CITY OF NORCO TABLE OF CONTENTS FOR NORCO MDP LINE ND EXTENTION STORM DRAIN PROJECT

Size: px
Start display at page:

Download "CITY OF NORCO TABLE OF CONTENTS FOR NORCO MDP LINE ND EXTENTION STORM DRAIN PROJECT"

Transcription

1

2 TABLE OF CONTENTS FOR NORCO MDP LINE ND EXTENTION STORM DRAIN PROJECT NOTICE INVITING SEALED BIDS... NB-1 NB-2 INSTRUCTIONS TO BIDDERS... IB-1 IB-6 PROPOSAL DOCUMENTS... P-1 P-14 Proposal Bidders Information Contractor s Licensing Statement List of Subcontractors Bid Bond Non-Collusion Declaration Proposal Bid Sheets CONTRACT AGREEMENT (Sample)... CA-1 CA-36 Agreement Performance Bond Payment Bond General Liability Endorsement Automobile Liability Endorsement Worker s Compensation/Employee s Liability Endorsement W-9 Form GENERAL SPECIFICATIONS...GS-1 GS-7 Scope of Work Location of Work Time of Completion Traffic Requirements Utility Requirements Flow and Acceptance of Water Removal of Water Standard Specifications Wage Rates and Labor Code Requirements

3 SPECIAL PROVISIONS PART 1 - GENERAL PROVISIONS... SP-1 SP-13 SECTION 1 - TERMS, DEFINITIONS, ABBREVIATIONS, UNITS OF MEASURE AND SYMBOLS 1-2 Terms and Definitions SECTION 2 - SCOPE AND CONTROL OF THE WORK 2-1 Award and Execution of the Contract 2-4 Contract Bonds 2-5 Plans and Specifications 2-9 Surveying SECTION 3 - CHANGES IN WORK 3-3 Markup SECTION 4 CONTROL OF MATERIALS (NOT USED) SECTION 5 - UTILITIES 5-1 Location SECTION 6 - PROSECUTION, PROGRESS, AND ACCEPTANCE OF THE WORK 6-1 Construction Schedule and Commencement of the Work 6-7 Time of Completion 6-9 Liquidated Damages SECTION 7 - RESPONSIBILITIES OF THE CONTRACTOR 7-1 Contractor's Equipment and Facilities 7-2 Labor 7-3 Liability Insurance 7-5 Permits 7-8 Develop Water Supply 7-10 Public Convenience and Safety SECTION 8 FACILITIES FOR AGENCY PERSONNEL (NOT USED) SECTION 9 - MEASUREMENT AND PAYMENT 9-3 Payment PART 2 TECHNICAL PROVISIONS... TP-1 TP-29 STANDARD PLANS...

4 NOTICE INVITING SEALED BIDS FOR NORCO MDP LINE ND EXTENSION STORM DRAIN PROJECT PUBLIC NOTICE IS HEREBY GIVEN that the City of NORCO, as AGENCY, invites sealed bids for the above stated project and will receive such bids in the office of the City Clerk up to the hour of 11:00 A.M. on the 6 th day of March 2019, at which time, or as soon thereafter as practicable, they will be publicly opened and read aloud. The work to be done consists of furnishing all materials, equipment, tools, labor, and incidentals as required by the Contract Documents, Specifications and Plans for the above stated project. The general items of work to be done hereunder consist of construction of Riverside County Flood Control and Water Conservation District (RCFC&WCD) Master Drainage Plan Line ND Extension located in California Avenue between Eighth Street & Seventh Street. Project includes installation of RCP pipe 18 and 24 in diameter, catch basins, manholes, junction structures, local depressions and all appurtenant related work to the satisfaction and acceptance of the City Engineer. There are 45 working days allowed to complete this project. Liquidated damages shall be assessed at $ per working day. Copies of said Specifications and Contract Documents are available from the City of Norco Engineering Division upon payment of a $40.00 non-refundable fee ($50.00 if mailed, including FEDEX and UPS). If copies of the Specifications and Contract Documents are obtained from an outside source other than the City of Norco, it is the responsibility of the Bidder to obtain copies of all addendums prior to the bidding deadline and include them in the submitted bid. Any Contract entered into pursuant to this notice will incorporate the provisions of the State Labor Code. Compliance with the prevailing rates of wages, apprenticeship employment standards, and Contractor registration program established by the State Director of Industrial Relations will be required. Affirmative action to ensure against discrimination in employment practices on the basis of race, color, national origin, ancestry, sex, or religion will be also required. The Contract Documents call for monthly progress payments based upon the engineer s estimate of the items of work completed. The AGENCY will retain 5 percent of each progress payment as security for completion of the balance of the work. At the request and expense of the successful Bidder, the City of Norco will pay the amounts so retained upon NB-1

5

6 INSTRUCTIONS TO BIDDERS FOR NORCO MDP LINE ND EXTENSION STORM DRAIN PROJECT PROPOSAL FORMS Bids shall be submitted in writing on the proposal forms provided by the AGENCY. All information requested therein must be clearly and legibly set forth in the manner and form indicated. The AGENCY will not consider any proposal not meeting these requirements. PROPOSAL GUARANTEE (BID BOND) Proposals must be accompanied by a proposal guarantee consisting of a certified check or bid bond payable to the AGENCY in the amount of 10 percent of the total amount bid. Any proposal not accompanied by such a guarantee will not be considered. If a Bidder to whom a contract is awarded fails or refuses to execute the Contract Documents or furnish the required insurance policies and bonds as set forth in these documents, the proposal guarantee shall be forfeited to the AGENCY. The proposal guarantee of all Bidders will be held until the successful bidder has properly executed all Contract Documents. NON-COLLUSION DECLARATION Bidder shall declare that the only persons or parties interested in the proposal as principals are those named therein; that no officer, agent, or employee of the AGENCY is personally interested, directly or indirectly, in the proposal; that the proposal is made without connection to any other individual, firm, or corporation making a bid for the same work; and that the proposal is in all respects fair and without collusion or fraud. The Non-Collusion Declaration shall be executed and submitted with the proposal. PROPOSAL BID SHEET Bidders shall give unit prices for each and all of the items set forth. No aggregate bids will be considered. The Bidder shall set forth for each item of work, in clearly legible words and figures, a unit item price and a total for the item in the respective spaces provided for this purpose. In case of discrepancy between words and figures, the words shall govern. The quantities listed in the Bid sheets are supplied to give an indication of the general scope of work, but the accuracy of figures is not guaranteed and the Bidder shall make his own estimates from the drawings. In case of a variation between the unit price and the totals shown by the Bidder, the unit price will be considered to be the bid. IB-1

7 DELIVERY OF PROPOSAL Proposals may be mailed or delivered by messenger; however, it is the Bidder s responsibility alone to ensure delivery of the proposal to the hands of the AGENCY S designated official prior to the bid opening hour stipulated in the Notice Inviting Sealed Bids. City Hall is open between the hours of 8:00 a.m. to 6:00 p.m. (Monday through Thursday). Late proposals will not be considered. Proposals shall be enclosed in a sealed envelope plainly marked on the outside: SEALED BID FOR NORCO MDP LINE ND EXTENSION STORM DRAIN PROJECT. DO NOT OPEN WITH REGULAR MAIL. WITHDRAWAL OF PROPOSALS A proposal may be withdrawn by a written request signed by the Bidder. Such request must be delivered to the AGENCY S designated official prior to the bid opening hour stipulated in the Notice Inviting Sealed Bids. The withdrawal of a proposal will not prejudice the right of the Bidder to submit a new proposal, providing there is time to do so. Proposals may not be withdrawn after said hour without forfeiture of the proposal guarantee. IRREGULAR PROPOSALS Unauthorized conditions, limitations, or provisions attached to a proposal will render it irregular and may cause its rejection. The completed proposal forms shall be without interlineations, alterations, or erasures. Alternative proposals will not be considered unless specifically requested. No oral, telegraphic, or telephonic proposal, modification, or withdrawal will be considered. TAXES No mention shall be made in the proposal of Sales Tax, Use Tax, or any other tax, as all amounts bid will be deemed and held to include any such taxes which may be applicable. DISQUALIFICATION OF BIDDERS In the event that any Bidder, acting as a prime Contractor, has an interest in more than one proposal, all such proposals will be rejected, and the Bidder will be disqualified. This restriction does not apply to Sub-Contractors or suppliers who may submit quotations to more than one Bidder, and while doing so, may also submit a formal proposal as a prime Contractor. No Contract will be executed unless the Bidder is licensed in accordance with the provisions of the State Business and Professions Code. No Contractor or Sub-Contractor may be listed on the proposal unless they are registered with the State DIR. IB-2

8 INTERPRETATION OF PLANS AND DOCUMENTS If any person contemplating submitting a bid for the proposed contract is in doubt as to the true meaning of any part of the Plans, Specifications, or other proposed Contract Documents, or finds discrepancies in, or omissions from, the Drawings or Specifications, they may submit to the Engineer of said AGENCY a written request no later than 72 hours prior to said bid opening for an interpretation or correction thereof. Written requests will be accepted via the United States Postal Service or via the internet address of snelson@ci.norco.ca.us. The person submitting the request will be responsible for its prompt delivery. Any interpretation or correction of the proposed documents shall be made only by addendum duly issued, and a copy of such addendum will be mailed or delivered to each person receiving a set of such documents. The Engineer will not be responsible for any other explanation or interpretations of the proposed documents. ADDENDA OR BULLETINS All Bidders are advised as to the possibility of issuance of addenda affecting the items, scope, or quantity of work required for this project. Each Bidder shall be fully responsible for informing himself as to whether or not any such addenda have been issued. The effect of all addenda to the Contract Documents shall be considered in the bid, and said addenda shall be made a part of the Contract Documents and shall be returned with them. Failure to cover in this bid any such addenda issued may render this bid irregular and may result in its rejection by the AGENCY. LEGAL RESPONSIBILITIES All proposals must be submitted, filed, made, and executed in accordance with State and Federal laws relating to bids for contracts of this nature whether the same or expressly referred to herein or not. Any Bidder submitting a proposal shall by such action thereby agree to each and all of the terms, conditions, provisions, and requirements set forth, contemplated, and referred to in the Plans, Specifications, and Contract Documents, and to full compliance therewith. AWARD OF CONTRACT Following a review of the bids, the AGENCY shall determine whether to award the contract or to reject all bids. The award of the contract, if made, will be based on the contractor bids received and will be compared based upon the lowest responsible Bidder s Base Bid only as determined solely by the AGENCY. The construction contract if awarded will, at the discretion of the City Council, include Base Bids, and may include Additive Alternates as funds are available. Submittals not including all bid unit prices for all Additive Alternates will be deemed non-responsive. At the time of contract award, the successful Bidder shall hold an appropriate Contractor s IB-3

9 License as required to perform the work issued by the State of California. Additionally, the AGENCY reserves the right to reject any or all proposals, to accept any bid or portion thereof, to waive any irregularity, and to take the bids under advisement for the period of time stated in the Notice Inviting Sealed Bids, all as may be required to provide for the best interests of the Agency. In no event will an award be made until all necessary investigations are made as to the responsibility and qualifications of the Bidder to whom the award is contemplated. No Bidder may withdraw his proposal for a period of 45 days after the time set for opening thereof. However, the AGENCY will return all proposal guarantees within 10 days after the award of the contract or rejection of the bids, as the case may be, to the respective Bidders whose proposals they accompany. Any bid protest must be submitted in writing to the City Engineer before 5:00 p.m. of the tenth business day following bid opening. LABOR CODE Pursuant to the provisions of Section 1773 of the Labor Code of the State of California, the AGENCY has obtained the general provisions rate of per diem wages and the general prevailing rate for holiday and overtime work in this locality for each craft, classification, or type of workman needed to execute the contract from the Director of the Department of Industrial Relations. These rates are on file with the Clerk of the AGENCY, and copies will be made available to any interested party on request. Travel and subsistence payments to each workman needed to execute the work shall be made as such travel and subsistence payments are defined in the applicable collective bargaining agreements filed in accordance with Section of the Labor Code. The Contractor shall comply with the provisions of Section 1774 of the Labor Code. Failure to comply with the subject section will subject the Contractor to penalty and forfeiture provisions of Section 1775 of the Labor Code. Pursuant to the provisions of Section 1770 of the Labor Code, the general prevailing rate of wages has been ascertained (which rate includes employer payments for health and welfare, vacation, pension, and similar purposes) applicable to the work to be done for straight time, overtime, Saturday, Sunday, and holiday work. The holiday wage rate listed shall be applicable to all holidays recognized in the collective bargaining agreement of the particular craft, classification, or type of workmen concerned. The AGENCY will not recognize any claim for additional compensation because of the payment by the Contractor of any wage rate in excess of the prevailing wage rate set forth in the Contract. The possibility of wage increases is one of the elements to be considered by the Contractor in determining his bid, and will not under any circumstances be considered as the basis of a claim against the AGENCY on the Contract. The Contractor and Subcontractors shall comply with Section which stipulates that it shall be unlawful to refuse to accept otherwise qualified employees as registered IB-4

10 apprentices solely on the grounds of race, religious creed, color, national origin, ancestry, sex, or age of such employee, except as provided in Section WORKMAN S COMPENSATION CERTIFICATE Section 3700 of the State Labor Code requires that every employer shall secure the payment compensation by either being insured against liability to pay compensation with one or more insurers, or by securing a certificate of consent to self-insure from the State Director of Industrial Relations. In accordance with this section and with Section 1861 of the State Labor Code, the Contractor shall sign a Compensation Insurance Certificate, which is included with the Contract Agreement, and submit same to City along with the other required Contract Documents, prior to performing any work. Reimbursement for this requirement shall be considered as included in the various items of work. CLAYTON ACT AND CARTWRIGHT ACT Section 4551 of the State Government Code specifies that in executing a public works contract with the City to supply goods, services, or materials, the Contractor or SubContractor offers and agrees to assign to the AGENCY all rights, title, and interest in and to all causes of action it may have under Section 4 of the Clayton Act (15 U.S.C. Sec. 15) or under the Cartwright Act (Chapter 2 commencing with Sec ) of Part 2 of Division 7 of the Business and Professions Code, arising from purchase of goods, services, or materials pursuant to the Contract or Subcontract. This assignment shall become effective when the AGENCY tenders final payment to the Contractor without further acknowledgment by the parties. SUBSTITUTION OF SECURITIES In conformance with the State of California Government Code Chapter 13, Section 4590, the Contractor may substitute securities for any monies withheld by the AGENCY to ensure performance under the Contract. At the request and expense of the Contractor, securities equivalent to the amount withheld shall be deposited with the City or with a State or Federally chartered bank as the escrow agent who shall pay such monies to the Contractor upon notification by AGENCY of Contractor s satisfactory completion of the Contract. The type of securities deposited and the method of release shall be approved by the City Attorney s office. SUBLETTING AND SUBCONTRACTING Pursuant to the Subletting and Subcontracting Fair Practices Act (commencing with Section 4100 of the Government Code), Bidders are required to list in their proposal the IB-5

11 name, location of place of business, and license number of each SubContractor who will perform work or labor or render services in or about the construction of the work or improvement or a SubContractor who specially fabricates and installs a portion of the work or improvement according to detailed drawings contained in the Plans and Specifications in excess of 1/2 of 1 percent of this Prime Contractor s total bid. Failure to list a SubContractor for a portion of the work means that the Prime Contractor will do that portion of the work. It is the AGENCY S intent for the Subletting and Subcontracting Fair Practices Act to apply to all phases of the work. COMPLIANCE MONITORING AND ENFORCEMENT In accordance with Section 1771 of the State Labor Code all Contractor and Sub- Contractors will be subjected to the Public Works Contractor Registration Program with the Department of Industrial Relations. No Bidder will be allowed to submit a proposal or be awarded a contract on this project unless they and their subs are registered with the DIR. Registration can be completed by visiting Contractors and Sub-Contractors will also need to submit Certified Payroll Reports through the DIR Monitoring system. Prime Contractors will need to register at: IB-6

12 BIDDER S NAME: PROPOSAL FOR NORCO MDP LINE ND EXTENSION STORM DRAIN PROJECT TO, as AGENCY: In accordance with AGENCY S Notice Inviting Sealed Bids, the undersigned BIDDER hereby proposes to furnish all materials, equipment, tools, labor, and incidentals required for the above stated project as set forth in the Plans, Specifications, and Contract Documents therefore, and to perform all work in the manner and time prescribed therein. BIDDER declares that this proposal is based upon careful examination of the work site, Specifications, Instructions to Bidders, and Contract Documents. If this proposal is accepted for award, BIDDER agrees to enter into a Contract with the AGENCY at the unit and/or lump sum prices set forth in the following Proposal Bid Sheet. BIDDER understands that failure to enter into a Contract in the manner and time prescribed will result in forfeiture to AGENCY of the Bid Bond accompanying this proposal. FOR VIEWING BIDDER understands that a bid is required for the entire work which the estimated quantities set forth in the Proposal Bid Sheet are solely for the purpose of comparing bids, and that final compensation under the Contract will be based upon the actual quantities of work satisfactorily completed. It is agreed that the unit and/or lump sum prices bid include all appurtenant expenses, taxes, royalties, and fees. In the case of discrepancies in the amounts bid, unit prices shall govern over extended amounts. PURPOSES ONLY CONTACT BIDDER agrees and acknowledges that he is aware of the provisions of Section 3700 of the Labor Code which requires every employer to be insured against liability for workman s compensation or to undertake self-insurance in accordance with the provisions of that code, and that the BIDDER will comply with such provisions of that code before commencing the performance of this Contract if awarded to it. BIDDER certifies that in all previous contracts or subcontracts, all reports which may have P-1

13 been due under the requirements of any Agency, State, or Federal equal employment opportunity orders have been satisfactorily filed, and that no such reports are currently outstanding. BIDDER declares in the attached Non-Collusion Affidavit that the only persons or parties interested in this proposal as principals are those named therein; that no officer, agent, or employee of the AGENCY is personally interested, directly or indirectly, in this proposal; that this proposal is made without connection to any other individual, firm, or corporation making a bid for the same work; and that this proposal is in all respects fair and without collusion or fraud. BIDDER certifies that affirmative action has been taken to seek out and consider disadvantaged business enterprises for those portions of the work to be subcontracted, and that such affirmative actions have been carefully documented, that said documentation is open to inspection, and that said affirmative action will remain in effect for the life of any contract awarded hereunder. Furthermore, BIDDER certifies that affirmative action will be taken to meet all equal employment opportunity requirements of the Contract Documents. DATED:, 2019 BIDDER'S ADDRESS: FOR VIEWING PHONE: BIDDER: BY: TITLE: PURPOSES ONLY CONTACT P-2

14 BIDDER'S INFORMATION BIDDER certifies that the following information is true and correct: Bidder's Name: Business Address: Telephone: State Contractor's License No. and Class: Original Date Issued: Expiration Date: DIR Registration No.: The following are the names, titles, addresses, and phone numbers of all individuals, firm members, partners, joint venturers, and/or corporate officers having a principal interest in this proposal: FOR VIEWING The dates of any voluntary or involuntary bankruptcy judgments against any principal having an interest in this proposal are as follows: PURPOSES ONLY CONTACT All current and prior DBA's, alias, and/or fictitious business names for any principal having an interest in this proposal are as follows: P-3

15 CONTRACTOR'S LICENSING STATEMENT The undersigned is licensed in accordance with the laws of the State of California providing for the registration of Contractors. Contractor's License Number: DIR Registration No.: Name of Individual Contractor (Print or Type): Signature of Owner: Business: Address or Name of Firm: Business Address: Name: Title: Address: Name: Title: Address or Name of Corporation: FOR VIEWING Business Address: Corporation organized under the laws of the State of PURPOSES ONLY CONTACT Signature of President of Corporation Signature of Secretary of Corporation P-4

16 SUBCONTRACTOR LIST In compliance with the provisions of the Public Contract Code Section 4104, the undersigned bidder herewith sets forth the name, location of the place of business, and California contractor license of each Subcontractor who will perform work or labor or render service to the Prime Contractor specially fabricates and installs a portion of the work or improvement according to detailed drawings contained in the plans and specifications, in an amount in excess of one-half (1/2) of one percent (1%) of the General Contractor s total bid amount or, in the case of bids or offers for the construction of streets or highways, including bridges in excess of one-half of 1 percent (0.5%) of the Prime Contractor's total bid or ten thousand dollars ($10,000), whichever is greater, and the portion of the work which will be done by each Subcontractor. Name Under Which Sub Contractor is Licensed License Number If the bidder fails to specify a Subcontractor for any portion of the work, the bidder agrees to perform the work with his own crews. (Alternative Subcontractors for the same work are prohibited by provisions of the California Government Code.) An inadvertent error in listing the California contractor license number provided pursuant to paragraph (1) shall not be grounds for filing a bid protest or grounds for considering the bid nonresponsive if the corrected contractor's license number is submitted to the public entity by the prime contractor within 24 hours after the bid opening and provided the corrected contractor's license number corresponds to the submitted name and location for that subcontractor. Dated DIR Number Bidder Signature Signature P-5 Address of Office FOR VIEWING Specific Description of Sub Contract Work PURPOSES ONLY CONTACT % of Total Bid

17 REFERENCES The following are the names, addresses, and phone numbers for three public agencies for which BIDDER has performed similar work within the past two years: DESIGNATION OF SURETIES FOR VIEWING The following are the names, addresses, and phone numbers for all brokers and sureties from whom BIDDER intends to procure insurance and bonds: PURPOSES ONLY CONTACT P-6

18 BID BOND FOR NORCO MDP LINE ND EXTENSION STORM DRAIN PROJECT KNOW ALL MEN BY THESE PRESENT that, as BIDDER, and as SURETY, are held and firmly bound unto THE, as AGENCY, in the penal sum of dollars ($ ), which is 10 percent of the total amount bid by BIDDER to AGENCY for the above stated project, for the payment of which sum, BIDDER and SURETY agree to be bound, jointly and severally, firmly by these presents. THE CONDITIONS OF THIS OBLIGATION ARE SUCH that, whereas BIDDER is about to submit a bid to AGENCY for the above stated project, if said bid is rejected, or if said bid is accepted and a contract is awarded and entered into by BIDDER in the manner and time specified, then this obligation shall be null and void, otherwise it shall remain in full force and effect in favor of AGENCY. WITNESS our hands this day of, (seal) FOR VIEWING CONTRACTOR (CORPORATION) TYPE By: President PURPOSES ONLY CONTACT By: Secretary/Treasurer NOTE: SIGNATURE OF CORPORATE OFFICIALS MUST BE NOTARIZED. Subscribed and sworn to before me this day of,. Seal of Notary: Notary Public P-7

19 BID BOND (PAGE 2) (seal) SURETY S NAME-TYPE: Mailing Address: By: Signature: Title: Name NOTE: SIGNATURE OF SURETY MUST BE NOTARIZED: Subscribed and sworn to before me this day of,. Seal of Notary: FOR VIEWING PURPOSES ONLY CONTACT Notary Public P-8

20 NON-COLLUSION AFFIDAVIT STATE OF CALIFORNIA ) ) SS COUNTY OF ), being first duly sworn deposes and says that he is (Sole Owner, Partner, President, etc.) of the party making the foregoing bid; that such bid is not made in the interest of or behalf of any undisclosed person, partnership, company, association, organization, or corporation, that such bid is genuine and not collusive or sham, that said BIDDER has not directly or indirectly induced or solicited any other bidder to put in a sham bid, or that anyone shall refrain from bidding, that said BIDDER has not in any manner, directly or indirectly sought by agreements, communication, or conference with anyone to fix the bid price of said BIDDER or of any other bidder, or to fix the overhead, profit, or cost element of such bid price, or of that of any other bidder, or to secure any advantage against the public body awarding the Contract or anyone interested in the proposed Contract; that all statements contained in such bid are true, and further, that said BIDDER has not, directly or indirectly submitted his 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 in connection, organization, bid depository, or to any member or persons as have a partnership or other financial interest with said BIDDER in his general business. Subscribed and sworn to before me this day of,. Seal of Notary: FOR VIEWING Notary Public Signed PURPOSES ONLY CONTACT Title P-9

21 PROPOSAL BID SHEET FOR NORCO MDP LINE ND EXTENSION STORM DRAIN PROJECT ITEM QUANTITY UNIT 1. 1 LS 2. 1 LS 3. 1 LS SF SF DESCRIPTION OF ITEMS WITH UNIT PRICE WRITTEN IN WORDS Mobilization & NPDES/SWPPP Requirements at Per Lump Sum Traffic Control Plans & Construction Devices (Including Engineered Traffic Control Plan) at Per Lump Sum Water Pollution Control Compliance at Per Lump Sum FOR VIEWING Construct 4 AC Over 6 Class II Aggregate Base at Per Square Foot Construct AC Grind and Overlay (0.2 Min.) at Per Square Foot UNIT PRICE IN FIGURES $ $ $ $ $ $ PURPOSES ONLY CONTACT $ $ $ $ TOTAL P-10

22 ITEM QUANTITY UNIT LF LF 8. 3 EA 9. 1 EA EA EA DESCRIPTION OF ITEMS WITH UNIT PRICE WRITTEN IN WORDS Construct 18 RCP (D-Load Per plan) at Per Linear Foot Construct 24 RCP (D-Load Per plan) at Per Linear Foot Construct Manhole No. 1 per RCFC&WCD Std. MH251 at Per Each Construct Transition Structure No. 3 per RCFC&WCD Std. Plan TS303 at Per Each FOR VIEWING Construct Inlet Type X (depths per plan) and per RCFC&WCD Std. CB108 at Per Each Construct Catch Basin No. 1 (W=4 ) per RCFC&WCD Std. CB100 w/ Special Connection per RCFC&WCD std. CB109 at Per Each UNIT PRICE IN FIGURES $ $ $ $ $ $ $ $ $ $ PURPOSES ONLY CONTACT $ $ TOTAL P-11

23 ITEM QUANTITY UNIT EA 13. 8,650 SF EA EA EA EA DESCRIPTION OF ITEMS WITH UNIT PRICE WRITTEN IN WORDS Construct Local Depression No. 2 per RCFC&WCD Std. LD201 at Per Each Trench Repair per City of Norco Std. 155 Per Detail A on Sht. 2 at Per Square Foot Construct 2-feet x 2-feet custom Drop inlet per Detail on Sht. 2 at Per Each Construct Junction Structure No. 2 per RFCFD & WCD Std. Plan JS227 with dimensions per plans at Per Each. FOR VIEWING Relocate Existing 10 Waterline per Detail on Sht. 2 at Per Each Remove Existing Tree at Per Each UNIT PRICE IN FIGURES $ $ $ $ $ $ $ $ PURPOSES ONLY CONTACT $ $ $ $ TOTAL P-12

24 LF Maximum 3-foot high CMU retaining wall at locations per City of Norco Standard at Per LF $ $ EA NORCO MDP LINE ND EXTENSION STORM DRAIN PROJECT BASE BID TOTAL AMOUNT $ BASE BID TOTAL AMOUNT IN WORDS Abandon existing 1 water service per C.O.N Std. 420 and install new 1 service per C.O.N Std. 410 at Per Each FOR VIEWING Bidders Name and Telephone Number $ $ PURPOSES ONLY CONTACT NOTE: The unit price must be written in words and also shown in figures. The total price must be extended for each item of work and the total of all items inserted in the space provided. P-13

25 IN WITNESS WHEREOF, BIDDER executes and submits this proposal with the names, titles, hands, and seals of all forenamed principals this day of,. BIDDER Subscribed and sworn to this day of,. NOTARY PUBLIC By Title AGENCY acknowledges that this proposal was received and opened at the time and in the place specified, and that it was accompanied by the required guarantee in the amount of 10 percent of the total bid. FOR VIEWING By Title PURPOSES ONLY CONTACT P-14

26 NORCO MDP LINE ND EXTENSION STORM DRAIN PROJECT AGREEMENT (SAMPLE) 1. Parties and Date. This Agreement is made and entered into this day of XXXX, 2018 by and between the City of Norco, a municipal corporation of the State of California, located at 2870 Clark Avenue, Norco, California 92860, County of Riverside, State of California, (hereinafter referred to as City ) and XXXXXXXXXXXXX., a corporation with its principal place of business at XXXXXXXXX (hereinafter referred to as Contractor ). City and Contractor are sometimes individually referred to as Party and collectively as Parties in this Agreement. 2. Recitals. 2.1 Contractor. Contractor desires to perform and assume responsibility for the provisions of the Norco MDP Line ND Extension Storm Drain Project on the terms and conditions set forth in this Agreement. Contractor represents that it is experienced in constructing storm drain improvements for public clients, that it and its employees or subcontractors have all necessary licenses and permits to perform the Services in the State of California, and that is familiar with the plans of the City. 2.2 Project. The City desires to engage the Contractor to render such services for the Norco MDP Line ND Extension Storm Drain Project ( Project ) as set forth in this Agreement. 3. Terms. FOR VIEWING 3.1 Scope of Services and Term. PURPOSES ONLY CONTACT General Scope of Services. Contractor promises and agrees to furnish to the City all labor, materials, tools, equipment, services, and incidental and customary work necessary to construct the improvements outlined by the Norco MDP Line ND Extension Storm Drain Project. The Project is more particularly described in Exhibit A attached hereto and incorporated herein by reference. The Project shall be subject to, and performed in accordance with this Agreement, the exhibits attached hereto and incorporated herein by reference, and all applicable local, state and federal laws, rules and regulations Term. The terms of this Agreement shall begin at the Notice to Proceed and shall extend 45 working days. Contractor shall complete the Services within the term of this Agreement, and shall meet any other established schedules and deadlines. CA-1

27 3.2 Responsibilities of Contractor Control and Payment of Subordinates; Independent Contractor. The Project shall be constructed by Contractor or under its supervision. Contractor will determine the means, methods and details of constructing the Project subject to the requirements of this Agreement. City retains Contractor on an independent contractor basis and not as an employee. Any additional personnel constructing the Project under this Agreement on behalf of Contractor shall also not be employees of City and shall at all times be under Contractor s exclusive direction and control. Contractor shall pay all wages, salaries, and other amounts due such personnel in connection with the construction of the Project under this Agreement and as required by law. Contractor shall be responsible for all reports and obligations respecting such additional personnel, including, but not limited to: social security taxes, income tax withholding, unemployment insurance, disability insurance, and workers compensation insurance Schedule of Services. Contractor shall construct the Project expeditiously, within the term of this Agreement, and in accordance with the Project timeframe set forth herein. Contractor represents that it has the professional and technical personnel required to construct the Project in conformance with such conditions. In order to facilitate Contractor s conformance with the Project timeframe, City shall respond to Contractor s Requests for Information in a timely manner. Upon request of City, Contractor shall provide a more detailed schedule of anticipated performance to meet the Project timeframe Conformance to Applicable Requirements. All work prepared by Contractor shall be subject to the approval of City City s Representative. The City hereby designates the Director of Public Works, or his designee, to act as its representative for the performance of this Agreement ( City s Representative ). City s Representative shall have the power to act on behalf of the City for all purposes under this Agreement. Contractor shall not accept direction or orders from any person other than the City s Representative or his or her designee. FOR VIEWING Contractor s Representative. Contractor hereby designates XXXX President, or his designee, to act as its representative for the performance of this Agreement ( Contractor s Representative ). Contractor s Representative shall have full authority to represent and act on behalf PURPOSES ONLY CONTACT of the Contractor for all purposes under this Agreement. The Contractor s Representative shall supervise and direct the Project, using his best skill and attention, and shall be responsible for all means, methods, techniques, sequences and procedures and for the satisfactory coordination of all portions of the Project under this Agreement Coordination of Project. Contractor agrees to work closely with City staff in the construction of the Project and shall be available to City s staff, consultants and other staff at all reasonable times Standard of Care; Performance of Employees. Contractor shall construct the Project under this Agreement in a skillful and competent manner, consistent with the standards generally recognized as being employed by professionals in the same discipline in the State of California. Contractor represents and maintains that it is skilled in the professional calling necessary to construct the Project. Contractor warrants that all employees and subcontractors shall have sufficient skill and experience to construct the Project. Finally, Contractor represents that it, its employees and subcontractors have all licenses, permits, qualifications and approvals of whatever nature that are legally required to construct the Project, including a City Business License, and that CA-2

28 such licenses and approvals shall be maintained throughout the term of this Agreement. As provided for in the indemnification provisions of this Agreement, Contractor shall perform, at its own cost and expense and without reimbursement from the City, any services necessary to correct errors or omissions which are caused by the Contractor s failure to comply with the standard of care provided for herein. Any employee of the Contractor or its sub-contractors who is determined by the City to be uncooperative, incompetent, a threat to the adequate or timely completion of the Project, a threat to the safety of persons or property, or any employee who fails or refuses to construct the Project in a manner acceptable to the City, shall be promptly removed from the Project by the Contractor and shall not be re-employed to perform any work on the Project Period of Performance and Liquidated Damages. Contractor shall perform and complete the Project under this Agreement within the term set forth in Section above ( Term ). Contractor shall construct the Project in strict accordance with any timeframe provided herein, or which may be provided separately in writing to the Contractor. Contractor agrees that if the Project is not completed within the aforementioned Term and/or pursuant to any such completion schedule or Project milestones developed pursuant to provisions of this Agreement, it is understood, acknowledged and agreed that the City will suffer damage. Pursuant to Government Code Section , Contractor shall pay to the City as fixed and liquidated damages, and not as a penalty, the sum of $ per working day: Laws and Regulations. Contractor shall keep itself fully informed of and in compliance with all local, state and federal laws, rules and regulations in any manner affecting the performance of the Project, including all Cal/OSHA requirements, and shall give all notices required by law. Contractor shall be liable for all violations of such laws and regulations in connection with the Project. If the Contractor performs any work knowing it to be contrary to such laws, rules and regulations and without giving written notice to the City, Contractor shall be solely responsible for all costs arising therefrom. Contractor shall defend, indemnify and hold City, its officials, directors, officers, employees and agents free and harmless, pursuant to the indemnification provisions of this Agreement, from any claim or liability arising out of any failure or alleged failure to FOR VIEWING comply with such laws, rules or regulations Insurance. PURPOSES ONLY Time for Compliance. Contractor shall not commence work under this Agreement until it has provided evidence satisfactory to the City that it has secured all insurance required under this section. In addition, Contractor shall not allow any subcontractor to commence work on any subcontract until it has provided evidence satisfactory to the City that the subcontractor has secured all insurance required under this section. CONTACT Minimum Requirements. Throughout the life of this Contract, Contractor shall pay for and maintain in full force and effect all policies of insurance required hereunder with an insurance company(ies) either (i) admitted by the California Insurance Commissioner to do business in the State of California and rated not less than "A- VII" in Best's Insurance Rating Guide, or (ii) as may be authorized in writing by City Manager or his/her designee at any time and in his/her sole discretion. The following policies of insurance are required: (i) COMMERCIAL GENERAL LIABILITY insurance which shall be at least as broad as the most current version of Insurance Services Office (ISO) Commercial General Liability Coverage Form CG and include insurance for bodily injury, property damage and CA-3

