Loading...
23-127 Redgwick Construction for De Anza McClellan Pacifica Intersection Modifications Project PO 2024-277DEANZA/MCCLELLAN IMPROVEMENTS 2021 Form PROJECT NO. 2020-12 CONTRACT Page 23 Contract This public works contract (“Contract”) is entered into by and between City of Cupertino (“City”) and Redgwick Construction Company (“Contractor”), for work on the De Anza Boulevard and McClellan Road / Pacifica Drive Intersection Modifications Project (“Project”). The parties agree as follows: 1. Award of Contract. In response to the Notice Inviting Bids, Contractor has submitted a Bid Proposal to perform the Work to construct the Project. On October 10, 2023, City authorized award of this Contract to Contractor for the amount set forth in Section 4, below. 2. Contract Documents. The Contract Documents incorporated into this Contract include and are comprised of all of the documents listed below. The definitions provided in Article 1 of the General Conditions apply to all of the Contract Documents, including this Contract. 2.1 Notice Inviting Bids; 2.2 Instructions to Bidders; 2.3 Addenda, if any; 2.4 Bid Proposal and attachments thereto; 2.5 Contract; 2.6 Payment and Performance Bonds; 2.7 General Conditions; 2.8 Special Conditions; 2.9 Project Plans and Specifications; 2.10 Change Orders, if any; 2.11 Notice of Potential Award; 2.12 Notice to Proceed; and 2.13 The following: • Attachment A - Federal Contract Requirements • Attachment B - Federal Certification / Disclosures 3. Contractor’s Obligations. Contractor will perform all of the Work required for the Project, as specified in the Contract Documents. Contractor must provide, furnish, and supply all things necessary and incidental for the timely performance and completion of the Work, including all necessary labor, materials, supplies, tools, equipment, transportation, onsite facilities, and utilities, unless otherwise specified in the Contract Documents. Contractor must use its best efforts to diligently prosecute and complete the Work in a professional and expeditious manner and to meet or exceed the performance standards required by the Contract Documents. 4. Payment. As full and complete compensation for Contractor’s timely performance and completion of the Work in strict accordance with the terms and conditions of the Contract Documents, City will pay Contractor $1,569,386.00 (“Contract Price”) for all of Contractor’s direct and indirect costs to perform the Work, including all labor, materials, supplies, equipment, taxes, insurance, bonds and all overhead costs, in accordance with the payment provisions in the General Conditions. 5. Time for Completion. Contractor will fully complete the Work for the Project, meeting all requirements for Final Completion, within 120 calendar days from the commencement date given in the Notice to Proceed (“Contract Time”). By signing below, Contractor expressly waives any claim for delayed early completion. DEANZA/MCCLELLAN IMPROVEMENTS 2021 Form PROJECT NO. 2020-12 CONTRACT Page 24 6. Liquidated Damages. If Contractor fails to complete the Work within the Contract Time, City will assess liquidated damages in the amount of $3,200 per day for each day of unexcused delay in achieving Final Completion, and such liquidated damages may be deducted from City’s payments due or to become due to Contractor under this Contract. 7. Labor Code Compliance. 7.1 General. This Contract is subject to all applicable requirements of Chapter 1 of Part 7 of Division 2 of the Labor Code, including requirements pertaining to wages, working hours and workers’ compensation insurance, as further specified in Article 9 of the General Conditions. 7.2 Prevailing Wages. This Project is subject to the prevailing wage requirements applicable to the locality in which the Work is to be performed for each craft, classification or type of worker needed to perform the Work, including employer payments for health and welfare, pension, vacation, apprenticeship and similar purposes. Copies of these prevailing rates are available online at http://www.dir.ca.gov/DLSR. 7.3 DIR Registration. City may not enter into the Contract with a bidder without proof that the bidder and its Subcontractors are registered with the California Department of Industrial Relations to perform public work pursuant to Labor Code § 1725.5, subject to limited legal exceptions. 8. Workers’ Compensation Certification. Pursuant to Labor Code § 1861, by signing this Contract, Contractor certifies as follows: “I am aware of the provisions of Labor Code § 3700 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 on this Contract.” 9. Conflicts of Interest. Contractor, its employees, Subcontractors and agents, may not have, maintain or acquire a conflict of interest in relation to this Contract in violation of any City ordinance or requirement, or in violation of any California law, including Government Code § 1090 et seq., or the Political Reform Act, as set forth in Government Code § 81000 et seq. and its accompanying regulations. Any violation of this Section constitutes a material breach of the Contract. 10. Independent Contractor. Contractor is an independent contractor under this Contract and will have control of the Work and the means and methods by which it is performed. Contractor and its Subcontractors are not employees of City and are not entitled to participate in any health, retirement, or any other employee benefits from City. 11. Notice. Any notice, billing, or payment required by or pursuant to the Contract Documents must be made in writing, signed, dated and sent to the other party by personal delivery, U.S. Mail, a reliable overnight delivery service, or by email as a PDF file. Notice is deemed effective upon delivery, except that service by U.S. Mail is deemed effective on the second working day after deposit for delivery. Notice for each party must be given as follows: City: City of Cupertino – Public Works Department 10300 Torre Avenue Cupertino, CA 95014 (408) 777-7604 DEANZA/MCCLELLAN IMPROVEMENTS 2021 Form PROJECT NO. 2020-12 CONTRACT Page 25 Attn: Chad Mosley, Acting Director of Public Works ChadM@cupertino.org Copy to: Marlon Aumentado, Assistant Civil Engineer MarlonA@cupertino.org Contractor: Name: Redgwick Construction Co. Address: 21 Hegenberger Ct. City/State/Zip: Oakland / CA / 94621 Phone: 510-792-1727 Attn: Travis Miller – Vice President Email: travis@redgwick.com Copy to: estimating@redgwick.com 12. General Provisions. 12.1 Assignment and Successors. Contractor may not assign its rights or obligations under this Contract, in part or in whole, without City’s written consent. This Contract is binding on Contractor’s and City’s lawful heirs, successors and permitted assigns. 12.2 Third Party Beneficiaries. There are no intended third party beneficiaries to this Contract. 12.3 Governing Law and Venue. This Contract will be governed by California law and venue will be in the Santa Clara County Superior Court, and no other place. Contractor waives any right it may have pursuant to Code of Civil Procedure § 394, to file a motion to transfer any action arising from or relating to this Contract to a venue outside of Santa Clara County, California. 12.4 Amendment. No amendment or modification of this Contract will be binding unless it is in a writing duly authorized and signed by the parties to this Contract. 12.5 Integration. This Contract and the Contract Documents incorporated herein, including authorized amendments or Change Orders thereto, constitute the final, complete, and exclusive terms of the agreement between City and Contractor. 12.6 Severability. If any provision of the Contract Documents is determined to be illegal, invalid, or unenforceable, in whole or in part, the remaining provisions of the Contract Documents will remain in full force and effect. 12.7 Iran Contracting Act. If the Contract Price exceeds $1,000,000, Contractor certifies, by signing below, that it is not identified on a list created under the Iran Contracting Act, Public Contract Code § 2200 et seq. (the “Act”), as a person engaging in investment activities in Iran, as defined in the Act, or is otherwise expressly exempt under the Act. 12.8 Authorization. Each individual signing below warrants that he or she is authorized to do so by the party that he or she represents, and that this Contract is legally binding on that party. If Contractor is a corporation, signatures from two officers of the corporation are required pursuant to California Corporation Code § 313. DEANZA/MCCLELLAN IMPROVEMENTS 2021 Form PROJECT NO. 2020-12 CONTRACT Page 26 The parties agree to this Contract as witnessed by the signatures below: CITY: Approved as to form: s/ s/ Date: Date: Attest: s/ Date: CONTRACTOR: s/ Date: Second Signature (See Section 12.8): s/ Date: Contractor’s California License Number(s) and Expiration Date(s) END OF CONTRACT Bob Rahebi Nov 15, 2023 Redgwick Construction Co. Bob Rahebi President & CEO Travis Miller Nov 15, 2023 Travis Miller Vice President 140057 5/31/25 Christopher D. Jensen Nov 15, 2023 Christopher D. Jensen City Attorney Nov 15, 2023 Pamela Wu City Manager Nov 15, 2023 Kirsten Squarcia City Clerk SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. INSURER(S) AFFORDING COVERAGE INSURER F : INSURER E : INSURER D : INSURER C : INSURER B : INSURER A : NAIC # NAME:CONTACT (A/C, No):FAX E-MAILADDRESS: PRODUCER (A/C, No, Ext):PHONE INSURED REVISION NUMBER:CERTIFICATE NUMBER:COVERAGES IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. OTHER: (Per accident) (Ea accident) $ $ N / A SUBR WVD ADDL INSD THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. $ $ $ $PROPERTY DAMAGE BODILY INJURY (Per accident) BODILY INJURY (Per person) COMBINED SINGLE LIMIT AUTOS ONLY AUTOSAUTOS ONLY NON-OWNED SCHEDULEDOWNED ANY AUTO AUTOMOBILE LIABILITY Y / N WORKERS COMPENSATION AND EMPLOYERS' LIABILITY OFFICER/MEMBER EXCLUDED? (Mandatory in NH) DESCRIPTION OF OPERATIONS below If yes, describe under ANY PROPRIETOR/PARTNER/EXECUTIVE $ $ $ E.L. DISEASE - POLICY LIMIT E.L. DISEASE - EA EMPLOYEE E.L. EACH ACCIDENT EROTH-STATUTEPER LIMITS(MM/DD/YYYY)POLICY EXP(MM/DD/YYYY)POLICY EFFPOLICY NUMBERTYPE OF INSURANCELTRINSR DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) EXCESS LIAB UMBRELLA LIAB $EACH OCCURRENCE $AGGREGATE $ OCCUR CLAIMS-MADE DED RETENTION $ $PRODUCTS - COMP/OP AGG $GENERAL AGGREGATE $PERSONAL & ADV INJURY $MED EXP (Any one person) $EACH OCCURRENCE DAMAGE TO RENTED $PREMISES (Ea occurrence) COMMERCIAL GENERAL LIABILITY CLAIMS-MADE OCCUR GEN'L AGGREGATE LIMIT APPLIES PER: POLICY PRO-JECT LOC CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYYY) CANCELLATION AUTHORIZED REPRESENTATIVE ACORD 25 (2016/03) © 1988-2015 ACORD CORPORATION. All rights reserved. CERTIFICATE HOLDER The ACORD name and logo are registered marks of ACORD HIRED AUTOS ONLY 11/3/2023 Arthur J.Gallagher Risk Management Services,LLC 2121 N.California Blvd,Suite 350 Walnut Creek CA 94549 Certificate Department 925-299-1112 925-299-0238 GSC_Construction_Certrequests@AJG.com License#:0D69293 The Travelers Indemnity Company of CT 25682 REDGCON-02 Travelers Property Casualty Co of America 25674RedgwickConstructionCo. 21 Hegenberger Court Oakland CA 94621 468638698 A X 2,000,000 X 300,000 5,000 2,000,000 4,000,000 X Y Y DT22CO8T790191TCT23 10/1/2023 10/1/2024 4,000,000 B 1,000,000 X X X Y Y 8108T8487372326G 10/1/2023 10/1/2024 Comp/Coll Deduct 1,000 /$1,000 B X 5,000,000CUP9S923189232610/1/2023 10/1/2024 5,000,000 X 10,000 B XYUB9S9205192326G10/1/2023 10/1/2024 1,000,000 1,000,000 1,000,000 RE:4625_(2020-12)De Anza Blvd and McClellan Road/Pacifica Drive Intersection Modifications Project ADDITIONAL INSURED(s):The City,including its Council,officials,officers,employees,agents,volunteers and consultants (collectively,“Additional Insured”) City of Cupertino –Public Works Department 10300 Torre Avenue Cupertino,CA 95014 COMMERCIAL GENERAL LIABILITY THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. XTEND ENDORSEMENT FOR CONTRACTORS This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART GENERAL DESCRIPTION OF COVERAGE –This endorsement broadens coverage. However, coverage for any injury, damage or medical expenses described in any of the provisions of this endorsement may be excluded or limited by another endorsement to this Coverage Part, and these coverage broadening provisions do not apply to the extent that coverage is excluded or limited by such an endorsement. The following listing is a general coverage description only. Read all the provisions of this endorsement and the rest of your policy carefully to determine rights, duties, and what is and is not covered. A.Who Is An Insured – Unnamed Subsidiaries C.Incidental Medical Malpractice B.Blanket Additional Insured – Governmental D.Blanket Waiver Of Subrogation Entities – Permits Or Authorizations Relating To E.Contractual Liability – RailroadsOperationsF.Damage To Premises Rented To You PROVISIONS a.An organization other than a partnership, joint venture or limited liability company; orA. WHO IS AN INSURED – UNNAMED b.A trust;SUBSIDIARIES The following is added to SECTION II – WHO IS as indicated in its name or the documents that AN INSURED:govern its structure. Any of your subsidiaries, other than a partnership,B. BLANKET ADDITIONAL INSURED –joint venture or limited liability company, that is GOVERNMENTAL ENTITIES – PERMITS ORnot shown as a Named Insured in the AUTHORIZATIONS RELATING TO OPERATIONSDeclarations is a Named Insured if: The following is added to SECTION II – WHO ISa.You are the sole owner of, or maintain an AN INSURED:ownership interest of more than 50% in, such Any governmental entity that has issued a permitsubsidiary on the first day of the policy period; or authorization with respect to operationsand performed by you or on your behalf and that youb.Such subsidiary is not an insured under are required by any ordinance, law, building codesimilar other insurance.or written contract or agreement to include as an No such subsidiary is an insured for "bodily injury"additional insured on this Coverage Part is an or "property damage" that occurred, or "personal insured, but only with respect to liability for "bodily injury", "property damage" or "personal andand advertising injury" caused by an offense advertising injury" arising out of such operations.committed: The insurance provided to such governmentala.Before you maintained an ownership interest entity does not apply to:of more than 50% in such subsidiary; or a.Any "bodily injury", "property damage" orb.After the date, if any, during the policy period "personal and advertising injury" arising out ofthat you no longer maintain an ownership operations performed for the governmentalinterest of more than 50% in such subsidiary.entity; orFor purposes of Paragraph 1.of Section II – Who b.Any "bodily injury" or "property damage"Is An Insured, each such subsidiary will be included in the "products-completeddeemed to be designated in the Declarations as:operations hazard". CG D3 16 02 19 ú 2017 The Travelers Indemnity Company. All rights reserved.Page 1 of 3 Includes copyrighted material of Insurance Services Office, Inc., with its permission. POLICY NUMBER: DT22CO8T790191TCT23 COMMERCIAL GENERAL LIABILITY C. INCIDENTAL MEDICAL MALPRACTICE pharmaceuticals committed by, or with the knowledge or consent of, the insured.1.The following replaces Paragraph b.of the definition of "occurrence" in the 5.The following is added to the DEFINITIONS DEFINITIONS Section:Section: b.An act or omission committed in providing "Incidental medical services" means:or failing to provide "incidental medical a.Medical, surgical, dental, laboratory, x-rayservices", first aid or "Good Samaritan or nursing service or treatment, advice orservices" to a person, unless you are in instruction, or the related furnishing ofthe business or occupation of providing food or beverages; orprofessional health care services. b.The furnishing or dispensing of drugs or2.The following replaces the last paragraph of medical, dental, or surgical supplies orParagraph2.a.(1)of SECTION II – WHO IS appliances.AN INSURED: 6.The following is added to Paragraph 4.b.,Unless you are in the business or occupation Excess Insurance, of SECTION IV –of providing professional health care services, Paragraphs (1)(a),(b),(c)and (d)above do COMMERCIAL GENERAL LIABILITY not apply to "bodily injury" arising out of CONDITIONS: providing or failing to provide:This insurance is excess over any valid and (a)"Incidental medical services" by any of collectible other insurance, whether primary, your "employees" who is a nurse, nurse excess, contingent or on any other basis, that assistant, emergency medical technician is available to any of your "employees" for or paramedic; or "bodily injury" that arises out of providing or failing to provide "incidental medical services"(b)First aid or "Good Samaritan services" by to any person to the extent not subject toany of your "employees" or "volunteer workers", other than an employed or Paragraph 2.a.(1)of Section II – Who Is An volunteer doctor. Any such "employees"Insured. or "volunteer workers" providing or failing D. BLANKET WAIVER OF SUBROGATIONto provide first aid or "Good Samaritan The following is added to Paragraph 8.,Transferservices" during their work hours for you Of Rights Of Recovery Against Others To Us,will be deemed to be acting within the of SECTION IV – COMMERCIAL GENERALscope of their employment by you or performing duties related to the conduct LIABILITY CONDITIONS: of your business.If the insured has agreed in a contract or 3.The following replaces the last sentence of agreement to waive that insured's right of Paragraph 5.of SECTION III – LIMITS OF recovery against any person or organization, we INSURANCE:waive our right of recovery against such person or organization, but only for payments we makeFor the purposes of determining the because of:applicable Each Occurrence Limit, all related acts or omissions committed in providing or a."Bodily injury" or "property damage" thatfailing to provide "incidental medical occurs; orservices", first aid or "Good Samaritan b."Personal and advertising injury" caused byservices" to any one person will be deemed to an offense that is committed;be one "occurrence". 4.The following exclusion is added to subsequent to the execution of the contract or Paragraph 2.,Exclusions, of SECTION I –agreement. COVERAGES – COVERAGE A – BODILY E. CONTRACTUAL LIABILITY – RAILROADSINJURY AND PROPERTY DAMAGE LIABILITY:1.The following replaces Paragraph c.of the definition of "insured contract" in theSale Of Pharmaceuticals DEFINITIONS Section:"Bodily injury" or "property damage" arising out of the violation of a penal statute or c.Any easement or license agreement; ordinance relating to the sale of Page 2 of 3 ú 2017 The Travelers Indemnity Company. All rights reserved.CG D3 16 02 19 Includes copyrighted material of Insurance Services Office, Inc., with its permission. POLICY NUMBER: DT22CO8T790191TCT23 COMMERCIAL GENERAL LIABILITY 2.Paragraph f.(1)of the definition of "insured a.Any premises while rented to you or contract" in the DEFINITIONS Section is temporarily occupied by you with permission deleted.of the owner; or F. DAMAGE TO PREMISES RENTED TO YOU b.The contents of any premises while such premises is rented to you, if you rent suchThe following replaces the definition of "premises premises for a period of seven or fewerdamage" in the DEFINITIONS Section:consecutive days."Premises damage" means "property damage" to: CG D3 16 02 19 ú 2017 The Travelers Indemnity Company. All rights reserved.Page 3 of 3 Includes copyrighted material of Insurance Services Office, Inc., with its permission. POLICY NUMBER: DT22CO8T790191TCT23 � TRAVELERSJ ONE TOWER SQUARE HARTFORD CT 06183 WORKERS COMPENSATION AND EMPLOYERS LIABILITY POLICY ENDORSEMENT WC 99 03 76 ( A) - 001 POLICY NUMBER: UB9S9205192326G WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT -CALIFORNIA (BLANKET WAIVER) We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against the person or organization named in the Schedule. The additional premium for this endorsement shall be 2. oo % of the California workers' compensation pre- mium. Person or Organization ANY PERSON OR ORGANIZATION FOR WHICH THE INSURED HAS AGREED BY WRITTEN CONTRACT EXECUTED PRIOR TO LOSS TO FURNISH THIS WAIVER. Schedule Job Description This endorsement changes the policy to which it is attached and is effective on the date issued unless otherwise stated. (The information below is required only when this endorsement is issued subsequent to preparation of the policy.) Endorsement Effective 10/1/2023 Insured: Redgwick Construction Co. Insurance Company: Travelers Property Casualty Co of America DATE OF ISSUE: 10-1-23 Policy No. UB9S9205192326G Endorsement No. Premium Countersigned by ____________ _ ST ASSIGN: Page 1 of 1 DEANZA/MCCELLAN IMPROVEMENTS PROJECT NO. 2020-12 NOTICE INVITING BIDS Page 1 Notice Inviting Bids 1. Bid Submission. City of Cupertino (“City”) will accept electronically submitted bids for its De Anza Boulevard and McClellan Road / Pacifica Drive Intersection Modifications Project (“Project”), by or before August 1, 2023, at 2:00 p.m., via electronic submission to the City’s “Business Opportunities” online portal in the manner set forth in Section 1 of the Instructions to Bidders, at which time the bids will be opened by the City at City Hall at 10300 Torre Avenue, Cupertino, CA 95014. 2. Project Information. 2.1 Location and Description. The Project is located at the intersection of De Anza Boulevard and McClellan Road / Pacifica Drive and is described as follows: construct civil and traffic signal improvements including installation of a bike lane median, ADA compliant sidewalks and ramps, relocation of adjacent utilities, traffic striping, and traffic signal controller, cabinet, and pole relocation. All work will occur within existing City right of way. 2.2 Time for Final Completion. The Project must be fully completed within 120 calendar days from the start date set forth in the Notice to Proceed. City anticipates that the Work will begin on or about October 1, 2023, but the anticipated start date is provided solely for convenience and is neither certain nor binding. 2.3 Estimated Cost. The estimated construction cost is $1,400,000. 2.4 Retention. The percentage of retention that will be withheld from progress payments is 5%. 3. License and Registration Requirements. 3.1 License. This Project requires a valid California contractor’s license for the following classification(s): A – General Engineering Contractor. 3.2 DIR Registration. City may not accept a Bid Proposal from or enter into the Contract with a bidder, without proof that the bidder is registered with the California Department of Industrial Relations (“DIR”) to perform public work pursuant to Labor Code § 1725.5, subject to limited legal exceptions. 4. Contract Documents. The plans, specifications, bid forms and contract documents for the Project, and any addenda thereto (“Contract Documents”) may be downloaded from City’s website located at: https://apps.cupertino.org/bidmanagement/index.aspx. A printed copy of the Contract Documents are not available. 5. Bid Security. Each bidder must submit bid security equal to ten percent of the maximum bid amount, in the form of a cashier’s or certified check made payable to City, or a bid bond executed by a surety licensed to do business in the State of California on the Bid Bond form included with the Contract Documents, in the manner set forth in Section 4 of the Instructions to Bidders. The bid security must guarantee that within ten days after City issues the Notice of Potential Award, the successful bidder will execute the Contract and submit the payment and performance bonds, insurance certificates and endorsements, and any other submittals required by the Contract Documents and as specified in the Notice of Potential Award. 6. Prevailing Wage Requirements. 6.1 General. Pursuant to California Labor Code § 1720 et seq., this Project is subject DEANZA/MCCELLAN IMPROVEMENTS PROJECT NO. 2020-12 NOTICE INVITING BIDS Page 2 to the prevailing wage requirements applicable to the locality in which the Work is to be performed for each craft, classification or type of worker needed to perform the Work, including employer payments for health and welfare, pension, vacation, apprenticeship and similar purposes. 6.2 Rates. These prevailing rates are on file with the City and are available online at http://www.dir.ca.gov/DLSR. Each Contractor and Subcontractor must pay no less than the specified rates to all workers employed to work on the Project. The schedule of per diem wages is based upon a working day of eight hours. The rate for holiday and overtime work must be at least time and one-half. 6.3 Compliance. The Contract will be subject to compliance monitoring and enforcement by the DIR, under Labor Code § 1771.4. 7. Performance and Payment Bonds. The successful bidder will be required to provide performance and payment bonds, each for 100% of the Contract Price, as further specified in the Contract Documents. 8. Substitution of Securities. Substitution of appropriate securities in lieu of retention amounts from progress payments is permitted under Public Contract Code § 22300. 9. Subcontractor List. Each Subcontractor must be registered with the DIR to perform work on public projects. Each bidder must submit a completed Subcontractor List form with its Bid Proposal, including the name, location of the place of business, California contractor license number, DIR registration number, and percentage of the Work to be performed (based on the base bid price) for each Subcontractor that will perform Work or service or fabricate or install Work for the prime contractor in excess of one-half of 1% of the bid price, using the Subcontractor List form included with the Contract Documents. 10. Instructions to Bidders. All bidders should carefully review the Instructions to Bidders for more detailed information before submitting a Bid Proposal. The definitions provided in Article 1 of the General Conditions apply to all of the Contract Documents, as defined therein, including this Notice Inviting Bids. 11. Caltrans Administered Project. This Project is funded in whole or in part by federal funds administered under Caltrans’ Local Assistance Procedures Manual (“LAPM”). 11.1 Title VI Non-Discrimination Assurances. The City, in accordance with the provisions of Title VI of the Civil Rights Act of 1964 (78 Stat. 252, 42 U.S.C. § 2000d et seq.) and applicable regulations, including 49 CFR Part 21, 28 CFR § 50.3, and any other applicable statutory or regulatory authorities identified in the Standard Title VI/Non-Discrimination Assurances, hereby notifies all bidders that it will affirmatively ensure that any contract entered into pursuant to this advertisement, disadvantaged business enterprises will be afforded full and fair opportunity to submit bids in response to this invitation and will not be discriminated against on the grounds of race, color, or national origin in consideration for an award. Any contract entered into pursuant to this advertisement will be subject to Appendix E of the Title VI Assurances, a copy of which is included in Attachment B - Federal Certifications / Disclosures 11.2 Disadvantaged Business Enterprise (DBE). The City’s DBE goal for this project is 16%. The DBE goal is a percentage of the total contract value that must be performed by certified DBE contractors. All bidders must meet this goal and submit the required documentation. DEANZA/MCCELLAN IMPROVEMENTS PROJECT NO. 2020-12 NOTICE INVITING BIDS Page 3 By: Date: 7/5/2023 Kirsten Squarcia , City Clerk Publication Date: 7/7/2023 END OF NOTICE INVITING BIDS DEANZA/MCCLELLAN IMPROVEMENTS INSTRUCTIONS TO BIDDERS PROJECT NO. 2020-12 Page 4 Instructions to Bidders Each Bid Proposal submitted to the City of Cupertino (“City”) for its De Anza Boulevard and McClellan Road / Pacifica Drive Intersection Modifications Project (“Project”) must be submitted in accordance with the following instructions and requirements: 1. Bid Submission. 1.1 General. Each Bid Proposal must be signed and submitted to City, using the form provided in the Contract Documents, by or before the date and time set forth in Section 1 of the Notice Inviting Bids, or as amended by subsequent addendum, via electronic submission only as specified below in Section 1.2. Faxed, hand- delivered, mailed or emailed Bid Proposals will not be accepted, unless otherwise specified. Late submissions will not be considered. City reserves the right to postpone the date or time for receiving or opening bids. Each bidder is solely responsible for all of its costs to prepare and submit its bid and by submitting a bid waives any right to recover those costs from City. The bid price(s) must include all costs to perform the Work as specified, including all labor, material, supplies, and equipment and all other direct or indirect costs such as applicable taxes, insurance and overhead. 1.2 Electronic Submission. The Bid Proposal and all required forms and attachments must be submitted in PDF format on the City’s “Business Opportunities” portal at https://apps.cupertino.org/bidmanagement/index.aspx. To submit a bid, (1) select the folder icon in the “Actions” column for the Project; (2) select the “Electronic Submission” tab; (3) when the log-in screen appears, enter the log-in credentials used to access the Contract Documents and/or create an account, as appropriate; (4) after logging in, carefully follow all instructions for electronic submission of the Bid Proposal and all required forms and attachments. Each bidder should familiarize itself with the City’s “Business Opportunities” portal before the bid deadline. Electronic submission may take more time than anticipated. Each bidder should plan accordingly and afford itself ample time to upload its bid. Bids that are in the process of uploading but are not completely uploaded by the bid deadline will be automatically rejected by the portal. The portal will not allow submission after the bid deadline. On the next Working Day following the bid opening, the City will post the bid results to https://apps.cupertino.org/bidmanagement/index.aspx. 1.3 DIR Registration. Subject to limited legal exceptions for joint venture bids and federally-funded projects, City may not accept a Bid Proposal from a bidder without proof that the bidder is registered with the DIR to perform public work under Labor Code § 1725.5. If City is unable to confirm that the bidder is currently registered with the DIR, City may disqualify the bidder without opening its bid. (Labor Code §§ 1725.5 and 1771.1(a).) 2. Bid Proposal Form and Enclosures. Each Bid Proposal must be completed legibly using the Bid Proposal form included with the Contract Documents. The Bid Proposal form must be fully completed without interlineations, alterations, or erasures. Any necessary corrections must be clear and legible, and must be initialed by the bidder’s authorized representative. A Bid Proposal submitted with exceptions or terms such as “negotiable,” “will negotiate,” or similar, will be considered nonresponsive. Each Bid Proposal must be accompanied by a completed Subcontractor List and Non-Collusion Declaration using the forms included with the Contract Documents, a PDF copy of the bid security, and any additional forms required by the Notice Inviting Bids or Instructions to Bidders. In addition to DEANZA/MCCLELLAN IMPROVEMENTS INSTRUCTIONS TO BIDDERS PROJECT NO. 2020-12 Page 5 submitting a PDF copy of the bid security, each bidder must also send the original form of bid security to the City, as set forth in Section 4, below. 3. Authorization and Execution. Each Bid Proposal must be signed by the bidder’s authorized representative. A Bid Proposal submitted by a partnership must be signed in the partnership name by a general partner with authority to bind the partnership. A Bid Proposal submitted by a corporation must be signed with the legal name of the corporation, followed by the signature and title of two officers of the corporation with full authority to bind the corporation to the terms of the Bid Proposal, under California Corporation Code § 313. 4. Bid Security. Each bid must be guaranteed by bid security of ten percent of the maximum bid amount, in the form of a cashier’s or certified check made payable to the City, or bid bond using the form included in the Contract Documents and executed by a surety licensed to do business in the State of California. 4.1 Form of Security and Submission. In addition to submitting a PDF copy of the bid security, the wet-inked original bid bond, cashier’s or certified check, must be sent to the City via U.S. Mail or a reliable overnight delivery service in a sealed envelope addressed to City of Cupertino, Office of the City Clerk, 10300 Torre Avenue, Cupertino, CA 95014 and clearly labeled with the bidder’s legal name and address, the Project title, and date and time of the bid deadline. The envelope containing the original form of bid security must be postmarked or otherwise dated to show that it was submitted to the United States Postal Service or overnight delivery service by or before the date of the bid deadline. 4.2 Bid Guarantee. The bid security must guarantee that, within ten days after issuance of the Notice of Potential Award, the bidder will: execute and submit the enclosed Contract for the bid price; submit payment and performance bonds for 100% of the maximum Contract Price; and submit the insurance certificates and endorsements and any other submittals, if any, required by the Contract Documents or the Notice of Potential Award. A Bid Proposal may not be withdrawn for a period of 60 days after the bid opening without forfeiture of the bid security, except as authorized for material error under Public Contract Code § 5100 et seq. 5. Requests for Information. Questions or requests for clarifications regarding the Project, the bid procedures, or any of the Contract Documents must be submitted in writing to Marlon Aumentado, Assistant Civil Engineer, at MarlonA@cupertino.org. Oral responses are not authorized and are not binding on the City. Bidders should submit any such written inquiries at least five Working Days before the scheduled bid opening. Questions received any later might not be addressed before the bid deadline. An interpretation or clarification by City in response to a written inquiry will be issued in an addendum. 6. Pre-Bid Investigation. 6.1 General. Each bidder is solely responsible at its sole expense for diligent and thorough review of the Contract Documents, examination of the Project site, and reasonable and prudent inquiry concerning known and potential site and area conditions prior to submitting a Bid Proposal. Each bidder is responsible for knowledge of conditions and requirements which reasonable review and investigation would have disclosed. However, except for any areas that are open to the public at large, bidders may not enter property owned or leased by the City or the Project site without prior written authorization from City. 6.2 Document Review. Each bidder is responsible for review of the Contract Documents and any informational documents provided “For Reference Only,” e.g., DEANZA/MCCLELLAN IMPROVEMENTS INSTRUCTIONS TO BIDDERS PROJECT NO. 2020-12 Page 6 as-builts, technical reports, test data, and the like. A bidder is responsible for notifying City of any errors, omissions, inconsistencies, or conflicts it discovers in the Contract Documents, acting solely in its capacity as a contractor and subject to the limitations of Public Contract Code § 1104. Notification of any such errors, omissions, inconsistencies, or conflicts must be submitted in writing to the City no later than five Working Days before the scheduled bid opening. (See Section 5, above.) City expressly disclaims responsibility for assumptions a bidder might draw from the presence or absence of information provided by City. 6.3 Project Site. Questions regarding the availability of soil test data, water table elevations, and the like should be submitted to the City in writing, as specified in Section 5, above. Any subsurface exploration at the Project site must be done at the bidder’s expense, but only with prior written authorization from City. All soil data and analyses available for inspection or provided in the Contract Documents apply only to the test hole locations. Any water table elevation indicated by a soil test report existed on the date the test hole was drilled. The bidder is responsible for determining and allowing for any differing soil or water table conditions during construction. Because groundwater levels may fluctuate, difference(s) in elevation between ground water shown in soil boring logs and ground water actually encountered during Project construction will not be considered changed Project site conditions. Actual locations and depths must be determined by bidder’s field investigation. The bidder may request access to underlying or background information on the Project site in City’s possession that is necessary for the bidder to form its own conclusions, including, if available, record drawings or other documents indicating the location of subsurface lines, utilities, or other structures. 6.4 Utility Company Standards. The Project must be completed in a manner that satisfies the standards and requirements of any affected utility companies or agencies (collectively, “utility owners”). The successful bidder may be required by the third party utility owners to provide detailed plans prepared by a California registered civil engineer showing the necessary temporary support of the utilities during coordinated construction work. Bidders are directed to contact the affected third party utility owners about their requirements before submitting a Bid Proposal. 7. Bidders Interested in More Than One Bid. No person, firm, or corporation may submit or be a party to more than one Bid Proposal unless alternate bids are specifically called for. However, a person, firm, or corporation that has submitted a subcontract proposal or quote to a bidder may submit subcontract proposals or quotes to other bidders. 8. Addenda. Any addenda issued prior to the bid opening are part of the Contract Documents. Subject to the limitations of Public Contract Code § 4104.5, City reserves the right to issue addenda prior to bid time. Each bidder is solely responsible for ensuring it has received and reviewed all addenda prior to submitting its bid. Bidders should check City’s website periodically for any addenda or updates on the Project at: https://apps.cupertino.org/bidmanagement/index.aspx 9. Brand Designations and “Or Equal” Substitutions. Any specification designating a material, product, thing, or service by specific brand or trade name, followed by the words “or equal,” is intended only to indicate quality and type of item desired, and bidders may request use of any equal material, product, thing, or service. All data substantiating the proposed substitute as an equal item must be submitted with the written request for substitution. A request for substitution must be submitted within 35 days after Notice of Potential Award unless otherwise provided in the Contract Documents. This provision does not apply to materials, products, things, or services that may lawfully be designated by a specific brand or trade name under Public Contract Code § 3400(c). DEANZA/MCCLELLAN IMPROVEMENTS INSTRUCTIONS TO BIDDERS PROJECT NO. 2020-12 Page 7 10. Bid Protest. Any bid protest against another bidder must be submitted in writing and received by City at 10300 Torre Avenue, Cupertino, CA 95014 or sent via email at MarlonA@cupertino.org before 5:00 p.m. no later than two Working Days following the date upon which the City posts the bid results (“Bid Protest Deadline”) and must comply with the following requirements: 10.1 General. Only a bidder who has actually submitted a Bid Proposal is eligible to submit a bid protest against another bidder. Subcontractors are not eligible to submit bid protests. A bidder may not rely on the bid protest submitted by another bidder, but must timely pursue its own protest. If required by City, the protesting bidder must submit a non-refundable fee in the amount specified by City, based upon City’s reasonable costs to administer the bid protest. Any such fee must be submitted to City no later than the Bid Protest Deadline, unless otherwise specified. For purposes of this Section 10, a “Working Day” means a day that City is open for normal business, and excludes weekends and holidays observed by City. Pursuant to Public Contract Code § 4104, inadvertent omission of a Subcontractor’s DIR registration number on the Subcontractor List form is not grounds for a bid protest, provided it is corrected within 24 hours of the bid opening or as otherwise provided under Labor Code § 1771.1(b). 10.2 Protest Contents. The bid protest must contain a complete statement of the basis for the protest and must include all supporting documentation. Material submitted after the Bid Protest Deadline will not be considered. The protest must refer to the specific portion or portions of the Contract Documents upon which the protest is based. The protest must include the name, address, email address, and telephone number of the protesting bidder and any person submitting the protest on behalf of or as an authorized representative of the protesting bidder. 10.3 Copy to Protested Bidder. Upon submission of its bid protest to City, the protesting bidder must also concurrently transmit the protest and all supporting documents to the protested bidder, and to any other bidder who has a reasonable prospect of receiving an award depending upon the outcome of the protest, by email or hand delivery to ensure delivery before the Bid Protest Deadline. 10.4 Response to Protest. The protested bidder may submit a written response to the protest, provided the response is received by City before 5:00 p.m., within two Working Days after the Bid Protest Deadline or after actual receipt of the bid protest, whichever is sooner (the “Response Deadline”). The response must attach all supporting documentation. Material submitted after the Response Deadline will not be considered. The response must include the name, address, email address, and telephone number of the person responding on behalf of or representing the protested bidder if different from the protested bidder. 10.5 Copy to Protesting Bidder. Upon submission of its response to the bid protest to the City, the protested bidder must also concurrently transmit by email or hand delivery, by or before the Response Deadline, a copy of its response and all supporting documents to the protesting bidder and to any other bidder who has a reasonable prospect of receiving an award depending upon the outcome of the protest. 10.6 Exclusive Remedy. The procedure and time limits set forth in this Section are mandatory and are the bidder’s sole and exclusive remedy in the event of a bid protest. A bidder’s failure to comply with these procedures will constitute a waiver DEANZA/MCCLELLAN IMPROVEMENTS INSTRUCTIONS TO BIDDERS PROJECT NO. 2020-12 Page 8 of any right to further pursue a bid protest, including filing a Government Code Claim or initiation of legal proceedings. 10.7 Right to Award. City reserves the right, acting in its sole discretion, to reject any bid protest that it determines lacks merit, to award the Contract to the bidder it has determined to be the responsible bidder submitting the lowest responsive bid, and to issue a Notice to Proceed with the Work notwithstanding any pending or continuing challenge to its determination. 11. Reservation of Rights. City reserves the unfettered right, acting in its sole discretion, to waive or to decline to waive any immaterial bid irregularities; to accept or reject any or all bids; to cancel or reschedule the bid; to postpone or abandon the Project entirely; or to perform all or part of the Work with its own forces. The Contract will be awarded, if at all, within 60 days after opening of bids or as otherwise specified in the Special Conditions, to the responsible bidder that submitted the lowest responsive bid. Any planned start date for the Project represents the City’s expectations at the time the Notice Inviting Bids was first issued. City is not bound to issue a Notice to Proceed by or before such planned start date, and it reserves the right to issue the Notice to Proceed when the City determines, in its sole discretion, the appropriate time for commencing the Work. The City expressly disclaims responsibility for any assumptions a bidder might draw from the presence or absence of information provided by the City in any form. Each bidder is solely responsible for its costs to prepare and submit a bid, including site investigation costs. 12. Bonds. Within ten calendar days following City’s issuance of the Notice of Potential Award to the apparent low bidder, the bidder must submit payment and performance bonds to City as specified in the Contract Documents using the bond forms included in the Contract Documents. All required bonds must be calculated on the maximum total Contract Price as awarded, including additive alternates, if applicable. 13. License(s). The successful bidder and its Subcontractor(s) must possess the California contractor’s license(s) in the classification(s) required by law to perform the Work. The successful bidder must also obtain a City business license within 10 days following City’s issuance of the Notice of Potential Award. Subcontractors must also obtain a City business license before performing any Work. 14. Ineligible Subcontractor. Any Subcontractor who is ineligible to perform work on a public works project under Labor Code §§ 1777.1 or 1777.7 is prohibited from performing work on the Project. 15. Safety Orders. If the Project includes construction of a pipeline, sewer, sewage disposal system, boring and jacking pits, or similar trenches or open excavations, which are five feet or deeper, each bid must include a bid item for adequate sheeting, shoring, and bracing, or equivalent method, for the protection of life or limb, which comply with safety orders as required by Labor Code § 6707. 16. Subcontractor Work Limits. The prime contractor must perform at least 51% of the Work on the Project, calculated as a percentage of the base bid price, with its own forces, except for any Work identified as “Specialty Work” in the Contract Documents. The total bid amount for any such Specialty Work, as shown on the Bid Schedule, may be deducted from the base bid price before computing the 51% self-performance requirement. The remaining Work may be performed by qualified Subcontractor(s). 17. Bid Schedule. Each bidder must complete the Bid Schedule form with unit prices as indicated, and submit the completed Bid Schedule with its Bid Proposal. DEANZA/MCCLELLAN IMPROVEMENTS INSTRUCTIONS TO BIDDERS PROJECT NO. 2020-12 Page 9 17.1 Incorrect Totals. In the event a computational error for any bid item (base bid or alternate) results in an incorrect extended total for that item, the submitted base bid or bid alternate total will be adjusted to reflect the corrected amount as the product of the estimated quantity and the unit cost. In the event of a discrepancy between the actual total of the itemized or unit prices shown on the Bid Schedule for the base bid, and the amount entered as the base bid on the Bid Proposal form, the actual total of the itemized or unit prices shown on the Bid Schedule for the base bid will be deemed the base bid price. Likewise, in the event of a discrepancy between the actual total of the itemized or unit prices shown on the Bid Schedule for any bid alternate, and the amount entered for the alternate on the Bid Proposal form, the actual total of the itemized prices shown on the Bid Schedule for that alternate will be deemed the alternate price. Nothing in this provision is intended to prevent a bidder from requesting to withdraw its bid for material error under Public Contract Code § 5100 et seq. 17.2 Estimated Quantities. The quantities shown on the Bid Schedule are estimated and the actual quantities required to perform the Work may be greater or less than the estimated amount. The Contract Price will be adjusted to reflect the actual quantities required for the Work based on the itemized or unit prices provided in the Bid Schedule, with no allowance for anticipated profit for quantities that are deleted or decreased, and no increase in the unit price, and without regard to the percentage increase or decrease of the estimated quantity and the actual quantity. 18. Bidder’s Questionnaire. A completed, signed Bidder’s Questionnaire using the form provided with the Contract Documents and including all required attachments must be submitted within 48 hours following a request by City. A bid that does not fully comply with this requirement may be rejected as nonresponsive. A bidder who submits a Bidder’s Questionnaire which is subsequently determined to contain false or misleading information, or material omissions, may be disqualified as non-responsible. 19. Federal Subcontracting Requirements. This Project is funded in whole or in part by the federal government. Contractor must comply with all applicable federal requirements as further specified in the Contract Documents, and when procuring Subcontractors, must take all necessary affirmative steps pursuant to 2 CFR § 200.321(b), subject to the limitations of law, to ensure that minority businesses, women’s business enterprises, and labor surplus area firms are used when possible. Affirmative steps must include: 19.1 Solicitation Lists. Placing qualified small and minority businesses and women’s business enterprises on solicitation lists. 19.2 Soliciting Potential Sources. Assuring that small and minority businesses and women’s business enterprises are solicited whenever they are potential sources. 19.3 Maximizing Participation. Dividing total requirements, when economically feasible, into smaller tasks or quantities to permit maximum participation by small and minority businesses and women’s business enterprises. 19.4 Establishing Delivery Schedules. Establishing delivery schedules, where the requirement permits, which encourage participation by small and minority businesses, and women’s business enterprises. 19.5 Organizational Assistance. Using the services and assistance, as appropriate, of such organizations as the Small Business Administration and the Minority Business Development Agency of the Department of Commerce. DEANZA/MCCLELLAN IMPROVEMENTS INSTRUCTIONS TO BIDDERS PROJECT NO. 2020-12 Page 10 19.6 Federal Certifications and Disclosures. LAPM bidding requirements and forms are provided in Attachment B - Federal Certifications / Disclosures. Each bidder must comply with the requirements set forth in Attachment B, including completion and submission of required federal forms with its Bid Proposal, as further specified in Attachment B. END OF INSTRUCTIONS TO BIDDERS   Addendum No. 1  Project No. 2020‐12  De Anza Blvd – McClellan Rd / Pacifica Dr Intersection Modifications  City of Cupertino  Page 1 of 2    ADDENDUM NO. 1  DE ANZA BOULEVARD AND MCCLELLAN ROAD / PACIFICA  DRIVE INTERSECTION MODIFICATIONS  Project No. 2020‐12  Federal Project No. CML‐5318(033)  Bid Opening: August 1, 2023 ‐ 2:00 P.M.  Issue Date: July 28, 2023    The following revisions are hereby made to the above referenced project:  1. Bid Schedule of the Project Manual shall be removed in its entirety and replaced with: Bid  Schedule, revised for this Addendum #1, and dated 7/28/2023, see attached as Exhibit B.    2. Federal Wage Rates of Attachment B – Federal Certifications / Disclosures, shall be removed in  its entirety and replaced with: Federal Wage Rates, revised for this Addendum #1, and dated  7/28/2023, attached as Exhibit C.    The following questions have been received by the City. The City response is below each question:  1. Regarding Detail 5 on CD‐07, where the new cobblestone is to be installed, is it really intended  to be on the existing HMA if the existing HMA is left in place or is it to be on new HMA or AB?  a. Per Detail 5 (CD‐07), cobblestone to be installed on existing HMA.    2. Please confirm grinding (cold plane) for the overlay is included in Bid Item #4 and the new HMA  is paid under #9 Cold Plane which is paid as the installation item for the overlay?  a. Grinding (cold plane) for the overlay is included in Bid Item #9 COLD PLANE ASPHALT  CONCRETE (0.17’ DEPTH)  b. New 0.17’ HMA Overlay is included in Bid #10 HMA (TYPE A).    i. Bid Item #10 HOT MIX ASPHALT (TYPE A) Quantity shall be changed to 633 TON  (from 483 TON) ; See Exhibit B.    3. Understanding #5 Roadway Ex is a final pay item, the quantity ties out to Sheet DM‐01; where is  the additional removals paid for to pick up the additional HMA that is being installed?  a. Bid Item #5 ROADWAY EXCAVATION (FINAL PAY) shall be changed to 238 CY (from 146  CY) to account for additional removal of existing material to accommodate proposed  12” HMA section. See Exhibit B.  Addendum No. 1 Project No. 2020‐12  De Anza Blvd – McClellan Rd / Pacifica Dr Intersection Modifications  City of Cupertino Page 2 of 2  i.All other removal of existing material within limits of the proposed HMA are accounted for in Bid Item #6 REMOVE CONCRETE (CURB, CURB AND GUTTER, SIDEWALK, DRIVEWAY) 4.Please also confirm Item #26 should be +/‐ 29’ to account for both runs on Sheet UT‐02. a.Bid Item #26 Quantity shall be changed to 29 FT (from 22 FT) ; See Exhibit B. No other changes were made to the Manual and Plan Set.  You must indicate receipt of this addendum on the last page of the Proposal.  Failure to do so may cause  rejection of your bid.  APPROVED BY:  Chad Mosley  Acting Director of Public Works/City Engineer  DEANZA/MCCLELLAN IMPROVEMENTS BID SCHEDULE PROJECT NO. 2020-12 Page 13 Bid Schedule This Bid Schedule must be completed in ink and included with the sealed Bid Proposal. Pricing must be provided for each Bid Item as indicated. Items marked “(SW)” are Specialty Work that must be performed by a qualified Subcontractor. The lump sum or unit cost for each item must be inclusive of all costs, whether direct or indirect, including profit and overhead. The sum of all amounts entered in the “Extended Total Amount” column must be identical to the Base Bid price entered in Section 1 of the Bid Proposal form. AL = Allowance CF = Cubic Feet CY = Cubic Yard EA = Each LB = Pounds LF = Linear Foot LS = Lump Sum SF = Square Feet TON = Ton (2000 lbs) BID ITEM NO. ITEM DESCRIPTION EST. QTY. UNIT UNIT COST EXTENDED TOTAL AMOUNT BASE BID 1 Mobilization 1 LS $$ 2 Traffic Control and Public Convenience 1 LS $$ 3 Prepare Water Pollution Control Program 1 LS $$ 4 Clear and Grub 1 LS $$ 5 Roadway Excavation (Final Pay)238 CY $$ 6 Remove Concrete (Curb, Curb and Gutter, Sidewalk, Driveway)6,765 SF $$ 7 Remove Cobblestone 446 SF $$ 8 Remove Tree 1 EA $$ 9 Cold Plane Asphalt Concrete (0.17' Depth)12,250 SF $$ 10 Hot Mix Asphalt (Type A)633 TON $$ 11 Minor Concrete (Curb & Gutter) (Type A2-6)421 LF $$ 12 Minor Concrete (Curb & Gutter) (Modified Type A2-8)68 LF $$ 13 Minor Concrete (Curb) (Type A1-8)287 LF $$ 14 Minor Concrete (4" Retaining Curb)28 LF $$ 15 Minor Concrete (6" Retaining Curb)29 LF $$ 16 Minor Concrete (18" Retaining Curb)130 LF $$ 17 Minor Concrete (Sidewalk)3,597 SF $$ 18 Minor Concrete (Driveway)109 SF $$ 19 Minor Concrete (Cobbles Embedded In Concrete)568 SF $$ 20 Pre-Cast Concrete Island Bike Buffer 28 EA $$ 21 Detectable Warning Surface 202 SF $$ REVISED FOR ADDENDUM 1 July 28, 2023 EXHIBIT B DEANZA/MCCLELLAN IMPROVEMENTS BID SCHEDULE PROJECT NO. 2020-12 Page 14 BID ITEM NO. ITEM DESCRIPTION EST. QTY. UNIT UNIT COST EXTENDED TOTAL AMOUNT 22 Convert Existing Inlet To Manhole 2 EA $ $ 23 Storm Drain Drop Inlet (City Std 3-2) 2 EA $ $ 24 Remove Existing Storm Drain Inlet 1 EA $ $ 25 Reconstruct Storm Drain Inlet Top 1 EA $ $ 26 Install 12" Storm Drain RCP 29 LF $ $ 27 Relocate Traffic Signal Communications Pull Box 1 EA $ $ 28 Adjust City Storm Drain Manhole Cover to Grade 1 EA $ $ 29 Remove Traffic Striping (including markers) 4,500 LF $ $ 30 Remove Pavement Markings 15 EA $ $ 31 Thermoplastic Traffic Marking-Bike 12 EA $ $ 32 Thermoplastic Traffic Marking-Bike Arrow 9 EA $ $ 33 Thermoplastic Traffic Marking - Bike Chevron 66 EA $ $ 34 Thermoplastic Traffic Marking-TYPE IV ARROW 12 EA $ $ 35 Thermoplastic Traffic Marking-TYPE VII ARROW 3 EA $ $ 36 Thermoplastic Traffic Striping - Detail 22 480 LF $ $ 37 Thermoplastic Traffic Striping - Detail 27B 35 LF $ $ 38 Thermoplastic Traffic Striping - Detail 38A 320 LF $ $ 39 Thermoplastic Traffic Striping - Detail 39 (and Buffer Striping) 640 LF $ $ 40 Thermoplastic Traffic Striping - Detail 39A 1,120 LF $ $ 41 Thermoplastic Traffic Striping - Detail 40 285 LF $ $ 42 12" Thermoplastic Traffic Marking - Crosswalks & Limit Lines (White or Yellow) 230 LF $ $ 43 24" Thermoplastic Traffic Marking - Crosswalk Ladder Stripe (White or Yellow) 757 LF $ $ 44 Thermoplastic Green Pavement Marking 3,097 SF $ $ 45 Fiber Splicing and Testing 1 LS $ $ DEANZA/MCCLELLAN IMPROVEMENTS BID SCHEDULE PROJECT NO. 2020-12 Page 15 BID ITEM NO. ITEM DESCRIPTION EST. QTY. UNIT UNIT COST EXTENDED TOTAL AMOUNT 46 Traffic Signal Modification 1 LS $ $ 47 Modify Existing Irrigation System 1 LS $ $ TOTAL BASE BID: Items 1 through 47 inclusive: $_____________________________________ Note: The amount entered as the “Total Base Bid” should be identical to the Base Bid amount entered in Section 1 of the Bid Proposal form. BIDDER NAME: ________________________________________________________________ END OF BID SCHEDULE REVISED FOR ADDENDUM 1 EXHIBIT C DEANZA/MCCLELLAN IMPROVEMENTS 2021 Form GENERAL CONDITIONS PROJECT NO. 2020-12 Page 31 General Conditions Article 1 - Definitions Definitions. The following definitions apply to all of the Contract Documents unless otherwise indicated, e.g., additional definitions that apply solely to the Specifications or other technical documents. Defined terms and titles of documents are capitalized in the Contract Documents, with the exception of the following (in any tense or form): “day,” “furnish,” “including,” “install,” “work day” or “working day.” Allowance means a specific amount that must be included in the Bid Proposal for a specified purpose. Article, as used in these General Conditions, means a numbered Article of the General Conditions, unless otherwise indicated by the context. Change Order means a written document duly approved and executed by City, which changes the scope of Work, the Contract Price, or the Contract Time. City means the municipality which has entered into the Contract with Contractor for performance of the Work, acting through its City Council, officers, employees, City Engineer, and any other authorized representatives. City Engineer means the City Engineer for City and his or her authorized delegee(s). Claim means a separate demand by Contractor for a change in the Contract Time or Contract Price, that has previously been submitted to City in accordance with the requirements of the Contract Documents, and which has been rejected by City, in whole or in part; or a written demand by Contractor objecting to the amount of Final Payment. Contract means the signed agreement between City and Contractor for performing the Work required for the Project, and all documents expressly incorporated therein. Contract Documents means, collectively, all of the documents listed as such in Section 2 of the Contract, including the Notice Inviting Bids; the Instructions to Bidders; addenda, if any; the Bid Proposal, and attachments thereto; the Contract; the Notice of Potential Award and Notice to Proceed; the payment and performance bonds; the General Conditions; the Special Conditions; the Project Plans and Specifications; any Change Orders; and any other documents which are clearly and unambiguously made part of the Contract Documents. The Contract Documents do not include documents provided “For Reference Only,” or documents that are intended solely to provide information regarding existing conditions. Contract Price means the total compensation to be paid to Contractor for performance of the Work, as set forth in the Contract and as may be amended by Change Order or adjusted for an Allowance. The Contract Price is not subject to adjustment due to inflation or due to the increased cost of labor, material, supplies or equipment following submission of the Bid Proposal. Contract Time means the time specified for complete performance of the Work, as set forth in the Contract and as may be amended by Change Order. Contractor means the individual, partnership, corporation, or joint-venture that has signed the Contract with City to perform the Work. Day means a calendar day unless otherwise specified. DEANZA/MCCLELLAN IMPROVEMENTS 2021 Form GENERAL CONDITIONS PROJECT NO. 2020-12 Page 32 Design Professional means the licensed individual(s) or firm(s) retained by City to provide architectural, engineering, or electrical engineering design services for the Project. If no Design Professional has been retained for this Project, any reference to Design Professional is deemed to refer to the Engineer. DIR means the California Department of Industrial Relations. Drawings has the same meaning as Plans. Engineer means the City Engineer for the City of Cupertino and his or her authorized delegees. Excusable Delay is defined in Section 5.3(B), Excusable Delay. Extra Work means new or unforeseen work added to the Project, as determined by the Engineer in his or her sole discretion, including Work that was not part of or incidental to the scope of the Work when the Contractor’s bid was submitted; Work that is substantially different from the Work as described in the Contract Documents at bid time; or Work that results from a substantially differing and unforeseeable condition. Final Completion means Contractor has fully completed all of the Work required by the Contract Documents to the City’s satisfaction, including all punch list items and any required commissioning or training, and has provided the City with all required submittals, including the instructions and manuals, product warranties, and as-built drawings. Final Payment means payment to Contractor of the unpaid Contract Price, including release of undisputed retention, less amounts withheld or deducted pursuant to the Contract Documents. Furnish means to purchase and deliver for the Project. Government Code Claim means a claim submitted pursuant to California Government Code § 900 et seq. Hazardous Materials means any substance or material identified now or in the future as hazardous under any Laws, or any other substance or material that may be considered hazardous or otherwise subject to Laws governing handling, disposal, or cleanup. Including, whether or not capitalized, means “including, but not limited to,” unless the context clearly requires otherwise. Inspector means the individual(s) or firm(s) retained or employed by City to inspect the workmanship, materials, and manner of construction of the Project and its components to ensure compliance with the Contract Documents and all Laws. Install means to fix in place for materials, and to fix in place and connect for equipment. Laws means all applicable local, state, and federal laws, regulations, rules, codes, ordinances, permits, orders, and the like enacted or imposed by or under the auspices of any governmental entity with jurisdiction over any of the Work or any performance of the Work, including health and safety requirements. Non-Excusable Delay is defined in Section 5.3(D), Non-Excusable Delay. Plans means the City-provided plans, drawings, details, or graphical depictions of the Project requirements, but does not include Shop Drawings. Project means the public works project referenced in the Contract. DEANZA/MCCLELLAN IMPROVEMENTS 2021 Form GENERAL CONDITIONS PROJECT NO. 2020-12 Page 33 Project Manager means the individual designated by City to oversee and manage the Project on City’s behalf and may include his or her authorized delegee(s) when the Project Manager is unavailable. If no Project Manager has been designated for this Project, any reference to Project Manager is deemed to refer to the Engineer. Recoverable Costs is defined in Section 5.3(F), Recoverable Costs. Request for Information or RFI means Contractor’s written request for information about the Contract Documents, the Work or the Project, submitted to City in the manner and format specified by City. Section, when capitalized in these General Conditions, means a numbered section or subsection of the General Conditions, unless the context clearly indicates otherwise. Shop Drawings means drawings, plan details or other graphical depictions prepared by or on behalf of Contractor, and subject to City acceptance, which are intended to provide details for fabrication, installation, and the like, of items required by or shown in the Plans or Specifications. Specialty Work means Work that must be performed by a specialized Subcontractor with the specified license or other special certification, and that the Contractor is not qualified to self- perform. Specifications means the technical, text specifications describing the Project requirements, which are prepared for and incorporated into the Contract by or on behalf of City, and does not include the Contract, General Conditions or Special Conditions. Subcontractor means an individual, partnership, corporation, or joint-venture retained by Contractor directly or indirectly through a subcontract to perform a specific portion of the Work. The term Subcontractor applies to subcontractors of all tiers, unless otherwise indicated by the context. A third party such as a utility performing related work on the Project is not a Subcontractor, even if Contractor must coordinate its Work with the third party. Technical Specifications has the same meaning as Specifications. Work means all of the construction and services necessary for or incidental to completing the Project in conformance with the requirements of the Contract Documents. Work Day or Working Day, whether or not capitalized, means a weekday when the City is open for business, and does not include holidays observed by the City. Holidays observed by the City and furlough days are: a. New Year’s Day, January 1; b. Martin Luther King Jr.’s Birthday, third Monday in January; c. Lincoln’s Birthday, February 12; d. Presidents’ Day, third Monday in February; e. Memorial Day, last Monday in May; f. Independence Day, July 4; g. Labor Day, first Monday in September; h. Veterans’ Day, November 11; i. Thanksgiving Day, as designated by the President; j. The Day following Thanksgiving Day; DEANZA/MCCLELLAN IMPROVEMENTS 2021 Form GENERAL CONDITIONS PROJECT NO. 2020-12 Page 34 k. Christmas Day, December 25; l. City Closure, December 24, 26, 27,28,29,30 and 31: and m. Each day appointed by the Governor of California and formally recognized by the Santa Clara County Board of Supervisors as a day of mourning, thanksgiving, or special observance. Worksite means the place or places where the Work is performed, which includes, but may extend beyond the Project site, including separate locations for staging, storage, or fabrication. Article 2 - Roles and Responsibilities 2.1 City. (A) City Council. The City Council has final authority in all matters affecting the Project, except to the extent it has delegated authority to the Engineer. (B) Engineer. The Engineer, acting within the authority conferred by the City Council, is responsible for administration of the Project on behalf of City, including authority to provide directions to the Design Professional and to Contractor to ensure proper and timely completion of the Project. The Engineer’s decisions are final and conclusive within the scope of his or her authority, including interpretation of the Contract Documents. (C) Project Manager. The Project Manager assigned to the Project will be the primary point of contact for the Contractor and will serve as City’s representative for daily administration of the Project on behalf of City. Unless otherwise specified, all of Contractor’s communications to City (in any form) will go to or through the Project Manager. City reserves the right to reassign the Project Manager role at any time or to delegate duties to additional City representatives, without prior notice to or consent of Contractor. (D) Design Professional. The Design Professional is responsible for the overall design of the Project and, to the extent authorized by City, may act on City’s behalf to ensure performance of the Work in compliance with the Plans and Specifications, including any design changes authorized by Change Order. The Design Professional’s duties may include review of Contractor’s submittals, visits to any Worksite, inspecting the Work, evaluating test and inspection results, and participation in Project-related meetings, including any pre-construction conference, weekly meetings, and coordination meetings. The Design Professional’s interpretation of the Plans or Specifications is final and conclusive. 2.2 Contractor. (A) General. Contractor must provide all labor, materials, supplies, equipment, services, and incidentals necessary to perform and timely complete the Work in strict accordance with the Contract Documents, and in an economical and efficient manner in the best interests of City, and with minimal inconvenience to the public. (B) Responsibility for the Work and Risk of Loss. Contractor is responsible for supervising and directing all aspects of the Work to facilitate the efficient and timely completion of the Work. Contractor is solely responsible for and required to exercise full control over the Work, including the construction means, methods, techniques, sequences, procedures, safety precautions and programs, and coordination of all portions of the Work with that of all other contractors and Subcontractors, except to the DEANZA/MCCLELLAN IMPROVEMENTS 2021 Form GENERAL CONDITIONS PROJECT NO. 2020-12 Page 35 extent that the Contract Documents provide other specific instructions. Contractor’s responsibilities extend to any plan, method or sequence suggested, but not required by City or specified in the Contract Documents. From the date of commencement of the Work until either the date on which City formally accepts the Project or the effective date of termination of the Contract, whichever is later, Contractor bears all risks of injury or damage to the Work and the materials and equipment delivered to any Worksite, by any cause including fire, earthquake, wind, weather, vandalism or theft. (C) Project Administration. Contractor must provide sufficient and competent administration, staff, and skilled workforce necessary to perform and timely complete the Work in accordance with the Contract Documents. Before starting the Work, Contractor must designate in writing and provide complete contact information, including telephone numbers and email address, for the officer or employee in Contractor’s organization who is to serve as Contractor’s primary representative for the Project, and who has authority to act on Contractor’s behalf. A Subcontractor may not serve as Contractor’s primary representative. (D) On-Site Superintendent. Contractor must, at all times during performance of the Work, provide a qualified and competent full-time superintendent acceptable to City, and assistants as necessary, who must be physically present at the Project site while any aspect of the Work is being performed. The superintendent must have full authority to act and communicate on behalf of Contractor, and Contractor will be bound by the superintendent’s communications to City. City’s approval of the superintendent is required before the Work commences. If City is not satisfied with the superintendent’s performance, City may request a qualified replacement of the superintendent. Failure to comply may result in temporary suspension of the Work, at Contractor’s sole expense and with no extension of Contract Time, until an approved superintendent is physically present to supervise the Work. Contractor must provide written notice to City, as soon as practicable, before replacing the superintendent. (E) Standards. Contractor must, at all times, ensure that the Work is performed in an efficient, skillful manner following best practices and in full compliance with the Contract Documents and Laws and applicable manufacturer’s recommendations. Contractor has a material and ongoing obligation to provide true and complete information, to the best of its knowledge, with respect to all records, documents, or communications pertaining to the Project, including oral or written reports, statements, certifications, Change Order requests, or Claims. (F) Meetings. Contractor, its project manager, superintendent and any primary Subcontractors requested by City, must attend a pre-construction conference, if requested by City, as well as weekly Project progress meetings scheduled with City. If applicable, Contractor may also be required to participate in coordination meetings with other parties relating to other work being performed on or near the Project site or in relation to the Project, including work or activities performed by City, other contractors, or other utility owners. (G) Construction Records. Contractor will maintain up-to-date, thorough, legible, and dated daily job reports, which document all significant activity on the Project for each day that Work is performed on the Project. The daily report for each day must include the number of workers at the Project site; primary Work activities; major deliveries; problems encountered, including injuries, if any; weather and site conditions; and delays, if any. Contractor will take date and time-stamped photographs to document general progress of the Project, including site conditions prior to construction activities, before and after photographs at offset trench laterals, existing improvements and utilities, damage and restoration. Contractor will maintain copies of all subcontracts, Project-related correspondence with subcontractors, and records of meetings with Subcontractors. Upon DEANZA/MCCLELLAN IMPROVEMENTS 2021 Form GENERAL CONDITIONS PROJECT NO. 2020-12 Page 36 request by the City, Contractor will permit review of and/or provide copies of any of these construction records. (H) Responsible Party. Contractor is solely responsible to City for the acts or omissions of any Subcontractors, or any other party or parties performing portions of the Work or providing equipment, materials or services for or on behalf of Contractor or the Subcontractors. Upon City’s written request, Contractor must promptly and permanently remove from the Project, at no cost to City, any employee or Subcontractor or employee of a Subcontractor who the Engineer has determined to be incompetent, intemperate or disorderly, or who has failed or refused to perform the Work as required under the Contract Documents. (I) Correction of Defects. Contractor must promptly correct, at Contractor’s sole expense, any Work that is determined by City to be deficient or defective in any way, including workmanship, materials, parts or equipment. Workmanship, materials, parts or equipment that do not conform to the requirements under the Plans, Specifications and every other Contract Document, as determined by City, will be considered defective and subject to rejection. Contractor must also promptly correct, at Contractor’s sole expense, any Work performed beyond the lines and grades shown on the Plans or established by City, and any Extra Work performed without City’s prior written approval. If Contractor fails to correct or to take reasonable steps toward correcting defective Work within five days following notice from City, or within the time specified in City’s notice to correct, City may elect to have the defective Work corrected by its own forces or by a third party, in which case the cost of correction will be deducted from the Contract Price. If City elects to correct defective Work due to Contractor’s failure or refusal to do so, City or its agents will have the right to take possession of and use any equipment, supplies, or materials available at the Project site or any Worksite on City property, in order to effectuate the correction, at no extra cost to City. Contractor’s warranty obligations under Section 11.2, Warranty, will not be waived nor limited by City’s actions to correct defective Work under these circumstances. Alternatively, City may elect to retain defective Work, and deduct the difference in value, as determined by the Engineer, from payments otherwise due to Contractor. This paragraph applies to any defective Work performed by Contractor during the one-year warranty period under Section 11.2. (J) Contractor’s Records. Contractor must maintain all of its records relating to the Project in any form, including paper documents, photos, videos, electronic records, approved samples, and the construction records required pursuant to paragraph (G), above. Project records subject to this provision include complete Project cost records and records relating to preparation of Contractor’s bid, including estimates, take-offs, and price quotes or bids. (1) Contractor’s cost records must include all supporting documentation, including original receipts, invoices, and payroll records, evidencing its direct costs to perform the Work, including, but not limited to, costs for labor, materials and equipment. Each cost record should include, at a minimum, a description of the expenditure with references to the applicable requirements of the Contract Documents, the amount actually paid, the date of payment, and whether the expenditure is part of the original Contract Price, related to an executed Change Order, or otherwise categorized by Contractor as Extra Work. Contractor’s failure to comply with this provision as to any claimed cost operates as a waiver of any rights to recover the claimed cost. (2) Contractor must continue to maintain its Project-related records in an organized manner for a period of five years after City’s acceptance of the Project or following Contract termination, whichever occurs first. Subject to prior notice to Contractor, City is entitled to inspect or audit any of Contractor’s Project records DEANZA/MCCLELLAN IMPROVEMENTS 2021 Form GENERAL CONDITIONS PROJECT NO. 2020-12 Page 37 relating to the Project or to investigate Contractor’s plant or equipment during Contractor’s normal business hours. The record-keeping requirements set forth in this subsection 2.2(J) will survive expiration or termination of the Contract. (K) Copies of Project Documents. Contractor and its Subcontractors must keep copies, at the Project site, of all Work-related documents, including the Contract, permit(s), Plans, Specifications, Addenda, Contract amendments, Change Orders, RFIs and RFI responses, Shop Drawings, as-built drawings, schedules, daily records, testing and inspection reports or results, and any related written interpretations. These documents must be available to City for reference at all times during construction of the Project. 2.3 Subcontractors. (A) General. All Work which is not performed by Contractor with its own forces must be performed by Subcontractors. City reserves the right to approve or reject any and all Subcontractors proposed to perform the Work, for reasons including the subcontractor’s poor reputation, lack of relevant experience, financial instability, and lack of technical ability or adequate trained workforce. Each Subcontractor must obtain a City business license before performing any Work. (B) Contractual Obligations. Contractor must require each Subcontractor to comply with the provisions of the Contract Documents as they apply to the Subcontractor’s portion(s) of the Work, including the generally applicable terms of the Contract Documents, and to likewise bind their subcontractors. Contractor will provide that the rights that each Subcontractor may have against any manufacturer or supplier for breach of warranty or guarantee relating to items provided by the Subcontractor for the Project, will be assigned to City. Nothing in these Contract Documents creates a contractual relationship between a Subcontractor and City, but City is deemed to be a third-party beneficiary of the contract between Contractor and each Subcontractor. (C) Termination. If the Contract is terminated, each Subcontractor’s agreement must be assigned by Contractor to City, subject to the prior rights of any surety, but only if and to the extent that City accepts, in writing, the assignment by written notification, and assumes all rights and obligations of Contractor pursuant to each such subcontract agreement. (D) Substitution of Subcontractor. If Contractor requests substitution of a listed Subcontractor under Public Contract Code § 4107, Contractor is solely responsible for all costs City incurs in responding to the request, including legal fees and costs to conduct a hearing, and any increased subcontract cost to perform the Work that was to be performed by the listed Subcontractor. If City determines that a Subcontractor is unacceptable to City based on the Subcontractor’s failure to satisfactorily perform its Work, or for any of the grounds for substitution listed in Public Contract Code § 4107(a), City may request removal of the Subcontractor from the Project. Upon receipt of a written request from City to remove a Subcontractor pursuant to this paragraph, Contractor will immediately remove the Subcontractor from the Project and, at no further cost to City, will either (1) self-perform the remaining Work to the extent that Contractor is duly licensed and qualified to do so, or (2) substitute a Subcontractor that is acceptable to City, in compliance with Public Contract Code § 4107, as applicable. 2.4 Coordination of Work. (A) Concurrent Work. City reserves the right to perform, have performed, or permit performance of other work on or adjacent to the Project site while the Work is being performed for the Project. Contractor is responsible for coordinating its Work with other DEANZA/MCCLELLAN IMPROVEMENTS 2021 Form GENERAL CONDITIONS PROJECT NO. 2020-12 Page 38 work being performed on or adjacent to the Project site, including by any utility companies or agencies, and must avoid hindering, delaying, or interfering with the work of other contractors, individuals, or entities, and must ensure safe and reasonable site access and use as required or authorized by City. To the full extent permitted by law, Contractor must hold harmless and indemnify City against any and all claims arising from or related to Contractor’s avoidable, negligent, or willful hindrance of, delay to, or interference with the work of any utility company or agency or another contractor or subcontractor. (B) Coordination. If Contractor’s Work will connect or interface with work performed by others, Contractor is responsible for independently measuring and visually inspecting such work to ensure a correct connection and interface. Contractor is responsible for any failure by Contractor or its Subcontractors to confirm measurements before proceeding with connecting Work. Before proceeding with any portion of the Work affected by the construction or operations of others, Contractor must give the Project Manager prompt written notification of any defects Contractor discovers which will prevent the proper execution of the Work. Failure to give notice of any known or reasonably discoverable defects will be deemed acknowledgement by Contractor that the work of others is not defective and will not prevent the proper execution of the Work. Contractor must also promptly notify City if work performed by others, including work or activities performed by City’s own forces, is operating to hinder, delay, or interfere with Contractor’s timely performance of the Work. City reserves the right to backcharge Contractor for any additional costs incurred due to Contractor’s failure to comply with the requirements in this Section 2.4. 2.5 Submittals. Unless otherwise specified, Contractor must submit to the Engineer for review and acceptance, all schedules, Shop Drawings, samples, product data, and similar submittals required by the Contract Documents, or upon request by the Engineer. Unless otherwise specified, all submittals, including Requests for Information, are subject to the general provisions of this Section, as well as specific submittal requirements that may be included elsewhere in the Contract Documents, including the Special Conditions or Specifications. The Engineer may require submission of a submittal schedule at or before a pre-construction conference, as may be specified in the Notice to Proceed. (A) General. Contractor is responsible for ensuring that its submittals are accurate and conform to the Contract Documents. (B) Time and Manner of Submission. Contractor must ensure that its submittals are prepared and delivered in a manner consistent with the current City-accepted schedule for the Work and within the applicable time specified in the Contract Documents, or if no time is specified, in such time and sequence so as not to delay the performance of the Work or completion of the Project. (C) Required Contents. Each submittal must include the Project name and contract number, Contractor’s name and address, the name and address of any Subcontractor or supplier involved with the submittal, the date, and references to applicable Specification section(s) and/or drawing and detail number(s). (D) Required Corrections. If corrections are required, Contractor must promptly make and submit any required corrections as specified in full conformance with the requirements of this Section, or other requirements that apply to that submittal. (E) Effect of Review and Acceptance. Review and acceptance of a submittal by City will not relieve Contractor from complying with the requirements of the Contract Documents. Contractor is responsible for any errors in any submittal, and review or acceptance of a submittal by City is not an assumption of risk or liability by City. DEANZA/MCCLELLAN IMPROVEMENTS 2021 Form GENERAL CONDITIONS PROJECT NO. 2020-12 Page 39 (F) Enforcement. Any Work performed or any material furnished, installed, fabricated or used without City’s prior acceptance of a required submittal is performed or provided at Contractor’s risk, and Contractor may be required to bear the costs incident thereto, including the cost of removing and replacing such Work, repairs to other affected portions of the Work or material, and the cost of additional time or services required of City, including costs for the Design Professional, Project Manager, or Inspector. (G) Excessive RFIs. A RFI will be considered excessive or unnecessary if City determines that the explanation or response to the RFI is clearly and unambiguously discernable from the Contract Documents. City’s costs to review and respond to excessive or unnecessary RFIs may be deducted from payments otherwise due to Contractor. 2.6 Shop Drawings. When Shop Drawings are required by the Specifications or requested by the Engineer, they must be prepared according to best practices at Contractor’s expense. The Shop Drawings must be of a size and scale to clearly show all necessary details. Unless otherwise specified by City, Shop Drawings must be provided to the Engineer for review and acceptance at least 30 days before the Work will be performed. If City requires changes, the corrected Shop Drawings must be resubmitted to the Engineer for review within the time specified by the Engineer. For all Project components requiring Shop Drawings, Contractor will not furnish materials or perform any Work until the Shop Drawings for those components are accepted by City. Contractor is responsible for any errors or omissions in the Shop Drawings, shop fits and field corrections; any deviations from the Contract Documents; and for the results obtained by the use of Shop Drawings. Acceptance of Shop Drawings by City does not relieve Contractor of Contractor’s responsibility. 2.7 Access to Work. Contractor must afford prompt and safe access to any Worksite by City and its employees, agents, or consultants authorized by City; and upon request by City, Contractor must promptly arrange for City representatives to visit or inspect manufacturing sites or fabrication facilities for items to be incorporated into the Work. 2.8 Personnel. Contractor and its Subcontractors must employ only competent and skillful personnel to perform the Work. Contractor and its Subcontractor’s supervisors, security or safety personnel, and employees who have unescorted access to the Project site must possess proficiency in English sufficient to read, understand, receive, and implement oral or written communications or instructions relating to their respective job functions, including safety and security requirements. Upon written notification from the Engineer, Contractor and its Subcontractors must immediately discharge any personnel who are incompetent, disorderly, disruptive, threatening, abusive, or profane, or otherwise refuse or fail to comply with the requirements of the Contract Documents or Laws, including Laws pertaining to health and safety. Any such discharged personnel, may not be re- employed or permitted on the Project in any capacity without City’s prior written consent. Article 3 - Contract Documents 3.1 Interpretation of Contract Documents. (A) Plans and Specifications. The Plans and Specifications included in the Contract Documents are complementary. If Work is shown on one but not on the other, Contractor must perform the Work as though fully described on both, consistent with the Contract Documents and reasonably inferable from them as being necessary to produce the indicated results. The Plans and Specifications are deemed to include and require everything necessary and reasonably incidental to completion of the Work, whether or DEANZA/MCCLELLAN IMPROVEMENTS 2021 Form GENERAL CONDITIONS PROJECT NO. 2020-12 Page 40 not particularly mentioned or shown. Contractor must perform all Work and services and supply all things reasonably related to and inferable from the Contract Documents. In the event of a conflict between the Plans and Specifications, the Specifications will control, unless the drawing(s) at issue are dated later than the Specification(s) at issue. Detailed drawings take precedence over general drawings, and large-scale drawings take precedence over smaller scale drawings. Any arrangement or division of the Plans and Specifications into sections is for convenience and is not intended to limit the Work required by separate trades. A conclusion presented in the Plans or Specifications is only a recommendation. Actual locations and depths must be determined by Contractor’s field investigation. Contractor may request access to underlying or background information in City’s possession that is necessary for Contractor to form its own conclusions. (B) Duty to Notify and Seek Direction. If Contractor becomes aware of a changed condition in the Project, or of any ambiguity, conflict, inconsistency, discrepancy, omission, or error in the Contract Documents, including the Plans or Specifications, Contractor must promptly submit a Request for Information to the Engineer and wait for a response from City before proceeding further with the related Work. The RFI must notify City of the issue and request clarification, interpretation or direction. The Engineer’s clarification, interpretation or direction will be final and binding on Contractor. If Contractor proceeds with the related Work before obtaining City’s response, Contractor will be responsible for any resulting costs, including the cost of correcting any incorrect or defective Work that results. Timely submission of a clear and complete RFI is essential to avoiding delay. Delay resulting from Contractor’s failure to submit a timely and complete RFI to the Engineer is Non-Excusable Delay. If Contractor believes that City’s response to an RFI justifies a change to the Contract Price or Contract Time, Contractor must perform the Work as directed, but may submit a timely Change Order request in accordance with the Contract Documents. (See Article 5 and 6.) (C) Figures and Dimensions. Figures control over scaled dimensions. (D) Technical or Trade Terms. Any terms that have well-known technical or trade meanings will be interpreted in accordance with those meanings, unless otherwise specifically defined in the Contract Documents. (E) Measurements. Contractor must verify all relevant measurements in the Contract Documents and at the Project site before ordering any material or performing any Work, and will be responsible for the correctness of those measurements or for costs that could have been avoided by independently verifying measurements. (F) Compliance with Laws. The Contract Documents are intended to comply with Laws and will be interpreted to comply with Laws. 3.2 Order of Precedence. Information included in one Contract Document but not in another will not be considered a conflict or inconsistency. Unless otherwise specified in the Special Conditions, in case of any conflict or inconsistency among the Contract Documents, the following order of precedence will apply, beginning from highest to lowest, with the most recent version taking precedent over an earlier version: (A) Change Orders; (B) Addenda; (C) Contract; (D) Notice to Proceed; (E) Attachment A – Federal Contract Requirements; (F) Special Conditions; (G) General Conditions; (H) Payment and Performance Bonds; DEANZA/MCCLELLAN IMPROVEMENTS 2021 Form GENERAL CONDITIONS PROJECT NO. 2020-12 Page 41 (I) Specifications; (J) Plans; (K) Notice of Potential Award; (L) Notice Inviting Bids; (M) Attachment B – Federal Certifications / Disclosures; (N) Instructions to Bidders; (O) Contractor’s Bid Proposal and attachments; (P) the City’s standard specifications, as applicable; and (Q) Any generic documents prepared by and on behalf of a third party, that were not prepared specifically for this Project, such as the Caltrans Standard Specifications or Caltrans Special Provisions. 