Loading...
HomeMy WebLinkAbout1990 Special Provisions Project 51011COPY Y -hr uY I~iri aj r ~ ;.~i CITY CF B~~ERS~'IELD CALIFOIIA NOTICE '~0 CON'T:EACTC3RE SPECIAL PROVI5ION5 BID PROPOSAL A~1D CO~~:~ACT ~"0 ~S~ T]~AFFiC SIGNAL MODIFICATION ON MT VERNON AVENUE C~§ AT IJN:~VEITY AVI~VUE ~ ~5 BID OPENING: DATE MAY 24, 19:90 § ~ TIME 2;00 ~.M. . ~ PROJECT N0. 51.0.1 _,A~~ M'~ r ~ , , ~ , Fri 'yam F ~ F .3~~00 m DEPA~E~CMENT OF PUBLIC ARKS CITY OF B~~KERSFIELD : ^ . ~ ~9- EXP. ~ ~l 1501 TR~~.I'UN AVENUE . ACC' ~ ~~~F~RSFIELD, CA 93301 A Telephone: (805) 326-3724 ~ 1.4 CIV1~ QF CA1~~F 4/25/90 1171 . X1(11 1 nr ~ dGa JL ..0 -L v A. JL . ADDE~~M N4. 3 May 7,1990 ~~C~I?E~T': Traffic Sim Modification on Mt.vernon Ave. at University Avenue. BID C31ING I~~TE; May 24, 1990 00 pM ~OTT~;E ~ ALL C~A~~h(~R5 BEDDING THIS WORK you are ,hereby notified of the following r~"~anges a~xl/or acitons to the plans and s~~ecfications. Such des and/or additions are here~ay made a pert of the plans and s~~ecficatons and shall take precedence aver anythi~ to the contr~~y therein. R~t1T~loN pJ~S ~Ta Cha~ages to plans. 51~CIC~TIQNS 2~ qn page 3~, add.: 7~2.1~ GUA€~AIV'a'FE. The Contractor shall furnish a written g~~arantee to the pity on the farm attached, g~.'anteeing all systems, except traffic signal l~ ~ installed under this contract for a period of one ~ 1~ Year from the date of ac;cep~~~~ce of the work. The guarantee, prcaperly executed,. shall be filed with the pity befog notice of ccle~ton .and final acceptance is made by the City of the work des~;rib on the plans and these ~~ecial provisions. '~-2.14 PAYM'II~`. Rayme~Jit~ for signals and lighting shall conform to th+e prowis~:ons Section 86-8, ''€~ayment", of the Standard Specifications and the s~xal pravisc~r~s. Full cc~nsat-ion for cast-in-drilled hole concrete pile foundations sl~ala be considered as included in the .contract lump sum price paid for the item requiring foundations and no sep~~rate past will be made therefor. NQTE: A].l Contractors bidding this work shall denote in their proposal that they have received Addendum No. 1 and bids shall reflect these revisions. C~; 1 f : J ♦t ,R r ~ r? i r W f,.,. D~arlerle Wis~~am Ti~~~~ ~gi~eer P~u~:~chas~-ng' ~ff~cor PAGE 1 of 1 CITY OF BAKERSFIELD DEPARTMENT OF PUBLIC WORKS NOTICE TO CONT RACTORS SEALED PROPOSALS will be r ' the Purchasing Officer eceived by the City of Bakersfield ' at the Office of until 2; ~ ~ City Hall, 1501 Truxtun Avenue 00 o clock P,M, on MAy 24 19.9 Bakersfield, California in~nediately thereafter 0 to be publicl o ne ,.for the following work: y ~ d and read 'T'RAFFIC SIC~IAI,, MODIFICA TION ON MT. VERNON AVENUE AT UN IVERSITY AVENUE Plans and specificatio obtained at the offi ns► and forms of proposal, bonds an ce of the purchasing Officer b ~ ~ d contract, may be ZERO ~ ($0,00 )for e Y posting a refundable deposit of made provided the laps a ach complete set. Refund of d within ten p nd specifications are returned eposit will be (10) days from date of bid o t4 the Purchasing Officer good condition, peeing and the documents are i n reasonable No bid will be considered ~ ~ the Purchasin Offi unlessit~is made on a ro sal g cer, which appears,;,herein ' ~ p p° , f furnished by PROVISIONSof the project and immediately following the SPEC , is madein accordance with the under Section 2, proposal Re i provisions set qu rements and Conditions" of forth Specifications. Each bid must ~ the Standard with the re it ~ accompanied by a pro sal ,qu ements of article 2-1,07 of the ~ p° guarantee in accordance pecifications, d - S said Section 2 of the Standar The City of Bakersfield rese are required on the ent' rues the right to reject an or ' ire work described herein, Y all bids, Bids Substitution of securities for permitted pursuant to the rovi moneys retained to ensure performance Eligible securiti ~ p sloes and requirements of Gover shall be es include interest bearin deman nment Code4590. of credit, or any other secur' g d deposit accounts, stan Bakersfield,- itY agreed to by~~-~the Contract ~Y letters The request for substitution~~~~ or and the City of submitted on the form entit of securities to be de sited led Escrow agreement for Se ~ p° shall be Retention" included in the bac ~ curity Deposits in L' k of these special provision 1eU of s, The Contractor mus C-10, C-12 t possess a valid Class A or a and Class C-34 Contractor's Lic combination of Class C-g, awarded, enSe at the time this contract is The work contemplated shall Specifications of ~ ~ done in accordance with th e Department of Transportation B e Standard usiness and Trans rta ' gency, dated January, 1988, insof ho tion ar as the same may apply, Pursuant to Part 7 of Division et seq,) the Contractor 2 °f the California Labor Cod ' shall not pay less than the e (Section 1720 workers on this project as Bete prevailing rate of wa e Industrial Relatio rmined by the Director of Califo g s to ns, The Director's schedule of r rnia Department. of open for inspection at the Cit p evailing rates is on file Truxtun Avenue B Y of Bakersfield, Department of and akersfield, California, Public works, 1501 D21:51011,1 -1- GG•wrn _ ~ GENERAL DESCRIPTION OF WORK The work to be performed consists, in general, of modifi cation of traf f lc signal and construction of new curb return on Northeast corner. CITY OF DAKERSFIELD EDGAR W. SCHULZ Public Works Director D21:51011.2 _2_ GG:wrn i CITY OF B~~KERSFIELD, CALIFORNIA DEPARTMENT OF PUBLIC w r, ORKS SPECIAL PRpyISIONS SECTION 1 - DEFINITIONS AND TERMS 1-1.01 GENERAL. This work embraced herein shall be done in with the Standard Specifications entitled "Sta ~ accordance to of California, Department of Transportation, Standard Specifications, January 1988," as refere ' insofar as the same ma a 1 which ~ ~ aced herein, Y pp Y, specif icatlons are hereinafter referred to as the Standard Specifications, and in accordance with the fo • llowing special provisions. In case of conflict between the Standard Specifications and special provisions, the s cial rovisi these p ons shall take precedence over and be used in lieu of such conflicting portions. 1-1.02 DEFINITIONS AND TERMS. All definitions and • "Definitions and Terms " of the ~ ~ terms In Section 1, ~ Standard Specifications shall apply, except whenever the following terms or pronouns are used the inten ' be as follows: ► t and meaning shall City - City of Bakersfield Californ' ia. Department of Transportation, CALTRANS - The En ineerin De ar the City of Bakersfield. g g p tment of Director - City Engineer. Engineer - The City Engineer, acting either directl or authorized agents, such a ents a ~ ~ Y through properly g sting within the scope of the particular duties entrusted to them. Laboratory - The designated laboratory authorized b the ' materials and work involved in the c Y Clty to test ontract. Standard Specifications.- Standard S cificati Transportation, Business a ~ ons of the Department of nd Transportation Agency, dated January, 1988. State - The City of Bakersfield. State Contract Act - Chapter 1, Division 2 of the Public The provisions of this act do not a Contract Code. pply to this contract. Other terms appearing in the Standard Specifications th provisions, and the special rovisions ~ e general .p. shall have the intent and meanin specified in Section 1, Definition of Terms of the Stan g Bard Specifications. D21:51011.3 _3_ GG:wrn 2-1.06 BIDDER'S GUARANTEE. All bids shall be presented under sealed cover and shall be accompanied by a Proposal Guaranty made payable to the City of Bakersf-field, for an amount equal to at least ten percent (10~) of the amount of said bid, and no bid shall be considered unless such Proposal Guaranty is enclosed therewith. 2-1.07 REQUIRED LISTING OF PROPOSED SUBCONTRACTORS. Each proposal shall have listed therein the name and address of each Subcontractor to whom the bidder proposes to subcontract portions of the work in the amount of 1/2 of one percent of his total bid or $10,000, whichever is greater, in accordance with the Subletting and Subcontracting Fair Practices Act, commencing with Section 4100 of the Public Contract Code. The bidder's attention is invited to other provisions of said Act related to the imposition of penalties for a failure to observe its provisions by using unauthorized subcontractors or by making unauthorized substitutions, A sheet for listing the Subcontractors, as required herein, is included in the Proposal. Bidders are cautioned that this listing requirement is in addition to the requirement to provide a list of DBE Subcontractors after the opening of the proposals for projects utilizing Federal funds. 2-1.08 OMISSIONS IN SPECIFICATIONS AND DRAWINGS. Any materials or work mentioned in the specifications and not shown on the drawings or shown on the drawings and not mentioned in the specifications shall be of the same effect as if shown or mentioned in both. Omissions from the drawings or the specifications of the materials or details of work which are manifestly or obviously necessary to carry out the intent of the drawings and specifications or which are customarily furnished or performed, shall not relieve the Contractor of his responsibility for furnishing - such, omitted materials or performing such omitted work; but shall be furnished or performed as if fully shown or described in the drawings or specifications. 2-1.09 WITHDRAWAL OF PROPOSALS. Any bid may be withdrawn at any time prior to the time fixed in the public notice for the opening of bids by request for the withdrawal of the bid filed with the Purchasing Department. The request shall be executed by the bidder or his duly authorized representative. The withdrawal of a bid does not prejudice the right of the bidder to file a new bid. whether or not bids are opened exactly at the time fixed in the public notice for opening bids, a bid will not be received after that time, nor may any bid be withdrawn after the time fixed in the public notice for the opening of bids. 2-1.10 PUBLIC OPENING OF PR~JPOSALS. Proposals will be opened and read publicly at the time and place indicated in the "Notice to Contractors." Bidders or their authorized agents are invited to be present. 2-1.11 RELIEF OF BIDDERS. Attention is directed to the provisions of Public Contract Code Sections 5100 to 5107, inclusive, concerning relief of bidders and in particular to the requirement therein, that if the bidder claims a mistake was made in his bid, the bidder shall give the Department written notice within 5 days after the opening of the bids of the alleged mistake, specifying in the notice in detail how the mistake occurred. D21:51011.5 -5- GG:wrn Public Contract Code Section 10285.1 (Chapter 376, Stats, 1985) provides as follows: An state agency may suspend, for a period of up to three years from Y the date of conviction, any person from bidding upon, or being awarded, a ublic works or services contract with the agency under this part or p from being a subcontractor at any tier upon the contract, if that rson or an partner, member, officer, director, responsible managing pe ► Y officer, or responsible managing employee thereof, has been convicted b a court of competent jurisdiction of any charge of fraud, bribery, Y collusion, conspiracy, or any other act in violation of any state or federal antitrust law in connection with the bidding upon, award of, or rformance of, any public works contract, as defined in Section 1101, ~ as defined in Section 1100, including for the with any public entity, u ses of this article, the Regents of the University of California p ~ or the Trustees of the California State University. A state agency may determine the eligibility of any person to enter into a contract under this article by requiring the person to submit a statement under penalty of perjury declaring that neither the person nor any subcontractor to be engaged by the person has been convicted of any of the offenses referred to in this section within the preceding three years. A form for the statement required by Section 10285.1 is included in the proposal. 2-1.12 DISQUALIFICATION OF BIDDERS. More than one proposal from an individual firm, rtnership, corporation, or combination thereof under the • same or different names will not be considered. Reasonable .grounds for believing hat an individual, firm, partnership, corporation or combination thereof is t y interested in more than one proposal for the work contemplated may cause the • re'ection of all roposals in which such individual, firm, partnership, corporation ~ ~ p there is reason for believing that or combination thereof is interested. If • collusion exists among the bidders any or all proposals may be rejected. Pro sals in which the prices obviously are unbalanced may be rejected. D21:51011.6 -6- SECTION 3. AWARD AND EXECUTION OF CONTRACT 3-1.01 GENERAL. The award of the contract, if It be awarded, well be to the lowest responsible bidder. The language "responsible" refers to not only the attribute of trustworthiness, but also to the quality, fitness and capacity of low bidder to satisfactorily perform the proposed work. 3-1.02 AWARD OF CONTRACT. The award of the contract, if it be awarded, will be made within forty-five (45) days after the opening of the proposals unless extension is approved by the lowest responsible bidder. 3-1.03 CONTRACT BONDS. The Contractor shall furnish two good and sufficient bonds. One of the said bonds shall guarantee the faithful performance of the said contract by the Contractor and shall be in an amount equal to one hundred percent (1000 of the contract price. The other of the said bonds shall be in an amount of fifty percent (50~) of the contract price and shall guarantee payment to laborers, mechanics and material workers employed on the 'ob under the contract and shall be in the amount and satisfy the J requirements specified in Section 3248 of the California Civil Code. Whenever any surety or sureties on any such bonds, or on any bonds required by law for the protection of the claims of laborers and material non, become insufficient, or the City has cause to believe that such surety or sureties have become insufficient, a demand in writing may be made of the. Contractor for such further bond or bonds or additional surety, not exceeding that originally required, as is considered necessary, considering the extent of the work remaining to be done. Thereafter no payment shall be made upon such contract to the Contractor or any assignee of the Contractor until such further bond or bonds or additional surety has been furnished. 3-1.04 EXECUTION OF CONTRACT. The contract shall be signed by the successful bidder and returned, together with the contract bonds within ten (10) days, .not including Sundays, after the bidder has received notice that the contract has been awarded. No proposal. shall be considered binding upon the Cit until the execution of the contract. All contracts shall be considered as Y being made~and entered into in the City of Bakersfield, California. Failure to execute a contract and file acceptable bonds as provided herein within ten (10) days, not including Sundays, after the bidder has received notice that the contract has been awarded, shall be just cause for the cancellation of the award and the forfeiture of the proposal guaranty. 