traffic signal intersection of golden · whereas, the principal is submitted to the obligee, for...

186
City of Lathrop Department of Public Works TRAFFIC SIGNAL INSTALLATION INTERSECTION OF GOLDEN VALLEY PARKWAY & SPARTAN WAY FEDERAL AID PROJECT NO. CML 5456-019 CIP No. PS 18-03 BID OPENING DATE: April 23, 2020 CONTRACT SPECIFICATIONS \ Approved: r - Michael King, Pubc Wo Director March 19, 2020

Upload: others

Post on 14-Apr-2020

1 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: TRAFFIC SIGNAL INTERSECTION OF GOLDEN · WHEREAS, the Principal is submitted to the Obligee, for installation of a traffic signal and construction of traffic striping at the intersection

City of Lathrop

Department of Public Works

TRAFFIC SIGNAL INSTALLATION

INTERSECTION OF GOLDEN VALLEY

PARKWAY & SPARTAN WAY

FEDERAL AID PROJECT NO. CML 5456-019

CIP No. PS 18-03

BID OPENING DATE: April 23, 2020

CONTRACT SPECIFICATIONS

\ -c::::::: ... Approved: r - �

Michael King, Public Works Director March 19, 2020

Page 2: TRAFFIC SIGNAL INTERSECTION OF GOLDEN · WHEREAS, the Principal is submitted to the Obligee, for installation of a traffic signal and construction of traffic striping at the intersection

PROJECT DIRECTORY

CITY PROJECT CONTACTS

City of Lathrop

Public Works Department

390 Towne Centre Drive

Lathrop, CA 95330

Phone: (209) 941-7430

Fax: (209) 941-7449

Ken Reed (Project Manager)

Senior Construction Manager

Phone: (209) 941-7363

Robert McGinnis

Public Works Inspector

Phone: (209) 992-0701

Page 3: TRAFFIC SIGNAL INTERSECTION OF GOLDEN · WHEREAS, the Principal is submitted to the Obligee, for installation of a traffic signal and construction of traffic striping at the intersection
Page 4: TRAFFIC SIGNAL INTERSECTION OF GOLDEN · WHEREAS, the Principal is submitted to the Obligee, for installation of a traffic signal and construction of traffic striping at the intersection

TABLE OF CONTENTS

DESCRIPTION SECTION

INVITATION TO BID SECTION 1

PROPOSAL SECTION 2

CONTRACT SECTION 3

INSURANCE REQUIREMENTS SECTION 4

GENERAL CONDITIONS SECTION 5

SUPPLEMENTAL CONDITIONS SECTION 6

TECHNICAL SPECIFICATIONS SECTION 7

Page 5: TRAFFIC SIGNAL INTERSECTION OF GOLDEN · WHEREAS, the Principal is submitted to the Obligee, for installation of a traffic signal and construction of traffic striping at the intersection

City of Lathrop Department of Public Works

INVITATION TO BID SECTION 1

Page 6: TRAFFIC SIGNAL INTERSECTION OF GOLDEN · WHEREAS, the Principal is submitted to the Obligee, for installation of a traffic signal and construction of traffic striping at the intersection

CITY OF LATHROP - NOTICE INVITING BIDS / NOTICE TO CONTRACTORS TRAFFIC SIGNAL INSTALLATION – GOLDEN VALLEY PARKWAY & SPARTAN

WAY CIP PS 18-03

Designated Essential Critical Infrastructure Pursuant to Governor’s Executive Order No. 33-20 during the

Covid-19 Outbreak Shutdown Order

The City of Lathrop invites sealed bids for the construction of public improvements for CIP PS 18-03 Traffic Signal Installation – Golden Valley Parkway & Spartan Way, City of Lathrop, California. Sealed bids will be received at the office of the City Clerk of the City of Lathrop, located at 390 Towne Centre Drive, Lathrop, CA no later than 2:00 PM on Thursday, April 23, 2020. Bids submitted by mail shall be addressed to: City of Lathrop, Attention City Clerk / SEALED BID FOR CIP PS 18-03, 390 Towne Centre Drive, Lathrop, CA 95330. The bids will be publicly opened and read at 2:00 PM on Thursday, April 23, 2020, in the City of Lathrop Council Chamber.

The work to be performed under this contract is generally described as, but not necessarily limited to the installation of a traffic signal and all relevant components, slurry seal and traffic control devices such as signage, pavement markings and traffic striping. In accordance with SB 854, all contractors who bid or work on public works projects for the City of Lathrop are subject to the following requirements:

DIR Registration. Each Bidder submitting a bid to complete the work, labor, materials and/or services (“Work”) subject to this procurement must be a Department of Industrial Relations registered contractor pursuant to Labor Code Section 1725.5 (“DIR Registered Contractor”). A Bidder who is not a DIR Registered Contractor when submitting a proposal for Work is deemed “not qualified” and the proposal of such a Bidder will be rejected for non-responsiveness. Pursuant to Labor Code Section 1725.5, all Subcontractors identified in a Bidder’s Subcontractors’ List shall be DIR Registered Contractors. If awarded the Contract for the Work, at all times during performance of the Work, the Bidder and all Subcontractors, of any tier, shall be DIR Registered Contractors.

The City of Lathrop does not sell copies of the plans and specifications. The plans and specifications may be purchased through ARC Stockton’s Plan Well at www.e-arc.com/ca/stockton, click on Public Planroom, then locate the project. ARC Stockton’s Plan Well may be contacted to order plans and specifications by phone; (209) 464-8724, or e-mail; [email protected].

All communications relative to the day to day administration of this Work shall be directed to Ken Reed, Senior Construction Manager, at [email protected], (209) 941-7363 or (209) 941-7430.

Page 7: TRAFFIC SIGNAL INTERSECTION OF GOLDEN · WHEREAS, the Principal is submitted to the Obligee, for installation of a traffic signal and construction of traffic striping at the intersection

City of Lathrop

Department of Public Works

PROPOSAL

SECTION 2

Page 8: TRAFFIC SIGNAL INTERSECTION OF GOLDEN · WHEREAS, the Principal is submitted to the Obligee, for installation of a traffic signal and construction of traffic striping at the intersection

Local Assistance Procedures Manual Exhibit 12-H

Page 1 of 22 January 2019

LPP 18-01

CITY / COUNTY OF LATHROP

DEPARTMENT OF PUBLIC WORKS

BID

FOR

TRAFFIC SIGNAL AT GOLDEN VALLEY PARKWAY AND SPARTAN WAY (PS 18-03)

IN

LATHROP, CA

Notice to bidders and Special Provisions dated: March 19, 2020 Project Plans approved: March 19, 2020 Caltrans Standard Specifications: 2018

Caltrans Standard Plans: 2018 City of Lathrop Design and Construction Standard Details: 2019

City of Lathrop Design and Construction Standards: 2019

Federal Aid Project No. CML-5456 (019)

Bid Opening Date: April 23, 2020

Page 9: TRAFFIC SIGNAL INTERSECTION OF GOLDEN · WHEREAS, the Principal is submitted to the Obligee, for installation of a traffic signal and construction of traffic striping at the intersection

Local Assistance Procedures Manual Exhibit 12-H

Page 2 of 22 January 2019

LPP 18-01

(DO NOT DETACH)

PROPOSAL TO THE CITY OF LATHROP

DEPARTMENT OF PUBLIC WORKS

NAME OF BIDDER

BUSINESS P.O. BOX

CITY, STATE, ZIP

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

CITY, STATE, ZIP

TELEPHONE NO: AREA CODE ( )

FAX NO: AREA CODE ( )

CONTRACTOR LICENSE NO.

The work for which this proposal is submitted is for construction in conformance with the special provisions (including the payment of not less than the State general prevailing wage rates or Federal minimum wage rates), the project plans described below, including any addenda thereto, the contract annexed hereto, and also in conformance with Current California Department of Transportation Standard Plans, Standard Specifications, and the Labor Surcharge and Equipment Rental Rates in effect on the date the work is accomplished.

The special provisions for the work to be done are dated March 19, 2020 and are entitled:

CITY OF LATHROP DEPARTMENT OF PUBLIC WORKS

NOTICE TO CONTRACTORS AND SPECIAL PROVISIONS FOR TRAFFIC SIGNAL INSTALLATION - INTERSECTION OF GOLDEN VALLEY PARKWAY & SPARTAN WAY

Traffic signal installation and traffic striping construction at the

intersection of Golden Valley Parkway and Spartan Way IN

Lathrop, CA

The project plans for the work to be done were approved March 19, 2020 and are entitled:

CITY OF LATHROP DEPARTMENT OF P U B L I C W O R K S

PROJECT PLANS FOR TRAFFIC SIGNAL INSTALLATION - INTERSECTION OF GOLDEN VALLEY PARKWAY & SPARTAN WAY

Traffic signal installation and traffic striping construction at the intersection of Golden Valley Parkway and Spartan Way

IN

Lathrop, CA

Page 10: TRAFFIC SIGNAL INTERSECTION OF GOLDEN · WHEREAS, the Principal is submitted to the Obligee, for installation of a traffic signal and construction of traffic striping at the intersection

Local Assistance Procedures Manual Exhibit 12-H

Page 3 of 22 January 2019

LPP 18-01

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

(a) If the amount set forth as a unit price is unreadable or otherwise unclear, or is omitted, or is the same as the amount

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

(b) (Decimal Errors) If the product of the entered unit price and the estimated quantity is exactly off by a factor of ten,

one hundred, etc., or one-tenth, or one-hundredth, etc. from the entered total, the discrepancy will be resolved by using the entered unit price or item total, whichever most closely approximates percentage-wise the unit price or item total in the CITY OF LATHROP’S Final Estimate of cost.

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

Page 11: TRAFFIC SIGNAL INTERSECTION OF GOLDEN · WHEREAS, the Principal is submitted to the Obligee, for installation of a traffic signal and construction of traffic striping at the intersection

Bid Schedule

Bid Item

F/S

Description

Quantity

Units

Unit Price

Extended Price

1 Construction Area Signs 1 LS

2 Temporary Traffic Control System 1 LS

3 Removal of Existing Thermoplastic Striping 7500 LF

4 Removal of Existing Thermoplastic Markings 500 SF

5 Furnish and Install Traffic Signal and pull boxes at Golden Valley Parkway and Spartan Way 1 LS

6 Installation of Detection Loops (Type D) 20 EA

7 Installation of Detection Loops (Type E) 66 EA

8 Type II Slurry 132,600 SF

9 Type III Thermoplastic Marking (right arrow) 336 SF

10 Type III Thermoplastic Marking (left arrow) 462 SF

11 Type VI Thermoplastic Marking (merge arrow) 126 SF

12 “35” Numerals Thermoplastic Marking 33 SF

13 “55” Numerals Thermoplastic Marking 50 SF

14 Detail 38 (8” white) Thermoplastic 5070 LF

15 Detail 39 (6” white) Thermoplastic 570 LF

16 Detail 27B (4” white) Thermoplastic 1650 LF

17 Detail 40 (4” CL white) Thermoplastic 45 LF

18 Install PCC Curb Ramp 4 EA

19 Remove Roadside Sign 7 EA

20 Install Roadside Sign Panel on Existing Post 2 EA

21 Roadside Sign – One Post 1 EA

22 Interconnection All Conduit and All Cable 1 LS

23 Remove Concrete Sidewalk 23 CY

24 Remove Electrolier 2 EA

25 Erosion & Sediment Control Plan 1 EA

26 Mobilization 1 LS

TOTAL BID:

Total Bid Amount In words:

Page 12: TRAFFIC SIGNAL INTERSECTION OF GOLDEN · WHEREAS, the Principal is submitted to the Obligee, for installation of a traffic signal and construction of traffic striping at the intersection

Local Assistance Procedures Manual Exhibit 12-H

LPP 18-01 Page 5 of 22 January 2019

The Bidder shall list the name and address, Contractor license number, and description of portion of work subcontracted of each subcontractor to whom the Bidder proposes to subcontract portions of the work, as required by the provisions of the Standard Specifications and of the special provisions.

LIST OF SUBCONTRACTORS

Business Name and Location

California Contractor License

Number

Description of Portion of Work

Bid Items Numbers

Percentage of Bid Item

Subcontracted

(THE BIDDER'S EXECUTION ON THE SIGNATURE PORTION OF THIS PROPOSAL SHALL ALSO CONSTITUTE AN ENDORSEMENT AND EXECUTION OF THOSE CERTIFICATIONS

WHICH ARE A PART OF THIS PROPOSAL)

Page 13: TRAFFIC SIGNAL INTERSECTION OF GOLDEN · WHEREAS, the Principal is submitted to the Obligee, for installation of a traffic signal and construction of traffic striping at the intersection

Local Assistance Procedures Manual Exhibit 12-H

LPP 18-01 Page 6 of 22 January 2019

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 1 0925, 11114, or

11246, and that, where required, he has filed with the Joint Reporting Committee, the Director of the Office of Federal

Contract Compliance, a Federal Government contracting or administering agency, or the former President's Committee on

Equal Employment Opportunity, all reports due under the applicable filling requirements.

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

Currently, Standard Form 100 (EEO-1) is the only report required by the Executive Orders or their implementing regulations.

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

Page 14: TRAFFIC SIGNAL INTERSECTION OF GOLDEN · WHEREAS, the Principal is submitted to the Obligee, for installation of a traffic signal and construction of traffic striping at the intersection

Local Assistance Procedures Manual Exhibit 12-H

LPP 18-01 Page 7 of 22 January 2019

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.

Page 15: TRAFFIC SIGNAL INTERSECTION OF GOLDEN · WHEREAS, the Principal is submitted to the Obligee, for installation of a traffic signal and construction of traffic striping at the intersection

Local Assistance Procedures Manual Exhibit 12-H

LPP 18-01 Page 8 of 22 January 2019

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.

Page 16: TRAFFIC SIGNAL INTERSECTION OF GOLDEN · WHEREAS, the Principal is submitted to the Obligee, for installation of a traffic signal and construction of traffic striping at the intersection

Local Assistance Procedures Manual Exhibit 12-H

LPP 18-01 Page 9 of 22 January 2019

Noncollusion Affidavit

(Title 23 United States Code Section 112 and Public Contract Code Section 7106)

To the CITY of LATHROP DEPARTMENT OF PUBLIC WORKS.

In conformance with Title 23 United States Code Section 112 and Public Contract Code 7106 the bidder

declares that the bid is not made in the interest of, or on behalf of, any undisclosed person, partnership,

company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that

the bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid,

and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to

put in a sham bid, or that anyone shall refrain from bidding; that the bidder has not in any manner, directly

or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price of the

bidder or any other bidder, or to fix any overhead, profit, or cost element of the bid price, or of that of any

other bidder, or to secure any advantage against the public body awarding the contract of anyone interested

in the proposed contract; that all statements contained in the bid are true; and, further, that the bidder has

not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof,

or divulged information or data relative thereto, or paid, and will not pay, any fee to any corporation,

partnership, company association, organization, bid depository, or to any member or agent thereof to

effectuate a collusive or sham bid.

Note: The above Non-collusion Affidavit is part of the Proposal. Signing this Proposal on the signature portion thereof shall also constitute signature of this Non-collusion Affidavit. Bidders are cautioned that making a false certification may subject the certifier to criminal prosecution.

Page 17: TRAFFIC SIGNAL INTERSECTION OF GOLDEN · WHEREAS, the Principal is submitted to the Obligee, for installation of a traffic signal and construction of traffic striping at the intersection

Local Assistance Procedures Manual Exhibit 12-H

LPP 18-01 Page 10 of 22 January 2019

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.

Page 18: TRAFFIC SIGNAL INTERSECTION OF GOLDEN · WHEREAS, the Principal is submitted to the Obligee, for installation of a traffic signal and construction of traffic striping at the intersection

Local Assistance Procedures Manual Exhibit 12-H

LPP 18-01 Page 11 of 22 January 2019

NONLOBBYING 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:

(l) No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for

influencing or attempting to influence an officer or employee of any Federal agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement.

(2) If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or

attempting to influence an officer or employee of any Federal agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form-LLL, "Disclosure of Lobbying Activities," in conformance with its instructions.

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

The prospective participant also agrees by submitting his or her bid or 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 subrecipients shall certify and disclose accordingly.

Page 19: TRAFFIC SIGNAL INTERSECTION OF GOLDEN · WHEREAS, the Principal is submitted to the Obligee, for installation of a traffic signal and construction of traffic striping at the intersection

Local Assistance Procedures Manual Exhibit 12-H

LPP 18-01 Page 12 of 22 January 2019

DISCLOSURE OF LOBBYING ACTIVITIES

COMPLETE THIS FORM TO DISCLOSE LOBBYING ACTIVITIES PURSUANT TO 31 U.S.C. 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 Congressional District, if known

6. Federal Department/Agency: 7. Federal Program Name/Description:

CFDA Number, if applicable

8. Federal Action Number, if known: 9. Award Amount, if known:

10. a. Name and Address of Lobby Entity b. Individuals Performing Services (including (If individual, last name, first name, MI) address if different from No. 10a)

(last name, first name, MI)

(attach Continuation Sheet(s) if necessary)

11. Amount of Payment (check all that apply) 13. Type of Payment (check all that apply)

$ actual planned a. retainer b. one-time fee

12. Form of Payment (check all that apply): c. commission a. cash d. contingent fee b. in-kind; specify: nature

value e. deferred f. other, specify

14. 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 11:

(attach Continuation Sheet(s) if necessary)

15. Continuation Sheet(s) attached: Yes No

16. Information requested through this form is authorized by Title 31 U.S.C. Section 1352. This disclosure of lobbying Signature: reliance was placed by the tier above when his transaction was made or entered into. This disclosure is required Print Nam 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 Title: disclosure shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. Telephone

Federal Use Only:

e: No.: Date:

Authorized for Local Reproduction Standard Form - LLL

Page 20: TRAFFIC SIGNAL INTERSECTION OF GOLDEN · WHEREAS, the Principal is submitted to the Obligee, for installation of a traffic signal and construction of traffic striping at the intersection

Local Assistance Procedures Manual Exhibit 12-H

LPP 18-01 Page 13 of 22 January 2019

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 and/or has been secured to influence, the

outcome of a covered Federal action. 2. Identify the status of the covered Federal action. 3. Identify the appropriate classification of this report. If this is a 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 influenced 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 (Ml).

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 the appropriate box. 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 the appropriate box. 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, 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«ENDIF»

Page 21: TRAFFIC SIGNAL INTERSECTION OF GOLDEN · WHEREAS, the Principal is submitted to the Obligee, for installation of a traffic signal and construction of traffic striping at the intersection

Local Assistance Procedures Manual Exhibit 12-H

LPP 18-01 Page 14 of 22 January 2019

Accompanying this proposal is

(NOTICE: INSERT THE WORDS "CASH ($ )," "CASHIER'S CHECK,"

"CERTIFIED CHECK," OR "BIDDER'S BOND," AS THE CASE MAY BE.)

in amount equal to at least ten percent of the total of the bid.

The names of all persons interested in the foregoing proposal as principals are as follows:

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

Licensed in conformance with an act providing for the registration of Contractors,

License No. Classification(s)

ADDENDA

This Proposal is submitted with respect to the changes to the contract included in addenda number/s

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

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

Date:

Signature and Title of Bidder

Business Address

Place of Business

Place of Residence

Page 22: TRAFFIC SIGNAL INTERSECTION OF GOLDEN · WHEREAS, the Principal is submitted to the Obligee, for installation of a traffic signal and construction of traffic striping at the intersection

Local Assistance Procedures Manual Exhibit 12-H

LPP 18-01 Page 15 of 22 January 2019

CITY OF LATHROP

DEPARTMENT OF PUBLIC WORKS

BIDDER'S BOND

We, as Principal, and

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

THE CONDITION OF THIS OBLIGATION IS SUCH, THAT:

WHEREAS, the Principal is submitted to the Obligee, for installation of a traffic signal and construction of traffic striping at the intersection of Golden Valley Parkway and Spartan Way, in Lathrop, CA for which bids are to be opened at the City of Lathrop Council Chamber on April 23, 2020.

NOW, THEREFORE, if the Principal is awarded the contract and, within the time and manner required under the specifications, after the prescribed forms are presented to him for signature, enters into a written contract, in the prescribed form, in conformance with the bid, and files two bonds with the Obligee, one to guarantee faithful performance of the void; otherwise, it shall remain in full force.

In the event suit is brought upon this bond by the Obligee and judgment is recovered, the Surety shall pay all costs incurred by the Obligee in such suit, including a reasonable attorney's fee to be fixed by the court.

Dated: , 20 .

Principal

Surety By

Attorney-in-fact

State of California CERTIFICATE OF ACKNOWLEDGEMENT

City/County of SS

On this day of

, personally appeared

in the year 20 before me

, Attorney-in-fact

personally known to me (or proved to me on the basis of satisfactory evidence) to be the person whose name is subscribed to this instrument as the attorney-in-fact of , and acknowledged to me that he (she) subscribed the name of the said company thereto as surety, and his (her) own name as attorney-in-fact.

(SEAL)

Notary Public

Page 23: TRAFFIC SIGNAL INTERSECTION OF GOLDEN · WHEREAS, the Principal is submitted to the Obligee, for installation of a traffic signal and construction of traffic striping at the intersection

Local Assistance Procedures Manual Exhibit 12-H

LPP 18-01 Page 16 of 22 January 2019

Insert completed [Exhibit 15-G Local Agency Bidder DBE Commitment (Construction Contracts)]

here.

Insert completed [Exhibit 15-H DBE Information —Good Faith Efforts]

here.

Attach [RAILROAD AGREEMENT] (if required)

Page 24: TRAFFIC SIGNAL INTERSECTION OF GOLDEN · WHEREAS, the Principal is submitted to the Obligee, for installation of a traffic signal and construction of traffic striping at the intersection

I

Local Assistance Procedures Manual Exhibit 15-G Construction Contract DBE Commitment

EXHIBIT 15-G CONSTRUCTION CONTRACT DBE COMMITMENT

1. Local Agency: 2. Contract DBE Goal:

3. Project Description:

4. Project Location:

5. Bidder's Name: 6. Prime Certified DBE: 7. Bid Amount:

8. Total Dollar Amount for ALL Subcontractors: 9. Total Number of ALL Subcontractors:

10. Bid 12. DBE 14. DBE 11. Description of Work, Service, or Materials 13. DBE Contact Information Item Certification Dollar Supplied (Must be certified on the date bids are opened) Number Number Amount

Local Agency to Complete this Section upon Execution of Award

21. Local Agency Contract Number: 15. TOTAL CLAIMED DBE PARTICIPATION

22. Federal-Aid Project Number: %

23. Bid Opening Date:

24. Contract Award Date: IMPORTANT: Identify all DBE firms being claimed for credit,

25. Award Amount: ________________________________________________________ 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

Local Agency certifies that all DBE certifications are valid and information on "Subcontractor List" submitted with your bid. Written confirmation of this form is complete and accurate. each listed DBE is required.

26. Local Agency Representative's Signature 27. Date 16. Preparer's Signature 17. Date

28. Local Agency Representative's Name 29. Phone 18. Preparer's Name 19. Phone

30. Local Agency Representative's Title 20. Preparer's Title

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.

LPP 18-01 Page 1 of 3 January 2019

Page 25: TRAFFIC SIGNAL INTERSECTION OF GOLDEN · WHEREAS, the Principal is submitted to the Obligee, for installation of a traffic signal and construction of traffic striping at the intersection

Local Assistance Procedures Manual Exhibit 15-G Construction Contract DBE Commitment

ADA Notice: For individuals with sensory disabilities, this document is available in alternate formats. For information call (916) 654-6410 or TDD (916) 654-3880 or write Records and Forms Management, 1120 N Street, MS-89, Sacramento, CA 95814.

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 Location - Enter the project location(s) as it appears on the project advertisement. 4. Project Description - Enter the project description as it appears on the project advertisement (Bridge Rehab, Seismic Rehab, Overlay, Widening, etc). 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. DBE Certification Number - Enter the DBE’s Certification Identification Number. All DBEs must be certified on the date bids are opened. 13. 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. 14. 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. 15. 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). 16. Preparer’s Signature - The person completing the DBE commitment form on behalf of the contractor’s firm must sign their name. 17. Date - Enter the date the DBE commitment form is signed by the contractor’s preparer. 18. Preparer’s Name - Enter the name of the person preparing and signing the contractor’s DBE commitment form. 19. Phone - Enter the area code and phone number of the person signing the contractor’s DBE commitment form. 20. Preparer’s Title - Enter the position/title of the person signing the contractor’s DBE commitment form.

LOCAL AGENCY SECTION

21. Local Agency Contract Number - Enter the Local Agency contract number or identifier. 22. Federal-Aid Project Number - Enter the Federal-Aid Project Number(s). 23. Bid Opening Date - Enter the date contract bids were opened. 24. Contract Award Date - Enter the date the contract was executed. 25. Award Amount – Enter the contract award amount as stated in the executed contract. 26. 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. 27. Date - Enter the date the DBE commitment form is signed by the Local Agency Representative. 28. Local Agency Representative’s Name - Enter the name of the Local Agency Representative certifying the contractor’s DBE commitment form. 29. Phone - Enter the area code and phone number of the person signing the contractor’s DBE commitment form.

LPP 18-01 Page 2 of 3 January 2019

Page 26: TRAFFIC SIGNAL INTERSECTION OF GOLDEN · WHEREAS, the Principal is submitted to the Obligee, for installation of a traffic signal and construction of traffic striping at the intersection

Local Assistance Procedures Manual Exhibit 15-G Construction Contract DBE Commitment

30. Local Agency Representative Title - Enter the position/title of the Local Agency Representative certifying the contractor’s DBE commitment form.

LPP 18-01 Page 3 of 3 January 2019

Page 27: TRAFFIC SIGNAL INTERSECTION OF GOLDEN · WHEREAS, the Principal is submitted to the Obligee, for installation of a traffic signal and construction of traffic striping at the intersection

Local Assistance Procedures Manual Exhibit 15-H

Proposer/Contractor Good Faith Effort

EXHIBIT 15-H: PROPOSER/CONTRACTOR GOOD FAITH EFFORTS

Federal-aid Project No(s). _________ Bid Opening Date

established a Disadvantaged Business Enterprise (DBE) goal of 12 % 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) business 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 bidder has met the DBE goal. This form protects the proposer's or 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 thisproject was placed by the bidder (please attach copies of advertisements or proofs ofpublication):

Publications Dates of Advertisement

B. The names and dates of written notices sent to certified DBEs soliciting bids for this project andthe dates and methods used for following up initial solicitations to determine with certaintywhether the DBEs were interested (please attach copies of solicitations, telephone records, faxconfirmations, etc.):

Names of DBEs Solicited Date of Initial Solicitation Follow Up Methods and Dates

Page 1 of 3 January 2020

The City of Lathrop

Page 28: TRAFFIC SIGNAL INTERSECTION OF GOLDEN · WHEREAS, the Principal is submitted to the Obligee, for installation of a traffic signal and construction of traffic striping at the intersection

Local Assistance Procedures Manual Exhibit 15-H

Proposer/Contractor Good Faith Effort

C. The items of work made available to DBE firms including those unbundled contract work itemsinto economically feasible units to facilitate DBE participation. It is the bidder's responsibility todemonstrate that sufficient work to facilitate DBE participation in order to meet or exceed theDBE contract goal.

Items of Work

Bidder Normally Performs Item

(Y/N)

Breakdown of Items

Amount ($)

Percentage Of

Contract

D. The names, addresses and phone numbers of rejected DBE firms, the reasons for the bidder'srejection of the DBEs, the firms selected for that work (please attach copies of quotes from thefirms 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:

E. Efforts (e.g. in advertisements and solicitations) made to assist interested DBEs in obtaininginformation related to the plans, specifications and requirements for the work which wasprovided to DBEs:

Page 2 of 3 January 2020

Page 29: TRAFFIC SIGNAL INTERSECTION OF GOLDEN · WHEREAS, the Principal is submitted to the Obligee, for installation of a traffic signal and construction of traffic striping at the intersection

Local Assistance Procedures Manual Exhibit 15-H

Proposer/Contractor Good Faith Effort

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:

Page 3 of 3 January 2020

Page 30: TRAFFIC SIGNAL INTERSECTION OF GOLDEN · WHEREAS, the Principal is submitted to the Obligee, for installation of a traffic signal and construction of traffic striping at the intersection

Local Assistance Procedures Manual Exhibit 12-H

LPP 18-01 Page 17 of 22 January 2019

CITY OF LATHROP

DEPARTMENT OF PUBLIC WORKS

THIS AGREEMENT, made and concluded, in duplicate, TRAFFIC SIGNAL INSTALLATION - GOLDEN VALLEY PARKWAY AND SPARTAN WAY (PS 18-03)

between the City of Lathrop thereof, party of the first part, and

Contractor, party of the second part.

ARTICLE I.--WITNESSETH, That for and in consideration of the payments and agreements hereinafter mentioned, to be made and performed by the said party of the first part, and under the conditions expressed in the 2 bonds, bearing even date with these presents, and hereunto annexed, the said party of the second part agrees with the said party of the first part, at his own proper cost and expense, to do all the work and furnish all the materials, except such as are mentioned in the specifications to be furnished by said party of the first part, necessary to construct and complete in a good, workmanlike and substantial manner and to the satisfaction of the City of Lathrop, the work described in the special provisions and the project plans described below, including any addenda thereto. and also in conformance with current California Department of Transportation Standard Plans, the Standard Specifications, and the Labor Surcharge and Equipment Rental Rates in effect on the date the work is accomplished, which said special provisions, project plans, Standard Plans, Standard Specifications, and Labor Surcharge and Equipment Rental Rates are hereby specially referred to and by such reference made a part hereof.

The special provisions for the work to be done are dated March 19, 2020 and are entitled:

CITY OF LATHROP;

DEPARTMENT OF PUBLIC WORKS NOTICE TO CONTRACTORS AND SPECIAL PROVISIONS FOR

INSTALLATION OF A TRAFFIC SIGNAL AND CONSTRUCTION OF TRAFFIC STRIPING AT THE INTERSECTION OF GOLDEN VALLEY PARKWAY AND SPARTAN WAY

IN

LATHROP, CA

The project plans for the work to be done were approved March 19, 2020 and are entitled:

CITY OF LATHROP

DEPARTMENT OF PUBLIC WORKS PROJECT PLANS FOR

INSTALLATION OF A TRAFFIC SIGNAL AND CONSTRUCTION OF TRAFFIC STRIPING AT THE INTERSECTION OF GOLDEN VALLEY PARKWAY AND SPARTAN WAY

IN

LATHROP, CA

Page 31: TRAFFIC SIGNAL INTERSECTION OF GOLDEN · WHEREAS, the Principal is submitted to the Obligee, for installation of a traffic signal and construction of traffic striping at the intersection

Local Assistance Procedures Manual Exhibit 12-H

LPP 18-01 Page 18 of 22 January 2019

ARTICLE II.--The said party of the first part hereby promises and agrees with the said Contractor to employ, and does hereby employ, the said Contractor to provide the materials and to do the work according to the terms and conditions herein contained and referred to, for the prices hereinafter set forth, and hereby contracts to pay the same at the time, in the manner and upon the conditions herein set forth; and the said parties for themselves, their heirs, executors, administrators, successors and assigns, do hereby agree to the full performance of the covenants herein contained.

ARTICLE III.--The State general prevailing wage rates determined by the Director of Industrial Relations are hereby made a part of this contract. It is further expressly agreed by and between the parties hereto that should there be any conflict between the terms of this instrument and the bid or proposal of said Contractor, then this instrument shall control and nothing herein shall be considered as an acceptance of the said terms of said proposal conflicting herewith. When the project is subject to both State and Federal hourly minimum rates for wages and fringe benefits and when the two rates differ for similar kinds of labor, the Contractor shall not pay less than the higher rate. Federal wage rates can be found in Exhibit B.

ARTICLE IV.--By my signature hereunder, as Contractor, I certify that I am aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured against liability for worker's compensation or to undertake self-insurance in conformance with the provisions of that code, and I will comply with such provisions before commencing the performance of the work of this contract.

ARTICLE V.--And the said Contractor agrees to receive and accept the following prices as full compensation for furnishing all materials and for doing all the work contemplated and embraced in this agreement; also for all loss or damage, arising out of the nature of the work aforesaid, or from the action of the elements, or from any unforeseen difficulties or obstructions which may arise or be encountered in the prosecution of the work until its acceptance by the City of Lathrop, Department of Public Works, and for all risks of every description connected with the work; also for all expenses incurred by or in consequence of the suspension or discontinuance of work and for well and faithfully completing the work, and the whole thereof, in the manner and according to the plans and specifications, and the requirements of the Engineer under them, to wit:

ARTICLE VI.--The provisions of Form FHWA 1273 is hereby physically attached, unmodified as a part of this contract (Exhibit A). This provision applies to federal-aid contracts and all work performed by subcontracts and subsequent lower-tier subcontracts and required be physically included in each executed contract.

ARTICLE VII.-- The Minimum Federal Wage Rates Determination is hereby physically attached, in conformance with federal 10-day rule as a part of this contract (Exhibit B). This wage rate determination applies to federal-aid contracts and all work performed exceeding $2000 by subcontracts and subsequent lower-tier subcontracts and required be physically included in each executed contract.

Page 32: TRAFFIC SIGNAL INTERSECTION OF GOLDEN · WHEREAS, the Principal is submitted to the Obligee, for installation of a traffic signal and construction of traffic striping at the intersection

Local Assistance Procedures Manual Exhibit 12-H

LPP 18-01 Page 19 of 22 January 2019

IN WITNESS WHEREOF, The parties to these presents have here-unto set their hands the year and date first above written

CITY OF LATHROP DEPARTMENT OF PUBLIC WORKS

By Authorized Local Agency Representative

Contractor

By

Licensed in accordance with an act providing for the registration of contractors,

License No.

Federal Employer Identification

Number

Approved and certified as being in conformance with the requirements of the State Contract Act.

Attorney, City of Lathrop

Approved Effective

Page 33: TRAFFIC SIGNAL INTERSECTION OF GOLDEN · WHEREAS, the Principal is submitted to the Obligee, for installation of a traffic signal and construction of traffic striping at the intersection

Local Assistance Procedures Manual Exhibit 12-H

LPP 18-01 Page 20 of 22 January 2019

CITY OF LATHROP

DEPARTMENT OF PUBLIC WORKS

PAYMENT BOND (Section 3247, Civil Code)

WHEREAS, The City of Lathrop, acting by and through the Department of Public Works, hereafter referred to as “Obligee”, has awarded to Contractor, hereafter designated as the “Principal”, a contract for the work described as follows:

Installation of a traffic signal and construction of traffic striping at the intersection of Golden Valley Parkway and Spartan Way

AND WHEREAS, said Principal is required to furnish a bond in connection with said contract, to secure the payment of claims of laborers, mechanics, materialmen and other persons as provided by law. NOW, THEREFORE, we the undersigned Principal and Surety are bound unto the Obligee in the sum of

dollars ($ ), for which payment, we bind ourselves, jointly and severally.

THE CONDITION OF THIS OBLIGATION IS SUCH,

That if said Principal or its subcontractors shall fail to pay any of the persons named in Civil Code Section 3181, or amount s due under the Unemployment Insurance Code with respect to work or labor performed by such claimant, or any amounts required to be deducted, withheld, and paid over to the Franchise Tax Board for the wages of employees of the Principal and his subcontractors pursuant to Section 18806 of the Revenue and Taxation Code, with respect to such work and labor, that the surety herein will pay for the same in an amount not exceeding the sum specified in this bond, otherwise the above obligation shall be void. In case suit is brought upon this bond, the surety will pay a reasonable attorney’s fee to be fixed by the court. This bond shall inure to the benefit of any of the persons named in Civil Code Section 3181 as to give a right of action to such persons or their assigns in any suit brought upon this bond.

Dated: , 20

Correspondence or claims relating to this bond should be sent to the surety at the following address:

Principal

Surety (SEAL)

By: Attorney-in-Fact

NOTE: Signatures of those executing for the surety must be properly acknowledged.

CERTIFICATE OF ACKNOWLEDGEMENT

State of California City / County of SS

On this day of in the year 20 before me , personally appeared

Attorney-in-fact , personally known to me (or proved to me

on the basis of satisfactory evidence) to be the person whose name is subscribed to this instrument as the attorney-in-fact of and acknowledged to me that he/she subscribed the

name of the said company thereto as surety, and his/her own name as attorney-in-fact.

(SEAL) Notary Public

Page 34: TRAFFIC SIGNAL INTERSECTION OF GOLDEN · WHEREAS, the Principal is submitted to the Obligee, for installation of a traffic signal and construction of traffic striping at the intersection

Local Assistance Procedures Manual Exhibit 12-H

LPP 18-01 Page 21 of 22 January 2019

CITY OF LATHROP

DEPARTMENT OF PUBLIC WORKS

PERFORMANCE BOND (To Accompany Contract)

Bond No.

WHEREAS, the City of Lathrop acting by and through the Department of Public Works, has awarded to Contractor, , hereafter designated as the “Contractor”, a contract for the work described as follows: Installation of a traffic signal and construction of traffic striping at the intersection of Golden Valley Parkway and Spartan Way AND WHEREAS, the Contractor is required to furnish a bond in connection with said contract, guaranteeing the faithful performance thereof:

NOW, THEREFORE, we the undersigned Contractor and Surety are held firmly bound to the City of Lathrop in the sum of $ dollars ($ ), to be paid to said City or its certain attorney, its successors and assigns: for which payment, well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors or assigns, jointly and severally, firmly by these presents.

THE CONDITION OF THIS OBLIGATION IS SUCH,

That if the above bound Contractor, its heirs, executors, administrators, successors or assigns, shall in all things stand to and abide by, and well and truly keep and perform the covenants, conditions and agreements in the foregoing contract and any alteration thereof made as therein provided, on his or their part to be kept and performed at the time and in the manner ther ein specified, and in all respects according to their intent and meaning, and shall indemnify and save harmless the City / County of , its officers and agents, as therein stipulated, then this obligation shall become and be null and void; otherwise it shall be and remain in full force and virtue.

IN WITNESS WHEREOF, We have hereunto set our hands and seals on this day of , 20 .

Correspondence or claims relating to this bond should be sent to the surety at the following address:

Contractor

Name of Surety (SEAL)

By: Attorney-in-Fact

NOTE: Signatures of those executing for the surety must be properly acknowledged.

CERTIFICATE OF ACKNOWLEDGEMENT

State of California, City / County of SS

On this day of in the year 20 before me , a notary public in and for the City / County of

Attorney-in-fact

instrument and known to me to be the attorney-in-fact of

, personally appeared , known to me to be the person whose name is subscribed to this

and acknowledged to me that he/she subscribed the name of the said company thereto as surety, and his/her own name as attorney-in-fact.

(SEAL) NOTARY PUBLIC

Page 35: TRAFFIC SIGNAL INTERSECTION OF GOLDEN · WHEREAS, the Principal is submitted to the Obligee, for installation of a traffic signal and construction of traffic striping at the intersection

Local Assistance Procedures Manual Exhibit 12-H

LPP 18-01 Page 22 of 22 January 2019

FEDERAL WAGE RATES

• Refer to the DOL Homepage on the internet for the current rates at https://wdol.gov/ or contact your District Local Assistance Engineer for a hard copy.

Exhibit A - For Federal-Aid Contracts Insert [Unmodified Form FHWA-1273, Required Contract Provisions Federal-Aid Contracts]

here.

Exhibit B - For Federal-Aid Contracts Insert [Minimum Federal Wage Rates Determinations In Conformance With Federal 10-Day Rule As

May Issued By An Addendum] here.

Page 36: TRAFFIC SIGNAL INTERSECTION OF GOLDEN · WHEREAS, the Principal is submitted to the Obligee, for installation of a traffic signal and construction of traffic striping at the intersection

Local Assistance Procedures Manual Exhibit 12-G Required Federal-Aid Contract Language

Page 1 of 24 March 2020

EXHIBIT 12-G REQUIRED FEDERAL-AID CONTRACT LANGUAGE (For Local Assistance Construction Projects)

The following language must be incorporated into all Local Assistance Federal-aid construction contracts. The following language, with minor edits, was taken from the Code of Federal Regulations.

MAINTAIN RECORDS AND SUBMIT REPORTS DOCUMENTING YOUR PERFORMANCE UNDER THIS

SECTION

1. DISADVANTAGED BUSINESS ENTERPRISES (DBE) ................................................................................ 2 A. DBE COMMITMENT SUBMITTAL .................................................................................................... 2 B. GOOD FAITH EFFORTS SUBMITTAL ............................................................................................. 3 C. EXHIBIT 15-G - CONSTRUCTION CONTRACT DBE COMMITMENT ............................................ 3 D. SUBCONTRACTOR AND DISADVANTAGED BUSINESS ENTERPRISE RECORDS .................. 4 E. PERFORMANCE OF DISADVANTAGED BUSINESS ENTERPRISES .......................................... 4

2. BID OPENING ................................................................................................................................................ 5

3. BID RIGGING ................................................................................................................................................. 5

4. CONTRACT AWARD ..................................................................................................................................... 5

5. CONTRACTOR LICENSE .............................................................................................................................. 5

6. CHANGED CONDITIONS .............................................................................................................................. 5 A. DIFFERING SITE CONDITIONS ....................................................................................................... 5 B. SUSPENSIONS OF WORK ORDERED BY THE ENGINEER ......................................................... 6 C. SIGNIFICANT CHANGES IN THE CHARACTER OF WORK .......................................................... 6

7. BEGINNING OF WORK, TIME OF COMPLETION AND LIQUIDATED DAMAGES...................................... 6

8. BUY AMERICA ............................................................................................................................................... 7

9. QUALITY ASSURANCE................................................................................................................................. 7

10. PROMPT PAYMENT OF FUNDS WITHHELD TO SUBCONTRACTORS ..................................................... 7

11. FORM FHWA-1273 REQUIRED CONTRACT PROVISIONS FEDERAL-AID CONTRACTS ...................... 7

12. FEMALE AND MINORITY GOALS .............................................................................................................. 20

13. TITLE VI ASSURANCES .............................................................................................................................. 21

14. USE OF UNITED STATES-FLAG VESSELS (CARGO PREFERENCE ACT) ............................................. 22

15. FEDERAL TRAINEE PROGRAM ................................................................................................................. 22

Page 37: TRAFFIC SIGNAL INTERSECTION OF GOLDEN · WHEREAS, the Principal is submitted to the Obligee, for installation of a traffic signal and construction of traffic striping at the intersection

Local Assistance Procedures Manual Exhibit 12-G Required Federal-Aid Contract Language

Page 2 of 24 March 2020

1. DISADVANTAGED BUSINESS ENTERPRISES (DBE)

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 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.

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. Make work available to DBEs and select work parts consistent with available DBE subcontractors and suppliers.

Meet the DBE goal shown elsewhere in these special provisions or demonstrate that you made adequate good faith efforts to meet this goal.

It is your responsibility to verify that the DBE firm is certified as DBE at date of bid opening. For a list of DBEs certified by the California Unified Certification Program, go to <https://dot.ca.gov/programs/civil-rights/dbe-search>>.

All DBE participation will count toward the California Department of Transportation’s federally mandated statewide overall DBE goal.

Credit for materials or supplies you purchase 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. 49CFR26.55 defines "manufacturer" and "regular dealer."

You receive credit towards the goal if you employ a DBE trucking company that performs a commercially useful function as defined in 49CFR26.55(d)(1) 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.

• 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 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. DBE Commitment Submittal Submit the Exhibit 15-G Construction Contract DBE Commitment, included in the Bid book. If the form is not submitted with the bid, remove the form from the Bid book before submitting your bid.

If the DBE Commitment form is not submitted with the bid, all bidders must complete and submit Exhibit 15-G to the Agency. The DBE Commitment form must be received by the Agency within five (5) days of bid opening.

Page 38: TRAFFIC SIGNAL INTERSECTION OF GOLDEN · WHEREAS, the Principal is submitted to the Obligee, for installation of a traffic signal and construction of traffic striping at the intersection

Local Assistance Procedures Manual Exhibit 12-G Required Federal-Aid Contract Language

Page 3 of 24 March 2020

Submit written confirmation from each DBE stating that it is participating in the contract. Include confirmation with the DBE Commitment form. A copy of a DBE's quote will serve as written confirmation that the DBE is participating in the contract.

If you do not submit the DBE Commitment form within the specified time, the Agency will find your bid nonresponsive.

b. Good Faith Efforts Submittal Exhibit 15-H: Proposer/Contractor Good Faith Efforts is due to the local agency within five (5) days of bid opening. Days means calendar days. In computing any period of time described in this part, the day from which the period begins to run is not counted, and when the last day of the period is a Saturday, Sunday, or federal holiday, the period extends to the next day that is not a Saturday, Sunday, or federal holiday. Similarly, in circumstances where the recipient’s offices are closed for all or part of the last day, the period extends to the next on which the agency is open. Only good faith efforts directed towards obtaining participation and meeting or exceeding the DBE contract goal will be considered.

Submittal of good faith efforts documentation within the specified time protects your eligibility for award of the contract in the event the Agency finds that the DBE goal has not been met.

Good faith efforts documentation must include the following information and supporting documents, as necessary:

1. Items of work you have made available to DBE firms. Identify those items of work you might otherwise perform with your own forces and those items that have been broken down into economically feasible units to facilitate DBE participation. For each item listed, show the dollar value and percentage of the total contract. It is your responsibility to demonstrate that sufficient work to meet the goal was made available to DBE firms.

2. Names of certified DBEs and dates on which they were solicited to bid on the project. Include the items of work offered. Describe the methods used for following up initial solicitations to determine with certainty if the DBEs were interested, and the dates of the follow-up. Attach supporting documents such as copies of letters, memos, facsimiles sent, telephone logs, telephone billing statements, and other evidence of solicitation. You are reminded to solicit certified DBEs through all reasonable and available means and provide sufficient time to allow DBEs to respond.

3. Name of selected firm and its status as a DBE for each item of work made available. Include name, address, and telephone number of each DBE that provided a quote and their price quote. If the firm selected for the item is not a DBE, provide the reasons for the selection.

4. Name and date of each publication in which you requested DBE participation for the project. Attach copies of the published advertisements.

5. Names of agencies and dates on which they were contacted to provide assistance in contacting, recruiting, and using DBE firms. If the agencies were contacted in writing, provide copies of supporting documents.

6. List of efforts made to provide interested DBEs with adequate information about the plans, specifications, and requirements of the contract to assist them in responding to a solicitation. If you have provided information, identify the name of the DBE assisted, the nature of the information provided, and date of contact. Provide copies of supporting documents, as appropriate.

7. List of efforts made to assist interested DBEs in obtaining bonding, lines of credit, insurance, necessary equipment, supplies, and materials, excluding supplies and equipment that the DBE subcontractor purchases or leases from the prime contractor or its affiliate. If such assistance is provided by you, identify the name of the DBE assisted, nature of the assistance offered, and date assistance was provided. Provide copies of supporting documents, as appropriate.

8. Any additional data to support demonstration of good faith efforts.

Page 39: TRAFFIC SIGNAL INTERSECTION OF GOLDEN · WHEREAS, the Principal is submitted to the Obligee, for installation of a traffic signal and construction of traffic striping at the intersection

Local Assistance Procedures Manual Exhibit 12-G Required Federal-Aid Contract Language

Page 4 of 24 March 2020

The Agency may consider DBE commitments from other bidders when determining whether the low bidder made good faith efforts to meet or exceed the DBE goal.

c. Exhibit 15-G - Construction Contract DBE Commitment Complete and sign Exhibit 15-G Construction Contract DBE Commitment included in the contract documents regardless of whether DBE participation is reported. Provide written confirmation from each DBE that the DBE is participating in the Contract. A copy of a DBE's quote serves as written confirmation. If a DBE is participating as a joint venture partner, please submit a copy of the joint venture agreement. d. Subcontractor and Disadvantaged Business Enterprise Records Use each DBE subcontractor as listed on Exhibit 12-B Bidder’s List of Subcontractors (DBE and Non-DBE), and Exhibit 15-G Construction Contract DBE Commitment form unless you receive authorization for a substitution.

