CITY OF CHULA VISTA PAVEMENT MINOR REHABILITATION FY12/13 (CHIP SEAL) IN THE CITY OF CHULA VISTA, CALIFORNIA (STL-388)

Size: px
Start display at page:

Download "CITY OF CHULA VISTA PAVEMENT MINOR REHABILITATION FY12/13 (CHIP SEAL) IN THE CITY OF CHULA VISTA, CALIFORNIA (STL-388)"

Transcription

1 C No. CITY OF CHULA VISTA Contract Documents for: PAVEMENT MINOR REHABILITATION FY12/13 (CHIP SEAL) IN THE CITY OF CHULA VISTA, CALIFORNIA (STL-388) THIS IS A NON-PREVAILING WAGE PROJECT

2

3 TABLE OF CONTENTS NOTICE TO BIDDERS... 2 PROPOSAL REQUIREMENTS AND CONDITIONS... 5 BID SUBMITTAL CHECKLIST... 8 SAMPLE LETTER OF AUTHORIZING CAPACITY FOR SIGNING OFFICIAL DOCUMENTS BID PROPOSAL LIST OF SUBCONTRACTORS AFFIDAVIT TO ACCOMPANY PROPOSAL USE THIS FORM WHEN BIDDER IS AN INDIVIDUAL USE THIS FORM WHEN BIDDER IS A CO-PARTNERSHIP USE THIS FORM WHEN BIDDER IS A CORPORATION BIDDER'S BOND TO ACCOMPANY PROPOSAL CITY OF CHULA VISTA DISCLOSURE STATEMENT CONTRACT BOND FOR FAITHFUL PERFORMANCE BOND FOR MATERIAL AND LABOR NON-COLLUSION AFFIDAVIT WORKERS' COMPENSATION INSURANCE DECLARATION PART SPECIAL PROVISIONS - GENERAL DEFINITIONS AWARD AND EXECUTION OF CONTRACT ADD: SUBCONTRACTS PLANS AND SPECIFICATIONS AUTHORITY OF BOARD AND ENGINEER ADD: EXTRA WORK DISPUTED WORK ADD: MATERIALS AND WORKMANSHIP SUSPENSION OF WORK ADD: DELAYS AND EXTENSIONS OF TIME TIME OF COMPLETION ADD: LABOR LIABILITY INSURANCE ADD: WORKER'S COMPENSATION INSURANCE ADD: PUBLIC CONVENIENCE AND SAFETY... Pavement Minor Rehabilitation (Chip Seal)

4 ii Pavement Minor Rehabilitation (Chip Seal)

5 2-11 EXCAVATION AND GRADING DISPOSAL WEED CONTROL CRACK FILLING TACK COAT SAW CUTTING ADJUSTMENT OF SEWER/STORM DRAIN MANHOLE COVER MONUMENT PRESERVATION TRAFFIC SIGNAL LOOPS STRIPING, RAISED PAVEMENT MARKERS, AND PAVEMENT MARKING PUBLIC CONVENIENCE AND SAFETY (TRAFFIC CONTROL) CALL FOR INSPECTION PROTECTION AND RESTORATION OF EXISTING IMPROVEMENTS STORAGE, STAGING AND STOCKPILING AREA BASIS OF QUANTITIES CHANGE IN QUANTITY OF WORK CONSTRUCTION DURING PERIODS OF RAINFALL CONSTRUCTION SCHEDULE, PROGRESS OF WORK AND TIME OF COMPLETION NOTIFICATION OF UTILITY COMPANIES AND CITY VEHICLE LOAD RESTRICTIONS - VEHICLE CODE SUBMITTALS OBSERVANCE OF CITY HOLIDAYS LIQUIDATED DAMAGES COMMENCEMENT OF WORK LIST OF APPENDIXESS APPENDIX "A" LOCATION WORK BREAKDOWN EAST H STREET AND CORRAL CANYON ROAD STRIPING CHANGES TRAFFIC CONTROL BREAKDOWN FORM APPENDIX "B" STANDARD DRAWINGS AND CONSTRUCTION APPENDIX "C" FORM 5504B, CONSTRUCTION STORM WATER MANAGEMENT PLAN APPENDIX "D" REQUIRED FORMS AND SUBMITTALS iii pavement Minor Rehabilitation (Chip Seal)

6 Pavement Minor Rehabilitation (Chip Seal)

7 CITY OF CHULA VISTA STATE OF CALIFORNIA NOTICE TO BIDDERS SEALED PROPOSALS will be received at the Department of Public Works Engineering located in the Public Service Building (PSB), Building B, 276 Fourth Avenue, City of Chula Vista, California, until 2:00 p.m. on WEDNESDAY, AUGUST 7, 2013 at which time they will be publicly opened and read for performing work as follows: PAVEMENT MINOR REHABILITATION FY12/13 (CHIP SEAL) IN THE CITY OF CHULA VISTA, CALIFORNIA (STL-388) The City of Chula Vista hereby notifies all bidders that it will affirmatively ensure that in any Contract entered into pursuant to this Notice, minority business enterprises will be afforded full opportunity to submit bids in response to this invitation and will not be discriminated against on the grounds of race, color, sex, or national origin in consideration for an award. Contractors are not required by bid specifications to pay prevailing wage ("NOT Prevailing Wage Rates") to persons employed by them for work under this Contract in accordance with Section of the Chula Vista Municipal Code regulating payment of prevailing wages for Contracts let by the City. No bid shall be received unless it is made on a Proposal Form furnished by the Director of Public Works, Engineering Division. Each bid must be accompanied by cash, certified or cashier's check, or bid bond in an amount equal to at least ten percent (10%) of the amount bid, such Guaranty to be forfeited should the bidder to whom the Contract is awarded fail to enter into the Contract. No bidder's Guaranty is required if the bid amount is $50,000 or less. City requires that throughout the duration of this contract insurance be placed with licensed insurers admitted to transact business in the State of California with a current A.M. Best's rating of no less than A V in the amounts specified in the contract. If insurance is placed with a surplus lines insurer, insurer must be listed on the State of California List of Eligible Surplus Lines Insurers (LESL1) with a current A.M. Best's rating of no less than A, X. Evidence of insurance must be submitted within ten (10) days after the awarding of the Contract, and approved prior to commencement of work under the contract. Any insurance terminating during the course of the contract must be renewed and evidence of renewal must be submitted to the City within 15 days prior to the expiration of the prior policy and must meet the same criteria. Contractor must include all subcontractors as insured under its policies or furnish separate certificates and endorsements for each subcontractor. All coverage for subcontractors is subject to all of the requirements as above. No substitutions shall be allowed. City requires Performance, Labor and Material Bonds, be issued by a Surety authorized to transact such business in the State of California, be listed as approved by the United States Department of Treasury Circular 570, and who Underwriting Limitation is sufficient to issue bonds in the amount required by the contract. Approved listing can be obtained through the United States Department of Treasury's website address Any renewal certificates required during the course of the contract must be renewed and received by the City within 15 days prior to expiration and must meet the same criteria. No substitutions shall be allowed. Pavement Minor Rehabilitation (Chip Seal)

8 Bidder acknowledges the duty to provide bonds from a surety specified in the bid specifications. By bidding on this job, (1) Bidder waives any rights they may have under Civil Code Sections and ; and (2) Bidder agrees to indemnify and hold City harmless against any loss, expense or expenditure, including attorneys fees and costs, which City may suffer in any claim, action, suit or other proceeding that may be brought by a surety submitted by Bidder that does not meet the United States Department of Treasury's Circular 570 specifications for a surety. Bidder acknowledges that City may reject any and all bids, and that if a low bidder bids with a lower cost premium for sub-specification performance and payment bonds, other bidders not similarly taking advantage of the lower cost premium will be put in a cost disadvantage in the bid process, and that this may, in the City's judgment, necessitate re-bidding the job. The Contractor is responsible for completing Form 5504B and implementing all storm water measures and erosion control practices required in Form 5504B, and any additional erosion control practices as needed based upon site circumstances and required by a City inspector. The Contractor is responsible for maintaining compliance with the City's Storm Water Management and Discharge Control Ordinance (Chula Vista Municipal Code (CVMC) Chapter 14.20) and the project Specifications with regard to storm water and non-storm water related discharges. Contractor participation in this program is mandatory, and non-compliance found at any of the construction site(s) covered by the contract will result in penalties to the contractor, at the owner's discretion. Penalties may include, but are not limited to, monetary setoffs, withholding of payments, reimbursements for costs; expenses (including lawyer's fees), fines and civil penalties incurred by the owner, and/or liquidated damages. The Contractor is responsible for managing storm water and non-storm water discharges from the site in accordance with Form 5504B, CVMC 14.20, and any additional specifications provided by the owner or required by a City inspector. Contractor shall be responsible for any enforcement action taken by Federal, State, and/or Local authorities, including cost of frees, construction delays, and remedial actions resulting from the Contractor's failure to comply with Federal, State, or local laws and regulations. The Contractor shall maintain a copy of Form 5504B on-site at all times. In the event that a City inspector should request review of the documents and/or inspection of the construction site, the Contractor shall allow such review and inspection. No bid will be accepted from a Contractor who has not been licensed in accordance with the provisions of Chapter 9, Division 3 of the Business and Professions Code and its implementing regulations. Minimum combination of license requirements (prime contractor & subcontractors) for thi contract: Class "A" (General Engineering Contractor), or the combination of each of the following C10, C12, C31, and C32 contractor licenses. All traffic control plans must be prepared and signed by Class "A" or a C31 licensed contractor. All Contractors and subcontractors are required to have a valid City of Chula Vista business license prior to start of work. The department shall require from all prospective bidders the completion, under penalty of perjury, and submittal of a standard form of information whether such prospective bidder, any officer of such bidder, or any employee of such bidder who has a proprietary interest in such bidder, has ever been disqualified, removed, or otherwise prevented from bidding on, or completing a federal, state, or local government project because of a violation of law or a safety regulation, and if so to explain the circumstances. A bid may be rejected on the basis of a bidder, any officer of such bidder, or any employee of such bidder who has a proprietary interest in such bidder, having been disqualified, removed, or otherwise prevented from bidding on, or completing a federal, state, or local project because of a violation of law or a safety regulation. pavement Minor Rehabilitation (Chip Seal)

9 All bid protest must be presented in writing and ed with the City of Chula Vista's City Engineer within five (5) consecutive working days after the proposals have been opened and read publicly at the time indicated in this Notice to Contractors. Plans, forms of proposals, bonds, Contract special provisions and specifications may be obtained or examined at the Department of Public Works, Engineering located in the Public Service Building, Building B, 276 Fourth Avenue, Chula Vista, California. Copies of plans and specifications may be obtained upon payment of $6.00. Remit $9.00 if you wish to have the plans and specifications mailed to you. Mail payment to the Department of Public Works, Engineering, Public Service Building (PSB), Building B, 276 Fourth Avenue, Chula Vista, California, If payment is to be made by check, it should be made payable to the "City of Chula Vista." NO REFUND WILL BE MADE. DATED: 7 //--/' 22 Kirk Ammerman, P.E. Principal Civil Engineer Department of Public Works Engineering City of Chula Vista ENGINEER OF WORK RESPONSIBLE CHARGE: DATED; ////' No. C30304-/ ) Principal Civil Engineer Department of Public Works Engineering City of Chula Vista Pavement Minor Rehabilitation (Chip Seal)

10 PROPOSAL REQUIREMENTS AND CONDITIONS EXAMINATION OF PLANS, SPECIFICATIONS, SPECIAL PROVISIONS, AND SITE OF WORK: The bidder is required to examine carefully the site and the proposal, plans, specifications, and Contract forms for the work contemplated, and it will be assumed that the bidder has investigated and is satisfied as to the conditions to be encountered, as to the character, quality, and quantities of work to be performed and materials to be furnished, and as to the requirements of the specifications, the special provisions, and the Contract. It is mutuaily agreed that submission of a proposal shall be considered prima facie evidence that the bidder has made such an examination. Any Request for Information (RFI) regarding the advertised project must be submitted in writing to the City of Chula Vista, office of the Department of Public Works Engineering no later than five (5) consecutive working days prior to bid opening. Any RFI request after the deadline will not be entertained. PROPOSAL FORM: All proposals must be made upon forms furnished by the City of Chula Vista, office of the Department of Public Works Engineering. The following documents MUST be completed and submitted with the bid: 1 Bid Proposal 2 Letter (Individual, Co-Partnership, or Corporation) authorizing capacity(ies) for signing all official documents. 3 List of Subcontractors (Class A - "General Engineering Contractor" in combination with C 10, C 12, C31, and C32 licensed contractors) 4 Affidavit to Accompany Proposal 5 Bidder's Bond to Accompany Proposal (for bids greater than $50,000) 6 City of Chula Vista Disclosure Statement 7 Addenda (if any) 8 Bid Submittal Checklist Upon determination of the apparent lowest bidder for this project, the City shall mail and fax a Letter of Notification of Apparent Lowest Bidder to the Contractor. After receipt of the Letter of Notification, the Contractor MUST complete within ten (10) working days the following documents: 1. Contract 2. Bond for Faithful Performance (for bids greater than $25,000) 3. Bond for Material and Labor (for bids greater than $25,000) 4. Non-Collusion Affidavit 5. Workers' Compensation Insurance Declaration 6. Liability Insurance (see Section 7-3 Special Provisions General) 7. Guaranty (if required) pavement Minor Rehabilitation (Chip Seal)

11 REJECTION OF PROPOSALS CONTAINING ALTERATIONS, ERASURES, OR IRREGULARITIES: Proposals may be rejected if they show any alterations of form, additions not called for, conditional or alternative bids, incomplete bids, erasures, or irregularities of any kind. In case of disparity in the proposal between the lump sum or unit bid price shown in figures and words, the unit bid price or lump sum amount as stated in words shall prevail and take precedence. Proposals in which the prices obviously are unbalanced may be rejected. The City reserves the right to reject any and all proposals. PUBLIC OPENING OF PROPOSALS Proposals will be opened and read publicly at the time and place indicated in the Notice to Contractors. Bidders or their authorized representatives are invited to be present. All bid protest must be presented in writing and filed with the City of Chula Vista's City Engineer within five (5) consecutive working days after the proposals have been opened and read publicly at the time indicated in this Notice to Contractors. All bid proposals will be reviewed in detail by City of Chula Vista staff following the bid opening and an official result will be announced within 24 hours. Call (619) for bid result announcement. BIDDER'S GUARANTY: The City Charter requires that all bids of more than fifty thousand dollars ($50,000) shall be accompanied by cash, certified or cashier's check, or a bidder's bond, made payable to the City of Chula Vista. If bidders bond is utilized for this guaranty, bond shall be executed by a surety authorized to transact such business in the State of California and surety's Underwriting Limitation, as listed in the United State Department of Treasury's Circular 570 (website address listing of approved surety companies, shall be sufficient to issue bonds in the amount required by the contract. All bids shall be presented under sealed cover and shall be accompanied by a Bidder's Guaranty if the amount of the bid exceeds $50,000. The Bidder's Guaranty shall be for an amount equal to at least ten percent (i 0%) of the amount of said bid, and no bid shall be considered unless such Guaranty is enclosed therewith. The Contractor is responsible for including a proper bid Guaranty whether or not the amount of the total bid is correct. If it is found upon opening of the bid and checking the bid items that a bid guaranty should have been included and was not (the correct grand total bid amount exceeds $50,000), the bid shall be rejected. Also, if the amount of the bid bond is less than that specified in the notice inviting bids or in the specifications referred to therein, the bid shall be subject to rejection. Cause for rejection for insufficient amount of bid Guaranty shall be left to the discretion of the City. Pavement Minor Rehabilitation (Chip Seal)

12 pavement Minor Rehabilitation (Chip Seal)

13 CITY OF CHULAVISTA BID SUBMITTAL CHECKLIST (SUBMIT WITH BID PROPOSAL) PROJECT: [] [] [] [] [] [] [] [] ITEM Bid Proposal PAVEMENT MINOR REHABILITATION FY12/13 (CHIP SEAL) IN THE CITY OF CHULA VISTA, CALIFORNIA (STL-388) Individual, or Co-Partnership, or Corporation Letter Authorizing Capacity(ies) for Signature List of Subcontractors Affidavit to Accompany Proposal Bidder's Bond (for bids greater than $50,000) Disclosure Statement Addenda (if any) This Bid Submittal Checklist By signing, the contractor acknowledged the required documentations for submittal to bid on this project. Failure to include any of the above in the bid proposal, even if acknowledged, does not constitute a complete submittal and therefore will be deemed as non-responsive. 6ntrae :+ : :+': Pavement Minor Rehabilitation (Chip Seal)

14 7/i 0/13 Contract Specification pavement Minor Rehabilitation (Chip Seal)

15 SAMPLE LETTER OF AUTHORIZING CAPACITY FOR SIGNING OFFICIAL DOCUMENTS USE CORPORATE LETTERHEAD MEETING OF THE BOARD OF DIRECTORS OF (CORPORATION'S NAME) A meeting of the Board of Directors of (CORPORATION'S NAME) was held on [INSERT DATE], during which a resolution was passed authorizing the following individual(s) to, by his/her/their signature(s), enter into any and all contracts on behalf of the corporation and, thereby, bind the corporation to such contract: (Print Name & Title) (Pr'mt Name & Title) Certified by and (... (This Area for Official Seal) Secretary and/or Chairman l0 Pavement Minor Rehabilitation (Chip Seal)

16 11 pavement Minor Rehabilitation (Chip Seal)

17 [,. "N o 0 0 = 0 r 0,,.-i 0 0 e 0 = 0 0 o o r 0 0 L)

18 6 o o c

19 0 8 CD r C L, o " C - oo

20

21 7/10/13 Con 'act Specification (STL-388 Bid Proposal... continuation) The undersigned further agrees that in case of defauk in executing the required Contract, with necessary bonds, within ten (10) working days after having received notice that the Contract is ready for signature, the proceeds of the check or bond accompanying his/her bid shall become the property of the City of Chula Vista. Licensed in accordance with an Act providing for the registration of Contractors, License No. License Expiration Date, Contractor's State License Classification By my signature on this proposal I certify, under penalty of perjury under tile laws of the State of California, that the questionnaire and statements of Public Contract Code Sections 10162, and , included in this proposal, are true and correct and that the bidder has compiled with the requirements of Section 8103 of the Fair Employment and Housing Commission Regulations (Chapter 5, Title 2 of the California Administrative Code). By my signature on this proposal I further certify, under penalty of perjury under the laws of the State of California and the United Stated of America, that, the Equal Employment Opportunity Certification required by Executive Orders 10925, 11114, or (41CFR (b)(1)), that the Debarment and Suspension Certificate required by Title 49 Code of Federal Regulations, Part 29, that the Non Lobbying Certification for Federal-Aid Contracts required by, Title 31 United State Section 1352, and that the Non-Collusion Affidavit required by Title 23 United Stated Code, Section 112 and Public Contract Code Section 7106, are true and correct. Signature of Bidder: (ff an individual, so state. If a firm or co-partnership, state the firm name and give the names of all individuals, co-partners composing the firm. If a corporation, also names of President, Secretary, Treasurer and manager thereof, and affix the Corporate Seal thereto.) (Name) i (Business Name) (Title) Dated:,20 (Business Address) (Phone Number) TAX IDENTIFICATION NUMBER 16 Pavement Minor Rehabilitation (Chip Seal)

22 17 pavement Minor Rehabilitation (Chip Seal)

23 The bidder shall list the name and address of each subcontractor, required to be listed by the provisions in Section "Subcontracting," of the Special Provisions, to whom the Bidder proposes to subcontract portions of the work. All Contractors and subcontractors must obtain a business license from the City of Chula Vista before a notice to proceed may be issued. LIST OF SUBCONTRACTORS PAGE 1 OF 2 *Name, Address (City) & Telephone *License Number, Classification, Bid Item and Type of Work Subcontracted Name License # Class. Address Bid Line Item # Type of Work Telephone Name License # Class. Address Bid Line Item # Type of Work Telephone Name License # Class. Address Bid Line Item # Type of Work Telephone Name License # Class. Address Bid Line Item # Type of Work Telephone 18 Pavement Minor Rehabilitation (Chip Seal)

24 LIST OF SUBCONTRACTORS PAGE 2 OF 2 *Name, Address (City) & Telephone *License Number, Classification, Bid Item and Type of Work Subcontracted Name License # Class. Address Bid Line Item # Type of Work Telephone Name License # Class. Address Bid Line Item # Type of Work Telephone Minimum combination of license requirements for this contract: Class A - "General Engineering Contractor" in combination with C10, C12, C31 and C32 licensed contractors. PROPER NAME OF BIDDER BY: TITLE: *Contractor is obligated to provide Name, Complete Address, Telephone, License Number, Type, of License, Bid line Item and Type of work to be done by the subcontractors. Failure to provide the required information in the bid proposal does not constitute a complete submittal and therefore will be deemed as non-responsive. The Contractor shall comply with Section of the Standard Specifications and Regional Supplement Amendments and shall perform at least 50% of the contract work with his/her own organization. 19 Pavement Minor Rehabilitation (Chip Seal)

25 AFFIDAVIT TO ACCOMPANY PROPOSAL USE THIS FORM SVHEN BIDDER IS AN INDIVIDUAL STATE OF CALIFORNIA COUNTY OF ) ) SS., affiant, being first duly sworn, deposes and says: that he/she is the bidder who makes the accompanying proposal; that such proposal is genuine, and not sham or collusive, nor made in the interest or in behalf of any person not therein named, and that the bidder has not directly or indirectly induced or solicited any other bidder to put in a sham bid, or any other person, firm, or corporation to refrain from bidding and that the bidder has not in any manner sought by collusion to secure for himself/herself an advantage over any other bidder. Signature STATE OF CALIFORNIA COUNTY OF ) ) SS. On before me, personally appeared,, personally known to me (or proved to me on the basis of satisfactory evidence) to be the person(s) whose name(s) is/are subscribed to the within instrument, and acknowledged to me that he/she/they executed the same in his/her/the'tr authorized capacity(ies), and that by his/her/their signataare(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed, the instrument WITNESS my hand and official seal. (This Area for Official Seal) Signature 20 Pavement Minor Rehabilitation (Chip Seal)

26 21 pavement Minor Rehabilitation (Chip Seal)

