.ence Mspecbb i TeennG 3—ic" Prepared For: CITY OF LA QUINTA PUBLIC WORKS DEPARTMENT & ENGINEERING 78495 Calle Tampico La Quinta, CA 92253 Presented By: CONVERSE CONSULTANTS 42280 Beacon Hill, Ste. D9 Palm Desert, CA 92211 909-896-3104 August 23, 2022 6 Converse Consultants AQ, qVGeotechnical Engineering, Environmental & Groundwater Science, Inspection & Testing Services August 23, 2022 Mr. Ubaldo Ayon, Jr. Assistant Construction Manager City of La Quinta, Public Works Dept. & Engineering 78495 Calle Tampico La Quinta, CA 92253 Subject: PAVEMENT REHABILITATION REPORT Highway (Hwy) 111 from the City's Western Limits to Jefferson Street City of La Quinta, Riverside County, California Converse Project No. 19-81-183-05 Dear Mr. Ayon: Converse Consultants (Converse) is pleased to submit this Pavement Rehabilitation Report for Highway (Hwy) 111 from the city's western limits to Jefferson Street in the City of La Quinta, Riverside County, California. This report has been prepared in accordance with our proposal and Mr. Ubaldo Ayon's authorization to proceed dated May 27, 2022, your Agreement for Contract Services effective July 1, 2019, and your Purchase Order Number 1920-0082 dated August 15, 2019. Based on our field investigation, laboratory data and analysis, the proposed pavement rehabilitation is feasible from a geotechnical standpoint provided recommendations presented in this report are incorporated in the design and construction. We appreciate the opportunity to be of continued service to the City of La Quinta. If you should have any questions, please do not hesitate to contact us at 909-796-0544. CONVERSE CONSULTANTS Hashmi S.E. Quazi, PhD, PE, GE Principal Engineer Dist: 3/Addressee AM/HSO/kvg 42-280 Beacon Hill, Suite D9, Palm Desert, California 92211 Telephone: (909) 896-3104 ♦ Facsimile: (909) 796-7675 ♦ www.converseconsultants.com Pavement Rehabilitation Report Hwy 111 from the City's Western Limits to Jefferson Street City of La Quinta, Riverside County, California August 23, 2022 Page ii PROFESSIONAL CERTIFICATION This report has been prepared by the staff of Converse Consultants under the professional supervision of the individuals whose seal and signature appear hereon. The findings, recommendations, specifications or professional opinions contained in this report were prepared in accordance with generally accepted professional engineering and engineering geologic principles and practice in this area of Southern California. There is no warranty, either expressed or implied. j411i 1 • 1 !1 Hashmi S.E. Quazi, PhD, PE, GE Principal Engineer Antonio S. Maciel Jr., EIT Senior Staff Engineer Converse Consultants M:\JOBFILE\2010-2019\2019\81\19-81-183 City of La Quinta, On -Call Materials Testing Services\Report\05\19-81-183_GIR(05)roadwa Pavement Rehabilitation Report Hwy 111 from the City's Western Limits to Jefferson Street City of La Quinta, Riverside County, California August 23, 2022 Page iii TABLE OF CONTENTS 1.0 INTRODUCTION ----------------------------------------------------------------------------------- 1 2.0 PROJECT DESCRIPTION----------------------------------------------------------------------1 3.0 STREET SURFACE DESCRIPTION---------------------------------------------------------1 3.1 Existing Pavement Conditions from City's Western Limits to Jefferson Street----------------------------------------------------------------------------------------- 3 4.0 SCOPE OF WORK-------------------------------------------------------------------------------- 3 4.1 Project Set-Up----------------------------------------------------------------------------- 3 4.2 Subsurface Exploration------------------------------------------------------------------ 4 4.3 Laboratory Testing------------------------------------------------------------------------ 5 4.4 Analysis and Report Preparation------------------------------------------------------ 5 5.0 SUBSURFACE CONDITIONS----------------------------------------------------------------- 5 5.1 Subsurface Profile------------------------------------------------------------------------ 5 5.2 Subsurface Variations------------------------------------------------------------------- 6 5.3 Excavatability------------------------------------------------------------------------------ 6 6.0 LABORATORY TESTING----------------------------------------------------------------------- 7 6.1 Physical Test Results-------------------------------------------------------------------- 7 7.0 PAVEMENT RECOMMENDATIONS--------------------------------------------------------- 7 7.1 Full Section Removal and Replacement -------------------------------------------- 8 7.2 Full Depth Reclamation (FDR) with Mechanical Stabilization------------------ 9 7.3 Mill and Overlay of Existing Pavement---------------------------------------------10 7.4 Pavement Placement Method Recommendations ------------------------------- 10 8.0 CONSTRUCTION CONSIDERATIONS-- - 11 9.0 CLOSURE------------------------------------------------------------------------------------------12 10.0 REFERENCES------------------------------------------------------------------------------------13 FIGURES Following Page No. Figure No. 1, Approximate Project Location Map............................................................ 1 Figure No. 2a through 2d, Approximate Boring Locations Map ............................................ 5 Figure No. 3, Typical FDR Section with an Elevation Restriction ......................................... 9 TABLES Page No. Table No. 1, East and West Bound Lanes Existing Pavement Conditions ........................3 Table No. 2, Field Exploration Data..................................................................................4 Converse Consultants M:\JOBFILE\2010-2019\2019\81\19-81-183 City of La Quinta, On -Call Materials Testing Services\Report\05\19-81-183_GIR(05)roadwa Pavement Rehabilitation Report Hwy 111 from the City's Western Limits to Jefferson Street City of La Quinta, Riverside County, California August 23, 2022 Page iv Table No. 3, Summary of Subsurface Conditions.............................................................6 Table No. 4, Recommended and Minimum Flexible Pavement Structural Sections .......... 9 Table No. 5, Suggested Asphalt Concrete Rehabilitation Method..................................11 APPENDICES AppendixA.................................................................................................... Field Exploration Appendix B..................................................................................Laboratory Testing Program (/►� Converse Consultants M:\JOBFILE\2010-2019\2019\81\19-81-183 City of La Quinta, On -Call Materials Testing Services\Report\05\19-81-183_GIR(05)roadwa Pavement Rehabilitation Report Hwy 111 from the City’s Western Limits to Jefferson Street City of La Quinta, Riverside County, California August 23, 2022 Page 1 Converse Consultants M:\JOBFILE\2010-2019\2019\81\19-81-183 City of La Quinta, On-Call Materials Testing Services\Report\05\19-81-183_GIR(05)roadwa 1.0 INTRODUCTION This report was prepared by Converse Consultants (Converse) for the proposed pavement rehabilitation along Hwy 111 from the city’s western limits to Jefferson Street in the City of La Quinta, Riverside County, California. The project location is shown in Figure No. 1, Approximate Project Location Map. The purpose of the investigation was to evaluate the nature and engineering properties of the subsurface soils, to provide geotechnical recommendations for the design and construction of the proposed pavement rehabilitation. This report is prepared for the project described herein and is intended for use solely by The City of La Quinta and its authorized agents for design purposes. It should not be used as a bidding document but may be made available to the potential contractors for information on factual data only. For bidding purposes, the contractors should be responsible for making their own interpretation of the data contained in this report. 2.0 PROJECT DESCRIPTION The project consists of pavement rehabilitation along the east and west bound lanes of Hwy 111 from the city’s western limits to Jefferson Street. The roadway segment measures approximately 10,310 feet. 3.0 STREET SURFACE DESCRIPTION Hwy 111 is an east to west direction street from the city’s western limits to Jefferson Street is an approximate 10,310 foot long, 6 lane road. There are 3 travel lanes in each direction with a center median in between the lanes. There is concrete curb and gutter, and businesses on both the north and south sides of the street. Topographic relief is relatively flat with no significant slopes or grade separations. Longitudinal (parallel to traffic direction) and transverse cracking were observed within the roadway surface. The cracks generally range from 0.25-inch to 1.0 inches wide. Localized areas also exhibit potholes. The existing pavement conditions may be seen in photographs 1 and 2 below. Photo No. 1 shows a combination of distress near BH-12 and BH-07. Photo No. 2 shows potholing and longitudinal cracking near BH-01. Approximate Project Location Map Converse Consultants Project No. Figure No. 19-81-183-05 Project:Pavement Rehabilitation Hwy 111 from the city’s western limits to Jefferson Street City Of La Quinta. City Of La Quinta, Riverside County, California. Location: For: 1 Hwy 111 Site Location (BH-01 through BH-12) (Not to Scale) Pavement Rehabilitation Report Hwy 111 from the City’s Western Limits to Jefferson Street City of La Quinta, Riverside County, California August 23, 2022 Page 2 Converse Consultants M:\JOBFILE\2010-2019\2019\81\19-81-183 City of La Quinta, On-Call Materials Testing Services\Report\05\19-81-183_GIR(05)roadwa Photo No. 1: Various pavement distress along Hwy 111 near BH-12 and BH-07 facing southwest. Photo No. 2: Potholing and longitudinal cracking near BH-01 facing southeast. Pavement Rehabilitation Report Hwy 111 from the City’s Western Limits to Jefferson Street City of La Quinta, Riverside County, California August 23, 2022 Page 3 Converse Consultants M:\JOBFILE\2010-2019\2019\81\19-81-183 City of La Quinta, On-Call Materials Testing Services\Report\05\19-81-183_GIR(05)roadwa 3.1 Existing Pavement Conditions from City’s Western Limits to Jefferson Street A summary of the existing surface pavement conditions is presented in the Table No. 1, East and West Bound Existing Pavement Conditions. Table No. 1, East and West Bound Lanes Existing Pavement Conditions Distance from Jefferson Street (Total Length 10,310 ft.) Existing Pavement Conditions Surface Drainage 1,000 Longitudinal and transverse cracking, potholes up to approximately 4-inches in depth No visible depressions for ponding 2,000 Longitudinal and transverse cracking No visible depressions for ponding 3,000 Longitudinal and transverse cracking No visible depressions for ponding 4,000 Longitudinal and transverse cracking No visible depressions for ponding 5,000 Longitudinal and transverse cracking No visible depressions for ponding 6,000 Longitudinal and transverse cracking No visible depressions for ponding 7,000 Longitudinal and transverse cracking No visible depressions for ponding 8,000 Longitudinal and transverse cracking No visible depressions for ponding 9,000 Longitudinal and transverse cracking, localized areas of asphalt repair from construction work No visible depressions for ponding 10,000 Longitudinal and transverse cracking, localized areas of asphalt repair from construction work No visible depressions for ponding 10,310 Longitudinal and transverse cracking, localized areas of asphalt repair from construction work No visible depressions for ponding 4.0 SCOPE OF WORK The scope of this investigation included the following tasks. 4.1 Project Set-Up The project set up consisted of the following tasks. Conducted a site reconnaissance to verify that a drill rig was accessible to all boring locations selected by Converse and approved by the City of La Quinta. Submitted a no-fee encroachment permit from the City of La Quinta. Pavement Rehabilitation Report Hwy 111 from the City’s Western Limits to Jefferson Street City of La Quinta, Riverside County, California August 23, 2022 Page 4 Converse Consultants M:\JOBFILE\2010-2019\2019\81\19-81-183 City of La Quinta, On-Call Materials Testing Services\Report\05\19-81-183_GIR(05)roadwa Notified Underground Service Alert (USA) at least 48 hours prior to drilling to clear the boring locations of conflict with underground utilities. Met with USA representative prior to and on the day of, drilling for marking underground utilities. Engaged a drilling subcontractor. 4.2 Subsurface Exploration A total of 12 borings were drilled between June 29 and July 1, 2022 to the maximum explored depths of 6.5 feet bgs. Five borings were drilled along the north side of Hwy 111. Seven borings were drilled along the south side of Hwy 111. The number one lane in either the east or west directions is the lane furthest to the left. The number two lane is the right lane next to the number one lane. Field exploration data is presented in Table No. 2, Field Exploration Data. Our field exploration plan is presented in the table below. Table No. 2, Field Exploration Data Boring No. Approximate Boring Location Date Drilled Planned Depth (ft) Drilled Depth (ft) BH-01 No. 1 lane westbound Hwy 111, approximately 332 feet west from Jefferson Street June 29, 2022 5.0 6.5 BH-02 No. 2 lane westbound Hwy 111, approximately 600 feet west from Costco Drive June 29, 2022 5.0 6.5 BH-03 No. 3 lane westbound Hwy 111, approximately 700 feet west from Dune Palms Road June 30, 2022 5.0 6.5 BH-04 No. 1 lane westbound Hwy 111, approximately 655 feet west from Auto Center Drive June 30, 2022 5.0 6.5 BH-05 No. 2 lane westbound Hwy 111, approximately 175 feet east from La Quinta Center Drive June 30, 2022 5.0 6.5 BH-06 No. 3 lane westbound Hwy 111, approximately 425 feet west from Simon Drive June 30, 2022 5.0 6.5 BH-07 No. 1 lane eastbound Hwy 111, approximately 585 feet east from Monte Sereno Drive June 30, 2022 5.0 6.5 BH-08 No. 2 lane eastbound Hwy 111, approximately 485 feet west from Simon Drive June 30, 2022 5.0 6.5 BH-09 No. 3 lane eastbound Hwy 111, approximately 445 feet east from La Quinta Center Drive July 1, 2022 5.0 6.5 Pavement Rehabilitation Report Hwy 111 from the City’s Western Limits to Jefferson Street City of La Quinta, Riverside County, California August 23, 2022 Page 5 Converse Consultants M:\JOBFILE\2010-2019\2019\81\19-81-183 City of La Quinta, On-Call Materials Testing Services\Report\05\19-81-183_GIR(05)roadwa Boring No. Approximate Boring Location Date Drilled Planned Depth (ft) Drilled Depth (ft) BH-10 No. 1 lane eastbound Hwy 111, approximately 570 feet west from La Quinta Drive July 1, 2022 5.0 6.5 BH-11 No. 3 lane eastbound Hwy 111, approximately 250 feet east from Dune Palms Road July 1, 2022 5.0 6.5 BH-12 No. 1 lane westbound Hwy 111, approximately 635 feet west from Washington Street June 30, 2022 5.0 6.5 Approximate boring locations is presented in Figure Numbers 2a through 2d, Approximate Boring Locations Map. For a description of the field exploration and sampling program, see Appendix A, Field Exploration. 