The Agency requests the 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 DBE trucking company, regardless of tier

• Date of payment and total amount paid to each business (see Exhibit 9-F: Monthly Disadvantaged Business Enterprise Payment)

If you are a DBE contractor, include the date of work performed by your own forces and the corresponding value of the work.

Before the 15th of each month, submit a Monthly DBE Trucking Verification form.

If a DBE is decertified before completing its work, the DBE must notify you in writing of the decertification date. If a business becomes a certified DBE before completing its work, the business must notify you in writing of the certification date. Submit the notifications. On work completion, complete a Disadvantaged Business Enterprises (DBE) Certification Status Change, Exhibit 17-O, form. Submit the form within 30 days of contract acceptance.

Upon work completion, complete Exhibit 17-F Final Report – Utilization of Disadvantaged Business Enterprises (DBE), First-Tier Subcontractors. 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.

e. Performance of Disadvantaged Business Enterprises DBEs must perform work or supply materials as listed in the Exhibit 15-G Construction Contract DBE Commitment form, included in the Bid.

Do not terminate or substitute a listed DBE for convenience and perform the work with your own forces or obtain materials from other sources without authorization from the Agency.

The Agency authorizes a request to use other forces or sources of materials if the bidder shows any of the following justifications:

1. Listed DBE fails or refuses to execute a written contract based on plans and specifications for the project.

2. You stipulated that a bond is a condition of executing the subcontract and the listed DBE fails to meet your bond requirements.

3. Work requires a contractor's license and listed DBE does not have a valid license under Contractors License Law.

Page 40: TRAFFIC SIGNAL INTERSECTION OF GOLDEN · WHEREAS, the Principal is submitted to the Obligee, for installation of a traffic signal and construction of traffic striping at the intersection

Local Assistance Procedures Manual Exhibit 12-G Required Federal-Aid Contract Language

Page 5 of 24 March 2020

4. Listed DBE fails or refuses to perform the work or furnish the listed materials.

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.

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. Agency determines other documented good cause.

Notify the original DBE of your intent to use other forces or material sources and provide the reasons. Provide the DBE with 5 days to respond to your notice and advise you and the Agency of the reasons why the use of other forces or sources of materials should not occur. Your request to use other forces or material sources must include:

1. One or more of the reasons listed in the preceding paragraph.

2. Notices from you to the DBE regarding the request.

3. Notices from the DBEs to you regarding the request.

If a listed DBE is terminated or substituted, you must make good faith efforts to find another DBE to substitute for the original DBE. The substitute DBE must perform at least the same amount of work as the original DBE under the contract to the extent needed to meet or exceed the DBE goal.

The contractor or consultant shall utilize the specific DBEs listed to perform the work and supply the materials for which each is listed unless the contractor or subconsultant obtains the agency’s written consent. Unless the agency’s 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.

2. BID OPENING The Agency publicly opens and reads bids at the time and place shown on the Notice to Contractors.

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

4. CONTRACT AWARD If the Agency awards the contract, the award is made to the lowest responsible and responsive bidder.

5. CONTRACTOR LICENSE The Contractor must be properly licensed as a contractor from contract award through Contract acceptance (Public Contract Code § 10164).

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

Page 41: TRAFFIC SIGNAL INTERSECTION OF GOLDEN · WHEREAS, the Principal is submitted to the Obligee, for installation of a traffic signal and construction of traffic striping at the intersection

Local Assistance Procedures Manual Exhibit 12-G Required Federal-Aid Contract Language

Page 6 of 24 March 2020

the performance of any work under the contract, an adjustment, excluding anticipated profits, will be made and the contract modified in writing accordingly. The engineer will notify the contractor of the determination whether or not an adjustment of the contract is warranted.

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

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

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.

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.

Page 42: TRAFFIC SIGNAL INTERSECTION OF GOLDEN · WHEREAS, the Principal is submitted to the Obligee, for installation of a traffic signal and construction of traffic striping at the intersection

Local Assistance Procedures Manual Exhibit 12-G Required Federal-Aid Contract Language

Page 7 of 24 March 2020

7. BEGINNING OF WORK, TIME OF COMPLETION AND LIQUIDATED DAMAGES The Contractor shall begin work within 15 calendar days after the issuance of the Notice to Proceed.

This work shall be diligently prosecuted to completion before the expiration of 80 WORKING DAYS beginning on the fifteenth calendar day after the date shown on the Notice to Proceed.

The Contractor shall pay to the City of Lathrop the sum of $1,000 per day, for each and every calendar days’ delay in finishing the work in excess of the number of working days prescribed above.

8. BUY AMERICA 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. Steel and iron materials must be produced in the U.S. except:

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

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

Production includes:

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

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

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

10. PROMPT PAYMENT OF FUNDS WITHHELD TO SUBCONTRACTORS The agency may hold retainage from the prime contractor and shall make prompt and regular incremental acceptances of portions, as determined by the agency, of the contract work, and pay retainage to the prime contractor based on these acceptances. The prime contractor, or subcontractor, shall return all monies withheld in retention from a subcontractor within seven (7) days after receiving payment for work satisfactorily completed and accepted including incremental acceptances of portions of the contract work by the agency, unless as agreed to in writing by the prime contractor and subcontractor, pursuant to Section 7108.5 of the Business and Professions Code and Section 10262 of the California Public Contract Code. Any violation of these provisions shall subject the violating prime contractor or subcontractor to the penalties, sanctions and other remedies specified therein. These requirements shall not be construed to limit or impair any contractual, administrative, or judicial remedies otherwise available to the prime contractor or subcontractor in the event of a dispute involving late payment or nonpayment by the prime contractor, deficient subcontract performance, or noncompliance by a subcontractor.

11. FORM FHWA-1273 REQUIRED CONTRACT PROVISIONS FEDERAL-AID CONTRACTS (Excluding ATTACHMENT A - EMPLOYMENT AND MATERIALS PREFERENCE FOR APPALACHIAN DEVELOPMENT HIGHWAY SYSTEM OR APPALACHIAN LOCAL ACCESS ROAD CONTRACTS)

12. DBE RUNNING TALLY OF ATTAINMENTS 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 shall complete and email the Exhibit 9- F: Disadvantaged Business Enterprise Running Tally of Payments to [email protected] with a copy to the Agency.

[The following 12 pages must be physically inserted into the contract without modification.]

Page 43: TRAFFIC SIGNAL INTERSECTION OF GOLDEN · WHEREAS, the Principal is submitted to the Obligee, for installation of a traffic signal and construction of traffic striping at the intersection

Local Assistance Procedures Manual Exhibit 12-G Required Federal-Aid Contract Language

Page 8 of 24 March 2020

FHWA-1273 -- Revised May 1, 2012 REQUIRED CONTRACT

PROVISIONS FEDERAL-AID CONSTRUCTION CONTRACTS

Page 44: TRAFFIC SIGNAL INTERSECTION OF GOLDEN · WHEREAS, the Principal is submitted to the Obligee, for installation of a traffic signal and construction of traffic striping at the intersection

Page 9 of 24 March 2020

Local Assistance Procedures Manual Exhibit 12-G Required Federal-Aid Contract Language

I. General II. Nondiscrimination III. No segregated Facilities IV. Davis-Bacon and Related Act Provisions V. Contract Work Hours and Safety Standards Act Provisions VI. Subletting or Assigning the Contract VII. Safety: Accident Prevention VIII. False Statements Concerning Highway Projects IX. Implementation of Clean Air Act and Federal Water Pollution

Control Act X. Compliance with Government wide Suspension and Debarment

Requirements XI. Certification Regarding Use of Contract Funds for Lobbying

ATTACHMENTS

A. Employment and Materials Preference for Appalachian Development Highway System or Appalachian Local Access Road Contracts (included in Appalachian contracts only)

I. GENERAL

1. Form FHWA-1273 must be physically incorporated in each

construction contract funded under Title 23 (excluding emergency contracts solely intended for debris removal). The contractor (or subcontractor) must insert this form in each subcontract and further require its inclusion in all lower tier subcontracts (excluding purchase orders, rental agreements and other agreements for supplies or services).

The applicable requirements of Form FHWA-1273 are incorporated by reference for work done under any purchase order, rental agreement or agreement for other services. The prime contractor shall be responsible for compliance by any subcontractor, lower-tier subcontractor or service provider.

Form FHWA-1273 must be included in all Federal-aid design-build contracts, in all subcontracts and in lower tier subcontracts (excluding subcontracts for design services, purchase orders, rental agreements and other agreements for supplies or services). The design-builder shall be responsible for compliance by any subcontractor, lower-tier subcontractor or service provider.

Contracting agencies may reference Form FHWA-1273 in bid proposal or request for proposal documents, however, the Form FHWA-1273 must be physically incorporated (not referenced) in all contracts, subcontracts and lower-tier subcontracts (excluding purchase orders, rental agreements and other agreements for supplies or services related to a construction contract).

2. Subject to the applicability criteria noted in the following sections,

these contract provisions shall apply to all work performed on the contract by the contractor's own organization and with the assistance of workers under the contractor's immediate superintendence and to all work performed on the contract by piecework, station work, or by subcontract.

3. A breach of any of the stipulations contained in these Required

Contract Provisions may be sufficient grounds for withholding of progress payments, withholding of final payment, termination of the contract, suspension / debarment or any other action determined to be appropriate by the contracting agency and FHWA.

4. Selection of Labor: During the performance of this contract, the

contractor shall not use convict labor for any purpose within the limits of a construction project on a Federal-aid highway unless it is labor performed by convicts who are on parole, supervised release, or probation. The term Federal-aid highway does not include roadways functionally classified as local roads or rural minor collectors.

II. NONDISCRIMINATION

The provisions of this section related to 23 CFR Part 230 are applicable to all Federal-aid construction contracts and to all related construction subcontracts of $10,000 or more. The provisions of 23 CFR Part 230 are not applicable to material supply, engineering, or architectural service contracts. In addition, the contractor and all subcontractors must comply with the following policies: Executive Order 11246, 41 CFR 60, 29 CFR 1625- 1627, Title 23 USC Section 140, the Rehabilitation Act of 1973, as amended (29 USC 794), Title VI of the Civil Rights Act of 1964, as amended, and related regulations including 49 CFR Parts 21, 26 and 27; and 23 CFR Parts 200, 230, and 633.

The contractor and all subcontractors must comply with: the requirements of the Equal Opportunity Clause in 41 CFR 60-1.4(b) and, for all construction contracts exceeding $10,000, the Standard Federal Equal Employment Opportunity Construction Contract Specifications in 41 CFR 60-4.3.

Note: The U.S. Department of Labor has exclusive authority to determine compliance with Executive Order 11246 and the policies of the Secretary of Labor including 41 CFR 60, and 29 CFR 1625-1627. The contracting agency and the FHWA have the authority and the responsibility to ensure compliance with Title 23 USC Section 140, the Rehabilitation Act of 1973, as amended (29 USC 794), and Title VI of the Civil Rights Act of 1964, as amended, and related regulations including 49 CFR Parts 21, 26 and 27; and 23 CFR Parts 200, 230, and 633.

The following provision is adopted from 23 CFR 230, Appendix A, with appropriate revisions to conform to the U.S. Department of Labor (US DOL) and FHWA requirements.

1. Equal Employment Opportunity: Equal employment opportunity (EEO) requirements not to discriminate and to take affirmative action to assure equal opportunity as set forth under laws, executive orders, rules, regulations (28 CFR 35, 29 CFR 1630, 29 CFR 1625-1627, 41 CFR 60 and 49 CFR 27) and orders of the Secretary of Labor as modified by the provisions prescribed herein, and imposed pursuant to 23 U.S.C. 140 shall constitute the EEO and specific affirmative action standards for the contractor's project activities under this contract. The provisions of the Americans with Disabilities Act of 1990 (42 U.S.C. 12101 et seq.) set forth under 28 CFR 35 and 29 CFR 1630 are incorporated by reference in this contract. In the execution of this contract, the contractor agrees to comply with the following minimum specific requirement activities of EEO:

a. The contractor will work with the contracting agency and the Federal

Government to ensure that it has made every good faith effort to provide equal opportunity with respect to all of its terms and conditions of employment and in their review of activities under the contract.

b. The contractor will accept as its operating policy the following

statement: "It is the policy of this Company to assure that applicants are employed, and that employees are treated during employment, without regard to their race, religion, sex, color, national origin, age or disability. Such action shall include: employment, upgrading, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship, pre-apprenticeship, and/or on-the-job training."

FHWA-1273 -- Revised May 1, 2012

Page 45: TRAFFIC SIGNAL INTERSECTION OF GOLDEN · WHEREAS, the Principal is submitted to the Obligee, for installation of a traffic signal and construction of traffic striping at the intersection

Page 10 of 24 March 2020

Local Assistance Procedures Manual Exhibit 12-G Required Federal-Aid Contract Language

2. EEO Officer: The contractor will designate and make known to the contracting officers and EEO Officer who will have the responsibility for and must be capable of effectively administering and promoting and 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 who are substantially involved in such action, will be made fully cognizant of, and will implement, the contractor's EEO policy and contractual responsibilities to provide EEO in each grade and classification of employment. To ensure that the above agreement will be met, the following actions will be taken as a minimum:

a. Periodic meetings of supervisory and personnel office

employees will be conducted before the start of work and then not less often than once every six months, at which time the contractor's EEO policy and its implementation will be reviewed and explained. The meetings will be conducted by the EEO Officer.

b. All new supervisory or personnel office employees will be given a thorough indoctrination by the EEO Officer, covering all major aspects of the contractor's EEO obligations within thirty days following their reporting for duty with the contractor.

c. All personnel who are engaged in direct recruitment for the project will be instructed by the EEO Officer in the contractor's procedures for locating and hiring minorities and women.

d. Notices and posters setting forth the contractor's EEO policy will

be placed in areas readily accessible to employees, applicants for employment and potential employees.

e. The contractor's EEO policy and the procedures to implement such policy will be brought to the attention of employees by means of meetings, employee handbooks, or other appropriate means.

4. Recruitment: When advertising for employees, the contractor will include in all advertisements for employees the notation: "An Equal Opportunity Employer." All such advertisements will be placed in publications having a large circulation among minorities and women in the area from which the project work force would normally be derived.

a. The contractor will, unless precluded by a valid bargaining

agreement, conduct systematic and direct recruitment through public and private employee referral sources likely to yield qualified minorities and women. To meet this requirement, the contractor will identify sources of potential minority group employees, and establish with such identified sources procedures whereby minority and women applicants may be referred to the contractor for employment consideration.

b. In the event the contractor has a valid bargaining agreement

providing for exclusive hiring hall referrals, the contractor is expected to observe the provisions of that agreement to the extent that the system meets the contractor's compliance with EEO contract provisions. Where implementation of such an agreement has the effect of discriminating against minorities or women, or obligates the contractor to do the same, such implementation violates Federal nondiscrimination provisions.

c. The contractor will encourage its present employees to refer minorities and women as applicants for employment. Information and procedures with regard to referring such applicants will be discussed with employees.

5. Personnel Actions: Wages, working conditions, and employee benefits shall be established and administered, and personnel actions of every type, including hiring, upgrading, promotion, transfer, demotion, layoff, and termination, shall be taken without regard to race, color, religion, sex, national origin, age or disability. The following procedures shall be followed:

a. The contractor will conduct periodic inspections of project sites to

insure that working conditions and employee facilities do not indicate discriminatory treatment of project site personnel.

b. The contractor will periodically evaluate the spread of wages paid

within each classification to determine any evidence of discriminatory wage practices.

c. The contractor will periodically review selected personnel actions

in depth to determine whether there is evidence of discrimination. Where evidence is found, the contractor will promptly take corrective action. If the review indicates that the discrimination may extend beyond the actions reviewed, such corrective action shall include all affected persons.

d. The contractor will promptly investigate all complaints of alleged

discrimination made to the contractor in connection with its obligations under this contract, will attempt to resolve such complaints, and will take appropriate corrective action within a reasonable time. If the investigation indicates that the discrimination may affect persons other than the complainant, such corrective action shall include such other persons. Upon completion of each investigation, the contractor will inform every complainant of all of their avenues of appeal.

6. Training and Promotion:

a. The contractor will assist in locating, qualifying, and increasing

the skills of minorities and women who are applicants for employment or current employees. Such efforts should be aimed at developing full journey level status employees in the type of trade or job classification involved.

b. Consistent with the contractor's work force requirements and as

permissible under Federal and State regulations, the contractor shall make full use of training programs, i.e., apprenticeship, and on-the-job training programs for the geographical area of contract performance. In the event a special provision for training is provided under this contract, this subparagraph will be superseded as indicated in the special provision. The contracting agency may reserve training positions for persons who receive welfare assistance in accordance with 23 U.S.C. 140(a).

c. The contractor will advise employees and applicants for

employment of available training programs and entrance requirements for each.

d. The contractor will periodically review the training and promotion

potential of employees who are minorities and women and will encourage eligible employees to apply for such training and promotion.

Page 46: TRAFFIC SIGNAL INTERSECTION OF GOLDEN · WHEREAS, the Principal is submitted to the Obligee, for installation of a traffic signal and construction of traffic striping at the intersection

Page 11 of 24 March 2020

Local Assistance Procedures Manual Exhibit 12-G Required Federal-Aid Contract Language

7. Unions: If the contractor relies in whole or in part upon unions as a source of employees, the contractor will use good faith efforts to obtain the cooperation of such unions to increase opportunities for minorities and women. Actions by the contractor, either directly or through a contractor's association acting as agent, will include the procedures set forth below:

a. The contractor will use good faith efforts to develop, in

cooperation with the unions, joint training programs aimed toward qualifying more minorities and women for membership in the unions and increasing the skills of minorities and women so that they may qualify for higher paying employment.

b. The contractor will use good faith efforts to incorporate an EEO

clause into each union agreement to the end that such union will be contractually bound to refer applicants without regard to their race, color, religion, sex, national origin, age or disability.

c. The contractor is to obtain information as to the referral

practices and policies of the labor union except that to the extent such information is within the exclusive possession of the labor union and such labor union refuses to furnish such information to the contractor, the contractor shall so certify to the contracting agency and shall set forth what efforts have been made to obtain such information.

d. In the event the union is unable to provide the contractor with a

reasonable flow of referrals within the time limit set forth in the collective bargaining agreement, the contractor will, through independent recruitment efforts, fill the employment vacancies without regard to race, color, religion, sex, national origin, age or disability; making full efforts to obtain qualified and/or qualifiable minorities and women. The failure of a union to provide sufficient referrals (even though it is obligated to provide exclusive referrals under the terms of a collective bargaining agreement) does not relieve the contractor from the requirements of this paragraph. In the event the union referral practice prevents the contractor from meeting the obligations pursuant to Executive Order 11246, as amended, and these special provisions, such contractor shall immediately notify the contracting agency.

8. Reasonable Accommodation for Applicants / Employees with Disabilities: The contractor must be familiar with the requirements for and comply with the Americans with Disabilities Act and all rules and regulations established there under. Employers must provide reasonable accommodation in all employment activities unless to do so would cause an undue hardship.

9. Selection of Subcontractors, Procurement of Materials and Leasing of Equipment: The contractor shall not discriminate on the grounds of race, color, religion, sex, national origin, age or disability in the selection and retention of subcontractors, including procurement of materials and leases of equipment. The contractor shall take all necessary and reasonable steps to ensure nondiscrimination in the administration of this contract.

a. The contractor shall notify all potential subcontractors and

suppliers and lessors of their EEO obligations under this contract.

b. The contractor will use good faith efforts to ensure subcontractor compliance with their EEO obligations.

FHWA-1273 -- Revised May 1, 2012

10. Assurance Required by 49 CFR 26.13(b):

a. The requirements of 49 CFR Part 26 and the State DOT’s U.S.

DOT-approved DBE program are incorporated by reference.

b. The contractor or subcontractor shall not discriminate on the basis of race, color, national origin, or sex in the performance of this contract. The contractor shall carry out applicable requirements of 49 CFR Part 26 in the award and administration of DOT-assisted contracts. Failure by the contractor to carry out these requirements is a material breach of this contract, which may result in the termination of this contract or such other remedy as the contracting agency deems appropriate.

11. Records and Reports: The contractor shall keep such records as necessary to document compliance with the EEO requirements. Such records shall be retained for a period of three years following the date of the final payment to the contractor for all contract work and shall be available at reasonable times and places for inspection by authorized representatives of the contracting agency and the FHWA.

a. The records kept by the contractor shall document the following:

(1) The number and work hours of minority and non-minority group

members and women employed in each work classification on the project;

(2) The progress and efforts being made in cooperation with

unions, when applicable, to increase employment opportunities for minorities and women; and

(3) The progress and efforts being made in locating, hiring, training,

qualifying, and upgrading minorities and women.

b. The contractors and subcontractors will submit an annual report to the contracting agency each July for the duration of the project, indicating the number of minority, women, and non- minority group employees currently engaged in each work classification required by the contract work. This information is to be reported on Form FHWA-1391. The staffing data should represent the project work force on board in all or any part of the last payroll period preceding the end of July. If on-the-job training is being required by special provision, the contractor will be required to collect and report training data. The employment data should reflect the work force on board during all or any part of the last payroll period preceding the end of July.

III. NONSEGREGATED FACILITIES

This provision is applicable to all Federal-aid construction contracts and to all related construction subcontracts of $10,000 or more.

The contractor must ensure that facilities provided for employees are provided in such a manner that segregation on the basis of race, color, religion, sex, or national origin cannot result. The contractor may neither require such segregated use by written or oral policies nor tolerate such use by employee custom. The contractor's obligation extends further to ensure that its employees are not assigned to perform their services at any location, under the contractor's control, where the facilities are segregated. The term "facilities" includes waiting rooms, work areas, restaurants and other eating areas, time clocks, restrooms, washrooms, locker rooms, and other storage or dressing areas, parking lots, drinking fountains, recreation or entertainment areas, transportation, and housing provided for employees. The contractor shall provide separate or single-user restrooms and necessary dressing or sleeping areas to assure privacy between sexes.

Page 47: TRAFFIC SIGNAL INTERSECTION OF GOLDEN · WHEREAS, the Principal is submitted to the Obligee, for installation of a traffic signal and construction of traffic striping at the intersection

Page 12 of 24 March 2020

Local Assistance Procedures Manual Exhibit 12-G Required Federal-Aid Contract Language

IV. DAVIS-BACON AND RELATED ACT PROVISIONS

This section is applicable to all Federal-aid construction projects exceeding $2,000 and to all related subcontracts and lower-tier subcontracts (regardless of subcontract size). The requirements apply to all projects located within the right-of-way of a roadway that is functionally classified as Federal-aid highway. This excludes roadways functionally classified as local roads or rural minor collectors, which are exempt. Contracting agencies may elect to apply these requirements to other projects.

The following provisions are from the U.S. Department of Labor regulations in 29 CFR 5.5 “Contract provisions and related matters” with minor revisions to conform to the FHWA-1273 format and FHWA program requirements.

1. Minimum wages

a. All laborers and mechanics employed or working upon the site

of the work, will be paid unconditionally and not less often than once a week, and without subsequent deduction or rebate on any account (except such payroll deductions as are permitted by regulations issued by the Secretary of Labor under the Copeland Act (29 CFR part 3)), the full amount of wages and bona fide fringe benefits (or cash equivalents thereof) due at time of payment computed at rates not less than those contained in the wage determination of the Secretary of Labor which is attached hereto and made a part hereof, regardless of any contractual relationship which may be alleged to exist between the contractor and such laborers and mechanics.

Contributions made or costs reasonably anticipated for bona fide fringe benefits under section 1(b)(2) of the Davis-Bacon Act on behalf of laborers or mechanics are considered wages paid to such laborers or mechanics, subject to the provisions of paragraph 1.d. of this section; also, regular contributions made or costs incurred for more than a weekly period (but not less often than quarterly) under plans, funds, or programs which cover the particular weekly period, are deemed to be constructively made or incurred during such weekly period. Such laborers and mechanics shall be paid the appropriate wage rate and fringe benefits on the wage determination for the classification of work actually performed, without regard to skill, except as provided in 29 CFR 5.5(a)(4). Laborers or mechanics performing work in more than one classification may be compensated at the rate specified for each classification for the time actually worked therein: Provided, That the employer's payroll records accurately set forth the time spent in each classification in which work is performed. The wage determination (including any additional classification and wage rates conformed under paragraph 1.b. of this section) and the Davis-Bacon poster (WH–1321) shall be posted at all times by the contractor and its subcontractors at the site of the work in a prominent and accessible place where it can be easily seen by the workers.

b. (1) The contracting officer shall require that any class of

laborers or mechanics, including helpers, which is not listed in the wage determination and which is to be employed under the contract shall be classified in conformance with the wage determination. The contracting officer shall approve an additional classification and wage rate and fringe benefits therefore only when the following criteria have been met:

FHWA-1273 -- Revised May 1, 2012

(i) The work to be performed by the classification requested is not

performed by a classification in the wage determination; and

(ii) The classification is utilized in the area by the construction industry; and

(iii) The proposed wage rate, including any bona fide fringe benefits,

bears a reasonable relationship to the wage rates contained in the wage determination.

(2) If the contractor and the laborers and mechanics to be

employed in the classification (if known), or their representatives, and the contracting officer agree on the classification and wage rate (including the amount designated for fringe benefits where appropriate), a report of the action taken shall be sent by the contracting officer to the Administrator of the Wage and Hour Division, Employment Standards Administration, U.S. Department of Labor, Washington, DC 20210. The Administrator, or an authorized representative, will approve, modify, or disapprove every additional classification action within 30 days of receipt and so advise the contracting officer or will notify the contracting officer within the 30-day period that additional time is necessary.

(3) In the event the contractor, the laborers or mechanics to be

employed in the classification or their representatives, and the contracting officer do not agree on the proposed classification and wage rate (including the amount designated for fringe benefits, where appropriate), the contracting officer shall refer the questions, including the views of all interested parties and the recommendation of the contracting officer, to the Wage and Hour Administrator for determination. The Wage and Hour Administrator, or an authorized representative, will issue a determination within 30 days of receipt and so advise the contracting officer or will notify the contracting officer within the 30-day period that additional time is necessary.

(4) The wage rate (including fringe benefits where appropriate)

determined pursuant to paragraphs 1.b.(2) or 1.b.(3) of this section, shall be paid to all workers performing work in the classification under this contract from the first day on which work is performed in the classification.

c. Whenever the minimum wage rate prescribed in the contract for

a class of laborers or mechanics includes a fringe benefit which is not expressed as an hourly rate, the contractor shall either pay the benefit as stated in the wage determination or shall pay another bona fide fringe benefit or an hourly cash equivalent thereof.

d. If the contractor does not make payments to a trustee or other

third person, the contractor may consider as part of the wages of any laborer or mechanic the amount of any costs reasonably anticipated in providing bona fide fringe benefits under a plan or program, Provided, That the Secretary of Labor has found, upon the written request of the contractor, that the applicable standards of the Davis-Bacon Act have been met. The Secretary of Labor may require the contractor to set aside in a separate account assets for the meeting of obligations under the plan or program.

Page 48: TRAFFIC SIGNAL INTERSECTION OF GOLDEN · WHEREAS, the Principal is submitted to the Obligee, for installation of a traffic signal and construction of traffic striping at the intersection

Page 13 of 24 March 2020

Local Assistance Procedures Manual Exhibit 12-G Required Federal-Aid Contract Language

2. Withholding

The contracting agency shall upon its own action or upon written request of an authorized representative of the Department of Labor, withhold or cause to be withheld from the contractor under this contract, or any other Federal contract with the same prime contractor, or any other federally-assisted contract subject to Davis- Bacon prevailing wage requirements, which is held by the same prime contractor, so much of the accrued payments or advances as may be considered necessary to pay laborers and mechanics, including apprentices, trainees, and helpers, employed by the contractor or any subcontractor the full amount of wages required by the contract. In the event of failure to pay any laborer or mechanic, including any apprentice, trainee, or helper, employed or working on the site of the work, all or part of the wages required by the contract, the contracting agency may, after written notice to the contractor, take such action as may be necessary to cause the suspension of any further payment, advance, or guarantee of funds until such violations have ceased.

3. Payrolls and basic records

a. Payrolls and basic records relating thereto shall be maintained

by the contractor during the course of the work and preserved for a period of three years thereafter for all laborers and mechanics working at the site of the work. Such records shall contain the name, address, and social security number of each such worker, his or her correct classification, hourly rates of wages paid (including rates of contributions or costs anticipated for bona fide fringe benefits or cash equivalents thereof of the types described in section 1(b)(2)(B) of the Davis-Bacon Act), daily and weekly number of hours worked, deductions made and actual wages paid. Whenever the Secretary of Labor has found under 29 CFR 5.5(a)(1)(iv) that the wages of any laborer or mechanic include the amount of any costs reasonably anticipated in providing benefits under a plan or program described in section 1(b)(2)(B) of the Davis-Bacon Act, the contractor shall maintain records which show that the commitment to provide such benefits is enforceable, that the plan or program is financially responsible, and that the plan or program has been communicated in writing to the laborers or mechanics affected, and records which show the costs anticipated or the actual cost incurred in providing such benefits. Contractors employing apprentices or trainees under approved programs shall maintain written evidence of the registration of apprenticeship programs and certification of trainee programs, the registration of the apprentices and trainees, and the ratios and wage rates prescribed in the applicable programs.

b. (1) The contractor shall submit weekly for each week in which any contract work is performed a copy of all payrolls to the contracting agency. The payrolls submitted shall set out accurately and completely all of the information required to be maintained under 29 CFR 5.5(a)(3)(i), except that full social security numbers and home addresses shall not be included on weekly transmittals. Instead the payrolls shall only need to include an individually identifying number for each employee ( e.g. , the last four digits of the employee's social security number). The required weekly payroll information may be submitted in any form desired. Optional Form WH–347 is available for this purpose from the Wage and Hour Division Web site at http://www.dol.gov/esa/whd/forms/wh347instr.htm or its successor site. The prime contractor is responsible for the submission of copies of payrolls by all subcontractors. Contractors and subcontractors shall maintain the full social security number and

FHWA-1273 -- Revised May 1, 2012

current address of each covered worker, and shall provide them upon request to the contracting agency for transmission to the State DOT, the FHWA or the Wage and Hour Division of the Department of Labor for purposes of an investigation or audit of compliance with prevailing wage requirements. It is not a violation of this section for a prime contractor to require a subcontractor to provide addresses and social security numbers to the prime contractor for its own records, without weekly submission to the contracting agency.

(2) Each payroll submitted shall be accompanied by a “Statement

of Compliance,” signed by the contractor or subcontractor or his or her agent who pays or supervises the payment of the persons employed under the contract and shall certify the following:

(i) That the payroll for the payroll period contains the information

required to be provided under §5.5 (a)(3)(ii) of Regulations, 29 CFR part 5, the appropriate information is being maintained under §5.5 (a)(3)(i) of Regulations, 29 CFR part 5, and that such information is correct and complete;

(ii) That each laborer or mechanic (including each helper,

apprentice, and trainee) employed on the contract during the payroll period has been paid the full weekly wages earned, without rebate, either directly or indirectly, and that no deductions have been made either directly or indirectly from the full wages earned, other than permissible deductions as set forth in Regulations, 29 CFR part 3;

(iii) That each laborer or mechanic has been paid not less than the

applicable wage rates and fringe benefits or cash equivalents for the classification of work performed, as specified in the applicable wage determination incorporated into the contract.

(3) The weekly submission of a properly executed certification set

forth on the reverse side of Optional Form WH–347 shall satisfy the requirement for submission of the “Statement of Compliance” required by paragraph 3.b.(2) of this section.

(4) The falsification of any of the above certifications may subject

the contractor or subcontractor to civil or criminal prosecution under section 1001 of title 18 and section 231 of title 31 of the United States Code.

c. The contractor or subcontractor shall make the records

required under paragraph 3.a. of this section available for inspection, copying, or transcription by authorized representatives of the contracting agency, the State DOT, the FHWA, or the Department of Labor, and shall permit such representatives to interview employees during working hours on the job. If the contractor or subcontractor fails to submit the required records or to make them available, the FHWA may, after written notice to the contractor, the contracting agency or the State DOT, take such action as may be necessary to cause the suspension of any further payment, advance, or guarantee of funds. Furthermore, failure to submit the required records upon request or to make such records available may be grounds for debarment action pursuant to 29 CFR 5.12.

Page 49: TRAFFIC SIGNAL INTERSECTION OF GOLDEN · WHEREAS, the Principal is submitted to the Obligee, for installation of a traffic signal and construction of traffic striping at the intersection

Page 14 of 24 March 2020

Local Assistance Procedures Manual Exhibit 12-G Required Federal-Aid Contract Language

4. Apprentices and trainees

a. Apprentices (programs of the USDOL).

Apprentices will be permitted to work at less than the predetermined rate for the work they performed when they are employed pursuant to and individually registered in a bona fide apprenticeship program registered with the U.S. Department of Labor, Employment and Training Administration, Office of Apprenticeship Training, Employer and Labor Services, or with a State Apprenticeship Agency recognized by the Office, or if a person is employed in his or her first 90 days of probationary employment as an apprentice in such an apprenticeship program, who is not individually registered in the program, but who has been certified by the Office of Apprenticeship Training, Employer and Labor Services or a State Apprenticeship Agency (where appropriate) to be eligible for probationary employment as an apprentice.

The allowable ratio of apprentices to journeymen on the job site in any craft classification shall not be greater than the ratio permitted to the contractor as to the entire work force under the registered program. Any worker listed on a payroll at an apprentice wage rate, who is not registered or otherwise employed as stated above, shall be paid not less than the applicable wage rate on the wage determination for the classification of work actually performed. In addition, any apprentice performing work on the job site in excess of the ratio permitted under the registered program shall be paid not less than the applicable wage rate on the wage determination for the work actually performed. Where a contractor is performing construction on a project in a locality other than that in which its program is registered, the ratios and wage rates (expressed in percentages of the journeyman's hourly rate) specified in the contractor's or subcontractor's registered program shall be observed.

Every apprentice must be paid at not less than the rate specified in the registered program for the apprentice's level of progress, expressed as a percentage of the journeymen hourly rate specified in the applicable wage determination. Apprentices shall be paid fringe benefits in accordance with the provisions of the apprenticeship program. If the apprenticeship program does not specify fringe benefits, apprentices must be paid the full amount of fringe benefits listed on the wage determination for the applicable classification. If the Administrator determines that a different practice prevails for the applicable apprentice classification, fringes shall be paid in accordance with that determination.

In the event the Office of Apprenticeship Training, Employer and Labor Services, or a State Apprenticeship Agency recognized by the Office, withdraws approval of an apprenticeship program, the contractor will no longer be permitted to utilize apprentices at less than the applicable predetermined rate for the work performed until an acceptable program is approved.

b. Trainees (programs of the USDOL).

Except as provided in 29 CFR 5.16, trainees will not be permitted to work at less than the predetermined rate for the work performed unless they are employed pursuant to and individually registered in a program which has received prior approval, evidenced by formal certification by the U.S. Department of Labor, Employment and Training Administration.

FHWA-1273 -- Revised May 1, 2012

The ratio of trainees to journeymen on the job site shall not be greater than permitted under the plan approved by the Employment and Training Administration.

Every trainee must be paid at not less than the rate specified in the approved program for the trainee's level of progress, expressed as a percentage of the journeyman hourly rate specified in the applicable wage determination. Trainees shall be paid fringe benefits in accordance with the provisions of the trainee program. If the trainee program does not mention fringe benefits, trainees shall be paid the full amount of fringe benefits listed on the wage determination unless the Administrator of the Wage and Hour Division determines that there is an apprenticeship program associated with the corresponding journeyman wage rate on the wage determination which provides for less than full fringe benefits for apprentices. Any employee listed on the payroll at a trainee rate who is not registered and participating in a training plan approved by the Employment and Training Administration shall be paid not less than the applicable wage rate on the wage determination for the classification of work actually performed. In addition, any trainee performing work on the job site in excess of the ratio permitted under the registered program shall be paid not less than the applicable wage rate on the wage determination for the work actually performed.

In the event the Employment and Training Administration withdraws approval of a training program, the contractor will no longer be permitted to utilize trainees at less than the applicable predetermined rate for the work performed until an acceptable program is approved.

c. Equal employment opportunity. The utilization of apprentices,

trainees and journeymen under this part shall be in conformity with the equal employment opportunity requirements of Executive Order 11246, as amended, and 29 CFR part 30.

d. Apprentices and Trainees (programs of the U.S. DOT).

Apprentices and trainees working under apprenticeship and skill training programs which have been certified by the Secretary of Transportation as promoting EEO in connection with Federal-aid highway construction programs are not subject to the requirements of paragraph 4 of this Section IV. The straight time hourly wage rates for apprentices and trainees under such programs will be established by the particular programs. The ratio of apprentices and trainees to journeymen shall not be greater than permitted by the terms of the particular program.

5. Compliance with Copeland Act requirements. The contractor shall comply with the requirements of 29 CFR part 3, which are incorporated by reference in this contract.

6. Subcontracts. The contractor or subcontractor shall insert Form FHWA-1273 in any subcontracts and also require the subcontractors to include Form FHWA-1273 in any lower tier subcontracts. The prime contractor shall be responsible for the compliance by any subcontractor or lower tier subcontractor with all the contract clauses in 29 CFR 5.5.

7. Contract termination: debarment. A breach of the contract clauses in 29 CFR 5.5 may be grounds for termination of the contract, and for debarment as a contractor and a subcontractor as provided in 29 CFR 5.12.

Page 50: TRAFFIC SIGNAL INTERSECTION OF GOLDEN · WHEREAS, the Principal is submitted to the Obligee, for installation of a traffic signal and construction of traffic striping at the intersection

Page 15 of 24 March 2020

Local Assistance Procedures Manual Exhibit 12-G Required Federal-Aid Contract Language

FHWA-1273 -- Revised May 1, 2012

8. Compliance with Davis-Bacon and Related Act requirements. All rulings and interpretations of the Davis-Bacon and Related Acts contained in 29 CFR parts 1, 3, and 5 are herein incorporated by reference in this contract.

9. Disputes concerning labor standards. Disputes arising out of the labor standards provisions of this contract shall not be subject to the general disputes clause of this contract. Such disputes shall be resolved in accordance with the procedures of the Department of Labor set forth in 29 CFR parts 5, 6, and 7. Disputes within the meaning of this clause include disputes between the contractor (or any of its subcontractors) and the contracting agency, the U.S. Department of Labor, or the employees or their representatives.

10. Certification of eligibility.

a. By entering into this contract, the contractor certifies that neither it

(nor he or she) nor any person or firm who has an interest in the contractor's firm is a person or firm ineligible to be awarded Government contracts by virtue of section 3(a) of the Davis- Bacon Act or 29 CFR 5.12(a)(1).

b. No part of this contract shall be subcontracted to any person or

firm ineligible for award of a Government contract by virtue of section 3(a) of the Davis-Bacon Act or 29 CFR 5.12(a)(1).

c. The penalty for making false statements is prescribed in the U.S.

Criminal Code, 18 U.S.C. 1001.

V. CONTRACT WORK HOURS AND SAFETY STANDARDS ACT

The following clauses apply to any Federal-aid construction contract in an amount in excess of $100,000 and subject to the overtime provisions of the Contract Work Hours and Safety Standards Act. These clauses shall be inserted in addition to the clauses required by 29 CFR 5.5(a) or 29 CFR 4.6. As used in this paragraph, the terms laborers and mechanics include watchmen and guards.

1. Overtime requirements. No contractor or subcontractor contracting for any part of the contract work which may require or involve the employment of laborers or mechanics shall require or permit any such laborer or mechanic in any workweek in which he or she is employed on such work to work in excess of forty hours in such workweek unless such laborer or mechanic receives compensation at a rate not less than one and one-half times the basic rate of pay for all hours worked in excess of forty hours in such workweek.

2. Violation; liability for unpaid wages; liquidated damages. In the event of any violation of the clause set forth in paragraph (1.) of this section, the contractor and any subcontractor responsible therefor shall be liable for the unpaid wages. In addition, such contractor and subcontractor shall be liable to the United States (in the case of work done under contract for the District of Columbia or a territory, to such District or to such territory), for liquidated damages. Such liquidated damages shall be computed with respect to each individual laborer or mechanic, including watchmen and guards, employed in violation of the clause set forth in paragraph(1.) of this section, in the sum of $10 for each calendar day on which such individual was required or permitted to work in excess of the standard workweek of forty hours without payment of the overtime wages required by the clause set forth in paragraph (1.) of this section.

3. Withholding for unpaid wages and liquidated damages. The FHWA or the contacting agency shall upon its own action or upon written request of an authorized representative of the Department of Labor withhold or cause to be withheld, from any moneys payable on account of work performed by the contractor or subcontractor under any such contract or any other Federal contract with the same prime contractor, or any other federally-assisted contract subject to the Contract Work Hours and Safety Standards Act, which is held by the same prime contractor, such sums as may be determined to be necessary to satisfy any liabilities of such contractor or subcontractor for unpaid wages and liquidated damages as provided in the clause set forth in paragraph (2.) of this section.

4. Subcontracts. The contractor or subcontractor shall insert in any subcontracts the clauses set forth in paragraph (1.) through (4.) of this section and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts. The prime contractor shall be responsible for compliance by any subcontractor or lower tier subcontractor with the clauses set forth in paragraphs (1.) through (4.) of this section.

VI. SUBLETTING OR ASSIGNING THE CONTRACT

This provision is applicable to all Federal-aid construction contracts on the National Highway System.

1. The contractor shall perform with its own organization contract

work amounting to not less than 30 percent (or a greater percentage if specified elsewhere in the contract) of the total original contract price, excluding any specialty items designated by the contracting agency. Specialty items may be performed by subcontract and the amount of any such specialty items performed may be deducted from the total original contract price before computing the amount of work required to be performed by the contractor's own organization (23 CFR 635.116).

a. The term “perform work with its own organization” refers to

workers employed or leased by the prime contractor, and equipment owned or rented by the prime contractor, with or without operators. Such term does not include employees or equipment of a subcontractor or lower tier subcontractor, agents of the prime contractor, or any other assignees. The term may include payments for the costs of hiring leased employees from an employee leasing firm meeting all relevant Federal and State regulatory requirements. Leased employees may only be included in this term if the prime contractor meets all of the following conditions:

(1) the prime contractor maintains control over the supervision of

the day-to-day activities of the leased employees; (2) the prime contractor remains responsible for the quality of the

work of the leased employees; (3) the prime contractor retains all power to accept or exclude

individual employees from work on the project; and (4) the prime contractor remains ultimately responsible for the

payment of predetermined minimum wages, the submission of payrolls, statements of compliance and all other Federal regulatory requirements.

b. "Specialty Items" shall be construed to be limited to work that

requires highly specialized knowledge, abilities, or equipment not ordinarily available in the type of contracting organizations qualified and expected to bid or propose on the contract as a whole and in general are to be limited to minor components of the overall contract.

Page 51: TRAFFIC SIGNAL INTERSECTION OF GOLDEN · WHEREAS, the Principal is submitted to the Obligee, for installation of a traffic signal and construction of traffic striping at the intersection

Page 16 of 24 March 2020

Local Assistance Procedures Manual Exhibit 12-G Required Federal-Aid Contract Language

2. The contract amount upon which the requirements set forth in

paragraph (1) of Section VI is computed includes the cost of material and manufactured products which are to be purchased or produced by the contractor under the contract provisions.

3. The contractor shall furnish (a) a competent superintendent or

supervisor who is employed by the firm, has full authority to direct performance of the work in accordance with the contract requirements, and is in charge of all construction operations (regardless of who performs the work) and (b) such other of its own organizational resources (supervision, management, and engineering services) as the contracting officer determines is necessary to assure the performance of the contract.

4. No portion of the contract shall be sublet, assigned or otherwise

disposed of except with the written consent of the contracting officer, or authorized representative, and such consent when given shall not be construed to relieve the contractor of any responsibility for the fulfillment of the contract. Written consent will be given only after the contracting agency has assured that each subcontract is evidenced in writing and that it contains all pertinent provisions and requirements of the prime contract.

5. The 30% self-performance requirement of paragraph (1) is not

applicable to design-build contracts; however, contracting agencies may establish their own self-performance requirements.

VII. SAFETY: ACCIDENT PREVENTION

This provision is applicable to all Federal-aid construction contracts and to all related subcontracts.

1. In the performance of this contract the contractor shall comply with all applicable Federal, State, and local laws governing safety, health, and sanitation (23 CFR 635). The contractor shall provide all safeguards, safety devices and protective equipment and take any other needed actions as it determines, or as the contracting officer may determine, to be reasonably necessary to protect the life and health of employees on the job and the safety of the public and to protect property in connection with the performance of the work covered by the contract.

2. It is a condition of this contract, and shall be made a condition of

each subcontract, which the contractor enters into pursuant to this contract, that the contractor and any subcontractor shall not permit any employee, in performance of the contract, to work in surroundings or under conditions which are unsanitary, hazardous or dangerous to his/her health or safety, as determined under construction safety and health standards (29 CFR 1926) promulgated by the Secretary of Labor, in accordance with Section 107 of the Contract Work Hours and Safety Standards Act (40 U.S.C. 3704).

3. Pursuant to 29 CFR 1926.3, it is a condition of this contract that

the Secretary of Labor or authorized representative thereof, shall have right of entry to any site of contract performance to inspect or investigate the matter of compliance with the construction safety and health standards and to carry out the duties of the Secretary under Section 107 of the Contract Work Hours and Safety Standards Act (40 U.S.C.3704).

VIII. FALSE STATEMENTS CONCERNING HIGHWAY PROJECTS

This provision is applicable to all Federal-aid construction contracts and to all related subcontracts.

In order to assure high quality and durable construction in conformity with approved plans and specifications and a high degree of reliability on statements and representations made by engineers, contractors, suppliers, and workers on Federal-aid highway projects, it is essential that all persons concerned with the project perform their functions as carefully, thoroughly, and honestly as possible. Willful falsification, distortion, or misrepresentation with respect to any facts related to the project is a violation of Federal law. To prevent any misunderstanding regarding the seriousness of these and similar acts, Form FHWA-1022 shall be posted on each Federal-aid highway project (23 CFR 635) in one or more places where it is readily available to all persons concerned with the project:

18 U.S.C. 1020 reads as follows:

"Whoever, being an officer, agent, or employee of the United States, or of any State or Territory, or whoever, whether a person, association, firm, or corporation, knowingly makes any false statement, false representation, or false report as to the character, quality, quantity, or cost of the material used or to be used, or the quantity or quality of the work performed or to be performed, or the cost thereof in connection with the submission of plans, maps, specifications, contracts, or costs of construction on any highway or related project submitted for approval to the Secretary of Transportation; or

Whoever knowingly makes any false statement, false

representation, false report or false claim with respect to the character, quality, quantity, or cost of any work performed or to be performed, or materials furnished or to be furnished, in connection with the construction of any highway or related project approved by the Secretary of Transportation; or

Whoever knowingly makes any false statement or false

representation as to material fact in any statement, certificate, or report submitted pursuant to provisions of the Federal-aid Roads Act approved July 1, 1916, (39 Stat. 355), as amended and supplemented;

Shall be fined under this title or imprisoned not more than 5 years

or both."