3-1.05 RETURN OF BIDDER'S GUARiANTEES. Within ten (10) days after the award of the contract, the City of Bakersfield will return any monies or form for deposit of money that are not to be considered in making the award. All other proposal guarantees will be held until the contract has been finally executed, after which they will be returned to the respective bidders whose proposals they accompany. D21:51011.? SECTION 4 - BEGINNING OF WORK, TIME OF COMPLETION AND LIQUIDATED DAMAGES 4-1.01 GENERAL. Attention is directed to the provisions of Section 8 Article 8-1.03, "Beginning of Work," Article 8-1.06, "Time of Completion" and Article 8-1.07, "Liquidated Damages," of the Standard Specifications, and is specifically hereby made apart of these special provisions. The first paragraph of Section 8-1.03, "Beginning of Work," of the Standard Specifications, is amended to read: The Contractor shall begin work within fifteen X15} days after receiving written notice the contract has been approved by the City Council if necessary and to proceed. The Contractor shall diligently prosecute the same to completion before the expiration of 40 working days. i Contract working days will commence from the date the Contractor begins work or the 15th calendar day from the date of the written notice to proceed, whichever comes first. The Contractor shall pay to the City of Bakersfield the sum of $ 200.00 r da for each and every calendar day's delay in finishing the work in excess pe Y of the number of working days prescribed above. Full com nsation for conforming to the requirements of above paragraph shall be considered as included in the prices paid for the various items of work and no additional allowance will be made therefor. D21:51011.8 -8' SECTION 5. GENERAL 5-1.01 STATE CONTRACT ACT NOT APPLICABLE. Sections 1-1.40, "State Contract Act," and 9-1.10, "Arbitration," of the Standard Specifications are deleted. This contract is not governed by the provisions of the State Contract Act. The ado tion and use of the Standard Specifications in the performance of p the work called for in this contract shall not be construed as an electron by the Cit to roceed under Section 20396 of the Public Contract Code. In the event y p h arties the are not obligated to submit the that a dispute arises between t e p ► Y matter to arbitration in any form (although they may do so upon written agreement). 5-1.02 ALTERATION IN QUANTITY OF WORK. Increases in work totaling more than ten rcent (10~) of the contract amount shall be processed as a change I~ order subject to approval by the City. 5-1.03 CONTROL OF WORR. Control of work shall conform to the rovisions in Section 5, "CONTROL OF WORK," of the Standard Specifications p and these special provisions. Section 5-1.02 "Plans and working Drawings", of the Standard S cifications is amended by adding the following paragraph after the fourth paragraph: workin drawings or plans for any structure not included in the plans g furnished by the Engineer shall be approved by the Engineer before any work involving these plans shall be performed, unless approval is waived in writing by the Engineer. Section 5-1.07 "Lines and Grades" of the Standard Specifications is amended by adding the following paragraph after the first paragraph: Three consecutive points shown on the same rate of slope must be used in ca~unon, in order to detect any variation from a straight grade, and in case any such discrepancy exists, it must be reported to the En ineer. If such a discrepancy is not reported to the Engineer, the g Contractor shall be responsible for any error in the finished work. The second ragraph in Section 5-1.07, "Lines and Grades" of the Standard Specifications is amended to read: ontractor re Tres such stakes or marks, he shall notify When the C ~ the Engineer of his requirements in writing~a reasonable length of time in advance of starting operations-that require such stakes or marks. In no event, shall a notice of less than 24 hours be considered a reasonable length of time. Section 5-1.08, "Inspection" of the Standard Specifications is amended by adding the following paragraph after the first paragraph: Whenever the Contractor varies the period during which work is carried on each day, he shall give due notice to the Engineer, so that ro r inspection may be provided. Any work done in the absence of the p ~ , Engineer will be subject to re~ectlon. D21:51011.9 -9- 5-1.04 PR~~VAILING WAGES. Pursuant to Chapter 1 of Part 7 of Division 2 of the Labor Code (commencing with Section 1720), Contractor agrees in rformin said work, by himself or through any subcontractor, eight that pe g ' bor shall be a da 's work and forty hours' labor shall be a week's work, hours la Y Contractor shall keep an accurate record showing the name and actual and that ked for all workers employed in said work, and that said,record shall be hours wor at all reasonable hours for inspection pursuant to Section 1812 of the kept open e. The Contractor and all Subcontractors shall pay not less than the Labor Cod revailin rate of per diem wages and the general prevalling rate for general p g ' nd overtime to all workers employed in the construction of this project. holiday a ' rate for each craft, classification or type of work is determined The prevalling ' ector of the California Department of Industrial Relations, and his by the Dir le of revailing rates is on file and available for inspection In the schedu p ' Works De artment. The schedule is incorporated herein by this reference. Public p ' hall have the ri ht to inspect payroll records during normal working The City s 9 shall have the right to question workers at any time concerning the hours and in aid. Contractor shall not interfere in any way with the City's wages be g p ~ e rovisions of this contract. right to investigate conformance with the wag p hall forfeit to the City for each worker employed for each Contractor s calendar day or portion thereof: a, ~~y-FINE DOLLARS ($25) pursuant to Section 1775 of the Labor ode r worker aid less than the amount to which he is entitled C , pe P under said general prevailing rate of wages; and b, '~iJENTy-FIVE DOLLARS ($25) pursuant to Section•1813 of the Labor Code, per worker required to work more than eight (8) hours per, da or more than forty (40) hours per week, except as provided in Y Section 1815 of the Labor Code. - PAYROLL RECORD6. The fourth paragraph in Section 7-l.OlA(3), 5 1.05 ~ ~ leted and shall not apply "Pa roll Records, of the Standard Specifications is de Y to this contract. -1.06 LABOR NONDISCRIMINATION. Attention is directed,to Section 5 ~ ~ ndard S cif ications and these 7-1.OlA(4), Labor Nondiscrimination, of the Sta pe special provisions. ntion is also directed to the requirements of the California Fair Atte nd Housin Act (Government Code Sections 12900 through•12996), to the Employment a g re lations romulgated by the Fair Employment and Housing Commission to ~ p ' said Act and to the nondiscrimination, aff irmatlve action and equal Implement ~ cial rovisions. employment opportunity requirements in the spe p - 7 APPRENTICES. The Contractor's attention is directed to Article 5 1.0 ~ ns. All Contractors and 7-1.OlA(5), "Apprentices, of the Standard Speclf icatio ractors shall c 1 with the provisions of Labor Code Sections, 1777.5, Subcont ~ Y 1777.6, and 1777.7 relating to the employment of apprentices. • 1011.10 -10- D21.5 If the Contractor does not have a union contract which provides for ntices the Contractor and all Subcontractors shall submit one of the appre , following: f a "Re est for an Application for a Certificate of 1. A copy o qu A royal to loy and Train Apprentices on Public works." This pp ~ tment of Industrial request shall be submitted to the local Depar Relations, Division of Apprenticeship Standards on the Contractor's and each Subcontractor's letterhead or Form PW 1, enclosed with these specifications. A co of an approval to employ and train apprentices from the 2 pY Relations Division of local Department of Industrial , Apprenticeship Standards. 3. Proof of a Collective Bargaining Agreement with the Joint A renticeship Committee providing for apprentices. pp ne of the above shall be submitted by the low bidder to the City of 0 ' urchasin Division, within two ~2~ working days following the bid Bakersfield P g opening. - AFETY. The Contractor shall comply with Section 6705 5 1.08 TRENCH S Code which rovides that the Contractor's responsibility shall be as of the Labor p follows: If the contract rice for the project includes an expenditure in p xcess of T1i~~1'I'Y-FIVE THOUSAND DOLILARS ($25, 000) for excavation of any e n h or trenches five feet or more in depth, the Contractor or his tre c ontractor shall not begin any trench excavation unless a detailed Subc . lan showing the design of shoring, bracing, sloping or other, p ~ for worker rotection during the excavation of the provisions to be made p n ineer and trench, has been submitted by the Contractor to the City E g the detailed plans has been approved by the City Engineer. varies from the shoring system standards established by the I f such plan ' afet Orders of the Division of Industrial Safety, the plan shall be Construction S y , prepared by a Registered Civil or Structural Engineer. in in this section shall be deemed to allow the use of a shoring, Noth g at re fired b the sloping, or protective system less effective than th qu Y Construction Safety Orders of the Division of Industrial Safety. thin in this section shall be construed to impose tort liability on No g the awarding body or any of its employees. " lic Works" and "Awarding Body," as used in this section, The terms Pub same meanin as in Labor Code Sections 1720 and 1722 respectively. shall have the g _ g SOUND CO~~TROL REQUIREMENTS, Sound control shall conform to the 5 1.0 ' ns in Section 7-1.OlI, "Sound Control Requirements," of the Standard provislo Specifications and these special provisions. • 11.11 -11- D21.510 The noise level from the Contractor's operations, between the hours of • P.M. and 6:00 A.M., shall not exceed 86 dbA at a distance of 50 feet. This 9.00 irerr~nt in no wa relieves the Contractor from responsibility for complying requ Y , with local ordinances regulating noise level. Said noise level requirement shall apply to all equipment on the job or related to the °ob, including but not limited to trucks, transit mixers or J ' e i ment that ma or may not be owned by the Contractor. The use of transient qu p Y d sound si nals shall be avoided in favor of light warnings except those lou g re fired by safety laws for the protection of personnel. Full com nsation for conforming to the requirements of this section shall be considered as included in the prices paid for the various contract items work involved and no additional compensation well be allowed therefor. of -1.10 PERMITS AND LICENSES. The Contractor shall procure all permits 5 ' enses all charges and fees, and give all notices necessary and and llc , pay ' ental to the due and lawful prosecution of the work from any and all incld ntal or anization which require such permits, licenses or fees, The governme g n ractor shall rocure a business license in the City of Bakersfield. Co t p -1.11 WORKING HO~JRS. Contractor shall limit his field working hours 5 • to 4:30 P.M. An deviations must be requested and In writing and from 7.00 A.M Y directed to the Construction. Engineer at the Pre-Job Conference. Written the Construction Engineer is required for work beyond these limits. approval from 'me work roceeds be and the time limits or on holidays or weekends, the Any ti p Y ractor will be charged for all associated overtime charges and said charges Cont may be withheld from contract retention. 5-1.12 LAWS TO BE OBSERVED. The Contractor shall keep himself fully ' rmed of all existin and future State and National laws and all municipal info , g , ' nces and re latlons of the Clty of Bakersfield which in any manner affect ordlna gu those en a ed or employed in the work, or the materials used in the work, or gg hich in an wa affect the conduct of the work, and of all such orders and w y 'Y n 'urisdiction or authority over the decrees of bodies or tribunals having a y ~ same. - CTOR'S INSURANCE. The Contractor shall not commence work 5 1.13 CO1V'i'RA r this contract until he has obtained all insurance required under this unde ction and the re fired certificates of insurance have been filed with and se ~ ved b the Cit Risk Manager and the Public Works Department, nor shall the appro y Y r allow an Subcontractor to commence work on his subcontract until said Contracto Y certificates of insurance have been filed and approved by the,C~ty Risk Manager and the Public Works Department. Contractor shall be responsible for any deductibles under all required insurance policies. -1.13A HOLD HARMLESS. .The Contractor shall save, hold harmless and 5 indemnif the Cit , its officers, agents, employees and volunteers from y Y , all claims, demands, damages, judgments, costs or expenses in law or e it that ma at any time arise from or related to any work performed ~ Y Y b the Contractor, his agents, employees or subcontractors under the. Y terms of this a reement and shall execute and return with the executed g contract documents and bonds the "Hold Harmless Agreement," a copy of which is attached hereto. -12- D21.51011.12 5-1.13B .INSURANCE. In addition to any other form of insurance or bond required under the terms of this agreement and specifications, the Contractor shall procure and maintain for the duration of this agreement the following types and limits of insurance: Autam+obile liability insurance, providing coverage on an occurrence basis for bodily injury, including death, of one or more persons, property damage and personal injury, with limits of not less than one million ($1,000,000) per occurrence; and The automobile liability policies shall provide coverage for owned, non-owned and hired autos. General liabilit insurance, providing coverage on an occurrence basis for bodily injury, including death, of one or±more persons, property damage and. personal injury, with limits of not less than one million ($1,000,000) per occurrence. The liability policies shall provide contractual liability coverage for the terms of this agreement. The liability policies shall contain an additional insured endorsement in favor of the City, its mayor, council, officers, agents, en~loyees and volunteers; Workers' n ation with statuto limits and a to er's liabilit insurance with limits of not less than one million ( 1,000,000) per accident. The workers' compensation policy shall contain a waiver of subrogation endorsement in favor of the City, its mayor, council, officers, agents, employees and volunteers. All policies required of the Contractor hereunder shall be primary insurance as respects the City, its mayor, council, officers, agents, employees and volunteers and any insurance or self-insurance maintained by the City, its mayor, council, officers, agents, employees and volunteers shall be excess of the Contractor's insurance and shall not contribute with it. All policies shall contain the following endorsements: An endorsement providing the City with~ten (10) days written notice of cancellation or material change in policy language or terms. If any part of the work under this agreement is sublet, similar insurance shall be provided by or on behalf of the subcontractors to cover their operations. The insurance required under this agreement shall be maintained until all work required to be performed under the terms of this agreement is satisfactorily completed as evidenced by formal acceptance by the City. D21:51011.13 -13- All costs of insurance required under this agreement shall be included in the Contractor's bid, and no additional allowance will be made for additional costs which may be required by extension of the insurance policies. - C(~1TRACTOR'S AUTHORITY. At the preconstruction meeting, the 5114 r shall rovide the City with the foreman's or superintendent's name w o Contracto p will be in charge of this project. -1.15 DAMAGE BY STORM, FLOOD, TIDAL WAVE OR E~~RTHQUAKE. Section 5 Earth ake " of the Standard 7-1.165, Damage by Storm, Flood, Tidal Wave or qu ~ S cif ications is deleted and shall not apply to this contract. 