4.3 Laboratory Testing Representative soil samples obtained during the subsurface exploration were tested in our laboratory to evaluate their engineering properties. Laboratory testing included the following.  In Situ Moisture Content and Dry Density (ASTM Standards D2216 and D2937)  Expansion Index (ASTM Standard D4829)  Laboratory Maximum Density (ASTM Standard D1557)  R-Value (CT 301)  Passing Sieve No. 200 (ASTM Standard D1140) For in situ moisture and density data, see the logs of borings in Appendix A, Field Exploration. For a description of the laboratory test methods and test results, see Appendix B, Laboratory Testing Program. 4.4 Analysis and Report Preparation Data obtained from the exploratory fieldwork and the laboratory-testing program were evaluated. The geotechnical analyses were compiled and this report was prepared to present our findings and recommendations. 5.0 SUBSURFACE CONDITIONS The various elements of the subsurface condition are presented below. 5.1 Subsurface Profile The general subsurface conditions are summarized on the following table. Converse Consultants Project No. Figure No. 19-81-183-05Approximate Boring Locations Map 2a For: Project: Location: Pavement Rehabilitation Hwy 111 from city’s western limits to Jefferson Street City of La Quinta City of La Quinta, Riverside County, California Number/Depth and Approximate Location of Exploratory BoringBH-01/6.5 BH-01BH-02 Converse Consultants Project No. Figure No. 19-81-183-05Approximate Boring Locations Map 2b For: Project: Location: Pavement Rehabilitation Hwy 111 from city’s western limits to Jefferson Street City of La Quinta City of La Quinta, Riverside County, California Number/Depth and Approximate Location of Exploratory BoringBH-01/6.5 BH-11 BH-10 BH-03 Converse Consultants Project No. Figure No. 19-81-183-05Approximate Boring Locations Map 2c For: Project: Location: Pavement Rehabilitation Hwy 111 from city’s western limits to Jefferson Street City of La Quinta City of La Quinta, Riverside County, California Number/Depth and Approximate Location of Exploratory BoringBH-01/6.5 BH-05 BH-04 BH-09 Converse Consultants Project No. Figure No. 19-81-183-05Approximate Boring Locations Map 2d For: Project: Location: Pavement Rehabilitation Hwy 111 from city’s western limits to Jefferson Street City of La Quinta City of La Quinta, Riverside County, California Number/Depth and Approximate Location of Exploratory BoringBH-01/6.5 BH-08 BH-12 BH-06 BH-07 Pavement Rehabilitation Report Hwy 111 from the City’s Western Limits to Jefferson Street City of La Quinta, Riverside County, California August 23, 2022 Page 6 Converse Consultants M:\JOBFILE\2010-2019\2019\81\19-81-183 City of La Quinta, On-Call Materials Testing Services\Report\05\19-81-183_GIR(05)roadwa Table No. 3, Summary of Subsurface Conditions Boring No. Drilled Depth (ft) Asphalt Concrete Thickness (in.) Aggregate Base Thickness (in.) Subgrade Soil Description Beneath Asphalt Concrete & Aggregate Base Section BH-01 6.5 7.0 3.5 Silty Sand (SM), fine to medium grained, yellow brown BH-02 6.5 4.0 7.0 Silty Sand (SM), trace clay, fine to medium grained, grey BH-03 6.5 5.0 5.0 Silty Sand (SM), fine to medium grained, light grey BH-04 6.5 5.0 5.5 Silty Sand (SM) fine to coarse grained, brown BH-05 6.5 6.0 7.0 Silty Sand (SM), fine to coarse grained, dark brown BH-06 6.5 5.0 6.0 Silty Sand (SM) fine to coarse grained, brown BH-07 6.5 5.0 5.0 Silty Sand (SM) fine to coarse grained, grey BH-08 6.5 5.0 5.0 Silty Sand (SM) fine to coarse grained, grey BH-09 6.5 8.0 5.0 Silty Sand (SM) fine to medium grained, brown BH-10 6.5 7.0 7.0 Silty Sand (SM) fine to coarse grained, grey BH-11 6.5 6.0 6.0 Silty Sand (SM) fine to coarse grained, grey BH-12 6.5 5.0 7.0 Silty Sand (SM) fine to coarse grained, brown 5.2 Subsurface Variations Based on the results of our subsurface exploration, variations in the continuity and nature of subsurface conditions should be anticipated. Due to the variations in the nature and depositional characteristics of earth materials, care should be exercised in extrapolating or interpolating subsurface soil conditions between or beyond the exploration location. 5.3 Excavatability Based on our exploratory borings, the soil is expected to be excavatable with conventional heavy-duty earthmoving equipment, such as excavators, bulldozers, front loaders, and specialized equipment for full depth reclamation, or complete removal and replacement. Excavation will likely be difficult near BH-12 and BH-07 due to drill rig chattering, and almost reaching refusal at a depth of approximately 2.5 feet bgs. Pavement Rehabilitation Report Hwy 111 from the City’s Western Limits to Jefferson Street City of La Quinta, Riverside County, California August 23, 2022 Page 7 Converse Consultants M:\JOBFILE\2010-2019\2019\81\19-81-183 City of La Quinta, On-Call Materials Testing Services\Report\05\19-81-183_GIR(05)roadwa 6.0 LABORATORY TESTING Laboratory testing was performed to evaluate the physical and engineering properties of the subsurface soils. The testing is summarized below, and the results are provided in Appendix B, Laboratory Testing Program. 6.1 Physical Test Results  In-situ Moisture and Dry Density: In-situ dry density and moisture content of the soils were determined in accordance with ASTM Standard D2216 and D2937. Dry densities within the upper 5.0 feet of soils along Hwy 111 ranged from 89.3 to 112.8 pounds per cubic foot (pcf) with moisture contents ranging from 1.0 to 10.0 percent. Results are presented in the log of borings in Appendix A, Field Exploration.  Expansion Index: One representative sample in boring BH-06 from within the upper 5 feet of soils, was tested to evaluate the expansion potential in accordance with ASTM Standard D4829. The results of the EI tests indicate a very low expansion potential. The test results are summarized in Table No. B-1, Expansion Index Test Results.  Maximum Dry Density and Optimum Moisture Content: Typical moisture-density relationship test was performed on four representative soil samples in accordance with ASTM Standard D1557. The results are presented in Drawing No. B-1, Moisture-Density Relationship Results in Appendix B, Laboratory Testing Program. The laboratory maximum dry densities tested were 114.5 pcf for the sample at BH-01, 116.5 for the sample at BH-05, 109.1 for the sample at BH-09, and 117.2 pcf for the sample at BH-12. Optimum moisture content was 11.4, 10.0, 14.1 and 12.4 percent, respectively.  R-value: Three representative bulk samples were tested in accordance with California Department of Transportation test method 301. The results of the R- value test are 62, 71, and 69. The results are summarized in Table No. B-3, R- value Test Results in Appendix B, Laboratory Testing Program.  Percent Finer than Sieve No. 200: To aid in the classification of on-site soils, 3 representative soil samples were tested to determine the percent finer than sieve No. 200 in accordance with ASTM standard D1140. The results of the percent finer than sieve no. 200 are summarized in Table No. B-4, Percent Finer than Sieve No. 200. 7.0 PAVEMENT RECOMMENDATIONS Field measurements as shown in Table No. 3, Summary of Subsurface Conditions indicate varying thicknesses of both asphalt concrete (AC) and aggregate base (AB) ranging from 4.0 to 8.0 inches and 3.5 to 7.0, respectively. The following subsections briefly summarizes existing pavement conditions, provides new asphalt concrete structural sections, and recommendations for pavement rehabilitation. Pavement Rehabilitation Report Hwy 111 from the City’s Western Limits to Jefferson Street City of La Quinta, Riverside County, California August 23, 2022 Page 8 Converse Consultants M:\JOBFILE\2010-2019\2019\81\19-81-183 City of La Quinta, On-Call Materials Testing Services\Report\05\19-81-183_GIR(05)roadwa These recommendations are based on the results of our field exploration, laboratory testing, our experience with similar projects, and data evaluation as presented in the preceding sections. The recommendations may need to be modified based on observation of the actual field conditions during construction. 7.1 Full Section Removal and Replacement This section contains our recommendations regarding full section removal and replacement for the proposed pavement rehabilitation. 7.1.1 Subgrade Preparation Areas receiving new asphalt concrete and base sections should be underlain by compacted subgrade soils. Existing soils exposed below pavement replacement areas should be scarified at least 18 inches, moisture conditioned as needed to near optimum moisture content, and compacted to at least 95 percent of the laboratory maximum dry density (ASTM D 1557) to produce a firm and unyielding surface. Aggregate base materials should be moisture conditioned as needed to near optimum moisture content and compacted to at least 95 percent of the laboratory maximum dry density (ASTM D 1557) for support of new pavement sections. Aggregate base materials shall conform to requirements for a Class II Aggregate Base (AB) and should be placed in accordance with the requirements of the Standard Specifications for Public Works Construction (SSPWC, Latest Edition). Asphaltic materials should conform to section 203-1 “Paving Asphalt,” of the SSPWC and should be placed in accordance with section 302-5, “Asphalt Concrete Pavement,” or section 302-9, Asphalt Rubber Hot Mix (ARHM), respectively, of the SSPWC. 7.1.2 Structural Pavement Design The results of our subsurface exploration indicate the existing asphalt concrete roadway sections are generally 4.0 to 8.0 inches thick and underlain by various thicknesses of base material (see Table No. 3, Summary of Subsurface Conditions). The subgrade soils encountered below the roadway pavement section are primarily composed of Silty Sand. The laboratory tested R-values ranging from 62-71 indicate a relatively high resistance to deformation under traffic loads. It is understood that the design traffic index (TI) is 9.0, as given by the City of La Quinta’s General and Standard Plan Number 195. Based on this information, Converse performed a pavement analysis to evaluate section thickness requirements for new pavement areas. Asphalt and base thickness results were determined using the Caltrans Highway Design Manual, Chapter 630 with a safety factor of 0.2 for asphalt concrete/aggregate base section and 0.1 for full depth asphalt concrete section. The required new asphalt pavement sections are presented in Table No. 4, Recommended and Minimum Flexible Pavement Structural Sections, per the design Traffic Index and a conservative design R-value result of 60. Values are also Pavement Rehabilitation Report Hwy 111 from the City’s Western Limits to Jefferson Street City of La Quinta, Riverside County, California August 23, 2022 Page 9 Converse Consultants M:\JOBFILE\2010-2019\2019\81\19-81-183 City of La Quinta, On-Call Materials Testing Services\Report\05\19-81-183_GIR(05)roadwa given in the table below to show minimum pavement structural sections from City of La Quinta General and Standard Drawing No. 195. Table No. 4, Recommended and Minimum Flexible Pavement Structural Sections Design R- value Design TI Asphalt Concrete (AC) Over Aggregate Base (AB) Structural Sections Full AC Calculated Structural Section (inches) Minimum AC per City Standard Drawing No. 195 Minimum AB per City Standard Drawing No. 195 Calculated AC (inches) Calculated AB (inches) 60 9.0 7.0 11.5 13.0 5.5 6.5 7.2 Full Depth Reclamation (FDR) with Mechanical Stabilization The FDR with mechanical stabilization consists of pulverizing the existing AC layer with the underlying aggregate base material, compacting it to create at least a 10.0-inch layer of FDR, and overlaying with a new HMA layer thickness according to Table No. 4, Recommended and Minimum Flexible Pavement Structural Sections. The properties of this layer are considered to be similar to an aggregate base material with a modulus of at least 25 ksi, which corresponds to an R-value of at least 70. An R Value of 60 was used conservatively for design. The FDR layer is achieved by pulverizing the existing asphalt concrete with aggregate base, and or by also adding virgin granular or Reclaimed Asphalt Pavement (RAP) materials to the pulverized mixture to meet the required pulverized base material specification set by The Standard Specifications for Public Works Construction (Green Book) section 301-3.4.2.3. Please see Figure No. 3, Typical FDR Section with an Elevation Restriction. Figure No. 3, Typical FDR Section with an Elevation Restriction Pavement Rehabilitation Report Hwy 111 from the City’s Western Limits to Jefferson Street City of La Quinta, Riverside County, California August 23, 2022 Page 10 Converse Consultants M:\JOBFILE\2010-2019\2019\81\19-81-183 City of La Quinta, On-Call Materials Testing Services\Report\05\19-81-183_GIR(05)roadwa 7.2.1 Pulverized Material Preparation Pulverized materials should be moisture conditioned as needed to near optimum moisture content and compacted to at least 95 percent of the laboratory maximum dry density (ASTM D1557) for support of new pavement sections. According to section 301-2.3 of the Greenbook, the compaction shall always be commenced along the edge of the area to be compacted and the roller shall gradually advance toward the center of the area to be compacted. Rollers shall be operated along lines parallel or concentric with the centerline of the road being constructed, and no material variation therefrom will be permitted. Existing asphalt concrete and base can be pulverized onsite and used as base material. The pulverized materials should conform to Section 200-2.8 of the Greenbook (latest edition) and should be placed in accordance with Section 301-2 of the Greenbook (latest edition). If the existing pulverized pavement does not conform to Greenbook specifications, refer to the section for full section removal and replacement. As a result of the FDR process, there may be an excess of base and AC to be disposed to meet the minimum AC thickness requirements and to match existing grade. Converse does not recommend FDR for pavement rehabilitation since using this method will not allow the recommended asphalt thickness to be used and match the present grade due to the existing inadequate structural sections. 7.3 Mill and Overlay of Existing Pavement In the explored areas, the existing pavement structural sections are less than the recommended pavement structural sections listed in Table No. 4, Recommended and Minimum Flexible Pavement Structural Sections. Since the existing inadequate structural sections are less than the required minimum structural sections, Converse does not recommend Mill and Overlay as a rehabilitation option. 