3.3 Caltrans Standard Specifications. Any reference to or incorporation of the Standard Specifications of the State of California, Department of Transportation (“Caltrans”), including “Standard Specifications,” “Caltrans Specifications,” “State Specifications,” or “CSS,” means the most current edition of Caltrans’ Standard Specifications, unless otherwise specified (“Caltrans Standard Specifications”), including the most current amendments as of the date that Contractor’s bid was submitted for this Project. The following provisions apply to use of or reference to the Caltrans Standard Specifications or Special Provisions: (A) Limitations. The “General Provisions” of the Caltrans Standard Specifications, i.e., sections 1 through 9, do not apply to these Contract Documents with the exception of any specific provisions, if any, which are expressly stated to apply to these Contract Documents. (B) Conflicts or Inconsistencies. If there is a conflict or inconsistency between any provision in the Caltrans Standard Specifications or Special Provisions and a provision of these Contract Documents, as determined by City, the provision in the Contract Documents will govern. (C) Meanings. Terms used in the Caltrans Standard Specifications or Special Provisions are to be interpreted as follows: (1) Any reference to the “Engineer” is deemed to mean the City Engineer. (2) Any reference to the “Special Provisions” is deemed to mean the Special Conditions, unless the Caltrans Special Provisions are expressly included in the Contract Documents listed in Section 2 of the Contract. (3) Any reference to the “Department” or “State” is deemed to mean City. 3.4 Federal Contract Requirements. This Project is funded in whole or in part by federal funds administered under Caltrans’ Local Assistance Procedures Manual (“LAPM”). LAPM contract requirements are provided in Attachment A – Federal Contract Requirements. Contractor must comply with the requirements set forth in Attachment A. 3.5 For Reference Only. Contractor is responsible for the careful review of any document, study, or report provided by City or appended to the Contract Documents solely for informational purposes and identified as “For Reference Only.” Nothing in any document, study, or report so appended and identified is intended to supplement, alter, or void any provision of the Contract Documents. Contractor is advised that City or its representatives may be guided by information or recommendations included in such reference documents, particularly when making determinations as to the acceptability of proposed materials, methods, or changes in the Work. Any record drawings or similar final or accepted drawings or maps that are not part of the Contract Documents are DEANZA/MCCLELLAN IMPROVEMENTS 2021 Form GENERAL CONDITIONS PROJECT NO. 2020-12 Page 42 deemed to be For Reference Only. The provisions of the Contract Documents are not modified by any perceived or actual conflict with provisions in any document that is provided For Reference Only. 3.6 Current Versions. Unless otherwise specified by City, any reference to standard specifications, technical specifications, or any City or state codes or regulations means the latest specification, code or regulation in effect at the time the Contract is signed. 3.7 Conformed Copies. If City prepares a conformed set of the Contract Documents following award of the Contract, it will provide Contractor with two hard copy (paper) sets and one copy of the electronic file in PDF format. It is Contractor’s responsibility to ensure that all Subcontractors, including fabricators, are provided with the conformed set of the Contract Documents at Contractor’s sole expense. 3.8 Ownership. No portion of the Contract Documents may be used for any purpose other than construction of the Project, without prior written consent from City. Contractor is deemed to have conveyed the copyright in any designs, drawings, specifications, Shop Drawings, or other documents (in paper or electronic form) developed by Contractor for the Project, and City will retain all rights to such works, including the right to possession. Article 4 - Bonds, Indemnity, and Insurance 4.1 Payment and Performance Bonds. Within ten days following issuance of the Notice of Potential Award, Contractor is required to provide a payment bond and a performance bond, each in the penal sum of not less than 100% of the Contract Price, and each executed by Contractor and its surety using the bond forms included with the Contract Documents. (A) Surety. Each bond must be issued and executed by a surety admitted in California. If an issuing surety cancels the bond or becomes insolvent, within seven days following written notice from City, Contractor must substitute a surety acceptable to City. If Contractor fails to substitute an acceptable surety within the specified time, City may, at its sole discretion, withhold payment from Contractor until the surety is replaced to City’s satisfaction, or terminate the Contract for default. (B) Supplemental Bonds for Increase in Contract Price. If the Contract Price increases during construction by five percent or more over the original Contract Price, Contractor must provide supplemental or replacement bonds within ten days of written notice from City pursuant to this Section, covering 100% of the increased Contract Price and using the bond forms included with the Contract Documents. 4.2 Indemnity. To the fullest extent permitted by law, Contractor must indemnify, defend, and hold harmless City, its Council, officers, officials, employees, agents, volunteers, and consultants (individually, an “Indemnitee,” and collectively the “Indemnitees”) from and against any and all liability, loss, damage, claims, causes of action, demands, charges, fines, costs, and expenses (including, without limitation, attorney fees, expert witness fees, paralegal fees, and fees and costs of litigation or arbitration) (collectively, “Liability”) of every nature arising out of or in connection with the acts or omissions of Contractor, its employees, Subcontractors, representatives, or agents, in bidding or performing the Work or in failing to comply with any obligation of Contractor under the Contract, except such Liability caused by the active negligence, sole negligence, or willful misconduct of an Indemnitee. This indemnity requirement applies to any Liability arising from alleged defects in the content or manner of submission of Contractor’s bid for the Contract. Contractor’s failure or refusal to timely accept a tender of defense pursuant to this Contract will be deemed a material breach of the Contract. City will timely notify DEANZA/MCCLELLAN IMPROVEMENTS 2021 Form GENERAL CONDITIONS PROJECT NO. 2020-12 Page 43 Contractor upon receipt of any third-party claim relating to the Contract, as required by Public Contract Code § 9201. Contractor waives any right to express or implied indemnity against any Indemnitee. Contractor’s indemnity obligations under this Contract will survive the expiration or any early termination of the Contract. 4.3 Insurance. No later than ten days following issuance of the Notice of Potential Award, Contractor must procure and provide proof of the insurance coverage required by this Section in the form of certificates and endorsements acceptable to City. The required insurance must cover the activities of Contractor and its Subcontractors relating to or arising from the performance of the Work, and must remain in full force and effect at all times during the period covered by the Contract, through the date of City’s acceptance of the Project. All required insurance must be issued by a company licensed to do business in the State of California, and each such insurer must have an A.M. Best’s financial strength rating of “A” or better and a financial size rating of “VIII” or better. If Contractor fails to provide any of the required coverage in full compliance with the requirements of the Contract Documents, City may, at its sole discretion, purchase such coverage at Contractor’s expense and deduct the cost from payments due to Contractor, or terminate the Contract for default. The procurement of the required insurance will not be construed to limit Contractor’s liability under this Contract or to fulfill Contractor’s indemnification obligations under this Contract. (A) Policies and Limits. The following insurance policies and limits are required for this Contract, unless otherwise specified in the Special Conditions: (1) Commercial General Liability (“CGL”) Insurance: The CGL insurance policy must be issued on an occurrence basis, written on a comprehensive general liability form, and must include coverage for liability arising from Contractor’s or its Subcontractor’s acts or omissions in the performance of the Work, including contractor’s protected coverage, contractual liability, products and completed operations, and broad form property damage, with limits of at least $2,000,000 per occurrence and at least $4,000,000 general aggregate. The CGL insurance coverage may be arranged under a single policy for the full limits required or by a combination of underlying policies with the balance provided by excess or umbrella policies, provided each such policy complies with the requirements set forth in this Section, including required endorsements. (2) Automobile Liability Insurance: The automobile liability insurance policy must provide coverage of at least $2,000,000 combined single-limit per accident for bodily injury, death, or property damage, including hired and non-owned auto liability. (3) Workers’ Compensation Insurance and Employer’s Liability: The workers’ compensation and employer’s liability insurance policy must comply with the requirements of the California Labor Code, providing coverage of at least $1,000,000 or as otherwise required by the statute. If Contractor is self-insured, Contractor must provide its Certificate of Permission to Self-Insure, duly authorized by the DIR. (4) Pollution Liability Insurance: The pollution liability insurance policy must be issued on an occurrence basis, providing coverage of at least $2,000,000 for all loss arising out of claims for bodily injury, death, property damage, or environmental damage caused by pollution conditions resulting from the Work. (5) Builder’s Risk Insurance: The builder’s risk insurance policy must be issued on an occurrence basis, for all-risk or “all perils” coverage on a 100% completed value basis on the insurable portion of the Project for the benefit of City. DEANZA/MCCLELLAN IMPROVEMENTS 2021 Form GENERAL CONDITIONS PROJECT NO. 2020-12 Page 44 (B) Notice. Each certificate of insurance must state that the coverage afforded by the policy or policies will not be reduced, cancelled or allowed to expire without at least 30 days written notice to City, unless due to non-payment of premiums, in which case ten days written notice must be made to City. (C) Waiver of Subrogation. Each required policy must include an endorsement providing that the carrier will waive any right of subrogation it may have against City. (D) Required Endorsements. The CGL policy, automobile liability policy, pollution liability policy, and builder’s risk policy must include the following specific endorsements: (1) The City, including its Council, officials, officers, employees, agents, volunteers and consultants (collectively, “Additional Insured”) must be named as an additional insured for all liability arising out of the operations by or on behalf of the named insured, and the policy must protect the Additional Insured against any and all liability for personal injury, death or property damage or destruction arising directly or indirectly in the performance of the Contract. The additional insured endorsement must be provided using ISO form CG 20 10 11 85 or an equivalent form approved by the City. (2) The inclusion of more than one insured will not operate to impair the rights of one insured against another, and the coverages afforded will apply as though separate policies have been issued to each insured. (3) The insurance provided by Contractor is primary and no insurance held or owned by any Additional Insured may be called upon to contribute to a loss. (4) This policy does not exclude explosion, collapse, underground excavation hazard, or removal of lateral support. (E) Contractor’s Responsibilities. This Section 4.3 establishes the minimum requirements for Contractor’s insurance coverage in relation to this Project, but is not intended to limit Contractor’s ability to procure additional or greater coverage. Contractor is responsible for its own risk assessment and needs and is encouraged to consult its insurance provider to determine what coverage it may wish to carry beyond the minimum requirements of this Section. Contractor is solely responsible for the cost of its insurance coverage, including premium payments, deductibles, or self-insured retentions, and no Additional Insured will be responsible or liable for any of the cost of Contractor’s insurance coverage. (F) Deductibles and Self-Insured Retentions. Any deductibles or self-insured retentions that apply to the required insurance (collectively, “deductibles”) in excess of $100,000 are subject to approval by the City’s Risk Manager, acting in his or her sole discretion, and must be declared by Contractor when it submits its certificates of insurance and endorsements pursuant to this Section 4.3. If the City’s Risk Manager determines that the deductibles are unacceptably high, at City’s option, Contractor must either reduce or eliminate the deductibles as they apply to City and all required Additional Insured; or must provide a financial guarantee, to City’s satisfaction, guaranteeing payment of losses and related investigation, claim administration, and legal expenses. (G) Subcontractors. Contractor must ensure that each Subcontractor is required to maintain the same insurance coverage required under this Section 4.3, with respect to its performance of Work on the Project, including those requirements related to the Additional Insureds and waiver of subrogation, but excluding pollution liability or builder’s risk insurance unless otherwise specified in the Special Conditions. A Subcontractor may DEANZA/MCCLELLAN IMPROVEMENTS 2021 Form GENERAL CONDITIONS PROJECT NO. 2020-12 Page 45 be eligible for reduced insurance coverage or limits, but only to the extent approved in writing in advance by the City’s Risk Manager. Contractor must confirm that each Subcontractor has complied with these insurance requirements before the Subcontractor is permitted to begin Work on the Project. Upon request by the City, Contractor must provide certificates and endorsements submitted by each Subcontractor to prove compliance with this requirement. The insurance requirements for Subcontractors do not replace or limit the Contractor’s insurance obligations. Article 5 - Contract Time 5.1 Time is of the Essence. Time is of the essence in Contractor’s performance and completion of the Work, and Contractor must diligently prosecute the Work and complete it within the Contract Time. (A) General. Contractor must commence the Work on the date indicated in the Notice to Proceed and must fully complete the Work in strict compliance with all requirements of the Contract Documents and within the Contract Time. Contractor may not begin performing the Work before the date specified in the Notice to Proceed. (B) Authorization. Contractor is not entitled to compensation or credit for any Work performed before the date specified in the Notice to Proceed, with the exception of any schedules, submittals, or other requirements, if any, that must be provided or performed before issuance of the Notice to Proceed. (C) Rate of Progress. Contractor and its Subcontractors must, at all times, provide workers, materials, and equipment sufficient to maintain the rate of progress necessary to ensure full completion of the Work within the Contract Time. If City determines that Contractor is failing to prosecute the Work at a sufficient rate of progress, City may, in its sole discretion, direct Contractor to provide additional workers, materials, or equipment, or to work additional hours or days without additional cost to City, in order to achieve a rate of progress satisfactory to City. If Contractor fails to comply with City’s directive in this regard, City may, at Contractor’s expense, separately contract for additional workers, materials, or equipment or use City’s own forces to achieve the necessary rate of progress. Alternatively, City may terminate the Contract based on Contractor’s default. 5.2 Schedule Requirements. Contractor must prepare all schedules using standard, commercial scheduling software acceptable to the Engineer, and must provide the schedules in electronic and paper form as requested by the Engineer. In addition to the general scheduling requirements set forth below, Contractor must also comply with any scheduling requirements included in the Special Conditions or in the Technical Specifications. (A) Baseline (As-Planned) Schedule. Within ten calendar days following City’s issuance of the Notice to Proceed (or as otherwise specified in the Notice to Proceed), Contractor must submit to City for review and acceptance a baseline (as-planned) schedule using critical path methodology showing in detail how Contractor plans to perform and fully complete the Work within the Contract Time, including labor, equipment, materials and fabricated items. The baseline schedule must show the order of the major items of Work and the dates of start and completion of each item, including when the materials and equipment will be procured. The schedule must also include the work of all trades, reflecting anticipated labor or crew hours and equipment loading for the construction activities, and must be sufficiently comprehensive and detailed to enable progress to be monitored on a day-by-day basis. For each activity, the baseline schedule must be dated, provided in the format specified in the Contract Documents or as required DEANZA/MCCLELLAN IMPROVEMENTS 2021 Form GENERAL CONDITIONS PROJECT NO. 2020-12 Page 46 by City, and must include, at a minimum, a description of the activity, the start and completion dates of the activity, and the duration of the activity. (1) Specialized Materials Ordering. Within five calendar days following issuance of the Notice to Proceed, Contractor must order any specialized material or equipment for the Work that is not readily available from material suppliers. Contractor must also retain documentation of the purchase orders date(s). (B) City’s Review of Schedules. City will review and may note exceptions to the baseline schedule, and to the progress schedules submitted as required below, to assure completion of the Work within the Contract Time. Contractor is solely responsible for resolving any exceptions noted in a schedule and, within seven days, must correct the schedule to address the exceptions. City’s review or acceptance of Contractor’s schedules will not operate to waive or limit Contractor’s duty to complete the Project within the Contract Time, nor to waive or limit City’s right to assess liquidated damages for Contractor’s unexcused failure to do so. (C) Progress Schedules. After City accepts the final baseline schedule with no exceptions, Contractor must submit an updated progress schedule and three-week look- ahead schedule, in the format specified by City, for review and acceptance with each application for a progress payment, or when otherwise specified by City, until completion of the Work. The updated progress schedule must: show how the actual progress of the Work as constructed to date compares to the baseline schedule; reflect any proposed changes in the construction schedule or method of operations, including to achieve Project milestones within the Contract Time; and identify any actual or potential impacts to the critical path. Contractor must also submit periodic reports to City of any changes in the projected material or equipment delivery dates for the Project. (1) Float. The progress schedule must show early and late completion dates for each task. The number of days between those dates will be designated as the “float.” Any float belongs to the Project and may be allocated by the Engineer to best serve timely completion of the Project. (2) Failure to Submit Schedule. Reliable, up-to-date schedules are essential to efficient and cost-effective administration of the Project and timely completion. If Contractor fails to submit a schedule within the time periods specified in this Section, or submits a schedule to which City has noted exceptions that are not corrected, City may withhold up to ten percent from payment(s) otherwise due to Contractor until the exceptions are resolved, the schedule is corrected and resubmitted, and City has accepted the schedule. In addition, Contractor’s failure to comply with the schedule requirements in this Section 5.2 will be deemed a material default and a waiver of any claims for Excusable Delay or loss of productivity arising during any period when Contractor is out of compliance, subject only to the limits of Public Contract Code § 7102. (D) Recovery Schedule. If City determines that the Work is more than one week behind schedule, within seven days following written notice of such determination, Contractor must submit a recovery schedule, showing how Contractor intends to perform and complete the Work within the Contract Time, based on actual progress to date. (E) Effect of Acceptance. Contractor and its Subcontractors must perform the Work in accordance with the most current City-accepted schedule unless otherwise directed by City. City’s acceptance of a schedule does not operate to extend the time for completion of the Work or any component of the Work, and will not affect City’s right to assess liquidated damages for Contractor’s unexcused delay in completing the Work within the Contract Time. DEANZA/MCCLELLAN IMPROVEMENTS 2021 Form GENERAL CONDITIONS PROJECT NO. 2020-12 Page 47 (F) Posting. Contractor must at all times prominently post a copy of the most current City-accepted progress or recovery schedule in its on-site office. (G) Reservation of Rights. City reserves the right to direct the sequence in which the Work must be performed or to make changes in the sequence of the Work in order to facilitate the performance of work by City or others, or to facilitate City’s use of its property. The Contract Time or Contract Price may be adjusted to the extent such changes in sequence actually increase or decrease Contractor’s time or cost to perform the Work. (H) Authorized Working Days and Times. Contractor is limited to working Monday through Friday, excluding holidays, during City’s normal business hours, except as provided in the Special Conditions or as authorized in writing by City. City reserves the right to charge Contractor for additional costs incurred by City due to Work performed on days or during hours not expressly authorized in the Contract Documents, including reimbursement of costs incurred for inspection, testing, and construction management services. 5.3 Delay and Extensions of Contract Time. (A) Notice of Delay. If Contractor becomes aware of any actual or potential delay affecting the critical path, Contractor must promptly notify the Engineer in writing, regardless of the nature or cause of the delay, so that City has a reasonable opportunity to mitigate or avoid the delay. (B) Excusable Delay. The Contract Time may be extended if Contractor encounters “Excusable Delay,” which is an unavoidable delay in completing the Work within the Contract Time due to causes completely beyond Contractor’s control, and which Contractor could not have avoided or mitigated through reasonable care, planning, foresight, and diligence, provided that Contractor is otherwise fully performing its obligations under the Contract Documents. Grounds for Excusable Delay may include fire, natural disasters including earthquake or unusually severe weather, acts of terror or vandalism, epidemic, unforeseeable adverse government actions, unforeseeable actions of third parties, encountering unforeseeable hazardous materials, unforeseeable site conditions, or suspension for convenience under Article 13. The Contract Time will not be extended based on circumstances which will not unavoidably delay completing the Work within the Contract Time based on critical path analysis. (C) Weather Delays. A “Weather Delay Day” is a Working Day during which Contractor and its forces, including Subcontractors, are unable to perform more than 40% of the critical path Work scheduled for that day due to adverse weather conditions which impair the ability to safely or effectively perform the scheduled critical path Work that day. Adverse weather conditions may include rain, saturated soil, and Project site clean-up required due to adverse weather. Determination of what constitutes critical path Work scheduled for that day will be based on the most current, City-approved schedule. Contractor will be entitled to a non-compensable extension of the Contract Time for each Weather Delay Day in excess of the normal Weather Delay Days within a given month as determined by reliable records, including monthly rainfall averages, for the preceding ten years (or as otherwise specified in the Special Conditions or Specifications). (1) Based on historic records for the Project location from the Western Regional Climate Center, Contractor’s schedule should assume the following number of normal Weather Delay Days and precipitation for each month: DEANZA/MCCLELLAN IMPROVEMENTS 2021 Form GENERAL CONDITIONS PROJECT NO. 2020-12 Page 48 Month # Normal Weather Precipitation Delay Days January 6 2.86 February 6 2.66 March 6 2.29 April 3 1.20 May 1 0.44 June 0 0.10 July 0 0.02 August 0 0.07 September 1 0.19 October 2 0.76 November 4 1.51 December 5 2.43 Total 34 14.53 (2) Contractor must fully comply with the applicable procedures in Articles 5 and 6 of the General Conditions regarding requests to modify the Contract Time. (3) Contractor will not be entitled to an extension of time for a Weather Delay Day to the extent Contractor is responsible for concurrent delay on that day. (4) Contractor must take reasonable steps to mitigate the consequences of Weather Delay Days, including prudent workforce management and protecting the Work, Project Site, materials, and equipment. (D) Non-Excusable Delay. Delay which Contractor could have avoided or mitigated through reasonable care, planning, foresight and diligence is “Non-Excusable Delay.” Contractor is not entitled to an extension of Contract Time or any compensation for Non- Excusable Delay, or for Excusable Delay that is concurrent with Non-Excusable Delay. Non-Excusable Delay includes delay caused by: (1) weather conditions which are normal for the location of the Project, as determined by reliable records, including monthly rainfall averages, for the preceding ten years; (2) Contractor’s failure to order equipment and materials sufficiently in advance of the time needed for completion of the Work within the Contract Time; (3) Contractor’s failure to provide adequate notification to utility companies or agencies for connections or services necessary for completion of the Work within the Contract Time; (4) foreseeable conditions which Contractor could have ascertained from reasonably diligent inspection of the Project site or review of the Contract Documents or other information provided or available to Contractor; (5) Contractor’s failure, refusal, or financial inability to perform the Work within the Contract Time, including insufficient funds to pay its Subcontractors or suppliers; (6) performance or non-performance by Contractor’s Subcontractors or suppliers; DEANZA/MCCLELLAN IMPROVEMENTS 2021 Form GENERAL CONDITIONS PROJECT NO. 2020-12 Page 49 (7) the time required to respond to excessive RFIs (see Section 2.5(G)); (8) delayed submission of required submittals, or the time required for correction and resubmission of defective submittals; (9) time required for repair of, re-testing, or re-inspection of defective Work; (10) enforcement of Laws by City, or outside agencies with jurisdiction over the Work; or (11) City’s exercise or enforcement of any of its rights or Contractor’s duties pursuant to the Contract Documents, including correction of defective Work, extra inspections or testing due to non-compliance with Contract requirements, safety compliance, environmental compliance, or rejection and return of defective or deficient submittals. (E) Compensable Delay. Pursuant to Public Contract Code § 7102, in addition to entitlement to an extension of Contract Time, Contractor is entitled to compensation for costs incurred due to delay caused solely by City, when that delay is unreasonable under the circumstances involved and not within the contemplation of the parties (“Compensable Delay”). Contractor is not entitled to an extension of Contract Time or recovery of costs for Compensable Delay that is concurrent with Non-Excusable Delay. Delay due to causes that are beyond the control of either City or Contractor, including Weather Delay Days, discovery of Historic or Archeological Items pursuant to Section 7.18, or the actions or inactions of third parties or other agencies, is not Compensable Delay, and will only entitle Contractor to an extension of time commensurate with the time lost due to such delay. (F) Recoverable Costs. Contractor is not entitled to compensation for Excusable Delay unless it is Compensable Delay, as defined above. Contractor is entitled to recover only the actual, direct, reasonable, and substantiated costs (“Recoverable Costs”) for each working day that the Compensable Delay prevents Contractor from proceeding with more than 50% of the critical path Work scheduled for that day, based on the most recent progress schedule accepted by City. Recoverable Costs will not include home office overhead or lost profit. (G) Request for Extension of Contract Time or Recoverable Costs. A request for an extension of Contract Time or any associated Recoverable Costs must be submitted in writing to City within ten calendar days of the date the delay is first encountered, even if the duration of the delay is not yet known at that time, or any entitlement to the Contract Time extension or to the Recoverable Costs will be deemed waived. In addition to complying with the requirements of this Article 5, the request must be submitted in compliance with the Change Order request procedures in Article 6 below. Strict compliance with these requirements is necessary to ensure that any delay or consequences of delay may be mitigated as soon as possible, and to facilitate cost- efficient administration of the Project and timely performance of the Work. Any request for an extension of Contract Time or Recoverable Costs that does not strictly comply with all of the requirements of Article 5 and Article 6 will be deemed waived. (1) Required Contents. The request must include a detailed description of the cause(s) of the delay and must also describe the measures that Contractor has taken to mitigate the delay and/or its effects, including efforts to mitigate the cost impact of the delay, such as by workforce management or by a change in sequencing. If the delay is still ongoing at the time the request is submitted, the request should also include Contractor’s plan for continued mitigation of the delay or its effects. DEANZA/MCCLELLAN IMPROVEMENTS 2021 Form GENERAL CONDITIONS PROJECT NO. 2020-12 Page 50 (2) Delay Days and Costs. The request must specify the number of days of Excusable Delay claimed or provide a realistic estimate if the duration of the delay is not yet known. If Contractor believes it is entitled to Recoverable Costs for Compensable Delay, the request must specify the amount and basis for the Recoverable Costs that are claimed or provide a realistic estimate if the amount is not yet known. Any estimate of delay duration or cost must be updated in writing and submitted with all required supporting documentation as soon as the actual time and cost is known. The maximum extension of Contract Time will be the number of days, if any, by which an Excusable Delay or a Compensable Delay exceeds any concurrent Non-Excusable Delay. Contractor is entitled to an extension of Contract Time, or compensation for Recoverable Costs, only if, and only to the extent that, such delay will unavoidably delay Final Completion. (3) Supporting Documentation. The request must also include any and all supporting documentation necessary to evidence the delay and its actual impacts, including scheduling and cost impacts with a time impact analysis using critical path methodology and demonstrating the unavoidable delay to Final Completion. The time impact analysis must be submitted in a form or format acceptable to City. (4) Burden of Proof. Contractor has the burden of proving that: the delay was an Excusable or Compensable Delay, as defined above; Contractor has fully complied with its scheduling obligations in Section 5.2, Schedule Requirements; Contractor has made reasonable efforts to mitigate the delay and its schedule and cost impacts; the delay will unavoidably result in delaying Final Completion; and any Recoverable Costs claimed by Contractor were actually incurred and were reasonable under the circumstances. (5) Legal Compliance. Nothing in this Section 5.3 is intended to require the waiver, alteration, or limitation of the applicability of Public Contract Code § 7102. (6) No Waiver. Any grant of an extension of Contract Time, or compensation for Recoverable Costs due to Compensable Delay, will not operate as a waiver of City’s right to assess liquidated damages for Non-Excusable Delay. (7) Dispute Resolution. In the event of a dispute over entitlement to an extension of Contract Time or compensation for Recoverable Costs, Contractor may not stop Work pending resolution of the dispute, but must continue to comply with its duty to diligently prosecute the performance and timely completion of the Work. Contractor’s sole recourse for an unresolved dispute based on City’s rejection of a Change Order request for an extension of Contract Time or compensation for Recoverable Costs is to comply with the dispute resolution provisions set forth in Article 12 below. 5.4 Liquidated Damages. It is expressly understood that if Final Completion is not achieved within the Contract Time, City will suffer damages from the delay that are difficult to determine and accurately specify. Pursuant to Public Contract Code § 7203, if Contractor fails to achieve Final Completion within the Contract Time, City will charge Contractor in the amount specified in the Contract for each day that Final Completion is delayed beyond the Contract Time, as liquidated damages and not as a penalty. Any waiver of accrued liquidated damages, in whole or in part, is subject to approval of the City Council or its authorized delegee. (A) Liquidated Damages. Liquidated damages will not be assessed for any Excusable or Compensable Delay, as set forth above. DEANZA/MCCLELLAN IMPROVEMENTS 2021 Form GENERAL CONDITIONS PROJECT NO. 2020-12 Page 51 (B) Milestones. Liquidated damages may also be separately assessed for failure to meet milestones specified elsewhere in the Contract Documents. (C) Setoff. City is entitled to deduct the amount of liquidated damages assessed against any payments otherwise due to Contractor, including progress payments, Final Payment, or unreleased retention. If there are insufficient Contract funds remaining to cover the full amount of liquidated damages assessed, City is entitled to recover the balance from Contractor or its performance bond surety. (D) Occupancy or Use. Occupancy or use of the Project in whole or in part prior to Final Completion does not constitute City’s acceptance of the Project and will not operate as a waiver of City’s right to assess liquidated damages for Contractor’s Non-Excusable Delay in achieving Final Completion. (E) Other Remedies. City’s right to liquidated damages under this Section applies only to damages arising from Contractor’s Non-Excusable Delay or failure to complete the Work within the Contract Time. City retains its right to pursue all other remedies under the Contract for other types of damage, including damage to property or persons, costs or diminution in value from defective materials or workmanship, costs to repair or complete the Work, or other liability caused by Contractor. Article 6 - Contract Modification 6.1 Contract Modification. Subject to the limited exception set forth in subsection (D) below, any change in the Work or the Contract Documents, including the Contract Price or Contract Time, will not be a valid and binding change to the Contract unless it is formalized in a Change Order, including a “no-cost” Change Order or a unilateral Change Order. Changes in the Work pursuant to this Article 6 will not operate to release, limit, or abridge Contractor’s warranty obligations pursuant to Article 11 or any obligations of Contractor’s bond sureties. (A) City-Directed Changes. City may direct changes in the scope or sequence of Work or the requirements of the Contract Documents, without invalidating the Contract. Such changes may include Extra Work as set forth in subsection (C) below, or deletion or modification of portions of the Work. Contractor must promptly comply with City-directed changes in the Work in accordance with the original Contract Documents, even if Contractor and City have not yet reached agreement as to adjustments to the Contract Price or Contract Time for the change in the Work or for the Extra Work. Contractor is not entitled to extra compensation for cost savings resulting from “value engineering” pursuant to Public Contract Code § 7101, except to the extent authorized in advance by City in writing, and subject to any applicable procedural requirements for submitting a proposal for value engineering cost savings. (B) Disputes. In the event of a dispute over entitlement to or the amount of a change in Contract Time or a change in Contract Price related to a City-directed change in the Work, Contractor must perform the Work as directed and may not delay its Work or cease Work pending resolution of the dispute, but must continue to comply with its duty to diligently prosecute the performance and timely completion of the Work, including the Work in dispute. Likewise, in the event that City and Contractor dispute whether a portion or portions of the Work are already required by the Contract Documents or constitute Extra Work, or otherwise dispute the interpretation of any portion(s) of the Contract Documents, Contractor must perform the Work as directed and may not delay its Work or cease Work pending resolution of the dispute, but must continue to comply with its duty to diligently prosecute the performance and timely completion of the Work, including the DEANZA/MCCLELLAN IMPROVEMENTS 2021 Form GENERAL CONDITIONS PROJECT NO. 2020-12 Page 52 Work in dispute, as directed by City. If Contractor refuses to perform the Work in dispute, City may, acting in its sole discretion, elect to delete the Work from the Contract and reduce the Contract Price accordingly, and self-perform the Work or direct that the Work be performed by others. Alternatively, City may elect to terminate the Contract for convenience or for cause. Contractor’s sole recourse for an unresolved dispute related to changes in the Work or performance of any Extra Work is to comply with the dispute resolution provisions set forth in Article 12, below. (C) Extra Work. City may direct Contractor to perform Extra Work related to the Project. Contractor must promptly perform any Extra Work as directed or authorized by City in accordance with the original Contract Documents, even if Contractor and City have not yet reached agreement on adjustments to the Contract Price or Contract Time for such Extra Work. If Contractor believes it is necessary to perform Extra Work due to changed conditions, Contractor must promptly notify the Engineer in writing, specifically identifying the Extra Work and the reason(s) the Contractor believes it is Extra Work. This notification requirement does not constitute a Change Order request pursuant to Section 6.2, below. Contractor must maintain detailed daily records that itemize the cost of each element of Extra Work, and sufficiently distinguish the direct cost of the Extra Work from the cost of other Work performed. For each day that Contractor performs Extra Work, or Work that Contractor contends is Extra Work, Contractor must submit no later than the following Working Day, a daily report of the Extra Work performed that day and the related costs, together with copies of certified payroll, invoices, and other documentation substantiating the costs (“Extra Work Report”). The Engineer will make any adjustments to Contractor’s Extra Work Report(s) based on the Engineer’s records of the Work. When an Extra Work Report(s) is agreed on and signed by both City and Contractor, the Extra Work Report(s) will become the basis for payment under a duly authorized and signed Change Order. Failure to submit the required documentation by close of business on the next Working Day is deemed a full and complete waiver for any change in the Contract Price or Contract Time for any Extra Work performed that day. (D) Minor Changes and RFIs. Minor field changes, including RFI replies from City, that do not affect the Contract Price or Contract Time and that are approved by the Engineer acting within his or her scope of authority, do not require a Change Order. By executing an RFI reply from City, Contractor agrees that it will perform the Work as clarified therein, with no change to the Contract Price or Contract Time. (E) Remedy for Non-Compliance. Contractor’s failure to promptly comply with a City-directed change is deemed a material breach of the Contract, and in addition to all other remedies available to it, City may, at its sole discretion, hire another contractor or use its own forces to complete the disputed Work at Contractor’s sole expense, and may deduct the cost from the Contract Price. 6.2 Contractor Change Order Requests. Contractor must submit a request or proposal for a change in the Work, compensation for Extra Work, or a change in the Contract Price or Contract Time as a written Change Order request or proposal. (A) Time for Submission. Any request for a change in the Contract Price or the Contract Time must be submitted in writing to the Engineer within ten calendar days of the date that Contractor first encounters the circumstances, information or conditions giving rise to the Change Order request, even if the total amount of the requested change in the Contract Price or impact on the Contract Time is not yet known at that time. If City requests that Contractor propose the terms of a Change Order, unless otherwise specified in City’s request, Contractor must provide the Engineer with a written proposal for the change in the Contract Price or Contract Time within five working days of receiving City’s request, in a form satisfactory to the Engineer. DEANZA/MCCLELLAN IMPROVEMENTS 2021 Form GENERAL CONDITIONS PROJECT NO. 2020-12 Page 53 (B) Required Contents. Any Change Order request or proposal submitted by Contractor must include a complete breakdown of actual or estimated costs and credits, and must itemize labor, materials, equipment, taxes, insurance, subcontract amounts, and, if applicable, Extra Work Reports. Any estimated cost must be updated in writing as soon as the actual amount is known. (C) Required Documentation. All claimed costs must be fully documented, and any related request for an extension of time or delay-related costs must be included at that time and in compliance with the requirements of Article 5 of the General Conditions. Upon request, Contractor must permit City to inspect its original and unaltered bidding records, subcontract agreements, subcontract change orders, purchase orders, invoices, or receipts associated with the claimed costs. (D) Required Form. Contractor must use City’s form(s) for submitting all Change Order requests or proposals, unless otherwise specified by City. (E) Certification. All Change Order requests must be signed by Contractor and must include the following certification: “The undersigned Contractor certifies under penalty of perjury that its statements and representations in this Change Order request are true and correct. Contractor warrants that this Change Order request is comprehensive and complete as to the Work or changes referenced herein, and agrees that any known or foreseeable costs, expenses, or time extension requests not included herein, are deemed waived.” 6.3 Adjustments to Contract Price. The amount of any increase or decrease in the Contract Price will be determined based on one of the following methods listed below, in the order listed with unit pricing taking precedence over the other methods. Markup applies only to City-authorized time and material Work, and does not apply to any other payments to Contractor. For Work items or components that are deleted in their entirety, Contractor will only be entitled to compensation for those direct, actual, and documented costs (including restocking fees), reasonably incurred before Contractor was notified of the City’s intent to delete the Work, with no markup for overhead, profit, or other indirect costs. (A) Unit Pricing. Amounts previously provided by Contractor in the form of unit prices, either in a bid schedule or in a post-award schedule of values pursuant to Section 8.1, Schedule of Values, will apply to determine the price for the affected Work, to the extent applicable unit prices have been provided for that type of Work. No additional markup for overhead, profit, or other indirect costs will be added to the calculation. (B) Lump Sum. A mutually agreed upon, all-inclusive lump sum price for the affected Work with no additional markup for overhead, profit, or other indirect costs. (C) Time and Materials. On a time and materials basis, if and only to the extent compensation on a time and materials basis is expressly authorized by City in advance of Contractor’s performance of the Work and subject to any not-to-exceed limit. Time and materials compensation for increased costs or Extra Work (but not decreased costs or deleted Work), will include allowed markup for overhead, profit, and other indirect costs, and which may include a not-to-exceed limit, calculated as the total of the following sums, the cumulative total of which may not exceed the maximum markup rate of 15%: (1) All direct labor costs provided by the Contractor, excluding superintendence, project management, or administrative costs, plus 15% markup; DEANZA/MCCLELLAN IMPROVEMENTS 2021 Form GENERAL CONDITIONS PROJECT NO. 2020-12 Page 54 (2) All direct material costs provided by the Contractor, including sales tax, plus 15% markup; (3) All direct plant and equipment rental costs provided by the Contractor, plus 15% markup; (4) All direct additional subcontract costs plus 10% markup for Work performed by Subcontractors; and (5) Increased bond or insurance premium costs computed at 1.5% of total of the previous four sums. 6.4 Unilateral Change Order. If the parties dispute the terms of a proposed Change Order, including disputes over the amount of compensation or extension of time that Contractor has requested, the value of deleted or changed Work, what constitutes Extra Work, or quantities used, City may elect to issue a unilateral Change Order, directing performance of the Work, and authorizing a change in the Contract Price or Contract Time for the adjustment to compensation or time that the City believes is merited. Contractor’s sole recourse to dispute the terms of a unilateral Change Order is to submit a timely Claim pursuant to Article 12, below. 6.5 Non-Compliance Deemed Waiver. Contractor waives its entitlement to any increase in the Contract Price or Contract Time if Contractor fails to fully comply with the provisions of this Article. Contractor will not be paid for unauthorized Extra Work. Article 7 - General Construction Provisions 7.1 Permits, Fees, Business License, and Taxes. (A) Permits, Fees, and City Business License. Contractor must obtain and pay for all permits, fees, or licenses required to perform the Work, including a City business license. Contractor must cooperate with and provide notifications to all government agencies with jurisdiction over the Project, as may be required. Contractor must provide City with copies of all records of permits and permit applications, payment of required fees, and any licenses required for the Work. (B) Taxes. Contractor must pay for all taxes on labor, material and equipment, except Federal Excise Tax to the extent that City is exempt from Federal Excise Tax. 7.2 Temporary Facilities. Contractor must provide, at Contractor’s sole expense, any and all temporary facilities for the Project, including an onsite staging area for materials and equipment, a field office, sanitary facilities, utilities, storage, scaffolds, barricades, walkways, and any other temporary structure required to safely perform the Work along with any incidental utility services. The location of all temporary facilities must be approved by the City prior to installation. Temporary facilities must be safe and adequate for the intended use and installed and maintained in accordance with Laws and the Contract Documents. Contractor must fence and screen the Project site and, if applicable, any separate Worksites, including the staging area, and its operation must minimize inconvenience to neighboring properties. Additional provisions pertaining to temporary facilities may be included in the Specifications or Special Conditions. (A) Utilities. Contractor must install and maintain the power, water, sewer and all other utilities required for the Project site, including the piping, wiring, internet and wifi connections, and any related equipment necessary to maintain the temporary facilities. DEANZA/MCCLELLAN IMPROVEMENTS 2021 Form GENERAL CONDITIONS PROJECT NO. 2020-12 Page 55 (B) Removal and Repair. Contractor must promptly remove all such temporary facilities when they are no longer needed or upon completion of the Work, whichever comes first. Contractor must promptly repair any damage to City’s property or to other property caused by the installation, use, or removal of the temporary facilities, and must promptly restore the property to its original or intended condition. 7.3 Noninterference and Site Management. Contractor must avoid interfering with City’s use of its property at or adjacent to the Project site, including use of roadways, entrances, parking areas, walkways, and structures. Contractor must also minimize disruption of access to private property in the Project vicinity. Contractor must coordinate with affected property owners, tenants, and businesses, and maintain some vehicle and pedestrian access to their residences or properties at all times. Temporary access ramps, fencing or other measures must be provided as needed. Before blocking access to a private driveway or parking lot, Contractor must provide effective notice to the affected parties at least 48 hours in advance of the pending closure and allow them to remove vehicles. Private driveways, residences and parking lots must have access to a roadway during non-Work hours. (A) Offsite Acquisition. Unless otherwise provided by City, Contractor must acquire, use and dispose of, at its sole expense, any additional Worksites, licenses, easements, and temporary facilities necessary to access and perform the Work. (B) Offsite Staging Area and Field Office. If additional space beyond the Project site is needed, such as for the staging area or the field office, Contractor may need to make arrangements with the nearby property owner(s) to secure the space. Before using or occupying any property owned by a third party, Contractor must provide City with a copy of the necessary license agreement, easement, or other written authorization from the property owner, together with a written release from the property owner holding City harmless from any related liability, in a form acceptable to the City Attorney. (C) Traffic Management. Contractor must provide traffic management and traffic controls as specified in the Contract Documents, as required by Laws, and as otherwise required to ensure the public and worker safety, and to avoid interference with public or private operations or the normal flow of vehicular, bicycle, or pedestrian traffic. 7.4 Signs. No signs may be displayed on or about City’s property, except signage which is required by Laws or by the Contract Documents, without City’s prior written approval as to size, design, and location. 7.5 Project Site and Nearby Property Protections. (A) General. Contractor is responsible at all times, on a 24-hour basis and at its sole cost, for protecting the Work, the Project site, and the materials and equipment to be incorporated into the Work, until the City has accepted the Project, excluding any exceptions to acceptance, if any. Except as specifically authorized by City, Contractor must confine its operations to the area of the Project site indicated in the Plans and Specifications. Contractor is liable for any damage caused by Contractor or its Subcontractors to the Work, City’s property, the property of adjacent or nearby property owners and the work or personal property of other contractors working for City, including damage related to Contractor’s failure to adequately secure the Work or any Worksite. (1) Subject to City’s approval, Contractor will provide and install safeguards to protect the Work; any Worksite, including the Project site; City’s real or personal property and the real or personal property of adjacent or nearby property owners, including plant and tree protections. DEANZA/MCCLELLAN IMPROVEMENTS 2021 Form GENERAL CONDITIONS PROJECT NO. 2020-12 Page 56 (2) City wastewater systems may not be interrupted. If the Work disrupts existing sewer facilities, Contractor must immediately notify City and establish a plan, subject to City’s approval, to convey the sewage in closed conduits back into the sanitary sewer system. Sewage must not be permitted to flow in trenches or be covered by backfill. (3) Contractor must remove with due care, and store at City’s request, any objects or material from the Project site that City will salvage or reuse at another location. (4) If directed by Engineer, Contractor must promptly repair or replace any property damage, as specified by the Engineer. However, acting in its sole discretion, City may elect to have the property damage remedied otherwise, and may deduct the cost to repair or replace the damaged property from payment otherwise due to Contractor. (5) Contractor will not permit any structure or infrastructure to be loaded in a manner that will damage or endanger the integrity of the structure or infrastructure. (B) Securing Project Site. After completion of Work each day, Contractor must secure the Project site and, to the extent feasible, make the area reasonably accessible to the public unless City approves otherwise. All excess materials and equipment not protected by approved traffic control devices must be relocated to the staging area or demobilized. Trench spoils must be hauled off the Project site daily and open excavations must be protected with steel plates. Contractor and Subcontractor personnel may not occupy or use the Project site for any purpose during non-Work hours, except as may be provided in the Contract Documents or pursuant to prior written authorization from City. (C) Unforeseen Conditions. If Contractor encounters facilities, utilities, or other unknown conditions not shown on or reasonably inferable from the Plans or apparent from inspection of the Project site, Contractor must immediately notify the City and promptly submit a Request for Information to obtain further directions from the Engineer. Contractor must avoid taking any action which could cause damage to the facilities or utilities pending further direction from the Engineer. The Engineer’s written response will be final and binding on Contractor. If the Engineer’s subsequent direction to Contractor affects Contractor’s cost or time to perform the Work, Contractor may submit a Change Order request as set forth in Article 6 above. (D) Support; Adjacent Properties. Contractor must provide, install, and maintain all shoring, bracing, and underpinning necessary to provide support to City’s property and adjacent properties and improvements thereon. Contractor must provide notifications to adjacent property owners as may be required by Laws. See also, Section 7.15, Trenching of Five Feet or More. (E) Notification of Property Damage. Contractor must immediately notify the City of damage to any real or personal property resulting from Work on the Project. Contractor must immediately provide a written report to City of any such property damage in excess of $500 (based on estimated cost to repair or replace) within 24 hours of the occurrence. The written report must include: (1) the location and nature of the damage, and the owner of the property, if known; (2) the name and address of each employee of Contractor or any Subcontractor involved in the damage; (3) a detailed description of the incident, including precise location, time, and names and contact information for known witnesses; and (4) a police or first responder report, if applicable. If Contractor is required to file an accident report with another government agency, Contractor will provide a copy of the report to City. DEANZA/MCCLELLAN IMPROVEMENTS 2021 Form GENERAL CONDITIONS PROJECT NO. 2020-12 Page 57 7.6 Materials and Equipment. (A) General. Unless otherwise specified, all materials and equipment required for the Work must be new, free from defects, and of the best grade for the intended purpose, and furnished in sufficient quantities to ensure the proper and expeditious performance of the Work. Contractor must employ measures to preserve the specified quality and fitness of the materials and equipment. Unless otherwise specified, all materials and equipment required for the Work are deemed to include all components required for complete installation and intended operation and must be installed in accordance with the manufacturer’s recommendations or instructions. Contractor is responsible for all shipping, handling, and storage costs associated with the materials and equipment required for the Work. Contractor is responsible for providing security and protecting the Work and all of the required materials, supplies, tools and equipment at Contractor’s sole cost until City has formally accepted the Project as set forth in Section 11.1, Final Completion. Contractor will not assign, sell, mortgage, or hypothecate any materials or equipment for the Project, or remove any materials or equipment that have been installed or delivered. (B) City-Provided. If the Work includes installation of materials or equipment to be provided by City, Contractor is solely responsible for the proper examination, handling, storage, and installation in accordance with the Contract Documents. Contractor must notify City of any defects discovered in City-provided materials or equipment, sufficiently in advance of scheduled use or installation to afford adequate time to procure replacement materials or equipment as needed. Contractor is solely responsible for any loss of or damage to such items which occurs while the items are in Contractor’s custody and control, the cost of which may be offset from the Contract Price and deducted from any payment(s) due to Contractor. (C) Intellectual Property Rights. Contractor must, at its sole expense, obtain any authorization or license required for use of patented or copyright-protected materials, equipment, devices or processes that are incorporated into the Work. Contractor’s indemnity obligations in Article 4 apply to any claimed violation of intellectual property rights in violation of this provision. 7.7 Substitutions. (A) “Or Equal.” Any Specification designating a material, product, or thing (collectively, “item”) or service by specific brand or trade name, followed by the words “or equal,” is intended only to indicate the quality and type of item or service desired, and Contractor may request use of any equal item or service. Unless otherwise stated in the Specifications, any reference to a specific brand or trade name for an item that is used solely for the purpose of describing the type of item desired, will be deemed to be followed by the words “or equal.” A substitution will only be approved if it is a true “equal” item in every aspect of design, function, and quality, as determined by City, including dimensions, weight, maintenance requirements, durability, fit with other elements, and schedule impacts. (B) Request for Substitution. A post-award request for substitution of an item or service must be submitted in writing to the Engineer for approval in advance, within the applicable time period provided in the Contract Documents. If no time period is specified, the substitution request may be submitted any time within 35 days after the date of award of the Contract, or sufficiently in advance of the time needed to avoid delay of the Work, whichever is earlier. DEANZA/MCCLELLAN IMPROVEMENTS 2021 Form GENERAL CONDITIONS PROJECT NO. 2020-12 Page 58 (C) Substantiation. Any available data substantiating the proposed substitute as an equal item or service must be submitted with the written request for substitution. Contractor’s failure to timely provide all necessary substantiation, including any required test results as soon as they are available, is grounds for rejection of the proposed substitution, without further review. (D) Burden of Proving Equality. Contractor has the burden of proving the equality of the proposed substitution at Contractor’s sole cost. City has sole discretion to determine whether a proposed substitution is equal, and City’s determination is final. (E) Approval or Rejection. If the proposed substitution is approved, Contractor is solely responsible for any additional costs or time associated with the substituted item or service. If the proposed substitution is rejected, Contractor must, without delay, install the item or use the service as specified by City. (F) Contractor’s Obligations. City’s approval of a proposed substitution will not relieve Contractor from any of its obligations under the Contract Documents. In the event Contractor makes an unauthorized substitution, Contractor will be solely responsible for all resulting cost impacts, including the cost of removal and replacement and the impact to other design elements. 7.8 Testing and Inspection. (A) General. All materials, equipment, and workmanship used in the Work are subject to inspection and testing by City at all times and locations during construction and/or fabrication and at any Worksite, including at shops and yards as well as at the Project site. All manufacturers’ application or installation instructions must be provided to the Inspector at least ten days prior to the first such application or installation. Contractor must, at all times, make the Work available for testing or inspection. Neither City’s inspection or testing of Work, nor its failure to do so, operate to waive or limit Contractor’s duty to complete the Work in accordance with the Contract Documents. (B) Scheduling and Notification. Contractor must cooperate with City in coordinating the inspections and testing. Contractor must submit samples of materials, at Contractor’s expense, and schedule all tests required by the Contract Documents in time to avoid any delay to the progress of the Work. Contractor must notify the Engineer no later than noon of the Working Day before any inspection or testing and must provide timely notice to the other necessary parties as specified in the Contract Documents. If Contractor schedules an inspection or test beyond regular Work hours, or on a Saturday, Sunday, or recognized City holiday, Contractor must notify the Engineer at least two Working Days in advance for approval. If approved, Contractor must reimburse City for the cost of the overtime inspection or testing. Such costs, including the City’s hourly costs for required personnel, may be deducted from payments otherwise due to Contractor. (C) Responsibility for Costs. City will bear the initial cost of inspection and testing to be performed by independent testing consultants retained by City, subject to the following exceptions: (1) Contractor will be responsible for the costs of any subsequent tests which are required to substantiate compliance with the Contract Documents, and any associated remediation costs. (2) Contractor will be responsible for inspection costs, at City’s hourly rates, for inspection time lost because the Work is not ready or Contractor fails to appear for a scheduled inspection. DEANZA/MCCLELLAN IMPROVEMENTS 2021 Form GENERAL CONDITIONS PROJECT NO. 2020-12 Page 59 (3) If any portion of the Work that is subject to inspection or testing is covered or concealed by Contractor prior to the inspection or testing, Contractor will bear the cost of making that portion of the Work available for the inspection or testing required by the Contract Documents, and any associated repair or remediation costs. (4) Contractor is responsible for properly shoring all compaction test sites deeper than five feet below grade, as required under Section 7.15 below. (5) Any Work or material that is defective or fails to comply with the requirements of the Contract Documents must be promptly repaired, removed, replaced, or corrected by Contractor, at Contractor’s sole expense, even if that Work or material was previously inspected or included in a progress payment. (D) Contractor’s Obligations. Contractor is solely responsible for any delay occasioned by remediation of defective or noncompliant Work or material. Inspection of the Work does not in any way relieve Contractor of its obligations to perform the Work as specified. Any Work done without the required inspection(s) will also be subject to rejection by City. (E) Distant Locations. If required off-site testing or inspection must be conducted at a location more than 100 miles from the Project site, Contractor is solely responsible for the additional travel costs required for testing and/or inspection at such locations. (F) Final Inspection. The provisions of this Section 7.8 also apply to final inspection under Article 11, Completion and Warranty Provisions. 7.9 Project Site Conditions and Maintenance. Contractor must at all times, on a 24-hour basis and at its sole cost, maintain the Project site and staging and storage areas in clean, neat, and sanitary condition and in compliance with all Laws pertaining to safety, air quality, and dust control. Adequate toilets must be provided, and properly maintained and serviced for all workers on the Project site, located in a suitably secluded area, subject to City’s prior approval. Contractor must also, on a daily basis and at its sole cost, remove and properly dispose of the debris and waste materials from the Project site. (A) Air Emissions Control. Contractor must not discharge smoke or other air contaminants into the atmosphere in violation of any Laws. (B) Dust and Debris. Contractor must minimize and confine dust and debris resulting from the Work. Contractor must abate dust nuisance by cleaning, sweeping, and immediately sprinkling with water excavated areas of dirt or other materials prone to cause dust, and within one hour after the Engineer notifies Contractor that an airborne nuisance exists. The Engineer may direct that Contractor provide an approved water- spraying truck for this purpose. If water is used for dust control, Contractor will only use the minimum necessary. Contractor must take all necessary steps to keep waste water out of streets, gutters, or storm drains. See Section 7.19, Environmental Control. If City determines that the dust control is not adequate, City may have the work done by others and deduct the cost from the Contract Price. Contractor will immediately remove any excess excavated material from the Project site and any dirt deposited on public streets. (C) Clean up. Before discontinuing Work in an area, Contractor must clean the area and remove all debris and waste along with the construction equipment, tools, machinery, and surplus materials. DEANZA/MCCLELLAN IMPROVEMENTS 2021 Form GENERAL CONDITIONS PROJECT NO. 2020-12 Page 60 (1) Except as otherwise specified, all excess Project materials, and the materials removed from existing improvements on the Project site with no salvage value or intended reuse by City, will be Contractor’s property. (2) Hauling trucks and other vehicles leaving the Project site must be cleaned of exterior mud or dirt before traveling on City streets. Materials and loose debris must be delivered and loaded to prevent dropping materials or debris. Contractor must immediately remove spillage from hauling on any publicly traveled way. Streets affected by Work on the Project must be kept clean by street sweeping. (D) Disposal. Contractor must dispose of all Project debris and waste materials in a safe and legal manner. Contractor may not burn or bury waste materials on the Project site. Contractor will not allow any dirt, refuse, excavated material, surplus concrete or mortar, or any associated washings, to be disposed of onto streets, into manholes or into the storm drain system. (E) Completion. At the completion of the Work, Contractor must remove from the Project site all of its equipment, tools, surplus materials, waste materials and debris, presenting a clean and neat appearance. Before demobilizing from the Project site, Contractor must ensure that all surfaces are cleaned, sealed, waxed, or finished as applicable, and that all marks, stains, paint splatters, and the like have been properly removed from the completed Work and the surrounding areas. Contractor must ensure that all parts of the construction are properly joined with the previously existing and adjacent improvements and conditions. Contractor must provide all cutting, fitting and patching needed to accomplish that requirement. Contractor must also repair or replace all existing improvements that are damaged or removed during the Work, both on and off the Project site, including curbs, sidewalks, driveways, fences, signs, utilities, street surfaces and structures. Repairs and replacements must be at least equal to the previously existing improvements, and the condition, finish and dimensions must match the previously existing improvements. Contractor must restore to original condition all property or items that are not designated for alteration under the Contract Documents and leave each Worksite clean and ready for occupancy or use by City. (F) Non-Compliance. If Contractor fails to comply with its maintenance and cleanup obligations or any City clean up order, City may, acting in its sole discretion, elect to suspend the Work until the condition(s) is corrected with no increase in the Contract Time or Contract Price, or undertake appropriate cleanup measures without further notice and the cost will be deducted from any amounts due or to become due to Contractor. 7.10 Instructions and Manuals. Contractor must provide to City three copies each of all instructions and manuals required by the Contract Documents, unless otherwise specified. These must be complete as to drawings, details, parts lists, performance data, and other information that may be required for City to easily maintain and service the materials and equipment installed for this Project. (A) Submittal Requirements. All manufacturers’ application or installation instructions must be provided to City at least ten days prior to the first such application. The instructions and manuals, along with any required guarantees, must be delivered to City for review. (B) Training. Contractor or its Subcontractors must train City’s personnel in the operation and maintenance of any complex equipment or systems as a condition precedent to Final Completion, if required in the Contract Documents. 7.11 As-built Drawings. Contractor and its Subcontractors must prepare and maintain at the Project site a detailed, complete and accurate as-built set of the Plans which will be used DEANZA/MCCLELLAN IMPROVEMENTS 2021 Form GENERAL CONDITIONS PROJECT NO. 2020-12 Page 61 solely for the purpose of recording changes made in any portion of the original Plans in order to create accurate record drawings at the end of the Project. (A) Duty to Update. The as-built drawings must be updated as changes occur, on a daily basis if necessary. City may withhold the estimated cost for City to have the as-built drawings prepared from payments otherwise due to Contractor, until the as-built drawings are brought up to date to the satisfaction of City. Actual locations to scale must be identified on the as-built drawings for all runs of mechanical and electrical work, including all site utilities installed underground, in walls, floors, or otherwise concealed. Deviations from the original Plans must be shown in detail. The exact location of all main runs, whether piping, conduit, ductwork or drain lines, must be shown by dimension and elevation. The location of all buried pipelines, appurtenances, or other improvements must be represented by coordinates and by the horizontal distance from visible above- ground improvements. (B) Final Completion. Contractor must verify that all changes in the Work are depicted in the as-built drawings and must deliver the complete set of as-built drawings to the Engineer for review and acceptance as a condition precedent to Final Completion and Final Payment. 7.12 Existing Utilities. (A) General. The Work may be performed in developed, urban areas with existing utilities, both above and below ground, including utilities identified in the Contract Documents or in other informational documents or records. Contractor must take due care to locate identified or reasonably identifiable utilities before proceeding with trenching, excavation, or any other activity that could damage or disrupt existing utilities. This may include excavation with small equipment, potholing, or hand excavation, and, if practical, using white paint or other suitable markings to delineate the area to be excavated. Except as otherwise provided herein, Contractor will be responsible for costs resulting from damage to identified or reasonably identifiable utilities due to Contractor’s negligence or failure to comply with the Contract Documents, including the requirements in this Article 7. (B) Unidentified Utilities. Pursuant to Government Code § 4215, if, during the performance of the Work, Contractor discovers utility facilities not identified by City in the Contract Documents, Contractor must immediately provide written notice to City and the utility. City assumes responsibility for the timely removal, relocation, or protection of existing main or trunkline utility facilities located on the Project site if those utilities are not identified in the Contract Documents. Contractor will be compensated in accordance with the provisions of the Contract Documents for the costs of locating, repairing damage not due to Contractor’s failure to exercise reasonable care, and removing or relocating utility facilities not indicated in the Plans or Specifications with reasonable accuracy, and for equipment on the Project necessarily idled during such work. Contractor will not be assessed liquidated damages for delay in completion of the Work, to the extent the delay was caused by City’s failure to provide for removal or relocation of the utility facilities. 7.13 Notice of Excavation. Contractor must comply with all applicable requirements in Government Code §§ 4216 through 4216.5, which are incorporated by reference herein. Government Code § 4216.2 requires that, except in an emergency, Contractor must contact the appropriate regional notification center, or Underground Services Alert, at least two working days, but not more than 14 calendar days, before starting any excavation if the excavation will be conducted in an area that is known, or reasonably should be known, to contain subsurface installations. Contractor may not begin excavation until it has obtained and submitted to Engineer an inquiry identification number from Underground Services Alert. DEANZA/MCCLELLAN IMPROVEMENTS 2021 Form GENERAL CONDITIONS PROJECT NO. 2020-12 Page 62 7.14 Trenching and Excavations of Four Feet or More. As required by Public Contract Code § 7104, if the Work includes digging trenches or other excavations that extend deeper than four feet below the surface, the provisions in this Section apply to the Work and the Project. (A) Duty to Notify. Contractor must promptly, and before the following conditions are disturbed, provide written notice to City if Contractor finds any of the following conditions: (1) Material that Contractor believes may be a hazardous waste, as defined in § 25117 of the Health and Safety Code, that is required to be removed to a Class I, Class II, or Class III disposal site in accordance with the provisions of existing Laws; (2) Subsurface or latent physical conditions at the Project site differing from those indicated by information about the Project site made available to bidders prior to the deadline for submitting bids; or (3) Unknown physical conditions at the Project site of any unusual nature, materially different from those ordinarily encountered and generally recognized as inherent in work of the character required by the Contract Documents. (B) City Investigation. City will promptly investigate the conditions and if City finds that the conditions materially differ from those indicated, apparent, or reasonably inferred from information about the Project site made available to bidders, or involve hazardous waste, and cause a decrease or increase in Contractor’s cost of, or the time required for, performance of any part of the Work, City will issue a Change Order. (C) Disputes. In the event that a dispute arises between City and Contractor regarding any of the conditions specified in subsection (B) above, or the terms of a Change Order issued by City, Contractor will not be excused from completing the Work within the Contract Time, but must proceed with all Work to be performed under the Contract. Contractor will retain any and all rights provided either by the Contract or by Laws which pertain to the resolution of disputes between Contractor and City. 7.15 Trenching of Five Feet or More. As required by Labor Code § 6705, if the Contract Price exceeds $25,000 and the Work includes the excavation of any trench or trenches of five feet or more in depth, a detailed plan must be submitted to City for acceptance in advance of the excavation. The detailed plan must show the design of shoring, bracing, sloping, or other provisions to be made for worker protection from the hazard of caving ground during the excavation. If the plan varies from the shoring system standards, it must be prepared by a California registered civil or structural engineer. Use of a shoring, sloping, or protective system less effective than that required by the Construction Safety Orders is prohibited. 7.16 New Utility Connections. Except as otherwise specified, City will pay connection charges and meter costs for new permanent utilities required by the Contract Documents, if any. Contractor must notify City sufficiently in advance of the time needed to request service from each utility provider so that connections and services are initiated in accordance with the Project schedule. 7.17 Lines and Grades. Contractor is required to use any benchmark provided by the Engineer. Unless otherwise specified in the Contract Documents, Contractor must provide all lines and grades required to execute the Work. Contractor must also provide, DEANZA/MCCLELLAN IMPROVEMENTS 2021 Form GENERAL CONDITIONS PROJECT NO. 2020-12 Page 63 preserve, and replace if necessary, all construction stakes required for the Project. All stakes or marks must be set by a California licensed surveyor or a California registered civil engineer. Contractor must notify the Engineer of any discrepancies found between Contractor’s staking and grading and information provided by the Contract Documents. Upon completion, all Work must conform to the lines, elevations, and grades shown in the Plans, including any changes directed by a Change Order. 7.18 Historic or Archeological Items. (A) Contractor’s Obligations. Contractor must ensure that all persons performing Work at the Project site are required to immediately notify the Project Manager, upon discovery of any potential historic or archeological items, including historic or prehistoric ruins, a burial ground, archaeological or vertebrate paleontological site, including fossilized footprints or other archeological, paleontological or historical feature on the Project site (collectively, “Historic or Archeological Items”). (B) Discovery; Cessation of Work. Upon discovery of any potential Historic or Archeological Items, Work must be stopped within an 85-foot radius of the find and may not resume until authorized in writing by City. If required by City, Contractor must assist in protecting or recovering the Historic or Archeological Items, with any such assistance to be compensated as Extra Work on a time and materials basis under Article 6, Contract Modification. At City’s discretion, a suspension of Work required due to discovery of Historic or Archeological Items may be treated as Excusable Delay pursuant to Article 5, or as a suspension for convenience under Article 13. 7.19 Environmental Control. Contractor must not pollute any drainage course or its tributary inlets with fuels, oils, bitumens, acids, insecticides, herbicides or other harmful materials. Contractor must prevent the release of any hazardous material or hazardous waste into the soil or groundwater, and prevent the unlawful discharge of pollutants into City’s storm drain system and watercourses as required below. Contractor and its Subcontractors must at all times in the performance of the Work comply with all Laws concerning pollution of waterways. (A) Stormwater Permit. Contractor must comply with all applicable conditions of the State Water Resources Control Board National Pollutant Discharge Elimination System General Permit for Waste Discharge Requirements for Discharges of Stormwater Runoff Associated with Construction Activity (“Stormwater Permit”). (B) Contractor’s Obligations. If required for the Work, a copy of the Stormwater Permit is on file in City’s principal administrative offices, and Contractor must comply with it without adjustment of the Contract Price or the Contract Time. Contractor must timely and completely submit required reports and monitoring information required by the conditions of the Stormwater Permit. Contractor also must comply with all other Laws governing discharge of stormwater, including applicable municipal stormwater management programs. 7.20 Noise Control. Contractor must comply with all applicable noise control Laws. Noise control requirements apply to all equipment used for the Work or related to the Work, including trucks, transit mixers or transient equipment that may or may not be owned by Contractor. 7.21 Mined Materials. Pursuant to the Surface Mining and Reclamation Act of 1975, Public Resources Code § 2710 et seq., any purchase of mined materials, such as construction aggregate, sand, gravel, crushed stone, road base, fill materials, and any other mineral materials must originate from a surface mining operation included on the AB 3098 List, DEANZA/MCCLELLAN IMPROVEMENTS 2021 Form GENERAL CONDITIONS PROJECT NO. 2020-12 Page 64 which is available online at: ftp://ftp.consrv.ca.gov/pub/omr/AB3098%20List/AB3908List.pdf. Article 8 - Payment 8.1 Schedule of Values. Prior to submitting its first application for payment, Contractor must prepare and submit to the Project Manager a schedule of values apportioned to the various divisions and phases of the Work, including mobilization and demobilization. If a Bid Schedule was submitted with Contractor’s bid, the amounts in the schedule of values must be consistent with the Bid Schedule. Each line item contained in the schedule of values must be assigned a value such that the total of all items equals the Contract Price. The items must be sufficiently detailed to enable accurate evaluation of the percentage of completion claimed in each application for payment, and the assigned value consistent with any itemized or unit pricing submitted with Contractor’s bid. (A) Measurements for Unit Price Work. Materials and items of Work to be paid for on the basis of unit pricing will be measured according to the methods specified in the Contract Documents. (B) Deleted or Reduced Work. Contractor will not be compensated for Work that City has deleted or reduced in scope, except for any labor, material or equipment costs for such Work that Contractor reasonably incurred before Contractor learned that the Work could be deleted or reduced. Contractor will only be compensated for those actual, direct and documented costs incurred, and will not be entitled to any mark up for overhead or lost profits. 8.2 Progress Payments. Following the last day of each month, or as otherwise required by the Special Conditions or Specifications, Contractor will submit to the Project Manager a monthly application for payment for Work performed during the preceding month based on the estimated value of the Work performed during that preceding month. (A) Application for Payment. Each application for payment must be itemized to include labor, materials, and equipment incorporated into the Work, and materials and equipment delivered to the Project site, as well as authorized and approved Change Orders. Each payment application must be supported by the unit prices submitted with Contractor’s Bid Schedule and/or schedule of values and any other substantiating data required by the Contract Documents. (B) Payment of Undisputed Amounts. City will pay the undisputed amount due within 30 days after Contractor has submitted a complete and accurate payment application, subject to Public Contract Code § 20104.50. Since this Project is funded in whole or in part by federal funds, payment may take more than 30 days. City will deduct a percentage from each progress payment as retention, as set forth in Section 8.5, below, and may withhold additional amounts as set forth in Section 8.3, below. 8.3 Adjustment of Payment Application. City may adjust or reject the amount requested in a payment application, including application for Final Payment, in whole or in part, if the amount requested is disputed or unsubstantiated. Contractor will be notified in writing of the basis for the modification to the amount requested. City may also deduct or withhold from payment otherwise due based upon any of the circumstances and amounts listed below. Sums withheld from payment otherwise due will be released when the basis for that withholding has been remedied and no longer exists. DEANZA/MCCLELLAN IMPROVEMENTS 2021 Form GENERAL CONDITIONS PROJECT NO. 2020-12 Page 65 (A) For Contractor’s unexcused failure to perform the Work as required by the Contract Documents, including correction or completion of punch list items, City may withhold or deduct an amount based on the City’s estimated cost to correct or complete the Work. (B) For loss or damage caused by Contractor or its Subcontractors arising out of or relating to performance of the Work or any failure to protect the Project site, City may deduct an amount based on the estimated cost to repair or replace. (C) For Contractor’s failure to pay its Subcontractors and suppliers when payment is due, City may withhold an amount equal to the total of past due payments and may opt to pay that amount separately via joint check pursuant to Section 8.6(B), Joint Checks. (D) For Contractor’s failure to timely correct rejected, nonconforming, or defective Work, City may withhold or deduct an amount based on the City’s estimated cost to correct or complete the Work. (E) For any unreleased stop notice, City may withhold 125% of the amount claimed. (F) For Contractor’s failure to submit any required schedule or schedule update in the manner and within the time specified in the Contract Documents, City may withhold an amount equal to five percent of the total amount requested until Contractor complies with its schedule submittal obligations. (G) For Contractor’s failure to maintain or submit as-built documents in the manner and within the time specified in the Contract Documents, City may withhold or deduct an amount based on the City’s cost to prepare the as-builts. (H) For Work performed without Shop Drawings that have been accepted by City, when accepted Shop Drawings are required before proceeding with the Work, City may deduct an amount based on the estimated costs to correct unsatisfactory Work or diminution in value. (I) For fines, payments, or penalties assessed under the Labor Code, City may deduct from payments due to Contractor as required by Laws and as directed by the Division of Labor Standards Enforcement. (J) For any other costs or charges that may be withheld or deducted from payments to Contractor, as provided in the Contract Documents, including liquidated damages, City may withhold or deduct such amounts from payment otherwise due to Contractor. 