5-1.16 WORK IN CITY STREETS. All of the work shown on the plans and ' uded in theses cif ications that is located in the public streets,in the City incl ~ rsfield shall be done in accordance with City Ordinance regulating the use of Bake of ublic streets within the City, except as otherwise provided herein. p The Contractor shall inform himself as to all regulations and , ' of the Cit En ineer and Superintendent of Streets of the City of requirements Y g ersfield and shall conduct his operations in compliance therewith. Bak _ 17 of ~Y. The right of way for the work to be constructed 0 5 1, make his own arran ements, will be provided by the City. The Contractor shall 9 , x uses for additional area required by him outside of the limits of and pay all e pe ri ht of wa unless otherwise provided in the special provisions. g Y 5-1.18 SUSPENSION OF CONTRACT. If at any time in the opinion,of the ' ouncil the Contractor has violated any terms of this contract, failed to. City C ► 1 of ro r alit , or has failed in supply an adequate working force, or materia p pe ~ Y , r res ct to rosecute the work with the diligence and force specified any othe pe p ' d in and b the terms of the contract, notice thereof in writing well and intende Y be served u n him, and should he neglect or refuse to provide means fora , isfacto c liance with the contract, as directed by the Engineer, within sat ry Omp ime s cif ied in such notice, the City Council in any such case shall have the t pe ~ ntract. U n receiving notice of the power to suspend the operation of the co po , nsion the Contractor shall discontinue said work, or such parts of it suc sus , e Cit Council ma designate. Upon such suspension, the Contractor's as th y Y hall terminate and thereupon the City Council, or its duly authorized control s s re resentative• ma employ other parties to carry the contract to,completion, p ~ Y to the necessa workmen, substitute other machinery or materials, and emp y rY , r hase the materials contracted for, in such manner as the Engineer may deem pu c • r the Cit Council may annul and cancel the contract and re-let the work proper, o y n art thereof. An excess of cost arising therefrom over and above the, or a y p y ~ ractor and his sureties, who will contract price well be charged against the Cont be liable therefor. In the event of such suspension, all money due the or or retained under the terms of this contract shall be forfeited to the Contract D21:51011.14 -14- h forefeiture will not release the contractor or his sureties from _ City; but suc ' failure to fulfill the contract. The Contractor and his sureties liability or ' ited with the amount of money so forfeited toward any excess of cost will be cred the contract rice, arising from the suspension of the operations over and above p nd the com letion of the work by the City as above provided, and of the contract a p ctor will be so credited with any surplus remaining after all dust the Contra ' such c letion as determined by the Engineer have been paid. claims for ~p etez-mination of the question whether there has been any such In the d - nce with the contract as to warrant the suspension or annulment non complia ' ion of the Cit Council shall be binding on all parties to the thereof , the decis Y contract. - TE~NPORARY SUSPENSION OF WORK. The Engineer shall have the 19 5 1. rt for such riod as he may deem authority to suspend the work wholly or in pa , 1~ , necessa due to unsuitable weather, or to such other conditions as are , the suitable rosecution of the work, or for such time considered unfavorable for ,p e Contractor to he ma deem necessary, due to the failure on the part of th as y iven or to rform any provisions of the work. The Contractor carry out orders g , ~ , ' be such order of the Engineer and shall not reswme the work shall inmtediately o y until ordered in writing by the Engineer. NTS. Attention is directed to Sections 9-1.06, "Partial 5-1.20 PAYME - "pa nt After Acceptance, of the Standard Specifications payments, and 9 1.07, yme and these special provisions. ' will be made for any materials on hand which are No partial payment furnished but not incorporated in the work. NAL PAYMENT. In addition to the conditions, provisions, and - 21 FI 5 1. ' Article 9-1.07B, "Final Payment and Claims," of the Standard requirements of Specifications, the following shall apply: ' ld funds or because of subsequently discovered The Clty may withho ~ to for nt, to facts, nullify the whole or any part of any certlfica paY~ h extent as ma be necessary to protect the City from loss due to suc Y causes including but not limited to the following: a. Defective work not remedied; ' f fled or information reasonably indicating probable filing b. Claims of claims; . 'lure of Contractor to make payment due for materials and/or c. Fai labor; Information causing reasonable doubt that the contract can be d. completed for any unpaid balance; e. Damages to another Contractor; and f . Breach of any terms of this contract. and all such causes are removed, certificates shall be issued when any for amount withheld. -15- D21:51011.15 ' ara ra h in Section 9-1.07B, "Final Payment and Claims," of The fifth p g p the Standard Specifications is amended to read: 'rector will make the final determination of any claims which The Di in in dis ute after completion of claim review, Aboard or person Tema p i nated b said Director will review such claims and make written des g Y recommendation thereon. ' En ineer shall, after the completion of the contract, make a The City g ' amount of work done thereunder, and the value of such work, final estimate of the ' 11 a the entire sum so found to be due after deducting and the City sha p Y n s to be ke t and all amounts to be therefrom all previous payments and all amou t p • visions of the contract. All prior partial estimates and retained under the. pro nt. The shall be sub'ect to correction in the final estimate and payme payments ~ • t be due and ayable until the expiration of thirty (30} final payment shall no ~ p rded at the County days from the date the NOTICE OF COMPLETION is reco ' ice and after execution and return by the Contractor of the Recorder s Of f attached GUAIRANTEE when applicable. ' a reed between the parties to the contract that no It is mutually g e t the final certificate given or payments made under the contract exc p • nt shall be conclusive evidence of the performance of certificate. or final payme , laim of the rt of the the contract, either wholly or in part, against any c i~ Y ' nd no a nt shall be construed to be an acceptance of any first part, a p Y~ defective work or improper materials. Contractor further agrees that the payment of the final amount And the ract and the ad'ustment and payment for any work done in due under the cont r ~ lease the Cit , the City accordance with any alterations of the same, shall re Y • er from an and all claims or liability on account of work Council, and the Engine Y • rformed under the contract or any alteration thereof. ITIES. The word "compensation" in 5-1.22 INCJ~EASED OR DECIEZEEASED QUANT • ' ra ra hs of the Standard Specifications is replaced with the the following pa g p words "unit price": Third paragraph of Section 18-1,05, "PAYMENT". Third paragraph of Section 24-1.08, "PAY~~iENT" • Second paragraph of Section 36-1.07, "PAYMENT". Tenth paragraph of Section 39-8.02, "PAY~!~ENT" • - .23 HAZA~~DOUS MATERIAIxS. The Contractor shall be held 51 • rs and subcontractor's well-being and their education of responsible for his worke encountered during this handlin hazardous materials when hazardous materials are 9 project. -16- D21:51011.16 SECTION 6. C4l~lTROL OF MATERIALS 6-1.01. GENERAL. Control of materials shall conform to the provisions ' ection 6 "Control of Materials,°' of the Standard Specifications and these In S , special provisions. At the option of the Engineer, the source of supply of each of the materials shall be approved by the Engineer before delivery is started and before such material is used in the work. Representative preliminary samples of the character and quality prescribed shall be submitted by the contractor or roducer of all materials to be used in the work, for testing or examination as p desired by the Engineer. All tests of materials furnished by the contractor shall be made in accordance with commonly recognized standards of national organizations, and ial methods and tests as are prescribed in the specifications. such spec 6-1.02 80RROw, DISPOSAL AND MATERIAL SITES. The operation of any borrow or disposal sites used by the Contractor to produce or dispose of material for this project shall comply with the requirements in the Standard , S cifications and these special provisions. All provisions for water pollution, and sound control that apply within the limits of the contract shall apply to all borrow or disposal sites utilized by the Contractor. Upon completion of the work, all such sites and haul roads shall be graded and treated so that, at the time of final inspection of the contract, the will drain, will blend with surrounding terrain, and will have a potential Y as a source of blowing dust or other pollution which is no greater than when in their original condition. If the Contractor obtains necessary permits for borrow, disposal or material. sites from the authority having jurisdiction or from the appropriate llution control boards and such permits contain requirements which conflict ' and second ra ra hs of this section, the with the requirements in the first pa g p re irernents of the permits shall govern over the conflicting requirements of this section provided the permit requirements have been approved by the Engineer. Full compensation for complying with the requirements for borrow, dis sal and material sites in this section shall be considered as included in the contract prices paid for the items of work which require the use of the sites and no additional compensation will be allowed therefor. _ 6-1.03 CERTIFICATES OF COMPLIANCE. In accordance with Section 6-1.07, "Certificates of Compliance," of the Standard Specifications, the Engineer may permit the use of certain materials or assemblies, prior to sampling and testing, if accompanied by a Certificate of Compliance. D21:51011.17 -17- SECTION CONSTRUCTION DETAILS SECTION 7-1 GENERAL 7-1,01 ORDER OF WnRK. Order of work shall conform to the provisions in Section 5-1.05, "Order of Work," of the Standard Specifications and these special provisions. All striping removal shall be completed a minimum of 2 days prior to si nal being placed into operation, Pavement delineation shall be replaced g b to nary delineation before opening the traveled way to public traffic. Y ~ Tem ra delineation shall consist of reflective traffic line tape applied in I~ rY feces not less than 4 inches long nor less than 4 inches wide spaced no more p than 10 feet apart on curve nor more than 20 feet apart on tangents. Reflective traffic line tape shall be applied in accordance with the manufacturer's instructions. Temporary delineation shall be the same color as the permanent delineation. Full compensation for temporary delineation shall be considered as included in the prices paid for the contract items of work that obliterated the existing delineation and no separate p~,~nent will be made therefor, When initially installed, all vehicle and pedestrian signal ,faces shall be aimed and covered with cardboard or other material with an observation hole (max. 1" dia.) in front of each signal indication. The covers shall remain in lace until all signal operations have been checked and signal is placed into p operation. Prior to commencement of the traffic signal functional tests, all items of work related to the signal control shall be completed and all signs shall be in place. 7-1.02 OBSTRUCTIONS. Attention is directed to Section 8-1.10, " it and Non-Hi hwa Facilities," of the Standard Specifications, the plans, Util y g Y and the special provisions. The Contractor will be required to work around public utility facilities and other improvements that are to remain in place within the construction area or that are to be relocated and relocation operations have not been completed. In accordance with the provisions of Article 7-1.11, "Preservation of Property, and 7-1.12, "Responsibility for Damage," of the Standard Specifications, the Contractor will be liable to owners of such facilities and improvements for any dama e or interference with service resulting from conducting his operations. g The exact location of underground facilities and improvements w~.thin the construction area shall be ascertained by the Contractor before using equipment that may damage such facilities or interfere with the services. Other forces may be engaged in moving or removing utility facilities or other improvements or maintainin services or utilities. The Contractor shall cooperate with such g forces and conduct his operations in such a manner as to avoid any unnecessary delay or hindrance to the work being performed by other such forces. An dela to the Contractor due to utility relocation whether or not the Y Y utilit is shown or correctly located on the plans will not be compensated for Y as idle time. Ha~rever, additional contract time conanensurate with such delays may be allowed, D21:51011,18 -18- At locations where irrigation systems exist, the Engineer will direct the Contractor as to what steps will be required to protect the irrigation system and the area it serves. The Contractor shall replace the irrigation system as directed by the Engineer. Existing land subdivision monuments and stakes shall be fully protected from damage or displacement and they shall not be disturbed unless directed by the Engineer. . Attention is directed to the fact that nuisance water may be present at all times along the project. It will be the responsibility of the Contractor to provide for handling of said water and any expense involved shall be considered as included in the prices paid for the various items of work and no additional allowance will be made therefor. Except in the case of extra work, full compensation for conforming to the requirements of this article shall be considered as included in the prices paid for the various items of work and no additional compensation will be made therefor. 7-1.03 MAINTAINING TRAFFIC. The Contractor shall furnish, install and maintain signs, lights, flags and other warning and safety devices: when performing work which interferes with or endangers the safe movement of traffic on any street or highway. Signs, lights, flags and other warning and safety devices and their use shall conform to the requirements set forth in the current "Manual of Traffic Controls - Warning Signs, Lights, and Devices for Use in Performance of Work Upon Highways," published by the State of California, Department of Transportation. Application and use of devices shall be as specified and as directed by the Engineer. The Contractor shall keep the Bakersfield Fire Department informed at all times. as to the exact location and progress of the work and shall notify them immediately of any streets impassable for fire fighting equipment. The sixteenth and nineteenth paragraphs of Section 7-1.08, "Public Convenience," of the Standard Specifications, shall be amended to read as follows Construction operations shall be actively in progress only between the hours of 8:30 ~M to 4:00 PM, Monday through~Friday. V~here construction operations are actively in progress, a minimum of one traffic lane, not less than twelve feet in width, shall be open for use by public traffic. There construction operations are not actively in progress, not less than two such lanes shall be open for use by public traffic. Public traffic may be permitted to use the shoulders and, if half-width construction methods are used, may also be permitted to use the side of the roadbed opposite to the one under construction. No additional compensation will be allowed for any shaping of shoulders necessary for the acc~ation of public traffic thereon during paving operations. In order to expedite the passage of public traffic through or around D21:51011.19 -19- the work and where ordered by the Engineer, the Contractor shall, at his own expense, furnish, install and maintain construction area si s, lights, flares, temporary railing (Type K~, barricades, and gn other facilities for the sole convenience and direction of public traffic, Also, where directed by the Engineer, the Contractor shall furnish c tent flagmen whose sole duties shall consist of directing the movement of public traffic through or around the work, then deemed necessary by the City, the signs "Road Construction Ahead," No. C-18, and "End Construction," No. C-13, shall be furnished, installed and maintained by the Contractor at locations as directed by the Engineer at least 48 hours in advance of any construction. The Contractor shall report all accidents to the Engineer. PAY~!