7.4 Pavement Placement Method Recommendations Based on the subsurface investigation findings, and existing thin structural sections for the traffic index, suggested asphalt concrete rehabilitation methods are outlined below. Pavement Rehabilitation Report Hwy 111 from the City’s Western Limits to Jefferson Street City of La Quinta, Riverside County, California August 23, 2022 Page 11 Converse Consultants M:\JOBFILE\2010-2019\2019\81\19-81-183 City of La Quinta, On-Call Materials Testing Services\Report\05\19-81-183_GIR(05)roadwa Table No. 5, Suggested Asphalt Concrete Rehabilitation Method Project Location Boring No. Existing Structural Section Measurement (in.) Required Structural Section (in.) Suggested Asphalt Rehabilitation Method Along Hwy 111 from the City’s western limits to Jefferson Street BH-01 10.5 18.5 (7.0+11.5) Remove and Replace BH-02 11.0 Remove and Replace BH-03 10.0 Remove and Replace BH-04 10.5 Remove and Replace BH-05 13.0 Remove and Replace BH-06 11.0 Remove and Replace BH-07 10.0 Remove and Replace BH-08 10.0 Remove and Replace BH-09 13.0 Remove and Replace BH-10 14.0 Remove and Replace BH-11 12.0 Remove and Replace BH-12 12.0 Remove and Replace 8.0 CONSTRUCTION CONSIDERATIONS This report has been prepared to aid in the evaluation of the existing roadway pavement and to provide a rehabilitation recommendation. It is recommended that this office be provided an opportunity to review final design drawings and specifications to determine if the recommendations of this report have been properly implemented. During construction, the geotechnical engineer and/or their authorized representatives should be present at the site to provide a source of advice to the client regarding the geotechnical aspects of the project and to observe and test the earthwork performed. Their presence should not be construed as an acceptance of responsibility for the performance of the completed work, since it is the sole responsibility of the contractor performing the work to ensure that it complies with all applicable plans, specifications, ordinances, etc. Pavement Rehabilitation Report Hwy 111 from the City’s Western Limits to Jefferson Street City of La Quinta, Riverside County, California August 23, 2022 Page 12 Converse Consultants M:\JOBFILE\2010-2019\2019\81\19-81-183 City of La Quinta, On-Call Materials Testing Services\Report\05\19-81-183_GIR(05)roadwa 9.0 CLOSURE This report is prepared for the project described herein and is intended for use solely by the City of La Quinta and their authorized agents, to assist in the development of the proposed project. Our findings and recommendations were obtained in accordance with generally accepted professional principles practiced in geotechnical engineering. We make no other warranty, either expressed or implied. Converse Consultants is not responsible or liable for any claims or damages associated with interpretation of available information provided to others. Site exploration identifies actual soil conditions only at those points where samples are taken, when they are taken. Data derived through sampling and laboratory testing is extrapolated by Converse employees who render an opinion about the overall soil conditions. Actual conditions in areas not sampled may differ. In the event that changes to the project occur, or additional, relevant information about the project is brought to our attention, the recommendations contained in this report may not be valid unless these changes and additional relevant information are reviewed, and the recommendations of this report are modified or verified in writing. In addition, the recommendations can only be finalized by observing actual subsurface conditions revealed during construction. Converse cannot be held responsible for misinterpretation or changes to our recommendations made by others during construction. As the project evolves, a continued consultation and construction monitoring by a qualified geotechnical consultant should be considered an extension of geotechnical investigation services performed to date. The geotechnical consultant should review plans and specifications to verify that the recommendations presented herein have been appropriately interpreted, and that the design assumptions used in this report are valid. Where significant design changes occur, Converse may be required to augment or modify the recommendations presented herein. Subsurface conditions may differ in some locations from those encountered in the explorations, and may require additional analyses and, possibly, modified recommendations. Design recommendations given in this report are based on the assumption that the recommendations contained in this report are implemented. Additional consultation may be prudent to interpret Converse's findings for contractors, or to possibly refine these recommendations based upon the review of the actual site conditions encountered during construction. If the scope of the project changes, if project completion is to be delayed, or if the report is to be used for another purpose, this office should be consulted. Pavement Rehabilitation Report Hwy 111 from the City’s Western Limits to Jefferson Street City of La Quinta, Riverside County, California August 23, 2022 Page 13 Converse Consultants M:\JOBFILE\2010-2019\2019\81\19-81-183 City of La Quinta, On-Call Materials Testing Services\Report\05\19-81-183_GIR(05)roadwa 10.0 REFERENCES ASTM INTERNATIONAL, Annual Book of ASTM Standards, Current. CALIFORNIA DEPARTMENT OF TRANSPORTATION (2020), “Highway Design Manual”, Department of Transportation, State of California. CALIFORNIA DEPARTMENT OF TRANSPORTATION PAVEMENT PROGRAM (2013), “Subgrade Enhancement Geosynthetic Design and Construction Guide”, Department of Transportation, State of California. “GREENBOOK” STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION, 2018 Edition, Public Works Standards, Inc. METROPOLITAN TRANSPORTATION COMMISSION (1986) “Pavement Condition Index Distress Identification Manual for Asphalt and Surface Treatment Pavements” February 1986. Appendix A Field Exploration Pavement Rehabilitation Report Hwy 111 from the City’s Western Limits to Jefferson Street City of La Quinta, Riverside County, California August 23, 2022 Page A-1 Converse Consultants M:\JOBFILE\2010-2019\2019\81\19-81-183 City of La Quinta, On-Call Materials Testing Services\Report\05\19-81-183_GIR(05)roadwa APPENDIX A FIELD EXPLORATION Our field investigation included a site reconnaissance and a subsurface exploration program consisting of drilling test borings. During the site reconnaissance, the surface conditions were noted, and the locations of the test borings were established by rough measurements relative to existing streets and boundary features and should be considered accurate only to the degree implied by the method used. Twelve exploratory borings (BH-01 through BH-12) were drilled between June 29 and July 1, 2022 to investigate subsurface conditions along Hwy. 111 from the City’s western limits to Jefferson Street. The borings were drilled to the maximum explored depth of 6.5 feet below existing ground surface (bgs). The borings were advanced using a truck mounted drill rig equipped with 8-inch diameter hollow-stem augers for soil sampling. Soil encountered in the borings were logged by a Converse geologist and classified in the field by visual examination in accordance with the Unified Soil Classification System (ASTM D2488). The field descriptions have been modified where appropriate to reflect laboratory test results. Relatively undisturbed samples were obtained using California Modified Samplers (2.4 inches inside diameter and 3.0 inches outside diameter) lined with thin sample rings. The steel ring sampler was driven into the bottom of the borehole with successive drops of a 140-pound driving weight falling 30 inches. Blow counts at each sample interval are presented on the boring logs. Samples were retained in brass rings (2.4 inches inside diameter and 1.0 inch in height) and carefully sealed in waterproof plastic containers for shipment to the Converse laboratory. Bulk samples of typical soil types were also obtained. Following the completion of logging and sampling, all borings were backfilled with soil cuttings, compacted by pushing down with augers using the drill rig weight, and surface patched with cold asphalt. If construction is delayed, the surface may settle over time. We recommend the owner monitor the boring locations and backfill any depressions that might occur or provide protection around the boring locations to prevent trip and fall injuries from occurring near the area of any potential settlement. It should be noted that the exact depths at which material changes occur cannot always be established accurately. Unless a more precise depth can be established by other means, change in material conditions that occur between drive samples are indicated in the logs at the top of the next drive sample. For a key to soil symbols and terminology used in the boring logs, refer to Drawing No. A-1a and A-1b, Unified Soil Classification and Key to Boring Log Symbols. For logs of borings, see Drawings No. A-2 through A-13, Logs of Borings. 1 A-1a Drawing No.Project No. (LITTLE OR NO FINES) INORGANIC SILTS AND VERY FINE SANDS, ROCK FLOUR, SILTY OR CLAYEY FINE SANDS OR CLAYEY SILTS WITH SLIGHT PLASTICITY LIQUID LIMIT LESS THAN 50 SILTY GRAVELS, GRAVEL - SAND - SILT MIXTURES OH SC SILTS AND CLAYS MORE THAN 50% OF COARSE FRACTION PASSING ON NO. 4 SIEVE MORE THAN 50% OF MATERIAL IS LARGER THAN NO. 200 SIEVE SIZE SILTY SANDS, SAND - SILT MIXTURES POORLY-GRADED SANDS, GRAVELLY SAND, LITTLE OR NO FINES (LITTLE OR NO FINES) OL WELL-GRADED GRAVELS, GRAVEL - SAND MIXTURES, LITTLE OR NO FINES SANDS WITH FINES CL HIGHLY ORGANIC SOILS PT MORE THAN 50% OF MATERIAL IS SMALLER THAN NO. 200 SIEVE SIZE SM WELL-GRADED SANDS, GRAVELLY SANDS, LITTLE OR NO FINES (APPRECIABLE AMOUNT OF FINES) SP SW COARSE GRAINED SOILS POORLY-GRADED GRAVELS, GRAVEL - SAND MIXTURES, LITTLE OR NO FINES CLAYEY GRAVELS, GRAVEL - SAND - CLAY MIXTURES SAMPLE TYPE LETTER INORGANIC CLAYS OF LOW TO MEDIUM PLASTICITY, GRAVELLY CLAYS, SANDY CLAYS, SILTY CLAYS, LEAN CLAYS ORGANIC CLAYS OF MEDIUM TO HIGH PLASTICITY, ORGANIC SILTS SAND AND SANDY SOILS INORGANIC SILTS, MICACEOUS OR DIATOMACEOUS FINE SAND OR SILTY SOILS SOIL CLASSIFICATION CHART MORE THAN 50% OF COARSE FRACTION RETAINED ON NO. 4 SIEVE (APPRECIABLE AMOUNT OF FINES) GC DESCRIPTIONS BORING LOG SYMBOLS NOTE: DUAL SYMBOLS ARE USED TO INDICATE BORDERLINE SOIL CLASSIFICATIONS ORGANIC SILTS AND ORGANIC SILTY CLAYS OF LOW PLASTICITY FINE GRAINED SOILS SILTS AND CLAYS ML TYPICAL Split barrel sampler in accordance with ASTM D-1586-84 Standard Test Method No recovery BULK SAMPLE GROUNDWATER WHILE DRILLING GROUNDWATER AFTER DRILLING MH GM GW SYMBOLS PEAT, HUMUS, SWAMP SOILS WITH HIGH ORGANIC CONTENTS LIQUID LIMIT GREATER THAN 50 MAJOR DIVISIONS STANDARD PENETRATION TEST CH GRAVELS WITH FINES DRIVE SAMPLE 2.42" I.D. sampler (CMS). DRIVE SAMPLE CLEAN SANDS GRAVEL AND GRAVELLY SOILS CLEAN GRAVELS INORGANIC CLAYS OF HIGH PLASTICITY GP CLAYEY SANDS, SAND - CLAY MIXTURES GRAPH Converse Consultants DRILLING METHOD SYMBOLS C CL CP CR CU DS EI M OC P PA PI PL PM PP R SE SG SW TV UC UU UW FIELD AND LABORATORY TESTS Consolidation (ASTM D 2435) Collapse Potential (ASTM D 4546) Compaction Curve (ASTM D 1557) Corrosion, Sulfates, Chlorides (CTM 643-99; 417; 422) Consolidated Undrained Triaxial (ASTM D 4767) Direct Shear (ASTM D 3080) Expansion Index (ASTM D 4829) Moisture Content (ASTM D 2216) Organic Content (ASTM D 2974) Permeablility (ASTM D 2434) Particle Size Analysis (ASTM D 6913 [2002]) Liquid Limit, Plastic Limit, Plasticity Index (ASTM D 4318) Point Load Index (ASTM D 5731) Pressure Meter Pocket Penetrometer R-Value (CTM 301) Sand Equivalent (ASTM D 2419) Specific Gravity (ASTM D 854) Swell Potential (ASTM D 4546) Pocket Torvane Unconfined Compression - Soil (ASTM D 2166) Unconfined Compression - Rock (ASTM D 7012) Unconsolidated Undrained Triaxial (ASTM D 2850) Unit Weight (ASTM D 2937) Auger Drilling Mud Rotary Drilling Dynamic Cone or Hand Driven Diamond Core UNIFIED SOIL CLASSIFICATION AND KEY TO BORING LOG SYMBOLS Project Name: Project Location: For: Project ID: ; Template: KEY CONSISTENCY OF COHESIVE SOILS Descriptor Very Soft Soft Medium Stiff Stiff Very Stiff Hard APPARENT DENSITY OF COHESIONLESS SOILS Descriptor Criteria Descriptor SPT N - Value (blows / foot) Very Loose Loose Medium Dense Dense Very Dense <4 4- 10 11 - 30 31 - 50 >50 Nonplastic Low Medium High Descriptor Criteria Crumbles or breaks with handling or little finger pressure. Crumbles or breaks with considerable finger pressure. Will not crumble or break with finger pressure. Weak Moderate Strong Unconfined Compressive Strength (tsf)Torvane (tsf) Pocket Penetrometer (tsf) <0.25 0.25 - 0.50 0.50 - 1.0 1.0 - 2.0 2.0 - 4.0 >4.0 Descriptor Criteria Trace (fine)/ Few Little Some Mostly Particles are present but estimated to be less than 5% 5 to 10% 15 to 25% 30 to 45% 50 to 100% PERCENT OF PROPORTION OF SOILS MOISTURE Criteria Absence of moisture, dusty, dry to the touch Damp but no visible water Visible free water, usually soil is below water table Size Coarse Medium Fine > 12 inches 3 to 12 inches Passing No. 200 Sieve No. 10 Sieve to No. 4 Sieve No. 40 Sieve to No. 10 Sieve No. 200 Sieve to No. No. 40 Sieve <0.25 0.25 - 0.50 0.50 - 1.0 1.0 - 2.0 2.0 - 4.0 >4.0 60 PLASTICITY OF FINE-GRAINED SOILS Descriptor Dry Moist Wet Boulder Cobble Gravel Sand Silt and Clay Descriptor Coarse Fine 3/4 inch to 3 inches No. 4 Sieve to 3/4 inch CEMENTATION/ Induration A 1/8-inch thread cannot be rolled at any water content. The thread can barely be rolled, and the lump cannot be formed when drier than the plastic limit. The thread is easy to roll, and not much time is required to reach the plastic limit; it cannot be rerolled after reaching the plastic limit. The lump crumbles when drier than the plastic limit. It takes considerable time rolling and kneading to reach the plastic limit. The thread can be rerolled several times after reaching the plastic limit. The lump can be formed without crumbling when drier than the plastic limit. Field Approximation Easily penetrated several inches by fist Easily penetrated several inches by thumb Can be penetrated several inches by thumb with moderate effort Readily indented by thumb but penetrated only with great effort Readily indented by thumbnail Indented by thumbnail with difficulty <0.12 0.12 - 0.25 0.25 - 0.50 0.50 - 1.0 1.0 - 2.0 >2.0 SOIL PARTICLE SIZE NOTE: This legend sheet provides descriptions and associated criteria for required soil description components only. Refer to Caltrans Soil and Rock Logging, Classification, and Presentation Manual (2010), Section 2, for tables of additional soil description components and discussion of soil description and identification. A-1b Drawing No.Project No. Project ID: ; Template: KEY Converse Consultants UNIFIED SOIL CLASSIFICATION AND KEY TO BORING LOG SYMBOLS Project Name: Project Location: For: SPT Blow Counts < 2 2 - 4 5 - 8 9 - 15 16 - 30 >30 CA Sampler <3 3 - 6 7 - 12 13 - 25 26 - 50 >50 CA Sampler <5 5 - 12 13 - 35 36 - 60 >60 Scattered (coarse) CP End of boring at 6.5 feet bgs No groundwater encountered Borehole backfilled with soil cuttings, compacted by pushing down with drill rig weight, and surface patched with cold asphalt concrete on 6/29/2022. 