29 personal and advertising injury with coverage for premises and operations (including the use of owned and non-owned equipment), products and completed operations, and contractual liability (including, without limitation, indemnity obligations under the Contract) with limits of liability of not less than the following: $2,000,000 per occurrence for bodily injury and property damage $1,000,000 per occurrence for personal and advertising injury $2,000,000 aggregate for products and completed operations $4,000,000 general aggregate (ii) COMMERCIAL AUTOMOBILE LIABILITY insurance which shall be at least as broad as the most current version of Insurance Service Office (ISO) Business Auto Coverage Form CA 00 01, and include coverage for all owned, hired, and non owned automobiles or other licensed vehicles (Code 1 Any Auto) with limits of liability of not less than $1,000,000 per accident for bodily injury and property damage. (iii) California Labor Code. WORKERS' COMPENSATION insurance as required under the (iv) EMPLOYERS LIABILITY insurance with limits of liability of not less than $1,000,000 each accident, $1,000,000 disease policy limit and $1,000,000 disease each employee. (v) BUILDERS RISK (Course of Construction) insurance in an amount equal to the completed value of the project with no coinsurance penalty provisions. (Only required if the project includes new construction of a building; or renovation of, or addition to, an existing building.) (vi) CONTRACTORS POLLUTION LIABILITY (Unless waived in writing by the City Manager or his/her designee in his/her sole discretion, Contractors Pollution Liability is required for all environmental and water remediation work and for all work transporting fuel. Unless waived in writing by the City Manager or his/her designee in his/her sole discretion, Contractors Pollution Liability is also required for demolition, renovation, HVAC, plumbing or electrical (including, without limitation, lighting) work on any structure built prior to the year 1990.) insurance with limits of liability of not less than the following: FOR VIEWING PURPOSES ONLY CONTACT $1,000,000 per occurrence or claim $2,000,000 general aggregate per annual policy period In the event Contractor purchases an Umbrella or Excess insurance policy(ies) to meet the minimum limits of insurance set forth above, this insurance policy(ies) shall follow form and afford no less coverage than the primary insurance policy(ies). Should this Contract involves any lead based, mold or asbestos environmental hazard, either the Automobile Liability insurance policy or the Contractors Pollution Liability insurance policy shall be endorsed to include Transportation Pollution Liability insurance covering materials to be transported by Contractor pursuant to the Contract. In the event this Contract involves any lead-based environmental hazard (e.g., lead based paint), the Contractors Pollution Liability insurance policy shall be endorsed to include coverage for lead based environmental hazards. In the event this Contract involves any asbestos CA-4

30 environmental hazard (e.g., asbestos remediation), the Contractors Pollution Liability insurance policy shall be endorsed to include coverage for asbestos environmental hazards. In the event this Contract involves any mold environmental hazard (e.g., mold remediation), the Contractors Pollution Liability insurance policy shall be endorsed to include coverage for mold environmental hazards and microbial matter including mold within the definition of Pollution under the policy. Contractor shall be responsible for payment of any deductibles contained in any insurance policies required hereunder and Contractor shall also be responsible for payment of any self-insured retentions. Any deductibles or self-insured retentions must be declared to, and approved by, the City Manager or his/her designee in his/her sole discretion. At the option of the City Manager or his/her designee, either (i) the insurer shall reduce or eliminate such deductibles or selfinsured retentions as respects City, its officers, officials, employees and agents; or (ii) Contractor shall provide a financial guarantee, satisfactory to the City Manager or his/her designee in his/her sole discretion, guaranteeing payment of losses and related investigations, claim administration and defense expenses. At no time shall City be responsible for the payment of any deductibles or selfinsured retentions. All policies of insurance required hereunder shall be endorsed to provide that the coverage shall not be cancelled, non-renewed, reduced in coverage or in limits except after 30 calendar day written notice has been given to City. Upon issuance by the insurer, broker, or agent of a notice of cancellation, non-renewal, or reduction in coverage or in limits, Contractor shall furnish City with a new certificate and applicable endorsements for such policy(ies). In the event any policy is due to expire during the work to be performed for City, Contractor shall provide a new certificate, and applicable endorsements, evidencing renewal of such policy not less than 15 calendar days prior to the expiration date of the expiring policy. The General Liability and Automobile Liability insurance policies shall be written on an occurrence form. The Contractors Pollution Liability insurance policy shall be written on either an occurrence form, or a claims-made form. The General Liability (including ongoing operations and completed operations), Automobile Liability and Contractors Pollution Liability insurance policies shall name City, its officers, officials, employees and agents as an additional insured. All such policies of insurance shall be endorsed so Contractor s insurance shall be primary and no contribution shall be required of City, its officers, officials, employees and agents. The Builders Risk (Course of Construction) insurance policy shall be endorsed to name the City as a loss payee. Any Workers Compensation insurance policy shall contain a waiver of subrogation as to City, its officers, officials, employees and agents. The coverage(s) shall contain no special limitations on the scope of protection afforded to City, its officers, officials, employees and agents. If Contractor maintains higher limits of liability than the minimums shown above, City requires and shall be entitled to coverage for the higher limits of liability maintained by Contractor. coverage form: FOR VIEWING PURPOSES ONLY CONTACT Claims-Made Policies - If any coverage required is written on a claims-made (i) The retroactive date must be shown, and must be before the effective date of the Contract or the commencement of work by Contractor. (ii) Insurance must be maintained and evidence of insurance must be provided for at least 5 years after completion of the work or termination of the Contract, whichever first occurs. CA-5

31 (iii) If coverage is canceled or non-renewed, and not replaced with another claims-made policy form with a retroactive date prior to the effective date of the Contract, or work commencement date, Contractor must purchase extended reporting period coverage for a minimum of 5 years after completion of the work or termination of the Contract, whichever first occurs. City for review. (iv) A copy of the claims reporting requirements must be submitted to Contract. (v) These requirements shall survive expiration or termination of the Contractor shall furnish City with all certificate(s) and applicable endorsements effecting coverage required hereunder. All certificates and applicable endorsements are to be received and approved by the City s Risk Manager or his/her designee in his/her sole discretion prior to City s execution of the Contract and before work commences. Upon request of City, Contractor shall immediately furnish City with a complete copy of any insurance policy required under this Contract, including all endorsements, with said copy certified by the underwriter to be a true and correct copy of the original policy. This requirement shall survive expiration or termination of this Contract. If at any time during the life of the Contract or any extension, Contractor or any of its subcontractors fail to maintain any required insurance in full force and effect, all work under this Contract shall be discontinued immediately, and all payments due or that become due to Contractor shall be withheld until notice is received by City that the required insurance has been restored to full force and effect and that the premiums therefore have been paid for a period satisfactory to City. Any failure to maintain the required insurance shall be sufficient cause for City to terminate this Contract. No action taken by City hereunder shall in any way relieve Contractor of its responsibilities under this Contract. FOR VIEWING The fact that insurance is obtained by Contractor shall not be deemed to release or diminish the liability of Contractor, including, without limitation, liability under the indemnity provisions of this Contract. The duty to indemnify City shall apply to all claims and liability regardless of whether any insurance policies are applicable. The policy limits do not act as a limitation upon the amount of indemnification to be provided by Contractor. Approval or purchase of any insurance contracts or policies shall in no way relieve from liability nor limit the liability of Contractor, its principals, officers, agents, employees, persons under the supervision of Contractor, vendors, suppliers, invitees, consultants, sub-consultants, subcontractors, or anyone employed directly or indirectly by any of them. PURPOSES ONLY CONTACT In the event of a partial or total destruction by the perils insured against of any or all of the work and/or materials herein provided for at any time prior to the final completion of the Contract and the final acceptance by the City of the work or materials to be performed or supplied thereunder, the Contractor shall promptly reconstruct, repair, replace, or restore all work or materials so destroyed or injured at his/her sole cost and expense. Nothing herein provided for shall in any way excuse the Contractor or his/her insurance company from the obligation of furnishing all the required materials and completing the work in full compliance with the terms of the Contract. If Contractor should subcontract all or any portion of the services to be performed under this Contract, Contractor shall require each subcontractor to provide insurance protection in favor of City, its officers, officials, employees and agents in accordance with the terms CA-6

32 of each of the preceding paragraphs, except that the subcontractors' certificates and endorsements shall be on file with Contractor and City prior to the commencement of any work by the subcontractor Safety. Contractor shall execute and maintain its work so as to avoid injury or damage to any person or property. In constructing the Project, the Contractor shall at all times be in compliance with all applicable local, state and federal laws, rules and regulations, and shall exercise all necessary precautions for the safety of employees appropriate to the nature of the work and the conditions under which the work is to be performed. Safety precautions as applicable shall include, but shall not be limited to: (A) adequate life protection and lifesaving equipment and procedures; (B) instructions in accident prevention for all employees and subcontractors, such as safe walkways, scaffolds, fall protection ladders, bridges, gang planks, confined space procedures, trenching and shoring, equipment and other safety devices, equipment and wearing apparel as are necessary or lawfully required to prevent accidents or injuries; and (C) adequate facilities for the proper inspection and maintenance of all safety measures Bonds Performance Bond. Contractor shall execute and provide to City concurrently with this Agreement a Performance Bond in the amount of the total, notto-exceed compensation indicated in this Agreement, and in a form provided or approved by the City. If such bond is required, no payment will be made to Contractor until it has been received and approved by the City Payment Bond. Contractor shall execute and provide to City concurrently with this Agreement a Payment Bond in the amount of the total, not-to-exceed compensation indicated in this Agreement, and in a form provided or approved by the City. If such bond is required, no payment will be made to Contractor until it has been received and approved by City. FOR VIEWING Bond Provisions. Should, in City s sole opinion, any bond become insufficient or any surety be found to be unsatisfactory, Contractor shall renew or replace the affected bond within 10 days of receiving notice from City. In the event the surety or Contractor intends to reduce or cancel any required bond, at least thirty (30) days prior written notice shall be given to the City, and Contractor shall post acceptable replacement bonds at least ten (10) days prior to expiration of the original bonds. No further payments shall be deemed due or will be made under this Agreement until any replacement bonds required by this section are accepted by the City. To the extent, if any, that the total compensation is increased in accordance with the Agreement, the Contractor shall, upon request of the City, cause the amount of the bonds to be increased accordingly and shall promptly deliver satisfactory evidence of such increase to the City. To the extent available, the bonds shall further provide that no change or alteration of the Agreement (including, without limitation, an increase in the total compensation, as referred to above), extensions of time, or modifications of the time, terms, or conditions of payment to the Contractor, will release the surety. If the Contractor fails to furnish any required bond, the City may terminate this Agreement for cause. PURPOSES ONLY CONTACT Surety Qualifications. Only bonds executed by an admitted surety insurer, as defined in Code of Civil Procedure Section , shall be accepted. The surety must be a California admitted surety with a current A.M. Best s rating no less than A:VIII and satisfactory to the City. If a California admitted surety insurer issuing bonds does not meet these CA-7

33 requirements, the insurer will be considered qualified if it is in conformance with Section of the California Code of Civil Procedure, and proof of such is provided to the City. 3.3 Fees and Payments Compensation. Contractor shall receive compensation, including authorized reimbursements, for all construction services rendered under this Agreement at the rates set forth in Exhibit B attached hereto and incorporated herein by reference. Extra work may be authorized, as described below, and if authorized, will be compensated at the rates and manner set forth in this Agreement Payment of Compensation. Contractor shall submit to City a monthly itemized statement which indicates work completed by Contractor. The statement shall describe the amount of Services and supplies provided since the initial commencement date, or since the start of the subsequent billing periods, as appropriate, through the date of the statement. City shall, within 45 days of receiving such statement, review the statement and pay all approved charges thereon Reimbursement for Expenses. Contractor shall not be reimbursed for any expenses unless authorized in writing by City Extra Work. At any time during the term of this Agreement, City may request that Contractor perform Extra Work. As used herein, Extra Work means any work which is determined by City to be necessary for the proper completion of the Project, but which the parties did not reasonably anticipate would be necessary at the execution of this Agreement. Contractor shall not perform, nor be compensated for, Extra Work without written authorization from City s Representative Prevailing Wages. Contractor is aware of the requirements of California Labor Code Section 1720, et seq., and 1770, et seq., as well as California Code of Regulations, Title 8, Section 1600, et seq., ("Prevailing Wage Laws"), which require the payment of prevailing wage rates and the performance of other requirements on "public works" and "maintenance" projects. If the Services are being performed as part of an applicable "public works" or "maintenance" project, as defined by the Prevailing Wage Laws, and if the total compensation is $1,000 or more, Contractor agrees to fully comply with such Prevailing Wage Laws. City shall provide Contractor with a copy of the prevailing rates of per diem wages in effect at the commencement of this Agreement. Contractor shall make copies of the prevailing rates of per diem wages for each craft, classification or type of worker needed to execute the Services available to interested parties upon request, and shall post copies at the Contractor's principal place of business and at the project site. Contractor shall defend, indemnify and hold the City, its elected officials, officers, employees and agents free and harmless from any claim or liability arising out of any failure or alleged failure to comply with the Prevailing Wage Laws. FOR VIEWING 3.4 Accounting Records. PURPOSES ONLY CONTACT Maintenance and Inspection. Contractor shall maintain complete and accurate records with respect to all costs and expenses incurred under this Agreement. All such records shall be clearly identifiable. Contractor shall allow a representative of City during normal business hours to examine, audit, and make transcripts or copies of such records and any other documents created pursuant to this Agreement. Contractor shall allow inspection of all work, data, documents, proceedings, and activities related to the Agreement for a period of three (3) years from the date of final payment under this Agreement. CA-8

34 3.5 General Provisions Termination of Agreement Grounds for Termination. City may, by written notice to Contractor, terminate the whole or any part of this Agreement at any time and without cause by giving written notice to Contractor of such termination, and specifying the effective date thereof, at least seven (7) days before the effective date of such termination. Upon termination, Contractor shall be compensated only for those services which have been adequately rendered to City, and Contractor shall be entitled to no further compensation. Contractor may not terminate this Agreement except for cause Effect of Termination. If this Agreement is terminated as provided herein, City may require Contractor to provide all finished or unfinished Documents and Data and other information of any kind prepared by Contractor in connection with the performance of Services under this Agreement. Contractor shall be required to provide such document and other information within fifteen (15) days of the request Additional Services. In the event this Agreement is terminated in whole or in part as provided herein, City may procure, upon such terms and in such manner as it may determine appropriate, services similar to those terminated Delivery of Notices. All notices permitted or required under this Agreement shall be given to the respective parties at the follow address, or at such other address as the respective parties may provide in writing for this purpose: Contractor: City: XXXXXXXXX XXXXXXXXX XXXXXXXXX XXXXXXXXX FOR VIEWING PURPOSES ONLY CONTACT City of Norco 2870 Clark Avenue Norco, CA Attention: Director of Public Works Such notice shall be deemed made when personally delivered or when mailed, forty-eight (48) hours after deposit in the US Mail, first class postage prepaid and addressed to the party at its applicable address. Actual notice shall be deemed adequate notice on the date actual notice occurred, regardless of the method of service Cooperation; Further Acts. The Parties shall fully cooperate with one another, and shall take any additional acts or sign any additional documents as may be necessary, appropriate or convenient to attain the purposes of this Agreement Attorney s Fees. If either party commences an action against the other party, either legal, administrative or otherwise, arising out of or in connection with this Agreement, the CA-9

35 prevailing party in such litigation shall be entitled to have and recover from the losing party reasonable attorney s fees and all other costs of such action Indemnification. To the furthest extent allowed by law including California Civil Code section 2782, CONTRACTOR shall indemnify, hold harmless and defend CITY and each of its officers, officials, employees, agents and volunteers from any and all loss, liability, fines, penalties, forfeitures, costs and damages (whether in contract, tort or strict liability, including but not limited to personal injury, death at any time and property damage) incurred by CITY, CONTRACTOR or any other person, and from any and all claims, demands and actions in law or equity (including attorney's fees and litigation expenses), arising or alleged to have arisen directly or indirectly out of performance of this Contract. CONTRACTOR'S obligations under the preceding sentence shall apply regardless of whether CITY or any of its officers, officials, employees, agents or volunteers are passively negligent, but shall not apply to any loss, liability, fines, penalties, forfeitures, costs or damages caused by the active or sole negligence, or the willful misconduct, of CITY or any of its officers, officials, employees, agents or volunteers. If CONTRACTOR should subcontract all or any portion of the work to be performed under this Contract, CONTRACTOR shall require each subcontractor to indemnify, hold harmless and defend CITY and each of its officers, officials, employees, agents and volunteers in accordance with the terms of the preceding paragraph. This section shall survive termination or expiration of this Contract Entire Agreement. This Agreement contains the entire Agreement of the parties with respect to the subject matter hereof, and supersedes all prior negotiations, understandings or agreements. This Agreement may only be modified by a writing signed by both parties Governing Law. This Agreement shall be governed by the laws of the State of California. Venue shall be in Riverside County. Agreement. FOR VIEWING Time of Essence. Time is of the essence for each and every provision of this PURPOSES ONLY City s Right to Employ Other Contractors. City reserves right to employ other contractors in connection with this Project. CONTACT Successors and Assigns. This Agreement shall be binding on the successors and assigns of the parties Assignment or Transfer. Contractor shall not assign, hypothecate or transfer, either directly or by operation of law, this Agreement or any interest herein without the prior written consent of the City. Any attempt to do so shall be null and void, and any assignees, hypothecates or transferees shall acquire no right or interest by reason of such attempted assignment, hypothecation or transfer Construction; References; Captions. Since the Parties or their agents have participated fully in the preparation of this Agreement, the language of this Agreement shall be construed simply, according to its fair meaning, and not strictly for or against any Party. Any term referencing time, days or period for performance shall be work days (Monday through Friday, excluding holidays). All references to Contractor include all personnel, employees, agents, and CA-10

36 subcontractors of Contractor, except as otherwise specified in this Agreement. All references to City include its elected officials, officers, employees, agents, and volunteers except as otherwise specified in this Agreement. The captions of the various articles and paragraphs are for convenience and ease of reference only, and do not define, limit, augment, or describe the scope, content or intent of this Agreement Amendment; Modification. No supplement, modification or amendment of this Agreement shall be binding unless executed in writing and signed by both Parties Waiver. No waiver of any default shall constitute a waiver of any other default or breach, whether of the same or other covenant or condition. No waiver, benefit, privilege, or service voluntarily given or performed by a Party shall give the other Party any contractual rights by custom, estoppel or otherwise No Third Party Beneficiaries. There are no intended third party beneficiaries of any right or obligation assumed by the Parties Invalidity; Severability. If any portion of this Agreement is declared invalid, illegal, or otherwise unenforceable by a court of competent jurisdiction, the remaining provisions shall continue in full force and effect Prohibited Interests. Contractor maintains and warrants that it has not employed nor retained any company or person, other than a bona fide employee working solely for Contractor, to solicit or secure this Agreement. Further, Contractor warrants that it has not paid nor has it agreed to pay any company or person, other than a bona fide employee working solely for Contractor, any fee, commission, percentage, brokerage fee, gift or other consideration contingent upon or resulting from the award or making of this Agreement. Contractor further agrees to file, or shall cause its employees or subcontractors to file, a Statement of Economic Interest with the City s Filing Officer as required under state law in the performance of the Services. For breach or violation of this warranty, City shall have the right to rescind this Agreement without liability. For the term of this Agreement, no member, officer or employee of City, during the term of his or her service with City, shall have any direct interest in this Agreement, or obtain any present or anticipated material benefit arising therefrom. FOR VIEWING PURPOSES ONLY CONTACT Equal Opportunity Employment. Contractor represents that it is an equal opportunity employer and it shall not discriminate against any subcontractor, employee or applicant for employment because of race, religion, color, national origin, handicap, ancestry, sex or age. Such non-discrimination shall include, but not be limited to, all activities related to initial employment, upgrading, demotion, transfer, recruitment or recruitment advertising, layoff or termination. Contractor shall also comply with all relevant provisions of City s Minority Business Enterprise program, Affirmative Action Plan or other related programs or guidelines currently in effect or hereinafter enacted Labor Certification. By its signature hereunder, Contractor certifies that it is aware of the provisions of Section 3700 of the California Labor Code which require every employer to be insured against liability for Workers Compensation or to undertake self-insurance in accordance with the provisions of that Code, and agrees to comply with such provisions before commencing the performance of the Services Authority to Enter Agreement. Contractor has all requisite power and authority to conduct its business and to execute, deliver, and perform the Agreement. Each Party warrants CA-11

37 that the individuals who have signed this Agreement have the legal power, right, and authority to make this Agreement and bind each respective Party Counterparts. This Agreement may be signed in counterparts, each of which shall constitute an original. 3.6 Subcontracting Prior Approval Required. Contractor shall not subcontract any portion of the work required by this Agreement, except as expressly stated herein, without prior written approval of City. Subcontracts, if any, shall contain a provision making them subject to all provisions stipulated in this Agreement. FOR VIEWING PURPOSES ONLY CONTACT CA-12

38 Name of Contractor: *By: Signature Name and Title NOTE: SIGNATURES OF CORPORATE OFFICIALS MUST BE NOTARIZED. Attach Certificate of Notary Acknowledgement OWNER:, a municipal corporation *By: Robin Grundmeyer, Mayor ATTEST: FOR VIEWING Cheryl L. Link, City Clerk APPROVED AS TO FORM: PURPOSES ONLY CONTACT John R. Harper, City Attorney CA-13

39 EXHIBIT A Scope of Norco MDP Line ND Extension Storm Drain Project The items of work to be done consist of furnishing all materials, equipment, tools, labor and incidentals required for the Norco MDP Line ND Extension Storm Drain Project as set forth in the Plans, Specifications and Contract Documents therefore, and to perform all work in the manner and time prescribed therein. The general items of work to be done consists of the installation of 18 & 24 RCP pipe, curb inlet catch basins, manholes and junction structures. The services shall be performed in accordance with the Standard Specifications for Public Works Construction (Green Book), latest edition, including all current supplements, addenda, and revisions thereof (hereinafter referred to as Standard Specifications ) incorporated herein by this reference. Any provisions which supplement or modify the Standard Specifications are attached hereto as Special Provisions and incorporated herein by this reference. FOR VIEWING PURPOSES ONLY CONTACT CA-14

40 EXHIBIT B Proposal Document FOR VIEWING PURPOSES ONLY CONTACT CA-15

41 KNOW ALL MEN BY THESE PRESENT: CONTRACT PERFORMANCE BOND (CALIFORNIA PUBLIC WORK) THAT WHEREAS, the City of Norco (sometimes referred to hereinafter as Obligee ) has awarded to (hereinafter designated as the Contractor ), an agreement for the work described as follows: NORCO MDP LINE ND EXTENSION STORM DRAIN PROJECT The general items of work to be done hereunder consist of: Project includes installation of RCP pipe 18 & 24 in diameter, catch basins, manholes, junction structures, local depressions to the satisfaction and acceptance of the City Engineer (hereinafter referred to as the Public Work ); and WHEREAS, the work to be performed by the Contractor is more particularly set forth in that certain contract for the said Public Work dated, (hereinafter referred to as the Contract ), which Contract is incorporated herein by this reference; and WHEREAS, the Contractor is required by said Contract to perform the terms thereof and to provide a bond both for the performance and guaranty thereof. FOR VIEWING NOW, THEREFORE, we,, the undersigned Contractor, as Principal, and, a corporation organized and existing under the laws of the State of, and duly authorized to transact business under the laws of the State of California, as Surety, are held and firmly bound unto the City of Norco in the sum of Dollars ($ ), said sum being not less than 100 percent of the total amount payable by the said Obligee under the terms to the said Contract, for which amount well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors, and assigns, jointly and severally, firmly by these presents. PURPOSES ONLY CONTACT THE CONDITION OF THIS OBLIGATION IS SUCH, that if the bounden Contractor, his or 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 said Contract and any alteration thereof made as therein provided, on his or its parts, to be kept and performed at the time and in the manner therein specified, and in all respects according to their intent and meaning; and shall faithfully fulfill the one year guarantee of all materials and workmanship; and indemnify and save harmless the Obligee, its officers and CA-16

42 agents, as stipulated in said Contract, then this obligation shall become null and void; otherwise it shall be and remain in full force and effect. The said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration, or addition to the terms of the Contract or to the work to be performed thereunder or the Specifications accompanying the same shall in any way affect its obligations on this bond, and it does hereby waive notice of any such change, extension of time, alteration of addition to the terms of the Contract, or to the work or to the Specifications. No final settlement between the Obligee and the Contractor shall abridge the right of any beneficiary hereunder, whose claim may be unsatisfied. Contractor and Surety agree that if the Obligee is required to engage the services of an attorney in connection with enforcement of the bond, each shall pay Obligee s reasonable attorney s fees incurred, with or without suit, in addition to the above sum. IN WITNESS WHEREOF, we have hereunto set our hands and seals this day of, FOR VIEWING PRINCIPAL/CONTRACTOR: By: SURETY: PURPOSES ONLY CONTACT By: Attorney-in-Fact CA-17

43 The rate of premium on this bond is per thousand. The total amount of premium charged: $ (The above must be filled in by corporate surety). IMPORTANT: Surety companies executing bonds must possess a certificate of authority from the California Insurance Commissioner authorizing them to write surety insurance defined in Section 105 of the California Insurance Code, and if the work or project is financed, in whole or in part, with Federal, grant, or loan funds, it must also appear on the Treasury Department s most current list (Circular 570 as amended). THIS IS A REQUIRED FORM. Any claims under this bond may be addressed to: (Name and Address of Surety) (Name and Address of Agent or Representative for service of process in California if different from above) FOR VIEWING (Telephone Number of Surety and Agent or Representative for service of process in California) PURPOSES ONLY CONTACT CA-18

44 STATE OF CALIFORNIA ) ) ss. COUNTY OF ) On this day of, in the year, before me,, a Notary Public in and for said State, personally appeared, known to me to be the person whose name is subscribed to the within instrument as the Attorney-in-Fact of the (Surety) and acknowledged to me that he subscribed the name of the (Surety) thereto and his own name as Attorney-in-Fact. (SEAL) Commission expires: FOR VIEWING Notary Public in and for said State NOTE: A copy of the Power of Attorney to local representatives of the bonding company must be attached hereto. PURPOSES ONLY CONTACT CA-19

45 PAYMENT BOND (CALIFORNIA PUBLIC WORK) KNOW ALL MEN BY THESE PRESENT: THAT WHEREAS, the City of Norco (sometimes referred to hereinafter as Obligee has awarded to (hereinafter designated as the Contractor ), an agreement dated, described as follows: NORCO MDP LINE ND EXTENTION STORM DRAIN PROJECT The general items of work to be done hereunder consist of: Project includes installation of RCP pipe 18 & 24 in diameter, catch basins, manholes, junction structures, local depressions to the satisfaction and acceptance of the City Engineer (hereinafter referred to as the Contract ) and WHEREAS, said Contractor is required to furnish a bond in connection with said Contract and pursuant to Section 3247 of the California Civil Code; NOW, THEREFORE, We,, the undersigned Contractor, as Principal; and a corporation organized and existing under the laws of the State of, and duly authorized to transact business under the laws of the State of California, as Surety, are held and firmly bound unto the City of Norco and to any and all persons, companies, or corporations entitled to file stop notices under Section 3181 of the California Civil Code, in the sum of FOR VIEWING PURPOSES ONLY Dollars ($ ), said sum being not less than 100 percent of the total amount payable by the said Obligee under the terms of the said Contract, for which payment will and truly to be made, we bind ourselves, our heirs, executors, administrators, successors, and assigns, jointly and severally, firmly by these presents. CONTACT THE CONDITION OF THIS OBLIGATION IS SUCH, that, if said Contractor, his or its heirs, executors, administrators, successors, or assigns, or SubContractors, shall fail to pay for any materials, provisions or other supplies, implements, machinery, or power used in, upon, for, or about the performance of the Public Work contracted to be done, or to pay any person for any work or labor of any kind, or for bestowing skills or other necessary services thereon, or for amounts due under the Unemployment Insurance Code with respect to such work or labor, or for any amounts required to be deducted, withheld, and paid over to the Employment Development Department from the wages of employees of CA-20

46 paid Contractor and his SubContractors pursuant to Section of the Unemployment Insurance Code with respect to such work and labor as required by the provisions of Section 3247 through 3252 of the Civil Code, the Surety or Sureties hereon will pay for the same in an amount not exceeding the sum specified in this bond, otherwise the above obligation shall be void. In addition to the provisions herein above, it is agreed that this bond will insure to the benefit of any and all persons, companies, and corporations entitled to serve stop notices under Section 3181 of the Civil Code, so as to give a right of action to them or their assigns in any suit brought upon this bond. The Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration, or additions to the terms of the said Contract or to the work to be performed thereunder or the Specifications accompanying the same shall in any way affect its obligations on this bond, and it does hereby waive notice of any such change, extension of time, alteration, or addition to the terms of the Contract or to the work or to the Specifications. No final settlement between the Obligee and the Contractor hereunder shall abridge the right of any beneficiary hereunder, whose claim may be unsatisfied. Contractor and Surety agree that if the Obligee is required to engage the services of an attorney in connection with the enforcement of this bond, each shall pay Obligee s reasonable attorney s fees incurred, with or without suit, in addition to the above sum. IN WITNESS WHEREOF, we have hereunto set our hands and seals this day of, FOR VIEWING PRINCIPAL/CONTRACTOR: PURPOSES ONLY CONTACT By: SURETY: By: Attorney-in-Fact The rate of premium on this bond is per thousand. CA-21

47 The total amount of premium charged: $ (The above must be filled in by corporate Surety). IMPORTANT: Surety companies executing bonds must possess a certificate of authority from the California Insurance Commissioner authorizing them to write surety insurance defined in Section 105 of the California Insurance Code, and if the work or project is financed, in whole or in part, with Federal, grant, or loan funds, it must also appear on the Treasury Department s most current list (Circular 570 as amended). THIS IS A REQUIRED FORM. Any claims under this bond may be addressed to: (Name and Address of Surety) (Name and Address of Agent or Representative for service of process in California if different from above) FOR VIEWING (Telephone Number of Surety and Agent or Representative for service of process in California PURPOSES ONLY CONTACT CA-22

48 STATE OF CALIFORNIA ) ) ss. COUNTY OF ) On this day of, in the year, before me,, a Notary Public in and for said State, personally appeared, known to me to be the person whose name is subscribed to the within instrument as the Attorney-in-Fact of the (Surety) and acknowledged to me that he subscribed the name of the (Surety) thereto and his own name as Attorney-in-Fact. (SEAL) Commission expires: FOR VIEWING Notary Public in and for said State NOTE: A copy of the Power of Attorney to local representatives of the bonding company must be attached hereto. PURPOSES ONLY CONTACT CA-23

49 GENERAL LIABILITY ENDORSEMENT 2870 Clark Avenue Norco, CA (951) A. POLICY INFORMATION Endorsement # 1. Insurance Company Policy Number 2. Policy Term (From) (To) Endorsement Effective Date 3. Named Insured 4. Address of Named Insured 5. Limit of Liability Any One Occurrence/Aggregate $ / FOR VIEWING 6. Deductible or Self-Insured Retention (Nil unless otherwise specified): 7. Coverage is equivalent to: Comprehensive General Liability Form GL0002 (Ed. 1/73) PURPOSES ONLY CONTACT Commercial General Liability Occurrence Form CG Bodily Injury and Property Damage Coverage is: occurrence Note: The City of Norco standard insurance requirements specify occurrence coverage. Claims-made coverage is not acceptable. If commercial general liability form or equivalent is used, the general aggregate must apply separately to this location/project or the general aggregate must be twice the occurrence limit. CA-24

50 9. Description of Project: NORCO MDP LINE ND EXTENSION STORM DRAIN PROJECT The general items of work to be done hereunder consist of: Project includes installation of RCP pipe 18 and 24 in diameter, catch basins, inlets, manholes, junction structures, local depressions and traffic management, street trenching and repair, testing and all pipeline appurtenances to the satisfaction and acceptance of the City Engineer B. POLICY AMENDMENTS This endorsement is issued in consideration of the policy premium. Notwithstanding any inconsistent statement in the policy to which this endorsement is attached or any other endorsement attached thereto, it is agreed as follows: 1. INSURED. As respects any work performed on the above described Project, the City of Norco, its elected or appointed officers, officials, employees, consulting engineers, and volunteers are included as insured with regard to damages and defense of claims arising from: (a) activities performed by or on behalf of the Named Insured, (b) products and completed operations of the Named Insured, or (c) premises owned, leased, or used by the Named Insured. 2. CONTRIBUTION NOT REQUIRED. As respects: (a) work performed by the Named Insured on the above described Project for or on behalf of the City of Norco; or (b) products sold by the Named Insured to the City of Norco for use on the Project; or (c) premises leased by the Named Insured from the City of Norco, the insurance afforded by this policy shall be primary insurance as respects the City of Norco, its elected or appointed officers, officials, employees, consulting engineers, or volunteers; or stand in an unbroken chain of coverage excess of the Named Insured s schedule underlying primary coverage. In either event, any other insurance maintained by the City of Norco, its elected or appointed officers, officials, employees, consulting engineers, or volunteers shall be in excess of this insurance and shall not contribute with it. FOR VIEWING PURPOSES ONLY CONTACT 3. SCOPE OF COVERAGE. This policy, if primary, affords coverage at least as broad as: (1) Insurance Services Office Form Number GL 0002 (Ed. 1/73), Comprehensive General Liability Insurance and Insurance Services Office form number GL 0404 Broad Form Comprehensive General Liability endorsement; or CA-25

