COSUMNES COMMUNITY SERVICES DISTRICT ELK GROVE, CALIFORNIA

Size: px
Start display at page:

Download "COSUMNES COMMUNITY SERVICES DISTRICT ELK GROVE, CALIFORNIA"

Transcription

1 COSUMNES COMMUNITY SERVICES DISTRICT ELK GROVE, CALIFORNIA CONTRACT DOCUMENTS AND SPECIFICATIONS FOR PARKING LOT REHABILITATION FOR VARIOUS PARK SITE LOCATIONS IN ELK GROVE, CA CONTRACT # PO

2 NOTICE INVITING BIDS Contract PO NOTICE IS HEREBY GIVEN that the Cosumnes Community Services District ( District ) invites and will receive sealed Bids up to but not later than 11:00 a.m. on Tuesday, March 27, 2018 at the office of the Parks and Recreations, located at 9355 E. Stockton Blvd., Suite 185, Elk Grove, CA 95624, for the Parking Lot Rehabilitation for Various Park Site Locations in Elk Grove, CA (the Project ). At said time, Bids will be publicly opened and read aloud at the District Office. Bids received after said time shall be returned unopened. Bids shall be valid for a period of 90 calendar days after the Bid opening date. The work to be performed under this contract includes the furnishing of all labor, materials, equipment, transportation and services necessary for the rehabilitation of the following parking lots within the Cosumnes Community Services District: 1. Big Horn Maintenance Yard. 2. Bartholomew Sports Park (2 lots to be completed in two phases). 3. Laguna Community Park (to be completed in two phases). 4. Jack Hill Park. 5. Backer Sr. Park. 6. Kunsting Family Park. 7. Morse Community Park (2 lots to be completed in two phases). 8. Stephenson Family Park. 9. Derr-Okamoto Park. This bid includes 11 alternates: A1. Nottoli Park entire parking lot: for the construction of Full Depth Reclamation-Cement (FDR-C). A2. Notolli Park parking lot: asphalt repair, remove and replace +/- 23,900 sf. A3. Nottoli Park parking lot: slurry seal and stripe. B1. Elk Grove Regional Park Pavilion parking lot: for the construction of Full Depth Reclamation- Cement (FDR-C). B2. Elk Grove Regional Park Pavilion parking lot: asphalt repair, remove and replace +/- 48,200 sf. B3. Elk Grove Regional Park Pavilion parking lot: slurry seal and stripe. C. Elk Grove Regional Park Point parking lot: slurry seal and stripe. D. Elk Grove Regional Park Fox Pool parking lot: slurry seal and stripe. E. Re-Striping the two main roads in Elk Grove Regional Park to include stops signs, crosswalks, and speed bumps. F. Remove damaged 10 x 10 concrete curbed planter at Elk Grove Regional Park Pavilion parking lot, install base rock, cap irrigation, and finish with asphalt. G. Asphalt repair, remove and replace price per square foot. Items 1 thru 9, A3, B3, C, and D: Construction activities will include: preparing surface, possible remove and replace asphalt, crack sealing, Slurry Sealing Type II, line striping parking stalls, and painting of: handicap stalls and curbs, fire curbs, speed bumps, cross walks, stop signs, and parking lot gates. See Exhibit A Scope and Schedule of Services, Exhibit B Specifications, and Exhibit C Locations and Maps

3 Bids must be submitted on the District s Bid Forms. Bidders may obtain a copy of the Contract from To the extent required by section of the Public Contract Code, upon request from a contractor plan room service, the District shall provide an electronic copy of the Contract at no charge to the contractor plan room. It is the responsibility of each prospective bidder to download and print all Bid Documents for review and to verify the completeness of Bid Documents before submitting a bid. Any Addenda will be posted on It is the responsibility of each prospective bidder to check on a daily basis through the close of bids for any applicable addenda or updates. The District does not assume any liability or responsibility based on any defective or incomplete copying, excerpting, scanning, faxing, downloading or printing of the Bid Documents. Information on may change without notice to prospective bidders. The Contract shall supersede any information posted or transmitted by Each Bid shall be accompanied by cash, a certified or cashier s check, or Bid Bond secured from a surety company satisfactory to the District, the amount of which shall not be less than ten percent (10%) of the submitted Total Bid Price, made payable to Cosumnes Community Services District as bid security. The bid security shall be provided as a guarantee that within five (5) working days after the District provides the successful bidder the Notice of Award, the successful Bidder will enter into a Contract and provide the necessary bonds and certificates of insurance. The bid security will be declared forfeited if the successful Bidder fails to comply within said time. No interest will be paid on funds deposited with District. A MANDATORY Pre-Bid Conference is scheduled for 10:00 a.m. Tuesday March 20, 2018 to review the Project's existing conditions at Don Nottoli Park East Taron Drive, Elk Grove, CA and Elk Grove Regional Park Pavilion Parking Lot 9950 Elk Grove-Florin Road, Elk Grove, CA 95624, immediately following. Representatives of the District and consulting engineers, if any, will be present. Questions asked by Bidders at the Pre-Bid Conference not specifically addressed within the Contract shall be answered in writing, and shall be sent to all Bidders present at the Pre-Bid Conference. Bids will not be accepted from any bidder who did not attend the mandatory Pre-Bid Conference. The successful Bidder will be required to furnish a Faithful Performance Bond and a Labor and Material Payment Bond each in an amount equal to one hundred percent (100%) of the Contract Price. Each bond shall be in the forms set forth herein, shall be secured from a surety company that meets all State of California bonding requirements, as defined in California Code of Civil Procedure Section , and that is a California admitted surety insurer. Pursuant to Section of the Public Contract Code of the State of California, the successful Bidder may substitute certain securities for funds withheld by District to ensure its performance under the Contract. Pursuant to Labor Code Section 1773, District has obtained the prevailing rate of per diem wages and the prevailing wage rate for holiday and overtime work applicable in Sacramento County from the Director of the Department of Industrial Relations for each craft, classification, or type of worker needed to execute this Contract. A copy of these prevailing wage rates may be obtained via the internet at:

4 In addition, a copy of the prevailing rate of per diem wages is available at the District s Park Operations Division and shall be made available to interested parties upon request. The successful bidder shall post a copy of the prevailing wage rates at each job site. It shall be mandatory upon the Bidder to whom the Contract is awarded, and upon any subcontractors, to comply with all Labor Code provisions, which include but are not limited to the payment of not less than the said specified prevailing wage rates to all workers employed by them in the execution of the Contract, employment of apprentices, hours of labor and debarment of contractors and subcontractors. Pursuant to Labor Code sections and , all contractors and subcontractors that wish to bid on, be listed in a bid proposal, or enter into a Contract to perform public work must be registered with the Department of Industrial Relations. No Bid will be accepted nor any Contract entered into without proof of the contractor s and subcontractors current registration with the Department of Industrial Relations to perform public work. If awarded a Contract, the Bidder and its subcontractors, of any tier, shall maintain active registration with the Department of Industrial Relations for the duration of the Project. This Project is subject to compliance monitoring and enforcement by the Department of Industrial Relations. In bidding on this Project, it shall be the Bidder s sole responsibility to evaluate and include the cost of complying with all labor compliance requirements under this Contract and applicable law in its Bid. Unless otherwise provided in the Instructions for Bidders, each Bidder shall be a licensed contractor pursuant to sections 7000 et seq. of the Business and Professions Code in the following classification(s) throughout the time it submits its Bid and for the duration of the Contract: General A, or C-32, or C-12. Substitution requests shall be made within 35 calendar days after the award of the Contract. Pursuant to Public Contract Code Section 3400(b), the District may make findings designating that certain additional materials, methods or services by specific brand or trade name other than those listed in the Standard Specifications be used for the Project. Such findings, if any, as well as the materials, methods or services and their specific brand or trade names that must be used for the Project may be found in the Special Conditions. District shall award the Contract for the Project to the lowest responsive, responsible Bidder as determined by the District from the BASE BID PLUS SPECIFIED ALTERNATES. District reserves the right to reject any or all bids or to waive any irregularities or informalities in any bids or in the bidding process. For further information, contact Hal Smith at HalSmith@csdparks.com. END OF NOTICE INVITING BIDS - 3 -

5 INSTRUCTIONS TO BIDDERS Contract PO SECURING DOCUMENTS Bids must be submitted to the District on the Bid Forms which are a part of the Bid Package for the Project. Bid and Contract documents may be obtained from in the Notice Inviting Bids. Any Addenda will be posted on Failure to acknowledge addenda may make a bid nonresponsive and not eligible for award of the Contract. EXAMINATION OF SITE AND CONTRACT At its own expense and prior to submitting its Bid, each Bidder shall visit the site of the proposed work and fully acquaint itself with the conditions relating to the construction and labor required so that the Bidder may fully understand the work, including but not limited to difficulties and restrictions attending the execution of the work under the Contract. Each Bidder shall carefully examine the Drawings, and shall read the Specifications, Contract, and all other documents referenced herein. Each Bidder shall also determine the local conditions which may in any way affect the performance of the work, including local tax structure, contractors licensing requirements, availability of required insurance, the prevailing wages and other relevant cost factors, shall familiarize itself with all federal, state and local laws, ordinances, rules, regulations and codes affecting the performance of the work, including the cost of permits and licenses required for the work, and shall make such surveys and investigations, including investigations of subsurface or latent physical conditions at the site or where work is to be performed as may be required. Bidders are responsible for consulting the standards referenced in the Contract. The failure or omission of any Bidder to receive or examine any Contract documents, forms, instruments, addenda, or other documents, or to visit the site and acquaint itself with conditions there existing shall in no way relieve any Bidder from any obligation with respect to its Bid or to the Contract and no relief for error or omission will be given except as required under State law. The submission of a Bid shall be taken as conclusive evidence of compliance with this Article. INTERPRETATION OF DRAWINGS AND DOCUMENTS Prospective Bidders unclear as to the true meaning of any part of the Drawings, Specifications or other proposed Contract documents may submit to the Engineer of the District a written request for interpretation. The prospective Bidder submitting the request is responsible for prompt delivery. Interpretation of the Drawings, Specifications or other proposed Contract documents will be made only by a written addendum duly issued and a copy of such addenda will be mailed or delivered to each prospective Bidder who has purchased a set of Drawings and Specifications. The District will not be responsible for any other explanation or interpretations of the proposed documents. If a Prospective Bidders becomes aware of any errors or omissions in any part of the Contract, it is the obligation of the Prospective Bidder to promptly bring it to the attention of the District. PRE-BID CONFERENCE A MANDATORY Pre-Bid Conference is scheduled for 10:00 a.m. Tuesday March 20, 2018 to review the Project's existing conditions at Don Nottoli Park East Taron Drive, Elk Grove, CA and Elk Gove Regional Park Pavilion Parking Lot 9950 Elk Grove-Florin Road, Elk Grove, CA 95624, immediately following. Representatives of the District and consulting - 4 -