8.4 Early Occupancy. Neither City’s payment of progress payments nor its partial or full use or occupancy of the Project constitutes acceptance of any part of the Work. 8.5 Retention. City will retain five percent of the full amount due on each progress payment (i.e., the amount due before any withholding or deductions pursuant to Section 8.3, Adjustment to Payment Application), or the percentage stated in the Notice Inviting Bids, whichever is greater, as retention to ensure full and satisfactory performance of the Work. Contractor is not entitled to any reduction in the rate of withholding at any time, nor to release of any retention before 35 days following City’s acceptance of the Project. (A) Substitution of Securities. As provided by Public Contract Code § 22300, Contractor may request in writing that it be allowed, at its sole expense, to substitute securities for the retention withheld by City. Any escrow agreement entered into pursuant to this provision must fully comply with Public Contract Code § 22300 and will be subject to approval as to form by City’s legal counsel. If City exercises its right to draw upon such DEANZA/MCCLELLAN IMPROVEMENTS 2021 Form GENERAL CONDITIONS PROJECT NO. 2020-12 Page 66 securities in the event of default pursuant to section (7) of the statutory Escrow Agreement for Security Deposits in Lieu of Retention, pursuant to subdivision (f) of Public Contract Code § 22300 (“Escrow Agreement”), and if Contractor disputes that it is in default, its sole remedy is to comply with the dispute resolution procedures in Article 12 and the provisions therein. It is agreed that for purposes of this paragraph, an event of default includes City’s rights pursuant to these Contract Documents to withhold or deduct sums from retention, including withholding or deduction for liquidated damages, incomplete or defective Work, stop payment notices, or backcharges. It is further agreed that if any individual authorized to give or receive written notice on behalf of a party pursuant to section (10) of the Escrow Agreement are unavailable to give or receive notice on behalf of that party due to separation from employment, retirement, death, or other circumstances, the successor or delegee of the named individual is deemed to be the individual authorized to give or receive notice pursuant to section (10) of the Escrow Agreement. (B) Release of Undisputed Retention. All undisputed retention, less any amounts that may be assessed as liquidated damages, retained for stop notices, or otherwise withheld pursuant to Section 8.3, Adjustment of Payment Application, will be released as Final Payment to Contractor no sooner than 35 days following recordation of the notice of completion, and no later than 60 days following acceptance of the Project by City’s governing body or authorized designee pursuant to Section 11.1(C), Acceptance, or, if the Project has not been accepted, no later than 60 days after the Project is otherwise considered complete pursuant to Public Contract Code § 7107(c). 8.6 Payment to Subcontractors and Suppliers. Each month, Contractor must promptly pay each Subcontractor and supplier the value of the portion of labor, materials, and equipment incorporated into the Work or delivered to the Project site by the Subcontractor or supplier during the preceding month. Such payments must be made in accordance with the requirements of Laws pertaining to such payments, and those of the Contract Documents and applicable subcontract or supplier contract. (A) Withholding for Stop Notice. Pursuant to Civil Code § 9358, City will withhold 125% of the amount claimed by an unreleased stop notice, a portion of which may be retained by City for the costs incurred in handling the stop notice claim, including attorneys’ fees and costs, as authorized by law. (B) Joint Checks. City reserves the right, acting in its sole discretion, to issue joint checks made payable to Contractor and a Subcontractor or supplier, if City determines this is necessary to ensure fair and timely payment for a Subcontractor or supplier who has provided services or goods for the Project. As a condition to release of payment by a joint check, the joint check payees may be required to execute a joint check agreement in a form provided or approved by the City Attorney’s Office. The joint check payees will be jointly and severally responsible for the allocation and disbursement of funds paid by joint check. Payment by joint check will not be construed to create a contractual relationship between City and a Subcontractor or supplier of any tier beyond the scope of the joint check agreement. 8.7 Final Payment. Contractor’s application for Final Payment must comply with the requirements for submitting an application for a progress payment as stated in Section 8.2, above. Corrections to previous progress payments, including adjustments to estimated quantities for unit priced items, may be included in the Final Payment. If Contractor fails to submit a timely application for Final Payment, City reserves the right to unilaterally process and issue Final Payment without an application from Contractor in order to close out the Project. For the purposes of determining the deadline for Claim submission pursuant to Article 12, the date of Final Payment is deemed to be the date that City acts to release undisputed retention as final payment to Contractor, or otherwise DEANZA/MCCLELLAN IMPROVEMENTS 2021 Form GENERAL CONDITIONS PROJECT NO. 2020-12 Page 67 provides written notice to Contractor of Final Payment or that no undisputed funds remain available for Final Payment due to offsetting withholdings or deductions pursuant to Section 8.3, Adjustment of Payment Application. If the amount due from Contractor to City exceeds the amount of Final Payment, City retains the right to recover the balance from Contractor or its sureties. 8.8 Release of Claims. City may, at any time, require that payment of the undisputed portion of any progress payment or Final Payment be contingent upon Contractor furnishing City with a written waiver and release of all claims against City arising from or related to the portion of Work covered by those undisputed amounts subject to the limitations of Public Contract Code § 7100. Any disputed amounts may be specifically excluded from the release. 8.9 Warranty of Title. Contractor warrants that title to all work, materials, or equipment incorporated into the Work and included in a request for payment will pass over to City free of any claims, liens, or encumbrances upon payment to Contractor. Article 9 - Labor Provisions 9.1 Discrimination Prohibited. Discrimination against any prospective or present employee engaged in the Work on grounds of race, color, ancestry, national origin, ethnicity, religion, sex, sexual orientation, age, disability, or marital status is strictly prohibited. Contractor and its Subcontractors are required to comply with all applicable Laws prohibiting discrimination, including the California Fair Employment and Housing Act (Govt. Code § 12900 et seq.), Government Code § 11135, and Labor Code §§ 1735, 1777.5, 1777.6, and 3077.5. 9.2 Labor Code Requirements. (A) Eight Hour Day. Pursuant to Labor Code § 1810, eight hours of labor constitute a legal day’s work under this Contract. (B) Penalty. Pursuant to Labor Code § 1813, Contractor will forfeit to City as a penalty, the sum of $25.00 for each day during which a worker employed by Contractor or any Subcontractor is required or permitted to work more than eight hours in any one calendar day or more than 40 hours per calendar week, except if such workers are paid overtime under Labor Code § 1815. (C) Apprentices. Contractor is responsible for compliance with the requirements governing employment and payment of apprentices, as set forth in Labor Code § 1777.5, which is fully incorporated by reference. (D) Notices. Pursuant to Labor Code § 1771.4, Contractor is required to post all job site notices prescribed by Laws. 9.3 Prevailing Wages. Each worker performing Work under this Contract that is covered under Labor Code §§ 1720 or 1720.9, including cleanup at the Project site, must be paid at a rate not less than the prevailing wage as defined in §§ 1771 and 1774 of the Labor Code. The prevailing wage rates are on file with the City and available online at http://www.dir.ca.gov/dlsr. Contractor must post a copy of the applicable prevailing rates at the Project site. (A) Penalties. Pursuant to Labor Code § 1775, Contractor and any Subcontractor will forfeit to City as a penalty up to $200.00 for each calendar day, or portion a day, for each worker paid less than the applicable prevailing wage rate. Contractor must also pay DEANZA/MCCLELLAN IMPROVEMENTS 2021 Form GENERAL CONDITIONS PROJECT NO. 2020-12 Page 68 each worker the difference between the applicable prevailing wage rate and the amount actually paid to that worker. (B) Federal Requirements. If this Project is subject to federal prevailing wage requirements in addition to California prevailing wage requirements, Contractor and its Subcontractors are required to pay the higher of the currently applicable state or federal prevailing wage rates. See Attachment A, Federal Contract Requirements. 9.4 Payroll Records. Contractor must comply with the provisions of Labor Code §§ 1776 and 1812 and all implementing regulations, which are fully incorporated by this reference, including requirements for electronic submission of payroll records to the DIR. (A) Contractor and Subcontractor Obligations. Contractor and each Subcontractor must keep accurate payroll records, showing the name, address, social security number, work classification, straight time and overtime hours worked each day and week, and the actual per diem wages paid to each journeyman, apprentice, worker, or other employee employed in connection with the Work. Each payroll record must contain or be verified by a written declaration that it is made under penalty of perjury, stating both of the following: (1) The information contained in the payroll record is true and correct; and (2) Contractor or the Subcontractor has complied with the requirements of Labor Code §§ 1771, 1811, and 1815 for any Work performed by its employees on the Project. (B) Certified Record. A certified copy of an employee’s payroll record must be made available for inspection or furnished to the employee or his or her authorized representative on request, to City, to the Division of Labor Standards Enforcement, to the Division of Apprenticeship Standards of the DIR, and as further required by the Labor Code. (C) Enforcement. Upon notice of noncompliance with Labor Code § 1776, Contractor or Subcontractor has ten days in which to comply with the requirements of this section. If Contractor or Subcontractor fails to do so within the ten-day period, Contractor or Subcontractor will forfeit a penalty of $100.00 per day, or portion a day, for each worker for whom compliance is required, until strict compliance is achieved. Upon request by the Division of Apprenticeship Standards, or the Division of Labor Standards Enforcement, these penalties will be withheld from payments then due to Contractor. 9.5 Labor Compliance. Pursuant to Labor Code § 1771.4, the Contract for this Project is subject to compliance monitoring and enforcement by the DIR. Article 10 - Safety Provisions 10.1 Safety Precautions and Programs. Contractor and its Subcontractors are fully responsible for safety precautions and programs, and for the safety of persons and property in the performance of the Work. Contractor and its Subcontractors must at all times comply with all applicable health and safety Laws and seek to avoid injury, loss, or damage to persons or property by taking reasonable steps to protect its employees and other persons at any Worksite, materials and equipment stored on or off site, and property at or adjacent to any Worksite. (A) Reporting Requirements. Contractor must immediately notify the City of any death, serious injury or illness resulting from Work on the Project. Contractor must DEANZA/MCCLELLAN IMPROVEMENTS 2021 Form GENERAL CONDITIONS PROJECT NO. 2020-12 Page 69 immediately provide a written report to City of each recordable accident or injury occurring at any Worksite within 24 hours of the occurrence. The written report must include: (1) the name and address of the injured or deceased person; (2) the name and address of each employee of Contractor or of any Subcontractor involved in the incident; (3) a detailed description of the incident, including precise location, time, and names and contact information for known witnesses; and (4) a police or first responder report, if applicable. If Contractor is required to file an accident report with a government agency, Contractor will provide a copy of the report to City. (B) Legal Compliance. Contractor’s safety program must comply with the applicable legal and regulatory requirements. Contractor must provide City with copies of all notices required by Laws. (C) Contractor’s Obligations. Any damage or loss caused by Contractor arising from the Work which is not insured under property insurance must be promptly remedied by Contractor. (D) Remedies. If City determines, in its sole discretion, that any part of the Work or Project site is unsafe, City may, without assuming responsibility for Contractor’s safety program, require Contractor or its Subcontractor to cease performance of the Work or to take corrective measures to City’s satisfaction. If Contractor fails to promptly take the required corrective measures, City may perform them and deduct the cost from the Contract Price. Contractor agrees it is not entitled to submit a Claim for damages, for an increase in Contract Price, or for a change in Contract Time based on Contractor’s compliance with City’s request for corrective measures pursuant to this provision. 10.2 Hazardous Materials. Unless otherwise specified in the Contract Documents, this Contract does not include the removal, handling, or disturbance of any asbestos or other Hazardous Materials. If Contractor encounters materials on the Project site that Contractor reasonably believes to be asbestos or other Hazardous Materials, and the asbestos or other Hazardous Materials have not been rendered harmless, Contractor may continue Work in unaffected areas reasonably believed to be safe, but must immediately cease work on the area affected and report the condition to City. No asbestos, asbestos-containing products or other Hazardous Materials may be used in performance of the Work. 10.3 Material Safety. Contractor is solely responsible for complying with § 5194 of Title 8 of the California Code of Regulations, including by providing information to Contractor’s employees about any hazardous chemicals to which they may be exposed in the course of the Work. A hazard communication program and other forms of warning and training about such exposure must be used. Contractor must also maintain Safety Data Sheets (“SDS”) at the Project site, as required by Laws, for materials or substances used or consumed in the performance of the Work. The SDS will be accessible and available to Contractor’s employees, Subcontractors, and City. (A) Contractor Obligations. Contractor is solely responsible for the proper delivery, handling, use, storage, removal, and disposal of all materials brought to the Project site and/or used in the performance of the Work. Contractor must notify the Engineer if a specified product or material cannot be used safely. (B) Labeling. Contractor must ensure proper labeling on any material brought onto the Project site so that any persons working with or in the vicinity of the material may be informed as to the identity of the material, any potential hazards, and requirements for proper handling, protections, and disposal. DEANZA/MCCLELLAN IMPROVEMENTS 2021 Form GENERAL CONDITIONS PROJECT NO. 2020-12 Page 70 10.4 Hazardous Condition. Contractor is solely responsible for determining whether a hazardous condition exists or is created during the course of the Work, involving a risk of bodily harm to any person or risk of damage to any property. If a hazardous condition exists or is created, Contractor must take all precautions necessary to address the condition and ensure that the Work progresses safely under the circumstances. Hazardous conditions may result from, but are not limited to, use of specified materials or equipment, the Work location, the Project site condition, the method of construction, or the way any Work must be performed. 10.5 Emergencies. In an emergency affecting the safety or protection of persons, Work, or property at or adjacent to any Worksite, Contractor must take reasonable and prompt actions to prevent damage, injury, or loss, without prior authorization from the City if, under the circumstances, there is inadequate time to seek prior authorization from the City. Article 11 - Completion and Warranty Provisions 11.1 Final Completion. (A) Final Inspection and Punch List. When the Work required by this Contract is fully performed, Contractor must provide written notification to City requesting final inspection. The Engineer will schedule the date and time for final inspection, which must include Contractor’s primary representative for this Project and its superintendent. Based on that inspection, City will prepare a punch list of any items that are incomplete, missing, defective, incorrectly installed, or otherwise not compliant with the Contract Documents. The punch list to Contractor will specify the time by which all of the punch list items must be completed or corrected. The punch list may include City’s estimated cost to complete each punch list item if Contractor fails to do so within the specified time. The omission of any non-compliant item from a punch list will not relieve Contractor from fulfilling all requirements of the Contract Documents. Contractor’s failure to complete any punch list item within the time specified in the punch list will not waive or abridge its warranty obligations for any such items that must be completed by the City or by a third party retained by the City due to Contractor’s failure to timely complete any such outstanding item. (B) Requirements for Final Completion. Final Completion will be achieved upon completion or correction of all punch list items, as verified by City’s further inspection, and upon satisfaction of all other Contract requirements, including any commissioning required under the Contract Documents and submission of all final submittals, including instructions and manuals as required under Section 7.10, and complete, final as-built drawings as required under Section 7.11, all to City’s satisfaction. (C) Acceptance. The Project will be considered accepted upon City Council action during a public meeting to accept the Project, unless the Engineer is authorized to accept the Project, in which case the Project will be considered accepted upon the date of the Engineer’s issuance of a written notice of acceptance. In order to avoid delay of Project close out, the City may elect, acting in its sole discretion, to accept the Project as complete subject to exceptions for punch list items that are not completed within the time specified in the punch list. (D) Final Payment and Release of Retention. Final Payment and release of retention, less any sums withheld pursuant to the provisions of the Contract Documents, will not be made sooner than 35 days after recordation of the notice of completion. If Contractor fails to complete all of the punch list items within the specified time, City may withhold up to 150% of City’s estimated cost to complete each of the remaining items DEANZA/MCCLELLAN IMPROVEMENTS 2021 Form GENERAL CONDITIONS PROJECT NO. 2020-12 Page 71 from Final Payment and may use the withheld retention to pay for the costs to self- perform the outstanding items or to retain a third party to complete any such outstanding punch list item. 11.2 Warranty. (A) General. Contractor warrants that all materials and equipment will be new unless otherwise specified, of good quality, in conformance with the Contract Documents, and free from defective workmanship and materials. Contractor further warrants that the Work will be free from material defects not intrinsic in the design or materials required in the Contract Documents. Contractor warrants that materials or items incorporated into the Work comply with the requirements and standards in the Contract Documents, including compliance with Laws, and that any Hazardous Materials encountered or used were handled as required by Laws. At City’s request, Contractor must furnish satisfactory evidence of the quality and type of materials and equipment furnished. Contractor’s warranty does not extend to damage caused by normal wear and tear, or improper use or maintenance. (B) Warranty Period. Contractor’s warranty must guarantee its Work for a period of one year from the date of Project acceptance (the “Warranty Period”), except when a longer guarantee is provided by a supplier or manufacturer or is required by the Specifications or Special Conditions. Contractor must obtain from its Subcontractors, suppliers and manufacturers any special or extended warranties required by the Contract Documents. (C) Warranty Documents. As a condition precedent to Final Completion, Contractor must supply City with all warranty and guarantee documents relevant to equipment and materials incorporated into the Work and guaranteed by their suppliers or manufacturers. (D) Subcontractors. The warranty obligations in the Contract Documents apply to Work performed by Contractor and its Subcontractors, and Contractor agrees to be co- guarantor of such Work. (E) Contractor’s Obligations. Upon written notice from City to Contractor of any defect in the Work discovered during the Warranty Period, Contractor or its responsible Subcontractor must promptly correct the defective Work at its own cost. Contractor’s obligation to correct defects discovered during the Warranty Period will continue past the expiration of the Warranty Period as to any defects in Work for which Contractor was notified prior to expiration of the Warranty Period. Work performed during the Warranty Period (“Warranty Work”) will be subject to the warranty provisions in this Section 11.2 for a one-year period that begins upon completion of such Warranty Work to City’s satisfaction. (F) City’s Remedies. If Contractor or its responsible Subcontractor fails to correct defective Work within ten days following notice by City, or sooner if required by the circumstances, City may correct the defects to conform with the Contract Documents at Contractor’s sole expense. Contractor must reimburse City for its costs in accordance with subsection (H), below. (G) Emergency Repairs. In cases of emergency where any delay in correcting defective Work could cause harm, loss or damage, City may immediately correct the defects to conform with the Contract Documents at Contractor’s sole expense. Contractor or its surety must reimburse City for its costs in accordance with subsection (H), below. DEANZA/MCCLELLAN IMPROVEMENTS 2021 Form GENERAL CONDITIONS PROJECT NO. 2020-12 Page 72 (H) Reimbursement. Contractor must reimburse City for its costs to repair under subsections (F) or (G), above, within 30 days following City’s submission of a demand for payment pursuant to this provision. If City is required to initiate legal action to compel Contractor’s compliance with this provision, and City is the prevailing party in such action, Contractor and its surety are solely responsible for all of City’s attorney’s fees and legal costs expended to enforce Contractor’s warranty obligations herein in addition to any and all costs City incurs to correct the defective Work. 11.3 Use Prior to Final Completion. City reserves the right to occupy or make use of the Project, or any portions of the Project, prior to Final Completion if City has determined that the Project or portion of it is in a condition suitable for the proposed occupation or use, and that it is in its best interest to occupy or make use of the Project, or any portions of it, prior to Final Completion. City will notify Contractor in writing of its intent to occupy or make use of the Project or any portions of the Project, pursuant to this provision. (A) Non-Waiver. Occupation or use of the Project, in whole or in part, prior to Final Completion will not operate as acceptance of the Work or any portion of it, nor will it operate as a waiver of any of City’s rights or Contractor’s duties pursuant to these Contract Documents, and will not affect nor bear on the determination of the time of substantial completion with respect to any statute of repose pertaining to the time for filing an action for construction defect. (B) City’s Responsibility. City will be responsible for the cost of maintenance and repairs due to normal wear and tear with respect to those portions of the Project that are being occupied or used before Final Completion. The Contract Price or the Contract Time may be adjusted pursuant to the applicable provisions of these Contract Documents if, and only to the extent that, any occupation or use under this Section actually adds to Contractor’s cost or time to complete the Work within the Contract Time. 11.4 Substantial Completion. For purposes of determining “substantial completion” with respect to any statute of repose pertaining to the time for filing an action for construction defect, “substantial completion” is deemed to mean the last date that Contractor or any Subcontractor performs Work on the Project prior to City acceptance of the Project, except for warranty work performed under this Article. Article 12 - Dispute Resolution 12.1 Claims. This Article applies to and provides the exclusive procedures for any Claim arising from or related to the Contract or performance of the Work. (A) Definition. “Claim” means a separate demand by Contractor, submitted in writing by registered or certified mail with return receipt requested, for a change in the Contract Time, including a time extension or relief from liquidated damages, or a change in the Contract Price, when the demand has previously been submitted to City in accordance with the requirements of the Contract Documents, and which has been rejected or disputed by City, in whole or in part. A Claim may also include that portion of a unilateral Change Order that is disputed by the Contractor. (B) Limitations. A Claim may only include the portion of a previously rejected demand that remains in dispute between Contractor and City. With the exception of any dispute regarding the amount of money actually paid to Contractor as Final Payment, Contractor is not entitled to submit a Claim demanding a change in the Contract Time or the Contract Price, which has not previously been submitted to City in full compliance with Article 5 and Article 6, and subsequently rejected in whole or in part by City. DEANZA/MCCLELLAN IMPROVEMENTS 2021 Form GENERAL CONDITIONS PROJECT NO. 2020-12 Page 73 (C) Scope of Article. This Article is intended to provide the exclusive procedures for submission and resolution of Claims of any amount and applies in addition to the provisions of Public Contract Code § 9204 and § 20104 et seq., which are incorporated by reference herein. (D) No Work Delay. Notwithstanding the submission of a Claim or any other dispute between the parties related to the Project or the Contract Documents, Contractor must perform the Work and may not delay or cease Work pending resolution of a Claim or other dispute, but must continue to diligently prosecute the performance and timely completion of the Work, including the Work pertaining to the Claim or other dispute. (E) Informal Resolution. Contractor will make a good faith effort to informally resolve a dispute before initiating a Claim, preferably by face-to-face meeting between authorized representatives of Contractor and City. 12.2 Claims Submission. The following requirements apply to any Claim subject to this Article: (A) Substantiation. The Claim must be submitted to City in writing, clearly identified as a “Claim” submitted pursuant to this Article 12 and must include all of the documents necessary to substantiate the Claim including the Change Order request that was rejected in whole or in part, and a copy of City’s written rejection that is in dispute. The Claim must clearly identify and describe the dispute, including relevant references to applicable portions of the Contract Documents, and a chronology of relevant events. Any Claim for additional payment must include a complete, itemized breakdown of all known or estimated labor, materials, taxes, insurance, and subcontract, or other costs. Substantiating documentation such as payroll records, receipts, invoices, or the like, must be submitted in support of each component of claimed cost. Any Claim for an extension of time or delay costs must be substantiated with a schedule analysis and narrative depicting and explaining claimed time impacts. (B) Claim Format and Content. A Claim must be submitted in the following format: (1) Provide a cover letter, specifically identifying the submission as a “Claim” submitted under this Article 12 and specifying the requested remedy (e.g., amount of proposed change to Contract Price and/or change to Contract Time). (2) Provide a summary of each Claim, including underlying facts and the basis for entitlement, and identify each specific demand at issue, including the specific Change Order request (by number and submittal date), and the date of City's rejection of that demand, in whole or in part. (3) Provide a detailed explanation of each issue in dispute. For multiple issues included within a single Claim or for multiple Claims submitted concurrently, separately number and identify each individual issue or Claim, and include the following for each separate issue or Claim: a. A succinct statement of the matter in dispute, including Contractor’s position and the basis for that position; b. Identify and attach all documents that substantiate the Claim, including relevant provisions of the Contract Documents, RFIs, calculations, and schedule analysis (see subsection (A), Substantiation, above); c. A chronology of relevant events; and DEANZA/MCCLELLAN IMPROVEMENTS 2021 Form GENERAL CONDITIONS PROJECT NO. 2020-12 Page 74 d. Analysis and basis for claimed changes to Contract Price, Contract Time, or any other remedy requested. (4) Provide a summary of issues and corresponding claimed damages. If, by the time of the Claim submission deadline (below), the precise amount of the requested change in the Contract Price or Contract Time is not yet known, Contractor must provide a good faith estimate, including the basis for that estimate, and must identify the date by which it is anticipated that the Claim will be updated to provide final amounts. (5) Include the following certification, executed by Contractor’s authorized representative: “The undersigned Contractor certifies under penalty of perjury that its statements and representations in this Claim submittal are true and correct. Contractor warrants that this Claim submittal is comprehensive and complete as to the matters in dispute, and agrees that any costs, expenses, or delay not included herein are deemed waived.” (C) Submission Deadlines. (1) A Claim disputing rejection of a request for a change in the Contract Time or Contract Price must be submitted within 15 days following the date that City notified Contractor in writing that a request for a change in the Contract Time or Contract Price, duly submitted in compliance with Article 5 and Article 6, has been rejected in whole or in part. A Claim disputing the terms of a unilateral Change Order must be submitted within 15 days following the date of issuance of the unilateral Change Order. These Claim deadlines apply even if Contractor cannot yet quantify the total amount of any requested change in the Contract Time or Contract Price. If the Contractor cannot quantify those amounts, it must submit an estimate of the amounts claimed pending final determination of the requested remedy by Contractor. (2) With the exception of any dispute regarding the amount of Final Payment, any Claim must be filed on or before the date of Final Payment or will be deemed waived. (3) A Claim disputing the amount of Final Payment must be submitted within 15 days of the effective date of Final Payment, under Section 8.7, Final Payment. (4) Strict compliance with these Claim submission deadlines is necessary to ensure that any dispute may be mitigated as soon as possible, and to facilitate cost-efficient administration of the Project. Any Claim that is not submitted within the specified deadlines will be deemed waived by Contractor. 12.3 City’s Response. City will respond within 45 days of receipt of the Claim with a written statement identifying which portion(s) of the Claim are disputed, unless the 45-day period is extended by mutual agreement of City and Contractor or as otherwise allowed under Public Contract Code § 9204. However, if City determines that the Claim is not adequately substantiated pursuant to Section 12.2(A), Substantiation, City may first request in writing, within 30 days of receipt of the Claim, any additional documentation supporting the Claim or relating to defenses to the Claim that City may have against the Claim. DEANZA/MCCLELLAN IMPROVEMENTS 2021 Form GENERAL CONDITIONS PROJECT NO. 2020-12 Page 75 (A) Additional Information. If additional information is thereafter required, it may be requested and provided upon mutual agreement of City and Contractor. If Contractor’s Claim is based on estimated amounts, Contractor has a continuing duty to update its Claim as soon as possible with information on actual amounts in order to facilitate prompt and fair resolution of the Claim. (B) Non-Waiver. Any failure by City to respond within the times specified above will not be construed as acceptance of the Claim, in whole or in part, or as a waiver of any provision of these Contract Documents. 12.4 Meet and Confer. If Contractor disputes City’s written response, or City fails to respond within the specified time, within 15 days of receipt of City’s response or within 15 days of City’s failure to respond within the applicable 45-day time period under Section 12.3, respectively, Contractor may notify City of the dispute in writing sent by registered or certified mail, return receipt requested, and demand an informal conference to meet and confer for settlement of the issues in dispute. If Contractor fails to dispute City’s response in writing within the specified time, Contractor’s Claim will be deemed waived. (A) Schedule Meet and Confer. Upon receipt of the demand to meet and confer, City will schedule the meet and confer conference to be held within 30 days, or later if needed to ensure the mutual availability of each of the individuals that each party requires to represent its interests at the meet and confer conference. (B) Location for Meet and Confer. The meet and confer conference will be scheduled at a location at or near City’s principal office. (C) Written Statement After Meet and Confer. Within ten working days after the meet and confer has concluded, City will issue a written statement identifying which portion(s) of the Claim remain in dispute, if any. (D) Submission to Mediation. If the Claim or any portion remains in dispute following the meet and confer conference, within ten working days after the City issues the written statement identifying any portion(s) of the Claim remaining in dispute, the Contractor may identify in writing disputed portion(s) of the Claim, which will be submitted for mediation, as set forth below. 12.5 Mediation and Government Code Claims. (A) Mediation. Within ten working days after the City issues the written statement identifying any portion(s) of the Claim remaining in dispute following the meet and confer, City and Contractor will mutually agree to a mediator, as provided under Public Contract Code § 9204. Mediation will be scheduled to ensure the mutual availability of the selected mediator and all of the individuals that each party requires to represent its interests. If there are multiple Claims in dispute, the parties may agree to schedule the mediation to address all outstanding Claims at the same time. The parties will share the costs of the mediator and mediation fees equally, but each party is otherwise solely and separately responsible for its own costs to prepare for and participate in the mediation, including costs for its legal counsel or any other consultants. (B) Government Code Claims. (1) Timely presentation of a Government Code Claim is a condition precedent to filing any legal action based on or arising from the Contract. Compliance with the Claim submission requirements in this Article 12 is a condition precedent to filing a Government Code Claim. DEANZA/MCCLELLAN IMPROVEMENTS 2021 Form GENERAL CONDITIONS PROJECT NO. 2020-12 Page 76 (2) The time for filing a Government Code Claim will be tolled from the time Contractor submits its written Claim pursuant to Section 12.2, above, until the time that Claim is denied in whole or in part at the conclusion of the meet and confer process, including any period of time used by the meet and confer process. However, if the Claim is submitted to mediation, the time for filing a Government Code Claim will be tolled until conclusion of the mediation, including any continuations, if the Claim is not fully resolved by mutual agreement of the parties during the mediation or any continuation of the mediation. 12.6 Tort Claims. This Article does not apply to tort claims and nothing in this Article is intended nor will be construed to change the time periods for filing tort-based Government Code Claims. 12.7 Arbitration. It is expressly agreed, under Code of Civil Procedure § 1296, that in any arbitration to resolve a dispute relating to this Contract, the arbitrator’s award must be supported by law and substantial evidence. 12.8 Burden of Proof and Limitations. Contractor bears the burden of proving entitlement to and the amount of any claimed damages. Contractor is not entitled to damages calculated on a total cost basis, but must prove actual damages. Contractor is not entitled to speculative, special, or consequential damages, including home office overhead or any form of overhead not directly incurred at the Project site or any other Worksite; lost profits; loss of productivity; lost opportunity to work on other projects; diminished bonding capacity; increased cost of financing for the Project; extended capital costs; non- availability of labor, material or equipment due to delays; or any other indirect loss arising from the Contract. The Eichleay Formula or similar formula will not be used for any recovery under the Contract. The City will not be directly liable to any Subcontractor or supplier. 12.9 Legal Proceedings. In any legal proceeding that involves enforcement of any requirements of the Contract Documents, the finder of fact will receive detailed instructions on the meaning and operation of the Contract Documents, including conditions, limitations of liability, remedies, claim procedures, and other provisions bearing on the defenses and theories of liability. Detailed findings of fact will be requested to verify enforcement of the Contract Documents. All of the City's remedies under the Contract Documents will be construed as cumulative, and not exclusive, and the City reserves all rights to all remedies available under law or equity as to any dispute arising from or relating to the Contract Documents or performance of the Work. 12.10 Other Disputes. The procedures in this Article 12 will apply to any and all disputes or legal actions, in addition to Claims, arising from or related to this Contract, including disputes regarding suspension or early termination of the Contract, unless and only to the extent that compliance with a procedural requirement is expressly and specifically waived by City. Nothing in this Article is intended to delay suspension or termination under Article 13. Article 13 - Suspension and Termination 13.1 Suspension for Cause. In addition to all other remedies available to City, if Contractor fails to perform or correct Work in accordance with the Contract Documents, including non-compliance with applicable environmental or health and safety Laws, City may immediately order the Work, or any portion of it, suspended until the circumstances giving rise to the suspension have been eliminated to City’s satisfaction. DEANZA/MCCLELLAN IMPROVEMENTS 2021 Form GENERAL CONDITIONS PROJECT NO. 2020-12 Page 77 (A) Notice of Suspension. Upon receipt of City’s written notice to suspend the Work, in whole or in part, except as otherwise specified in the notice of suspension, Contractor and its Subcontractors must promptly stop Work as specified in the notice of suspension; comply with directions for cleaning and securing the Worksite; and protect the completed and in-progress Work and materials. Contractor is solely responsible for any damages or loss resulting from its failure to adequately secure and protect the Project. (B) Resumption of Work. Upon receipt of the City’s written notice to resume the suspended Work, in whole or in part, except as otherwise specified in the notice to resume, Contractor and its Subcontractors must promptly re-mobilize and resume the Work as specified; and within ten days from the date of the notice to resume, Contractor must submit a recovery schedule, prepared in accordance with the Contract Documents, showing how Contractor will complete the Work within the Contract Time. (C) Failure to Comply. Contractor will not be entitled to an increase in the Contract Time or Contract Price for a suspension occasioned by Contractor’s failure to comply with the Contract Documents. (D) No Duty to Suspend. City’s right to suspend the Work will not give rise to a duty to suspend the Work, and City’s failure to suspend the Work will not constitute a defense to Contractor’s failure to comply with the requirements of the Contract Documents. 13.2 Suspension for Convenience. City reserves the right to suspend, delay, or interrupt the performance of the Work in whole or in part, for a period of time determined to be appropriate for City’s convenience. Upon notice by City pursuant to this provision, Contractor must immediately suspend, delay, or interrupt the Work and secure the Project site as directed by City except for taking measures to protect completed or in- progress Work as directed in the suspension notice, and subject to the provisions of Section 13.1(A) and (B), above. If Contractor submits a timely request for a Change Order in compliance with Articles 5 and 6, the Contract Price and the Contract Time will be equitably adjusted by Change Order pursuant to the terms of Articles 5 and 6 to reflect the cost and delay impact occasioned by such suspension for convenience, except to the extent that any such impacts were caused by Contractor’s failure to comply with the Contract Documents or the terms of the suspension notice or notice to resume. However, the Contract Time will only be extended if the suspension causes or will cause unavoidable delay in Final Completion. If Contractor disputes the terms of a Change Order issued for such equitable adjustment due to suspension for convenience, its sole recourse is to comply with the Claim procedures in Article 12. 13.3 Termination for Default. City may declare that Contractor is in default of the Contract for a material breach of or inability to fully, promptly, or satisfactorily perform its obligations under the Contract. (A) Default. Events giving rise to a declaration of default include Contractor’s refusal or failure to supply sufficient skilled workers, proper materials, or equipment to perform the Work within the Contract Time; Contractor’s refusal or failure to make prompt payment to its employees, Subcontractors, or suppliers or to correct defective Work or damage; Contractor’s failure to comply with Laws, or orders of any public agency with jurisdiction over the Project; evidence of Contractor’s bankruptcy, insolvency, or lack of financial capacity to complete the Work as required within the Contract Time; suspension, revocation, or expiration and nonrenewal of Contractor’s license or DIR registration; dissolution, liquidation, reorganization, or other major change in Contractor’s organization, ownership, structure, or existence as a business entity; unauthorized assignment of Contractor’s rights or duties under the Contract; or any material breach of the Contract requirements. DEANZA/MCCLELLAN IMPROVEMENTS 2021 Form GENERAL CONDITIONS PROJECT NO. 2020-12 Page 78 (B) Notice of Default and Opportunity to Cure. Upon City’s declaration that Contractor is in default due to a material breach of the Contract Documents, if City determines that the default is curable, City will afford Contractor the opportunity to cure the default within ten days of City’s notice of default, or within a period of time reasonably necessary for such cure, including a shorter period of time if applicable. (C) Termination. If Contractor fails to cure the default or fails to expediently take steps reasonably calculated to cure the default within the time period specified in the notice of default, City may issue written notice to Contractor and its performance bond surety of City’s termination of the Contract for default. (D) Waiver. Time being of the essence in the performance of the Work, if Contractor’s surety fails to arrange for completion of the Work in accordance with the Performance Bond within seven calendar days from the date of the notice of termination pursuant to paragraph (C), City may immediately make arrangements for the completion of the Work through use of its own forces, by hiring a replacement contractor, or by any other means that City determines advisable under the circumstances. Contractor and its surety will be jointly and severally liable for any additional cost incurred by City to complete the Work following termination, where “additional cost” means all cost in excess of the cost City would have incurred if Contactor had timely completed Work without the default and termination. In addition, City will have the right to immediate possession and use of any materials, supplies, and equipment procured for the Project and located at the Project site or any Worksite on City property for the purposes of completing the remaining Work. (E) Compensation. Within 30 days of receipt of updated as-builts, all warranties, manuals, instructions, or other required documents for Work installed to date, and delivery to City of all equipment and materials for the Project for which Contractor has already been compensated, Contractor will be compensated for the Work satisfactorily performed in compliance with the Contract Documents up to the effective date of the termination pursuant to the terms of Article 8, Payment, subject to City’s rights to withhold or deduct sums from payment otherwise due pursuant to Section 8.3, and excluding any costs Contractor incurs as a result of the termination, including any cancellation or restocking charges or fees due to third parties. If Contractor disputes the amount of compensation determined by City, its sole recourse is to comply with the Claim Procedures in Article 12, by submitting a Claim no later than 30 days following notice from City of the total compensation to be paid by City. (F) Wrongful Termination. If Contractor disputes the termination, its sole recourse is to comply with the Claim procedures in Article 12. If a court of competent jurisdiction or an arbitrator later determines that the termination for default was wrongful, the termination will be deemed to be a termination for convenience, and Contractor’s damages will be strictly limited to the compensation provided for termination for convenience under Section 13.4, below. Contractor waives any claim for any other damages for wrongful termination including special or consequential damages, lost opportunity costs, or lost profits, and any award of damages is subject to Section 12.8, Burden of Proof and Limitations. 13.4 Termination for Convenience. City reserves the right, acting in its sole discretion, to terminate all or part of the Contract for convenience upon written notice to Contractor. (A) Compensation to Contractor. In the event of City’s termination for convenience, Contractor waives any claim for damages, including for loss of anticipated profits from the Project. The following will constitute full and fair compensation to Contractor, and Contractor will not be entitled to any additional claim or compensation: DEANZA/MCCLELLAN IMPROVEMENTS 2021 Form GENERAL CONDITIONS PROJECT NO. 2020-12 Page 79 (1) Completed Work. The value of its Work satisfactorily performed as of the date notice of termination is received, based on Contractor’s schedule of values and unpaid costs for items delivered to the Project site that were fabricated for incorporation in the Work; (2) Demobilization. Demobilization costs specified in the schedule of values, or if demobilizations cost were not provided in a schedule of values pursuant to Section 8.1, then based on actual, reasonable, and fully documented demobilization costs; and (3) Termination Markup. Five percent of the total value of the Work performed as of the date of notice of termination, including reasonable, actual, and documented costs to comply with the direction in the notice of termination for convenience, and demobilization costs, which is deemed to cover all overhead and profit to date. (B) Disputes. If Contractor disputes the amount of compensation determined by City pursuant to paragraph (A), above, its sole recourse is to comply with the Claim procedures in Article 12, by submitting a Claim no later than 30 days following notice from City of total compensation to be paid by City. 13.5 Actions Upon Termination for Default or Convenience. The following provisions apply to any termination under this Article, whether for default or convenience, and whether in whole or in part. (A) General. Upon termination City may immediately enter upon and take possession of the Project and the Work and all tools, equipment, appliances, materials, and supplies procured or fabricated for the Project. Contractor will transfer title to and deliver all completed Work and all Work in progress to City. (B) Submittals. Unless otherwise specified in the notice of termination, Contractor must immediately submit to City all designs, drawings, as-built drawings, Project records, contracts with vendors and Subcontractors, manufacturer warranties, manuals, and other such submittals or Work-related documents required under the terms of the Contract Documents, including incomplete documents or drafts. (C) Close Out Requirements. Except as otherwise specified in the notice of termination, Contractor must comply with all of the following: (1) Immediately stop the Work, except for any Work that must be completed pursuant to the notice of termination and comply with City’s instructions for cessation of labor and securing the Project and any other Worksite(s). (2) Comply with City’s instructions to protect the completed Work and materials, using best efforts to minimize further costs. (3) Contractor must not place further orders or enter into new subcontracts for materials, equipment, services or facilities, except as may be necessary to complete any portion of the Work that is not terminated. (4) As directed in the notice, Contractor must assign to City or cancel existing subcontracts that relate to performance of the terminated Work, subject to any prior rights, if any, of the surety for Contractor’s performance bond, and settle all outstanding liabilities and claims, subject to City’s approval. DEANZA/MCCLELLAN IMPROVEMENTS 2021 Form GENERAL CONDITIONS PROJECT NO. 2020-12 Page 80 (5) As directed in the notice, Contractor must use its best efforts to sell any materials, supplies, or equipment intended solely for the terminated Work in a manner and at market rate prices acceptable to City. (D) Payment Upon Termination. Upon completion of all termination obligations, as specified herein and in the notice of termination, Contractor will submit its request for Final Payment, including any amounts due following termination pursuant to this Article 13. Payment will be made in accordance to the provisions of Article 8, based on the portion of the Work satisfactorily completed, including the close out requirements, and consistent with the previously submitted schedule of values and unit pricing, including demobilization costs. Adjustments to Final Payment may include deductions for the cost of materials, supplies, or equipment retained by Contractor; payments received for sale of any such materials, supplies, or equipment, less re-stocking fees charged; and as otherwise specified in Section 8.3, Adjustment of Payment Application. (E) Continuing Obligations. Regardless of any Contract termination, Contractor’s obligations for portions of the Work already performed will continue and the provisions of the Contract Documents will remain in effect as to any claim, indemnity obligation, warranties, guarantees, submittals of as-built drawings, instructions, or manuals, record maintenance, or other such rights and obligations arising prior to the termination date. Article 14 - Miscellaneous Provisions 14.1 Assignment of Unfair Business Practice Claims. Under Public Contract Code § 7103.5, Contractor and its Subcontractors agree to assign to City all rights, title, and interest in and to all causes of action it may have under section 4 of the Clayton Act (15 U.S.C. § 15) or under the Cartwright Act (Chapter 2 (commencing with § 16700) of Part 2 of Division 7 of the Business and Professions Code), arising from purchases of goods, services, or materials pursuant to the Contract or any subcontract. This assignment will be effective at the time City tenders Final Payment to Contractor, without further acknowledgement by the parties. 14.2 Provisions Deemed Inserted. Every provision of law required to be inserted in the Contract Documents is deemed to be inserted, and the Contract Documents will be construed and enforced as though such provision has been included. If it is discovered that through mistake or otherwise that any required provision was not inserted, or not correctly inserted, the Contract Documents will be deemed amended accordingly. 14.3 Waiver. City’s waiver of a breach, failure of any condition, or any right or remedy contained in or granted by the provisions of the Contract Documents will not be effective unless it is in writing and signed by City. City’s waiver of any breach, failure, right, or remedy will not be deemed a waiver of any other breach, failure, right, or remedy, whether or not similar, nor will any waiver constitute a continuing waiver unless specified in writing by City. 14.4 Titles, Headings, and Groupings. The titles and headings used and the groupings of provisions in the Contract Documents are for convenience only and may not be used in the construction or interpretation of the Contract Documents or relied upon for any other purpose. 14.5 Statutory and Regulatory References. With respect to any amendments to any statutes or regulations referenced in these Contract Documents, the reference is deemed to be the version in effect on the date that that bids were due. DEANZA/MCCLELLAN IMPROVEMENTS 2021 Form GENERAL CONDITIONS PROJECT NO. 2020-12 Page 81 14.6 Survival. The provisions that survive termination or expiration of this Contract include Contract Section 11, Notice, and subsections 12.1, 12.2, 12.3, 12.4, 12.5, and 12.6, of Section 12, General Provisions; and the following provisions in these General Conditions: Section 2.2(J), Contractor’s Records, Section 2.3(C), Termination, Section 3.7, Ownership, Section 4.2, Indemnity, Article 12, Dispute Resolution, and Section 11.2, Warranty. END OF GENERAL CONDITIONS DEANZA/MCCLELLAN IMPROVEMENTS 2021 Form SPECIAL CONDITIONS PROJECT NO. 2020-12 Page 82 Special Conditions 1. Authorized Work Days and Hours. 1.1 Authorized Work Days. Except as expressly authorized in writing by City, Contractor is limited to performing Work on the Project on the following days of the week, excluding holidays observed by City: Monday through Friday. 1.2 Authorized Work Hours. Except as expressly authorized in writing by City, Contractor is limited to performing Work on the Project during the following hours: 7:00 a.m. – 5:00 p.m. local time. 2. Pre-Construction Conference. City will designate a date and time for a pre- construction conference with Contractor following Contract execution. Project administration procedures and coordination between City and Contractor will be discussed, and Contractor must present City with the following information or documents at the meeting for City’s review and acceptance before the Work commences: 2.1 Name, 24-hour contact information, and qualifications of the proposed on-site superintendent; 2.2 List of all key Project personnel and their complete contact information, including email addresses and telephone numbers during regular hours and after hours; 2.3 Staging plans that identify the sequence of the Work, including any phases and alternative sequences or phases, with the goal of minimizing the impacts on residents, businesses and other operations in the Project vicinity; 2.4 If required, traffic control plans associated with the staging plans that are signed and stamped by a licensed traffic engineer; 2.5 Draft baseline schedule for the Work as required under Section 5.2, to be finalized within ten days after City issues the Notice to Proceed; 2.6 Breakdown of lump sum bid items, to be used for determining the value of Work completed for future progress payments to Contractor; 2.7 Schedule with list of Project submittals that require City review, and list of the proposed material suppliers; 2.8 Plan for coordination with affected utility owner(s) and compliance with any related permit requirements; 2.9 Videotape and photographs recording the conditions throughout the pre- construction Project site, showing the existing improvements and current condition of the curbs, gutters, sidewalks, signs, landscaping, streetlights, structures near the Project such as building faces, canopies, shades and fences, and any other features within the Project area limits; 2.10 Any other documents specified in the Special Conditions or Notice of Potential Award. DEANZA/MCCLELLAN IMPROVEMENTS 2021 Form SPECIAL CONDITIONS PROJECT NO. 2020-12 Page 83 3. Construction Manager Role and Authority. CSG Consultants, Inc. may be the Construction Manager for this Project. The Construction Manager will assist City in the management of the construction of the Project. The Construction Manager may perform services in the areas of supervision and coordination of the work of Contractor and/or other contractors, scheduling the Work, monitoring the progress of the Work, providing City with evaluations and recommendations concerning the quality of the Work, recommending the approval of progress payments to Contractor, or other services for the Project in accordance with the Construction Manager’s contract with City. 3.1 Communications. Contractor must submit all notices and communications relating to the Work directly to the Construction Manager in writing, as follows: CSG Consultants, Inc. Attn: Nourdin Khayata 550 Pilgrim Drive Foster City, CA 94404 (650) 522-2500 nourdin@csgengr.com With a copy to the Engineer: City of Cupertino – Public Works Department Attn: Marlon Aumentado 10300 Torre Avenue Cupertino, CA 95014 (408) 777-3215 MarlonA@cupertino.org 3.2 On-Site Management and Communication Procedures. The Construction Manager will provide and maintain a management team on the Project site to provide contract administration as an agent of City, and will establish and implement coordination and communication procedures among City, the Design Professional, Contractor, and others. 3.3 Contract Administration Procedures. The Construction Manager will establish and implement procedures for reviewing and processing requests for clarifications and interpretations of the Contract Documents, Shop Drawings, samples, other submittals, schedule adjustments, Change Order proposals, written proposals for substitutions, payment applications, and maintenance of logs. 3.4 Pre-Construction Conference. Contractor will attend the pre-construction conference, during which the Construction Manager will review the Contract administration procedures and Project requirements. 3.5 Contractor’s Construction Schedule. The Construction Manager will review Contractor’s construction schedules and will verify that each schedule is prepared in accordance with the requirements of the Contract Documents. 4. Lane Closure. Lane closures are not permitted during peak commute hours, except from 9:30 a.m. to 3:30 p.m. Monday through Friday or as otherwise authorized in writing by the City. No Contractor or Subcontractor shall utilize the travel lanes for storage of materials, equipment, or vehicles during construction. 5. Road/Signal Shutdown. Contractor will execute the Work while roads are in operation except for the periods of permitted shutdown. For shutdown periods, Contractor will DEANZA/MCCLELLAN IMPROVEMENTS 2021 Form SPECIAL CONDITIONS PROJECT NO. 2020-12 Page 84 prepare and submit a detailed plan that includes shutdown schedule, planned sequence of work, milestones and projected times of completions of activities, any anticipated problems, Contractor’s supervisory personnel, actions desired of City and staff, and contingency plans. Contractor will allow sufficient time for review and resubmittal of the shutdown plan until acceptable to City. Contractor will employ sufficient labor, superintendence, and equipment on a 24-hour, 7 days a week basis during shutdown and other operational disruptions to complete Work within the specified periods at no additional cost to the City. Once approved and initiated, Work may proceed on extra shift or around-the clock basis as necessary. When required to minimize treatment process interruptions while complying with specified sequencing constraints, Contractor will provide power, lighting, controls, instrumentation, and safety devices. 6. Federally Funded Projects. This Project is funded in whole or in part by federal funds and subject to the following federal requirements under the terms of the funding agreement(s) between City and the federal agency or agencies providing federal funds, which are fully incorporated by this reference and made part of the Contract Documents. Copies of any funding agreement between City and a funding agency will be made available upon request. 6.1 Equal Opportunity. During the performance of this Contract, the Contractor agrees as follows: (A) The Contractor will not discriminate against any employee or applicant for employment because of race, color, religion, sex, sexual orientation, gender identity, or national origin. The Contractor will take affirmative action to ensure that applicants are employed, and that employees are treated during employment without regard to their race, color, religion, sex, sexual orientation, gender identity, or national origin. Such action will include, but not be limited to the following: Employment, upgrading, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. The Contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices to be provided setting forth the provisions of this nondiscrimination clause. (B) The Contractor will, in all solicitations or advertisements for employees placed by or on behalf of the Contractor, state that all qualified applicants will receive consideration for employment without regard to race, color, religion, sex, sexual orientation, gender identity, or national origin. (C) The Contractor will not discharge or in any other manner discriminate against any employee or applicant for employment because such employee or applicant has inquired about, discussed, or disclosed the compensation of the employee or applicant or another employee or applicant. This provision will not apply to instances in which an employee who has access to the compensation information of other employees or applicants as a part of such employee’s essential job functions discloses the compensation of such other employees or applicants to individuals who do not otherwise have access to such information, unless such disclosure is in response to a formal complaint or charge, in furtherance of an investigation, proceeding, hearing, or action, including an investigation conducted by the employer, or is consistent with the Contractor’s legal duty to furnish information. DEANZA/MCCLELLAN IMPROVEMENTS 2021 Form SPECIAL CONDITIONS PROJECT NO. 2020-12 Page 85 (D) The Contractor will send to each labor union or representative of workers with which it has a collective bargaining agreement or other contract or understanding, a notice to be provided advising the labor union or workers’ representatives of the Contractor’s commitments under this section, and will post copies of the notice in conspicuous places available to employees and applicants for employment. (E) The Contractor will comply with all provisions of Executive Order 11246 of September 24, 1965, and of the rules, regulations, and relevant orders of the United States Secretary of Labor. (F) The Contractor will furnish all information and reports required by Executive Order 11246 of September 24, 1965, and by rules, regulations, and orders of the United States Secretary of Labor, or pursuant thereto, and will permit access to his books, records, and accounts by the administering agency and the United States Secretary of Labor for purposes of investigation to ascertain compliance with such rules, regulations, and orders. (G) In the event of the Contractor’s noncompliance with the nondiscrimination clauses of this contract or with any of the rules, regulations, or orders, this Contract may be canceled, terminated, or suspended in whole or in part and the Contractor may be declared ineligible for further federal government contracts or federally assisted construction contracts in accordance with procedures authorized in Executive Order 11246 of September 24, 1965, and such other sanctions may be imposed and remedies invoked as provided in Executive Order 11246 of September 24, 1965, or by rule, regulation, or order of the United States Secretary of Labor, or as otherwise provided by law. (H) The Contractor will include the portion of the sentence immediately preceding paragraph (A) and the provisions of paragraphs (A) through (H) in every subcontract or purchase order unless exempted by rules, regulations, or orders of the United States Secretary of Labor issued pursuant to section 204 of Executive Order 11246 of September 24, 1965, so that such provisions will be binding upon each Subcontractor or vendor. The Contractor will take such action with respect to any subcontract or purchase order as the City or funding agency may direct as a means of enforcing such provisions, including sanctions for noncompliance: Provided, however, that in the event a Contractor becomes involved in, or is threatened with, litigation with a Subcontractor or vendor as a result of such direction by the City or funding agency, the Contractor may request the United States to enter into such litigation to protect the interests of the United States. 6.2 Davis-Bacon Act. Contractor will pay wages to laborers and mechanics, not less than once a week, and at a rate not less than the current federal prevailing wages specified in the Davis-Bacon Act Wage Determination attached hereto and incorporated herein. By entering into this Contract, Contractor accepts the attached Wage Determination. The current Davis-Bacon Act Wage Determination, which may be accessed at https://www.wdol.gov/dba.aspx must be printed and included with the Contract Documents.> 6.3 Copeland “Anti-Kickback” Act. Contractor will comply with 18 U.S.C. § 874, 40 U.S.C. § 3145, and the requirements of 29 CFR Part 3 as may be applicable, which are incorporated by reference into this Contract. Contractor and Subcontractors must DEANZA/MCCLELLAN IMPROVEMENTS 2021 Form SPECIAL CONDITIONS PROJECT NO. 2020-12 Page 86 insert this requirement into subcontracts of any tier. Contractor is responsible for compliance with these requirements by each Subcontractor of any tier. 6.4 Contract Work Hours and Safety Standards Act. In addition to the California state law requirements in Article 9 of the General Conditions, Contractor and each Subcontractor must comply with the requirements of the federal Contract Work Hours and Safety Standards Act, as set forth in 40 U.S.C. 3701-3708, as supplemented by the regulations set forth in 29 CFR Part 5, as may be amended from time to time, which are fully incorporated herein, including: (A) No Contractor or Subcontractor will require or permit any laborer or mechanic performing Work for the Project to work in excess of 40 hours in a work week unless such laborer or mechanic receives compensation at a rate not less than one and one-half times the basic rate of pay for all hours worked in excess of 40 hours during that work week. (B) If Contractor or a Subcontractor violates this requirement, the Contractor and any responsible Subcontractor will be liable for the unpaid wages. In addition, the Contractor and Subcontractor will be liable to the United States for liquidated damages. The liquidated damages will be computed with respect to each individual worker as specified under federal law. (C) Contractor and Subcontractors must insert this requirement into subcontracts of any tier. Contractor is responsible for compliance with these requirements by each Subcontractor of any tier. 6.5 Rights to Inventions. If the federal funding for this Contract meets the definition of “funding agreement” under 37 CFR § 401.2(a) and constitutes an agreement between the City and a small business firm or nonprofit organization regarding the substitution of parties, assignment or performance of experimental, developmental, or research work under that “funding agreement,” the requirements of 37 CFR Part 401, “Rights to Inventions Made by Nonprofit Organizations and Small Business Firms Under Government Grants, Contracts and Cooperative Agreements,” and any implementing regulations issued by the awarding agency, will apply to this Contract and are fully incorporated into the Contract Documents by this reference. 6.6 Clean Air Act. If the Contract is for an amount in excess of $150,000, Contractor and each Subcontractor must comply with the requirements of the Clean Air Act, as amended, (42 U.S.C. §§ 7401-7671q), which are fully incorporated into the Contract Documents by this reference, including requirements for reporting violations to the awarding agency and the applicable Regional Office for the Environmental Protection Agency. Contractor and Subcontractors must insert this requirement into subcontracts of any tier in excess of $150,000. 6.7 Federal Water Pollution Control Act. If the Contract is for an amount in excess of $150,000, the requirements of the Federal Water Pollution Control Act (33 U.S.C. §§ 1251-1387) apply to this Contract and are fully incorporated into the Contract Documents by this reference, including requirements for reporting violations to the awarding agency and the applicable Regional Office for the Environmental Protection Agency requirements for reporting violations. Contractor and Subcontractors must insert this requirement into subcontracts of any tier in excess of $150,000. 6.8 Suspension and Debarment. Contractor is required to verify that neither it, nor its principals, as defined at 2 CFR § 180.995, or its affiliates, as defined at 2 CFR § 180.905, are excluded or disqualified, as defined at 2 CFR §§ 180.935 and 180.940. DEANZA/MCCLELLAN IMPROVEMENTS 2021 Form SPECIAL CONDITIONS PROJECT NO. 2020-12 Page 87 Contractor must comply with 2 CFR Part 180, subpart C and 2 CFR Part 3000, subpart C, and must include a provision requiring compliance with these regulations in any subcontract of any tier. If it is later determined that the Contractor did not comply with the applicable subparts, the Federal Government may pursue available remedies, including, but not limited to, suspension and/or debarment. By submitting a bid and entering into this Contract, Contractor agrees to comply with these requirements. 6.9 Byrd Anti-Lobbying Amendment. If the Contract is for an amount in excess of $100,000, Contractor must comply with the Byrd Anti-Lobbying Amendment (31 U.S.C. § 1352) and file the certification provided at 44 CFR Part 18, Appendix A, and any disclosures, with the applicable federal agency. Each tier certifies to the tier above that it will not and has not used federal-appropriated funds to pay any person or organization for influencing or attempting to influence an officer or employee of any agency, a member of Congress, officer or employee of Congress, or an employee of a member of Congress in connection with obtaining any federal contract, grant, or any other award covered by 31 U.S.C. § 1352. Each tier will also disclose any lobbying with non-federal funds that takes place in connection with obtaining any federal award. Such disclosures will be forwarded from tier to tier up to the recipient. 6.10 Procurement of Recovered Materials. The requirements of § 6002 of the Solid Waste Disposal Act, as amended by the Resource Conservation and Recovery Act at 42 U.S.C. § 6962, apply to this Contract and are fully incorporated into the Contract Documents by this reference. For individual purchases of $10,000 or more, Contractor will make maximum use of products containing recovered materials that are EPA- designated items unless the product cannot be acquired (A) competitively within the Contract schedule, (B) in conformance with Contract performance requirements, or (C) at a reasonable price. Information on this requirement, including a list of EPA-designated items, is available at the EPA’s Comprehensive Procurement Guidelines website: https://www.epa.gov/smm/comprehensive-procurement-guideline-cpg-program. 6.11 Prohibition on Covered Telecommunications. Federal loan or grant funds must not be obligated or expended to procure or obtain, extend or renew a contract to procure or obtain, or enter into a contract (or extend or renew a contract) to procure or obtain equipment, services, or systems that use covered telecommunications equipment or services as a substantial or essential component of any system, or as critical technology as part of any system, as further specified in 2 CFR § 200.216, which is fully incorporated into the Contract Documents by this reference. Covered telecommunications equipment or services includes equipment produced by, services provided by, or services using equipment produced by: Huawei Technologies Company or ZTE Corporation (or any subsidiary or affiliate of such entities); Hytera Communications Corporation, Hangzhou Hikvision Digital Technology Company, or Dahua Technology Company (or any subsidiary or affiliate of such entities); or an entity that the Secretary of Defense, in consultation with the Director of the National Intelligence or the Director of the Federal Bureau of Investigation, reasonably believes to be an entity owned or controlled by, or otherwise connected to, the government of a covered foreign country. 6.12 Domestic Preferences for Procurements. As appropriate and to the extent consistent with Laws, the City should, to the greatest extent practicable under a federal award, provide a preference for the purchase, acquisition, or use of goods, products, or materials produced in the United States, as further specified in 2 CFR § 200.322, which is fully incorporated into the Contract Documents by this reference, including, but not limited to, iron, aluminum, steel, cement, and other manufactured products, as specified therein. The requirements of 2 CFR § 200.322 must be included in all subcontracts and purchase orders for work or products under the federal award. DEANZA/MCCLELLAN IMPROVEMENTS 2021 Form SPECIAL CONDITIONS PROJECT NO. 2020-12 Page 88 7. Close Out Requirements. Contractor’s close out requirements include the following, if applicable: 7.1 Contractor must replace, with thermoplastic, any existing striping within and adjacent to the Project site that is damaged during the Work. Partially damaged striping must be replaced in its entirety. 7.2 Contractor must replace any survey monuments that are damaged or removed during the Work, with a Record of Survey filed by a licensed land surveyor as required by California law. 7.3 Before removing any traffic control or street signs on the Project site, Contractor must take photographs showing their original locations. Upon completion of each phase of construction, Contractor must temporarily reset the signs at those locations. Contractor must then replace the signs permanently upon completion of the Work and the cost of their removal and replacement must be included in the Bid Proposal. 7.4 Contractor must maintain any rural mail boxes on the Project site and relocate them to their permanent locations as soon as possible in the course of the Work, to the satisfaction of the affected property owners and the postal service. 8. Lines and Grades Verification All Work must be done to the lines, grades, and elevations indicated on the Plans and Specifications, and in accordance with all applicable codes and laws. Contractor is required to verify forms and other work comply with lines, grades and elevations. Prior to pouring or placing any concrete or asphalt Contractor must have a California licensed land surveyor or civil engineer field verify lines, grades and elevations prior to proceeding with the placement of concrete or asphalt. The land surveyor or civil engineer must have at least five years of relevant experience, and must be acceptable to the City. Contractor must provide City verification of the licensing and experience for each proposed land surveyor or civil engineer. Contractor must provide City with inspection results for form and grade work. Contractor must remedy any non-compliant Work at no additional cost to City. 9. Temporary Fiber Optic Cable Repair. In the event existing fiber optic cables are damaged by Contractor's operations, the Contractor shall be responsible, at no additional cost to the City, for making temporary repairs and subsequently replacing the fiber optic cable from cable end splice point to the other end of the cable end splice point as existed prior to said damage. Upon the occurrence of damage to existing fiber optic cables, the Contractor shall immediately contact the Engineer. The damaged cable shall be temporarily repaired and full communications restored within four (4) hours of the damage occurrence. The temporary repair shall be undertaken in the nearest pull box/junction box, slack permitting. If the Engineer determines that insufficient slack is available, then a new pull box/junction box shall be installed at the location of the cable damage. Should the temporary fiber optic cable repair fail to maintain communications, the Contractor shall remake cable repairs within four (4) hours of notification by the Engineer. All temporary fiber optic cable repairs shall be subject to the Engineer approval. 10. Notification of Residents, Schools and Businesses – The Contractor shall notify, in writing, residents, businesses and schools within a 300 foot radius of project limits at a minimum of two times prior to start of construction. The first notice shall be given to all residents, businesses and schools within the project area five working days prior to any construction operation. The second notice shall be given to residents, businesses and schools two working days prior to any construction operation. Both notices shall DEANZA/MCCLELLAN IMPROVEMENTS 2021 Form SPECIAL CONDITIONS PROJECT NO. 2020-12 Page 89 be in writing and submitted to the Engineer for review and approval. Sample notice is below. Notices shall include the project name, describe the nature and duration of the Contractor’s operations, and provide a toll-free telephone number or (408) area code number at which a Contractor’s representative may be contacted 24 hour per day for problems or emergencies encountered by residents and/or businesses. Answering machines and voice mail shall not be permitted. Then notice will also contain the City’s Construction Management contact information. A separate notice shall be given at least two working days prior to any anticipated service/utility disruption or temporary closure of access to any driveway. The notice shall indicate the duration of the disruption. The Contractor shall submit a written request to the Engineer regarding the temporary closure of access to any driveway. No driveway access shall be closed by the Contractor at any time without prior written authorization from the Engineer. If construction operations are delayed for any reason beyond the duration stipulated in the notices, the Contractor shall re-issue written notices that explain the delay and provide a revised schedule. All written notices to residents, schools, businesses, agencies, etc. shall be submitted to the City for review and approval. Provide the City with a schedule of the notification deliveries so that the City can confirm that the notification was completed. Payment for compliance with this section shall be deemed included in the various other items of work, and no additional compensation will be allowed therefore. DEANZA/MCCLELLAN IMPROVEMENTS 2021 Form SPECIAL CONDITIONS PROJECT NO. 2020-12 Page 90 SAMPLE NOTICE: NOTICE TO RESIDENTS / BUSINESS OWNERS Date: [MONTH] [DAY], [YEAR] Subject: [NAME OF PROJECT] – [One Week OR Two Day] Notice This notice is to inform you that the City of Cupertino, Department of Public Works, has contracted with [CONTRACTOR NAME] to [SCOPE OF WORK] along [STREET NAME] from [ADJACENT CROSS STREET] to [ADJACENT CROSS STREET]. This [SCOPE OF WORK] will mainly occur on [WEEKDAYS, SEE “SCHEDULE OFWORKING DAYS/HOURS”] from [START TIME] to [END TIME] and is scheduled to start in your area APPROXIMATELY seven days from the date of this notice and will continue from [START DATE] until [END DATE]. Please be aware that there may be construction activities that cause traffic delays. [CONTRACTOR NAME] will make every effort to maintain normal traffic access and minimize disruption in your neighborhood. No Parking / Tow-Away signs will be posted in affected areas two working days in advance of enforcement. Access to driveways will be maintained at ALL times during the construction. Prior to activities in your immediate area, you will be sent a notification TWO WORKING DAYS before work begins. [CONTRACTOR NAME] and the City of Cupertino, Department of Public Works, apologize for any inconvenience due to these activities. If you have any questions or need assistance as these activities progress, please call the number(s) listed below: [CONTRACTOR NAME] [NAME OF PROJECT MANAGER, CONTRACTOR) Project Manager (XXX) XXX-XXXX (24-hour number) City of Cupertino (NAME OF CONSTRUCTION MANAGEMENT FIRM IF ONE) (PERSON’S NAME FROM CONSTRUCTION MANAGEMENT FIRM) (XXX) XXX-XXXX (24-hour number) City Office: (408)777-3354 Department of Public Works Thank you for your patience and cooperation, [NAME OF PROJECT MANAGER, CONTRACTOR], Project Manager [NAME OF CONSTRUCTION FIRM] END OF SPECIAL CONDITIONS DE ANZA BLVD AND MCCLELLAN RD/PACIFICA DR INTERSECTION MODIFICATION Project 2020-12 TECHNICAL SPECIFICATIONS Page 91 Technical Specifications DE ANZA BLVD AND MCCLLELAN RD/PACIFICA DR INTERSECTION MODIFICATION Project No. 2020-12 City of Cupertino November 2022 Technical Specifications—Bid TABLE OF CONTENTS TABLE OF CONTENTS SPECIFICATIONS SECTION 01300 MOBILIZATION SECTION 01360 CONSTRUCTION SURVEYING SECTION 01550 TRAFFIC REGULATIONS SECTION 02100 CLEARING, GRUBBING, STRIPPING AND DEMOLITION SECTION 02133 STORMWATER POLLUTION PREVENTION SECTION 02220 GRADING AND EARTHWORK SECTION 02500 ASPHALT PAVING AND SURFACING SECTION 02550 CONCRETE IMPROVEMENTS SECTION 02840 ROADWAY MARKING ACCESSORIES SECTION 02891 ROADSIDE SIGNS SECTION 16500 SIGNALS, LIGHTING AND ELECTRICAL SYSTEMS SECTION 17000 SUBMITTALS MOBILIZATION 01300-1 DE ANZA BLVD AND MCCLLELAN RD/PACIFICA DR INTERSECTION MODIFICATION Project No. 2020-12 City of Cupertino November 2022 Technical Specifications—Bid SECTION 01300 MOBILIZATION PART 1 GENERAL 1.1 WORK INCLUDED A. Mobilization and demobilization B. Preparatory work and activities necessary for the movement of personnel, equipment, supplies, and incidentals to the job site C. Establishment of all offices, building, trailers, and other facilities necessary for work on the project D. Submittals, bonding and insurance requirements E. Public notifications F. Contacting and notifying utility companies G. Fabricating and installing project identification signs H. Private property owner agreement for storage facilities I. All other work and activities which must be performed or costs incurred prior to beginning work on the various contract items on the project site J. Field review of coordination with Gas Station site work. 1.2 REFERENCES A. Cal/OSHA – California Division of Occupation Safety and Health B. Underground Services Alert (USA) PART 2 – PRODUCTS NONE PART 3 – EXECUTION 3.1 MOBILIZATION A. Mobilization shall consist of preparatory work and activities listed in Part 1.1 above. B. The Contractor shall ensure that adequate existing sanitation facilities are available or the Contractor shall provide and maintain adequate sanitation facilities. All wastes and refuse from sanitary facilities provided by the Contractor’s operations shall be disposed MOBILIZATION 01300-2 DE ANZA BLVD AND MCCLLELAN RD/PACIFICA DR INTERSECTION MODIFICATION Project No. 2020-12 City of Cupertino November 2022 Technical Specifications—Bid of away from the site in accordance with all laws and regulations pertaining thereto. C.Mobilization shall also include demobilization upon completion of work and cleanup of the site. D.The contractor shall provide all labor, materials, equipment and incidentals to prepare the site for the timely start and efficient completion of all work. This includes obtaining all necessary licenses and permits, providing required submittals including but not limited to a detailed project schedule. E.Mobilization shall also include notifications to all existing utility companies as shown on the Drawings as first order of work. PART 4 – MEASUREMENT AND PAYMENT The total Bid price shall cover all work necessary for the proper and successful completion of the Contract. All work not specifically set forth as a pay item in the Bidder’s Bid, but necessary to meet the requirements of this Contract, shall be considered a subsidiary obligation of the Contractor, and all costs in connection therewith shall be included in the prices Bid. All estimated quantities stipulated in the Bid schedule are to be used only as a basis for estimating the probable cost of the work and/or for the purpose of comparing the Bids submitted for the work. The actual amounts of work completed under unit price items may differ from estimated quantities. The basis of payment for unit price work will be the actual amount of work completed. Contractor agrees to make no claim for damages anticipated profits or otherwise on account of any difference in the amounts of work actually performed, and estimated amounts therefore. The contract Lump Sum price paid for MOBILIZATION shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals and for doing all the work involved in mobilizing labor, materials and equipment for a timely start and efficient completion of all work, including obtaining any necessary licenses and permits, providing required submittals, meeting with adjacent property residents and businesses, and contacting USA North (1-800 227-2600), complete, in place, as shown on the plans, as specified in the Standard Specifications, the Special Conditions and these Technical Specifications, and as directed by the City Engineer. MOBILIZATION shall be considered as a non-adjustable contract bid item. END OF SECTION 01300 De Anza Blvd and McClellan Rd/Pacifica Dr Intersection Modification Project No. 2020-12 City of Cupertino November 2022 Technical Specifications—Bid TRAFaF.IC REGULATIONS 01550-1 SECTION 01550 TRAFFIC REGULATIONS PART 1 - GENERAL 1.1 OBJECTIVES A.The Contractor shall provide for safe movement of vehicular, bicycle and pedestrian traffic, including persons with disabilities in accordance with the Americans with Disabilities Act of 1990 (ADA), through and around construction operations. Traffic control requirements set forth herein are the minimum requirements imposed. The Contractor shall be solely responsible for providing all protective measures necessary. B.Proper traffic movement through the work area depends upon the driver controlling and directing his/her vehicle properly under unexpected situations and pedestrian attention to signs. The means of clarifying such conditions to the public include signs, flaggers, pavement markings, barricades, lights, cones and delineators. C.No one standard sequence of signs or control devices will suit all conditions, which may result from construction operations. Even for the same work the conditions may vary from hour to hour, requiring adjustment and revision of the traffic control program in effect. D.The traffic control requirements specified herein are intended to establish general principles to be observed in the control and regulation of traffic through and around construction operations anticipated for this project. All pedestrian, bicycle and vehicular detours are subject to review by the police chief, sheriff or enforcement officer of the agencies having jurisdiction, and the Contractor shall revise the detours as ordered at no additional cost. E.Clean up site each day after completing work and remove all traffic hazards. Daily traffic control measures shall continue until cleanup activities have been satisfactorily completed and all of the Contractor's equipment has been removed from the traveled way area. F.Traffic lanes (including turn lanes) will not be disrupted before 9:00 am or after 3:00 pm, Monday through Friday. See below for more details regarding traffic control requirements. G.Construction traffic control must be performed by a contractor having a valid California C-31, 'Construction Zone Traffic Control Contractor' license. 1.2 DESCRIPTION OF WORK A.Work Included: a.At all times, the Contractor shall provide safe and adequate passage for vehicular, bicycle and pedestrian traffic through, around and adjacent to all construction operations by use of detours, bridging, backfilling, paving, traffic barriers or other favorably reviewed means. b.The Contractor shall establish and maintain detours and conduct construction operations in such a manner as to minimize hazard, inconvenience and disruption to the public. De Anza Blvd and McClellan Rd/Pacifica Dr Intersection Modification Project No. 2020-12 City of Cupertino November 2022 Technical Specifications—Bid TRAFFIC REGULATIONS 01550-2 c. Surplus excavation material remaining upon completion of the work shall be either removed from job site or conditioned to optimum moisture content and compacted as fill at the site. d. The Contractor shall provide for protection of pedestrians and bicyclists and separation of pedestrians and bicyclists from construction operations at all times. e. The Contractor shall direct, divert and detour traffic through, around and adjacent to construction operations in accordance with the traffic control plans as specified herein or in accordance with favorably reviewed Traffic Control Plans. The Contractor may revise the Traffic Control Plan as necessary only with the favorable review of the Engineer. 