51 (2) Insurance Services Office Commercial General Liability Coverage, Occurrence Form CG 0001; or (3) If excess, affords coverage which is at least as broad as the primary insurance forms referenced in the preceding Sections (1) and (2). 4. SEVERABILITY OF INTEREST. The insurance afforded by this policy applies separately to each insured who is seeking coverage or against whom a claim is made or a suit is brought, except with respects to the Company s limit of liability. 5. PROVISIONS REGARDING THE INSURED S DUTIES AFTER ACCIDENT OR LOSS. Any failure to comply with reporting provisions of the policy shall not affect coverage provided to the City of Norco, its elected or appointed officer, officials, employees, consulting engineers or volunteers. 6. CANCELLATION NOTICE. The insurance afforded by this policy shall not be suspended, voided, canceled, reduced in coverage or in limits except after 30 days prior written notice by certified mail return receipt requested has been given to the City of Norco. Such notice shall be addressed as shown in the heading of this endorsement. C. INCIDENT AND CLAIM REPORTING PROCEDURE Incidents and claims are to be reported to the insurer at: ATTN: FOR VIEWING (Title) (Department) (Company) (Street Address) (City) (State) (Zip Code) (Telephone Number) PURPOSES ONLY CONTACT CA-26

52 D. SIGNATURE OF INSURER OR AUTHORIZED REPRESENTATIVE OF THE INSURER I,, warrant that I have authority to (Print/Type Name) bind the below-listed insurance company and by my signature hereon do so bind this company. SIGNATURE OF AUTHORIZED REPRESENTATIVE (Original Signature required on endorsement furnished to the City of Norco) ORGANIZATION: TITLE: ADDRESS: TELEPHONE: FOR VIEWING PURPOSES ONLY CONTACT CA-27

53 AUTOMOBILE LIABILITY ENDORSEMENT 2870 Clark Avenue Norco, CA (951) A. POLICY INFORMATION Endorsement # 1. Insurance Company Policy Number 2. Policy Term (From) (To) Endorsement Effective Date 3. Named Insured 4. Address of Named Insured 5. Limit of Liability Any One Occurrence/Aggregate $ / 6. Deductible or Self-Insured Retention (Nil unless otherwise specified): $ B. POLICY AMENDMENTS FOR VIEWING PURPOSES ONLY CONTACT This endorsement is issued in consideration of the policy premium. Notwithstanding any inconsistent statement in the policy to which this endorsement is attached or any other endorsement attached thereto, it is agreed as follows: 1. INSURED. The City of Norco, its elected or appointed officers, officials, consulting engineers, employees and volunteers are included as insured with regard to damages and defense of claims arising from: the ownership, operation, maintenance, use, loading or unloading of any auto owned, leased, hired or borrowed by the Named Insured, regardless of whether liability is attributable to the Named Insured or a combination of the Named Insured and the City of Norco, its elected or appointed officers, officials, employees, consulting engineers or volunteers. 2. CONTRIBUTION NOT REQUIRED. As respects work performed by the Named CA-28

54 Insured for or on behalf of the City of Norco, the insurance afforded by this policy shall: (a) be primary insurance as respects the City of Norco, its elected or appointed officers, officials, employees, consulting engineers or volunteers; or (b) stand in an unbroken chain of coverage excess of the Named Insured s primary coverage. In either event, any other insurance maintained by the City of Norco, its elected or appointed officers, officials, employees or volunteers shall be in excess of this insurance and shall not contribute with it. 3. SCOPE OF COVERAGE. This policy, if primary, affords coverage to the Named Insured at least as broad as: (1) Insurance Services Office form number CA (Ed. 1/78), Code 1 ( any auto ) and endorsement CA (2) If excess, affords coverage which is at least as broad as the primary insurance forms referenced in the preceding Section (1). 4. SEVERABILITY OF INTEREST. The insurance afforded by this policy applies separately to each insured who is seeking coverage, or against whom a claim is made or a suit is brought, except with respect to the Company s limit of liability. 5. PROVISIONS REGARDING THE INSURED S DUTIES AFTER ACCIDENT OR LOSS. Any failure to comply with reporting provisions of the policy shall not affect coverage provided to the City of Norco, its elected or appointed officer, officials, employees, consulting engineers or volunteers. FOR VIEWING 6. CANCELLATION NOTICE. The insurance afforded by this policy shall not be suspended, voided, canceled, reduced in coverage or in limits except after 30 days prior written notice by certified mail return receipt requested has been given to the City of Norco. Such notice shall be addressed as shown in the heading of this endorsement. PURPOSES ONLY CONTACT CA-29

55 C. INCIDENT AND CLAIM REPORTING PROCEDURE Incidents and claims are to be reported to the insurer at: ATTN: (Title) (Department) (Company) (Street Address) (City) (State) (Zip Code) (Telephone Number) D. SIGNATURE OF INSURER OR AUTHORIZED REPRESENTATIVE OF THE INSURER I,, warrant that I have authority to (Print/Type Name) bind the below-listed insurance company and by my signature hereon do so bind this company. SIGNATURE OF AUTHORIZED REPRESENTATIVE (Original Signature required on endorsement furnished to the City of Norco) ORGANIZATION: TITLE: ADDRESS: FOR VIEWING PURPOSES ONLY CONTACT TELEPHONE: CA-30

56 WORKER S COMPENSATION/EMPLOYER S LIABILITY ENDORSEMENT 2870 Clark Avenue Norco, CA (951) A. POLICY INFORMATION Endorsement # 1. Insurance Company ( the Company ) Policy Number 2. Effective Date of this Endorsement 3. Named Insured 7. Employer s Liability Limit (Coverage B) B. POLICY AMENDMENTS FOR VIEWING In consideration of the policy premium and notwithstanding any inconsistent statement in the policy to which this endorsement is attached or any other endorsement attached thereto, it is agreed as follows: (1) Cancellation Notice. The insurance afforded by this policy shall not be suspended, voided, canceled, reduced in coverage or in limits except after 30 days prior written notice by certified mail return receipt requested has been given to the City of Norco. Such notice shall be addressed as shown in the heading of this endorsement. PURPOSES ONLY CONTACT (2) Waiver of Subrogation. The Insurance Company agrees to waive all rights of subrogation against the City of Norco, its elected or appointed officers, officials, agents and employees for losses paid under the terms of this policy which arise from work performed by the Named Insured for the City of Norco. CA-31

57 C. SIGNATURE OF INSURER OR AUTHORIZED REPRESENTATIVE OF THE INSURER I,, warrant that I have authority to bind (Print/Type Name) the below-listed insurance company and by my signature hereon do so bind this company. SIGNATURE OF AUTHORIZED REPRESENTATIVE (Original signature required on endorsement furnished to the City of Norco) ORGANIZATION: TITLE: ADDRESS: TELEPHONE: FOR VIEWING PURPOSES ONLY CONTACT CA-32

58 CA-33

59 CA-34

60 CA-35

61 CA-36

62 GENERAL SPECIFICATIONS FOR NORCO MDP LINE ND EXTENSION STORM DRAIN PROJECT SCOPE OF WORK The work to be done consists of furnishing all materials, equipment, tools, labor, and incidentals as required by the Contract Documents to construct for the above-stated project. The general items of work to be done hereunder consist of: The construction of Riverside County Flood Control and Water Conservation District (RCFC&WCD) Master Drainage Plan Line ND Extension located in California Avenue. Project includes installation of RCP pipe 18 and 24 in diameter, catch basins, manholes, junction structures, local depressions to the satisfaction and acceptance of the City Engineer LOCATION OF WORK The general location and limits of the work are as follows: California Avenue between Eighth Street and Seventh Street TIME OF COMPLETION The Contractor shall complete all work in every detail within forty five (45) working days after the date of Notice to Proceed, exclusive of maintenance periods. TRAFFIC REQUIREMENTS On all streets, one 11-foot paved travel way for each direction shall be provided at all time GS-1

63 during lane closures. Lane closures may only occur between the hours of 9:00 A.M. and 3:00 P.M. The Contractor shall cooperate with the residents and businesses as well as school buses and waste disposal trucks, to permit access to the residences and businesses at all times. Traffic control shall be in accordance with the requirements of the California Manual of Uniform Traffic Control Devices, current Edition. Traffic signals shall be maintained in normal operation for the duration of the construction. Should a shutdown or flash operation be required during construction, the Contractor shall coordinate with the Public Works Inspector and shall place changeable message signs, to the satisfaction of the Engineer, warning drivers of the planned temporary change in operation. Changeable message signs shall be placed 48 hours in advance of the planned temporary change in operation of the traffic signal. A traffic control plan prepared by a traffic or civil engineer registered in the State of California shall be submitted by the Contractor to the City for review and approval ten (10) working days prior to the start of construction. The traffic control plan shall be a scaled drawing, signed and stamped by the engineer preparing the drawing. It shall show all directional signs, delineations, tapers, dimensions, etc., for traffic control. The cost for preparation of the traffic control plan shall be included in the bid item for traffic control and no additional payment will be made thereof. The Contractor shall, at its expense, provide, place and maintain cautionary traffic and construction signs, pedestals, lanterns and painted barricades or provide flagmen in sufficient number to the satisfaction of the Engineer for adequate traffic control in and on the streets that lead to the construction area. No phase of construction will begin until the Contractor s traffic control plan is approved by the Engineer and the required traffic control devices are installed in their proper location. No paper signs other than Temporary No Parking signs are allowed. The Contractor shall furnish such flagmen as are necessary to give adequate warning to traffic or to the public of any dangerous conditions to be encountered. Flagmen, while on duty and assigned to give warning to the public of any dangerous conditions to be encountered shall perform their duties and shall be provided with the necessary equipment in accordance with the current Caltrans Instructions to Flagmen. The equipment shall be furnished and kept clean and in good working condition by the Contractor at his expense. UTILITY REQUIREMENTS The Contractor is advised of the existence of the utility notification service provided by UNDERGROUND SERVICE ALERT (USA). USA member utilities will provide the Contractor with the precise locations of their substructures in the construction area when the Contractor gives at least 48 hours notice to the Underground Service Alert by calling 1 (800) The Contractor shall notify the following agencies at least 48 hours in advance of GS-2

64 excavating around any of their structures. The utility companies listed below can be contacted as indicated. 1. Southern California Gas Company 1981 W. Lugonia Avenue Redlands, CA Teresa Roblero (909) AT&T 1265 Van Buren Street, Suite 180 Anaheim, CA Lee Corby (951) Southern California Edison Company 1351 East Francis Street Ontario, CA Mike Ditta (909) Charter Communications 6680 View Park Court Riverside, CA Micah Polk (951) City of Norco Public Works Department 2870 Clark Avenue Norco, CA Terry Piorkowski (951) The California Public Utilities Commission mandates that, in the interest of public safety, main line gas valves be maintained in a manner to be readily accessible and in good operation condition. The Contractor shall notify the Southern California Gas Company's Headquarters Planning Office at (714) at least two working days prior to the start of construction. The Contractor shall exercise extreme care to protect all existing utilities in place whether shown on the Plans or not, and shall assume full responsibility for all damage resulting from his operations. The Contractor shall pothole the existing streets in order to identify the locations of existing utilities prior to the start of construction. The Contractor shall coordinate with each utility company as to the requirements and methods for protection of their facilities during the construction period, and shall be responsible for preparation and processing of any required plans or permits. The Contractor shall assume full responsibility to maintain uninterrupted service for all utilities, including temporary service connections. The City has made every attempt to notify and locate underground utilities by a search of GS-3

65 available records but does not warrant or guarantee that all underground utilities are shown that may exist in the work area. The Contractor is required by this contract and specifications to complete the work shown and make necessary adjustments to clear such underground facilities unless directed otherwise by the Engineer. FLOW AND ACCEPTANCE OF WATER It is anticipated that storm, surface, or other waters will be encountered at various times during the work herein contemplated. The Contractor, by submitting a bid, acknowledges that he has investigated the risk arising from such waters and has prepared his bid accordingly, and the Contractor submitting a bid, assumes all said risk. The Contractor shall conduct his operations in such a manner that storm or other existing water may proceed uninterrupted along their existing street or drainage courses. Diversions of water for short reaches to protect construction in progress will be permitted if public and/or private properties, in the opinion of the Engineer, are not subject to probability of damage. The Contractor shall obtain written permission from the applicable public agency or property owner before any diversion of water outside of public right-of-way will be permitted. REMOVAL OF WATER The Contractor shall provide and maintain at all times during construction ample means and devices to promptly remove and properly dispose of all water entering the excavations or other parts of the work. No concrete footing or floor shall be laid in water nor shall water be allowed to rise over them until the concrete or mortar has set at least eight hours. Water shall not be allowed to rise unequally against wall for a period of 28 days. Dewatering for the structures shall commence when groundwater is first encountered, and shall be continuous until such time as water can be allowed to rise in accordance with the above paragraph. Dewatering shall be accomplished by well points or some other method which will insure a dry hole and preservation of final lines and grade of the bottoms of excavation, all subject to the approval of the Engineer. Disposal of water from dewatering operations shall be the sole responsibility of the Contractor. Disposal methods shall conform to the Porter-Cologne Water Quality Control Act, 1974, the Federal Water Pollution Control Act Amendments of 1972, and the California Administrative Code, Title 23, Chapter 3. Full compensation of dewatering shall be considered as included in the Contract prices paid for the related items of work, and no additional compensation will be allowed therefore. GS-4

66 STANDARD SPECIFICATIONS The Standard Specifications of the Agency are contained in the latest edition of the Standard Specifications for Public Works Construction, including all supplements, as written and promulgated by the Joint Cooperative Committee of the Southern California Chapter of the American Public Works Association and the Southern California District of Associated General Contractor s of California. Copies of the Standard Specifications are available from the publisher: Building News, Incorporated P.O. Box 3031 Terminal Annex Los Angeles, California (213) The Standard Specifications set forth above will control the general provisions, construction materials, and construction methods of this Contract except as amended by the Special Provisions or other Contract Documents. The section numbers shown in the following Special Provisions coincide with those of the Standard Specifications. Only those sections requiring amendment or elaboration, or specifying options, are called out. In case of conflict between the Standard Specifications and the Special Provisions, the Special Provisions shall take precedence over and be used in lieu of such conflicting portions. References in the Special Provisions to CALTRANS Standard Specifications shall mean the Standard Specifications (latest edition) of the State of California, Department of Transportation. Copies of these specifications may be obtained from: State of California Department of Transportation Central Publication Distribution Unit P.O. Box 1015 North Highland, CA References in the Special Provisions to Standard Plans shall mean the Standard Plans of the City of Norco or other governing agency as specified. Applicable Standard Plans for this project are contained in Appendix I of these Specifications. Where the Plans and Specifications describe portions of the work in general terms, but not in complete detail, it is understood that the item is to be furnished and installed complete in place, and 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 executing the Contract. GS-5

67 WAGE RATES AND LABOR CODE REQUIREMENTS Wage Rates: The Contractor and all Subcontractors shall be required to adhere to the general prevailing rate of per diem wages as determined and published by the State Director of the Department of Industrial Relations, pursuant to Sections 1770, 1773, and of the California Labor Code. Copies of these rates and the latest revisions thereto are on file in the Office of the Secretary of the Board of Directors and are available for review upon request. Attention is directed to the provisions of Sections 1774, 1775, 1776, , and of the State Labor Code, excerpt copies of which are contained in Appendix II of these Specifications. Sections 1774 and 1775 require the Contractor and all Subcontractors to pay not less than the prevailing wage and specify forfeitures and penalties for failure to do so. The minimum wages to be paid are those determined by the State of Director of the Department of Industrial Relations. Section 1776 requires the Contractor and all Subcontractors to keep accurate payroll records, specifies the contents thereof, their inspection and duplication procedures, and certain notices required of the Contractor pertaining to their location. Apprentices: Section of the State Labor Code requires the Contractor or Subcontractor employing tradesmen in any apprenticeable occupation to apply to the Joint Apprenticeship Committee nearest the site of the public works project and which administers the apprenticeship program in that trade for a certificate of approval. The certificate will also fix the ratio of apprentices to journeymen to be used in the performance of the Contract. The Contractor is required to make contributions to funds established for the administration of apprenticeship programs if he employs registered apprentices or journeymen in any apprenticeable trade and if other Contractors on the public works site are making such contributions. Information relative to apprenticeship standards, contributions, wage schedules, and other requirements may be obtained from the State Director of Industrial Relations or from the Division of Apprenticeship Standards. Clayton Act and Cartwright Act: Section 4551 of the State Government Code specifies that in executing a public works contract with the Agency to supply goods, services or materials, the Contractor or Subcontractors offers and agrees to assign to the Agency all rights, title, and GS-6 interest in and to all causes of action it may have under Section 4 of the Clayton Act (15 U.S.C. Section 15) or under the Cartwright Act (Chapter 2 commencing with Section 16700) of GS-6

68 Part 2 of Division 7 of the Business and Professional Code, arising from purchase of goods, services, or materials pursuant to the contract or subcontract. This assignment shall become affective when the Agency tenders final payment to the Contractor without further acknowledgment by the parties. GS-7

69 SPECIAL PROVISIONS FOR NORCO MDP LINE ND EXTENSION STORM DRAIN PROJECT The section numbers of the following Special Provisions coincide with those of the 2015 Edition (including all supplements) of the Standard Specifications for Public Works Construction ( Green Book ). Only those sections requiring amendment or elaboration, or specifying options, are called out. PART 1 GENERAL PROVISIONS SECTION 1 TERMS, DEFINITIONS, ABBREVIATIONS, UNITS OF MEASURE AND SYMBOLS 1-2 TERMS AND DEFINITIONS [Add the following]: Agency/City: Board: CALTRANS: County: Engineer: Federal: State: City of Norco City Council California Department of Transportation County of Riverside City Engineer/Deputy City Engineer United States of America State of California SECTION 2 SCOPE AND CONTROL OF THE WORK 2-1 AWARD AND EXECUTION OF THE CONTRACT [Replace with the following]: Within 10 working days after the date of the Notice of Award, the Contractor shall execute and return the following Contract Documents to the AGENCY: Contract Agreement Faithful Performance Bond Payment Bond General Liability Endorsement Automobile Liability Endorsement Worker s Compensation/Employer s Liability Endorsement Failure to comply with the above may result in annulment of the award, and forfeiture of the SP-1

70 Proposal Guarantee. The Contract Agreement shall not be considered binding upon the AGENCY until executed by the authorized AGENCY officials. A corporation to which an award is made may be required, before the Contract Agreement is executed by the AGENCY, to furnish evidence of its corporate existence, of its right to enter into contracts in the State of California, and that the officers signing the Contract and bonds for the corporation have the authority to do so. 2-4 CONTRACT BONDS [Add the following]: Both the Faithful Performance Bond and the Payment Bond shall each be for not less than 100 percent of the total Contract amount. The Payment Bond shall remain in force until 35 days after the date of recordation of the Notice of Completion. The Faithful Performance Bond will not be released until one year after said date. 2-5 PLANS AND SPECIFICATIONS GENERAL [Replace the first paragraph with the following]: The Contractor shall maintain a control set of Plans and Specifications on the project site at all times. All final locations determined in the field, and any deviations from the Plans and Specifications, shall be marked in red on this control set to show the as-built conditions. Upon completion of all work, the Contractor shall return the control set to the City Engineer. Final payment will not be made until this requirement is met. 2-9 SURVEYING Permanent Survey Markers. [Delete the entire subsection and substitute the following:] The Land Surveyors Act, Section 8771 of the Business and Professional Code, and Sections 732.5, , and of the Streets and Highways Code require that survey monuments shall be protected and perpetuated. The Contractor shall be responsible prior to the start of construction for locating, referencing, and filing of Corner Records with the County Surveyor s office for survey control points/ monuments that exist as shown on recorded Tract Maps, Parcel Maps, Records of Surveys and Highway Maps which are going to be affected or disturbed by the proposed construction. After the proposed completion of the proposed construction, said monuments and/or control survey points shall be reset to the new surface in accordance with current SP-2

71 professional land surveying practices. Corner Records shall be filed with the County Surveyor, with a copy provided to the City, for all new monuments set Survey Service. [Delete the entire subsection and substitute the following:] The Contractor shall provide surveying and construction staking required for the construction of this project. Full compensation for surveying and construction staking shall be considered as being included in the various Contract items in the bid schedule and no additional compensation will be allowed thereof. The Contractor shall submit to the City for approval, the qualifications of the Licensed Land Surveyor, prior to commencing the construction staking. All survey monuments, centerline ties and survey reference points shall be protected in place or reestablished where disturbed, in accordance with Section 8771 of the Professional Land Surveyor s Act (Business & Professions Code Section 8700 et seq.), prior to Project acceptance. This work will be the responsibility of the Contractor and shall be at the Contractor s sole cost and expense. All construction control surveying, including verification of the existing surfaces required to establish control of line and grade for the finish surface, shall be performed under the supervision of a Registered Civil Engineer or Licensed Land Surveyor at the expense of the Contractor. Survey stakes shall be set and stationed by the Contractor s surveyor as follows: 1) Drains 50' intervals and change of alignment or grade 2) Water 40' intervals and change of alignment or grade 3) Sewer 40 intervals and change of alignment or grade 4) Structures 4 corners with reference elevations 5) Rough Grade As required to achieve cut or fill to finished grade (or flow line) as indicated on a grade sheet (maximum interval of: 50' intervals, 50 grid pattern, and change of alignment or grade) 6) Finish Grade As required to achieve cut or fill to finished grade (or flow line) as indicated on a grade sheet (maximum interval of: 25' intervals, 25 grid pattern, and change of alignment or grade; as well as 15 intervals and 15 grid pattern for intersections and curb return areas) Offsets and locations shall be as agreed upon. The Contractor shall transfer grade hubs for construction as he may require. The Engineer shall have the right to verify the Contractor s survey extensions, and if found deficient, the Contractor shall pay the costs thereof. SP-3

72 2-9.3 Line and Grade. [Delete the entire subsection and substitute the following:] All work, including finished surfaces, shall during its progress and upon completion conform to the lines, grades, cross-sections, elevations and dimensions shown on the Plans. All distances and measurements are given thereon and will be made in a horizontal plane. Three consecutive points shown on the same rate of slope must be used in common in order to detect any variation from a straight line. In the event any discrepancy exists, it must be reported to the City s Representative. Failure to make this report shall make the Contractor responsible for any error in the finished work. Minor deviations from approved plans, whenever required by the exigencies of construction, shall be determined in all cases by the City s Representative and authorized in writing. SECTION 3 CHANGES IN WORK MARKUP [Add the following as the first paragraph]: The markups mentioned hereinafter shall include, but are not limited to, all costs for the services of superintendents, project managers, timekeepers, and other personnel not working directly on the change order, and pickup or yard trucks used by the above personnel. These costs shall not be reported as labor or equipment elsewhere, except when actually performing work directly on the change order and then shall only be reported at the labor classification of the work performed. 1) Labor 20 percent 2) Materials 15 percent 3) Equipment Rental 15 percent 4) Bonding 1 percent 5) SubContractors up to $5, percent greater than $5,000 5 percent SECTION 4 CONTROL OF MATERIALS (NOT USED) SECTION 5 UTILITIES 5-1 LOCATION [Add the following paragraph]: The Contractor shall notify the utilities designated in the General Specifications at least 48- hours in advance of excavating around any of their structures. Full compensation for conforming to the provisions of this section shall be considered as included in the price bid for the various other items of work and no additional compensation shall be allowed therefore. SP-4

73 SECTION 6 PROSECUTION, PROGRESS, AND ACCEPTANCE OF THE WORK 6-1 CONSTRUCTION SCHEDULE AND COMMENCEMENT OF THE WORK [Replace with the following]: The Contractor s proposed Construction Schedule shall be submitted to the City Engineer within ten (10) working days after the date of the Notice of Award of Contract. The schedule shall be supported by written statements from each supplier of materials or equipment indicating that all orders have been placed and acknowledged, and setting forth the dates that each item will be delivered. Prior to issuing the Notice to Proceed, the City Engineer will schedule a pre-construction meeting with the Contractor to review the proposed Construction Schedule and delivery dates, arrange the utility coordination, discuss construction methods, and clarify inspection procedures. The Contractor shall submit periodic Progress Reports to the City Engineer by the tenth day of each month. The report shall include an updated construction schedule. Any deviations from the original schedule shall be explained. Progress payments will be withheld pending receipt of any outstanding reports. ORDER OF WORK The first order of work shall be to place the order for the materials. Within one week of the NOTICE TO PROCEED, the Contractor shall furnish the Engineer with a statement from the vendor that the order for said equipment has been received and accepted by the vendor. All other work shall be considered second order of work. 6-7 TIME OF COMPLETION GENERAL [Add the following]: The time for completion shall be as set forth in the General Specifications, Time of Completion and is noted as 45 working days after the date of the Notice to Proceed WORKING DAY [Replace with the following]: The Contractor s activities shall be confined to the hours between 7:00 A.M. and 4:00 P.M., Monday through Friday, excluding holidays, except as noted above. Although City Hall is closed every Friday, Contractor may conduct work on Fridays but shall avoid any work that requires visual inspection by the Public Works Inspector. Deviation from these hours will not be permitted without the prior consent of the Engineer, except in emergencies involving an immediate hazard to persons or property. SP-5

74 In the event of either a requested or emergency deviation, inspection service fees will be charged against the Contractor. The service fees will be calculated at overtime rates including benefits, overhead, and travel time. The service fees will be deducted from any amounts due the Contractor. 6-9 LIQUIDATED DAMAGES [Replace last sentence with the following]: For each consecutive working day in excess of the time specified, as adjusted in accordance with Subsection 6-6, for completion of the work the Contractor shall pay to the Agency, or have withheld from monies due it, the sum of $ SECTION 7 RESPONSIBILITIES OF THE CONTRACTOR 7-1 THE CONTRACTOR S EQUIPMENT AND FACILITIES [Add the following]: A noise level limit of 86 dba at a distance of 50 feet shall apply to all construction equipment on or related to the job whether owned by the Contractor or not. The use of excessively loud warning signals shall be avoided except in those cases required for the protection of personnel. 7-2 LABOR LAWS [Add the following]: The Contractor, and all subcontractors, suppliers, and vendors, shall comply with applicable Agency, State, and Federal orders regarding affirmative action to ensure equal employment opportunities and fair employment practices. Failure to file any report due under said orders will result in suspension of periodic progress payments. The Contractor shall ensure unlimited access to the job site for all equal employment opportunity compliance officers. Certified payroll records shall be submitted to the Agency by the Contractor by the tenth day of each month. Progress payments will be withheld pending receipt of any outstanding reports. 7-3 LIABILITY INSURANCE [Replace the entire subsection with the following]: INDEMNIFICATION The Contractor shall indemnify and save harmless the City of Norco, the State of California, the County of Riverside, and/or any incorporated City from all claims or suits for damages arising from his prosecution of the Contract work, as more fully described in SP-6

75 Subsection 7-3 Liability Insurance. The Contractor shall maintain, during the life of the Contract, a protective liability policy. The policy shall provide for not less than the following amounts: Bodily Injury $500,000 Each Person $1,000,000 Each Accident $2,000,000 Aggregate Products and Completed Operations Property Damage $1,000,000 Each Accident Worker s Compensation $1,000,000 Statutory All liability insurance policies shall bear an endorsement or shall have attached a rider whereby it is provided that, in the event of expiration or proposed cancellation of such policies for any reason whatsoever, the AGENCY shall be notified by registered mail, return receipt requested, giving a sufficient time before the date thereof to comply with any applicable law or statute, but in no event less than 30 days before expiration or cancellation is effective. The following statement shall be included on the insurance certificate: Additional Insured: The insurer agrees that the City of Norco and its City Council and/or all City Council appointed groups, committees, boards, and any other City Council appointed body, and/or elective and appointive officers, servants, or employees of the City when acting as such are additional insured hereunder, for the acts of the insured, and such insurance shall be primary to any insurance of the City. The Contractor agrees to protect, defend, and indemnify the City of Norco against loss, damage, or expense by reason of any suit, claims, demands, judgments, and causes of action caused by the Contractor, his employees, agents, or any subcontractor or by any third party arising out of or in consequence of the performance of all or any operations covered by the Certificate of Insurance. The Contractor, at his option, may include such coverage under his Public Liability coverage. The City of Norco, its City Council, or the Engineer shall not be answerable or accountable in any manner, for any loss or damage that may happen to the work or any part thereof; or for any of the materials or other things used or employed in performing the work; or for injury to any person or persons, either workmen or the public; or for damage to adjoining property from any cause which might have been prevented by the Contractor, or his workmen, or anyone employed by him; against all of which injuries or damages to persons and property the Contractor having control over such work must properly guard. The Contractor shall be responsible for any damage to any person or property resulting from defects or obstructions or any time before its completion and final acceptance, and shall indemnify and save harmless the City of Norco, its City Council, and the Engineer from all suits or actions of every name and description, brought for, or on account of, any injuries or SP-7

76 damages received or sustained by any person or persons, or by the Contractor, his servants or agents, in the construction of the work by or in consequence of any negligence in guarding the same, in improper materials used in its construction, by or on account of any act or omission of the Contractor or his agents, and so much of the money due the Contractor under and by virtue of the Contract as shall be considered necessary by the City may be retained by the City until disposition has been made of such suits or claims for damages aforesaid. If, in the opinion of the Engineer, the precautions taken by the Contractor are not safe or adequate at any time during the life of the Contract, he may order the Contractor to take further precautions, and if the Contractor shall fail to do so, the Engineer may order the work done by others and charge the Contractor for the cost thereof, such cost to be deducted from any moneys due or becoming due the Contractor. Failure of the Engineer to order such additional precautions, however, shall not relieve the Contractor from his full responsibility for public safety CONTRACTOR S LIABILITY The City of Norco, its City Council, or the Engineer shall not be answerable or accountable in any manner, for any loss or damage that may happen to the work or any part thereof; or for any of the materials or other things used or employed in performing the work; or for injury to any person or persons, either workmen or the public; or for damage to adjoining property from any cause which might have been prevented by the Contractor, or his workmen, or anyone employed by him; against all of which injuries or damages to persons and property the Contractor having control over such work must properly guard. The Contractor shall be responsible for any damage to any person or property resulting from defects or obstructions or any time before its completion and final acceptance, and shall indemnify and save harmless the City of Norco, its City Council, and the Engineer from all suits or actions of every name and description, brought for, or on account of, any injuries or damages received or sustained by any person or persons, or by the Contractor, his servants or agents, in the construction of the work by or in consequence of any negligence in guarding the same, in improper materials used in its construction, by or on account of any act or omission of the Contractor or his agents, and so much of the money due the Contractor under and by virtue of the Contract as shall be considered necessary by the City may be retained by the City until disposition has been made of such suits or claims for damages aforesaid. If, in the opinion of the Engineer, the precautions taken by the Contractor are not safe or adequate at any time during the life of the Contract, he may order the Contractor to take further precautions, and if the Contractor shall fail to do so, the Engineer may order the work to be done by others and charge the Contractor for the cost thereof, such cost to be deducted from any monies due or becoming due the Contractor. Failure of the Engineer to order such additional precautions, however, shall not relieve the Contractor from his full responsibility for public safety. SP-8

77 7-5 PERMITS [Replace the first sentence with the following]: Prior to the start of any work, the Contractor shall take out the applicable AGENCY permits and make arrangements for AGENCY inspections. The Contractor and all subcontractors shall each obtain any and all other permits, licenses (including City Business License), inspections, certificates, or authorizations required by any governing body or public utility, including SCE encroachments. The Contractor shall obtain a no fee encroachment permit prior to commencing work in the public right-of-way. Payment for these permits and all licenses shall be included in the bid items of work, and no additional compensation will be allowed. 7-8 DEVELOP WATER SUPPLY Full compensation for developing a water supply including all labor, materials, tools, and equipment for developing water supply including City of Norco meter deposit and/or rental, piping, storage, and all other operations involved in developing water supply shall be considered as included in the various items using water and no separate compensation will be allowed PUBLIC CONVENIENCE AND SAFETY TRAFFIC AND ACCESS [Add the following paragraph]: Attention is directed to Section 7-10 of the Standard Specifications. The Contractor shall coordinate with property owner(s) and/or construction contractor(s) and/or subcontractor(s) in regard to a property access during and after hours of operation. The coordination shall be handled in such a way as to cause as little inconvenience as possible to all persons having access into and out of the adjoining property. The Contractor shall hand deliver notifications (pre-approved by the City) to all affected homeowners along the project alignment a minimum of 48 hours prior to start of any construction. Contractor shall post the affected streets with temporary No Parking signs at a maximum of 100 feet spacing, when his operations require the street to be clear of all parked vehicles. Payment for all work itemized above for the convenience of the public shall be considered as included in the other various Contract bid items, and no separate compensation will be allowed. When entering or leaving roadways carrying public traffic, the Contractor s equipment, whether empty or loaded, shall in all cases yield to public traffic. SP-9

