Loading...
HomeMy WebLinkAbout1992 Special Provisions Project 71014COPY N0. CITY OF BAKERSFIELD CALIFORNIA NOTICE TO CONTRACTORS SPECIAL PROVISIONS BID PROPOSAL AND CONTRACT, FOR TRAFFIC SIGNAL MODIFICATION ON OAK STREET AT PALM STREET BID OPENING: 1 DATE ~ JUNE 5 , 19 9 2 ~d TIME 11:00 A.M. PROJECT N0. 71014 ~a~ESS~4 OQ ~,~,N . ~Q ~ ~ ~ F ~ ~ ~ 0.32300 DEPARTMENT OF PUBLIC WORKS EXP. L~~ ~ CITY OF BAKERSFIELD ~ 15 01 TRUXTUN AVENUE cS'j, ~ q ~v ~ BAKERSFIELD, CA 93 3 01 ~ p~` CA~-~F Telephone. X805) 326-3724 ~a 71014B gg:wrn CI'TY OF BAKERSFIELD DEPARTMENT OF PUBLIC WORKS NOTICE TO CONTRACTORS SEALED PROPOSALS will be received by the City of Bakersfield at the Office of the Purchasing Officer, City Hall, 1501 Truxtun Avenue, Bakersfield, California, until 11:00 o'clock A.M. on JUNE 5,1992 to be publicly opened and read immediately thereafter in the City Council Chamber, for the following work: TRAFFIC SIGNAL MODIFICATION ON ~ OAK STREET AT PALM STREET Plans and specifications, and forms of proposal, bonds, and contract, may be obtained at the office of the Purchasing Officer by posting a refundable deposit of ZERO ($-0-} for each complete set. Refund of deposit will be made provided the plans and specifications are returned to the Purchasing Officer within twenty-one (21) days from date of bid opening and the documents are i~n reasonable good condition. The City f assumes no responsibility for' non-receipt of bids due to any delay, including but not limited to carrier delay. It is the bidder's responsibility to meet the deadline stated above. No bid will be considered unless it is made on a proposal form furnished by the Purchasing Officer, which appears .herein immediately following the SPECIAL PROVISIONS of the project, and is made in accordance with the provisions set forth under Section 2, "Proposal Requirements and Conditions" of .the Standard Specifications.. Each bid must be accompanied by a proposal guarantee in accordance with the requirements of article 2-1.07 of the said Section 2 of the Standard Specifications. The City of Bakersfield reserves the right to reject any or--all bids. Bids are required on the entire work described herein. Substitution of securities for moneys retained to ensure performance shall be permitted pursuant to the provisions and requirements of Public Contracts Code 22300. Eligible securities include interest bearing demand deposit accounts, standby letters of credit, or any other security agreed to by the Contractor and the City of Bakersfield. The request for substitution of securities to be deposited shall be submitted on the form entitled "Escrow agreement for Security Deposits in Lieu of Retention" included in the back of these special provisions. ~ . The Contractor must possess a valid Class A or Class C-10 License at the time this contract is awarded. The work completed shall be done in accordance with the Standard Specifications of the Department of Transportation, Business anal Transportation Agency, dated January,1988, insofar as the same may apply. . Pursuant to Part 7 of Division 2 of the California Labor Code (Section 1720 et seq.) the Contractor shall not pay less than the prevailing rate of wages to workers on this project as determined by the Director of California Department of Industrial Relations. The Director's schedule of prevailing rates is on file and open for inspection at the City of Bakersfield, Department of Public Works, 1501 Truxtun Avenue, - Bakersfield, California. µ 1 u ses of this article, the Regents of the University of California or the Trustees of P ~ to a en ma determine the eli ibili of an the California State University. A sta g cy y g tY Y erson to enter into a contract under this article by requiring the person to submit a P 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 ref erred 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 DIS UALIFICATION OF BIDDERS. More than one proposal from an individual, firm, Q artnershi ,corporation, or combination thereof under the same or different names will not be considered. P p Reasonable oonds for believing that any individual, .firm, partnership, corporation or combination thereof is In interested in more than one proposal for the work contemplated may cause the rejection of all proposals in which such individual, firm, partnership, corporation or combination thereof is interested. If there is reason for believing that collusion exists among the bidders any or all proposals may be rejected. Pro sals in which the prices obviously are unbalanced may be rejected. Po SECTION 3. AWARD AND EXECUTION OF CONTRACT - .O1 GENERAL. The award of the contract, if it be awarded, will be to the lowest responsible 31 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 fo -five 45 da s after the opening of the proposals unless extension is approved by the lowest responsible rty ( ) Y bidder. 3-1.03 CONTRACT BONDS. The Contractor shall furnish two good and sufi~icient bonds insured by ' sure insurer as set forth in Title XIV, Chapter 2, Article b of the California Code of Civil an admitted ty Procedures. 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. (100%) 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 job under the contract and shall be in the amount and satisfy the requirements specified in Section 3248 of the California Civil Code. whenever an suret or sureties on any such bonds, or on any bonds required by law for the Y Y rotection of the claims of laborers and material men, become insufficient, or the City has cause, to believe that P such sure or sureties have become insufficient, a demand in writing may be made of the Contractor for such tY further bond or bonds or additional surety, not exceeding that originally required, as is considered necessary, consideren the extent of the work remaining to ~be done. Thereafter no payment shall be made upon .such g contract to the Contractor or any assignee of the Contractor until such further bond or bonds or additional surety has been furnished. • XECUTION OF CONTRACT. The contract shall be signed by the successful bidder and 31.04E returned, to ether with. the contract bonds within ten (10} days, not including Sundays, after the bidder has g . 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 being made and entered into in the Y City of Bakersfield, California. b Failure to execute a contract and file acceptable bonds as provided herein within ten (10) days, not includin Sundays, after the bidder has received notice that the contract has been awarded, shall be just cause g for the cancellation of the award and the forfeiture of the proposal guaranty. 3-1.05 RETURN OF BIDDER'S GUARANTEES. 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. 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 a part 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 (15) days after receivingwritten notice to proceed. The Contractor shall diligently prosecute the same to completion before the expiration of 35 working days. 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 per day for each and every calendar: day's delay in finishing the work in excess of the number of working days prescribed above. Full compensation 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. The Contractor shall furnish the Engineer with a statement from the vendor that the order for the electrical materials required for this contract has been received'and accepted by said vendor, and said statement shall be furnished within fif teen (15} calendar days from the. date of the contract. Such statement shall show the date or dates the electrical materials will be shipped. No work shall begin on the project without prior written approval of the Engineer until all components necessary for operation of the signal system are on hand. The Contractor will be granted an extension of time and will not be assessed with liquidated damages or the cost of engineering and inspection for .any portion of the delay in completion of the work caused by manufacturing time., should approval be given to begin prior to delivery of all signal system components. The number of days extension shall be the working days between the date as determined according to Special Provisions, Article 4-1.01, and the date of receipt of all components as determined by the Engineer. Upon receipt of all components, the Contractor shall notify the Engineer in writing and the Engineer will order start of work in writing. 7 SECTION S. GENERAL ,S•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 adoption and use of the Standard Specifications in the performance of the work called for in this contract shall not be construed as an election by the City to proceed under Section 20396 of the Public Contract Code. In the event that a dispute arises between the parties, they are not obligated to submit the matter to arbitration in any form (although they may do so upon written agreement}. S•1.02 ALTERATION IN QUANTITY OF WORK. Increases or decreases in work exceeding an amount of $10,000 or which, together with all other previously approved change orders for that contract exceeds twenty-five percent (25%) of the original contract amount, must be authorized by the City Council. 5.1.03 CONTROL OF WORK. Control of work shall conform to the provisions in Section S, "CONTROL OF WORK," of the Standard Specifications and these special provisions. Section 5-1.02 "Plans and Working Drawings", of the Standard Specifications is amended by adding the following paragraph after the fourth paragraph: Working drawing sor plans for any structure not included in the plans 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 common, in order to detect any variation from a straight grade, and in case any such discrepancy exists, it must be reported to the Engineer. If such adiscrepancy is not reported to the Engineer, the Contractor shall be responsible for any error in the finished work. The second paragraph in Section 5-1.07, "Lines and Grades" of the Standard Specifications is amended to read: When the Contractor requires such stakes or marks, he shall notify the Engineer of his requirement sin 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 proper inspection maybe provided. Any work done in the absence of the Engineer will be subject to rejection.. 