6 engineers, if any, will be present. Questions asked by Bidders at the Pre-Bid Conference not specifically addressed within the Contract shall be answered in writing, and shall be sent to all Bidders present at the Pre-Bid Conference. Bids will not be accepted from any bidder who did not attend the mandatory Pre-Bid Conference. ADDENDA The District reserves the right to revise the Contract prior to the Bid opening date. Revisions, if any, shall be made by written Addenda. All Addenda issued by the District shall be included in the Bid and made part of the Contract. Pursuant to Public Contract Code Section , if the District issues an Addendum which includes material changes to the Project less than 72 hours prior to the deadline for submission of Bids, the District will extend the deadline for submission of Bids. The District may determine, in its sole discretion, whether an Addendum warrants postponement of the Bid submission date. Each prospective Bidder shall provide District a name, address, address, fax, and telephone number by which the District can contact the Bidder for notification of any Addenda. Any Addenda will be posted on the District web site Please Note: Bidders are responsible for ensuring that they have received any and all Addenda. To this end, each Bidder should contact the Project Manager to verify that it has received all Addenda issued, if any, prior to the Bid opening. The Bidder shall indicate the Addenda received prior to bidding in the space provided in the Bid Form. Failure to indicate all Addenda may be sufficient cause for rejecting the Bid. ALTERNATE BIDS If alternate bid items are called for in the Contract, the time required for completion of the alternate bid items has already been factored into the Contract duration and no additional Contract time will be awarded for any of the alternate bid items. The District may elect to include one or more of the alternate bid items, or to otherwise remove certain work from the Project scope of work. Accordingly, each bidder must ensure that each bid item contains a proportionate share of profit, overhead, and other costs or expenses which will be incurred by the bidder. COMPLETION OF BID FORMS Bids shall only be prepared using copies of the Bid Forms which are included in the Contract. The use of substitute Bid Forms other than clear and correct photocopies of those provided by the District will not be permitted. Bids shall be executed by an authorized signatory as described in these Instructions to Bidders. In addition, Bidders shall fill in all blank spaces (including inserting N/A where applicable), and initial all interlineations, alterations, or erasures to the Bid Forms. Bidders shall neither delete, modify, nor supplement the printed matter on the Bid Forms nor make substitutions thereon. USE OF BLACK OR BLUE INK, INDELIBLE PENCIL, OR A TYPEWRITER IS REQUIRED. Deviations in the Bid Forms may result in the Bid being deemed non-responsive. MODIFICATIONS OF BIDS Each Bidder shall submit its Bid in strict conformity with the requirements of the Contract. Unauthorized additions, modifications, revisions, conditions, limitations, exclusions or provisions attached to a Bid may render it non-responsive and may cause its rejection. Bidders shall not delete, modify, or supplement the printed matter on the Bid Forms, or make substitutions thereon. Oral, telephonic and electronic modifications will not be considered

7 SUBCONTRACTORS Contract PO Bidder shall set forth the name, address of the place of business, and contractor license number of each subcontractor who will perform work, labor, furnish materials or render services to the bidder on said Contract and each subcontractor licensed by the State of California who, under subcontract to bidder, specially fabricates and installs a portion of the Work described in the Drawings and Specifications in an amount in excess of one half of one percent (0.5%) of the total bid price, and shall indicate the portion of the work to be done by such subcontractor in accordance with Public Contract Code Section LICENSING REQUIREMENTS Pursuant to Business and Professions Code Section and Public Contract Code Section 3300, all bidders must possess proper licenses for performance of this Contract. Subcontractors must possess the appropriate licenses for each specialty subcontracted. Pursuant to Business and Professions Code Section , the District shall consider any bid submitted by a contractor not currently licensed in accordance with state law and pursuant to the requirements found in the Contract to be nonresponsive, and the District shall reject the Bid. The District shall have the right to request, and Bidders shall provide within ten (10) calendar days, evidence satisfactory to the District of all valid license(s) currently held by that Bidder and each of the Bidder s subcontractors, before awarding the Contract. Notwithstanding anything contained herein, if the Work involves federal funds, the Contractor shall be properly licensed by the time the Contract is awarded, pursuant to the provisions of Public Contract Code section BID GUARANTEE (BOND) Each bid shall be accompanied by: (a) cash; (b) a certified or cashier s check made payable to Cosumnes Community Services District; or (c) a Bid Bond secured from a surety company satisfactory to the District, the amount of which shall not be less than ten percent (10%) of the Total Bid Price, made payable to Cosumnes Community Services District as bid security. Personal sureties and unregistered surety companies are unacceptable. The surety insurer shall be California admitted surety insurer, as defined in Code of Civil Procedure Section The bid security shall be provided as a guarantee that within ten (10) working days after the District provides the successful bidder the Notice of Award, the successful bidder will enter into a Contract and provide the necessary bonds and certificates of insurance. The bid security will be declared forfeited if the successful bidder fails to comply within said time, and District may enter into a Contract with the next lowest responsive responsible bidder, or may call for new bids. No interest shall be paid on funds deposited with the District. District will return the security accompanying the bids of all unsuccessful bidders no later than 60 calendar days after award of the Contract. IRAN CONTRACTING ACT OF 2010 In accordance with Public Contract Code Section 2200 et seq., the District requires that any person that submits a bid or proposal or otherwise proposes to enter into or renew a contract with the District with respect to goods or services of one million dollars ($1,000,000) or more, certify at the time the bid is submitted or the contract is renewed, that the person is not identified on a list created pursuant to subdivision (b) of Public Contract Code Section 2203 as a person engaging in investment activities in Iran described in subdivision (a) of Public Contract Code - 6 -

8 Section , or as a person described in subdivision (b) of Public Contract Code Section , as applicable. The form of such Iran Contracting Certificate is included with the bid package and must be signed and dated under penalty of perjury. NONCOLLUSION DECLARATION Bidders on all public works contracts are required to submit a declaration of noncollusion with their bid. This form is included with the bid package and must be signed and dated under penalty of perjury. BIDDER INFORMATION AND EXPERIENCE FORM Each Bidder shall complete the questionnaire provided herein and shall submit the questionnaire along with its Bid. Failure to provide all information requested within the questionnaire along with the Bid may cause the bid to be rejected as non-responsive. The District reserves the right to reject any Bid if an investigation of the information submitted does not satisfy the Engineer that the Bidder is qualified to properly carry out the terms of the Contract. WORKERS' COMPENSATION CERTIFICATION In accordance with the provisions of Labor Code Section 3700, Contractor shall secure the payment of compensation to its employees. Contractor shall sign and file with the District the following certificate prior to performing the work under this Contract: I am aware of the provisions of Section 3700 of the Labor Code, which require every employer to be insured against liability for workers compensation or to undertake self-insurance in accordance with the provisions of that code, and I will comply with such provisions before commencing the performance of the work of this contract. The form of such Workers' Compensation Certificate is included as part of this document. SIGNING OF BIDS All Bids submitted shall be executed by the Bidder or its authorized representative. Bidders may be asked to provide evidence in the form of an authenticated resolution of its Board of Directors or a Power of Attorney evidencing the capacity of the person signing the Bid to bind the Bidder to each Bid and to any Contract arising therefrom. If a Bidder is a joint venture or partnership, it may be asked to submit an authenticated Power of Attorney executed by each joint venturer or partner appointing and designating one of the joint venturers or partners as a management sponsor to execute the Bid on behalf of Bidder. Only that joint venturer or partner shall execute the Bid. The Power of Attorney shall also: (1) authorize that particular joint venturer or partner to act for and bind Bidder in all matters relating to the Bid; and (2) provide that each venturer or partner shall be jointly and severally liable for any and all of the duties and obligations of Bidder assumed under the Bid and under any Contract arising therefrom. The Bid shall be executed by the designated joint venturer or partner on behalf of the joint venture or partnership in its legal name

9 SUBMISSION OF SEALED BIDS Contract PO Once the Bid and supporting documents have been completed and signed as set forth herein, they shall be placed, along with the Bid Guarantee and other required materials, in a sealed envelope, addressed and delivered or mailed, postage prepaid, to the Engineering Department of the District before the time and day set for the receipt of bids. The envelope shall bear the title of the work and the name of the bidder. No oral or telephonic bids will be considered. No forms transmitted via the internet, , facsimile, or any other electronic means will be considered unless specifically authorized by the District as provided herein. Bids received after the time and day set for the receipt of bids shall be returned to the bidder unopened. The envelope shall also contain the following in the lower left-hand corner thereof: Bid of for the (Bidder s Name) PO Parking Lot Rehabilitation for Various Park Site Locations in Elk Grove, CA Only where expressly permitted in the Notice Inviting Bids may bidders submit their bids via electronic transmission pursuant to Public Contract Code sections 1600 and Any acceptable method(s) of electronic transmission shall be stated in the Notice Inviting Bids. District may reject any bid not strictly complying with District s designated methods for delivery. OPENING OF BIDS At the time and place set for the opening and reading of bids, or any time thereafter, each and every bid received prior to the time and day set for the receipt of bids will be publicly opened and read. The District will leave unopened any Bid received after the specified date and time, and any such unopened Bid will be returned to the bidder. It is the bidder s sole responsibility to ensure that its Bid is received as specified. Bids may be submitted earlier than the date(s) and time(s) indicated. The public reading of each bid will include the following information: The name and business location of the bidder. The nature and amount of the bid security furnished by bidder. The bid amount. Bidders or their representatives and other interested persons may be present at the opening of the bids. The District may, in its sole discretion, elect to postpone the opening of the submitted Bids. The District reserves the right to reject any or all Bids and to waive any informality or irregularity in any Bid. WITHDRAWAL OF BID Any bid may be withdrawn either personally or by written request, incurring no penalty, at any time prior to the scheduled closing time for receipt of bids. Requests to withdraw bids shall be worded so as not to reveal the amount of the original bid. Withdrawn bids may be resubmitted until the time and day set for the receipt of bids, provided that resubmitted bids are in conformance with the instructions herein

10 Bids may be withdrawn after bid opening only by providing written notice to District within five (5) working days of the bid opening and in compliance with Public Contract Code Section 5100 et seq., or as otherwise may be allowed with the consent of the District. BIDDERS INTERESTED IN MORE THAN ONE BID No Bidder shall be allowed to make, file or be interested in more than one bid for the same work unless alternate bids are specifically called for. A person, firm or corporation that has submitted a sub-proposal to a Bidder, or that has quoted prices of materials to a Bidder, is not thereby disqualified from submitting a sub-proposal or quoting prices to other bidders. No person, firm, corporation, or other entity may submit a sub-proposal to a Bidder, or quote prices of materials to a Bidder, when also submitting a prime Bid on the same Project. SUBSTITUTION OF SECURITY The Contract call for monthly progress payments based upon the percentage of the Work completed. The District will retain a percentage of each progress payment as provided by the Contract. At the request and expense of the successful Bidder, the District will substitute securities for the amount so retained in accordance with Public Contract Code Section PREVAILING WAGES The District has obtained from the Director of the Department of Industrial Relations the general prevailing rate of per diem wages in the locality in which this work is to be performed for each craft or type of worker needed to execute the Contract. These rates may be obtained online at Bidders are advised that a copy of these rates must be posted by the successful Bidder at the job site(s). DEBARMENT OF CONTRACTORS AND SUBCONTRACTORS In accordance with the provisions of the Labor Code, contractors or subcontractors may not perform work on a public works project with a subcontractor who is ineligible to perform work on a public project pursuant to Labor Code Sections or Any contract on a public works project entered into between a contractor and a debarred subcontractor is void as a matter of law. A debarred subcontractor may not receive any public money for performing work as a subcontractor on a public works contract. Any public money that is paid to a debarred subcontractor by the Contractor for the Project shall be returned to the District. The Contractor shall be responsible for the payment of wages to workers of a debarred subcontractor who has been allowed to work on the Project. INSURANCE REQUIREMENTS Prior to commencing work, the successful bidder shall purchase and maintain insurance as set forth in the Contract. PERFORMANCE BOND AND PAYMENT BOND REQUIREMENTS The successful bidder will be required to furnish a Labor and Material Payment Bond and a Faithful Performance Bond each in an amount equal to one hundred percent (100%) of the contract price. Each bond shall be secured from a surety company that meets all State of California bonding requirements, as defined in California Code of Civil Procedure Section - 9 -