78 A Traffic Control Plan prepared by a registered traffic or civil engineer shall be submitted by the Contractor to the Engineer prior to the start of construction and shall be subject to review and approval. The plan shall designate the minimum signing and striping for traffic control during construction. During construction, any changes to the plan shall be submitted for approval prior to doing any work. Full compensation for all labor, material, tools, signing, and any temporary striping during and/or after construction of the project shall be considered as included in the Contract bid for mobilization, including removal of temporary work at the completion of the Contract, providing and placing of all temporary traffic control signs and no additional compensation for these items will be allowed STORAGE OF EQUIPMENT AND MATERIALS IN PUBLIC STREETS [Add the following]: The Contractor shall assume full responsibility for any damage caused by stockpiling and shall repair same at his expense. The Contractor shall also be responsible for providing traffic control as required to protect the public from hazards caused by stockpiling within the right-of-way. Payment for the above, if any, will be deemed as included in the items of work and no additional compensation will be allowed. The Contractor may, at his own expense, maintain and operate a work and storage area outside of the public right-of-way. In such case the Contractor shall submit to AGENCY written authorization from the owners of the subject property prior to occupation. Occupation of the site without written authorization shall be grounds for immediate suspension of work. Location of site to be approved by AGENCY. Condition and operation of the yard shall conform to these Specifications. The Contractor shall assume full responsibility for all damage to the site resulting from his operations and shall repair and/or replace same, at his own expense, to the satisfaction of the owner of the subject property. The Contractor shall vacate site and return it to pre-project condition within five (5) working days following application for Notice of Completion. The Contractor shall obtain a written release from the property owner accepting the condition of the vacated site and releasing the Contractor from any further clean up or restoration work and shall submit a copy of such release to AGENCY. The Notice of Completion will not be issued until said release is submitted STREET CLOSURES, DETOURS, AND BARRICADES [Add the following]: The Contractor shall maintain the minimum traffic requirements designated in the General Specifications and shall comply with the latest edition of the Work Area Traffic Control Handbook. It shall be the Contractor s responsibility to furnish a detailed Signing and Barricade Plan for the Agency s approval. The Contractor shall limit his daily work schedule to only that work which can be completed by the end of the day. Specifically, he shall complete the trench, bedding, pipe installation, backfill, and compaction for each area started by the end of that day. Temporary paving must be placed within one workday, if final paving is completed at the end of the pipeline SP-10

79 installation. The Contractor shall schedule his operations so that the length and time requirement specified below for open trench shall not be exceeded. 1. Time Requirement for Open Trench At any location, the trench excavation, pipe installation, appurtenant structure construction, pipe bedding, backfill, and the specified temporary surfacing shall be satisfactorily completed within one calendar day after removal of the existing surface. The finished surface of each of these areas will be permitted to remain 2 inches lower than the existing grade overnight, or as necessary, in order to allow one move in of asphalt laying equipment. Should it be necessary to install trench plates, they shall be installed flush with the adjacent pavement (per City Standard 403). Placing trench plates on top of the pavement and using asphalt to ramp up to the plates will not be allowed. The Contractor must clearly delineate each work zone in conformance with the traffic control requirements above to reduce traffic hazards, and his work will be subject to review and approval by the City Engineer. The Contractor shall provide a minimum of two flagmen to control traffic during specific times of construction as determined by the inspector and as required by traffic conditions. All costs associated with this item should be included in the bid items, and no additional compensation will be allowed. Traffic signals shall be maintained in normal operation for the duration of the construction. Should a shutdown or flash operation be required during construction, the Contractor shall coordinate with the Public Works Inspector and shall place changeable message signs, to the satisfaction of the Engineer warning drivers of the planned temporary change in operation. Changeable message signs shall be placed 48 hours in advance of the planned temporary change in operation of the traffic signal. A traffic control plan prepared by a traffic or civil engineer registered in the State of California shall be submitted by the Contractor to the City for review and approval ten (10) working days prior to the start of construction. The traffic control plan shall be a scaled drawing, signed and stamped by the engineer preparing the drawing. It shall show all directional signs, delineations, tapers, dimensions, etc., for traffic control. The cost for preparation of the traffic control plan shall be included in the various bid items and no additional payment will be made thereof. The Contractor shall, at its expense, provide, place and maintain cautionary traffic and construction signs, pedestals, lanterns and painted barricades or provide flagmen in sufficient number to the satisfaction of the Engineer for adequate traffic control in and on the streets that lead to the construction area. No phase of construction will begin until the Contractor s traffic control plan is approved by the Engineer and the required traffic control devices are installed in their proper location. No paper signs other than Temporary No Parking signs are allowed. The Contractor shall furnish such flagmen as are necessary to SP-11

80 give adequate warning to traffic or to the public of any dangerous conditions to be encountered. Flagmen, while on duty and assigned to give warning to the public of any dangerous conditions to be encountered shall perform their duties and shall be provided with the necessary equipment in accordance with the current Caltrans Instructions to Flagmen. The equipment shall be furnished and kept clean and in good working condition by the Contractor at his expense. All existing signs, street name signs, and regulatory signs shall be maintained in visible locations during construction. Payment for all traffic control plans, traffic control signing, temporary striping, barricading, and flagmen, including removal of striping, either existing or temporary, etc. shall be included in the other bid items, and no additional compensation will be allowed therefore PUBLIC SAFETY SAFETY ORDERS [Add the following paragraph]: The Contractor shall comply with the provisions of any AGENCY ordinances or regulations regarding requirements for the protection of excavations and the nature of such protection. CLEAN UP AND DUST CONTROL Clean up and dust control shall conform to provisions in Section 7-8.1, Clean up and Dust Control of the Standard Specifications. The Contractor shall control dust by watering down the work area, including periods when work is not actually in progress. Failure to respond to a direction to water the site in a prompt manner will result in the City making other arrangements to have this item of work done, and the costs billed to the Contractor, or it shall be paid for by the Contractor as a deduction from the Contract. SECTION 8 FACILITIES FOR AGENCY PERSONNEL (NOT USED) SECTION 9 MEASUREMENT AND PAYMENT 9-3 PAYMENT PARTIAL AND FINAL PAYMENT [Replace the last paragraph with the following]: The closure date for periodic progress payments will be the first calendar day of each month. The final progress payment will not be released until the Contractor returns the control set of Plans and Specifications showing the as-built conditions. SP-12

81 The full 5 percent retention will be deducted from all payments. The final retention will be authorized for payment 35 days after the date of recordation of the Notice of Completion, pending release of all liens. Securities deposited in lieu of retention funds and the method of release of such funds shall be approved by the City Attorney's office DELIVERED MATERIALS [Replace with the following]: Materials and equipment delivered but not incorporated into the work will not be included in the estimate for progress payment. SP-13

82 NORCO MDP LATERAL ND EXTENSION i. PROJECT SPECIFIC SCOPE OF WORK ii. Description of Work Base Bid-This project includes the construction of Riverside County Flood Control and Water Conservation District Master Drainage Plan (MDP) LATERAL ND Extension in the City of Norco. Specific improvements include: 1. Connection to existing 36 Reinforced Concrete Storm Drain ND 2. Construction of storm drain improvements including 18 and 24 Reinforced Concrete Pipe (RCP), trench excavation, backfill and street trench repairs, catch basins, inlets, manholes, local depressions, junction and transition structures, concrete collar, including backfill materials testing. 3. Construction of new asphalt pavement and concrete curb adjacent to new catch basins. 4. Removal and reconstruction of a publically maintained waterline at one specific location, and appurtenances as required to facilitate construction of the project improvements. 5. Coordination with all existing utility purveyors within the project limits, pothole and confirmation of existing utilities, protection of said utilities, unless shown to be relocated as well as fully engineered traffic control plans for performance of the work. Payment for providing and maintaining temporary access/ramping to adjacent property owners driveways until the project improvements are complete shall be considered to be included in and distributed proportionately through all of the contract items of work, and no additional compensation will be allowed. MOBILIZATION Mobilization shall be in accordance with Subsection Mobilization, of the Standard Specifications, and these special provisions. Mobilization shall consist of preparatory work and operations, including but not be limited to, those necessary for the movement of personnel, equipment, supplies, and incidentals to the project site; for the establishment of all offices, buildings, construction yards, sanitary facilities, and any other facilities necessary for work on the project; and for all other work and operations which must be performed or costs incurred prior to beginning work on the various contract items on the project site, as well as the related demobilization costs anticipated at the completion of the project. The cost of all bonds and insurance policies, including premiums and incidentals, shall be included in mobilization. TP-1

83 No additional compensation will be allowed for additional mobilizations required, including but not limited to, delays caused by the relocation of existing utility facilities shown on the plans or discovered during construction operations. The deletion of work or the addition of extra work as provided for herein shall not affect the price paid for Mobilization. The Contract lump sum price paid for Mobilization shall include the cost of all bonds and insurance policies and all costs incurred prior to beginning of work shall be considered to be included in and distributed proportionately through all the contract items of work, and no additional compensation will be allowed. NOTIFICATIONS The Contractor shall notify in person and with printed notification at least ten (10) working days prior to commencing work, to all agencies, firms, institutions, postal service, residents, hospital, Riverside Transit Authority (RTA), Corona-Norco Unified School District, Riverside County Flood Control & Water Conservation District (RCFC&WCD), local schools, stores, utilities and waste disposal service fronting or affected by the work. Additional printed notification shall be given not less than forty-eight (48) hours prior to performing any work which will restrict property access, close or partially close the street, or which will restrict or disallow street parking. All schools and churches shall receive seven (7) working days notification prior to performing any work which will restrict property access. The Contractor shall coordinate with the school district for pick-up and drop-off of school children, RTA for the pick-up and drop off of riders, waste disposal collection, the postal service to ensure delivery of mail, and churches for weekly or special activities. The printed notices shall contain a general description of the work to be done and the date that the work is to be done. The notices shall also include a statement that parking will be restricted as called for on the "NO PARKING" signs to be posted along the street. All public notices must be reviewed and approved by the City Engineer prior to its distribution. The Contractor shall also post printed "NO PARKING-TOW AWAY" signs at one-hundredfoot (100') maximum spacing along each side of the affected street for forty-eight (48) hours prior to the commencement of the street improvement work. The Contractor shall document the day, date and time the "NO PARKING" signs were posted. Posting of signs on trees and utility poles will not be allowed. The signs shall contain the day, date, hours and vehicle code, designation that prohibits parking on that particular street. The signs shall be removed immediately upon completion of work that will prohibit parking. The printed notices and the "NO PARKING" signs shall be furnished by the Contractor. TP-2

84 Full compensation for compliance with the preceding requirements shall be considered as being included in the various Contract items in the bid schedule and no additional compensation will be allowed therefore. TRAFFIC CONTROL PLANS & CONSTRUCTION DEVICES Traffic controls, including but not limited to, vehicular and pedestrian traffic controls, maintenance of vehicular and pedestrian access, detours, and street closures shall be in accordance with these Technical Special Provisions; approved Traffic Control Plans; California MUTCD (FHWA s MUTCD 2009 edition as amended for use in California), Part 6, Temporary Traffic Control, Caltrans adopted January 13, 2012; the current "Work Area Traffic Control Handbook"; and Subsection 7-10, of the current "Standard Specifications for Public Works Construction," including all its subsequent amendments. Nothing in the Special Provisions shall be construed as relieving the Contractor from his or her responsibility to provide for the safety and convenience of traffic and the public during construction. In the event of conflict, the order of precedence shall be as follows: 1. Special Provisions 2. City Approved Traffic Control Plans 3. California Manual on Uniform Traffic Control Devices (FHWA s MUTCD 2009 edition as amended for use in California), Part 6, Temporary Traffic Control, Caltrans adopted January 13, Work Area Traffic Control Handbook. (WATCH) 5. Standard Specifications Traffic Control shall be in accordance with the following Special Provisions: a. All streets shall remain open to through traffic at all times except when street closure is approved by the Engineer. The Contractor shall make provisions to allow local traffic access to the closed streets. The local traffic consists of, but is not limited to, residences, church congregations, farmers, post offices, meter readers, trash pickup, school buses, and emergency vehicles. The Contractor shall provide a smooth travel way and either a flagger and/or signing to direct traffic. b. The Contractor shall be responsible for the preparation of Traffic Control Plans, as necessary for the work. The Traffic Control Plans shall be signed and stamped by a California Registered Traffic Engineer and transmitted to the City for written approval no later than fourteen (14) calendar days prior to the scheduled commencement of work. Comments and corrections shall be returned to the Contractor by the City within five (5) working days. The Traffic Control Plans shall conform to the requirements listed in these Technical Provisions; California MUTCD TP-3

85 Part 6, Temporary Traffic Control; the Work Area Traffic Control Handbook; and the Standard Specifications. c. All traffic controls and safety devices, equipment and materials, including but not limited to cones, channelizers, delineators, flashing warning lights, barricades, high level warning devices (telescoping flag trees), flags, signs, markers, portable barriers, temporary railing (Type-K), temporary fencing, flashing arrow signs, changeable message sign, markings, and flagging equipment shall be provided and maintained in like new condition. d. The Contractor shall furnish and properly install, construct, erect, use and continuously inspect and maintain, twenty-four (24) hours per day, seven (7) days per week, which includes holidays, all said devices, equipment and materials and all temporary and permanent pedestrian and driving surfaces as necessary to provide for the safety and convenience of, and to properly warn, guide, control, regulate, channelize and protect the vehicular traffic, pedestrian traffic, project workers, and the public throughout the entire limits of the work activity and beyond said limits as necessary to include areas affecting or affected by the work, from the date of Notice to Proceed to the completion and acceptance of the work. e. High-level warning devices (telescoping flag trees) are required at all times for work being performed within the roadway unless otherwise specifically approved by the Engineer. f. All barricades shall be equipped with flashing warning lights, and all traffic cones shall be no less than 711mm (28 ) in height, except that shorter cones, 305 mm (12 ) minimum height, may be permitted during striping maintenance operations where the only function of the cone is to protect the wet paint from the traffic. The entire area of orange and white stripes for barricades shall be Type I, engineering grade, or Type II, super engineering grade, retro-reflective sheeting conforming to the requirements of ASTM Designation: D g. Type III barricades, no less than 6 in length and equipped with two (2) Type N markers each and two (2) portable flashing beacons each, shall be used to close streets, except as otherwise specifically approved by the Engineer for minor maintenance work of no more than one (1) working day s duration, on weekdays, or on holidays only, and limited to the hours between 8:30 a.m. and 3:30 p.m. Said barricades shall be placed across the full roadway at each point of closure with the distance between barricades, or between barricades and curbs, not exceeding 3 except that one (1) 11 wide gap between barricades shall be provided at the center of the street. Barricades to the right of the street s center, facing the inbound vehicular traffic, shall also be equipped with one (1) R11-2, Road Closed sign, one (1) R11-4, Road Closed to Thru Traffic, sign, and a Type P warning sign. h. Channelizers shall be surface mounted type and shall be furnished, placed and maintained at the locations shown on the Plans or as approved by the Engineer, and shall conform to the provisions in Subsection , Channelizers, of the State of California Standard Specifications and these Special Provisions. TP-4

86 When no longer required for the work as determined by the Engineer, channelizers (except channelizers to be left in place), and underlying adhesive used to cement the channelizer bases to the pavement, shall be removed. Removed channelizers and adhesive shall become the property of the Contractor and shall be removed from the site of work. i. Reflectorized (both sides) temporary selfadhesive markers, 4-inch wide, shall be applied to unstriped pavement surface before opening the travel way to public traffic. Reflectorized temporary yellow markers shall be used for to delineate the centerline to separate opposing traffic. Reflectorized temporary white markers shall be used to delineate lanes of travel and placed in 24in intervals transverse to the road to delineate stop bars and limit lines. The reflectorized temporary markers shall be removed the same day the first coat of striping has been placed on the pavement. The removal of the markers shall be done such a way that the pavement is not damaged. j. Except as otherwise approved by the Engineer, two-way vehicular traffic shall be maintained at all times within one (1) 11 wide travel lane in each direction. Streets may be reduced to one (1) 11 wide travel lane with work activity being limited to one side at a time, and the one-way vehicular traffic being maintained at all times by properly trained and experienced flaggers. All lane closures shall have flashing arrow signs to provide additional, high level, advanced warning. No reduction of the traveled way width shall be permitted on any City street before 8:30 a.m. or after 3:30 p.m., on weekends or holidays, or when active work is not being done, unless otherwise approved by the Engineer. k. Properly trained and experienced flaggers shall be provided to direct traffic when said traffic is to be interrupted, when two-way traffic is to be reduced to one-way traffic, and at other such times as is necessary to safely pass traffic through or around the work area and when so directed by the Engineer. l. Vehicular access to occupied residential property may be restricted on weekdays, other than holidays, between the hours of 8:30 a.m. and 3:30 p.m. while essential work activity is taking place only upon approval by the Engineer and providing the Contractor gives the property owner or resident at least forty-eight (48) hour advance written and oral notice. Convenient and safe pedestrian access to schools, churches, occupied residential and business property shall be maintained at all times. Access to mailboxes shall be maintained at all times such that the postal delivery service is not interrupted. Trash pick-up services shall not be interrupted. Access to vacant and unused property may be restricted when approved by the Engineer. Both vehicular and pedestrian access shall be maintained at all times to all other property except as otherwise specifically authorized in writing by the Engineer. m. Vehicular access to business, school and church driveways shall be maintained at all times during construction. TP-5

87 n. Traffic control and safety devices and equipment being used that becomes damaged, destroyed, faded, graffitied, encrusted, soiled, misplaced, worn out, inoperative, lost, or stolen shall be promptly repaired, refurbished, or replaced. Traffic control and safety devices and equipment being used, that is displaced or not in an upright position from any cause, shall be promptly returned or restored to their proper position. o. An unobstructed view of all signs and warning devices including, but not limited to, stop signs, stop ahead signs, street name signs, and other regulatory, warning and construction signs, markers, and warning devices shall be maintained at all times. All speed limit signs shall be black on white with signs at either end of the project notifying the motoring public that fines are doubled in construction zones. No trucks or other equipment or materials shall be stopped, parked, or otherwise placed so as to obscure said signs, markers and devices from the view of the vehicular and pedestrian traffic to which it applies. p. When entering or leaving roadways carrying public traffic, the Contractor s equipment, whether empty or loaded, shall yield to said public traffic at all times, except where the traffic is being controlled by police officers, fire officers, properly trained and experienced flaggers, or at traffic signalized intersections. q. Stockpiling or storage of materials on any public right-of-way or parking area will not be allowed without the specific written permission of the Engineer. Materials spilled along or on said right-of-way or parking area shall be removed completely and promptly. All stockpile and storage areas shall be maintained in a safe, neat, clean, and orderly condition, and shall be restored to equal or better than original condition upon completion of the work. r. On projects involving work on, closure of, or partial closure of existing streets, and where vehicular access to the abutting property must be restricted, the work shall be so selected, arranged and scheduled that the person(s) requiring access to said abutting property and residents along said streets affected will be able to park within a reasonable distance of not more than 150m (500 ) from their homes or destination. In addition, no two adjoining streets shall be closed at the same time, except as otherwise approved by the Engineer. Residents must be given written notice of such restrictions a minimum of 48 hours in advance. s. When work has been completed on a particular street or has been suspended or rescheduled, and said street is to be opened to vehicular traffic, all equipment, NO PARKING signs, other obstructions, and unnecessary traffic control devices and equipment shall be promptly removed from that street, except as otherwise approved by the Engineer. t. Should the Contractor be neglectful, negligent, or refuse, fail, or otherwise be unavailable to promptly, satisfactorily, and fully comply with the provisions specified and referred to herein above, the City reserves the right to correct or mitigate any situation, that in the sole opinion of the Engineer, constitutes a serious deficiency or serious case of noncompliance, by any means at its disposal at the Contractor s or permittee s expense, and shall deduct the cost therefore from the Contractor s TP-6

88 progress or final payments. Such corrective action taken by the City shall not reduce or abrogate the Contractor s legal obligations and liability for proper traffic control and safety measures and shall not serve to transfer said obligations and liabilities from the Contractor to the City or the City s agents. u. Violations of any of the above Provisions or provisions of the referenced publications, unless promptly and completely corrected to the satisfaction of the Engineer, shall, at the sole discretion of the City, be grounds for termination of the Contract, or shut down or partial shutdown of the work, without compensation to the Contractor or permittee, or liability to the City, all as prescribed by contractual obligation or State law, whichever is applicable. The Contract lump sum price paid for the Traffic Control Plans & Construction Devices shall include full compensation for, but not limited to, furnishing all labor (including flagging costs), materials (including construction area signs), tools, equipment, furnishing traffic control Plans and revisions, temporary access to adjacent property owners, temporary detours for thru-traffic, and for doing all the work involved in placing, removing, storing, maintaining, moving to new locations, replacing and disposing of the components of the traffic control including lights, channelizers (surface mounted), temporary railing (Type K) markers, delineators, temporary striping and pavement marking, barricades, portable flashing beacons, flashing arrow signs, portable changeable message signs, as shown on the Plans, as specified in the Standard Specifications and these Special Provisions, and as directed by the Engineer. Full compensation for removing and salvaging the traffic control equipment and materials that are to be reused or reset in the project shall be considered as included in the Contract lump sum price paid for Traffic Control Plans & Construction Devices and no additional compensation will be allowed therefore. Partial payment for Traffic Control Plans & Construction Devices shall be based on the percentage of total value of work completed as of each progress pay estimate. COOPERATION AND COLLATERAL WORK Cooperation shall be in accordance with Subsection 5-6, "Cooperation," and Subsection 7-7, "Cooperation and Collateral Work," of the Standard Specifications and these Special Provisions. The Contractor shall be responsible for ascertaining the nature and extent of any simultaneous, collateral, and essential work by others and coordinating with the work by others. The City, other contractors and utilities shall have the right to operate within or adjacent to the work site during the performance of such work. 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 those limits, the Contractor shall cooperate with all the 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. TP-7

89 Should the Contractor be delayed by the City, and such delay could not have been reasonably foreseen or prevented by the Contractor, the Engineer will determine the extent of the delay, the effect on the project, and any extension of time. Should any agency or utility company s work result in delays to the Contractor s work schedule, the Contractor shall be entitled only to an equivalent extension of time for the completion of the contract, and shall not be entitled to damages due to downtime and idled equipment or additional payments over and above the agreed upon unit prices. Full compensation for compliance with the preceding requirements shall be considered as being included in the various Contract items in the bid schedule and no additional compensation will be allowed therefore. PROTECTION AND RESTORATION OF EXISTING IMPROVEMENTS Protection and Restoration of Existing Improvements shall be in accordance with Subsection 7-9, "Protection and Restoration of Existing Improvements," of the Standard Specifications, and these Special Provisions. The Contractor may find it necessary to remove and replace some irrigation facilities during the process of construction. In such events, the Contractor shall make a written request to the Engineer in the field for said work and shall notify and cooperate with the resident and/or owner of the property affected. Any irrigation facilities in conflict with the proposed improvements which are removed, damaged, disturbed, or broken, shall be modified, repaired, and/or replaced to provide full irrigation coverage to the areas requiring irrigation, using new materials of equal or better quality than the original materials. All trees, shrubbery and lawns which are deprived of normal irrigation due to a disruption of service caused by the Contractor's operations shall be regularly and thoroughly irrigated by the Contractor so that said plantings will not be damaged. If any trees, shrubbery, lawns or their plants die or suffer unacceptable damage as a result of or precipitated by the Contractor's operations, the Contractor shall replace it with the same plant species and size. Existing grass lawns within the area which must be excavated and/or re-graded, shall be cut into approximately 12 inches squares, removed, protected, cared for and replaced as soon as possible. Dead, dying, and unacceptably damaged grass shall be replaced with new grass sod. The upper 6 inches of all backfill in areas subject to planting and/or replanting shall be topsoil, free of rocks and debris. Backfill below this depth shall consist of native soil, free of rocks, and debris, and compacted to a relative compaction of 85 percent (85%). Damaged or injured plants shall be removed and disposed of outside the road right-of-way. At the option of the Contractor, removed trees and shrubs may be reduced to chips and removed from the project. Replacement planting of injured or damaged trees, shrubs and other plants shall be completed not less than 20 working days prior to completion of the work. Replacement plants shall be watered as necessary to maintain the plants in a healthy condition. TP-8

90 Existing hardscape that is not to be removed and is damaged due to the Contractor's operations shall be restored or replaced in as nearly the original condition and location as is reasonably possible. Full compensation for compliance with the preceding requirements shall be considered as being included in the various Contract items in the bid schedule and no additional compensation will be allowed therefore. PROTECTION AND RESTORATION OF UNDERGROUND UTILITIES AND FACILITIES All existing underground utilities and facilities such as electric utilities, gas utilities, telephone utilities, television utilities, water utilities, street lighting facilities, sanitary sewers, storm drains, and irrigation systems may not have been shown on the Plans for this project. The Contractor shall assume that any of these underground utilities and/or facilities may be encountered during the removal and reconstruction work and shall protect and restore same in place in accordance with Section 5 of the Standard Specifications, Subsection 7-9 of the Standard Specifications, and the following requirements and provisions: The Contractor shall pothole utilities in any areas of excavation, including but not limited to pipe installation and pavement reconstruction. The Contractor shall submit pothole locations to the City five (5) working days ahead of USA notification for review and comment. The Contractor retains sole responsibility for utilities. The Contractor shall pot hole a minimum of two (2) working days ahead of the construction or installation for the area in which the work is to be performed. The "pot holes" shall be to a depth sufficient to satisfy the Contractor that the proposed construction work will not damage any underground utilities and/or facilities. The Contractor shall be solely responsible for the cost of repair for any such damage to said underground utilities and/or facilities and shall, except for irrigation systems, make or cause to be made all repairs necessary to restore service the same day. Full compensation for compliance with the preceding requirements shall be considered as being included in the various Contract items in the bid schedule and no additional compensation will be allowed therefore. CLEAN UP Throughout all phases of construction, including suspension of work and until the final acceptance, the Contractor shall keep the site clean and free from rubbish and debris. The Contractor shall remove and dispose of all loose material and debris caused by construction operations from the construction site on a daily basis. Materials and equipment shall be removed from the site as soon as they are no longer necessary. Before the final inspection, the site shall be cleared of equipment, unused materials, and rubbish so as to present a satisfactory clean and neat appearance. All clean up costs shall be included in the Contractor's Bid. TP-9

91 Care shall be taken to prevent spillage on haul routes. Any such spillage shall be removed immediately and the area cleaned. Excess material from trench excavations shall be removed from the site immediately. Sufficient material may remain for use as backfill if permitted by the Specifications or Engineer. Failure of the Contractor to comply with the Engineer's clean up orders may result in an order to suspend work until the condition is corrected. No additional compensation will be allowed as a result of such suspension. Before final inspection of the work, the Contractor shall clean the right-of-way, private property, material sites, and all ground occupied by the Contractor in connection with the work of all rubbish, excess materials, falsework, temporary structures, and equipment. All parts of the work shall be left in a neat and presentable condition. The full compensation for collecting and disposing of loose material and debris from the job site shall be considered as included in the contract prices paid for the various items of work involved and no additional compensation will be allowed therefore. DUST CONTROL Dust control shall be performed in accordance with Subsection 7-8.1, "Clean up and Dust Control," of the Standard Specifications, South Coast Air Quality Management District (SCAQMD) Rule 403, the general Provisions and the following Provision. Dust resulting from the Contractor s performance of the work, either inside or outside, the right-of-way shall be controlled by the Contractor. Dust control includes the action necessary to prevent, reduce or control dust within the work area as required to complete the work. The Contractor shall carry out proper and efficient measures to prevent his operations from producing dust in amounts damaging to property or causing a nuisance, or harm to persons living nearby or occupying buildings in the vicinity of the work. The Contractor shall control dust 24 hours a day, seven days a week. The methods to be used for controlling dust in the construction area and along haul roads shall be approved by the Engineer prior to starting any work. The Rule 403 Implementation Handbook published by the SCAQMD, contains a detailed listing of reasonably available dust control measures. Dust or dirt accumulations generated by the Contractor s operations shall be cleaned and removed by the Contractor from all areas as designated by the Engineer. Areas to be cleaned shall include, but not be limited to swimming pools, interiors of any structures including residences and places of business, exteriors of any structures including roofs, patios, driveways, and any other areas as required. The Contractor shall retain a professional cleaning service for the cleaning of swimming pools, and the interior and exterior of structures. The cost for cleaning and removal of dust or dirt shall be at the Contractor s expense and no additional compensation will be made therefore. TP-10

92 Water for use in dust control shall, at the option of the Contractor, be potable or nonpotable. Non-potable water shall consist of reclaimed waste water or non-potable water developed from other sources. If the Contractor uses reclaimed waste water in the work, the sources and discharge of reclaimed waste water shall meet the California Department of Health Services Water Reclamation Criteria and the Regional Water Quality Control Board requirements. The Contractor shall obtain either a waste water discharge permit or a waiver from the Regional Water Quality Control Board. Copies of permits or waivers from the Regional Water Quality Control Board shall be delivered to the engineer before using reclaimed waste water in the work. Water shall be applied in the amounts, at the locations, and for the purposes designated in the Special Provision and these Specifications, and as order by the Engineer. Water for compacting base and surfacing material, and for laying dust, shall be applied by means of pressure-type distributors or pipe lines equipped with a spray system or hoses with nozzles that will ensure a uniform application of water. All equipment used for the application of water shall be equipped with a positive means of shut-off. Unless otherwise permitted by the City Engineer or unless all the water is applied by means of pipe lines, at least one mobile unit with a minimum capacity of 1,000 gallons shall be available for applying water on the project at all times. Full compensation for all direct and indirect costs incurred for work performed or materials used to control dust resulting from the Contractor s performance of the work and caused by public traffic, either inside or outside the right-of-way shall be considered as included in the Contract prices paid for the various items of work involved, including all deposits and/or rental costs to establish a water supply source, shall be considered included in the Contract prices paid for the various items of work an no additional compensation will be allowed therefore. CLEARING, GRUBBING, REMOVAS, RELOCATIONS & ABANDONMENTS Clearing and grubbing shall be performed in accordance with the plans, provisions of Section 300-1, Clearing and Grubbing, of the Standard Specifications and these Special Provisions, and shall include the following: 1. All unclassified excavation activities, including the stock piling of usable material for use in the project. 2. Removal of all sub-grade, base, crushed rock, and AC/PCC surfaces and to the lines and limits shown on the plans and as directed by the Engineer, and shall include excavating, over-excavating, loading, hauling, depositing, spreading, scarifying sub-grade and recompacting sub-grade. TP-11

93 3. All removed material shall be removed from the project site the same day. Stockpiling of materials within the right-or-way, City parking lots, or other City-improved property shall not be allowed unless written permission is given by the Engineer. The Contractor shall be responsible for obtaining a suitable disposal site for this material and pursuant to Subsection Surplus Material, of the Standard Specifications, shall upon request, file with the Engineer the written consent of the owner of the property upon which he intends to dispose of such material. 4. Existing sewer laterals, water services, fire hydrants, water mains, where any portion of such structure is within 1 foot of the excavation areas, or within 1 foot of original ground, or where shown on the plans to be removed or relocated, shall be completely removed and disposed of accordingly. Holes resulting from the removal of water mains and fire hydrants shall be backfilled with soil from the surrounding area the same day the water appurtenances are removed and compacted to a minimum relative compaction of ninety percent (90%). 5. Removal and disposal of existing CML/CMC water lines and any other abandoned utilities and appurtenances that may interfere with the improvements, including air relief assemblies, meter boxes, blow-offs, fittings, valves, pipe, etc; 6. Relocation and salvaging to City s maintenance yard other usable material, including fire hydrants, horse trail fencing and street signage. 7. The Contractor shall dispose all materials not being salvaged outside of the right-ofway and shall pay for all costs for disposal. Payment Payment for removals as shown on the plans, as specified in the Standard Specifications and in these special provisions and as directed by the Engineer, shall be based on the following: Unit Bid Item Description Remove Existing Tree Relocate Existing 10-inch water line per detail on sheet 2 Abandon Existing 1 Water Service (Std. 420) and install new 1 water service (Std. 410) EA EA EA Full compensation for all costs in Bid Items included in Clearing, Grubbing, Removals, including stump grinding, shall be considered as included in the unit price paid and include full compensation for all material, labor, plant, equipment, furnishing all transportation, and hauling in accordance with the standard specifications and these special provisions. No TP-12

94 separate payment will be made for grading, disposal of excess materials and all other appurtenant items for which separate payment is not specifically provided in the bid. AS-BUILT RECORD DRAWINGS The contractor is responsible to GPS (sub-foot accuracy) catch basins, manholes, bends, connections to existing storm drain infrastructure, cleanouts, etc. with required coordinate plane and must use compatible software to that of the City of Norco. The GPS coordinates shall be submitted to City of Norco in digital spreadsheet form and shall include the applicable item, station, northing, easting and elevation coordinates. The Contractor shall maintain full size (24 x 36) field drawings to reflect the as-built items of work as the work progresses. Upon completion of the work, the contractor shall prepare a record set of asbuilt drawings on full size, reproducible material and an electronic file in AutoCAD 2010 or latest version. Payment for As-Built Record Drawing shall be included within the various contact bid items with no additional compensation. GREEN WASTE RECYCLING Work shall consist of removal of green waste (grass clippings, sod, leaves, shrubs, and any other vegetation) in conformance with Section "Clearing and Grubbing," of the Standard Specifications. The Contractor shall be responsible for recycling the green waste through a green waste processor. Subsection "General" of the Standard Specifications shall include as follows: The Contractor shall make all arrangements for disposal of the material and offsite locations and provide the City with a recycler s weight certification and weight of green waste by the ton. Holes resulting from the removal shall be backfilled with soil from the surrounding area the same day and compacted to a minimum relative compaction of ninety percent (90%). All removed material shall be removed from the project site the same day. Stockpiling of materials within the right-of-way, City parking lots, or other City-improved property shall not be allowed unless written permission is given by the Engineer. Full compensation for compliance with the preceding requirements shall be considered as being included in the various Contract items in the bid schedule and no additional compensation will be allowed therefore. ASPHALT CONCRETE REMOVAL AND RECYCLING Work shall consist of removal of Asphalt Concrete in conformance with Section Clearing and Grubbing and Section Cold Milling of existing pavement of the Standard Specifications. Subsection General of the Standard Specifications shall include as follows: TP-13