IX. IMPLEMENTATION OF CLEAN AIR ACT AND FEDERAL WATER POLLUTION CONTROL ACT This provision is applicable to all Federal-aid construction contracts and to all related subcontracts.

By submission of this bid/proposal or the execution of this contract, or subcontract, as appropriate, the bidder, proposer, Federal-aid construction contractor, or subcontractor, as appropriate, will be deemed to have stipulated as follows:

1. That any person who is or will be utilized in the performance of this contract is not prohibited from receiving an award due to a violation of Section 508 of the Clean Water Act or Section 306 of the Clean Air Act. 2. That the contractor agrees to include or cause to be included the requirements of paragraph (1) of this Section X in every subcontract, and further agrees to take such action as the contracting agency may direct as a means of enforcing such requirements.

Page 52: TRAFFIC SIGNAL INTERSECTION OF GOLDEN · WHEREAS, the Principal is submitted to the Obligee, for installation of a traffic signal and construction of traffic striping at the intersection

Page 17 of 24 March 2020

Local Assistance Procedures Manual Exhibit 12-G Required Federal-Aid Contract Language

FHWA-1273 -- Revised May 1, 2012

X. CERTIFICATION REGARDING DEBARMENT, SUSPENSION, INELIGIBILITY AND VOLUNTARY EXCLUSION

This provision is applicable to all Federal-aid construction contracts, design-build contracts, subcontracts, lower-tier subcontracts, purchase orders, lease agreements, consultant contracts or any other covered transaction requiring FHWA approval or that is estimated to cost $25,000 or more – as defined in 2 CFR Parts 180 and 1200.

1. Instructions for Certification – First Tier Participants:

a. By signing and submitting this proposal, the prospective first tier

participant is providing the certification set out below.

b. The inability of a person to provide the certification set out below will not necessarily result in denial of participation in this covered transaction. The prospective first tier participant shall submit an explanation of why it cannot provide the certification set out below. The certification or explanation will be considered in connection with the department or agency's determination whether to enter into this transaction. However, failure of the prospective first tier participant to furnish a certification or an explanation shall disqualify such a person from participation in this transaction.

c. The certification in this clause is a material representation of fact

upon which reliance was placed when the contracting agency determined to enter into this transaction. If it is later determined that the prospective participant knowingly rendered an erroneous certification, in addition to other remedies available to the Federal Government, the contracting agency may terminate this transaction for cause of default.

d. The prospective first tier participant shall provide immediate written

notice to the contracting agency to whom this proposal is submitted if any time the prospective first tier participant learns that its certification was erroneous when submitted or has become erroneous by reason of changed circumstances.

e. The terms "covered transaction," "debarred," "suspended,"

"ineligible," "participant," "person," "principal," and "voluntarily excluded," as used in this clause, are defined in 2 CFR Parts 180 and 1200. “First Tier Covered Transactions” refers to any covered transaction between a grantee or subgrantee of Federal funds and a participant (such as the prime or general contract). “Lower Tier Covered Transactions” refers to any covered transaction under a First Tier Covered Transaction (such as subcontracts). “First Tier Participant” refers to the participant who has entered into a covered transaction with a grantee or subgrantee of Federal funds (such as the prime or general contractor). “Lower Tier Participant” refers any participant who has entered into a covered transaction with a First Tier Participant or other Lower Tier Participants (such as subcontractors and suppliers).

f. The prospective first tier participant agrees by submitting this

proposal that, should the proposed covered transaction be entered into, it shall not knowingly enter into any lower tier covered transaction with a person who is debarred, suspended, declared ineligible, or voluntarily excluded from participation in this covered transaction, unless authorized by the department or agency entering into this transaction.

g. The prospective first tier participant further agrees by submitting

this proposal that it will include the clause titled "Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion-Lower Tier Covered Transactions," provided by the department or contracting agency, entering into this covered

transaction, without modification, in all lower tier covered transactions and in all solicitations for lower tier covered transactions exceeding the $25,000 threshold.

h. A participant in a covered transaction may rely upon a certification of a prospective participant in a lower tier covered transaction that is not debarred, suspended, ineligible, or voluntarily excluded from the covered transaction, unless it knows that the certification is erroneous. A participant is responsible for ensuring that its principals are not suspended, debarred, or otherwise ineligible to participate in covered transactions. To verify the eligibility of its principals, as well as the eligibility of any lower tier prospective participants, each participant may, but is not required to, check the Excluded Parties List System website (https://www.epls.gov/), which is compiled by the General Services Administration.

i. Nothing contained in the foregoing shall be construed to require

the establishment of a system of records in order to render in good faith the certification required by this clause. The knowledge and information of the prospective participant is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings.

j. Except for transactions authorized under paragraph (f) of these

instructions, if a participant in a covered transaction knowingly enters into a lower tier covered transaction with a person who is suspended, debarred, ineligible, or voluntarily excluded from participation in this transaction, in addition to other remedies available to the Federal Government, the department or agency may terminate this transaction for cause or default.

* * *

2. Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion – First Tier Participants: a. The prospective first tier participant certifies to the best of its knowledge and belief, that it and its principals:

(1) Are not presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participating in covered transactions by any Federal department or agency;

(2) Have not within a three-year period preceding this proposal

been convicted of or had a civil judgment rendered against them for commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (Federal, State or local) transaction or contract under a public transaction; violation of Federal or State antitrust statutes or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, or receiving stolen property;

(3) Are not presently indicted for or otherwise criminally or civilly

charged by a governmental entity (Federal, State or local) with commission of any of the offenses enumerated in paragraph (a)(2) of this certification; and

(4) Have not within a three-year period preceding this

application/proposal had one or more public transactions (Federal, State or local) terminated for cause or default.

b. Where the prospective participant is unable to certify to any of the statements in this certification, such prospective participant shall attach an explanation to this proposal.

Page 53: TRAFFIC SIGNAL INTERSECTION OF GOLDEN · WHEREAS, the Principal is submitted to the Obligee, for installation of a traffic signal and construction of traffic striping at the intersection

Page 18 of 24 March 2020

Local Assistance Procedures Manual Exhibit 12-G Required Federal-Aid Contract Language

2. Instructions for Certification - Lower Tier Participants:

(Applicable to all subcontracts, purchase orders and other lower tier transactions requiring prior FHWA approval or estimated to cost $25,000 or more - 2 CFR Parts 180 and 1200)

a. By signing and submitting this proposal, the prospective lower tier is providing the certification set out below.

b. The certification in this clause is a material representation of fact

upon which reliance was placed when this transaction was entered into. If it is later determined that the prospective lower tier participant knowingly rendered an erroneous certification, in addition to other remedies available to the Federal Government, the department, or agency with which this transaction originated may pursue available remedies, including suspension and/or debarment.

c. The prospective lower tier participant shall provide immediate

written notice to the person to which this proposal is submitted if at any time the prospective lower tier participant learns that its certification was erroneous by reason of changed circumstances.

d. The terms "covered transaction," "debarred," "suspended,"

"ineligible," "participant," "person," "principal," and "voluntarily excluded," as used in this clause, are defined in 2 CFR Parts 180 and 1200. You may contact the person to which this proposal is submitted for assistance in obtaining a copy of those regulations. “First Tier Covered Transactions” refers to any covered transaction between a grantee or subgrantee of Federal funds and a participant (such as the prime or general contract). “Lower Tier Covered Transactions” refers to any covered transaction under a First Tier Covered Transaction (such as subcontracts). “First Tier Participant” refers to the participant who has entered into a covered transaction with a grantee or subgrantee of Federal funds (such as the prime or general contractor). “Lower Tier Participant” refers any participant who has entered into a covered transaction with a First Tier Participant or other Lower Tier Participants (such as subcontractors and suppliers).

e. The prospective lower tier participant agrees by submitting this

proposal that, should the proposed covered transaction be entered into, it shall not knowingly enter into any lower tier covered transaction with a person who is debarred, suspended, declared ineligible, or voluntarily excluded from participation in this covered transaction, unless authorized by the department or agency with which this transaction originated.

f. The prospective lower tier participant further agrees by submitting

this proposal that it will include this clause titled "Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion-Lower Tier Covered Transaction," without modification, in all lower tier covered transactions and in all solicitations for lower tier covered transactions exceeding the $25,000 threshold.

g. A participant in a covered transaction may rely upon a

certification of a prospective participant in a lower tier covered transaction that is not debarred, suspended, ineligible, or voluntarily excluded from the covered transaction, unless it knows that the certification is erroneous. A participant is responsible for ensuring that its principals are not suspended, debarred, or otherwise ineligible to participate in covered transactions. To verify the eligibility of its principals, as well as the eligibility of any lower tier prospective participants, each participant may, but is not required to, check the Excluded Parties List System website

FHWA-1273 -- Revised May 1, 2012

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 normally possessed by a prudent person in the ordinary course of business dealings.

i. Except for transactions authorized under paragraph e of these

instructions, if a participant in a covered transaction knowingly enters into a lower tier covered transaction with a person who is suspended, debarred, ineligible, or voluntarily excluded from participation in this transaction, in addition to other remedies available to the Federal Government, the department or agency with which this transaction originated may pursue available remedies, including suspension and/or debarment.

* * * * * Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion--Lower Tier Participants:

1. The prospective lower tier participant certifies, by submission of this proposal, that neither it nor its principals is presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participating in covered transactions by any Federal department or agency.

2. Where the prospective lower tier participant is unable to certify to

any of the statements in this certification, such prospective participant shall attach an explanation to this proposal.

* * * * * XI. CERTIFICATION REGARDING USE OF CONTRACT FUNDS FOR LOBBYING This provision is applicable to all Federal-aid construction contracts and to all related subcontracts which exceed $100,000 (49 CFR 20).

1. The prospective participant certifies, by signing and submitting

this bid or proposal, to the best of his or her knowledge and belief, that:

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

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

(https://www.epls.gov/), which is compiled by the General Services Administration.

Page 54: TRAFFIC SIGNAL INTERSECTION OF GOLDEN · WHEREAS, the Principal is submitted to the Obligee, for installation of a traffic signal and construction of traffic striping at the intersection

Page 19 of 24 March 2020

Local Assistance Procedures Manual Exhibit 12-G Required Federal-Aid Contract Language

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

3. The prospective participant also agrees by submitting its bid or proposal that the participant shall require that the language of this certification be included in all lower tier subcontracts, which exceed information of participant is not required to exceed that which is $100,000 and that all such recipients shall certify and disclose accordingly.

Page 55: TRAFFIC SIGNAL INTERSECTION OF GOLDEN · WHEREAS, the Principal is submitted to the Obligee, for installation of a traffic signal and construction of traffic striping at the intersection

Page 20 of 24 March 2020

Local Assistance Procedures Manual Exhibit 12-G Required Federal-Aid Contract Language

12. FEMALE AND MINORITY GOALS To comply with Section II, "Nondiscrimination," of "Required Contract Provisions Federal-Aid Construction Contracts," the following are for female and minority utilization goals for Federal-aid construction contracts and subcontracts that exceed $10,000:

The nationwide goal for female utilization is 6.9 percent.

The goals for minority utilization [45 Fed Reg 65984 (10/3/1980)] are as follows:

MINORITY UTILIZATION GOALS

Economic Area

Goal (Percent)

174

Redding CA: Non-SMSA (Standard Metropolitan Statistical Area) Counties: CA Lassen; CA Modoc; CA Plumas; CA Shasta; CA Siskiyou; CA Tehama

6.8

175

Eureka, CA Non-SMSA Counties: CA Del Norte; CA Humboldt; CA Trinity

6.6

San Francisco-Oakland-San Jose, CA:

28.9

25.6

19.6

14.9

9.1

17.1

23.2

SMSA Counties: 7120 Salinas-Seaside-Monterey, CA CA Monterey 7360 San Francisco-Oakland CA Alameda; CA Contra Costa; CA Marin; CA San Francisco; CA San Mateo 7400 San Jose, CA

176 CA Santa Clara, CA 7485 Santa Cruz, CA

CA Santa Cruz 7500 Santa Rosa CA Sonoma 8720 Vallejo-Fairfield-Napa, CA CA Napa; CA Solano Non-SMSA Counties: CA Lake; CA Mendocino; CA San Benito

177

Sacramento, CA: SMSA Counties: 6920 Sacramento, CA CA Placer; CA Sacramento; CA Yolo Non-SMSA Counties CA Butte; CA Colusa; CA El Dorado; CA Glenn; CA Nevada; CA Sierra; CA Sutter; CA Yuba

16.1

14.3

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 SMSA Counties:

179 0680 Bakersfield, CA 19.1 CA Kern 2840 Fresno, CA 26.1

Page 56: TRAFFIC SIGNAL INTERSECTION OF GOLDEN · WHEREAS, the Principal is submitted to the Obligee, for installation of a traffic signal and construction of traffic striping at the intersection

Local Assistance Procedures Manual Exhibit 12-G Required Federal-Aid Contract Language

Page 21 of 24 March 2020

CA Fresno

Non-SMSA Counties: CA Kings; CA Madera; CA Tulare

23.6

Los Angeles, CA:

11.9

28.3

21.5

19.0

19.7

24.6

SMSA Counties: 0360 Anaheim-Santa Ana-Garden Grove, CA CA Orange 4480 Los Angeles-Long Beach, CA CA Los Angeles

180 6000 Oxnard-Simi Valley-Ventura, CA CA Ventura

6780 Riverside-San Bernardino-Ontario, CA CA Riverside; CA San Bernardino 7480 Santa Barbara-Santa Maria-Lompoc, CA CA Santa Barbara Non-SMSA Counties CA Inyo; CA Mono; CA San Luis Obispo San Diego, CA:

16.9

18.2

SMSA Counties

181 7320 San Diego, CA CA San Diego

Non-SMSA Counties CA Imperial

For the last full week July during which work is performed under the contract, you and each non material-supplier subcontractor with a subcontract of $10,000 or more must complete Form FHWA PR-1391 (Appendix C to 23 CFR 230). Submit the forms by August 15.

13. TITLE VI ASSURANCES

During the performance of this Agreement, the contractor, for itself, its assignees and successors in interest (hereinafter collectively referred to as CONTRACTOR) agrees as follows:

(1) Compliance with Regulations: CONTRACTOR shall comply with the regulations relative to nondiscrimination in federally assisted programs of the Department of Transportation, Title 49, Code of Federal Regulations, Part 21, as they may be amended from time to time, (hereinafter referred to as the REGULATIONS), which are herein incorporated by reference and made a part of this agreement.

(2) Nondiscrimination: CONTRACTOR, with regard to the work performed by it during the AGREEMENT, shall not discriminate on the grounds of race, color, sex, national origin, religion, age, or disability in the selection and retention of sub-applicants, including procurements of materials and leases of equipment. CONTRACTOR shall not participate either directly or indirectly in the discrimination prohibited by Section 21.5 of the Regulations, including employment practices when the agreement covers a program set forth in Appendix B of the Regulations.

(3) Solicitations for Sub-agreements, Including Procurements of Materials and Equipment: In all solicitations either by competitive bidding or negotiation made by CONTRACTOR for work to be performed under a Sub- agreement, including procurements of materials or leases of equipment, each potential sub-applicant or supplier shall be notified by CONTRACTOR of the CONTRACTOR’S obligations under this Agreement and the Regulations relative to nondiscrimination on the grounds of race, color, or national origin.

(4) Information and Reports: CONTRACTOR shall provide all information and reports required by the Regulations, or directives issued pursuant thereto, and shall permit access to its books, records, accounts, other sources of information, and its facilities as may be determined by the California Department of Transportation or FHWA to be pertinent to ascertain compliance with such Regulations or directives. Where any information required of CONTRACTOR is in the exclusive

Page 57: TRAFFIC SIGNAL INTERSECTION OF GOLDEN · WHEREAS, the Principal is submitted to the Obligee, for installation of a traffic signal and construction of traffic striping at the intersection

Local Assistance Procedures Manual Exhibit 12-G Required Federal-Aid Contract Language

Page 22 of 24 March 2020

possession of another who fails or refuses to furnish this information, CONTRACTOR shall so certify to the California Department of Transportation or the FHWA as appropriate, and shall set forth what efforts CONTRACTOR has made to obtain the information.

(5) Sanctions for Noncompliance: In the event of CONTRACTOR’s noncompliance with the nondiscrimination provisions of this agreement, the California Department of Transportation shall impose such agreement sanctions as it or the FHWA may determine to be appropriate, including, but not limited to: (a) withholding of payments to CONTRACTOR under the Agreement within a reasonable period of

time, not to exceed 90 days; and/or (b) cancellation, termination or suspension of the Agreement, in whole or in part.

(6) Incorporation of Provisions: CONTRACTOR shall include the provisions of paragraphs (1) through (6) in every sub-agreement, including procurements of materials and leases of equipment, unless exempt by the Regulations, or directives issued pursuant thereto.

CONTRACTOR shall take such action with respect to any sub-agreement or procurement as the California Department of Transportation or FHWA may direct as a means of enforcing such provisions including sanctions for noncompliance, provided, however, that, in the event CONTRACTOR becomes involved in, or is threatened with, litigation with a sub-applicant or supplier as a result of such direction, CONTRACTOR may request the California Department of Transportation enter into such litigation to protect the interests of the State, and, in addition, CONTRACTOR may request the United States to enter into such litigation to protect the interests of the United States.

14. USE OF UNITED STATES-FLAG VESSELS (CARGO PREFERENCE ACT) The CONTRACTOR agrees-

1. To utilize privately owned United States-flag commercial vessels to ship at least 50 percent of the gross tonnage (computed separately for dry bulk carries, dry cargo liners, and tankers) involved, whenever shipping any equipment, material, or commodities pursuant to this contract, to the extent such vessels are available at fair and reasonable rates for United States-flag commercial vessels.

2. To Furnish within 20 days following the date of loading for shipments originating within the United State or within 30 working days following the date of loading for shipments originating outside the United States, a legible copy of a rated “on-board” commercial ocean bill-of-lading in English for each shipment of cargo described in paragraph (1) of this section to both the Contracting Officer (through the prime contractor in the case of subcontractor bills-of-lading) and to the Division of National Cargo, Office of Market Development, Maritime Administration, Washington, DC 20590.

3. To insert the substance of the provisions of this clause in all subcontracts issued pursuant to this contract.

Federal Trainee Program Special Provisions (to be used when

applicable)

15. FEDERAL TRAINEE PROGRAM For the Federal training program, the number of trainees or apprentices is .

This section applies if a number of trainees or apprentices is specified in the special provisions.

As part of your equal opportunity affirmative action program, provide on-the-job training to develop full journeymen in the types of trades or job classifications involved.

You have primary responsibility for meeting this training requirement.

If you subcontract a contract part, determine how many trainees or apprentices are to be trained by the

subcontractor. Include these training requirements in your subcontract.

Where feasible, 25 percent of apprentices or trainees in each occupation must be in their 1st year of apprenticeship or training.

Distribute the number of apprentices or trainees among the work classifications on the basis of your needs and the availability of journeymen in the various classifications within a reasonable recruitment area.

Page 58: TRAFFIC SIGNAL INTERSECTION OF GOLDEN · WHEREAS, the Principal is submitted to the Obligee, for installation of a traffic signal and construction of traffic striping at the intersection

Local Assistance Procedures Manual Exhibit 12-G Required Federal-Aid Contract Language

Page 23 of 24 March 2020

Before starting work, submit to the City/County of :

1. Number of apprentices or trainees to be trained for each classification

2. Training program to be used

3. Training starting date for each classification

Obtain the City/County's of _ approval for this submitted information before you start work. The City/County of credits you for each apprentice or trainee you employ on the work who is currently enrolled or becomes enrolled in an approved program.

The primary objective of this section is to train and upgrade minorities and women toward journeymen status. Make every effort to enroll minority and women apprentices or trainees, such as conducting systematic and direct recruitment through public and private sources likely to yield minority and women apprentices or trainees, to the extent they are available within a reasonable recruitment area. Show that you have made the efforts. In making these efforts, do not discriminate against any applicant for training.

Do not employ as an apprentice or trainee an employee:

1. In any classification in which the employee has successfully completed a training course leading to journeyman status or in which the employee has been employed as a journeyman

2. Who is not registered in a program approved by the US Department of Labor, Bureau of Apprenticeship and Training

Ask the employee if the employee has successfully completed a training course leading to journeyman status or has been employed as a journeyman. Your records must show the employee's answers to the questions.

In your training program, establish the minimum length and training type for each classification. The City/County of and FHWA approves a program if one of the following is met:

1. It is calculated to: Meet the your equal employment opportunity responsibilities Qualify the average apprentice or trainee for journeyman status in the classification

involved by the end of the training period 2. It is registered with the U.S. Department of Labor, Bureau of Apprenticeship and Training,

and it is administered in a way consistent with the equal employment responsibilities of Federal-aid highway construction contracts

Obtain the State's approval for your training program before you start work involving the classification covered by the program.

Provide training in the construction crafts, not in clerk-typist or secretarial-type positions. Training is allowed in lower level management positions such as office engineers, estimators, and timekeepers if the training is oriented toward construction applications. Training is allowed in the laborer classification if significant and meaningful training is provided and approved by the division office. Off-site training is allowed if the training is an integral part of an approved training program and does not make up a significant part of the overall training.

The City/County of reimburses you 80 cents per hour of training given an employee on this contract under an approved training program:

1. For on-site training 2. For off-site training if the apprentice or trainee is currently employed on a Federal-aid project and

you do at least one of the following: Contribute to the cost of the training Provide the instruction to the apprentice or trainee Pay the apprentice's or trainee's wages during the off-site training period

3. If you comply this section.

Page 59: TRAFFIC SIGNAL INTERSECTION OF GOLDEN · WHEREAS, the Principal is submitted to the Obligee, for installation of a traffic signal and construction of traffic striping at the intersection

Local Assistance Procedures Manual Exhibit 12-G Required Federal-Aid Contract Language

Page 24 of 24 March 2020

Each apprentice or trainee must: 1. Begin training on the project as soon as feasible after the start of work involving the

apprentice's or trainee's skill 2. Remain on the project as long as training opportunities exist in the apprentice's or

trainee's work classification or until the apprentice or trainee has completed the training program

Furnish the apprentice or trainee: 1. Copy of the program you will comply with in providing the training

Page 60: TRAFFIC SIGNAL INTERSECTION OF GOLDEN · WHEREAS, the Principal is submitted to the Obligee, for installation of a traffic signal and construction of traffic striping at the intersection

Local Assistance Procedures Manual EXHIBIT 9-FDisadvantaged Business Enterprises (DBE) Running Tally of Payments

Page 1 of 1February 2020

(13) Prime Certified DBE?

(15) DBE Cert.Number (16) Contract Type (17) Date of

Payment(18) Amount of This Payment

(19) Amount Paid To Date

(20) Amount Committed To

This DBE

Totals $0 $0 $0

(23) Business Phone Number (24) Date

COPY DISTRIBUTION: Original - Prime Contractor/Consultant, Copy - E-mail: [email protected]; Copy: Local Administering Agency

(22) Prime Contractor/Consultant Manager's Name (Print)

List all DBEs regardless of tier, whether or not the firms were originally listed in Exhibit 10-O2 or 15-G as a DBE commitment. If the actual DBE utilization was different than that approved at the time of award, provide comments in box (21). All payments reported, including payments to contractor/consultant, are for the date listed. Select the most appropriate contract type (Agent, Consultant, Joint Venture, Manufacturer, Prime, Regular Dealer, Subcontractor, Truck/Haul, Service Provider) for the DBE from dropdown list.

By executing this 9-F, Contractor/Consultant represents and warrants, under penalty of perjury, that:Contractor/Consultant contracted with the Disadvantaged Business Enterprise companies (DBEs) as set forth in their awarded bid on Contract number ____________________________Contractor/Consultant paid the full amounts listed on their 9-F to the DBEs set forth in Contractor’s awarded bid, without reduction or offset.

Save this form using the following naming convention, [yyyymm]-[Prime's DUNS Number]-[ss].xlsx. [ss] is two digit sequential numbering, applicable when consultant or contractor has more than one 9-F form to complete per pay period. For example, a valid saved file could read: 202001-123456789-01.xlsx. Prime contractors/consultants are required to submit this form no later than the 10th of the following month, after submitting an invoice for

Do not submit this form with the invoice, it will not be processed.reimbursement that includes a payment to a DBE. If no payments have been made, do not submit the form. Email this form to [email protected] with a copy to their local administering agencies.

(1) Reporting Period (mm-yyyy)

(5) Contract Number

(9) Prime Contractor/Consultant DUNS Number

(14) DBE Subcontractor/Subconsultant Name (21) Comments

(2) Federal Aid Project Number

(6) Total Contract Award Amount ($)

(10) Business Name

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.

EXHIBIT 9-F: DISADVANTAGED BUSINESS ENTERPRISE (DBE) RUNNING TALLY OF PAYMENTS

(3) Caltrans District

(7) DBE Goal Percentage (%)

(11) Amount Prime Invoiced This Period ($)

(4) Local Agency

(8) DBE Committed Percentage (%)

(12) Amount Paid to Prime To Date ($)

Page 61: TRAFFIC SIGNAL INTERSECTION OF GOLDEN · WHEREAS, the Principal is submitted to the Obligee, for installation of a traffic signal and construction of traffic striping at the intersection

I. Purpose:

II. Policy:

(18) Amount of This Payment: List the total amount paid to the DBE this period.

(8) DBE Committed Percentage (%): Enter percentage of the Prime contract committed to DBE firms.

(1) Reporting Period (mm-yyyy): Indicate the month and year of payments being reported.

(7) DBE Goal Percentage (%): Enter the contract DBE goal percentage as it appears on the project advertisement.

(9) Prime Contractor/Consultant DUNS Number: Enter the unique nine-digit Data Universal Numbering System (DUNS) that Contractors/Consultants should have in order to participate in Federally-funded contracts.

(14) DBE Firm name: List the DBE's firm name.

(12) Amount Paid to Prime To Date ($): Enter the total payment that is paid to the Prime to date.

(4) Local Agency: List the local agency's name.

Note: For Procedures (14) through (21) below, insert rows as needed to list all DBEs included on Exhibits 10-O2 or 15-G, and any other DBEs that were utilized regardless of tier.

(11) Amount Prime's Invoice This Period ($): Enter the total invoice amount that prime submitted for reimbursement this period.

(3) Caltrans District: Enter the appropriate Caltrans District number as 1 through 12.

(2) Federal Aid Project Number: Enter the 7 digit federal-aid project number of the lead project on the contract. E.g. 5002(123) is a valid Federal-Aid Project Number.

(10) Business Name: List the name for the prime contractor/consultant as identified in Procedure 9 above.

(6) Total Contract Award Amount ($): Enter the total current contract award amount of the project.

(13) Prime certified DBE: Enter "Yes" if Prime Contractor/Consultant is certified DBE and "No" otherwise. DBE Prime contractor needs to fill in from procedure (14) to (21) for payments to DBE Subcontractors and DBE Prime's self-performing.

(15) DBE Cert. Number: List the DBE's certification number as listed in the California Unified Certification Program (CUCP) database.

Exhibit 9-F Instructions

A. To comply with 49 CFR 26.37(c), the prime contractors/consultants must complete the Exhibit 9-F: Disadvantaged Business Enterprise Running Tally of Payments and email it to [email protected] and their local administering agencies after submitting an invoice for reimbursement that includes a payment to a DBE, but no later than the 10th of the following month. Submission of this Exhibit is required until all DBE subcontracting or material supply activity on the entire project is completed.

III. Instructions:

(5) Contract Number: List the local agency assigned contract agreement number.

Title 49 of the Code of Federal Regulations (CFR), Part 26.37(c) requires recipients of federal-aid funding to “provide a running tally of actual attainments, including a means of comparing these attainments to commitments.” This requirement does not apply to projects that do not have any federal funding.

B. Save this form using the following naming convention, [yyyymm]-[Prime's DUNS Number]-[ss].xlsx. [ss] is two digit sequential numbering, applicable when consultant or contractor has more than one 9-F form to complete per pay period. For example, a valid saved file could read: 202001-123456789-01.xlsx

(22) Prime Contractor/Consultant Manager's Name: Enter the manager's name of the prime contractor/consultant of the project.(23) Business Phone Number: Enter the manager's business phone number of the prime contractor/consultant.(24) Date: Provide the date this form was prepared.

(16) Contract Type: Select the most appropriate Subcontractor's contract type (Agent, Consultant, Joint Venture, Manufacturer, Prime, Regular Dealer, Subcontractor, Truck/Haul, Service Provider from dropdown list.)

(17) Date of Payment: List current check date when a check is issued to the DBE for work performed by the DBE.

(25) Copy Distribution: The prime contractor/consultant will need to maintain a copy with the contract file (electronic and/or paper). The prime contractor/consultant will need to e-mail this form as provided in the Section II. Policy, paragraphs A as stated above. Local agency will need to keep a copy with the contract file.

(19) Amount Paid to Date: List the total amount paid to this DBE to date. This should be a total of past payments plus payment for the current work just invoiced to the Local Agency.

(20) Amount Committed to This DBE Firm: Copy the information from the agency signed Exhibit 10-O2 or 15-G. If the listed DBE was not originally committed to, type "0."

(21) Comments: Add appropriate notes if a DBE subcontract was terminated, a DBE subcontract was added, if change orders impacted the DBE's payments (include good faith efforts the prime contractor/consultant implemented), if task orders weren't issued, etc.

Page 62: TRAFFIC SIGNAL INTERSECTION OF GOLDEN · WHEREAS, the Principal is submitted to the Obligee, for installation of a traffic signal and construction of traffic striping at the intersection

Bond No:

Premium:

Contract No:

GUARANTY (WARRANTY) BOND

To the City of Lathrop

The undersigned guarantees the construction and installation of the work included in this project.

A Guaranty (Warranty) Bond is required to be submitted prior to project acceptance by the City. The Guaranty (Warranty) Bond shall be ten percent (10%) of the final contract amount. The Bond will be effective for one (1) year, beginning with the date of project acceptance.

If any of the work is defective, due to faulty workmanship, materials furnished or methods of installation, or if the work or any part of it fails to operate properly as originally intended and in accordance with the Plans and Specifications, due to any of the above causes, all within one year after the date on which this contract is accepted by the City after relief from maintenance, the undersigned agrees to reimburse the City, upon demand, for its expenses incurred in restoring the project, including the cost of any such equipment or materials replaced and the cost of removing and replacing any other work necessary to make such replacement or repairs, or, upon demand by the City, to replace any such material and to repair the work completely without cost to the City so that the work will function successfully as originally contemplated. The City shall have the unqualified option to make any needed replacements or repairs done by the undersigned. If the City elects to have the work performed by the undersigned, the undersigned agrees that the repairs shall be made and such materials as are necessary shall be furnished and installed within a reasonable time after the receipt of demand from the City. If the undersigned fails or refuses to comply with his obligations under this guaranty, the City shall be entitled to all costs and expenses, including attorney's fees.

Signature of Bidder Date

(END OF SECTION)

Page 63: TRAFFIC SIGNAL INTERSECTION OF GOLDEN · WHEREAS, the Principal is submitted to the Obligee, for installation of a traffic signal and construction of traffic striping at the intersection

DBE PROGRAM REQUIREMENTS Bidders are advised that, as required by federal law, the City is implementing new Disadvantage Business Enterprise (DBE) requirements.

The Contract-Specific DBE goal is 12 percent.

The Contract-Specific DBE goal percentage is the percentage of all established firms (DBEs and Non-DBEs) by work categories within the City of Lathrop’s market area (defined as San Joaquin County). To verify certified DBE businesses, access the California Unified Certification Program (CUCP) database from the Department of Transportation, Civil Rights, Business Enterprise Program website at: http://www.dot.ca.gov/hq/bep/.

The NAICS work categories are Poured Concrete Foundation and Structure Contractors; Electrical Contractors; and Site Preparation Contractors.

DBE FORMS / SUBMITTALS

The following table summarizes forms incorporated into the specifications, along with submittal requirements:

Form Number Description Submittal Requirements Exhibit 12-B Bidder’s List of Subcontractors

Part I and II Submit with Bid or 4 days after

bid opening Exhibit 15-G Local Agency Bidder DBE

Commitment (Construction Contracts)

Submit with Bid or within 4 days following bid opening. Required by the apparent low bidder and

2nd and 3rd low bidder Exhibit 15-H DBE Information – Good Faith

Efforts Submit with Bid or within 4 days following bid opening.

Required by the apparent low bidder and 2nd and 3rd low

bidder

Page 64: TRAFFIC SIGNAL INTERSECTION OF GOLDEN · WHEREAS, the Principal is submitted to the Obligee, for installation of a traffic signal and construction of traffic striping at the intersection

Local Assistance Procedures Manual Exhibit 12-B Bidder’s List of Subcontractors (DBE and Non-DBE)

Page 1 of 2 January 2019 LPP 18-01

Exhibit 12-B: Bidder’s List of Subcontractors (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://efiling.dir.ca.gov/PWCR/ActionServlet?action=displayPWCRegistrationForm 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:

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: <$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: yrs.

Name: <$1 million <$5 million

City, State: <$10 million <$15 million Age of Firm: yrs.

Distribution: Original-Local Agency File

Page 65: TRAFFIC SIGNAL INTERSECTION OF GOLDEN · WHEREAS, the Principal is submitted to the Obligee, for installation of a traffic signal and construction of traffic striping at the intersection

Page 2 of 2 January 2019 LPP 18-01

Local Assistance Procedures Manual 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 provided 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: _______________________

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: City, State:

<$1 million <$5 million

<$10 million <$15 million

Age of Firm: ___ yrs. Name: City, State:

<$1 million <$5 million

<$10 million <$15 million

Age of Firm: ___ yrs. Name: City, State:

<$1 million <$5 million

<$10 million <$15 million

Age of Firm: ___ yrs. Name: City, State:

<$1 million <$5 million

<$10 million <$15 million

Age of Firm: ___ yrs. Name: City, State:

<$1 million <$5 million

<$10 million <$15 million

Age of Firm: ___ yrs. Name: City, State:

<$1 million <$5 million

<$10 million <$15 million

Age of Firm: ___ yrs.

Distribution: 1) Original-Local Agency File 2) Copy-DLAE w/ Award Package

Page 66: TRAFFIC SIGNAL INTERSECTION OF GOLDEN · WHEREAS, the Principal is submitted to the Obligee, for installation of a traffic signal and construction of traffic striping at the intersection

City of Lathrop Department of Public Works

CONTRACT SECTION 3

Page 67: TRAFFIC SIGNAL INTERSECTION OF GOLDEN · WHEREAS, the Principal is submitted to the Obligee, for installation of a traffic signal and construction of traffic striping at the intersection

CONTRACT FOR TRAFFIC SIGNAL INSTALLATION – INTERSECTION OF GOLDEN VALLEY

PARKWAY AND SPARTAN WAY

LATHROP, CA

This Contract, dated _____________, is entered into by and between the City of Lathrop, a municipal corporation of the State of California (City), and ________________________, (Contractor), whose Taxpayer Identification Number is ___________________.

For and in consideration of the following covenants, terms and conditions, City and Contractor (the parties) agree:

1. Term. This Contract shall commence on, and be binding on the parties on, the date of execution of this Contract, and shall expire on the date of recordation of the Notice of Substantial Completion, or, if no such notice is required to be filed, on the date that final payment is made hereunder, subject to the earlier termination of this Contract.

2. General Scope of Project and Work. Construction Documents for the Traffic Signal Installation – Golden Valley Parkway & Spartan Way, CIP# PS 18-03 (Project). Contractor shall furnish labor, services, materials and equipment in connection with the construction of the Project and complete the Work in accordance with the covenants, terms and conditions of this Contract to the satisfaction of City. The Project and Work is generally described as follows:

The work to be performed under this contract includes all work contained in the Construction Documents, as detailed in Paragraph 3 below, including, but not limited to construction of a traffic signal and necessary components, a slurry seal, accessible curb ramps and removal and installation of road signage and striping; and any task necessary to accomplish the aforementioned tasks.

The work shall be completed within 80 working days following issuance of Notice to Proceed.

The Work shall be complete, and all appurtenant work, materials, and services not expressly shown or called for in the Construction Documents which may be necessary for the complete and proper construction of the Work in good faith shall be performed, furnished, and installed by the Contractor as though originally specified or shown. The Contractor will be compensated for work actual work performed in accordance with the unit prices and provisions contained in these Construction Documents.

Base Bid Total: $ _____________________

3. Construction Documents. This Contract shall include the Construction Documents which are on file with the City Clerk and are hereby incorporated by reference (i.e. Project Specifications, Project Plans, addenda, performance bond, labor and materials bond, certification of insurance, workers’ compensation certification, and guaranty) and the Bid Documents submitted by ____________________ on April 23, 2020. For the purposes of construing, interpreting and resolving inconsistencies between the provisions of this

Page 68: TRAFFIC SIGNAL INTERSECTION OF GOLDEN · WHEREAS, the Principal is submitted to the Obligee, for installation of a traffic signal and construction of traffic striping at the intersection

Contract, these documents and the provisions thereof are set forth in the order of precedence described in Article 3 of the General Conditions.

4. Compensation. In consideration of Contractor’s performance of its obligations hereunder, City shall pay to Contractor the amount set forth in Contractor’s Bid in accordance with the provisions of this Contract and upon the receipt of written invoices and all necessary supporting documentation within the time set forth in the Construction Documents. Contractor hereby shall not be permitted to invoice the City nor accept compensation for work not yet complete. In no event, shall the Contractor be entitled to payment for work not included in the approved scope of work, a written task order, or change order signed by the City’s Public Works Director prior to commencement of any work.

5. Insurance. On or before the Date of Execution, Contractor shall obtain and maintain the policies of insurance coverage described in Section 5.2 of the General Conditions on terms and conditions and in amounts as may be required by the City. City shall not be obligated to take out insurance on Contractor’s personal property or the personal property of any person performing labor or services or supplying materials or equipment under the Project. Contractor shall furnish City with the certificates of insurance and with original endorsements affecting coverage required under this Contract on or before the Date of Execution. The certificates and endorsements for each insurance policy shall be signed by a person who is authorized by that insurer to bind coverage in its behalf. Proof of insurance shall be mailed to the Project Manager to the address set forth in Section 15 of this Contract.

6. Indemnification. Contractor agrees to protect, defend, indemnify and hold City, its City Council members, officers, employees, engineer, and construction manager harmless from and against any and all claims, demands, liabilities, losses, damages, costs, expenses, liens, penalties, suits, or judgments, arising in whole or in part, directly or indirectly, at any time from any injury to or death of persons or damage to property as a result of the willful or negligent act or omission of Contractor, or which results from Contractor’s noncompliance with any Law respecting the condition, use, occupation or safety of the Project site, or any part thereof, or which arises from Contractor’s failure to do anything required under this Contract or for doing anything which Contractor is required not to do under this Contract, or which arises from conduct for which any Law imposes strict liability on Contractor in the performance of or failure to perform the terms and conditions of this Contract, except as may arise from the sole willful or negligent act or omission of City or any of its City Council members, officers, employees. This indemnification shall extend to any and all claims, demands, or liens made or filed by reason of any construction, renovation, or remodeling work performed by Contractor under this Contract at any time during the term of this Contract, or arising thereafter.

7. Assumption of Risk. Contractor agrees to voluntarily assume any and all risk of loss, damage, or injury to the property of Contractor which may occur in, on, or about the Project site at any time and in any manner, excepting such loss, injury, or damage as may be caused by the sole willful or negligent act or omission of City or any of its City Council members, officers, or employees.

8. Waiver. The acceptance of any payment or performance, or any part thereof, shall not operate as a waiver by City of its rights under this Contract. A waiver by City of any breach of any part or provision of this Contract by Contractor shall not operate as a waiver or continuing waiver of any subsequent breach of the same or any other provision, nor shall

Page 69: TRAFFIC SIGNAL INTERSECTION OF GOLDEN · WHEREAS, the Principal is submitted to the Obligee, for installation of a traffic signal and construction of traffic striping at the intersection

any custom or practice which may arise between the parties in the administration of any part or provision of this Contract be construed to waive or to lessen the right of City to insist upon the performance of Contractor in strict compliance with the covenants, terms and conditions of this Contract.

9. Compliance with Laws. Contractor shall comply with all Laws now in force or which may hereafter be in force pertaining to the Project and Work and this Contract, with the requirement of any bond or fire underwriters or other similar body now or hereafter constituted, with any discretionary license or permit issued pursuant to any Law of any public agency or official as well as with any provision of all recorded documents affecting the Project site, insofar as any are required by reason of the use or occupancy of the Project site, and with all Laws pertaining to nondiscrimination and affirmative action in employment and hazardous materials.

DEPARTMENT OF INDUSTRIAL RELATIONS- COMPLIANCE MONITORING UNIT

DIR Registration. a) Contractor and Subcontractor Compliance. Strict compliance with DIR registration

requirements pursuant to Labor Code Section 1725.5 is a material obligation of the Contractor under the Contract Documents. The foregoing includes without limitation, compliance with DIR Registration requirements at all times during performance of the Work by the Contractor and all Subcontractors of any tier. The failure of the Contractor and all Subcontractors of every tire to be DIR registered at all times during the performance of the Work is the Contractor’s default of a material obligation of the Contractor under the Contract Documents.

b) No Subcontractor Performance of Work Without DIR Registration. No portion of the Work is permitted to be performed by a Subcontractor of any tier unless the Subcontractor is a DIR Registered contractor.

c) Contractor Obligation to Verify Subcontractor DIR Registration Status. An affirmative and

on-going obligation of the Contractor under the Contract Documents is the Contractor’s verification that all Subcontractors, of all tiers, are at all times during performance of Work in full and strict compliance with DIR Registration requirements. The Contractor shall not permit or allow any Subcontractor of any tier to perform any Work without the Contractor’s verification that all such Subcontractors are in full and strict compliance with DIR Registration requirements.

d) Contractor Obligation to Request Substitution of Non-DIR Registered Subcontractor. If any Subcontractor identified in the Contractor’s Subcontractor List submitted with the Contractor’s proposal for the Work is not DIR Registered at the time of opening of proposals for the Work or if a Subcontractor’s DIR registration lapses prior to or during a Subcontractor’s performance of Work, the Contractor shall request the CITY’s consent to

Page 70: TRAFFIC SIGNAL INTERSECTION OF GOLDEN · WHEREAS, the Principal is submitted to the Obligee, for installation of a traffic signal and construction of traffic striping at the intersection

substitute the non-DIR registered Subcontractor pursuant to Labor Code Section 1771.1(c)(3) and/ or Labor Code Section 1771.1(d).

Certified Payroll Records

a) Compliance with Labor Code Section 1771.4 and 1776. A material obligation of the Contractor under the Contract Documents is: (i) the Contractor’s strict compliance with the requirements pursuant to Labor Code Section 1771.4 and 1776 for preparation and submittal of Certified Payroll Records (“CPR”); and (ii) the Contractor’s enforcement of CPR preparation and submittal for all Subcontractors of every tier.

b) Express Condition Precedent to Payment of Contact Price. Strict compliance with CPR requirements established pursuant to Labor Code Section 1776 is an express condition precedent to the CITY’s obligation to: (i) process any request for payment of any portion of the Contract Price; or (ii) to disburse any portion of the Contract Price to the Contractor. The Contractor shall demonstrate strict compliance with CPR preparation and submittal requirements by delivery to the CITY of electronic files or hard copies of all CPR’s submitted by the Contractor and/ or Subcontractors for Work pursuant to Labor Code Section 1771.4 and 1776 concurrently with the submittal thereof to the Labor Commissioner. The CITY: (i) shall not be obligated to process or disburse any portion of the Contract Price; or (ii) shall not be deemed in default of the CITY’s obligations under the Contract Documents unless the Contractor’s demonstrates strict compliance with CPR preparation and submittal requirements.

c) PWR Monitoring and Enforcement. During the Work pursuant to Labor Code Section 1771.4(a)(4), the Department of Industrial Relations shall monitor and enforce the obligation of the Construction and Subcontractors of every tier to pay the laborers performing any portion of the work the PWR established for the classification of work/ labor performed.

RECORD OF WAGES PAID: INSPECTION Pursuant to Labor Code section 1776, Contractor stipulates to the following: a) Contractor and each 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 under the Facilities lease and Construction Provisions. Such records shall be on forms provided by the Division of Labor Standards Enforcement or shall contain the same information of such forms. The payroll records may consist of payroll data that are maintained as computer records, if printouts contain the same information as the forms

Page 71: TRAFFIC SIGNAL INTERSECTION OF GOLDEN · WHEREAS, the Principal is submitted to the Obligee, for installation of a traffic signal and construction of traffic striping at the intersection

provided by the division and the printouts are verified as specified in subdivision (a) of Labor Code section 1776.

b) The payroll records enumerated under subdivision (a) shall be certified and shall be available for inspection at all reasonable hours at the principal office of Contractor on the following basis:

(1) A certified copy of an employee’s payroll record shall be made available for inspection or furnished to such employees or his or her authorized representative on request.

(2) A certified copy of all payroll records enumerated in subdivision (a) shall be made available for inspection or furnished upon request to a representative of the CITY, the Division of Labor Standards Enforcement, and Division of Apprenticeship Standards of the Department of Industrial Relations.

(3) A certified copy of all payroll records enumerated in subdivision (a) shall be made available upon request by the public for inspection or copies thereof. However, a request by the public shall be made through either the CITY, the Division of Apprenticeship Standards, or the Division of Labor Standards Enforcement. If the requested payroll records have not been provided pursuant to paragraph (2), the requesting party shall, prior to being provided the records, reimburse the costs of preparation by Contractor, subcontractors, and the entity through which the request was made. The public shall not be given access to such records at the principal office of Contractor.

c) Contractor shall file a certified copy of the records enumerated in subdivision (a) with the entity that requested such records within ten (10) days after receipt of the written request.

d) Any copy of records made available for inspection as copies and furnished upon request to the public or any public agency, by the CITY, the Division of Apprenticeship Standards, or the division of Labor Standards Enforcement shall be marked or obliterated in such a manner as to prevent disclosure of an individual’s name, address and social security number. The name and address of contractor awarded the contract or performing the contract shall not be marked or obliterated.

e) Contractor shall inform the CITY of the location of the records enumerated under subdivision (a), including the street address, city, and county, and shall, within (5) working days, provide a notice of a change of location and address.

f) In the event of noncompliance with the requirements of this Article, Contractor shall have ten (10) days in which to comply subsequent to receipt of written notice specifying in what

Page 72: TRAFFIC SIGNAL INTERSECTION OF GOLDEN · WHEREAS, the Principal is submitted to the Obligee, for installation of a traffic signal and construction of traffic striping at the intersection

respects Contractor must comply with this Article. Should noncompliance still be evident after such 10-day period, Contractor shall pay a penalty of One- Hundred Dollars ($100.00) to the CITY for each calendar day, or portion thereof, for each worker, until strict compliance is effectuated. Upon the request of the Division of Apprenticeship Standards or the Division of Labor Standards Enforcement, such penalties shall be withheld from the progress payment then due.

The responsibility for compliance with this Article shall rest upon Contractor.

10. Bonds. As a condition precedent to City’s obligation to pay compensation to Contractor, and on or before the date of Execution, Contractor shall furnish to the Project Manager the Bonds as required under the Notice to Contractors.