8 5.1.04 PREVAILING WAGES. Pursuant to Chapter 1 of Part 7 of Divison 2 of the Labor Code (commencing with Section 1720), Contractor agrees that in performing said work, by himself or through any subcontractor, eight hours' labor shall be a day's work and forty hours' labor shall be a week's work, and that Contractor shall keep an accurate record showing the name and actual hours worked for all workers employed in said work, and that said record shall be kept open at all reasonable hours for inspection pursuant to Section 1812 of the Labor Code. The Contractor and all Subcontractors shall pay not less than the general prevailing rate ' of per diem wages and the general prevailing rate for holiday and overtime to all workers employed in the construction of this project. The prevailing rate for each craft, classification or type of work is determined by the • Director of the California Department of Industrial Relations, and his schedule of prevailing rates is on file and available for inspection in the Public Works. Department. The schedule is incorporated herein by this reference. The City shall have the right to inspect payroll records during normal working hours and shall have the right to question workers at any time concerning the wages being paid. Contractor shall not interfere in any .way with the City's right to investigate conformance with the wage provisions of this contract. Contractor shall forfeit to the City for each worker employed for each calendar day or portion thereof: a. TWENTY-FIVE DOLLARS (~25} pursuant to Section 1775 of the Labor Code, per worker paid less than the amount to which he is entitled under said general prevailing rate of wages; ~ and . b. TWENTY-FIVE DOLLARS (~2S} pursuant to Section 1813 of the Labor Code, per worker required . to work more than eight (8) hours .per day or mare than forty (40) hours per week, except as provided in Section 1815 of the Labor Code. S•1.OS PAYROLL RECORDS. 'The fourth paragraph in Section 7-1.OlA(3), "Payroll Records," of the Standard .Specifications is deleted and shall not apply to this contract. 5.1.06 LABOR NONDISCRIlViINATION. Attention is .directed to Section 7-1.01A(4), "Labor Nondiscrimination," of the Standard. Specifications and these special provisions. Attention is also directed. to the requirements of the California Fair Employment and Housing Act (Government Code Sections 12900 through 12996), to the regulations promulgated by the Fair Employment and. Housing Commission to implement said Act, and to the nondiscrimination, affirmative action and equal .employment opportunity requirements in the special provisions. . 5-1.07 APPRENTICES. The Contractor's attention is directed to Article 7-1.01A(5}, "Apprentices," of the Standard Specifications. All Contractors and Subcontractors shall comply with the provisions of Labor Code Sections, 1777.5, 1777.6, and 1777.7 relating to the employment of apprentices. If tie Contractor does not have a union contract which provides for apprentices, the Contractor and all Subcontractors shall submit one of the following: 1. A copy of a "REQUEST F4R AN APPLICATION FOR A CERTIFICATE OF APPROVAL TO EMPLOY AND TRAIN APPRENTICES ON PUBLIC WORKS." This request shall be submitted to . the local Department of Industrial Relations, Division of Apprenticeship Standards on the Contractor's and each Subcontractor's letterhead or DAS 140, enclosed with these specifications. 2. A copy of an approval to employ and train apprentices from the local Department of Industrial Relations, Division of Apprenticeship Standards. a • t< 9 5-1.10 PERMITS AND LICENSES. The Contractor shall procure all permits and licenses, pay all charges and fees, and give all notices necessary and incidental to the due and lawful prosecution of the work from any and all governmental organization which require such permits, licenses or fees. The Contractor shall procure a business license in the City of Bakersfield. 5.1.11 WORKING HOURS. Contractor shall ,limit his field working hours from 7:00 A.M. to 4:30 P.M. An deviations must be requested and in writing and directed to the Construction Engineer at the Pre-Job Y Conference. Written approval from the Construction Engineer is required for work beyond these limits. Any time work proceeds beyond the time limits or on holidays or weekends, the Contractor will be charged for all associated overtime charges and said charges may be withheld from contract retention. 5.1.12 LAWS TO BE OBSERVED. The Contractor shall keep hunself fully informed of all existing and future State and National laws and all municipal ordinances and regulations of the City of Bakersfield which in any manner affect those engaged or employed in the work, or the materials used in the work, or which in any way affect the conduct of the work, and of all such orders and decrees of bodies or tribunals having any jurisdiction . or authority over the same. 5-1.13 CONTRACTOR'S INSURANCE. The Contractor shall not commence work under this contract until he has obtained all insurance required under this section and the required certificates of insurance have been filed with and approved by the City Risk Manager and the Public Works Department, nor shall the Contractor allow any Subcontractor to commence work on his subcontract until said certificates of insurance have been filed and a roved by the City Risk Manager and the Public Works Department. Contractor shall be responsible for PP any deductibles under all required insurance policies. 5.1.13A HOLD HARMLESS. The Contractor shall save, hold harmless and indemnify the City, its officers, agents, employees and volunteers from all claims, demands, damages, judgments, costs or expenses in law oar equity that may at any time arise from or related to any work performed by the Contractor, his agents, employees or subcontractors under the terms of this agreement and shall execute and return with ~ the executed contract documents and bonds the "Hold Harmless Agreement," a copy of which is attached hereto. 5-1.138 INSURANCE. In addition to any other form of insurance or bond required under the terms of this a Bement and s ecifications, the Contractor shall procure and maintain for the duration of this In P agreement the following types and limits of insurance: Automobile 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~,insuran_ce, 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. 11 The liabili olicies shall contain an additional insured endorsement in favor of the City, its mayor, tY P council, officers, agents, employees and volunteers; Workers' compensation with statutory limits and employer's liability 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 f avor 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 an art of the work under this agreement is sublet, similar insurance shall be provided by or on YP behalf of the subcontractors to cover their operations. The insurance required under this agreement shall be maintained until all work required to be erformed under the terms of this agreement is satisfactorily completed asevidenced by formal P acceptance by the City. All costs of insuracce required under the is agreement sahll be included in the Contractor's bid, and no additional allowance wiU be made for additional costs which maybe required by extension of the insurance policies. S•1.14 TEMPORARY SUSPENSION OF WORK. The Engineer shall have the authority to ,suspend the work wholl or in art, for such eriod as he may deem necessary, due, to unsuitable weather, or to such other y p P conditions as are considered unfavorable for, the suitable prosecution of the work, or for such time as he may deem necessary, due to the failure on the part of the Contractor to carry out orders given, or to perform any provisions of the work. The Contractor shall immediately obey such order of the Engineer and shall not resume the work until ordered in writing by the Engineer. S•1.15 PAYMENTS. Attention is directed to Sections 9.1.06, "Partial Payments," and 9-1.07, "Payment After Acceptance," of the Standard Specifications and these special provisions. No artial a meat will be made for any materials on hand which are furnished but not incorporated in P PY the work. 12 S•1.16 FINAL PAYMENT. In addition to the conditions, provisions, and requirements of Article 9-1.07B, "Final Payment and Claims," of the Standard Specifications, the .following shall apply: The Ci ma withhold funds, or because of subsequently discovered facts, nullify the -whole or any part tY Y of an certificate for payment, to such extent as may be necessary to protect the City from loss due to Y .causes including but not limited to the following: a. Defective work not remedied; b. Claims filed or information reasonably indicating probable filing of claims; c. Failure of Contractor to make payment due for materials and/or labor; d. Information causing reasonable doubt that the contract can be completed for any unpaid balance; e. Damages to another Contractor; and f. Breach of any terms of this contract. When any and all such causes are removed, certificates shall be issued for amount withheld. The fifth aragraph in Section 9-1.07B, ~"Final Payment and Claims," of the Standard Specifications is P amended to read: The Director will make the -final determination of any claims which remain in dispute after completion of _ claim review. A board or erson designated by said Director will. review such claims and make written P recommendation thereon. The Ci En ' eer shall, after the completion of the contract, make a final estimate of the amount of work tY ~ done thereunder, and the value of such work, and the City shall pay the entire sum so found to be due after. } deducting therefrom all previous payments -and all amounts to be kept and all amounts to be retained under the rovisions of the contract. All prior partial estimates and payments shall be subject to p correction in the final estimate and payment. The. final payment shall not be due and payable until the expiration of thirty (30} days from the date the "NOTICE OF COMPLETION" is recorded at the County Recorder's Office and after execution and return by the Contractor of the attached GUARANTEE when applicable. It is mutuall a reed between the parties to the contract that no certificate given or payments made under Yg the contract except the final certificate or final payment, shall be conclusive evidence of the performance of the .contract, either wholly or in part, against any claim of the .party of the first part, and no payment shall be . construed to ~be an acceptance of any defective work or improper materials. And the Contractor further agrees that the payment of the final amount due under the contract, and the adjustment and payment for any work done in accordance with any alterations of the same;-shall release the City, the City Council, and the Engineer from any and all claims or liability on account of work performed under .the . contract or any alteration thereof. 13 S•1.17 INCREASED OR DECREASED QUANTITIES. The word "compensation" in the following paragraphs of the Standard Specifications is replaced with the words "unit price": , Third paragraph of Section 18-1.05, "PAYMENT' Third paragraph of Section 24-1.08, "PAYMENT' Second paragraph of Section 3b-1.07, °'PAYMENT' . ' Tenth paragraph of Section 39-8.02, "PAYMENT' . 5-1.18 SAZARDOUS MATERIALS. The Contractor shall be held responsible for his workers and subcontractor's well-being and their education of handling hazardous materials when hazardous materials are encountered during this project. SECTION 6. CONTROL OF MATERIALS 6.1.01 GENERAL. Control of materials shall conform to the provisions in Section b, "Control of ,,Materials," of the Standard Specifications and these 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 producer of all materials to be used in the work, for testing or examination as desired by the Engineer. All tests of materials furnished by the contractor shall be made i~ accordance with commonly recognized standards of national organizations, and such special methods and tests as are prescribed in the specifications. 