11 and is admitted by the State of California. Each bond shall be accompanied, upon the request of District, with all documents required by California Code of Civil Procedure Section to the extent required by law. All bonding and insurance requirements shall be completed and submitted to District within ten (10) working days from the date the District provides the successful bidder with the Notice of Award. SALES AND OTHER APPLICABLE TAXES, PERMITS, LICENSES AND FEES Contractor and its subcontractors performing work under this Contract will be required to pay California sales tax and other applicable taxes, and to pay for permits, licenses and fees required by the agencies with authority in the jurisdiction in which the Work will be located, unless otherwise expressly provided by the Contract. PERMIT AND INSPECTION FEE ALLOWANCE Notwithstanding anything contained herein, the Bid Form contains an allowance for the Contractor s cost of acquiring traffic control permits and for construction inspection fees that may be charged to the Contractor by the Agency of Jurisdiction. The allowance is included within the Bid Form to eliminate the need by bidders to research or estimate the costs of traffic control permits and construction inspection fees prior to submitting a bid. The allowance is specifically intended to account for the costs of traffic control permits and construction inspection fees charged by the local Agency of Jurisdiction only. No other costs payable by Contractor to the Agency of Jurisdiction are included within the allowance. FILING OF BID PROTESTS Bidders may file a protest of a Bid with the District s General Manager. In order for a Bidder s protest to be considered valid, the protest must: Be filed in writing within five (5) calendar days after the bid opening date; Clearly identify the specific irregularity or accusation; Clearly identify the specific District staff determination or recommendation being protested; Specify in detail the grounds for protest and the facts supporting the protest; and Include all relevant, supporting documentation with the protest at time of filing. If the protest does not comply with each of these requirements, the District may reject the protest without further review. If the protest is timely and complies with the above requirements, the District s General Manager, or other designated District staff member, shall review the protest, any response from the challenged Bidder(s), and all other relevant information. The General Manager will provide a written decision to the protestor. The procedure and time limits set forth in this Article are mandatory and are the sole and exclusive remedy in the event of a Bid protest. Failure to comply with these procedures shall constitute a failure to exhaust administrative remedies and a waiver of any right to further pursue the Bid protest, including filing a Government Code Claim or legal proceedings

12 BASIS OF AWARD; BALANCED BID Contract PO The District shall award the Contract to the lowest responsible Bidder submitting a responsive Bid. The lowest Bid will be determined on the basis of the Total Bid Price. The District may reject any Bid which, in its opinion when compared to other Bids received or to the District s internal estimates, does not accurately reflect the cost to perform the Work. The District may reject as non-responsive any Bid which unevenly weights or allocates costs, including but not limited to overhead and profit to one or more particular bid items. AWARD PROCESS Once all Bids are opened and reviewed to determine the lowest responsive and responsible Bidder, the District may award the Contract. The apparent successful Bidder should begin to prepare the following documents: (1) the Performance Bond; (2) the Payment Bond; and (3) the required insurance certificates and endorsements. Once the District notifies the Bidder of the award, the Bidder will have ten (10) working days from the date of this notification to execute the Contract and supply the District with all of the required documents and certifications. Regardless of whether the Bidder supplies the required documents and certifications in a timely manner, the Contract time will begin to run twenty (20) working days from the date of the notification. Once the District receives all of the properly drafted and executed documents and certifications from the Bidder, the District shall issue a Notice to Proceed to that Bidder. EXECUTION OF CONTRACT As required herein the Bidder to whom an award is made shall execute the Contract in the amount determined by the Contract. The District may require appropriate evidence that the persons executing the Contract are duly empowered to do so. The Contract and bond forms to be executed by the successful Bidder are included within these Specifications and shall not be detached. QUESTIONS Questions regarding this Notice Inviting Bids may be directed to Hal Smith, at HalSmith@csdparks.com. All questions are due by 12 p.m. on Tuesday March 20, No other members of the District s staff or District Board should be contacted about this procurement during the bidding process. Any and all inquiries and comments regarding this Bid must be communicated in writing, unless otherwise instructed by the District. The District may, in its sole discretion, disqualify any Bidder who engages in any prohibited communications

13 BID FORMS Contract PO Bid. Bids will be received at the Cosumnes Community Services District, 9355 E. Stockton Blvd., Suite 185, Elk Grove, CA 95624, until 11:00 a.m. on Tuesday, March 27, NAME OF BIDDER: To the Cosumnes Community Services District 9355 E. Stockton Blvd., Suite 185 Elk Grove, CA The undersigned hereby declare that we have carefully examined the location of the proposed Work, and have read and examined the Contract, including all plans, specifications, and all addenda, if any for the following Project: Parking Lot Rehabilitation for Various Park Site Locations in Elk Grove, CA We hereby propose to furnish all labor, materials, equipment, tools, transportation, and services, and to discharge all duties and obligations necessary and required to perform and complete the Project, as described and in strict conformity with the Drawings, and these Specifications for TOTAL BID PRICE indicated herein. The undersigned acknowledges receipt, understanding, and full consideration of the following addenda to the Contract: Addenda No. 1. Attached is the required Bid Guarantee in the amount of not less than 10% of the Total Bid Price. 2. Attached is the completed Designation of Subcontractors form. 3. Attached is the fully executed Noncollusion Declaration form. 4. Attached is the completed Iran Contracting Act Certification form. 5. Attached is the completed Bidder Information and Experience form

14 BID SCHEDULE Contract PO ITEM NO. DESCRIPTION UNIT QUANTITY AMOUNT 1 Big Horn Corp Yard Lot L.S. 1 JOB +/- 24,538 SF $ 2 Bartholomew Sports Park (2 lots) +/- 163,180 SF (combined) L.S. 1 JOB $ 3 Laguna Community Park Parking Lot +/- 153,566 SF L.S. 1 JOB $ 4 Jack Hill Park Parking Lot +/- 10,942 SF L.S. 1 JOB $ 5 Backer Sr. Park Parking Lot +/- 18,630 SF L.S. 1 JOB $ 6 Kunsting Park Parking Lot +/- 14,461 SF L.S. 1 JOB $ 7 Morse Community Park Parking Lots (2 lots) L.S. 1 JOB $ +/- 65,578 SF (combined) 8 Stephenson Family Park Parking Lot +/- 12,750 SF L.S. 1 JOB $ 9 Derr-Okamoto Park Parking Lot +/- 69,800 SF L.S. 1 JOB $ TOTAL BID AMOUNT $ ALL QUANTITIES ARE FINAL PAY QUANTITIES UNLESS INDICATED BY AN ASTERISK (*) The costs for any Work shown or required in the Contract, but not specifically identified as a line item are to be included in the related line items and no additional compensation shall be due to Contractor for the performance of the Work. In case of discrepancy between the Unit Price and the Item Cost set forth for a unit basis item, the unit price shall prevail and shall be utilized as the basis for determining the lowest responsive, responsible Bidder. However, if the amount set forth as a unit price is ambiguous, unintelligible or uncertain for any cause, or is omitted, or is the same amount as the entry in the Item Cost column, then the amount set forth in the Item Cost column for the item shall prevail and shall be divided by the estimated quantity for the item and the price thus obtained shall be the Unit Price. For purposes of evaluating Bids, the District will correct any apparent errors in the extension of unit prices and any apparent errors in the addition of lump sum and extended prices

15 The estimated quantities for Unit Price items are for purposes of comparing Bids only and the District makes no representation that the actual quantities of work performed will not vary from the estimates. Final payment shall be determined by the Engineer from measured quantities of work performed based upon the Unit Price. TOTAL BID PRICE: TOTAL BID PRICE BASED ON BID SCHEDULE TOTAL OF UNIT PRICES FOR PO PARKING LOT REHABILITATION FOR VARIOUS PARK SITE LOCATIONS IN ELK GROVE, CA $ Total Bid Price in Numbers $ Total Bid Price in Written Form In case of discrepancy between the written price and the numerical price, the written price shall prevail. The undersigned agrees that this Bid Form constitutes a firm offer to the District which cannot be withdrawn for the number of calendar days indicated in the Notice Inviting Bids from and after the Bid opening, or until a Contract for the Work is fully executed by the District and a third party, whichever is earlier. If the Contract specify Alternate Bid items, the following Alternate Bid amounts shall be added to or deducted from the Total Bid Price entered above in the District s sole discretion. The District can choose to include any, all, or none of the Alternate Bid items in the Work. If the District selects any of the Alternate Bid items, the corresponding Alternate Bid prices shall be added to or deducted from Base Bid Price for the Work. The District can award/select Alternate Bid items at any time(s)

16 ALTERNATES ITEM DESCRIPTION UNIT QUANTITY BID PRICE ALTERNATE A1 Add Deduct ALTERNATE A2 Add Deduct ALTERNATE A3 Add Deduct ALTERNATE B1 Add Deduct ALTERNATE B2 Add Deduct Nottoli Park entire parking lotconstruction of Full Depth Reclamation-Cement (FDR-C). +/- 54,012 SF Nottoli Park parking lot: asphalt repair, remove and replace. Nottoli Park parking lot: slurry seal and stripe. +/- 54,012 SF Elk Grove Regional Park Pavilion parking lot: for construction of Full Depth Reclamation-Cement (FDR-C). +/- 134,134 SF Elk Grove Regional Park Pavilion parking lot: asphalt repair, remove and replace. L.S. 1 JOB S.F. +/- 23,900 L.S. L.S. 1 JOB 1 JOB S.F. +/- 48,200 ALTERNATE B3 Add Deduct ALTERNATE C Add Deduct ALTERNATE D Add Deduct ALTERNATE E Add Deduct ALTERNATE F Add Deduct ALTERNATE G Add Deduct Elk Grove Regional Park Pavilion parking lot: slurry seal and stripe. +/- 134,134 SF Elk Grove Regional Park Point parking lot: slurry seal and stripe. +/- 111,295 SF Elk Grove Regional Park Jerry Fox Pool parking lot: slurry seal and stripe. +/- 6,710 SF Re-Striping two roads in Elk Grove Regional Park. +/- 5,500 LF Remove damaged 10 x 10 planter at Pavillion parking lot. Asphalt repair, removal and replacement. 1 JOB 1 JOB 1 JOB 1JOB 1 JOB 1 JOB L.S. 1 JOB 1 JOB 1 1 SF