95 The Contractor shall make all arrangements for removal and recycling of asphalt concrete (AC) and provide the City with a recycler s weight certification and weight of asphalt concrete by tons. The Contractor shall take care not to contaminate the millings with nonaggregate base material, including disintegrated granite. Subsection (a) Bituminous Pavement of the Standard Specifications shall include the following: The outline area of the asphalt concrete pavement to be removed shall be cut, full depth, on a neat line with a power-driven saw before removing the surfacing. The Contractor will not be required to sawcut the pavement where the join line or cut line is cold milled. Full compensation for sawcutting existing surfacing shall be considered as being included in the various Contract items in the bid schedule and no additional compensation will be allowed therefore. If the Contractor chooses to remove the asphalt concrete by cold milling then the existing asphalt concrete shall be cold milled or ground in accordance with Subsection , "Cold Milling Asphalt Concrete Pavement," of the Standard Specifications, and these Specifications. Add to the second paragraph of Subsection , "Removal and Disposal of Material," the following: At least two full time flag persons shall be assigned to the milling machine for traffic control when working on streets open to traffic. Full compensation for compliance with the preceding requirements shall be considered as being included in the various Contract items in the bid schedule and no additional compensation will be allowed therefore. STORM DRAIN SYSTEM IMPROVEMENTS This work includes, but is not limited to, all excavation, backfill, backfill materials testing, compaction testing, disposal, temporary resurfacing of roads and driveways, verification of utilities, installation of all pipe and pipeline joints per these Specifications, the plans and the City of Norco Standard Specifications and Drawings, and Riverside County Flood Control and Water Conservation District Standard Specifications and Drawings and shall include the following improvements: 1. Construct 18 Reinforced Concrete Pipe Storm Drain 2. Construct 24 Reinforced Concrete Pipe Storm Drain Add the following to the 2012 edition of the Standard Specifications for Public Works Construction: SECTION 306 UNDERGROUND CONDUIT CONSTRUCTION OPEN TRENCH OPERATIONS. TP-14

96 Trench Excavation General. Replace the first sentence with the following: For the purpose of shoring or bracing, a trench shall be defined as an excavation in which the depth is greater than five feet Maximum and Minimum Width of Trench. Replace the last two paragraphs with the following: Full compensation for trench excavation shall be considered as included in various items of Work Removal and Replacement of Surface Improvements. Add the following after the first sentence: Full compensation for removal and disposal of bituminous and concrete pavement, curb, gutter, and spandrel not included in other bid items shall be included in the items of Work which require removal and disposal Bracing Excavations. Insert the following after the second paragraph: The Contractor shall be required to supply a copy of shoring plans and specifications and any permit required by the Division of Industrial Safety prior to start of construction. All material used for protection shall be removed from the Work unless it has been approved to remain in place by the Engineer. Shoring is considered to be adequate sheeting, shoring, bracing, or equivalent method for (1) protection of life and limb which shall conform to applicable safety orders; (2) protection of existing underground and above-ground private and public improvements; and (3) the remedy of any and all conditions encountered, regardless of depth, (including, but not limited to trench sluffing, pavement separation, etc.) during the construction of the Work. Excavation for any trench 5 feet or more in depth shall not begin until the Contractor has received approval from the Engineer of the Contractor s detailed plan for worker protection from hazards of caving ground. Such plan shall be submitted at least three weeks before the Contractor intends to begin excavation and shall show the details of the design of shoring, bracing, sloping or other provisions to be made for worker protection during excavation. No such plan shall allow the use of shoring, sloping or a protective system less effective than required by Construction Safety Orders of the Division of Industrial Safety. All plans for bracing the excavation must be prepared and signed by a registered Civil or Structural Engineer in the State of California. Prior to the beginning of excavations requiring shoring, the Contractor shall designate in writing to the Engineer someone whose responsibility it is to supervise the project safety measures and someone whose responsibility it is to supervise the installation and removal of sheeting, shoring and bracing. In addition to shoring the excavations in accordance with the minimum requirements of Industrial Safety Orders, it shall be the Contractor s responsibility to provide any and all additional shoring required to support the sides of the excavation against the effects of loads which may exceed those desired by using the criteria set forth in the Industrial Safety Orders. The Contractor shall be solely responsible for any damages which may result from TP-15

97 his failure to provide adequate shoring of the excavation under any and all of the conditions of loading which may exist or which may arise during construction. Payment for complying with this subsection shall be considered as included in the Lump Sum Bid price for Trench Safety and Shoring, and not additional compensation shall be allowed therefor. Add the following subsection: Existing Utilities. Existing utilities have been located as accurately as can be determined from utility companies, office records, and potholing and are shown on the Plans. However, as stated in Section 5-1, the Contractor shall contact Underground Service Alert at 811 for mark out before excavating and shall coordinate the work with utility owners. Where a possible at grade conflict with existing underground utilities appears on the Plans the Contractor shall determine their location prior to trenching. The Contractor shall utilize the Move-in period to perform exploratory excavations to verify utility locations prior to start of the Work. These results must be provided to the Engineer at the end of each day exploratory excavations are complete. The project schedule shall include the dates the Contractor anticipates performing exploratory excavations and providing the pothole information to the Engineer. Grade and/or alignment changes shall be made only if approved by the Engineer. Where existing underground utilities are undercut, particular care shall be exercised in selecting, placing, and compacting the backfill material under and around such utility to assure firm support. For at least 12 inches all around the undercut utility, the backfill material shall have a sand equivalent of 50 and be compacted to 90% relative density. The Contractor is responsible for ensuring all service connections are properly protected in place and shall immediately repair any service that is damaged. Where, in the opinion of the Engineer, the native soil is unsuitable for supporting the undercut utility, suitable backfill material shall be used. All cost for such work shall be per 3-3. Where a 1 or smaller water service is damaged during trenching operations, a minimum 4 section of such service shall be removed and replaced with 2 45 ells and new copper tubing bent to a 12 minimum radius. The Contractor is advised to be careful to avoid damage to water services, sewer laterals, water, and sewer mains during excavation operations. The Contractor shall assume that every property parcel will be served by a service connection for each type of utility and be aware that service connections are not necessarily marked from the main line in the field. In the event damage is done requiring new service connections, water main repairs, etc., the Contractor shall immediately repair these lines or be responsible to pay for work required to be done by City Forces. The Contractor is responsible for the altering, relocating or reconstruction of portions of existing water and sewer connections which may or may not have been shown on the Plans, or not accurately shown on the Plans, but which are found to interfere with the Work. Contractor shall contact and coordinate alteration, relocation, or reconstruction of gas, electrical, cable, or telephone service connections with the owner of such utilities. All costs for such Work shall be included in the bid item necessitating such Work. Existing water mains, unless specifically identified otherwise, shall remain in service during the entire period of construction. Water mains require vertical and horizontal TP-16

98 support at tees, crosses, bends, etc. In the event of water main failure due to Contractor s failure to provide necessary support (vertical and/or horizontal), the Contractor shall make immediate repairs or City Forces may perform the necessary work and the costs will be subtracted from the Contractor s progress payment Installation of Pipe Bedding General. Replace the last paragraph with the following: Storm drain pipe bedding and installation shall conform to Los Angeles County Department of Public Works Standard Plan , Case 3. Locally excavated native materials may be blended to the required sand equivalency of 30 or greater. The cost of providing and installing said bedding material shall be included in the unit price bid for pipe. In any case, where rock bedding under the pipe is required by the Engineer for stabilizing unstable subgrade due to existing ground conditions (not attributable to the Contractor s operations or methods), such rock bedding materials shall be paid for at the job site delivered price as Extra Work, as provided by 3-3 and amended by these Contract Documents. Where a manhole is to be constructed on unstable native material, a stable base shall first be constructed with additional bedding material as specified in to the dimensions specified in writing by the Engineer Pipe Laying. Replace 2 nd sentence of the 2 nd paragraph with the following: Where the proposed piping will connect to existing piping, the Contractor shall excavate the point of connection to verify size, layout, and depth. Prepare a sketch of the proposed point of connection for submittal to the Engineer. The Contractor shall give the Engineer a minimum of two hours to inspect the existing piping before connection is made and backfilling. Add the following at end of third paragraph: Except for short runs, which may be permitted by the Engineer, sections of pipe shall be laid in a sequence moving in an upgrade direction on grades exceeding 10 percent. Pipe, which is laid in a downgrade direction, shall be blocked and held in place until sufficient support is furnished by the following pipes to prevent movement. Closures and corrections pieces shall be provided as required to adjust the pipe laying to conform to pipe stationing shown. Any change in location or number of said items shall be subject to acceptance by the Engineer Backfill and Densification General. Add the following to the end of the seventh paragraph: Backfill used for utility trenches shall not contain particles greater than 4 inches in largest dimension. TP-17

99 Mechanical Compaction Requirements. Replace the entire Section with the following: All backfills and fills to be used as subgrade shall be compacted to a relative density of 90 percent unless otherwise specified. Upon completion of the required bedding, the trench backfill shall be placed and mechanically compacted. Only lightweight tamping equipment shall be used within 3 of pipe and appurtenances. Backfill shall be placed in loose lifts less than 8 thick, moisture conditioned to a minimum of 2% above optimum moisture content, and compacted to at least 90 percent relative compaction except where noted otherwise. Backfill shall be mechanically compacted using vibratory or impact-type equipment. Jetting will not be permitted unless specifically approved in advance by the Engineer. The contractor shall provide a geotechnical engineer and backfill materials testing in his bid price per linear foot of Storm Drain pipe at 100-foot maximum intervals, as well as at catch basin, manholes and apron subgrade locations. All testing locations will be random as determined by the City Engineer Imported Backfill. Replace the fourth paragraph with the following: The densification method for imported backfill material shall be the same as the method described in Section The City has the option to require concrete backfill during construction when the pipe has less than 1 of cover and is subjected to heavy equipment traffic, or when sheeting and unstable trench side conditions occur. The concrete backfill shall consist of 1:3:5 mix concrete placed from wall to wall of trench and from bottom of trench to a minimum of 4 over the top of the pipe Trench Resurfacing Permanent Resurfacing. Add with the following after the last paragraph: All testing of underground installation at any given point shall be completed before the surface course is placed at that point. Payment for trench resurfacing, repairs, and replacement for all surface improvements damaged, displaced, or removed as a result of the Contractor s operation shall be included in the price per linear foot of pipe Basis of Payment for Open Trench Installations. Add the following after the last paragraph: The contract price paid per foot for install of RCP with concrete collars shall include full compensation for furnishing all labor, materials (including but not limited to RCP with rubber gasketed joints, concrete, and reinforcement), tools, equipment, and incidentals, and for doing all the work involved in installing RCP with concrete collars, complete in place, including excavation, backfill, concrete collar, and finishing and curing, as shown on the Plans, as specified in the Standard Specifications and these special provisions, and as directed by the Engineer. TP-18

100 PART 5 SYSTEM REHABILIATION SECTION 500- PIPELINE Cleaning and Preliminary Inspection Television Inspection Replace the third sentence of first paragraph with following: All video inspection shall be recorded in digital format on a CD or DVD. Replace the first sentence of the last paragraph with following: Documentation shall consist of a color, digital format video (CD or DVD), log sheets, and a written report detailing the post rehabilitation or post-installation condition of the pipeline and lateral connections / openings. Payment for complying with this subsection shall be considered as included in the Lump Sum Bid Unit price for Television Inspection, and not additional compensation shall be allowed therefor. Payment for concrete items shall include full compensation for all material, labor, plant, equipment, furnishing all transportation, hauling, spreading, compaction testing, finishing, and protecting from vandalism, complete in place, in accordance with the standard specifications and these special provisions. No separate payment will be made for grading, preparation of subgrade, furnishing and setting of expansion joint material, reinforcing, disposal of excess materials, and all other appurtenant items for which separate payment is not specifically provided in the bid. Payment for disposal of PCC liquid residues and mixer wash out shall be included in the various PCC items of work. Bid Item Description Unit 1. Construct 18 RCP Storm Drain LF 2. Construct 24 RCP Strom Drain LF COMPACTION TESTING The Contractor shall be responsible for obtaining services of all required compaction tests performed as specified by these construction standards and/or the project contract documents. If these tests prove that the backfill is not of sufficient compaction, then the Contractor will be required to remove and recompact the backfill per the Greenbook Specifications. Compaction testing will be performed every one-hundred (100) feet along the storm drain alignment. All tests results and stamped geotechnical reports shall be presented to the City for project records. PORTLAND CEMENT CONCRETE Portland Cement Concrete (PCC) shall be performed in accordance with the plans, the provisions of Subsection and and Section 303 of the Standard Specifications and these Special Provisions, and shall include the following improvements: 1. Construct Local Depression No. 2 per RCFC&WCD Std. Dwg. LD201 (Various Cases) 2. Construct Catch Basin No. 1 per RCFC&WCD Std. Dwg. CB100 (W=Per Plan, V=Per Plan) TP-19

101 3. Construct Inlet type X Per RCFC&WCD Std. Dwg. CB Construct Transition Structure No. 3 per RCFC&WCD Std. Dwg. TS Construct Manhole No. 1 per RCFC&WCD Std. Dwg. M Construct Concrete 2 x2 Drop Inlet per details on Plans. 7. Construct Junction Structure No. 2 per RCFC & WCD Std. Dwg. JS Construct 6 PCC apron per details on plans. Portland Cement Concrete (PCC) shall meet the requirements of Subsection and and Section 303, of the Standard Specifications, and these Special Provisions: Add to Subsection , "General", of the Standard Specifications, the following: The Contractor shall furnish the Engineer in the field with a copy of the mix design to be used, and with a legible certified weigh masters certificate for each load of PCC delivered to the project. PCC delivered to the project site having a water content and/or slump greater than that specified in the mix design shall be rejected and removed from the project site. Revise the table in Subsection , "Concrete Specified by Class," of the Standard Specifications as follows: Replace the first sentence in Paragraph 6, Subsection , "Transit Mixers," of the Standard Specifications, with the followings: The total elapsed time between addition of water at the batch plant and the completion of the discharge of the PCC from the mixer shall not exceed ninety (90) minutes or before 250 revolutions of the drum, whichever occurs first. All PCC remaining in the mixer after said ninety (90) minutes time limit shall be rejected and removed from the project site. When the temperature of the PCC is 30 C (86 F) or greater or any conditions contributing to quick stiffening of the PCC, it shall be removed from the project site. Add to Subsection , Placing Concrete, of the Standard Specifications, the following: All temporary storage of PCC liquid residues and mixer wash out on the project site shall be deposited within a self containment area or bin. The Contractor may elect to allow the moisture to evaporate and dispose of the material as a solid or dispose of the material as a liquid. The Contractor shall notify the engineer in writing, as a preconstruction meeting submittal, what method of disposal will be utilized. If disposal of the material in liquid form is chosen, the Contractor must provide in writing, as part of the preconstruction meeting submittal, the name, location, telephone number, and a copy of the California Regional Water Quality Control Board (RWQCB) permit for disposal of PCC liquid residue, or if the disposal site is located outside of the State of California, a TP-20

102 copy of a permit issued by that state is required. The engineer will verify the information before the Notice to Proceed is issued. All PCC and related work, including grading and forming, shall be suspended if the Contractor does not have a PCC liquid residue or mixer wash out containment area or bin on site one (1) working day before the scheduled placement of PCC. The Contractor will not be allowed any additional compensation or extension of time for suspended operations due to not having a containment area or bin on site. The containment area or bin shall have sufficient room for two (2) days deposit of material. The Contractor shall provide the Engineer with a copy of the landfill receipts or disposal site receipt and weight ticket showing disposal of PCC liquid residues and wash out within five working days of disposal. Curing compound shall be translucent with red fugitive dye, Type 1, in accordance with Section 201-4, "Concrete Curing Compound," of the Standard Specifications. Payment for concrete items shall include full compensation for all material, labor, plant, equipment, furnishing all transportation, hauling, spreading, finishing, compaction testing, and protecting from vandalism, complete in place, in accordance with the standard specifications and these special provisions. No separate payment will be made for grading, preparation of subgrade, furnishing and setting of expansion joint material, reinforcing, disposal of excess materials, and all other appurtenant items for which separate payment is not specifically provided in the bid. Payment for disposal of PCC liquid residues and mixer wash out shall be included in the various PCC items of work. Bid Item Description Unit 1. Construct Local Depression No. 2 per RCFC&WCD Std. Dwg. LD201 (Case C) EA 2. Construct Catch Basin No. 1 per RCFC&WCD Std. Dwg. CB100 (W=per plan) EA 3. Construct Inlet Type X per Std. Dwg. CB108 EA 4. Construct Transition Structure No. 3 Per RCFC&WCD Std. Dwg. TS303. EA 5. Construct Manhole No. 1 per RCFC&WCD Std. Dwg. MH251 EA 6. Construct Junction Structure No. 2 per RCFC & WCD Std Dwg. 227 EA AGGREGATE BASE Aggregate base shall conform to the requirements of Subsection , "Crushed Aggregate Base," or Subsection , "Crushed Miscellaneous Base," or Subsection 301-2, "Untreated Base" of the Standard Specifications and these Special Provisions and shall include the following improvements: 1. Construct 4 AC Pavement over 6 Class II Aggregate Base TP-21

103 2. Construct Trench Repair per City of Norco Std. 155 Add to Subsection , "General" of the Standard Specifications the following: Disintegrated granite, glass, porcelain, brick, wood, steel (reinforcing, nails, etc) or slag, shall not be used for aggregate base. If any detrimental material or deleterious substance is found, it shall be cause for rejection and be removed from the site. Add to Subsection , "Grading" of the Standard Specifications the following: Grading or blending of the material shall be done through a screening process. Add to Subsection , "General," of the Standard Specifications the following: Untreated base material shall be either crushed aggregate base as specified in Subsection , or crushed miscellaneous base as specified in Subsection Add to the second paragraph of Subsection , "Spreading" of the Standard Specifications, as follows: Tailgate spreading by dump truck will not be permitted except for spot dumping and in areas not readily accessible to spreading equipment. Bid Item Description Unit 1. Construct 4 AC Pavement over 6 Class II Aggregate Base SF 2. Construct Trench Repair per City of Norco Std. 155 SF Payment for Aggregate Base items shall include full compensation for all material, labor, plant, equipment, furnishing all transportation, hauling, spreading, finishing, and protecting from vandalism, complete in place, in accordance with the standard specifications and these special provisions. No separate payment will be made for grading, preparation of subgrade, disposal of excess materials, and all other appurtenant items for which separate payment is not specifically provided in the bid. Payment for disposal of PCC liquid residues and mixer wash out shall be included in the various PCC items of work. HOT MIX ASPHALT CONCRETE Asphalt concrete shall meet the requirements of Section 400 of the Standard Specifications and these Technical Provisions and shall include the following improvements: 1. Construct 4 Asphalt Pavement over 6 Class II Aggregate Base 2. Construct Trench Repair per City of Norco Std Construct 0.2 Min. Asphalt Grind and Overlay 4. Construct 6 AC Dike per County of Riverside Std. No. 212 TP-22

104 Asphalt concrete shall be Type III-B2-PG64-10 for base courses and Type III-C3- PG64-10 for surface courses. The Engineer may substitute Type III-D-PG64-10 in place of Type III-C3-PG64-10 for feathering and for "thin" overlays equal to or less than 45 mm (0.15 ) in thickness. Delete Item 3, "Crushed Slag," of Subsection , "Asphalt Concrete Aggregates," of the Standard Specifications. The use of slag aggregate for asphalt concrete is expressly prohibited. Coarse aggregate shall consist of material of which at least seventy-five percent (75%) by weight shall be crushed particles in lieu of the requirements of Subsection , "Coarse Aggregate." The individual test result requirements shall be as specified in Subsection , "Combined Aggregates" of the Standard Specifications: Add to Subsection , "General," of the Standard Specifications, the following: The combined aggregate grading for asphalt concrete placed on miscellaneous areas shall conform to the gradation for the asphalt concrete placed on the traveled way, unless otherwise directed by the Engineer. The amount of asphalt binder used in the asphalt concrete placed in dikes, gutters, gutter flares, oversize drains and aprons at the ends of drainage structures, unless otherwise directed by the Engineer, shall be increased one per cent (1%) by weight of the aggregate over the amount of asphalt binder used in the asphalt concrete placed on the traveled way. The asphalt concrete to be placed in areas which are designated on the Plans as miscellaneous areas may be spread in one layer. The material shall be compacted to the required lines, grades and cross section. Miscellaneous asphalt concrete replacement shall be constructed as shown on the Contract Plans. Miscellaneous replacement areas shall be a minimum of 0.25 feet thick, and shall be placed on subgrade which has been compacted to 95% relative compaction. Payment for construction of said areas shall be included in the unit price paid per ton for asphalt concrete and shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals, and no additional compensation will be allowed therefore. If the finished surface of the asphalt concrete on the traffic lanes does not meet the specified surface tolerances, it shall be brought within tolerances by either: (1) abrasive grinding (followed by fog seal coat on the areas which have been ground), (2) placing an overlay of asphalt concrete, or (3) removal and replacement. The method shall be selected by the Engineer. Replace the second paragraph of Subsection , "Tack Coat," of the Standard Specifications, with the following: TP-23

105 A similar tack coat shall be applied to all surfaces that are to be overlaid unless otherwise directed by the Engineer. Add to Subsection , "Distribution and Spreading," of the Standard Specifications, the following: Tarpaulins shall be used to cover all loads when directed by the Engineer. In advance of spreading asphalt concrete over asphalt concrete base course, or asphalt concrete surface, asphalt concrete leveling course shall be spread by any mechanical means that will produce a uniform smoothness and texture. Asphalt concrete leveling shall include, but is not limited to, the filling and leveling of irregularities and ruts. Asphalt concrete used to change the cross slope or profile of an existing surface shall not be considered as asphalt concrete leveling. Unless otherwise permitted by the Engineer, the top layer of asphalt concrete for shoulders, tapers, transitions, road connections, private drives, curve widening, turnouts, left-turn pockets, and other such areas, shall not be spread before the top layer of asphalt concrete for the adjoining through lane has been spread and compacted. At locations where the number of lanes are changed, the top layer for the through lanes shall be paved first. Tracks or wheels of spreading equipment shall not be operated on the top layer of asphalt concrete in any area until final compaction has been completed or unless directed by the Engineer. The top layer of asphalt concrete shall not exceed 0.20 feet in compacted thickness. Each lane of the top layer, once commenced, shall be placed without interruption. All screed extensions for paving machines shall be provided with a tamper, roller, or other suitable compacting devices. Asphalt pavers shall be equipped with automatic screed controls and a sensing device or devices. Automatic grade and slope control shall be used for overlays. All joints shall be sealed after rolling. When placing asphalt concrete to the lines and grades noted in the plans or as approved by the Engineer, the automatic screed controls shall control the longitudinal grade and transverse slope of the screed. Grade and slope references shall be furnished, installed, and maintained by the Contractor. The Contractor shall use a ski device, the minimum length of the ski device shall be 30 feet. The ski device shall be a rigid one-piece unit and the entire length shall be utilized in activating the sensor. The Contractor may use a laser to control the screed. When placing the initial mat of asphalt concrete on existing pavement, the end of the screed nearest the center line shall be controlled by a sensor activated by a ski device not less than 30 feet long. The end of the screed farthest from center line shall be controlled by an automatic transverse slope device set to reproduce the cross slope approved by the Engineer. TP-24

106 When paving contiguously with previously placed mats, the end of the screed adjacent to the previously placed mat shall be controlled by a sensor that responds to the grade of the previously placed mat and will reproduce the grade in the new mat within a 0.01 feet tolerance. The end of the screed farthest from the previously placed mat shall be controlled in the same manner as when placing the initial mat. Should the automatic screed controls fail to operate properly during any day's work, the Contractor may use manual control of the spreading equipment for the remainder of that day; however, the equipment shall be corrected or replaced with alternative automatically controlled equipment conforming to the requirements in this section before starting the next day's work. Should the methods and equipment furnished by the Contractor fail to produce a layer of asphalt concrete conforming to the requirements, including straightedge tolerance, of Subsection , "Density and Smoothness," of the Standard Specifications, the paving operation shall be discontinued and the Contractor shall modify his equipment or furnish substitute equipment. A drop-off of more than 0.15 feet will not be allowed at anytime between adjacent lanes open to public traffic. The Contractor shall schedule his paving operations such that each layer of asphalt concrete is placed on all contiguous lanes of a traveled way each work shift. At the end of each work shift, the distance between the ends of the layers of asphalt concrete on adjacent lanes shall not be greater than 10 feet nor less than 5 feet. Additional asphalt concrete shall be placed along the transverse edge at the end of each lane and along the exposed longitudinal edges between adjacent lanes, hand raked, and compacted to form temporary conforms. Kraft paper, or other approved bond breaker, may be placed under the conform tapers to facilitate the removal of the taper when paving operations resume. Add to Subsection , "General (Rolling)," of the Standard Specifications, the following: The Contractor shall furnish a sufficient number of rollers to obtain the specified compaction and surface finish required by the Standard Specifications and these Special Provisions. Pneumatic rollers shall be required on lower layer only. Initial breakdown compaction shall consist of a minimum of three (3) coverages of a layer of asphalt mixture. A pass shall be a movement of rolling in both directions over the same path. Coverage shall consist of as many passes as are necessary to cover the entire width being paved. Overlap between passes during coverage, made to ensure compaction without displacement of material in accordance with good rolling practice, shall be considered to be part of the coverage being made and not part of a subsequent coverage. Each coverage shall be completed before subsequent coverages are started. TP-25

107 Add to the first paragraph of Subsection , "Density and Smoothness," of the Standard Specifications, the following: The completed surfacing shall be thoroughly compacted, smooth and free from ruts, humps, depressions or irregularities. Any ridges, indentations or other objectionable marks left in the surface of the asphalt concrete shall be eliminated by rolling or other means. The use of any equipment that leaves humps, ridges, irregularities, indentations or other objectionable marks in the asphalt concrete shall be discontinued, and acceptable equipment shall be furnished by the Contractor. The transverse slope of the finished surface shall be uniform to a degree such that no depressions greater than 0.01 feet are present when tested with a straightedge 10-foot long, laid in a direction transverse to the center line. If the test results for any lot of asphalt concrete indicate that the relative compaction is below 95.0 percent (95%), the Contractor will be advised that he is not attaining the required relative compaction and that his materials, procedures, or both, need adjustment. Asphalt concrete spreading operations shall not continue until the Contractor has notified the Engineer of the adjustment that will be made in order to meet the required compaction. The Contractor shall profilograph the surface of the base paving or existing pavement surface prior to an asphalt concrete overlay and the final pavement surface shall be profilographed throughout the length of each traveled lane, turn lane, parking lane or bicycle lane, ensuring that all paved areas are profilographed. The profilograph shall be done in accordance with California Test No Add to Subsection , "Joints," of the Standard Specifications, the following: Before placing the top layer adjacent to cold transverse construction joints, the joints shall be trimmed to a vertical face and to a neat line. Longitudinal joints shall be trimmed to a vertical face and to a neat line if the edges of the previously laid surfacing are, in the opinion of the Engineer, in such condition that the quality of the completed joint will be affected. Longitudinal and transverse joints shall be tested with a 3 m (10 ) straightedge and shall be cut back as required to conform to the provisions in Subsection , Density and Smoothness, for surface smoothness. Connections to existing surfacing shall be feathered to conform to the provisions for smoothness. Longitudinal joints in the top layer shall correspond with the edges of proposed traffic lanes (striping). Longitudinal joints in all other layers shall be offset not less than 150 mm (0.5') alternately each side of the edges of traffic lanes. All feathered joints shall be sealed after rolling. Replace the third paragraph of Subsection , "Manholes," of the Standard Specifications, with the following: Manholes, water valve and survey monument covers shall be adjusted to grade in accordance with the plans, and Subsection , "Adjustment of Manhole Frame and Cover Set to Grade," of the Standard Specifications. TP-26

108 After the pavement has been completed, the necessary portions of the sub-grade, base, and pavement shall be neatly removed, the structure built up, and the manhole frame set to be backfilled with Type III-C3-AR4000 asphalt concrete. The asphalt concrete shall be placed and compacted in a workmanlike manner to conform to the appearance of the surrounding pavement, within two days of raising the manhole to grade. All new and/or existing valve and survey monument covers shall be adjusted to grade during paving. When required, the Contractor shall install survey monument covers before paving. The Contractor shall furnish all slip sleeves or cans where none exist. The Contractor shall loosen and paint blue all water valve covers immediately after paving. During asphalt concrete paving operations, it shall be the Contractors responsibility to place protective covering over, or to otherwise avoid paving over survey markers, monuments, and benchmarks, and to remove said covering and/or asphalt concrete after paving operations have been completed. Payment for construction of Hot Mix Asphalt Concrete items, constructed complete in place as shown on the plans, as specified in the Standard Specifications and in these special provisions and as directed by the Engineer, shall be based on the following: Bid Item Description Unit 1. Construct 4 Asphalt Pavement Over 6 Class II Aggregate Base SF 2. Construct Trench Repair per City of Norco Std. Dwg. 155 SF 3. Construct 0.2 Min. Asphalt Grind & Overlay SF 4. Construct 6 AC Dike per County of Riverside Std. No. 212 Payment for hot mix asphalt concrete items shall include full compensation for all material, labor, plant, equipment, furnishing all transportation, hauling, spreading, finishing, and protecting from vandalism, complete in place, in accordance with the standard specifications and these special provisions. No separate payment will be made for grading, preparation of subgrade, disposal of excess materials, and all other appurtenant items for which separate payment is not specifically provided in the bid. LF TP-27

