Active SLED Opportunity · CALIFORNIA · CITY OF TURLOCK, CA

    Public Safety Facility Boiler Replacements

    Issued by City of Turlock, CA
    cityInvitation For BidCity of Turlock, CASol. 253382
    Open · 13d remaining
    DAYS TO CLOSE
    13
    due May 26, 2026
    PUBLISHED
    May 5, 2026
    Posting date
    JURISDICTION
    City of
    city
    NAICS CODE
    238220
    AI-classified industry

    AI Summary

    City of Turlock seeks sealed bids for replacement of boilers, valves, and primary heating pumps at the Public Safety Facility. Work includes demolition, installation, testing, and startup, with an additive alternate for secondary pump replacement. Mandatory pre-bid meeting on May 15, 2026; proposals due May 26, 2026.

    Opportunity details

    Solicitation No.
    253382
    Type / RFx
    Invitation For Bid
    Status
    open
    Level
    city
    Published Date
    May 5, 2026
    Due Date
    May 26, 2026
    NAICS Code
    238220AI guide
    Agency
    City of Turlock, CA

    Description

    Sealed proposals will be received by the City Engineer of the City of Turlock, Engineering Division for Public Safety Facility Boiler Replacements. The work consists in general of replacement of existing boilers, FPE valves, and primary heating pumps, including demolition, installation of new equipment, system reconnections, testing, and startup; with an additive bid alternate for replacement of secondary heating pumps..

    Project Details

    • Reference ID: CP 25-067
    • Department: Municipal Services-Engineering
    • Department Head: Chris Fisher (Director)

    Important Dates

    • Questions Due: 2026-05-19T00:00:00.000Z
    • Pre-Proposal Meeting: 2026-05-15T18:00:00.000Z — Public Safety Facility - 244 N Broadway, Turlock, CA 95380

    Evaluation Criteria

    • NOTICE TO CONTRACTORS

      CITY OF TURLOCK, CALIFORNIA

      NOTICE TO CONTRACTORS

      Sealed proposals will be received by the City Engineer of the City of Turlock until 2:00 pm on Tuesday, May 26, 2026, for:

      City Project No. CP 25-067

      Public Safety Facility Boiler Replacements

      Copies of the Contract Documents may be downloaded from the City's eProcurement portal located at: https://procurement.opengov.com/portal/cityofturlock. For additional information, go to http://www.cityofturlock.org/capitalprojects. Proposals may only be submitted electronically through the City's eProcurement portal, OpenGov.

      In accordance with the provisions of California Business and professions Code, Section 7028, Contractor shall posses one of the following Contractor license(s) at the time of bid and for the duration of the contract: B - General Building Contractor, C-20 - Warm-Air Heating, Ventilating and Air-Conditioning Contractor

      The DBE contract goal is: TBD

      Failure to possess a specified license shall render the Bid as non-responsive, shall act as a bar to award of the contract to any Bidder not possessing said license(s) at the time of Bid opening and shall result in the forfeiture of the security of said Bidder.  Furthermore, any Bidder or Contractor not so licensed shall be subject to all legal penalties imposed by law, including, but not limited to, any appropriate disciplinary action by the Contractor’s License Board.

      Each proposal must be accompanied by cashier's check, check certified by a responsible bank, or by a bid bond, the proposed form of which is on file in the office of the City Engineer of said City and to which special reference is hereby made in a sum not less than ten percent (10%) of the total amount bid, payable to the City of Turlock as liquidated damages in the case the bidder is awarded the contract and fails within ten (10) days after the date of mailing to him by the City Engineer of a notice of award of the contract and that the contract is ready for signature to execute the above-mentioned written contract and file with the City Engineer satisfactory insurance certificates as required by the terms of said contract and satisfactory bonds as required by law for the faithful performance of said contract and for the protection of material, men and laborers. Special reference is hereby made to Sections 5100, et. seq., of the Public Contracts Code of the State of California and to the proposed forms for said bonds now on file in the office of the said City Engineer for further particulars regarding bonds.

      Pursuant to Section 1773 of the Labor Code, the general prevailing wage rates in the county Stanislaus in which the work is to be done have been determined by the Director of the California Department of Industrial Relations.  These wages are set forth in the General Prevailing Wage Rates for this project, available at 156 S. Broadway St, Turlock, CA 95380 and available from the California Department of Industrial Relations’ Internet web site at http://www.dir.ca.gov/DLSR/PWD. Future effective general prevailing wage rates, which have been predetermined and are on file with the California Department of Industrial Relations are referenced but not printed in the general prevailing wage rates.

      Attention is directed to the Federal minimum wage rate requirements in the Bid book.  The federal wage rates can be found at the following website: https://sam.gov/wage-determinations. If there is a difference between the minimum wage rates predetermined by the Secretary of Labor and the general prevailing wage rates determined by the Director of the California Department of Industrial Relations for similar classifications of labor, the Contractor and subcontractors shall pay not less than the higher wage rate.  The Department will not accept lower State wage rates not specifically included in the Federal minimum wage determinations.  This includes "helper" (or other classifications based on hours of experience) or any other classification not appearing in the Federal wage determinations.  Where Federal wage determinations do not contain the State wage rate determination otherwise available for use by the Contractor and subcontractors, the Contractor and subcontractors shall pay not less than the Federal minimum wage rate, which most closely approximates the duties of the employees in question.  Addenda to modify the Federal minimum wage rates, if necessary, will be issued to holders of Bid book. 

      Bidders' attention is directed to the insurance requirements in the contract. It is highly recommended that bidders confer with their respective insurance carriers or brokers to determine in advance of bid submission the availability of insurance certificates and endorsements prescribed and provided herein. If an apparent low bidder fails to comply strictly with the insurance requirements, that bidder may be disqualified from award of the contract.

      Quantities set forth in the proposal form and in the specifications are approximate only, being given as a basis for comparison of bids, and the City of Turlock does not expressly or implied agree that the actual amount of work or materials will correspond therewith, but reserves the right to increase or decrease the amount of any class or portion of the work or materials as may be deemed necessary by the City Engineer.

      Proposals may not be withdrawn for a period of sixty (60) days after the time fixed for opening of proposals.  The City Council of the City of Turlock reserves the right to reject any and all proposals or any part thereof and to waive any errors or informalities in any proposals and to set and act as sole judge of the merit and qualifications of the equipment, supplies or services offered.

      At the request and expense of Contractor, pursuant to Division 2, Part 5, Section 22300, et. seq., of the Public Contracts Code, securities equivalent to any funds withheld as retention from progress payments made under this contract may be deposited with the City of Turlock or with a State or Federally chartered bank as escrow agent, who shall pay such moneys to Contractor upon completion of the contract.

      The City of Turlock requires that Contractors take affirmative steps to comply with Executive Orders 11625, 12432 and 12138, and 34 CFR 85.36(e). Every feasible opportunity for minority and women's business enterprises to participate in procedures for gaining contracts and subcontracts shall be provided by each responsible Bidder submitting a proposal.

      The U.S. Department of Transportation (DOT) provides a toll-free “hotline” service to report bid rigging activities.  Bid rigging activities can be reported Mondays through Fridays, between 8:00 a.m. and 5:00 p.m., Eastern Time, Telephone No. 1-800-424-9071.  Anyone with knowledge of possible bid rigging, bidder collusion, or other fraudulent activities should use the “hotline” to report these activities.  The “hotline” is part of the DOT’s continuing effort to identify and investigate highway construction contract fraud and is operated under the direction of the DOT Inspector General.  All information will be treated confidentially and caller anonymity will be respected.

      Contractors and subcontractors shall be registered with the Department of Industrial Relations pursuant to Labor Code Section 1725.5 in order to be qualified to bid on or be listed in a bid proposal. A contractor or subcontractor with an expired registration may be eligible to be qualified to bid on or be listed in a bid proposal if the registration is retroactively renewed pursuant to Labor Code Section 1725.5(c).

      This project is subject to compliance monitoring and enforcement by the Department of Industrial Relations.  The contractors and subcontractors must furnish electronic certified payroll records to the Labor Commissioner.

      The contractor shall post job site notices prescribed by regulation. (See 8 Calif. Code Reg. §16451(d) for the notice that previously was required for projects monitored by the CMU.)

    • DESCRIPTION OF WORK

      Sealed proposals will be received by the City Engineer of the City of Turlock, Engineering Division for Public Safety Facility Boiler Replacements. The work consists in general of replacement of existing boilers, FPE valves, and primary heating pumps, including demolition, installation of new equipment, system reconnections, testing, and startup; with an additive bid alternate for replacement of secondary heating pumps..

      The work includes all necessary labor, materials, tools, equipment and any incidentals needed to perform the improvements as shown on the contract plans.  The basis of award of bid is the lowest base bid without consideration of bid alternates.  City may accept or reject alternates as it sees fit based on its available budget. Contractor shall enter pricing for the additive bid alternates that appear on the bidder's form and which are described below:

      ADDITIVE BID ALTERNATE(S)

      1. Furnishing and installation of secondary heating pumps, including demolition of existing pumps, reconnections, and system testing.
    • TIMELY PERFORMANCE OF GRINDING AND PAVING

      City seeks to limit public impact due to construction, including the loss of access to paved roadway surfaces. Contractor shall perform all required earthwork, grading, and initial paving (first lift) no later than eight (8) working days after the date when existing asphalt concrete surfaces have been demolished by way of cold plane grinding from any given area. Completing the work within the number of working days shall be considered timely performance of grinding and paving work.

      Contractor shall coordinate requests for City’s consultants to provide required construction staking and materials testing services prior to paving and may assume that requested services will be rendered within forty-eight (48) hours of the request. No additional time for timely performance of grinding and paving work shall be granted for City’s consultants to perform construction surveying and materials testing services prior to paving unless services are not rendered within forty-eight (48) hours of the request. Failure to perform the work in a timely manner as specified herein shall subject the Contractor to damages identified in Section 5(d) of the Agreement.

    • DISADVANTAGED BUSINESS ENTERPRISES (DBE)

      The contractor, subrecipient or subcontractor shall take necessary and reasonable steps to ensure that DBEs have opportunity to participate in the contract (49 CFR 26). To ensure equal participation of DBEs provided in 49 CFR 26.5, the Agency shows a contract goal for DBEs. The prime contractor shall make work available to DBEs and select work parts consistent with available DBE subcontractors and suppliers.

      The prime contractor shall meet the DBE goal shown elsewhere in these special provisions or demonstrate that they made adequate Good Faith Efforts (GFE) to meet this goal. An adequate GFE means that the bidder must show that it took all necessary and reasonable steps to achieve a DBE goal that, by their scope, intensity, and appropriateness to the objective, could reasonably be expected to meet the DBE goal.

      If the DBE goal is not met, the contractor needs to complete and submit the DBE GFE documentation as described in Local Assistance Procedures Manual (LAPM) Chapter 9, Section 9.8 within 5 (five) days of bid opening.

      It is the prime contractor’s responsibility to verify that the DBE firm is certified as a DBE on the date of bid opening by using the California Unified Certification Program (CUCP) database and possesses the most specific available North American Industry Classification System (NAICS) codes and Work Code applicable to the type of work the firm will perform on the contract. Additionally, the prime contractor is responsible to document this verification by printing out the CUCP data for each DBE firm. A list of DBEs certified by the CUCP can be found at: https://dot.ca.gov/programs/civil-rights/dbe-search.

      DBE participation will only count toward the California Department of Transportation’s federally mandated statewide overall DBE goal if the DBE performs a commercially useful function under 49 CFR 26.55.

      Credit for materials or supplies the prime contractor purchases from DBEs counts towards the goal in the following manner:

      • 100 percent counts if the materials or supplies are obtained from a DBE manufacturer.
      • 60 percent counts if the materials or supplies are obtained from a DBE regular dealer.
      • Only fees, commissions, and charges for assistance in the procurement and delivery of materials or supplies count if obtained from a DBE that is neither a manufacturer nor regular dealer. 49 CFR 26.55 defines "manufacturer" and "regular dealer."

      The prime contractor receives credit towards the goal if they employ a DBE trucking company that performs a commercially useful function as defined in 49 CFR 26.55(d) as follows:

      • The DBE must be responsible for the management and supervision of the entire trucking operation for which it is responsible on a particular contract, and there cannot be a contrived arrangement for the purpose of meeting DBE goals.
      • The DBE must itself own and operate at least one fully licensed, insured, and operational truck used on the contract.
      • The DBE receives credit for the total value of the transportation services it provides on the Contract using trucks it owns, insures, and operates using drivers it employs.
      • The DBE may lease trucks from another DBE firm, including an owner-operator who is certified as a DBE. The DBE who leases trucks from another DBE receives credit for the total value of the transportation services the lessee DBE provides on the Contract.
      • The DBE may also lease trucks from a non-DBE firm, including from an owner-operator. The DBE that leases trucks equipped with drivers from a non-DBE is entitled to credit for the total value of transportation services provided by non-DBE leased trucks equipped with drivers not to exceed the value of transportation services on the contract provided by DBE-owned trucks or leased trucks with DBE employee drivers. Additional participation by non-DBE owned trucks equipped with drivers receives credit only for the fee or commission it receives as a result of the lease arrangement.
      • The DBE may lease trucks without drivers from a non-DBE truck leasing company. If the DBE leases trucks from a non-DBE truck leasing company and uses its own employees as drivers, it is entitled to credit for the total value of these hauling services.
      • A lease must indicate that the DBE has exclusive use of and control over the truck. This does not preclude the leased truck from working for others during the term of the lease with the consent of the DBE, so long as the lease gives the DBE absolute priority for use of the leased truck. Leased trucks must display the name and identification number of the DBE.

      Nondiscrimination Statement

      The contractor, subrecipient or subcontractor will never exclude any person from participation in, deny any person the benefits of, or otherwise discriminate against anyone in connection with the award and performance of any contract covered by 49 CFR 26 on the basis of race, color, sex, or national origin. In administering the Local Agency components of the DBE Program Plan, the contractor, subrecipient or subcontractor will not, directly, or through contractual or other arrangements, use criteria or methods of administration that have the effect of defeating or substantially impairing accomplishment of the objectives of the DBE Program Plan with respect to individuals of a particular race, color, sex, or national origin.

      Contract Assurance

      Under 49 CFR 26.13(b): The contractor, subrecipient or subcontractor shall not discriminate on the basis of race, color, national origin, or sex in the performance of this contract. The contractor shall carry out applicable requirements of 49 CFR 26 in the award and administration of federal-aid contracts. Failure by the contractor to carry out these requirements is a material breach of this contract, which may result in the termination of this contract or such other remedy as the recipient deems appropriate, which may include, but is not limited to:

      1. Withholding monthly progress payments;
      2. Assessing sanctions;
      3. Liquidated damages; and/or
      4. Disqualifying the contractor from future bidding as non-responsible.

      Prompt Progress Payment

      In accordance with California Business and Professions Code section 7108.5, the prime contractor or subcontractor shall pay to any subcontractor, not later than seven days after receipt of each progress payment, unless otherwise agreed to in writing, the respective amounts allowed the contractor on account of the work performed by the subcontractors, to the extent of each subcontractor’s interest therein. In the event that there is a good faith dispute over all or any portion of the amount due on a progress payment from the prime contractor or subcontractor to a subcontractor, the prime contractor or subcontractor may withhold no more than 150 percent of the disputed amount. Any violation of this requirement shall constitute a cause for disciplinary action and shall subject the licensee to a penalty, payable to the subcontractor, of 2 percent of the amount due per month for every month that payment is not made.

      In any action for the collection of funds wrongfully withheld, the prevailing party shall be entitled to his or her attorney’s fees and costs. The sanctions authorized under this requirement shall be separate from, and in addition to, all other remedies, either civil, administrative, or criminal. This clause applies to both DBE and non-DBE subcontractors.

      Prompt Payment of Withheld Funds to Subcontractors

      The Agency may hold retainage from the prime contractor and shall make prompt and regular incremental acceptances of portions, as determined by the Agency, of the contract work, and pay retainage to the prime contractor based on these acceptances. The Agency shall designate one of the methods below in the contract to ensure prompt and full payment of any retainage kept by the prime contractor or subcontractor to a subcontractor. The Agency shall include either Method 1, Method 2, or Method 3 below and delete the other two.

      Method 1: No retainage will be held by the Agency from progress payments due to the prime contractor. Prime contractors and subcontractors are prohibited from holding retainage from subcontractors. Any delay or postponement of payment may take place only for good cause and with the Agency’s prior written approval. Any violation of these provisions shall subject the violating contractor or subcontractor to the penalties, sanctions, and other remedies specified in Section 7108.5 of the California Business and Professions Code and Section 10262 of the California Public Contract Code. This requirement shall not be construed to limit or impair any contractual, administrative or judicial remedies, otherwise available to the contractor or subcontractor in the event of a dispute involving late payment or nonpayment by the contractor, deficient subcontractor performance and/or noncompliance by a subcontractor. This clause applies to both DBE and non-DBE subcontractors.

      Method 2: No retainage will be held by the Agency from progress payments due to the prime contractor. Any retainage kept by the prime contractor or by a subcontractor must be paid in full to the earning subcontractor within seven (7) days after the subcontractor’s work is satisfactorily completed. Any delay or postponement of payment may take place only for good cause and with the Agency’s prior written approval. Any violation of these provisions shall subject the violating contractor or subcontractor to the penalties, sanctions, and remedies specified in Section 7108.5 of the California Business and Professions Code and Section 10262 of the California Public Contract Code. This requirement shall not be construed to limit or impair any contractual, administrative or judicial remedies, otherwise available to the contractor or subcontractor in the event of a dispute involving late payment or nonpayment by the contractor, deficient subcontractor performance and/or noncompliance by a subcontractor. This clause applies to both DBE and non-DBE subcontractors.

      Method 3: The Agency shall hold retainage from the prime contractor and shall make prompt and regular incremental acceptances of portions, as determined by the Agency of the contract work and pay retainage to the prime contractor based on these acceptances. The prime contractor or subcontractor shall return all monies withheld in retention from all subcontractors within seven (7) days after receiving payment for work satisfactorily completed and accepted including incremental acceptances of portions of the contract work by the Agency. Any delay or postponement of payment may take place only for good cause and with the Agency’s prior written approval. Any violation of these provisions shall subject the violating prime contractor or subcontractor to the penalties, sanctions, and other remedies specified in Section 7108.5 of the California Business and Professions Code and Section 10262 of the California Public Contract Code. This requirement shall not be construed to limit or impair any contractual, administrative or judicial remedies otherwise available to the contractor or subcontractor in the event of a dispute involving late payment or nonpayment by the contractor; deficient subcontractor performance and/or noncompliance by a subcontractor. This clause applies to both DBE and non-DBE subcontractors.

      Any violation of these provisions of Prompt Progress Payment and Prompt Payment of Withheld Funds to Subcontractors shall subject the violating prime contractor or subcontractor to the penalties, sanctions and other remedies specified therein. These requirements shall not be construed to limit or impair any contractual, administrative, or judicial remedies otherwise available to the prime contractor or subcontractor in the event of a dispute involving late payment or nonpayment by the prime contractor, deficient subcontract performance, or noncompliance by a subcontractor.

      Termination and Replacement of DBE Subcontractors

      The prime contractor shall utilize the specific DBEs listed to perform the work and supply the materials for which each is listed unless the contractor obtains the Agency’s written consent. The prime contractor shall not terminate or replace a listed DBE for convenience and perform the work with their own forces or obtain materials from other sources without prior written authorization from the Agency. Unless the Agency’s prior written consent is provided, the contractor shall not be entitled to any payment for work or material unless it is performed or supplied by the listed DBE on the Exhibit 15-G Construction Contract DBE Commitment form, included in the Bid.

      Termination of DBE Subcontractors

      After a contract with a specified DBE goal has been executed, termination of a DBE may be allowed for the following, but not limited to, justifiable reasons with prior written authorization from the Agency:

      1. Listed DBE fails or refuses to execute a written contract based on plans and specifications for the project.
      2. The Local Agency stipulated that a bond is a condition of executing the subcontract and the listed DBE fails to meet the Local Agency’s bond requirements.
      3. Work requires a contractor's license and listed DBE does not have a valid license under Contractors License Law, or is not properly registered with the California Department of Industrial Relations as a public works contractor.
      4. Listed DBE fails or refuses to perform the work or furnish the listed materials (failing or refusing to perform is not an allowable reason to remove a DBE if the failure or refusal is a result of bad faith or discrimination).
      5. Listed DBE's work is unsatisfactory and not in compliance with the contract.
      6. Listed DBE is ineligible to work on the project because of suspension or debarment.
      7. Listed DBE becomes bankrupt or insolvent or exhibits credit unworthiness.
      8. Listed DBE voluntarily withdraws with written notice from the Contract
      9. Listed DBE is ineligible to receive credit for the type of work required.
      10. Listed DBE owner dies or becomes disabled resulting in the inability to perform the work on the Contract.
      11. The Agency determines other documented good cause.

      To terminate a DBE or to terminate a portion of a DBE's work, the contractor must use the following procedures:

      1. Send a written notice to the DBE of Contractor’s intent to use other forces or material sources and include one or more justifiable reasons listed above. Simultaneously send a copy of this written notice to the Agency. The written notice to the DBE must request they provide any response within five (5) business days to both the Contractor and the Agency by either acknowledging their agreement or documenting their reasoning as to why the use of other forces or sources of materials should not occur.
      2. If the DBE does not respond within 5 business days, Contractor may move forward with the request as if the DBE had agreed to Contractor’s written notice.
      3. Submit Contractor’s DBE termination request by written letter to the Agency and include:
        • One or more above listed justifiable reasons along with supporting documentation.
        • Contractor’s written notice to the DBE regarding the request, including proof of transmission and tracking documentation of Contractor’s written notice
        • The DBE's response to Contractor’s written notice, if received. If a written response was not provided, provide a statement to that effect.
          The Agency shall respond in writing to Contractor’s DBE termination request within 5 business days. 

      Replacement of DBE Subcontractors

      After receiving the Agency’s written authorization of DBE termination request, the Contractor must obtain the Agency’s written agreement for DBE replacement. The Contractor must find or demonstrate GFEs to find qualified DBE replacement firms to perform the work to the extent needed to meet the DBE commitment.

      The following procedures shall be followed to request authorization to replace a DBE firm:

      1. Submit a request to replace a DBE with other forces or material sources in writing to the Agency which must include:
        1. Description of remaining uncommitted work items made available for replacement DBE solicitation and participation.
        2. The proposed DBE replacement firm's business information, the work they have agreed to perform, and the following:
          • Quote for bid item work and description of work to be performed
          • Proposed subcontract agreement and written confirmation of agreement to perform on the Contract
          • Revised Subcontracting Request form
          • Revised Exhibit 15-G: Construction Contract DBE Commitment
      2. If Contractor has not identified a DBE replacement firm, submit documentation of the Contractor’s GFEs to use DBE replacement firms within 7 days of Agency's authorization to terminate the DBE. The Contractor may request the Agency's approval to extend this submittal period to a total of 14 days. Submit documentation of actions taken to find a DBE replacement firm, such as:
        • Search results of certified DBEs available to perform the original DBE work identified and/or other work the Contractor had intended to self-perform, to the extent needed to meet the DBE commitment
        • Solicitations of DBEs for performance of work identified
        • Correspondence with interested DBEs that may have included contract details and requirements
        • Negotiation efforts with DBEs that reflect why an agreement was not reached
        • If a DBE's quote was rejected, provide Contractor’s reasoning for the rejection, such as why the DBE was unqualified for the work, or why the price quote was unreasonable or excessive
        • Copies of each DBE's and non-DBE's price quotes for work identified, as the Agency may contact the firms to verify solicitation efforts and determine if the DBE quotes are substantially higher
        • Additional documentation that supports the GFE

      The Agency shall respond in writing to the Contractor’s DBE replacement request within five (5) business days. The Contractor must submit a revised Subcontracting Request form if the replacement plan is authorized by the Agency.

      Commitment and Utilization

      The Agency’s DBE program must include a monitoring and enforcement mechanism to ensure that DBE commitments reconcile to DBE utilization.

      The bidder shall complete and sign Exhibit 15-G: Construction Contract DBE Commitment included in the contract documents regardless of whether DBE participation is reported. The bidder shall provide written confirmation from each DBE that the DBE is participating in the Contract. LAPM Exhibit 9-I: DBE Confirmation or equivalent form and DBE’s quote must be submitted. The written confirmation must be submitted no later than 4pm on the 5th day after bid opening. If a DBE is participating as a joint venture partner, the bidder shall submit a copy of the joint venture agreement.

      If the DBE Commitment form, Exhibit 15-G, is not submitted with the bid, it must be completed and submitted by all bidders to the Agency within five (5) days of bid opening. If the bidder does not submit the DBE Commitment form within the specified time, the Agency will find the bidder’s bid nonresponsive.

      The prime contractor shall use each DBE subcontractor as listed on Exhibit 15-G: Construction Contract DBE Commitment unless they receive written authorization for a termination or replacement from the Agency.

      The Agency shall request the prime contractor to:

      1. Notify the Resident Engineer or Inspector of any changes to its anticipated DBE participation
      2. Provide this notification before starting the affected work
      3. Maintain records including:
        • Name and business address of each 1st-tier subcontractor
        • Name and business address of each DBE subcontractor, DBE vendor, and DBE trucking company, regardless of tier
        • Date of payment and total amount paid to each DBE (see Exhibit 9-F: Monthly Disadvantaged Business Enterprise Payment)

      If the prime contractor is a DBE contractor, they shall include the date of work performed by their own forces and the corresponding value of the work.

      Before the 15th of each month, the prime contractor shall submit a Monthly DBE Trucking Verification (LAPM Exhibit 16-Z1) form.

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

      Upon work completion, the prime contractor shall complete Exhibit 17-F: Final Report – Utilization of Disadvantaged Business Enterprises (DBE), First-Tier Subcontractors and submit it within 90 days of contract acceptance. The Agency will withhold $10,000 until the form is submitted. The Agency releases the withhold upon submission of the completed form.

      Running Tally of Attainments

      For projects awarded on or after March 1, 2020, but before September 1, 2023:

      After submitting an invoice for reimbursement that includes a payment to a DBE, but no later than the 10th of the following month, the prime contractor/consultant must complete and email the Exhibit 9-F: Disadvantaged Business Enterprise Running Tally of Payments to business.support.unit@dot.ca.gov with a copy to local administering agencies.

      For projects that are awarded on or after September 1, 2023:

      Exhibit 9-F is no longer required. Instead, by the 15th of the month following the month of any payment(s), the prime contractor must now submit Exhibit 9-P to the Local Agency administering the contract. If the Contractor does not make any payments to subcontractors, supplier(s) and/or manufacturers they must report “no payments were made to subs this month” and write this visibly and legibly on Exhibit 9-P.