11. Representations and Warranties. In the supply of any materials and equipment and the rendering of labor and services during the course and scope of the Project and Work, Contractor represents and warrants:

(1) Any materials and equipment which shall be used during the course and scope of the Project and Work shall be vested in Contractor;

(2) Any materials and equipment which shall be used during the course and scope of the Project and Work shall be merchantable and fit to be used for the particular purpose for which the materials are required;

(3) Any labor and services rendered and materials and equipment used or employed during the course and scope of the Project and Work shall be free of defects in workmanship for a period of one (1) year after the recordation of the Notice of Substantial Completion, or, if no such notice is required to be filed, on the date that final payment is made hereunder;

(4) Any manufacturer’s warranty obtained by Contractor shall be obtained or shall be deemed obtained by Contractor for and on behalf of City.

(5) Any information submitted by Contractor prior to the award of Contract, or thereafter, upon request, whether or not submitted under a continuing obligation by the terms of the Contract to do so, is true and correct at the time such information is submitted or made available to the City;

(6) Contractor has not colluded, conspired, or agreed, directly or indirectly, with any person in regard to the terms and conditions of Contractor’s Bid, except as may be permitted by the Notice to Contractors;

(7) Contractor has the power and the authority to enter into this Contract with City, that the individual executing this Contract is duly authorized to do so by appropriate resolution, and that this Contract shall be executed, delivered and performed pursuant to the power and authority conferred upon the person or persons authorized to bind Contractor;

Page 73: TRAFFIC SIGNAL INTERSECTION OF GOLDEN · WHEREAS, the Principal is submitted to the Obligee, for installation of a traffic signal and construction of traffic striping at the intersection

(8) Contractor has not made an attempt to exert undue influence with the Project Manager or any other person who has directly contributed to City’s decision to award the Contract to Contractor;

(9) There are no unresolved claims or disputes between Contractor and City which would materially affect Contractor’s ability to perform under the Contract;

(10) Contractor has furnished and will furnish true and accurate statements, records, reports, resolutions, certifications, and other written information as may be requested of Contractor by City from time to time during the term of this Contract;

(11) Contractor and any person performing labor and services under this Project is duly licensed as a contractor with the State of California as required by California Business & Professional Code Section 7028, as amended; and

(12) Contractor has fully examined and inspected the Project site and has full knowledge of the physical conditions of the Project site.

12. Assignment. This Contract and the performance required hereunder is personal to Contractor, and it shall not be assigned by Contractor. Any attempted assignment shall be null and void.

13. Claims of Contractor. All claims pertaining to extra work, additional charges, or delays within the Contract Time or other disputes arising out of the Contract shall be submitted by Contractor in accordance with the General Conditions.

14. Audits by City. During the term of this Contract and for a period of not less than three (3) years after the expiration or earlier termination of this Contract, City shall have the right to audit Contractor’s Project-related and Work-related writings and business records, as such terms are defined in California Evidence Code Sections 250 and 1271, as amended, during the regular business hours of Contractor, or, if Contractor has no such hours, during the regular business hours of City.

15. Notices. All contracts, agreements, appointments, approvals, authorizations, claims, demands, Change Orders, consents, designations, notices, offers, requests and statements given by either party to the other shall be in writing and shall be sufficiently given and served upon the other party if (1) personally served, (2) sent by the United States mail, postage prepaid, (3) sent by private express delivery service, or (4) in the case of a facsimile transmission, if sent to the telephone FAX number set forth below during regular business hours of the receiving party and followed with two (2) days by delivery of a hard copy of the material sent by facsimile transmission, in accordance with (1), (2) or (3) above. Personal service shall include, without limitation, service by delivery and service by facsimile transmission.

To City: City of Lathrop City Clerk 390 Towne Centre Drive Lathrop, CA 95330

Page 74: TRAFFIC SIGNAL INTERSECTION OF GOLDEN · WHEREAS, the Principal is submitted to the Obligee, for installation of a traffic signal and construction of traffic striping at the intersection

Copy to: City of Lathrop Department of Public Works 390 Towne Centre Drive Lathrop, CA 95330

(209) 941-7363 FAX: (209) 941-7449

ATTN: Ken Reed, Project Manager

To Contractor:

Phone:

Fax:

ATTN:

16. Miscellaneous.

(1) Bailee Disclaimer. The parties understand and agree that City does not purport to be Contractor’s bailee, and City is, therefore, not responsible for any damage to the personal property of Contractor.

(2) Consent. Whenever in this Contract the approval or consent of a party is required, such approval or consent shall be in writing and shall be executed by a person having the express authority to grant such approval or consent.

(3) Controlling Law. The parties agree that this Contract shall be governed and construed by and in accordance with the Laws of the State of California.

(4) Definitions. The definitions and terms are as defined in these specifications.

(5) Force Majeure. Neither party shall be deemed to be in default on account of any delay or failure to perform its obligations under this Contract, which directly results from an Act of God or an act of a superior governmental authority.

(6) Headings. The paragraph headings are not a part of this Contract and shall have no effect upon the construction or interpretation of any part of this Contract.

(7) Incorporation of Documents. All documents constituting the Construction Documents described in Section 3 hereof and all documents which may, from time to time, be referred to in any duly executed amendment hereto are by such reference incorporated in this Contract and shall be deemed to be part of this Contract.

(8) Integration. This Contract and any amendments hereto between the parties constitute the entire contract between the parties concerning the Project and Work,

Page 75: TRAFFIC SIGNAL INTERSECTION OF GOLDEN · WHEREAS, the Principal is submitted to the Obligee, for installation of a traffic signal and construction of traffic striping at the intersection

and there are no other prior oral or written contracts between the parties that are not incorporated in this Contract.

(9) Modification of Contract. This Contract shall not be modified or be binding upon the parties unless such modification is agreed to in writing and signed by the parties.

(10) Provision. Any contract, covenant, condition, clause, qualification, restriction, reservation, term or other stipulation in the Contract shall define or otherwise control, establish, or limit the performance required or permitted or to be required of or permitted by either party. All provisions, whether covenants or conditions, shall be deemed to be both covenants and conditions.

(11) Resolution. Contractor shall submit with its Bid a copy of any corporate or partnership resolution or other writing, which authorizes any director, officer or other employee or partner to act for or on behalf of Contractor or which authorizes Contractor to enter into this Contract.

(12) Severability. If a court of competent jurisdiction finds or rules that any provision of this Contract is void or unenforceable, the provisions of this Contract not so affected shall remain in full force and effect.

(13) Status of Contractor. In the exercise of rights and obligations under this Contract, Contractor acts as an independent contractor and not as an agent or employee of City. Contractor shall not be entitled to any rights and benefits accorded or accruing to the City Council members, officers or employees of City, and Contractor expressly waives any and all claims to such rights and benefits.

(14) Successors and Assigns. The provisions of this Contract shall inure to the benefit of, and shall apply to and bind, the successors and assigns of the parties.

(15) Time of the Essence. Time is of the essence of this Contract and each of its provisions. In the calculation of time hereunder, the time in which an act is to be performed shall be computed by excluding the first Day and including the last. If the time in which an act is to be performed falls on a Saturday, Sunday, or any Day observed as a legal holiday by City, the time for performance shall be extended to the following Business Day.

(16) Venue. In the event that suit is brought by either party hereunder, the parties agree that trial of such action shall be vested exclusively in the state courts of California in the County of San Joaquin or in the United States District Court for the Eastern District of California.

(17) Recovery of costs. The prevailing party in any action brought to enforce the terms of this Contract or arising out of this Contract, including the enforcement of the indemnity provision(s), may recover its reasonable costs, including reasonable attorney’s fees, incurred or expended in connection with such action against the non-prevailing party.

(18) Contractor and subcontractors must comply with all applicable standards, orders, or requirements issued under Section 306 of the Clean Air Act (42 USC 1857(h)),

Page 76: TRAFFIC SIGNAL INTERSECTION OF GOLDEN · WHEREAS, the Principal is submitted to the Obligee, for installation of a traffic signal and construction of traffic striping at the intersection

Section 508 of the Clean Water Act (33 USC1368), Executive Order 11738, and Environmental Protection Agency Regulations at 40 CFR Part 15.

(19) Contractors and subcontractors must comply with mandatory standards and policies relating to the energy efficiency which are contained in the State Energy Conservation Plan issued in compliance with the Energy Policy and Conservation ACT (Public Law 94-163, 89 stat 871).

(20) The Contractor shall provide access to the site for the Environmental Protection Agency and its duly authorized representatives, and the City.

(21) If during the course of construction evidence of deposit of historical or archaeological interest is found, the Contractor shall cease operation affecting the find and shall notify the City, who shall notify the EPA and the State Historic Preservation Officer. No further disturbance of the deposits shall ensue until the Contractor has been notified by the City that construction may proceed. The City will issue a notice to proceed only after the state official has surveyed the find and made a determination to the EPA and the City. Compensation to the contractor, if any, for lost time or changes in construction to avoid the find, shall be determined in accordance with changed conditions or change order provisions of the Construction Documents.

(22) Notice to Proceed. Prior to commencing work under this Contract, CONTRACTOR shall receive a written “Notice to Proceed” from CITY. A Notice to Proceed shall not be issued until all necessary bonds and insurances have been received. City shall not be obligated to pay CONTRACTOR for any services prior to issuance of the Notice to proceed.

(23) Signatures. The individuals executing this Contract represent and warrant that they have the right, power, legal capacity, and authority to enter into and to execute this Contract on behalf of the respective legal entities of the CONTRACTOR and the CITY. This Contract shall inure to the benefit of and be binding upon the parties hereto and their respective successors and assigns.

(24) This project is a public works project: Contractor shall comply with requirements of California Labor Code § 1700 and following, and prevailing wages shall be paid for work performed on this project.

(25) The statutory provisions for penalties for failing to comply with the State of California wage and labor laws be enforced, as well as that for failing to pay prevailing wages.

(26) It is mutually agreed and understood that the complete Contract shall consist of the following component documents, all of which are fully a part hereof as if herein set out in full, or if not attached, as if hereto attached:

a. Accepted Proposal b. Contract c. Performance Bond d. Labor & Material Bond e. City of Lathrop Standard Specifications

Page 77: TRAFFIC SIGNAL INTERSECTION OF GOLDEN · WHEREAS, the Principal is submitted to the Obligee, for installation of a traffic signal and construction of traffic striping at the intersection

f. State of California Standard Specification g. Any Published Addenda h. Project Plans and Specifications i. Guaranty Bond j. Required Contract Provisions for Federal-Aid Construction Contracts k. FHWA Form 1273 - Federal Minimum Wage Determinations

Page 78: TRAFFIC SIGNAL INTERSECTION OF GOLDEN · WHEREAS, the Principal is submitted to the Obligee, for installation of a traffic signal and construction of traffic striping at the intersection

IN WITNESS WHEREOF, the parties have executed this Agreement on the date first above stated in Lathrop, California.

APPROVED: Contractor: By: City Manager

RECOMMENDED FOR APPROVAL: Name: Title: Director of Public Works

APPROVED AS TO FORM: Taxpayer I.D. No. City Attorney

(END OF SECTION)

Page 79: TRAFFIC SIGNAL INTERSECTION OF GOLDEN · WHEREAS, the Principal is submitted to the Obligee, for installation of a traffic signal and construction of traffic striping at the intersection

EXHIBIT A

FHWA Form 1273 - Required Contract Provisions for Federal-Aid Construction Contracts

Page 80: TRAFFIC SIGNAL INTERSECTION OF GOLDEN · WHEREAS, the Principal is submitted to the Obligee, for installation of a traffic signal and construction of traffic striping at the intersection

EXHIBIT B

Federal Minimum Wage Determinations

Page 81: TRAFFIC SIGNAL INTERSECTION OF GOLDEN · WHEREAS, the Principal is submitted to the Obligee, for installation of a traffic signal and construction of traffic striping at the intersection

City of Lathrop Department of Public Works

INSURANCE REQUIREMENTS SECTION 4

Page 82: TRAFFIC SIGNAL INTERSECTION OF GOLDEN · WHEREAS, the Principal is submitted to the Obligee, for installation of a traffic signal and construction of traffic striping at the intersection

INSURANCE

a. Neither the Contractor nor any subcontractors shall commence any work until all required insurance has been obtained at their own expense. Such insurance must have the approval of the City as to limit, form, and amount, and shall be placed with insurers with a current A.M. Best’s rating of no less than A:VII.

b. Any insurance bearing on adequacy of performance shall be maintained after completion of the project for the full guarantee period.

c. Prior to execution of the Contract, the Contractor shall furnish the City with original endorsements effecting coverage for all policies required by the Contract. The Contractor shall not permit any subcontractor identified in the Designation of subcontractor’s form to commence work on this project until such subcontractor has furnished the City with original endorsements effecting coverage for all insurance policies required by the Contract. The endorsements shall be signed by a person authorized by the insurer to bind coverage on its behalf. The endorsements are to be on forms provided or approved by the City. The City may require the Contractor or any subcontractor to furnish complete certified copies of all insurance policies affecting the coverage required by the Contract.

d. All of the Contractor’s policies shall contain an endorsement providing that written notice shall be given to the City at least thirty (30) calendar days prior to termination, cancellation, or reduction of coverage in the policy.

e. All policies of insurance that the Contractor elects to carry shall include a provision therein providing a waiver of the insurer’s right to subrogation against the City and the Engineer, including insurance against loss or damage to its construction equipment and tools, and Worker’s Compensation.

f. The requirements as to the types, limits, and the City’s approval of insurance coverage to be maintained by the Contractor are not intended to, and shall not in any manner, limit or qualify the liabilities and obligations assumed by the Contractor under the Contract.

g. In addition to any other remedy the City may have, if the Contractor or any of the subcontractors fail to maintain the insurance coverage as required in Section F-2 of the General Conditions, the City may obtain such insurance coverage as is not being maintained, in form and amount substantially the same as required herein, and the City may deduct the cost of such insurance from any amounts due or which may become due the Contractor under this Contract.

COVERAGE REQUIREMENTS

The Contractor and all subcontractors shall, at their expense, maintain in effect at all times during the performance of work under the Contract not less than the following coverage and limits of insurance, which shall be maintained with insurers and under forms of policy satisfactory to the City. The maintenance by the Contractor and all subcontractors of the following coverage and limits of insurance is a material element of this Contract. The failure of the Contractor or any subcontractor to maintain or renew coverage or to provide evidence of renewal may be treated by the City as a material breach of this Contract.

a. Worker’s Compensation and Employer’s Liability Insurance. i. Worker’s Compensation: The Contractor and all subcontractors shall maintain

insurance to protect the Contractor or subcontractor from all claims under Worker’s Compensation and Employer’s Liability Acts, including Longshoremen’s and Harbor Workers’ Act. Such coverage shall be maintained, in type and amount, in strict compliance with all applicable State and Federal statutes and regulations. The Contractor shall execute a

Page 83: TRAFFIC SIGNAL INTERSECTION OF GOLDEN · WHEREAS, the Principal is submitted to the Obligee, for installation of a traffic signal and construction of traffic striping at the intersection

certificate in compliance with Labor Code section 1861, on the form provided in the Contract Documents.

ii. Claims Against City: If an injury occurs to any employee of the Contractor or any of the subcontractors for which the employee or the employee’s dependents, in the event of the employee’s death, may be entitled to compensation from the City under the provisions of the said Acts, or for which compensation is claimed from the City, there will be retained out of the sums due the Contractor under this Contract, an amount sufficient to cover such compensation as fixed by said Acts, until such compensation is paid or it is determined that no compensation is due. If the City is required to pay such compensation, the amount so paid will be deducted and retained from such sums due, or to become due, the Contractor.

b. Commercial General and Automobile Liability Insurance. i. Form and Amounts: The insurance shall include, but shall not be limited to,

protection against claims arising from death, bodily injury, personal injury, or damage to property resulting from actions, failures to act, operations or equipment of the insured, or by its employees, agents or consultants, or by anyone directly or indirectly employed by the insured. The amount of insurance coverage shall not be less than $2,000,000.00 per occurrence for Automobile Liability Insurance. The amount of insurance coverage shall not be less than $2,000,000.00 per occurrence for Commercial General Liability Insurance with an aggregate no less than two (2) times the required per occurrence limit applying to bodily injury, personal injury, and property damage, or any combination of the three. Any deductibles must be declared to and approved by the City. At the option of the City, either: the insurer shall reduce or eliminate such deductibles as respects the entity, its officers, officials, employees and volunteers; or the Contractor shall procure a bond guaranteeing payment of losses and related investigations, claim administration expenses, and defense expenses.

ii. Additional Requirements: The commercial general and automobile liability insurance coverage shall also include the following:

a. A provision or endorsement naming the City and the City’s consultants, and each of their officers, employees, agents and volunteers, each as additional insured with respect to any potential liability arising out of the performance of any work under the Contract, and providing that such insurance is primary insurance as respects the interest of the City, and that any other insurance, risk pool membership, or other liability protection maintained by the City or maintained by the Engineer is excess to the insurance required hereunder, and will not be called upon to contribute to any loss unless and until all limits available under the contractor’s and subcontractor’s insurance policy/policies have been paid.

b. A “Cross Liability” or “Severability of Interest” clause. Broad Form Property Damage, Personal Injury, Contractual Liability, Protective Liability, and Completed Operations coverages, and elimination of any exclusion regarding loss or damage to property caused by explosion or resulting from collapse of buildings or structures or damage to property underground, commonly referred to by insurers as the “XCU” hazards.

c. A provision or endorsement stating that such insurance, subject to all of its other terms and conditions, applies to the liability assumed by the

Page 84: TRAFFIC SIGNAL INTERSECTION OF GOLDEN · WHEREAS, the Principal is submitted to the Obligee, for installation of a traffic signal and construction of traffic striping at the intersection

Contractor under the Contract, including, without limitation, indemnity and litigation costs set forth in Section F-3 of the General Conditions.

d. A provision or endorsement stating that any failure to comply with reporting or other provisions of the policies, including breaches of warranties, shall not affect coverage provided to the City, its officers, officials, employees, or volunteers.

e. A provision or endorsement stating that the Contractor’s insurance shall apply separately to each insured against whom claim is made or suit is brought, except with respect to the limits of the insurer’s liability.

iii. SPECIAL NOTICE: Claims Made Coverage: Liability insurance coverage shall not be written on a “claims made” basis. The Certificate of Insurance must clearly provide that the coverage is on an “occurrence” basis.

INDEMNITY AND LITIGATION COSTS

a. Promptly upon execution of the Contract, the Contractor specifically obligates itself and hereby agrees to protect, hold free and harmless, defend and indemnify the City, the Engineer and their consultants, and each of their officers, officials, employees agents and volunteers, from and against any and all liability, penalties, costs, losses, damages, expenses, causes of action, claims or judgments, including without limitation attorneys’ fees and other costs of litigation, which arise out of or are in any way connected with the Contractor’s, or its subcontractors’ or suppliers’, performance of work under this Contract or failure to comply with any of the obligations contained in the Contract. This indemnity shall not extend, however, to attorney fees and costs incurred by the City in prosecuting or defending against the Contractor in any proceeding under Sections B-7 and E-16 of these General Conditions, and shall imply no reciprocal right of the Contractor in any action on the Contract pursuant to Civil Code section 1717 or section 1717.5. To the fullest extent legally permissible, this indemnity and hold harmless agreement by the Contractor shall apply to any and all acts or omissions, whether active or passive, on the part of the Contractor or its agents, employees, representatives, or subcontractor’s agents, employees, and representatives, resulting in claim or liability, whether or not any acts or omissions of any of the parties to be indemnified hereunder may also have been a contributing factor to the liability, except such loss or damage which was caused by the active negligence, the sole negligence, or the willful misconduct of the City.

b. In any and all claims against the City or the Engineer and their consultants, and each of their officers, employees and agents by any employee of the Contractor, any subcontractor, anyone directly or indirectly employed by any of them, or anyone for whose acts any of them may be liable, the indemnification obligation under this Section shall not be limited in any way by any limitation on the amount or type of damages, compensation or benefits payable by or for the Contractor or any subcontractor under Worker’s Compensation statutes, disability benefit statutes or other employee benefit statutes.

PROTECTION OF WORK

a. The Contractor shall be responsible for the care of all the work until completion and final acceptance. The Contractor shall, at its own cost and expense, replace damaged or lost material and repair damaged parts of the work or the same may be done at the Contractor’s expense by the City and the Contractor and its sureties shall be liable therefore. The Contractor shall make its own provisions for properly storing and protecting all material and equipment against theft, injury, or damage from any and all causes.

Page 85: TRAFFIC SIGNAL INTERSECTION OF GOLDEN · WHEREAS, the Principal is submitted to the Obligee, for installation of a traffic signal and construction of traffic striping at the intersection

Damaged material and equipment shall not be used in the work. The Contractor shall take all risks from floods and casualties except as provided by law, and shall make no charge for the restoration of such portions of the work as may be destroyed or damaged by flood or other casualties or because of danger from flood or other casualties or for delays from such causes. The Contractor may, however, be allowed a reasonable extension of time on account of such delays, subject to the conditions hereinbefore specified. The Contractor shall not be responsible for the cost, in excess of 5% of the contracted amount, of repairing or restoring damage to the work, if the damage was proximately caused by an earthquake in excess of a magnitude of 3.5 on the Richter Scale or by tidal waves; provided that the work damaged was built in accordance with accepted and applicable building standards, and the plans and specifications of the City.

b. The Contractor shall effectively secure and protect adjacent property and structures, livestock, crops, and other vegetation. If applicable, the Contractor shall open fences on or crossing the right-of-way and install temporary gates of sound construction thereon so as to prevent the escape of livestock. Adjacent fence posts shall be adequately braced to prevent the sagging or slackening of the wire. Before such fences are opened, the Contractor shall notify the owner or tenant of the property and, where practicable, the opening of the fence shall be in accordance with the wishes of said owner or tenant. The Contractor shall be responsible that no loss or inconvenience shall accrue to the owner or tenant by virtue of its fences having been opened or the gate not having been either shut or attended at all times. Where special types of fences are encountered, the Contractor shall install temporary gates made of similar materials and of suitable quality to serve the purposes of the original fences. In all cases where the Contractor removes fences to obtain work room, Contractor shall provide and install temporary fencing as required, and on completion of construction shall restore the original fence to the satisfaction of the Engineer. All costs of providing, maintaining and restoring gates and fencing shall be borne by the Contractor. The Contractor shall provide and maintain all passageways, guard fences, lights and other facilities for protection required by public authority or local conditions.

c. The Contractor shall use extreme care during construction to prevent damage from dust to crops and adjacent property. The Contractor, at its own expense, shall provide adequate dust control for the right-of-way and take other preventive measures as directed by the Engineer.

d. The Contractor shall be responsible for all damage to any property resulting from trespass by the Contractor or its subcontractors and their employees in the course of their employment, whether such trespass was committed with or without the consent or knowledge of the Contractor.

e. The Contractor shall see that the Site is kept drained and free of all standing water and any other water which may impede the progress or execution of the work.

f. The Contractor shall be responsible for any damage caused by drainage or water runoff from construction areas and from construction plant areas.

g. In an emergency affecting the safety of life, or of the work, or of adjoining property, the Contractor, without special instruction or authorization from the Engineer, is hereby permitted to act at the Contractor’s discretion to prevent such threatened loss or injury, and it shall so act without appeal if so instructed or authorized. Any compensation claimed by the Contractor on account of emergency work shall be determined as specified under Section B-4 of these General Conditions. Should the Engineer deem an emergency

Page 86: TRAFFIC SIGNAL INTERSECTION OF GOLDEN · WHEREAS, the Principal is submitted to the Obligee, for installation of a traffic signal and construction of traffic striping at the intersection

condition exists, the Contractor shall immediately do those things and take those steps ordered by the Engineer. The decision of the Engineer in this respect shall be final and conclusive. Any claims for compensation made by the Contractor on account of emergency work shall be determined as specified under Section B-4.

h. Except as provided by Government Code section 4215, et seq., the Contractor shall be responsible for the removal, relocation and protection of all public and private utilities, including irrigation facilities in the nature of utilities, located on the Site if and to the extent that the same are identified in the Contract Documents, and the Contractor shall not be entitled to any extension of time or claim for damages for extra compensation in connection therewith. If and to the extent that such utilities or facilities are not identified in the Contract Documents, as between the Contractor and the City, the City will be responsible for the cost of their removal, relocation or protection, as the case may be, but the Contractor shall perform any such work in conformance with applicable provisions of Sections B-3 and B-4 of these General Conditions, if so directed by the Engineer. In such situations, the Contractor shall not be responsible for delay in completion of the Project caused by the failure of the City or the owner of the utility to provide for such removal or relocation. If the Contractor, while performing the Contract, discovers utility or irrigation facilities not identified by the City in the Contract Documents, the Contractor shall immediately notify the Engineer in writing.

i. Subject to the provisions of this Section, where the work to be performed under the Contract crosses or otherwise interferes with existing streams, watercourses, canals, farm ditches, pipelines, drainage channels, or water supplies, the Contractor shall, at its own expense, provide for such watercourse or pipelines and shall perform such construction during the progress of the work so that no damage will result to either public or private interests, and the Contractor shall be liable for all damage that may result from failure to so provide during the progress of the work.

ACCIDENTS

a. The Contractor shall provide and maintain, in accordance with Labor Code section 6708 and OSHA requirements, adequate emergency first-aid treatment for its employees and subcontractors and anyone else who may be injured in connection with the work.

b. The Contractor shall promptly report in writing to the Engineer all accidents whatsoever arising out of, or in connection with, the performance of the work, whether on or adjacent to the Site, which cause death, personal injury, or property damage, giving full details and statements of witnesses. In addition, if death or serious injury or serious damage are caused, the accident shall be reported immediately by telephone or messenger to the City and the Engineer.

c. If any 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 Engineer, giving full details of the claim.

NO PERSONAL LIABILITY Neither the City, the Engineer, nor any of their other officers, agents, or employees shall be personally responsible for any liability arising under the Contract, except such obligations as are specifically set forth herein.

Page 87: TRAFFIC SIGNAL INTERSECTION OF GOLDEN · WHEREAS, the Principal is submitted to the Obligee, for installation of a traffic signal and construction of traffic striping at the intersection

City of Lathrop Department of Public Works

GENERAL CONDITIONS SECTION 5

Page 88: TRAFFIC SIGNAL INTERSECTION OF GOLDEN · WHEREAS, the Principal is submitted to the Obligee, for installation of a traffic signal and construction of traffic striping at the intersection

2

Contents SECTION 1 – DEFINITIONS AND ABBREVIATIONS ............................................................ 5

1-1.01 General .................................................................................................................... 5

1-1.02 Abbreviations ........................................................................................................... 5

1-1.03 Dictionary Reference ............................................................................................... 6

SECTION 2 – SCOPE OF WORK .........................................................................................10

2-1.01 Intent of Contract Documents ..................................................................................10

2-1.02 Contractor’s Understanding.....................................................................................11

2-1.03 Changes in the Work...............................................................................................11

2-1.04 Procedures and Allowable Costs on Changes .........................................................11

2-1.05 Unilateral Change in or Addition to the Work ...........................................................24

2-1.06 Differing Site Conditions ..........................................................................................25

2-1.07 Claims for Extra Costs .............................................................................................25

2-1.08 Disputes ..................................................................................................................29

2-1.09 Clean-up .................................................................................................................29

2-1.10 Guarantee ...............................................................................................................30

SECTION 3 – CONTROL OF WORK ....................................................................................31

3-1.01 Authority of the Engineer .........................................................................................31

3-1.02 Drawings .................................................................................................................31

3-1.03 Construction Staking and Surveys ..........................................................................32

3-1.04 Permits and Regulations .........................................................................................32

3-1.05 Conformity with Contract Documents and Allowable Deviations ..............................33

3-1.06 Coordination and Interpretation of Contract Documents ..........................................33

3-1.07 Subcontracts ...........................................................................................................33

3-1.08 Cooperation of Contractors .....................................................................................33

3-1.09 Superintendence .....................................................................................................34

3-1.10 Inspection of Work ..................................................................................................34

3-1.11 Tests .......................................................................................................................36

3-1.12 Removal of Rejected and Unauthorized Work and Materials...................................36

3-1.13 Deductions for Uncorrected Work ...........................................................................36

3-1.14 Equipment and Plants .............................................................................................36

3-1.15 Character of Worker ................................................................................................37

3-1.16 Separate Contracts .................................................................................................37

3-1.17 Materials .................................................................................................................37

Page 89: TRAFFIC SIGNAL INTERSECTION OF GOLDEN · WHEREAS, the Principal is submitted to the Obligee, for installation of a traffic signal and construction of traffic striping at the intersection

3

3-1.18 Storage of Materials ................................................................................................37

3-1.19 Trade Names and Alternatives ................................................................................37

3-1.20 Certificate of Compliance ........................................................................................39

3-1.21 Assignment .............................................................................................................39

3-1.22 Use of Completed Portions, right to Operate Unsatisfactory Equipment or Facilities ..........................................................................................................................................39

3-1.23 Lands for Work, Right-of-Way Construction Roads .................................................40

3-1.24 City’s Right to Audit and Preservation of Records ...................................................40

3-1.25 Progress Schedule ..................................................................................................41

3-1.26 Commencement and Progress of the Work and Time of Completion ......................42

3-1.27 Suspension of Work ................................................................................................43

3-1.28 Delays in the Work ..................................................................................................43

3-1.29 Termination for Default ............................................................................................46

3-1.30 Termination for Convenience ..................................................................................46

3-1.31 Failure to Timely Complete the Work; Liquidated Damages ....................................48

3-1.32 Rights of City Upon Termination .............................................................................49

SECTION 4 – LEGAL RELATIONS AND RESPONSIBILITY .................................................50

4-1.01 Compliance with Laws - Permits, Regulations, Taxes .............................................50

4-1.02 Prevailing Wage ......................................................................................................50

4-1.03 Labor Discrimination ...............................................................................................51

4-1.04 Employment of Debarred Subcontractors ................................................................51

4-1.05 Eight-Hour Day Limitation .......................................................................................51

4-1.06 Compliance with State Requirements for Employment of Apprentices ....................52

4-1.07 Underground Utilities ..............................................................................................52

4-1.08 Water Pollution........................................................................................................52

4-1.09 Payment of Taxes ...................................................................................................54

4-1.10 Patents ...................................................................................................................54

4-1.11 Public Convenience ................................................................................................54

4-1.12 Safety .....................................................................................................................55

4-1.13 Protection of Person and Property ..........................................................................56

4-1.14 Responsibility for Repair of Facilities .......................................................................57

4-1.15 Resolution of Construction Claims by City ...............................................................57

4-1.16 Civil Action Procedures ...........................................................................................59

4-1.17 City’s Repair ...........................................................................................................59

4-1.18 Anti-trust Claim Assignment ....................................................................................60

Page 90: TRAFFIC SIGNAL INTERSECTION OF GOLDEN · WHEREAS, the Principal is submitted to the Obligee, for installation of a traffic signal and construction of traffic striping at the intersection

4

4-1.19 Waiver of Right to Rescind for Material Breach .......................................................60

4-1.20 Contractor’s License Notice ....................................................................................60

4-1.21 Historical, Scientific and Archeological Discoveries .................................................60

4-1.22 Third-Party Claims ..................................................................................................60

SECTION 5 – PAYMENT ......................................................................................................61

5-1.01 Measurement of Quantities .....................................................................................61

5-1.02 Scope of Payment ...................................................................................................61

5-1.03 Progress Estimate ...................................................................................................61

5-1.04 Progress Payments .................................................................................................61

5-1.05 Right to Withhold Payments ....................................................................................62

5-1.06 Liens and Stop Notices ...........................................................................................63

5-1.07 Final Acceptance and Date of Completion ..............................................................63

5-1.08 Final Payment .........................................................................................................64

5-1.09 Final Release ..........................................................................................................64

Page 91: TRAFFIC SIGNAL INTERSECTION OF GOLDEN · WHEREAS, the Principal is submitted to the Obligee, for installation of a traffic signal and construction of traffic striping at the intersection

SECTION 1 – DEFINITIONS AND ABBREVIATIONS 1-1.01 General Wherever the following abbreviations and terms, or pronouns in place of them, are used in these Conditions and other Contract Documents of which these Conditions are a part, the intent and meaning shall be interpreted as provided below.

1-1.02 Abbreviations The following abbreviations may be used in the Contract Documents:

AA Aluminum Association AASHTO American Association of State Highway/Transportation Officials ABMA American Boiler Manufacturer’s Association ACI The American Concrete Institute AFBMA Anti-Friction Bearing Manufacturers Association AGA American Gas Association AGC Associated General Contractors AGMA American Gear Manufacturer’s Association AI The Asphalt Institute AIA American Institute of Architects AIEE American Institute of Electrical Engineers AISC American Institute of Steel Construction AISI American Iron and Steel Institute AMCA Air Moving and Conditioning Association ANSI American National Standards Institute, Inc. API American Petroleum Institute APWA American Public Works Association ARA American Railway Association AREA American Railway Engineering Association ASCE American Society of Civil Engineers ASHRAE American Society of Heating, Refrigeration and Air Conditioning Engineers ASME American Society of Mechanical Engineers ASTM American Society for Testing and Materials AWG American Wire Gauge AWPA American Wood Preservers’ Association AWS American Welding Society AWWA American Water Works Association BHMA Builders Hardware Manufacturers Association Caltrans State of California Department of Transportation CASQA California Stormwater Quality Association CCMTC California Concrete Masonry Technical Committee CRSI Concrete Reinforcement Steel Institute DFPA Douglas Fir Plywood Association ETL Electrical Testing Laboratory FS Federal Specification

Page 92: TRAFFIC SIGNAL INTERSECTION OF GOLDEN · WHEREAS, the Principal is submitted to the Obligee, for installation of a traffic signal and construction of traffic striping at the intersection

6

ICBO International Conference of Building Officials IEEE The Institute of Electrical and Electronics Engineers IES Illuminating Engineering Society IPCEA Insulated Power Cable Engineers Association JICS Joint Industry Conference Standards MBMA Metal Building Manufacturer’s Association MSS Manufacturers Standardization Society of the Valve and Fitting Industry Standards NBFU National Board of Fire Underwriters NBS National Buildings Standards NEC National Electrical Code NEMA National Electrical Manufacturers Association NFPA National Fire Protection Association OSHA Occupational Safety and Health Act of 1970 PCA Portland Cement Association PCC Public Contract Code of the State of California SMACNA Sheet Metal and Air Conditioning Contractor’s National Association SSPC Steel Structures Painting Council UBC Uniform Building Code USPHS United States Public Health Service UL Underwriter’s Laboratory UMC Uniform Mechanical Code UPC Uniform Plumbing Code USAS The United States of America Standard Institute USBR United States Bureau of Reclamation WCLIB West Coast Lumber Inspection Bureau WIC Woodwork Institute of California “Bureau” United States Bureau of Reclamation “State” State of California

1-1.03 Dictionary Reference Words, clauses, and phrases used in the City's projects shall be construed according to rules of grammar and approved usage contained in Webster's Third New International Dictionary, Unabridged.

Definitions

The intent and meaning of the following, wherever they appear in the Contract Documents, shall be interpreted as follows:

Acceptance - The formal action taken by the City Council, accepting the entire Contract which has been completed in all respects.

Addenda - Any written change, clarification or supplement to documents issued for bidding, issued by the City or its Engineer prior to bid.

Page 93: TRAFFIC SIGNAL INTERSECTION OF GOLDEN · WHEREAS, the Principal is submitted to the Obligee, for installation of a traffic signal and construction of traffic striping at the intersection

7

As Shown, and as Indicated - The words “as shown” and “as indicated” shall be understood to be followed by the words “on the Plans”.

As Approved - The words “as approved”, unless otherwise qualified, shall be understood to be followed by the words “by the Engineer”.

Bid - The offer of the bidder for the Work when made out and submitted on the prescribed bid form, properly signed and guaranteed.

Bid Security - The cash, cashier’s check, certified check, or bidder’s bond accompanying the bid submitted by the bidder, as a guarantee that the bidder will enter into a Contract with the City for the performance of Work herein described.

Bidder - Any individual, firm, partnership or corporation submitting a bid for the Work contemplated, and acting directly or through a duly authorized representative.

City - the City of Lathrop, also referred to as the Owner.

City Council - The City Council of Lathrop.

Change Order - Written order issued by the Engineer to the Contractor covering changes in the Contract and establishing the bases of compensation and time adjustments for work affected by the changes.

Claim - A separate demand by the Contractor for (1) a time extension, (2) payment of money or damages arising from work done by or on behalf of the Contractor pursuant to the Contract for a public work and payment of which is not otherwise expressly provided for or the claimant is not otherwise entitled to, or (3) an amount the payment of which is disputed by the City.

Contract - The written agreement covering the performance of the Work and the furnishing of labor, materials, tools and equipment in the construction of the Work. The Contract shall include all Contract Documents and supplemental agreements amending or extending the Work contemplated which may be required to complete the Work in a substantial and acceptable manner. Supplemental agreements are written agreements covering alterations, amendments or extensions to the Contract and include Addenda and Contract Change Orders.

Contract Documents - The Contract Documents is the collective term for all of the documents listed in Section 1 of the Contract.

Contractor - The person or persons, firm, partnership or corporation or other entity who has entered into the Contract with the City to perform the Work.

County - County of San Joaquin, California.

Date of Execution of the Contract - The date on which the Contract is signed by the City’s authorized representative.

Datum - The figures given in the Specifications or upon the drawings after the word “Elevation” or an abbreviation of it shall mean NVGDS datum.

Days - Unless otherwise specifically designated herein, the term “days” as used in the Contract Documents shall mean work or working days. Saturdays and Sundays are considered non-working days. The following holidays are also considered non-working days:

Page 94: TRAFFIC SIGNAL INTERSECTION OF GOLDEN · WHEREAS, the Principal is submitted to the Obligee, for installation of a traffic signal and construction of traffic striping at the intersection

8

January 1st (New Year’s Day) 3rd Monday in January (Martin Luther King Jr. Day) 3rd Monday in February (Presidents Day) Last Monday in May (Memorial Day) July 4th (Independence Day) 1st Monday in September (Labor Day) November 11th (Veteran’s Day) Thanksgiving Day Day after Thanksgiving December 24th (Christmas Eve) December 25th (Christmas) December 31st (New Year’s Eve)

Engineer - The City Engineer, or the person designated by the City as its Engineering representative during the course of construction, acting either directly or through properly authorized agents, such agents acting within the scope of the particular duties delegated to them.

Extra Work - Work other than that required either expressly or impliedly by the Contract in its executed form.

His - “His” shall include “her” and “its”.

Inspector - The Engineer's authorized representative assigned to make any inspection of work performed and materials furnished.

Plans and Drawings - The official plans, profiles, cross sections, elevations, details, and other working drawings and supplementary drawings, or reproductions thereof, signed by the Engineer, which show the location, character, dimensions, and details of the Work to be performed. Plans may either be bound in the same book as the balance of the Contract Documents or bound in separate sets, and are a part of the Contract Documents, regardless of the method of binding.

Shop Drawings - Drawings prepared by the fabricator or supplier showing the layout and details of components fabricated in a shop for inclusion in the permanent facility (e.g., structural steel, reinforcing steel, railings).

Site - The area upon or in which the Contractor's operations are carried on and such other areas adjacent thereto as may be designated by the Engineer.

Specifications - The terms, provisions, and requirements contained herein. Where standard specifications, such as those of “ASTM”, “AASHTO”, etc. have been referred to, the applicable portions of such standard specifications shall become a part of these Contract Documents.

Subcontractor - The term “subcontractor”, as employed herein, includes only those having a direct contract with the Contractor and it includes those who furnish material worked to a special design according to the plans or specifications of this work, but does not include those who merely furnish material not so worked who would be considered suppliers only.

Supplemental Conditions - Additions, revisions, special directions, and requirements peculiar to a project and not otherwise set forth in General Conditions.

Time Limits - All time limits stated in the Contract Documents are of the essence of the Contract.

Page 95: TRAFFIC SIGNAL INTERSECTION OF GOLDEN · WHEREAS, the Principal is submitted to the Obligee, for installation of a traffic signal and construction of traffic striping at the intersection

9

Work - All the work specified, indicated, shown or contemplated in the Contract to construct the improvements, including all alterations, amendments or extensions thereto made by Contract Change Order or other written orders of the Engineer.

Working Drawings - Drawings furnished by the Contractor showing the layout and details of temporary construction, procedures and methods of construction, and data for construction equipment which are to be employed in the construction of the permanent facility (e.g., form drawings, erection drawings, load test pile procedures, pile hammer data).

Written Notice - “Written Notice” shall be deemed to have been duly served when delivered in person to the individual or to a member of the firm or to an officer of the corporation for whom it is intended, or if delivered at or sent by registered mail to the last business address known to the party giving the notice.

Whenever in the Specifications or upon the drawings the words DIRECTED, REQUIRED, PERMITTED, ORDERED, DESIGNATED, PRESCRIBED, or words of like import are used, it shall be understood that the direction, requirement, permission, order, designation or prescription of the Engineer is intended, and similarly the words APPROVED, ACCEPTABLE, SATISFACTORY, or words of like import, shall mean approved or acceptable to, or satisfactory to the Engineer, unless otherwise expressly stated.

Page 96: TRAFFIC SIGNAL INTERSECTION OF GOLDEN · WHEREAS, the Principal is submitted to the Obligee, for installation of a traffic signal and construction of traffic striping at the intersection

SECTION 2 – SCOPE OF WORK 2-1.01 Intent of Contract Documents The intent of the Contract Documents is to prescribe the details for the construction and completion of the Work which the Contractor undertakes to perform in accordance with the terms of the Contract. Unless otherwise indicated in the Supplemental Conditions, Specifications or Plans, these General Conditions shall govern all work performed under contract with the City of Lathrop. In any case for which no provisions are provided in the Project Specifications and Plans, then the appropriate provisions of the Caltrans Standard Specifications and Plans, latest edition, shall apply.

Where the Specifications and Plans 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 all labor, materials, tools, equipment and incidentals and do all the Work involved in performing the Contract in a satisfactory and workmanlike manner.

The technical provisions are presented in sections for convenience. However, this presentation does not necessarily delineate trades or limits of responsibility. All sections of the Specifications and Plans are interdependent and applicable to the project as a whole.

The Contract Documents are complementary, and what is called for in any one shall be as binding as if called for in all.

Anything shown on the Drawings and not mentioned in the Specifications or mentioned in the Specifications and not shown on the Drawings shall have the same effect as if shown or mentioned respectively in both. Anything shown on one Drawing shall be construed to be shown in all Drawings and the Contractor will coordinate the Work and the Drawings. If any portion of the Contract Documents shall be in conflict with any other portion, the various documents comprising the Contract Documents shall govern in the following order of precedence:

1. The City-Contractor Contract; 2. Change Orders; 3. Addenda; 4. Supplemental Conditions; 5. General Conditions; 6. Technical Specifications; 7. Drawings or Plans; 8. City of Lathrop Public Works Department Design and Construction Standards

(current edition at time of bidding); 9. Caltrans Standard Specifications and Plans (current edition at time of award).

Detail Drawings take precedence over general Drawings. As between schedules and other information given on Drawings, the Schedules shall govern. If an item is shown on any Drawing and not specifically included in the Specifications, the Drawing shall govern. Any conflict or inconsistency between or in the drawings, and any apparent error or omission in any detail Drawing, general Drawing, or Specification shall be submitted to the Engineer for clarification as soon as the Contractor becomes aware of such conflict, inconsistency, error or omission. Contractor shall be responsible for identifying, and shall make no claim on account of, patent conflicts, inconsistencies, errors or omissions in the Contract Documents.

Page 97: TRAFFIC SIGNAL INTERSECTION OF GOLDEN · WHEREAS, the Principal is submitted to the Obligee, for installation of a traffic signal and construction of traffic striping at the intersection

11

Unless incorporated herein by express reference, Sections 1 through 9, inclusive, of the Caltrans Standard Specifications are hereby expressly excluded from these contract documents and nothing set forth herein shall be deemed to incorporate Sections 1 through 9, inclusive, by implication.

2-1.02 Contractor’s Understanding It is understood and agreed that the Contractor has, by careful examination, satisfied itself as to the nature and location of the Work, the conformation of the ground, the character, quality and quantity of the materials to be encountered, the character of equipment and facilities needed preliminary to and during the prosecution of the Work, the general and local conditions, and all other matters which can in any way affect the Work under this Contract. No verbal agreement or conversation with any officer, agent or employee of the City, either before or after the execution of this Contract, shall affect or modify any of the terms or obligations herein contained.

2-1.03 Changes in the Work The City may, at any time, by written order make changes in the Work as deemed necessary by the Engineer (“Change in the Work”). Such changes include, but are not limited to, changes:

a. In the Specifications or Plans; b. In the sequence, method or manner of performance of the Work; c. In the owner-furnished facilities, equipment, materials, services or site; d. Directing acceleration of the Work.

If such changes cause an increase or decrease in the Contractor’s cost of, or time required for, performance of the Contract, an equitable adjustment will be made and the Contract modified in writing accordingly. Such modification will be in the form of a Contract change order which will set forth the work to be done or the method by which the change and cost adjustment, if any, will be determined, and the time of completion of the work (“Change Order”).

2-1.04 Procedures and Allowable Costs on Changes a. General

If the Change in the Work results in an increase or decrease in the contract sum, the City shall have the right to require the performance thereof in any of the following ways, at City’s sole election:

i.By proposal and acceptance of an agreed upon lump sum in accordance with provisions of (b);

ii. By agreed unit prices, if unit prices are required by the City’s bid form and provided with contractor’s bid in accordance with provisions of (c); or

iii.On a time and materials basis in accordance with provisions of (d).

Until one of the above methods is agreed on, or if the work is to be paid for on a time and materials basis, the Contractor shall keep full and complete records of the cost of such work in the form and manner prescribed by the Engineer and shall permit the Engineer to have access to such records as may be necessary to assist in the determination of the compensation payable for such work.

Page 98: TRAFFIC SIGNAL INTERSECTION OF GOLDEN · WHEREAS, the Principal is submitted to the Obligee, for installation of a traffic signal and construction of traffic striping at the intersection

12

b. Lump Sum Payment

The City, in its sole and absolute discretion, may request a lump sum proposal by Contractor to perform the change in, or addition to, the work performed. Such lump sum proposal shall be submitted by the Contractor within five (5) days of the City’s request therefore, unless a longer time is allowed by the City. Request for a lump sum proposal shall not be deemed an election to have the work performed on a lump sum basis. Costs of preparing the proposal shall not be compensable.

i. Contents of Lump Sum Proposal: The Contractor’s proposal shall be itemized and segregated by labor, equipment, and materials for the various components of the change (no aggregate labor total will be acceptable) and shall be accompanied by signed proposals of any subcontractors which will perform any portion of the change, and of any persons who will furnish materials or equipment for incorporation therein. The proposal shall also include the Contractor’s estimate of the time required to perform said changes or additional work. The Contractor’s proposal shall include all costs associated with such changes or additional work.

ii. Computation of Labor Costs: The portion of the proposal relating to labor, whether by the Contractor’s forces or the forces of any of its subcontractors, may include reasonably projected gross wages of Site labor, including foremen, who will be directly involved in the Change in the Work (for such time as they will be so involved). These projected wages shall not include charges for assistant superintendents, superintendents, office personnel, timekeepers and maintenance mechanics.

Labor costs may also include the payroll costs of the site labor for whom the projected wages were calculated. Payroll costs include premium costs of overtime labor (if overtime is anticipated), social security, Federal or State unemployment insurance taxes and fringe benefits required by collective bargaining agreements entered into by the Contractor or any such subcontractor in connection with such labor.