17 The successful bidder hereby agrees to sign the Contract and furnish the necessary bonds and certificates of insurance within ten (10) working days after the District provides the successful bidder with the Notice of Award. Upon receipt of the signed Contract and other required documents, the Contract will be executed by the District, after which the District will prepare a letter giving Contractor Notice to Proceed. The official starting date shall be the date of the Notice to Proceed, unless otherwise specified. The undersigned agrees to begin the Work within ten (10) working days of the date of the Notice to Proceed, unless otherwise specified. The undersigned has examined the location of the proposed work and is familiar with the Drawings and Specifications and the local conditions at the place where work is to be done. If awarded the Contract, the undersigned agrees that there shall be paid by the undersigned and by all subcontractors to all laborers, workers and mechanics employed in the execution of such Contract no less than the prevailing wage rate within Sacramento County for each craft, classification, or type of worker needed to complete the Work contemplated by this Contract as established by the Director of the Department of Industrial Relations. A copy of the prevailing rate of per diem wages are on file at the District s Administration Office and shall be made available to interested parties upon request. Enclosed find cash, bidder s bond, or cashier s or certified check No. from the Bank in the amount of, which is not less than ten percent (10%) of this bid, payable to Cosumnes Community Services District as bid security and which is given as a guarantee that the undersigned will enter into a Contract and provide the necessary bonds and certificates of insurance if awarded the Work. The bidder furthermore agrees that in case of bidder s default in executing said Contract and furnishing required bonds and certificates of insurance, the cash, bidder s bond, or cashier s or certified check accompanying this proposal and the money payable thereon shall become and shall remain the property of the Cosumnes Community Services District. Bidder is an individual, or corporation, or partnership, organized under the laws of the State of. Bidder confirms license(s) required by California State Contractor s License Law for the performance of the subject project are in full effect and proper order. The following are the Bidder s applicable license number(s), with their expiration date(s) and class of license(s): If the Bidder is a joint venture, each member of the joint venture must include the required licensing information

18 Sureties that will furnish the Faithful Performance Bond and the Labor and Material Payment Bond, in the form specified herein, in an amount equal to one hundred percent (100%) of the contract price within ten (10) working days from the date the District provides the successful bidder the Notice of Award. Sureties must meet all of the State of California bonding requirements, as defined in California Code of Civil Procedure Section and must be authorized by the State of California. The insurance company or companies to provide the insurance required in the Contract documents must have a Financial Strength Rating of not less than A- and a Financial Size Category of not less than Class VII according to the latest Best Key Rating Guide. At the sole discretion of the District, the District may waive the Financial Strength Rating and the Financial Size Category classifications for Workers Compensation insurance. (signatures continued on next page)

19 I hereby certify under penalty of perjury under the laws of the State of California that all of the information submitted in connection with this Bid and all of the representations made herein are true and correct. Executed at, on this day of,. (Bidders Name Print or Type) (Corporate Seal) (Name and Title) (Signature) Names of individual members of firm or names and titles of all officers of corporation and their addresses are listed below: Name Title Complete Address Phone FAX Name Title Complete Address Phone FAX Name Title Complete Address Phone FAX Name Title Complete Address Phone FAX

20 1.2 Bid Bond [Note: Not required when other form of Bidder s Security, e.g. cash, certified check or cashier s check, accompanies bid.] The makers of this bond are,, as Principal, and, as Surety and are held and firmly bound unto the Cosumnes Community Services District, hereinafter called the District, in the penal sum of TEN PERCENT (10%) OF THE TOTAL BID PRICE of the Principal submitted to District for the work described below, for the payment of which sum in lawful money of the United States, well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH that whereas the Principal has submitted the accompanying bid dated, 20, for PO Parking Lot Rehabilitation for Various Park Site Locations in Elk Grove, CA If the Principal does not withdraw its Bid within the time specified in the Contract; and if the Principal is awarded the Contract and provides all documents to the District as required by the Contract; then this obligation shall be null and void. Otherwise, this bond will remain in full force and effect. Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Contract shall in affect its obligation under this bond, and Surety does hereby waive notice of any such changes. In the event a lawsuit is brought upon this bond by the District and judgment is recovered, the Surety shall pay all litigation expenses incurred by the District in such suit, including reasonable attorneys fees, court costs, expert witness fees and expenses. IN WITNESS WHEREOF, the above-bound parties have executed this instrument under their several seals this day of, 20, the name and corporate seal of each corporation. (Corporate Seal) Contractor/ Principal By Title (Corporate Seal) (Attach Attorney-in-Fact Certificate) Surety By Attorney-in-Fact Title

21 Notary Acknowledgment A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. STATE OF CALIFORNIA COUNTY OF On, 20, before me,, Notary Public, personally appeared, who proved to me on the basis of satisfactory Name(s) of Signer(s) evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature of Notary Public OPTIONAL Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. CAPACITY CLAIMED BY SIGNER Individual Corporate Officer DESCRIPTION OF ATTACHED DOCUMENT Partner(s) Attorney-In-Fact Trustee(s) Guardian/Conservator Other: Signer is representing: Name Of Person(s) Or Entity(ies) Title(s) Limited General Title or Type of Document Number of Pages Date of Document Signer(s) Other Than Named Above NOTE: This acknowledgment is to be completed for Contractor/Principal

22 Notary Acknowledgment A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. STATE OF CALIFORNIA COUNTY OF On appeared, 20, before me,, Notary Public, personally, who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature of Notary Public OPTIONAL Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. CAPACITY CLAIMED BY SIGNER Individual Corporate Officer DESCRIPTION OF ATTACHED DOCUMENT Partner(s) Attorney-In-Fact Trustee(s) Guardian/Conservator Other: Signer is representing: Name Of Person(s) Or Entity(ies) Title(s) Limited General Title or Type of Document Number of Pages Date of Document Signer(s) Other Than Named Above NOTE: This acknowledgment is to be completed for the Attorney-in-Fact. The Power-of-Attorney to local representatives of the bonding company must also be attached. END OF BID BOND

23 1.3 List of Subcontractors Contract PO In compliance with the Subletting and Subcontracting Fair Practices Act Chapter 4 (commencing at Section 4100), Part 1, Division 2 of the Public Contract Code of the State of California and any amendments thereof, Bidder shall set forth below: (a) the name and the location of the place of business, (b) the California contractor license number, (c) the DIR public works contractor registration number, and (d) the portion of the work which will be done by each subcontractor who will perform work or labor or render service to the Bidder in or about the construction of the work or improvement to be performed under this Contract in an amount in excess of one-half of one percent (0.5%) of the Bidder s Total Bid Price. Notwithstanding the foregoing, if the work involves the construction of streets and highways, then the Bidder shall list each subcontractor who will perform work or labor or render service to the Bidder in or about the work in an amount in excess of one-half of one percent (0.5%) of the Bidder s Total Bid Price or $10,000, whichever is greater. No additional time shall be granted to provide the below requested information. If a Bidder fails to specify a subcontractor or if a contractor specifies more than one subcontractor for the same portion of work, then the Bidder shall be deemed to have agreed that it is fully qualified to perform that portion of work and that it shall perform that portion itself. Work to be done by Subcontractor Name of Subcontractor Location of Business CSLB Contractor License No. DIR Registration Number % of Work

24 Work to be done by Subcontractor Name of Subcontractor Location of Business CSLB Contractor License No. DIR Registration Number % of Work (Attach additional sheets if necessary) Name of Bidder Signature Name and Title Dated

25 1.4 Bidder Information and Experience Form Contract PO INFORMATION ABOUT BIDDER (Indicate not applicable ( N/A ) where appropriate.) NOTE: Where Bidder is a joint venture, pages shall be duplicated and information provided for all parties to the joint venture. 1.0 Name of Bidder: 2.0 Type, if Entity: 3.0 Bidder Address: Facsimile Number Telephone Number Address 4.0 How many years has Bidder s organization been in business as a Contractor? 5.0 How many years has Bidder s organization been in business under its present name? 5.1 Under what other or former names has Bidder s organization operated? 6.0 If Bidder s organization is a corporation, answer the following: 6.1 Date of Incorporation: 6.2 State of Incorporation: 6.3 President s Name: 6.4 Vice-President s Name(s): 6.5 Secretary s Name: 6.6 Treasurer s Name:

26 7.0 If an individual or a partnership, answer the following: Contract PO Date of Organization: 7.2 Name and address of all partners (state whether general or limited partnership): 8.0 If other than a corporation or partnership, describe organization and name principals: 9.0 List other states in which Bidder s organization is legally qualified to do business What type of work does the Bidder normally perform with its own forces? 11.0 Has Bidder ever failed to complete any work awarded to it? If so, note when, where, and why: 12.0 Within the last five years, has any officer or partner of Bidder s organization ever been an officer or partner of another organization when it failed to complete a contract? If so, attach a separate sheet of explanation: 13.0 List Trade References:

27 14.0 List Bank References (Bank and Branch Address): 15.0 Name of Bonding Company and Name and Address of Agent: [REMAINDER OF THIS PAGE INTENTIONALLY LEFT BLANK]

28 LIST OF CURRENT PROJECTS (BACKLOG) Contract PO [**Duplicate Page if needed for listing additional current projects.**] Project Description of Bidder s Work Completion Date Cost of Bidder s Work

29 LIST OF COMPLETED PROJECTS LAST THREE YEARS Contract PO [**Duplicate Page if needed for listing additional completed projects.**] Please include only those projects which are similar enough to demonstrate Bidder s ability to perform the required Work. Project Description of Bidder s Work Completion Date Cost of Bidder s Work

30 EXPERIENCE AND TECHNICAL QUALIFICATIONS QUESTIONNAIRE Contract PO Personnel: The Bidder shall identify the key personnel to be assigned to this project in a management, construction supervision or engineering capacity. 1. List each person s job title, name and percent of time to be allocated to this project: 2. Summarize each person s specialized education: 3. List each person s years of construction experience relevant to the project: 4. Summarize such experience: Bidder agrees that personnel named in this Bid will remain on this Project until completion of all relevant Work, unless substituted by personnel of equivalent experience and qualifications approved in advance by the District. Changes Occuring Since Prequalification If any substantive changes have occurred since Bidder submitted its prequalification package for this Project, Bidder shall list them below. If none are listed, Bidder certifies that no substantive changes have occurred

31 Additional Bidder s Statements: Contract PO If the Bidder feels that there is additional information which has not been included in the questionnaire above, and which would contribute to the qualification review, it may add that information in a statement here or on an attached sheet, appropriately marked: VERIFICATION AND EXECUTION These Bid Forms shall be executed only by a duly authorized official of the Bidder: I declare under penalty of perjury under the laws of the State of California that the foregoing information is true and correct: Name of Bidder Signature Name Title Date Contractor License No. DIR Contractor Registration No

32 1.5 Non-Collusion Declaration Contract PO The undersigned declares: I am the of, the party making the foregoing Bid. The Bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation. The Bid is genuine and not collusive or sham. The Bidder has not directly or indirectly induced or solicited any other Bidder to put in a false or sham bid. The Bidder has not directly or indirectly colluded, conspired, connived, or agreed with any Bidder or anyone else to put in a sham bid, or to refrain from bidding. 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. All statements contained in the Bid are true. 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, to any corporation, partnership, company, association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid, and has not paid, and will not pay, any person or entity for such purpose. Any person executing this declaration on behalf of a Bidder that is a corporation, partnership, joint venture, limited liability company, limited liability partnership, or any other entity, hereby represents that he or she has full power to execute, and does execute, this declaration on behalf of the Bidder. I declare under penalty of perjury under the laws of the State of California that the foregoing is true and correct and that this declaration is executed on [date], at [city], [state]. Name of Bidder Signature Name Title