      Commercially Useful Function

      DBEs must perform a commercially useful function (CUF) under 49 CFR 26.55 when performing work or supplying materials listed on the DBE Commitment form. The DBE value of work will only count toward the DBE commitment if the DBE performs a CUF. A DBE performs a CUF when it is responsible for execution of the work on the contract and is carrying out its responsibilities by actually performing, managing, and supervising the work involved. If a DBE does not perform or exercise responsibility for at least 30% of the total cost of its contract with its own work force, or the DBE subcontracts a greater portion of the work of a contract than would be expected on the basis of normal industry practice for the type of work involved, it will be presumed that the DBE is not performing a CUF. Additionally, the DBE must also be responsible, with respect to materials and supplies used on the contract, for negotiating price, determining quality and quantity, ordering the material and installing (where applicable), and paying for the material itself.

      The Contractor must perform CUF evaluation for each DBE company working on a federal-aid contract, with or without a DBE goal. Perform a CUF evaluation at the beginning of the DBE’s work, and continue to monitor the performance of CUF for the duration of the project.

      The Contractor must provide written notification to the AGENCY at least 15 days in advance of each DBE's initial performance of work or supplying materials for the Contract. The notification must include the DBE's name, work the DBE will perform on the contract, and the location, date, and time of where their work will take place.

      Within 10 (ten) days of a DBE initially performing work or supplying materials on the contract, the Contractor shall submit to the LPA the initial evaluation and validation of DBE performance of a CUF using the LAPM 9-J: Disadvantaged Business Enterprise Commercially Useful Function Evaluation. Include the following information with the submittal:

      • Subcontract agreement with the DBE
      • Purchase orders
      • Bills of lading
      • Invoices
      • Proof of payment

      The Contractor must monitor all DBE’s performance of CUF by conducting quarterly evaluations and validations throughout their duration of work on the contract using the LAPM 9-J: DBE Commercially Useful Function Evaluation. The Contractor must submit to the AGENCY these quarterly evaluations and validations by the 5th of the month for the previous three (3) months of work.

      The Contractor must notify the AGENCY immediately if the Contractor believes the DBE may not be performing a CUF.

      The AGENCY will verify DBEs performance of CUF by reviewing the initial and quarterly submissions of LAPM 9-J: DBE Commercially Useful Function Evaluation, submitted supporting information, field observations, and through any additional AGENCY evaluations. The AGENCY must evaluate DBEs and their CUF performance throughout the duration of a Contract. The AGENCY will provide written notice to Contractor and DBE at least two (2) business days prior to any evaluation. The Contractor and DBE must participate in the evaluation. Upon completing the evaluation, the AGENCY must share the evaluation results with the Contractor and DBE. An evaluation could include items that must be remedied upon receipt. If the AGENCY determines the DBE is not performing a CUF the Contractor must suspend performance of the noncompliant work.

      The Contractor and DBEs must submit any additional CUF related records and documents within five (5) business days of AGENCY’s request such as:

      • Proof of ownership or lease and rental agreements for equipment
      • Tax records
      • Employee rosters
      • Certified payroll records
      • Inventory rosters

      Failure to submit required DBE Commercially Useful Function Evaluation forms or requested records and documents can result in withholding of payment for the value of work completed by the DBE.

      If the Contractor and/or the AGENCY determine that a listed DBE is not performing a CUF in performance of their DBE committed work, immediately suspend performance of the noncompliant portion of the work. The AGENCY may deny payment for the noncompliant portion of the work. The AGENCY will ask the Contractor to submit a corrective action plan (CAP) to the AGENCY within five (5) days of the noncompliant CUF determination. The CAP must identify how the Contractor will correct the noncompliance findings for the remaining portion of the DBE's work. The AGENCY has five (5) days to review the CAP in conjunction with the prime contractor’s review. The Contractor must implement the CAP within five (5) days of the AGENCY's approval. The AGENCY will then authorize the prior noncompliant portion of work for the DBE's committed work.

      If corrective actions cannot be accomplished to ensure the DBE performs a CUF on the Contract, then the Contractor may have good cause to request termination of the DBE.

      Use of Joint Checks

      A joint check may be used between the Contractor or lower-tier subcontractor and a DBE subcontractor purchasing materials from a material supplier if the contractor obtains prior approval from the LPA for the proposed use of joint check upon submittal of the LAPM 9-K: DLA Disadvantaged Business Enterprises (DBE) Joint Check Agreement Request form.

      To use a joint check, the following conditions must be met:

      • All parties, including the Contractor, must agree to the use of a joint check
      • Entity issuing the joint check acts solely to guarantee payment
      • DBE must release the check to the material supplier
      • LPA must authorize the request before implementation
      • Any party to the agreement must provide requested documentation within 10 days of the LPA's request for the documentation
      • Agreement to use a joint check must be short-term, not to exceed 1 year, allowing sufficient time needed to establish or increase a credit line with the material supplier

      A request for a joint check agreement may be initiated by any party. If a joint check is used, the DBE remains responsible for all elements of 49 CFR 26.55(c)(1).

      Failure to comply with the above requirements disqualifies DBE participation and results in no credit and no payment to the Contractor for DBE participation.

      A joint check may not be used between the Contractor or subcontractor and a DBE regular dealer, bulk material supplier, manufacturer, wholesaler, broker, trucker, packager, manufacturer’s representative, or other persons who arrange or expedite transactions.

    • MOBILIZATION & DEMOBILIZATION

      Mobilization is intended to compensate the Contractor for operations including, but not limited to, those necessary for the movement of personal, equipment, supplies and incidentals to / from the project site; for the payment of premium cost and insurance for the project; for any necessary costs of acquisition of equipment, including purchase and mobilization expense; and for any other work and operations which must be performed or costs that must be incurred incident to the initiation of meaningful work at the site and for which payment is not otherwise provided in the contract.

      1. When 5 percent of the original contract amount is earned, 50 percent of the amount bid for mobilization, or 5 percent of the original contract amount, whichever is less, may be paid.
      2. When 10 percent of the original contract amount is earned, 75 percent of the amount bid for mobilization or 7.5 percent of the original contract amount, whichever is less, may be paid.
      3. When 20 percent of the original contract amount is earned, 95 percent of the amount bid for mobilization, or 9.5 percent of the original contract amount, whichever is less, may be paid.
      4. When 50 percent of the original contract amount is earned, 100 percent of the amount bid for mobilization, or 10 percent of the original contract amount, whichever is less, may be paid.
      5. Upon completion of all work on the project, payment of any amount bid for mobilization in excess of 10 percent of the original contract amount will be paid.
    • NOTICE TO CONTRACTORS

      CITY OF TURLOCK, CALIFORNIA

      NOTICE TO CONTRACTORS

      Sealed proposals will be received by the City Engineer of the City of Turlock until 2:00 pm on Tuesday, May 26, 2026, for:

      City Project No. CP 25-067

      Public Safety Facility Boiler Replacements

      Copies of the Contract Documents may be downloaded from the City's eProcurement portal located at: https://procurement.opengov.com/portal/cityofturlock. For additional information, go to http://www.cityofturlock.org/capitalprojects. Proposals may only be submitted electronically through the City's eProcurement portal, OpenGov.

      In accordance with the provisions of California Business and professions Code, Section 7028, Contractor shall posses one of the following Contractor license(s) at the time of bid and for the duration of the contract: B - General Building Contractor, C-20 - Warm-Air Heating, Ventilating and Air-Conditioning Contractor

      Failure to possess a specified license shall render the Bid as non-responsive, shall act as a bar to award of the contract to any Bidder not possessing said license(s) at the time of Bid opening and shall result in the forfeiture of the security of said Bidder.  Furthermore, any Bidder or Contractor not so licensed shall be subject to all legal penalties imposed by law, including, but not limited to, any appropriate disciplinary action by the Contractor’s License Board.

      Each proposal must be accompanied by cashier's check, check certified by a responsible bank, or by a bid bond, the proposed form of which is on file in the office of the City Engineer of said City and to which special reference is hereby made in a sum not less than ten percent (10%) of the total amount bid, payable to the City of Turlock as liquidated damages in the case the bidder is awarded the contract and fails within ten (10) days after the date of mailing to him by the City Engineer of a notice of award of the contract and that the contract is ready for signature to execute the above-mentioned written contract and file with the City Engineer satisfactory insurance certificates as required by the terms of said contract and satisfactory bonds as required by law for the faithful performance of said contract and for the protection of material, men and laborers. Special reference is hereby made to Sections 5100, et. seq., of the Public Contracts Code of the State of California and to the proposed forms for said bonds now on file in the office of the said City Engineer for further particulars regarding bonds.

      Pursuant to Section 1773 of the Labor Code, the general prevailing wage rates in the county Stanislaus in which the work is to be done have been determined by the Director of the California Department of Industrial Relations.  These wages are set forth in the General Prevailing Wage Rates for this project, available at 156 S. Broadway St, Turlock, CA 95380 and available from the California Department of Industrial Relations’ Internet web site at http://www.dir.ca.gov/DLSR/PWD. Future effective general prevailing wage rates, which have been predetermined and are on file with the California Department of Industrial Relations are referenced but not printed in the general prevailing wage rates.

      Bidders' attention is directed to the insurance requirements in the contract. It is highly recommended that bidders confer with their respective insurance carriers or brokers to determine in advance of bid submission the availability of insurance certificates and endorsements prescribed and provided herein. If an apparent low bidder fails to comply strictly with the insurance requirements, that bidder may be disqualified from award of the contract.

      Quantities set forth in the proposal form and in the specifications are approximate only, being given as a basis for comparison of bids, and the City of Turlock does not expressly or implied agree that the actual amount of work or materials will correspond therewith, but reserves the right to increase or decrease the amount of any class or portion of the work or materials as may be deemed necessary by the City Engineer.

      Proposals may not be withdrawn for a period of sixty (60) days after the time fixed for opening of proposals.  The City Council of the City of Turlock reserves the right to reject any and all proposals or any part thereof and to waive any errors or informalities in any proposals and to set and act as sole judge of the merit and qualifications of the equipment, supplies or services offered.

      At the request and expense of Contractor, pursuant to Division 2, Part 5, Section 22300, et. seq., of the Public Contracts Code, securities equivalent to any funds withheld as retention from progress payments made under this contract may be deposited with the City of Turlock or with a State or Federally chartered bank as escrow agent, who shall pay such moneys to Contractor upon completion of the contract.

      The U.S. Department of Transportation (DOT) provides a toll-free “hotline” service to report bid rigging activities.  Bid rigging activities can be reported Mondays through Fridays, between 8:00 a.m. and 5:00 p.m., Eastern Time, Telephone No. 1-800-424-9071.  Anyone with knowledge of possible bid rigging, bidder collusion, or other fraudulent activities should use the “hotline” to report these activities.  The “hotline” is part of the DOT’s continuing effort to identify and investigate highway construction contract fraud and is operated under the direction of the DOT Inspector General.  All information will be treated confidentially and caller anonymity will be respected.

      Contractors and subcontractors shall be registered with the Department of Industrial Relations pursuant to Labor Code Section 1725.5 in order to be qualified to bid on or be listed in a bid proposal. A contractor or subcontractor with an expired registration may be eligible to be qualified to bid on or be listed in a bid proposal if the registration is retroactively renewed pursuant to Labor Code Section 1725.5(c).

      This project is subject to compliance monitoring and enforcement by the Department of Industrial Relations.  The contractors and subcontractors must furnish electronic certified payroll records to the Labor Commissioner.

      The contractor shall post job site notices prescribed by regulation. (See 8 Calif. Code Reg. §16451(d) for the notice that previously was required for projects monitored by the CMU.)

    • PEDESTRIAN MANAGEMENT PLAN

      INTENTIONALLY BLANK.

    • INTERNET BASED CONSTRUCTION MANAGEMENT SYSTEM

      The Engineer and Contractor shall utilize Virtual Project Manager (VPM; www.new.virtual-pm.com), for submission of all construction documents for the duration of the construction contract and shall utilize VPM for project correspondence to the maximum extent possible.  VPM is an online electronic project management system used to create, share, and review construction management documentation.  The joint use of this system is to facilitate electronic exchange of information, automation of key processes, electronic notification of project activity, and overall management of contract documentation between City and Contractor. VPM shall be the primary means of project document submission and management.

      VPM access is provided to the Contractor at no cost to the Contractor.  The Contractor shall use computer hardware and software that meets the requirements of the VPM system.  Upgrading of the Contractor's computer systems will not be justification for a cost or time modification to the Contract.  The Contractor shall ensure its own connectivity to VPM by providing their own internet service and provide staff knowledgeable in the use of computers.

      The Engineer will establish the Contractor’s access to VPM by enabling access and assigning user profiles to Contractor’s personnel.  Contractor may request that access be granted to subcontractors, suppliers, or consultants, though access to these groups will be limited to read-only permissions.  All communication to the Engineer shall be made directly through the Contractor.  All authorized personnel shall have an individual user profile; no joint-use or shared user profiles will be allowed. Each user profile shall be assigned to a user group and have specific permission settings and privileges based on the user’s need within VPM.  The Contractor shall be responsible for the validity of the information entered by the Contractor into VPM.  

      Contractor will submit attachments within VPM in formats acceptable to the Engineer, such as PDF files, Microsoft Office files, and picture files (JPG, TIFF, BMP, JPEG, etc.).  PDF documents shall be created through electronic conversion prior to uploading, rather than optically scanned, whenever possible.  

      Contractor shall upload relevant documents for review and approval under the corresponding module within VPM (submittal, RFI, etc.).  Each document submittal shall have a unique title and description that references the item and the section number from the specifications.  

      Engineer shall provide training to the Contractor in the basic use of the VPM system, as requested by the Contractor.  

      The Contractor shall create a RFI upon recognition of any event or question of fact arising from the contract work.  The Engineer will respond to a RFI submitted by the Contractor within seven (7) calendar days, not including legal holidays.  

      Inspector’s daily logs shall be used by the City to document the activities of the work, any correspondence or direction given in the field, safety concerns and general comments about the project.  The weekly statement of working days report (WSWD) will be generated by VPM and approved by the City.  The WSWD shows the working days and non-working days charged for the reporting week, any time adjustments, a work completion date with the remaining working days left in the contract and the controlling activities for the week.  The Contractor will be allowed 15 days to protest in writing the correctness of the statement.  

    • SPECIAL NOTES
      1. Official bid documents may be downloaded from the City's eProcurement portal located at: https://procurement.opengov.com/portal/cityofturlock. For additional information, go to http://www.cityofturlock.org/capitalprojects. All bids submitted for this project must conform to the requirements of the official bid documents.
      2. DBE Goal is TBD.
      3. Prime Contractor must self-perform a minimum of 30% of work with own forces.
      4. This project must follow Caltrans Office Bulletin 20-02 which requires Prime Contractor’s to submit an Exhibit 9-F with reimbursable invoices that include DBE payments no later than the 10th day of the following month. Contractor must email business.support.unit@dot.ca.gov and provide the Agency with a copy.
      5. Contractor shall coordinate electrical connection with Turlock Irrigation District.
    • MINOR CONCRETE

      (BLANK)

    • GENERAL

      The Contractor’s attention is directed to the provisions in the Contract for the requirements and conditions concerning award and execution of contract.

      The award of the contract, if it be awarded, will be to the lowest responsible bidder whose bid complies with all the requirements prescribed.

      The contract, in form and contents satisfactory to the City, shall be executed by the successful bidder and returned, together with the contract bonds and compensation and public liability policies or certificates, within ten (10) days, not including Sundays and legal holidays, after the first publication of the notice of award. No proposal shall be considered binding upon the City until the execution of the contract. Failure to execute the contract and file acceptable bonds, policies, or certificates as provided herein, within such ten (10) day period, shall be just cause for the annulment of the award, and forfeit of proposal guaranty to the City as liquidated damages.  The executed contract documents shall be delivered to the following address:

      Attention: Gloria Aguilar
      City of Turlock, Engineering Division
      156 S Broadway, Suite 150
      Turlock, CA 95380

    • GENERAL

      The Contractor’s attention is directed to the “Notice to Contractor” for the date, time and location of the Mandatory Pre-Bid meeting, if applicable.

      The bidder's attention is directed to the provisions in Proposal for this bid for the requirements and conditions which the bidder must observe in the preparation of and the submission of the bid.

      The bidder's bond shall conform to the bond form in the Bid book for the project and shall be properly filled out and executed. The bidder’s bond form included in that book must be used.

      In conformance with Public Contract Code Section 7106, a Non-Collusion Affidavit is included in the Bid book.  Signing the Bid book shall also constitute signature of the Non-Collusion Affidavit.

      The contractor, sub recipient, or subcontractor shall not discriminate on the basis of race, color, national origin, or sex in the performance of this contract.  The contractor shall carry out applicable requirements of Title 49 CFR (Code of Federal Regulations) part 26 in the award and administration of US DOT assisted contracts.  Failure by the contractor to carry out these requirements is a material breach of this contract, which may result in the termination of this contract or such other remedy, as the recipient deems appropriate.  Each subcontract signed by the bidder must include this assurance.

      Failure of the bidder to fulfill the requirements of the Special Provisions for submittals required to be furnished after bid opening, including but not limited to escrowed bid documents, where applicable, may subject the bidder to a determination of the bidder's responsibility in the event it is the apparent low bidder on future public works contracts.

    • NOTICE TO PROCEED

      The Notice to Proceed is defined as a letter issued by the City to the Contractor indicating that the Work may begin at the designated site and outlines the anticipated construction start and end dates.  The Notice to Proceed is issued after award of the Contract by the City Council and after the Contractor has provided all bonds, insurance documentation, and any other information required by the project specifications prior to beginning the Work. At no time shall construction begin prior to the issuance of the Notice to Proceed.  Any work performed prior to issuance of the Notice to Proceed shall be done at the Contractor’s own risk. 

      Attention is directed to Section, “Time For Performance,” of the Contract.

      Attention is directed to Section, “Delay Damages,” of the Contract

    • BOILER, VALVE, AND PRIMARY PUMP REPLACEMENT

      The Contractor shall demolish and remove two (2) existing Raypak boilers and associated system  components and furnish and install new boilers, FPE valves, and primary pumps at the Turlock Police Department facility.

      Demolition and installation shall be performed in phases to maintain heating service to the building during construction. The Contractor shall ensure that:

      •    One boiler remains operational while the other boiler is removed and replaced to maintain building heat.
      •    System flow is maintained during installation of the primary pumps.

      The Contractor shall protect the existing roof during construction. Existing roof netting shall remain undisturbed.

      The Contractor shall furnish and install the following equipment, or approved equal:
      •    Two (2) RBI DB1950 Heating Hot Water (HHW) Boilers with outdoor trim
      •    Two (2) Flynt dual-voltage primary pumps
      •    Two (2) Fluid Power Energy (FPE) three-way valves

      The Contractor shall perform the following work:
      •    Remove and dispose of the existing Raypak boilers.
      •    Furnish and install new boilers, primary pumps, and FPE valves per manufacturer’s installation instructions.
      •    Re-pipe the new boilers with new isolation valves, piping, fittings, and gaskets within six (6) feet of the boiler connection point.
      •    Provide all crane services and rigging necessary to remove existing equipment and install new equipment.
      •    Reconnect all systems to existing infrastructure including, but not limited to:
      o    Gas piping
      o    Low-voltage control wiring
      o    Line-voltage electrical wiring
      o    Unit stands and isolators
      o    Hot water piping

      Upon completion of installation, the Contractor shall perform startup, testing, and commissioning of the boiler and pump systems in accordance with manufacturer recommendations and applicable codes.
      Testing shall include, but not be limited to:

      •    Hydrostatic pressure testing of all new and modified piping systems to verify no leaks are present.
      Startup of boilers by a qualified technician in accordance with manufacturer requirements.
      Verification of pump operation, including proper rotation, flow, and absence of abnormal vibration or noise.
      •    Verification of system operation, including proper heating hot water circulation and temperature control.
      Verification of control components, including valves and associated control systems.
      Electrical verification, including voltage and amperage checks against equipment nameplate ratings.

      The Contractor shall demonstrate to the Engineer that all systems are fully operational and functioning as intended.

      The Contractor shall dispose of all demolished materials and equipment in accordance with EPA regulations and all applicable local, State, and federal requirements.

    • NOTICE TO CONTRACTORS

      CITY OF TURLOCK, CALIFORNIA

      NOTICE TO CONTRACTORS

      Sealed proposals will be received by the City Engineer of the City of Turlock until 2:00 pm on Tuesday, May 26, 2026, for:

      City Project No. CP 25-067

      Public Safety Facility Boiler Replacements

      Copies of the Contract Documents may be downloaded from the City's eProcurement portal located at: https://procurement.opengov.com/portal/cityofturlock. For additional information, go to http://www.cityofturlock.org/capitalprojects. Proposals may only be submitted electronically through the City's eProcurement portal, OpenGov.

      In accordance with the provisions of California Business and professions Code, Section 7028, Contractor shall posses one of the following Contractor license(s) at the time of bid and for the duration of the contract: B - General Building Contractor, C-20 - Warm-Air Heating, Ventilating and Air-Conditioning Contractor

      Failure to possess a specified license shall render the Bid as non-responsive, shall act as a bar to award of the contract to any Bidder not possessing said license(s) at the time of Bid opening and shall result in the forfeiture of the security of said Bidder.  Furthermore, any Bidder or Contractor not so licensed shall be subject to all legal penalties imposed by law, including, but not limited to, any appropriate disciplinary action by the Contractor’s License Board.

      Each proposal must be accompanied by cashier's check, check certified by a responsible bank, or by a bid bond, the proposed form of which is on file in the office of the City Engineer of said City and to which special reference is hereby made in a sum not less than ten percent (10%) of the total amount bid, payable to the City of Turlock as liquidated damages in the case the bidder is awarded the contract and fails within ten (10) days after the date of mailing to him by the City Engineer of a notice of award of the contract and that the contract is ready for signature to execute the above-mentioned written contract and file with the City Engineer satisfactory insurance certificates as required by the terms of said contract and satisfactory bonds as required by law for the faithful performance of said contract and for the protection of material, men and laborers. Special reference is hereby made to Sections 5100, et. seq., of the Public Contracts Code of the State of California and to the proposed forms for said bonds now on file in the office of the said City Engineer for further particulars regarding bonds.

      Pursuant to Section 1773 of the Labor Code, the general prevailing wage rates in the county Stanislaus in which the work is to be done have been determined by the Director of the California Department of Industrial Relations.  These wages are set forth in the General Prevailing Wage Rates for this project, available at 156 S. Broadway St, Turlock, CA 95380 and available from the California Department of Industrial Relations’ Internet web site at http://www.dir.ca.gov/DLSR/PWD. Future effective general prevailing wage rates, which have been predetermined and are on file with the California Department of Industrial Relations are referenced but not printed in the general prevailing wage rates.

      Attention is directed to the Federal minimum wage rate requirements in the Bid book.  The federal wage rates can be found at the following website: https://sam.gov/wage-determinations. If there is a difference between the minimum wage rates predetermined by the Secretary of Labor and the general prevailing wage rates determined by the Director of the California Department of Industrial Relations for similar classifications of labor, the Contractor and subcontractors shall pay not less than the higher wage rate.  The Department will not accept lower State wage rates not specifically included in the Federal minimum wage determinations.  This includes "helper" (or other classifications based on hours of experience) or any other classification not appearing in the Federal wage determinations.  Where Federal wage determinations do not contain the State wage rate determination otherwise available for use by the Contractor and subcontractors, the Contractor and subcontractors shall pay not less than the Federal minimum wage rate, which most closely approximates the duties of the employees in question.  Addenda to modify the Federal minimum wage rates, if necessary, will be issued to holders of Bid book. 

      Bidders' attention is directed to the insurance requirements in the contract. It is highly recommended that bidders confer with their respective insurance carriers or brokers to determine in advance of bid submission the availability of insurance certificates and endorsements prescribed and provided herein. If an apparent low bidder fails to comply strictly with the insurance requirements, that bidder may be disqualified from award of the contract.

      Quantities set forth in the proposal form and in the specifications are approximate only, being given as a basis for comparison of bids, and the City of Turlock does not expressly or implied agree that the actual amount of work or materials will correspond therewith, but reserves the right to increase or decrease the amount of any class or portion of the work or materials as may be deemed necessary by the City Engineer.

      Proposals may not be withdrawn for a period of sixty (60) days after the time fixed for opening of proposals.  The City Council of the City of Turlock reserves the right to reject any and all proposals or any part thereof and to waive any errors or informalities in any proposals and to set and act as sole judge of the merit and qualifications of the equipment, supplies or services offered.

      At the request and expense of Contractor, pursuant to Division 2, Part 5, Section 22300, et. seq., of the Public Contracts Code, securities equivalent to any funds withheld as retention from progress payments made under this contract may be deposited with the City of Turlock or with a State or Federally chartered bank as escrow agent, who shall pay such moneys to Contractor upon completion of the contract.

      The City of Turlock requires that Contractors take affirmative steps to comply with Executive Orders 11625, 12432 and 12138, and 34 CFR 85.36(e). Every feasible opportunity for minority and women's business enterprises to participate in procedures for gaining contracts and subcontracts shall be provided by each responsible Bidder submitting a proposal.

      The U.S. Department of Transportation (DOT) provides a toll-free “hotline” service to report bid rigging activities.  Bid rigging activities can be reported Mondays through Fridays, between 8:00 a.m. and 5:00 p.m., Eastern Time, Telephone No. 1-800-424-9071.  Anyone with knowledge of possible bid rigging, bidder collusion, or other fraudulent activities should use the “hotline” to report these activities.  The “hotline” is part of the DOT’s continuing effort to identify and investigate highway construction contract fraud and is operated under the direction of the DOT Inspector General.  All information will be treated confidentially and caller anonymity will be respected.

      Contractors and subcontractors shall be registered with the Department of Industrial Relations pursuant to Labor Code Section 1725.5 in order to be qualified to bid on or be listed in a bid proposal. A contractor or subcontractor with an expired registration may be eligible to be qualified to bid on or be listed in a bid proposal if the registration is retroactively renewed pursuant to Labor Code Section 1725.5(c).

      This project is subject to compliance monitoring and enforcement by the Department of Industrial Relations.  The contractors and subcontractors must furnish electronic certified payroll records to the Labor Commissioner.

      The contractor shall post job site notices prescribed by regulation. (See 8 Calif. Code Reg. §16451(d) for the notice that previously was required for projects monitored by the CMU.)

    • PRE-BID CONFERENCE

      A Mandatory Pre-Bid conference will be held on Friday, May 15, 2026 at 11:00 am at Public Safety Facility - 244 N Broadway, Turlock, CA 95380.  The purpose of the pre-bid conference is to provide a venue for bidders to view the site of work and ask questions of the designer and City staff.

    • PRE-CONSTRUCTION MEETING

      A pre-construction meeting will be held between Contractor and City prior to the beginning of construction.  The exact time and place of this conference will be determined by City after award of the construction contract. Contractor’s superintendent, Contractor’s project manager(s), City’s project manager, City’s public works inspector, major subcontractors and others involved in performance of the Work, are required to be present.  

      The purpose of the meeting is to establish a working understanding between parties and to discuss the construction schedule, review the process for the review of submittals, RFIs, Change Order Requests, applications for payment, and other subjects pertinent to execution of the Work.  

    • PRE-BID CONFERENCE

      A Mandatory Pre-Bid conference will be held on Friday, May 15, 2026 at 11:00 am at Public Safety Facility - 244 N Broadway, Turlock, CA 95380.  The purpose of the pre-bid conference is to provide a venue for bidders to view the site of work and ask questions of the designer and City staff.