109 STANDARD PLANS

110

111

112

113

114

115

116

117

118

119

120

121

122

123

124 GENERAL NOTES-STREET IMPROVEMENTS 1. ALL WORK SHALL CONFORM TO THE STANDARD SPECIFICARONS FOR PUBLIC WORKS CONSTRUCRON, AND TO THE STANOARO PLANS OF THE, LATEST EDITION. 2. ALL EXISRNG IMPROVEMENTS INCLUDING CURB AND GUTTERS, SIDEWALKS, AC., OR P.C.C. PAVING, WHICH ARE BEING JOINED DR MATCHED SHALL BE DONE TO THE SARSFACRON OF THE CITY ENGINEfR, INCLUDING NECESSARY SAWCUTnNG, REMOVAL, REPLACEMENT. AND CAPPING. J. ANY EXISRNG TRAVfLWAl'S IN WHICH EXCAVARON IS MADE IN CONJUNCRON WITH THIS PROJECT SHALL BE COVERED BY AN ENCROACHMENT PERMrr. THIS AREA SHALL BE PROPERLY POSED AND LIGHTED IN CONFORMANCE WITH THE STATE MANUAL OF WARNING SIGNS, UGHTS, AND DEVICES FOR USE IN PERFORMANCE OF WORK UPON HIGHWAYS IN ORDER TO EUMINATE ANY HAZARDS. STREET SHALL BE SURFACED WITH A MINIMUM OF 2 INCHES OF ASPHALT AT THE END OF EACH WORKING OAY. 4. THE CONTRACTOR SHALL OBTAIN ALL NECESSARY PERMITS AND SHALL NORFY THE CITY ENGINEER ( ) 48 HOURS PRIOR TO STARRN_G EACH PHASE OF CONSTRUCRON AND PRIOR TO REQUIRING INSPECRON. 5. ALL ununes SHALL BE INSTALLED PRIOR TO PAVING OF THE STREETS. ALL TRENCHES SHALL BE FULLY COMPACTED TO THE SARSFACRON OF THE CITY ENGINEER. ALL MANHOLES AND VALVE BOX FRAMES SHALL BE ADJUSTED TO FINISHED GRADES AFTER COMPLEnON OF CONSTRUCRON. 6. THE CONTRACTOR SHALL DETERMINE THE TRUE LOCAnoN OF ANY UNDERGROUND unuty PRIOR TO LAYING ANY UNES WHICH ARE TO CONNECT THE EXISnNG SEWER, WATER, OR STORM DRAINS. THESE LINES SHALL BE EXPOSED AND JOINT ELEVAnONS VERIFIED. ANY CHANGE IN GRADE OR DEVIAnON FROM THE PLANS MUST BE APPROVfO BY THE CITY ENGINEER. 7. ADVfRnSING SIGNS WILL NOT BE PERMITTED WITHIN THE STREET RIGHT-OF-WAY. 8. TREfS SHALL BE PLANTED WITHIN THE STREET RIGHT-OF-WAY IN ACCORDANCE WITH THE REQUIREMENTS. 9. STRUCTURAL SECTION OF PAVEMENT SHALL BE DETERMINED BY THE PRIVATE SOILS ENG/NEfR. THE PRIVATE SOILS ENGINEER SHALL FURNISH THE RESULTS OF R-VALUE TESTS AND STRUCTURAL SECTION CALCULATIONS TO THE CITY ENGINEER FOR APPROVAL. 10. COMPACnON TESTING SHALL BE PERFORMED BY THE SOILS ENGINEER TO THE SATISFACnDN OF THE CITY ENG/NEfR. THE SUBGRADE SHALL BE COMPACTED TO 90 PERCENT WITH THE TOP 1 FOOT BELOW THE ASPHALT PAVING COMPACTED TO 95 PERCENT. IF THE AGGREGATE BASE IS THICKER THAN 1 FOOT, THE ENTIRE THICKNESS OF THE BASE MATERIAL SHALL BE COMPACTED TO 95 PERCENT. 11. SEWER MAIN AND LATERALS SHALL BE CONSTRUCTED, BACKFILL COMPACTED, AND TESTED PRIOR TO CONSTRUCTION OF CURB AND GUTTER. 12. THE CURB AND GUTTER SHALL BE "ETCHED" SHOWING LATERAL LOCATIONS: "S" FOR SEWER; "G" FOR GAS; ". " FOR ELECTRICAL, AND "W" FOR WATER. 27. THE FINAL OR SURFACE LAYER OF ASPHALT CONCRETE SHALL NOT BE PLACE UNnL ALL ON-SITE IMPROVEMENTS HAVE BEfN COMPLETED, INCLUDING ALL GRADING AND UNnL ALL UNACCEPTABLE CONCRETE AND/OR ASPHALT WORK HAS BEEN REMOVED AND REPLACED UNLESS OTHERWISE APPROVED BY THE ENGINEfR. 28. ALL PERMANENT TRAFFIC CONTROL SIGNS AND DEVICES SHALL BE LOCATED AS SPECIFIED IN THE FIELD BY THE CITY ENGINEER PRIOR TO THE FINAL APPROVAL OR IMPROVEMENTS. 29. REPAIR OR REPLACE ANY DAMAGED OR ALTERED EXISnNG IMPROVEMENTS WITHIN PUBLIC RIGHT-OF-WAY AS DIRECTED BY THE ENGINEER IN THE FIELD. JO. ALL SURVEY MONUMENTS SHALL BE PROTECTED ANO PERPETUATED IN-PLACE. ANY DISTURBED OR COVERED MONUMENTS SHALL BE RESET BY A REGISTERED CML ENGINEER OR A UCENSED LAND SURVEYOR. 31. ANY CONTRACTOR PERFORMING WORK DN THIS PROJECT SHALL FAMILIARIZE THEMSELVES WITH THE WORK SITE AND SHALL BE SOLELY RESPONSIBLE FOR ANY DAMAGE TO EXISTING FACILJnES RESULTING DIRECTLY OF INDIRECTLY FROM THEIR OPERAnONS, WHETHER OR NOT SUCH FACfLmES ARE SHOWN ON THESE PLANS, 32. CARE SHOULD BE TAKEN TO PREVfNT GRADED DITCHES AND SWALES FROM UNDERMINING STREET IMPROVEMENTS. UPON INSPECnON OF THE SITES, THE CITY ENGINEfR MAY REQUIRE TEMPORARY GUN/TE SWALES, ENTERING OR LEAVING IMPROVEMENTS. JJ. APPROVAL OF THESE PLANS BY THE CITY OR ITS AGENTS DOES NOT RELIEVf THE ENGINEER AND THE APPUCANT FROM THE RESPONSIBIUTY FOR THE CORRECnON OF ERRORS OR OMISSIONS DISCOVERED DURING CONSTRucnoN. UPON REQUEST, THE APPROPRIATE PLAN REVISIONS SHALL BE PROMPTLY SUBMITTED TO THE CITY ENGINEER FOR REVIEW AND APPROVAL. GENERAL NOTES-WATER IMPROVEMENTS 1. ALL WORK SHALL BE IN ACCORDANCE WITH THESE PLANS, THE STANOARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION (LATEST EDmON), AND TO THE SAnSFACTION OF THE CITY ENGINEER. 2. THIS DRAWING AND OATA HEREIN ARE MADE PART OF THE SPECIFICAnON$. J. BEFORE WORK MAY BE STARTED, THE CONTRACTOR MUST OBTAIN AN PERMIT FROM THE PUBUC WORKS DEPARTMENT TO EXCAVATE IN THE. 4. INSPECTION SHALL BE CALLED FOR THROUGH THE ENGINEERING DEPARTMENT (951) , 48 HOURS PRIOR TO START OF CONSTRUCnON AND 24 HOURS PRIOR TO ANY REQUIRED INSPECRON. 5. ALL CONNECRONS TO THE WATER MAINS SHALL BE MADE BY THE CONTRACTOR UNDER THE SUPERVISION OF THE DIRECTOR OF PUBLIC WORKS OR PUBUC WORKS CONSTRUCTION INSPECTOR OF THE. 13. TRAFFIC CONTROL AND SAFETY DEVICES SHALL BE PLACED AND MAINTAINED PER THE STATE OF CALIFORNIA DEPARTMENT OF TRANSPORTATION, MANLIAL OF WARNING 6. THE CONTRACTOR SHALL MAKE ARRANGEMENTS WITH THE DIRECTOR OF PUBUC WORKS FOR SIGNS. UGHTS, AND DEVICES FOR USE IN PERFORMANCE OR WORK UPON HIGHWAYS AND TO THE SARSFACTION OF THE CITY ENGINEER. WATER SHUT-OFF AND SHALL NOT OPERATE ANY MA/NUNE WATER VALVES. 14. NORCE TO CONTRACTOR'S: THE EXISTENCE AND LOCATION OF ANY UNDERGROUND 7. WATER SERVICES TO BE A MINIMUM OF 10 FEET HORIZONTAL DISTANCE FROM SEWER LATERALS. unuty PIPES OR STRUCTURES SHOWN ON THESE PLANS ARE OBTAINED BY A 8. ALL VALVE BOXES SHALL BE RAISED AND LEVELED BY CONTRACTOR. 8 INCH VALVES AND BELOW SEARCH OF THE AVAILABLE RECORDS. APPROVAL OF THESE PLANS BY THE CITY REQUIRE 6" VALVE CANS, 10" VALVES & ABOVE REQUIRE 8 INCH VALVE CANS AND CAPS. OF NORCO OOES NOT CONSTTTUTE A REPRESENTATION AS TO THE ACCURACY OR COMPLETENESS OF THE LOCATION OR EXISTENCE FOR NONEXISTENCE OF ANY 9. FIRE HYDRANT SHALL BE CONSTRUCTED PER STANOARD NO APPROVfO UNDERGROUND unlity PIPE OR STRUCTURE WITHIN THE LIMITS OF THIS PROJECT. TYPE 1 HYDRANT MANUFACTURERS: CLOW MODEL 8500 OR JONES MODEL 4040D. APPROVED THE CONTRACTOR IS REQUIRED TO TAKE ALL DUE PRECAUnONARY MEANS TO TYPE 2 HYDRANT MANUFACTURERS: CLOW MODEL 8600 OR JONES MODEL 4060D. PROTECT THE unlity LINES NOT OF RECORD OR NOT SHOWN ON THESE PLANS. 15. PRIVATE ENGINEER'S None : PRIOR TO CONSTRUCTION, SEWER AND WATER CONTRACTORS SHALL ASCERTAIN THE CORRECTNESS OF WATER SERVICES AND SEWER LATER LOCARONS WITH THE DEVfLOPER. ANY DEVIAnON FROM LOCATIONS SHOW ON THESE PLANS SHALL BE REPORTED TO THE ENGINEER FOR ADJUSTMENT PRIOR TO CALLING FOR ANY CONSTRUCTION STAKING REQUIRED. 16. PRIOR TO THE CITY RELEASING THE BOND FOR THE IMPROVEMENTS, THE DEVfLOPER'S ENGINEfR SHALL "AS-BUILT" THE IMPROVEMENT PLANS; AND THE RE SHEETS FOR NECESSARY MONUMENTAnON SHALL BE SUBMITTED TO THE CITY. 17. STATE LAW (583019) REQUIRED THE CONTRACTOR TO CONTACT UNDERGROUND SERVICE ALERT AND OBTAIN AN IDENTIFICATION NUMBER PRIOR TO THE ISSUANCE OF THE CITY'S ENCROACHMENT PERMIT. THE CONTRACTOR SHALL NORFY UNDERGROUND SERVICE ALERT 1WO FULL WORKING OAYS (48 HOURS MINIMUM) IN ADVANCE OF ANY CONSTRUCnON AC11VITIES, INCLUDING PAVEMENT REMOVAL, EXCAVAnON, AND A.C. OVERLAY. WHICH COULD AFFECT ANY UNDERGROUND ununes. 18. PRIOR TO ANY CONSTRUCTION WORK, THE CONTRACTOR SHALL OBTAIN A CITY BUSINESS LICENSE AND AN ENCROACHMENT PERMrr. 19. THE CONTRACTOR MUST MAINTAIN DUST CONTROL AT ALL TIMES. 20. PRIOR TO TAKING ANY WATER FROM A FIRE HYDRANT. THE CONTRACTOR SHALL MAKE ARRANGEMENTS TO OBTAIN A FIRE HYDRANT METER. 10. WATER METER BOXES SHALL BE SIZED APPROPRIATELY TO ACCOMMOOATE ALL REQUIRED MATERIALS SPECIFIED IN STANDARD NO, 410 FOR 7" WATER SERVICE INSTALLARON AND STANDARD NO. 412 FOR 2" WATER SERVICE INSTALLATION. 11. FOR WATER MAINS, RESILIENT SEATED GATE VALVES SHALL BE USED FOR 4 TO 12 INCHES AND BUTTERFI.Y VALVES FOR 14 INCHES AND LARGER UNES, UNLESS SHOWN DIFFERENTLY ON THE PLANS OR DIRECTED BY THE ENGINEfR. ALL FERROUS COMPONENTS OF VALVES SHALL BE oucnle IRON AND COATED WITH FUSION BONDED EPOXY. 12. ALL MUNICIPAL WATER MAIN PIPE SHALL BE DUCnLE IRON PIPE, PRESSURE CLASS ALL DUCTILE IRON PIPES AND FlmNGS SHALL BE FACTORY CEMENT MORTAR UNED WITH SEAL COAT IN ACCOROANCE WITH AWWA STANOARD C704/ MORTAR UN/NG OF PIPE OR FITTINGS IN THE FIELD ARE NOT PERMITTED. 14. PIPE BEDDING SHALL BE PER STANDARD NO. 401 AND WATER MAINS IN PUBUC RIGHT-OF-WAY SHALL BE CONSTRUCTED WITH A MINIMUM COVER OF 36 INCHES BELOW FINISH STREET SURFACE; AND GRADE SHALL BE STRAIGHT, UNLESS OTHERWISE INDICATED IN PLAN OR PROFILE VIEW 16. PRESSURE TEsnNG AND CHLORINATION SHALL BE PERFORMED IN ACCORDANCE WITH THE STANDARD 5PECIFICAnON5 FOR PUBLIC WORKS CONSTRUCnON (LATEST EDmON). PRESSURE TESTS SHALL BE PERFORMED AFTER COMPACnON ACHIEVfD AND ACCEPTED. 21. ALL S77?EET TRENCHING, BACKFILL/NG, AND PAVEMENT REPAIRS SHALL BE DONE IN 17. A "W" SHALL BE STAMPED ON THE CURB FACE AT ALL LATERAL LOCATIONS. ACCOROANCE WITH CITY STANOARD NO ALL IRRIGAnON LINES TO f/e REMOVED, RELOCATED, OR RECONSTRUCTED AS SHOWN IB. AND/OR AS DIRECTED BY THE PUBUC WORKS INSPECTOR IN THE FIELD. 23. CONTRACTOR TO REMOVE AND/OR INSTALL PAVEMENT MARKINGS AND STRIPING REQUIRED BY THE ENGINEER IN THE FIELD. 24. THE CONTRACTOR SHALL NOT ORDER OR PLACE ANY PORTLAND CEMENT CONCRETE OR ASPHALT CONCRETE PAVING UNTIL THE FORMS AND SUBGRADE ANO/OR AGGREGATE BASE HAVE BEfN INSPECTED AND APPROVED BY THE PUBUC WORKS INSPECTOR IN THE FIELD. STATE LAW (583019) REQUIRES THE CONTRACTOR TO CONTACT UNDERGROUND SERVICE ALERT (USA) AND OBTAIN AN IDENTIFICAnoN NUMBER PRIOR TO THE ISSUANCE OF THE CITY'S ENCROACHMENT PERMIT. THE CONTRACTOR SHALL NOTIFY USA TWO FULL WORKING OAYS (48 HOURS MINIMUM) IN ADVANCE OF ANY CONSTRUCT/ON ACTIVITIES. 19. CONTRACTOR IS RESPONS/f/LE FOR LOCARNG AND IDENTIFYING ALL UNDERGROUND UNES AND SUBSTRUCTURES, OF EVfRY NATURE, AND TO PROTECT THEM FROM OAMAGE. 20. THE ENGINEER OF RECORD SHALL FURNISH A COMPLETE SET OF "AS BUILTS" OF ALL WATER CONSTRUCRON PLANS. 25. AS-BUILT DRAWINGS TO BE FURNISHED TO THE AFTER COMPLEnON 21. ALL FIRE HYDRANTS WHICH HA\'c NOT BEEN ACCEPTED FOR SERVICE SHALL BE COVERED WITH OF CONSTRUCnoN BY THE ENGINEER OF RECORD. A SACK /NO/CAT/NG THAT THE HYDRANTS ARE NOT IN SERVICE. 26. IF ANY EXISRNG ununes OR ANY OTHER FACILJnES CONFI.ICT WITH THE PROPOSED IMPROVEMENTS, WORK SHALL STOP AND THE ENGINEER SHALL BE NOnFIED IMMEDIATELY. SEAL 22. APPROVAL OF THESE PLANS BY THE CITY OR ITS AGENTS DOES NOT REUEVf THE ENGINEER AND THE APPUCANT FROM THE RESPONS/f/lUTY FOR THE CORRECRON OF ERRORS OR OMISSIONS DISCOVERED DURING CONSTRUCnON. UPON REQUEST, THE APPROPRIATE PLAN REVISIONS SHALL BE PROMPTLY SUBMITTED TO THE CITY ENGINEER FOR REVIEW AND APPROVAL. 23. ALL WATER APPURTENANCES WITHIN THE UM/TS OF THE PROJECT SHALL BE ABANDONED, RELOCATED, AND/OR UPGRADED PER THE DIRECnON OF THE PUBLIC WORKS INSPECTOR, PER STANDARDS, REGARDLESS IF SHOWN ON PLANS OR NOT. 24. ALL NEW WATERUNES SHALL BE VIDEOTAPED, WITH CD SUPPUED TO THE CITY ENGINEER, PRIOR TO CITY'S ACCEPTANCE OF ANY NEW WATERLINE. STORM DRAIN PLAN LINE "ND" EXTENSION GENERAL NOTES-STORM DRAIN IMPROVEMENTS 1. THE CONTRACTOR SHALL CONSTRUCT THE STORM DRAIN IMPROVEMENTS SHOWN ON THE DRAWINGS IN CONFORMANCE WITH THE REQUIREMENTS OF THE SPECIAL PROVISIONS AND DETAILED SPECIFICAnONS. THESE DRAWINGS AND THE DATA HEREIN ARE MADE PART OF THE SPECIFICATIONS. 2. J PRIOR TO CONSTRUCTION THE CONTRACTOR SHALL OBTAIN AN ENCROACHMENT PERMIT TO WORK WITHIN THE PUBUC RIGHT-OF-WAY FROM THE ENGINEERING DEPARTMENT. ALL WORK SHALL CONFORM TO THE STANOARD SPECIFICATIONS FOR PUBLIC WORK CONSTRUCTION, RIVERSIDE COUNTY Fl.000 CONTROL AND WATER CONSERVAnON DISTRICT STANDARD DRAWINGS AND TO THE STANDARD DRAWINGS OF THE CITY OF NORCO, LATEST EDmON, UNLESS NOTED OTHERWISE. CONSTRUCTION INSPECTION WILL BE PERFORMED BY THE. THE CONTRACTOR SHALL OBTAIN ALL NECESSARY PERMITS AND $HALL NOTIFY THE CITY INSPECTORS (951) HOURS PRIOR TO STARTING EACH PHASE OF CONSTRUCTIONS AND PRIOR TO REQUIRING INSPECTION. ALL MATERIALS AND METHODS TO BE SUBJECT TO THE APPROVAL OF THE CITY ENGINEER AND SUPERINTENDENT OF PUBLIC WORKS. ALL STAnONING REFERS TO CENTERLINE OF CONSTRUCTION UNLESS OTHERWISE NOTED. STATIONING FOR LATERALS AND CONNECTOR PIPES REFER TO THE CENTERUNE - CENTERUNE INTERSECTION STAnON. STATE LAW ( ) REQUIRES THE CONTRACTOR TO CONTACT UNDERGROUND SERVICE ALERT AND OBTAIN AN IDENTIFICARON NUMBER PRIOR TO THE ISSUANCE OF THE CITY'S ENCROACHMENT PERMrr. THE CONTRACTOR SHALL NORFY UNDERGROUND SERVICE ALERT TWO FULL WORKING OAYS (48 HOURS MINIMUM) IN ADVANCE OF ANY CONSTRUCTION ACTIVITIES, INCLUDING PAVEMENT REMOVAL, EXCAVATION AND AC OVERLAY. WHICH COULD AFFECT UNDERGROUND ununes. 9. ALL ELEVATIONS SHOWN ARE IN FEET AND DECIMALS THEREOF BASED ON U.S.C. AND G.S. OATUM. 10. ELEVAnONS OF unuties ARE APPROXIMATE UNLESS OTHERWISE NOTED. 11. IF ANY EXISRNG UTILmES OR ANY OTHER FACILmES CONFLICT WITH THE PROPOSED IMPROVEMENTS, WORK SHALL STOP AND THE ENGINEER OF RECORD NOTIFIED IMMEDIATELY. 12. CONTRACTOR SHALL POTHOLE AT TIE-IN STAnONS AND AT ANY OTHER POINTS OF POTENTIAL CONFI.ICTS WITH UNDERGROUND FACILJnES BEFORE STARTING CONSTRUCTION. 13. BACKFILL MATERIAL TO HAVE A SAND EQUIVALENT (S.E.) OF.JO (MIN.) AND MINIMUM COMPACRON OF 90%. ALL TRENCH BACKFILL SHALL BE DONE IN ACCOROANCE WIT THE STANDARD 5PECIFICARON5 OF THE. 14. BACKFILL TO BE IN 8" UFTS IF TRENCH BOTTOM AND SIDES HAVE A S.E. LESS THAN NO TRENCH MAY BE LEFT OPEN OVERNIGHT UNLESS AUTHORIZED IN WRmNG BY THE CITY ENGINEER. 16, TRENCHES SHALL BE SHAPED BEDDING WITH THE TOP 12" OVER PIPE BEING COLORED SAND, UNLESS OTHERWISE NOTED ON PLANS. COLOR TO BE APPROVED BY THE FIELD ENGINEfR. LEGEND/ABBREWATIONS AC AB BC 8.0.P. BTM C&G CB CF Ii C.O.N. CPP E'LY EOP EXIST. Fl. F5 HGL I.E. INT. LAT LF. MH NO. PCC P.I.P. If PROP. pp RCP R.C.F.C. & W.C.D. RCP R/W s:r. S.O.P. SWR TC T.O.P. TYP WM WTR X-ING "5- ---w "G ASPHALT CONCRETE AGGREGATE BASE BEGIN CURVE BOTTOM OF PIPE BOTTOM CURB & GUTTER CATCH BASIN CURB FACE CENTERLINE CORRUGATED PLASnC PIPE EASTERLY EDGE OF PAVEMENT EXISTING Fl.OWUNE FINISHED SURFACE HYDRAUUC GRADE UNE INVERT ELEVARON INTERSECnON LATERAL LINEAR FEET MANHOLE NUMBER PORTLAND CONCRETE CEMENT PROTECT IN PLACE PROPERTY UNE PROPOSED POWER POLE REINFORCED CONCRETE PIPE RIVERSIDE COUNTY Fl.000 CONTROL & WATER CONSERVATION DISTRICT REINFORCED CONCRETE PIPE RIGHT-OF-WAY SQUARE FEET SPRINGLINE OF PIPE SEWER TOP OF CURB TOP OF PIPE TYPICAL WATER METER WATER CROSSING EXISTING RIGHT-OF-WAY EXISRNG PROPERTY UNE EXISRNG 15" SEWER UNE EXISRNG 8" WATER LINE EXISTING 2" GAS LINE EXIST. CENTERUNE EXIST. unuty LATERAL PROP. Fl.OWUNE ( ''! V (\ "' <;: '12,. iii *... f...,. esta. xx+xx.xx unurr X-ING 17. BEDDING PIPE WITH LESS THAN TWO FEET OF COVER SHALL CONFORM TO LOS ANGELES COUNTY Fl.000 CONTROL DISTRICT STANDARD DRAWINGS J AND 2-D177 FOR CONCRETE BACKFILL IN TRENCHES. ALL OTHER PIPE SHALL CONFORM TO RCFC & WCD STANOARD DRAWING MB "V" 15 THE DEPTH OF INLET OF CATCH BASINS MEASURED FROM THE TOP OF CURB TO THE INVERT OUTLET OF CONNECTOR PIPE. 19. ALL CURBS, GUTTERS, SIDEWALKS, DRIVEWAYS, TRAILS AND OTHER EXISTING IMPROVEMENTS TO BE RECONSTRUCTED IN KIND AND AT THE SAME EL 1/ATION AND LOCATION AS THE EXISnNG IMPROVEMENTS, UNLESS OTHERWISE NOTED. 20. THE CONTRACTOR SHALL DETERMINE THE TRUE LOCATION OF ANY UNDERGROUND unuty PRIOR TO LAYING ANY LINES WHICH ARE TO CONNECT TO THE EXISnNG SEWER OR STORM DRAINS. THESE UNES SHALL BE EXPOSED AND JOIN ELEVATIONS VERIFIED. ANY CHANGE IN GRADE OR DEV/ARON FROM THE PLANS MUST BE APPROVfO BY THE CITY ENGINEER. 21. IF CAST IN PLACE PIPE (CIPP) WERE USED IN LIEU OF R.C.P. A SOILS REPORT MUST BE SUBMITTED TO THE. 22. CATCH BASINS SHALL BE LOCATED 50 THAT LOCAL DEPRESSIONS SHALL BEGIN AT EXISRNG CURB RETURN JOINT, UNLESS OTHERWISE SPECIFIED. 23. NOTICE TO CONTRACTOR: THE EXISTENCE AND LOCATION OF ANY UNDERGROUND unuty PIPE OF STRUCTURES SHOWN ON THESE PLANS ARE OBTAINED BY A SEARCH OF THE AVAILABLE RECORDS. APPROVAL OF THESE PLANS BY THE DOES NOT CONSTTTUTE A REPRESENTATION AS TO THE ACCURACY OR COMPLETENESS OF THE LOCAnON OR EXISTENCE OR NON-EXISTENCE OF ANY UNDERGROUND unuty PIPES OR STRUCTURES WITHIN THE LIMITS OF THIS PROJECT. THE CONTRACTOR IS REQUIRED TO TAKE ALL DUE PRECAunONARY MEANS TO PROTECT THE unlity UNES NOT OF RECORD OR NOT SHOWN ON THESE PLANS. NOTICE TO CONTRACTORS THE EXISTENCE AND LOCAnON OF ANY UNDERGROUND unuty PIPES, CONDUITS, OR STRUCTURES SHOWN ON THESE PLANS WERE OBTAINED BY A SEARCH OF AVAILABLE RECORDS. TO THE BEST OF OUR KNOWLEDGE, THERE ARE NO EXISTING ununes EXCEPT THOSE SHOWN ON THESE PLANS. THE CONTRACTOR IS REQUIRED TO TAKE PRECAUTIONARY MEASURES TO PROTECT THE unuty LINES SHOWN ON THESE DRAWINGS. THE CONTRACTOR FURTHER ASSUMES ALL LIABILITY AND RESPONS/8/UTY FOR THE unuty PIPES, CONDUITS OR STRUCTURES, SHOWN OR NOT SHOWN ON THESE PLANS CONTRACTOR AGREfS THAT HE SHALL ASSUME SOLE AND COMPLETE RESPONSIBILITY FOR JOB SITE CONDmONS DURING THE COURSE OF CONSTRUCnON ON THIS PROJECT, INCLUDING SAFETY OF ALL PERSONS OR PROPERTY; THAT THIS REQUIREMENT SHALL APPLY CONTINUOUSLY AND NOT BE LIMITED TO NORMAL WORKING HOURS; THAT THE CONTRACTOR SHALL DEFEND, INDEMNIFY, AND HOLD THE CITY, THE OWNER, AND THE ENGINEfR HARMLESS FROM ANY AND ALL LIABILITY. REAL OR ALLEGED, IN CONNECnON WITH THE PERFORMANCE OF WORK ON THIS PROJECT. THE CONTRACTOR SHALL CALL IN A LOCARON REQUEST TO UNDERGROUND SERVICE ALERT (USA) PH , TWO (2) WORKING OAYS PRIOR TO DIGGING. NO CONSTRucnoN PERMIT ISSUED BY THE PUBLIC WORKS DEPARTMENT SHALL BE VALID INVOLVING UNDERGROUND FACILJnES UNLESS THE APPUCANT HAS AN INQUIRY IDENTIFICAnON NUMBER ISSUED BY U.S.A CARE SHOULD BE TAKEN TO PREVfNT GRADED DITCHES AND SWALES FROM UNDERMINING STREET IMPROVEMENTS. UPON INSPECnON OF THE SITES, THE CITY ENGINEER MAY REQUIRE TEMPORARY GUN/TE SWALES, ENTERING OR LEAVING IMPROVEMENTS. is 0!" "' ~ ~,, ",. ~ cii ;l ei SEVENTH ST. '"' ;;: lil ~ 0 CJ la ~,. ~,. ei ei EXIST. POWER POLE EXIST. MAILBOX EXIST. FIRE HYDRANT EXIST. unurr METER EXIST. AC PAVING EXIST. PCC EXIST. DIRT DRIVEWAY PROP. PCC unlmes TO BE POTHOLED ~ Ii ~ ;;: "',. ei ~,. el ENGINEER: EIGHTH ST. ~ ~ " l'j,, ~ ~ Q " ",.,. ei ei NORTH DR. VICINITY MAP NOT TO SCALE THOMAS BROS. MAP RNERSIDE CO. V PAGE: 71 J GRID: H2 ARMSTRONG & BROOKS CONSULTING ENGINEERS I 350 E CHASE OR/Vf CORONA, CALIFORNIA PH. (951) FAX (951) CONTACT: WILLIAM D. BROOKS OWNER/DEVELOPER: 2870 CLARK AVENUE NORCO, CALIFORNIA (951) UTILITIES: GAS SOUTHERN CALIFORNIA GAS 1981 W. LUGONIA AVENUE REDLANDS, CA (909) ATTN: GEARY AMBERS ELECTRIC SOUTHERN CALIFORNIA EDISON 1351 EAST FRANCIS STREET ONTARIO, CA {909) UNDERGROUND SERVICE ALERT 1-(800) OR (909) TELEPHONE AT&T 1265 NORTH VAN BUREN STREET ANAHEIM, CA (714) ATTN: PATRICK MCDONNELL SEWER I WATER 2870 CLARK AVENUE NORCO, CAUFORNIA (951) ATTN: SAM NELSON BASIS OF BEARING N 00'01 '20" E THE CENTERUNE OF CORONA AVE. PER RS 51/42-54 SHEET INDEX 1 TITLE SHEET, GENERAL NOTES, VICINITY MAP 2 CONSTRUCnON NOTES & DETAILS J STORM DRAIN PLAN & PROFILE 4 LATERAL ';\: "B: & c PLAN & PROFILE 5 LATERAL "o" & ". " PLAN & PROFILE ARUNGTON AVE. PROJECT SITE REVISIONS NO DATE BY DESCRIPTION DEFT. REVIEW PWININO... ARE ll1uies DEPARTMENT OF PUBLIC WORKS - if@f I 'le CITY ENGINEER BENCHMARK NO:_lM"""B LOCATION: FOUND RXR SPIKE IN PPf29B878 ON NORlHEAST CORNER OF ELEVATION: DESIGNED ;;LH!=,-- DATE: 12/7/17 HIUSIDE AVENUE AND SIXlH S1REET. DRAWN _WH Ill ELEVATION TAl<EN AS ; APPROX. NAV0-88 DATUM. (FOR APPROX. ADJUSlMENT TO NGV0-29 DATUM, SUBlRACT 3.0':t.) PREPARED BY: DATE: 12/7/ j ABMsm.ONG & BROOKS CoNSULTING ENGINEERS v.g PJ.ANNlNG -1NIBASTRUC)lJt(. srrudtvfildl'ment.. w K1' R RESOURCJ:S CHECKED ---- \&i(l EAST CHAI, DRIVE CORONA, CA 928El2 DATE: 120/17 P,95! F,'N-Sn-ll<lso NORCO MOP LINE "ND" EXTENSION STORM DRAIN IMPROVEMENT PLAN TITLE SHEET BID SET: DA TE PLOTTED 2/5/2019 SHEET _f OF 5 CONTRACT ~ ACCOUNT---~ DWG. NO.----

125 CONSTRUCTION NOTES - HARDSCAPE: QTY. UNIT 0 CONSTRUCT 4" AC O',f/1 6" CLASS II AGGREGATE BASE 195 S.F. 0 CONSTRUCT AC GRIND AND OVERLAY (0.2' MIN.) 180 S.F CONSTRUCT 6" PCC APRON 65 S.F. 0 CONSTRUCT 6" AC DIKE PER COUNTY OF RIVERSIDE STD. NO LF. CONSTRUCTION NOTES - DRAINAGE: QTY. CONSTRUCT 18" RCP (D-LOAD PER PLAN) 404 CONSTRUCT 24" RCP (0-LOAD PER PLAN) 540 CONSTRUCT MANHOLE NO. 1 PER R.C.F.C..tW.C.D. STD PLAN MH251 J a (B=PER PLAN 01=PER PLAN D2=PER PLAN T=8" CONSTRUCT TRANS/HON STRUCTURE NO. J PER R.C.F.C..tW.C.D. STD PLAN 1 a TSJOJ A=N/A 8=N/A C=N/A 01=24" CONSTRUCT INELT TYPE X PER R.C.F.C..tW.C.D. STD PLAN CB108 J a MODIFIED SIZE PER PLAN (V=PER PLAN) CITY IV CONFIRM TOP OF GRATE ELEVA non PRIOR IV CONSTRUCT CATCH BASIN NO. 1 PER R.C.F.C..tW.C.D. STD PLAN C a (W=7' V=5.1') W/ SPECIAL CONNECnON PER R.C.F.C..tW.C.D. STD CONSTRUCT LOCAL DEPRESSION NO. 2 PER R.C.F.C..tW.C.D. STD 1 a PLAN LD201 (CASE PER CONSTRUCT TRENCH REPAIR PER C.O.N. STD. DWG. NO. 155 PER 8,650 5.F. DETAIL "A" ON 5HT. CONSTRUCT 2 x2 DROP INLET PER DETAIL ON SHITT & CITY IV CONFIRM TOP OF GRATE ELEVA non PRIOR TO CON5TR cnon 1 a CONSTRUCT JUNCnON STRUCTURE NO. 2 PER R. C.F. C PLAN J5227 (A=45' 8=18" C=5' 0=24" E=2.80' F=0.39' G=0.68' 2 a L=J.18'} 45 BENO NEW WATERLINE (Cl.ASS P.) 5' BEND RELOCATION DETAIL GALVANIZED STEEL GRATE.t FRAME ~ NTS 5 TYP. 2 5 TYP. V. ' V ' EXIST. WATERLINE 2424 SERIES PRECAST BROOKS ;, PRODUCTS CATCH BASIN OR EQUAL... H H+R-~i--,. '. I ti~. H-+++t--H-+-ttc' -+~~ DEMO I RELO NOTES: '.,H ,;.~~~ RELOCATE EXISnNG 10" WA TERUNE PER DETAIL ON SHT. 2 PROTECT IN PLACE REMOVE EXISnNG TREE ABANDON EXl5llNG 1 SERVICE PER C.0.N. STD INSTALL NEW 1 SERVICE PER STD ' 2' BENCH 18" AS SHOWN 1 a a 1 a 1 a VARIES 5'-25' [ EXIST. FG PROP. 2'-J' MAX HEIGHT RU. WALL (AS REQUIRED) W'LY R/W -----: I SLOPE TO DRAIN 36" /4's o 9 o.c. eom WAYS FOR CAST-IN-Pl.ACE BASE... "" PLAN VIEW NT SERIES PRECAST BROOKS PRODUCTS CATCH BASIN OR EQUAL,~~-.. \_ 50 PIPE PER Pl.AN,.. DROP INLET DETAIL NTS SLOPE IV DRAIN PROP. 50 PIPE PER PLAN SAWCUT LINE & TACK COAT (BOlH SIDES) CITY of NORCO STANDARD DRAWING MIN. PAVING WIDlH "WP" SHAU. BE "Wr" + 4' (EXCEPT AS SPECIFIED IN NOTE 1).d',. \;:, / MINIMUM OF 12 CAB OR : #: ": :., :\' T 1" MIN WHIC~=JM5:i:; 24" :<i:\-nf:'.\\:.1-'/- - 24" --, MATCH EX. PAVEMENT CONTOUR &: GRADIENT Wu~~"t!}~C.O ~,-IN-- Min. -v-~"1' ~;.~::.:):,::;;~{\:) ~ ~~:~~~~~:~~- ~~;::~i).:q~~:~ J_ :~\~,~ : ~ ::}/).\/'. A~ ;p~~ii:~i~~~7~s~:~e NO ROCKS OVER s 90X COMPACTION BACKFILL TO BE PLACED WITHIN 48 HOURS AFTER OPENING TRENCH. (SOONER WHEN REQUIRED BY CITY ENGINEER). CONSOLIDATE WITHIN 48 HOURS AFTER BACKFIWNG. SEE SECTION STD. SPECS (2000 EDmON), ~... :'. '!:! SURFACE COURSE TO BE TYPE D 12 M,n.... ' S. (AR4DOO) A.C. (PER ST. PLANS) ~v "-+12 MIN. 0~+36 MAX. T UNDISTURBED SOIL BEDDING, PER STANDARDS FOR,&. PUBLIC WORKS CONSTRUCTION OR AS APPROVED BY CITY ENGINEER. 1. MIN. 10' WIDE A.C. PAVEMENT/OVERLAY LAID WITH PAVING MACHINE SHALL BE REQUIRED FOR ALL TRENCH PATCHES IN EXCESS OF 300 L.F., AS DETERMINED BY lhe CITY ENGINEER. 2. SPREADER BOXES MAY BE EMPLOYED FOR TRENCH PAVING JOBS L SS THAN 300 L.F. WHEN APPROVED BY lhe CITY ENGINEER. 3. STRUCTURAL SECTION SHAU. BE REPLACED IN KIND, EXCEPT ASPHALT PAVEMENT SHAU. BE EXISTING PLUS ONE INCH. 4. UNLESS OTHERWISE INSTRUCTED BY THE CITY ENGINEER, TRENCH SHALL BE STRAl:GHT GRADE ACROSS WIDlH OF TRENCH AND SHOULD NOT BE CROWNED AT CENTER. 5. ON SIXTH STREET AND HAMNER AVENUE, A.C. SASE COURSE SHALL BE PLACED lhe SAME DAY OF EXCAVATION AFTER CONSOLIDATION OF BACKFILL (CLASS II CAB. REQUIRED) AND FINISH SURFACE SHALL BE Pl.ACED WITHIN 72 HOURS OF EXCAVATION. 6. CONTRACTOR SHALL GIVE 24 HOUR NOTICE FOR INSPECTION PRIOR TO COMMENCEMENT OF Nf'( WORK. 7. ALL BACKFlUEO TRENCHES SHALL BE PAVED WITH TEMPORARY A.C. PAVEMENT AS DIRECTED IN THE FIELD BY THE CITY INSPECTOR UNTIL PERMANENT PAVEMENT IS CONSTRUCTED. 8. RELATIVE COMPACTION IN SIXTH STREET AND HAMNER AVENUE SHALL BE 90,C: AND 95X IN lhe TOP 12 OF SUBGRADE AND ABOVE. 9. THESE DETAILS ARE APPLICABLE TO BACKFlLL ANO STREET SURFACE REPLACEMENT FOR THE INSTALLATION OF UNDERGROUND FACILmES AND ANY OlHER EXCAVATION IN CONJUNCTION WITH lhe PLACEMENT OR CONSTRUCTION OF SAID FACIUTIES. & 10. ANY LANE CLOSURE SHALL REQUIRE APPROVAL FROM lhe CITY ENGINEER OR DIRECTOR OF PUBLIC WORKS AND lhier RECOMMENDATIONS ADHERED TO. NO: BY: DATE: NO: BY: DATE: WA ~---~---~-~-----'-----!- -~ ~ ~am~~~-=-=--~~= std. Dwg. No. SI REE I PAVEMENT REPAIR of TRENCH REPAIR DETAIL ':-4" NT5 J I : I: 1 L..,.,,.,. --- _ EIGHTH ST~=::== r rr- ~- ---~ LI SEE SHEET r----r.,, 310 I I I 230 I I I I : , 4670 I 1----, ----,,----,----i-,r' lwlr I : I\!I : ;r~ :-:-=--=-=--=-.,...,: I i 4591 ~NOOR DR.}.~, 1r ~ J :');: , --{ <:( 4560 I I j I I I 4569 I <':: I ~o i ---1~ 4550 I I J : 4540 ;{t 4543 ~~i ---1~, ~------f ~ 4530 I 4520 I 4510 I 4496 I \ ' 4531 LI -+-t- ~ ~~I , 4513 <:( s; 'r======:------< :.::: 10:: I!::: I ~I 4459 :a i==,..-, INDEX MAP SCALE: 1"=200' ' l l,;,~11::.'--46_4_1~---'---'--i---'--'--.ll l 1.,., I I 4631 I ~- I/... I ;{f]/,\~ ' ' ' ~\ ' ' \\ ' ' CMP RISER DETAIL PROP. CMP RISER (SIZE PER Pl.AN) NOOR DRIVE W'LY R/W 15' $fl}!'f VARIES - 6' ' 9' - SLOPE VARIE.S (R.C.F.C..tW.C.D. STD. Pl.AN C8108) NT5 0/RECllON - flow 2' -i 6' 7' 6' 0/RECllON flow 2' PROP. RCP 50 (PER Pl.AN) \ EXIST. 8" 5WR PROP. CMP RISER TYPICAL SECTION OF CALIFORNIA A VENUE NT5 91.J± TC/FS 91.J± TC 90.8± FS 5'LY R/W 12 J'±-7'± SEAL 5'LY R/W PROP. 7' SD CATCH BASIN CATCH BASIN NO. 1 DETAIL (R.C.F.C..tW.C.O. STD. Pl.AN CB100, LOCAL DEPRESSION STD. Pl.AN LD201 CASE C)0J NT5 EB EXIST. ~J :"%F, : =:.=,::, PROP. SO CATCH BASIN I I 1 1 SECT/ONA-A NT5 1' -~Ji;r ~ EXIST. A.C. 2 PAVEMENT BWC". -, =-~.. ~m;;;;,.i::;_,;;;_2:,e:;r;r,l;/t;,c o CF 2 6' 6" CF I. SECT/ONB-8 NTS 7o CF PROP. SD CATCH BASIN PROP. LOCAL DEPRESSION ' REVISIONS DEPT. REVIEW P<ANNlNG NO DATE BY DESCRIPTION BUI.DING ARE DEPARTMENT OF PUBLIC WORKS APPROVED,_::s:,;;;::;;>~c:_ ;.;~~;;.:::~~ =--- CITY ENGINEER BENCHMARK NO: - =B ELEVATION: LOCATION: FOUND RXR SPIKE IN PPf ON NORlHEAST CORNER OF HILLSIDE AVENUE AND SIXTH S1REET. ELEVATION TAKEN AS ; APPROX. NAV0-88 DATUM. (FOR APPROX. ADJUSTMENT TO NGVD-29 DATIJM, SUB1RACT 3.0'±.) DESIGNED Ui DATE, 12(7"'7./1;,;7--- PREPARED BY: Ill NORCO MOP LINE "ND" EXTENSION STORM DRAIN IMPROVEMENT PLAN CONSTRUCTION NOTES & DETAILS BID SET: DA TE PLOTTED 2/5/2019 SHEET _g_ OF 5 CONTRACT ~ ACCOUNT---~ DWG. NO.----