~ENT. Full compensation for conforming to the requirements of this article shall be considered as included in the prices paid for various items of work and no additional allowance will be made therefor. 7-1.04 EXISTING HIC~iwAY FACILITIES. The work performed in, connection with various existing facilities shall conform to the provisions in ction 15 "Existin Highway Facilities," of the Standard Specifications and Se ► g these special provisions. Existing City highway signs and street markers shall remain the ro rt of the Cit . Such signs and street markers shall be relocated and p ~y ~ y ~ the same intent that existed maintained during construction so as to convey prior to construction. Existin Cit highway signs and street markers shall be placed in g ~ 'y ' rces rior to c letion of their permanent position by the Contractor s fo p ~ construction. Si s removed from the project area shall be delivered to the City Corporation Yard at 4101 Truxtun Avenue. l c nsation for conforming to the requirements of the PAYI!~ENT. Ful ompe wo receedin ra ra hs shall be considered as included in the prices paid for t p g~ g p the various items of work and no additional allowance will be made therefor. 7-1.05 SAWCUT ASPHALT CONC~E~~TE PAVI~NT~ where new asphalt concrete is to conform to existing asphalt concrete, the existing asphalt concrete shall be saw cut to a neat line. The depth of cut shall be sufficient so that damage to ad'acent as halt concrete, which is to remain in place, will not occur during J p excavation operations. ntractor shall conduct his operations so as not to damage the The Co inte rit of the ed e of the saw cut pavement. Any damage to the saw cut edge 9 Y g ill be corrected b the Contractor by additional cutting prior to the start of w Y paving operations. Full c nsation for conforming to the requirements of this article shall be considered as included in various items of work and no additional allowance will be made therefore. D21: 51011.20 -20- ~'~n 7-1.06 REMOVE TRAFFIC STRIPES AND PAVEMENT N~~RKINGS. Traffic tri sand avement markings to be removed will be as shown on plans and as s pe p designated by the Engineer. Traffic stripes and pavement markings shall be removed to the fullest tent ssible from the pavement by any method that does not materially damage ex po he surface or texture of the pavement or surfacing. Where blast cleaning is t d for the removal of painted traffic stripes and pavement markings, the area use shielded so that no material from the blasting operation is allowed to shall be area that is o n to public traffic. Sand or other material deposited enter the ~ avement as a result of removing traffic stripes and markings shall be on the p ~ ions of sand or other material which removed as the work progresses. A.,cumulat , ' ht interfere with drainage or might constitute a hazard to traffic well not mig be permitted. Traffic stripes shall be removed before any change is made in the traffic pattern. Blast cleaning for removal of traffic stripes shall be feathered out irre lar and va ing widths. Pavement markings shall be removed by blast to gu rY ' a rectan lar area, rather than just lettering or markings, so the old cleaning gu message cannot be identified. removal of traffic stripes and pavement markings, a fog seal After coat shall be a lied in conformance with the provisions in Section 37, ~ Pp if ications .and the following: Bltuml,nous Seals, of the Standard Spec In traffic stri removal areas, the fog seal coat shall be applied r the traffic stri removal area and to irregular and varying widths with an ove I~ width of 2 feet on each side of the blast cleaned traffic stripe removal average area. markin removal areas, the fog seal coat shall be applied In pavement g to the blast cleaned rectangular area. ' r furnishin and a lying fog seal coat as speci- Full compensation fo g pp , f ied herein shall be considered as included in the contract price paid per s are foot for removal of traffic stripe and pavement marking and no separate payment will be made therefor. ' 'n theses vial rovisions shall relieve the Contractor from Nothing i pe P his res nsibilities as provided in Section 7-1.09, "Public Safety," of the Standard Specifications. D21: 51011.21 -21- MEASUIEZEMENT AND PAYMENT. Quantities of traffic stripe removed will be determined by the width of the .stripe plus 0.67-foot multiplied by the length of the stripe. The space between double traffic stripes will be measured as ainted traffic stripe. Quantities of pavement markings removed will be p determined by the actual size of the rectangle measured in square feet. Removing of traffic stripes will be paid for at the contract unit price r square foot for the actual area of authorized stripe removal. The contract unit price per square foot as remove traffic striping and markin shall include full compensation for furnishing all labor, materials, g tools e i nt, signs and for doing all work necessary for removing existing striping as shown on plan and as directed by the Engineer. 7-1.07 REMOVE MEDIAN ISLAND. Existing median island shall be removed to the extents shown on the plans. PAYMENT. Full compensation for removal of median island is included in the contract unit price per cubic yard of roadway excavation and shall include full compensation for furnishing all labor, materials, tools, equipment, signs and for doin all work necessary for removing existing median island. g 7-1.08 REMOVE CATCH BASIN. Existing catch basin shall be removed to the extents shown on the plans. PAYMENT. The contract lump sum price for remove catch basin shall ' c nsation for furnishing all labor, materials, tools, equipment, include full ompe signs and for doing all work necessary for removing catch basin. 7-1.09 SPLICE STORMDRAIN. Stormdrain shall be spliced as shown on the Tans and shall conform to the provisions of Section 61, "Culvert and 'p n and S cifications and these special Drainage Plpe Joints , of the Sta d pe provisions. NT. Full c nsation for splicing stormdrain shall be considered PAYME as included in the contract lump sum price paid for removing catch basin and no separate payment will be made therefor. 7-1.10 CLIEARING AND GRUBBING. Clearing and grubbing shall conform to the provisions in Section 16, "Clearing and Grubbing," of the Standard Specifications and these special provisions. in and bbin shall be limited to those areas actually Clear g gru g affected by the planned construction as directed by the Engineer. 7-1.11 DUST CONTROL. It shall be the Contractor's responsibility to revent a dust nuisance from originating from the site of the work as a p result of his o rations, or the traveling public, during the effective period of this contract. Preventative measures to be taken by the Contractor shall include but shall not be limited to the following: 1. Water shall be applied to all unpaved areas as required to prevent the surface from becoming dry enough to permit dust formation. D21:51011.22 -22- 2. Paved surfaces over which vehicular traffic is permitted to travel shall be kept free of dirt. Temporary suspension of the work, either as a result of order by the Engineer, or as a result of conditions beyond the control of the Contractor shall not relieve the Contractor from his responsibility for dust control as set forth herein. PAYMENT. Full compensation for conforming to the requirements of this article shall be considered as included in the prices paid for the various contract items of work and no additional compensation will be allowed therefor. 7-1.12 EARTHWORK. Earthwork shall conform to the provisions in Section 19, "Earthwork," of the Standard Specifications and these special provisions. Section 4-1.05. "Use of Materials Found on the Work," of the Standard Specifications shall be amended to read as follows: Unless designated as selected material as provided in Section 19-2,07, "Selected Material," the Contractor, with the approval of the Engineer, may use in the proposed construction such stone, gravel, sand or other material suitable in the opinion of the Engineer as may be found in excavation. The Contractor will be paid for the excava- tion of such materials at the contract price for such excavation, but he shall replace at his expense with other suitable material all of that portion of the material so removed and used which was contem- plated for use in the work. The Contractor shall not excavate or remove any material from within the highway location that is not within the excavation, as indicated by the slope and grade lines, without written authorization from the Engineer. It is anticipated that there will be ~ cubic yards of surplus material which shall become the property of the Contractor and shall be disposed of outside of the highway right of way in accordance with the provisions of Section 7-1.13, "Disposal of Material Outside the Highway Right of Way," of the Standard Specifications, then asphalt. concrete is to be placed on the grading plane, the grad- in lane at any point shall not vary by more than 0.05-foot above or below the gp grade established by the Engineer. Section 19-3.062, "Slurry Cement Backf ill,"~of the Standard Specifications is deleted and shall not apply to this contract. The relative compaction limits specified in the second paragraph of Section 19-5.03 "Relative Compaction {95 Percent)," of the Standard Specifications are amended to the limits shaven on the plans and typical cross- sections and shall be determined by: ASTM D1557-?0, Method "C" Standard Test Method for Moisture-Density Relations of Soils using l0 lb. {4.5 Kg) ram~ner and 18" {457n~n) drop, Calif. Test Methods 216 or 231. The subgrade must be smooth, uniform and true to the required grade. The estimated quantity of roadway excavation * {and imported borrow) shall be a final pay quantity in conformance with Section 9-1.015 "FINAL PAY QUANTITIES" of the standard specifications. D21:51011.23 -23- 7-1.13 FINISHING ROAI~Y. Finishing roadway shall conform to the rovisions in Section 22, "Finishing Roadway," of the Standard Specifications p and these special provisions. In addition to the conditions, provisions and requirements of Section 22-1.01, "Description," of the Standard Specifications, the following shall apply: The Contractor shall remove, from all affected areas, whether inside or outside the project limits, all excess and/or objectionable material on inatin within the project limits and transported by public traffic g g or by the Contractor's operations. Contractor ma use an method, approved by the Engineer, that does The Y Y not create a dust problem to remove the excess and/or objectionable material from the affected areas. However, in residential areas, when a broom is used, a self-contained, pick-up type, power broom with water distribution system shall be used. pAY~KENT, The first paragraph in Section 22-1.03, "Payment, " of the Standard Specifications, is amended to read: r Full compensation for furnishing all labor, materials, tools, e i nt, and incidentals, and for doing all the work involved in ~ ~ finishing the entire project, including all rates, connecting roads and streets, frontage roads, road approaches, and channelized intersections, whether inside or outside the highway right of way, and all other areas, whether inside or outside the project limits, affected by public traffic or by the Contractor's operations, all as shown on the plans, and as specified in the Standard Specifications and these special provisions, and as directed by the Engineer, shall be considered as included in various items of work and no additional compensation will be made therefor. 7-1.14 AGG~TE BASE. Aggregate base shall be Class 2 and shall conform to the. provisions in Section 26, "Aggregate Bases," of the Standard Specifications and these special provisions. Aggregate base shall be compacted to 95~ relative compaction. C action will be determined by the following test methods: California No. 216, ~ ~ T - Method C. California Ivo. 231, or ASTM D1557 70, _ For verification purposes, the tonnage of compacted aggregate base will be calculated from the dimensions shown on the plans, adjusted by the amount of any change ordered by the Engineer. 7-1.15 ASPHALT CONCRETE. Asphalt concrete shall be Type B and shall conform to the provisions in Section 39, "Asphalt Concrete," of the Standard Specifications and these special provisions. Aggregate for the top layer of Type B asphalt concrete shall conform to the requirements for 1/2 inch maximum, medium grading and aggregate for any D21:51011.24 -24- wer la ers of Type B asphalt concrete shall conform to the requirements for 3/4 to Y ~ cified in Section 39-2.02, "Aggregate", inch maximum, medium grading, both as spe of the Standard Specifications. When directed by the Engineer, aggregate conforming to any of the railing requirements in Section 39-2.02, "Aggregate," of the Standard g S cif ications shall be used to surface intersections, tapers, and other areas where thin layers of asphalt concrete are being constructed. Paving joints shall match stripe locations. If the finished surface of the asphalt concrete does not meet the spe- cified surface tolerances, it shall be brought within tolerance by either (1) abrasive grinding with equipment utiliz~.i~g diamond blades (with fog seal coat on the areas which have been ground), (2) removal and replacement, or (3) placing an overla of asphalt concrete. The method will be selected by the Engineer. Y ~ ontractor's a nse. If used, the Fog Seal The corrective work shall be at the C ~ Coat shall be either Asphalt Rejuvenating Agent or Asphaltic Emulsion as directed by the Engineer. If abrasive rinding is used to bring the finished surface to speci- 9 fied surface tolerances, additional grinding shall be performed as necessary to extend the area ground in each lateral direction so that the lateral limits of rindin are at a constant offset from, and parallel to the nearest lane line or g g avement ed e, and in each longitudinal direction so that the grinding begins p g, and ends at lines normal to the pavement centerline, within any ground area. All round areas shall be neat rectangular areas of uniform surface appearance. g' o the re irements in the first paragraph and Abrasive grinding shall conform t qu the last 4 paragraphs in Section 42-2.02, "Construction," of the Standard Specifications. Where the compacted thickness is 0.15 foot or less, halfwidth surfac- in o rations shall be conducted in such a manner that, at the end of each g~ ~ ends of adjacent surfaced lanes shall not day s work, the distance between the ~ be reater than can be completed. in the following day of normal surfacing opera- g tions. Additional asphalt concrete shall be placed along the transverse edge at the ends of each lane, hand raked, and compacted to form temporary conforms. Kraft aper, or other approved bond breaker, may be placed under the conforms to p facilitate the removal of the conforms when paving operations resume. Where the compacted thickness is more than 0.15 foot, the Contractor shall schedule his paving operations such that each layer of asphalt concrete is laced on all contiguous lanes of a traveled way each work shift. At the end of p each work shift, the distance between the ends of the layers of asphalt concrete on adjacent lanes shall not be greater than 10 feet. Additional asphalt con- . ~ crete shall be placed along the transverse edge at the ends of each lane and alon the exposed longitudinal edges between adjacent lanes, hand raked, and g com cted to form temporary conforms. Kraft paper, or other approved bond breaker, may be placed under the conform feathers to facilitate the ren~val of the feathers when paving operations resume. The area to which paint binder has been applied shall be closed to public traffic. Care shall be taken to avoid tracking binder material onto existing pavement surfaces beyond the limits of construction. D21:51011.25 -25- ' oat will not be re fired on subgrade prior to placement of A prime c ~ asphalt concrete. Intersections and tapered shoulders shall be surfaced as directed by the En ineer. At road connections and private drives, shown on the plans and as g irected b the Engineer, additional asphalt concrete surfacing material shall d y be laced and hand raked, if necessary, and compacted to form smooth, tapered p connections, there new as halt concrete pavement is to conform to existing paved p surfaces, the existing pavement shall be saw cut. 7-1,16 OVERHEAD SIGNS. Overhead signs shall conform to the a licable rovisions in Section 56, "Signs," of the Standard Specifications pp p and these special provisions, Mast-arm han ers for street name signs will be furnished and installed by the Clty. Street name si ns will be furnished and installed by City of Bakersfield usin mast-arm hanger methods such as Hawkins g MlOJ Series swinging sign bracket, with return spring removed, or acceptable equal. Overhead signs installed on signal poles, mast-arms or on flashing beacon mast-arm shall be furnished and installed by the Contractor in accordance with the plans and these s cial rovisions. Compensation for overhead signs shall ~ 'p ~ ctive contract 1 sum be considered included in the respe ~ rice or prices for signal, flashing beacon, or combination p thereof . ?