    • BID OPENING

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

    • TRAFFIC MANAGEMENT PLAN

      INTENTIONALLY BLANK.

    • PEDESTRIAN CURB RAMP REPLACEMENT

      Contractor will not be allowed to remove and replace all the access ramps identified on the same street at the same time. Contractor shall schedule the work to remove and replace to provide pedestrian access to at least one access ramp at all times.

    • PRE-AWARD PROTEST PROCEDURES

      Failure to strictly comply with the protest procedures delineated below with respect to timeliness or protest contents will render a protest untimely and/or inadequate and will result in rejection thereof by the City.  Only responsive bidders may submit a pre-award protest for consideration.  Written protests may be either hand delivered or sent by mail.  In the case of hand delivery, the protest must be received no later than five (5) calendar days after the bid opening.  In case of mail, the written protest must be postmarked no later than five (5) calendar days after the bid opening.  Pre-award protests shall be delivered to the following address:

      Attention: William Morris, RCE, PLS, City Engineer
      City of Turlock Engineering Division
      156 S Broadway Suite 150
      Turlock, CA 95380

      The pre-award protest shall include all of the following: the name of the protester, City project number, a detailed description of the specific grounds for protest, any supporting documentation, and the specific ruling or relief requested.  The City will respond to the pre-award protest and will provide a written determination within ten (10) working days after receiving the pre-award protest.

    • SPECIAL NOTES
      1. Official bid documents may be downloaded from the City's eProcurement portal located at: https://procurement.opengov.com/portal/cityofturlock. For additional information, go to http://www.cityofturlock.org/capitalprojects. All bids submitted for this project must conform to the requirements of the official bid documents.
      2. Prime Contractor must self-perform a minimum of 30% of work with own forces.
      3. Contractor shall coordinate electrical connection with Turlock Irrigation District.
    • BUSINESS LICENSE

      Contractor shall obtain a City of Turlock business license prior to issuance of the Notice to Proceed.  The cost of the business license is an up-front fee of eighty-four dollars ($84) plus fifty cents per thousand dollars in revenue received for work performed on the project, made payable on a semi-annual basis.  Business Licenses are obtained through the Finance Division at Turlock City Hall, 156 S. Broadway, Suite 114.  Additional information can be found on the City’s website at http://ci.turlock.ca.us/doingbusinessinturlock/businesslicenses/newbusinesslicense.asp.

      Full compensation for obtaining a business license as specified above shall be considered as included in the prices paid for the various contract bid items and no additional compensation will be allowed therefore.

    • COPIES OF CONTRACT DOCUMENTS

      At the request of the Contractor, City shall furnish up to five (5) hard copies of the project plans and specifications.  Contractor may produce additional copies as needed at Contractor’s expense.

    • SPECIAL NOTES
      1. Official bid documents may be downloaded from the City's eProcurement portal located at: https://procurement.opengov.com/portal/cityofturlock. For additional information, go to http://www.cityofturlock.org/capitalprojects. All bids submitted for this project must conform to the requirements of the official bid documents. 
      2. Contractor personnel working within the Public Safety Facility (PSF) shall be required to successfully complete a background check process, to be provided at no cost to the Contractor, prior to commencing work on site.
    • CONCLUSION
      DATED: Tuesday, May 5, 2026  CITY OF TURLOCK
      William D. Morris, RCE 55910
      City Engineer
    • CONCLUSION
      DATED: Tuesday, May 5, 2026  CITY OF TURLOCK
      William D. Morris, RCE 55910
      City Engineer
    • SECONDARY HEATING PUMPS (ADDITIVE BID ALTERNATE “A”)

      If Additive Bid Alternate “A” is awarded, the Contractor shall furnish and install two (2) secondary heating pumps. The Contractor shall demolish and remove the existing secondary pumps and install new pumps in phases to maintain system flow to the building.

      The Contractor shall ensure that one pump remains operational to maintain system flow prior to installing the second pump.


      The Contractor shall furnish and install the following equipment, or approved equal::
      •    Two (2) B&G base-mounted centrifugal secondary heating hot water (HHW) pumps, 7.5 horsepower, 1,800 RPM, or approved equal.

      The Contractor shall perform the following work:

      •    Remove and dispose of the existing secondary pumps.
      •    Furnish and install new secondary pumps with new gaskets and fittings as required.
      •    Provide crane services and rigging necessary to remove existing pumps and install new pumps.
      •    Reconnect to existing infrastructure including:
      o    New Unit stands and isolators
      o    Hot water piping
      o    Line-voltage electrical connections

      The Contractor shall restart the system and test the pumps to verify proper operation.

      All removed materials shall be disposed of in accordance with EPA regulations and applicable local, State, and federal requirements.

    • COORDINATION WITH TURLOCK SCAVENGER

      Contractor to coordinate with Turlock Scavenger and avoid impeding with the garbage pick-up schedule. Contractor shall complete any work that may impact Turlock Scavenger within the project area as indicated below in time to allow Turlock Scavenger to perform garbage pick-up on schedule.

      Project AreaTurlock Scavenger
      Garbage Pick-Up Day
      East of Golden State BlvdThursday
      West of Golden State BlvdFriday

       

    • PROGRESS SCHEDULE

      Contractor shall furnish City with Critical Path Method (CPM) format progress schedules.  All schedules shall include separate activities, durations, and precedent and dependent activity relationships.  Schedules shall be considered a submittal subject to review and acceptance by the Engineer in accordance with the Section titled, “Submittals” of these Special Provisions. Schedules to be submitted include:

      • Baseline Schedule
        • The baseline schedule shall be submitted and must be accepted prior to the start of field construction activities.  Construction progress payments may be withheld until the baseline schedule is submitted and accepted by the Engineer.
      • Schedule revisions
        • Submit revisions to the schedule when any of the following are true:
          • the schedule does not represent the actual progress of activities.
          • delay in completion of the project indicates an overrun of the current contract time.
          • completion of major portions of the work affect the critical path.
        • Schedule revisions shall include actual start and finish dates of activities that have been started and/or completed.
        • Construction progress payments may be withheld if a required schedule revision is not submitted by contractor and accepted by Engineer
      • 3 week look ahead schedules
        • Shall be submitted in advance of any scheduled project progress meeting

      If the Contractor believes that the Engineer has impacted its work such that the project completion date will be delayed, the Contractor must submit proof demonstrating the delay to the critical path through the means of a time impact analysis of the current, accepted schedule.  

      Acceptance of schedules by the Engineer is for general conformance with the Contract Documents and for Engineer’s planning information, and does not relieve the Contractor of sole responsibility for planning, coordinating, and executing the Work within the contract completion dates. Omissions and errors in the accepted schedules shall not excuse performance less than that required by the Contract Documents. Acceptance by the Engineer in no way constitutes an evaluation or validation of the Contractor’s plan, sequence or means, methods, and techniques of construction.

      Full compensation for Progress Schedules shall be considered as included in the prices paid for the various contract items of work and no additional compensation will be allowed therefor.

    • EXISTING UTILITIES, FACILITIES, AND SITE CONDITIONS

      The actual sizes, locations and materials of existing utilities and facilities shown on the plans may vary from what is shown on the plans.  Attention is directed to the possible existence of underground facilities not indicated on the plans or in the special provisions.  Contractor shall be responsible for verifying the locations and nature of the existing utilities, protecting them from damage and notifying Engineer of their location and nature.

      Contractor shall examine carefully the site of the work.  It is assumed that Contractor has investigated and is satisfied as to the conditions to be encountered as to the character, quality and quantities of work to be performed.

      Unless otherwise noted in a geotechnical report made available to the Contractor for the project, Contractor shall assume for bidding purposes that near surface native soil material is generally homogenous and that soil meets the uniform soil classification of a silty sand (SM) without cementation.  The Contractor may refer to the geotechnical report prepared by TBD and dated TBD for soil boring logs and soil characterization. Said report is available upon request of the Owner.  Contractor may rely upon the accuracy of the technical data contained in said report, but such report is not a Contract Document.  Except for such reliance on such “technical data,” Contractor may not rely upon or make any claim against Owner or Engineer, or any of their officers, directors, members, partners, employees, agents, consultants, or subcontractors with respect to:

      1. the completeness of such reports and drawings for Contractor’s purposes, including, but not limited to, any aspects of the means, methods, techniques, sequences, and procedures of construction to be employed by Contractor, and safety precautions and programs incident thereto; or
      2. other data, interpretations, opinions, and information contained in such reports or shown or indicated in such drawings; or
      3. any Contractor interpretation of or conclusion drawn from any “technical data” or any such other data, interpretations, opinions, or information.

      If Contractor believes that any subsurface or physical condition that is uncovered or revealed either:

      1. is of such a nature as to establish that any technical data on which Contractor is entitled to rely is materially inaccurate; or
      2. is of such a nature as to require a change in the Contract Documents; or
      3. differs materially from that shown or indicated in the Contract Documents; or
      4. is of an unusual nature, and differs materially from conditions ordinarily encountered and generally recognized as inherent in work of the character provided for in the Contract Documents;

      Then Contractor shall, promptly after becoming aware thereof and before further disturbing the subsurface or physical conditions or performing any Work in connection therewith, notify Engineer in writing about such condition. Contractor shall not further disturb such condition or perform any Work in connection therewith until instructed in writing to do so. After receipt of written notice, Engineer will promptly review the pertinent condition and advise in writing (with a copy to Contractor) of Engineer’s findings and conclusions.

      The Contract Price or the Contract Times, or both, will be equitably adjusted to the extent that the existence of such differing subsurface or physical condition causes an increase or decrease in Contractor’s cost of, or time required for, performance of the Work; provided that such condition meets any one or more of the categories described in the paragraphs above.

      Contractor shall not be entitled to any adjustment in the Contract Price or Contract Times if:

      1. Contractor knew of the existence of such conditions prior to the submission of a Bid; or
      2. the existence of such condition could reasonably have been discovered or revealed as a result of any examination, investigation, exploration, test, or study of the Site and contiguous areas required by the Bidding Requirements or Contract Documents to be conducted by or for Contractor prior to Contractor’s submittal of a bid; or
      3. Contractor failed to give the written notice as required above.

      Full compensation for furnishing all labor, materials, tools, equipment (including dewatering devices), and incidentals, and for doing all the work involved with and/or in verifying existing utilities, facilities, site and subsurface conditions as specified above, shall be considered as included in the prices paid for the various contract items of work and no additional compensation will be allowed therefore.

    • BID RIGGING

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

    • CONCRETE ALLEY APPROACH CONSTRUCTION

      Contractor shall sequence its work for the construction of alley approaches such that the public’s vehicles and Turlock Scavenger trucks may enter and exit alley approaches at all times, except when construction work is actively taking place.  Contractor shall pour concrete for new alley approaches no less than five (5) days before Turlock Scavenger picks up garbage.

    • CONSTRUCTION PROJECT SIGN

      Contractor shall furnish and install 8’x 4’ project sign as detailed in the project plans at locations within the project site as directed in the field.  Project signs shall have a white background with black lettering, borders, graphics and lines.  The Engineer shall provide all necessary funding information at the preconstruction meeting.  The Contractor shall install project signs before performing any other work on the site.  Contractor shall remove all project signs and fill postholes after all punch list items have been completed and signed off by the City Inspector.

      The contract price paid for each construction project sign shall include full compensation for furnishing all labor, material, tools, equipment and incidentals, and for doing all the work involved in constructing, installing and removing construction project signs, complete in place, as shown on the plans, specified in the standard specifications and these special provisions, and as directed by Engineer.

    • CONTRACT AWARD

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

    • HIERARCHY OF CONTRACT DOCUMENTS

      The work described herein shall be done in accordance with the current City of Turlock Standard Specifications and the current edition of the State of California, Department of Transportation Standard Specifications and Standard Plans in effect on the date that the bid was submitted by the Contractor and in accordance with the following Special Provisions.

      The Contract Documents are complementary; what is required by one is as binding as if required by all.

      It is the intent of the Contract Documents to describe a functionally complete project (or part thereof) to be constructed in accordance with the Contract Documents.  Any labor, documentation, services, materials, or equipment that may reasonably be inferred from the Contract Documents or from prevailing custom or trade usage as being required to produce the intended result will be provided whether or not specifically called for at no additional cost to City.

      Clarifications and interpretations of the Contract Documents shall be issued by Engineer.

      In case of conflict or discrepancy between any of the Contract Documents, the order of documents listed below shall be the order of precedence for the purpose of claims review, with the first item listed having the highest precedence.  Contractor shall submit a Request for Information (RFI) to the Engineer immediately upon discovery of conflicting information in any of the Contract Documents prior to proceeding with the work that may be impacted by such conflicting information.

      1. Contract Change Order (Modifications or changes last in time are first in precedence).
      2. Addenda to Contract Agreement
      3. Contract Agreement
      4. Permits
      5. Special Provisions
      6. Technical Specifications included in bid specifications as an appendix
      7. Notice Inviting Bids and Instructions to Bidders
      8. Project Drawings
      9. City of Turlock Standard Specifications
      10. City of Turlock Standard Drawings
      11. Caltrans Standard Specifications
      12. Caltrans Standard Plans

      With regards to discrepancies or conflicts between written dimensions given on drawings and the scaled measurements, the written dimensions shall govern.

      With regards to discrepancies or conflicts between large-scale drawings and small-scale drawings, the larger scale shall govern.

      With regards to discrepancies or conflicts between detailed drawings and referenced standard drawings or plans, the detailed drawings shall govern.

      In the event where provisions of codes, safety orders, contract documents, referenced manufacturer’s specifications or industry standards are in conflict, the more restrictive and higher quality shall govern.

      Should it appear that the work to be done or any of the matters relative thereto are not sufficiently detailed or explained in these specifications, the special provisions, or the plans, the Contractor shall apply to the Engineer in writing for such further explanations as may be necessary and shall conform to them as part of the contract.  All responses from the Engineer shall also be in writing.  In the event of any doubt or question arising respecting the true meaning of these specifications, the special provisions or the plans, reference shall be made to the Engineer, whose decision thereon shall be final.

    • STAGING OF MATERIALS AND EQUIPMENT

      Contractor shall coordinate, arrange, and pay for leasing of area(s) for the staging materials and equipment, as necessary.  Any areas utilized for staging shall be included in the Contractor’s Erosion and Sediment Control Plan or Storm Water Pollution Prevention Plan (SWPPP).  Contractor shall take pre-construction photos of staging area(s) to use of the area and shall restore the areas to pre-construction conditions prior to completion.  

      Contractor may contact City personnel to request if there is City-owned land in the vicinity of the project available for staging.  The City may grant access to City-owned land for staging, but shall not be obligated to do so.  Prior to use of City property for staging purposes, Contractor and City shall execute a License Agreement in a form acceptable to the City which shall include provisions for indemnification and required insurance coverages.  Contractor is advised that execution of a License Agreement will require time.  Contractor is encouraged to begin the process early to avoid delay.  City’s processing time for the License Agreement shall not be justification for an increase in contract time.  

    • PRE-BID CONFERENCE

      A Mandatory Pre-Bid conference will be held on Friday, May 15, 2026 at 11:00 am at Public Safety Facility - 244 N Broadway, Turlock, CA 95380.  The purpose of the pre-bid conference is to provide a venue for bidders to view the site of work and ask questions of the designer and City staff.

    • EXISTING UTILITIES, FACILITIES, AND SITE CONDITIONS

      The actual sizes, locations and materials of existing utilities and facilities shown on the plans may vary from what is shown on the plans.  Attention is directed to the possible existence of underground facilities not indicated on the plans or in the special provisions.  Contractor shall be responsible for verifying the locations and nature of the existing utilities, protecting them from damage and notifying Engineer of their location and nature.

      Contractor shall examine carefully the site of the work.  It is assumed that Contractor has investigated and is satisfied as to the conditions to be encountered as to the character, quality and quantities of work to be performed.

      Unless otherwise noted in a geotechnical report made available to the Contractor for the project, Contractor shall assume for bidding purposes that near surface native soil material is generally homogenous and that soil meets the uniform soil classification of a silty sand (SM) without cementation.

      If Contractor believes that any subsurface or physical condition that is uncovered or revealed either:

      1. is of such a nature as to establish that any technical data on which Contractor is entitled to rely is materially inaccurate; or
      2. is of such a nature as to require a change in the Contract Documents; or
      3. differs materially from that shown or indicated in the Contract Documents; or
      4. is of an unusual nature, and differs materially from conditions ordinarily encountered and generally recognized as inherent in work of the character provided for in the Contract Documents;

      Then Contractor shall, promptly after becoming aware thereof and before further disturbing the subsurface or physical conditions or performing any Work in connection therewith, notify Engineer in writing about such condition. Contractor shall not further disturb such condition or perform any Work in connection therewith until instructed in writing to do so. After receipt of written notice, Engineer will promptly review the pertinent condition and advise in writing (with a copy to Contractor) of Engineer’s findings and conclusions.

      The Contract Price or the Contract Times, or both, will be equitably adjusted to the extent that the existence of such differing subsurface or physical condition causes an increase or decrease in Contractor’s cost of, or time required for, performance of the Work; provided that such condition meets any one or more of the categories described in the paragraphs above.

      Contractor shall not be entitled to any adjustment in the Contract Price or Contract Times if:

      1. Contractor knew of the existence of such conditions prior to the submission of a Bid; or
      2. the existence of such condition could reasonably have been discovered or revealed as a result of any examination, investigation, exploration, test, or study of the Site and contiguous areas required by the Bidding Requirements or Contract Documents to be conducted by or for Contractor prior to Contractor’s submittal of a bid; or
      3. Contractor failed to give the written notice as required above.

      Full compensation for furnishing all labor, materials, tools, equipment (including dewatering devices), and incidentals, and for doing all the work involved with and/or in verifying existing utilities, facilities, site and subsurface conditions as specified above, shall be considered as included in the prices paid for the various contract items of work and no additional compensation will be allowed therefore.

    • PERMITS

      Contractor is required to obtain the following permits. 

      Permit:

      Agency / Division:

      Required for:

      Fee

      Notes

      Building Permit

      City of Turlock / Building Division

      Boiler, valve, and primary pump replacement at Public Safety Facility (PSF).

      $0 to contractor.  Paid as interdepartmental transfer.

      Contractor shall apply directly for building permit for boiler replacement and shall provide all documentation and forms required by the Building Division. The Contractor shall comply with the 2025 California Mechanical Code, 2025 Plumbing Code, and the 2025 California Energy Code.

    • CONTRACTOR LICENSE

      The Contractor must be properly licensed as a contractor from contract award through Contract acceptance (23 CFR 635.110).

    • FEDERAL LOBBYING RESTRICTIONS

      Section 1352, Title 31, United States Code prohibits Federal funds from being expended by the recipient or any lower tier sub recipient of a Federal-aid contract to pay for any person for influencing or attempting to influence a Federal agency or Congress in connection with the awarding of any Federal-aid contract, the making of any Federal grant or loan, or the entering into of any cooperative agreement.

      If any funds other than Federal funds have been paid for the same purposes in connection with this Federal-aid contract, the recipient shall submit an executed certification and, if required, submit a completed disclosure form as part of the bid documents.

      A certification for Federal-aid contracts regarding payment of funds to lobby Congress or a Federal agency is included in the Bid book.  Standard Form - LLL, “Disclosure of Lobbying Activities,” with instructions for completion of the Standard Form is also included in the Bid book.  Signing the Bid book shall constitute signature of the Certification.

      The above referenced certification and disclosure of lobbying activities shall be included in each subcontract and any lower-tier contracts exceeding $100,000.  All disclosure forms, but not certifications, shall be forwarded from tier to tier until received by the Engineer.

      The Contractor, subcontractors and any lower-tier contractors shall file a disclosure form at the end of each calendar quarter in which there occurs any event that requires disclosure or that materially affects the accuracy of the information contained in any disclosure form previously filed by the Contractor, subcontractors and any lower-tier contractors.  An event that materially affects the accuracy of the information reported includes:

      1. A cumulative increase if $25,000 or more in the amount paid or expected to be paid for influencing or attempting to influence a covered Federal action; or
      2. A change in the person(s) or individual(s) influencing or attempting to influence a covered Federal action; or
      3. A change in the officer(s), employees(s), or Member(s) contacted to influence or attempt to influence a covered Federal Action.
    • CONTRACTOR’S RESPONSIBILITY

      The Contractor shall examine carefully the site of the work and the plans and specifications therefore.  The Contractor shall investigate to their satisfaction as to conditions to be encountered, the character, quality and quantity of surface, subsurface materials or obstacles to be encountered, the work to be performed, materials to be furnished, and as to the requirements of the bid, plans and specifications of the contract.

    • SUBSTANTIAL COMPLETION

      Substantial Completion is the stage in the progress of the project when the work is sufficiently complete in accordance with the Contract so that the intended purpose of the project has been achieved.  Substantial Completion shall include all Work for the Project, except the following:

      • Completion of minor punch list items that do not prohibit use of the completed facility for its intended use and purpose
      • Delivery of Operations and Maintenance manuals
      • Completion of As-built drawings

      When the Contractor considers the project to be substantially complete, the Contractor shall submit a request for Engineer’s concurrence in writing and shall attach a list of incomplete work that it considers is minor in nature and does not prohibit the use of the completed facility for its intended use and purpose.   Upon receipt of the Contractor’s request and list of items, the Engineer will inspect and determine whether the project is substantially complete within three (3) working days of the request.  If the inspection yields that the project is not sufficiently complete, the Engineer will notify the Contractor of those items in need of completion or correction before the attainment of Substantial Completion.  Upon completion of the remaining items, Contractor shall submit another request for inspection by the Engineer.  When Engineer is satisfied that the work is substantially complete, a written notice of Substantial Completion shall be transmitted by Engineer to Contractor within 24 hours of the successful inspection and shall include a list of all items of work that must be completed by Contractor prior to attainment of Final Completion (final punch list).  This final punch list is provided for Contractor’s convenience only.  Engineer reserves the right to identify and add to the final punch list as new items may be identified as outstanding and in need of the Contractor’s attention.

      WARRANTY
      The Contractor shall guarantee the work in general for a period of one (1) year beginning on the date Substantial Completion is attained.  The Contractor shall not be required to perform any further work thereon beyond the said one year, except upon such items noted otherwise in the project plans, Special Provisions, or Technical Specifications.  

    • CONCLUSION
      DATED: Tuesday, May 5, 2026  CITY OF TURLOCK
      William D. Morris, RCE 55910
      City Engineer
    • LEAD COMPLIANCE PLAN AND IMPLEMENTATION

      City has not completed any hazardous materials testing of existing thermoplastic material to be removed as part of the scope of work of the project.  Contractor shall evaluate the scope of demolition work to be performed and determine whether the level of interaction that Contractor’s personnel will have with removal of yellow thermoplastic warrants preparation of a lead compliance plan for worker health and safety per Cal OSHA requirements.  If Contractor determines a lead compliance plan is required, Contractor shall provide a lead compliance plan prepared by a Certified Industrial Hygienist and implement the mitigation measures provided in the plan.  Contractor shall assume that yellow thermoplastic material to be removed as part of the project contains hazardous material and the lead compliance plan will detail the measures contractor must follow to minimize worker exposure to lead chromate or lead while handling grindings containing thermoplastics.  The Contractor is responsible for disposal of thermoplastic grindings.  City will provide a temporary EPA ID number and sign the manifest prior to properly disposing of hazardous waste.

      The cost for lead compliance plan and implementation shall be considered as included in the various other bid items and no additional compensation will be made therefore.

    • FINAL COMPLETION

      Final Completion is the stage in the progress of the project when all work is complete in accordance with the Contract.  Contractor shall inform Engineer when, in the opinion of the Contractor, all work has been complete as per the requirements of the Contract.  The Engineer shall promptly inspect the work and make a determination as to whether all work of the project has been completed.  Should any items of work be incomplete, the Engineer shall provide a written list of outstanding items to the Contractor for completion.  Contractor shall address any remaining items and then request a determination be made by the Engineer.  When Engineer is satisfied that the work is complete, a written notice of Final Completion shall be transmitted by Engineer to Contractor and contract working days shall cease to be counted on the project.

    • COMPLETENESS AND ACCURACY OF PLANS AND SPECIFICATIONS

      Pursuant to the California Public Contract Code, the bidder is required to review architectural or engineering plans and specifications prior to submission of a bid, and report any errors and omissions noted by Contractor to the Architect, Engineer or Owner five days prior to the bid opening date.

    • SUBMITTALS

      General

      Before making submittals, Contractor shall ensure that products and materials will be available in the quantities and in the time required by the Contract and the approved outline of construction activity.  Each submittal shall clearly identify, by highlighting, arrows or other defined and permanent mark, the products and materials proposed for use.

      All Submittals shall be made to Engineer by Contractor, including those generated by subcontractors and suppliers.  Contractor shall carefully review all subcontractor and supplier submittals before submitting to Engineer for review.  Submittals received from sources other than Contractor’s office shall be returned without action.  If a submittal contains extraneous information, unmarked options or is incomplete, it will be returned to Contractor for correction and require re-submittal.

      Submission

      Submittals shall be made electronically in accordance with the Section “Internet Based Construction Management System,” of these special provisions.

      Each submittal shall contain, at a minimum, the following information:

      1. Title page including the following information:
        1. Capital Project No.
        2. Name of Contractor
        3. Name of subcontractor (if applicable)
        4. Description of item
        5. Item Number on Bid Schedule
        6. Contractor’s initials and date indicating approval of item for submittal to Engineer
      2. The brochure, product data sheet or catalog cut sheet.  For all Product Data and Manufacturer’s Instructions, excise or cross out non-applicable information and clearly mark applicable information with citations to and terminology consistent with Contract Documents.
      3. Submittals that involve engineering computations or original design work shall show the name, the California State registration number, seal, and signature of the Professional Engineer certifying that such computations or design work are correct and in conformance with applicable standards, codes and accepted engineering practices.
      4. For product samples, Contractor shall submit two (2) representative samples, one of which may be retained for the duration of the project or indefinitely at the discretion of Engineer.  Although a reasonable attempt will be made to maintain the samples in good condition, neither City nor its representative will be responsible for the condition of the samples if returned to Contractor.
      5. For material samples, unless a specific quantity is called for in the contract documents, Contractor shall submit a representative sample of the material, which may be retained for the duration of the project or indefinitely at the discretion of Engineer.
      6. Certificates of compliance shall be submitted by Contractor to Engineer for those materials and products for which no sample and test results are specified.  Certificates of compliance shall include the following information:
        1. Statement that the product complies with the respective contract specifications.
        2. Producer’s name and address, product trade name and catalog number (if applicable), place of product origin, quantity of product to be furnished, and related contract plans and specification section numbers.
        3. A certified copy of test results pertaining to the product from a certified independent testing laboratory.  At the option of Engineer certified test results shall be signed and sealed by a Professional Engineer licensed to practice in the state of California.
        4. Material Safety Data Sheets (MSDS) for all materials used or stored on the site that possess a MSDS, including materials used by Contractor for maintenance of equipment.