5 3 7.0" Asphalt Concrete/3.5" Aggregate Base SILTY SAND (SM): fine to medium-grained, slight to moderate desication, medium dense, moist, yellow-brown. 99 102 6/6/10 5/8/10 DR Y U N I T W T . (p c f ) A-219-81-183-05 Gr a p h i c Lo g De p t h ( f t ) Depth to Water (ft): 140 lbs / 30 in PAVEMENT REHABILITATION for Highway (Hwy 111) from the City's Western Limits to Jefferson Street City of La Quinta, Riverside County, California For: City of La Quinta Ground Surface Elevation (ft): Equipment: Log of Boring No. BH-01 SAMPLES De p t h ( f t ) SUMMARY OF SUBSURFACE CONDITIONS 8" HOLLOW STEM AUGER Gr a p h i c Lo g Hashmi Quazi 5 SUMMARY OF SUBSURFACE CONDITIONS Dates Drilled:6/29/2022 BU L K NOT ENCOUNTERED Drawing No. This log is part of the report prepared by Converse for this project and should be read together with the report. This summary applies only at the location of the boring and at the time of drilling. Subsurface conditions may differ at other locations and may change at this location with the passage of time. The data presented is a simplification of actual conditions encountered. Logged by: Converse Consultants 5 Checked By: Project No.Project Name Converse Consultants BL O W S / 6 " DR Y U N I T W T . (p c f ) 47 Stephen McPherson DR I V E MO I S T U R E ( % ) Driving Weight and Drop: LA B T E S T S Project ID: 19-81-183-05 HWY 111.GPJ; Template: LOG R End of boring at 6.5 feet bgs No groundwater encountered Borehole backfilled with soil cuttings, compacted by pushing down with drill rig weight, and surface patched with cold asphalt concrete on 6/29/2022. 5 8 4.0" Asphalt Concrete/7.0" Aggregate Base SILTY SAND (SM): fine to medium-grained, slight to moderate desication, loose, moist, grey. 91.2 89.4 4/6/6 2/2/3 DR Y U N I T W T . (p c f ) A-319-81-183-05 Gr a p h i c Lo g De p t h ( f t ) Depth to Water (ft): 140 lbs / 30 in PAVEMENT REHABILITATION for Highway (Hwy 111) from the City's Western Limits to Jefferson Street City of La Quinta, Riverside County, California For: City of La Quinta Ground Surface Elevation (ft): Equipment: Log of Boring No. BH-02 SAMPLES De p t h ( f t ) SUMMARY OF SUBSURFACE CONDITIONS 8" HOLLOW STEM AUGER Gr a p h i c Lo g Hashmi Quazi 5 SUMMARY OF SUBSURFACE CONDITIONS Dates Drilled:6/29/2022 BU L K NOT ENCOUNTERED Drawing No. This log is part of the report prepared by Converse for this project and should be read together with the report. This summary applies only at the location of the boring and at the time of drilling. Subsurface conditions may differ at other locations and may change at this location with the passage of time. The data presented is a simplification of actual conditions encountered. Logged by: Converse Consultants 5 Checked By: Project No.Project Name Converse Consultants BL O W S / 6 " DR Y U N I T W T . (p c f ) 52 Stephen McPherson DR I V E MO I S T U R E ( % ) Driving Weight and Drop: LA B T E S T S Project ID: 19-81-183-05 HWY 111.GPJ; Template: LOG WA End of boring at 6.5 feet bgs No groundwater encountered Borehole backfilled with soil cuttings, compacted by pushing down with drill rig weight, and surface patched with cold asphalt concrete on 6/30/2022. 4 4 5.0" Asphalt Concrete/5.0" Aggregate Base SILTY SAND (SM): fine to medium-grained, slight to moderate desication, medium dense, moist, light grey. 99 103 7/10/12 6/8/11 DR Y U N I T W T . (p c f ) A-419-81-183-05 Gr a p h i c Lo g De p t h ( f t ) Depth to Water (ft): 140 lbs / 30 in PAVEMENT REHABILITATION for Highway (Hwy 111) from the City's Western Limits to Jefferson Street City of La Quinta, Riverside County, California For: City of La Quinta Ground Surface Elevation (ft): Equipment: Log of Boring No. BH-03 SAMPLES De p t h ( f t ) SUMMARY OF SUBSURFACE CONDITIONS 8" HOLLOW STEM AUGER Gr a p h i c Lo g Hashmi Quazi 5 SUMMARY OF SUBSURFACE CONDITIONS Dates Drilled:6/30/2022 BU L K NOT ENCOUNTERED Drawing No. This log is part of the report prepared by Converse for this project and should be read together with the report. This summary applies only at the location of the boring and at the time of drilling. Subsurface conditions may differ at other locations and may change at this location with the passage of time. The data presented is a simplification of actual conditions encountered. Logged by: Converse Consultants 5 Checked By: Project No.Project Name Converse Consultants BL O W S / 6 " DR Y U N I T W T . (p c f ) 56 Stephen McPherson DR I V E MO I S T U R E ( % ) Driving Weight and Drop: LA B T E S T S Project ID: 19-81-183-05 HWY 111.GPJ; Template: LOG End of boring at 6.5 feet bgs No groundwater encountered Borehole backfilled with soil cuttings, compacted by pushing down with drill rig weight, and surface patched with cold asphalt concrete on 6/30/2022. 3 3 5.0" Asphalt Concrete/5.5" Aggregate Base SILTY SAND (SM): fine to coarse-grained, gravel up to 1.5 inches in largest dimension, dense, moist, slight to medium desication, brown.108 108 7/24/26 5/8/10 DR Y U N I T W T . (p c f ) A-519-81-183-05 Gr a p h i c Lo g De p t h ( f t ) Depth to Water (ft): 140 lbs / 30 in PAVEMENT REHABILITATION for Highway (Hwy 111) from the City's Western Limits to Jefferson Street City of La Quinta, Riverside County, California For: City of La Quinta Ground Surface Elevation (ft): Equipment: Log of Boring No. BH-04 SAMPLES De p t h ( f t ) SUMMARY OF SUBSURFACE CONDITIONS 8" HOLLOW STEM AUGER Gr a p h i c Lo g Hashmi Quazi 5 SUMMARY OF SUBSURFACE CONDITIONS Dates Drilled:6/30/2022 BU L K NOT ENCOUNTERED Drawing No. This log is part of the report prepared by Converse for this project and should be read together with the report. This summary applies only at the location of the boring and at the time of drilling. Subsurface conditions may differ at other locations and may change at this location with the passage of time. The data presented is a simplification of actual conditions encountered. Logged by: Converse Consultants 5 Checked By: Project No.Project Name Converse Consultants BL O W S / 6 " DR Y U N I T W T . (p c f ) 64 Stephen McPherson DR I V E MO I S T U R E ( % ) Driving Weight and Drop: LA B T E S T S Project ID: 19-81-183-05 HWY 111.GPJ; Template: LOG CP End of boring at 6.5 feet bgs No groundwater encountered Borehole backfilled with soil cuttings, compacted by pushing down with drill rig weight, and surface patched with cold asphalt concrete on 6/30/2022. 3 4 6.0" Asphalt Concrete/7.0" Aggregate Base SILTY SAND (SM): fine to coarse-grained, gravel up to 3-inches in largest dimension, slight to moderate desication, medium dense, moist, dark brown.108 100 7/15/17 5/7/10 DR Y U N I T W T . (p c f ) A-619-81-183-05 Gr a p h i c Lo g De p t h ( f t ) Depth to Water (ft): 140 lbs / 30 in PAVEMENT REHABILITATION for Highway (Hwy 111) from the City's Western Limits to Jefferson Street City of La Quinta, Riverside County, California For: City of La Quinta Ground Surface Elevation (ft): Equipment: Log of Boring No. BH-05 SAMPLES De p t h ( f t ) SUMMARY OF SUBSURFACE CONDITIONS 8" HOLLOW STEM AUGER Gr a p h i c Lo g Hashmi Quazi 5 SUMMARY OF SUBSURFACE CONDITIONS Dates Drilled:6/30/2022 BU L K NOT ENCOUNTERED Drawing No. This log is part of the report prepared by Converse for this project and should be read together with the report. This summary applies only at the location of the boring and at the time of drilling. Subsurface conditions may differ at other locations and may change at this location with the passage of time. The data presented is a simplification of actual conditions encountered. Logged by: Converse Consultants 5 Checked By: Project No.Project Name Converse Consultants BL O W S / 6 " DR Y U N I T W T . (p c f ) 70 Stephen McPherson DR I V E MO I S T U R E ( % ) Driving Weight and Drop: LA B T E S T S Project ID: 19-81-183-05 HWY 111.GPJ; Template: LOG EI, R, WA End of boring at 6.5 feet bgs No groundwater encountered Borehole backfilled with soil cuttings, compacted by pushing down with drill rig weight, and surface patched with cold asphalt concrete on 6/30/2022. 4 10 5.0" Asphalt Concrete/6.0" Aggregate Base SILTY SAND (SM): fine to coarse grained, moderately desicated, loose, moist, brown. 104 96 3/3/3 2/4/6 DR Y U N I T W T . (p c f ) A-719-81-183-05 Gr a p h i c Lo g De p t h ( f t ) Depth to Water (ft): 140 lbs / 30 in PAVEMENT REHABILITATION for Highway (Hwy 111) from the City's Western Limits to Jefferson Street City of La Quinta, Riverside County, California For: City of La Quinta Ground Surface Elevation (ft): Equipment: Log of Boring No. BH-06 SAMPLES De p t h ( f t ) SUMMARY OF SUBSURFACE CONDITIONS 8" HOLLOW STEM AUGER Gr a p h i c Lo g Hashmi Quazi 5 SUMMARY OF SUBSURFACE CONDITIONS Dates Drilled:6/30/2022 BU L K NOT ENCOUNTERED Drawing No. This log is part of the report prepared by Converse for this project and should be read together with the report. This summary applies only at the location of the boring and at the time of drilling. Subsurface conditions may differ at other locations and may change at this location with the passage of time. The data presented is a simplification of actual conditions encountered. Logged by: Converse Consultants 5 Checked By: Project No.Project Name Converse Consultants BL O W S / 6 " DR Y U N I T W T . (p c f ) 66 Stephen McPherson DR I V E MO I S T U R E ( % ) Driving Weight and Drop: LA B T E S T S Project ID: 19-81-183-05 HWY 111.GPJ; Template: LOG R End of boring at 6.5 feet bgs No groundwater encountered Borehole backfilled with soil cuttings, compacted by pushing down with drill rig weight, and surface patched with cold asphalt concrete on 6/30/2022. 6 6 5.0" Asphalt Concrete/5.0" Aggregate Base SILTY SAND (SM): fine to coarse grained, slight to moderate desication, loose, moist, brown. 89 89 7/5/4 3/2/3 DR Y U N I T W T . (p c f ) A-819-81-183-05 Gr a p h i c Lo g De p t h ( f t ) Depth to Water (ft): 140 lbs / 30 in PAVEMENT REHABILITATION for Highway (Hwy 111) from the City's Western Limits to Jefferson Street City of La Quinta, Riverside County, California For: City of La Quinta Ground Surface Elevation (ft): Equipment: Log of Boring No. BH-07 SAMPLES De p t h ( f t ) SUMMARY OF SUBSURFACE CONDITIONS 8" HOLLOW STEM AUGER Gr a p h i c Lo g Hashmi Quazi 5 SUMMARY OF SUBSURFACE CONDITIONS Dates Drilled:6/30/2022 BU L K NOT ENCOUNTERED Drawing No. This log is part of the report prepared by Converse for this project and should be read together with the report. This summary applies only at the location of the boring and at the time of drilling. Subsurface conditions may differ at other locations and may change at this location with the passage of time. The data presented is a simplification of actual conditions encountered. Logged by: Converse Consultants 5 Checked By: Project No.Project Name Converse Consultants BL O W S / 6 " DR Y U N I T W T . (p c f ) 75 Stephen McPherson DR I V E MO I S T U R E ( % ) Driving Weight and Drop: LA B T E S T S Project ID: 19-81-183-05 HWY 111.GPJ; Template: LOG End of boring at 6.5 feet bgs No groundwater encountered Borehole backfilled with soil cuttings, compacted by pushing down with drill rig weight, and surface patched with cold asphalt concrete on 6/30/2022. 6 8 5.0" Asphalt Concrete/5.0" Aggregate Base SILTY SAND (SM): fine to coarse grained, moderate desication, loose, moist, grey. 102 91 3/5/6 4/5/8 DR Y U N I T W T . (p c f ) A-919-81-183-05 Gr a p h i c Lo g De p t h ( f t ) Depth to Water (ft): 140 lbs / 30 in PAVEMENT REHABILITATION for Highway (Hwy 111) from the City's Western Limits to Jefferson Street City of La Quinta, Riverside County, California For: City of La Quinta Ground Surface Elevation (ft): Equipment: Log of Boring No. BH-08 SAMPLES De p t h ( f t ) SUMMARY OF SUBSURFACE CONDITIONS 8" HOLLOW STEM AUGER Gr a p h i c Lo g Hashmi Quazi 5 SUMMARY OF SUBSURFACE CONDITIONS Dates Drilled:6/30/2022 BU L K NOT ENCOUNTERED Drawing No. This log is part of the report prepared by Converse for this project and should be read together with the report. This summary applies only at the location of the boring and at the time of drilling. Subsurface conditions may differ at other locations and may change at this location with the passage of time. The data presented is a simplification of actual conditions encountered. Logged by: Converse Consultants 5 Checked By: Project No.Project Name Converse Consultants BL O W S / 6 " DR Y U N I T W T . (p c f ) 65 Stephen McPherson DR I V E MO I S T U R E ( % ) Driving Weight and Drop: LA B T E S T S Project ID: 19-81-183-05 HWY 111.GPJ; Template: LOG CP, WA End of boring at 6.5 feet bgs No groundwater encountered Borehole backfilled with soil cuttings, compacted by pushing down with drill rig weight, and surface patched with cold asphalt concrete on 7/1/2022. 6 5 8.0" Asphalt Concrete/5.0" Aggregate Base SILTY SAND (SM): fine to medium-grained, slight to moderate desication, medium dense, moist, brown. 94 93 7/7/9 4/5/6 DR Y U N I T W T . (p c f ) A-1019-81-183-05 Gr a p h i c Lo g De p t h ( f t ) Depth to Water (ft): 140 lbs / 30 in PAVEMENT REHABILITATION for Highway (Hwy 111) from the City's Western Limits to Jefferson Street City of La Quinta, Riverside County, California For: City of La Quinta Ground Surface Elevation (ft): Equipment: Log of Boring No. BH-09 SAMPLES De p t h ( f t ) SUMMARY OF SUBSURFACE CONDITIONS 8" HOLLOW STEM AUGER Gr a p h i c Lo g Hashmi Quazi 5 SUMMARY OF SUBSURFACE CONDITIONS Dates Drilled:7/1/2022 BU L K NOT ENCOUNTERED Drawing No. This log is part of the report prepared by Converse for this project and should be read together with the report. This summary applies only at the location of the boring and at the time of drilling. Subsurface conditions may differ at other locations and may change at this location with the passage of time. The data presented is a simplification of actual conditions encountered. Logged by: Converse Consultants 5 Checked By: Project No.Project Name Converse Consultants BL O W S / 6 " DR Y U N I T W T . (p c f ) 71 Stephen McPherson DR I V E MO I S T U R E ( % ) Driving Weight and Drop: LA B T E S T S Project ID: 19-81-183-05 HWY 111.GPJ; Template: LOG End of boring at 6.5 feet bgs No groundwater encountered Borehole backfilled with soil cuttings, compacted by pushing down with drill rig weight, and surface patched with cold asphalt concrete on 7/1/2022. 