-1.17 BACKFILL AND PLACE SOD, An area as shown on these plans shall be backfilled and sodded to match existing grass area. All vegatatlon be in accordance with Section 20, "Erosion Control and Highway Planting," shall f the Standard S cifications and these special provisions. Contractor shall o i~ contact Cit Parks Department for approval of variety of sod to be placed. y' 0 da s. Plant establishment period shall be 6 y PAYMENT. Backfilling and placing sod will be paid for at the contract rice r s are foot of backfill and install sod. Said price shall include p ~ ~ ~ ~ nt, s i s full compensaton for furnishing all labor, materials, tools, equipme gn and for doing all work necessary for backfilling and placing sod. 7-1.18 MISCELLANEOUS CONC]~tE'TE CONSTRUCTION. Portland cement concrete curbs, sidewalks, wheelchair ramps, cross drains, drive approaches, driveways and miscellaneous construction shall conform to the provisions in Section 73 "Concrete Curbs and Sidewalk," of the Standard Specifications and these special provisions. MEASURIEMENT AND PAY~!RENT. A antities of minor concrete (curb and gutter) shall be paid for at the Qu contract price per linear foot. C antities of minor concrete (wheelchair ramp) shall be paid for at the Qu contract price per each wheelchair ramp. ntities of minor concrete (driveways) shall be paid for at the G Qua contract price per square foot of driveways. D21:51011.26 -26- 7-1.19 TRAFFIC DELINEATION. Immediately after resurfacing operations or when directed by the Engineer, replace all obliterated pavement delineation with temporary delineation during the same work period, and in no case later than 7:30 a.m. following such work period. Temporary delineation consists of reflective traffic line tape applied in pieces not less than 4 inches long nor less than 4 inches wide, spaced no more than 20 feet apart on tangents and no more than 10 feet apart on curves. Apply reflective traffic line tape in accordance with the manufacturer' s instructions. Temporary delineation must be the same color as the permanent delineation. Remove temporary delineation applied to asphalt concrete patches immediately prior to applying asphaltic emulsion tackcoat for asphalt concrete overlay. A striping plan will be made available to the Contractor when traffic delineation is to be modified by the City. PAYMENT. Full compensation for traffic delineation shall be considered as included in the prices paid for the various items of work, and no separate payment will be made therefor. SECTION 7-2 TRAFFIC SIG1vAI~S AND LIC~ITING 7-2.01 FOUNIaATIONS. Foundations shall conform to the provisions in Section 86-2.03, "Foundations," of the Standard Specifications and these special provisions, The Contractor shall furnish the anchor bolts, nuts and washers to be used for new foundations and shall furnish the appropriate nuts and washers for existing foundations to be reused. Portland cement concrete shall conform to Section 90-10, "Minor Concrete," of the Standard Specifications and shall contain not less than 470 pounds of cement per cubic yard, except for pile foundations shall contain not less than 564 pounds of cement per cubic yard. 7-2.02 CONDUIT. Conduit shall conform to the provisions in Section 86-2.05, "Conduit," of the Standard Specifications and these special provisions. Insulated bonding bushings will be required on metal conduit. Conduit under existin street pavement shall be sawcut with rocksaw unless otherwise g directed by the Engineer. width of trench is not to exceed 5". 7-2.03 PULL BOXES. Pull boxes shall conform to the provisions in .Section 86-2.06, "Pull Boxes," of the Standard Specifications and these special provisions. Recesses for suspension of ballasts will not be required. 7-2.04 CONDUCTORS AND WIRING. Conductors and wiring shall conform to the provisions in Section 86-2.08, "Conductors," and Section 86-2.09, "Wiring," of the Standard Specifications and these special provisions. D21:51011.27 -27- CONDUCTORS - The Contractor shall use multi-conductor electrical cables for all circuits except between the service switch and controller cabinet. Onl multi-conductor cable conforming to the following shall be used: Y 5 Conductor cable consisting of 5 No. 14 conductors colored 1 each red, yellow, brown, white and black. 9 Conductor cable consisting of 1 No. 12 conductor colored white and 8 No. 14 conductors colored 1 each red, yellow, brown, black, red black stripe yellow black stripe, brown black stripe and white/black stripe. 28 Conductor cable consisting of 1 No. 10 conductor colored white and 27 No. 14 conductors colored as indicated in the following conductor table for a single ring operation. CONDUCTO~.TABLE Insulation Colors Signal Phase ' it or Function Base Stri Clrcu Black 2 & 6 Red, Yellow, Brown Vehicle 4 & 8 Red, Yellow, Brown Orange Si nals 1 & 5 Red, Yellow, Brawn Silver g le 3 & 7 Red, Yellow, Brown 2p & 6p Red, Brown 2 Black Pedestrian 4p & 8p Red, Brown 2 Orange Si nals lp & 5p Red, Brown 2 Silver g 2 le 3 & 7 Red Brown . 2p & 6p Blue Black Pedestrian 4p & 8p Blue Orange Push Buttons lp & 5p Blue Silver 3 & 7 Blue Pu le Pedestrian Push Buttons White Black Can Si al White None Railroad Pre-e tion Black ~ Red S are Black None The cable sheath shall be polyethylene and the conductor insulation shall be Type THWN polyvinyl chloride. Sub aragraphs 1, 2, 4 and 5 of the first paragraph of Section 86-2.09D, P "Splicing," of the Standard Specifications are deleted. Conductors shall be spliced by the use of "C" shaped compression connectors as shown on Standard Plan ES 13. Splices shall be insulated by "Method B." D21:51011.28 -28- 7-2.05 SERVICE. Service shall conform to the provisions in Section 86-2.11, "service," of the Standard Specifications and these special provisions. Unless otherwise noted, service shall be as shown on the plans and shall be furnished with 100 amp, 240 volt, 3 pole main breaker and the following branch circuit breakers: No. Am s Phase Volts Branch Metered 1 60 1 110 Traffic Signal Yes 2 30 1 110 Lighting No 30 1 110 Flashing Beacons Yes * Provided where flashing beacon is included with the traffic signal. The En ineer will arrange with the serving utility to complete service g connections to service points shown on the plans and will pay all required costs and fees required by the utility. 7-2.06 TESTING. Testing shall conform to the provisions in Section 86-2.14 "Testin of the Standard Specifications and these special provisions. ~ g The si al shall not be placed in flashing mode, with signal faces uncovered, prior to Functional Testing. FUNCTIONAL TESTING. All functional testing shall conform to the rovisions is Section 86-2.14C "Functional Testing," of the Standard P Specifications and the following paragraph: Functional test period is included in the number of working days to complete the project" as described in SECTION 4, "BEGINNING OF WORK, TIME OF COMPLETION AND LIQUIIaATED IaAMAGES" of - these special provisions. 7-2.07 SIGNAL FACES AND SIGNAL HEADS. Signal faces, signal heads and auxilia e i nt, as shown on the plans., and the installation thereof, shall rY ~ conform to the provisions in Section 86-4.01, "Vehicle Signal Faces," 86-4.02, "Directional Louvers," 86-4.03, "Backplates" and 86-4.06, "Signal Mounting Assemblies,n of the Standard Specifications and these special provisions. in visors directional louvers and Backplates shall not be Hous g, , structural plastic. All lamps for traffic signal units shall be furnished by the Contractor. All signal faces shall be provided with 12-inch sections. The third sentence of the first paragraph of Section 86-4.06, "Signal Mountin Assemblies," of the Standard Specifications, shall be amended to read as 9 follows D21:51011.29 -29- Slip-fitters and terminal compartments shall be cast bronze or hot-dip galvanized ductile iron. ?-2.08 PEDESTRIAN SIC~~ALS. Pedestrian signals shall conform to the rovisions in Section 86-4.05, "Pedestrian Signal Faces," of the Standard P Specifications and these special provisions. Pedestrian signals shall be Type C, and shall have energy efficient heads equivalent to Indicator Controls Corporation Model 4094B. 7-2.09 LUMINAIRES. Luminaires shall conform to the provisions in Section 86-6.01, "High Intensity-Discharge Luminaires," of the Standard S cifications and these special provisions. Luminaires shall be furnished with 200-watt high pressure sodium lamps and integral ballasts. An in-line fuse shall be located in the pull box. 7-2.10 PHOTOELECTRIC C01~1TROLS. Photoelectric controls shall conform to the rovisions in Section 86-6.07, "Photoelectric Controls", of the Standard p Specifications and these special provisions. Each luminaire shall be provided with a T~~pe IV photoelectrical control. 7_2.11 CONTROLLERS, CABINETS AND AUXILIARY EQUIP~!~ENT. The City will furnish the controller and cabinet assembly for each location. 7-1.12 DETECTORS.. Detectors shall conform to the provisions in Section 86-5, "Detectors," of the Standard Specifications and these special rovisions. Location and layout of detector loops shall be as directed by the p Engineer. INSTALLATION DETAILS: Installation and tests shall conform to the details and notes shown on the plans. Slots cut in the pavement shall be blown out and dried before installing inductive loop detectors. After conductors are installed in slots cut in the pavement, the slots shall be filled with epoxy sealant conforming to the requirements in Section -2.09 "E Sealant for Inductive Loops,n to within 1/8 inch of the pavement 95 , I~xY ~ ve the to conductor in the surface. The sealant shall be at least 1/2 inch thick abo p saw cut. Before setting, surplus sealant shall be removed from the adjacent road surfaces without the use of solvents. In lieu of the e sealant specified above, slots may be filled with I~xY either of the following materials: 1. An elastomeric sealant conforming to the following: The sealant shall be a polyurethane material of a co~mmposition that will, within its stated shelf life, cure only in the presence of moisture. Sealant D21:51011.30 -30- shall be suitable for use in both asphalt concrete and portland cement concrete. The cured sealant shall have the following performance characteristics: Measuring Standard Pro rt and Results And Conditions Hardness (indentation) - 65-85 ASTM D 2240 Res. Type A, Model 1700 77° F. (25° C.) 50~ relative humidity. Tensile strength - 500 psi, min. ASTM D 412 Die C, pulled at 20 IPM. Elongation - 400, minimum ASTM D 412 Die C, pulled at 20 IPM. Flex at - 40° F. - no~cracks 25 mil Free Film Bend (180°) over 1/2" Mandrel. Weathering Resistance - Slight ASTM D 822 Weatherometer 350 Hrs. Chalking Cured 7 days at 77° F. (25° C.} 50~ relative humidity. Salt Spray Resistance - 500 psi, ASTM B 117.28 days at 100° F. (38° C.} minimum Tensile; 400, minimum 5~ NaCl, Die C, pulled at 20 IPM. elongation Dielectric Constant - Less than ASTM D 150. 25$ change over a temperature range of -30 ° C. to 50 ° C. 2. Asphaltic Emulsion Inductive Loop Sealant shall conform to State of California Specification 8040-41A-15. Loo conductors shall be installed without splices and shall terminate in p the nearest. pull box. The loops shall be joined in the pull box in combination of series and arallel so that optimum sensitivity is obtained at the sensor unit. p Final splices between loops and lead-in cable shall not be made until the operation of the loops under actual traffic conditions is approved by the Engineer. All loo conductors for each direction of travel for the same phase of a p traffic signal system, in the same pull box, shall be spliced to a cable which shall be run from the pull box adjacent to the loop detector to a senor unit mounted in the controller cabinet. Splices to the cable shall be made in pull boxes only. All loop conductors for traffic counters shall terminate in a pull box or terminal strip in the traffic count station cabinet when such a cabinet is installed. Conductors for inductive loop traffic signal and traffic counting installations shall be identified and banded, in pairs, by lane, in the pull box adjacent to the loops and near the termination of the conductors in the controller J or traffic count station cabinet. Bands shall conform to the provisions in Section 86-2.09, "Wiring.n D21:51011.31 -31- Identification of each conductor pair shall consist of labeling the hase and detector slot number (e.g. - 6J2L, 8J8U, 3I5U, etc.) in permanent ink p on a tag suitable for such purposes (Stuart Electric Ty Rap, Catalog No. TY5532 or approved equal}. If asphalt concrete surfacing is to be placed, the loop detector conductors shall be installed prior to placing the uppermost layer of asphalt concrete. The conductors shall be installed, as shown on the plans, in the compacted la er of asphalt concrete immediately below the uppermost layer. Installation Y details shall be as shown on the plans, except the epoxy sealant shall fill the slot flush to the surface. Detector loops in concrete pads shall be sealed with epoxy sealant. Loop detector lead-in cables shall conform to the provisions in Section 86-S.OlA (4}, "Construction Materials," of the Standard Specifications and these special provisions. Loop detector lead-in cables shall be Type B~ and shall conform to the following: 1. All spade connectors used to attach to terminals inside the controller cabinet shall be crimped and soldered to the conductor. 