      Review

      Submittals will be processed by Engineer within fourteen (14) calendar days after receipt, not including legal holidays.  When a submittal cannot be returned within that period, the Engineer will, within a reasonable time after receipt of the submittal, give notice of the date by which that submittal will be returned.  Submittal shall receive one of four review actions:

      1. No Exceptions Taken – The submittal is approved without comments.
      2. Supply as Noted / Make Corrections Noted – The submittal is approved, provided that the Contractor addresses the included comments.
      3. Resubmit – The information provided with the submittal does not meet project requirements, however, Engineer has commented on some missing items that, if provided, may meet project requirements.  Contractor shall resubmit the same product and provide additional information per the Engineer’s comments.
      4. Rejected – The submitted product cannot meet project requirements and is rejected.  Contractor shall provide a separate product that meets project requirements as a resubmittal.  

      Engineer will review submittals for general conformance with the Contract Documents.  The work shall be in accordance with approved submittals except that the Contractor shall not be relieved of the responsibility for deviations from requirements of the Contract Documents by the Engineer’s approval of Shop Drawings, Product Data, Samples or similar submittals unless the Contractor has specifically informed the Engineer in writing of such deviation at the time of submittal as part of a cover letter to the submittal itself, and as a written communication separate from the submittal cover letter, and (1) the Engineer has given written approval to the specific deviation as a minor change in the Work, or (2) a Change Order or Construction Change Directive has been issued authorizing the deviation.  The Contractor shall not be relieved of responsibility for errors or omissions in Shop Drawings, Product Data, Samples or similar submittals by the Engineer's approval thereof.  The Engineer’s review does not extend to accuracy of dimensions, quantities, or performance of equipment and systems designed by the Contractor, or means, methods, techniques, sequences, or procedures.  Unless specifically authorized to do so by Engineer, Contractor shall not procure, manufacture, or fabricate any part of the contract work until submittals related to said contract work have been favorably reviewed by Engineer.

      “Or Equal” Items

      Whenever an item of material or equipment is specified or described in the Contract Documents by using the name of a proprietary item or the name of a particular Supplier, the specification or description is intended to establish the type, function, appearance, and quality required. Unless the specification or description contains or is followed by words reading that no like, equivalent, or "or equal" item or no substitution is permitted, other items of material or equipment or material or equipment of other Suppliers may be submitted to for review under the circumstances described below.

      ”Or Equal" Items: If in the Engineer’s discretion an item of material or equipment proposed by Contractor is functionally equal to that named and sufficiently similar so that no change in related Work will be required, it may be considered by Engineer as an "or-equal" item, in which case review and approval of the proposed item may be accomplished.  A proposed item of material or equipment will be considered functionally equal to a named item if:

      1. In the exercise of reasonable judgment Engineer determines that: (i) it is at least equal in quality, durability, appearance, strength, and design characteristics; (ii) it will reliably perform at least equally well the function of the named item, and;
      2. Contractor certifies that: (i) there is no increase in cost to the City; and (ii) it will conform substantially, even with deviations, to the detailed requirements of the item named in the Contract Documents.
    • UTILITY COORDINATION

      All coordination with the utility companies shall be the Contractor’s responsibility.

    • DISADVANTAGED BUSINESS ENTERPRISES (DBE)

      Under 49 CFR 26.13(b):

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

      Take necessary and reasonable steps to ensure that DBEs have opportunity to participate in the contract (49 CFR 26).

      To ensure equal participation of DBEs provided in 49 CFR 26.5, the Agency shows a goal for DBEs.

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

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

      It is your responsibility to verify that the DBE firm is certified as DBE at date of bid opening.  For a list of DBEs certified by the California Unified Certification Program, go to:

      http://www.dot.ca.gov/hq/bep/find_certified.htm

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

      Credit for materials or supplies you purchase from DBEs counts towards the goal in the following manner:

      1. 100 percent counts if the materials or supplies are obtained from a DBE manufacturer.
      2. 60 percent counts if the materials or supplies are obtained from a DBE regular dealer.
      3. Only fees, commissions, and charges for assistance in the procurement and delivery of materials or supplies count if obtained from a DBE that is neither a manufacturer or regular dealer.  49 CFR 26.55 defines "manufacturer" and "regular dealer."

      You receive credit towards the goal if you employ a DBE trucking company that performs a commercially useful function as defined in 49 CFR 26.55(d)(1) through (4) and (6).

      DBE Commitment Submittal

      Submit Local Agency Bidder DBE Commitment (Construction Contracts), Exhibit 15-G, form, included in the Bid Book.

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

      If the DBE Commitment form is not submitted with the bid, the apparent low bidder, the 2nd low bidder, and the 3rd low bidder must complete and submit the DBE Commitment form to the Agency.  DBE Commitment form must be received by the Agency no later than 4:00 p.m. on the 5th calendar day after bid opening.

      Good Faith Efforts Submittal

      If you have not met the DBE goal, complete and submit the DBE Information - Good Faith Efforts, Exhibit 15-H, form with the bid showing that you made adequate good faith efforts to meet the goal.  Only good faith efforts directed towards obtaining participation by DBEs will be considered.

      If your DBE Commitment form shows that you have met the DBE goal or if you are required to submit the DBE Commitment form, you must also submit good faith efforts documentation within the specified time to protect your eligibility for award of the contract in the event the Agency finds that the DBE goal has not been met.

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

      1. Items of work you have made available to DBE firms.  Identify those items of work you might otherwise perform with its own forces and those items that have been broken down into economically feasible units to facilitate DBE participation.  For each item listed, show the dollar value and percentage of the total contract.  It is your responsibility to demonstrate that sufficient work to meet the goal was made available to DBE firms.
      2. Names of certified DBEs and dates on which they were solicited to bid on the project.  Include the items of work offered.  Describe the methods used for following up initial solicitations to determine with certainty if the DBEs were interested, and the dates of the follow-up.  Attach supporting documents such as copies of letters, memos, facsimiles sent, telephone logs, telephone billing statements, and other evidence of solicitation.  You are reminded to solicit certified DBEs through all reasonable and available means and provide sufficient time to allow DBEs to respond.
      3. Name of selected firm and its status as a DBE for each item of work made available.  Include name, address, and telephone number of each DBE that provided a quote and their price quote.  If the firm selected for the item is not a DBE, provide the reasons for the selection.
      4. Name and date of each publication in which you requested DBE participation for the project.  Attach copies of the published advertisements.
      5. Names of agencies and dates on which they were contacted to provide assistance in contacting, recruiting, and using DBE firms.  If the agencies were contacted in writing, provide copies of supporting documents.
      6. List of efforts made to provide interested DBEs with adequate information about the plans, specifications, and requirements of the contract to assist them in responding to a solicitation.  If you have provided information, identify the name of the DBE assisted, the nature of the information provided, and date of contact.  Provide copies of supporting documents, as appropriate.
      7. List of efforts made to assist interested DBEs in obtaining bonding, lines of credit, insurance, necessary equipment, supplies, and materials, excluding supplies and equipment that the DBE subcontractor purchases or leases from the prime contractor or its affiliate.  If such assistance is provided by you, identify the name of the DBE assisted, nature of the assistance offered, and date assistance was provided.  Provide copies of supporting documents, as appropriate.
      8.  Any additional data to support demonstration of good faith efforts.

      The Agency may consider DBE commitments of the 2nd and 3rd bidders when determining whether the low bidder made good faith efforts to meet the DBE goal.

    • CHANGED CONDITIONS
      1. Differing Site Conditions
        1. During the progress of the work, if subsurface or latent physical conditions are encountered at the site differing materially from those indicated in the contract or if unknown physical conditions of an unusual nature, differing materially from those ordinarily encountered and generally recognized as inherent in the work provided for in the contract, are encountered at the site, the party discovering such conditions shall promptly notify the other party in writing of the specific differing conditions before the site is disturbed and before the affected work is performed.
        2. Upon written notification, the engineer will investigate the conditions, and if it is determined that the conditions materially differ and cause an increase or decrease in the cost or time required for the performance of any work under the contract, an adjustment, excluding anticipated profits, will be made and the contract modified in writing accordingly. The engineer will notify the contractor of the determination whether or not an adjustment of the contract is warranted.
        3. No contract adjustment which results in a benefit to the contractor will be allowed unless the contractor has provided the required written notice.
        4. No contract adjustment will be allowed under this clause for any effects caused on unchanged work. [This provision may be omitted by the Local Agency, at their option.]
      2. Suspensions of Work Ordered by the Engineer
        1. If the performance of all or any portion of the work is suspended or delayed by the engineer in writing for an unreasonable period of time (not originally anticipated, customary, or inherent to the construction industry) and the contractor believes that additional compensation and/or contract time is due as a result of such suspension or delay, the contractor shall submit to the engineer in writing a request for adjustment within 7 calendar days of receipt of the notice to resume work. The request shall set forth the reasons and support for such adjustment.
        2. Upon receipt, the engineer will evaluate the contractor's request. If the engineer agrees that the cost and/or time required for the performance of the contract has increased as a result of such suspension and the suspension was caused by conditions beyond the control of and not the fault of the contractor, its suppliers, or subcontractors at any approved tier, and not caused by weather, the engineer will make an adjustment (excluding profit) and modify the contract in writing accordingly. The contractor will be notified of the engineer's determination whether or not an adjustment of the contract is warranted.
        3. No contract adjustment will be allowed unless the contractor has submitted the request for adjustment within the time prescribed.
        4. No contract adjustment will be allowed under this clause to the extent that performance would have been suspended or delayed by any other cause, or for which an adjustment is provided or excluded under any other term or condition of this contract.
      3. Significant Changes in the Character of Work
        1. The engineer reserves the right to make, in writing, at any time during the work, such changes in quantities and such alterations in the work as are necessary to satisfactorily complete the project. Such changes in quantities and alterations shall not invalidate the contract nor release the surety, and the contractor agrees to perform the work as altered.
        2. If the alterations or changes in quantities significantly change the character of the work under the contract, whether such alterations or changes are in themselves significant changes to the character of the work or by affecting other work cause such other work to become significantly different in character, an adjustment, excluding anticipated profit, will be made to the contract. The basis for the adjustment shall be agreed upon prior to the performance of the work. If a basis cannot be agreed upon, then an adjustment will be made either for or against the contractor in such amount as the engineer may determine to be fair and equitable.
        3. If the alterations or changes in quantities do not significantly change the character of the work to be performed under the contract, the altered work will be paid for as provided elsewhere in the contract.
        4. The term “significant change” shall be construed to apply only to the following circumstances:
          • When the character of the work as altered differs materially in kind or nature from that involved or included in the original proposed construction; or
          • When a major item of work, as defined elsewhere in the contract, is increased in excess of 125 percent or decreased below 75 percent of the original contract quantity. Any allowance for an increase in quantity shall apply only to that portion in excess of 125 percent of original contract item quantity, or in case of a decrease below 75 percent, to the actual amount of work performed.
    • CHANGE ORDER PROCEDURES

      The contract price and contract time may only be changed by an executed Contract Change Order.  A Contract Change Order is a written instrument prepared by the Owner, authorized by the City, stating agreement of the following:

      1. The change in the Work;
      2. The amount of the adjustment, if any, in the Contract Price; and
      3. The extent of the adjustment, if any, in the Contract Time.

      When a change in the work is contemplated by the Engineer, a Construction Change Directive may be issued by the Engineer.  A Construction Change Directive is a written order prepared by the Engineer directing a change in the Work prior to agreement on adjustment in the Contract Price or Contract Time, or both, in a Contract Change Order. The Engineer may, by Construction Change Directive and without invalidating the Contract, order changes in the Work within the general scope of the Contract consisting of additions, deletions, or other revisions, the Contract Price and Contract Time being adjusted accordingly thereafter according to the terms of the Agreement.  

      A Change Order Request is a document created by the Contractor which notifies the Engineer of changes in scope, changed conditions, errors, omissions, or inconsistencies in the contract documents which may or may not require an adjustment in the Contract Price and/or Contract Time.   

      Upon issuance of either a Construction Change Directive by the Engineer or a Change Order Request by the Contractor, the Contractor shall promptly prepare documentation proposing a contract cost and/or time adjustment for review by the Engineer for the purposes of arriving at a mutually agreeable lump sum.  Contractor shall submit backup information for costs of labor, equipment, material, and agreeable markups.  Backup information shall contain sufficient detail to allow a thorough review.  The Engineer will review backup documentation and issue a response to the Contractor as to agreement or disagreement with proposed adjustments to contract price and/or time.  Contractor shall not proceed with the change in the Work involved until the proposed cost and time adjustment is acceptable to the Engineer.  If attempts to arrive at a mutually agreeable lump sum amount fail, the Engineer may direct that the work proceeds on the basis of force account in accordance with the terms of the Agreement.  

      When the Engineer and Contractor agree with the adjustments in the Contract Price and/or Contract Time, the Engineer will prepare the change order.  The City Engineer or the Director of Municipal Services may approve change orders up to 50% of the approved contingency for the project.  The City Manager may approve change orders up to 100% of the approved contingency for the project.  Change orders exceeding the contingency balance must be approved by the City Council.  

    • POTHOLE EXISTING UTILITIES

      Prior to the beginning or continuation of any trenching for the installation of utilities, the Contractor shall:

      Pothole all utility crossings shown on the plans and identified by Underground Service Alert (USA) utility markings.  Contractor shall exercise due diligence to utilize techniques and practices which will limit damage to located utilities, including vacuum truck and hand digging, or other means as required by the buried utility owner. Damage to buried utilities as a result of Contractor’s failure to perform potholing work per these Special Provisions shall be repaired at the Contractor’s expense.
      Measure depth from top of pavement to top of all utilities and mark depths on the project plans and provide a copy to the Engineer (electronic PDF or hard copy is acceptable).
      Notify the Engineer of potential conflicts with the proposed location of new utilities.  See Section, “EXISTING UTILITIES, FACILITIES, AND SITE CONDITIONS,” 
      Backfill, compact, and patch or plate potholes prior to opening the paved surface up to traffic.

      The project plans depict sizes, horizontal locations, and materials of existing utilities based on surface evidence and facility maps from utility companies. Attention is directed to the possibility of utility locators marking utilities in locations other than what is shown on the plans or the possible existence of underground facilities not indicated on the plans or in the special provisions. Should additional pothole effort be needed to locate underground facilities beyond that which could be reasonably estimated at the time of bid, the change in contract price will be determined as per Section “Contract Price” of the Agreement.  

      The contract lump sum price paid for utility potholing shall include full compensation for furnishing all labor, material, tools, equipment and incidentals, and for doing all the work involved in utility potholing as shown on the project plans, specified in the City of Turlock Standard Specifications, these Special Provisions, and as directed by Engineer.

    • BEGINNING OF WORK, TIME OF COMPLETION AND LIQUIDATED DAMAGES

      The Contractor shall begin work within 15 calendar days after the issuance of the Notice to Proceed.

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

      The Contractor shall pay to the City of Turlock the sum of {SEE AGREEMENT} per day, for each and every calendar days’ delay in finishing the work in excess of the number of working days prescribed above.

    • DEWATERING

      Contractor shall examine carefully the site of the work.  It is assumed that Contractor has investigated and is satisfied as to the conditions to be encountered, the character, quality and quantities of work to be performed, including the degree of presence or absence of groundwater.

      The Contractor shall furnish, install, operate and maintain all machinery, appliances, and equipment to maintain all excavations free from water during construction.  The Contractor shall dispose of the water so as not to cause damage to public or private property, or to cause a nuisance or menace to the public or violate the law.  The dewatering system shall be installed and operated so that the ground water level outside the excavation is not reduced to the extent which would cause damage or endanger adjacent structures or property.  The static water level shall be drawn down a minimum of one foot below the bottom of excavations to maintain the undisturbed state of natural soils and allow the placement of any fill to the specified density.  The Contractor shall have on hand, pumping equipment and machinery in good working condition for emergencies and shall have workmen available for its operation.  Dewatering systems shall operate continuously until backfill has been completed to one foot above the normal static groundwater level.

      The contractor shall control surface water to prevent entry into excavations.  At each excavation, a sufficient number of temporary observation wells to continuously check the groundwater level shall be provided.

      The control of groundwater shall be such that softening of the bottom of excavations, or formation of “quick” conditions or “boils”, does not occur.  Dewatering systems shall be designed and operated so as to prevent removal of the natural soils.  The release of groundwater at its static level shall be performed in such a manner as to maintain the undisturbed state of the natural foundations soils, prevent disturbance of compacted backfill, and prevent flotation or movement of structures, pipelines and sewers.  If an NPDES (National Pollutant Discharge Elimination system) permit is required for disposal of water from construction dewatering activities, it shall be obtained by the Contractor prior to any dewatering activities.

      Full compensation for furnishing all labor, materials, tools, equipment (including dewatering devices), and incidentals, and for doing all the work involved with and/or in verifying existing utilities, facilities, site and subsurface conditions as specified above, shall be considered as included in the prices paid for the various contract items of work and no additional compensation will be allowed therefore.

    • BUY AMERICA

      Buy America Requirements apply to iron or steel, manufactured products, and construction materials permanently incorporated into the project. Buy America requirements do not apply to the following:

      1. Tools and construction equipment used in performing the work
      2. Temporary work that is not incorporated into the finished project 

      An article, materials, or supply to be permanently incorporated in the project should only be classified into one of the following categories:

      1. Iron or steel products
      2. Manufactured products 
      3. Construction materials
      4. Excluded materials

      Excluded materials means cement and cementitious materials; aggregates such as stone, sand, or gravel; or aggregate binding agents or additives.

      Iron or Steel Products

      All iron or steel products permanently incorporated into the project must be melted and manufactured in the United States except:

      1. Foreign pig iron and processed, pelletized, and reduced iron ore may be used in the domestic production of the steel and iron materials [60 Fed Reg 15478 (03/24/1995)];
      2. If the total combined cost of the materials produced outside the United States does not exceed the greater of 0.1 percent of the total contract amount or $2,500, materials produced outside the United States may be used if authorized. 

      Iron or steel products are defined as articles, materials, or supplies that consist wholly or predominantly of iron or steel or a combination of both.

      For a product to be considered to consist predominantly of iron or steel, or a combination of both means the cost of the iron or steel content of the product exceeds 50 percent of the total cost of all its components. The cost of iron or steel is the cost of the iron or steel mill products (such as bar, billet, slab, wire, plate, or sheet), castings, or forgings utilized in the manufacture of the product and a good faith estimate of the cost of iron or steel components.

      Furnish iron or steel products to be incorporated into the work with certificates of compliance and certified mill test reports. Mill test reports must indicate where the iron or steel were melted and manufactured. All melting and manufacturing processes for these materials, including an application of a coating, must occur in the United States. Coating includes all processes that protect or enhance the value of the material to which the coating is applied.

      [Delete the paragraph below if not applicable]

      The following iron or steel products have received an approved Buy America waiver for this project and are therefore not subject to Buy America requirements:

      1. ________________________
      2. ________________________

      Manufactured Products

      All manufactured products permanently incorporated into the project must be manufactured in the United States. Manufactured products are defined as articles, materials, or supplies that have been:

      1. Processed into a specific form and shape; or
      2. Combined with other articles, materials, or supplies to create a product with different properties than the individual articles, materials, or supplies.

      Manufacturer, in the case of manufactured products, means the entity that performs the final manufacturing process by bringing individual elements together that produces a manufactured product.

      If an item is classified as an iron or steel product, a construction material, or an excluded material, then it is not a manufactured product. However, an article, material, or supply classified as a manufactured product may include components that are iron or steel products, construction materials, or excluded materials. 

      Iron or steel used in precast concrete manufactured products or Intelligent Transportation Systems (ITS) must meet the requirements of Iron or Steel Products regardless of the amount used. Iron and steel used in other manufactured products must meet the requirements of section Iron or Steel Products if the cost of steel and iron components is 50 percent or more of the total cost of the manufactured product.

      Furnish manufactured products to be permanently incorporated into the work with certificates of compliance with each project delivery. The manufacturer's certificate of compliance must identify where the manufacturing occurred and attest specifically to Buy America compliance.

      [Delete the paragraph below if not applicable]

      The following manufactured products have received an approved Buy America waiver for this project and are therefore not subject to Buy America requirements:

      1. ________________________
      2. ________________________

      Construction Materials

      Construction materials permanently incorporated into the project must be manufactured as defined in 2 CFR 184.6 in the United States.

      Buy America requirements apply to the following construction materials that are or consist primarily of:

      1. Non-ferrous metals
      2. Plastic and polymer-based products such as: 
        1. Polyvinylchloride 
        2. Composite Building Materials
      3. Glass
      4. Fiber optic cable (including drop cable)
      5. Optical fiber
      6. Lumber
      7. Engineered wood
      8. Drywall 

      Minor additions of articles, materials, supplies, or binding agents to these construction materials do not change the categorization of the construction material.

      Furnish construction materials to be incorporated into the work with certificates of compliance with each project delivery. The manufacturer’s certificate of compliance must identify where the construction material was manufactured and attest specifically to Buy America compliance.

      [Delete the paragraph below if not applicable]

      The following construction materials have received an approved Buy America waiver for this project and are therefore not subject to Buy America requirements:

      1. ________________________
      2. ________________________ 

      Buy America Waiver for De Minimis Cost for Manufactured Products and Construction Materials

      A De Minimis Cost Waiver can waive the application of FHWA’s Buy America requirements for manufactured products and construction materials under a single project when the total value of non-compliant manufactured products and construction materials is no more that the lesser of $1,000,000 or 5 percent of the total applicable material costs for the project.

      The percent threshold is calculated based on the following formula: 

      X = NC / TA where:

      X = percent threshold

      NC = total value of non-compliant manufactured products and construction material

      TA = total applicable project costs (iron or steel products, manufactured products, and construction materials; does not include excluded materials) 

      This threshold is based on the actual cost of the iron or steel products, manufactured products, and construction materials, not the anticipated cost of those materials. Compliant and non-compliant Agency Furnished Materials for the project must be accounted for in a De Minimis Cost Waiver Worksheet calculation, if provided by the Local Agency.

      Provide copies of invoices for the actual costs of materials including transportation to the project site.

      In applying a De Minimum Cost Waiver, total cost of non-compliant construction materials and manufactured products does not include the cost of any products subject to a separate Buy America waiver.

      If De Minimis Cost Waiver Worksheet calculation for materials subject to Buy America is not submitted, the Local Agency may:

      1. Withhold from the next progress payment
      2. Reject your request for a De Minimis Costs waiver for non-compliant construction materials or manufactured products 
    • NOTICE OF POTENTIAL CLAIM

      Attention is directed to Section 5-1.43 “Potential Claims and Dispute Resolution,” of the Caltrans Standard Specifications.

    • LABOR NONDISCRIMINATION

      Attention is directed to the following Notice that is required by Chapter 5 of Division 4 of Title 2, California Code of Regulations.

      NOTICE OF REQUIREMENT FOR NONDISCRIMINATION PROGRAM
      (GOV. CODE, SECTION 12990)

      Your attention is called to the "Nondiscrimination Clause", set forth in Section 7 1.01A(4), "Labor Nondiscrimination," of the Caltrans Standard Specifications, which is applicable to all nonexempt state contracts and subcontracts, and to the "Standard California Nondiscrimination Construction Contract Specifications" set forth therein.  The Specifications are applicable to all nonexempt state construction contracts and subcontracts of $5,000 or more.

    • REMOVE EXISTING IMPROVEMENTS

      Concrete, asphalt concrete and all other items designated on the plans to be removed or must be removed in order to install the improvements as shown on the plans, shall be removed and disposed of outside the highway right of way in accordance with the provisions in Section 7-10 of the Standard Specifications. Saw-cut all concrete and asphalt materials surfaces prior to removal.

      The lump sum price paid for removing existing improvements shall include full compensation for furnishing all labor, material, tools, equipment and incidentals, and for doing all the work involved in removing the existing improvements as shown on the plans, specified in the standard specifications and these special provisions, and as required to install proposed improvements, and as directed by Engineer.

    • QUALITY ASSURANCE

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

    • REMOVE PAVEMENT MARKERS

      All pavement markers within the overlay area shall be removed prior to grinding and shall be removed and disposed of outside the highway right of way in accordance with the provisions in Section 7-10 of the City of Turlock Standard Specifications.

      The lump sum price paid for Removing Pavement Markers shall include full compensation for furnishing all labor, material, tools, equipment and incidentals, and for doing all the work involved in Removing Pavement Markers as shown on the plans, specified in the standard specifications and these special provisions, and as directed by Engineer.

    • PROMPT PAYMENT
      1. FROM THE AGENCY TO THE CONTRACTORS
        The Local Agency shall make all project progress payment within 30 days after receipt of an undisputed and properly submitted payment request from the Contractor on a construction contract. If the Local Agency fails to pay promptly, the Local Agency shall pay interest to the Contractor, which accrues at the rate of 10 percent per annum on the principal amount of a money judgment remaining unsatisfied and pro-rated as necessary. Upon receipt of the payment request, the Local Agency shall act in accordance with both of the following:
        1. The Local Agency shall review each payment request as soon as feasible after receipt to verify it is a proper payment request.
        2. The Local Agency must return any payment request deemed improper by the Local Agency to the Contractor as soon as feasible, but not later than seven (7) days, after receipt. A request returned pursuant to this paragraph shall include documentation setting forth in writing the reasons why it is an improper payment request.
      2. SUBMITTAL OF EXHIBIT 9-P
        In accordance with California Business and Professions Code section 7108.5, the prime contractor or subcontractor shall pay to any subcontractor, not later than seven days after receipt of each progress payment, unless otherwise agreed to in writing, the respective amounts allowed the contractor on account of the work performed by the subcontractors, to the extent of each subcontractor’s interest therein. In the event that there is a good faith dispute over all or any portion of the amount due on a progress payment from the prime contractor or subcontractor to a subcontractor, the prime contractor or subcontractor may withhold no more than 150 percent of the disputed amount. Any violation of this requirement shall constitute a cause for disciplinary action and shall subject the licensee to a penalty, payable to the subcontractor, of 2 percent of the amount due per month for every month that payment is not made.

      In any action for the collection of funds wrongfully withheld, the prevailing party shall be entitled to his or her attorney’s fees and costs. The sanctions authorized under this requirement shall be separate from, and in addition to, all other remedies, either civil, administrative, or criminal.

      The Contractor must submit Exhibit 9-P to the Local Agency administering the contract by the 15th of the month following the month of any payment(s). If the Contractor does not make any payments to subcontractors, supplier(s) and/or manufacturers they must report “no payments were made to subs this month” and write this visibly and legibly on Exhibit 9-P.
      The Local Agency must verify all Exhibit 9-P information, monitor compliance with prompt payment requirements for DBE and non-DBE firms, and address any shortfall to the DBE commitment and prompt payment issues until the end of the project. The Local Agency must email a copy of Exhibit 9-P to DBE.Forms@dot.ca.gov before the end of the month after receiving the Exhibit 9-P from the Contractor.

    • PREVAILING WAGE

      Attention is directed to Section 7-1.02K "Labor Code," of the Caltrans Standard Specifications, however certified payroll is not submitted to Caltrans for this project. Contractor shall submit certified payroll records both to the DIR and to the Engineer on a weekly basis.  Contractor may submit certified payroll records to the Engineer via mail, email, or uploaded to VPM.