33 1.6 Iran Contracting Act Certification. (Public Contract Code section 2200 et seq.) Contract PO As required by California Public Contract Code Section 2204, the Contractor certifies subject to penalty for perjury that the option checked below relating to the Contractor s status in regard to the Iran Contracting Act of 2010 (Public Contract Code Section 2200 et seq.) is true and correct: The Contractor is not: (1) identified on the current list of person and entities engaged in investment activities in Iran prepared by the California Department of General Services in accordance with subdivision (b) of Public Contract Code Section 2203; or (2) a financial instruction that extends, for 45 days or more, credit in the amount of $20,000,000 or more to any other person or entity identified on the current list of persons and entities engaging in investment activities in Iran prepared by the California Department of General Services in accordance with subdivision (b) of Public Contract Code Section 2203, if that person or entity uses or will use the credit to provide goods or services in the energy sector in Iran. The District has exempted the Contractor from the requirements of the Iran Contracting Act of 2010 after making a public finding that, absent the exemption, the District will be unable to obtain the goods and/or services to be provided pursuant to the Contract. The amount of the Contract payable to the Contractor for the Project does not exceed $1,000,000. Signature: Printed Name: Title: Firm Name: Date: Note: In accordance with Public Contract Code Section 2205, false certification of this form shall be reported to the California Attorney General and may result in civil penalties equal to the greater of $250,000 or twice the Contract amount, termination of the Contract and/or ineligibility to bid on contracts for three years

34 Exhibit A SCOPE AND SCHEDULE OF SERVICES SCOPE OF WORK: The work to be performed under this contract includes the furnishing of all labor, materials, equipment, transportation and services necessary for the rehabilitation of the following parking lots within the Cosumnes Community Services District: 10. Big Horn Maintenance Yard. 11. Bartholomew Sports Park (2 lots to be completed in two phases). 12. Laguna Community Park (to be completed in two phases). 13. Jack Hill Park. 14. Backer Sr. Park. 15. Kunsting Family Park. 16. Morse Community Park (2 lots to be completed in two phases). 17. Stephenson Family Park. 18. Derr-Okamoto Park. This bid includes 11 alternates: B1. Nottoli Park entire parking lot: for the construction of Full Depth Reclamation-Cement (FDR-C). A2. Notolli Park parking lot: asphalt repair, remove and replace +/- 23,900 sf. A3. Nottoli Park parking lot: slurry seal and stripe. B1. Elk Grove Regional Park Pavilion parking lot: for the construction of Full Depth Reclamation- Cement (FDR-C). B2. Elk Grove Regional Park Pavilion parking lot: asphalt repair, remove and replace +/- 48,200 sf. B3. Elk Grove Regional Park Pavilion parking lot: slurry seal and stripe. C. Elk Grove Regional Park Point parking lot: slurry seal and stripe. D. Elk Grove Regional Park Fox Pool parking lot: slurry seal and stripe. E. Re-Striping the two main roads in Elk Grove Regional Park to include stops signs, crosswalks, and speed bumps. F. Remove damaged 10 x 10 concrete curbed planter at Elk Grove Regional Park Pavilion parking lot, install base rock, cap irrigation, and finish with asphalt. G. Asphalt repair, remove and replace price per square foot. Items 1 thru 9, A3, B3, C, and D: Construction activities will include: preparing surface, possible remove and replace asphalt, crack sealing, Slurry Sealing Type II, line striping parking stalls, and painting of: handicap stalls and curbs, fire curbs, speed bumps, cross walks, stop signs, and parking lot gates

35 Asphalt Seal and Stripe Area Approximate Sq Ft Big Horn Corp Yard 24,538 Bartholomew Sports Park (2 Lots) 163,180 Laguna Community Park 2 Phases 153,566 Jack Hill Park 10,942 Backer Sr. Park 18,630 Kunsting Family Community Park 14,461 Morse Community Park (2 Lots) 65,578 Stephenson Family Park 12,750 Derr-Okamoto Park 69,800 Total 533,445 Alternate Areas Approximate Sq Ft Nottoli Park (Alternate A3) 54,012 Elk Grove Regional Park Pavilion 134,134 Parking Lot (Alternate B3) Elk Grove Regional Park Point Parking Lot (Alternate C) Elk Grove Regional Park Fox Pool Parking Lot (Alternate D) 111,295 6,710 Total 306,151 SCHEDULE OF SERVICE: Service may be done from: May 1, 2018 to June 15,

36 EXHIBIT B SPECIFICATIONS Contract PO SURFACE PREPARATION The existing surface shall be swept clean of all dust, dirt, and other loose material with hand brooms or through the use of approved mechanical sweepers. All weeds or other vegetation growing through the asphaltic concrete shall be removed and sprayed with a suitable chemical sterilant. Where existing dust and dirt cannot be satisfactorily removed by brooming, it may be necessary to flush the asphalt surface with water. If flushing is necessary, the Contractor shall furnish the necessary equipment for flushing. OIL AND GREASE SPOTS Areas shall be inspected after surface is clean for any oil/grease spots. Oil/grease spots shall be treated with primer prior to seal coat. CRACK TREATMENT Crack and joint sealant shall be applied to cracks or joints that have dimensions greater than one-eighth inch (1/8 ). All cracks receiving sealant shall be routed by cutting a minimum of oneeighth inch (1/8 ) material from each side. The resultant reservoir should not exceed 1-1/2 x ¾ in size. All cracks shall be thoroughly cleaned after routing by the use of high-pressure (>90 psi.) dry, clean compressed air. If the pavement temperature is below 40 degrees Fahrenheit or if there is evidence of moisture in the crack, use a hot air lance immediately before applying crack treatment. The hot air lance must not apply flame directly on the pavement. Insert crack treatment with a nozzle inserted into the crack. Fill the crack flush with surface. If after two days the crack treatment is more than ¼ below the specified level, or the sealant fails or the crack re-opens, re-treat the crack. Immediately remove crack treatment material spilled or deposited on the pavement surface. Before opening pavement to traffic, the Contractor shall apply sand to crack treatment material that has not fully cured. Sweep excess sand before opening to traffic. The Contractor shall submit a Certificate of Compliance for crack treatment material under Section , Certificates of Compliance, of the State Standard Specification. With the Certificate of Compliance, submit: 1. Manufacturer s name 2. Production location 3. Product brand or trade name 4. Product designation 5. Batch or lot number 6. Crack treatment material type 7. Contractor or subcontractor name 8. Contract number 9. Lot size 10. Shipment date 11. Manufacturer s signature

37 If the crack treatment material is delivered to the job site in containers, each container must be marked with the following information. If the crack treatment material is not delivered in containers, the following information must accompany the delivery: 1. Manufacturer s name 2. Production location 3. Product brand or trade name 4. Product designation 5. Crack treatment trade name 6. Batch or lot number 7. Maximum heating temperature 8. Expiration date for cold application only For wider cracks or openings in the existing asphalt surface, which are too large for crack sealing, the Contractor shall Remove and Replace Concrete Asphalt as found elsewhere in these Technical Specifications. WEATHER LIMITATIONS Bituminous material shall not be placed during rainy or threatening weather, or when the moisture on the surface to be treated would prevent satisfactory bond, or when the air temperature is less than forty degrees Fahrenheit (40 F). BID ITEMS ( 1 9 ) AND ALTERNATES ( A3, B3, C, AND D ): SLURRY SEAL TYPE II COAT APPLICATION This work shall consist of furnishing and placing Slurry Seal, Type II to the existing asphalt parking lot surfaces at the following locations: Big Horn Corp Yard, Bartholomew Sports Park (2 lots), Laguna Community Park, Jack Hill Park, Backer Park, Kunsting Family Park, Morse Community Park (2 lots), Stephenson Family Park, Derr-Okamoto Park, Don Nottoli Park, Elk Grove Regional Park Pavilion, Point, and Fox Lots. Prior to applying Slurry Seal, Type II, the Contractor shall ensure all pavement cracks oneeighth inch (1/8 ) in width and greater have been sealed per section Crack Treatment. The slurry seal shall consist of a mixture of polymer modified asphalt emulsion, mineral aggregate, mineral filler, and water and specified additives. The materials shall be proportioned, mixed and uniformly spread over a properly prepared surface. The slurry seal shall conform to the requirement of Section 37-2, Slurry Seal of the State Standard Specifications except where specified otherwise in these provisions. The completed slurry seal shall leave a homogeneous mat, adhere firmly to the prepared surface, and have a friction resistant surface texture throughout its service life. Asphalt Emulsion The emulsified asphalt shall be designated as grade PMCQS-1h. The polymer within the asphalt emulsion shall be, at the option of the Contractor, either Neoprene, SBR, EVA or SBS. Solid polymers such as EVA or SBS shall be adequately blended into the asphalt prior to emulsification. If a liquid latex such as Neoprene, SBR or similar is used, the latex shall be comilled into the emulsion through the water phase during manufacturing. Each load of polymer asphaltic emulsion shall have a certificate from the asphalt emulsion manufacturer guaranteeing that either asphalt blending or co-milling processes were used. The certificate shall also state the percentage of the solid rubber polymer added by weight of the asphalt as well as the

38 composition of the polymer. The addition of latex to the emulsion after emulsion manufacturing is prohibited. The polymer modified asphalt emulsion shall conform to the following specifications: Test Test Method Requirement Tests on Emulsion: Min Max Viscosity 77 F, seconds AASHTO T Settlement, 5 days, % AASHTO T Storage Stability Test, 1 day, % AASHTO T Distillation: Oil Distillate by Volume of Emulsion % Residue by Low-Temperature Vacuum Distillation, % AASHTO T ASTM D Test Test Method Requirement Tests on Residue Using CTM 331: Min Max Penetration, 77 F, 100 grams for 5 seconds, dmm AASHTO T Solubility in Trichloroethylene, % ASTM D Ductility, 77 F, 5cm/min, cm (RTFO aged residue) AASHTO T Ring and Ball softening Point, degree F AASHTO T Polymer Content, %, Solid Polymer content based on weight of asphalt. CTM % --- Torsional Recovery, % CTM Mineral Aggregate Slurry seal aggregate for all parking lots shall conform to ISSA Type II aggregate and shall be manufactured crushed stone such as granite, slag, limestone, chat, or other high quality aggregate, or combination thereof. To assure the material is totally crushed, 100% of the parent aggregate shall be larger than the largest stone in the gradation to be used. Aggregate Color Aggregate shall be black aggregate or aggregate that is black in color for Slurry Seal, Type II. Black aggregate shall in all other respects comply with the requirements of this scope. When tested in accordance to AASHTO T 27 (ASTM C1360 and AASHTO T 11 (ASTM C117), the aggregate gradation (including the mineral filler) shall be within following bands