1.3 REFERENCES A. Standard Plans and Specifications, California Department of Transportation, latest edition. B. California Manual on Uniform Traffic Controls (CAMUTCD), California Department of Transportation, latest edition. C. Work Area Traffic Control Handbook, Building News Incorporated, P.O. Box 3031, Terminal Annex, Los Angeles, California 90051. 1.4 SUBMITTALS A. Traffic Control Plans: 1. Submit Traffic Control, Bicycle and Pedestrian Access Plans to clearly describe proposed traffic control measures. The plans shall be in accordance with the Standard Plans and Specifications and the CAMUTCD. When required by the City Engineer Traffic Control Plans shall be prepared by a licensed Civil or Traffic Engineer. 2. The Traffic Control, Bicycle and Pedestrian Access Plan shall provide a detailed approach for detours and to control traffic through the construction zone, shall conform to Caltrans and City standards, and will be approved by the City Engineer before construction begins. 3. The submittals shall consist of scaled drawings for each situation anticipated to be encountered, i.e., intersections, mid-block (each during working and non-working hours), etc. and necessary details. 4. The scaled drawings shall show signs, traffic control devices and flaggers as required. 5. The pedestrian movements along the corridor and across the intersections will be addressed for each stage of construction. PART 2 - PRODUCTS De Anza Blvd and McClellan Rd/Pacifica Dr Intersection Modification Project No. 2020-12 City of Cupertino November 2022 Technical Specifications—Bid TRAFFIC REGULATIONS 01550-3 2.1 CONSTRUCTION AREA SIGNS A. Construction signs shall conform to the provisions in Section 12-3.11, “Construction Area Signs,” of the Standard Specifications, the Standard Plans, the Special Conditions, these Technical Specifications, and the CAMUTCD. B. Temporary warning signs in construction areas shall have a black legend and border on an orange background. Color for other signs shall follow the standard for all highway signs. C. All signs used during hours of darkness shall be retroreflective. 2.2 OTHER TRAFFIC CONTROL DEVICES A. General: Traffic control devices shall conform to the provisions in Section 12-3, “Temporary Traffic Control Devices,” of the Standard Specifications, the Standard Plans, the Special Conditions, these Technical Specifications, and the CAMUTCD. B. Cones or Delineators: 1. Cones or delineators shall consist of cylindrical or cone shaped plastic devices, which shall be 18 inches to 48 inches in height. 2. Cones or delineators shall have a flexible base of suitable weight, which will ensure stability. 3. Cones or delineators used during hours of darkness shall be affixed with retroreflective sleeves or be internally illuminated meeting the requirements of the CAMUTCD. C. Barricades: 1. Barricades shall be Type I, Type II or Type III barricades as set forth in the Standard Plans and Specifications, and the CAMUTCD. 2. Barricades used during hours of darkness shall be equipped with flashers. 2.3 TEMPORARY PAINTED STRIPING AND PAVEMENT MARKERS A. Temporary painted traffic stripes and painted pavement markings used for temporary delineation shall conform to the requirements of Sections 12 and 84-2 of the Standard Specifications. B. Short term, temporary pavement markers shall be day/night retroreflective raised pavement markers conforming to the requirements of Section 12 of the Standard Specifications and Part 6 of the California MUTCD. PART 3 - EXECUTION 3.2 DIVERTING PEDESTRIAN & BICYCLE TRAFFIC A. Whenever construction operations obstruct the flow of pedestrian and bicyclist traffic or present a hazard to pedestrians and bicyclists, the Contractor shall take appropriate action to protect and separate pedestrians and bicyclists from the work area and to direct pedestrians and bicyclists to alternate routes. De Anza Blvd and McClellan Rd/Pacifica Dr Intersection Modification Project No. 2020-12 City of Cupertino November 2022 Technical Specifications—Bid TRAFFIC REGULATIONS 01550-4 B. Such action may include placement of barricades between pedestrians and bicyclists and work areas, placement of warning signs, and provision of personnel as required to protect pedestrians and bicyclists as conditions warrant. 3.3 DIVERTING VEHICULAR TRAFFIC A. Whenever construction operations obstruct the flow of vehicular traffic or present a hazard to vehicles operating in the vicinity of construction operations, the Contractor shall take appropriate action to warn, detour and otherwise protect approaching drivers and vehicles. 3.4 TRAFFIC CONTROL DEVICES A. General: 1. Provide traffic control devices in sufficient quantities and types as required to provide safe and adequate traffic control. 2. During hours of darkness approved lights shall be included, in proper working order, to illuminate signs and hazards and alert approaching traffic. 3. Provide and maintain barricades along all open trenches in contact with traffic. 4. No work may begin on any day or at any time before traffic control devices have been placed, test driven and, if required, adjusted and revised. B. Placement: 1. Place all traffic control devices in accordance with the Standard Plans and Specifications, the CAMUTCD and approved Traffic Control Plan. 2. Adjust locations of devices to suit the conditions and circumstances of each detour situation. In all cases, place signs to most effectively convey their messages to approaching traffic. 3. The Contractor shall adjust and revise all traffic control devices if determined to be required by the City Engineer or Police Department. 4. The Contractor shall provide additional traffic control devices if required to maintain the safe flow of traffic through construction operation. C. Maintenance of Devices: 1. The Contractor shall maintain all traffic control devices, at proper locations and in proper working order, at all times during construction operations and whenever a hazard resulting from Contractor's operations exists. 2. The Contractor shall adjust and revise traffic control devices, placement, etc., to suit changing conditions around construction operations. D. Removal of Devices: 1. Traffic control devices shall remain in place at all times required to alert approaching traffic of upcoming hazards. 2. After hazard has been removed, remove all traffic control devices. Remove signs or completely cover their messages. 3.5 FLAGGERS A. General: The Contractor shall employ flaggers: 1. As required for each specific detour. 2. At all locations on a construction site where barricades and warning signs cannot control the moving traffic. De Anza Blvd and McClellan Rd/Pacifica Dr Intersection Modification Project No. 2020-12 City of Cupertino November 2022 Technical Specifications—Bid TRAFFIC REGULATIONS 01550-5 B. Placement: Where flaggers are required, they shall be logically placed in relation to the equipment or operation so as to give adequate warning and shall be placed in accordance with the Standard Plans and Specifications, the CAMUTCD, and the approved Traffic Control Plan. C. Warning Signs: 1. Place warning signs ahead of the flagger in accordance with the Standard Plans and Specifications, the CAMUTCD, and the approved Traffic Control Plan. The distance between signs and the flagger shall be based on the posted traffic approach speed. 2. During hours of darkness, illuminate flagger stations such that the flagger will be clearly visible to approaching traffic. Lights for illuminating the flagger station shall comply with the Standard Plans and Specifications, the CAMUTCD, and the approved Traffic Control Plan. D. Equipment: 1. Provide flaggers with high-visibility safety apparel in accordance with the Standard Plans and Specifications, and the CAMUTCD at all times. Provide flaggers with hand signs in accordance with the Standard Plans and Specifications, and the CAMUTCD. 2. Provide flaggers with two-way radios for communication when necessary. Red flags shall only be used for traffic control in emergency situations. 3.6 NOTICE TO AGENCIES A. The Contractor shall notify in writing all agencies having jurisdiction at least forty- eight (48) hours, excluding holidays and weekends, prior to instituting any lane closure or detour. At the end of each day's work, the Contractor shall inform the ambulance services, police and fire departments of the status of all detours and/or lane or road closures that will be in effect after the next day. B. List of Agencies: 1. City of Cupertino: a. Fire Department. b. Police Department. 2. U.S. Postal Service. 3. School District Transportation Office, as appropriate. 4. Santa Clara Valley Transportation Authority for bus services. 5. Ambulance Companies. 3.7 EMERGENCY VEHICLE ACCESS THROUGH DETOURS A. During construction in or adjacent to roadways in the project site, Contractor shall maintain at least one lane open in each direction of the road to allow emergency vehicle access for police, fire and ambulance to the project vicinity. B. During all detours and/or street closures the Contractor shall provide for movement of emergency vehicles through the work area. C. When temporary traffic control is provided by flaggers, they shall be instructed to give De Anza Blvd and McClellan Rd/Pacifica Dr Intersection Modification Project No. 2020-12 City of Cupertino November 2022 Technical Specifications—Bid TRAFFIC REGULATIONS 01550-6 immediate passage to emergency vehicles with active lights or sirens. D. It is essential that the Contractor's work and equipment do not impede egress from any fire or police station to other areas of their service area. 3.8 ACCESS TO PRIVATE PROPERTY A. General: The Contractor shall schedule operations to minimize disruption of access to private property. B. Notice to Residents: Prior to blocking access to any private driveway or parking lot entrance, the Contractor shall notify the resident or business owner or tenant of pending closure and allow resident to remove vehicles. C. Nights: During non-working hours no driveway, house or parking lot shall be denied access to a public roadway. 3.9 DETOURS DURING NON-WORKING HOURS A. General: The Contractor shall not be permitted to maintain any lane closure or road closure during non-working hours without first obtaining written approval of the Engineer. B. Restoration of Pavement: 1. During non-working hours the Contractor shall restore travel lanes to their original alignment and configuration by means of backfilling and temporary pavement or bridging in accordance with City Standards and approved by the City Engineer. 2. The Contractor shall place signs conforming to the Standard Plans and Specifications, and the CAMUTCD at uneven temporary pavement or bridging. 3.10 PARKING RESTRICTIONS A. General: The Contractor shall post approved "NO PARKING – CONSTRUCTION TOW- AWAY ZONE" signs at all locations necessary to establish work areas and detour traffic. B. Signs: 1. Signs shall read: "NO PARKING - CONSTRUCTION TOW-AWAY ZONE". 2. Signs shall be placed at least 48 hours in advance of restriction. 3.11 BRIDGING OVER TRENCHES AND EXCAVATIONS A. General: Bridging shall be placed across all trenches and excavations in existing streets and at driveways when work is not in progress. Bridging shall be in accordance with the Standard Plans and Specifications and the CAMUTCD and approved by the City Engineer. B. Design of Bridging: 1. Bridging for vehicular traffic shall be of sufficient width to accommodate the required number of travel lanes. 2. Bridging shall be designed to support H-20 vehicular traffic. 3. All bridging shall be set flush with travel surface or a satisfactory transition from travel surface to top of bridging shall be provided. a. A satisfactory transition shall mean a change in elevation between the levels De Anza Blvd and McClellan Rd/Pacifica Dr Intersection Modification Project No. 2020-12 City of Cupertino November 2022 Technical Specifications—Bid TRAFFIC REGULATIONS 01550-7 of not less than twelve (12) inches horizontal to one (1) inch vertical. b. Transition may be accomplished by means of temporary pavement. 3.12 TEMPORARY TRAFFIC LANES A. Temporary traffic lanes shall be at least 10 feet wide. Provide an additional 2 feet of clearance from curbs. The length of temporary lanes should be limited to the area under construction and the distance necessary to divert traffic in accordance with the Standard Plans and Specifications, the CAMUTCD, and the approved Traffic Control Plan. B. Temporary painted striping and pavement markers shall conform to 2.3 “Temporary Painted Striping and Pavement Markers” of this section and Section 02840 – Roadway Markings of these Specifications. 3.13 STAGING AREAS A. The Contractor shall provide his own staging areas. PART 4 – MEASUREMENT AND PAYMENT The contract Lump Sum price paid for TRAFFIC CONTROL AND PUBLIC CONVENIENCE shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals and for doing all the work involved in providing Traffic Control, including: preparing Traffic Control, Bicycle and Pedestrian Access Plans, all notifications to adjacent properties, placing, removing, storing, maintaining, moving to new locations, replacing and disposing of the components of the traffic control system including but not limited to barricades, traffic cones, delineators, flaggers, lane closure requirements, channelizers, installing temporary asphalt concrete as required for all traffic control and handling, temporary tapers and ramps for road openings prior to each day, furnishing and installing temporary painted striping and temporary pavement markers, relocating and maintaining temporary signs, and removing when no longer required all temporary signing, striping, pavement legends and markers, providing supervision, furnishing Flaggers as necessary to give adequate warning to traffic or to the public of any dangerous conditions to be encountered, maintaining traffic and providing access to emergency vehicles at all times, maintaining existing facilities, construction area signs, and all other work related to the traffic control system, complete, in place, as shown on the plans, as specified in the Standard Specifications, the Special Conditions and these Technical Specifications, and as directed by the City Engineer. Full Compensation for providing Traffic Control, Bicycle and Pedestrian Access Plans shall be considered as included in the contract Lump Sum price paid for TRAFFIC CONTROL AND PUBLIC CONVENIENCE and no separate compensation will be allowed therefor. Full Compensation for Flagging Costs shall be considered as included in the contract Lump Sum price paid for TRAFFIC CONTROL AND PUBLIC CONVENIENCE and no separate compensation will be allowed therefor. Full Compensation for temporary K-Railing and crash cushions including furnishing, placing, maintaining, repairing, replacing, and removing the temporary railing, including excavation and backfill, any flagging costs, drilling holes and bonding threaded rods or dowels when required, removing threaded rods or dowels and filling the drilled holes with mortar and moving and De Anza Blvd and McClellan Rd/Pacifica Dr Intersection Modification Project No. 2020-12 City of Cupertino November 2022 Technical Specifications—Bid TRAFFIC REGULATIONS 01550-8 replacing removable panels as required to new locations of K-Rail shall be considered as included in the contract Lump Sum price paid for TRAFFIC CONTROL AND PUBLIC CONVENIENCE and no additional compensation will be allowed therefor. Full Compensation for Construction Area Signs including furnishing, installing, maintaining, and removing when no longer required the construction area signs, drilling holes for sign posts, removing existing sidewalk and paving as needed, installing sign and panel, replacing sidewalk at the end of construction, and pedestrian access signs, shall be considered as included in the contract Lump Sum price paid for TRAFFIC CONTROL AND PUBLIC CONVENIENCE and no additional compensation will be allowed therefor. END OF SECTION 01550 De Anza Blvd and McClellan Rd/Pacifica Dr Intersection Modification Project No. 2020-12 City of Cupertino November 2022 Technical Specifications—Bid CLEARING, GRUBBING, STRIPPING AND DEMOLITION 02100- SECTION 02100 CLEARING, GRUBBING, STRIPPING AND DEMOLITION PART 1 - GENERAL 1.1 WORK INCLUDED A. Clearing the entire area within the limits of work of all rubbish, debris and other objectionable material, and disposal of same. B. Stripping the entire area within the limits of work of all swamp grass, shrubs, weeds, and other vegetative growth of any nature, and disposal of same. C. Grubbing the entire area within the limits of work of all vegetative material and disposal of same. D. Preservation, care, and pruning of trees to remain in place. E. Trimming of tree (limbs and tree roots) as may be required to construct the improvements. F. Removal of PCC, Decorative Hardscape, and Asphalt Concrete and Base G. Removal of Landscape including trees H. Removal of Signs and Posts I. Removal of Thermoplastic Striping and Markings and Removal of Painted Striping and Markings J. Dust alleviation and control. K. Modify Existing Irrigation System. L. The work shall include the provision of all labor, materials, equipment and apparatus not specifically mentioned herein or noted on the plans, but which are incidental and necessary to complete the work specified. 1.2 JOB CONDITIONS A. The Contractor will be held responsible for any damage to trees injured during construction, i.e., limb breakage, tearing of bark along trunk or excessive root damage. B. Contractor shall provide adequate dust alleviation and control measures at all times during the course of the work. 1.3 QUALIFICATIONS A. All tree pruning and removal performed shall be executed by a company, having in full-time employment, an Arborist certified by the Western Chapter International Society of Arboriculture. Certification must be verified, and the Arborist must be directly responsible for decisions made, and should visit the work sites daily. B. Pruning shall be performed to the standards of the International Society of Arborists Pruning De Anza Blvd and McClellan Rd/Pacifica Dr Intersection Modification Project No. 2020-12 City of Cupertino November 2022 Technical Specifications—Bid CLEARING, GRUBBING, STRIPPING AND DEMOLITION 02100- Guidelines, and to ANSI A-300. C. Tree pruning shall not occur without first securing a “Heritage Tree” pruning permit for all trees meeting the Tree Preservation Ordinance’s size description. Permit applications shall be submitted to the Public Works Services Department. 1.4 APPLICABLE PUBLICATIONS A. Trees and Building Sites: Official Publication of the International Society of Arboriculture. B. Arboriculture: The care of trees and shrubs by Dr. Richard Harris. C. City of Cupertino’s Tree Protection and Tree Removal Guidelines. PART 2 – PRODUCTS 2.1 MODIFY EXISTING IRRIGATION SYSTEM A. Submittals a Substitutions: Prior to installation, any proposed substitution from the plans or these specifications is to be forwarded, in writing, to the irrigation consultant for approval. b Record Drawings: Provide record drawings as follows: • The contractor shall maintain in good order in the field office one complete set of prints of all sprinkler drawings, which form a part of this contract. In the event any work is not installed as indicated on the drawings, such work shall be indicated and dimensioned accurately on record drawings as changes occur. Dimension from two permanent points of reference, building corner, sidewalk, road intersections, etc., the location of the following items as necessary. • Connection to existing water lines • Connection of existing electrical power • Routing of pressure lines (dimension max. 100 feet long along routing) • Electrical control valves • Routing of control wires • Quick-coupling valves • Underground stub-outs c Other related equipment as required by City Engineer B. Materials a PVC Pressure main line piping and fittings: • Pressure main line piping: 2 ½” and larger: Class 315 PVC pipe. 2” and smaller: 1120- Schedule 40 PVC plastic pipe. Fittings shall be Schedule 40 De Anza Blvd and McClellan Rd/Pacifica Dr Intersection Modification Project No. 2020-12 City of Cupertino November 2022 Technical Specifications—Bid CLEARING, GRUBBING, STRIPPING AND DEMOLITION 02100- PVC solvent weld. • Pipe shall be made from NSF approved, Type 1, Grade 1 PVC compound conforming ASTM D1784. All pipe shall meet requirements set forth in ASTM D2441 with an appropriate standard dimension ratio. • All PVC pipe shall bear the following markings: b Manufacturer’s name c Nominal pipe size d Schedule or class e Pressure rating in PSI f NSF g Date of extrusion h All fittings shall bear the manufacturer’s name or trademark, material designation, size, applicable I.P.D. schedule and NSF seal of approval. i PVC non-pressure lateral line piping and fittings: • Non-pressure buried lateral line piping shall be PVC 1120 Class 200 with Schedule 40 PVC solvent-weld fittings. • Pipe shall be made from NSF approved, Type 1, Grade 1 PVC compound conforming to ASTM D1784. All pipe shall meet requirements set forth in ASTM D2441 with an appropriate standard dimension ratio. • Except as heretofore specified, all requirements for non-pressure lateral line pipe and fittings shall be the same as for solvent-weld pressure main line pipe and fittings as specified. j Sleeving and Conduit: Material shall be polyvinyl chloride (PVC) Schedule 40, type 1120/1220 with solvent weld. k Galvanized steel pipe shall be Schedule 40; ASTM (A120) and steel fittings shall be Schedule 40 hot dipped, double banded malleable steel. l PVC Schedule 80 nipples shall be used with molded threads. Machined threaded nipples will not be allowed. m Connections between supply line and R.C.V.'s shall be as specified or detailed on the drawings. n Riser assemblies shall be as specified or detailed on the drawings. o Controller(s), valves, backflow preventer(s) and sprinkler heads shall be specified and/or detailed on the drawings. p Control wires shall be UL approved copper single strand type UF direct burial 14 gauge red in color. Common wires shall be UL approved copper single strand type UF direct burial 12 gauge white in color. Spare control wires shall be UL approved copper single strand type UF direct burial 14 gauge blue in color. q Miscellaneous installation materials: • Solvent weld joints shall be of make and type approved by manufacturer (s) of pipe and fittings. Solvent cement shall be a proper consistency throughout use. Mixing thinner with solvent will not be allowed. De Anza Blvd and McClellan Rd/Pacifica Dr Intersection Modification Project No. 2020-12 City of Cupertino November 2022 Technical Specifications—Bid CLEARING, GRUBBING, STRIPPING AND DEMOLITION 02100- • Pipe joint compound shall be non-hardening, non-toxic materials designed specifically for use on threaded connections in water carrying pipe. • Wire connections shall be 3M DBY-6 seal packs or approved equal. r Control or Valve Boxes: • Provide 14 x 19 inch plastic rectangular control valve box with bolt down plastic lid for each electrical control valve. Valve boxes shall be by Carson Industries or approved equal. Hot stamp or permanently engrave irrigation controller station number onto valve box lid. • For gate valves and quick coupling valves: Use 10-inch plastic round box. Add extensions for gate valves as required. Valve boxes shall be by Carson Industries or approved equal. Hot stamp or permanently engrave “GV” for gate valve and “QCV” for quick coupler valves onto valve box lid. C. Installation a Trenching: • Dig trench straight and support pipe continuously on bottom of trench. Lay pipe to an even grade. Trenching excavation shall follow layout shown on drawings. • Provide for a minimum of 18 inches cover for all pressure supply lines. • Provide for a minimum cover of 12 inches for all non-pressure lines to spray heads. • Provide for a minimum cover of 18 inches for all control wiring. • Provide a minimum cover of 24 inches over pipe and wiring under asphalt pavement. b Backfilling: • Do not backfill trenches until all required tests are performed. Carefully backfill trenches with specified excavated materials for backfilling, consisting of earth, loam, sandy clay, sand, or other acceptable materials, free from large clods of earth or stones. Backfill shall be mechanically compacted in landscaped areas to a dry density equal to adjacent undisturbed soil in planting areas. Backfill shall conform to adjacent grades without dips, sunken areas, humps or other surface irregularities. • Surround pipe with sand in rocky terrain with a 4" bed and 4" cover. • Backfill in proposed asphalt paved areas shall have sand covering pipe with a 6" minimum depth. c Pipe and Fitting Installation and Connections: • Provide each assembly with its own outlet. • Install all assemblies specified herein in accordance with details shown on drawings. • Thoroughly clean PVC pipe and fittings of dirt, dust and moisture before installation. Installation and solvent welding methods shall be as recommended by the pipe and fitting manufacturer. • On PVC to metal connections, the contractor shall work the metal connections first. Use Teflon tape, or equal, on all threaded PVC to PVC, and De Anza Blvd and McClellan Rd/Pacifica Dr Intersection Modification Project No. 2020-12 City of Cupertino November 2022 Technical Specifications—Bid CLEARING, GRUBBING, STRIPPING AND DEMOLITION 02100- on all treaded PVC to metal joints. • Install piping under existing walks by boring whenever possible. Where any cutting or breaking of sidewalks and/or concrete is necessary, it shall be done and replaced at no increase in contract sum. Obtain permission to cut or break sidewalks and/or concrete from the architect before proceeding. No hydraulic driving will be permitted under concrete paving. d Line clearance: • All lines shall have a minimum clearance of 6 inches from each other and from lines of other trades. Parallel lines shall not be installed directly over one another. e Automatic Controller(s): • Locate controller(s) in general location(s) shown with exact placement to be determined at job site by the irrigation consultant or Owner’s Representative. • Connect control lines to controller(s) in sequential arrangement according to assigned identification number on plans. • Controller(s) shall be properly grounded per Article 250 of the National Electric Code and conform to local regulations. f Remote Control Valves: • Install where shown on drawings. When grouped together, allow at least 12 inches between valves. Install each remote control valve in a separate valve box. Locate boxes in landscape areas whenever possible, and a minimum of 12 inches from paving or curbs. g Control Wiring: • Make connections between existing automatic controls and electrical control valves with direct burial copper wire. Common wires shall be white. Install in accordance with valve manufacturer's specifications and wire charts. • Wiring shall occupy the same trench and shall be installed along the same route as pressure supply or lateral lines wherever possible. When not possible, house wiring in PVC conduit as described in "Sleeving and Conduit" section. • Where more than one wire is placed in a trench the wiring shall be taped together at intervals of 10 feet. • Provide 2-foot expansion coil at each wire connection and at least every 100 feet of wire length on runs more than 100 feet in length. Form expansion coils by wrapping at least five turns of wire around a 1-inch diameter pipe, then withdrawing the pipe. • Splicing on runs shall be placed in junction boxes. Indicate all splices on the As-Built Plan. • All below grade wire connections shall be made by using heat shrink tubing with interwall sealer following manufacturers recommended procedures. • Install separate common wire for each controller. Install extra control wires of a different color through all valve boxes to controller as indicated in irrigation notes on plans. h Sleeving and Conduit: De Anza Blvd and McClellan Rd/Pacifica Dr Intersection Modification Project No. 2020-12 City of Cupertino November 2022 Technical Specifications—Bid CLEARING, GRUBBING, STRIPPING AND DEMOLITION 02100- • Control wiring passing under proposed concrete and paving shall pass through Schedule 40 PVC conduit-size as required. • Sleeving and conduit shall extend six (6”) beyond farthest edge of pavement or curb. • Provide removable non-decaying plug at ends of sleeves and conduits to prevent entrance of earth. i Flushing of System: • After all new pipelines and risers are in place and connected, all necessary diversion work has been completed, and prior to installation of sprinkler heads, open control valves and use a full head of water to flush out the system. • Install sprinkler head only after flushing of system has been accomplished. j Sprinkler Heads: • Install sprinkler heads as shown on Drawings. • Spacing of heads shall not exceed maximum shown on Drawings. In no case shall spacing exceed maximum recommended by manufacturer. PART 3 - EXECUTION 3.1 PERFORMANCE A. Clearing shall consist of the removal of ground cover of every nature including grass, shrubs, weeds, and vegetation that will otherwise impede construction operations, as approved by Engineer. B. At sites where the excavation has taken place near trees to remain, and many living roots remain exposed to the air, the contractor shall cover the exposed roots within 2 hours with sand, soil, moist burlap or other means acceptable to the Engineer. C. Spoils from the work site resulting from clearing, grubbing and stripping operations shall be removed from the entire limits of worksite and properly disposed of in accordance with applicable laws and regulations. 3.2 TREE PRUNING A. Tree pruning shall be performed to balance the crown and eliminate hazards. The main work performed shall be to reduce the sail effect through thinning, reducing end weights, shortening long heavy limbs, removing deadwood, weak limbs and sucker growth. Limbs shall be pruned back to an appropriate lateral branch. B. All final cuts shall be made at the outer edge of the branch collar per City Details. The pruning work shall be performed in a safe and proper manner, adhering to CAL-OSHA and ANSI Standards. C. The Contractor shall be responsible for the preservation of all public and private property. Pruning includes the cutting of limbs, cleanup, removal and disposal of cuttings and debris. De Anza Blvd and McClellan Rd/Pacifica Dr Intersection Modification Project No. 2020-12 City of Cupertino November 2022 Technical Specifications—Bid CLEARING, GRUBBING, STRIPPING AND DEMOLITION 02100- Elm logs must be properly disposed of per State Quarantine. Work shall be performed by a two-man crew with one climber, one ground person, a dumping chipper truck and chipper, and any other necessary saws, lines, tools and safety equipment. The work area shall have appropriate cones and signs for safe pedestrian, bicycle and vehicle traffic. 3.3 ROOT PRUNING A. Tree roots greater than 3” in diameter and less than 12” below ground level shall not be cut without approval of the Engineer. B. Roots shall be cut cleanly, as far from the trunk of the tree as possible, and not underneath the newly constructed sidewalk. Root pruning shall be to a depth of 18". C. Root pruning shall be performed using a Vermeer Root Cutting Machine. Alternate equipment or techniques must be approved by the Engineer. D. Root pruning shall be completed prior to base or subgrade preparation, or to any excavation adjacent to the tree. E. Excavation in an area where roots are present shall not cause the tearing or ripping of tree roots. Roots must first be cleanly severed prior to continuing with the excavation, or tunneled around to prevent damage to the root. F. Tree roots shall not remain exposed to drying out. Root ends shall be covered with soil or burlap and kept moist until the final backfill or grade is established. 3.4 TREE PROTECTION A. Construction materials, debris, washout water and stockpiles shall not be stored within the drip line or protective fencing area under any tree. B. Vehicles shall not be parked under any tree within the drip line or protective fencing area. C. Where vehicles or equipment must operate or travel under drip line or unpaved landscape areas, Contractor shall place a minimum 10-inch layer of woodchips or other cushioning surface material approved by the Engineer before starting work there. This mulch layer shall be replenished as necessary to maintain a ten- inch depth until operations in this area are complete and shall be removed upon completion of work unless directed by Engineer. Where crane outriggers or other heavy equipment must be positioned in drip line or unpaved landscape areas, contractor shall provide additional protection against soil compaction and landscape damage. Means of providing additional protection may include placement of additional mulch, base rock, heavy timbers or steel plates. Contractor shall obtain Engineers approval for protective measures prior to placing or operating heavy equipment in unpaved landscape over the root areas of trees to remain. D. Where called for on the plans, place storm fence or other approved protective barriers around trees to be saved. 3.5 DEMOLITION A. Demolition work shall conform to the provisions in Section 15, "Existing Facilities", of the De Anza Blvd and McClellan Rd/Pacifica Dr Intersection Modification Project No. 2020-12 City of Cupertino November 2022 Technical Specifications—Bid CLEARING, GRUBBING, STRIPPING AND DEMOLITION 02100- Standard Specifications, the Special Conditions and these Technical Specifications. Existing street facilities shown on the plans or marked in the field to be removed shall be removed and salvaged in accordance with the provisions of Section 15, “Existing Facilities”, of the Standard Specifications, the contract drawings, the Special Conditions and these Technical Specifications, and as directed by the Engineer. B. Concrete and Hardscape Removal 1. The work under this Section includes all operations necessary to sawcut, remove, excavate and dispose of existing PCC concrete sidewalk, decorative textured sidewalk, cobblestone paving, curb ramp including detectable warning surfaces, driveway, vehicular concrete, median island, 4” thick concrete over 14” full depth AC in medians, median curb, retaining curb, grouted cobble strips adjacent to sidewalk, grouted cobble islands, and curb & gutter and bases to designed subgrade as shown on the plans. 2. All Portland cement concrete curbs, gutters, decorative textured sidewalk, cobblestone sidewalks, vehicular concrete, curb ramps and driveways shall be saw-cut at the nearest scoreline or deep joint and removed entirely to the saw-cut limits. 3. Where adjacent pavement or concrete is broken or deteriorated sufficiently to prohibit a sound replacement the entire deteriorated section shall be removed to the limits determined by the City Engineer. The sidewalk removal limits shall be field marked for inspection prior to removal. The Contractor shall submit to the City Engineer additional square footage of sidewalk replacement and obtain written approval prior to beginning of construction. 4. Concrete removal operations shall be performed without damage to any portion that is to remain in place. Damage to the existing concrete, which is to remain in place, shall be repaired to a condition equal to that existing prior to the beginning of removal operations. The cost of repairing existing concrete damaged by the Contractor's operations shall be at the Contractor's expense. 5. Minor concrete facilities to be removed must be marked and approved by the City Engineer. Concrete sidewalk, decorative textured concrete sidewalk, driveway approach, vehicular concrete, median island, median curb, retaining curb and curb & gutter to be removed must be marked and approved by the City Engineer. 6. Where no joint exists in the pavement on the line at which concrete is to be removed, a straight neat cut with a power driven saw shall be made along the line to a minimum depth of 2 inches before removing the concrete. 7. Removal of existing concrete surfacing shall conform to Section 15-1.03B “Removing Concrete” and removal of base shall conform to the provisions in Section 19, "Earthwork," of the 2018 edition of the Caltrans Standard Specifications and the following Special Provisions: a. All material shall be excavated as shown on the plans. b. When the planned excavation or subgrade is made, all undesirable material below subgrade then encountered will be removed and disposed of as directed by the City Engineer. Undesirable material includes but is not limited to deleterious substances, large rocks, garbage, rubbish, wood or organic debris. Quantities of removed, De Anza Blvd and McClellan Rd/Pacifica Dr Intersection Modification Project No. 2020-12 City of Cupertino November 2022 Technical Specifications—Bid CLEARING, GRUBBING, STRIPPING AND DEMOLITION 02100- unsuitable material (including the material used as replacement) shall be paid for as extra work in conformance with the provisions in Section 4-1.05 “Changes and Extra Work” of the Standard Specifications. c. The accumulation of water in excavated areas shall be prevented by means of pumping or other approved methods. Ground water or storm water must be discharged in accordance with the water pollution prevention plans. d. Excavation shall be carried to the exact depth indicated on the drawing or as specified. Should the Contractor, through his negligence or other fault, excavate below the designated lines, he shall replace such excavations with approved materials at his own expense. e. Disposal of waste excavation. Excavated material determined unsuitable for use as an embankment or in excess of the amount required for embankment shall be disposed of as provided in these Specifications. 8. Contractor shall field verify locations, elevations, etc. of existing underground utilities and to immediately notify the Engineer of any field conflicts. Contractor shall conduct potholing of shallow utilities that might potentially pose a conflict with the excavation work. C. Removal of Asphalt Concrete Paving and Base (Roadway Excavation) 1. Existing base and bituminous surfacing shown on the plans to be removed shall be removed to a depth as shown on plans below the grade of the existing surfacing. Resulting holes and depressions shall be backfilled with earthy material selected from excavation to the lines and grade established by the Engineer. 2. The material removed shall be disposed of outside the highway right of way in conformance with the provisions in Section 5 1.20, "Coordination with other Entities" of the Standard Specifications. 3. Removal of existing asphalt concrete and base work shall consist of excavation and removal of asphalt concrete and base to design subgrade as shown on the plans. This work shall include saw-cutting as needed and disposal of asphalt concrete and aggregate base, including at the proposed landscape and hardscape median islands, at the proposed sidewalk locations, and in front of the new sidewalks. Removal of asphalt paving and base in adjacent parking lots and driveway entries is part of this item of work, where necessary to install the new work. 4. Excavation and removal of existing asphalt concrete surfacing and base shall conform to the provisions in Section 19, "Earthwork," of the Standard Specifications and the following provisions: a. All material shall be excavated as shown on the plans. b. When the planned excavation or subgrade is made, all undesirable material below subgrade then encountered will be removed and disposed of as directed by the City Engineer. Undesirable material includes but is not limited to deleterious substances, large rocks, garbage, rubbish, wood or organic debris. Quantities of removed, unsuitable material (including the material used as replacement) shall be paid for as De Anza Blvd and McClellan Rd/Pacifica Dr Intersection Modification Project No. 2020-12 City of Cupertino November 2022 Technical Specifications—Bid CLEARING, GRUBBING, STRIPPING AND DEMOLITION 02100- extra work in conformance with the provisions in Section 4-1.05 “Changes and Extra Work” of the Standard Specifications. c. The accumulation of water in excavated areas shall be prevented by means of pumping or other approved methods. Ground water or storm water must be discharged in accordance with the water pollution control plans. d. Excavation shall be carried to the exact depth indicated on the drawing or as specified. Should the Contractor, through his negligence or other fault, excavate below the designated lines, he shall replace such excavations with approved materials at his own expense. e. Disposal of waste excavation. Excavated material determined unsuitable for use as an embankment or in excess of the amount required for embankment shall be disposed of as provided in these Specifications. f. Where excavations occur in paved areas, the pavement shall be blade cut or scored and broken ahead of the excavation operations, and shall be cut or trimmed to a neat edge after backfilling and prior to paving. The pavement will be cut accurately and on neat lines parallel to the excavation. Any pavement damage outside these lines shall be re-cut and restored at the expense of the contractor. 5. Contractor shall field verify locations, elevations, etc. of existing underground utilities and immediately notify the Engineer of any field conflicts. Contractor shall conduct potholing of shallow utilities that might potentially pose a conflict with the excavation work. D. Cold Planing Asphalt Concrete 1. The depth, width, and shape of the cut shall be as shown on the plans by a project-specific detail. 2. Cold planing operations shall provide a final cut resulting in a uniform surface conforming to the typical cross sections, and be performed without damage to the surfacing to remain in place. 3. For overlay, plane as necessary to allow a minimum overlay of two (2) inch to new elevations. 4. Where transverse joints are planed in the pavement at conform lines no drop-off shall remain between the existing pavement and the planed area when the pavement is opened to public traffic. If asphalt concrete has not been placed to the level of existing pavement before the pavement is to be opened to public traffic a temporary asphalt concrete taper shall be constructed. Asphalt concrete for temporary tapers shall be placed to the level of the existing pavement and tapered on a slope of 1:30 (Vertical:Horizontal) or flatter to the level of the planed area. 5. The contractor will be held responsible for any and all damage to trees, plants, and shrubs caused by the grinding operation and shall satisfactorily replace with new material or correct any damage. 6. Ground asphalt concrete shall be removed from the job site and disposed of immediately De Anza Blvd and McClellan Rd/Pacifica Dr Intersection Modification Project No. 2020-12 City of Cupertino November 2022 Technical Specifications—Bid CLEARING, GRUBBING, STRIPPING AND DEMOLITION 02100- following the grinding operation. 7. Ground areas shall be overlaid within one week of grinding. E. Removal of Base Material 1. In areas of concrete and asphalt concrete removal, Contractor will also be responsible for removing aggregate base. As part of this work Contractor will be required to remove subsoil as needed to achieve subgrade for the new design section. F. Removal of Landscape Material and Trees 1. In areas behind the curb where modifications are to occur, there is existing landscape materials to be removed in conflict with the new sidewalks and medians. Landscape materials include vegetation, shrubs, bark mulch, soil material, gravel, rocks, and cobble, and other miscellaneous landscape material. 2. No Trees shall be removed by this project. G. Removal of Signs and Posts 1. Removal of existing roadside signs and markers shall conform to Section 82-9, “Existing Roadside Signs and Markers,” of the Standard Specifications and these Technical Specifications. 2. Removal of existing No Pedestrian Crossing barricades shall include post and sign. 3. Existing posts and bases that are not used or salvaged shall be disposed of by the Contractor. H. Removal of Thermoplastic Striping and Markings and Removal of Painted Striping and Markings 1. Removal of existing thermoplastic and painted striping and markings shall conform to Section 84-9, “Existing Markings,” of the Standard Specifications and these Technical Specifications. 2. The Contractor shall reference all traffic striping to be replaced. 3. Traffic stripes and pavement markers shall be removed before any change is made in the traffic pattern. 4. Remove pavement marking such that the old message cannot be identified. 5. Temporary painted striping and pavement markers shall conform to Section 01550 – Traffic Regulations and Section 02840 – Roadway Markings of these Specifications I. Removal of Bollards and Bollard Bases 1. Contractor shall remove all bollards and bollard bases within the project limits. 2. Contractor shall locate and remove all bollard bases that do not have a bollard attached. 3. Contractor shall return all bollards and bollard bases to the City of Cupertino Municipal Service De Anza Blvd and McClellan Rd/Pacifica Dr Intersection Modification Project No. 2020-12 City of Cupertino November 2022 Technical Specifications—Bid CLEARING, GRUBBING, STRIPPING AND DEMOLITION 02100- Center, located at 10555 Mary Avenue. 3.6 DUST ALLEVIATION AND CONTROL A. Contractor shall be responsible for providing pollution and dust abatement and control measures continuously during the course of the work. B. Contractor shall utilize reclaimed water, or dust palliatives, in compliance with the City's Water Conservation Guidelines. 3.7 CLEANUP A. Upon completion of clearing and stripping operations, the entire work site shall be cleaned of all construction debris, waste, rubbish of any nature. B. Contractor shall repair any damage to the existing irrigation system caused by the work and replace any portion of the existing irrigation system that is removed as a result of work per section 02910. Contractor shall incur these costs at own expense. C. Except where shown or specified otherwise, any lawn area or existing groundcover area disturbed by the work shall be restored to existing grade and replanted with sod or plants as those removed with Engineers approval. D. Construction debris, waste and rubbish remaining on-site upon completion of clearing and stripping operations shall become the property of the Contractor, and shall be removed from the work site and disposed of in a lawful manner. 3.8 MODIFY EXISTING IRRIGATION SYSTEM A. Contractor shall investigate routing of existing irrigation system impacted by project and propose modification in written format for Engineer approval. Proposed modification shall show connection points to existing pipes, new irrigation drops, and boxes (if necessary). B. Irrigation system shall be installed in accordance with all applicable local and state codes and ordinances by a licensed landscape contractor. C. Follow manufacturer's direction except as shown or specified. PART 4 – MEASUREMENT AND PAYMENT The contract Lump Sum price paid for CLEAR AND GRUB shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals and for doing all the work involved in demolition, including all work involved in removing all existing items not specifically paid for with individual bid items, and including profile grinding from 2” thick to 4” thick to meet the conform grades and disposing of planed material; all work involved in clearing and grubbing, including tree protection; and sweeping or vacuuming any residue; and any other miscellaneous demolition items of work that are necessary to complete the project improvements, complete in place as shown on the plans, as specified in the Standard Specifications, the Special Conditions and these Technical Specifications, and as directed by the City Engineer. De Anza Blvd and McClellan Rd/Pacifica Dr Intersection Modification Project No. 2020-12 City of Cupertino November 2022 Technical Specifications—Bid CLEARING, GRUBBING, STRIPPING AND DEMOLITION 02100- Measurement and payment for Roadway Excavation is included in Section 02220, “Grading and Earthwork.” REMOVE CONCRETE (CURB, CURB AND GUTTER, SIDEWALK) shall be considered as a Final Pay Item as defined in Sections 1-1.07B Glossary and 9-1.02C of the Caltrans Standard Specifications, except that “Department” shall be replaced with “City”. The contract price paid per Square Foot for Remove Concrete (Curb, Curb and Gutter, Sidewalk) shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals, and for doing all the work involved in removing concrete, including sawcutting and removal of PCC curb, curb and gutter, and sidewalk, and off-haul and disposal of all material, complete in place, as shown on the plans, as specified in the Standard Specifications, the Special Conditions, and these Technical Specifications, and as directed by the City Engineer. The contract price paid per Square Yard for Remove Cobblestone shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals, and for doing all the work involved in removing cobblestone, including sawcutting and removal cobblestone and associated PCC, and off-haul and disposal of all material, complete in place, as shown on the plans, as specified in the Standard Specifications, the Special Conditions, and these Technical Specifications, and as directed by the City Engineer. The contract UNIT price paid for Remove Tree shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals, and for doing all the work involved in removing of a Tree and its roots, including sawing, digging and removal of a tree and off-haul and disposal of all material, as shown on the plans, as specified in the Standard Specifications, the Special Conditions, and these Technical Specifications, and as directed by the City Engineer. The contract Lump Sum price paid for Modify Existing Irrigation System shall include full compensation for the furnishing of all labor, materials, tools, equipment, and incidentals and for doing all the work involved in providing a complete, properly functioning irrigation system for the entire project, including trenching and backfilling, furnishing, transporting and installing irrigation pipe and appurtenant equipment, boring under the roadway, supplying electrical power, irrigation control valves and backflow preventers, installation of 4” and 6” sleeves, testing of the irrigation system, preparation of an operations and maintenance manual, providing instruction to City personnel in the operation of the irrigation system, and as-built drawings, complete in place, as shown on the plans, as specified in the Standard Specifications and these Special Conditions, and as directed by the Engineer END OF SECTION 02100 De Anza Blvd and McClellan Rd/Pacifica Dr Intersection Modification Project No. 2020-12 City of Cupertino November 2022 Technical Specifications—Bid STORMWATER POLLUTION PREVENTION 02133-1 SECTION 02133 STORMWATER POLLUTION PREVENTION PART 1 - GENERAL 1.1 WORK INCLUDED A. Prohibit illicit discharge (non-rainwater) into the storm drain system. B. Construct any and all necessary systems to eliminate contaminants from entering the storm water system. C. Clean up and control of work site materials, spoils and debris. D. Water Pollution Control Plan. E. Removal of contaminants produced by the project. F. The work shall include the provision of all labor, materials, equipment and apparatus not specifically mentioned herein or noted on the plans, but which are incidental and necessary to complete the work specified. 1.2 APPLICABLE PUBLICATIONS A. National Pollution Discharge Elimination system (NPDES) Permit No. CAS612008 - October 14, 2009, revised November 28, 2011. B. California Storm Water Best Management Practice Handbooks: 1. Municipal 2. Industrial/Commercial 3. Construction Activity C. C.3 Stormwater Technical Guidance Ver 3.0, December 5, 2011. D. California State Water Resources Control Board, Construction General Permit CAS000002 Order No. 2010-0014 DWQ (for sites greater than 1 (one) acre. 1.3 QUALITY ASSURANCE A. All work performed under this contract and all contractors and their associates and/or employees are required to comply with all applicable storm water regulations and to implement Best Management Practices (BMP’s) at all times. B. A plan shall be submitted for the proposed control of contaminants entering the storm water system. The plan must be approved by the Engineer prior to the commencement of work. C. All employees and subcontractors shall be trained on the storm water pollution prevention requirements contained in these specifications. D. A supply of spill clean-up materials such as rags or absorbents shall be kept readily accessible De Anza Blvd and McClellan Rd/Pacifica Dr Intersection Modification Project No. 2020-12 City of Cupertino November 2022 Technical Specifications—Bid STORMWATER POLLUTION PREVENTION 02133-2 on-site. 1.4 ALLOWABLE DISCHARGES A. Under current NPDES regulations, the following discharges to the storm drainage system are permitted, as long as the discharges are not significant pollutants: 1. Diverted stream flows, springs and natural drainage courses; 2. Rising flood waters; 3. Air conditioning condensation; 4. Domestic water line and hydrant flushing; and 5. Landscape irrigation. B. Groundwater from dewatering and foundation drains will need additional certification that the groundwater has been tested or evaluated for the presence of pollutants subject to non- stormwater discharge regulations. In such a case, a Special Sewer Discharge Permit shall be required for the water to be discharged to the Sanitary Sewer System, as directed. PART 2 - PRODUCTS NONE PART 3 – EXECUTION 3.1 RECYCLING A. At the end of each working day, all scrap, debris and waste material shall be collected and materials disposed of properly. B. Dry, empty paint cans/buckets, old brushes, rollers, rags and drop cloths shall be disposed of in approved waste collection. C. Dumpsters shall be inspected for leaks. As leaks are detected, the trash hauling contractor shall be contacted to replace or repair dumpsters that leak. D. Water from cleaning dumpsters shall not be discharged on-site. E. Regular waste collection shall be arranged for before dumpsters overflow. 3.2 HAZARDOUS MATERIAL/WASTE MANAGEMENT/MATERIALS MANAGEMENT A. Designated areas of the project site that are suitable for material delivery, storage and waste collection shall be proposed by the contractor for approval by the Engineer. These designated areas should be as far from catch basins, gutters, drainage courses and creeks as possible. B. All hazardous materials such as pesticides, paints, thinners, solvents and fuels; and all De Anza Blvd and McClellan Rd/Pacifica Dr Intersection Modification Project No. 2020-12 City of Cupertino November 2022 Technical Specifications—Bid STORMWATER POLLUTION PREVENTION 02133-3 hazardous wastes such as waste oil and antifreeze shall be labeled and stored in accordance with State and Federal regulations. C. All hazardous materials and all hazardous wastes shall be stored in accordance with secondary containment regulations, and it is recommended that these materials and wastes be covered as needed, to avoid potential management of collected rain water as a hazardous waste. D. The contractor shall dispose of all excess thinners, solvents, chemicals, oil-based and water- based paint as hazardous waste. E. Regular hazardous waste collection shall be arranged for to comply with time limits on the storage of hazardous wastes. F. Granular materials shall be stored a minimum of ten feet from the closest catch basin and curb return. The contractor shall not allow these granular materials to enter the storm drain or creek. G. Warning signs shall be posted in areas containing or treated with chemicals. H. An accurate up-to-date inventory, including Material Safety Data Sheets (MSDS) of hazardous wastes stored on site shall be kept and available to assist emergency response personnel in the event of a hazardous materials incident. I. Maintenance and fueling of vehicles and equipment shall be performed in a designated, bermed area, or over a drip pan that will not allow run-off of spills. Vehicles and equipment shall be regularly checked and have leaks repaired promptly. Secondary containment, shall be used to catch leaks or spills any time that vehicle or equipment fluids are dispensed, changed or poured. 3.3 CHEMICAL USAGE A. When rain is forecast within 24 hours, or during wet weather, the Engineer may prevent the contractor from applying chemicals in outside areas. B. Pesticides or fertilizers shall not be over-applied and material manufacturer’s instructions shall be followed regarding uses, protective equipment, ventilation, flammability and mixing of chemicals. Over-application of a pesticide constitutes a “label violation” subject to an enforcement action by the City. 3.4 DUST CONTROL A. Reclaimed water shall be used to control dust on a daily basis or as directed by the Engineer B. At the end of each working day, or as directed by the engineer, the roadways and on-site paved areas shall be cleaned and swept of all materials attributed to or involved in the work. Streets shall not be washed down into a storm drain or creek in lieu of street sweeping. Water wash may be picked up by a vacuum unit in lieu of sweeping. 3.5 SAWCUTTING A. The contractor shall cover or barricade catch basins using control measures such as filter fabric, straw bales, sand bags and fine earthen dams to keep slurry out of the storm drain system. The contractor shall ensure that the entire opening is sealed. De Anza Blvd and McClellan Rd/Pacifica Dr Intersection Modification Project No. 2020-12 City of Cupertino November 2022 Technical Specifications—Bid STORMWATER POLLUTION PREVENTION 02133-4 B. Sawcutting debris and spoils be removed by shovel, absorption, vacuum or pick up of waste prior to moving to the next location or at the end of each working day, whichever is sooner. C. If slurry enters a catch basin, the slurry shall be removed from the storm drain immediately. 3.6 DEWATERING OPERATIONS A. Water shall be routed through a control measure as determined and approved by the Engineer such as a sediment trap, sediment basin or Baker tank to remove settleable solids prior to discharge to the storm drain system. Filtration of the water following the control measure may be required on a case-by-case basis. B. The filtered water shall be reused for other purposes such as dust control or irrigation to the extent possible. C. If the project is within an area of known groundwater contamination, the water from dewatering operations shall be tested prior to discharge. If the water meets the Regional Water Quality Control Board standards, it may be discharged into the storm drain. With Cupertino Sanitary District permit, water may be discharged into the sanitary sewer. Otherwise, the water shall be treated and hauled off-site for proper disposal. 3.7 CONCRETE GROUT AND MORTAR WASTE MANAGEMENT A. Concrete, grout and mortar shall be stored away from the drainage areas and ensure that these materials do not enter the storm drain system. B. Concrete trucks shall not be washed out into streets, gutters, storm drains, drainage channels or creeks. C. Concrete trucks and equipment shall be washed out off-site or in a designated area on-site where the water will flow onto dirt or into a temporary pit or bermed area. The water shall percolate into the soil and the hardened concrete placed in a waste container for disposal. If a suitable soil or bermed area is not available on-site, the wash water shall be collected and removed off-site and disposed of properly. Water created by the washing of exposed aggregate concrete finish shall be collected in a suitable dirt area or filtered through straw bales or equivalent material before entering the storm drain system. Sweepings from exposed aggregate finish shall be collected and disposed of in a waste container or removed off-site and disposed of properly. 3.8 PAVING OPERATIONS A. Catch basins and manholes shall be covered when paving or applying seal coat, tack coat, slurry seal or fog seal. B. The Engineer may direct the contractor to protect drainage courses by using control measures such as earth dike, straw bale and sand bag to divert run-off or trap filter sediment. C. Excess sand (placed as part of a sand seal or to absorb excess oil) shall not be swept or washed down into gutters, storm drains or creeks. The sand shall be collected and returned to the stockpile or disposed of in a trash container or hauled to an approved dump site. Water shall not be used to wash down fresh asphalt concrete. De Anza Blvd and McClellan Rd/Pacifica Dr Intersection Modification Project No. 2020-12 City of Cupertino November 2022 Technical Specifications—Bid STORMWATER POLLUTION PREVENTION 02133-5 3.9 PAINTING A.The cleaning of painting equipment and tools shall be performed in a designated area that will not enter the gutters, storm drains or creeks. B.Excess paint shall be removed from brushes, rollers and equipment prior to cleanup. C.Wash water from aqueous cleaning of water-based paint tools and equipment shall be disposed of in a sanitary sewer or onto a designated dirt area. D.Paint thinners and solvents from oil-based paints shall be filtered and re-used when possible. Waste sludge, thinner and solvent from cleaning tools and equipment shall be disposed of as a hazardous waste. 3.10 SITE CLEANUP A.The cleaning of equipment and materials shall not be performed on-site or in the street using soaps, solvents, degreasers, steam cleaning or equivalent methods. B.All cleanup must be performed in a designated area that will not allow the cleaning rinse to flow off-site or into streets, gutters, storm drains, or creeks. PART 4 – MEASUREMENT AND PAYMENT The contract Lump Sum price paid for PREPARE WATER POLLUTION CONTROL PROGRAM shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals and for doing all the work involved in water pollution control, including preparing and submitting a water pollution control plan for City approval and implementing best management practices as required per construction general permit to prevent silt or contamination of the City stormwater collection system, implementing rain event action plans prior to each rain event, furnishing, installing, maintaining, relocating and removing when no longer required erosion and sedimentation control measures such as temporary fiber rolls, storm drain inlet protection, temporary silt fences, temporary cover for exposed soil, temporary concrete washout, stockpile cover, and street sweeping daily, and all other work complete in place as shown on the plans, as specified in the Standard Specifications, the Special Conditions and these Technical Specifications, and as directed by the Engineer. END OF SECTION 02133 De Anza Blvd and McClellan Rd/Pacifica Dr Intersection Modification Project No. 2020-12 City of Cupertino November 2022 Technical Specifications—Bid 02220-1 GRADING AND EARTHWORK SECTION 02220 GRADING AND EARTHWORK PART 1 - GENERAL 1.1 WORK INCLUDED A. Grading, earthwork and roadway excavation and/or fill. B. Subgrade preparation. C. Dust alleviation and control. D. Cleanup and disposal of excess material. E. Supplying all labor, materials, equipment and apparatus not specifically mentioned herein or noted on the plans, but which are incidental and necessary to complete the work specified. 1.2 APPLICABLE PUBLICATIONS A. The publications listed below form a part of this specification to the extent referenced. The publications are referred to in the text by the general designation only. B. American Society for Testing and Materials (ASTM) Publications: D 424 Test Method for Plastic Limit and Plasticity index of Soils. D 1556 Test method for Density of Soil in place by Sand Cone Method. D 1557 Moisture-Density Relations of Soils and Soil Aggregate Mixtures Using 10lb (4.54 KG) Rammer and 18-in. (457mm) Drop. D 2922 Density of Soil and Soil Aggregate in Place by Nuclear Methods D 2419 Sand Equivalent Value of Soils and Fine Aggregate. 1.3 QUALITY ASSURANCE A. Finish surface of the graded and prepared subgrade shall not vary more than 0.10 feet from that called for on the plans or detail drawings when completed, and immediately prior to placement of the roadway structural section. B. Percentage of compaction specified shall be the minimum acceptable. The percentage represents the ratio of the dry density of the compacted material to the maximum dry density of the material as determined by the procedure set forth in ASTM Designation D1557. C. Submit test results on imported material to indicate conformance with these requirements. 1.4 JOB CONDITIONS A. Accurately grade and prepare the roadway subgrade section to the lines and grades called for on the plans and detail drawings with due provision for future surface improvements. B. Fill required shall consist of suitable excavated material if available, and/or such approved De Anza Blvd and McClellan Rd/Pacifica Dr Intersection Modification Project No. 2020-12 City of Cupertino November 2022 Technical Specifications—Bid 02220-2 GRADING AND EARTHWORK imported borrow material as may be required for the work conforming to these requirements. C.Provide dust alleviation and control measures satisfactory to the Engineer continuously during the course of the work. D.Surplus excavation material remaining upon completion of the grading and roadway subgrade preparation shall be segregated as to type and must be transported and disposed off-site in a lawful manner. PART 2 - PRODUCTS 2.1 SOIL AND AGGREGATE MATERIALS A.Site Fill and Backfill Materials - General: 1. Provide various types of materials as specified herein and indicated on the Plans. 2.In lieu of obtaining materials from on-site sources, approved import materials may be substituted or required. 3.All fill and backfill materials shall be free of deleterious substances, large rocks, garbage, rubbish, wood or organic debris. 4.All materials, regardless of source, are subject to approval prior to procurement or placement. B.Unclassified Locally Obtained or Imported Fill Beneath or Adjacent to Roadways and for Structural Backfill: 1.Unless otherwise shown on the Plans, use suitable materials obtained from Contract excavation. Supplement with import materials, if required and authorized. Suitable materials shall be non-organic, native soil or soil-rock. Expansive silt and clay with L.L. greater than 50 is unsuitable fill material and shall not be used. 2.No import materials for structural fill or embankment fill will be authorized until suitable materials from Contract excavation have been exhausted. 2.2 IMPORTED MATERIAL FOR FILL A.Material for fill shall consist of inert, granular soil and rock fragments supplied from previously tested and approved sources, and shall conform to the following specifications and requirements: 1.All material shall be free of organic materials, trash and debris, expansive clays or any other deleterious materials, and shall be subject to the approval and acceptance of the Engineer. 2.The contractor shall designate his proposed import sources in advance and shall provide the source samples of material proposed to be furnished for evaluation. 3.Minimum "R" value shall be 25. "R" values for acceptable import material shall be determined by the procedure set forth in Test Method No. 301 of the State of California, Department of Transportation, and the material shall conform to the following gradation requirements: De Anza Blvd and McClellan Rd/Pacifica Dr Intersection Modification Project No. 2020-12 City of Cupertino November 2022 Technical Specifications—Bid 02220-3 GRADING AND EARTHWORK a. Maximum particle size 4 inches b. Percent passing 1-1/2" screen 50-100 c. Percent passing No. 4 screen 20-100 d. Percent passing No. 200 screen 10-30 4. Plasticity Index for acceptable import material shall be less than fifteen (15) when determined by the procedure set forth in ASTM Designation D424. 5. Sand Equivalent for acceptable import material shall be not less than twenty-five (25) when determined by the procedure set forth in ASTM Designation D2419. PART 3 - EXECUTION 3.1 PREPARATION A. Prior to placing fill, all areas shall be stripped of all vegetation and other objectionable materials to the satisfaction of the Engineer per Section 02100. Such areas shall then be scarified to a minimum depth of eight (8) inches, the scarified material conditioned to a moisture content that will permit compaction to the specified density and compacted to a density of not less than ninety (90) percent of maximum dry density as determined by the procedure set forth in ASTM Designation D1557. B. Do not proceed with filling until the grade has been satisfactorily inspected. 3.2 PLACING AND COMPACTING FILL MATERIAL A. Control soil compaction during construction to provide the minimum percentage of density specified for each area as determined according to ASTM D-1556 or ASTM D-2922. All operations will be subject to the approval of the Engineer. B. Compact all fill material within one foot of finished grade by methods specified below, under "C," or by other methods, if approved by the City, so as to produce the specified minimum degree of compaction, as determined by ASTM D-1557. For a minimum depth of 8 inches below existing subgrade or fill placed under roadways or parking areas shall be compacted to 95 percent compaction. In landscaped areas, place and compact fill to 1" below the surface of adjacent curbs, walks and drives. Fill in landscape areas shall be compacted to 85 percent. Unless otherwise specified or indicated, all other fill shall be compacted to 90 percent. C. Spread fill material in uniform lifts not exceeding 8" in uncompacted thickness. Before compaction begins, bring fill to a uniform water content within 1 to 3 percent of optimum by either:(1) aerating the material if it is too wet, or (2) spraying the material with water if it is too dry. Each lift shall be thoroughly mixed to ensure a uniform distribution of water content. If suitable compaction can be demonstrated, thickness of fill placement may be increased, subject to written approval of the Engineer. D. Remove and replace or scarify and air-dry soil material that is too wet to permit compacting to specified density. Soil material that has been removed because it is too wet to permit De Anza Blvd and McClellan Rd/Pacifica Dr Intersection Modification Project No. 2020-12 City of Cupertino November 2022 Technical Specifications—Bid 02220-4 GRADING AND EARTHWORK compacting may be temporarily stockpiled or spread and allowed to dry. Assist drying by discing, harrowing, or pulverizing, until moisture content is reduced to a satisfactory value as determined by moisture-density relation tests. E. Any fill that does not meet the specification requirements shall be removed and/or recompacted until the requirements are satisfied. 3.3 GENERAL GRADING & EARTHWORK A. Earthwork shall consist of excavating to the lines and grades called for on the plans and detail drawings. B. Materials shall be removed or placed to the lines and grades indicated for subgrade for roadway, curbs, gutters, driveways, walks or paths, and any other improvements called for on the plans and detail drawings. Materials shall be placed and compacted as specified above for fill material. 3.4 SUBGRADE PREPARATION UNDER PAVED AREAS A. After excavating to the subgrade elevation shown on the plans, and prior to installation of aggregate base, the entire work area shall be scarified to a minimum depth of eight (8) inches, wetted or dried to an appropriate moisture content, and compacted to the lines and grades called for on the plans and detail drawings at a density of not less than ninety-five (95) percent of maximum dry density as determined by the procedure set forth in ASTM Designation D1557. B. The Contractor shall at all times maintain the subgrade surface in such condition as to readily drain effectively. Vehicular and equipment traffic shall be distributed across the prepared surface in such a manner as to prevent continual operation in one path. The Contractor shall repair any damage to the prepared subgrade. C. Storage or stockpiling of heavy loads on the roadway subgrade will not be permitted. Use only approved storage areas. D. The Contractor shall be responsible for any failure of the underlying native soils during the course of the work and shall repair any damage. E. Finished subgrade shall be subject to the approval of the Engineer and no select material or improvement shall be placed thereon until approval for same has been obtained. 3.5 FIELD QUALITY CONTROL A. The Engineer will inspect, test and approve subgrades and fill layers before further construction is permitted thereon; and will conduct a sufficient number of tests chosen at Engineer's discretion to enable said Engineer to approve fill as it is placed. Areas to receive structural fills and all structural excavations shall be approved before covering or filling. B. If in the Engineer's opinion, based on the results of testing for subgrade or fills which have been placed and compacted below the specified density, the Contractor shall provide additional compaction, with subsequent retesting by the Engineer until the affected subgrade or fill is approved. De Anza Blvd and McClellan Rd/Pacifica Dr Intersection Modification Project No. 2020-12 City of Cupertino November 2022 Technical Specifications—Bid 02220-5 GRADING AND EARTHWORK 3.6 DUST ALLEVIATION AND CONTROL A. The Contractor shall be responsible for and shall provide pollution and dust abatement and control measures continuously during the course of the work. B. The Contractor shall utilize reclaimed water, or dust palliatives, in compliance with the City's Water Conservation Guidelines. 3.7 DISPOSAL OF EXCESS MATERIAL A. Surplus materials and construction debris remaining upon completion of the work shall become the property of the Contractor unless otherwise specified herein or noted on the plans and shall be removed from the work site by the Contractor and disposed of off-site in a lawful manner. PART 4 – MEASUREMENT AND PAYMENT ROADWAY EXCAVATION shall be considered as a Final Pay Item as defined in Sections 1-1.07B Glossary and 9-1.02C of the Caltrans Standard Specifications, except that “Department” shall be replaced with “City”. The contract price paid per Cubic Yard for Roadway Excavation (Final Pay) shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals and for doing all the work involved in roadway excavation, including sawcutting and removal of AC paving, base material, and native materials, grading, compaction, scarifying soil, and fine grading complete in place as shown on the plans, as specified in the Standard Specifications, the Special Conditions and these Technical Specifications, and as directed by the City Engineer. END OF SECTION 02220 De Anza Blvd and McClellan Rd/Pacifica Dr Intersection Modification Project No. 2020-12 City of Cupertino November 2022 Technical Specifications—Bid 02500-1 ASPHALT PAVING AND SURFACING SECTION 02500 ASPHALT PAVING AND SURFACING PART 1 - GENERAL 1.1 WORK INCLUDED A. Spreading and compacting aggregate sub-base material. B. Spreading and compacting aggregate base material. C. Spreading and compacting asphalt concrete pavement and surfacing. D. Coordination with private utility companies to relocate utilities and adjust utility covers to grade. Work shall be done by Utility Owner indicated on plans. Replacing asphalt concrete surfacing (Spot Reconstruction). E. Applying prime coat and tack coat. F. Dust alleviation and control. G. Cleanup and disposal of debris. H. Supplying all labor, materials, equipment and apparatus not specifically mentioned herein or noted on the plans, but which are incidental and necessary to complete the work specified. 1.2 APPLICABLE PUBLICATION A. The publications listed below form a part of this specification to the extent referenced. The publication is referred to in the text by the general designation only. B. American Society for Testing and Materials (ASTM) Publication: • D - 1557 Moisture-Density Relations of Soils and Soil Aggregate Mixtures Using 10-lb. (4.54 KG) Rammer and 18-in. (457mm) Drop. C. California Department of Transportation Testing Manual: Test 304 Method of Preparation of Bituminous Mixtures for Testing Test 375 Determining the In-Place Density and Relative Compaction of AC Pavement 1.3 QUALITY ASSURANCE A. Codes and Standards 1. Spreading and compacting of aggregate subbase material shall conform to the De Anza Blvd and McClellan Rd/Pacifica Dr Intersection Modification Project No. 2020-12 City of Cupertino November 2022 Technical Specifications—Bid 02500-2 ASPHALT PAVING AND SURFACING applicable provisions of Section 25, “Aggregate Subbases,” of the Standard Specifications. 2. Spreading and compacting of aggregate base material shall conform to the applicable provisions of Section 26, “Aggregate Bases,” of the Standard Specifications. 3. Spreading and compacting of asphalt concrete shall conform to the applicable provisions of Section 39, “Asphalt Concrete,” of the Standard Specifications. 4. Traffic Control shall conform to Section 01550 of these Specifications. B. Allowable Tolerances 1. Finish surface of the aggregate base or aggregate subbase courses shall not vary more than 0.05 feet from the grade established by the Engineer. 2. Finish surface of asphalt concrete when measured with a twelve-foot straight edge shall not vary more than 0.01 feet in the longitudinal direction and 0.02 feet transversely below the lower edge of the straight-edge. 3. Percentage of compaction specified shall be the minimum acceptable. The percentage represents the ratio of the dry density of the compacted material to the maximum dry density of the material as determined by the procedure set forth in ASTM Designation D1557. C. Submittals 1. For aggregate bases and sub-bases, the Contractor shall arrange and provide for the following acceptance tests to be performed on samples taken at the job site: a. "R" value, per California Test Method 301; b. Sieve Analysis, per California Test Method 202; c. Sand equivalency, per California Test Method 217; d. For aggregate bases, the durability index, per California Test Method 229. 2. Provide the Engineer daily with one (1) copy of a material certificate signed by material producer certifying that each material item complies with or exceeds the specified requirements for each type of material delivered. 3. Provide the Engineer with one (1) copy of certified plant load out slips for each load of material delivered showing net weight of aggregate base, subbase or asphalt concrete delivered to the job site, to be attached to the appropriate material certificate. 4. Submit a traffic detour plan and obtain approval prior to closing any traffic lane. 1.4 JOB CONDITIONS & MINIMUM TEMPERATURES A. Aggregate base or subbase material shall not be placed until the subgrade has been approved. B. Provide satisfactory dust alleviation and control measures continuously during the course of the work. C. Prime or tack coat materials shall not be applied unless the ambient temperature is above De Anza Blvd and McClellan Rd/Pacifica Dr Intersection Modification Project No. 2020-12 City of Cupertino November 2022 Technical Specifications—Bid 02500-3 ASPHALT PAVING AND SURFACING 50°F and has not been below 35°F during the twelve (12) hours immediately prior to application. Prime or tack coats shall not be applied when the surface to be coated is wet or contains an excess of moisture. D. Asphalt concrete shall not be applied unless the ambient temperature is above 50° F and rising, the surface is dry, and upon specific approval by the Engineer. E. Temperature of asphalt concrete shall not be less than 250° F during initial spreading. PART 2 - PRODUCTS 2.1 AGGREGATE SUBBASE A. Materials for aggregate subbase shall conform to the requirements for Class 2 aggregate subbase contained in Section 25-1.02A of the Standard Specification. 2.2 AGGREGATE BASE A. A. Materials for aggregate base shall conform to the requirements for Class 2 aggregate base contained in Section 26-1.02A of the Standard Specifications. 2.3 ASPHALT CONCRETE A. Asphalt to be mixed with aggregate to form asphalt concrete shall be steam-refined paving asphalt, grade PG-64-10, conforming to the requirements of Section 92-1.02 and 1.03 of the Standard Specifications. B. Aggregate for asphalt concrete shall be Type A conforming to the requirements of Section 39-2.02 of the Standard Specifications with the following Special Conditions: 1. Grading of combined aggregate for asphalt concrete pavement, walkways and overlays less than two (2) inches in thickness shall be one half (1/2) inch maximum size, medium grading. C. Liquid asphalt for prime coat shall be Grade SS-1 conforming to the requirements of Section 94 of the Standard Specifications. D. Asphaltic emulsion for tack coat (paint binder) shall be emulsified asphalt, Type SS-1h conforming to the requirements of Section 94-1.01 through 1.05 of the Standard Specifications. E. Suppliers certification showing conformance to these specifications shall be delivered with each shipment of materials to the job site. PART 3 - EXECUTION 3.1 AGGREGATE SUBBASE A. Subbase material shall be placed, spread and compacted in conformance with the requirements of Section 25-1.04 and 1.05 of the Standard Specifications. De Anza Blvd and McClellan Rd/Pacifica Dr Intersection Modification Project No. 2020-12 City of Cupertino November 2022 Technical Specifications—Bid 02500-4 ASPHALT PAVING AND SURFACING B. Subbase material shall be compacted to a relative density of not less than 95% when tested in accordance with the requirements of ASTM 1557. 3.2 AGGREGATE BASE A. Base material shall be placed, spread and compacted in conformance with the applicable requirements of Section 26-1.035, 1.04 and 1.05 of the Standard Specifications. B. Base material shall be compacted to a relative density of not less than 95% when tested in accordance with the requirements of ASTM 1557. 3.3 PRIME, TACK COATS, AND SURFACE PREPARATION A. Liquid asphalt prime coat shall then be applied to the aggregate base course in conformance with the requirements of Section 39-4.02 of the Standard Specifications. Prime coat shall be applied at the rate of 0.25 gallons per square yard unless otherwise directed. After the liquid asphalt has penetrated the base course, any excess standing on the surface shall be absorbed to the satisfaction of the Engineer with a suitable coating of clean sand. B. Tack coat shall be applied to all vertical surfaces of existing pavement, curbs, gutters, catch basins, manhole frames, and construction joints in the surfacing to the horizontal surface of all existing pavements to be resurfaced and other surfaces designated. Asphaltic paint binder shall be provided in sufficient quantity to produce a thin, uniform black, glossy coat of asphalt. Pools in unevenly distributed material shall be spread out by squeegee, broom or other means so an even coverage is attained. Immediately in advance of placing HMA, apply additional tack coat to damaged areas or where loose or extraneous material is removed. Do not track tack coat onto pavement surfaces beyond the job site. Discontinue application of emulsion early enough to comply with lane closure specifications and daily work advancement. Do not track tack coat onto pavement surfaces beyond the job site. C. Distributed areas shall be redistributed by means of hand brooms. Tack coat shall be applied in conformance with the applicable requirements of Section 39-4.02 of the Standard Specifications. D. Prior to placing asphalt over existing pavement, sweep the pavement clean of loose dirt to the satisfaction of the Engineer. 3.4 ASPHALT CONCRETE A. Asphalt concrete shall be proportioned, mixed, placed, spread and compacted in conformance with the applicable requirements of Section 39-3 and 39-6 of the Standard Specifications and the following requirements: 1. Asphalt concrete shall be placed only upon specific approval of the Engineer. When, in the opinion of the Engineer, the surface is too wet, no asphalt concrete shall be placed. The Engineer will make the final decision as to whether conditions are satisfactory for paving. 2. No asphalt concrete surface course shall be placed when the ambient temperature is less than 50°F. All compaction shall be completed before the temperature of the mixture drops below 200°F. De Anza Blvd and McClellan Rd/Pacifica Dr Intersection Modification Project No. 2020-12 City of Cupertino November 2022 Technical Specifications—Bid 02500-5 ASPHALT PAVING AND SURFACING 3. All longitudinal joints shall be "hot" joints; cold joints are only allowed transversely at discontinuance of the day's run. 4. Asphalt concrete for roadways shall be placed in layers when the total depth called for on the plans and detail drawings exceeds two (2) inches. The final layer shall not be less than one and one-half (1-1/2) inches in compacted thickness no more than two (2) inches. Where more than four and one-half (4-1/2) inches in total compacted thickness are specified, three (3) or more layers shall be required. The first lower layer shall not exceed two and one- half (2-1/2) inches in compacted thickness. 5. All asphalt courses shall be placed by means of an approved self-propelled asphalt paving machine. Contractor may place lower courses and compact all courses with equipment conforming to the requirements of Section 39-5 of the State Standard Specification. 6. The window/pick-up machine method for spreading asphalt may be used with the following restrictions: a. The machine is self-supporting and may not transmit loads to the paving machine. The use of a track type machine is recommended. b. The maximum window length in front of the paving machine shall be 200-feet, and shall not block intersections. c. The Contractor shall furnish a “Dump Man” for the control of window distribution. d. At the sole discretion of the Engineer, depending on ambient temperature and the length of haul, the loaded trucks must be covered with a tarp. e. Any damages to the reinforcing fabric caused by the pick-up machine shall be repaired before the work is allowed to continue. f. At the sole discretion of the Engineer, depending on traffic control operations, the use of double-bottom dump trucks may be prohibited. 7. Where asphalt paving is to be laid against concrete gutter, the first pass shall start at the gutter and successive passes work towards the center of the street, and the finish surface of the asphalt concrete wearing course shall be constructed to a height one- quarter (1/4) inch above the abutting edge of the gutter. 8. Trucks, loaded or empty, shall not be allowed on the new surface until the asphalt concrete reaches ambient temperature. B. When placing asphalt over existing pavement, repair large cracks, spalls, and chuck- holes, and clean the pavement surface to the satisfaction of the City Engineer. C. Asphalt concrete shall be rolled such that compaction after rolling shall be 95% of the density obtained with the California Test 304. Field density tests may be conducted by the Engineer to confirm density using the California Test 375. D. Failure to meet the specified density may require credits back to the City for non-conformance. 3.5 ADJUST MANHOLES, VALVES, MONUMENT COVERS, BOXES, AND FIRE HYDRANTS A. Existing manholes, lampholes, valves, boxes, monument covers, fire hydrants, or other such structures in the De Anza Blvd and McClellan Rd/Pacifica Dr Intersection Modification Project No. 2020-12 City of Cupertino November 2022 Technical Specifications—Bid 02500-6 ASPHALT PAVING AND SURFACING line of the work shall be relocated and adjusted to conform with the new grade after completion of paving or placement of sidewalk. Relocation and adjustment shall be performed by utility owner as shown on the plans. Contractor shall coordinate with utilities on relocation and adjustment work by San Jose Water, PG&E, and Cupertino Sanitary District. B. The box will be adjusted by removing the existing concrete pad and pouring a new pad of concrete. C. The concrete collar shall be circular and shall be covered with a minimum of two (2) inches of asphalt concrete to blend in with the adjacent surfacing. D. Extension rings will not be acceptable. E. Contractor shall be responsible for preserving the survey point in its original position. 3.6 DUST ALLEVIATION AND CONTROL A. Contractor shall provide satisfactory pollution and dust abatement and control measures continuously during the course of the work. B. The Contractor shall utilize reclaimed water, or dust palliatives, in compliance with the City's Water Conservation Guidelines. 3.7 TRAFFIC CONTROL AND STRIPING A. Provide satisfactory traffic control measures and warning devices to safely detour traffic around construction activity in accordance with Section 01550 of these Specifications. B. If the street is to be opened for traffic, or as directed by the Engineer, temporary delineation shall be placed on new surfaces immediately after the asphalt concrete has been finished rolled. Temporary delineation shall conform to Sections 01550 and 02840 of these Specifications. 3.8 CLEANUP A. Upon completion of asphalt paving and surfacing operations, the entire work site shall be cleaned of all waste, rubbish, and construction debris of any nature. PART 4 – MEASUREMENT AND PAYMENT Full compensation for replacing utility structure lids if broken or cracked shall be considered as included in the various items of work most closely associated and no additional compensation will be allowed therefor. The following items will be adjusted to grade by others: Cupertino Sanitary District Sanitary Sewer Manholes (SSMH), Cupertino Sanitary District Sanitary Sewer Clean Out (SSCO), PG&E gas valves, PG&E electric boxes, San Jose Water water meters, San Jose Water’s water valve boxes, San Jose Water fire hydrants. Contractor shall coordinate with the respective utility companies for adjustment of these utilities to grade to fit with Contractor’s schedule. Allow 4 weeks lead time for each utility company in the project schedule. Coordination with Utility companies is considered as included in other bid items of work and no payment shall be made therefor. De Anza Blvd and McClellan Rd/Pacifica Dr Intersection Modification Project No. 2020-12 City of Cupertino November 2022 Technical Specifications—Bid 02500-7 ASPHALT PAVING AND SURFACING The contract Unit price paid for RELOCATE TRAFFIC SIGNAL COMMUNICATIONS PULL BOX shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals and for doing all the work in adjusting relocating communications box, including permit fees, moving the location of the comm box prior to paving, and adjustment of comm box as part of placing sidewalk, complete in place, as shown on the plans, as specified in the Standard Specifications, the Special Conditions, these Technical Specifications, and as specified by the City, and as directed by the City Engineer. The contract price paid per Square Foot for COLD PLANE ASPHALT CONCRETE (0.17’ DEPTH) shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals, and for doing all work involved in placing and compacting asphalt concrete, including asphalt binder, full depth sections in sawcut areas and any miscellaneous asphalt, complete in place, as shown on the plans, as specified in the Standard Specifications, the Special Conditions and these Technical Specifications, and as directed by the City Engineer. The contract price paid per Ton for HOT MIX ASPHALT CONCRETE (TYPE A) shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals, and for doing all work involved in placing and compacting asphalt concrete, including asphalt binder, reinforcement, full depth sections in sawcut areas and any miscellaneous asphalt, complete in place, as shown on the plans, as specified in the Standard Specifications, the Special Conditions and these Technical Specifications, and as directed by the City Engineer. The cost of furnishing and placing paint binder for tack coat shall be included in the price for the various asphalt concrete items and no additional compensation will be allowed therefor. Full compensation for temporary asphalt for all traffic control, leveling, spreading and compacting asphalt concrete for the tapered connections shall be considered as included in the contract Lump Sum price for the TRAFFIC CONTROL and no additional compensation will be allowed therefor. De Anza Blvd and McClellan Rd/Pacifica Dr Intersection Modification Project No. 2020-12 City of Cupertino November 2022 Technical Specifications—Bid 02500-8 ASPHALT PAVING AND SURFACING END OF SECTION 02500 De Anza Blvd and McClellan Rd/Pacifica Dr Intersection Modification Project No. 2020-12 City of Cupertino November 2022 Technical Specifications—Bid 02550-1 CONCRETE IMPROVEMENTS SECTION 02550 CONCRETE IMPROVEMENTS PART 1 - GENERAL 1.1 WORK INCLUDED A. Mixing and transporting Portland Cement Concrete. B. Forming concrete. C. Placing and finishing concrete. D. Curing concrete. E. Protecting concrete improvements. F. Steel Reinforcement. G. Dust alleviation and control. H. Cleanup and disposal of debris. I. Supplying all labor, materials and equipment not specifically mentioned herein or noted on the plans, but which are incidental and necessary to complete the work specified. J. Furnishing and installing pre-cast concrete items. 