27 AFFIDAVIT TO ACCOMPANY PROPOSAL USE THIS FORM WHEN BIDDER IS A CO-PARTNERSHIP STATE OF CALIFORNIA COUNTY OF ) says: that ) SS., affiant(s), being first duly sworn, each for himself/herself deposes and (Names of all partners) are partners, doing business under the firm name and style of: (Names of Firm) and that said co-partnership makes the accompanying proposal; that such proposal is genuine, and not sham or collusive, nor made in the interest or in behalf of any person not therein named, and that the bidder has not directly or indirectly induced or solicited any other bidder to put in a sham bid, or any other person, firm, or corporation to refrain from bidding and that the bidder has not in any manner sought by collusion to secure for himself/herself an advantage over any other bidder: Signature Signature STATE OF CALIFORNIA COUNTY OF ) ) SS. On before me, personally appeared,, personally known to me (or proved to me on the basis of satisfactory evidence) to be the person(s) whose name(s) is/are subscribed to the within instrument, and acknowledged to me that he/she/they executed the same in his/her/their authorized capaeity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed, the instrument WITNESS my hand and official seal. (This Area for Official Seal) Signature 22 Pavement Minor Rehabilitation (Chip Seal)

28 23 pavement Minor Rehabilitation (Chip Seal)

29 AFFIDAVIT TO ACCOMPANY PROPOSAL USE THIS FORM WHEN BIDDER IS A CORPORATION STATE OF CALIFORNIA COUNTY OF SS.., affiant, the President, Secretary, or Managing Officer of Name of Corporation the Corporation who makes the accompanying proposal, having been first duly sworn, deposes and says: that such proposal is genuine, and not sham or collusive, nor made in the interest or in behalf of any person not therein named, and that the bidder has not directly or indirectly induced or solicited any other bidder to put in a sham bid, or any other person, firm, or corporation to refrain from bidding and that the bidder has not in any manner sought by collusion to secure for himself/herself an advantage over any other bidder: Signature President, Secretary, or Managing Officer STATE OF CALIFORNIA COUNTY OF ) ) SS, On before me, personally appeared,, personally known to me (or proved to roe on the basis of satisfactory evidence) to be the person(s) whose name(s) is/are subscribed to the within instrument, and acknowledged to me that he/she/they executed the same in his/her/thdr authorized capacity(ies), and that by his/her/thutr signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed, the instrument WITNESS my hand and official seal. (This Area for Official Seal) Signature 24 pavement Minor Rehabilitation (Chip Seal)

30 25 pavement Minor Rehabilitatlon (Chip Seal)

31 BIDDER'S BOND TO ACCOMPANY PROPOSAL KNOW ALL PERSONS BY THESE PRESENTS, that If We,= as Principal, and,, as Surety, are held firmly bound unto the City of Chula Vista ("City") in the sum of ($.)1 to be paid to the said City or its attorney, its successors and assigns; for which payment, well and truly to be made, we bind ourselves, our heirs, executors, and administrators, successors or assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the bid of Principal on the City's request for bids on the following project, to-wit: PAVEMENT MINOR REHABILITATION FY12/13 (CHIP SEAL) IN THE CITY OF CHULA VISTA, CALIFORNIA (STL-388) which bid is dated, is accepted by the City, and if the above bounden Principal, his/her heirs, executors, administrators, successors and assigns, shall duly enter into and execute a Contract for such construction and shall execute and deliver the bonds required by said Bid Specifications, on or before the date specified in the "Notice of Award," which date shall be no less than ten (10) days (not including Sunday), from the date the bounden Principal is notified by and from the City of Chula Vista that said Contract is ready for execution, then this obligation shall become null and void; otherwise it shall be and remain in full force, effect, and virtue. 1N WITNESS WHEREOF, I/We hereunder set our hands and seals this.day of,20 APPROVED AS TO FORM: Principal: CITY ATTORNEY Surety: (Notaries and Powers of Attorney Attached) Bond in the value of 10% of the total bid amount is mandatory. A specific dollar amount is preferred. If amount is not known at the time the bond is issued, please insert "10 % of bid amount." 26 pavement Minor Rehabilitation (Chip Seal)

32 27 pavement Minor Rehabilitation (Chip Seal)

33 CITY OF CHULA VISTA DISCLOSURE STATEMENT Pursuant to Council Policy , prior to any action upon matters that will require discretionary action by the Council, Planning Commission and all other official bodies of the City, a statement of disclosure of certain ownership or financial interests, payments, or campaign contributions for a City of Chula Vista election must be filed. The following information must be disclosed:. List the names of all persons having a financial interest in the property that is the subject of the application or the contract, e.g., owner, applicant, contractor, subcontractor, material supplier.. If any person* identified pursuant to (1) above is a corporation or partnership, list the names of all individuals with a $2000 investment in the business (corporation/partnership) entity.. If any person* identified pursuant to (1) above is a non-profit organization or trust, list the names of any person serving as director of the non-profit organization or as trustee or beneficiary or trustor of the trust.. Please identify every person, including any agents, employees, consultants, or independent contractors you have assigned to represent you before the City in this matter. Has any person* associated with this contract had any financial dealings with an official** of the, City of Chula Vista as it relates to this contract within the past 12 months? Yes No 28 Pavement Minor Rehabilitation (Chip Seal)

34 If Yes, briefly describe the nature of the financial interest the official ** may have in this contract... Have you made a contribution of more than $250 within the past twelve (12) months to a current member of the Chula Vista City Council? No Yes If yes, which Council member?. Have you provided more than $340 (or an item of equivalent value) to an official** of the City of Chula Vista in the past twelve (12) months? (This includes being a source of income, money to retire a legal debt, gift, loan, etc.) Yes No If Yes, which official** and what was the nature of item provided? Date: Signature of Contractor/Applicant Print or type name of Contractor/Applicant Person is defined as: any individual, firm, co-partnership, joint venture, association, social club, fraternal organization, corporation, estate, trust, receiver, syndicate, any other county, city, municipality, district, or other political subdivision, -or any other group or combination acting as a unit. Official includes, but is not limited to: Mayor, Council member, Planning Commissioner, Member of a board, commission, or committee of the City, employee, or staffmembers. 29 pavement Minor Rehabilitation (Chip Seal)

35 CONTRACT This Contract, made and entered into this day of,20, by and between the City of Chula Vista, State of California, hereinafter called the "Owner" and hereinafter called the "Contractor"; WITNESSETH: That the Owner and the Contractor for the consideration, hereinafter named, agree as follows:. The complete Contract includes all of the Contract Documents as if set forth in full herein, to wit: The Advertisement for Bids; the Proposal; the Accepted Bid; the Affidavit to Accompany Proposal; the Faithful Performance Bond; the Material and Labor Bond; the Plans and Specifications; Standard Specifications; Standard Special Provisions; Chula Vista Standard Special Provisions; Standard Plans; Special Provisions; this Contract and all addenda setting forth any modifications or interpretations of any of said Documents. 2. The Contractor will furnish all materials except as otherwise provided in the Specifications or on the Plans and will perform all the work for: PAVEMENT MINOR REHABILITATION FY12/13 (CHIP SEAL) IN THE CITY OF CHULA VISTA, CALIFORNIA (STL-388) All the above work is on City property or on easements, and under the directions of the Engineer or other official designated by the Owner to provide compliance with the terms and specifications of the Contract and all included documents all as provided in and subject to the Contract Documents.. The Owner will pay the Contractor in current funds for the performance of the Contract on the basis of the accepted unit prices and the actual measured quantities of work done at such times as are stated in the Specifications, and will otherwise fulfill its obligations thereunder. 4. Alltime limits stated in the Contract Documents are of the essence of this Contraet.. In accordance with the Section of the Chula Vista Municipal Code regulating payment of prevailing wages for Contracts let by the City, Contractors are required only to pay minimum wage to persons employed by them for work under this contract., The contractor shall allow access by the City, the federal grantor agency, the Comptroller General of the United States., or any of their duly authorized representatives to any books, documents, papers and records of the Contractor pertinent to that specific contract.. The Contractor Agrees to comply with Section of the Standard Specifications and Regional Supplement Amendments and shall perform at least 50% of the contract work with his/her own organization. 30 pavement Minor Rehabilitation (Chip Seal)

36 , The Contractor shall retain all required records for three years after final payments are made and all other pending matters are closed. 1N WITNESS WHEREOF, the parties hereto have executed this Contract the day and year first above written. FOR THE CITY OF CHULA VISTA: FOR THE CONTRACTOR: BY: CHERYL COX, MAYOR BY: ATTEST: City Clerk BY: (Attach Proper Notarization) I hereby certify that I have examined this Contract and fmd it to be in accordance with the provisions of the State of California. BY: City Attorney 31 Pavement Minor Rehabilitation (Chip Seal)

37 BOND FOR FAITHFUL PERFORMANCE KNOW ALL PERSONS BY THESE PRESENTS, that I/We the Contractor in the Contract hereto annexed, as Principal and 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 a Surety, and are listed and approved under the United States Treasury Circular 570, are held and firmly bound unto the City of Chula Vista, located in San Diego County, California, in the sum of ($ ) lawful money of the United States, for which payment, well and truly to be made, we bind ourselves, jointly and severally, fmnly by these presents. Signed, sealed, and dated The condition of the above obligation is that if said Principal, as Contractor in the Contract hereto annexed, shall faithfully perform each and all of the conditions of said Contract to be performed by him/her, and shall furnish all tools, equipment, apparatus, facilities, transportation, labor and material, other than material, if any, agreed to be furnished by the City necessary to perform and complete in a good and workmaniike manner, the work of: PAVEMENT MINOR REHABILITATION FY12/13 (CHIP SEAL) IN THE CITY OF CHULA VISTA, CALIFORNIA (STL-388) in strict conformity with the terms and conditions set forth in the Contract hereto annexed, and shall pay or cause to be paid, all persons who perform labor for, or furnish materials to said Contractor, or to any subcontractor in the execution of the said Contract, then this obligation shall be null and void, otherwise to remain in fult force and effect; and the 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 be in any wise affect its obligations on this bond, and it does hereby waive notice of any such change, extension of ftme, alteration or addition to the terms of the Contract or to the work or to the specifications. Company Company Contractor (Print Name) Surety (Print Name) Contractor (Signature) Surety (Signature) (Attach Proper Notarization) APPROVED AS TO FORM: City Attorney 32 Pavement Minor Rehabilitation (Chip Seal)

38 33 Pavement Minor Rehabilitation (Chip Seal)

39 BOND FOR MATERIAL AND LABOR KNOW ALL PERSONS BY THESE PRESENTS, that I/We the Contractor in the Contract hereto annexed, 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 a Surety, and are listed and approved under the United States Treasury Circular 570, are held and firmly bound unto the City of Chtfla Vista, located in San Diego County, California, in the sum of ($ ) lawful money of the United States, for which payment, well and truly to be made, we bind ourselves, jointly and severally, firmly by these presents. Signed, sealed, and dated The condition of the above obligation is that if said Principal, as Contractor in the Contract hereto annexed, or his/her or its subcontractor, fails to pay for any material, provisions, provender or other supplies, or teams used in, upon, for or about the performance of work contracted to be done by said Contractor, namely to furnish all tools, equipment, apparatus, facilities, transportation, labor and material, other than materials, if any, agreed to be furnished by the City necessary to perform and complete, and to perform and complete in a good and workmanlike manner, the work of: PAVEMENT MINOR REHABILITATION FY12/13 (CHIP SEAL) IN THE CITY OF CHULA VISTA, CALIFORNIA (STL-388) in strict conformity with the terms and conditions set forth in the Contract hereto annexed, or for work or labor done thereon of any kind, said Surety will pay the same in an amount not exceeding the sum herein above set forth, and also in case suit is brought upon this bond, a reasonable attorney's fee to be fixed by the courts. This bond shall inure to the benefit of any and all persons, companies, and corporations entitled to file claims under and by virtue of the provisions of Chapter 7 (commencing with Section 3247) of Title 15, Part 4, Division 3 of the California Civil Code, as amended and the said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Contract or to the work to be performed thereunder or the specifications accompanying the same shall in any way affect its obligations on this bond, and it does hereby waive notice of any such changes, extension of time, alteration or addition to the terms of the Contract or to the work or to the specifications. Company Company Contractor (Print Name) Surety (Print Name) Contractor (Signature) Surety (Signature) (Attach Proper Notarization) APPROVED TO FORM: City Attorney 34 pavement Minor Rehabilitation (Chip Seal)

40 7/10/13 Contract Specifi cation 35 pavement Minor Rehabilitation (Chip Seal)

41 (This affidavit shall be executed by the successful bidder in accordance with instructions in the Proposal Requirements of this Contract, but bidder may execute the affidavit on this page at the time of submitting his/her bid). NON-COLLUSION AFFIDAVIT To the City of Chula Vista, Director of Public Works: The undersigned, in submitting a bid for performing the following work by Contract being duly sworn, deposes and says: That he/she has not, either directly or indirectly entered into any agreement, participated in any collusion, or otherwise taken any action in restraint of flee competitive bidding and has not accepted any deposit from any subcontractor or material supplier through any bid depository, the by-laws, rules, and regulations of which prohibit or prevent the Contractor from considering any bid from any subcontractor or material supplier, which is not processed through said bid depository, or which prevent any subcontractor or material supplier from bidding to any Contractor who does not use the facilities or accept bids from or through such bid depository in connection with this Contract. Business Address Place of Residence Signature of Bidder (Attach Proper Notarization) 36 pavement Minor Rehabilitation (Chip Seal)

42 37 pavement Minor Rehabilitation (Chip Seal) 8TL388

43 WORKERS' COMPENSATION INSURANCE DECLARATION Date: I am aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured against liability for Workers' Compensation or to undertake self-insurance in accordance with the provisions of that code, and I will comply with such provisions before commencing the performance of the work of this Contract. Signature Contractor State Contractor's License No. Address City/State Phone Number (Attach Proper Notarization) 38 Pavement Minor Rehabilitation (Chip Seal)

44 39 Pavement Minor Rehabilitation (Chip Seal)

45 PART 1 SPECIAL PROVISIONS - GENERAL Part 1 shall conform to Part 1 of the Standard Specifications for Public Works Construction and as amended by the Standard Special Provisions except for the following changes and/or additions: 1-2 DEFINITIONS (p 1) Add or substitute for: Agency - the City of Chula Vista, State of California Board - the City Council of the City of Chula Vista Engineer - the Director of Public Works/City Engineer of the City of Chula Vista, acting directly or through properly authorized agents, acting within the scope of the particular duties delegated to them. Laboratory - The designated laboratory authorized by the Engineer to test materials and work involved in the Contract. Notice - Shall be deemed to have been given if served personally on the Contractor or his/her authorized agent, or mailed to the Contractor postage prepaid. Standard Special Provisions - "Regional Supplement Amendments" for use with "Standard Specifications for Public Works Construction" approved and adopted by the San Diego County Regional Standards Committee. Chula Vista Standard Special Provisions - Standard Special Provisions prepared and approved by the City Engineer for use with "Standard Specifications for Public Works Construction" Standard Specifications - "Standard Specifications for Public Works Construction" 2006 Edition "Greenbook" and all subsequent additions and revisions approved and adopted by the San Diego County Regional Standards Committee. Standard Plans - San Diego Area Regional Standard Drawings 2006 Edition, Chula Vista Construction Standards, 2002 Edition, details for standard structures, devices or instructions referred to on the plans or in specifications by title or number. State Standard Specifications - Portion of the State Standard Specifications, State of California, Department of Transportation, dated July 1999 and all subsequent additions and revisions. State Standard Plans - Portion of the State Standard Plans, State of California, Department of Transportation, dated July 1999 and all subsequent additions and revisions. 2-1 AWARD AND EXECUTION OF CONTRACT ADD: (p 8) The award of the Contract will be to the lowest responsible bidder whose proposal complies with all the requirements described. The award will be made within sixty (60) days after the opening of the bids. M1 bids will be compared on the basis of the Engineer's estimate of quantities of work to be done. 4O Pavement Minor Rehabilitation (Chip Seal)

46 The Contract shall be signed by the successful bidder, and returned together with the Contract bonds, within ten (10) working days after the bidder has received notice that the Contract has been awarded. No proposal shall be considered binding upon the City until the execution of the Contract. It shall be the responsibility of the successful bidder to make an appointment within the above time limit to sign the Contract in the Director of Public Works, Engineering's Office and to discuss the construction operations with the Engineer, or his designee. Failure to execute a Contract and file acceptable bonds as provided herein within ten (10) working days after the bidder has received notice that the Contract has been awarded, shall be just cause for the annulment of the award and the forfeiture of the proposal guaranty. Return of Bidder's Guaranty: Within ten (10) working days after the award of the Contract, the City of Chula Vista will return the cash or checks accompanying the proposals which are not to be considered in making the award. All other proposal guaranty will be held until the Contract has been finally executed, after which the cash or checks will be returned. Bid bonds will be returned upon request. Non-Collusion Provision: The Contractor to whom this Contract is to be awarded shall file a sworn Non-Collusion affidavit executed by, or on behalf of, the person, farm, association, or corporation to whom the Contract is awarded. This affidavit shall be executed and sworn to by the successful bidder before such persons as are authorized by the laws of the State of California to a&ninister oaths, on the form included in these Contract documents. The original of such sworn statement shall be filed with the City Clerk (p9) SUBCONTRACTS Additional Responsibility Add Unless "Specialty Items" are designated by the Engineer in the Bid Proposal, the following Items will qualify as "Specialty Items", providing they are identified by the bidder in the Bid Proposal(s) and their total cost does not exceed fifty percent (50%) of the contract cost: Iron or steel, irrigation, landscaping, masonry, various pavement treatments (chip seal, slurry seal etc..), pavement markings and striping, pre-cast paving units, sewer, stamped concrete, street lights, traffic signals and water facility (p 10) PLANS AND SPECIFICATIONS General Add: All authorized alterations affecting the requirements and information given on the approved plans shall be in writing. No changes shall be made of any plan or drawing after the same has been approved by the Engineer, except by direction of the Engineer. Finished surfaces in all cases shall conform to the lines, grades, cross sections, and dimensions shown on the approved plans. Deviations from the approved plans, as may be required by the exigencies of construction, will be determined in all cases by the Engineer and authorized in writing. 41 pavement Minor Rehabilitation (Chip Seal)

47 2-5.2 Precedence of Contract Documents Add: (p 10) In the event of any discrepancy between any drawing and the figures written thereon, the figures shall be taken as correct. 2=10 AUTHORITY OF BOARD AND ENGINEER ADD: (p 13) Whenever the Contractor varies the period during which work is carried on each day, he/she shall give due notice to the Engineer, so that proper inspection may be provided. The Contractor shall pay a fee established by the City for inspection services, required outside of regular working hours, and on Saturdays, Sundays, and holidays recognized by the City. Any work done in the absence of the Engineer will be subject to rejection. 3-3 EXTRA WORK Markup_ Add: (p 16) (a) Work by Contractor. The following percentage shall be added to the Contractor's costs and shall constitute the markup for all overhead and profits: Labor 10% Materials 5% Equipment Rental 5% Other Items and Expenses 5% To the sum of the costs and markups provided for in this subsection, 1 percent shall be added as compensation for bonding. Co) Work by Subcontractor. When all or any part of the extra work is performed by a Subcontractor, the markup shall be as follows: A mark-up of 5% on the first $5,000 and 2.5% on work added in excess of $5,000 of the subcontracted portion of the extra work. 3-5 DISPUTED WORK ADD: (p 18) ADMINISTRATIVE CLAIMS REQUIREMENTS AND PROCEDURES: No suit shall be brought arising out of this Contract, against the City, unless a claim has first been presented in writing and filed with the City of Chula Vista and acted upon by the City of Chula Vista in accordance with the procedures set forth in Chapter 1.34 of the Chula Vista Municipal Code, as same may be from time to time be amended, the provisions of which are incorporated by this reference as if fully set forth herein, and such policies and procedures used by the City in the implementation of same. Upon request by City, Contractor shall meet and confer in good faith with City for the purpose of resolving any dispute over the terms of this Contract. MATERIALS AND WORKMANSHIP Inspection bv the Agency: Delete entire section and add Section below: 42 pavement Minor Rehabilitation (Chip Seal) STL3 8 8

48 Inspection by the Agency and Testing Add: (p 19) The Agency will provide all inspection of work and materials within the City limits of the City of Chula Vista. For private Contracts, all costs of inspection at the source, including salaries and mileage costs, shall be paid by the Permittee. Testing - Private Contracts and Permittee: When required by the Engineer, tests shall be made to determine compliance with the plans and specifications. The tests shall be performed by a laboratory approved by the Eng'meer and the number of tests shall be determined by the Engineer. The costs of these tests shall be borne by the Contractor. Testing - City Contracts: When required by the Engineer, tests shall be made to determine compliance with the plans and specifications. The tests shall be performed by a laboratory approved by the Engineer. The City shall make the arrangements with the laboratory. The number of tests shall be determined by the Engineer. The Contractor shall give 24 hours advance notice on all calls for testing. The costs of these tests shall be borne by the City except for the tests that fail, which shall be paid for by the Contractor. 6-3 SUSPENSION OF WORK ADD: (p 24) The Engineer shall have the authority to suspend the work wholly or in part for such period as may be necessary to determine whether or not there has been compliance with any provisions of the Contract and all related documents due to the manner in which the work has been performed. When the Engineer orders suspension of the work for non-compliance with the Contract terms, said suspension shall in no event extend past one week (7 days) unless the Engineer or his/her designee shall file upon the Contractor a notice of non-compliance of Contract terms. 6-6 DELAYS AND EXTENSIONS OF TIME General Revise to read as follows: (p 25) If delays are caused by unforeseen events beyond the control of both the Contractor and the Agency, such delays will entitle the Contractor to an extension of time as provided herein, but the Contractor shall not be entitled to damages or additional payment due to such delays. War, government regulations, labor disputes, strikes, fires, floods, adverse weather necessitating cessation of work, other similar action of the elements, political opposition, unintended deficiencies or delinquencies by the Agency in complying with legally-mandated conditions precedent to issuance of the Contract (such as, for example, failure to comply with environmental laws, public hearing requ'trements, delays caused by utility relocations and or installations, etc.) inability to obtain materials, equipment or labor, required extra work, or other specific reasons as may be further described in the Specifications may constitute such a delay. 43 pavement Minor Rehabilitation (Chip Seal)