126 -~----. PROALE SCALE: " 1 =40' HORIZ,. =4' vmr.,_, (f PIPE,,,-.. ~' ~ -~~:t:> -f;~-.:~~+-:_~-- " ' '. "" " " "" - ~-.--~ --~5:t~~-:.: t _ ',.fi=t:c;--;~:=:. -=2==d,. ",.,.i'.,.,.!:;.:::...;_-...::.::::.:..., :'.~~:~-;-, [:c --~,{::':: 0j, ~~;-:_.M _, ,. '.:'-.:]:,.;~_, ;,:.,.,,,._,_,j --;-- :::;:"-;- ' ,..., ; - " '..-. ' -t , i.---~ ' [ '- :;. - - '""' E~--~ --: ~-- ~ :_... '} "---:J;: ~ :- - :~:.:.: : - -~ =, '.., '' -----"-_ :.... ==cs ' --"- "---J~ - -"'.-"!::; ,. -, ;--. ) I -:--- t - - ""' -c ~- - -F-.-~----;7,::.... :. '...: =::...,-,._.. - = ' ~+oo oo --,=--.,;;. ::::_,...:.:~,.,:...c:..o '1.0,.J.?J. CFS:.lli 10,;,7:6EFES,:'c, 15+oo L MASTER DRAINAGE PLAN LINE "ND" EXTENSION a:' :ii.., C ~~ ~~ ;l; <.) i; Ql... :!: :s ti "' lsl ~ ~t +<> ~ ti -i~-,!; ~~ 0,... :a ~...- ~ 0,"' "' 13 i.l i ~,!,.!;....!; - :s - ~ "' t~ ~... "' ~~... ::2 :s "' oo~ ~t -i~-"' - -"'!~ ~ C I - "' ~,!; ;t...,!, ~ I g "',!;...-,!,!-...:s t "' t ~ -~~"' - ~ "' g 8I -lil... "'"',,!,-- I l!;..., <o C I "'... i -- ii.,,... ~ ~ ~ C lil..; ~ - NOTE TO CONTRACTOR ~ ~~ -~ C I I "'~ :;i ~ <o I ~ :;i "< 4521 APN: 15J V, ' C X 'I ~-~. --~--- --\,_.,.-j 1. EX/,TJNG RESIOEN11AL GAS SERVICES IN CONFUCT WITH NEW STORM DRAIN SHALL BE RELOC41EO BY SO. CAL GAS. 2. CONTRACTOR SHALL REVIEW EXISTING EDGE OF PAVEMENTS ELEVATIONS AT PROPOSED CATCH BASIN LOC4TIONS PRIOR TO CONSTRUCTION TO CONFIRM PosmVE DRAINAGE INTO EACH STORM DRAIN BASIN. 3. FIELD VERIFY THE LOCATION ANO ELEVATION OF ALL UTILITY CROSSINGS PRIOR TO CONSTRUCTION. 4. CONTRACTOR SHALL REFER TO MANUFACTURER'S GUIDELINES FOR PIPE INSTALLATION. I I t ''"\'-- -Ji:.~-.;,.,,,', ~~. EXIST. 36" RCP SD (OWG. NO } EXIST. 8" VCP SEWER PER SEWER IMPROVEMENTS FOR ASSESSMENT DISTRICT NO. 195 PLANS 1 CONSTRUCT/ON NOTES SEAL NUMBER BEARING/A ANGLE (1) N 00'36'11" E CONSTRUCT 24" RCP (0-LOAO PER PLAN) < 1) CONSTRUCT MANHOLE NO. 1 PER R.C.F.C.&W.C.O. sro PLAN MH251 (B=PER PLAN 01=PER PLAN 02=PER PLAN T=8" L=4') CONSTRUCT TRANSITION STRUCTURE NO. 3 PER R.C.F.C.&W.C.O. sro PLAN TS30J A=N/A B=N/A C=N/A 01=24" 02=36" CONSTRUCT TRENCH REPAIR PER C.O.N. sro. Ollf;. NO. 155 PER DETAIL "A ON SHT. 2 CONSTRUCT JUNCTION STRUCTURE NO. 2 PER R.C.F.C.&W.C.D. sro PLAN JS227 (A=45' 8=18" C=5' 0=24" E=2.59' F=0.39' G=0.68' L=2.65') ' J) ' 4> N 45'36'11" E A 45'00'00" LENGTH RADIUS TANGENT ' ' 18.64' ' 35.34' N 89'23'49" W 4.78' N 44'23'49" W 35.98' 6) N 44'23'49" W 35.98' <7; N 44'23'49" W 35.98' <8) S 89'23'49" E 34.00' 5 ' GAS 7 GAS LAT CALIFORNIA AVE STORM DRAIN LINE I CURVE DATA CONSTRUCT 18" RCP (D-LOAO PER PLAN) 8" SWR 0 - SCALE 1" = 40' BID SET: DATE PLOTTED 2/5/2019 REVISIONS NO DATE BY DEPT. REVIEW DESCRIPTION DEPARTMENT OF PUBLIC WORKS RDIH\f_.. C>aE TY APPR(MI): <.:.:J ~ C ;(----CnY ENGINEER '2.IDATE '-U' BENCHMARK NO: LOCATION: 1MB ELEVATION: DESIGNED,LH"=~--- DATE: 12/7/17 FOUND RXR SPIKE IN PP#29687B OIi NORlHEAST CORNER OF HILLSIDE AVENUE AND SIX11i STREET. ELEVATION TAKEN AS ; APPROX. NAW-88 DAlVM, (FOR APPROX. ADJUSTMENT TO NGVD-29 DATUM, SUBTRACT 3.0'±.) DRAWN,""~~--- DATE: 12/7/17 PREPARED BY: Ill ARMsrltONG CHECKED W8 DATE, 12/7~/1~7~--- NORCO MOP LINE "ND" EXTENSION & BROOKS CoNSULTING :DIGJNEERS PUNNING -- INFRASTRUCTVRJ,: - sni,: l)!,;v l.ol'men"l'. WATER RESOURCES Jaso u,,, df.~sl,; ORIVE CORONA. CA P:95! \00 f,95! M30 STORM DRAIN IMPROVEMENT PLAN STORM DRAIN SHEET J OF 5 CONTRACT ACCOUNT DWG. N O

127 --~ -~ - ~- -., , "-... PROFILE SCALE:.;--'" '' "" 1 =20' HOR/Z., 2' \ R1:. "-~-- ---,,._.,_,,,: ' = EXIST. ' -" FS OVER ( PIPE.,,,.,. ' " ' - - " '.,,...,-M, ' ''' -"',...,....,... ' ~'"' ~., '".,;, "'. '"''"'"'' >.....,, ', --- '"'... '""''""" " ' ' ' '... -',;;.._, --- '. ----<-'. = ==cc. r..:.: ""Si. -"' ~ ~,!: -... "' t2 <:i o; " u"'... -;~ s!i!l "'a,! d "' ~ c' II ij <.!> i :!! gi ~ V, &~ "' "''.? Ill <c ;,;"'... gi ~ V, gi ~ V, i-:~ "'~a: 1il g. d "' gi ~ 1:3 CAUTION! OVE:RHEAD LINES STA LINE "ND"= STA LAT :4 [ INT. STA BEGIN LAT :4 STA EXIST. 8 SWR X-ING j / ' - /, ifi/ i,!\/ -~l I i 1/ f I /, STA = STA EXIST. 3 X-IN PH /2 j '!.,,.. STA END LAT :4 \\., 24" CMP RISER NO. 2 0(10 =5. 73 CFS I!.,,, ! _/... S,'".,"'"'::,._( +- i ' f' "\ ' F if _:; ) ' ' ' I pp STA EXIST. 8 SWR X-ING r ' I \, _,,,!! '!! f ,;:;:--~/ ;,, j ( CAUTION! CAUnON! OVERHEAD LINES 1 =20 " ED 1"=20' 51 CI) " DETAIL 3 - LAT "C" SEAL CONSTRUCT/ON NOTES - DRAINAGE: DEMO I @ CONSTRUCT 18" RCP (D-LOAD PER PLAN) CONSTRUCT MANHOLE NO. 1 PER R.C.F.C.&W.C.O. STD PLAN I.IH251 (B=PER PLAN 01=PER PLAN 02=PER PLAN T=8" L=4') DATE BY 1"=20' EXIST. CPP SD POTHOLE DATA I unl/ty ~ DEPTH 2 3 G4S " WTR 3 G4S (I) ' RELOCA T[ EXISTING 10" WA TrRLINE PER DETAIL ON SHT. 2 PROTrCT IN PLACE CONSTRUCT INEL T TYPE X PER R.C.F.C.&W.C.D. STD PLAN CB108 MODIFIED SIZE PER PLAN (V=PER PLAN) CITY TO CONFIRM TOP OF GRAT[ ELEVATION PRIOR CONSTRUCT CATCH BASIN NO. 1 PER R.C.F.C.&W.C.O. STD PLAN C8100 (W=7' 1/=5.1? W/ SPECIAL CONNECTION PER R.C.F.C.&W.C.O. STD C8109 CONSTRUCT TRENCH REPAIR PER C.O.N. STD. DIii:/. NO. 155 PER DETAIL "A ON SHT. 2 CONSTRUCT JUNCTION STRUC1URE NO. 2 PER R.C.F.C.&W.C.D. STD PLAN JS227 (A=45' 8=18" C=5' 0=24" E=2.59' F=0.39' G=0.68' L=2.65? REVISIONS NO GRADE TO DRAIN (j DETAIL 2- LAT "B" 36" Cl.IP RISER NO. 2 0(10)=7.77 CFS // J (j OVERHEAD LINES DETAIL 1- LAT ''A" STA END LAT "C" j DEPT. REVIEW DESCRIPTION CITY OF NORCO DEPARTMENT OF PUBI...IC WORKS BID SET: DA TE PLOTTED 2/5/2019 BENCHMARK NO: - =B LOCATION: ELEVATION: DESIGNED LH DATE: 12/7;;;',/1' '7,--- FOUND RXR SPIKE IN PP# ON NORlHEAST CORNER OF HILLSIDE AVENUE AND SIXlH STREET. ELEVATION TAKEN AS ; APPROX. NA\/0-88 DATUM. (FOR APPROX. AD..l1S1MENT TO NGVD-29 DAlUM, SU81RACT 3.0'±.) DRAWN.""~~--- DATt:, 12/7/17 PREPARED BY: Ill AllMsl'RONG ~~--DArr, 12/7/17 CHECKED 'M:I & NORCO MOP LINE "ND" EXTENSION BROOKS CoNSULTING ENGINEERS!'L.\NNINC INFRASTRUC'l1.1Jlli -srre OJ::Vl:l.Ol'Ml,:NT, WA1'llil 8E.SOL'RC S 1350 EAST CHABE DRIVE CORONA, CA 9:!1!82 P:951.T.' F: STORM DRAIN IMPROVEMENT PLAN STORM DRAIN SHEET...±_ OF 5 CONTRACT ACCOUNT---- DWG. NO

128 r::.: 'j::: j.. ~ -"'" :._~J;;;,;;;,;~ EXIST. FS OVER It PIPE '--::-t::t~_: ~ :~~,i.. i EXIST. BERM (REBUILD FOR NEW INLET).::::.. :: EXIST. 12" CPP SD 0(10)=3.73 CFS. PROFILE SCALE: "'"'..... '"i " ,, , i~/.. li'....,..... <oo,<m-,... EXIST. SD (P./.P.) / x I 11 r I /' I STA UNE "ND"= STA LAT ft. INT. STA LINE "NO" = STA LAT E ft. INT. STA EXIST. 8" SWR X-ING STA BEGIN LAT "D STA 50+J2.5J EXIST. J GAS X-IN PH /6 STA END LAT D J6" CMP RISER NO. 2 V=7.95' Q 10 =II.JI CFS \. ~-i,..- ; i !' I / / I / I j. I! i -----i i! J._J,, 1! - 2 GRADE TO DRAIN CAUTION! OVERHEAD UNES POTHOLE DATA I UTIUTY nm DEPTH 6 3 GAS JO SEAL " CONSTRUCT/ON NOTES - HARDSCAPE: DETAIL 4 - LAT "D" 0 CONSTRUCT 6" AC DIKE PER COUN1Y OF RMRSIDE STD. NO. 212 CONSTRUCTION NOTES @ CONSTRUCT 18" RCP {0-LOAD PER PLAN) CONSTRUCT MANHOLE NO. 1 PER R.C.F.C.l!tW.C.O. STD PLAN MH251 (B=PER PLAN Dl=PER PLAN 02=PER PLAN T=8" L=4J CONSTRUCT INELT TYPE X PER R.C.F.C.1/tW.C.0. SID PLAN CB/08 MOD/RED SIZE PER PLAN (V=PER PLAN) CITY TO CONRRM TOP OF GRATE ELEVATION PRIOR TO CONSTRUCTION DEMO I RELO =20 ED RELOCATE EXISTING 10" WA TERUNE PER DETAIL ON SHT. 2 PROTECT IN PLACE REMO\ EXISTING TREE ABANDON EXISTING 1" SERVICE PER C.O.N. STD INSTALL NEW 1 SERVICE PER STD. 410 DETAIL 5 - LAT "E" 5, =20 ED CAUTION! OVERHEAD LINES 8 3 GAS 702.0J CONSTRUCT TRENCH REPAIR PER C.0.N. SID. DWG. NO. 155 PER DETAIL "A ON SHT. 2 CONSTRUCT 2'X2' DROP INLET PER DETAIL ON SHEET 2, CITY TO CONFIRM TOP OF GRATE ELEVATION PRIOR TO CONSTRUCTION DEPARTMENT OF PUBUC WORKS APPROVED:-= :::,,,:=e:::~~c.::~-;;;~a..,;;;';;:rl'.'...!~~'.. _ CITY ENGINEER BENCHMARK NO: lmb ELEVATION: LOCATION: FOUNO RXR SPIKE IN PPf ON NORTHEAST CORNER OF HILLSIDE AVENUE ANO SIX1H STREET. ELEVATION TAKEN AS : APPROX. NAV0-88 DAlUM. (FOR APPROX. ADJ.JSTMENT TO NGV0-29 DAlUM, SUBTRACT 3.0'±.) DESIGNED =LH'=-- DATE: 12/7/17 DRAWN ~""=~-- DATE. 12/7/17 CHECKED 'M3 DATE 12/7~/~17~-- PREPARED BY: Ill ARMITTRONG & BROOKS C.ONSULTING ENGINEERS PL-.NNL"'G,!Nl'I\ASJRUC'l'URE -SITE DJ;'VfilDPMENT -WATEI<. RESOURCES 13SO F.A~T CHASE DRIVE LORONA, CA 92Sil2 P: ,8400 F: NORCO MOP LINE "ND" EXTENSION STORM DRAIN IMPROVEMENT PLAN STORM DRAIN BID SET= DA TE PLOTTED 2/5/2019 SHEET~ OF 5 CONTRACT ACCOUNT DWG. NO.---- C

CITY OF NORCO TABLE OF CONTENTS FOR HIDDEN VALLEY PARKWAY PAVEMENT REHABILITATION

CITY OF NORCO TABLE OF CONTENTS FOR HIDDEN VALLEY PARKWAY PAVEMENT REHABILITATION CITY OF NORCO TABLE OF CONTENTS FOR HIDDEN VALLEY PARKWAY PAVEMENT REHABILITATION NOTICE INVITING SEALED BIDS... NB-1 NB-3 INSTRUCTIONS TO BIDDERS... IB-1 IB-6 PROPOSAL DOCUMENTS... P-1 P-13 Proposal Bidders

More information

CITY OF LAGUNA NIGUEL PLANS, AND FOR

CITY OF LAGUNA NIGUEL PLANS, AND FOR CITY OF LAGUNA NIGUEL LAGUNA NIGUEL, CALIFORNIAA PLANS, SPECIFICATIONS AND CONTRACT DOCUMENTS FOR NEIGHBORHOOD PARK MONUMENT SIGNS CASH CONTRACT 14-10 PREPARED BY: CITY OF LAGUNA NIGUEL PUBLIC WORKS DEPARTMENTT

More information

2017 HUD Sidewalk and ADA Ramp Project, Phase II start construction 09/2017 and be completed by 12/2017.

2017 HUD Sidewalk and ADA Ramp Project, Phase II start construction 09/2017 and be completed by 12/2017. Request for Proposals RFP2M17-9 Labor Compliance Services for the 2017 HUD Sidewalk and ADA Ramp Project, Phase II and 2017 HUD Street Improvement Project GENERAL INFORMATION Award of contract by the City

More information

Contractor for any and all liability, costs, expenses, fines, penalties, and attorney s fees resulting from its failure to perform such duties.

Contractor for any and all liability, costs, expenses, fines, penalties, and attorney s fees resulting from its failure to perform such duties. SUBCONTRACT AGREEMENT THIS SUBCONTRACT, made this day of, 20 by and between (hereinafter "Contractor"), with an office and principal place of business at and (hereinafter "Subcontractor") with an office

More information

SAMPLE DOCUMENT SUBCONTRACT AGREEMENT

SAMPLE DOCUMENT SUBCONTRACT AGREEMENT SUBCONTRACT AGREEMENT THIS SUBCONTRACT, made this day of by and between (hereinafter "Contractor"), with an office and principal place of business at and (hereinafter "Subcontractor") with an office and

More information

MASTER SUBCONTRACT AGREEMENT

MASTER SUBCONTRACT AGREEMENT MASTER SUBCONTRACT AGREEMENT This Master Subcontract Agreement ( Subcontract ), made this day of, 20 by and between (hereinafter "Contractor"), with an office and principal place of business at and (hereinafter

More information

Supplementary General Conditions to Contract General Conditions for Design-Bid-Build Minor Projects TYPE Contract MIN RENUMBER

Supplementary General Conditions to Contract General Conditions for Design-Bid-Build Minor Projects TYPE Contract MIN RENUMBER Supplementary General Conditions to Contract General Conditions for Design-Bid-Build Minor Projects TYPE Contract MIN 15-800 RENUMBER 1. Article 2.01, Contractor s License; delete and replace with the

More information

AGENDA ITEM 1 H Consent Item. Award Construction Contract for Capital Improvement Plan (CIP) #17-01 Bus Parking Lot Improvements to Joe Vicini, Inc.

AGENDA ITEM 1 H Consent Item. Award Construction Contract for Capital Improvement Plan (CIP) #17-01 Bus Parking Lot Improvements to Joe Vicini, Inc. AGENDA ITEM 1 H Consent Item MEMORANDUM DATE: May 4, 2017 TO: FROM: SUBJECT: El Dorado County Transit Authority Mindy Jackson, Executive Director Award Construction Contract for Capital Improvement Plan

More information

Valley Sanitary District. Wetlands Vegetation Maintenance & Removal Project. Bid Documents and Specifications

Valley Sanitary District. Wetlands Vegetation Maintenance & Removal Project. Bid Documents and Specifications Valley Sanitary District Wetlands Vegetation Maintenance & Removal Project Bid Documents and Specifications December 15, 2014 Job-Contract No. 2014-0073 APPROVED: JOSEPH GLOWITZ GENERAL MANAGER TABLE OF

More information

W I T N E S S E T H:

W I T N E S S E T H: GENERAL CONTRACTORS SUBCONTRACT AGREEMENT THIS CONTRACT, made and entered into the day of, 20, by and between, a Tennessee, having its principal place of business at, hereinafter referred to as "Contractor"

More information

CENTRAL COAST WATER AUTHORITY. Bid Documents For Furnishing and Delivery of Bulk Water Treatment Chemicals Ammonium Hydroxide

CENTRAL COAST WATER AUTHORITY. Bid Documents For Furnishing and Delivery of Bulk Water Treatment Chemicals Ammonium Hydroxide CENTRAL COAST WATER AUTHORITY Bid Documents For Furnishing and Delivery of Bulk Water Treatment Chemicals Ammonium Hydroxide March 2018 1 CONTRACT DOCUMENTS TABLE OF CONTENTS BIDDING REQUIREMENTS, CONTRACT

More information

NOTICE TO BIDDERS CUSTODIAL SUPPLIES

NOTICE TO BIDDERS CUSTODIAL SUPPLIES Purchasing Department Jennifer Pajerski, Purchasing Agent Old Jail 183 Main Street Cooperstown, New York 13326-1129 Phone: (607) 547-4389 Fax: (607) 547-6496 email:pajerskij@otsegocounty.com NOTICE TO

More information

City of Portsmouth Portsmouth, New Hampshire Department of Public Works. Plumbing and Heating Repair Services

City of Portsmouth Portsmouth, New Hampshire Department of Public Works. Plumbing and Heating Repair Services City of Portsmouth Portsmouth, New Hampshire Department of Public Works Plumbing and Heating Repair Services INVITATION TO BID Sealed bid proposals, plainly marked, (Plumbing and heating Repair Services

More information

5. BID FORMS TABLE OF CONTENTS

5. BID FORMS TABLE OF CONTENTS 5. BID FORMS TABLE OF CONTENTS SECTION 1 BID FORM SECTION 2 BID DATA FORMS 2.A LIST OF PROPOSED SUBCONTRACTORS 2.B BID BOND SECTION 3 NON-COLLUSION AFFIDAVIT SECTION 4 BIDDER INFORMATION FORM 4.A INFORMATION

More information

Corona-Norco Unified School District 2820 Clark Ave. Norco, CA Just in Time Classroom and Office Supplies Bid # 15/16-006

Corona-Norco Unified School District 2820 Clark Ave. Norco, CA Just in Time Classroom and Office Supplies Bid # 15/16-006 Corona-Norco Unified School District 2820 Clark Ave. Norco, CA 92860 Just in Time Classroom and Office Supplies Bid # 15/16-006 November 16, 2015 1 Just in Time Classroom and Office Supplies Bid # 15/16-006

More information

PLACENTIA LIBRARY DISTRICT PLACENTIA, CALIFORNIA

PLACENTIA LIBRARY DISTRICT PLACENTIA, CALIFORNIA PLACENTIA LIBRARY DISTRICT PLACENTIA, CALIFORNIA CONTRACT DOCUMENTS AND SPECIFICATIONS FOR LIBRARY INTERIOR IMPROVEMENT PROJECT DISTRICT PROJECT NO. PLD-2018-003 All Questions Regarding This Project Are

More information

CONTRACT DOCUMENTS, PLANS AND SPECIFICATIONS FOR 2018 STORY PARK ALHAMBRA PARK IMPROVEMENTS PROJECT IN THE CITY OF ALHAMBRA

CONTRACT DOCUMENTS, PLANS AND SPECIFICATIONS FOR 2018 STORY PARK ALHAMBRA PARK IMPROVEMENTS PROJECT IN THE CITY OF ALHAMBRA C I T Y O F A L H A M B R A CONTRACT DOCUMENTS, PLANS AND SPECIFICATIONS FOR 2018 STORY PARK ALHAMBRA PARK IMPROVEMENTS PROJECT BID NO. N2M 18-135 IN THE CITY OF ALHAMBRA CITY OF ALHAMBRA 111 SOUTH FIRST

More information

ADDENDUM TO INVITATION FOR BIDS Fortuna Union High School District Proposition 39 LED Lighting Retrofit Bid No Addendum #2 February 23, 2017

ADDENDUM TO INVITATION FOR BIDS Fortuna Union High School District Proposition 39 LED Lighting Retrofit Bid No Addendum #2 February 23, 2017 ADDENDUM TO INVITATION FOR BIDS Fortuna Union High School District Proposition 39 LED Lighting Retrofit Bid No. 17-001 Addendum #2 February 23, 2017 To All Prospective Bidders: The Fortuna Union High School

More information

GALESBURG PUBLIC LIBRARY 40 E. SIMMONS STREET GALESBURG, ILLINOIS f

GALESBURG PUBLIC LIBRARY 40 E. SIMMONS STREET GALESBURG, ILLINOIS f GALESBURG PUBLIC LIBRARY 40 E. SIMMONS STREET GALESBURG, ILLINOIS 61401 309-343-6118 f 309-343-4877 INVITATION FOR BIDS For the complete removal and replacement of existing semi-flat portion boiler room

More information

PROPOSAL FOR SHEET PILE RETAINING WALL PROJECT AT THE LAGUNA COAST WILDERNESS PARK. Business Address Phone No. City/State Zip Code

PROPOSAL FOR SHEET PILE RETAINING WALL PROJECT AT THE LAGUNA COAST WILDERNESS PARK. Business Address Phone No. City/State Zip Code PROPOSAL FOR SHEET PILE RETAINING WALL PROJECT AT THE LAGUNA COAST WILDERNESS PARK Name of Bidder Business Address Phone No. City/State Zip Code TO THE BOARD OF SUPERVISORS OF hereinafter referred to as,

More information

INSTRUCTIONS TO BIDDERS

INSTRUCTIONS TO BIDDERS INSTRUCTIONS TO BIDDERS The bidder shall carefully examine the instruction contained herein and satisfy himself/herself as to the conditions with which he/she must comply prior to bid and to the conditions

More information

THE CITY OF FOREST PARK PLANNING, BUILDING AND ZONING DEPARTMENT JONATHAN JONES, DIRECTOR 785 Forest Parkway Forest Park, GA 30297

THE CITY OF FOREST PARK PLANNING, BUILDING AND ZONING DEPARTMENT JONATHAN JONES, DIRECTOR 785 Forest Parkway Forest Park, GA 30297 OWNER : THE CITY OF FOREST PARK PLANNING, BUILDING AND ZONING DEPARTMENT JONATHAN JONES, DIRECTOR 785 Forest Parkway Forest Park, GA 30297 Phone: 404.608.2300 Mandatory Pre-Bid Conference: Date: July 28,

More information

Corona-Norco Unified School District 2820 Clark Ave. Norco, CA Dairy Products. Bid # 14/15-002CNS

Corona-Norco Unified School District 2820 Clark Ave. Norco, CA Dairy Products. Bid # 14/15-002CNS Corona-Norco Unified School District 2820 Clark Ave. Norco, CA 92860 Dairy Products Bid # 14/15-002CNS June 25, 2014 1 Dairy Products Bid # 14/15-002CNS Table of Contents Notice Inviting Bids....................

More information

University of California, Riverside Barn Expansion

University of California, Riverside Barn Expansion SUBCONTRACT BIDDING DOCUMENTS FOR University of California, Riverside Barn Expansion 950493 TABLE OF CONTENTS Cover Page Table of Contents Advertisement for Bids Instructions to Bidders Information Available

More information

CITY OF MONTEREY REQUEST FOR PROPOSALS FINANCIAL ADVISORY SERVICES. City of Monterey Finance Department 735 Pacific Street, Suite A Monterey, CA 93940

CITY OF MONTEREY REQUEST FOR PROPOSALS FINANCIAL ADVISORY SERVICES. City of Monterey Finance Department 735 Pacific Street, Suite A Monterey, CA 93940 CITY OF MONTEREY REQUEST FOR PROPOSALS FINANCIAL ADVISORY SERVICES City of Monterey Finance Department 735 Pacific Street, Suite A Monterey, CA 93940 City Contact: Julie Porter, Finance Director Ph. (831)

More information

RIVERSIDE COUNTY FLOOD CONTROL AND WATER CONSERVATION DISTRICT

RIVERSIDE COUNTY FLOOD CONTROL AND WATER CONSERVATION DISTRICT RIVERSIDE COUNTY FLOOD CONTROL AND WATER CONSERVATION DISTRICT REQUEST FOR QUOTE FCARC # - 00126 54 th Street Pavement Improvement Project By: Marilyn Weisenberg, Buyer II and Water Conservation District

More information

BOROUGH OF HIGHLANDS COUNTY OF MONMOUTH STATE OF NEW JERSEY REQUESTS FOR PROPOSAL & QUALIFICATIONS BOROUGH PLANNER

BOROUGH OF HIGHLANDS COUNTY OF MONMOUTH STATE OF NEW JERSEY REQUESTS FOR PROPOSAL & QUALIFICATIONS BOROUGH PLANNER NOTICE OF RFP BOROUGH OF HIGHLANDS COUNTY OF MONMOUTH STATE OF NEW JERSEY REQUESTS FOR PROPOSAL & QUALIFICATIONS BOROUGH PLANNER Sealed proposals will be received by the Borough Clerk for the Borough QPA

More information

BID DOCUMENTS FOR CASTLE AUTOMOTIVE TECHNOLOGY REROOFING REROOFING PROJECT, BID #

BID DOCUMENTS FOR CASTLE AUTOMOTIVE TECHNOLOGY REROOFING REROOFING PROJECT, BID # BID DOCUMENTS FOR CASTLE AUTOMOTIVE TECHNOLOGY REROOFING REROOFING PROJECT, BID # 2018-12 AT CASTLE AUTOMOTIVE TECHNOLOGY 2245 JETSTREAM DRIVE BUILDING #325 ATWATER, CA 95301 MERCED COUNTY OFFICE OF EDUCATION

More information

WATER QUALITY MAINTENANCE-SPARKS MARINA CANAL CITY OF SPARKS, NEVADA

WATER QUALITY MAINTENANCE-SPARKS MARINA CANAL CITY OF SPARKS, NEVADA General Services Contract (Rev 3/30/09) Page 1 WATER QUALITY MAINTENANCE-SPARKS MARINA CANAL CITY OF SPARKS, NEVADA THIS CONTRACT made and entered into on this 9th day of April, 2012, by and between the

More information

REQUEST FOR PROPOSALS TELEPHONE SYSTEM

REQUEST FOR PROPOSALS TELEPHONE SYSTEM REQUEST FOR PROPOSALS TELEPHONE SYSTEM 360 Main St. Delta, Colorado 81416 Phone (970) 874-7903 Fax (970) 874-6931 www.cityofdelta.net Issue Date: November 30, 2018 Contact: Glen L. Black Submission Deadline:

More information

CITY OF GALESBURG. PURCHASING 55 West Tompkins Street Galesburg, IL Phone: 309/ INVITATION FOR BIDS

CITY OF GALESBURG. PURCHASING 55 West Tompkins Street Galesburg, IL Phone: 309/ INVITATION FOR BIDS CITY OF GALESBURG PURCHASING 55 West Tompkins Street Galesburg, IL 61401 Phone: 309/345-3678 INVITATION FOR BIDS For the complete removal and replacement of existing roof at 659 Knox Rd 1440 North for

More information

Send or hand-deliver proposals to: City of Alhambra - Utilities Department Attention: Dennis Ahlen 111 South First Street Alhambra, California

Send or hand-deliver proposals to: City of Alhambra - Utilities Department Attention: Dennis Ahlen 111 South First Street Alhambra, California April 27, 2017 Subject: Request for Proposals Engineering Design Services and Construction Management for the Sewer Lining Project on Cypress, Essexfells, Vega, and Florentina. The City of Alhambra is

More information

INVITATION TO BID Retaining Wall

INVITATION TO BID Retaining Wall INVITATION TO BID Retaining Wall DEPARTMENT OF PARKS AND RECREATION The City of Des Peres is soliciting bids from qualified contractors to remove existing block wall and construct one concrete block retaining

More information

CONTRACT FOR SERVICES RECITALS

CONTRACT FOR SERVICES RECITALS CONTRACT FOR SERVICES THIS AGREEMENT is entered into between the (hereinafter Authority ) and [INSERT NAME] (hereinafter Contractor ) and sets forth the terms of this Agreement. Authority and Contractor

More information

EXHIBIT B. Insurance Requirements for Construction Contracts

EXHIBIT B. Insurance Requirements for Construction Contracts EXHIBIT B Insurance Requirements for Construction Contracts Contractor shall procure and maintain for the duration of the contract, and for 3 years thereafter, insurance against claims for injuries to

More information

STORM DRAIN ENGINEERING DESIGN SERVICES

STORM DRAIN ENGINEERING DESIGN SERVICES City of Imperial Community Development Department STORM DRAIN ENGINEERING DESIGN SERVICES Request for Proposals Project Funded by: SB1, The Road Repair and Accountability Act of 2017 Point of Contact:

More information

REQUIRED BID FORMS SECTION

REQUIRED BID FORMS SECTION REQUIRED BID FORMS SECTION The following must be completed and submitted in the order specified with the bid or as instructed in the Notice Inviting Bids: Prime Contractor s Proposal Bid Security Bid Bond

More information

WESTERN RIVERSIDE COUNCIL OF GOVERNMENTS EQUIPMENT PURCHASE AGREEMENT

WESTERN RIVERSIDE COUNCIL OF GOVERNMENTS EQUIPMENT PURCHASE AGREEMENT WESTERN RIVERSIDE COUNCIL OF GOVERNMENTS EQUIPMENT PURCHASE AGREEMENT This Equipment Purchase Agreement ( Agreement ) is entered into this day of, 20, by and between the Western Riverside Council of Governments,

More information

CONTRACT DOCUMENTS SPECIFICATIONS AND CONSTRUCTION PLANS FOR INFORMAL BID NO CITY HALL SECURITY FENCING INSTALLATION.