1.2 APPLICABLE PUBLICATION A. The publications listed below form a part of this specification to the extent referenced. The publications are referred to in the text by the general designation only. American Society for Testing and Materials (ASTM) Publication: A - 82 Cold Drawn Steel Wire for Concrete Reinforcement. A - 185 Steel Welded Wire Fabric, Plain, for Concrete Reinforcement A - 615 Deformed and Plain Billet Steel Bars for Concrete Reinforcement. C - 94 Specification for Ready-mixed Concrete. C – 114 Method for Chemical Analysis of Hydraulic Cement. C - 150 Portland Cement. C - 452 Test Methods for potential Expansion of Portland Cement Mortars exposed to Sulfate. De Anza Blvd and McClellan Rd/Pacifica Dr Intersection Modification Project No. 2020-12 City of Cupertino November 2022 Technical Specifications—Bid 02550-2 CONCRETE IMPROVEMENTS C - 618 Fly Ash and Raw or Calcined Natural Pozzolan for use as a Mineral Admixture in Portland Cement. C - 1751 Preformed Expansion Joint Fillers for Concrete Paving and Structural Construction. (Non-extruding and Resilient Bituminous Types) 1.3 QUALITY ASSURANCE A. Compressive strength and cement content for the class of Portland Cement Concrete herein designated shall be the minimum acceptable. B. No concrete for concrete improvements shall be placed until the subgrade, the forms, and reinforcement have been approved. C. Color and surface texture of decorative concrete paving or surfacing shall closely match the approved sample for the work. D. Codes and Standards: 1. Proportioning of Portland Cement concrete shall conform to the applicable provisions of Section 90-5 of the Standard Specifications. 2. Mixing and transporting of Portland Cement Concrete shall conform to the applicable provisions of Section 90-6 of the Standard Specifications. 3. Curing of Portland Cement Concrete shall conform to the applicable provisions of Sections 90-7.03 and 90-8.02 of the Standard Specifications. 4. Protection of Portland Cement Concrete shall be provided in conformance with the applicable provisions of Section 90-8 of the Standard Specifications. 5. Forming of concrete for improvements shall conform to the provisions of Section 73-1.04 of the Standard Specifications forming for cast-in-place structures shall conform to Section 51-1.05 of the Standard Specifications. 6. Placing of concrete improvements shall conform to the provisions of Sections 73-1.05 and 73-1.05A, of the Standard Specifications; placing of concrete for cast-in-place concrete structures shall conform to Section 51-1.09 of the Standard Specifications. 7. Finishing of cast-in-place concrete structures shall conform to the provisions of Section 51-1.18 of the Standard Specifications. Finishing of concrete improvements shall conform to Section 73 of the Standard Specifications. Unless otherwise called for on the plans, all buried surfaces shall have “Ordinary Surface Finish” all exposed surfaces shall have “Class 1 Surface Finish”. 8. Placing of steel reinforcement shall conform to the requirements of Section 52-1.07 of the Standard Specifications. 9. Splicing of steel reinforcement shall conform to the requirements of Section 52-1.08 of the Standard Specifications. E. Certifications 1. At the time of delivery provide certificates of compliance signed by both Contractor and Supplier containing the following statements: De Anza Blvd and McClellan Rd/Pacifica Dr Intersection Modification Project No. 2020-12 City of Cupertino November 2022 Technical Specifications—Bid 02550-3 CONCRETE IMPROVEMENTS a. Materials supplied comply with the specification in all respects. b. Proportioning and mixing is in compliance with a design mix which has been field tested in accordance with the herein requirements and produces the required compressive strength under like conditions. c. Statement of type and amount of any admixtures. d. All certificates shall include the Material and Supplier's mix design number. 2. At time of delivery provide certified delivery ticket stating volume of concrete delivered and time of mixing, or time of load-out in case of transit mixers. 1.4 JOB CONDITIONS A. Admixtures shall not be used except upon the prior written permission of the Engineer and, if permitted, the concrete containing same will be subject to the same compliance testing as herein specified for the various classes of concrete. B. Temperature of mixed concrete, immediately prior to placement, shall not be less than 50° F, nor more than 90°F. Aggregates and water shall be heated or cooled at the mixing plant by supplier as necessary to produce concrete within these limits. Neither aggregates nor mixing water shall be heated to exceed 150°F. C. No additional mixing water shall be incorporated into the concrete during transport or after arrival at the work site unless such water is specifically authorized by the Engineer. If authorization to add mixing water is obtained and mixing water is added to the mix, the mixer drum shall then be revolved a minimum of thirty (30) revolutions. D. Hand mixing of Portland Cement Concrete shall not be allowed except upon prior written approval. E. Where a portion of existing concrete improvements is to be reconstructed, the section to be removed shall first be a cut with an approved concrete saw to a minimum depth of one-half the depth of the existing concrete at the first score line beyond the area to be replaced. F. Where concrete removal is required, it shall be removed to the nearest score line of joints. G. Prior to placing concrete for concrete structures, Contractor shall first secure approval of the forms and any required reinforcement. PART 2- PRODUCTS 2.1 AGGREGATE FOR PORTLAND CEMENT CONCRETE A. Aggregates for Portland Cement Concrete shall conform to the requirements of Section 90- 2.02A and B of the Standard Specification. B. Unless otherwise specified or called for on the plans for the work, aggregate size and gradation De Anza Blvd and McClellan Rd/Pacifica Dr Intersection Modification Project No. 2020-12 City of Cupertino November 2022 Technical Specifications—Bid 02550-4 CONCRETE IMPROVEMENTS for Portland Cement Concrete shall conform to the requirements of Section 90-3.04 of the Standard Specifications for one inch (1") maximum combined aggregate. 2.2 WATER FOR PORTLAND CEMENT CONCRETE A. Water for mixing and curing concrete and for washing aggregates shall conform to the requirements of Section 90-2.03 of the Standard Specifications. 2.3 CEMENT FOR PORTLAND CEMENT CONCRETE A. Cement for Portland Cement Concrete to be placed in roadway improvements such as curbs, gutters, walks, valley gutters, driveways, surface and subsurface pads or slabs shall be Type V or Type II (modified) cement conforming to the requirements of ASTM Designation C150, with the following modifications: 1. The cement shall not contain more than 0.60% by weight of alkalis, calculated as the percentage of Na20 plus 0.658 times the percentage of K20 when determined by either direct 4 intensity flame photometry or by the atomic absorption method. The instrument and procedure used shall be qualified as to precision and accuracy in accordance with the requirements of ASTM Designation C114. 2. The autoclave expansion shall not exceed 0.50%. 3. Mortar, containing the Portland Cement to be used and the sand, when tested in accordance with Test Method No. Calif 527, shall not expand in water more than 0.010% and shall have an air content less than 048%. 4. Allowable tri-calcium Aluminate (C3A) by weight shall not exceed 5%. Allowable tetracalcium alumino ferrite plus twice the tricalcium aluminate (C4AF+2C3A) by weight shall not exceed 25%. The sulfate expansion test (ASTM C452) may be used in lieu of the above chemical requirements, provided the sulfate expansion does not exceed 0.040% at 14 days (max). 5. The Contractor may substitute pozzolan for Portland Cement in amounts up to 15% of the required mix unless high early strength concrete is specified. Pozzolan shall consist of Class F fly ash meeting the requirements of ASTM C618. B. Cement for Portland Cement Concrete to be placed in surface improvements shall contain a coloring compound equivalent to 1 pound of lampblack per cubic yard, added to the concrete at the central mixing plant. 2.4 CLASSIFICATION OF PORTLAND CEMENTCONCRETE A. Portland Cement Concrete shall be classified Class "A" or according to the compressive strength requirements specified in Section 90 of the Standard Specifications. B. Portland Cement Concrete not conforming to the above classification or having required minimum compressive strengths other than those set forth above, shall conform to requirements to be set forth for same noted on the plans or detail drawings. 2.5 EXPANSION JOINT MATERIAL A. Material for expansion joints in Portland cement concrete improvements shall be premolded De Anza Blvd and McClellan Rd/Pacifica Dr Intersection Modification Project No. 2020-12 City of Cupertino November 2022 Technical Specifications—Bid 02550-5 CONCRETE IMPROVEMENTS expansion joint fillers of the thickness called for on the plans and conforming to the requirements of ASTM Designation D1751. Expansion joint material shall be shaped to fit the cross section of the concrete prior to being placed. Suppliers certificates showing conformance with this specification shall be delivered with each shipment of materials delivered to the job site. 2.6 REINFORCEMENT AND DOWELS A. Bar reinforcement for concrete improvements shall be deformed steel bars of the size or sizes called for on the plans conforming to the requirements of ASTM Designation A615 for Grade 60 bars. Size and shape for bar reinforcement shall conform to the details shown or called for on the plans. B. Slip dowels, where noted or called for on the plans or detail drawings shall be smooth billet- steel bars as designated and conforming to the requirements of ASTM Designation A615 for Grade 60 bars. Ends of bars inserted in new work shall be covered with a cardboard tube sealed with cork; no grease or oil will be used. C. Mesh for reinforcement for concrete improvements shall be cold drawn steel wire mesh of the size and spacing called for on the plans conforming to the requirements of ASTM Designation A82 for the material and ASTM Designation A185 for the mesh. Size and extent of mesh reinforcement shall conform to the details shown or called for on the plans D. Tie wire for reinforcement shall be eighteen (18) gauge or heavier black annealed conforming to the requirements of ASTM Designation A82. E. Suppliers certificates showing conformance with this specification shall be delivered with each shipment of materials delivered to the job site. 2.7 MATERIAL FOR FORMS A. Material for forms for cast-in-place concrete shall conform to the requirements of Section 51- 1.05 of the Standard Specifications. 2.8 PRECAST CONCRETE ISLAND A. Precast concrete island shall be Jensen Precast, Oldcastle Precast, or approved equal. B. Concrete for cycle track island shall attain a minimum strength of 5000 psi in 28 days. PART 3 - EXECUTION 3.1 STRUCTURAL EXCAVATION A. Structural excavation may be either by hand, or by machine and shall be neat to the line and dimension shown or called for on the plans. Excavation shall be sufficient width to provide adequate space for working therein and comply with CAL-OSHA requirements. B. Where an excavation has been constructed below the design grade, the bottom of the excavation shall be backfilled to grade with approved material and compacted in place to 95% of the maximum dry density. De Anza Blvd and McClellan Rd/Pacifica Dr Intersection Modification Project No. 2020-12 City of Cupertino November 2022 Technical Specifications—Bid 02550-6 CONCRETE IMPROVEMENTS C. Surplus excavation material remaining upon completion of the work shall be either removed from job site or conditioned to optimum moisture content and compacted as fill at the site. 3.2 BRACING AND SHORING A. The Contractor shall furnish, place and maintain such bracing and shoring as may be required to support the sides of the excavations for the proper protection to workmen; to facilitate the work; to prevent damage to adjacent structures or facilities. Upon completion of the work, all bracing and shoring shall be removed, unless otherwise directed. B. The Contractor is solely responsible for all bracing and shoring and shall, if required, submit an application and supporting data for an effective shoring system to the Engineer. The Engineer may forward the application to the California Division of Industrial Safety for design, assumed soils conditions, and the estimation of forces to be resisted, together with plans and specifications of the materials and methods to be used. The application shall be prepared by a Civil Engineer registered in California. No excavation around cast-in-place concrete structures shall proceed until the Contractor has received the return of an approved application, if required. 3.3 FORMS FOR CONCRETE A. Concrete improvements shall be formed with a smooth and true upper edge and the side of the form shall be placed next to concrete with a smooth finish. Forms shall be constructed or made rigid enough to withstand the pressure of the fresh concrete to be placed without any distortion. B. All forms shall have been thoroughly cleaned prior to placement and shall be coated with an approved form oil sufficient to prevent adherence of concrete prior to placing. C. Forms shall be carefully set to the alignment and grade established and shall conform to the required dimensions. Forms shall be rigidly held in place by stakes set at satisfactory intervals. Sufficient clamps, spreaders and braces shall be installed to insure the rigidity of the forms. D. Forms for back and face of curbs, lip of gutters and edge of walks, valley gutters or other surface slabs shall be equal to the full depth of the concrete as shown, noted or called for on the plans or detail drawings. Composite forms made up from benders or thin planks of sufficient ply to ensure rigidity of the form in the shape required may be used on curves and curb returns. 3.4 PLACING STEEL REINFORCEMENT A. Bars shall be free of mortar, oil, dirt, excessive mill scale and scabby rust and other coatings of any character that would destroy or reduce the bond. All bending shall be done cold, to the shapes shown on the plans. The length of lapped splices shall be as follows: 1. Reinforcing bars No. 8, or smaller, shall be lapped at least 45 bar diameters of the smaller bar joined, and reinforced bars Nos. 9, 10, and 11 shall be lapped at least 60 bar diameters of the smaller bars joined, except when otherwise shown on the plans. 2. Splice locations shall be made as indicated on the plans. B. Reinforcement shall be accurately placed as shown on the plans and shall be firmly and securely held in position by wiring at intersections and splices and by using precast mortar De Anza Blvd and McClellan Rd/Pacifica Dr Intersection Modification Project No. 2020-12 City of Cupertino November 2022 Technical Specifications—Bid 02550-7 CONCRETE IMPROVEMENTS blocks or ferrous metal chairs, spacers, metal hangers, supporting wires, and other approved devices of sufficient strength to resist crushing under applied loads. Supports and ties shall be such as to permit walking on reinforcing without undue displacement. C. Reinforcing shall be placed so as to have the following minimum concrete cover: Surfaces exposed to water 4" Surfaces poured against earth 3" Formed surfaces exposed to earth or weather 2" Slabs, walls, not exposed to weather or earth 1" D. Minimum spacing, center of parallel bars shall be two and one half (2-1/2) times the diameter of the larger sized bar. All reinforcing shall be securely tied in place prior to pouring concrete. Placing of dowels or other reinforcing in the wet concrete is not permitted. 3.5 MIXING CONCRETE A. All concrete shall be transit mixed in accordance with the requirements of ASTM Designation C94. Transit mixed concrete shall be mixed for not less than ten (10) minutes total, of which not less than three (3) minutes shall be on the site just prior to pouring. Mixing shall be continuous with no interruptions from the time the truck is filled until the time it is emptied. Concrete shall be placed within one hour of the time water is first added. B. Hand mixing of concrete for use in concrete structures will not be permitted. 3.6 PLACING CONCRETE A. Subgrade shall be thoroughly wetted prior to the placing of concrete for all concrete placed directly on soil. All standing water shall be removed prior to placing of concrete. B. No concrete shall be placed until the subgrade and the forms have been approved. C. Concrete shall be conveyed from mixer to final location as rapidly as possible by methods preventing separation of the ingredients. Deposit concrete as nearly as possible in final position to avoid re-handling. D. Concrete shall be placed and compacted in forms without segregation by means of mechanical vibration or by other means as approved by the Engineer. Vibration shall continue until the material is sufficiently consolidated and absent of all voids without causing segregation of material. The use of vibrators for extensive shifting of fresh concrete will not be permitted. E. All control and construction joints shall be as shown on the plans. F. Concrete in certain locations may be pumped into place upon prior approval. When this procedure requires redesign of the mix, such redesign shall be submitted for approval in the same manner as herein specified for approval of design mixes. 3.7 FORM REMOVAL De Anza Blvd and McClellan Rd/Pacifica Dr Intersection Modification Project No. 2020-12 City of Cupertino November 2022 Technical Specifications—Bid 02550-8 CONCRETE IMPROVEMENTS A. Forms shall be removed without damage to concrete. All forms below the ground surface, together with all shores and braces, shall be removed before backfilling. B. Backfill against concrete shall not commence until the concrete has developed sufficient strength to prevent damage. C. Forms with cast-in-place walls shall remain in place at least 72 hours after pouring. D. Forms with suspended slabs shall remain in place at least 28 days after pouring. E. Edge forms shall remain in place at least 24 hours after pouring. 3.8 JACK & BORE AT EXISTING CURBS A. Trenching and removal of concrete curb will not be permitted. Contractor to jack & bore beneath curbs. Curbs to be protected in place. 3.9 RESTORATION OF EXISTING IMPROVEMENTS A. Existing pavement or other improvements removed or damaged due to the installation of concrete improvements shall be replaced in kind. B. Existing landscaping or planting removed, damaged or disturbed due to the installation of concrete improvements shall be replaced in kind. 3.10 CLEANUP A. Surplus material and debris remaining upon completion of the work shall be segregated as to type and transported from the job site and disposed of in a legal manner. 3.11 INSTALLATION OF PRE-CAST CONCRETE ITEMS A. Pre-cast concrete items shall be installed per the manufacturer’s recommendations, as modified and approved by the Engineer. Prior to installation, furnish a copy of the manufacturer’s product sheet and recommended installation procedures to the Engineer. Do not being installation until the Engineer has approved or otherwise modified the installation instructions. PART 4 – MEASUREMENT AND PAYMENT The contract price paid per Linear Foot for MINOR CONCRETE (CURB AND GUTTER) (TYPE A2-6) shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals and for doing all the work involved in installing Concrete Curb and Gutter (City standard A2-6) and Class 2 Aggregate base, including site walk with City following construction staking but prior to demolition, adjusting limits of bulbouts, ramps, and corners, excavation, subgrade preparation, laying out, setting, and surveying formwork to verify proper sidewalk cross slopes, meeting with City to review string lines, sidewalk and street cross slopes, and accessible curb ramp limits, resetting of wooden forms if necessary, final walk through with inspector prior to concrete placement, furnishing, placing and compaction of aggregate base, furnishing and placing concrete, reinforcing, slip dowels, and coordinating with City inspector, complete in place, as shown on the plans, as specified in the Standard Specifications, the Special Conditions and these Technical Specifications, and as directed by the City Engineer. De Anza Blvd and McClellan Rd/Pacifica Dr Intersection Modification Project No. 2020-12 City of Cupertino November 2022 Technical Specifications—Bid 02550-9 CONCRETE IMPROVEMENTS The contract price paid per Linear Foot for MINOR CONCRETE (CURB AND GUTTER) (TYPE MODIFIED A2-8) shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals and for doing all the work involved in installing Concrete Curb and Gutter (City standard A2-8) and Class 2 Aggregate base, including site walk with City following construction staking but prior to demolition, adjusting limits of bulbouts, ramps, and corners, excavation, subgrade preparation, laying out, setting, and surveying formwork to verify proper sidewalk cross slopes, meeting with City to review string lines, sidewalk and street cross slopes, and accessible curb ramp limits, resetting of wooden forms if necessary, final walk through with inspector prior to concrete placement, furnishing, placing and compaction of aggregate base, furnishing and placing concrete, reinforcing, slip dowels, and coordinating with City inspector, complete in place, as shown on the plans, as specified in the Standard Specifications, the Special Conditions and these Technical Specifications, and as directed by the City Engineer. The contract price paid per Linear Foot for MINOR CONCRETE (CURB) (TYPE A1-8) shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals and for doing all the work involved in installing Concrete Curb (City standard A1-8) and Class 1 Aggregate base, including site walk with City following construction staking but prior to demolition, adjusting limits of bulbouts, ramps, and corners, excavation, subgrade preparation, laying out, setting, and surveying formwork to verify proper sidewalk cross slopes, meeting with City to review string lines, sidewalk and street cross slopes, and accessible curb ramp limits, resetting of wooden forms if necessary, final walk through with inspector prior to concrete placement, furnishing, placing and compaction of aggregate base, furnishing and placing concrete, reinforcing, slip dowels, and coordinating with City inspector, complete in place, as shown on the plans, as specified in the Standard Specifications, the Special Conditions and these Technical Specifications, and as directed by the City Engineer. The contract price paid per Linear Foot for MINOR CONCRETE (4” RETAINING CURB) shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals and for doing all the work involved in installing Concrete Retaining Curb, including site walk with City following construction staking but prior to demolition, adjusting limits of bulbouts, ramps, and corners, excavation, subgrade preparation, laying out, setting, and surveying formwork to verify proper sidewalk cross slopes, meeting with City to review string lines, sidewalk and street cross slopes, and accessible curb ramp limits, resetting of wooden forms if necessary, final walk through with inspector prior to concrete placement, furnishing, placing and compaction of aggregate base, furnishing and placing concrete, reinforcing, slip dowels, and coordinating with City inspector, complete in place, as shown on the plans, as specified in the Standard Specifications, the Special Conditions and these Technical Specifications, and as directed by the City Engineer. The contract price paid per Linear Foot for MINOR CONCRETE (6” RETAINING CURB) shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals and for doing all the work involved in installing Concrete Retaining Curb, including site walk with City following construction staking but prior to demolition, adjusting limits of bulbouts, ramps, and corners, excavation, subgrade preparation, laying out, setting, and surveying formwork to verify proper sidewalk cross slopes, meeting with City to review string lines, sidewalk and street cross slopes, and accessible curb ramp limits, resetting of wooden forms if necessary, final walk through with inspector prior to concrete placement, furnishing, placing and compaction of aggregate base, furnishing and placing concrete, reinforcing, slip dowels, and coordinating with City inspector, complete in place, as shown on the plans, as specified in the Standard Specifications, the Special Conditions and these Technical Specifications, and as directed by the City Engineer. The contract price paid per Linear Foot for MINOR CONCRETE (18” RETAINING CURB) shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals and for doing all the work involved in installing Concrete Retaining Curb, including site walk with City following construction staking but prior to demolition, adjusting limits of bulbouts, ramps, and corners, excavation, subgrade De Anza Blvd and McClellan Rd/Pacifica Dr Intersection Modification Project No. 2020-12 City of Cupertino November 2022 Technical Specifications—Bid 02550-10 CONCRETE IMPROVEMENTS preparation, laying out, setting, and surveying formwork to verify proper sidewalk cross slopes, meeting with City to review string lines, sidewalk and street cross slopes, and accessible curb ramp limits, resetting of wooden forms if necessary, final walk through with inspector prior to concrete placement, furnishing, placing and compaction of aggregate base, furnishing and placing concrete, reinforcing, slip dowels, and coordinating with City inspector, complete in place, as shown on the plans, as specified in the Standard Specifications, the Special Conditions and these Technical Specifications, and as directed by the City Engineer. Full compensation for all Class 1 and Class 2 Aggregate Base used in the project shall be considered as included in the various items of work most closely associated and no additional compensation will be allowed therefore. The contract price paid per Square Foot for MINOR CONCRETE (SIDEWALK) shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals and for doing all the work involved in constructing concrete sidewalk and base, including site walk with City following construction staking but prior to demolition, adjusting limits of bulbouts, accessible curb ramps, and corners, excavation, subgrade preparation, preparation and submittal of expansion joint layout plan, laying out, setting, and surveying formwork to verify proper sidewalk cross slopes, meeting with City to review string lines, sidewalk, street cross slopes, and ramp limits, resetting of wooden forms if necessary, final walk through with inspector prior to concrete placement, furnishing, placing and compaction of aggregate base, furnishing and placing concrete, reinforcing, and slip dowels, complete in place, as shown on the plans, as specified in the Standard Specifications, the Special Conditions and these Technical Specifications, and as directed by the City Engineer. The contract price paid per Square Foot for MINOR CONCRETE (DRIVEWAY) shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals and for doing all the work involved in constructing concrete sidewalk and base, including site walk with City following construction staking but prior to demolition, adjusting limits of bulbouts, accessible curb ramps, and corners, excavation, subgrade preparation, preparation and submittal of expansion joint layout plan, laying out, setting, and surveying formwork to verify proper sidewalk cross slopes, meeting with City to review string lines, sidewalk, street cross slopes, and ramp limits, resetting of wooden forms if necessary, final walk through with inspector prior to concrete placement, furnishing, placing and compaction of aggregate base, furnishing and placing concrete, reinforcing, and slip dowels, complete in place, as shown on the plans, as specified in the Standard Specifications, the Special Conditions and these Technical Specifications, and as directed by the City Engineer. The contract Unit price paid per for PRE-CAST CONCRETE ISLAND BIKE BUFFER shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals and for doing all the work involved in furnishing and installing pre-cast concrete island bike buffer complete in places, as specified in the manufacturer’s product materials, as shown on the plans, as specified in the Standard Specifications, the Special Conditions and these Technical Specifications, and as directed by the City Engineer. The contract price paid per Square Foot for MINOR CONCRETE (COBBLES EMBEDDED IN CONCRETE) shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals and for doing all the work involved in constructing cobble-embedded concrete, complete in places, as shown on the plans, as specified in the Standard Specifications, the Special Conditions and these Technical Specifications, and as directed by the City Engineer. The contract Unit price paid for CASE “A” CURB RAMP AND BASE shall include full compensation for De Anza Blvd and McClellan Rd/Pacifica Dr Intersection Modification Project No. 2020-12 City of Cupertino November 2022 Technical Specifications—Bid 02550-11 CONCRETE IMPROVEMENTS furnishing all labor, materials, tools, equipment, and incidentals and for doing all the work involved in constructing accessible curb ramps, including site walk with City following construction staking but prior to demolition, adjusting limits of curb ramps and corners, excavation, subgrade preparation, preparation, laying out, setting, and surveying formwork to verify proper sidewalk cross slopes, meeting with City to review string lines, sidewalk and street cross slopes, and ramp limits, resetting of wooden forms if De Anza Blvd and McClellan Rd/Pacifica Dr Intersection Modification Project No. 2020-12 City of Cupertino November 2022 Technical Specifications—Bid 02550-12 CONCRETE IMPROVEMENTS necessary, final walk through with inspector prior to concrete placement, furnishing and placing concrete, reinforcing, and slip dowels, complete in place, as shown on the plans, as specified in the Standard Specifications, the Special Conditions and these Technical Specifications, and as directed by the City Engineer. The contract price paid per Square Foot for DETECTABLE WARNING SURFACE shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals and for doing all the work involved in installing detectable domes, including coordination and inspections, ensuring concrete is suitable for detectable dome installation, cutting and setting detectable domes on new and existing curb ramps, tamping or vibrating the detectable dome tiles into the fresh concrete, ensuring proper orientation of the tiles, ensuring proper water drainage, ensuring there are no tripping hazards between adjacent finishes, and protecting and cleaning the tiles, complete in place, as shown on the plans, as specified in the Standard Specifications, the Special Conditions and these Technical Specifications, and as directed by the City Engineer. The contract price paid per Square Foot for DETECTABLE WARNING SURFACE shall be considered as a Final Pay Item as defined in Sections 1-1.07B Glossary and 9-1.02C of the Caltrans Standard Specifications, except that “Department” shall be replaced with “City”. END OF SECTION 02550 De Anza Blvd and McClellan Rd/Pacifica Dr Intersection Modification Project No. 2020-12 City of Cupertino November 2022 Technical Specifications—Bid ROADWAY MARKING ACCESSORIES 02840-1 SECTION 027200 STORM DRAINAGE PART 1 - GENERAL 1.01 WORK INCLUDED A. Trenching and other excavation. B. Ground water control. C. Pipe bedding. D. Installation of storm drains and appurtenances. E. Installation of underdrains and appurtenances. F. Backfill and compaction of backfill. G. Dust alleviation and control. H. Cleanup and restoration of surface in improved areas. I. Supplying all labor, materials, equipment and apparatus not specifically mentioned herein or noted on the plans, but which are incidental and necessary to complete the work specified. 1.02 APPLICABLE PUBLICATIONS A. The publications listed below form a part of this specification to the extent referenced. The publications are referenced in the text only by the general designation. B. American Society for Testing and Materials (ASTM) Publications: A - 34 Structural Steel. A - 48 Gray Iron Castings. A - 123 Zinc Coatings, Rolled, Pressed Forged Mat. A - 386 Zinc Coating (Hot-Dip) on Assembled Steel Products. C - 76 Reinforced Concrete Culvert. C - 443 Joints for Circular Concrete Sewer and Culvert Pipe, using Rubber Gaskets. C - 478 Precast Reinforced Concrete Manhole Sections. C - 497 Method of Testing Concrete Pipe, Sections, or Tile. De Anza Blvd and McClellan Rd/Pacifica Dr Intersection Modification Project No. 2020-12 City of Cupertino November 2022 Technical Specifications—Bid ROADWAY MARKING ACCESSORIES 02840-2 D – 1784 Rigid Poly Vinyl Chloride (PVC) Compounds and Chlorinated Poly Vinyl Chloride Compounds D - 1785 Pipe, Poly Vinyl Chloride (PVC) Schedules 40, 80 and 120. D - 2564 Solvent Cements for Poly Vinyl Chloride (PVC) Plastic Pipe and Fittings. D - 3034 PVC Sewer Pipe and Fittings F - 477 Elastomeric Seals (Gaskets) for joining Plastic Pipe. F – 679 Standard Specifications for Poly Vinyl Chloride large Diameter Plastic gravity sewer pipe and fittings 1.03 QUALITY ASSURANCE A. Submit manufacturer's data on pipe, drainage structure and castings to be used. B. The Engineer may require manufacturer's or supplier's certificates showing conformance with this specification to be delivered with each shipment of material delivered to the job site. C. D-Load or class of pipe requirements shown or called for on the plans shall be the minimum acceptable. D. All pipes shall bear the manufacturer's label for the type, specification, and classification of the pipe. E. All storm drains shall be subject to passing a ball test. 1.04 JOB CONDITIONS A. Note and conform to conditions and requirements indicated and specified under Section 02202 of the Specifications. PART 2 - PRODUCTS 2.01 REINFORCED CONCRETE PIPE A. Pipe 12 inches and larger shall be reinforced concrete, bell and spigot-type pipe, conforming to the requirements of ASTM Designation C76 except that all pipe shall have been manufactured using Portland Cement Concrete conforming to the requirements of Section 02550 of these Specifications. B. Pipe strength requirements shall be designated in terms of D-load as shown or called for on the plans. D-load as used herein is defined as the maximum load the pipe will sustain per foot of length per foot of internal diameter under the standard three-edge bearing test without the appearance of any crack one one-hundredth (0.01) inch in width exceeding twelve (12) inches in length when tested in accordance with the procedure set forth in ASTM Designation C497. C. Pipe wall thickness and bell and spigot mating surfaces shall be the same for each size and class or D-load of pipe delivered to the job site. The concrete cover over any reinforcement shall not be less than 1” for 12” RCP and 1-1/2” for 18” RCP. D. Pipe shall be cured by water curing, steam curing, or a combination of both as required to produce the D-load strengths shown, noted or called for on the plans. De Anza Blvd and McClellan Rd/Pacifica Dr Intersection Modification Project No. 2020-12 City of Cupertino November 2022 Technical Specifications—Bid ROADWAY MARKING ACCESSORIES 02840-3 E. All reinforced concrete pipe shall have rubber gasket joints that are self-centering and so designed that after the joint is made up, the rubber gasket shall not be required to support the weight of the pipe. Spigot grooves shall be provided in all joints, and the joint and gasket shall conform to the requirements of ASTM Designation C443. All joints shall be watertight. F. Pipe lengths shall not exceed twelve (12) feet for all pipe except that short lengths of pipe (two (2) feet nominal) shall be furnished and installed at all connections to structures and appurtenances. G. Each section of pipe shall be clearly and legibly marked with waterproof paint to show the date of manufacture, the D-load classification of the pipe, and the type of cement used in the manufacture of the pipe. H. The Contractor may substitute pressure-sensitive tape in lieu of stenciling. Adhesive-backed Pipe Labeling Tape shall be manufactured specifically for direct placement onto pipe, cable or conduit for warning and identification. Tape shall be a minimum of 2.2 mils, an adhesive strength of 26 psi, and with tensile strength of 32 lb. per inch of width. Tape shall be of the type provided in rolls, color coded for the utility involved with warning and identification imprinted in bold letters continuously and repeatedly over entire tape length. Code and letter coloring shall be permanent, unaffected by moisture or other substances contained in trench material. 2.02 POLY VINYL CHLORIDE PIPE A. PVC pipe for minor storm drains less than twelve (12) inches in diameter shall conform to the requirements of ASTM 3034 or ASTM F-679 and shall have a DR rating of 26. All pipe and fittings shall be made of PVC plastic having a minimum cell classification of 12454-B or 13364-B as defined in ASTM D-1784. Pipe barrel shall have the words "STORM DRAIN" marked along the longitudinal axis of the outside in 1-5/8" high block letters with permanent ink. The words shall be repeated at 2- foot spacing along the pipe length. B. The Contractor may substitute pressure-sensitive tape in lieu of stenciling. Adhesive-backed Pipe Labeling Tape shall be PVC Plastic tape manufactured specifically for direct placement onto pipe, cable or conduit for warning and identification. Tape shall be a minimum of 2.2 mils, an adhesive strength of 26 psi, and with tensile strength of 32 lb. per inch of width. Tape shall be of the type provided in rolls, color coded for the utility involved with warning and identification imprinted in bold letters continuously and repeatedly over entire tape length. Code and letter coloring shall be permanent, unaffected by moisture or other substances contained in trench material. C. Couplings and fittings for use with PVC non-pressure pipe shall be of the same materials and in compliance with the requirements specified for the pipe. Couplings and fittings shall be equipped with rubber rings which fit into individual grooves formed in the inner wall to the requirement of ASTM Designation F-477. 2.03 PVC UNDERDRAINS A. PVC underdrains shall consist of four (4) inch Schedule 40 perforated Poly Vinyl chloride (PVC) pipe conforming to the requirements of ASTM Designation D1785. B. Joints and fittings for PVC underdrains shall conform to the requirements of ASTM Designation D1785. B. Solvent cement for joining PVC underdrain pipe, couplings and fittings shall conform to the requirements of ASTM Designation D2564. C. Filter Fabric for underdrains shall conform to Section 88 of the Standard Specifications. De Anza Blvd and McClellan Rd/Pacifica Dr Intersection Modification Project No. 2020-12 City of Cupertino November 2022 Technical Specifications—Bid ROADWAY MARKING ACCESSORIES 02840-4 2.04 STORM DRAIN MANHOLES A. Barrel and cone sections for storm drain manholes shall be precast reinforced concrete of the form and dimensions shown and detailed on the plans and shall conform to the requirements of ASTM Designation C478. Concrete used for manhole barrel and cone sections shall conform to the requirements of Section 02550 of these Specifications. B. Frames and covers for manholes shall be gray iron castings of the form and dimensions shown and detailed on the plans and shall conform to the requirements of ASTM Designation A48 for Class 30B castings. Frames and covers shall be match marked in sets which have been machined after fabrication to provide a firm and continuous seat. Each cover shall have cast into it the raised letters "STORM DRAIN". All castings shall be thoroughly cleaned and coated with commercial quality asphaltic varnish prior to delivery. C. Steps for manholes and other storm structures shall be polypropylene to the form and dimensions shown and detailed on the plans. D. Concrete for manhole bases shall be Class "A" conforming to the requirements of Section 02550 of these Specifications. E. Reinforcement for manhole bases shall be deformed steel bars conforming to Section 02550 of these Specifications. Size and shape of reinforcement shall conform to the details shown on the plans. F. Mortar for precast manhole section joints shall consist of one (1) part Portland Cement conforming to the requirements of Section 02550 of these Specifications, with two (2) parts of sand by volume. Sand shall be well graded and of such size that all will pass a No. 8 sieve. G. Concrete for manhole frame anchor slabs shall be Class "A" conforming to the requirements of Section 02550 of these Specifications. 2.05 CONCRETE CURB INLETS A. Concrete curb inlets for storm drains shall be cast in place, reinforced concrete of the form and dimensions shown and detailed on the plans. B. Insert form for the curb inlet and other parts shall be as manufactured by Oldcastle Infrastructure, Jensen Precast or approved equal. Concrete used in the construction of concrete curb inlets shall conform to the requirements for Class "A" concrete set forth in Section 02550 of these Specifications. Forming, placing and finishing shall conform to Section 02550 of these Specifications. C. Reinforcement used in the construction of precast curb inlets shall be deformed steel bars conforming to Section 02550 of these Specifications. D. Miscellaneous steel shapes used in construction of concrete curb inlets shall be structural quality carbon steel conforming to the requirements of ASTM E. Designation A36 and shall be hot-dip galvanized after fabrication in conformance with the requirements of ASTM Designation A123. F. Steps for curb inlets, where required, shall be polypropylene to the form and dimensions shown and detailed on the plans. De Anza Blvd and McClellan Rd/Pacifica Dr Intersection Modification Project No. 2020-12 City of Cupertino November 2022 Technical Specifications—Bid ROADWAY MARKING ACCESSORIES 02840-5 2.06 CAST-IN-PLACE DRAINAGE STRUCTURES A. All concrete structures are to be cast in place except where specifically noted on the plans and specifications. B. Concrete for cast-in-place drainage structures shall be Class "A" conforming to the requirements of Section 02550 of these Specifications. C. Forming, placing and finishing concrete, and reinforcement for cast-in-place drainage structures shall conform to Section 02550. D. Steel for frames and grates or covers for cast-in-place drainage structures shall be structural steel conforming to the requirements of ASTM Designation A36. Frames and grates or covers shall be fabricated to the form and dimensions shown and detailed on the plans and shall be hot-dip galvanized after complete fabrication in conformance with the requirements of ASTM Designation A386. Frames and grates or covers shall be match marked in sets which have been so constructed as to provide a firm and continuous seat. E. Welding for frames and grates shall conform to the requirements of the American Welding Society for Arc and Gas Welding in Building Construction. 2.07 PIPE BEDDING AND COVER MATERIAL A. Shall be as specified in Section 02202 of these Specifications. B. Warning tape to be placed per City Standard Detail UT-1. 2.08 ADDITIONAL REQUIREMENTS FOR FORCE MAINS A. Pipe for storm drainage force mains shall conform to the requirements of AWWA C-900, Class 150, DR 18 pipe. B. Fittings for PVC storm drainage force mains shall be ductile iron castings conforming to the requirements of AWWA Standard C153 for two hundred (250) psi working pressure. Fittings shall be furnished with either push-on joints for use with pressure pipe or flanged joints as designated on the plans. Both push-on and flanged joints shall conform to the requirements of AWWA Standard C111 for cast-iron pressure pipe. C. Bolts, nuts, and washers for flanged fittings shall be stainless steel, ASTM A-276, Type 316. PART 3 - EXECUTION 3.01 TRENCHING, BACKFILLING AND SHORING A. Shall conform to Section 02202 of these Specifications. 3.02 PIPE INSTALLATION A. Installation: Storm drain pipe, underdrains and appurtenances shall be installed in accordance with the best practice, and in conformance with the plans and these Specifications. B. Handling: Pipe shall be carefully handled during hauling, unloading, and placing operations, so as to avoid breakage or damage. Strap-type slings shall be used for lifting and placing; no chains or hooks De Anza Blvd and McClellan Rd/Pacifica Dr Intersection Modification Project No. 2020-12 City of Cupertino November 2022 Technical Specifications—Bid ROADWAY MARKING ACCESSORIES 02840-6 will be permitted. Broken or damaged pipe including chipped bells of spigots, will be rejected, and shall be removed from the work site. C. Alignment: All pipe shall be accurately laid in conformity with the prescribed lines and grades as established by the Engineer. Each length shall be joined to the preceding section as specified, and after said jointing has been completed, there shall be no movement of the pipe in subsequent operations. D. Pipe Deflections: The laying of pipe on curved alignment will be permitted only when necessary to conform with the alignment shown or called for on the plans. Joint deflections called for on the plans shall be permitted up to one half of the deflection recommended by the pipe manufacturer. E. Cleaning: Before each new length of pipe is placed, the interior of the preceding pipe shall be carefully cleaned of all dirt and debris. When pipe laying is not in progress, all open pipe ends shall be closed with plugs in a satisfactory manner to the Engineer. F. Bearing: Pipe in the trench shall have continuous uniform bearing along its bottom, except all bell holes. Before lowering pipe into the trench, the Contractor shall remove all stakes, debris, loose rock and other hard material from the bottom of the trench. G. Positioning: After the final positioning, pipe shall be held in place in the trench with cover materials placed equally on both sides of the pipe at as many locations as required to hold the pipe section in place. Position plastic pipe with "STORM DRAIN" markings facing up. After joints are completed, the cover material shall be redistributed and compacted as herein required. H. Closure: At the end of each day and when work is not in progress, the open ends of pipe installed in the line shall be closed with plugs and openings for appurtenances shall be suitably covered. 3.03 CONNECTIONS A. Unless separately listed on the bid schedule, make all required connections to existing facilities and improvements at no additional cost, and compensation for such work shall be deemed as included in the price bid for pipe installation. B. All connections to manholes shall be constructed with concrete channels directed toward outlet pipe as shown and detailed on the plans. C. Break-out holes in manholes for connecting new pipe shall be grouted all around to prevent ground water infiltration. Pipes shall be cut off flush with the inside surface of the manhole. Use PVC manhole adapters in break-out holes in manholes for connecting new PVC pipe and grout all around to prevent ground water infiltration. Pipes shall be cut off flush with the inside surface of the manhole. D. A 2-foot nominal length of pipe shall be used when entering and leaving all manholes and structures. 3.04 STRUCTURES A. Structures and appurtenances shall be installed at the location and to the lines and dimensions shown on the plans and detail drawings. B. Structures shall be constructed and/or installed in conformance with the applicable requirements of Section 51 of the State Standard Specifications. Unless otherwise noted on the plans or detail De Anza Blvd and McClellan Rd/Pacifica Dr Intersection Modification Project No. 2020-12 City of Cupertino November 2022 Technical Specifications—Bid ROADWAY MARKING ACCESSORIES 02840-7 drawings, all exposed surfaces of poured in place structures and appurtenances shall have a Class 1 surface finish. C. Frames for manholes and tops of catch basins, inlets and other structures in paved areas shall be accurately placed flush with and in the plane of the finish pavement. All manhole frames in paved area shall be secured by means of concrete anchor slabs as shown and detailed on the plans and detail drawings. D. All joints and pipe openings on manhole sections, risers, and grade adjustment rings shall be grouted smooth and flush with the interior of the structure in a workmanlike manner. 3.05 STORM DRAIN PLUGS & CLEANING A. Where called for on the plans or directed, plugs shall be placed in open ends of storm drains. Plugs shall consist of a brick and mortar wall not less than eight (8) inches in thickness constructed in such a manner as to ensure a watertight seal. Mortar for plugs shall conform to the requirements of paragraph 2.04F hereof. B. Storm drain pipe and structures shall be cleaned of all dirt, debris, and form work. C. Pipes shall be balled with an approved rubber ball to insure cleanliness prior to acceptance. 3.06 UNDERDRAINS A. Trenches for underdrains shall be excavated in the location shown. B. Place filter fabric in the trench to protect the permeable material and pipe prior to backfilling. C. The pipe installed and the trench backfilled with permeable material according to the dimensions and details shown on the plans. D. Perforated pipe, fabric, and permeable material shall be installed in accordance with Section 68of the Standard Specifications. E. Permeable material bedding and cover for subsurface drains shall be as specified in Section 02202 of these Specifications. 3.07 TESTING STORM DRAINAGE A. Storm drainage systems including laterals, and storm drainage mains shall be tested for tightness after completion of all backfilling and prior to request for final inspection. Contractor shall notify the Engineer at least two (2) working days in advance of proposed testing dates. Tests of gravity storm drains shall be made from end or manhole to manhole unless grades are flat enough to permit testing two or more sections at one time. Sections which fail to pass the tests shall be repaired or replaced, and the section retested until it falls within specified allowances. B. All water for storm drainage testing shall be provided and the tests performed by the Contractor in conformance with the following requirements: 1. Mandrell Test a. Pipes shall be tested for deflection by passing a mandrel through the pipe without obstruction. De Anza Blvd and McClellan Rd/Pacifica Dr Intersection Modification Project No. 2020-12 City of Cupertino November 2022 Technical Specifications—Bid ROADWAY MARKING ACCESSORIES 02840-8 b. The size of the mandrel shall be set at 92.5% of the base inside diameter of the pipe, as defined in ASTM 3034. 2. Water Leakage Test a. Preparation for Test: The storm drain line to be tested shall be plugged at the downstream manhole. All openings in the upstream manhole shall be plugged except the downstream opening for the line to be tested. All branch storm drain running from connections on the mains shall be plugged at their upper ends if the test head would cause them to overflow. The Test section shall then be filled with water and allowed to stand for at least thirty (30) minutes before test is started. b. Test Procedure: The water level in the upstream manhole or test tee shall be brought to a height approximately 4 feet above the crown of the open sewer at the upper end of the test section. The hydrostatic head in the test section shall be maintained so that no point in the section is the head less than four (4) feet or greater than 18 feet. In the case of a submerged section of line, the said head limitation shall be the difference between internal and external water levels. The test shall consist of measuring the loss of water during a one (1) hour period. c. Allowable Leakage: The allowable leakage in one (1) hour's time based on an average hydrostatic head of 4 feet for the entire test section, shall not exceed 0.4 gallons per inch of pipe diameter for each 500 feet of pipe. d. Manhole Leakage: Should an initial test show excessive leakage in a section of line, it is permissible to draw off the water and test the manhole that contained water. This test shall be made by plugging all openings in the manhole, filling same with water to the same elevation as used for the initial test, and checking the loss in a one-hour period. The leakage so determined may be deducted from the total leakage in the section of pipe initially tested. If, in the opinion of the Engineer, the manhole leakage thus determined is excessive, the Contractor shall waterproof the interior of the manhole by applying a coating of grout or an approved water-proofing material. 3. Force Mains a. Preparation for Tests: The Contractor shall provide all necessary material and equipment, and shall perform all work required in connection with the testing of the force main system, as specified herein. Hydrostatic and leakage tests shall be made only after the trenches have been backfilled sufficiently to hold the pipe firmly in position. Hydrostatic tests for sewer force mains shall be made on all sections to a hydrostatic pressure of 150 psi. Excess pressure will not be permitted. Each section of pipe to be tested shall be slowly filled with water using care to expel all air. Water shall be allowed to stand in the pipe for 24 hours before test pressure is applied. b. Test Procedure: The required pressure as measured at the lowest elevation, shall be applied for not less than one hour. Any leakage discovered in consequence of the pressure test shall be corrected, and the test shall be repeated until satisfactorily completed. Any defective pipe, fittings, or valves, shall be repaired or replaced. c. Allowable Leakage: No section of force main will be accepted until the leakage is less than 15 U.S. gallons per 24 hours per mile of pipe per inch of internal pipe diameter. De Anza Blvd and McClellan Rd/Pacifica Dr Intersection Modification Project No. 2020-12 City of Cupertino November 2022 Technical Specifications—Bid ROADWAY MARKING ACCESSORIES 02840-9 4. Air Leakage Test - The Contractor, at his option, may substitute an air pressure test in lieu of the hydrostatic test specified above for gravity sewers. a. The procedure shall be as described in Uni-Bell B-6-90, "Recommended Practice for Low Pressure Air Testing of Installed Sewer Pipe." b. The procedure shall be to securely plug all openings in the section of the line to be tested, and apply an air pressure of approximately four (4) psi. c. The elapsed time observed for a pressure drop of one (1) psi shall not be less than shown on Table I of Uni-Bell B-6. PART 4 – MEASUREMENT AND PAYMENT The contract UNIT price paid for CONVERT EXISTING INLET TO MANHOLE shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals and for doing all the work involved in Convert Existing Inlet to Manhole including excavation, removal of inlet top, forming manhole top, furnishing and placing reinforcement and frame and cover, placing concrete, backfill and compaction, and surface restoration, complete in place, as shown on the plans, as specified in the Standard Specifications, the Special Conditions and these Technical Specifications, and as directed by the City Engineer. The contract UNIT price paid for DROP INLET (CITY STD 3-2) shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals and for doing all the work involved in installing Drop Inlet (City Std 3-2) including excavation, bedding, furnishing and placing drop inlet, backfill and compaction, and surface restoration, complete in place, as shown on the plans, as specified in the Standard Specifications, the Special Conditions and these Technical Specifications, and as directed by the City Engineer. The contract UNIT price paid for RECONSTRUCT STORM DRAIN INLET TOP shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals and for doing all the work involved in Reconstruct Storm Drain Inlet Top including excavation, removal of inlet top, salving and reinstalling existing inlet frame and grate, forming inlet top, furnishing and placing reinforcement, placing concrete, backfill and compaction, and surface restoration, complete in place, as shown on the plans, as specified in the Standard Specifications, the Special Conditions and these Technical Specifications, and as directed by the City Engineer. The contract UNIT price paid for ADJUST CITY SOTRM DRAIN MANHOLE COVER TO GRADE shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals and for doing all the work involved in Adjust City Storm Drain Manhole Cover to Grade including excavation, removal of manhole top, salving and reinstalling existing manhole frame and grate, forming manhole top, furnishing and placing reinforcement, placing concrete, backfill and compaction, and surface restoration, complete in place, as shown on the plans, as specified in the Standard Specifications, the Special Conditions and these Technical Specifications, and as directed by the City Engineer. The contract price paid per Linear Foot for INSTALL 12’ STORM DRAIN RCP shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals and for doing all the work involved in Install 12” Storm Drain RCP including trench excavation, pipe bedding, furnishing and placing pipe, trench backfill and compaction, and surface restoration, complete in place, as shown on the De Anza Blvd and McClellan Rd/Pacifica Dr Intersection Modification Project No. 2020-12 City of Cupertino November 2022 Technical Specifications—Bid ROADWAY MARKING ACCESSORIES 02840-10 plans, as specified in the Standard Specifications, the Special Conditions and these Technical Specifications, and as directed by the City Engineer. END OF SECTION De Anza Blvd and McClellan Rd/Pacifica Dr Intersection Modification Project No. 2020-12 City of Cupertino November 2022 Technical Specifications—Bid ROADWAY MARKING ACCESSORIES 02840-11 SECTION 027500 REMOVAL AND DISPOSAL OF EXISTING MANHOLE PART 1 – GENERAL 1.01 WORK INCLUDED A. This section specifies the requirements for the removal and disposal of existing manhole. B. The CONTRACTOR shall provide all labor, materials, equipment and apparatus not specifically mentioned herein or noted on the plans, but which are incidental and necessary to complete the work specified. C. Flow bypass shall conform to Section 02740 of these specifications. D. Traffic Control shall conform to Section 01550 of these specifications. 1.02 REFERENCE STANDARDS A. The CITY Standard Details B. State of California, Department of Transportation (Caltrans), 1.03 JOB CONDITIONS A. Note and conform with conditions and requirements indicated and specified under Section 02202 of these Specifications. B. CONTRACTOR shall conduct operations and schedule cleanup in a manner to cause the least possible obstruction and inconvenience to traffic, pedestrians and to adjacent property owners or tenants. PART 2 - PRODUCTS 2.01 Furnish materials, tools, equipment, devices, appurtenances, facilities, and services as required for performing the demolition and removal work. PART 3 – EXECUTION 3.01 PERFORMANCE A. Spoils from the work site resulting from removal operations shall be removed from the entire limits of worksite and properly disposed. 3.02 REMOVAL AND DISPOSAL OF EXISTING MANHOLE A. Under this item, the CONTRACTOR shall remove the existing manhole intended to be removed as shown on the project drawings. B. The existing manhole to be removed shall be excavated and removed up to the existing base of the manhole. C. The existing sewer lines on all sides of the manhole to be removed, as shown on the project drawings, shall be plug with concrete and filled up with concrete slurry mix. D. The void space of the removed manhole shall be backfilled with Class 2 AB and be properly compacted. E. The damaged street surface area due to manhole removal shall be restored with AC pavement in conformance with CITY standard and requirements. 3.03 SALVAGE MATERIALS De Anza Blvd and McClellan Rd/Pacifica Dr Intersection Modification Project No. 2020-12 City of Cupertino November 2022 Technical Specifications—Bid ROADWAY MARKING ACCESSORIES 02840-12 A. Once removed, equipment shown as to be salvaged shall be, cleaned, tagged, and hauled to CITY’s corporation yard. Salvaged material not reused shall be delivered to the Redwood CITY Public Works Department at 1400 Broadway, Redwood CITY, California. B. Salvaged material and items must be hauled directly to the specified salvage storage location and stockpiled in the CITY corporation yard. If authorized, you may temporarily store salvaged materials at your location and later haul to and stockpile at the CITY’s specified location. You must replace any material or items that are lost before they are stockpiled at the specified location. The CITY does not pay for replacement of lost material or items. C. All manhole lids that are remove and determined by the CITY that it is in good condition from the existing manholes shall be salvaged and return to CITY. All other lids shall be disposed by the CONTRACTOR. 3.08 DUST ALLEVIATION AND CONTROL A. Provide pollution and dust abatement and control measures continuously during the course of the work. B. Use reclaimed water, or dust palliatives, in compliance with the CITY's Water Conservation Ordinance. 3.09 CLEANUP A. Upon completion of sanitary sewer construction operations, all lines, manholes, and other structures shall be thoroughly cleaned of dirt, rubbish, debris and obstructions of any kind to the satisfaction of the ENGINEER, and the entire work site shall be cleaned of all waste, rubbish, and construction debris of any nature. PART 4 – MEASUREMENT AND PAYMENT The contract UNIT price paid for REMOVE EXISTING INLET shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals and for doing all the work involved in Remove Existing Inlet including excavation, complete removal of inlet, furnishing and placing backfill, compaction, and surface restoration, complete in place, as shown on the plans, as specified in the Standard Specifications, the Special Conditions and these Technical Specifications, and as directed by the City Engineer. END OF SECTION De Anza Blvd and McClellan Rd/Pacifica Dr Intersection Modification Project No. 2020-12 City of Cupertino November 2022 Technical Specifications—Bid ROADWAY MARKING ACCESSORIES 02840-1 SECTION 02840 ROADWAY MARKING ACCESSORIES PART 1 - GENERAL 1.1 WORK INCLUDED A. Cleaning and sweeping of streets before application of markings. B. Application of temporary and permanent stripes and pavement markings. C. Application of raised pavement markers. D. Application of roadway markers and delineators. E. Application of High Friction Bike Lane Treatment F. Application of median curb paint G. Installation of traffic control signs. H. Restoration of existing improvements. I. Cleanup and removal of debris. J. Supplying all labor, materials, equipment and apparatus not specifically mentioned herein or noted on the plans, but which are incidental and necessary to complete the work specified. 1.2 SUBMITTALS A. Submit a quality control plan (QCP) for high friction surface treatment (HFST). The HFST QCP must include: 1. Description of equipment for placing HFST 2. Method for protecting areas not to receive HFST 3. Cure time estimate for HFST 4. Storage and handling of HFST components 5. Disposal of excess HFST and containers 6. Contingency plan for possible failure during HFST application B. Submit a material safety data sheet (MSDS) for each shipment of HFST components before use. C. Submit a certificate of compliance for the HFST polymer resin binder and the 100% recycled color coated glass topping. D. Have the HSFT polymer resin binder and the 100% recycled color coated glass topping tested at a certified independent testing laboratory and then furnish the verifications to the Engineer that the materials meet all requirements listed in these Technical Specifications. E. Allow 2 working days for the Engineer to review each HFST MSDS submittal, certificate of compliance, the mix design and certified independent testing laboratory test results. De Anza Blvd and McClellan Rd/Pacifica Dr Intersection Modification Project No. 2020-12 City of Cupertino November 2022 Technical Specifications—Bid ROADWAY MARKING ACCESSORIES 02840-2 1.3 QUALITY ASSURANCE A. Manufacturer's certificates showing conformance with this specification shall be delivered with each shipment of materials and equipment delivered to the job site. B. Only City inspected and approved material may be used for roadway delineation. C. Codes and Standards 1. The standards, recommended methods and tests contained in the publications cited below shall determine the standards for the work to be done hereunder unless otherwise specifically designated on the plans: a. The California Manual on Uniform Traffic Control Devices (California MUTCD), latest edition. b. The regulations, standards, and tests of the State of California Department of Transportation Materials and Research Division. c. The State of California Standard Plans and Standard Specifications, and applicable related Standard Special Conditions. d. Section 84 of the Caltrans Standard Specifications, latest edition. e. Caltrans Standard Details A20A through A24F 2. Traffic signs, roadway markers and delineators, traffic stripes, pavement markings, and pavement markers shall be placed in the locations shown on the plans and shall conform to the applicable sections of the California MUTCD and the State of California Highway Design Manual. 3. Reference by manufacturers, brands or models is to establish type and quality of materials desired. Substitutions of materials of equal quality will be permitted upon the prior written approval. 4. All pavement legends and traffic striping shall be applied in thermoplastic unless otherwise noted. 5. Temporary pavement paint and marking materials must be on hand prior to the covering or demolition of existing pavement markings. D. High Friction Surface Treatment 1. Complete a trial of HFST on asphalt concrete pavement before starting HFST production work and the inspection of the automated application equipment to the meet the specification prior to the commencement of the project. The trial HFST must: a. Be constructed using the same equipment as the production work. b. Replicate field conditions, including ambient and surface temperatures, anticipated De Anza Blvd and McClellan Rd/Pacifica Dr Intersection Modification Project No. 2020-12 City of Cupertino November 2022 Technical Specifications—Bid ROADWAY MARKING ACCESSORIES 02840-3 for the production work. c. Demonstrate surface preparation requirements. d. Remove pavement markers and delineation within the area to receive HFST, for the lane and length involved, prior to placing polymer resin binder. e. Determine the initial set time for polymer resin binder in HFST. f. Have temporary or permanent delineation in place when lanes are open to public traffic g. Determine that work can be completed within time permitted in lane requirement charts as provided elsewhere in these Technical Specifications. h. Have a coefficient of friction of at least 0.60 when tested in conformance BS / BPN Tester i. Dispose of removed material. 2. Do not begin production HFST until authorized by the Engineer in writing after successful completion of the trial HFST. 3. If the coefficient of friction testing is below 0.60, you must correct or remove and replace the trial HFST to meet or exceed the specified value of 0.60. 1.4 JOB CONDITIONS A. No striping, markings, or markers shall be applied until pavement surfaces have been approved. B. Concrete shall be thoroughly cured before application of striping, markings, or markers thereon. PART 2 - PRODUCTS 2.1 THERMOPLASTIC STRIPES AND MARKING A. Traffic stripes and pavement markings shall be thermoplastic material, unless otherwise noted on plans. Thermoplastic stripes and markings shall be extruded thermoplastic conforming to Section 84-1, Section 84-2 and specifically Section 84-2.02B of Caltrans Standard Specifications and these Technical Specifications, or City approved equivalent. B. Thermoplastic stripes and markings shall have a minimum skid friction value of BPN = 35. C. Glass beads applied to molten thermoplastic material, or paint must comply with State Specification 8010-004. D. Submit certificates of compliance showing conformance with this specification for each load of material delivered to the job site. E. Legends and arrows shall be pre-formed, thermoplastic pavement markings and shall be De Anza Blvd and McClellan Rd/Pacifica Dr Intersection Modification Project No. 2020-12 City of Cupertino November 2022 Technical Specifications—Bid ROADWAY MARKING ACCESSORIES 02840-4 Premark 20/20 Flex Plus or a City approved equivalent. Legends and symbols for preformed green bike lanes shall be factory assembled. 2.2 PERMANENT PAVEMENT MARKERS AND ADHESIVES A. Pavement markers shall be the type and description shown, noted or called for on the plans and detail drawings, and shall conform to the requirements of Section 81-3 of the Standard Specifications and the State Standard Plans. B. Raised and reflective pavement markers shall comply with Section 81-3 of the Caltrans Standard Specifications. The specific type to be used shall be consistent with the type generally in use within the local jurisdiction unless directed otherwise by the Engineer. C. Adhesive for pavement markers shall be either epoxy or hot melt bituminous adhesive conforming to the requirements of Section 81-3 of the Standard Specifications. D. Submit certificates of compliance showing conformance with these specifications for each load of pavement markers delivered to the job site. Pavement markers must be on Caltrans’ Authorized Material List of signing and delineation materials. 2.3 REFLECTORIZED MARKERS AND POSTS A. Retroreflective markers and delineators shall be of the size, type and description shown, noted, or called for on the plans and detail drawings and shall conform to the requirements of Section 82 of the Standard Specifications, and the California MUTCD. B. Posts for retroreflective markers shall be of the type shown, noted, or called for on the plans and detail drawings and shall conform to the requirements of Section 82-5 of the Standard Specifications. C. Target plates for markers shall be of the type shown, noted, or called for on the plans and detail drawings and shall conform to the requirements of Section 82- 5.02E of the Standard Specifications. D. Reflectors for markers and delineators must consist of Type III or higher grade retroreflective sheeting on the State Authorized Material List for signing and delineation materials, and shall comply with requirements in the California MUTCD. E. Mounting hardware shall conform to the requirements of Section 82-5.02G of the Standard Specifications. 2.4 PREFORMED THERMOPLASTIC GREEN BIKE LANE (INCLUDING BIKE SYMBOLS, LEGENDS AND ARROWS) A. Green bike lanes shall be pre-formed thermoplastic pavement markings and shall be Premark Skid/Slip Resistant (90 mil) or a City approved equivalent. Bike symbols, legends, and arrows within green bike lanes and shall be Premark ViziGrip (90 mil) or a City approved equivalent. Placement shall be performed as required by the manufacturer's specifications. B. Bike symbols, legends, and arrows in green bike lanes must be factory assembled with the green marking sheet and interconnected so that in the field it is unnecessary to assemble the individual pieces within a material segment. De Anza Blvd and McClellan Rd/Pacifica Dr Intersection Modification Project No. 2020-12 City of Cupertino November 2022 Technical Specifications—Bid ROADWAY MARKING ACCESSORIES 02840-5 C. The green bike lanes shall be pre-formed thermoplastic pavement marking sheets utilizing light green color that meets FHWA specifications for color. 2.5 HIGH FRICTION SURFACE TREATMENT MATERIALS A. The colored bike lane surface treatment shall be high friction, non-slip, approved Caltrans green colored, fast back to traffic (within 2 hours of application), and durable. The surface treatment shall be Ennis-Flint’s MMA Bike Lane treatment, or a City approved equivalent. The green bike lane surface treatment shall be light green color that meets FHWA specifications. B. Contractor shall submit for approval a complete product specification and application process. C. Polymer Resin Binder. Provide a polymer resin binder which holds the glass topping firmly in place, and which meets the following requirements. Polymer Resin Binder Requirements Property Requirement Test Method Ultimate Tensile Strength 2650 psi min. ASTM D638 Elongation at break point 30% min. ASTM D638 Compressive Strength 1600 psi min. ASTM D695 Water Absorption 1.0 % max. ASTM D570 Shore D Hardness, min. 77ºF 65-75 ASTM D2240 Viscosity 1000-3000 mPa ASTM D2393 Gel Time, minutes 15-45 min. ASTM C881 Cure Rate 3 hrs. max. ASTM D1640, 0.2” thickness Mixing Ratio As recommended by manufacturer N/A D. Aggregate Topping. Furnish a post 100% recycled pigmented glass. The glass topping is to be clean, dry, and free from deleterious matter. The glass topping must meet the following requirements. Glass Topping Requirements (100% recycled pigmented glass) Technical Data: Characteristic 100% Recycled Pigmented Glass Available Sizes (mm): 0.8-1.5, 1.5-3, 0.8-3, 3-6, 6-9, 9+ Color Retention 100% Specific Gravity: Bulk Density: Volume/Ton: Softening Point: Shape: Sub-Angular, Non-Porous 2.5 Avg 86lb/ft3 Avg 26.5ft3 De Anza Blvd and McClellan Rd/Pacifica Dr Intersection Modification Project No. 2020-12 City of Cupertino November 2022 Technical Specifications—Bid ROADWAY MARKING ACCESSORIES 02840-6 Hardness: Physical Composition: Panel Glass Non-Leaded Chemical Composition Aluminum / Other Oxides: ~1350°F 6.0 Mohs Sodium Oxide:12-15% Oxide: 1-2% Recycled Material 100% Color Selection Varied, customized Size Range Available (mm) Sizes 0.8-1.5, 1.5- 3, 0.8-3, 3- 6, 6-9, 9+ Environmentally Sound 100% green post recycled glass Density 86lb/ft3 2.6 CURB MARKINGS A. Paint for curb markings shall be in accordance with Section 84-2 “Traffic Stripes and Pavement Markings” of the Standard Specifications and these Technical Specifications. B. Paint for median curbs shall be reflectorized to promote nighttime visibility. PART 3 - EXECUTION 3.1 LAYOUT FOR TEMPORARY AND PERMANENT STRIPING A. The alignment and layout of traffic stripes shall conform to the Standard Specifications. B. If permanent pavement markers cannot be installed immediately, short term, temporary pavement paint and markers shall be installed on new roadways before the street will be opened for traffic. C. The Contractor shall be responsible for accurately referencing out and replacing the lines and positions of all traffic lines, directional lines, arrows, and other markings in accordance with either prior existing striping/message layout or by revised striping plans provided by the Engineer by cat tracking with painted marks. This shall occur no later than two hours after the final surface course paving operation. D. Cat tracking shall consist of stretching a rope on a straight line between control points on tangent alignment and on a true arc through control points on curved alignment and placing spots of paint along the rope. Temporary tab markers shall be placed not more De Anza Blvd and McClellan Rd/Pacifica Dr Intersection Modification Project No. 2020-12 City of Cupertino November 2022 Technical Specifications—Bid ROADWAY MARKING ACCESSORIES 02840-7 than twelve (12) feet apart on curves nor more than twenty-four (24) feet apart on straight segments. E. Temporary pavement markers, at a minimum, shall be placed at twenty-four (24) feet on centers in the appropriate colors to delineate centerlines and travel lanes on multi-lane roadways except that edge lines shall not be simulated with raised pavement markers. F. Temporary tab markers shall be the same color as the traffic stripe that they are replacing, shall measure two inches tall by 3-1/2 inches wide, and have a reflective lens across the width of the marker. G. Application of cat tracking and/or placement of temporary painted striping and/or markers are to occur immediately upon completion of final compaction rolling and prior to opening asphalt areas to traffic. All crosswalks, stop bars and directional arrows, both yellow and white in color, shall be placed immediately upon completion of final compaction rolling and prior to opening asphalt areas to traffic. Failure to comply with these requirements shall result in a liquidated damage of $5000 per day for each street that has not received temporary installation of the painted tab markers, traffic striping, and other markings. All liquidated damages in this Contract are cumulative. H. Prior to application of permanent striping and markers, the Contractor shall call for review and approval of the proposed striping by the Engineer or his/her designee. The City shall have the right to make changes in the location and alignment of line stripes. Striping and traffic markings shall not be applied until approval is granted by the Engineer or his/her designee. The Contractor shall allow a minimum of seven (7) working days for review of the layout by the City. 3.2 THERMOPLASTIC STRIPES AND MARKINGS A. Thermoplastic stripes and markings shall be applied hot in conformance with the manufacturer's recommended instructions and the applicable requirements of Section 84-2.03 of the Standard Specifications. B. Use mechanical wire brushing to remove dirt, contaminants, and loose material from the pavement surface that is to receive the traffic stripe or pavement marking. Use abrasive blast cleaning to remove laitance and curing compound from the surface of new concrete pavement that is to receive the traffic stripe or pavement marking. C. Apply a traffic stripe or a pavement marking to a dry surface during a period of favorable weather when the pavement surface is above 50°F. D. Apply extruded thermoplastic at a temperature from 400 to 425°F, unless a different temperature is instructed by the manufacturer. E. Apply glass beads to the surface of the molten thermoplastic at a rate of at least 8 lb/100 sq ft. Glass beads must be embedded in the coat or thermoplastic to a depth of 1/2 their diameters. F. Apply extruded thermoplastic for a traffic stripe at a rate of at least 0.20 lb/ft of 4- inch wide solid stripe. The applied thermoplastic traffic stripe must be at least 0.06 inch thick. An applied thermoplastic pavement marking must be 0.10 to 0.15 inch thick. 3.3 PAVEMENT DELINEATIONS AND MARKINGS De Anza Blvd and McClellan Rd/Pacifica Dr Intersection Modification Project No. 2020-12 City of Cupertino November 2022 Technical Specifications—Bid ROADWAY MARKING ACCESSORIES 02840-8 A. Placement of thermoplastic traffic striping, legends, and arrows shall conform to the provisions of Section 84 of the Caltrans Standard Specifications, these Technical Specifications, and as recommended by the manufacturers. B. Pavement temperature shall be measured at the beginning of the shift on each working day and this information shall be provided to the Traffic Engineer. C. No primer or thermoplastic shall be installed within forty-eight hours from the last measurable rain report as provided by the City. D. Remove undesirable material from the pavement surface. Clean the pavement surface by abrasive blast cleaning when directed by the Engineer. E. Markers shall be installed accurately to the line established by the Engineer. No markers shall be installed until the surface and layout have been approved by the Engineer. 3.4 REFLECTIVE AND RAISED PAVEMENT MARKERS A. Installation of both reflective and raised pavement markers shall conform to the provisions of Section 81-3 of the Caltrans Standard Specifications. B. Pavement markers shall be placed in the same pattern and locations as they previously existed, unless specified otherwise in the Project Plans or directed otherwise by the Engineer. C. Reflective Pavement Markers at fire hydrants shall consist of placing a single blue marker on the new pavement surface. Location of the new marker shall be six (6) inches off of the lane striping nearest to and in line with the existing fire hydrant. 3.5 RESTORATION OF EXISTING IMPROVEMENTS A. Existing signs or other markings removed or damaged due to the installation of roadway markers or traffic control signs shall be replaced in kind. B. Existing landscaping or planting removed, damaged or disturbed due to the installation of roadway markers or traffic control signs shall be replaced in kind. 3.6 PROTECTION A. The Contractor shall protect the newly installed pavement markers and stripes from damage until the material has cured. B. Replace any markers broken, misaligned or otherwise disturbed prior to opening roadway to traffic. 3.7 CLEANUP A. Upon completion of the installation of Roadway Markings and Accessories, Contractor shall thoroughly clean the work site of all waste, rubbish and construction debris of any nature. B. Upon removal of temporary signs, patch holes in walkway or roadway with Portland Cement concrete conforming to Section 02550 of these Technical Specifications. 3.8 HIGH FRICTION SURFACE TREATMENT CONSTRUCTION A. Attendance during construction activities is mandatory for: De Anza Blvd and McClellan Rd/Pacifica Dr Intersection Modification Project No. 2020-12 City of Cupertino November 2022 Technical Specifications—Bid ROADWAY MARKING ACCESSORIES 02840-9 1. HFST Foreman 2. Project Superintendent B. The Contractor shall notify and coordinate with the City and with the schools and commercial establishments whose driveways will be affected by the installation of green bike lanes. The work in front of driveways shall be phased so that at least one directional traffic lane will be open for ingress and egress to the establishments. C. Surfaces must be clean, dry, and free of all dust, oil, debris and any other material that might interfere with the bond between the polymer resin binder material and existing surfaces. Adequate cleaning of all surfaces will be determined by the Engineer. D. Surface preparation, material storage, installation, masking, application shall be performed as required by the manufacturer's specifications. E. Remove pavement markers and delineation within the area to receive HFST, prior to placing polymer resin binder. F. Perform street sweeping before placing pavement markers and delineation. G. Newly installed green lanes shall be protected from traffic and damage until it is cured 100%, which will be a hardened solid state, before traffic is permitted. Masking and application of material shall be done with care to prevent overspill to adjacent striping, asphalt, or concrete structures. H. The Contractor will be responsible for removing material that has tracked and spilled on adjacent surfaces to the satisfaction of the City Engineer. I. Temporary or permanent pavement markers and delineation must be in place before lanes are open to public traffic. J. The HFST must conform to the following: 1. Do not apply HFST to asphalt pavement surfaces that are less than 30 days old, unless sandblasted prior to application. 2. Do not apply the polymer resin binder on a wet surface or when the ambient temperature is below 55°F or when the anticipated weather conditions would prevent the proper application of the surface treatment as determined by the Engineer. 3. Surface preparation work, surface temperature, placement of the HFST must be in conformance with the binder supplier's specifications, these Technical Specifications and as approved by the Engineer. 4. The minimum spread rate for polymer resin binder is 0.28-0.32 gal/sq yd. 5. The minimum spread rate of retained aggregate is 13-20 lb/sq yd. 6. HSFT must be allowed to cure for the minimum duration as recommended by the supplier's specifications and during that time the application area must be closed to all vehicle and contractor equipment traffic. 3.9 EXISTING STRIPING AND MARKINGS De Anza Blvd and McClellan Rd/Pacifica Dr Intersection Modification Project No. 2020-12 City of Cupertino November 2022 Technical Specifications—Bid ROADWAY MARKING ACCESSORIES 02840-10 A. In areas adjacent to the reconstructed surfacing where existing striping must be changed to conform to a revised striping pattern, conflicting striping shall be removed by sand blasting, grinding, or other methods as specified in the Standard Specifications or by the Engineer. B. The Contractor shall replace all striping which has been damaged or obliterated by or during the work. This may include striping replacement completely across the street even in the event that the contractor’s work may not extend that far. All lines of each crosswalk shall be completely replaced with thermoplastic even if only a portion of a line has been obliterated. 3.10 CROSSWALKS A. In some instances, portions of new crosswalks will extend beyond limit of work. In these instances, the existing 12-inch wide lines outside the work limit shall be removed by grinding or sandblasting prior to placing new crosswalk striping. B. At various locations in the project, crosswalks shall consist of a series of twelve (12) foot width by two (2) foot length bars, with no perpendicular lines at the crosswalk sides, as shown in the Project Plans. 3.11 PREFORMED THERMOPLASTIC GREEN BIKE LANE (INCLUDING BIKE SYMBOLS, LEGENDS AND ARROWS) A. A sealer specified by the manufacturer must be applied to the substrate asphalt and concrete to ensure proper adhesion. B. Preformed green marking sheets shall be installed first before the 6" white liquid thermoplastic bicycle lane line. Pre-formed sheets shall be laid out and applied so that edges of adjacent sheets fit snugly together, the pattern of the marking aligns properly from sheet to sheet, and to prevent overlap of adjacent sheets. C. First time applicators shall contact the pre-formed thermoplastic pavement marking supplier for product support and on-site training. 