      If there is a difference between the minimum wage rates predetermined by the United States Secretary of Labor and the general prevailing wage rates determined by the Director of the California Department of Industrial Relations for similar classifications of labor, the Contractor and subcontractors shall pay not less than the higher wage rate.  Caltrans will not accept lower State wage rates not specifically included in the Federal minimum wage determinations.  This includes "helper" (or other classifications based on hours of experience) or any other classification not appearing in the Federal wage determinations.  Where Federal wage determinations do not contain the State wage rate determination otherwise available for use by the Contractor and subcontractors, the Contractor and subcontractors shall pay not less than the Federal minimum wage rate, which most closely approximates the duties of the employees in question.

      State Prevailing Wage Rates
      Pursuant to Section 1773 of the Labor Code, the General Prevailing Wage Rates in the County Stanislaus in which the work is to be done have been determined by the Director of the California Department of Industrial Relations.  These wages are set forth in the General Prevailing Wage Rates for this project, available at 156 S. Broadway St, Turlock, CA 95380 and available from the California Department of Industrial Relations’ Internet web site at http://www.dir.ca.gov/DLSR/PWD.  Changes, if any, to the general prevailing wage rates, will be available at the same location.  Future effective General Prevailing Wage Rates, that have been predetermined and are on file with the California Department of Industrial Relations are referenced but not printed in the General Prevailing Wage Rates.  

      Federal Minimum Wage Rates
      The Federal minimum wage rates for this project as predetermined by the United States Secretary of Labor are available online at https://sam.gov/wage-determination/CA20210018/27  The federal prevailing wage rate in effect for the entirety of this project shall be determination # CA20230018 07/27/2023 CA29 Modification # 16, unless otherwise modified by project addenda.  If necessary, addenda will be issued to modify the Federal minimum wage rates. 

    • FORM FHWA-1273 REQUIRED CONTRACT PROVISIONS FEDERAL-AID CONTRACTS

      See the following subsections for Form FHWA-1273.

    • PREVAILING WAGE

      Attention is directed to Section 7-1.02K "Labor Code," of the Caltrans Standard Specifications, however certified payroll is not submitted to Caltrans for this project. Contractor shall submit certified payroll records both to the DIR and to the Engineer on a weekly basis.  Contractor may submit certified payroll records to the Engineer via mail, email, or uploaded to VPM.

      State Prevailing Wage Rates
      Pursuant to Section 1773 of the Labor Code, the General Prevailing Wage Rates in the County Stanislaus in which the work is to be done have been determined by the Director of the California Department of Industrial Relations.  These wages are set forth in the General Prevailing Wage Rates for this project, available at 156 S. Broadway St, Turlock, CA 95380 and available from the California Department of Industrial Relations’ Internet web site at http://www.dir.ca.gov/DLSR/PWD.  Changes, if any, to the general prevailing wage rates, will be available at the same location.  Future effective General Prevailing Wage Rates, that have been predetermined and are on file with the California Department of Industrial Relations are referenced but not printed in the General Prevailing Wage Rates.

    • EARTHWORK

      Earthwork shall conform to the provisions in Section 19, “Earthwork”, of the Caltrans Standard Specifications and these special provisions.

      Surplus excavated material shall become the property of Contractor and shall be disposed of outside the right-of-way and shall conform to the provisions in Section 7-10, “Disposal of Materials Outside the Right of Way”, of the Standard Specifications.

      All import borrow shall meet the requirements of Structure Backfill as defined in Section 19 of the Caltrans Standard Specifications. All backfill material shall be compacted at 95% relative compaction for the entire depth of imported material. The maximum thickness of each layer of material before compaction shall be one foot and shall be composed of import borrow, existing material, or a combination of both.

      The contract lump sum price paid for earthwork shall include full compensation for furnishing all labor, material, tools, equipment and incidentals, and for doing all the work involved in importing, excavating, hauling, compacting, and removing the earthwork as shown on the plans, specified in the standard specifications and these special provisions, and as directed by Engineer.

    • MINOR CONCRETE

      Material for minor concrete shall conform to Section “Minor Concrete,” of these special provisions.

      Contractor shall submit a certificate of compliance for all minor concrete.

      Lines, grades, dimensions and general construction of curb & gutter and sidewalk shall conform to the City of Turlock Standard Drawings

      The contract price paid per linear foot for Minor Concrete (Curb and Gutter, Vertical Curb) shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals and for doing all the work involved in constructing the vertical curb, complete in place, as shown on the plans, and as required by law, as specified in the Standard Specifications and these Special Provisions, and as directed by the Engineer.

      The contract price paid per square foot for Minor Concrete (Sidewalk, Driveway) shall include full compensation for furnishing all labor, material (including adhesive, or reinforcing steel and dowels for anchoring, and expansion joint material), tools, equipment and incidentals, and for doing all the work involved in constructing Minor Concrete, complete in place, as shown on the plans, specified in the standard specifications and these special provisions, and as directed by Engineer.

    • FEMALE AND MINORITY GOALS

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

      The nationwide goal for female utilization is 6.9 percent.

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

      MINORITY UTILIZATION GOALS

      Economic Area

      Goal (Percent)

       

      174

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

      6.8

       

      175

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

      6.6

       

      176

      San Francisco-Oakland-San Jose, CA:
      SMSA Counties:
      7120 Salinas-Seaside-Monterey, CA
      CA Monterey
      7360 San Francisco-Oakland
      CA Alameda; CA Contra Costa; CA Marin; CA San Francisco; CA San Mateo
      7400 San Jose, CA
      CA Santa Clara, CA 7485 Santa Cruz, CA
      CA Santa Cruz
      7500 Santa Rosa
      CA Sonoma
      8720 Vallejo-Fairfield-Napa, CA
      CA Napa; CA Solano
      Non-SMSA Counties:
      CA Lake; CA Mendocino; CA San Benito

      28.9

      25.6

      19.6

      14.9

      9.1

      17.1

      23.2

       
       
       
       
       
       
       

      177

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

      16.1

      14.3

       

      178

      Stockton-Modesto, CA:
      SMSA Counties:
      5170 Modesto, CA

      CA Stanislaus 8120 Stockton, CA
      Non-SMSA Counties:
      CA Alpine; CA Amador; CA Calaveras; CA Mariposa; CA Merced; CA Tuolumne

      12.3

      24.3

      19.8

       

      179

      Fresno-Bakersfield, CA
      SMSA Counties:
      0680 Bakersfield, CA
      CA Kern
      2840 Fresno, CA CA Fresno
      Non-SMSA Counties:
      CA Kings; CA Madera; CA Tulare

      19.1

      26.1

      23.6

       

      180

      Los Angeles, CA:
      SMSA Counties:
      0360 Anaheim-Santa Ana-Garden Grove, CA
      CA Orange
      4480 Los Angeles-Long Beach, CA
      CA Los Angeles
      6000 Oxnard-Simi Valley-Ventura, CA CA Ventura
      6780 Riverside-San Bernardino-Ontario, CA
      CA Riverside; CA San Bernardino
      7480 Santa Barbara-Santa Maria-Lompoc, CA
      CA Santa Barbara
      Non-SMSA Counties:
      CA Inyo; CA Mono; CA San Luis Obispo

      11.9

      28.3

      21.5

      19.0

      19.7

      24.6

       

      181

      San Diego, CA:
      SMSA Counties
      7320 San Diego, CA CA San Diego
      Non-SMSA Counties:
      CA Imperial

      16.9

      18.2

       

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

    • ACCESS RAMP (RETROFIT)

      The Contractor shall install retrofit detectable warning surfaces at the locations identified on the plans, in accordance with the manufacture’s recommendations.  Access Ramps shall conform to the provisions of Section 13, “Concrete Construction” of the City of Turlock Standard Specifications and the 2010 ADA Standards.

      Detectable warning surfaces shall be “ARMOR-TILE” or approved equal.

      The Contractor shall install detectable warning surfaces in a manner that extends the entire width of the opening of the ramp for a depth of 3 feet.

      The Contractor shall prep the surface of the ramp and install the detectable warning surface in accordance with the manufacture’s recommendations.

      The contract price paid per each for access ramp (retrofit) shall include full compensation for furnishing all labor, material (including detectable warning surfaces), tools, equipment and incidentals, and for doing all the work involved in constructing Access Ramps, complete in place, as shown on the plans, specified in the standard specifications and these special provisions, and as directed by Engineer.

    • TITLE VI ASSURANCES

       APPENDIX A

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

      1. Compliance with Regulations: CONTRACTOR shall comply with the regulations relative to nondiscrimination in federally assisted programs of the Department of Transportation, Title 49, Code of Federal Regulations, Part 21, as they may be amended from time to time, (hereinafter referred to as the REGULATIONS), which are herein incorporated by reference and made a part of this agreement.
      2. Nondiscrimination: CONTRACTOR, with regard to the work performed by it during the AGREEMENT, shall not discriminate on the grounds of race, color, sex, national origin, religion, age, or disability in the selection and retention of sub-applicants, including procurements of materials and leases of equipment. CONTRACTOR shall not participate either directly or indirectly in the discrimination prohibited by Section 21.5 of the Regulations, including employment practices when the agreement covers a program set forth in Appendix B of the Regulations.
      3. Solicitations for Sub-agreements, Including Procurements of Materials and Equipment: In all solicitations either by competitive bidding or negotiation made by CONTRACTOR for work to be performed under a Sub- agreement, including procurements of materials or leases of equipment, each potential sub-applicant or supplier shall be notified by CONTRACTOR of the CONTRACTOR’S obligations under this Agreement and the Regulations relative to nondiscrimination on the grounds of race, color, or national origin.
      4. Information and Reports: CONTRACTOR shall provide all information and reports required by the Regulations, or directives issued pursuant thereto, and shall permit access to its books, records, accounts, other sources of information, and its facilities as may be determined by the recipient or FHWA to be pertinent to ascertain compliance with such Regulations or directives. Where any information required of CONTRACTOR is in the exclusive possession of another who fails or refuses to furnish this information, CONTRACTOR shall so certify to the recipient or FHWA as appropriate, and shall set forth what efforts CONTRACTOR has made to obtain the information.
      5. Sanctions for Noncompliance: In the event of CONTRACTOR’s noncompliance with the nondiscrimination provisions of this agreement, the recipient shall impose such agreement sanctions as it or the FHWA may determine to be appropriate, including, but not limited to:
        1. withholding of payments to CONTRACTOR under the Agreement within a reasonable period of time, not to exceed 90 days; and/or
        2. cancellation, termination or suspension of the Agreement, in whole or in part.
      6. Incorporation of Provisions: CONTRACTOR shall include the provisions of paragraphs (1) through (6) in every sub-agreement, including procurements of materials and leases of equipment, unless exempt by the Regulations, or directives issued pursuant thereto.

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

      APPENDIX B
      CLAUSES FOR DEEDS TRANSFERRING UNITED STATES PROPERTY

      The following clauses will be included in deeds effecting or recording the transfer of real property, structures, or improvements thereon, or granting interest therein from the United States pursuant to the provisions of Assurance 4:

      NOW THEREFORE, the U.S. Department of Transportation as authorized by law and upon the condition that the recipient will accept title to the lands and maintain the project constructed thereon in accordance with Title 23 U.S.C., the regulations for the administration of the preceding statute, and the policies and procedures prescribed by the FHWA of the U.S. Department of Transportation in accordance and in compliance with all requirements imposed by Title 49, Code of Federal Regulations, U.S. Department of Transportation, Subtitle A, Office of the Secretary, Part 21, Non-discrimination in Federally-assisted programs of the U.S. Department of Transportation pertaining to and effectuating the provisions of Title VI of the Civil Rights Act of 1964 (78 Stat. 252; 42 U.S.C. § 2000d to 2000d-4), does hereby remise, release, quitclaim and convey unto the recipient all the right, title and interest of the U.S. Department of Transportation in and to said lands described in Exhibit A attached hereto and made a part hereof.

      (HABENDUM CLAUSE)

      TO HAVE AND TO HOLD said lands and interests therein unto the recipient and its successors forever, subject, however, to the covenants, conditions, restrictions and reservations herein contained as follows, which will remain in effect for the period during which the real property or structures are used for a purpose for which Federal financial assistance is extended or for another purpose involving the provision of similar services or benefits and will be binding on the recipient, its successors and assigns. The recipient, in consideration of the conveyance of said lands and interest in lands, does hereby covenant and agree as a covenant running with the land for itself, its successors and assigns, that (1) no person will on the grounds of race, color, or national origin, be excluded from participation in, be denied the benefits of, or be otherwise subjected to discrimination with regard to any facility located wholly or in part on, over, or under such lands hereby conveyed [,] [and]* (2) that the recipient will use the lands and interests in lands and interest in lands so conveyed, in compliance with all requirements imposed by or pursuant to Title 49, Code of Federal Regulations, U.S. Department of Transportation, Subtitle A, Office of the Secretary, Part 21, Non- discrimination in Federally-assisted programs of the U.S. Department of Transportation, Effectuation of Title VI of the Civil Rights Act of 1964, and as said Regulations and Acts may be amended[, and (3) that in the event of breach of any of the above-mentioned non-discrimination conditions, the Department will have a right to enter or re-enter said lands and facilities on said lands, and that above described land and facilities will thereon revert to and vest in and become the absolute property of the U.S. Department of Transportation and its assigns as such interest existed prior to this instruction].*

      (*Reverter clause and related language to be used only when it is determined that such a clause is necessary in order to make clear the purpose of Title VI.)

      APPENDIX C
      CLAUSES FOR TRANSFER OF REAL PROPERTY ACQUIRED OR IMPROVED UNDER THE ACTIVITY, FACILITY, OR PROGRAM

      The following clauses will be included in deeds, licenses, leases, permits, or similar instruments entered into by the recipient pursuant to the provisions of Assurance 7(a):

      1. The (grantee, lessee, permittee, etc. as appropriate) for himself/herself, his/her heirs, personal representatives, successors in interest, and assigns, as a part of the consideration hereof, does hereby covenant and agree [in the case of deeds and leases add “as a covenant running with the land”] that:
        1. In the event facilities are constructed, maintained, or otherwise operated on the property described in this (deed, license, lease, permit, etc.) for a purpose for which a U.S. Department of Transportation activity, facility, or program is extended or for another purpose involving the provision of similar services or benefits, the (grantee, licensee, lessee, permittee, etc.) will maintain and operate such facilities and services in compliance with all requirements imposed by the Acts and Regulations (as may be amended) such that no person on the grounds of race, color, or national origin, will be excluded from participation in, denied the benefits of, or be otherwise subjected to discrimination in the use of said facilities.
      2. With respect to licenses, leases, permits, etc., in the event of breach of any of the above Non- discrimination covenants, the recipient will have the right to terminate the (lease, license, permit, etc.) and to enter, re-enter, and repossess said lands and facilities thereon, and hold the same as if the (lease, license, permit, etc.) had never been made or issued.*
      3. With respect to a deed, in the event of breach of any of the above Non-discrimination covenants, the recipient will have the right to enter or re-enter the lands and facilities thereon, and the above described lands and facilities will there upon revert to and vest in and become the absolute property of the recipient and its assigns.*

      (*Reverter clause and related language to be used only when it is determined that such a clause is necessary to make clear the purpose of Title VI.)

      APPENDIX D
      CLAUSES FOR CONSTRUCTION/USE/ACCESS TO REAL PROPERTY ACQUIRED UNDER THE ACTIVITY, FACILITY OR PROGRAM

      The following clauses will be included in deeds, licenses, permits, or similar instruments/agreements entered into by the recipient pursuant to the provisions of Assurance 7(b):

      1. The (grantee, licensee, permittee, etc., as appropriate) for himself/herself, his/her heirs, personal representatives, successors in interest ,and assigns, as a part of the consideration hereof, does hereby covenant and agree (in the case of deeds and leases add, “as a covenant running with the land”) that (1) no person on the ground of race, color, or national origin, will be excluded from participation in, denied the benefits of, or be otherwise subjected to discrimination in the use of said facilities, (2) that in the construction of any improvements on, over, or under such land, and the furnishings of services thereon, no person on the ground of race, color, or national origin, will be excluded from participation in, denied the benefits or, or otherwise be subjected to discrimination, (3) that the (grantee, licensee, lessee, permittee, etc.) will use the premises in compliance with all other requirements imposed by or pursuant to the Acts and Regulations, as amended, set forth in this Assurance.
      2. With respect to (licenses, leases, permits, etc.) in the event of breach of any of the above of the above Non-discrimination covenants, the recipient will have the right to terminate the (license, permits, etc., as appropriate) and to enter or re-enter and repossess said land and the facilities thereon, and hold the same as if said (license, permit, etc., as appropriate) had never been made or issued.*
      3. With respect to deeds, in the event of breach of any of the above Non-discrimination covenants, the recipient will there upon revert to and vest in and become the absolute property of the recipient and its assigns.

      (*Reverter clause and related language to be used only when it is determined that such a clause is necessary to make clear the purpose of Title VI.)

      APPENDIX E

      During the performance of this contract, the contractor, for itself, its assignees, and successors in interest (hereinafter referred to as the “contractor”) agrees to comply with the following non-discrimination statutes and authorities, including, but not limited to:

      Pertinent Non-Discrimination Authorities:

        • Title VI of the Civil Rights Act of 1964 (42 U.S.C. § 2000d et seq., 78 stat. 252), prohibits discrimination on the basis of race, color, national origin); and 49 CFR Part 21.
        • The Uniform Relocation Assistance and Real Property Acquisition Policies Act of 1970, (42 U.S.C. § 4601), (prohibits unfair treatment of persons displaced or whose property has been acquired because of Federal or Federal-aid programs and projects);
        • Federal-Aid Highway Act of 1973, (23 U.S.C. § 324 et seq.), prohibits discrimination on the basis of sex;
        • Section 504 of the Rehabilitation Act of 1973, (29 U.S.C. § 794 et seq.), as amended, (prohibits discrimination on the basis of disability); and 49 CR Part 27;
        • The Age Discrimination Act of 1975, as amended, (42 U.S.C. § 6101 et seq.), prohibits discrimination on the basis of age);
        • Airport and Airway Improvement Act of 1982, (49 U.S.C. § 471, Section 47123), as amended, (prohibits discrimination based on race, creed, color, national origin, or sex);
        • The Civil Rights Restoration Act of 1987, (PL 100-209), (Broadened the scope, coverage and applicability of Title VI of the Civil Rights Act of 1964, The Age Discrimination Act of 1975 and Section 504 of the Rehabilitation Act of 1973, by expanding the definition of the terms “programs or activities” to include all of the programs or activities of the Federal-aid recipients, sub-recipients and contractors, whether such programs or activities are Federally funded or not);
        • Titles II and III of the Americans with Disabilities Act, which prohibit discrimination of the basis of disability in the operation of public entities, public and private transportation systems, places of public accommodation, and certain testing entities (42 U.S.C. §§ 12131 – 12189) as implemented by Department of Transportation regulations 49 C.F.R. parts 37 and 38;
        • The Federal Aviation Administration’s Non-discrimination statute (49 U.S.C. § 47123) (prohibits discrimination on the basis of race, color, national origin, and sex);
        • Executive Order 12898, Federal Actions to Address Environmental Justice in Minority Populations and Low- Income Populations, which ensures discrimination against minority populations by discouraging programs, policies, and activities with disproportionately high and adverse human health or environmental effects on minority and low-income populations;
        • Executive Order 13166, Improving Access to Services for Persons with Limited English Proficiency, and resulting agency guidance, national origin discrimination includes discrimination because of limited English proficiency (LEP). To ensure compliance with Title VI, you must take reasonable steps to ensure that LEP persons have meaningful access to your programs (70 Fed. Reg. at 74087 to 74100);
        • Title IX of the Education Amendments of 1972, as amended, which prohibits you from discriminating because of sex in education programs or activities (20 U.S.C. 1681 et seq).

      Federal Trainee Program Special Provisions (to be used when applicable)

    • SUBCONTRACTOR AND DISADVANTAGED BUSINESS ENTERPRISE RECORDS

      Use each DBE subcontractor as listed on the List of Subcontractors form and the Local Agency Bidder DBE Commitment (Construction Contracts), Exhibit 15-G, forms unless you receive authorization for a substitution.

      The Agency requests the Contractor to:

      1. Notify the Engineer of any changes to its anticipated DBE participation
      2. Provide this notification before starting the affected work

      Maintain records including:

      1. Name and business address of each 1st-tier subcontractor
      2. Name and business address of each DBE subcontractor, DBE vendor, and DBE trucking company, regardless of tier
      3. Date of payment and total amount paid to each business

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

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

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

      Upon work completion, complete a Final Report – Utilization of Disadvantaged Business Enterprises (DBE), First-Tier Subcontractors, Exhibit 17-F, form.  Submit it within 90 days of contract acceptance.  The Agency withholds $10,000 until the form is submitted.  The Agency releases the withhold upon submission of the completed form.

    • ACCESS RAMP (ADDED LABOR AND DETECTABLE WARNING)

      Access Ramps shall conform to the provisions of Section 13, “Concrete Construction” of the Standard Specifications and the 2010 ADA Standards.  Contractor shall construct access ramps as located on the plans and in accordance with Section 13 of the Standard Specifications.

      Detectable warning surfaces shall be manufactured by “ARMOR-TILE” or approved equal.  Truncated domes shall be spaced 2.3 to 2.4 inches on center, horizontally and vertically, as required per the California Building Code.  

      The Contractor shall install detectable warning surfaces in a manner that extends the entire width of the opening of the ramp for a depth of 3 feet.

      Quantities of Access Ramp (Added Labor and Detectable Warning) to be paid for by the each will be calculated on the basis of the actual count of access ramps and adjusted by the amount of any change ordered by Engineer.  Concrete quantities are to be included in the Minor Concrete bid items.

      The contract price paid per each for Access Ramp (Added Labor and Detectable Warning) shall include full compensation for furnishing the additional labor needed to form the ramp in curb and gutter and sidewalk areas to the required line and grade plus furnishing and installing the detectable warning surface, including tools, equipment and incidentals, as shown on the plans, specified in the standard specifications and these special provisions, and as directed by Engineer.

    • FEDERAL TRAINEE PROGRAM

      For the Federal training program, the number of trainees or apprentices is TBD.

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

      The prime contractor has primary responsibility for meeting this training requirement.

      If the prime contractor subcontracts a contract part, they shall determine how many trainees or apprentices are to be trained by the subcontractor. Include these training requirements in each subcontract.

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

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

      Before starting work, the prime contractor shall submit to the City of Turlock :

      1. Number of apprentices or trainees to be trained for each classification
      2. Training program to be used
      3. Training starting date for each classification

      The prime contractor shall obtain the City of Turlock approval for this submitted information before the prime contractor starts work. The City of Turlock credits the prime contractor for each apprentice or trainee the prime contractor employs on the job who is currently enrolled or becomes enrolled in an approved program.

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

      The prime contractor shall not employ as an apprentice or trainee an employee:

      1. In any classification in which the employee has successfully completed a training course leading to journeyman status or in which the employee has been employed as a journeyman
      2. Who is not registered in a program approved by the US Department of Labor, Bureau of Apprenticeship and Training

      The prime contractor shall ask the employee if the employee has successfully completed a training course leading to journeyman status or has been employed as a journeyman. The prime contractor’s records must show the employee's answers to the questions.

      In the training program, the prime contractor shall establish the minimum length and training type for each classification. The City of Turlock  and FHWA approves a program if one of the following is met:

      1. It is calculated to:
        • Meet the equal employment opportunity responsibilities
        • Qualify the average apprentice or trainee for journeyman status in the classification involved by the end of the training period
      2. It is registered with the U.S. Department of Labor, Bureau of Apprenticeship and Training, and it is administered in a way consistent with the equal employment responsibilities of Federal-aid highway construction contracts

      The prime contractor shall obtain the State's approval for their training program before they start work involving the classification covered by the program.

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

      The City of Turlock reimburses the prime contractor 80 cents per hour of training given an employee on this contract under an approved training program:

      1. For on-site training
      2. For off-site training if the apprentice or trainee is currently employed on a Federal-aid project and prime contractor does at least one of the following:
        1. Contribute to the cost of the training
        2. Provide the instruction to the apprentice or trainee
        3. Pay the apprentice's or trainee's wages during the off-site training period
      3. If the prime contractor complies with this section.

      Each apprentice or trainee must:

      1. Begin training on the project as soon as feasible after the start of work involving the apprentice's or trainee's skill
      2. Remain on the project as long as training opportunities exist in the apprentice's or trainee's work classification or until the apprentice or trainee has completed the training program

      Furnish the apprentice or trainee a:

      1. Copy of the training plan approved by the U.S, Department of Labor or a training plan for trainees approved by both Caltrans and FHWA
      2. Certification showing the type and length of training satisfactorily completed

      Maintain records and submit reports documenting contractor’s performance under this section.

    • PROHIBITION OF CERTAIN TELECOMMUNICATIONS AND VIDEO SURVEILLANCE EQUIPMENT AND SERVICES

      In response to significant national security concerns, the agency shall check the prohibited vendor list before making any telecommunications and video surveillance purchase because recipients and subrecipients of federal funds are prohibited from obligating or expending loan or grant funds to:

      • Procure or obtain;
      • Extend or renew a contract to procure or obtain; or
      • Enter into a contract (or extend or renew a contract) to procure or obtain equipment, services, or systems that uses covered telecommunications equipment or services as a substantial or essential component of any system, or as critical technology as part of any system.

      The prohibited vendors (and their subsidiaries or affiliates) are:

      • Huawei Technologies Company;
      • ZTE Corporation;
      • Hytera Communications Corporation;
      • Hangzhou Hikvision Digital Technology Company;
      • Dahua Technology Company; and
      • Subsidiaries or affiliates of the above-mentioned companies.

      In implementing the prohibition, the agency administering loan, grant, or subsidy programs shall prioritize available funding and technical support to assist affected businesses, institutions and organizations as is reasonably necessary for those affected entities to transition from covered communications equipment and services, to procure replacement equipment and services, and to ensure that communications service to users and customers is sustained. The contractors should furnish telecommunications and video surveillance equipment with a certificate of compliance. The certificate must state telecommunications and video surveillance equipment was not procured or obtained from manufacturers identified in the above list.

    • PERFORMANCE OF DISADVANTAGED BUSINESS ENTERPRISES

      DBEs must perform work or supply materials as listed in the Local Agency Bidder DBE Commitment (Construction Contracts), Exhibit 15-G, included in the Bid.

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

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

      1. Listed DBE fails or refuses to execute a written contract based on plans and specifications for the project.
      2. You stipulated that a bond is a condition of executing the subcontract and the listed DBE fails to meet your bond requirements.
      3. Work requires a contractor's license and listed DBE does not have a valid license under Contractors License Law.
      4. Listed DBE fails or refuses to perform the work or furnish the listed materials.
      5. Listed DBE's work is unsatisfactory and not in compliance with the contract.
      6.  Listed DBE is ineligible to work on the project because of suspension or debarment.
      7. Listed DBE becomes bankrupt or insolvent.
      8.  Listed DBE voluntarily withdraws with written notice from the Contract.
      9. Listed DBE is ineligible to receive credit for the type of work required.
      10. Listed DBE owner dies or becomes disabled resulting in the inability to perform the work on the Contract.
      11. Agency determines other documented good cause.