3 4 7.0" Asphalt Concrete/7.0" Aggregate Base SILTY SAND (SM): fine to coarse grained, gravel up to 1-innch in largest dimension, dense, moist, rig chattering, grey. 113 100 33/26/28 10/17/13 DR Y U N I T W T . (p c f ) A-1119-81-183-05 Gr a p h i c Lo g De p t h ( f t ) Depth to Water (ft): 140 lbs / 30 in PAVEMENT REHABILITATION for Highway (Hwy 111) from the City's Western Limits to Jefferson Street City of La Quinta, Riverside County, California For: City of La Quinta Ground Surface Elevation (ft): Equipment: Log of Boring No. BH-10 SAMPLES De p t h ( f t ) SUMMARY OF SUBSURFACE CONDITIONS 8" HOLLOW STEM AUGER Gr a p h i c Lo g Hashmi Quazi 5 SUMMARY OF SUBSURFACE CONDITIONS Dates Drilled:7/1/2022 BU L K NOT ENCOUNTERED Drawing No. This log is part of the report prepared by Converse for this project and should be read together with the report. This summary applies only at the location of the boring and at the time of drilling. Subsurface conditions may differ at other locations and may change at this location with the passage of time. The data presented is a simplification of actual conditions encountered. Logged by: Converse Consultants 5 Checked By: Project No.Project Name Converse Consultants BL O W S / 6 " DR Y U N I T W T . (p c f ) 63 Stephen McPherson DR I V E MO I S T U R E ( % ) Driving Weight and Drop: LA B T E S T S Project ID: 19-81-183-05 HWY 111.GPJ; Template: LOG End of boring at 6.5 feet bgs No groundwater encountered Borehole backfilled with soil cuttings, compacted by pushing down with drill rig weight, and surface patched with cold asphalt concrete on 7/1/2022. 4 1 6.0" Asphalt Concrete/6.0" Aggregate Base SILTY SAND (SM): fine to coarse grained, slight to medium desication, medium dense, moist, gravel up to 3-inches in largest dimension, grey.108 110 10/14/18 6/9/12 DR Y U N I T W T . (p c f ) A-1219-81-183-05 Gr a p h i c Lo g De p t h ( f t ) Depth to Water (ft): 140 lbs / 30 in PAVEMENT REHABILITATION for Highway (Hwy 111) from the City's Western Limits to Jefferson Street City of La Quinta, Riverside County, California For: City of La Quinta Ground Surface Elevation (ft): Equipment: Log of Boring No. BH-11 SAMPLES De p t h ( f t ) SUMMARY OF SUBSURFACE CONDITIONS 8" HOLLOW STEM AUGER Gr a p h i c Lo g Hashmi Quazi 5 SUMMARY OF SUBSURFACE CONDITIONS Dates Drilled:7/1/2022 BU L K NOT ENCOUNTERED Drawing No. This log is part of the report prepared by Converse for this project and should be read together with the report. This summary applies only at the location of the boring and at the time of drilling. Subsurface conditions may differ at other locations and may change at this location with the passage of time. The data presented is a simplification of actual conditions encountered. Logged by: Converse Consultants 5 Checked By: Project No.Project Name Converse Consultants BL O W S / 6 " DR Y U N I T W T . (p c f ) 54 Stephen McPherson DR I V E MO I S T U R E ( % ) Driving Weight and Drop: LA B T E S T S Project ID: 19-81-183-05 HWY 111.GPJ; Template: LOG CP End of boring at 6.5 feet bgs No groundwater encountered Borehole backfilled with soil cuttings, compacted by pushing down with drill rig weight, and surface patched with cold asphalt concrete on 6/30/2022. 5.0" Asphalt Concrete/7.0" Aggregate Base SILTY SAND (SM): fine to coarse grained, possible boulder, lots of rig chatter, close to refusal, very dense, moist, brown. 50-3" 8/5/6 DR Y U N I T W T . (p c f ) A-1319-81-183-05 Gr a p h i c Lo g De p t h ( f t ) Depth to Water (ft): 140 lbs / 30 in PAVEMENT REHABILITATION for Highway (Hwy 111) from the City's Western Limits to Jefferson Street City of La Quinta, Riverside County, California For: City of La Quinta Ground Surface Elevation (ft): Equipment: Log of Boring No. BH-12 SAMPLES De p t h ( f t ) SUMMARY OF SUBSURFACE CONDITIONS 8" HOLLOW STEM AUGER Gr a p h i c Lo g Hashmi Quazi 5 SUMMARY OF SUBSURFACE CONDITIONS Dates Drilled:6/30/2022 BU L K NOT ENCOUNTERED Drawing No. This log is part of the report prepared by Converse for this project and should be read together with the report. This summary applies only at the location of the boring and at the time of drilling. Subsurface conditions may differ at other locations and may change at this location with the passage of time. The data presented is a simplification of actual conditions encountered. Logged by: Converse Consultants 5 Checked By: Project No.Project Name Converse Consultants BL O W S / 6 " DR Y U N I T W T . (p c f ) 71 Stephen McPherson DR I V E MO I S T U R E ( % ) Driving Weight and Drop: LA B T E S T S Project ID: 19-81-183-05 HWY 111.GPJ; Template: LOG Appendix B Laboratory Testing Program Pavement Rehabilitation Report Hwy 111 from the City’s Western Limits to Jefferson Street City of La Quinta, Riverside County, California August 23, 2022 Page B-1 Converse Consultants M:\JOBFILE\2010-2019\2019\81\19-81-183 City of La Quinta, On-Call Materials Testing Services\Report\05\19-81-183_GIR(05)roadwa APPENDIX B LABORATORY TESTING PROGRAM Tests were conducted in our laboratory on representative soil samples for the purpose of classification and evaluation of their relevant physical characteristics and engineering properties. The amount and selection of tests were based on the geotechnical requirements of the project. Test results are presented herein and on the Logs of Borings in Appendix A, Field Exploration. The following is a summary of the various laboratory tests conducted for this project. Moisture Content and Dry Density In-situ dry density and moisture content tests were performed on relatively undisturbed ring samples in accordance with ASTM Standard D2216 and D2937 to aid in soils classification and to provide qualitative information on strength and compressibility characteristics of the site soils. For test results, see the Logs of Borings in Appendix A, Field Exploration. Expansion Index Test One representative bulk soil sample was tested to evaluate the expansion potential. The test was conducted in accordance with ASTM Standard D4829. The test result is presented in the following table. Table No. B-1, Expansion Index Test Result Maximum Density and Optimum Moisture Content Tests Laboratory maximum dry density-optimum moisture content relationship tests were performed on four representative bulk samples in accordance with the ASTM Standard D1557 test method. The test results are presented in Drawing No. B-1, Moisture-Density Relationship Results, and are summarized in the following table. Table No. B-2, Moisture-Density and Optimum Moisture Content Results Boring No. Depth (feet) Soil Description Optimum Moisture (%) Maximum Density (lb/cu ft) BH-01 1.0 – 6.5 Silty Sand (SM), fine to medium grained, yellow brown 11.4 114.5 BH-05 1.0 – 6.5 Silty Sand (SM), fine to coarse grained, dark brown 10.0 116.5 BH-09 1.0 – 6.5 Silty Sand (SM) fine to medium grained, brown 14.1 109.1 BH-12 1.0 – 6.5 Silty Sand (SM) fine to coarse grained, brown 12.4 117.2 Boring No. Depth (feet) Soil Description Expansion Index Expansion Potential BH-06 1.0 – 6.5 Silty Sand (SM) fine to coarse grained, brown 1 Very Low Pavement Rehabilitation Report Hwy 111 from the City’s Western Limits to Jefferson Street City of La Quinta, Riverside County, California August 23, 2022 Page B-2 Converse Consultants M:\JOBFILE\2010-2019\2019\81\19-81-183 City of La Quinta, On-Call Materials Testing Services\Report\05\19-81-183_GIR(05)roadwa R-value Test Three representative bulk soil samples were tested by AP Engineering and Testing, Inc. for resistance value (R-value) in accordance with State of California Standard Method CT-301. This test is designed to provide a relative measure of soil strength for use in pavement design. The test results are presented in the following table. Table No. B-3, R-value Test Results Boring No. Depth (feet) Soil Classification Measured R-value BH-02 1.0 – 6.5 Silty Sand (SM), trace clay, fine to medium grained, grey 62 BH-06 1.0 – 6.5 Silty Sand (SM) fine to coarse grained, brown 71 BH-07 1.0 – 6.5 Silty Sand (SM) fine to coarse grained, grey 69 Percent Finer Than Sieve No. 200 The percent finer than sieve No. 200 test was performed on three soil samples to aid in the classification and to estimate other engineering parameters. Testing was performed in general accordance with the ASTM Standard D1140 test method. The test results are presented in the following table. Table No. B-4, Percent Finer than Sieve No. 200 Results Boring No. Depth (feet) Soil Classification Percent Passing Sieve No. 200 BH-03 1.0 – 6.5 Silty Sand (SM), fine to medium grained, light grey 19.8 BH -06 1.0 – 6.5 Silty Sand (SM) fine to coarse grained, brown 45.6 BH-09 1.0 – 6.5 Silty Sand (SM) fine to medium grained, brown 14.2 Sample Storage Soil samples currently stored in our laboratory will be discarded thirty days after the date the final report is delivered, unless this office receives a specific request to retain the samples for a longer period. 90 95 100 105 110 115 120 125 130 135 140 145 150 0 5 10 15 20 25 30 MAXIMUM DRY DENSITY, pcfSYMBOL 11.4 14.1 12.4 1.0-6.5 1.0-6.5 1.0-6.5 1.0-6.5 114.5 116.5 109.1 117.2 DEPTH (ft) DR Y D E N S I T Y , p c f BORING NO.DESCRIPTION ASTM TEST METHOD D1557 Method B D1557 Method B D1557 Method B D1557 Method B OPTIMUM WATER, % BH-01 BH-05 BH-09 BH-12 Silty Sand (SM), yellow brown Silty Sand (SM), brown Silty Sand (SM), brown Silty Sand (SM), brown 2.80 2.70 2.60 WATER CONTENT, % MOISTURE-DENSITY RELATIONSHIP RESULTS 19-81-183-05 Project No. Drawing No. B-1 Project Name PAVEMENT REHABILITATION for Highway (Hwy 111) from the City's Western Limits to Jefferson Street City of La Quinta, Riverside County, California For: City of La Quinta Curves of 100% Saturation for Specific Gravity Equal to: Converse Consultants Project ID: 19-81-183-05 HWY 111.GPJ; Template: COMPACTION 10.0 APPENDIX D ENVIRONMENTAL COMMITMENTS RECORD (ECR) Form revised May 2023 Page 1 of 1 Environmental Commitments Record (ECR) DIST-CO-RTE: 08-RIV-La Quinta PM/PM: NA EA/Project ID.: HSIPL 5433(021) Project Description: The City of La Quinta, in Riverside County, proposes to pulverize and replace the existing pavement on Highway 111 from approximately 1,500 feet west of Washington Street to Jefferson Street within the city limits. Pulverized material may be used as base for the roadbed. New asphalt will be poured along the entire length of the project. Work will also include minor improvements at curb ramps to begin the process of bringing them into Americans Disabilities Act (ADA) compliance. All work would be conducted within City right of way. Date (Last modification): 10/29/2024 Environmental Planner: La Quinta Phone No.: La Quinta Construction Liaison: La Quinta Phone No.: La Quinta Resident Engineer: La Quinta Phone No.: La Quinta PERMITS Permit Agency Application Submitted Permit Received Permit Expiration Permit Requirement Completed by: Permit Requirement Completed on: Comments NA - - - - - - - ENVIRONMENTAL COMMITMENTS PA&ED Category Task and Brief Description Source Included in PS&E package Responsible Branch/Staff Action to Comply Due Date Task Completed by Task Completed on Remarks Cultural Resources If buried cultural resources are encountered during Project Activities, it is Caltrans policy that work stop within 60 feet of the area until a qualified archaeologist can evaluate the nature and significance of the find. Standard on Projects Select a response RE/Contractor Contact Gary Jones, DNAC: (909) 261- 8157 and Danny Sosa Aguilar: (909) 925-7512 Enter date Enter Name Enter date Enter remarks Cultural Resources In the event that human remains are found, the county coroner shall be notified and ALL construction activities within 60 feet of the discovery shall stop. Pursuant to Public Resources Code Section 5097.98, if the remains are thought to be Native American, the coroner will notify the Native American Heritage Commission (NAHC) who will then notify the Most Likely Descendent (MLD). The person who discovered the remains will contact Gary Jones, DNAC: (909) 261-8157 and Danny Sosa Aguilar: (909) 925-7512. Further provisions of PRC 5097.98 are to be followed as applicable. Standard on Projects Select a response RE/Contractor Contact Gary Jones, DNAC: (909) 261- 8157 and Danny Sosa Aguilar: (909) 925-7512 Enter date Enter Name Enter date Enter remarks APPENDIX E 17-F FORM - FINAL REPORT – UTILIZATION OF DISADVANTAGED BUSINESS ENTERPRISES (DBE), FIRST – TIER SUBCONTRACTORS 17-O FORM – DISADVANTAGED BUSINESS ENTERPRISE (DBE) CERTIFICATION STATUS CHANGE (4 PAGES) Local Assistance Procedures Manual Exhibit 17-F Final Report-Utilization of Disadvantaged Business Enterprises (DBE) and First-Tier Subcontractors Exhibit 17-F: Final Report-Utilization of Disadvantaged Business Enterprises (DBE) and First-Tier Subcontractors 1. Local Agency Contract Number 2. Federal-Aid Project Number 3. Local Agency 4. Contract Acceptance Date 5. Contractor/Consultant 6. Business Address 7. Final Contract Amount 8. Contract Item Number 9. Description of Work, Service, or Materials Supplied 10. Company Name and Business Address 11. DBE Certification Number 12. Contract Payments 13. Date Work Completed 14. Date of Final Payment Non-DBE DBE 15. ORIGINAL DBE COMMITMENT AMOUNT $ 16. TOTAL List all first-tier subcontractors/subconsultants and DBEs regardless of tier whether or not the firms were originally listed for goal credit. If actual DBE utilization (or item of work) was different than that approved at the time of award, provide comments on an additional page. List actual amount paid to each entity. If no subcontractors/subconsultants were used on the contract, indicate on the form. I CERTIFY THAT THE ABOVE INFORMATION IS COMPLETE AND CORRECT 17. Contractor/Consultant Representative’s Signature 18. Contractor/Consultant Representative’s Name 19. Phone 20. Date I CERTIFY THAT THE CONTRACTING RECORDS AND ON-SITE PERFORMANCE OF THE DBE(S) HAVE BEEN MONITORED 21. Local Agency Representative’s Signature 22. Local Agency Representative’s Name 23. Phone 24. Date DISTRIBUTION: Original – Local Agency, Copy – Caltrans District Local Assistance Engineer. Include with Final Report of Expenditures Page 1 of 2 January 2023 Local Assistance Procedures Manual Exhibit 17-F Final Report-Utilization of Disadvantaged Business Enterprises (DBE) and First-Tier Subcontractors INSTRUCTIONS – FINAL REPORT-UTILIZATION OF DISADVANTAGED BUSINESS ENTERPRISES (DBE) AND FIRST-TIER SUBCONTRACTORS 1. Local Agency Contract Number -Enter the Local Agency contract number or identifier. 2. Federal-Aid Project Number -Enter the Federal-Aid Project Number. 3. Local Agency -Enter the name of the local or regional agency that is funding the contract. 4. Contract Acceptance Date -Enter the date the contract was accepted by the Local Agency. 5. Contractor/Consultant -Enter the contractor/consultant’s firm name. 6. Business Address -Enter the contractor/consultant’s business address. 