Labor costs may also include Contractor's overhead and profit which shall be computed by adding to the labor costs up to fifteen percent (15%) of such anticipated gross wages, but not payroll costs for the Contractor or any subcontractor, as applicable (such overhead and profit to include all supervision except foremen).

iii. Computation of Equipment and Materials Costs: The portion of the proposal relating to materials may include the reasonably anticipated direct costs to the Contractor or to any of its subcontractors of materials to be purchased for incorporation in the Change in the Work, plus transportation and applicable sales or use taxes and up to fifteen percent (15%) of said direct material costs as overhead and profit for the Contractor or any such subcontractor (such overhead and profit to include all small tools). This portion of the proposal may further include the Contractor’s and any of its subcontractors’ reasonably anticipated equipment costs in connection with the

Page 99: TRAFFIC SIGNAL INTERSECTION OF GOLDEN · WHEREAS, the Principal is submitted to the Obligee, for installation of a traffic signal and construction of traffic striping at the intersection

13

Change in the Work (either actual rates or discounted local published rates), plus up to five percent (5%) thereof as overhead and profit for the Contractor or any such subcontractors, as applicable.

iv. Subcontractors: The lump sum proposal may include up to five percent (5%) of the amount which the Contractor will pay to any of its subcontractors for the Change in the Work as allowable overhead and profit to the Contractor.

v. Contractor’s Overhead and Profit: Any markups for overhead and profit shall

constitute full compensation for all overhead costs which shall be deemed to include all items of expense not specifically designated as Labor, Equipment, or Materials.

vi. Failure to Submit a Lump Sum Proposal: In the event that the Contractor fails to submit its proposal within the designated period, the Engineer may direct the Contractor to proceed with the Change or Addition to the Work and the Contractor shall so proceed. The Engineer shall unilaterally determine the reasonable costs and time to perform the work in question, which determination shall be final and binding upon the Contractor.

vii. Failure to Agree on Lump Sum Amount: In the event that the parties are unable

to agree as to the reasonable costs and time to perform the change in or addition to the Work based upon the Contractor’s proposal and the City does not elect to have the Change in the Work performed on a time and material basis, the City shall make a unilateral determination of the reasonable cost and time to perform the Change in the Work, based upon its own estimates, the Contractor’s submission or combination thereof. In such instances, a Change Order shall be issued for the amount of costs and time determined by the City and shall become binding upon the Contractor unless the Contractor submits its protest in writing to the City within thirty (30) calendar days of the issuance of the Change Order. The City has the right to direct the Contractor in writing to perform the Change in the Work which is the subject of the Change Order. Failure of the parties to reach agreement regarding the costs and time of performing the Change in the Work and/or any pending protest shall not relieve the Contractor from performing the Change in the Work promptly and expeditiously.

c. Payment by Unit Prices If any of the items included in the lump sum proposal are covered by unit prices contained in the Contract, the City may, if it requires the Change in the Work to be performed on a lump sum basis, elect to use these unit prices in lieu of the similar items included in the lump sum proposal in which event an appropriate deduction will be made in the lump sum amount prior to the application of any allowed overhead and profit percentages. No overhead and profit shall be applied to any unit prices.

Page 100: TRAFFIC SIGNAL INTERSECTION OF GOLDEN · WHEREAS, the Principal is submitted to the Obligee, for installation of a traffic signal and construction of traffic striping at the intersection

14

i. Increased or Decreased Quantities

• Increases or decreases in the quantity of a contract item of work will be determined by comparing the total pay quantity of that item of work with the City Engineer's estimate (“Engineer’s Estimate”) therefore.

• If the total pay quantity of any item of work required under the contract varies from the Engineer's Estimate therefore by 25 percent or less, payment will be made for the quantity of work of the item performed at the contract unit price therefore, unless eligible for adjustment pursuant to Subsection (c), "Eliminated Items."

• If the total pay quantity of any item of work required under the contract varies from the Engineer's Estimate therefore by more than 25 percent, in the absence of an executed contract change order specifying the compensation to be paid, the compensation payable to the Contractor will be determined in accordance with Subsections (a), (b), or (Subsections (a), (b), or (c), as the case may be.

ii. Increases of More Than 25 Percent • Should the total pay quantity of any item of work required under the contract

exceed the Engineer's Estimate therefore by more than 25 percent, the work in excess of 125 percent of the estimate and not covered by an executed contract change order specifying the compensation to be paid therefore will be paid for by adjusting the contract unit price, as hereinafter provided, or at the option of the Engineer, payment for the work involved in the excess will be made on the basis of force account as provided in Subsection (d)(1) herein.

• The adjustment of the contract unit price will be the difference between the contract unit price and the actual unit cost, which will be determined as hereinafter provided, of the total pay quantity of the item. If the costs applicable to the item of work include fixed costs, the fixed costs will be deemed to have been recovered by the Contractor by the payments made for 125 percent of the Engineer's Estimate of the quantity for the item, and in computing the actual unit cost, the fixed costs will be excluded. Subject to the above provisions, the actual unit cost will be determined by the Engineer in the same manner as if the work were to be paid for on a force account basis as provided in Subsection (d)(1); or the adjustment will be as agreed to by the Contractor and the Engineer.

• When the compensation payable for the number of units of an item of work performed in excess of 125 percent of the Engineer's Estimate is less than $5,000 at the applicable contract unit price, the Engineer reserves the right to make no adjustment in the contract unit price if the Engineer so elects, except that an adjustment will be made if requested in writing by the Contractor.

iii. Decreases of More Than 25 Percent • Should the total pay quantity of any item of work required under the contract

be less than 75 percent of the Engineer's Estimate therefore, an adjustment in compensation pursuant to this Section will not be made unless the Contractor so requests in writing. If the Contractor so requests, the quantity of the item

Page 101: TRAFFIC SIGNAL INTERSECTION OF GOLDEN · WHEREAS, the Principal is submitted to the Obligee, for installation of a traffic signal and construction of traffic striping at the intersection

15

performed, unless covered by an executed contract change order specifying the compensation payable therefore, will be paid for by adjusting the contract unit price as hereinafter provided, or at the option of the Engineer, payment for the quantity of the work of the item performed will be made on the basis of force account as provided in Subsection (d)(1), provided however, that in no case shall the payment for that work be less than that which would be made at the contract unit price.

• The adjustment of the contract unit price will be the difference between the contract unit price and the actual unit cost, which will be determined as hereinafter provided, of the total pay quantity of the item, including fixed costs. The actual unit cost will be determined by the Engineer in the same manner as if the work were to be paid for on a force account basis as provided in Subsection (d)(1); or the adjustment will be as agreed to by the Contractor and the Engineer.

• The payment for the total pay quantity of the item of work will in no case exceed the payment which would be made for the performance of 75 percent of the Engineer's Estimate of the quantity for the item at the original contract unit price.

iv. Eliminated Items • Should any contract item of the work be eliminated in its entirety, in the

absence of an executed contract change order covering the elimination, payment will be made to the Contractor for actual costs incurred in connection with the eliminated contract item if incurred prior to the date of notification in writing by the Engineer of the elimination.

• If acceptable material is ordered by the Contractor for the eliminated item prior to the date of notification of the elimination by the Engineer, and if orders for that material cannot be canceled, the material will be paid for at the actual cost to the Contractor. In this case, the material paid for shall become the property of the City, and the actual cost of any further handling will be paid for. If the material is returnable to the vendor and if the Engineer so directs, the material shall be returned and the Contractor will be paid for the actual cost of charges made by the vendor for returning the material. The actual cost of handling returned material will be paid for.

• The actual costs or charges to be paid by the City to the Contractor as provided in this Subsection (c) will be computed in the same manner as if the work were to be paid for on a force account basis as provided in Subsection (d), Force Account Payment.

d. Force Account Payment

When extra work is to be paid for on a force account basis, the labor, materials and equipment used in the performance of that work shall be subject to the approval of the Engineer and compensation will be determined as follows:

Page 102: TRAFFIC SIGNAL INTERSECTION OF GOLDEN · WHEREAS, the Principal is submitted to the Obligee, for installation of a traffic signal and construction of traffic striping at the intersection

16

i. Work Performed by Contractor • The Contractor will be paid the direct costs for labor, materials and equipment used

in performing the work determined as hereinafter provided in Subsections (Subsections (d)(1)(a), "Labor," (d)(1)(b), "Materials," and (d)(1)(c)), "Equipment Rental," except where agreement has been reached to pay in conformance with the provisions in Section 9 1.03B, "Work Performed by Special Forces or Other Special Services."

• To the total of the direct costs computed as provided in Subsections (d)(1)(a), "Labor," (d)(1)(b), "Materials," and (d)(1)(c), "Equipment Rental," there will be added a markup of 15 percent to the cost of labor, 10 percent to the cost of materials and 10 percent to the equipment rental.

• The above markups shall constitute full compensation for all overhead costs which shall be deemed to include all items of expense not specifically designated as cost or equipment rental in Subsections (d)(1)(a), "Labor," (d)(1)(b), "Materials," and (d)(1)(c), "Equipment Rental." The total payment made as provided above shall be deemed to be the actual cost of the work and shall constitute full compensation therefore. The markups for overhead and profit shall constitute full compensation for all overhead costs which shall be deemed to include all items of expense not specifically designated as Labor, Equipment, or Materials.

• When extra work to be paid for on a force account basis is performed by a subcontractor, an additional markup of 5 percent will be added to the total cost of that extra work including all markups specified in this Section (d). The additional 5 percent markup shall reimburse the Contractor for additional administrative costs, and no other additional payment will be made by reason of performance of the extra work by a subcontractor. A. Labor

The Contractor will be paid the cost of labor for the workers (including foremen when authorized by the Engineer), used in the actual and direct performance of the work. The cost of labor, whether the employer is the Contractor, subcontractor or other forces, will be the sum of the following:

• Actual Wages: The actual wages paid shall include any employer payments to or on behalf of the workers for health and welfare, pension, vacation and similar purposes.

• Labor Surcharge: To the actual wages, as defined in Subsection (d)(1)(a)(1), above, will be added a labor surcharge set forth in the Caltrans publication entitled “Labor Surcharge and Equipment Rental Rates”, which is in effect on the date upon which the work is accomplished and which is a part of this Contract. The labor surcharge shall constitute full compensation for all payments imposed by State and Federal laws and for all other payments made to, or on behalf of, the workers, other than “actual wages” as defined above and subsistence and travel allowance as defined below.

• Subsistence and Travel Allowance: The actual subsistence and travel allowance paid to the workers.

Page 103: TRAFFIC SIGNAL INTERSECTION OF GOLDEN · WHEREAS, the Principal is submitted to the Obligee, for installation of a traffic signal and construction of traffic striping at the intersection

17

B. Materials The City reserves the right to furnish any materials it deems advisable, and the Contractor shall have no claims for costs and markup on those materials. Only materials furnished by the Contractor and necessarily used in the performance of the work will be paid for. The cost of those materials will be the cost to the purchaser, whether Contractor, subcontractor or other forces, from the supplier thereof, except as the following are applicable:

• If a cash or trade discount by the actual supplier is offered or available to the purchaser, it shall be credited to the City notwithstanding the fact that the discount may not have been taken.

• If materials are procured by the purchaser by any method which is not a direct purchase from and a direct billing by the actual supplier to the purchaser, the cost of those materials shall be deemed to be the price paid to the actual supplier as determined by the Engineer plus the actual costs, if any, incurred in the handling of the materials.

• If the materials are obtained from a supply or source owned wholly or in part by the purchaser, the cost of those materials shall not exceed the price paid by the purchaser for similar materials furnished from that source on contract items or the current wholesale price for those materials delivered to the jobsite, whichever price is lower.

• If the cost of the materials is, in the opinion of the Engineer, excessive, then the cost of the material shall be deemed to be the lowest current wholesale price at which the materials were available in the quantities concerned delivered to the jobsite, less any discounts as provided in Subsection (d)(1)(b)(1).

• If the Contractor does not furnish satisfactory evidence of the cost of the materials from the actual supplier thereof within 45 days after the date of delivery of the material or within 15 days after acceptance of the contract, whichever occurs first, the City reserves the right to establish the cost of the materials at the lowest current wholesale prices at which the materials were available in the quantities concerned delivered to the location of the work, less any discounts as provided in Subsection (d)(1)(b)(1).

C. Equipment Rental The Contractor will be paid for the use of equipment at the rental rates listed for that equipment in the Caltrans publication entitled “Labor Surcharge And Equipment Rental Rates,” which is in effect on the date upon which the work is accomplished and which is a part of the Contract, regardless of ownership and any rental or other agreement, if they may exist, for the use of that equipment entered into by the Contractor, except that for those pieces of equipment with a rental rate of $10.00 per hour or less as listed in the “Labor Surcharge And Equipment Rental Rates” and which are rented from a local equipment agency, other than Contractor owned, the Contractor will be paid at the hourly rate shown on the rental agency

Page 104: TRAFFIC SIGNAL INTERSECTION OF GOLDEN · WHEREAS, the Principal is submitted to the Obligee, for installation of a traffic signal and construction of traffic striping at the intersection

18

invoice or agreement for the time used on force account work as provided in Subsection (d)(1)(c)(1), "Equipment on the Work." If a minimum equipment rental amount is required by the local equipment rental agency, the actual amount charged will be paid to the Contractor.

• If it is deemed necessary by the Engineer to use equipment not listed in the “Labor Surcharge and Equipment Rental Rates,” a suitable rental rate for that equipment will be established by the Engineer. The Contractor may furnish any cost data which might assist the Engineer in the establishment of the rental rate. If the rental rate established by the Engineer is $10.00 per hour or less, the provisions above concerning rental of equipment from a local equipment agency shall apply.

• The rental rates paid as above provided shall include the cost of fuel, oil, lubrication, supplies, small tools, necessary attachments, repairs and maintenance of any kind, depreciation, storage, insurance and all incidentals.

• Operators of rented equipment will be paid for as provided in Subsection (d)(1)(a), "Labor" above.

• All equipment shall, in the opinion of the Engineer, be in good working condition and suitable for the purpose for which the equipment is to be used.

• Unless otherwise specified, manufacturer's ratings and manufacturer approved modifications shall be used to classify equipment for the determination of applicable rental rates. Equipment which has no direct power unit shall be powered by a unit of at least the minimum rating recommended by the manufacturer.

• Individual pieces of equipment or tools not listed in the Labor Surcharge and Equipment Rental Rate publication and having a replacement value of $500 or less, whether or not consumed by use, shall be considered to be small tools and no payment will be made therefore.

• Rental time will not be allowed while equipment is inoperative due to breakdowns.

I. Equipment on the Work The rental time to be paid for equipment on the work shall be the time the equipment is in operation on the extra work being performed, and in addition, shall include the time required to move the equipment to the location of the extra work and return the equipment to the original location or to another location requiring no more time than that required to return the equipment to its original location, except that moving time will not be paid for if the equipment is used at the site of the extra work on other than the extra work. Loading and transporting costs will be allowed, in lieu of moving time, when the equipment is moved by means other than its own power, except that no payment will be made if the equipment is used at the site of the extra work on other than the extra work.

Page 105: TRAFFIC SIGNAL INTERSECTION OF GOLDEN · WHEREAS, the Principal is submitted to the Obligee, for installation of a traffic signal and construction of traffic striping at the intersection

19

The following shall be used in computing the rental time of equipment on the work:

• When hourly rates are listed, less than 30 minutes of operation shall be considered to be 0.5 hour of operation.

• When daily rates are listed, less than 4 hours of operation shall be considered to be 0.5 day of operation.

II. Equipment not on the Work For the use of equipment moved in on the work and used exclusively for extra work paid for on a force account basis, the Contractor will be paid the rental rates listed in the Caltrans publication entitled “Labor Surcharge And Equipment Rental Rates,” which is in effect on the date upon which the work is accomplished and which is a part of the contract, or determined as provided in Subsection (d)(1)(c) and for the cost of transporting the equipment to the location of the work and its return to its original location, all in accordance with the following provisions:

• The original location of the equipment to be hauled to the location of the work shall be agreed to by the Engineer in advance.

• The City will pay the costs of loading and unloading the equipment.

• The cost of transporting equipment in low bed trailers shall not exceed the hourly rates charged by established haulers.

• The rental period shall begin at the time the equipment is unloaded at the site of the extra work, shall include each day that the equipment is at the site of the extra work, excluding Saturdays, Sundays and legal holidays unless the equipment is used to perform the extra work on those days, and shall terminate at the end of the day on which the Engineer directs the Contractor to discontinue the use of the equipment. The rental time to be paid per day will be in accordance with the following:

Hours

Equipment

is in Operation

Hours to

be Paid

0 4

0.5 4.25

1 4.5

1.5 4.75

Page 106: TRAFFIC SIGNAL INTERSECTION OF GOLDEN · WHEREAS, the Principal is submitted to the Obligee, for installation of a traffic signal and construction of traffic striping at the intersection

20

2 5

2.5 5.25

3 5.5

3.5 5.75

4 6

4.5 6.25

5 6.5

5.5 6.75

6 7

6.5 7.25

7 7.5

7.5 7.75

8 8

Over 8 hours in

operation

The hours to be paid for equipment which is operated less than 8 hours due to breakdowns, shall not exceed 8 less the number of hours the equipment is inoperative due to breakdowns.

When hourly rates are listed, less than 30 minutes of operation shall be considered to be 0.5 hour of operation.

When daily rates are listed, payment for 0.5 day will be made if the equipment is not used. If the equipment is used, payment will be made for one day.

The minimum rental time to be paid for the entire rental period on an hourly basis shall not be less than 8 hours or if on a daily basis shall not be less than one day.

• Should the Contractor desire the return of the equipment to a location other than its original location, the City will pay the cost of transportation in accordance with the above provisions, provided the payment shall not exceed the cost of moving the equipment to the work.

• Payment for transporting, and loading and unloading equipment, as above provided, will not be made if the

Page 107: TRAFFIC SIGNAL INTERSECTION OF GOLDEN · WHEREAS, the Principal is submitted to the Obligee, for installation of a traffic signal and construction of traffic striping at the intersection

21

equipment is used on the work in any other way than upon extra work paid for on a force account basis. When extra work, other than work specifically designated as extra work in the plans and specifications, is to be paid for on a force account basis and the Engineer determines that the extra work requires the Contractor to move on to the work equipment which could not reasonably have been expected to be needed in the performance of the contract, the Engineer may authorize payment for the use of the equipment at equipment rental rates in excess of those listed as applicable for the use of that equipment subject to the following additional conditions: The Engineer shall specifically approve the necessity for the

use of particular equipment on that work, The Contractor shall establish to the satisfaction of the

Engineer that the equipment cannot be obtained from the Contractor's normal equipment source or sources and those of the Contractor's subcontractors,

The Contractor shall establish to the satisfaction of the Engineer that the proposed equipment rental rate for the equipment from the proposed source is reasonable and appropriate for the expected period of use.

The Engineer shall approve the equipment source and the equipment rental rate to be paid by the State before the Contractor begins work involving the use of that equipment.

III. Owner Operated Equipment When owner operated equipment is used to perform extra work to be paid for on a force account basis, the Contractor will be paid for the equipment and operator, as follows: Payment for the equipment will be made in conformance with the provisions in Subsection (d)(1)(c), "Equipment Rental." Payment for the cost of labor and subsistence or travel allowance will be made at the rates paid by the Contractor to other workers operating similar equipment already on the project or, in the absence of other workers operating similar equipment, at the rates for that labor established by collective bargaining agreements for the type of workers and location of the work, whether or not the owner operator is actually covered by an agreement. A labor surcharge will be added to the cost of labor described herein, in conformance with the provisions in Subsection (d)(1)(a)(2), "Labor Surcharge."

Page 108: TRAFFIC SIGNAL INTERSECTION OF GOLDEN · WHEREAS, the Principal is submitted to the Obligee, for installation of a traffic signal and construction of traffic striping at the intersection

22

To the direct cost of equipment rental and labor, computed as provided herein, will be added the markups for equipment rental and labor as provided in Subsection (d)(1), "Work Performed by Contractor."

IV. Dump Truck Rental Dump truck rental shall conform to the provisions in Subsections (d)(1)(c), "Equipment Rental," (d)(1)(c)(1), "Equipment on the Work," and (d)(1)(c)(2), "Equipment not on the Work," except as follows. Fully maintained and operated rental dump trucks used in the performance of extra work paid for on a force account basis will be paid for at the same hourly rate paid by the Contractor for use of fully maintained and operated rental dump trucks in performing contract item work. In the absence of contract item work requiring dump truck rental, the Engineer will establish an hourly rental rate to be paid. The Contractor shall provide the Engineer with complete information on the hourly rental rates available for rental of fully maintained and operated dump trucks. The provisions in Subsection (d)(1)(a), "Labor," shall not apply to operators of rented dump trucks. The rental rates listed for dump trucks in the Department of Transportation publication entitled Labor Surcharge and Equipment Rental Rates shall not apply. To the total of the rental costs for fully maintained and operated dump trucks, including labor, there will be added a markup of 15 percent. An additional markup of 5 percent will be added by reason of performance of the work by a subcontractor. No separate markup will be made for labor. The provisions in Subsection (d)(1)(a)(3), "Owner Operated Equipment," shall not apply to dump truck rentals.

D. Work Performed by Special Forces or Other Special Services

• When the Engineer and the Contractor, by agreement, determine that a special service or an item of extra work cannot be performed by the forces of the Contractor or those of any of the Contractor's subcontractors, that service or extra work item may be performed by a specialist. Invoices for the service or item of extra work on the basis of the current market price thereof may be accepted without complete itemization of labor, material and equipment rental costs when it is impracticable and not in accordance with the established practice of the special service industry to provide a complete itemization.

Page 109: TRAFFIC SIGNAL INTERSECTION OF GOLDEN · WHEREAS, the Principal is submitted to the Obligee, for installation of a traffic signal and construction of traffic striping at the intersection

23

• In those instances, wherein a Contractor is required to perform extra work necessitating a fabrication or machining process in a fabrication or machine shop facility away from the jobsite, the charges for that portion of the extra work performed in the facility may, by agreement, be accepted as a specialist billing.

• To the specialist invoice price, less a credit to the City for any cash or trade discount offered or available, whether or not the discount may have been taken, will be added 15 percent in lieu of the percentages provided in Subsection (d)(1), "Work Performed by Contractor."

e. Records

• The Contractor shall maintain records in such a manner as to provide a clear distinction between the direct costs of extra work paid for on a force account basis and the costs of other operations.

• From the above records, the Contractor shall furnish the Engineer completed daily extra work reports, either on forms furnished by the City or on computerized facsimiles of the City's forms acceptable to the Engineer, for each day's extra work to be paid for on a force account basis. The daily extra work reports shall itemize the materials used, and shall cover the direct cost of labor and the charges for equipment rental, whether furnished by the Contractor, subcontractor or other forces, except for charges described in Subsection (d)(2), "Work Performed by Special Forces or Other Special Services." The daily extra work reports 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. The invoices shall be submitted with the daily extra work reports, or if not available, the invoices shall be submitted with subsequent daily extra work reports. Should the vendor's invoices not be submitted within 45 days after the date of delivery of the material or within 15 days after the acceptance of the contract, whichever occurs first, the City reserves the right to establish the cost of the materials at the lowest current wholesale prices at which those materials were available in the quantities concerned delivered to the location of work less any discounts as provided in Subsection (d)(1).

• Daily extra work reports shall be signed by the Contractor or the Contractor's authorized representative.

• The Engineer will compare the Engineer's records with the completed daily extra work reports furnished by the Contractor and make any necessary adjustments. When these daily extra work reports are agreed upon and signed by both parties, the reports shall become the basis of payment for the work performed, but shall not preclude subsequent adjustment based on a later audit by the Department.

• The Contractor's cost records pertaining to work paid for on a force account basis shall be open to inspection or audit by representatives of the Department, during the life of the contract and for a period of not less than 3 years after the date of acceptance thereof, and the Contractor shall retain those records for that period. Where payment for materials or labor is based on the cost thereof to forces other than the Contractor, the Contractor shall make every reasonable effort to ensure

Page 110: TRAFFIC SIGNAL INTERSECTION OF GOLDEN · WHEREAS, the Principal is submitted to the Obligee, for installation of a traffic signal and construction of traffic striping at the intersection

24

that the cost records of those other forces will be open to inspection and audit by representatives of the Department on the same terms and conditions as the cost records of the Contractor. If an audit is to be commenced more than 45 days after the acceptance date of the contract, the Contractor will be given a reasonable notice of the time when the audit is to begin.

f. Payment

• Payment as provided in Subsections (d)(1), "Work Performed by Contractor," and (d)(2), "Work Performed by Special Forces or Other Special Services," shall constitute full compensation to the Contractor for performance of work paid for on a force account basis and no additional compensation will be allowed therefore. The payment will be made in conformance with the provisions in Section G herein.

g. Limitations on Changes Notwithstanding the Labor Surcharge set forth herein, the Contractor shall not be entitled to any amount for indirect costs, damages or expenses of any nature, including, but not limited to, so-called “impact” costs, labor inefficiency, wage, material or other escalations beyond the prices upon which the proposal is based and to which the parties have agreed pursuant to the provisions of this section, and which the Contractor, its subcontractors or any other person may incur as a result of delays, interferences, suspensions, changes in sequence or the like, for whatever cause, whether reasonable or unreasonable, foreseeable or unforeseeable, or avoidable or unavoidable, arising from the performance of any and all changes in the work performed pursuant to this Section. It is understood and agreed that the Contractor’s sole and exclusive remedy in such event shall be recovery of its direct costs as compensable hereunder and an extension of the time of the Contract, but only in accordance with the provisions of the Contract Documents.

h. Deletions in the Work It is expressly agreed that Contractor shall not be entitled to claim damages for anticipated profits on any portion of work that may be deleted. The amount of any adjustment for work deleted shall be estimated at the time deletion of work is ordered and the estimated adjustment will be deducted for the subsequent monthly pay estimates. The City reserves its rights under Section C-24 of these General Conditions to audit Contractor’s as-bid profit in connection with any deductive change, to arrive at a final adjustment. Contractor’s as-bid profit shall be reduced pro rata according to the proportion of the original Contract value less as-bid profit, represented by the work deleted.

i. Extra Work. The City reserves the right to contract with any person or firm other than the Contractor for any or all extra work.

2-1.05 Unilateral Change in or Addition to the Work Notwithstanding the above, the City, directly or through the Engineer, may direct the Contractor in writing to perform changes in or additions to the scope of the contract. The Contractor shall

Page 111: TRAFFIC SIGNAL INTERSECTION OF GOLDEN · WHEREAS, the Principal is submitted to the Obligee, for installation of a traffic signal and construction of traffic striping at the intersection

25

perform such work and the parties shall proceed pursuant to the provisions of B-4 of these General Conditions.

2-1.06 Differing Site Conditions The Contractor shall promptly, and before the following conditions are disturbed, notify the City in writing of any:

• Material that the Contractor believes may be material that is hazardous waste, as defined in Section 25118 et seq. 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; or

• Subsurface or latent physical conditions at the site differing from those indicated in the Contract Documents; or

• Unknown conditions at the site of any unusual nature, different materially from those ordinarily encountered and generally recognized as inherent in work of the character provided for in the Contract.

The Engineer shall thereupon promptly investigate the conditions. If the Engineer finds that they do involve hazardous waste, or do materially differ and cause and decrease or increase in the Contractor’s cost of time of performance, it will issue a Change Order as appropriate. Any increase or decrease of cost resulting from such changes shall be adjusted in the manner provided herein for adjustments as to extra and/or additional work and changes. However, neither the City nor the Engineer shall be liable or responsible for additional work, costs or changes to the work due to material difference between actual conditions and any geotechnical, soils and other reports, surveys and analyses made available for the Contractor’s review. 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 by the Contract, but shall proceed with all work to be performed under the Contract, and the procedures applicable to claims per extra costs shall then apply.

2-1.07 Claims for Extra Costs a. Notice of Potential Claim:

i. It is hereby mutually agreed that the Contractor shall not be entitled to the

payment of any additional compensation for any cause, including any act, or failure to act, by the Engineer, or the happening of any event, thing or occurrence, unless the Contractor provides the Engineer with written notice of potential claims hereinafter specified.

ii. For disputes arising under and by virtue of the contract, including an act or failure to act by the Engineer, the Contractor shall provide a signed written initial notice of potential claim to the Engineer within 5 days from the date the dispute first arose. The initial notice of potential claim shall provide the nature and circumstances involved in the dispute which shall remain consistent through the dispute. The initial notice of potential claim shall be submitted on CalTrans Form CEM-6201A furnished by the City and shall be certified with reference to the California False Claims Act, Government

Page 112: TRAFFIC SIGNAL INTERSECTION OF GOLDEN · WHEREAS, the Principal is submitted to the Obligee, for installation of a traffic signal and construction of traffic striping at the intersection

26

Code Sections 12650-12655. The Contractor shall assign an exclusive identification number for each dispute, determined by chronological sequencing, based on the date of the dispute. The exclusive identification number for each dispute shall be used on the following corresponding documents:

1. Initial notice of potential claim. 2. Supplemental notice of potential claim. 3. Full and final documentation of potential claim. 4. Corresponding claim included in the contractor’s written statement

of claims. iii. The Contractor shall provide the Engineer the soonest reasonable

opportunity to examine the site of work in no case, later than 5 days from the date of the initial notice of potential claim. The Contractor shall proceed with the performance of contract work unless otherwise specified or directed by the Engineer.

iv. Throughout the disputed work, the Contractor shall maintain records that provide a clear distinction between the incurred direct costs of disputed work and that of undisputed work. The Contractor shall allow the Engineer access to the Contractor's project records deemed necessary by the Engineer to evaluate the potential claim within 20 days of the date of the Engineer's written request.

v. Within 15 days of submitting the initial notice of potential claim, the Contractor shall provide a signed supplemental notice of potential claim to the Engineer that provides the following information:

1. The complete nature and circumstances of the dispute which caused the potential claim.

2. The contract provisions that provide the basis of claim. 3. The estimated cost of the potential claim, including an itemized

breakdown of individual costs and how the estimate was determined.

4. A time impact analysis of the project schedule that illustrates the effect on the scheduled completion date due to schedule changes or disruptions where a request for adjustment of contract time is made.

vi. The information provided in items (a) and (b) above shall provide the contractor’s complete reasoning for additional compensation or adjustments.

vii. The supplemental notice of potential claim shall be submitted on CalTrans Form CEM-6201B furnished by the City and shall be certified with reference to the California False Claims Act, Government Code Sections 12650-12655. The Engineer will evaluate the information presented in the supplemental notice of potential claim and provide a written response to the Contractor within 20 days of its receipt. If the estimated cost or effect on the scheduled completion date changes, the Contractor shall update information in items (c) and (d) above as soon as the change is recognized and submit this information to the Engineer.

Page 113: TRAFFIC SIGNAL INTERSECTION OF GOLDEN · WHEREAS, the Principal is submitted to the Obligee, for installation of a traffic signal and construction of traffic striping at the intersection

27

viii. Within 30 days of the completion of work related to the potential claim, the Contractor shall provide the full and final documentation of potential claim to the Engineer that provides the following information:

1. A detailed factual narration of events fully describing the nature and circumstances that caused the dispute, including, but not limited to, necessary dates, locations, and items of work affected by the dispute.

2. The specific provisions of the contract that support the potential claim and a statement of the reasons these provisions support and provide a basis for entitlement of the potential claim.

3. When additional monetary compensation is requested, the exact amount requested calculated in conformance with Section B-5(d), "Force Account Payment" including an itemized breakdown of individual costs. These costs shall be segregated into the following cost categories:

A. Labor – A listing of individuals, classifications, regular hours and overtime hours worked, dates worked, and other pertinent information related to the requested reimbursement of labor costs.

B. Materials – Invoices, purchase orders, location of materials either stored or incorporated into the work, dates materials were transported to the project or incorporated into the work, and other pertinent information related to the requested reimbursement of material costs.

C. Equipment – Listing of detailed description (make, model, and serial number), hours of use, dates of use and equipment rates. Equipment rates shall be at the applicable State rental rate as listed in the Department of Transportation publication entitled "Labor Surcharge and Equipment Rental Rates," in effect when the affected work related to the dispute was performed.

D. Other categories as specified by the Contractor or the Engineer.

4. When an adjustment of contract time is requested the following information shall be provided:

A. The specific dates for which contract time is being requested.

B. The specific reasons for entitlement to a contract time adjustment.

C. The specific provisions of the contract that provide the basis for the requested contract time adjustment.

D. A detailed time impact analysis of the project schedule. The time impact analysis shall show the effect of changes or disruptions on the scheduled completion date to demonstrate entitlement to a contract time adjustment.

5. The identification and copies of the Contractor's documents and the substance of oral communications that support the potential claim.

Page 114: TRAFFIC SIGNAL INTERSECTION OF GOLDEN · WHEREAS, the Principal is submitted to the Obligee, for installation of a traffic signal and construction of traffic striping at the intersection

28

ix. The full and final documentation of the potential claim shall be submitted on Caltrans Form CEM-6201C furnished by the City and shall be certified with reference to the California False Claims Act, Government Code Sections 12650-12655.

1. Pertinent information, references, arguments, and data to support the potential claim shall be included in the full and final documentation of potential claim. Information submitted subsequent to the full and final documentation submittal will not be considered. Information required in the full and final documentation of potential claim, as listed in items (viii) A to E above, that is not applicable to the dispute may be exempted as determined by the Engineer. No full and final documentation of potential claim will be considered that does not have the same nature and circumstances, and basis of claim as those specified on the initial and supplemental notices of potential claim.

2. The Engineer will evaluate the information presented in the full and final documentation of potential claim and provide a written response to the Contractor within 30 days of its receipt unless otherwise specified. The Engineer's receipt of the full and final documentation of potential claim shall be evidenced by postal receipt or the Engineer's written receipt if delivered by hand. If the full and final documentation of potential claim is submitted by the Contractor after acceptance of the work by the City, the Engineer need not provide a written response.

3. Failure of the Contractor to conform to specified dispute procedures shall constitute a failure to pursue diligently and exhaust the administrative procedures in the contract, and is deemed as the Contractor's waiver of the potential claim.

b. Resolution of Claims by Engineer The Engineer will, within a reasonable time after submission of the Contractor’s claim, make decisions in writing on all claims of the Contractor. All such decisions of the Engineer shall be final unless the Contractor files a written protest with the Engineer within fifteen (15) calendar days after receipt of the Engineer’s decision. This protest shall clearly state the basis of the protest. Such protest will be forwarded promptly by the Engineer to the City, which will issue a decision upon each such protest, and the City’s decision will be final. Pending such decision, the Contractor shall proceed with its work in accordance with the determination or instructions of the Engineer. It is hereby agreed that the Contractor’s failure to protest the Engineer’s determination or instructions, within ten (10) calendar days from and after the Engineer’s determinations or instructions, shall constitute a waiver by the Contractor of all its rights to further protest, judicial or otherwise.

Page 115: TRAFFIC SIGNAL INTERSECTION OF GOLDEN · WHEREAS, the Principal is submitted to the Obligee, for installation of a traffic signal and construction of traffic striping at the intersection

29

c. Informal Resolution of Claims Preferred It is the intention of this Section that the differences between the parties, arising under and by virtue of the Contract, be brought to the attention of the Engineer at the earliest possible time in order that such matters may be settled, if possible, or other appropriate action promptly taken. The Contractor hereby agrees that it shall have no right to additional compensation for any claim that may be based on any act, failure to act, event, thing or occurrence for which no written notice of potential claim as herein required was timely filed.

d. Emergency Work. In the event of an emergency endangering life or property, the Contractor shall act as stated in Section F-4 of these General Conditions herein, and after execution of the emergency work shall present an accounting of labor, materials and equipment in connection therewith. The procedure for any payment that may be due for emergency work will be as specified in Section B-4 of these General Conditions.

2-1.08 Disputes Except as otherwise specifically provided in the Contract Documents, the Engineer will initially decide all claims of the Contractor and all disputes arising under and by virtue of the Contract. Such claim or dispute will be processed and decided by the Engineer as soon as practicable after its submission and the submission or availability of any additional information necessary to its decision. If the Contractor is dissatisfied with the Engineer’s decision, the Contractor may, within fifteen (15) calendar days from the date of the Engineer’s decision, protest the Engineer’s decision to the City as provided in Section E-15 of these General Conditions. If the Contractor fails to follow these procedures within the fifteen (15) day period, the Engineer’s decision shall be final, conclusive and binding on the Contractor.

2-1.09 Clean-up During the progress of the work, the Contractor shall maintain the Site and related structures and equipment in a clean, orderly condition and free from unsightly accumulation of rubbish. All waste materials shall be removed daily from the Site and disposed of by the Contractor by any proper means at the Contractor’s own expense unless designated otherwise on the plans.

The Contractor shall make its own arrangements for the disposal of waste materials. No waste materials shall be placed in a public street right-of-way. Unless otherwise specified, all existing piping, materials and/or equipment removed pursuant to this Contract shall become the Contractor's property.

Upon completion of the work and before the final estimate is submitted, the Contractor shall at its own cost and expense remove from the vicinity of the work all plants, buildings, rubbish, unused work materials, concrete forms, and temporary bridging and other like materials, belonging to it or used under its direction during the construction, and in the event of its failure to do so, the same may be removed by the City after ten (10) days’ notice to the Contractor, such removal to be at the expense of the Contractor. Where the construction has crossed yards or driveways, they shall

Page 116: TRAFFIC SIGNAL INTERSECTION OF GOLDEN · WHEREAS, the Principal is submitted to the Obligee, for installation of a traffic signal and construction of traffic striping at the intersection

30

be restored by the Contractor to the complete satisfaction of the Engineer, at the Contractor’s expense.

2-1.10 Guarantee a. In addition to warranties, representations and guarantees stated elsewhere

in the Contract Documents, the Contractor unconditionally guarantees all materials and workmanship furnished hereunder, and agrees to replace at its sole cost and expense, and to the satisfaction of the Engineer and the City, any and all materials which may be defective or improperly installed.

b. The Contractor shall repair or replace to the satisfaction of the Engineer any or all such work that may prove defective in workmanship or materials, ordinary wear and tear excepted, together with any other work which may be damaged or displaced in so doing.

c. In the event of failure to comply with the above stated conditions within a reasonable time, the City is authorized to have the defect repaired and made good at the expense of the Contractor who will pay the costs and charges therefore immediately upon demand, including any reasonable management and administrative costs, and engineering, legal and other consultant fees incurred to enforce this section.

d. The signing of the Contract by the Contractor shall constitute execution of the above guarantees. Except as otherwise provided in this Contract, the guarantees and warranties shall remain in effect for a period of one (1) year after final acceptance of the work by the City pursuant to Section G-7 of these General Conditions.

Page 117: TRAFFIC SIGNAL INTERSECTION OF GOLDEN · WHEREAS, the Principal is submitted to the Obligee, for installation of a traffic signal and construction of traffic striping at the intersection

SECTION 3 – CONTROL OF WORK 3-1.01 Authority of the Engineer

a. The Engineer is the representative of the City and has full authority to interpret the Contract Documents, to conduct the construction review and inspection of the Contractor’s performance, and to decide questions which arise during the course of the work, and its decisions on these matters shall be final and conclusive. The Engineer has the authority to reject all work and materials which do not conform to the Contract Documents, and has the authority to stop the work whenever such stoppage may be necessary to insure the proper execution of the Contract. The Engineer’s failure to stop the work shall not obligate the City to accept defective or otherwise unacceptable work or otherwise affect the Engineer’s or City’s authority to reject work for any reason set forth in the Contract Documents.

b. If at any time the Contractor’s work force, tools, plant or equipment appear to the Engineer to be insufficient or inappropriate to secure the required quality of work or the proper rate of progress, the Engineer may order the Contractor to increase its efficiency, to improve its character, to augment its number or to substitute other personnel, new or additional tools, plant or equipment, as the case may be, and the Contractor shall comply with such order. Neither the failure of the Engineer to demand such increase of efficiency, number, or improvement, nor the compliance by the Contractor with the demand, shall relieve the Contractor of its obligation to provide quality work at the rate of progress necessary to complete the work within the specified time.

c. The Engineer shall have the authority to make minor changes in the work, not involving extra costs, and not inconsistent with the purposes of the work.

d. Any order given by the Engineer, not otherwise required by the Contract Documents to be in writing shall, on request of the Contractor, be given or confirmed by the Engineer in writing.

e. Whenever work, methods of procedure, or any other matters are made subject to direction or approval, such direction or approval will be given by the Engineer.

3-1.02 Drawings a. Drawings furnished herewith are for bidding purposes. The Engineer will furnish the

Contractor, free of charge, additional copies of the Drawings which are reasonably necessary for the execution of the work. The Contractor shall have no claim for excusable delay on account of the failure of the Engineer to deliver such Drawings unless the Engineer shall have failed to deliver the same within two weeks after receipt of written demand therefore from the Contractor. The Contractor shall keep one copy of the Drawings, in good order, available to the Engineer and its representatives, and convenient to the working site.

b. If the Contractor, in the course of the work, finds any discrepancy between the Drawings and the physical condition of the locality, or any errors or omissions in the Drawings, or in the layout as given by points and instructions, it shall be the Contractor’s duty to inform the Engineer in writing, and the Engineer will promptly verify the same. Any work done after such discovery, until authorized, will be done at the Contractor’s risk. All Drawings, Specifications, and copies thereof furnished by the Engineer are the property of the Engineer and shall not be reused on other work and, with the exception of the signed Contract sets, are to be returned to the Engineer, on request, at the completion of the work. All models are the property of the City.

Page 118: TRAFFIC SIGNAL INTERSECTION OF GOLDEN · WHEREAS, the Principal is submitted to the Obligee, for installation of a traffic signal and construction of traffic striping at the intersection

32

c. The Drawings shall be supplemented by such Shop Drawings prepared by the fabricator and/or supplier and Working Drawings prepared by the Contractor as are necessary to adequately construct the work. No changes shall be made by the Contractor in any Shop or Working Drawings after they have been reviewed by the Engineer, if the Engineer deems that no further submittals are necessary. Contractor shall not commence the layout, purchase, fabrication, or construction of any work for which Shop or Working Drawings are required until Engineer has reviewed the Specifications and Drawings and has indicated in writing no further submittals are required for compliance with the Contract Documents.

d. Shop and Working Drawings for any structure shall include, but not be limited to: stress sheets, anchor bolt layouts, shop details, and erection plans, which shall be reviewed by the Engineer before any such work is performed.

e. Contractor agrees that Shop and Working Drawings reviewed and processed by the Engineer are not Contract Change Orders; that the purpose of these Drawings submitted by the Contractor is to demonstrate to the Engineer that the Contractor understands the design concept, that Contractor demonstrates its understanding by indicating which equipment and material it intends to furnish and by detailing the fabrication methods it intends to use. It is expressly understood, however, that favorable review of the Contractor’s shop drawings shall not relieve the Contractor of any responsibility for accuracy of dimensions and details, or for mutual agreements of dimensions and details. It is mutually agreed that the Contractor shall be responsible for agreement and conformity of its Drawings with the Contract Documents. Contractor further agrees that if deviations, discrepancies or conflicts between Shop and/or Working Drawings and the Contract Documents are discovered either prior to or after the Shop and/or Working Drawings are reviewed by the Engineer, the Contract Documents shall control and shall be followed.

f. Unless otherwise stated, the Engineer shall have thirty (30) days from the date of receipt of Shop and Working Drawings for review.

g. Full compensation for furnishing all Shop and Working Drawings shall be considered as included in the prices paid for the Contract items of work to which such Drawings relate and no additional compensation will be allowed therefore. Any cost related to the Engineer’s review of any particular set of Shop or Working Drawings more than twice, due to incompleteness or unacceptability, shall be borne by the Contractor, and the City reserves the right to withhold such costs from payments due the Contractor.

3-1.03 Construction Staking and Surveys The Engineer will provide the Contractor with drawings showing benchmarks and reference points as it deems necessary to establish lines and grades required for the completion of the Site Work specified in the Contract Documents. The Contractor shall make or furnish all surveys and set all construction stakes necessary for the completion of the work. The contractor shall be responsible for the submittal of the Acknowledgement of Monument Responsibility forms (pre and post construction) to the City as more fully detailed in Section 1-8.19 of the City’s Design and Construction Standards. 3-1.04 Permits and Regulations Permits and licenses, of a temporary nature, necessary for the prosecution of the Work shall be secured and paid for by the Contractor. Permits, licenses and easements for permanent structures or permanent changes in existing facilities shall be secured and paid for by the City unless otherwise specified.

Page 119: TRAFFIC SIGNAL INTERSECTION OF GOLDEN · WHEREAS, the Principal is submitted to the Obligee, for installation of a traffic signal and construction of traffic striping at the intersection

33

The Contractor shall give all notices and comply with all laws, ordinances, rules and regulations bearing on the conduct of the Work as shown on the plans and described in the Specifications. Contractor shall promptly notify the Engineer in writing of any specification at variance therewith. In such instances, any necessary changes shall be adjusted as provided in the Contract for changes in the work. If the Contractor performs any work knowing it to be contrary to such laws, ordinances, rules, and regulations and without such notice to the Engineer, it shall bear all costs arising therefrom. 3-1.05 Conformity with Contract Documents and Allowable Deviations Work and materials shall conform to the lines, grades, cross sections, dimensions and material requirements, including tolerances, shown on Contract Documents. Although measurement, sampling, and testing may be considered evidence as to such conformity, the Engineer shall be the sole judge as to whether the work or materials deviate from the Contract Documents. The Engineer’s decision as to any allowable deviations therefrom shall be final and conclusive. 3-1.06 Coordination and Interpretation of Contract Documents

a. Should it appear that the work or any of the matters relative thereto are not sufficiently detailed or explained in the Specifications and Plans, the Contractor shall apply to the Engineer for such further explanations as may be necessary and shall conform to them as part of the Contract. In the event of any doubt or question arising respecting the true meaning of the Specifications and Plans, a written request shall be made to the Engineer, whose decision thereon shall be final and conclusive.

b. Any reference made in the Specifications and Plans to any specification, standard, method, or publication of any scientific or technical society or other organization shall, in the absence of a specific designation to the contrary, be understood to refer to the specification, standard, method, or publication in effect as of the date that the Work is advertised for bids.

3-1.07 Subcontracts

a. The attention of the Contractor is directed to the provisions of Public Contract Code § 4100 et seq., regarding subcontracting and said provisions are by this reference incorporated herein and made a part hereof.

b. Each subcontract shall contain a suitable provision for the suspension or termination thereof should the Work be suspended or terminated or should the subcontractor neglect or fail to conform to every provision of the Contract Documents insofar as such provisions are relevant. The Contractor shall be fully responsible to the City for the acts or omissions of its subcontractors and of the persons either directly or indirectly employed by the Contractor. Nothing contained in the Contract Documents shall create any contractual relationship between any subcontractor and the City.

c. The City and the Engineer reserve the right to approve all subcontractors. Such approval shall be a condition to the award of the Contract and, unless notification to the contrary is given to the Contractor prior to the signing of the Contract, the list of subcontractors which is submitted with its Bid will be deemed to be acceptable. Contractor shall not, without the written consent of the City, subcontract the whole of the Work.

3-1.08 Cooperation of Contractors

a. Should construction be under way by other forces or by other Contractors within or adjacent to the limits of the work specified or should work of any other nature be under way by other forces within or adjacent to said limits, the Contractor shall cooperate with

Page 120: TRAFFIC SIGNAL INTERSECTION OF GOLDEN · WHEREAS, the Principal is submitted to the Obligee, for installation of a traffic signal and construction of traffic striping at the intersection

34

all such other contractors or other forces to the end that any delay or hindrance to their work will be avoided. The right is reserved to perform other or additional work at or near the site (including material sources) at any time, by the use of other forces.

b. When two or more contractors are employed on related or adjacent work, each shall conduct its operation in such a manner as not to cause any unnecessary delay or hindrance to the other. Each contractor shall be responsible to the other for all damage to work, to persons or property caused to the other by its operations, and for loss caused the other due to its unnecessary delays or failure to finish the work within the time specified for completion.