2. Loop wires in thepull box shall be twisted at a minimum rate of 5 turns per foot, and the splice mast be soldered and completely waterproof. Connect one end of the shield to earth ground (at cabinet) and insulate the other end with no possible path to earth ground. D21:51011,32 -32- 8040-41A-15 STATE OF CALIFORNIA 0 Specification Asphaltic Emulsion Inductive Loop Sealant 1.0 SCOPE ' ication coverer one component, pourable sand filled, This specif is emulsion for use in sealing inductive wire loops and leads asphalt imbedded in as halt and portland cement concrete. This sealant is p suitable for use in freeze-thaw environments. 2.0 APPLICABLE SPECIFICATIONS he f ollowin s cif ications, test methods and standards in ,effect on T g I~ the o nin date of the Invitation to Bid form a part of this Pe g specification where referenced: American Society for Testing and Materials D2939, D2523 California Test Method No. 434 ' rnia De artment of Transportation Standard Specifications 1981 Califo p alifornia S cif ication 8010-X~~X-99 Inspection, Testing and .State of C 1~ Other Requirements for Protective Coatings ral Re lations, Hazardous Materials and Regulations Code of Fede gu Board, Ref. 49CFR. 3.0 REQUIREMENTS 3.1 Composition sition of the loop sealant shall be a sand filled, pourable, The compo mulsified bitumen. It will be the manufacturers responsibility water e ce a one-c nent product to meet the properties specified to produ herein. 3.2 Characteristics of the Sealant ' eva ration, weight percent 70 Minimum 3.2.1 Residue by po Use ASTM D2939 ntent wei ht rcent 50 to 65 3.2.2 Ash co ► g ~ Use ASTM D2939 .33 -1- GG:wrn D21:51011 ' lsion Inductive Loop Sealant 8040-41A-15 Asphaltic Emu ' e hours 4 maximum 3,2,3 Firm set tlm ► ~ D2 39 test at one hour intervals, use ASTM 9 ' viscosit Poise 50 to 125 3.2.4 Brookf le ld Y RVT Spindle #3, 10 RPM at 75 ± 2°F. 3.3 Properties of the Dried Film ' it No full depth 3.3.1 Flexlbil y, cracks Use ASTM D2939, except air dry specimens to constant weight at 75 + 5°F. and 50 ± 10~ relative humidity. Condition mandrel and specimens 2 hours at 75 + 2°F before test. Use aluminum panels, 0.03 Inches thick (Q panel or equal . ' n th si 20 minimum. 3.3.2 Tensile Stre g , p ~ ~ at cast sheets 0.25 inches thick and air dry 75 + 5°F, 50 + 10~ relative humidity for minimum of 16 hours. Load rate 0.05 inches/minute, use ASTM D2523. 2.0 minimum 3.3.3 Elongation, ~ Same conditions as 3.3.2 use ASTM D2523 ncrete si, 150 minimum, 3.3.4. Slant-shear strength to co ► p With no loss Use California Test Method No. 434, Part VIII. Space , ks with 0.25 inches between slant faces, seal of adhesion to damp bloc ides and bottom with tape and fill with the well stirred concrete s sample, strike off the excess. ,Dry in 140°F oven to constant weight and condition 1 day at 75 ± 2°F before testing. Load rate to be 5000 lbs/minute. ' er No blistering, 3.3.5 Resistance to wat re-emulsification Use ASTM D2939, Alternative B s of or los adhesion 3.4 Workmanship lant shall be ro rly dispersed and any settling shall be . 3.4.1 The sea p ~ the sidewa s manual easily redispersed with minimum resistance to ~ Y ' n of a ddle across the bottom of the container, It shall form a motto pa h uniform roduct of the proper consistency. If the material smoot p Basil redis rsed due~to excessive settlement as described cannot be y ~ due to an other cause, the sealant shall be considered unfit above or Y for use . • 11.34 -2- GG.wrn D21.510 ' lsion Inductive Loop Sealant 8040-41A-15 Asphaltic Emu The sealant shall retain all specified properties under normal storage 3.4.2 conditions for 12 months after acceptance and delivery. The vendor hall be res nsible for all costs and transportation charges incurred s I~ in re lacin material that is unfit for use. The properties of any p g re lacement material, as specified in Paragraph 3.0, shall remain P satisf acto for 12 months from date of acceptance and delivery. ry The sealant shall comply with all air pollution control rules and 3.4.3 e lations within the State of California in effect at the time the r gu sealant is manufactured. 4.0 4UALITY ASSU]~ANCE PROVISIONS 4.1 Inspection ' ins cted and tested in accordance with State of This material shall be pe ~ d necessa California Specification 8010-X~~X-99, or as otherwise deeme ry• 4.2 .Sampling and Testing ' rmitted b the En ineer, the material shall be Unless otherwise pe Y g ~ ~ not be s led at the place of manufacture and application well , rial has been a roved by the Engineer. permitted until the mate pp 5.0 PREPARATION FOR DELIVERY 5.1 Packaging The sealant shall be prepared in a one package system ready for application. The material shall be furnished in container size as s cified in the urchase order or contract. If ordered in 5 gallon I~ p 'ze the containers shall be new, round standard full open head with si bails, shall be nonreactive with the contents, and shall have c atible gaskets. The containers shall .comply with the U.S. De artment of Trans rtation or the Interstate Commerce Camm~.ssion p po regulations, as applicable. 5.2 Marking All containers of material shall be labeled showing State s cification number manufacturers name, date of manufacture and manufacturers batch number. r shall be res nsible for proper shipping labels as The manufacture I~ outlined in Code of Federal Regulations, Hazardous Materials and . Regulations Board, Reference 49 CFR. 1.35 -3- GG:wrn D21:5101 ' Emulsion Inductive Loop Sealant 8040-41A-15 Asphaltic 6.0 NOTES 6.1 Directions for Use Saw cuts shall be blown clean with compressed air to remove excess water nd debris. The sealant must be thoroughly stirred before use and a ured into the slots. Due to the sand content of this material, hand po n u of road surface or tools can pumping is not recomm~ended. Any Ilea p be done with water, before the sealant sets. 6.2 Patents ntractor shall assume all costs arising from the use of patented The Co rials e i nt, devices, or processes used on or incorporated in mate ~ ~ e work and a rees to indemnify and save harmless the State of, th ► g lifornia and its duly authorized representatives, from all suits at Ca ~ w or action of every nature for, or on account of, the use of any la patented materials, equipment., devices or processes. 6.3 Certificate of Compliance manufacturer shall furnish a Certificate of Compliance with each The f sealant in accordance with the provision of Section 6-1.07 of batch o ~ ~ tandard S cifications, California Department of Transportation S pe January 1981. 11.36 -36- GG:wrn D21.510 1 M Y N ------------~^4" -~r~ II ---~---2q._-~----~.~' q,~• N I~ I t ~ r , 1. T r r 1 ~ . ~ .`111 y,. f 1 t)' ~ /1{,1 M L~ 1 - ~ , ~•~l: ~ ,1 ~ 1~«t ryI t ~ I.~t t l• ~~"'Q ~~1 4 1 ~ a ~r ~ r ~e, t~~ ~,ti; I. I,~XI 1 1. f ~ .4 r,1~ ! m = 4.t?63T9 cubic aril per lineal foot volume = ~.4~9G~3' ct/bic yard ,aer lineaC lit 1/o u e y CURB ANt3 CUTTER CURB ANA CUTTER TYPE ~~A'~ TAPE "a~ ID" r ......~.._.~...~..Zrl~ r"+- R~~-~• ~ IO" Rare 4N O ~ r ~r 2r l0N t ~t' ~ Icy, :4,t 1 ~11~ V' "~i .a~.: l T Ara D ' l r •c:.~•y!!i~ yy (L !t r ~w 11J~t1 1 / 'f 11. r11 a rl ~•7 ~ ~ 1 1 . ~ tiT t •~1 1 1 11✓ 'Ii rl t{ I M .1~~,.ttllµ t pJ 1.,+n t .a... ~4N T.•.c f .t ~1~6~~1/~16616~~~1111i ..1116rrr.~~rIIM Ik~nae=404321 cubic .yard per lineal fact #/olutne = 0.0.~48T cubic ycrd per li~Q .dot CURB A~iD CUTTER TYPE "C" ROLL-TAP GUTTER t;EJVERAt, MOTES' ai 1 ward ~ha11 rc~r~f~rr~ to the ~~~1 i~able sect it+r~~ cif ryDe „c,. curb and gutter is permitted wry •n ~ . the "~tar~~rd ~pe~i f icat ions, Mate ~a1 F~rni~, Porks,,{bbik Hume 5uboiv►s~ons Qnd R~ ~-2~ ~leDdr'~fl~nt C~~ lY`df~~~~l"edtl(~~i"! Cli~'Y`~T~~ ~~1t141'i ~l'~~ rResdentol Suburban 1'~ro-,4nd~-One-tr'o/f ,acre ►NFrumum the f~ll~~~ing ~en~ral NBte~. . N tar SirtJzor 5r,~bgra~e prtpurotrp► far type ,4y' 8, and C -combs and gr►tters sho/1 be conslructrd trrrr /o grads and gross ~yn~;r i~v curb and gutter carstnnctim s~M oct~~,aary stct+an ~wlh Ccxnpoct,+an o! Sox to 0 o~plh of 0.301= actual w+Grk on~d may be abtarned fr~rn thd~ trrKnt t~orr sx~by~ro~de of ~Wi'c Work Ca~c'retr Ipr comb and g tter ~ oN be Cbss "8" (S sock! aril stroll be w►'lhti~ 2 ~to Ssk~►np1 Builder for new, retnr~deled .ar expavtded brtild~s as set Timber /arms stroll be s►,rtaced Qn tht gab x~d next to lortA !rr Chavlrr /c~4D, Section 121440+0 of the * ttre concrete a►d shill not be /tss than I ~~"thrCk after 6lokersiirld M~►cgoal Codr s~hoJl rarovidt CC~acrElr curbs bein surioced and guetert accardirq ~ this standard drowihq, Sr~ch ~ curbs and gutters shell be in dXl~lenCe A+" hpYt+ their 1qo and ia~ce shall bt howekd smooth, then 9~~ o fxnol constructer gvoronteed by cosh, cert►-t►ed crec~r, a fiat Brush finr~rh. carpaate surety bond op~aoved by the Cify Attorney nil lets are to br replaced net as o ctndtiAn /o final opha`ovol and acceptance by the When ex+~'iaq cr~rbs a gut ~ Chief 9uild►hyt /nspectw fx o,~cuponcy tv any burktinq construction shot/ match px►shng carstruciiar unless ~ ~A~'rty dhwwae dirFCred by the Engine+~:' Cancr~et~ shall ca?tan no nddiNves unless prig approval I~ren cxr~tivcting new curb and ~1ta' the existing povenreM ~s obtant~ ~ ~ an'r the City Enginee► shad be soww`vt o minimum of _ it from the hp of r~uller. When replacing Curb and gutter the Enginaer may Concrete shcN be cured wfeh o whr'h~ pp~~mer~rd coring appro,~r stetting ala+~~ the 1iQ ~~I rh~e erisring g~vii'er .n corn aund comptyinq to sectron 90-7, OI B of the Slondowd o/ 1ep/acing o rninrmr~m of 2f# of pc~tnent. p Specificatr'ons. , 1 r C= , Existin sectia~s of curb and utter shah be sawrx►t ~Y ~ „ g s T~ NDA~D ~b ?~15~~ • at the ~►mits of tlhe ~rreo to be reconstructed. r~ 1~'~I L ~ ~ C Mr1w'M ;~eokened plane joints or cold ~an;es sha11 be R~ A~,p` ~(,,;~~TERr~.~ ~bnstructed dt /Sit, inreiva/s. ~xpalrsion ;ants shall be of each sick of strucr~res and at ends oI ,.,r ~ A. cu►d returns. TYPES Q, B, f~ C Nom ~yae Q"cur0 and gutter ►'s regt~ined in ol! sheets where necessary for dioinage CITY a ~ ~BA~C ~R~ F'I ~ L.n type "8"crib and ~veter s requirrd in wll streets ,9 l CALI I~"'t~RN IA ~ " ~ except where rJD~' A yr ~s regti►red cv permreted ~ '1 ~ ANT errr ~iNE'EltING OE A1CX'M I Weakened ••Expansion Join ;..Plane opat •~~'utter-, Curb- , . ' ~ GENERAL NOIES- ~ ~ . ~ All work shall conform to the applicable sections • ~ ~ ~ ~ of the speci`fi'cations entitled "Standard SprciB- • , ~ , ~ l,5' (Mox.1 cataar►s, Slate of Cdli/arnio, Department of Trons- between Joints ~ portation" and the following ~vecio/ provisions, Subgrade preporotion shat! be constructed true- tr t Ri - /-Wd it+ to grade dnd cross section, with compoctr'an o1 Standard Curb Return. radius 90X to o depth o~ 0.50 1e~t. .4 ` ~ shalt be ~0 fret unless Concrrte shall be Class "B" sacks and N hay! c ~ ~ ~ .c oM+~rwise dirtcled by the hove a slump between x•!12 and S-i/Z , the q ~ o City Enginneer sr~face shall bt finished fo gradC and cross W ~ . r ~ ~ section with o floaft, Croweled smooth, and ~ ~ Brushed with o broom, ~ ~ ~ Concreb shall be wrrd with o whilr•p~gmerrtrd ' COM@INATION TYPE curing compa+vld compyrng to Section 90-1.'O/9 of thr Standard Sprcrficctnons. ' . Weakened plane joints shall be instatkd at 16ot intrrvals and expansio» joints of 60 foot ~ ~ Vat intervo/s. £xponsiov~ joints shot! be Located at each side of o structure and of the ends of ~ Var. curb retwns. Exponuon pint filler ma/erial shalt con r'st of *4=6" ma~irnr~m in R- I dnd R-2 tones; preformed strips of o durvb~+e, resilient compound. 5=6u mininw~m in all athK loves and on major city settees; curb td wv/l Sidewalks shall tie scored to a minimum depth of where wall is CDRStructrd. t/B" runless otherwise drret'ted by file City Engineer, • • • Ex ansion J r'rrt >4'ew sidewalk construction in b/oc~s with existing ~Gutte~r•., sidewalk shot/ conform in dimension and location to thos,r in place. G'urb•' . ~ # Exerting sldewolk shop be sow+cut and removed . ~ ~ . 15' fMox.J ~ ~ dl the first scoring line Qt Or beyond the W~okened } • iRt • ~ ~ between Joints Plane. ~ f plonrkd to • . permit for sidewalk constructio» and reco»• ' ~ ~ ' ` ~ s/ruction shalt br obtained i`ronr the Departrnrnt . ` •r ~ ~ • ~ ~ ~ ~ ~ ~ h1 } of Public Words and shalt accompar~ actual wank Expansion.; , ~ ' ~ ~ , • ' ~ Joint. , ; ~ ~ ~ . ' ~ ____t. Any variance in finish, color, or' material from _ ~ standard wilt require o sp+~ci©! prrmit from . : ~ _ ~ the City Co~oncl. .c . ~ Streit Righ -ot=Woy Line } Qe~iolons from the cambinotion Iype side~►o/k,such ~ L ' .c ' . Stdndar4 Cwrb Return radius v ~ o ~ ds stondArd or meQnserin t ,md be permitted b ~ ~ > ~ ► shoo be ~d fete unless ~ y~ y o ~ ~ r ~ , otherwise directed by the tha appropr~atQ design pror~stc~s of Chapter 16..32 a ~ ~ 3 City .Engineer, df the Municipo! Code. :c v J Q ~ Combination Type Vac ~ ~ ~ h ° DAR 0 T~P~ ~ s min: 5 ~ > ~ TAN ,6M Standard type ~ o, ~ ~C ~ ~ . ~ a a S~~ ~ ~ ~ Sloe 114 inch er f~- ~ ~I'~ r ----~r Var. S ~ r~" L`______J vat, ,a T`YPICA. SECT141V guilder for new, remodeled, or expanded bLildings as set forth in Chapter !2. ¢0, Section 12.40.O1d of r~ly~~~Q the Bakersfield Municipal Code shop providr ~,ct?~,•?g1 concre/e curbs, gutters and sidewalks according October 28 „8, I sfa~~~va ~ ~ ;~~~Luf, to Chi's standard drawing. CNtCtrO Such curbs, gutters dnd sidewalks shall bt in exis- 1, -A A.C Moore fence or hove their construction guaranteed by ~'r~► ~ C~l~l,~ll~lArl~lU p~ cosh, certified check a corporate surety bond srA~roaRa rY~E ,lrcre approved by the City Attorney as d condition to ~ 0 final approval a,~d acceptance by /he Chief C:1.7Y BaK ERA FI ~LlJ Building Jnspectar for occupancy to the building ''gg ~ALlFORNIA ~ _ or property, ~ 4w~~ ENGINL~ERlNG DEPARTMENT ~~oovss ~ sccpnq NUTES porttan of rarr+p .1+sn 4• Mh ~ tocoisd Ma ~ntsr of r---•-- 1 curb ntu~ ~ 1, l.f dis#anca from curb to back of sidewalk ` T~ ~ ~ ~~il ~ ~ ~ is too short- to accommodate ramp and a' Sss Nab 7 j.~.. _ platform as in Cosa 8t, Elie s~dewaik may I ~ be depressed ►ongitudinolly as in Caro 82 A/\ ~ ~ i l 2x uox ~ or C2 or may be widened oa (n Cole C#. 2. 1# sidewalk is lass tht~n 5` wid+~, the furl r- Ptonitng Anu / ~ \ ~ Spa Hots S l133X titex. ~ SECTION A-~ A width of the sidewalk shalt be depressed wo;r. ' ~ " 08 shown in Cole C2. c Rstdnhq orb ~ ~ ~i N nstnraNy ' ~ a<j ~ ~ { ! / 3. If plani'sng area width is squat to or raQ at romp, greater thou. romp length, ramp side ~ s~ ' : aoundsd ( n ~ / slope X distance ~ ~ (See Cose C2~. 3 _ .~.y. ~ - - 4, far Cases Q1 and D1 the longitttdinot I A ~ ' ~ - portion of the sidewalk may need to be J . tar a' are e.uz Me>< depreaaed as sho+vrt in Caro B2. t2.5z 4ax 3'1' for d'' aria at aXb • SECTIaN H_ B 5. if locoed. on a curve the sides of the CASE A osprsM snttrs aiidnralk rsquhsd romp nerd not be pardlel, but the w, minimum width of the ramp shall be 4'. a i Rstainiaq are H "l ~ a ~ ~ 6. The botttxn of the ramp shall hone a - , ~ Jr 1 /4' lip of 45'. 7. The ramp shat have a 12' wide border ( with 1/~' grooves approximo#e!y 3;~4' o.c. x ; i x. See grooving dtatptl. The surface of ramp 1 ~ ~ ► , ~ shall hgv~e a transverse broomed surfact s. Sss NoU 7 4' wk r s.. ,mot. ~ ~ N~ ~ tex#ure rougher than fhe surro~n+ding a ~ sidewalk except when located in center . ~ of wrb retur'rt. l ~j E ~ 8. ~fien ramp is located in canter of asrb 4'`' hlo ~~z' Front of n o Front .dqs of CettJrn, it shall be grooved in a herring- t ^ wd.aal~ t ~ x ~idwra+k bone pattern with 1 /4 grooves approximately ; ' ~ • t J ~ ~ ~ t t f 2' o,o. See grooving deta~, Grooves ~ ~ ~ should be aligned poroltd to crosswalk 5ss Not. e N Iooobd ~ `s« Nots s M iocotsd ~ stripes to dirett blind pedestrians in b t2S z l h aantsr of orb netrn. ~ y3~z J~ ~ h cwttlr of art rsttirn. ~ ~ g j ,~ppropriote crosswalk. d are at ~ CASE gl SASE B2 s. Rotrtp side slope varies uniformly from o maxirrium of up #0 12.5X at curb to con- fortt with longtudind sidewalk slope od:pcent to tap of the rartrp, except in q ~ Cases C2 do OZ. The romp plctft may ba R~~+tne ~ eliminated if the grade cheat not exceed ~ Sss Hots 7 ;~"s`~'°~Y,►dk. 8.33'. -When a wheelchair romp i3 10. . r- added to an existing foclity, the following changes are per#nitted . s« Nat. ~ ~ ~j , ~ ; • {.A) damp grade in Case C2 may be ~ i a increased to ' nl ~ ~ ~ 8 ether ram rode may he increased t {a P9 ~ ~.33..X ~ s r---~'----- wm,. ~I ~ I to a maximum of 11..1X. (Neva'- . ~x , ~ •i•' ~ ~ tl►alas3, lhay shat~ld be oa flat cs - ~'~f s! atax !II Front .dqs of ~ ~1 feasb(e:~ ~ ~ ~ wrdsrdk i , !'1 , .pl ~j at c~~ , ; j. I ;C~ Where the 4 plat:#orm is not feasible, the i~lP ~ of aj ~ ~ i'' ` ; ~ width rnoy be decreased #a 3. \ {p~ The platform may be efiminated if ~ ! t s.. r+at. wl M iocatsa! -the .grade ~Oas not exceed 8.33X, h cst+tsr ar ape return CASE C2 CAE ~1 (Sidewalk less than 5' wide): 45' ~ A tX lj l ~ ~ , ~ A ar 81 ' . . ' ~ J ' ~ ~ • . , •r 1 ' 1 ~ front sags ' Front edg. ~ F' Sw Nots 71\ 41A1n' of hdwodk ~ 4' Min. S,s Nob 7 N} of eide~rolk i K~ , j LAP DETAIL ~ ~ ' See Note 6 4' Plantlny ~ k AItO 1 'X~ K''w »lanting ~ h~c i 123x + 3 n!n , Arco ~ 0I3 ~ aAa>< ~ o~ ! i Ot orb ~ • AparolL s+rc+Pl M~~ ~ ~,7pprox. i T/Z' on 1 i ~opnq por'tia► of ramq. A or 8 J A or~ ~ ~ CASE D2 ~ . ; • :f' , ~ ~ . CASEtaDI See Note 4 . ~ t,'~' See ~~pp/~ /n~ ~ ~r/~+ Qetoinhq curb if nscsssary ~ ~ GiIUV yli'147 D~ C- zx uox _ ~ . , JUNE 4, E986 ` SECTIaN C--C ~ e.