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

      1. 1 or more of the reasons listed in the preceding paragraph
      2. Notices from you to the DBE regarding the request
      3. Notices from the DBEs to you regarding the request

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

      The substitute DBE must be certified as a DBE at the time of request for substitution.

      Unless the Agency authorizes (1) a request to use other forces or sources of materials or (2) a good faith effort for a substitution of a terminated DBE, the Agency does not pay for work listed on the Local Agency Bidder DBE Commitment (Construction Contracts), Exhibit 15-G, form unless it is performed or supplied by the listed DBE or an authorized substitute.

    • EROSION CONTROL

      Contractor is required to provide an Erosion and Sediment Control Plan (ESCP) for review and approval by the City of Turlock Engineering Division.  A blank ESCP worksheet is available to download from the City’s website at https://ci.turlock.ca.us/buildinginturlock/landdevelopment/improvementplan.asp.  The plan must be approved prior to beginning of work on-site.  Contractor shall implement Best Management Practices (BMPs) before construction occurs both in the area of work, as well as staging areas.  Contractor shall maintain BMPs in good working condition at all times.  Contractor shall provide drain inlet protection, at a minimum.  The completed ESCP and required BMPs must be in place prior to soil disturbing construction activities.

      The cost to create and implement an ESCP shall be considered as included in the various contract items, and no additional compensation shall be made.  

    • STORMWATER POLLUTION PREVENTION
      1. For the purposes of bidding, it is assumed that this project is a Risk Level 2 as defined under the SWRCB permit conditions.
        1. The contractor is to pay for all requirements, fees, engineering, and other fees related to SWPPP permits.
        2. Contractor is to confirm the risk level for the project.
      2. Construction General Permit:
        1. The CONTRACTOR shall furnish and submit all Permit Registration Documents (PRD’s) to the State of California Water Resources Control Board to obtain approval of the Construction General Permit (CGP).
        2. The PRD’s shall include but are not limited to the Notice of Intent (NOI), Risk Determination Worksheet, Site Maps, Stormwater Pollution Prevention Plan (SWPPP), Annual Fees, and Owner Certification. It shall also include all other reports, calculations, studies, exhibits, and documentation required to obtain the CGP.
        3. The PRD’s and Annual Reports shall be electronically submitted into the Stormwater Multiple Application and Report Tracking System (SMARTS).
        4. The CONTRACTOR shall also be responsible for maintaining the existing CGP active throughout the duration of the project. This shall include preparation of:
          1. Rain Event Action Plans (REAPs),
          2. Testing reports,
          3. Water quality testing reports,
          4. NAL reporting,
          5. Inspections reports required by the permit,
          6. Monitoring and all other items as required by the CGP.
        5. All CGP documents shall be submitted to the OWNER for reference and a copy shall be located on site at all times.
      3. Pollution Prevention Plan:
        1. Prepare and submit a Stormwater Pollution Prevention Plan (SWPPP) in accordance with Section A of the General Construction Activity Stormwater Permit to the OWNER for reference.
        2. Prepare and submit a monitoring program and reporting plan in accordance with Section B of the General Construction Activity Stormwater Permit to the OWNER for reference.
        3. Submit to the OWNER for reference a Stormwater Pollution Prevention Plan detailing the placement of physical Best Management Practices (BMPs) required for installation and the methods used to comply with those BMPs directed at operational procedures, Monitoring Program, and Reporting Plan.
        4. The plan shall specifically address and detail changes from the alternatives called out in this Section. The CONTRACTOR’s preferred techniques shall show how it will comply with the stated objectives of the program.
      4. The CONTRACTOR shall submit a copy of the BMP Handbook with each BMP to be utilized check marked to show compliance or marked to show deviation.
      5. The entire plan shall be kept and maintained by the CONTRACTOR on the construction site during the duration of the project.
      6. The CONTRACTOR shall be responsible for taking the proper actions to prevent contaminants and sediments from entering the storm sewer drainage system should any unforeseen circumstance occur. The CONTRACTOR shall take immediate action if directed by the OWNER, or if the CONTRACTOR observes contaminants and/or sediments entering the storm drainage system, to prevent further stormwater from entering the system.
      7. The CONTRACTOR shall comply with the State Water Resources Control Board, Regional Water Quality Control Board, county, city, and other local agency requirements regarding stormwater discharges and management.
      8. The CONTRACTOR shall not begin any construction work until the OWNER receives the State of California General Construction Activity Stormwater Permit.  The CONTRACTOR shall allow the OWNER 30 days to obtain this permit after receipt of the information listed below.
      9. The CONTRACTOR shall comply with the following prohibitions and limitations, which are contained in the Stormwater Permit:
        1. Discharge prohibitions:
          1. Discharges of materials other than stormwater, which are not otherwise regulated by a NPDES permit, to a separate stormwater sewer system or water of the nation are prohibited.
          2. Stormwater discharges shall not cause or threaten to cause pollution, contamination (including sediment), or nuisance.
          3. Stormwater discharges regulated by this general permit shall not contain a hazardous substance equal to or in excess of a reportable quantity listed in 40 CFR 117 and 40 CFR 302.
        2. Receiving water limitations:
          1. Stormwater discharges to any surface or groundwater shall not adversely impact human health or the environment.
          2. Stormwater discharge shall not cause or contribute to a violation of any applicable water quality standards contained in the California Ocean Plan, Inland Surface Waters and Enclosed Bays and Estuaries Plan, or the applicable Regional Water Board’s Basin Plan.
      10. Requirements:
        1. In order to comply with the permit mandates the Stanislaus County has developed a County-Wide Stormwater Pollution Prevention Program and summary of Best Management Practices (BMPs) that are suggested to be utilized by the CONTRACTOR. BMPs are measures or practices used to reduce the amount of pollution entering surface water. BMPs may take the form of a process, activity, or physical structure. Some BMPs are simple and can be put into place immediately, while others are more complicated and require extensive planning or space. They may be inexpensive or costly to implement. No additional compensation shall be made for implementation of BMPs.
      11. The CONTRACTOR shall implement all activities required by the General Permit and as detailed in the Stormwater Pollution Prevention Plan, Monitoring Program, and Reporting Plan, and shall supply a Qualified SWPPP Practitioner (QSP) to oversee the installation of BMPs on the project and all visual and chemical monitoring required by the approved SWPPP.
      12. The Stormwater Pollution Prevention Plan shall discuss any non-stormwater sources (i.e., landscaping irrigation, pipe flushing, street washing, and dewatering). In addition, the Plan shall include standard observation measures and best management practices, including best available technologies economically achievable and best conventional pollutant control technologies that are to be implemented in order to reduce the pollutant loading to the waters.
      13. The CONTRACTOR shall amend the Stormwater Pollution Prevention Plan, Monitoring Program, and Reporting Plan whenever there is a change in construction or operations which may affect the discharge of pollutants to stormwater.
      14. The Stormwater Pollution Prevention Plan shall also be amended if it is in violation of any conditions of the general permit or has not achieved the general objective of reducing pollutants in stormwater discharges.
      15. All amendments shall be completed at no additional cost to the OWNER.
      16. The CONTRACTOR shall submit to the Regional Water Quality Control Board an annual summary report including but not limited to: construction activities; project status; and documentation of non-stormwater discharge. The report shall be in accordance with all Regional Water Quality Control Board requirements.
      17. The CONTRACTOR shall submit to the State Water Resources Control Board, a Notice of Termination upon completion of all construction activities, in accordance with Section C of the General Construction Activity Stormwater Permit. 
        Street sweeping: At the end of each working day or as directed by the OWNER, the CONTRACTOR shall clean and sweep roadways and on-site paved areas of all materials attributed to or involved in the work. The CONTRACTOR shall not use water to flush down streets in place of street sweeping.
      18. The CONTRACTOR shall keep a stockpile of spill cleanup materials, such as rags or absorbents, readily accessible on-site for spill prevention and control. The CONTRACTOR shall immediately contain and prevent leaks and spills from entering storm drains, and properly clean up and dispose of the waste and cleanup materials. If the waste is hazardous, the CONTRACTOR shall dispose of hazardous waste only at authorized and permitted treatment, storage, and disposal facilities, and use only licensed hazardous waste haulers to remove the waste off-site, unless quantities to be transported are below applicable threshold limits for transportation specified in State and Federal regulations.
      19. The CONTRACTOR shall not perform vehicle or equipment cleaning on-site or in the street using soaps, solvents, degreasers, steam cleaning equipment, or equivalent methods.

      The lump sum price paid for Stormwater Pollution Prevention shall include all design, labor, materials, tools, equipment, and incidentals and for doing all the work involved in stormwater pollution prevention complete in place, as shown on the plans, as required by law, and as specified in the Standard Specifications and these Special Provisions.

    • TRAINING

      For the Federal training program, the number of trainees or apprentices is TBD.

    • SHORING, SHEETING, AND BRACING

      Contractor shall install a shoring system for the protection of workers and shall conform to Cal-OSHA requirements.  Contractor shall submit shoring system to the Engineer for review and approval.  The shoring plan shall be prepared, stamped, and signed by a licensed engineer.  Contractor shall not start activities that require shoring to be in place before the shoring system is accepted and approved by the Engineer.  Contractor shall submit evidence of receipt of an excavation permit from the State of California Department of Industrial Safety, Division of Occupational Safety & Health, for excavations to be performed as part of the scope of work, pursuant to the requirements of Labor Code Sections 6500, 6501, and 6502.  

      The contract lump sum price paid for Shoring, Sheeting, and Bracing shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals and for doing all the work involved in installing the shoring, complete in place, as shown on the plans, and as required by law, as specified in the Standard Specifications and these Special Provisions, and as directed by the Engineer.

    • BUY AMERICA REQUIREMENTS

      Attention is directed to the "Buy America" requirements of the Surface Transportation Assistance Act of 1982 (Section 165) and the Intermodal Surface Transportation Efficiency Act of 1991 (ISTEA) Sections 1041(a) and 1048(a), and the regulations adopted pursuant thereto.  In conformance with the law and regulations, all manufacturing processes for steel and iron materials furnished for incorporation into the work on this project shall occur in the United States; with the exception that pig iron and processed, pelletized and reduced iron ore manufactured outside of the United States may be used in the domestic manufacturing process for such steel and iron materials.  The application of coatings, such as epoxy coating, galvanizing, painting, and other coating that protects or enhances the value of steel or iron materials shall be considered a manufacturing process subject to the "Buy America" requirements.

      A Certificate of Compliance, conforming to the provisions in Section 6 1.07, "Certificates of Compliance," of the Standard Specifications, shall be furnished for steel and iron materials.  The certificates, in addition to certifying that the materials comply with the specifications, shall specifically certify that all manufacturing processes for the materials occurred in the United States, except for the above exceptions.

      The requirements imposed by the law and regulations do not prevent a minimal use of foreign steel and iron materials if the total combined cost of the materials used does not exceed one-tenth of one percent (0.1 percent) of the total contract cost or $2,500, whichever is greater.  The Contractor shall furnish the Engineer acceptable documentation of the quantity and value of the foreign steel and iron prior to incorporating the materials into the work.

    • PAYMENTS

      Attention is directed to Section, “Compensation,” of the Contract.

      At the end of each month the Contractor shall submit a proposed progress invoice.  The invoice shall delineate each bid item, the amount of work performed for the invoice period (previous month) and the total amount of work performed to date.  A sample invoice with all of the required items will be given to the Contractor at the pre-construction meeting.

      The Engineer will review the progress invoice and after any changes the Engineer makes, will issue an official invoice for the Contractor to sign.  The Contractor shall sign the official invoice and return to the Engineer.  After the Engineer receives the signed, official invoice, the progress payment will be processed.

      Retention in the amount of 5% of the progress payment amount shall be held from all progress payments.  Retention will be released approximately 35 days after the Notice of Completion has been filed, insofar as no stop notices were filed.

    • POTABLE WATER SYSTEM

      All work on the potable water system shown on the plans shall comply with Section 15 “Water Systems” of the City of Turlock Standard Specifications and Drawings. 

      GENERAL:
      Pipe materials and installation practices shall be in accordance with Section 15, “Water System,” of the City of Turlock Standard Specifications and Drawings, the plans, and these special provisions. Provide grip rings on mechanical joint fittings, change of direction, cap ends and valves as necessary.

      12" PVC WATER MAIN, 6” PVC WATER PIPE:
      12" PVC water main and 6” water pipe shall be C-900 PVC pipe, or approved equal, in accordance with Section 15-3. “Poly-Vinyl-Chloride Pipe,” of the City of Turlock Standard Specifications and Drawings, the plans, and these special provisions. Installation shall conform to Section 14 “Trenching and Backfilling” of the City of Turlock Standard Specifications and Drawings, Errata 1, the plans, and these special provisions.

      PIPE LAYING:
      All pipes shall be laid true to the lines and grades as shown on the plans.  If in any circumstance there is a confrontation between an existing permanent pipe and the proposed line, the Contractor, with the written approval of the Engineer, may lay the pipe at an elevation other than that specified on the plans. 

      The pipe shall at all times during loading, unloading, moving and laying operations, be handled with care.  The Engineer shall be the judge of whether pipe, coupling fitting, etc., has been damaged and any material so classified shall be removed from the work site permanently.

      The Contractor shall take extra precautions to ensure that the unfinished end of the pipe is securely plugged prior to commencing backfilling operations for that length of pipe.  At the close of the day' operations, or whenever workmen are absent from the job site, the last section of pipe shall be plugged, capped or otherwise tightly closed to prevent the entry of foreign matter of any nature. The interior of the pipe shall be kept free from dirt and other foreign material as the pipe laying progresses and said interior of pipe shall be left clean at the completion of the work.        
      Unless otherwise specified by the Engineer, all pipes shall be laid with the bells facing the direction of laying and shall be laid in accurate conformity with the prescribed lines and grades.  Each length shall be jointed to the preceding section as hereinafter specified; and after said jointing procedure has commenced, there shall be no movement of the pipe whatsoever in subsequent operations.  Each pipe shall have a firm bearing for its full length in the trench, except at bell holes and field joints. Only approved lubricants shall be used as an aid to mating bells and spigots.  The reference line on the spigot end should be flush with the end of the bell. Whenever necessary to deflect the pipe from a straight line either in the vertical or horizontal plane to avoid obstructions, or where long radius curves are permitted, the degree of deflection at joints shall be approved by the Engineer.

      When excessive groundwater conditions are encountered, such that the trench bottom cannot be kept dry during pipe laying operations, the Contractor shall excavate the trench six inches or more below the barrel of the pipe and backfill to grade with crushed rock.  Ground water shall be kept below the surface of the gravel bedding with suitable dewatering equipment during all pipe laying operations.  Over-excavation and crushed rock shall be furnished at the Contractor's expense.

      VALVES:
      Gate valves and butterfly valves shall be in accordance with Section 15-4 “Gate Valves,” of the City of Turlock Standard Specifications and Drawings, the plans, and these special provisions.  Each valve shall be installed in a valve box.

      FITTINGS:
      Fittings shall be in accordance with Section 15-5 “Fittings,” of the City of Turlock Standard Specifications and Drawings, the plans, and these special provisions.

      VALVE BOXES:
      Valve boxes shall be in accordance with Section 15-6 “Valve Boxes,” and Drawing W-6, “Water Valve Box,” of the City of Turlock Standard Specifications and Drawings, the plans, and these special provisions.

      THRUST BLOCKS:
      Thrust Blocks shall be in accordance with Section 15-9 “Thrust Blocks,” and Drawing W-4, “Thrust Blocks,” of the City of Turlock Standard Specifications and Drawings, the plans, and these special provisions.

      CONCRETE COLLARS:
      The Contractor shall install concrete collars at each water valve in accordance with Drawing W-5, “Line Valve,” of the City of Turlock Standard Specifications and Drawings.

      INTERRUPTION OF SERVICE:
      Service interruptions shall be in accordance with Section 15-10 “Interruption of Service,” of the City of Turlock Standard Specifications and Drawings, the plans, and these special provisions. 

      CONNECTION TO AND TAPPING EXISTING MAINS:
      Connections and tapping of existing mains shall be in accordance with Section 15-19 “Connection to And Tapping Existing Mains,” of the City of Turlock Standard Specifications and Drawings, the plans, and these special provisions. 

      For all work specified to be completed by the City of Turlock Water Division, the Contractor shall provide all excavation, trench protection, material and labor not specifically identified as being provided by City, and backfill.  

      Once a new water main has been disinfected and accepted by the Engineer, it will be considered an existing main.

      DISINFECTION:
      Disinfection of new mains shall be in accordance with Section 15-22 “Chlorination and Isolation of New Mains,” of the City of Turlock Standard Specifications and Drawings, the plans, and these special provisions.

      PRESSURE TEST:
      Pressure testing of new mains shall be in accordance with Section 15-25 “Leakage Test,” of the City of Turlock Standard Specifications and Drawings, the plans, and these special provisions.

      WATER SERVICES:
      Water services shall be in accordance with Section 15-11 “Service Lines,” of the City of Turlock Standard Specifications and Drawings, the plans, and these special provisions. 

      At the replacement of existing services with new services, the Contractor shall install each service with 1" pipe noted and shall have a #12 tracer wire installed from the main to the curb stop. 

      Specifically included in new services shall be the installation of a B-16 Christy box for 1” service at the property line with meter idler and curb stop.

      FIRE HYDRANT ASSEMBLIES:
      Fire Hydrant Assemblies shall include connection to the water main, gate valve and valve box, riser pipe, fittings, thrust block, painting of red curb, pavement marker and shall be installed per City of Turlock Standard Drawings W-1, W-2, W-3, in accordance with Section 15-8 “Fire Hydrants,” and Drawing W-1, “Fire Hydrant Assembly,” of the City of Turlock Standard Specifications and Drawings, the project plans, and these special provisions.  Contractor shall disinfect and remove disinfectant from the fire hydrant line per Section 15 of the City of Turlock Standard Specifications. 

      MEASUREMENT:
      12” PVC Water Main includes trench excavation, pipe laying, and backfill and shall be paid for by the linear foot as determined by the Engineer and adjusted by the amount of any change order.

      6” PVC Water Pipe includes trench excavation, pipe laying, and backfill and shall be paid for by the lineal foot as determined by the Engineer and adjusted by the amount of any change order.

      12” Butterfly valve and valve box shall be paid for by the each as determined by the Engineer and adjusted by the amount of any change order.

      Gate valves shall be considered as included in the contract unit prices for all items requiring gate valves and no separate payment shall be made therefor.

      Fittings shall be considered as included in the contract unit prices for all items requiring fittings and no separate payment shall be made therefor.

      Valve boxes shall be considered as included in the contract unit prices for all items requiring valve boxes and no separate payment shall be made therefor.

      Thrust blocks shall be considered as included in the contract unit prices for all items requiring thrust blocks and no separate payment shall be made therefor.

      Concrete collars shall be considered as included in the contract unit prices for all items requiring concrete collars and no separate payment will be made therefor.

      Interruption of service shall be considered as included in the contract unit prices for all items requiring interruption of service and no separate payment will be made therefor.

      Connection to existing water system shall be paid for by the each as determined by the Engineer and adjusted by the amount of any change order., unless stated otherwise in these specifications. 

      Disinfections shall be considered as included in the contract unit prices for all items requiring disinfections and no separate payment will be made therefor.

      Pressure tests shall be considered as included in the contract unit prices for all items requiring pressure tests and no separate payment will be made therefor.

      Fire Hydrant Assembly shall be paid for by the each as determined by the Engineer and adjusted by the amount of any change order.

      Fire Hydrant Assembly with Bollards shall be paid for by the each as determined by the Engineer and adjusted by the amount of any change order.

      Bollards shall be considered as included in the contract unit prices for all items requiring bollards and no separate payment will be made therefor.

      PAYMENT:
      Payment for “Water System,” shall be at the respective unit prices as set forth in the proposal and shall include all labor, materials, tools, equipment, saw cutting, excavation, hauling, compaction and all work necessary for the completion and testing of these items as specified in the City of Turlock Standard Specifications and Drawings, the plans, these special provisions and as directed by the Engineer.

    • TEMPORARY HANDLING OF WASTEWATER FLOWS

      The Contractor shall implement a Sewer Bypass Plan.  Temporary Handling of Wastewater Flows shall consist of providing temporary wastewater bypass pumping systems, wastewater flow diversions as may be approved by the Engineer, and restoring wastewater flows to normal service conditions, as shown on the Plans, in conformance with the provisions in the Specifications, and as directed by the Engineer.

      The approved Sewer Bypass Plan shall remain on-site during all portions of the work. Specific notification requirements and procedures shall be confirmed the project pre-construction meeting. 

      The Contractor is solely responsible for any releases of raw sewage due to failure of any component of the bypass pumping system, including backup containment measures. The Contractor shall reimburse the City for any and all costs such as assistance in cleanup and traffic control in case of sewer spill in conjunction with this work, fines by other government agencies and water quality testing costs. 

      PAYMENT
      The contract lump sum price paid for Temporary Handling of Wastewater Flows shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals and for doing all the work involved in Temporary Handling of Wastewater Flows, complete in place, including setup, operation, maintenance and removal wastewater bypass pumping and diversion systems; permits; preparation of detailed temporary wastewater handling plans and calculations; preparation of an emergency spill response plan; sewer service interruptions and notifications thereof; and related facilities or improvements constructed at the Contractor’s option; as shown on the Plans, in conformance with the provisions in the Standard Specifications, and as directed by the Engineer. 

    • GUARANTY

      Attention is directed to Section, “Guaranty,” of the City of Turlock Standard Specifications.

    • PROMPT PROGRESS PAYMENT TO SUBCONTRACTORS

      A prime contractor or subcontractor shall pay any subcontractor not later than 10 days of receipt of each progress payment in accordance with the provision in Section 7108.5 of the California Business and Professions Code concerning prompt payment to subcontractors.  The 10 days is applicable unless a longer period is agreed to in writing.  Any delay or postponement of payment over 30 days may take place only for good cause and with the agency’s prior written approval.  Any violation of Section 7108.5 shall subject the violating contractor or subcontractor to the penalties, sanction and other remedies of that section.  This requirement shall not be construed to limit or impair any contractual, administrative, or judicial remedies otherwise available to the contractor or subcontractor in the event of a dispute involving late payment or nonpayment by the prime contractor, deficient subcontract performance, or noncompliance by a subcontractor.

    • SANITARY SEWER MANHOLE

      Contractor shall install the sanitary sewer manholes in accordance with the project plans and the City of Turlock Standard Specifications and Drawings.  

      The contract price paid for each Sanitary Sewer Manhole shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals and for doing all the work involved in constructing the sanitary sewer manhole, complete in place, as shown on the plans, and as required by law, as specified in the Standard Specifications and these Special Provisions, and as directed by the Engineer.

    • SANITARY SEWER DROP MANHOLE

      Contractor shall install the sanitary sewer drop manhole in accordance with the project plans and the Standard Specifications and Drawings.  CLSM for the drop manhole shall be a two-sack sand-cement slurry.  Contractor shall ensure that slurry encases the standard wye and drop manhole connections and that no voids are present.

      Before submission of the submittal, the Contractor shall pothole the proposed sanitary sewer alignment for any underground conflicts.

      Specifically included in the measurement of the sanitary sewer drop manhole are the pipe materials from the manhole to the standard wye, all concrete necessary to construct the drop manhole, all necessary CLSM as required by the project details and all work required for the connection of the drop manhole to the existing sewer system.

      The contract price paid for each Sanitary Sewer Drop Manhole shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals and for doing all the work involved in constructing the sanitary sewer drop manhole, complete in place, as shown on the plans, and as required by law, as specified in the Standard Specifications and these Special Provisions, and as directed by the Engineer.

    • PROMPT PAYMENT OF FUNDS WITHHELD TO SUBCONTRACTORS

      The agency shall hold retainage from the prime contractor and shall make prompt and regular incremental acceptances of portions, as determined by the agency of the contract work and pay retainage to the prime contractor based on these acceptances. The prime contractor or subcontractor shall return all monies withheld in retention from all subcontractors within seven (7) days for construction contracts and fifteen (15) days for consultant contracts after receiving payment for work satisfactorily completed and accepted including incremental acceptances of portions of the contract work by the agency. Any delay or postponement of payment may take place only for good cause and with the agency’s prior written approval. Any violation of these provisions shall subject the violating prime contractor or subcontractor to the penalties, sanctions, and other remedies specified in Section 7108.5 of the California Business and Professions Code and Section 10262 of the California Public Contract Code for construction contracts, and Section 3321 of the California Civil Code for consultant contracts. This requirement shall not be construed to limit or impair any contractual, administrative or judicial remedies otherwise available to the contractor or subcontractor in the event of a dispute involving late payment or nonpayment by the contractor; deficient subcontractor performance and/or noncompliance by a subcontractor. This clause applies to both DBE and non-DBE subcontractors.

    • SANITARY SEWER PIPE

      Contractor shall install sanitary sewer pipe in accordance with the Standard Specifications and Drawings, the project plans and these special provisions.  Pipe material shall be 12” PVC SDR-26.  Contractor shall trench in accordance with Section 14 “Trenching and Backfilling” of the City of Turlock Standard Specifications and Drawings, Errata 1, the plans, and these special provisions.

      Testing and cleaning of new sanitary sewer pipelines shall be in accordance with Section 16 of the City of Turlock Standard Specifications and Drawings, the plans, and these special provisions.

      Quantities of sanitary sewer pipe to be paid for on the linear foot shall be calculated on the basis of the dimensions shown on the plans, in the horizontal plane, and adjusted by the amount of change order by the Engineer.  Specifically included in the measurement and payment of sanitary sewer pipe is the trenching, excavation and replacement of any improvements that are disturbed due to the installation of the pipe.

      The contract price paid per linear foot for Sanitary Sewer Pipe shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals and for doing all the work involved in constructing the sanitary sewer pipe, complete in place, as shown on the plans, and as required by law, as specified in the Standard Specifications and these Special Provisions, and as directed by the Engineer.

    • CITY PROJECTS COORDINATION

      Contractor is hereby notified that no other City projects are currently anticipated to be under construction concurrently with this project in overlapping or adjacent areas.

      Accordingly, no coordination with other City contractors is expected to be required at this time. Should any concurrent City projects arise, the City will provide the Contractor with the necessary contact information and coordination direction.

    • STORM DRAIN MANHOLE

      Contractor shall install storm drain manholes in accordance with the project plans and the City of Turlock Standard Specifications and Drawings.  

      The contract price paid for each Storm Drain Manhole shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals and for doing all the work involved in constructing the storm drain manhole, complete in place, as shown on the plans, and as required by law, as specified in the Standard Specifications and these Special Provisions, and as directed by the Engineer.