7. Final Contract Amount -Enter the total final amount for the contract. 8. Contract Item Number -Enter contract item for work, services, or materials supplied provided. Not applicable for consultant contracts. 9. Description of Work, Services, or Materials Supplied -Enter description of work, services, or materials provided. Indicate all work to be performed by DBEs including work performed by the prime contractor/consultant’s own forces, if the prime is a DBE. If 100% of the item is not to be performed or furnished by the DBE, describe the exact portion to be performed or furnished by the DBE. See LAPM Chapter 9 to determine how to count the participation of DBE firms. 10. Company Name and Business Address -Enter the name, address, and phone number of all subcontracted contractors/consultants. Also, enter the prime contractor/consultant’s name and phone number, if the prime is a DBE. 11. DBE Certification Number -Enter the DBE’s Certification Identification Number. Leave blank if subcontractor is not a DBE. 12. Contract Payments -Enter the subcontracted dollar amount of the work performed or service provided. Include the prime contractor/consultant if the prime is a DBE. If the materials or supplies are obtained from a DBE manufacturer, count 100% of the cost of the materials or supplies toward DBE goals. If the materials or supplies are purchased from a DBE regular dealer/supplier, count 60% of the cost of the materials or supplies toward DBE goals. The Non-DBE column is used to enter the dollar value of work performed by firms that are not certified DBE or for work after a DBE becomes decertified. 13. Date Work Completed -Enter the date the subcontractor/subconsultant’s item work was completed. 14. Date of Final Payment -Enter the date when the prime contractor/consultant made the final payment to the subcontractor/subconsultant for the portion of work listed as being completed. 15. Original DBE Commitment Amount -Enter the “Total Claimed DBE Participation Dollars” from Exhibits 15-G or 10-O2 for the contract. 16. Total -Enter the sum of the “Contract Payments” Non-DBE and DBE columns. 17. Contractor/Consultant Representative’s Signature -The person completing the form on behalf of the contractor/consultant’s firm must sign their name. 18. Contractor/Consultant Representative’s Name -Enter the name of the person preparing and signing the form. 19. Phone -Enter the area code and telephone number of the person signing the form. 20. Date -Enter the date the form is signed by the contractor’s preparer. 21. Local Agency Representative’s Signature -A Local Agency Representative must sign their name to certify that the contracting records and on-site performance of the DBE(s) has been monitored. 22. Local Agency Representative’s Name -Enter the name of the Local Agency Representative signing the form. 23. Phone -Enter the area code and telephone number of the person signing the form. 24. Date -Enter the date the form is signed by the Local Agency Representative. Page 2 of 2 January 2023 I I I I I I I I I I I Local Assistance Procedures Manual Exhibit 17-O Disadvantaged Business Enterprises (DBE) Certification Status Change EXHIBIT 17-O DISADVANTAGED BUSINESS ENTERPRISES (DBE) CERTIFICATION STATUS CHANGE 1. Local Agency Contract Number 2. Federal-Aid Project Number 3. Local Agency 4. Contract Completion Date 5. Contractor/Consultant 6. Business Address 7. Final Contract Amount 8. Contract Item Number 9. DBE Contact Information 10. DBE Certification Number 11. Amount Paid While Certified 12. Certification/ Decertification Date (Letter Attached) 13. Comments If there were no changes in the DBE certification of subcontractors/subconsultants, indicate on the form. I CERTIFY THAT THE ABOVE INFORMATION IS COMPLETE AND CORRECT 14. Contractor/Consultant Representative’s Signature 15. Contractor/Consultant Representative’s Name 16. Phone 17. Date I CERTIFY THAT THE CONTRACTING RECORDS AND ON-SITE PERFORMANCE OF THE DBE(S) HAS BEEN MONITORED 18. Local Agency Representative’s Signature 19. Local Agency Representative’s Name 20. Phone 21. Date DISTRIBUTION: Original – Local Agency, Copy – Caltrans District Local Assistance Engineer. Include with Final Report of Expenditures ADA NOTICE: For individuals with sensory disabilities, this document is available in alternate formats. For information, call (916) 445-1233, Local Assistance Procedures Manual TTY 711, or write to Records and Forms Management, 1120 N Street, MS-89, Sacramento, CA 95814. Page 1 of 2 July 23, 2015 Local Assistance Procedures Manual Exhibit 17-O Disadvantaged Business Enterprises (DBE) Certification Status Change INSTRUCTIONS –DISADVANTAGED BUSINESS ENTERPRISES (DBE) CERTIFICATION STATUS CHANGE 1. Local Agency Contract Number - Enter the Local Agency contract number or identifier. 2. Federal-Aid Project Number - Enter the Federal-Aid Project Number. 3. Local Agency - Enter the name of the local or regional agency that is funding the contract. 4. Contract Completion Date - Enter the date the contract was completed. 5. Contractor/Consultant -Enter the contractor/consultant’s firm name. 6. Business Address -Enter the contractor/consultant’s business address. 7. Final Contract Amount - Enter the total final amount for the contract. 8. Contract Item Number - Enter contract item for work, services, or materials supplied provided. Not applicable for consultant contracts. 9. DBE Contact Information - Enter the name, address, and phone number of all DBE subcontracted contractors/consultants. 10. DBE Certification Number - Enter the DBE’s Certification Identification Number. 11. Amount Paid While Certified - Enter the actual dollar value of the work performed by those subcontractors/subconsultants during the time period they are certified as a DBE. 12. Certification/Decertification Date (Letter Attached) - Enter either the date of the Decertification Letter sent out by the Office of Business and Economic Opportunity (OBEO) or the date of the Certification Certificate mailed out by OBEO. 13. Comments - If needed, provide any additional information in this section regarding any of the above certification status changes. 14. Contractor/Consultant Representative’s Signature - The person completing the form on behalf of the contractor/consultant’s firm must sign their name. 15. Contractor/Consultant Representative’s Name - Enter the name of the person preparing and signing the form. 16. Phone - Enter the area code and telephone number of the person signing the form. 17. Date - Enter the date the form is signed by the contractor’s preparer. 18. Local Agency Representative’s Signature - A Local Agency Representative must sign their name to certify that the contracting records and on-site performance of the DBE(s) has been monitored. 19. Local Agency Representative’s Name - Enter the name of the Local Agency Representative signing the form. 20. Phone - Enter the area code and telephone number of the person signing the form. 21. Date - Enter the date the form is signed by the Local Agency Representative. Page 2 of 2 July 23, 2015 APPENDIX F QUALITY ASSURANCE PROGRAM (QAP) CALIFORNIA STATE TRANSPORTATION AGENCY Gavin Newsom, Governor DEPARTMENT OF TRANSPORTATION DIVISION OF ENGINEERING SERVICES MATERIALS ENGINEERING TESTING SERVICES AND GEOTECHNICAL SERVICES OFFICE OF MATERIALS MANAGEMENT AND INDEPENDENT ASSURANCE TRANSPORTATION LABORATORY-MS 5 Making Conservation 5900 FOLSOM BLVD.A California Way of Life! SACRAMENTO, CA 95819-4612 Status: DATE:02/11/2021 Name of Agency:City of La Quinta Address:78-495 Calle Tampico, La Quinta, CA 92253 Telephone Number:(760) 777-7045 Fax:(760) 777-7155 Name and Title of Bryan McKinney, RCE# 49418, Exp. 09/30/2022 person In Charge:Public Works Direetor/City Engineer, City of La Quinta The document will be reviewed for compliance to California Department of Transportation, Quality Assurance (QAP) Manual for Use by Local Agencies (Jan. 20, 2011 revision) and Federal Highway Administration, 23 CFR 637. A. Document Reviewed ITEM NO. 1 2 3 B. Conditions of acceptance ITEM NO. 1 2 2.1 2.2 Material testing and sampling frequency table: see Appendix B (also attached to this QAP) 2.3 Test Method (when use): CTM - only Caltrans certified laboratory & tester will perform Acceptance Testing (AT), a secondary Independent Assurance Program (IAP) is not required. 2.4 Test Method (when use): AASHTO/ASTM - qualified laboratory & tester to perform Acceptance Testing (AT) and a separate laboratory and tester with similar or higher qualification to perform Independent Assurance Program (IAP) must be hired through local agency and conform to Section 5 of QAP Manual, Rev. Jan 20, 2011 2.5 Project on NHS/SHS will conform to testing program per item B.2.3 and AASHTO where CTM is not available. 2.6 Agency will use certified private materials laboratory. Check https://sia.dot.ca.gov/ for most update certifications. 3 4 by Oversight Engineer and/or FHWA. C. Reviewed by Caltrans, METS/OMM&IA SOUTH - (916) 708-7152 CERTIFIED Independent Assurance Engineer DATE. CONDITIONS OF COMPLIANCE accepted as part of this QAP: This QAP is applicable to all projects on NHS, SHS, and non-NHS 02/11/2021 Provide a signed hard copy to District 8 area engineer and/or DLAE for archive. Rabiul Hyder. - rabiul.hyder@dot.ca.gov This document(letter) shall be a part of QAP, to be attached to project construction document to be reviewed Compliance Document was reviewed and found to be in COMPLIANCE to our requirements DESCRIPTION DESCRIPTION City of La Quinta Quality Assurance Program (QAP) dated : 08/27/2020 Local Assistance area engineer - Sean Yeung, Email: sean.yeung@dot.ca.gov, Phone: (909) 383.4030 Quality Assurance Program REVIEW/ACCEPTANCE LETTER Caltrans Local Assistance District: District 8 This program is supplemental to the Caltrans Quality Assurance Program (QAP) as well as Chapter 16 of the Local Assistance Procedures Manual (LAPM) which need to be followed. During the duration of this program the forms attached to this program might be superseded by more recent versions from the LAPM. . when performing CT Methods, or a separate o o Section 16.3 The RE must obtain test data and results from the lab in a timely manner and keep records of all samples and test in the project files. The RE must keep a test results summary log for each test method performed more than once. Use Exhibit 16-Z2 “Acceptance Testing Results Summary Log”or a similar form. See Attachment #7 for a copy (a similar version can be found as Attachment “H” to the Caltrans Sample Quality Assurance Program [QAP] Manual). Local Assistance Procedures Manual Exhibit 16-R Sampling and Testing Frequency Exhibit 16-R Sampling and Testing Frequency Table for projects OFF the SHS Sample for Local Agency QAPs Sampling and Testing Frequency Table for projects OFF the SHS. HOT MIX ASPHALT (HMA) / ASPHALT CONCRETE (AC) Quality Characteristic Test Method Minimum Sampling and Testing Frequency Location/Time of Sampling Aggregate Gradation (Sieve) CT 202 1 Per 1000 Tons or Part Thereof ; Minimum 1 per day during At Plant Per CT 125 (a) Sand Equivalent CT 217 Asphalt Binder Content CT 382 production/placement of at least 300 tons per day. Loose Mix Behind Paver Per CT 125 In-Place Density and Relative Nuclear (b) 1 Per 1000 Tons or Part Thereof ; Minimum 1 per day during production/placement of at least 300 tons per day. (b) Random Locations Per CT 375 (c Compaction (Nuclear ) CT 375 or ASTM D2950 ( Theoretical Maximum Specific Gravity and Density (Rice) CT 309 1 Per Day During Production/Placement of At Least 300 Tons Per Day Loose Mix Behind Paver Per CT 125 HMA Moisture Content CT 226 or CT 370 Stabilometer Value (d) CT 366 Asphalt Binder Sample per Section 92 Sample 1 min. per day for production over 300 tons per day; See (f) regarding testing. At Plant Per CT 125 Smoothness 12-foot Straightedge As necessary to confirm contract compliance. Final Pavement Surface (a) Exact tonnage of sample location to be determined by Random Sampling Plans (b) Compaction determined by Neclear Density Device. Core testing required if compaction fails the neclear test (c) Correlation between core densities and nuclear device required only if compaction fails the nuclear test (d) Report the average of 3 tested briquettes from a single split source (e) Use CT 309 to determine maximum theoretical density in lieu of CT 367 calculated maximum theoretical density (f) No testing required unless warranted by concern ; sample and store until completion of project January 2018 Page 1 of 3 Local Assistance Procedures Manual Exhibit 16-R Sampling and Testing Frequency SUBGRADE (DISTURBED BASEMENT SOIL) OR EMBANKMENT Quality Characteristic Test Method Minimum Sampling and Testing Frequency Location/Time of Sampling Maximum Density and Relative Compaction CT 216/CT 231 1 Min. Test per 5000 sq ft under vehicle traveled way and shoulder 1 Min. Test Per 300 linear foot under sidewalk Random locations as determined by the Engineer in place after compaction. AGGREGATE BASES AND SUBBASES, IMPORTED BORROW Quality Characteristic Test Method Minimum Sampling and Testing Frequency Location/Time of Sampling Sample from site stockpile/plant prior to placement. Sieve Analysis CT 202 1 Min. Test Per Material Source R-Value CT 301 Sand Equivalent CT 217 Maximum Density and Relative Compaction CT 216/CT 231 1 Min. Test per 5000 sq ft Random locations as determined by the Engineer in place after compaction. STRUCTURE BACKFILL, SELECT BACKFILL Quality Characteristic Test Method Minimum Sampling and Testing Frequency Location/Time of Sampling Sieve Analysis CT 202 1 Min. Test Per Material Source Sample from site stockpile/plant prior to placement R-Value CT 301 Sand Equivalent CT 217 Maximum Density and Relative Compaction CT 216/CT 231 1 Min. Test Per 2 Vertical Lifts of Placement Random locations as determined by the Engineer in place after compaction. January 2018 Page 2 of 3 Local Assistance Procedures Manual Exhibit 16-R Sampling and Testing Frequency Quality Characteristic Minimum Sampling and Testing Frequency Quality Characteristic Minimum Sampling and Testing Frequency Test Method Location/Time of Sampling Test Method Location/Time of Sampling Quality Characteristic Minimum Sampling and Testing Frequency PORTLAND CEMENT CONCRETE (PCC) - STRUCTURAL AND SIGNAL/LIGHTING FOUNDATIONS COARSE AGGREGATE Sieve Analysis CT 202 Sample from site stockpile/plant prior 1 min. test per 500 cu yds and per each material source ; 1 min. test on to placement smaller projects; If bridge, 1 min. set per separate pour per Cleanness Value CT 227 abutment/pier/deck. FINE AGGREGATE Sieve Analysis CT 202 Sample from site stockpile/plant prior 1 min. test per 500 cu yds and per each material source ; 1 min. test on to placement smaller projects; If bridge, 1 min. set per separate pour per Sand Equivalent CT 217 abutment/pier/deck. WET MIX Test Method Location/Time of Sampling Slump/Penetration CT 533 2 per day Sample from truck/work site 1 min. set of 3 per day; If bridge, 1 min. set per separate pour of Cylinders CT 539/540 abutment/pier/deck. January 2018 Page 3 of 3 ________________________________________ Local Assistance Procedures Manual Exhibit 16-T1 Materials Requiring a Certificate of Compliance per Caltrans Standard Specifications Exhibit 16-T1 Materials Requiring a Certificate of Compliance per Caltrans Standard Specifications Table 6-2.3 Materials Accepted by Certificate of Compliance (1 of 7) Material/Product Remarks (Including Requirements for Additional Back-Up Information Required with Certificate of Compliance) Asphalt Asphaltic emulsion Certificate of compliance must include the following: 1. Shipment number and shipment date. 2. Source refinery, consignee, and destination. 