49 No extension of time will be granted for a delay caused by the inability to obtain materials unless the Contractor furnishes to the Engineer documentary proof of the inability to obtain such materials in a timely manner in accordance with the sequence of the Contractor's operations and the approved construction schedule. If delays beyond the Contractor's control are caused by reasons other than those mentioned above, but substantially equal in gravity to those enumerated, and an extension of time is deemed by the Engineer to be in the best interests of the Agency, an extension of time may be granted, but the Contractor will not be entitled to damages or additional payment due to such delays. If delays beyond the Contractor's control are caused solely by action or inaction by the Agency, such delays will entitle the Contractor to an extension of time as provided in Subsection (!o 26) (p 26) 6-7 (p 26) Extensions of Time Add: It is further agreed that, in case the work called for under the Contract is not finished and completed in all parts and requirements within the time specified, the City Council shall have the right to extend the time for completion or not, as may seem best to serve the interest of the City; and if it decides to extend the time limit for the completion of the Contract, it shall further have the right to charge to the Contractor, his/her heirs, assigns or sureties, and to deduct from the final payment for the work all or any part, as it may deem proper, of the actual cost of engineering, inspection, superintendence, and other overhead expenses which are directly chargeable to the Contract, and which accrue during the period of such extension, except that the cost of final surveys and preparation of final estimate shall not be included in such charges. The Contractor shall not be assessed with liquidated damages nor the cost of engineering and inspection during any delay in the completion of the work caused by Acts of God or of the Public Enemy, acts of the City, fire, floods, epidemics, quarantine restrictions, strikes, freight embargoes, and unusually severe weather or delays of subcontractors due to such causes; provided that the Contractor shall, within ten (10) days from the beginning of such delay, notify the Engineer, in writing, of the causes of delay, who shall ascertain the facts and the extent of the delay, and his/her findings of the facts thereon shall be final and conclusive. Payment for Delays to Contractor Revise to read as follows: The Contractor may be compensated for delays caused solely by the failure of the Agency to furnish necessary rights of way, failure to deliver materials shown in the Contract Documents to be furnished by the Agency, or for the suspension of the work by the Agency for its own convenience or benefit. Without constituting a limitation on other events which may also not be for the convenience or benefit of the Agency, it shall be deemed to be not a suspension of work for the Agency's convenience or benefit if the cause of the suspension is, or is related to, one of the causes of delay identified or referenced in the first paragraph of Section If the Contractor sustains a loss which could not have been avoided by the judicious handling of forces, equipment or plant, there shall be paid to the Contractor such amount as the Engineer may find to be fair and reasonable compensation for such part of the Contractor's actual loss as was unavoidable. TIME OF COMPLETION ADD: The Contractor shall not begin work on or before the date specified in the "Notice of Execution of Contract," which date shall not be less than Ten (10) calendar days following execution of the Contract by the City. 44 pavement Minor Rehabilitation (Chip Seal) 8TL388

50 7/10/13 Con 'act Specification The Contractor shall provide the Engineer written notice of the specific date upon which he/she plans to commence work. Notice shall be given at least FORTY-EIGHT (48) hours in advance. Once work is started, the Contractor shall conduct his/her operations for continuous progress of work on a daily basis. The Contractor shall prosecute the work to completion before the expiration of the number of working days as listed in the bid proposal from the date he/she starts work and/or the date specified in the "Notice of Execution of Contract" whichever is earliest (p 28) LABOR Laws Add: Employment of Apprentices (This applies to Contracts requiring the payment of prevailing wages) Attention is directed to the provisions in Section (Chapter 1411, Statutes of 1968) and of the Labor Code concerning the employment of apprentices by the prime Contractor or any subcontractor under him/her who is awarded a Contract over $30,000 or 20 working days. Section , as amended, requires the Contractor and subcontractor employing tradesperson (s) in any apprenticeable occupation to employ a ratio of not less than one apprentice for each five journeyperson (s), except under the following conditions: A. When unemployment in the area of coverage by the joint apprenticeship committee has exceeded an average of 15 percent in the 90 days prior to the request for certificate, or B. When the number f apprentices in training in the area exceeds a rati f ne t five' r C. If there is a showing that the apprenticeable craft or trade is replacing at least 1/30 of its Journeyperson(s) annually through apprenticeship training on a statewide or local basis, or D, If assignment of an apprentice to any work performed under public works Contract would create a condition which would jeopardize his/her life or the life, safety, or property of fellow employees or the public at large, or if the specific task to which the apprentice is to be assigned is of such nature that training cannot be provided by a j ourneyperson (s). The Contractor is required to make contributions to funds established for the administration of apprenticeship programs if he/she employees registered apprentices or journeyperson (s) in an apprenticeable trade on such Contracts, and if other Contractors on the public works site are making such contributions. The Contractor and any subcontractor under him/her shall comply with the requirements of Sections and in the employment of apprentices. Information relative to apprenticeship standards, wage schedule and other requirements may be obtained from the Director of Industrial Relations, ex officio the Administrator of Apprenticeship, San Francisco, California, or from the division of Apprenticeship Standards and its branch offices. The City of Chula Vista is required to notify the Division of Apprenticeship Standards within five days of the award of any Contract covered under the above provisions. Attention is also directed to the provisions of Section 1776 of the Labor Code concerning "Payroll Records of Wages Paid: Inspection: Effect of Non-compliance: Penalties." The 45 pavement Minor Rehabilitation (Chip Seal)

51 Contractor is required to be in conformance with this section. Copies of the wage reporting form are available from Division of Labor Standard Enforcement (DLSE). 7-3 LIABILITY INSURANCE ADD: (io28) Bodily Injury and Property Damage Contractor must procure insurance against claims for injuries to persons or damages to property that may arise from or in connection with the performance of the work under the contract and the results of that work by the contractor, his agents, representatives, employees or subcontractors and provide documentation of same prior to commencement of work. Certificates evidencing such coverage and applicable policy endorsements shah be submitted to the Director of Public Works, Engineering Division at the Public Service Building, 276 Fourth Avenue, Chula Vista, California. The insurance must be maintained for the duration of the contract. Minimum Scope of Insurance Coverage shah be at least as broad as: 1. Insurance Services Office Commercial General Liability coverage (occurrence Form CG0001) including Insurance Services Office Form (G Owners and Contractors Protective Liability Coverage Form - Coverage for Operations of Designated Contractor). 2. Insurance Services Office Form Number CA 0001 covering Automobile Liability, Code 1 (any auto). 3. Worker's compensation insurance as required by the State of California and Employer's Liability Insurance. Minimum Limits of Insurance Contractor shall maintain limits no less than: 1. Commercial General Liability: (Including operations, products and completed operations) $1,000,000 per occurrence for bodily injury, personal injury and property damage. If Commercial General Liability insurance with a general aggregate limit is used, either the general aggregate limit shall apply separately to this project/location or the general aggregate limit shall be twice the required occurrence limit. 2. Automobile Liability: $1,000,000 per accident for bodily injury and property damage. 3. Worker's Compensation Employer's Liability: Statutory $1,000,000 each accident $1,000,000 disease-policy limit $1,000,000 disease-each employee The City reserves the right to require insurance for amounts in excess of the minimums stated above. 46 f'avement Minor Rehabilitation (Chip Seal)

52 Deductibles and self-insured Retentions Any deductibles or self-insured retentions must be declared to and approved by the City. At the option of the City, either the insurer will reduce or eliminate such deductibles or self-insured retentions as they pertain to the City, its officers, officials, employees and volunteers; or the Contractor will provide a financial guarantee satisfactory to the City guaranteeing payment of losses and related investigations, claim administration, and defense expenses. Other Insurance Provisions The general liability, automobile liability, and where appropriate, the worker's compensation policies are to contain, or be endorsed to contain, the following provisions:, The City of Chula Vista, its officers, officials, employees, agents, and volunteers are to be named as additional insureds with respect to liability arising out of automobiles owned, leased, hired or borrowed by or on behalf of the contractor, where applicable, and, with respect to liability arising out of work or operations performed by or on behalf of the contractor including providing materials, parts or equipment furnished in connection with such work or operations. The general liability additional insured coverage must be provided in the form of an endorsement to the contractor's insurance using ISO CG 2010 (11/85) or its equivalent. Specifically, the endorsement must not exclude Products/Completed Operations coverage.. The contractor's insurance coverage must be primary insurance as it pertains to the City, its officers, officials, employees, agents, and volunteers. Any insurance or self-insurance maintained by the City, its officers, officials, employees, or volunteers is wholly separate from the insurance of the contractor and in no way relieves the contractor from its responsibility to provide insurance., Each insurance policy required by this clause will not be canceled by either party, except after thirty (30) days' prior written notice to the City by certified mail, return receipt requested., Coverage shall not extend to any indemnity coverage for the active, negligence of the additional insured in any case where an agreement to indemnify the additional insured would be invalid under Subdivision (b) of Section 2782 of the Civil Code. 5. Contractor's insurer will provide a Waiver of Subrogation in favor of the City for each required policy providing coverage during the life of this contract. Acceptability of Insurers Insurance is to be placed with licensed insurers admitted to transact business in the State of California with a current A.M. Best's rating of no less than A V. If insurance is placed with a surplus lines insurer, insurer must be listed on the State of California List of Eligible Surplus Lines Insurers (LESLI) with a current A.M. Best's rating of no less than A X. Exception may be made for the State Compensation Fund when not specifically rated. 47 Pavement Minor Rehabilitation (Chip Seal)

53 Verification of Coverage Contractor shall furnish the City with original certificates and amendatory endorsements effecting coverage required by this clause. The endorsements should be on insurance industry forms, provided those endorsements conform to the contract requirements. All certificates and endorsements are to be received and approved by the City before work commences. The City reserves the right to require, at any time, complete, certified copies of all required insurance policies, including endorsements evidencing the coverage required by these specifications. Subcontractors Contractor must include all subcontractors as insureds under its policies or furnish separate certificates and endorsements for each subcontractor. All coverage for subcontractors is subject to all of the requirements included in these specifications. 7-4 WORKER'S COMPENSATION INSURANCE ADD: (p 29) Contractor shall provide certificates of insurance evidencing coverage as follows: Statutory Workers' Compensation insurance as required by the State of California and Employer's Liability insurance in the following limits: $1,000,000 Each Accident $1,000,000 Disease - Policy Limit $1,000,000 Disease - Each Employee Deductibles and Self-Insured Retentions Any deductibles or self-insured retentions must be declared to and approved by the City. At the option of the City, either the insurer will reduce or eliminate such deductibles or self-insured retentions as they pertain to the City, its officers, officials, employees and volunteers; or the Contractor will provide a financial guarantee satisfactory to the City guaranteeing payment of losses and related investigations, claim administration, and defense expenses., Worker's compensation policies are to contain, or be endorsed to contain, the following provisions: 1. Each insurance policy required by this clause must be endorsed to state that coverage will not be canceled by either party, except after thirty (30) days' prior written notice to the City by certified mail, return receipt requested. 2. Contractor's insurer will provide a Waiver of Subrogation in favor of the City for each required policy providing coverage during the life of this contract PUBLIC CONVENIENCE AND SAFETY Traffic and Access Add: (p 32) All traffic control shall be done in accordance with the latest revised edition of the Manual of Traffic Controls prepared by the California Department of Transportation. The latest revised 48 Pavement Minor Rehabilitation (Chip Seal)

54 edition of the Work Area Traffic Control Handbook (WATCH) may be used as a handy reference for compliance but does not excuse the Contractor from not complying with the State manual (p 34) LAWS TO BE OBSERVED ADD: Taxes All applicable State or Federal taxes shall be considered as included in the amount paid for the various items of work. The Contractor shall be responsible for payment of such taxes to the proper governmental authority. The Contractor shall keep fitly informed and comply with all existing Federal and State laws and all Municipal Ordinances and Regulations of the City which in any manner affect those engaged or employed in the work, or the material used in the work, or which in any way affect the conduct of the work, and all such orders and decrees of bodies or tribunals having any jurisdiction or authority over the same. City of Chula Vista Resolution 3077 requires that all underground work be completed prior to the street being surfaced. Contractors and all subcontractors shall be licensed in accordance with the provisions of Chapter 9 of Division Ill of the Business and Professions Code, State of California. Unless otherwise specified, the Contractor shall procure all permits and licenses, pay all charges and fees, and give all notices necessary and incidental to the due and lawful prosecution of work. The Contractor and subcontractors shall have a valid City of Chula Vista Business License (p 35) RECORD RETENTION AND AVAILABILITY ADD: 1. The Contractor shall allow access by the City, the federal grantor agency, the Comptroller General of the United States, or any of their duly authorized representatives to any books, documents, papers and records of the Contractor pertinent to that specific Contract. 2. The Contractor shall retain all required records for three years after final Payments are made and all other pending matters are closed. 9-1 MEASUREMENT OF QUANTITIES FOR UNIT PRICE WORK ADD: (p 37) (p 38) General The estimate of the quantities of work to be done and materials to be furnished are approximate only, being given as a basis for the comparison of bids, and the City of Chula Vista does not expressly or by implication agree that the actual amount of work will correspond therewith, but reserves the right to increase or decrease the amount of any class or portion of the work or to omit portions of the work that may be deemed necessary or expedient by the Engineer. PAYMENT Partial and Final Payment Add: The Engineer shall, after the completion of the Contract, make a final estimate of the amount of work done thereunder and the value of such work, and the City shall pay the entire sum so found to be due after deducting therefrom all previous payments, all amounts to be kept and all amounts 49 pavement Minor Rehabilitation (Chip Seal)

55 to be retained under the provisions of the Contract. All prior partial estimates and payments shall be subject to correction in the fmal estimate and payment. The final payment shall not be due and payable until the expiration of 35 days from date of acceptance of work by the City Manager and/or City Council. It is mutually agreed between the parties to the Contract that no certificate given or payments made under the Contract, except the final certificate of final payment, shall be conclusive evidence of the performance of the Contract, either wholly or in part, against any claim of the City, and no payment shall be construed to be in acceptance of any defective work or improper materials. And the Contractor further agrees that the payment of the final amount due under the Contract, and the adjustment and payment for any work done in accordance with any alterations of the same, shall release the City, City Council and the Engineer from any and all claims or liability on account of work performed under the Contract or any alteration thereof Partial and Final Payment Delete: (p38) Second sentence of paragraph three (After 50 percent, whichever is greater) Delivered Materials Add: (p 38) The City shall retain 50 percent of the value of the materials so estimated to have been furnished and delivered and unused as aforesaid as part security for the fulfillment of the Contract by the Contractor and shall monthly pay to the Contractor, while carrying on the work, the balance not retained, as aforesaid, after deducting therefrom all previous payments and all sums to be kept or retained under the provisions of the Contract. ADDITIONAL SECTIONS: 1. FEDERAL STATUTORY REQUIREMENTS FOR FEDERALLY ASSISTED CONSTRUCTION PROJECTS (Applicable to Contracts and Subcontracts which exceed $100,000) a, i The Contractor agrees to comply with all applicable standards, orders, or regulations issued pursuant to the Clean Air Act, as amended (42 U.S.C ET SEQ., as amended by Pub. L ), and under the Federal Water Pollution Control Act, as amended (33 U.S.C ET SEQ., as amended by Pub. L ), Executive Order 11738, and regulations in implementation thereof (40 C.F.R., Part 14). b. The Contractor agrees to comply with all the requirements of Section 114 of the Clean Air Act and Section 308 of the Federal Water Pollution Control Act and all the regulations and guidelines listed thereunder. C, The Contractor shall promptly notify the City of the receipt of any communication from the Director, Office of Federal Activities, EPA, indicating that a facility to be utilized for the Contract is under consideration to be listed on the EPA List of Violating Facilities. d. The Contractor agrees to include or cause to be included the requirements listed above in every non-exempt subcontract, and further agrees to take such action as the Government may direct as a means of enforcing such requirements. 50 Pavement Minor Rehabilitation (Chip Seal)

56 2. ENERGY EFFICIENCY The Contractor agrees that it shall comply with the mandatory standards and policies relating to energy efficiency, which are contained in Title 24 (the State Energy Conservation Plan) which was issued in compliance with the Energy Policy and Conservation Act. 3. HOLD HARMLESS Contractor shall defend, indemnify, protect and hold harmless the City, its elected and appointed officials, officers and employees, from and against all claims for damages to property, injury to or death of any person or persons, including property and employees or agents of the City, workers' compensation claims, liability, cost and expense (including without limitation attorneys fees) in any way resulting from or arising out of or alleged by third parties to be the result of the negligent acts, errors or omissions or the willful misconduct of the Contractor, and Contractor's employees, subcontractors or other persons, agencies or firms for whom Contractor is legally responsible in connection with the execution of the work covered by this Agreement, except only for those claims, damages, liability, costs and expenses (including without limitations, attorneys fees) arising from the sole negligence or sole willful misconduct of the City, its officers, employees. Also covered is liability arising from, cormected with, caused by or claimed to be caused by the active or passive negligent acts or omissions of the City, its agents, officers, or employees which may be in combination with the active or passive negligent acts or omissions of Contractor, its employees, subcontractors, agents or officers, or any third party. Contractor's indemnification shall include any and all costs, expenses, attorneys fees and liability incurred by the City, its elected and appointed officials, officers, agents or employees in defending against such claims, whether the same proceed to judgment or not. Contractor's obligations under this Section shall not be limited by any prior or subsequent declaration by the Contractor. Contractor's obligations under this Section shall survive the termination of this Agreement. 51 pavement Minor Rehabilitation (Chip Seal)

57 PART 2 SPECIAL PROVISIONS - TECHNICAL 2-1 SCOPE OF WORK The scope of work consists of the pavement rehabilitation of various street pavement locations in the City of Chula Vista, California. The work includes the removal and replacement of damaged asphalt concrete pavement (Dig-out) and the application of Chip Seal Coat as described in these Special Provisions. The street classification for this work is primarily arterial/collector streets. The table on Appendix "A" shows the detailed scope of work and approximate quantities by street. Other work includes weed removal and treatment with herbicide, crack filling, pavement striping and marking, replacement of damaged traffic signal loop detectors, manhole cover adjustment, traffic control, protection and restoration of existing improvements, other miscellaneous work, and all labor, material, equipment and transportation necessary for the project, and described in these documents. This project is to be constructed or finished and installed satisfactorily conforming to plans and specifications. Such other items or details not mentioned above, that are required by the plans, Standard Specifications, or these Special Provisions, shall be performed, placed, constructed or installed. 2-2 CONTRACTORS QUALIFICATION AND LICENSE No bid will be accepted from a contractor and/or subcontractors who are not licensed in accordance with the provisions of Chapter 9, Division 3 of the Business and Professions Code and its implementing regulations. All contractors and subcontractors are required to have a valid City of Chula Vista business license prior to start of work. The department shall require from all prospective bidders the completion, under penalty of perjury, and submittal of a standard form of information whether such prospective bidder, any officer of such bidder, or any employee of such bidder who has a proprietary interest in such bidder, has ever been disqualified, removed, or otherwise prevented from bidding on, or completing a federal, state, or local government project because of a violation of law or a safety regulation, and if so to explain the circumstances. Minimum combination of license requirements for this contract: Class A - "General Engineering Contractor", or a combination of C-10, C-12, C-31, and C-32 contractor licenses. All traffic control plans must be prepared and signed by an "A" or a "C-31" licensed contractor. 2-3 SUBCONTRACTORS According to the Subletting and Subcontracting Fair Practices Act commencing with Section 4100 of the Public Contract Code: Each proposal shall have listed therein the name and address of each subcontractor to whom the bidder proposes to subcontract portions of the work in the amount of 1/2 of 1% of the total bid or $10,000, whichever is geater. The bidder's attention is directed to the other provisions of said act related to penalties for failure to observe the provisions by using unauthorized subcontractors or by making unauthorized substitutions. 52 Pavement Minor Rehabilitation (Chip Seal)

58 A sheet listing of subcontractors as required herein is included in these specifications. All subcontractors are required to have a valid City of Chula Vista business license before a notice to proceed may be issued. The Contractor shall comply with Section 2-3 of the Standard Specifications and Regional Supplement Amendments and shall perform at least 50 percent of the contract work with his or her own organization. 2-4 WAGE RATES Contractors are not required by bid specifications to pay prevailing wage ("NOT Prevailing Wage Rates") to persons employed by them for work under this Contract in accordance with Section of the Chula Vista Municipal Code regulating payment of prevailing wages for Contracts let by the City. 2-5 STANDARD SPECIFICATIONS AND STANDARD DRAWINGS City of Chula Vista Subdivision Manual 2. Standard Specifications for Public Works Construction, 2006 Edition ("Greenbook") Regional Supplement to Standard Specifications for Public Works Construction ("Regional Supplement") 4. San Diego Regional Standard Drawings ("SDRSD"), dated September City of Chula Vista Standard Special Provisions ("CV Special Provisions") dated October City of Chula Vista Department of Public Works Desigu and Construction Standards ("CVDS") & ("CVCS") Edition, 7. California Department of Transportation Standard Plans 2010 ("Caltrans Standard Plans") 8. California Department of Transportation Standard Specifications 2010 ("Caltrans Standard Specifications") California Manual on Uniform Traffic Control Devices ("MUTCD") All provisions applicable to the work to be performed in accordance with these drawings and Special Provisions of this project shall apply whether specifically referred to herein or not. References to these various standards have been made in the Special Provisions. These references apply directly to the work the Contractor is to perform. Whenever reference is made to "Standard Specifications" it shall refer to the Standard Specifications for Public Works Construction (2006) (Green Book) and whenever, in the remaining porti9n of these Special Provisions, reference is made to "Sections", it shall be understood that such sections refer to State of California, Business and Transportation Agency, Department of Transportation Standard Specifications dated May HOURS OF OPERATION AND OTHER RESTRICTIONS The following restrictions shall apply to the streets listed below. Traffic control shall be installed and removed within these hours only and not before or after. Construction hours are as follows: 1. East "H" Street, Otay Lakes Road and Telegraph Canyon Road - 7:00 AM to 3:00 PM eastbound and 9:00 AM to 4:00 PM westbound 2. Hunte Parkway - 8:30 AM to 2:30 PM Monday thru Thursday. No Friday work would be allowed because of early school dismissal No additional compensation shall be allowed should the contractor choose to work during the weekends. The Contractor shall notify the City in advance of any weekend work. 53 pavement Minor Rehabilitation (Chip Seal) STL3 8 8