3.12 SCHEDULE A. Raised pavement markers (RPM’s) shall be placed to replace existing RPM’s or as designated by City provided striping plans. When utilizing hot melt bituminous adhesive, RPM’s shall be placed after the surface has been open to traffic for at least seven days. When utilizing epoxy adhesive, RPM’s shall be placed after the surface has been open to traffic for at least fourteen days. Regardless of which adhesive is utilized, the RPM’s shall not be placed more than twenty-one days after paving or surfacing. B. Thermoplastic materials shall be placed to replace existing thermoplastic materials or as designated by City provided striping plans. Where green bike lanes are to be installed, the pre-formed green lanes shall be installed prior to the installation of the 6” white stripe. Permanent traffic striping and markings including legends and arrows shall be placed between eight (8) and twelve (12) days after paving or surfacing, unless otherwise directed by the Engineer. All permanent striping shall be complete in place by the 13th day after completion of resurfacing work. C. Failure to comply with these requirements shall result in a liquidated damage of $1,500 per day for each street that has not been cat tracked or has not received permanent De Anza Blvd and McClellan Rd/Pacifica Dr Intersection Modification Project No. 2020-12 City of Cupertino November 2022 Technical Specifications—Bid ROADWAY MARKING ACCESSORIES 02840-11 installation of the required raised pavement markers, traffic striping, and markings. All liquidated damages in this Contract are cumulative. PART 4 – MEASUREMENT AND PAYMENT Full compensation for temporary painted traffic stripes, temporary painted pavement markings and temporary pavement markers used for temporary traffic centerline, median striping and lane line striping, shall be considered as included in the contract Lump Sum paid for TRAFFIC CONTROL and no separate payment will be made therefor. The contract price paid per Linear Foot for REMOVE TRAFFIC STRIPING shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals and for doing all the work involved in removing existing striping, complete in place, as shown on the plans, as specified in the Standard Specifications, the Special Conditions and these Technical Specifications, and as directed by the City Engineer. The contract Unit price paid per REMOVE CROSSWALK shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals and for doing all the work involved in removing all crosswalk striping in areas where existing crosswalk striping exists, complete in place, as shown on the plans, as specified in the Standard Specifications, the Special Conditions and these Technical Specifications, and as directed by the City Engineer. The contract Unit price paid per REMOVE PAVEMENT MARKINGS shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals and for doing all the work involved in removing all existing pavement markings, complete in place, as shown on the plans, as specified in the Standard Specifications, the Special Conditions and these Technical Specifications, and as directed by the City Engineer. The contract Unit price paid per THERMOPLASTIC TRAFFIC MARKING - BIKE shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals and for doing all the work involved in installing blue thermoplastic markings, complete in place, as shown on the plans, as specified in the Standard Specifications, the Special Conditions and these Technical Specifications, and as directed by the City Engineer. The contract Unit price paid per THERMOPLASTIC TRAFFIC MARKING - BIKE ARROW shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals and for doing all the work involved in installing thermoplastic bike arrow markings, complete in place, as shown on the plans, as specified in the Standard Specifications, the Special Conditions and these Technical Specifications, and as directed by the City Engineer. The contract Unit price paid per THERMOPLASTIC TRAFFIC MARKING - BIKE SHARROW shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals and for doing all the work involved in thermoplastic bike sharrow markings, complete in place, as shown on the plans, as specified in the Standard Specifications, the Special Conditions and these Technical Specifications, and as directed by the City Engineer. The contract Unit price paid per THERMOPLASTIC TRAFFIC MARKING – “AHEAD” LEGEND shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals and for doing all the work involved in installing thermoplastic “ahead” legend, complete in place, as shown on the plans, as specified in the Standard Specifications, the Special Conditions and these Technical Specifications, and as directed by the City Engineer. The contract Unit price paid per THERMOPLASTIC TRAFFIC MARKING – “AHEAD” LEGEND De Anza Blvd and McClellan Rd/Pacifica Dr Intersection Modification Project No. 2020-12 City of Cupertino November 2022 Technical Specifications—Bid ROADWAY MARKING ACCESSORIES 02840-12 shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals and for doing all the work involved in installing thermoplastic “ahead” legend, complete in place, as shown on the plans, as specified in the Standard Specifications, the Special Conditions and these Technical Specifications, and as directed by the City Engineer. The contract Unit price paid per THERMOPLASTIC TRAFFIC MARKING – “XING” LEGEND shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals and for doing all the work involved in installing thermoplastic “xing” legend marking, complete in place, as shown on the plans, as specified in the Standard Specifications, the Special Conditions and these Technical Specifications, and as directed by the City Engineer. The contract Unit price paid per THERMOPLASTIC TRAFFIC MARKING – “PED” LEGEND shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals and for doing all the work involved in installing thermoplastic “ped” legend marking, complete in place, as shown on the plans, as specified in the Standard Specifications, the Special Conditions and these Technical Specifications, and as directed by the City Engineer. The contract Unit price paid per THERMOPLASTIC TRAFFIC MARKING – “SCHOOL” LEGEND shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals and for doing all the work involved in installing thermoplastic “school” legend marking, complete in place, as shown on the plans, as specified in the Standard Specifications, the Special Conditions and these Technical Specifications, and as directed by the City Engineer. The contract Unit price paid per THERMOPLASTIC TRAFFIC MARKING – “ZONE” LEGEND shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals and for doing all the work involved in installing thermoplastic “zone” legend marking, complete in place, as shown on the plans, as specified in the Standard Specifications, the Special Conditions and these Technical Specifications, and as directed by the City Engineer. The contract Unit price paid per THERMOPLASTIC TRAFFIC MARKING – “ZONE” LEGEND shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals and for doing all the work involved in installing thermoplastic “zone” legend marking, complete in place, as shown on the plans, as specified in the Standard Specifications, the Special Conditions and these Technical Specifications, and as directed by the City Engineer. The contract Unit price paid per THERMOPLASTIC TRAFFIC MARKING – “KEEP” LEGEND shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals and for doing all the work involved in installing thermoplastic “keep” legend marking, complete in place, as shown on the plans, as specified in the Standard Specifications, the Special Conditions and these Technical Specifications, and as directed by the City Engineer. The contract Unit price paid per THERMOPLASTIC TRAFFIC MARKING – “CLEAR” LEGEND shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals and for doing all the work involved in installing thermoplastic “clear” legend marking, complete in place, as shown on the plans, as specified in the Standard Specifications, the Special Conditions and these Technical Specifications, and as directed by the City Engineer. The contract Unit price paid per THERMOPLASTIC TRAFFIC MARKING – “SLOW” LEGEND shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals and for doing all the work involved in installing thermoplastic “slow” legend marking, complete in place, as shown on the plans, as specified in the Standard Specifications, the Special Conditions and these Technical Specifications, and as directed by the City Engineer. The contract Unit price paid per THERMOPLASTIC TRAFFIC MARKING – RAILROAD CROSSING LEGEND shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals and for doing all the work involved in installing thermoplastic “slow” De Anza Blvd and McClellan Rd/Pacifica Dr Intersection Modification Project No. 2020-12 City of Cupertino November 2022 Technical Specifications—Bid ROADWAY MARKING ACCESSORIES 02840-13 legend marking, complete in place, as shown on the plans, as specified in the Standard Specifications, the Special Conditions and these Technical Specifications, and as directed by the City Engineer. The contract Unit price paid per THERMOPLASTIC TRAFFIC MARKING – TYPE I ARROW shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals and for doing all the work involved in installing thermoplastic Type I arrow, complete in place, as shown on the plans, as specified in the Standard Specifications, the Special Conditions and these Technical Specifications, and as directed by the City Engineer. The contract Unit price paid per THERMOPLASTIC TRAFFIC MARKING – TYPE II ARROW shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals and for doing all the work involved in installing thermoplastic Type II arrow, complete in place, as shown on the plans, as specified in the Standard Specifications, the Special Conditions and these Technical Specifications, and as directed by the City Engineer. The contract Unit price paid per THERMOPLASTIC TRAFFIC MARKING – TYPE III ARROW shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals and for doing all the work involved in installing thermoplastic Type III arrow, complete in place, as shown on the plans, as specified in the Standard Specifications, the Special Conditions and these Technical Specifications, and as directed by the City Engineer. The contract Unit price paid per THERMOPLASTIC TRAFFIC MARKING – TYPE III(B) ARROW shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals and for doing all the work involved in installing thermoplastic Type III(B) arrow, complete in place, as shown on the plans, as specified in the Standard Specifications, the Special Conditions and these Technical Specifications, and as directed by the City Engineer. The contract Unit price paid per THERMOPLASTIC TRAFFIC MARKING – TYPE IV ARROW shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals and for doing all the work involved in installing thermoplastic Type IV arrow, complete in place, as shown on the plans, as specified in the Standard Specifications, the Special Conditions and these Technical Specifications, and as directed by the City Engineer. The contract Unit price paid per THERMOPLASTIC TRAFFIC MARKING – TYPE VI ARROW shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals and for doing all the work involved in installing thermoplastic Type VI arrow, complete in place, as shown on the plans, as specified in the Standard Specifications, the Special Conditions and these Technical Specifications, and as directed by the City Engineer. The contract Unit price paid per THERMOPLASTIC TRAFFIC MARKING – TYPE VII ARROW shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals and for doing all the work involved in installing thermoplastic Type VII arrow, complete in place, as shown on the plans, as specified in the Standard Specifications, the Special Conditions and these Technical Specifications, and as directed by the City Engineer. The contract Unit price paid per THERMOPLASTIC TRAFFIC MARKING – TYPE VIII ARROW shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals and for doing all the work involved in installing thermoplastic Type VIII arrow, complete in place, as shown on the plans, as specified in the Standard Specifications, the Special Conditions and these Technical Specifications, and as directed by the City Engineer. The contract Unit price paid per THERMOPLASTIC TRAFFIC MARKING – BIKE DETECTOR SYMBOL shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals and for doing all the work involved in installing thermoplastic bike detector symbol, complete in place, as shown on the plans, as specified in the Standard Specifications, the Special De Anza Blvd and McClellan Rd/Pacifica Dr Intersection Modification Project No. 2020-12 City of Cupertino November 2022 Technical Specifications—Bid ROADWAY MARKING ACCESSORIES 02840-14 Conditions and these Technical Specifications, and as directed by the City Engineer. The contract Unit price paid per THERMOPLASTIC TRAFFIC MARKING – WHITE SERIES OF ISOCELES TRIANGLES (SHARK TEETH) – PER LANE shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals and for doing all the work involved in installing thermoplastic white series of isosceles triangles (shark teeth) – per lane, complete in place, as shown on the plans, as specified in the Standard Specifications, the Special Conditions and these Technical Specifications, and as directed by the City Engineer. The contract price paid per Linear Foot for THERMOPLASTIC TRAFFIC STRIPING – DETAIL 9 shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals and for doing all the work involved in furnishing and installing Detail 9 traffic stripes, complete in place, as shown on the plans, as specified in the Standard Specifications, the Special Conditions and these Technical Specifications, and as directed by the City Engineer. The contract price paid per Linear Foot for THERMOPLASTIC TRAFFIC STRIPING – DETAIL 22 shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals and for doing all the work involved in furnishing and installing Detail 22 traffic stripes, complete in place, as shown on the plans, as specified in the Standard Specifications, the Special Conditions and these Technical Specifications, and as directed by the City Engineer. The contract price paid per Linear Foot for THERMOPLASTIC TRAFFIC STRIPING – DETAIL 27B shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals and for doing all the work involved in furnishing and installing Detail 27B traffic stripes, complete in place, as shown on the plans, as specified in the Standard Specifications, the Special Conditions and these Technical Specifications, and as directed by the City Engineer. The contract price paid per Linear Foot for THERMOPLASTIC TRAFFIC STRIPING – DETAIL 29 shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals and for doing all the work involved in furnishing and installing Detail 29 traffic stripes, complete in place, as shown on the plans, as specified in the Standard Specifications, the Special Conditions and these Technical Specifications, and as directed by the City Engineer. The contract price paid per Linear Foot for THERMOPLASTIC TRAFFIC STRIPING – DETAIL 32 shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals and for doing all the work involved in furnishing and installing Detail 32 traffic stripes, complete in place, as shown on the plans, as specified in the Standard Specifications, the Special Conditions and these Technical Specifications, and as directed by the City Engineer. The contract price paid per Linear Foot for THERMOPLASTIC TRAFFIC STRIPING – DETAIL 37B shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals and for doing all the work involved in furnishing and installing Detail 37B traffic stripes, complete in place, as shown on the plans, as specified in the Standard Specifications, the Special Conditions and these Technical Specifications, and as directed by the City Engineer. The contract price paid per Linear Foot for THERMOPLASTIC TRAFFIC STRIPING – DETAIL 38A shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals and for doing all the work involved in furnishing and installing Detail 38A traffic stripes, complete in place, as shown on the plans, as specified in the Standard Specifications, the Special Conditions and these Technical Specifications, and as directed by the City Engineer. The contract price paid per Linear Foot for THERMOPLASTIC TRAFFIC STRIPING – DETAIL 39 (AND BUFFER STRIPING) shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals and for doing all the work involved in furnishing and installing Detail 39 (and buffer striping) traffic stripes, complete in place, as shown on the plans, as specified in the Standard Specifications, the Special Conditions and these Technical Specifications, and as De Anza Blvd and McClellan Rd/Pacifica Dr Intersection Modification Project No. 2020-12 City of Cupertino November 2022 Technical Specifications—Bid ROADWAY MARKING ACCESSORIES 02840-15 directed by the City Engineer. The contract price paid per Linear Foot for THERMOPLASTIC TRAFFIC STRIPING – DETAIL 39A shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals and for doing all the work involved in furnishing and installing Detail 39A traffic stripes, complete in place, as shown on the plans, as specified in the Standard Specifications, the Special Conditions and these Technical Specifications, and as directed by the City Engineer. The contract price paid per Linear Foot for THERMOPLASTIC TRAFFIC STRIPING – DETAIL 40 shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals and for doing all the work involved in furnishing and installing Detail 40 traffic stripes, complete in place, as shown on the plans, as specified in the Standard Specifications, the Special Conditions and these Technical Specifications, and as directed by the City Engineer. The contract price paid per Linear Foot for 12” THERMOPLASTIC TRAFFIC MARKING – CROSSWALK AND LIMIT LINES (WHITE OR YELLOW) shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals and for doing all the work involved in furnishing and installing 12” thermoplastic traffic markings for proposed crosswalks and limit lines that are white or yellow, complete in place, as shown on the plans, as specified in the Standard Specifications, the Special Conditions and these Technical Specifications, and as directed by the City Engineer. The contract price paid per Linear Foot for 24” THERMOPLASTIC TRAFFIC MARKING – CROSSWALK LADDER STRIPE (WHITE OR YELLOW) shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals and for doing all the work involved in furnishing and installing 24” thermoplastic traffic markings for proposed crosswalks ladder stripes that are white or yellow, complete in place, as shown on the plans, as specified in the Standard Specifications, the Special Conditions and these Technical Specifications, and as directed by the City Engineer. The contract price paid per Square Foot for GREEN PAVEMENT MARKING shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals and for doing all the work involved in furnishing and installing green bicycle pavement marking, complete in place, as shown on the plans, as specified in the Standard Specifications, the Special Conditions and these Technical Specifications, and as directed by the City Engineer. The contract price paid per Linear Foot for TRAFFIC STRIPE – DETAILS 27B AND 27C – 6” WHITE SOLID THERMOPLASTIC (REVOCABLE) shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals and for doing all the work involved in furnishing and installing Detail 27B and 27C traffic stripes in areas where existing bike lane stripe needs to be repaired, complete in place, as shown on the plans, as specified in the Standard Specifications, the Special Conditions and these Technical Specifications, and as directed by the City Engineer. END OF SECTION 02840 De Anza Blvd and McClellan Rd/Pacifica Dr Intersection Modification Project No. 2020-12 City of Cupertino November 2022 Technical Specifications—Bid ROADSIDE SIGNS 02891-1 SECTION 02891 ROADSIDE SIGNS PART 1 – GENERAL 1.1 WORK INCLUDED A. This work shall consist of furnishing, installing, removing and relocating street signs and posts in accordance with the Plans and these Technical Specifications. 1.2 REFERENCES A. New signs and posts shall be installed in accordance with Section 82 of the Caltrans Standard Specifications. B. Signs and markers must comply with the California MUTCD, California Sign Specifications. For the California Sign Specifications, go to the Department’s Traffic Operations website. PART 2 – PRODUCTS 2.1 MATERIALS A. Sign panels shall be constructed of aluminum, in accordance with Section 82-2 of the Caltrans Standard Specifications, or City approved equal. B. Mounting hardware for signs shall conform to the applicable requirements and specifications shown and noted on Caltrans Standard Plans RS2 through RS4. C. Traffic control sign panels shall be of the type, size, shape, and pattern designated or called for on the plans and detail drawings. Where sign sizes are not specified in the plans, the designated Standard size sign in accordance with the California MUTCD shall be used. D. Signs shall conform to the requirements of Sections 82-2 and 82-3 of the Standard Specifications. E. Signs must comply with the California Sign Specifications and the federal Standard Highway Signs and Markings Book. F. Submit a certificate of compliance for: 1. Aluminum sheeting 2. Retroreflective sheeting 3. Screened-process colors 4. Nonreflective, opaque, black film G. Retroreflective sign sheeting shall conform to the requirements in Section 82- 2.02C of the Standard Specifications and Part 2 of the California MUTCD. H. Sign information must be imprinted in 1/4-inch upper case letters and numerals. Locate this information on the back, lower right of each sign panel. Sign information must include: 1. Month and year of fabrication De Anza Blvd and McClellan Rd/Pacifica Dr Intersection Modification Project No. 2020-12 City of Cupertino November 2022 Technical Specifications—Bid ROADSIDE SIGNS 02891-2 2. Type of retroreflective sheeting 3. Sheeting manufacturer's identification and lot number for the retroreflective sheeting I. Posts for traffic control signs, unless designated to be mounted on traffic signal or electrolier standards, shall be the metal breakaway type, unless noted otherwise. J. Concrete bases for traffic control sign posts shall be Portland cement concrete and shall conform to the requirements of Section 02550 of these Technical Specifications and Section 90-2 of the Standard Specifications. PART 3 – EXECUTION 3.1 TRAFFIC SIGNS AND POSTS A. The exact location or relocation of each sign or signpost shall be determined in the field by the Engineer. B. Holes left in the landscaped area by removal of poles shall be filled with clear soil and any damage to landscaping shall be repaired. C. Holes in concrete shall be core drilled and filled with concrete slurry and finished flush with sidewalk. D. Warning and regulatory signs shall conform to Chapter 4 of the Caltrans Traffic Manual E. All existing signs shall be maintained until they have been relocated or replacement signs are installed. 3.2 TRAFFIC CONTROL SIGNS A. Traffic control signs shall be installed in conformance with the requirements of the California MUTCD, and Section 82-3 of the Standard Specifications. B. After erection, damage to traffic sign faces shall be repaired as required. PART 4 – MEASUREMENT AND PAYMENT END OF SECTION 02891 De Anza Blvd and McClellan Rd/Pacifica Dr Intersection Modification Project No. 2020-12 City of Cupertino November 2022 Technical Specifications—Bid SIGNALS, LIGHTING AND ELECTRICAL SYSTEMS 16500-1 SECTION 16500 SIGNALS, LIGHTING AND ELECTRICAL SYSTEMS PART I - GENERAL 1.1 WORK INCLUDED A. Installation of traffic signal standards, posts, and foundations. B. Traffic signal heads, push button assemblies, luminaries, hardware and appurtenances. C. Traffic signal pull boxes. D. Conduit, circuits, and appurtenances. E. Trenching for conduits and appurtenances and backfill. F. Dust alleviation and control. G. Cleanup and restoration of surface in improved areas, including pavement markings and signage. H. Supplying all labor, materials, equipment and apparatus not specifically mentioned herein or noted on the plans, but which are incidental and necessary to complete the work specified. I. Prior to installing the traffic signal poles, Contractor shall refer to the potholing report prepared by Bess Testlab dated January 7, 2020. J. 2 weeks prior to installing traffic signal pole at Finch Avenue intersection, Contractor to drill an exploratory hole at the proposed pole foundation location per the Project Plans. K. The cost for the traffic signal pole exploratory hole will not be paid for as a pothole, but the cost for the traffic signal pole exploratory hole will be part of the price paid for traffic signal poles. L. Removing existing traffic signal standards. M. Relocating existing traffic signal equipment and roadway signs. N. Furnishing and installing new traffic signal standards and equipment at the intersections of Wolfe Road/Miller Avenue and Stevens Creek Boulevard and Finch Avenue and Stevens Creek Boulevard, per the Project Plans and these Technical Specifications. 1.2 APPLICABLE PUBLICATIONS A. The publications listed below form a part of this specification to the extent referenced. The publications are referred to in the text by the general designation only. 1. The State of California, Department of Transportation Standard Specifications, De Anza Blvd and McClellan Rd/Pacifica Dr Intersection Modification Project No. 2020-12 City of Cupertino November 2022 Technical Specifications—Bid SIGNALS, LIGHTING AND ELECTRICAL SYSTEMS 16500-2 Standard Plans, and Manual on Uniform Traffic Control Devices (MUTCD). 2. NEC – The National Electric Code. 3. California Division of Industrial Safety Electrical Orders (Title 8). 4. I.E.S. – Illumination Engineering Society of Standards. 5. NEMA – National Electrical Manufacturers Association Standards. 6. IMSA – International Municipal Signal Standards and Specifications. 7. SPUC Electrical Safety Orders (i.e., General Order No. 95) 8. American Society for Testing and Materials (ASTM) Publications: A – 123 Zinc Coatings, Rolled, Pressed Forged Mat. A - 307 Carbon Steel Bolts and Studs, 60,000 psi Tensile Strength. B - 3 Specification for Soft or Annealed Copper Wire. B - 8 Cubic Conduit Hard Medium Soft. D – 1785 Pipe, Poly Vinyl Chloride (PVC) Plastic, Schedules 40, 80 &120. 9. City of Cupertino Standard Details 10. Caltrans Standard Plans and Specifications 1.3 SUBMITTALS A. Contractor shall submit shop drawings on all electroliers, fixtures, and signal system equipment components, and catalogue cuts of conduits, conductors, pull boxes, and other equipment for approval prior to ordering material and equipment. B. Traffic Control and Pedestrian Access Plan: When work will occur on or adjacent to the right- of-way, submit a Traffic Control and Pedestrian Access Plan in accordance with Section 01550 72 hours in advance for approval prior to starting work. 1.4 QUALITY ASSURANCE A. All work shall be done under the supervision of, and to the satisfaction of the City Engineer. B. Electrical work must be performed by a contractor having a valid California C-10,'Electrical Contractor' license. C. Installation shall be in conformance with the NEC. D. All materials to be supplied shall be approved by the City. E. All material for signals and safety lighting shall require the Underwriters' Laboratories label, except material for which U. L. does not provide label service listing. De Anza Blvd and McClellan Rd/Pacifica Dr Intersection Modification Project No. 2020-12 City of Cupertino November 2022 Technical Specifications—Bid SIGNALS, LIGHTING AND ELECTRICAL SYSTEMS 16500-3 E. All material shall be new, packed in original containers, installed or turned over to the City free of rust, corrosion, or any other defects. F. To the extent possible, all equipment or materials for any one system shall be furnished by the same manufacturer. Such items as conduit, conduit fittings and appurtenances supplied for any one system shall be the same throughout the project. G. Compaction, Compression, and Tests: 1. The percentage of compaction or the compressive strength specified shall be the minimum allowable. 2. Compressive strength of concrete shall be determined utilizing test cylinders taken during the pour at such times and frequencies as designated by the City Engineer. At minimum, the compressive strength shall be tested once per 100 cubic yard of concrete cast, or every day of casting, whichever is more frequent. Sampling shall be in accordance with the requirements of ASTM C172 and the specimens shall be made and cured in accordance with the requirements of ASTM C31. Compression testing shall conform to the requirements of ASTM C39. H. Certification of Materials: 1. Portland Cement Concrete: When requested, provide City Engineer with two (2) copies of mill test reports of aggregate, cement, and reinforcement supplied, showing compliance with the respective Specifications. 2. Provide City Engineer with copies of certified plant load-out slips showing volume of concrete delivered and time of mixing for each load. 1.5 JOB CONDITIONS A. Contractor shall conduct operations and schedule cleanup in a manner to cause the least possible obstruction and inconvenience to traffic, pedestrians and any adjacent property owners and tenants. B. Contractor shall protect open excavations and trenches with covers, railings and fences as required, together with signs, lights and other warning devices sufficient to protect and maintain safe pedestrian, bicycle, and vehicular traffic through the work area to the satisfaction of the City Engineer. C. Contractor shall conduct operations in such a manner that existing facilities and utilities which are to remain in place will note be damaged. Excavation, trenching, and other work under or adjacent to existing pipelines, conduit runs, or structures of any kind, shall be protected in such a manner as not to interfere with the safe operation and use of such facilities. Should any damage be incurred to existing facilities or structures during the operations, the Contractor shall immediately notify the proper owners or authorities and shall arrange for the immediate repair of the facilities at the Contractor’s expense. D. The location of proposed signal and electrolier standards, pull boxes, conduits, cabinets, and other equipment shown on the plans is approximate only and the exact location of such shall be as established in the field by the City Engineer. De Anza Blvd and McClellan Rd/Pacifica Dr Intersection Modification Project No. 2020-12 City of Cupertino November 2022 Technical Specifications—Bid SIGNALS, LIGHTING AND ELECTRICAL SYSTEMS 16500-4 E. Construction area shall be left in a clean, neat, and workmanlike condition. All construction waste, rubbish, and debris remaining upon completion of the work shall become the property of the Contractor unless otherwise specified herein or noted on the plans and shall be removed from the work-site by the Contractor and disposed of off-site in a lawful manner to the satisfaction of the City Engineer. F. Comply and conform to conditions and requirements indicated herein and specified under all other sections of these Technical Specifications. 1.6 MAINTAINING EXISTING AND TEMPORARY ELECTRICAL SYSTEMS A. Traffic signal and street lighting system shutdowns shall be limited to periods between the hours of 9:00 AM and 3:00 PM. B. Existing street lighting and signal communication systems shall be maintained during construction operations. Maintain existing safety lighting on streets to the minimum required by the Special Conditions, or as required by the City Engineer. Maintenance of existing street light and traffic signal systems shall be considered as included in the contract lump sum prices for the work item involved and no additional compensation will be allowed therefore. C. The contractor shall place "Stop Ahead" and "Stop" signs to direct vehicle and pedestrian traffic through the intersection during traffic signal system shutdown. Temporary "Stop Ahead" and "Stop" signs shall be either covered or removed when the system is turned on. D. "Stop Ahead" and "Stop" signs shall be furnished by the contractor and shall conform to the provisions in the California MUTCD and Section 12-3.11, "Construction Area Signs", of the Standard Specifications, except that the base material for the signs shall not be plywood. E. One "Stop Ahead" sign and two "Stop" signs shall be placed for each direction of traffic. Location of the signs shall be as directed by the City Engineer. F. Full compensation for furnishing, installing, maintaining and removing temporary "Stop Ahead" and "Stop" signs and for covering signs not in use shall be considered as included in the contract lump sum price paid for the work item involved and no additional compensation will be allowed therefore. PART 2 - PRODUCTS 2.1 CITY FURNISHED ITEMS A. The City will furnish the following equipment: 1. Type 26-4-100 mast arm traffic signal pole for the DeAnza/McClellan/Pacifica intersection (Pole A), and 2. Type 24-4-100 mast arm traffic signal pole for the DeAnza/McClellan/Pacifica intersection (Pole H). 3. Electrical Service Cabinet 4. Type P Traffic Signal Cabinet and Naztec Model 900 TS2 traffic signal controller B. The Contractor shall pick-up City-furnished traffic signal poles at the supplier’s warehouse: JAM Services, Inc. located at 958 E Airway Boulevard, Livermore, CA 94551. Contractor will make arrangements with JAM Services, Inc. prior to pick-up. C. The Contractor shall pick up Electrical Service Cabinet and Traffic Signal Cabinet and De Anza Blvd and McClellan Rd/Pacifica Dr Intersection Modification Project No. 2020-12 City of Cupertino November 2022 Technical Specifications—Bid SIGNALS, LIGHTING AND ELECTRICAL SYSTEMS 16500-5 Controllers from the City’s Public Works Yard (10 Franco Court, Cupertino). Contractor shall provide 48-hour notice prior to pick-up. D. Contractor shall confirm/measure the traffic signal pole base plate bolt patterns prior to pouring the signal pole foundations. E. Expected delivery date of City-furnished poles to JAM Services warehouse in Livermore is September 27. This is subject to change. 2.2 CONTRACTOR FURNISHED ITEMS A. Except as noted in section 2.1, the Contractor shall furnish all other poles and equipment necessary to install the traffic signal improvements and to provide a fully functional traffic signal system as per the Project plan and these Technical Specifications. 2.3 EQUIPMENT LIST AND DRAWINGS A. Submission of Proposed List of Equipment and Material Drawings: 1. Unless otherwise permitted in writing by the Engineer, the Contractor, within 10 days following approval of the contract or at the time of the pre-construction meeting (whichever comes first), shall submit to the Engineer for approval, a list of equipment and materials to be installed. 2. The list shall be complete as to name of manufacturer, size and identifying number of each item. B. At the completion of construction, the Contractor shall submit a record drawing (i.e., marked up copy of the contract drawing) showing the intersection: 1. Poles 2. Cabinets 3. Pull boxes 4. Conduit routing 5. Loops 6. Pole schedule 7. Conduit schedule 8. Phasing as shown on the plans 2.4 TRAFFIC SIGNAL POLES AND MAST ARMS A. New traffic signal poles shall conform to the 2018 Caltrans Standard Plans and Sections 86 and 87 of the Caltrans Standard Specifications. B. All poles shall be Valmont Galvanized Steel or approved equal. Refer to “2.1 City Furnished Items” of this specification section for information on which poles will be furnished by City. C. All anchor bolts shall be sized to Caltrans Standard Plans and Specifications. D. All anchor bolts shall be galvanized steel, complete with two hex nuts, two flat washers and one lock washer per bolt. E. The bonding wire is to be secured to a grounding lug, which is bolted to the inside of the pole directly opposite the hand hole. 1. All poles are to be grounded using a #6 AWG soft drawn bare copper wire. 2. Bonding wire must not be able to come in contact with the pole. 3. Ground wire shall be attached to ground rod at service pull-box by means of a ground rod clamp. De Anza Blvd and McClellan Rd/Pacifica Dr Intersection Modification Project No. 2020-12 City of Cupertino November 2022 Technical Specifications—Bid SIGNALS, LIGHTING AND ELECTRICAL SYSTEMS 16500-6 F. All shafts shall be provided with slip fitter caps. 2.5 PULL BOXES A. New pull boxes shall conform to Section 86-1.02C of the Standard Specifications, Caltrans standard plans ES-8A and ES-8B, and these Technical Specifications. B. Pull box types and sizes shall be as per Project plans. C. All pull boxes not in vehicular traffic areas shall be Composolite Quazite pull boxes or approved equal. D. Concrete boxes with traffic-rated lids shall be used in vehicular traffic areas. 2.6 CONDUIT A. All buried conduit will be PVC (polyvinyl chloride) schedule 40 with a diameter as shown on the Project Plans. B. Conduit mounted on structures or within concrete foundations shall be rigid metal or IMC type. C. All conduit will be installed in accordance with City of Cupertino standards or by directional boring. D. There shall be no more than 3-90 degree sweeps in any run between pull boxes. E. The minimum radius of bends for 2” conduit shall be 24”. F. The minimum radius of bends for 3” conduit shall be 36”. G. Conduit shall not be mounted on the surface of poles or cabinets except in the case of risers. 2.7 CONDUCTORS A. Conductors shall conform to the provisions in Section 86-1.02F “Conductors and Cables” of the Standard Specifications and these Technical Specifications. B. All field wiring must conform to the City of Cupertino traffic signal color code. C. All conductors shall be labeled in the controller cabinet. D. All conductors from vehicle and pedestrian head terminal blocks to the nearest pull box shall be AWG #14 solid copper THHN/THWN cross-linked polyethylene. 2.8 TRAFFIC SIGNAL VEHICULAR HEADS A. Traffic signal heads shall be Econolite or McCain aluminum and shall be included in Caltrans’ Authorized Material List. B. Traffic signal heads with 100% interchangeable parts may be considered. C. At the City’s discretion, the Contractor may be required to supply a sample of the proposed De Anza Blvd and McClellan Rd/Pacifica Dr Intersection Modification Project No. 2020-12 City of Cupertino November 2022 Technical Specifications—Bid SIGNALS, LIGHTING AND ELECTRICAL SYSTEMS 16500-7 vehicle signal head, complete with framework and visor, for examination and approval by the City. The Contractor shall be called to pick up the sample within 5 working days when the inspection is complete. D. Housings shall be factory drilled and tapped to accommodate backplates. E. Visors shall be tunnel type. F. Visors shall be 7 inches long for 8-inch signal faces and 9-1/2 inches long for 12-inch signal faces. G. All backplates shall be factory painted flat black in color and conform to Caltrans Standard Plan ES-4C. H. All vehicle signal sections shall be 12-inch. I. All bicycle signal sections shall be 8-inch. J. All framework assemblies shall have vertical ferrous terminal compartments. K. All signal head sections (red, yellow, and green) shall be Light Emitting Diode (LED) type, General Electric or approved equivalent and included on Caltrans’ Authorized Material List. 2.9 PEDESTRIAN SIGNALS AND PUSH BUTTONS A. Pedestrian signal push button shall have a 2-inch diameter and be ADA approved , or approved equal. B. The pedestrian signals shall be 16” countdown-type (General Electric or approved equivalent), using Light Emitting Diode (LED) for walk, don’t walk and countdown indications. Signal shall use international symbol indications, with full hand and full man, and include Z-crate visor. Housing of pedestrian head shall be painted black. C. Pedestrian heads and pushbuttons with 100% interchangeable parts may be considered. D. At the City’s discretion, the Contractor may be required to supply a sample of the proposed pedestrian signal head, complete with framework, for examination and approval by the City. The Contractor shall be called to pick up the sample within 5 working days when the inspection is complete. E. Pedestrian instruction signs shall be R10-3i with arrow indicating direction of crossing. F. Wiring shall be #14 AWG THHN/THWN and conform to the City of Cupertino color code. 2.10 VEHICLE DETECTION - INDUCTIVE LOOP DETECTORS A. Detector loop lead-in cable installed between the traffic signal controller and the stub out for the loop shall be #16AWG (19 x 29 AWG), 2 conductor shielded cable, Manhattan #M13247, or approved equal. B. Detector loop cable shall be #14 AWG (104 X 34 AWG), 600-volt, 105-degree C, black, high De Anza Blvd and McClellan Rd/Pacifica Dr Intersection Modification Project No. 2020-12 City of Cupertino November 2022 Technical Specifications—Bid SIGNALS, LIGHTING AND ELECTRICAL SYSTEMS 16500-8 density, polyethylene-jacket, IMSA Spec 51-3 1984, conductor, Belden #9438, or approved equal. C. Loop sealant shall be Reed and Graham, “Over-Kote”, or approved equal. Hot-melt rubberized asphalt sealant shall not be used. 2.11 VEHICLE DETECTION – 360-DEGREE VIDEO DETECTION SYSTEM A. The contractor shall furnish and install a 360-degree video detection system, by Grid Smart or City approved equal, at the intersection of Wolfe Road/Miller Avenue and Stevens Creek Boulevard. 2.12 MAST ARM MOUNTED STREET NAME SIGNS A. Mast arm mounted street name signs shall be furnished by City. Contractor shall pick up City- furnished street name signs from City of Cupertino Municipal Service Center, located at 10555 Mary Avenue. 2.13 TRAFFIC SIGNAL SAFETY LIGHTING A. Traffic signal safety lighting shall conform to the provisions in section 86-1.02K, “Luminaires,” of the Standard Specifications and these Technical Specifications. B. Contractor is to provide submittals of proposed LED Luminaires conforming to section 86- 1.02K(2) of Standard Specifications and these Special Provisions. C. Luminaires shall be LED, Type III, medium cut-off types. The luminaire wattage shall be equivalent to a 120-watt high pressure sodium luminaire, unless otherwise indicated on plans. Luminaires shall have a color temperature of 4000K. D. The photoelectric cell is to have a 1000-watt rating and voltage range of 105-volts to 285-volts. E. The photo electric cell socket shall be an integral part of the top of the luminaire standard closest to the electrical service cabinet. F. The photo electric cell shall be DTL Model D124-1.5-S or approved equal with 1.5 FTC turn-on level. G. The source wire for luminaires shall be black #8 AWG THHN or approved equal for the hot wire (for 120 volts), and red and black #8 AWG THHN or approved equal (for 240 Volts). The neutral wire shall be white #8 AWG THHN. H. Each individual safety light shall be fused in the base of the pole with BAN-15 AMP Buss fuse utilizing a TRON HEB-AA fuse holder or approved equal. PART 3 - EXECUTION 3.1 REMOVAL OF EQUIPMENT A. All removed equipment, other than the traffic signal poles, shall become the property of the Contractor, unless noted otherwise on the Project Plans or these Technical Specifications. De Anza Blvd and McClellan Rd/Pacifica Dr Intersection Modification Project No. 2020-12 City of Cupertino November 2022 Technical Specifications—Bid SIGNALS, LIGHTING AND ELECTRICAL SYSTEMS 16500-9 Removals shall be performed in a careful and workmanlike manner. B. Contractor shall be liable for all damaged equipment during removal. Salvaged material not reused shall be delivered to the City of Cupertino Municipal Service Center located at 10555 Mary Avenue, Cupertino, California. The cost of this shall be considered in the lump sum of the work item involved and no addition compensation will be allowed therefore. 3.2 EXISTING TRAFFIC SIGNAL POLES AND EQUIPMENT A. Existing traffic signal poles and equipment removed as part of this project shall be delivered by the Contractor to the City of Cupertino Municipal Service Center, located at 10555 Mary Avenue. Contractor shall abandon existing traffic signal pole foundations and return the area to match the surrounding area. 3.3 DAMAGE EXISTING FACILITIES A. Sidewalks, curb and gutter, planting medians and other pavement which are damaged by the signal installation work shall be removed by saw cutting at the first scoring line or as determined by the Engineer and replaced in kind. B. The replacement of all damaged facilities shall be done at the Contractor’s expense. 3.4 UNDERGROUND UTILITIES A. Existing underground utilities shown on the plans are approximate only. The Contractor shall verify exact location of all underground utilities prior to any excavation, drilling or underground boring work. B. The City does not warrant the accuracy or completeness of items or their locations. The Contractor shall verify the exact location and depth of existing conduits, pull boxes and other electrical facilities prior to the use of any tools or equipment that may damage such facilities or interface with any electrical system. C. It shall be the responsibility of the Contractor to contact serving utilities and obtain their approval and consent as their interest may appear. D. Contractor is responsible for additional expenses due to conflicts with underground obstructions. E. Underground Service Alert (U. S. A.) Notification 1. The Contractor shall notify U. S. A. at least 48 hours prior to any excavation. 811. 3.5 ELECTRICAL SERVICE A. Maintaining Existing and Temporary Electrical System 1. Existing traffic signal facilities are to be kept in operation during construction, until Contractor is ready to make the modified traffic signal system operational. De Anza Blvd and McClellan Rd/Pacifica Dr Intersection Modification Project No. 2020-12 City of Cupertino November 2022 Technical Specifications—Bid SIGNALS, LIGHTING AND ELECTRICAL SYSTEMS 16500-10 3.6 TRAFFIC SIGNAL POLE FOUNDATIONS A. New traffics signal pole foundations shall conform to the 2018 Caltrans Standard Plans and Standard Specifications. 3.7 TRAFFIC SIGNAL POLES AND MAST ARMS A. New traffics signal poles shall conform to the 2018 Caltrans Standard Plans and Sections 86 and 87 of the Caltrans Standard Specifications. Refer to “2.1 City Furnished Items” of this specification section for information on which poles will be furnished by City. B. All required drilling of poles shall be done in the field after the pole is mounted. C. All poles shall be leveled and cleaned of all cement. D. Contractor shall make tentative layouts of all standards as shown on the plans, then arrange for confirmation of locations by the Engineer, prior to excavating. E. A 2-foot minimum clearance shall be provided from face of curb to the face of standard, except where noted on the plans. F. When installed, pole base shall be 2 inches above finish grade level. The 2-inch gap between the base and finish grade shall be filled with non-shrink grout. G. Anchor bolts shall be bonded to rigid steel conduit. H. Conduit between standard and adjacent pull box shall be a 2” size minimum. I. Conduit shall protrude 2” max above finished surface foundation. J. The bonding wire is to be secured to a grounding lug, which is bolted to the inside of the pole directly opposite the hand hole. 1. All poles are to be grounded using a #6 AWG soft drawn bare copper wire. 2. Bonding wire must not be able to come in contact with the pole. 3. Ground wire shall be attached to ground rod at service pull box by means of a ground rod clamp. K. Salvaged material not reused shall be delivered to the City of Cupertino Municipal Service Center located at 10555 Mary Avenue, Cupertino, California, California. The cost of this shall be considered in the lump sum of the work item involved and no addition compensation will be allowed therefore. 3.8 PAINT TRAFFIC SIGNAL HARDWARE A. Painting traffic signal equipment shall conform to the provisions of Section 78-4.08 “Painting Electrical Material” of the Standard Specifications, and these Technical Specifications. B. Fronts of traffic signal backplates and inside of visors of traffic signal heads shall be painted lusterless black. 3.9 TRAFFIC SIGNAL SAFETY LIGHTING De Anza Blvd and McClellan Rd/Pacifica Dr Intersection Modification Project No. 2020-12 City of Cupertino November 2022 Technical Specifications—Bid SIGNALS, LIGHTING AND ELECTRICAL SYSTEMS 16500-11 A. All luminaires will be controlled by a central test switch located within the electrical service cabinet and a master photo cell located on top of one of the traffic signal poles. B. All luminaires shall be wired to a single dedicated circuit breaker within the Type III service cabinet. 3.10 TRAFFIC SIGNAL VEHICULAR HEADS A. Vehicle signals shall be mounted in accordance with the 2018 version of the Caltrans Standard Specifications and Standard Plans. B. After installation, signal lenses must be covered until signal turn-on. 3.11 PEDESTRIAN SIGNALS AND PUSH BUTTONS A. Pedestrian signals and push buttons shall be mounted in accordance with Caltrans and Americans with Disabilities Act standards. 3.12 PULL BOXES A. Top of pull boxes shall be set flush with surrounding finish grade land in curbed areas shall be set flush with top of curb. B. Once pull box installation is complete, the bottom of all pull boxes shall be completed with concrete. A one-inch diameter PVC pipe shall be provided through the concrete for drainage. C. Where the sump of an existing pull box is disturbed by the Contractor’s operations, the sump shall be reconstructed. D. All steel or cast-iron box covers shall be grounded per Caltrans standard plan ES-8B. E. All pull box covers containing traffic signal conductors shall be marked “TRAFFIC SIGNAL”. F. Markings on concrete covers shall be clearly defined and uniform in depth. G. Markings shall be between 1” and 3” high. H. Markings on steel and cast-iron pull box covers shall be applied prior to galvanizing. I. Unless otherwise stated on the Project Plans, pull boxes shall not contain more than one extension. 3.13 CONDUIT A. The Contractor shall contact USA 811, City of Cupertino (fiber optic cables), and other affected utilities 48 hours prior to commencing work to verify and “mark” existing underground utilities. No work is to commence until the services have been marked in the field. Potholing of all will be required prior to directional drilling or rockwheeling. B. The trench will be a minimum of 4” wide and the Contractor should maintain a cover of 18” wherever possible. The trench shall be backfilled with concrete slurry mix and 2” asphalt concrete. For details, refer to attached drawings. No trenching shall be left open at the end of De Anza Blvd and McClellan Rd/Pacifica Dr Intersection Modification Project No. 2020-12 City of Cupertino November 2022 Technical Specifications—Bid SIGNALS, LIGHTING AND ELECTRICAL SYSTEMS 16500-12 any working day. All trench edges shall be cut to a neat smooth line with a “Rock Wheel” device approved by the Engineer. Any trench edges that are uneven or broken during construction shall be removed and saw cut neatly prior to backfilling. C. Trench backfill material shall consist of a 2-sack mix, 2,000 psi, 5” slump slurry, containing 3/8” maximum pea gravel. Trenches adjacent to the lip of gutter are to receive sufficient lampblack to match the color of the existing asphalt street. The asphaltic concrete capping material shall conform to Section 39 of the Caltrans Standard Specifications. In addition, a fog seal shall be applied upon completion of the asphaltic paving. D. Contractor may elect to install conduit by directional drilling with Engineer’s approval. Conduit shall be installed minimum 18 inches below finished grade. Any damage to existing utilities shall be repaired promptly at the Contractor’s expense. E. Directional drilling or excavations in the street shall be performed in such a manner as to prevent unnecessary damage to streets, sidewalks, landscaping and other existing improvements or underground utilities. Restoration of landscaping and replacement of existing improvements shall be at the Contractor’s expense. F. Testing as required for AC and concrete slurry shall be performed to ensure compliance with these Technical Specifications. Inspection and testing shall be performed and conducted at no cost to the City. G. All conduit will be installed in accordance with City of Cupertino standards or by directional boring. H. There shall be no more than 3-90 degree sweeps in any run between pull boxes. I. The minimum radius of bends for 2” conduit shall be 24”. J. The minimum radius of bends for 3” conduit shall be 36”. K. Conduit shall not be mounted on the surface of poles or cabinets except in the case of risers. L. After conductors have been installed, the ends of conduits terminating in controller cabinets and pull boxes shall be sealed with an approved type of sealing compound. M. All empty conduits shall be installed with 3/16” diameter nylon pull rope for future use. 3.14 CONDUCTORS A. Conductors shall be pulled through rigid non-metallic conduit by hand only using nylon or polypropylene pull rope with a minimum tensile strength of 500 pounds. Nylon or polypropylene pull rope shall be installed in all conduits which are to receive future conductors. B. All splices of conductors shall use Type "C" shaped compression connectors and shall be insulated by means of Method "B" as set forth in Section 87-1.03H(2) “Splice Insulation Methods” of the Standard Specifications and these Technical Specifications. De Anza Blvd and McClellan Rd/Pacifica Dr Intersection Modification Project No. 2020-12 City of Cupertino November 2022 Technical Specifications—Bid SIGNALS, LIGHTING AND ELECTRICAL SYSTEMS 16500-13 C. Splices shall be made in pull boxes, or terminal compartments only. All signal conductors may be spliced, in pull boxes, where circuits branch except where duplicate parallel conductors are shown in the conductor schedule. D. Provide at least three (3) feet of slack within each pull box. E. Cables shall be permanently identified as to circuit or phase. Identification shall be placed on each cable in each pull box and near the end of terminated cable. F. When three or more conductors are to be enclosed within a single splice using heat shrink material, mastic shall be placed around each conductor prior to being placed inside the heat shrink material. The mastic shall be the type recommended by the manufacturer of the heat shrink material. G. The detector loop lead-in cable shall not contain splices except where it meets the loop cable at the stub out. H. Unless otherwise specified, splices in traffic signal conductors will be permitted only in pull boxes. 3.15 FIBER OPTIC CABLE A. Contractor shall disconnect existing 12-strand SMFO CCTV branch cable and traffic signal branch cable from existing splice closure. Traffic signal branch cable shall be disposed of by Contractor. CCTV branch cable shall be pulled back to location as shown on the project plans. Contractor shall protect fiber in place during construction. B. Contractor shall cut existing 96-strand SMFO fiber trunkline at existing splice closure and pull back fiber to locations shown on the project plans. Contractor shall protect fiber in place during construction. C. After conduits and controllers are in place, Contractor shall reinstall fiber cables as shown on plans. Contractor shall splice and terminate as indicated in these special provisions. D. Fiber-Optic Cable 1. Contractor shall refer to requirements as outlined in the most recent versions of the County of Santa Clara Standard Specifications and Specification Amendments, Section 86-02.08F. 2. During cable installation, the bend radius shall be maintained at a minimum of twenty times the outside diameter of the cable. In all pull boxes, the cable shall be routed as needed to avoid violating the minimum-bending radius. After installation, the bend radius shall be maintained at a minimum of ten times the outside diameter of the cable. Exceptions to minimum bend radius after installation shall only be allowed with the approval of the Engineer. 3. The branch cable shall have the following minimum slack requirements: Location Slack Fiber-optic vault 50 feet No. 6 pull box 3 feet Controller cabinet fiber termination panel 50 feet De Anza Blvd and McClellan Rd/Pacifica Dr Intersection Modification Project No. 2020-12 City of Cupertino November 2022 Technical Specifications—Bid SIGNALS, LIGHTING AND ELECTRICAL SYSTEMS 16500-14 4. No slack is required in No. 5 pull boxes. The Contractor shall submit the cable routing plan for these pull boxes to the Engineer for approval. Slack in pull boxes and cabinets required by the Plans and these Specifications shall be considered incidental to the installation of fiber optic cable. E. Flexible Conduit Dividers 1. Fiber shall be installed with flexible conduit dividers. . Flexible conduit dividers shall be detectable with embedded conducting tracer wire. Flexible conduit dividers consist of flexible fabric chambers that is installed inside conduit, and which in turn the fiber optic cable is installed. 2. Flexible conduit dividers within a conduit run must be continuous without splices or joints. 3. Flexible conduit dividers for this project must have a minimum of 3 cells. 4. Flexible conduit dividers cells must include 1250lb minimum flat woven pull tape in one cell. Flexible conduit dividers shall be protected and installed per manufacturer specifications. 5. The flexible conduit dividers must be shipped on reels marked with the manufacturer, the contract number, and the size and length of the flexible conduit dividers. The material on reels must be covered with aluminized material to protect colors from UV deterioration during shipment and storage. Flexible conduit dividers must be one continuous unit within a conduit run. Flexible conduit dividers must comply with Caltrans Standard Specifications section 86- 2.05A. F. Fiber Optic Jumper Cables 1. Fiber optic jumper cables shall meet the following requirements: Buffering 250 mm around each fiber, and 900 mm around each fiber applied after the initial 250mm Maximum Factory Measured 0.5 dB per EIA/TIA 455-171 Insertion Loss Less than 0.2 dB loss when subjected to EIA/TIA-455-1B, 300 cycles, 0.5 kg (1.1 lbs) Backreflection > 35 dB Strength Member Aramid yarn Sheathing Rugged PVC 3 mm (0.12 inch) (approximate) Minimum Bend Radius 320 mm (12.5") following installation, 640 mm (25") during installation Minimum Tensile Strength 444 N (100 lbf) Connectors Factory terminated with strain relief, connector type as required to connect to specified equipment, connector bodies shall be metallic and all ferrules shall be ceramic Use Comply with NEC requirements for indoor cable when used indoors, and rated by the manufacturer for use in outdoor field cabinets 2. The Contractor shall use single fiber jumper cables. The Contractor shall provide strain relief for jumper cables at both ends and elsewhere as needed. The Contractor shall adhere to manufacturer recommended installation and minimum bend radius requirements. G. Fiber Optic Pigtails 1. Fiber optic pigtails shall meet the requirements for jumper cable, except as amended by this De Anza Blvd and McClellan Rd/Pacifica Dr Intersection Modification Project No. 2020-12 City of Cupertino November 2022 Technical Specifications—Bid SIGNALS, LIGHTING AND ELECTRICAL SYSTEMS 16500-15 subsection. 2. Pigtails need not have a 3 mm (0.12 inch) PVC jacket. Pigtails shall have factory installed SC/APC connectors. The other end of the pigtail shall be bare for splicing to fiber. Pigtail fibers shall be spliced to fibers of the same color. Pigtails shall be of a suitable length to be routed from fiber splice trays to the fiber termination panels. Alternatively, single fiber pigtails may be routed through colored fan-out tubing that matches the fiber that it is spliced to. H. Fiber Termination Panels 1. Fiber termination panels shall be rack-mounted and accommodate 12 or 24-strands as shown on plans. 2. The panel shall be mounted to be easily accessible and no interference with the cabinet door or other equipment. 3. The panel shall be provided with strain relief lugs to support the cables. 4. All panels shall be free from burrs and sharp edges that may damage the cables. 5. The panel door shall be completely removable by means other than hinges. I. Fiber Termination 1. Contractor shall refer to termination requirements as outlined in the most recent versions of the County of Santa Clara Standard Specifications and Specification Amendments, Section 86. Termination type shall be SC/APC. J. Fiber Splicing 1. The Contractor shall make splices as shown in project plans. 2. The Contractor shall document the current splices before making any new splices. Existing splice enclosures shall be resealed in accordance with the manufacturer’s recommendations. If an existing splice enclosure is found damaged and can not be resealed per the manufacturer’s recommendations, or is of insufficient size for splicing, then a new splice enclosure shall be furnished and installed as approved by the Engineer and paid under a separate agreement. 3. The fiber optic cable splices shall be fusion type and splice losses shall be measured and recorded by the splicing equipment. This measurement shall not be used in lieu of fiber testing as specified in these Special Provisions. All splices shall be tested in accordance with the fiber testing specified in these Special Provisions. 4. Splices shall be housed in a splice tray in a splice enclosure and in underground splice closures or fiber termination units as shown on the Plans or specified herein. All splices shall be protected with a thermal shrink sleeve. The Contractor shall perform all outdoor splices within a tent, truck or trailer. If the Contractor wishes to use another type of facility for splicing, it must be approved by the Engineer. 5. Only those fibers that are to be spliced shall be removed from the cable and buffer tubes. All other fibers shall remain in their tubes and shall be suitably protected. The Contractor shall seal all cables where the cable jacket is removed. The cable shall be sealed per the cable manufacturer’s recommendation with an approved blocking material. 6. Contractor shall submit to the Engineer for approval the resumes with references of people De Anza Blvd and McClellan Rd/Pacifica Dr Intersection Modification Project No. 2020-12 City of Cupertino November 2022 Technical Specifications—Bid SIGNALS, LIGHTING AND ELECTRICAL SYSTEMS 16500-16 who will be performing splices. Splices shall be performed only by experienced personnel with experience including successful completion of no less than 2,000 fusion splices. All installers must be qualified and competent at performing their assigned work. At minimum, installers must be certified as follows (See http://www.thefoa.org/Certs.htm): a) Fiber optic installers must be certified by the Fiber Optic Association CFOS/O (outside plant) or process an approved Equal certification. b) Fiber optic splicers must be certified as CFOS/S (Splicing) or process an approved Equal certification c) Fiber optic testers must be certified as CFOS/T (testing), or process an approved Equal certification. d) Only those individuals approved by the Engineer shall be allowed to make fiber optic splices. 7. The optical fiber shall not be bent less than a 53 mm (2 inches) radius during installation or after final assembly in the splice tray. Each bare fiber shall be individually restrained in the splice tray. The placement and attachment of optical fibers in the splice tray shall be such that there is no discernible tensile force on the optical fiber. The raw fiber coming from the field cable shall have two complete wraps in the splice tray. 8. Following splicing, the Contractor shall ensure that the underground splice closures are sealed watertight in accordance with the manufacturer recommendations. The splice enclosure shall be pressurized through an air valve and a flash and soap test shall be performed according to manufacturer recommendations and under observation of the City Inspector or Engineer. K. Fiber Testing 1. All splices shall be tested. Splice losses shall not exceed 0.1 dB per splice. 2. The fiber-optic cable test shall be conducted from both ends of the fiber optic cable to evaluate total end-to-end loss, splice and connector loss and back reflection, and overall reflectance levels. 3. The test shall consist of performing Optical Time Domain Reflectometer (OTDR) testing, including optical loss and reflection testing with an optical loss test set (OLTS). 4. A 1,000 meter launch cable, or launch box, shall be used to overcome the dead zone of the OTDR inserted between the OTDR and the optical link. 5. The OTDR testing shall be done at a scale of at least 1 dB per division on the vertical scale. 6. The Contractor shall perform all fiber optic testing in the presence of the Engineer. Any testing performed by the Contractor and not witnessed by the Engineer shall not be accepted; and thus, re-testing shall be performed at no cost to the City. 3.16 VEHICLE DETECTION - INDUCTIVE LOOP DETECTORS A. All new signal loops shall be as shown on plans and details. Any changes to loop type, placement pattern, or installation shall be approved by the Engineer. B. All such work shall conform to the details and provisions of the Caltrans Standard Plans and Sections 86 and 87 of the Caltrans Standard Specifications, unless specified otherwise in the Project Plans or these Technical Specifications. De Anza Blvd and McClellan Rd/Pacifica Dr Intersection Modification Project No. 2020-12 City of Cupertino November 2022 Technical Specifications—Bid SIGNALS, LIGHTING AND ELECTRICAL SYSTEMS 16500-17 C. All traffic loops shall be replaced after approval of cat tracking and prior to final striping. D. Prior to initiating any work on the signal loops, the Contractor shall mark in the field location of new loops according to the plans and details. The City Traffic Division shall be contacted to review locations as marked by contractor. Loop installation operations shall commence only after approval is granted by Traffic Engineer. E. Maintaining the traffic signals during construction shall be a part of this work. The maximum time between disconnecting loops in operation until replacement shall be 14 working days. Should Contractor fail to meet this schedule, Contractor will be charged $1,500 per day of delay. F. All left-turn lane, through lane, and bicycle detector loops, shall be replaced to their existing locations, or as shown in the Project Plans. G. All sampler loops shall be three (3) turn Type “A” detector loops. H. One continuous, unbroken length of #14 AWG conductor shall be used to form a detector loop of the number of turns required, along with the lead-in from the detector loop to the pull box. a. Splices in this cable shall not be allowed, except in stub out junction box. b. The lead-in shall be spliced, soldered, and taped to the shielded cable at the pull box. De Anza Blvd and McClellan Rd/Pacifica Dr Intersection Modification Project No. 2020-12 City of Cupertino November 2022 Technical Specifications—Bid SIGNALS, LIGHTING AND ELECTRICAL SYSTEMS 16500-18 c. All splices shall be taped using Scotch #130C linerless rubber splicing tape or approved equal utilizing the following method. (1) Apply tape with tacky side up. (2) Stretch tape and apply ½-lapped to form smooth, void-free splice. (3) Wrap tightly in critical areas. (4) Three layers of this tape shall be required. d. All splices shall be finished by applying two ½ lapped layers of Scotch #37, followed by 3M liquid tape, or approved equal. e. Detector field loop connections shall be in parallel. I. One continuous, unbroken length of #16AWG (19 x 29 AWG), 2 conductor shielded cable shall run from each detector loop at the stub out pull box to the detector termination block in the cabinet. a. Splices in this cable shall not be allowed, except in stub out pull box. b. The lead-in shall be spliced, soldered, and taped to the shielded cable at the pull box. c. All splices shall be soldered to ensure constant low resistance and must be insulated in such a manner that the installation maintains a resistance to ground of not less than 100 megaohms tested at 500 volts DC. d. All splices shall be taped using Scotch #130C linerless rubber splicing tape or approved equal the following method. (1) Apply tape with tacky side up. (2) Stretch tape and apply ½-lapped to form smooth, void-free splice. (3) Wrap tightly in critical areas. (4) Three layers of this tape is required. e. All splices shall be finished by applying two ½ lapped layers of Scotch #37, followed by 3M liquid tape, or approved equal. f. Where spade terminals are used to secure the lead-in to field terminal blocks, the spade terminals shall be soldered. J. Detector loop wire shall be installed in a slot sawcut in the pavement. a. The sawcut slot shall have a depth of 1-inch to 1½-inches. b. The sawcut slot shall have a maximum width of ¼-inch. c. The sawcut slot shall be smooth, clean of all debris, and dry before the detector loop conductor is installed. K. The conductor shall be pushed into the slot utilizing a blunt nonmetallic object. a. Care must be exercised to avoid abrading or damaging the insulation on the conductor. L. After the detector loop conductors are installed in the pavement, the slot shall be filled with loop sealant. M. The detector loop lead-ins shall be installed in conduit from the gutter to the pull box. Conduit shall be 2” diameter with a 6” 90-degree stub-out. N. The gutter end of the conduit shall be sealed with duct seal. O. The excavation shall be filled with sand to within 1½-inch of the road surface and topped with asphalt. P. Each detector loop shall be individually brought to a pull box at the point of detector loop lead- in termination and spliced to the shielded cable. De Anza Blvd and McClellan Rd/Pacifica Dr Intersection Modification Project No. 2020-12 City of Cupertino November 2022 Technical Specifications—Bid SIGNALS, LIGHTING AND ELECTRICAL SYSTEMS 16500-19 Q. Each detector loop shall be identified in the pull box on the detector loop lead-in conductor at the detector loop stubout and in the cabinet on the shielded cable as to designation identified plan. R. The drain wire shall be connected to the controller cabinet ground bus utilizing a #6 AWG bare solid copper conductor. S. The drain wire shall be spliced to all of the drain wires using a crimp-style connector. T. To ensure that the detector loop installation is correct, a continuity check of the detector loop conductor and a resistance check of the detector loop-to-ground shall be performed using a “Megger” or other suitable insulation tester, with a representative from the City of Cupertino present. a. Detector loop readings that decrease below 100 Megohms during a period of one year from date of project acceptance shall be considered below minimum limits and shall require replacement at the Contractor’s expense. 3.17 VIDEO DETECTION – 360-DEGREE VIDEO DETECTION SYSTEM A. The new video detection system shall be installed at the location and in the matter recommend by the video detection system manufacturer. 3.18 MAST ARM MOUNTED SIGNS A. Mast arm mounted street name signs shall be furnished by City. 3.19 CABINET AND CONTROLLER ASSEMBLY A. Existing traffic signal controller cabinet and controller assemblies shall remain in place. B. The Contractor shall make all field wiring connections to the terminal blocks in the cabinet. The Contractor shall provide all auxiliary equipment and wiring, if needed, above and beyond the cabinet and controller assembly provided by the City, for full and complete operation of the new signal. All wires shall be labeled in the controller cabinet. 3.20 TEST PROCEDURES (PRIOR TO PLACING INTERSECTION IN NORMAL OPERATION) A. FIELD TESTING (to be done after field installation) 1. The Contractor shall not turn on the equipment without prior arrangement made for the participation of the City Engineer. 2. During the field-testing period, prior to turn on of the intersection, and/or when the equipment is turned on for testing, inspection, or final inspection, the contractor shall arrange to have the following present: a. Signal technician(s) qualified to work on the controller, cabinet equipment and wiring. b. The City of Cupertino may require a sheriff’s officer to be present during the turn on sequence. c. The contractor will limit access to the traffic signal cabinet to certified traffic signal electronic technicians or equivalent or certified electricians under the direct supervision of a certified traffic signal electronic technician or equivalent at all times. 3. The contractor shall perform the following tests: a. TIMING De Anza Blvd and McClellan Rd/Pacifica Dr Intersection Modification Project No. 2020-12 City of Cupertino November 2022 Technical Specifications—Bid SIGNALS, LIGHTING AND ELECTRICAL SYSTEMS 16500-20 • The traffic signal technician shall verify the timing matches the timing sheet located in the cabinet. b. LOOP DETECTION • Contractor shall verify that all loop detectors are working as intended. c. FLASH FIELD INDICATIONS • Flash each field indication, to insure proper hookup, in the presence of the City of Cupertino traffic signal technician. d. FAILSAFE • Initiate a failsafe action utilizing all possible combinations of conflicting greens with the field indications off at the police panel. e. TURN ON • Having passed all of the above tests, the intersection can be turned onto normal operation. • After turn on, each phase shall be watched for a minimum of 2 cycles of normal operation. • All pedestrian buttons shall be tested to show proper operations by pressing buttons and watching all indications, including the controller indications. f. AUXILIARY PANEL VEHICLE AND PED SWITCH TEST • Put all detector power supplies to off. • Initiate a call to all vehicle and pedestrian phases, one at a time, using the switches on the auxiliary panel. Each call should indicate correctly on the controller and the signal indications should follow the controller. • Return all detectors and power supplies to normal operation. 3.21 TRENCHING, BACKFILL AND SHORING A. Excavation and backfilling for trenches, foundations and other appurtenance shall conform to the provisions in Section 86-1.03E, “Excavating and Backfilling for Electrical Systems” of the Standard Specifications. B. Depth of trenches for conduit or conductors in areas to be covered by street paving shall be such as to provide thirty (30) inches of cover for conduits or conductors. Trench depth under sidewalks shall be such as to provide eighteen (18) inches of cover over the conduit or conductor to the paving subgrade, or as indicated on the plans. 3.22 CONDUIT JACKING A. Placement of conduit beneath existing pavement and sidewalk may be by jacking methods when approved by the City Engineer. B. Where conduit is to be installed by jacking or drilling longitudinally along the curb line, installation shall conform to the provisions in Section 87-1.03B, “Conduit Installation” of the Standard Specifications and Special Conditions. C. Jacking pits shall be kept two (2) feet clear of the edge of any type of pavement. D. Excessive use of water, such that pavement might be undermined or subgrade softened, will not be permitted. 3.23 BONDING AND GROUNDING De Anza Blvd and McClellan Rd/Pacifica Dr Intersection Modification Project No. 2020-12 City of Cupertino November 2022 Technical Specifications—Bid SIGNALS, LIGHTING AND ELECTRICAL SYSTEMS 16500-21 A. Bonding and grounding shall conform to the provisions in Section 86-1.02F(2)(c)(ii) "Bonding Jumpers and Equipment Grounding Conductors," section 86-1.02O “Grounding Electrodes” and section 87 “Electrical Systems” of the Standard Specifications, the Special Conditions, the latest issue of the National Electric Code, Section 250-91(c), and to Sections 2395.91(b) and (c)l of the State of California Low Voltage Electrical Safety Orders, Title 8. B. Grounding jumper shall be attached by means provided by pole manufacturer, if possible. If not, contractor shall provide a 3/16 inch or larger brass bolt in the standard or pedestal and shall be run through conduit to the ground rod or bonding wire in adjacent pull box. C. Grounding jumper shall be visible after cap has been poured on foundation. 3.24 REMOVING, REINSTALLING OR SALVAGING ELECTRICAL EQUIPMENT A. Salvaged electrical materials shall be hauled to the City of Cupertino Municipal Service Center located at 10555 Mary Avenue, Cupertino, California, and stockpiled. B. Full compensation for hauling and stockpiling electrical materials shall be considered as included in the contract price paid for the item requiring the material to be salvaged and no additional compensation will be allowed therefore. 3.25 EXCAVATION AND BACKFILLING A. Excavation and backfilling for trenches, foundations and other appurtenance shall conform to the provisions in Section 86-1.03E, “Excavating and Backfilling for Electrical Systems” of the Standard Specifications. 3.26 RESTORATION OF EXISTING IMPROVEMENTS A. Existing pavement or other improvements removed or damaged due to the installation of work items shall be replaced in kind to the satisfaction of the City Engineer, at the Contractor’s expense. B. Existing landscaping, irrigations, or plantings removed, damaged or disturbed due to the work items shall be replaced in kind to the satisfaction of the City Engineer, at the Contractor’s expense. C. All construction areas shall be left in a clean, neat and workmanlike condition. All construction waste, rubbish and debris remaining upon completion of the work shall become the property of the contractor unless otherwise specified herein or noted on the plans and shall be removed from the worksite by contractor and disposed of off-site in a lawful manner to the satisfaction of the City Engineer. 3.27 ACCEPTANCE TEST AND TURN ON A. The work item will not be considered acceptable until it has been energized and visually inspected by the City Engineer. Prior to acceptance testing, all equipment as shown on the Plans shall be installed and operable, including but not limited to, pedestrian signals, pedestrian push buttons, vehicle detectors, lighting, signs, and pavement delineation. B. All louvers, visors, and signal faces shall be directed to provide maximum visibility. De Anza Blvd and McClellan Rd/Pacifica Dr Intersection Modification Project No. 2020-12 City of Cupertino November 2022 Technical Specifications—Bid SIGNALS, LIGHTING AND ELECTRICAL SYSTEMS 16500-22 C. Contractor shall pay all energy costs until the street light system has successfully passed the acceptance test and initial turn on. D. Switchover of signal systems shall be made between 9 a.m. and 2 p.m., unless specified otherwise. E. Contractor shall notify the City Engineer seven (7) days prior to intended date of signal switchover. City will arrange for presence of the Police Department at the time of signal switchover. F. Signal switchover procedures must be approved by the City Engineer. Contractor shall be responsible for all required traffic control measures required for the switchover, to the satisfaction of the City Engineer. PART 4 – MEASUREMENT AND PAYMENT The contract Lump Sum prices paid for TRAFFIC SIGNAL shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals and for doing all the work involved in furnishing and installing the components of the traffic signal and lighting system at the intersection of De Anza Boulevard with McClellan Road and Pacifica Drive, including transporting City-furnished traffic signal poles from pole supplier to project site, installing City-furnished traffic signal poles on new foundations, transporting removed poles to City of Cupertino Municipal Service Center, furnishing and installing other traffic signal poles on new foundations, furnishing and installing pull boxes, conduits and conductors, furnishing and installing vehicular and bicycle traffic signal heads, furnishing and installing pedestrian signal heads and push buttons, evaluating utility conflicts, furnishing and installing new safety lighting luminaires, furnishing and installing a video detection system, and all other work related to street lighting and traffic signal improvements as shown on the traffic signal plans, complete in places, as shown on the plans, as specified in the Standard Specifications, the Special Conditions and these Technical Specifications, and as directed by the City Engineer. The contract Lump Sum prices paid for FIBER SPLICING AND TESTING shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals and for doing all the work involved in furnishing and installing the components of the fiber splicing and testing of the traffic signal communications network at the intersection of De Anza Boulevard with McClellan Road and Pacifica Drive, including removing, reinstalling, splicing, and terminating fiber-optic cables, testing the splices for continuity and measuring loss, and all other work related to the traffic signal communications network as shown on the traffic signal plans, complete in places, as shown on the plans, as specified in the Standard Specifications, the Special Conditions and these Technical Specifications, and as directed by the City Engineer. END OF SECTION 16500 De Anza Blvd and McClellan Rd/Pacifica Dr Intersection Modification Project No. 2020-12 City of Cupertino November 2022 Technical Specifications—Bid SUBMITTALS 17000-1 SECTION 17000 SUBMITTALS PART I - GENERAL 1.1 THE REQUIREMENT A. Submittals covered by these requirements include manufacturers’ information, shop drawings, test procedures, test results, samples, requests for substitutions, and miscellaneous work- related submittals. Submittals shall also include, but not be limited to, all mechanical materials, reinforcing steel, and fabricated items. The Contractor shall furnish all drawings, specifications, descriptive data, certificates, samples, tests, methods, schedules, and manufacturer’s installation and other instructions as specifically required in the contract documents to demonstrate fully that the materials and equipment to be furnished and the methods of work comply with the provisions and intent of the Contract Documents. B. Specific details for required project submittals and their procedures are contained within the project the technical sections of these specifications and Article 2 of the Project Manual. 1.2 CONTRACTOR SUBMITTALS A. The following is the list of submittals anticipated for this project: 1. AutoCAD files of the staking points on top of the CAD project layout 2. Topographic survey shots on top of the finished wooden curb forms 24 hours prior to each concrete pour 3. Traffic Control, Bicycle and Pedestrian Access Plans 4. Stormwater Control Plan 5. Test results on imported material 6. Test results on aggregate bases and sub-bases, including: a. “R” value, per California Test Method 301 b. Sieve Analysis, per California Test Method 202 c. Sand equivalency, per California Test Method 217 d. For aggregate bases, the durability index, per California Test Method 229 7. Material certificate signed by material producer certifying that each material item complies with or exceeds the specified requirements for each type of material delivered a. Including, but not limited to, asphalt concrete, aggregate base and subbase, asphalt for prime coat, asphaltic emulsion for tack coat, etc. 8. Certified plan load out slips for each load of material delivered showing net weight of aggregate base, subbase or asphalt concrete delivered to the job site, to be attached to the appropriate material certificate. 9. Expansion Joint Layout Plan De Anza Blvd and McClellan Rd/Pacifica Dr Intersection Modification Project No. 2020-12 City of Cupertino November 2022 Technical Specifications—Bid SUBMITTALS 17000-2 10. Certificates of compliance for concrete mixes signed by both Contractor and Supplier containing the following statements: a. Materials supplied comply with the specification in all respects b. Proportioning and mixing is in compliance with a design mix which has been field tested in accordance with the herein requirements and produces the required compressive strength under like conditions. c. Statement of type and amount of admixtures. d. All certificates shall include the Material and Supplier’s mix design number 11. At time of delivery provide certified delivery ticket stating volume of concrete delivered and time of mixing, or time of load-out in case of transit mixers. 12. Quality Control Plan (QCP) for high friction surface treatment (HFST). The HFST QCP must include: a. Description of equipment for placing HFST b. Method for protecting areas not to receive HFST c. Cure time estimate for HFST d. Storage and handling of HFST components e. Disposal of excess HFST containers f. Contingency plan for possible failure during HFST application 13. Material safety data sheet (MSDS) for each shipment of HSFT components before use. 14. Certificate of compliance for the HFST polymer resin binder and the 100% recycled color coated glass topping. 15. Have the HSFT polymer resin binder and the 100% recycled color coated glass topping tested at a certified independent testing laboratory and then furnish the verifications to the Engineer that the materials meet all requirements listed in these Technical Specifications. 16. Certificate of compliance for: a. Aluminum sheeting b. Retroreflective sheeting c. Screened-process colors d. Non-reflective, opaque, black film 17. Shop drawings on all electroliers, fixtures, and signal system equipment components, and catalogue cuts of conduits, conductors, pull boxes, and other equipment for approval prior to ordering material and equipment. 18. Proposed LED Luminaires conforming to section 86-1.02K(2) of Standard Specifications and these Special Provisions. 19. Certificates of compliance showing conformance with these specifications for each load of pavement markers delivered to the job site. Pavement markers must be on Caltrans’ Authorized Material List of signing and delineation materials. 