3-1.09 Superintendence

a. The Contractor shall designate in writing before starting the work an individual as authorized representative who shall have the authority to represent and act for the Contractor. This authorized representative shall be present at the Site of the Work at all times while work is actually in progress on the Contract. When the work is not in progress and during periods when the work is suspended, arrangements acceptable to the Engineer shall be made for any emergency work which may be required.

b. The Contractor is solely responsible, at all times, for the superintendence of the work and for its safety and progress.

c. Whenever the Contractor or its authorized representative is not present on any particular part of the work where it may be necessary to give direction, orders will be given by the Engineer, which shall be received and obeyed by the superintendent or foreman who may have charge of the particular work in reference to which the orders are given. No such direction shall be considered as authorization for additional time or cost to the project or otherwise change the provisions of the contract, unless the contractor so notifies the Engineer, in writing, within five (5) days of such direction. Such notification shall state the direction given, the parties involved, and changes perceived to be so authorized. The Engineer shall respond in writing, approving or disapproving the proposed changes.

d. Any order given by the Engineer, not otherwise required by the Specifications to be in writing, will on request of the Contractor, be given or confirmed by the Engineer in writing.

3-1.10 Inspection of Work

a. Unless otherwise provided, all equipment, materials, and work shall be subject to inspection and testing by the Engineer. The Engineer will observe the progress and quality of the work and determine, in general, if the work is proceeding in accordance with the intent of the Contract Documents. It shall not be required to make comprehensive or continuous inspections to check the quality of the work, and it shall not be responsible for construction means, methods, techniques, sequences, or procedures, or for safety precautions and programs in connection with the work. Visits and observations made by the Engineer shall not relieve the Contractor of its obligation to conduct comprehensive inspections of the work and to furnish proper materials, labor, equipment and tools, and perform acceptable work, and to provide adequate safety precautions, in conformance with the intent of the Contract.

b. Whenever the Contractor varies the period during which work is carried on each day, it shall give due notice to the Engineer so that proper inspection may be provided. Any work done in the absence of proper inspection the Engineer shall be subject to rejection. Proper facilities for safe access for inspection to all parts of the work shall at all times be maintained for the necessary use of the Engineer and other agents of the City, and agents of the Federal, State, or local governments at all reasonable hours for inspection by such agencies to ascertain compliance with laws and regulations.

Page 121: TRAFFIC SIGNAL INTERSECTION OF GOLDEN · WHEREAS, the Principal is submitted to the Obligee, for installation of a traffic signal and construction of traffic striping at the intersection

35

c. One or more inspectors may be assigned by the Engineer to observe the work and to act in matters of construction under this Contract. It is understood that inspectors shall have the power to issue instructions, reject work, and make decisions regarding compliance with the Contract Documents, subject to review by the Engineer within the limitations of the authority of the Engineer. Such inspection shall not relieve the Contractor of its obligation to conduct comprehensive inspections of the work, to furnish proper materials, labor, equipment and tools, and perform acceptable work, and to provide adequate safety precautions in conformance with the intent of the Contract.

d. The Engineer and its representatives shall at all times have access to the work wherever it is in preparation or progress, and the Contractor shall provide safe and convenient facilities for such access and for inspection. If the Contract Documents, Specifications, the Engineer’s instructions, laws, ordinances, or any public authority require any material, equipment or work to be specifically tested or approved, the Contractor shall give the Engineer timely notice of its readiness for inspection, and if the inspection is by an authority other than the City, of the time fixed for inspection. Inspections by the Engineer will be made promptly and, where practicable, at the source of supply.

e. Work performed without inspection may be required to be removed and replaced under proper inspection. In such instances, the entire cost of removal and replacing, including the cost of City furnished materials used in the work, shall be borne by the Contractor, regardless of whether or not the work exposed is found to be defective. Examination of questioned work, other than that installed without inspection, may be ordered by the Engineer and, if so ordered, the work must be uncovered by Contractor. If such work is found to be in accordance with the Contract Documents, the City will pay the cost of re-examination and replacement. If such work is found to be not in accordance with the Contract Documents, the Contractor shall pay such cost unless it can show that the defect in the work was caused by another Contractor, and in that event the City will pay such costs.

f. The inspection of the work shall not relieve the Contractor of its obligation to fulfill the Contract as herein prescribed, or in any way alter the standard of performance provided by the Contractor, and defective work shall be made good and unusable materials may be rejected, notwithstanding that such work and materials have been previously accepted or estimated for payment. If the work or any part thereof shall be found defective, Contractor shall, within ten (10) days, make good such defect in a manner satisfactory to the Engineer. If the Contractor shall fail or neglect to make ordered repairs of defective work or to remove the rejected materials from the work within ten (10) days after direction by the Engineer in writing, the City may make the ordered repairs, or remove the rejected materials, and deduct the cost thereof from any monies due the Contractor.

g. The Contractor shall furnish promptly without additional charge all facilities, labor and materials reasonably needed by the Engineer for performing all inspection and tests. Contractor shall be charged with any additional cost of inspection when material and workmanship are not ready at the time specified by the Contractor for its inspection.

h. Where any part of the work is being done under an encroachment permit or building permit, or is subject to Federal, State, County or City codes, laws, ordinances, rules or regulations, representatives of the government agency shall have full access to the work and shall be allowed to make any inspection or tests in accordance with such permits, codes, laws, ordinances, rules, or regulations. If advance notice of the readiness of the Work for inspection by the governing agency is required, the Contractor shall furnish such notice to the appropriate agency.

i. The Engineer may inspect the production of the material, or the manufacture of products at the source of supply. Plant inspection, however, will not be undertaken until the Engineer is assured of the cooperation and assistance of both the Contractor and the

Page 122: TRAFFIC SIGNAL INTERSECTION OF GOLDEN · WHEREAS, the Principal is submitted to the Obligee, for installation of a traffic signal and construction of traffic striping at the intersection

36

material producer. The Engineer or its authorized representative shall have free entry at all times to such parts of the plant as concerns the manufacture or production of the materials. Adequate facilities shall be furnished free of charge to make the necessary inspection. The City assumes no obligation to inspect materials at the source of supply.

3-1.11 Tests The Contractor shall perform, at the Contractor’s own expense, all tests specified by the Specifications and Plans and promptly provide test results to the Engineer. The Engineer may perform such tests as it deems necessary to determine the quality of work or compliance with Contract Documents. The Contractor shall furnish promptly without additional charge all facilities, labor, and material reasonably required for performing safe and convenient tests as may be required by the Engineer. All tests by the Engineer will be performed in such a manner as will not unnecessarily delay the work. The Contractor shall not be required to reimburse the City for tests performed by the City or Engineer. If samples of materials are submitted which fail to pass the specified tests, or compaction or other field tests by the Contractor fail to meet specified requirements, the Contractor shall pay for all subsequent re-tests. 3-1.12 Removal of Rejected and Unauthorized Work and Materials

a. All work or materials which have been rejected shall be remedied, or removed and replaced by the Contractor in an acceptable manner and no compensation will be allowed it for such removal, replacement, or remedial work.

b. Any work done beyond the lines and grades shown on the plans or established by the Engineer or any extra work done without written authority will be considered as unauthorized work and will not be paid for. Upon order of the Engineer, unauthorized work shall be remedied, removed, or replaced at the Contractor’s expense.

c. Upon failure of the Contractor to comply with any order of the Engineer made under this Section, the City may cause rejected or unauthorized work to be remedied, removed or replaced, and may deduct the costs therefore from any monies due or to become due the Contractor.

3-1.13 Deductions for Uncorrected Work If the Engineer deems it inexpedient to correct work damaged or not done in accordance with the Contract, an equitable deduction from the Contract price shall be made therefore, and such sum may be withheld by City from Contractor’s payment. 3-1.14 Equipment and Plants

a. Only equipment and plants suitable to produce the quality of work and materials required will be permitted to operate on the Project.

b. Plants will be designed and constructed in accordance with general practice for such equipment and shall be of sufficient capacity to insure the production of sufficient material to carry the work to completion within the time limit.

c. The Contractor shall provide adequate and suitable equipment and plants to meet the above requirements, and when ordered by the Engineer, the Contractor shall remove unsuitable equipment from the work and discontinue the operation of unsatisfactory plants. In the case of termination of this Contract before completion for any cause whatever, the Contractor, if notified to do so by the City, shall promptly remove any part or all of its equipment and supplies from the property of the City. If the Contractor fails to do so, the

Page 123: TRAFFIC SIGNAL INTERSECTION OF GOLDEN · WHEREAS, the Principal is submitted to the Obligee, for installation of a traffic signal and construction of traffic striping at the intersection

37

City shall have the right to remove such equipment and supplies at the expense of the Contractor.

3-1.15 Character of Worker If any subcontractor, or person employed by the Contractor or any subcontractor fails or refuses to carry out the directions of the City or appears to the City to be incompetent or to act in a disorderly or improper manner, such subcontractor or person shall be removed from the Project immediately on the request of the City, and such subcontractor or person shall not again be employed on the work. Such removal shall not be the basis for any claim for compensation or damages against the City. 3-1.16 Separate Contracts The City reserves the right to let other contracts in connection with the work. The Contractor shall afford other contractors reasonable opportunity for the introduction and storage of their materials and the execution of their work, and shall properly connect and coordinate its work with the other contractor’s work. If any part of the Contractor’s work depends for proper execution or results upon the work of any other contractor, the Contractor shall inspect and promptly report to the Engineer any defects in such work that render it unsuitable for such proper execution and results. The Contractor’s failure to inspect and report shall constitute an acceptance of the other contractor’s work as fit and proper for the reception of its work, except as to defects which may develop in the other contractor’s work after the execution of its work. To insure the proper execution of its subsequent work, the Contractor shall measure work already in place and shall at once report to the Engineer any discrepancy between the executed work and the drawings. 3-1.17 Materials

a. Unless otherwise specifically stated in the Specifications, the Contractor shall furnish all materials necessary for the execution and completion of the work. Unless otherwise specified, all materials shall be new and shall be manufactured, handled, and installed in a workmanlike manner to insure completion of the work in accordance with the Contract Documents. The Contractor shall, upon request of the Engineer, furnish satisfactory evidence as to the kind and quality of materials.

b. Where materials are to be furnished by the City, the type, size, quantity and location at which they are available will be stated in the Contract Documents.

c. Manufacturers’ warranties, guarantees, instruction sheets and parts listed, which are furnished with certain articles or materials incorporated in the work, shall be delivered to the Engineer before acceptance of the Contract.

3-1.18 Storage of Materials Articles or materials to be incorporated in the work shall be stored in such a manner as to insure the preservation of their quality and fitness for the work, and to facilitate inspection. 3-1.19 Trade Names and Alternatives

a. For purposes of this provision the term "substitution" shall mean the substitution of any material, product, thing or service that is substantially equal or better in every respect to that so indicated or specified in the specifications.

Page 124: TRAFFIC SIGNAL INTERSECTION OF GOLDEN · WHEREAS, the Principal is submitted to the Obligee, for installation of a traffic signal and construction of traffic striping at the intersection

38

b. Pursuant to Public Contract Code Section 3400(b) the City may make a finding designating certain materials, products, things, or services by specific brand or trade name for the statutorily enumerated purposes. As required by Section 3400 (b) the City may have made such findings as may be further described in the Supplemental Conditions. These findings if made, as well as the materials, products, things, or services and their specific brand or trade names that must be used for the Project may be found in Section C-26 of the Supplemental Conditions, if applicable.

c. Unless specifically designated in Section C-26 of the Supplemental Conditions, whenever in specifications any material, product, thing or service is indicated or specified by grade, patent, or proprietary name or by name of manufacturer, such specifications shall be deemed to be used for the purpose of facilitating the description of the material, product thing, or service desired and shall be deemed to be followed by words "or equal." Bidder may, unless otherwise stated, offer for substitution any material, product, thing or service which shall be substantially equal or better in every respect to that so indicated or specified. However, the City has adopted certain uniform standards for certain materials, products, things, and/or services. If any material, product, thing, or service offered for substitution by Contractor is not, in the opinion of the Engineer and the City, substantially equal or better in every respect to that specified, Contractor shall furnish the material, product, thing, or service specified. The burden of proof as to the equality of any material, product, thing, or service shall rest with the Contractor.

d. Contractor shall submit requests together with substantiating data for substitution of any "or equal" material, product, thing, or service no later than thirty-five (35) calendar days after the award of the Contract. Provisions authorizing submission of "or equal" substitution justification data shall not in any way authorize an extension of time for performance of this Contract. Furthermore, if a proposed "or equal" substitution request is rejected, Contractor shall be responsible for including the specified material, product, thing, or service in its bid. The City shall not be responsible for any costs of Contractor associated with "or equal" substitution requests. The City has the complete and sole discretion to determine if a material, product, thing, or service is an "or equal" material, product, thing, or service that may be substituted.

e. For purposes of subdivision (d) above, data required to substantiate requests for substitutions of an "or equal" material, product, thing, or service data shall include a signed affidavit from the Contractor stating that the substituted "or equal" material, product, thing, or service is equivalent to that specified in the specification in every way except as listed on the affidavit. Substantiating data shall also include any and all illustrations, specifications, and other relevant data including catalogue information which describes the requested substituted "or equal" material, product, thing, or service and substantiates that it is an “or equal” to the material product, thing, or service specified. In addition, the submittal documentation must also include a statement of the cost implications of the substitution being requested stating whether and why the substitution of the "or equal" material, product, thing, or service will reduce or increase the Contract Price. The substantiating data must also include information regarding the durability and lifecycle cost of the requested substituted "or equal" material, product, thing, or service. Failure to submit all the needed substantiating data, including the signed affidavit, to the Engineer in a timely fashion so that the substitution can be adequately reviewed may result in the rejection of the proposed substitution. The Engineer is not obligated to review multiple substitution submittals for the same materials, products, things, or services due to the Contractor’s failure to submit a complete package initially.

f. Time limitations in this Article must be complied with strictly and in no case will an extension of time for completion be granted because of Contractor’s failure to request the substitution of an alternative item at the times and manner set forth herein in subdivision

Page 125: TRAFFIC SIGNAL INTERSECTION OF GOLDEN · WHEREAS, the Principal is submitted to the Obligee, for installation of a traffic signal and construction of traffic striping at the intersection

39

(d). Further, the Contractor shall bear the costs of all engineering work associated with the review of submittals for substitution of equals.

g. In event Contractor furnishes material, product, thing, or service more expensive than that specified, the difference in cost of such material, product, thing, or service so furnished shall be borne by Contractor.

3-1.20 Certificate of Compliance

a. Certificate of Compliance shall be furnished prior to the use of any materials for which the Technical Specifications require that such a certificate be furnished. In addition, when so authorized in the Specifications, the Engineer may permit the use of certain materials or assemblies prior to sampling and testing if accompanied by a Certificate of Compliance. The Certificate of Compliance shall be signed by the manufacturer of the material or the manufacturer of assembled materials and shall state that the materials involved comply in all respects with the requirements of the Contract. A Certificate of Compliance shall be furnished with each lot of material delivered to the work and the lot so certified shall be clearly identified in the Certificate.

b. All materials used on the basis of a Certificate of Compliance may be sampled and tested at any time. The fact that material is used on the basis of a Certificate of Compliance shall not relieve the Contractor of responsibility for incorporating material in the work which conforms to the requirements of the Contract Documents and any such material not conforming to such requirements will be subject to rejection whether in place or not.

c. The City reserves the right to refuse to permit the use of material on the basis of a Certificate of Compliance.

d. The form of the Certificate of Compliance and its disposition shall be as directed by the Engineer.

3-1.21 Assignment The Contractor shall not assign the Contract or sublet it as a whole without the prior written consent of the City. 3-1.22 Use of Completed Portions, right to Operate Unsatisfactory Equipment or Facilities

a. The City may, at any time, and from time to time, during the performance of the Work, enter the Work Site for the purpose of installing any necessary work by the City’s own labor or other contractors, and for any other purpose in connection with the installation of facilities. In doing so, the City shall endeavor not to interfere with the Contractor and the Contractor shall not interfere with other work being done by or on behalf of the City.

b. If, prior to completion and final acceptance of all the Work, the City takes possession of any structure or facility (whether completed or otherwise) comprising a portion of the Work with the intent to retain possession thereof (as distinguished from temporary possession contemplating the return to the Contractor), then, while the City is in possession of the same, the Contractor shall be relieved of liability for loss or damage to such structure other than that resulting from the Contractor’s defective work or materials, fault or negligence. Such taking of possession by the City shall not relieve the Contractor from any provisions of this Contract respecting such structure, other than to the extent specified in the preceding sentence, nor shall such taking of possession constitute a final acceptance of such structure or facility.

c. If, following installation of any equipment or facilities furnished by the Contractor, defects requiring correction by the Contractor are found, the City shall have the right to operate such unsatisfactory equipment or facilities and make reasonable use thereof until the equipment or facilities can be shut down for correction of defects without injury to the City.

Page 126: TRAFFIC SIGNAL INTERSECTION OF GOLDEN · WHEREAS, the Principal is submitted to the Obligee, for installation of a traffic signal and construction of traffic striping at the intersection

40

3-1.23 Lands for Work, Right-of-Way Construction Roads

a. The City will provide the lands, easements, rights-of-way, and/or encroachment permits necessary or other rights to enter and work on lands necessary for the performance of the work. Other permits and licenses are addressed by Sections E-1 and C-4 of these General Conditions. Should the Contractor find it advantageous to use any additional land for any purpose whatever, the Contractor shall provide for the use of such land at its expense. The Engineer shall be furnished with a copy of written agreements or otherwise be notified in writing of additional working space which is acquired. Nothing herein contained and nothing marked on the plans shall be interpreted as giving the Contractor exclusive occupancy of the territory provided by the City. When two or more contracts are being executed at one time on the same or adjacent land in such a manner that work on one contract may interfere with that on another, the Engineer shall decide which contractor shall cease work, and which shall continue, or whether the work on both contracts shall progress at the same time and in what manner, and the decision of the Engineer shall be final and binding. When the territory of one contract is the necessary or convenient means of access for the performance of another contract, such privilege of access or any other reasonable privilege may be granted by the Engineer to the contractor so desiring, to the extent, amount, in the manner, and at the time permitted. No such decision as to the method or time of conducting the work or the use of territory shall be the basis of any claim for delay or damage.

b. Lands, easements or rights-of-way to be furnished by the City for construction operations will be specifically shown on the Plans.

c. The Contractor shall construct and maintain all roads necessary to reach the various parts of the work and for the transportation thereto of construction material and personnel. The cost of constructing and maintaining such roads shall be borne by the Contractor.

3-1.24 City’s Right to Audit and Preservation of Records

a. The Contractor shall maintain books, records and accounts of all costs in accordance with generally accepted accounting principles and practices. The City shall have the right to audit the books, records and accounts of the Contractor under any of the following conditions.

i. The Contract is terminated for any reason in accordance with the provisions of the Contract Documents in order to arrive at equitable termination costs;

ii. In the event of a disagreement between the Contractor and the City over the amount due the Contractor under the terms of the Contract;

iii. To check or substantiate any amounts invoiced or paid which are required to reflect the costs of the Contractor, or the Contractor’s efficiency or effectiveness under this Contract or in connection with extras, changes, claims, additions, back charges, or others, as may be provided for in this contract;

iv. If it becomes necessary to determine the City’s rights and the Contractor’s obligations under the Contract or to ascertain facts relative to any claim against the Contractor which may result in a charge against the City;

v. To determine any difference in cost occasioned by a permissible substitution; and/or

vi. For any other reason in the City’s sole judgment. b. Contractor shall provide the City unlimited, reasonable access during working hours to the

Contractor’s books and records. The City’s audit rights shall be liberally construed in the City’s favor.

Page 127: TRAFFIC SIGNAL INTERSECTION OF GOLDEN · WHEREAS, the Principal is submitted to the Obligee, for installation of a traffic signal and construction of traffic striping at the intersection

41

c. The Contractor, from the effective date of final payment or termination hereunder, shall preserve and make available to the City for a period of four (4) years thereafter, at all reasonable times at the office of the Contractor (but without any charge to the City), all its books, records, documents, photographs, micro-photographs, and other evidence bearing on the costs and expenses of the Contractor under this Contract and relating to the work hereunder.

d. The City will make all payments required of it under this Contract subject to audit, under circumstances stated above, which audit may be performed at the City’s option, either during the Contract time period or during the record retention time period. Regardless of authorization, approval or acceptance, signatures or letters which are given by the City and are part of the City’s control systems or are requested by the Contractor, the payments made under this Contract shall not constitute a waiver or agreement by the City that it accepts as correct the billings, invoices or other charges on which the payments are based. If the City’s audit produces a claim against the Contractor, the City may pursue all its legal remedies even though it has made all or part of the payments required by this Contract.

e. If any audit by the City or its representative discloses an underpayment by the City pursuant to the terms of the Contract Documents, the City shall have the duty to pay any amount found by the audit to be owed to the Contractor. If such audit discloses an overpayment, the Contractor shall have the obligation to reimburse the City for the amount of the overpayment. The City’s right to claim reimbursement from the Contractor of any overpayment shall not be terminated or waived until three years after the completion of the City’s audit or upon the termination of audit rights under Subsection (f) of this Section, whichever date is later. The obligation of the Contractor to make reimbursements hereunder shall not terminate except as provided by law.

f. The City’s right to audit and the preservation of records shall terminate at the end of four (4) years after the date final payment is made or termination of the Contract or four (4) years after completion of an audit, if any, whichever is longer. The Contractor shall include this “Right to Audit and Preservation of Records” clause in all subcontracts issued by it and it shall require the same to be inserted by all lower tier subcontractors in their subcontracts, for any portion of the work. Should the Contractor fail to include this clause in any such contract or lower tier contract, or otherwise fail to insure the City’s rights hereunder, Contractor shall be liable to the City for all costs, expenses and attorney’s fees which the City may have to incur obtaining or attempting to obtain an audit or inspection of or the restoration of records which otherwise would have been available to the City from said persons under this clause. Such audit may be conducted by the City or its authorized representative.

3-1.25 Progress Schedule The Contractor shall submit within ten (10) days after execution of the Contract a detailed work schedule or schedules that detail the actions of the Contractor and subcontractors working at the Site. This schedule(s) shall also show the dates at which the Contractor will start and complete the several parts and shall conform to the completion time specified in the Contract.

The Contractor shall submit updates as work progresses. The City will review and provide comments within 5 work days of the submittal.

Page 128: TRAFFIC SIGNAL INTERSECTION OF GOLDEN · WHEREAS, the Principal is submitted to the Obligee, for installation of a traffic signal and construction of traffic striping at the intersection

42

The Contractor shall review and, if necessary, revise the progress schedule at least once a month. In any event, the Contractor shall submit a current schedule to the Engineer at the Engineer’s request at any time during the Contract period.

No progress payments will be made for any work performed until a satisfactory schedule has been submitted and approved by the Engineer. An updated schedule shall be required from the Contractor if the project falls ten (10) working days behind schedule.

If the work falls behind the accepted schedule, the Contractor shall promptly take whatever actions are necessary to put the project back on schedule. For delays or portions of delays for which the Contractor is responsible, no payment will be made or time extension allowed for increase in work force, equipment, and working hours needed to put the project on schedule.

3-1.26 Commencement and Progress of the Work and Time of Completion a. Commencement.

i. The Contractor shall begin work within ten (10) days of receiving the Notice to Proceed. Engineer shall have the right to specify the locations where Contractor shall start and proceed with the work.

ii. A pre-construction conference will be convened after the Contractor has executed all of the Contract documents. The Engineer will issue the Notice to Proceed at the pre-construction conference or soon thereafter. The Notice to Proceed will establish the start of work for working time. At the pre-construction conference, the Contractor shall provide the Engineer with a list of key personnel assigned to the project and the telephone numbers where they may be reached at any time.

iii. Notwithstanding any other provisions of the Contract, the City shall not be obligated to accept or pay for any work furnished by the Contractor prior to the issuance of the Notice to Proceed whether or not the City has knowledge of the furnishing of such work. The Contractor shall not commence with work on this project until its Contract bonds and evidence of insurance comply with all Contract requirements and a Notice to Proceed has been issued.

b. Time of Completion. All work under this Contract shall be completed within eighty (80) working days of the Notice to Proceed. The Contract shall be deemed completed when the City Council has accepted the Project as provided in Section G-7 of the General Conditions. The Engineer has the authority to stop counting work or calendar days, as appropriate, against the contract once the work is complete and ready for Council acceptance of the Contract. Submittals for equipment items that require long lead times (4 weeks or longer) shall be processed in an expeditious as possible manner by the Contractor and the City. The Contractor will provide evidence to the City, once order(s) are placed, of the delivery date of the equipment items to the work site. If the delivery dates extend the critical path completion date beyond the contract time, the City will approve an extension to contract time provided that the Contractor has performed the following:

i. Complete all other work except for the late delivery items; including foundations for late delivery items.

Page 129: TRAFFIC SIGNAL INTERSECTION OF GOLDEN · WHEREAS, the Principal is submitted to the Obligee, for installation of a traffic signal and construction of traffic striping at the intersection

43

ii. Payments to manufacturers to expedite manufacturing and delivery of the various items.

iii. Provide critical path analysis at time of ordering of construction work that shows the impact of the late delivery items on the contract completion date.

The City reserves the right to limit any extension of contract time just to the work items reasonably expected to be directly associated with installation and completion of the late delivery items.

c. Working Hours Construction shall be allowed only between the hours of 7:00 a.m. and 5:00 p.m. on weekdays, unless otherwise approved by the Engineer. The Contractor shall be responsible for any inspection and additional administration costs incurred by the City or its agents and representatives 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. The Contractor shall notify the Engineer at least 72 hours prior to any work outside the normal working hours defined above, on weekends or holidays.

3-1.27 Suspension of Work a. The Engineer may at any time, by notice in writing to the Contractor, suspend any part of

the Work for such period of time as may be necessary to prevent improper execution of the work on the project by the Contractor, its subcontractors or agents, and the Contractor shall have no claim for damages or additional compensation on account of any such suspension.

b. The City may at any time suspend any part or all of the work upon ten (10) days written notice to the Contractor, who shall thereupon discontinue all work suspended except for all operations to prevent loss or damage to work already executed as may be directed by the Engineer. After such suspension, work shall be resumed by the Contractor on written notice from the City.

c. In the event of any suspension of the work in whole or in part under Subsection (b) of this Section, the Contractor shall be entitled to an extension of time to the extent of the delay caused thereby to the completion of the work.

d. In the event the entire work shall be suspended by order of the City, as hereinabove provided, and shall remain so suspended for a period of sixty (60) consecutive days, through no fault of the Contractor, and notice to resume the work shall not have been served on the Contractor as hereinabove provided, Contractor may, at its option, by written notice to the City, terminate the Contract in the same manner as if the termination had been initiated by the City, and the City shall have no claim for damages because of such termination of the Contract.

3-1.28 Delays in the Work a. Excusable delays shall be delays in the Contractor’s work due to strikes, lockouts by

others, fire, unusual delay in transportation, unavoidable casualties, adverse weather conditions which could not have been reasonably anticipated, or any other act(s) of God beyond the Contractor’s control, or by delay authorized by the City, or by any cause which the City shall decide to justify the delay. In the event of an excusable delay, the time of

Page 130: TRAFFIC SIGNAL INTERSECTION OF GOLDEN · WHEREAS, the Principal is submitted to the Obligee, for installation of a traffic signal and construction of traffic striping at the intersection

44

completion shall be extended for such reasonable time as the City may decide. The Contractor’s right to an extension of time for an excusable delay is expressly subject to Contractor’s giving ten (10) days written notice of such claim from the date the Contractor knew or should have known of the delay. Failure to give such notice shall be construed as a waiver of such right. It is understood and agreed that extensions of time shall be the Contractor’s sole and exclusive remedy for excusable delays. Delays are considered inexcusable insofar as they prevent the Contractor from proceeding with at least seventy-five percent (75%) 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 latest favorably reviewed progress schedule.

b. Upon the submission of satisfactory proof to the 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 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 Engineer that such 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.

c. Compensable delays shall be delays in the Contractor’s work due to acts or neglect of the City, its employees or those under it by contract or otherwise, or by changes ordered in the work. In the event of a compensable delay, the time of completion shall be extended for such reasonable time as the City may decide. In addition, the Contractor may recover its direct costs as provided in Section B-4. The Contractor’s remedies for compensable delays are expressly subject to Contractor’s giving ten (10) days written notice of such claim from the date the Contractor knew or should have known of the delay. It is understood and agreed that the Contractor’s sole and exclusive remedies for compensable delays shall be an extension of the time and recovery of its direct costs as compensable hereunder, but only in accordance with the provisions of the Contract Documents.

d. Contractor and City understand and agree that the Contract time for the completion of this project is a very important part of the contract. Extensions of time will only be granted as provided above when events actually cause the Contractor to be delayed in the performance of the progress of the work. When acts or omissions occur which could cause delay, Contractor will take all reasonable means in order to be able to continue to work as scheduled without any delay, or as short a delay as possible. Additionally, if inclement weather causes accumulation of standing water on the work site or other conditions which might cause delay, Contractor shall take all measures reasonably necessary to permit work to continue as quickly as possible.

e. The Engineer shall be responsible for determining when adverse weather conditions result in non-workable days. It shall be the Contractor’s duty to stay informed of such determinations by the Engineer. The Contractor may object to such adverse weather determinations by filing with the Engineer a written notice of objection. The notice of objection shall state the basis of the objection and provide supporting documentation which substantiates that weather conditions were abnormal for the period of time and could not have been reasonably anticipated, and that weather conditions had an adverse effect on the scheduled construction. All such notices of objection shall be filed within fifteen (15) days of receipt of the Engineer’s written determination. It is hereby agreed

Page 131: TRAFFIC SIGNAL INTERSECTION OF GOLDEN · WHEREAS, the Principal is submitted to the Obligee, for installation of a traffic signal and construction of traffic striping at the intersection

45

that the Contractor’s failure to submit a written notice of objection within fifteen (15) days of the Engineer’s adverse weather determination shall constitute a waiver by the Contractor of all its rights to further protest, judicial or otherwise.

f. The Engineer will, within a reasonable period of time, issue a ruling on the Contractor’s notice of objection. All such rulings by the Engineer shall be final, unless the Contractor files a written protest within fifteen (15) days of the Engineer’s ruling. This protest shall clearly state the basis of the dispute. Such protest will be forwarded promptly to the City which will issue a decision on each such protest. The City’s decision will be final. Pending the City’s decision, the Contractor shall proceed with its work in accordance with the Engineer’s ruling and/or instructions. It is hereby agreed that the Contractor’s failure to file a protest within fifteen (15) days of the Engineer’s ruling shall constitute a waiver by the Contractor of all its rights to further protest, judicial or otherwise.

g. The number of days that are anticipated to be non-workable due to adverse weather conditions shall be as set forth in Part V, Section D, Supplemental Conditions. Days deemed non-workable by the Engineer in excess of such anticipated number shall be considered excusable delays.

h. Unexcused delays shall be delays in the Contractor’s work due to acts or neglect of the Contractor, its employees, subcontractors or those under it by contract or otherwise. In the event of an unexcused delay, the Contractor expressly agrees that it shall not be entitled to either an extension of time or recovery of its costs.

i. Time Extensions: 1. If the Contractor experiences an excusable delay, then the Contract completion

date may be extended by the Engineer for such time that, in the Engineer’s determination, the Contractor’s completion date will be delayed, provided that the Contractor strictly fulfills the following:

2. The Contractor shall provide notification, in writing a request for an extension of time to the 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 along with a Time Impact Analysis which shall include the following:

3. An analysis demonstrating how the Contractor proposes to incorporate the delay into the schedule.

4. The analysis shall demonstrate the time impact based on the date of occurrence of the delay; the status of construction at that point in time; and the impact of all affected activities.

j. If requested by the Engineer, the Contractor shall promptly provide sufficient information to the Engineer to assess the cause or effect of the alleged delay, or to determine if other concurrent delays affected the work.

k. The Contractor will be granted a non-compensable time extension for weather caused delays, pursuant to Section D-4, Delays in the Work.

l. Should the Contractor fail to fulfill any of the foregoing, which are conditions precedent to the right to receive a time extension, the Contractor waives the right to receive a time extension.

m. Neither, compensation for engineering, inspection, and administration, nor damages for delay will be charged to the Contractor for such extension of time. It is understood and agreed by the Contractor and Engineer that time extensions due to excusable delays will be granted only if such delays involve controlling operations which would prevent completion of the whole work within the specified Contract time.

Page 132: TRAFFIC SIGNAL INTERSECTION OF GOLDEN · WHEREAS, the Principal is submitted to the Obligee, for installation of a traffic signal and construction of traffic striping at the intersection

46

3-1.29 Termination for Default a. In the event of any default by the Contractor as described below, the City may, after giving

ten (10) days’ written notice to the Contractor, terminate Contractor’s right to proceed with the work or any part of the work in the City’s sole discretion. Events of default include, but are not limited to, the:

i. Failure or refusal to prosecute the work, or any separable part thereof, with such diligence as will ensure the completion within the time specified in the Contract, or any extension thereof, or failure to complete said work within such time;

ii. Filing of bankruptcy by the Contractor, or the making of a general assignment for the benefit of its creditors, or appointment of a receiver on account of Contractor’s insolvency without discharge of the receiver within ten (10) days after its appointment;

iii. Failure to make prompt payments to subcontractors or suppliers; or iv. Persistent disregard of laws, ordinances, or the instructions of the Engineer, or

other substantial violation of any provision of the Contract. b. The rights and remedies of the City provided in this section are in addition to any of the

rights and remedies provided by law or under this Contract.

3-1.30 Termination for Convenience If at any time before completion of the work, the City determines that it is either impossible or against the best interests of the City to complete the work, or if the work is stopped by an injunction of a court of competent jurisdiction or by order of any competent authority, the City may, upon ten (10) days written notice to the Contractor, discontinue the work and terminate the Contract. Upon service of such notice of termination, the Contractor shall discontinue the work in such manner, sequence, and at such times as described below. The Contractor shall have no claim for damages for such discontinuance or termination, nor any claim for anticipated profits on the work thus dispensed with, nor any other work actually performed up to the time of discontinuance, including any Extra Work ordered by the Engineer to be done.

Termination of the Contract for convenience and the total compensation payable to the Contractor in the event of termination shall be governed by the following:

a. Stop Order. Should the City terminate the Contract for convenience, the Engineer will issue the Contractor a written notice signed by the Engineer, specifying that the Contract is to be terminated. Upon receipt of said written notice, except as otherwise directed in writing by the Engineer, the Contractor shall:

i. Stop all work under the Contract except that specifically directed to be completed prior to Acceptance.

ii. Perform work the Engineer deems necessary to secure the project for termination.

iii. Remove equipment from the site of the work. iv. Take such action as is necessary to protect materials from damage. v. Notify all subcontractors and suppliers that the Contract is being terminated

and that their contracts or orders are not to be further performed unless otherwise authorized in writing by the Engineer.

Page 133: TRAFFIC SIGNAL INTERSECTION OF GOLDEN · WHEREAS, the Principal is submitted to the Obligee, for installation of a traffic signal and construction of traffic striping at the intersection

47

vi. Provide the Engineer with an inventory list of all material previously produced, purchased or ordered from suppliers for use in the work and not yet used in the work, including its storage location, and such other information as the Engineer may request.

vii. Dispose of material not yet used in the work as directed by the Engineer. It shall be the Contractor's responsibility to provide the City with good title to all materials purchased by the City hereunder, including material for which partial payment has been made and with bills of sale or other documents of title for such materials.

viii. Subject to the prior written approval of the Engineer, settle all outstanding liabilities and all claims arising out of Subcontracts or orders for material terminated hereunder. To the extent directed by the Engineer, the Contractor shall assign to the City all the right, title and interest of the Contractor under subcontracts or orders for materials terminated hereunder.

ix. Furnish the Engineer with the documentation required to be furnished by the Contractor under the provisions of the Contract including, on projects as to which Federal funds are involved, all documentation required under the Federal requirements included in the Contract.

x. Take such other actions as the Engineer may direct.

b. Damage to Materials. Termination of the Contract shall not relieve the Contractor of responsibility for damage to materials except as follows:

i. The Contractor's responsibility for damage to materials for which partial payment has been made and for materials furnished by the City for use in the work and unused shall terminate when the Engineer certifies that such materials have been stored in the manner and at the locations that the Engineer has directed.

ii. The Contractor's responsibility for damage to materials purchased by the City subsequent to the issuance of the notice that the Contract is to be terminated shall terminate when title and delivery of such materials has been accepted by the City.

iii. When the Engineer determines that the Contractor has completed the work under the Contract directed to be completed prior to termination and such other work as may have been ordered to secure the project for termination, the Contractor will recommend that the Engineer formally accept the Contract, and immediately upon and after such Acceptance by the Engineer, the Contractor will not be required to perform any further work thereon and shall be relieved of its Contractual responsibilities for injury to persons or damage to property which occurs after the formal Acceptance of the project by the Engineer.

c. Compensation to Contractor. The total compensation to be paid to the Contractor shall be determined by the Engineer on the basis of the following:

Page 134: TRAFFIC SIGNAL INTERSECTION OF GOLDEN · WHEREAS, the Principal is submitted to the Obligee, for installation of a traffic signal and construction of traffic striping at the intersection

48

i. The reasonable cost to the Contractor, without profit, for all work performed under the Contract, including mobilization, demobilization and work done to secure the project for termination. Reasonable cost will include a reasonable allowance for project overhead and general administrative overhead not to exceed a total of seven (7%) percent of Direct Costs of such work.

ii. A reasonable allowance for profit on the cost of the work performed as determined under this Section, provided the Contractor establishes to the satisfaction of the Engineer that it is reasonably probable that he or she would have made a profit had the Contract been completed and provided further, that the profit allowed shall in no event exceed four (4%) percent of said cost.

iii. The reasonable cost to the Contractor of handling material returned to the vendor, delivered to the City or otherwise disposed of as directed by the Engineer.

iv. A reasonable allowance for the Contractor's administrative costs in determining the amount payable due to termination of the Contract.

d. Payments to Contractor. After Termination of the work by the Engineer, the Engineer may make payments on the basis of interim estimates pending issuance of the Final Statement, when in his or her opinion the amount thus paid, together with all amounts previously paid or allowed, will not result in total compensation in excess of that to which the Contractor will be entitled. All payments, including payment upon the Final Statement, shall be subject to deduction for prior payments and amounts, if any, to be kept or retained under the provisions of the Contract.

e. Records. All records of the Contractor and the subcontractors necessary to determine compensation in accordance with this Section shall be open to inspection or audit by representatives of the City at all times after issuance of the notice that the Contract is to be terminated and for a period of four (4) years, and such records shall be retained for that period.

f. Subcontracts. The provisions of this Section shall be included in all subcontracts.

3-1.31 Failure to Timely Complete the Work; Liquidated Damages a. Liquidated Damages.

It is agreed by the parties to the Contract that time is of the essence; and that in case all the work is not completed before or upon the expiration of the time limit as set in the Contract, or within any time extensions that may have been granted, damage will be sustained by the City; and that it may be impracticable to determine the actual amount of damage by reason of such delay. Accordingly, it is agreed that the Contractor shall pay to the City as damages the amount of $1,000 per day in Liquidated Damages for each and every day’s delay in finishing the work in excess of the number of days specified in Section 3-1.26B, above. The parties expressly agree that this liquidated damage clause is

Page 135: TRAFFIC SIGNAL INTERSECTION OF GOLDEN · WHEREAS, the Principal is submitted to the Obligee, for installation of a traffic signal and construction of traffic striping at the intersection

49

reasonable under the circumstances existing at the time the Contract was made. The City shall have the right to deduct the amount of liquidated damages from any money due or to become due the Contractor.

b. Exclusions. Notwithstanding the provisions of Subsection (a), the Contractor shall not be liable for liquidated damages or delays caused by the removal or relocation of utilities when such removal or relocation is the responsibility of the City or the owner of the utility under Government Code § 4215.

3-1.32 Rights of City Upon Termination a. In the event the right of the Contractor to proceed with the work, or any portion thereof,

has been terminated because of the fault of the Contractor and the Contractor has been given ten (10) days’ notice to cure such fault and has not done so, the City may take over the work and prosecute the same to completion by contract or any other method the City deems expedient, and may take possession of and utilize in completing the work such materials, appliances, equipment and plant as may be on the site of the work and necessary therefore. In such event, the Contractor and its sureties shall be liable for all damages including costs of managerial and administrative services, engineering, legal and other consultant fees, and liquidated damages sustained or incurred by the City in enforcing the provisions of Section D-4 of these General Conditions and in completing or causing to complete the work.

b. Upon termination the Contractor shall not be entitled to receive any further payment until the work is finished. If upon completion of the work the total cost to the City, including engineering, legal and other consultant fees, costs of managerial and administrative services, construction costs, and liquidated damages shall be less than the amount which would have been paid if the work had been completed by the Contractor in accordance with the terms of the Contract, then the difference shall be paid to the Contractor in the same manner as the final payment under the Contract. If the total cost incurred by the City on account of termination of the Contract and subsequent completion of the work by the City by whatever method the City may deem expedient shall exceed said amount which the Contractor would otherwise have been paid, the Contractor and its sureties shall be liable to the City for the full amount of such excess expense.

c. The rights and remedies of the City provided in this section are in addition to any of the rights and remedies provided by the law or under this Contract.

Page 136: TRAFFIC SIGNAL INTERSECTION OF GOLDEN · WHEREAS, the Principal is submitted to the Obligee, for installation of a traffic signal and construction of traffic striping at the intersection

SECTION 4 – LEGAL RELATIONS AND RESPONSIBILITY 4-1.01 Compliance with Laws - Permits, Regulations, Taxes Contractor is an independent contractor and shall at its sole cost and expense comply with all laws, rules, ordinances and regulations of all governing bodies having jurisdiction over the work, obtain all necessary permits and licenses therefore, pay all manufacturers’ taxes, sales taxes, use taxes, processing taxes, and all Federal and state taxes, insurance and contributions for social security and unemployment which are measured by wages, salaries or any remuneration paid to Contractor’s employees, whether levied under existing or subsequently enacted laws, rules or regulations. Contractor shall also pay all property tax assessments on materials or equipment used until acceptance by the City. If any discrepancy or inconsistency is discovered in the Plans or Specifications, or in this Contract in relation to any such law, rule, ordinance, regulation, order or decree, the Contractor shall forthwith report the same to the Engineer in writing. It shall also protect, defend and indemnify the City, the Engineer, and all of the City’s officers, agents, and servants against any claim or liability arising from or based upon the violation of any such law, rule, ordinance, regulation, order or decree, whether by the Contractor itself or by its employees. Particular attention is called to the following:

a. Without limitation, materials furnished and performance by Contractor hereunder shall comply with Safety Orders of the Division of Industrial Safety, State of California, Federal Safety regulations of the Bureau of Labor, Department of Labor; and any other applicable Federal regulations.

b. The Contractor, upon request, shall furnish evidence satisfactory to the City that any or all of the foregoing obligations have been or are being fulfilled. The Contractor warrants to the City that it is licensed by all applicable governmental bodies to perform this Contract and will remain so licensed throughout the progress of the work, and that it has, and will have, throughout the progress of the work, the necessary experience, skill and financial resources to enable it to perform this Contract.

c. Contractor is required to insure that material safety data sheets (MSDS’s) for any material requiring a material safety data sheet pursuant to any federal or state law are available in a readily accessible place on the Project premises. Contractor is also required to insure (1) the proper labeling of any substance brought onto the Project premises by Contractor or any subcontractors, and (2) that the person(s) working with the material, or within the general area of the material, are appropriately informed about the hazards of the substance and follow proper handling and protection procedures.

d. Contractor is required to comply with the provisions of Health and Safety Code Section 25249 et seq. (Prop. 65), which requires the posting and giving of notice to persons who may be exposed to any chemical known to the State of California to cause cancer.

4-1.02 Prevailing Wage a. Pursuant to section 1770 et seq. of the Labor Code of the State of California, the Director

of Industrial Relations has ascertained the general prevailing rate of per diem wages and the rates for overtime and holiday work in the locality in which the work is to be performed for each craft, classification or type of worker needed to execute the contract which will be awarded to the successful bidder. Copies are on file with and available upon request from the Engineer and are also available at the following State of California website: http://www.dir.ca.gov/dlsr/PWD/index.htm. The successful bidder shall post a copy thereof at each job site. It shall be mandatory upon the bidder to whom the Contract is

Page 137: TRAFFIC SIGNAL INTERSECTION OF GOLDEN · WHEREAS, the Principal is submitted to the Obligee, for installation of a traffic signal and construction of traffic striping at the intersection

51

awarded, and upon any subcontractor under him to comply with all Labor Code provisions, which include, but are not limited to the payment of not less than the said specified rates to all workers employed by them in the execution of the Contract, employment of apprentices, hours of labor and debarment of contractors and subcontractors.

b. The Contractor shall forfeit as penalty the amount specified by law for each calendar day or portion thereof for each worker (whether employed by the Contractor or subcontractor) paid less than the stipulated prevailing rates for any work done under the Contract in violation of the provisions of the Labor Code and in particular, Section 1775.

c. The City will not recognize or be liable for any claims for additional compensation because of the payment of the wages set forth in the Contract Documents or Contractor’s failure to pay prevailing wages. The possibility of wage increases is one of the elements to be considered by the Contractor in determining its Bid, and will not under any circumstances be considered as the basis of a claim against the City or the Engineer.

4-1.03 Labor Discrimination Attention is directed to Section 1735 of the Labor Code, which reads as follows:

No discrimination shall be made in the employment of persons upon public works because of the race, religious creed, color, national origin, ancestry, physical disability, mental disability, medical condition, marital status, or sex of such persons, except as provided in Section 12940 of the Government Code, and every Contractor for public works violating this section is subject to all the penalties imposed for a violation of this chapter.

4-1.04 Employment of Debarred Subcontractors Pursuant to Section 6109 of the Public Contract Code, an ineligible contractor may not perform work on a public works project, such as this Project, or perform work with a subcontractor who is ineligible to perform work on a public works project pursuant to Section 1777.1 or 1777.7 of the Labor Code. This list of debarred contractors is available from the State Department of Industrial Relations web site at:

http://www.dir.ca.gov/DLSE/Debar.html

4-1.05 Eight-Hour Day Limitation a. In accordance with the provisions of the Labor Code, and in particular, Sections 1810 to

1815 thereof, inclusive, eight hours labor shall constitute a day’s work, and no worker, in the employ of said Contractor, or any subcontractor, doing or contracting to do any part of the work contemplated by this Contract, shall be required or permitted to work more than eight (8) hours in any one calendar day and forty (40) hours in any one calendar week in violation of those provisions; provided that subject to Labor Code Section 1815, a worker may perform work in excess of either eight (8) hours per day or forty (40) hours during any one week upon compensation for all hours worked in excess of eight (8) hours per day or forty (40) hours during any one week at not less than one and one-half times the basic rate of pay.

b. The Contractor and each subcontractor shall keep an accurate record showing the names, addresses, social security numbers, work classifications, 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 the Contractor and by the subcontractor in connection with the work specified herein, which record shall be open at all reasonable hours to the inspection of the City, State and Federal officers and agents;

Page 138: TRAFFIC SIGNAL INTERSECTION OF GOLDEN · WHEREAS, the Principal is submitted to the Obligee, for installation of a traffic signal and construction of traffic striping at the intersection

52

and it is hereby further agreed that, except as provided in (a) above, the Contractor shall forfeit as a penalty to the City the sum of twenty-five dollars ($25) for each worker employed in the performance of this Contract by it or by any subcontractor under it for each calendar day during which such worker is required or permitted to labor more than eight (8) hours in any one calendar day and forty (40) hours in any one calendar week in violation of Sections 1810 through 1815.