6-1.02 BORROW, DISPOSALAND 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 Specifications 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. ' r _ 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, they will drain, will blend with surrounding terrain, and will have a potential 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 pollution control boards and such permits contain requiremeniswhich conflict with the requirements in the first -and second paragraphs of this. section, the requirements 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, disposal 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. b-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. 14 SECTION 7. CONSTRUCTION DETAILS ~ SECTION 7-1 GENERAL 7.1.01 ORDER OF WORK. 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 signal being placed into operation. Pavement delineation shall be replaced by temporary delineation before opening the traveled way to public trafl"ic. Temporary delineation shall consist of reflective traffic line tape applied in pieces not less than 4 inches long nor less than 4 inches wide spaced no more 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 payment 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. l" dia.) in front of each signal indication. The covers shall remain in place until all signal operations have been checked and signal is placed into operation. Y 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 duected to Section 8-1.10, "Utility and Non-Highway Facilities," of the Standard Specifications, the plans, 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 damage or interference with service resulting from conducting his operations. The exact location of underground facilities and improvements within the construction area shall be ascertained b the Contractor before using equipment that may damage such facilities or interfere with the services: Other Y forces may be engaged in moving or removing utility facilities or other improvements or maintaining services or utilities. The Contractor shall cooperate with such 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. ,Any delay to the Contractor due to utility relocation whether or not the utility is shown or correctly located on the plans will not be compensated for as idle time. However, additional contract time commensurate with such delays may be allowed. 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. 15 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 re risibility 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. Exce t in the case of extra work, full compensation for conforming to the requirements of this article shall P 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 TRAFI~~ IC. 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. Si s, li hts, fla s and other .warning and safety devices and their use shall conform to the requirements gn g g set forth in the current Manual of Traffic Controls -Warning Signs, Lights, and Devices for Use in Performance , of Work U on Hi hways," published by the State of California, Department of Transportation. Application and P g 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 ro ress of the work and shall notify them immediately of any streets impassable for fire fighting equipment. Pg The sixteenth and nineteenth paragraphs of Section 7-1.08, "Public Convenience," of the Standard Specifications, shall be amended to read as follows: Construction o erations requiring lane closures shall be actively in progress only between the hours P indicated below, Monday through Friday, except legal holidays. Y Street ~ Direction of Travel H_ ours Oak Street Both 8:30-4:00 Palm Street Both 8:30-4:00 Where 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. Where construction shall be open for use by public traffic. Where construction operations are not actively in progress not less than two .such lanes shall be open for use by ublic traffic. Public traffic may be permitted to use. the shoulders and, if half-width construction methods are P used, may also be permitted to use the side of the roadbed opposite to the one under construction. No additional com ensation will be allowed for any shaping of shoulders necessary for the accommodation of public traffic P thereon during paving operations. .a 16 In order to expedite the passage of public trafl~ic through or around the work and where ordered by .the Engineer, the Contractor shall, at his own expense, furnish, install and maintain construction area signs, lights, flares, temporary railing (Type K), barricades, and other facilities for the sole convenience and direction of public trafl"ic. Also, where directed by the Engineer, the Contractor shall furnish competent flagmen whose sole duties shall consist of directing the movement of public traffic through or around the work. When 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. PAYMENT. 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 HIGHWAY FACILITIES. The work. performed in connection with various existing facilities shall conform to the provisions in Section 15, "Existing Highway Facilities," of the Standard Specifications and these special provisions. .Existing City highway signs and street markers shall remain the property of the City. Such signs and street markers shall be relocated and maintained during construction so as to convey the same intent that existed prior to construction. Existing City highway signs and street markers shall be placed in their permanent position by the .Contractor's forces prior to completion of construction. -Signs removed from the project area shall be delivered to the City Corporation Yard at 4101 Truxtun Avenue. PAYMENT. Full compensation for conforming to the requirements of the two preceding paragraphs shall be considered as included in the prices,. paid for the various items of work and no additional allowance will be made therefor. 7-1.05 REMaVE TRAFFIC STRIPES AND PAVEMENT MARKINGS. Traffic stripes and pavement markings to be removed will be as shown on plans and as designated by the Engineer. Traffic stripes and pavement markings shall be removed to the fullest extent possible from the pavement by any method that does not materially damage the surface or texture of the pavement or surfacing. Where blast cleaning is used for the removal of painted trafpic stripes and pavement markings, the area shall be shielded so .that no material from the blasting operation is allowed to enter the area that is open to public traffic. Sand or other material deposited on the pavement as a result of removing traffic stripes and markings shall be removed as the work progresses. Accumulations of sand or other material which might interfere with drainage or might constitute a hazard~to traffic will not 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 to irregular and varying widths. Pavement markings shall be removed by blast cleaning a rectangular area, rather than just lettering or markings, so the old message cannot be identified. , 17 After removal of traffic stripes and pavement markings, a fog seal coat shall be applied in conformance with the provisions in Section 37, "Bituminous Seals," of the Standard Specifications and the following: In trafflic stripe removal areas, the fog seal coat shall be applied over the traffic stripe removal area and to irregular and varying widths with an average width of 2 feet on each side of the blast cleaned traffic stripe removal area. In pavement marking removal areas, the fog seal coat shall be applied to the blast cleaned rectangular area. Full compensation for furnishing and applying 'fog seal coat as specified herein shall be considered as included in the contract price paid per square foot for removal of traffic stripe and pavement marking and no separate payment will be made therefor. Nothing in these special provisions shall relieve the Contractor from his responsibilities as provided in Section 7-1.09, "Public Safety," of the Standard Specifications. MEASi1REMENT AND PAYMENT. Quantities of trafflic stripe removed wiU 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 painted trafflic stripe. quantities of pavement markings removed will be determined by the actual size of the rectangle measured in square feet. Removing of trafflic stripes will be paid for at the contract unit price per square foot for the actual area of authorized stripe removal... The contract unit price per square foot as remove traffic striping and marking. shall include full compensation far furnishing all labor, materials, tools, equipment, signs and for doing all work necessary for removing existing striping as shown on plan and as directed by the Engineer. 7.1.06 OVERHEAD SIGNS. Overhead signs shall conform to the applicable provisions in Section 56, "Signs," of the Standard Specifications and these special provisions. Mast-arm hangers for street name signs will be furnished and installed by the City. Street name signs will be furnished and installed by City of Bakersfield using mast-arm hanger methods such as Hawkins MIOJ 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 special provisions. Compensation for overhead signs shall be considered included in the respective contract lump sum price or prices for signal, flashing beacon, or combination thereof. ?•1.07 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. ,a 18 r Temporary delineation consists of reflective trafl~ic 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 trafl"ic 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. 7.1.08 SAWCUT ASPHALT CONCRETE FAVEMENT. 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 adjacent asphalt concrete, which is to remain in place, will not occur during excavation operations. . The Contractor shall conduct his operations so as not to damage the integrity of the edge of the saw cut ,pavement. Any damage to the saw cut edge will be corrected by the Contractor by additional cutting prior to the start of paving operations. . Full compensation 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. 7-1.09 REMOVE CONCRETE. Removing concrete shall conform to the provisions in Sections 15, "Existing Highway Facilities," Ib, "Clearing and Grubbing," and 19-1.04, "Removal and Disposal of Buried Man-Made Objects," of the Standard Specifications and these special provisions. Concrete removed shall be disposed of in accordance with the provisions in Section 7-1.13, "Disposal of Material Outside the Highway Right of Way," of the Standard Specifications. Removal of concrete shall be measured and paid for as roadway excavation, said payment shall include. full compensation for .all work necessary to remove concrete including but not limited to sawcutting of concrete at limits of removal area. 7-1.10 EARTHWORK. Earthwork shall conform to the provisions in Section 19, "Earthwork," of the Standard Specifications and these special provisions. 