39 TYPE II SLURRY SEAL Sieve Sizes Passing Percentage Stockpile Tolerance 9.5 mm (3/8 ) 100 +/- 5% 4.75 mm (#4) /- 5% 2.36 mm (#8) /- 5% 1.18 mm (#16) /- 5% 600 um (#30) /- 5% 330 um (#50) /- 4% 150 um (#100) /- 3% 75 um (#200) /- 2% After the target gradation has been submitted and identified in the mix design, the percent passing each sieve shall not vary by more than the stockpile tolerance and still remain within the gradation band during the application of slurry seal. The mineral aggregate shall also conform to the following: Test Test Method Requirements Sand Equivalent ASTM D min. Loss in L.A. Rattler (100 Revolutions) Loss in L.A. Rattler (500 Revolutions) CTM 211 CTM % max. 35% max. Durability Index ASTM D min. Mineral Filler Mineral Filler shall be either Portland Cement, hydrated lime, limestone dust, fly ash or other approved filler meeting the requirements of ASTM D242 shall be used as required by the mix design. The mineral filler shall be considered as part of the aggregate in calculations regarding slurry seal asphalt content. Water The water added to the slurry seal shall be potable and free of harmful salts and contaminates. Additives Additives may be used to accelerate or retard the mixing and setting characteristics of the slurry seal, or to improve the resulting finished surface. The use of additives in the slurry mix (or individual materials) shall be made initially in quantities predetermined by the mix design with field adjustments if required. If the use of additive during application requires a greater than +/ 1.0% deviation from the recommendations of the mix design, a new mix design shall be performed to verify system performance at higher or lower additive levels

40 Water, and additives, if used, shall be added to ensure proper workability and: 1. Permit the unrestricted flow of traffic on the slurry seal no more than one (1) hour after placement without the occurrence of bleeding, raveling, separation, or other distress. 2. Prevent the development of bleeding, raveling, separation, or other distress within fifteen (15) days after placing the slurry seal. Mix Design and Pre-Qualification of Materials During the pre-construction meeting the Contractor shall submit a certified mix design identifying the specific type and source of materials to be used on the Project. The mix design shall verify compatibility of the aggregate, emulsion, mineral filler, and other additives. Additionally, the mix design shall report test results showing compliance with related material specifications contained in this scope. The mix design shall use the same aggregate gradation as supplied by the Contractor on the Project. A laboratory capable of performing all the tests listed below shall perform the mix design, testing and certification. The laboratory shall certify, on the mix design that it has had at least two years of experience in the design of slurry seal. The mix design shall be performed and dated within 30 calendar days prior to the application of slurry seal. After the mix design has been approved, no substitution or changes of materials shall be permitted, unless approved by the Project Manager. If changes in materials are not approved by the Project Manager, a new mix design shall be performed by the Testing Laboratory before the application of new materials. Required tests and values are as follows: Test ISSA Test Requirement Mix Time TB-113 Controllable to 180 sec. min. Wet Cohesion 30 minutes min. 60 minutes min. TB kg-cm min. 20kg-cm min. Excess Asphalt by L W T Sand Adhesion TB g/ft2 max (538g/m2 max.) Wet Stripping TB-114 Pass (90%) Wet Track Abrasion Loss One Hour Soak TB g/ft2 max. (807g/m2 max.) The Wet Track Abrasion test is used to determine the minimum asphalt content. The laboratory shall also report the quantitative effects of moisture content on the unit weight of the aggregate (bulking effect). The report must clearly show the proportions of aggregate, mineral filler (minimum and maximum), water (minimum and maximum), additive(s) (usage), and asphalt emulsion based on the dry weight of the aggregate

41 The percentages of each individual material required shall be shown in the laboratory report. Adjustments may be required during the construction, based on the field conditions. The Project Manager shall give final approval for all such adjustments. The Project Manager shall approve the mix design and all slurry seal materials and methods prior to use. The component materials shall be within the following limits: RESIDUAL ASPHALT 7.5% % (approximately 12.0% 22.0% emulsion) based on dry weight of aggregate. MINERAL FILLER 0.0% - 2.0% based on dry weight of aggregate. ADDITIVES As needed to control mixing and setting times. WATER As needed to achieve proper mix consistency. If directed by the Project Manager, the Contractor shall submit samples from all suppliers furnishing a minimum of the following materials. Each sample shall be clearly labeled as to its contents and the words Slurry Seal. One gallon of the base asphalt One pint of the polymer additive (with clear labeling of polymer type) One quart of asphalt emulsion 50 pounds of slurry seal aggregate Changes in source or type of materials submitted to the Project Manager as Pre-qualification samples shall not be permitted during the entire Project without approval of the Project Manager. Mechanical Proportioning Mixer-spreader trucks shall be equipped to proportion emulsion, water, aggregate, and setcontrol additives by volume. The aggregate shall be proportioned using a belt feeder operated with an adjustable cutoff gate. The height of the gate opening shall be readily determinable. A positive displacement pump shall proportion the emulsion. Water shall be introduced into the mixer by a meter registering gallons delivered. The aggregate belt feeder shall deliver aggregate to the pugmill with such volumetric consistency that the deviation for any individual aggregate delivery rate check-run shall not exceed 2.0 percent of the mathematical average of three runs of at least three tons in duration each. The emulsion pump shall deliver emulsion to the pugmill with such volumetric consistency that the deviation for any individual delivery rate check-run shall not exceed 2.0 percent of the mathematical average of three runs of at least 500 gallons in duration each. The aggregate belt feeder shall be connected directly to the drive on the emulsion pump. The drive shaft of the aggregate feeder shall be equipped with a revolution counter reading to the nearest full revolution of the aggregate delivery belt. A temperature-indicating device shall be installed in the emulsion storage tank at the pump suction level, if requested by the Project Manager. The device shall indicate temperature of the emulsion and shall be accurate to ten degrees Fahrenheit (10 F). Machine Calibration and Verification Mixer-spreader trucks to be used in performance of the work shall be calibrated in the presence of the Project Manager prior to construction. The Contractor shall document the way in which

42 the mechanical proportioning devices are calibrated and correlated to the metered delivery of each material at various settings. No mixer-spreader truck shall be allowed to work on the Project until the calibration has been completed and accepted by the Project Manager within at least one (1) working day prior to start of work. Spreading Equipment The slurry mixture shall be uniformly spread by means of a controlled spreader box conforming to the following requirement: All spreader boxes over 7-1/2 feet in length shall have baffles. Spreader box, rubber strike off, and drag mops shall be maintained in such manner as to prevent chatter (washboarding) in the finished mat. If washboarding occurs, that area shall be corrected to eliminate the washboard. The rear flexible strike-off blade shall make close contact with the pavement and shall be capable of being adjusted to the various crown slopes so as to apply a uniform seal coat. Blades shall be changed as frequently as necessary to prevent longitudinal scouring. The maximum speed of the application equipment shall not be greater than 180 feet per minute. Preparation of Surface Immediately prior to applying the slurry, the Contractor shall clean the trail surface of all loose material, silt spots, vegetation, and any other matter, which may adversely affect the adherence of the slurry to the existing pavement. The Contractor shall be responsible for sweeping all parking lot sections to be slurried with a mechanical power broom prior to sealing. The Project Manager may require particularly dirty parking lot sections to be flushed with water. The Project Manager must approve all flushing operations. The Contractor shall be responsible for cleaning sidewalks soiled by flushing operations. The Contractor shall be responsible for removing all traffic striping, markings and raised pavement markers prior to the slurry seal operation. Also see Section Parking Lot Stripe, Pavement Markings and Curb Painting found elsewhere in this Exhibit A, Scope and Services for the removal of existing traffic striping. All materials removed become the property of the Contractor and shall be disposed of in accordance with the provision of , Disposal of Material Outside the Highway Right of Way, in the State Standard Specifications. The Contractor shall be responsible for locating, covering, removing, cleaning and protecting all utility covers, maintenance hole covers, water valve boxes, and any other utility covers. All manholes, utility, and survey monument covers encountered in the area to be resurfaced shall be carefully referenced out prior to the resurfacing operations by the Contractor. The methods of protection, referencing, locating, and cleaning shall be subject to approval by the Project Manager prior to any resurfacing. All protective coverings shall be removed before opening the parking lot to traffic

43 Placing The slurry seal shall be placed at a rate of approximately twelve (12) to fifteen (15) pounds per square yard. The exact rate shall be as determined by specific weight of aggregate, the surface demand of the pavement, and size of the largest particle size of the aggregate. The slurry seal shall not be placed when the existing pavement or air temperature is below 55 degrees Fahrenheit (55 F) and falling, or during unsuitable weather, but may be applied when both pavement and air temperature are above 45 degrees Fahrenheit (45 F) and rising. When slurry starts or finishes, a straight-line cut-off shall be obtained by laying down a strip of building paper or other approved material. The Contractor shall remove such paper and any excess slurry after application of the slurry. Edge limits of the slurry on all sides of the parking lot shall be maintained in a neat and uniform line. When feasible, all joints and curb lines shall be pulled by machine to keep handwork to a minimum. Ridges or bumps in the finish surface shall not be permitted. Building paper shall be placed at transverse joints and over previously placed slurry seals to avoid the double placement of slurry seal. Other methods to avoid double placements must be approved by Project Manager. Areas to be slurry sealed that are inaccessible to the spreader box may be spread by other approved means. The Contractor shall remove all excess material, which is placed outside asphalt pavement areas. Hand tools shall be available in order to remove spillage. Where the completed slurry is not uniform in color, the parking lot shall be treated to eliminate the color variation at the Contractor s expense. The method of treatment shall be subject to approval by the Project Manager. The Contractor shall be responsible for sweeping the parking lot and sidewalks where excessive raveling may occur after placing of the slurry seal or when requested by the Project Manager within 24 hours at no additional cost to the District. At the end of each day s production, the Contractor shall send to the Project Manager a report containing the following information: 1. Tons of dry aggregate consumed that day. 2. Tons of asphalt emulsion consumed that day; and 3. Surface area covered that day. This report shall be received no later than10:00 AM of the following day. Repair of Early Distress If bleeding, raveling, delamination, rutting, or washboarding occurs after placing the slurry seal, the Contractor shall diligently pursue repair by any method approved by the Project Manager. Parking Lot Sweeping The Contractor shall sweep the parking lot prior to placing the slurry seal application and prior to any markings installation and another sweeping a minimum of 72-hours after slurry seal application to remove any loose material from the parking lot surface

44 BID ITEMS ( 2 9 ) AND ALTERNATES ( A3, B3, C, D, AND E) - PARKING LOT STRIPE, PAVEMENT MARKINGS AND CURB PAINTING The Contractor shall remove any existing traffic striping and pavement markings within the project areas prior to parking lot improvements or surface treatments and those that conflict with new striping or markings. Any existing striping to markings beyond project limits and not indicated to be removed shall remain. Painted pavement markings shall conform to State Specification No PTWB-01. The pavement surface to which paint is applied shall be completely coated by the material and the voids of the pavement surface shall be filled. Paint Specifications Paint type Color Specification Waterborne traffic line White, yellow, and State Specification PTWB-01R2 black Acetone-based White, yellow, and State Specification PT-150VOC(A) black Waterborne traffic line Blue, red, and green Federal Specification TT-P-1952E for the international symbol of accessibility and other curb markings Apply 1-coat paint at an approximate rate of one gallon per 107 square feet. Apply 2-coat paint at the approximate rate shown in the following table: TWO COAT PAINT APPLICATION RATES SQUARE FOOT COVERAGE PER GALLON Paint Type 1 st Coat 2 nd Coat Waterborne Paint Acetone-based Paint ALTERNATE ( A1, B1 ): NOTTOLI PARKING LOT FULL DEPTH RECLAMATION - CEMENT This work includes the construction of Full Depth Reclamation-Cement (FDR-C) base in the Nottoli Park parking lot located at East Taron Drive (Alternate A) and Pavillion parking lot within Elk Grove Regional Park (Alternate B). FDR-C consists of: 1. Pulverizing existing asphalt concrete pavement and underlying materials. 2. Mixing cement and water with pulverized materials. 3. Grading, shaping and compacting the mixture. 4. Applying asphaltic emulsion. 5. Micro-cracking FDR-C surface. Definitions: OMC: Optimum moisture content determined under California Test 216 Lot: 1,000 square yard of FDR-C