20. If required, submit an application and supporting data for an effective shoring system to the Engineer. De Anza Blvd and McClellan Rd/Pacifica Dr Intersection Modification Project No. 2020-12 City of Cupertino November 2022 Technical Specifications—Bid SUBMITTALS 17000-3 21. At the completion of construction, the Contractor shall submit a record drawing (i.e., marked up copy of the contract drawing) showing the intersection: a. Poles b. Cabinets c. Pull boxes d. Conduit routing e. Loops f. Pole schedule g. Conduit schedule h. Phasing as shown on the plans B. This project may be subject to submittals other than those listed above. Consult the technical specification sections. END OF SECTION 17000 DAYS BEFORE YOU DIG CALL TWO WORKING K: \ O A K _ I T S \ 0 9 7 0 4 3 0 2 7 - C U P E R T I N O D E A N Z A - M C C L E L L A N - E K C \ 0 4 _ C A D D \ P L A N S H E E T S \ 1 C V - 0 1 . D W G SHEET OF REVISIONS IMPROVEMENT PLANS FORDE ANZA BOULEVARD AND MCCELLAN ROAD/ CALIFORNIACUPERTINO PACIFICA DRIVE INTERSECTION MODIFICATION File: Scale: Proj. Engr: Checked: Drawn: Designed: Date:JANUARY 25, 2023 EKC XX LSCE APPR.CITY DATEAPPR.DATEDESIGNBYDESIGN SA F E T Y O F A L L P E R S O N S A N D P R O P E R T Y ; T H A T T H I S R E Q U I R E M E N T S H A L L A P P L Y C O N T I N U O U S L Y A N D N O T B E L I M I T E D T O N O R M A L W O R K I N G H O U R S ; A N D T H A T T H E C O N T R A C T O R CO N T R A C T O R A G R E E S T H A T H E S H A L L A S S U M E S O L E A N D C O M P L E T E R E S P O N S I B I L I T Y F O R J O B S I T E C O N D I T I O N S D U R I N G T H E C O U R S E O F C O N S T R U C T I O N O F T H I S P R O J E C T , I N C L U D I N G SH A L L D E F E N D , I N D E M N I F Y A N D H O L D T H E O W N E R A N D T H E E N G I N E E R H A R M L E S S F R O M A N Y A N D A L L L I A B I L I T Y , R E A L O R A L L E G E D , I N C O N N E C T I O N W I T H T H E P E R F O R M A N C E O F W O R K ON T H I S P R O J E C T , E X C E P T I N G F O R L I A B I L I T Y A R I S I N G F R O M T H E S O L E N E G L I G E N C E O F T H E O W N E R O R T H E E N G I N E E R . CUPERTINOCITY OF 22 DE A N Z A B O U L E V A R D A N D M C C E L L E N R O A D / P A C I F I C A D R I V E I N T E R S E C T I O N M O D I F I C A T I O N / F I N A L S U B M I T T A L / M A Y 2 7 , 2 0 2 2 RTW PROSPECT RD FO O T H I L L B L V D . HOMESTEAD RD NOT TO SCALE RAINBOW DR MC CLELLAN RD STEVENS CREEK BLVD BU B B R D VICINTY MAP NOT TO SCALE MI L L E R A V E . BA N D L E Y D R DE A N Z A B L V D FR A N C O C T BL U E J A Y D R PE R I M E T E R BL A N E Y A V E WO L F E R D FOREST AVE RODRIGUES AVE ST E L L I N G R D SHEET INDEX 1 2 3 4 5- 11 12-14 15 16-17 18-19 20 21 22 CALTRANS STANDARD PLANS & STANDARD SPECIFICATIONS (DATED 2018) AND THE CITY OF CUPERTINO STANDARD DETAILS AND SPECIFICATIONS TITLE SHEET PACIFICA DR WILL NOT BE RESPONSIBLE FOR, OR LIABLE FOR, UNAUTHORIZED CHANGES TO AND MUST BE APPROVED BY THE PREPARER OF THESE PLANS.OR USES OF THESE PLANS. ALL CHANGES TO THE PLANS MUST BE IN WRITING UNAUTHORIZED CHANGES & USES:THE ENGINEER PREPARING THESE PLANS CV-01 1 DE ANZA BOULEVARD AND MCCLELLAN ROAD/ PACIFICA DRIVE INTERSECTION MODIFICATION CITY PROJECT NO. 2020-12 CUPERTINO, CALIFORNIA E S T .195 5 DIRECTOR OF PUBLIC WORKS SIGNATURE CHAD MOSLEYINTERIM DIRECTOR OF PUBLIC WORKS APPROVED BY:DATE FEDERAL PROJECT NO. CML-5318(033) CV-01 GN-01 HC-01 DM-01 CD-01 TO CD-07 UT-01 TO UT-03 PR-01 DEMO-01 TO DEMO-02 TS-01 TO TS-02 SS-01 DT-01 BMP-01 TITLE SHEET GENERAL NOTES, LEGEND, ABBREVIATIONS HORIZONTAL CONTROL PLAN CIVIL DEMOLITION PLAN CIVIL CONSTRUCTION DETAILS UTILITY & DRAINAGE PLAN PAVEMENT REHABILITATION TRAFFIC SIGNAL AND STRIPING DEMOLITION PLANS TRAFFIC SIGNAL PLAN & SCHEDULE SIGNAGE & STRIPING PLAN TRAFFIC SIGNAL DETAILS CONSTRUCTION BEST MANAGEMENT PRACTICES 01/31/2023 DAYS BEFORE YOU DIG CALL TWO WORKING K: \ O A K _ I T S \ 0 9 7 0 4 3 0 2 7 - C U P E R T I N O D E A N Z A - M C C L E L L A N - E K C \ 0 4 _ C A D D \ P L A N S H E E T S \ 2 G N - 1 . D W G SHEET OF REVISIONS IMPROVEMENT PLANS FORDE ANZA BOULEVARD AND MCCELLAN ROAD/ CALIFORNIACUPERTINO PACIFICA DRIVE INTERSECTION MODIFICATION File: Scale: Proj. Engr: Checked: Drawn: Designed: Date:JANUARY 25, 2023 EKC XX LSCE APPR.CITY DATEAPPR.DATEDESIGNBYDESIGN SA F E T Y O F A L L P E R S O N S A N D P R O P E R T Y ; T H A T T H I S R E Q U I R E M E N T S H A L L A P P L Y C O N T I N U O U S L Y A N D N O T B E L I M I T E D T O N O R M A L W O R K I N G H O U R S ; A N D T H A T T H E C O N T R A C T O R CO N T R A C T O R A G R E E S T H A T H E S H A L L A S S U M E S O L E A N D C O M P L E T E R E S P O N S I B I L I T Y F O R J O B S I T E C O N D I T I O N S D U R I N G T H E C O U R S E O F C O N S T R U C T I O N O F T H I S P R O J E C T , I N C L U D I N G SH A L L D E F E N D , I N D E M N I F Y A N D H O L D T H E O W N E R A N D T H E E N G I N E E R H A R M L E S S F R O M A N Y A N D A L L L I A B I L I T Y , R E A L O R A L L E G E D , I N C O N N E C T I O N W I T H T H E P E R F O R M A N C E O F W O R K ON T H I S P R O J E C T , E X C E P T I N G F O R L I A B I L I T Y A R I S I N G F R O M T H E S O L E N E G L I G E N C E O F T H E O W N E R O R T H E E N G I N E E R . CUPERTINOCITY OF 22 DE A N Z A B O U L E V A R D A N D M C C E L L E N R O A D / P A C I F I C A D R I V E I N T E R S E C T I O N M O D I F I C A T I O N / F I N A L S U B M I T T A L / M A Y 2 7 , 2 0 2 2 RTW LEGEND GENERAL NOTES ABBREVIATIONS DRAINAGE & UTILITY NOTES CONSTRUCTION NOTES DEMOLITION NOTES PAVEMENT REHABILITATION NOTES GENERAL NOTES, LEGEND, ABBREVIATIONS GN-01 2 ABBREVIATIONS (CONT.) FO EARTHWORK NOTES SDMH SDMH MCCLELLAN RD PACIFICA DR DE A N Z A B L V D DE A N Z A B L V D DAYS BEFORE YOU DIG CALL TWO WORKING HHW ASP K: \ O A K _ I T S \ 0 9 7 0 4 3 0 2 7 - C U P E R T I N O D E A N Z A - M C C L E L L A N - E K C \ 0 4 _ C A D D \ P L A N S H E E T S \ 3 H C - 0 1 . D W G SHEET OF REVISIONS IMPROVEMENT PLANS FORDE ANZA BOULEVARD AND MCCELLAN ROAD/ CALIFORNIACUPERTINO PACIFICA DRIVE INTERSECTION MODIFICATION File: Scale: Proj. Engr: Checked: Drawn: Designed: Date:JANUARY 25, 2023 EKC XX APPR.CITY DATEAPPR.DATEDESIGNBYDESIGN SA F E T Y O F A L L P E R S O N S A N D P R O P E R T Y ; T H A T T H I S R E Q U I R E M E N T S H A L L A P P L Y C O N T I N U O U S L Y A N D N O T B E L I M I T E D T O N O R M A L W O R K I N G H O U R S ; A N D T H A T T H E C O N T R A C T O R CO N T R A C T O R A G R E E S T H A T H E S H A L L A S S U M E S O L E A N D C O M P L E T E R E S P O N S I B I L I T Y F O R J O B S I T E C O N D I T I O N S D U R I N G T H E C O U R S E O F C O N S T R U C T I O N O F T H I S P R O J E C T , I N C L U D I N G SH A L L D E F E N D , I N D E M N I F Y A N D H O L D T H E O W N E R A N D T H E E N G I N E E R H A R M L E S S F R O M A N Y A N D A L L L I A B I L I T Y , R E A L O R A L L E G E D , I N C O N N E C T I O N W I T H T H E P E R F O R M A N C E O F W O R K ON T H I S P R O J E C T , E X C E P T I N G F O R L I A B I L I T Y A R I S I N G F R O M T H E S O L E N E G L I G E N C E O F T H E O W N E R O R T H E E N G I N E E R . CUPERTINOCITY OF 22 DE A N Z A B O U L E V A R D A N D M C C E L L E N R O A D / P A C I F I C A D R I V E I N T E R S E C T I O N M O D I F I C A T I O N / F I N A L S U B M I T T A L / M A Y 2 7 , 2 0 2 2 SURVEYOR'S NOTES: HORIZONTAL CONTROL PLAN 3 HC-01 H.C.VAN MCCLELLAN RD PACIFICA DR DE A N Z A BL V D DE A N Z A B L V D // / / / / / / / / / / / //////////////////////////////////////////////////////////// /////// / / / / / / / / / / / / / //////////////////////////// / / / / / / / / / / / / / / / / / / / / / / / / / / / / / //////////////////// / / / / / / / / / / / / / / / / / / / / / / / / / // / / / / / / / / / / / / / / / / / ///// / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / ///////////////////////////////////////////////////////////////////////////// / / / / / / / / / / / / / / / / / / /// / / / / / / / / / / / / / / / / / // / / / // //// / / / / / / / / / / / / / / / / //// /////// / / / / / / / / / / / / / / / / / / / LEGEND: NOTES: DAYS BEFORE YOU DIG CALL TWO WORKING HHW ASP K: \ O A K _ I T S \ 0 9 7 0 4 3 0 2 7 - C U P E R T I N O D E A N Z A - M C C L E L L A N - E K C \ 0 4 _ C A D D \ P L A N S H E E T S \ D M - 0 1 . D W G SHEET OF REVISIONS IMPROVEMENT PLANS FORDE ANZA BOULEVARD AND MCCELLAN ROAD/ CALIFORNIACUPERTINO PACIFICA DRIVE INTERSECTION MODIFICATION File: Scale: Proj. Engr: Checked: Drawn: Designed: Date:JANUARY 25, 2023 EKC XX APPR.CITY DATEAPPR.DATEDESIGNBYDESIGN SA F E T Y O F A L L P E R S O N S A N D P R O P E R T Y ; T H A T T H I S R E Q U I R E M E N T S H A L L A P P L Y C O N T I N U O U S L Y A N D N O T B E L I M I T E D T O N O R M A L W O R K I N G H O U R S ; A N D T H A T T H E C O N T R A C T O R CO N T R A C T O R A G R E E S T H A T H E S H A L L A S S U M E S O L E A N D C O M P L E T E R E S P O N S I B I L I T Y F O R J O B S I T E C O N D I T I O N S D U R I N G T H E C O U R S E O F C O N S T R U C T I O N O F T H I S P R O J E C T , I N C L U D I N G SH A L L D E F E N D , I N D E M N I F Y A N D H O L D T H E O W N E R A N D T H E E N G I N E E R H A R M L E S S F R O M A N Y A N D A L L L I A B I L I T Y , R E A L O R A L L E G E D , I N C O N N E C T I O N W I T H T H E P E R F O R M A N C E O F W O R K ON T H I S P R O J E C T , E X C E P T I N G F O R L I A B I L I T Y A R I S I N G F R O M T H E S O L E N E G L I G E N C E O F T H E O W N E R O R T H E E N G I N E E R . CUPERTINOCITY OF 22 DE A N Z A B O U L E V A R D A N D M C C E L L E N R O A D / P A C I F I C A D R I V E I N T E R S E C T I O N M O D I F I C A T I O N / F I N A L S U B M I T T A L / M A Y 2 7 , 2 0 2 2 DEMOLITION NOTES CIVIL DEMOLITION PLAN 4 DM-01 //////////////////// / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / //////////////////// DE A N Z A B L V D //// / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / ///////////// / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / /// DE A N Z A B L V D //// / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / //////////////// / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / //// DE A N Z A B L V D NOTES: LEGEND: DAYS BEFORE YOU DIG CALL TWO WORKING HHW ASP K: \ O A K _ I T S \ 0 9 7 0 4 3 0 2 7 - C U P E R T I N O D E A N Z A - M C C L E L L A N - E K C \ 0 4 _ C A D D \ P L A N S H E E T S \ C D - 0 1 . D W G SHEET OF REVISIONS IMPROVEMENT PLANS FORDE ANZA BOULEVARD AND MCCELLAN ROAD/ CALIFORNIACUPERTINO PACIFICA DRIVE INTERSECTION MODIFICATION File: Scale: Proj. Engr: Checked: Drawn: Designed: Date:JANUARY 25, 2023 EKC XX APPR.CITY DATEAPPR.DATEDESIGNBYDESIGN SA F E T Y O F A L L P E R S O N S A N D P R O P E R T Y ; T H A T T H I S R E Q U I R E M E N T S H A L L A P P L Y C O N T I N U O U S L Y A N D N O T B E L I M I T E D T O N O R M A L W O R K I N G H O U R S ; A N D T H A T T H E C O N T R A C T O R CO N T R A C T O R A G R E E S T H A T H E S H A L L A S S U M E S O L E A N D C O M P L E T E R E S P O N S I B I L I T Y F O R J O B S I T E C O N D I T I O N S D U R I N G T H E C O U R S E O F C O N S T R U C T I O N O F T H I S P R O J E C T , I N C L U D I N G SH A L L D E F E N D , I N D E M N I F Y A N D H O L D T H E O W N E R A N D T H E E N G I N E E R H A R M L E S S F R O M A N Y A N D A L L L I A B I L I T Y , R E A L O R A L L E G E D , I N C O N N E C T I O N W I T H T H E P E R F O R M A N C E O F W O R K ON T H I S P R O J E C T , E X C E P T I N G F O R L I A B I L I T Y A R I S I N G F R O M T H E S O L E N E G L I G E N C E O F T H E O W N E R O R T H E E N G I N E E R . CUPERTINOCITY OF 22 DE A N Z A B O U L E V A R D A N D M C C E L L E N R O A D / P A C I F I C A D R I V E I N T E R S E C T I O N M O D I F I C A T I O N / F I N A L S U B M I T T A L / M A Y 2 7 , 2 0 2 2 DE ANZA BLVD AND PACIFICA DR NW CORNER: RAMP CONSTRUCTION DETAILS DE ANZA BLVD AND PACIFICA DR NORTH LEG: MEDIAN CONSTRUCTION DETAILS CONSTRUCTION NOTES DE ANZA BLVD AND MCCLELLAN RD SOUTH LEG: MEDIAN CONSTRUCTION DETAILS CIVIL CONSTRUCTION DETAILS CD-01 5 / / / / / / / ///////////////////////// / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / ////// DE A N Z A B L V D MCCLELLAN RD ////////// / / / / / / / / / / / / / ////////// DE A N Z A B L V D NOTES: LEGEND: DAYS BEFORE YOU DIG CALL TWO WORKING HHW ASP K: \ O A K _ I T S \ 0 9 7 0 4 3 0 2 7 - C U P E R T I N O D E A N Z A - M C C L E L L A N - E K C \ 0 4 _ C A D D \ P L A N S H E E T S \ C D - 0 1 . D W G SHEET OF REVISIONS IMPROVEMENT PLANS FORDE ANZA BOULEVARD AND MCCELLAN ROAD/ CALIFORNIACUPERTINO PACIFICA DRIVE INTERSECTION MODIFICATION File: Scale: Proj. Engr: Checked: Drawn: Designed: Date:JANUARY 25, 2023 EKC XX APPR.CITY DATEAPPR.DATEDESIGNBYDESIGN SA F E T Y O F A L L P E R S O N S A N D P R O P E R T Y ; T H A T T H I S R E Q U I R E M E N T S H A L L A P P L Y C O N T I N U O U S L Y A N D N O T B E L I M I T E D T O N O R M A L W O R K I N G H O U R S ; A N D T H A T T H E C O N T R A C T O R CO N T R A C T O R A G R E E S T H A T H E S H A L L A S S U M E S O L E A N D C O M P L E T E R E S P O N S I B I L I T Y F O R J O B S I T E C O N D I T I O N S D U R I N G T H E C O U R S E O F C O N S T R U C T I O N O F T H I S P R O J E C T , I N C L U D I N G SH A L L D E F E N D , I N D E M N I F Y A N D H O L D T H E O W N E R A N D T H E E N G I N E E R H A R M L E S S F R O M A N Y A N D A L L L I A B I L I T Y , R E A L O R A L L E G E D , I N C O N N E C T I O N W I T H T H E P E R F O R M A N C E O F W O R K ON T H I S P R O J E C T , E X C E P T I N G F O R L I A B I L I T Y A R I S I N G F R O M T H E S O L E N E G L I G E N C E O F T H E O W N E R O R T H E E N G I N E E R . CUPERTINOCITY OF 22 DE A N Z A B O U L E V A R D A N D M C C E L L E N R O A D / P A C I F I C A D R I V E I N T E R S E C T I O N M O D I F I C A T I O N / F I N A L S U B M I T T A L / M A Y 2 7 , 2 0 2 2 DE ANZA BLVD AND MCCLELLAN RD SW CORNER: RAMP CONSTRUCTION DETAILS DE ANZA BLVD AND MCCLELLAN DR EAST LEG: RAMP CONSTRUCTION DETAILS CONSTRUCTION NOTES CIVIL CONSTRUCTION DETAILS CD-02 6 / / / / / / / / / / / / / / / / / / / / / ///////////////////////////////////////////////////////////////////////////// / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / /////////// DE A N Z A B L V D PACI F I C A D R / / // / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / /////////// NOTES: LEGEND: DAYS BEFORE YOU DIG CALL TWO WORKING HHW ASP K: \ O A K _ I T S \ 0 9 7 0 4 3 0 2 7 - C U P E R T I N O D E A N Z A - M C C L E L L A N - E K C \ 0 4 _ C A D D \ P L A N S H E E T S \ C D - 0 1 . D W G SHEET OF REVISIONS IMPROVEMENT PLANS FORDE ANZA BOULEVARD AND MCCELLAN ROAD/ CALIFORNIACUPERTINO PACIFICA DRIVE INTERSECTION MODIFICATION File: Scale: Proj. Engr: Checked: Drawn: Designed: Date:JANUARY 25, 2023 EKC XX APPR.CITY DATEAPPR.DATEDESIGNBYDESIGN SA F E T Y O F A L L P E R S O N S A N D P R O P E R T Y ; T H A T T H I S R E Q U I R E M E N T S H A L L A P P L Y C O N T I N U O U S L Y A N D N O T B E L I M I T E D T O N O R M A L W O R K I N G H O U R S ; A N D T H A T T H E C O N T R A C T O R CO N T R A C T O R A G R E E S T H A T H E S H A L L A S S U M E S O L E A N D C O M P L E T E R E S P O N S I B I L I T Y F O R J O B S I T E C O N D I T I O N S D U R I N G T H E C O U R S E O F C O N S T R U C T I O N O F T H I S P R O J E C T , I N C L U D I N G SH A L L D E F E N D , I N D E M N I F Y A N D H O L D T H E O W N E R A N D T H E E N G I N E E R H A R M L E S S F R O M A N Y A N D A L L L I A B I L I T Y , R E A L O R A L L E G E D , I N C O N N E C T I O N W I T H T H E P E R F O R M A N C E O F W O R K ON T H I S P R O J E C T , E X C E P T I N G F O R L I A B I L I T Y A R I S I N G F R O M T H E S O L E N E G L I G E N C E O F T H E O W N E R O R T H E E N G I N E E R . CUPERTINOCITY OF 22 DE A N Z A B O U L E V A R D A N D M C C E L L E N R O A D / P A C I F I C A D R I V E I N T E R S E C T I O N M O D I F I C A T I O N / F I N A L S U B M I T T A L / M A Y 2 7 , 2 0 2 2 DE ANZA BLVD AND PACIFICA DR NE CORNER: RAMP CONSTRUCTION DETAILS DETAIL A CONSTRUCTION NOTES CIVIL CONSTRUCTION DETAILS CD-03 7 ////////////////////////////////////////////////// / / / //////////////////////////// / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / //////////////////////////////////////////////////////////// /////////////////////////////////////////////////////// / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / /////// / / / / / / / ///////////////////////// / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / SDMH DE A N Z A B L V D MCCLELLAN RD MCC L E L L A N R D NOTES: LEGEND: DAYS BEFORE YOU DIG CALL TWO WORKING HHW ASP K: \ O A K _ I T S \ 0 9 7 0 4 3 0 2 7 - C U P E R T I N O D E A N Z A - M C C L E L L A N - E K C \ 0 4 _ C A D D \ P L A N S H E E T S \ C D - 0 1 . D W G SHEET OF REVISIONS IMPROVEMENT PLANS FORDE ANZA BOULEVARD AND MCCELLAN ROAD/ CALIFORNIACUPERTINO PACIFICA DRIVE INTERSECTION MODIFICATION File: Scale: Proj. Engr: Checked: Drawn: Designed: Date:JANUARY 25, 2023 EKC XX APPR.CITY DATEAPPR.DATEDESIGNBYDESIGN SA F E T Y O F A L L P E R S O N S A N D P R O P E R T Y ; T H A T T H I S R E Q U I R E M E N T S H A L L A P P L Y C O N T I N U O U S L Y A N D N O T B E L I M I T E D T O N O R M A L W O R K I N G H O U R S ; A N D T H A T T H E C O N T R A C T O R CO N T R A C T O R A G R E E S T H A T H E S H A L L A S S U M E S O L E A N D C O M P L E T E R E S P O N S I B I L I T Y F O R J O B S I T E C O N D I T I O N S D U R I N G T H E C O U R S E O F C O N S T R U C T I O N O F T H I S P R O J E C T , I N C L U D I N G SH A L L D E F E N D , I N D E M N I F Y A N D H O L D T H E O W N E R A N D T H E E N G I N E E R H A R M L E S S F R O M A N Y A N D A L L L I A B I L I T Y , R E A L O R A L L E G E D , I N C O N N E C T I O N W I T H T H E P E R F O R M A N C E O F W O R K ON T H I S P R O J E C T , E X C E P T I N G F O R L I A B I L I T Y A R I S I N G F R O M T H E S O L E N E G L I G E N C E O F T H E O W N E R O R T H E E N G I N E E R . CUPERTINOCITY OF 22 DE A N Z A B O U L E V A R D A N D M C C E L L E N R O A D / P A C I F I C A D R I V E I N T E R S E C T I O N M O D I F I C A T I O N / F I N A L S U B M I T T A L / M A Y 2 7 , 2 0 2 2 DE ANZA BLVD AND MCCLELLAN RD SW PEDESTRIAN PASSAGE AND ISLAND CONSTRUCTION DETAILS CONSTRUCTION NOTES CIVIL CONSTRUCTION DETAILS CD-04 8 / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / //////////////////////////////////////////////////////////////////////////////////////////////////////////////////////////////////////////////////////////////////////////////////////////////////////////////////////////////////////////////////////////////// / / / / / / SD M H MCCLELLAN RD NOTES: LEGEND: DAYS BEFORE YOU DIG CALL TWO WORKING HHW ASP K: \ O A K _ I T S \ 0 9 7 0 4 3 0 2 7 - C U P E R T I N O D E A N Z A - M C C L E L L A N - E K C \ 0 4 _ C A D D \ P L A N S H E E T S \ C D - 0 1 . D W G SHEET OF REVISIONS IMPROVEMENT PLANS FORDE ANZA BOULEVARD AND MCCELLAN ROAD/ CALIFORNIACUPERTINO PACIFICA DRIVE INTERSECTION MODIFICATION File: Scale: Proj. Engr: Checked: Drawn: Designed: Date:JANUARY 25, 2023 EKC XX APPR.CITY DATEAPPR.DATEDESIGNBYDESIGN SA F E T Y O F A L L P E R S O N S A N D P R O P E R T Y ; T H A T T H I S R E Q U I R E M E N T S H A L L A P P L Y C O N T I N U O U S L Y A N D N O T B E L I M I T E D T O N O R M A L W O R K I N G H O U R S ; A N D T H A T T H E C O N T R A C T O R CO N T R A C T O R A G R E E S T H A T H E S H A L L A S S U M E S O L E A N D C O M P L E T E R E S P O N S I B I L I T Y F O R J O B S I T E C O N D I T I O N S D U R I N G T H E C O U R S E O F C O N S T R U C T I O N O F T H I S P R O J E C T , I N C L U D I N G SH A L L D E F E N D , I N D E M N I F Y A N D H O L D T H E O W N E R A N D T H E E N G I N E E R H A R M L E S S F R O M A N Y A N D A L L L I A B I L I T Y , R E A L O R A L L E G E D , I N C O N N E C T I O N W I T H T H E P E R F O R M A N C E O F W O R K ON T H I S P R O J E C T , E X C E P T I N G F O R L I A B I L I T Y A R I S I N G F R O M T H E S O L E N E G L I G E N C E O F T H E O W N E R O R T H E E N G I N E E R . CUPERTINOCITY OF 22 DE A N Z A B O U L E V A R D A N D M C C E L L E N R O A D / P A C I F I C A D R I V E I N T E R S E C T I O N M O D I F I C A T I O N / F I N A L S U B M I T T A L / M A Y 2 7 , 2 0 2 2 DE ANZA BLVD AND MCCLELLAN RD NW SIDEWALK AND RAMP CONSTRUCTION DETAILS CONSTRUCTION NOTES CIVIL CONSTRUCTION DETAILS CD-05 9 ////////////////// / / / / / / / / / /// / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / //////////////////////////////////////////////////////////////////////////////////////////////////////////////////////////////////////////////////////////// / / PACIFICA DR DE A N Z A B L V D NOTES: LEGEND: DAYS BEFORE YOU DIG CALL TWO WORKING HHW ASP K: \ O A K _ I T S \ 0 9 7 0 4 3 0 2 7 - C U P E R T I N O D E A N Z A - M C C L E L L A N - E K C \ 0 4 _ C A D D \ P L A N S H E E T S \ C D - 0 1 . D W G SHEET OF REVISIONS IMPROVEMENT PLANS FORDE ANZA BOULEVARD AND MCCELLAN ROAD/ CALIFORNIACUPERTINO PACIFICA DRIVE INTERSECTION MODIFICATION File: Scale: Proj. Engr: Checked: Drawn: Designed: Date:JANUARY 25, 2023 EKC XX APPR.CITY DATEAPPR.DATEDESIGNBYDESIGN SA F E T Y O F A L L P E R S O N S A N D P R O P E R T Y ; T H A T T H I S R E Q U I R E M E N T S H A L L A P P L Y C O N T I N U O U S L Y A N D N O T B E L I M I T E D T O N O R M A L W O R K I N G H O U R S ; A N D T H A T T H E C O N T R A C T O R CO N T R A C T O R A G R E E S T H A T H E S H A L L A S S U M E S O L E A N D C O M P L E T E R E S P O N S I B I L I T Y F O R J O B S I T E C O N D I T I O N S D U R I N G T H E C O U R S E O F C O N S T R U C T I O N O F T H I S P R O J E C T , I N C L U D I N G SH A L L D E F E N D , I N D E M N I F Y A N D H O L D T H E O W N E R A N D T H E E N G I N E E R H A R M L E S S F R O M A N Y A N D A L L L I A B I L I T Y , R E A L O R A L L E G E D , I N C O N N E C T I O N W I T H T H E P E R F O R M A N C E O F W O R K ON T H I S P R O J E C T , E X C E P T I N G F O R L I A B I L I T Y A R I S I N G F R O M T H E S O L E N E G L I G E N C E O F T H E O W N E R O R T H E E N G I N E E R . CUPERTINOCITY OF 22 DE A N Z A B O U L E V A R D A N D M C C E L L E N R O A D / P A C I F I C A D R I V E I N T E R S E C T I O N M O D I F I C A T I O N / F I N A L S U B M I T T A L / M A Y 2 7 , 2 0 2 2 DE ANZA BLVD AND PACIFICA DR SE SIDEWALK, DRIVEWAY, AND RAMP CONSTRUCTION DETAILS CONSTRUCTION NOTES CIVIL CONSTRUCTION DETAILS CD-06 10 LANE STRIPE 3" DAYS BEFORE YOU DIG CALL TWO WORKING HHW ASP K: \ O A K _ I T S \ 0 9 7 0 4 3 0 2 7 - C U P E R T I N O D E A N Z A - M C C L E L L A N - E K C \ 0 4 _ C A D D \ P L A N S H E E T S \ C D - 0 1 . D W G SHEET OF REVISIONS IMPROVEMENT PLANS FORDE ANZA BOULEVARD AND MCCELLAN ROAD/ CALIFORNIACUPERTINO PACIFICA DRIVE INTERSECTION MODIFICATION File: Scale: Proj. Engr: Checked: Drawn: Designed: Date:JANUARY 25, 2023 EKC XX APPR.CITY DATEAPPR.DATEDESIGNBYDESIGN SA F E T Y O F A L L P E R S O N S A N D P R O P E R T Y ; T H A T T H I S R E Q U I R E M E N T S H A L L A P P L Y C O N T I N U O U S L Y A N D N O T B E L I M I T E D T O N O R M A L W O R K I N G H O U R S ; A N D T H A T T H E C O N T R A C T O R CO N T R A C T O R A G R E E S T H A T H E S H A L L A S S U M E S O L E A N D C O M P L E T E R E S P O N S I B I L I T Y F O R J O B S I T E C O N D I T I O N S D U R I N G T H E C O U R S E O F C O N S T R U C T I O N O F T H I S P R O J E C T , I N C L U D I N G SH A L L D E F E N D , I N D E M N I F Y A N D H O L D T H E O W N E R A N D T H E E N G I N E E R H A R M L E S S F R O M A N Y A N D A L L L I A B I L I T Y , R E A L O R A L L E G E D , I N C O N N E C T I O N W I T H T H E P E R F O R M A N C E O F W O R K ON T H I S P R O J E C T , E X C E P T I N G F O R L I A B I L I T Y A R I S I N G F R O M T H E S O L E N E G L I G E N C E O F T H E O W N E R O R T H E E N G I N E E R . CUPERTINOCITY OF 22 DE A N Z A B O U L E V A R D A N D M C C E L L E N R O A D / P A C I F I C A D R I V E I N T E R S E C T I O N M O D I F I C A T I O N / F I N A L S U B M I T T A L / M A Y 2 7 , 2 0 2 2 18" RETAINING CURB DETAIL SCALE: NTS PRECAST CONCRETE ISLAND ELEVATION VIEW SCALE: NTS PRECAST CONCRETE ISLAND SCORING SCALE: NTS PRECAST CONCRETE ISLAND PLAN VIEW SCALE: NTS SCORE LINE SCALE: NTS PRECAST CONCRETE ISLAND CROSS SECTION SCALE: NTS COBBLESTONE DETAIL SCALE: NTS CIVIL CONSTRUCTION DETAILS CD-07 11 // / / / / / / / / / / / //////////////////////////////////////////////////////////// /////// / / / / / / / / / / / / / //////////////////////////// / / / / / / / / / / / / / / / / / / / / / / / / / / / / / /////////////////// / / / / / / / / / / / / / / / / / / / / / / / / / / // / / / / / / / / / / / / / / / / / / //// / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / ///////////////////////////////////////////////////////////////////////////// / / / / / / / / / / / / / / / / / / /// / / / / / / / / / / / / / / / / / // / / / // //// / / / / / / / / / / / / / / / / //// /////// / / / / / / / / / / / / / / / / / / / SDMH SDMH MCCLELLAN RD PACIFICA DR DE A N Z A B L V D DE A N Z A B L V D LEGEND: NOTES: DAYS BEFORE YOU DIG CALL TWO WORKING HHW ASP K: \ O A K _ I T S \ 0 9 7 0 4 3 0 2 7 - C U P E R T I N O D E A N Z A - M C C L E L L A N - E K C \ 0 4 _ C A D D \ P L A N S H E E T S \ U T - 0 1 . D W G SHEET OF REVISIONS IMPROVEMENT PLANS FORDE ANZA BOULEVARD AND MCCELLAN ROAD/ CALIFORNIACUPERTINO PACIFICA DRIVE INTERSECTION MODIFICATION File: Scale: Proj. Engr: Checked: Drawn: Designed: Date:JANUARY 25, 2023 EKC XX APPR.CITY DATEAPPR.DATEDESIGNBYDESIGN SA F E T Y O F A L L P E R S O N S A N D P R O P E R T Y ; T H A T T H I S R E Q U I R E M E N T S H A L L A P P L Y C O N T I N U O U S L Y A N D N O T B E L I M I T E D T O N O R M A L W O R K I N G H O U R S ; A N D T H A T T H E C O N T R A C T O R CO N T R A C T O R A G R E E S T H A T H E S H A L L A S S U M E S O L E A N D C O M P L E T E R E S P O N S I B I L I T Y F O R J O B S I T E C O N D I T I O N S D U R I N G T H E C O U R S E O F C O N S T R U C T I O N O F T H I S P R O J E C T , I N C L U D I N G SH A L L D E F E N D , I N D E M N I F Y A N D H O L D T H E O W N E R A N D T H E E N G I N E E R H A R M L E S S F R O M A N Y A N D A L L L I A B I L I T Y , R E A L O R A L L E G E D , I N C O N N E C T I O N W I T H T H E P E R F O R M A N C E O F W O R K ON T H I S P R O J E C T , E X C E P T I N G F O R L I A B I L I T Y A R I S I N G F R O M T H E S O L E N E G L I G E N C E O F T H E O W N E R O R T H E E N G I N E E R . CUPERTINOCITY OF 22 DE A N Z A B O U L E V A R D A N D M C C E L L E N R O A D / P A C I F I C A D R I V E I N T E R S E C T I O N M O D I F I C A T I O N / F I N A L S U B M I T T A L / M A Y 2 7 , 2 0 2 2 DRAINAGE & UTILITY NOTES UTILITY & DRAINAGE PLAN UT-01 12 ////////////////////////////////////////////////////// SDMH ///////////////////////////////////////// / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / SDMH LEGEND: NOTES: DAYS BEFORE YOU DIG CALL TWO WORKING HHW ASP K: \ O A K _ I T S \ 0 9 7 0 4 3 0 2 7 - C U P E R T I N O D E A N Z A - M C C L E L L A N - E K C \ 0 4 _ C A D D \ P L A N S H E E T S \ U T - 0 1 . D W G SHEET OF REVISIONS IMPROVEMENT PLANS FORDE ANZA BOULEVARD AND MCCELLAN ROAD/ CALIFORNIACUPERTINO PACIFICA DRIVE INTERSECTION MODIFICATION File: Scale: Proj. Engr: Checked: Drawn: Designed: Date:JANUARY 25, 2023 EKC XX APPR.CITY DATEAPPR.DATEDESIGNBYDESIGN SA F E T Y O F A L L P E R S O N S A N D P R O P E R T Y ; T H A T T H I S R E Q U I R E M E N T S H A L L A P P L Y C O N T I N U O U S L Y A N D N O T B E L I M I T E D T O N O R M A L W O R K I N G H O U R S ; A N D T H A T T H E C O N T R A C T O R CO N T R A C T O R A G R E E S T H A T H E S H A L L A S S U M E S O L E A N D C O M P L E T E R E S P O N S I B I L I T Y F O R J O B S I T E C O N D I T I O N S D U R I N G T H E C O U R S E O F C O N S T R U C T I O N O F T H I S P R O J E C T , I N C L U D I N G SH A L L D E F E N D , I N D E M N I F Y A N D H O L D T H E O W N E R A N D T H E E N G I N E E R H A R M L E S S F R O M A N Y A N D A L L L I A B I L I T Y , R E A L O R A L L E G E D , I N C O N N E C T I O N W I T H T H E P E R F O R M A N C E O F W O R K ON T H I S P R O J E C T , E X C E P T I N G F O R L I A B I L I T Y A R I S I N G F R O M T H E S O L E N E G L I G E N C E O F T H E O W N E R O R T H E E N G I N E E R . CUPERTINOCITY OF 22 DE A N Z A B O U L E V A R D A N D M C C E L L E N R O A D / P A C I F I C A D R I V E I N T E R S E C T I O N M O D I F I C A T I O N / F I N A L S U B M I T T A L / M A Y 2 7 , 2 0 2 2 DETAIL A DETAIL B SD PROFILE "B" HORZ SCALE: 1" = 5' VERT SCALE: 1" = 10' DRAINAGE & UTILITY NOTES SD PROFILE "A" HORZ SCALE: 1" = 5' VERT SCALE: 1" = 10' UTILITY & DRAINAGE PLAN UT-02 13 DAYS BEFORE YOU DIG CALL TWO WORKING HHW ASP K: \ O A K _ I T S \ 0 9 7 0 4 3 0 2 7 - C U P E R T I N O D E A N Z A - M C C L E L L A N - E K C \ 0 4 _ C A D D \ P L A N S H E E T S \ U T - 0 1 . D W G SHEET OF REVISIONS IMPROVEMENT PLANS FORDE ANZA BOULEVARD AND MCCELLAN ROAD/ CALIFORNIACUPERTINO PACIFICA DRIVE INTERSECTION MODIFICATION File: Scale: Proj. Engr: Checked: Drawn: Designed: Date:JANUARY 25, 2023 EKC XX APPR.CITY DATEAPPR.DATEDESIGNBYDESIGN SA F E T Y O F A L L P E R S O N S A N D P R O P E R T Y ; T H A T T H I S R E Q U I R E M E N T S H A L L A P P L Y C O N T I N U O U S L Y A N D N O T B E L I M I T E D T O N O R M A L W O R K I N G H O U R S ; A N D T H A T T H E C O N T R A C T O R CO N T R A C T O R A G R E E S T H A T H E S H A L L A S S U M E S O L E A N D C O M P L E T E R E S P O N S I B I L I T Y F O R J O B S I T E C O N D I T I O N S D U R I N G T H E C O U R S E O F C O N S T R U C T I O N O F T H I S P R O J E C T , I N C L U D I N G SH A L L D E F E N D , I N D E M N I F Y A N D H O L D T H E O W N E R A N D T H E E N G I N E E R H A R M L E S S F R O M A N Y A N D A L L L I A B I L I T Y , R E A L O R A L L E G E D , I N C O N N E C T I O N W I T H T H E P E R F O R M A N C E O F W O R K ON T H I S P R O J E C T , E X C E P T I N G F O R L I A B I L I T Y A R I S I N G F R O M T H E S O L E N E G L I G E N C E O F T H E O W N E R O R T H E E N G I N E E R . CUPERTINOCITY OF 22 DE A N Z A B O U L E V A R D A N D M C C E L L E N R O A D / P A C I F I C A D R I V E I N T E R S E C T I O N M O D I F I C A T I O N / F I N A L S U B M I T T A L / M A Y 2 7 , 2 0 2 2 NOTES: CONVERT EXISTING INLET TO STORM DRAIN MANHOLE DETAIL STEP DETAIL UTILITY & DRAINAGE PLAN UT-03 14 MCCLELLAN RD DE A N Z A B L V D LEGEND: NOTES: PAVEMENT REHABILITATION NOTES PAVEMENT REHABILITATION PR-01 15 DAYS BEFORE YOU DIG CALL TWO WORKING K: \ O A K _ I T S \ 0 9 7 0 4 3 0 2 7 - C U P E R T I N O D E A N Z A - M C C L E L L A N - E K C \ 0 4 _ C A D D \ P L A N S H E E T S \ P R - 0 1 . D W G SHEET OF REVISIONS IMPROVEMENT PLANS FORDE ANZA BOULEVARD AND MCCELLAN ROAD/ CALIFORNIACUPERTINO PACIFICA DRIVE INTERSECTION MODIFICATION File: Scale: Proj. Engr: Checked: Drawn: Designed: Date:JANUARY 25, 2023 EKC XX LSCE APPR.CITY DATEAPPR.DATEDESIGNBYDESIGN SA F E T Y O F A L L P E R S O N S A N D P R O P E R T Y ; T H A T T H I S R E Q U I R E M E N T S H A L L A P P L Y C O N T I N U O U S L Y A N D N O T B E L I M I T E D T O N O R M A L W O R K I N G H O U R S ; A N D T H A T T H E C O N T R A C T O R CO N T R A C T O R A G R E E S T H A T H E S H A L L A S S U M E S O L E A N D C O M P L E T E R E S P O N S I B I L I T Y F O R J O B S I T E C O N D I T I O N S D U R I N G T H E C O U R S E O F C O N S T R U C T I O N O F T H I S P R O J E C T , I N C L U D I N G SH A L L D E F E N D , I N D E M N I F Y A N D H O L D T H E O W N E R A N D T H E E N G I N E E R H A R M L E S S F R O M A N Y A N D A L L L I A B I L I T Y , R E A L O R A L L E G E D , I N C O N N E C T I O N W I T H T H E P E R F O R M A N C E O F W O R K ON T H I S P R O J E C T , E X C E P T I N G F O R L I A B I L I T Y A R I S I N G F R O M T H E S O L E N E G L I G E N C E O F T H E O W N E R O R T H E E N G I N E E R . CUPERTINOCITY OF 22 DE A N Z A B O U L E V A R D A N D M C C E L L E N R O A D / P A C I F I C A D R I V E I N T E R S E C T I O N M O D I F I C A T I O N / F I N A L S U B M I T T A L / M A Y 2 7 , 2 0 2 2 RTW DAYS BEFORE YOU DIG CALL TWO WORKING K: \ O A K _ I T S \ 0 9 7 0 4 3 0 2 7 - C U P E R T I N O D E A N Z A - M C C L E L L A N - E K C \ 0 4 _ C A D D \ P L A N S H E E T S \ 3 D E M O - 1 . D W G SHEET OF REVISIONS IMPROVEMENT PLANS FORDE ANZA BOULEVARD AND MCCELLAN ROAD/ CALIFORNIACUPERTINO PACIFICA DRIVE INTERSECTION MODIFICATION File: Scale: Proj. Engr: Checked: Drawn: Designed: Date:JANUARY 25, 2023 EKC XX LSCE APPR.CITY DATEAPPR.DATEDESIGNBYDESIGN SA F E T Y O F A L L P E R S O N S A N D P R O P E R T Y ; T H A T T H I S R E Q U I R E M E N T S H A L L A P P L Y C O N T I N U O U S L Y A N D N O T B E L I M I T E D T O N O R M A L W O R K I N G H O U R S ; A N D T H A T T H E C O N T R A C T O R CO N T R A C T O R A G R E E S T H A T H E S H A L L A S S U M E S O L E A N D C O M P L E T E R E S P O N S I B I L I T Y F O R J O B S I T E C O N D I T I O N S D U R I N G T H E C O U R S E O F C O N S T R U C T I O N O F T H I S P R O J E C T , I N C L U D I N G SH A L L D E F E N D , I N D E M N I F Y A N D H O L D T H E O W N E R A N D T H E E N G I N E E R H A R M L E S S F R O M A N Y A N D A L L L I A B I L I T Y , R E A L O R A L L E G E D , I N C O N N E C T I O N W I T H T H E P E R F O R M A N C E O F W O R K ON T H I S P R O J E C T , E X C E P T I N G F O R L I A B I L I T Y A R I S I N G F R O M T H E S O L E N E G L I G E N C E O F T H E O W N E R O R T H E E N G I N E E R . CUPERTINOCITY OF 22 DE A N Z A B O U L E V A R D A N D M C C E L L E N R O A D / P A C I F I C A D R I V E I N T E R S E C T I O N M O D I F I C A T I O N / F I N A L S U B M I T T A L / M A Y 2 7 , 2 0 2 2 RTW DEMOLITION NOTES: MCCLELLAN RD PACIFICA DR DE A N Z A B L V D DE A N Z A B L V D TRAFFIC SIGNAL DEMOLITION PLAN DEMO-01 16 DAYS BEFORE YOU DIG CALL TWO WORKING K: \ O A K _ I T S \ 0 9 7 0 4 3 0 2 7 - C U P E R T I N O D E A N Z A - M C C L E L L A N - E K C \ 0 4 _ C A D D \ P L A N S H E E T S \ 1 3 D E M O - 2 . D W G SHEET OF REVISIONS IMPROVEMENT PLANS FORDE ANZA BOULEVARD AND MCCELLAN ROAD/ CALIFORNIACUPERTINO PACIFICA DRIVE INTERSECTION MODIFICATION File: Scale: Proj. Engr: Checked: Drawn: Designed: Date:JANUARY 25, 2023 EKC XX LSCE APPR.CITY DATEAPPR.DATEDESIGNBYDESIGN SA F E T Y O F A L L P E R S O N S A N D P R O P E R T Y ; T H A T T H I S R E Q U I R E M E N T S H A L L A P P L Y C O N T I N U O U S L Y A N D N O T B E L I M I T E D T O N O R M A L W O R K I N G H O U R S ; A N D T H A T T H E C O N T R A C T O R CO N T R A C T O R A G R E E S T H A T H E S H A L L A S S U M E S O L E A N D C O M P L E T E R E S P O N S I B I L I T Y F O R J O B S I T E C O N D I T I O N S D U R I N G T H E C O U R S E O F C O N S T R U C T I O N O F T H I S P R O J E C T , I N C L U D I N G SH A L L D E F E N D , I N D E M N I F Y A N D H O L D T H E O W N E R A N D T H E E N G I N E E R H A R M L E S S F R O M A N Y A N D A L L L I A B I L I T Y , R E A L O R A L L E G E D , I N C O N N E C T I O N W I T H T H E P E R F O R M A N C E O F W O R K ON T H I S P R O J E C T , E X C E P T I N G F O R L I A B I L I T Y A R I S I N G F R O M T H E S O L E N E G L I G E N C E O F T H E O W N E R O R T H E E N G I N E E R . CUPERTINOCITY OF 22 DE A N Z A B O U L E V A R D A N D M C C E L L E N R O A D / P A C I F I C A D R I V E I N T E R S E C T I O N M O D I F I C A T I O N / F I N A L S U B M I T T A L / M A Y 2 7 , 2 0 2 2 RTW DEMOLITION NOTES: MCCLELLAN RD PACIFICA DR DE A N Z A B L V D DE A N Z A B L V D STRIPING DEMOLITION PLAN DEMO-02 17 DAYS BEFORE YOU DIG CALL TWO WORKING K: \ O A K _ I T S \ 0 9 7 0 4 3 0 2 7 - C U P E R T I N O D E A N Z A - M C C L E L L A N - E K C \ 0 4 _ C A D D \ P L A N S H E E T S \ 5 T S - 1 . D W G SHEET OF REVISIONS IMPROVEMENT PLANS FORDE ANZA BOULEVARD AND MCCELLAN ROAD/ CALIFORNIACUPERTINO PACIFICA DRIVE INTERSECTION MODIFICATION File: Scale: Proj. Engr: Checked: Drawn: Designed: Date:JANUARY 25, 2023 EKC XX LSCE APPR.CITY DATEAPPR.DATEDESIGNBYDESIGN SA F E T Y O F A L L P E R S O N S A N D P R O P E R T Y ; T H A T T H I S R E Q U I R E M E N T S H A L L A P P L Y C O N T I N U O U S L Y A N D N O T B E L I M I T E D T O N O R M A L W O R K I N G H O U R S ; A N D T H A T T H E C O N T R A C T O R CO N T R A C T O R A G R E E S T H A T H E S H A L L A S S U M E S O L E A N D C O M P L E T E R E S P O N S I B I L I T Y F O R J O B S I T E C O N D I T I O N S D U R I N G T H E C O U R S E O F C O N S T R U C T I O N O F T H I S P R O J E C T , I N C L U D I N G SH A L L D E F E N D , I N D E M N I F Y A N D H O L D T H E O W N E R A N D T H E E N G I N E E R H A R M L E S S F R O M A N Y A N D A L L L I A B I L I T Y , R E A L O R A L L E G E D , I N C O N N E C T I O N W I T H T H E P E R F O R M A N C E O F W O R K ON T H I S P R O J E C T , E X C E P T I N G F O R L I A B I L I T Y A R I S I N G F R O M T H E S O L E N E G L I G E N C E O F T H E O W N E R O R T H E E N G I N E E R . CUPERTINOCITY OF 22 DE A N Z A B O U L E V A R D A N D M C C E L L E N R O A D / P A C I F I C A D R I V E I N T E R S E C T I O N M O D I F I C A T I O N / F I N A L S U B M I T T A L / M A Y 2 7 , 2 0 2 2 RTW CONSTRUCTION NOTES: DETAIL A PROPOSED PHASE DIAGRAM MCCLELLAN RD PACIFICA DR DE A N Z A B L V D DE A N Z A B L V D TRAFFIC SIGNAL PLAN TS-01 18 DAYS BEFORE YOU DIG CALL TWO WORKING K: \ O A K _ I T S \ 0 9 7 0 4 3 0 2 7 - C U P E R T I N O D E A N Z A - M C C L E L L A N - E K C \ 0 4 _ C A D D \ P L A N S H E E T S \ 1 8 T S - 2 . D W G SHEET OF REVISIONS IMPROVEMENT PLANS FORDE ANZA BOULEVARD AND MCCELLAN ROAD/ CALIFORNIACUPERTINO PACIFICA DRIVE INTERSECTION MODIFICATION File: Scale: Proj. Engr: Checked: Drawn: Designed: Date:JANUARY 25, 2023 EKC XX LSCE APPR.CITY DATEAPPR.DATEDESIGNBYDESIGN SA F E T Y O F A L L P E R S O N S A N D P R O P E R T Y ; T H A T T H I S R E Q U I R E M E N T S H A L L A P P L Y C O N T I N U O U S L Y A N D N O T B E L I M I T E D T O N O R M A L W O R K I N G H O U R S ; A N D T H A T T H E C O N T R A C T O R CO N T R A C T O R A G R E E S T H A T H E S H A L L A S S U M E S O L E A N D C O M P L E T E R E S P O N S I B I L I T Y F O R J O B S I T E C O N D I T I O N S D U R I N G T H E C O U R S E O F C O N S T R U C T I O N O F T H I S P R O J E C T , I N C L U D I N G SH A L L D E F E N D , I N D E M N I F Y A N D H O L D T H E O W N E R A N D T H E E N G I N E E R H A R M L E S S F R O M A N Y A N D A L L L I A B I L I T Y , R E A L O R A L L E G E D , I N C O N N E C T I O N W I T H T H E P E R F O R M A N C E O F W O R K ON T H I S P R O J E C T , E X C E P T I N G F O R L I A B I L I T Y A R I S I N G F R O M T H E S O L E N E G L I G E N C E O F T H E O W N E R O R T H E E N G I N E E R . CUPERTINOCITY OF 22 DE A N Z A B O U L E V A R D A N D M C C E L L E N R O A D / P A C I F I C A D R I V E I N T E R S E C T I O N M O D I F I C A T I O N / F I N A L S U B M I T T A L / M A Y 2 7 , 2 0 2 2 RTW POLELUMINAIRE MAST ARM VEHICLE SIGNAL MOUNTING MAST ARM PED SIGNAL MOUNTING SPECIAL REQUIREMENTS TYPE LOCATION SIGNAL MAST ARM STANDARD POLE AND EQUIPMENT SCHEDULE APS Ø LED LUMINAIRE (WATTS) STREET NAME SIGN LEGENDARROW 26-4-100 1-B 29-5-100 45'12'MAS MAS --FURNISH AND INSTALL GPS RADIO ON TRAFFIC SIGNAL POLE. 1-B 1-B 1-B 1-B 24-4-100 1-B 29-5-100 1-B 1-B 1-B - 55' - - - - 35' 55' - - - - 12' 12' 12' - - - - - - - - - SV-2-TA MAS MAS MAS SV-1-T SV-1-T SV-2-TA MAS MAS MAS MAS MAS MAS MAS SV-1-T SV-1-T SV-2-TA SV-1-T SP-1-T POLE - -- -- --- SP-1-T Ø8 RIGHT- ----- SP-1-T Ø2 RIGHT- -SP-2-T Ø2 DOUBLE ---- SV-2-TA SP-1-T -- ---- Ø4 RIGHT- - -TV-1-T - - FURNISH AND INSTALL NEW VIDEO DETECTION CAMERA ON LUMINAIRE MAST ARM. FURNISH AND INSTALL NEW VIDEO DETECTION CAMERA ON LUMINAIRE MAST ARM. 135W 135W 135W - - - - - - - - - - PPB POST PPB POST - - - - - - Ø6 LEFT- - - -- - -- Ø4 LEFT Ø6 LEFT Ø8 RIGHT Ø2 LEFT N NN N NN NN NN NN NN NN NN NN "R6-1R" SIGN INSTALLED ON SIGNAL POLE. "R6-1R" AND "R3-5R" SIGNS INSTALLED ON SIGNAL POLE. CONDUCTOR SCHEDULE TRAFFIC SIGNAL SCHEDULE TS-02 19 N PPB POST N ------Ø2 RIGHT DAYS BEFORE YOU DIG CALL TWO WORKING K: \ O A K _ I T S \ 0 9 7 0 4 3 0 2 7 - C U P E R T I N O D E A N Z A - M C C L E L L A N - E K C \ 0 4 _ C A D D \ P L A N S H E E T S \ 1 9 S S - 1 . D W G SHEET OF REVISIONS IMPROVEMENT PLANS FORDE ANZA BOULEVARD AND MCCELLAN ROAD/ CALIFORNIACUPERTINO PACIFICA DRIVE INTERSECTION MODIFICATION File: Scale: Proj. Engr: Checked: Drawn: Designed: Date:JANUARY 25, 2023 EKC XX LSCE APPR.CITY DATEAPPR.DATEDESIGNBYDESIGN SA F E T Y O F A L L P E R S O N S A N D P R O P E R T Y ; T H A T T H I S R E Q U I R E M E N T S H A L L A P P L Y C O N T I N U O U S L Y A N D N O T B E L I M I T E D T O N O R M A L W O R K I N G H O U R S ; A N D T H A T T H E C O N T R A C T O R CO N T R A C T O R A G R E E S T H A T H E S H A L L A S S U M E S O L E A N D C O M P L E T E R E S P O N S I B I L I T Y F O R J O B S I T E C O N D I T I O N S D U R I N G T H E C O U R S E O F C O N S T R U C T I O N O F T H I S P R O J E C T , I N C L U D I N G SH A L L D E F E N D , I N D E M N I F Y A N D H O L D T H E O W N E R A N D T H E E N G I N E E R H A R M L E S S F R O M A N Y A N D A L L L I A B I L I T Y , R E A L O R A L L E G E D , I N C O N N E C T I O N W I T H T H E P E R F O R M A N C E O F W O R K ON T H I S P R O J E C T , E X C E P T I N G F O R L I A B I L I T Y A R I S I N G F R O M T H E S O L E N E G L I G E N C E O F T H E O W N E R O R T H E E N G I N E E R . CUPERTINOCITY OF 22 DE A N Z A B O U L E V A R D A N D M C C E L L E N R O A D / P A C I F I C A D R I V E I N T E R S E C T I O N M O D I F I C A T I O N / F I N A L S U B M I T T A L / M A Y 2 7 , 2 0 2 2 RTW CONSTRUCTION NOTES: MCCLELLAN RD PACIFICA DR DE A N Z A B L V D DE A N Z A B L V D SIGNAGE AND STRIPING PLAN SS-01 20 DAYS BEFORE YOU DIG CALL TWO WORKING K: \ O A K _ I T S \ 0 9 7 0 4 3 0 2 7 - C U P E R T I N O D E A N Z A - M C C L E L L A N - E K C \ 0 4 _ C A D D \ P L A N S H E E T S \ 2 0 D T - 0 1 . D W G SHEET OF REVISIONS IMPROVEMENT PLANS FORDE ANZA BOULEVARD AND MCCELLAN ROAD/ CALIFORNIACUPERTINO PACIFICA DRIVE INTERSECTION MODIFICATION File: Scale: Proj. Engr: Checked: Drawn: Designed: Date:JANUARY 25, 2023 EKC XX LSCE APPR.CITY DATEAPPR.DATEDESIGNBYDESIGN SA F E T Y O F A L L P E R S O N S A N D P R O P E R T Y ; T H A T T H I S R E Q U I R E M E N T S H A L L A P P L Y C O N T I N U O U S L Y A N D N O T B E L I M I T E D T O N O R M A L W O R K I N G H O U R S ; A N D T H A T T H E C O N T R A C T O R CO N T R A C T O R A G R E E S T H A T H E S H A L L A S S U M E S O L E A N D C O M P L E T E R E S P O N S I B I L I T Y F O R J O B S I T E C O N D I T I O N S D U R I N G T H E C O U R S E O F C O N S T R U C T I O N O F T H I S P R O J E C T , I N C L U D I N G SH A L L D E F E N D , I N D E M N I F Y A N D H O L D T H E O W N E R A N D T H E E N G I N E E R H A R M L E S S F R O M A N Y A N D A L L L I A B I L I T Y , R E A L O R A L L E G E D , I N C O N N E C T I O N W I T H T H E P E R F O R M A N C E O F W O R K ON T H I S P R O J E C T , E X C E P T I N G F O R L I A B I L I T Y A R I S I N G F R O M T H E S O L E N E G L I G E N C E O F T H E O W N E R O R T H E E N G I N E E R . CUPERTINOCITY OF 22 DE A N Z A B O U L E V A R D A N D M C C E L L E N R O A D / P A C I F I C A D R I V E I N T E R S E C T I O N M O D I F I C A T I O N / F I N A L S U B M I T T A L / M A Y 2 7 , 2 0 2 2 RTW DETAIL: GRIDSMART CAMERA LUMINAIRE ARM MOUNT NOT TO SCALE TRAFFIC SIGNAL DETAILS DT-01 21 DETAIL: FIBER SPLICE DIAGRAM NOT TO SCALE DAYS BEFORE YOU DIG CALL TWO WORKING K: \ O A K _ I T S \ 0 9 7 0 4 3 0 2 7 - C U P E R T I N O D E A N Z A - M C C L E L L A N - E K C \ 0 4 _ C A D D \ P L A N S H E E T S \ 2 2 B M - 0 1 . D W G SHEET OF REVISIONS IMPROVEMENT PLANS FORDE ANZA BOULEVARD AND MCCELLAN ROAD/ CALIFORNIACUPERTINO PACIFICA DRIVE INTERSECTION MODIFICATION File: Scale: Proj. Engr: Checked: Drawn: Designed: Date:JANUARY 25, 2023 EKC XX LSCE APPR.CITY DATEAPPR.DATEDESIGNBYDESIGN SA F E T Y O F A L L P E R S O N S A N D P R O P E R T Y ; T H A T T H I S R E Q U I R E M E N T S H A L L A P P L Y C O N T I N U O U S L Y A N D N O T B E L I M I T E D T O N O R M A L W O R K I N G H O U R S ; A N D T H A T T H E C O N T R A C T O R CO N T R A C T O R A G R E E S T H A T H E S H A L L A S S U M E S O L E A N D C O M P L E T E R E S P O N S I B I L I T Y F O R J O B S I T E C O N D I T I O N S D U R I N G T H E C O U R S E O F C O N S T R U C T I O N O F T H I S P R O J E C T , I N C L U D I N G SH A L L D E F E N D , I N D E M N I F Y A N D H O L D T H E O W N E R A N D T H E E N G I N E E R H A R M L E S S F R O M A N Y A N D A L L L I A B I L I T Y , R E A L O R A L L E G E D , I N C O N N E C T I O N W I T H T H E P E R F O R M A N C E O F W O R K ON T H I S P R O J E C T , E X C E P T I N G F O R L I A B I L I T Y A R I S I N G F R O M T H E S O L E N E G L I G E N C E O F T H E O W N E R O R T H E E N G I N E E R . CUPERTINOCITY OF 22 DE A N Z A B O U L E V A R D A N D M C C E L L E N R O A D / P A C I F I C A D R I V E I N T E R S E C T I O N M O D I F I C A T I O N / F I N A L S U B M I T T A L / M A Y 2 7 , 2 0 2 2 RTW BMP-01 22 DEANZA/MCCLELLAN IMPROVEMENTS PROJECT NO. 2020-12 ATTACHMENT A – FEDERAL CONTRACT REQUIREMENTS Attachment A – Federal Contract Requirements Local Assistance Procedures Manual Exhibit 12-G Required Federal-Aid Contract Language Page 1 of 25 August 2022 EXHIBIT 12-G: REQUIRED FEDERAL-AID CONTRACT LANGUAGE (For Local Assistance Construction Projects) The following language must be incorporated into all Local Assistance Federal-aid construction contracts. The following language, with minor edits, was taken from the Code of Federal Regulations. 1.DISADVANTAGED BUSINESS ENTERPRISES (DBE) .....................................................................................2 A. NONDISCRIMINATION STATEMENT ....................................................................................................3 B.CONTRACT ASSURANCE .....................................................................................................................3 C.PROMPT PROGRESS PAYMENT ..........................................................................................................3 D.PROMPT PAYMENT OF WITHHELD FUNDS TO SUBCONTRACTORS ..........................................3 E.TERMINATION AND SUBSTITUTION OF DBE SUBCONTRACTORS ..............................................4 F.COMMITMENT AND UTILIZATION ........................................................................................................5 G.DBE RUNNING TALLY OF ATTAINMENTS .........................................................................................6 2.BUY AMERICA .......................................................................................................................................................7 3.QUALITY ASSURANCE .......................................................................................................................................8 4.FORM FHWA-1273 REQUIRED CONTRACT PROVISIONS FEDERAL-AID CONTRACTS ..........................8 5.FEMALE AND MINORITY GOALS .....................................................................................................................21 6.TITLE VI ASSURANCES .....................................................................................................................................22 7.USE OF UNITED STATES-FLAG VESSELS (CARGO PREFERENCE ACT) .................................................26 MAINTAIN RECORDS AND SUBMIT REPORTS DOCUMENTING YOUR PERFORMANCE UNDER THIS SECTION Local Assistance Procedures Manual Exhibit 12-G Required Federal-Aid Contract Language Page 2 of 25 August 2022 1.DISADVANTAGED BUSINESS ENTERPRISES (DBE) The contractor, subrecipient or subcontractor shall take necessary and reasonable steps to ensure that DBEs have opportunity to participate in the contract (49 CFR 26). To ensure equal participation of DBEs provided in 49 CFR 26.5, the Agency shows a contract goal for DBEs. The prime contractor shall make work available to DBEs and select work parts consistent with available DBE subcontractors and suppliers. The prime contractor shall meet the DBE goal shown elsewhere in these special provisions or demonstrate that they made adequate good faith efforts to meet this goal. It is the prime contractor’s responsibility to verify that the DBE firm is certified as a DBE on the date of bid opening by using the California Unified Certification Program (CUCP) database and possesses the most specific available North American Industry Classification System (NAICS) codes and Work Code applicable to the type of work the firm will perform on the contract. Additionally, the prime contractor is responsible to document this verification by printing out the CUCP data for each DBE firm. A list of DBEs certified by the CUCP can be found at:https://dot.ca.gov/programs/civil-rights/dbe-search. All DBE participation will count toward the California Department of Transportation’s federally mandated statewide overall DBE goal. Credit for materials or supplies the prime contractor purchases from DBEs counts towards the goal in the following manner: ·100 percent counts if the materials or supplies are obtained from a DBE manufacturer. ·60 percent counts if the materials or supplies are obtained from a DBE regular dealer. ·Only fees, commissions, and charges for assistance in the procurement and delivery of materials or supplies count if obtained from a DBE that is neither a manufacturer nor regular dealer. 49 CFR 26.55 defines "manufacturer" and "regular dealer." The prime contractor receives credit towards the goal if they employ a DBE trucking company that performs a commercially useful function as defined in 49 CFR 26.55(d) as follows: ·The DBE must be responsible for the management and supervision of the entire trucking operation for which it is responsible on a particular contract, and there cannot be a contrived arrangement for the purpose of meeting DBE goals. ·The DBE must itself own and operate at least one fully licensed, insured, and operational truck used on the contract. ·The DBE receives credit for the total value of the transportation services it provides on the Contract using trucks it owns, insures, and operates using drivers it employs. ·The DBE may lease trucks from another DBE firm, including an owner-operator who is certified as a DBE. The DBE who leases trucks from another DBE receives credit for the total value of the transportation services the lessee DBE provides on the Contract. ·The DBE may also lease trucks from a non-DBE firm, including from an owner-operator. The DBE that leases trucks equipped with drivers from a non-DBE is entitled to credit for the total value of transportation services provided by non-DBE leased trucks equipped with drivers not to exceed the value of transportation services on the contract provided by DBE-owned trucks or leased trucks with DBE employee drivers. Additional participation by non-DBE owned trucks equipped with drivers receives credit only for the fee or commission it receives as a result of the lease arrangement. ·The DBE may lease trucks without drivers from a non-DBE truck leasing company. If the DBE leases trucks from a non-DBE truck leasing company and uses its own employees as drivers, it is entitled to credit for the total value of these hauling services. ·A lease must indicate that the DBE has exclusive use of and control over the truck. This does not preclude the leased truck from working for others during the term of the lease with the consent of the DBE, so long as the lease gives the DBE absolute priority for use of the leased truck. Leased trucks must display the name and identification number of the DBE. Local Assistance Procedures Manual Exhibit 12-G Required Federal-Aid Contract Language Page 3 of 25 August 2022 A. Nondiscrimination Statement The contractor, subrecipient or subcontractor will never exclude any person from participation in, deny any person the benefits of, or otherwise discriminate against anyone in connection with the award and performance of any contract covered by 49 CFR 26 on the basis of race, color, sex, or national origin. In administering the Local Agency components of the DBE Program Plan, the contractor, subrecipient or subcontractor will not, directly, or through contractual or other arrangements, use criteria or methods of administration that have the effect of defeating or substantially impairing accomplishment of the objectives of the DBE Program Plan with respect to individuals of a particular race, color, sex, or national origin. B.Contract Assurance Under 49 CFR 26.13(b): The contractor, subrecipient or subcontractor shall not discriminate on the basis of race, color, national origin, or sex in the performance of this contract. The contractor shall carry out applicable requirements of 49 CFR 26 in the award and administration of federal-aid contracts. Failure by the contractor to carry out these requirements is a material breach of this contract, which may result in the termination of this contract or such other remedy as the recipient deems appropriate, which may include, but is not limited to: (1)Withholding monthly progress payments; (2)Assessing sanctions; (3)Liquidated damages; and/or (4)Disqualifying the contractor from future bidding as non-responsible. C.Prompt Progress Payment The prime contractor or subcontractor shall pay to any subcontractor, not later than seven days after receipt of each progress payment, unless otherwise agreed to in writing, the respective amounts allowed the contractor on account of the work performed by the subcontractors, to the extent of each subcontractor’s interest therein. In the event that there is a good faith dispute over all or any portion of the amount due on a progress payment from the prime contractor or subcontractor to a subcontractor, the prime contractor or subcontractor may withhold no more than 150 percent of the disputed amount. Any violation of this requirement shall constitute a cause for disciplinary action and shall subject the licensee to a penalty, payable to the subcontractor, of 2 percent of the amount due per month for every month that payment is not made. In any action for the collection of funds wrongfully withheld, the prevailing party shall be entitled to his or her attorney’s fees and costs. The sanctions authorized under this requirement shall be separate from, and in addition to, all other remedies, either civil, administrative, or criminal. This clause applies to both DBE and non- DBE subcontractors. D.Prompt Payment of Withheld Funds to Subcontractors The Agency may hold retainage from the prime contractor and shall make prompt and regular incremental acceptances of portions, as determined by the Agency, of the contract work, and pay retainage to the prime contractor based on these acceptances. The Agency shall designate one of the methods below in the contract to ensure prompt and full payment of any retainage kept by the prime contractor or subcontractor to a subcontractor. The Agency shall include either Method 1, Method 2, or Method 3 below and delete the other two. Method 1:No retainage will be held by the Agency from progress payments due to the prime contractor. Prime contractors and subcontractors are prohibited from holding retainage from subcontractors. Any delay or postponement of payment may take place only for good cause and with the Agency’s prior written approval. Any violation of these provisions shall subject the violating contractor or subcontractor to the penalties, sanctions, and other remedies specified in Section 7108.5 of the California Business and Professions Code and Section 10262 of the California Public Contract Code. This requirement shall not be construed to limit or impair any contractual, administrative or judicial remedies, otherwise available to the contractor or subcontractor in the event of a dispute involving late payment or nonpayment by the contractor, deficient subcontractor performance and/or noncompliance by a subcontractor. This clause applies to both DBE and non-DBE subcontractors. Method 2:No retainage will be held by the Agency from progress payments due to the prime contractor. Any retainage kept by the prime contractor or by a subcontractor must be paid in full to the earning subcontractor within seven (7) days after the subcontractor’s work is satisfactorily completed. Any delay or postponement of payment may take place only for good cause and with the Agency’s prior written approval. Local Assistance Procedures Manual Exhibit 12-G Required Federal-Aid Contract Language Page 4 of 25 August 2022 Any violation of these provisions shall subject the violating contractor or subcontractor to the penalties, sanctions, and remedies specified in Section 7108.5 of the California Business and Professions Code and Section 10262 of the California Public Contract Code. This requirement shall not be construed to limit or impair any contractual, administrative or judicial remedies, otherwise available to the contractor or subcontractor in the event of a dispute involving late payment or nonpayment by the contractor, deficient subcontractor performance and/or noncompliance by a subcontractor. This clause applies to both DBE and non-DBE subcontractors. Method 3:The Agency shall hold retainage from the prime contractor and shall make prompt and regular incremental acceptances of portions, as determined by the Agency of the contract work and pay retainage to the prime contractor based on these acceptances. The prime contractor or subcontractor shall return all monies withheld in retention from all subcontractors within seven (7) days after receiving payment for work satisfactorily completed and accepted including incremental acceptances of portions of the contract work by the Agency. Any delay or postponement of payment may take place only for good cause and with the Agency’s prior written approval. Any violation of these provisions shall subject the violating prime contractor or subcontractor to the penalties, sanctions, and other remedies specified in Section 7108.5 of the California Business and Professions Code and Section 10262 of the California Public Contract Code. This requirement shall not be construed to limit or impair any contractual, administrative or judicial remedies otherwise available to the contractor or subcontractor in the event of a dispute involving late payment or nonpayment by the contractor; deficient subcontractor performance and/or noncompliance by a subcontractor. This clause applies to both DBE and non-DBE subcontractors. Any violation of these provisions of Prompt Progress Payment and Prompt Payment of Withheld Funds to Subcontractors shall subject the violating prime contractor or subcontractor to the penalties, sanctions and other remedies specified therein. These requirements shall not be construed to limit or impair any contractual, administrative, or judicial remedies otherwise available to the prime contractor or subcontractor in the event of a dispute involving late payment or nonpayment by the prime contractor, deficient subcontract performance, or noncompliance by a subcontractor. E.Termination and Substitution of DBE Subcontractors The prime contractor shall utilize the specific DBEs listed to perform the work and supply the materials for which each is listed unless the contractor obtains the Agency’s written consent. The prime contractor shall not terminate or substitute a listed DBE for convenience and perform the work with their own forces or obtain materials from other sources without prior written authorization from the Agency. Unless the Agency’s prior written consent is provided, the contractor shall not be entitled to any payment for work or material unless it is performed or supplied by the listed DBE on the Exhibit 15-G Construction Contract DBE Commitment form, included in the Bid. The Agency authorizes a request to use other forces or sources of materials if the bidder shows any of the following justifications: 1.Listed DBE fails or refuses to execute a written contract based on plans and specifications for the project. 2.The Local Agency stipulated that a bond is a condition of executing the subcontract and the listed DBE fails to meet the Local Agency’s bond requirements. 3.Work requires a contractor's license and listed DBE does not have a valid license under Contractors License Law. 4.Listed DBE fails or refuses to perform the work or furnish the listed materials (failing or refusing to perform is not an allowable reason to remove a DBE if the failure or refusal is a result of bad faith or discrimination). 5.Listed DBE's work is unsatisfactory and not in compliance with the contract. 6.Listed DBE is ineligible to work on the project because of suspension or debarment. 7.Listed DBE becomes bankrupt or insolvent. 8.Listed DBE voluntarily withdraws with written notice from the Contract 9.Listed DBE is ineligible to receive credit for the type of work required. 10.Listed DBE owner dies or becomes disabled resulting in the inability to perform the work on the Contract. Local Assistance Procedures Manual Exhibit 12-G Required Federal-Aid Contract Language Page 5 of 25 August 2022 11.The Agency determines other documented good cause. The prime contractor shall notify the original DBE of the intent to use other forces or material sources and provide the reasons, allowing the DBE 5 days to respond to the notice and advise the prime contractor and the Agency of the reasons why the use of other forces or sources of materials should not occur. The prime contractor’s request to use other forces or material sources must include: 1.One or more of the reasons listed in the preceding paragraph. 2.Notices from the prime contractor to the DBE regarding the request. 3.Notices from the DBEs to the prime contractor regarding the request. If the Agency authorizes the termination or substitution of a listed DBE, the prime contractor must make good faith efforts to find another DBE to substitute for the original DBE. The substitute DBE must (1) perform at least the same amount of work as the original DBE under the contract to the extent needed to meet or exceed the DBE goal, and (2) be certified as a DBE with the most specific available NAICS codes and work codes applicable to the type of work the DBE will perform on the contract at the time of the prime contractor’s request for substitution. The prime contractor shall submit their documentation of good faith efforts within 7 days of their request for authorization of the substitution. The Agency may authorize a 7-day extension of this submittal period at the prime contractor’s request. More guidance can be found at 49 CFR 26 app A regarding evaluation of good faith efforts to meet the DBE goal. F.Commitment and Utilization Note: In the Agency’s reports of DBE participation to Caltrans, the Agency must display both commitments and attainments. The Agency’s DBE program must include a monitoring and enforcement mechanism to ensure that DBE commitments reconcile to DBE utilization. The bidder shall submit the Exhibit 15-G Construction Contract DBE Commitment, included in the Bid book. This exhibit is the bidder’s DBE commitment form. If the form is not submitted with the bid, the bidder must remove the form from the Bid book before submitting their bid. The bidder shall complete and sign Exhibit 15-G Construction Contract DBE Commitment included in the contract documents regardless of whether DBE participation is reported. The bidder shall provide written confirmation from each DBE that the DBE is participating in the Contract. A copy of a DBE's quote serves as written confirmation. If a DBE is participating as a joint venture partner, the bidder shall submit a copy of the joint venture agreement. If the DBE Commitment form, Exhibit 15-G, is not submitted with the bid, it must be completed and submitted by all bidders to the Agency within five (5) days of bid opening. If the bidder does not submit the DBE Commitment form within the specified time, the Agency will find the bidder’s bid nonresponsive. The prime contractor shall use each DBE subcontractor as listed on Exhibit 12-B Bidder’s List of Subcontractors (DBE and Non-DBE), and Exhibit 15-G Construction Contract DBE Commitment form unless they receive authorization for a substitution. The Agency shall request the prime contractor to: 1.Notify the Resident Engineer or Inspector of any changes to its anticipated DBE participation 2.Provide this notification before starting the affected work 3.Maintain records including: ·Name and business address of each 1st-tier subcontractor ·Name and business address of each DBE subcontractor, DBE vendor, and DBE trucking company, regardless of tier ·Date of payment and total amount paid to each business (see Exhibit 9-F Monthly Disadvantaged Business Enterprise Payment) If the prime contractor is a DBE contractor, they shall include the date of work performed by their own forces and the corresponding value of the work. Local Assistance Procedures Manual Exhibit 12-G Required Federal-Aid Contract Language Page 6 of 25 August 2022 Before the 15th of each month, the prime contractor shall submit a Monthly DBE Trucking Verification (LAPM Exhibit 16-Z1) form. If a DBE is decertified before completing its work, the DBE must notify the prime contractor in writing of the decertification date. If a business becomes a certified DBE before completing its work, the business must notify the prime contractor in writing of the certification date. The prime contractor shall submit the notifications. Upon work completion, the prime contractor shall complete a Disadvantaged Business Enterprises (DBE) Certification Status Change, Exhibit 17-O, form and submit the form within 30 days of contract acceptance. Upon work completion, the prime contractor shall complete Exhibit 17-F Final Report – Utilization of Disadvantaged Business Enterprises (DBE), First-Tier Subcontractors and submit it within 90 days of contract acceptance. The Agency will withhold $10,000 until the form is submitted. The Agency releases the withhold upon submission of the completed form. G.DBE RUNNING TALLY OF ATTAINMENTS After submitting an invoice for reimbursement that includes a payment to a DBE, but no later than the 10th of the following month, the prime contractor/consultant shall complete and email the Exhibit 9- F: Disadvantaged Business Enterprise Running Tally of Payments to business.support.unit@dot.ca.gov with a copy to the Agency. 2.BUY AMERICA Furnish steel and iron materials to be incorporated into the work with certificates of compliance and certified mill test reports. Mill test reports must indicate where the steel and iron were melted and manufactured. Steel and iron materials must be produced in the U.S. except: 1.Foreign pig iron and processed, pelletized, and reduced iron ore may be used in the domestic production of the steel and iron materials [60 Fed Reg 15478 (03/24/1995)]; 2.If the total combined cost of the materials does not exceed the greater of 0.1 percent of the total bid or Local Assistance Procedures Manual Exhibit 12-G Required Federal-Aid Contract Language Page 7 of 25 August 2022 $2,500, materials produced outside the U.S. may be used. Production includes: 1.Processing steel and iron materials, including smelting or other processes that alter the physical form or shape (such as rolling, extruding, machining, bending, grinding, and drilling) or chemical composition; 2.Coating application, including epoxy coating, galvanizing, and painting, that protects or enhances the value of steel and iron materials. 3.QUALITY ASSURANCE The Local Agency uses a Quality Assurance Program (QAP) to ensure a material is produced to comply with the Contract. The Local Agency may examine the records and reports of tests the prime contractor performs if they are available at the job site. Schedule work to allow time for QAP. 4.FORM FHWA-1273 REQUIRED CONTRACT PROVISIONS FEDERAL-AID CONTRACTS [The following 12 pages must be physically inserted into the contract without modification. Excluding ATTACHMENT A - EMPLOYMENT AND MATERIALS PREFERENCE FOR APPALACHIAN DEVELOPMENT HIGHWAY SYSTEM OR APPALACHIAN LOCAL ACCESS ROAD CONTRACTS] Local Assistance Procedures Manual Exhibit 12-G Required Federal-Aid Contract Language Page 8 of 25 August 2022 FHWA-1273 --Revised July 5, 2022 REQUIRED CONTRACT PROVISIONS FEDERAL-AID CONSTRUCTION CONTRACTS Local Assistance Procedures Manual Exhibit 12-G Required Federal-Aid Contract Language Page 9 of 25 August 2022 I.General II.Nondiscrimination III.Non-segregated Facilities IV.Davis-Bacon and Related Act Provisions V.Contract Work Hours and Safety Standards Act Provisions VI.Subletting or Assigning the Contract VII.Safety: Accident Prevention VIII.False Statements Concerning Highway Projects IX.Implementation of Clean Air Act and Federal Water Pollution Control Act X.Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion XI.Certification Regarding Use of Contract Funds for Lobbying XII.Use of United States-Flag Vessels: ATTACHMENTS A. Employment and Materials Preference for Appalachian Development Highway System or Appalachian Local Access Road Contracts (included in Appalachian contracts only) I. GENERAL 1. Form FHWA-1273 must be physically incorporated in each construction contract funded under title 23, United States Code, as required in 23 CFR 633.102(b) (excluding emergency contracts solely intended for debris removal). The contractor (or subcontractor) must insert this form in each subcontract and further require its inclusion in all lower tier subcontracts (excluding purchase orders, rental agreements and other agreements for supplies or services). 23 CFR633.102(e). The applicable requirements of Form FHWA-1273 are incorporated by reference for work done under any purchase order, rental agreement or agreement for other services. The prime contractor shall be responsible for compliance by any subcontractor, lower-tier subcontractor or service provider. 23 CFR 633.102(e). Form FHWA-1273 must be included in all Federal-aid design- build contracts, in all subcontracts and in lower tier subcontracts (excluding subcontracts for design services, purchase orders, rental agreements and other agreements for supplies or services) in accordance with 23 CFR 633.102. The design- builder shall be responsible for compliance by any subcontractor, lower-tier subcontractor or service provider. Contracting agencies may reference Form FHWA-1273 in solicitation-for-bids or request-for-proposals documents, however, the Form FHWA-1273 must be physically incorporated (not referenced) in all contracts, subcontracts and lower-tier subcontracts (excluding purchase orders, rental agreements and other agreements for supplies or services related to a construction contract). 23 CFR 633.102(b). 2. Subject to the applicability criteria noted in the following sections, these contract provisions shall apply to all work performed on the contract by the contractor's own organization and with the assistance of workers under the contractor's immediate superintendence and to all work performed on the contract by piecework, station work, or by subcontract. 23 CFR 633.102(d). 3. A breach of any of the stipulations contained in these Required Contract Provisions may be sufficient grounds for withholding of progress payments, withholding of final payment, termination of the contract, suspension / debarment or any other action determined to be appropriate by the contracting agency and FHWA. 4. Selection of Labor: During the performance of this contract, the contractor shall not use convict labor for any purpose within the limits of a construction project on a Federal-aid highway unless it is labor performed by convicts who are on parole, supervised release, or probation. 23 U.S.C. 114(b).The term Federal-aid highway does not include roadways functionally classified as local roads or rural minor collectors. 23 U.S.C. 101(a). II. NONDISCRIMINATION (23 CFR 230.107(a); 23 CFR Part 230, Subpart A, Appendix A; EO 11246) The provisions of this section related to 23 CFR Part 230, Subpart A, Appendix A are applicable to all Federal-aid construction contracts and to all related construction subcontracts of $10,000 or more. The provisions of 23 CFR Part 230 are not applicable to material supply, engineering, or architectural service contracts. In addition, the contractor and all subcontractors must comply with the following policies: Executive Order 11246, 41 CFR Part 60, 29 CFR Parts 1625-1627, 23 U.S.C. 140, Section 504 of the Rehabilitation Act of 1973, as amended (29 U.S.C. 794), Title VI of the Civil Rights Act of 1964, as amended (42 U.S.C. 2000d et seq.), and related regulations including 49 CFR Parts 21, 26, and 27; and 23 CFR Parts 200, 230, and 633. The contractor and all subcontractors must comply with: the requirements of the Equal Opportunity Clause in 41 CFR 60- 1.4(b) and, for all construction contracts exceeding $10,000, the Standard Federal Equal Employment Opportunity Construction Contract Specifications in 41 CFR 60-4.3. Note: The U.S. Department of Labor has exclusive authority to determine compliance with Executive Order 11246 and the policies of the Secretary of Labor including 41 CFR Part 60, and 29 CFR Parts 1625-1627. The contracting agency and the FHWA have the authority and the responsibility to ensure compliance with 23 U.S.C. 140, Section 504 of the Rehabilitation Act of 1973, as amended (29 U.S.C. 794), and Title VI of the Civil Rights Act of 1964, as amended (42 U.S.C. 2000d et seq.), and related regulations including 49 CFR Parts 21, 26, and 27; and 23 CFR Parts 200, 230, and 633. The following provision is adopted from 23 CFR Part 230, Subpart A, Appendix A, with appropriate revisions to conform to the U.S. Department of Labor (US DOL) and FHWA requirements. Local Assistance Procedures Manual Exhibit 12-G Required Federal-Aid Contract Language Page 10 of 25 August 2022 1. Equal Employment Opportunity:Equal Employment Opportunity (EEO) requirements not to discriminate and to take affirmative action to assure equal opportunity as set forth under laws, executive orders, rules, regulations (see 28 CFR Part 35, 29 CFR Part 1630, 29 CFR Parts 1625-1627, 41 CFR Part 60 and 49 CFR Part 27) and orders of the Secretary of Labor as modified by the provisions prescribed herein, and imposed pursuant to 23 U.S.C. 140, shall constitute the EEO and specific affirmative action standards for the contractor's project activities under this contract. The provisions of the Americans with Disabilities Act of 1990 (42 U.S.C. 12101 et seq.) set forth under 28 CFR Part 35 and 29 CFR Part 1630 are incorporated by reference in this contract. In the execution of this contract, the contractor agrees to comply with the following minimum specific requirement activities of EEO: a. The contractor will work with the contracting agency and the Federal Government to ensure that it has made every good faith effort to provide equal opportunity with respect to all of its terms and conditions of employment and in their review of activities under the contract. 23 CFR 230.409 (g)(4) & (5). b. The contractor will accept as its operating policy the following statement: "It is the policy of this Company to assure that applicants are employed, and that employees are treated during employment, without regard to their race, religion, sex, sexual orientation, gender identity, color, national origin, age or disability. Such action shall include: employment, upgrading, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship, pre- apprenticeship, and/or on-the-job training." 2. EEO Officer:The contractor will designate and make known to the contracting officers an EEO Officer who will have the responsibility for and must be capable of effectively administering and promoting an active EEO program and who must be assigned adequate authority and responsibility to do so. 3. Dissemination of Policy:All members of the contractor's staff who are authorized to hire, supervise, promote, and discharge employees, or who recommend such action or are substantially involved in such action, will be made fully cognizant of and will implement the contractor's EEO policy and contractual responsibilities to provide EEO in each grade and classification of employment. To ensure that the above agreement will be met, the following actions will be taken as a minimum: a. Periodic meetings of supervisory and personnel office employees will be conducted before the start of work and then not less often than once every six months, at which time the contractor's EEO policy and its implementation will be reviewed and explained. The meetings will be conducted by the EEO Officer or other knowledgeable company official. b. All new supervisory or personnel office employees will be given a thorough indoctrination by the EEO Officer, covering all major aspects of the contractor's EEO obligations within thirty days following their reporting for duty with the contractor. c. All personnel who are engaged in direct recruitment for the project will be instructed by the EEO Officer in the contractor's procedures for locating and hiring minorities and women. d. Notices and posters setting forth the contractor's EEO policy will be placed in areas readily accessible to employees, applicants for employment and potential employees. e. The contractor's EEO policy and the procedures to implement such policy will be brought to the attention of employees by means of meetings, employee handbooks, or other appropriate means. 4. Recruitment:When advertising for employees, the contractor will include in all advertisements for employees the notation: "An Equal Opportunity Employer." All such advertisements will be placed in publications having a large circulation among minorities and women in the area from which the project work force would normally be derived. a. The contractor will, unless precluded by a valid bargaining agreement, conduct systematic and direct recruitment through public and private employee referral sources likely to yield qualified minorities and women. To meet this requirement, the contractor will identify sources of potential minority group employees and establish with such identified sources procedures whereby minority and women applicants may be referred to the contractor for employment consideration. b. In the event the contractor has a valid bargaining agreement providing for exclusive hiring hall referrals, the contractor is expected to observe the provisions of that agreement to the extent that the system meets the contractor's compliance with EEO contract provisions. Where implementation of such an agreement has the effect of discriminating against minorities or women, or obligates the contractor to do the same, such implementation violates Federal nondiscrimination provisions. c. The contractor will encourage its present employees to refer minorities and women as applicants for employment. Information and procedures with regard to referring such applicants will be discussed with employees. 5. Personnel Actions:Wages, working conditions, and employee benefits shall be established and administered, and personnel actions of every type, including hiring, upgrading, promotion, transfer, demotion, layoff, and termination, shall be taken without regard to race, color, religion, sex, sexual orientation, gender identity, national origin, age or disability. The following procedures shall be followed: a. The contractor will conduct periodic inspections of project sites to ensure that working conditions and employee facilities do not indicate discriminatory treatment of project site personnel. b. The contractor will periodically evaluate the spread of wages paid within each classification to determine any evidence of discriminatory wage practices. c. The contractor will periodically review selected personnel actions in depth to determine whether there is evidence of discrimination. Where evidence is found, the contractor will promptly take corrective action. If the review indicates that the discrimination may extend beyond the actions reviewed, such corrective action shall include all affected persons. d. The contractor will promptly investigate all complaints of alleged discrimination made to the contractor in connection with its obligations under this contract, will attempt to resolve such complaints, and will take appropriate corrective action within a reasonable time. If the investigation indicates that the discrimination may affect persons other than the complainant, such corrective action shall include such other persons. Upon completion of each investigation, the contractor will inform every complainant of all of their avenues of appeal. Local Assistance Procedures Manual Exhibit 12-G Required Federal-Aid Contract Language Page 11 of 25 August 2022 6. Training and Promotion: a. The contractor will assist in locating, qualifying, and increasing the skills of minorities and women who are applicants for employment or current employees. Such efforts should be aimed at developing full journey level status employees in the type of trade or job classification involved. b. Consistent with the contractor's work force requirements and as permissible under Federal and State regulations, the contractor shall make full use of training programs (i.e., apprenticeship and on-the- job training programs for the geographical area of contract performance). In the event a special provision for training is provided under this contract, this subparagraph will be superseded as indicated in the special provision. The contracting agency may reserve training positions for persons who receive welfare assistance in accordance with 23 U.S.C. 140(a). c. The contractor will advise employees and applicants for employment of available training programs and entrance requirements for each. d. The contractor will periodically review the training and promotion potential of employees who are minorities and women and will encourage eligible employees to apply for such training and promotion. 7. Unions:If the contractor relies in whole or in part upon unions as a source of employees, the contractor will use good faith efforts to obtain the cooperation of such unions to increase opportunities for minorities and women. 23 CFR 230.409. Actions by the contractor, either directly or through a contractor's association acting as agent, will include the procedures set forth below: a. The contractor will use good faith efforts to develop, in cooperation with the unions, joint training programs aimed toward qualifying more minorities and women for membership in the unions and increasing the skills of minorities and women so that they may qualify for higher paying employment. b. The contractor will use good faith efforts to incorporate an EEO clause into each union agreement to the end that such union will be contractually bound to refer applicants without regard to their race, color, religion, sex, sexual orientation, gender identity, national origin, age, or disability. c. The contractor is to obtain information as to the referral practices and policies of the labor union except that to the extent such information is within the exclusive possession of the labor union and such labor union refuses to furnish such information to the contractor, the contractor shall so certify to the contracting agency and shall set forth what efforts have been made to obtain such information. d. In the event the union is unable to provide the contractor with a reasonable flow of referrals within the time limit set forth in the collective bargaining agreement, the contractor will, through independent recruitment efforts, fill the employment vacancies without regard to race, color, religion, sex, sexual orientation, gender identity, national origin, age, or disability; making full efforts to obtain qualified and/or qualifiable minorities and women. The failure of a union to provide sufficient referrals (even though it is obligated to provide exclusive referrals under the terms of a collective bargaining agreement) does not relieve the contractor from the requirements of this paragraph. In the event the union referral practice prevents the contractor from meeting the obligations pursuant to Executive Order 11246, as amended, and these special provisions, such contractor shall immediately notify the contracting agency. 8. Reasonable Accommodation for Applicants / Employees with Disabilities:The contractor must be familiar with the requirements for and comply with the Americans with Disabilities Act and all rules and regulations established thereunder. Employers must provide reasonable accommodation in all employment activities unless to do so would cause an undue hardship. 9. Selection of Subcontractors, Procurement of Materials and Leasing of Equipment:The contractor shall not discriminate on the grounds of race, color, religion, sex, sexual orientation, gender identity, national origin, age, or disability in the selection and retention of subcontractors, including procurement of materials and leases of equipment. The contractor shall take all necessary and reasonable steps to ensure nondiscrimination in the administration of this contract. a. The contractor shall notify all potential subcontractors, suppliers, and lessors of their EEO obligations under this contract. b. The contractor will use good faith efforts to ensure subcontractor compliance with their EEO obligations. 10. Assurance Required: a. The requirements of 49 CFR Part 26 and the State DOT’s FHWA-approved Disadvantaged Business Enterprise (DBE) program are incorporated by reference. b. The contractor, subrecipient or subcontractor shall not discriminate on the basis of race, color, national origin, or sex in the performance of this contract. The contractor shall carry out applicable requirements of 49 CFR part 26 in the award and administration of DOT-assisted contracts. Failure by the contractor to carry out these requirements is a material breach of this contract, which may result in the termination of this contract or such other remedy as the recipient deems appropriate, which may include, but is not limited to: (1) Withholding monthly progress payments; (2) Assessing sanctions; (3) Liquidated damages; and/or (4) Disqualifying the contractor from future bidding as non- responsible. c. The Title VI and nondiscrimination provisions of U.S. DOT Order 1050.2A at Appendixes A and E are incorporated by reference. 49 CFR Part 21. 11. Records and Reports:The contractor shall keep such records as necessary to document compliance with the EEO requirements. Such records shall be retained for a period of three years following the date of the final payment to the contractor for all contract work and shall be available at reasonable times and places for inspection by authorized representatives of the contracting agency and the FHWA. a. The records kept by the contractor shall document the following: (1) The number and work hours of minority and non-minority group members and women employed in each work classification on the project; (2) The progress and efforts being made in cooperation with unions, when applicable, to increase employment opportunities for minorities and women; and (3) The progress and efforts being made in locating, hiring, training, qualifying, and upgrading minorities and women. Local Assistance Procedures Manual Exhibit 12-G Required Federal-Aid Contract Language Page 12 of 25 August 2022 b. The contractors and subcontractors will submit an annual report to the contracting agency each July for the duration of the project indicating the number of minority, women, and non-minority group employees currently engaged in each work classification required by the contract work. This information is to be reported on Form FHWA-1391. The staffing data should represent the project work force on board in all or any part of the last payroll period preceding the end of July. If on-the-job training is being required by special provision, the contractor will be required to collect and report training data. The employment data should reflect the work force on board during all or any part of the last payroll period preceding the end of July. III. NONSEGREGATED FACILITIES This provision is applicable to all Federal-aid construction contracts and to all related construction subcontracts of more than $10,000. 41 CFR 60-1.5. As prescribed by 41 CFR 60-1.8, the contractor must ensure that facilities provided for employees are provided in such a manner that segregation on the basis of race, color, religion, sex, sexual orientation, gender identity, or national origin cannot result. The contractor may neither require such segregated use by written or oral policies nor tolerate such use by employee custom. The contractor's obligation extends further to ensure that its employees are not assigned to perform their services at any location under the contractor's control where the facilities are segregated. The term "facilities" includes waiting rooms, work areas, restaurants and other eating areas, time clocks, restrooms, washrooms, locker rooms and other storage or dressing areas, parking lots, drinking fountains, recreation or entertainment areas, transportation, and housing provided for employees. The contractor shall provide separate or single-user restrooms and necessary dressing or sleeping areas to assure privacy between sexes. IV. DAVIS-BACON AND RELATED ACT PROVISIONS This section is applicable to all Federal-aid construction projects exceeding $2,000 and to all related subcontracts and lower-tier subcontracts (regardless of subcontract size), in accordance with 29 CFR 5.5. The requirements apply to all projects located within the right-of-way of a roadway that is functionally classified as Federal- aid highway. 23 U.S.C. 113. This excludes roadways functionally classified as local roads or rural minor collectors, which are exempt. 23 U.S.C. 101. Where applicable law requires that projects be treated as a project on a Federal-aid highway, the provisions of this subpart will apply regardless of the location of the project. Examples include: Surface Transportation Block Grant Program projects funded under 23 U.S.C. 133 [excluding recreational trails projects], the Nationally Significant Freight and Highway Projects funded under 23 U.S.C. 117, and National Highway Freight Program projects funded under 23 U.S.C. 167. The following provisions are from the U.S. Department of Labor regulations in 29 CFR 5.5 “Contract provisions and related matters” with minor revisions to conform to the FHWA-1273 format and FHWA program requirements. 1. Minimum wages (29 CFR 5.5) a. All laborers and mechanics employed or working upon the site of the work, will be paid unconditionally and not less often than once a week, and without subsequent deduction or rebate on any account (except such payroll deductions as are permitted by regulations issued by the Secretary of Labor under the Copeland Act (29 CFR part 3)), the full amount of wages and bona fide fringe benefits (or cash equivalents thereof) due at time of payment computed at rates not less than those contained in the wage determination of the Secretary of Labor which is attached hereto and made a part hereof, regardless of any contractual relationship which may be alleged to exist between the contractor and such laborers and mechanics. Contributions made or costs reasonably anticipated for bona fide fringe benefits under section 1(b)(2) of the Davis-Bacon Act on behalf of laborers or mechanics are considered wages paid to such laborers or mechanics, subject to the provisions of paragraph 1.d. of this section; also, regular contributions made or costs incurred for more than a weekly period (but not less often than quarterly) under plans, funds, or programs which cover the particular weekly period, are deemed to be constructively made or incurred during such weekly period. Such laborers and mechanics shall be paid the appropriate wage rate and fringe benefits on the wage determination for the classification of work actually performed, without regard to skill, except as provided in 29 CFR 5.5(a)(4). Laborers or mechanics performing work in more than one classification may be compensated at the rate specified for each classification for the time actually worked therein: Provided, That the employer's payroll records accurately set forth the time spent in each classification in which work is performed. The wage determination (including any additional classification and wage rates conformed under paragraph 1.b. of this section) and the Davis-Bacon poster (WH–1321) shall be posted at all times by the contractor and its subcontractors at the site of the work in a prominent and accessible place where it can be easily seen by the workers. b. (1) The contracting officer shall require that any class of laborers or mechanics, including helpers, which is not listed in the wage determination and which is to be employed under the contract shall be classified in conformance with the wage determination. The contracting officer shall approve an additional classification and wage rate and fringe benefits therefore only when the following criteria have been met: (i) The work to be performed by the classification requested is not performed by a classification in the wage determination; and (ii) The classification is utilized in the area by the construction industry; and (iii) The proposed wage rate, including any bona fide fringe benefits, bears a reasonable relationship to the wage rates contained in the wage determination. (2) If the contractor and the laborers and mechanics to be employed in the classification (if known), or their representatives, and the contracting officer agree on the classification and wage rate (including the amount designated for fringe benefits where appropriate), a report of the action taken shall be sent by the contracting officer to the Administrator of the Wage and Hour Division, U.S. Department of Labor, Washington, DC 20210. The Administrator, or an authorized representative, will approve, modify, or disapprove every additional classification action within 30 days of receipt and so advise the contracting officer or will notify the contracting officer within the 30-day period that additional time is necessary. Local Assistance Procedures Manual Exhibit 12-G Required Federal-Aid Contract Language Page 13 of 25 August 2022 (3) In the event the contractor, the laborers or mechanics to be employed in the classification or their representatives, and the contracting officer do not agree on the proposed classification and wage rate (including the amount designated for fringe benefits, where appropriate), the contracting officer shall refer the questions, including the views of all interested parties and the recommendation of the contracting officer, to the Administrator for determination. The Administrator, or an authorized representative, will issue a determination within 30 days of receipt and so advise the contracting officer or will notify the contracting officer within the 30-day period that additional time is necessary. (4) The wage rate (including fringe benefits where appropriate) determined pursuant to paragraphs 1.b.(2) or 1.b.(3) of this section, shall be paid to all workers performing work in the classification under this contract from the first day on which work is performed in the classification. c. Whenever the minimum wage rate prescribed in the contract for a class of laborers or mechanics includes a fringe benefit which is not expressed as an hourly rate, the contractor shall either pay the benefit as stated in the wage determination or shall pay another bona fide fringe benefit or an hourly cash equivalent thereof. d. If the contractor does not make payments to a trustee or other third person, the contractor may consider as part of the wages of any laborer or mechanic the amount of any costs reasonably anticipated in providing bona fide fringe benefits under a plan or program, Provided, That the Secretary of Labor has found, upon the written request of the contractor, that the applicable standards of the Davis-Bacon Act have been met. The Secretary of Labor may require the contractor to set aside in a separate account assets for the meeting of obligations under the plan or program. 2. Withholding (29 CFR 5.5) The contracting agency shall upon its own action or upon written request of an authorized representative of the Department of Labor, withhold or cause to be withheld from the contractor under this contract, or any other Federal contract with the same prime contractor, or any other federally-assisted contract subject to Davis- Bacon prevailing wage requirements, which is held by the same prime contractor, so much of the accrued payments or advances as may be considered necessary to pay laborers and mechanics, including apprentices, trainees, and helpers, employed by the contractor or any subcontractor the full amount of wages required by the contract. In the event of failure to pay any laborer or mechanic, including any apprentice, trainee, or helper, employed or working on the site of the work, all or part of the wages required by the contract, the contracting agency may, after written notice to the contractor, take such action as may be necessary to cause the suspension of any further payment, advance, or guarantee of funds until such violations have ceased. 3. Payrolls and basic records (29 CFR 5.5) a. Payrolls and basic records relating thereto shall be maintained by the contractor during the course of the work and preserved for a period of three years thereafter for all laborers and mechanics working at the site of the work. Such records shall contain the name, address, and social security number of each such worker, his or her correct classification, hourly rates of wages paid (including rates of contributions or costs anticipated for bona fide fringe benefits or cash equivalents thereof of the types described in section 1(b)(2)(B) of the Davis-Bacon Act), daily and weekly number of hours worked, deductions made and actual wages paid. Whenever the Secretary of Labor has found under 29 CFR 5.5(a)(1)(iv) that the wages of any laborer or mechanic include the amount of any costs reasonably anticipated in providing benefits under a plan or program described in section 1(b)(2)(B) of the Davis-Bacon Act, the contractor shall maintain records which show that the commitment to provide such benefits is enforceable, that the plan or program is financially responsible, and that the plan or program has been communicated in writing to the laborers or mechanics affected, and records which show the costs anticipated or the actual cost incurred in providing such benefits. Contractors employing apprentices or trainees under approved programs shall maintain written evidence of the registration of apprenticeship programs and certification of trainee programs, the registration of the apprentices and trainees, and the ratios and wage rates prescribed in the applicable programs. b. (1) The contractor shall submit weekly for each week in which any contract work is performed a copy of all payrolls to the contracting agency. The payrolls submitted shall set out accurately and completely all of the information required to be maintained under 29 CFR 5.5(a)(3)(i), except that full social security numbers and home addresses shall not be included on weekly transmittals. Instead the payrolls shall only need to include an individually identifying number for each employee (e.g., the last four digits of the employee's social security number). The required weekly payroll information may be submitted in any form desired. Optional Form WH–347 is available for this purpose from the Wage and Hour Division Web site. The prime contractor is responsible for the submission of copies of payrolls by all subcontractors. Contractors and subcontractors shall maintain the full social security number and current address of each covered worker, and shall provide them upon request to the contracting agency for transmission to the State DOT, the FHWA or the Wage and Hour Division of the Department of Labor for purposes of an investigation or audit of compliance with prevailing wage requirements. It is not a violation of this section for a prime contractor to require a subcontractor to provide addresses and social security numbers to the prime contractor for its own records, without weekly submission to the contracting agency. (2) Each payroll submitted shall be accompanied by a “Statement of Compliance,” signed by the contractor or subcontractor or his or her agent who pays or supervises the payment of the persons employed under the contract and shall certify the following: (i) That the payroll for the payroll period contains the information required to be provided under 29 CFR 5.5(a)(3)(ii), the appropriate information is being maintained under 29 CFR 5.5(a)(3)(i), and that such information is correct and complete; (ii) That each laborer or mechanic (including each helper, apprentice, and trainee) employed on the contract during the payroll period has been paid the full weekly wages earned, without rebate, either directly or indirectly, and that no deductions have been made either directly or indirectly from the full wages earned, other than permissible deductions as set forth in 29 CFR part 3; Local Assistance Procedures Manual Exhibit 12-G Required Federal-Aid Contract Language Page 14 of 25 August 2022 (iii) That each laborer or mechanic has been paid not less than the applicable wage rates and fringe benefits or cash equivalents for the classification of work performed, as specified in the applicable wage determination incorporated into the contract. (3) The weekly submission of a properly executed certification set forth on the reverse side of Optional Form WH–347 shall satisfy the requirement for submission of the “Statement of Compliance” required by paragraph 3.b.