19 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 excavation 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 contemplated 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 61.4 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. When asphalt concrete is to be placed on the grading plane, the grading plane at any point shall not vary by more than 0.05-foot above or below the grade .established by the Engineer. Section 19-3.062, "Slurry Cement Backfill," 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 shown on the plans and typical'cross- sections and shall be determined by: California Test Methods 216 or 231, or ASTM (current edition) D 1557 and one of the following D2922 or D 1556. 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. 7.1.11 FINISHING ROADWAY. Finishin roadwa shall conform to the revisions in Section 22, "Finishing g y P - Roadway," of the Standard Specifications 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 originating within the project limits and transported by public traffic or by the Contractor's operations. The Contractor may use any method, approved by the Engineer,. that does 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, aself-contained, pick-up type, power broom with water distribution system shall be used. 20 PAYMENT. The first paragraph in Section 22-1.03, "Payment," of the Standard Specifications, isamended to read: Full compensation for furnishing all labor, materials, tools, equipment, and incidentals, and for doing all the work involved in finishing the entire project, including all ramps, 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 trafpic 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. 7-1.12. COLD PLANE ASPHALT CONCRETE PAVEMENT. Existing asphalt concrete shall be cold planed at the locations and to the dimensions shown on the plans and in accordance with these special provisions. The depth, width and shape of the cut shall be as indicated o~n the .typical cross sections or as directed by the Engineer. The final cut shall result in a uniform surface conforming to the typical cross sections. The road surfacing to remain in place shall not be damaged in any way. The depth shown on the plans for cold plane wedge cuts along existing concrete gutter are to be measured from the surface of the concrete gutter. In some cases where a prior overlay surface was constructed above the gutter lip, the actual depth of cut will exceed the dimension shown on the. plans. The contractor shall remove existing pavement overlay from the top surface of gutters adjacent to any area specified to be cold planed. The planing machine shall be self-propelled and especially designed and built for grinding flexible pavements. It shall plane without tearing or gouging the underlying surface and blade material in a windrow. Drum lacing patterns shall permit a .grooved or smooth surface finish as selected by the Engineer and the drum shall. be totally enclosed in a shroud to prevent discharge of any loosened material into adjacent work areas. A 0" to 3" deep cut to predetermined grade may be required on one. pass. The machine shall be adjustable as to crown and depth. The equipment shall meet the standards set by the Air Quality. Act of 19b9 for noise and air - pollution. The Contractor. shall provide smaller machine to trim areas inaccessible to the larger machine at manholes, curb returns and intersections. The smaller. machine shall be equipped with a 12" wide cutting drum mounted on a 3-wheel chassis allowing it to be positioned without interrupting traffic or pedestrian flow. Jack hammering areas not accessible to grinding machine is not allowed. The surface tolerance ~ produced shall be such that a ten foot straight edge laid laterally will indicate variances of less than 3/8". The contractor shall remove all loosened material from the roadway each day before leaving the site of the work. 21 All such material shall become the property of the Contractor and shall be disposed of off-site in accordance with Section 7.1.13, "Disposal of Material Outside the Highway Right of way," of the Standard Spermcations. The Contractor shall protect structures and provide .necessary traffic control and barricades as required by the Engineer. Temporary oil-sand ramps shall be constructed at intersecting streets immediately after cold planing and prior to opening the lanes to traffic. Cold planing operations shall not commence until temporary oil-sand is on site with workers to place material. Cold planing cuts across travel lanes shall be the last cuts made at each side. After removal of loosened material from such cuts, temporary ramps shall be constructed of oil-sand at the deep end of cuts before opening the lane to traffic. Irregular, gouged, ripped or damaged areas; as determined by the Engineer, shall not be accepted. All such areas shall be repaired by methods approved by the Engineer, prior to resurfacing operations. The Engineer, at his discretion, may require substitution of planing machine and/or operating personnel if the cold planed surface does not meet these specifications. Existing traffic detector loops damaged during cold plane operations will be returned to their original . condition. . The, quantities of cold planing to ~be paid for will be the respective areas in square yards calculated from the horizontal field measurements of the actual authorized areas cut with no deduction for manholes or water valves within the planed area. Cold planing will be paid for at the respective contract unit price per square yard which price shall include full compensation for furnishing all labor, materials, tools and equipment and for doing all the work involved in cold planing as specified. Full compensation for removing bituminous pavement from concrete gutters adjacent to a cold planed area shall be considered as included in the prices paid for cold planing pavement and no additional compensation will be allowed therefor. Full compensation for constructing oil sand ramps as specified shall be considered as included in the unit prices paid for cold planing, and. no additional compensation will be allowed therefor. Full compensation for removing and transporting cold planing cuttings as specified shall be considered as included in the unit prices paid for cold planing and no additional compensation will be allowed therefor. 7.1.13 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: 22 Asphalt concrete shall be produced- from commercial quality asphalt and aggregates. The spreading and compacting requirements in Sections 39-6.02, "Spreading," and 39-6.03, "Compacting," of the Standard Specifications will not apply. The asphalt concrete shall conform to the following requirements: 1. Asphalt concrete shall be produced at a central mixing plant. 2. Aggregate shall conform to the 1/2 inch maximum medium grading specified in Section 39-2.02, "Aggregate," of the Standard Specifications. 3. The amount of asphalt binder to be mixed with the aggregate shall be between 5.0 percent and 6.5 percent by weight of .the dry aggregate as determined by the Engineer. The fourth through the seventh paragraphs in Section 39-3x03, "Proportioning," of the Standard Specifications shall not apply. 4. Asphalt concrete shall be spread with aself-propelled spreader ready for compaction without further shaping. 5. Compaction shall be performed with a tandem roller weighing not less than 8 tons. 6. The finished surface shall meet the straightedge requirements of Section 39-6.03, "Compacting;' of the Standard Specifications. Where new asphalt concrete pavement is to conform to existing paved surfaces, the existing pavement shall be saw cut. The quantity of asphalt concrete to be paid for will be that quantity computed by using the dimensions of the actual area surfaced multiplied by the- thickness specified on the plans for that area and by a weight of 145 pounds per cubic foot, or the actual quantity placed, whichever is the lesser. m 7.1.14 MISCELLANEOUS CONCRETE CONSTRUCTION. Portland cement concrete curbs, median 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. MEASUREMENT AND PAYMENT. Quantities of minor concrete (curb and gutter.) shall be paid for at the contract price per linear foot. Quantities of minor concrete (sidewalk) shall be paid for at.the contract price per square foot of sidewalk. Quantities of minor concrete (wheelchair ramp) shall be paid for at the contract price per each wheelchair ramp. 23 SECTION ?.CONSTRUCTION DETAILS J SECTION 7-2TRAFFIC SIGNALS, LIGHTING, SIGNING, AND STRIPING SECTION 7.2 TRAFFIC SIGNALS AND LIGHTING 7.2.01 FOUNDATIONS. 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. Conduits may be installed by either jacking~drilling or open trench methods. Installation using jacking or drilling. shall conform to Section 86-2.OSC, "Installation," of the Standard Specifications. Open trench installatio~t shall conform to the following specifications: 1. ~ Conduit shall be rigid non-metallic type. Conduit shall be placed under existing pavement in a trench not to exceed 6 inches in width. Trench shall be cut using a rock saw and all loose uncompacted material shall be removed from the bottom of the trench prior to placement of conduit. The top of the ,installed conduit shall be a minimum of 12 inches below finished grade. 2. The conduit shall be placed in the bottom of the trench and the trench shall be backf"illed with a one (1} ro sack slurry cement backfill. Slurry cement backi"ill shall be placed to within 0.20 feet of the pavement surface. The top 0.20 feet shall be back~lled with asphalt concrete produced from commercial quality paving asphalt and aggregates. 3. Prior to spreading asphalt concrete, .paint binder shall be applied as specified in Section 39-4.02, "Prime Coat and Paint Binder," of the Standard Specifications. Spreading anal compacting of asphalt concrete shall be performed by any method which will produce an asphalt concrete surface of uniform smoothness, texture, and density. 4. All excavated areas in the pavement shall be backfilled by the end of each work day. Temporary roadmix or other acceptable temporary surface will be allowed on the top 0.20 feet until such a time as the permanent asphalt surface is placed. Dependent upon adverse soil conditions or other circumstances encountered at the time of construction, the Engineer. may specify which of the above methods may be used. 24 Y ?-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 8b-2.09, "Wiring," of the Standard Specifications and these special provisions. CONDUCTORS -The Contractor shall use multi-conductor , electrical cables for all circuits except between the service switch and controller cabinet. Only multi-conductor cable conforming to the following shall be used: 5 Conductor cable consisting of S No. 14 conductors colored 1 each red, yellow, brown, white and black. 