59 2-7 REMOVAL, DISPOSAL AND REPLACEMENT OF AC PAVEMENT (DIG-OUT) All existing improvements required to be removed by construction of the new work and all excavation, grading, subgrade preparation shall be according to Sections and of the Standard Specifications and Regional Supplement Amendments. All excavation, grading and disposal shall be in accordance with Sections 2-10 and 2-11 of these Special Provisions. Mark-out of the locations of pavement repairs (dig-outs) has been completed. Portions of street pavement that show failure ("alligator" cracking) will be removed as marked out by the City. No pothole explorations of the existing pavement sections were done. Areas removed shall be prepared to receive a minimum of six (6) inches except at Telegraph Canyon Road (see Appendix A, Attachment 2.) Minimum width of dig-outs shall be four (4) feet. Asphalt concrete for dig-outs shall be 3/4" Type lii, B2, PG64-10 and shall conform to Section 2-08 of these Special Provisions. No base material will be required. The top 6 inches of the exposed subgrade or base shall be compacted to 90 percent relative density per Section 301 of the Standard Specifications. Work under this item shall include preparation of the existing grade for placement of the new improvements, and grading necessary to obtain the finished grades shown on the plans. The Contractor may saw cut the existing asphalt concrete pavement before removal. All asphalt concrete saw cutting shall be in accordance with Section 2-16 of these Special Provisions. Due care must be exercised when saw cutting. Compensation for the removal and disposal of excess material, subgrade preparation, placement of new asphalt concrete, furnishing all labor, materials, tools, equipment, incidentals, protection and repair of damaged property during the course of the dig-out process is considered included in the contract price paid for "Removal, Disposal, and Replacement of AC Pavement (Dig-oat)." 2-8 ASPHALT CONCRETE All Asphalt Concrete (AC) shall be according to the provisions of Sections 203-6, and of the Regional Standard Specifications, Regional Supplement Amendments, Standard Special Provisions, and applicable Regional Standard Drawings. Asphalt concrete mixture shall be in accordance with Section of the Standard Specifications and shall be 314" Type lii, B2, PG64-10 for dig- out/base course. The Contractor shall submit a iob mix formula one week before paving for review by the City from the main supplier and an alternate identifying each source(s) of supply and type of mixture specified. The job mix formula shall indicate the percentage passing each specified sieve size and the percent of asphalt to be used for each asphalt concrete mixture to be incorporated in the work. The alternate supplier shall be utilized to prevent delays in construction. 2-9 CHIP SEAL COAT AND FLUSH COAT Chip Seal Coat shall be according to the provisions of Sections 37-2, "Seal Coats," and Section 94, "Asphalt Emulsions," of the State Standard Specifications, Section 302-2, "Chip Seal," of the Standard Specifications, Regional Supplement Amendments, Standard Special Provisions, and applicable Regional Standard Drawings. 54 pavement Minor Rehabilitation (Chip Seal)

60 Wherein this Section 2-9 refers to State Standard Specifications, it shall mean State of California, Department of Transportation, "Standard Specifications, 2010." and Standard Specifications shall mean Standard Specifications for Public Works Construction (Greenbook.) A Chip Seal coat consisting of asphaltic emulsion, rock screening and latex rubber additive shall be applied to areas (Appendix "A") designated in these Special Provisions. Chip Seal coat shall be followed by a Flush Coat. Chip Seal Coat shall be medium fine, and shall conform to the provisions of the State Standard Specifications, Standard Specifications and these Special Provisions. Application Bituminous binder shall be asphaltic emulsion grade CRS-2 with latex rubber additive and shall be applied by distributing equipment per Sections and of the Standard Specifications (Greenbook). The approximate rate of application of screening and combined asphaltic emulsion and latex rubber additive shall be as follows: SEAL COAT SIZE OF TYPE SCREENING Medium Fine 5/16" x No. 8 SCREENINGS ASPHALT EMULSION AND (LB/SQ. YD.) LATEX (GAL/SQ. YD.) 16 to to 0.35 A latex rubber additive "Ultrapave 70" or approved equal shall be added to the emulsion at the plant or job site. The percentage of latex to be added to the emulsion shall be approximately 3% of the emulsion by volume. The temperature of the emulsion shall be approximately 165 F and the distributor truck's recirculating pump shall be running at the time of introduction of the latex. The maximum time the material can be stored is seven days. The Contractor at his expense shall provide the City with certified test results on the quality of the screenings being used as listed in Section 37-2, "Seal Coats," of the State Standard Specifications. The approximate rate of application of the combined asphaltic emulsion and latex rubber additive shall be as shown above. The temperature of the bituminous binder at time of application shall be not less than 130 F or more than 180 F. Finishing Finishing shall conform to the provisions in Section , "Finishing," of the Standard Specifications (Greenbook) and these Special Provisions. Immediately following the application of the bituminous binder, it shall be covered with screenings. Screenings shall be surface damp at the time of application, but excess water on the aggregate surface will not be permitted. When directed by the Engineer, screenings shall be dampened in the vehicles before delivery to the spreader. The self-propelled chip spreader shall be at least 10 feet to no more than 50 feet behind the bituminous binder distribution truck. The rate shall be adjusted up or down so that no "bleed through" occurs during rolling. 55 Pavement Minor Rehabilitation (Chip Seal)

61 The compaction of screening shall be accomplished by a minimum of three (3) self-propelled, pneumatic tired rollers meeting the requirements of Section , except that tires shall be inflated to 100psi and the operating weight shall be 5,000 pounds per tire. All rollers shall be onsite and operating at all times. The Contractor shall provide an operator for each piece of equipment. Initial rolling shall commence immediately following the spread of the screenings. The rolling equipment shall maintain a distance of not more than 50 feet behind the chip spreader on the first pass. The rollers shall operate at a maximum speed of 5MPH. There shall be at least three (3) complete coverages by the pneumatic-tired rollers (one initial and two secondary) to embed particles firmly into the emulsified asphalt. The Contractor shall provide all labor and equipment necessary to sweep the streets totally before and following placement of the seal coat. 1. Sweep and thoroughly clean the street before placement of the asphaltic emulsion.. After placement of the chips, the initial sweeping may begin after a period of two (2) to four (4) hours. Sweeping shall be followed by an application of a Flush Coat. 3. In any event, the Contractor shall be responsible for timely removal of loose rock from the street, no matter how many sweepings are needed. Power sweeping shall be done before the end of the day after chip seal operation to remove any excess loose aggregate. During the sweeping process the Contractor shall use a backpack blower to clear driveways, gutters and sidewalks of excess aggregate. The Contractor is responsible for disposing of all material obtained from sweeping the streets. Compensation for the sweeping and disposing of excess material is considered included in the unit price paid for chip seal coat. The Contractor shall exercise care to prevent oil from being deposited on concrete surfaces. Each day the Contractor shall remove oil from the surfaces not designated to be chip sealed. No additional streets shall be chip sealed until this clean up has been performed. The method of the oil removal shall be approved by the Engineer. The Contractor shall protect all existing manhole, valve, survey monument, and other miscellaneous frames and covers. The Contractor shall cooperate with the owners of any frames and covers and shall cover and completely protect them with heavy roofing paper or other suitable material. Petroleum-based release agents shall not be used for this purpose. The Contractor placing the chip seal shall take precautionary measures to ensure that his or her operations do not represent a hazard to motorists and pedestrians. THE CONTRACTOR SHALL BE HELD FULLY RESPONSIBLE FOR DAMAGE TO WINDSHIELDS AND FOR CHIPPING OF PAINT ON VEHICLES PASSING THROUGH THE WORK SITE. THE POSTING OF CONSTRUCTION ZONE SPEED LIMIT SIGNS THAT REDUCE THE LEGALLY POSTED SPEED LIMIT BY MORE THAN 10 MILES PER HOUR (MPH) WILL NOT RELIEVE THE CONTRACTOR OF THEIR RESPONSIBILITY FOR DAMAGE TO VEHICLE WINDSHIELDS AND PAINT, UNLESS THE CONTRACTOR FIRST 56 Pavement Minor Rehabilitation (Chip Seal)

62 CONDUCTS A SPEED SURVEY JUSTIFYING SAID REDUCTION 1N ACCORDANCE WITH CALIFORNIA VEHICLE CODE REQUIREMENTS; SAID SPEED SURVEY SHALL BE CONDUCTED BY AN ENTITY ALLOWED TO PERFORM SUCH SURVEYS UNDER THE CALIFORNIA VEHICLE CODE. THE ABOVE DOES NOT PREVENT THE CONTRACTOR FROM POSTING ADVISORY SIGNS RECOMMENDING THAT DRIVERS REDUCE THEIR SPEEDS BY MORE THAN 10 MPH FROM THE LEGALLY POSTED SPEED LIMIT. ALL SIGNS SHALL CONFORM TO THE MUTCD (MANUAL OF UNIFORM TRAFFIC CONTROL DEVICES) AND THESE SPECIAL PROVISIONS. ALL SIGNS, CONSTRUCTION, WARNING, REGULATORY AND ADVISORY SHALL BE CLEARLY SHOWN ON THE TRAFFIC CONTROL PLANS AND SHALL CONFORM TO THE APPLICABLE SECTIONS OF THE CALTRANS TRAFFIC CONTROL MANUAL. THE CONTRACTOR SHALL WITHIN 10 DAYS RESOLVE ANY CLAIMS FOR WINDSHIELD OR PAINT DAMAGE AND PROVIDE PROOF OF SUCH TIMELY RESOLUTION TO THE CITY OF ANY AND ALL SUCH CLAIMS PRIOR TO THE RELEASE OF RETENTION FUNDS. Flush Coat Application After the first sweeping, the chip seal coat shall be immediately followed by an application of a Flush Coat per Section F(5), "Asphaltic Emulsion for Flush Coat", of the State Standard Specifications, Standard Specifications and these Special Provisions. Flush Coat shall consist of an application of asphaltic emulsion, grade CQSlh. The rate of application shall be 0.02 to 0.06 gallons per square yard. Apply sand immediately after the asphaltic emulsion application. Spread sand with a self-propelled screenings spreader equipped with a mechanical device that spreads sand at a uniform rate over the full width of a traffic lane in a single application. Spread sand at a rate of 2 to 6 pounds per square yards. The Engineer determines the exact rate. Stockpile Sites and Construction Zone The sites for stockpiling shall be clean and free of objectionable materials and shall be located outside the street right-of-way. Arrangements for these sites shall be the responsibility of the Centractor. If on private property, a written agreement shall be provided to the Engineer prior to commencing operations. For purposes of this contract the construction zone is defined to be the stockpile area, the area to be sealed, and all streets and public rights-of-way in between. The equipment to be used shall be as follows: A. An asphalt distributor for application of the emulsion sealer shall have a full circulation spray bar that is adjustable to at least sixteen (16) feet wide in two (2) feet increments and capable of heating and circulating the emulsion simultaneously. It must have computerized rate control for adjusting and controlling the application from the cab that is adjusting by.01 gallons per square yard increments. The distributor shall also be equipped with a volume measuring devise and a thermometer for measuring the emulsion temperatajre in the tank. 57 pavement Minor Rehabilitation (Chip Seal)

63 City of Ctmla Vista, CA B. A self-propelled aggregate spreader with front discharge that can evenly distribute aggregate. C. A minimum of three (3) pneumatic-tired rollers. D. Two (2) mechanically powered kick-brooms or vacuum type brooms. Gutter brooms or steel tined brooms shall not be used. E. Backpack blowers for removing excess chips during the sweeping operation. Any cleanup work due to poor application of emulsion or tracking caused by any vehicles and equipment shah be at the Contractor's expense. Payment Basis for rejection of chip seal includes, but is not limited to, improper placement of material, striation of surface, "bailing" of material dueto quick-set, and tracks of vehicles, bicycles and pedestrians. Load Ticket Submittals At the end of each day when chip seal is placed, the contractor shall submit to the City the actual quantity, in gallons, of asphaltic emulsion placed. At the completion of this project, the contractor shall submit to the City a certified emulsion load ticket that details the amount of emulsion placed per day and the total cumulative placed under the contract. The contract unit price paid for "Chip Seal with Flush Coat" shall include full compensation for fimaishing labor, materials, equipment and incidentals, vegetation removal, pre-sweeping, post-sweeping, disposing of excess material, posting no parking signs, notifying property owners and for doing all the work involved in the application of chip Seal, complete-in-place, including cleaning of the surface, mixing and applying the emulsion sealer on the pavement and protecting the seal coat until it has set, as specified in the Standard Specifications, these Special Provisions and as directed by the Engineer CLEARING AND GRUBBING, AND ENVIRONMENTAL PROTECTION Clearing, Grubbing and Removals shall conform to the provisions of Section 300-1, "Clearing and Grubbing," of the Standard Specifications, Regional Supplement Amendments, these Special Provisions and as directed by the Engineer. It shall consist of thorough sweeping and cleaning surfaces prior to resurfacing, removal and disposal of raised pavement markers, existing weeds, brush, or other objectionable material in or along the edges of areas to receive work. Care must be exercised to prevent damage to trees along eurbside parkway by using low profile equipment. Any tree trimming and/or root removal is at the contractor's expense. Tree trimming services must be done by a qualified Arborist provided by the Contractor. Notify the City Arborist in advance of the construction work. Contractor shall keep existing streets free from dirt and debris at all times. Contractor shall be prepared to sweep surfaces immediately at the request of the Engineer should he deems it is necessary for safety of public and to avoid damage to properties. Existing pavement markers and thermoplastic pavement markings shall be removed in accordance with Sections C and D of the State Standard Specifications and all applicable state laws and regulations. 58 1Pavement Minor Rehabilitation (Chip Seal)

64 Attention is directed to Section "Water Pollution Control", of the State Standard Specification and these Special Provisions. It is the Contractor's responsibility to monitor, maintain and take necessary measures to keep all substances used in or resulting from Ins or her work out of the gutters, storm drains and other conveyance, including but not limited to: employee and subcontractor training and instruction, dry cleanup of spills, wet vacuum of saw cutting slurry, proper disposal of cement and paint, proper handling of hazardous waste, blocking of storm drains, shoveling dart and debris from gutters. It shall be the Contractor's responsibility to monitor and maintain all such measures on a daily or more frequent basis, including on non-work days and during storms. The cost of this work including removal and disposal of excess material, furnishing all labor, materials, tools, equipment, incidentals, protection and repair of damaged property is considered included in the unit prices paid for various items of work and no additional compensation shall be allowed therefore EXCAVATION AND GRADING All excavation, grading, export, backfill, and re-compaction necessary to obtain the finished grades shall be done in accordance with Sections 300 and 301 of the Standard Specifications, Regional Supplement Amendments, applicable standard drawings, and as directed by the Engineer. Excess materials shall become the property of the Contractor and shall be removed from the site or dispose properly. Section 4216/4217 of the government code requires a dig alert identification number be issued before a "Permit to Excavate" will be valid. For your "Dig Alert" I.D. number, call Underground Service Alert toll free at OR two working days before digging. The Contractor will be required to grade and prepare the subgrade for the new improvements. If additional subgrade material is required to make grade, the cost of supplying and placing this material is considered included in the unit price paid for the various items of work. All roots under the new pavement work shall be removed to a depth of 24 inches below the finished grade and to a depth of 12 inches below the finished grade under the new concrete work to a distance of 2 feet outside the limits of replacement. The Contractor shall notify the City Inspector to have the City Arborist inspect the exposed roots upon completion of the removal of the existing concrete/pavement and prior to root pmning/subgrade preparation. Root pruning shall be performed to the satisfaction of the City Arborist/City Inspector. Full compensation for this work shall be considered included in the unit price paid for in the various concrete bid items and no additional compensation will be allowed therefore. If additional subgrade material is required to make grade, the cost of supplying and placing this material is considered included in the unit price paid for various items of work. The cost of this work including removal and disposal of excess material, furnishing all labor, materials, tools, equipment, incidentals, protection and repair of damaged property is considered included in the unit prices paid for various items of work and no additional compensation shall be allowed therefore DISPOSAL In all areas of pavement removal (dig-out), reconstruction, curb, gutter, and sidewalk restoration and as directed by the Engineer, the Contractor shall remove and dispose the existing pavement, soil and other existing improvements. The Contractor has sole discretion on the means of hauling away the removal items. The Contractor may use Contractor's own vehicles and employees to haul waste that is incidental to the contract. If the 59 pavement Minor Rehabilitation (Chip Seal)

65 Contractor self hauls waste material, he or she must designate the specific State permitted landfill or recycling facility that will be used to dispose of any waste material generated on the job. ffthe Contractor does not designate a State permitted disposal site, he or she shall obtain a hold harmless agreement acceptable to the City Risk Manager and the City Attorney. If the Contractor subcontracts for waste hauling, he or she is obligated to use the franchised waste disposal company that has an agreement with the City (Currently Allied Waste Services owned by Republic Waste Services at (619) ). For questions regarding waste disposal requirements, call Allied Waste Services owned by Republic Waste Services, George Ortiz (619) , cell (619) or David Pote at (619) , cell (619) For a listing of commercial recycling services, or construction, demolition and yard waste sites, call the "I Love a Clean San Diego" at or online at For additional information or questions regarding waste disposal requirements and for a listing of commercial recycling services, or construction, demolition and yard waste sites within the City of Chula Vista, call the City of Chula Vista Recycling Specialist Manuel Medrano at (619) or Martie Solomon at (619) All existing improvements removed by construction of the new work shall become the property of the contractor and shall be removed and disposed according to the provisions of Section of the Standard Specifications. The cost of this work including removal and disposal of excess material, furnishing all labor, materials, tools, equipment, incidentals, protection and repair of damaged property is considered included in the unit prices paid for various items of work and no additional compensation shall be allowed therefore WEED CONTROL Prior to the pavement operation on city streets, the Contractor shall remove any and all vegetation within the limits of the pavement work by applfmg an approved herbicide. All cracks and joints shall be free of any weed growth prior to the application of the asphalt overlay, chip seal and/or slurry seal. All weed growths shall be removed and treated with a non-selective, systemic weed and grass killer to prevent future growth. The Contractor shall submit for Engineer approval the type of herbicide to be used. The herbicide shall be applied at least 10 days prior to any pavement overlay and/or sealing operation, or as directed by the manufacturer of the approved herbicide. Reward and Round Up are pre-approved herbicides. All other herbicides shall be submitted by the contractor for approval by the City of Chula Vista, and shall be certified for use in the State of California for the specific use intended. The application of the herbicide shall be performed by a qualif'led Contractor in accordance with all applicable regulations. Mixtaxres and spread rates for the herbicides shall be determined by the manufacturer's specifications. Wash down of equipment or discarding of herbicides shall not enter the catch basins or positive drainage facilities. Any and all fines or clean-up costs for unlawful misuse or discarding of herbicides shall be the sole responsibility of the Contractor. The cost of this work including removal and disposal of excess material, furnishing all labor, materials, tools, equipment, incidentals, protection and repair of damaged property is considered included in the unit prices paid for various items of work and no additional compensation shall be allowed therefore. 6O pavement Minor Rehabilitation (Chip Seal)

66 2-14 CRACK FILLING All cracks and joints shall be treated with a non-selective, systemic weed and grass killer to prevent future growth. The Contractor shall clean, treat and seal the cracks. The Contractor shall not overfill the cracks, but shall leave them concave. Crack filling shall be conducted after completion of the dig-out repairs. Crack filling shall be conducted on all cracks greater than 1/4" in width and shall be outside of the pre marked dig-out areas. Cracks to be filled shall be cleaned to remove dust, dirt, moisture, foreign material including weeds and grass, and filled with a hot-applied rubber modified asphalt type sealant (i.e., Crafco Rubberized Crack Fill), or approved crack filling compound. Full compensation for furnishing all labor, materials, herbicide, tools, equipment, and incidentals, and all necessary traffic control as required by the City of Chula Vista is considered included in the contract price paid for "Cracld'dl" and no additional compensation will be allowed therefore TACK COAT In addition to the requirements of Section Tack Coat, tile vertical contact surface of all pavement joints, curbs, gutters, manholes and utility covers shall be painted with a Pavement Joint Adhesive (CRAFCO-Pavement Joint Adhesive or an approved equal). The application equipment and application rate shall be in accordance with the manufacturer's recommendations and approved by the Engineer. All horizontal surfaces will use SS-lh. The cost of this work including removal and disposal of excess material, furnishing all labor, materials, tools, equipment, incidentals, protection and repair of damaged property is considered included in the unit prices paid for various items of work and no additional compensation shall be allowed therefore SAW CUTTING Saw cutting of existing concrete and AC paving prior to removal will be required at most locations and shall be in accordance with Section of the Standard Specifications. The Contractor shall reduce or eliminate saw-cut slurry discharges to gutters, storm drains, and watercourses. The Contractor shall shovel, absorb or vacuum the slurry residue from the pavement or gutters and remove from the site at the end of the day or job (whichever is sooner). The cost of this work including removal and disposal of excess material, furnishing all labor, materials, tools, equipment, incidentals, protection and repair of damaged property is considered included in the unit prices paid for the various items of work and no additional compensation shall be allowed therefore ADJUSTMENT OF SEWER/STORM DRAIN MANHOLE COVER Depressed sewer and storm drain manhoies covers found in the limits of construction shall be adjusted to grade by the Contractor using the masonry adjusting method (see Appendix "B'). For any adjustment over 3 inches, the contractor shall use pre-cast grade rings. Fiberglass adjusting rings shall not be permitted. Contractor shall notify the respective utilities, if needed, to adjust utility manhole covers, valve well covers, pull boxes or vaults, etc. Contractor shall be responsible for contacting the respective utility and coordinating and scheduling the respective work so as not to hinder the construction schedule. 61 pavement Minor Rehabilitation (Chip Seal)