~. o. R.rnovd rt ~.pocemmt of cn«cxs» controcta'o option ~Nss. ~ ~,~~,i~3,/141L'!:~ ~.!'7.,t~ ~J U.~:~.,. otfiar~rfss rf+orn or r ' c-contrxi plena ~ >ma o ~7 _ .._._:.1 gat, ~t.,~ h~ONE , _ - AII'MMrr . ~ ;n__ ~I~`Y t~F BA~4ER~FIELD ~r f'~'~ D S 41 DETAIL H . ENGIN~RING fJEPARTMEtV'I• r I PROPOSAL FOR TRAFFIC SIt~AL MODIFICATION ON MT. VERNON AVENUE AT UNIVERSITY AVENUE To the City Clerk of the City of Bakersfield: The undersigned, as bidder, declares that the only persons or parties interested in this proposal as principals are those named herein; that this pro- sal is made without collusion with any other person, firm or corporation; that he has carefully examined the location of the proposed work, the annexed pro- sed form of contract and the plans therein referred to; and he proposes and agrees if this proposal is accepted, that he will contract with the City of Bakersfield, in the prescribed form of contract hereto annexed, to provide all necessary machinery, tools, apparatus and other means of construction and to do all the work and furnish all the materials in accordance with the plans and spe- cif ications for the above, filed in the office of the Finance Director of the City of Bakersfield and as specified in the contract, in the manner and time therein resc~ibed, and according to the requirements of the Engineer as therein p set forth, and that he will take in full payment therefor the unit prices or lump sums set forth in the following schedule: The undersigned further agrees that in case of default in executing the re fired contract, with necessary bonds, within ten (10) days, not including Sunday, after having received notice that the contract is ready for signature, the proceeds of the check or bid bond accompanying his bid shall became the pro- perty of the City of Bakersfield. Bidder acknowledges receipt of the following addendum: ITEM ESTIMATED UNIT OF ITEM UNIT PRICE E;KTENSION N0. QUANTITY M1~ASURE tin figures) PRICE tin fi res) 1. 1 LS Remove catch basin J SIC~IED _ Bidder Company Address City ~ State Zip Code ~ _ Area Code Telephone Number License No. and Expiration Date THE REPRESENTATIONS MADE HEREIN ARE N~~DE UNDER PENALTY OF PERJURY. D21:51011.37 Page 1 of 2 ~~wrn x TRAFFIC SIGNAL MODIFICATI~1 ON MT. VERNON AVENUE AT UNIVERSITY AVENUE ITEM ESTIMATED UNIT OF ITEM UNIT PRICE EXTENSION N0. QUANTITY M1~SURE (in figures) PRICE (in fi res) 2, 5 EACH Minor concrete (wheelchair Ramp) 3. 79.4 LF Minor concrete (curb and gutter, Type B) 4. 642 SF Minor concrete (side walk) 5, 26,4 TON Asphalt concrete, 'Ripe B 6, 26.0 TON Aggregate Base, C1.2 7. 92.9 CY Roadway Excavation ~8. 549.3 SF Remove traffic stri ing and marking 9. 346 SF Backfill and install sod 10. 1 LS Install traffic signal modification SIGNED Bidder D21:51011.38 Page 2 of 2 The Extension Price has been calculated by multiplying the Estimated antic b the Unit Price. In the case of lump sum items, the Estimated Qu y Y antit shall be unity. The Bid Total is the sum of all Extension Prices. Qu Y ' a rees that in case of any discrepancy between the Unit Price(s) and the a Bidder g s ctive Extension Prices} and/or the Bid Total, the Unit Price(s) shall re pe revail and the bid submitted shall be the correctly computed sum of all p tl com uted Extension Prices, provided, however, if the amount set forth correc y p nit Price is unintelligible or Knitted, then the amount set forth in the as a U nsion Price column for the item shall be used to determine the correct Unit Exte Price in accordance with the following: As to lurn sum items, the amount set forth in the Extension Price (1) p column shall b~ the Unit Price. it basis items, the amount set forth in the Extension Price (2) As to un column shall be divided by the estimated quantity for the item and the price thus obtained shall be the Unit Price. LIST OF SUBC01~]TRACTORS rsons or arties submitting a bid proposal on the project shall complete All pe p llowin form, setting forth the name. and the location of the mill, shop the f o g or off ice of each subcontractor who will perform work or -labor or render service to the Contractor in or about the construction of the work or r ' rovement in .excess of one-half of one (1$) percent of prime Contractor s ~ D DoL~GARS $10,000), whichever is greater, and the total bid, or TEN THOUSAN ( , rtion of the work which will be done by each subcontractor. This list is to be completed and submitted with said bid proposal. is Name Description of portion Subcontracto Address (Cit , State, Zi ) of work subcontracted and Street . Y (attach additional sheets if needed) ' 1 is acce ted and the undersigned fails to execute the If this proposa p aforesaid contract and to provide surety bonds and evidence of insurance acce table to the City. as is required within eight (8) days,,not including p a s Sunda s and le al holidays, after the bidder receives notice from the Saturd y , Y g Cit that the contract is ready for signature, the City may, at its opt`on, Y determine that the bidder has abandoned the bid proposal and the bidder s, securit shall be forfeited and shall become the property of the City. City Y shall then be free to accept the bid of another bidder. D21:51011.39 '39' TRAFFIC SIGNAL MODIFICATION ON MT. VERNON AVENUE AT UNIVERSITY AVENUE NONCOLLUSION AFFIDAVIT TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID State of California } } ss: County of ) being first duly sworn, deposes and Name says that he or she is of Title ~~Y the arty making the foregoing bid that the bid is not made in the interest of, p or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that the bidder has not directly or indirectly induced or solicited any other bidder to ut in a false or sham bid, and has not directly or .indirectly p colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or that anyone shall refrain from bidding; .that the bidder has not in an manner directl or indirectly, sought by agreement, communication, or Y ~ ' y• r an other bidder, conference with anyone to fa.x the bid price of the bidder o y or to fix an .overhead, profit, or cost element of the bid price, or of that of Y an other bidder, or to secure any advantage against the public body awarding . Y the contract of anyone interested in the proposed contract; that all statements n ained in the bid are true; and, further, that the bidder has not, directly co t or indirectl , submitted his or her bid price or any breakdown thereof, or the Y reof or divul ed information or data relative thereto, or paid, and contents the , g will not pay, any fee to any corporation, partnership, company, association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid." Signature of Bidder Business Address Place of Residence . Subscribed and sworn to before me this day of ► 19 • D21:51011.40 -40- Accompanying this proposal is " "cashier's check," "certified ~NOTICE• Insert the words cash check," or "bidder's bond," as the case may be), in amount equal to at least ten percent of the total of the bid. The names of all persons interested in the foregoing proposal as principals are as f of lows IMPORTANT NOTICE If bidder or their interested person is a corporation, state legal name of corporation, also names of the president, secretary, treasurer, and manager thereof; if a copartnership, state true name of firm, also names of all indiv:°~ual copartners composing firm; if bider or other interested person is an individual, state first and last names in full. 1 • • • • • • • • • • • • • ! • • • • • • • • • • • • • 1 • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • Licensed in accordance with an act providing for the registration of Contractor's License No. 5IGN HIRE Signature of Bidder . NOrI`E--If bidder is a corporation, the legal name of the corporation shall be set forth above together with the signature of the officer or officers authorized to sign contracts on behalf of the corporation; if bidder is a copartnership, the true n~~re of the firm shall be set forth above together with the signature of the partner or partners .authorized to sign contracts in behalf of the copartnership; and if bidder is an individual, his signature shall be placed-above, If signature is by an agent, other than an officer of a corporation or a m~nber of a partnership, a Power of .Attorney moult be on file with the City Clerk of the City of Bakersfield prior to opening bids or submitted with the bid; otherwise, the bid will be disregarded as irregular and unauthorized. Business Address Telephone No . Place of Residence Dated 19..... i~ r1 1 " ~ n ^ '1 A ~ " BIDDER'S BOND TO ACCOMPANY PROPOSAL (Not necessary if cash or certified check is with bid) RNt7W ALL MEN BY THESE PRESENTS: That we as principal, and as surety, ld and firml bound unto the City of Bakersfield, a body politic and are he Y corporate of the State of California, in the sum of dollars to be aid to said City, for which payments, well and truly to be made; we bind P ourselves, our heirs, executors and administrators, successors or assigns, jointly and severally by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH: That if the certain proposal, hereunto annexed, to construct in the City of Bakersfield as referred to in the NOTICE TO CONTRACTORS attached hereto, is accepted by the Council of said City and if the above bounden rincipal, heirs, executors, administrators, successors and p ssi s shall dul enter into and execute a contract, to construct said a gn , y improvements aforementioned, and shall execute and deliver the two bonds re fired b law, within ten days (not including Sunday) from the date of a notice ~ Y e above bounden rind al, that said contract is ready for execution, then to th p P this obligation shall become null and void, otherwise it shall be and remain in full force and effect. IN WITNESS WHEREOF, we have hereunto set our hands and seals this ~ day of , 19 (Seal ) (Seal) (Seal) D21:51011.42 Page 1 of 2 STATE OF CALIFORNIA ) ss. coUNTY of . ) On this day of 19......, before me, a notary public in and for the County of State o California, personally appeared / / personally known to me / /proved to me on the basis of satisfactory evidence to be the person whose name is subscribed to the within instrument as .the Attorney in Fact of and acknowledged to me that he subscribed the name of ,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,thereto as surety, and his own name as Attorney in Fact. IN WITNESS WHEl~EOF I have hereunto set my hand and affixed my official seal the day and year in this certificate first above written. Notary Public in and for said County and State D21:51011.43 Page 2 of 2 ~~wrn e GUARANTEE TRAFFIC SIGNAL EQUIPMENT CITY OF BAKERSFIELD Department of Public Works 1501 Truxtun Avenue,. Annex Building Bakersfield, California 93301 In accordance with the terms of Contract No. ► for: FIC SIC~JAL MODIFICATION ON MT. VERNON AV!EPJUE AT UNIVERSITY AVENUE , TRAP between the City of Bakersfield (hereinafter awarded on ~e Cit) and the undersigned, which contract provides for the ref erred to as Y ~ , ' n of li htin and/or traffic si al s stem , and Installatio g g which contract the undersigned has furnished and installed such system, under the following guarantee of the said system is hereby made. of the e i nt installed pursuant to said contract, Should any ~ I~ li htin elements, prove defective or should the system as a whole prove except g g ' to fault workmanship, material furnished, or method of installa- defective, due Y ' should said s stem or any part thereof fail to operate properly, as tion, or Y of the above causes, all within (1) year after date on which planned, due to any ' is acce ted b the City, the undersigned agrees to reimburse the said contract p Y ' errand for its ex nses incurred in restoring said systems to the City, upon d ► ~ ~ the cost of an equipment or condition contemplated in said contract, Including Y , ' re laced or, u n demand by the City, to replace any such equipment materials p , l~ ' s stems c letel without cost to the City, so that they will and repair said y ~ Y .operate successfully as originally contemplated. Cit shall have the option to make any needed repairs or replace- The Y irs done b the undersigned. ments itself or to have such replacements or repa Y• , ' lacement or re air work being done by the City, the undersigned Prior to such rep p re lacements. In the event shall have the option to make any needed repairs or p d ' elects to have said work performed by the undersigned, the underslgne the City ees that the re airs shall commence to be made and,such materials as are nec- agr p .commence to be furnished and installed within Twenty-Four (24) essary shall rs of the dates cified in the City's written notification. Contractor hou I~ , cute with due diligence to complete the work within a reasonable shall prose riod of time, as specified in the City's written notification. aid s stem will be deemed defective within the meaning of this guar- s y 'n the event that the fail to operate as originally .intended by,the manu- antee i Y reof and in accordance with the plans and specifications included facturers the in said contract. Date Contractor's Signature Firm Address 51011.44 GUARANTEE MATERIAL AND WCRI~MANSHIP CITY OF BAKERSFIELD Department of Public Works 1501 Truxtun Avenue, Annex Building Bakersfield, CA 93301 In accordance with the terms of the Contract for: TRAFFIC SIGNAL MODIFICAITON ON MT. VERNON AVENUE AT UNIVERSITY AVENUE r ed on , between the City of Bakersfield (hereinafter award rr~d to as "Cit and the undersigned, which contract provides for the refe Y installation of ' r facilities and under which contract the undersigned has installed such and othe 'lities the following guarantee of the said facilities is hereby made: f aci When the ro'ect is completed and accepted, we guarantee the P same to be free from imperfect work:n~anship and/or materials, and we ee to re it and/or replace at our cyan cost and expense, any and agr ~ i h ma rove defective in all such work, and/or materials wh c y p workmanshi or materials within a period of one .