9 Conductor cable consisting of 1 No. l2 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. . CONDUCTOR TABLE Insulation Colors Signal Phase Circuit Or Function Base ~ Stripe s 2 & b Red, Yellow,Brown Black Vehicle 4 & 8 Red, Yellow,Brown. Orange Signals 1 & 5 Red, Yellow,Brown Silver 3 & 7 Red, Yellow,Brown Purple 2p & 6p Red, Brown 2 Black . Pedestrian 4p & 8p Red, Brown 2 Orange Signals lp & Sp Red, Brown ~ 2 Silver 3p & 7p -Red, Brown 2 Purple 2p & by Blue Black. Pedestrian ~ 4p & 8p Blue Orange Push Buttons lp & Sp Blue Silver 3p & 7p Blue Purple Pedestrian Push Buttons White Black Common Signal White None . Railroad Pre-emption Black Red Spare Black None 25 ..The cable sheath shall be polyethylene and the conductor insulation shall be Type THWN polyvinyl chloride. ® Conductors shall be spliced by the use of "C' shaped compression connectors as shown on Standard Plan ES 13. Splices shad be insulated by "Method B." 7.2.05 SERVICE. Service shall conform to the provisions in Section 86-2.11, "SERVICE", of the Standard Specil"ications 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: 1~0. Amps Phase Volts Br~ etered 1 60 1 110 Traffic Signal Yes 2 30 ~ 1 110 Lighting No The Engineer will arrange with the serving utility to complete service 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, "Testing," of the Standard .Specifications and these special provisions. The signal shall not be placed in flashing mode, with signal faces uncovered, prior to Functional Testing. F[JNCTIONAL TESTING. All functional testing shall ,conform to the provisions is Section 86 2.14C "Functional Testing," of the Standard Specifications and the following paragraph: .Functional test period is included in the number of working days to complete the project as described in SECTIfJN 4, "BEGINNING OF WORK, TIME OF COMPLETION AND LIQUIDATED DAMAGES" of these special provisions. 7.2.07 SIGNAL FACES AND SIGNAL HEADS. Signal. faces, signal heads and auxiliary equipment, as shown on the plans, and the installation thereof, shall 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," of the Standard Specifications and these special provisions. Housing, visors, directional louvers and backplates shall not be structural ~ plastic: All lamps for traffic signal units shall be furnished by the Contractor.. All signal faces shall be provided with 12-inch sections. 26 a The third sentence of the first paragraph of Section 86-4.06, "Signal Mounting Assemblies," of the Standard Specifications, shall be amended io read as follows: Slip-fitters and terminal compartments, shall be cast bronze or hot-dip galvanized ductile iron. ° 7-Z.08 PEDESTRIAN SIGNALS. Pedestrian signals shall conform to the provisions in Section 86-4.05, "Pedestrian Signal Faces," of the Standard 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-Z.09 LUNIINAIRES. Luminaires shall conform to the provisions in Section 86-6.01, "High Intensity-Discharge Luminaires," of the Standard Specifications and these special provisions. Luminaries shall be furnished with 200-watt high pressure sodium lamps and integral ballasts. An in-line fuse shall be located in the pull box. 1 7•Z.10 PHOTOELECTRIC CONTROLS. Photoelectric controls shall conform to the provisions in Section 86-6.07, "Photoelectric Controls", of the Standard Specifications an,d these special provisions. Each luminaire shall be provided with a Type IV photoelectrical control. 7•Z.11 CONTROLLERS, CABINETS AND AUXILIARY EQUIPMENT. The City wilt furnish the controller and cabinet assembly for each location. The central pad on the Foundation Detail in State Standard Plan ES-4B shall be increased from a height of 3.5" to a height of 12". 7.1.12 DETECTORS, Detectors shall conform to the provisions in Section 86-5, "Detectors," of the Standard Specifications and these special provisions. Location and layout of Y detector loops shall be as directed by the 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 95-2.09, "Epoxy Sealant for Inductive Loops;' to within 1/8 inch of the . pavement surface. The sealant shall be at least 1/2 inch thick above the top conductor in the saw cut. Before setting, surplus sealant shall be removed from the adjacent road surfaces without the use of solvents. 27 In lieu of the epoxy sealant specified above, slots may be filled with either of the following materials: 1. An eiastomeric sealant conforming to the following: The sealant shall be a polyurethane material of a composition that will, within its stated shelf life, cure only in the presence of moisture. Sealant shall be suitable for use in both asphalt concrete and portland cement concrete. The cured sealant shall have the following performance characteristics: Measuring Standard Property and Results and Conditions Hardness (indentation) - 65-85 ASTM D 2240 Res. Type A, Mode11700 ' 77o F ~25deg.C) 50% relative humidity. Tensile strength - 500. psi, min. ASTM D 412 Die C, pulled. at 20 IPM. . a Elongation - 400%, minimum AS'I'M D 412 Die C, pulled at ZO IPM. Flex at - 40deg.F- no cracks 25 mil Free Film Bend (180deg) over 1I2" Mandrel. Weathering Resistance -Slight ASTM D 822 Weatherometer 3~0 Hrs. Chalking Cured 7 days at 77deg.F(25deg.C}50% relative humidity. Y Salt Spray Resistance - 500 psi, ASTM B 117 28 days at IOOdeg.F(38deg.C) minimum. Tensile; 400%, minimum 5% NaCI, Die C, pulled at 20 IPM. elongation Dielectric Constant • Less than ~ ASTM D 150. 25% changeover a temperature range of -30deg.C to SOdeg.C. 2. Asphaltic Emulsion Inductive Loop Sealant shall conform to State of California Specification 8040-41A-15.. Loop conductors shall be installed without splices and shall terminate in the nearest puU box. The loops shall be joined in the pull box in combination of series and parallel so that optimum sensitivity is obtained at the sensor unit. 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 loop conductors for each direction of travel for the same phase of a trafhic 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 sensor unit mounted in the controller cabinet. Splices to the cable shall b.e 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. 28 Conductors for inductive loop traffic signal and traffic counting installations shall be identi>~ed and banded, in pairs, by lane, in the pull box adjacent to the loops and near the termination of the conductors in the controller or traffic count station cabinet. Bands shall conform to the provisions in Section 86.2.09, "Wiring." Identification of each conductor pair shall consist of labeling the phase and detector slot number (e.g. - 6J2L, 8J8U, 3ISU, etc.} in permanent ink 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 layer of asphalt concrete immediately below the uppermost layer. Installation 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.OIA (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: Loop wires in the pull 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. All spade connectors used to attach to terminals inside the controller cabinet shall be crimped and soldered to the conductor. . 7•Z.13 GUARANTEE. The Contractor shall furnish a written guarantee to .the City on the form attached, guaranteeing all~systems, except traffic signal lamps, installed under this contract for a period of one (1}year from the date of acceptance of the work, The guarantee, properly executed, shall be filed with the City ,before notice of completion and final acceptance is made by the City of the work described'on the plans and these special provisions. . 7-Z.14 PAYMENT. Payment for signals and lighting shall conform to the provisions in Section 8b-8, "Payment", of the Standard Specifications and these special provisions. Full compensation for cast-in-drilled hole concrete pile foundations shall be considered as included in the contract lump sum price paid for the item requiring foundations and no separate payment will be made therefor. 7.2.15 TRAFFIC SIGNAL INTERCONNECT. Wiring for traffic signal.. interconnect shall be #20 AWG 3 pair, with each pair individually shielded, with a #22 AWG tinned copper drain wire and the whole to be polyethylene jacketed, such at Atlas Wire & Cable Corporation #A-778. PAYMENT. Full compensation for installing traffic signal interconnect including conduit, wiring and pull boxes will be considered as included in the prices paid per lineal foot of traffic signal interconnect, and no separate payment will be made therefor. t 29 STATE OF CALIFORNIA . Specification ' Asphaltic Emulsion Inductive Loop Sealant 1.0 SCOPE This specification covers a one component, pourable sand filled, asphaltic emulsion for use in sealing inductive wire loops and leads imbedded in asphalt. and portland cement concrete. This . sealant is suitable for use in freeze-thaw environments. 2.0 APPLICABLE SPECIFICATIONS The following specifications, test methods and standards in effect on the opening date of the Invitation to Bid form a part of this specification where referenced: American Society for Testing and Materials D2939, D2523 California Test Method No. 434 California Department of Transportation Standard Specifications 1988 State of California Specification 8010-XXX-99 Inspection, Testing and Other Requirements for Protective Coatings Code of Federal Regulations, Hazardous Materials. and Regulations. Board, Ref. 49CFR. 3.0 REQUIREMENTS 3.1 Composition The composition of the loop sealant shall be a sand filled, pourable, water emulsified bitumen. It will be the manufacturers responsibility toproduce aone-component product to meet the properties specified herein. 3.2 Characteristics of the Sealant 3.2.1 Residue by evaporation, weight percent ~ 70 Minimum Use ASTM D2939 3.2.2 ~ Ash content, weight percent 50 to b5 Use ASTM D2939 30 As haltic Emulsion Inductive Loop Sealant 8040-41A-15 P 3.2.3 Firm set time, hours, 4 maximum test at one hour intervals, use ASTM D2939 3.2.4 Brookfield viscosity, Poise SO to 12S RVT Spindle #3,10 RPM at 7S + 20 F. 3,3 Properties of the Dried Film 3.3.1 Flexibility, ~ No full depth Use ASTM D2939, except air dry specimens to cracks constant weight at 75 Sdeg.F. and SO 10% relative humidity. Condition mandrel and specimens 2 hours at 7S 2deg.F. before test. Use aluminum panels, 0.03 inches thick {Q panel or equal). 3.3.2 Tensile Strength, psi, 20 minimum cast sheets 0.25 inches thick and air dry at 7S 1-+ Sdeg.F, S0 +/-10% relative humidity for minimum of 16 hours. Load rate O.OS inches/minute, use ASTM D2S23. 3.3.3 Elongation, % ~ 2.0 minimum Same conditions as 3.3.2 use ASTM D2S23 3.3.4 Slant-shear strength to concrete, psi, ~ 150 minimum, Use California Test Method No. 434, Part VIII. Space with no loss ' dam blocks with 0.25 inches between slant faces, seal of adhesionto sides P and bottom with tape and fill with the well stirred concrete sample, strike off the excess. Dry in 140deg.F oven to constant weight and condition 1 day at 75 2deg.F before testing. Load rate to be 5000 lbs/minute. 3.3.5 Resistance to water ~ . No blistering, Use ASTM D2939, Alternative B re-emulsification or loss of adhesion 3.4 Workmanship 3.4.1, ~ The sealant shall be properly dispersed and any settling shall be easily redispersed with minimum resistance to the sideways manual motion of a paddle across the bottom of the container. It shall form a smooth uniform product of the proper consistency. If the material cannot be easily redispersed due to .excessive settlement as described above or due to any other cause, the sealant shall be considered unfit for use. L 31 f Asphaltic Emulsion Inductive Loop .Sealant 8040-41A-15 d 3.4.2 The sealant shall retain all specified properties under normal storage conditions for 12 months after acceptance and delivery. The vendor shall be responsible for all costs and transportation charges incurred in replacing material that is unfit for use. The properties of any replacement material, as specified in Paragraph 3.0, shall remain satisfactory for 12 months from date of acceptance and delivery. 