67 The Contractor shall place identification locators on top of all manholes, survey monuments, valve lids, vaults, etc. that must be raised by the Contractor or various utilities atter the pavement operation. It is the responsibility of the Contractor to preserve the location of these covers or lids. Exact number of manhole covers to be raised will be determined as the work progresses. The contract unit prices for "Adjustment of Manhole Cover - Masonry method)" shall include the full compensation for the re-adjustment of the manhole cover using the masonry adjustment method, for furnishing all labor, materials, all required construction, tools, equipment, transportation, and all incidentals necessary to install the item of work. No additional compensation shall be allowed therefore MONUMENT PRESERVATION The Contractor shall verify with Inspection Staff that monument preservation has been completed by the City of Chula Vista Land Survey Section. Existing monument(s) (not verified & tied by the City) within the work area and outside the actual work area destroyed by the Contractor shall be the responsibility of the Contractor to perform monument preservation. This responsibility includes, but not limited to, hiring a qualified ennneer or land surveyor to replace said monument(s) and file appropriate Land Survey documents TRAFFIC SIGNAL LOOPS The contractor shall replace existing traffic signal loops located within the dig-out areas that are damaged by the contractor's operation. Traffic Signal loops will not be replaced where video camera system are operated. No new traffic signals loops or sensors will be installed in this project. Exact number of traffic signal loops to be replaced will be determined after the pavement repairs have been completed. Traffic Signal Loops shall be replaced according to Section of the Standard Specifications (Greenbook.) Traffic loops damaged shall be replaced within five working days. Any disturbance or damage to other loops not within the area of repair caused by the Contractor's operations shall be repaired at the Contractor's expense and is not considered part of this item of work. TRAFFIC SIGNAL LOOPS SHALL BE REPLACED AFTER REPAIR OF THE PAVEMENT AREAS AND BEFORE THE APPLICATION OF PAVEMENT OVERLAY OR SEAL. IN AREAS TO RECEIVE AN AC OVERLAY, THE SIGNAL LOOPS AND HOMERUNS SHALL BE INSTALLED SO AS NOT TO BE DAMAGED DURING COLD MILLING. Use Section 86-5, "Detectors", of the State of California, Department of Transportation, Standard Specifications (May 2010). Loop detectors shall be Type 2 inductive loop conductors. Loop detectors shall be Type E, a six-fuot diameter circular loop, with four (4) turns and ten-foot spacing, unless otherwise shown on the plans. The sides of the slot shall be vertical and the minimum radius of the slot entering and leaving the circular part of the loop shall be 1 1/2 inches. Slot width shall be a maximum of 3/4 inches. Forward loop to be Type D configuration (bicycle detector refer to ES-5B). Bicycle detector shall have three (3) turns when by itself or five (5) turns when eormected in series with the Type E loop. Slots cut in the pavement shall be washed clean, then blown out and dried before installation on inductive loop detectors. The additional length of conductor for each loop shall be twisted together into a pair (at 62 pavement Minor Rehabilitation (Chip Seal)

68 least two (2) turns per foot) before being placed in the slot and conduit to termination pull box. Residue resulting from slot cutting operations will not be permitted to flow across shoulders or lanes occupied by public traffic, and shall be removed from the pavement surface. Splices in loop detector circuits shall be insulated with heat shrink tubing. At least one inch of overlap of the conductor insulation shall be provided. The heat shrink material shall be contracted enough so that no opening shall be visible at the ends of the tubing. After conductors are installed in the slots cut in the pavement for detectors, the slots shall be filled with sealant conforming to the requirements for epoxy sealant in Section A the State Standard Specifications. The sealant shall be at least 7/8 inches thick above the top conductor in the slot. Hot melt rubberized asphalt sealant shall be used. The contract unit price for "Traffic Signal Loop" shall include full compensation for furnishing all labor, materials, all required construction, tools, equipment, transportation, and incidentals necessary to install the item of work STRIPING, RAISED PAVEMENT MARKERS, AND PAVEMENT MARKING The tables in Appendix "A" show the detailed scope of work and approximate quantities by street. The contractor shall restripe the roadway in its original location and/or per plan except as follows: i. East H Street between Bonita Vista High School Parking Entrance and section east of Auburn Avenue - Install two 10 feet travel lanes, 5 feet bike lane and 7 feet parking lane on both directions (see Appendix "A", Attachment 3). All new striping and red curb changes are reflected in the striping tabulation in Attachment 2. City crew to install necessary signage., Fourth Avenue between G Street and Vance Street - Install 100 feet "Red Curb" at 415 and 419 Fourth Avenue and extend existing left turn pocket at G Street another 50 feet (total 100 feet.). Striping changes are reflected in the striping tabulation. 3. Hunte Parkway between Stone Gate Street and Otay Lakes Road - Install two 12 feet travel lanes and 8 feet bike lane on both directions. 4. Rutgers Avenue between Gotham Street and Otay Lakes Road - Install 11 feet travel lane, 6 feet bike lane, 9 feet parking lane on both directions and 12 feet striped median.. Eastside of Corral Canyon Road North and South of Country Vistas Lane - Extend existing 7 feet parking and 5 feet bike lane approximately 260 feet south and 180 feet north (see Appendix "A", Attachment 3). All new striping and red curb changes are reflected in the striping tabulation in Attachment 2. City crew to install necessary signage. 6. Telegraph Canyon Road between Paseo Ranchero and Buena Vista Way - Install three 12 feet travel lanes and 8 feet bike lane on both directions. All details and dimensions for traffic stripes and markings shall conform to the California Department of Transportation Standard Plans. Pavement stripes shall conform to Section of the Standard Specifications, California M.U.T.C.D. and these Special Provisions. The contractor shall also provide additional restriping adjacent to the limits of the pavement work, if any, or as requested by the Engineer. 63 Pavement Minor Rehabilitation (Chip Seal)

69 All locations shall be striped and marked per plan, unless directed otherwise by the Public Works Inspector. Any existing traffic stripes and markings that do not conform to the CalTrans Standard Plans shall be removed by wet sand blasting or grinding. The Contractor is not permitted to install solid single yellow or broken yellow centerline stripe patterns along any roadway within the City. All locations currently striped with broken yellow centerline stripe patterns shall be striped with a solid double yellow line pattern per CA MUTCD - Detail 21 or Detail 22, as directed by the Engineer, or unless otherwise specified on the plans. The Contractor shall not install any centerline or lane line stripes over any manholes located within the roadway. Full restoration of striping and marking shall be done by the Contractor and shall conform to the Standard Specification and these Special Provisions. All locations shall be striped and marked per plan, unless directed otherwise by the Public Works Inspector. Any existing traffic stripes and markings that do not conform to the CalTrans Standard Plans shall be removed by wet sand blasting or grinding. Removal by grinding, if approved by the Engineer, shall conform to these Special Provisions and Section of the State Standard Specifications. City engineering staff shall approve all limit lines and 'STOP' legend locations prior to striping. All collector streets with existing centerline striping shall be replaced with double yellow striping, Detail 22. Dashed or skipped yellow and single-yellow centerlines are no longer allowed. All striping and legends on concrete surfaces shall be removed and replaced. Any existing traffic stripes and markings that do not conform to the California Department of Transportation Standard Plans shall be removed and appropriately replaced. THE CONTRACTOR SHALL INSTALL TEMPORARY MARKINGS AND LEGENDS AT ALL "STOP" CONTROLLED INTERSECTIONS IMMEDIATELY AFTER THE CHANGES. TEMPORARY TABS SHALL NOT BE ALLOWED. PERMANENT MARKINGS AND LEGENDS SHALL BE INSTALLED WITHIN REASONABLE TIME. Before applying an asphalt overlay, slurry seal or chip seal, the Contractor shall remove by wet sand blasting or grinding all existing stripings and markings (paint and thermoplastic) ) or other markings as directed by the Engineer, unless otherwise specified. Existing striping and markings shall be removed before painting new ones and disposed of properly. For the removal of existing stripings and markings (paint and thermoplastic) on roadways not requiring asphalt overlay, slurry seal or chip seal, the Contractor shall remove existing stripings and markings by wet sand blasting or grinding, and shall apply an asphalt pavement seal coat to all areas of striping and marking removal. The asphalt pavement seal-coat material must be approved by the Public Works Inspector prior to the start of construction, and the asphalt pavement seal coat must be installed prior to the installation of final striping and pavement marking. Spotting shall be completed before the removal of any existing striping and markings. Under no case shall any section of street be left without proper striping for more than 24 hours, or over weekends or holidays. The contractor shall contact the Public Works Inspector prior to initiating spotting, to ensure 64 Pavement Minor Rehabilitation (Chip Seal)

70 that any striping revisions and/or additions are properly addressed. The City must be informed that spotting has been completed to insure enough data has been collected. All locations shall be striped and marked using paint or thermoplastic. Any changes to the existing striping pattern shall be coordinated with the project engineer. Traffic line paint shall be rapid dry conforming to Section and shall contain reflective material conforming to Section of the Standard Specifications. The Contractor shall furnish the necessary control points for all striping and markings, and shall be responsible for the completeness and accuracy thereof to the satisfaction of the Engineer. Pavement striping, raised pavement markers, and pavement markings and legends shall be done to match existing, unless otherwise directed by the Engineer. Refleetorized pavement markers shall be installed per appropriate Caltrans "Detail Number." Blue reflectorized pavement marker for fire hydrant location shall be installed per Caltrans Standard Plans. Pavement markers shall conform to Section 85, "Pavement Markers" of the State Standard Specifications, and these Special Provisions. Pavement marker height shall be 0.70-inch, minimum. "Low Profile" type markers will not be acceptable. If there will be a period of time after removal of existing striping and painting of new striping, during which public traffic will use all or a portion of any roadway in the project area, the Contractor shall install appropriate "temporary tabs" (Temp Tabs) until striping commences. The Contractor shall provide temporary delineation with "chip seal markers" (Henberger Company, white (one way), Type W, and yellow (two-way), Type Y, Temporary Pavement Markers, both types with reflective strips; or approved equal). These markers shall be either white or yellow, as directed by the Public Works Inspector, and shall be at maximum 24-foot centers. The marker will be placed either on the old lines that were just removed, or on new lines 1aid out by the Contractor, as directed by the City Engineer. The furnishing and installing of these markers shall be in addition to any other delineation (cones, signs, barricades, etc.) that is required for public safety. After Contractor has painted the new striping, Contractor shall remove and dispose of these temporary pavement markers. Nothing in these Special Provisions shall relieve the Contractor from his or her responsibilities as provided in Section , "Public Safety," of the State Standard Specifications, Section 7-10, "Public Convenience and Safety" of the Standard Specifications (Green Book), or Section 2-21 of these special provisions. ADDITIONAL STRIPING NOTES: Use hot applied "Thermoplastic" materials for all pavement arrows, crosswalks, limit lines, and all other legends including "STOP", "DIP", "XING", etc... See Section 84-2 of the State Standard Specifications. Standard stencils shall be used for all pavement markings and legends. Pre-formed thermoplastic words and symbols may be used, and shall conform to the applicable shapes and sizes as outlined in the current edition of the CA MUTCD. Painting traffic stripes (traffic lines) & pavement markings shall conform to Section 84-1, "General", & 84-3, "Painted Traffic Stripes & Pavement Markings", of the State Standard Specifications and these special provisions: The Contractor shall apply an adhesive primer base coat prior to the application of any thermoplastic material on treated pavement, concrete surfaces or older pavement. 65 pavement Minor Rehabilitation (Chip Seal)

71 Before applying an asphalt overlay, slurry seal or chip seal, the Contractor shall remove by wet sand blasting all existing stripings and markings (paint and thermoplastic) or other markings as directed by the Engineer, unless otherwise specified. Section , "MATERIALS", of the Standard Specifications is amended to read: Paint for traffic stripes and pavements arrows shall conform to the following State specifications: Paint Rapid Dry Water-Borne, White, Yellow & Black State Specification No. PTWB-01 Glass beads shall conform to State Spec. No (Type II). Thinning of paint will not be allowed. Copies of State Specifications for traffic paint and glass beads may be obtained from the CalTrans Office of Materials - Engineering and Testing Services website: rodncts_list/ The paint shall be tested before use, or the manufacturer shall provide the City Engineer with a certificate of compliance in accordance with Section E, "CERTIFICATES OF COMPLIANCE", of the State Standard Specifications. Said certificate shall certify that the paint complies with the specifications and that, paint manufactured to the same formulation and process has previously passed state testing. A list of manufacturers that have produced paint meeting State specification is available from the State's Transportation Laboratory. (Material supplied by manufacturers other than those that have manufactured approved paint will require complete testing.) The second paragraph in Section B, "Mixing", of the State Standard Specifications is deleted. The striping Contractor shall sweep the areas of the chip sealed streets receiving new lane lines, pavement marking and legend immediately prior to any striping to remove all loose rocks. Two coats of striping shall be required. On new pavement surfaces, the first 'coat of paint for traffic striping shall be applied no later than 24 hours following the completion of rolling. The second coat shall be applied no later than 4:00 p.m. of the following workday. Striping, with or without raised pavement markers (RPM), will be measured by the foot along the line of the traffic stripes, without deductions for gaps in broken traffic stripes. A double traffic stripe, consisting of two four-inch wide yellow stripes separated by a three-inch black stripe, will be measured as one traffic stripe. Raised pavement markers including the blue reflectorized markers shall be included in the unit price paid for painting traffic stripes. Contractor is responsible to verify the lineal footage of striping to be removed. Removal of all striping and markings shall be by wet sandblasting or other approved methods. The unit contract prices paid for each types of pavement marking (i.e. Striping (Paint), Raised Pavement Marker 0RPM), Thermoplastic Pavement Marking and Legend, and Thermoplastic Crosswalk and Limit Line), shall include full compensation for furnishing all labor, materials, tools, equipment and incidentals, and for doing all the work involved in the removal of all existin painted 66 pavement Minor Rehabilitation (Clfip Seal)

72 striping includin thermoplastic applied pavement marking and legend, striping and/or conflicting (regardless of the number, widths, raised markers, and pattern of individual stripes involved in each traffic stripe). This also includes sweeping of the street prior to striping, all layout work, complete in place, or as shown on the plans, as specified in State Standard Specifications and these special provisions, and as directed by the Engineer. Full compensation for all the required work involved is considered included in the unit prices paid for various items of works as contained in the proposal and no additional compensation shall be allowed therefore PUBLIC CONVENIENCE AND SAFETY (TRAFFIC CONTROL) Public convenience and safety shall be according to Section 7-10 of the Standard Specifications for Public Works Construction and Regional Supplement Amendments. The Contractor shall submit traffic control plans for work to be done two weeks before starting of work, for the City Engineer's approval. The Contractor shall comply with the traffic control plans. Traffic control shall conform to Caltrans "Manual on Uniform Traffic Control Devices," or MUTCD, latest edition. The Contractor shall be fully responsible for the adequacy of any traffic plan used. He or she shall notify the City at least two (2) working days before starting any constmetion detour. A separate traffic control plan for any work on arterial and collector streets shall be submitted for approval prior to the start of any work on these streets. The Contractor shall also submit separate traffic control plans for work within any major intersections, State right-of-ways, areas where schools are present and other congested areas. The traffic control plan shall include phasing, existing striping, and temporary striping during constmetion, and finished permanent striping. All traffic control plans shall be prepared and signed by a licensed C31 contractor or qualified contractor with a general "A" license. The contractor shall employ full time dedicated personnel whose sole responsibility is to do traffic control only. The contractor is prohibited from using other crew personnel to perform this job. It is the responsibility of the Contractor performing work on a City street to instal! and maintain the approved traffic control devices and such additional traffic control devices (e.g. flag persons) as may be required to insure safe movement of traffic motorists, bicyclists, pedestrian and construction staking staff through and around the work area and provide maximum protection and safety to construction workers. The Contractor shall be responsible for adequate barricading of the work area and controlling of traffic near the project as specified in Sub Section 7-10 of the Standard Specifications or as directed by the Engineer. The Contractor shall be responsible for preserving original locations and dimensions of all existing striping obliterated by the work. The Contractor shall be responsible for maintaining sufficient striping control points to be able to restore lane dimensions. The Contractor shall install and maintain temporary overlay yellow or white markers, whichever is applicable, where striping cannot be restored by the end of the workday. The Contractor shall replace all roadway striping and pavement markings removed by the construction work. At least five (5) working days before commencing work, the Contractor shall submit its construction schedule to the City for approval. This schedule shall allow residents or businesses along the streets to be 67 Pavement Minor Rehabilitation (Chip Seal)

73 worked, ample "on street" parking (if parking is allowed) within a reasonable distance from their homes or place of business. Based upon the construction schedule, the Contractor shall notify residents and businesses of the proposed work, and post temporary "No Parking" signs at least 72 hours in advance. Notification shall be in the form of "Door Knocker" notices and must be in English and Spanish. The Contractor shall submit a sample of the "No Parldng" sign and "Door Knocker" notices to the City for approval. ALL "NO PARKING SIGNS" SHALL BE MOUNTED ON "A-FRAMES" ONLY. SIGNS TAPED ON TRAFFIC CONES, TREES OR OTHER STRUCTURES SHALL NOT BE PERMITTED. The City reserves the right to observe the traffic control plans in use and to make changes as field conditions warrant. Any changes will supersede the plans and will be done solely at the Contractor's expense. The Contractor shall arrange with Pacific Waste Services to maintain trash pick-up services for those property owners affected by the work. The Contractor shall notify the transit agencies of any delays to their buses. The Contractor shall notify all schools (public and/or private) where the work may affect school operations. Contractor is required to fill up and submit the Traffic Control Estimate form. Payment will be adjusted based on the streets completed from this fist. Full compensation for furnishing all labor, materials, tools, equipment, and incidentals, and all necessary traffic control as required by the City of Chula Vista is considered included in the contract price paid for "Public Convenience and Safety (Traffic Control)" and no additional compensation will be allowed therefore CALL FOR INSPECTION The Contractor shall notify the City's Engineering Inspection Division at (619) two (2) working days before commencing work, and twenty-four hours in advance for calls for inspection. Any work performed without benefit of inspection shall be subject to rejection and removal PROTECTION AND RESTORATION OF EXISTING IMPROVEMENTS Protection and restoration of existing improvements shall conform to Section 7-9 of the Standard Specifications for Public Works Construction and as described below. Trees, shrubs, and other plants that are not to be removed, and pole iines, fences, signs, markers and monuments, buildings and structures, conduits, pipelines under or above ground, sewer and water lines, all highway or street facilities, and any other improvements or facilities within or adjacent to the right-of way shall be protected from injury or damage. If the objects are injured or damaged because of the Contractor's operations, they shall be replaced or restored at the Contractor's expense. The cost of this work including removal and disposal of excess material, furnishing all labor, materials, tools, equipment, incidentals, protection and repair of damaged property is considered included in the unit prices paid for the various items of work and no additional compensation shall be allowed therefore. 68 Pavement Minor Rehabilitation (Chip Seal)

74 2-24 STORAGE, STAGING AND STOCKPILING AREA The City is not providing storage, staging or stockpiling area for this project. It is the contractor's responsibility to provide a suitable location for this purpose. These sites shall be clean and free of objectionable materials and be located outside of any City property and street right-of-way. Arrangement for these sites shall be the responsibility of the contractor. If on private property, a copy of the written agreement shall be provided to the Engineer prior to commencing operations. The contractor must acquire the necessary City permit(s) to properly operate this area. Additionally, this area must meet all requirements stated in the Stockpile Management procedures and practices of the California Stormwater BMP Handbook to reduce or eliminate air and storm water pollution BASIS OF QUANTITIES The quantity listed in the bid schedule is considered approximate, and the Contractor shall be compensated based on the actual quantity of work performed by the Contractor and at the unit price listed on the contract. The quantifies listed in the proposal are for the locations shown in Appendix "A". Should the City receive bids higher than the available funds, the City shall decrease the quantities in the proposal to match available monies. The City reserves the right to change the sequence of the addresses to be worked on with no increase in cost in the various items of work in the bid proposal CHANGE IN QUANTITY OF WORK The City shall have the option of increasing or decreasing the unit quantity for all bid items in the proposal without a change in contract unit prices. There will be no adjustment in compensation as permitted in Section 3-2 of the Standard Specifications. This does not limit the City's right to increase or decrease any quantities of work in the Contract as allowed by the Standard Specifications or other pertinent law CONSTRUCTION DURING PERIODS OF RAINFALL The Contractor shall implement appropriate and effective measures to allow flow of storm water during periods of rainfall such that said flow will not damage private property, public propery, or construction work under this contract within, upstream, or downstream of the limits of construction. Any damage that occurs shall be repaired at the expense of the Contractor, as well as cleanup of all areas required due to flow of mud, silt, or debris from the construction operations. The contractor shall be financially liable and responsible for any and all actions arising from said damage. Further, the City shall have the right, at any and all times, to direct the contractor to implement corrective actions and measures that are necessary to fully comply with the requirements of this section and all applicable laws, ordinances, and regulations. Any costs incurred by the Contractor are considered included in the unit cost paid for the various items of work CONSTRUCTION SCHEDULE, PROGRESS OF WORK AND TIME OF COMPLETION Use "Scheduling of Work" Section of the State Standard Specifications. It shall be agreed by the parties to the contract that all work called for under the contract in all parts and requirements shall be finished or completed within the number of working days as set forth in the contract. 69 pavement Minor Rehabilitation (Chip Seal)

75 The Contractor shall provide the City Engineer written notice of the specific date upon which he plans to commence work. Notice shall be given at least FORTY-EIGHT (48) hours in advance. Once work is started, the Contractor shall conduct his operations for continuous progress of work on a daily basis. It is further agreed that in case the work called for under the contract is not finished and completed in all parts and requirements within the number of working days specified, the City Engineer shall have the right to increase the number of calendar working days or not, as he may deem best to serve the interest of the City. No extension of time will be granted for a delay caused by a shortage of materials unless the Contractor furnishes to the City Engineer documentary proof that he/she has made every effort to obtain such materials from all known sources and could not receive promise of delivery from any available source in time to complete the work called for in the contract. The Contractor shall provide documentation from the supplier showing delivery dates of materials included with the suspension of work request together with an estimated date of recommencement of work for the project NOTIFICATION OF UTILITY COMPANIES AND CITY The Contractor shall notify all utility companies before starting work and shall coordinate his work with the company representatives. The location of the utilities shall be marked out at the project site before the Contractor beginning work. For specific information regarcymg the marked out location of existing facilities, contact the following: San Diego Gas and Electric Co. AT&T Telephone Cox Communications Access Cable Corporation Crown Castle Otay Water District Sweetwater Authority Street Lights, Traffic Signals Storm Drains, Sewer To have the location marked out at a project site for utility conflicts, the Contractor shall call Underground Service Alert toll free at two (2) working days before you dig. A dig alert I.D. Number will be issued at that time. Section 4216/4217 of the government code requires a dig alert identification number be issued before a "Permit to Excavate" will be valid. No additional compensation shall be paid to the Contractor for expenses incurred for repairing or replacing private utilities (e.g., water, gas, electoc, telephone, etc.) damaged during the removal of the various improvements. The Contractor shall notify the City's Public Works Inspection Division at (619) forty-eight hours before commencing work, and twenty-four hours in advance for calls for inspection. All work done without benefit of inspection will be subject to rejection and removal VEHICLE LOAD RESTRICTIONS - VEHICLE CODE Pursuant to the authority contfmed in Vehicle Code Section 591, the City has determined that within those areas that are within the limits of the project and are open to public traffic, the Contractor shall comply with any or all the requirements set forth in Divisions 11, 12, 13, 14, and 15 of the Vehicle Code. 70 Pavement Minor Rehabilitation (Chip Seal) STL3 8 8