45 Submittals: A minimum of five (5) days prior to start of FDR-C work, submit: 1. FDR-C Construction Schedule 2. Quality Control (QC) plan, describe the organization, responsible parties and procedures to be used for sampling, testing and reporting. 3. Determine the action limits when corrective actions are needed, implementing corrective actions, ensuring FDR-C pulverizing, mixing, compacting, grading and finishing activities are coordinated. The QC plan must include copies of the forms that will be used to provide the required inspection records and sampling and testing results. The form for recording and reporting the QC measurements must show the cement and water proportions. The QC plan must include a contingency plan that describes the corrective actions to be taken in the event of equipment break down. The corrective actions must include repairing and reopening the parking lot for use using minor AC under Section 39 Asphalt Concrete of the State Standard Specifications. Test Strip Determinations made from the test strip are not required (N/A) for this Project (PO ). Quality Control Reporting For Nottoli Park Parking Lot, and/or the Elk Grove Regional Park Pavilion Parking Lot, submit a report that includes the following items based on the frequencies specified in the Quality Control, Sampling, and Testing Section: General Information 1. Date 2. Weather 3. Ambient air temperature before starting daily FDR-C activities including time of temperature reading. 4. Road surface temperature before starting daily FDR-C activities including time of temperature reading. 5. Calculated cement application rate in psf and percent of dry weight of FDR-C. 6. Depth of cut 7. Average forward speed. 8. FDR-C quality control test results for: Gradation Moisture content Unconfined compressive strength In-place wet density Relative compaction 9. For asphalt emulsion used on finished FDR-C surface: Emulsion type Emulsion application rate in gal/square yard Emulsion dilution as the weight ratio of added water to asphaltic emulsion 10. Note on the daily report the station limits of any Unsuitable Materials locations and when the Project Manager was notified. Update each day s submitted report within 24 hours of obtaining test results. Consolidate lot reports into one report

46 Asphaltic Emulsion With each dilution of asphaltic emulsion used for finishing under the Finishing Section below, submit: 1. Weight ratio of water to bituminous material in the original asphaltic emulsion 2. Weight of asphaltic emulsion before diluting 3. Weight of added water 4. Final dilution weight ratio of water to asphaltic emulsion Quality Control and Assurance Contractor shall coordinate with the Project Manager to meet on site for a pre-operation conference to discuss the Project specifications and methods of performing each item of the work, including the processes for: 1. Production 2. Compacting 3. Grading 4. Finishing 5. Implementing the approved QC plan 6. Implementing the contingency plan 7. QC sampling and testing 8. Acceptance criteria Do not start FDR-C activities, until the pre-operation conference has been conducted and plan has been approved by Project Manager. Relative compaction must be determined under California Test 231 and the following: 1. Test in 0.50-foot depth intervals from the bottom of the FDR-C layer regardless of the layer thickness. 2. Correction for oversize material does not apply 3. A sample must contain no more than 15 percent retained on the 1-1/2 inch sieve and no more than 25 percent retained on the ½ inch sieve. 4. Use the laboratory wet test maximum density closest in proximity to the lot to determine relative compaction. If the relative compaction for a lot is less than 97 percent, perform California Test 216 and California Test 226 for each non-compliant lot and recalculate the relative compaction. Divide the area to receive FDR-C into lots of FDR-C produced. A quantity of FDR-C placed at the end of a Work shift is greater than 500 square yard is considered one lot. If a quantity of FDR-C placed at the end of a Work shift is less than 500 square yard, Contractor may either count this quantity as one lot or include the test results for quality control in the previous lot. For any lot, stop FDR-C activities and immediately inform the Project Manager whenever: Any test result shown in the QC Requirement table or the FDR-C Acceptance Criteria Testing table does not comply with the specifications. Visual inspection shows evidence of: 1. Poor dispersion or dry spots. 2. Segregation, raveling, and loose material. 3. Variance of more than 0.05 foot measured from the lower edge of a 10-foot straightedge. 4. Non-uniform surface texture throughout the work limits. 5. Repaired areas

47 If FDR-C activities are stopped, before resuming activities: Notify the Project Manager of the adjustments Contractor will make. Remedy or replace the non-compliant lot until it complies with specifications. Obtain authorization. Perform FDR-C / Mix Design A FDR-C Contractor mix design is not required. Provide QC sampling and testing in accordance with these Technical Specifications. Contract PO The FDR-C mix shall be as follows: The minimum required FDR-C unconfined compressive strength is 400 spi using the <3/8 material. Compacted FDR-C thickness shall be no less than 12. Use FDR-C cement spread rate of 3.5 psf +/- 0.2 psf, calculated at 3 percent dry unit weight using an estimated dry unit weight of 118 pcf for the pulverized material. Use a FDR-C moisture content of 11 percent +/- 1 percent during final compaction. Supplementary aggregate is not required. Relative compaction of FDR-C is to be a minimum of 97% of maximum wet density based on California Test 216. The FDR-C gradation requires that at least 75% of the non-rock FDR-C material (pulverized soil and Asphalt Concrete, Type A) passes a ½ sieve. Contractor shall check FDR-C gradation in the field during pulverization and mixing using sieves and a scale. An alternative to asphaltic emulsion is to keep the treated/compacted FDR-C wetted with water until Asphalt Concrete, Type A is placed. Perform micro-cracking in accordance with these Technical Specifications. The mix must produce FDR-C with an unconfined compressive strength from 400 psi to 600 psi. Quality Control, Sampling, and Testing Designate a ground supervisor whose sole purpose is to monitor the FDR-C activities, advise Project personnel, and interface with the QC testing personnel. The ground supervisor must not have any sampling or testing duties Take samples under California Test 125. Perform sampling and testing for each test strip and at the specified frequency for the quality characteristics shown in the following table:

48 Quality Characteristics Water sulfates (ppm, max) 1 Test Method California Test 417 Water chlorides (ppm, 2 California max) Test 422 Gradation (%, passing) Sieve Size 2 inch California 1-1/2 inch ½ inch 3 Test 202 Moisture content (%) Unconfined compressive strength (psi) Laboratory maximum wet density (lf/cu ft) Relative compaction (%, min) (wet density) 7 California Test 226 Minimum Sampling and Testing Frequency 1 per source Requireme nt 1,300 Source 1 per source 650 Source 1 per lot per day /- 1 % points ASTM D 1 per 2 lots California Test 216 California Test per day Use for relative compaction calculation Sampling Location Loose mix after pulverizing and mixing Loose mix after pulverizing and mixing 5 Loose mix after pulverizing and mixing Same location as a California Test 231 Test Maximum Reporting Time Allowance Before work starts Before work starts 24 hours 24 hours 24 hours after testing specimens 24 hours 1 per lot 97 Compacted Mix 24 hours 1 ONLY REQUIRED FOR NON-POTABLE WATER SOURCES 2 ONLY REQUIRED FOR NON-POTABLE WATER SOURCES 3 REMOVE SOLIDS LARGER THAN TWO INCHES. 4 IF TEST FAILS, MINIMUM TEST FREQUENCY IS 1 PER LOT 5 SAMPLE IMMEDIATELY AFTER MIXING IS COMPLETE 6 METHOD A, EXCEPT: 1. TEST SPECIMENS MUST BE COMPACTED UNDER ASTM D 1557, METHOD A OR B. 2. TEST SPECIMENS MUST BE CURED BY SEALING EACH SPECIMEN WITH TWO LAYERS OF PLASTIC AT LEAST 4 MIL THICK. THE PLASTIC MUST BE TIGHT AROUND THE SPECIMEN. SEAL ALL SEAMS WITH DUCT TAPE TO PREVENT MOISTURE LOSS. SEALED SPECIMENS MUST BE PLACED IN AN OVER FOR 7 DAYS AT 100 +/- 5 DEGREES FAHRENHEIT. AT THE END OF THE CURE PERIOD, SPECIMENS MUST BE REMOVED FROM THE OVEN AND AIR-COOLED. DUCT TAPE AND PLASTIC WRAP MUST BE REMOVED BEFORE CAPPING. SPECIMENS MUST NOT BE SOAKED BEFORE TESTING. 7 VERIFY THE MOISTURE CONTENT READING MADE UNDER CALIFORNIA TEST 231 WITH CALIFORNIA TEST

49 Measure and record the actual cut depth at both ends of the pulverizing drum at least once every 300 feet along the cut length. Take measurement in the Project Managers presence. Acceptance Criteria FDR-C acceptance is based on: 1. Visual inspection for the following: a. Segregation, raveling, and loose material b. Variance of more than 0.05 foot measured from the lower edge of a 12-foot straightedge c. Uniform surface texture throughout the Work limits d. Repaired areas 2. Compliance with the quality characteristics shown in the following table: FDR-C Acceptance Criteria Testing Quality Characteristic Test Method Requirement Cement application Calibrated tray or equal 3.5 +/- 0.2 rate (psf) Relative compaction California Test (%, min, wet density) Thickness (ft) A Core Measurements +/ of the thickness shown A. TAKE 4- OR 6- INCH DIAMETER CORES FROM RANDOM LOCATIONS THE PROJECT MANAGER SELECTS. THE PROJECT MANAGER MAY REQUIRE THREE LOCATIONS; CORING MORE THAN THREE LOCATIONS IS CHANGE ORDER WORK. AT TIME OF CORNING, SUBMIT CORES TO THE PROJECT MANAGER FOR MEASUREMENT. MATERIALS Cement must be Type II or Type V Portland cement specified in ASTM C 150/150M. Notify the Project Manager if a water source other than potable water is used and perform testing for chlorides and sulfates. The pulverized mixture of asphalt concrete and underlying material and cement must comply with the grading requirement for the sieve sizes shown in the following table: FDR-C Gradation Sieve Size Percentage Passing The moisture content at the time of mixing must comply with the mix design within one percentage points. Asphaltic Emulsion Asphaltic emulsion must be Grade SS1h or CSS1h. For dilution, the weight ratio of water added to asphaltic emulsion must not exceed 1 to