3.4.3 The sealant shall comply with all air pollution control rules and regulations within the State of California in effect at the time the sealant is manufactured. 4.0 QUALITY ASSURANCE PROVISIONS 4.1 Inspection This material shall be inspected and tested in accordance with State of California Specification 8010-XXX-99, or as otherwise deemed necessary. 4.2 Sampling and Testing Unless otherwise permitted by the -Engineer,. -the material shall be sampled at the place of manufacture and application. will not be permitted until the material has been approved by the Engineer. 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 specified in the purchase order or contract. If ordered in 5 gallon size the containers shall be new, round standard full open head with bails, shall be nonreactive ' with the contents, and shall have compatible gaskets. The containers shall comply with ,the U.S. Department of Transportation ~r the Interstate Commerce Commission regulations, as applicable. 5.2 Marking All containers of material shall be labeled showing State specification number manufacturers name, date of manufacture and manufacturers batch number. . The manufacturer shall be responsible for proper shipping labels as outlined in Code of Federal Regulations, Hazardous Materials .and Regulations Board, Reference 49 ,CFR. 32 m Asphaltic Emulsion Inductive Loop Sealant8040-41A-15 6.0 NOTES 6.1 Directions for Use Saw cuts shall be blown clean with compressed air to remove excess water and debris. The sealant must be thoroughly. stirred before use and hand poured into the slots. Due to the sand content of this material, pumping is not recommended. Any clean up of road surface or tools can be done with water, before the sealant sets. 6.2 Patents The Contractor shall assume all costs arising from the use of patented materials, equipment, devices, or processes used on or incorporated in the work, and agrees to indemnify and save harmless the State of California, anted its duly authorized representatives, from all suits at law or action of every nature for, or on account of, the use of any patented materials, equipment, devices or processes. 6.3 Certificate of Compliance The manufacturer shall furnish a Certificaie of Compliance with each batch of sealant, in accordance with the provision of Section 6-1.07 of California Department of Transportation Standard Specifications, January 1988. . ~y 33 1 R ark shad b4 construct amps drn~eway ed foil ~dth to 10 feet depth, t (See Section A-A and Note) ~ ~ J ~ ~ G~I~f~11 Of ~1A i S►5 St I c~ttir s r~ ~ ~ r cw ~ C ty1 PLAN Tai of a~ Tai ~ d ~w~dt tub !aa T Arttr ~ X11 t~ Car r ~ ELEVATION * ~Widtt~ racy ~ reduced ,~r, ~treet~ with ~/W width less than i6', span approval .of the ~ ~ ~ td Traffic Errgir~eer, to rrti less than b . r ~ 1 4 i~ l ~ ~ P~ ~ i ~r ~ fu1 ridth of drive t 0~*ee SECTION A-A cal. ~o~ Ad wait shown shad confam to the ~ sections Permit for Sri canstructian shill oe obt ' . of tfia soakcations entitled 'Standard Soeaficatians, ~l+ ae►ed ~~an ~ Cyt ~ ' ~ Y 9 prior to cons State of Cdrfamio, Oepartmdnt of .Transportation, C~rnn# fdrtiun.' far new, remoddad, or e~anded os ' ~ set f ~ ~ YNtvva d'rvewcy ~s ~o be constructed fa a part~on of ~ ►n Chapter 12„S, Section i 236 of the side~dic width ~Sectian A-A), ~dawdic shill bit ranoMed 8a~ursftdd 1~unicipd Code shill praride mnaate on each side of for rah construrtioa drir~a~► approocha aaadoig to the standard Subgrade prepQatian shad be canstn~cted tnls to ~ dri'~ewop appraacha shill be n a~staxa grode and sass section, with compaction of 90~ too a harp tfiar crnstructian~ 9uaantead by cash, aepth of Q50 fact certified dtedc a corpaate surety band aolxo~ed - Ca~xEte fa dnvarays shad ba bass 'B" 5 sack and by tfia City A±tamay a o can~tion to .fnd agtr~d ~ ~ aad accaptan~ by the Chief 8vi~n M a fa shad be witfiin 21/2' and 51/1' siurnp, 6 inche, thick g and xith fight broom fnish, oc~pancy to any binding a propert}~ Ezparrsian joints shad be installed ae shown. ~ ~la~amurn dri~wroy ~imen~on may ba naeaeed to 50 Ad . ' cortaete tt fact fa ~l-1 and y--2 use where w~me of sari Ong axe gu er and s~dewdk, across truck and kraier warrants upon oMai of ~ ~ face of any proposed drinway shill, ba say cut at a~ Y . right ante to tloir rne, and rernaMed, Totd ma~rimmUSn allowable ~ire~ray width sitd not Canaete shall be axed wi#h, a white pigmented arng ezcxed 60~ of commeraai property frontage, compound ~~Y+ng to Sect>an 90-1.01 8 ~ tlta Driveway dimension as defned on pion sf~,ad be the Standard SpecyScations, Compaction test may be basis of such determnation, requ~ed and shill be the respans~iity of the A mnmum of 20 feet of r~ h ' Permit;ee ~ 0~'vd°peC ~ ft, ~ eft a~~ shad separate cirweways, a a speaficaily approved ' ' ' by tfk city ~n~1lx'l. n No COrtstnkt~on cm ca,~iv u/t,~ permitted Ift S$eet x h dley returns, ~aRU~►aY °RAM1 Las Na portion of ~e driveway a ramp ~ to ba ~ C ~ ~~C IAL on ad jocxnt propaty frontage ~aithout prier / . approved of the dty eng~ea: an ~ DRTVE~AY A~ dr►veray locations are subject to ogprovd ""~Q~ by tie qty CITY OF BA~RSFIELD C AI,IFO RN IA DEP~1RT1lElrT v~ Weokened r~~ ~rponsion Joint ~ P/one Joint ---y Critter,. •r r j.r . ur ~ ~ , fir, ~ ~ i ~ ~ ~ ~ , ~ ~ ~ GENERAL NorFs f J ~ ~ ' ,411 work sho/l conform to the appliccb/e sections of the specificotions entitled "Stondord SQecifi- • . lS (Mox.~ ~ i ' cat~ans, Stote of Colifornio Deportment of irons. between Joints ~ fi ~ portotion ° and tht lo/lowrn 9 ~Deciol prowsions. I Subgrode prepdrofion shot! be constructed true Slr t Ri ht-o/ Wa n ~ -__t__~ to grade and cross section, wihh compoction o1 ~ ~ Sla~dord Curb Return radws 90z to o de~oth of 0.50 feel. 4 ~ ~ ~ ~ sho/l be 20 feet unless Contrite slto/l be Closs "8" (S sock) and shcil c ~ ~ ~ utherwKse directed by the a ~ ~t o have o s/umo between Z.I/2' and 5•l/2" Tie a is ~ a > City Engineer W ~ ~ ~ srrfoce shot! be finished to grade and cross ~ ~ v section with o 11oot, Irowe/ed smooth, and lrnisAed with 0 bloavn. ~ ~ ac 3~ ~ ConcreA~ shot! be awed with owhin-pigmented . ~ COM81NAT10N TYPE curing ~ompan~d comp~;ng ro Section 9o•T019 of the Stondord ,Specifr'col~ar~s. ' ~ ~ SlDE~►A ~ Weokened pone joints shot! be instolled of ~ 4 I ~bot intervo/s and expansion joints at 60 fool Vor intl~vols. Expons+bn joints shot! be /ocoted at ' Vai ~ exh side of o structwe and of the ends of cu►b retwns. Exponslor► paM flkr mo/er~ol sho/l consrrst of ~4=6N mninx~vn in R.I and R.Z cones; prefornxd ships o/ v dri~odle resilient compound. Jr•~ mrnrnwvn in 0ll Other tones Ond ' on molar city streets; curb to woN Sideworrks shop ba .scored tb a rnininx~m depth a/ whole wo/l is constr~rcted. I/S" unless other+~st directed by tha City Engineer. ~••Expansion~Jpint ,New sidewalk construction in bkcks with exstinq ',;CuhK,.,• ~ sfdewo/k shop caniorm in dimen;~on and location to those in place. ~ ~ur6~ ! -T-'T i Existing sidewol~r shop be soMcul and removed • ' ~ • lS' iMox.J ..;,w„~,~ o, of the first scoring line of rX beyond the ' ~ I between Joints ;P%ne ~ planned join!. ~ I ; JOxft ~ ; ~ ~i - ~ ~ A perrnrt for srdewol~t constrr~rtion and recoh- ~ . ~ ~ . r ► ~ ~ struction shop be obtCined from the Deportment Expansion.,, , ~ ' ~ hj i of Public Works and shop occampony ~ctuo/ work • ~ Joint • ; _ ' ~ ' ~ ~ • ' ~ ~ ~ I ,4ny variance in tlnrsh, color, a rnoteriol from '~_L standard will require o special permit Irom ~ ~ ~ - Sheet Right-ot-Woy Line••~• the City Council. o ~ ~ .0 ~ ~ Stondord Curb Return radius Deviations front /hf cambinolid' type sidewo/k,such Q+ > ~ • shall be 20 feet unless os Stondord or meQnderin ~ 9 h~►~1' b~e,oermilted by o ~ 3 ~ otherwise directed by the the oaoroaiote design prorisioRS of Chflpter /63Z , ~ ~ ~ h~ * ~ City Engineer. of the Municipal Code. ~ ' i .c ~ I~ ~ . ~ ~ Combination Type Vor. , ~ • ~ STANDARD TYPE s'mrn. 5' , ~ ~ 6" Stondord type ~ a ~ ~ ~ ~ ~ ~ E~IAI. K +i 51o a /~4 inch er foot ~ Val. I S ~ r-----~ ~ Vol. ~ ~ TYPICAL ~SECTlQN guilder for new, remodeled, or expanded brri/dings os set forth in Chapter /2.44, Section /2.40.010 of R ~ the Bakersfie/d Municipal Code shall p~Ovide Sr~QNQA~1 Q CCI?2,. ~l concrete curbs, gutters and sidewalks according October 28 „81 ,=.w,,, to Ihis standard drow~ng, ~ O L ~A/ ~ ~ K ,ftc;;flt Such curbs, gutters and sidewalks shop be in exrs- L 99~~J~i t~.~=to A ~ fence or have !heir construction uoronteed b ~ r~ ~ 9 r ~ ~ COMB/NAlION TYf~E ~ ~ .~oore cash, certified check a corporate surety bond ~ STANDARD lYpE ~^p approved by the City Attorney os a. condition to final oporovol a,~d acceptance by the Chiei CfTY OF BAKERSFtELD 9uilding Inspector for occupancy to the building ~ CALIFORNIA or property, ~ S _ 3 crn eMSM ENGINEERING DErART~AENT ✓ c - ~ i4'(i011 ,f T~0 w1r1 ~U~CJ ' ~ u1R OCat~O N :~1tr ;f ~ '.f distcnca from curb to oac>< of sicewatk I ~~P d game ~ is !00 Short ~ ~ ~,~-aaxl6~d ~ ~o accommodate romp cnd a' jM Nett ' _ -.r__ _ - platfaRT1 03 in Case ~1, the S~dewallc r*IOY i ' \ / ~ , I ~s u•r. ~ be depressed longitudinally Cs m Ccse 32 a C2 or may be ~iaened os in Case C.. . ; ~ r y~, ~?to>tt~1q av ~ \ ~ f ~ . -Sa rbt• a b33~ t~ ~ / 2. if sidewdk ~e less thou 5' wid0. the full SECTION A-A width of the sids+•ak shall be depressed x ' ~ 4•tailrlq axtt as shown in Casa C2. ' ' Ki ~ ~ ^««.wr i ~ ~ ~ 3. If planting Crew width is equal t0 or d ~ ~w , ` tae of rang, ~ greater ;hen romp length, romp side 4euna.a ~ ~ y076 ° ~ ~ ~ ~ - - - Z,~, - - - - - slope 'X' distance = 3' (See Case C2). ~ ~ ~ 4. For Cases D1 and C2 the Ionq►tudinai tzss ~ e. 4" portion of the stde,ralk may need to be at «xs s'+• e' axtt `li.J3~ c'epressed o: shown in Cans 32. CASE A SECTION B- B s. ►f located oi'I a the sides of the ' mitts >rdwae r~wr romp need not be pardiel, but the _ ~i R~ain~ avw K minimum width of the romp shill he 4'. A ~ ' ~ n•rn•o~r at .e* ~ of ~d..er6 S. The bottom of the romp shot! haw a r-1 ~ 1/4~ lip at ♦5'. e~ I 7. The ramo shaiC have a 12~ wide border Y ; I yin, i I with 1 /4' grooves ~proximoteiy J; 4' o.c. , ~ ~ at' i I See grooving detail. The surface at romp NI ` ~ r SN Nob 7 i II ~ 4' MYL S•r NN• 7 shall hove 0 transverse broomed Surface ~ I N ~ ~ ~ texture rou er than the Burr 7 ~ i / I 9h oundtnq sidewalk except when located in center ~,7 ~ of curb return. ' I1~ ' t f ~ ~ , A'~I~'' ~ ~x ~ t~`~r ~ I x 8. 'M1efl ramp la located tR Canter of t~Jrb r o~ ; f f, of aI= ' r F~ ~ return, it shah be grooved in a heRinq- ' I r~ ~ ~ ~ ~ bone attern with t 4 r p / covet Cp oxtmatel ~ ~ Y t 1/2 o.c. See grooving detai. Groove:; ~2s x 1' I s.