76 Vehicles used to transport materials on City streets must comply with State and City weight restrictions whenever they are operating on public streets. Overweight vehicles transporting materials on City streets, even for short distances, will be subject to citation by the Police Department unless a Transportation Permit is issued by the City Engineer after application by the Contractor SUBMITTALS The Contractor shall furnish a list of the Contractor's sources of materials and the locations at which those materials will be available for inspection. Materials to be used in the work will be subject to inspection and test by the Engineer. The Contractor shall furnish without charge such samples as maybe required. The list must be htruished to the Engineer preferably before or at the time of the pre construction meeting. For required submittals see attached Appendix "D" The Contractor shall allow a minimum of twenty (20) worldng days for review of submittals, and shall be furnished to the Engineer in sufficient time to permit inspecting and testing of materials to be furnished from the listed sources in advance of their use. Materials shall not be furnished or fabricated, nor any work done for which submittals are required. Neither review nor approval of submittals by the Engineer shall relieve the Contractor from responsibility for errors, omissions, or deviations from the contract documents, unless specifically called to the attention of the Engineer. Submittals shall consist of the appropriate combination of catalog sheets, material lists, manufacturers' brochures, technical bulletins, specifications, diagrams, or product samples, necessary to describe a system, product, or item. The following submittals shall be received by construction inspection alter award and no later than the commencement of work date: 1. Material list - maybe submitted with the signed contract alter award notification. 2. Schedule - Critical Path - shall include a date of purchase and delivery of materials and shall be submitted no later than the commencement of work. 3. Traffic Control - shall be submitted and approved by the City prior to the commencement of work. 4. NPDES Form 5504 for Public Projects as applicable (Special Provisions Part 2) OBSERVANCE OF CITY HOLIDAYS The City of Chula Vista observes the following holidays and all offices including Public Works Inspection Services will be closed. Therefore, inspection services will not be provided. New Years Day Martin Luther King Jr. Birthday Cesar Chavez Day Memorial Day Independence Day Labor Day Veterans Day Thanksgiving Day Christmas Day January 1 3rd Monday of January March 31 Last Monday of May July 4 1 st Monday of September November 11 4th Thursday and Friday of November December pavement Minor Rehabilitation (Chip Seal)

77 As specified in Section 2-11 of the Standard Specifications for Public Works Construction ("Greenbook'), "Work shall be done only in the presence of the engineer... Any work done without proper inspection will be subject to rejection". The contractor must arrange all construction work to avoid performing work that requires inspection including traffic control during these days. Under Section of the Standard Specifications, the above holidays are not considered working days LIQUIDATED DAMAGES Per Section 6-9 of the 2006 Regional Supplement to the 2006 Green Book "Execution of the Contract shall constitute agreement by the Agency and Contractor that $250 per day for contracts with a value of $100,000 or less, and $500 per day for contracts with a value of over $100,000 are the minimum values of the costs and actual damages caused by failure of the Contractor to completed the work within the allotted time. Such sums are liquidated damages and shall not be construed as a penalty, and such sums may be deducted from payments due the Contractor if such delay occurs." 2-34 COMMENCEMENT OF WORK The Contractor shall begin work no later than fifteen (15) days after the execution of the contract, or as directed by the Engineer LIST OF APPENDIXESS APPENDIX "A" - Location, Work Breakdown and Traffic Control Breakdown APPENDIX "B" - Standard Drawing and Construction APPENDIX "C" - Form , Construction Storm Water Management Plan APPENDIX "D" - Required Forms and Submittals 72 Pavement Minor Rehabilitation (Chip Seal)

78 73 pavement Minor Rehabilitation (Chip Seal)

79 APPENDIX "A" PAVEMENT MINOR REHABILITATION FY12/13 (CHIP SEAL) IN THE CITY OF CHULA VISTA, CALIFORNIA (STL-388) LOCATION (ATTACHMENT 1) WORK BREAKDOWN (ATTACHMENT 2) EAST H STREET AND CORRAL CANYON ROAD STRIPING CHANGES (ATTACHMENT 3) TRAFFIC CONTROL BREAKDOWN FORM (ATTACHMENT 4) 74 pavement Minor Rehabilitation (Chip Seal) 8TL388

80 75 Pavement Minor Rehabilitation (Chip Seal)

81 i l,\ TF i PROJECT FILE #STL.388 DRAWN BY." TITLE: CITY OF CHULA VISTA PREPARED BY." R D JUAN PAVEME)IT MINOR RE}.IABIUTA110N F'Y12/13 R D JUAN DATE: SHEET 1 (CHIP SEAL) APPROVED BY." OF 4 SHTS. OTAY LAKES RD AND RUTGERS AVE BETH CHOPP A-1 ATTACHMENT 1

82

83 .Z22ZE222 DRAWN B R D JUAN DATE" SHEET OF 4 SHTS. CHIP SEAL TITLE: CITY OF CHULA VISTA PREPARED BY," PAVEMEYlT MINOR REHABIUTA110N F'Y12/13 (,"IIP SEAL) APPROVED BY." EAST H ST PROJECT FILE IySTL3B8 R D JUAN BETH CHOPP A-2 ATTACHMENT 1

84

85 DRAWN BY." TITLE: CITY OF CHULA VISTA R D JUAN PAVEMi IT MINOR I E 'IABIUTAllON FY12/13 DA TE.. SHEET.3 (CHIP BEN..) 7-J-13 7F 4 SHTS. FOURTH AVE AND HUN'I[ PK P( PROJECT FILE #STLJ88 PREPARED BY." R D JUAN APPROVED BY." BETH CHOPP A-3 ATTACHMENT 1

86

87 I ] BIKE LANE AND PARKING STRIING PROJECT FILE # DRAWN BY.' TITLE." CITY OF CHULA VISTA PREPARED BY: R D JUAN PAVEMENT MINOR REHABIUTA'nON F'Y12/13 R D JUAN DATE" SHEET 4 (CI"IIP SEAL) APPROVED BY." 7-8-1,3 OF 4 SHTS. CORRAL CANYON RD AND TELEGRAPH CANYON RD BETH CHOPP, -4 ATTACHMENT 1

88

89 W ZO < o o oo oo I- Z 1U "r" 0 0 I-, i P C! D. (]C u.i u c} i o o o o o o o c} o o o o( o o o o o o o o o ' ' 'o'o'' l l l,..,, l. ru. ' ' ' ' ' ' ' 'oi ' ' ' Qu.,< -1 in iic o _z Z i-- A Zu. W..J 5 I- z D Z UJ o o - i Ill D. Ill Z 0 w 0 z o i.ooo 0 Z W LU 0 ).( 0 C m U Z 0 C3 121 z z o 0 0 o _ z Go

90

91 J.J oo o oo o (xl F Z LU oo oo oo oo oo oo o oo oo oo oo oo... q, " " ' " ' " ' ' o - F < I,[0A o o o o o o o o i o o o o... ojojo o o o oo o --" u -- Z o o o o o o o o o o o o o o o c> o o o o o c> o i o o o o o o o o -.I= z. -I oo oo oo 2 G rli. N o o o o o o o o o o o o o o o o o o o o o o o o o o o o ' ' ' ' ' ' ' ' ' ' ' J i; 4 J n n 0 z z D. LLI (,') Z IIJ la..j oooooooo oooooo i ' ' ' ' ' I Z uj Iii 0. 0 Z I,U Z _o u z q g mz o I uj uj 1

92

93 PAVEMENT MINOR REHAB FY12/13 (CHIP SEAL) TRAFFIC LOOPS: OTAY LAKES ROAD 4.00 EAST H STREET 7.00 TELEGRAPH CYN RD 7.00 TOTAL MANHOLE ADJUSTMENTS: EAST H STREET WB 5.00 EAST H STREET EB OTAY LAKES ROAD WB 5.00 TOTAL " DIGOUT NO. J LF LF SF TN COMMENTS SIGNAL LOOPS OTAYLAKES RoAD BETWEEN ST. CLAIRE DRIVE AND EASTLAKE VILLAGE CENTER O ; O oo , W/O W/O E/O 125 BRIDGE , , , , , TOTAL W/O W/O W/O , { 36.0( NO. 3 EASTBOUND NO. 3 EASTBOUND AT 125 INTERSECTION W/O 125 WlO t25 WlO 125 W/O 125 WlO 125 W/O 125 W/O 125 BRIDGE W/O 125 BRIDGE W/O 125 BRIDGE E/O ST. CLAIRE E/O ST. CLAIRE E/O ST. CLAIRE NO. 1 WB BEFORE ST. CLAIRE NO. 1 WB BEFORE ST. CLAIRE NO. 1 WB BEFORE ST. CLAIRE NO. 1 WB BEFORE ST. CLAIRE NO. 1 WB ST. CLAIRE NO. I E/B BEFORE 125 BRIDGE NO. 1 E/B BEFORE 126 BRIDGE 1.oa 3.00 TOTAL 4.0( OTAY LAKES ROAD BETWEEN EASTLAKE VILLAGE CENTERANDEASTLAKEPARKWAY , NO, 2 W/B BEFORE EASTLAKE PARKWAY ! , NO. 2 W/B BEFORE EASTLAKE PARKWAY } NO. 2 W/B BEFORE EASTLAKE PARKWAY NO. 2 W/B BEFORE EASTLAKE PARKWAY AFTER EASTLAKE PKWY BEFORE VILLAGE CTR A-7 " ATTACHMENT 2

94 6" DIGOUT I BNO, I LF I LF I SF I TN COMMENTS SIGNAL LOOPS ' 1 i [ I I TOTAL i! 26 [ OTAYLAKES ROAD BETWEEN EASTLAKE PARKWAY AND LANE AVENUE l I Z I oo( ) I 69.0c ) I 12.0C ! 36.00) 50.00t 1 I 27.0 z ( 25.0C 3 I 26.0C ] 216.0C 5 ( 92.0C S I 32.0C EAST H STREET , , O0i IO.O0i ( 77O.0O 6.00i O0) i i i ( 1, ( AFTER EASTLAKE PLWY BEFORE VILLAGE CTR TOTAL TOTAL 0.00 GRAND TOTAL GRAND TOTAL 4.00 I 160,54 TOTAL TOTAL NO. 2 E/B EASTLAKE Pk' /Y ] NO.I E/B NO. 1 E/B NO. 1E/B I BETWEEN HIDDEN VISTA DRIVE AND TERRA NOVA DRIVE LANE INTERSECTION NO. 3 WESTBOUND AT LANE - WATER VALVES NO. 3 WESTBOUND NO, 3 WESTBOUND NO. 3 WESTBOUND VILLAGE CTR INTERSECTION NO. 1 FJB NO. 1 EIB NO. 1 E/B NO. 1 E/B NO. 1 E/B NO. 1 E/B NO. 1 FJB NO. 1 WB BEFORE EASTLAKE PKWY NO. 1 WB BEFORE ST. CLAIRE i 6,0( 1oool ! I , NO. 3 E/B HIDDEN VISTA NO. 3 FJB NO. 3 E/B 108,00! C C NO. 3 E/B NO. 3 E/B NO. 3 E/B NO. 3 E/B C C C 45.0C 93.0C 55, C OC ,00 2, i , NO. 3 E/B NO. 3 E/B BEFORE TERRA NOVA NO. 3 E/B NO. 2 E/B AFTER HIDDEN VISTA NO. 2 E/B AFTER HIDDEN VISTA NO. 2 EIB BEFORE TERRA NOVA NO. 2 E/B BEFORE TERRA NOVA NO. 1 W/B BEFORE HIDDEN VISTA 4.00 TOTAL TOTAL 4.00 EAST H STREET BETWEEN PASEO DEL REY AND K-MART PARKING LOT , l 1, i 30.00] ) ) 8.05i I NO. 3 W/B START]NG AT KMART PARKING LOT NO. 3 W/B NO. 3 W/B NO. 3 W/B A-8 ' ATTACHMENT 2

95 COMMENTS SF TN LOOPS SIGNAL ! 5.00i 1O.0Oi 6.00! 93.ooi 6o.ool ( E 100, ( ! NO. 3 W/B NO. 3 W/B NO. 3 W/B BEFORE PASEO DEL REY NO. 3 W/B 2, NO. 3 W/B 1, NO. 3 E/B BET PASEO DEL REY & KMART NO. 3 E/B TOTAL i NO. 3 E/B NO. 3 E/B NO. 3E/BBEFOREPASEODELREY 34.2 NO. 3 EIB INTERSECTION OF PASEO DEL REY 351,26! TOTAL 3.05 EAS1 EN TERRA NOVA AND KERNEL PLACE t NO, 3 W/B PASSED KERNEL , NO. 3 W/B AFTER HIDDEN VISTA 28.00! NO. 3 W/B 17.00i NO. 3 W/B 31.00J NO. 3 W/B 29,00i ,96 NO. 3 W/B BEFORE TERRA NOVA 1, , TOTAL NO. 3 E/B NO. 3E/BBEFOREKERNEL 189,11 TOTAL O.OC EAST H STREET tlace AND DEL REY BLVD 52.00P NO. 3 W/B PASSED DEL REY BLVD [ NO. 3 W/B PASSED DEL REY BLVD [ , ,= NO. 3 E/B 59, NO. 3 E/B , NO. 3 E/B NO. 3 EIB NO. 3 E/B , [ NO. 3 E/S AT DEL REY BLVD TOTAL TOTAL 030 EAST H STREET VEEN DEL REY BLVD AND PASEO DEL REY , tl, , , , , , TOTAL , NO. 3 W/B AFTER PASEO DEL REY NO. 3 W/B AFTER PASEO DEL REY NO. 3 W/B AFTER PASEO DEL REY NO. 3 WIB BEFORE DEL REY NO. 3 W/B BEFORE DEL REY NO. 3 W/B INTER DEL REY BLVD NO. 1 E/B AFTER DEL REY BLVD TOTAL 0.00 EAST H STREET F BETWEEN OTAY LAKES OAD AND AUBURN AVENUE T - i 139'95!! GRAND TOT E 1, ESTIMATED. TO BE MARKED-OUT IN THE FIELD A-9 ATTACHMENT 2 TOTAL O.OO GRAND TOTAL 7.00

96 6" DIGOUT NO.I LF LF SF TN COMMENTS SIGNAL LOOPS TELEGRAPH CANYON ROAD BETWEEN PASEO RANCHERO AND BUENA VISTA WA 1 t , I [ loi II t , C " DIG-OUT C " DIG-OUT , C " DIG-OUT C 4" DIG4:)UT C " DIG.OUT C " DIG.OUT C " DIG-OUT C C PASEO RANCHERO INTERSECTION (6" DIG OUT) E PASEO RANCHERO INTERSECTION (6" DIG OUT) E 5.40 PASEO RANCHERO INTERSECTION (6" DIG OUT) ] PASEO RANCHERO INTERSECTION (6" DIG OUT) PASEO RANCHERO INTERSECTION (6" DIG OUT) , I0, C , , , C 300.0G 48.0C 468.0C 252.0C 48.0C I04.0C C 120.0C 260.0C 184,0C 220.0C TOTAL , i ,00 4" DIG-OUT i ( " DIG-OUT " DIG-OUT " DIG-OUT ,36 NO. 2 E/B, 4" DIG-OUT 4" DIG-OUT 4" DIG-OUT 4" DIG-OUT 4" DIG-OUT 4" DIG-OUT 4" DIG-OUT NO. 2W/B. 4"DIG-OUT 4" DIG-OUT 4" DIG-OUT 4" DIG-OUT 4" DIG-OUT 4" DIG-OUT 4" DIG-OUT 4" DIG-OUT 4" DIG-OUT 4" DIG-OUT 4" DIG-OUT NO. 3 E/B - water VALVE (6" DIG OUT) 4" DIG-OUT 4" DIG-OUT 4" DIG-OUT 4" DIG-OUT PASEO RANCHERO INTERSECTION (6" DIG OUT) PASEO RANCHERO INTERSECTION (6" DIG OUT) PASEO RANCHERO INTERSECTION (6" DIG OUT) PASEO RANCHERO INTERSECTION (6" DIG OUT) TOTAl } 7.0C * REPAIRING JOINT FAILURES TO BE 4" AC DIG OUTS, ALL OTHERS ARE 6" DIG OUTS I RUTGERS AVENUE BETWEEN CITADEL COURT AND OTAY LAKES ROAD t t 4.00[ 5.00! SOUTHBOUND A-10 ATTACHMENT 2

97 6" DIGOUT COMMENTS SIGNAL NO. I LF LF SF TN LOOPS Oi ! i , ,00 i9 4.0o , , i 5.00i , , ! 456,00 17.t , , , ,40 29, OO ,0O 88.0{; C C 2, C C ,38 22, C C C ( C G ( ( 2.16 TOTAL NORTHBOUND TOTAL 0.00 RUTGERS AVENUE BETWEEN CITADELCOURTAND GOTHAM STREET ,0C , C 4.OC 16.0C 5.OC 12.0C C C 15.0C 4.0( 60,00 lo.oc 6.00i ooJ lo.oo! 9o.oo , ,60I , ,30 2, j C OOl 12,0( ,38 NORTHBOUND A-11 ATTACHMENT 2

98 NO.I LF 6" DIGOUT LF SF TN COMMENTS SIGNAL LOOPS t O o.oo o.ool 8, t ! 28, O , O , , C C ,0C 0.O t , , , ( ( ( (3 6.30! 145:0(] ( ( ( ( ( O( ( ( ( ( ( ( ( ( , ( ( ( ( ( ( ( ( ( ( ( ( (3 6, ( ( ( ( C 3.6( C ( ( ( ( SOUTHBOUND A-12 ATTACH M ENT 2

99 LF 6" DIGOUT LF T- SF [ TN COMMENTS SIGNAL LOOPS L TOTAL 410.t 8 TOTAL 0.00 HUNTE PARKWAY -- BETWEEN STONE GATE AND OTAY LAKES ROAD I TOTAL 0,00 HUNTE PARKWAY 1 /! Y LAKES ROAD AND NORTH GREENSVlEW 1, FOURTH AVENUE L 7 - BETWEEN G STREET AND H STREET TOTAL 0,00 4.oo I i F F t i F 22.00i OO , b 22 00L i 16.ooL ,00 444, , , ! ,00 TOTAL , , ,84 TOTAL 0.00 GRAND TOTAL 4, GRAND TOTAL A-13 ATTACHMENT 2

100

101 II Z ill I C w < >

102

103 I- Z I.U C -1 to t4.a '9 < J i D

104

105 o9 F Z W I 0

106

107 PAVEMENT MINOR REHABILITATION FY12/13 (CHIP SEAL) LOCATION TRAFFIC CONTROL BREAKDOWN STREET BEGIN END DIG-OUT CHIP SEAL 1 FOURTH AV G ST H ST 2 EHST HIDDEN VISTA DR TERRA NOVA DR 3 EHST TERRA NOVA DR KERNEL PL 4 EHST KERNEL PL DEL REY BL 5 EHST DEL REY BL PASEO DEL REY 6 EHST PASEO DEL REY K MART DRIVEWAY 7 EHST OTAY LAKES RD AUBURN AV 8 NUNTE PW STONE GATE ST OTAY LAKES RD 9 HUNTE PW OTAY LAKES RD N GREENSVIEW DR 10 OTAY LAKES RD SAINT CLAIRE DR EASTLAKE VILLAGE CTR 11 OTAY LAKES RD EASTLAKE VILLAGE CTR EASTLAKE PW 12 OTAY LAKES RD EASTLAKE PW LANE AV 13 RUTGERS AV GOTHAM ST CITADEL CT 14 RUTGERS AV CITADEL CT OTAY LAKES RD 15 TELEGRAPH CANYON RD PASEO RANCHERO BUENA VISTA WY,,,O,TE..GRANOTOT I TO BE SUBMITTED BYWlNNING BIDDER ONLY A-17 ATTACHMENT 4

108

109 APPENDIX "B" PAVEMENT MINOR REHABILITATION FY12/13 (CHIP SEAL) IN THE CITY OF CHULA VISTA, CALIFORNIA (STL-388) STANDARD DRAWINGS AND CONSTRUCTION 76 Pavement Minor Rehabilitation (Chip Seal)

110 77 Pavement Minor Rehabilitation (Chip Seal)

111 PC 6#-10 A.C.-i t PEt CONCRETE EYJST. A.C. " } PAVEMENT q ' / f-manhole FRAME I,, / rconcrete SPACER AT..,, / -J MIN / / 'y LOCATIONS SPACED Q,, / " / EQu z Y. - L _J_,... I/ ',.i;12.':"..,:!-:: I / :i, :': (',: :' :" ' / ill.ill... " " ' "' F'27 Z!.. b-..d..,: ' o. " BELOW-" ",',' : ',' ",, "_L- L L -'-"--" Z OR LES.S, IF -"... L.., MORE A],I j USE I 12"...t I t:..". :1 4 EXISTING MANHOLE TO BE ADJUSTED I TO NEW GRADE I NOTES." \ 1 UNLESS OTHERWISE SPECIFIED, CO VER S, THE CONTRACTOR SHALL ADJUST ALL MANHOLE ALL COVERS SHALL BE SET I/8" TO l/#" HIGHER THAN THE FINISH GRADE. THE SE7qFNG SHALL BE DONE ONLY AFTER THE ENGINEER HAS APPROVED THE PREPARED GRADE OF THE BASE MATERIAL ALL BACKFILL SHALL BE WITH CRUSHED AGGREGATE BASE (PER SECTION ) COMPACTED TO 95 RELATIVE DENSITY PER SEC770N 211 OF THE STANDARD SPECIFICATIONS FOR FOR PUBLIC WORKS CONSTRUCTION. THE STREET SECTION SHALL BE REPLACED PER SECTION EXCEPT A MINIMUM OF 4 IlVCHES OF ASPHALT CONCRETE LL BE REQUIRED. AT THE DISCRETION OF" THE ENGINEER, MANHOLE COVERS MAY BE SET TO FINAL GRADE AFTER PAVEMENT HAS BEEN COMPLE D. THE SUBGRADE BASE AND PAVEMENT SHALL BE NEATLY REMOVED A DISTANCE OF 12 INCHES FROM THE EDGE OF COVER. ALL SPOILS SHALL BE REMOVED FROM THE SITE. COVERS SHALL BE SET 1,/8 OF AN INCH TO 1/4 OF AN INCH HIGHER. THAN THE RNISH " GRADE. ALL BACKFILL Y#LL BE WITH CLASS 2 AGGREGA ASPHALT CONCRETE SHALL BE PLACED AND COMPAC D IN TWO LAYERS, A BASE COURSE AND A SURFACE COURSE, SURFACE COURSE SHALL BE 1 INCH THICK. FOR ADJUSTMENT OVER J-INCHES, USE A PRE-CAST GRADE RING. FOR ADJUSTMENT S-INCHES OR LESS, USE A CONCRETE BLOCK OR SPACER FOR CONCRETE TO FLOW UNDER MANHOLE FRAME. INSIDE OF MANHOLE SHALL BE FORMED TO RETAIN SEE DETAIL ABOVE. CONCRETE. \SOSKPROJ\X-CE-: R\BLOC $ MH-AL JUST-BACK LI.d g og/ot/2oog. DRAWN BY: : CESAR V,, MAGBUHAT.. "'." : "" DATE." SHEET OF SHTS. 0 :40.26 p PDT TITLE.' CITY OF CHULA VISTA MANHOLE ADJUSTMENT BACKFILL AND RESURFACING PREPARED BY." CESAR K MAOBUHAT APPROVED BY " I JEFF MONEDA