CONTRACT DOCUMENTS SPECIFICATIONS AND CONSTRUCTION PLANS FOR INFORMAL BID NO CITY HALL SECURITY FENCING INSTALLATION. CONTRACT DOCUMENTS SPECIFICATIONS AND CONSTRUCTION PLANS FOR INFORMAL BID NO. 643-16 CITY HALL SECURITY FENCING INSTALLATION in the CITY OF LANCASTER 44933 North Fern Avenue Lancaster, California 93534

More information

CHEROKEE NATION BUSINESSES, L.L.C. REQUEST FOR PROPOSAL ( RFP ) PROJECT NAME: CNE Ad Agency RFP NUMBER: DATED: TABLE OF CONTENTS

CHEROKEE NATION BUSINESSES, L.L.C. REQUEST FOR PROPOSAL ( RFP ) PROJECT NAME: CNE Ad Agency RFP NUMBER: DATED: TABLE OF CONTENTS CHEROKEE NATION BUSINESSES, L.L.C. REQUEST FOR PROPOSAL ( RFP ) PROJECT NAME: CNE Ad Agency RFP NUMBER: 16619 DATED: 11.15.17 TABLE OF CONTENTS I. SOLICITATION TO BID II. III. IV. INSTRUCTIONS TO BIDDER

More information

CONSULTANT SERVICES AGREEMENT

CONSULTANT SERVICES AGREEMENT CONSULTANT SERVICES AGREEMENT THIS AGREEMENT ( Agreement ) is made and entered into this 20 th day of December, 2012, by and between the City of Rio Vista, a municipal corporation of the State of California

More information

INSTRUCTIONS TO BIDDERS

INSTRUCTIONS TO BIDDERS INSTRUCTIONS TO BIDDERS The Bidder's attention is called to the forms and documents listed below which must be executed in full as required. Signature by the Bidder indicates that the information provided

More information

PROJECT: 2016 DISTRICT WIDE HMA TRENCH PAVING

PROJECT: 2016 DISTRICT WIDE HMA TRENCH PAVING PROJECT: 2016 DISTRICT WIDE HMA TRENCH PAVING CONTRACT DOCUMENTS TABLE OF CONTENTS PART 1 BIDDING REQUIREMENTS Page Invitation to Bid B 1 Instructions to Bidders B 3 Bidder's Checklist B 10 Bid Form B

More information

NOTICE INVITING BIDS

NOTICE INVITING BIDS NOTICE INVITING BIDS RECEIPT OF BIDS: Sealed Bids will be received at the office of the Central Coast Water Authority, at 255 Industrial Way, Buellton, California 93427, until 2:00 p.m. September 4, 2012,

More information

NOTICE TO CONTRACTORS CALLING FOR BIDS COAST COMMUNITY COLLEGE DISTRICT

NOTICE TO CONTRACTORS CALLING FOR BIDS COAST COMMUNITY COLLEGE DISTRICT NOTICE TO CONTRACTORS CALLING FOR BIDS COAST COMMUNITY COLLEGE DISTRICT NOTICE IS HEREBY GIVEN that the Coast Community College District acting by and through its Governing Board will receive sealed bids

More information

Request for Proposal. Internet Access. Peach Public Libraries. E-Rate Funding Year 2018 July 1, June 30, 2019

Request for Proposal. Internet Access. Peach Public Libraries. E-Rate Funding Year 2018 July 1, June 30, 2019 Request for Proposal Internet Access Peach Public Libraries E-Rate Funding Year 2018 July 1, 2018 - June 30, 2019 FY2018 Form 471 Window The FCC Form 471 must be certified on or before March 22, 2018 at

More information

PUBLIC NOTICE NOTICE OF REQUEST FOR BIDS CITY OF HIGHWOOD, ILLINOIS ROADWAY SNOW REMOVAL AND SALT APPLICATION

PUBLIC NOTICE NOTICE OF REQUEST FOR BIDS CITY OF HIGHWOOD, ILLINOIS ROADWAY SNOW REMOVAL AND SALT APPLICATION PUBLIC NOTICE NOTICE OF REQUEST FOR BIDS CITY OF HIGHWOOD, ILLINOIS ROADWAY SNOW REMOVAL AND SALT APPLICATION Notice is hereby given that the City of Highwood is seeking bids for Roadway Snow Removal and

More information

VIRGIN ISLANDS PORT AUTHORITY ENGINEERING DIVISION

VIRGIN ISLANDS PORT AUTHORITY ENGINEERING DIVISION VIRGIN ISLANDS PORT AUTHORITY ENGINEERING DIVISION SPECIFICATIONS FOR DEMOLITION OF BOURNEFIELD UNITS 208, 211, 217, 232, & 233 ST.THOMAS, UNITED STATES VIRGIN ISLANDS JUNE 2016 VIRGIN ISLANDS PORT AUTHORITY

More information

CITY OF FORTUNA WASTEWATER TREATMENT PLANT CHLORINE CONTACT BASIN IMPROVEMENTS PROJECT

CITY OF FORTUNA WASTEWATER TREATMENT PLANT CHLORINE CONTACT BASIN IMPROVEMENTS PROJECT CITY OF FORTUNA CONTRACT DOCUMENTS AND SPECIFICATIONS WASTEWATER TREATMENT PLANT CHLORINE CONTACT BASIN IMPROVEMENTS PROJECT CITY OF FORTUNA P.O. BOX 545 621 ELEVENTH STREET FORTUNA, CALIFORNIA 95540 TELEPHONE

More information

REQUEST FOR BIDS FOR THE CITY OF COACHELLA SHADY LANE SIDEWALK IMPROVEMENT PROJECT USING CDBG FUNDS

REQUEST FOR BIDS FOR THE CITY OF COACHELLA SHADY LANE SIDEWALK IMPROVEMENT PROJECT USING CDBG FUNDS CITY OF COACHELLA REQUEST FOR BIDS FOR THE CITY OF COACHELLA SHADY LANE SIDEWALK IMPROVEMENT PROJECT USING CDBG FUNDS CITY PROJECT NO. ST-87 PROPOSALS DUE BY: OCTOBER 13, 2015 AT 2:00 P.M. BID AND CONTRACT

More information

REQUEST FOR PROPOSALS FOR STORM DRAIN CATCH BASIN MAINTENANCE SERVICES APRIL 1, MARCH 31, 2018

REQUEST FOR PROPOSALS FOR STORM DRAIN CATCH BASIN MAINTENANCE SERVICES APRIL 1, MARCH 31, 2018 REQUEST FOR PROPOSALS FOR STORM DRAIN CATCH BASIN MAINTENANCE SERVICES APRIL 1, 2015- MARCH 31, 2018 PUBLIC WORKS DEPARTMENT 1315 Valley Drive Hermosa Beach, CA 90254 310/318-0214 1 TABLE OF CONTENTS PAGE

More information

City of Laguna Niguel Solicitation of Informal Sealed Bids for the Replacement of Diving Platform Hand Rail and Spiral Stairs Cash Contract 18-06

City of Laguna Niguel Solicitation of Informal Sealed Bids for the Replacement of Diving Platform Hand Rail and Spiral Stairs Cash Contract 18-06 City of Laguna Niguel Solicitation of Informal Sealed Bids for the Replacement of Diving Platform Hand Rail and Spiral Stairs Cash Contract 18-06 Project Name: Replacement of Diving Platform Hand Rail

More information

CONTRACT SERVICES AGREEMENT FOR CONSULTANT SERVICES TO PERFORM DESIGNATED PROFESSIONAL SERVICES

CONTRACT SERVICES AGREEMENT FOR CONSULTANT SERVICES TO PERFORM DESIGNATED PROFESSIONAL SERVICES CITY OF SUISUN CITY CONTRACT SERVICES AGREEMENT FOR CONSULTANT SERVICES TO PERFORM DESIGNATED PROFESSIONAL SERVICES THIS CONTRACT SERVICES AGREEMENT (herein Agreement ) is made and entered into this day

More information

INVITATION TO BID. Purchase of 2019 Requirements of Road Materials, as needed

INVITATION TO BID. Purchase of 2019 Requirements of Road Materials, as needed INVITATION TO BID Sealed bids will be received by the Kent County Road Commission, 1500 Scribner Avenue NW, Grand Rapids, Michigan 49504 until Thursday, November 29, 2018, 8:30 AM deadline, at which time

More information

BOROUGH OF TOTOWA NOTICE AND SOLICITATION OF PROPOSALS FOR THE POSITION OF TAX APPEAL CONSULTANT FOR THE BOROUGH OF TOTOWA

BOROUGH OF TOTOWA NOTICE AND SOLICITATION OF PROPOSALS FOR THE POSITION OF TAX APPEAL CONSULTANT FOR THE BOROUGH OF TOTOWA BOROUGH OF TOTOWA NOTICE AND SOLICITATION OF PROPOSALS FOR THE POSITION OF TAX APPEAL CONSULTANT FOR THE BOROUGH OF TOTOWA The Borough of Totowa is soliciting proposals from professional real estate appraisal

More information

PROFESSIONAL SERVICES AGREEMENT. For On-Call Services WITNESSETH:

PROFESSIONAL SERVICES AGREEMENT. For On-Call Services WITNESSETH: PROFESSIONAL SERVICES AGREEMENT For On-Call Services THIS AGREEMENT is made and entered into this ENTER DAY of ENTER MONTH, ENTER YEAR, in the City of Pleasanton, County of Alameda, State of California,

More information

Request for Bid/Proposal

Request for Bid/Proposal Request for Bid/Proposal Hall of Science Lab Renovations Bids/Proposals Due: April 24, 2018 Mark Mehler Director of Procurement Services Drew University 36 Madison Ave, Madison, NJ 07940 973-408-3309 mmehler@drew.edu

More information

ADVERTISEMENT FOR BIDS

ADVERTISEMENT FOR BIDS CITY OF NORTH KANSAS CITY, MO Department of Public Works 2010 Howell Street North Kansas City, Missouri 64116 Telephone: (816) 274-6004 ADVERTISEMENT FOR BIDS Sealed bids for: Construction of a New Parks

More information

PROPOSAL LIQUID CALCIUM CHLORIDE

PROPOSAL LIQUID CALCIUM CHLORIDE Gary Hammond, P.E. Commissioner of Public Works Tioga County Department of Public Works 477 Route 96 Owego, New York 13827 (607) 687-0302 Fax (607) 687-4453 Richard Perkins, P.E. Deputy Commissioner of

More information

INDOOR BLEACHER SAFETY RAILS MANDATORY WALK-THRU ON MONDAY, MAY 16, 2016 AT 10:00 A.M. AT CENTRAL OFFICE ANNEX, 24 SCHOOL RD.

INDOOR BLEACHER SAFETY RAILS MANDATORY WALK-THRU ON MONDAY, MAY 16, 2016 AT 10:00 A.M. AT CENTRAL OFFICE ANNEX, 24 SCHOOL RD. SPECIFICATIONS AND BID FORMS FOR INDOOR BLEACHER SAFETY RAILS MANDATORY WALK-THRU ON MONDAY, MAY 16, 2016 AT 10:00 A.M. AT CENTRAL OFFICE ANNEX, 24 SCHOOL RD., WESTON, CT 06883 BID: #16-007- BOE Due on

More information

EXHIBIT C PROFESSIONAL SERVICES CONTRACT TEMPLATE

EXHIBIT C PROFESSIONAL SERVICES CONTRACT TEMPLATE EXHIBIT C PROFESSIONAL SERVICES CONTRACT TEMPLATE AGREEMENT BETWEEN THE City OF BEVERLY HILLS AND [Consultant S NAME] FOR [BRIEFLY DESCRIBE PURPOSE OF THIS CONTRACT] NAME OF Consultant: insert name of

More information

APPENDIX 15 LABOR CODE REQUIREMENTS

APPENDIX 15 LABOR CODE REQUIREMENTS APPENDIX 15 LABOR CODE REQUIREMENTS A. Worker s Compensation Developer shall comply with the provisions of Section 3700 of the California Labor Code which require every employer to be insured against liability

More information

City of Portsmouth Portsmouth, New Hampshire Department of Public Works. Boilers and Cooling Towers Equipment Treatment Programs INVITATION TO BID

City of Portsmouth Portsmouth, New Hampshire Department of Public Works. Boilers and Cooling Towers Equipment Treatment Programs INVITATION TO BID City of Portsmouth Portsmouth, New Hampshire Department of Public Works Boilers and Cooling Towers INVITATION TO BID Sealed bid proposals, plainly marked, Boilers and Cooling Towers Equipment Treatment

More information

FRONT END DOCUMENTS BIDS DUE BY: 2:00 PM, PST, THURSDAY, JANUARY 15, 2015, TO THE ADDRESS BELOW

FRONT END DOCUMENTS BIDS DUE BY: 2:00 PM, PST, THURSDAY, JANUARY 15, 2015, TO THE ADDRESS BELOW By: Name: Title: By: Name: Title: Owner Contractor FRONT END DOCUMENTS JOB ORDER CONTRACTS (JOC) (JOC-001, JOC-002, JOC-003, JOC-004, JOC-005) BIDS DUE BY: 2:00 PM, PST, THURSDAY, JANUARY 15, 2015, TO

More information

INSTRUCTIONS TO BIDDERS

INSTRUCTIONS TO BIDDERS INSTRUCTIONS TO BIDDERS The Bidder's attention is called to the forms and documents listed below which must be executed in full as required. Signature by the Bidder indicates that the information provided

More information

JACKSON TOWNSHIP FRANKLIN COUNTY, OHIO STATE OF OHIO

JACKSON TOWNSHIP FRANKLIN COUNTY, OHIO STATE OF OHIO BID COVER SHEET JACKSON TOWNSHIP FRANKLIN COUNTY, OHIO STATE OF OHIO **************************************** PROPOSAL CONTRACT DOCUMENTS FOR FIRE STA TION #202 3650 Hoover Road Concrete Rear Replacement

More information

CITY OF ALHAMBRA. March 31, 2016 RFP2M16-4 CONTRACT DOCUMENTS & REQUEST FOR PROPOSAL FOR SHOPPING CART RETRIEVAL SERVICES IN THE CITY OF ALHAMBRA

CITY OF ALHAMBRA. March 31, 2016 RFP2M16-4 CONTRACT DOCUMENTS & REQUEST FOR PROPOSAL FOR SHOPPING CART RETRIEVAL SERVICES IN THE CITY OF ALHAMBRA CITY OF ALHAMBRA March 31, 2016 RFP2M16-4 CONTRACT DOCUMENTS & REQUEST FOR PROPOSAL FOR SHOPPING CART RETRIEVAL SERVICES IN THE CITY OF ALHAMBRA City of Alhambra 111 South First Street Alhambra, California

More information

BOROUGH OF TOTOWA NOTICE AND SOLICITATION OF PROPOSALS FOR PROFESSIONAL ENGINEERING SERVICES FOR THE BOROUGH OF TOTOWA

BOROUGH OF TOTOWA NOTICE AND SOLICITATION OF PROPOSALS FOR PROFESSIONAL ENGINEERING SERVICES FOR THE BOROUGH OF TOTOWA BOROUGH OF TOTOWA NOTICE AND SOLICITATION OF PROPOSALS FOR PROFESSIONAL ENGINEERING SERVICES FOR THE BOROUGH OF TOTOWA The Borough of Totowa is soliciting proposals from professional engineering firms

More information

Request for Proposals. The Town of Ogden is accepting Proposals for the following:

Request for Proposals. The Town of Ogden is accepting Proposals for the following: The Town of Ogden is accepting Proposals for the following: Playground Equipment Design, Procurement, and Installation, including Safety Surfacing At 1 Park Road Spencerport, NY 14559 The Town of Ogden

More information

NOTICE INVITING SEALED BIDS FOR THE SR-91 EASTBOUND ON- AND OFF-RAMPS AT BELLFLOWER BOULEVARD PHASE 2 LANDSCAPE IMPROVEMENTS

NOTICE INVITING SEALED BIDS FOR THE SR-91 EASTBOUND ON- AND OFF-RAMPS AT BELLFLOWER BOULEVARD PHASE 2 LANDSCAPE IMPROVEMENTS NOTICE INVITING SEALED BIDS FOR THE SR-91 EASTBOUND ON- AND OFF-RAMPS AT BELLFLOWER BOULEVARD PHASE 2 LANDSCAPE IMPROVEMENTS IN THE CITY OF BELLFLOWER SPECIFICATIONS NO. 16/17-02 The City of Bellflower

More information

PATRIOT PARK CONCESSION OPERATION BID DOCUMENTS. 4. Patriot Park Concession Operation Agreement between Park Board and Contractor

PATRIOT PARK CONCESSION OPERATION BID DOCUMENTS. 4. Patriot Park Concession Operation Agreement between Park Board and Contractor PATRIOT PARK CONCESSION OPERATION BID DOCUMENTS 1. Notice to Bidders 2. Bid Form 3. Instructions, Project Scope and Specifications 4. Patriot Park Concession Operation Agreement between Park Board and

More information

PROFESSIONAL SERVICES AGREEMENT For Project Description, Project #

PROFESSIONAL SERVICES AGREEMENT For Project Description, Project # PROFESSIONAL SERVICES AGREEMENT For Project Description, Project #00-00-0000 Page 1 Contract # THIS AGREEMENT, made and entered into this day of, 2014, by and between SPOKANE AIRPORT, by and through its

More information

RECOMMENDATION TO CITY COUNCIL

RECOMMENDATION TO CITY COUNCIL 11-U TO: ATTENTION: FROM: Honorable Mayor and Members of the City Council Jeffrey L. Stewart, City Manager Len Gorecki, Assistant City Manager/Director of Public Works Philip Wang, Associate Engineer SUBJECT:

More information

BOROUGH OF TOTOWA NOTICE AND SOLICITATION OF PROPOSALS FOR RISK MANAGEMENT CONSULTANT SERVICES FOR THE BOROUGH OF TOTOWA

BOROUGH OF TOTOWA NOTICE AND SOLICITATION OF PROPOSALS FOR RISK MANAGEMENT CONSULTANT SERVICES FOR THE BOROUGH OF TOTOWA BOROUGH OF TOTOWA NOTICE AND SOLICITATION OF PROPOSALS FOR RISK MANAGEMENT CONSULTANT SERVICES FOR THE BOROUGH OF TOTOWA The Borough of Totowa is soliciting proposals from professional firms licensed in

More information

INSTRUCTIONS TO BIDDERS

INSTRUCTIONS TO BIDDERS INSTRUCTIONS TO BIDDERS 1. Bid Documents 1.1. Complete sets of Bid Documents shall be used in preparing Bids. Neither the Owner nor the Engineer assumes any responsibility for errors or misinterpretations

More information

Evaluation Criteria. Proposals for Armored Car Services will be evaluated for: 1. Ability to meet specifications 2. References 3.

Evaluation Criteria. Proposals for Armored Car Services will be evaluated for: 1. Ability to meet specifications 2. References 3. REQUEST FOR PROPOSALS To Provide Armored Car Services Notice is hereby given that sealed proposals will be received at the Finance Department, until May 9, 2013 at 2:00 p.m., local time to provide Armored

More information

CITRUS HEIGHTS WATER DISTRICT REQUEST FOR QUOTES FOR HVAC MAINTENANCE AND REPAIR SERVICES

CITRUS HEIGHTS WATER DISTRICT REQUEST FOR QUOTES FOR HVAC MAINTENANCE AND REPAIR SERVICES CITRUS HEIGHTS WATER DISTRICT REQUEST FOR QUOTES FOR HVAC MAINTENANCE AND REPAIR SERVICES Release Date: Wednesday, October 24, 2018 Deadline for Submission: Thursday, November 15, 2018 at 3:00 PM PST Contact

More information

REQUIRED BID FORMS SECTION

REQUIRED BID FORMS SECTION REQUIRED BID FORMS SECTION The following must be completed and submitted in the order specified with the bid or as instructed in the Notice Inviting Bids: Prime Contractor s Proposal Bid Security Bid Bond

More information

EXHIBIT G. Insurance Requirements. [with CCIP]

EXHIBIT G. Insurance Requirements. [with CCIP] SECTION 1 GENERAL INSURANCE REQUIREMENTS EXHIBIT G Insurance Requirements [with CCIP] A. CCIP. Contractor has implemented a Contractor Controlled Insurance Program ( CCIP ) to furnish certain insurance

More information

CITY OF LA HABRA HEIGHTS CALIFORNIA PLAN ROOM SPECIFICATIONS FOR FULLERTON ROAD IMPROVEMENTS PREPARED FOR:

CITY OF LA HABRA HEIGHTS CALIFORNIA PLAN ROOM SPECIFICATIONS FOR FULLERTON ROAD IMPROVEMENTS PREPARED FOR: CITY OF LA HABRA HEIGHTS CALIFORNIA SPECIFICATIONS 2017-08 FOR FULLERTON ROAD IMPROVEMENTS PREPARED FOR: CITY OF LA HABRA HEIGHTS 1245 NORTH HACIENDA ROAD LA HABRA HEIGHTS, CALIFORNIA 90631 PREPARED BY:

More information

MUNICIPAL POOL REHABILITATION

MUNICIPAL POOL REHABILITATION MUNICIPAL POOL REHABILITATION SPECIFICATION NO. 2014-61000-01 IN THE CITY OF SIERRA MADRE, CALIFORNIA February 11, 2015 Bruce Inman Director of Public Works Adam Matsumoto Manager of Community Services

More information

DEPARTMENT OF HOUSING & ECONOMIC SUSTAINABILITY BID PROPOSAL - HOUSING REHABILITATION PROGRAM

DEPARTMENT OF HOUSING & ECONOMIC SUSTAINABILITY BID PROPOSAL - HOUSING REHABILITATION PROGRAM PALM BEACH COUNTY DEPARTMENT OF HOUSING & ECONOMIC SUSTAINABILITY BID PROPOSAL - HOUSING REHABILITATION PROGRAM NOTICE TO GENERAL CONTRACTORS Sealed bids will be received until 3:00 P.M on May 2, 2019,

More information

PLEASANTVILLE HOUSING AUTHORITY

PLEASANTVILLE HOUSING AUTHORITY PLEASANTVILLE HOUSING AUTHORITY REQUEST FOR PROPOSALS/QUOTES - PROFESSIONAL SERVICES FEE ACCOUNTANT SUBMISSION DATE: Insert Date PUBLIC NOTICE FOR REQUEST FOR PROPOSALS/QOUTE - PROFESSIONAL SERVICE CONTRACT

More information

INDEPENDENT CONTRACTOR AND PROFESSIONAL SERVICES AGREEMENT

INDEPENDENT CONTRACTOR AND PROFESSIONAL SERVICES AGREEMENT INDEPENDENT CONTRACTOR AND PROFESSIONAL SERVICES AGREEMENT THIS AGREEMENT is entered into as of this day of, 20 1 4, by and between the CITY OF MONTROSE, State of Colorado, a Colorado home rule municipal

More information

Delaware Solid Waste Authority Southern Solid Waste Management Center Construction of Cell 3 Disposal Area Contract DSWA 332 AGREEMENT

Delaware Solid Waste Authority Southern Solid Waste Management Center Construction of Cell 3 Disposal Area Contract DSWA 332 AGREEMENT Delaware Solid Waste Authority Southern Solid Waste Management Center Construction of Cell 3 Disposal Area Contract DSWA 332 AGREEMENT THIS AGREEMENT made and entered into this day of, 19, by and between

More information

LINCOLN UNIFIED SCHOOL DISTRICT CHROMEBOOK BID

LINCOLN UNIFIED SCHOOL DISTRICT CHROMEBOOK BID DO NOT INCLUDE REYCLING FEE IN YOUR BID LINCOLN UNIFIED SCHOOL DISTRICT -- -- -- -- -- -- -- -- CHROMEBOOK BID INSTRUCTIONS TO BIDDERS SPECIFICATIONS BID OPENING JULY 6, 2015, 12:00PM EDUCATION CENTER

More information

AGREEMENT BETWEEN OWNER AND CONSTRUCTION MANAGER PRE-CONSTRUCTION AND CONSTRUCTION SERVICES

AGREEMENT BETWEEN OWNER AND CONSTRUCTION MANAGER PRE-CONSTRUCTION AND CONSTRUCTION SERVICES AGREEMENT BETWEEN OWNER AND CONSTRUCTION MANAGER PRE-CONSTRUCTION AND CONSTRUCTION SERVICES AGREEMENT made by and between, hereinafter called the Owner, and SITESCOMMERCIAL, LLC 185 WIND CHIME COURT, SUITE

More information

STATE OF MINNESOTA MINNESOTA STATE COLLEGES AND UNIVERSITIES SYSTEM OFFICE

STATE OF MINNESOTA MINNESOTA STATE COLLEGES AND UNIVERSITIES SYSTEM OFFICE STATE OF MINNESOTA MINNESOTA STATE COLLEGES AND UNIVERSITIES SYSTEM OFFICE FACILITIES PROFESSIONAL OR TECHNICAL CONSULTANT MASTER CONTRACT FOR ARCHITECTURAL, OWNER REPRESENTATIVE, REAL ESTATE, AND OTHER

More information

TABLE OF CONTENTS ELEVATOR UPGRADE AND MAINTENANCE PROJECT SPECIFICATION NO. XX-XX-XX AT THE LOS ANGELES COUNTY LAW LIBRARY SECTION

TABLE OF CONTENTS ELEVATOR UPGRADE AND MAINTENANCE PROJECT SPECIFICATION NO. XX-XX-XX AT THE LOS ANGELES COUNTY LAW LIBRARY SECTION TABLE OF CONTENTS ELEVATOR UPGRADE AND MAINTENANCE PROJECT SPECIFICATION NO. XX-XX-XX AT THE LOS ANGELES COUNTY LAW LIBRARY SECTION NOTICE INVITING SEALED BIDS... A INSTRUCTIONS TO BIDDERS...B PROPOSAL

More information

LA COSTA PRESSURE REDUCING STATION REPLACEMENT PROJECT

LA COSTA PRESSURE REDUCING STATION REPLACEMENT PROJECT SET NO: San Diego County, California FINAL CONTRACT DOCUMENTS FOR THE CONSTRUCTION OF: LA COSTA PRESSURE REDUCING STATION REPLACEMENT PROJECT APRIL 2017 BID FORM CHECKLIST (To be placed in the Bidder

More information

AIA Document A701 TM 1997

AIA Document A701 TM 1997 Instructions to Bidders AIA Document A701 TM 1997 for the following PROJECT: (Name and location or address) Implementation of Master Plan Projects Phase I Genesee Community College One College Road Batavia,

More information

SANTA ANA UNIFIED SCHOOL DISTRICT BID NO

SANTA ANA UNIFIED SCHOOL DISTRICT BID NO SANTA ANA UNIFIED SCHOOL DISTRICT BID NO. 03-14 INSTALLATION OF STRUCTURED CABLING SYSTEM AND NETWORK EQUIPMENT AT VARIOUS E-RATE ELIGIBLE SITES DISTRICTWIDE FOR 2014-2015 FISCAL YEAR, E-RATE YEAR 17 DATE

More information

Demolition of Water Ground Storage Tanks

Demolition of Water Ground Storage Tanks Demolition of Water Ground Storage Tanks BID DOCUMENTS October 2014 Table of Contents DIVISION 00 BIDDING REQUIREMENTS, CONTRACT FORMS, AND CONDITIONS OF THE CONTRACT 00020 INVITATION TO BID 00100 INSTRUCTIONS

More information

CITY OF ROMULUS CHAPTER 39: PURCHASING

CITY OF ROMULUS CHAPTER 39: PURCHASING CITY OF ROMULUS CHAPTER 39: PURCHASING CITY OF ROMULUS ORDINANCE NO. AN ORDINANCE TO AMEND PORTIONS OF CHAPTER 39 AND TO ADD ADDITIONAL SECTIONS TO CHAPTER 39 OF THE PURCHASING ORDINANCE OF THE CITY OF

More information

ATTACHMENT C STANDARD TERMS AND CONDITIONS CONTRACT FOR PROFESSIONAL SERVICES BETWEEN THE CITY OF LONG BEACH AND NAME STREET AND P.O.

ATTACHMENT C STANDARD TERMS AND CONDITIONS CONTRACT FOR PROFESSIONAL SERVICES BETWEEN THE CITY OF LONG BEACH AND NAME STREET AND P.O. ATTACHMENT C STANDARD TERMS AND CONDITIONS CONTRACT FOR PROFESSIONAL SERVICES BETWEEN THE CITY OF LONG BEACH AND NAME STREET AND P.O. BOX ADDRESS CITY, STATE, ZIP TELEPHONE NO. FAX NO. THIS CONTRACT is

More information

TOWN OF TAOS PURCHASING OFFICE 400 CAMINO DE LA PLACITA TAOS, NEW MEXICO 87571

TOWN OF TAOS PURCHASING OFFICE 400 CAMINO DE LA PLACITA TAOS, NEW MEXICO 87571 TOWN OF TAOS PURCHASING OFFICE 400 CAMINO DE LA PLACITA TAOS, NEW MEXICO 87571 SEPTEMBER 23, 2014 ADDENDUM #1 TO BID NO: SB05-PO1415 KIT CARSON PARK WELL PUMP REPLACEMENT The following items have been

More information

Proposal No:

Proposal No: City of Spartanburg Procurement and Property Division Post Office Drawer 1749, SC 29304-1749 P (864)-596-2049 F (864) 596-2365 Legal Notice Request Proposal Demolition Asbestos /Abatement of Two (2) Structures

More information

CITY OF GALESBURG. PURCHASING 55 West Tompkins Street Galesburg, IL Phone: 309/ INVITATION FOR BIDS

CITY OF GALESBURG. PURCHASING 55 West Tompkins Street Galesburg, IL Phone: 309/ INVITATION FOR BIDS CITY OF GALESBURG PURCHASING 55 West Tompkins Street Galesburg, IL 61401 Phone: 309/345-3678 INVITATION FOR BIDS For the removal of wood waste for the Forestry Division Instructions to Bidders 1. An advertisement

More information

CITY OF NAPERVILLE: SERVICES TERMS AND CONDITIONS

CITY OF NAPERVILLE: SERVICES TERMS AND CONDITIONS CITY OF NAPERVILLE: SERVICES TERMS AND CONDITIONS THE FOLLOWING TERMS AND CONDITIONS APPLY TO ALL PURCHASES OF SERVICES BY OR ON BEHALF OF THE CITY OF NAPERVILLE UNLESS SPECIFICALLY PROVIDED OTHERWISE

More information

CHEROKEE NATION ENTERTAINMENT, L.L.C. REQUEST FOR PROPOSAL ( RFP )

CHEROKEE NATION ENTERTAINMENT, L.L.C. REQUEST FOR PROPOSAL ( RFP ) CHEROKEE NATION ENTERTAINMENT, L.L.C. REQUEST FOR PROPOSAL ( RFP ) PROJECT NAME: Promotional Tee Shirts, Long Sleeve Shirts, Zip Hoodies, and Pullover Hoodies RFP NUMBER: 16877 DATED: 3/15/2018 TABLE OF

More information