• "°t• a Ir I°`'°t~ should be aligned paraild to txasawdk .A.1 r arlbr a1 anti r•tixr6 ! ~x JI ~ S•s ~ ~ axb ~ stripes to direct blind pedestrians into at axtt of axf appropriate cxosswdk CASE ~ CASE 82 9. Ramp side dope ~ uniformly tram o maximum of up to t 2.SX at axd to can- form rith longitudiind sideu+dk dope adpcent to top of the ramQ. except in r-- ~ ~ R axti Case: C2 ~ 02 The romp platform may be diminoted if the grads does not exceed ' r s.. rob ~ ~ ~~a1a•xdt6 8.33x , ~ 14. RED -When o wheei~har ramp is s« Not• ~ - uln. ~ r t. added to an existing fvc~ity~ fire following l a; ' !l! changes are permitted: ' ~ ~ ~ , (A) Ramp grade in Case C2 moy be r.l I ti ;I~~ ~ncreosed to 4`; i33X ~ i . ~;1 ~li~; ~I -►tmt: ' si (9) Other r~nP grade moy he increased ii!~ ~ of `_2S7t ~tj ~i 'i~ n~ to o maximtun of 11.1 ~ (Never- :I~ I j Ne+t I:i Front ~ d ~ ;i~ thetess. they should be a: Aar as :(tl ~ wl at c~r0~l~ >tidesoY , ~ (.11 !III ' r; ~ ~ ` ,l, I '•I feaalble.) I ar ~q ~ ` f ,y ` I(i({ (C) Where the 4' platform is not .feasible, the width may be det:revaed to 3 . C ~ ~ 5., ~ d ar lae•t•/ (0) The platform may be diminated if ~ I ti aw+t.r d axe r.t,rw the grade does not exceed d.33x C~.SE C2 CASE CI (Sidewalk less than 5' wide) 45' ~a9i ,argil ~ ~ ~ ~ • . • i i' Sa Not• ) ~ •'lli1, o(~sd~rolk ~ A' MN. SM NOt• 7 ~ K i Front sdq• K i , , N ` 0} 71~~ HI i ~ s ~ ~ r LIP DETAII, , i ~ ~ Amt ~ ~ See Notes 6 9 ~ ~ , ~entk+ nl o i 12.Sx Nw 'X' ' M•a ~ ~I~ 1 we1r. i ~ 3 I °i } ~ of sure l i "00/016 :/4~ 1oIN0t A Or 8 A Or `3 I ~ ~ ~9 vo►tiar oaf rarq. J ~ CASE Dl ~ C ~ ,T • ~ ~~;~U ASE D2 ~:j. , See Note ~ See Note 4 ~ • ~ • . ~ ' . • • i- t j 4' 4•tanilq cur0 i1 neuoa►r ~ ~ ~ GROOVING DETAIL r-r-----~------- i r r - ~ -1 , ,x SECTION' C-C ~uNE G; 1986 , • ~ . STANDARD 5-2o-as - ~ wlrr ~iw++ovd t ~~oroarnwlt at '3.~, :Or►IrOCta'>I notion uNws T othvfM r1ow1 an ~ ~ ~ IC ~ 1~ _ ~ awcm c-cOnttxt plane ' A l~~/ D j~. M.L. ~_imrt of~_ ..r ern ~L/xR ~6if NONE ,r,..,-------r OwgrMr ~ : ____L~ C11'Y QF BAKERSFI~LB '1~ CALIFORNIA ~J-4 DETAIL H ~ • ~ n+uw .a~1a ~Mr+w ENGINEERING QEPARTMENT ST- t9 PROPOSAL FOR TRAFFIC SIGNAL MODIFICATION ON OAK STREET AT PALM STREET 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 rind als are those named herein; that this proposal is made without collusion with any other person, firm or P P, co ration; that he has carefully examined the location of the proposed work, the annexed proposed form of contract and the Tans therein referred to; and he proposes and agrees if this proposal is accepted, that he will P contract with the City of Bakersfield, in the prescribed form of contract hereto annexed, to provide all necessary machine cools, a aratus and other means of construction and to do all the work and furnish all the materials in pp ' ' bove filed in the office of the Finance Duector of the City of accordance with the plans and specifications for the a , Bakersfield and as ecified in the contract, in the manner and time therein prescribed, and according to the sP r uirements of the En 'veer as therein 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 required contract, with nece bon within ten 10} days, not including Sunday, after having received notice that the contract is ready ~ ~ the Ci of for si ature, the roceeds of the check or bid bond accompanying his bid shall become the property of ty gn P Bakersfield. Bidder acknowledges receipt of the following addendum: Item E~CTENSION No. ~~T~ UNIT OF ITEM UNIT PRICE QUANTITY MEASURE {~n figures} PRICE {in figures) I, Lump Sum Modify Traf 1"ic Signal 2. 3070 L.F. Signal Interconnect Conduits and wiring SIGNED _ Bidder Company Address P.O. BOX City State Zip Code Area Code Telephone Number License No. and Expiration Date THE REPRESENTATIONS MADE HEREIN ARE MADE UNDER PENALTY OF PERJURY. Page 1 of 2 34 ITTEM ESTIMATED UNIT OF ITEM UNIT PRICE EXTENSION N0. QUA►NTiTY MEASURE (in Figures) PRICE (in figures} za 3. 2300 SF Remove striping 4. b1.4 CY Roadway Excavation 5. 198 SY Cold Plan AC Pavement 6. 29.4 TON Asphalt Concrete Type B 7. 192 SF Minor Concrete; sidewalk 8. 1074 SF Minor concrete, handicap . ramps 9. ~ 125 LF Minor concrete, curb and gutter, Type B SIGNED . Bidder Total . Page 2 of 2 35 The Extension Price has been calculated by multiplying the Estimated Quantity by the Unit Price. In the case of lump sum items, the Estimated Quantity shall be unity. The Bid Total is the sum of all Extension Prices. Bidder agrees that in case of any discrepancy between the Unit Price(s) and the respective Extension Price(s) and/or the Bid Total, the Unit Prices} shall prevail,and the bid submitted shall be the correctly.computed sum of all correctly computed Extension Prices, provided, however, if the amount set forth as a Unit Price is unintelligible or omitted, then the amount set forth in the Extension Price column for the item shall be used to determine the correct Unit Price in accordance with the following: (1) As to lump sum items, the amount set forth in the Extension Price column shall be the Unit Price. (2) As to unit basis items, the amount set forth in the Extension Price column shall be divided by the estunated quantity for the item and the price thus obtained shall be the Unit Price. LIST ~F SUBCONTRACTORS All persons or parties submitting a bid proposal on the project shall complete the following form, setting forth the name and the location of the mill, shop or once of each subcontractor who will perform work or labor or render service to the Contractor in or about the construction of the work or improvement in excess of one-half of one (1%) percent of prime Contractor's total bid, or TEN THOUSAND DOLLARS ($10,000}, whichever is greater, and -the portion of the work which will be done by each subcontractor. This list ~s to be completed and submitted with said bid proposal. Subcontractor's Name Description of portion and Street Address (Ci State Zi of work subcontracted (attach additional sheets if needed} 36 [This form shall be completed by all Bidders and submitted w thth the Bid] TRAFFIC SIGNAL MODIFICATION ON OAK STREET AT PALM STREET NONCOLLUSION AFFIDAVIT TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID State of California ) )SS: County of ) P being first duly sworn, deposes and Name says that he or she is of Title Company the party making the foregoing bid that the bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that the bidder has not duectly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or that anyone shall refrain from bidding; that the bidder has not in .any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to .fix the bid price of the bidder or any other bidder or to fix any overhead, profit, or cost element of the bid price, or of that of any other bidder, or to secure any advantage against the public body awarding the contract of anyone interested in the proposed contract; that all statements contained in the bid are true; ° and, further, that the bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay, any fee to any corporation, partnership, company, association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid:' z Signature of Bidder Business Address v Place of Residence Subscribed and sworn to before me this_day of , 19_. 37 Accompanying this proposal is . (NOTICE: Insert the words "cash "cashier's check," "certif"ied check," or "bidder's bond," as the case may. be), in amount equal to at least ten percent of the total of the bid. The names of all persons interested in the foregoing proposal as principals are as follows: IlViPORTANT 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 individual copartners composing firm; if bidder or other interested person is an individual, state first and last names in full. . Licensed in accordance with an act providing for the registration of Contractor's License No SIGN HERE Signature of Bidder NOTE-•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 name 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 member of a partnership, a Power of Attorney must 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. .....................1...................................................1.................1................1................•..............•1.••........................f....••...............• Place of Residence Dated ........................19......... 38 BIDDER'S BOND TO ACCOMPANY PROPOSAL (Not necessary if cash or certified check is with bid} KNOW ALL MEN BY THESE PRESENTS: - THAT WE as principal, and as surety, are held and firmly bound unto the Ci of Bakersfield, a body politic and corporate of the State of California, in the sum of ty dollars to be paid to said City, for which payments, well and trul to be made; we bind ourselves, our heirs, executors and administrators, successors or assigns, Y 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 J said Ci and if the above bounden principal,- heirs, executors, administrators, successors and assigns, shall duly tY . enter into and execute a contract, to construct said improvements aforementioned, and shall execute and 'ver the two bonds re uired b law, within ten days (not including Sunday} from the date of a notice to the deL q y above bounden rind al, that said contract is ready for execution, then this obligation shall become null and P P void, otherwise it shall be .and remain in full force and effect. IN V~►~ITNESS WHEREOF, we have hereunto set our hands and seals this day of , 19 . (Seal) (Seal} (Seal} 39 I ~ STATE OF CALIFORNIA ) . ) ss. COUNTY OF ) d 4n this- day of _ ,19_, before me, a notary public in and for the County of ,State . of California, personally appeared ersonall -known to me proved to me on the basis of satisfactory evidence P Y to be the person whose name is subscribed to the within instrument as the.Attorney in Fact of . and acknowledged to me that he/she subscribed the name of thereto as surety, and .his own name as Attorney in Fact. IN WITNESS WHEREOF 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 40 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: r awarded on ,between the City of Bakersfield (hereinafter referred to as the City), and the undersigned, which contract provides for the installation of lighting,and/or traffic sign 1 system and under which contract the undersigned has furnished and installed such system, the following guarantee of the said system is hereby made. Should any of the equipment installed pursuant to said contract, except lighting elements, prove defective or should the system as a whole prove defective, due to faulty workmanship, material furnished, or method of installation, or should said system or any part thereof fail to operate properly, as planned, due to any of the . above causes, all within (1) year after date on which said contract is accepted-b~~, the undersigned agrees to reimburse the City, upon demand, for its expenses. incurred in restoring. said systems to the condition contemplated in said contract, including the cost of any equipment or materials replaced, or, upon demand by the City, to replace any such equipment and repair said systems completely without cost to the City, so that they will operate successfully as originally contemplated. The City shall have the option to make any needed repairs or replacements itself or to have such replacements or repairs done by the undersigned. Prior to such replacement ar repair work being done by the City, .the undersigned shall have the option to make any needed repairs or replacements. In the event the