112

113 . lyl' ] t /-5'(FROM CENTER OF PED / RAMP AT THE FACE OF CURB) I' ---'-- -"/ \ LIMIT LINE HERMOPLASTIC) Fg] - ' m lll I" EMENT LEGEND (WHITE THE R M O P L A S TIC) CROSSWALK (YELLOW THERMOPLASTIC) -"- 4' "- ---8'---L--8'---I CROSSWALKS SHALL BE ALIGNED W/ ADJACENT PED RAMPS. CROSSWALK LADDER BARS SHALL BE PARALLEL TO TRAVEL LANE. LIMIT LINES SHALL BE PERPENDICULAR TO TRAVEL LANE. (NOT TO SCALE) < , /, 7,- s PROJECT FILE #tdrxxx DRAWN BY." title: CITY OF VISTA PREPARED BY." PATRICK c. MONEDA CHULA PATRICK C. MONEDA DAm" SHEE SCHOOL CROSSWALK/LIMIT LINE LAYOUT APPROVED BY." OF SKITS. MUNA CUTHBERT

114

115 APPENDIX "C" PAVEMENT MINOR REHABILITATION FY12/13 (CHIP SEAL) IN THE CITY OF CHULA VISTA, CALIFORNIA (STL-388) FORM 5504B, CONSTRUCTION STORM WATER MANAGEMENT PLAN 78 pavement Minor Rehabilitation (Chip Seal)

116 79 pavement Minor Rehabilitation (Chip Sea )

117 7/10/13 Contract Spealfication NG AND GENERA- DE PARTMENT "27 5 F0u h Average, ghui Vi C 9t 0 t Phone: (6t9) 1-5E 1 I F (6t9) 69%5"F/I FORM 5504B CONSTRUCTION STORM WATER MANAGEMENT (CSWMP) GUIDELINES FOR PUBLIC PROJECTS fr : to ebmp]y h he Federal C r, W te.r AcL e S!a s W Code n C! Chela Visl Or n e t e City o Chula V sta eg ires c l a re o p C t = Storm W Managerae n (CSWMp fief Publ Projects hat re o $ jec t, th NPDES Ge -era C nstr ct r Perm tequilas p 'ler to! S q ; f a "N e Pr d with cers ru tioa, The pl o of s c wr P s to oc nt me ses [t,a tageme P ac#;e ISiMPe) t wiil i r p ==men ed o prev rt po u a s, I d rl s imer t e g storm wa er nonveyance systems ;a re ei r,#at s The CSWt P be a of the r ntract a ' s ec fo,.eeraer t by t CI!y r ethos, CSWMP Lndudes the e eme descry'bed n he fo 0w ng hs;!: R re I forma o well e tl' leve of ppffc t er ecess P, to eempf3" with the City's torr Water en Gtsdlng Ordi aece. IFaIIura to prevent soil eros and d seh tges of sedi t' nt a d other pofl J ts i r I;o the. tmtn water' onv t n e system from co strl=ct n ffe J s bje [ to enl r,a m ent y the G and {hers. At minimum, the CRy equ s th. he BMP Hsted in T ble A (attache) be nst ff d e d m [e r ed {or i projects. AddR!onai MP i Table {atl hed}, may also b e uired, depending o I "oject's $ -ope, potentia] for dischat }es, en p oxl t to a : w lerco rse or Ot er re;eieieg waters, The con o must n thi se n er i irg tha ey ers d the C F' ml m e ui e S f r s om,#at r e erl n tru o ac M es qd v, Ii: impl m meni e d m i t! e lec ed M 's k en their effectiv s. C pls-s he eels?anted g,e an manuals can b ob ined #o he W or "be de di,-'.;tl' I, C :J ns Manuals e r e d from Ca ns Pubilca kms U R, Ph ( 1 ) 4A Ca il[orni Btor e Q a yasso on 8tom, water MP Hamdb for C;on ru or s ava eble & C y oi Chu Vista Oeve mer toral W t ans is lh b]e n ine t'. hrp:/l' e w, hela [a a; e eem er Se,'v cesfengtaeer!n 4am Wa edv ='z uela # 80 Pavement Minor Rehabilitation (Chip Seal)

118 81 pavement Minor Rehabilitation (Chip Seal)

119 PRq!Ecsr INFORMATION P E App =C ti n Num ; I ject N me; Gltad ng start d t : jeet address on location; Grac ing fin- da e: PN r P ject sra date: tkn f;e 1 t d tt=rbed acreage. P oj t btish d t : CONTACT INFORMATUON 1 of Pmj t C t:acf; Perst n; Ti e: A dr : ' BMP frem e..h o tl e en@ S rna t used tcge he e e tcm in ord to, p, [ sediment, was spl ls, 'a d!due fr leaving the aide; When properly m mert ed, mor i rado and mnatbir, e, BMP wi f r lm I pr lul nts OnNudi g senmen) m ]ea ng ihe S e. B 1 M nage ea Pr c c es T b es T A nd B ( Ch ) m t be used te i ic e those BMPS that 'M be L S 0 pr t s o we er pelham,, At minmum, the City r L res that he 8 Ps Esl ed le Ta A be In ie on al 1red nd bui img pr e s, H#w - er, s IP m y be ar li ]e to every pmje F r exam#[ o if r r lels ate 3[ preseat, ff tr Stem Dt nle Prote#[ien (BMP $C19) w t n t be appl ablm 82 pavement Minor Rehabilitation (Chip Seal)

120 83 Pavement Minor Rehabilitation (Chip Seal)

121 A REQUIRED MfNIM+UM CONSTRUCTION BMP Ca tse I check + +tip 1 + m. I sm P i Y"...! t erosion +emil +d for graced s c+pes (c4no se at least +me mmlmum Requ!red es ++an t{ +mte inwh... Bond+ F+m M+ltix {me no e + Physi S l[zmt++on Erosiof+ Co rol + SS-4, eta 2=P+e ems om Olattol m thod tgtaded fle a as (slope < 5%) { h se at ½e one) Wilt use abo r io c+ontr s > t a eas S+2, 3, 4, 7 Mul. straw, wqo chips, see appn aii De l g basil+ {m tr a si e r P. SC+2. t lo. (see +... Is 6... t...!... Seep 4 - Sm+ct mm+dimett+ co. ot met r ale distorted ames oos+ at le one) S Fenc sc4 S o Dtrai# IN PmNc n I tc 10 D +asia (+d for 10-yamL SC-2 y)... [ Sis# 5= Se+e method for #tecet l+8 off,re trac+n of ++ediment ( hoe'-tee at st o+ e) 84 Pavement Minor Rehabilitation (Chip Seal)

122 85 'avement Minor Rehabilitation (Chip Seal) STL3 8 8

123 TABLE B - RECOMM DED 84 '4tPs FOR USE IN CONJ T ON WITH MtNif',/tLIM Ps Recemmend est M r.'ge s: t; Prances [ BMP ) H ndbook I Sele d D t I BMP ss-1 l $s-2 l ve t :m S r!t, Ve t r Bu S r l J SS-2 1 Sf:ab i, Ou Cent ] -1 T mit desct, a# Step D ersba of Runoff ar ee DAes...! #is & S es 8 l - Velocity. R uctton Ch Dams... 8lope T rr r... Br o ck Fil er....!... Se mer i... 's 3 Em! e an c ntre T en n r erla!s Wt 4 Wa e na ement, Ce iam e Sell Maaa#etr er t :WM-7 VeN a, Eqq men M raea!: vehicse aad Eq J nt C a P..g N B... v ic],e p nt Fu r N 9 V idea E r er t r er mnce NS D C# s t P a tl : Water... St #re Cons#[. c a as6 Pal h g... mp y N e; Cex bacbrs m 86 Pavement Minor Rehabilitation (Chip Seal)

COUNTY OF KINGS CALIFORNIA DEPARTMENT OF PUBLIC WORKS

COUNTY OF KINGS CALIFORNIA DEPARTMENT OF PUBLIC WORKS COUNTY OF KINGS CALIFORNIA DEPARTMENT OF PUBLIC WORKS NOTICE TO CONTRACTORS PROPOSAL, AGREEMENT SPECIAL PROVISIONS PARKING LOT IMPROVEMENTS AT THE KINGS COUNTY GOVERNMENT CENTER County Project No.82420032

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

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

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

CONTRACT DOCUMENTS AND STANDARD SPECIFICATION SUPPLEMENT PUBLIC WORKS DEPARTMENT. City of Anaheim California

CONTRACT DOCUMENTS AND STANDARD SPECIFICATION SUPPLEMENT PUBLIC WORKS DEPARTMENT. City of Anaheim California CONTRACT DOCUMENTS AND STANDARD SPECIFICATION SUPPLEMENT PUBLIC WORKS DEPARTMENT City of Anaheim California REVISED 7/01/15 SS-1 MASTER TABLE OF CONTENTS 1. PROPOSAL (Enclosed) 2. NON-COLLUSION AFFIDAVIT

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

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

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

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 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

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

BIDDER S QUALIFICATION AND EXPERIENCE STATEMENT

BIDDER S QUALIFICATION AND EXPERIENCE STATEMENT BIDDER S QUALIFICATION AND EXPERIENCE STATEMENT The OWNER will require supporting evidence regarding Bidder s Qualifications and competency. The Bidder will be required to furnish all of the applicable

More information

INVITATION TO BID COMMERCIAL FLOORING CONTRACTORS

INVITATION TO BID COMMERCIAL FLOORING CONTRACTORS FACILITIES COORDINATOR 800 Church Street, Suite B60, Waycross, GA 31501 Phone: 912 287 4480 Cell: 912 281 9964 Fax: 912 287 4482 Email: sbaxley@warecounty.com INVITATION TO BID COMMERCIAL FLOORING CONTRACTORS

More information

SECTION BID. Valley Court Force Main Replacement Contract No. BE17-029

SECTION BID. Valley Court Force Main Replacement Contract No. BE17-029 SECTION 00300 - BID BID TO: THE CITY AND BOROUGH OF JUNEAU 1. The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an Agreement with the OWNER in the form included in the

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

JUNEAU-DOUGLAS HIGH SCHOOL BLEACHER REPLACEMENT

JUNEAU-DOUGLAS HIGH SCHOOL BLEACHER REPLACEMENT BLEACHER REPLACEMENT Contract No. BE17-253 File No. 1961 ENGINEERING DEPARTMENT SECTION 00005 - TABLE OF CONTENTS DIVISION 0 - BIDDING AND CONTRACT REQUIREMENTS, CONTRACT FORMS, AND CONDITIONS OF THE CONTRACT

More information

PETALUMA LED STREETLIGHT RETROFIT PHASE 2 CITY PROJECT NO. C

PETALUMA LED STREETLIGHT RETROFIT PHASE 2 CITY PROJECT NO. C CONTRACT DOCUMENTS FOR PETALUMA LED STREETLIGHT RETROFIT PHASE 2 CITY PROJECT NO. C16501412 (Bidding Requirements, General Provisions, Special Provisions and City of Petaluma Details - Standards) CITY

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 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

MIAMI VALLEY COMMUNICATIONS COUNCIL 1195 EAST-ALEX BELL ROAD, CENTERVILLE, OHIO PHONE: / FAX: / INTERNET:

MIAMI VALLEY COMMUNICATIONS COUNCIL 1195 EAST-ALEX BELL ROAD, CENTERVILLE, OHIO PHONE: / FAX: / INTERNET: MIAMI VALLEY COMMUNICATIONS COUNCIL 1195 EAST-ALEX BELL ROAD, CENTERVILLE, OHIO 45459 PHONE: 937-428-8887 / FAX: 937-438-8569 / INTERNET: www.mvcc.net STANDARD CONDITIONS FOR COMPETITIVE BIDDING 1. All

More information

Boulder Creek Fire Protection District. Request For Proposal. Voluntary Seismic and ADA Station Upgrades. July 14, 2015

Boulder Creek Fire Protection District. Request For Proposal. Voluntary Seismic and ADA Station Upgrades. July 14, 2015 Boulder Creek Fire Protection District Request For Proposal s July 14, 2015 TABLE OF CONTENTS A. Notice to Contractors...3 B. Bid Documents 1. Proposal to the Boulder Creek Fire Protection District...6

More information

Replacement of Existing Carpet at City Hall

Replacement of Existing Carpet at City Hall CITY OF MILLBRAE STATE OF CALIFORNIA CONTRACT DOCUMENTS AND SPECIFICATIONS FOR DEPARTMENT OF PUBLIC WORKS 621 MAGNOLIA AVENUE MILLBRAE, CA 94030 TELEPHONE: (650) 259-2339 FAX: (650) 697-8158 BID OPENING:

More information

HVAC SYSTEM IMPROVEMENT for COUNTY ENGINEER OFFICE in SANDUSKY COUNT, OHIO BIDS RECEIVED APRIL 13, 2010 AT 10:30 AM ENGINEER S ESTIMATE: $128,000.

HVAC SYSTEM IMPROVEMENT for COUNTY ENGINEER OFFICE in SANDUSKY COUNT, OHIO BIDS RECEIVED APRIL 13, 2010 AT 10:30 AM ENGINEER S ESTIMATE: $128,000. HVAC SYSTEM IMPROVEMENT for COUNTY ENGINEER OFFICE in SANDUSKY COUNT, OHIO BIDS RECEIVED APRIL 13, 2010 AT 10:30 AM ENGINEER S ESTIMATE: $128,000.00 IF SUBMITTING A BID FOR THIS PROJECT PLEASE PRINT CONTRACT

More information

GOLD CREEK FLUME CONCRETE PATCHING

GOLD CREEK FLUME CONCRETE PATCHING GOLD CREEK FLUME CONCRETE PATCHING Contract No. E11-205 File No. 1688 ENGINEERING DEPARTMENT SECTION 00005 - TABLE OF CONTENTS DIVISION 0 - BIDDING AND CONTRACT REQUIREMENTS, CONTRACT FORMS, AND CONDITIONS

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

4S RANCH WATER RECLAMATION FACILITY TERTIARY FILTER REHABILITATION

4S RANCH WATER RECLAMATION FACILITY TERTIARY FILTER REHABILITATION SET NO: San Diego County, California CONTRACT DOCUMENTS FOR THE CONSTRUCTION OF: 4S RANCH WATER RECLAMATION FACILITY TERTIARY FILTER REHABILITATION VOLUME I SEPTEMBER 2018 OMWD WO# D700022 (BLANK) (BLANK)

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

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

SOUTHERN REGIONAL WASTEWATER TREATMENT PLANT CRYOGENIC PLANT TURNAROUND MAINTENANCE Year 2016

SOUTHERN REGIONAL WASTEWATER TREATMENT PLANT CRYOGENIC PLANT TURNAROUND MAINTENANCE Year 2016 PROJECT16-9415 CITY OF HOLLYWOOD CONTRACT DOCUMENTS AND SPECIFICATIONS FOR SOUTHERN REGIONAL WASTEWATER TREATMENT PLANT CRYOGENIC PLANT TURNAROUND MAINTENANCE Year 2016 JULY 2016 Prepared by: ENGINEERING

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

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

CITY OF CHAMBLEE PIERCE DRIVE STORM SYSTEM EXTENSION PROJECT

CITY OF CHAMBLEE PIERCE DRIVE STORM SYSTEM EXTENSION PROJECT CPL 14064.08 BID FORM SECTION 00 300-1 BID FORM BID NUMBER: CH2019-001Dev SUBMITTAL DATE: BY: (Bidder) PROJECT DESCRIPTION: The project consists of the construction of a sidewalk and associated grading,

More information

INVITATION TO BID ASPHALT SURFACE TREATMENT (TRIPLE TREATMENT TYPE I) IFB:

INVITATION TO BID ASPHALT SURFACE TREATMENT (TRIPLE TREATMENT TYPE I) IFB: Darlington County is requesting sealed bids for Asphalt Surface Treatment (Triple Treatment Type I) for all (8) eight roads in the Timberchase Subdivision. The roads consist of the following: 1. Timberchase

More information

UNIVERSITY OF ROCHESTER INSTRUCTIONS TO BIDDERS

UNIVERSITY OF ROCHESTER INSTRUCTIONS TO BIDDERS UNIVERSITY OF ROCHESTER INSTRUCTIONS TO BIDDERS INDEX ARTICLE 1 BIDDING DOCUMENTS 1 1.1 DEFINITIONS 1 ARTICLE 2 BIDDER S REPRESENTATIONS. 2 2.1 EACH BIDDER BY MAKING HIS BID REPRESENTS THAT: 2 ARTICLE

More information

CITY OF CUMMING WILLIAMS CIRCLE LOW PRESSURE SEWER

CITY OF CUMMING WILLIAMS CIRCLE LOW PRESSURE SEWER CONTRACT DOCUMENTS AND TECHNICAL SPECIFICATIONS FOR THE CONSTRUCTION OF THE CITY OF CUMMING WILLIAMS CIRCLE LOW PRESSURE SEWER BID READY NOVEMBER 14, 2018 Prepared By: WILLIAMS CIRCLE LOW PRESSURE SEWER

More information

SPECIFICATIONS AND BIDDING DOCUMENTS USED ASPHALT PAVER

SPECIFICATIONS AND BIDDING DOCUMENTS USED ASPHALT PAVER SPECIFICATIONS AND BIDDING DOCUMENTS USED ASPHALT PAVER August 2017 Name of Bidder Address Telephone Number TABLE OF CONTENTS CITY OF KALISPELL Used Asphalt Paver Title No. of Pages Table of Contents (This

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

REMOVAL AND REPLACEMENT OF PLAY SURFACE AT CREEKSIDE ELEMENTARY SCHOOL CONTRACT DOCUMENTS

REMOVAL AND REPLACEMENT OF PLAY SURFACE AT CREEKSIDE ELEMENTARY SCHOOL CONTRACT DOCUMENTS POWAY UNIFIED SCHOOL DISTRICT BID NO. 2018-04B CONTRACT DOCUMENTS PURCHASING DEPARTMENT 13626 TWIN PEAKS DRIVE POWAY, CA 92064 858.748.0010 X2544 TABLE OF CONTENTS DOCUMENT DESCRIPTION 00010 TABLE OF CONTENTS

More information

CONTRACT DOCUMENTS FOR SEWER COLLECTION SYSTEM CONDITION ASSESSMENT AND CLOSED CIRCUIT TELEVISION (CCTV) INSPECTION CS-16-04

CONTRACT DOCUMENTS FOR SEWER COLLECTION SYSTEM CONDITION ASSESSMENT AND CLOSED CIRCUIT TELEVISION (CCTV) INSPECTION CS-16-04 CITY OF CLAREMONT DEPARTMENT OF COMMUNITY SERVICES 1616 Monte Vista Ave Claremont, CA 91711 CONTRACT DOCUMENTS FOR SEWER COLLECTION SYSTEM CONDITION ASSESSMENT AND CLOSED CIRCUIT TELEVISION (CCTV) INSPECTION

More information

In accordance with 61 O.S. 108 and 115, a sworn statement shall accompany any competitive bid submitted for a public construction contract.

In accordance with 61 O.S. 108 and 115, a sworn statement shall accompany any competitive bid submitted for a public construction contract. State of Oklahoma Capital Assets Management Construction and Properties Bid Affidavits In accordance with 61 O.S. 108 and 115, a sworn statement shall accompany any competitive bid submitted for a public

More information

SHILOH ELEMENTARY SCHOOL FENCING PROJECT FOR SHILOH ELEMENTARY SCHOOL DISTRICT TABLE OF CONTENTS

SHILOH ELEMENTARY SCHOOL FENCING PROJECT FOR SHILOH ELEMENTARY SCHOOL DISTRICT TABLE OF CONTENTS SHILOH ELEMENTARY SCHOOL FENCING PROJECT FOR SHILOH ELEMENTARY SCHOOL DISTRICT TABLE OF CONTENTS DIVISION 0 - CONDITIONS OF THE CONTRACT Notice to Bidders...1 page Instructions to Bidders... 5 pages Bid

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

REQUEST FOR PROPOSALS for CONSTRUCTION MANAGEMENT / GENERAL CONTRACTOR SERVICES for CONSTRUCTION OF THE UTAH COUNTY CONVENTION CENTER

REQUEST FOR PROPOSALS for CONSTRUCTION MANAGEMENT / GENERAL CONTRACTOR SERVICES for CONSTRUCTION OF THE UTAH COUNTY CONVENTION CENTER UTAH COUNTY PUBLIC WORKS DEPARTMENT 2855 South State Street Provo, Utah 84606 (801) 851-8600 REQUEST FOR PROPOSALS for CONSTRUCTION MANAGEMENT / GENERAL CONTRACTOR SERVICES for CONSTRUCTION OF THE UTAH

More information

INVITATION TO BID. Contract Documents will be available after 8:30 A.M. on July 26, 2018.