4-1.06 Compliance with State Requirements for Employment of Apprentices The Contractor’s attention is directed to Section 1777.2 through 1777.5 of the Labor Code; provisions of those Sections pertaining to employment of registered apprentices are hereby incorporated by reference into these Specifications. As applicable, the Contractor or any subcontractor employed by it in the performance of the Contract work shall take such actions as necessary to comply with the provisions of Section 1777.5.

4-1.07 Underground Utilities All excavations shall be conducted by Contractor or any subcontractor in accordance with the procedures set forth in applicable law, including Government Code section 4216 et. seq. governing protection of underground infrastructure.

4-1.08 Water Pollution The Contractor shall comply with the provisions of Chapter 13.28, Storm Water Management and Discharge Control of the City of Lathrop Municipal Code.

The Contractor shall exercise every reasonable precaution to protect streams, lakes, reservoirs, bays, and coastal waters from pollution with fuels, oils, bitumens, calcium chloride and other harmful materials and shall conduct and schedule operations so as to avoid or minimize muddying and silting of streams, lakes, reservoirs, bays and coastal waters. Care shall be exercised to preserve adjacent vegetation beyond the limits of construction.

Water pollution control work is intended to provide prevention, control and abatement of water pollution to streams, waterways and other bodies of water, and shall consist of constructing those facilities which may be shown on the plans, specified herein or in the special provisions, or directed by the Engineer.

In order to provide effective and continuous control of water pollution it may be necessary for the Contractor to perform the contract work in small or multiple units, on an out of phase schedule, and with modified construction procedures. The Contractor shall provide temporary water pollution control measures, including but not limited to, dikes, basins, ditches, and applying straw and seed, which become necessary as a result of the Contractor's operations. The Contractor shall coordinate water pollution control work with all other work done on the contract.

Before starting any work on the project, the Contractor shall submit, for acceptance by the Engineer, a program to control water pollution effectively during construction of the project. The program shall show the schedule for the erosion control work included in the contract and for all water pollution control measures which the Contractor proposes to take in connection with construction of the project to minimize the effects of the operations upon adjacent streams and other bodies of water. The Contractor shall not perform any clearing and grubbing or earthwork on the project, other than that specifically authorized in writing by the Engineer, until the program has been accepted.

Page 139: TRAFFIC SIGNAL INTERSECTION OF GOLDEN · WHEREAS, the Principal is submitted to the Obligee, for installation of a traffic signal and construction of traffic striping at the intersection

53

If the measures being taken by the Contractor are inadequate to control water pollution effectively, the Engineer may direct the Contractor to revise the operations and the water pollution control program. The directions will be in writing and will specify the items of work for which the Contractor's water pollution control measures are inadequate. No further work shall be performed on those items until the water pollution control measures are adequate and, if also required, a revised water pollution control program has been accepted.

The Engineer will notify the Contractor of the acceptance or rejection of any submitted or revised water pollution control program in not more than 5 working days.

The City will not be liable to the Contractor for failure to accept all or any portion of an originally submitted or revised water pollution control program, nor for any delays to the work due to the Contractor's failure to submit an acceptable water pollution control program.

The Contractor may request the Engineer to waive the requirement for submission of a written program for control of water pollution when the nature of the Contractor's operation is such that erosion is not likely to occur. Waiver of this requirement will not relieve the Contractor from responsibility for compliance with the other provisions of this section. Waiver of the requirement for a written program for control of water pollution will not preclude requiring submittal of a written program at a later time if the Engineer deems it necessary because of the effect of the Contractor's operations.

Unless otherwise approved by the Engineer in writing, the Contractor shall not expose a total area of erodible earth material, which may cause water pollution, exceeding 1 acre (45,000 square feet) for each separate location, operation or spread of equipment before either temporary or permanent erosion control measures are accomplished.

Where erosion which will cause water pollution is probable due to the nature of the material or the season of the year, the Contractor's operations shall be so scheduled that permanent erosion control features will be installed concurrently with or immediately following grading operations.

Nothing in the terms of the contract nor in the provisions in this Section shall relieve the Contractor of the responsibility for compliance with Sections 5650 and 12015 of the Fish and Game Code, or other applicable statutes relating to prevention or abatement of water pollution.

When borrow material is obtained from other than commercially operated sources, erosion of the borrow site during and after completion of the work shall not result in water pollution. The material source shall be finished, where practicable, so that water will not collect or stand therein.

The requirements of this section shall apply to all work performed under the contract and to all non-commercially operated borrow or disposal sites used for the project.

The Contractor shall also conform to the following provisions:

1 Where working areas encroach on live streams, barriers adequate to prevent the flow of muddy water into streams shall be constructed and maintained between working areas and streams, and during construction of the barriers, muddying of streams shall be held to a minimum.

2 Removal of material from beneath a flowing stream shall not be commenced until adequate means, such as a bypass channel, are provided to carry the stream free from mud or silt around the removal operations.

Page 140: TRAFFIC SIGNAL INTERSECTION OF GOLDEN · WHEREAS, the Principal is submitted to the Obligee, for installation of a traffic signal and construction of traffic striping at the intersection

54

3 Should the Contractor's operations require transportation of materials across live streams, the operations shall be conducted without muddying the stream. Mechanized equipment shall not be operated in the stream channels of the live streams except as may be necessary to construct crossings or barriers and fills at channel changes.

4 Water containing mud or silt from aggregate washing or other operations shall be treated by filtration, or retention in a settling pond, or ponds, adequate to prevent muddy water from entering live streams.

5 Oily or greasy substances originating from the Contractor's operations shall not be allowed to enter or be placed where they will later enter a live stream.

6 Portland cement or fresh Portland cement concrete shall not be allowed to enter flowing water of streams.

7 When operations are completed, the flow of streams shall be returned as nearly as possible to a meandering thread without creating possible future bank erosion, and settling pond sites shall be graded so they will drain and will blend in with the surrounding terrain.

8 Material derived from roadway work shall not be deposited in a live stream channel where it could be washed away by high stream flows.

9 Where there is possible migration of anadromous fish in streams affected by construction on the project, the Contractor shall conduct work operations so as to allow free passage of the migratory fish.

Compliance with the provisions in this section shall in no way relieve the Contractor from the responsibility to comply with the other provisions of the contract, in particular the responsibility for damage and for preservation of property.

Full compensation for conforming to the provisions in this section shall be considered as included in the prices paid for the various items of work and no additional compensation will be allowed therefore.

4-1.09 Payment of Taxes The Contract prices paid for the work shall include full compensation for all taxes which the Contractor is required to pay, whether imposed by Federal, State, or local governments.

4-1.10 Patents The Contractor shall assume all costs arising from the use of patented materials, equipment, devices, or processes used on or incorporated into the work, and agrees to defend, indemnify and save harmless the City, the Engineer, and their duly authorized representatives, from all suits at law, or actions of every nature for, or on account of, the use of any patented materials, equipment, devices, or processes.

4-1.11 Public Convenience a. This Section defines the Contractor’s responsibility with regard to convenience of the

public and public traffic in connection with its operations. b. The Contractor shall so conduct its operations as to offer the least possible obstruction

and inconvenience to the public and it shall have under construction no greater length or amount of work than it can prosecute properly with due regard to the rights of the public.

c. Unless otherwise provided in the Contract Documents, all public traffic shall be permitted to pass through the work with as little inconvenience and delay as possible. Where possible, public traffic shall be routed on new or existing paved surfaces. In order to

Page 141: TRAFFIC SIGNAL INTERSECTION OF GOLDEN · WHEREAS, the Principal is submitted to the Obligee, for installation of a traffic signal and construction of traffic striping at the intersection

55

expedite the passage of public traffic through or around the work, the Contractor shall install as appropriate signs, lights, flares, barricades, and other facilities for the sole convenience and direction of public traffic. Also, where directed by the Engineer, the Contractor shall provide and station competent flaggers whose sole duties shall consist of directing the movement of public traffic through or around the work. The cost of furnishing and installing such signs, lights, flares, barricades, and other facilities, and the cost of providing and stationing such flaggers, all for the convenience and direction of public traffic, will be considered as included in the Contract price and no additional compensation will be allowed.

d. Spillage resulting from hauling operations along or across any publicly traveled way shall be removed immediately by the Contractor at its expense.

e. Construction operations shall be conducted in such a manner as to cause as little inconvenience as possible to abutting property owners.

f. Convenient access to driveways, houses and buildings along the line of the work shall be maintained and temporary approaches to crossings or intersecting highways shall be provided and kept in good condition. When the abutting property owner’s access across the right-of-way line is to be eliminated, or to be replaced under the Contract by other access facilities, the existing access shall not be closed until the replacement access facilities are usable.

g. Water shall be supplied if ordered by the Engineer for the alleviation or prevention of dust nuisance as provided in the Contract Documents.

h. Flaggers and guards, while assigned to traffic control, shall perform their duties and shall be provided with the necessary equipment in accordance with CalTrans’ current “Instructions to Flagmen.” The equipment shall be furnished and kept clean and in good repair by the Contractor at its expense.

i. When ordered by the Engineer, the Contractor shall furnish a pilot car and driver and flaggers for the purpose of expediting the passage of public traffic through the work under one way controls, and the cost thereof will be paid for as extra work as provided in Section B-4, except that the cost of flaggers furnished for this purpose will be paid for as provided below. At locations where traffic is being routed through construction under one way controls and when ordered by the Engineer, the movement of the Contractor's equipment from one portion of the work to another shall be governed in accordance with the one way controls.

j. The provisions in this Section shall not relieve the Contractor from the responsibility of providing for the safety of the public as provided in Sections E-12 and E-13 nor relieve the Contractor from the responsibility for damage as provided in Section E, "Legal Relations and Responsibility."

4-1.12 Safety a. General Rule.

The Contractor shall be solely and completely responsible for the 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 all applicable Federal, State, and local laws, ordinances, and codes, and to the rules and regulations established by the California Division of Industrial Safety, and to other rules of law applicable to the work.

b. Additional Safety Provisions. i. The services of the Engineer in conducting construction review of the

Contractor’s performance is not intended to include review of the adequacy of the Contractor’s work methods, equipment, bracing or scaffolding or safety

Page 142: TRAFFIC SIGNAL INTERSECTION OF GOLDEN · WHEREAS, the Principal is submitted to the Obligee, for installation of a traffic signal and construction of traffic striping at the intersection

56

measures, in, on, or near the construction site, and shall not be construed as supervision of the actual construction nor shall it make the Engineer or the City responsible for providing a safe place for the performance of work by the Contractor, subcontractors, or suppliers; or for access, visits, use work, travel or occupancy by any person.

ii. The Contractor shall carefully instruct all personnel as to potential dangers and shall provide such necessary safety equipment and instruction as is necessary to prevent injury to personnel and damage to property. Special care shall be exercised relative to electrical work, work involving excavation and in sump pump work.

iii. All work and materials shall be in strict accordance with all applicable State, Federal and local laws, rules, regulations, and codes.

iv. Nothing in this Contract is to be construed to permit work not conforming to governing law. When Contract Documents differ from governing law, the Contractor shall furnish and install the higher standards called for without extra charge. 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 law, this shall be provided.

c. Shoring and Trench Safety Plan.

Attention is directed to Section 832 of the Civil Code of the State of California relating to lateral and subjacent support, and the Contractor shall comply with this law.

d. Trenching and Worker Protection.

In accordance with Section 6705 of the Labor Code, the Contractor shall submit to the City specific plans to show details of provisions for worker protection from caving ground. Not less than ten (10) days after the date indicated on the Notice to Proceed and before beginning excavation for any trench or trenches five feet or more in depth for any work done under this Contract, the Contractor shall furnish to the Engineer working drawings of its trench safety plan. The trench safety plan working drawings shall be detailed plans showing the design of shoring, bracing, sloping or other provisions to be made for worker protection from the hazard of caving ground. If such plan varies from the shoring system standards established by the Construction Safety Orders of the California Department of Industrial Relations or the Federal Safety and Health Regulations for Construction of the Occupational Safety and Health Administration, Department of Labor, the plan shall be prepared by a registered civil or structural engineer. In no event shall the Contractor use a shoring, sloping, or protective system less effective than that required by said Construction Safety Orders, or less effective than that required by said Federal Safety and Health Regulations for Construction. Submission of this plan in no way relieves the Contractor from the requirement to maintain safety in all operations performed by it or its subcontractors.

4-1.13 Protection of Person and Property a. The Contractor shall take whatever precautions are necessary to prevent damage to all

existing improvements, including above ground and underground utilities, trees, shrubbery that is not specifically shown to be removed, fences, signs, mailboxes, survey markers and monuments, buildings, structures, the City’s property, adjacent property, and any other improvements or facilities within or adjacent to the work. If such improvements or property are injured or damaged by reason of the Contractor’s operations, they shall be replaced or restored, at the Contractor’s expense, to a condition at least as good as the condition they were in prior to the start of the Contractor’s operations.

Page 143: TRAFFIC SIGNAL INTERSECTION OF GOLDEN · WHEREAS, the Principal is submitted to the Obligee, for installation of a traffic signal and construction of traffic striping at the intersection

57

b. The Contractor shall adopt all practical means to minimize interference to traffic as specified in Section 0 and public inconvenience, discomfort or damage. The Contractor shall protect against injury to any pipes, conduits or other structures, crossing the trenching or encountered in the work and shall be responsible for any injury done to such pipes or structures, or damage to property resulting therefrom. The Contractor shall support or replace any such pipes or structures, without delay and without any additional compensation, to the satisfaction of the Engineer. All obstructions to traffic shall be guarded by barriers illuminated at night. The Contractor shall be responsible for all damage to persons and property directly or indirectly caused by its operations and, under all circumstances, notwithstanding any provisions in this Contract to the contrary, the Contractor must comply with the laws and regulations of the County and the State of California relative to safety of persons and property and the interruption of traffic and the convenience of the public within the respective jurisdictions.

4-1.14 Responsibility for Repair of Facilities All public or private facilities, including but not limited to gravel surfacing at existing canals, structures, telephone cables, roadways, curbs, gutters, parking lots, private drives, levees and embankments for creeks, ponds and reservoirs disturbed during construction of the work shall be repaired and/or replaced by the Contractor to match facilities existing prior to construction. In addition, the Contractor shall be responsible for any subsidence or settlement damage to such facilities or adjoining areas for a period of one year after acceptance of such required facilities.

4-1.15 Resolution of Construction Claims by City All claims filed by the Contractor must be in writing and include the documents necessary to substantiate the claim. Notwithstanding any other provision herein, all claims that are equal to or less than Three Hundred Seventy-five Thousand Dollars ($375,000) shall be resolved pursuant to Public Contract Code section 20104 et seq., as may be amended from time to time, and which provisions are incorporated herein. Claims must first be filed in accordance with the provisions of Sections B-7 and B-8 of these General Conditions. Under no circumstances, however, may a claim be filed after the day of final payment. Nothing in this subsection is intended to extend the time limit or supersede notice requirements for the filing of claims as set forth elsewhere in this contract.

a. Claims Less Than $50,000.00. i. The City will respond in writing to all written claims equal to or less than fifty

thousand dollars ($50,000) within forty-five (45) calendar days of receipt of the claim. Within thirty (30) calendar days of receipt of the claim, the City may request any additional documentation supporting the claim or relating to defenses or claims the City may have against the claimant.

ii. If additional information is thereafter required, it shall be requested and provided pursuant to this subsection, upon mutual agreement of the City and the claimant.

iii. The City’s written response to the claim, as further documented, shall be submitted to the claimant within fifteen (15) calendar days after receipt of the further documentation or within a period of time no greater than that taken by the claimant in producing the additional information, whichever is greater.

b. Claims Between $50,000.00 and $375,000.00. i. The City will respond in writing to all written claims over fifty thousand dollars

($50,000) and less than or equal to three hundred seventy-five thousand

Page 144: TRAFFIC SIGNAL INTERSECTION OF GOLDEN · WHEREAS, the Principal is submitted to the Obligee, for installation of a traffic signal and construction of traffic striping at the intersection

58

dollars ($375,000), within sixty (60) calendar days of receipt of the claim. Within thirty (30) calendar days of receipt of the claim, the City may request, in writing, any additional documentation supporting the claim or relating to defenses to the claim the City may have against the claimant.

ii. If additional information is thereafter required, it shall be requested and provided pursuant to this Subdivision, upon mutual agreement of the City and the claimant.

iii. The City’s written response to the claim, as further documented, shall be submitted to the claimant within thirty (30) calendar days after receipt of the further documentation or within a period of time no greater than that taken by the claimant in producing the additional information or requested documents, whichever is greater.

c. Claims in Excess of $375,000.00. i. The Engineer shall, within a reasonable time after the presentation of any claim

in excess of $375,000, make a decision in writing on such claim. ii. All decisions of the Engineer shall be final unless the Contractor, within ten (10)

calendar days after receipt of the Engineer's decision, files a written protest with the Engineer stating clearly and in detail the basis of the protest. Such protest shall be forwarded promptly by the Engineer to the City Council, who will issue a decision on such protest. It is hereby agreed that the Contractor's failure to protest the Engineer's determination or instruction within ten (10) calendar days after such determination or instruction is transmitted to the Contractor shall constitute a waiver by the Contractor of all rights to further protest, judicial or otherwise.

d. Meet and Confer Conference. i. If the claimant disputes the City’s written response, or the City fails to respond

within the time prescribed, the claimant may so notify the City, in writing, either within fifteen (15) calendar days of receipt of the City’s response or within fifteen (15) calendar days of the City’s failure to respond within the time prescribed, respectively, and demand an informal conference to meet and confer for settlement of the issues in dispute. Upon a demand, the City shall schedule a meet and confer conference within thirty (30) calendar days for settlement of the dispute.

ii. If, following the meet and confer conference, the claim or any portion thereof remains in dispute, the claimant 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 the 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 claimant submits his or her written claim pursuant to this Section until the time that claim is denied as a result of the meet and confer process, including any period of time utilized by the meet and confer process.

e. Contractor's Duty During Claim Resolution. i. The Contractor shall proceed with the work in accordance with the plans and

specifications and determinations and instructions of the Engineer during the resolution of any claims disputes.

Page 145: TRAFFIC SIGNAL INTERSECTION OF GOLDEN · WHEREAS, the Principal is submitted to the Obligee, for installation of a traffic signal and construction of traffic striping at the intersection

59

4-1.16 Civil Action Procedures The following procedures will apply to all civil actions filed to resolve claims under this contract:

a. Non-Binding Meditation. i. Within sixty (60) calendar days, but no earlier than thirty (30) calendar days,

following the filing of responsive pleadings, 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 fifteen (15) calendar days by both parties of a disinterested third person as mediator, shall be commenced within thirty (30) calendar days of the submittal, and shall be concluded within fifteen (15) calendar days from the commencement of the mediation unless a time requirement is extended upon a good cause showing to the court or by stipulation of both parties. If the parties fail to select a mediator within the fifteen (15) day period, any party may petition the court to appoint the mediator.

b. Judicial Arbitration. i. If the matter remains in dispute following mediation, the case shall be submitted to judicial arbitration pursuant to Chapter 2.5 (commencing with Section 1141.10) of Title 3 of Part 3 of the Code of Civil Procedure, notwithstanding Section 1141.11 of that code. The Civil Discovery Act of 1986 (Article 3 (commencing with Section 2016) of Chapter 3 of Title 3 of Part 4 of the Code of Civil Procedure) shall apply to any proceeding brought under this subsection consistent with the rules pertaining to judicial arbitration.

i. Notwithstanding any other provision of law, upon stipulation of the parties, arbitrators appointed for purposes of this article shall be experienced in construction law, and, upon stipulation of the parties, mediators and arbitrators shall be paid necessary and reasonable hourly rates of pay not to exceed their customary rate, and such fees and expenses shall be paid equally by the parties, except in the case of arbitration where the arbitrator, for good cause, determines a different division. In no event shall these fees or expenses be paid by state or county funds.

ii. In addition to Chapter 2.5 (commencing with Section 1141.10) of Title 3 of Part 3 of the Code of Civil Procedure, any party who after receiving an arbitration award requests a trial de novo but does not obtain a more favorable judgment shall, in addition to payment of costs and fees under that chapter, pay the attorney’s fees of the other party arising out of the trial de novo.

c. Payment by City. i. The City shall pay money as to any portion of a claim which is undisputed

except as otherwise provided in this contract. ii. In any suit filed under Subsection (b) of this Section, the City shall pay

interest at the legal rate on any arbitration award or judgment. The interest shall begin to accrue on the date the suit is filed in a court of law.

4-1.17 City’s Repair In the event the Contractor refuses or neglects to make good any loss or damage for which the Contractor is responsible under this Contract, the City may itself, or by the employment of others, make good any such loss or damage, and the cost and expense of doing so, including any

Page 146: TRAFFIC SIGNAL INTERSECTION OF GOLDEN · WHEREAS, the Principal is submitted to the Obligee, for installation of a traffic signal and construction of traffic striping at the intersection

60

reasonable engineering, legal and other consultant fees, and any costs of administrative and managerial services, shall be charged to the Contractor. Such costs and expenses may be deducted by the City from claims for payment made by the Contractor for work completed or remaining to be completed.

4-1.18 Anti-trust Claim Assignment In entering into a public works contract or a subcontract to supply goods, services, or materials pursuant to this Contract, the Contractor and all subcontractors shall 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. § 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 public works contract or subcontract. 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.

4-1.19 Waiver of Right to Rescind for Material Breach The Contractor agrees that it can be adequately compensated by money damages for any breach of this Contract which may be committed by the City and hereby agrees that no default, act, or omission of the City or the Engineer, shall constitute a material breach of the Contract entitling the Contractor to cancel or rescind the provisions of this Contract or (unless the City shall so consent or direct in writing) to suspend or abandon performance of all or any part of the work. The Contractor hereby waives any and all rights and remedies to which it might otherwise be or become entitled, save only its right to money damages.

4-1.20 Contractor’s License Notice Contractors are required by law to be licensed and regulated by the Contractors' State License Board which has jurisdiction to investigate complaints against contractors if a complaint regarding a patent act or omission is filed within four years of the date of the alleged violation. A complaint regarding a latent act or omission pertaining to structural defects must be filed within 10 years of the date of the alleged violation. Any questions concerning a contractor may be referred to the Registrar, Contractors' State License Board, P.O. Box 26000, Sacramento, California 95826.

4-1.21 Historical, Scientific and Archeological Discoveries All articles of historical or scientific value, including but not limited to coins, fossils, and articles of antiquity which may be uncovered by the Contractor during the progress of work, shall become City property. Such findings shall be reported immediately to the Engineer who will determine the method of removal, where necessary, and the final disposition thereof.

4-1.22 Third-Party Claims The City shall provide Contractor with timely notification of the receipt of any third-party claim in accordance with Public Contract Code section 9201.

Page 147: TRAFFIC SIGNAL INTERSECTION OF GOLDEN · WHEREAS, the Principal is submitted to the Obligee, for installation of a traffic signal and construction of traffic striping at the intersection

61

SECTION 5 – PAYMENT 5-1.01 Measurement of Quantities

a. Where the Contract provides for payment on a lump sum price basis, no measurement of quantity will be made. Where the Contract provides for payment on a unit price basis, the quantities of work performed will be computed by the Engineer on the basis of measurements taken by the Engineer, and these measurements shall be final and conclusive.

b. All quantities of work computed under the Contract shall be based upon measurements by the Engineer according to United States Measurements and Weights.

c. Methods of measurement are specified herein and in the Specifications. 5-1.02 Scope of Payment

a. The Contractor shall accept the compensation provided in the Contract as full payment for furnishing all labor, materials, tools, equipment, and incidentals necessary to the completed work and for performing all work contemplated and embraced under the Contract. The compensation provided in this Contract is also full payment for loss or damage arising from the nature of the work, or from the action of the elements, or from any unforeseen difficulties which may be encountered during the prosecution of the work until the acceptance by the City and for all risks of every description connected with the prosecution of the work. In addition, the compensation provided in this Contract is full compensation for all expenses incurred in consequence of the suspension or discontinuance of the work as provided in the Contract; and for completing the work according to the Specifications and Plans.

b. Neither the payment of any estimate nor of any retained percentage shall relieve the Contractor of any obligation to make good any defective work or material.

c. The Work also includes the preparatory work and operations needed for mobilization and demobilization of the Project. The Work, however, does not include establishing the Engineer's field facility(s) or the utility work and connections needed for these facilities.

5-1.03 Progress Estimate For each calendar month of Contract work, the Engineer will prepare a progress estimate of all work performed under the Contract. Within the first ten (10) days of each succeeding calendar month, the Engineer will prepare in writing and certify to the City, an estimate which in the Engineer’s opinion is a fair approximation of the value of all work done under the Contract, including any amounts due the Contractor for extra work and change orders. In arriving at the value of the work done, the Engineer will give consideration to the value of labor and materials which have been incorporated into the permanent work by the Contractor during the preceding month. Consideration will not be given to preparatory work done or for materials or equipment on hand but not incorporated into the work. In order to assist the Engineer, the Contractor shall furnish the Engineer with a monthly invoice detailing the work completed during the month and total to date including copies of supporting invoices for all items delivered to the job site. 5-1.04 Progress Payments

a. The City will pay the Contractor ninety (95%) percent of the amount of each progress estimate within thirty (30) calendar days after receipt of an undisputed and properly submitted progress estimate from the Contractor. If the City fails to pay an undisputed progress estimate within the allotted thirty (30) calendar days, the City shall pay interest

Page 148: TRAFFIC SIGNAL INTERSECTION OF GOLDEN · WHEREAS, the Principal is submitted to the Obligee, for installation of a traffic signal and construction of traffic striping at the intersection

62

to the Contractor equivalent to the legal rate set forth in subdivision (a) of Section 685.010 of the Code of Civil Procedure. Five percent (5%) of the amount of each estimate shall be retained by the City until final completion and acceptance of all work under the Contract. Any request to reduce retention must comply with the provisions of Public Contract Code Section 9203(a).

b. Upon receipt of a payment request, the City shall act in accordance with both of the following:

i. Each payment request shall be reviewed by the City as soon as practicable after receipt for the purpose of determining that the progress estimate is a proper payment request.

ii. Any payment request determined not to be a proper payment request suitable for payment shall be returned to the Contractor as soon as practicable, but not later than seven days, after receipt. A request returned pursuant to this Section shall be accompanied by a document setting forth in writing the reasons why the payment request is not proper.

c. The number of days available to the City to make a payment without incurring interest pursuant to this Section shall be reduced by the number of days by which the City exceeds the seven (7) day return requirement set forth in Subsection (b)(ii) of this Section.

d. The Contractor may, in accordance with the provisions of Public Contract Code section 22300, substitute securities for any monies which the City may withhold to insure performance under the Contract.

e. When, in the judgment of the Engineer, the work is not proceeding in accordance with the provisions of the Contract, or when in its judgment the total amount of the work done since the last estimate amounts to less than $1,000, no pay estimate will be prepared and no progress payment will be made.

f. No progress estimate or payment shall be considered to be an approval or acceptance of any work, materials, or equipment. Estimated amounts and values of work done and materials and equipment furnished will be conformed with actual amounts and values as they become available in subsequent progress estimates, progress payments and the final estimate and payment. All estimates and payments will be subject to correction in subsequent progress estimates and payments and the final estimate and payment.

g. It is mutually agreed between the parties to the Contract that no payments made under the Contract, including progress payments and the final payment, shall be evidence of the performance of the Contract, either wholly or in part, and no payment shall be construed to be an acceptance of any defective or incomplete work or improper materials.

5-1.05 Right to Withhold Payments

a. In addition to all other rights and remedies of the City hereunder and by virtue of the law, the City may withhold or nullify the whole or any part of any partial or final payment to such extent as may reasonably be necessary to protect the City from loss on account of:

i. Defective work not remedied, irrespective of when any such work be found to be defective;

ii. Claims, liens, stop notices or notices to withhold filed or reasonable evidence indicating probable filing of claims, liens, stop notices or notices to withhold including, but not limited to claims under Sections 1775, 1776, or 1777.7 of the Labor Code;

iii. Failure of the Contractor to make payments properly for labor, materials, equipment, or other facilities, or to subcontractors and/or suppliers;

iv. A reasonable doubt that the work can be completed for the balance then unearned;

Page 149: TRAFFIC SIGNAL INTERSECTION OF GOLDEN · WHEREAS, the Principal is submitted to the Obligee, for installation of a traffic signal and construction of traffic striping at the intersection

63

v. A reasonable doubt that the Contractor will complete the work within the agreed time limits;

vi. Costs to the City resulting from failure of the Contractor to complete the work within the proper time; or

vii. Damage to work or property. b. Whenever the City shall, in accordance herewith, withhold any monies otherwise due the

Contractor, written notice of the amount withheld and the reasons therefore will be given the Contractor. After the Contractor has corrected the enumerated deficiencies, the City will promptly pay to the Contractor the amount so withheld. When monies are withheld to protect the City against claims, liens, stop notices, or notices to withhold of mechanics, materialmen, subcontractors, etc., the City may at its discretion permit the Contractor to deliver a surety bond in terms and amount satisfactory to the City, indemnifying the City against any loss or expense, and upon acceptance thereof by the City, the City shall release to the Contractor monies so withheld.

5-1.06 Liens and Stop Notices The Contractor agrees to keep the Work, the Site of the Work and all monies held by the City free and clear of all liens and stop notices related to labor and materials furnished in connection with the Work, if permitted by law. Furthermore, the Contractor waives any right it may have to file any type of lien or stop notice in connection with the Work. Notwithstanding anything to the contrary contained in the Contract Documents, if any such lien or stop notice is filed or there is evidence to believe that lien or stop notice may be filed at any time during the progress of the Work or within the duration of this Contract, the City may refuse to make any payment otherwise due the Contractor or may withhold any payment due the Contractor a sum sufficient in the opinion of the City to pay all obligations and expenses necessary to satisfy such lien or stop notice. The City may withhold such payment unless or until the Contractor, within ten days after demand therefore by the City, furnishes satisfactory evidence that the indebtedness and any lien or stop notice in respect thereof has been satisfied, discharged and released of record, or that the Contractor has legally caused such lien or stop notice to be released of record pending the resolution of any dispute between the Contractor and any person or persons filing such lien or stop notice. If the Contractor fails to furnish such satisfactory evidence within ten days of the demand therefore, the City may discharge such indebtedness and deduct the amount thereof, together with any and all losses, costs and damages suffered or incurred by the City from any sum payable to the Contractor under the Contract documents, including but not limited to final payment and retained percentage. This Section shall be specifically included in all subcontracts and purchase orders entered into by the Contractor. 5-1.07 Final Acceptance and Date of Completion Whenever the Contractor shall deem all work under this Contract to have been completed in accordance therewith, it shall so notify the Engineer in writing, and the Engineer shall promptly ascertain whether the work has been satisfactorily completed and, if not, shall advise the Contractor in detail and in writing of any additional work required. When all the provisions of the Contract have been fully complied with to the satisfaction of the Engineer, it shall proceed with all reasonable diligence to determine accurately the total value of all work performed by the Contractor at the prices set forth in the Contract or fixed by Change Orders, and the total value of all extra work, all in accordance with the Contract. The Engineer will then certify to said final estimate and to the completion of the work, and will file copies thereof with the City and the Contractor and recommend final acceptance by the City Council. The date of completion shall be the date upon which the City Council makes its formal written acceptance of the work. The City reserves the right to occupy or utilize any portion of the Work at any time before completion, and

Page 150: TRAFFIC SIGNAL INTERSECTION OF GOLDEN · WHEREAS, the Principal is submitted to the Obligee, for installation of a traffic signal and construction of traffic striping at the intersection

64

such occupancy or use shall not constitute Acceptance of any part of Work covered by this Contract. This use shall not relieve the Contractor of its responsibilities under the Contract. The City may choose to withhold funds in accordance with the provisions of Section 0. 5-1.08 Final Payment Within ten (10) calendar days after the date of completion, the City will file in the Office of the County Recorder, a Notice of Completion of the work herein agreed to be done by the Contractor. The date of completion for purposes of filing the notice of completion shall be the date of City Council acceptance of the contract. On the expiration of thirty-five (35) calendar days after the recordation of such Notice of Completion, the difference between said final estimate and all payments theretofore made to the Contractor shall be due and payable to the Contractor, subject to any requirements concerning the furnishings of a maintenance bond, and excepting only such sum or sums as may be withheld or deducted in accordance with the provisions of this Contract. All prior certifications, upon which partial payments may have been made, being merely estimates, shall be subject to correction in the final certificate. Notwithstanding the above, the City will release retention in accordance with the provisions of Public Contract Code Section 7107 within 60 days of completion of the work (as completion is defined in PCC § 7107). 5-1.09 Final Release Final payment to the Contractor in accordance with the final estimate is contingent upon the Contractor furnishing the City with a signed written release of all claims against the City arising by virtue of the Contract. Disputed Contract claims in stated amounts may be specifically excluded by the Contractor from the operation of the release. The release shall be in substantially the following form:

Page 151: TRAFFIC SIGNAL INTERSECTION OF GOLDEN · WHEREAS, the Principal is submitted to the Obligee, for installation of a traffic signal and construction of traffic striping at the intersection

WAIVER AND RELEASE UPON FINAL PAYMENT

NOTICE: THIS DOCUMENT WAIVES RIGHTS UNCONDITIONALLY AND STATES THAT YOU HAVE BEEN PAID FOR GIVING UP THOSE RIGHTS. THIS DOCUMENT IS ENFORCEABLE AGAINST YOU IF YOU SIGN IT, EVEN IF YOU HAVE NOT BEEN PAID. IF YOU HAVE NOT BEEN PAID, USE A CONDITIONAL RELEASE FORM.

The undersigned has been paid in full for all labor, services, equipment or material furnished to the City on the job of Traffic Signal at Golden Valley Parkway and Spartan Way, CIP PS 18-03 located at Lathrop, California and does hereby waive and release any right to a mechanic's lien, stop notice, or any right against a labor and material bond on the job, except for disputed claims for extra work in the amount of specified below:

Nature of Dispute Date of Notice Amount of Claim

Dated:

CONTRACTOR:

By:

Title:

Page 152: TRAFFIC SIGNAL INTERSECTION OF GOLDEN · WHEREAS, the Principal is submitted to the Obligee, for installation of a traffic signal and construction of traffic striping at the intersection

City of Lathrop Department of Public Works

SUPPLEMENTAL CONDITIONS SECTION 6

Page 153: TRAFFIC SIGNAL INTERSECTION OF GOLDEN · WHEREAS, the Principal is submitted to the Obligee, for installation of a traffic signal and construction of traffic striping at the intersection

i

Contents SECTION 1 – GENERAL CONSTRUCTION .......................................................................... 2

SECTION 2 – DEFINITIONS AND TERMS ............................................................................ 2

SECTION 3 – SCOPE OF WORK .......................................................................................... 2

SECTION 4 – CONTROL OF WORK ..................................................................................... 2

4-1.01 Construction Staking and Surveys ........................................................................... 2

4-1.02 Materials – City Supplied ......................................................................................... 2

4-1.03 Storage of Materials ................................................................................................. 2

4-1.04 Submittals ................................................................................................................ 2

4-1.05 Trade Names and Alternatives ................................................................................. 6

SECTION 5 – PROGRESS AND COMPLETION OF WORK .................................................. 6

SECTION 6 – LEGAL RELATIONS AND RESPONSIBILITY .................................................. 7

6-1.01 E-Permits and Licenses ........................................................................................... 7

6-1.02 Safety ...................................................................................................................... 7

6-1.03 Construction and Demolition Debris Recycling ......................................................... 8

6-1.04 Schedule of Values .................................................................................................. 8

Page 154: TRAFFIC SIGNAL INTERSECTION OF GOLDEN · WHEREAS, the Principal is submitted to the Obligee, for installation of a traffic signal and construction of traffic striping at the intersection

2

SECTION 1 – GENERAL CONSTRUCTION Except as modified by these Supplemental Conditions, the work shall be performed in accordance with the General Conditions. The numbering of these Supplemental Conditions conforms to the numbering in the General Conditions. The existence of a section in these Supplemental Conditions means that a corresponding section in the General Conditions is modified in some respect.

SECTION 2 – DEFINITIONS AND TERMS There are no amendments to this Section of the General Conditions

SECTION 3 – SCOPE OF WORK There are no amendments to this Section of the General Conditions

SECTION 4 – CONTROL OF WORK 4-1.01 Construction Staking and Surveys The Contractor shall provide all construction staking and layout for the project, as needed.

4-1.02 Materials – City Supplied No materials will be supplied by the City.

4-1.03 Storage of Materials Storage of materials on the job site must be approved by the Engineer.

4-1.04 Submittals a. Contractor’s Responsibilities

The Contractor shall submit, at its own expense submittals and details of equipment, material, electrical controls, architectural fabrications, finishes, hardware, and other appurtenances as required in technical specifications. All submittals and supporting data, catalogs, schedules, etc., shall be submitted as the instruments of the Contractor, who shall be responsible for their accuracy and completeness and coordination. Such responsibility shall not be delegated in whole or part to subcontractors or suppliers. These submittals may be prepared by the Contractor, subcontractors, or suppliers, but the Contractor shall ascertain that submittals meet all of the requirements of the Contract Documents, while conforming to structural, space, and access conditions at the point of installation. Designation of work "by others," if shown in submittals, shall mean that the work will be the responsibility of the Contractor rather than the subcontractor or supplier

Page 155: TRAFFIC SIGNAL INTERSECTION OF GOLDEN · WHEREAS, the Principal is submitted to the Obligee, for installation of a traffic signal and construction of traffic striping at the intersection

3

who prepared the Shop submittals. The Contractor shall insure that there is no conflict with other submittals and notify the Engineer in each case where its submittal may affect the work of another Contractor or the Owner. The Contractor shall insure coordination of submittals among the related crafts and subcontractors. Submittals shall be prepared in such form that data can be identified with the applicable Specification paragraph. The data shall clearly demonstrate compliance with the Contract Plans and Specifications and shall relate to the specific equipment to be furnished. Where manufacturer's standard drawings are employed, they shall be marked clearly to show what portion of the data is applicable to this project.

b. Transmittal Procedures

i. Transmittal Form A separate transmittal form shall be used for each specific item, class of material, equipment, and items specified in separate, discrete sections, for which the submittal is required. Submittal documents common to more than one piece of equipment shall be identified with all the appropriate equipment numbers. Submittals for various items shall be made with a single form when the items taken together constitute a manufacturer's package or are so functionally related that expediency indicates checking or review of the group or package as a whole. The specification section to which the submittal is related shall be indicated on the transmittal form. A unique number, sequentially assigned, shall be noted on the transmittal form accompanying each item submitted. Original submittal numbers shall have the following format: "XXX"; where "XXX" is the sequential number assigned by the Contractor. Resubmittals shall have the following format: "XXX-Y"; where "XXX" is the originally assigned submittal number and "Y" is a sequential letter assigned for resubmittals, i.e., A, B, or C being the 1st, 2nd, and 3rd resubmittals, respectively. Submittal 25B, for example, is the second resubmittal of submittal 25.

ii. Deviations from The Contract If the submittals show any deviations from the Contract requirements, the Contractor shall submit with the submittal submission a separate written description of such deviations and the reasons therefore. If the Owner accepts such deviation, the Owner shall issue an appropriate Contract Change Order, except that, if the deviation is minor, or does not involve a change in price or in time of performance, a Change Order need not be issued. If any deviations from the Contract requirements are not noted on the shop drawing, the review of the submittal shall not constitute acceptance of such deviations.

Page 156: TRAFFIC SIGNAL INTERSECTION OF GOLDEN · WHEREAS, the Principal is submitted to the Obligee, for installation of a traffic signal and construction of traffic striping at the intersection

4

iii. Submittal Completeness The Contractor shall check all submittals before submitting them to the Engineer and shall certify on the transmittal letter and on each submittal that they have been checked, are in compliance with the Plans and Specifications, and all deviations from the Contract requirements are noted. If the Contractor submits an incomplete submittal, the submittal will be returned to the Contractor without review. A complete submittal shall contain sufficient data to demonstrate that the items comply with the Specifications, shall meet the minimum requirements for submissions cited in the technical specifications, shall include materials and equipment data and seismic anchorage certifications where required, and shall include any necessary revisions required for equipment other than first named manufacturer. It is considered reasonable that the Contractor shall make a complete and acceptable submittal to the Engineer at least by the second submission of data. The Owner reserves the right to deduct monies from payments due the Contractor to cover additional costs of review beyond the second submission.

iv. Submittal Period All submittals shall be completed within ten (10) days after Notice to Proceed by the Owner, unless the Engineer accepts an alternate schedule for submission of shop drawings proposed by the Contractor.

c. Review Procedure Submittals shall be submitted to the Engineer for review and returned within ten (10) working days after receipt. Review of submittals by the Engineer has as its primary objective the completion for the Owner of a project in full conformance with the Contract Plans and Specifications, unmarred by field corrections, and within the time provided. In addition to this primary objective, submittals review as a secondary objective will assist the Contractor in its procurement of equipment that will meet all requirements of the project Plans and Specifications, will fit the structures detailed on the Plans, will be completed with respect to piping, electrical, and control connections, will have the proper functional characteristics, and will become an integral part of a complete operating facility. Acceptance of submittals does not constitute a change order to the Contract requirements. After review by the Engineer of each of the Contractor's submissions, the material will be returned to the Contractor with actions defined as follows:

i. No Exception Noted (Confirm)

Page 157: TRAFFIC SIGNAL INTERSECTION OF GOLDEN · WHEREAS, the Principal is submitted to the Obligee, for installation of a traffic signal and construction of traffic striping at the intersection

5

Accepted subject to its compatibility with future submissions and additional partial submissions for portions of the work not covered in this submission. Does not constitute approval or deletion of specified or required items not shown in the partial submission.

ii. Note Markings (Confirm): Same as A, except that minor corrections as noted shall be made by the Contractor.

iii. Note Markings (Resubmit) Major corrections as noted by the Architect shall be revised and resubmitted by the Contractor.

iv. Rejected (Resubmit) Rejected because of major inconsistencies or errors which shall be resolved or corrected by the Contractor prior to subsequent review by the Engineer.

v. Comments Attached (Resubmit) Submitted material does not conform to Plans and Specifications in major respect, i.e. wrong size, model, capacity, or material. Items (i) and (ii) above (no resubmittal required) are considered "favorable review." Items (iii), (iv), and (v) above (correction and resubmittal required) are considered "unfavorable review." It shall be the Contractor's responsibility to copy and/or conform reviewed submittals in sufficient numbers for its files, subcontractors, and vendors.

d. Effect of Review of Contractor’s Submittals The Engineer's favorable review of submittals shall be obtained prior to the fabrication, delivery and construction of items submittal. Favorable review of submittals does not constitute a change order to the Contract requirements. The favorable review of all submittals by the Engineer shall apply in general design only and shall in no way relieve the Contractor from responsibility for errors or

Page 158: TRAFFIC SIGNAL INTERSECTION OF GOLDEN · WHEREAS, the Principal is submitted to the Obligee, for installation of a traffic signal and construction of traffic striping at the intersection

6

omissions contained therein. Favorable review by the Engineer shall not relieve the Contractor of its obligation to meet safety requirements and all other requirements of laws, nor constitute a Contract Change Order. Favorable review by the Engineer will not constitute acceptance by the Engineer of any responsibility for the accuracy, coordination, and completeness of the submittals or the items of equipment represented on the submittals.

4-1.05 Trade Names and Alternatives The City has not made findings pursuant to Public Contract Code Section 3400(b) regarding the use of specific materials, products, things, and/or services that must be utilized for the Project.

SECTION 5 – PROGRESS AND COMPLETION OF WORK There are no amendments to this Section of the General Conditions

Page 159: TRAFFIC SIGNAL INTERSECTION OF GOLDEN · WHEREAS, the Principal is submitted to the Obligee, for installation of a traffic signal and construction of traffic striping at the intersection

7

SECTION 6 – LEGAL RELATIONS AND RESPONSIBILITY 6-1.01 E-Permits and Licenses Section E-10 of the General Conditions is amended to include the following:

Contractor shall also furnish the Engineer a copy of a valid, current City of Lathrop Business License prior to the commencement of the work. Details may be found at http://www.ci.lathrop.ca.us/lathrop/fin/license/ or by following these screens: Homepage (www.cityofLathrop.org) > > Finance > Business License.

6-1.02 Safety Add the following:

Install Type K temporary railing or other authorized protective systems under any of the following conditions:

1. Excavations: Where the near edge of the excavation is within 15 feet from the edge of an open traffic lane.

2. Temporarily unprotected permanent obstacles: When the work includes the installation of a fixed obstacle together with a protective system, such as a sign structure together with protective railing, and the Contractor elects to install the obstacle before installing the protective system; or the Contractor, for his convenience and as authorized, removes a portion of an existing protective railing at an obstacle and does not replace such railing completely the same day.

3. Storage areas: When material or equipment is stored within 15 feet of the edge of an open traffic lane and the storage is not otherwise prohibited by the Contract.

4. Height differentials: When construction operations create a height differential greater than 0.15 feet within 15 feet of the edge of traffic lane.

Installation of Type K temporary railing is not required if an excavation within 15 feet from the edge of an open traffic lane is protected by any of the following:

1. Steel plate or concrete covers of adequate thickness to prevent accidental entry by traffic or the public.

2. Side slope where the downhill slope is 4:1 (horizontal:vertical) or less unless a naturally occurring condition.

3. Barrier or railing.

Offset the approach end of Type K temporary railing a minimum of 15 feet from the edge of an open traffic lane. Install the temporary railing on a skew toward the edge of the traffic lane of not more than 1 foot transversely to 10 feet longitudinally with respect to the edge of the traffic lane. If the 15-foot minimum offset cannot be achieved, the temporary railing must be installed on the 10 to 1 skew to obtain the maximum available offset between the approach end of the railing and the edge of the traffic lane, and an array of temporary crash cushion modules must be installed at the approach end of the temporary railing.

Secure Type K temporary railing in place before starting work for which the temporary railing is required.

Page 160: TRAFFIC SIGNAL INTERSECTION OF GOLDEN · WHEREAS, the Principal is submitted to the Obligee, for installation of a traffic signal and construction of traffic striping at the intersection

8

Where 2 or more lanes in the same direction are adjacent to the area where the work is being performed, including shoulders, the adjacent lane must be closed under any of the following conditions:

1. Work is off the traveled way but within 6 feet of the edge of the traveled way, and the approach speed is greater than 45 miles per hour.

2. Work is off the traveled way but within 3 feet of the edge of the traveled way, and the approach speed is less than 45 miles per hour.

Closure of the adjacent traffic lane is not required when performing any of the following:

1. Working behind a barrier 2. Paving, grinding, or grooving 3. Installing, maintaining, or removing traffic control devices except Type K temporary railing.

Do not reduce an open traffic lane width to less than 10 feet. When traffic cones or delineators are used for temporary edge delineation, the side of the base of the cones or delineators nearest to traffic is considered the edge of the traveled way.

If a traffic lane is closed with channelizers for excavation work, move the devices to the adjacent edge of the traveled way when not excavating. Space the devices as specified for the lane closure.

Do not move or temporarily suspend anything over a traffic lane open to the public unless the public is protected.

6-1.03 Construction and Demolition Debris Recycling No fee payment is required for capital projects. Submit the required documents to the Engineer for review and approval.