    • PUBLIC SAFETY

      In addition to any other measures taken by Contractor pursuant to the provisions of the Standard Specifications and the General Conditions, Contractor shall install temporary precast concrete barrier rail between any lane carrying public traffic and any excavation, obstacle or storage area when the following conditions exist:

      Excavations:  Any excavation, the near edge of which is 12 feet or less from the edge of the lane, except;

      1. Excavations covered with sheet steel or concrete covers of adequate thickness to prevent accidental entry by traffic or the public.
      2. Excavations less than one foot deep.
      3. Trenches less than one foot wide for irrigation pipe or electrical conduit or excavations less than one foot in diameter.
      4.  Excavations parallel to the lane for the purpose of pavement widening or reconstruction.
      5. Excavations in side slopes where the slope is steeper than 4:1.
      6. Excavations protected by existing barrier or railing.

      At the end of each working day, if a difference of 0.50 feet exists between the elevation of the existing pavement and the elevation of any excavation within 2 feet of the traveled way, material shall be placed and compacted against the vertical cuts adjacent to the traveled way.  During excavation operations, native material may be used for this purpose, however, once the placing of the structural section commences, structural material shall be used.  The material shall be placed to the level of the elevation of the top of the existing pavement and tapered at a slope of 4:1 or flatter to the bottom of the excavation.  Treated base shall not be used for the taper.  Full compensation for placing the material on a 4:1 slope, regardless of the number of times it is required, and subsequent removing or reshaping of the material to the lines and grades shown on the plans shall be considered as included in the cost for other contract items of work and no additional compensation will be allowed therefore.

      Personal vehicles of Contractor's employees shall not be parked on the traveled way or shoulders, including any section closed to public traffic.  Whenever vehicles or equipment are parked on the shoulder within 6 feet of a traffic lane, the shoulder area shall be closed with traffic cones or portable delineators placed on a taper in advance of the parked vehicles or equipment and along the edge of the pavement at 25-foot intervals to a point not less than 25 feet past the last vehicle or piece of equipment.

      A minimum of one paved traffic lane, not less than 12 feet wide, shall be open for use by public traffic in each direction of travel.  The full width of the traveled way shall be open for use by public traffic on Saturdays, Sundays and designated legal holidays, after 4:00 p.m. on Fridays and the day preceding designated legal holidays and when construction operations are not actively in progress.

    • STORM DRAIN PIPE

      Contractor shall install storm drain pipe in accordance with the Standard Specifications and Drawings, the project plans and these special provisions.  Pipe material shall be 18” PVC SDR-35.  Contractor shall trench in accordance with Section 14 “Trenching and Backfilling” of the City of Turlock Standard Specifications and Drawings, Errata 1, the plans, and these special provisions.

      Testing and cleaning of new storm drain pipelines shall be in accordance with Section 16 of the City of Turlock Standard Specifications and Drawings, the plans, and these special provisions.

      Quantities of storm drain pipe to be paid for on the linear foot shall be calculated on the basis of the dimensions shown on the plans, in the horizontal plane, and adjusted by the amount of change order by the Engineer.  Specifically included in the measurement and payment of storm drain pipe is the trenching, excavation and replacement of any improvements that are disturbed due to the installation of the pipe.

      The contract price paid per linear foot for Storm Drain Pipe shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals and for doing all the work involved in constructing the storm drain pipe, complete in place, as shown on the plans, and as required by law, as specified in the Standard Specifications and these Special Provisions, and as directed by the Engineer.

    • REMOVAL OF ASBESTOS AND HAZARDOUS SUBSTANCES

      The contractor shall promptly, and before the following conditions are disturbed, notify the local public entity, in writing, of any:

      1. Material that the contractor believes may be material that is hazardous waste, as defined in Section 25117 of the Health and Safety Code, that is required to be removed to a Class I, Class II, or Class III disposal site in accordance with provisions of existing law.
      2. Subsurface or latent physical conditions at the site differing from those indicated by information about the site made available to bidders prior to the deadline for submitting bids.
      3. Unknown physical conditions at the site of any unusual nature, different materially from those ordinarily encountered and generally recognized as inherent in work of the character provided for in the contract.

      Upon notification of any of the above, the City shall promptly investigate the conditions, and if it finds that the conditions do materially so differ, or do involve hazardous waste, and cause a decrease or increase in the contractor’s cost of, or the time required for, performance of any part of the work, a change order shall be issued to modify the contract scope.

      In the event that a dispute arises between the City and Contractor whether the conditions materially differ, or involve hazardous waste, or cause a decrease or increase in the contractor’s cost of, or time required for, performance of any part of the work, the contractor shall not be excused from any scheduled completion date provided for by the contract, but shall proceed with all work to be performed under the contract. The contractor shall retain any and all rights provided either by contract or by law which pertain to the resolution of disputes and protests between the contracting parties.

      When the presence of asbestos or hazardous substances are not shown on the plans or indicated in the specifications and the Contractor encounters materials which the Contractor reasonably believes to be asbestos or a hazardous substance as defined in Section 25914.1 of the Health and Safety Code, and the asbestos or hazardous substance has not been rendered harmless, the Contractor may continue work in unaffected areas reasonably believed to be safe.  The Contractor shall immediately cease work in the affected area and report the condition to the Engineer in writing.

      In conformance with Section 25914.1 of the Health and Safety Code, removal of asbestos or hazardous substances including exploratory work to identify and determine the extent of the asbestos or hazardous substance will be performed by separate contract.

      If delay of work in the area delays the current controlling operation, the delay will be considered a right of way delay and the Contractor will be compensated for the delay in conformance with the provisions in Section 8 1.07, "Delays," of the Caltrans Standard Specifications.

    • WORKING HOURS

      Contractor's working hours shall be between 7:00 a.m. and 5:00 p.m., Monday through Friday, excluding legal holidays.

      Contractor shall notify Engineer 48 hours prior to beginning work.

      Contractor shall not work outside the above-mentioned working hours without prior written consent of Engineer.

      Designated legal holidays are:  January 1st, the third Monday in January, the third Monday in February, the last Monday in May, June 19th, July 4th, the first Monday in September, November 11th, Thanksgiving Day, the day after Thanksgiving, and December 25th.  When a designated legal holiday falls on a Sunday, the following Monday shall be a designated legal holiday.  When a designated legal holiday falls on a Saturday, the preceding Friday shall be a designated legal holiday.

      Should the Contractor desire to work on a Saturday, Sunday or Legal Holiday, the Contractor shall request approval of the Engineer.  The Engineer may reject the request with or without cause.  Should approval be granted, the Contractor shall reimburse the City of Turlock the premium portion of cost of engineering, inspection, testing, superintendent, and/or other overhead expenses due to overtime which are directly chargeable to the contract.  Should such work be undertaken at the request of the City, reimbursement will not be required.

    • ELECTROLIER

      The Contractor shall install new electroliers as identified on the project drawings. Electroliers shall conform to the provisions in Section 18 “Street Lighting and Appurtenances”, of the City of Turlock Standard Specifications and Drawings, the plans, and these special provisions.

      QUANTITIES
      Quantities of Electrolier to be paid for by the each will be calculated on the basis of the quantities shown on the plans adjusted by the amount of any change ordered by Engineer.

      PAYMENT
      The contract price paid per each for Electrolier shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals and for doing all the work involved in procuring and installing the Electrolier, specifically including new concrete foundation, complete in place, as shown on the plans, as specified in the Standard Specifications and these special provisions, and as directed by the Engineer.

    • RRFB PEDESTRIAN ACTIVATED SYSTEM

      Contractor shall furnish and install an ac-powered rectangular rapid flashing beacon (RRFB) pedestrian activated system as shown on the plans. The pedestrian activated system shall meet the requirements as a MUTCD-compliant crosswalk safety enhancement system. RRFB pedestrian activated system shall include an American with Disability Act compliant activated push button system. RRFB pedestrian system shall have wireless radio synchronization capability with opposite system across the street at each applicable crosswalk.

      Each RRFB pedestrian activated system shall include (but not be limited to):

      • Double sided yellow MUTCD compliant RRFB light bar
      • Lockable control cabinet
      • Push button activation
      • Wireless Radio Synchronization capability
      • W11-2 and W16-7P signs (facing oncoming traffic)
      • Mounted on a 15TS pole (paid separately under electrolier)

      Signs shall be high intensity prismatic for day and night visibility. System shall have single sided (36”x36”) W11-2 with W16-7P. System to be installed on a 15TS pole. Control cabinet shall be installed 8 feet from the base. Cost of the 15TS pole shall be included as an electrolier bid item.

      Contractor shall install pedestrian activated system in accordance with the manufacturer’s recommendations. Manufacturer’s shall be TAPCO, Solar Traffic Systems Incorporated or approved equal.

      QUANTITIES
      Quantities of RRFB Pedestrian Activated System to be paid by lump sum and shall be determined on the basis of the locations shown on the plans adjusted by the amount of any change ordered by the Engineer.

      PAYMENT
      The contract lump sum price paid for RRFB Pedestrian Activated System shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals and for doing all the work involved in constructing and installing the RRFB Pedestrian Activated System(s), complete in place, functioning, where shown on the plans, and as required by law, as specified in the Standard Specifications and these special provisions, and as directed by the Engineer.

    • SOUND CONTROL REQUIREMENTS

      Sound control shall be in accordance with Section 7 1.01I, “Sound Control Requirements,” of the Caltrans Standard Specifications and these special provisions.

      The noise level from Contractor's operations, between the hours of 9:00 p.m. and 6:00 a.m., shall not exceed 86 dba at a distance of 50 feet.  This requirement in no way relieves Contractor from responsibility for complying with local ordinances regulating noise level.

      Said noise level requirements shall apply to all equipment on the job or related to the job, including but not limited to trucks, transit mixers or transient equipment that may or may not be owned by Contractor.  The use of loud sound signals shall be avoided in favor of light warnings except those required by safety law for the protection of personnel.

      Full compensation for conforming to the requirements of this section shall be considered as included in the prices paid for the various contract items of work involved and no additional compensation will be allowed therefore.

    • IRRIGATION SYSTEM

      Contractor shall design irrigation system and submit detailed plans for the City’s review and approval.  Each tree shall have two 0.25 gpm bubblers and each oleander shall have one 0.25 gpm bubbler.  The Contractor shall size the main pipe and the number of valves and bubblers on each valve in accordance with standard practices.  The Contractor shall install the bubblers near each tree/shrub and construct a berm to contain the irrigation water.  All irrigation materials shall comply with the Standard Specifications and Drawings.  The irrigation controller shall be solar powered.

      The contract lump sum price paid for Irrigation System shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals and for doing all the work involved in constructing the irrigation system, complete in place, as shown on the plans, and as required by law, as specified in the Standard Specifications and these Special Provisions, and as directed by the Engineer.

    • UNDERGROUND SERVICE ALERT REQUIREMENTS

      Contractor shall contact Underground Service Alert of Northern California at least 48 hours in advance of any construction activity, will or could damage or affect any underground utility or subsurface improvement, and obtain an inquiry identification number. Contractor shall notify Underground Service Alert in the event of change in the project limits or change in original work previously shown on the plans or indicated in the specifications. Contractor shall not commence construction prior to City Inspector receiving City's notice from USA North regarding this construction activity.

    • LANDSCAPING SYSTEM

      Contractor shall install the landscaping as identified on the project plans and in accordance with the Standard Specifications and Drawings, these special provisions and good horticultural practices.  Contractor shall amend the soil with the following:

      • 4 yards per 1000 sf of organic amendment (nitrified white wood fines or equal);
      • 7 lbs per 1000 sf of soil sulfer;
      • 16.5 lbs per 1000 sf of 0-10-10 standard N-P-K fertilizer;
      • 3 lbs per 1000 sf of magnesium.

      Contractor shall import all necessary fill material and shall be Class A topsoil.  Contractor shall mulch entire median area with 3” cover of mulch.  Mulch shall be “Dark Brown Deco” of Recology, Modesto, or approved equal.

      After the completion of landscaping and irrigation activities, the Contractor shall request a walk-thru to check the status of the landscaping.  If the landscaping is acceptable the City will start a 90 day landscape maintenance period.  The Contractor shall be responsible for maintenance of the landscaping during this period.  At the end of the maintenance period the City and the Contractor shall perform a final landscape walk-thru.  If the condition of the landscape is acceptable the City will terminate the maintenance period and the City will assume the maintenance of the landscaping.

      The contract lump sum price paid for Landscaping System shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals and for doing all the work involved in constructing the landscaping system, complete in place, including the maintenance period, as shown on the plans, and as required by law, as specified in the Standard Specifications and these Special Provisions, and as directed by the Engineer.

    • SURVEYING

      Construction survey staking shall be provided by City.  Contractor shall provide the initial staking request no less than 1 week prior to Contractor starting work.  Contractor shall submit subsequent staking requests no less than 48 hours before the staking is required to continue construction. Contractor shall post all staking requests to Virtual Project Manager (VPM) under the Request for Information (RFI) tab.  The Contactor shall provide unimpeded access to the site and allow the survey crew to perform their work.

      Contractor shall protect all survey stakes and markers during construction.  If survey stakes and/or markers are damaged or destroyed during the course of construction, by vandalism or by any other means, Contractor may submit a request to have the survey re-staked.  If re-staking is required, Contractor may be back charged at the fully burdened hourly rate for the survey crew and shall fully reimburse City for all necessary materials and equipment as a deductive change order.

      Prior to installation of formwork for concrete building structures, Contractor shall be required to notify the City a minimum of 48 hours in advance of scheduled formwork activities so that the City may complete a survey for the purposes of verifying horizontal and vertical placement. The Engineer shall review the survey results and determine if the preparation of the building pad area is in conformance with the project plans and specifications. Contractor shall not proceed with installing formwork until after it is determined that the building pad area is in conformance with the project plans and specifications. After formwork is in place and prior to pouring any concrete, Contractor shall notify the City a minimum of 48 hours in advance for a survey of formwork. Upon completion of the survey, the Engineer may either approve or reject the formwork. Contractor shall not proceed with pouring concrete until after the Engineer has certified that the area is in compliance with the project plans and specifications. Contractor shall be required to correct this work in a manner acceptable to the Engineer if found to not be in conformance with the project plans and specifications at its own expense. 

    • TREE TRIMMING

      Contractor shall trim trees along road segments to be rehabilitated to allow for the Contractor’s equipment to perform its work without damaging limbs and branches.  Trimming shall be done to enhance the natural growth, characteristics, and traits of the trees and shall not be trimmed in a form unnatural to the tree.  Topping trees shall not be allowed.  

      Contractor shall remove and dispose of all pruned branches and restore property to pre-construction conditions.  Contractor shall post No Parking signs 48-hours prior to any pruning work.  Contractor shall notify the resident of the pruning by door knocking and leaving a flier describing the proposed work to be done to the tree.  The flier shall be submitted for approval by the Engineer prior to distribution.  

      The lump sum cost for Tree Trimming shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals and for doing all the work involved in trimming trees to allow contractor to perform its work without damaging limbs and branches, complete in place, as shown on the plans, as specified in the Standard Specifications and these Special Provisions, and as directed by the Engineer.

    • PRESERVATION OF PROPERTY

      The work performed in connection with various existing facilities shall be in accordance with Section 7-8, “Preservation of Property,” of the City of Turlock Standard Specifications and these special provisions.

      Due care shall be exercised to avoid injury or damage to existing improvements or facilities, utility facilities, adjacent property, and roadside trees, shrubs and other plants that are to remain in place.

      Roadside trees, shrubs and other plants that are not to be removed and pole lines, fences, signs, markers and monuments, buildings and structures, conduits, pipelines under or above aground, sewer and water lines, sprinkler systems above or below ground, all roadway facilities, and any other improvements or facilities within or adjacent to the right-of-way shall be protected from injury or damage, and if ordered by Engineer, Contractor shall provide and install suitable safeguards, approved by Engineer, to protect such objects from injury or damage.  If such objects are injured or damaged by reason of Contractor's operations they shall be replaced or restored at Contractor's expense.  The facilities shall be replaced or restored to a condition as good or better as when Contractor entered upon the work, or as good as required by the specifications accompanying the contract, if any such objects are a part of the work being performed under the contract.  Engineer may make or cause to be made such temporary repairs as necessary to restore to service any damaged facility.  The cost of such repairs shall be borne by Contractor and may be deducted from any moneys due or to become due to Contractor under the contract.

      The fact that any underground facility is not shown upon the plans shall not relieve Contractor of his responsibility under the Section “Existing Utilities and Facilities”, of these provisions.  It shall be Contractor's responsibility, pursuant thereto, to ascertain the location of such underground improvements or facilities that may be subject to damage by reason of construction operations.

      Full compensation for furnishing all labor materials, tools, equipment, and incidentals, and for doing all the work involved in protecting or repairing property as specified above, shall be considered as included in the prices paid for the various contract items of work and no additional compensation will be allowed therefore.

    • PRESERVATION OF EXISTING MONUMENTS

      Contractor shall be responsible for protecting all survey monuments identified on the plans.  Any monuments identified on the plans that are damaged or destroyed by Contractor that have not been tied off by City’s surveyor shall be replaced at the Contractor’s cost and deducted from the Contract Price by Change Order.  Contractor shall notify City of all monuments that may or will be disturbed by necessary construction operations.  City’s surveyor will tie off said monuments and provide Contractor a notice to proceed prior to demolition of existing monuments.  

      Once Contractor is finished with its construction operations, the City’s surveyor shall be responsible to set new survey monuments.  New monument wells that conform to the City of Turlock Standard Specifications and Drawings will be required to be installed by the Contractor prior to setting new monuments.  Contractor shall include the cost of new monument well(s) if shown on the project plans in its contract price.  If no new monument wells are shown to be installed by Contractor on the project plans, installation of monument well(s) will be added to the project scope by Contract Change Order.  Contractor shall confirm location of each monument well with City’s surveyor prior to installation of the monument well.  Once Contractor has installed monument well(s), City’s surveyor will reset the monument(s).  

      Full compensation for furnishing all labor, materials, tools, equipment, and incidentals, and for doing all the work involved with protecting existing monuments as specified above, shall be considered as included in the prices paid for the various contract items of work and no additional compensation will be allowed therefore.

    • IRRIGATION REPAIRS

      Contractor shall repair existing irrigation systems and adjust sprinkler heads to water landscaping behind proposed minor concrete sidewalk and ramps as needed.  If an allowance is included on the bidding form, it shall be used to compensate the contractor for this work.  The cost of work for irrigation repairs that Contractor is required to complete shall be determined either by a mutually agreeable lump sum price or per Exhibit B of the Agreement, “Payment by Force Account.”  If the actual cost of work exceeds any allowance provided on the bidding form, a change order will be approved to compensate the Contractor for the difference.

    • CRACK TREATMENT

      Contractor shall treat all cracks ¼ inch to 1 inch for the entire length of the crack such as longitudinal and transverse cracks. Crack treatment work shall conform to Section 37-6 “Crack Treatments” of the Caltrans Standard Specifications. 

      If the crack treatment material is accepted based on a Certificate of Compliance, Quality Assurance testing is not required by the City. If the material is not accepted based on a Certificate of Compliance, the City will perform Quality Assurance testing per Section 37-6.01D of the Caltrans Standard Specifications.

      The contract price paid per square yard for Crack Treatment shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals and for doing all the work involved in installing the Crack Treatment, complete in place, as shown on the plans, as specified in the Standard Specifications and these special provisions, and as directed by the Engineer.

    • DUST CONTROL

      Dust Control shall conform to the provisions in Section, “Dust Control”, of the Standard Specifications and these special provisions.

      Full compensation for Dust Control will be considered as included in the various contract items of work requiring Dust Control, as determined by Engineer, and no separate payment will be made therefor.

    • WATERING

      Watering shall be in accordance with Section, “Watering,” of the Caltrans Standard Specifications.

      Full compensation for Watering will be considered as included in the various contract items of work requiring Watering, as determined by Engineer, and no separate payment will be made therefor.

    • GRINDING (COLD PLANE METHOD)

      Existing asphalt concrete pavement shall be ground at the locations and to the dimensions shown on the plans.

      Grinding asphalt concrete pavement shall be performed by the cold planing method.  Grinding of the asphalt concrete pavement shall not be done by the heater planing method.

      Cold planing machines shall be equipped with a cutter head not less than 30-inches in width and shall be operated so as not to produce fumes or smoke.  The cold planing machine shall be capable of planing the pavement without requiring the use of a heating device to soften the pavement during or prior to the planing operation.

      The depth, width and shape of the cut shall be as indicated on the typical cross sections or as directed by Engineer.  The final cut shall result in a uniform surface conforming to the typical cross sections.  The outside lines of the planed area shall be neat and uniform. Planing asphalt concrete pavement operations shall be performed without damage to the surfacing to remain in place.

      Planed widths of pavement shall be continuous except for intersections at cross streets where the planing shall be carried around the corners and through the conform lines.  Following planing operations, a drop off of more than 0.15-foot will not be allowed at any time between adjacent lanes open to public traffic.

      Where transverse joints are planed in the pavement at conform lines, no drop-off shall remain between the existing pavement and the planed area when the pavement is opened to public traffic.  If asphalt concrete has not been placed to the level of existing pavement before the pavement is to be opened to public traffic a temporary asphalt concrete taper shall be constructed.  Asphalt concrete for temporary tapers shall be placed to the level of the existing pavement and tapered on a slope of 30:1 or flatter to the level of the planed area.

      Asphalt concrete for temporary tapers shall be commercial quality and may be spread and compacted by any method that will produce a smooth riding surface.  Temporary asphalt concrete tapers shall be completely removed, including the removal of all loose material from the underlying surface, before placing the permanent surfacing.  Such removed material shall be disposed of outside the highway right of way in accordance with the provisions in Section 7-10 of the Standard Specifications.

      The material planed from the roadway surface, including material deposited in existing gutters or on the adjacent traveled way, shall be become the property of Contractor and shall be disposed of at Contractor’s expense. Removal/sweeping operations of cold planed material shall be concurrent with planing operations and follow within 50 feet of the planer, unless otherwise directed by Engineer.

      Cold plane operations shall be scheduled such that not more than 7 calendar days shall elapse between the time when pavement is ground and placement of hot mix asphalt.

      Quantities of Grinding to be paid for by the square yard will be calculated on the basis of the dimensions shown on the plans adjusted by the amount of any change ordered by Engineer.  No allowances will be made for grinding outside those dimensions unless otherwise ordered by Engineer.

      The contract price paid per square yard for Grinding shall include full compensation for furnishing all labor, material, tools, equipment and incidentals, and for doing all the work involved in grinding, complete in place, as shown on the plans, specified in the standard specifications and these special provisions, and as directed by Engineer.

    • USE OF HYDRANTS FOR CONSTRUCTION PURPOSES

      City will permit the use of a hydrant for construction purposes provided that the following are abided by:

      • A spanner wrench shall be the only type of wrench used on fire hydrants.
        Contractor shall be liable for the damages to or loss of all hydrants and associated water lines and equipment which result from the use of this equipment.
      • Water shall only be used within City limits.
      • The vehicle must be approved by Engineer for approved backflow device.
        Contractor shall pay a deposit on a water meter provided by the City.  After the project ended the Contractor shall return the meter to the City for the release of the deposit.

      Contractor shall obtain a no-fee monthly hydrant use permit for use of construction water for this project from the City of Turlock Municipal Services Department located at 156 S. Broadway Suite 270, Turlock, California 95380, ph:209-668-5590.  

      Use of city hydrants does not exempt Contractor from providing a water truck where hydrants cannot be utilized due to unsafe working conditions as deemed by Engineer.

    • PREPARE EXISTING SURFACE

      Contractor shall prepare the existing surface prior to placing hot mix asphalt.  Preparing the surface shall consist of sweeping the entire area to remove debris, organic matter, dirt, etc.  

      Any work that will be required to repair potholes or make the surface suitable for paving shall be paid as extra work.  A pothole is defined as any hole or depression in the pavement that is less than 1 square yard in size and is 1 inch or greater in depth. As directed by the Engineer, pavement repairs of potholes and failed pavement may include digout patches consisting of:

      • Removal of failed asphalt concrete at least 1 foot beyond the area using a pavement saw or milling machine
      • Removal of section at least 50% thicker than the existing asphalt concrete thickness
      • Compaction of existing base material
      • Tack coat vertical faces of asphalt concrete
      • Placement of HMA, including three passes of a non-vibratory roller with the resulting patch flush with surrounding pavement.  

      Full compensation for furnishing all labor, materials, tools, equipment, and incidentals, and for doing all of the work involved with preparing the existing surface as specified above, shall be considered as included in the price paid for HMA or RHMA-G and no additional compensation will be allowed therefor.

    • TEMPORARY CONSTRUCTION POWER

      If temporary construction power is determined to be needed by the Contractor to perform the work, Contractor shall arrange and pay for all temporary electric power.  The cost of temporary power shall be considered as included in the various contract bid items and no additional compensation will be allowed therefore.

    • AGGREGATE BASE

      Aggregate base shall conform to the provisions in Section 26, “Aggregate Base”, of the Caltrans Standard Specifications and these special provisions.  Paragraph 2 of Section 26-1.02A, “Class 2 Aggregate Base”, shall be amended to read as follows:
      “Aggregate shall conform to the grading and quality requirements shown in the following tables.”

      The aggregate base grading shall be ¾” maximum and shall be class 2.

      The contract price paid per cubic yard for Aggregate Base shall include full compensation for furnishing all labor, material, tools, equipment and incidentals, and for doing all the work involved in placing and compacting the Aggregate Base and no additional compensation will be allowed therefore. 

    • HOT MIX ASPHALT

      Hot Mix Asphalt (HMA) shall conform to the provisions in Section 39, “Hot Mix Asphalt,” of the Caltrans Standard Specifications.

      The HMA construction process shall be standard.  The aggregate gradation of the top lift shall be ½” and the HMA type shall be type A.  The binder shall be PG 70-10.

      Contractor shall submit a quality control plan with the JMF.  The JMF will not be accepted until the quality control plan is submitted.

      Contractor shall tack coat all surfaces to receive HMA and shall conform to the Caltrans Standard Specifications Section 39, “Hot Mix Asphalt.”

      QUANTITIES
      Quantities of Hot Mix Asphalt to be paid by the ton.  Contractor shall provide daily tags to the City Inspector. No quantities shall be paid without a tag.

      PAYMENT
      Hot mix asphalt will be subject to Payment Adjustments for Price Index Fluctuations per Caltrans Standard Specifications. 

      The contract price paid per ton for Hot Mix Asphalt shall include full compensation for furnishing all labor, material, tools, equipment and incidentals, and for doing all the work involved in placing, compacting, and quality-control of hot mix asphalt complete in place, as shown on the plans, specified in the standard specifications and these special provisions, and as directed by Engineer.

    • SALVAGE MATERIALS

      If Contractor is directed to salvage materials in the Contract Documents, Contractor shall arrange for delivery of said item(s) to the City of Turlock Corporation Yard located at 701 S. Walnut Road, unless noted otherwise.  Contractor shall coordinate delivery of salvaged materials through the public works inspector

    • RUBBERIZED HOT MIX ASPHALT

      Rubberized Hot Mix Asphalt Gap Graded (RHMA-G) shall conform to the provisions in Section 39, “Hot Mix Asphalt,” of the Caltrans Standard Specifications.

      The HMA construction process shall be standard.  The aggregate gradation shall be ½” and the HMA type shall be RHMA-G.  The binder shall be PG 70-10.