3. Type and description of material with specific gravity and quantity. 4. Contract or purchase order number. 5. Signature by the manufacturer of the material and a statement that the material complies with the contract. Asbestos cement pipe Asbestos sheet packing Asphalt modifier Test results required with each truck load. Asphalt rubber joint sealant A certified test report of the results for the required tests performed within 12 months before the proposed use. Backer rods Must include manufacturer’s statement of compatibility with the joint sealant to be used. Barbed Wire Blast cleaning material Bonding Material Brick Cable-type restrainers Lock nuts Certificate of compliance must be submitted with a copy of each required test report. Cast iron pipe Cast iron manhole rings and covers Chemical adhesive for bonding tie bars and dowel bars in concrete pavement Chemical adhesive for structures Certificate of compliance must state compliance with ICBO AC 58 and Caltrans. Augmentation/Revisions to ICBO AC 58. Concrete Admixture Certificate of compliance from the manufacturer must certify that the admixture furnished is the same as that previously authorized or the authorized materials list. Concrete Cementitious material Certificate of compliance must include the source name and location. If the cementitious material is delivered directly to the job site, the certificate of compliance must be signed by the cementitious material supplier. If the cementitious material is used in ready-mixed concrete, the certificate of compliance must be signed by the concrete manufacturer. If blended cement is used, the certificate of compliance must include a statement signed by the blended cement supplier that shows the actual percentage of SCM, by weight, in the blend. Concrete Curing compound Certificate of compliance must include: 1. Test results for the tests specified in Section 90-1.01D(6) [90-7.01B] of the Standard Specifications. 2. Certification that the material was tested within 12 months before use. Concrete Minor concrete Before placing minor concrete from a source not previously used on the contract, a certificate of compliance stating that the minor concrete to be furnished complies with the contract requirements, including the specified minimum cementitious material content. Ceramic tile Chain link fencing and railing Certificate required for protective coating system. Concrete anchorage devices Page 1 of 7 January 2020 Local Assistance Procedures Manual Exhibit 16-T1 Materials Requiring a Certificate of Compliance per Caltrans Standard Specifications Table 6-2.3 Materials Accepted by Certificate of Compliance (2 of 7) Material/Product Remarks (Including Requirements for Additional Back-Up Information Required with Certificate of Compliance) Concrete pipe Circular reinforced direct design method Certificate of compliance must: 1. Be signed by the manufacturer's quality control representative. 2. State that all materials and workmanship comply with the specifications and authorized shop drawings. Copper pipe Corrugated metal pipe Crack sealant Certificate of compliance must include: 1. Manufacturer's name 2. Production location 3. Product brand or trade name 4. Product designation 5. Batch or lot number 6. Crack treatment material type 7. Contractor or subcontractor name 8. Contract number 9. Lot size 10. Shipment date 11. Manufacturer's signature Crash cushions Crumb rubber modifier Test results required with each truck load. Culvert markers Delineators Certificate of compliance required for: 1. Metal target plates 2. Enamel coating 3. Retroreflective sheeting Dowel bar baskets Drop inlet grates and frames Drain tile Drip irrigation line Elastomeric Bearing Pads Plain Certified test results for the elastomer. Elastomeric Bearing Pads Steel-reinforced Certified test results. Electrical Battery back-up system Certificates of compliance is required for: External cabinet Batteries Electrical Conductor Electrical Conduit (galvanized and plastic) Electrical Equipment Electrical Pull boxes (concrete and plastic) Electrical Service cabinets Page 2 of 7 January 2020 Local Assistance Procedures Manual Exhibit 16-T1 Materials Requiring a Certificate of Compliance per Caltrans Standard Specifications Table 6-2.3 Materials Accepted by Certificate of Compliance (3 of 7) Material/Product Remarks (Including Requirements for Additional Back-Up Information Required with Certificate of Compliance) Erosion control Certificate of compliance is required for: Straw Fiber RECP Fasteners Certificate of compliance with attachments are required for: Tackifier Bonded fiber matrix Polymer-stabilized fiber matrix Certificates of compliance attachments include: 1. Material Safety Data Sheet. 2. Product label. 3. List of applicable nonvisible pollutant indicators for soil amendment and stabilization products as shown in the table titled "Pollutant Testing Guidance Table" in the Caltrans Construction Site Monitoring Program Guidance Manual. 4. Report of acute and chronic toxicity tests on aquatic organisms conforming to EPA methods. 5. List of ingredients, including chemical formulation. 6. Properties of polyacrylamide in tackifier including (1) percent purity by weight, (2) percent active content, (3) average molecular weight, and (4) charge density. Epoxy Epoxy powder coating for dowel bars and tie bars Expansion joint filler Fiberglass pipe Certificate of compliance must be submitted with laboratory test results. Gabions If PVC coating is shown, a suitable UV resistance additive must be blended with the PVC and the additive must be shown on the certificate of compliance. Geocomposite drain Certificate of compliance must certify that the drain produces the specified flow rate. The certificate must be accompanied by a flow capability graph for the geocomposite drain showing flow rates and the externally applied pressures and hydraulic gradients. Verification must be by an authorized laboratory for the flow capability graph. Geosynthetics Test sample representing each lot and minimum average roll value. Glass beads Glue laminated timbers and decking Guide markers Irrigation hose Irrigation pipe Certificate of compliance required for: Polyethylene pipe. Plastic pipe supply line for pipe with wall thickness of the bell less than the specified minimum wall thickness of the pipe. Joint filler material Joint seals (Type A and AL) Certified test report for each batch of sealant. Page 3 of 7 January 2020 Local Assistance Procedures Manual Exhibit 16-T1 Materials Requiring a Certificate of Compliance per Caltrans Standard Specifications Table 6-2.3 Materials Accepted by Certificate of Compliance (4 of 7) Material/Product Remarks (Including Requirements for Additional Back-Up Information Required with Certificate of Compliance) Joint seal (Type B) Certificate of compliance required for: Elastomeric joint seal Lubricant-adhesive Certificate of compliance must be submitted with certified test report for each lot of elastomeric joint seal and lubricant-adhesive. Test reports must include the seal movement rating, the manufacturer's minimum uncompressed width, and test results. Joint seal assemblies with a movement rating of 4 inches or less For alternative joint seal assemblies, a certificate of compliance must be submitted for each shipment of joint seal materials. The certificate must state that the materials and fabrication involved comply with the specifications and the data submitted in obtaining the authorization for the alternative joint seal assembly. Joint seal assemblies with a movement rating over 4 inches Lime Certificate of compliance must include a statement certifying the lime furnished is the same as on the authorized material source list. Machine spiral wound PVC pipeliners Certificate of compliance for each reel of PVC strip must include: 1. Name of manufacturer 2. Plant location 3. Date of manufacture and shift 4. Cell classification 5. Unit mass 6. Average pipeliner stiffness and profile type Markers Certificate of compliance required for: 1. Metal target plates 2. Enamel coating 3. Retroreflective sheeting Masonry block Certificate of compliance required for: 1. Concrete masonry units 2. Aggregate for grout 3. Grout Micro surfacing emulsion Mulch Open steel flooring and grating Overside drains Certificate of compliance based on steel materials, aluminum materials or plastic materials. Parking area seal material Pavement markers Pavement marking Paint or thermoplastic Plastic lumber Laboratory test report. Plastic traffic drums Plastic pipe for drainage Certificate of compliance must include average pipe stiffness, resin material cell classification, and date of manufacture. For corrugated polyethylene pipe, manufacturer’s copy of plant audits and test results from the National Transportation Products Evaluation Program for the current cycle of testing for each pipe diameter furnished. Portable changeable message sign Precast concrete Cementitious material used in precast concrete products Certificate of compliance must be signed by the precast concrete product manufacturer. Page 4 of 7 January 2020 Local Assistance Procedures Manual Exhibit 16-T1 Materials Requiring a Certificate of Compliance per Caltrans Standard Specifications Table 6-2.3 Materials Accepted by Certificate of Compliance (5 of 7) Material/Product Remarks (Including Requirements for Additional Back-Up Information Required with Certificate of Compliance) Precast concrete Box culverts Certificate of compliance must be signed by the manufacturer's QC representative for each shipment. Precast raised traffic bars Preformed compression seal for concrete pavement Preformed membrane sheet Must include type of sheet and the conditioner or primer application rates. Rapid strength concrete Certificate of compliance is required for each delivery of aggregate, cementitious material, and admixtures used for calibration tests. The certificate of compliance must state that the source of the materials used for the calibration tests is the same source as to be used for the planned work. Reinforcement You may request that the contractor submits with certificate of compliance: 1. Copy of the certified mill test report for each heat and size of reinforcing steel showing physical and chemical analysis. 2. Two copies of a list of all reinforcement before starting reinforcement placement. Reinforcement Epoxy-coated Certificate of compliance for each shipment of epoxy-coated reinforcement must be submitted with: 1. Certification that the coated reinforcement complies with ASTM A 775/A 775M for bar reinforcement or ASTM A 884/A 884M, Class A, Type 1, for wire reinforcement 2. All certifications specified in ASTM A 775/A 775M for bar reinforcement or ASTM A 884/A 884M for wire reinforcement. Reinforcement Epoxy-coated prefabricated reinforcement Certificate of compliance for each shipment of epoxy-coated prefabricated reinforcement must be submitted with: 1. Certification that the coated reinforcement complies with ASTM A 934/A 934M for bar reinforcement or ASTM A 884/A 884M Class A, Type 2 for wire reinforcement. 2. All certifications specified in ASTM A 934/A 934M for bar reinforcement or ASTM A 884/A 884M for wire reinforcement. Reinforcement Epoxy-coating patching materials Certificate of compliance for the patching material must include certification that the patching material is compatible with the epoxy powder to be used. Reinforcement Headed bar Certificate of compliance for each shipment of headed bar reinforcement must be submitted with: 1. Mill test reports for the: 1.1. Bar reinforcement 1.2. Head material 2. Production test reports 3. Daily production logs Reinforcement Splicing Certificate of compliance for each shipment of splice material must be submitted with: 1. Type or series identification of the splice material, including tracking information for traceability. 2. Grade and size number of reinforcement to be spliced. 3. Statement that the splice material complies with the type of mechanical splice on the authorized material list. 4. For resistance-butt-welded material: 4.1. Heat number 4.2. Lot number 4.3. Mill certificates Page 5 of 7 January 2020 Local Assistance Procedures Manual Exhibit 16-T1 Materials Requiring a Certificate of Compliance per Caltrans Standard Specifications Table 6-2.3 Materials Accepted by Certificate of Compliance (6 of 7) Material/Product Remarks (Including Requirements for Additional Back-Up Information Required with Certificate of Compliance) Sheet metal Sign panels Certificates of compliance required for: 1. Aluminum sheeting 2. Retroreflective sheeting 3. Screened-process colors 4. Nonreflective, opaque, black film 5. Protective-overlay film Silicone joint sealant A certified test report of the results for the required tests performed within 12 months before the proposed use. Slotted edge drain Snow poles Snow plow deflectors polyethylene material Soil amendment Steel crib wall Sheet metal Sign panels Certificates of compliance required for: 1. Aluminum sheeting 2. Retroreflective sheeting 3. Screened-process colors 4. Nonreflective, opaque, black film 5. Protective-overlay film Silicone joint sealant A certified test report of the results for the required tests performed within 12 months before the proposed use. Slotted edge drain Snow poles Snow plow deflectors polyethylene material Soil amendment Steel crib wall Steel pipe piles The certificate of compliance must be signed by the plant's QC representative. The QC representative must be on record with the Department's Office of Structural Materials. certificate of compliance must include: 1. Statement that all materials and workmanship incorporated in the work and all required tests and inspections of this work have been performed as described. 2. Certified mill test reports for each heat number of steel pipe piles being furnished. 3, Test reports for tensile, chemical, and any specified non-destructive test (NDT). 4. Test reports must be based on test samples taken from the base metal, steel, coil or from the manufactured or fabricated piles. 