6-1.04 Schedule of Values Submit to the City a Schedule of Values allocated to the various portions of the Work, within ten days of execution of the contract documents. Submit supporting data upon which the values are based as requested by the Engineer. The Schedule of Values shall be corrected as directed by the Engineer and shall be used only as the basis for the Contractor's Progress Payments.

Page 161: TRAFFIC SIGNAL INTERSECTION OF GOLDEN · WHEREAS, the Principal is submitted to the Obligee, for installation of a traffic signal and construction of traffic striping at the intersection

City of Lathrop Department of Public Works

TECHNICAL SPECIFICATIONS SECTION 7

Page 162: TRAFFIC SIGNAL INTERSECTION OF GOLDEN · WHEREAS, the Principal is submitted to the Obligee, for installation of a traffic signal and construction of traffic striping at the intersection

1

Contents SECTION 1 – INTRODUCTION TO TECHNICAL CONDITIONS ........................................... 3

SECTION 2 – EROSION & SEDIMENT CONTROL PLAN ..................................................... 4

SECTION 3 – TRAFFIC CONTROL ....................................................................................... 6

3-1.01 Traffic Control Plan .................................................................................................. 6

3-1.02 Changeable Message Signs .................................................................................... 6

3-1.03 Street Closures ........................................................................................................ 6

SECTION 4 – UNDERGROUND CONSTRUCTION ............................................................... 7

4-1.01 Subsurface Locating of Existing Facilities (Potholing) .............................................. 7

4-1.02 Trenching ................................................................................................................. 7

4-1.03 Conduit Installation .................................................................................................. 7

SECTION 5 – TRAFFIC SIGNALS ......................................................................................... 8

5-1.01 Order of Work .......................................................................................................... 8

5-1.02 Description ............................................................................................................... 8

5-1.03 Equipment List and Drawings ................................................................................... 8

5-1.04 Maintaining Existing and Temporary Electrical Systems .......................................... 8

5-1.05 Standards, Steel pedestals and Posts ...................................................................... 8

5-1.06 Conduit .................................................................................................................... 9

5-1.07 Conductors .............................................................................................................10

5-1.08 Pull Boxes ...............................................................................................................10

5-1.09 Submittals ...............................................................................................................10

5-1.10 Materials .................................................................................................................10

5-1.11 Construction ............................................................................................................10

5-1.12 Service ....................................................................................................................11

5-1.13 Model 2070 Controller Assembly ............................................................................11

5-1.14 Controller Cabinets .................................................................................................11

5-1.15 Vehicle Signal Faces and Signal Heads ..................................................................12

5-1.16 Detectors ................................................................................................................13

5-1.17 Emergency Vehicle Detector System ......................................................................13

5-1.18 Pedestrian Push Buttons .........................................................................................13

5-1.19 Luminaires ..............................................................................................................13

5-1.20 Illumination Requirements for Signal-Mounted Luminaries ......................................13

5-1.21 Photoelectric Controls .............................................................................................13

5-1.22 Uninterruptible Power System .................................................................................13

Page 163: TRAFFIC SIGNAL INTERSECTION OF GOLDEN · WHEREAS, the Principal is submitted to the Obligee, for installation of a traffic signal and construction of traffic striping at the intersection

2

5-1.23 Removing, Reinstalling or Salvaging Electrical Equipment and Electroliers ............14

5-1.24 Testing ....................................................................................................................14

5-1.25 Payment..................................................................................................................14

5-1.26 Accessories ............................................................................................................14

5-1.27 Finishing .................................................................................................................15

SECTION 6 – PAVEMENT MARKERS AND MARKINGS .....................................................16

6-1.01 General ...................................................................................................................16

6-1.02 Removal of Pavement Striping, Markings and Markers ...........................................16

6-1.03 Temporary Pavement Delineation ...........................................................................16

6-1.04 Pavement Striping ...................................................................................................17

6-1.05 Pavement Markers ..................................................................................................17

SECTION 7 – TYPE II SLURRY SEAL WITH BLACK ROCK ................................................19

7-1.01 General ...................................................................................................................19

7-1.02 Surface Preparation ................................................................................................19

7-1.03 Construction ............................................................................................................20

7-1.04 Measurement and Payment ....................................................................................22

7-1.05 Crack Seal and Crack Fill ........................................................................................22

SECTION 8 – CONCRETE ....................................................................................................25

8-1.01 General ...................................................................................................................25

8-1.02 Curb Ramps ............................................................................................................25

8-1.03 Concrete Mix ...........................................................................................................25

Page 164: TRAFFIC SIGNAL INTERSECTION OF GOLDEN · WHEREAS, the Principal is submitted to the Obligee, for installation of a traffic signal and construction of traffic striping at the intersection

3

SECTION 1 – INTRODUCTION TO TECHNICAL CONDITIONS The work shall be performed in accordance with the latest edition of the City of Lathrop Department of Public Works Design and Construction Standards, except as modified by these Technical Specifications. Section numbering of these Technical Specifcations does not conform to the Design and Construction Standards.

The contractor shall provide a submittal for all materials to be installed or used on the project.

Page 165: TRAFFIC SIGNAL INTERSECTION OF GOLDEN · WHEREAS, the Principal is submitted to the Obligee, for installation of a traffic signal and construction of traffic striping at the intersection

4

SECTION 2 – EROSION & SEDIMENT CONTROL PLAN

PART 1 -- GENERAL

1.1 THE REQUIREMENT

A. Perform all WORK and take all measures necessary to control soil erosion resulting from construction operations, shall prevent the flow of sediment from the construction site, and shall contain construction materials (including excavation and backfill) within his protected working area, so as to, prevent damage to the adjacent wetlands and water courses.

B. Do not employ any construction method that violates a rule, regulation, guideline or procedure established by Federal, State or local agencies having jurisdiction over the environmental effects of construction.

C. Pollutants such as chemicals, fuels, lubricants, bitumen, raw sewage and other harmful waste shall not be discharged into or alongside of any body of water or into natural or man-made channels leading thereto.

PART 2 -- PRODUCTS

2.1 MATERIALS

A. Bales may be hay or straw, and shall be reasonably clean and free of noxious weeds and deleterious materials. Filter fabric for sediment traps shall be of suitable materials acceptable to the ENGINEER.

PART 3 -- EXECUTION

3.1 METHODS OF CONSTRUCTION

A. Use any of the acceptable methods necessary to control soil erosion and prevent the flow of sediment to the maximum extent possible. These methods shall include, but not be limited to, the use of water diversion structures, diversion ditches and settling basins.

B. Construction operations shall be restricted to the areas of work indicated on the Drawings and to the area, which may be entered for the construction of temporary or permanent facilities. The authority to limit the surface area of erodible earth material exposed by clearing and grubbing, excavation, borrow and fill operations shall be given. The CONTRACTOR shall provide immediate permanent or temporary pollution control measures to prevent contamination of the wetlands and adjacent watercourses. Such work may involve the construction of temporary berms, dikes, dams, sediment basins, slope drains and use of temporary mulches, mats, or other control devices or methods as necessary to control erosion. The cost of this work shall be borne by the CONTRACTOR.

C. Excavated soil material shall not be placed adjacent to the wetlands or watercourses in a manner that will cause it to be washed away by high water or runoff. Earth berms or diversions shall be constructed to intercept and divert runoff water away from critical areas. Diversion outlets shall be stable or shall be stabilized by means acceptable to the ENGINEER. If for any reason construction materials are washed away during the course of construction, the CONTRACTOR shall remove those materials from the fouled areas.

Page 166: TRAFFIC SIGNAL INTERSECTION OF GOLDEN · WHEREAS, the Principal is submitted to the Obligee, for installation of a traffic signal and construction of traffic striping at the intersection

5

D. For Work within easements of rights-of-way, all materials used in construction such as excavation, backfill, roadway, and pipe bedding and equipment shall be kept within the limits of these easements or rights-of-way.

E. The CONTRACTOR shall not pump silt-laden water from trenches or other excavation into the wetlands, or adjacent watercourses. Instead, silt-laden water from his excavations shall be discharged within areas surrounded by baled hay or into sediment traps to ensure that only sediment-free water is returned to the watercourses. Damage to vegetation by excessive watering or silt accumulation in the discharge area shall be avoided.

F. Prohibited construction procedures include, but are not limited to the following:

1. Dumping of spoil material into any streams, wetlands, surface waters or unspecified locations.

2. Indiscriminate, arbitrary or capricious operation of equipment in wetlands or surface waters.

3. Pumping of silt-laden water from trenches or excavations into surface waters, or wetlands.

4. Damaging vegetation, adjacent to or outside the construction area limits.

5. Disposal of trees, brush, debris, paints, chemicals, asphalt products, concrete curing compounds, fuels, lubricants, insecticides, wash water from concrete trucks or hydroseeders, or any other pollutant in wetlands, surface waters, or unspecified locations.

6. Permanent or unauthorized alternation of the flow line of any stream.

7. Open burning of debris from the construction work.

G. Any temporary working roadways required shall be clean fill approved by the ENGINEER. In the event fill is used, the CONTRACTOR shall take every precaution to prevent the fill from mixing with native materials of the site. All such foreign fill materials shall be removed from the site following construction.

Page 167: TRAFFIC SIGNAL INTERSECTION OF GOLDEN · WHEREAS, the Principal is submitted to the Obligee, for installation of a traffic signal and construction of traffic striping at the intersection

6

SECTION 3 – TRAFFIC CONTROL 3-1.01 Traffic Control Plan The Contractor shall prepare and submit Traffic Control Plans for review and approval of the Engineer. Traffic Control Plans shall comply with the requirements of the California MUTCD.

Provide flashing arrow signs in advance of all lane closure or lane changes.

Contractor shall bear the cost of all flaggers.

3-1.02 Changeable Message Signs Provide Changeable Message Signs (CMS), one (1) each to be set up on each active approach to the intersection of Golden Valley Parkway and Spartan Way. The CMS shall be installed and activated at least 14 calendar days in advance of the start of any construction work, unless otherwise approved by the Engineer and City of Lathrop. Maintain CMS in place for duration of the work.

City shall provide message language. Message language to be modified as directed by the Engineer during the course of work.

3-1.03 Street Closures a. Street Closures

Partial or full street closures other than those indicated on the Traffic Control Plan will not be allowed. Other closures will be considered if the Contractor can demonstrate that there is no other practical or logical method of performing the work without incurring significant additional expense.

b. Alternate Proposals

The Engineer will consider proposals that reduce the overall traffic impact while meeting the project quality requirements without any increase in contract costs. These proposals may include suggestions to work longer hours or on weekends or at night provided that the lane closures are significantly reduced in duration.

Page 168: TRAFFIC SIGNAL INTERSECTION OF GOLDEN · WHEREAS, the Principal is submitted to the Obligee, for installation of a traffic signal and construction of traffic striping at the intersection

7

SECTION 4 – UNDERGROUND CONSTRUCTION 4-1.01 Subsurface Locating of Existing Facilities (Potholing) Locate existing underground facilities by excavating to measure vertical and horizontal locations relative to the work. Notify the Engineer of any apparent conflicts with the new work. Make temporary or permanent pavement repairs as appropriate.

4-1.02 Trenching Refer to Standard Details R-28 series as well as the various Construction Specifications sections relating to each specific type of utility.

All Joint Trench work within the right of way shall comply with the City requirements as well as with each respective private utility company’s requirements.

4-1.03 Conduit Installation Install pull ropes in each conduit and one locater wire (#10 copper) in one of a set of conduits.

Do not place parallel conduits within 3 horizontal feet of existing underground joint trenches. Maintain a clearance of 12” to any crossing utilities or pipes.

Horizontal direction drilling (HDD) methods may be used to install conduit or groups of conduits.

Page 169: TRAFFIC SIGNAL INTERSECTION OF GOLDEN · WHEREAS, the Principal is submitted to the Obligee, for installation of a traffic signal and construction of traffic striping at the intersection

8

SECTION 5 – TRAFFIC SIGNALS 5-1.01 Order of Work The first order of work shall be to place the order for the traffic signal equipment. The Engineer shall be furnished a statement from the vendor that the order for the traffic signal equipment has been received and accepted by the vendor.

Prior to commencement of the traffic signal functional test at any location, all items of work related to signal control shall be completed and all roadside signs, pavement delineation, and pavement markings shall be in place at that location.

The Contractor shall note that reference to Caltrans shall also include the City of Lathrop.

Traffic signal design and installation shall comply with the requirements of Section 6-5.11 of the City of Lathrop Design and Construction Standards.

5-1.02 Description Traffic signal work will be performed at the following location:

a. the Intersection of Golden Valley Parkway at Spartan Way

5-1.03 Equipment List and Drawings The controller cabinet schematic wiring diagram and intersection sketch shall be combined into one drawing, so that, when the cabinet door is fully open, the drawing is oriented with the intersection.

A maintenance manual shall be furnished for all controller units, auxiliary equipment, and vehicle detector sensor units, control units, and amplifiers. The maintenance manual and operation manual may be combined into one manual. The maintenance manual or combined maintenance and operation manual shall be submitted at the time the controllers are delivered for testing or, if ordered by the Engineer, prior to purchase. The maintenance manual shall include, but need not be limited to, the following items:

a. Specifications b. Design characteristics c. General operation theory d. Function of all controls e. Trouble shooting procedure (diagnostic routine) f. Block circuit diagram g. Geographical layout of components h. Schematic diagrams i. List of replaceable component parts with stock numbers

5-1.04 Maintaining Existing and Temporary Electrical Systems Traffic signal system shutdowns are limited to periods between the hours of 9:00 a.m. and 3:00 p.m.

5-1.05 Standards, Steel pedestals and Posts Use sleeve nuts on Type 1-B standards. The bottom of the base plate must be flush with finished grade.

Page 170: TRAFFIC SIGNAL INTERSECTION OF GOLDEN · WHEREAS, the Principal is submitted to the Obligee, for installation of a traffic signal and construction of traffic striping at the intersection

9

Where the side tenon detail at the end of the signal mast arm is shown, you may substitute the applicable tip tenon detail.

The sign mounting hardware must be installed at the locations shown.

Set the Type 1 standards with the handhole on the downstream side of the pole in relation to traffic or as shown.

5-1.06 Conduit Conduit installed underground shall be Type 3.

Service run conduit shall be 2 ½” minimum diameter.

Conduit from the main pull box to the controller shall be two (2) 3-inch diameter conduits minimum.

Any signal run and interconnect conduit shall be 2-inch minimum diameter.

All street crossing conduit runs shall be a minimum of 3-inches diameter.

A minimum of 4 conduits shall be installed on arterial roadways to provide signal interconnectivity and to support other communications requirements.

Interconnect conduits sweeps shall be a minimum of 36” radius.

The conduit in a foundation and between a foundation and the nearest pull box must be Type 1.

If a standard coupling cannot be used for joining Type 1 conduit, use a UL-listed threaded union coupling under section 86-1.03B (1) of the Caltrans Revised Standard Specifications, a concrete-tight split coupling, or a concrete-tight set screw coupling.

If Type 3 conduit is placed in a trench, not in the pavement or under concrete sidewalk, after the bedding material is placed and the conduit is installed, backfill the trench to not less than 4 inches above the conduit with minor concrete under section 90-2 of the Caltrans Standard Specifications, except the concrete must contain not less than 421 pounds of cementitious material per cubic yard. Backfill the remaining trench to finished grade with backfill material.

After conductors have been installed, the ends of the conduits terminating in pull boxes, service equipment enclosures, and controller cabinets must be sealed with an authorized type of sealing compound.

At those locations where conduit is required to be installed under pavement and underground facilities designated as high priority subsurface installation under Govt Code § 4216 et seq. exist, conduit must be placed by the trenching in pavement method under section 87-1.03B (6) of the Caltrans Revised Standard Specifications.

At other locations where conduit is required to be installed under pavement and if a delay to vehicles will not exceed 5 minutes, conduit may be installed by the trenching in pavement method.

The final 2 feet of conduit entering a pull box in a reinforced concrete structure may be Type 4.

All conduit risers shall have bell ends per NEC 300.5(H).

All risers in pull boxes shall be between 5” and 7” from the underside of the box cover.

All underground stub-ups shall have duct seal.

Page 171: TRAFFIC SIGNAL INTERSECTION OF GOLDEN · WHEREAS, the Principal is submitted to the Obligee, for installation of a traffic signal and construction of traffic striping at the intersection

10

The conductor schedule shall not allow for splicing at intermediate pull box locations.

5-1.07 Conductors All wiring shall be identified at both ends, and at all splice points.

All splices in the field shall be taped and dipped in Liquid Tape® per Construction Specification Section 13.08, Conductors.

All conductor runs for each signal phase to each terminal block on a pole shall be direct from the controller home run box. The conductor schedule shall not allow for splicing at intermediate pull box location.

5-1.08 Pull Boxes Refer to Caltrans Standard Plans No. ES-8

Minimum size shall be #5. However, #6 pull boxes shall be used at the ends of street crossings and when four or more conduits enter the box.

Larger pull boxes shall be required as follows:

Condition Size Any pull box with 12 or more cross sectional inches of conduit entering a pull box

20” x 42” dual lid pull box may be required

Home run pull box for a 2, 3, or 5 phase signal 20” x 42” dual lid pull box shall be required Home run pull box for a 8 phase signal 30” x 48” dual lid pull box shall be required

Traffic signal interconnect conduit shall be installed in separate concrete pull boxes and their covers shall be marked “IC” or interconnect.

Grout shall not be placed in the bottom of pull boxes. All pull boxes shall have a minimum of twelve inches (12”) depth of gravel in the bottom.

Traffic signal pull box lids shall be marked ‘Traffic Signal’.

Street lighting pull box lids shall be marked ‘Street Lighting’.

5-1.09 Submittals Before shipping pull boxes to the jobsite, submit a list of materials, pull box manufacturer, and manufacturer's instructions for pull box installation.

5-1.10 Materials Extension for the pull box must be of the same material as the pull box and attached to the pull box to maintain the minimum combined depths as shown.

Stainless steel hardware must have an 18 percent chromium content and an 8 percent nickel content.

Provide theft-resistant bolts.

Galvanize ferrous metal parts under section 75-1.02B of the Caltrans Standard Specifications.

5-1.11 Construction Do not install pull box in curb ramps or driveways.

Page 172: TRAFFIC SIGNAL INTERSECTION OF GOLDEN · WHEREAS, the Principal is submitted to the Obligee, for installation of a traffic signal and construction of traffic striping at the intersection

11

A pull box for a post or a pole standard must be located within 5 feet of the standard. Place a pull box adjacent to the back of the curb or edge of the shoulder. If this is impractical, place the pull box in a suitable, protected, and accessible location.

5-1.12 Service Continuous welding of exterior seams in service equipment enclosures is not required.

Circuit breakers must be the cable-in/cable-out type mounted on non-energized clips. All circuit breakers must be mounted vertically with the up position of the handle being the "ON" position.

Each service must be provided with up to 2 main circuit breakers that will disconnect ungrounded service entrance conductors. Where the "Main" circuit breaker consists of 2 circuit breakers as described, each of the circuit breakers must have a minimum interrupting capacity of 10,000 A, rms.

Circuit breakers used as service disconnect equipment must have a minimum interrupting capacity of 42,000 A, rms, for 120/240 V(ac) services and 30,000 A, rms, for 480 V(ac) services.

Service equipment enclosures must be the aluminum type.

5-1.13 Model 2070 Controller Assembly The Model 2070 controller shall be furnished by the Contractor and shall be installed with BiTran Systems local intersection software version 233 and include at least two serial communication ports. The Contractor shall deliver one (1) 2070 controller to the City of Lathrop Corporation Yard located at 2112 Louise Avenue for testing a minimum two weeks prior to signal turn-on. The contractor shall pick up the assembly upon successful completion of testing and deliver it to the job site.

The Contractor shall arrange to have a signal technician, qualified to work on the controller unit and employed by the controller unit manufacturer, or the manufacturer's representative, present at the time the equipment is turned on.

5-1.14 Controller Cabinets The Model 332L cabinet shall conform to the provisions in Section 86-1.02Q, "Cabinets” of the Caltrans Revised Standard Specifications, the City Construction Specifications and these special provisions.

a. Service panel No. 1 b. Power distribution assembly c. Input file No. 3, upper part d. Police door with on/off control switches e. C1 harness f. Controller and equipment shelves g. Dual fan assembly with thermostatic control h. Mechanical armature-type relays

Police panels will be required.

Prior to shipping to the project site, each Model 332 cabinet shall be submitted to the Corporation Yard for acceptance testing at least three weeks in advance of the need for it at the project site. The Engineer shall be notified when each Model 332 cabinet is ready for the functional test. The

Page 173: TRAFFIC SIGNAL INTERSECTION OF GOLDEN · WHEREAS, the Principal is submitted to the Obligee, for installation of a traffic signal and construction of traffic striping at the intersection

12

functional test will be conducted by City forces. The contractor shall pick up the assembly upon successful completion of testing and deliver it to the job site.

The following equipment shall be provided with each power distribution assembly:

a. Two each of Duplex NEMA 5-20R controller receptacle b. One each of 30 A, 1-pole, 120 V(ac) Main circuit breaker c. Three each of 15 A, 1- pole, 120 V(ac) circuit breaker d. Six each of 10 A, 1- pole, 120 V(ac) circuit breaker e. One each of 10 A, 2- pole, 120 V(ac) circuit breaker

Three shelves shall be furnished. Each shelf shall be attached to the tops of 2 supporting angles with 4 screws. Supporting angles shall extend from the front to the back rails. The front of the shelf shall abut the front member of the mounting cage. The angles shall be designed to support a minimum of 50 pounds each. The horizontal side of each angle shall be a minimum of 3 inches. The angles shall be vertically adjustable.

Each pedestal and cabinet shall be anodized aluminum.

The entire intersection should be visible by the operator from the controller cabinet.

5-1.15 Vehicle Signal Faces and Signal Heads All lamps for vehicular traffic signal units shall be 12”. All lamps for vehicular traffic signal units and pedestrian signals shall be L.E.D.

All traffic signal backplates shall be louvered.

All pedestrian signal heads shall be the countdown type, Model Number 430-6479-001X by Dialight Corporation or approved equal.

Audible pedestrian signal units shall be supplied and installed on all pedestrian signal heads. The units shall be: 1) capable of outputting a minimum of 90db @ 1-watt/meter and automatic self-adjustment of output volume depending on ambient noise conditions; and 2) self-adjustable, volume control, to the ambient noise and field selection of either “cuckoo” or a “peep-peep” type signal. The units shall be mounted on top of the standard pedestrian signal head with the face of the unit tipped downward such that it is directed toward a point centered in the crosswalk, and five feet above the edge of pavement on the opposite side of the roadway. Mounting of the units shall conform to the manufacturer’s recommendations. Color shall be the same as cited in 5-1.24 and as directed by the Engineer.

a. Warranty

The manufacturer must provide a written warranty against defects in materials and workmanship for LED signal modules for a minimum period of 48 months after installation of LED signal modules. Replacement LED signal modules must be provided within 15 days after receipt of failed LED modules at Contractor’s expense. The City pays for shipping the failed modules to the Contractor. All warranty documentation must be submitted to the Engineer before installation.

Replacement LED signal modules must be delivered to the Corporation Yard at 2112 Louise Avenue.

LED signal module must be manufactured for 12-inch circular and 12-inch arrow sections.

Page 174: TRAFFIC SIGNAL INTERSECTION OF GOLDEN · WHEREAS, the Principal is submitted to the Obligee, for installation of a traffic signal and construction of traffic striping at the intersection

13

5-1.16 Detectors Loop wire must be Type 2.

Loop detector lead-in cable must be Type C.

Slots must be filled with black elastomeric sealant.

The depth of the loop sealant above the top of the uppermost loop wire in the sawed slots must be 2 inches, minimum.

Each loop detector shall be tested for insulation resistance at the termination pull box prior to connection to the detector lead-in cable, and again at the controller cabinet after connection to the detector lead-in cable.

Loop detector lead-in cable shall be run continuously without splices from the detector termination pull box to the field terminals in the controller cabinet. All DLC connections to the back of the Type 332 cabinet shall have soldered fork terminals. All loop to DLC connections shall be field soldered.

Detectors at limit line shall be Type D, all others shall be Type E.

Distance separating loops from edge to edge shall be 10’

Right turn only loop detectors are to be used for side street right turn lanes and for major street right turn lanes that intersect with other major streets. No loop detectors are needed for right turn lanes on major street that intersect with minor streets.

5-1.17 Emergency Vehicle Detector System Opticom detectors shall be GTT 721 detectors, or approved equal.

5-1.18 Pedestrian Push Buttons Push buttons shall be Polara Bulldog or approved equal. Pedestrian push button sign plates shall be the ‘walking man’ type.

5-1.19 Luminaires Luminaires shall comply with sections 86-1.01C(3), “LED Luminaires,” and 86-1.02K(2), “LED Luminaires,” of the Caltrans Revised Standard Specifications.

5-1.20 Illumination Requirements for Signal-Mounted Luminaries Average illumination at signalized intersections for:

i. Crosswalks shall be 0.15 foot-candles minimum ii. Middle of intersection shall be 0.60 foot candles minimum

5-1.21 Photoelectric Controls Photoelectric controls shall comply with section 86-1.02M, “Photoelectric Controls,” of the Caltrans Revised Standard Specifications.

5-1.22 Uninterruptible Power System The battery backup system shall be Tesco Traffic 22-BBS by Tesco Controls, Inc. or approved equal.

Page 175: TRAFFIC SIGNAL INTERSECTION OF GOLDEN · WHEREAS, the Principal is submitted to the Obligee, for installation of a traffic signal and construction of traffic striping at the intersection

14

5-1.23 Removing, Reinstalling or Salvaging Electrical Equipment and Electroliers Any salvaged electrical materials and components shall be delivered to the City of Lathrop Corporation Yard at 2112 Louise Avenue, and stockpiled.

The Contractor shall provide the equipment, as necessary, to safely unload and stockpile the material. A minimum of 2 working days’ notice shall be given prior to delivery.

5-1.24 Testing All field testing and traffic signal controller and intersection turn on shall conform to section 87 of the Caltrans Revised Standard Specifications.

5-1.25 Payment The contract lump sum price paid for Provide and Install Traffic Signal at Golden Valley Parkway and Spartan Way shall include all street lighting as shown in the Plans, and full compensation for furnishing all labor, materials, tools, equipment, and incidentals and doing all the work required for complete and proper construction and installation of the traffic signal shall be considered as included in the price paid for the aforementioned bid item.

No separate payment will be made for application of testing measures and full compensation for furnishing all labor, materials, tools, equipment, and incidentals and doing all the work required for testing shall be considered as included in the prices paid for various contract items of work.

Full compensation for hauling and stockpiling electrical materials shall be considered as included in the contract price paid for the item requiring the material to be salvaged and no additional compensation will be allowed therefore.

5-1.26 Accessories a. Conduits for Ethernet cables shall conform to the specifications in 5-1.06.

1. Tough CAT 6 Ethernet Cable shall be used for all required installation of Ethernet Cable

2. Ethernet cable routing: i. Signal poles A, C, E and G shall each have 3 Ethernet cables routed to

them from the pull box designated for Ethernet cable next to the traffic equipment cabinet specified on the plans in Project Notes No. 1.

ii. Leave 50’ of slack in each of the 12 wires coiled neatly in the pull box specified in 5-1.25(a)(2)(i)

iii. Route 3 Ethernet cables to each signal pole specified in 5-1.25(a)(2)(i) through the base and up the pole to daylight as closely as possible to the junction with the mast arm.

iv. Leave 50’ of slack in each of the 3 Ethernet cables at each signal pole coiled neatly outside of the pole near the junction with the mast arm.

v. Route each of 12 Ethernet cables as one contiguous length from the pull box to each signal. Do not cut Ethernet cable at intermediate pull boxes or other junctions.

vi. Coordinate with Project Manager before initiation of Ethernet cable installation.

3. Payment: compensation for providing and installing Ethernet cable shall be considered as paid for in bid item No. 22 Interconnection All Conduit and All Cable, and no further compensation will be allowed therefore.

Page 176: TRAFFIC SIGNAL INTERSECTION OF GOLDEN · WHEREAS, the Principal is submitted to the Obligee, for installation of a traffic signal and construction of traffic striping at the intersection

15

5-1.27 Finishing Traffic signal post, mast arms and all other unpainted surfaces shall be painted green-black, RAL – 6012.

Page 177: TRAFFIC SIGNAL INTERSECTION OF GOLDEN · WHEREAS, the Principal is submitted to the Obligee, for installation of a traffic signal and construction of traffic striping at the intersection

16

SECTION 6 – PAVEMENT MARKERS AND MARKINGS 6-1.01 General During pavement marking and marker placement removal and placement operations, traffic shall be controlled with lane closures in accordance with the approved Traffic Control Plan.

The contractor shall notify the City at least 48 hours prior to removal of any pavement markings. The contractor will be required to make contact with the inspector each day prior to beginning work.

The Contractor shall notify the City a minimum of forty-eight (48) hours in advance of the layout and “cat-tracking” of all permanent markers and markings.

6-1.02 Removal of Pavement Striping, Markings and Markers All existing thermoplastic traffic stripes and thermoplastic pavement markings shall be removed prior to surfacing operations within areas to receive slurry sealing. Removal of all existing thermoplastic shall be by grinding. Sandblasting is not allowed.

All thermoplastic traffic stripes and markings and pavement markers within the area to be slurry sealed shall be removed the same day surfacing is to occur. If striping, markings and markers are allowed to be removed in advance of surfacing operations, the Contractor shall install temporary pavement delineation.

The Contractor shall clean and sweep roadways and on-site paved areas to eliminate and remove all materials generated by or involved with removal operations. All materials shall be removed from the roadway prior to the end of each working day or as directed by the Inspector. The Contractor shall not wash down the streets with water.

6-1.03 Temporary Pavement Delineation Temporary pavement delineation shall be furnished, placed, maintained, and removed in accordance with the provisions in Section 12 “Temporary Traffic Control”, Caltrans Specifications and comply with the provisions of California Manual on Uniform Traffic Control Devices (MUTCD). Contractor shall install temporary striping immediately prior to opening the intersection to traffic. The Engineer reserves the right to install temporary pavement delineation at the Contractor’s expense if not installed within a 24-hour period of time.

Whenever the work causes obliteration of pavement delineation, temporary or permanent pavement delineations shall be placed prior to the opening of the traveled way to public traffic. Lane line and centerline delineations shall be provided at all times for traveled ways open to public traffic. Crosswalks and stop bars at intersections shall be delineated prior to opening the roadway to public traffic.

All work necessary to establish satisfactory lines for temporary pavement delineation shall be performed by the Contractor. For pavement markings, temporary delineation shall be placed eighteen (18) inches in back of the permanent marking locations. Surfaces upon which temporary pavement delineation is to be applied shall be cleaned of all dirt and loose materials and dry when the delineation is applied.

Temporary pavement delineation shall be maintained until replaced with permanent pavement delineation. Temporary delineation will be removed as soon as the permanent pavement

Page 178: TRAFFIC SIGNAL INTERSECTION OF GOLDEN · WHEREAS, the Principal is submitted to the Obligee, for installation of a traffic signal and construction of traffic striping at the intersection

17

delineation is placed, or when no longer required. Remove all temporary delineation when no longer needed for traffic control.

Use temporary reflective raised pavement marker such as "Chip Seal Marker," as distributed by MV Plastics, Inc., 533 W. Collings Avenue, Orange, CA (714) 532-1522, or approved equal.

Temporary reflective raised pavement markers will be placed in accordance with the manufacturer’s instructions. Temporary reflective raised pavement markers shall be cemented to the surfacing with the adhesive recommended by the manufacturer. Do not use epoxy adhesives to affix temporary reflective raised pavement markers.

6-1.04 Pavement Striping All markings and all striping shall be thermoplastic and shall conform to the provisions in Section 84-1, “General”, Section 84-2, “Thermoplastic Traffic Stripes and Pavement Markings” of the Caltrans Specifications and Section 6-5.12, “Striping and Markings” of the City of Lathrop Design and Construction Standards.

Pavement markings shall be replaced in their pre-construction configurations unless specified otherwise on the Plans or by the Engineer. Pavement marking damaged by construction activities shall be replaced by thermoplastic.

Surfaces to be marked shall be thoroughly cleaned, free from any loose material and dry. Engineer will review and approve preparation before beginning placement. Provide temporary layout markings (“cat-tracking”) for all markings. Engineer will review and approve marking layout prior to placement operations.

Stop limit lines shall be installed four (4) feet behind the extension of the curb faces of the intersecting street or before the ADA ramp, if one exists.

No permanent markings shall be installed for seven (7) calendar days after the street has been surfaced, not including the day of application. This period of time has been established to allow the materials to cure. Permanent striping is to be installed between the eighth (8th) and thirteenth (13th) calendar days. Complete all permanent pavement marking work by the fourteenth (14th) calendar day following the placement of materials on each street.

6-1.05 Pavement Markers Pavement markers shall conform to the provisions in Section 85, “Pavement Markers” of the Caltrans Specifications and as amended by the current edition of the City of Lathrop standards. Markers shall be reinstalled in their pre-construction location and as described in the Plans and Specifications.

Install a blue Type B reflective marker in the street opposite each fire hydrant. Place the marker in the street, perpendicular to the street centerline, opposite the fire hydrant, offset two (2) feet from the center of the street toward the hydrant.

When a bituminous adhesive is used for pavement marker replacement, traffic control during placement operations shall conform to the requirements set forth by these specifications.

No permanent markers shall be installed for seven (7) calendar days after the street has been surfaced, not including the day of application. This period of time has been established to allow the materials to cure.

Page 179: TRAFFIC SIGNAL INTERSECTION OF GOLDEN · WHEREAS, the Principal is submitted to the Obligee, for installation of a traffic signal and construction of traffic striping at the intersection

18

Permanent markers are to be installed between the eighth (8th) and thirteenth (13th) calendar days following surfacing operations. Complete all permanent pavement marker work by the fourteenth (14th) calendar day following the placement of materials on each street.

Page 180: TRAFFIC SIGNAL INTERSECTION OF GOLDEN · WHEREAS, the Principal is submitted to the Obligee, for installation of a traffic signal and construction of traffic striping at the intersection

19

SECTION 7 – TYPE II SLURRY SEAL WITH BLACK ROCK 7-1.01 General The work shall comply with Section 37-3 SLURRY SEAL AND MICRO-SURFACING of the Caltrans 2015 Standard Specifications and these special conditions.

Hot mix asphalt (Type A) as required to meet the Type II Slurry Seal placement shall conform to Section 39, Asphalt Concrete, of the Caltrans Standard Specifications.

Submit HMA mix designs to the Engineer for City review and approval.

The grade of asphalt binder for Type A HMA must be PG64-10.

Tack Coat shall be RS-1 paving asphalt applied to vertical surfaces of existing pavement immediately prior to placement of new HMA.

All loads of HMA shall be covered during transport and delivery from the plant to the paving machine.

7-1.02 Surface Preparation Before placing any surface treatments, the following work shall be performed:

a. All cracks and gutter lines shall be cleaned and free of vegetation, and an herbicide shall be applied at least 10 days prior to surfacing operations, or as directed by the manufacturer of the approved herbicide. Reward® and Round Up® are pre-approved herbicides. All other herbicides shall be submitted by the contractor for approval by the City, and shall be certified for use in the State of California for the specific use intended.

b. The application of the herbicide shall be performed in accordance with all applicable regulations. Any and all fines or clean-up costs for unlawful misuse or discarding of herbicides shall be the sole responsibility of the Contractor. Mixtures and spread rates for the herbicides shall be determined by the manufacturer’s specifications. Wash down of equipment or discarding of herbicides shall not enter the catch basins or positive drainage facilities.

c. After herbicide has sufficiently taken effect, as determined by the manufacturer’s specifications, the dead vegetation shall be removed.

d. Pavement surfaces shall be cleaned to the satisfaction of the Engineer. This includes but is not limited to removing all visible debris, loose material, dirt, oil or gasoline drippings, or any other objectionable materials. Cleaning methods shall be power sweeping, blowing or any other standard cleaning method approved by the Engineer. Do not use water to clean the street.

e. All thermoplastic traffic striping and markings and all pavement markers shall be removed prior to surfacing operations.

f. The top of all utility structures in the roadway shall be protected from contact with surfacing materials by placement of a temporary cover. Utility structures include, but are not limited to, drain inlets, street monuments, manholes, electrical boxes, and any private utility structures (PGE, ATT, CATV, Telecom, etc.) including surrounding concrete rings. Temporary covers shall be shaped to fit the utility structure and shall be plastic, cut and taped securely to fit the exposed facility or other methods as approved by the Engineer.

Page 181: TRAFFIC SIGNAL INTERSECTION OF GOLDEN · WHEREAS, the Principal is submitted to the Obligee, for installation of a traffic signal and construction of traffic striping at the intersection

20

Do not remove covers before surfacing materials have cured and set up. Remove temporary covers within 24 and 48 hours after surfacing placement. All traces of plastic, residual adhesive, emulsion and aggregate shall be removed from all protected facilities within 48 hours after the final surfacing course is applied.

g. Project limits shall be properly masked and papered to provide a clean straight end of work line.

h. All patches and paving placed within the last 12 months must be fog sealed before surface treatments are applied.

i. The Engineer shall approve the surface preparation work prior to placement of surfacing materials.

j. No separate payment will be made for surface preparation. Full compensation for furnishing all labor, materials, tools, equipment, and incidentals required for surface preparation shall be considered as included in the prices paid for various contract items of work.

7-1.03 Construction Add to Section 37-3.01D(2) of the Caltrans Standard Specifications:

DAILY CONTRACTOR RECORDS

Aggregate and Emulsion Delivery Tickets

The Engineer shall be notified in 24 hours in advance of scheduled delivery of aggregate and emulsion. The Contractor shall provide delivery tickets to the Engineer on the same day as delivery. A certificate of compliance for the emulsion shall accompany each delivery of emulsion. Excess aggregate or emulsion returned to the source or to other projects shall be scaled at a commercial scale within 25 miles of Lathrop on the same day as the material is removed from the jobsite. The scale tickets shall be provided to the Engineer at the end of the day that the return material was removed from the site.

Aggregate Sampling

The Contractor shall facilitate sampling of aggregates and emulsion. The sampling shall occur as soon after delivery as practical. The Contractor shall sample the aggregate at the rate of one per 100 tons. The Engineer will provide random sampling milestones to the Contractor. The Contractor shall sample and split the sample in the presence of the Engineer. The Engineer will provide a splitter, sample bags and sample identification tags.

Emulsion Sampling

Each truck of emulsion delivered to the project shall be sampled by the Contractor. The Contractor shall provide the Engineer with a 2-quart sample in a plastic container. The Contractor shall provide the containers. The samples shall be labeled with a label provided by the Engineer. All required information shall be provided. Samples shall be provided to the Engineer on a daily basis including a copy of the delivery ticket with weight and Certificates of Compliance for the load delivered.

Page 182: TRAFFIC SIGNAL INTERSECTION OF GOLDEN · WHEREAS, the Principal is submitted to the Obligee, for installation of a traffic signal and construction of traffic striping at the intersection

21

Mixed Slurry Sampling

A minimum of twice daily, the Engineer will request the Contractor to sample mixed slurry from the pug mill discharge. The Engineer will provide a plastic container for the samples. The Contractor shall clean the outside of the container immediately after sampling and prior to delivering to the Engineer. Such mix samples may be requested at any time.

Daily Production Records

The Contractor shall maintain all aggregate belt counters in operational order at all times. If the counter should become inoperable, it shall be taken immediately out of service.

Add to Section 37-3.01D(4)(b) of the Standard Specifications:

Modify Slurry Seal Mix Design Requirements as follows: Wet Track abrasion, g/m2, (TB100): 538 maximum.

Add to Section 37-3.02A of the Standard Specifications:

Aggregate for the slurry seal must be Type II as shown on the plans.

Add to Section 37-3.02B(1) of the Standard Specifications:

Asphaltic emulsion for slurry seal must be polymer modified asphaltic emulsion (PMCQS1h).

Add to Section 37-3.02B(2) Aggregate of the Standard Specifications:

Aggregate shall be 100% crushed with no rounded particles, volcanic in origin and black in color, as supplied by George Reed, Table Mountain, Sonora, CA or equal.

Add to Section 37-3.03A of the Standard Specifications:

No adhesive material shall be permitted to cover, seal or fill the joint between the frame and cover of the structure. Covers are to be uncovered and cleaned of slurry material by the end of the same work day.

The Contractor shall inspect the roadways to be sealed and determine if overhanging tree branches will be disturbed by the slurry seal trucks. Any such branches shall be pruned by the Contractor at his expense prior to initiation of slurry seal placement. Prior to pruning any branches over 2 inches in diameter, the Contractor shall obtain approval from the Engineer. Forty-eight-hour notice shall be provided for Engineer review and comment.

Add to Section 37-3.03D(2)(a) of the Standard Specifications:

The Contractor shall maintain equipment to clean the pavement of debris immediately prior to application of slurry. Such equipment shall as a minimum consist of a backpack type blower, brooms and shovels. At any time up to immediately prior to placement of the slurry, the Contractor shall stop application of the slurry seal and remove any debris which has fallen on the roadway to be sealed. Such items may include, but not be limited to paper, plastic, leaves, twigs, branches, etc. Failure to properly clean the pavement of debris as required will immediately terminate further slurry seal placement that day. Continuing work the next day is dependent on the Contractor demonstrating the availability of the equipment and manpower to keep the pavement clean.

Page 183: TRAFFIC SIGNAL INTERSECTION OF GOLDEN · WHEREAS, the Principal is submitted to the Obligee, for installation of a traffic signal and construction of traffic striping at the intersection

22

Modify Section 37-3.03D(2)(b) of the Standard Specifications:

See Section 10-1.13 Traffic Control System.

Add to Section 37-3.03D(4)(b) of the Standard Specifications:

The Contractor shall apply the slurry using a minimum of three continuous mixers of 12 cubic yard or greater capacity, one mixer to be applying slurry, while the other two machines are in transit to and from the batch site. The Contractor shall provide a coordinator, at least one competent quickset mixing man, one driver for the mixer applying the slurry, and two shuttle drivers for the machine en route to reload. The Contractor shall also provide sufficient laborers for any handwork and cleanup required to ensure proper progress of work.

The slurry seal retention time in the pug mill shall be less than three seconds. No retention of mixed slurry seal shall be allowed within the pug mill by gate shut-off or other mechanical means. Transit mix trucks shall not be used.

The applied slurry seal shall be rolled with a minimum of three passes with a pneumatic-tired roller prior to opening to traffic. The Contractor shall provide a minimum of 2 pneumatic rollers with separate operators. Pneumatic rollers with shall be a minimum of 6 tons and a maximum of 12 tons. The roller must be onsite prior to beginning work. Pneumatic rolling shall occur within 1 hour after placement and prior to opening to traffic.

Protection and maintenance of the street surface to the condition required for proper slurry application shall be the sole responsibility of the Contractor and no additional expense will be allowed. The Contractor shall, at the direction of the City Inspector and Street Maintenance Superintendent, repair and reseal all areas of the streets which have not been sealed properly and completely or have been damaged by traffic.

Modify Section 37-3.03D(4)(ii) Weather Conditions of the Standard Specifications to read as follows:

Only place slurry seal or micro-surfacing if both the pavement and air temperatures are at least 60 degrees F and rising. Do not place slurry seal or micro-surfacing if either the pavement or air temperature is below 60 degrees F and falling. The expected high temperature must be at least 65 degrees F within 24 hours after placement.

7-1.04 Measurement and Payment Payment for the “Type II Slurry Seal (with black rock)” shall be paid as a part of the contract base bid item (lump sum) for this project and shall include full compensation for furnishing all labor, materials, tools, equipment and incidentals necessary for doing all work involved in performing slurry seal surfacing including mobilization, notifying the adjacent homeowners, cleaning surfaces to receive slurry seal, monument and utility covers, and cleaning up completed sites. Slurry seal placed at less than minimum coverage will not be paid for.

7-1.05 Crack Seal and Crack Fill This work shall consist of routing, cleaning, and filling the cracks with rubber asphalt joint seal or No. 4 HMA mix, as specified in these special provisions, and as directed by the Engineer. All cracks 3/16 of an inch wide or wider shall be sealed. Cracks greater than or equal to 1inch in width shall be filled with No. 4 graded HMA.

Page 184: TRAFFIC SIGNAL INTERSECTION OF GOLDEN · WHEREAS, the Principal is submitted to the Obligee, for installation of a traffic signal and construction of traffic striping at the intersection

23

a. MATERIALS: For all cracks: During all construction operations, the Contractor shall protect cracks cleaned for sealing or filling from intrusions of solid foreign materials into the groove, HMA or into the sealant. All cracks indicating weed growth are to be sprayed and cleaned in accordance with Caltrans Standard Specifications, Section 16-1.03B, “Clearing”. Immediately prior to applying the sealant or HMA fill, the cracks shall be cleaned with high pressure air jets to remove all residue and foreign material. Any weed growth shall be physically removed. Water jets will not be allowed. Crack surfaces shall be surface dry at the time the sealant is applied or HMA is placed. The Contractor shall remove crack seal or HMA material that is not placed within the conformance of these provisions, clean cracks as specified herein and then reseal or refill the cracks at his expense. For cracks with widths between 3/16 of an inch to less than 1 inch: Hot melt, polymer-modified-asphalt crack sealant such as Henry #93 Duroflex or equal. Hot pour rubber products will not be accepted. Crack seal materials shall be placed in conformance with the manufacturer's recommendations. Crack seal materials shall not be placed when the surface temperature is below 50 degrees Fahrenheit. The finished crack seal shall be bonded to the crack such that there is no separation or opening between the sealant and the crack edge and there shall be no cracks, separation or other opening in the sealant. All cracks to be sealed less than 1/2 inch in width shall be routed to a depth of 1/2 inch by 1/2 inch in width. The contractor shall remove all debris from the roadway. For cracks with widths greater than or equal to 1 inch: HMA Type A, complying with No. 4 grading shall be placed in clean cracks and compacted with hand compaction equipment until the compacted surface is flush with the existing pavement surface. The finished HMA shall be bonded to the crack such that there is no separation or opening between the HMA and the crack edge and there shall be no cracks, separation or other opening in the HMA.

b. MEASUREMENT AND PAYMENT: Payment for “Crack Seal/Crack Fill” shall be paid as a part of the contract base bid (lump sum) for this project and shall include full

Page 185: TRAFFIC SIGNAL INTERSECTION OF GOLDEN · WHEREAS, the Principal is submitted to the Obligee, for installation of a traffic signal and construction of traffic striping at the intersection

24

compensation for furnishing all labor, materials, tools, equipment and incidentals, and for doing all the work involved in constructing rubberized asphalt sealed cracks and/or HMA filled cracks, complete in place.

Page 186: TRAFFIC SIGNAL INTERSECTION OF GOLDEN · WHEREAS, the Principal is submitted to the Obligee, for installation of a traffic signal and construction of traffic striping at the intersection

25

SECTION 8 – CONCRETE 8-1.01 General Sidewalk design and installation shall comply with the requirements of Section 6-5.6 of the City of Lathrop Design and Construction Standards.

8-1.02 Curb Ramps Curb ramps shall be installed at all 4 corners of the intersection of Golden Valley Parkway and Spartan Way and shall comply with the requirements of Section 6-5.6 of the City of Lathrop Design and Construction Standards.

8-1.03 Concrete Mix Concrete shall be six sack Class “A” 3000 psi at 28 days; ¾” maximum aggregate size with one (1) pound of lamp black per cubic yard. The mix design shall be submitted for approval by the City.