(2) of this section. (4) The falsification of any of the above certifications may subject the contractor or subcontractor to civil or criminal prosecution under 18 U.S.C. 1001 and 31 U.S.C. 231. c. The contractor or subcontractor shall make the records required under paragraph 3.a. of this section available for inspection, copying, or transcription by authorized representatives of the contracting agency, the State DOT, the FHWA, or the Department of Labor, and shall permit such representatives to interview employees during working hours on the job. If the contractor or subcontractor fails to submit the required records or to make them available, the FHWA may, after written notice to the contractor, the contracting agency or the State DOT, take such action as may be necessary to cause the suspension of any further payment, advance, or guarantee of funds. Furthermore, failure to submit the required records upon request or to make such records available may be grounds for debarment action pursuant to 29 CFR 5.12. 4. Apprentices and trainees (29 CFR 5.5) a. Apprentices (programs of the USDOL). Apprentices will be permitted to work at less than the predetermined rate for the work they performed when they are employed pursuant to and individually registered in a bona fide apprenticeship program registered with the U.S. Department of Labor, Employment and Training Administration, Office of Apprenticeship Training, Employer and Labor Services, or with a State Apprenticeship Agency recognized by the Office, or if a person is employed in his or her first 90 days of probationary employment as an apprentice in such an apprenticeship program, who is not individually registered in the program, but who has been certified by the Office of Apprenticeship Training, Employer and Labor Services or a State Apprenticeship Agency (where appropriate) to be eligible for probationary employment as an apprentice. The allowable ratio of apprentices to journeymen on the job site in any craft classification shall not be greater than the ratio permitted to the contractor as to the entire work force under the registered program. Any worker listed on a payroll at an apprentice wage rate, who is not registered or otherwise employed as stated above, shall be paid not less than the applicable wage rate on the wage determination for the classification of work actually performed. In addition, any apprentice performing work on the job site in excess of the ratio permitted under the registered program shall be paid not less than the applicable wage rate on the wage determination for the work actually performed. Where a contractor is performing construction on a project in a locality other than that in which its program is registered, the ratios and wage rates (expressed in percentages of the journeyman's hourly rate) specified in the contractor's or subcontractor's registered program shall be observed. Every apprentice must be paid at not less than the rate specified in the registered program for the apprentice's level of progress, expressed as a percentage of the journeymen hourly rate specified in the applicable wage determination. Apprentices shall be paid fringe benefits in accordance with the provisions of the apprenticeship program. If the apprenticeship program does not specify fringe benefits, apprentices must be paid the full amount of fringe benefits listed on the wage determination for the applicable classification. If the Administrator determines that a different practice prevails for the applicable apprentice classification, fringes shall be paid in accordance with that determination. In the event the Office of Apprenticeship Training, Employer and Labor Services, or a State Apprenticeship Agency recognized by the Office, withdraws approval of an apprenticeship program, the contractor will no longer be permitted to utilize apprentices at less than the applicable predetermined rate for the work performed until an acceptable program is approved. b. Trainees (programs of the USDOL). Except as provided in 29 CFR 5.16, trainees will not be permitted to work at less than the predetermined rate for the work performed unless they are employed pursuant to and individually registered in a program which has received prior approval, evidenced by formal certification by the U.S. Department of Labor, Employment and Training Administration. The ratio of trainees to journeymen on the job site shall not be greater than permitted under the plan approved by the Employment and Training Administration. Every trainee must be paid at not less than the rate specified in the approved program for the trainee's level of progress, expressed as a percentage of the journeyman hourly rate specified in the applicable wage determination. Trainees shall be paid fringe benefits in accordance with the provisions of the trainee program. If the trainee program does not mention fringe benefits, trainees shall be paid the full amount of fringe benefits listed on the wage determination unless the Administrator of the Wage and Hour Division determines that there is an apprenticeship program associated with the corresponding journeyman wage rate on the wage determination which provides for less than full fringe benefits for apprentices. Any employee listed on the payroll at a trainee rate who is not registered and participating in a training plan approved by the Employment and Training Administration shall be paid not less than the applicable wage rate on the wage determination for the classification of work actually performed. In addition, any trainee performing work on the job site in excess of the ratio permitted under the registered program shall be paid not less than the applicable wage rate on the wage determination for the work actually performed. In the event the Employment and Training Administration withdraws approval of a training program, the contractor will no longer be permitted to utilize trainees at less than the applicable predetermined rate for the work performed until an acceptable program is approved. c. Equal employment opportunity. The utilization of apprentices, trainees and journeymen under this part shall be in conformity with the equal employment opportunity requirements of Executive Order 11246, as amended, and 29 CFR part 30. Local Assistance Procedures Manual Exhibit 12-G Required Federal-Aid Contract Language Page 15 of 25 August 2022 d. Apprentices and Trainees (programs of the U.S. DOT). Apprentices and trainees working under apprenticeship and skill training programs which have been certified by the Secretary of Transportation as promoting EEO in connection with Federal-aid highway construction programs are not subject to the requirements of paragraph 4 of this Section IV. 23 CFR 230.111(e)(2). The straight time hourly wage rates for apprentices and trainees under such programs will be established by the particular programs. The ratio of apprentices and trainees to journeymen shall not be greater than permitted by the terms of the particular program. 5. Compliance with Copeland Act requirements.The contractor shall comply with the requirements of 29 CFR part 3, which are incorporated by reference in this contract as provided in 29 CFR 5.5. 6. Subcontracts.The contractor or subcontractor shall insert Form FHWA-1273 in any subcontracts and also require the subcontractors to include Form FHWA-1273 in any lower tier subcontracts. The prime contractor shall be responsible for the compliance by any subcontractor or lower tier subcontractor with all the contract clauses in 29 CFR 5.5. 7. Contract termination: debarment.A breach of the contract clauses in 29 CFR 5.5 may be grounds for termination of the contract, and for debarment as a contractor and a subcontractor as provided in 29 CFR 5.12. 8. Compliance with Davis-Bacon and Related Act requirements.All rulings and interpretations of the Davis-Bacon and Related Acts contained in 29 CFR parts 1, 3, and 5 are herein incorporated by reference in this contract as provided in 29 CFR 5.5. 9. Disputes concerning labor standards.As provided in 29 CFR 5.5, disputes arising out of the labor standards provisions of this contract shall not be subject to the general disputes clause of this contract. Such disputes shall be resolved in accordance with the procedures of the Department of Labor set forth in 29 CFR parts 5, 6, and 7. Disputes within the meaning of this clause include disputes between the contractor (or any of its subcontractors) and the contracting agency, the U.S. Department of Labor, or the employees or their representatives. 10. Certification of eligibility (29 CFR 5.5) a. By entering into this contract, the contractor certifies that neither it (nor he or she) nor any person or firm who has an interest in the contractor's firm is a person or firm ineligible to be awarded Government contracts by virtue of section 3(a) of the Davis-Bacon Act or 29 CFR 5.12(a)(1). b. No part of this contract shall be subcontracted to any person or firm ineligible for award of a Government contract by virtue of section 3(a) of the Davis-Bacon Act or 29 CFR 5.12(a)(1). c. The penalty for making false statements is prescribed in the U.S. Criminal Code, 18 U.S.C. 1001. V. CONTRACT WORK HOURS AND SAFETY STANDARDS ACT Pursuant to 29 CFR 5.5(b), the following clauses apply to any Federal-aid construction contract in an amount in excess of $100,000 and subject to the overtime provisions of the Contract Work Hours and Safety Standards Act. These clauses shall be inserted in addition to the clauses required by 29 CFR 5.5(a) or 29 CFR 4.6. As used in this paragraph, the terms laborers and mechanics include watchmen and guards. 1. Overtime requirements.No contractor or subcontractor contracting for any part of the contract work which may require or involve the employment of laborers or mechanics shall require or permit any such laborer or mechanic in any workweek in which he or she is employed on such work to work in excess of forty hours in such workweek unless such laborer or mechanic receives compensation at a rate not less than one and one-half times the basic rate of pay for all hours worked in excess of forty hours in such workweek. 29 CFR 5.5. 2. Violation; liability for unpaid wages; liquidated damages.In the event of any violation of the clause set forth in paragraph 1 of this section, the contractor and any subcontractor responsible therefor shall be liable for the unpaid wages. In addition, such contractor and subcontractor shall be liable to the United States (in the case of work done under contract for the District of Columbia or a territory, to such District or to such territory), for liquidated damages. Such liquidated damages shall be computed with respect to each individual laborer or mechanic, including watchmen and guards, employed in violation of the clause set forth in paragraph 1 of this section, in the sum currently provided in 29 CFR 5.5(b)(2)* for each calendar day on which such individual was required or permitted to work in excess of the standard workweek of forty hours without payment of the overtime wages required by the clause set forth in paragraph 1 of this section. 29 CFR 5.5. * $27 as of January 23, 2019 (See 84 FR 213-01, 218) as may be adjusted annually by the Department of Labor; pursuant to the Federal Civil Penalties Inflation Adjustment Act of 1990). 3. Withholding for unpaid wages and liquidated damages.The FHWA or the contacting agency shall upon its own action or upon written request of an authorized representative of the Department of Labor withhold or cause to be withheld, from any moneys payable on account of work performed by the contractor or subcontractor under any such contract or any other Federal contract with the same prime contractor, or any other federally-assisted contract subject to the Contract Work Hours and Safety Standards Act, which is held by the same prime contractor, such sums as may be determined to be necessary to satisfy any liabilities of such contractor or subcontractor for unpaid wages and liquidated damages as provided in the clause set forth in paragraph 2 of this section. 29 CFR 5.5. 4. Subcontracts.The contractor or subcontractor shall insert in any subcontracts the clauses set forth in paragraphs 1 through 4 of this section and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts. The prime contractor shall be responsible for compliance by any subcontractor or lower tier subcontractor with the clauses set forth in paragraphs 1 through 4 of this section. 29 CFR 5.5. Local Assistance Procedures Manual Exhibit 12-G Required Federal-Aid Contract Language Page 16 of 25 August 2022 VI. SUBLETTING OR ASSIGNING THE CONTRACT This provision is applicable to all Federal-aid construction contracts on the National Highway System pursuant to 23 CFR 635.116. 1. The contractor shall perform with its own organization contract work amounting to not less than 30 percent (or a greater percentage if specified elsewhere in the contract) of the total original contract price, excluding any specialty items designated by the contracting agency. Specialty items may be performed by subcontract and the amount of any such specialty items performed may be deducted from the total original contract price before computing the amount of work required to be performed by the contractor's own organization (23 CFR 635.116). a. The term “perform work with its own organization” in paragraph 1 of Section VI refers to workers employed or leased by the prime contractor, and equipment owned or rented by the prime contractor, with or without operators. Such term does not include employees or equipment of a subcontractor or lower tier subcontractor, agents of the prime contractor, or any other assignees. The term may include payments for the costs of hiring leased employees from an employee leasing firm meeting all relevant Federal and State regulatory requirements. Leased employees may only be included in this term if the prime contractor meets all of the following conditions: (based on longstanding interpretation) (1) the prime contractor maintains control over the supervision of the day-to-day activities of the leased employees; (2) the prime contractor remains responsible for the quality of the work of the leased employees; (3) the prime contractor retains all power to accept or exclude individual employees from work on the project; and (4) the prime contractor remains ultimately responsible for the payment of predetermined minimum wages, the submission of payrolls, statements of compliance and all other Federal regulatory requirements. b. "Specialty Items" shall be construed to be limited to work that requires highly specialized knowledge, abilities, or equipment not ordinarily available in the type of contracting organizations qualified and expected to bid or propose on the contract as a whole and in general are to be limited to minor components of the overall contract. 23 CFR 635.102. 2. Pursuant to 23 CFR 635.116(a), the contract amount upon which the requirements set forth in paragraph (1) of Section VI is computed includes the cost of material and manufactured products which are to be purchased or produced by the contractor under the contract provisions. 3. Pursuant to 23 CFR 635.116(c), the contractor shall furnish (a) a competent superintendent or supervisor who is employed by the firm, has full authority to direct performance of the work in accordance with the contract requirements, and is in charge of all construction operations (regardless of who performs the work) and (b) such other of its own organizational resources (supervision, management, and engineering services) as the contracting officer determines is necessary to assure the performance of the contract. 4. No portion of the contract shall be sublet, assigned or otherwise disposed of except with the written consent of the contracting officer, or authorized representative, and such consent when given shall not be construed to relieve the contractor of any responsibility for the fulfillment of the contract. Written consent will be given only after the contracting agency has assured that each subcontract is evidenced in writing and that it contains all pertinent provisions and requirements of the prime contract. (based on long-standing interpretation of 23 CFR 635.116). 5. The 30-percent self-performance requirement of paragraph (1) is not applicable to design-build contracts; however, contracting agencies may establish their own self-performance requirements. 23 CFR 635.116(d). VII. SAFETY: ACCIDENT PREVENTION This provision is applicable to all Federal-aid construction contracts and to all related subcontracts. 1. In the performance of this contract the contractor shall comply with all applicable Federal, State, and local laws governing safety, health, and sanitation (23 CFR Part 635). The contractor shall provide all safeguards, safety devices and protective equipment and take any other needed actions as it determines, or as the contracting officer may determine, to be reasonably necessary to protect the life and health of employees on the job and the safety of the public and to protect property in connection with the performance of the work covered by the contract. 23 CFR 635.108. 2. It is a condition of this contract, and shall be made a condition of each subcontract, which the contractor enters into pursuant to this contract, that the contractor and any subcontractor shall not permit any employee, in performance of the contract, to work in surroundings or under conditions which are unsanitary, hazardous or dangerous to his/her health or safety, as determined under construction safety and health standards (29 CFR Part 1926) promulgated by the Secretary of Labor, in accordance with Section 107 of the Contract Work Hours and Safety Standards Act (40 U.S.C. 3704). 29 CFR 1926.10. 3. Pursuant to 29 CFR 1926.3, it is a condition of this contract that the Secretary of Labor or authorized representative thereof, shall have right of entry to any site of contract performance to inspect or investigate the matter of compliance with the construction safety and health standards and to carry out the duties of the Secretary under Section 107 of the Contract Work Hours and Safety Standards Act (40 U.S.C. 3704). VIII. FALSE STATEMENTS CONCERNING HIGHWAY PROJECTS This provision is applicable to all Federal-aid construction contracts and to all related subcontracts. In order to assure high quality and durable construction in conformity with approved plans and specifications and a high degree of reliability on statements and representations made by engineers, contractors, suppliers, and workers on Federal-aid highway projects, it is essential that all persons concerned with the project perform their functions as carefully, thoroughly, and honestly as possible. Willful falsification, distortion, or misrepresentation with respect to any facts related to the project is a violation of Federal law. To prevent any misunderstanding regarding the seriousness of these and similar acts, Form FHWA-1022 shall be posted on each Federal-aid highway project (23 CFR Part 635) in one or more places where it is readily available to all persons concerned with the project: 18 U.S.C. 1020 reads as follows: "Whoever, being an officer, agent, or employee of the United States, or of any State or Territory, or whoever, whether a person, association, firm, or corporation, knowingly makes any false statement, false representation, or false report as to the character, quality, quantity, or cost of the material used or to be used, or the quantity or quality of the work performed or to be performed, or the cost thereof in connection with the submission of plans, maps, specifications, contracts, or costs of construction on any highway or related project submitted for approval to the Secretary of Transportation; or Local Assistance Procedures Manual Exhibit 12-G Required Federal-Aid Contract Language Page 17 of 25 August 2022 Whoever knowingly makes any false statement, false representation, false report or false claim with respect to the character, quality, quantity, or cost of any work performed or to be performed, or materials furnished or to be furnished, in connection with the construction of any highway or related project approved by the Secretary of Transportation; or Whoever knowingly makes any false statement or false representation as to material fact in any statement, certificate, or report submitted pursuant to provisions of the Federal-aid Roads Act approved July 11, 1916, (39 Stat. 355), as amended and supplemented; Shall be fined under this title or imprisoned not more than 5 years or both." IX. IMPLEMENTATION OF CLEAN AIR ACT AND FEDERAL WATER POLLUTION CONTROL ACT (42 U.S.C. 7606; 2 CFR 200.88; EO 11738) This provision is applicable to all Federal-aid construction contracts in excess of $150,000 and to all related subcontracts. 48 CFR 2.101; 2 CFR 200.326. By submission of this bid/proposal or the execution of this contract or subcontract, as appropriate, the bidder, proposer, Federal-aid construction contractor, subcontractor, supplier, or vendor agrees to comply with all applicable standards, orders or regulations issued pursuant to the Clean Air Act (42 U.S.C. 7401-7671q) and the Federal Water Pollution Control Act, as amended (33 U.S.C. 1251-1387). Violations must be reported to the Federal Highway Administration and the Regional Office of the Environmental Protection Agency. 2 CFR Part 200, Appendix II. The contractor agrees to include or cause to be included the requirements of this Section in every subcontract, and further agrees to take such action as the contracting agency may direct as a means of enforcing such requirements. 2 CFR 200.326. X. CERTIFICATION REGARDING DEBARMENT, SUSPENSION, INELIGIBILITY AND VOLUNTARY EXCLUSION This provision is applicable to all Federal-aid construction contracts, design-build contracts, subcontracts, lower-tier subcontracts, purchase orders, lease agreements, consultant contracts or any other covered transaction requiring FHWA approval or that is estimated to cost $25,000 or more – as defined in 2 CFR Parts 180 and 1200. 2 CFR 180.220 and 1200.220. 1. Instructions for Certification – First Tier Participants: a. By signing and submitting this proposal, the prospective first tier participant is providing the certification set out below. b. The inability of a person to provide the certification set out below will not necessarily result in denial of participation in this covered transaction. The prospective first tier participant shall submit an explanation of why it cannot provide the certification set out below. The certification or explanation will be considered in connection with the department or agency's determination whether to enter into this transaction. However, failure of the prospective first tier participant to furnish a certification or an explanation shall disqualify such a person from participation in this transaction. 2 CFR 180.320. c. The certification in this clause is a material representation of fact upon which reliance was placed when the contracting agency determined to enter into this transaction. If it is later determined that the prospective participant knowingly rendered an erroneous certification, in addition to other remedies available to the Federal Government, the contracting agency may terminate this transaction for cause of default. 2 CFR 180.325. d. The prospective first tier participant shall provide immediate written notice to the contracting agency to whom this proposal is submitted if any time the prospective first tier participant learns that its certification was erroneous when submitted or has become erroneous by reason of changed circumstances. 2 CFR 180.345 and 180.350. e. The terms "covered transaction," "debarred," "suspended," "ineligible," "participant," "person," "principal," and "voluntarily excluded," as used in this clause, are defined in 2 CFR Parts 180, Subpart I, 180.900-180.1020, and 1200. “First Tier Covered Transactions” refers to any covered transaction between a recipient or subrecipient of Federal funds and a participant (such as the prime or general contract). “Lower Tier Covered Transactions” refers to any covered transaction under a First Tier Covered Transaction (such as subcontracts). “First Tier Participant” refers to the participant who has entered into a covered transaction with a recipient or subrecipient of Federal funds (such as the prime or general contractor). “Lower Tier Participant” refers any participant who has entered into a covered transaction with a First Tier Participant or other Lower Tier Participants (such as subcontractors and suppliers). f. The prospective first tier participant agrees by submitting this proposal that, should the proposed covered transaction be entered into, it shall not knowingly enter into any lower tier covered transaction with a person who is debarred, suspended, declared ineligible, or voluntarily excluded from participation in this covered transaction, unless authorized by the department or agency entering into this transaction. 2 CFR 180.330. g. The prospective first tier participant further agrees by submitting this proposal that it will include the clause titled "Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion-Lower Tier Covered Transactions," provided by the department or contracting agency, entering into this covered transaction, without modification, in all lower tier covered transactions and in all solicitations for lower tier covered transactions exceeding the $25,000 threshold. 2 CFR 180.220 and 180.300. h. A participant in a covered transaction may rely upon a certification of a prospective participant in a lower tier covered transaction that is not debarred, suspended, ineligible, or voluntarily excluded from the covered transaction, unless it knows that the certification is erroneous. 2 CFR 180.300; 180.320, and 180.325. A participant is responsible for ensuring that its principals are not suspended, debarred, or otherwise ineligible to participate in covered transactions. 2 CFR 180.335. To verify the eligibility of its principals, as well as the eligibility of any lower tier prospective participants, each participant may, but is not required to, check the System for Award Management website (https://www.sam.gov/). 2 CFR 180.300, 180.320, and 180.325. i. Nothing contained in the foregoing shall be construed to require the establishment of a system of records in order to render in good faith the certification required by this clause. The knowledge and information of the prospective participant is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings. Local Assistance Procedures Manual Exhibit 12-G Required Federal-Aid Contract Language Page 18 of 25 August 2022 j. Except for transactions authorized under paragraph (f) of these instructions, if a participant in a covered transaction knowingly enters into a lower tier covered transaction with a person who is suspended, debarred, ineligible, or voluntarily excluded from participation in this transaction, in addition to other remedies available to the Federal Government, the department or agency may terminate this transaction for cause or default. 2 CFR 180.325. * * * * * 2. Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion – First Tier Participants: a. The prospective first tier participant certifies to the best of its knowledge and belief, that it and its principals: (1) Are not presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participating in covered transactions by any Federal department or agency, 2 CFR 180.335;. (2) Have not within a three-year period preceding this proposal been convicted of or had a civil judgment rendered against them for commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (Federal, State, or local) transaction or contract under a public transaction; violation of Federal or State antitrust statutes or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, or receiving stolen property, 2 CFR 180.800; (3) Are not presently indicted for or otherwise criminally or civilly charged by a governmental entity (Federal, State or local) with commission of any of the offenses enumerated in paragraph (a)(2) of this certification, 2 CFR 180.700 and 180.800; and (4) Have not within a three-year period preceding this application/proposal had one or more public transactions (Federal, State or local) terminated for cause or default. 2 CFR 180.335(d). (5) Are not a corporation that has been convicted of a felony violation under any Federal law within the two-year period preceding this proposal (USDOT Order 4200.6 implementing appropriations act requirements); and (6) Are not a corporation with any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted, or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability (USDOT Order 4200.6 implementing appropriations act requirements). b. Where the prospective participant is unable to certify to any of the statements in this certification, such prospective participant should attach an explanation to this proposal. 2 CFR 180.335 and 180.340. 3. Instructions for Certification - Lower Tier Participants: (Applicable to all subcontracts, purchase orders, and other lower tier transactions requiring prior FHWA approval or estimated to cost $25,000 or more - 2 CFR Parts 180 and 1200). 2 CFR 180.220 and 1200.220. a. By signing and submitting this proposal, the prospective lower tier participant is providing the certification set out below. b. The certification in this clause is a material representation of fact upon which reliance was placed when this transaction was entered into. If it is later determined that the prospective lower tier participant knowingly rendered an erroneous certification, in addition to other remedies available to the Federal Government, the department, or agency with which this transaction originated may pursue available remedies, including suspension and/or debarment. c. The prospective lower tier participant shall provide immediate written notice to the person to which this proposal is submitted if at any time the prospective lower tier participant learns that its certification was erroneous by reason of changed circumstances. 2 CFR 180.365. d. The terms "covered transaction," "debarred," "suspended," "ineligible," "participant," "person," "principal," and "voluntarily excluded," as used in this clause, are defined in 2 CFR Parts 180, Subpart I, 180.900 – 180.1020, and 1200. You may contact the person to which this proposal is submitted for assistance in obtaining a copy of those regulations. “First Tier Covered Transactions” refers to any covered transaction between a recipient or subrecipient of Federal funds and a participant (such as the prime or general contract). “Lower Tier Covered Transactions” refers to any covered transaction under a First Tier Covered Transaction (such as subcontracts). “First Tier Participant” refers to the participant who has entered into a covered transaction with a recipient or subrecipient of Federal funds (such as the prime or general contractor). “Lower Tier Participant” refers any participant who has entered into a covered transaction with a First Tier Participant or other Lower Tier Participants (such as subcontractors and suppliers). e. The prospective lower tier participant agrees by submitting this proposal that, should the proposed covered transaction be entered into, it shall not knowingly enter into any lower tier covered transaction with a person who is debarred, suspended, declared ineligible, or voluntarily excluded from participation in this covered transaction, unless authorized by the department or agency with which this transaction originated. 2 CFR 1200.220 and 1200.332. f. The prospective lower tier participant further agrees by submitting this proposal that it will include this clause titled "Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion-Lower Tier Covered Transaction," without modification, in all lower tier covered transactions and in all solicitations for lower tier covered transactions exceeding the $25,000 threshold. 2 CFR 180.220 and 1200.220. g. A participant in a covered transaction may rely upon a certification of a prospective participant in a lower tier covered transaction that is not debarred, suspended, ineligible, or voluntarily excluded from the covered transaction, unless it knows that the certification is erroneous. A participant is responsible for ensuring that its principals are not suspended, debarred, or otherwise ineligible to participate in covered transactions. To verify the eligibility of its principals, as well as the eligibility of any lower tier prospective participants, each participant may, but is not required to, check the System for Award Management website (https://www.sam.gov/), which is compiled by the General Services Administration. 2 CFR 180.300, 180.320, 180.330, and 180.335. h. Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to render in good faith the certification required by this clause. The knowledge and information of participant is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings. Local Assistance Procedures Manual Exhibit 12-G Required Federal-Aid Contract Language Page 19 of 25 August 2022 i. Except for transactions authorized under paragraph e of these instructions, if a participant in a covered transaction knowingly enters into a lower tier covered transaction with a person who is suspended, debarred, ineligible, or voluntarily excluded from participation in this transaction, in addition to other remedies available to the Federal Government, the department or agency with which this transaction originated may pursue available remedies, including suspension and/or debarment. 2 CFR 180.325. * * * * * Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion--Lower Tier Participants: 1. The prospective lower tier participant certifies, by submission of this proposal, that neither it nor its principals: (a) is presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participating in covered transactions by any Federal department or agency, 2 CFR 180.355; (b) is a corporation that has been convicted of a felony violation under any Federal law within the two-year period preceding this proposal (USDOT Order 4200.6 implementing appropriations act requirements); and (c) is a corporation with any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted, or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability. (USDOT Order 4200.6 implementing appropriations act requirements) 2. Where the prospective lower tier participant is unable to certify to any of the statements in this certification, such prospective participant should attach an explanation to this proposal. * * * * * XI. CERTIFICATION REGARDING USE OF CONTRACT FUNDS FOR LOBBYING This provision is applicable to all Federal-aid construction contracts and to all related subcontracts which exceed $100,000. 49 CFR Part 20, App. A. 1. The prospective participant certifies, by signing and submitting this bid or proposal, to the best of his or her knowledge and belief, that: a. No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of any Federal agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement. b. If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any Federal agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form-LLL, "Disclosure Form to Report Lobbying," in accordance with its instructions. 2. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by 31 U.S.C. 1352. Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. 3. The prospective participant also agrees by submitting its bid or proposal that the participant shall require that the language of this certification be included in all lower tier subcontracts, which exceed $100,000 and that all such recipients shall certify and disclose accordingly. XII. USE OF UNITED STATES-FLAG VESSELS: This provision is applicable to all Federal-aid construction contracts, design-build contracts, subcontracts, lower-tier subcontracts, purchase orders, lease agreements, or any other covered transaction. 46 CFR Part 381. This requirement applies to material or equipment that is acquired for a specific Federal-aid highway project. 46 CFR 381.7. It is not applicable to goods or materials that come into inventories independent of an FHWA funded-contract. When oceanic shipments (or shipments across the Great Lakes) are necessary for materials or equipment acquired for a specific Federal- aid construction project, the bidder, proposer, contractor, subcontractor, or vendor agrees: 1. To utilize privately owned United States-flag commercial vessels to ship at least 50 percent of the gross tonnage (computed separately for dry bulk carriers, dry cargo liners, and tankers) involved, whenever shipping any equipment, material, or commodities pursuant to this contract, to the extent such vessels are available at fair and reasonable rates for United States-flag commercial vessels. 46 CFR 381.7. 2. To furnish within 20 days following the date of loading for shipments originating within the United States or within 30 working days following the date of loading for shipments originating outside the United States, a legible copy of a rated, ‘on-board’ commercial ocean bill-of-lading in English for each shipment of cargo described in paragraph (b)(1) of this section to both the Contracting Officer (through the prime contractor in the case of subcontractor bills-of- lading) and to the Office of Cargo and Commercial Sealift (MAR- 620), Maritime Administration, Washington, DC 20590. (MARAD requires copies of the ocean carrier's (master) bills of lading, certified onboard, dated, with rates and charges. These bills of lading may contain business sensitive information and therefore may be submitted directly to MARAD by the Ocean Transportation Intermediary on behalf of the contractor). 46 CFR 381.7. Local Assistance Procedures Manual Exhibit 12-G Required Federal-Aid Contract Language August 2022 5.FEMALE AND MINORITY GOALS To comply with Section II, "Nondiscrimination," of "Required Contract Provisions Federal-Aid Construction Contracts," the following are for female and minority utilization goals for Federal-aid construction contracts and subcontracts that exceed $10,000: The nationwide goal for female utilization is 6.9 percent. The goals for minority utilization (45 Fed Reg 65984 (10/3/1980)) are as follows: MINORITY UTILIZATION GOALS Economic Area Goal (Percent) 174 Redding CA: Non-SMSA (Standard Metropolitan Statistical Area) Counties: CA Lassen; CA Modoc; CA Plumas; CA Shasta; CA Siskiyou; CA Tehama 6.8 175 Eureka, CA Non-SMSA Counties: CA Del Norte; CA Humboldt; CA Trinity 6.6 176 San Francisco-Oakland-San Jose, CA: SMSA Counties:28.97120Salinas-Seaside-Monterey,CA CA Monterey 7360 San Francisco-Oakland CA Alameda; CA Contra Costa; CA Marin; CA San Francisco; CA San Mateo 25.6 7400 San Jose, CA 19.6CA Santa Clara, CA 7485 Santa Cruz, CA CA Santa Cruz 14.9 7500 Santa Rosa CA Sonoma 9.1 8720 Vallejo-Fairfield-Napa, CA CA Napa; CA Solano 17.1 Non-SMSA Counties: CA Lake; CA Mendocino; CA San Benito 23.2 177 Sacramento, CA: SMSA Counties: 6920 Sacramento, CA CA Placer; CA Sacramento; CA Yolo Non-SMSA Counties CA Butte; CA Colusa; CA El Dorado; CA Glenn; CA Nevada; CA Sierra; CA Sutter; CA Yuba 16.1 14.3 178 Stockton -Modesto,CA: SMSA Counties: 5170 Modesto,CA 12.3 CA Stanislaus 8120 Stockton, CA CA San Joaquin 24.3 Non-SMSA Counties CA Alpine; CA Amador; CA Calaveras; CA Mariposa; CA Merced; CA Tuolumne 19.8 179 Fresno -Bakersfield,CA SMSA Counties: 19.1 26.1 0680 Bakersfield, CA CA Kern 2840 Fresno, CA Page 21 of 28 Local Assistance Procedures Manual Exhibit 12-G Required Federal-Aid Contract Language Page 22 of 25 August 2022 CA Fresno Non-SMSA Counties: CA Kings; CA Madera; CA Tulare 23.6 Los Angeles, CA: SMSA Counties:11.90360 Anaheim-Santa Ana-Garden Grove, CA CA Orange 28.34480LosAngeles-Long Beach,CA 180 CA Los Angeles 6000 Oxnard-Simi Valley-Ventura, CA CA Ventura 6780 Riverside-San Bernardino-Ontario, CA 21.5 19.0 CA Riverside; CA San Bernardino 19.77480 Santa Barbara-Santa Maria-Lompoc, CA CA Santa Barbara Non-SMSA Counties 24.6 CA Inyo; CA Mono; CA San Luis Obispo San Diego, CA: 181 SMSA Counties 16.9 18.2 7320 San Diego, CA CA San Diego Non-SMSA Counties CA Imperial For the last full week of July during which work is performed under the contract, the prime contractor and each non material-supplier subcontractor with a subcontract of $10,000 or more must complete Form FHWA PR-1391 (Appendix C to 23 CFR 230). Submit the forms by August 15. 6.TITLE VI ASSURANCES The U.S. Department of Transportation Order No.1050.2A requires all federal-aid Department of Transportation contracts between an agency and a contractor to contain Appendix A and E. Appendix B only requires inclusion if the contract impacts deeds effecting or recording the transfer of real property, structures, or improvements thereon, or granting interest therein. Appendices C and D only require inclusion if the contract impacts deeds, licenses, leases, permits, or similar instruments entered into by the recipient. APPENDIX A During the performance of this Agreement, the contractor, for itself, its assignees and successors in interest (hereinafter collectively referred to as CONTRACTOR) agrees as follows: a.Compliance with Regulations: CONTRACTOR shall comply with the regulations relative to nondiscrimination in federally assisted programs of the Department of Transportation, Title 49, Code of Federal Regulations, Part 21, as they may be amended from time to time, (hereinafter referred to as the REGULATIONS), which are herein incorporated by reference and made a part of this agreement. b.Nondiscrimination: CONTRACTOR, with regard to the work performed by it during the AGREEMENT, shall not discriminate on the grounds of race, color, sex, national origin, religion, age, or disability in the selection and retention of sub-applicants, including procurements of materials and leases of equipment. CONTRACTOR shall not participate either directly or indirectly in the discrimination prohibited by Section 21.5 of the Regulations, including employment practices when the agreement covers a program set forth in Appendix B of the Regulations. c.Solicitations for Sub-agreements, Including Procurements of Materials and Equipment: In all solicitations either by competitive bidding or negotiation made by CONTRACTOR for work to be performed under a Sub- agreement, including procurements of materials or leases of equipment, Local Assistance Procedures Manual Exhibit 12-G Required Federal-Aid Contract Language Page 23 of 25 August 2022 each potential sub-applicant or supplier shall be notified by CONTRACTOR of the CONTRACTOR’S obligations under this Agreement and the Regulations relative to nondiscrimination on the grounds of race, color, or national origin. d.Information and Reports: CONTRACTOR shall provide all information and reports required by the Regulations, or directives issued pursuant thereto, and shall permit access to its books, records, accounts, other sources of information, and its facilities as may be determined by the recipient or FHWA to be pertinent to ascertain compliance with such Regulations or directives. Where any information required of CONTRACTOR is in the exclusive possession of another who fails or refuses to furnish this information, CONTRACTOR shall so certify to the recipient or FHWA as appropriate, and shall set forth what efforts CONTRACTOR has made to obtain the information. e.Sanctions for Noncompliance: In the event of CONTRACTOR’s noncompliance with the nondiscrimination provisions of this agreement, the recipient shall impose such agreement sanctions as it or the FHWA may determine to be appropriate, including, but not limited to: i.withholding of payments to CONTRACTOR under the Agreement within a reasonable period of time, not to exceed 90 days; and/or ii.cancellation, termination or suspension of the Agreement, in whole or in part. f.Incorporation of Provisions: CONTRACTOR shall include the provisions of paragraphs (1) through (6) in every sub-agreement, including procurements of materials and leases of equipment, unless exempt by the Regulations, or directives issued pursuant thereto. CONTRACTOR shall take such action with respect to any sub-agreement or procurement as the recipient or FHWA may direct as a means of enforcing such provisions including sanctions for noncompliance, provided, however, that, in the event CONTRACTOR becomes involved in, or is threatened with, litigation with a sub-applicant or supplier as a result of such direction, CONTRACTOR may request the recipient enter into such litigation to protect the interests of the State, and, in addition, CONTRACTOR may request the United States to enter into such litigation to protect the interests of the United States. APPENDIX B CLAUSES FOR DEEDS TRANSFERRING UNITED STATES PROPERTY The following clauses will be included in deeds effecting or recording the transfer of real property, structures, or improvements thereon, or granting interest therein from the United States pursuant to the provisions of Assurance 4: NOW THEREFORE, the U.S. Department of Transportation as authorized by law and upon the condition that the recipient will accept title to the lands and maintain the project constructed thereon in accordance with Title 23 U.S.C., the regulations for the administration of the preceding statute, and the policies and procedures prescribed by the FHWA of the U.S. Department of Transportation in accordance and in compliance with all requirements imposed by Title 49, Code of Federal Regulations, U.S. Department of Transportation, Subtitle A, Office of the Secretary, Part 21, Non-discrimination in Federally-assisted programs of the U.S. Department of Transportation pertaining to and effectuating the provisions of Title VI of the Civil Rights Act of 1964 (78 Stat. 252; 42 U.S.C. § 2000d to 2000d-4), does hereby remise, release, quitclaim and convey unto the recipient all the right, title and interest of the U.S. Department of Transportation in and to said lands described in Exhibit A attached hereto and made a part hereof. (HABENDUM CLAUSE) TO HAVE AND TO HOLD said lands and interests therein unto the recipient and its successors forever, subject, however, to the covenants, conditions, restrictions and reservations herein contained as follows, which will remain in effect for the period during which the real property or structures are used for a purpose for which Federal financial assistance is extended or for another purpose involving the provision of similar services or benefits and will be binding on the recipient, its successors and assigns. The recipient, in consideration of the conveyance of said lands and interest in lands, does hereby covenant and agree as a covenant running with the land for itself, its successors and assigns, that (1) no person Local Assistance Procedures Manual Exhibit 12-G Required Federal-Aid Contract Language Page 24 of 25 August 2022 will on the grounds of race, color, or national origin, be excluded from participation in, be denied the benefits of, or be otherwise subjected to discrimination with regard to any facility located wholly or in part on, over, or under such lands hereby conveyed [,] [and]* (2) that the recipient will use the lands and interests in lands and interest in lands so conveyed, in compliance with all requirements imposed by or pursuant to Title 49, Code of Federal Regulations, U.S. Department of Transportation, Subtitle A, Office of the Secretary, Part 21, Non-discrimination in Federally-assisted programs of the U.S. Department of Transportation, Effectuation of Title VI of the Civil Rights Act of 1964, and as said Regulations and Acts may be amended[, and (3) that in the event of breach of any of the above-mentioned non-discrimination conditions, the Department will have a right to enter or re-enter said lands and facilities on said lands, and that above described land and facilities will thereon revert to and vest in and become the absolute property of the U.S. Department of Transportation and its assigns as such interest existed prior to this instruction].* (*Reverter clause and related language to be used only when it is determined that such a clause is necessary in order to make clear the purpose of Title VI.) APPENDIX C CLAUSES FOR TRANSFER OF REAL PROPERTY ACQUIRED OR IMPROVED UNDER THE ACTIVITY, FACILITY, OR PROGRAM The following clauses will be included in deeds, licenses, leases, permits, or similar instruments entered into by the recipient pursuant to the provisions of Assurance 7(a): A.The (grantee, lessee, permittee, etc. as appropriate) for himself/herself, his/her heirs, personal representatives, successors in interest, and assigns, as a part of the consideration hereof, does hereby covenant and agree [in the case of deeds and leases add “as a covenant running with the land”] that: 1.In the event facilities are constructed, maintained, or otherwise operated on the property described in this (deed, license, lease, permit, etc.) for a purpose for which a U.S. Department of Transportation activity, facility, or program is extended or for another purpose involving the provision of similar services or benefits, the (grantee, licensee, lessee, permittee, etc.) will maintain and operate such facilities and services in compliance with all requirements imposed by the Acts and Regulations (as may be amended) such that no person on the grounds of race, color, or national origin, will be excluded from participation in, denied the benefits of, or be otherwise subjected to discrimination in the use of said facilities. B.With respect to licenses, leases, permits, etc., in the event of breach of any of the above Non- discrimination covenants, the recipient will have the right to terminate the (lease, license, permit, etc.) and to enter, re-enter, and repossess said lands and facilities thereon, and hold the same as if the (lease, license, permit, etc.) had never been made or issued.* C.With respect to a deed, in the event of breach of any of the above Non-discrimination covenants, the recipient will have the right to enter or re-enter the lands and facilities thereon, and the above described lands and facilities will there upon revert to and vest in and become the absolute property of the recipient and its assigns.* (*Reverter clause and related language to be used only when it is determined that such a clause is necessary to make clear the purpose of Title VI.) Local Assistance Procedures Manual Exhibit 12-G Required Federal-Aid Contract Language Page 25 of 25 August 2022 APPENDIX D CLAUSES FOR CONSTRUCTION/USE/ACCESS TO REAL PROPERTY ACQUIRED UNDER THE ACTIVITY, FACILITY OR PROGRAM The following clauses will be included in deeds, licenses, permits, or similar instruments/agreements entered into by the recipient pursuant to the provisions of Assurance 7(b): A.The (grantee, licensee, permittee, etc., as appropriate) for himself/herself, his/her heirs, personal representatives, successors in interest ,and assigns, as a part of the consideration hereof, does hereby covenant and agree (in the case of deeds and leases add, “as a covenant running with the land”) that (1) no person on the ground of race, color, or national origin, will be excluded from participation in, denied the benefits of, or be otherwise subjected to discrimination in the use of said facilities, (2) that in the construction of any improvements on, over, or under such land, and the furnishings of services thereon, no person on the ground of race, color, or national origin, will be excluded from participation in, denied the benefits or, or otherwise be subjected to discrimination, (3) that the (grantee, licensee, lessee, permittee, etc.) will use the premises in compliance with all other requirements imposed by or pursuant to the Acts and Regulations, as amended, set forth in this Assurance. B.With respect to (licenses, leases, permits, etc.) in the event of breach of any of the above of the above Non-discrimination covenants, the recipient will have the right to terminate the (license, permits, etc., as appropriate) and to enter or re-enter and repossess said land and the facilities thereon, and hold the same as if said (license, permit, etc., as appropriate) had never been made or issued.* C.With respect to deeds, in the event of breach of any of the above Non-discrimination covenants, the recipient will there upon revert to and vest in and become the absolute property of the recipient and its assigns. (*Reverter clause and related language to be used only when it is determined that such a clause is necessary to make clear the purpose of Title VI.) APPENDIX E During the performance of this contract, the contractor, for itself, its assignees, and successors in interest (hereinafter referred to as the “contractor”) agrees to comply with the following non-discrimination statutes and authorities, including, but not limited to: Pertinent Non-Discrimination Authorities: •Title VI of the Civil Rights Act of 1964 (42 U.S.C. § 2000d et seq., 78 stat. 252), prohibits discrimination on the basis of race, color, national origin); and 49 CFR Part 21. •The Uniform Relocation Assistance and Real Property Acquisition Policies Act of 1970, (42 U.S.C. § 4601), (prohibits unfair treatment of persons displaced or whose property has been acquired because of Federal or Federal-aid programs and projects); •Federal-Aid Highway Act of 1973, (23 U.S.C. § 324 et seq.), prohibits discrimination on the basis of sex; •Section 504 of the Rehabilitation Act of 1973, (29 U.S.C. § 794 et seq.), as amended, (prohibits discrimination on the basis of disability); and 49 CR Part 27; •The Age Discrimination Act of 1975, as amended, (42 U.S.C. § 6101 et seq.), prohibits discrimination on the basis of age); •Airport and Airway Improvement Act of 1982, (49 U.S.C. § 471, Section 47123), as amended, (prohibits discrimination based on race, creed, color, national origin, or sex); •The Civil Rights Restoration Act of 1987, (PL 100-209), (Broadened the scope, coverage and applicability of Title VI of the Civil Rights Act of 1964, The Age Discrimination Act of 1975 and Section 504 of the Rehabilitation Act of 1973, by expanding the definition of the terms “programs or activities” to include all of the programs or activities of the Federal-aid recipients, sub-recipients and contractors, whether such programs or activities are Federally funded or not); Local Assistance Procedures Manual Exhibit 12-G Required Federal-Aid Contract Language Page 26 of 25 August 2022 •Titles II and III of the Americans with Disabilities Act, which prohibit discrimination of the basis of disability in the operation of public entities, public and private transportation systems, places of public accommodation, and certain testing entities (42 U.S.C. §§ 12131 – 12189) as implemented by Department of Transportation regulations 49 C.F.R. parts 37 and 38; •The Federal Aviation Administration’s Non-discrimination statute (49 U.S.C. § 47123) (prohibits discrimination on the basis of race, color, national origin, and sex); •Executive Order 12898, Federal Actions to Address Environmental Justice in Minority Populations and Low-Income Populations, which ensures discrimination against minority populations by discouraging programs, policies, and activities with disproportionately high and adverse human health or environmental effects on minority and low-income populations; •Executive Order 13166, Improving Access to Services for Persons with Limited English Proficiency, and resulting agency guidance, national origin discrimination includes discrimination because of limited English proficiency (LEP). To ensure compliance with Title VI, you must take reasonable steps to ensure that LEP persons have meaningful access to your programs (70 Fed. Reg. at 74087 to 74100); •Title IX of the Education Amendments of 1972, as amended, which prohibits you from discriminating because of sex in education programs or activities (20 U.S.C. 1681 et seq). 7.USE OF UNITED STATES-FLAG VESSELS (CARGO PREFERENCE ACT) The CONTRACTOR agrees: 1.To utilize privately owned United States-flag commercial vessels to ship at least 50 percent of the gross tonnage (computed separately for dry bulk carries, dry cargo liners, and tankers) involved, whenever shipping any equipment, material, or commodities pursuant to this contract, to the extent such vessels are available at fair and reasonable rates for United States-flag commercial vessels. 2.To Furnish within 20 days following the date of loading for shipments originating within the United State or within 30 working days following the date of loading for shipments originating outside the United States, a legible copy of a rated “on-board” commercial ocean bill-of-lading in English for each shipment of cargo described in paragraph (1) of this section to both the Contracting Officer (through the prime contractor in the case of subcontractor bills-of-lading) and to the Division of National Cargo, Office of Market Development, Maritime Administration, Washington, DC 20590. 3.To insert the substance of the provisions of this clause in all subcontracts issued pursuant to this contract. Federal Trainee Program Special Provisions (to be used when applicable) DEANZA/MCCLELLAN IMPROVEMENTS PROJECT NO. 2020-12 ATTACHMENT A – FEDERAL CONTRACT REQUIREMENTS END ATTACHMENT A – FEDERAL CONTRACT REQUIREMENTS DEANZA/MCCLELLAN IMPROVEMENTS PROJECT NO. 2020-12 Attachment B – Federal Certifications / Disclosures Local Assistance Procedures Manual Exhibit 12-H Sample Bid LPP 18-01 Page 1 of 22 January 2019 EQUAL EMPLOYMENT OPPORTUNITY CERTIFICATION The bidder_________________________________________________________________, proposed subcontractor _______________________________________________, hereby certifies that he has ___ , has not , participated in a previous contract or subcontract subject to the equal opportunity clauses, as required by Executive Orders 10925, 11114, or 11246, and that, where required, he has filed with the Joint Reporting Committee, the Director of the Office of Federal Contract Compliance, a Federal Government contracting or administering agency, or the former President's Committee on Equal Employment Opportunity, all reports due under the applicable filling requirements. Note: The above certification is required by the Equal Employment Opportunity Regulations of the Secretary of Labor (41 CFR 60-1.7(b) (1)), and must be submitted by bidders and proposed subcontractors only in connection with contracts and subcontracts which are subject to the equal opportunity clause. Contracts and subcontracts which are exempt from the equal opportunity clause are set forth in 41 CFR 60-1.5. (Generally only contracts or subcontracts of $10,000 or under are exempt.) Currently, Standard Form 100 (EEO-1) is the only report required by the Executive Orders or their implementing regulations. Proposed prime contractors and subcontractors who have participated in a previous contract or subcontract subject to the Executive Orders and have not filed the required reports should note that 41 CFR 60-1.7(b) (1) prevents the award of contracts and subcontracts unless such contractor submits a report covering the delinquent period or such other period specified by the Federal Highway Administration or by the Director, Office of Federal Contract Compliance, U.S. Department of Labor. Local Assistance Procedures Manual Exhibit 12-H Sample Bid LPP 18-01 Page 2 of 22 January 2019 PUBLIC CONTRACT CODE PUBLIC CONTRACT CODE SECTION 10285.1STATEMENT In conformance with Public Contract Code Section 10285.1 (Chapter 376, Stats. 1985), the bidder hereby declares under penalty of perjury under the laws of the State of California that the bidder has ___ , has not ___ been convicted within the preceding three years of any offenses referred to in that section, including any charge of fraud, bribery, collusion, conspiracy, or any other act in violation of any state or Federal antitrust law in connection with the bidding upon, award of, or performance of, any public works contract, as defined in Public Contract Code Section 1101, with any public entity, as defined in Public Contract Code Section 1100, including the Regents of the University of California or the Trustees of the California State University. The term "bidder" is understood to include any partner, member, officer, director, responsible managing officer, or responsible managing employee thereof, as referred to in Section 10285.1. Note: The bidder must place a checkmark after "has" or "has not" in one of the blank spaces provided. The above Statement is part of the Proposal. Signing this Proposal on the signature portion thereof shall also constitute signature of this Statement. Bidders are cautioned that making a false certification may subject the certifier to criminal prosecution. PUBLIC CONTRACT CODE SECTION 10162QUESTIONNAIRE In conformance with Public Contract Code Section 10162, the Bidder shall complete, under penalty of perjury, the following questionnaire: Has the bidder, any officer of the bidder, or any employee of the bidder who has a proprietary interest in the bidder, ever been disqualified, removed, or otherwise prevented from bidding on, or completing a federal, state, or local government project because of a violation of law or a safety regulation? Yes _____ No _____ If the answer is yes, explain the circumstances in the following space. Local Assistance Procedures Manual Exhibit 12-H Sample Bid LPP 18-01 Page 3 of 22 January 2019 PUBLIC CONTRACT CODE 10232STATEMENT In conformance with Public Contract Code Section 10232, the Contractor, hereby states under penalty of perjury, that no more than one final unappealable finding of contempt of court by a federal court has been issued against the Contractor within the immediately preceding two-year period because of the Contractor's failure to comply with an order of a federal court which orders the Contractor to comply with an order of the National Labor Relations Board. Note: The above Statement and Questionnaire are part of the Proposal. Signing this Proposal on the signature portion thereof shall also constitute signature of this Statement and Questionnaire. Bidders are cautioned that making a false certification may subject the certifier to criminal prosecution. Local Assistance Procedures Manual Exhibit 12-H Sample Bid LPP 18-01 Page 4 of 22 January 2019 Noncollusion Affidavit (Title 23 United States Code Section 112 and Public Contract Code Section 7106) To the CITY / COUNTY of _________________________________________ DEPARTMENT OF PUBLIC WORKS. In conformance with Title 23 United States Code Section 112 and Public Contract Code 7106 the bidder declares that the bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that the bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or that anyone shall refrain from bidding; that the bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price of the bidder or any other bidder, or to fix any overhead, profit, or cost element of the bid price, or of that of any other bidder, or to secure any advantage against the public body awarding the contract of anyone interested in the proposed contract; that all statements contained in the bid are true; and, further, that the bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay, any fee to any corporation, partnership, company association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid. Note: The above Non-collusion Affidavit is part of the Proposal. Signing this Proposal on the signature portion thereof shall also constitute signature of this Non-collusion Affidavit. Bidders are cautioned that making a false certification may subject the certifier to criminal prosecution. Local Assistance Procedures Manual Exhibit 12-H Sample Bid LPP 18-01 Page 5 of 22 January 2019 DEBARMENT AND SUSPENSION CERTIFICATION TITLE 49, CODE OF FEDERAL REGULATIONS, PART 29 The bidder, under penalty of perjury, certifies that, except as noted below, he/she or any other person associated therewith in the capacity of owner, partner, director, officer, manager: • is not currently under suspension, debarment, voluntary exclusion, or determination of ineligibility by any Federal agency; • has not been suspended, debarred, voluntarily excluded or determined ineligible by any Federal agency within the past 3 years; • does not have a proposed debarment pending; and • has not been indicted, convicted, or had a civil judgment rendered against it by a court of competent jurisdiction in any matter involving fraud or official misconduct within the past 3 years. If there are any exceptions to this certification, insert the exceptions in the following space. Exceptions will not necessarily result in denial of award, but will be considered in determining bidder responsibility. For any exception noted above, indicate below to whom it applies, initiating agency, and dates of action. Notes: Providing false information may result in criminal prosecution or administrative sanctions. The above certification is part of the Proposal. Signing this Proposal on the signature portion thereof shall also constitute signature of this Certification. Local Assistance Procedures Manual Exhibit 12-H Sample Bid LPP 18-01 Page 6 of 22 January 2019 NONLOBBYING CERTIFICATION FOR FEDERAL-AID CONTRACTS The prospective participant certifies, by signing and submitting this bid or proposal, to the best of his or her knowledge and belief, that: (l) No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of any Federal agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement. (2) If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any Federal agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form-LLL, "Disclosure of Lobbying Activities," in conformance with its instructions. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by Section 1352, Title 31, U.S. Code. Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. The prospective participant also agrees by submitting his or her bid or proposal that he or she shall require that the language of this certification be included in all lower tier subcontracts, which exceed $100,000 and that all such subrecipients shall certify and disclose accordingly. Local Assistance Procedures Manual Exhibit 12-H Sample Bid LPP 18-01 Page 7 of 22 January 2019 DISCLOSURE OF LOBBYING ACTIVITIES COMPLETE THIS FORM TO DISCLOSE LOBBYING ACTIVITIES PURSUANT TO 31 U.S.C. 1352 1. Type of Federal Action: 2. Status of Federal Action: 3. Report Type: a. contract a. bid/offer/application a. initial b. grant b. initial award b. material change c. cooperative agreement c. post-award d. loan For Material Change Only: e. loan guarantee year _____quarter _________ f. loan insurance date of last report __________ 4. Name and Address of Reporting Entity 5. If Reporting Entity in No. 4 is Subawardee, Enter Name and Address of Prime: Prime Subawardee Tier _______, if known Congressional District,if known Congressional District,if known 6. Federal Department/Agency:7.Federal Program Name/Description: CFDA Number,if applicable ___________________ 8. Federal Action Number,if known:9.Award Amount,if known: 10. a. Name and Address of Lobby Entity b. Individuals Performing Services (including (If individual, last name, first name, MI)address if different from No. 10a) (last name, first name, MI) (attach Continuation Sheet(s) if necessary) 11. Amount of Payment (check all that apply)13. Type of Payment (check all that apply) $ _____________ actual planned a. retainer b. one-time fee 12. Form of Payment (check all that apply):c. commission a. cash d.contingent fee b. in-kind; specify: nature ______________e deferred value _____________f. other, specify _________________________ 14. Brief Description of Services Performed or to be performed and Date(s) of Service, including officer(s), employee(s),or member(s) contacted, for Payment Indicated in Item 11: (attach Continuation Sheet(s) if necessary) 15. Continuation Sheet(s) attached: Yes No 16.Information requested through this form is authorized by Title 31 U.S.C. Section 1352. This disclosure of lobbying reliance was placed by the tier above when his transaction was made or entered into. This disclosure is required pursuant to 31 U.S.C. 1352. This information will be reported to Congress semiannually and will be available for public inspection. Any person who fails to file the required disclosure shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. Signature: ________________________________________ Print Name: ______________________________________ Title: ____________________________________________ Telephone No.: _____________________ Date: __________ Authorized for Local Reproduction Federal Use Only:Standard Form - LLL Local Assistance Procedures Manual Exhibit 12-H Sample Bid LPP 18-01 Page 8 of 22 January 2019 INSTRUCTIONS FOR COMPLETION OF SF-LLL, DISCLOSURE OF LOBBYING ACTIVITIES This disclosure form shall be completed by the reporting entity, whether subawardee or prime Federal recipient, at the initiation or receipt of covered Federal action or a material change to previous filing pursuant to title 31 U.S.C. section 1352. The filing of a form is required for such payment or agreement to make payment to lobbying entity for influencing or attempting to influence an officer or employee of any agency, a Member of Congress an officer or employee of Congress or an employee of a Member of Congress in connection with a covered Federal action. Attach a continuation sheet for additional information if the space on the form is inadequate. Complete all items that apply for both the initial filing and material change report. Refer to the implementing guidance published by the Office of Management and Budget for additional information. 1. Identify the type of covered Federal action for which lobbying activity is and/or has been secured to influence, the outcome of a covered Federal action. 2. Identify the status of the covered Federal action. 3. Identify the appropriate classification of this report. If this is a follow-up report caused by a material change to the information previously reported, enter the year and quarter in which the change occurred. Enter the date of the last, previously submitted report by this reporting entity for this covered Federal action. 4. Enter the full name, address, city, state and zip code of the reporting entity. Include Congressional District if known. Check the appropriate classification of the reporting entity that designates if it is or expects to be a prime or subaward recipient. Identify the tier of the subawardee, e.g., the first subawardee of the prime is the first tier. Subawards include but are not limited to subcontracts, subgrants and contract awards under grants. 5. If the organization filing the report in Item 4 checks "Subawardee" then enter the full name, address, city, state and zip code of the prime Federal recipient. Include Congressional District, if known. 6. Enter the name of the Federal agency making the award or loan commitment. Include at least one organization level below agency name, if known. For example, Department of Transportation, United States Coast Guard. 7. Enter the Federal program name or description for the covered Federal action (item 1). If known, enter the full Catalog of Federal Domestic Assistance (CFDA) number for grants, cooperative agreements, loans and loan commitments. 8. Enter the most appropriate Federal identifying number available for the Federal action identification in item 1 (e.g., Request for Proposal (RFP) number, Invitation for Bid (IFB) number, grant announcement number, the contract grant. or loan award number, the application/proposal control number assigned by the Federal agency). Include prefixes, e.g., "RFP-DE-90-001." 9. For a covered Federal action where there has been an award or loan commitment by the Federal agency, enter the Federal amount of the award/loan commitments for the prime entity identified in item 4 or 5. 10. (a) Enter the full name, address, city, state and zip code of the lobbying entity engaged by the reporting entity identified in item 4 to influenced the covered Federal action. (b) Enter the full names of the individual(s) performing services and include full address if different from 10 (a). Enter Last Name, First Name and Middle Initial (Ml). 11. Enter the amount of compensation paid or reasonably expected to be paid by the reporting entity (item 4) to the lobbying entity (item 10). Indicate whether the payment has been made (actual) or will be made (planned). Check all boxes that apply. If this is a material change report, enter the cumulative amount of payment made or planned to be made. 12. Check the appropriate box. Check all boxes that apply. If payment is made through an in-kind contribution, specify the nature and value of the in-kind payment. 13. Check the appropriate box. Check all boxes that apply. If other, specify nature. 14. Provide a specific and detailed description of the services that the lobbyist has performed or will be expected to perform and the date(s) of any services rendered. Include all preparatory and related activity not just time spent in actual contact with Federal officials. Identify the Federal officer(s) or employee(s) contacted or the officer(s) employee(s) or Member(s) of Congress that were contacted. 15. Check whether or not a continuation sheet(s) is attached. 16. The certifying official shall sign and date the form, print his/her name title and telephone number. Public reporting burden for this collection of information is estimated to average 30 minutes per response, including time for reviewing instruction, searching existing data sources, gathering and maintaining the data needed, and completing and reviewing the collection of information. Send comments regarding the burden estimate or any other aspect of this collection of information, including suggestions for reducing this burden, to the Office of Management and Budget, Paperwork Reduction Project (0348-0046), Washington, D.C. 20503.SF-LLL-Instructions Rev. 06-04-90«ENDIF» Local Assistance Procedures Manual Exhibit 12-H Sample Bid LPP 18-01 Page 9 of 22 January 2019 Accompanying this proposal is ____________________________________________________________ (NOTICE: INSERT THE WORDS "CASH($ _________)," "CASHIER'S CHECK," "CERTIFIED CHECK," OR "BIDDER'S BOND," AS THE CASE MAY BE.) in amount equal to at least ten percent of the total of the bid. The names of all persons interested in the foregoing proposal as principals are as follows: IMPORTANT NOTICE: If bidder or other interested person is a corporation, state legal name of corporation, also names of the president, secretary, treasurer, and manager thereof; if a copartnership, state true name of firm, also names of all individual copartners composing firm; if bidder or other interested person is an individual, state first and last names in full. Licensed in conformance with an act providing for the registration of Contractors, License No. _____________________________ Classification(s) _______________________________ ADDENDA This Proposal is submitted with respect to the changes to the contract included in addenda number/s _____________________________________________________________________________________________ (Fill in addenda numbers if addenda have been received and insert, in this Proposal, any Engineer's Estimate sheets that were received as part of the addenda.) By my signature on this proposal I certify, under penalty of perjury under the laws of the State of California, that the foregoing questionnaire and statements of Public Contract Code Sections 10162, 10232 and 10285.1 are true and correct and that the bidder has complied with the requirements of Section 8103 of the Fair Employment and Housing Commission Regulations (Chapter 5, Title 2 of the California Administrative Code). By my signature on this proposal I further certify, under penalty of perjury under the laws of the State of California and the United States of America, that the Noncollusion Affidavit required by Title 23 United States Code, Section 112 and Public Contract Code Section 7106; and the Title 49 Code of Federal Regulations, Part 29 Debarment and Suspension Certification are true and correct. Date: ______________________________________ Signature and Title of Bidder Business Address ________________________________________________________ Place of Business ________________________________________________________ Place of Residence _______________________________________________________ Sign Here Signature of Bidder Local Assistance Procedures Manual Exhibit 12-H Sample Bid LPP 18-01 Page 10 of 22 January 2019 FEDERAL WAGE RATES ·Refer to the DOL Homepage on the internet for the current rates at https://wdol.gov/or contact your District Local Assistance Engineer for a hard copy. Exhibit B - For Federal-Aid Contracts Insert [Minimum Federal Wage Rates Determinations In Conformance With Federal 10-Day Rule As May Issued By An Addendum] here. I Local Assistance Procedures Manual Exhibit 15-G Construction Contract DBE Commitment EXHIBIT 15-G CONSTRUCTION CONTRACT DBE COMMITMENT 1.Local Agency:2.Contract DBE Goal: 3.Project Description: 4.Project Location: 5.Bidder's Name:6.Prime Certified DBE: 7.Bid Amount: 8.Total Dollar Amount for ALL Subcontractors:9.Total Number of ALL Subcontractors: 10.Bid 12.DBE 14.DBE11.Description of Work, Service, or Materials 13.DBE Contact InformationItemCertification DollarSupplied (Must be certified on the date bids are opened)Number Number Amount Local Agency to Complete this Section upon Execution of Award 21.Local Agency Contract Number:15.TOTAL CLAIMED DBE PARTICIPATION22. Federal-Aid Project Number: % 23.Bid Opening Date: 24.Contract Award Date:IMPORTANT: Identify all DBE firms being claimed for credit, 25. Award Amount: ________________________________________________________ regardless of tier. Names of the First Tier DBE Subcontractors and their respective item(s) of work listed above must be consistent, where applicable with the names and items of the work in the Local Agency certifies that all DBE certifications are valid and information on "Subcontractor List" submitted with your bid. Written confirmation of this form is complete and accurate. each listed DBE is required. 26.Local Agency Representative's Signature 27.Date 16. Preparer's Signature 17. Date 28.Local Agency Representative's Name 29.Phone 18. Preparer's Name 19. Phone 30.Local Agency Representative's Title 20. Preparer's Title DISTRIBUTION: 1. Original – Local Agency 2.Copy – Caltrans District Local Assistance Engineer (DLAE). Failure to submit to DLAE within 30 days of contract execution may result in de-obligation of federal funds on contract. 3.Include additional copy with award package. LPP 18-01 Page 1 of 3 January 2019 City of Cupertino 16% $ 0.00 0.00 Local Assistance Procedures Manual Exhibit 15-G Construction Contract DBE Commitment ADA Notice: For individuals with sensory disabilities, this document is available in alternate formats. For information call (916) 654-6410 or TDD (916) 654- 3880 or write Records and Forms Management, 1120 N Street, MS-89, Sacramento, CA 95814. INSTRUCTIONS – CONSTRUCTION CONTRACT DBE COMMITMENT CONTRACTOR SECTION 1. Local Agency -Enter the name of the local agency that is administering the contract. 2. Contract DBE Goal -Enter the contract DBE goal percentage as it appears on the project advertisement. 3. Project Location -Enter the project location(s) as it appears on the project advertisement. 4. Project Description -Enter the project description as it appears on the project advertisement (Bridge Rehab, Seismic Rehab, Overlay, Widening, etc). 5. Bidder’s Name -Enter the contractor’s firm name. 6. Prime Certified DBE - Check box if prime contractor is a certified DBE. 7. Bid Amount -Enter the total contract bid dollar amount for the prime contractor. 8. Total Dollar Amount for ALL Subcontractors – Enter the total dollar amount for all subcontracted contractors. SUM = (DBEs + all Non-DBEs). Do not include the prime contractor information in this count. 9. Total number of ALL subcontractors – Enter the total number of all subcontracted contractors. SUM = (DBEs + all Non-DBEs). Do not include the prime contractor information in this count. 10. Bid Item Number -Enter bid item number for work, services, or materials supplied to be provided. 11. Description of Work, Services, or Materials Supplied -Enter description of work, services, or materials to be provided. Indicate all work to be performed by DBEs including work performed by the prime contractor’s own forces, if the prime is a DBE. If 100% of the item is not to be performed or furnished by the DBE, describe the exact portion to be performed or furnished by the DBE. See LAPM Chapter 9 to determine how to count the participation of DBE firms. 12. DBE Certification Number -Enter the DBE’s Certification Identification Number. All DBEs must be certified on the date bids are opened. 13. DBE Contact Information -Enter the name, address, and phone number of all DBE subcontracted contractors. Also, enter the prime contractor’s name and phone number, if the prime is a DBE. 14. DBE Dollar Amount - Enter the subcontracted dollar amount of the work to be performed or service to be provided. Include the prime contractor if the prime is a DBE. See LAPM Chapter 9 for how to count full/partial participation. 15. Total Claimed DBE Participation - $: Enter the total dollar amounts entered in the “DBE Dollar Amount” column. %: Enter the total DBE participation claimed (“Total Claimed DBE Participation Dollars” divided by item “Bid Amount”). If the total % claimed is less than item “Contract DBE Goal,” an adequately documented Good Faith Effort (GFE) is required (see Exhibit 15-H DBE Information -Good Faith Efforts of the LAPM). 16. Preparer’s Signature -The person completing the DBE commitment form on behalf of the contractor’s firm must sign their name. 17. Date -Enter the date the DBE commitment form is signed by the contractor’s preparer. 18. Preparer’s Name -Enter the name of the person preparing and signing the contractor’s DBE commitment form. 19. Phone -Enter the area code and phone number of the person signing the contractor’s DBE commitment form. 20. Preparer’s Title -Enter the position/title of the person signing the contractor’s DBE commitment form. LOCAL AGENCY SECTION 21. Local Agency Contract Number -Enter the Local Agency contract number or identifier. 22. Federal-Aid Project Number -Enter the Federal-Aid Project Number(s). 23. Bid Opening Date -Enter the date contract bids were opened. 24. Contract Award Date -Enter the date the contract was executed. 25. Award Amount – Enter the contract award amount as stated in the executed contract. 26. Local Agency Representative’s Signature - The person completing this section of the form for the Local Agency must sign their name to certify that the information in this and the Contractor Section of this form is complete and accurate. 27. Date -Enter the date the DBE commitment form is signed by the Local Agency Representative. 28. Local Agency Representative’s Name -Enter the name of the Local Agency Representative certifying the contractor’s DBE commitment form. 29. Phone -Enter the area code and phone number of the person signing the contractor’s DBE commitment form. LPP 18-01 Page 2 of 3 January 2019 Local Assistance Procedures Manual Exhibit 15-G Construction Contract DBE Commitment 30. Local Agency Representative Title -Enter the position/title of the Local Agency Representative certifying the contractor’s DBE commitment form. LPP 18-01 Page 3 of 3 January 2019 Local Assistance Procedures Manual Exhibit 15-H Proposer/Contractor Good Faith Effort EXHIBIT 15-H: PROPOSER/CONTRACTOR GOOD FAITH EFFORTS Cost Proposal Due Date ___________________ PE/CE Federal-aid Project No(s). _____________________ Bid Opening Date ___________________ CON The established a Disadvantaged Business Enterprise (DBE) goal of ______ for this contract. The information provided herein shows the required good faith efforts to meet or exceed the DBE contract goal. Proposers or bidders submit the following information to document their good faith efforts within five (5) calendar days from cost proposal due date or bid opening. Proposers and bidders are recommended to submit the following information even if the Exhibit 10-O1: Consultant Proposal DBE Commitments or Exhibit 15-G: Construction Contract DBE Commitment indicate that the proposer or bidder has met the DBE goal. This form protects the proposer’s or bidder’s eligibility for award of the contract if the administering agency determines that the bidder failed to meet the goal for various reasons, e.g., a DBE firm was not certified at bid opening, or the bidder made a mathematical error. The following items are listed in the Section entitled “Submission of DBE Commitment” of the Special Provisions, please attach additional sheets as needed: A.The names and dates of each publication in which a request for DBE participation for this project was placed by the bidder (please attach copies of advertisements or proofs of publication): Publications Dates of Advertisement B.The names and dates of written notices sent to certified DBEs soliciting bids for this project and the dates and methods used for following up initial solicitations to determine with certainty whether the DBEs were interested (please attach copies of solicitations, telephone records, fax confirmations, etc.): Names of DBEs Solicited Date of Initial Solicitation Follow Up Methods and Dates Page 1 of 3 May 2020 CML-5008(033) City of Cupertino 16.00% Local Assistance Procedures Manual Exhibit 15-H Proposer/Contractor Good Faith Effort C.The items of work made available to DBE firms including those unbundled contract work items into economically feasible units to facilitate DBE participation. It is the bidder's responsibility to demonstrate that sufficient work to facilitate DBE participation in order to meet or exceed the DBE contract goal. Items of Proposer or Bidder Breakdown of Amount Percentage Work Normally Performs Item Items ($) Of (Y/N) Contract D.The names, addresses and phone numbers of rejected DBE firms, the reasons for the bidder's rejection of the DBEs, the firms selected for that work (please attach copies of quotes from the firms involved), and the price difference for each DBE if the selected firm is not a DBE: Names, addresses and phone numbers of rejected DBEs and the reasons for the bidder's rejection of the DBEs: Names, addresses and phone numbers of firms selected for the work above: E.Efforts (e.g. in advertisements and solicitations) made to assist interested DBEs in obtaining information related to the plans, specifications and requirements for the work which was provided to DBEs: Page 2 of 3 May 2020 Pick Yes 0.00% 0.00%Pick Yes 0.00% Pick Yes 0.00% Pick Yes Local Assistance Procedures Manual Exhibit 15-H Proposer/Contractor Good Faith Effort F. Efforts (e.g. in advertisements and solicitations) made to assist interested DBEs in obtaining bonding, lines of credit or insurance, necessary equipment, supplies, materials, or related assistance or services, excluding supplies and equipment the DBE subcontractor purchases or leases from the prime contractor or its affiliate: G. The names of agencies, organizations or groups contacted to provide assistance in contacting, recruiting and using DBE firms (please attach copies of requests to agencies and any responses received, i.e., lists, Internet page download, etc.): Name of Agency/Organization Method/Date of Contact Results H. Any additional data to support a demonstration of good faith efforts: Page 3 of 3 May 2020 Amount Subcontracted DIR Reg Number A A A A A A A A I I I I I I I I I Local Assistance Procedures Manual Exhibit 12-B Bidder’s List of Subcontractors (DBE and Non-DBE) Exhibit 12-B: Bidder’s List of Subcontractor (DBE and Non-DBE) -Part 1 As of March 1, 2015 Contractors (and sub-contractors) wishing to bid on public works contracts must be registered with the State Division of Industrial Relations and certified to bid on Public Works contracts. Please register at https://www.dir.ca.gov/Public-Works/Contractor- Registration.html. The local agency will verify registration of all contractors and subcontractors on public works projects at bid and thereafter annually to assure that yearly registration is maintained throughout the life of the project. In accordance with Title 49, Section 26.11 of the Code of Federal Regulations, and Section 4104 of the Public Contract Code of the State of California, as amended, the following information is required for each sub-contractor who will perform work amounting to more than one half of one percent (0.5%) of the Total Base Bid or $10,000 (whichever is greater). FEDERAL PROJECT NUMBER: Photocopy this form for additional firms. Subcontractor Name & Location Line Item & Description Subcontract Percentage of Bid Item Contractor License Number DBE (Y/N) DBE Cert Number Annual Gross Receipts NAME < $1 million < $5 million < $10 million City, State < $15 million ge of Firm in years NAME < $1 million < $5 million < $10 million City, State < $15 million ge of Firm in years NAME < $1 million < $5 million < $10 million City, State < $15 million ge of Firm in years NAME < $1 million < $5 million < $10 million City, State < $15 million ge of Firm in years NAME < $1 million < $5 million < $10 million City, State < $15 million ge of Firm in years NAME < $1 million < $5 million < $10 million City, State < $15 million ge of Firm in years NAME < $1 million < $5 million < $10 million City, State < $15 million ge of Firm in years NAME < $1 million < $5 million < $10 million City, State < $15 million ge of Firm in years NAME < $1 million < $5 million < $10 million City, State < $15 million Age of Firm in years Distribution – Original: Local Agency File; Copy: DLAE w/Award Package Page 1 of 2 September 2021 CML-5008(033) Ag Ag Ag Ag Ag Ag Ag Ag I I I I I I I I I Local Assistance Procedures Manual Exhibit 12-B Bidder’s List of Subcontractors (DBE and Non-DBE) Exhibit 12-B: Bidder’s List of Subcontractor (DBE and Non-DBE) - Part 2 In accordance with Title 49, Section 26 of the Code of Federal Regulations, the Bidder shall list all subcontractors who provided a quote or bid but were not selected to participate as a subcontractor on this project. FEDERAL PROJECT NUMBER: Photocopy this form for additional firms. Subcontractor Name & Location Line Item & Description Subcontract Amount Percentage of Bid Item Subcontracted Contractor License Number DBE (Y/N) DBE Cert Number Annual Gross Receipts DIR Reg Number NAME < $1 million < $5 million < $10 million City, State < $15 million e of Firm in years NAME < $1 million < $5 million < $10 million City, State < $15 million e of Firm in years NAME < $1 million < $5 million < $10 million City, State < $15 million e of Firm in years NAME < $1 million < $5 million < $10 million City, State < $15 million e of Firm in years NAME < $1 million < $5 million < $10 million City, State < $15 million e of Firm in years NAME < $1 million < $5 million < $10 million City, State < $15 million e of Firm in years NAME < $1 million < $5 million < $10 million City, State < $15 million e of Firm in years NAME < $1 million < $5 million < $10 million City, State < $15 million e of Firm in years NAME < $1 million < $5 million < $10 million City, State < $15 million Age of Firm in years Distribution – Original: Local Agency File; Copy: DLAE w/Award Package Page 2 of 2 September 2021 CML-5008(033) DEANZA/MCCLELLAN IMPROVEMENTS PROJECT NO. 2020-12 END ATTACHMENT B – FEDERAL CERTIFICATIONS / DISCLOSURES