City elects to have said work performed by the undersigned, the undersigned agrees that the repairs shall commence to be made .and such materials as are necessary shall commence to be furnished and installed within TwentyFour (24} hours of the date specified in the City's written notification. Contractor shall prosecute with due diligence to complete the work within a reasonable period of time, as specified in the Cit}~'s written notification. Said system ,will be deemed defective within the meaning of this guarantee in the event that they fail to operate as originally intended by the manufacturers thereof and in accordance with the plans and specifications included iri said contract. Date ~ Contractor's Signature . ~ Firm Address 41 GUARANTEE A MATERIAL AND WO~ANSHIP CITY GF BAKERSFIELD Department of Public Works 1501 Truxtun Avenue, Annex Building Bakersfield, CA 93301 In accordance with the terms of the Contract for: awarded on ,between the City or Bakersfield (hereinafter referred to as "City'), and the undersigned, which contract provides for the installation of , and other facilities and under which contract the undersigned has installed such facilities, the following guarantee of the said facilities is hereby made: When the project is completed and accepted, we guarantee the same to be free from imperfect workmanship and/or materials, and we agree to repair and/or replace at our own cost and expense, any and all such work, and/or materials which may prove defective in workmanship or materials within a period of one (1} year from the date of acceptance of the above named construction project, ordinary wear and tear or neglect excepted. We also agree to repair and/or replace, at our own .cost and expense, any work and/or materials that we may disturb or displace in making good such defects. Within twenty-four (2} hours after being notified in writing by the City or the Cites representative, or the agent of either of ahem, of any defects in said work or materials, we agree to continence and prosecute with due diligence, allwork necessary to fulfill the terms of this guarantee and ro complete the work within a reasonable period of time, and in the event of our failure to so comply, we collectively and expressly do .hereby authorize the City and/or the City's representative, or the agent of either of them, to proceed to have such work done at our expense and we will honor and pay the cost and charges therefor upon demand. V This guarantee is made expressly for and runs to the benefit of both the City of the above mentioned construction project and the City's representative, and shall be enforceable by either of them. DATED Contractor's Name Authorized Signature 42 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 liability unposed by law upon the City, except in cases of the City's sole negligence, for damage because of bodily injury, including death at any time resulting therefrom, sustained by any person or persons, or on account of damage to property arising out of or in consequence.of ~a~reement name. IT IS FURTHER UNDERSTOOD AND AGREED that the Contractor shall (at the option of the City), defend the City of Bakersfield with appropriate counsel and 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 43 p~ s SAMPLE SAMPLE CONTRACT N0. TRAFFIC SIGNAL MODIFICATION ON OAK STREET AT PALM STREET THIS .AGREEMENT, made and entered into on ~ , by and between the CITY OF BAKERSFIELD, a municipal corporation, hereinafter called "City," and ,hereinafter called "Contractor"; V~~ITNESSETH: • WHEREAS, City has duly advertised for sealed propasals~ for 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 as follows: ARTICLE I Contractor agrees to furnish supplies, equipment, labor and materials for within the City of Bakersfield. ARTICLE II .The following shall be deemed to be part of this contract as if fully 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 provisions required by law to be inserted in this contract whether actually inserted or not. 9. Hold Harmless Agreement 10. Current PWI (if required by Specifications) 44 IN WITNESS WHEREOF, the parties hereto have caused this Agreement to be executed, the day and year first-above written. CITY OF BAKERSFIELD By Mayor (NAME OF CONTRACTOR By Contractor APPROVED AS TO FORM: ' By .City Attorney COUNTERSIGNED: By Finance Director . -2 - 45 [To be completed by the Contractor, if he elects to substitute securities in lieu of retention]. ESCROW AGREEMENT FOR SECURITY DEPOSITS IN LIEU OF RETENTION THIS ESCROW AGREEMENT is made and entered into by and between whose address is hereinafter called "Owner", whose address is hereinafter called "Contractor" and whose address is hereinafter called "Escrow Agent". For the consideration hereinafter set forth, the Owner, ~ ~ Contractor, and Escrow Agent agree as follows: 1. Pursuant to Section 22200 of the Public Contract Code of the State of California, Contractor has the option to deposit securities with Escrow Agent as a substitute for retention: earnings required 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 de osits the securities as a substitute. for Contract earnings, the Escrow Agent shall notify the Owner.within P ten (10) 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. 46 } 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. b. 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 eventof 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. lo. The names of the persons who are authorized to give written notice or 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 .2_ 47 On .behalf of Escrow Agent: Title Name i 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 ~1►~ITNESS 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 NOTE: THIS PART SHALL REMAIN IN EFFECT ONLY UNTIL JANUARY 1, .1992, AND AS OF THAT DATE IS REPEALED, UNLESS A LATER ENACTED STATUTE, WHICH.IS CHARTERED ON OR BEFORE JANUARY 1, 1991, DELETES OR EXTENDS THAT DATE. 48 FAITHFUL PERFORMANCE BOND KNOW ALL MEN BY THESE PRESENTS, THAT, WHEREAS, the CITY OF BAKERSFIELD, California, a municipal corporation, hereinafter designated the "Owner," has, on (DATE OF AWARD~,19 ,awarded to NAME OF CONTRACTORS , a corporation organized and " doing business under and by virtue of the laws of the State of California, hereinafter designated as the "Principal," a contract for the tra~fi signal modification on Oak Street at Plam Street; and WHEREAS, said Principal is required under the terms of said contract to furnish a bond for the faithful performance of said contract; and NOW, THEREFORE, WE, the Principal, and~LEA~E BLANK FOR BONDING COMPANYI, as Surety, are held and firmly bound unto the Owner in the sum of 100% OF AMOUNT AWARDED AT COUNCIL MEETINGI 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 CONDTfION 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 ,S workmanship in the prosecution of th~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.- And the said Surety, for value received, hereby stipulates and agrees that no change, extension of tune, alteration, or addition to the terms of the contract or to the work to be performed thereunder or the specifications accompanying the same shall,. in any way, affect its obligations. on this bond,- and it does hereby waive notice of any such change, extension ~f 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. As a part of the obligation secured hereby and in addition to the amount specified therefor, there shall be included costs and reasonable expenses and fees, including reasonable attorney's fees, incurred by the Owner in successfully enforcing such obligation, all to be taxed as costs and included in any judgment rendered. . 49 IN Vf►~ITNESS WHEREOF, the above mentioned parties have executed this instrument under their seals this day of , 19 ,the name and corporate seal of each corporate party being hereto affixed and these resents duly signed by its undersigned representative, pursuant to authority of its governing body. P Principal Y Seal Signature for Principal- Title ~ ) Surety Seal ~ Signature for Surety Title ~ ) (Attach notarization form for each required signature) a Page 2 of 2 r J 0 tir. MATERIAL • LABOR BOND y ~ KNOW ALL MEN BY THESE PRESENT , ,WHEREAS, the CITY OF SFIELD Coun of Kern, State of California, hereinafter designated the BAKER tY "Owner," has, on (DATE OF COUNCIL MEETING) ,awarded to .NAME OF CONTRACTORI reinafter desi ated as the "Princi al," a contract for the construction of he gn P 1 1VI I ATION 0 OAK STREET AT PALM STR ET. WHEREAS, said Principal is required to furnish a bond in connection and with said contract, providing that ' 'd Princi al or an of his or its subcontractors, shall fail to pay for any materials, provisions, or other supplies used in, ~f sai p ~ y n for or about the erformance of the work contracted to be done, or for any work or labor done thereon of any kuid, u , l~ p the Surety of this bond will pay the same to the extent hereinafter set forth: NOW, THEREFORE, WE, the Principal, and CLEAVE BLANK FOR s Sure are held and firml bound unto the Owner the penal sum of ~,SO% OF AMOUNT BONDING COMPAQ. , a tY~ y tates for the a meet of which _ ~ CIL MEETI G dollars lawful money of the United S p y well and trul to be made, we bind ourselves, our heirs, executors, administrators, and successors, jointly and severally, sum y firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the above mentioned Principal, his or its heirs, utors administrators, successors, or assigns, shall in all things stand to and abide by, and well and truly keep and faithfully exec , R the covenants conditions, and agreements in the said contract and any alterations made as therein provided, on his perform eir art to be ke t and erformed at the time and in the manner therein specified, and in all respects according to their or th p P P . . intent and meanie and shall indemnify and save harmless, the Owner, its officers and agents as therein stipulated, then true g~ . ' bli ation shall become null and void; otherwise it shall be and remain in full force and virtue and Principal and Surety, this o g m gh ' the event suit is brow ton this bond, will pay to the Owner such reasonable attorney's fees as shall be fixed by the court. ' 'sure to the benefit of the Owners and any and all persons, companies, and corporations and This bond shall ~n ' es ective assi s entitled to file claims under applicable State law, including, but not limited to, California Civil Code their r p gn .Section 3181, so as to give a right of action to them or their assigns in any suit brought upon this. bond. And the said Sure ,for value received, hereby stipulates and agrees that no change, extension of time, teration or addition of the terms of the contract or to the work to be performed thereunder or the specifications al , accom an 'n the same shall, in an way, affect its obligations of this bond, and it does hereby waive notice of any change, P Y~ g y tension of time alteration or addition to the terms of the contract or to the work or to the specifications. Said Surety hereby ex waives the provisions of Sections 2819 and 2845 of the Civil Code of the State of California. z~ S1 I I i ~t