(1) year from the date P of acce tance of the above named construction project, ordinary wear p and tear or ne lect excepted. We also agree to repair and/or replace, g at our awn cost and expense, any work and/or materials that we may disturb or displace in making good such defects, Within twenty-four (24) hours after being notified in wrihin the City or the City's representative, or.the agent of g ~ terials we a ee to either of them, of any defects in said work or ma , gr ccxrmence and prosecute with due diligence, all work necessary to , fulfill the terms of this guarantee and to complete the work within a reasonable period of time, and in the event of our failure to so c 1 , we collectively and expressly do hereby authorize the City ~Y and or the City's representative, or the agent of either of them, to / will honor and roceed to have such work done at our expense and we p pay the cost and charges therefor upon demand. This grantee is made expressly for and runs to the ,benefit of both the Cit of the above mentioned construction project and the City's Y re resentative, and shall be enforceable by either of~them. p DATED Contractor s Name Authorized Signature D21:51011.45 HOLD HARMLESS AGREEMENT CITY OF BAKERSFIELD IT IS HEREBY AGREED that , agrees to indemnify and hold harmless the City of Bakersfield, its agents, employees or any other persons against loss or expense including attorneys fees, by reason of the liabilit im sed by law upon the City, except in cases of the City's sole Y I~ ne ligence, for damage because of bodily injury, including death at any time g resulting therefrom, sustained by any person or persons, or on account of damage to property arising out of or in consequence of (agreement name IT IS FURTHER UNDERSTOOD AND AGREED that the Contractor shall (at the o Lion of the City), defend the City of Bakersfield with appropriate counsel and p shall further bear all costs and expenses, including the expense of counsel, in the defense of any suit arising hereunto. DATED _ Contractor's Name Authorized Signature D21:51011.46 CONTRACT N0. THIS AGREEMENT, made and entered into on ~ by tween the CITY OF ~RSFIELD, a municipal corporation, herinafter called and be " it "and , hereinafter called "Contractor"; C y, WITNESSETH: WHERI~AS, City has duly advertised for sealed proposals for 1 within the City of Bakersfield. On , the contract was awarded to Contractor upon his properly executed bid; and WHEREAS, one of the conditions of said award required a formal contract to be executed by and between City and Contractor, NOW THEREFORE, it is mutually agreed by and between the parties hereto r as follows ARTICLE I Contractor a ees to furnish supplies, equipment, labor and materials gr for within the City of Bakersfield. ARTICLE II The follOwin shall be deemed to be part of this contract as if fully g set forth herein: 1. Notice to Contractors 2. Special Provisions 3. Bid Proposal 4. Bidder's Bond 5. Performance Bond 6. Material and Labor Bond 7. Letters of transmittal, if any 8. All rovisions required by law to be inserted in this p contract whether actually inserted or not. 9. Hold Harmless Agreement 10 Current PW1 cif required by Specifications • 11.47 -1- CONTRALTI D21.510 IN WITNESS WHEREOF, the parties hereto have caused this Agreement to be executed, the day and year first-above written. CITY OF B~~KERSFIELD By Mayor NAME OF CONTRACTOR) By Contractor APPROVED AS 'Ib FORM: By - - City Attorney COU~~'TERSIC~ED: By Finance Director D21:51011.48 -2- ESCR06~ AGREEMENT FOR i SECURITY DEPOSITS IN LIEU OF RETENTION THIS ESCROW AGREE is made and entered into by and between CITY OF ~~KERSFIELD, a municipal corporation, hereinafter called "owner," whose address is and hereinafter called "Contractor", whose address is ► and hereinafter called "Escrow Agent", whose address is ' - For the consideration hereinafter set forth, the Owner, Contractor, and Escrow Agent agree as follows: 1. Pursuant to Section .4590 of Chapter 13 of Division 5 of Title 1 of the Government Code of the State of California, Contractor has the option to deposit securities with Escrow Agent as a substitute for retention earnings re fired to be withheld by Owner pursuant to the Construction Contract entered into between the Owner and Contractor for in the amount of dated (hereinafter referred to as the "Contract"). When Contractor deposits the securities as a substitute for Contract earnings, the Escrow Agent shall notify the Owner within ten X10) days of the deposit. The market value of the securities at the time of the substitution shall be at least equal to the cash amount then required to be withheld as retention under the terms of the Contract between the Owner and Contractor. Securities. shall be held in the name of , and shall designate the Contractor as .the beneficial owner. _ 2. The Owner shall. make progress payments to the Contractor for such funds which otherwise would be withheld from progress payments pursuant to the Contract provisions, provided that the Escrow Agent hold securities in the form and amount specified above. 3. Alternatively, the Owner may make payments directly to Escrow Agent in the amount of retention for the benefit of the Owner until such time as the escrow created hereunder is terminated. D21:51011.49 -1- 4. Contractor shall be responsible for paying all fees for the expenses incurred by Escrow Agent in administering the escrow account. These expenses and payment terms shall be determined by the Contractor and Escrow Agent. 5. The interest earned on the securities or the money market accounts held in escrow and all interest earned on that interest shall be for the sole account of Contractor and shall be subject to withdrawal by Contractor at any time and from time to time without notice to the Owner. 6. Contractor shall have the right to withdraw all or any part of the principal in the Escrow Account only by written notice to Escrow Agent accompanied by written authorization from Owner to the Escrow Agent that Owner consents to the withdrawal of the amount sought to be withdrawn by Contractor. 7. The Owner shall have aright to draw upon the securities in the event of default by the Contractor. Upon seven (7) days' written notice to the Escrow Agent from the Owner of the default, the Escrow Agent shall immediately convert the securities to cash and shall distribute the cash as instructed by the Owner. 8. Upon receipt of written notification from the Owner certifying that~the Contract is final and complete, and that the Contractor has complied with all requirements and procedures applicable to the Contract, Escrow Agent shall release to .Contractor all securities and interest on deposit less escrow fees and charges of the Escrow Account. The escrow shall be closed immediately upon disbursement of all moneys and securities on deposit and payments of fees and charges. 9. Escrow Agent shall rely on the written notifications from the Owner and the Contractor pursuant to Sections ~4) to (6), inclusive, of this agreement and the Owner and Contractor shall hold Escrow Agent harmless from Escrow Agent's release and disbursement of the securities and interest as set forth above. 10. The names of the persons who are authorized to give written notice or to receive written notice on behalf of the Owner and on behalf of Contractor in connection with the foregoing, and exemplars of their respective signatures, are as follows On behalf of Owner: On behalf of Contractor: Title Title Name ~ Name Signature Signature . Address Address. D21:51011.50 -2- On behalf of Escrow Agent: Title Name Signature Address At the time the Escrow Account is opened, the Owner and Contractor shall deliver to the Escrow Agent a fully executed counterpart of this Agreement. IN WITNESS WHEREOF, the parties have executed this Agreement by their proper officers on the date first set forth above. Owner Contractor Title Title ~ .Name ~ Name Signature Signature D21:51011.51 -3- FAITHFUL PERFORMANCE BOND KNOW ALL MEN BY THESE PRESENTS, THAT, WHEREAS, the CITY OF B~~KERSFIELD, California, a municipal corporation, hereinafter designated the "Owner," has, on , 19 , awarded to TRAFFIC SIGNAL MODIFICATION ON MT. VERNON AVEIWE AT UNIVERSITY AVENt]E corporation organized and doing business under and by virtue of the laws of~the State of California, hereinafter designated as the "Principal," a con- tract for the and WHEREAS, said Principal is required under the terms of said contract to furnish a bond for the faithful performance of said contract: NOW, THEREFORE, WE, the Principal, and as Surety, are held and firmly bound unto the Owner in the sum of _ (100$ OF AMOUNT AWARDED AT COUNCIL MEETING) lawful money of the United States, for the payment of which sum, well and truly to be made, we bind ourselves, our heirs, executors, administrators, and successors, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the above mentioned Principal, his or its heirs, executors, administrators, successors, or assigns, shall in all things stand to and abide by, and well and truly keep and faithfully perform the covenants, conditions, and agreements in the said contract and any alterations made as therein provided, on his or their part, to be kept and performed at the time and in the manner therein specified, and in all respects according to their true intent and meaning, and shall indemnify and save harmless, the Owner, its officers and agents as therein stipulated, then this obligation shall become null and void; otherwise it shall be and remain in full force and virtue and Principal and Surety, in the event suit is brought on this bond, will pay to the Owner such reasonable attorney's fees as shall be fixed by the court. As a condition precedent to the satisfactory completion of the said contract, the above obligation in the said amount shall hold good for a period of one (1) year after the completion and acceptance of the said work, during which time if the above mentioned Principal, his or its heirs, executors, administrators, successors, or assigns shall fail to make full, complete, and satisfactory repair and replacements or totally protect the said Owner from loss of damage made evident during said period of one year from the date of acceptance of said work, and resulting from or caused by defective materials and/or faulty workmanship in the prosecution of the work done, the above obligation in the said amount. shall remain in full force and effect.. However, anything in this paragraph to the contrary notwithstanding, the obligation of the Surety hereunder shall continue so long as any obligation of the Principal remains. D21:51011.52 Page 1 of 2 - And the said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration, or addition to the terms of the contract or to the work to be performed thereunder or the specifications accompanying the same shall, in any way, affect its obli ations on thi g s bond, and it does hereby waive notice of any such change, extension of time alteration or addition to the terms of the contract or to the work or to the specifications. Said r Su et hereb waives-the rovisl Y Y p ons of Sections 2819 and 2945 of the C~.vil Code of the State of California. As a part of the obligation secured hereby and in addition to the amount specified therefor, there shall be included costs and reasonable ex uses and fees, including reasonable attorne 's fees in ~ y , curred by the Owner In successfully enforcing such obligation, all to be taxed as costs and included in any judgement rendered. IN WITNESS WHEREOF, the above mentioned parties have executed this instrument under their seals this day of the name and corporate seal of each corporate party being hereto affixed and these presents duly signed by its undersigned representative, pursuant to authorit of its governing body. Y Principal By• (Seal) Signature for Principal Title Surety By• (Seal) Signature for Surety Title (Attach notarization form for each required signature.) D21:51011.53 Page 2 of 2 MATERIAL - LABOR BOND RNaV~1 ALL MEN BY THESE PRESENTS, THAT, WHEREAS, the CITY OF BAKERSFIELD, County of Kern, State of California, hereinafter designated the "Owner," has, on (I1~TE OF COUNCIL MEETING) , awarded to (N~~ME OF CON'T'RACTOR) hereinafter designated as the "Principal," a contract for the construction of TRAFFIC SIC~IAL MODIFICATION ON MT. VERNON AVENUE AT UNIVERSITY Ate. WHEREAS, said Principal is required to furnish a bond in connection and with said contract, providing that if said Principal, or any of his or its subcontractors, shall fail to pay for any materials, provisions, or other supplies used in, upon, for, or about the performance of the work contracted to be done, or for any work or labor done thereon of any kind, the Surety of this bond will pay the same to the extent hereinafter-set forth: NOW, THEREFORE, WE, the Principal, and (LEAVE BL~'~NK FOR BONDING COMPANY) , as Surety, are held and firmly bound unto the Owner the penal sum of (50~ OF AMOUNT AWARDED AT COUNCIL MEETING) dollars ) lawful money of the United States, for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators, and successors, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH, that if said Principal, his or its heirs, executors, administrators, successors, or assigns, shall fail to pay for any materials, provisions, or other supplies used in, upon, for, or about the performance of the work contracted to be done, or for any work or labor thereon of any kind or for any amount due under the Unemployment Insurance Code with respect to work or labor performed under the contract, or for any amounts due, or to be withheld pursuant to Sections 18806 of the Revenue and Taxation Code of the State of California with respect to such work or labor, as required by the provisions of Chapter III, Division V, Title I of the Government Code of the State of California, or with respect to any work or labor for which a bond is required by the provisions of Sections 3247~through 3252 of the Civil Code of the State of California, and provided that the persons, ccxnpanies, or corporations so furnishing said materials, provisions, or other supplies, appliances, or power use, in, upon, for, or about the performance of the work contracted to be executed or performed, or any person who performs work or labor upon same, or any person who supplies both work and materials, thereto, shall have ccxnplied with the provisions of said Civil Code, then said Suret will a Y pY the same in or to an amount not exceeding the amount hereinabove set forth, and also will pay in case suit brought upon this bond, such reasonable attorney's fees to the Owner as shall be fixed by the court. D21:51011.54 1 This bond shall inure to the benefit of the Owners and any and all persons, companies, and corporations and their respective assigns entitled to file claims under applicable State law, including, but not limited to, -California Civil Code Section 3181, so as to give aright of action to them or their assigns in any suit brought upon this bond. And the said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration, or addition of the terms of the contract or to the work to be performed thereunder or the specifications acc~npanying the same shall, in any way, affect its obligations of this bond, and it does hereby waive notice of any change, extension of time, alteration, or addition to the terms of the contract or to the work or to the specifications. Said Surety hereby waives the provisions of Sections 2819 and 2845 of the Civil Code of the State of California. IN WITNESS V~IEREOF, the above bounded parties have executed this instrument under their seals this day of ► 1 i► the name and corporate seal of each corporate party being hereto affixed and these presents duly signed by its undersigned representative, pursuant to authority of its governing body. Principal Seal) Signature for Principal Title Surety (Seal) . Si nature for Surety Title g CA-PW MATERIAL.2 2 09/89 Date: To: RE: REQUEST FOR AN APPLICATION FOR A CERTIFICATE OF APPR~~VAL TO EMPLOY AND TRAIN APPRENTICES ON PUBLIC Wt~RKS Firm: (Name} Address: (Number and Street). (City} (State) (Zip Code) Telephone No.: Location of Public Works Job Site: Project/Contract No.; Total Contract/Project Amount: Project Start Date: Project Completion Date: Awarding Body: Apprenticeable Occupation: The official whose signature follows applies on behalf of the above ria~aed firm for a Certif irate of Approval to employ and train apprentices in the designated occupation in accordance with the provisions of Labor Code Section 1777.5. By~ (Signature) Date: (Title} 112989 PWSPEC FonnPW].