5. Calculated carbon equivalent. The carbon equivalent may be shown on the mill test report. Steel sheet piling Structural plate culverts Certificate of compliance required for: 1. Structural metal plate pipe 2. Arches 3. Pipe arches 4. Metal liner plate pipe Page 6 of 7 January 2020 Local Assistance Procedures Manual Exhibit 16-T1 Materials Requiring a Certificate of Compliance per Caltrans Standard Specifications Table 6-2.3 Materials Accepted by Certificate of Compliance (7 of 7) Material/Product Remarks (Including Requirements for Additional Back-Up Information Required with Certificate of Compliance) Structural shape steel piles Certificate of compliance must include: 1. Test reports for tensile, chemical, and any specified NDT. Test samples must be taken from the base metal, steel, or from the manufactured or fabricated pile. 2. A statement that all materials and workmanship incorporated in the work and all required tests and inspections of this work have been performed as described. Structural composite lumber used in falsework Structural steel thermal spray coat Wire feedstock Styrofoam filler Subsurface drain Temporary concrete washout Certificate of compliance required for: Gravel-filled bag Plastic liner Temporary fence (Type ESA) Certificate of compliance required for: High visibility fabric Safety caps for metal posts Temporary linear sediment barrier Certificate of compliance required for: Fiber roll Safety cap for metal posts Silt fence fabric Sediment filter bag Foam barrier Gravel-filled bag fabric Temporary railing (Type K) Thermoplastic Tie bars Tie bar baskets Timber products (treated and untreated) Certificate of compliance for timber and lumber must state the species of the material to be shipped and include a certified grading report. If treated, certified treating report. Threaded tie bar splice couplers Traffic stripe Paint or thermoplastic Turf sod Underdrains Certificate of compliance required for: Type of pipe Tubing Fitting Waterproofing fabric Waterstop Certificate of compliance for waterstop material must state compliance with paragraph 6 of Army Corps of Engineers CRD-C 572. Welded wire fabric Wire mesh fencing Page 7 of 7 January 2020 Local Assistance Procedures Manual Exhibit 16-T2 Materials Requiring a Certificate of Compliance per the Greenbook Greenbook 2018 Materials Requiring a Certificate of Compliance or Certified Test Reports Material Section # Section Title Additional Comments 1 4-5 Certificate of Compliance General Requirements 2 Weighing and Metering Equip. 4-7 Weighing and Metering Equipment Engineer to "approve" prior to operation. 3 Cement 201-1.21 Cement 4 Fly Ash 201-1.2.5.3 Fly Ash Specific language/info required on the COC. Must also submit test data upon request. 5 Pozzolans 201-1.2.5.4 Class N Pozzolans Specific language/info required on the COC. Must also submit test data upon request. 6 Joint Sealant , Type E 201-3.9 Test Report and Certification Specific language/info required on certified test reports. 7 Curing Compound 201--4.3 Test Report and Certification Must submit certified test report upon request. 8 Paving Asphalt 203-1.3 Test Report and Certification Specific language/info required on certified test reports. 9 Liquid Asphalt 203-2.2 Test Report and Certification Specific language/info required on certified test reports. 10 Microsurfacing Emulsion (MSE) 203-3.5 Certificate of Compliance With each load. Must also submit test data upon request. 11 Latex 203-10.2.2 Latex Specific language/info required on the COC. 12 Asphalt Rubber Hot Mix (ARHM) 203-11.2 Materials Must also submit test reports with the COC. 13 Crumb Rubber Modifier (CRM) 203-11.2.3.1 General (Crumb Rubber Modifier) Specific language/info required on the COC. 14 Treated Wood 204-2.4 Quality Control Specific language/info required on the COC. 15 Structural Steel , Rivets, Bolts, Pins 206-1.1.2 Certification Specific language/info required on certified test reports. 16 Gray Iron and Ductile Iron Castings 206-3.4.2.1 General (Tensile Testing) Must also submit test reports with the COC. 17 Gray Cast Iron Castings 206-3.4.2.2 Gray Cast Iron Castings Specific language/info required on the COC and must submit certified test results. 18 Ductile Iron Castings 206-3.4.2.3 Ductile Iron Castings Specific language/info required on the COC and must submit certified test results. 19 Corrugated Steel Pipe, pipe arches. 207-11.2.1 General (Materials) Page 1 of 2 January 2020 Local Assistance Procedures Manual Exhibit 16-T2 Materials Requiring a Certificate of Compliance per the Greenbook 20 Structural Steel Products 207-12.2.1 General (Materials) Specific language/info required on the COC. 21 Structural Aluminum Products 207-14.2.1 General (Materials) Specific language/info required on the COC. 22 PVC Pipe 207-17.4.1 General (Test Requirements) 23 PolyPropylene Pipe 207-25.6.1 General (Man. Facility Testing) 24 Materials used in Sewers 211-2 Chemical Resistance (Pickle Jar) Test Specific language/info required on the COC. 25 Viscometer Calibration 211-4.2 Calibration 26 Engineering Geosynthetics 213-1 General (Engineering Geosynthetics) Specific language/info required on the COC. 27 Traffic Paint, Thermo and Markers 214-2 Test Reports And Cert. of Compliance Specific language/info required on certified test reports OR COC 28 Precast Reinforced Concrete Box 216-8 Basis of Acceptance 29 Fiberglass Standards 700-3.3.4 Fiberglass Standards Specific language/info required on the COC and test reports. 30 Conductors for Series Circuits, 5000V 700-4.2.2 Conductors for Series Circuits 31 Conductors and Cable 700-5.3.1 General (Conductors and Cable) 32 Lamp Receptable Conductors 700-5.5.7 Electrical Components COC Required if required information is not marked on the insulation. 33 LED Signal Modules 700-5.5.11.8 Certificate of Compliance 34 LED Pedestrian Signal Module 700-5.6.6.7 Certificate of Compliance Page 2 of 2 January 2020 Appendix J.1 - Example of a Vendor’s Certificate of Compliance Appendix J.2 - Example of a Certificate of Compliance for Portland Cement (continued) Albert Howakowa Local Assistance Procedures Manual Chapter 16 Administer Construction Contracts surveyors, however, the local agency must provide a full-time public employee to be the person who is in responsible charge. Document the Project Staff List the names, titles and contact number of all staff (Agency and consultants hired by the agency) assigned to the project performing contract administration duties, including engineers, inspectors, lab testers, office help or others. This list should not include any contractors’ staff or consultants hired by the prime contractor. Place a copy in the project files. This documentation is essential for auditors to determine the adequacy of the local agency’s staffing. Obtain the Designation of the Contractor’s Authorized Representative Prime contractors, including those operating in joint venture, must be required by the project specifications to designate in writing a person authorized to supervise the work and to act for the contractor on the project. The representative must be present at the jobsite while work is in progress. Both the Caltrans Standard Specifications, as well as the Greenbook, includes this requirement. Place a copy of the authorization in the project file, providing the address and after hours contact information of the person authorized to supervise. 16.3 MAINTAINING PROJECT RECORDS A local agency must establish a separate record file for each federal-aid highway project. The project file must contain all data pertinent to the work and to the requirements of the specifications. In general, project records must support the adequacy of the field supervision, inspection and testing; conformance to contract specifications; and payments to the contractor. Generally, whenever the local agency is unable to produce requested records, it shall be assumed by reviewing personnel the required actions were never performed. Organized project files can minimize these negative assumptions. During the construction phase, Caltrans Construction Oversight Engineers periodically perform reviews and inspection of the local agency project files for compliance with federal and state requirements. Organization and content of the project file is one indicator of the effective and efficient management of the project by the RE. It also minimizes resources necessary for conducting process reviews. Organization of Project Records Each agency must develop or adopt a filing index to be used on all federal-aid projects administered by the agency off the SHS. An agency is only required to use the CT filing index for projects on the SHS. The files must be complete and well organized and should include, at a minimum, even on relatively simple projects, the topics indicated below. Project Record Filing System - Locally Administered Federal-Aid Projects 1. Award Package a. Exhibit 15-A: Local Agency Construction Contract Administration Checklist b. Exhibit 15-B: Resident Engineer’s Construction Contract Administration Checklist c. Exhibit 15-M: Detail Estimate d. LAPM 3-A: Project Authorization/Adjustment Request Page 4 of 61 January 2020 Local Assistance Procedures Manual Chapter 16 Administer Construction Contracts 2. Project Personnel a. Local Agency Project Personnel Sheet (names, titles and phone number) b. Local Agency and Contractor’s Emergency Contact Information Sheet c. Contractor’s letter designating representative authorized to act for the contractor 3. Correspondence a. To contractor b. From contractor c. General 4. Exhibit 16-A: Weekly Statement of Working Days 5. Quality Assurance: a. Copy of Quality Assurance Plan b. Independent Assurance i. Exhibit 16-D: Certificate of Proficiency ii. Certification of Accreditation of Testing Lab (TL-0113) iii. Equipment Calibration Verifications (Nuclear Gauge) c. Exhibit 16-I: Notice of Material to be Used (Form CEM-3101) d. Acceptance Testing Results and Initial Tests (Make a Category 6d for each material such as, 6d1.i, Cl 2 Base Test Summary Log, 6d2.ii Cl 2 Base Test Results- 6d2.i AC Test Results Log etc. Include items below for each): i. Test Result Summary Log ii. Test Results e. Exhibit 16-T: Materials Typically Accepted by Certificate of Compliance f. Exhibit 16-K: Report of Inspection of Material (Form MR-0029) g. Buy America Certifications h. Exhibit 16-G: Corroboration Report 6. Engineer’s Daily Reports a. Resident Engineer’s Daily Report (Exhibit 16-C, or similar) b. Assistant Engineer’s Daily Report (Exhibit 16-C, or similar) c. Structures Engineer 7. Photographs 8. Contract Item Pay Quantity Documents Page 5 of 61 January 2020 Local Assistance Procedures Manual Chapter 16 Administer Construction Contracts 9. Exhibit 16-Y: Monthly Progress Payment Item Quantity Calculation Sheet, or similar 10. Change Orders (CO) a. CO 1 i. Approved CO or equivalent (agencies may use their own form or use State form CEM-4900) ii. CO Memorandum/Transmittal Letter or equivalent (agencies may use their own form or use State form CEM-4903) iii. Written Prior Approval to Proceed iv. Independent Supporting Force Account Cost Calculations (if Agreed Price) v. Justification of time extension vi. Extra Work Reports b. CO 2 etc. 11. Progress Pay Estimates and Status of Funds 12. Labor Compliance and Equal Employment Opportunity (EEO) records a. Certified Payrolls b. Exhibit 16-B: Subcontracting Request c. Photo Documentation of all required posters: www.fhwa.dot.gov/programadmin/contracts/poster.cfm d. Labor Compliance Interviews e. Exhibit 16-O: Federal-Aid Highway Contractors Annual EEO Report 13. Disadvantaged Business Enterprise (DBE) Records a. Exhibit 15-G: Construction Contract DBE Information b. Exhibit 15-H: DBE Information - Good Faith Efforts c. Exhibit 16-Z1: Monthly DBE Trucking Verification d. DBE Substitution Supporting Documentation (if applicable) e. Exhibit 17-F: Final Report –Utilization of DBE and First –Tier Subcontractor Other sections of this chapter explain the content of the above listed file categories. A large and complex project usually requires a more detailed record-keeping system. The record-keeping system described in Caltrans Construction Manual, Section 5-102, Organization of Project Documents is suggested for large projects. Page 6 of 61 January 2020 Local Assistance Procedures Manual Chapter 16 Administer Construction Contracts Availability of Records for Review or Audit The record retention period for the non-Federal entities for financial purposes is 3 years and begins when the final voucher is submitted in FMIS and required documentation is submitted to FHWA per the stewardship and oversight agreement. The files must be available at a single location for these reviews and audits. Use of a uniform project record-keeping system, together with diligent maintenance of the system, greatly facilitates a process review and minimizes negative findings. Good records of all construction activities clearly demonstrate to those concerned that project supervision and control were attained on the project. 16.4 PRE-CONSTRUCTION CONFERENCE For all construction projects, the local agency must schedule a pre-construction conference with the contractor. Required Attendees: Local Agency Representative Resident Engineer (if this is not the same person as above) Contractor Possible/Recommended Attendees: Local Agency Labor Compliance Officer Local Agency Safety Officer Other Affected Agencies (Fish and Wildlife, Parks and Rec, etc.) Emergency Services (Fire, Police, Ambulance, etc.) Public Utilities (if relocation or temporary shut downs are required) FHWA Project Oversight Manager The size, duration, and complexity of the project should be considered when determining who to invite. When an invitation is extended to Caltrans, representation will be up to the DLAE as resources allow. The local agency representatives should discuss important contract issues, submittals, as well as sanctions for non-compliance with local, state, and federal requirements. Required Topics: Safety Equal Employment Opportunity Labor Compliance Subcontracting (including required submittal of the Exhibit 16-B: Subcontracting Request) DBE NEPA, Permits and Environmental Mitigation Commitment requirements Potential Traffic or Pedestrian Handling Issues Page 7 of 61 January 2020 Exhibit 16-Z2 Acceptance Testing Results Summary Log Project Name: __________________________________________________________ Test Method Name: ___________________ Test Method Number: ___________________ Contract Number: _______________________________________________________ Test Number Date Sampled Name of Sampler or Tester Production Test Results Remarks Tester Certification on file? Location (Stations, depths, etc) Production Quantity Represented Required Result Actual Result Pass/Fail Include action taken for any failing test result; note test number of any retest. 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 Page 1 of 1 January 2018