      The rubberized binder must contain a minimum of 300 pounds (equivalent to 15% by weight) of 100% California waste tire crumb rubber per ton of rubberized binder.

      Contractor shall submit a quality control plan with the JMF.  The JMF will not be accepted until the quality control plan is submitted.  The Contractor’s quality control plan shall conform to the provisions in 39-2.02 “Contractor Quality Control” of the Caltrans Standard Specifications.

      Contractor shall tack coat all surfaces to receive HMA and shall conform to the Caltrans Standard Specifications Section 39, “Hot Mix Asphalt.”

      The contract price paid per ton of RHMA-G shall include full compensation for traffic control, furnishing all labor, materials, tools, equipment and incidentals, and for doing all the work involved in placing, compacting, and quality-control of rubberized hot mix asphalt as shown on the plans, as specified in Standard Specifications and these Special Provisions, and as directed by the Engineer.

    • TESTING

      Unless otherwise noted, City of Turlock will supply all acceptance testing. Coordination of said testing is the responsibility of Contractor through the project’s inspector.  The Contractor shall provide at least 24 hours’ notice to the Engineer in advance of needing acceptance testing.  If the Contractor request testing and the Contractor is not ready for the testing to occur, the Contractor shall be back charged the cover the cost of the testing firm.

      At sites chosen by the project inspector, City’s testing laboratory will conduct all tests.  Contractor shall supply any necessary equipment and or labor required to obtain all samples for the completion of the testing process.

      City of Turlock shall compensate the testing laboratory for all initial tests.  Secondary and all other follow-up tests required due to failure of initial testing shall be reimbursed to City of Turlock based on the following schedule:

      Water sample test:  $300.00 Per Test
      Compaction test:   $100.00 Per Test

    • PAVEMENT REINFORCING FABRIC

      Pavement Reinforcing Fabric shall conform to the provisions in Section 39, “Hot Mix Asphalt,” of the Caltrans Standard Specifications.

      The contract price paid per square yard for pavement reinforcing fabric shall include full compensation for furnishing all labor, material, tools, equipment and incidentals, and for doing all the work involved in installing pavement reinforcing fabric, complete in place, as shown on the plans, specified in the standard specifications and these special provisions, and as directed by Engineer.

    • AS-BUILTS

      When the job is complete, Contractor shall provide City with as-built drawings. These as-built drawings shall show any and all differences (revisions, additions, etc.) between the signed improvement plans and the installed improvements.  The Contractor shall identify all utilities that are located in the field.  The as-builts will consist of redlined signed improvement plans.  The Notice of Completion will not be issued until acceptable as-builts have been received by the Engineer.

    • MICRO-SURFACING

      Micro-surfacing shall conform to the provisions in Section 37 “Bituminous Seals” of the Caltrans Standard Specifications.  

      Contractor shall construct a test strip in a location designated by the Engineer per Section 37-3.03C(4) of the Caltrans Standard Specifications, a portion of which is copied and pasted below:

      The test strip must be:

      1. From 300 to 450 feet long
      2. The same as the full production micro-surfacing
      3. On 1 of the application courses specified at an authorized location
      4. At the same time of day or night the full production micro-surfacing is to be applied 

      If multiple application courses are specified, you may construct test strips over 2 days or nights. 

      The Engineer evaluates the test strip after traffic has used it for 12 hours. If the Engineer determines the mix design or placement procedure is unacceptable, make modifications and construct a new test strip for the Engineer's evaluation

      Aggregate gradation shall conform to Section 37-3.01B(2) for Type II and Type III Micro-surfacing.  Emulsion shall conform to Section 37-3.03B(2) of the Caltrans Standard Specifications.  Aggregate for Type II Micro-surfacing shall be crushed volcanic basalt, black in color, Table Mountain Latite, or approved equal.  

      Type III Micro-surfacing shall be placed as a leveling/scratch course at an application rate of 25-32 pounds per square yard. 

      The contract price paid per square yard of Micro-Surfacing (Type II) shall include full compensation for
      furnishing all labor, materials, tools, equipment and incidentals, and for doing all the work involved in placing, compacting, and quality-control of micro-surfacing (Type II) as shown on the plans, as specified in Standard Specifications and these Special Provisions, and as directed by the Engineer.

      Micro-surfacing (Type III) shall be paid as part of the other applicable bid items (Asphalt Rubber Cape Seal, 3 Layer System).

    • ASPHALT RUBBER CAPE SEAL

      Asphalt Rubber Cape Seal shall conform to the provisions in Section 37, “Bituminous Seals,” of the Caltrans Standard Specifications.

      Asphalt Rubber Cape Seal is defined as an Asphalt Rubber Chip Seal followed by the application of Type II Micro-surfacing.  

      Asphalt Rubber Chip Seal
      Asphalt Rubber Chip Seal shall conform to the requirements of Section 37-2.04 of the Caltrans Standard Specifications.  Precoated aggregate shall be 3/8” gradation.  

      Type II Microsurfacing
      See Special Provisions section “Micro-surfacing.”

      The contract price paid per square yard of Asphalt Rubber Cape Seal shall include full compensation for furnishing all labor, materials, tools, equipment and incidentals, and for doing all the work involved in placing, compacting, and quality-control of Asphalt Rubber Cape Seal as shown on the plans, as specified in Standard Specifications and these Special Provisions, and as directed by the Engineer.

    • LAYER PAVEMENT SYSTEM

      3 Layer System shall conform to the provisions in Section 37, “Bituminous Seals,” of the Caltrans Standard Specifications.

      3 Layer System is defined as Type III micro-surfacing followed by an Asphalt Rubber Cape Seal.  See Special Provisions sections “Micro-surfacing” and “Asphalt Rubber Cape Seal.”

      The contract price paid per square yard of Multilayer Road Treatment shall include full compensation for traffic control, furnishing all labor, materials, tools, equipment and incidentals, and for doing all the work involved in placing Multilayer Road Treatment as shown on the plans, as specified in Standard Specifications and these Special Provisions, and as directed by the Engineer.

    • FIBERIZED MICRO-SURFACING (ADDITIVE BID ALTERNATES):

      Additive Bid Alternates, if selected and incorporated into the contract at City’s option, shall replace the base bid items identified on the Bidder’s Form.  

      • Additive Bid Alternate 1 - Fiberized 3 Layer Pavement System
        Glass fibers shall be added to both the Type III and Type II micro-surfacing layers
      • Additive Bid Alternate 2 - Fiberized Type II Micro-surfacing
        Glass fibers shall be added to Type II micro-surfacing.
      • Additive Bid Alternate 3 - Fiberized Asphalt Rubber Cape Seal 
        Glass fibers shall be added to the Type II micro-surfacing layer.

      Additive bid alternates include the addition of high strength alkali and acid resistant glass fiber strands in ¼ to ½ inch slivers automatically fed into the pug-mill.  The fiber shall be added at a rate of 0.2 % - 0.40 % by dry weight of aggregate for bottom lifts and 0.10 % - 0.30 % by dry weight of aggregate for surface lifts. 

    • ADJUST FRAMES AND COVERS TO GRADE

      Frames and covers of new and existing manholes, valve boxes, monuments, etc., shall be adjusted to grade and shall conform to the provisions in Section 12-12, “Adjusting Manhole Frames, Monuments and Valve Boxes”, of the Standard Specifications and these special provisions.

      The contract price paid per each for Adjusting Frames and Covers to Grade shall include full compensation for furnishing all labor, material, tools, equipment and incidentals, and for doing all the work involved in Adjusting Frames and Covers to Grade, complete in place, as shown on the plans, specified in the standard specifications and these special provisions, and as directed by Engineer.

    • TRAFFIC SIGNAL DETECTOR SYSTEM

      Traffic signal detectors shall conform to the provisions in Section 86, “Signals, Lighting and Electrical Systems”, of the Caltrans Standard Specifications, these special provisions and the project plans.

      Where no handhole exist, Contractor shall install handhole, conduit, and traffic detector loop as identified on the project plans.  Contractor shall set handholes to grade after paving operations have been completed.

      Contractor shall label and identify all wires in every pull box.

      The contract lump sum price paid for Traffic Signal Detector System shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals and for doing all the work involved in constructing and installing the Traffic Signal Detector System, complete in place, as shown on the plans, and as required by law, as specified in the Standard Specifications and these special provisions, and as directed by the Engineer.

    • INSTALL NEW SURVEY MONUMENT WELL

      Contractor shall install new survey monument wells as identified on the project plans and in accordance with the City Standard Specifications and Drawings and these special provisions.  

      The contract price paid per each for Install New Survey Monument Well shall include full compensation for furnishing all labor, material, tools, equipment and incidentals, and for doing all the work involved, complete in place, as shown on the plans, specified in the standard specifications and these special provisions, and as directed by Engineer.

    • REPLACE EXISTING MONUMENT WELL

      Contractor shall replace existing survey monument wells with new survey monument wells as identified on the project plans and in accordance with the City Standard Specifications and Drawings and these special provisions.  Contractor shall be responsible for protecting all survey monuments.  Any monuments identified on the plans that are damaged or destroyed by Contractor shall be replaced at the Contractor’s cost and deducted from the Contract Price by Change Order.  The City Surveyor shall be responsible to set new survey monuments.  Contractor shall confirm location of monument well with City Surveyor prior to installation of the monument well.  

      The contract price paid per each for Replace Existing Monument Well shall include full compensation for furnishing all labor, material, tools, equipment and incidentals, and for doing all the work involved in Replace Existing Monument Well, complete in place, as shown on the plans, specified in the standard specifications and these special provisions, and as directed by Engineer.

    • TEMPORARY PAVEMENT STRIPING AND MARKINGS

      The Contractor shall furnish, place, maintain and remove temporary markings (tape) in accordance with industry standard accepted practices.  Nothing in these Special Provisions shall be construed as to reduce the minimum standards specified in the California MUTCD for streets and highways.  Temporary pavement delineation shall not be applied over existing markings, and shall be maintained until replaced with permanent one.  Any temporary pavement marking conflicting with new traffic pattern shall be promptly removed, or removed as directed by the Engineer.

      The contract lump sum price paid for Temporary Pavement Striping and Markings shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals and for doing all the work involved in installing the temporary pavement striping and markings, complete in place, as shown on the plans, and as required by law, as specified in the Standard Specifications and these special provisions, and as directed by the Engineer. 

    • THERMOPLASTIC STRIPING AND MARKINGS

      All traffic stripes and pavement markings shall conform to Section 84, “Markings,” of the Caltrans Standard Specifications.  

      Permanent thermoplastic striping and markings in a given area shall be placed no more than seven (7) calendar days after completion of paving work in that given area.

      Traffic striping shall be measured by the linear foot, respective to the detail on the Caltrans Standard Plans.

      Pavement markings shall be measured by the square foot in accordance with the Caltrans Standard Plans.

      The contract price paid per lineal foot for traffic striping shall include full compensation for performing all work required to install traffic striping, in accordance with these special provisions and as directed by the Engineer. 

      The contract price paid per square foot for thermoplastic pavement markings shall include full compensation for performing all work required to install pavement markings, in accordance with these special provisions and as directed by the Engineer. 

    • PAVEMENT MARKERS

      All pavement markers shall conform to Section 84, “Markings,” of the Caltrans Standard Specifications.

      Contractor shall install blue raised reflective pavement markers to mark fire hydrant locations per City of Turlock Standard Drawing W-3.

      Permanent pavement markers in a given area shall be placed no more than seven (7) calendar days after completion of paving work in that given area.

      Full compensation for furnishing all labor, materials, tool, equipment, and incidentals for doing all work involved with pavement markers shall be considered as included in the prices paid for the various contract items of work and no additional compensation will be allowed therefore.

    • PAINT RED CURB

      Contractor shall paint face and top of curbs red in accordance with the current MUTCD as identified on the project plans.  Contractor shall submit one 1-gallon sample of the paint to be used.

      The contract price paid per linear foot for painting red curb shall include full compensation for furnishing all labor, material, tools, equipment and incidentals, and for doing all the work involved in painting red curb, complete in place, as shown on the plans, specified in the standard specifications and these special provisions, and as directed by Engineer.

    • INSTALL ROADSIDE SIGN

      Contractor shall install roadside signs and post in accordance with the Standard Specifications, the Standard Drawings and these special provisions.  All signs shall be high intensity prismatic.

      The contract price paid per each for installing roadside signs shall include full compensation for furnishing all labor, material, tools, equipment and incidentals, and for doing all the work involved in installing roadside signs, complete in place, as shown on the plans, specified in the standard specifications and these special provisions, and as directed by Engineer.

    • ALLOWANCE FOR UNKNOWN UTILITIES

      An allowance is included on the bidding form, and shall be used to compensate the Contractor for any encounter with unknown utilities that may impact the proposed pipeline installations.  The cost of work for encountering unknown utilities shall be determined either by a mutually agreeable lump sum price or per Exhibit B of the Agreement, “Payment by Force Account.”  If the actual cost of work is above or below the allowance amount listed on the bidder’s form, a change order will be issued.

    • ALLOWANCE FOR ROAD SECTION REMEDIATION

      An allowance is included on the bidding form to compensate the Contractor for addressing areas with thin road sections that require additional scarifying, moisture conditioning, compacting, grading, or digout and plug paving work prior to constructing new road surfacing.  A pre-paving conference will be held onsite with representatives from City and Contractor during or after immediately after contract grinding operations have been completed to discuss needed remediation activities prior to placement of new roadway surfacing.  The method of remediation will be as directed by the Engineer.  The cost of work shall be determined either by a mutually agreeable lump sum price or per Exhibit B of the Agreement, “Payment by Force Account.”  If the actual cost of work is above or below the allowance amount listed on the bidder’s form, a change order will be issued.

    • FINAL CLEANUP

      Upon completion of the work, the Contractor shall remove all equipment, debris, and shall leave the site in a neat clean condition to the satisfaction of the Engineer. The Contractor shall clean the area of all construction related materials and sweep the entire project area including sidewalk and gutter thoroughly. All construction signs, cones, barricades, and conflicting markings shall be removed.  At the request of the Contractor, a final punchlist will be provided.  After all items of the punchlist have been completed to the satisfaction of the Engineer, the Engineer will issue substantial completion.  The accrual of working days will cease after substantial completion has been issued.

    Submission Requirements

    • Proposal (required)

      Bids are to be submitted for the entire work.  The amount of the bid for comparison purposes will be the total of all items.  The bidder shall set forth for each unit basis item of work a unit price and a total for the item, and for each lump sum item a total for the item.

      In accordance with the annexed Notice to Contractors, the undersigned, as bidder, declares that he has carefully examined the location of the proposed work, the plans, specifications and technical requirements therefore, and the proposed forms of contract and bonds mentioned or referred to in said Notice and on file in the Office of the City Engineer of the City of Turlock, together with the prevailing rate of per diem wages for each craft or type of workmen needed to execute said contract; and he proposes and agrees that if this proposal is accepted, he will furnish all labor, materials, equipment, plant transportation, service, sales taxes, permit fees and other costs necessary to complete the construction in strict conformity to the plans and specifications and he will enter into a written contract with the City of Turlock in the form of contract on file in the Office of the City Engineer for such purposes, and that he will execute and/or provide all bonds and insurance certificates required by law and/or by said contract and/or mentioned in said Notice to Contractors all in accordance with and subject to all applicable laws, and that he will take in full payment therefore the unit prices entered on the Bidder's Form.

    • Request for Substitutions (required)

      You may upload information relative to material or equipment for which you would like to request approval of that were not specifically named in the project specifications.  City staff will make an effort to respond to requests for substitution as part of the Q&A and addendum process, though will not be obligated to comment on, approve, or deny any request for substitution. 

    • Bidder's Form (required)
    • Affidavit (required)

      Please download the below documents, complete, and upload.

    • INFORMATION REQUIRED OF BIDDER
    • Number of years’ experience as a contractor in construction work or installation work similar to that required in these specifications. (required)
    • Name of person who inspected the site of the proposed work for your firm. (required)
    • Date of Inspection (required)
    • PREVIOUS WORK/REFERENCES

      Please provide information for four (4) recent projects.  If bidder is unable to provide information for four (4) reference projects, it shall provide as many reference projects that it can and City will make a determination as to bidder responsibility based on the available information.

    • Reference #1: Project No. and Title of a previous project you completed. (required)
    • Reference #1: Name the Class and Type of Work for the completed project. (required)
    • Reference #1: Name, Address and Phone No. of the Owner of the completed project. (required)
    • Reference #1: Who was the Registered Engineer in charge of the completed project? (required)
    • Reference #1: List the Total Contract Amount of the completed project and the amount of the contract you performed. (required)
    • Reference #1: Name of Prime Contractor (if you were Sub)
    • Reference #1: Date of Project Completion
    • Reference #1: List any Liquidated Damages that were assessed.
    • Reference #2: Project No. and Title of a previous project you completed.
    • Reference #2: Name the Class and Type of Work for the completed project.
    • Reference #2: Name, Address and Phone No. of the Owner of the completed project.
    • Reference #2: Who was the Registered Engineer in charge of the completed project?
    • Reference #2: List the Total Contract Amount of the completed project and the amount of the contract you performed.
    • Reference #2: Name of Prime Contractor (if you were Sub)
    • Reference #2: Date of Project Completion
    • Reference #2: List any Liquidated Damages that were assessed.
    • Reference #3: Project No. and Title of a previous project you completed.
    • Reference #3: Name the Class and Type of Work for the completed project.
    • Reference #3: Name, Address and Phone No. of the Owner of the completed project.
    • Reference #3: Who was the Registered Engineer in charge of the completed project?
    • Reference #3: List the Total Contract Amount of the completed project and the amount of the contract you performed.
    • Reference #3: Name of Prime Contractor (if you were Sub)
    • Reference #3: Date of Project Completion
    • Reference #3: List any Liquidated Damages that were assessed.
    • Reference #4: Project No. and Title of a previous project you completed.
    • Reference #4: Name the Class and Type of Work for the completed project.
    • Reference #4: Name, Address and Phone No. of the Owner of the completed project.
    • Reference #4: Who was the Registered Engineer in charge of the completed project?
    • Reference #4: List the Total Contract Amount of the completed project and the amount of the contract you performed.
    • Reference #4: Name of Prime Contractor (if you were Sub)
    • Reference #4: Date of Project Completion
    • Reference #4: List any Liquidated Damages that were assessed.
    • BOND INFORMATION

      You can enter your Bid Bond information in the Surety2000 question below.

      OR

      You may also submit hard copy original bonds by mail or hand delivery prior to the bid due date and time to the following address: 

      City of Turlock Engineering Division
      156 S. Broadway Suite 150
      Turlock, CA 95380

    • Do you want to use Surety2000 to submit your bonding information? (required)

      If you choose to upload bond forms not using Surety2000, you will need to submit the hard copy originals, prior to the bid due date and time, to engineering at: 

      City of Turlock Engineering Division 
      156 S. Broadway Suite 150
      Turlock, CA 95380

    • Bidder's Bond (required)

      Please download the documents below, complete, and submit hard copy original bonds by mail or hand delivery prior to the bid due date and time to the following address: 

      City of Turlock Engineering Division
      156 S. Broadway Suite 150
      Turlock, CA 95380

    • Bidder's Bond - Surety2000 (required)

      Please enter your Bid Bond information from Surety2000 below.

    • OTHER DOCUMENTS AND CERTIFICATIONS
    • Subcontractors (required)

      Please download the below documents, complete, and upload.

    • Iran Contracting Act Certification (required)

      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:

      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.

    • Equal Employment Opportunity Certification (required)

      The bidder, proposed subcontractor, hereby certifies that he has ___ , has not        , participated in a previous contract or subcontract subject to the equal opportunity clauses, as required by Executive Orders 10925, 11114, or 11246, and that, where required, he has filed with the Joint Reporting Committee, the Director of the Office of Federal Contract Compliance, a Federal Government contracting or administering agency, or the former President's Committee on Equal Employment Opportunity, all reports due under the applicable filling requirements.

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

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

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

    • Public Contract Code Section 10285.1 Statement (required)

      In conformance with Public Contract Code Section 10285.1 (Chapter 376, Stats. 1985), the bidder hereby declares under penalty of perjury under the laws of the State of California that the bidder has ___ , has not ___ been convicted within the preceding three years of any offenses referred to in that section, including any charge of fraud, bribery, collusion, conspiracy, or any other act in violation of any state or Federal antitrust law in connection with the bidding upon, award of, or performance of, any public works contract, as defined in Public Contract Code Section 1101, with any public entity, as defined in Public Contract Code Section 1100, including the Regents of the University of California or the Trustees of the California State University.  The term "bidder" is understood to include any partner, member, officer, director, responsible managing officer, or responsible managing employee thereof, as referred to in Section 10285.1.

      Note: The bidder must place a check mark after "has" or "has not" in one of the blank spaces provided. The above Statement is part of the Proposal.  Signing this Proposal on the signature portion thereof shall also constitute signature of this Statement. Bidders are cautioned that making a false certification may subject the certifier to criminal prosecution.

    • Public Contract Code Section 10162 Questionnaire (required)

      In conformance with Public Contract Code Section 10162, the Bidder shall complete, under penalty of perjury, the following questionnaire:

      Has the bidder, any officer of the bidder, or any employee of the bidder who has a proprietary interest in the bidder, ever been disqualified, removed, or otherwise prevented from bidding on, or completing a federal, state, or local government project because of a violation of law or a safety regulation?

    • Explain the circumstances here: (required)
    • Public Contract Code 10232 Statement (required)

      In conformance with Public Contract Code Section 10232, the Contractor, hereby states under penalty of perjury, that no more than one final unappealable finding of contempt of court by a federal court has been issued against the Contractor within the immediately preceding two-year period because of the Contractor's failure to comply with an order of a federal court which orders the Contractor to comply with an order of the National Labor Relations Board.

      Bidders are cautioned that making a false certification may subject the certifier to criminal prosecution.

    • Debarment and Suspension Certification (required)

      TITLE 49, CODE OF FEDERAL REGULATIONS, PART 29

      The bidder, under penalty of perjury, certifies that, except as noted below, he/she or any other person associated therewith in the capacity of owner, partner, director, officer, manager:

      • is not currently under suspension, debarment, voluntary exclusion, or determination of ineligibility by any Federal agency;
      • has not been suspended, debarred, voluntarily excluded or determined ineligible by any Federal agency within the past 3 years;
      • does not have a proposed debarment pending; and
      • has not been indicted, convicted, or had a civil judgement rendered against it by a court of competent jurisdiction in any matter involving fraud or official misconduct within the past 3 years.

      If there are any exceptions to this certification, insert the exceptions in the following space.

      Exceptions will not necessarily result in denial of award, but will be considered in determining bidder responsibility.  For any exception noted above, indicate below to whom it applies, initiating agency, and dates of action.

      Notes:    Providing false information may result in criminal prosecution or administrative sanctions.

    • Non-Lobbying Certification (required)

      The prospective participant certifies, by signing and submitting this bid or proposal, to the best of his or her knowledge and belief, that:

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

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

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

      The prospective participant also agrees by submitting his or her bid or proposal that he or she shall require that the language of this certification be included in all lower tier subcontracts, which exceed $100,000 and that all such subrecipients shall certify and disclose accordingly.

    • Disclosure of Lobbying Activities

      Please download the below documents, complete, and upload.

    • Construction Contract DBE Commitment

      The apparent low bidder, the 2nd low bidder, and the 3rd low bidder must complete and submit the Exhibit 15-G Construction Contract DBE Commitment form to the City of Turlock no later than 4:00 p.m. on the 5th calendar day after the bid opening.  If bidder does not upload the form with its bid, it must email the form to the contact person listed on the cover page of the project specifications prior to the due date and time indicated.

    • Proposer/Contractor Good Faith Efforts

      If they have not met the DBE goal indicated for the project, the apparent low bidder, the 2nd low bidder, and the 3rd low bidder must complete and submit the Exhibit 15-H Proposer/Contractor Good Faith Efforts form to the City of Turlock no later than 4:00 p.m. on the 5th calendar day after bid opening.  If bidder does not upload the form with its bid, it must email the form to the contact person listed on the cover page of the project specifications prior to the due date and time indicated.

    • Bidder's List of Subcontractor (DBE & Non-DBE)

      All Bidders should complete and submit the Exhibit 12-B Bidders List of Subcontractors form to the City of Turlock no later than 4:00 p.m. on the 5th calendar day after bid opening.  If bidder does not upload the form with its bid, email the form to the contact person listed on the cover page of the project specifications.

    • Are you using Federal FHWA Funds administered through Caltrans? (required)
    • What is the DBE Goal for this project? (required)

      i.e. 4%

    • Number of trainees or apprentices for the federal training program (required)

      Example: zero (0)

    • Will you be holding a pre-bid conference? (required)
    • Pricing (required)
      • Choose Option 1 when you have set line items, for example:
        • This is a quote for goods or commodities.
        • This is a public works bid, with a pricing table that can be uploaded into OpenGov Procurement from an Excel spreadsheet.
        • Seeking services for hourly rate schedules.
      • Choose Option 2 when you need vendors to provide you with the line items.
    • Has a geotechnical report been prepared for the project? (required)
    • Name of the consultant who created the report? (required)
    • What is the date of the report? (required)
    • Does the estimated construction cost exceed $1,000,000? (required)
    • Require escrow bid documents to be submitted? (required)

      Consider when contract cost exceeds $1.5M or the project is complex and there is heightened potential for claims.

    • Required Contractor License(s) (required)

      Select all that apply.  Refer to CSLB website for classifications.  Last updated here Oct. 2025.

    • General Subsections
    • Work Restriction Subsections

      Select the subsections you need for your project.

    • Construction Details Subsections (required)

      Select the sections that are applicable to your project.

      Note: Use "Lead Compliance Plan and Implementation" when yellow thermoplastic is to be removed as part of the project and with a walk-behind grinder.  If a large grinder is used to remove thermo, this section shouldn't be needed, as workers wouldn't interact with the thermo up close.

      Note: Use "Erosion Control" for projects that disturb < 1 acre of soil. If disturbing > 1 acre, use "Stormwater Pollution Prevention".

      Note: Add "Sheeting, Shoring, and Bracing" when excavations will be >= 5 feet in depth.

    • Brief Description of Service(s)/Product(s) (required)

      Please list the work to be completed.

      Example: installation of water main pipe, service laterals, trench repair, paving, minor concrete, and pavement striping

    • Licensees Responsible for Specifications Attachment Confirmation (required)

      By clicking "Yes", the creator of this project understands that they need to attach the "Licensees Responsible for Specifications" to their solicitation.

    Questions & Answers

    Q (Informatiion): Can the Engineer's estimate be shared? We are very interested in bidding, however, knowing this information would determine if we will or not. Please advise

    A: Yes. The Engineer's Estimate is $170,000.00.


    Key dates

    1. May 5, 2026Published
    2. May 26, 2026Responses Due

    AI classification tags

    Frequently asked questions

    SLED stands for State, Local, and Education. These are solicitations issued by state governments, counties, cities, school districts, utilities, and higher education institutions — as opposed to federal agencies.

    SamSearch Platform

    Stop searching. Start winning.

    AI-powered intelligence for the right opportunities, the right leads, and the right time.