INVITATION TO BID. Contract Documents will be available after 8:30 A.M. on July 26, 2018. INVITATION TO BID The Crested Butte Fire Protection District (hereinafter referred to as the Owner) will receive bids at the office of the Owner s office located at 306 Maroon Avenue, Crested Butte, Colorado

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

G E O R G I A P O R T S A U T H O R I T Y I N S U R A N C E R E Q U I R E M E N T S

G E O R G I A P O R T S A U T H O R I T Y I N S U R A N C E R E Q U I R E M E N T S Page 11 of 17 G E O R G I A P O R T S A U T H O R I T Y I N S U R A N C E R E Q U I R E M E N T S The contractor shall provide certificates of insurance in a form acceptable to the Georgia Ports Authority

More information

STATEMENT OF BIDDER'S QUALIFICATIONS

STATEMENT OF BIDDER'S QUALIFICATIONS STATEMENT OF BIDDER'S QUALIFICATIONS All questions must be answered and the data given must be clear and comprehensive. This statement must be notarized. If necessary, questions may be answered on separate

More information

FOR VIEWING ONLY NOT FOR BIDDING PURPOSES

FOR VIEWING ONLY NOT FOR BIDDING PURPOSES NOTICE TO CONTRACTORS THE CITY OF PICAYUNE WALMART WATER TANK IMPROVEMENTS PICAYUNE, MS Sealed bids for the construction of the WALMART WATER TANK IMPROVEMENTS for The City of Picayune in Picayune, Mississippi,

More information

For Review Only Official Bid Packet available at Athens County Engineer's Office

For Review Only Official Bid Packet available at Athens County Engineer's Office ATHENS COUNTY ENGINEER 2017 ROADSIDE MOWING PROGRAM NOTICE TO BIDDERS The Athens County Commissioners will open sealed bids at their office in the Athens County Courthouse, 15 South Court Street, Athens,

More information

SPECIFICATIONS FOR. Straits Area Snowmobile Club Carp River Iron Bridge Mackinac County S Prepared by:

SPECIFICATIONS FOR. Straits Area Snowmobile Club Carp River Iron Bridge Mackinac County S Prepared by: SPECIFICATIONS FOR Straits Area Snowmobile Club Carp River Iron Bridge Mackinac County S211-28251 Prepared by: U.P. ENGINEERS & ARCHITECTS, INC. 2906 N. Stephenson, Suite 2 Iron Mountain, MI 49801 NANCY

More information

JEFFERSON PARISH SHERIFF S OFFICE INSTRUCTIONS TO BIDDERS AND GENERAL CONDITIONS PUBLIC WORKS/CONSTRUCTION PROJECTS

JEFFERSON PARISH SHERIFF S OFFICE INSTRUCTIONS TO BIDDERS AND GENERAL CONDITIONS PUBLIC WORKS/CONSTRUCTION PROJECTS JEFFERSON PARISH SHERIFF S OFFICE INSTRUCTIONS TO BIDDERS AND GENERAL CONDITIONS PUBLIC WORKS/CONSTRUCTION PROJECTS Sealed bids will be received in the Jefferson Parish Sheriff s Purchasing Department,

More information

Contract Documents. And. Specifications. For. Engler Park Dressing Room Building

Contract Documents. And. Specifications. For. Engler Park Dressing Room Building Contract Documents And Specifications For Engler Park Dressing Room Building City of Farmington 110 West Columbia Farmington, Missouri 63640 CITY OF FARMINGTON Department of Parks & Recreation 407 Boyce

More information

Project Manual. For. Peachtree City LMIG Paving Projects for 2017

Project Manual. For. Peachtree City LMIG Paving Projects for 2017 Project Manual For Peachtree City LMIG Paving Projects for 2017 SECTION 00 01 10 TABLE OF CONTENTS 00 11 13 Invitation for Bids 00 21 13 Instructions to Bidders 00 22 13 Supplementary Instructions to Bidders

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

PUBLIC WORKS DEPARTMENT ROOF REPLACEMENT AND CONSTRUCTION PROGRAM CITY OF STOCKTON CORPORATION YARD PROJECT NO. PW1320

PUBLIC WORKS DEPARTMENT ROOF REPLACEMENT AND CONSTRUCTION PROGRAM CITY OF STOCKTON CORPORATION YARD PROJECT NO. PW1320 PUBLIC WORKS DEPARTMENT BID FORMS FOR ROOF REPLACEMENT AND CONSTRUCTION PROGRAM CITY OF STOCKTON CORPORATION YARD PROJECT NO. PW1320 DO NOT DETACH ANY OF THIS MATERIAL THIS CONSTITUTES YOUR BID PROPOSAL

More information

PUBLIC WORKS DEPARTMENT CURB, GUTTER, SIDEWALK REPAIR AND CURB- RAMP INSTALLATION, PHASE 2 PROJECT NO. PW1531

PUBLIC WORKS DEPARTMENT CURB, GUTTER, SIDEWALK REPAIR AND CURB- RAMP INSTALLATION, PHASE 2 PROJECT NO. PW1531 PUBLIC WORKS DEPARTMENT BID FORMS FOR CURB, GUTTER, SIDEWALK REPAIR AND CURB- RAMP INSTALLATION, PHASE 2 PROJECT NO. PW1531 DO NOT DETACH ANY OF THIS MATERIAL THIS CONSTITUTES YOUR BID PROPOSAL SUBMIT

More information

ADDENDUM NO. 1 INVITATION FOR BID B303 ROOF REPAIRS & REPLACEMENT

ADDENDUM NO. 1 INVITATION FOR BID B303 ROOF REPAIRS & REPLACEMENT ADDENDUM NO. 1 INVITATION FOR BID B303 ROOF REPAIRS & REPLACEMENT Effective August 22, 2018, Addendum No. 1 and the applicable attachment(s) is associated with the Invitation for Bid (IFB) seeking bids

More information

LITCHFIELD MUNICIPAL AIRPORT LITCHFIELD, ILLINOIS. Request for Bids and Specifications Sealcoating and Painting Runway 18/36 and Associated Taxiways

LITCHFIELD MUNICIPAL AIRPORT LITCHFIELD, ILLINOIS. Request for Bids and Specifications Sealcoating and Painting Runway 18/36 and Associated Taxiways LITCHFIELD MUNICIPAL AIRPORT LITCHFIELD, ILLINOIS Request for Bids and Specifications Sealcoating and Painting Runway 18/36 and Associated Taxiways Description: The Litchfield Airport Authority is accepting

More information

BID PACKAGE for the SCALES REPLACEMENT

BID PACKAGE for the SCALES REPLACEMENT BID PACKAGE for the SCALES REPLACEMENT at the MIAMI COUNTY SANITARY ENGINEERING DEPARTMENT 2200 N COUNTY ROAD 25-A TROY, OHIO 45373 November 2015 on behalf of MIAMI COUNTY BOARD OF COMMISSIONERS JOHN W.

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

SECTION INSTRUCTIONS TO BIDDERS

SECTION INSTRUCTIONS TO BIDDERS ARTICLE 1 DEFINED TERMS SECTION 00200 INSTRUCTIONS TO BIDDERS 1.01 TERMS USED IN THESE INSTRUCTIONS TO BIDDERS WILL HAVE THE MEANINGS INDICATED IN THE GENERAL CONDITIONS AND SUPPLEMENTARY CONDITIONS. ADDITIONAL

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

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

INSTRUCTIONS TO BIDDERS

INSTRUCTIONS TO BIDDERS INSTRUCTIONS TO BIDDERS Jefferson County School District No. R-1, State of Colorado, hereinafter called the "Owner", has advertised for bids to be submitted for the construction work specified in the advertisement.

More information

RFP-FD Replacement Mid-Mount Tower Ladder. Required Submittals

RFP-FD Replacement Mid-Mount Tower Ladder. Required Submittals RFP-FD-09-01 - Replacement Mid-Mount Tower Ladder Required Submittals 1. All addenda (signed and dated) 2. Letter of Transmittal 3. Corporate Information 4. Summary of Litigation (if not applicable, please

More information

BID FOR LUMP SUM CONTRACT

BID FOR LUMP SUM CONTRACT SECTION 1.A BID FOR LUMP SUM CONTRACT Date: BID OF (hereinafter called "Bidder") a corporation* organized and existing under laws of the State of, a partnership* consisting of, an individual* trading as,

More information

Suite 300 Tenant Improvement

Suite 300 Tenant Improvement BID FORM FOR: Suite 300 Tenant Improvement UNIVERSITY OF CALIFORNIA Office of the President Sacramento, CA 95814 February 19, 2014 BID TO: Pamela Madison, Space Planning Manager University of California,

More information

Convert Six East/West Tennis Courts to a North/South Orientation

Convert Six East/West Tennis Courts to a North/South Orientation Convert Six East/West Tennis Courts to a North/South Orientation Contact Information: Gordon County Attn: Purchasing Director 201 North Wall Street Calhoun, Georgia 30701 (706) 879-2198 mvaughn@gordoncounty.org

More information

SLC-3-90 INSTRUCTIONS TO BIDDERS

SLC-3-90 INSTRUCTIONS TO BIDDERS BID DOCUMENTS SLC-3-90 INSTRUCTIONS TO BIDDERS The following list of standard contractual documents and instructions must be read and such documents executed by the bidder prior to submission of his bid.

More information

BID RECEIVING OFFICE: Forsyth County Public Library, Administrative Offices, 585 Dahlonega Street, Cumming, GA 30040

BID RECEIVING OFFICE: Forsyth County Public Library, Administrative Offices, 585 Dahlonega Street, Cumming, GA 30040 INVITATION TO BID DATE ISSUED: September 27, 2017 FOR: Professional janitorial services for a contract period of January 1, 2018 to December 31, 2018. This annual contract may be renewed for two (2) one

More information

REQUEST FOR SEALED PROPOSALS

REQUEST FOR SEALED PROPOSALS REQUEST FOR SEALED PROPOSALS FOR PROFESSIONAL SERVICES UNDER A FAIR AND OPEN PROCESS CITY REDEVELOPMENT ATTORNEY 2015 CITY OF WOODBURY 33 DELAWARE STREET WOODBURY GLOUCESTER COUNTY NEW JERSEY, 08096 Proposal

More information

REQUEST FOR PROPOSAL FOR RISK MANAGEMENT CONSULTANT

REQUEST FOR PROPOSAL FOR RISK MANAGEMENT CONSULTANT REQUEST FOR PROPOSAL FOR RISK MANAGEMENT CONSULTANT BOROUGH of PINE HILL SUBMISSION DEADLINE AT WHICH TIME PROPOSALS WILL BE OPENED IS December 5, 2017 10:00 A.M. ADDRESS ALL PROPOSALS TO: BUSINESS ADMINISTRATOR

More information

CHEROKEE NATION ENTERTAINMENT, L.L.C. REQUEST FOR PROPOSAL ( RFP ) PROJECT NAME: Professional Parking Valet Services RFP NUMBER: DATED:

CHEROKEE NATION ENTERTAINMENT, L.L.C. REQUEST FOR PROPOSAL ( RFP ) PROJECT NAME: Professional Parking Valet Services RFP NUMBER: DATED: CHEROKEE NATION ENTERTAINMENT, L.L.C. REQUEST FOR PROPOSAL ( RFP ) PROJECT NAME: Professional Parking Valet Services RFP NUMBER: DATED: TABLE OF CONTENTS I. SOLICITATION TO BID II. III. IV. INSTRUCTIONS

More information

All responses to quotations must be received by Procurement Services no later than 3:00 p.m. on Thursday, February 3, 2005.

All responses to quotations must be received by Procurement Services no later than 3:00 p.m. on Thursday, February 3, 2005. CITY OF VANCOUVER REQUEST FOR QUOTATION QUOTATION NO. 5 OPENING 3:00 P.M. FEBRUARY 3, 2005 PLEASE QUOTE ON THE FOLLOWING: The following project will be accomplished as a SMALL WORKS PROJECT and will be

More information

NC General Statutes - Chapter 143 Article 8 1

NC General Statutes - Chapter 143 Article 8 1 Article 8. Public Contracts. 143-128. Requirements for certain building contracts. (a) Preparation of specifications. Every officer, board, department, commission or commissions charged with responsibility

More information

CONSTRUCTION CONTRACT

CONSTRUCTION CONTRACT CONSTRUCTION OR: Name Mailing Address City, State, Zip Code Telephone Number Fax Number E-mail address BID ACCEPTANCE DATE: COMPLETION DATE: DATE: TOTAL BID : TABLE OF CONTENTS ARTICLE 1 PARTIES... Page

More information

INSTRUCTIONS TO BIDDERS Locally Funded Contracts

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

More information

PROPOSAL REQUIREMENTS AND CONDITIONS

PROPOSAL REQUIREMENTS AND CONDITIONS 1.01 QUALIFICATION OF THE BIDDERS PROPOSAL REQUIREMENTS AND CONDITIONS A. The Jurisdiction reserves the right to reject any bid that is not responsive to the proposal form or contract documents, or not

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

Bid No. B17-13 Bldg 1300 HVAC

Bid No. B17-13 Bldg 1300 HVAC Bid No. B17-13 Bldg 1300 HVAC INFORMAL BID ***PREQUALIFIED CONTRACTORS ONLY*** BID DUE DATE: WEDNESDAY, April 19, 2017, 2:00P.M. CABRILLO COMMUNITY COLLEGE DISTRICT PURCHASING, CONTRACTS & RISK MANAGEMENT

More information

City of Ballwin RFP #18-01 Ries Road Bridge Replacement BRM-4939(606)

City of Ballwin RFP #18-01 Ries Road Bridge Replacement BRM-4939(606) NOTICE TO CONTRACTORS Sealed bids, addressed to Ballwin Public Works, 14811 Manchester Road, Ballwin, Missouri 63011 for the proposed work will be received by the City of Ballwin until 10:00 AM (prevailing

More information

JUNEAU DOUGLAS TREATMENT PLANT VECTOR DUMP IMPROVEMENTS

JUNEAU DOUGLAS TREATMENT PLANT VECTOR DUMP IMPROVEMENTS JUNEAU DOUGLAS TREATMENT PLANT VECTOR DUMP IMPROVEMENTS Contract No. E16-049 File No. 1894 ENGINEERING DEPARTMENT SECTION 00005 - TABLE OF CONTENTS DIVISION 0 - BIDDING AND CONTRACT REQUIREMENTS, CONTRACT

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

PUBLIC WORKS DEPARTMENT LED STREET LIGHT CONVERSION, PHASE 3 PROJECT NO. PW1536

PUBLIC WORKS DEPARTMENT LED STREET LIGHT CONVERSION, PHASE 3 PROJECT NO. PW1536 PUBLIC WORKS DEPARTMENT BID FORMS FOR LED STREET LIGHT CONVERSION, PHASE 3 PROJECT NO. PW1536 DO NOT DETACH ANY OF THIS MATERIAL THIS CONSTITUTES YOUR BID PROPOSAL SUBMIT ONE ORIGINAL OF THIS BID PROPOSAL

More information

4S RANCH WATER RECLAMATION FACILITY EQUALIZATION BASIN RELINING PROJECT

4S RANCH WATER RECLAMATION FACILITY EQUALIZATION BASIN RELINING PROJECT SET NO: San Diego County, California FINAL CONTRACT DOCUMENTS FOR THE CONSTRUCTION OF: 4S RANCH WATER RECLAMATION FACILITY EQUALIZATION BASIN RELINING PROJECT AUGUST 2016 (BLANK) BID FORM CHECKLIST (To

More information

KELTY TAPPY DESIGN, INC.

KELTY TAPPY DESIGN, INC. KELTY TAPPY DESIGN, INC. ARCHITECTURE PLANNING URBAN DESIGN FURNITURE BID DOCUMENTS LAGRANGE COUNTY PUBLIC LIBRARY Introduction Thank you for your interest in providing furniture-related items for the

More information

PUBLIC WORKS DEPARTMENT 2017 SPEED HUMP, SPEED CUSHION, AND SPEED TABLE PROJECT PROJECT NO. PW1608

PUBLIC WORKS DEPARTMENT 2017 SPEED HUMP, SPEED CUSHION, AND SPEED TABLE PROJECT PROJECT NO. PW1608 PUBLIC WORKS DEPARTMENT BID FORMS FOR 2017 SPEED HUMP, SPEED CUSHION, AND SPEED TABLE PROJECT PROJECT NO. PW1608 DO NOT DETACH ANY OF THIS MATERIAL THIS CONSTITUTES YOUR BID PROPOSAL SUBMIT ONE ORIGINAL

More information

CITY OF SOUTH GATE PUBLIC WORKS DEPARTMENT ENGINEERING DIVISION CONTRACT DOCUMENTS AND SPECIFICATIONS FOR

CITY OF SOUTH GATE PUBLIC WORKS DEPARTMENT ENGINEERING DIVISION CONTRACT DOCUMENTS AND SPECIFICATIONS FOR CITY OF SOUTH GATE PUBLIC WORKS DEPARTMENT ENGINEERING DIVISION CONTRACT DOCUMENTS AND SPECIFICATIONS FOR HOLLYDALE RESOURCE CENTER ELECTRICAL POWER SOURCE UPGRADE 12221 INDUSTRIAL AVENUE SOUTH GATE, CA

More information

CONTRACT DOCUMENTS. City of El Centro Pico Avenue Sewer Lift Station Emergency Generator Replacement Project

CONTRACT DOCUMENTS. City of El Centro Pico Avenue Sewer Lift Station Emergency Generator Replacement Project CONTRACT DOCUMENTS for the City of El Centro Pico Avenue Sewer Lift Station Emergency Generator Replacement Project prepared by Pro Terra, Engineering & Surveying El Centro, CA City of El Centro Replacement

More information

TOWNSHIP OF WOOLWICH 120 VILLAGE GREEN DRIVE WOOLWICH TOWNSHIP, NJ SPECIFICATIONS AND RFP FORMS FOR PROFESSIONAL SERVICES CONTRACTS YEAR 2019

TOWNSHIP OF WOOLWICH 120 VILLAGE GREEN DRIVE WOOLWICH TOWNSHIP, NJ SPECIFICATIONS AND RFP FORMS FOR PROFESSIONAL SERVICES CONTRACTS YEAR 2019 Bidders Name: Address: City and State: Phone: Fax: E-Mail: TOWNSHIP OF WOOLWICH 120 VILLAGE GREEN DRIVE WOOLWICH TOWNSHIP, NJ 08085 SPECIFICATIONS AND RFP FORMS FOR PROFESSIONAL SERVICES CONTRACTS YEAR

More information

TOWN OF ERWIN REQUEST FOR PROPOSALS FOR GRASS MOWING SERVICES - ADDENDUM

TOWN OF ERWIN REQUEST FOR PROPOSALS FOR GRASS MOWING SERVICES - ADDENDUM TOWN OF ERWIN REQUEST FOR PROPOSALS FOR GRASS MOWING SERVICES - ADDENDUM Notice is hereby provided that the Town of Erwin will be accepting proposals for grass mowing services for overgrown lots which

More information

TOWNSHIP OF RARITAN REQUEST FOR QUALIFICATIONS RISK MANAGEMENT CONSULTANT SUBMISSION DEADLINE AT WHICH TIME PROPOSALS WILL BE OPENED IS

TOWNSHIP OF RARITAN REQUEST FOR QUALIFICATIONS RISK MANAGEMENT CONSULTANT SUBMISSION DEADLINE AT WHICH TIME PROPOSALS WILL BE OPENED IS TOWNSHIP OF RARITAN REQUEST FOR QUALIFICATIONS RISK MANAGEMENT CONSULTANT SUBMISSION DEADLINE AT WHICH TIME PROPOSALS WILL BE OPENED IS JANUARY 23, 2019 11:00 A.M. ADDRESS ALL PROPOSALS TO: TOWNSHIP ADMINISTRATOR

More information

A competitive bidding process shall be utilized to the greatest extent possible for all construction contracts.

A competitive bidding process shall be utilized to the greatest extent possible for all construction contracts. BOARD POLICY NO. 024 PROCUREMENT AND CONTRACTING CONSTRUCTION Purpose To establish a method for administering SANDAG construction contracts. Background Public Utilities Code section 132352.4 states that

More information

INSTRUCTIONS TO BIDDERS

INSTRUCTIONS TO BIDDERS INSTRUCTIONS TO BIDDERS 1. BIDDER'S PLEDGE AND AGREEMENT Each Bidder acknowledges that this is a public project involving public funds, and that the Owner expects and requires that each successful Bidder

More information

FULTON COUNTY, OHIO 703 Aggregate THURSDAY DECEMBER 4, :00 A.M.

FULTON COUNTY, OHIO 703 Aggregate THURSDAY DECEMBER 4, :00 A.M. FULTON COUNTY, OHIO 703 Aggregate THURSDAY DECEMBER 4, 2014 10:00 A.M. Company Name Contact Person Email Address Street Address City, State Zip Code Phone Fax To be considered a valid bidder, you must

More information

TULARE COUNTY OFFICE OF EDUCATION. Router

TULARE COUNTY OFFICE OF EDUCATION. Router TULARE COUNTY OFFICE OF EDUCATION REQUEST FOR PROPOSAL #18.06 Court Community Schools E-Rate Router Issuing Date: 1/10/18 Due Date and Time: 2/21/18 @ 2:00:00 pm Tulare County Office of Education 6200

More information

BIDDING AND CONSTRUCTION STANDARDS

BIDDING AND CONSTRUCTION STANDARDS BIDDING AND CONSTRUCTION STANDARDS May 2004 TABLE OF CONTENTS INVITATION TO BID INSTRUCTIONS TO BIDDERS BID BID BOND AGREEMENT CONTRACT PERFORMANCE BOND STATUTORY BOND APPOINTMENT OF PROCESS AGENT FORM

More information

Field 6 Fence Phase 1

Field 6 Fence Phase 1 City of Bishop, California Bidding Information and Contract Documents for Field 6 Fence Phase 1 in the City of Bishop, County of Inyo, California 22 June 2017 Approved: David Grah Director of Public Works

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

HOUSING AUTHORITY OF THE TOWN OF MORRISTOWN REQUEST FOR PROPOSALS FEE ACCOUNTING SERVICES

HOUSING AUTHORITY OF THE TOWN OF MORRISTOWN REQUEST FOR PROPOSALS FEE ACCOUNTING SERVICES HOUSING AUTHORITY OF THE TOWN OF MORRISTOWN REQUEST FOR PROPOSALS FEE ACCOUNTING SERVICES Under a Fair and Open Process in Accordance with N.J.S.A. 19:44A-20.4 et seq. PROPOSALS MUST BE SUBMITTED BY 11:00

More information