50 Core Backfill Material Material to fill cored holes for thickness measurements must be packaged rapid-hardening cementitious material under ASTM C 928, Type R2 or R3. CONSTRUCTION Do not start FDR-C activities if the ambient air temperature is below 40 degrees Fahrenheit or the road surface is below 40 degrees Fahrenheit. If the ambient air temperature falls below 40 degrees Fahrenheit during FDR-C activities, Contractor may only compact and finish FDR-C. Before starting daily FDR-C activities, sweep the FDR-C area constructed the previous day to remove loose material. Equipment Do not interrupt traffic while servicing FDR-C equipment. The FDR-C machine must have independent and interlocked system for water and must include the following: 1. Digital electronic controller system 2. Pumping system 3. Spray bar system Storage equipment for water must not leak and must be attached to the FDR-C machine with a tow bar and hose. Grading and compacting equipment must be self-propelled and reversible. The frequency and amplitude of vibrating rollers must be adjustable and exceed a force of 15 tons in vibratory mode. Grading equipment must be a motor grader with automatic grade controls for profile elevation and cross slope. Surface Preparation Before FDR-C activities start, prepare the existing roadway surface by: 1. Clearing foreign matter including vegetation 2. Removing standing water 3. Referencing the profile and cross slope 4. Marking the proposed longitudinal cut lines on the existing pavement as follows: a. Cut lines must coincide with points where the existing cross slope changes, approximately at the centerline and edge of traveled way. b. Cut lines must indicate the sequence of the cuts. If excess material is to be stored adjacent to the shoulder, clear and dispose of the weeds, grass, and debris from the area. Pulverizing Prior to pulverization, the contractor shall sweep and dispose of all material on the roadway. The existing asphalt concrete surfacing and underlying base materials shall be pulverized 12 inches deep. Any reinforcing fabric encountered or irrigation lines disturbed and damaged shall be removed by hand or other means from the pulverized areas and disposed of

51 Do not pulverize more material than can be mixed with cement and compacted in one day. Do not leave a wedge where the pulverizing drum cuts into the existing material. The first cut width must use the full width of the pulverizing drum. Subsequent cuts must overlap at least four inches. Do not leave a gap of un-pulverized material between cuts. If an overlap is more than four inches, immediately adjust. If an overlap is less than four inches, immediately back up and pulverize the deviation along the correct cut line. Mark the existing pavement where the center of the pulverizing drum stops. Start the following cut on this alignment at least two feet behind the mark. If encounters unstable subgrade or rocks greater that four inches in the roadway section, Contractor shall notify the Project Manager. The Project Manager determines the extent of the problem and the corrective measures to be taken. Spreading Materials Spread cement uniformly over the full roadway surface width. Do not spread cement more than 30 minutes before mixing. Do not apply dry cement in windy conditions that will result in dust outside the FDR-C area. The spread rate must be the mix design rate of 3.5 psf +/- 0.2 psf. Do not spread cement before pulverizing. Mixing The overlap requirements in the Pulverizing Section apply to mixing. With each cut, adjust the amount of water proportionally to the actual cut width. If an overlap is less than four inches, immediately back up and pulverize the deviation along the correct line without adding water or cement. Water must be injected through the pulverizing machine. The injection rate of mixing water must be sufficient to produce the FDR-C material mixing moisture content described in the mix design. Mark where the center of the pulverizing drum stops, start the following cut on this alignment at least two feet behind the mark. Before compacting, remove solids larger than two inches in any dimension by hand. Compacting and Grading Immediately after pulverizing and mixing, compact FDR-C to the minimum relative compaction. Do not allow more than two hours between final mixing of the pulverized material with cement and completion of compaction with vibratory steel drum rollers. During grading and final compaction with vibratory steel drum rollers, add water to maintain the mixing moisture content as described in the mix design. If the established grade will cause noncompliance with the thickness requirements, notify the Project Manager

52 Finishing The finished FDR-C surface must not vary more than 0.05 foot from the lower edge of a 10-foot straight edge lain in directions parallel and perpendicular to the centerline. Immediately after compaction, apply water and roll with pneumatic-tired rollers or steel drum roller with no vibration. The finished surface must be free of ruts, bumps, indentations, segregation, raveling, and any loose material. Keep the compacted surface damp by lightly watering until asphaltic emulsion is applied. During the period from 48 to 72 hours after compaction, micro crack the surface by applying three single passes with a 12-ton vibratory steel drum roller at maximum amplitude travelling from 2 to 3 miles per hour, regardless of whether asphaltic emulsion has been applied. Apply a coat of diluted asphaltic emulsion to the finished surface when it is damp but free of standing water. The application rate of asphaltic emulsion must be from 0.13 to 0.25 gallon per square yard. Do not water after applying asphaltic emulsion. Do not open to traffic without authorization. An alternative to asphaltic emulsion is to keep the treated compacted FDR-C wetted with water until Asphalt Concrete (AC) is placed. Before placing AC, Type A, maintain the FDR-C surface free of ruts, bumps, indentations, raveling, and segregation. Repair damaged FDR-C material with minor AC, Type A. Contractor shall provide cores to ensure the required FDR-C thickness is met before placing AC. Cores may be required at any time prior to acceptance. If a core indicates FDR-C thickness is less than the specified thickness by more than 0.05 foot, core in the vicinity of the noncompliant core to determine the extent of the deficient thickness. Remove the FDR-C material deficient in thickness by cold planning to a depth of 0.2 foot below the finished FDR-C grade. Replace the planed FDR-C with the AC specified for the Project and compact under the method compaction specifications in section Hot Mix Asphalt Mix Design Requirements, of the 2010 State Standard Specifications. Immediately before placing AC, apply asphaltic emulsion at a rate from 0.03 to 0.05 percent residual binder content. Do not place AC until authorized. ALTERNATE ( G ) ASPHALT REPAIRS, REMOVE AND REPLACE ASPHALT CONCRETE The cost per square foot to Remove and Replace Asphalt Concrete. The Work includes the saw cutting, excavation, removal and replacement of existing asphalt concrete in parking lot sections. The Contractor shall confirm exact areas of Remove and Replace Asphalt Concrete with the Project Manager prior to any related Work. The need for this item is contingent upon the actual conditions encountered at the time of the Work which may be extended or deleted as determined and approved by the Project Manager

53 The Contractor shall remove the existing asphalt concrete pavement section, thickness varies 2-1/4 to 4, or as directed and backfill the resultant excavation by matching the existing asphalt concrete parking lot asphalt concrete structural section. Pavement shall be removed with saw cutting or by any other methods as approved by Project Manager to the full depth at the removal boundary. The pavement edge shall be kept reasonable straight and vertical, and shall be performed in such a manner that the remaining pavement is undisturbed and undamaged. Edges shall be constructed parallel and/or right angles to the direction of traffic flow. Pavement edges shall be clean cut with straight and vertical edges. The Contractor shall remove and dispose of the existing asphalt concrete pavement. The remaining sub base aggregate material shall be graded to a plane, brought to optimum moisture content, and the upper six inches (6 0 compacted to not less than ninety-five percent (95%) relative compaction. Areas of the grading plane that are low as a result of over excavation shall be filled with Aggregate Base, Class 2 at the Contractor s expense. Where unsuitable material is found after excavation, the Contractor shall notify the Project Manager regarding directions to proceed with remove and replace asphalt concrete. The Contractor shall backfill the resultant excavation by matching the existing thickness of the adjacent trail section with Asphalt Concrete, Type A on existing aggregate base material compacted to 95% relative compaction. A tack coat of asphalt emulsion binder shall be applied to the perimeter and base of the edge repair areas prior to the placement of asphalt concrete. Tack coat shall be applied in accordance with Asphaltic Emulsion Binder (Tack Coat) as found in section Asphalt Concrete, Type A found elsewhere in Exhibit B, Specifications. Areas of remove and replace asphalt concrete shall be brought up to the adjacent existing grade of the existing parking lot. Asphalt concrete shall be placed to the existing parking lot surface plane without indentations, swales or ponds. Excavation and disposal of existing materials shall comply with section Roadway Excavation and Grading found elsewhere in Exhibit B, Specifications. Asphalt Concrete, Type A, materials and placement for remove and replace asphalt concrete shall comply with section Asphalt Concrete, Type A found elsewhere in Exhibit B, Specifications

54 EXHIBIT C LOCATIONS AND MAPS Contract PO Project Bid Site Locations: 1. Big Horn Corp Yard 7012 Big Horn Blvd., Elk Grove, CA Bartholomew Sports Park Franklin High Rd., Elk Grove, CA Laguna Community Park 9014 Bruceville Rd., Elk Grove, CA Jack Hill Park 9380 Porto Rosa Dr., Elk Grove, CA Backer Park Stathos Dr., Elk Grove, CA Kunsting Family Park Wild Orchid Wy., Elk Grove, CA Morse Park 5540 Bellaterra Dr., Elk Grove, CA Stephenson Family Park 5511 Dorsey Dr., Elk Grove, CA Derr-Okamoto Park Mainline Dr., Elk Grove, CA Alternates Bid Site Locations: Nottoli Park East Taron Dr., Elk Grove, CA Elk Grove Regional Park 9950 Elk Grove Florin Rd., Elk Grove, CA BID ITEM #1 Big Horn Maintenance Yard 7012 Big Horn Blvd. Elk Grove, CA /- 24,538 sq ft

55 BID ITEM #2 BARTHOLOMEW SPORTS PARK Franklin High Rd Elk Grove, CA (2) Parking Lots +/ sq ft (combined) BID ITEM #3 LAGUNA COMMUNITY PARK 9014 Bruceville Rd Elk Grove, CA /- 153,566 sq ft (to be completed in 2 phases)

56 BID ITEM #4 JACK HILL PARK 9380 Porto Rosa Dr. Elk Grove, CA / sq ft BID ITEM #5 Backer Sr. PARK Stathos Dr. Elk Grove, CA / sq ft

57 BID ITEM #6 KUNSTING PARK Wild Orchid Way. Elk Grove, CA / sq ft BID ITEM #7 MORSE PARK 5540 Belletara Dr. Elk Grove, CA (2) Parking lots +/- 65,578 sq ft (combined)

58 BID ITEM #8 STEPHENSON FAMILY PARK 5511 Dorcey Dr. Elk Grove, CA /- 12,750 sq ft BID ITEM #9 DERR-OKAMOTO PARK 9550 Mainline Dr. Elk Grove, CA /- 69,800 sq ft

59 ALTERNATE BID ITEMS (A1 AND A3) NOTOLLI PARK East Taron Dr. Elk Grove, CA /- 54,012 sq ft

60 ALTERNATE BID ITEMS (B1 and B3) ELK GROVE REGIONAL PARK PAVILLION LOT 9950 ELK Grove Florin Rd. Elk Grove, CA /- 134,134 sq ft ALTERNATE BID ITEMS (F) Planter For Removal

61 ALTERNATE BID ITEM (C) ELK GROVE REGIONAL PARK POINT LOT 9950 ELK Grove Florin Rd. Elk Grove, CA /- 111,295 sq ft ALTERNATE BID ITEM (D) ELK GROVE REGIONAL PARK FOX POOL LOT 9950 ELK Grove Florin Rd. Elk Grove, CA /- 6,710 sq ft

62 ALTERNATE BID ITEM (D) FOX POOL PARKING LOT ELK GROVE REGIONAL PARK PARKING LOT LOCATIONS 9950 Elk Grove Florin rd. ALTERNATE BID ITEM (B1,B2,B3) PAVILLION PARKING LOT ALTERNATE BID ITEM (C) POINT PARKING LOT Park Way. +/- 2,400 LF ft Park Rd. +/- 3,100 LF ft ALTERNATE BID ITEM (E) ELK GROVE REGIONAL PARK ROAD STRIPING TO INCLUDE STOP SIGNS, CROSSWALKS, AND SPEED BUMPS ELK Grove Florin Rd. Elk Grove, CA /- 5,500 LF